55
SPECIFICATIONS FOR RESIDENTIAL SOLID WASTE COLLECTION AND RECYCLING COLLECTION IN THE BOROUGH OF LANSDALE TABLE OF CONTENTS SECTION Page 1.00 PROJECT DESCRIPTION 1 1.01 Scope of Services 1 1.01.1 Description of Bids Requested 1 1.01.2 Collection of Recycling Materials 2 1.01.3 Marketing of Recycling Materials 2 1.01.4 Collection of Bulky Waste 2 1.01.5 Compostable Materials 3 1.01.6 Seasonal Leaf Collection 3 1.01.7 Disposal of the Remaining Residential Solid Waste 3 1.01.8 Solid Waste - Agricultural, Commercial, Industrial Firms 3 1.01.9 Municipal Government Refuse Collection 3 1.01.10 Homeowner Associations Not to Be Collected 6 1.02 Examination of the Borough of Lansdale 6 1.03 Specifications 6 1.04 Conditions of Service 6 1.05 Preparation of Bids 7 1.06 Operating Plan 7 1.07 Education Plan 7 2.00 GENERAL SPECIFICATIONS 8 2.01 Obligation of the Contractor 8

FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

  • Upload
    others

  • View
    6

  • Download
    0

Embed Size (px)

Citation preview

Page 1: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

SPECIFICATIONS FOR

RESIDENTIAL SOLID WASTE COLLECTION AND RECYCLING COLLECTION IN THE BOROUGH OF LANSDALE

TABLE OF CONTENTS

SECTION

Page

1.00 PROJECT DESCRIPTION 1

1.01 Scope of Services 1

1.01.1 Description of Bids Requested 1

1.01.2 Collection of Recycling Materials 2

1.01.3 Marketing of Recycling Materials 2

1.01.4 Collection of Bulky Waste 2

1.01.5 Compostable Materials 3

1.01.6 Seasonal Leaf Collection 3

1.01.7 Disposal of the Remaining Residential Solid Waste 3

1.01.8 Solid Waste - Agricultural, Commercial, Industrial Firms 3

1.01.9 Municipal Government Refuse Collection 3

1.01.10 Homeowner Associations Not to Be Collected 6

1.02 Examination of the Borough of Lansdale 6

1.03 Specifications 6

1.04 Conditions of Service 6

1.05 Preparation of Bids 7

1.06 Operating Plan 7

1.07 Education Plan 7

2.00 GENERAL SPECIFICATIONS 8

2.01 Obligation of the Contractor 8

Page 2: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

2.02 Obligation of the Borough of Lansdale 8

2.03 Supervision by the Contractor 9

2.04 Notice to the Contractor 9

2.05 Inspection 9

2.06 Competent Workers to be Employed 9

2.07 Liability and Damages 11

2.08 Insurance 11

2.09 Correction of Breaches of Non-Performance 13

2.10 Penalties 14

2.11 Payments 16

2 12 Additional Compensation 16

2 13 Assignment 16

2 14 No Waiver of Contract 16

2.15 Residential and Commercial Recycling Data

16

3.00 DETAILED SPECIFICATIONS 17

3 01 Definitions 17

3.02 Source Separation of Recycling Materials 21

3.03 Collection of Recycling Materials and Household Waste 21

3.03.1 General Requirement 21

3.03.2 Types of Materials to be Collected for Recycling 21

3.03.3 Schedule 22

3.03.4 Holiday 22

3.03.5 Hours and Days of Collection 22

3.03.6 Collection Locations 22

Page 3: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

3.03.7 Routes 22

3.03.8 Preparation of Solid Waste and Recycling Materials for Collection 23

3.03.9 Amounts of Solid Waste and Compostable Materials to be Collected 23

3.03.10 Bulky Waste 23

3.03 11 Manner of Collection 24

3.03.12 Acts of God and Natural Disasters 24

3.04 Disposition of the Recycling Materials 24

3.05 Disposition of the Compostable Materials 24

3.06 Disposition of Household Solid Waste 24

3.07 Transportation Routes 24

3.08 Equipment and Personnel 25

3.08.1 Numbers and Types of Vehicles 25

3.08.2 Vehicles and Equipment 25

3.08.3 Cleanup 26

3.08.4 Storage of Vehicles and Equipment 26

3.08.5 Conduct of Employees 26

3.08.6 Collection of Appliances Containing Chlorofluorocarbons (CFC’s) 26

3.09 Contingencies 27

