HomeMy WebLinkAbout000788 Original ContractCity of Port Angeles
Record # 000788
CONTRACT DOCUMENTS
for
2014 GARBAGE CONTAINERS
PURCHASE CONTRACT NO. SW -14-010
A
PORT
O�ORKS
CITY OF PORT ANGELES
WASHINGTON
March 2014
CRAIG FULTON, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
MIKE PUNTENNEY, CITY ENGINEER
Mike Puntenney
City Engineer
Approved by;
William Bloor
City Attorney
Page 1 of 19 '�
February 25, 2013
1rOpORT 4M1,C� CITY OF PORT ANGELES
�N INVITATION TO BID
For
�! 2014 GARBAGE CONTAINERS
Sealed bids will be received by the Contract Specialist until 2:OOPM, April 08, 2014, and will be
opened and read in the Public Works conference room — Jack Pittis, main floor, Port Angeles
City Hall, 321 East Fifth Street, Port Angeles, Washington 98362.
Bids will be taken for the following Materials:
95 and 300 Gallon Residential & Commercial Garbage Containers
The terms of delivery are 74 calendar days from issuance of purchase order.
Bid documents may be obtained by calling Lucy Hanley at (360) 417-4541 or by emailing
contracts(a)-cityofpa.us .
All bids must be on the form provided. Faxed or email bids shall not be accepted.
The City of Port Angeles reserves the right to reject any or all bids and to waive minor
irregularities in the bidding process.
Minority and women owned businesses shall be afforded full opportunity to submit bids in
response to this invitation, shall not be discriminated against on the grounds of sex, race, color,
age, national origin or handicap in consideration of an award of any contract or subcontract, and
shall be actively solicited for participation in this project by direct mailing of the invitation to bid
to such businesses as have contacted the City for such notification. Further, all bidders are
directed to solicit and consider minority and women owned businesses as potential
subcontractors and material suppliers for this project.
Mike Puntenney
City Engineer
PUBLISH: Peninsula Daily News: March 16, 2014
Project No. SW -14-010 Page 2 of 19
+OF 90214
UJ
BCO "ARK Sc�
BID SUBMITTAL:
INSTRUCTIONS FOR BIDDERS
Equipment Bids
All bids must be sealed with the outside of
the envelope marked with the BID
OPENING DATE APRIL 08, 2014,
PURCHASE CONTRACT NO. SW -14-010.
The NAME AND ADDRESS OF THE
BIDDER shall also appear on the outside of
the envelope. Bids shall be directed to the
Contract Specialist, and mailed to PO Box
1150, or delivered to 321 East Fifth Street,
Port Angeles, Washington 98362.
It is the intent of the attached specifications
to describe the minimum requirements for
the equipment requested in sufficient detail
to secure bids on comparable equipment.
All parts which are necessary in order to
provide a complete unit as described,
meeting all safety requirements, and ready
for operation, shall be included in the bid
and shall conform in strength, quality of
workmanship and material to that which is
usually provided the trade in general. Any
variance from the specifications or
standards of quality must be clearly pointed
out in writing by the bidder.
Do not make reference to brochures or
supporting literature on the bid sheet. All
notations for bid compliance or
exceptions are to be made on the bid
sheet or on a plain piece of paper
attached and referenced to the bid item.
If a bidder's corporate policy mandates use
of an official quotation form, it may be
submitted. However, the cost data must be
duplicated on the City's bid cost data and
agreement sheet. The City's bid sheet
must be signed by the bidder or its agent
in order for the proposal to be accepted.
If alternate equipment is proposed, bidders
are required to submit a separate bid sheet
for each unit offered.
All bids must be made on the required bid
form and in cases of errors in the extension
of prices in the bid, the unit prices will
govern. All blank spaces for bid prices must
be filled in, with ink or typewritten, and the
bid form must be fully completed and
executed when submitted. Only one copy
of the bid form is required. Faxed and
emailed bids will not be accepted.
Failure to adhere to instructions may
constitute disqualification of proposal.
