Loading...
HomeMy WebLinkAbout163-01 RESOLUTIONi RESOLUTION NO, 163-01 A RESOLUTION APPROVING THE PURCHASE OF UP TO THREE HUNDRED (300) TRASH CONTAINERS OF VARIOUS SIZES FROM GREGORY MANUFACTURING INC. IN AN AMOUNT NOT TO EXCEED FIFTY-FIVE THOUSAND EIGHT DOLLARS ($55,008.00) AND A BUDGET ADJUSTMENT IN THE AMOUNT OF FIFTY-FIVE THOUSAND SIX HUNDRED NINETY- ONE DOLLARS ($55,691.00) FOR SAME. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby approves the purchase of up to three hundred (300) trash containers of various sizes from Gregory Manufacturing, Inc. in an amount not to exceed Fifty -Five Thousand Eight Dollars ($55,008.00). Section 2. That the City Council hereby approves a Budget Adjustment in the amount of Fifty -Five Thousand Six Hundred Ninety -One Dollars ($55,691.00) for same. Section 2. That the City Council hereby authorizes the Mayor or his duly authorized representative to sign any documents required to complete said purchases from Gregory Manufacturing, Inc. PASSED and APPROVED this 4th day of December, 2001. APPROVED: By: vfrBy: ' / EATHER WOODRUFF, i Clerk DAN COODY, Ma NAME OF FILE: CROSS REFERENCE: Resolution No. 163-01 12/04/01 Resolution No. 163-01 12/04/01 Copy of the Budget Adjustment Form 10/25/01 Bid #01-56/Bid Information 12/04/01 Staff Review Form 12/06/01 Memo to Gary Dumas, Utilities Service Director, from Heather Woodruff, City Clerk NOTES: Budget Year 2001 Department: Division: Program. City of Fayetteville, Arkansas Budget Adjustment Form Environmental Services Solid Waste Commercial Pickup Date Requested 12/04/2001 RES J(013-0( Adjustment # Project or Item Requested: $55,691 in the Dumpster Lease Program capital project. Project or Item Deleted: $55,691 from the Curbside Recycling Improvements capital project. COPY Justification of this Increase: The funding is needed to purchase 2 to 8 yard containers for lease by small commercial customers. Justification of this Decrease: Sufficient funds remain in project to meet 2001 objectives. Increase Expen e (Decrease Revenue) Account Name Amount Account Number Project Number Minor Equipment 55,691 5500 5010 5890 00 99038 1 Decrease Expense (Increase Revenue) Account Name Amount Account Number Project Number Solid Waste Improvements 55 691 5500 5060 5816 00 98053 1 Approval Signatures Requ ted By Bu et Manager epartmen Director Date t Date Date Budget Office Use Only Type: A B C CD E Date of Approval Posted to General Ledger Posted to Project Accounting Entered in Category Log Blue Copy: Budget & Research / Yellow Copy: Requester c E v 1 • • • BID FOR UNIT PRICE Place: City of Fayetteville, Arkansas Date: /o —02c: 0 Proposal of 62Ebv2y m»»uF»c ,2 to 6 (hereinafter called "Bidder") a corporation, organised and existing under the laws of the State of ..P44-).41 , a partnership, or an individual doing business as 4•426d'2j/ in.44.tc{,ac walk( 6. 1JL, • To the City of Fayetteville, Arkansas (hereinafter called "City"). The Bidder, in compliance with your invitation for bids for Solid Waste Contamers, having examined the specifications with related bid documents and being familiar with all of the conditions surrounding the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies, and to complete the project in accordance with the bid documents and at the prices stated below. These prices are to cover all expenses incurred in performing the work required under the bid documents, of which this proposal is a part. Bidder hereby proposes to perform the work described in the Bid Documents and Specifications for the following unit prices. ITEM NO. DESCRIPTION 1 Rear Load Container, 2 cubic yard 2. Front Load Container, 4 cubic yard 3. Front Load Container, 6 cubic yard 4. Front Load Container, 8 cubic yard 5. Front Load Recycling Container, 4 cubic yard 6. Front Load Recycling Container, 6 cubic yard 7. Front Load Recycling Container, 8 cubic yard UNIT PRICE P73- y6,7— SS1 — to7/- y'7 - 58/ - (0 7/ - No- ,1 -menti �r CItA t6 R-FRArt6 it The prices shall remain valid for the next 180 days after selection of winning bidder. The city may 4 1 It make purchases of up to 300 containers of various sizes. All purchases will be in groups of no less than one truck load and may be as frequently as every two weeks. The above umt prices will include all labor, materials, equipment, overhead, profit, insurance, freight, shipping, handling, etc.. , to cover the finished work called for delivered to the City. Bidder understands that the City reserves the right to reject any or all bids and to waive informalities in the biddmg. The Bidder agrees that his bid will be good and may not be withdrawn for a period of sixty (60) calendar days after closing time for receiving bids. SEAL - (if bid by a Corporation) Inb0 f)- 'o, , ateJ if1,c f,4.,ptt- Title Pm, Roy. 3a3- (Business aS(Business Address and Zip Code) en --1 Mrnsow, :Wet) saCa7 5 WHY15R1$GO0YCOOTAINER Thick Steel— 7ga. floor, 10ga. sides, 3/16" rails and pockets "V" crimps on ALL four sides for added strength Wrap -a -round bumpers protect container face Superior paint. Applied electrostatically for consistent finish The latest in Lid Technology from Impact Plastics %iI1 a It • Heavy duty pockets and floor rails Gregory Manufacturing Fort Madison, Iowa 319-463-7641 • • FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Mayor and City Council From. Gary Dumas Date: Wednesday, November 14, 2001 Subject: Awarding Bid for 2 to 8 Yard Solid Waste Containers — Bid #01-56 Background The Solid Waste/Recycling Division has had an annual contract for 2 to 8 yard containers, this contract has expired. These containers are used for trash and recycling for multiple family and small commercial activities. This agreement will be for a period of 6 -months and will allow the purchase of up to 300 containers of various sizes from 2 to 8 yards. Purchases will be on an as needed basis to allow a small inventory at the Solid Waste/Recycling offices. This small inventory will continue to allow an immediate response to a request for service. The bid tab is attached. The Solid Waste/Recycling Division staff has inspected the low bidder's containers and has found that they meet specifications. The low bid for the 2 to 8 yard containers is Gregory Manufacturing from Fort Madison, Iowa. Recommendation Approve resolution authorizing purchase agreement. § § § § 0 a ,) § Y § $ § Y § ; § . § § R §§ ; M � § \ j § CO Si 6 §. q cp \ . j 4. UTITIOWNT COST " ij §• UNIT/OWN! COST §e ij | 2 UNTT/OWNT COST |§ JP )a » \M t ` / @I', ��41 ...-' a o v a R ?/ 0 \ o Q Q 9 ` mIA• . I . 2 tA % v . `% } v \ k Q | .• \ '. N ®d s � k %. k & m / @ m QTP 5 v g S & , k ( 22 m m m E 0 0 0 0 0 a Qoy� gw5� F n - q m F m_ �, ?? 05M �n A s �n J 0 5M A BID NO. 0 I ' S I ' PROJECT NO. --I 4. UNIT/014NT COST 4 UMTOUANT COST 4 UN17NUANT COST 4i8 ti UNIT/OUANT COST Rs UNITfWW7 COST EXT. COST 84 4188 UNIT/QUANT COST 4 UMTIOUANT COST 4 � V (� .Xi C Z ti, �N ; v� v c V\ o v v w 'fl v - o o 'k o v v o �. 3-)l ; s O ci i., , \ F ‘4, o oo O O w v p - ✓ IA 0 c a Si N "l o o c -tut i ;A o 0 g 0 000 0 6 0 8 ❑ ❑ t • Mail or Deliver Bids To: City of Fayetteville Purchasing Office-Rm 306 113 W Mountain Fayetteville, AR 72701 Mail or Deliver Bids To: City of Fayetteville Purchasing Office-Rm 306 113 W Mountain Fayetteville, AR 72701 s • BID FOR UNIT PRICE Place: City of Fayetteville, Arkansas Date: 10- 23-2001 Proposal of AMERI-KAN DIV OF STOUTCO INC. (heremaftercalled "Bidder") a corporation, organized and existing under the laws of the State of I NDI ANA , a partnership, or an individual doing business as AME RI-KAN To the City of Fayetteville. Arkansas (hereinafter called "City"). The Bidder, in compliance with your invitation for bids for Solid Waste Containers, having examined the specifications with related bid documents and being familiar with all of the conditions surrounding the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies, and to complete the project m accordance with the bid documents and at the prices stated below. These prices are to cover all expenses incurred in performing the work required under the bid documents, of which this proposal is a part. Bidder hereby proposes to perform the work described in the Bid Documents and Specifications for the following unit prices. ITEM LST NO. DESCRIPTION PRICE 1 Rear Load Container, 2 cubic yard MODEL 200 $265 00 2. Front Load Container, 4 cubic yard MODEL FST -400 470.00 3. Front Load Container, 6 cubic yard MOTEL FST- 600 570.00 4. Front Load Container, 8 cubic yard MODEL FST -800 690.00 5. Front Load Recycling Container, 4 cubic yard FST -400 500.00 6. Front Load Recycling Container, 6 cubic yard FST -600 600.00 7. Front Load Recycling Container, 8 cubic yard FST- 802 780.00 Freight, Shipping and Handling $320.00 Per Truck Load The prices shall remain valid for the next 180 days after selection of winning bidder. The city may %Nile.vlAll L:as • • • make purchases of up to 300 containers of various sizes. All purchases will be in groups of no less than one truck load and may be as frequently as every two weeks. The above