3.10 Special Services 27

3.11 Trash and Recycle Containers 28

Page 4: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

LIST OF ADDITIONAL FORMS ENCLOSED WITH SPECIFICATIONS 29

EXHIBIT A BIDDING DOCUMENTS CHECKLIST 30

EXHIBIT B PROPOSAL BID FORM 31

EXHIBIT C CONTAINERS SPECIFICATIONS 33

EXHIBIT D BIDDERS AFFIDAVIT 47

EXHIBIT E BIDDER’S QUESTIONNAIRE 48

EXHIBIT F VEHICLE DEDICATION AFFIDAVIT 50

EXHIBIT G STREET CAN PICK UP LOCATIONS MAP 51

Page 5: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

1

SPECIFICATIONS FOR

RESIDENTIAL SOLID WASTE COLLECTION AND RECYCLING COLLECTION IN THE BOROUGH OF LANSDALE

SECTION 1.00 - PROJECT DESCRIPTION

1.01 Scope of Services: The services to be performed and provided consist of the collection, transportation, and disposal of solid waste and recycling materials from each residential dwelling unit (dwelling unit[s]) within the Borough of Lansdale in Montgomery County, Pennsylvania to a designated disposal site. This Borough includes approximately 16,400 people and approximately 7,000 residential units.

The Municipal Recycling Ordinance (Ordinance No. 2013-1840), adopted by the Borough of Lansdale on June 19, 2013, requires source separation of solid waste and recycling materials by each household. Recycling materials and yard waste shall be separated by each owner of a residential unit (householder) and placed in convenient receptacles, for collection on each day designated for collection of recyclables. The Bidders are expected to incorporate the collection of recycling materials and yard waste as specified in their primary bids.

The purpose of the bid is to provide the Borough of Lansdale with the basis for determining the optimal and most cost effective collection and recycling program for the Borough. This bid includes an initial three year contract with an optional additional two year extension.

1.01.1 Description of Bids Requested:

A. Base Bid:

1. Provide residential solid waste and recyclable collection and disposal service to the Borough of Lansdale twice per week for a three year initial period. The normal household solid waste is to be taken to a disposal facility to be approved by the Borough. Collection and recycling of recyclable materials twice/week. For the purposes of bidding, in response to this invitation to bid, the types of recycling materials to be collected are glass (all colors), aluminum, plastic (#1, #2, #3, #4, #5, #6 & #7), newspapers, corrugated cardboard, office/computer paper, and steel cans continuing throughout the term of the Contract (being the Trash Collection Agreement made a part of the documents herein). Collection and composting of yard waste once/month for a three year initial period. Provide two 65-gallon heavy duty two-wheeled totes to each dwelling. One tote to be designated for solid waste disposal, to be marked with a logo determined by the Borough and identified as the “trash” container. The other tote to be designated for recyclables disposal, to be marked with

Page 6: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

2

a logo determined by the Borough and identified as the “recycle” container.

2. Provide collection of waste from street cans, specified by the Borough:

a. Twice/week between December 1st and April 30th b. Four times/week between May 1st and November 30th

Collection days for the street cans shall be Monday and Friday, and the additional two days of the week between May 1st and November 30th will be determined by the Borough. This determination will be coordinated with the Contractor following the award of this contract. See Exhibit F for Map of Street Can Pick Up Locations (43 total).

