Loading...
HomeMy WebLinkAbout000949 Original Contract City of Port Angeles Record # 000949 CONTRACT DOCUMENTS for 300 GALLON GARBAGE CONTAINERS PURCHASE CONTRACT NO. MEC15-26 y0, pORT qN�� 4 �v c�ORKS ANpJ� CITY OF PORT ANGELES WASHINGTON MAY 2015 CRAIG FULTON, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES MIKE PUNTENNEY, P.E., DEPUTY DIRECTOR OF PUBLIC WORKS & UTILITIES Reviewed by: Approved by: r Mike Puntenney, P.E. William Bloor Deputy Director of Public Works & utilties City Attorney Project No. MEC15-011 Page 1 of 17 May 2015 1r 0,PORiq GF� CITY OF PORT ANGELES N INVITATION TO BID For S 300 GALLON GARBAGE CONTAINERS "CMS ANO Sealed bids will be received by the Contract Specialist until 2:OOPM, June 4, 2015, and will be opened and read in the Public Works conference room, Port Angeles City Hall, 321 East Fifth Street, Port Angeles, Washington 98362. Bids will be taken for the following Materials: 300 Gallon 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, P.E Deputy Director of Public Works & Utilities PUBLISH: Peninsula Daily News: May 17, 2015 Project No. MEC15-26 Page 2 of 17 ti'0,90FITA, o INSTRUCTIONS FOR BIDDERS Equipment Bids KS BIDANO BID SUBMITTAL: All bids must be made on the required bid form and in cases of errors in the extension All bids must be sealed with the outside of of prices in the bid, the unit prices will the envelope marked with the BID govern. All blank spaces for bid prices must OPENING DATE June 4, 2015, be filled in, with ink or typewritten, and the PURCHASE CONTRACT NO. MEC15-011. bid form must be fully completed and The NAME AND ADDRESS OF THE executed when submitted. Only one copy BIDDER shall also appear on the outside of of the bid form is required. Faxed and the envelope. Bids shall be directed to the emailed bids will not be accepted. Contract Specialist, and mailed to PO Box Failure to adhere to instructions may 1150, or delivered to 321 East Fifth Street, constitute disqualification of proposal. Port Angeles, Washington 98362. COMPLIANCE WITH SPECIFICATIONS: It is the intent of the attached specifications The equipment must be in accordance with to describe the minimum requirements for the specifications. the equipment requested in sufficient detail to secure bids on comparable equipment. Failure on the Contractor's part to comply All parts which are necessary in order to with any specification herein will be grounds provide a complete unit as described, for disqualification of the bid. meeting all safety requirements, and ready for operation, shall be included in the bid All items called for in the specifications, and shall conform in strength, quality of including but not limited to the equipment workmanship and material to that which is constructed as shown, and the necessary usually provided the trade in general. Any manuals, must be complied with before the variance from the specifications or final payment can be processed. standards of quality must be clearly pointed out in writing by the bidder. Where the description of an item includes both specifications and a brand name and Do not make reference to brochures or number, the specifications shall govern in supporting literature on the bid sheet. All case of conflict. Brand name and number notations for bid compliance or are for reference as to the type and quality exceptions are to be made on the bid required and do not preclude offers of a sheet or on a plain piece of paper comparable or better product, provided full attached and referenced to the bid item. specifications and descriptive literature accompany the offer. Failure to include full If a bidder's corporate policy mandates use descriptive literature may be cause to reject of an official quotation form, it may be the offer. submitted. However, the cost data must be duplicated on the City's bid cost data and WARRANTY: agreement sheet. The City's bid sheet The purchased supplies or equipment must be signed by the bidder or its agent furnished must have full manufacturer's in order for the proposal to be accepted. warranties, and the warranties must inure to If alternate equipment is proposed, bidders the benefit of the City. are required to submit a separate bid sheet for each unit offered. Vendor agrees to these warranty provisions by signing the bid