Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2004-R0387 - Letter Of Award For Refuse Containers - Fuqua Enterprises, Inc. - 08_16_2004
Resolution No. 2004-RO387 August 16, 2004 Item No. 33 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock, a Letter of Award for slant side -loading refuse containers -six month pricing, by and between the City of Lubbock and Fuqua Enterprises, Inc. of Cleburne, Texas, and related documents. Said Letter of Award is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council this 16th day of August , 2004. C MCDOUGAL, MAYOR ATTEST: Re ecca Garza, City Secretary APPROVED AS TO CONTENT: VL)rm 4114 JAN Victor Kilman, Purchasing Manager APPROVED AS TO FORM: gs/ccdocs/Ltr of Award -Fuqua Enterprises Inc.res August 2, 2004 P.O. Box 2000 Lubbock, Texas 79457 (806) 775-2167 • Fax (806) 775-2164 Resolution No. 2004-RO387 August 16, 2004 Item No. 33 August 16, 2004 Office of Purchasing Johnnie L. Fuqua, Jr. Fuqua Enterprises, Inc. P.O. Box 287 Cleburne, Texas 76031 RE: ITB #105-04/BM — SLANT SIDE -LOADING REFUSE CONTAINERS — SIX MONTH PRICING Dear Mr. Fuqua: FUQUA ENTERPRISES, INC. has been awarded the items noted below for Slant Side - Loading Refuse Containers — Six Month Pricing based on your response to the City of Lubbock Invitation to ITB #105-04/13M. 1. A Purchase Order will be issued by the City of Lubbock and covers the category of items shown below, and no other, during the period beginning August 16, 2004 and ending February 15, 2004. The City of Lubbock shall not be responsible for payment of any invoices except those orders placed pursuant to this agreement. 2. Category of Items: 1. Two -Cubic Yard, Side -Loading Containers 250 @ $337.00/EA = $ 84,250.00 2. Three -Cubic Yard, Side -Loading Containers 300 @ $394.00/EA = $118,200.00 3. Four -Cubic Yard, Side -Loading Continers 50 @ $455.00/EA = $ 22,750.00 3. FUQUA ENTERPRISES, INC.'s bid dated July 9, 2004, is incorporated into and made a part of this agreement. 4. Prices: As quoted. 5. All invoices shall be directed to: City of Lubbock Accounts Payable PO Box 2000 Lubbock, Texas 79457 6. The City of Lubbock reserves the right to enforce the performance of this contract in any manner prescribed by law or deemed to be in the best interest of the City of Lubbock in the event of breach or default of this agreement. The City of Lubbock reserves the right to terminate this agreement with a thirty (30) day written notice in the event FUQUA ENTERPRISES. INC. fails to perform in accordance with their bid dated July 9, 2004. ATTEST: R becca Garza City Secretary APPROVED AS TO CONTENT: &f4 KLA�- Victor Kilman Purchasing Manager ;AP4PROD ASTO FO cc: Debra Frankhouser, Solid Waste Vendor File ITB # 105-04/BM, Slant Side-loa'o Refuse Containers -Six Month Pricing SUBMIT TO: Y CITY OF LUBBOCK CITY OF EXAS LUBBOCK,� PURCHASINGSINGDEPARTMENT (� 1625 13TH STREET, RM L04 I LUBBOCK, TX 79401-3830 AN EQUAL I N V I TAT I O N TO B I D OPPORTUNITY CONTACT PERSON: Bruce MacNair EMPLOYER #'� Q5.04/BM TEL: 806.775.2167 FAX: 806.775.2164 http://purchasing.ci.tubbock.tx.us TITLE: SUBMITTAL DEADLINE: Slant Side -Loading Refuse Containers - Six Month Pricing July 15, 2004 @ 2:00 PM CDT PRE BID DATE, TIME AND LOCATION: June 15, 2004 @ 9:00 AM, Solid Any bids received after the time and date listed above, Waste North Side Conference Room, 208 Municipal Drive, Lubbock, regardless of the mode of delivery, shall be returned Texas unopened. I RESP ENT NAME: LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, 1'5tlr THE CLOSING DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS. MAILING DRESS: P,29"STATEMENT C.13q IF RETURNING AS A "NO BID", PLEASE COMPLETE AND RETURN THE OF NO BID". CITY - STATE -ZIP: THE CITY OF LUBBOCK RESERVES THE RIGHT TO ACCEPT OR REJECT ANY AND Q3 3 —447 ALL BIDS IN WHOLE OR IN PART AND WAIVE ANY INFORMALITY IN THE COMPETITIVE BID PROCESS. FURTHER, THE CITY RESERVES THE RIGHT TO T LE HONE NO: ENTER INTO ANY CONTRACT DEEMED TO BE IN THE BEST INTEREST OF THE r1 6.2 CITY. IT IS THE INTENT AND PURPOSE OF THE CITY OF LUBBOCK THAT THIS FAX N ' l _ I — 1 SI A 7 �J REQUEST PERMITS COMPETITIVE BIDS. IT IS THE BIDDER'S RESPONSIBILITY TO ADVISE THE CITY OF LUBBOCK PURCHASING MANAGER IF ANY LANGUAGE, REQUIREMENTS, ETC., OR ANY COMBINATIONS THEREOF, INADVERTENTLY E-MAIL: RESTRICTS OR LIMITS THE REQUIREMENTS STATED IN THIS ITB TO A SINGLE SOURCE, SUCH NOTIFICATION MUST BE SUBMITTED IN WRITING AND MUST BE FEDERAL TAX ID NO. OR SOCIAL SE URITY NO. �f/ (—! RECEIVED BY THE PURCHASING MANAGER NO LATER THAN FIVE (5) BUSINESS .^ G DAYS PRIOR TO THE ABOVE SUBMITTAL DEADLINE, THE BIDDER HEREBY ACKNOWLEDGES RECEIPT OF AND AGREES ITS BID IS BASED ON THE FOLLOWING ADDENDA: #1 #2 #3 #4 #5 (Please Initial) The City of Lubbock Charter states that no officer or employee of the City can benefit from any contract, job, work or service for the municipality or be interested in the sate to the City of any supplies, equipment, material or articles purchased. Will any officer or employee of the City, or member of their immediate family, benefit from the award of this bid to the above firm?_ YES__A/NO IN COMPLIANCE WITH THIS SOLICITATION, THE UNDERSIGNED BIDDER HAVING EXAMINED THE INVITATION TO BID AND SPECIFICATIONS, AND BEING FAMILIAR WITH THE CONDITIONS TO BE MET, HEREBY SUBMITS THE FOLLOWING BID FOR FURNISHING THE MATERIAL, EQUIPMENT, LABOR AND EVERYTHING NECESSARY FOR PROVIDING THE ITEMS LISTED ON THE ATTACHED BID FORM AND AGP.EES TO DELIVER SAID ITEMS AT THE LOCATIONS AND FOR THE PRICES SET FORTH ON THE BID FORM. AN INDIVIDUAL AUTHORIZED TO BIND THE COMPANY MUST SIGN THE FOLLOWING SECTION. FAILURE TO EXECUTE THIS PORTION MAY RESULT IN BID REJECTION. By my signature I certify that this offer is made without prior understanding, agreement, or connection with any corporation, firm, business entity, or person submitting an offer for the same materials, supplies, equipment, or service(s), and is in all respects fair and without collusion or fraud. I further agree that if the offer is accepted, the offeror will convey, sell, assign, or transfer to the City of Lubbock at[ right, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Texas for price fixing relating to the particular commodity(s) or service (s) purchased or acquired by the City of Lubbock. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the vend Autho d Signature Title !! 7/q fey Print/Type Name Date THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR RESPONSE. ITBti105-04/BM.doc ITB # 105-04/13M, Slant Side-lok Refuse Containers -Six Month Pricing BID FORM Slant Side -loading Refuse Containers -Six Month Pricing CITY OF LUBBOCK, TEXAS ITB #105-04/BM In compliance with the Invitation to Bid #105-04/BM, the undersigned Bidder having examined the Invitation to Bid and Specifications, and being familiar with the conditions to be met, hereby submits the following Bid for furnishing the material, equipment, labor and everything necessary for providing the items listed below and agrees to deliver said items at the locations and for the prices set forth on this form. The Invitation to Bid #105-04/BM is by reference incorporated in this contract. The Bid Form must be completed in blue or black ink or by typewriter. UNIT OF UNIT PRICE' Extended Delivery ITEM QTY MEASURE DESCRIPTION BID Cost Days ARO" 1 250 EA Two Cubic yard, side loading containers, as specified $ 33� E� $ ©�VV ID -� or less herein. D 2 300 EA Three -Cubic yard, side -loading containers, as specified $� pe $ More or less herein. �t 3 50 EA Four -Cubic yard, side -loading containers, as specified $ I ILCO� �T�JJ $ ;Z 750� 5 More or less herein. 