Loading...
Item #11 Approval for the Request to Piggy Back on City of St. Petersburg Contract for Supply of Sanitation Carts with OTTO Environmental Systems ocoee florida AGENDA ITEM COVER SHEET Meeting Date: July 18, 2017 Item # I I Reviewed By: Contact Name: Stephen C. Krug Department Director: Contact Number: 6002 City Manager: Subject: Request to Piggy Back on City of St. Petersburg Contract for Supply of Sanitation Carts with OTTO Environmental Systems. Background Summary: The City has utilized sanitation carts from OTTO Environmental Systems (OTTO) since implementing automated side loading trucks to collect residential garbage in 2005 and recycling in 2014. In 2011, the City issued a Request For Proposals from cart suppliers and determined OTTO continued to provide the best value and service for carts by awarding a five (5) year term contract at the June 7, 2011 Commission meeting to OTTO that included an optional one year extension. The City's term contract for sanitation carts with OTTO has expired this year. The Public Works Team has continually evaluated products with other municipalities and vendors to ensure the City is obtaining the best value in the carts we utilize. Through this continual evaluation process, Public Works has determined OTTO continues to provide the best product to meet the needs of the City. In order to continue utilizing OTTO carts, Public Works recommends piggy backing on the existing City of St. Petersburg's (St. Pete) Request For Quotation 5580 for Refuse Containers. Ocoee's expired contract charged $51.85 per 95 gallon cart where the St. Pete contract cost is $52.36 per cart. The $0.51 cost differential is due to the St. Pete requirement for Radio Frequency Identification (RFID) tags on their carts — a service tracking feature Ocoee could use at a future date, but was cost prohibitive at the time of the 2011 Ocoee RFP. Public Works purchases 1,920 garbage and recycle carts annually for new customers and replacements. The additional $979.20 annual cost increase for utilizing the St. Pete bid is adequately funded in the Solid Waste operations. Public Works recommends utilizing the existing St. Petersburg bid to continue purchasing refuse carts from OTTO. Issue: Request the City Commission to utilize an existing St. Petersburg bid to continue purchasing refuse carts from OTTO Environmental Systems. Recommendations Recommend the City Commission approve utilizing the existing St. Petersburg Blanket Purchase Agreement No. 182131 for Refuse Containers with OTTO Environmental Systems for as long as the Agreement remains valid. Attachments: OTTO Piggy Back Offer Letter. City of St. Petersburg Request For Quotation 5580 & Bid Tabulation. City of St. Petersburg Request For Quotation Blanket Purchase Agreement 182131. City of St. Petersburg Approval to Piggyback (email). Financial Impact: The additional $979.20 cost to utilize the St. Petersburg contract is adequately funded in Solid Waste Operating Supplies budget. Type of Item: (please mark with an x') Public Hearing For Clerk's Dept Use: Ordinance First Reading K Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda x Commission Approval Discussion& Direction Original Document/Contract Attached for Execution by City Clerk Original Document/Contract Held by Department for Execution Reviewed by City Attorney N/A Reviewed by Finance Dept. R5 N/A Reviewed by ( ) N/A 2 Krug, Stephen From: Tolbert,Joyce Sent: Thursday, June 01, 2017 8:41 PM To: Krug, Stephen Cc: Simmons, Bill; Anthony, Vanessa Subject: FW: Otto Envrionmental Systems Attachments: Otto Env.pdf; RFQ# 5580 Refuse Containers and Compactors - Bid Tabulation.pdf; BPA 182131 Otto Environmental, Refuse Containers.pdf Steve, Please include a copy of the below St. Petersburg's approval to piggyback with your staff report for the garbage carts, and also include in your recommendation to approve for as long as this contract is renewed by St. Pete. (Expires 1/31/18 with one two-year option to 1/31/20) . Thanks, Joyce From: Anthony, Vanessa Sent: Monday, May 15, 2017 4:53 PM To: Krug, Stephen Cc: Simmons, Bill; Moore, Ronald; Tolbert, Joyce Subject: FW: Otto Envrionmental Systems From: Douglas Hanks (mailto:Douglas.Hanks@stpete.orq] Sent: Monday, May 15, 2017 4:51 PM To: Anthony, Vanessa Subject: RE: Otto Envrionmental Systems Good afternoon Vanessa, Attached is a copy of Otto's bid response,the bid tabulation for the solicitation, and a copy of the current agreement. The City of St. Petersburg is OK with it,so please accept this email as our official approval for you to piggyback. However, nothing in the solicitation addressed other municipalities ability to piggyback this agreement, so we will need to check with Otto and see if they agree. Do you have someone at Otto that you are already working with? If so, please let me know who and I will include them in my request. Regards, Douglas Hanks Procurement Analyst, Procurement&Supply Management City of St. Petersburg (727)551-3186 Douglas.Hanks@istpete.org Please note all emails are subject to public records laws. 1 From:Anthony,Vanessa [mailto:vanthony@ci.ocoee.fl.us] Sent: Monday, May 15,2017 2:08 PM To: Douglas Hanks<Douglas.Hanks@stpete.org> Subject: FW: Otto Envrionmental Systems Good Afternoon, The City of Ocoee is interested in piggybacking City of St. Petersburg contract with Otto Environmental Systems.We are requesting your approval to piggyback, if this language is not already in the RFQ. Could we also get a copy of the RFQ and the contract if there is one. Thank you in advance, Vanessa Anthony Accounting Assistant G *AP 0( OPP City of Ocoee 150 N.Lakeshore Dr. Ocoee,FL 34761 407-905-3100 ext. 1523 vanthony anci.ocoee.fl.us From: Barbara A. Grilli rmailto:Barbara.Grilli@stpete.orq] Sent: Monday, May 15, 2017 1:51 PM To: Anthony, Vanessa Cc: Douglas Hanks Subject: RE: Otto Envrionmental Systems We do have a blanket agreement. Please contact Doug Hanks, the Procurement Analyst assigned to this contract for details. Barbara Grilli, CPPO, CPPB, C.P.M., FCCM Purchasing Manager City of St. Petersburg From:Anthony,Vanessa [mailto:vanthony@ci.ocoee.fl.us] Sent: Monday, May 15, 2017 1:01 PM To: Barbara A. Grilli Subject: Otto Envrionmental Systems Good Afternoon, 2 I am inquiring to see if the City of St Petersburg has a contract with Otto? I was able to find the RFQ No. 5580, but I did not know if you issued a contract or if you just issued a Blanket Purchase Order.The City of Ocoee is interested in Piggybacking if possible. Thank you, Vanessa Anthony Accounting Assistant )t OPt' City of Ocoee 150 N.Lakeshore Dr. Ocoee,FL 34761 407-905-3100 ext. 1523 vanthonvt ci.ocoee.fl.us Your Sunshine City 3 OTTO Environmental Systems. 12700 General Drive O O PO Box 410251 Charlotte, NC 28241-0251 Telephone(800)227-5885 Facsimile (704)588-5250 May 10, 2017 Bill Simmons City of Ocoee RE: Piggy Back Offer to purchase Otto 2 wheel roll out carts Dear Bill, I am submitting this offer to Piggy Back the City of the City of Winter Haven for your review and consideration, per our recent conversation for the purchase of 95 gallon"Edge",65 gallon"Edge"and 35 gallon"Evolution" roll-out carts. The three main components to offering a Piggy-Back offer to a community such as yours are as follows: 1) The offer must be for the exact same goods and/or services set our in the Contract's specifications. This pertains to size,dimensions,etc., but not to color or individualized hot stamp criteria. 2) The offer must be from a Contract that has either been"let"within the previous twelve(12)months, or for an existing contract that is still current and within any allowable extensions to the original contract term. 3) The offer must be provided to the municipality either at or below the contract's unit pricing, the only variance on this is to allow for any freight differentials that may be applicable. An example of this differential would be to take into consideration more freight to its FOB: City and the price delta would be allowed to be passed on as a freight surcharge. We are pleased to offer you the opportunity to Piggy-back with our contract(3 year)with the City of St Petersburg,FL (Bid#450-65/P0#182131), and the pricing is as follows: 95 gallon"Edge" roll-out carts @$52.36 per unit. (Includes freight, hot stamps) 65 gallon"Edge" roll-out carts @$44.94 per unit. (Includes freight, hot stamps) 35 gallon"Evolution"roll-out carts @$37.04 per unit. (Includes freight, hot stamps) Please let me know if there is anything else that you need from me at this time. We are anxious to work with you in providing all the products and services that you need in order to make your cart purchases a successful and seamless one. I will plan on contacting you after you receive this correspondence, and will be available to answer any questions you may have at that time. Respectfully,ll yini Nigh. Area Sales Manager Otto Environmental Systems, LLC 704-402-7890(Cell) Ihiah(a.otto-usa.com tib /t,1111111 City of St. Petersburg limrsews stpetersburg BLANKET PURCHASE AGREEMENT www.stpets.srs PURCHASE ORDER NO REVISION DATE SHIP TO: 182131 0 12-JAN-2015 SANITATION DEPARTMENT CITY OF ST PETERSBURG 2001 28TH ST N Saint Petersburg, FL 33713 This Purchase Order No must appear on all invoices,packing lists United States and correspondence related to this order. VENDOR: VENDOR NO: 126768 BILL TO: Otto Environmental Systems(NC)LLC FINANCE DEPARTMENT ACCOUNTS PAYABLE 12700 General Dr CITY OF ST PETERSBURG Charlotte,NC 28273 PO BOX 1257 Saint Petersburg,FL 33731 United States Description: Refuse Containers &Compactors: Commercial & Residential Effective: 01-FEB-2015 End Date: 31-JAN-2018 Buyer/Phone: Dawn Fisher/ Email: Dawn.Fisher@stpete.org Vendor/Phone: Sabrina Bowling/(704)588-9191 Ship Via: Best Way Freight Terms: Prepaid Terms: NET 30 FOB: FOB Destination Agreed Amount: $350,000.00 Supplier Notes: This Agreement covers 450-65 Refuse Containers and Compactors for Commercial and Residential effective February 1, 2015 through January 31, 2018 with one two-year renewal. City Council approval dated January 8, 2015(RFQ 5580). LINE I DESCRIPTION I UOM I UNIT PRICE 1 I Container, commercial, front load, high density crosslink polyethylene, EACH 630.00 includes lid, 2 CY. • • • 2 Container, commercial, front load, high density crosslink polyethylene, EACH 945.05 includes lid, 3 CY. •• • 3 I Container, commercial, front load, high density crosslink polyethylene, 1 EACH 1,020.10 includes lid, 4 CY. • • • • • 4 I Container, recycling, RFID, blue, large, 94-96 gallon. EACH 52.36 • 5 I Container, recycling, RFID, blue, medium, 64-66 gallon. EACH 44.94 To report fraudulent or unethical behavior,contact EthicsPoint, Inc.at 1-888-236-7053 or www.ethicsooint.com.For Page 1 of 15 grievance related to a specific solicitation,please adhere to the dispute and complaint instructions in the solicitation document. City of St. Petersburg Blanket Purchase Agreement 182131 LINE I DESCRIPTION I UOM I UNIT PRICE 6 Container, recycling, RFID, blue, small, 32-35 gallon. I EACH 37.04 State Sales Tax Exemption Number 85-8012740154C-1 Federal Employer ID Number 59-6000424 Procurement Director To report fraudulent or unethical behavior,contact EthicsPoint, Inc.at 1-888-236-7053 or www.ethicsooint.com.For Page 2 of 15 grievance related to a specific solicitation,please adhere to the dispute and complaint instructions in the solicitation document. City of St. Petersburg Blanket Purchase Agreement 182131 iSuppliers: Please login and acknowledge acceptance of the terms and conditions of this agreement and all change notices. Non-iSuppliers: Please sign and return this page to the Purchasing Department, acknowledging acceptance of the terms and conditions of this agreement and all change notices. Company Name: Address: Authorized Signature: Date: Return signed acknowledgement to: City of St. Petersburg Purchasing Department Dawn Fisher PO Box 2842 St. Petersburg, FL 33731 To report fraudulent or unethical behavior,contact EthicsPoint,Inc.at 1-888-236-7053 or www.ethicsooint.com.For Page 3 of 15 grievance related to a specific solicitation,please adhere to the dispute and complaint instructions in the solicitation document. Blanket Purchase Agreement 182131,0 Contract Terms and Conditions Table of Contents City of St Petersburg Solicitation Documents 5 PART B: BLANKET PURCHASE AGREEMENT 5 Blanket Purchase Agreement-Supplies and Equipment 5 PART C: SCOPE OF SERVICES 14 Scope of Services .14 City of St.Petersburg Page 4 of 15 Blanket Purchase Agreement 182131,0 City of St Petersburg Solicitation Documents PART B: BLANKET PURCHASE AGREEMENT Blanket Purchase Agreement-Supplies and Equipment 1. Intent The intent of this Blanket Purchase Agreement(?Agreement?)is to cover the purchase of services and supplies described herein. 2.Agreement Period This Agreement will be effective from date of award through a period of three years from date of award. 3. Extension of Agreement The City reserves the right to extend this Agreement under the same prices,terms,and conditions for one two-year period from date of expiration provided such extension is mutually agreeable to both the City and Vendor. 4.Agreement Components This Agreement consists of this document,its appendices and all attached documents made a part hereof by this reference. 5. Orders and Invoices a. Orders will be placed against this Agreement via E-mail,FAX,telephone or oral communications. b.Unless otherwise agreed to,all deliveries under this BPA must be accompanied by delivery tickets or sales slips that must contain the following information as a minimum: (1)Name of Vendor. (2)Blanket Purchase Agreement number. (3)Blanket Purchase Agreement release number. (4)A description of services furnished or supplies delivered,including model number,National Stock Number (NSN)and City's item number (5)Task/delivery order number. (6)Date of purchase. (7)Quantity,unit price,and extension of each item(unit prices and extensions need not be shown when incompatible with the use of automated systems;provided,that the invoice is itemized to show the information) (8)Date of shipment. c.The requirements of the invoice are as specified in the Agreement. Invoices must be submitted to the address specified within the task/delivery order transmission issued against this Agreement.The Vendor?s invoice must City of St. Petersburg Page 5 of 15 Blanket Purchase Agreement 182131,0 include,at a minimum,the following: (1)Name of Vendor. (2)Date of preparation. (3)Vendor?s invoice number. (4)Address to which payment should be mailed. (5)City?s Blanket Purchase Agreement and release numbers. (6)A description of services furnished or supplies,including quantities,unit prices and extensions. (7)Discount payment terms. (8)Name of requesting department for whom the shipment was made (9)Ship-To Bill-To:For a listing of locations visit http://www.stpete.org/purchase/citycontracts.htm. 6.Acceptance for the Purpose of Payment Delivery of supplies or services to the City does not constitute acceptance for the purpose of payment. Final acceptance and authorization of payment shall be given only after delivery and a thorough inspection indicates that the supply or service meets contract specifications and conditions. Should the delivered supply or service differ in any respect from the specifications,payment will be withheld until such time as the supplier takes necessary corrective action. The Procurement Depaitalent shall be notified of the deviation in writing within five days of delivery. If the proposed corrective action is not acceptable to the City,the Procurement Department may authorize the requesting department to refuse final acceptance,in which case the supply(s)shall remain the property of the supplier,and the City shall not be liable for payment for any portion thereof. 7. Firm Prices Vendor agrees that terms and conditions are firm for the Agreement period as stated in the solicitation.Prices or billing amounts shall not exceed the prices stated in the Agreement without the prior written consent of the City.The prices stated include packing,crating,and transportation F.O.B. destination.Vendor agrees that any price reduction applicable to the ordered services or supplies subsequent to the order date but prior to delivery will be applicable to this Agreement. Vendor shall mail the invoice to the address specified within the Agreement release transmission. 8. Escalation/De-escalation All prices will remain firm for the initial term of the Agreement. Any escalation in base prices thereafter will be made by mutual agreement between the City and the Vendor. Requests for price adjustments must be made in writing to the Procurement&Supply Management Director at least 30 days in advance. All adjustments shall be approved,in writing,by the City. Adjustments in prices shall not exceed U.S.Bureau of Labor Statistics (www.bls.gov)price index specified in herein. Approval of the price adjustment will establish a new base price, from which subsequent adjustments will be calculated. 9. Replacement Parts During this Agreement,the City reserves the sole right to determine replacements for products that are discontinued, upgraded or modified in any manner. Additionally,the City may add items to or delete items from this Agreement when it is in the best interest of the City. City of St.Petersburg Page 6 of 15 Blanket Purchase Agreement 182131,0 10. Estimated Quantities The quantities indicated are estimated only and this Agreement shall be binding only for the actual quantities ordered during the agreement period. 11. Samples The City may request samples at any time during the term of this Agreement.These samples will be due within ten days after notification. Each sample must be clearly identified with Vendor?s name,address and,if applicable, manufacturer?s name and model number. Samples shall be submitted at no charge to the City. Any samples not destroyed during the evaluation process will be returned to Vendor at its expense. Samples will be ready for return upon notification by the Procurement Depai tcnent. Any samples not removed 30 days after notification will become the property of the City.Failure to submit samples within ten days of notification may result in termination of this Agreement. 12. Background Check The City of St.Petersburg requires background checks on all Vendor?s employees,subcontractors and agents who perform services at all City facilities.Vendor shall provide the name,sex,race,date of birth,driver?s license number and issuing state,and social security number for each individual who will perform services at City facilities. The City requires up to 14 days to process background checks. Persons with one or more of the following criteria will fail the City?s background check and will not be allowed to access to City locations: a.Be listed on the FBI's list of suspected terrorists. b.Have an outstanding arrest warrant against them. c. Been convicted of a 1st or 2nd Degree Felonyd.Been convicted for drugs or lewd and lascivious behavior. 13. Cash Discounts In the event the City is entitled to a cash discount for early payment of invoices,the period of computation will commence on the date of delivery,or receipt of a correctly completed invoice,whichever is later. If an adjustment to payment is necessary due to damage,the cash discount period shall commence on the date final approval for payment is authorized. If a discount is part of this Agreement,but the invoice does not reflect the existence of a cash discount,the City is entitled to a cash discount with the period commencing on the date it is determined by the City that a cash discount applies. 14. Changes Vendor will accept no change to the specifications of this Agreement unless authorized in writing by the City's Procurement Department. At its discretion,the City may make changes to the specifications on any services or supplies at any time. If such changes result in delay or additional expense to Vendor,an equitable adjustment of price and delivery schedule will be made. 15. Delivery For any exception to the delivery date as specified in this Agreement or subsequent release,Vendor shall give prior notification and obtain approval thereto from the City's Procurement Department. With respect to delivery under this Agreement,time is of the essence and the Blanket Purchase Agreement release is subject to termination for City of St. Petersburg Page 7 of 15 Blanket Purchase Agreement 182131,0 failure to deliver on time.The acceptance by the City of late performance with or without objection or reservation shall not waive the right to claim damages for such breach nor constitute a waiver of the requirements for the timely performance of any obligation remaining to be performed by Vendor. 16. Inspection All items are subject to inspection and approval by the City. Such inspection shall be made within a reasonable time after delivery or completion of services,irrespective of the date of payment. The City may return rejected items at Vendor's expense. Vendor shall not replace items returned unless so directed by the City in writing. 17. Quality Standards Special brands,when named,are used to indicate the standard of quality,performance,or use desired. Delivery of Vendor's equal will be considered provided Vendor specifies brand and model,and furnishes the necessary descriptive literature. In the event the City elects to accept an alternate purported to be an equal by Vendor,the acceptance of the item will be conditioned on the City's inspection and testing after receipt. If in the sole judgment of the City the item is determined not to be equal,the material shall be returned at Vendor's expense and the release may be terminated. 18.Title Title to material specified in this Agreement passes to the City on the date of delivery or on the date of acceptance of the order by the City,whichever is later. 19.Warranty Vendor warrants items supplied under this Agreement conform to specifications herein,and are fit for the purpose for which such goods are ordinarily employed;except if stated in the provisions of this Agreement,the material must then fit that particular purpose. Vendor and the City agree that orders under this Agreement do not exclude,or in any way limit,other warranties,provided in this Agreement or by law. 20. Quality Assurance Vendor warrants that the products delivered pursuant to this Agreement shall be of good materials and workmanship,free from defects,and shall conform to the specifications,or samples specified or furnished to the City.This warranty shall survive any inspection,delivery,acceptance,or payment by the City. 21.Defective Products and Services If any of the services and supplies delivered fails to comply with any term of this Agreement,Vendor shall promptly correct such discrepancy or replace such products at Vendor?s expense following notice of such discrepancy from the City. If Vendor fails to so act within five(5)days of such notice,the City may cancel this Agreement as to all such products and services by giving Vendor notice,and in addition to its rights and remedies hereunder and at law and equity,the City may purchase substitute services or supplies elsewhere and charge Vendor with any loss incurred. Vendor warrants that all parts delivered under this Agreement to be free from defects in material and workmanship. Vendor's obligation is limited to furnishing,on an exchange basis,replacements for parts which have been promptly reported by the City as defective. City of St.Petersburg Page 8 of 15 Blanket Purchase Agreement 182131,0 22. Summary of Total Sales Vendor shall furnish the Procurement Department as requested,a detailed summary of sales. The sales summary shall include an itemized description of services or supplies delivered and dollar amount of each. Failure to provide this information within 30 calendar days following the request may result in Vendor being found in default. 