3. Provide the following items, as needed, for Borough Events: a. Cardboard boxes with plastic liner b. 8 cubic-yard roll off dumpster

B. Additional Two Year Option:

Provide pricing to provide services described in the Base Bid to extend the contract two additional years.

1.01.2 Collection of Recycling Materials:

The recycling materials shall be collected twice per week and occur on the same days as the residential solid waste as specified by the bidder in its proposal. The contractor shall collect the recyclable materials from each dwelling unit of every residential property within the Borough. The recyclables shall be placed in a single container for a single stream handling of recyclables.

1.01.3 Marketing of Recycling Materials:

The recycling materials shall be taken to a certified processing facility, which is approved and permitted by the Pennsylvania Department of Environmental Protection (PADEP). All disposal costs shall be borne by the contactor and reflected in their lump sum bid.

1.01.4 Collection of Bulky Waste:

Bulky waste, such as furniture, appliances, etc. shall be collected once per month on days to be designated by the contractor with a limit of one such item per dwelling unit per month and disposed at a landfill transfer station or processing facility acceptable to both the contractor and the Borough of Lansdale. Pick up for specialty items may be scheduled with the contractor (see Section 3.03.10). The contractor shall be responsible for adherence to all federal and state regulations concerning the handling of HCFCs and CFCs (see Section 3.08.6).

Page 7: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

3

1.01.5 Compostable Materials

Composting of such materials as yard waste, grass, clippings, Christmas trees, and leaves, etc. is required by the Borough of Lansdale. As a result, the Base Bid shall include special yard waste collection once a month at curbside for the period from January 1 through December 31 with the day of collection to be designated by the contractor. The yard waste shall be transported to a location of their choosing that accepts the contractor’s equipment and the compostable materials. The Borough shall approve the location chosen for the disposal of compostable materials. All disposal costs shall be borne by the contactor and reflected in their lump sum bid.

1.01.6 Seasonal Leaf Collection

The Borough will be divided into four (4) sections for leaf collection. Collection shall occur on the Monday, Tuesday, Thursday, and Friday on or about the first full week of November and during the first ten (10) days of December with a third pickup to be scheduled at the Borough’s discretion. Spring leaf collection will include pickup of tree branches. Collection shall occur on the Monday, Tuesday, Thursday, and Friday on or about the first full week of May. Borough residents shall be advised by the Borough of this schedule and shall place leaves in bags or containers with a capacity not greater than thirty (30) U.S. gallons. It is the responsibility of the residents to supply themselves with the proper bags or containers as described in this section. Lawn and yard waste bags are to be biodegradable. Branches must be bundled in lengths of four (4) foot or less, and branches can be no more than six (6) inches in diameter. Leaves must be disposed of in accordance with applicable State, County, and Local Ordinances. A manifest must be provided to the Borough outlining the ultimate disposition of the leaves.

1.01.7 Disposal of the Remaining Residential Solid Waste

The remaining residential solid waste shall be taken to a disposal facility approved by the Borough. All disposal costs shall be borne by the contractor and reflected in their lump sum bid.

1.01.8 Solid Waste - Agricultural, Commercial, Industrial Firms

Solid waste from agricultural, commercial or industrial firms, including solid waste from hotels, inns, motels, or apartment complexes of residential units (which have their own dumpster), or from institutions or government agencies, other than Borough facilities, shall not be included in the scope of services of the bid.

1.01.9 Municipal Government Refuse Collection In addition to the collection of regular residential waste and special service roll-offs, the Borough of Lansdale shall require the collection and disposal of all municipal government waste (from facilities owned or operated by the Borough of Lansdale). The facilities shall be emptied as necessary, but not less than the collection described below. The cost of collecting municipal solid waste (MSW)

Page 8: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

4

and recyclables, as defined in the specifications, shall be included in the Base Bid.

