Loading...
HomeMy WebLinkAbout105-13 RESOLUTIONRESOLUTION NO. 105-13 A RESOLUTION AWARDING BID #13-27 AND AUTHORIZING A CONTRACT WITH REHRIG PACIFIC COMPANY IN THE AMOUNT OF $40,450.00 FOR THE PURCHASE OF CURBSIDE RECYCLING BINS AND LIDS AND APPROVING CONTINUING PURCHASES, AS NEEDED, FOR THE NEXT FIVE (5) YEARS PURSUANT TO BID PRICE ADJUSTMENTS 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 awards Bid #13-27 and authorizes a contract with Rehrig Pacific Company in the amount of $40,450.00 for the purchase of curbside recycling bins and lids and approving continuing purchases, as needed, for the next five (5) years pursuant to bid price adjustments. PASSED and APPROVED this 21St day of May, 2013. APPROVED: LOW ATTEST: It, �.Y►iSaMAI A 10 C0 LISA BRANSON, D� . • • • . VYR �k +.��G • GAT Y 0"•�sL`>. FAYETTEVILLE: V M -'J'1,i . 4 c`ise City of Fayetteville Staff Review Form Brian Pugh Submitted By City Council Agenda Items and Contracts, Leases or Agreements May 21,2013 City Council Meeting Date Agenda Items Only Solid Waste and Recycling Division Transportation Department Action Kequirea: )prove a resolution awarding Bid 13-27 to Rehrig Pacific for an initial bulk purchase of $40,450.00 for the purchase curbside recycling bins and lids, and approval to purchase recycling bins and lids on an as needed basis for a total five (5) years, with approved adjusted price increases as bid. 40,450.00 $ 201,281.00 Cost of this request Category / Project Budget 5500.5060.5227.00 $ 55, 277.17 Account Number Funds Used to Date Project Nurdber Budgeted Item $ 146, 003.83 Remaining Balance Budget Adjustment Attached Recycling Program Category / Project Name Materials and Supplies Program / Project Category Name Solid Waste Fund Name 7/ {. 1 Previous Ordinance or Resolution # Date Original Contract Date: , Original Contract Number: Date 4 A Q . 5-L-zv-,3 Finance and Internal Services Director Date Date ate Comments: 05-1)3- i 3 PO 3 : 3 8 1 C1,V Received in City Clerk's Office Received in CUP Mayor's Office Revised January 15, 2009 ayl ev!le ARK To: Fayetteville City Council Thru: Mayor Lioneld Jordan Don Marr, Chief of Staff Terry Gulley, Transportation Director From: Brian Pugh, Waste Reduction Coordinator Date: May 3rd, 2013 CITY COUNCIL AGENDA MEMO MEETING DATE OF MAY 15, 2012 THE CITY OF FAYETTEVILLE, ARKANSAS Subject: Approve a resolution awarding a Bid 13-27 with Rehrig Pacific for $40,450.00 for curbside recycling bins RECOMMENDATION Approve a resolution awarding Bid 13-27 to Rehrig Pacific for an initial bulk purchase of $40,450.00 for purchase of curbside recycling bins and approval to purchase recycling bins for a five (5) year period, with approved adjusted and allowed price increases as bid. BACKGROUND Curbside recycling bins are purchased each year for use in the recycling program. These bins are 18 gallons and come with a domed lid to keep items from blowing or getting wet. The bins are sized for ease of use in the curbsort program. The recycling program recently started allowing each resident to have two recycling bins instead of one when moving into a residence. Businesses that participate in the program are also allowed to start with two bins at no cost. This practice encourages bottles and containers to be placed into one bin and paper items like mixed paper and newspaper into the second bin. This process allows for better efficiency on the recycling route for collection by the recycling driver. DISCUSSION There were three bids and one no bid received. The bids are showed below: Company Total Bid Sec issues Downing Sales and Service No bid N/A Otto Environmental Systems LLC $37,090.00 Bin length & lid capacity Peninsula Plastics Limited $29,625.00 Lid capacity color, bin capacity exceeds max allowed, bin measurements Rehrig Pacific Company $40,450.00 Lowest responsive responsible bidder meeting specifications BUDGETIMPACT Funds are available in the Solid Waste operational budget 5500.5060.5227.00. Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701 Recycling bin bid 13-27 RESOLUTION NO. A RESOLUTION AWARDING BID #13-27 AND AUTHORIZING A CONTRACT WITH REHRIG PACIFIC COMPANY IN THE AMOUNT OF $40,450.00 FOR THE PURCHASE OF CURBSIDE RECYCLING BINS AND LIDS AND APPROVING CONTINUING PURCHASES, AS NEEDED, FOR THE NEXT FIVE (5) YEARS PURSUANT TO BID PRICE ADJUSTMENTS 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 awards Bid #13-27 and authorizes a contract with Rehrig Pacific Company in the amount of $40,450.00 for the purchase of curbside recycling bins and lids and approving continuing purchases, as needed, for the next five (5) years pursuant to bid price adjustments. PASSED and APPROVED this 21St day of May, 2013. APPROVED: LIM ATTEST: C LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer Tayve e—v Bid 13-27, Recycling Bins BID:13-27 DATE: 04130/13 TIME: 2:00 PM CITY OF FAYETTEVILLE �.s ,� �� . ,, g: � r �' '� i W� "' '+ - k a Downing Sales 8 Service Inc.Peninsula 9Systems(1JC), Otto Environmental LLC. Plastics Umited RehrJg Pacific Company L $7.44 $22,320.00 $6.25 $18,750.00 $8.84 $26,520.00 1 Recycling Bins 3,000 2 Lids for Recyling Bins 3,500 $4.22 $14,770.00 $2.25 $7,875.00 $3.98 $13,930.00 TOTAL BID PRICE= ca. NO BID $37 090 O0, 0 with no RFID, $29,825.00 with $26 626 00RFIO w r� $40450OQ *NOTICE: Bid award is contingent upon vendor meeting minimum specifications and formal authorization by City officials. Is 16 in 11 0 16 INVITATION TO BID: Bid 13-27, Recycling Bins DEADLINE: Tuesday, April 30, 2013 before 2:00 PM, Local Time - Room 306 DELIVERY LOCATION: Room 306 -113 W. Mountain, Fayetteville, AR 72701 PURCHASING AGENT: Andrea Foren, CPPB, CPPO, af6ren(@.ci.fayetteville.ar.us DATE OF ISSUE AND ADVERTISEMENT: Monday, April 08, 2013 INVITATION TO BID Bid 13-27, Recycling Bins No late bids will be accepted. Bids shall be submitted in sealed envelopes labeled with the name and address of the bidder. All bids shall be submitted in accordance with the attached City of Fayetteville specifications and bid documents attached hereto. Each bidder is required to fill in every blank and shall supply all information requested; failure to do so may be used as basis of rejection. The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated herein, and in strict accordance with the specifications and general conditions of bidding, all of which are made a part of this offer. This offer is not subject to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City Purchasing Manager. Name of Firm: Rehrig Pacific Company Contact Person: John Seabaugh Title: Sales Represetative Office: 800-426-9189 E-Mail: JSeabaugh@RehrigPacific.com Phone: Cell: 972-977-2723 Business Address: 625 West Mockingbird Lane City: Dallas State: TX Zip: 75247 Signature: e"� Date: April 11, 2013 William J. Rehrig, PreVent ent City of Fayetteville, AR Bid 13-27, Recycling Bins Page 1 of 15 City of Fayetteville Bid 13-27, Recycle Bins Bid Form DATE REQUIRED AS A COMPLETE UNIT: Products shall be received within 45 calendar days from date of received Purchase Order. Item Description Estimated Quantity Price per Unit Total Bid Per Line Item 1 Recycling Bins Includes RFID Ta 3,000 x $ 8.84 = $ 26, 520 .00 2 Lids for Recycling Bins 3,500 x $ 3.98 = $ 13, 930 . 00 Total Base Bid Sum of calculated Line Item 1 + Line Item 2 $ 40, 450.00 THIS BID FORM CONTINUES ON THE NEXT PAGE NAME OF BIDDER: Rehrig Pacific Company City of Fayetteville, AR Bid 13-27, Recycling Bins Page 2 of 15 riz4 g acif c �ompan SINCE 1913 Resin Price Adjustment Clause and Sample Calculation Rehrig Pacific will use the industry standard Chemical Data Resin Market Price Index, for adjusting the price on a yearly basis based on High Density Polyethylene(see Chemical Data Index, CDI, Injection Grade HDPE pricing for March). Given that this index will be used for adjusting the price on a per pound basis, utilizing this index for setting the base will give the City of Fayetteville the most competitive, accurate, consistent, and up to date pricing. Currently, the price is set at $0.755/pound and we will use this as the base resin price. Please see below for our bin resin weight and for example equation of how price adjustments will be made. EXAMPLE: 18 Gallon Bin — 4.40 Ibs Current Market Resin Price = $0.755/pound Resin Market Resin Price, July 2014 = $0.805/pound $.05/pound = Difference in Price The 18 gallon bin price would increase by $0.22 (4.4 Ibs pounds x $0.05) Rehrig Pacific respectfully requests that City of Fayetteville accept our price adjustment clause as it is the industry standard method of calculating price changes and also allows Rehrig to provide the most competitive pricing possible. We recognize that we will only be able to exercise this clause once per year, after the first year of the contract, and the maximum allowable increase will be capped at 5%. Printed on Recycled Paper �JK A FAMILY TRADITION OF GROWTH, SERVICE AND INNOVATION EXECUTION OF BID - If specifications of item bid differ from provided literature, deviation must be documented and certified by the manufacturer as a regular production option. Upon signing this Bid, the bidder certifies that: 1. He/she has read and agrees to the requirements set forth in this proposal, including specifications, terms, standard conditions, and any pertinent information regarding the articles being bid on. 2. Unless otherwise noted and explained, the unit bid and listed meets or exceeds all of these requirements as specified by The City of Fayetteville. 3. The Bidder can and will comply with all specifications and requirements for delivery, documentation and support as specified herein. 4. I, as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the information provided herein is accurate and true. 5. Bidder shall comply with all State and Federal Equal Opportunity and Non -Discrimination requirements and conditions of employment in addition to all federal, state, and local laws. 6. Bidder shall disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Response 'shall disclose if a known relationship exists between any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official. If no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. 