HomeMy WebLinkAbout195-02 RESOLUTIONRESOLUTION NO. 195-02
A RESOLUTION APPROVING THE PURCHASE OF ONE
THOUSAND FIVE HUNDRED (1500) RECYCLING BINS AND
TWO THOUSAND (2000) LIDS FOR THE AMOUNT OF
THIRTEEN THOUSAND SIX HUNDRED SIXTY-SIX DOLLARS
AND NINE CENTS ($13,666.09) FROM REHRIG PACIFIC
COMPANY FOR THE CITY'S CURBSIDE RECYCLING
PROGRAM.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas
hereby approves the purchase of One Thousand Five Hundred (1500) recycling
bins and Two Thousand (2000) lids in the amount of Thirteen Thousand Six
Hundred Sixty -Six Dollars and Nine Cents ($13,666.09) from Rehrig Pacific
Company for the city's curbside recycling program.
PASSED and APPROVED this 17th day of December, 2002.
By:a ZseY
�I4.
EATHER WOODRUFF, ty Clerk
APPROVED:
By
i
NAME OF FILE:
CROSS REFERENCE:
Item #
Date
Resolution No.195-02
Document
1
12/17/02
Resolution # 195-02
2
12/04/02
Staff Review Form
3
12/26/02
Memo from Heather Woodruff, City Clerk to Brian Pugh, Solid
Waste
NOTES:
•
XX Agenda Request
_ Contract Review
Grant Review
STAFF REVIEW FORM
For the Fayetteville City Council Meeting of: December 17, 2002
FROM:
Brian Pugh
Name
•
Solid Waste and Recycling General Services
riTCEf1/r-r
NOV 26 2002
ACCTG. DEN:
Division Department
ACTION REQUIRED: Approve resolution authorizing purchase of recycling bins and lids
from Rehrig Pacific in the amount of $4.30 per bin and $3.08 per lid.
COST TO CITY:
$13,666.09
Cost of this Request
5500•S060.s8yo,00
Account Number
Ozo37,
Project Number
BUDGET REVIEW:
/7/,
'Budget Mana
QS,cUO. ou
Category/Project Budget
Of ou
Funds Used to Date
tlSO0o ,0o
Remaining Balance
k Budgeted Item
Category/Project Name
Program Name
Fund
Budget Adjustment Attached
Administrative Services Director
CONTRACT/GRANT/LEASE REVIEW GRANTING AGENCY:
Accounting Manager
Vat' _
City Atto y Date
Purchasing Officer Date
I0422 -Da
ADA Coordinator
Date
Internal A !. itor
STAFF RECOMMENDATION: Approve Resolution
Division Head
- .._'fin
Department D re ' or
Ad
Mayor
Live ervicesj 1 irector
spin
I
Date
/2-2 -O)—
Date
,z/7/77----
Date
l 1 /220162.
Date
Cross Reference
New Item:_ Yes _ No
Prev Ord/Res #:
Orig Contract Date:
i
STAFF REVIEW FORM
Description: Recycling Bins and lids Meeting Date
Comments: Reference Comments:
Budget Coordinator
Accounting Manager
City Attomey
Purchasing Officer
ADA Coordinator
Internal Auditor
•
•
1
• •
To: Gary Dumas
From: Brian Pugh
Date: Friday, November 22"a, 2002
Subject: Approve Resolution for Purchase of Recycling Bins — Bid 02-70
Background:
The Solid Waste and Recycling Division requested bids for the purchase of 1,500 18 gallon
recycling bins and 2,000 lids on November 7, 2002. Three manufacturers submitted bids, they
were: SCL Plastics, Rehrig Pacific Company, and Busch Systems International, Inc.
Discussion:
The prices bid for the bins and lid were as follows: SCL Plastics, bins -$4 01, lids -$2 19; Rehrig
Pacific, bins -$4.30, lids -$3 08, Busch Systems, bins $4.06, lids -$2.31.
Of the three bids submitted SCL Plastics and Busch Systems did not meet the specs for the dome
lid requested. They submitted bids for flat lids which are not applicable for the purposes of our
curbside recycling program.
Recommendations:
Approve the bid of Rehrig Pacific for purchase of 1,500 recycling bins and 2,000 lids for the
city's curbside recycling program.
Solid Waste and Recycling Division
1560 Happy Hollow Road.
Fayetteville, Arkansas 72701
Telephone: 479-575-8398
Fax: 479-444-3478
Email. bpugh@ci.fayetteville.ar.us
Sent•By: HP LaserJet 3100;
O a
b b b b
•
4795758241;
18 -Nov -02 1:11AM;
Page 1/1
sy 5
DD
@yB
0
D
5 It
s D
G
gal
o '-9
7i
IP
g
g
1111
0
li
li
li
i4
il
1i
Till
�i4
1
GG
Iy
'
1
VL
""
4i�n
Rf
Ig
RI!!°
11§I»»I
o
14.t
k.1
G
1
N
\
N
\
O
"1
3
'I-
1
el,—a
c
-o
-
_
1
J
Page 1/1
sy 5
DD
@yB
0
D
5 It
s D
G
gal
o '-9
7i
IP
g
g
1111
NORTHWES ARKANSAS EDITION
Y^..
