OpenGov Procurement logo
  • Sign Up
  • Login
  Visit Help Center
 City of Tucson Portal
ProfileEVALUATION

Refuse & Recycling Container Solutions and Related Products, Equipment & Services

Last updated by Addendum #3 on Sep 19, 2022 4:25 PM
Request for Proposal
EGSD
 10000, 10006, 10007, 10045, 10056... show all
Project ID:  226024
Release Date: Friday, August 5, 2022
 · Due Date: Tuesday, October 4, 2022 2:00pm 
Posted Friday, August 5, 2022 11:08am
All dates & times in Mountain Time - Arizona
  • Project Documents
  • Downloads
  • Addenda & Notices
  • Question & Answer
  • Followers
  • 1. NOTICE
  • 2. INTRODUCTION
  • 3. SCOPE OF WORK
  • 4. INSTRUCTIONS TO OFFERORS
  • 5. PROPOSAL EVALUATION REQUIREMENTS
  • 6. SPECIAL TERMS AND CONDITIONS
  • 7. INSURANCE REQUIREMENTS
  • 8. STANDARD TERMS AND CONDITIONS
  • 9. EVALUATION PHASES
  • 10. VENDOR QUESTIONNAIRE
  • 11. ATTACHMENTS
View All Sections

3. SCOPE OF WORK

Although this section reflects the needs and the requirements for the City of Tucson, OMINA Partners Participating Agencies will have different requirements. The awarded vendor may offer comprehensive refuse and recycling container solutions and related products, equipment and services nationally.

The terms “container” and “hardware” are defined as a complete unit including a full lid assembly.

The City’s primary needs are high quality plastic refuse 48, 65, and 95-gallon containers (measured in U.S. liquid gallons) for manual and/or automated curbside waste and recycling; however, other types of containers offered in other sizes, related products and equipment may also be incorporated into any resulting contract.

The specifications listed below are general requirements; however, exceptions and/or variations thereto that do not compromise overall quality and functionality will be considered. It is recognized that Participating Agencies may have different requirements pertaining to logos, artwork, identification, etc. The intent of this contract is to allow for flexibility for Participating Agencies to customize containers specific to their needs.

1. GENERAL REQUIREMENTS

Qualified Firms: Offerors should meet the minimum qualifications.

  1. Be an authorized distributor or manufacturer.
  2. Have a distribution model capable of delivering products nationwide.
  3. Have a demonstrated sales presence.
  4. Be able to meet the applicable requirements of the National Cooperative Purchasing Program detailed herein.
  5. Be able to provide the full range of equipment and services to meet the demands of the City and all agencies that opt to participate in the National Cooperative Purchasing Program.

Usage Report: The Contractor shall provide an electronic copy of a usage report upon request to the Business Services Department-Procurement. The report shall be sent after eleven (11) months of the contract term. The report shall provide complete information on the quantity and description of items purchased under this contract.

2. WAREHOUSING, DISTRIBUTION AND SALES FACILITIES

The product specified in this solicitation is dependent upon an extensive manufacturer-to-customer supply chain distribution system. In order to be considered for award, each potential contractor is required to provide proof of an extensive distribution system.

