HomeMy WebLinkAboutRESPONSE - BID - 5918 PORTABLE TOILETSCITY OF FORT COLLINS
BID PROPOSAL,
BID #5918
PORTABLE TOILETS, RENTAL & SERVICING
BID OPENING: FRIDAY MAY 20, 2005,100P.M. four clockl
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.
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
GPI-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.
BID SCHEDULE:
GENERAL SERVICES
Daily rental of portable toilets to be serviced once per week (for special events)
Estimate 4 @ $ 44.00 /Each $176.00 Total
Daily rental of handicapped -accessible portable toilets to be serviced once per week (for
special events)
Estimate 2 @ $ 55.00 /Each $110.00 Total
Monthly rental of portable toilets to be serviced once per week (see General Services
Locations)
19 @ $ 58.00 (Each $1102.00 Total
Monthly rental of handicapped -accessible toilets to be serviced once per week
(see General Services Locations; Natural Areas)
3 @ $ 81.00 /Each $ 243.00 Total
Monthly rental of handicapped toilet to be serviced once per week @ Soapstone Prairie
1 @ $ 81.00 /Each $ 81.00 Total
GRAND TOTAL $ 1712.00
b 'd t069'dN WVIZ�01 900Z 'N,Ah A
TM
4 OF JULY REQUIREMENTS
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,
2005 and removed on July 5, 2005 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, 2006. 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.
BID SCHEDULE:
TH
4 of JULY
44 regular portable toilets at $ 44.00 ea X 44 = $1936.00 total
8 handicapped portable toilets at $ 55.00 ea X 8 = $ 440.00 total
1 case of toilet paper
= $ 32.00 total
40 special events boxes with liners at $ 3.00 ea X 40 = $120.00 total
GRAND TOTAL $ 2528.00
Delivery and pickup schedules can be met as listed above? X YES no
Note: Adherence to the delivery and pick up schedule will be a consideration of award.
9 ' d 1069' 0N PN:01 900Z
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.
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,
9 'd A691ON HVN: l 999d 177,AEW
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, not 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.
15, 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.
L 'd L069'QN WUZZ Ol 9DOZ '£Z'AEW
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: United Site Services, Inc.
ADDRESS: 6015 E SOT" AVE., COMMERCE CITY, CO 80022
P.O. BOX 219 COMMERCE CITY, CO 80037
EMAIL ADDRESS:. www.unitedsiteservices.corn
PHONE: 303-985-0164 or 888-232-0001
BIDDER'S NAME: Vickie Speer
SIGNATURE: �
SERVICE ISSUES CONTACT: Vickie Speer
TELEPHONE: 303.985-0164 or 888-232-0001 FAX: 303-985-1428
EMAIL: vickie.speerOunitedsiteservices.com
CELL #: 303.210-0849 EMERGENCY: 303.435-0077
BACKUP: Rochelle Donner
BILLING ISSUES CONTACT: Richard Priest
TELEPHONE: 303-985-0164 or 888-232-0001 FAX: 303.985-1428
EMAIL: rchard.priestCcDunitedsiteservices.com
CELL #: office 303-985-0164 EMERGENCY: 303-435-0077
BACKUP: Larry Perez
PLEASE GO TO www.fogov.com/ourchasing TO REGISTER IN OUR E-
PROCUREMENT SYSTEM FOR FUTURE BID. OPPORTUNITIESI BE SURE TO
SELECT ALL APPROPRIATE COMMODITY CODES[
8 'd L0691CN NVN:0 1900Z 'N '�
P.O. Box 219
oL City, Co
NITCUD 7ho I ff Phone
888 232 0000D37
U
It WIN
ara u m
�+ Fax 303 985 1926
-i.,.� ..i�F4, :F'riP wrrw:omtodaitcsarvicae.cum
Deaver's Premler Portable t7estroom Company
May 23, 2005
Company Reference's
City of Aurora
6 Abilene Street
Aurora, Co 80011
Rose Williams
303-326-8719
City of Greenwood Village
10001 East Costilla Ave.
Greenwood Village, Co 80112
Mark Bolton
303-708-6100
City of Lakewood
480 South Allison Parkway
Lakewood, Co 80226
Carol perdue
303-987-7870
6 'd 2069'CN RN:0I 9HZ 'sz,