HomeMy WebLinkAboutResolution - 2019-R0086 - Caprock Waste - 03_26_2019Resolution No. 2019-R0086
Item No. 7.5
March 26, 2019
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute
for and on behalf of the City of Lubbock, Service Contract No. 14523 to Renovate and
Refurbish Dumpsters as per ITB 19-14523-SG, by and between the City of Lubbock and
Waste Connections dba Caprock Waste, of Lubbock, Texas, and related documents. Said
Contract 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 on March 26, 2019 _
ATTEST:
DANIEL M. POPE, MAYOR
Reb cca Garza, City g ecre Ury
APPROVED AS TO CONT
i
Jesi here, Assistant t anager
APPROVED AS TO FORM:
e, Assistant`s ity Attorney
ccdocs/RES.Service Contract 14523 — Renovate and Refurbish Dumpsters
March 1, 2019
Resolution No. 2019-R0086
Contract 14523
City of Lubbock, TX
Contract to
Renovate and Refurbish Dumpsters
THIS CONTRACT made and entered into this 24thday of March , 2019, by and between the
City of Lubbock ("City"), and Waste Connections dba Caprock Waste ("Contractor").
WITNESSETH:
WHEREAS, the City of Lubbock duly advertised for bids to Renovate and Refurbish Dumpsters
and bids were received and duly opened as required by law; and
WHEREAS, after careful consideration of the bid submitted by Contractor, the City authorized
the execution, in the naive of the City of Lubbock a contract with said Contractor covering the purchase
and delivery of the said services.
NOW, THEREFORE, in consideration of the mutual agreement contained herein, as well as the
financial consideration hereinafter referred to, the parties hereby covenant and agree as follows:
1. In accordance with City's specifications and Contractor's bid, copies of which are attached hereto
and made part hereof, Contractor will deliver to the City, services to Renovate and Refurbish
Dumpsters and more specifically referred to as Items 1 through 22 on the bid submitted by the
Contractor or in the specifications attached hereto.
2. The City promises and agrees to employ, and does employ, the Contractor to cause to be done
the work provided for in this Contract and to complete and finish the same according to the
attached specifications, offer, and terms and conditions contained herein.
3. The contract shall be for a term of one year, with the option of four, one year extensions, said
date of term beginning upon formal approval. All stated 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. The City of Lubbock does
not guarantee any specific amount of compensation, volume, minimum, or maximum amount of
services under this bid and resulting contract. The Contractor must maintain the insurance
coverage required during the tei7n of this contract including any extensions. It is the responsibility
of the Contractor to ensure that valid insurance is on file with the Purchasing and Contract
Management Department as required by contract or contract may be terminated for non-
compliance. At amlual renewal, the rates may be adjusted upward or downward at a percentage
not to exceed the effective change in the Consumer Price Index (CPT) or Product Price Index
(PPI), whichever is most effective for the specific contact for the previous 12-months. At the
City's discretion, the effective change rate shall be based on either the local or national index
average rate for all items. If agreement cannot be reached, the contract is terminated at the end
of the current contract period.
4. This contract shall remain in effect until the first of the following occurs: (1) the expiration date,
(2) performance of services ordered, or (3) termination of by either party with a 30 day written
notice. The City of Lubbock reserves the right to award the canceled contract to the next lowest
and best bidder as it deems to be in the best interest of the city.
5. Contractor shall at all times be an independent contractor and not an agent or representative of
City with regard to performance of the Services. Contractor shall not represent that it is, or hold
itself out as, an agent or representative of City. In no event shall Contractor be authorized to
enter into any agreement or undertaking for or on behalf of City.
6. Insurance Requirements
SECTION A. Prior to the approval of this contract by the City, the Contractor shall furnish a completed Insurance
Certificate to the City, which shall be completed by an agent authorized to bind the named underwriter(s) to the
coverages, limits, and termination provisions shown thereon, and which shall furnish and contain all required
information referenced or indicated thereon. THE CITY SHALL HAVE NO DUTY TO PAY OR PERFORM UNDER
THIS CONTRACT UNTIL SUCH CERTIFICATE SHALL HAVE BEEN DELIVERED_TO THE CITY.
SECTION B. The City reserves the right to review the insurance requirements of this section during the effective
period of the contract and to require adiustment of insurance coverages and their limits when deemed necessary and
prudent by the City based upon changes in statutory law, court decisions, or the claims history of the industry as well
as the Contractor.
