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