Arkansas Democrat .rrz» (5AZCtte
AFFIDAVIT OF PUBLICATION
•
I (B JP litlajtti) , do solemnly swear that I am
Leg I Clerk of the Arkansas Democrat -Gazette newspaper, printed and
published in Lowell, Arkansas, and that from my own personal knowledge
and reference to the files of said publication, the advertisement of:
Qe (Nr): 09 1/0
//-U)
was inserted in the regular editions on
** Publication Charge: $ • r 5
Subscribed and sworn to before me this
II
day of
N O ✓ , 2002.
I is
Notary ' u s is Official Seal
TAMMY ALLEN
Nola Public -Arkansas
My Co missioa tJ CQUNTM
My Commission Expires 11-05-2011
Please do not pay from Affidavit.
An invoice will be sent.
NOTICE TO BIDDERS
BID N0.02.70 Recycling Bins 6 Lid-
so0as waste Containers
The City 01 Faiener0le, Arkansas, was
receive sealed bids et the City Id.
mrwbatcn Office, City Hall.
3062.1 l7.Wal Mountain SNeeI.
Fayenae, Arkansas until Noram.
-LwMay IB7rdth, 2002, 11 11:00
•m b dw above mentioned dem
Bid lana may be obtained hom the
Mos, located n Room
706, Yd 01 the City Mminii.
triton Budding
The City reserves the right to reject
any and a0 bids. and to weirs 101-
milli.,
ormaftus deemed to be in the City's
Pe
test Hat.
Purchary Manager
11654657
IIhIROM
212 NORTH EAST AVENUE • P.O. BOX 1607 • FAYETfEVILLE, ARKANSAS 72702 • (501) 442-1700
• •
CITY OF FAYETTEVILLE
113 West Mountain Street
Fayetteville, Arkansas 72701
Solid Waste Division
(479) 575-8398
BID #: 02-70 DATE ISSUED: November 7, 2002
DATE & TIME OF OPENING: November 18, 2002 - 11:00 A.M.
BUYER: Peggy Vice, Purchasing Manager, Room 306, (479) 575-8289
DELIVERY DATE: ASAP after issue of purchase order and notice to proceed
F.O.B.: Fayetteville, Arkansas
ITEM: DESCRIPTION: QUANTITY: UNIT PRICE: TOTAL PRICE:
1. Curbside Recycling Bin 1,500 $ $4.30 $ $6,450.00
2. Lids for Recycling Bins 2,000 $ $3.08 $ $6,160.00
Subtotal $ $12,610.00
Tax $ $1,056.09
Total Bid Price: $ $13,666.09
Quantities are estimated only and actual quantities':purchaseil will depend on public demand and
budget availability.
EXECUTION OF BID - Upon signing this Bid, the bidder certifies that they have read and agree to
the requirements set forth in this bid proposal, including specifications, terms and standard
• •
conditions, and pertinent information regarding the articles being bid on, and agree to furnish these
articles at the prices stated. Unsigned bids will he rejected. items marked * are mandatory for
consideration.
*NAME OF FIRM: REHRIG PACIFIC COMPANY
*BUSINESS ADDRESS: 625 W. MOCKINGBIRD LANE
*CITY: DALLAS *STATE: TEXAS *ZIP: 75247
*PHONE: (800) 426-9189 Ext 136. *FAX: (214) 631-0615
*AUTHORIZED SIGNATURE: jne.-Zo.
* III LE: ENVIRONMENTAL SALES REPRESENTATIVE
PLEASE NOTE: ALL ITEMS MARKED * ARE CONSIDERED MANDATORY
REQUIREMENTS FOR CONSIDERATION OF BID. FAILURE TO COMPLETE THESE
ITEMS MAY RESULT IN REJECTION OF BID.
• •
CITY OF FAYETTEVILLE, ARKANSAS
BID # 02-70
SPECIAL TERMS & CONDITIONS
This request for bid is not to be construed as an offer, a contract, or a commitment of any kind; nor
does it commit the city to pay any costs incurred by the bidder in the preparation of this bid.
1. All bids shall be submitted on forms provided by the City with the item bid and the bid
number stated on the face of the sealed envelope. Bidders MUST provide the City with their
bids signed by an employee or officer having legal authority to submit bids on behalf of the
bidder. The entire cost of preparing and providing responses shall be borne by the bidder.
2. Bidders shall include all applicable local, state, and federal tax in this bid. The responsibility
of payment shall remain with the successful bidder. Tax amount MUST show as a separate
item.
3. Bids received after the date and time set for receiving bids will NOT be considered. The
City will NOT be responsible for misdirected bids. Vendors should call the Purchasing
Office at (479) 575-8289 to insure receipt of their bid documents prior to opening date and
time listed on the bid form.
The City reserves the right to accept or reject any all bids, waive formalities in the bidding
and make a bid award deemed to be in the best interest of the City. The City shall be able
to purchase more or less than the quantity indicated subject to availability of funds.
Time is specifically made of the essence of this contract and failure to deliver on or before
the time specified in the contract may subject the contractor to the payment of damages.
