Loading...
Res. No. 161-08-12758RESOLUTION NO. 161-08-12758 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO ISSUE A PURCHASE ORDER TO SCHAEFER SYSTEMS INTERNATIONAL, INC. FOR THE PURCHASE OF REFUSE CONTAINERS FOR AUTOMATED GARBAGE COLLECTION PROGRAM IN AN AMOUNT OF $6,808.96 TO BE CHARGED TO PUBLIC WORKS SOLID WASTE ACCOUNT NUMBER 001-1720-534-6430; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Mayor and City Commission wishes to have refuse containers to residents interested in purchasing containers for automated Garbage Collection Program; and WHEREAS, the refuse containers will be purchased from Schaefer System International, Inc. through a "piggyback" bid with the City of Leesburg, Florida, at $55.87 per container plus shipping; and WHEREAS, the purchase of the refuse containers will be funded from Public Works Department's Solid Waste account number 001-1720-534-6430 with account balance of $6,900.00 before this request. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT: Section 1: The Mayor and City Commission authorizes the City Manager to issue a Purchase Order to Schaefer Systems International, Inc. in an amount of $6,808.96 to be charged to account 001 -1720- 534 -6430 with account balance of $6,900.00 before this request. Section 2: This resolution shall be effective immediately. PASSED AND ADOPTED this 7th day of-October _,2008. ATTEST: -C-41'Y CLERK READ AND APPROVED AS TO FORM: APPROVED: YMNYOR Commission VL: 5-0 Mayor Feliu: Yea Vice Mayor Beasley: Yea Commissioner Palmer: Yea Commissioner Wiscombe: Yea Commissioner Beckman: Yea '77 CITY OF SOUTH MIAMI 7 17rt� To: The Honorable Mayor Feliu and Member of the City Commission Via: W. Ajibola Balogun, City Manager From: Rodolfo de la Torre Maintenance Services Operations Manager Date: October 7, 2008 Subject: Purchase Order for Refuse Containers. Resolution: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO ISSUE A PURCHASE ORDER TO SCHAEFER SYSTEMS INTERNATIONAL, INC. FOR THE PURCHASE OF REFUSE CONTAINERS FOR AUTOMATED GARBAGE COLLECTION PROGRAM IN AN AMOUNT OF $6,808.96 TO BE CHARGED TO PUBLIC WORKS SOLID WASTE ACCOUNT NUMBER 001-1720-534-6430; PROVIDING FOR AN EFFECTIVE DATE. Request: Authorizing the City Manager to issue a purchase order to Schaefer Systems International, Inc. for $6,808.96 Reason/Need: When we started the Automated Garbage Collection Program in 2004, residents were allowed to purchase additional containers or to replace their damaged container. Since the program implementation, we used the original inventory either to replace damaged containers or for residents that needed additional container. In 2007 we purchased 125 containers to address the need for additional containers or to replace damaged containers, at the present time our inventory has been exhausted and we still have orders from residents. Funding Sources: Public Works Department's Solid Waste account number 001-1720-534-6430 with an account balance of $6,900.00 before this request. Backup Documentation: o Proposed Resolution o Proposal submitted by Schaefer Systems International, Inc. o Copy of City of Leesburg, Florida, Bid No. 70201 IBS- 23 -'08 15:08 FROM-SSI SCHAEFER Michael L. Knaub Senior Vice President Managing Director Waste Technology Division MMMEMilk 704-944-4569 T-853 P002/002 F-4ZI' SYSTEMS INTERNATIONAL, INC. 10021 Westlake Drive P.O. Box 7009 Charlotte, N.C. 28241 Phone: (704) 944-4500 Fax: (704) 731-1602 Knaub0seirnail.net www.ssi. schaefor -us. corn Schaefer. Systems Wernational, Inc. is pleased to offer the City of South Miami, Florida, a "Piggy Back7 purchase for semi-automated refuse containers. The Piggy Back offer is from the City of Leesburg, Florida, Did No, 70201, "Poly Mobile Refuse Containers" (Letter and pricing page enclosed). pursuant to the City of South Miami's request, SSI Schaefer agrees to offer the City of South. Miami, a truckload (427) of 95-gallon (USD95B) containers under the same price of $55.87, terms and conditions. as Bid No. 70201, "Poly Mobile Refuse Containers" awarded to SSI Schaefer by the City of Leesburg, Florida. For a quantity of 108 containers, the price would remain at $55.87 each, plus freight in the amount of $775.00. Thank you for your consideration of SSI Schaefer. Please feel free to call with any additional questions you may have. cc: L. Wiegman 09-22-'08 16:42 FROM-SSI SCBAEFER Michael L. Knaub Senior Vice president Managing Director Waste Technology Division August 13, 2008 Mr. Mike Thomtori Purchasing Manager City of Leesburg 2010 Griffin Road Leesburg, Florida 34748 704-944-4569 T-844 P004/008 F-436 Re: Bid #70201 "Poly Mobile Refuse Containers" Dear Mr. Thornton: SYSTEMS INTERNATIONAL, INC. 10021 Westlake DrjvL, RO. 8Qx 7009 Charlotte, K0. 