unit prices will include all labor, materials, equipment, overhead, profit, insurance, freight, shipping, handling, etc..., to cover the finished work called for delivered to the City. Bidder understands that the City reserves the nght to reject any or all bids and to waive informalities in the bidding. The Bidder agrees that his bid will be good and may not be withdrawn for a period of sixty (60) calendar days after closing time for receiving bids. Respectfully submitted:T By: tom %ao�r) BILL THOMASON PLANT OPERATIONS MGR, KS. PLANT Title P.O. BOX 844 3800 W. HIGHWAY 75 INDEPENDENCE KANSAS 67301 (Business Address and Zip Code) PH: 316-331-3910 FAX: 620-331-3911 SEAL - (if bid by a Corporation) *NOTE: BID IS FOR (1) SLOT IN BACK OF CONTAINER. ADDITIONAL SLATS MAY BE ADDED TO SIDES OF CONTAINERSATA DOST OF $30.00 PER SOLT. THE 8 YD CONTAINER BEING BID IS AN PS -802 WHICH HAS A SHAPE SIMILAR TO THE FST -600 WHIC-I WOULD BE BETTER SUITED FOR CARDBOARD THAN THE FST -800. **NOTE: ALL CONTAINERS BID ARE WITH THE AMERI-KAN DESI GNED LIDS. 5 • • • • • BID FOR UNIT PRICE Place: City of Fayetteville, Arkansas Date: 10(2210 1 Proposal of (W aS11 tt) p -° VAA1 FA b (hereinafter called "Bidder") a corporation, organized and existing under the laws of the State of 01410 , a partnership, or an individual doing business as SAw.t- To the City of Fayetteville, Arkansas (hereinafter called "City"). The Bidder, m compliance with your invitation for bids for Solid Waste Containers, having examined the specifications with related bid documents and being familiar with all ofthe conditions surrounding the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies, and to complete the project in accordance with the bid documents and at the prices stated below. These prices are to cover all expenses incurred in performing the work required under the bid documents, of which this proposal is a part. Bidder hereby proposes to perform the work described in the Bid Documents and Specifications for the following unit prices. ITEM NO DESCRIPTION 1 Rear Load Container, 2 cubic yard 2. Front Load Container, 4 cubic yard 3. Front Load Container, 6 cubic yard 4. Front Load Container, 8 cubic yard 5. Front Load Recycling Container, 4 cubic yard 6. Front Load Recycling Container, 6 cubic yard 7. Front Load Recycling Container, 8 cubic yard UNIT PRICE 250 * 53�F *124 itel11 115 Ss9 #109 Olt{ The prices shall remain valid for the next 180 days after selection of winning bidder. The city may \Mk \>zo k,\ r% els'ThSru' 1 \us .r 4 • • • a • make purchases of up to 300 containers of various sizes. All purchases will be in groups of no less than one truck load and may be as frequently as every two weeks. The above unit prices will include all labor, materials, equipment, overhead, profit, insurance, freight, shipping, handling, etc..., to cover the finished work called for delivered to the City. Bidder understands that the City reserves the right to reject any or all bids and to waive informalities in the bidding. The Bidder agrees that his bid will be good and may not be withdrawn for a period of sixty (60) calendar days after closing time for receiving bids. SEAL - (if bid by a Corporation) Respectfully submitted: ,� l .w. (Kt Ne -inn 1/ Sats vLg 9-• Title Q.o,joz 1029 (Business Address and Zip Code) Ei-e_eAA Ike tic :111.0 ti By: • • • • • GENERAL SPECIFICATION Rear Load Containers (2 cubic yards) Front Load Containers (2 cubic yards) Front Load Slant Top Containers (4, 6, & 8 cubic yards) Section 10 • 10.01 Top Channels: Front, Rear, and Sides. All surrounding channels shall be at least 13 gauge steel and be formed into a "C ' shape with a minimum height of three (3) inches, and a minimum width of one and one half (1'%) inches. 10.02 Floor Supports. There shall be formed support channels two and one half (2'/z) inches wide and one and one half (1'/z) inches deep constructed on 10 gauge material. Side to Side: Three (3) each on the four yard containers, four (4) each on the six yard containers, and four (4) each on the eight yard containers. 10.03 "A" Frame Lifts. On "A" frame lift containers, the main vertical support channels shall be a formed one fourth ('h) inch steel channel at least three and three fourth (3%) mches wide with a one and one half (11/2) inch flange and run from the top to the bottom of the container. The backing plate and other component parts shall also be a minimum of one fourth ('/) inch plate:�¢I he only exceptions will be the front rail reinforcement channel and upper cross channel which will be at least seven (7) gauge steel. In addition, the pin holes shall be reinforced with an additional one fourth (%) inch steel plate to provide a minimum of one half (%) inch total thickness at the pin holes. All containers shall have the "A" frame lifts continuously welded securing them to the container. 10.04 Hvdiaulic Lift Bar. All two yard rear loading containers should be equipped for use with a hydraulic lift bar. 10.05 Plastic Lids. Plastic lids shall be double walled and made of at least 25% post consumer plastic and contain high density polyethylene custom molded with premium quality U.V. stabilizers for flexibility and long life in any climate. Plastic lids shall be equipped with multiple hinge points and reinforcing ribs along with crowned design to assure complete water run-off, and the large front handles are molded in (no added pieces) for easy opening. • 10.06 Lid and Rear Covers. The rear lid panel shall be a solid single piece with center crown to allow water to runoff the sides. Heavy duty hmges are required to maintain the structural integrity of the lid rod. A lid stop shall be attached to prevent lid hang-up on truck hopper cover. The standard lightweight, low maintenance, tow lid design with lid stop shall permit lids to remain open when required The lids should close automatically when container is emptied. • 10.07 Lid Hinge Rod. The lid hinge rod shall be a minimum of seven sixteenths (7/16) inches round, solid steel bar securely fastened at each end, yet removable for easy replacement. The lid hinge rod shall be plated for long lastmg, trouble free hinge action. 6 • r • • • 4.4 • • 10.08 Drain Hole. All containers shall have a one (1) inch drain hole for removal of excess fluids. The dram hole shall be fitted with a tight fitting plug designed so as not to allow liquid seepage The plug shall also be made from material that will not allow it to rust to the dram hole and prevent removal. 10.09 Finish. All containers shall be cleaned of all weld splatter, loose rust and other foreign matter before painting. The cleaned surface shall be primed inside and outside with a quality rust inhibiting primer and allowed to dry before the finish coat is applied. The finish coat shall be #315(Burgundy) in color for two, four, six, and eight yard front and rear load containers and #441(Light Brown) for all four, six, and eight yard recycling containers. The colors listed are based on the Industrial Color Systems Selection Book. The finish shall be of a quality enamel applied with adequate coverage so as to protect the surface from the elements and to enhance the appearance of the container. All bidders please verify exact color selections prior to bidding. If bidders are unable to use said specified color choices, please send color swatches with bid. 10.10 Steel Specifications. All steel used in the container shall be new, free of excessive rust and be within standard mill tolerances for C1018 steel sheet. The minimum allowable thickness for steel gauges are as follows: 14 Gauge -0 Minimum .071" 10 Gauge -0 Minimum .127" 13 Gauge -0 Minimum .082" 7 Gauge -0 Minimum .171" 12 Gauge -0 Minimum .097" ''A Gauge -► Minimum .235" 10.11 End Panels. (4, 6, & 8 cubic yard containers -0 12 gauge, 2 cubic yard containers -4 14 gauge) The end panels shall be a one (1) piece tapered steel sheet and shall be designed in such a manner as to bend around the outside and bottom corners and overlap the adjoining panels thereby eliminating the need for comer welds in the body panels. 10.12 Main Body Panels. (4, 6, & 8 cubic yard containers -0 12 gauge) The main body panels consisting of the front, rear, and floor panels shall be twelve (12) gauge steel and also designed in such a manner as to overlap the adjoining panel in such a manner as to eliminate the need for corner welds. (2 cubic yard containers) The main body panel shall be one piece, 14 gauge steel sheet extending down the front, across the bottom and up the rear side of the container. 10.13 Floor Panels. The floor panels shall be twelve (12) gauge steel and also designed in a manner to overlap the adjoining sides, back and front to eliminate the need for comer welds. 10.14 Casters. All two yard containers must come equipped with four (4) swivel 6" rubber tire casters. 