HomeMy WebLinkAboutItem #01 Award of Bid #06-03 - Wheeled Refuse Containers
AGENDA ITEM COVER SHEET
Meeting Date: 2/27/06
Item # .1.
Contact Name:
Contact Number:
Joyce Tolbert
1516
Reviewed By:
Department Director:
City Manager:
Subject: Award of Bid #B06-03 Term Contract for Wheeled Refuse Containers
Background Summary:
The City has been using Otto Environmental since their bid was awarded in 1995. The bid expired when the cost of
tqe/frbage containers escalated due to higher energy, material, production costs, etc. The new term contract will be
for a total offive (5) years, renewed annually; with provisions for an automatic annual 3% cost escalation and other
cost adjustments.
In compliance with the City of Ocoee's Purchasing Code, a formal bid was developed to provide the containers.
The bid was publicly advertised on December 18,2005 and opened on January 19,2006. There were a total offive
(5) responses to this bid, with one considered as non-responsive for failure to provide a bid security.
Issue:
A ward the term contract for wheeled refuse containers to Otto Environmental Systems (NC), LLC.
Recommendations
Staff recommends that the City Commission award Bid #B06-03 to Otto Environmental Systems (NC), LLC in the
amount of unit prices bid for the 96,65, and 35 gallon containers including shipping, and authorize the Mayor, City
Clerk, and Staff to execute all necessary contract documents and issue purchase orders between the City and
Otto Environmental Systems, (NC) LLC.
Attachments:
1. Bid Tabulation
2. Otto Environmental Bid
3. Toter Incorporated Bid
4. Schaefer Systems International
5. Rehriq Pacific Bid
6. Recommendation Memorandum
7. ITB #B06-03
Financial Impact:
Type of Item: (please mark with an "x'J
Public Hearing
_ Ordinance First Reading
For Clerk's Deot Use:
_____ Consent Agenda
_ Ordinance Second Reading
Resolution
~ Commission Approval
Discussion & Direction
Public Hearing
Regular Agenda
_ Original DocumenUContract Attached for Execution by City Clerk
~ Original DocumenUContract Held by Department for Execution
Reviewed by City Attorney
Reviewed by Finance Dept.
Reviewed by ( )
,.
N/A
N/A
N/A
2
City Manager
Robert Frank
Commissioners
Gary Hood. District 1
Scott Anderson. District 2
Rusty Johnson. District 3
Nancy J. Parker. District 4
Mayor
S. Scott Vandergrift
STAFF REPORT
TO:
The Honorable Mayor and City Commissioners
Joyce Tolbert, Purchasing Agen~
February 27, 2006
FROM:
DATE:
RE:
Award of Bid #B06-03 Term Contract for Wheeled Refuse Containers
ISSUE
A ward the term contract for wheeled refuse containers to Otto Environmental Systems (NC), LLC.
BACKGROUNDffiISCUSSION
The City has been using Otto Environmental since their bid was awarded in 1995. The bid expired when the cost
of the garbage containers escalated due to higher energy, material, production costs, etc. The new term contract
will be for a total of five (5) years, renewed annually; with provisions for an automatic annual 3% cost escalation
and other cost adjustments.
In compliance with the City of Ocoee' s Purchasing Code, a formal bid was developed to provide the containers.
The bid was publicly advertised on December 18, 2005 and opened on January 19, 2006. There were a total of
five (5) responses to this bid, with one considered as non-responsive for failure to provide a bid security. Please
see the attached bid tabulation and user department's recommendation memo for a breakdown of unit price plus
shipping costs:
1. Otto Environmental Systems (NC), LLC
2. Toter Incorporated
3. Schaefer Systems International, Inc.
4. Rehrig Pacific Company
5. Rotonics Manufacturing - non-responsive
Attached is a copy of the bids from each bidder, along with the bid tabulation. All bids are available in the
Finance Department for review.
The Public Works Department and Finance Department have reviewed all bids. Staff recommends awarding the
bid to Otto Environmental Systems (NC), LLC as the most responsive and responsible bidder per the attached
recommendation memorandum from Tonya Elliott, Assistant Director of Public Works.
1
Mayor
S. Scott Vandergrift
center of Good L .
'\.~e l~il)
, (S>
Co:rnmissioners
Gary Hood, District 1
Scott Anderson, District 2
Rusty Johnson, District 3
Nancy J. Parker, District 4
City Manager
Robert Frank
MEMORANDUM
TO:
Joyce Tolbert, Finance Department
FROM:
Tonya Elliott, Assistant Director of Public Works
DATE:
February 24, 2006
RE:
Recommendation for Award - Bid #B06-03, Term Contract - Refuse
Containers
Public Works has reviewed bids from the following bidders:
96 Gallon Carts
Company
Otto Environmental Systems
Shipping Full Load
Total per cart w/ shipping
Toter Incorporated
Shipping Full Load
Total per cart w/ shipping
Schaefer Systems International, Inc.
Shipping Full Load
Total per cart w/ shipping
Rehrig Pacific Company
Shipping Full Load
Total per cart w/ shipping
65 Gallon Carts
Company
Otto Environmental Systems
Shipping Full Load
Total per cart w/ shipping
Schaefer Systems International, Inc.
Bid Amount
$ 47.75
$1,045.00 (357 carts)
$50.68
$ 45.94
$2,000.00 (357 Carts)
$51.54
$49.96
$1,000.00 (357 Carts)
$52.76
$51.73
$1,365.00 (357 Carts)
$55.55
Bid Amount
$ 40.50
$1,045.00 (357 carts)
$43.43
$43.13
The City ofOcoee Public Works. 301 Maguire Road. Ocoee, Florida 34761
phone: (407) 905-3170 . fax: (407) 905-3176. www.ci.ocoee.tl.us
Shipping Full Load
Total per cart wi shipping
Toter Incorporated
Shipping Full Load
Total per cart wi shipping
Rehrig Pacific Company
Shipping Full Load
Total per cart wi shipping
35 Gallon Carts
Company
Otto Environmental Systems
Shipping Full Load
Total per cart wi shipping
Schaefer Systems International, Inc.
Shipping Full Load
Total per cart wi shipping
Toter Incorporated
Shipping Full Load
Total per cart wi shipping
Rehrig Pacific Company
Shipping Full Load
Total per cart wI shipping
$1,000.00 (357 Carts)
$45.93
$ 43.40
$2,000.00 (357 Carts)
$49.00
$49.17
$1,365.00 (35 Carts)
$52.99
Bid Amount
$28.25
$1,045.00 (35 carts)
$31.18
$34.75
$1,000.00 (35 Carts)
$37.55
$39.59
$2,000.00 (35 Carts)
$45.19
$42.89
$1,365.00 (35 Carts)
$46.71
We recommend award of the bid to Otto Environmental Sy terns for the prices submitted on
their 96,65,35 gallon containers and their shipping charge.
If you have any questions or require additional information, please contact me at extension 6003.
TE
- ~ III Z 0 ....en ....en -I w -I en -1<0 ~
.....
- a: 0 l: l: ~ l: ~ 0 c.n 0 c.n o en
0 3 -6' 3 -6' [ I [ I S-cb 0
0 )> (I) G> G>
en en III "0"0 "0"0 !.. !.. -!.. 0
., (I) C. r+ m
~: i5 ('l c. o. III :i' III ;5. 5' 5' 5' ;;0
:J Z l: (I) :J l:cc l:cc :J :J :J
!.. m ., :J :J 3 "tJ 3 ."