SECTION C. Subject to the Contractor's right to maintain reasonable deductibles in such amounts as are approved by
the City, the Contractor shall obtain and maintain in full force and effect for the duration of this contract, and any
extension hereof, at Contractor's sole expense, insurance coverage written by companies approved by the State of Texas
and acceptable to the Lrty, in the tollowmg type(s) and amount(s):
TYPE OF INSURANCE
COMBINED SINGLE LIMIT
GENERAL LIABILITY
® Conunercial General Liability
General Aggregate
S 1.000.000
❑ Claims Made M Occurrence
Products-Comp/Op AGG
X
❑ W/Heavy Equipment
Personal & Adv. Injury
X
❑ To Include Products of Complete Operation Endorsements
Contractual Liability
X
Fire Damage (Any one Fire)
Med Exp (Any one Person)
PROFESSIONAL LIABILITY
❑
General Aggregate
AUTOMOTIVE LIABILITY
M Any Auto ❑ All Owned Autos
❑ Scheduled Autos ❑ Hired Autos
❑ Non -Owned Autos
Per Occurrence
$1,000,000
EXCESS LIABILITY
❑ Umbrella Form
GARAGE LIABILITY
❑ Any Auto
Each Occurrence
Aggregate
Auto Only - Each Accident
Other than Auto Only:
Each Accident
Aggregate
❑ BUILDER'S RISK ❑ 100% of the Total Contract Price
❑ INSTALLATION FLOATER ❑ 100% of the Total Material Costs
❑ CARGO
M WORKERS COMPENSATION — STATUTORY AMOUNTS OR
OCCUPATIONAL MEDICAL AND DISABILITY
M EMPLOYERS' LIABILITY $1,000.000
JOTHER: COPIES OF ENDOSEbIENTS ARE REQUIRED
M City of Lubbock named as additional insured on Auto/General Liability on a primar,v and non-contributory bases.
® To incliule proditeis of comJ)lcted o1)eratio)7s errdorsenrerrt.
M Thaiver ofsubrogation in favor of the City ofLubbock on till coverages, except
IMPORTANT: POLICY ENDORSEMENTS
The Contractor will provide copies of the policies without expense, to the City and all endorsements thereto
and may make any reasonable request for deletion, revision, or modification of particular policy terms,
conditions, limitations, or exclusions (except where policy provisions are established by law or regulation
binding upon either of the parties hereto or the underwriter of any of such policies). Upon such request by the
City, the Contractor shall exercise reasonable efforts to accomplish such changes in policy coverages, and shall
pay the cost thereof. Any costs will be paid by the Contractor.
REQUIRED PROVISIONS
The Contractor agrees that with respect to the above required insurance, all insurance contracts and certificate(s)
of insurance will contain and state, in writing, on the certificate or its attaclunent, the following required
provisions:
a. Name the City of Lubbock and its officers, employees, and elected representatives as additional insureds,
(as the interest of each insured may appear) as to all applicable coverage;
b. Provide for 30 days notice to the City for cancellation, nonrenewal, or material change;
c. Provide for notice to the City at the address shown below by registered mail;
d. The Contractor agrees to waive subrogation against the City of Lubbock, its officers, employees, and
elected representatives for injuries, including death, property damage, or any other loss to the extent same
may be covered by the proceeds of insurance;
e. Provide that all provisions of this contract concerning liability, duty, and standard of care together with
the indemnification provision, shall be underwritten by contractual liability coverage sufficient to include
such obligations within applicable policies.
NOTICES
The Contractor shall notify the City in the event of any change in coverage and shall give such notices not less
than 30 days prior the change, which notice must be accompanied by a replacement CERTIFICATE OF
INSURANCE.
All notices shall be given to the City at the following address:
Marta Alvarez, Director of Purchasing & Contract Management
City of Lubbock
1625 13°1 Street, Room 204
Lubbock, Texas 79401
SECTION D. Approval, disapproval, or failure to act by the City regarding any insurance supplied by the
Contractor shall not relieve the Contractor of full responsibility or liability for damages and accidents as set forth
in the contract documents. Neither shall the bankruptcy, insolvency, or denial of liability by the insurance
company exonerate the Contractor from liability.
7. Neither the City nor the Contractor shall assign, transfer or encumber any rights, duties or
interests accruing from this Contract without the written consent of the other.
8. The City reserves the right to exercise any right or remedy available to it by law, contract, equity,
or otherwise, including without limitation, the right to seek any and all forms of relief in a court
of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to
exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are
cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict
between this provision and another provision in, or related to, this document, this provision shall
control.
9. At any time during the teen of the contract, or thereafter, the City, or a duly authorized audit
representative of the City or the State of Texas, at its expense and at reasonable tunes, reserves
the right to audit Contractor's records and books relevant to all services provided to the City
under this Contract. In the event such an audit by the City reveals any errors or overpayments
by the City, Contractor shall refund the City the full amount of such overpayments within 30
days of such audit findings, or the City, at its option, reserves the right to deduct such amounts
owing the City from any payments due Contractor.
10. 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 non -appropriation 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 tirne funds
are not appropriated for the continuance of this contract, cancellation shall be accepted by the
Seller on 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 tennination.
11. The Contractor shall not assign or sublet the contract, or any portion of the contract, without
written consent from the Director of Purchasing and Contract Management. Should consent be
given, the Contractor shall insure the Subcontractor or shall provide proof on insurance from the
Subcontractor that complies with all contract Insurance requirements.
12. Contractor acknowledges by supplying any Goods or Services that the Contractor has read, fully
understands, and will be in full compliance with all terms and conditions and the descriptive
material contained herein and any additional associated documents and Amendments. The City
disclaims any terins and conditions provided by the Contractor unless agreed upon in writing by
the parties. In the event of conflict between these teens and conditions and any terms and
conditions provided by the Contractor, the terms and conditions provided herein shall prevail.
The terms and conditions provided herein are the final terms agreed upon by the parties, and any
prior conflicting terns shall be of no force or effect.
