header-left
File #: 2000-2011    Version:
Type: Ordinance Status: Passed
File created: 11/7/2011 In control: Public Service & Transportation Committee
On agenda: 12/12/2011 Final action: 12/14/2011
Title: To authorize the Finance and Management Director to enter a five (5) year Universal Term Contract for the option to purchase and for assembly and delivery of sixty-four (64) gallon automated recycling containers and miscellaneous recycling container parts and informational materials with Toter, Inc.; to authorize the appropriation and expenditure of $1.00 to establish the contract from the Mail, Print Services and UTC Fund Account; and to declare an emergency($1.00).
Explanation

BACKGROUND: For the option to establish a five (5) year Universal Term Contract for the purchase, assembly, and delivery of sixty-four (64) gallon automated recycling containers with a ten-year warranty and miscellaneous recycling container parts and informational materials for the Division of Refuse Collection, the sole user. These containers will be utilized for residential recycling collections. This contract will consist of a one year deployment phase in which approximately 230,000 units are to be delivered to single residence homes and thereafter a maintenance phase in which containers and replacement parts will be purchased on an "as needed" basis and delivered to a designated service provider. The term of the proposed option contracts would be approximately five (5) years, expiring December 31, 2016.

This residential recycling program using lidded recycling containers will divert 40,860 tons of trash from the landfill each year. Lidded containers have the added benefits of operational efficiency as they can be collected with an automated system thereby reducing time-on-task. These containers also reduce litter with their ability to keep recyclable materials from being caught by wind. The 64-gallon size of the containers will allow for collection to happen bi-weekly, therefore also saving money.

The Purchasing Office originally opened formal bids on August 25, 2011. The City advertised and solicited competitive bids in accordance with Section 329.06, Solicitation No. SA004052. Ninety-three(93) bids were solicited: (M1A-2, F1-1, MBR-0). Six bids were received,. The two lowest bids were non responsive . The lowest bidder, IPL (Plastic Enterprise, Inc ,failed to supply an anti-slip feature, did not supply a salt spray test for the axles being supplied, and did not quote a unit with minimum one (1) inch wide molded in axle journals, Cascade Engineering's salt spray test report shows that they failed that test, their anti-slip feat...

Click here for full text