COMPLIANCE WITH SPECIFICATIONS:
The equipment must be in accordance with
the specifications.
Failure on the Contractor's part to comply
with any specification herein will be grounds
for disqualification of the bid.
All items called for in the specifications,
including but not limited to the equipment
constructed as shown, and the necessary
manuals, must be complied with before the
final payment can be processed.
Where the description of an item includes
both specifications and a brand name and
number, the specifications shall govern in
case of conflict. Brand name and number
are for reference as to the type and quality
required and do not preclude offers of a
comparable or better product, provided full
specifications and descriptive literature
accompany the offer. Failure to include full
descriptive literature may be cause to reject
the offer.
WARRANTY:
The purchased supplies or equipment
furnished must have full manufacturer's
warranties, and the warranties must inure to
the benefit of the City.
Vendor agrees to these warranty provisions
by signing the bid proposal.
Project No. SW -14-010 Page 3 of 19
SAFETY:
This unit shall completely comply with all
State and Federal laws, rules, regulations
and codes in effect at the time of delivery.
The unit shall be tested by the successful
bidder for compliance with all OSHA/WISHA
regulations and the State Department of
Labor and Industries Safety Rules.
DELIVERY & ACCEPTANCE:
The terms of delivery are 74 calendar days
from issuance of purchase order. Deliveries
shall be free on board (FOB).
For any exception to the delivery date as
specified in this Contract, Vendor shall give
prior notification and obtain written approval
thereto from the City. Time is of the essence
and the Contract is subject to termination for
failure to deliver as specified and/or
appropriate damages. The acceptance by
the City of late performance with or without
objection or reservation shall not waive the
right to claim damage for such breach nor
constitute a waiver of the requirements for
the timely performance of any obligation
remaining to be performed by Vendor.
The successful bidder shall be responsible
for delivery to the City's Maintenance Yard,
1703 South B Street, Port Angeles,
Washington, between the hours of 7:30 AM
and 3:00 PM during the City's normal work
day. Delivery shall be made within the time
period specified on the Bid Form.
GENERAL INFORMATION:
The City of Port Angeles reserves the right
to consider delivery time and may waive any
minor irregularities or minor defects or reject
any and all bids. Any bid may be withdrawn
prior to the above scheduled time for the
opening of bids or authorized postponement
thereof. Any bid received after the time and
date specified shall not be considered. No
Bidder will be permitted to withdraw its
proposal between the closing time for
receipt of proposals and the execution of
contract, unless the award is delayed for a
period exceeding sixty (60) calendar days.
The City of Port Angeles may, at its option,
in awarding this purchase contract, take into
consideration the revenue it would receive
from purchasing the equipment from a
supplier located within its boundaries, in
accordance with RCW 39.30.040.
For the Schedule(s), offers made in
accordance with the Invitation to Bid shall
be good and firm for the period of 90
calendar days after contract award
unless the Bidder specifically limits its offer
to a shorter period by written notification on
the bid document. However, bids so
modified may be declared non-responsive.
Quantities shown are of total estimated
initial quantities to be ordered. Purchase
Orders for additional quantities may be
placed with successful bidders over this
period from the date of award. Prices bid
shall be good for all equipment and
materials ordered during that period. All
orders shall be placed using City of Port
Angeles Purchase Orders. Payments shall
be made monthly for materials received and
invoiced.
Offers made in accordance with the
Invitation to Bid shall be good and firm for
the period specified in the bid unless the
Bidder specifically limits its offer to a shorter
period by written notification on the bid
document. However, bids so modified may
be declared non responsive.
Minority and women owned businesses
shall be afforded full opportunity to submit
bids in response to this invitation, shall not
be discriminated against on the grounds of
sex, race, color, age, national origin or
handicap in consideration of an award of
any contract or subcontract, and shall be
actively solicited for participation in this
project by direct mailing of the invitation to
bid to such businesses as have contacted
the City for such notification. Further, all
bidders are directed to solicit and consider
minority and women owned businesses as
potential subcontractors and material
suppliers for this project.