13. SB252 prohibits the City from entering into a contract with a vendor that is identified by The
Comptroller as a company known to have contracts with or provide supplies or service with
Iran, Sudan or a foreign terrorist organization.
14. HB 89
The Contractor warrants that it complies with Chapter 2270, Subtitle F, Title 10 of the Texas
Government Code by verifying that:
(1) The Contractor does not boycott Israel; and
(2) The Contractor will not boycott Israel during the tern of the Agreement.
15. This Contract consists of the following documents set forth herein; Invitation to Bid No. 19-
14523-SG, Specifications, and the Bid Fonn.
INTENTIONALLY LEFT BLANK-----
IN WITNESS W'I1ERE0IF, the parties hereto have caused this Contract to be caccutcd the day and
year first above written. EACCUICd in triplicate.
CITY OF LUBBOCK
BY
Daniel M. Pope, Mayor
ATTEST:
Re cca Garza, City Sec -eta -y
APPRO AS TO CO -NT:
Jesica McEaehern, Assistant City Manager
APPROVED AS TO FOR
Ryan B ok Assistant City Attorney
CONTRACTOR
Authorized Representative
[A VL\S �Z44
Print Name
Address
Z -w4y A / T� 7
City, State, Zip Code
REVISED
City of Lubbock, TX
ITS 19-14523-SG
Renovate and Refurbish Dumpsters
Solid Waste Services
SPECIFICATIONS FOR REFURBISHING SIDE LOADING
GENERAL SPECIFICATIONS:
It is the intent of the City of Lubbock, Texas, to secure bids for repairs/refurbishing maintenance of one -
and -a -half cubic yard (1 '/z ); two (2) cubic yard, three (3) cubic yard and four (4) cubic yard Side Loading
containers.
Each container must be re -stenciled on the front and inverted under right lift arm, (facing container) with
glossy black spray lacquer with 3" high X 13/4" wide serial numbers. Serial numbers will be provided
by the Solid Waste Services Department. Each serial number must include an R, the year of repair and
a dash — before each serial number provided by the department. For example, R14-(serial number
provided by department).
In addition, the letters "Keep Lids Closed" must be stenciled on the front center (below lids) with glossy
black spray lacquer with 3" high X 13/4" wide letters.
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 him/her 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.
Prices bid shall include delivery to 1631 84th Street, Lubbock, Texas or alternate delivery site as directed
by the Solid Waste Services Department.
All containers shall be guaranteed for twelve (12) months after delivery against defective workmanship
and materials.
All materials will be furnished by vendor.
Containers to be refurbished will be checked out to successful bidder by City serial number noting type
of repairs to be completed and checked back in when completed. Vendor shall be paid on the number
of completed containers for each category of repair. Successful bidder shall pick up containers to be
repaired from 1631 84th Street or alternate pick up location, and return completed containers to Solid
Waste Services Department Container Section at the same address. Containers will be loaded and
unloaded by City of Lubbock personnel.
The number of containers to be refurbished weekly will be determined by Solid Waste Services
Department and the determined number will be given to the bidder. At least 1/12"' or less, of the total
number of dumpsters in the bid will be refurbished on a monthly basis.
The following are minimum specifications for the refurbish repair work to be done:
1. STEEL
All steel metal shall be hot -rolled commercial quality steel.
Container bottom, front, rear and sides when necessary, welded continuously on the interior: Side
Loading - 12 gauge. Container lids welded continuously on the interior: Side Loading - 16 gauge.
Container bottom when necessary shall be hot rolled commercial quality steel.
Container bottom shall include two skids, which will be part of the sides: Side Loading - 12
gauge.
Bumper angle 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.
Welds shall be continuous on the interior and exterior of the container, except where stated to the
contrary, and shall form a secure bond between metals. Puddling and splattering are
unacceptable.
2. Polyethylene/Plastic Bottoms
When plastic bottoms are requested in lieu of steel bottom, container bottom shall be made of 3/16"
high molecular weight polyethylene, seamless extending a minimum of ten (10) 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 Brian 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 from Bryan Container Company: 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.
3. STEEL TUBULAR LID -STOPPER
Tubular lid -stopper shall be constructed of "round steel tubing. 16" long with two (2) 4" legs.
Legs shall be welded to the steel portion of the container.
SEE EXAMPLE PICTURED IN ATTACHMENT B1.
4. LIDS
Lids shall be made in three (3) parts, with the rear lid to be constructed of 16 gauge hot -rolled
steel for Side Loading containers and hinged with 3/4" pipe. Front lids shall be plastic,
manufactured independent of each other and hinged to rear lid with 1/2" solid steel rod.
Rear lid shall be 15" X 60" constructed of 16 gauge hot -rolled steel for Side Loading containers.
Color- shall be sandalwood brown or similar color to match existing containers.
Front lids, 30" long X 29" wide shall be .250" thick and shall weigh seven (7) pounds and be
composed of 100% recycled materials. Front edge of lid shall have two finger- grips for added
stiffening and convenience in opening the lid.
Front lid outside ears shall be slightly thicker to deter splitting of plastic lid. Front lid color
shall be black, with the City of Lubbock logo and the letters, "Lubbock. Texas" embossed
(molded) on each small lid.