23. Materials Safety Data Sheet In compliance with Florida?s Occupational Health and Safety Statue(Chapter 442),any commodity delivered or service provided under this Agreement that contain chemical compounds must be accompanied by a Material Safety Data Sheet(MSDS). The MSDS must include the following information: a.The chemical and common name of the toxic substance; b.The hazards or risks in the use of the toxic substance; c.The proper precautions,handling practices,necessary personal protective equipment,and other safety precautions in the use of or exposure/overexposure to the toxic substance; d.The emergency procedure for spills,fire,disposal,and first aid; e.A description(in lay terms)of the known specific potential health risks posed by the toxic substance; f.The year and month(if applicable)the MSDS information was compiled and the name,address,and emergency telephone number of the manufacturer responsible for preparing the information. 24.Acknowledgment Within 10 workdays of receipt of this Agreement,Vendor shall submit to the City the completed"Acknowledgment of Order"form. 25.Notices Unless and to the extent otherwise provided in this Agreement,all notices,demands,requests for approvals and other communications which are required to be given by either party to the other shall be in writing and shall be deemed given and delivered on the date delivered in person,upon the expiration of five(5)days following the date mailed by registered or certified mail,postage prepaid,return receipt requested to the address provided below,or upon the date delivered by overnight courier(signature required)to the address provided below. CITY:Louis Moore,CPPO City of St.Petersburg Procurement Department One 4th St.N,5th Floor St.Petersburg,FL 33701 26. Severability Should any paragraph or portion of any paragraph of this Agreement be rendered void,invalid or unenforceable by any court of law for any reason,such determination shall not render void,invalid or unenforceable any other paragraph or portion of this Agreement. City of St.Petersburg Page 9 of 15 Blanket Purchase Agreement 182131,0 27. Due Authority Each party to this Agreement that is not an individual represents and warrants to the other party that(i)it is a duly organized,qualified and existing entity authorized to do business under the laws of the State of Florida,and(ii)all appropriate authority exists so as to duly authorize the person executing this Agreement to so execute the same and fully bind the party on whose behalf he or she is executing. 28.Assignment Vendor shall make no assignment of any of its rights,duties,or obligations under this Agreement without the City=s prior written consent,which consent may be withheld by the City in its sole and absolute discretion. 29.Termination a.This Agreement may be terminated at any time by the City for convenience,upon thirty(30)days written notice to Vendor. b.The City may terminate this Agreement upon written notice to Vendor in the event Vendor defaults on any of the terms and conditions of this Agreement and such failure continues for a period of thirty(30)days following notice from the City specifying the default;provided,however,that the City may immediately terminate this Agreement, without providing Vendor with notice of default or an opportunity to cure,if the City determines that Vendor has failed to comply with any of the terms and conditions of this Agreement related to safety,indemnification or insurance coverage. 30.Governing Law and Venue This Agreement shall be interpreted and construed in accordance with the laws of the State of Florida and shall inure to and be binding upon the Parties,their successors and assigns.Venue for any action brought in state court shall be in Pinellas County,St. Petersburg Division. Venue for any action brought in federal court shall be in the Middle District of Florida,Tampa Division,unless a division shall be created in St.Petersburg or Pinellas County,in which case the action shall be brought in that division. Vendor consents to the personal jurisdiction of the aforementioned courts and irrevocably waives any objections to said jurisdiction. 31. Public Records Law Vendor shall treat all documents concerning its contractual obligations under this Agreement as public records and abide by the Florida Laws governing public records. 32.Amendment This Agreement may be amended only in writing executed by both the City and the Vendor. 33. Compliance with Laws Vendor shall comply with all applicable federal,state,and local laws,ordinances,rules and regulations,the federal and state constitutions,and orders and decrees of any lawful authorities having jurisdiction over the matter at issue (collectively,?Laws?),including but not limited to Laws relating to nondiscrimination in employment and the furnishing of equal employment opportunity. Vendor shall also comply with City policies and procedures,including but not limited to policies and procedures related to security and internet access. City of St.Petersburg Page 10 of 15 Blanket Purchase Agreement 182131,0 34. Third Party Beneficiary No persons other than Vendor and the City and their successors and assigns shall have any rights whatsoever under this Agreement. 35.No Liens Vendor shall not suffer any liens to be filed against any City property by reason of any work,labor,services or materials performed at or furnished to City property,to Vendor,or to anyone using City property through or under Vendor. Nothing contained in this Agreement shall be construed as consent on the part of the City to subject City property or any part thereof to any lien or liability under any Laws. 36.No Construction Against Preparer of Agreement This Agreement has been prepared by the City and reviewed by Vendor and its professional advisors. The City, Vendor and Vendor?s professional advisors believe that this Agreement expresses their agreement and that it should not be interpreted in favor of either the City or Vendor or against the City or Vendor merely because of their efforts in preparing it. 37. Use of Name Subject to the requirements of applicable Laws,including but not limited to Florida Laws regarding public records, neither party shall use the other party?s name in conjunction with any endorsement,sponsorship,assurance, marketing,advertisement,or client list,or any external reference,publication,or disclosure(e.g.,outside the City, its departments or agencies or City Council),without the written consent of the City. 38. Non-appropriation The obligations of the City as to any funding required pursuant to this Agreement shall be limited to an obligation in any given year to budget,appropriate and pay from legally available funds,after monies for essential City services have been budgeted and appropriated,sufficient monies for the funding that is required during that year. Notwithstanding the foregoing,the City shall not be prohibited from pledging any legally available non-ad valorem revenues for any obligations heretofore or hereafter incurred,which pledge shall be prior and superior to any obligation of the City pursuant to this Agreement. 39.Indemnification a.Vendor shall defend at its expense,pay on behalf of,hold harmless and indemnify the City,its officers, employees,agents,elected and appointed officials and volunteers(collectively,?Indemnified Parties?)from and against any and all claims,demands,liens,liabilities,penalties,fines,fees,judgments,losses and damages,whether or not a lawsuit is filed,including,but not limited to,costs,expenses and attorneys?and experts?fees at trial and on appeal(collectively,?Claims?)for damage to property or bodily or personal injuries,including death at any time resulting therefrom,sustained by any persons or entities,which damage or injuries are alleged or claimed to have arisen out of or in connection with,in whole or in part,directly or indirectly: (1)The performance of this Agreement(including any amendments thereto)by Vendor,its employees,agents, representatives or subcontractors;or City of St.Petersburg Page 11 of 15 Blanket Purchase Agreement 182131,0 (2)The failure of Vendor,its employees,agents,representatives or subcontractors to comply and conform with applicable Laws,as hereinafter defined;or (3)Any negligent act or omission of Vendor,its employees,agents,representatives,or subcontractors,whether or not such negligence is claimed to be either solely that of Vendor,its employees,agents,representatives or subcontractors,or to be in conjunction with the claimed negligence of others,including that of any of the Indemnified Parties;or (4)Any reckless or intentional wrongful act or omission of Vendor,its employees,agents,representatives,or subcontractors. b.The provisions of this paragraph are independent of,and will not be limited by,any insurance required to be obtained by Vendor pursuant to this Agreement or otherwise obtained by Vendor,and shall survive the expiration or earlier termination of this Agreement with respect to any claims or liability arising in connection with any event occurring prior to such expiration or termination. 40. Force Majeure In the event that either party hereto shall be delayed or hindered in or prevented from the performance required hereunder by reason of strikes,lockouts,labor troubles,failure of power,riots,insurrection,war,acts of God,or other reason of like nature not the fault of the party delayed in performing work or doing acts(?Permitted Delay?), such party shall be excused for the period of time equivalent to the delay caused by such Permitted Delay. Notwithstanding the foregoing,any extension of time for a Permitted Delay shall be conditioned upon the party seeking an extension of time delivering written notice of such Permitted Delay to the other party within ten(10) days of the event causing the Permitted Delay. 41.Entire Agreement This Agreement embodies the entire agreement between the City and Contractor. The parties shall not be bound by or be liable for any statement,representation,promise,inducement or understanding of any kind or nature not set forth herein. No changes,amendments,or modifications of any of the terms or conditions of this Agreement shall be valid unless reduced to writing and signed by both parties. The complete Agreement shall include the entire contents of the solicitation,all addenda,all of Contractor?s submittal,supplemental agreements,change orders, performance bond(s),and any and all written agreements which alter,amend or extend the Agreement. 42.Non Exclusive Clause Award of this Agreement shall impose no obligation on the City to utilize Contractor for all work of this type,which may develop during the agreement period.This is not an exclusive contract.The City specifically reserves the right to concurrently contract with other companies for similar work if it deems such action to be in the City?s best interest. 43. Multiple Source Award A multiple source award may be issued when awarded to two(2)or more bidders for similar products are necessary for adequate delivery,service,or product compatibility. Multiple source awards shall not be made when a single award will meet the City's needs without sacrifice of economy or service. Awards shall not be made for the purpose of dividing the business,making available product or supplier selection to allow for user preference unrelated to utility or economy,or avoiding the resolution of the offers. Any such awards shall be limited to the least number of City of St.Petersburg Page 12 of 15 Blanket Purchase Agreement 182131,0 suppliers necessary to meet the valid requirements. City of St.Petersburg Page 13 of 15 Blanket Purchase Agreement 182131,0 PART C:SCOPE OF SERVICES Scope of Services 1.Scope of Work Contractor shall provide all labor,materials, supervision,tools,equipment,and vehicles necessary for to furnish and deliver refuse containers,compactors and related products. 2. Contractor Responsibilities At a minimum,Contractor shall provide and meet the following responsibilities: a.Contractor shall provide a single point of contact to administer the Agreement b.Contractor shall maintain Minimum Qualifications as stated in bid for the term of Agreement 3. City's Responsibilities At a minimum,City shall provide and meet the following responsibilities: a. City shall provide a single point of contact(Project Manager)to administer the Agreement. b. City shall inspect all deliveries upon receipt. 4. Price Escalation/De-escalation Pricing("base prices")shall remain firm for the first 12 months of the agreement term. After the first 12 months, Contractor shall submit all requests for price adjustments in writing to the Procurement and Supply Management Director at least 30 days in advance. The request shall include written explanation and detailed supporting documentation for the cause of the price change. Price adjustments shall not be effective prior to written approval by the City. Approval of price adjustments will establish a new base price from which subsequent adjustments will be calculated. 5.Account Management Contractor shall provide a single point of contact,who will be readily available during normal business hours to administer the Agreement. Contractor is responsible for notifying the City with any changes in account manager or contact information. Account manager's responsibilities shall include,but are not limited to,overseeing all aspects of implementation,servicing,reporting and issue resolution. 6.Non-Performance a.If Contractor is found in non-performance per the Agreement requirements,and/or fails to satisfactorily remedy or cure non-performance,the Project Manager will file a vendor complaint report with the Procurement Department. The Procurement Department will notify the Contractor in writing.Contractor shall reply within ten(10)business days their response and corrective action including time frame of completion.Project Manager shall conduct City of St.Petersburg Page 14 of 15 Blanket Purchase Agreement 182131,0 inspection immediately after stated completion date and advise the Procurement Department in writing if the non-performance has been satisfactorily corrected or advise in detail of any remaining deficiencies. b.If Contractor fails to correct deficiencies identified in a vendor complaint report,the City may recover the cost incurred to have the product or service provided by another supplier.The Procurement Department will notify the Contractor with 48 hours notice of the intent to have the product or service provided by another supplier to allow the Contractor an opportunity to correct the deficiency to the City's satisfaction.All costs for procuring product or service from another supplier shall be deducted from Contractor's next invoice. c. In the event the Contractor consistently fails to perform per the Agreement requirements or within an acceptable period of time,the City may terminate agreement with cause and Contractor may be removed from the bidder's list for up to a three year period. 7. Remedy for Non-Performance Contractor shall remedy,or cure to the City's satisfaction within business days of notification by the City,any non-performance to the specifications of this Agreement.Follow?up or call?back work to correct such non-performance shall be solely at Contractor's expense.Contractor agrees that in the event it fails to remedy or cure default within five business days of notice,City may deduct the costs from payment of Contractor invoices to obtain service elsewhere. 8. Service Rendering Facility a.City reserves the right to inspect the business location and any other business location the Contractor may operate prior to award of a contract and,upon reasonable notice to inspect the business location at any time during the term of this contract. b.Contractor shall provide access to all testing,storage,operations,and other areas,as requested by the City's representatives. c.City reserves the right to conduct an on-site inspection of any subcontractor facilities prior to award and during the term of Agreement. d.Contractor and its subcontractors shall notify the city,in writing,within 30 days of any relocation of it servicing facility. City of St.Petersburg Page 15 of 15 Request for Quotation 5580: Quote 5002 i* Request for Quotation 5580: Quote st petersburr 5002 www.stpste.org 1.1 General Information Title 450-65 Three-Year Contract for Refuse Containers,Compactors&Related Products Description The city is soliciting quotes from qualified contractors to provide all labor, materials, supervision,tools,equipment,and vehicles necessary to furnish and deliver refuse containers,compactors and related products.No pre-quote conference is scheduled for this solicitation. Should you have any questions,please contact Don Enge,CPPB,via the online discussion,or via e-mail at donald.enge@stpete.org. Open Date 06-NOV-2014 14:44:01 Close Date 25-NOV-2014 15:01:00 Award Date Not Specified Time Zone Eastern Time Buyer Enge,Mr.Donald Quote Style Sealed Email donald.enge@stpete.org Outcome Blanket Purchase Agreement 1.2 Terms Effective Start Date 01-FEB-2015 Effective End Date 31-JAN-2018 Ship-To Address SANITATION Bill-To Address ACCOUNTS PAYABLE SANITATION FINANCE DEPARTMENT DEPARTMENT ACCOUNTS PAYABLE CITY OF ST CITY OF ST PETERSBURG PETERSBURG PO BOX 1257 2001 28TH ST N Saint Petersburg,FL 33731 Saint Petersburg,FL United States 33713 United States Payment Terms NET 30 Carrier Common Carrier FOB FOB Destination Freight Terms Prepaid Currency USD(US Dollar) Response Valid Reference Number Otto RFQ 5580 Until Total Agreement Not Specified Amount(USD) 1.3 Requirements General Requirements Enter 1)Legal Name of Bidder and D/B/A(if applicable);and 2)Name,Title,Mailing Address,Phone Number,and Email Address of the individual that should be contacted with information regarding this bid. Your response value: Otto Environmental Systems(NC),LLC Sabrina Bowling,Municipal Contract Manager 12700 General Drive Charlotte,NC 28273 800-795-6886 sbowling@otto-usa.com Maximum Completion or Delivery Time(Enter Number of DAYS in the space provided) Your response value: 45 days ARO Discount Terms: Will you offer 2%/10 discount to the stated payment term in Section 1.2? City of St.Petersburg Page 1 of 73 Request for Quotation 5580: Quote 5002 General Requirements Acceptable Values No Yes Your response value: No Does this bid include the use of sub-contractors?(Select YES or NO.) Acceptable Values No Yes Your response value: No Is Bidder registered with the Florida Division of Corporations? (Enter YES or NO,as well as the State of Incorporation in the space provided.) Your response value: YES Delaware Is the bidder a Certified Small Business Enterprise(SBE)through certification by the City of St. Petersburg? (Enter YES or NO,and if yes,also enter SBE Certification Number in the space provided.) Your response value: NO Warranty(Scope and Term): Your response value: Please see attached warranties.35,65 and 95 gallon containers- 10 year,non-prorated 2,3 and 4 yard commercial containers- 1 year Extended Warranty:(Scope,Term and Price): Your response value: N/A Warranty response time and Service Facility: (Enter number of HOURS and Facility Name and location in the space provided.) Your response value: within 30 days Otto Environmental Systems(NC),LLC Charlotte,NC Bidder acknowledges reciept of Amendment Number(s): Your response value: N/A Term of Offer.It is understood and agreed that this Quotation may not be withdrawn for a period of ninety(90)days from the Submittal Deadline,and at no time in case of successful bidder. (Select YES to affirm.) Acceptable Values No Yes City of St.Petersburg Page 2 of 73 Request for Quotation 5580:Quote 5002 General Requirements Your response value: Yes The bidder agrees to contract with the City of St. Petersburg to provide all necessary labor,supervision, machinery,tools,equipment,transportation,apparatus,supplies and other means of construction to do all the work and furnish all the materials specificed in the Agreement in the manner and time therein prescribed and that it will take in full payment,the amount set forth herein. (Select YES to affirm.) Acceptable Values No Yes Your response value: Yes Official Authorized to Execute Final Agreement: Enter the Name,Title,Mailing Address,Phone Number, and Email Address of the authorized signing officer with legal powers to commit your firm to a binding agreement in the space provided: Your response value: Robert Engle,CEO 12700 General Drive Charlotte,NC 28273 800-795-6886 sbowling@otto-usa.com Preparer Authorized to Submit Proposal:Preparer or Individual Submitting this quote response hereby attests and affirms that they have the legal authority to submit a binding quote response on behalf of bidder.