proposal. Project No. MEC15-26 Page 3 of 17 SAFETY: period exceeding sixty (60) calendar days. This unit shall completely comply with all The City of Port Angeles may, at its option, State and Federal laws, rules, regulations in awarding this purchase contract, take into and codes in effect at the time of delivery. consideration the revenue it would receive from purchasing the equipment from a The unit shall be tested by the successful supplier located within its boundaries, in bidder for compliance with all OSHA/WISHA accordance with RCW 39.30.040. regulations and the State Department of Labor and Industries Safety Rules. For the Schedule(s), offers made in accordance with the Invitation to Bid shall DELIVERY & ACCEPTANCE: be good and firm for the period of 90 calendar days after contract award The terms of delivery are 74 calendar days unless the Bidder specifically limits its offer from issuance of purchase order. Deliveries to a shorter period by written notification on shall be free on board (FOB). the bid document. However, bids so modified may be declared non-responsive. For any exception to the delivery date as Quantities shown are of total estimated specified in this Contract, Vendor shall give initial quantities to be ordered. Purchase prior notification and obtain written approval Orders for additional quantities may be thereto from the City. Time is of the essence placed with successful bidders over this and the Contract is subject to termination for period from the date of award. Prices bid failure to deliver as specified and/or shall be good for all equipment and appropriate damages. The acceptance by materials ordered during that period. All the City of late performance with or without orders shall be placed using City of Port objection or reservation shall not waive the Angeles Purchase Orders. Payments shall right to claim damage for such breach nor be made monthly for materials received and constitute a waiver of the requirements for invoiced. the timely performance of any obligation remaining to be performed by Vendor. Offers made in accordance with the Invitation to Bid shall be good and firm for The successful bidder shall be responsible the period specified in the bid unless the for delivery to the City's Maintenance Yard, Bidder specifically limits its offer to a shorter 1703 South B Street, Port Angeles, period by written notification on the bid Washington, between the hours of 7:30 AM document. However, bids so modified may and 3:00 PM during the City's normal work be declared non responsive. day. Delivery shall be made within the time period specified on the Bid Form. Minority and women owned businesses shall be afforded full opportunity to submit GENERAL INFORMATION: bids in response to this invitation, shall not The City of Port Angeles reserves the right be discriminated against on the grounds of to consider delivery time and may waive any sex, race, color, age, national origin or minor irregularities or minor defects or reject handicap in consideration of an award of any and all bids. Any bid may be withdrawn any contract or subcontract, and shall be prior to the above scheduled time for the actively solicited for participation in this opening of bids or authorized postponement project by direct mailing of the invitation to thereof. Any bid received after the time and bid to such businesses as have contacted date specified shall not be considered. No the City for such notification. Further, all Bidder will be permitted to withdraw its bidders are directed to solicit and consider proposal between the closing time for minority and women owned businesses as receipt of proposals and the execution of potential subcontractors and material contract, unless the award is delayed for a suppliers for this project. Project No. MEC15-26 Page 4 of 17 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. MEC15-26 Page 5 of 17 1'0 90214 C�! 0 CITY OF PORT ANGELES g b 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. 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. 8. 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. Project No. MEC15-26 Page 6 of 17 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 8.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 8.