Project No. SW -14-010 Page 4 of 19
Signing of the bid sheet by Contractor and
subsequent acceptance by the City of the
lowest responsive bid will constitute a
binding agreement between the City and
Contractor. Contractor understands and
agrees that no contract payment will be
made until the City certifies that all stated
specifications have been complied with and
the equipment is delivered and accepted by
the City.
Bids will be evaluated and submitted to the
authorized purchasing agent for approval as
soon as possible after bid opening. All
bidders will be notified of results in writing.
Upon award of the contract to the
successful bidder, the City will send the
Contractor duplicate, complete sets of
Contract Documents, which will include the
City's Purchase Order Requisition. The
Purchase Order Requisition will include the
final agreed upon price and the specific
equipment and options being purchased.
The Vendor will then sign the duplicate sets
of Contract Documents and return them for
signing by the City. Each party will retain a
fully executed set of the Contract
Documents.
The Invitation to Bid is released by the City
of Port Angeles Public Works and Utilities
Department, which shall act as sole point of
contact for administration of the bidding.
Questions should be directed to Lucy
Hanley, Contract Specialist, (360) 417-4541
or to contracts(a.cityofpa.us .
Project No. SW -14-010 Page 5 of 19
rOpOR141
�CITY OF PORT ANGELES
h STANDARD TERMS AND CONDITIONS
S ANO` PURCHASE CONTRACT
THE PURCHASE CONTRACT INCLUDES THE FOLLOWING TERMS AND CONDITIONS
AND THE PUBLISHED RULES, REGULATIONS, AND LAWS OF THE CITY OF PORT
ANGELES AND THE STATE OF WASHINGTON, WHICH ARE HEREBY INCORPORATED BY
REFERENCE.
1. CHANGES: No alteration in any of the terms, conditions, delivery price, quality, quantities,
or specification will be effective without written consent of the appropriate representative of
the City.
2. HANDLING: No charges will be allowed for handling, including but not limited to packing,
wrapping bags, containers or reels, unless otherwise stated herein.
3. PAYMENTS, CASH DISCOUNT, LATE PAYMENT CHARGES: Invoices will not be
processed for payment until receipt of a properly completed invoice or invoiced items,
whichever is later.
4. SHIPPING INSTRUCTIONS: Unless otherwise specified, all goods are to be shipped
prepaid, F.O.B. Destination.
5. REJECTION: All goods or materials purchased herein are subject to approval by the City.
Any rejection of goods or material resulting because of non -conformity to the terms and
specifications of this Contract, whether held by the City or returned, will be at Contractor's
risk and expense.
6. IDENTIFICATION: All invoices, packing lists, packages, shipping notices, instruction
manuals, and other written documents affecting this Contract shall contain the applicable
purchase contract number.
7. INFRINGEMENTS: Contractor agrees to protect and hold harmless the City against all
claims, suits or proceedings for patent, trademark, copyright or franchise infringement
arising from the purchase, installation, or use of goods and materials ordered, and to
assume all expenses and damages arising from such claims, suite or proceedings.
FIJR
n�--7•�
a. Notwithstanding inspection and acceptance by the City, the articles supplied under this
contract, or any condition of this contract concerning the conclusiveness thereof, the
Contractor warrants that for a period of one year after delivery and acceptance by the City of
Port Angeles, that:
(1) All supplies furnished under this contract will be free from defects in material or
workmanship and will conform with all requirements of this contract; and
2) The preservation, packaging, packing, and marking, and the preparation for, and
method of, shipment of such supplies will conform with the requirements of this contract.