Front lids must be designed with extra high ribs to provide structural strength, durability, and
prevent sagging in hot weather. Front lid color and design must match the current lid used by
the City of Lubbock.
Front lids must be guaranteed not to chalk, split or crack due to ultraviolet exposure for (3) three
years from date of delivery.
When directed by Solid Waste Services, front lids may be requested as: 16 gauge hot -rolled
commercial quality steel.
4a. MODIFICATIONS
For three (3) cubic yard and four (4) cubic yard Side Loading containers:
When directed by Solid Waste Services, the 16 gauge hot -rolled commercial quality steel front
lids shall be modified by adding chutes constructed of 16 gauge hot -rolled steel.
Chute additions shall be painted light blue (sky blue or powder blue) to match current color
used by City.
SEE EXAMPLES PICTURED IN ATTACHMENT B2.
5 _ CLF,ANING
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 an unevenness after- painting. Failure to do so shall be
cause for rejection until deficiency is correct.
6. PAINTING
The interior and exterior- of the containers shall be painted with a two (2) coat system consisting
of a corrosion inhibitive fast drying primer followed by a high gloss acrylic enamel finish coat.
Primer coat shall be a fast dry zinc chromate. The finish coat shall be a high gloss, quick drying,
acrylic enamel paint. Paint shall be clean and free from foreign material and shall be applied
evenly without runs or sags.
For two (2 cubic yard, three (3) cubic yard and four (4) cubic yard Side Loading containers, the
finish color shall be sandalwood brown or similar color to match existing containers.
When directed by Solid Waste Services, for three (3) cubic yard and four (4) cubic yard
Side Loading containers, the finish color shall be light blue (sky blue or powder blue) or
similar color to match existing recycling containers.
The above primer- and paint shall be applied on the interior and exterior of the containers.
The containers must be cleaned of all foreign material, slag, rust, dirt, oil or other material before
the primer and paint are applied to ensure adhesion of the primer and paint.
Paint shall be guaranteed for one (1) year against cracking, checking or loss of adhesion and
appreciable color- change or chalking of the finish coat of paint.
SEE ATTACHMENTS C & D
7. SPECIFICATION VARIATIONS
Variations from these specifications WILL NOT BE ACCEPTABLE.
8. SHOP DRAWING
Bidder will furnish Shop Drawing depicting his proposal for refurbishing the different sizes of
Side Loading containers.
Shop Drawing is to be submitted with bid.
9. CATEGORIES OF REPAIRS/REFURBISHING
A complete refurbish includes replacing, as needed, the front, back and both sides with 12 gauge
steel as far up as needed to get the container back to reusable condition. A complete refurbish also
consists of painting of the interior and exterior and putting new lids on the container.
Work to be perforined by successful bidder shall include one or more of the following categories of
repairs/refurbishing:
1. Complete repair/refurbishing of container — Steel bottom.
Bottom and front and rear and sides: 12 gauge hot -rolled commercial quality steel for
Side Loading containers, welded continuously on the exterior of the container.
Skids welded in place on existing containers:
Side Loading — 12 gauge.
Replacement of lids.
Paint will be applied according to specifications.
2. Complete repair/refurbishing of container — Plastic bottom.
Front, rear and sides: 12 gauge hot -rolled commercial quality steel for Side Loading
containers, welded continuously on the exterior of the container.
Bottom: 3/16" high molecular weight polyethylene, seamless extending a minimum of
ten (10) inches up the inside wall of the container.
Skids welded in place on existing containers:
Side Loading — 12 gauge.
Replacement of lids.
Paint will be applied according to specifications.
Repair, paint and replace lids.
Plastic and metal lids will be replaced with new plastic lids.
If metal lids are requested, repair of metal lids and/or the placement of metal
lids: Side Loading - 16 gauge hot rolled.
Paint will be applied according to specifications.
4. Painting of container only.
• Paint will be applied according to specifications.
SEE EXAMPLES & DRAWING IN ATTACHMENTS E, F AND G.
See Attachment E for the preferred placement of reinforcing side plates.
See Attachment F for the preferred placement of bottom channels and chain attachment.
See Attachment G for container drawing.
Sample containers may be seen by bidder at 1631 84th Street, Solid Waste Services
Container Section.