28241 Phone: (704) 944-4500 Pax: (704) 731-1602 Knaub@ssirnail,net wWW,-9sLschaeferuS,0oM Please reference Bid #70201 under Special Conditions (2) Price Escalation, Due to continuing world high oil prices, HDPE (resin) has risen accordingly. June 2607, injeQtion--general purpose HIRE was at $36 per Pound. May 1, 2008, HDPE was at $.88 per pound for an increase of $,12 per pound. As of August 1, 2008, HDPh is at 1.11 per pound for an increase of $23 per pound. Please accept our proposed pricing structuze for the above- referenced bid, Current USD35 $38A4 USD65 $47.70 USD95 $52,44 *110B the City of Leesburg As of Aiig]4st 13, 2008 $40.42* (18 lbs x J I per pound) $50.26* (26 lbs x A I per pound) $55,87* (33 lbs x A I per pound) During this difficult period, it is the intention of S Schaefer to work as fairly as possible with our entire customer base by sharing the ups and downs of this unprecedented oil/resin situation. Your support is very much appreciated. As always, thank you for your years of business, cc: L, Wiegman 09-22-'08 16:43 FROM-= SCBAEFER 704-944-4569 T-844 P005/008 F-436 Poly Mobile Refuse Containers Bid No.: 11GRIANtHO MAIWIPJA IMPORTANT INSTRUCTIONS! The mobile refuse container quoted by the vendor must meet at a minimum the following requirements or specifications. If the proposed refuse container does not meet a -specification listed the vendor MUST note this on the Exceptions page. A separate sheet of paper may be attached explaining how the proposed container meets or does not meet the specification. If the container meets the specification in the spirit then explain how your container accomplishes the same, The better and more complete the explanation of non-compliance the better. If no exceptions are listed then it will be understood that the proposed container meets or exceeds ALL of the following specifications. 1.GENERAL 1.1. General Description 1.1.1. The Mobile refuse container shall be designed to contain the average solid waste material accumulated by a household, The container shall be designed, such as to be lifted by either or both American Standard, semi-automated or fully automated collection equipment. The container shall be warranted against material and workmanship defects for no less than 10 years, non- prorated, during which time it will be generally maintenance-free under normal usage conditions. The bidder shall submit a copy of its warranty. 1.2. Quantit 1.22.1. The successful bidder shall provide approximately Boo containers over the two (2) year contract period, in accordance with specifications. These containers will be provided on an "as needed" basis. Delivery dates to be at the City's discretion, 13. ALqcna_t& 1,3.1, When ordering containers In truckload quantities, based on manufacturer's capacity, container price/truck load container capacity. 1.4. QtgLr 1.4.1. The container body, lid, and other plastic components shall be GREEN. Sample of color, will be supplied by the City upon award. 2. MATERIAL 2. 1, Process 24.1.1. The City requires a container manufactured using the Injection Molding Process 2.2. Materials 2.2.1. The container shall be made of high molecular weight, high density polyethylene which yields a superior weight to strength ratio. The material shall contain adequate amounts of ultra-vi6let stabilization to eliminate color fade over the life of the cart. 3. CONSTRUCTION 3.1. Capacity 3.1.1. The container capacity is a minimum 90, 60, or 30 gallon when full, excluding additional volume achieved by the domed lid in the closed position. City of Leesburg, Florida Page 44 of 28 Purchasing Division 09-22-'08 16:43 FROM-SSI SCBAEFER 704-944-4569 T-844 P006/008 F-436 Poly Mobile Refuse Containers — Bid No., 70.201 3.2, Weigh 3.2.1. For better maneuverability, the weight of the completely assembled 90 — 1()o gallon container shall be approximately 5S pounds, 3.3. Interior Construction 3.3.1. The interior surface shall be smooth and free from crevices, recesses, projections, and other obstructions where refuse could be entrapped or entangled. The interior construction and shape shall assure the free flow of solid waste contents from the container when dumped. 3.4. Exterior Construction 3.4. 1. The exterior surface shall be smooth, free of corners or structures that could be hazardous or harmful, 3.5. Lid /Hinge 3.5.1. The lid shall have two (2) hinges integrally-molded part of the lid configuration and extending towards the handle. 3.5.2. The lid shall pivot onto the handle and be securely attached to the handle mount by end caps. 3.5.3. The lid shall be hinged to the handle so as to rotate freely to a full opening of 270 degrees, to a position whereby it may rest against the back side of the container body. 3.5.4. The lid shall be designed in such a manner to ensure that the container will be watertight and shall continuously overlap the container body, 3.5.5.The continuous overlapping of the body must prevent rainwater, rodents, and birds from intruding into the container. 