3. WARRANTY

  1. All containers and hardware furnished shall be unconditionally warranted for a period of a minimum ten (10) years against defects including, but not limited to: cracking, chipping, peeling, distortion, failures at attachment, weathering degradation, defective or insufficient material, poor material workmanship on the part of the manufacturer and lowered ultraviolet resistance to aging in the process or normal operational use. If, at any time during the warranty period, a defect should occur with any container, the container shall be replaced by the Contractor at no cost or obligation to the City or Participating Public Agencies.
  2. Offeror expressly warrants all items to be new, free from defects in design, materials and workmanship, and to be fit and sufficient for their intended purpose. All warranties shall survive acceptance and payment by the City of Tucson.
  3. Container or lid failures during the warranty period shall constitute failure of the container, and require replacement with a new and complete container (including shipping and assembly), at no cost to the City of Tucson. The determination of failure will be at the sole discretion of the City of Tucson.
  4. Warranty replacement will be due to the City within sixty (60) days from the date the City submits the claim.
  5. Defective containers which are replaced under warranty provisions shall be replaced as complete containers, i.e., with lids, hardware, wheels, etc.
  6. A defective container is any container that:
    1. Does not continuously perform in the intended manner as set forth in the scope of work (including smooth maneuverability).
    2. Does not comply with the minimum design requirements of the scope of work.
    3. Does not continuously perform in the intended manner within the warranty period.
  7. Such container(s) shall then be considered to be defective in material, workmanship, and/or design and shall be covered by the terms of this warranty specification. Any defective container shall be replaced at no cost to the City of Tucson. All costs associated with the replacement of such defective containers shall be borne by the Contractor. In the event that containers or any component parts have been manufactured or supplied to the Contractor by a subcontractor or assembled or delivered by a subcontractor, the City of Tucson shall consider the Contractor as the manufacturer regarding product liability.
  8. Contractor shall not be responsible for loss, damage or destruction caused by fire, vandalism or theft after the containers have been delivered and accepted.
  9. The City will hold all defective containers taken out of service (which will be submitted for warranty at a later date) for fourteen (14) calendar days. If desired, it will be the Contractor’s responsibility to either schedule a site visit, no more than bi-weekly, to view damaged containers, or to arrange for bi-weekly pickup of containers at no cost to the City.
  10. The contractor will be held accountable for actual costs incurred by the City associated with replacing damaged or defective containers not replaced by the contractor within the allotted time, within sixty (60) days from the date the City submits the claim, thereby causing the City of Tucson to replace the container on its own.

4. CATALOGS

  1. Within ten (10) days after contract award and after request from City staff, Contractor must submit complete price lists and catalogs of their product line in hard copy and on CD. Upon request from a using agency, Contractor shall provide, at no cost, these catalogs and price lists.
  2. Contractor shall provide, at no cost, copies of catalogs and/or price lists to using agencies.

5. PRODUCT REQUIREMENTS

  1. Refuse Containers - A complete and comprehensive line of new containers of the latest design and technology to include, but not be limited to, 48, 65 and 95 gallon.
  2. Recycling Containers - A complete and comprehensive line of new containers of the latest design and technology to include, but not be limited to, 48, 65 and 95 gallon.
  3. Balance of Line - Each offeror may offer their balance of line for other related products. The City reserves the right to accept or reject any or all balance of line items offered.

Note: The City intends to award by Group per size of Container, see Item #12 below. Offeror is encouraged to submit response and pricing based on the Container size they are proposing to the City.

6. REPLACEMENT PARTS

  1. Containers shall be furnished complete with all hardware needed for assembly and use. An additional 1% of all replacement parts shall be provided with each shipment to establish an inventory stock for field repairs. The following are considered replacement parts: wheels and assemblies, lids and assemblies, and all associated fasteners and brackets. All container components shall be obtainable by the City without the requirement to purchase or obtain a complete new container.
  2. Replacement parts shall be labeled and separated.

7. CURRENT PRODUCTS

All products being offered in response to this solicitation and labeled as new shall be in current and ongoing production; shall be formally announced for general marketing purposes; shall be a model or type currently functioning in a user (paying customer) environment and capable of meeting or exceeding all specifications and requirements set forth in this solicitation.

8. PRODUCT/RECALL NOTICES

In the event of any recall notice, technical service bulletin, or other important notification affecting equipment purchased from this contract, a notice shall be sent to the Contract Representative. It shall be the responsibility of the contractor to assure that all recall notices are sent directly to the agencies Contract Representative.

9. PRODUCT STANDARDS AND GUIDELINES

Containers must meet all standards as required by the Arizona Administrative Code Title 18, Chapter 13, Article 3 Section R18-13-307 and ANSI specification Z245.30-1999, Appendix D.

10. SERVICE REQUIREMENTS

The City is interested in evaluating the following categories of value-added services for inclusion in the resulting contract. The categories include, but are not limited to the following.

