BID NO.: 2013-30 INVITATION TO BID B I D F O R M Refuse Containers, Roll-Out Refuse Containers, Lids, Lid Assemblies, Front & Rear Replacement Lids, Piano and Loop Hinges City of Carlsbad Please submit bid on or before 2:15 pm 101 North Halagueno Street June 6, 2013, at the office of the Carlsbad, NM 88220 Purchasing Dept. Room 101. At Or precisely 2:15 p.m. on June 6, P O Box 1569 2013 bids will be opened and Carlsbad, NM 88221-1569 read aloud in Conference Room 116. GENERAL TERMS AND CONDITIONS 1. Bids must be clearly marked on the outside of the sealed envelope: Bid No. 2013-30 Refuse Containers. 2. All bids must be submitted separately on bid forms furnished by the City of Carlsbad. 3. In order to be a valid bid, all bids must be signed. 4. Please submit three copies of your bid. 5. No alternate bids will be accepted. 6. When offering "or equal" brands bidders must submit the appropriate printed manufacturer's brochure or specification page outlining that particular item. If this material is not furnished the bidder is obligated to furnish the materials as specified. 7. If bid contains exceptions, please attach on a separate sheet your exceptions to the bid. 8. All bid prices, shall include all transportation charges. 9. The City reserves the right to accept bid on lowest overall bid price or lowest item price. 10. Prices must be held firm from July 1, 2013 through June 30, 2014. 11. This bid indicates a list of estimated quantities that the City of Carlsbad may purchase during the contract term. The City of Carlsbad may not purchase all estimated quantities as indicated and therefore will not be held to these quantities. 12. The term of the agreement shall be for a period of one (1) year, renewable for three (3) additional years at the same terms and conditions specified herein provided, however, that such agreement may be terminated without penalty by the City in any year for which the City Council fails to appropriate sufficient funds. Total Bid Price SUBMITTED BY: New Mexico Identification Tax No. Name of Company City Business Registration Number Signature Resident Business Certification No. Print Name Business Address, Telephone No. City, State, Zip In order for 5% In-State Preference to be applied, Resident Business Certification Number must be submitted on this form. The Procurement Code, Sections 13-1-28 through 13-1-199 NMSA 1978, imposes civil and criminal penalties for its violation. In addition, the New Mexico criminal statutes impose felony penalties for illegal bribes, gratuities, and kickbacks. Acceptance of this bid constitutes a contract and is binding on both parties.
SUBJECT: REFUSE CONTAINERS, ROLL-OUT REFUSE CONTAINERS, LIDS, LID ASSEMBLIES, FRONT & REAR REPLACEMENT LIDS, PIANO AND LOOP HINGES BID GENERAL: The following specifications describe refuse, roll-out refuse, lids, lid assemblies, front & rear replacement lids, piano and loop hinges or equivalent to be used by the City s Public Works Department. All specifications shall be considered as minimum. 1 96 Gallon roll-out refuse Stability Container Size: Containers shall have a diameter of 32 inches at the top and 29 ½ inches at the bottom. Container Height: From the bottom to the top of the lids shall be 40 ⅝ inches., Wall thickness shall be 3/16 inch. Material: Ultraviolet stabilized Phillips Marlex CL100 or equal Color: Dark green Lid: Each container shall be furnished with a lid molded from the same material as the container. The lids shall be of such configuration that it shall not warp, bend, slump, or distort to an extent that it no longer fits the container properly or becomes otherwise unserviceable. Lid shall be dome shaped with a 36 ½ inch diameter and a 1- inch overhang. The distance from the bottom to the top of the dome shall be 6 inches Hardware: Each container shall be furnished with a lid stiffener, mounting hardware, axle, frame, hardware for axle attachment, two 12 inch cross linked (XL wheels) polyethylene wheels with minimum load pressure of 180 pounds and a handle which is so fabricated that only plastic coated surfaces are exposed to the user. The container shall be stable and self balancing when in the upright position, either loaded or empty. Identification Markings The lid shall have molded into it "City of Carlsbad". The "City of Carlsbad" shall be 1-1/2 inch. Each cart shall be sequentially serial numbered as follows: first 2 digits for the month the container was manufactured on, two digits for the year, and the last digits for the number of ordered Lid Assembly, Front & Rear replacement lids, Piano & Loop Hinges 2 of 7
2. BID NO. 2013-30 3 Cubic Yard Metal Refuse Containers Compression Force: Each container shall be capable of withstanding a compression force of 200 pounds in the lifting and dumping process without permanent damage, deformation or structural failure. Finish: Interior and exterior surfaces shall be smooth as to have an even continuous surface. Interior surfaces shall have a high gloss finish. Warranty: Containers shall have a straight warranty for the first five years and a prorated warranty for the second five years. Quantities of 50 Quantities of 100 Delivery Date Must be compatible to the side loading equipment presently being used by the City. the City reserves the right to evaluate variations from these specifications. Length over radius of 53 inches Straight line front to back edge 49 ½ Height of back of container 57 inches Front loading height 39 Center line of attachment to bottom of box 26 Front depth of container 40 Bottom width inside 53 3/8 Steel gauge on complete container 12 gauge Container top support 12 gauge triple formed side channels and 7 gauge in front and rear Upper overall front width 61¾ Attachment for hooking to (EMCO style pick-up latches) Pick up latch attachment bolt ½ x 1 ¼ long, hexagon head bolt with nylok locknut 2a Lids, Hinges, and The lid assembly for 3 cubic yard metal Lid Assembly, Front & Rear replacement lids, Piano & Loop Hinges 3 of 7