Project No. SW -14-010
Page 6 of 19
b. When return, correction, or replacement is required, transportation charges and
responsibility for the supplies while in transit shall be borne by the Contractor. However, the
Contractor's liability for the transportation charges shall not exceed an amount equal to the
cost of transportation by the usual commercial method of shipment between the place of
delivery specified in this contract and the Contractor's plant, and return.
c. Any supplies or parts thereof, corrected or furnished in replacement under this clause,
shall also be subject to the terms of this clause to the same extent as supplies initially
delivered. The warranty, with respect to supplies or parts thereof, shall be equal in duration
to that in paragraph 9.a of this clause and shall run from the date of delivery of the corrected
or replaced supplies.
d. All implied warranties of merchantability and "fitness for a particular purpose" are
excluded from any obligation contained in this contract.
e. All standard manufacturer warranties must inure to the benefit of the City of Port Angeles.
f. Remedies available to the City. Within a reasonable time after providing notice to the
Contractor, the City may either:
(1) Require, by written notice, the prompt correction or replacement of any supplies or
parts thereof (including preservation, packaging, packing, and marking) that do not conform
with the requirements of this contract within the meaning of paragraph 9.a of this clause; or
(2) Retain such supplies and reduce the contract price by an amount equitable under
the circumstances.
9. ASSIGNMENTS: Moneys due under this Contract shall only be assignable with prior written
consent of the City.
10. TAXES: Unless otherwise indicated the City agrees to pay all State of Washington sales or
use tax. No charge by Contractor shall be made for federal excise taxes, and the City
agrees to furnish Contractor, upon acceptance of articles supplied under this Contract with
an exemption certificate.
11. LIENS, CLAIMS AND ENCUMBRANCES: Contractor warrants and represents that all the
goods and materials ordered herein are free and clear of all liens, claims, or encumbrances
of any kind.
12. RISK OF LOSS: Regardless of FOB point, Contractor agrees to bear all risks of loss, injury
or destruction of goods and materials ordered herein which occur prior to delivery. Such
loss, injury or destruction shall not release Contractor from any obligation hereunder.
13. HOLD HARMLESS: Contractor shall protect, indemnify, and hold the City harmless from
and against any damage, cost or liability for any injuries to persons or property arising from
acts or omissions of Contractor, its employees, agents or subcontractors howsoever caused.
14. ANTI-TRUST: Contractor and the City recognize that in actual economic practice
overcharges resulting from anti-trust violations are borne by the City. Therefore, Contractor
hereby assigns to the City any and all claims for such overcharges.
Project No. SW -14-010
Page 7 of 19
J
15. DEFAULT: Contractor shall be liable for damages suffered by the City resulting from
Contractor's breach of Contract. The Contractor covenants and agrees that in the event suit
is instituted by the City for any default on the part of the Contractor, and the Contractor is
adjudged by a court of competent jurisdiction to be in default, Contractor shall pay to the
City all costs, expended or incurred by the City in connection therewith, and reasonable
attorney's fees. The Contractor agrees that the Superior Court of the State of Washington
shall have jurisdiction over any such suit, and that venue shall be laid in Clallam County.
16. BRANDS: When a special brand is named it shall be construed solely for the purpose of
indicating the standards of quality, performance, or use desired. Brands of equal quality,
performance, and use shall be considered, provided the bidder specifies the brand and
model and submits descriptive literature when available. Any bid containing a brand which
is not of equal quality, performance, or use specified must be represented as an alternate
and not as an equal, and failure to do so shall be sufficient reason to disregard the bid.
17. SAFETY: The equipment shall completely comply with all State and Federal laws, rules,
regulations and codes in effect at the time of delivery.
The equipment shall be tested by the successful bidder for compliance with all
OSHA/WISHA regulations and the State Department of Labor and Industries Electrical
Workers Safety Rules.
18. ACCEPTANCE: BY ACCEPTING THIS PURCHASE CONTRACT IN WRITING OR BY
DELIVERING THE MATERIAL ORDERED, CONTRACTOR ACCEPTS ALL OF THE
TERMS AND CONDITIONS SET FORTH. FORMAL OBJECTION IS HEREBY MADE BY
THE CITY TO ANY ADDITIONAL OR DIFFERENT TERMS PROPOSED BY VENDOR
CONTRACTOR AS A CONDITION OF ACCEPTANCE OR DELIVERY.