7 Section 10 Para.10.01 Para. 10.05 Para. 10.06 Para. 10.07 Para. 10.08 Para. 10.11 Para. 10.12 Para. 10.13 (361) 358-7022 • • * WASTEQUIP MAY FAS City of Fayetteville, Arkansas Front and Rear load Container Exceptions to Specifications Top channels on front -load containers are 12 ga. on sides and 10 ga. on front and rear. Top channels on rear -load containers are all 12 ga. Plastic lids are single wall, with regrind material, however, no Certification of the amount of post -consumer plastic. There is no crown in the rear lid panel. Hinge rod is 5/8" dia. steel. It is not plated. Drain hole is 1 ''A" with plug End panels do not bend around inside corners and bottom joint. Containers are comer welded. Main body panels do not overlap adjoining panels. Floor is 10 ga. instead of 12 ga. on front-end loaders. There is no overlap of adjoining panels. All other specifications are as requested (800) 242-0122 P.O. BOX 1029 BEEVILLE, TX 78104-1029 W WASTEQUIP ncCUJESArE • NtANU�'ACTURER'S WFiRRXN'I'Y oii01/01 ACCURATE INDUS RIES, INC. ("Accurate") warrant equipment of its own manufactureto be free from defects in materials and workmanship under • normal use and service, to the original purchaser only ubject to the onditiona outlined below. ACCIAtATE'S obligation under the warranty is limited ' to repair or replacement, with a similar genuine part, of any part of the product of its manufacture which is returned to ACCURATE within ten days after the discovery of the defect, properly identified and transportation charges prepaid, and not more than 12 monfhs after the equipment has been delivered to the original user. No freight, travel cost, meals or lodging shall be covered by this warranty. No warranty credit will be issued for labor or parts until such parts are returned using proper authorization tags and numbers to ACCURATE for our inspection. • tL. n.at Actu(L&43 W( 1GGtll hNb ItW.SYADlNL. 12 MONTH WARRANTY SCHEDULE FIRST THROUGH SIXTH MONTH: ACCURATE will furnish without charge, F 0 B its plant, a similar genuine part to replace any part of product of its manufacturer which proves to be defective in normal use and service during the period. Labor charges to install such parts will be allowed in accordance with scheduled allowable labor rates or flat rate, authorized by ACCURATE prior to performance of said labor. This warranty does not annly to normal operating adjustments such as, adiustina pressure settings. limit switches. timer. relays. fuses or loss of hydraulic oil. cable replacement or filter replacement. )foist pumps and P.T.O.'s are subject to the warranty limitations get by the Dump and P T Ot mfitufacturer only Travel time is hnuted to (2) two hours maximum per service call. Via fcia.c it 1 . s r i*'`M Pd� . a e lrtgt121e �thrOtr h rde.1.#5015l.l ,:taf+Yl):e41/4 arlCe. ' '' ' a) . .1":4:4‘;"wa4rantyi i ;n9i applyaaAPY• .4i f , + 9 B- accidente, frhptoper installation; -re deugnlfrg olassataitet or th£dugli.ny oilier cater byycHdtatesaurol cf ACCURATE :, b) This wa ranty'shaf not apply if the egµipmenf has been 1oaded'above Si fac ow recommended,maximurn load capacity. c) This warranty shall be expressly afmited to the repair o ,replacement of defective parte, as stated above allother damage - and claims, statutory. or otherwise,' being hereby waived' by the purchaser'and, only those labor charges, specifically authorized by ACCURATE: -ACCURATE limits its warranty to parts and accessories supplied by it and installedin compliance with the prevailing industry standard. SEVENTH THROUGH TWELFTH MONTH; The warranty provided above for the first through sixth month applies for the seventh through twelfth month with the following exception No labor charges will be honored under ACCURATES warranty or obligation in connection with the sale of its equipment. fiDDITIONAL WARRANTY: Refer to Warranty Overview above for products with additional warranties. REPLACEMENT PARTS WARRANTY' Replacement parts that ACCURATE has provided due to defects in the original parts are warranted for ninety (90) days only from delivery only. No labor, freight, or any other charges are covered. If the replacement part fails within ninety (90) days from the delivery date, it must be returned to ACCURATE, freight prepaid, for inspection and an equivalent replacement part will be supplied. The following example illustrates the application of the replacement parts warranty: ACCURATE'S manufacturers and replacement parts warranties are expressly in lieu of all other warranties. ACCURATE provides no other warranties except as stated therein. ACCURATE MAKES NO EXPRESS OR IMPLIED WARRANTY AS TO THE MERCHANTABILITY OF THE EQUIPMENT OR ITS FITNESS FOR A PARTICULAR PURPOSE. If any sample or model was shown to or provided by Buyer, such sample or model was used merely to illustrate the general type and quality of the Goods and such use is not to be construed as warranty that the Goods will conform to the sample or model. Any descriptions or illustrations contained in ACCURATES catalogues, price lists or other advertising matter are intended merely to present a general description of the Goods and shall not form a part of this order. ACCURATE makes no warranty that Buyer holds or will hold the Good free of the claim of any third person that may arise from alleged patent or trademark infringement. Since conditions of use over which ACCURATE has n� control may have a significant effect on the Goods, ACCURATE disclaims any warranty that the Goods will conform to the standards and requirement set forth in the "Occupational Safety and Health Act" of 1970, as amended or the riles and regulations thereunder. No agent, employee or representative of ACCURATE has any authority to bind ACCURATE to any affirmation, representation or warranty $tt°B t xaeR,lSnp or c prlio 4 t it 9 "d 1#?+ ke �' �ee. . _,. Lok repreSerjtadbri'LY.,*7je j fd.Stio tautho spplfd �z, .fir e. �..� +- u thereon 404ti ATE e , Or assumes not authorises any otheC:peisonto;as e fof it arty other liabW ho chop with rite a P 52' P LES\L \SAA_PR0i\Mro-wen:INl - - WARRANTY OVERVIEW 3- YEARS STRUCTURAL 2 --EARS COMPONENTS / 1 -YEAR Extended Parts / Labor Warranty 6% Per Additional Year LABOR - 12 - MONTHS CS NTHS NTS 6 LABOR - 3- YEARS STRUCTURAL/3-YEARS CYLINDER.(PARTS ONLY) 1 - YEAR COMPONENTS / 6 - MOS LABOR Executive Series \ Stationary Compactors: Models 245C, 345C, . 345XHD-D, 445C, 445XHD-7, 445XHD-720, 445XHD-D, 645HD through 1250XHD $elf -Contained Compactors: Models 20$, 25gC a ALL OTHER PRODUCTS C FL RL ! Rc Stationary Compactory: Models 248 HD & XHD, 348 HD & XHD, 445 HD & XHD Self -Contained Compactors: Models 2S5HD, Model 285X** ** Cylinders 1 - Year Parts & Labor tL. n.at Actu(L&43 W( 1GGtll hNb ItW.SYADlNL. 12 MONTH WARRANTY SCHEDULE FIRST THROUGH SIXTH MONTH: ACCURATE will furnish without charge, F 0 B its plant, a similar genuine part to replace any part of product of its manufacturer which proves to be defective in normal use and service during the period. Labor charges to install such parts will be allowed in accordance with scheduled allowable labor rates or flat rate, authorized by ACCURATE prior to performance of said labor. This warranty does not annly to normal operating adjustments such as, adiustina pressure settings. limit switches. timer. relays. fuses or loss of hydraulic oil. cable replacement or filter replacement. )foist pumps and P.T.O.'s are subject to the warranty limitations get by the Dump and P T Ot mfitufacturer only Travel time is hnuted to (2) two hours maximum per service call. Via fcia.c it 1 . s r i*'`M Pd� . a e lrtgt121e �thrOtr h rde.1.#5015l.l ,:taf+Yl):e41/4 arlCe. ' '' ' a) . .1":4:4‘;"wa4rantyi i ;n9i applyaaAPY• .4i f , + 9 B- accidente, frhptoper installation; -re deugnlfrg olassataitet or th£dugli.ny oilier cater byycHdtatesaurol cf ACCURATE :, b) This wa ranty'shaf not apply if the egµipmenf has been 1oaded'above Si fac ow recommended,maximurn load capacity. c) This warranty shall be expressly afmited to the repair o ,replacement of defective parte, as stated above allother damage - and claims, statutory. or otherwise,' being hereby waived' by the purchaser'and, only those labor charges, specifically authorized by ACCURATE: -ACCURATE limits its warranty to parts and accessories supplied by it and installedin compliance with the prevailing industry standard. SEVENTH THROUGH TWELFTH MONTH; The warranty provided above for the first through sixth month applies for the seventh through twelfth month with the following exception No labor charges will be honored under ACCURATES warranty or obligation in connection with the sale of its equipment. fiDDITIONAL WARRANTY: Refer to Warranty Overview above for products with additional warranties. REPLACEMENT PARTS WARRANTY' Replacement parts that ACCURATE has provided due to defects in the original parts are warranted for ninety (90) days only from delivery only. No labor, freight, or any other charges are covered. If the replacement part fails within ninety (90) days from the delivery date, it must be returned to ACCURATE, freight prepaid, for inspection and an equivalent replacement part will be supplied. The following example illustrates the application of the replacement parts warranty: ACCURATE'S manufacturers and replacement parts warranties are expressly in lieu of all other warranties. ACCURATE provides no other warranties except as stated therein. ACCURATE MAKES NO EXPRESS OR IMPLIED WARRANTY AS TO THE MERCHANTABILITY OF THE EQUIPMENT OR ITS FITNESS FOR A PARTICULAR PURPOSE. If any sample or model was shown to or provided by Buyer, such sample or model was used merely to illustrate the general type and quality of the Goods and such use is not to be construed as warranty that the Goods will conform to the sample or model. Any descriptions or illustrations contained in ACCURATES catalogues, price lists or other advertising matter are intended merely to present a general description of the Goods and shall not form a part of this order. ACCURATE makes no warranty that Buyer holds or will hold the Good free of the claim of any third person that may arise from alleged patent or trademark infringement. Since conditions of use over which ACCURATE has n� control may have a significant effect on the Goods, ACCURATE disclaims any warranty that the Goods will conform to the standards and requirement set forth in the "Occupational Safety and Health Act" of 1970, as amended or the riles and regulations thereunder. No agent, employee or representative of ACCURATE has any authority to bind ACCURATE to any affirmation, representation or warranty $tt°B t xaeR,lSnp or c prlio 4 t it 9 "d 1#?