10. QUANTITY OF CONTAINERS — MORE OR LESS
Complete repair/refiirbishing of container — steel bottom and
add tubular lid -stopper as needed:
• Estimated 745 (More or Less) Side Loading (approx. 14 per week)
=> 25 - 2 cubic yards
=> 630 - 3 cubic yards
=> 90 - 4 cubic yards
2. Complete repair/refurbishing of container — plastic bottom and
add tubular lid -stopper as needed:
• Estimated 745 (More or Less) Side Loading (approx. 14 per week)
=> 25 - 2 cubic yards
=> 630 - 3 cubic yards
=> 90 - 4 cubic yards
3. Complete repair/refurbishing of container — steel bottom and plastic bottom, add steel
tubular -stopper as needed:
• Estimated 2,110 (More or Less) Side Loading (approx. 40 per week)
=> 5 — 1 1/2 cubic yards
=> 5 — 2 cubic yards
=> 2,080 - 3 cubic yards
=> 20 — 4 cubic yards
4. Repair, paint and replace lids with new plastic lids and
add tubular lid -stopper as needed:
• Estimated 30 (More or Less) Side Loading (as needed)
=> 5 — 1 %2 cubic yards
=> 5 - 2 cubic yards
=> 15 - 3 cubic yards
=> 10 - 4 cubic yards
5. Repair, paint and replace lids with new steel lids and
add tubular lid -stopper as needed
• Estimated 20 (More or Less) Side Loading (as needed)
=> 5 - 2 cubic yards
=> 8 - 3 cubic yards
=> 7 - 4 cubic yards
(Includes replacement of damaged plastic or metal lids with new plastic lids; and
replacement of damaged plastic or metal lids with new metal lids, as per direction of Solid
Waste Services)
6. Painting of container only and add tubular lid -stopper as needed:
• Estimated 115 (More or Less) Side Loading (approx. 2 per week)
=> 5 — 1 %2 cubic yards
=> 10 - 2 cubic yards
=* 75 - 3 cubic yards
=> 30 - 4 cubic yards
Modify three cubic yard and four cubic yard containers by adding metal chute and
painting of chute and container.
• Estimated 30 (More or Less) Side Loading (as
needed) 30 — 3 or 4 cubic yards
11. QUALIFICATION OF BIDDER
Bidders must be able to demonstrate experience and successful completion of large-scale metal
fabrication projects.
12. TERM OF CONTRACT
The contract shall be for a term of one year, with the option of four, one year extensions, said
date of term beginning upon formal approval. All stated 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. The City of Lubbock does
not guarantee any specific amount of compensation, volume, minimum, or maximum amount of
services under this bid and resulting contract. The Contractor must maintain the insurance
coverage required during the term of this contract including any extensions. It is the responsibility
of the Contractor to ensure that valid insurance is on file with the Purchasing and Contract
Management Department as required by contract or contract may be terminated for non-
compliance.
At annual renewal, the rates may be adjusted upward or downward at a percentage not to exceed
the effective change in the Consumer Price Index (CPI) or Product Price Index (PPI), whichever
is most effective for the specific contract for the previous 12-months. At the City's discretion,
the effective change rate shall be based on either the local or national index average rate for all
items. If agreement cannot be reached, the contract is terminated at the end of the current contract
period.
ATTACHMENT A
r -
The Extended -Life Container
�O-Year W
.1'
. f
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 relnforced plastic bottom offers:
• Rust -free bottoms STEEL CONT SIDE
• Less noise ATTACHMENT A WMBL"Z `
• Lightor weight
• Less stress on trucks PLASTIC B"M
• At least $80 a year in fuel savings
•, High impact resistance
Bryan Containers
T;:e Next Step in Container Evolution
Bryan Container Cainpany, Inc. ■ P.O. Box 32 ■ Bryan, Texas 77906
Telephone: 409/822 ; 098 ■ Toll Free: 888/611-3333 ■ Fag: 409/775-0319
ATTACHMENT B9 — STEEL TUBULAR LID -STOPPER
16" (% round steel tubing)
4" (% round steel tubing)
Pipe dimensions = 314 " round steel tubing
-ASP
ATTACHMENT C
MPI #95 Quick Drying Metal Primer Page I of I
: Painters lnsdhft
41MMFWPJ 4;K*t* Approved Product
PreviousBark to Main Pace
Procii�ct lnciex Product Index
Alphabetical by <<1P! Number ``""' .y 3
MPI #96 Q.D. Primer for Aluminum
A solvent based, alkyd or modified ellryd type, quick drying, antl corrosive mew] primer for clamed Interior and exterior steel and prepared i luminum. This coating
Can be used in residential, commerc]al and Industrial locations that ale exposed to %ht corrosive atmospheres. This primer can be finish coated with conventional
latex and alkyd paints an well as MP OR Quick Drying aloes end 0110 High Performance Latex. Applicatlon Is by airiest and Conventional spray equipment, and
can be touched -up by brush.
[Chomotedatfos royfexed Include owroeon restatenoe and dry Bme. See MPr EVafusifed Porforrrtartoe' Specs for complete details, spedRc requlrerrrents, endlbr
War— ape-]
MPI VOC Ranges E3 W01 g!L E2 401 — 460 E1 451 — 550 Blanks may Indicate Information
(grams/L.) g/L I g(L unavailable.