(Enter YES,as well as Name,Title,Mailing Address,Phone Number,and Email Address of preparer in the space provided. If Preparer is also authorized signing officer for final agreement,enter YES,and SAME AS ABOVE.) Your response value: YES,SAME AS ABOVE Enter Federal ID Number,as well as Type of Business(e.g.Wholesaler,General Contractor)in the space provided. Your response value: 76-0721498 Manufacturer Complete,Upload and Attach If Applicable: • Form for Claiming Status as a Small Business Enterprise-PDF • Bid Bond-PDF • Florida Statutes on Public Entity Crimes-PDF • Insurance Certificate-PDF • Quote Pricing Detail Spreadsheet-Excel File (Select YES to acknowledge completion of uploads.) Acceptable Values No Yes Your response value: Yes REFUSE CONTAINERS-MINIMUM REQUIREMENTS These specifications cover the minimum requirements for Refuse Containers,Roll-Off,Compactors and related products for Commercial and Residential.All items herein shall be quoted as fully assembled and include all shipping and handling charges,F.O.B.Destination.Bidders are required to document the specifications of the components in the space provided as YES or NO. If you take exceptions,an explanation of exceptions or limits that would prevent full compliance with the specific requirement at the City of St.Petersburg Page 3 of 73 Request for Quotation 5580:Quote 5002 REFUSE CONTAINERS-MINIMUM REQUIREMENTS bottom of each category specification with your exception. Failure to complete this information may be grounds for a bid to be considered non-responsive.Bidders are required to retain a copy of these specifications for future reference. Type No Response Required CONTAINER,FRONT LOADER, POLYETHYLENE(COMMERCIAL, RESIDENTIAL) High-impact,UV stabilized, 100%recyclable polyethylene,fiberglass hinge rods,replaceable pocket sleeves,heavily reinforced top rim. Acceptable Values No Yes Your response value: Yes Size:2 cubic yards,have 43"depth,83.5"width and overall loading height is 55.5"with caster. Acceptable Values No Yes Your response value: Yes Size: 3 cubic yards,have 49"depth, 83.5"width and overall loading height is 62"with casters. Acceptable Values No Yes Your response value: Yes Size:4 cubic yards,have 59"depth,83.5"width and overall loading height is 68"with casters. Your response value: COMPLY Exceptions: Contractor exceptions for Container,Front Loader,Polyethylene(Commercial,Residential). Your response value: Otto's line of hybrid plastic commercial containers is among the best in the industry.Our 3 yard and 4 yard "Triumph"front load containers are rotationally molded using medium density polyethylene while our 2 yard"Pioneer"is injection molded using high density polyethylene.These containers have been proven to last the test of time especially in Florida where the salt air tends to deteriorate standard steel containers. CONTAINER,FRONT LOADER AND ROLL OFF(COMMERCIAL) Materials:Heavy duty hot-rolled steel or high tensile sheet material. Acceptable Values No Yes Your response value: City of St.Petersburg Page 4 of 73 Request for Quotation 5580:Quote 5002 CONTAINER,FRONT LOADER AND ROLL OFF(COMMERCIAL) No Bottom: 7-gauge(3/16")for open top roll-off containers. Your response value: N/A 10-gauge for front load containers. Acceptable Values No Yes Your response value: No Front,rear and end walls. Acceptable Values No Yes Your response value: No 10-gauge for open top roll off containers. Acceptable Values No Yes Your response value: No 12-gauge for front load containers. Acceptable Values No Yes Your response value: No Lids and Hinges:Two plastic lids of CL200 Phillips 66,Marlex cross-linkable polyethylene or equal. Acceptable Values No Yes Your response value: No Lids shall be black with double-wall construction. Acceptable Values No Yes Your response value: No City of St.Petersburg Page 5 of 73 Request for Quotation 5580:Quote 5002 CONTAINER,FRONT LOADER AND ROLL OFF(COMMERCIAL) Lid size:36"x 41",minimum weight 101bs. Acceptable Values No Yes Your response value: No Lid size: 36"x 46",minimum weight 121bs. Acceptable Values No Yes Your response value: No Lid size: 36"x 58",minimum weight 151bs. Acceptable Values No Yes Your response value: No Lid size: 36"x 49",minimum weight 121bs. Acceptable Values No Yes Your response value: No Hinge rod: 1/2"diameter or greater(front loaders and recycle lids). Acceptable Values No Yes Your response value: No Reinforcements:Front load containers,two 4"x 2 3/4"x 1/4"floor channel(spot welds). Acceptable Values No Yes Your response value: No Front and side walls at opening,box type 3"x 1 1/2"mil channel(spot welds),front load containers only. Acceptable Values No Yes City of St.Petersburg Page 6 of 73 Request for Quotation 5580:Quote 5002 CONTAINER,FRONT LOADER AND ROLL OFF(COMMERCIAL) Your response value: No Rear wall,structured angle(spot welds)4"x 3"x 3/16",rolloff containers. Acceptable Values No Yes Your response value: No Front and rear of containers two 1","V"formed,front load containers only. Acceptable Values No Yes Your response value: No Containers shall have 8"x 8"x'/a"caster pad. Acceptable Values No Yes Your response value: No Continuously welded,each bottom corner,front load containers only. Acceptable Values No Yes Your response value: No Corner Caster Pads: Continuously welded caster pad reinforcements. Acceptable Values No Yes Your response value: No Pre-drilled four(4)holes to accommodate casters installed by the City. Acceptable Values No Yes Your response value: No Opening in caster pad toward front and rear of container,front load containers only. F City of St. Petersburg Page 7 of 73 Request for Quotation 5580:Quote 5002 CONTAINER,FRONT LOADER AND ROLL OFF(COMMERCIAL) Acceptable Values No Yes Your response value: No Lifting Channel: Sleeve, 10-gauge steel,front load containers only. Acceptable Values No Yes Your response value: No Drain Opening: 1 1/2"opening threaded with thread plug,front load containers only. Acceptable Values No Yes Your response value: No Welding: Internal seams and corners(continuous welds). Acceptable Values No Yes Your response value: No Serial Number Plates: Installed upper left rear corner with 1/2"numbers. Acceptable Values No Yes Your response value: No Container Slope: 3 and 4 yard containers,front tapered from top to bottom,slope of 5%. Acceptable Values No Yes Your response value: No Finish:No sharp edges on outside surfaces. Acceptable Values No Yes Your response value: City of St.Petersburg Page 8 of 73 Request for Quotation 5580: Quote 5002 CONTAINER,FRONT LOADER AND ROLL OFF(COMMERCIAL) No Painting:Entire container shall be properly cleaned of all rust,dirt,grease and weld slag. State process. Your response value: N/A Entire container shall be primed with a high grade metal primer to a thickness of 1 mil. State type of primer. Your response value: N/A Inside surfaces(bottom and sides)shall be coated with Chem-Tek anti-corrosion compound#M-652 or equal. State type of coating. Your response value: N/A Outside surfaces shall be finished with high-gloss enamel to a thickness of 2 mils(3 mils counting primer coat).Color as per Sanitation. State type of paint. Your response value: N/A NOTE:The City will check the thickness of the paint with a Positest Gauge Model FM mil thickness checker. Type No Response Required Exceptions:Contractor exceptions for Container,Front Loader and Roll Off. Your response value: N/A CONTAINER,ALUMINUM,FRONT LOADER (COMMERCIAL,RESIDENTIAL) Floor and Body: 125 5025 marine aluminum grade. Acceptable Values No Yes Your response value: No Front channels:At top of containers on front impact side to be 6061 T-6 structural aluminum. Acceptable Values No Yes Your response value: No Continuous welded. Acceptable Values No Yes Your response value: City of St.Petersburg Page 9 of 73 Request for Quotation 5580: Quote 5002 CONTAINER,ALUMINUM,FRONT LOADER (COMMERCIAL,RESIDENTIAL) No Front bump angles:4"x 4"x 1/4",6061 T-6 aluminum. Acceptable Values No Yes Your response value: No Structural angle with 1'x 1"x 1/4"6061 T-6,structural angle at strike point. Acceptable Values No Yes Your response value: No Pockets: 125 5052 marine grade aluminum. Acceptable Values No Yes Your response value: No Total of 6 1/4"aluminum gussets per side,3 top and 3 bottom. Acceptable Values No Yes Your response value: No 1"x 1/2"flat bar strapping front and rear,continuous weld. Acceptable Values No Yes Your response value: No Lids:PRT vacuum formed lids,single layer with minimum 3 years warranty. Acceptable Values No Yes Your response value: No At least 2 skids of formed.125 aluminum with tapered ends. Acceptable Values No City of St.Petersburg Page 10 of 73 Request for Quotation 5580:Quote 5002 CONTAINER,ALUMINUM,FRONT LOADER (COMMERCIAL,RESIDENTIAL) Yes Your response value: No Continuous welded inside to be water tight. Acceptable Values No Yes Your response value: No 1 1/4"pipe drains with rubber expansion plugs for drain. Acceptable Values No Yes Your response value: No Angles:Continuous welded all edges,no stitch welding at these points. Acceptable Values No Yes Your response value: No Exceptions: Contractor exceptions for Container,Aluminum,Front Loader(Commercial,Residential) Your response value: N/A CART DUMPER,DOCK AND SIDE (COMMERCIAL,RESIDENTIAL) General: Capable of dumping 2 to 6 yard carts. Acceptable Values No Yes Your response value: No 3 H.P.TEFC 208/230/460 volt 3 phase 1750 R.P.M. 60 hertz electric motor. Acceptable Values No Yes Your response value: No 2,000 LB rated capacity. Acceptable Values City of St.Petersburg Page 11 of 73 Request for Quotation 5580:Quote 5002 CART DUMPER,DOCK AND SIDE (COMMERCIAL,RESIDENTIAL) No Yes Your response value: No Cycle time:36 seconds for dock style and 46 seconds for side style. Acceptable Values No Yes Your response value: No 3 G.P.M.gear pump, 13 gallon oil reservoir. Acceptable Values No Yes Your response value: No 1,200 P.S.I.working pressure to 1,600 P.S.I.maximum. Acceptable Values No Yes Your response value: No Hinge Rods: Bronze bearing hinge. Acceptable Values No Yes Your response value: No (1)4"x 24"D.A. cylinder w/2"chrome plated rod on side dumper models. Acceptable Values No Yes Your response value: No (2)3"x 16"D.A. cylinder with 1 1/2"chrome plated rod on side dumper models. Acceptable Values No Yes Your response value: No City of St.Petersburg Page 12 of 73 Request for Quotation 5580: Quote 5002 CART DUMPER,DOCK AND SIDE (COMMERCIAL,RESIDENTIAL) Chrome plated rods on dock dumper models. Acceptable Values No Yes Your response value: No Control Valve:Manual control valve with key"ON/OFF"switch and"START/STOP"push buttons. Acceptable Values No Yes Your response value: No Finish: Red oxide primer finish. Acceptable Values No Yes Your response value: No Hoses:(2) 1/2"x 12"hydraulic hoses. Acceptable Values No Yes Your response value: No Exceptions:Contractor exceptions for Cart Dumper,Dock and Side. Your response value: N/A CONTAINER,ROLL OFF(USE AT WATER RESOURCES,GRIT) Floor: 3/16"A30 plate,one piece. Acceptable Values No Yes Your response value: No 3"x 4.1#/Foot structural channel cross members on 16"centers. Acceptable Values No Yes Your response value: City of St.Petersburg Page 13 of 73 Request for Quotation 5580: Quote 5002 CONTAINER,ROLL OFF(USE AT WATER RESOURCES,GRIT) No 3"x 4.1#/Foot structural channel side sills,one piece. Acceptable Values No Yes Your response value: No 6"x 2"x 1/4"structural tube rails,one piece. Acceptable Values No Yes Your response value: No Gusset at each channel cross member. Acceptable Values No Yes Your response value: No 1 1/2"thick solid bull nose with double taper inserted into rail for additional strength. Acceptable Values No Yes Your response value: No 1 1/4"thick hook inserted through 1"thick hook plate. Acceptable Values No Yes Your response value: No Lifetime guarantee on hook and hook plate. Acceptable Values No Yes Your response value: No 4"diameter x 6" long nose rollers with grease fittings. Acceptable Values No City of St.Petersburg Page 14 of 73 Request for Quotation 5580:Quote 5002 CONTAINER,ROLL OFF(USE AT WATER RESOURCES,GRIT) Yes Your response value: No (4)8"diameter x 10"long wheels(front wheels on outriggers). Acceptable Values No Yes Your response value: No Drain Plug: 1 1/2"drain plug,one each side of body of floor. Acceptable Values No Yes Your response value: No Sides&Bulkhead:3/16"side wall thickness. Acceptable Values No Yes Your response value: No 3"x 6"x 3/16"structural top tube one piece. Acceptable Values No Yes Your response value: No Sloped bulkhead(no dog box). Acceptable Values No Yes Your response value: No Door: 3/16"plate thickness. Acceptable Values No Yes Your response value: No All tubing 3"x 4"x 3/16"structural tube. City of St. Petersburg Page 15 of 73 Request for Quotation 5580: Quote 5002 CONTAINER,ROLL OFF(USE AT WATER RESOURCES,GRIT) Acceptable Values No Yes Your response value: No (2)heavy duty hinges,9"high,slotted center sleeve for binder take-up,grease fittings. Acceptable Values No Yes Your response value: No Semi-automatic cam block latching system with 1 1/4"thick cams, 1 1/4"diameter shaft, 1/2"thick keepers,3/8"safety chain,slam latch. Acceptable Values No Yes Your response value: No (3)7/8"diameter ratchet binders used to maintain liquid tight seal. Acceptable Values No Yes Your response value: No 35 durometer neoprene gasket attached to door 1/2"x 1/2"x 1/8"angle on each side of gasket. Acceptable Values No Yes Your response value: No General:All inside seams full welded. Acceptable Values No Yes Your response value: No Suitable hooks for hanging plastic liner shall be installed inside container(5)per side and(4)each end. Acceptable Values No Yes City of St. Petersburg Page 16 of 73 Request for Quotation 5580:Quote 5002 CONTAINER,ROLL OFF(USE AT WATER RESOURCES,GRIT) Your response value: No Container shall be primed(interior and exterior)with a red oxide primer. Acceptable Values No Yes Your response value: I No Interior surface to be epoxy or equal finish. Acceptable Values No Yes Your response value: No All exterior surfaces(except underside)shall be coated with 2 coats of an alkyd base,quick dry,air dry enamel. Acceptable Values No Yes Your response value: No Containers shall be water tested and certified at factory to full. Acceptable Values No Yes Your response value: No Lids: One piece fiberglass lid,hinge center,open both side. I Acceptable Values No Yes Your response value: No 12 gauge(min.)sheet thickness. Acceptable Values No Yes Your response value: No Front(over)lid framed with 3"x 2"x 1/4"angle. City of St. Petersburg Page 17 of 73 Request for Quotation 5580: Quote 5002 CONTAINER,ROLL OFF(USE AT WATER RESOURCES,GRIT) Acceptable Values No Yes Your response value: No Rear(under)lid framed with 1 1/2"x 2"x 1/8"structural tubing. Acceptable Values No Yes Your response value: No Lids are sealed with 1/2"and 3/4"thick closed cell sponge gasket. Acceptable Values No Yes Your response value: No Lids have(4)4"diameter V-Grooved wheels each with delrin sleeve type bearings. Acceptable Values No Yes Your response value: No Wheels ride on inverted 1 1/4"x 1 1/4"x 3/16"angle(upper)and 2"x 2"x 3/8"angle(lower). Acceptable Values No Yes Your response value: No Wheel mechanisms are spring loaded to allow automatic raising of lids when latches are released. Acceptable Values No Yes Your response value: No Lids are secured in the closed position by(6)3/4"diameter ratchet binders. Acceptable Values No Yes City of St.Petersburg Page 18 of 73 Request for Quotation 5580:Quote 5002 CONTAINER,ROLL OFF(USE AT WATER RESOURCES,GRIT) Your response value: No Lids are peaked to prevent rainwater and condensation from accumulating on top. Acceptable Values No Yes Your response value: No Roll off containers with Rear Doors:A secondary securing device,such as a chain and keyhole plate of sufficient strength to maintain the door in a closed position if the primary locking device fails is required. Acceptable Values No Yes Your response value: No Keyhole plates are required to hold the door in the open position while dumping. Acceptable Values No Yes Your response value: No NOTE: Lid seals are designed to keep sludge in and rainwater out. Lids and seals are not designed to withstand the hydrostatic pressures generated when a container full of liquid is raised to the maximum angle while loading on a truck. Type No Response Required Exceptions: Contractor exceptions for Container,Roll Off(Use at Water Resources,Grit). Your response value: N/A COMPACTOR,STATIONARY,VERTAPAC (COMMERCIAL,RESIDENTIAL) Compactors,stationary,minimum NSWMA rating,54,500 LB total normal force,31.3 PSI normal ram face force rating, 14"ram penetration, 10 GPM pump capacity,2000 PSI normal pressure,4 1/2"bore-2 1/2"rod hydraulic cylinders. Your response value: N/A Body: Side 1/4"plate corrugated for additional strength. Acceptable Values No Yes Your response value: No Charge box floor 1/2"supported by five 4"channels at 5.4. City of St.Petersburg Page 19 of 73 Request for Quotation 5580:Quote 5002 COMPACTOR,STATIONARY,VERTAPAC (COMMERCIAL,RESIDENTIAL) Acceptable Values No Yes Your response value: No Breaker Bay is 8 x 6 x 1 angle. Acceptable Values No Yes Your response value: No Pinning bars to be three 3/4"x 6"bars. Acceptable Values No Yes Your response value: No Overall length to be 126 inches. Acceptable Values No Yes Your response value: No Ram: Ram shall be guided on its sides to reduce friction and wear on the charge box floor. Acceptable Values No Yes Your response value: No Ram guide system shall consist of four graphite impregnated cast iron runners riding on 5/16"x 1 1/4" replaceable wear strips located in a formed corrugation in the compactor side. Acceptable Values No Yes Your response value: No Ram face to be 1/2"thick supported by three 3/4"x 6"cylinder pinning bars extending the width of the ram face. Acceptable Values No City of St.Petersburg Page 20 of 73 Request for Quotation 5580: Quote 5002 COMPACTOR,STATIONARY,VERTAPAC (COMMERCIAL,RESIDENTIAL) Yes Your response value: No Ram top to be 1 piece 3/8"plate. Acceptable Values No Yes Your response value: No Hydraulic:Pump capacity minimum 10 gpm. Acceptable Values No Yes Your response value: No Normal system pressure 2,000 PSI. Acceptable Values No Yes Your response value: No Electrical:Minimum hydraulic cylinder(2)4 1/2"bore and 2 1/2"rod. Acceptable Values No Yes Your response value: No Control system shall be timer activated and so designed to allow the hydraulic fluid to bypass at each end of the cylinder stroke for smooth operation. Acceptable Values No Yes Your response value: No Motor shall be 15 HP,three phrase,60 cycle,208,230,460 volts or 15 HP,single phrase,220 volts. Acceptable Values No Yes Your response value: No City of St.Petersburg Page 21 of 73 Request for Quotation 5580: Quote 5002 COMPACTOR,STATIONARY,VERTAPAC (COMMERCIAL,RESIDENTIAL) Compactor is not to utilize limit switches to control operation of machines. Acceptable Values No Yes Your response value: No Control panel shall carry Underwriters Laboratory label.This is to assure compliance with code and facilitate installation where such a label is required. Acceptable Values No Yes Your response value: No Controls:Panel box enclosure to be NEMA 3R rated. Acceptable Values No Yes Your response value: No Start buttons shall be recessed or location to prevent unintentional activation. Acceptable Values No Yes Your response value: No Stop buttons shall be red and mushroomed. Acceptable Values No Yes Your response value: No For emergencies,a means of stopping and controlling the ram will be included. Acceptable Values No Yes Your response value: No Power Pack:Mounts under the rear of the park,slides out for easy service access,convertible to mount on either side with no additional parts or modifications,convertible to remote power unit with minor modifications. City of St.Petersburg Page 22 of 73 Request for Quotation 5580:Quote 5002 COMPACTOR,STATIONARY,VERTAPAC (COMMERCIAL,RESIDENTIAL) Acceptable Values No Yes Your response value: No Manufacturing Product Liability Insurance to be maintained at limits of no less than$10 million dollars. Acceptable Values No Yes Your response value: No Deodorizer,sprayer,5 gallon capacity,works on ram action. Acceptable Values No Yes Your response value: No Container Paint: Entire unit shall be properly cleaned of all dirt,grease and weld slag. Acceptable Values No Yes Your response value: No Inside surfaces shall be coated with Chem-Tek anti-corrosion compound#M-652 or equal. State type. Your response value: N/A A good coat of primer shall be applied to a thickness of 1 mil prior to finish coat. Sstate type. Your response value: N/A Interior surface shall be coated with a smooth epoxy finish with a minimum thickness of 2 mil. Acceptable Values No Yes Your response value: No Outside surfaces shall be finished with high-gloss enamel to a thickness of 2 mils(3 mils counting primer coats). Dupont Imron,Bengal Tan,#969390. Acceptable Values No Yes City of St.Petersburg Page 23 of 73 Request for Quotation 5580:Quote 5002 COMPACTOR,STATIONARY,VERTAPAC (COMMERCIAL,RESIDENTIAL) Your response value: No Exceptions:Contractor exceptions for Compactor,Stationary,Vertapac(Commercial,Residential). Your response value: N/A CONTAINER,OCTAGON COMPACTION, BREAKAWAY COMPACTOR (COMMERCIAL,RESIDENTIAL) Must be compatible with the Galbreath Outside Rail roll-off hoist or inside/outside,model U50R174. Acceptable Values No Yes Your response value: No Floor to be constructed of 3/16"steel plate continuously welded to sides. Acceptable Values No Yes i Your response value: No Longitudinal rails are constructed of 2"x 6"steel tubing strategically gusseted to cross members. Acceptable Values i No Yes Your response value: No Cross members to be constructed of 3"structural channels with the front half of the cross members being on 26"centers and the rear half being on 16"centers. Acceptable Values No Yes Your response value: No Sides to be constructed of 3/16"gauge steel. The sides are bent in such a fashion as to form an octagon shape. Acceptable Values No F Yes � Your response value: No Hinges shall be constructed of minimum 3/4"x 4"bar stock continuously welded to 6"structural channels. Acceptable Values City of St.Petersburg Page 24 of 73 Request for Quotation 5580:Quote 5002 CONTAINER,OCTAGON COMPACTION, BREAKAWAY COMPACTOR (COMMERCIAL,RESIDENTIAL) No Yes Your response value: No Hinges are also constructed of 1/2"plate and 2"mechanical tubing. Acceptable Values No Yes Your response value: No Door hinge pins are 1 1/2" in diameter. Acceptable Values No Yes Your response value: No Minimum 3 hinges per door. Acceptable Values No Yes Your response value: No Ground rollers are constructed of 8 5/6"O.D.pipe 12" long. Acceptable Values No Yes Your response value: No Front skids are formed from 1/2"plate and are reinforced with gussets. Acceptable Values No Yes Your response value: No Front ground rollers are optional. Acceptable Values No Yes Your response value: City of St.Petersburg Page 25 of 73 Request for Quotation 5580:Quote 5002 CONTAINER,OCTAGON COMPACTION, BREAKAWAY COMPACTOR (COMMERCIAL,RESIDENTIAL) No Guide rollers are supplied with grease fitting. Acceptable Values No Yes Your response value: No Full width deflector plates make up the top and bottom panels. Acceptable Values No Yes Your response value: No These plates cause all wastes to rotate,providing denser compaction. Acceptable Values No Yes Your response value: No Latch to be constructed with 3 position arrangement to provide automatic re-latching while shutting door. Acceptable Values No Yes Your response value: No Minimum 3 latches per door. Acceptable Values No Yes Your response value: No Interior surface to be epoxy or equal finish. State type. Your response value: N/A Exceptions:Contractor exceptions for Container,Octagon Compacxtion,Breakaway Compactor(Commercial,Residential). Your response value: N/A COMPACTOR,SELF CONTAINED, 15,17,20, 24,25,30 AND 36 CY(COMMERCIAL, City of St.Petersburg Page 26 of 73 Request for Quotation 5580: Quote 5002 RESIDENTIAL) Must be compatible with the Galbreath Outside Rail roll-off hoist or inside/outside Model U5OR174. Acceptable Values No Yes Your response value: No Equipped with a spray odor control system. Acceptable Values No Yes Your response value: No Door to be fully sealed and held tightly closed with auto related latches and bubble gate. Acceptable Values No Yes Your response value: No Hooper: Rear loading design with doghouse with rear door,dual side doors,handrails and walk-on ram cover. Acceptable Values No Yes Your response value: No Charge box capacity 1.0 CY for 20 and 24 CY. Acceptable Values No Yes Your response value: No Yard container. Acceptable Values No Yes Your response value: No 1.5 CY for 30 CY