Project No. SW -14-010 Page 8 of 19
PURCHASE CONTRACT
THIS AGREEMENT is made and entered into this day of It ; 2014,
between the City of Port Angeles (hereinafter called the "City") and Otto Environmental
Systems (hereinafter called the "Contractor", "Vendor", or "Bidder").
WITNESSETH: That the City and the Contractor, in consideration of the
performance of the terms and conditions hereinafter mentioned, agree as follows:
ARTICLE 1
CONTRACT DOCUMENTS
The complete contract includes the Invitation to Bid, the Instructions to Bidders, the
Bid, the Specifications, the Standard Terms and Conditions, the Purchase Order
Requisition, and the Purchase Contract. The foregoing documents shall hereinafter be
called "Contract Documents" or "Contract". All obligations of the City and the Contractor
are fully set forth and described herein.
In the event of a discrepancy between any of the Contract Documents, as above
defined, the City shall give a written interpretation thereof, which interpretation shall
govern.
ARTICLE II
CONTRACT COST
The Contractor agrees to sell and deliver to the City, at the delivery point specified in
the Instructions to Bidders, and the City agrees to purchase and receive from Contractor
the equipment as described and set forth in the Contract Documents and the provisions
of the Contractor's bid attached and made a part hereof.
ARTICLE III
ASSIGNMENT
The Contractor shall not assign any of its responsibility under this Contract without
the express written consent of the City.
ARTICLE IV
APPLICABLE LAW AND VENUE
This Contract shall be governed by, and construed in accordance with, the
applicable laws of the State of Washington. Any legal proceedings to determine the
rights and obligations of the parties hereunder shall be brought and heard in Clallam
County Superior Court.
Project No. SW -14-010 Page 9 of 19
ARTICLE V
NONDISCRIMINATION
During the performance of this Contract, the parties shall conduct their business in a
manner which assures fair, equal and nondiscriminatory treatment of all persons,
without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran
condition, physical or mental handicap, or national origin, and, in particular:
1. The parties will maintain open hiring and employment practices and will
welcome applications for employment in all positions from qualified individuals
who are members of the above stated minorities.
2. The parties will comply strictly with all requirements of applicable federal, state
or local laws or regulations issued pursuant thereto, relating to the
establishment of nondiscriminatory requirements in hiring and employment
practices and assuring the service of all patrons and customers without
discrimination with respect to the above -stated minority status.
ARTICLE VI
TERMINATION OF CONTRACT
In the event that any of the provisions of this Contract are violated by the Contractor
or the Contractor's subcontractors, the City may serve written notice of intention to
terminate such Contract upon the Contractor, which notice shall specify the reasons
therefore. Unless within thirty (30) days after serving such notice upon the Contractor
such violation shall cease and an arrangement for the correction thereof satisfactory to
the City be made, the Contract shall, upon the expiration of the said thirty (30) days,
cease and terminate. In the event of any such termination, the City may purchase the
materials necessary for complete performance of this Contract for the account and at
the expense of the Contractor, and the Contractor shall be liable to the City for any
excess cost thereby.
ARTICLE VIII
WAIVER
Waiver of any breach of any term or condition of this Contract shall not be deemed a
waiver of any prior or subsequent breach, no term or condition of this Contract shall be
held to be waived, modified, or deleted except by a written instrument signed by the
parties hereto.
Project No. SW -14-010 Page 10 of 19
OTTO ENVIRONMENTAL SYSTEMS,
LLC
ATTEST:
Project No. SW -14-010
CITY OF PORT ANGELES
By:
Title: -
Dated: - A
ATTEST:
o
Cit -yerk
App oved to as tofo-
On
r
City Attorney
Page 11 of 19
City of Port Angeles Schedule A
Invitation for Bid 2014 Garbage Containers
Purchase Contract: SW -14-010
GENERAL DESCRIPTION: 95 and 300 gallon residential & commercial garbage containers
MEASUREMENT: The size specified shall be in United States (U.S.) liquid gallons and
shall be identified in only the body portion of the containers.