1.) NO KNOWN RELATIONSHIP EXISTS 2.) RELATIONSHIP EXISTS (Please explain): Unsigned bids will be rejected. Items marked * are mandatory for consideration. *NAME OF FIRM: Rehrig Pacific Company Purchase Order/Payments shall be issued to this name Remit to: PO Box 514457, Los Angeles, CA 90051. *BUSINESS ADDRESS: 625 W. Mockingbird Lane *CITY: Dallas *STATE: TX Cell: 972-977-2723 *PHONE:office:•oo.. *E-MAIL: JSeabaugh@RehrigPacific.com *BY: (PRINTED NAME) William J. Rehrig *AUTHORIZED SIGNATURE: *TITLE: President President Acknowledge Addendums: Addendum No. Dated: Acknowledged by: Addendum No. Dated: Acknowledged by: Addendum No. Dated: Acknowledged by: City of Fayetteville, AR Bid 13-27, Recycling Bins Page 3of15 *ZIP: 75247 I" *e4ri!g 1 . to ail l� ovpan� �9 SINCE1913 6 � Board of Directors Resolution At a duly constituted meeting of the Board of Directors of Rehrig Pacific Company (the "Corporation"), a corporation organized under the laws of the State of Delaware, at which meeting a quorum was present and voting throughout: WHEREAS, the Corporation wants to establish those qualified as board members to sign bid and contract documents. NOW THEREFORE BE IT RESOLVED, that the Corporation appoints William J. Rehrig, President qualified to sign any and all such documents relating to contracts or bids. In witness whereof, I have hereunto set my hand and affixed the seal of the Corporation. Rehrig Pacific. Company By: Jame - Drew, Chief Financial Officer Dated: A true copy ATTEST: resolutiondo A FAMILY TRADITION OF GROWTH, SERVICE AND INNOVATION 4010 E. 26th ST. • LOS ANGELES, CA 90058 / 323.262.5145 • FAX 323.269-8506 City of Fayetteville Bid 13-27, Recycle Bins Bid Form 1. SUBMISSION OF BID & BID EVALUATION: a. Bids shall be reviewed following the stated deadline, as shown on the cover sheet of this document. b. Bidders shall submit bids based on documentation published by the Fayetteville Purchasing Division. c. Bids shall be enclosed in sealed envelopes or packages addressed to the City of Fayetteville, Purchasing Division, Room 306, 113 W. Mountain, Fayetteville, AR 72701. The name, address of the firm and Bid, RFP, or RFQ number shall be on the outside of the packaging as well as on any packages enclosed in shipping containers or boxes. d. The City will not be responsible for misdirected bids. Vendor should call the Purchasing Office at 479.575.8220 to ensure correct receipt of bidding documents rp for to opening time and date listed on the bid form. e. Bidders must have experience in providing products and/or services of the same or similar nature. f. Bidder is advised that exceptions to any of the terms contained in this bid must be identified in its response to the bid. Failure to do so may lead the City to declare any such term non-negotiable. Proposer's desire to take exception to a non-negotiable term will not disqualify it from consideration for award. g. Local time is defined as the time in Fayetteville, Arkansas on the due date of the deadline. Bids shall be received before the time as shown by the atomic clock located in the Purchasing Division Office. h. Bids will be evaluated and awarded based on the best interest of the City of Fayetteville. The City reserves the right to award bids in their entirety, none, or by line item. 2. WRITTEN REQUESTS FOR INTERPRETATIONS OR CLARIFICATION: No oral interpretations will be made to any firms as to the meaning of specifications or any other contract documents. All questions pertaining to the terms and conditions or scope of work of this bid must be sent in writing via e-mail to the Purchasing Agent. Responses to questions may be handled as an addendum if the response would provide clarification to the requirements of the bid. All such addenda shall become part of the contract documents. The City will not be responsible for any other explanation or interpretation of the proposed bid made or given prior to the award of the contract. 3. DESCRIPTION OF SUPPLIES AND SERVICES: Any reference to a particular brand or manufacturer is done in an effort to establish an acceptable level of quality for this project. Brands or manufacturers that are included in bid that are of at least equal quality, size, design, and specification as to what has been specified, will be acceptable for consideration only if approved by the City of Fayetteville Purchasing Division. The City of Fayetteville reserves the right to accept or reject any requested equal. 4. RIGHTS OF CITY OF FAYETTEVILLE BID PROCESS: In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the following: a. The City of Fayetteville reserves the right to select the bid that it believes will serve the best interest of the City. b. The City of Fayetteville reserves the right to accept or reject any or all bids. c. The City of Fayetteville reserves the right to cancel the entire bid. d. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in th invitation to bid or in bids submitted. City of Fayetteville, AR Bid 13-27, Recycling Bins Page 4 of 15 e. The City of Fayetteville reserves the right to request any necessary clarifications, additional information, or data without changing the terms of the bid. 5. COSTS INCURRED BY BIDDERS: All expenses involved with the preparation and submission of bids to the City, or any work performed in connection therewith, shall be borne solely by the bidder(s). No payment will be made for any responses received, or for any other effort required of, or made by, the bidder(s) prior to contract commencement. 6. CONFLICT OF INTEREST: a. The bidder represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance or services required hereunder, as provided in City of Fayetteville Code Section 34.26 titled "Authority of City Employee to Contract with the City". b. All bidders shall promptly notify Andrea Foren, City Purchasing Agent, in writing, of all potential conflicts of interest for any prospective business association, interest, or other circumstance which may influence or appear to influence the bidder's judgment or quality of services being provided. Such written notification shall identify the prospective business association, interest or circumstance, the nature of which the bidder may undertake and request an opinion to the City as to whether the association, interest or circumstance would, in the opinion of the City, constitute a conflict of interest if entered into by the bidder. The City agrees to communicate with the bidder its opinion via e-mail or first-class mail within thirty days of receipt of notification. 7. WITHDRAWL OF PROPOSAL: A bid may be withdrawn prior to the time set for the bid submittal, based on a written request from an authorized representative of the firm; however, a bid shall not be withdrawn after the time set for the bid unless approved by the Purchasing Division. 8. LATE PROPOSAL OR MODIFICATIONS: 1. Bid modifications received after the time set for the bid submittal shall not be considered. Modifications in writing received prior to the deadline will be accepted. The City will not be responsible for misdirected bids. Bidders should call the Purchasing Division at (479) 575-8220 to insure receipt of their submittal documents prior to opening time and date listed. 9. LOCAL STATE AND FEDERAL COMPLIANCE REQUIREMENTS: a. The laws of the State of Arkansas apply to any purchase made under this bid. Bidders shall comply with all local, state, and federal directives, orders and laws as applicable to this proposal and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO), Disadvantaged Business Enterprises (DBE), & OSHA as applicable to this contract. b. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. 10. PROVISION FOR OTHER AGENCIES: Unless otherwise stipulated by the bidder, the bidder agrees to make available to all Government agencies, departmer municipalities, and counties, the proposal prices submitted in accordance with said proposal terms and conditions there should any said governmental entity desire to buy under this proposal. Eligible Users shall mean all state of Arkan: agencies, the legislative and judicial branches, political subdivisions (counties, local district school boards, commur colleges, municipalities, counties, or other public agencies or authorities), which may desire to purchase under the ter and conditions of the contract. City of Fayetteville, AR Bid 13-27, Recycling Bins Page 5 of 15 11. COLLUSION: The Proposer, by affixing his or her signature to this proposal, agrees to the following: "bidder certifies that his or her bid is made without previous understanding, agreement, or connection with any person, firm or corporation making a proposal for the same item(s) and/or services and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action." 12. RIGHT TO AUDIT FOIA AND JURISDICITON: a. The City of Fayetteville reserves the privilege of auditing a vendor's records as such records relate to purchases between the City and said vendor. b. Freedom of Information Act: City contracts and documents prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the (Contractor) will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19- 101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. c. Legal jurisdiction to resolve any disputes shall be in Washington County, Arkansas with Arkansas law applying to the case. 13. CITY INDEMNIFICATION: The successful bidder(s) agrees to indemnify the City and hold it harmless from and against all claims, liability, loss, damage or expense, including but not limited to counsel fees, arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to the goods or any part thereof covered by this order, and such obligation shall survive acceptance of the goods and payment thereof by the City. 14. VARIANCE FROM STANDARD TERMS & CONDITIONS: All standard terms and conditions stated in this request for bid apply to this contract except as specifically stated in the subsequent sections of this document, which take precedence, and should be fully understood by bidders prior to submitting a proposal on this requirement. 15. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION: Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call 479.521.1316 (telecommunications device for the deaf), not later than seven days prior to the deadline. Persons needing translation of this document shall contact the City of Fayetteville, Purchasing Division, immediately. 16. PROCUREMENT POLICY FOR RECYCLED MATERIALS: The City of Fayetteville wishes to encourage its bidders to use recycled products in fulfilling contractual obligations to the City and that such practices will serve as a model for other public entities and private sector companies. 17. PAYMENTS AND INVOICING: The bidder must specify in their bid the exact company name and address which must be the same as invoices submitted for payment as a result of award of this bid. Further, the successful bidder is responsible for immediately notifying the Purchasing Division of any company name change, which would cause invoicing to change from the name used at the time of the original bid. Payment will be made within thirty days of invoice received. The City of Fayetteville is very credit worthy and will not pay any interest, fees, or penalty for untimely payments. Payments can be processed throu bidder's acceptance of Visa at no additional costs to the City for expedited payment processing. The City will n agree to any nonrefundable deposit or retainer that would remain property of the bidder even if the hourly work actua performed by the bidder would not justify such fee. The City will pay the awarded bidder based on unit prices provided on invoicing. Progress payments will be made aft City of Fayetteville, AR Bid 13-27, Recycling Bins Page 6 of 15 approval and acceptance of work and submission of invoice. Payments will be made within 30 days of accepted invoice. 18. CANCELLATION: a. The City reserves the right to cancel this contract without cause by giving thirty (30) days prior notice to the Contractor in writing of the intention to cancel or with cause if at any time the Contractor fails to fulfill or abide by any of the terms or conditions specified. b. Failure of the contractor to comply with any of the provisions of the contract shall be considered a material breach of contract and shall be cause for immediate termination of the contract at the discretion of the City of Fayetteville. c. In addition to all other legal remedies available to the City of Fayetteville, the City reserves the right to cancel and obtain from another source, any items and/or services which have not been delivered within the period of time from the date of order as determined by the City of Fayetteville. d. In the event sufficient budgeted funds are not available for a new fiscal period, the City shall notify the vendor of such occurrence and contract shall terminate of the last day of the current fiscal period without penalty or expense to the City 19. ASSIGNMENT, SUBCONTRACTING, CORPORATE ACQUISITIONS AND/OR MERGERS: a. The Contractor shall perform this contract. No assignment of subcontracting shall be allowed without prior written consent of the City. If a bidder intends to subcontract a portion of this work, the bidder shall disclose such intent in the bid submitted as a result of this bid. b. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the City within thirty (30) calendar days of Contractor's notice of such action or upon the occurrence of said action, whichever occurs first. The right to terminate this contract, which shall not be unreasonably exercised by the City, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local, state, or federal laws. Action by the City awarding a proposal to a firm that has disclosed its intent to assign or subcontract in its response to the bid, without exception shall constitute approval for purpose of this Agreement. 20. NON-EXCLUSIVE CONTRACT: Award of this bid shall impose no obligation on the City to utilize the vendor for all work of this type, which may develop during the contract period. This is not an exclusive contract. The City specifically reserves the right to concurrently contract with other companies for similar work if it deems such an action to be in the City's best interest. In the case of multiple -term contracts, this provision shall apply separately to each item. 21. LOBBYING: Lobbying of selection committee members, City of Fayetteville employees, or elected officials regarding request for proposals, request for qualifications, bids or contracts, during the pendency of bid protest, by the bidder/proposer/protestor or any member of the bidder's/proposer s/protestor's staff, and agent of the bidder/proposer/protestor, or any person employed by any legal entity affiliated with or representing an organization that is responding to the request for proposal, request for qualification, bid or contract, or has a pending bid protest is strictly prohibited either upon advertisement or on a date established by the City of Fayetteville and shall be prohibited until either an award is final or the protest is finally resolved by the City of Fayetteville; provided, however, nothing herein shall prohibit a prospective/bidder/proposer from contacting the Purchasing Division to address situations such as clarification and/or questions related to the procurement process. For purposes of this provision lobbying activities shall include but not be limited to, influencing or attempting to influence action or non -action in connection with any request for proposal, request for qualification, bid or contract through direct or indirect oral or written communication or an attempt to obtain goodwill of persons and/or entities specified in this provision. Such actions may cause any request for proposal, requ for qualification, bid or contract to be rejected. City of Fayetteville, AR Bid 13-27, Recycling Bins Page 7 of 15 22. ADDITIONAL REQUIREMENTS: The City reserves the right to request additional services relating to this bid from the bidder. When approved by the City as an amendment to the contract and authorized in writing prior to work, the Contractor shall provide such additional requirements as may become necessary. 23. ADD OR DELETE LOCATIONS OR SERVICES: The City reserves the right to unilaterally add or delete locations and/or services, either collectively or individually, at the City's sole option, at any time after award has been made as may be deemed necessary or in the best interests of the City. In such case, the Contractor(s) will be required to provide services to this contract in accordance with the terms, conditions, and specifications. 24. INTEGRITY OF BID DOCUMENTS: Bidders shall use the original bid form(s) provided by the Purchasing Division and enter information only in the spaces where a response is requested. Bidders may use an attachment as an addendum to the bid form(s) if sufficient space is not available on the original form for the bidder to enter a complete response. Any modifications or alterations to the original documents by the bidder, whether intentional or otherwise, will constitute grounds for rejection of such response. Any such modifications or alterations a bidder wishes to propose shall be clearly stated in the bidder's response and presented in the form of an addendum to the original bid documents. 25. OTHER GENERAL CONDITIONS: a) Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which in any manner affect those engaged or employed in the Work, or the materials or equipment used, or that in any way affect the Work and shall in all respects comply with said laws, ordinances, and regulations. No claim of misunderstanding or ignorance on the part of Bidder or Proposer will in any way serve to modify the provisions of the contract. No representations shall be binding unless embodied in the contract. b) Prices shall include all labor, materials, overhead, profit, insurance, shipping, freight, etc., to cover the products and services presented. Sales tax shall be included in the bid price. Applicable Arkansas sales tax laws will apply to this bid. The City of Fayetteville is not exempt from sales tax. c) Each bidder should state the anticipated number of days from the date of receipt of an order for delivery of services to the City of Fayetteville. d) Bidders must provide the City with their bids signed by an employee 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. e) The City reserves the right to request any additional information it deems necessary from any or all bidders after the submission deadline. f) The 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 for any costs incurred by bidder in preparation. It shall be clearly understood that any costs incurred by the Proposer in responding to this request for proposal is at the bidder's own risk and expense as a cost of doing business.. The City of Fayetteville shall not be liable for reimbursement to the Proposer for any expense so incurred, regardless of whether or not the proposal is accepted. g) If products, components, or services other than those described in this bid document are proposed, the bidder must include complete descriptive literature for each. All requests for additional information must be received within five working days following the request. h) NOTE: Any uncertainties shall be brought to the attention to Andrea Foren immediately via telepho (479.575.8220) or e-mail ( aforen(@ci.faveffeville.ar.us ). It is the intent and goal of the City of Fayettevi Purchasing Division to provide documents providing a clear and accurate understanding of the scope work to be completed and/or goods to be provided. We encourage all interested parties to ask questio to enable all bidders to be on equal bidding terms. City of Fayetteville, AR Bid 13-27, Recycling Bins Page 8 of 15 i) Any inquiries or requests for explanation in regard to the City's requirements should be made promptly to Andrea Foren, City of Fayetteville, Purchasing Agent via e-mail (aforen .ci.fayetteville.ar.us) or telephone (479.575.8220). No oral interpretation or clarifications will be given as to the meaning of any part of this request for proposal. All questions, clarifications, and requests, together with answers, if any, will be provided to all firms via written addendum. Names of firms submitting any questions, clarifications, or requests will not be disclosed until after a contract is in place. j) Any information provided herein is intended to assist the bidder in the preparation of proposals necessary to properly respond to this bid. The bid is designed to provide qualified Proposers with sufficient basic information to submit proposals meeting minimum specifications and/or test requirements, but is not intended to limit a bid's content or to exclude any relevant or essential data. k) Bidders irrevocably consent that any legal action or proceeding against it under, arising out of or in any manner relating to this Contract shall be prevailed by Arkansas law. Proposer hereby expressly and irrevocably waives any claim or defense in any said action or proceeding based on any alleged lack of jurisdiction or improper venue or any similar basis. 1) The successful bidder shall not assign the whole or any part of this Contract or any monies due or to become due hereunder without written consent of City of Fayetteville. In case the successful bidder assigns all or any part of any monies due or to become due under this Contract, the Instrument of assignment shall contain a clause substantially to the effect that is agreed that the right of the assignee in and to any monies due or to become due to the successful bidder shall be subject to prior liens of all persons, firms, and corporations for services rendered or materials supplied for the performance of the services called for in this contract. m) The successful bidder's attention is directed to the fact that all applicable Federal and State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the services shall apply to the contract throughout, and they will be deemed to be included in the contract as though written out in full herein. The successful bidder shall keep himself/herself fully informed of all laws, ordinances and regulations of the Federal, State, and municipal governments or authorities in any manner affecting those engaged or employed in providing these services or in any way affecting the conduct of the services and of all orders and decrees of bodies or tribunals having any jurisdiction or authority over same. If any discrepancy or inconsistency should be discovered in these Contract Documents or in the specifications herein referred to, in relation to any such law, ordinance, regulation, order or decree, s/he shall herewith report the same in writing to City of Fayetteville. 26. ATTACHMENTS TO BID DOCUMENTS: N/A City of Fayetteville, AR Bid 13-27, Recycling Bins Page 9 of 15 City of Fayetteville Bid 13-27, Recycle Bins Technical Specifications: Recycling Bins and Lids 1. GENERAL: 1.1 General specification requirements are as follows for CURBSIDE RECYCLING BINS AND ACCESSORIES. These are MINIMUM SPECIFICATIONS ONLY and are not limited or restrictive. 1.2 ALL UPGRADE OR DOWNGRADE VARIATIONS, DEVIATIONS OR SUBSTITUTIONS SHALL BE CLEARLY ANNOTATED ON THE BID FORMS AND PAGES PROVIDED IN THIS BID. 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. 1.3 Alternates will be considered provided each Bidder clearly states on the face of the submitted bid exactly what is proposed to furnish and forwards necessary descriptive material which shall clearly indicate the character of the article covered by the bid. All bids are subject to City evaluation. 1.4 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. 1.5 Bidder shall submit a sample bin and lid for inspection. Samples shall be received before the stated deadline. Samples submitted shall be identical to the units being bid, including hot stamps which will faithfully represent the quality available. All costs for the delivery of this sample will be the responsibility of the bidder. 1.6 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 unit to meet the needs of the City. , a. 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. b. MATERIALS AND WORKMANSHIP: All products, materials, and workmanship shall be of the highest grade in accordance with modern practices. All items bid shall be new, standard production, unused, and offered for commercial trade. 1.7 All items within the bid shall meet or exceed the minimum requirements or they will be deemed incomplete and will not be considered for bid award. All specifications written are to minimums, unless otherwise noted. 