Location and Service Requirements for Borough Facilities Solid Waste Disposal:

A) Borough Hall Complex - One Vine Street (1) Provide one (1), six (6) cubic yard container and collect MSW on Tuesdays

and Fridays. B) Highway Garage - 651 W. Ninth Street

(1) Provide one (1), four (4) cubic yard container and collect MSW on Thursdays.

C) Sewage Treatment Plant - 652 W. Ninth Street (1) Provide one (1), four (4) cubic yard container and collect MSW on

Thursdays. D) Electric Services Building - 649 W. Ninth Street

(1) Provide one (1), four (4) cubic yard container and collect MSW on Thursdays.

E) Street Cans (See attached map for current pickup locations) (1) Collect MSW on Mondays, Tuesdays, Thursdays and Fridays during the

months of May, June, July August and September. Location of street cans may change. Will advise of any changes.

F) Parks Maintenance Building - 206 W. Fifth Street (1) Provide one (1), six (6) cubic yard container and collect MSW one time per

week. G) White Road Park - Whites Road off S. Broad Street

(1) Provide one (1) eight (8) cubic yard container and collect MSW: a. One (1) time per month in January, February, March, October,

November and December. b. Two (2) times per week April 1 through September 30.

H) Memorial Park - Line Street and Jenkins Avenue (1) Provide one (1) six (6) cubic yard container and collect MSW:

a. One (1) time per week April 1 through December 31. b. Remove container January 1 through March 31.

I) Fourth Street Pool - Fourth Street and Edgewood Avenue (1) Provide one (1), eight (8) cubic yard container and collect MSW:

a. One (1) time per month January, February, March, October, November and December.

b. Two (2) times per week April 1 through September 30. J) 421 W. Main Street

(1) Provide one (1), four (4) cubic yard container and collect MSW on Tuesdays.

K) Parks Office - 660 Lansdale Avenue (1) Provide one (1), ninety-six (96) gallon container and collect MSW on

Thursdays. L) Lansdale Public Library - 301 Vine Street

(1) Provide three (3), ninety-six (96) gallon totes and collect MSW on Tuesdays and Fridays.

Page 9: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

5

Location and Service Requirements for Borough Facilities Recyclables Disposal:

A) Borough Hall Complex - One Vine Street (1) Provide three (3), ninety (90) gallon containers for pickup of computer and

high-grade office paper, newspaper, plastics, glass, and aluminum. B) Lansdale Public Library - 301 Vine Street

(1) Provide three (3), ninety (90) gallon containers for pickup of computer and high-grade office paper, aluminum, glass, plastic, newspaper, and corrugated cardboard.

C) Electric Services Building - 649 W. Ninth Street (1) Provide one (1), four (4) cubic yard container for corrugated cardboard

pickup, aluminum, glass, plastic, and newspaper. D) Sewage Treatment Plant - 652 W. Ninth Street

(1) Provide one (1), four (4) cubic yard container for pickup of newspaper, aluminum, glass, plastic, and corrugated cardboard.

E) White Road Park - Whites Road off S. Broad Street (1) Provide two (2) cubic yard lockable container for corrugated cardboard

pickup during the months of June, July, and August. F) Fourth Street Park - Fourth Street and Edgewood Avenue

(1) Provide two (2) cubic yard lockable container for corrugated cardboard pickup during the months of June, July, and August.

G) 421 W. Main Street (1) Provide one (1), ninety (90) gallon container for pickup of computer and

high-grade office paper, and provide the necessary containers for newspaper, glass, plastics, and aluminum pickup.

H) Parks Office - 660 Lansdale Avenue (1) Provide one (1) ninety-six (96) gallon container for pickup of office paper,

aluminum, glass, plastic, and corrugated cardboard.

Pickup for recyclables should be made two (2) times per month on regularly scheduled days. Contractor to advise the Borough Office of specific days for pickup, i.e. every second and fourth Tuesday, etc., unless otherwise noted.

The Borough of Lansdale may require up to five (5) additional locations during the contract period at no additional cost or charge.