+ ke �' �ee. . _,. Lok repreSerjtadbri'LY.,*7je j fd.Stio tautho spplfd �z, .fir e. �..� +- u thereon 404ti ATE e , Or assumes not authorises any otheC:peisonto;as e fof it arty other liabW ho chop with rite a P 52' P LES\L \SAA_PR0i\Mro-wen:INl - - Ll REQUEST FOR BID #01-56 SPECIFICATIONS SOLID WASTE CONTAINERS Prepared by Solid Waste Division City ofFayetteville, Arkansas ADVERTISEMENT FOR BIDS Bid #01-56 2 to 8 Yard Solid Waste Containers City of Fayetteville, Arkansas Separate sealed bids for 2 to 8 Yard Solid Waste Containers, will be received by the City of Fayetteville, Arkansas, at the Office of the Purchasing Officer until 11:30 a.m., Oct 25, 2001, and then at said office publicly opened. The Information for Bidders, Form of Bid, Specifications, and other documents may be examined at the following location: City of Fayetteville Purchasing Office 113 W. Mountain, Room 306 Fayetteville, Arkansas 72701 Copies may be obtained from the Purchasing Office located at the above address. The City reserves the right to waive any informalities or to reject any or all bids. No bidder may withdraw his bid within sixty (60) days after the actual date of the opening thereof. The City of Fayetteville is an Equal Opportunity Employer. Peggy Vice, Purchasing Manager INFORMATION FOR BIDDERS 1.0 RECEIPT AND OPENING OF BIDS: The CITY OF FAYETTEVILLE, ARKANSAS (herein called the "City"), invites bids on the project described in the Scope of Services. Bids will be received by the City at the Purchasing Office until 11:00 a.m. (Central Time), Oct. 25, 2001 and then at said office publicly opened. The envelopes containing the bid must be sealed, addressed to Purchasing Officer, City of Fayetteville at 113 W. Mountain St., Fayetteville, AR 72701 with bid number clearly visible. The City may consider informal any bid not prepared and submitted in accordance with the provisions hereof and may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the time scheduled for the bid opening or authorized postponement thereof. Any bid received after the time and date specified will not be considered. No bid may be withdrawn within sixty (60) days after the actual date of the opening thereof. 2.0 PREPARATION OF BID: Each bid must be submitted on the Bid for Unit Price form attached hereto. All blank spaces for bid prices must be filled in, in ink or typewritten, fully completed and executed when submitted. Each bid must be submitted in a separate sealed envelope bearing on the outside the name of the Bidder, his address, and the name of the project for which the bid is submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed to the City. 3.0 SUBCONTRACT(S): The Bidder will supply the names and addresses of all subcontractors to the City for approval. Also, the to be performed by each subcontractor must be stated. 4.0 TELEGRAPHIC MODIFICATION: Any Bidder may modify his bid by telegraphic communication at any time prior to the scheduled closing time for receipt of bids, provided such telegraphic communication is received by the City prior to the closing time, and provided further, the City is satisfied that a written confirmation of the telegraphic modifications over the signature of the Bidder was mailed prior to the closing time. The telegraphic communication should not reveal the bid price but should provide the addition or subtraction or other modification so that the final prices or terms will not be known by the City until the sealed bid is opened. If written confirmation is not received within two days from the closing time, no consideration will be given to the telegraphic modification. 5.0 QUALIFICATIONS OF BIDDER: The City may make such investigations as it deems necessary to determine the ability of the Bidder to perform the work, and the Bidder will furnish to the City all such information and data for this purpose as the City may request. If requested by the City, the three final Bidders will conduct a tour of their facilities wherein the City may further investigate the Bidders. Said visit and tour will be conducted within five (5) days of the date of bid opening and on a date to be selected by the City. The City reserves the right to reject any bid if the 2 evidence submitted by, or investigation of, such Bidder fails to satisfy the City that such Bidder is properly qualified to carry out the obligations of the bid and to complete the work contemplated therein. 6.0 CONDITIONS OF WORK: Each Bidder must inform himself fully ofthe conditions relating to the performance of the project and the employment of labor thereon. Failure to do so will not relieve a successful Bidder of his obligation to furnish all material and labor necessary to carry out the provisions of this bid. 7.0 ADDENDA AND INTERPRETATION: No formal interpretation of the meaning of the specifications or other pre -bid documents will be made to any Bidder orally. Every request for such interpretation should be in writing addressed to Gary Dumas, Utilities Service Director, City of Fayetteville, Arkansas, and to be given consideration must be received at least five days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of a written addenda to the specifications which, if issued, will be mailed by certified mail with return receipt requested to all prospective Bidders (at the respective addresses furnished for such purposes) not later than three days prior to the date fixed for the opening of bids. Failure of any Bidder to receive any such addendum or interpretation will not relieve such Bidder from any obligation under his bid as submitted. All Addenda so issued will become part of the bid documents. 8.0 LAWS AND REGULATIONS: The Bidder's attention is directed to the fact that all applicable State Laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the performance of the project will apply to the bid throughout, and they will be deemed to be included in the bid the same as though herein written out in full. 9.0 METHOD OF AWARD - LOWEST QUALIFIED BIDDER: The City will adhere to the selection process as set forth in the Administrative Policies and Procedures Manual. Copies of the applicable policies and procedures may be obtained from the Purchasing Officer. 10.0 OBLIGATION OF BIDDER: At the time of the opening of bids, each Bidder will be presumed to have read and to be thoroughly familiar with the specifications and bid documents (including all addenda). The failure or omission of any Bidder to examine any form, instrument or document will in no way relieve any bidder from any obligation in respect of his bid. REQUEST FOR BID #01-56 SPECIFICATIONS SOLID WASTE CONTAINERS Prepared by Solid Waste Division City ofFayetteville, Arkansas ADVERTISEMENT FOR BIDS Bid #01-562 to 8 Yard Solid Waste Containers City of Fayetteville, Arkansas Separate sealed bids for 2 to 8 Yard Solid Waste Containers, will be received by the City of Fayetteville, Arkansas, at the Office of the Purchasing Officer until 11:30 a.m., Oct 25, 2001, and then at said office publicly opened. The Information for Bidders, Form of Bid, Specifications, and other documents may be examined at the following location: City of Fayetteville Purchasing Office 113 W. Mountain, Room 306 Fayetteville, Arkansas 72701 Copies may be obtained from the Purchasing Office located at the above address. The City reserves the right to waive any informalities or to reject any or all bids. No bidder may withdraw his bid within sixty (60) days after the actual date of the opening thereof. The City of Fayetteville is an Equal Opportunity Employer. Peggy Vice, Purchasing Manager INFORMATION FOR BIDDERS 1.0 RECEIPT AND OPENING OF BIDS: The CITY OF FAYETTEVILLE, ARKANSAS (herein called the "City"), invites bids on the project described in the Scope of Services. Bids will be received by the City at the Purchasing Office until 11:00 a.m. (Central Time), Oct. 25, 2001 and then at said office publicly opened. The envelopes containing the bid must be sealed, addressed to Purchasing Officer, City of Fayetteville at 113 W. Mountain St., Fayetteville, AR 72701 with bid number clearly visible. The City may consider informal any bid not prepared and submitted in accordance with the provisions hereof and may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the time scheduled for the bid opening or authorized postponement thereof. Any bid received after the time and date specified will not be considered. No bid may be withdrawn within sixty (60) days after the actual date of the opening thereof. 