~ c. !!!, (j; (j; ':;j
0 III III 5..
w- iil :+ 0 0 c.n
_z c.n .9 .9 .9
00 ?f!. !: -I
., C
o -I -I l: C C
"0 )> ('l :J :J :J
., ~ ;:;: ;:;: ;:;:
-. ;;0 l:
(I) _ ('l ....
III N ~ 0
m III
0 C.
-Efl -Efl -Efl -Efl -Efl -Efl -Efl -Efl
fJ
l/l
::T
'< co" :J '<
(I) ..., - (I) ..... N W -t
III l/l III l/l -~ 0 !J1
('l '0 N m
::T -...j ..... 00
(I) w ~ N N (11 ~ ..... ~ ::0
(") -...j (11 ~ 00 0 0 N -...j
7'" '" 0 0 N 0 (11 (11 ~ s:
-...j 0 0 (11 0 0 0 (11 0
-Efl -Efl -Efl -Efl -Efl -Efl -Efl-Efl 0
Z
-t
CT ~
'< c: :J '< 0
(I) CT Ql (I) -t OJ
l/l 0 l/l
:J N N W "TI C
c. ..... ~ 00 0
...a.
W W -~ 0, -...j - -t
()) ()) ~ ~ 00 ~ <0 (11 ...a. ::0 OJ )>
(11 (11 (11 N (11 ~ :--J ..... U) :e
0 0 0 00 0 ..... (11 ~ - c OJ
0 0 0 <0 0 -...j 0 w 0 :J: C
en =It
m r
-Efl -Efl -Efl -Efl -Efl -Efl -Efl -Efl N OJ )>
fJ .. m
0 r 0 ~
l/l 0 en
::T m I 0
'< co. :J '< "C C 0 Z
(I) ..., Ql (I) ..... N W W
l/l l/l l/l N .<0 ..... ~ 3 ::0
(") '0 ".!>. "TI
::T W -...j -...j m 0
(I) (11 0 <0 W 0 ~ (11 ~
(") 0 0 (11 <0 0 W (11 (11 "TI ::0
7'" 0 0 0 0, 0 ~ 0 <0 C
0 0 0 <0 0 0 0 ~ C/)
0 -Efl -Efl -Efl -Efl -Efl m
CD 0
0 "0 0
CT - CD
c: (") ::l Z
'< '< 0 a.
:J :J -t
(I) CT iil CD (Jl ..... ..... N W
l/l 0 (Jl or -...j ..... -...j )>
:J :i" 0 0 w 0, ".!>.
c. ::l 0
(I) -...j w (J) ~ -...j ~ z
..., (Jl !=' (11 ~ (11 ~ 0 <0
N. 0 O-...j 0 ..... 0 <0 m
CD 0 0(11 0 w 0 ()) ::0
C/)
::l
o
BID FORM
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS
Bid Item Estimated Unit Price Total
Annual
Quantity
96-GaUon Container 750 $ $
47.75 35,812.50
65-GaUon Container 500 $ $
40.50 20.250.00
35-GaUon container 500 $ 28.25 $
14,125.00
Shipping charges 1 Lump Sum $ $
per single full truck load of 1,045.00 1,045.00
containers
Shipping charges 1 Lump Sum $ $
per single partial truck load of *737.67 *737.67
containers *Based on less
than 101 95-aallon con
Total $ *Depends on qual
*Based on full truckload quantities and combinatior
tity
ordered.
See above unit prices.
Acknowledl!ement:
By signing below, vendor submitting the bid acknowledges and understands that:
1. The quantities shown are for estimating purposes only and do not reflect the actual
order quantity.
2. City intends to place orders for no less than a full truck load when possible.
3. There will be a 3% automatic annual adjustment in costs upon renewal of contract
each year.
otto Environmental Systems (NC), LLC
Company Name
Brandon W. Beaver, Treasurer
Authorized Officer (print)
t3i1n1c1&) /~
Authorized Signature
January 18, 2006
Date
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS
24
Bid #B06-03 COMPANY INFORMATION/SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION
OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND
ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORKIBID
FORM" ARE ACCURATE AND WITHOUT COLLUSION.
otto Environmental Systems (NC), LLC
COMPANY NAME
800/227-5885
TELEPHONE (INCLUDE AREA CODE)
704/588-5250
FAX (INCLUDE AREA CODE)
sabernathy@otto-usa.com
E-MAIL ADDRESS
~&2J/~
AUTHORIZED SIGNATURE (manual)
IF REMITTANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
Brandon W. Beaver, Treasurer
NAME/TITLE(PLEASEPRINT)
12700 General Drive
STREET ADDRESS
r.h~rlorrp, Nr. ?R?73
CITY STATE ZIP
FEDERAL ID # 76-0721498
_Individual _Corporation _Partnership ---1L-Other (Specify) Limited Liabili tv Company
Sworn to and subscribed before me this
18
day of January
,200~.
Personally Known X or
Produced Identification
(Type ofIdentification)
Notary Public - State of North
County of itfuWi!l.n '
Sabrina B. Abernathy
Printed, typed or stamped
Commissioned name of Notary Public
IUY C.OMMI~~'O~J FY'!N~>~ 1n~t&~2r;!'lO
In ,~u~t-.;.a'.ur~4'C' i'll ~,-.,-.t ~."'"~~ \i I .f ...."':Jg
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS
25
BID FORM
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS
Bid Item
Estimated
Annual
Quantity
96-Gallon Container
(357 carts per
6S-Gallon Container
(476 carts per
3S-Gallon container
(630 carts per
Shipping charges
per single full truck load of
containers ** (see next pa
truckload uantities
Shipping charges
per single partial truck load of
containers ****
see next
7S0
)
SOO
)
SOO
)
1 Lump Sum
e)
.sted above
1 Lump Sum
Acknowledeement:
U nit Price
Total
$ $
45.94* 34,455.00
$ $
43.40* 21,700.00
$ $
39.59* 19,795.00
$ $
2,000.00 8,000.00***
see next a e)
$ $
1,350.00
included
Total $
83,950.00
By signing below, vendor submitting the bid acknowledges and understands that:
1. The quantities shown are for estimating purposes only and do not reflect the actual
order quantity.
2. City intends to place orders for no less than a full truck load when possible.
3. There will be a 3% automatic annual adjustment in costs upon renewal of contract
each year.
* For Models 79296 and 79264, pricing is based on orders
placed in lots of truckload quantities of 2/3 assembled
carts with lids, stop bar and axle factory installed
(357 Model 79296 carts and 476 Model 79264 carts).
For Model 76532, pricing is based on orders placed in lot
of truckload quantities of carts shipped with lids
factory installed (630 carts) Sizes of carts may be
combined to make up a complete truckload.
Orders placed for other than lots of truckload
quantities may be subject to additional freight.
* OPTIONS:
-The City may deduct $0.50 for Sunburst Wheel with
pal nut attachment.
-The City must add $1.50 per cart for semi-pneumatic
wheels with pal nut attachment.
-The City must add $1.25 per cart for Special Granite
Color Body (Greenstone, Graystone, Sandstone, Brownstone,
Bluestone or Navey Granite) with Standard Solid Color
Lid.
NOTES ARE CONTINUED ON NEXT PAGE.
