No preview available
HomeMy WebLinkAboutRESPONSE - BID - 6052 PORTABLE TOILETS RENTAL & SERVICECITY OF FORT COLLINS INVITATION TO BID 6062 Portable Toilets Rental and Servicing BPENING: 3:00 p.m. (our clock), May 4, 2007 Sealed bids will be received and publicly opened at the office of the Director of Purchasing and Risk Management, PO Box 580, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80522, at the time and date noted on the bid pro?osal and/or contract documents. If delivered, they are to be sent to 215 North Mason Street, 2" Floor, Fort Collins, Colorado 80524. If mailed, the address is P.O. Box 580, Fort Collins, 80522-0580. Bids must be received at the Purchasing Office prior to 3:00 p.m. (our clock), May 4, 2007. Questions concerning the scope of the bid should be directed to Project Manager Mike Calhoon, (970) 224-6128. Questions regarding bid submittal or process should be directed to Ed Bonnette, CPPB, C.P.M. Buyer (970) 416-2247. A copy of the Bid may be obtained as follows: Download the Bid from the Purchasing Webpage, Current Bids page, at: hftps:/Isecure2.fcqov.com/bso/login.isp. Come by Purchasing at 215 North Mason St., 2nd floor, Fort Collins, and request a copy of the Bid. Special Instructions All bids must be property signed by an authorized representative of the company with the legal capacity to bind the company to the agreement. Bids maybe withdrawn up to the date and hour set for dosing. Once bids have been accepted by the City and dosing has occurred, failure to enter into contract or honor the purchase order will be cause for removal of supplier's name from the City of Fort Collins' bidders list for a period of twelve months from the date of the opening. The City may also pursue any remedies available at law or in equity. Bid prices must be held firm for a period of forty-five (45) days after bid openings. Submission of a bid is deemed as acceptance of all terms, conditions and specifications contained in the City's specifications initially provided to the bidder. Any proposed modification must be accepted in writing by the City prior to award of the bid. Only bids property received by the Purchasing Office will be accepted. All bids should be dearly identified by the bid number and bid name contained in the bid proposal. No proposal will be accepted from, or any purchase order awarded, to any person, firm or corporation in default on any obligation to the City. Bids must be furnished exclusive of any federal excise tax, wherever applicable 215 North Mason Street 0 2"" Floor • P.O. Box 580 • Fort Collins, CO 8052240580 • (970) 221-6775 9 Fax (970) 221-6707 www.fceov.com Bidders must be properly licensed and secure necessary permits wherever applicable. Bidders not responding to this bid will be removed from our automated vendor listing for the subject commodities. The City may elect where applicable, to award bids on an individual item/group basis or on a total bid basis, whichever is most beneficial to the City. The City reserves the right to accept or reject any and all bids, and to waive any irregularities or informalities. Sales prohibited/conflict of interest: no officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision - making authority concerning such sale or any supervisory authority overthe services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity, favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. Freight terms: unless otherwise noted, all freight is F.O.B. Destination, Freight Prepaid. All freight charges must be included in prices submitted on proposal. Discounts: any discounts allowed for prompt payment, etc., must be reflected in bid figures and not entered as separate pricing on the proposal form. Purchasing restrictions: your authorized signature of this bid assures your firm's compliance with the City's purchasing restrictions. A copy of the resolutions is available for review in the Purchasing Office or the City Clerk's Office. Request Resolution 91-121 for cement restrictions. Collusive or sham bids: any bid deemed to be collusive or a sham bid will be rejected and reported to authorities as such. Your authorized signature of this bid assures that such bid is genuine and is not a collusive or sham bid. Bid results: for information regarding results for individual bids send a self-addressed, self -stamped envelope and a bid tally will be mailed to you. Bid results will be posted in our office 7 days after the bid opening. James B. O'Neill II, CPPO, FNIGP Director of Purchasing and Risk Management BID 6062 PORTABLE TOILETS RENTAL & SERVICING BID OPENING: FRIDAY MAY 4. 