2b BID NO. 2013-30 Lid Components for 3 cubic yard metal refuse Container Body & Lifting Device refuse container shall be a three piece lid design consisting of one (1) rear metal lid and two front plastic lids. One (1) rear hinge and one (1) center hinge. All necessary hardware to be included for attachment to container. Rear lid to be constructed of 14 gauge steel. Hinges will be solid steel rods of ½ diameter or steel hinges. End of rods will be cut perpendicular to length of rods to allow end caplets to fit perfectly and tight. Rod length will be 63.5. Two rods per lid assembly. Lids and necessary hardware shall be pre-assembled and properly packaged for delivery, final attachment to the container to be done by the City. Front, bottom, and back of body from one continuous piece of 12-gauge steel. Wrap around corners and continuous weld seams. Top of container reinforced with triple formed 12-gauge side channels with 7 gauge in front and back, or 1 tube reinforcement. Formed steel pads on the bottom of container. This will keep bottom of container from being directly in contact with the ground. One drain hole provided. EMCO lift brackets with three holes for attachment to container body, attachment to be done by the City. Container to have slight taper to prevent hanging of large items. Lift attachments for hooking to container will be constructed of ½ HR steel and bolted onto container to work with the EMCO style lifting device. Attachments to be packaged separately, all hardware included, for installation by the City. Painted inside and outside with high industrial enamel in the EMCO tan color. Metal to be cleaned of all foreign materials before painting. Painting will be one spray coat of red oxide primer and two coats of heavy industrial grade enamel in the EMCO tan color. ANSI Safety Stickers to be provided by Lid Assembly, Front & Rear replacement lids, Piano & Loop Hinges 4 of 7
3 Lid Assembly for EMCO (Rand) Brand tapered 3 cubic yard refuse bidder for each container. Guarantee: Body of container and all component parts shall be guaranteed for one (1) year of normal container use against faulty workmanship and materials. Sample Container: Successful bidder, at his expense, shall ship a sample container, built to these specifications, to the City for approval. Container Compatibility: Container must be compatible to the side loading equipment presently been used by the City. Delivery: All bid prices shall be FOB, Carlsbad, New Mexico 88220. Lift attachments will be packaged separately for installation by the City. Quantities of 50 Quantities of 100 Rear lid to be constructed of 16 gauge steel with a minimum of five (5) formed-in ribs along the length of the lid for reinforcement. The rear lid to be attached to the container body by means of two steel loop hinges and two 3/5" x 1 1/4" carriage bolts and nuts. This hardware is to be included as part of the lid assembly. Center hinge to be a piano type hinge. Piano hinge to be constructed of 14 gauge steel. The lower lip of the rear metal lid to be formed and bent around the piano hinge to add reinforcement. The center hinge to be spot welded to the lower lip of the rear metal lid. The two front lids shall be constructed of vacuum formed black polyethylene plastic with UV inhibitors. Each lid section shall be made from 6 pounds of resin. Cross ribbing to be molded into the lid to add structural rigidity and to prevent sagging. Front lids are to be pop-riveted to the piano type hinge. The edges of the rear and front lids to be formed to fit over the rim of the container to prevent water from entering the container. Front lids shall have a raised area where lids join in center to prevent water from entering Lid Assembly, Front & Rear replacement lids, Piano & Loop Hinges 5 of 7
4 Standard lid assembly and replacement lids for Wastequip Teem tapered three-yard side load refuse container between lids. Materials or products offered under this bid shall have a 10 year guarantee against defects in material or workmanship. Copy of guarantee must be attached. Quantities of 50 pairs Quantities of 100 paints Delivery Date The covers are to be 3-yard side load steel covers with the dimensions 18 3/4" x 60 3/4" x 14 gauge hot rolled supplied with: 5 Front replacement lids for tapered 3 cubic yard refuse (2 required) Two 1/2" x 63 1/2" hot rolled round rods One (1) 1/2" x 1 1/2" x 62 1/2" flat surface on the center metal hinge Two 1/2" x 1 1/2" x 1 15/16" tabs attached to the center metal hinge (reason for 1/2" compared to 1/4" is to assure hinge from falling in to container if it shifts any which way sideways). Plastic Lids-High molecular weight black polyethylene covers formed from material including a UV inhibitor; 6 formed ribs per cover and single wall material for extra strength; two covers per container. All hardware for the lid assemblies are to be provided by the bidder. Quantities of 50 Quantities of 100 Front replacement lids for tapered 3 cubic yard refuse shall be constructed of the same materials and under the same specifications given in Item 7, Lid Assembly for EMCO (rand) Brand tapered 1 ½ cubic yard Refuse Containers, for the two front lids Quantities of 50 pairs Lid Assembly, Front & Rear replacement lids, Piano & Loop Hinges 6 of 7
6 Rear replacement lid for tapered 3 cubic yard refuse (1 required) 7 Piano and loop hinge TOTAL COST Quantities of 100 pairs Delivery date Rear replacement lid for tapered 3 cubic yard Refuse Container shall be constructed of the same materials and under the same specifications given in item IV, Lid Assembly for EMCO (Rand) Brand tapered 3 cubic yard refuse for the rear lid. Quantities of 50 pairs Quantities of 100 pairs Delivery date Piano type hinge shall be constructed of the same materials and under the same specifications given in item 4 for EMCO Rand Brand tapered 3cy Refuse Containers for the piano type hinge. Estimated quantity 10 Loop type hinge shall be constructed of the same materials and under the same specifications given in item 4 for EMCO Rand Brand tapered 3cy Refuse Containers for the loop type hinge. Delivery date Does Not Conform VENDOR NOTES: Lid Assembly, Front & Rear replacement lids, Piano & Loop Hinges 7 of 7