1.8 All items bid shall inclusive of all charges, including but not limited to materials, labor, freight, shipping, maintenance, warranty, etc. 1.9 This order will be placed in bulk quantities with an initial order of 3,000 bins and 3,500 lids. 1.10 Pricing shall remain firm for a period of 1 year from bid due date. City of Fayetteville, AR Bid 13-27, Recycling Bins Page 10 of 15 1.11 The City of Fayetteville intends on utilizing this bid for a period of five years, ordering on an as needed basis. a. In the event of a general price schedule decrease during the contract period, the City shall be guaranteed full benefit of the price reduction for all undelivered orders on the effective date of the decrease and thereafter. Bidder guarantees against increases in quoted price for the first year of the contract period. Thereafter in the event bidder's manufacturer/supplier increases the general price schedule, the bidder may submit a price adjustment request to the Purchasing Office (Andrea Foren — afore n(a--)ci.fayetteville.ar.us). The price adjustment request will be accepted so long as the requested increase in prices does not exceed the direct price increases published in the manufacturer's revised general price schedule (for example if manufacturer's price increases $.10/unit, he may request an adjustment not to exceed $.10/unit in the contract award price) The contractor shall submit a letter from the manufacturer certifying the increased cost with each price adjustment request. All adjusted prices shall be competitive with the prevailing market price. b. Price adjustments shall be requested sixty (60) calendar days in advance. No price increase shall exceed five percent within a 12 month period. c. The City reserved the right to reevaluate bidders in their standing in the event of a vendor price increase or to issue a re -bid in the event of a price increase. 2. TECHNICAL ITEM SPECIFICATIONS- ITEM 1: CURBSIDE RECYCLING BIN 2.1 USAGE: a. This product will be used by the Solid Waste Division for curbside collection of recyclable materials. 2.2 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. Residents will place recyclable materials (aluminum, steel, glass, #1 & #2 plastic containers, chipboard, newspaper and junk mail) in recycling bins, and then place them at the curb for collection by city recycling crews. Cardboard 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. 2.3 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. c. Bins shall have two (2) molded, extended 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 im Hot stamped text and graphics will be applied on side panels. Both sides sha printed in English. The text and graphics are attached to and made a part of th City of Fayetteville, AR Bid 13-27, Recycling Bins Page 11 of 15 specifications. h. The month and year of manufacture shall be molded clearly into each container. Month and year format shall be standardized to ## / 20##. 2.4 MATERIAL REQUIREMENTS: a. Bins shall be one-piece, molded of high density polyethylene plastic. b. Bins shall contain a minimum of 50% post -consumer recycled plastic. Bin shall include contact information for post -consumer recycled plastic supplier. - c. Bin material shall be formulated with ultraviolet stabilizer to prevent deterioration and sufficient pigmentation to resist discoloration in sunlight. 2.5 FUNCTIONAL/PERFORMANCE REQUIREMENTS 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. 2.6 MARKINGS: Each container shall be permanently marked with letter/numbers, as follows: a. SERIAL NUMBER BAR CODES & RFID TAGS: Each container must have a bar code serial number and UHF RFID combined adhesive sticker attached to each container. The final serial number bar code sequence shall be determined by the City of Fayetteville, but will contain 8-9 alphanumeric digits. The serial number on the bar code shall be encoded on the UHF RFID tag prior to being installed on the container. The tag shall be affixed at the manufacturing facility prior to shipment. b. Each container shall be produced and shipped with a bar code and UHF RFID tag that have the serial number. c. RFID & BAR CODE INTEGRATION: All 18-19 gallon containers shall be equipped with a serialized bar code and UHF RFID tag. The bar code serial number and RFID tag shall be a high strength adhesive sticker that secures tightly on each container. The bar code shall also contain a 8-9 digit serial number that will be determined by the City of Fayetteville and the awarded bidder. To avoid interference with the container contents/materials, RFID tags placed inside of the container are unacceptable. RFID TAG & BAR CODE SERIAL NUMBER: It is the responsibility of the container manufacturer to maintain serialization of the barcode and the RFID tag. Each container shall have a unique serial number. The RFID tag shall be encoded with the serial number that is on the barcode of the container. The final serial number bar code sequence shall be determined by the City of Fayetteville, but will contain 8-9 alphanumeric digits. e. RFID TAG SPECIFICATIONS: Dual layer 3 mill Polyester RFID sticker with heavy duty pressure sensitive adhesive. Any RFID inlay listed at http://rfid.uark.edu/684.asp can be used. The serial number and the barcode of the serial number shall be printed on the RFID tag. The serial number shall be encoded on the RFID tag. The data on the RFID tag shall be Perma-locked. All RFID tags values shall be verified to match the se number on the barcode with rejects removed. L Base Material: Tear and moisture resistant .002" white polyester H. Laminate: .001" clear polyester City of Fayetteville, AR Bid 13-27, Recycling Bins Page 12 of 15 iii. Colors: White w/ black printing iv. Printed Sides: 1 v. Die Cut: Yes vi. Adhesive: Permanent outdoor acrylic adhesive UV resistant vii. Bar Code Info: Supplied by container manufacturer & City f. RFID INLAY SPECIFICATIONS: i. Protocol: EPC Class 1 Gen 2 and ISO/IEC 18000-6C ii. Memory: 96 bits iii. Frequency range: 860 to 960 MHz iv. Service Temperature Range: -40' F to +150* F v. Storage Temperature: -40' F to +185* F g. RFID TAG TESTING: The RFID shall be tested at the manufacturing facility to ensure that it is working properly prior to shipment. Bidder shall provide a file generated from a UHF reader and confirm that the tags have been read and tested prior to shipping the containers. 2.7 EXPERIENCE/COMPLIANCE: a. CONTAINER EXPERIENCE: The bidder shall have at minimum of (10) ten years experience in the USA of continuous production/manufacturing of injection molded containers for use in automated and semi -automated collection systems. i. STATE YEARS OF EXPERIENCE: years b. REFERENCES: Bidder shall submit with its bid a reference list of municipalities currently using the bidder's products. The list shall include at least ten (10) municipalities who currently have at least 15,000 containers in service. Include the name of the municipality, year of installation, contact person, phone number, and quantity for each reference. Failure to include these references could result in bid disqualification. 2.8 SAMPLES INSPECTION AND TEST REQUIREMENTS: a. Bidder shall deliver a sample bin and lid for inspection with their bid. All samples shall be identical to the items being bid, excluding hot stamps. A hot stamped bin shall only be required by the awarded bidder prior to mass bin production. All costs for the delivery of this sample shall be the responsibility of the bidder. Bids and samples shall be sent to the Purchasino Office at 113 West Mountain St, Room 306 in _Favetteville, Arkansas 72701 and shall be received before the deadline. 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 bidder 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. d. Total base bid shall be inclusive of all charges for all items bid. City of Fayetteville, AR Bid 13-27, Recycling Bins Page 13 of 15 3. TECHNICAL ITEM SPECIFICATIONS -ITEM 2: CURBSIDE RECYCLING BIN LIDS 3.1 USAGE: a. This product will be used by our residential sector to protect the curbside recyclables from inclement weather. 3.2 GENERAL: a. The specification is for lids for recycling bins used in the City of Fayetteville Curbside Recycling Program. b. Lids for recycling bins shall be of a locking dome variety. c. Hinge tops shall not be accepted. 3.3 LID QUALITY 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. Flat surface lids shall not be accepted. 3.4 MATERIAL REQUIREMENTS: 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. 3.5 FUNCTIONAL/PERFORMANCE REQUIREMENTS. a. Lids shall withstand climate extremes of -10 to 120 degrees Fahrenheit. 3.6 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 before the bid deadline. All costs for the delivery of this sample will be the responsibility of the bidder. b. Bidder shall submit Certification of Freezer Drop Test confirming compliance with specification. 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 bidder shall be pick up the unit(s) 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. HOT STAMPS ARTWORK FOR SIDES OF BINS: Actual artwork will be provided to low bidder. Hot stamp locations to be determined after bid award. 4.1 Hot Stamp #1: Actual file for image will be provided to awarded bidder. !i City of Fayetteville, AR Bid 13-27, Recycling Bins Page 14 of 15 0 olville ARKANSAS 4.2 Hot Stamp #2: Actual file for image will be provided to awarded bidder. Address_ FAYETTEVILLE RECYCLES Remember... * Please put bin out by 5:00a.m.or the night before. * Please remove bun from curbside after collection. * Separate newspaper and mixed paper from other recycling. * Please keep recyclables and container clean. Recycling saves landfill space. Please Recycle! Fayetteville Solid Waste and Recycling * 575-8398 1560 Happy Hollow Road, Fayetteville, AR 72701 www.accessfayetteville.org 5. WARRANTY: 5.1 All items bid shall include manufacturer's standard warranty, which shall begin from date of delivery and acceptance from the City of Fayetteville. 5.2 Warranty shall include all parts, labor, shipping, mailing charges, and transportation of parts to and from the location of the warranty service center. 