10-07-08 Item 8CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER - OFFICE MEMORANDUM
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.
South Miami
All - America City
F
2001
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.
COST: $6,808.96
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:
• Proposed Resolution
• Proposal submitted by Schaefer Systems International, Inc.
• Copy of City of Leesburg, Florida, Bid No. 70201
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
RESOLUTION NO.
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 -1.720 -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 day of 92008.
ATTEST:
CITY CLERK
READ AND APPROVED AS TO FORM
CITY ATTORNEY
APPROVED:
MAYOR
Commission Vote:
Mayor Feliu:
Vice Mayor Beasley:
Commissioner Palmer:
Commissioner Wiscombe:
Commissioner Beckman:
09- 23 -'08 15:08 FROM -SSI SCHAEFER
Michael L. Knaub
Senior Vice President
Managing Director
Waste Technology Division
September 23, 2008
Ms. Cynthia Corujo
Administrative Assistant
Public Works Department
City of South Miami
4795 SW 75`h Avenue
Miami, Florida 33155
Dear Ms. Corujo:
704- 944 -4569 T -853 P002 /002 F -456
551
SCHAEFER
SYSTEMS INTERNATIONAL, INC.
10021 Westlake drive
P.O. Box 7009
Charlotte, N.C. 28241
Phone: (704) 944 -4500
Pax: (704) 731 -1602
Knaub *ssimail.net
www.s si. s chaef er -us. co m
Schaefer. Systems International, Inc. is pleased to offer the City of South Miami, Florida, a
"Piggy Back" purchase for semi - automated refuse containers. The piggy Bach offer is from the
City of Leesburg, Florida, Bid 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.
Sincerely,
Michael L Knaub
Senior Vice President
Managing Director
Waste Technology Division
cc: L. Wiegman
.. .... ....
Zy..... . ..... ..
j.
09-22-'08 16:42 F130M -SSI SMAEFER
Michael L. Knaub
Senior Vice President
Managing Director
Waste Technology Division
August 13, 2008
Mr. Mike Thornton
Purchasing Manager
City of Leesburg
2010 Griffin Road
Leesburg, Florida, 34748
704- 944 -4569 T -844 P004/008 F -436
551 SCHAEFER
Re: Bid #70201 "Poly Mobile Refuse Containers"
Dear Mr. Thornton:
SYSTEMS INTERNATIONAL, INC.
10021 Westlake Drive
P.O. Box 7009
Charlotte, N.C. 28241
Phone: (704) 944 -4500
Fax: (704) 731 -1602
KnaubC§tssimail.net
www, sal,schaefer -us. com
Please reference Bid #70201 under Special Conditions (2) Price Escalation:
Due to continuing world high oil prices, HDPE (resin) has risen accordingly. June 2007,
injection- general purpose 14DPE 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, ,HDPE 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 $38.44
USD65 $47.70
USD95 $52.44
*FOB the City of Leesburg
As of Au sgu t 13.2008
$40.42* (18 lbs x .11 per pound)
$50.26* (26 lbs x .11 per pound)
$55.87* (33 lbs x .11 per pound)
During this difficult period, it is the intention of SSI 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.
Sincerely,
Michael L. Knaub
Senior Nice President
Managing Director
Waste Technology Division
cc: L. Wiegman
09- 22 -'08 16:43 FROM -SSI SCHAEFER 704 -944 -4569 T -844 P005/008 F -436
Mobile Refuse Containers Bid No.: 70201
TIECUNICAL SPECIFICATIONS
INJECTION MOLDED MQUILE REFUSE CONTAINERS
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
1.2.1. The successful bidder shall provide approximately 800 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.
1.3. AI rna
1,3.1, When ordering containers in truckload quantities, based on manufacturer's
capacity, container price /truck load container capacity.
1.4. Cclar
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
2.1.1. 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 - violet stabilization to eliminate color
fade over the life of the cart.
3. CONSTRUCTION
3.1. Capacitx
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 14 of 28 Purchasing Division
09- 22 -'08 16:43 FROM -SSI SCHAEFER 704- 944 -4569 T -844 P006/008 F -436
Poly Mobile Refuse Containers Bid No.: 70201
3.2. Weight
3.2.1. For better maneuverability, the weight of the completely assembled 90 — 100
gallon container shall be approximately 55 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 sous 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. Identifiratign
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 3Y4 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
3.8.1-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 3/4", Tread Cap Wheel.
3.9.4. Hub is made of HDPE, 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 FROM -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. Tipping i=ulcWm
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 Coml2liance
4.1.1. The container shall be in full compliance with the.American National Standard
ANSI 2245.60. The bidder shall provide a compliance certification that the
container(s) provided to the City meet the requirement of this standard.
4.2. Cart Load Rating
4.2.1. The container shall be capable of accommodating a load weighing up to 315
pounds, exclusive of the weight of the container.
4.3. Mobi
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. Abrasion Protection
4.4.1. 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. Can ai er Fj(:k-Up. Points
4.5. i. 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.
4.5.3. The gripping surface shall be non -slip 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.
5, WARRANTY
S. 1, All bidders shall include a copy of their warranty with their bid.
6. SAMPLES ON REQUEST
6.1. Bldders 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 SCHAEFER 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 10,000 of the proposed containers. The name and telephone
number of a contact person at each of the references shall be provided.
City of Leesburg, Florida Page 1 7 of 28 Purchasing Division