BID OPTIONS/AWARD: There are two (2) bid items in this procurement. Bid item 1 is
for the 95 -gallon garbage containers and bid item 2 is for the 300 -gallon garbage
containers. Bidders shall have the option to bid on each bid item or both bid items for a
bid to be valid. Bidders shall not be disqualified if bid is only for one (1) bid item and not
the other. Bid May be awarded to multiple bidders.
DEFINITION: The word "containers" is used to define the garbage containers as a
complete unit including full lids, wheels, and wheel assemblies.
PRICE: The City reserves the right to accept or reject all price increases or decreases.
The City shall be entitled to any promotional pricing during the contract period which is
lower than the standard pricing as provided in the bids.
FREIGHT: Freight shall be FOB destination.
WARRANTY: The 95 -gallon containers shall be warranted for a period of ten (10)
years. The 300 -gallon containers shall be warranted to be fully functional for a period of
no less than three (3) years.
The 95 and 300 gallon containers shall conform to all applicable specifications and shall
be free from defects in material and workmanship. The warranty shall include failure of
the containers — body, lid, lid attachments, and all hardware.
Defective containers shall be repaired or replaced by bidders no later than 30 calendar
days from notice from the City.
QUALITY ASSURANCE AT BIDDING: Bidders shall provide a certificate of material
with their bid. This certification shall adequately identify each material used and the raw
material low number by the resin manufacturer. Failure to provide the City with the
certification may result in rejection of bid(s).
QUALITY ASSURANCE AT SHIPMENT: The awarded bidder shall submit a certificate
of material with each production shipment. The certification shall adequately identify
each material used and the raw material lot number by the resin manufacturer. The
containers shall have the month and year manufactured and a manufactured material
identification code molded into the container
Project No. SW -14-010 Page 12 of 19
SPECIFICATIONS OF MATERIALS:
Bid Item 1 —95 Gallon Containers
95 — Gallon Containers Details:
Container Size: 95 gallons
Color: Green
Dimensions:
Height (Inches)
Width (Inches)
Depth (Inches)
47" maximum
— 29" Maximum
34" Maximum
1. The bidders shall provide the City with a certification of materials stating the
containers to be furnished meet the requirements set forth in ANSI Z245.30-2008
and ANSI Compatibility standard Z245.60-2008 with their initial bids. Bidders must
provide a certificate of material. See Quality Assurance for bidding and shipment
above.
2. The containers shall be manufactured from extremely durable plastic, preferably
high-density polyethylene.
3. The containers shall be manufacturer's most recent and advanced design and shall
be new and unused.
4. The containers shall be manufactured of high quality, resilient UV — Stabilized
polyethylene (HDPE) resin and vary in wall thickness throughout to add strength to
critical wear and load-bearing points. The containers must be of premium quality,
performance and dependability. The containers must be green in color. The wheels
shall be black in color.
5. The body of the containers below the lid shall be one piece and shall be rotationally
or injection molded. The lid shall be manufactured of the same material as the body
and shall be of the same molding process as the body of the containers. The lid shall
continuously overlap and come in contact with the container body or otherwise
cause an interface with the container body that simultaneously prevents the
inclusion of rainwater, rodents, birds, and insects and emission of odors. The lid
shall have operating instructions describing the "safe use" and be molded into the
portion of the lid so it can be easily read while pushing the unit.
The lid shall be designed to ensure that container will be watertight and permanently
attached with the hinges of polyethylene to the container without the use of metal
hinges, metal bar, PVC, plastic glued connections or any hidden bar. The hinges
shall allow the lid to open by the force of its own weight upon dumping to the 90
degree required.
6. The containers shall have a mechanical hinge formed in the molding process. The
required hardware and instructions of assembling shall be provided.
Project No. SW -14-010 Page 13 of 19
7. The containers shall have a corrosion resistance steel axle.
8. The wheels shall be blow molded snap on with integrated spacers for ease of
assembly.