  1. Financing - Financing options available such as lease programs and conditional sales contracts.
  2. Delivery - For City of Tucson purchases, containers shall be delivered to various City of Tucson locations. All deliveries shall be made to a predetermined address within the time allotted. The Contractor shall be required to give the City of Tucson a minimum of 24 hours’ notice prior to delivery with the anticipated time of delivery and quantity of units to be delivered. The contractor will unload and assemble all containers at time of delivery.
  3. The following documents are due upon delivery to the City or participating agency:
    1. M.S.O. (Manufacturer Statement of Origin)
    2. Warranty document
    3. Required manuals
  4. Customer Support Services - The policies on replacements, returns, restocking charges, after hour’s service, after sales support, out of stock, order tracing, technical feedback, quality assurance for orders and drop shipments.

11. TECHNICAL REQUIREMENTS

The following are the technical requirements for the refuse and recycling container solutions.

12. CAPACITY

  1. Ninety-five (95) gallon or equivalent - A container body, measured in U.S. liquid gallons, which will hold approximately 95 gallons.
  2. Sixty-five (65) gallon or equivalent - A container body, measured in U.S. liquid gallons, which will hold approximately 65 gallons.
  3. Forty-Eight (48) gallon or equivalent - A container body, measured in U.S. liquid gallons, which will hold approximately 48 gallons.

13. FINISH

Interior surfaces should have a smooth high gloss finish without pockets or obstructions that may hinder dumping of refuse. Exterior surface should be textured non-slip in the gripping area. No coatings or sprayed on surfaces are permitted. The molded body and lid should not have excessive flash or poorly trimmed areas. The body and lid should have no foreign substances, shrink holes, cracks, thin spots, blow holes, drill holes, webs, or other similar poor workmanship.

14. LIDS

Each container should be furnished with a lid molded from the same material as the container and shall be of such configuration that it shall not warp, bend, slump, or distort to such an extent that it no longer fits flush on the container properly or becomes otherwise unserviceable. The lid should have the same thickness as the container, or at a minimum, the design shall assure that the lid is durable and rigid. Lids shall open fully. The lid must operate smoothly and not be a safety hazard, or potential maintenance problem. When closed, the lid must prevent entry of rain without latches. Lids may be hot stamped or otherwise have permanently affixed information. Containers should not have lids molded as part of the base.

15. HANDLE

Each container should have a horizontal handle or handles to provide comfortable gripping areas for pulling or pushing the container. The handle should be molded into the body, and shall only expose plastic surfaces to the hands of the user. Handles should not be molded into the lid or mounted with rivets.

16. WHEELS

Wheels shall be appropriately sized and should not hinder any of the gripper components operation. Wheels should be constructed in such manner as to make a container holding 200 lbs. readily mobile.

17. AXLE SHAFT

The axle shall be capable of supporting a container holding 200 lbs. Bolt on, molded slots, or “press-in” axle attachment methods are not desirable. Axle attachments that create holes into the body of the container are also undesirable.

18. COLOR

Offeror shall provide containers in the following Pantone color formula guide 1000, 1995, (or current date) colors or equivalent:

  1. For the Green Refuse Containers – Pantone dark green #349c or equivalent, as approved by the City of Tucson.
  2. For the Blue Recycle Containers - Pantone recycle blue #294c, #287c or equivalent as approved by the City of Tucson.
  3. For the Food Waste Lids - Yellow as approved by the City of Tucson.
  4. Color - shall not be streaked in the finished product and shall be non-fading throughout the warranty period.

19. IDENTIFICATION

Containers shall have lettering and/symbols embossed at three locations:

  1. The front edge of the lid
  2. The front top of the lid
  3. The front of the container (on the hip, above the gripper attachment area).

Designs and wording will be provided by the City Of Tucson and are subject to change at any time. In order to facilitate inventory control, the body at location "C", shall have an nine (9) character sequential serial number molded, branded, or hot stamped into its front. Digits shall be a minimum of 2” high and shall be painted in white. The City of Tucson will provide the starting number. The first character will be an identifier of container size (9 = 95 gal), the second character will identify type of material (G = garbage, R = recycle). The next two characters will identify the year (yy) of manufacture, with the remaining 5 characters being the sequential order of production starting with 00001 for each container size and material type made under this contract.