'PRICE: F.O.B. City of Lubbock "Days After Receipt of Order (ARC) PAYMENT TERMS AND DISCOUNTS - Bidder offers a prompt payment discount of %, net _ calendar days. Discounts will not be considered in determining low bid. Unless otherwise indicated on the Bid Form, payment terms will be NET THIRTY DAYS. The City will pay the successful bidder within thirty days after the receipt of a correct invoice or after the date of acceptance, whichever event occurs later. Discounts for prompt payment requiring payment by the City within a stipulated number of days will be interpreted as applying within the stipulated number of calendar days after the date of receipt by the City of a correct invoice or after the date of acceptance that meets contract requirements, whichever event occurs later. Discounts for payment in less than ten days will not be considered. INTERLOCAL PURCHASING (optional): The City desires to make available to other local governmental entities of the State of Texas, by mutual agreement with the successful bidder, and properly authorized interlocal purchasing agreements as provided for by the Interlocal Cooperation Act (Chapter 791, Government Code), the right to purchase the same services, at the prices quoted, for the period of this contract. Each bidder shall indicate on the Bid Form in the space provided below if he/she wilt honor Political Subdivision orders in addition to orders from the City of Lubbock. Should these other governmental entities decide to participate in this contract, would you (the bidder) agree that all terms, conditions, specifications, and pricing would apply? Other governmental entities that might have interests in this contract are Frenship Independent School District, Lubbock Housing Authority, Lubbock County, Lubbock County Hospital District, Lubbock Independent School District, South Plains Association of Gov nments, City of Texarkana, Texas Tech University, West Texas Municipal Power Agency, Lynn County, and City of W rth. YES NO • If you (the bidder) checked YES, the following will apply: • Governmental entities utilizing Interlocal Agreements for Cooperative Purchasing with the City of Lubbock will be eligible, but not obligated, to purchase materials/services under the contract(s) awarded as a result of this solicitation. All purchases by governmental entities other than the City of Lubbock will be billed directly to that governmental entity and paid by that governmental entity. City of Lubbock will not be responsible for another governmental entity's debts. Each governmental entity will order their own materials/service as needed. THIS BiD IS SUBMITTED BY [," "4. _ 4 �, -erpri 6 t S 1.hG- a corporation organized under the laws of the State of M)CA S Tor a partnership consisting of or an individual trading as Firm: Address: City:,.. M/WBE Firm: Officer Name and Woman Hispanic American of the City of State: Zi '- V Black American Native American Asian Pacific American Other (SDecifvl d'R-epprresentatite)- mu©sign by hand ITB#105-04/BM.doc ITB # 105-04IBM, Slant Side-loaa...a Refuse Containers -Six Month Pricing Please Print Business Telephone Number (Oc t7 ) &q I r 2--1 D FAX:_( S17) AW " 1 5 D FOR CITY USE ONLY Bid Form Item Number(s) Awarded to Above Named Firm/Individual: Date of Award by City Council (for bids over $25,000): Date RO./Contract Issued: LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS. ITB#105-04/BM.doc ITB # 105-04/BM, Slant Side-11 , Refuse Containers -Six Month Pricing Slant Side -Loading Refuse Containers - Six Month Pricing CITY OF LUBBOCK, TEXAS ITB #105-04/ BM THE CITY OF LUBBOCK APPRECIATES YOUR TIME AND EFFORT IN PREPARING YOUR BID. ALL BIDDERS SHOULD FAMILIARIZE THEMSELVES WITH THE FOLLOWING INSTRUCTIONS TO BIDDERS, GENERAL CONDITIONS, AND ATTACHED SPECIFICATIONS. I. INSTRUCTIONS TO BIDDERS BID DELIVERY, TIME Et DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish Slant Side -Loading Refuse Containers - Six Month Pricing per the attached specifications. Sealed bids will be received no later than 2:00 p.m. CDT, July 15, 2004, if date/time stamped on or before 2:00 PM at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. EACH BID AND SUPPORTING DOCUMENTATION MUST BE IN A SEALED ENVELOPE OR CONTAINER PLAINLY LABELED IN THE LOWER LEFT-HAND CORNER: "ITB #105- 04/BM, SLANT SIDE -LOADING REFUSE CONTAINERS - SIX MONTH PRICING" AND THE BID OPENING DATE AND TIME. BIDDERS MUST ALSO INCLUDE THEIR COMPANY NAME AND ADDRESS ON THE OUTSIDE OF THE ENVELOPE OR CONTAINER. Bids must be addressed to: Victor Kilman, Purchasing Manager City of Lubbock 1625 13th Street, Room L-04 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing Department. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. The City of Lubbock assumes no responsibility for errant delivery of bids, including those relegated to a courier agent who fails to deliver in accordance with the time and receiving point specified. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. The Bid Form must be completed in blue or black ink or by typewriter. 1.4 Bids may be withdrawn prior to the above scheduled time set for closing of the bids. Bids CANNOT be withdrawn, altered or amended after bid closing. Alteration made before bid closing must be initiated by bidder guaranteeing authenticity. 1.5 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a pre -bid meeting will be held at 9:00 A.M., June 15, 2004, in the Solid Waste North Side Conference Room, 208 Municipal Drive, Lubbock, Texas. All persons attending the conference will be asked to identify themselves and the prospective bidder they represent. ITB#105-04/BM.doc ITB # 105-04/BM, Slant Side-lo j Refuse Containers -Six Month Pricing 2.2 it is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. 2.3 The City of Lubbock does not discriminate against person with disabilities. City of Lubbock pre -bid meetings are available to all persons regardless of disability. If you would like information made available in a more accessible format or if you desire assistance, please contact the City of Lubbock ADA Coordinator, 1625 13th Street, (806)775-2018 at least forty-eight (48) hours in advance of the conference. CLARIFICATION OF REQUIREMENTS 3.1 It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It is the bidder's responsibility to advise the City of Lubbock Purchasing Manager if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification must be submitted in writing and must be received by the Purchasing Manager no later than five (5) business days prior to the bid closing date. A review of such notifications will be made. 3.2 ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) BUSINESS DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: Bruce MacNair, Senior Buyer City of Lubbock 1625 131h Street Lubbock, Texas 79401 Fax: (806) 775-2164 Email: Bmacnair@mylubbock.us 4 ADDENDA 8 MODIFICATIONS 4.1 Any changes, additions, or clarifications to the ITB are made by bid amendments (addenda). 4.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing Department. At the request of the bidder, or in the event the Purchasing Department deems the interpretation to be substantive, the interpretation will be made by written ADDENDA issued by the Purchasing Department. Such addenda issued by the Purchasing Department will be sent to all bidders who are known to have received a copy of the original Invitation to Bid (ITB) and will become part of the bid package having the same binding effect as provisions of the original ITB. No verbal explanations or interpretations will be binding. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing Department no later than five (5) days prior to the bid closing date. 4.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment or interpretation that is not in writing. Only information supplied by the City in writing or in this ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this bid should be disregarded in preparing responses. ITB#105.04/BM.doc ITB # 105-04I13M, Slant Side-loC ,j Refuse Containers -Six Month Pricing 4.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 5 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 5.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements prior to submitting a bid to ensure that the goods and/or services being bid meet the intent of these specifications. 