2.0 PREPARATION OF BID: Each bid must be submitted on the Bid for Unit Price form attached hereto. All blank spaces for bid prices must be filled in, in ink or typewritten, fully completed and executed when submitted. Each bid must be submitted in a separate sealed envelope bearing on the outside the name of the Bidder, his address, and the name of the project for which the bid is submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed to the City. 3.0 SUBCONTRACT(S): The Bidder will supply the names and addresses of all subcontractors to the City for approval. Also, the to be performed by each subcontractor must be stated. 4.0 TELEGRAPHIC MODIFICATION: Any Bidder may modify his bid by telegraphic communication at any time prior to the scheduled closing time for receipt of bids, provided such telegraphic communication is received by the City prior to the closing time, and provided further, the City is satisfied that a written confirmation of the telegraphic modifications over the signature of the Bidder was mailed prior to the closing time. The telegraphic communication should not reveal the bid price but should provide the addition or subtraction or other modification so that the final prices or terms will not be known by the City until the sealed bid is opened. If written confirmation is not received within two days from the closing time, no consideration will be given to the telegraphic modification. 5.0 QUALIFICATIONS OF BIDDER: The City may make such investigations as it deems necessary to determine the ability of the Bidder to perform the work, and the Bidder will furnish to the City all such information and data for this purpose as the City may request. If requested by the City, the three final Bidders will conduct a tour of their facilities wherein the City may further investigate the Bidders. Said visit and tour will be conducted within five (5) days of the date of bid opening and on a date to be selected by the City. The City reserves the right to reject any bid if the Pa evidence submitted by, or investigation of, such Bidder fails to satisfy the City that such Bidder is properly qualified to carry out the obligations of the bid and to complete the work contemplated therein. 6.0 CONDITIONS OF WORK: Each Bidder must inform himself fully ofthe conditions relating to the performance of the project and the employment of labor thereon. Failure to do so will not relieve a successful Bidder of his obligation to furnish all material and labor necessary to carry out the provisions of this bid. 7.0 ADDENDA AND INTERPRETATION: No formal interpretation of the meaning of the specifications or other pre -bid documents will be made to any Bidder orally. Every request for such interpretation should be in writing addressed to Gary Dumas, Utilities Service Director, City of Fayetteville, Arkansas, and to be given consideration must be received at least five days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of a written addenda to the specifications which, if issued, will be mailed by certified mail with return receipt requested to all prospective Bidders (at the respective addresses furnished for such purposes) not later than three days prior to the date fixed for the opening of bids. Failure of any Bidder to receive any such addendum or interpretation will not relieve such Bidder from any obligation under his bid as submitted. All Addenda so issued will become part of the bid documents. 8.0 LAWS AND REGULATIONS: The Bidder's attention is directed to the fact that all applicable State Laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the performance of the project will apply to the bid throughout, and they will be deemed to be included in the bid the same as though herein written out in full. 9.0 METHOD OF AWARD - LOWEST QUALIFIED BIDDER: The City will adhere to the selection process as set forth in the Administrative Policies and Procedures Manual. Copies of the applicable policies and procedures may be obtained from the Purchasing Officer. 10.0 OBLIGATION OF BIDDER: At the time of the opening of bids, each Bidder will be presumed to have read and to be thoroughly familiar with the specifications and bid documents (including all addenda). The failure or omission of any Bidder to examine any form, instrument or document will in no way relieve any bidder from any obligation in respect of his bid. BID FOR UNIT PRICE Place: City of Fayetteville. Arkansas Date: l0 -Z<-Of Proposal of Ot 5 - f1"c (A/f I C f4"An1 d l i /J t -k a +r M Q /J T e(hereinafter called "Bidder") a corporation, organized and existing under o t�hge State of J A +Z , AJA a partnership, or an individual doing business as f� E1 -%'R C f'4 +d v LJA s Fe. 1 M oMe.�i To the City of Fayetteville. Arkansas (hereinafter called "City"). The Bidder, in compliance with your invitation for bids for Solid Waste Containers, having examined the specifications with related bid documents and being familiar with all of the conditions surrounding the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies, and to complete the project in accordance with the bid documents and at the prices stated below. These prices are to cover all expenses incurred in performing the work required under the bid documents, of which this proposal is a part. Bidder hereby proposes to perform the work described in the Bid Documents and Specifications for the following unit prices. ITEM UNIT NO. DESCRIPTION PRICE 1. Rear Load Container, 2 cubic yard 50:f0 f7 2. Front Load Container, 4 cubic yard 8 . 5 3. Front Load Container, 6 cubic yard 567. 2. b 4. Front Load Container, 8 cubic yard 3.2 b 5. Front Load Recycling Container, 4 cubic yard 50y • Sc 6. Front Load Recycling Container, 6 cubic yard r1 16 7. Front Load Recycling Container, 8 cubic yard '703 6 The prices shall remain valid for the next 180 days after selection of winning bidder. The city may make purchases of up to 300 containers of various sizes. All purchases will be in groups of no less than one truck load and maybe as frequently as every two weeks. The above unit prices will include all labor, materials, equipment, overhead, profit, insurance, freight, shipping, handling, etc..., to cover the finished work called for delivered to the City. Bidder understands that the City reserves the right to reject any or all bids and to waive informalities in the bidding. The Bidder agrees that his bid will be good and may not be withdrawn for a period of sixty (60) calendar days after closing time for receiving bids. Respectfiill sub 'tted: By: j;791.3J ilk! Mv Title j' ib g MA'.0 <I. (Business Address and Zip Code) EA,5r IF U . Sc. M (oy I SEAL - (if bid by a Corporation) • 0 GENERAL SPECIFICATION Rear Load Containers (2 cubic yards) Front Load Containers (2 cubic yards) Front Load Slant Top Containers (4, 6, & 8 cubic yards) Section 10 10.01 Top Channels: Front. Rear, and Sides. All surrounding channels shall be at least 13 gauge steel and be formed into a "C" shape with a minimum height of three (3) inches, and a minimum width of one and one half (1'/z) inches. 10.02 Floor Supports. There shall be formed support channels two and one half (2%z) inches wide and one and one half (1'/z) inches deep constructed on 10 gauge material. Side to Side: Three (3) each on the four yard containers, four (4) each on the six yard containers, and four (4) each on the eight yard containers. 10.03 "A" Frame Lifts. On "A" frame lift containers, the main vertical support channels shall be a formed one fourth ('A) inch steel channel at least three and three fourth (33/4) inches wide with a one and one half (1'/z) inch flange and run from the top to the bottom of the container. The backing plate and other component parts shall also be a minimum of one fourth ('/4) inch plate. The only exceptions will be the front rail reinforcement channel and upper cross channel which will be at least seven (7) gauge steel. In addition, the pin holes shall be reinforced with an additional one fourth (¼) inch steel plate to provide a minimum of one half ('/z) inch total thickness at the pin holes. All containers shall have the "A" frame lifts continuously welded securing them to the container. 