6. All bid prices shall be FOB Solid Waste Division, 1560 South Happy Hollow Road,
Fayetteville, Arkansas, 72701, and shall include all labor, materials, overhead, profit,
insurance, shipping, etc., to cover the furnishing of the unit(s) bid.
7. Five Year Manufacturers Warranty shall apply to each unit as specified. A copy of the
applicable warranty MUST accompany the bid with any exception to the warranty clearly
noted on the Bid Form.
8. Any exception to the requirements of the City of Fayetteville MUST be noted on the Bid
Form. If products other than those described on the bid document are proposed, the bidder
must include complete descriptive literature and technical specifications. The City reserves
the right to request any additional information it deems necessary from any or all bidders
after the submission deadline.
9. All items marked "MANDATORY REQUIREMENTS FOR CONSIDERATION OF
BID" MUST be completed and returned with the bid or the bid may be considered a non-
responsive and rejected on that basis.
fs
• •
GENERAL SPECIFICATIONS
CURBSIDE RECYCLING BINS AND ACCESSORIES
General specification requirements are as follows. for CURBSIDE RECYCLING BINS AND
ACCESSORIES. These are MINIMUM SPECIFICATIONS ONLY and are not limited or restricted
to the following.
ALL UPGRADE OR DOWNGRADE VARIATIONS/DEVIATIONS/SUBSTITUTIONS
MUST BE CLEARLY ANNOTATED IN THE ABSENCE OF SUCH STATEMENTS. THE
BID SHALL BE ACCEPTED AS IN STRICT COMPLIANCE WITH ALL TERMS,
CONDITIONS. AND SPECIFICATIONS AND THE SUPPLIER SHALL BE HELD LIABLE.
Alternates will be considered provided each Supplier clearly states on the face of his proposal exactly
what he proposes to furnish and forwards necessary descriptive material which will clearly indicate
the character of the article covered by his/her bid. All bids are subject to Staff analysis.
All Units Bid shall show deviations to line item specifications on the "Minimum Specification"
attached with referral to each item. Utilizing a copy of these specifications with variations
"highlighted" and specifics noted is suggested.
Bidder shall deliver a sample bin and lid for inspection to the Solid Waste Division at 1560 South
Happy Hollow Road, Fayetteville, Arkansas 72701 which shall be identical to the unit being bid,
including hot stamps which will faithfully represent the quality available. All shipping costs for the
delivery of this sample will be borne by the bidder.
The City of Fayetteville reserves the right to accept the best bid for the City, and is not required to
accept the lowest priced bid. The City also reserves the right to reject any or all bids and will be the
sole judge of what comprises the best and most advantageous umt to meet the needs of the City.
1. GENERAL. It is the intent and purpose of these specifications to secure for the purchaser
the necessary products which will be capable of performing in a safe, practical and efficient
manner consistent with accepted commercial standards.
2. MATERIALS AND WORKMANSHIP: All products, materials, and workmanship shall be
of the highest grade in accordance with modern practices. The products supplied will be new
and unused.
• •
MINIMUM TECHNICAL SPECIFICATIONS
Item 1. CURBSIDE RECYCLING BIN
1. USAGE:
a. This product will be used by the Solid Waste Division for curbside collection of
recyclable materials.
2. GENERAL.
a. The specification is for household recycling bins for use in the City of Fayetteville
Curbside Recycling Program.
Bins purchased must be new and shall meet all specifications.
c. Residents will place recyclable materials (aluminum, steel, glass, #1 & #2 plastic
containers, chipboard, and junk mail) in recycling bins, then place them at the curb
for collection by city recycling crews. Cardboard and newspaper will be bundled
separately and placed next to bin for collections.
d. Bins will be rectangular, with solid sides (no mesh walls or cut out front), open top,
and no sharp corners or edges.
3. BIN QUALITY AND DESIGN:
a Bin capacity shall be a maximum of 19 0 U.S. gallons and weigh a maximum of 5.0
pounds. Minimum bin capacity shall not be less than 18.0 U.S. gallons. The
minimum thickness of the walls shall be 110 mils on the side and 120 mils on the
bottom.
b. Bins shall have four (4) holes in the bottom for drainage and shall be raised off the
ground to allow drainage to occur.
Bins shall have two (2) molded, pocket type handles on both ends, of adequate size
to facilitate lifting with gloved hands.
d. Maximum outside dimensions shall be 13.50" height; 25.25" length; and 17.60"
width.
e. Maximum inside dimensions shall be 13.00" height; 20.25" length; and 14.60" width.
f. Bins shall be Kelly Green in color with hot stamp artwork in reflective white.
g. Bins shall have space available on both sides and end panels for separate hot stamp
images. Hot stamped text and graphics will be applied on side panels. Both sides
• •
shall be printed in English. The text and graphics are attached to and made a part
herenf the hid snecifications.
h. The month and year of manufacture shall be molded clearly into each container.
