HomeMy WebLinkAboutR-84-0438J-84-311
G
RESOLUTION NO. -4-103
A RESOLUTION ACCEPTING THE BID OF COUNTY
PLASTICS, INC. FOR FURNISHING APPROXIMATELY
600 REFUSE TOTE BARRELS ON A CONTRACT BASIS
FOR ONE YEAR TO THE DEPARTMENT OF SOLID
WASTE AT A TOTAL PROPOSED COST OF $1.6,950.00;
ALLOCATING FUNDS THEREFOR FROM THE 1983-84
OPERATING BUDGET OF THAT DEPARTMENT; AUTHOR-
IZING THE CITY MANAGER TO INSTRUCT THE
PURCHASING AGENT TO ISSUE PURCHASE ORDERS FOR
THIS EQUIPMENT, SUBJECT TO THE AVAILABILITY
OF FUNDS.
WHEREAS, pursuant to public notice, sealed bids were
received February 17, 1984 for the furnishing of approximately
600 Refuse Tote Barrels on a Contract Basis for One Year to the
Department of Solid Waste; and
WHEREAS, invitations were mailed to 27 potential
suppliers and 6 bids were received; and
WHEREAS, funds for this purchase are available in the
1983-84 Operating Budget; and
WHEREAS, this equipment will be used by the Department
of Solid Waste to pi.ovide now equipment for the regular
replacement of worn and damaged barrels used in daily garbage
collection, as required; and
WHEREAS, the City Manager and the Director of the
Department of Solid Waste recommend that the bid received from
County Plastics, Inc. be accepted as the lowest responsible and
responsive bid;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE
CITY OF MIAMI, FLORIDA:
Section 1. The February 17, 1984 bid of County Plastics,
Inc. for furnishing approximately 600 Refuse Tote Barrels on a
Contract Basis for one (1) year to the Department of Solid Waste
at a total proposed cost of $16,950.00 is hereby accepted with
funds therefor hereby allocated from the 1983-84 Operating Budget
of that Department.
CITY COMIvIISS N
MEET'ING OF
APR 5 19b
a
J-I
BID SECURITY
1T"600 Heavy Duty Plastic Refuse Pqkr� Js_ PATE F 10 Ot f C El YE �13 —3D—PM
83-84-49
TYPE OF SECURT77
7OT-AL
AM DV-N 7
Edward Don & Co.
9058
2200 S. 14. 45th Street
$20,064.00
2270 N. W. Z3 Street
Miami, FL 33142
$11,940.00
County Plastics
361 Neptune Avenue
No. Babylon, N.Y. 11704
$16,950.00
MIFAK, Inc.
3160 S. W. 22 St. (Coral Way)
Miami, FL 33145
$11,304.00
Merrick Tnter. , Inc.
1'. 0. Box 01,0704
"'Uami. F1, 33101
$22,522.00
T'a r —' im,eal, Building Supplies, Inc.
3590 N. V,1. 36th Street
M i .l T11 i , FL 33142
$22,740.00
NO BID:
Jackson Manufacturers Co., Inc.
Muniz Plastics
Hal Holmyard
4tcoukefik-C Uivatow
I
88
CITY OF MIAM1, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Howard V. Gary DATE: February 24, 1984 FILE:
City Manager
su9JECT: Bid #83-84-49 "Tote Barrels"
FROM: Clarance Patterson REFERENCES:
Director
Department of Solid Waste ENCLOSURES: Award of Bid and Resolution
"It is the recommendation of the Department of
Solid Waste that Bid #83-84-49 for 600 tote
barrels be awarded to County Plastics of
New York, in the amount of $16,950.00, said
amount being available in the department's
budget for this purpose."
This recommendation is based on the following criteria:
1. Two companies, Rey: Chemical, Inc., and AMFAK, Inc., bid lower than
County Plastics, 1lut failed to me -et:: the specifications on the
constructi.on of the barrels; specifically, the lack of a separate,
movable lift h�indle and the presence of a shoulder cut-out, which
are unacceptable.
2. Of those companies which did meet specifications of construction,
County Plastics provided the lowest bid in the amount of $28.25
per barrel or $16,950 for 600 barrels. The neat lowest bid for
the specified barrels was Caribbean Building Supplies $37.90 per
barrel or $22,740 for 600.
3. All other bids were either higher than County Plastics or did not
meet specifications.
This purchase is an annual, reocurring purchase for tote barrels for daily garbage
collection. Funds are provided each year in our general operating budget. In an
effort to achieve a more timely delivery, we have ordered a full year's supply in
this bid, so that we may accept delivery of 300 barrels now and the remaining
300 barrels in about four to five months.
84-M436
11
AWARD OF BID
Bid No. 83-84-49
ITEM: Refuse Tate Barrel. Supply
DEPARTMENT: Solid Waste
TYPE OF PURCHASE: Contract for one (1) year
REASON: New equipment required for regular replace-
ment of worn and damaged barrels used in
daily garbage collection.
POTENTIAL BIDDERS: 27
BIDS RECEIVED: 6
TABULATION:
Unit (Quantity:600)
Bidder Minority Classification Price Total Bid
A.M.F.A.K. Non -minority $18.84 $11,304.00
Rex Chemical Corporation Hispanic 19.90 11,940.00
County Plasti:s, Inc. Non -Minority 28.25 16,950.00
Edward Don & Company Non -Minority 33.44 20,064.00
Merrick International,Inc. Black 37.52 22,512.00
Caribbean Building Supply Hispanic 37.90 22,740.00
FUNDS: 1933-84 Operating Budget
MINORITY PARTICIPATION: ]aid invitations were sent to eleven (11)
Hispanic and nine (9) Black firms engaged in the sales of "Garbage
Cans and Bins", "Plastics", or sundry merchandise, as indicated
by their Bidder Applications and/or previous bids. Merrick Interna-
tional, Inc. was the only Black firm responding. Responses from
Hispanic firms are as follows: two (2) bids (from Caribbean
Building Supplies and Rex Chemical Corp.) and one "no bid"(from
Muniz Plastics, Inc.)
BID EVALUATION: The following low bids are not recommended
for the reason indicated. A.M.F.A.K., Inc. and Rex Chemical, Inc.
both offered products with molded plastic handlesin lieu of the
specified movable, separate steel handle, and with a shoulder cut-
out which was not required.
Award is recommended to the next lowest bidder, County Plastics,
Inc. which meets all specifications.
Following is an analysis of the invitation
to bid:
Page 1 of 2
84°--43E
Number of Bid Number of
Category
Invitations Mailed Responses
i
Prior Bidders
' Black American
2 1
Hispanic American
2 2
Non --Minority
6 2
i
' New Bidders
Black American
7 0
Hispanic American
9 0
Non -Minority
1 1
Courtesy Notifications
6 -0-
"No Bids"
- 3
Late Bids
- 0
Totals 33 9
Reasons for "No Bid" were as follows:
1. "Material not
available to us."
2. "Do not manufacture Refuse Tote Barrels."
3. "Do not carry
this item." (Hispanic Business)
RECOMMENDATION:
IT IS RECOMMENDED THAT THE AWARD BE MADE
TO COUNTY PLASTICS, INC. IN THE PROPOSED
AMOUNT OF $16,950.00.
t
r"
-
1
Purchasing Agent
Date
The above award meets the requirements of the Department of Solid
Waste, and approval is recommended.
Director
il
Date
Page 2 of 2