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS
Toter Incorporated
Company Name
President and CEO
Januarv 17, 2006
Date
24
~
~
...,
SPECIAL NOTES FROM PAGE 24 CONTINUED:
..,
** Single full truckload of Models 79296 and 79264 shipped 1/3 assembled
with stop bar and axle factory installed are 588 Model 79296 carts and
840 Model 79264 carts. Model 76532, shipped unassemhled, with no
components factory installed, has atruckload quantity of 1,140 carts.
Sizes of carts may be combined to make up a complete truckload.
...,
.,
*** Total shipping charges per single full truckload of containers is
based on all carts (1,750 carts) shipped together to one location,
2/3 assembled.
a:
**** Partial truckloads vary by cart size. To be "partial", the shipment
must be less than 20% of a full truckload.
.,
a:
-.:
..
..
...
lIS
...
...
...
..
--:
:1
"'"
l
I
...
-,
I
I
....
I
i
I
...
l
I
..
,
..
I
I
...
I
i
I
-
I
I
I
I
-
:rc
~
I
I
-
-,
I
I
-
-1
I
...
--1
i
",.
1
I
..
I
I
...
-l
I
I
-
I
I
-
"""
Bid #B06-03 COMPANY INFORMATION/SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION
OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND
ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORKIBID
FORM" ARE ACCURA TE AND WITHOUT COLLUSION.
Toter Incorporated
COMPANY NAME
800-424-0422 or 704-872-8171
TELEPHONE (INCLUDE AREA CODE)
704-878-0734
FAX (INCLUDE AREA CODE)
kclark@toter.com
E-MAIL ADDRESS
t11r
IF REMITTANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
John G. Scott, Pres. & CEO
NAME/TITLE (pLEASE PRINT)
Department 6001
Carol Stream, IL 60122-6001
841 l-leacham Road
STREET ADDRESS
Statesville, NC 28677
CITY STATE ZIP
FEDERAL ID # 56-1362422
_Individual ~Corporation _Partnership _Other (Specify)
Sworn to and subscribed before me this
17 t14ay of J anuarv
,200~.
. Personally Known X
or
Produced Identification
N/A
(Type ofIdentification)
CAROLINA
Laura Parker Gates
Printed, typed or stamped
Commissioned name of Notary Public
My Commission Expires: June 30, 2007.
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS
25
BID FORM
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS
Bid Item Estimated Unit Price Total
Annual
Quantity
96-Gallon Container 750 $ 49.96 $
37,470.00
65-Gallon Container 500 $ 43.13 $
21,565.00
35-Gallon container 500 $ $ 17,375.00
34.75
Shipping charges 1 Lump Sum $ $
per single full truck load of 1,000.00 1,000.00
containers
Shipping charges 1 Lump Sum $ $
per single partial truck load of -l~Please see
containers note below.
Total $ 77,410.00
Acknowled2ement:
By signing below, vendor submitting the bid acknowledges and understands that:
1. The quantities shown are for estimating purposes only and do not reflect the actual
order quantity.
2. City intends to place orders for no less than a full truck load when possible.
3. There will be a 3% automatic annual adjustment in costs upon renewal of contract
each year.
-lH~ Depends on size of container(s), quantity and weight.
Schaefer Systems International, Inc.
Company Name
VP-Managing
Director
January 6, 2006
Date
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS
24
Bid #B06-03 COMPANY INFORMATION/SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION
OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND
ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID
FORM" ARE ACCURATE AND WITHOUT COLLUSION.
Schaefer Systems Internationanl, Inc.
COMPANY NAME
(704) 944-4500
TELEPHONE (INCLUDE AREA CODE)
(704) 944-4569
FAX (INCLUDE AREA CODE)
mike.knaub@ssimail.net
E-MAIL ADDRESS
IF REMITTANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
Michael L. Knaub, Sr. VP
NAME/TITLE (PLEASE PRINT)
10021 Westlake Drive
STREET ADDRESS
Charlotte, NC 28273
CITY ST ATE ZIP
FEDERAL ID # 22-1851861
_Individual ~Corporation _Partnership _Other (Specify)
Sworn to and subscribed before me this
6th day of January, 2ooL.
Personally Known
x
or
Produced Identification
(Type ofIdentification)
Notary Public - State of North Carolina
County~f MeCklenbUm~
[Jadi(4)~'~
Signature of Notary Pubiic
Frankie M. Batts
Printed, typed or stamped
Commissioned name of Notary Public
BOG-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS
25
BID FORM
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS
Bid Item Estimated Unit Price Total
Annual
Quantity
96-Gallon Container 750 $ $
51.73 ea. del. 38,797.50
65-Gallon Container 500 $ $
49.17 ea. del. 24,585.00
35-Gallon container 500 $ $
42.89 ea. del. 21,445.00
Shipping charges 1 Lump Sum $ $
per single full truck load of 1,365.00 1,365.00
containers
Shipping charges 1 Lump Sum $ $
per single partial truck load of 1,365.00 1,365.00
containers
Total $
87,557.50
Acknowledeement:
By signing below, vendor submitting the bid acknowledges and understands that:
1. The quantities shown are for estimating purposes only and do not reflect the actual
order quantity.
2. City intends to place orders for no less than a full truck load when possible.
3. There will be a 3% automatic annual adjustment in costs upon renewal of contract
each year.
Rehrig Pacific Company
Company Name
1/16/2006
Date
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS
24
Bid #B06-03 COMPANY INFORMATION/SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION
OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND
ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID
FORM" ARE ACCURATE AND WITHOUT COLLUSION.
Rehrig Pacific Company
COMPANY NAME
(800) 241-9691 ext ]]8
TELEPHONE (INCLUDE AREA CODE)
(770) 119-4840
FAX (INCLUDE AREA CODE)
klesiacsek@rehrigpacific.com
E-MAIL ADDRESS
IF REMITTANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
Kirk Lesiacsek I Sales Representative
NAME/TITLE (PLEASE PRINT)
1000 Raco Court
STREET ADDRESS
Lawrenceville, GA 30045
CITY ST ATE ZIP
FEDERAL ID # 95-4608797
_Individual ~Corporation _Partnership _Other (Specify)
~
Sworn to and subscribed before me this J (0 day of Yl\A.lUA ~ ,200-.0
Personally Known or
Produced Identificatio~MG
(J,~~ (~('1 f~
(Type of Identification)
Notary Public _ State of ~ w- v:g J' c21
coun~o~~~1-r) .
Ign Pu hc j)
'iO~ (I\) [ ffHc~
~' Y.J. Patel
Printe~, ~ed or stamped Not.ary Public
CommISSIOned name ofN~~~untYI Georgia
My Cornm.Exp. Sept. 23, 2007
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS
25
Mayor
S. Scott Vandergrift
center of Good L. .