5.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 6 BID SUBMITTAL 6.1 BIDDERS MUST SUBMIT THE ORIGINAL AND ONE COPY OF THE SEALED BID TO THE PURCHASING DEPARTMENT PRIOR TO RESPONSE DUE DATE/TIME. FAILURE TO SUBMIT THE ADDITIONAL COPY MAY RESULT IN THE BID BEING DECLARED UNRESPONSIVE TO SPECIFICATION AND MAY NOT BE FURTHER EVALUATED. SHOULD YOU CHOOSE NOT TO BID, FAILURE TO RETURN THE FORM STATING YOUR REASON FOR NOT BIDDING BEFORE THE RESPONSE DUE DATE/TIME MAY RESULT IN REMOVAL OF YOUR FIRM FROM THE BIDDERS LIST. 6.2 Bids must be submitted on the Bid Form and the Bidder must sign and date their bid in the space provided. Identify the item bid, including brand name and model number, if applicable. Enter unit price, extended cost, and delivery days in the columns provided. In the event of discrepancies in extension, the unit price shall govern. THE BID FORM MUST BE COMPLETED IN BLUE OR BLACK INK OR BY TYPEWRITER. 6.3 The City is exempt from Federal Excise, State Sales and Transportation taxes. TAX MUST NOT BE INCLUDED IN BID. Tax exemption certificates will be executed by the Purchasing Manager upon request. 6.4 Any information regarding warranties and/or maintenance agreements pertaining to said bid item(s) are to be included in the bid. 6.5 Bids will not be considered unless bid F.O.B. delivered and include all delivery and Packaging costs. The number of calendar days required to place the materials in the City's receiving point under normal conditions must be shown on the Bid Form, DO NOT quote shipping dates. Failure to indicate delivery days on the Bid Form will obligate Bidder to complete delivery in two weeks. A minimum of five days better delivery will automatically break a tie bid. Unrealistically short or undue long delivery promises may cause bid to be disregarded. Consistent failure of a bidder to meet delivery promises without a valid reason may cause removal from the bid list. 6.6 Bid prices must be firm for a minimum period of sixty (60) days. Bids subject to price increases will not be considered. 6.7 All bids, responses, inquiries, or correspondence relating to or in reference to this ITB, and all reports, charts, and other documentation submitted by bidders shall become the property of the City of Lubbock when received. 6.8 If there are any additional charges of any kind, other than those mentioned above, specified or unspecified, offeror MUST indicate the items required and attendant costs or forfeit the right to payment for such items. 6.9 LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND TIME, AND YOUR COMPANY NAME AND ADDRESS. 713#105-04113M.doc 6 ITB # 105-04/BM, Slant Side-loc_.g Refuse Containers -Six Month Pricing 7 BID PREPARATION COSTS 7.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. Also, should a bidder bid an alternate, any test costs to prove equality of product will be at the expense of the bidder, not the City of Lubbock. 7.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 7.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. 8 TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 8.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 8.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 8.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 9 LICENSES, PERMITS, TAXES 9.1 The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. 10 HISTORICALLY UNDERUTILIZED BUSINESS (HUB) REQUIREMENTS 10.1 The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this ITB, Historically Underutilized Businesses (HUB's) will be afforded equal opportunities to submit bids and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration of an award. 10.2 A HUB is defined as a small business concern which is at least 51 % owned and controlled by one or more socially and economically disadvantaged individuals, or in the case of any publicly owned business, at least 51% of the stock of which is owned by one ore more socially and economically disadvantaged individuals. Socially and economically disadvantaged include Women, Black Americans, Hispanic Americans, Native Americans, Asian -Pacific Americans, and Asian -Indian Americans. 11 CONFLICT OF INTEREST 11.1 The bidder shalt not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 11.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's ITBtl105-0418M.doc ITB # 105-04/BM, Slant Side -loam ,g Refuse Containers -Six Month Pricing decision, opinion, recommendation, vote or any other exercise of discretion concerning this bid. 12 AUTHORIZATION TO BIND SUBMITTER OF BID 12.1 Bids must show vendor name and address of bidder. Bids must be manually signed by an officer of the company authorized to bind the submitter to its provisions. Person signing bid must show title or AUTHORITY TO BIND THEIR FIRM IN A CONTRACT. Failure to manually sign bid will disqualify it. 12.2 The bid submitted by the bidder shall become an integral part of the contract between the City and the Bidder and the representations, covenants, and conditions therein contained shall be binding upon the person, firm or corporation executing the same. 13 BID AWARD 13.1 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides goods or services at the best value for the City of Lubbock. In determining the best value for the City of Lubbock, the City may consider: a) The purchase price; b) The reputation of the of the bidder and of the bidder's goods or services; c) The quality of the bidder's goods or services; d) The extent to which the goods or services meet the City's needs; e) The bidder's past relationship with the City; f) The impact on the ability of the City to comply with laws and rules relating to contracting with Historically Underutilized Businesses and non-profit organizations employing persons with disabilities; g) The total long-term cost to the City to acquire goods or services; and h) Any relevant criteria specifically listed in the Invitation to Bid. 13.2 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City may award the bid either item -by -item or on an all -or -none basis for any item or group of items shown on the Bid Form. 13.3 All bids are evaluated for compliance with specifications before the bid price is considered. Failure to comply with the listed General Conditions may result in disqualification of bid. 13.4 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding on any commodity could be cause for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 13.5 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 13.6 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. IT8#105-04/13M.doc �^ ITB # 105-04/BM, Slant Side-ll,",g Refuse Containers -Six Month Pricing 13.7 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. 13.8 Responsible Bidder Criteria: The City shall consider only responsible Bidders. Responsible Bidders are those that have, in the sole judgment of the City, the financial ability, experience, resources, skills, capability, reliability and business integrity necessary to perform the requirements of the contract. The City may also consider references and financial stability in determining a responsible Bidder. 14 EQUAL EMPLOYMENT OPPORTUNITY 14.1 Bidder agrees that it will not discriminate in hiring, promotion, treatment, or other terms and conditions of employment based on race, sex, national origin, age, disability, or in any way violative of Title VII of 1964 Civil Rights Act and amendments, except as permitted by said laws. 15 SPECIFICATIONS 15.1 Any catalog, brand name or manufacturer's reference in the specifications is descriptive and NOT restrictive, and are used to indicate type and quality level desired. Bids on brands of like nature and quality may be considered unless specifically excluded. 