NOTE: Contractor may present another option for tracking serial numbers. Approval will be required by the City.

Serial Number Spreadsheet Reporting must be submitted within two weeks after delivery of containers. The report must be in MS Excel format and include the serial numbers of the containers delivered, the invoice number, date of purchase, component and/or container size, quantity, and color.

20. BAR CODING or Radio Frequency Identification (RFID)

If the proposed containers include a bar code system, bar codes should be located on the front of the container above the serial number. The bar code should be readable with devices that meet industry standards. The scanned value of each code should match each container’s serial number. The bar code shall remain scan-able throughout the warranty period.

NOTE: If the Contractor can provide RFIDs, Contractor shall describe where on the containers they will be placed. Also, a description of the equipment required to utilize RFIDs shall be provided.

21. POLYETHLENE MATERIAL REQUIREMENTS

  1. All containers should be rotationally or injection molded using linear high or medium density polyethylene.
  2. Polyethylene resin should contain an ultraviolet stabilizer.
  3. Polyethylene resin color shall be non-fading throughout the warranty period.
  4. All containers should be molded from 80% high or medium density polyethylene virgin first quality materials produced by a national petrochemical manufacturer (i.e.: Exxon, Phillips, Mobil, Dow, DuPont, or equivalent), mixed with 10% to 20% post-consumer high density (HDPE) or medium density (MDPE) resin. Material must satisfy manufacturer’s original specification for first quality material and cannot be “batch” produced by the Offeror.
  5. The resin shall meet or exceed the following A.S.T.M. molded property specification:
    1. Environmental Stress Crack Resistance (E.S.C.R.) Condition “A” for rotational containers. Condition “B” for injection molded containers.
  6. All containers shall be designed for load ratings in accordance with ANSI Standards and be designed to regularly hold specified weights without permanent damage, deformation, or structural failure of the container. Container and all components shall be capable of withstanding temperature extremes ranging from –30 F to 150 F, when under 200 lbs. per square inch compression, applied from opposite sides by the gripping arms without permanent damage, deformation, or structural failure.

22. COMPLIANCE WITH STATE OF ARIZONA REQUIREMENTS

Containers must meet all standards as required by the Arizona Administrative Code Title 18, Chapter 13, Article 3 Section R18-13-307.

23. FIELD SERVICE

Container types offered must have been in fully automated field service for at least one (1) year.

24. LEAKAGE

The container shall remain free of holes or penetrations that will cause the container to leak throughout the warranty period with the container in normal use.

25. COMPATIBILITY

Containers will be used with and must be compatible with existing fully automated refuse collection vehicles.

26. COMPRESSION FORCE

Each container shall be capable of withstanding a minimum of 200 pounds per square inch (psi) compression force during lifting and dumping operations without permanent damage, deformity, or structural failure.

27. DURABILITY

Containers shall have sufficient rigidity to prevent deformation, permanent damage, slippage, or structural failure during lifting and dumping in accordance with ANSI specification Z245.30-1999, Appendix D.

In accordance with ANSI specification Z245.30 – 2008, containers and components shall maintain sufficient strength, shape and appearance, and be resistant to impact and rodent penetration, such as to require no routine maintenance and in general is maintenance free during the warranty period.

28. VERTICAL STABILITY

Each container shall be stable and self-balancing when in an upright position with the lid open either loaded or empty. Empty container must remain upright when the lid is open.

The empty, un-weighted (95-gallon) container should withstand wind velocities of at least thirty (30) miles per hour in wind tunnel tests without the container being turned over. The wind tunnel test should be performed with the wind applied from the front, rear, and both sides of the container.

29. VERIFICATION TESTING

The City reserves the right to have any or all carts submitted for consideration evaluated by an independent testing facility to ensure full compliance with specifications.