5.3 Successful vendor shall be responsible for warranty administration of all items bid. City of Fayetteville, AR Bid 13-27, Recycling Bins Page 15 of 15 3te�rt �a iv0waq Recycle Bin Warranty "HUSKYLITE®" Recycle Bin Warranty Rehrig Pacific Company offers a unique full warranty for a period of 5 years. Rehrig Pacific Company warrants that its HuskyLite® Recycle Bin containers purchased will conform to all applicable specifications and will be free from defects in material and workmanship. The conditions of this warranty include failure of the bin, lid and all hardware if applicable. Rehrig Pacific Company extends this warranty only to the first purchaser of the HuskyLite® containers. EXCLUSIONS FROM WARRANTY COVERAGE This warranty does not cover: 1. Use under circumstances exceeding specifications 2. Buyer or user abuse or vandalism 3. Unauthorized repair or alteration 4. Damage or failure as a result of incompatible, improperly installed, improperly operated, or defective lifting or dumping mechanisms 5. Damage or failure caused by natural calamities such as fire, storm, or high winds ADMINISTRATION OF WARRANTY Any component that fails during the five (5) year warranty will be replaced at no cost to the Buyer provided that: • Buyer notifies Rehrig Pacific Company in writing no later than the end of the applicable warranty period of the claimed defects. Rehrig Pacific Company 1000 Raco Court Lawrenceville, GA 30045 Attn: Warranty Claims Department • Buyer agrees that Rehrig Pacific Company shall have the right to inspect and test the allegedly defective container. • Determination of the alleged failure shall be made jointly by the judgment of the Buyer and Manufacturer. A FAMILY TRADITION OF GROWTH, SERVICE AND INNOVATION E ,zetrig a r�c�q*uv 4 Rehrig Pacific Company History For nearly 100 years, Rehrig Pacific has believed the key to success lies in making products that give our customers a real advantage. Our goal is always to deliver sustainable products and services that creatively increase handling efficiencies and provide an excellent return on investment for our customers. The conversion of ideas to concepts and concepts to solutions has been our core strength from the beginning. In 1913, we began as a small Los Angeles manufacturer of reusable wooden crates for the fledgling automotive and growing prepared foods industries. In the'30s, seeking to improve product life and utility, the company expanded its technology base to include making crates from steel wire as well. A family tradition of growth, service and innovation had begun. In the 1960s, when advances in plastic molding brought about the potential for manufacturing larger parts, Rehrig realized that significant advantages for their customers would come from reusable and recyclable injection molded parts. The new technology enabled designs of complex geometric shapes with a unique combination of high strength and light weight. One could add strength and longevity by varying wall thickness at critical load -bearing and wear points. Precise tolerances and predictability could be achieved. Clearly, plastics would revolutionize all transport packaging and storage container applications. The dairy, beverage and baking industries were the first to realize the benefits of Rehrig Pacific's new injection molding capabilities. Demand for milk cases and bakery trays led Rehrig to open a branch manufacturing facility in Erie, Pennsylvania in the early 70s to serve Eastern markets. This early success allowed Rehrig to expand to new industry segments and prompted the design of innovative shipping containers for soft drink bottlers. Soon, additional branches followed in the South, Mid -West and Northeast. In the late '80s, the realization of declining landfill capacity and growing environmental awareness all across the country drove curbside recycling to become an important component of the waste collection industry. At the request of several different cities and haulers, Rehrig Pacific developed a source separation 3-bin system and a co -mingle collection single bin that successfully set the standard for efficient household recyclables collection for the next two decades. This growing partnership then led to the development of the Rehrig line of Roll -out Carts in 1992 and a significant investment in plants and machinery to make and supply these large injection molded parts. Our Recycling and Waste Collection business has become one of the largest components of Rehrig Pacific and, more importantly, provided a blueprint for future investment and expansion. Rehrig Pacific has now become both the industry and market share leader in recycle bins, roll -out carts and rotationally molded commercial containers across North America and offers a growing number of container asset management and service tracking programs, including RFID tracking, for our customers as well. Today, Rehrig's footprint has expanded to include seven manufacturing locations in the United 0 w = States: Los Angeles, CA; Erie, PA; Lawrenceville, GA; Dallas, TX; De Soto, KS; Pleasant > Prairie, WI; Orlando, FL; and Queretaro, Mexico. Rehrig Pacific has sales offices in the United a Kingdom, Brazil, and Hong Kong and a growing network of licensees worldwide. E 0 C) 9= A FAMILY TRADITION OF GROWTH, SERVICE AND INNOVATION ;�; tiound Cans M a Recycle A proven container for every need. Round Cans share the same domed lid with Apartment and Office Paper Recyclers are distinctive optional cut-outs for recyclables. additions to successful recycling programs. Rehrig Pacific consistently delivers innovative and sustainable products and services providing real value for communities and haulers throughout North America. Round Cans" The Rehrig Pacific Round Can" is the first round container rigid enough to be emptied manually or with automated lifters. The reinforced top rim, ergonomic handles and triple -drag rail bottom stand up to the rigors of curbside collection where others fail. The Round Can comes in two sizes. 25 or 32 gallon (951t or 1201t), which share the same lid. Both can be used for recycling, organic waste or household refuse collection. Recycle Bins Rehrig Pacific has the right size and style recycle bin for all your recycling needs: • Huskytite° Bins Designed in 14 and 18 gallon sizes for commingled curbside programs where capacity and easy handling are critical. • Stacking Bin System This is the interlocking stacking system that set the standard for source separation programs. • Apartment Recycler (ARB) Easy carrying and easy access are hallmarks of this distinctive bin, with its integral handle, open -diamond design and drop front. • Office Paper Recycler (ORB) An open -diamond design with attractive, textured finish to resist scuffing clearly identifies this container as a desk -side recycler. Corporate Headquarters: 4010 East 26th St., Los Angeles, CA 90058 (323) 262-5145 (800) 421-6244 FAX: (323) 269-8506 United States: Los Angeles, CA (800) 421-6244 • Erie, PA (800) 458-0403 Atlanta, GA (800) 241-9693 • Dallas, TX (800) 426-9189 Kenosha, WI (800) 934-3312 • De Soto, KS (866) 2654108 Orlando, FL (800) 998-2525 International: Canada (800) 315-4379 • Mexico +52 (442) 296-2000 United Kingdom +44 (0)8454 684668 Email: info@rehrigpacific.com Web: www.rehrigpacific.com 1 ri4yig a i� Q�ompan� SINCE 1913 A FAMILY TRADITION OF GROWTH, SERVICE AND INNOVATION Round Can- Features & Options • For manual or automated collection of household refuse, recyclables and organic wastes, in 25 and 32 gallon sizes • Reinforced top rim and handles, handle areas at bottom to assist in manual dumping • Corrugated body enhances compression strength and deters "rolling" • Highly durable bottom design with triple drag rails • Slip -stops help prevent container from falling when dumped by automated lifters • Single, domed, snap -on lid fits both size containers, prevents water pooling. Optional cutouts for recyclables collection Recycle Bins Features & Options 14 gal. Et 18 gal. HuskyLite° Bins • Wheel kit, and lid options for 18 gallon bins Stacking Bin System • Three -bin set with nearly 12 gallon capacity per bin; large branding areas, nests 3:2 for shipping Apartment Recycler • Wide, internal handle; drop front design for easy access under sinks and counters • Large branding areas on front and sides Office Paper Recycler • Optional divider to sort different grades of paper • Diamond cut-out differentiates recycler from regular waste bins DIMENSIONS 25 Gallon i 32 Gallon Outer Diameter 22.50' ` 22.50" i Inner Diameter 1810 j 17.50" Gripping Diameter i 21.00 21.00" Gripping Height 17.00" 21.00" External Height 24.40' 1 29,60' Nestina Increment I 6.70' 6.70" WEIGHT - - _-- j Gallon I 32 Gallon_I I Container 8.5lb. j 9.6lb. Lid — _— 1.9lb. j 1.9lb_ (� TRUCKLOAD QUANTITIES i —I 25 Gallon I 32 Gallon— ! 48' Trailer { 1,248 1,152 52' Trailer 1,456 ; 1,456 The ergonomic, palm-up/palm-down handle aids lifting and dumping. Body corrugations and bottom reinforcements add rigidity and years of service. DIMENSIONS Office Paper Apartment 14 Gallon Bin i 18 Gallon Bin I Stacking Bins j Recycler Recycler Model No. '(( RB-N RB-NL RB-SS ORB-413 — ARB-6G i Capacity f p y I 14 gal. � 18 gal. i 11.85 gal. � 4.0 gal. j 6.0 gal. I Length ! 21.75" 27.75" 20.13" 13.00" 13.00" i Width 16.00" 17.60" j 15.25" 8.00' I 12.00' I Height 13.00" ; 13.50" 12.40" ! 13.00" 13.00' I I Weight 4.0 lb. 4.4 lb. 4.5 1b. 1.5 lb. I 2.2 1b. Stacked Height(3) i N/A N/A i 35.60" i N/A I N/A i Nesting 2.00' ' 2.17" i 24.60" ; 2.25' 2.25" j Increment i LL (3 bins) I J --- -- TRUCKLOAD QUANTITIES ---------- J I ! ; Office Paper ) Apartment I 14 Gallon Bin 14 Gal--- 1 18 Gallon Bin ! Stacking Bins I Gallon - Recycler — - I Recycler i —i - -- - --i — - ----- — 48' Trailer -- 5,400 : --- i 4,560 --,--- 2,445 Inquire Inquire i 53' Trailer 6,000 i i 4,800 2,700 I Inquire j 1 Inquire HIGH DENSITY L2� POLYETHYLENE OPTIONAL PW BUYBACK BAR CODE &RFIDTAG HOPE PROGRAM �J VVV VVV OPTIONS Enuironmemallsts ��M R EuerY Day: moo-- o wmv.mvvbvnentBssUoverY00Y.wN Imlit)) ,Mt YA"t �iompaq 0&1A FAMILY TRADITION OF GROWTH, SERVICE AND INNOVATION V2 A 18 Gallon Recycle Bin Specifications Capacity: 18 gallons/63 pounds Material: Each container is constructed of High -density polyethylene (HDPE) to ensure maximum impact strength and container weather ability. At a customer's request, we can manufacture bins with up to 100% recycled plastic. U.V. Stabilizer: Each container is stabilized against ultraviolet rays with color pigment and ultraviolet inhibitor compounded at a minimum of 2% by weight. U.V. stabilizers protect the containers from the harmful effects of the sun. Wall Thickness: Minimum .090 inches Weight: 4.4 lbs. Nesting/Stacking: Containers can be nested inside one another for shipping and storing at a minimum ratio of 5.5 to 1; and 200 bins per pallet. Containers can also be cross stacked for use in multi -bin systems. Dimensions: Length Width Height Exterior Top: 25.25" X 17.60" X 13.50" Interior Bottom: 20.25" X 14.00" X 13.00" Construction: Containers are manufactured by the injection -molded process. The interior surface is smooth. Handles are well rounded, reinforced, and integrally molded into the container width sides. Any sized hand wearing a glove can easily grip the handles. The container has a rolled lip, with reinforced ribbing for extra strength. Bottom Pattern: Containers have anti -slide bottom to help resist wind blow -away. Spillage Retention: Each container has a 16-ounce capacity to accumulate spillage when stored in the home and has (4) bottom vent holes to drain excess accumulation of rain when stored outside. Identification: The container can be hot stamped with a custom logo on both long sides of the container. Warranty: The containers are guaranteed for 5 years from manufacture defects in material and workmanship. p .