15.2 If bidding on other than reference or specifications, bid must show manufacturer, brand, trade name, catalog and/or lot number, etc., on article offered and certify article offered is equivalent to specifications. If other than specified brand of items are offered, specifications, catalog sheets, illustrations and complete descriptive literature must be submitted with bid. 15.3 Minor deviations from written specifications shall not necessarily disqualify a vendor's bid. The City of Lubbock specification committee will be the sole determiner of what constitutes a minor deviation. 15.4 The City may deem it necessary to specify Approved Brands after conclusive testing, prior to usage or standardization. The City may test any sample(s), supplied free of charge, to qualify for the Approved Brand list. Each sample must be marked with bidder's name and address. At bidder's request and expense, the sample(s) not destroyed or used in examinations and testing will be returned. 15.5 When specifications call for samples to be submitted, samples shall be delivered by the bidder, at bidder's expense, five days prior to the opening of bids. Each sample shall be clearly tagged to show bidder's name and address and item number. 15.6 The City of Lubbock reserves the right to determine which specific items on any specification requirements require strict adherence, or are most important, and those that are not, or requiring a lesser degree of importance (i.e., the shade of paint is far less important than the horsepower of a motor). Such determination can and will be a basis for evaluating, recommending and making award. The City will, at its sole discretion, assess warranty offered, and utilize life -cycle costing and/or performance factors as the evaluation method and basis for award. The low bid most closely meeting specifications is usually the bid given the award, although delivery time is sometimes a necessary factor (i.e., a low bid that best meets specifications will not do us much good if delivery is two years from now). Should a requested specification sheet not be submitted with a bid, this is considered non -responsive and therefore may not be considered. PLEASE READ AND RESPOND TO SPECIFICATION REQUIREMENTS CAREFULLY. ITB#105-04/8M.doc ITB # 105-04/13M, Slant Side-loc.j Refuse Containers -Six Month Pricing 16 CONSIDERATION OF LOCATION OF BIDDER'S PRINCIPAL PLACE OF BUSINESS 16.1 Pursuant to Texas Local Government Code 271.905(b), in purchasing real property or personal property that is not affixed to real property, if the City receives one or more bids from a bidder whose principal place of business is in the City of Lubbock and whose bid is within three percent (3%) of the lowest bid price received by the City from a bidder who is not a resident of the City of Lubbock, the City may enter into a contract with: (1) the lowest bidder; or (2) the bidder whose principal place of business is in the City of Lubbock if the City Council determines, in writing, that the local bidder offers the City the best combination of contract price and additional economic development opportunities for the City of Lubbock created by the contract award, including the employment of residents of the City of Lubbock and increased tax revenues to the City of Lubbock. 16.2 In order to receive consideration, bidders must submit an Affidavit of Eligibility. 17 QUALIFICATIONS OF BIDDERS 17.1 The Bidder may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that the Bidder or his Subcontractor has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The Bidder may also be required to give a past history and references in order to satisfy the City of Lubbock in regard to the Bidder's or his Subcontractor's qualifications. 17.2 The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the Bidder or his Subcontractor to perform the work, and the Bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The City of Lubbock reserves the right to reject any bid if the evidence submitted by, or investigation of, the Bidder fails to satisfy the City of Lubbock that the Bidder or his Subcontractor is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the Bidders or his Subcontractor's qualifications shall include: a) The ability, capacity, skill, and financial resources to perform the work or provide the service required; b) The ability of the Bidder or his Subcontractor to perform the work or provide the service promptly or within the time specified, without delay or interference; c) The character, integrity, reputation, judgment, experience, and efficiency of the Bidder or his Subcontractor; d) The quality of performance of previous contracts or services. 18 ANTI -LOBBYING PROVISION 18.1 DURING THE PERIOD BETWEEN BID CLOSE DATE AND THE CONTRACT AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY. 18.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to ITBrY105-04/13M.doc 10 �,. ITB # 105-04/13M, Slant Side -I.( .,9 Refuse Containers -Six Month Pricing 19 20 21 22 protect the integrity of the bid process rejection of the bidder's bid. UTILIZATION OF LOCAL BUSINESS RESOURCES Violation of this provision may result in 19.1 The City desires, as much as practicable, to stimulate growth in all sectors of the local business community. Bidders are strongly encouraged to explore and implement methods for the utilization of local resources. PROTEST 20.1 All protests regarding the bid solicitation process must be submitted in writing to the City Purchasing Manager within five (5) business days following the opening of bids. This includes all protests relating to advertising of bid notices, deadlines, bid opening, and all other related procedures under the Local Government Code, as well as any protest relating to alleged improprieties with the bidding process. This limitation does not include protests relating to staff recommendations as to award of this bid. Protests relating to staff recommendations may be directed to the City Council by contacting the Executive Assistant to the City Council. All staff recommendations will be made available for public review prior to consideration by the City Council as allowed by law. 20.2 FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A WAIVER OF ANY PROTEST. BIDDING ITEMS WITH RECYCLED CONTENT 21.1 In addressing environmental concerns, the City of Lubbock encourages Bidders to submit bids or alternate bids containing items with recycled content. 21.2 When submitting bids containing items with recycled content, Bidder shall provide documentation adequate for the City to verify the recycled content. The City prefers packaging consisting of materials that are degradable or able to be recycled. CONTRACT TERM AND PRICING 22.1 The purpose of this Invitation to Bid is to set for a period of six -months, firm pricing for items described herein, with the option to renew for up to three additional six-month terms, upon mutual written agreement between the City of Lubbock and the supplier. All extension(s) will be granted only under the same contract prices and terms and conditions as the initial six-month term. 22.2 At( stated semi-annual quantities are approximations of usage during the time period to be covered by pricing established by this bid. Actual usage may be more or less. Order quantities will be determined by actual need. IT8#105-04/8M.doc 11 (M ITB # 105-04/6M, Slant Side-lo(..,g Refuse Containers -Six Month Pricing II. GENERAL CONDITIONS **** PLEASE READ CAREFULLY **** These General Conditions apply to all bids and become a part of the terms and conditions of any bid submitted. The City shall mean the City of Lubbock. Quantities: The quantities appearing in this Invitation to Bid are approximate only and the City reserves the right to increase, decrease or delete any or all items. If the quantities of materials to be furnished are increased, such increase shall be paid for according to the unit prices established for the item. In making its bid hereunder, the Seller expressly recognizes the rights of the City provided herein, and further recognizes that the Seller shall have no claims against the City for anticipated profits for the quantities called for, diminished or deleted. Product Guarantee: Seller guarantees equipment or product offered will meet or exceed specifications identified in this bid invitation. The Seller shall, upon request, replace any equipment or product proved to be defective and make any and all adjustments necessary without any expense to the City. If at any time, the equipment or product cannot satisfactorily meet the requirements of the specifications, the Seller shall upon written request from the City, promptly remove such equipment or product without any further expense to the City. SELLER FURTHER REPRESENTS AND WARRANTS TO THE CITY THAT THE OCCURRENCE IN OR USE BY THE EQUIPMENT OR PRODUCT CONTAINING COMPUTER CODE OF DATES ON OR AFTER JANUARY 1, 2000 ("MILLENNIAL DATES"), WILL NOT ADVERSELY AFFECT THE PERFORMANCE OF SUCH EQUIPMENT OR PRODUCT WITH RESPECT TO DATE -DEPENDENT DATA, COMPUTATIONS, OUTPUT, OR OTHER FUNCTIONS (INCLUDING, WITHOUT LIMITATION, CALCULATING, COMPARING, AND SEQUENCING) AND THAT SUCH EQUIPMENT OR PRODUCT WILL CREATE, STORE, PROCESS, AND OUTPUT INFORMATION RELATED TO OR INCLUDING MILLENNIAL DATES WITHOUT ERROR OR OMISSIONS AND AT NO ADDITIONAL COST TO THE CITY. At the City's request, Seller will provide evidence sufficient to demonstrate such equipment or product meets the foregoing. Invoices: Seller shall submit separate invoices, in duplicate, on each purchase order or purchase release after each delivery. Invoices shall indicate the purchase order or purchase release number and the supply agreement number if applicable. Invoices shall be itemized and transportation charges, if any, shall be listed separately. A copy of the bill of lading, and the freight waybill when applicable, shall be attached to the invoice. Mail to Accounts Payable, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457. Payment shall not be due unless and until the Seller shall not be in default under the terms of the contract, and until the above instruments are submitted after delivery. CITY MAY MAKE PAYMENTS FOR PURCHASES UNDER THIS CONTRACT USING THE CITY'S MASTERCARD PURCHASING CARD (PCARD). THE SELLER AGREES TO ACCEPT PCARD PAYMENTS WITHOUT ANY ADDITIONS OR SURCHARGES. 4 Delivery Delay: When delivery delay can be foreseen, the Seller shall give prior notice to the Purchasing Manager, who shall have the right to extend the delivery date if reasons for delay appear acceptable. The Seller must keep the Purchasing Manager informed at all times of the status of the order. Default in any manner under the contract, including, but not limited to default on promised delivery, without acceptable reasons, or failure to meet specifications hereunder authorizes the Purchasing Manager to purchase goods elsewhere and charge any increase in cost and handling to the defaulting Seller, and/or exercise any and all rights available to it by law, equity and/or under the terms of the contract. Every effort will be made by the Purchasing Office to locate the goods at the same or better price as than originally contracted. 5 Packaging,: Seller will package goods in accordance with good commercial practice. Each shipping container shall be clearly and permanently marked as follows: (a) Seller's name and address. (b) Consignee's name, address and purchase order or purchase release number and the supply agreement number if applicable, (c) Container number and total number of containers, e.g., box 1 IT15#105-04/15M.doc 12 -ry iTB # 105-04/BM, Slant Side -lot , _g Refuse Containers -Six Month Pricing of 4 boxes, and (d) the number of the container bearing the packing slip. Seller shall bear cost of packaging unless otherwise provided. Goods shall be suitably packed to secure lowest transportation costs and to conform with requirements of common carriers and any applicable specifications. The City's count or weight shall be final and conclusive on shipments not accompanied by packing lists. 6 Delivery Time: Deliveries will be accepted only during receiving hours: 9:00 A.M. - 3:30 P.M., Monday through Friday, except on City holidays, at the designated location. 7 Damage: The City assumes no liability for goods delivered in damaged or unacceptable condition. The Seller must handle all claims with carriers, and in case of damaged goods, shall ship replacement goods immediately upon notification by the City. 8 No W rranty By The City Against Infringements: As part of the contract for sale, Seller agrees to ascertain whether goods manufactured in accordance with the specifications attached to the contract will give rise to the rightful claim of any third person by way of infringement of the like. The City makes no warranty that the production of goods according to the specification will not give rise to such a claim, and in no event shall The City be liable to Seller for indemnification in the event that Seller is sued on the grounds of infringement or the like. If Seller is of the opinion that an infringement or the like will result, he will notify the City to this effect in writing within two weeks after the signing of the contract. If the City does not receive notice and is subsequently held liable for the infringement or the like, Seller will save The City harmless. If Seller in good faith ascertains the production of the goods in accordance with the specifications will result in infringement or the like, the contract shall be null and void. 9 Material Safety Data Sheets: Seller shall provide Material Safety Data Sheets (MSDS) for all chemicals to comply with provisions of the Texas Hazard Communication Act, Title 6, Subchapter D, Chapter 502, Texas Health and Safety Code Ann. (This Act is corollary to OSHA Standard 29 CRF 1910.1200, which is generally known as the Right to Know Law.) 10 Shipment Under Reservation Prohibited: Seller is not authorized to ship the goods under reservation and no tender of a bill of lading will operate as a tender of goods. 11 Title ft Risk Of Loss: The title and risk of loss of the goods shall not pass to the City until the City actually receives and takes possession of the goods at the point or points of delivery as provided herein. 12 No Replacement of Defective Tender: Every tender of delivery of goods must fully comply with all provisions of the contract as to time of delivery, quality and the like. If a tender is made which does not fully conform, this shall constitute a breach of the contract and Seller shall not have the right to substitute a conforming tender, provided, where the time for performance has not yet expired, the Seller may reasonably notify the City of his intention to cure and may then make a conforming tender within the Contract time but not afterward. 13 Gratuities: The City may, by written notice to the Seller, cancel the contract or purchase order without liability to Seller if it is determined by the City that gratuities, in the form of entertainment, gifts or otherwise, were offered or given by the Seller, or any agent or representative of the Seller, to any officer or employee of the City of Lubbock with a view toward securing a contract or securing favorable treatment with respect to the awarding or amending, or the making of any determinations with respect to the performing of such a contract. in the event the Contract is canceled by the City pursuant to this provision, the City shall be entitled, in addition to any other rights and remedies, to recover or withhold the amount of the cost incurred by Seller in providing such gratuities. 14 Special Tools It Test Equipment: If the price stated on the face hereof includes the cost of any special tooling or special test equipment fabricated or required by Seller for the purpose of filing ITB#105-04/BM.doc 13 ITB 4 105-04/BM, Slant Side-i.