container minimum. Acceptable Values No Yes City of St.Petersburg Page 27 of 73 Request for Quotation 5580:Quote 5002 RESIDENTIAL) Your response value: No Feed opening 30 1/2"x 48"for 20 CY container. Acceptable Values No Yes Your response value: No 40"x 58"for 30 CY container minimum. Acceptable Values No Yes Your response value: No Total maximum packing force 43,100 LB for 20 CY container. Acceptable Values No Yes Your response value: No 49,000 LB for 30 CY container. Acceptable Values No Yes Your response value: No (Separate Power Unit)Electrical Equipment: Electrical motor 15 HP three phase, 15 HP 60 cycle;208, 230 and 460 volts equipped with pressure gauges on all compactors or single phase,220 volt. Acceptable Values No Yes Your response value: No Electrical control voltage; 120 VAC. Acceptable Values No Yes Your response value: No All circuit fused. City of St.Petersburg Page 28 of 73 Request for Quotation 5580: Quote 5002 RESIDENTIAL) Acceptable Values No Yes Your response value: No Hydraulic Equipment:Three-push button station key operated(start/stop/reverse). Acceptable Values No Yes Your response value: No Hydraulic pump, 11 GPM shall have a cut-off valve. Acceptable Values No Yes Your response value: No Normal operating pressure 1,800 PSI minimum. Acceptable Values No Yes Your response value: No Container Paint: 2,300 PSI for 30 cubic yard container(15-36 CY) Acceptable Values No Yes Your response value: No Container Paint: Entire unit shall be properly cleaned of all dirt,grease and weld slag. Acceptable Values No Yes Your response value: No Inside surfaces shall be coated with Chem-Tek anti-corrosion compound#M-652 or equal. State type. Your response value: N/A A good coat of primer shall be applied to a thickness of 1 mil prior to finish coat. State type. Your response value: N/A City of St.Petersburg Page 29 of 73 Request for Quotation 5580: Quote 5002 RESIDENTIAL) Interior surface shall be coated with a smooth epoxy finish with a minimum thickness of 2 mil. Acceptable Values No Yes Your response value: No Outside surfaces shall be finished with a high-gloss enamel to a thickness of 2 mils(3mils counting primer coats). Dupont Imron Bengal Tan,#969390. Your response value: N/A Rail, Stops and Guide Rails: To be provided to prevent damage to the dock,container and guide rail. Acceptable Values No Yes Your response value: No Container Capacity: 28.2 CY Acceptable Values No Yes Your response value: No Hooper Capacity: 1.5 CY Acceptable Values No Yes Your response value: No Loading Height:42"from step. Acceptable Values No Yes Your response value: No Charge opening: 60'x 33"x 33"deep. Acceptable Values No Yes Your response value: No Floor material: 1/2"plate. City of St. Petersburg Page 30 of 73 Request for Quotation 5580:Quote 5002 RESIDENTIAL) Acceptable Values No Yes Your response value: No Side material: 1/4"plate. Acceptable Values No Yes Your response value: No Outside Reinforcement: 6"channel. Acceptable Values No Yes Your response value: No Ram Panel: 59 3/4"x 30"(1/2"plate). Acceptable Values No Yes Your response value: No Breaker Bar: 1/2"x 4"x 6",angled boxed. Acceptable Values No Yes Your response value: No Piston: 5"x 3"rod. Acceptable Values No Yes Your response value: No Piston Mounting: Clevis type with grease fittings. Acceptable Values No Yes Your response value: City of St.Petersburg Page 31 of 73 Request for Quotation 5580: Quote 5002 RESIDENTIAL) No Line Pressure: 1,750 PSI Acceptable Values No Yes Your response value: No Maximum Pressure:2,000 PSI Acceptable Values No Yes Your response value: No Maximum Force:40,000 LB Acceptable Values No Yes Your response value: No Cycle Time:37 seconds Acceptable Values No Yes Your response value: No Motor: 15 HP 230/460V three phase, 15 HP single phase,220 volts. Acceptable Values No Yes Your response value: No Pump:9 GPM Acceptable Values No Yes Your response value: No Reservoir: 30 Gallon with 1" stump. Acceptable Values No Yes City of St.Petersburg Page 32 of 73 Request for Quotation 5580: Quote 5002 RESIDENTIAL) Your response value: No Controls: Manual with hand valve. Acceptable Values No Yes • Your response value: No Shipping weight: 1,800 LB Acceptable Values No Yes Your response value: No Exceptions: Contractor exceptions for Compactor,Self Contained, 15, 17,20,24,25,30 and 36(Commercial,Residential). Your response value: N/A CONTAINER,RECYCLING Compaitnuents:Containers to be designed with compartments ranging in number from 1 to 5. Acceptable Values No Yes Your response value: No Doors:Compartment doors are to be designed with quick release latches with a number of doors being determined by the number of compartments. Acceptable Values No Yes Your response value: No Openings: 10"x 20",plastic lids on openings are to be hinged toward the front of the containers. Acceptable Values No Yes Your response value: No Dimensions:Length:22'overall,height 85"overall maximum,width 8'overall. Shape:A-frame type. Acceptable Values No City of St.Petersburg Page 33 of 73 Request for Quotation 5580:Quote 5002 CONTAINER,RECYCLING Yes Your response value: No Loading Height: Loading height from the ground shall be 55"maximum. Acceptable Values No Yes Your response value: No Rear Door:Must be one piece construction from top of container to floor. Door must be equipped with gasket. Acceptable Values No Yes Your response value: No NOTE:Final design of the container(overall outside shape,compartment design and compartment volumes)must be approved by the Sanitation Depai t,nent prior to construction. Type No Response Required Exceptions: Contractor exceptions for Container,Recycling. Your response value: N/A CONTAINER,200 AND 300 GALLON,NEW STYLE(COMMERCIAL,RESIDENTIAL) Materials:Paxon 7004,or equal,UV-stabilized cross-linkable high density. State type. Your response value: N/A Polyethylene. State material. Your response value: N/A Must be able to provide various colors such as black,brown,gray,green and clay. Acceptable Values No Yes Your response value: No Configuration for 200 and 300 gallon containers:Minimum capacity 200&300 gallon. Acceptable Values No Yes Your response value: City of St. Petersburg Page 34 of 73 Request for Quotation 5580:Quote 5002 CONTAINER,200 AND 300 GALLON,NEW STYLE(COMMERCIAL,RESIDENTIAL) No Maximum diameter at top 51". Acceptable Values No Yes Your response value: No Minimum diameter at bottom 38". Acceptable Values No Yes Your response value: No 42"diameter gripping surface at 31" from ground. Acceptable Values No Yes Your response value: No Tapered from top to bottom(smaller at bottom)and must be designed to be compatible with the current collection equipment used by the City. Acceptable Values No Yes Your response value: No Markings: Containers shall have the month and year of manufacture plainly branded or hot stamped into the surface below the hinge area. Acceptable Values No Yes Your response value: No "Property of City of St.Petersburg"shall be molded into the lid of the containers. Acceptable Values No Yes Your response value: No Lids(New Style)2/3 - 1/3 Lid:Containers shall be equipped with waterproof lids designed to drain and overlap the containers'side and have a 2/3 opening. City of St.Petersburg Page 35 of 73 Request for Quotation 5580: Quote 5002 CONTAINER,200 AND 300 GALLON,NEW STYLE(COMMERCIAL,RESIDENTIAL) Acceptable Values No Yes Your response value: No Lid is to be designed so that it is interchangeable with the 200 and 300 gallon containers. Acceptable Values No Yes Your response value: No Hinge Rods:Hinge rods are to be 2"longer than required if rod must be cut to replace lid. Acceptable Values No Yes Your response value: No Weight:Container shall have a total weight after trimming of not less than 78 LB for the 300 gallon containers and 63 LB for the 200 gallon containers. Acceptable Values No Yes Your response value: No Manufacturing Process:Rotational molding or equivalent process based on historical field data which must be furnished with bid. State type. Your response value: N/A Warranty: Containers with lids shall be warranted for a minimum of five years in material and workmanship. Acceptable Values No Yes Your response value: No Parts List:List of all replacement parts with current price will be provided to the city upon request. Acceptable Values No Yes Your response value: City of St.Petersburg Page 36 of 73 Request for Quotation 5580: Quote 5002 CONTAINER,200 AND 300 GALLON,NEW STYLE(COMMERCIAL,RESIDENTIAL) No Exceptions: Contractor exceptions for Container,200 and 300 Gallon,New Style(Commercial, Residential). Your response value: N/A CONTAINER,300 GALLON,OLD STYLE Materials:Paxon 7004,or equal,UV-stabilized cross-linkable high density. State type. Your response value: N/A Polyethylene(state material). Your response value: N/A Must be able to provide various colors,such as black,brown,grey,green and clay. Acceptable Values No Yes Your response value: No Configuration for 300 gallon containers:Minimum capacity,300 gallon. Acceptable Values No Yes Your response value: No Maximum diameter at top 51"and minimum diameter at bottom 38". Acceptable Values No Yes Your response value: No 42"diameter gripping surface at 31"from ground. Acceptable Values No Yes Your response value: No Tapered from top to bottom(smaller at bottom)and must be designed to be compatible with the current collection equipment used by the City. Acceptable Values No Yes City of St.Petersburg Page 37 of 73 Request for Quotation 5580: Quote 5002 CONTAINER,300 GALLON,OLD STYLE Your response value: No Markings:Containers shall have the month and year of manufacturer plainly branded or hot stamped into the surface below hinge area. Acceptable Values No Yes Your response value: No "Property of City of St.Petersburg"shall be molded into the lid of the containers. Acceptable Values No Yes Your response value: No Lids(Old Style)Full Lid: Containers shall be equipped with waterproof lids designed to drain and overlap j the containers'side. Acceptable Values No Yes Your response value: No Lid is to be designed with a granny hatch that as a minimum dimension of 19"wide and 16"deep. Acceptable Values No Yes Your response value: No Hinge Rods: Hinge rods are to be two inches longer than required if rod must be cut to replace lid. Acceptable Values No Yes Your response value: No Weight:Container shall have a total weight after trimming of not less than 87 LB. Acceptable Values No Yes Your response value: No Barrel shall have a minimum weight of 65 LB. State weights. City of St.Petersburg Page 38 of 73 Request for Quotation 5580: Quote 5002 CONTAINER,300 GALLON,OLD STYLE Your response value: N/A Manufacturing Process: Rotational molding or equivalent process based on historical field data which must be furnished with bid. State type. Your response value: N/A Warranty: Containers with lids shall be warranted for a minimum of five years in material and workmanship. Acceptable Values No Yes Your response value: No Parts List:List of all replacement parts with current costs must be submitted with bid. Type No Response Required Exceptions: Contractor exceptions for Container,300 Gallon,Old Style. Your response value: N/A CONTAINER,90 GALLON(COMMERCIAL, RESIDENTIAL) Process,Rotational molding method. Acceptable Values No Yes Your response value: No Material,Marlex CL200 Crosslinkable polyethylene or Paxon 7204 Crosslinkable HDPE,or latest material. State type. Your response value: N/A Resin shall be 100%virgin ultra violet stabilized. Acceptable Values No Yes Your response value: No Color pigment shall be hot compounded into material by the manufacturer of the resin. Color shall be as required by the City. Acceptable Values No Yes City of St. Petersburg Page 39 of 73 Request for Quotation 5580:Quote 5002 CONTAINER,90 GALLON(COMMERCIAL, RESIDENTIAL) Your response value: No Weight:Container excluding axle shall weight;32 LB,lid 6 LB,wheels 3 LB per pair, Acceptable Values No Yes Your response value: No Wheel Dimensions:Wheel diameter at 10",width 2 1/2",inside diameter of axle hub 5/8",length of axle hub 1 1/2". Acceptable Values No Yes Your response value: No Wheel shall be of a one piece design, 100%cross-linked high density polyethylene, 100%linear high density polyethylene,Outer rim area shall be recessed.Outer rim axle cap should not protrude past the outer edge of the wheel. Acceptable Values No Yes Your response value: No Polymer is to be black in color with the pigment hot melt compounded into the polymer by the polymer manufacturer.The polymer used is to be 100%virgin ultraviolet stabilized.Marlex CL-200 or Paxon 7204. State type. Your response value: N/A Wheels shall fit the containers currently being used by the City. Type No Response Required Handles,carbon steel,Permatex coating or equal,bolt holes at 5/16". State type. Your response value: N/A Handles shall fit the containers currently being used by the City. Type No Response Required Axles,5/8"diameter x 22"long,Zinc plated steel or equal. State type. Your response value: N/A Warranty,Due to failure because of manufacturing process or resin shall be stated. State type. Your response value: N/A City of St.Petersburg Page 40 of 73 Request for Quotation 5580: Quote 5002 CONTAINER,90 GALLON(COMMERCIAL, RESIDENTIAL) Exceptions:Contractor exceptions for Container,90 Gallon(Commercial,Residential). Your response value: N/A CONTAINER WHEEL,90 GALLON Wheel diameter, 10"width 2 1/2",inside diameter of axle hub 1 1/2"and wheel shall be a one piece design. Acceptable Values No Yes Your response value: No 100%cross-linked high density polyethylene.The polymer used is to be 100%virgin ultraviolet stabilized,) Marlex CL-200 or Paxon 7204. State type. Your response value: N/A Wheel weight shall be a minimum of 1 1/2 LB per wheel(depending on the material density). Acceptable Values No Yes Your response value: No Outer rim area shall be recessed to prevent the axle cap from protruding past the outer edge of the wheel. Acceptable Values No Yes Your response value: No Wheels shall fit the following containers currently being used by the City.Reuter Inc.,Kirk Manufacturing and Rotational Molding Inc. Acceptable Values No Yes Your response value: No Exceptions:Contractor exceptions for Container Wheel,90 Gallon Your response value: N/A CONTAINER HANDLES,90 GALLON Handles carbon steel,Permatex coating or equal. State type. Your response value: N/A City of St.Petersburg Page 41 of 73 Request for Quotation 5580: Quote 5002 CONTAINER HANDLES,90 GALLON Bolt Holes:5/16" Acceptable Values No Yes Your response value: No Handles shall fit the Reuter 90 gallon structural foam container. Acceptable Values No Yes Your response value: No Exceptions:Contractor exceptions for Container Handles,90 Gallon. Your response value: N/A CONTAINER AXLES,90 GALLON Refuse Container Axles: 5/8"diameter x 22" long,zinc plated.Exceptions: Contractor exceptions for Container Axle,90 Gallon. Your response value: N/A CONTAINER CASTERS,RIGID AND SWIVEL,FRONT LOAD CONTAINERS Casters 6"x 2"wheel(metal hub with rubber tire),zinc plated,roller bearing, 1,200 LB capacity. Height: 7 1/2"(OOverall),Bolt Patter 3 1/4"x 2 3/4"(for mounting). Acceptable Values No Yes Your response value: No Exceptions: Contractor exceptions for Container Casters,Rigid and Swivel,Front Load Containers. Your response value: N/A CONTAINER,RECYCLING WITH RFID Containers must meet ANSI standards Z245.3 and Z245.60. Acceptable Values No Yes Your response value: Yes Capacity: Small 32-35 gallon,medium 64-66 gallon,large 94-96 gallon. Roll carts must have a minimum load rating of 3.5 pounds per gallon. Acceptable Values City of St.Petersburg Page 42 of 73 Request for Quotation 5580:Quote 5002 CONTAINER,RECYCLING WITH RFID No Yes Your response value: Yes Materials:All roll carts shall be rotationally or injection molded using medium to high density 100% recyclable polyethylene. All plastic parts must be stabilized against ultraviolet light deterioration with an UV stabilizer additive with no less than two fifths of one percent(.4%)by weight. Acceptable Values No Yes Your response value: No Minimum Weight: Unassembled roll cart including cart body and lid;small 15 LB or greater,medium 22 LB or greater,large 30 LB or greater. Acceptable Values No Yes Your response value: Yes Design:The roll cart shall consist of a body,lid,axle,wheels,and necessary accessories. Acceptable Values No Yes Your response value: Yes Roll carts shall be universal and must be compatible with and capable of withstanding all industry-standard semi-automated and fully-automated collection systems.The upper lift point shall be permanently molded into the roll cart and the lower must be a 1"diameter galvanized free floating metal bar or composite equivalent,securely attached to prevent failure or loss.Molded in bars are unacceptable. Acceptable Values No Yes Your response value: Yes Roll carts shall be designed to prevent the roll cart from falling into the truck hopper when lifted and turned upside down using a semi-automated collection system. Acceptable Values No Yes Your response value: Yes Interior and exterior of the roll cart body shall be smooth and uniform in appearance,and shall be free of pockets,recesses,or significant intrusions,which could trap debris. City of St.Petersburg Page 43 of 73 Request for Quotation 5580:Quote 5002 CONTAINER,RECYCLING WITH RFID Your response value: COMPLY Roll cart shall be manufactured with a narrow width design to fit through a 30"door opening. Acceptable Values No Yes Your response value: Yes Roll cart shall be manufactured with a slight taper so that the top of the body is slightly larger than the bottom for nesting. Acceptable Values No Yes Your response value: Yes Roll cart shall be manufactured with a foot operated tilt feature designed into the axle to facilitate easy tipping. Acceptable Values No Yes Your response value: Yes Body: Body of the roll cart shall be one piece. Acceptable Values No Yes Your response value: Yes Roll cart wall and bottom Thickness shall be a minimum of 0.15 inches for injected molded carts.For carts manufactured through a rotational molding process,wall thickness shall have a minimum nominal wall thickness of 0.172 inches throughout the cart. Acceptable Values No Yes Your response value: No Body must be designed with a drag rail on the container bottom and reinforced in the area that contacts the ground with a molded in-bottom wear strip. Acceptable Values No Yes Your response value: Yes City of St.Petersburg Page 44 of 73 Request for Quotation 5580:Quote 5002 CONTAINER,RECYCLING WITH RFID Top of the container shall be molded with a reinforced rim to add structural strength and stability to the container and to provide a flat surface for lid closure.This reinforced rim shall have a raised inner perimeter.The rim of the roll cart must not be designed to have an inward radius to obstruct free flow emptying of material out of the container. Acceptable Values No Yes Your response value: Yes Lids: Roll cart lids shall be of a configuration that will not warp,bend,slump,or distort to such extent that it no longer fits the Roll Cart properly or becomes otherwise unserviceable.Lids shall be watertight, prohibit vectors from entering,and odor emission from coming out.The lid shall be of one-piece construction and securely attached to the rear of the wheeled section of the Roll Cart using a rustproof weather resistant fastener system.The lid shall be hinged to open by gravity to a position of 270 degrees from the closed position and hang open without stressing the lid,Roll Cart body,or tipping over the Roll Cart. Lids should be designed to be easily removed in the event of damage or failure. Lid hatches are unacceptable. Acceptable Values No Yes Your response value: Yes Handles: Roll cart shall have a horizontal handle(s)to provide comfortable gripping areas for pushing or pulling the Roll Cart.The handle shall be integrally molded into the body or lid,and only plastic surfaces shall be exposed to the hands of the user. Acceptable Values No Yes Your response value: Yes Wheels/Axle: Roll carts shall be equipped with two(2)plastic molded or rubber wheels making cart capable of being easily removed and maneuvered.Wheels shall be snap-on or attached in a way that prevents the unintended detachment of wheels. Successful bidders must supply two(2)sets of wheel removal instructions and tools required to replace or maintain proposed wheels and attachment mechanisms.Wheels shall be a minimum of 10"in diameter for large and medium Roll Carts and a minimum of 8"in diameter for the small roll cart.Roll cart shall be furnished with a minimum 5/8" diameter axle with a corrosion resistant coating,which shall be securely attached to the roll cart body by molded axle retainers.The wheels and axle shall be rated to meet and exceed the roll cart load requirement of 3.5 pounds per gallon. Acceptable Values No Yes Your response value: Yes Stability:Roll carts shall be stable and self-balancing when in the upright position,whether loaded or empty and maintain stability when returned to the ground at the end of the dumping cycle.Roll carts shall also remain stable and upright in winds up to 35 miles per hour when empty. City of St.Petersburg Page 45 of 73 Request for Quotation 5580:Quote 5002 CONTAINE' RECYCLING WITH RFID Acceptable Values No Yes Your response value: Yes Color: Color shall not be streaked in the finished product and shall be colorfast so that color does not alter significantly with normal use. Painted roll carts are unacceptable. Acceptable Values No Yes Your response value: Yes Roll cart shall be blue with a blue lid.Final color selection must be approved by City prior to manufacturing. Acceptable Values No Yes Your response value: Yes Markings: Sequential serial numbers shall be molded,branded,or hot-stamped into the front of the roll cart body in white color.An eight to ten(8-10)alpha/numeric serial number shall be used as determined by the City. Acceptable Values No Yes Your response value: F Yes A City of St.Petersburg logo shall be clearly molded,inscribed,or hot-stamped into both sides of the roll cart body along with the following wording in 1"lettering on the roll cart lids.Property of the City of St. Petersburg. Instructions for which side of the roll cart must face the street for collection. Include program instructions as determined by the City,minimum four color in-mold label. Any other ANSI and regulatory labeling required. The City must approve all markings prior to the manufacturing. Acceptable Values No Yes Your response value: Yes RFID: Each roll cart is to have a unique integrated RFID tag installed into the roll cart body.RFID tags must be passive Ultra High Frequency(UHF)with an optimal operating frequency of 860-960 MHz.RFID tags must have an optimal operating temperature of 40'F to+149'F.The dry inlay must meet ISO/IEC 18000-6C and EPC Global Gen 2 standards.RFID tag values must be written and locked at time of roll cart production. Acceptable Values No Yes City of St.Petersburg Page 46 of 73 Request for Quotation 5580:Quote 5002 CONTAINER,RECYCLING WITH RFID Your response value: Yes All RFID tags must be attached so that the tags have no exposure to outside elements,are not visible to the customer,and are tamper-resistant. RFID tags placed inside of body of the roll cart are unacceptable. Adhesive or sticker RFID tags are unacceptable. Each RFID tag must be tested at the manufacturing facility to ensure that it is working properly. Acceptable Values No Yes Your response value: Yes Exceptions:Contractor exceptions for Container,Recycling with RFID. Your response value: Resin Additives Otto's containers are stabilized against ultraviolet degradation with not less than 0.3%UV additives.This is a state-of-the-art package that meets or exceeds older systems requiring 0.4%UV additive by weight and provides product viability for a minimum of 10 years of outdoor exposure.Wall Thickness The wall thickness requested in the bid of 0.15"throughout the body of the 65 gallon container is a feature that is of nominal concern to overall stability and functionality of industry standard automated containers.The Otto MSD-65E"Edge"carts has an average wall thickness of 0.14".Though minimally thinner than the bid's specification,the MSD-65E containers have readily passed rigorous ANSI compliant durability and performance testing. The MSD-65E carts can easily accommodate a load rating of 340 pounds?substantially exceeding the guidelines spelled out in ANSI Z-245.30(3.5 pounds per gallon capacity). 