� A FAMILY TRADITION OF GROWTH, SERVICE AND INNOVATION v2 Handle Design Features - Rehrig Pacific's engineering department is constantly working to enhance the ease of use on all of our products. In listening to our valued customers input and keeping true to this engineering philosophy, Rehrig Pacific redesigned all of our recycle bins to incorporate a more easily used handle design back in 2004. Rather than having the handle simply remain as part of the upper lip, we redesigned our handle to easily accommodate gloved hands for both homeowners and for waste haulers. By developing our "easy grip" external hand design people are able to fully wrap their hand around the handle to carry their recycle bin to and from the curb. It also allows for more convenient pickup from the curb by the collector. Since this design change we have received positive feedback from all of our customers who made this switch with us. Please see the pictures below. The City of Fort Lauderdale has bought and used this product with the above mentioned handles in the past. A FAMILY TRADITION OF GROWTH, SERVICE AND INNOVATION a RFID: your GatewaytoACCESS control Adhesive May Subsurface Printing, Automated Access Control High frequency RFID tags can provide an additional level of security for your access control application_ HF tags have greater memory capacity and require closer proximity to the RFID readers — making them ideal for personnel access. Used in conjunction with ultra high frequency (UHF) RFID tags like our Windshield or Rearview Mirror RFID tags, your access control application can go beyond simply raising the gate or opening the door, information in the database tied to the number programmed into the RFID inlay can provide valuable information about the customer and/or vehicle. Controlling access is just one aspect of the ` application. How far you want to take it is up to you. 30 Call forRFIDpricing. RFID Windshield Tag Controlling vehicle access to individual locations — whether it's corporate facilities, gated communities or downtown parking lots — can be a challenge. Eliminate the need for on -site staff and the hassle of stopping for a card reader with Metalcraft's RFID Windshield Tag. With a read range of 18+ feet, traffic keeps moving while you keep control. Double -sided printing available. Encased between thin layers of polyester the specialized inlay doesn't require a standoff to read either through or on a glass windshield. Plus — passive RFID technology is a more economic option when compared to other available active windshield tags. Material .002" polyester, .024" total product thickness Affixing Methods Pressure -sensitive adhesive Environment Mild and moderate. Resists moderate solvents and caustics/acids. Numbering Options Copy only, serialized/unserialized numbers and bar code with human readable numbers (RFID programming included) Production Time IS work days Standard Sires 4 x 1 ", 4'„ x I''„" Standard Colors 9 • ?15 0 0 (custom colors available) RFID Specs Passive UHF Usern2r how the Town ofUestminstee MA, used — — RFID Windshield Tags to manage gate access to a waste transfer station. Sean this QR code to read the case study. How does it work^ Simply download any QR code reader from your mobile phone's app feature. Q �. activ;ite it and "scan" this bar code. 4�Flj( pills V ��pBP Plastic_ Material Rehrig Pacific Company uses only the highest grade HDPE especially formulated to meet the demands of refuse and recycling bin and cart applications. We currently purchase our resin from DOW Plastics & Exxon Mobil. The DOW material used in the manufacturing of the Rehrig Pacific carts and bins is DMDB-7905 NT 7 and the Exxon material is HD-6605, both materials are a narrow molecular weight copolymer that is designed for a wide range of injection molding applications. The materials provide excellent impact strength, stress crack resistance and process ability. These materials are ideally suited for articles requiring rugged physical performance in cold temperature environments, such as refuse and recycling carts and bins. If you would like to learn more about these materials please reference the Materials Safety Data Sheets (MSDS) attached. Ultraviolet Stabilization Rehrig Pacific Company utilizes an H.A.L.S. (Hindered Amine Light Stabilizer) ultraviolet stabilizer (U.V.) package, which is considered a superior U.V. stabilizer package. This master - batch (or concentrate) contains maximum light stable color pigments that have the highest rating possible to prevent fading. The master -batch also contains ultraviolet inhibitors similar to or better than the Chemisorb 944 and thermal stabilizers in final levels to ensure minimal degradation in the field. At Rehrig Pacific we introduce our H.A.L.S. ultraviolet package into our rollout carts and bins at a 1.5%- 2.0% let down ratio by total resin weight of the container. In contrast to "screener" U.V. stabilizers, the H.A.L.S. package protects the plastic resin at the chemical level. The package is designed to seek damaged or broken polymer chains at the chemical level and repair and protect the polymer chains from U.V. rays, thus maintaining the physical material properties of the plastic resin and container. Other U.V. stabilizers act as "screeners", similar to suntan lotion, in which the stabilizer attempts to screen the plastic and container from U.V. rays. Unfortunately, moisture can wash off "screeners", leaving the container exposed to harmful U.V. rays. Color deterioration is controlled by the quality and type of pigment, separate from the deterioration of physical properties. U.V. rays interact with the pigment and can modify the pigment, depending on the amount and intensity of the U.V. rays and the quality of the pigment. Certain color pigments are more difficult to control especially variations of the color red and bright fluorescent colors. Printed on Recycled Paper p f,� A FAMILY TRADITION OF GROWTH, SERVICE AND INNOVATION Statement of Recycle Ability Rehrig Pacific Company certifies that all material used to manufacturer all our recycling containers are 100% recyclable. When the timing is right, we can assist you in order to close the loop on recycling. .Lisa t'erfns Lisa Perkins Municipal Contract Manager U, ° A FAMILY TRADITION OF GROWTH, SERVICE AND INNOVATION Aetrig ya tOzpanv Hot -Melt Compounding Certification Rehrig Pacific Company blends high density polyethylene with UV -stabilized colorant using the hot -melt compounding process for the production of our recycling bins and 35, 65, and 95 gallon Huskylite® containers. All materials are in a molted state when injected into the mold in order to ensure uniform distribution of these materials throughout the container. Lisa PettinS Lisa Perkins Municipal Contract Manager Printed on Recycled Paper I'%. } A FAMILY TRADITION OF GROWTH, SERVICE AND INNOVATION Product Information DOW DMDB-7950 NT 7 High Density Polyethylene Resin • Injection molding • Roll -out trash carts and other large parts • Excellent impact strength, stress crack resistance and processability • Very narrow molecular weight distribution • Complies with U.S. FDA 21 CFR 177.1520 (c) 3.1 a Consult the regulations for complete details. DOW DMDB-7950 NT 7 High Density Polyethylene (HDPE) Resin is intended for use in injection molding applications such as roll -out trash carts and other large parts with short molding cycles. It is produced via UNIPOLTM Process Technology from Dow and has been designed to meet the rigorous performance Dow Plastics characteristics of impact resistance, environmental stress crack resistance, stiffness, and low warpage, while maintaining excellent moldability. PropertiesPhysical .. Values"' English (Sl) Resin Properties Melt Index 1 190°C/2.16 kg, /10 min ASTM D 1238 5.75 Density, / cm' ASTM D 792 0.948 DSC Melting Point °F °C Dow Method 266 130 DSC Crystallization Point, °F °C Dow Method 244 118 Vicat Softening Point, °F °C ASTM D 1525 261 127 Molded Plaque Properties(" Hardness, Shore D ASTM D 2240 54 Flexural Modulus, 2% Secant,.psi (MPa) ASTM D 790 B 146,000 1010 Tensile Strength at Break, psi (MPa) ASTM D 638 3800 (26) Tensile Strength at Yield, psi M Pa ASTM D 638 3600 25 Tensile Elongation at Break % ASTM D 638 1200 Tensile Elongation at Yield, % ASTM D 638 8 Tensile Impact Strength, ft•lb/in. z kJ/m2 ASTM D 1822, Type S 50 (105) Environmental Stress Crack Resistance, 122°F 50°C , F , 100% I epal®, hrs. ASTM D 1693 40 Brittleness Temperature, °F °C ASTM D 746 <-105 < 76 Deflection Temperature Under Load 66 psi 0.45 MPa , OF °C ASTM D 648 154 (68) Printed on Recycled Paper "Trademark of The Dow Chemical Company 'Dow Plastics, a business group of The Dow Chemical Company and its subsidiaries. (1) Typical values, not to be construed as specifications. Users should confine results by their own tests. (2) Molded and tested in accordance with ASTM D4976. -See "Handling Considerations" attached >s Published 03/04 Form No 305-02984-0304X Handling Considerations Material Safety Data (MSD) sheets for the product are available from Dow Plastics, a business group of The Dow Chemical Company and its subsidiaries, to help customers further satisfy their own safe handling and disposal needs and those that may be required by OSHA. Material Safety Data sheets on Dow products are intended to provide customers with essential information on such topics as Health and Worker Safety, Combustibility, and Disposal Considerations. Such information should be requested from the supplier(s) of any product(s) prior to working with it. As various additives and processing aids used in fabrication have their own safe use profile, their possible influence on handling and disposal must be investigated separately. For "Regulated" uses, such as food contact, your Dow sales representative can obtain compliance letters for specific resins. Disposal DO NOT DUMP INTO ANY SEWERS, ON THE GROUND, OR INTO ANY BODY OF WATER. All disposal methods must be in compliance with all Federal, State/provincial, and local laws and regulations. Waste characterizations and compliance with applicable laws are the responsibility solely of the waste generator. THE DOW CHEMICAL COMPANY HAS NO CONTROL OVER THE MANAGEMENT PRACTICES OR MANUFACTURING PROC- ESSES OF PARTIES HANDLING OR USING THIS MATERIAL. THE INFORMATION PRESENTED HERE PERTAINS ONLY TO THE PRODUCT AS SHIPPED IN ITS INTENDED CONDITION AS DESCRIBED IN MSDS SECTION 2 (Composition/Information On Ingredients). FOR UNUSED AND UNCONTAMINATED PRODUCT, the preferred options include sending to a licensed, permitted: recycler, reclaimer, incinerator or other thermal destruction device, and landfill. These polymers have high heat values and should be incinerated only in units designed to handle high heats of combustion_ In landfill, these polymers are inert, do not degrade quickly, form a strong and permanent soil base, and evolve virtually no gases or leachates known to pollute water resources. As a service to its customers, Dow can provide names of information resources to help identify waste management companies and other facilities which recycle, reprocess, or manage chemicals or plastics, and that manage used drums. For more details, contact The Dow Chemical Company Customer Information Center at 1-800-441- 4369. In Mexico, call 95-800-441-4369. Product Stewardship The Dow Chemical Company has a fundamental concern for all who make, distribute, and use its products, and for the environment in which we live. This concern is the basis for our Product Stewardship philosophy by which we assess the health and environmental information on our products and take appropriate steps to protect employee and public health, and our environment. Our Product Stewardship program rests with each and every individual involved with Dow products — from the initial concept and research, to manufacture, use, sale, and disposal of each product. Customer Notice Dow strongly encourages its customers to review both their manufacturing processes and their applications of Dow products from the standpoint of human health and environmental quality to help ensure that Dow products are not used in ways for which they are not intended or tested. Dow personnel will assist customers in dealing with ecological and product safety considerations. Dow product literature, including MSD sheets, should be consulted prior to use of Dow products. Your Dow Plastics sales representative can arrange the proper contacts, or write to Dow Plastics. Additional Information For more information in the United States or Canada, call 1-800-441-4369. In Mexico, call 95-800-4414369. NOTICE: No freedom from infringement of any patent owned by Dow or others is to be inferred. Because use conditions and applicable