3,6, Identifirati n 3.6.1. All containers shall have the following molded into the cart body: 3,6.1.1. The year of manufacture and six (6) figure uniquely identified serial numbers in white with a minimum size of one inch (1"). - 3.6.1.2. Emboss "CITY OF LEESBURG" onto the lid in one inch (1") letters. 3.6..1.3. On the front note "'NO HOT ASHES" in 3/4 inch letters. 3.6.1.4. At the handle have the message embossed into the lid with one inch (1") letters "Arrow Toward the Street for Pick-up", 3.7, Handle 3.7.1. The handle shall be of one molded piece and shall extend in full length. Each gripping area shall provide enough space for a gloved hand to be placed, 3.8. Stability 3.$.1.If extreme windy conditions are prevalent, the container must have a wind stability rating of no less than 25 mph without falling over. 3.8.2. Wind tunnel test performed by an independent laboratory shall be submitted with the bid. 3,8.3. The container (whether empty or full) shall remain In the upright position when the lid is thrown open. 3.9. Wheels and Axle 3.9.1. The container shall be equipped with an axle and two wheels. 3.9.2. The wheels and axle shall be designed so as to provide the specified wind stability. 3,9.3. The wheels shall be snap on, 12" x 1 Y4", Tread Cap Wheel. 3.9.4. Hub is made of HDPEi, with a PVC material on the wheel to prevent tire roll-off, City of Leesburg, Florida Page 15 of 28 - Purchasing Division 09-22-'08 16:44 FR0t1-SSI SCHAEFER 704-944-4569 T-844 P007/008 F-436 Mobile Refuse Containers Bid No,: 70201 with a shock absorbing cell structure to eliminate tire flat Spotting 3.9,5. The axle housing shall be molded in place, to enhance stability and wheel durability. 3.9.6. The four (4) pronged snaps on locking device is installed without tools, but requires a special tool for removal to prevent theft, 3.9.7. The locking device shall be nylon 66, self-lubricating and rust free, 3.10. -ripping Fulcrum 3.10.1. The container must be provided with adequate foot fulcrum or a tipping leverage point directly on the axle. The container must be capable Of being easily transported on a level, sloped, or stepped surface in two (2) directions. 4. PERFORMANCE SPECIFICATIONS 4.1, ANSI Complij c 4.1.1. The container shall be in full compliance with the American National Standard ANSI Z245.60. The bidder shall provide a compliance certification that the container(s) provided to the City meet the requirement or this standard, 4.2. Cart Load Rating 4.2.1. The container shall be capable of accommodating a'load weighing up 'to 3:L5 pounds, exclusive of the welght of the container. 4.3. Mo_bi� 4.3.1, The container shall be stable and self balancing in it Upright position when either empty or loaded to its minimum design load capacity, 4.3.2. The container shall be capable of being easily moved and maneuvered, with an evenly distributed load equal in weight to its minimum design capacity on a level, sloped, or stepped surface in two directions. 4.4. Abnsion Protection 4 1 .4.1. The container shall withstand dragging along streets and driveways as well as the normal abrasion caused by the dumping operation. Bottom molded wear strips are acceptable. 4,5, Con atagr_e[g-U Points 4..5.1. The container must be capable of being picked up by a fully-automated application and semi-automated American Standard lifter. 4.5.2. The container shall be designed in such a manner that it can be engaged by a fully - automated grasping arm of either the belted or non-belted design. 4,53. The gripping surface shall be non-silp and have a diameter of 23 inches to 27 inches. 4.5.4. The container shall -be able to withstand squeezing and dropping throughout its expected lifetime without showing the slightest change In its functionality or structural Integrity. S. WARRANTY 5, 1„ All bidders shall include a copy of their warranty with their bid. 6. SAMPLES ON REQUEST 6.1. Bidders shall submit upon request samples of the carts for review, City of Leesburg, Florida Page 16 of 28 Purchasing Division 09-22-'08 16:44 FROM-SSI SGFIAEFER 704-944-4569 T-844 P008/008 F-436 Mobile Refuse Containers Bid No., 70201 7. REFERENCES 7.1. All bidders shall demonstrate their experience in Manufacturing containers by furnishing a list of U.S. municipalities using the proposed containers of size, design, and material offered. The list must show at least three (3) municipalities, each have a minimum of 1o,666 or the proposed containers. The name and telephone number of a contact person at each or the references shall be provided. City of Leesburg, Florida Page 17 of 28 Purchasing Division