4. MATERIAL REOUIREMENTS.
a. Bins shall be one-piece, molded of high density polyethylene plastic.
b. Bins shall contain a minimum of 50% post -consumer recycled plastic. Bidders
should state clearly the actual percent of post -consumer recycled plastic contained in
each bin. It is the City's intent, if prices are comparable, to purchase the bin with the
largest post -consumer content.
c. Bid shall include contact information for post -consumer recycled plastic supplier.
d. Bin material shall be formulated with ultraviolet stabilizer to prevent deterioration
and sufficient pigmentation to resist discoloration in sunlight.
5. FUNCTIONAL/PERFORMANCE REOUIREMENTS.
a. Bins shall have a minimum rated capacity of fifty pounds.
b. Bins shall withstand climate extremes of -10 to 120 degrees Fahrenheit.
c. Bin body and hot stamped areas shall be cleanable with household cleaners without
damage or defacement.
6. SAMPLES, INSPECTION, AND TEST REOUIREMENTS.
a. Bidder shall deliver a sample bin and lid for inspection to the Solid Waste Division
at 1560 South Happy Hollow Road, Fayetteville, Arkansas 72701 which shall be
identical to the unit being bid, including hot stamps which will faithfully represent
the quality available. All shipping costs for the delivery of this sample will be borne
by the bidder. Bids shall be sent to the Purchasing Office at 113 West Mountain
Street, Fayetteville, Arkansas 72701.
b. Bidder shall submit Certification of Freezer Drop Test confirming compliance with
specification in 5b.
c. At the time of distribution to individual residents, each unit shall be inspected for
condition and specification compliance by the City representative. If a unit has to be
rejected for any reason, the selling dealer shall be required to pick up the unit at the
point of delivery to the City, and provide the City with credit, refund, or replacement,
whichever is requested by the City, m a timely manner.
• •
Item 2. LIDS FOR RECYCLING BINS
1. USAGE:
a. This product will be used by our residential sector to protect the curbside recyclables
from inclement weather.
2. GENERAL:
a. The specification is for lids for recycling bins used in the City of Fayetteville
Curbside Recycling Program.
b. Lids for recycling bins must be of a locking dome variety.
c: Hinge tops will not be accepted.
3. LID OUALITY AND DESIGN:
a. Lids for recycling bins shall have a minimum three (3) U.S. gallon capacity as an
accessory.
b. The minimum thickness of the lids shall be 110 mils.
c. Lids shall have a snap -lock which holds securely and conforms to handles.
d. Lids shall be black in color.
e. The month and year of manufacture shall be molded clearly into each lid.
f. Flat surface lids will not be accepted.
4. MATERIAL REOUIREMENTS.
a. Lids shall be one-piece, molded of high density polyethylene plastic.
b. Lids shall contain a minimum of 50% post -consumer recycled plastic.
c. Lid material shall be formulated with ultraviolet stabilizer to prevent deterioration
and sufficient pigmentation to resist discoloration in sunlight.
FUNCTIONAL/PERFORMANCE REOUIREMENTS.
• •
a. Lids shall withstand climate extremes of -10 to 120 degrees Fahrenheit.
6. SAMPLES, INSPECTION, AND TEST REQUIREMENTS.
a. Bidder shall deliver a sample lid for inspection to the City which shall be identical
to the unit being bid. All shipping costs for the delivery of this sample will be borne
by the bidder.
b. Bidder shall submit Certification of Freezer Drop Test confirming compliance with
specification in 5a.
c. At the time of distribution to individual residents, each unit shall be inspected for
condition and specification compliance by the City representative. If a unit has to be
rejected for any reason, the selling dealer shall be required to pick up the unit at the
point of delivery to the City, and provide the City with credit, refund, or replacement,
whichever is requested by the City, in a timely manner.
4
• •
i 41;111,( �J, 11111 p x.11an
j0
CITY OF FAYETTEVILLE, ARKANSAS
BID NUMBER 02-70
November 18, 2002
WARRANTY: Under normal and intended use, the containers are 100%
Guaranteed to be free from defects due to workmanship
and materials for a period of five (5) years. By meeting
these terms the containers would be completely replaced
at no cost to the City of Fayetteville, AR
REFERENCES: Available upon request.
MANUFACTURER: REHRIG PACIFIC COMPANY
625 W Mockingbird Lane
Dallas, TX 75247
Years in Business: 88
625 W. MOCKINGBIRD LANE • DALLAS, TEXAS 75247 / 214 • 631-7943
QUALITY CONTAINERS FOR INDUSTRY SINCE 1913
011"
• aI
At, r 14, 1 fir.' m7
�
i<eJjrN yawicxaunc ' um'pall'u
BID NUMBER: 02-70
CITY OF FAYE1 1EVILLE, ARKANSAS
CURBSIDE RECYCLE BINS AND LIDS
RECYCLED CONTENT IN THE BINS AND LIDS
ONE OF THE COMPANIES THAT REHRIG PACIFIC PURCHASES Its RECYCLED
MATERIAL IS KW PLASTICS IN TROY, ALABAMA.
WE CAN MIX PCR WITH VIRGIN RESIN OR REGRIND TO MAKE MOST OF
OUR PRODUCTS. IF REHRIG PACIFIC IS AWARDED THE BID,
WE WILL SUPPLY THE CITY OF FAYEI IEVILLE, ARKANSAS WITH RECYCLE
BINS AND LIDS CONTAINING 50% PCR.