Street Can Collection shall be done twice per week between December 1st and April 30th on Monday and Friday, and four times per week between May 1st and November 30th, on Monday, Friday, and two days of the week to be determined by the Borough. There are forty-three (43) street can locations throughout the Borough, with their locations provided on the Street Can Pick Up Location Map (Exhibit F).

A maximum of twenty (20) Borough events throughout the year will require cardboard boxes with plastic liner and an eight (8) cubic-yard roll off dumpster. The Contractor shall coordinate with the Borough for the placement of these items prior to each event, and the collection of the waste and containers following each event.

Page 10: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

6

1.01.10 Homeowner Associations Not to Be Collected The collection of waste and recyclables described in this contract is not to include the following Homeowner Association locations: A) Adrian Court Condominiums B) Willow Street Condominiums C) Turbo Lofts (21 S. Valley Forge Road) D) Cannon Square (90-92 N. Towamencin Avenue) E) Williamson Square (421 & 439 N. Line Street)

1.02 Examination of the Borough of Lansdale

Bidder should inspect all areas included within the scope of services so as to make their own judgment with respect to the number of collection locations and all other circumstances affecting the cost of the services to be provided and the nature of the work to be performed. The figures provided herein are not to be taken as binding and contractor shall assume patent and latent risks in connection therewith.

1.03 Specifications

Bidders are advised to examine carefully the General and Detailed Specifications contained herein, as well as the Containers Spectifications, to make their own independent evaluation and judgment with respect to the circumstances affecting the cost of services and the manner of their performance.

1.04 Conditions of Service

The Borough of Lansdale does not make any representations in connection with any of the supplementary materials, which form part of this proposal, specifications and request for bids (collectively, the documents). The total number of residential dwelling units within the Borough of Lansdale requiring the services is estimated to be approximately 7,000 but may increase during the contract term.

The successful bidder shall not receive additional compensation for any additional occupied residential dwelling units requiring service above the specified number of units in Section 1.01.

Insofar as possible, the contractor in the performance of the scope of services called for in this document must employ such methods or means as will avoid interruption or interference with the operations of the affairs of the Borough of Lansdale, and shall take the necessary steps to insure that during the course of performance there will be no infringement on the rights of the public. The contractor, in the performance of the services called for in this document, shall employ such methods, which shall not violate any applicable statures, regulations or ordinances of the Commonwealth of Pennsylvania, any subdivision thereof or any of the Borough of Lansdale, presently and hereafter in effect.

Page 11: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

7

1.05 Preparation of Bids

Each bidder must complete and submit the Proposal Section Bid Documents in its entirety.

Instructions for bidders to be followed to submit bids using the PennBid electronic bid management system.

1.06 Operating Plan

Each bidder must submit with the bid a comprehensive operational plan. This plan must include detailed information as follows: a) Resumes of the staff involved with collection. b) Trucks that will be utilized. c) Staffing of vehicles. d) Supervision of routes. e) Customer Service Program. f) Collection Safety Program. g) A list of routes, along with a corresponding map, and days of pick up on

each route. The truck size shall be no larger than a 25-yarder medium duty rear-loader to navigate alleyways within the Borough. Any alternative to this truck type for this purpose shall be approved by the Borough. A larger truck size may be utilized to navigate other roadways in the Borough not identified as alleyways. Truck sizes shall be specified in the bid and shall be approved by the Borough.

1.07 Education Plan

Each bidder must submit an Education Plan, which includes the steps taken to inform residents in the Borough of the following items, but not limited to: a) Items that qualify for recycling collection. b) Identification of typical household items that require special disposal (i.e.

batteries) c) Preventing theft or loss of trash and recycling containers. d) Benefits of separating recyclables and sole source recycling. e) Disposal locations for trash, recycling, leaf collection, etc. f) Trash and recycling collection schedule, including any adjustments due to

holidays. g) Schedule for bulk item collection (define bulk items). h) Preferred placement of trash and recycling containers for collection. i) Customer service contact information. Education Plan materials must be approved by the Borough prior to distribution. Distribution of material may be in the form of door-hangers, pamphlets, newsletter articles, etc. Distribution method must be approved by the Borough.