9. The containers shall be capable of being emptied with fully -automated equipment
utilized by the City.
10. The body walls of the containers shall be designed to have a slight taper so the top
of the body is slightly larger than the bottom for nesting during shipment. The
containers shall have a double drag rail and a reinforced bottom. The interior surface
shall be smooth and free from crevices, recesses, projections, and other
obstructions where refuse could become entrapped.
11. The containers shall have a one (1) piece handle behind the lid when open. The
handle shall provide a strong grip when moving the containers. Metal, exposed PVC
or square handles are unacceptable.
12. The containers shall be stable and self -balancing when in the upright position, when
loaded or empty. The containers shall have a wide base with a large drag rail
surface area to maintain stability and help container stay upright. The wheels shall
be off the ground slightly so as to not make the container unstable when upright
position. The containers shall remain in the upright position when the lid is being
opened.
13. The containers shall have large smooth areas on side panels for logos and text.
Containers shall be hot -stamped in the color white with a unique sequential serial
number on the front of the container. The City logo shall hot -stamped in the color
white on the two sides of the container. The City shall provide the logo to the
successful bidder. Safety information shall be hot -stamped the color white on the lid
of the containers.
Bid Item 2 — 300 Gallon Containers:
300 — Gallon Containers Details:
Container Size: 300 gallons
Color: Green
Maximum Weight of Resin (lid, body, & trash hatch): 80 lbs.
Lid: One piece 1/3 fixed with hatch. 2/3 hinged lid — double wall split lid.
Dimensions:
Height (Inches)
Top Diameter (Inches)
47" maximum
53" maximum
1. The bidders shall provide a certificate of materials stating the materials used. The
containers shall be designed to be picked up and dumped by a gripping device that
applies a compressive radial force of 200 pounds without damaging the containers.
Project No. SW -14-010
Page 14 of 19
Containers must be capable of being emptied with fully -automated equipment utilized by
the City. The containers shall be designed to have a slight taper so that the top of the
body is lightly larger than the bottom for nesting during shipment. The interior surface
shall be smooth and free from crevices, recesses, projections, and other obstructions
where refuse could become entrapped.
2. The containers shall be manufactured with a cross-link polyethylene material that
contains ultra -violet stabilizer. The containers must be of premium quality, performance,
and dependability. The containers must be green in color. The wheels shall be black in
color. The body below the lid shall be one piece and either rotationally or injection
molded.
The lid shall be manufactured of the same material as the body and be of the same
molding process as the body. The lid shall continuously overlap and come in contact
with the container body or otherwise cause an interface with the container body that
simultaneously prevents the inclusion of rainwater, rodents, birds, and insects and
emission of odors. The lid shall have operating instructions describing the "safe use"
and be molded into the portion of the lid so it can be easily read while pushing the unit.
3. The containers shall have a rear hatch lid that may require assembling. The required
hardware and instructions for assembling shall be included with containers when
shipped.
4. The containers shall have a 1/3 fixed and 2/3 hinged lid with a rib molded in
separating the two sections of the split lid. The 1/3 fixed lid shall have four molded
hinge holes and a molded rib as part of construction for added strength. Drilled holes
are not acceptable. The 2/3 hinged lid shall have an eight point contact with four (4)
HDPE plastic pins acting as the hinge. The pins are to be secured with hairpins.
5. The container shall be stable and self -balancing when in the upright position, when
loaded or empty. The container shall remain in the upright position when the lid is being
opened.
6. The containers shall be capable of withstanding a compressive force of 200 pounds
in the lifting and dumping process without permanent damage, deformation or structural
failure.
Project No. SW -14-010 Page 15 of 19 Y�_/
City of Port Angeles
Bid No. SW -14-010
BID FORM
2014 Garbage Containers
Bidder shall have the option to bid on one bid item or all bid items for a bid to be valid. The
bidder hereby bids the following amounts for the materials described in the Schedule A of the
Contract Document. Bid maybe awarded to multiple bidders.