Listing Mfr
Label
Product Name
Code
E
Range
Benjamin Moore
Benjamin Moore
Rapid Dry Metal Primer
CM05
2
Califomla Paints
H.P. Industrial
Prfrne Une Metal Primer- Cray
1704
2
Ctoverdele Paint
Quick Dry Non•URing Metal Primer
71312
1
Color VAieel CO]
Conlractofs Choice
tronlze Inhib" Primer
640
3
Columbia Paint Cal
Industrial i
Unlveme] Low VOC Phenolic Primer
07-57 -PP
2
Columbia Paint 001
industrial
Lead-Froe Primer- Red
07437-PP
1
Columbia Palm COI
Industrial
Lead free Primer- Gray
07-426-PP
1
Coronado Paint
Quick Dry Alkyd Metal Primer
BOB Una
1
Frazee CGI
Metal Prime
Sol
1
General Paint COI
Q.D. And Corrosive Primer ReWGrey
08-154/160
i
Griggs Paint
Deer Valley QD Grey Primer
20OA04
3
ICI Paints
Devoe Coalinga
Devgusrd T 6 S Primer
4180
2
ICI Paints
D•voefFuller
Surmax
OP27015117
2
ICI Paints
Devoe Coatings
Rustguard QD Shop Coat Prtmor
4140
3
ICI Paints (Canada)
Devoe
Devguard '
4100
2
Miter Palm CGI
Aluminum & Ferrous Metal Primer
484
2
Miller Paint Cal
PPG
Zinc Chromate Primer
B-204
3
Mills Paint
Superior Quality
Fast Dry White Barrier Primer
G71
Northern Paint
Cowox
Fast Dry any Primer
60148
Para Paints
lns}-X
Speedy Metal Primer
MP•015
2
Parker Paint COI
Parker Paint
Overlay Red Primer
1678
2
Porter Paints
U-Prime
Fast Dry Universal Primer
286
2
PPG
Speedhlde
Quids Dry Metal Primer
5-204
3
Rodda Paint
Professlonel Malnt
Barrier III HS
708205X
3
Sion Coatings
Rust-0leum
Speedy Dry
1873
1
Spectra -Tone 001
lnsl-X
Speedy Metal Primer
MP-816
Tower Paint
Red Oxide Metal Primer
T110
2
http://www.pai.ntinfo.com/mpi/approved/mpi�95.htm 5/18/2004
ATTACHMENT D
Tnemec Company
Page 1 of 1
home
.-rI�•+.t6'Z+ A4 OUT V5 bt?u 8lgt;tit75 .,PRILIJFI75 PROD-Vc-,'Wilt).
1 � r
;a
For Dallas/Fort Worth, Wichita Falls, Waco,
Tyler areas
Name: The Barry Group, L.L.C.
Phone: 972.312-8448
^► history
Fax: 972.312-8408
values
► Ic<AlYl7`5
► events
what's new
For Houston, College Station, Pasadena,
Beaumont areas
Name: The Barry Group, L,L.C,
Phone: 281.445-9011
Fax: 281.445.9090
ATI
ACHMENT D
For San Angelo, Midland, Abilene, Amarillo,
I Paso areas
�The
�ame:
ry Group, L.L.C.
Phone: 806-748.8183 800.326.7981
Fax: 806.748.8193 Joseph S. Barry, Presiderd
For Austin, San Antonio, Corpus Christi, Laredo
areas
Name: The Barry Group, L.L.C.
Phone: 512-899.9755
Fax: $12.899.9744
Return to the LasaUJ sp. Page.
``�Nr.lrr•
Got ionitmdna L&KO ien
'•., craft hem.
about us I our brands I proJeds 1 online catalog I our perspective I contact us
Privacy and Legal Information
Copyright 2003 Tnemec Inc. All Rights Reserved
http://www.tnemee.conVgetRep.asp 5/ 10004
ATTACHMENT E
Preferred placement for reinforcing side plate.
Incorrect placement for reinforcing side plates.
y�
...nain attacnment
metal lids portion
n side of dumnste
k3
Mv
�M���i�
F J lx 1 §� i4
�� f t3: j rT ry a» f��� � i"_�,yyy►�,r -1//-I 1
rA�r/ti �j,n: �rrS�I�i�A�a11'�41,.��'�,•�J�
J .� j,��++,� �ti. �. '�•� }; �+y_�/, '% . Yet �� y �.
R
rn
T—
sa• .! a-lir�
0
a0'
I+�K-1/Z'—�—M
I S100 LDW Coritotners Minlaum SDOCS
tr2_ SAt F1dt ttosllar
Ringo eromwtal41e PL v/I.i solid ate l rod
- v X 1-1/2' Cott*, Pit,
- ff" SAE Fldr aoah*,
1® - Hinge RDd:R HR RD
01 - Hinge Braollatl 7 CA
® - Lid: .T60 UY Stdpl l lZad RICn Moles lar Folyothylat+a
O- Buff Plotal 2' X 3' Xll. . 2D' long &Via :ron
O - RalMoroliV Plofal 20A
01 - Lift Pint: 1-1/2' Did. X 3-1/2- long round 6t"I aura
O- lift Cho Ise two, 12) U X 5.4
O- Wlom Cholnalae tva (2) C3 X 4.1
O- Pddi T CA
03 - Top frpning - Ends. Front a Raor: 12 CA
Q/ - Front. Bottoaw Rear. Roof Endsl 12 CA
V - ll a LiCI 14 CA
SIDE LOAD CONTAINERS
3%VCToa ESCOOLLA
►aL+t' W.rn��w..r�..i
a
0
z
m
O
z
z
m
M
N
m
C)
T_
n
D
1
O
z
41
O
X
X
m
T
m
X
m
z
n
m
'TI
O
X
X
m
z
O
C
D
z
X
m
'n
C
X
W
cn
z
z
Q
BID FORM
City of Lubbock, TX
Purchasing and Contract Management
Renovate and Refurbish Dumpsters
ITB No. 119-14523-SG
In compliance with the Invitation to Bid 19-14523-SG, 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. A bid will be subject to being
considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate bids,
additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess
of or below reasonably expected values), or irregularities of any kind. The Invitation to Bid 19-14523-SG is by
reference incorporated in this contract. The Bid Form must be completed in blue or black ink or by typewriter.