<\.~e It.>l~
Commissioners
Gary Hood, District 1
Scott Anderson, District 2
Rusty Johnson, District 3
Nancy J. Parker, District 4
City Manager
Robert Frank
CITY OF OCOEE
INVITATION TO BID #B06-03
TERM CONTRACT FOR
WHEELED REFUSE CONTAINERS
City ofOcoee . 150 N Lakeshore Drive. Ocoee, Florida 34761
phone: (407) 905-3100. fax: (407) 656-8504 . www.cLocoee.fl.us
BID DOCUMENTS
3
4 thru 6
7 thru 13
14
Legal Advertisement
Invitation to Bid #B06-03
General Terms & Conditions
Addenda Acknowledgment
SCOPE OF WORK/BID FORM
15 thru 23
24
25
Specifications
Bid Form
Company Information/Signature Sheet
END OF TABLE OF CONTENTS
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS
2
LEGAL ADVERTISEMENT
Ocoee City Commission
Sealed bids will be accepted for Bid #B06-03, TERM CONTRACT FOR WHEELED REFUSE
CONTAINERS, no later than 2:00 P.M., local time, on January 19,2006. Bids received after that time
will not be accepted or considered. No exceptions will be made. The City reserves the right to reject any
and all bids and waive infonnalities.
The City of Ocoee, Florida, in conformance with the policies and procedures of the City of Ocoee
(City) is soliciting bids from qualified and licensed vendors to provide wheeled refuse containers
and delivery to the City at 301 Maguire Road, Ocoee, FL 34761, in accordance to the bid
documents. This is a term contract, renewal annually, for a maximum of five (5) years. The City
intends to award a contract to a single vendor based on total lump sum bid prices and satisfaction
of the required specifications and warranties.
No Pre-Bid Conference will be held. All questions, comments and concerns shall be presented in
writing (fax or e-mail is acceptable) to the Purchasing Agent by 5:00 PM January 10,2006. No further
questions will be accepted following the time and date stated. All bidders will be held liable for contents
as presented in writing to the City.
Bid Security: A certified check or bid bond shall accompany each bid, no cash accepted. The certified
check or bid bond shall be for $1,000.00 and shall be made payable to the City ofOcoee as a guarantee
that the Bidder will not withdraw for a period of (90) days after bid closing time and will sign a Contract
with the City for the Bid Price.
Each Bidder shall submit one (1) original and three (3) copies of the required bid documents, in a sealed
envelope plainly marked on the outside with the appropriate bid number and opening date and time. Bids
will be received at the City of Ocoee, Attn: Purchasing Agent, 150 N. Lakeshore Drive, Ocoee, Florida
34761-2258. Bids will be publicly opened and read aloud in the City Hall Conference Room on the
above-appointed date at 2:01 PM, local time, or as soon thereafter as possible.
Interested Contractors may secure a copy of the bid documents through Demandstar by accessing the
City's website at www.cLocoee.fl.us under Finance/Purchasing, or copies are available from the
Purchasing Agent for a non-refundable reproduction and/or administrative fee of $20.00. Checks
should be made payable to the City of Ocoee. Copies via e-mail are not available and partial sets of bid
documents will not be issued.
A ward of Contract: The City of Ocoee reserves the right to waive technicalities or irregularities, reject
any or all bids, and/or accept that bid that is in the best interest of the City, price, qualifications and other
factors taken into consideration. The City reserves the right to award the Contract to the Bidder, which,
in the sole discretion of the City, is the most responsive and responsible Bidder, price, qualifications and
other factors considered.
No fax or electronic submissions will be accepted.
City Clerk
December 18, 2005
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS
3
CITY OF OCOEE
INVITATION TO BID #B06-03
TERM CONTRACT FOR WHEELED REFUSE CONTAINERS
INTENT:
Sealed bids for Bid #B06-03 will be received by the City of Ocoee, hereinafter called "the City",
by any person, firm, corporation or agency submitting a bid for the work proposed, hereinafter
called "Bidder".
This TERM CONTRACT shall be for the period of one (1) year upon the execution of the
contract renewable annually to a maximum five (5) years. The proposed Contract will be to
furnish wheeled refuse containers of sizes specified and meeting the specification listed herein;
and shipping and delivery to City Public Works Department at 301 Maguire Road, Ocoee, FL
34761.
BIDDING INSTRUCTIONS:
A. Each bidder shall furnish the information required on the bid form supplied and each
accompanying sheet thereof on which an entry is made. Bids submitted on any other format
shall be disqualified. Please check your prices before submission of bid. Bids must be
typewritten or handwritten using ink. Do not use pencil. No erasures permitted. Corrections
on the bid documents shall be initialed and dated by person signing the bid. Bid documents
must be signed by a legally responsible representative, officer, or employee and should be
properly witnessed and attested. All bids shall also include the name and business address of
any person, firm or corporation interested in the bid either as a principal, member of a firm or
general partner. If the bidder is a corporation, the bid should include the name and business
address of each officer, director, and holder of 10% or more of the stock of such corporation.
B. Any questions or concerns regarding this bid should be addressed in writing to the Finance
Department, City of Ocoee, FL, Attention: Purchasing Agent (407) 905-3100, extension
1516 and fax (407) 656-3501 or emailjtolbert@ci.ocoee.fl.us, and shall be received not later
than 5:00 PM January 10,2006. Any clarificationslchanges will be made by way of written
addenda only, issued by the Finance Department. Bidders should not contact other City staff
or other City consultants for information before the bid award date. Any contact with any
other member of the City Staff, City Commission, or its Agents during this time period may
be grounds for disqualification.
C. This bid must be received as one (1) original and three (3) copies of the required bid
documents only, by the Finance Department not later than 2:00 P.M., local time, on
January 19,2006. Bids received by the Finance Department after the time and date specified
will not be considered, but will be returned unopened. "Postage Due" items will not be
accepted. Bids transmitted by fax or e-mail will not be accepted. Bids shall be delivered in a
sealed envelope, clearly marked with the bid number, title, and opening date and time to:
City of Ocoee
Finance Department
Attention: Purchasing Agent
150 N Lakeshore Drive
Ocoee, FL 34761-2258
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS
4
D. Bids will be publicly opened and read aloud in the Ocoee City Hall Conference Room, 150
N. Lakeshore Drive, Ocoee, Florida 34761-2258 at 2:01 P.M., or as soon thereafter as
possible on the above-appointed date. Bidders or their authorized agents are invited to be
present. Please be aware that all City Commission meetings are duly noticed public meetings
and all documents submitted to the City as a part of a bid constitute public records under
Florida law.
E. All bidders shall thoroughly examine and become familiar with the bid package and carefully
note the items which must be submitted with the bid, such as:
a) Bid Security in the form of a Cashier's or Certified check or Bid Bond;
b) Bid Form;
c) List of References/Experience;
d) Addenda Acknowledgment
e) Any other information specifically called for in these Bid Documents.
F. Submission of a bid shall constitute an acknowledgment that the bidder has complied
with Paragraph E. The failure or neglect of a bidder to receive or examine a bid document
shall in no way relieve it from any obligations under its bid or the contract. If "NO BID", so
state on face of envelope or your company may be removed from the City's vendor list. No
claim for additional compensation will be allowed which is based upon a lack of knowledge
or understanding of any of the Contract Documents or the scope of work. All items quoted
shall be in compliance with the bid documentslscope of work.
G. No Pre-Bid Conference will be held. All questions, comments and concerns shall be
presented in writing (fax or e-mail is acceptable) to the Purchasing Agent by 5:00 PM
January 10,2006. No further questions will be accepted following the time and date stated.
All bidders will be held liable for contents as presented in writing to the City.