1.4 Attachments 1.4.1 Buyer Attachments 1.4.2 Supplier Attachments Name Data Type Description Signature Page for RFQ File Signature Page 5580 COI for RFQ 5580 File Certificate of Insurance Otto Bid Package File Product Specs,drawings,brochures,testing, company information and references. City of St.Petersburg Page 47 of 73 Request for Quotation 5580: Quote 5002 2 Price Schedule 2.1 Line Information Response Total(USD) 233,679.00 Line Item,Rev Target Unit Response l Amount Quantity Price 1 Axle,90 gallon,22"x 5/8",solid 500 EACH No Response steel,zinc plated. 2 Carts: dock and side dumping, 15 EACH No Response 2,500 LB.capacity. 3 Caster,rigid,rubber. 1,000 EACH No Response 4 Caster,swivel,rubber. 1,000 EACH No Response 5 Compactor,power packs,unit 5 EACH No Response with 10 HP power pack hydraulic motor,3 phase electric motor for self contained compactor. 6 Compactor,power packs,Unit 5 EACH No Response with 10 HP power pack,hydraulic motor,single phase electric motor, for self contained compactor. 7 Compactor,self contained,20 13 EACH No Response CY. 8 Compactor,self-contained, 15 3 EACH No Response CY. 9 Compactor,self-contained, 17 1 EACH No Response CY. ! 10 Compactor,self-contained,24 3 EACH No Response CY. 11 Compactor,self-contained,25 3 EACH No Response CY. 12 Compactor,self-contained,30 5 EACH No Response ! CY. i 13 Compactor,self-contained,36 3 EACH No Response CY. 14 Compactor,vertapac,2 CY, 3 EACH No Response Marathon,TC HD,or approved equal 15 Compactor,vertapac,2.5 CY, 3 EACH No Response Marathon,TC HD,or approved i equal 16 Compactor,vertapac,3 CY, 3 EACH No Response Marathon,TC HD,or approved equal 17 Container, 100%cross-linked 100 EACH No Response polyethylene,granny hatch lid,300 gallon,black,old style. 18 Container, 100%cross-linked 50 EACH No Response polyethylene,granny hatch lid,300 gallon,brown,old style. 19 Container, 100%cross-linked 100 EACH No Response polyethylene,granny hatch lid,300 gallon,green,old style. 20 Container,commercial,double 20 EACH No Response wall,plastic lids, 1 CY,slant top. 21 Container,commercial,double 75 EACH No Response wall,plastic lids,2 CY,slant top. 22 Container,commercial,double 10 EACH No Response 1 wall,plastic lids,3 CY,flat top. I City of St.Petersburg Page 48 of 73 Request for Quotation 5580:Quote 5002 Line Item,Rev Target Unit Response Amount Quantity Price 23 Container,commercial,double 90 EACH No Response wall,plastic lids,3 CY,slant top. 24 Container,commercial,double 20 EACH No Response wall,plastic lids,4 CY,flat top, plastic side. 25 Container,commercial,double 50 EACH No Response wall,plastic lids,4 CY,slant top. 26 Container,commercial,double 30 EACH No Response wall,plastic lids,6 CY,slant top, plastic side. 27 Container,commercial,double 80 EACH No Response wall,plastic lids,6 CY,slant top. 28 Container,commercial,double 80 EACH No Response wall,plastic lids,8 CY,slant top. 29 Container,commercial,front 10 EACH 630.00 6,300.00 load,high density crosslink polyethylene,includes lid,2 CY. 30 Container,commercial,front 20 EACH 945.05 18,901.00 load,high density crosslink polyethylene,includes lid,3 CY. 31 Container,commercial,front 20 EACH 1,020.10 20,402.00 load,high density crosslink polyethylene,includes lid,4 CY. 32 Container,commercial,front 110 EACH No Response load,marine grade aluminum, includes lid,2 CY. 33 Container,commercial,front 20 EACH No Response load,marine grade aluminum, includes lid,3 CY. 34 Container,commercial,front 120 EACH No Response load,marine grade aluminum, includes lid,4 CY. 35 Container,commercial,metal 5 EACH No Response lids,6 CY,flat top,metal lids, plastic side sliding doors. 36 Container,commercial,metal 5 EACH No Response lids,6 CY,flat top,metal lids. 37 Container,commercial,metal 10 EACH No Response lids,6 CY,flat top,plastic lids, plastic side sliding doors. 38 Container,commercial,metal 30 EACH No Response lids,8 CY,flat top,double wall plastic lids,plastic side sliding. 39 Container,commercial,metal 5 EACH No Response lids,8 CY,flat top,metal lids. 40 Container,commercial,open 2 EACH No Response top,roll-off, 10 CY. 41 Container,commercial,open 20 EACH No Response top,roll-off,20 CY. 42 Container,commercial,open 20 EACH No Response top,roll-off,30 CY. 43 Container,commercial,open 10 EACH No Response top,roll-off,40 CY. 44 Container,commercial, 2 EACH No Response recycling,closed top with five(5) compartments,roll-off,tailgate gaskets,full back door,20 CY. City of St.Petersburg Page 49 of 73 Request for Quotation 5580:Quote 5002 Line Item,Rev Target Unit Response Amount Quantity Price 45 Container,commercial, 2 EACH No Response recycling,closed top with four(4) compai tments,roll-off,tailgate gaskets,full back door,20 CY. 46 Container,commercial, 2 EACH No Response recycling,closed top with one(1) compartment roll-off,tailgate gaskets,full back door,20 CY. 47 Container,commercial, 2 EACH No Response recycling,closed top with three(3) compai talents,roll-off,tailgate gaskets,full back door,20 CY. 48 Container,commercial, 2 EACH No Response recycling,closed top with two(2) compartments,roll-off,tailgate gaskets,full back door,20 CY. 49 Container,compaction,octagon, 2 EACH No Response (breakaway), 16 CY.Mfg./Model No.Marathon/RJ-160C or approved equal. 50 Container,compaction,octagon, 2 EACH No Response (breakaway),27 CY.Mfg./Model No.Marathon/RJ-160C or approved equal. 51 Container,compaction,octagon, 2 EACH No Response (breakaway),37 CY.Mfg./Model No.Marathon/RJ-160C or approved equal. 52 Container,compaction,octagon, 3 EACH No Response (breakaway),40 CY.Mfg./Model No.Marathon/RJ-160C or approved equal. 53 Container,compaction,octagon, 2 EACH No Response (breakaway),43 CY.Mfg./Model No.Marathon/RJ-160C or approved equal. 54 Container,cross linkable 200 EACH No Response poythylene,black,60 gallon. 55 Container,crosslink 3,000 EACH No Response polythylene,midnight shower black,wheels,axles,38 LB,90 gallon. 56 Container,front load,6"lip,7 20 EACH No Response ' gauge bottom,2 skids,drain hole, 30"x 69 1/2". 57 Container,front load,6"lip,7 10 EACH No Response gauge bottom,2 skids,drain hole, 30"x 76". 58 Container,front load,6"lip,7 35 EACH No Response gauge bottom,2 skids,drain hole, 36"x 69 1/2". 59 Container,front load,6"lip,7 20 EACH No Response gauge bottom,2 skids,drain hole, 36"x 72". 60 Container,front load,6" lip,7 20 EACH No Response gauge bottom,2 skids,drain hole, 48"x 69 1/2". ( j City of St.Petersburg Page 50 of 73 Request for Quotation 5580:Quote 5002 Line Item,Rev Target Unit Response Amount Quantity Price 61 Container,front load,6"lip,7 20 EACH No Response gauge bottom,2 skids,drain hole, 48"x 72". 62 Container,front load,6"lip,7 20 EACH No Response gauge bottom,2 skids,drain hole, 72"x 72". 63 Container,front load,6"lip,7 55 EACH No Response gauge bottom,2 skids,drain hole, 72"x 79". 64 Container,polythylene,black, 200 EACH No Response 60 gallon. 65 Container,polythylene,black, 1,000 EACH No Response 90 gallon. 66 Container,recycling,RFID, 1,400 EACH 52.36 73,304.00 blue,large,94-96 gallon. 67 Container,recycling,RFID, 1,400 EACH 44.94 62,916.00 blue,medium,64-66 gallon. 68 Container,recycling,RFID, 1,400 EACH 37.04 51,856.00 blue,small,32-35 gallon. 69 Container,roll-off,sludge, 5 EACH No Response fiberglass lid. 70 Container,UV stabilized, 20 EACH No Response cross-linkable high density polyethylene,lid,200 gallon,2/3 opening,green,old style. 71 Container,UV stabilized, 500 EACH No Response cross-linkable high density polyethylene,lid,300 gallon,2/3 opening,black,new style. 72 Container,UV stabilized, 20 EACH No Response cross-linkable high density polyethylene,lid,300 gallon,2/3 opening,black,old style. 73 Container,UV stabilized, 100 EACH No Response cross-linkable high density polyethylene,lid,300 gallon,2/3 opening,brown,new style. 74 Container,UV stabilized, 100 EACH No Response cross-linkable high density polyethylene,lid,300 gallon,2/3 opening,clay,new style. 75 Container,UV stabilized, 400 EACH No Response cross-linkable high density polyethylene,lid,300 gallon,2/3 opening,green,new style. 76 Container,UV stabilized, 100 EACH No Response cross-linkable high density polyethylene,lid,300 gallon,2/3 opening,grey,new style. 77 Handle,90 gallon,structural 500 EACH No Response foam container, 5/16"bolt holes, carbon steel with Permatex coating. 78 Lid,300 gallon container,UV 200 EACH No Response stabilized,cross-linkable high density polyethylene,2/3 opening, black,new style. 79 Lid,300 gallon container,UV 200 EACH No Response City of St.Petersburg Page 51 of 73 Request for Quotation 5580:Quote 5002 Line Item,Rev Target Unit Response Amount Quantity Price stabilized,cross-linkable high density polyethylene,2/3 opening, brown,new style. 80 Lid,300 gallon container,UV 100 EACH No Response stabilized,cross-linkable high density polyethylene,2/3 opening, brown,new style. 81 Lid,300 gallon container,UV 100 EACH No Response stabilized,cross-linkable high density polyethylene,2/3 opening, clay,new style. 82 Lid,300 gallon container,UV 100 EACH No Response stabilized,cross-linkable high density polyethylene,2/3 opening, green,new style. 83 Lid,300 gallon container,UV 100 EACH No Response stabilized,cross-linkable high density polyethylene,2/3 opening, grey,new style. 84 Lid,300 gallon container,UV 200 EACH No Response stabilized,cross-linkable high density polyethylene,front one(1) piece lid,black. 85 Lid,300 gallon container,UV 200 EACH No Response stabilized,cross-linkable high density polyethylene,rear lid, black. 86 Lid,300 gallon container,UV 200 EACH No Response stabilized,cross-linkable high density polyethylene,split,double walls,left and right,black. 87 Lid,90 gallon container, 100% 700 EACH No Response cross-linked medium density polyethylene,black polymer. 88 Lid,commericial, 100% 100 EACH No Response cross-linked polyethylene,black polymer,36"x 31",minimum weight 8 LB. 89 Lid,commericial, 100% 100 EACH No Response cross-linked polyethylene,black polymer,36"x 41",minimum weight 10 LB. 90 Lid,commericial, 100% 100 EACH No Response cross-linked polyethylene,black polymer,36"x 46",minimum weight 121 LB. 91 Lid,commericial, 100% 100 EACH No Response cross-linked polyethylene,black polymer,36"x 49",minimum weight 12 LB. 92 Lid,commericial, 100% 600 EACH No Response cross-linked polyethylene,black polymer,36"x 58",minimum weight 15 LB. 93 Lid,granny hatch,300 gallon 200 EACH No Response container, 100%cross-linked polyethylene,black polymer. City of St.Petersburg Page 52 of 73 Request for Quotation 5580: Quote 5002 Line Item,Rev Target Unit Response Amount Quantity Price 94 Lids,recycling,sliding,30"x 100 EACH No Response 30", 100%cross linked polyethylene,black polymer, minimum weight 7 LB,90 gallon. 95 Rod,300 gallon granny hatch, 1,000 EACH No Response hinge,PVC. 96 Rod,300 gallon,hinge,PVC. 1,000 EACH No Response 97 Wheel, 10", 100%cross-linked 5,000 EACH No Response polyethylene,black polymer. City of St.Petersburg Page 53 of 73 Request for Quotation 5580 Contract Terms and Conditions Table of Contents City of St Petersburg Solicitation Documents 55 PART A: INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS 55 Bid-Instructions to Bidders, Supplies SEALED 55 PART B: BLANKET PURCHASE AGREEMENT 63 Blanket Purchase Agreement-Supplies and Equipment 63 PART C: SCOPE OF SERVICES 72 Scope of Services 72 City of St.Petersburg Page 54 of 73 Request for Quotation 5580 City of St Petersburg Solicitation Documents PART A:INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS Bid-Instructions to Bidders,Supplies SEALED Intent The instructions to bidders and general conditions described herein apply to transactions for material or supplies with an estimated aggregate cost of$100,000 or more. Definitions Bid: The term bid means the offer of a price by the bidder. Bidder: The term bidder means the offeror. City: The term City means the City of St. Petersburg,Florida. Change Notice: The term change notice means a written order signed by the Director of Procurement&Supply Management or an authorized representative directing the vendor to make changes to the Contract. Contract: The term contract means the contract,purchase order or blanket purchase agreement resulting from the IFB and award to the successful bidder.The Contract shall include all documents whether attached or incorporated by reference,utilized for soliciting sealed bids. Invitation for Bids: The term Invitation for Bids means a solicitation of formal sealed bids. The acronym"IFB" means Invitation for Bids.The IFB includes the Instructions to Bidders and General Conditions,purchase descriptions and/or specifications and may also include additional terms and conditions and all documents whether attached or incorporated by reference,utilized for soliciting sealed bids. Laws: The term laws means current and future federal,state,and local statutes,rules,regulations and ordinances, the federal and state constitutions,and the orders and decrees of any lawful authorities having jurisdiction over the matter of issue. Responsible Bidder: The term responsible bidder means a bidder who has the capability in all respects to perform fully the contract requirements,and the tenacity,perseverance,experience,integrity,reliability,capacity,facilities, equipment and credit which will assure good faith performance. Responsive Bidder: The term responsive bidder means a bidder who has submitted a bid which conforms in all material respects to the requirements set forth in the IFB. SBE: A SBE(Small Business Enterprise)is defined by St.Petersburg City Code,Section 2-270(b)as an independently owned,operated and controlled business which is not dominant in its field of operation and is a provider of supplies,services or construction.The business must have been in operation for at least one(1)year and must serve a commercially useful function.The business must meet written criteria established by the POD and be certified pursuant to the SBE certification program. Supplies: All property,including but not limited to equipment,materials,printing,insurance,and leases of real property,excluding land or a permanent interest in land. Preparation of Bids 1.Bidders are expected to examine the specifications,drawings,and all special and general conditions. Failure to City of St.Petersburg Page 55 of 73 Request for Quotation 5580 do so will be at the bidder's risk. 2.Each bidder shall furnish the information required on the IFB. The bidder shall sign the IFB and print or type his/her/it's name,address,and telephone number on the face page and on each continuation sheet thereof on which he/she/it makes an entry. 3.The unit price for each unit offered shall be shown,and such price shall include packing and shipping unless otherwise specified. A total shall be entered in the"Total"column for each item offered. In case of a discrepancy between the unit price and total price,the unit price will be presumed correct. 4.The bidder must state a definite time for delivery of supplies. 5.The bidder shall retain a copy of all bid documents for future reference. 6.All bids must be signed with the firm's name and by an officer or employee having authority to bind the company or firm by his/her signature. Explanations to Bidders 7.Any explanation regarding the meaning or interpretation of the invitation for bids,drawings,specifications,etc., requested orally or in writing by a bidder,must be requested in a minimum of three days prior to the bid opening unless otherwise specified by the City in writing for a reply to reach bidders before the submissions of their bids. 8.Explanations or instructions shall not materially alter the IFB unless they are in writing. Oral explanations or instruc—tions given before the award of a contract will not be binding. If necessary,a written addendum to an IFB will be issued to all prospective bidders to clarify,correct or change the IFB. Bid Guarantee 9.Where a bid guarantee is required by the IFB,failure to furnish a bid guarantee in the proper form and amount by the time set for opening bids shall be cause for rejection of the bid. 10.A bid guarantee shall be in the form of a bid bond,cash,postal money order,certified check,cashier's check,or irrevocable letter of credit. Bid guarantees,other than bid bonds,will be returned(a)to unsuccessful bidders as soon as practicable after the opening of bids,and(b)to the successful bidder upon full execution of the Contract and the City's receipt of all required certificates of insurance and bonds(including any necessary coinsurance or reinsurance agreements)as may be required by the Contract. 11.If the successful bidder,upon acceptance of his/her bid by the City within the period specified therein for acceptance,(90 days if no period is specified)fails to execute and/or fails to provide the City with all required certificates of insurance and the Contract bond(s)(including any necessary coinsurance or reinsurance agreements) within the time specified in the IFB(ten days if no period is specified),the award or Contract may be terminated. In such event the bidder shall be liable for any cost of the City procuring the work which exceeds the amount of the bidder's bid,and the bid guarantee shall be available toward offsetting such difference. Submission and Receipt of Bids 12.Bids must be received at or before the specified time of opening as designated in the IFB. Bidders are welcome to attend;however,no award will be made at this time. A bid tabulation will be furnished upon request. 13.Bids should be enclosed in a sealed envelope. The envelope shall show the hour and date specified for receipt of bids,the bid number,and the name and address of the bidder. 14.Facsimile bids will not be considered;however,bids may be modified by facsimile notice,provided such notices are received prior to the hour and date specified in the bid. City of St.Petersburg Page 56 of 73 Request for Quotation 5580 15.Modification of bids already submitted will be considered if received at the office designated in the IFB before the time set for opening of bids. All modifications must be submitted in writing. 16. Samples of items,when required,must be submitted,within the time specified at no expense to the City. If not destroyed by testing,vendor(s)will be notified to retrieve samples,at their expense,within 30 days after notification. Failure to retrieve the samples within 30 days of notification will result in the samples becoming the property of the City. 17. Late bids shall be rejected. 