UNIT OF
UNIT
Extended
Delivery rY
ITEM
QTY
MEASURE
DESCRIPTION
BID
Cost
Days
a
b
C
d
j=bxe
ARO**
e
25
Complete repair/refurbishing of container —
l.
(More or
EA
steel bottom, add steel tubular -stopper as
$"►
p G xv—
less)
needed: Two -Cubic yard, side loading
containers asspecified herein
2,0so
Complete repair/refurbishing of container
2.
(More or
EA
steel bottom add steel tubular -stopper as
needed: Three -Cubic yard, side loading
� (0
N3S1 °1e�
less)
containers asspecified herein
90
Complete repair/refurbishing of container
3.
(More or
EA
steel bottom, add steel tubular -stopper as
needed: Four -Cubic side loading
q
93
less)
yard,
containers asspecified herein
25
Complete repair/refurbishing of container
4.
(More or
EA
Plastic bottom, add steel tubular -stopper g
�a
7
less)
needed: Two -Cubic and side loading
l
containers asspecified herein
630
Complete repair/refurbishing of container
5.
(More or
EA
plastic bottom, add steel tubular -stopper as
Three loading
ass.
fra
-7
less)
needed: -Cubic yard, side
containers asspecified herein
90
Complete repair/refurbishing of container —
6.
(More or
EA
plastic bottom, add steel tubular -stopper as
a
less}
needed: Four -Cubic yard, side loading
containers asspecified herein
Complete repair/refurbishing of container —
5
steel bottom and plastic bottom, add steel
7.
(More or
EA
tubular -stopper as needed. One and a half-
less)
Cubic yard, side loading containers (as
specified herein)
Complete repair/refurbishing of container
8.
5
EA
steel bottom and plastic bottom, add steel
s
(More or
tubular -stopper as needed. Two Cubic yard,
less)
side loading containers (as specified herein)
ITEM
QTY
UNIT OF
MEASURE
DESCRIPTION
UNIT
PRICE*
Extended
Cost
Delivery
Daysy
a
b
c
d
BID
j=bxe
ARO**
e
25
Complete repair/refurbishing of container —
9.
(More or
EA
steel bottom and plastic bottom, add steel
3as-
F $ �� S`
D
-7
less)
tubular -stopper as needed. Three -Cubic yard,
side loading containers asspecified herein
20
Complete repair/refurbishing of container —
10.
(More or
EA
steel bottom and plastic bottom, add steel
�OZ�
GSa 4
less)
tubular -stopper as needed. Four -Cubic yard,
side loading containers asspecified herein
5
Repair, paint and replace lids with new plastic
11.
(More or
EA
lids and add steel tubular -stopper as needed:
One half loading
I (1
less)
and a -Cubic yard, side
containers asspecified herein
5
Repair, paint and replace lids with new plastic
12.
(More or
EA
lids and add steel tubular -stopper as needed:
9.1�
7
less)
Two -Cubic yard, side loading containers (as
specified herein
15
Repair, paint and replace Iids with new plastic
13.
(More or
EA
lids and add steel tubular -stopper as needed:
Three -Cubic side loading containers (as
i �S'
X7 7 S
less)
yard,
specified herein
10
Repair, paint and replace lids with new plastic
14.
(More or
EA
lids and add steel tubular -stopper as needed
Four -Cubic side loading containers (as
� � S
� i $S'Q
7
less)
yard,
specified herein
5
Repair, paint and replace lids with new steel
15.
( More or
EA
lids and add steel tubular- stopper as needed:
Two loading
!3�` 3
7
less)
-Cubic yard, side containers (as
0�6
specified herein
8
Repair, paint and replace lids with new steel
16.
(More or
EA
lids and add steel tubular- stopper as needed:
Three -Cubic side loading containers (as
x �
1 aid
— �
f
less)
yard,
specified herein
7
Repair, paint and replace lids with new steel
17.
(More or
EA
lids and add steel tubular- stopper as needed:
Four side loading (as
aip S
q
�$,�r
7
less)
-Cubic yard, containers
specified herein
5
Paint container only and add steel tubular-
I8.
(More or
EA
stopper as needed: One and a half -Cubic yard,
? O
less
side loadingcontainers ass specified herein
$
10
Paint container only and add steel tubular-
19.
(More or
EA
stopper as needed: Two -Cubic yard, side
1 Q
f e.J p O
7
less)
loading containers asspecified herein
75
Paint container only and add steel tubular-
20.
(More or
EA
stopper as needed: Three -Cubic yard, side
j qt
jo,vto
less)
loading containers asspecified herein
�+
21.
30
(More or
EA
Paint container only and add steel tubular-
stopper as needed: Four -Cubic yard, side
,+
j `1 o
q:x ae
7
less)
loading containers asspecified herein
30
Paint container light blue (sky blue or powder
22.