H. Any response by the City to a request by a bidder for clarification or correction will be made
in the form of a written addendum which will be mailed, e-mailed or faxed by Demandstar,
or the City if applicable, to all parties to whom the bid packages have been issued. The City
reserves the right to issue Addenda, concerning date and time of bid opening, clarifications,
or corrections, at any time up to the date and time set for bid opening. In this case, bids that
have been received by the City prior to such an addendum being issued, will be returned to
the bidder, if requested, unopened. In case any respondent fails to acknowledge receipt of
any such Addendum in the space provided in the bid documents, its' bid will
nevertheless be construed as though the Addendum had been received and
acknowledged. Submission of a bid will constitute acknowledgment of the receipt of the
Bid Documents and all Addenda. Only interpretations or corrections provided by written
Addenda shall be binding on the City. Bidders are cautioned that any other source by which
a bidder receives information concerning, explaining, or interpreting the Bid Documents
shall not bind the City.
I. Any of the following causes may be considered as sufficient for the disqualification of a
bidder and the rejection of its bid:
a) Submission of more than one (1) bid for the same work by an individual, firm,
partnership or corporation under the same or different name. For purposes of this
subparagraph, firms, partnerships or corporations under common control may be
considered to be the same entity;
b) Evidence of collusion between or among bidders;
c) Being in arrears on any existing contracts with the City, or litigation with the City or
having defaulted on a previous contract with the City;e
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS
5
d) Poor, defective or otherwise unsatisfactory performance of work for the City or any
other party on prior projects which, in the City's judgment and sole discretion, raises
doubts as to Bidder's ability to properly perform the work; or
e) Any other cause which, in the City's judgment and sole discretion, is sufficient to
justify disqualification of Bidder or the rejection of its bid.
No bid may be withdrawn and all bid prices shall remain firm for a period of ninety
(90) days after the time and date scheduled for the bid openine.
The City reserves the right to accept or reject any or all bids, to waive informalities
or irregularities, to request clarification of information submitted in any bid, or to
readvertise for new bids. The City may accept any item or group of items of any bid,
unless the respondent qualifies his/her bid by specific limitations.
The City will make an 'Award, in its absolute and sole discretion to the most
responsible and responsive bidder whose bid, in the City's opinion, will be most
advantageous to the City, price and other factors considered. The City reserves the
right, to aid it in determining which bid is responsible, to require a bidder to submit
such evidence of bidder's qualifications as the City may deem necessary, and may
consider any evidence available to the City of the financial, technical, and other
qualifications and abilities of a bidder, including past performance (experience)
with the City and others. The City Commission shall be the final authority in the
award of any and all bids.
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS
6
GENERAL TERMS & CONDITIONS:
1. BID SECURITY:
a) Each bid must be accompanied by a cashier'slcertified check upon an incorporated
bank or trust company or a bid bond in an amount of $1,000.00. A combination of
any of the former is not acceptable. Cash or Company/Personal Checks will not be
accepted as bid security. The cashier's check or bid bond is submitted as a guarantee
that the bidder, if awarded the Contract, will after written notice of such award, enter
into a written contract with the City, and as a guarantee that the bidder will not
withdraw its bid for a period of ninety (90) days after the scheduled closing time for
the receipt of bids, in accordance with the accepted bid and bid documents.
b) In the event of withdrawal of said bid within ninety (90) days following the opening
of bids, or bidder's failure to enter into said contract with the City or failure to
provide the City with other requirements of the contract documents or the bid
invitation after issuance of Notice of intent or recommendation to award by the City,
then such bidder shall be liable to the City in the full amount of the check or bid bond
and the City shall be entitled to retain the full amount of the check or to demand from
the Surety the penal sum of the bid bond as liquidated damages and not a penalty.
c) Surety companies executing bonds shall be duly insured by an insurer or corporate
surety acceptable to the City and authorized to do business in the State of Florida and
signed by a Florida licensed resident agent who holds a current Power of Attorney
from the surety company issuing the bond.
d) The cost of the required bond and required insurance coverage is to be included in the
bidder's overhead and is not eligible for reimbursement as a separate cost by the City.
e) The checks of the three (3) most favorable bidders will be returned not later than
three (3) days after the City and the successful bidder have executed the contract for
work. The remaining checks will be returned within thirty (30) days after the opening
of bids. Bid Bonds will be returned upon request following the same criteria as a
check.
2. PERFORMANCE AND PAYMENT BONDS
No performance and payment bonds are required for this bid.
3. PRICING:
Pricing should be provided as indicated on the Specifications & Bid Form attached and
shall include any alternate bids. Please note that alternate bids will not be accepted
unless specifically called for on the Specification & Bid Form. City intends to purchase
the containers in bulk quantities with a minimum of 100 units as needed throughout the
life of the contract.
The minimum and maximum quantity of annual purchases are unknown. The numbers
shown on the Bid Form are approximate for estimating purposes only and are not
guarantee of quantities purchased by the City.
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS
7
Bidder shall enter the total for each bid item as shown on the Bid Form. In case of a
discrepancy between the unit price and extended price, the unit price will be presumed to
be correct. Cost of preparation of a response to this bid is solely that of the bidder and the
City assumes no responsibility for such costs incurred by the bidder.
By submission of this bid, the bidder certifies, and in the case of a joint bid, each party
thereto certifies as to its own organization, that in connection with this procurement:
a) The bidder represents that the article(s) to be furnished under this Invitation to Bid is
(are) new and unused (unless specifically so stated) and that the quality has not
deteriorated so as to impair its usefulness.
b) The prices in this bid have been arrived at independently, without consultation,
communication, or agreement for the purpose of restriction competition, as to any
matter relating to such prices with any other bidder or with any competitor;
c) Unless otherwise required by law, the prices which have been quoted in this bid have
not been knowingly disclosed by the bidder and will not knowingly be disclosed by
the bidder prior to opening, directly or indirectly to any other bidder or to any
competitor;
d) No attempt has been made or will be made by the Bidder to induce any other person
or firm to submit or not to submit a bid for the purpose of restricting competition.
Every contract, combination or conspiracy in restraint of trade or commerce in this
State is unlawful (Florida SS 542.18 and all applicable federal regulations);
e) Bidder warrants the prices set forth herein do not exceed the prices charged by the
bidder under a contract with the State of Florida Purchasing Division; and
f) Bidder agrees that supplies/services furnished under this quotation, if awarded, shall
be covered by the most favorable commercial warranties the bidder gives to any
customer for such supplies/services and that rights and remedies provided herein are
in addition to and do not limit any rights offered to the City by any other provision of
the bid award.
4. COST ESCALATION
An automatic annual 3% cost escalation shall be applied for all bid prices shown on the
Bid Form upon each renewal.
5. OTHER COST ADJUSTMENTS
For the year 3 through year 5 of the contract, the vendor may request a cost adjustment as
dictated by certain unanticipated market conditions caused by material costs or other
unanticipated factors. Vendor may submit a detailed market analysis acceptable by the
City for consideration. Any requested cost adjustments shall be subject to approval by
the City Commission.
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS
8
6. DISCOUNTS:
a) Trade and time payment discounts will be considered in arriving at new prices and in
making awards, except that discounts for payments within less than 30 days will not
be considered in evaluation of bids. However, offered discounts will be taken for less
than 30 days if payment is made within discount period.
b) In connections with any discount offered, time will be computed from date of
Delivery and acceptance at destination, or from the date correct invoice is received
in the office of Finance, whichever is later. Payment is deemed to be made, for
the purpose of earning the discount, on the date of City Check.
7. SAMPLES:
City may request a sample item for testing and observation. When required, the sample
must be furnished and delivered to the City at location specified free of expense to the
City.