18.Bids having any erasures or corrections must be initialed by the bidder in ink. Bids shall be signed in ink. All bid amounts shall be typewritten or filled in with ink. Compliance 19.Failure to comply with the IFB in full may be cause for rejection of bid. Acceptance of Offer 20.The signed bid shall be considered an offer on the part of the bidder;such offer shall be deemed accepted by the City upon full execution of the Contract. Firm Prices 21.The bidder warrants that prices,terms,and conditions quoted in its bid will be firm for acceptance for a period of not less than 90 days from the bid opening date unless otherwise specified in the IFB. Such prices will remain firm for the period of performance of the Contract. Estimated Quantities 22.When estimated quantities or usages are provided by the City in the IFB there is no guarantee made by the City that these quantities shall be purchased. The quantities shown are for the bidders'information only and the City shall be bound only for the actual quantities ordered. F.O.B.Destination 23.Unless otherwise specified in the IFB,all prices quoted by the bidder must be F.O.B. St.Petersburg,Florida, with all delivery costs and charges included in the bid price. Failure to do so may be cause for rejection of bid. Manufacturers'certificates of specifications conformance of materials may be required by the City;these certificates shall be furnished at no cost to the City. Cash Discounts 24.When the City is entitled to a cash discount,the period of computations will commence on the date of delivery, or receipt of a correctly completed invoice,whichever is later. If an adjustment in payment is necessary due to damage,the cash discount period shall commence on the date final approval for payment is authorized. If a discount is part of the contract,but the invoice does not reflect the existence of a cash discount,the City is entitled to a cash discount with the period commencing on the date it is determined by the City that a cash discount applies. Mistakes in Bids City of St.Petersburg Page 57 of 73 Request for Quotation 5580 25.Bids may be modified or withdrawn by written notice prior to the time and date set for bid opening. Correction or withdrawal of bids after bid opening because of an inadvertent non judgmental mistake in the bid requires careful consideration to protect the integrity of the competitive bidding system,and to assure fairness. If the mistake is attributable to an error in judgment,the bid may not be corrected. Bid corrections or withdrawals by reason of a non judgmental mistake are permissible but only to the extent they are not contrary to the interest of the City or the fair treatment of other bidders. Award 26.The contract will be awarded to the lowest responsible and responsive bidder whose bid meets the requirements and criteria set forth in the IFB. 27.The City reserves the right to accept or reject any or all bids or parts of bids,waive informalities,and request rebids on the services in the IFB. 28.The City reserves the right to award the contract on a split-order,lump-sum,or individual-item basis,or such combination as shall best serve the interest of the City unless otherwise specified. Method of Award Small Business Enterprise(SBE) 29.The award will be made to the certified,responsible and responsive bidder(s)offering the lowest Evaluated Bid Price(EBP)for the total bid as defined below.The Evaluated Bid Price will be calculated based on the following scale using the following formula: Bid Price X Discount=EBP The following scale will be used: 15%on low bids from$0-$1,500 10%on low bids from 1,500- 19,999 9%on low bids from 20,000-39,999 8%on low bids from 40,000-59,999 7%on low bids from 60,000-79,999 6%on low bids from 80,000-99,999 5%on low bids from 100,000- 149,999 4%on low bids from 150,000-249,999 3%on low bids from 250,000-499,999 2%on low bids from 500,000-999,999 1%on low bids from 1,000,000 or more For example,if 10 percent applied: Example: $18,450 X.90=$16,425 This discount will be used for bid evaluation purposes only. To be considered as a SBE,bidders must be certified and complete the Form for Claiming Status as a Small Business Enterprise included with this solicitation and submit it with your response. The City will not discount bids submitted by businesses that are not certified and do not qualify as SBE in accordance with the City's definition and size standards. The EBPs for businesses which do not qualify as SBE shall be the same as the bid prices offered by those businesses.The EBP is being used for evaluation purposes only. Awarded price shall be the same as the bid price. City of St.Petersburg Page 58 of 73 Request for Quotation 5580 Environmentally Preferable Purchasing 30.It is the policy of the City of St.Petersburg to purchase recycled and environmentally preferable goods.This includes products that contain recycled material,reduce toxicity and pollution,conserve energy,conserve water and prevent waste. This policy will be carried out consistent with the City's obligations and purpose,and with an overall intent to obtain competitive prices to provide value to the taxpayers. Vendors are encouraged to submit items in their bids that meet the City's Environmentally Preferable Purchasing(" EPP")program standards.When submitting EPP items for consideration,vendors must submit documentation that substantiates their claims.When evaluating submissions where two products are of equal fitness and quality,and the price of the EPP product is equal to or less than that of a non-EPP content product,the City will purchase the EPP product. Brand Names 31.When the City does not wish to rule out other competitors'brands or makes,the phrase"OR EQUAL"is specified.However,if a product other than the specified bid,it is the bidder's responsibility to identify such product in its bid,and prove to the City that said product is equal to or better than the product specified.The City shall have the sole and absolute discretion to determine whether the product identified by the bidder is equal to or better than the product specified by the City.Manufacturers'certificates of specifications conformance of materials may be required by the City;these certificates shall be furnished at no cost to the City.Unless otherwise specified,evidence in the form of samples may be requested if the proposed brand is other than specified by the City. Such samples are to be furnished after the date of bid opening only upon request of the City. If samples should be requested,such samples must be received by the City within the time specified after a formal request is made. Variations of Specifications 32.For purposes of bid evaluation,bidders must indicate any variances from bid specifications and/or conditions set forth herein or in the IFB,no matter how slight. If variations of these instructions are not stated in the bid,it will be assumed that the product or service fully complies with the City's specifications and that the bidder agrees to fully comply with these instructions and all conditions set forth in the IFB. Quality 33.All materials used in the manufacture or construction of supplies,materials,or equipment covered by this bid shall be new.The items bid must be new,the latest make or model,of the best quality,and of the highest grade of workmanship. Acceptance of Supplies 34.The supplies delivered under this bid shall remain the property of the seller until the City physically inspects the supplies and notifies the bidder in writing of the City's acceptance of the supplies.The supplies must comply with the terms herein and be fully in accordance with specifications and of the highest quality.In the event the supplies provided to the City are found by the City in its sole and absolute discretion to be defective or non-conforming with the specifi-ca-,tions,the City reserves the right to cancel the order upon written notice to the bidder and return the supplies to the bidder at the bidder's expense. Timely Delivery 35.Time will be of the essence for any orders placed as a result of this bid. The City reserves the right to cancel City of St.Petersburg Page 59 of 73 Request for Quotation 5580 such orders,or any part thereof,without obligation,if delivery is not made within the time(s)specified on the bid form. Copyright or Patent Rights 36.Bidders warrant that there has been no violation of copyrights or patent rights in manufacturing,producing,or selling the goods shipped or ordered as a result of this bid,and bidders agree to defend and hold the City harmless from any and all liability,loss,or expense(including but not limited to costs and attorneys'and experts'fees at trial and on appeal)occasioned by any such violation. Conflict of Interest 37.Bidders,by acceptance of this order,certify that to the best of their knowledge or belief,no elected/appointed official or employee of the City of St.Petersburg is financially interested,directly or indirectly,in the purchase of goods specified in this IFB. Taxes 38.The City of St.Petersburg is exempt from any taxes imposed by State and/or Federal Government. Exemption certificates will be provided upon request. Manufacturer's Certification 39.The City reserves the right to request from bidders a separate manufacturer's certification of all statements made in the bid. Failure to provide such certification may result in rejection of bid or termination of the Contract,for which the bidder must bear full liability.These certificates shall be furnished at no cost to the City. Compliance with Order and Laws 40.Bidders,contractors,and concessionaires shall comply with all,applicable laws including,but not limited to: a. Executive Order 11246,which prohibits discrimination against any employee,applicant,or client because of race, creed,color,national origin,sex,or age with regard to,but not limited to,the following: employment practices,rate of pay or other compensation methods,and training selection. b.Occupational,Safety and Health Act(OSHA). c.The State of Florida Statutes Section 287.133(3)(A)on Public Entity Crimes 41.Non-compliance with any laws may be considered grounds for termination of the Contract. Default of Contract 42.In case of default by the bidder,the City may procure the items from other sources and hold the bidder responsible for any excess costs occasioned or incurred thereby. Modifications or Changes in the Contracts 43.No agreement or understanding to modify the Contract shall be binding upon the City unless made in writing by City of St. Petersburg Page 60 of 73 Request for Quotation 5580 the Director of Procurement&Supply Management or an authorized representative of the City of St. Petersburg. Order of Precedence 44.In the event of an inconsistency between provisions of the Invitation For Bids("IFB"),the inconsistency shall be resolved by giving precedence in the following order:(a)any Attachments/Appendices/Exhibits,whether incorporated by reference or otherwise,included in the IFB(b)the Specifications(c)the Special Provisions(d)the Bid Forms and(e)the Instructions to Bidders and General Conditions. Data Collection 45.Pursuant to Florida Statute 119.071 Social Security Numbers collected from bidders are used for identification, verification and tax reporting purposes. Public Records Requirementsand Trade Secret Exemption 46.All bids submitted to the City are subject to public disclosure pursuant to Chapter 119,Florida Statutes. Statutory exemptions for"trade secrets"may be available. 47. If your bid contains information that constitutes a"trade secret,"all material that qualifies for exemption from Chapter 119 must be submitted in a separate envelope,clearly identified as"TRADE SECRETS EXEMPTION," with your firm's name and the bid number marked on the outside.The City will not accept bids when the entire bid is labeled as a trade secret or confidential. 48.All bids submitted to the City become public records subject to the requirements of Chapter 119,Florida Statutes,and may not be returned to the bidder. 49. "Trade secret"means the whole or any portion or phase of any formula,pattern,device,combination of devices, or compilation of information which is for use,or is used,in the operation of a business and which provides the business an advantage,or an opportunity to obtain an advantage,over those who do not know or use it. "Trade secret "includes scientific,technical,or commercial information,including any design,process,procedure,list of suppliers,list of customers,business code,or improvement thereof. Irrespective of novelty,invention,patentability, the state of prior art,and the level of skill in the business,art,or field to which the subject matter pertains,a trade secret is considered to be: a. Secret; b.Of value; c.For use or in use by the business;and d.Of advantage to the business,or providing an opportunity to obtain an advantage,over those who do not know or use it when the owner therefore takes measures to prevent it from becoming available to persons other than those selected by the owner to have address thereto for limited purposes. 50.Be aware that the designation of an item as a trade secret by you may be challenged in court by any person or entity.By your designation of material in your bid as a"trade secret"you agree to defend the City of St.Petersburg (and its employees,agents and elected and appointed officials)against all claims and actions(whether or not a lawsuit is commenced)related to your designation of material as a"trade secret"and to hold harmless the City of St. Petersburg(and its employees,agents and elected and appointed officials)for any award to a plaintiff for damages, costs and attorneys'fees,and for costs and attorneys'fees incurred by the City by reason of any claim or action related to your designation of material as a"trade secret." City of St.Petersburg Page 61 of 73 Request for Quotation 5580 Public Entity Crimes 51.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 Proposal on a contract to provide any goods or services to a public entity,may not submit a Proposal on a contract with a public entity for the construction or repair of a public building or public work,may not submit Proposals 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. Vendor Registration 52.Prior to award of an agreement resulting from this solicitation,successful bidder shall be registered with the Florida Division of Corporations http://sunbiz.org/ to do business in the state of Florida and as a vendor with the City of St.Petersburg. Bidder must register online with the City of St.Petersburg on the City's website athttp://www.stpete.org/purchase/index.asp. Disputes and Complaints 53.All complaints or grievances should be first submitted orally or in writing to the Director of Procurement& Supply Management,who will take prompt remedial action. The Director of Procurement& Supply Management shall investigate the validity of the complaint and present the findings in writing to the vendor. If the vendor is dissatisfied with the Director of Procurement&Supply Management's remedies,he may then make an appeal to the Mayor. Discrimination 54.It is the policy of the City of St.Petersburg to provide workplaces free from discrimination,harassment and related inappropriate behavior. The City does not condone or tolerate any behavior that is discriminatory,harassing or otherwise inappropriate when such behavior is based on an individual's or group's race,color,national origin, religion,gender,marital status,age,disability,sexual orientation,genetic information or other protected category. Gender includes but is not limited to sex,pregnancy,childbirth or medical conditions related to childbirth,and gender-related self-identity which can be shown by evidence such as medical history,care or treatment of the gender-related identity,consistent and uniform assertion of the gender-related identity or any other evidence that the gender-related identity is sincerely held. Vendors and Contractors are encouraged to adopt such policies and provide workplaces free of discrimination in terms of conditions of employment,including benefits. Prohibited Communication 55.Bidder,thier agents and representatives are prohibited from lobbying City Council,the Mayor,elected officals and their staff,City departments,or City project consultants relative to this solicitation.Non-compliance with this provision will result in disqualification of Bidder from consideration. City of St.Petersburg Page 62 of 73 Request for Quotation 5580 PART B:BLANKET PURCHASE AGREEMENT Blanket Purchase Agreement-Supplies and Equipment I. Intent The intent of this Blanket Purchase Agreement(?Agreement?)is to cover the purchase of services and supplies described herein. 2.Agreement Period This Agreement will be effective from date of award through a period of three years from date of award. 3. Extension of Agreement The City reserves the right to extend this Agreement under the same prices,terms,and conditions for one two-year period from date of expiration provided such extension is mutually agreeable to both the City and Vendor. 4.Agreement Components This Agreement consists of this document,its appendices and all attached documents made a part hereof by this reference. 5. Orders and Invoices a.Orders will be placed against this Agreement via E-mail,FAX,telephone or oral communications. b.Unless otherwise agreed to,all deliveries under this BPA must be accompanied by delivery tickets or sales slips that must contain the following information as a minimum: (1)Name of Vendor. (2)Blanket Purchase Agreement number. (3)Blanket Purchase Agreement release number. (4)A description of services furnished or supplies delivered,including model number,National Stock Number (NSN)and City's item number (5)Task/delivery order number. (6)Date of purchase. (7)Quantity,unit price,and extension of each item(unit prices and extensions need not be shown when incompatible with the use of automated systems;provided,that the invoice is itemized to show the information) (8)Date of shipment. c.The requirements of the invoice are as specified in the Agreement.Invoices must be submitted to the address specified within the task/delivery order transmission issued against this Agreement.The Vendor?s invoice must include,at a minimum,the following: (1)Name of Vendor. (2)Date of preparation. City of St.Petersburg Page 63 of 73 Request for Quotation 5580 (3)Vendor?s invoice number. (4)Address to which payment should be mailed. (5)City?s Blanket Purchase Agreement and release numbers. (6)A description of services furnished or supplies,including quantities,unit prices and extensions. (7)Discount payment terms. (8)Name of requesting department for whom the shipment was made (9)Ship-To Bill-To: For a listing of locations visit http://www.stpete.org/purchase/citycontracts.htm. 6.Acceptance for the Purpose of Payment Delivery of supplies or services to the City does not constitute acceptance for the purpose of payment. Final acceptance and authorization of payment shall be given only after delivery and a thorough inspection indicates that the supply or service meets contract specifications and conditions. Should the delivered supply or service differ in any respect from the specifications,payment will be withheld until such time as the supplier takes necessary corrective action. The Procurement Department shall be notified of the deviation in writing within five days of delivery. If the proposed corrective action is not acceptable to the City,the Procurement Department may authorize the requesting department to refuse final acceptance,in which case the supply(s)shall remain the property of the supplier,and the City shall not be liable for payment for any portion thereof 7. Firm Prices Vendor agrees that terms and conditions are firm for the Agreement period as stated in the solicitation.Prices or billing amounts shall not exceed the prices stated in the Agreement without the prior written consent of the City.The prices stated include packing,crating,and transportation F.O.B. destination.Vendor agrees that any price reduction applicable to the ordered services or supplies subsequent to the order date but prior to delivery will be applicable to this Agreement.Vendor shall mail the invoice to the address specified within the Agreement release transmission. 8.Escalation/De-escalation All prices will remain firm for the initial term of the Agreement. Any escalation in base prices thereafter will be made by mutual agreement between the City and the Vendor. Requests for price adjustments must be made in writing to the Procurement&Supply Management Director at least 30 days in advance. All adjustments shall be approved,in writing,by the City. Adjustments in prices shall not exceed U.S.Bureau of Labor Statistics (www.bls.gov)price index specified in herein. Approval of the price adjustment will establish a new base price, from which subsequent adjustments will be calculated. 9. Replacement Parts During this Agreement,the City reserves the sole right to determine replacements for products that are discontinued, upgraded or modified in any manner. Additionally,the City may add items to or delete items from this Agreement when it is in the best interest of the City. 10. Estimated Quantities The quantities indicated are estimated only and this Agreement shall be binding only for the actual quantities ordered during the agreement period. City of St.Petersburg Page 64 of 73 Request for Quotation 5580 11. Samples The City may request samples at any time during the term of this Agreement.These samples will be due within ten days after notification. Each sample must be clearly identified with Vendor?s name,address and,if applicable, manufacturer?s name and model number. Samples shall be submitted at no charge to the City. Any samples not destroyed during the evaluation process will be returned to Vendor at its expense. Samples will be ready for return upon notification by the Procurement Department. Any samples not removed 30 days after notification will become the property of the City.Failure to submit samples within ten days of notification may result in termination of this Agreement. 12. Background Check The City of St.Petersburg requires background checks on all Vendor?s employees,subcontractors and agents who perform services at all City facilities.Vendor shall provide the name,sex,race,date of birth,driver?s license number and issuing state,and social security number for each individual who will perform services at City facilities. The City requires up to 14 days to process background checks. Persons with one or more of the following criteria will fail the City?s background check and will not be allowed to access to City locations: a.Be listed on the FBI's list of suspected terrorists. b.Have an outstanding arrest warrant against them. c.Been convicted of a 1st or 2nd Degree Felonyd. Been convicted for drugs or lewd and lascivious behavior. 13. Cash Discounts In the event the City is entitled to a cash discount for early payment of invoices,the period of computation will commence on the date of delivery,or receipt of a correctly completed invoice,whichever is later. If an adjustment to payment is necessary due to damage,the cash discount period shall commence on the date final approval for payment is authorized. If a discount is part of this Agreement,but the invoice does not reflect the existence of a cash discount,the City is entitled to a cash discount with the period commencing on the date it is determined by the City that a cash discount applies. 14. Changes Vendor will accept no change to the specifications of this Agreement unless authorized in writing by the City's Procurement Department. At its discretion,the City may make changes to the specifications on any services or supplies at any time. If such changes result in delay or additional expense to Vendor,an equitable adjustment of price and delivery schedule will be made. 15.Delivery For any exception to the delivery date as specified in this Agreement or subsequent release,Vendor shall give prior notification and obtain approval thereto from the City's Procurement Department. With respect to delivery under this Agreement,time is of the essence and the Blanket Purchase Agreement release is subject to termination for failure to deliver on time.The acceptance by the City of late performance with or without objection or reservation shall not waive the right to claim damages for such breach nor constitute a waiver of the requirements for the timely performance of any obligation remaining to be performed by Vendor. City of St.Petersburg Page 65 of 73 Request for Quotation 5580 16. Inspection All items are subject to inspection and approval by the City. Such inspection shall be made within a reasonable time after delivery or completion of services,irrespective of the date of payment. The City may return rejected items at Vendor's expense. Vendor shall not replace items returned unless so directed by the City in writing. 17. Quality Standards Special brands,when named,are used to indicate the standard of quality,performance,or use desired. Delivery of Vendor's equal will be considered provided Vendor specifies brand and model,and furnishes the necessary descriptive literature. In the event the City elects to accept an alternate purported to be an equal by Vendor,the acceptance of the item will be conditioned on the City's inspection and testing after receipt. If in the sole judgment of the City the item is determined not to be equal,the material shall be returned at Vendor's expense and the release may be terminated. 18.Title Title to material specified in this Agreement passes to the City on the date of delivery or on the date of acceptance of the order by the City,whichever is later. 