(More or
EA
blue) and modify container by adding metal
lid for
(
G O
D
Less)
chutes to metal recycling of accepted
commodities asspecified herein
TOTAL BID: Items I through 22 Is
9341 a s"O
*PRICE: F.O.B. Destination, Freight Pre -Paid and Allowed **Days After Receipt of Order (ARO)
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.
The City of Lubbock is seeking a contract to Renovate and Refurbish Dumpsters with one or more
contractors. In order to assure adequate coverage, the City may make multiple awards, selecting multiple
vendors to provide the products desired, if multiple awards are in the best interest of the City. A decision
to make a multiple award of this Bid, however, is an option reserved by the City, based on the needs of the
City.
PAYMENT TERMS AND DISCOUNTS -Bidder offers a prompt payment discount of _L�__°lo, 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.
MOST FAVORED PRICING: The Bidder certifies that the price quoted is not in excess of the lowest price charged anyone
else, including its most favored customer, for like quality and quantity of the products/services; does not include an element
of profit on the sale in excess of that normally obtained by the Bidder on the sale of products/services of like quality and
quantity; and does not include any provision for discounts to selling agents. if at any time during the contract period, the
supplier should sell or offer for sale to any other customer, an equal or less quantity of similar contract products of like or
better quality, at a lower net price(s) than provided herein, supplier agrees to notify the City and sell same product(s) at the
lower price(s) on all deliveries made during the period in which such lower price($) is effective.
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 will 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 Governments, City of Texarkana, Texas Tech University, West Texas Municipal
Power Agency, Lynn County, and City of Wolfforth.
YES NO _�Z
* 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 materialstservice as needed.
THIS BID IS SUBMITTED BY WAS L'bAU LANK S a corporation organized under the laws of the State of
I -&A LS , or a partnership consisting of
or individual trading as
of the City of t-&X bbo c.
Firm: I e.o AVY f Ca prcCLiK 0,_S t-e
Address: 5 S 13 E F M i{t)
City: State: zip 9 '�
Bidder acknowledges receipt of the following addenda:
Addenda No. y Addenda No. a -
Date f Date c9 /Stl l
M/WBE Firm: Woman
Hispanic A
By
Ais,
- must sign by hand
Addenda No.
Date
Black American
Asian Pacific Ai
Addenda No.
Date
Native American
Other (Specify)
.;2-/2—)/Iq
Officer Name and Title: OV-6` d 1AAt iV-S cz
Please Print ��` /
Business Telephone Number(Y- t- vJ Z ya - 0 ! �/ FAX: 2�6) 7 7 I 31 ys—
E-mail Address: �r a Gf i Lh W0.S k i o_vt vwPG ✓i'a li-S C �_
FOR CITY USE ONLY
Bid Form Item Number(s) Awarded to Above Named Firm/Individual:
Date of Award by City Council (for bids over S50.(00): Date P.O./Contract Issued:
RETURN COMPLETED & SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS.
LABEL THE OUTSIDE OF YOUR SEALED BID WITH THE ITB NUMBER, THE CLOSING DATE AND
TIME, AND YOUR COMPANY NAME AND ADDRESS.
CERTIFICATE OF INTERESTED PARTIES FORM 1295
1of1
Complete Nos. 1- 4 and 6 if there are interested parties.
OFFICE USE ONLY
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties.
CERTIFICATION OF FILING
Certificate Number:
1
Name of business entity filing form, and the city, state and country of the business entity's place
of business.
2019-456892
Waste Connections dba Caprock Waste
Lubbock, TX United States
Date Filed:
02/25/2019
2
Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City of Lubbock
Date Acknowledged:
03/01/2019
3
Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
ITB 19-14523-SG
Renovate and Refurbish Dumpsters
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
Intermediary
Wainscott, Brad
Lubbock, TX United States
X
5
Check only if there is NO Interested Party.
6
UNSWORN DECLARATION
My name is and my date of birth is
My address is
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in County, State of on the day of , 20
(month) (year)
Signature of authorized ardent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us version v1.1.28abbl5o
CERTIFICATE OF INTERESTED PARTIES
FARM 1.295
Soil
Complete Nos. 1- 4 and 6 if there are interested parties.
OFFICE USE ONLY
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties.
CERTIFICATION OF FILING
Certificate Number:
1
Name of business entity filing form, and the city, state and country of the business entity's place
of business.
2019-456892
Waste Connections dba Caprock Waste
Lubbock, TX United States
Date Filed:
02/25/2019
2
Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City of Lubbock
Date Acknowledged:
3
Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
ITB 19-14523-SG
Renovate and Refurbish Dumpsters
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
I Intermediary
Wainscott, Brad
Lubbock, TX United States
X
5
Check only if there is NO Interested Party. ❑
6
UNSWORN DECLARATION // �,�� r
My name is J� Ul,`� ! �6 ct��" and my date of birth is �_(,
My address is 3l o 7 / as d� S Lam. k, 0 i< 7 VO 3, S
(street) (city) (state) (zip code) (country)
I declare under penalty of that the foregoing is true and correct.
perjury
Executed in l— In County, State of ! _Q�I_ls on the I.Lclay of vow 1 20—/J—.
(month) (year)
Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.28ab6150