8. AWARD CRITERIA:
The contract will be recommended to be awarded to the overall lowest most responsive
and responsible bidder according to the following criteria:
· Compliance with specifications, terms, and conditions
. Bid price(s)
. Warranty offered
The City of Ocoee may waive technicalities or irregularities, reject any or all bids, and/or accept
that bid(s) that is in the best interest of the City, with price, qualifications and other factors taken
into consideration. The City reserves the right to award the Contract to the Bidder(s) which, in
the sole discretion of the City, is the most responsive and responsible Bidder(s), price,
qualifications and other factors considered. However, the City specifically reserves the right to
accept other than the lowest responsible and responsive bid when the City considers that to be, in
its sole and absolute discretion, in the best interests of the City.
8. LITERATURE:
If required by the Scope of Work, or the specifications, descriptive literature/brochures
shall be included with this bid in order to properly evaluate makelmodel offered. Bids
submitted without same may be considered non-responsive and disqualified.
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS
9
9. BID PROTESTS:
The City's Finance/Purchasing Department will consider Bid Protests seeking contract
award, damages, and/or any other relief. Any Bidder seeking to file a Bid Protest
SHALL use the following procedures:
1. A bidder SHALL file a written Bid Protest under this Article, or be barred any
relief.
2. A Bid Protest: (a) must be in writing (oral protests will NOT be acknowledged);
(b) the content of the Bid Protest shall fully state the factual and legal grounds for the
protest and the legal basis for the relief requested; and (c) The Bid Protest shall be filed
with the Purchasing Agent not later than three (3) calendar days after the posting of the
notice of intent to award or recommendation of award by staff.
3. After a Bid Protest has been properly filed with the City, the City, by and through
its Finance/Purchasing Department shall make a determination on the merits of the
protest not later than five (5) business days after receipt of the protest. If the City denies
the protest, the City may proceed with the award of the Contract unless enjoined by order
of a Court of competent jurisdiction.
4. A Bid Protest SHALL be limited to the following grounds: (a) issues arising
from the procurement provisions of the Project Manual and/or the Bid Package or
Contract Documents; and/or (b) applicable federal, state or local law. No Bid Protest
may be based upon questions concerning the design documents. The Bidder shall clarify
all such questions concerning the design of the project prior to submitting its bid.
10. PAYMENT TERMS:
City shall issue an official City Purchase Order for products based on the terms of the
contract. Upon delivery and acceptance by the City, vendor shall submit an official
invoice for payment. Payment for work completed will be made within (30) days of
approved invoice.
No payment will be made for products ordered without proper purchase order
authorization. Payment cannot be made until materials, goods or services, have been
received and accepted by the City in the quality and quantity ordered.
Any contract resulting from this solicitation is deemed effective only to the extent of
appropriations available.
The City of Ocoee, Florida has the following tax exemption certificates assigned:
· Florida Sales & Use Tax Exemption Certificate No. 58-00-094593-54C; and
· The City is exempt from federal excise, state, and local sales taxes.
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS
10
11. CONTRACT:
The successful Bidder, hereinafter referred to as "Contractor" will be required to enter
into a contract with the City. The City may in its sole discretion award any additional
work, whether in the existing areas, or in any additional area, or any additional area, to
any third party, or such work may be performed by the City's employees. Contractor will
be expected to cooperate with any or all other Contractors who may be performing work
for the City.
11. SAFETY REQUIREMENTS:
The Bidder guarantees that the services to be performed and the goods to be provided
herein, shall comply with all applicable federal, state and local laws, ordinances,
regulations, orders and decrees, including without limitation such of the following acts as
may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards
Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act,
Federal Flammable Fabrics Act, and any applicable environmental regulations.
a) All contractors are required to comply with the Congressional Federal Register (CFR)
of the U.S. Department of Labor, Occupational Safety and Health Administration
(OSHA) Construction Industry, Part 1926, and CFR 1910, General Industry
Standards that are applicable in construction work.
b) The prime contractor is not only responsible for the safety aspects of his operation
and employees, but also that of all subcontractors on the job site.
c) Assure that a certified first aid person is designated, phone numbers of physicians,
hospital and ambulance services are posted (copy to Personnel Director, City of
Ocoee) and that a first aid kit is available.
d) All individuals are required to wear hard hats on all construction sites.
e) Provide personal protective equipment that may be required for jobs in progress (e.g.:
hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.).
f) Observe the speed limit on City property.
g) Construction areas cleaned daily; excavations must be barricaded or flagged until
backfilled. In some cases, bracing, shoring and sloping may be required.
h) Scaffolds shall have guard rails on all open sides and secured to prevent
displacement.
i) Powder actuated stud guns or low velocity and/or similar powder actuated tools
require eye and ear protection as well as to ensure that all unauthorized personnel are
well clear.
j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided
and combustible materials cleaned up.
k) All heavy equipment must have, where applicable, (a) back-up alarms, (b) boom
angle indicator, ( c ) load chart, (d) reeving, (3) fire extinguisher, (f) condition of
hook and other items in accordance with OSHA 1926.550 and ANSI B30.5.
1) Construction material shall not be stored so as to block exits.
m) Ground fault circuit interrupters are required on all electrical circuits not part of the
permanent wiring of the building.
n) Personal fall protection must be provided at elevations exceeding ten (10) feet.
0) Per City Ordinance, any Contractor using construction dumpsters within the
City of Ocoee must obtain these services through Superior Waste Services of Florida,
Inc.
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS
11
12. DRUG-FREE WORKPLACE:
If applicable, provide a statement concerning the Bidder's status as a Drug-Free Work
Place or evidence of an implemented drug-free workplace program.
13. CERTIFICATION OF NON-SEGREGATED FACILITIES
The Bidder certifies that it does not and will not maintain or provide for the bidder's
employees any segregated facilities at any of the bidder's establishments and that the
bidder does not permit the bidder's employees to perform their services at any location,
under the bidder's control, where segregated facilities are maintained. The bidder agrees
that a breach of this certification will be a violation of the Equal Opportunity clause in
any contract resulting from acceptance of this Bid. As used in this certification, the term
"segregated facilities" means any waiting room, work areas, time clocks, locker rooms
and other storage and dressing areas, parking lots, drinking facilities provided for
employees which are segregated on the basis of race, color, religion, national origin,
habit, local custom, or otherwise. The bidder agrees that (except where the bidder has
obtained identical certification from proposed contractors for specific time periods) the
bidder will obtain identical certifications from proposed subcontractors prior to the award
of such contracts exceeding $10,000 which are not exempt from the provisions of the
Equal Opportunity clause, and that the bidder will retain such certifications in the
bidder's files.
The non-discriminatory guidelines as promulgated in Section 202, Executive Order
11246, and as amended by Executive Order 11375 and as amended, relative to Equal
Opportunity for all persons and implementations of rules and regulations prescribed by
the U.S. Secretary of labor, are incorporated herein.
14. STATEMENT OF AFFIRMATION AND INTENT:
The bidder declares that the only persons, or parties interested in their bid are those
named herein, that this bid is, in all respects, fair and without fraud and that it is made
without collusion with any other vendor or official of the City of Ocoee. Neither the
Affiant nor the above named entity has directly or indirectly entered into any agreement,
participated in any collusion, or otherwise taken any action in restraint of free
competitive pricing in connection with the entity's submittal for the above project. This
statement restricts the discussion of pricing data until the completion of negotiations and
execution of the Agreement for this project.
