Loading...
SR-03-19-2013-3HCity Council Meeting: March 19, 2013 Agenda Item: 3 � To: Mayor and City Council From: Martin Pastucha, Director of Public Works Subject: Purchase Order Modification for Refuse /Recycling Containers Recommended Action Staff recommends that the City Council approve a modification to purchase order #343112 OP in the amount of $450,000 with Ball, Bounce and Sports, Inc. (formerly Superior Rotation Molding), an Ohio -based Company, for purchase and delivery of 2, 3 and 4 yard plastic refuse /recycling containers. This will result in a three -year amended purchase order with a new total of $960,000. Executive Summary The City currently has a purchase order with Ball, Bounce and Sports, Inc. (formerly Superior Rotation Molding) in the amount of $510,000 for the purchase and delivery of 2, 3 and 4 yard plastic refuse /recycling containers for a three -year term expiring in February 2014. Staff is requesting an increase to the existing purchase order in the amount of $450,000 for a new three -year total of $960,000, to allow for additional containers to be replaced throughout the city. Background On July 24, 2008, City Council awarded Bid #2941 to Enviroquip, LLC (formerly US Transportation), for the purchase of metal refuse /recycling containers. These bins were necessary for support of the existing operation and for the new commercial customers that were acquired after the award of citywide commercial collection services to the City. On February 22, 2011, City Council awarded Bid #3008 to Superior Rotation Molding Inc., for the purchase of plastic refuse /recycling containers. The plastic containers were highly desirable due to their lightweight design, durability, and low maintenance. These containers were also marketed as being able to reduce noise levels as compared to the metal containers. 1 Discussion The Resource Recovery and Recycling (RRR) Division has implemented a systematic program for replacing old bins throughout the city. This program would replace all bins within a five to eight year period. This program also allows for the food waste bins to be replaced first as they are heavier due to the organic material. The second priority for bin replacement are the metals bins in areas where noise complaints have been received, and the third priority for replacement are bins at locations with uneven pavement, which make it difficult for the bins to be serviced. Since the initial plastic containers were placed in the field in June 2011, over 550 bins have been replaced with plastic. Staff has received fewer noise complaints and there has been a reduction in worker's compensation injuries. The success of these plastic bin conversions has exceeded expectations. An increase to the existing purchase order would allow for additional containers to be replaced throughout the city, further reducing noise and risk of injury to staff. In August 2012, RRR staff attempted to reach the metal bin vendor without success. After six weeks of attempting to make contact, it was discovered that the company had been sold to Myerspower, who notified staff that they would be phasing out the delivery of containers. In September 2012, their contract was cancelled. RRR staff issued a bid for a new vendor in December 2012. Bid results were received in January 2013 and are currently being reviewed. Since the plastic bins are more desirable due to their design features, staff is evaluating the need to purchase metal bins. Until such a decision is made, RRR needs to be able to purchase bins for its continued operation. The funds currently budgeted for metal containers would be used to purchase plastic bins instead. The amount set aside in the Container Replacement Capital Improvement Project budget for bins for the remainder of FY 2012 -13 is $250,000 and $200,000 in FY 2013 -14. E Since February 2011, staff has expended $467,552 of the original purchase order amount of $510,000, leaving $42,448 for the remainder of the agreement through February 2014. Vendor Selection In August 2010, the City published Notices Inviting Bids to provide 2- and 3 -yard plastic refuse containers for Resource Recovery and Recycling in accordance with City specifications. The bid was posted on the City's on -line bidding site and notices were advertised in the Santa Monica Daily Press in accordance with City Charter and Municipal Code provisions. Three bids were received and publicly opened on September 8, 2010. Bids were evaluated based on the samples received and performance during field testing. Based on these criteria, Superior Rotation Molding, LLC was recommended as the best bidder and was awarded Bid #3008 on February 22, 2011. Financial Impacts & Budget Actions The purchase order modification to be awarded to Ball, Bounce and Sports, Inc. is $450,000, for an amended purchase order total of $960,000 over the three -year term. Funds in the amount of $250,000 are available in the FY2012 -13 Capital Improvement Program budget at account 0270227.589000. Funds in the amount of $200,000 are included in the FY2013 -14 Capital Improvement Program budget at account 0270227.589000. Prepared by: Kim Braun, Resource Recovery & Recycling Manager Approved: Forwarded to Council: Martin Pastucha Rod Gould Director of Public Works City Manager 3