laws may differ from one location to another and may change with time, Customer is responsible for determining whether products and the information in this document are appropriate for Customer's use and for ensuring that Customer's workplace and disposal practices are in compliance with applicable laws and other governmental enactments. Dow assumes no obligation or liability for the information in this document. NO WARRANTIES ARE GIVEN; ALL IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE ARE EXPRESSLY EXCLUDED. NOTICE: If products are described as "experimental" or "developmental": (1) product specifications may not be fully determined; (2) analysis of hazards and caution in handling and use are required; and (3) there is greater potential for Dow to change specifications and/or discontinue production. NOTICE REGARDING MEDICAL APPLICATION RESTRICTIONS: The Polyolefins business of The Dow Chemical Company does not recommend any Dow product or sample product for use: (A) in any commercial or developmental application which is intended for contact with human internal body fluids or body tissues, regardless of the length of time involved; (B) in any cardiac prosthetic device application, regardless of the length of time involved, including, without limitation, pacemaker leads and devices, artificial hearts, heart valves, intra-aortic balloons and control systems, and ventricular bypass assisted devices; (C) as a critical component in any medical device that supports or sustains human life; and (D) specifically by pregnant women or in any applications designed specifically to promote or interfere with human reproduction. Vol The Dow Chemical Company, 2040 Dow Center, Midland, MI 48674 Dow Chemical Canada Inc., 1086 Modeland Rd., P.O. Box 1012, Sarnia, Ontario, N7T 7K7, Canada Dow Quimica Mexicana, S.A. de C.V., Tore Optima — Mezzanine, Av. Paseo de Las Palmas No. 405, Col. Lomas de Chapultepec, 11000 Mexico, D.F., Mexico Dow Plastics We don 'succeed urig ss you , Printed in U.S.A. *Trademark of The Dow Chemical Company. E:f(onMobiI ExxonMobil HD 6605 Chemical Injection Molding HDPE _Material Description Typical Applications HD 6605 is a narrow molecular weight hexene copolymer designed for a Waste carts wide range of injection molding applications, offering excellent ESCR with Recreational vehicle components good stiffness -toughness balance. Ideally suited for articles requiring rugged Industrial closures physical performance in cold temperature environments. Automotive components HD 6605.70 with standard processing antioxidants HD 6605.29 with UV-8 protection packaee Resin Properties Test Based On Units Typical Value' Melt Index ASTM D-1238 (190°C, 2.16 kg) g/10 min. 5 Density ASTM D-4883 g/cm3 0.948 Melting Point ExxonMobil Method °C (OF) 130 (266) Molded Properties2 Flexural Modulus 1 % Secant ASTM D-790 Procedure B MPa (psi) 710 (102,400) Tensile Yield Stress ASTM D-638 MPa (psi) 21.2 (3060) Tensile Break Elongation ASTM D-638 % 70 Tensile Impact @ - 400C ASTM D-1822 kJ/m2 (ft-Ibl/in2) 325 (155) Notched Izod Impact @ - 40°C ASTM D-256 J/m(ft-Ibf/in) 70.5 (1.32) Brittleness Temperature ASTM D-746 °C (OF) < -70 (< -94) Environmental Stress Crack Resistance, F5o ASTM D-1693 Cond. B, 10% hr 18 Deflection Temperature @ 66 psi @ 264 psi ASTM D-648 °C (OF) 67 (152) 38 (101) 1. Values given are typical and should not be interpreted as specification. Values may change with future grade development. 2. Properties are based on injection molded samples. 3. ASTM test procedures may be modified to accommodate operating conditions or facility limitations. Food Packaging Grades have FDA compliance. Restrictions may apply, contact your ExxonMobil representative for more details. September 2001 02001 ExxonMobil. To the extent the user is entitled to disclose and distribute this document, the user may forward, distribute, and/or photocopy this copyrighted document only if unaltered and complete, including all of its headers, footers, disclaimers, and other information. You may not copy this document to a Web site. The information in this document relates only to the named product or materials when not in combination with any other product or materials. We based the information on data believed to be reliable on the date compiled, but we do not represent, warrant, or otherwise guarantee, exprgsgjMWdraoi 44"Lability, fitness for a particular purpose, suitability, accuracy, reliability, or completeness of this information or the products, materials, or processes described. The user is solely responsible for all determinations regarding any use of material or product and any process in its territories of interest. We expressly disclaim liability for any loss, damage, or injury directly or indirectly suffered or incurred as a result of or related to anyone using or relying on any of the information in this document. There is no warranty against patent infringement, nor any endorsement of any product or process, and we expressly disclaim any contrary implication. The terms, "we", "our", "ExxonMobil Chemical", or "ExxonMobil" are used for convenience, and may include any one or more of ExxonMobil Chemical Company, Exxon Mobil Corporation, or any affiliates they directly or indirectly steward. The Dow Chemical Company Midland, MI 48674 U.S.A. October 6, 2006 To whom it may concern: This letter is to certify that The Dow Chemical Company supplies 100% prime HDPE resin (product code DMDB-7950) made to our production specifications. This includes appropriate levels of primary and secondary antioxidants. DMDB- 7950 is used by Rehrig Pacific Company in the manufacture of roll -out -carts. If you have any further questions, please do not hesitate to contact me. Sincerely, ,T"w-* R. waUy James R. Walley Account Executive Polyolefins & Elastomers Business Group Mailing Address 5710 E. 7th St. #227 Long Beach, CA 90803 562/986-7925 - Phone 562/986-7928 - Fax 645040 100606A: JRW\kmo TECHMER LPM; LLC POLYMER MODIFIERS 18420 Laurel Park Road #1 Quality Circle Rancho Dominguez, CA 90220 Clinton, TN 37716 (310) 632-9211 • FAX (310) 632-6884 (865) 457-6700 • FAX (865) 457-3012 To Whom It May Concern: 4 C E W T I F/ E O iso soo1, Techmer PM is world class manufacturer of colorants and outdoor stabilizers and we certify that we supply Rehrig Pacific Company with masterbatch for their Roll Out Carts. This masterbatch (or concentrate) contains maximum light stable color pigments that have the highest rating possible to prevent fading. The masterbatch also contains ultraviolet inhibitors similar or better than the Chimassorb 944 and thermal stabilizers in final levels to ensure minimal degradation in the field. If you have any questions or concerns, please feel free to contact us. Thanks Sincerely, Tech PM LL La nc Sr. Technical Service Engineer cc: File Callfornipalifomia TeTmwee Georp%orgia Kansas Kansas el rid r fomPuy 18 Gallon Recycle Bin Reference List Customer Supplied Contact Phone Number Units Supplied AAA Trash & Recycling ADS -St. Johns County, FL Anne Arundel County, MD Baltimore,City of, MD Best Trash, LLC, TX California Waste Solutions Cedar Rapids, City of County Waste Deffenbaugh Industries Delaware Solid Waste Authority Denver, City of Frederick County, MD Grand Rapids, City of Green Waste Recovery Groot Recycling & Waste Svcs Hagerstown, City of, MD Hempstead, Town of Howard County, MD Los Altos Garbage Manchester, City of Minneapolis, City of Republic -Polk County, FL Solid Waste Authority South Valley Disposal Texas Disposal Systems Vacaville Sanitary Waste Mgmt-Denver, CO Joan O'Rourke 703-803-1347 50,000+ Grant Dienell 904-237-9160 40,000+ Rob Fish 410-222-7952 270,000+ Valentina Ukwuoma 410-396-5134 25,000+ Matthew May 281-313-2378 20,000+ picki nga rb()- besttras htexas.com David Duong 510-836-6200 72,000+ Mark Jones 319-286-5897 48,000+ Bill Ketchum 518-877-7000 30,000+ Dave Wutke 913-208-9551 51,000+ Rich Von Steffen 302-678-7301 18,000+ Charlotte Pitt 720-865-6805 105,000+ Lori Finafrock 301-600-7403 10,000+ Leslie Kohn 616-456-3130 31,000+ Colin Beall 408-283-4820 32,000+ Frank Hillegonds 847-734-6407 10,000+ Rodney Tissue 301-790-0700 12,000 + Martin J. Carroll 516-481-7110 30,000+ Alan Wilcom 410-313-6433 22,000+ Bill Jones 415-988-7259 43,000+ Mindy Salomone-Abood 603-624-6444 45,000+ Jeff Jenks 612-673-3534 89,000+ Dave Kutschinski 863-559-2427 60,000+ Collin Cassidy 561-640-4000 177,000+ Linda Kenned 415-330-1108 30,000+ Cathy Avalos 512-421-1339 31,000+ Larry Kettle 415-330-1169 32,000+ Dan Dewaard 303-797-1600 50,000+ ddewaard()-wm.com ;are, ( A FAMILY TRADITION OF GROWTH, SERVICE AND INNOVATION �0 CRT LABoRAToRms, INC. 1680 Ninth Main Street, Orange, CA. 92867 (714) 283-2032 - (800) 597-LABS (5227) - Fax (714) 283-1365 www.crtlabs.com - e-mail: milaba ftaebell.net ASTM Physical & Mecbmrical - C bendcal-TherrmlArWysis • IAPMO Cell Class Geosynt6efie Materials • Plumbing & FaucetAssemblies - Resin & Fmished Frodoct lhstutg TEST REPORT PAGE 1 of 3 FOR: Rehrig Pacific Company 4010 E. 266' Street Los Angeles, CA 90023 Tel: (323) 262-5145 / Fax: (323) 269-8506 Anw. Mr. Shawn Kruse LwR No : 16293 DATEt June 30, 2005 BACKGROUND: Customer submitted one (1) sample consisting of sixty-one (61) tote containers for testing. The containers arrived on 05/26/2005 and 06/15/2005 via customer supplied courier. Testing to be in accordance with customer supplied P.O. 52505 and signed CRT quotation dated 04/1912005. The following additional information is provided: CRT Order Entry Log Date: 05/27/2005 Sample ID: RB-18-2 Recycle bins References: U.S. Testing (CA) report 185734 4/30/1991 U.S. Testing (CA) report 185739 4/19/1991 TEST PROCEDURES: Parallel platen crush test— per CRT methods at 0.5"/min Reduced temperature drop test — per CRT stair step methods Gardener impact test — per CRT stair step methods using a Gardner tester RESULTS: Results are shown in tables 1.1--1.2, attached. SUMMARY of RESULTS: Determination Observations Parallel platen crush strength (lb 1509 Reduced temperature (0°F) drop height (feet) 7.3 Gardener im act siren (in-lbl) 151 Specimen Retain Bin. #BB (30 day hold only) CRT. LABORATORIES, INC. UL Approved -Registered / ISO 9002-2000/17025 Certified IL J Ken A. Le Jeune Tom . Parsons President -CEO / Director General Manager The liability of CRTLabs with respect to the work and report covered herein, shall in no event exceed the amountof the invnioe. We rcoommer d consideration thatco relativadatabe generated by othd laboratories in mantra of litigation CRT will main tested samples for 30 days after leafing is completed, unless other manngements are agreed upon at the timrLeotder is placed. This report, whetherin whole or in pam any logo, etc., in advertising or publicity musthave CRT's written permission pdorto use. This test data is for explosive nse of the client to who it is addressed and maalts apply only to sample(s) tested and does not apply to similar or identical products. This report sWI not be reproduced except in U. Testiog performed in accordance with ISO 17025. Forte Q.S. 43 (M) Proposal to: CITY OF FAYETTEVILLE Bid _13-27, Recycling Bins Due: April 30, 2013 @ 2:00 PM Prepared by: Since J9J3 625 W. Mockingbird Lane Dallas, TX 75247 John Seabaugh • Sales Representative C: (972) 977-2723 0: 800-426-9189 Customer Service: 800-241-9693 Fax: 770-339-4840 1 Bid�S brm s o�ate'�n ec� e�dap �w. jzA FAMILY TRADITION OF GROWTH, SERVICE AND INNOVATION JZetriS YY C ompauv Introduction / Statement of Qualifications Rehrig Pacific Company appreciates the opportunity to propose a bid to supply the City of Fayetteville with 18 gallon