The bidder certifies that no City Commissioner, other City Official or City employee
directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or
indirectly benefit by the profits or emoluments of this proposal. (For purposes of this
paragraph, indirect ownership or benefit does not include ownership or benefit by a
spouse or minor child.)
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS
12
The bidder certifies that no member of the entity's ownership or management is presently
applying for an employee position or actively seeking an elected position with the City.
In the event that a conflict of interest is identified in the provision of services, the bidder
agrees to immediately notify the City in writing.
The bidder further declares that a careful examination of the scope of services,
instructions, and terms and conditions of this bid has occurred, and that the bid is made
according to the provisions of the bid documents, and will meet or exceed the scope of
services, requirements, and standards contained in the Bid documents.
Bidder agrees to abide by all conditions of the negotiation process. In conducting
negotiations with the City, bidder offers and agrees that if this negotiation is accepted, the
bidder will convey, sell, assign, or transfer to the City all rights, title, and interest in and
to all causes of action it may now or hereafter acquire under the Anti-trust laws of the
United States and the State of Florida for price fixing relating to the particular
commodities or services purchased or acquired by the City. At the City's discretion, such
assignment shall be made and become effective at the time the City tenders final payment
to the bidder. The bid constitutes a firm and binding offer by the bidder to perform the
services as stated.
15. PUBLIC ENTITY CRIME STATEMENT:
All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for
proposals as defined by Section 287.012(16), Florida Statutes, and any contract document
described by Section 287.058, Florida Statutes, shall contain a statement informing
persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which
reads as follows:
"A person or affiliate who has been placed on the convicted vendor list following a
conviction for a public entity crime may not submit a bid on a contract to provide any
goods or services to a public entity, may not submit a bid on a contract with a public
entity for the construction or repair of public building or public work, may not submit
bids on leases of real property to a public entity, may not be awarded or perform work as
a contractor, supplier, subcontractor, or consultant under a contract with any public
entity, and may not transact business with any public entity in excess of the threshold
amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months
from the date of being placed on the convicted vendor list."
All bidders that submit a Bid or Request for Proposal to the City of Ocoee are
guaranteeing that they have read the previous statement and by signing the bid
documents are qualified to submit a bid under Section 287.133, (2)(a), Florida
Statutes.
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS
13
16. ACKNOWLEDGMENT OF ADDENDA:
Bidder acknowledges receipt of the following addenda:
No.
No.
No.
Dated
Dated
Dated
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS
14
SPECIFICATIONS
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS
All bids submitted shall meet the specifications outlined in this document for wheeled 96-gallon,
65-gallon, and 35-gallon refuse containers which can be dumped by both semi-automated and
fully-automated disposal trucks. All bids must be submitted on the appropriate Bid Form
attached.
GENERAL CITY OF OCOEE INFORMATION
Current residential solid waste customers = 10,000
Annual increase in customer base = 400
Current refuse containers = wheeled 96-gallons
Current collection method = semi-automated (tipper on side-load trucks)
Proposed collection method = fully automated arm
BID INFORMATION
The bid must also include the specifications, as written by the City, with a check mark in either
the "Yes" or "No" space following each section.
By checking the "Yes" space, the bidder states that the product being bid conforms exactly to
that specification as written. By checking any of the "No" spaces, the bidder states that the
product being bid does not conform exactly to that specification as written, and that the bidder is
offering an alternative to that specification.
When any of the "No" spaces are checked, it must be accompanied by a detailed explaination of
the exception. This must be typewritten on a separate sheet in a numbered, orderly, fashion
(with reference to the corresponding numbered specifications) so that it can be easily interpreted
by the City.
The City at it's sole decression shall accept or reject Bidder's explaination or alternative offered
by the Bidder.
The City reserves the right to request, at no charge to the City, a sample of each class of the
containers from the bidder at no additional charge to the City. This sample will be kept by the
City and will be used in tests conducted by the City or its designated testing agent.
Failure to comply with any of the instructions will be cause for the City to reject that bid.
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS
15
GENERAL SPECIFICATIONS
1. The wheeled refuse container shall be designed to contain solid waste materials including
garbage, refuse, rubbish, and yard clippings.
Yes
No
2. The container shall be provided with adequate wheels and handle so that it can be pushed or
pulled with little effort.
Yes
No
3. The containers shall be designed to be dumped by both semi-automated and fully-automated
disposal truck systems.
Yes
No
4. It will be the responsibility of the bidder to acquaint themselves with the dumping systems
used or proposed by the City.
Yes
No
MATERIAL SPECIFICATIONS
5. The body and lid of the container shall be molded using only first quality, fully recyclable
high density polyethylene from a nationally recognized brand supplier and shall meet all
ANSI (American National Compliance) Standards.
Yes
No
6. Cart martial shall be one hundred percent (100%) virgin material and cannot contain any
recycled, regenerated, off-specification or wide-specification materials. Non-recyclable
material such as cross-linked polyethylene will not be acceptable.
Yes
No
CONTAINER (BODY ONLY) SPECIFICATIONS
7. The container shall be one piece injection-molded construction.
Yes No
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS 16
8. The actual capacity of the containers must be 96-gallon, 65-gallon, and 35-gallons (+/- 3%)
as measured according to ANSI Z245.30-1999. The load rating shall be published in the
bidder's current product brochure.
Yes
No
Load rating offered are as follows:
96-gallons
65-gallons
35-gallons
pounds
pounds
pounds
9. Minimum wall thickness of the body shall be no less than 0.155 inches and must meet ANSI
standards. The thickness of the container's bottom section shall be no less than 0.180 inches
and must also meet ANSI standards.
Yes
No
10. The body walls shall have a slight taper to facilitate emptying. The front two comers of the
cart body shall be "shouldered" on the same plane as the rear "hip", thus forming an
overhang around the body of the cart that will greatly augment lifting in fully-automated
application.
Yes
No
11. To prevent abrasion wear-through, there shall be a ridge molded around the perimiter of the
container's bottom surface. This "wear-ridge" shall consist of a molded-on deposit of solid
resin material which adds thickness to the container's bottom surface to prevent wear.
Yes
No
12. An integrally molded upper lifting "bib" extending approximately 1 Y2" from the frontal plane
of the cart body at it's lower opening shall be the only acceptable method of upper
attachment to the refuse vehicle's cart dumper system.
Yes
No
13. The integrally molded upper lifting "bib" shall have molded gussets that provide reinforced
attachment to the front plane of the cart body to assure adequate support for extended year's
of usage.
Yes
No
14. To protect against lifter-interface damage, the gussetts that attach the upper lifting "bib" must
provide adequete support for the bib in order to prevent wear and tear on the bib.
Yes No
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS 17
15. The cart will be fitted with a freely rotating steel lower "stop" bar. This steel bar must be
corrosion resistant, minimum 1.0" O.D. and must be 16 gauge wall thickness standards. To
avoid potential damage by cart lifting devices, any fastners required to secure the lower
"stop" bar in place must be positioned inside the actual body of the cart.
Yes
No
16. The container shall be designed to be fit with axles which do not require holes or bolts
through the body, to eliminate potential leakage of liquids, escaping odors or entry of insects.
Yes
No
17. The container body shall be free of pockets and recessses which could trap debris or harbor
odor causing build-up.