DIU Il::llI i -.y.U-VQII%JI1 VVI IL0111G1011 MAUMAIJ INM4 IIu1Urr
EXTENDED
BID ITEM: DESCRIPTIONS: QUANTITY UNIT PRICE: AMOUNT
(UNITS)
1 ( 95—Gallon Containers Including Hardware 340 UNITS $44.24 $15,041.60
Sales Tax (8.4%) $1,263.49
Freight
$3,077.00
Total Amount for Bid Items 1 $19,382.09
(including sales tax and freight)
Bid Item 2 — Ilon Containers IncludingHardware
EXTENDED
BID ITEM: DESCRIPTIONS: QUANTITY UNIT PRICE: AMOUNT
(UNITS)
2 300—Gallon Containers Including Hardware I 47 UNITS $319.00 . 1d 293 00—
Sales Tax
Freight
Total Amount for Bid Items 2
(Including sales tax and freight)
Tota! Amount for Bid Items 1 & 2:$37,149.31
Cc.+im,a+,mA rinihinni nave -
Indicate estimated number of days after the
Bid Item 1: 95 Gallon Containers
30-45
purchase order is received that the unit will
DAYS: Days ARO
Bid Iterrrz-389 6affon Containers
be delivered to the city. The maximum
number of days shall not exceed 74 days.
Pricing is firm for 6 months and is subject to change based off of resin prices published in Plastic News. Also, if a
purchase of less than a truck load is required the freight amount will be adjusted accordingly.
Project No. SW -14-010 Page 16 of 19
City of Port Angeles
Bid No. SW -14-010
2014 Garbage Containers
BID SIGNATURE SHEET
(BID SUMMARY and SIGNATURES)
Will you sell additional units to the City of Port Angeles at the bid price until further
notice?
❑ Yes N No Please see pricing page.
ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has
received Addenda No(s). N/A to this project manual.
The undersigned hereby accepts the terms and conditions as set forth herein. This bid
submittal sheet must be signed and dated by the bidder or a representative
legally authorized to bind the bidder.
FULL LEGAL NAME OF BIDDER Otto Environmental Systems (AZ), LLC
TYPE OF BUSINESS: ❑ Corporation ❑ Partnership (general) ❑ Partnership
(limited)
❑ Sole Proprietorship IX Limited Liability Company
ADDRESS 12700 General Drive
CITY/STATE/ZIPCharlotte NC 28273
PHONE (800) 795-6886 FAX (704) 588-9370
NAME (PLEASE PRINT) Diana Thomas
TITLE CFO
DATE 4/4/2014
Project No. SWA4-010
Page 17 of 19
^4e, 90nT 4,�QE�
4 �s
North Carolina
STATE OF WASHINGTON
COUNTY OF Mecklenburg
NON -COLLUSION AFFIDAVIT
The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a
genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not
therein named; and (s)he further says that the said bidder has not directly or indirectly induced
or solicited any bidder on the above work or supplies to put in a sham bid, or any other person
or corporation to refrain from bidding; and that said bidder has not in any manner sought by
collusion to secure to him/her self an advantage over any other bidder or bidders.
Subscribed and sworn to before me this 4
Project No. SW -14-010
Diana Thomas, CFO
Signature of$idder%Contractor
day of April 2014
t
Notary I'u�ic in and for the
State of North Carolina
Residing at Gaston County
My Comm. Exp.: June 28 2016
Page 18 of 19
VORT4 ,O�
V �N
® BIDDER'S CHECKLIST
KS AKO
1. Has the Bid Submittal Sheet been properly signed, and corporate seal affixed, if applicable?
2. Has the Non -Collusion Affidavit been property executed?
3. Have all Addenda, if any, been acknowledged on the Bid Submittal Sheet?
4. BID MUST BE SUBMITTED BY THE TIME AND DATE SPECIFIED IN ORDER TO BE
CONSIDERED A VALID BID.
Project No. SW -14-010
Page 19 of 19