2007,100P.M. four clock) WE HEREBY ENTER OUR BID FOR THE CITY OF FORT COLLINS' REQUIREMENTS FOR PORTABLE TOILETS, RENTAL AND SERVICING PER THE BID INVITATION AND ANY REFERENCED SPECIFICATIONS: The City of Fort Collins is requesting bids to provide all labor and materials to supply, set up, service, and remove portable toilets at various locations for daily and monthly needs per the attached specifications. Included in the bid is the requirement for portable toilets for the 4th of July celebration at City Park. The City reserves the right to award this Bid as one package, or award the Fourth of July and General Services portions separately. Solicitations for this Bid are sent out electronically under the City's listing for the following Commodity Codes: 977-73: Toilets, Portable, Rental or Lease The initial term of the agreement shall be for one year beginning June 1, 2007. In addition, at the option of the City, the Agreement may be extended for additional one year periods not to exceed four (4) additional one year periods. Pricing changes shall be negotiated by and agreed to by both parties and may not exceed the Denver - Boulder CPI-U as published by the Colorado State Planning and Budget Office. Written notice of renewal shall be provided to the Service Provider and mailed no later than ninety (90) days prior to contract end. Scope of Work and General Requirements 1. Each portable toilet shall display a record of service clearly identifying personnel performing service and date of service. 2. Pick up of canceled units or of units reaching their pre -established termination date will be made within one week of cancellation or termination. 3. Units will be anchored, at the expense of the Contractor, where necessary. 4. Minor repairs of units will be made on site when possible. Any unit which cannot be repaired on site must be exchanged within 48 hours. 5. Contractor must insure that toilet tissue will be placed in all units at the time of service. 6. Units which have been overturned shall be righted by the Contractor at no charge to the City. 7. Each unit shall be equipped with original equipment or the manufacturer's replacement parts. Units with altered or rigged equipment will not be accepted, i.e., eye and hook as replacement for locking mechanism. 8. Each unit shall be equipped with a working lock system, occupied/vacant indicator, tissue paper holder that is firmly attached to the unit per manufacturer's specification, seat cover shall be hinged and in working order. All other equipment shall be in working order. 9. All units shall be consistent in color, appearance and age. These units are for public use and must represent a positive image. rev 09/O1/06 10. Frequency of cleaning units must be maintained, i.e. weekly or daily. If awarded contractor misses cleaning any units more than two times per year, City has the right to cancel contract and award a new contract with next low responsive, responsible bidder. 11. Awarded contractor will be responsible for replacement of portable toilet if damaged by an act of God. City will be responsible for replacement if damaged by vandalism. 12. The Contractor shall be expected to sign the City's Services Agreement (see attached sample) prior to commencement of Services. 13. The Contractor shall provide one single point of contact to the City to handle any service issues, and notify the City immediately if there is a contact change. The Contractor shall also provide one single point of contact to the City to handle any billing issues. The Contractor agrees to hold prices firm for the term of the Annual Contract. Any price adjustment requests for the following year will be submitted when the Renewal Letter is sent out; the City of Fort Collins uses the Denver Boulder Greeley CPIU index published by the Colorado State Planning and Budget Office as a guide (see sample Services Agreement, attached). The contractor agrees that they will not charge the City any Fuel Surcharges, Finance Charges, or Late Charges. All billing will be sent to the Accounts Payable Department at P.O. Box 580, (A to the individual departments. 14. The Contractor shall provide a list of three customer references of similar size and nature to the City of Fort Collins portable toilet requirements; including name, title, and phone number. References will be checked and any unsatisfactory responses may be cause for disqualification at the sole discretion of the City of Fort Collins. This bid will be awarded to the bidder submitting the bid deemed to be in the City's best interest. The City of Fort Collins reserves the right to accept or reject any and all bids and to waive any irregularities or informalities. 15. Vendor proximity to City locations may be considered as a factor in this bid award. Rapid response is required for high volume -generating Departments. 16. The Contractor agrees to stress the importance to their Drivers to obey all posted speed limits on City of Fort Collins and Natural Areas streets, access roads, and trails. Repeated violations may be cause for contract termination. 