Loading...
HomeMy WebLinkAboutStaff Report 222-05A notice inviting request for quotation was reissued on March 14, 2005. The invitation to bid was posted at City Hall and was sent to eleven vendors. The bidding period was twenty-two days. Responses were received from four vendors on April 5, 2005, as listed on the attached bid summary (Attachment A). Responses ranged from a high of $1,868,900 to a low bid of $1,653,538. . Staff from the Public Works and Administrative Services Departments reviewed all bids submitted, and then conducted a post-bid assessment of the containers from the two lowest bidders (Rehrig Pacific & Toter Incorporated) to determine if their products met the requirements specified in the bid documents. Rehrig Pacific Company's containers failed tests to determine conformity with the "wall thickness" and the "lift system capability" specifications. Therefore, its low bid of $1,653,538 must be rejected as non-responsive to the project specifications. The "wall thickness" test measures the durability and wear concerns of the containers that ensures lower failure rates, have fewer customer complaints and minimizes the maintenance cost. The "lift system capability" test ensures that the containers are capable with the collector's lifters. The collector's lifters are mechanical devices thatlift the containers from the street, empty materials collected into the collection vehicles and return the containers to the street during the collection process. Containers that release from the lifters prematurely will cause damage to surrounding property, increase City liability claims, cause injuries to the sanitation workers and cause early failure rates to the containers. Therefore, staff recommends that Rehrig Pacific's bid be rejected as nonresponsive and Toter Incorporated be declared the lowest responsive bidder and that the contract be awarded to Toter Incorporated. The Toter Incorporated bid of $1,666,597 is 9 percent below the staffj engineer's estimate of $1,838,594. During the first six months of rollout of waste containers residents will not be allowed to change their cart sizes from their original order. Customers will be allowed to change their cart sizes and businesses will be allowed to expand their services six months after the initial implementation period. This option will result in the need to purchase additional rollout waste containers and staff will need some flexibility on quantities needed for this next phase of the project. From the City's pilot area, PASCO has estimated that 25% of the residents asked to change their sizes for the implementation of the single stream program. For this reason, staff is requesting a blanket order not to exceed the amount of $2,023,300 be approved, to allow for the purchase of additional carts for expansion and changes that will be allowed after the six-month implementation period. Staff checked references supplied by the vendor for previous work performed and found that the vendor had no significant complaints. RESOURCE IMPACT On June 28, 2004, the City Council adopted the 2004-2005 Operating Budget that included $2,023,300 for cart purchases and the collection and recycling of existing recycling crates. ATTACHMENTS Attachment A: Bid Summary Attachment B: Post Bid Summary Test Results Attachment C: Product Specifications & Scope of Services Attachment D: Certification of Nondiscrimination CMR:222:05 Page 2 of 3 .. ITEM QTY. UNIT DESCRIPTION 1 19158 EA 95-96 Gallon RoDout Waste Containers: 2 17622 . EA 64-65 Gallon Rollout Waste Containers: 3 3.571 EA 32-35 Gallon Rollout Waste Containers: 32-35 Gallon Rollout Waste Container with a 20 Gallo 4 550 EA Insert: 5 37751 EA Assembly and Door to Door Delivery: 6 48000 EA Collection and Re~Y91i.ml of Stackina Containers: 7 2500 EA Lockable List Latches: 96 Gallon Rollout Waste Container. with a Lockable 9" 8 40 EA Drop in BeveraQe Container Lid: 64 Gallon Rollout Waste ~ontainer, with a Lockable 9" 9 40 EA Drop in Beveraae Container Lid: Total Engineer's Estimate ROLLOUT WASTE CONTAINERS RFQ number 110315A BID SUMMARY Rehrig Pacific Company Toter Incorporated UNIT PRICE TDTALPRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE $ 42.60 $ 816130.80 $ 40.25 $ 771109.50 $ 40.83 $ 782221.14 $ 41.49 $ 731.136.78 $ 35.95 $ 633510.90 $ 36.27 $ 639149.94 $ 35.51 $ 126806.21 $ 30.50 $ 108915.50 $ 28.73 $ 102594.83 $ 39.17 $ 21.543.50 $ 37.50 $ 20625.00 $ 38.83 $ 21356.50 $ 2.50 $ 94.377.50 $ 2.50 $ 94377.50 $ 2.25 $ 84939.75 $ 0.50 $ 24000.00 $ -$ -$ 0.25 $ 12000.00 $ 8.00 $ 20000.00 $ 8.00 $ 20000.00 $ 8.00 $ 20000.00 $ 60.00 $ 2400.00 $ 65.00 $ 2600.00 $ 55.73 $ 2229.20 $ 55.00 $ 2200.00 $ 60.00 $ 2400.00 $ 52.65 $ 2106.00 $ 1.8~31l,594.79~~ -~ 1.653,~538.40 ----$ __ ~.666,597.3~ j ATTACHMENT A OHo EnlJironmental Systems OUo Environmental Svstems Schaefer S'r.: terns International Inc. UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE $ 40.65 $ 778772.70 $ 43.64 $ 836055.12 $ 43.56 $ 83452248 $ 38.02 $ 669988.44 $ 38.02 $ 669 988.44 $ 39.71 $ 699769.62 $ 26.39 $ 94238.69 $ 26.39 $ 94238.69 $ 31.41 $ 112165.11 $ 38.51 $ 21.180.50 $ 38.51 $ 21180.50 $ 45.60 $ 25080.00 $ 2.50 $ 94377.50 $ 2.50 $ 94377.50 $ 2.60 $ 98152.60 $ 0.43 $ 20.640.00 $ 0.43 $ 20640.00 $ 1.00 $ 48,000.00 $ 4.15 $ 10375.00 $ 4.15 $ 10375.00 $ . 