(.,.,.g Refuse Containers -Six Month Pricing this order, such special tooling or equipment and any process sheets related thereto shall become the property of the City and to the extent feasible shall be identified by the Seller as such. 15 Warranty -Price: a. The price to be paid by the City shall be that contained in Seller's bid which Seller warrants to be no higher than Seller's current prices on orders by other parties for products of the kind and specification covered by the contract for similar quantities under similar or like conditions and methods of purchase. In the event Seller breaches this warranty, the prices of the items shall be reduced to the Seller's current prices on orders by other, or in the alternative. The City may cancel the contract without liability to Seller for breach or Seller's actual expenses. b. The Seller warrants that no person or selling agency has been employed or retained to solicit or secure the contract upon an agreement or understanding for commission, percentage brokerage, or contingent fee excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Seller for the purpose of securing business. For breach or violation of this warranty the City shall have the right in addition to any other right or rights to cancel the contract without liability and to deduct from the Contract price, or otherwise recover the full amount of such claimed commission, percentage, brokerage, or contingent fee. 16 Safety Warranty: Seller warrants that the product sold to the City shall conform to the standards promulgated by the U. S. Department of Labor under the Occupational Safety and Health Act of 1970 and/or any other governmental agency standards or regulations. In the event the product does not conform to each OSHA or other standards, Seller shall be in default hereunder, and the City may exercise and of the remedy provided for herein, including but not limited to return of the product for correction or replacement at the Seller's expense. In the event Setter fails to make the appropriate correction within a reasonable time, correction made by the City will be at the Seller's expense 17 Right of Inspection: The City shall have the right to inspect the goods at delivery before accepting them. 18 Cancellation: The City shall have the right to cancel for default all or any part of the undelivered portion of this order if Seller breaches any of the terms hereof including warranties of Seller or if the Seller becomes insolvent and/or files bankruptcy or has bankruptcy filed against it. Such right to cancellation is in addition to and not in lieu of any other remedies which the City may have in law, equity or hereunder. 19 Termination: The contract or purchase order may be terminated in whole, or in part by the City. Termination hereunder shall be effected by the delivery to the Seller of a "Notice of Termination" specifying the extent to which the contract or purchase order is terminated and the date upon which such termination becomes effective. In the event of said termination, in whole or in part, provided that Seller shall not be in default under the Contract, the Seller shalt be entitled to payment only for goods actually delivered, and/or services actually performed under and in compliance with the terms of the contract or purchase order. 20 Force Maieure: Neither party shall be held responsible for losses or damages hereunder, if the fulfillment of any terms of provisions of the contract is delayed or prevented by strike, walkouts, acts of God, or public enemy, fire, or flood. 21 Assignment -Delegation: No right or interest in the contract shall be assigned or delegation of any obligation made by Seller without the written permission of the City. Any attempted assignment or delegation by Seller shall be wholly void and totally ineffective for all purposes unless made in conformity with this paragraph. 22 Waiver: No claim or right arising out of a breach of the contract can be discharged in whole or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in writing signed by the aggrieved party. ITB#105-04/BM.doc 14 C.. ITB # 105-04/BM, Slant Side-loa.mg Refuse Containers -Six Month Pricing 23 Interpretation -Parole Evidence: This writing, plus any specifications for bids and performance provided by the City in its advertisement for bids and any other document provided by Seller as part of his bid, is intended by the parties as a final expression of their agreement and is intended also as a complete and exclusive statement of the terms of their agreement. Whenever a term defined by the Uniform Commercial Code is used in the contract, the definition contained in the Code is to control. 24 Applicable Law: The Contract shall be governed by the Uniform Commercial Code. Wherever the term "Uniform Commercial Code" is used, it shall be construed as meaning the Uniform Commercial Code as adopted in the State of Texas as effective and in force on the date of the contract. 25 Right To Assurance: Whenever one party to the contract in good faith has reason to question the other party's intent to perform he may demand that the other party give written assurance of this intent to perform. In the event that a demand is made and no assurance is given within five (5) days, the demanding party may treat this failure as an anticipatory repudiation of the Contract. 26 Indemnification: Seller shall indemnify, defend, keep and save harmless the City, its agents, officials and employees, against all injuries, deaths, loss, damages, claims, patent claims, suits, liabilities, judgments, costs and expenses, which may in anywise arise or accrue against the City in consequence of the granting of the contract or which may anywise result therefrom, whether or not it shall be alleged or determined that the act was caused through negligence or omission of the Seller or its employees, or of the subcontractor or assignee or its employees, if any, and the Seller shall, at his own expense, appear, defend and pay all charges of attorneys and all costs and other expenses arising therefrom or incurred in connection therewith, and, if any judgment shall be rendered against the City in any such action, the Seller shall, at its own expenses, satisfy discharge the same. Seller expressly understands and agrees that any bond required by the contract, or otherwise provided by Seller, shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City as herein provided. 27 Nonappropriation: All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the. event of nonappropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 28 Time: It is hereby expressly agreed and understood that time is of the essence for the performance of the contract, and failure by Seller to meet the time specifications of the contract will cause Seller to be in default of the contract. 29 Silence of Specification: The apparent silence of specifications as to any detail, or the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial products and practices are to prevail and that only material and workmanship of the finest quality are to be used. All interpretations of the specifications in this bid shall be made on the basis of this statement. The items furnished under this contract shall be new, unused, of the latest product in production to commercial trade, and shall be of the highest quality as to materials used and workmanship. Manufacturer furnishing these shall be experienced in design and construction of such items and shall be an established supplier of the item bid. lTB#105-04/BM.dcc 15 ITB # 105-04113M, Slant Side-Ib.,, og Refuse Containers -Six Month Pricing CITY OF LUBBOCK, TEXAS SLANT SIDE -LOADING REFUSE CONTAINERS MINIMUM SPECIFICATIONS 1- GENERAL It is the intent of the City of Lubbock, Texas, to secure side loader refuse containers, sizes 2 cubic yard, 3 cubic yard and 4 cubic yard, to be constructed in accordance with the attached plans and these specifications for use with collection equipment now in use by the City. The containers shall be delivered to the City of Lubbock painted and ready for use according to the following: A minimum of 50% of the total quantity must be delivered within 90 days of award of the contract and the remainder must be delivered within 180 days of award of the contract. Each container