17. The Contractor will complete and sign the Vendor Statement by an authorized person from your company. For questions concerning this bid, contact Ed Bonnette, C.P.M., CPPB, Buyer @ (970) 416-2247. rev 09/01 /06 V' f*S C- m"bVr-- ,6052 Portable Toilets Rental and Servicing BID SCHEDULE: GENERAL SERVICES These are the estimated quantities of units known at Bid time. Actual locations and quantities may vary, at the discretion of the Area Project Manager. Estimate rental enta o $ ytglq toilets t00 �serviced once per --Total special events) Daily rental of handicapped -accessible portable toilets to be serviced once per week (for special events) Estimate 2 @ $ 95.00 /Each $ 190.00 Total Monthly rental of portable toilets to be serviced once per week (see General Services LocationliN&ural Areas) 14 C $ /Each $ 910.00 Total Monthly rental of handicapped -accessible toilets to be serviced once per week @ "normal" locations (see General Services Locations; Natural Areas) 15 @ $ 95.00 /Each $ 1425.00 Total Monthly rental of handicapped toilet to be serviced once per week @ Soapstone Prairie 1 @ $ 140.00 /Each $ 140.00 Total GRAND TOTAL GENERAL SERVICES: $ 2925.00 BID SCHEDULE: 4T" OF JULY The portable toilets (forty-four (44) regular and eight (8) handicapped) must be delivered and set at various locations, as indicated by the Park Supervisor, by 5:00 a.m. on July 4, 2007 and removed on July 5, 2007 before 9:00 a.m.. The awarded vendor must supply the Park Supervisor with twelve (12) keys for the portable toilet paper holders before 12:00 p.m. July 3, 2007. Awarded vendor must supply 1 case (250 rolls) of toilet paper and must supply 40 special events boxes with liners for recycle materials July 4. 44 regular portable toilets at $ 5o.00 ea X 44 = $ 2200.00 total 8 handicapped portable toilets at $ 65. oo ea X 8 = $ 520.00 total 1 case of toilet paper - $ 250000 total $1.00 per roll % 250 Rolls 40 special events boxes with liners at $ 9-50 ea X 40 = $ 380.00 toted GRAND TOTAL4th of JULY: $ 3350.00 Delivery and pickup schedules can be met as listed above? dyes no Note: Adherence to the delivery and pick up schedule will be a consideration of award. rev 09/01/06 Vendors Statement: I have read and understand the specifications and requirements for this bid and I agree to comply with such specifications and requirements. I further agree that the method of award is acceptable to my company. I also agree to complete contract with the City of Fort Collins within 30 days of notice of award. If contract is not completed and signed within 30 days, City reserves the right to cancel and award to the next lowest responsible and responsive bidder_ FIRM NAME: Waste Managampnr of Nnrtharn rn,nrndn ADDRESS: 500 E. Vine Dr Fort Collins. CO 80524 EMAIL ADDRESS: Wntar@wm.com PHONE: 970-416-3551 BIDDER'S NAME: Michael SIGNATURE: SERVICE ISSUES CONTACT: Jennifer West TELEPHONE: _97n-41f,--jss7 FAX: 970-482-4491 EMAIL: jzwest@wm.com 970-567-5280 N/a CELL #: EMERGENCY: BACKUP: Raycee Roth BILLING ISSUES CONTACT: TELEPHONE: 970-416-3567 FAX: 970-482-4491 EMAIL: awenger@wm.com CELL #: N/a EMERGENCY: N/a BACKUP: Jennifer West PLEASE GO TO www.fcaov.com/i)urchasing TO REGISTER IN OUR E-PROCUREMENT SYSTEM FOR FUTURE BID OPPORTUNITIESI BE SURE TO SELECT ALL APPROPRIATE COMMODITY CODESI rev 09/01/06 6 GENERAL SERVICES: PORTABLE TOILET LOCATIONS These portable toilets need once a week service. (Date of service is 10/17/07 to 4/17/08) (Legacy, Rolland Moore B-ball, NACC, and Dog Park are year'round) These are the locations known at Bid time. Actual locations and quantities may vary, at the discretion of the Area Project Manager. Site Address Number of Units PARKS Buckingham Park 101 First St. 1 accessible City Park Ballfields 211 S. Bryan Ave. 1 accessible City Park Playground 211 S. Bryan Ave. 1 accessible Cottonwood Glenn 3074 S. Overland Trail. 1 accessible Dog Park (Spring Canyon) Horsetooth Rd. & Horsetooth Ct. 2 Edora Park Ballfields 1420 East Stuart Street 1 accessible Edora Park BMX Track 1801 Riverside 1 accessible 1 regular English Ranch 3825 Kingsley Drive 1 Fort Collins City Park 1599 City Park Drive 1 accessible Greenbriar Park 730 Willox Lane 1 Homestead Park 7045 Avondale Dr. 1 Legacy Park 300 Woodlawn Drive 1 Martinez Park 600 N. Sherwood 1 accessible Old Fort Collins Heritage 112 E. Willow 1 Park NACC Rolland Moore Basketball 2201 South Shields Street 1 Rolland Moore Playground 1 accessible Rolland Moore Tennis 2 accessible Spring Park 2100 Matthews St. 1 accessible Troutman Park 500 W. Troutman Parkway 1 GOLF COURSES City Park Nine 411 S Bryan Ave. 1 accessible 5 winter months only) Collindale Golf Course 1441 E Horsetooth Road 2 SouthRid a Golf Course 5750 S Lemay Ave unknown CEMETERY: Weekly service from March to November. Monthly service December to February. Roselawn Cemetery 2718 E. Mulberry1 NATURAL AREAS Gustav Swanson 445 Linden St. 1 accessible N. Shields Pond 1333 N. Shields St 1 accessible Riverbend Ponds 2425 Countryside Dr. 1 Soapstone Prairie 3700 Soapstone Prairie Rd. 1 accessible 25 mi north on 1-25 rev 09/01106