BELOW IS THE CONTACT INFORMATION YOU REQUESTED:
KW PLASTICS
TROY, AL
WILLIAM BROWN
(800) 633-8744
625 W. MOCKINGBIRD LANE • DALLAS. TEXAS 75247 /214 • 631-7943
QUALITY CONTAINERS FOR INDUSTRY SINCE 1913
01111
J z
•
12-1'2-1995 I0:37AM FR REHRIC PACIFIC—ERIE 814 45539.
s' \ Ulvil�l) s1ATES TESI.1Nti COMPANY, INC.
California Division •
5555 Telegraph Road, Lot Angeles, California 90040
Telephone: (213) 723-7181 • That 35-0025 • Fax: (213) 722.8251
REPORT OF TEST
err,
•
CUENT: Rehrig Pacific Company
4010 Bast 26th Street
Los Angeles, CA 90023
176581
12-6-89
SUHJECT: Drop Impact Testing of Plastic Recycling Containers.
RFF.R NrnC-
1. Conferences and correspondence with Mr. Arne Lang -Ree
commencing November 27, 1989.
2. Purchase Order Number 3811.
3 "Specifications for Curbside Recyling Containers"
the Client's retype of same with modifications
provided byand
the Client. , both
•aSBMPI.P I1PQf nr
nainii
The Client submitted and identified fifteen red colored. 18
gallon molded plastic recycle bin containers.
Each bin measured approximately 17 inches by 24 inches by
13 1/2 inches deep.
The purpose
f this
Projectng on was
to perform the Client speci-
fied dro
p mpeonditioning at minus 20•thendi ° recycle containers
afterP and 120°F.
SIGNED FOR r. ECO PANY
2
Michael estop
•
Papeloi
sb Test Engineer
Engineering t •hen Ca le
La ()oratorios g Department Engineering Lab
'torsos ln: New York • Engineering Supervisor
La rou•ILr J.s ittq•[.. •Ne mobil Age Chlcapo • Los /�. g eering Deps rtmen
inir .. SINS(' L0V.Y.. �.t Da nl sa until •Q.T M•vlet I• Richland • t
ao
Olin mud' O W 1• • °• �'a'•V'• •n• 101 t0 •1 V• p ♦'V•
•a , ant b tq 4+In to_ro., r • Modesto
' �"TVIBa
9•q t0.•VLq O. Y• 70 PIC •W"Lar�O <OWq.. INC•, a, • V DI. .a L..LV VIyILI{ \ "L[ Y1
[-1 dMU4• co tall DoH t IL I• warms _ .ovrU .. SLD ..• ,&, , • ,• , -1
't n. l.i ter r•Dr as tn'1a.1V.\a •• r{e el aim
ru Iv A6 ', a .• c , °, "o til Gbr.y NNC ..p 1 nal"( aI 1 ts .r Omni,
1
ot1.Nl YMIV\L..1 L.0a'1:•••••••••••r. 4r•°.O pr..` O.II.Mr M.t°1 N�LDVVVr11.G110 Y. UIY
^¢ V n..••.DI w weL .D u.ql
••w6.4•1 . Ibs,wan .n. 'WD•bw.. r' _ Ih•••1. ,
fWw.• y...0..•nVun.r .T r. ODVC4u .D/.r•y^LL.1..-rO r'OV .-. of ..e 4.e[o ,.' V• 01..1
S
•� •O• A M1 ! !•4v tY w.w .•. qN.. r r.w• wti••wa..•l w plr•0'ttttt lo r.p ••
Member of Qn SQ Oteclo (BoclilerGerF 1 D' w^w.•... 1•11"4 co.
e Oe 6vmu[arlCe)
•
'12-12-t995 10:38AM FRO' EHRIG PACIFIC -ERIE 814 45539.
UNITED STATES TESTING COMPANY, INC.
• TENT: Rehrig Pacific
•
176581
4ROC_Fi?[� Imo_
Six bins were
Imo Immediately for 24 hours at a temperature of
minus 20°F.
eachnbin was Imm y after removal from the chamber,
6 feet and once from 8nce feet. Eachcontainerwasht of 4 t released
from an upright once from
from
a weight horizontal position with 50 pounds of addi-
tional
Theu weogmtywdisributed over the bottom of thec
Three bens were dropped also conditioned to
Three bins were pped onto a flat horizontal minus e. p
dropped onto a 45 degree surface.
Six bins were then tested g inclined surface.
conditioning temperature ofsl200°Fined above but using a
After each drop, the bins were o
damage, visually inspected for
None of the one dozen bins dropped onto the horizontal
or inclined surface at minus 20 F or plus IZO'p were
damaged except for superficial scuffing on the bottom.