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. MEC15-26 Page 7 of 17 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. MEC15-26 Page 8 of 17 PURCHASE CONTRACT THIS AGREEMENT is made and entered into this P day of 2015, between the City of Port Angeles (hereinafter called the "City") and Rotational Molding, Inc. (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. MEC15-26 Page 9 of 17 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. MEC15-26 Page 10 of 17 ROTATIONAL MOLDING, INC. CITY OF PORT ANGELES By: W '� By: Title: 1 ��� Title: Dated: Z % Dated: -7 ) 811s— ATTEST: ATTEST: 0 ity CIA Approved to as to for City Atfer66y Project No. MEC15-26 Page 11 of 17 City of Port Angeles Schedule A Invitation for Bid 300 Gallon Garbage Containers Purchase Contract: MEC15-26 GENERAL DESCRIPTION: 300 gallon 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. DEFINITION: The word "containers" is used to define the garbage containers as a complete unit including full lids 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 300-gallon containers shall be warranted to be fully functional for a period of no less than three (3) years. The 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 SPECIFICATIONS OF MATERIALS: Bid Item 1 — 300 Gallon Containers: 300 — Gallon Containers Details: Container Size: 300 gallons Color: Green Project No. MEC15-26 Page 12 of 17 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. 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 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. MEC15-26 Page 13 of 17 �A City of Port Angeles Bid No. MEC15-26 BID FORM 300 Gallon Garbage Containers Bidder shall bid on all bid items for—a—bid io—be—valid. The bidder hereby bids the following ,amounts for the materials described in the Schedule A of the Contract Document. Bid Item I — 300 — Gallon Containers Including Hardware ---------- EXTENDED BID ITEM: DESCRIPTIONS: QUANTITY UNIT PRICE. AMOUNT .......... NITS) 1 300—Gallon Containers Including Hardware 90 UNITS ................. Freight f `� � � Sales Tax(8.4%) Total Amount (InClUding sales tax and freight) Estimated Delivery Days: Indicate estimated number of days after the purchase order is received that the unit will Bid Item 1: 300 Gallon Containers DAYS.- � be delivered to the city. The maximum number of days shall not exceed 74 days. Project No. MEC15-26 Page 14 of 17 City of Port Angeles Bid No. MEC15-26 300 Gallon 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 noti ? ❑ No �0�o r rr e i ei, v-1 S t (-, tL-,-- O-0 -$ -C)e r D , 0"i 00 u Af i r) I ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received Addenda No(s). 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 c� 0 C TYPE OF BUSINESS: Corporation ❑ Partnership (general) ❑ Partnership (limited) ❑ Sole Proprietorship ❑ Limited Liability Company ADDRESS 1:1101-9— S , ( k(/2t-O CITY/STATE/ZIP °-� t C.A PHONE i'0 ST-1 —54 0 FAX NAME (PLEASE PRINT) TITLE SIGNED �'� DATE , Project No. MEC15-26 Page 15 of 17 L N ON-COLLUSION AFFIDAVIT STATE OF WASHINGTON ) COUNTY OF ) 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. Signature of Bidder/Contractor Subscribed and sworn to before me this day of 20 Notary Public in and for the State of.- Residing at My Comm. Exp.: Project No. MEC15-26 Page 16 of 17 JURAT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Lo c, Au-'se'l Subscribed and sworn to (or affirmed) before me on this l day of '1 y proved to me on the basis of satisfactory evidence to be the personk(g who appeared before me. JOHN K. CHO i comm.#2105705 •cALrFo / j (� C � '6 z a NOTARYPUBLic �atarA ✓� C LOS ANGELES COUNT S Sign re (Seal) ; " ' my Comm.Expires Apr.4,204 OPTIONAL INFORMATION INSTRUCTIONS The wording of all Jurats completed in California after January 1,2015 must be in the form as set forth within this Jurat.There are no exceptions.If a Jurat to be completed does not follow this form,the notary must correct the verbiage by using ajurat stamp containing the correct wording or attaching a separate jurat form such as this one with does contain the proper wording. In addition, the notary must require an oath or affirmation from the DESCRIPTION OF THE ATTACHED DOCUMENT document signer regarding the truthfulness of the contents of the document. The r /� ✓ �� / document must be signed AFTER the oath or