19.Warranty Vendor warrants items supplied under this Agreement conform to specifications herein,and are fit for the purpose for which such goods are ordinarily employed;except if stated in the provisions of this Agreement,the material must then fit that particular purpose. Vendor and the City agree that orders under this Agreement do not exclude,or in any way limit,other warranties,provided in this Agreement or by law. 20.Quality Assurance Vendor warrants that the products delivered pursuant to this Agreement shall be of good materials and workmanship,free from defects,and shall conform to the specifications,or samples specified or furnished to the City.This warranty shall survive any inspection,delivery,acceptance,or payment by the City. 21.Defective Products and Services If any of the services and supplies delivered fails to comply with any term of this Agreement,Vendor shall promptly correct such discrepancy or replace such products at Vendor?s expense following notice of such discrepancy from the City.If Vendor fails to so act within five(5)days of such notice,the City may cancel this Agreement as to all such products and services by giving Vendor notice,and in addition to its rights and remedies hereunder and at law and equity,the City may purchase substitute services or supplies elsewhere and charge Vendor with any loss incurred. Vendor warrants that all parts delivered under this Agreement to be free from defects in material and workmanship. Vendor's obligation is limited to furnishing,on an exchange basis,replacements for parts which have been promptly reported by the City as defective. 22. Summary of Total Sales Vendor shall furnish the Procurement Department as requested,a detailed summary of sales. The sales summary City of St.Petersburg Page 66 of 73 Request for Quotation 5580 shall include an itemized description of services or supplies delivered and dollar amount of each. Failure to provide this information within 30 calendar days following the request may result in Vendor being found in default. 23.Materials Safety Data Sheet In compliance with Florida?s Occupational Health and Safety Statue(Chapter 442),any commodity delivered or service provided under this Agreement that contain chemical compounds must be accompanied by a Material Safety Data Sheet(MSDS). The MSDS must include the following information: a.The chemical and common name of the toxic substance; b.The hazards or risks in the use of the toxic substance; c.The proper precautions,handling practices,necessary personal protective equipment,and other safety precautions in the use of or exposure/overexposure to the toxic substance; d.The emergency procedure for spills,fire,disposal,and first aid; e.A description(in lay terms)of the known specific potential health risks posed by the toxic substance; f.The year and month(if applicable)the MSDS information was compiled and the name,address,and emergency telephone number of the manufacturer responsible for preparing the information. 24.Acknowledgment Within 10 workdays of receipt of this Agreement,Vendor shall submit to the City the completed"Acknowledgment of Order"form. 25.Notices Unless and to the extent otherwise provided in this Agreement,all notices,demands,requests for approvals and other communications which are required to be given by either party to the other shall be in writing and shall be deemed given and delivered on the date delivered in person,upon the expiration of five(5)days following the date mailed by registered or certified mail,postage prepaid,return receipt requested to the address provided below,or upon the date delivered by overnight courier(signature required)to the address provided below. CITY:Louis Moore,CPPO City of St.Petersburg Procurement Department One 4th St.N,5th Floor St.Petersburg,FL 33701 26. Severability Should any paragraph or portion of any paragraph of this Agreement be rendered void,invalid or unenforceable by any court of law for any reason, such determination shall not render void,invalid or unenforceable any other paragraph or portion of this Agreement. 27.Due Authority Each party to this Agreement that is not an individual represents and warrants to the other party that(i)it is a duly City of St.Petersburg Page 67 of 73 Request for Quotation 5580 organized,qualified and existing entity authorized to do business under the laws of the State of Florida,and(ii)all appropriate authority exists so as to duly authorize the person executing this Agreement to so execute the same and fully bind the party on whose behalf he or she is executing. 28.Assignment Vendor shall make no assignment of any of its rights,duties,or obligations under this Agreement without the City=s prior written consent,which consent may be withheld by the City in its sole and absolute discretion. 29. Termination a.This Agreement may be terminated at any time by the City for convenience,upon thirty(30)days written notice to Vendor. b.The City may terminate this Agreement upon written notice to Vendor in the event Vendor defaults on any of the terms and conditions of this Agreement and such failure continues for a period of thirty(30)days following notice from the City specifying the default;provided,however,that the City may immediately terminate this Agreement, without providing Vendor with notice of default or an opportunity to cure,if the City determines that Vendor has failed to comply with any of the terms and conditions of this Agreement related to safety,indemnification or insurance coverage. 30. Governing Law and Venue This Agreement shall be interpreted and construed in accordance with the laws of the State of Florida and shall inure to and be binding upon the Parties,their successors and assigns.Venue for any action brought in state court shall be in Pinellas County, St.Petersburg Division. Venue for any action brought in federal court shall be in the Middle District of Florida,Tampa Division,unless a division shall be created in St.Petersburg or Pinellas County,in which case the action shall be brought in that division. Vendor consents to the personal jurisdiction of the aforementioned courts and irrevocably waives any objections to said jurisdiction. 31. Public Records Law Vendor shall treat all documents concerning its contractual obligations under this Agreement as public records and abide by the Florida Laws governing public records. 32.Amendment This Agreement may be amended only in writing executed by both the City and the Vendor. 33. Compliance with Laws Vendor shall comply with all applicable federal,state,and local laws,ordinances,rules and regulations,the federal and state constitutions,and orders and decrees of any lawful authorities having jurisdiction over the matter at issue (collectively,?Laws?),including but not limited to Laws relating to nondiscrimination in employment and the furnishing of equal employment opportunity. Vendor shall also comply with City policies and procedures,including but not limited to policies and procedures related to security and internes access. 34.Third Party Beneficiary City of St.Petersburg Page 68 of 73 Request for Quotation 5580 No persons other than Vendor and the City and their successors and assigns shall have any rights whatsoever under this Agreement. 35.No Liens Vendor shall not suffer any liens to be filed against any City property by reason of any work,labor,services or materials performed at or furnished to City property,to Vendor,or to anyone using City property through or under Vendor. Nothing contained in this Agreement shall be construed as consent on the part of the City to subject City property or any part thereof to any lien or liability under any Laws. 36. No Construction Against Preparer of Agreement This Agreement has been prepared by the City and reviewed by Vendor and its professional advisors. The City, Vendor and Vendor?s professional advisors believe that this Agreement expresses their agreement and that it should not be interpreted in favor of either the City or Vendor or against the City or Vendor merely because of their efforts in preparing it. 37. Use of Name Subject to the requirements of applicable Laws,including but not limited to Florida Laws regarding public records, neither party shall use the other party?s name in conjunction with any endorsement,sponsorship,assurance, marketing,advertisement,or client list,or any external reference,publication,or disclosure(e.g.,outside the City, its departments or agencies or City Council),without the written consent of the City. 38. Non-appropriation The obligations of the City as to any funding required pursuant to this Agreement shall be limited to an obligation in any given year to budget,appropriate and pay from legally available funds,after monies for essential City services have been budgeted and appropriated,sufficient monies for the funding that is required during that year. Notwithstanding the foregoing,the City shall not be prohibited from pledging any legally available non-ad valorem revenues for any obligations heretofore or hereafter incurred,which pledge shall be prior and superior to any obligation of the City pursuant to this Agreement. 39. Indemnification a.Vendor shall defend at its expense,pay on behalf of,hold harmless and indemnify the City,its officers, employees,agents,elected and appointed officials and volunteers(collectively,?Indemnified Parties?)from and against any and all claims,demands,liens,liabilities,penalties,fines,fees,judgments,losses and damages,whether or not a lawsuit is filed,including,but not limited to,costs,expenses and attorneys?and experts?fees at trial and on appeal(collectively,?Claims?)for damage to property or bodily or personal injuries,including death at any time resulting therefrom,sustained by any persons or entities,which damage or injuries are alleged or claimed to have arisen out of or in connection with,in whole or in part,directly or indirectly: (1)The performance of this Agreement(including any amendments thereto)by Vendor,its employees,agents, representatives or subcontractors;or (2)The failure of Vendor,its employees,agents,representatives or subcontractors to comply and conform with applicable Laws,as hereinafter defined;or City of St.Petersburg Page 69 of 73 Request for Quotation 5580 (3)Any negligent act or omission of Vendor,its employees,agents,representatives,or subcontractors,whether or not such negligence is claimed to be either solely that of Vendor,its employees,agents,representatives or subcontractors,or to be in conjunction with the claimed negligence of others,including that of any of the Indemnified Parties;or (4)Any reckless or intentional wrongful act or omission of Vendor,its employees,agents,representatives,or subcontractors. b.The provisions of this paragraph are independent of,and will not be limited by,any insurance required to be obtained by Vendor pursuant to this Agreement or otherwise obtained by Vendor,and shall survive the expiration or earlier termination of this Agreement with respect to any claims or liability arising in connection with any event occurring prior to such expiration or termination. 40. Force Majeure In the event that either party hereto shall be delayed or hindered in or prevented from the performance required hereunder by reason of strikes,lockouts,labor troubles,failure of power,riots,insurrection,war,acts of God,or other reason of like nature not the fault of the party delayed in performing work or doing acts(?Permitted Delay?), such party shall be excused for the period of time equivalent to the delay caused by such Permitted Delay. Notwithstanding the foregoing,any extension of time for a Permitted Delay shall be conditioned upon the party seeking an extension of time delivering written notice of such Permitted Delay to the other party within ten(10) days of the event causing the Permitted Delay. 41. Entire Agreement This Agreement embodies the entire agreement between the City and Contractor. The parties shall not be bound by or be liable for any statement,representation,promise,inducement or understanding of any kind or nature not set forth herein. No changes,amendments,or modifications of any of the terms or conditions of this Agreement shall be valid unless reduced to writing and signed by both parties. The complete Agreement shall include the entire contents of the solicitation,all addenda,all of Contractor?s submittal,supplemental agreements,change orders, performance bond(s),and any and all written agreements which alter,amend or extend the Agreement. 42. Non Exclusive Clause Award of this Agreement shall impose no obligation on the City to utilize Contractor for all work of this type,which may develop during the agreement period.This is not an exclusive contract.The City specifically reserves the right to concurrently contract with other companies for similar work if it deems such action to be in the City?s best interest. 43.Multiple Source Award A multiple source award may be issued when awarded to two(2)or more bidders for similar products are necessary for adequate delivery,service,or product compatibility. Multiple source awards shall not be made when a single award will meet the City's needs without sacrifice of economy or service. Awards shall not be made for the purpose of dividing the business,making available product or supplier selection to allow for user preference unrelated to utility or economy,or avoiding the resolution of the offers. Any such awards shall be limited to the least number of suppliers necessary to meet the valid requirements. City of St. Petersburg Page 70 of 73 Request for Quotation 5580 City of St.Petersburg Page 71 of 73 Request for Quotation 5580 PART C:SCOPE OF SERVICES Scope of Services 1.Scope of Work Contractor shall provide all labor,materials,supervision,tools,equipment,and vehicles necessary for to furnish and deliver refuse containers,compactors and related products. 2.Minimum Qualifications At a minimum,Contractor must meet the following qualifications: a.Have been in the business of providing refuse containers,compactors and related products as described herein for a minimum of three years. b.Provide evidence of financial stability and viability to fulfill the commitments of this Agreement. c.Have the ability to obtain the minimum insurance requirements set forth in this Agreement. d.Own or have immediate access to the equipment required to provide services. e.Be able to provide services without the use of subcontractors. 3. Contractor Responsibilities At a minimum,Contractor shall provide and meet the following responsibilities: a.Contractor shall provide a single point of contact to administer the Agreement b.Contractor shall maintain Minimum Qualifications as stated in bid for the term of Agreement 4. City's Responsibilities At a minimum,City shall provide and meet the following responsibilities: a.City shall provide a single point of contact(Project Manager)to administer the Agreement. b.City shall inspect all deliveries upon receipt. 5. Price Escalation/De-escalation Pricing("base prices")shall remain firm for the first 12 months of the agreement term. After the first 12 months, Contractor shall submit all requests for price adjustments in writing to the Procurement and Supply Management Director at least 30 days in advance. The request shall include written explanation and detailed supporting documentation for the cause of the price change. Price adjustments shall not be effective prior to written approval by the City. Approval of price adjustments will establish a new base price from which subsequent adjustments will be calculated. 6.Account Management Contractor shall provide a single point of contact,who will be readily available during normal business hours to City of St. Petersburg Page 72 of 73 Request for Quotation 5580 administer the Agreement. Contractor is responsible for notifying the City with any changes in account manager or contact information. Account manager's responsibilities shall include,but are not limited to,overseeing all aspects of implementation,servicing,reporting and issue resolution. 7.Non-Performance a.If Contractor is found in non-performance per the Agreement requirements,and/or fails to satisfactorily remedy or cure non-performance,the Project Manager will file a vendor complaint report with the Procurement Department. The Procurement Department will notify the Contractor in writing. Contractor shall reply within ten(10)business days their response and corrective action including time frame of completion.Project Manager shall conduct inspection immediately after stated completion date and advise the Procurement Department in writing if the non-performance has been satisfactorily corrected or advise in detail of any remaining deficiencies. b.If Contractor fails to correct deficiencies identified in a vendor complaint report,the City may recover the cost incurred to have the product or service provided by another supplier.The Procurement Department will notify the Contractor with 48 hours notice of the intent to have the product or service provided by another supplier to allow the Contractor an opportunity to correct the deficiency to the City's satisfaction.All costs for procuring product or service from another supplier shall be deducted from Contractor's next invoice. c. In the event the Contractor consistently fails to perform per the Agreement requirements or within an acceptable period of time,the City may terminate agreement with cause and Contractor may be removed from the bidder's list for up to a three year period. 8. Remedy for Non-Performance Contractor shall remedy,or cure to the City's satisfaction within business days of notification by the City,any non-performance to the specifications of this Agreement.Follow?up or call?back work to correct such non-performance shall be solely at Contractor's expense. Contractor agrees that in the event it fails to remedy or cure default within five business days of notice,City may deduct the costs from payment of Contractor invoices to obtain service elsewhere. 9. Service Rendering Facility a.City reserves the right to inspect the business location and any other business location the Contractor may operate prior to award of a contract and,upon reasonable notice to inspect the business location at any time during the term of this contract. b.Contractor shall provide access to all testing,storage,operations,and other areas,as requested by the City's representatives. c.City reserves the right to conduct an on-site inspection of any subcontractor facilities prior to award and during the term of Agreement. d.Contractor and its subcontractors shall notify the city,in writing,within 30 days of any relocation of it servicing facility. City of St. Petersburg Page 73 of 73 RFQ No.5580 Three-Year Contract for City of St.Petersburg Refuse Container,Compactors and Bid Tabulation Related Products Procurement and Supply Management Don Enge,CPPB Dura-Cast Products,Inc. Equipco Manufacturing,Inc. IES Sales and Service LLC Lake Wales,FL Miami,FL Opalocka FL Delivery:3 Weeks Delivery:30 Days Delivery:45 Days Terms:Net-30 Days Terms:Net-30 Days Terms:Net-30 Days Unit Extended Unit Extended Unit Extended Desciprtion EAU UOM Price Price Price Price Price Price 1 Axle,90 gallon,22"x 5/8",solid steel,zinc plated. 500 EACHNB NB 2 Carts:dock and side dumping,2,500 LB. capacity. 5 EACH NB NB 3 Caster,rigid,rubber. 1,000 EACH NB NB 13.00 13,000.00 4 Caster,swivel,rubber. 1,000 EACH NB NB 13.50 13,500.00 5 Compactor,power packs,unit with 10 HP power pack hydraulic motor,3 phase electric motor for self contained compactor. 5 EACH NB 3,100.00 15,500.00 6 Compactor,power packs,Unit with 10 HP power pack,hydraulic motor,single phase electric motor, for self contained compactor. 5 EACH NB 3,700.00 18,500.00 9 Compactor,self-contained,17 CY. 3 EACH NB 15,050.00 45,150.00 7 Compactor,self contained,20 CY. 3 EACH NB 15,250.00 45,750.00 8 Compactor,self-contained,15 CY. 1 EACH NB 14,950.00 14,950.00 10 Compactor,self-contained,24 CY. 3 EACH NB 16,250.00 48,750.00 11 Compactor,self-contained,25 CY. 3 EACH NB 16,750.00 50,250.00 12 Compactor,self-contained,30 CY. 5 EACH NB 17,200.00 86,000.00 13 Compactor,self-contained,36 CY. 3 EACH NB 17,750.00 53,250.00 14 Compactor,vertapac,2 CY,Marathon,TC HD, or approved equal 3 EACH NB 12,497.00 37,491.00 15 Compactor,vertapac,2.5 CY,Marathon,TC HD,or approved equal 3 EACH NB 13,997.00 41,991.00 16 Compactor,vertapac,3 CY,Marathon,TC HD, or approved equal 3 EACH NB 14,997.00 44,991.00 17 Container,100%cross-linked polyethylene, granny hatch lid,300 gallon,black,old style. 100 EACH NB NB NB 18 Container,100%cross-linked polyethylene, granny hatch lid,300 gallon,brown,old style. 50 EACH NB NB NB 1 RFQ No.5580 Three-Year Contract for City of St.Petersburg Refuse Container,Compactors and Bid Tabulation Related Products Procurement and Supply Management Don Enge,CPPB Dura-Cast Products,Inc. Equipco Manufacturing,Inc. IES Sales and Service LLC Lake Wales,FL Miami,FL Opalocka FL Delivery:3 Weeks Delivery:30 Days Delivery:45 Days Terms:Net-30 Days Terms:Net-30 Days Terms:Net-30 Days Unit Extended Unit Extended Unit Extended Desciprtion EAU UOM Price Price Price Price Price Price 19 Container,100%cross-linked polyethylene, granny hatch lid,300 gallon,green,old style. 100 EACH NB NB NB 20 Container,commercial,double wall,plastic lids, 1 CY,slant top. 20 EACH NB NB 427.00 8,540.00 21 Container,commercial,double wall,plastic lids, 2 CY,slant top. 75 EACH NB NB 457.00 34,275.00 22 Container,commercial,double wall,plastic lids, 3 CY,flat top. 10 EACH NB NB 500.00 5,000.00 23 Container,commercial,double wall,plastic lids, 3 CY,slant top. 90 EACH NB NB 510.00 45,900.00 24 Container,commercial,double wall,plastic lids, 4 CY,flat top,plastic side. 20 EACH NB NB 585.00 11,700.00 25 Container,commercial,double wall,plastic lids, 4 CY,slant top. 50 EACH NB NB 575.00 28,750.00 26 Container,commercial,double wall,plastic lids, 6 CY,slant top,plastic side. 30 EACH NB NB 685.00 20,550.00 27 Container,commercial,double wall,plastic lids, 6 CY,slant top. 80 EACH NB NB 695.00 55,600.00 28 Container,commercial,double wall,plastic lids, 8 CY,slant top. 80 EACH NB NB 810.00 64,800.00 29 Container,commercial,front load,high density crosslink polyethylene,includes lid,2 CY. 10 EACH NB NB NB 30 Container,commercial,front load,high density crosslink polyethylene,includes lid,3 CY. 20 EACH NB NB NB 31 Container,commercial,front load,high density crosslink polyethylene,includes lid,4 CY. 20 EACH NB NB NB 2 RFC)No.5580 Three-Year Contract for City of St.Petersburg Refuse Container,Compactors and Bid Tabulation Related Products Procurement and Supply Management Don Enge,CPPB Dura-Cast Products,Inc. Equipco Manufacturing,Inc. IES Sales and Service LLC Lake Wales,FL Miami,FL Opalocka FL Delivery:3 Weeks Delivery:30 Days Delivery:45 Days Terms:Net-30 Days Terms:Net-30 Days Terms:Net-30 Days Unit Extended Unit Extended Unit Extended Desciprtion EAU UOM Price Price Price Price Price Price 32 Container,commercial,front load,marine grade aluminum,includes lid,2 CY. 10 EACH NB NB 33 Container,commercial,front load,marine grade aluminum,includes lid,3 CY. 20 EACH NB NB 34 Container,commercial,front load,marine grade aluminum,includes lid,4 CY. 20 EACH NB NB 35 Container,commercial,metal lids,6 CY,flat top, metal lids,plastic side sliding doors. 5 EACH NB NB 36 Container,commercial,metal lids,6 CY,flat top, metal lids. 5 EACH NB 700.00 3,500.00 NB 37 Container,commercial,metal lids,6 CY,flat top, plastic lids,plastic side sliding doors. 10 EACH NB 690.00 6,900.00 NB 38 Container,commercial,metal lids,8 CY,flat top, double wall plastic lids,plastic side sliding. 