A ! 7t • * * * • * * * A
Page 2
P. 3
DEC -11-1995 14:31
F'le Nd
Lob oralit�
,I
II
ENRIG I
•
ds Arii
I
LAB JEC:
I d
•
R
•4
L
•
0
FRO REHRIG PACIFIC CO
n-Eriitf tA" CCM! SPAN V
+re L1.dtladc4i tenni Lthwgury. EaeN,.MI 1004
12187
y No.:
L-87-2528-8
f*CIFIC Co:'
i 26th St;'
es, CA'.90023
Drop Test on Recycling Bins
et 13, ig87 REPORT OF TEST
t 13, 19V a Smibhsided Com an
e y representative witnessed'
and;on solid -sided green -colored plastic bins marked!
at A1.1 tests
were conducted latwtheejRalp plastic bins marked
.South Wilmington Avenue Ph s Cold Storage
wa.s placed
, Compton, California.
on: Oct
dr`iop . to
• `Nlewspa
'Glass.."I.
Weireho vls
Each .b.i.
of minj1
room an
A :forty
frpm va
After e
crgckiA
test re
TO •
RPC -DAL P.0z
October 26., 1987
!:transportedlhinside the coldstorageroom at a temperature
y minutes, removed
frOm 8approximately thirty feet to -the htest la storage
pound load w placed '
area,
was iiroPPeci
iou
s measured heights In the bin and the bin
9 onto a concrete floor.
ell drop,, a bin was
)�f the 'pllastic material. lned for any
fj' and PhotoPlease see
its
Photographs.
Reekt
per4 ily subtTl.i'tted
SM;x.TH- ) COypANY ,
�F41ERy
/076eL
�;• Holton
sinter No.:3.9613
'i
TDH: rprl
1
•
70/•Eau u
.,6s
AnivIn (is
(77 11 749 341!I
1.
(
•
•a 6r*Qn,3.1.
•
How...l 0..w. SNIT -void
Bldg 114. A.. 14
Si.tF.nrnrn. [.7dn,n,s, 94114
sun..•..rnws r....n.ar.n•.... sasee..4131^821.8MP .. ...
visible. damage or
following pages for
•
Jl4 Q EunL• r,Im.A...w
An./4.,m. Cil,4 .. 928(14
17147 0364910
•
•
•
•
20'd le101
:
•
Co'd -roo-0dd
•
•
01
a
:.r'1:
{U
a
0 0 0 0 0 0 0 0
n <
to to 0 Eft 0
y. 1-. W t9 N
o60 � 17 0' roc 'o0.
0 w Core mIDart
,y0 �,• m Pr. Oa na:I•O IA - 0 I.
n 3 0 0•
3 I.. m i. i � j
Co
0" ID 0tO0Co
. 'd:: N • i
7• CD ; CD r, N O' tD 0
7 y
I
r .I! h7
R j rt Z
0 0 0 0 0 02 PM.
0 0; n t
n< .a<. n< rt H 1.
tl a
17 CT Po .0� a
mID
0 ta CD m m m O. H 1 .I
n O. n d. 0 0 .pt. r,
1-0. Ca I -d. DJra O. n6 ay Os
0 3 0 3 '`m r. m:
03 0 3
m
m •!;
COm
Q� Q0. ato 0tO .
7 7 7 alA'
1
t
a I t :S
0 I I•
XI:
•
'OD 7IdljK4 n1Y4pJ .-....
lehyis haiflc om
,,; pang
Ku I u East 26th Street
Los Angeles, CA 90023
18 GALLON BIN
(213) 262-5145
FAX 269-8506
Exterior: 25.25" x 17.60" x 13.50"
top
CURBSIDE RECYCLING CONTAINERS
SINGLE BIN SYSTEMS
MODEL RB -NL
DIMENSIONS
LENGTH WIDTH HEIGHT
Interior:
bottom
20.25" x 14.00" x 13.00"
Capacity: 18.2 gallons
Weight: 5.0 lbs.
Nesting ratio: 5.5 to 1
Min. wall thickness: 110 mils side
120 mils bottom
ACCESSORIES
• Two and three section dividers-
' Domed snap -on lid.
• Wheel kit installed without tools
DESIGN FEATURES
* Injection molded HDPE construction designed
for strength and long life.
* Ultra -violet stabilizers added to prevent fading
or material breakdown-
' May include up to 25% post -consumer
recycled plastic-
` 5 -year prorated warranty against defects in
material or workmanship-
' Available in a wide range of colors.
• Choice of branding areas for logos and
recycling slogans.
` Large sturdy handles to ease carrying
to curb.
` Designed for optional divider.
• Recessed bottom to contain liquids.
` Four raised drain holes in bottom-
` Tabs to secure plastic grocery bags.
• Cross -stackable for multi -bin systems.
EXTRA ROOM FOR
OVER -FULL LOADS CHANNELS PROVIDE STRENGTH
3 GAL. AOOEO ANO MULTI -BIN STACNABILITY
CAPACITY
DOME SHAPE
PERMITS
WATER
ORA (NAGE
DA AORCEO 131
fRENGTH
ISO
SNAP -LOCK HOLDS LID
ON SECURELY ANO
CONFORMS TO
HANDLE
NESTED BINS FOR SHIPPING
•
SCL A-1 Plastics Ltd.
241 Clarence Street
Brampton, Ontario
Canada
LBW 4P2
(905) 451-4800
(A-1 Recycling Div.)
(905) 451-9949
(Contract Oiv.)