Recycling Bins as requested in your Invitation to Bid 13-27, Recycling Bins. We have thoroughly read and understand the requirements set forth in your ITB and we strongly believe that we have assembled a very comprehensive and competitive package that will provide many benefits to the City of Fayetteville. Rehrig Pacific has been supplying the industry with bins since 1987 and roll out carts since 1992 with great success and we would greatly appreciate the opportunity to provide you containers for your program. As requested, in our packet you will find our proposal to manufacture and deliver the containers for the life of the contract. Rehrig Pacific has a successful proven track record of providing containers to a wide array of markets and more specifically to many large and small cities (please see reference lists) throughout the country and we have provided many benefits to each program. Below we have highlighted a few of these benefits that we believe should be considered heavily in your evaluation: Company Stability and Longevity: Rehrig Pacific Company has been in business since 1913 and is extremely financially stable to serve a long-term contract. Our credit rating is excellent and our customers and suppliers would attest to our track record. We have annual sales exceeding 300 million dollars and have achieved a 20-year compounded real growth rate exceeding fifteen percent. This coupled with a debt to equity ratio of (<1:1) has placed the company in an envious financial position. (Financial Statements are available upon request.) If Rehrig Pacific is chosen as the awarded vendor for the City of Fayetteville's project you can feel comfortable that you will have partnered with a financially stable company for many years to come. Leadership in Plastic Processing: Since starting in plastic processing in the late 1960s, Rehrig Pacific has successfully supplied plastic containers to numerous industries. Our design and plastic processing expertise have been instrumental in our ability to produce a quality product. If Rehrig Pacific is chosen as your supplier for this project we are committed to providing that same quality product and service that our bin customers within the industry have become accustomed to receiving for the past 26 years. Leadership in the Cart and Recycling Bin Industry: Since our first manufactured recycling bins in 1987 and roll -out carts in 1992, Rehrig Pacific has grown to be a leader in both industries in terms of capacity and number of customers and volumes supplied. Therefore, if chosen as the City of Fayetteville's supplier, Rehrig Pacific has the capacity to handle an order of this magnitude. • Environmental Services Group: As a leader in cart manufacturing, Rehrig Pacific knows the importance of being able to offer more than just a reliable cart. Leading the industry in environmental services is Rehrig Pacific's own Environmental Services Group. We now offer a complete in-house services group that can offer RFID tags for tracking assets and incentive based recycling, Assembly and Distribution handled by A Family Tradition of Growth, Service and Innovation �,. -- Aeltrig AXPORIPM Rehrig's own A&D employees and real time A&D results through handheld scanners. We can also incorporate barcode integration on carts allowing for household address association and integration of bar codes and RFID tags for future customer use with Rehrig's own cart maintenance, asset and data tracking management system. Customer Service: Rehrig Pacific is built on the foundation of Quality Products and Customer Service. We believe in partnerships with our customers and our track record is unparalleled in the area of service and backing up our product. We encourage the City of Fayetteville to research municipal references to better determine each company's history and ability to stand behind their warranty. Multiple Manufacturing Facilities: With eight cart manufacturing facilities strategically located across North America, Rehrig Pacific Company has the industry's largest bin and cart production. As an American -owned and operated company with clearly the industry's most complete package, Rehrig Pacific has the infrastructure and experience already in place to provide a comfort level of exceptional service to the City of Fayetteville for years to come. Rehrig Pacific's Manufacturing Locations Dedicated personnel authorized to make representations for this project: John Seabaugh Sales Representative 625 West Mockingbird Lane Dallas, TX 75247 800-426-9189 Office 214-638-7477 Fax 972-977-2723 Cell JSeabaugh(aD-RehrigPacific.com Donna McGowan Customer Service Manager 1000 Raco Court Lawrenceville, GA 30045 800-241-9693 Office 770-339-4840 Fax DMcGowanCa).RehrigPacific.com Eric Voss ESG Regional Manager 1000 Raco Court Lawrenceville, GA 30045 800-241-9693 Office 770-312-6675 Cell 770-339-4840 Fax EVoss(a)-RehrigPacific.com Lisa Perkins Municipal Contract Manager 1738 West 20th Street Erie, PA 16502 603-397-5506 Office 603-509-2427 Fax LPerki ns(a) RehrigPacific.com Dan Lynch Sales Manager 1000 Raco Court Lawrenceville, GA 30045 800-241-9693 Office 770-339-4840 Fax DLynch Rehri.qPacific.com A Family Tradition of Growth, Service and Innovation 00 to M i, CRT LABORATORIES, INC. 1680 North Main Street, Orange, CA 92867 (714) 283-2032 - (800) 597-LA13S (5227) - Fax (714) 283-1365 www.crdabs.com - e-mail: crtlabs(Ppacbell.net ASTM Physical & Mechanical - C1amiea1-7bama7 Analysis - iAPMO Cell Chm Geosynthetic Materials - Plumbing & Faucet Assemblies • Resin $Finished Product Testing TEST REPORT PAGE _ Fop: Rehrig Pacific Company 4010 E. 26t Street Los Angeles, CA 90023 Tel: (323) 262-51451 Fax: ATTN: Mr. Shawn Kruse LWR NO.: 16293 TABLE 1.1 Scope: 18-gallon design testing Sample description: RB-18-2 Recycle bins PARALLEL PLATEN CRUSH TEST OF - (323)269-8506 DAM: June 30, 2005 Three (3) sample containers were randomly selected for testing. Each was placed between parallel platens on a United SFM-10 test machine. Compression testing was performed at 0.5 Vinin until peak load was obtained. Specimen I.D. Peak Load 1b 1 1,409 2 1,549 3 1,570 Averse 1,509 REDUCED TEMPERATURE DROP -TEST Sample containers were conditioned at 0°F (-18°C) for 2 hours prior to testing. Prior to each drop, a chilled 50 lb reinforced bag of sand was placed in the container. The containers were dropped in various orientations and heights until a failure was obtained. One a failure height was established, the stair step method was employed with constant height increments of one (1) foot. The result is the height at which 50% of the specimens fail. Flat wise drop One (1) container was dropped from 12-feet. No failure occurred. Side drop Three (3) containers were dropped from successive heights of 12, 13, and 14-feet. No failures occurred. Corner drop O denotes non -failure, X denotes failure Determination et) I Result (fe Conner drop height at which 500/6 of specimens fail at 0°F when loaded to 50 lbs. 7.3 TheI[aW1tyofCRT tabs With respe ctaotbeworit and repast coveted herein, shall in oo eventexceed the amount of the invoice. We recommend consideration tbatconelative data be genemtedby laboratories in matnets of litigation. CRT will retain testedsamples for 30 days after testing is completed, unless other atumSemcats are agreed upon at the tine ardor isplaced. This report, wbetl wbole or in part, any logo, etc., in advertising or publicity must have CRrs written petmfsston prior to use, This test data is for exclusive use of the client to who it is addressed and results appl) to aamp)9s) tested and does not apply to similar or identical products. Mils report shall not be reproduced except in full. Tbstng performed in accordance with ISO 17025. Form Q.S. 43 ( (�Iff . . 0 CannYedbCiwD/ CRT I.BOIAT'MES, INC. 168D North Main Street, Orange, CA 92867 (714) 283-2032 - (800) 597-LABS (5227) - Fax (714) 283-1365 www.craabs.com - e-mail: crtlabs@pacbell.net ASIM Physical & Mechanical - Chemical-lbamal Analysis - IAPMO Ced Class Gemyailbetic MuMals - Plumbing & Faum Assemblies - Resla & Flniahed ProductTestbag TEST REPORT PAM or J Rehrig Pacific Company 4010 E. 26 h Street Los Angeles, CA 90023 Tel: (323) 262-5145 / Fax: (323) 269-8506 ATTN: Mr. Shawn Kruse LwR ND: DATE:16293 June 30, 2005 TABLE 1.2 Scope: 18-gallon design testing Sample description:. RB-18-2 Recycle bins GARDNER IMPACT TEST Specimens were cut 4" x 4" from random containers. Testing was performed using a Gardener impact test machine with. a 0.5" diameter nose and a 1.25" opening, and an 8Ib weight. O denotes non -failure, X denotes failure Determination Result in -lb Impact energy at which 50% of specimens fail at 72°F 151 April 11, 2013 City of Fayetteville, AR 116 West Mountain Room 306 Fayetteville, AR 72701 RE: BID01327, Recycle Bins To whom it may concern: It(zomp o1v . V SINCE 1913 Rehrig Pacific is pleased to offer the attached proposal to the City of Fayetteville for the purchase of RFID enabled 18 gallon recycle bins with lids as specified in 13I1391327, Recycle Bins. EXPERIENCE: Rehrig Pacific Company is fortunate to have been a supplier of 18 gallon recycle bins to the City of Fayetteville in years past. We look forward to continuing and growing that partnership as the City expands the curbside recycling program and looks into technology like RFID to help track and improve recycling participation. Rehrig Pacific turns 100 years old in 2013 and is proud to be a privately held, family owned, domestic manufacturing company with 20 years experience servicing the solid waste industry with containers. Rehrig Pacific currently produces residential roll out carts and recycle bins in our seven manufacturing facilities located throughout the United States. Rehrig Pacific's commitment to domestic, regionally located manufacturing facilities helps add value by reducing carbon emissions and freight costs while providing exceptional customer service. ENIVORMENTAL TECHNICAL SERVICES: To date, Rehrig Pacific's Environmental Services Group has delivered and integrated over 4 million roll out carts with RFID and bar code technology in over 150 customer locations. RFID technology has enabled our customers to track refuse and recycling participation while managing their cart assets on the street. It empowers our customers by giving them real time access to collection service verification and it allows them to balance routes and make better business decisions based on the data collected in the field. Rehrig Pacific's infrastructure to produce, deliver and support an RFID related program is extensive. We have been involved in more RFID tracking programs with containers than any other manufacture in the industry and our (C.A.R.T.S.) software allows us to successfully implement many unique programs for our customers. REFERENCES: Our carts and services have been used throughout the southeastern region in municipalities such as the City of Fort Smith, AR, the City of Lawrence, KS, and the City of Maumelle, AR I encourage you to check with all of our references to better determine our expertise as compared to other vendors. I have made every attempt to include all the necessary information requested for this proposal. However, if you have any questions or need additional information, please do not hesitate to call me at (972) 977-2723 or contact me via e-mail at ieabaugh@rehrigyaci fic.com Sincerely ,7ofiin Sea6augk John Seabaugh Environmental Sales Representative 625 West Mockingbird Lane • Dallas, TX 75247 Watts: 800-426-9189 • Fax: 214-638-7477 www.rehri-qpacific.com A FAMILY TRADITION OF GROWTH, SERVICE AND INNOVATION