must be serialized with the last two numbers of the year of manufacture, the cubic yard size of the dumpster and the sequential number of the dumpster. For example, serial number 04-3-1, is the number for the first 3 cubic yard dumpster produced in 2004. The serial number should be in a 4" die metal stamping on the loader beam. Also 3" (H) x 1-3/4" (W) numbers shall be stenciled on the front and inverted under right lift arm (facing container), with Glossy Black Spray Lacquer. Decal, per attached sample, shall be applied to each container centered under numbers on front. Ali materials will be furnished by vendor. All containers shall be guaranteed for twelve months after delivery against defective workmanship and materials. Prices bid shall include delivery to 1631 84th Street, Lubbock, Texas 79423 at scheduled times and dates specified by Solid Waste Services Dept. Unloading at point of delivery will be done by the City of Lubbock. The contractor shall protect and save harmless the owner from all and every demand for damages, royalties or fees on any patented invention used by the contractor in connection with the work done or materials furnished under this contract; provided, however, that if any patented materials, machinery, appliance or invention is clearly specified in this contract, then, and in the event, the cost of procuring the rights of use and legal release or indemnity determined and directed to be included in the bid price at the time the proposal is submitted. 2. STEEL All sheet metal shall be hot rolled commercial quality steel. Container front, rear and sides 12 gauge welded continuously on the interior. Container lids - 14 gauge. Container bottom shall be high molecular weight polyethylene or 100% recycled rubber/plastic alloy. The City of Lubbock will accept bottoms produced by Bryan Container Company, Bryan, TX (888.611.3333), or approved equal. Top perimeter of container to be reinforced by 12 gauge formed channels. ITB#105-04/13M.doc 18 ITB # 105-04/BM, Slant Side-Idr.,.,"g Refuse Containers -Six Month Pricing Bottom of the container will be reinforced with two C3 X 4.1 channels located 11" from each side and installed parallel from front to back. Lift arm shall be a C4 x 5.4 channel on each side, dimensions shown, welded continuously on top and skip welded on bottom. The lift pin shall be extended through and flushed with the back of the channel and also through the 2 gauge reinforcing plate. The pin shall be 1 '/2" diameter x 31/z" long round steer bar and welded all-around as indicated. Buff plate will be located in front of the lift arm and will be 2" x 3" x 1/4" x 20" long angle iron. The angle will wrap around the corner from the front of the container. The front, rear and sides of all containers shall be constructed of smooth hot -rolled steel plate and sheets welded on all seams. Welds shall be continuous except where stated to the contrary and shall form a secure bond between metals. Puddling and splattering are unacceptable. 3. CONTAINER BOTTOM Container bottom shall be made of 3/16" high molecular weight polyethylene or 100% recycled rubber/plastic alloy, seamless extending a minimum of ten inches up the inside wall of the container. The City of Lubbock will accept bottoms produced by Bryan Container Company, Bryan, TX (888.611.3333), or approved equal. Dimensions of plastic bottoms from Bryan Container Company are as follows: 2 cubic yard = 37 7/8 inches 3 cubic yard = 47 '/z inches 4 cubic yard = 47'/z inches Specifications for installing plastic bottoms: After construction of metal box with cross members on the bottom, insert plastic bottom from top. To secure plastic bottom to metal container either pop rivet or weld Z bars to side of container. SEE ATTACHMENT A 4. STEEL TUBULAR LID -STOPPER Tubular lid -stopper shall be constructed of 1/4 " round steel tubing, 16" long with two 4" legs. Legs shall be welded to the steel portion of the container. SEE EXAMPLE PICTURED IN ATTACHMENT B 5. LIDS Lids shall be made in three parts as indicated on plans, with the rear lid to be constructed of 14 gauge hot -rolled steel and hinged with 3/4" inch pipe. Front lids shall be plastic, manufactured independent of each other and hinged to rear lid with 1/2-inch solid steel rod. Rear lid shall be 15" x 60" constructed of 14 gauge hot -rolled steel. Color shall be sandalwood brown or similar color, to match existing containers. Front lids shall be constructed of HMPE plastic with a minimum thickness of 0.180 inches, as manufactured by Phillips 66, Resin No. 50100 or approved equal. Plastic lids shall be 30" long x 30" wide. Lids must be guaranteed not to chalk or crack due to ITB#105.04/BM.doc 19 ITB # 105-04/BM, Slant Side -I(. ng Refuse Containers -Six Month Pricing ultraviolet exposure for three years from date of delivery. Plastic lid must be similar to those currently being used by the City of Lubbock. Front lids must be designed with extra high ribs to provide structural strength, durability, and prevent sagging in hot weather. Front lid color shall be black. 6. CLEANING All welds shall be cleaned to bright metals and shall be free of all foreign material, slag, rust, dirt, oil or other material, which will show unevenness after painting. Failure to do so shall be cause for rejection until deficiency is correct. 7. PAINTING Containers shall be painted inside and outside with a two -coat system consisting of a corrosion inhibitive fast drying primer followed by a high gloss enamel finish coat. Primer coat shall be a fast dry zinc chromate. The finish coat shall be a high gloss, quick drying enamel. Finish color shall be sandalwood brown or similar color, selected by the owner, to match existing containers. Sample color will be furnished. Paint must be approved by the owner before any containers are shipped. The above paint shall be applied on the interior and exterior of the container. Paint shall be clean and free from foreign material and shall be applied evenly without runs or sags. Paint shall be guaranteed for one year against cracking, checking or loss of adhesion and appreciable color change or chalking of the finish coat or paint. APPLICATION 1. Mix and apply coating according to manufacturer's printed instructions. 2. Apply coatings to obtain a thickness of 4 dry mils. 3. Allow coating to cure before transporting to avoid damage. 4. Use wet film gauge during application to assure proper film thickness is applied. 5. Apply additional costs as needed to obtain specified dry film thickness. INSPECTION 1. Inspect all surfaces for runs, sags and holidays. Repair as necessary to obtain an acceptable finish. 2. City personnel will check dry film thickness to verify that it conforms to the mil thickness of the coating systems specified herein. INSUFFICIENT mil thickness will require recoating at the expense of the Contractor. Dry film thickness readings shall be taken at random locations at the rate of about five readings per hundred square feet of surface with at least one reading per surface. The average of all readings for a given area or surface shall equal or exceed the dry film thickness specified and no individual readings shall be more than 20 percent below the specified thickness. Any areas, that are found to be below standard, shall be marked and recoated, at the Contractor's expense, to obtain the proper film thickness. The City reserves the right to monitor the construction of the containers, which includes visiting the site of the Contractor and verifying that all specifications are being complied with. ITB#105-04/BM.doc 20 ITS # 105-041BM, Slant Side-loa.ing Refuse Containers -Six Month Pricing 3. Any characteristics of the film that the City personnel deems unacceptable, either during construction or before acceptance, shall be remedied by the Contractor, at the Contractor's expense. COATING SYSTEMS Prime Coat: Vendor can select from attached list any primer that has VOC's of 450 or less. Finish Coat: High gloss, quick drying enamel @ 2 dry mils Finish coat color is sandalwood brown or similar color to match existing containers SEE ATTACHMENTS C AND D 8. SPECIFICATIONS VARIATIONS Variations from these specifications and attached drawing WILL NOT BE ACCEPTABLE. 