affirmation.If the document was previously t"- �Z! /C c `(i `b signed,it must be re-signed in front of the notary public during the jurat process. (Title or description of attached docume.f) • State and county information must be the state and county where the document signer(s)personally appeared before the notary public. (Title or description of attached document continued) Date of notarization must be the date the signer(s) personally appeared which must also be the same date the jurat process is completed. Number of Pages Cal Document Date . Print the name(s)of the document signer(s)who personally appear at the time of notarization. . Signature of the notary public must match the signature on file with the Additional information office of the county clerk. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficient area permits, otherwise complete a different jurat form. Additional information Is not required but could help to ensure this jurat is not misused or attached to a different document. Indicate title or type of attached document,number of pages and date. • Securely attach this document to the signed document with a staple. 2015 Version vn^.,w.NotaryClasses.com 800-873-9865 -'71 . Large Automated RMI Refuse & Containers * Available in 200, 230, 300, and 4 U gal sizes • Various lid, color,and configuration options • Graphics and hot stamping fflr identification • Crosslink or High Density Polyethylene • Feature molded in hinge points d1r+�i,�l ll,�,sY 2409 g with 2/3 Lid ip w I Rotational Molding Inc. 17022 South Figueroa Street, Gardena, CA 90248 P: (310) 327-5401 • F: (310) 323-9567 r' www.RotationalMoldingInc.com Made I tied ! i ss p LLdoM W ggz m o 4 W � % Hh" Z o = W I r 1 W S F.I I 2 Q o W a Z W 04 N 1 I1 i Ll '= O I m G m @ O M A4 I N }a ima 1 O ix Fx m�'oo Z Irox mr o� ,o 0 i LL m N a m 0 0 z J o to c J -' O o0 z 3 N W (L J ca O 4 4 i w nv} 0 I o e m J i U '�1' 00 N �" to fn uz3 ,—LOS y b% Q I QBWW Z W— tIJ � Z � �� r) tl� LL m W l=aU+ <ovl Q o s 0lw } a S Oa.v�zF' —� zzv2 aa7d O U o W tD ¢ ' I \ a z r � Q T 0 i � W � o W a LU �b chi ! 8 M:j to z W o a 0° to O m z �Puj z M o. 1 y 1 I S 5ctrai�Color~ Product Data Sheet SST-200 SST-200 is a UV-stabilized, cross-linkable high density polyethylene rotational molding resin. Properly molded parts of cross-linked polyethylene demonstrate superior chemical resistance, thermal resistance and environmental stress crack resistance when compared to conventional polyethylene resin. This resin is available in natural, black and other colors. Typical Property Values ASTM Unit Values Density D-792 g/cm3 .949 Tensile Strength @ yield, tin/min D-638 psi 2,900 Flexural Modulus 1%secant D-790 psi 105,000 Heat Deflection Temperature, @ 66 psi D-648 °C 61 Low Temp Impact, 1/8" ARM ft/lbs. 61 Molders must qualify the resin and ensure proper processing or acceptable cure and gel levels. The technical information contained in this data sheet should be used only as a guideline. This information does not reflect normal variances that can occur under different molding conditions. Additives and pigments introduced to the material, as formulated, will change the performance and should be considered when applying these specifications. Spectra Color assumes no liability for any results obtained as a result of product designs that incorporate the information contained in this data sheet. Spectra color 9116 Stellar Court Phone 951-277-0200 Corona,CA 92883 Fax 951-277-4500 SPears Color , Partner In Plastics SAMPLE Certificate of Compliance Rotational Molding, Inc. 17022 S. Figueroa Street Gardena,CA 90248 Spectra Color Inc. certifies that the RESIN product described herein,conforms to and meets the requirements of Spectra's product specification(s)for such product. Customer P.O.. Number: CAS00002340 Product Weight(LB): 11,700 lbs. Spectra Product Designation: SST200 X3261 Dark Green Rotational Molding Part Number: 02-634120 Spectra Order Number: 18469.3 Shipment Date: 12-13-12 Lot Number: 22207 9116 Stellar Court Corona,CA:92883 Phone 951.277.0200 Fax 951.277.4500 LIMI'T'ED WARRANTY 200-240-300-450 GALLON RMI REFUSE CONTAINERS v YEAR WARRANTY BLACK & DARK GREEN COLORS ONLY Rotational Molding Inc.