Loading...
HomeMy WebLinkAbout000607 Original ContractReviewed by: Maher Abed Deputy Director of Operations PROJECT MANUAL CONTRACT DOCUMENTS for Garbage Containers PURCHASE CONTRACT NO. SW -13 -001 �OF pORT qN� U` `1 if *all co AR KS At CITY OF PORT ANGELES WASHINGTON MARCH 2013 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES MAHER ABED, DEPUTY DIRECTOR OF OPERATIONS Approved by: William Bloor City Attorney Project No. SW -13 -001 Page 1 of 19 City of Port Angeles Record #000607 March 7, 2013 1 +OY lryQ 1® ‘L, rce7V 'S CITY OF PORT ANGELES INVITATION TO BID For GARBAGE CONTAINERS Sealed bids will be received by the Director of Public Works Utilities until 2:00PM, March 28, 2013, and will be opened and read in the Public Works conference room, main floor, Port Angeles City Hall, 321 East Fifth Street, Port Angeles, Washington 98362. Bids will be taken for the following Materials: Traffic Materials: 95 and 300 Gallon Residential Commercial Containers Bid documents may be obtained by calling Lucy Hanley at (360) 417 -4541 or by emailing contractsacitvofDa.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. PUBLISH: Peninsula Daily News: March 12, 2013 Maher Abed Deputy Director of Operations Project No. SW -13 -001 Page 2 of 19 BID SUBMITTAL: All bids must be sealed with the outside of the envelope marked with the BID OPENING DATE MARCH 28, 2013, PURCHASE CONTRACT NO. SW -13 -001. The NAME AND ADDRESS OF THE BIDDER shall also appear on the outside of the envelope. Bids shall be directed to the Director of Public Works and Utilities, 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. Project No SW 13 001 INSTRUCTIONS FOR BIDDERS Equipment Bids 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. 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 OSHANVISHA regulations and the State Department of Labor and Industries Safety Rules. DELIVERY ACCEPTANCE: 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 Schedule(s). 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 Project No. SW 13 001 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. 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. Page 4 of 19 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 contractsacitvofoa.us Project No. SW -13 -001 Page 5 of 19 CITY OF PORT ANGELES STANDARD TERMS AND CONDITIONS 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. DELIVERY ACCEPTANCE: For any exception to the delivery date as specified in this Contract, Contractor 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 Contractor. 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. 4. 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. 5. SHIPPING INSTRUCTIONS: Unless otherwise specified, all goods are to be shipped prepaid, F.O.B. Destination. 6. 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. 7. IDENTIFICATION: All invoices, packing lists, packages, shipping notices, instruction manuals, and other written documents affecting this Contract shall contain the applicable purchase contract number. 8. 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. Project No. SW -13 -001 Page 6 of 19 9. WARRANTIES: 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. 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. 10. ASSIGNMENTS: Moneys due under this Contract shall only be assignable with prior written consent of the City. 11. 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. Project No SW -13 -001 Page 7 of 19 12. 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. 13. 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. 14. 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. 15. 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. 16. 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. 17. 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. 18. 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. 19. 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 -13 -001 Page 8 of 19 PURCHASE CONTRACT THIS AGREEMENT is made and entered into this Pday of I 2013, between the City of Port Angeles (hereinafter called the "City and Rehria Pacific Company (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 -13 -001 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 -13 -001 Page 10 of 19 REHRIG PACIFIC COMPANY CITY OF PORT ANGELES I' By: c....)U lkZ.. Title: C 4Le< 644<t_ Dated: ATTEST: &14A5Nik Yul. I LA Ck.,u,_ By: Title: CM --1 YVO a v, c tr Dated: 3 1 s ATTEST: Appr ed to as to fo .(4 City Attorney Project No. SW -13 -001 Page 11 of 19 City of Port Angeles Invitation for Bid Purchase Contract: SW -13 -001 FREIGHT: Freight shall be FOB destination. Schedule A Garbage Containers 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: There are two (2) bid items in this procurement. Bid item 1 is 95 gallon garbage containers and bid item 2 is for 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. 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. 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 DATE DELIVERY REQUIRED: Maximum of 74 days from receipt of purchase order Project No. SW -13 -001 Page 12 of 19 Bid Item 1 —95 Gallon Containers SPECIFICATIONS OF MATERIALS: 95 Gallon Containers Details: Container Size: 95 gallons Color: Green Dimensions: Height (Inches) 1 Width (Inches) 1 Depth (Inches) 47" maximum 1 29" Maximum 1 34" Maximum 1 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 -13 -001 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) I Top Diameter (Inches) 47" maximum 153" maximum Project No. SW -13 -001 Page 14 of 19 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. 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 -13 -001 Page 15 of 19 BID ITEMS: DESCRIPTIONS: Bid Item 2 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 Item 1 Project No. SW -13 -001 City of Port Angeles Bid No. SW -13 -001 BID FORM Garbage Containers 95 Gallon Containers Including Hardware 300 Gallon Containers Including Hardware EXTENDED QUANTITY UNIT PRICE: AMOUNT (UNITS) 340 UNITS I 46.70 Sales Tax (8.4 Freight Total Amount for Bid Items 1 (Including sales tax and freight) Total Amount for Bid Items 2 (Including sales tax and freight) Page 16 of 19 115,878.00 47 UNITS No Bid No Bid f ..ma ,M X1 1,333.75 3,150.00 20,361.75 No Bid FULL LEGAL NAME OF BIDDER ADDRESS PHONE 800 -421 -6244 NAME (PLEASE PRINT) City of Port Angeles Bid No. SW -13 -001 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? Price will be honored for 90 days. After 90 days Yes No price will be subject to current resin market per pound costs and every 90 days thereafter. 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. 4010 East 26th Street CITY /STATE /ZIPj os AnaeleS CA 9005R Rehrig Pacific Company TYPE OF BUSINESS: Corporation I Partnership (general) Partnership (limited) Sole Proprietorship Limited Liability Company Justin Fellhauer FAX 323- 269 -8506 TITLE Regional Sales Manager SIGNED10(Y DATE March 22, 2013 LTS'a Per1'cins, Municipal Contract Manager Project No. SW 13 001 Page 17 of 19 CALIFORNIA STATE OF lfld#Sk#INaTON+# COUNTY OF LOS ANGELES 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 22 day of March 20 13 William J. Rehrig, who proved to me on the basis of satisfactory evidence to be the person who appeared before me. v 3 T 7 V Project No. SW -13 -001 NON COLLUSION AFFIDAVIT ti BUE M. BLACKBURN COMM. #1989157 n Notary Public California LOS ANGELES COUNTY Mr Corms Exp. Sep. 22.2016 r T T T TT T T l J Signature of b idder /C9Ktractor William J. Rehrig, President Notary Public in and for the State of California Residing at Los Angeles My Comm. Exp.: Sept. 22, 2016 Page 18 of 19 BIDDER'S CHECKLIST 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 -13 -001 Page 19 of 19