Yes
No
18. The container body must be able to withstand water infiltration with a molded rim to add
structural strength and stability to the container and to provide a flat surface for lid closure.
The underside of the rim shall be reinforced with integrally molded-in suport spaced around
the entire circumference of the container. This ridge, shall serve as a barrier to escaping
odors, intrusion of pests, and to prevent moisture from entering the cart from under the edge
of the lid. The rim of the cart must in no way be radiused inward so as to obstruct freeflow
emptying of the container.
Yes No
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS 18
COLOR
19. All plastic parts are specifically engineered by the manufacturer to ensure complete even
distribution of colorants and shall be stablized against ultraviolet light attack. The color of
the containers shall be dark green. Vendor shall supply a sample for approval within 5
working days after the execution of the contract.
Yes
No
WHEELS AND AXLES
20. Complete wheel assembly shall be approximately 10" to 12" in diameter. They shall consist
of snap on solid rubber tires pressed onto molded hubs having self-lubricating bearing
surfaces.
Yes
No
21. For ease of assembly, wheels will be designed as a "snap-on" attachment with a locking
mechanism. Wheel assembly using speed nuts ("palnuts") will not be considered
Yes
No
22. Wheel spacers shall be an integrelly molded-on part of each hub.
Yes
No
23. The axle must be at least 3/4" diameter, solid steel, plated to protect against corrosion.
Yes
No
24. The axle shall be affixed to the body by passing through or being supported by molded-on,
cross-gussetted details.
Yes No
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS 19
25. There shall be a molded slot where the foot may be placed directly on the axle to aid in
tipping.
Yes
No
LID
26. The lid must be of one piece construction domed, injection molded of materials meeting
ANSI standards to facilitate water run-off.
Yes
No
27. No metal hinges will be accepted.
Yes
No
28. No lid latches will be accepted. Lid will be held closed by its weight only.
Yes
No
29. The lid shall rotate 270 degrees when in the full open position, and hang freely from the cart
body.
Yes
No
30. The lid must incorporate a handle so that it may be opened easily and comfortably by the end
user. It must have handles on the back to facilitate rolling the cart for garbage placement by
customer. Yes
No
HANDLE
31. Push-pull handles shall be provided as an part of the container body.
Yes No
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS 20
MARKING
32. "CITY OF OCOEE "will be hot stamped on the right and left sides of the body of the
container. Sequential serial numbers shall be hot stamped on the cart body using a
numbering system of the City's choosing. All hot-stamping will be done in 1" white block
letters, easily visable from a distance.
Yes
No
STABILITY
33. The containers when empty, must not overturn when the lid is thrown fully open.
Yes
No
34. The containers must be designed to prevent being turned over by winds up to 35 mph for
each carts gallon capacity.
Yes
No
ASSEMBL Y & DELIVERY
35. Bidders are to provide the total count of individual parts that combine to make up the cart
being offered in this proposal (including every individual molded part, wheel, spacer, bolt
washer, etc.)?
Total number of individual parts in each cart
Bidders are to attach a list identifying each of the parts used in the cart. Show total quantities of each of the
individual parts, and provide a list confirming replacement parts pricing for each part. Replacement parts
prices are to be firm for the duration of this contract.
36. To minimize cost of assembly and distribution, the carts are to be supplied from the factory
with handles, front (lower) "catch" bar and lids completely assembled. To minimize cost of
assembly and distribution, only the axles and wheels will require attachment by the City with
the option to the city to install lower catch bar.
Yes
No
37. Bidder must provide delivery to F.O.R Destination: 301 Maguire Road Extension
Ocoee, Florida 34761. Shippingldelivery costs must be provided on the Bid Form.
Yes No
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS 21
WARRANTY
38. The container lid, wheels, axle, and all necessary hardware must be covered at a minimum of
a ten (10) year warranty. Any component parts which fail in materials or workmanship to
perform as originally designed, shall be repaired or replaced at no charge to the City.
During the first ten (10) years after delivery, any component of the container, including lid,
hardware and all related parts, that are found to be defective in materials and/or
workmanship, shall be repaired or replaced at no cost to the City.
Yes
No
Warranty includes but is not limited to one or more factors listed below.
A. Failure of the lid to prevent rain water from entering the container when closed on the
container body.
B. Failure of the lid hinge to remain fully functional and continually hold the lid in the
originally designed and intended positions when either opened or closed.
C. Failure of any metal components to remain free of excessive red rust and corrosion, to be
determined by the City.
D. Failure of any plastic component to be resistant to damage in the event of contact with
any common household or residential productlchemicals other than those listed by the
Contractor.
E. Failure of any portion of the bottom of the container body to remain impervious to wear-
through despite repeated contact with rough and abrasive surfaces. If at any time during
the ten-year warranty period any container bottom becomes worn through or fractures
due to normal wear and tear, or develops holes so that it leaks when filled with water,
such container body shall be replaced in its entirety and without charge under the
warranty.
F. Failure of the container body, lid, hardware, or any component parts to maintain their
original shape.
G. Failure of the wheels to provide continuous, easy mobility, as originally designed or
intended.
H. Failure of any container, container body, lid, wheels, or other component part to conform
to the minimum standards specified herein (i.e. failure to use only first quality, high density,
virgin resin).
Yes
No
If bidder responds "No", the bidder must detail any warranty items excepted on a separate
sheet.
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS
22
ADDITIONAL INFORMATION
1. Bidder shall supply, with the bid, complete technical data on the particular container being
bid by their company. The information shall include construction specifications. Bidder
must provide a detailed user's list which the City may use for references regarding the quality
of products and service records of the manufacturer.
Yes No
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS 23
BID FORM
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS
Bid Item Estimated U nit Price Total
Annual
Quantity
96-Gallon Container 750 $ $
65-Gallon Container 500 $ $
35-Gallon container 500 $ $
Shipping charges 1 Lump Sum $ $
per single full truck load of
containers
Shipping charges 1 Lump Sum $ $
per single partial truck load of
containers
Total $
Acknowled2ement:
By signing below, vendor submitting the bid acknowledges and understands that:
1. The quantities shown are for estimating purposes only and do not reflect the actual
order quantity.
2. City intends to place orders for no less than a full truck load when possible.
3. There will be a 3% automatic annual adjustment in costs upon renewal of contract
each year.
Company Name
Authorized Officer (print)
Authorized Signature
Date
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS
24
Bid #B06-03 COMPANY INFORMATION/SIGNATURE SHEET
FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION
OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND
ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID
FORM" ARE ACCURATE AND WITHOUT COLLUSION.
COMPANY NAME
TELEPHONE (INCLUDE AREA CODE)
FAX (INCLUDE AREA CODE)
E-MAIL ADDRESS
IF REMITTANCE ADDRESS IS DIFFERENT
FROM PURCHASE ORDER ADDRESS,
PLEASE INDICATE BELOW:
AUTHORIZED SIGNATURE (manual)
NAME/TITLE (PLEASE PRINT)
STREET ADDRESS
CITY
STATE
ZIP
FEDERAL ID #
_ Individual _Corporation _Partnership _Other (Specify)
Sworn to and subscribed before me this
day of
,200_
Personally Known
or
Produced Identification
(Type of Identification)
Notary Public - State of
County of
Signature of Notary Public
Printed, typed or stamped
Commissioned name of Notary Public
B06-03, TERM CONTRACT FOR WHEELED REFUSE CONTAINERS
25