30 EACH NB 830.00 24,900.00 NB 39 Container,commercial,metal lids,8 CY,flat top, metal lids. 5 EACH NB 820.00 4,100.00 NB 40 Container,commercial,open top,roll-off,10 CY. 2 EACH NB 2,900.00 5,800.00 2,175.00 4,350.00 41 Container,commercial,open top,roll-off,20 CY. 20 EACH NB 3,200.00 64,000.00 2,975.00 59,500.00 42 Container,commercial,open top,roll-off,30 CY. 20 EACH NB 3,700.00 74,000.00 ■ 43 Container,commercial,open top,roll-off,40 CY. 10 EACH NB 4,300.00 43,000.00 4,175.00 41,750.00 44 Container,commercial,recycling,closed top with five(5)compartments,roll-off,tailgate gaskets,full back door,20 CY. 2 EACH NB 7,500.00 15,000.00 3 RFC)No.5580 Three-Year Contract for City of St.Petersburg Refuse Container,Compactors and Bid Tabulation Related Products Procurement and Supply Management Don Enge,CPPB Dura-Cast Products,Inc. Equipco Manufacturing,Inc. IES Sales and Service LLC Lake Wales,FL Miami,FL Opalocka FL Delivery:3 Weeks Delivery:30 Days Delivery:45 Days Terms:Net-30 Days Terms:Net-30 Days Terms:Net-30 Days Unit Extended Unit Extended Unit Extended Desciprtion EAU UOM Price Price Price Price Price Price 45 Container,commercial,recycling,closed top with four(4)compartments,roll-off,tailgate gaskets,full back door,20 CY. 2 EACH NB 7,300.00 14,600.00 46 Container,commercial,recycling,closed top with one(1)compartment roll-off,tailgate gaskets, full back door,20 CY. 2 EACH NB 6,500.00 13,000.00 47 Container,commercial,recycling,closed top with three(3)compartments,roll-off,tailgate gaskets,full back door,20 CY. 2 EACH NB 7,100.00 14,200.00 48 Container,commercial,recycling,closed top with two(2)compartments,roll-off,tailgate gaskets,full back door,20 CY. 2 EACH NB 6,900.00 13,800.00 49 Container,compaction,octagon,(breakaway), 16 CY.Mfg./Model No.Marathon/RJ-160C or approved equal. 2 EACH NB 4,700.00 9,400.00 50 Container,compaction,octagon,(breakaway), 27 CY.Mfg./Model No.Marathon/RJ-160C or approved equal. 2 EACH NB 5,500.00 11,000.00 51 Container,compaction,octagon,(breakaway), 37 CY.Mfg./Model No.Marathon/RJ-160C or approved equal. 2 EACH NB 6,600.00 13,200.00 52 Container,compaction,octagon,(breakaway), 40 CY.Mfg./Model No.Marathon/RJ-160C or approved equal. 3 EACH NB 6,850.00 20,550.00 6,000.00 18,000.00 53 Container,compaction,octagon,(breakaway), 43 CY.Mfg./Model No.Marathon/RJ-160C or approved equal. 2 EACH NB 7,100.00 14,200.00 6,400.00 12,800.00 54 Container,cross linkable poythylene,black,60 gallon. 200 EACH NB NB 4 RFC)No.5580 Three-Year Contract for City of St.Petersburg Refuse Container,Compactors and Bid Tabulation Related Products Procurement and Supply Management Don Enge,CPPB Dura-Cast Products,Inc. Equipco Manufacturing,Inc. IES Sales and Service LLC Lake Wales,FL Miami,FL Opalocka FL Delivery:3 Weeks Delivery:30 Days Delivery:45 Days Terms:Net-30 Days Terms:Net-30 Days Terms:Net-30 Days Unit Extended Unit Extended Unit Extended Desciprtion EAU UOM Price Price Price Price Price Price 55 Container,crosslink polythylene,midnight shower black,wheels,axles,38 LB,90 gallon. 3,000 EACH NB NB 56 Container,front load,6"lip,7 gauge bottom,2 skids,drain hole,30"x 69 1/2". 20 EACH NB NB NB 57 Container,front load,6"lip,7 gauge bottom,2 skids,drain hole,30"x 76". 10 EACH NB NB NB 58 Container,front load,6"lip,7 gauge bottom,2 skids,drain hole,36"x 69 1/2". 35 EACH NB NB NB 59 Container,front load,6"lip,7 gauge bottom,2 skids,drain hole,36"x 72". 20 EACH NB NB NB 60 Container,front load,6"lip,7 gauge bottom,2 skids,drain hole,48"x 69 1/2". 20 EACH NB NB NB 61 Container,front load,6"lip,7 gauge bottom,2 skids,drain hole,48"x 72". 20 EACH NB NB NB 62 Container,front load,6"lip,7 gauge bottom,2 skids,drain hole,72"x 72". 20 EACH NB NB NB 63 Container,front load,6"lip,7 gauge bottom,2 skids,drain hole,72"x 79". 55 EACH NB NB NB 64 Container,polythylene,black,60 gallon. 200 EACH NB NB NB 65 Container,polythylene,black,90 gallon. 1000 EACH NB NB 66 Container,recycling,RFID,blue,large,94-96 gallon. 1,400 EACH NB NB NB 67 Container,recycling,RFID,blue,medium,64-66 gallon. 1,400 EACH NB NB NB 68 Container,recycling,RFID,blue,small,32-35 gallon. 1,400 EACH NB NB NB 69 Container,roll-off,sludge,fiberglass lid. 5 EACH NB 9,200.00 46,000.00 5 RFQ No.5580 Three-Year Contract for City of St.Petersburg Refuse Container,Compactors and Bid Tabulation Related Products Procurement and Supply Management Don Enge,CPPB Dura-Cast Products,Inc. Equipco Manufacturing,Inc. IES Sales and Service LLC Lake Wales,FL Miami,FL Opalocka FL Delivery:3 Weeks Delivery:30 Days Delivery:45 Days Terms:Net-30 Days Terms:Net-30 Days Terms:Net-30 Days Unit Extended Unit Extended Unit Extended Desciprtion EAU UOM Price Price Price Price Price Price 70 Container,UV stabilized,cross-linkable high density polyethylene,lid,200 gallon,2/3 opening, green,old style. 20 EACH NB NB NB 71 Container,UV stabilized,cross-linkable high density polyethylene,lid,300 gallon,2/3 opening, black,new style. 500 EACH NB NB 72 Container,UV stabilized,cross-linkable high density polyethylene,lid,300 gallon,2/3 opening, black,old style. 20 EACH NB NB NB 73 Container,UV stabilized,cross-linkable high density polyethylene,lid,300 gallon,2/3 opening, brown,new style. 100 EACH NB NB 74 Container,UV stabilized,cross-linkable high density polyethylene,lid,300 gallon,2/3 opening, clay,new style. 100 EACH NB NB 75 Container,UV stabilized,cross-linkable high density polyethylene,lid,300 gallon,2/3 opening, green,new style. 400 EACH NB NB 76 Container,UV stabilized,cross-linkable high density polyethylene,lid,300 gallon,2/3 opening, grey,new style. 100 EACH NB NB 77 Handle,90 gallon,structural foam container, 5/16"bolt holes,carbon steel with Permatex coating. 500 EACH NB NB NB 78 Lid,300 gallon container,UV stabilized,cross- linkable high density polyethylene,2/3 opening, black,new style. 200 EACH NB NB 6 RFD No.5580 Three-Year Contract for City of St.Petersburg Refuse Container,Compactors and Bid Tabulation Related Products Procurement and Supply Management Don Enge,CPPB Dura-Cast Products,Inc. Equipco Manufacturing,Inc. IES Sales and Service LLC Lake Wales,FL Miami,FL Opalocka FL Delivery:3 Weeks Delivery:30 Days Delivery:45 Days Terms:Net-30 Days Terms:Net-30 Days Terms:Net-30 Days Unit Extended Unit Extended Unit Extended Desciprtion EAU UOM Price Price Price Price Price Price 79 Lid,300 gallon container,UV stabilized,cross- linkable high density polyethylene,2/3 opening, brown,new style. 200 EACH NB NB 80 Lid,300 gallon container,UV stabilized,cross- linkable high density polyethylene,2/3 opening, brown,new style. 100 EACH NB NB 81 Lid,300 gallon container,UV stabilized,cross- linkable high density polyethylene,2/3 opening, clay,new style. 100 EACH NB NB 82 Lid,300 gallon container,UV stabilized,cross- linkable high density polyethylene,2/3 opening, green,new style. 100 EACH NB NB 83 Lid,300 gallon container,UV stabilized,cross- linkable high density polyethylene,2/3 opening, grey,new style. 100 EACH NB NB 84 Lid,300 gallon container,UV stabilized,cross- linkable high density polyethylene,front one(1) piece lid,black. 200 EACH NB NB 85 Lid,300 gallon container,UV stabilized,cross- linkable high density polyethylene,rear lid,black. 200 EACH NB NB 86 Lid,300 gallon container,UV stabilized,cross- linkable high density polyethylene,split,double walls,left and right,black. 200 EACH NB NB 87 Lid,90 gallon container,100%cross-linked medium density polyethylene,black polymer. 700 EACH NB NB 88 Lid,commericial,100%cross-linked polyethylene,black polymer,36"x 31",minimum weight 8 LB. 100 EACH NB NB NB RFQ No.5580 Three-Year Contract for City of St.Petersburg Refuse Container,Compactors and Bid Tabulation Related Products Procurement and Supply Management Don Enge,CPPB Dura-Cast Products,Inc. Equipco Manufacturing,Inc. IES Sales and Service LLC Lake Wales,FL Miami,FL Opalocka FL Delivery:3 Weeks Delivery:30 Days Delivery:45 Days Terms:Net-30 Days Terms:Net-30 Days Terms:Net-30 Days Unit Extended Unit Extended Unit Extended Desciprtion EAU UOM Price Price Price Price Price Price 89 Lid,commericial,100%cross-linked polyethylene,black polymer,36"x 41",minimum weight 10 LB. 100 EACH NB NB NB 90 Lid,commericial,100%cross-linked polyethylene,black polymer,36"x 46",minimum weight 121 LB. 100 EACH NB NB NB 91 Lid,commericial,100%cross-linked polyethylene,black polymer,36"x 49",minimum weight 12 LB. 100 EACH NB NB NB 92 Lid,commericial,100%cross-linked polyethylene,black polymer,36"x 58",minimum weight 15 LB. 600 EACH NB NB NB 93 Lid,granny hatch,300 gallon container,100% cross-linked polyethylene,black polymer. 200 EACH NB NB NB 94 Lids,recycling,sliding,30"x 30",100%cross linked polyethylene,black polymer,minimum weight 7 LB,90 gallon. 100 EACH NB NB NB 95 Rod,300 gallon granny hatch,hinge,PVC. 1,000 EACH NB NB NB 96 Rod,300 gallon,hinge,PVC. 1,000 EACH NB NB NB 97 Wheel,10",100%cross-linked polyethylene, black polymer. 5,000 EACH NB NB Subtotal: $974,060.00 $847,435.00 $1,171,788.00 SBE Discount: $0.00 $0.00 $0.00 Payment Discount: $0.00 $0.00 $0.00 Total: $974,060.00 $847,435.00 $1,171,788.00 8 RFQ No.5580 Three-Year Contract for City of St.Petersburg Refuse Container,Compactors and Bid Tabulation Related Products Procurement and Supply Management Don Enge,CPPB Iron Container LLC Otto Environmental Wastequip Manufacturing Miami,FL Systems LLC Company LLC Delivery:30 Days Charlotte,NC Statesville,NC Terms:Net-30 Days Delivery:45 Days Delivery:45 Days Terms:Net-30 Days Terms:Net-30 Days Unit Extended Unit Extended Unit Extended Desciprtion EAU UOM Price Price Price Price Price Price 1 Axle,90 gallon,22"x 5/8",solid steel,zinc plated. 500 EACH NB NB NB 2 Carts:dock and side dumping,2,500 LB. capacity. 5 EACH NB NB 11,295.00 56,475.00 3 Caster,rigid,rubber. 1,000 EACH NB 13.50 13,500.00 4 Caster,swivel,rubber. 1,000 EACH NB 12.50 12,500.00 5 Compactor,power packs,unit with 10 HP power pack hydraulic motor,3 phase electric motor for self contained compactor. 5 EACH NB NB 3,717.00 18,585.00 6 Compactor,power packs,Unit with 10 HP power pack,hydraulic motor,single phase electric motor, for self contained compactor. 5 EACH NB NB 5,041.00 25,205.00 9 Compactor,self-contained,17 CY. 3 EACH NB NB 21,023.00 63,069.00 7 Compactor,self contained,20 CY. 3 EACH NB NB 21,023.00 63,069.00 8 Compactor,self-contained,15 CY. 1 EACH NB NB 21,023.00 21,023.00 10 Compactor,self-contained,24 CY. 3 EACH NB NB 21,023.00 63,069.00 11 Compactor,self-contained,25 CY. 3 EACH NB NB 21,023.00 63,069.00 12 Compactor,self-contained,30 CY. 5 EACH NB NB 21,336.00 106,680.00 13 Compactor,self-contained,36 CY. 3 EACH NB NB 24,374.00 73,122.00 14 Compactor,vertapac,2 CY,Marathon,TC HD, or approved equal 3 EACH NB NB NB 15 Compactor,vertapac,2.5 CY,Marathon,TC HD,or approved equal 3 EACH NB NB NB 16 Compactor,vertapac,3 CY,Marathon,TC HD, or approved equal 3 EACH NB NB 11,356.00 34,068.00 17 Container,100%cross-linked polyethylene, granny hatch lid,300 gallon,black,old style. 100 EACH NB NB NB 18 Container,100%cross-linked polyethylene, granny hatch lid,300 gallon,brown,old style. 50 EACH NB NB NB 9 RFC)No.5580 Three-Year Contract for City of St.Petersburg Refuse Container,Compactors and Bid Tabulation Related Products Procurement and Supply Management Don Enge,CPPB Iron Container LLC Otto Environmental Wastequip Manufacturing Miami,FL Systems LLC Company LLC Delivery:30 Days Charlotte,NC Statesville,NC Terms:Net-30 Days Delivery:45 Days Delivery:45 Days Terms:Net-30 Days Terms:Net-30 Days Unit Extended Unit Extended Unit Extended Desciprtion EAU UOM Price Price Price Price Price Price 19 Container,100%cross-linked polyethylene, granny hatch lid,300 gallon,green,old style. 100 EACH NB NB NB 20 Container,commercial,double wall,plastic lids, 1 CY,slant top. 20 EACH NB 325.00 6,500.00 21 Container,commercial,double wall,plastic lids, 2 CY,slant top. 75 EACH NB 369.00 27,675.00 22 Container,commercial,double wall,plastic lids, 3 CY,flat top. 10 EACH NB NB 23 Container,commercial,double wall,plastic lids, 3 CY,slant top. 90 EACH NB 463.00 41,670.00 24 Container,commercial,double wall,plastic lids, 4 CY,flat top,plastic side. 20 EACH NB 540.00 10,800.00 25 Container,commercial,double wall,plastic lids, 4 CY,slant top. 50 EACH NB 505.00 25,250.00 26 Container,commercial,double wall,plastic lids, 6 CY,slant top,plastic side. 30 EACH NB 717.00 21,510.00 27 Container,commercial,double wall,plastic lids, 6 CY,slant top. 80 EACH NB 641.00 51,280.00 28 Container,commercial,double wall,plastic lids, 8 CY,slant top. 80 EACH 764.00 61,120.00 NB 29 Container,commercial,front load,high density 111 crosslink polyethylene,includes lid,2 CY. 10 EACH NB NB 30 Container,commercial,front load,high density crosslink polyethylene,includes lid,3 CY. 20 EACH NB NB 31 Container,commercial,front load,high density crosslink polyethylene,includes lid,4 CY. 20 EACH NB NB 10 RFD No.5580 Three-Year Contract for City of St.Petersburg Refuse Container,Compactors and Bid Tabulation Related Products Procurement and Supply Management Don Enge,CPPB Iron Container LLC Otto Environmental Wastequip Manufacturing Miami,FL Systems LLC Company LLC Delivery:30 Days Charlotte,NC Statesville,NC Terms:Net-30 Days Delivery:45 Days Delivery:45 Days Terms:Net-30 Days Terms:Net-30 Days Unit Extended Unit Extended Unit Extended Desciprtion EAU UOM Price Price Price Price Price Price 32 Container,commercial,front load,marine grade aluminum,includes lid,2 CY. 10 EACH NB NB NB 33 Container,commercial,front load,marine grade aluminum,includes lid,3 CY. 20 EACH NB NB NB 34 Container,commercial,front load,marine grade aluminum,includes lid,4 CY. 20 EACH NB NB NB 35 Container,commercial,metal lids,6 CY,flat top, metal lids,plastic side sliding doors. 5 EACH 715.00 3,575.00 NB NB 36 Container,commercial,metal lids,6 CY,flat top, metal lids. 5 EACH £' .:•.1i 6 6 '; NB NB 37 Container,commercial,metal lids,6 CY,flat top, plastic lids,plastic side sliding doors. 10 EACH :' 665.00 6,650.00 NB 717.00 7,170.00 38 Container,commercial,metal lids,8 CY,flat top, double wall plastic lids,plastic side sliding. 30 EACH 784.00 23 520.00. NB 831.00 24,930.00 39 Container,commercial,metal lids,8 CY,flat top, metal lids. 5 EACH 814.00 4,070.00 NB NB 40 Container,commercial,open top,roll-off,10 CY. 2 EACH x.039.00 4,078 00i NB 2,750.00 5,500.00 41 Container,commercial,open top,roll-off,20 CY. 20 EACH 58 780 00 NB 3,426.00 68,520.00 42 Container,commercial,open top,roll-off,30 CY. 20 EACH 3,589.00 71,780.00 NB 3,694.00 73,880.00 43 Container,commercial,open top,roll-off,40 CY. 10 EACH NB 4,354.00 43,540.00 44 Container,commercial,recycling,closed top with five(5)compartments,roll-off,tailgate gaskets,full back door,20 CY. 2 EACH 5,999.00 11,998.00 NB 6,883.00 13,766.00 1 1 RFQ No.5580 Three-Year Contract for City of St.Petersburg Refuse Container,Compactors and Bid Tabulation Related Products Procurement and Supply Management Don Enge,CPPB Iron Container LLC Otto Environmental Wastequip Manufacturing Miami,FL Systems LLC Company LLC Delivery:30 Days Charlotte,NC Statesville,NC Terms:Net-30 Days Delivery:45 Days Delivery:45 Days Terms:Net-30 Days Terms:Net-30 Days Unit Extended Unit Extended Unit Extended Desciprtion EAU UOM Price Price Price Price Price Price 45 Container,commercial,recycling,closed top with four(4)compartments,roll-off,tailgate gaskets,full back door,20 CY. 2 EACH 5,799.00 11,598.00 NB 6,301.00 12,602.00 46 Container,commercial,recycling,closed top with one(1)compartment roll-off,tailgate gaskets, full back door,20 CY. 2 EACH 5,199.00 10,398.00 NB 5,235.00 10,470.00 47 Container,commercial,recycling,closed top with three(3)compartments,roll-off,tailgate gaskets,full back door,20 CY. 2 EACH 5,599.00 11,198.00 NB 5,946.00 11,892.00 48 Container,commercial,recycling,closed top with two(2)compartments,roll-off,tailgate gaskets,full back door,20 CY. 2 EACH 5,399.00 10,798.00 NB 5,591.00 11,182.00 49 Container,compaction,octagon,(breakaway), 16 CY.Mfg./Model No.Marathon/RJ-160C or approved equal. 2 EACH 4,889.00 9,778.00 NB 4,250.00 8,500.00 50 Container,compaction,octagon,(breakaway), 27 CY.Mfg./Model No.Marathon/RJ-160C or approved equal. 2 EACH 5,589.00 11,178.00 NB 5,250.00 10,500.00 51 Container,compaction,octagon,(breakaway), 37 CY.Mfg./Model No.Marathon/RJ-160C or approved equal. 2 EACH 5,809.00 11,618.00 NB 5,759.00 11,518.00 52 Container,compaction,octagon,(breakaway), 40 CY.Mfg./Model No.Marathon/RJ-160C or approved equal. 3 EACH 5,989.00 17,967.00 NB 53 Container,compaction,octagon,(breakaway), 43 CY.Mfg./Model No.Marathon/RJ-160C or approved equal. 2 EACH NB 6,910.00 13,820.00 54 Container,cross linkable poythylene,black,60 gallon. 200 EACH NB NB NB 12 RFQ No.5580 Three-Year Contract for City of St.Petersburg Refuse Container,Compactors and Bid Tabulation Related Products Procurement and Supply Management Don Enge,CPPB Iron Container LLC Otto Environmental Wastequip Manufacturing Miami,FL Systems LLC Company LLC Delivery:30 Days Charlotte,NC Statesville,NC Terms:Net-30 Days Delivery:45 Days Delivery:45 Days Terms:Net-30 Days Terms:Net-30 Days Unit Extended Unit Extended Unit Extended Desciprtion EAU UOM Price Price Price Price Price Price 55 Container,crosslink polythylene,midnight shower black,wheels,axles,38 LB,90 gallon. 3,000 EACH NB NB NB 56 Container,front load,6"lip,7 gauge bottom,2 skids,drain hole,30"x 69 1/2". 20 EACH NB NB 57 Container,front load,6"lip,7 gauge bottom,2 skids,drain hole,30"x 76". 10 EACH NB NB 58 Container,front load,6"lip,7 gauge bottom,2 skids,drain hole,36"x 69 1/2". 35 EACH NB NB 59 Container,front load,6"lip,7 gauge bottom,2 skids,drain hole,36"x 72". 20 EACH NB NB 60 Container,front load,6"lip,7 gauge bottom,2 skids,drain hole,48"x 69 1/2". 20 EACH NB NB 61 Container,front load,6"lip,7 gauge bottom,2 skids,drain hole,48"x 72". 20 EACH NB NB 62 Container,front load,6"lip,7 gauge bottom,2 skids,drain hole,72"x 72". 20 EACH NB NB 63 Container,front load,6"lip,7 gauge bottom,2 skids,drain hole,72"x 79". 55 EACH NB NB 64 Container,polythylene,black,60 gallon. 200 EACH NB NB NB 65 Container,polythylene,black,90 gallon. 1000 EACH NB NB NB 66 Container,recycling,RFID,blue,large,94-96 gallon. 1,400 EACH NB 52.36 73,304.E. NB 67 Container,recycling,RFID,blue,medium,64-66 gallon. 1,400 EACH NB 44.94 62,916.fir NB 68 Container,recycling,RFID,blue,small,32-35 , ., • gallon. 1,400 EACH NB NB 69 Container,roll-off,sludge,fiberglass lid. 5 EACH NB NB NB 13 RFQ No.5580 Three-Year Contract for City of St.Petersburg Refuse Container,Compactors and Bid Tabulation Related Products Procurement and Supply Management Don Enge,CPPB Iron Container LLC Otto Environmental Wastequip Manufacturing Miami,FL Systems LLC Company LLC Delivery:30 Days Charlotte,NC Statesville,NC Terms:Net-30 Days Delivery:45 Days Delivery:45 Days Terms:Net-30 Days Terms:Net-30 Days Unit Extended Unit Extended Unit Extended Desciprtion EAU UOM Price Price Price Price Price Price 70 Container,UV stabilized,cross-linkable high density polyethylene,lid,200 gallon,2/3 opening, green,old style. 20 EACH NB NB NB 71 Container,UV stabilized,cross-linkable high density polyethylene,lid,300 gallon,2/3 opening, black,new style. 500 EACH NB NB NB 72 Container,UV stabilized,cross-linkable high density polyethylene,lid,300 gallon,2/3 opening, black,old style. 20 EACH NB NB NB 73 Container,UV stabilized,cross-linkable high density polyethylene,lid,300 gallon,2/3 opening, brown,new style. 100 EACH NB NB NB 74 Container,UV stabilized,cross-linkable high density polyethylene,lid,300 gallon,2/3 opening, clay,new style. 100 EACH NB NB NB 75 Container,UV stabilized,cross-linkable high density polyethylene,lid,300 gallon,2/3 opening, green,new style. 400 EACH NB NB NB 76 Container,UV stabilized,cross-linkable high density polyethylene,lid,300 gallon,2/3 opening, grey,new style. 100 EACH NB NB NB 77 Handle,90 gallon,structural foam container, 5/16"bolt holes,carbon steel with Permatex coating. 500 EACH NB NB NB 78 Lid,300 gallon container,UV stabilized,cross- linkable high density polyethylene,2/3 opening, black,new style. 200 EACH NB NB NB 14 REQ No.5580 Three-Year Contract for City of St.Petersburg Refuse Container,Compactors and Bid Tabulation Related Products Procurement and Supply Management Don Enge,CPPB Iron Container LLC Otto Environmental Wastequip Manufacturing Miami,FL Systems LLC Company LLC Delivery:30 Days Charlotte,NC Statesville,NC Terms:Net-30 Days Delivery:45 Days Delivery:45 Days Terms:Net-30 Days Terms:Net-30 Days Unit Extended Unit Extended Unit Extended Desciprtion EAU UOM Price Price Price Price Price Price 79 Lid,300 gallon container,UV stabilized,cross- linkable high density polyethylene,2/3 opening, brown,new style. 200 EACH NB NB NB 80 Lid,300 gallon container,UV stabilized,cross- linkable high density polyethylene,2/3 opening, brown,new style. 100 EACH NB NB NB 81 Lid,300 gallon container,UV stabilized,cross- linkable high density polyethylene,2/3 opening, clay,new style. 100 EACH NB NB NB 82 Lid,300 gallon container,UV stabilized,cross- linkable high density polyethylene,2/3 opening, green,new style. 100 EACH NB NB NB 83 Lid,300 gallon container,UV stabilized,cross- linkable high density polyethylene,2/3 opening, grey,new style. 100 EACH NB NB NB 84 Lid,300 gallon container,UV stabilized,cross- linkable high density polyethylene,front one(1) piece lid,black. 200 EACH NB NB NB 85 Lid,300 gallon container,UV stabilized,cross- linkable high density polyethylene,rear lid,black. 200 EACH NB NB NB 86 Lid,300 gallon container,UV stabilized,cross- linkable high density polyethylene,split,double walls,left and right,black. 200 EACH NB NB NB 87 Lid,90 gallon container,100%cross-linked medium density polyethylene,black polymer. 700 EACH NB NB NB 88 Lid,commericial,100%cross-linked polyethylene,black polymer,36"x 31",minimum weight 8 LB. 100 EACH NB 28.00 2,800.00 15 RFQ No.5580 Three-Year Contract for City of St.Petersburg Refuse Container,Compactors and Bid Tabulation Related Products Procurement and Supply Management Don Enge,CPPB Iron Container LLC Otto Environmental Wastequip Manufacturing Miami,FL Systems LLC Company LLC Delivery:30 Days Charlotte,NC Statesville,NC Terms:Net-30 Days Delivery:45 Days Delivery:45 Days Terms:Net-30 Days Terms:Net-30 Days Unit Extended Unit Extended Unit Extended Desciprtion EAU UOM Price Price Price Price Price Price 89 Lid,commericial,100%cross-linked polyethylene,black polymer,36"x 41",minimum weight 10 LB. 100 EACH 22.00 2,200.00 NB 90 Lid,commericial,100%cross-linked polyethylene,black polymer,36"x 46",minimum weight 121 LB. 100 EACH 23.00 2,300.00 NB 91 Lid,commericial,100%cross-linked polyethylene,black polymer,36"x 49",minimum weight 12 LB. 100 EACH NB NB 92 Lid,commericial,100%cross-linked polyethylene,black polymer,36"x 58",minimum weight 15 LB. 600 EACH 24.00 14,400.00 NB I 93 Lid,granny hatch,300 gallon container,100% cross-linked polyethylene,black polymer. 200 EACH NB NB NB 94 Lids,recycling,sliding,30"x 30",100%cross linked polyethylene,black polymer,minimum weight 7 LB,90 gallon. 100 EACH NB NB 95 Rod,300 gallon granny hatch,hinge,PVC. 1,000 EACH NB NB NB 96 Rod,300 gallon,hinge,PVC. 1,000 EACH NB NB NB 97 Wheel,10",100%cross-linked polyethylene, black polymer. 5,000 EACH NB NB NB Subtotal: $618,302.00 $233,679.00 1,267,751.00 SBE Discount: $0.00 $0.00 0.00 Payment Discount: $0.00 $0.00 0.00 Total: $618,302.00 $233,679.00 1,267,751.00 16