18.00 $ 45000.00 $ 47.81 $ 1912.40 $ 47.81 $ 1912.40 $ 79.56 $ 3182.40 $ 44.82 $ 1792.80 $ 44.82 $ 1792.80 $ 75.71 $ 3028.40 -~-~ 1.693.2r8.~ $ 1.750,560.45 ---$ 1,868,900.61 v • Attachment C CITY OF PALO ALTO, CALIFORNIA BID SPECIFICATIONS FOR ROLLOUT WASTE CONTAINERS The City of Palo Alto is, seeking to purchase new, & the services to deliver rollout waste containers for the implementation of their new single stream recycling program, collection of yard trimmings in carts and the optional service for curbside garbage service, with the scheduled delivery date to the residents of July 1, 2005. 1. CONTAINER SPECIFICATIONS A. MANUFACTURING PROCESS AND MATERIALS: The plastic resin material and the finished container must meet the minimum specifications as stated herein. 1. MANUFACTURING ,PROCESS: The container body must be manufactured by either injected or rotational molding process. Assemblies, sub-assemblies and component parts shall be standard and interchangeable throughout the entire quantity of the same type/sized containers. ' 2. PLASTIC MATERIAL: All plastic material must be 100% recyclable and repairable. Base plastic resin must be first quality linear medium to high-density. polyethylene supplied by a national petrochemical producer. Containers to have a minimum 20% and up to 50% recycled plastic subject to resign supplier availability. Off spec materials will not be allowed. The base resin density specifications must be in the range of 0.937-0.948. 3. RESIN ADDITIVES: The plastic resin must be enhanced with color pigment and ultraviolet inhibitor, which must be uniformly distributed throughout the finished container.' Color pigment mustbe compounded at a concentration of .5% minimum to 2.0% maximum. To ensure thorough distribution of these additives, the resin and additives must be mixed in a molted state using a hot-melt compounding process. B. CONTAINER REQUIREMENTS: The rollout container shall consist of a body, lid, wheels, axle, and necessary accessories. The rollout containers must be compatible with standard American semi-automated bar-locking lifters and function as follows: 1. ' ANSI CONFORMANCE: Containers bid herein must meet the requirements of the most recent version of ANSI 2245.30 and ANSI 2245.60 standards for "Type B" containers. ' 2. LOAD RATING: Containers shall be d~signed to regularly receive and dump 3.5 pounds per US gallon of capacity for all container sizes. 3. CAPACITY: The total capacity of the container body, excluding the lid must be 95-96- gallon, 60-65-gallons, 32-35 gallons and 20 gallons. Where 20-gallon containers are specified, it is understood to mean 32-35 gallon container with a 20-gallon insert. 4. Wall thickness (body): The containers will have a minimum norminal wall thickness of 0.150 inches for rotationally molded containers and 0.165 inches for injection molded containers. 5. Dimensions: The exterior dimensions of each completely assembled container shall not exceed the following: 95-96 Gallon Height: 46.75" Length: 35.00" Width: 29.75" 64-65 Gallon Height: 42.20" Length: 31.50" Width: 27.50" 32-35 Gallon Height: 39.13" Length: 24.25" CITY OF PALO ALTO-RFQ 110315 (RE-BID) PAGE 1 OF 7 Width: 22.S0" 32-35 gallon container with a 20-gallon insert Height: 39.13" Length: 24.25" Width: 22.S0" 6. HANDLES: Each container must be equipped with handles and handle mounts that are an integrally molded part of the container body, located on the top backside of cart. The handles shall be designed to afford the user positive control of the loaded cart at all times. The handles must not have the ability to rotate on their own axis at any time. Handles that are molqed as part of the lid are unacceptable. Bolted-on handle mounts or bolted-on handles are unacceptable. 7. LID: The lid shall be configured to ensure that it will not warp, bend, slump, or distort such an extent that it no longer fits the container properly or becomes otherwise unserviceable. The lid must be crowned in shape and designed to disallow entry of rain when in the closed position. The lid must open from a closed position, to a minimum 11 O-degree arc. S. B0TTOM: The bottom of the container must have molded-in wear strips to protect against dragging. Screw-on, bolt on, or pop-on wear guards are unacceptable. 9. WHEELS: Each container shall be equipped with an axle and two (2) wheels with a locking device or attachment to secure them to the cart axle. Minimum wheel diameters: 10 inche"s for 95-96 and 64-65 gal carts, S inches for 32-35 and 32-35 gallon container with a 20-gallon insert carts. Minimum wheel width 1.5 inches. Wheels must be capable of supporting a minimum of 200 pounds per wheel. 10. AXLE: The axle must be a minimum in strength to a 5/S" diameter zinc chromate plated solid high strength steel fully supported by cart body. Axle must slide through two molded plastic journals in cart bottom and must not be exposed to contents inside of container. "Snap-On" axles or axles attached by means of bolts or rivets are unacceptable. 