Toll Free: (800) 777-0979
Fax: (905) 451-9977
E-mail: stip@idirect.com
•
City of Fayetteville
Attn. Purchasing — Peggy Vice
113 West Mountain Street
Fayetteville, AK
72701 USA
•
Bid No 02-70 For The Supply & Delivery of Curbside Recycling. Containers
-Thank you for inviting SCL A-1 Plastics Ltd. to quote on the City of Fayetteville's
requirements for 1,500 18 -gallon recycling containers, as well as 2,000 lids.
Attached please find our bid for the provision of our models 1019 18 -gallon and
1119 -Lid.
As noted on the bid forms you provided, there are differences between our
container & lid and your bid specifications. However, we can ensure you that our
18 -gallon container performs exceptionally well, despite slightly different
dimensions. Our model 1119 Lid is a flat surface lid, not dome shaped. This
should also not interfere with the regular recycling usage of the unit, as materials
are not usually stored in a lid.
SCL A-1 Plastics Ltd. has been in business for more than 20 years focusing solely
on waste diversion containers. We have provided over 21,000,000 homes and
businesses with quality containers. Our ergonomic designs are specified by many
communities who recognise efficiencies gained through product design.
SCL A-1 is committed to serving the recycling needs for the City of Fayetteville.
We have a history of superior service and products within communities all over
North America and look forward to providing these services to your community.
Any questions or comments can be directed to our Customer Service Department
at 1-800-777-0979 ext 21 or 22.
We look forward to working with you.
Sincerely
SCL A-1
tics Ltd.
v
Mark ,• rendt, ext 22
Pro. ict Manager
•
• •
CITY OF FAYETTEVILLE
113 West Mountain Street
Fayetteville, Arkansas 72701
Solid Waste Division
(479) 575-8398
BID #: 02-70 DATE ISSUED: November 7, 2002
DATE & TIME OF OPENING: November 18, 2002 - 11:00 A.M.
BUYER: Peggy Vice, Purchasing Manager, Room 306, (479) 575-8289
DELIVERY DATE: ASAP after issue of purchase order and notice to proceed
F.O.B.: Fayetteville, Arkansas
ITEM: DESCRIPTION: QUANTITY: UNIT PRICE:
TOTAL PRICE:
1. Curbside Recycling Bin 1,500
ay. o.,:C-t t•-
2. Lids for Recycling Bins 2,000
Subtotal
Tax
Total Bid Price:
•
$ 4 01
$ i •'�
$ (0 ,395 .Q"
Quantities are estimated only. and actual'quantitiespurchased will, depend. on publicdemand and_
budget availability.
. 4 - 0,xC.Q.e - ex -1.
c cop on S — trite_ •a1\a tiLQA : —o4 QX- 2
EXECUTION OF BID - Upon signing this Bid, the bidder certifies that they have read and agree to
the requirements set forth in this bid proposal, including specifications, terms and standard
• •
conditions, and pertinent information regarding the articles being bid on, and agree to furnish these
articles at. the nrices stated. Tlnsinned bids will he rejected. Ttems marked * are mandatory for
consideration.
*NAME OF FIRM: 6C-1--- Pvk PV2 ��� C Lk6N •
*BUSINESS ADDRESS. 241 Ciar'e.,(Nce_
*CITY:t,1
*STATE: OriVacke tEaCa*ZIP: 1 H\. 4Pa
*PHONE: t2CC) 777 CP0 I *FAX: \O> 451 c19-17
*AUTHORIZED SIGNATURE• � t Q�n
CaCi'1- f?J 1
*TITLE: 'C'OIN.LCC-4v \\4\aCA %ON
PLEASE NOTE: ALL ITEMS MARKED * ARE CONSIDERED MANDATORY
REQUIREMENTS FOR CONSIDERATION OF BID. FAILURE TO COMPLETE THESE
ITEMS MAY RESULT IN REJECTION OF BID.
•
•
MINIMUM TECHNICAL SPECIFICATIONS
Item 1. CURBSIDE RECYCLING BIN
1. USAGE:
a This product will be used by the Solid Waste Division for curbside collection of
recyclable materials.
GENERAL:
a. The specification is for household recycling bins for use in the City of Fayetteville
Curbside Recycling Program. ✓
b. Bins purchased must be new and shall meet all specifications. C.O rn P 1
c. Residents will place recyclable materials (aluminum, steel, glass, #1 & #2 plastic
containers, chipboard, and junk mail) in recycling bins, then place them at the curb
for collection by city recycling crews. Cardboard and newspaper will be bundled
separately and placed next to bin for collections.
d. Bins will be rectangular, with solid sides (no mesh walls or cut out front), open top,
and no sharp corners or edges. Ce i.n cA.`J
3. BIN QUALITY AND DESIGN:
a Bin capacity shall be a maximum of 19.0 U.S. gallons and weigh a maximum of 5.0
pounds. Minimum bin capacity shall not be less than 18.0 U.S. gallons. The
minimum thickness of the walls shall be 110 mils on the side and 120 mils on the
bottom. Co t��
b. Bins shall have four (4) holes in the bottom for drainage and shall be raised off the
ground to allow drainage to occur. CPV-
c. Bins shall have two (2) molded, pocket type handles on both ends, of adequate size
to facilitate lifting with gloved hands. etc n\ eLJ
d. Maximum outside dimensions shall be 13.50" height; 25.25" length; and 17.60"
width. CimctA6‘orys cAce I.