10.04 Hydraulic Lift Bar. All two yard rear loading containers should be equipped for use with a hydraulic lift bar. 10.05 Plastic Lids. Plastic lids shall be double walled and made of at least 25% post consumer plastic and contain high density polyethylene custom molded with premium quality U.V. stabilizers for flexibility and long life in any climate. Plastic lids shall be equipped with multiple hinge points and reinforcing ribs along with crowned design to assure complete water run-off, and the large front handles are molded in (no added pieces) for easy opening. 10.06 Lid and Rear Covers. The rear lid panel shall be a solid single piece with center crown to allow water to runoff the sides. Heavy duty hinges are required to maintain the structural integrity of the lid rod. A lid stop shall be attached to prevent lid hang-up on truck hopper cover. The standard lightweight, low maintenance, tow lid design with lid stop shall permit lids to remain open when required. The lids should close automatically when container is emptied. 10.07 Lid Hinge Rod. The lid hinge rod shall be a minimum of seven sixteenths (7/16) inches round, solid steel bar securely fastened at each end, yet removable for easy replacement. The lid hinge rod shall be plated for long lasting, trouble free hinge action. 6 10.08 Drain Hole. All containers shall have a one (1) inch drain hole for removal of excess fluids. The drain hole shall be fitted with a tight fitting plug designed so as not to allow liquid seepage. The plug shall also be made from material that will not allow it to rust to the drain hole and prevent removal. 10.09 Finish. All containers shall be cleaned of all weld splatter, loose rust and other foreign matter before painting. The cleaned surface shall be primed inside and outside with a quality rust inhibiting primer and allowed to dry before the fmish coat is applied. The finish coat shall be #315(Burgundy) in color for two, four, six, and eight yard front and rear load containers and #441(Light Brown) for all four, six, and eight yard recycling containers. The colors listed are based on the Industrial Color Systems Selection Book. The finish shall be of a quality enamel applied with adequate coverage so as to protect the surface from the elements and to enhance the appearance of the container. All bidders please verify exact color selections prior to bidding. If bidders are unable to use said specified color choices, please send color swatches with bid. 10.10 Steel Specifications. All steel used in the container shall be new, free of excessive rust and be within standard mill tolerances for C 1018 steel sheet. The minimum allowable thickness for steel gauges are as follows: 14 Gauge—' Minimum .071" 10 Gauge —+ Minimum .127' 13 Gauge Minimum .082" 7 Gauge —► Minimum .171" 12 Gauge -+ Minimum .097" '/. Gauge -4 Minimum .235" 10.11 End Panels. (4, 6, & 8 cubic yard containers—' 12 gauge, 2 cubic yard containers -+ 14 gauge) The end panels shall be a one (1) piece tapered steel sheet and shall be designed in such a manner as to bend around the outside and bottom comers and overlap the adjoining panels thereby eliminating the need for corner welds in the body panels. 10.12 Main Body Panels. (4, 6, & 8 cubic yard containers -4 12 gauge) The main body panels consisting of the front, rear, and floor panels shall be twelve (12) gauge steel and also designed in such a manner as to overlap the adjoining panel in such a manner as to eliminate the need for corner welds. (2 cubic yard containers) The main body panel shall be one piece, 14 gauge steel sheet extending down the front, across the bottom and up the rear side of the container. 10.13 Floor Panels. The floor panels shall be twelve (12) gauge steel and also designed in a manner to overlap the adjoining sides, back and front to eliminate the need for comer welds. 10.14 Casters. All two yard containers must come equipped with four (4) swivel 6" rubber tire casters. OCT-23-01 17;07 FROM.MAYFAS INC ID=38135e041e PAGE 2/29 • • Tuesday, October 23, 2001 Ms. Peggy Vice City of Fayettville Purchasing Office • Rm. 306 11J W. Mountain Fayettvillt, AR 72701 Dear: Ms. Vice Wastequip would like to take this opportunity to expos our gratitude for this opportulity w quote solid waste equipment for the City of Fayettville Request Im Bid 001.56. Items to be considered by the City are rear load, front load, and roll off (rectangular and t ib style) containers, as well as self tbntained and stationary compactors. Pursuant to our response we would Nice to make the following addendum to RFB 001-56: Item 1. Compactors quoted will meet or exceed City speofioatlons with amain reservations regarding physical dimension variances, As an example: Ten. Futeen and Twenty cubic yard self -contain hopper openings per spstlsion an, 30' length vs. actual size quoted 40" length. Detail spec8lrtton sheets are provided as part of the sdderatum for comparison purposes. Item Z. All compacting equipment gtrlted to be U. L IiMted system. Item 3. Front load containers quoted .o be Shipped with 'A' Frame attached (welded not potted) with lids attached by Westequip employee's u fan delivery of units to meet City of Fayettville operation personnel concerts. Item C Compactor training, technical and field, to be provided at no addtinnal cost to City of Fayettville. (City to provide transportation and hotel accommodations for City employees) Item 5. Submit for consideration the Accurate Accu-Pak (rotateable head for side, rear and front load application) Front End Load compactor at a cost of $6,138,00. Wastequip further offers to provide technical and prat ucl assistance should the City requle additional information to assist them in making a decision for anard. Please carftact Kim Hennlg (800-242-0122) or David Minton (903.520-0473) should assistance be rejulred. Respectfully, Kim Hennig Sales Manager ^3s.1[L'A'+sist�:.f,P: \Wry?b!i......^_i'.S' 'f WT °`,•fiT+;'^'Sa'?'9';,rt°R'.'vt"z:'c.,pry',",i'�St�i'G".7r^!'.;t9gr'T*W front load containers standard construction •7 ga. Sleeves •No Step® Sleeve Gussets •3/16" Hinge Brackets •High Bottom Channels 'Bumper Pads with "V" Crimp •Top Perimeter Reinforcements - Structural Tubing & Angle •1/2" Hinge Rod 'All Inside Seams Continuous Mig Welded 'Double Wall Plastic Lids Every Bes•Pac container is constructed with prime steel. Alt inside seams are continuous with 3/16" filet welds. 3" high bottom channels and 1.5 mils of primer and 1.5 mils of top coat of industrial alkyd enamel assure years of service from Bes'Pac front loader containers. 8 yd hatchback recycler heavy duty construction --,,-- 'Heavy Duty Models Incorporate ; 7 ga. Bottoms and 10 ga. Sides •2-3 yd. Utilize ALL 10 ga. 2 yd standard Li 6 yd standard hatchback 6 yd slant �© rCU OVTOC'',7��3 i�00�Cr]000��j ©C1 OD D W UA:J O . o 02 . Ra C •� LJ NOMINAL I LOADING I CONSTRUCTION MODEL CAPACITY HEIGHT SIDES BOTTOM FL2P 2 YD 37.5" 12 ga 12 ga FL4P 4 YD 51.5" 12 ga 10 ga FL6SLANT 6 YD 51.5" 12 ga 10 ga FL6HB 6 YD *31.0" 12 ga 10 ga FL85LANT 8 YD 51.5" 12 ga 10 ga FLBHBP 8 YD *46.0" 12 ga 10 ga FLBHB REC 8 YD 46.0" 12 ga 10 ga ipecial container requirements are gladly quoted on request LIDS (2 ea.) DIMENSIONS L" x W" x H" APPROX. WEIGHT TRUCKLOAI QUANTITY 41" x 36" 36" x 71" x 37.5" 455 lbs. 39 58" x 36" 54" x 71" x 51.5" 622 lbs. 20 58" x 36" 71" x 71" x 61.5" 926 lbs. 14 58" x 36" 68" x 71" x 61.5" 1,055 lbs. 14 58" x 36" 82" x 71" x 76.5" 1,028 lbs. 7 58" x 36" 72" x 71" x 75.5" 1,125 lbs. 8 58" x 36" 72" x 71" x 75.5" 1,125 lbs. 8 * 8 yd HB-Recycter has 6" x 56" Loading Slot in front watt and manual Lid Lock Bar * Loading height on 6 yd HB, 8 yd HB measured to bottom of side door. FEATURES: OPTIONS: •10 & 12 ga. HR Steel •H.D. Casters 2YD-4 YD Construction •Plastic Side Doors 6 YD •"V" Crimps for Added & 8 YD Strength & Rigidity •Special Interior Coatings 'Watertight Construction •Drain Holes w/ Plugs 'Primer on Interior and Exterior All designs and specifications are subject to change at the manufacturer's sole discretion at any time without notice. The data published herein is 'Exterior Paint High Solids informational in nautre and should not be construed to warrant suitability of Enamel the unit for any particular purpose, as performance may vary with the conditions encountered. Only our standard written warranty for this product is applicable. Product must be installed and operated in accordance with all applicable standards, codes, regulations and recommended safety procedures. 11 V i WASTEC a mxauuvrurl"ousmrnssflsnax WASTE HANDLING EQUIPMENT Institute + P.O. BOX 2049 • EASLEY, Sc 29641 of Scrap ~ 864.859.6030 • 800.726.1439 r++ ) _Recycling Industr a 3,, ..,+* FAX 864.859.6414 • www.bes-pac.com C rear load containers <<,. • A QRL2M / D I Bes-Pac rear loading containers are available in 1, 2, 3, 4, 6 and 8 • yard capabilities. All sizes come with plastic lids. Heavy duty casters are standard on all 1, 2 and 3 yard containers and are optional on WASTE HANDLING EQUIPMENT the 4 yard containers. All containers have provisions for drainage WASTE HANDLING EQUIPMENT and are built to withstand the rigors of constant use. They are designed P.O. BOX 2049 • EASLEY, Sc 29641 to require minimum maintenance. 