11. STABILITY: The container shall be stable and self-balancing when in the upright position, either loaded or empty. The container must be designed to withstand winds of up to 22 mph when empty. 12. LIFT SYSTEM: The container shall be equipped with attachment points which make it compatible with City's deSignated collector (PASCOlWaste Management), standard American semi-automated bar-locking lifters Baines & ARE brand lifters). The carts must not disengage from the lifters during the lifting, emptying and returning motion of the carts. The upper lift point must be integrally molded into the body of the container. The lower lift bar must be a minimum in strength to a 1" diameter galvanized steel and must have a minimum of 5" of exposed bar in order to insure proper engagement of the lifter mechanism. It must freely rotate a full 360-degree on its own axis. The lower bar must be mounted in molded-in plastic bearings so that no more than one inch is exposed to the contents inside the container. Containers with bolted on lower bars or plastic lower bars are not acceptable. 13. BODY: Container must be built such to minimize leakage. The cart must pass the following leak test: The cart shall be filled with water to a level within S inches from the inside bottom of the container. The container shall be covered with its own lid. The filled container shall then be placed in a covered area over a dry drip pan to collect any leakage and allowed to stand for 24 hours exposed to temperatures within the range of 65 to 75 F. The water level within the container after the test shall be measured and recorded to within the nearest 0.1 inch. The results of the test shall be reported in terms of final water level, ambient temperature, visible leakage, and quantity of water collected in the drip pan. Containers that exhibit any leakage shall fail the test. The body must have a molded top rim to provide a rain, odor and insect seal. CITY OF PALO ALTO -RFQ 110315 eRE-BID) PAGE 2 OF7 · " position to not do so. Such letter shall be signed by the owning entity's top officer and notarized. . 8. Hecoveries of used damaged and/or replaced carts and cart parts for recycling at bidder's facility. . 9. Records must be kept by supplier and provided to the City as to the month and year during which each serial numbered container was produced to aid in any potential warranty claim. E. SPECIAL OPTIONS: 1. LOCKABLE LID LATCHES: The lockable lid latches must be sturdy, constructed to prevent vandalism, withstand local weather conditions and last for ten years without failure. 2. 95-96-GALLON ROLLOUT WASTE CONTAINERS, WITH A LOCKABLE, 9" DROP IN BEVERAGE CONTAINER LID: Drop in beverage container lid to have a device to prevent insects and bugs from entering beverage container opening. Example slotted rubber flap covering beverage container opening. 3. 64-65-GALLON ROLLOUT WASTE CONTAINERS, WITH A LOCKABLE, 9" DROP IN BEVERAGE CONTAINER LID: Drop in beverage container lid to have a device to prevent insects and bugs from entering beverage container opening. Example slotted rubber flap covering beverage container opening. 2. DELIVERY, ASSEMBLY AND DOOR TO DOOR DELIVERY A. DELIVERY (TO STAGGING AREA -OPITIONAL) 1. Deliveries are expected to begin June 1st, 2005 to the staging area. Deliveries are to be made so to not interfere with the distribution plans and rates. 2. Delivery point/staging area for delivery is at the City's Landfill located at 2380 Embarcadero Road, Palo Alto, CA. Deliveries must be made between the hours of 8:00 a.m. and 3:00 p.m., Monday through Friday. The selected bidder shall be required to make arrangements with the City's Landfill Supervisor, on specific location and area that is available for the delivery point/staging area. 3. Delivery dates will be scheduled at the time of factory order placement. Scheduled delivery dates will be met in all cases unless prevented by Force Majeure. 4. The selected bidder shall work with the City hauler (Palo Alto Sanitation CompanylWaste Management) to coordinate the delivery efforts. B. ASSEMBLY 1. The successful bidder will be responsible for complete assembly of each delivered rollout waste container. 2. Any defects found with rollout waste container assemblies during delivery (July - October 2005) periods would be corrected by the selected bidder within 7 calendar days after being notified by the City hauler. 3. The selected bidder representative will coordinate the assembly efforts and will be available during the assembly of containers. 4. If the selected bidder chooses to utilize the City landfill location for assembly, work can only be done between the hours of 7:00 a.m. to 5:00 p.m. and must make arrangements and obtain approval from the Landfill Supervisor of their working schedule, prior to starting work. C. DOOR TO DOOR DELIVERY 1. The selected bidder will be responsible for delivering containers to each residential account per the City hauler direction. The hauler will provide the contractor with a route list of street addresses, with direction on specific types and quantities of containers to be delivered at each address. CITY OF PALO ALTO -RFQ 110315 (RE-BID) PAGE 4 OF7 t .,