(RMI)warrants to the original purchaser that all 200,300,and 450 gallon semi or fully automated refuse containers used in residential applications manufactured by RMI*will be free from defects in material and workmanship for a period of five(5)years from date of manufacture.If the original purchaser is an authorized RMI distributer the warranty will extend to the original purchaser from the distributer. (*)This warranty is void if containers are used in a commercial application.Contact the manufacturer for a commercial application warranty.This Limited Warranty applies to black and dark green color containers only.Other colors have a three(3)year warranty as noted below. The containers are warranted from failure during normal and regular use.This warranty does not cover negligence or abusive use such as burns,cuts,damage caused by vehicle hits and/or run over,maladjusted lift mechanisms or breakage due to dumping on top o a full hopper,vandalism or unauthorized alterations. Liability of RMI under this warranty is limited to repair,or at RMI's option,replacement of defective product or part thereof which is shown to have been defective when shipped,and only then if RMI is notified in writing of the defects within the warranty period and items in question are promptly delivered to its point of manufacture at RMI's option.Transportation charges are to be prepaid. Special Handling Precautions: TEMPERATURE RESTRICTIONS:At temperatures reaching-20°F or below,RMI does not warranty containers from breakage during lifting and/or dumping process due to brittleness of material at these temperatures. LIFTING MECHANISMS:Due to a wide variety of lifting mechanisms in the refuse industry,RMI will not warranty failures due to improper size or size of adjustments of grabbers to our particular containers. Replacement products provided under the terms of this Warranty are guaranteed only for the remaining period of the original warranty period.Product believed to be defective shall be retained by the buyer for inspection by RMI to verify the existence of the covered defect. No warranty is given by RMI for parts,components or accessories furnished by RMI but not manufactured by it. They are covered by the warranty of their manufacturer,if any.No person,firm or corporation,including the selling dealer,is authorized to assume for RMI any other liability in connection with the sale of these goods. WARRANTY IS VOID IF PRODUCT HAS BEEN ALTERED,ABUSED,NEGLECTED OR IMPROPERLY INSTALLED. THIS WARRANTY IS IN LIEU OF ALL OTHER WARRANTIES,EXPRESS OR IMPLIED,INCLUDING BUT NOT LIMITED TO WARRANTIES OF MERCHANTABILITY OR OF FITNESS FOR A PARTICULAR PURPOSE AND THE OBLIGATION AND LIABILITY OF RMI UNDER THIS WARRANTY SHALL NOT INCLUDE ANY TRANSPORTATION OR OTHER CHARGES OR THE COST OF INSTALLATION OR LIABILITY FOR DIRECT,INDIRECT OR CONSEQUENTIAL DAMAGES OR DELAY RESULTING FROM THE DEFECT.RMI'S LIABILITY AS STATED HEREIN CANNOT BE ALTERED OR ENLARGED EXCEPT IN WRITING SIGNED BY AN OFFICER OF RMI. Effective December 1,2010 this Limited Warranty supersedes all other warranties stated or published. ROTATIONAL MOLDING INC. www.RoTATIONALMOLDINGI NC.COM 1 7022 SOUTH FIGUEROA STREET GARDENA, CA 90248 - (310) 327.5401 ROTATIONAL MOLDING INC. RM 1 ASSEMBLY INSTRUCTIONS 2300, 450 Gallon Refuse Containers These instructions are valid for hatch lid refuse containers. Required Hardware (Included with Container): (4) 3/8"-16 x 1 112" Bolt Gr. 5 Hex Head Bolts - zinc plated SAE J-429 (4) 3/8"-16 Hex Nylon Nuts - zinc plated SAE J-429 (12) 3/8" Flat Washers- zinc plated SAE J-429 (4) 3/8" x 3" H.P. Plastic Hitch Pins (4) Hitch Pin Clips Optional Hardware: Required Tools: (4) 3/8 x 4" Hex Bolts (2) 9/16" wrenches (8) 3/8" Nylon Lock Nuts 5i (16) 3/8" Flat Washers Fig. 1 Assembly Instructions: 1 . Place the rear hatch lid on the container and line up the pre-drilled holes. (Figure 1 ) 2. Insert a bolt with a flat washer from the outside, through the lid and the container. (Figure 2) 3. Fasten a washer and a self-locking nylon nut to the bolt on the inside and tighten. 4. Tighten all 4 bolts with two 9/16" wrenches. Fig.2 ROTATIONAL MOLDING INC. 17022 SOUTH FIGUEROA STREET RM 1 GARDENA, CA 90248 PHONE: (310) 327-5401 FAx: (310) 323-9567 www.ROTATIONALMOLDING INC.COM 01/13/2012 pORT,4 N BIDDER'S CHECKLIST ff7K5 ANO 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. MEC15-26 Page 17 of 17