864.859.6030 • 800.726.1439 • FAX 864.859.6414 rear Loader SPECIFICATIONS dimensions (O.D.) in inches MODEL QRL2 RL3 RL4 RL6 RL8 A B C D 36 5/8 63 13/16 401/4 29 13/16 76 3/4 64 3/8 421/8 48 1/2 871/2 64 3/8 491/2 50 120 64 3/8 491/2 82 158 64 3/8 491/2 120 Nominal Capacity 2 yds. 3 yds. 4 yds. 6 yds. 8 yds. Loading Height 41 42 1/8 49 1/2 49 1/2 491/2 Body Wall 12 ga. 12 ga. 12 ga. 12 ga. 12 ga. floor 10 ga. 10 ga. 10 ga. 10 ga. 10 ga. Pick-up Bar 1 1/4" bar 1 1/4" bar 1 1/4" bar 1 1/4" bar 1 1/4" bar Lids 31" x 37" 31" x 37" 31" x 41" 31" x 37" 31" x 44" Hinge 1/2" rod 1/2" dia. 1/2" dia. 1/2" dia. 1/2" dia. Trunion Bar 1 1/2" 11/2" 1 1/2" 11/2" 1 1/2" Casters Yes Opt. Opt. N/A N/A Approx. Weight 696 lbs. 714 lbs. 828 lbs. 1026 lbs. 1276 lbs. * Add 8" for casters ** Trunion bar lengths 77 1/2"-78" with or without washers NOTE: containers can be nested for economical shipments Ask about truckload quantities Rear pick-up bar is 1 1/4" diameter solid steel bar A � *� w RL-6P �� All designs and specifications are subject to change at the manufacturer's sole discretion at any time without notice. The data published herein is informational in nature and should not be construed to warrant suitability of the unit for any particular purpose, as performance may vary with the conditions encountered. Only our standard written warranty for this product is applicable. Product must be installed and operated in accordance with all applicable standards, codes, regulations and recommended safety procedures. L•1 P1 R RL-8P A/ ■ V\tili✓C e-�a WASTE HANDLING EQUIPMENT , P.O. 600 X 2049 • EASLEY, SC 2964.1 Insrwre 86!�3� • 800.726.1+139 • FAX 864.85964Y4 • www.bespac..com C1 Ll REQUEST FOR BID #01-56 SPECIFICATIONS SOLID WASTE CONTAINERS Prepared by Solid Waste Division City of Fayetteville, Arkansas C ADVERTISEMENT FOR BIDS Bid #01-56 2 to 8 Yard Solid Waste Containers City of Fayetteville, Arkansas Separate sealed bids for 2 to 8 Yard Solid Waste Containers, will be received by the City of Fayetteville, Arkansas, at the Office of the Purchasing Officer until 11:30 a.m., Oct 25, 2001, and then at said office publicly opened. The Information for Bidders, Form of Bid, Specifications, and other documents may be examined at the following location: City of Fayetteville Purchasing Office 113 W. Mountain, Room 306 Fayetteville, Arkansas 72701 Copies may be obtained from the Purchasing Office located at the above address. The City reserves the right to waive any informalities or to reject any or all bids. No bidder may withdraw his bid within sixty (60) days after the actual date of the opening thereof. The City of Fayetteville is an Equal Opportunity Employer. Peggy Vice, Purchasing Manager INFORMATION FOR BIDDERS 1.0 RECEIPT AND OPENING OF BIDS: The CITY OF FAYETTEVILLE, ARKANSAS (herein called the "City"), invites bids on the project described in the Scope of Services. Bids will be received by the City at the Purchasing Office until 11:00 a.m. (Central Time), Oct. 25, 2001 and then at said office publicly opened. The envelopes containing the bid must be sealed, addressed to Purchasing Officer, City of Fayetteville at 113 W. Mountain St., Fayetteville, AR 72701 with bid number clearly visible. The City may consider informal any bid not prepared and submitted in accordance with the provisions hereof and may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the time scheduled for the bid opening or authorized postponement thereof. Any bid received after the time and date specified will not be considered. No bid may be withdrawn within sixty (60) days after the actual date of the opening thereof. 2.0 PREPARATION OF BID: Each bid must be submitted on the Bid for Unit Price form attached hereto. All blank spaces for bid prices must be filled in, in ink or typewritten, fully completed and executed when submitted. Each bid must be submitted in a separate sealed envelope bearing on the outside the name of the Bidder, his address, and the name of the project for which the bid is submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed to the City. 3.0 SUBCONTRACT(S): The Bidder will supply the names and addresses of all subcontractors to the City for approval. Also, the to be perfonned by each subcontractor must be stated. 4.0 TELEGRAPHIC MODIFICATION: Any Bidder may modify his bid by telegraphic communication at any time prior to the scheduled closing time for receipt of bids, provided such telegraphic communication is received by the City prior to the closing time, and provided further, the City is satisfied that a written confirmation of the telegraphic modifications over the signature of the Bidder was mailed prior to the closing time. The telegraphic communication should not reveal the bid price but should provide the addition or subtraction or other modification so that the final prices or terms will not be known by the City until the sealed bid is opened. If written confirmation is not received within two days from the closing time, no consideration will be given to the telegraphic modification. 5.0 QUALIFICATIONS OF BIDDER: The City may make such investigations as it deems necessary to determine the ability of the Bidder to perform the work, and the Bidder will furnish to the City all such information and data for this purpose as the City may request. If requested by the City, the three final Bidders will conduct a tour of their facilities wherein the City may further investigate the Bidders. Said visit and tour will be conducted within five (5) days of the date of bid opening and on a date to be selected by the City. The City reserves the right to reject any bid if the evidence submitted by, or investigation of, such Bidder fails to satisfy the City that such Bidder is properly qualified to carry out the obligations of the bid and to complete the work contemplated therein. 6.0 CONDITIONS OF WORK: Each Bidder must inform himself fully ofthe conditions relating to the performance of the project and the employment of labor thereon. Failure to do so will not relieve a successful Bidder of his obligation to furnish all material and labor necessary to carry out the provisions of this bid. 7.0 ADDENDA AND INTERPRETATION: No formal interpretation of the meaning of the specifications or other pre -bid documents will be made to any Bidder orally. Every request for such interpretation should be in writing addressed to Gary Dumas, Utilities Service Director, City of Fayetteville, Arkansas, and to be given consideration must be received at least five days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of a written addenda to the specifications which, if issued, will be mailed by certified mail with return receipt requested to all prospective Bidders (at the respective addresses furnished for such purposes) not later than three days prior to the date fixed for the opening of bids. Failure of any Bidder to receive any such addendum or interpretation will not relieve such Bidder from any obligation under his bid as submitted. All Addenda so issued will become part of the bid documents. 8.0 LAWS AND REGULATIONS: The Bidder's attention is directed to the fact that all applicable State Laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the performance of the project will apply to the bid throughout, and they will be deemed to be included in the bid the same as though herein written out in full. 9.0 METHOD OF AWARD - LOWEST QUALIFIED BIDDER: The City will adhere to the selection process as set forth in the Administrative Policies and Procedures Manual. Copies of the applicable policies and procedures may be obtained from the Purchasing Officer. 10.0 OBLIGATION OF BIDDER: At the time of the opening of bids, each Bidder will be presumed to have read and to be thoroughly familiar with the specifications and bid documents (including all addenda). The failure or omission of any Bidder to examine any form, instrument or document will in no way relieve any bidder from any obligation in respect of his bid. BID FOR UNIT PRICE Place: City of Fayetteville, Arkansas Date: Proposal of (hereinafter called "Bidder") a corporation, organized and existing under the laws of the State of , a partnership, or anindividual doing business as To the City of Fayetteville, Arkansas (hereinafter called "City"). The Bidder, in compliance with your invitation for bids for Solid Waste Containers, having examined the specifications with related bid documents and being familiar with all of the conditions surrounding the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies, and to complete the project in accordance with the bid documents and at the prices stated below. These prices are to cover all expenses incurred in performing the work required under the bid documents, of which this proposal is a part. Bidder hereby proposes to perform the work described in the Bid Documents and Specifications for the following unit prices. ITEM UNIT NO. DESCRIPTION PRICE 1. Rear Load Container, 2 cubic yard 2. Front Load Container, 4 cubic yard 3. Front Load Container, 6 cubic yard 4. Front Load Container, 8 cubic yard 5. Front Load Recycling Container, 4 cubic yard 6. Front Load Recycling Container, 6 cubic yard 7. Front Load Recycling Container, 8 cubic yard The prices shall remain valid for the next 180 days after selection of winning bidder. The city may 5! 