vi .5" %'4`� x 25 7Z"te_ 4& x 1b i/J:'
e. Maximum inside dimensions shall be 13.00" height; 20.25" length; and 14.60" width.
f. Bins shall be Kelly Green in color with hot stamp artwor r reflective
C=\cN2C S tAy;t2Cf �-r�-s\2v"? S' 3t' W C md" •
g. Bins shall have space available on both sides and end panels for separate hot stamp
images. Hot stamped text and graphics will be applied on side panels. Both sides
•
•
shall be printed in English. The text and graphics are attached to and made a part
hereof the hid snecifications.
h. The month and year of manufacture shall be molded clearly into each container.
4. MATERIAL REOUIREMENTS.
a. Bins shall be one-piece, molded of high density polyethylene plastic. Can
b. Bins shall contain a minimum of 50% post -consumer recycled plastic. Bidders
should state clearly the actual percent of post -consumer recycled plastic contained in
each bin. It is the City'sintent, if prices are comparable, to purchase the bin with the
largest post -consumer content. LGt-tl e
c. Bid shall include contact information for post -consumer recycled, plastic supplier.
d. Bin material shall be formulated with ultraviolet stabilizer to prevent deterioration
and sufficient pigmentation to resist discoloration in sunlight. Cpm ALL\
5. FUNCTIONAL/PERFORMANCE REOUIREMENTS.
a. Bins shall have a minimum rated capacity of fifty pounds. CCM (>,�
b. Bins shall withstand climate extremes of -10 to 120 degrees Fahrenheit. (`D(Ti Ot..)
Bin body and hot stamped areas shall be cleanable with household cleaners without
damage or defacement. Co rro\��
6. SAMPLES, INSPECTION, AND TEST REOUIREMENTS.
a. Bidder shall deliver a sample bin and lid for inspection to the Solid Waste Division
at 1560 South Happy Hollow Road, Fayetteville, Arkansas 72701 which shall be
identical to the unit being bid, including hot stamps which will faithfully represent
the quality available. All shipping costs for the delivery of this sample will be borne
by the bidder. Bids shall be sent to the Purchasing Office at 113 West Mountain
Street, Fayetteville, Arkansas 72701.
tatnav
b. Bidder shall submit Certification of Freezer Drop Test confirming compliance with
specification in 5b. CQ 7\,t)
c. At the time of distribution to individual residents, each unit shall be inspected for
condition and specification compliance by the City representative. If a unit has to be
rejected for any reason, the selling dealer shall be required to pick up the unit at the
point of delivery to the City, and provide the City with credit, refund, or replacement,
whichever is requested by the City, in a timely manner.
C!'v ()\j
• •
Item 2. LIDS FOR RECYCLING BINS
USAGE:
a. This product will be used by our residential sector to protect the curbside recyclables
from inclement weather. t/
2. GENERAL:
a. The specification is for lids for recycling bins used in the City of Fayetteville
Curbside Recycling Program. ✓
b. Lids for recycling bins must be of a locking dome variety.
c. Hinge tops will not be accepted. ✓
3. LID OUALITY AND DESIGN:
lock :5J3.Ckslas\-
V.o.
a. Lids for recycling bins shall have a minimum three (3) U.S. gallon capacity as an
accessory. - -1,71•A- ci.tm m Cavaci -j t .0Cr\-- 3‘.3e\\��
b. The minimum thickness of the Lids shall be 110 mils. Cern \6
c. Lids shall have a snap -lock which holds securely and conforms to handles.
(�a� Se_ \cdc1G
d. Lids shall be black in color.
ccfrci-k ,3
e. The month and year of manufacture shall be molded clearly into each lid..
Cc r-n?\`i
f. Flat surface lids will not be accepted..- 1_:3.s ,wK' -c\,i� L` cmc' L
4. MATERIAL REOUIREMENTS.
a. Lids shall be one-piece, molded of high density polyethylene plastic. cornek,
b. Lids shall contain a minimum of 50% post -consumer recycled plastic. Cern PA%
c. Lid material shall be formulated with ultraviolet stabilizer to prevent deterioration
and sufficient pigmentation to resist discoloration in sunlight. Lc rig 7� S
5. FUNCTIONAL/PERFORMANCE REOUIREMENTS.
•
Lids shall withstand climate extremes of -10 to 120 degrees Fahrenheit. CO I-11 P,`r
6. SAMPLES, INSPECTION, AND TEST REOUIREMENTS.
a. Bidder shall deliver a sample lid for inspection to the City which shall be identical
to the unit being bid. All shipping costs for the delivery of this sample will be borne
by the bidder. Se. n�
b. Bidder shall submit Certification of Freezer Drop Test confirming compliance with
specification in 5a.
c. At the time of distribution to individual residents, each unit shall be inspected for
condition and specification compliance by the City representative. If a unit has to be
rejected for any reason, the selling dealer shall be required to pick up the unit at the
point of delivery to the City, and provide the City with credit, refund, or replacement,
whichever is requested by the City, in a timely manner.