9. QUANTITY 250 more or less 300 more or less 50 more or less 2 cubic yard side loaders 3 cubic yard side loaders 4 cubic yard side loaders ITB#105-04/ BM. doc 21 The Extended -Life Container 1.0-Year Warranty A r Our container offers a unique, low -maintenance option for the waste collection industry. The Extended -Life Container features a plastic pan supported by structural steel'members and held in place by our proprietary steel "z" strips. Our steel reinforced plastic bottom offers: \ • Rust -free bottoms STEEL RIVET CONTAINER SIDE • Less • Lighterse weight ATTACHMENT A •---STEEL ` STRIP 8 • Less stress on trucks PLASTIC BOTTOM • At least $30 a year in fuel savings •, High impact resistance &;/ Bryan Containers Tl:e Next Step in Container Evolution Bryan Container Company, Inc. ■ P.O. Box 32 ■ Bryan, Texas 77806 Telephone: 409/822 "998 ■ Toll Free: 888/611-3333 ■ Fax: 409/775-0319 icing ITP105-04/W.doc 22 ITB # 105-041BM, Slant Sidel— ig Refuse Containers -Six Month Pricing Attachment B — Steel Tubular Lid -Stopper 16" (3/4 round steel tubing) Z ~ 4" (3/4 round steel tubing) �WIIA ad � ta.. - •.�=4 Pipe dimensions = 314 " round steel tubing ITB#105-04/BM.doc 23 PITB # 105-04/0M. Slant Side-I�b.. , Refuse Containers -Six Month Pricino MPI 495 Quick Drying Metal Primer Page 1 of 1 Master Painters Inst Approved Product BWk to Main Page PrevigusProduct Index Product Index Alphabetical by �-1P1 Numt�er ` � MPI #95 Q.D. Primer for Aluminum A solvent based, alkyd or modified alkyd type, quick drying, anti corrosive metal primer for cleaned interior and exterior steel and prepared aluminum. This coating can be used in residential, commercial and Industrial locations that are exposed to light corroahro atmospheres. This primer can be finish coated with conventional latex and alkyd paints as well as MPI ON Quick Drying Gloss and 0110 High Performance Latex. Application Is by airless and conventional spray equipment, and can be touched -up by brush. (chareatedstics reviewed include corrosion resistance and dry time. Sea MPI 'Evaluated Perfomranee' Specs for complete details, spedRc requirements, and/or nowence specs.] MPI VOC Ranges E3 a401 91L I E2 401 -- 450 I JE1451-550 I Blanks may indicate information (grams/L.) 9/L g/L unavailable, Listing Mfr Label Product Name Code E Range Benjamin Moore Benjamin Moore Rapid Dry Metal Primer CM05 2 Califomia Paints H.P. Industrial Prime Line Metal Primer - Grey 1704 2 Cloverdale Paint Quick Dry Non -lifting Metal Primer 71312 1 Color Wheel CGI contractors choice Iranixe Inhibitive Primer 640 3 Columbia Paint CGI Industrial Universal Low VOC Phenolic Primer 07-576-PP 2 Columbia Paint CGI Industrial Lead -Free Primer - Red 07.437-PP 1 Columbia Paint CGi industrial Lead Free Primer - Gray 07-426-PP 1 Coronado Point Quids Dry Alkyd Metal Primer 895 Line 1 Frazee CGI Metal Prime 881 1 General Paint CGI Q.D. Antl Corrosive Primer Red/Grey 08-154/180 1 Griggs Paint Deer Valley QD Grey Primer 20OA04 3 iCI Paints Devoe Coatings Dsvguard T & S Primer 4160 2 ICI Paints DevowFuiler Sumnax OP27915117 2 ICi Paints Devoe Coatings Rustguard OD Shop Coat Primer 4140 3 ICI Paints (Canada) Devoe Devguard ' 4160 2 Miller Paint CGI Aluminum 6 Ferrous Metal Primer 484 2 Miller Paint CGI PPG Zinc Chromate Primer 6-204 3 Mills Paint Superior Quality Feet Dry White Baffler Primer 551 Northern Paint Colodox Fast Dry Grey Primer 601-58 Para Paints Ins]-X Speedy Metal Primer MP-915 2 Parker Paint CGI Parker Paint Overlay Red Primer 1679 2 Porter Paints U-Prime Fast Dry Universal Primer 288 2 PPG Speedhide Quick Dry Metal Primer 8-204 3 Rodda Point Professional Maint Barrier III HS 708295X 3 Sico Coatings Rust-Oleum Speedy Dry 1573 1 Spectra -Tons CGI Ins]-X Speedy Metal Primer MP-915 Tower Paint Red Oxide Metal Primer T110 2 http://www.paintinfo.com/mpi/approved/mpiQ95.htm 5/18/2004 ITB#105-04/BM.doc 24 ITa# 105-04rdM. Slant Sidel'_,., Refuse Containers -Six Month Pricina pale I of I home TI OUTER MA1311 I lu For Dallas/Fort Worth, Wichita Falls, Waco, L. Tyler areas N, The 13,jrty Group, L.L.L. Phone: 972-312-8448 history Far.: 972-312-8408 VaILIPS 2.1r, events whet's new For Houston, College Station, Pasadena, Beaumont areas Name: The Harry Group, L.L.C. Phone: 281-445-901 t Fax: 281-445-9090 AT ACHMENT D For San Angelo, Midland, Abilene, Amarillo, Lubbock, I Paso areas a nn v - The Barry Group, L.L.C. Phone: 90 6 - 74 8 - R I A 3 $00,326.7881 Fax: 806 - 7 4 8 - 8 19 3 Joseph S. Olawy, PresIdent For Austin, San Antonio, Corpus Christi, Laredo areas Nanir: The Bony Group, L.L.C. Phone: 512-899-97.95 Fzw 512-899-9744 ReLul n to the I oc,il P.e p page. ah,)ur us i our brdiid5, I PrOje(IS I Online catdloy I out porItIpr1r/r, contact us , y ;yid ! regal :nf^rm.-,it:cn C")p-O!Qht 2003 Tnerrior ?n.7 All R-qttl, iRewi%el 19 M04 ITB#105-04/BM.doc 25 Y ° City of Lubbock 4. PURCHASE ORDER �� 11 TO: FUQUA ENTERPRISES INC BOX 287 CLEBURNE TX 76031 Resolution No. 2004—RO387 Page - 1 Date - 8/18/04 Order No. - 263393-000 OP Brn/Plt - 3511 SHIP TO: CITY OF LUBBOCK SANITATION DEPARTMENT 208 MUNICIPAL DRIVE LUBBOCK TX 79403 WOUNn WANA jL "Awm" r& P~ Oraerea - U//30/04 Freight - FOB Destination F -.*_+A Requested - 11/16/04 Placed By - BRUCE MACNAIR 775-2163 Special Ins REF: ITB#105-04/BM Description / Supplier Item Ordered UM ----------------- Unit Cost UM ------------------- Extension Req. Dt -------- --------------------------- ----- Three-Cubic Yard Containers -------- 300.000 EA 394.0000 EA 118,200.00 11/16/04 Four -Cubic Yard Containers 34.000 EA 455.0000 EA 15,470.00 11/16/04 This purchase order encumbers funds in the amount of $133,670 for the purchase of 300 three -cubic yard containers and 34 four -cubic yard containers awarded to Fuqua Enterprises, Inc., on August 16, 2004, in accordance with your response to ITB#105-04/BM, Slant Side -Loading Refuse Containers -Six Month Pricing. The following are incorporated into and made part of this purchase order by reference: Bid submitted by your firm including the Bid Form, Specifications, and General Conditions of ITB #105-04/BM. Resolution No. 2004-R0387. ATTEST: Rebecca Garza, 01y Secreta Total Order ------------------------------------------------------------------------------------- Terms NET 30 133,670.00 CITY OF LUBBOCK U R C H A S E ORDER TO: FUQUA INDUSTRIES INC PO BOX 789 RIO VISTA TX 76093 Resolution No. 2004—RO387 Page - 1 Date - 4/20/05 Order No. - 275883-000 OP Brn/Plt - 3511 SHIP TO: CITY OF LUBBOCK SANITATION DEPARTMENT 208 MUNICIPAL DRIVE LUBBOCK TX 79403 ----------------------------------------------------------- Ordered - 04/20/05 Freight - FOB Destination Frt Prepaid Requested - 07/24/05 Placed By - BRUCE MACNAIR 775-2163 Special Ins Ref: ITB#105-04/BM -------------------------------------------------------------------------------------- Description / Supplier Item Ordered UM Unit Cost UM Extension ---------------------------------- --------------- ----------------- -- ----------------- Three-Cubic Yard Dumpsters 304.000 EA 394.0000 EA 119,776.00 07/24/05 New This purchase order encumbers funds in the amount of $119,776 for the purchase of 304 three -cubic yard containers awarded to Fuqua Industries, Inc., formerly known as Fuqua Enterprises, Inc. on August 16, 2004, in accordance with your response to ITB#105-04BM, Slant Side -Loading Refuse Containers -Six Month Pricing. The following are incorporated into and made part of this purchase order by reference: Bid submitted by your firm including the Bid Form, Specifications, and General Conditions of ITB #105-041BM. Resolution No. 2004-110387. ATTEST: )Rebecca Garza, City Secretary Total Order ------------------------------------------------------------------------------------- Terms NET 30 119,776.00