0 make purchases of up to 300 containers of various sizes. All purchases will be in groups of no less than one truck load and may be as frequently as every two weeks. The above unit prices will include all labor, materials, equipment, overhead, profit, insurance, freight, shipping, handling, etc..., to cover the finished work called for delivered to the City. Bidder understands that the City reserves the right to reject any or all bids and to waive informalities in the bidding. The Bidder agrees that his bid will be good and may not be withdrawn for a period of sixty (60) calendar days after closing time for receiving bids. Respectfully submitted: By: Title (Business Address and Zip Code) SEAL - (if bid by a Corporation) 5 0 GENERAL SPECIFICATION Rear Load Containers (2 cubic yards) Front Load Containers (2 cubic yards) Front Load Slant Top Containers (4, 6, & 8 cubic yards) Section 10 10.01 Top Channels: Front. Rear. and Sides. All surrounding channels shall be at least 13 gauge steel and be formed into a "C" shape with a minimum height of three (3) inches, and a minimum width of one and one half (1'/2) inches. 10.02 Floor Supports. There shall be formed support channels two and one half (2'/2) inches wide and one and one half (1'/2) inches deep constructed on 10 gauge material. Side to Side: Three (3) each on the four yard containers, four (4) each on the six yard containers, and four (4) each on the eight yard containers. 10.03 "A" Frame Lifts. On "A" frame lift containers, the main vertical support channels shall be a formed one fourth (''4) inch steel channel at least three and three fourth (3%) inches wide with a one and one half (1 %2) inch flange and run from the top to the bottom of the container. The backing plate and other component parts shall also be a minimum of one fourth ('/4) inch plate. The only exceptions will be the front rail reinforcement channel and upper cross channel which will be at least seven (7) gauge steel. In addition, the pin holes shall be reinforced with an additional one fourth ('/4) inch steel plate to provide a minimum of one half (%2) inch total thickness at the pin holes. All containers shall have the "A" frame lifts continuously welded securing them to the container. 10.04 Hydraulic Lift Bar. All two yard rear loading containers should be equipped for use with a hydraulic lift bar. 10.05 Plastic Lids. Plastic lids shall be double walled and made of at least 25% post consumer plastic and contain high density polyethylene custom molded with premium quality U.V. stabilizers for flexibility and long life in any climate. Plastic lids shall be equipped with multiple hinge points and reinforcing ribs along with crowned design to assure complete water run-off, and the large front handles are molded in (no added pieces) for easy opening. 10.06 Lid and Rear Covers. The rear lid panel shall be a solid single piece with center crown to allow water to runoff the sides. Heavy duty hinges are required to maintain the structural integrity of the lid rod. A lid stop shall be attached to prevent lid hang-up on truck hopper cover. The standard lightweight, low maintenance, tow lid design with lid stop shall permit lids to remain open when required. The lids should close automatically when container is emptied. 10.07 Lid Hinge Rod. The lid hinge rod shall be a minimum of seven sixteenths (7/16) inches round, solid steel bar securely fastened at each end, yet removable for easy replacement. The lid hinge rod shall be plated for long lasting, trouble free hinge action. 6 10.08 Drain Hole. All containers shall have a one (1) inch drain hole for removal of excess fluids. The drain hole shall be fitted with a tight fitting plug designed so as not to allow liquid seepage. The plug shall also be made from material that will not allow it to rust to the drain hole and prevent removal. 10.09 Finish. All containers shall be cleaned of all weld splatter, loose rust and other foreign matter before painting. The cleaned surface shall be primed inside and outside with a quality rust inhibiting primer and allowed to dry before the finish coat is applied. The finish coat shall be #315(Burgundy) in color for two, four, six, and eight yard front and rear load containers and #441(Light Brown) for all four, six, and eight yard recycling containers. The colors listed are based on the Industrial Color Systems Selection Book. The finish shall be of a quality enamel applied with adequate coverage so as to protect the surface from the elements and to enhance the appearance of the container. All bidders please verify exact color selections prior to bidding. If bidders are unable to use said specified color choices, please send color swatches with bid. 10.10 Steel Specifications. All steel used in the container shall be new, free of excessive rust and be within standard mill tolerances for C1018 steel sheet. The minimum allowable thickness for steel gauges are as follows: 14 Gauge —' Minimum .071" 10 Gauge—' Minimum .127" 13 Gauge— Minimum .082" 7 Gauge—' Minimum .171" 12 Gauge --' Minimum .097" '/. Gauge -' Minimum .235" 10.11 End Panels. (4, 6, & 8 cubic yard containers -4 12 gauge, 2 cubic yard containers —' 14 gauge) The end panels shall be a one (1) piece tapered steel sheet and shall be designed in such a manner as to bend around the outside and bottom comers and overlap the adjoining panels thereby eliminating the need for comer welds in the body panels. 10.12 Main Body Panels. (4, 6, & 8 cubic yard containers—' 12 gauge) The main body panels consisting of the front, rear, and floor panels shall be twelve (12) gauge steel and also designed in such a manner as to overlap the adjoining panel in such a manner as to eliminate the need for comer welds. (2 cubic yard containers) The main body panel shall be one piece, 14 gauge steel sheet extending down the front, across the bottom and up the rear side of the container. 10.13 Floor Panels. The floor panels shall be twelve (12) gauge steel and also designed in a manner to overlap the adjoining sides, back and front to eliminate the need for comer welds. 10.14 Casters. All two yard containers must come equipped with four (4) swivel 6" rubber tire casters. 7 • STAFF REVIEW FORM • X AGENDA REQUEST CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of December 4, 2001 FROM: Gary Dumas Solid Waste Environmental Services Name Division Department ACTION REQUIRED: Approval of resolution authorizing purchase up to $55,00W for 2 to 8 yard containers for the Solid Waste Division for lease and/or purchase of �ulti family and small commercial customers (Bid 01 - 56). COST TO CITY: $55,000 Cost of this Request 5500-5010-5890-00 Account Number Project Number BUDGET REVIEW: $120.000 Category/Project Budget $120.000 Funds Used To Date Remaining Balance X Budgeted Item Dumpster Lease Program Category/Project Name Program Name Solid Waste Fund X Budget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: GRANTING AGENCY: 11/14/6/ oco'nnting Manager Date ADA Coordinator Date /1 Ib/D City torney ' Date Internal itor Date Purchasing Officer Date Grant Officer Date STAFF RECOMMENDATION: Division Head D partme t O'rrectorr Adm' Svcs Director ayor Date Date Date Date 0 Cross Reference New Item: Yes No Prev Ord/Res #: Orig Contract Date: • STAFF REVIEW FORM • Page 2 Description Comments: Budget Coordinator Accounting Manager City Attorney Purchasing Officer ADA Coordinator Internal Auditor Grants Offcier Meeting Date Reference Comments: Reference Comments: Reference Comments: Reference Comments; Reference Comments: Reference Comments: Reference Comments: FAYETTEV&LE THE CITY OF FAYETTEVILLE. ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Gary Dumas, Utilities Services From: Heather Woodruff, City Clerk Date: December 6, 2001 Please find attached a copy of Resolution No. 163-01 approving the purchase of up to three hundred (300) trash containers of various sizes from Gregory Manufacturing, Inc. The original will be microfilmed and filed with the City Clerk Your budget adjustment form has been forwarded to Budget and Research. cc: Nancy Smith, Internal Audit Steve Davis, Budget & Research Carol Hill, Environmental Affairs 010 03 23ty of Fayetteville Update Index Maintenance Document Itent Action Reference Date Ref. Taken Brief Description RES 12042001 163 PURCHASE OF TRASH CONTAINERS Enter Keywords........: RES. 163-01 [e9S[d.):'fui\.iiiyitWiiil:ii:fr__ 1 File Reference #......: Security Class........: Expiration Date.......: Date for Cont/Referred: Name Referred to......: 12/11/2001 9:36:56 Retention Type: **** Active *7"F Cmdl-Return Cmd8-Retention Cmd4-Delete Cmd3-End Press 'ENTER' to Continue Cmd5-Abstract Yes No (c) 1986-1992 Munimetrix Systems Corp.