Page 12: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

8

SECTION 2.00 - GENERAL SPECIFICATIONS

Bidders are hereby advised that upon the award of the contract, all items, conditions, provisions and procedures set forth in the Notice to Bidders, Instructions to Bidders, the General and Detailed Specifications, and the forms and affidavits pursuant thereto shall be a part of the contract. Except as may otherwise hereinafter be set forth, the term "contractor" shall mean the lowest responsible bidder to whom the contract has been awarded and has been executed and delivered such contract to the Borough of Lansdale.

2.01 Obligation of the Contractor

The contractor shall, at its own cost and expense, and in strict conformity with the hereinafter contained or hereto annexed specifications and the contract, furnish all the material, labor and equipment for the collection and transportation of solid waste, as hereinafter defined, from all residential dwelling units and other locations subject to collection under these specifications within the Borough of Lansdale.

All necessary licenses and permits necessary to the performance of the work under this contract shall be obtained by the contractor. The revoking of the contractor’s licenses and permits by the Commonwealth of Pennsylvania, local municipality or any other governing agency shall not relieve the contractor from its responsibilities of performing the work under this contract.

Should the contractor fail to continually collect and transport the Borough’s waste materials, the Borough reserves the right to declare the contract in default.

Contractor shall obey all federal, state, county or municipal laws or ordinances in any way pertaining to the requirements of the specifications and shall obtain all permits, etc., which may be necessary.

2.02 Obligation of the Borough of Lansdale

The Borough of Lansdale shall adopt and enact appropriate ordinances to ensure the proper source separation of single stream recycling materials by each dwelling unit, proper storage and placement of both recycling materials and the remaining residential solid waste for efficient collection by the contractor, education of the residents in these activities, and enforcement of the provisions of the ordinances related to source separation, recycling and collection.

The Borough of Lansdale shall also be obligated to make payments to the contractor for the collection, and transportation services as hereinafter provided for and required under the contract.

The Borough of Lansdale shall furthermore be obligated to enforce or renew arrangements with their processing facilities to receive and accept the residential solid waste, recycling and compostable materials brought to it by the contractor for disposal, recycling, and /or composting pursuant to the terms of the contract; no

Page 13: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

9

arrangements currently exist for handling recycling materials.

2.03 Supervision by the Contractor

The contractor shall designate one or more responsible supervisors with any suitable vehicle (pickup truck or similar equipped vehicle with a communicative device - radio, mobile phone, etc.) that shall be present at all times in the Borough of Lansdale while collections are being made. Said supervisor(s) shall be available to monitor the collections being made and to receive any complaints, answer any inquiries, and resolve any disputes with respect to the services supplied pursuant to this contract. Further, the contractor shall have available an employee who may be contacted at a local telephone number during the hours of collection, Monday through Friday, to respond to any inquiry or complaint in connection with the services and duties being provided hereunder. During non-collection hours, the contractor shall maintain a voice message answering system at this same local telephone number for residents to record any inquiries and/or complaints.

2.04 Notice to the Contractor

The place of business designated in the contractor's proposal and bid is hereby designated as a place at which all notices, letters and other communications shall be served and to which all notices, letters and other communications shall be mailed or delivered. All notices specifically mentioned herein and all other communications of any kind, which may of necessity be hereafter dispatched, may be sent by regular mail, and the contractor shall be deemed to have received said notice. If the document in question has been addressed to the contractor at the aforesaid address and has been deposited in a post-paid envelope or wrapper in any post office box regularly maintained by the United States Postal Service, the date of service of the notice of communication shall be the date on which the same was so deposited in the United States Mail. Nothing herein contained shall be deemed to preclude or render inoperative the service of any notice, letter or other communication upon the contractor at its place of business delivered to any person under the employ or control of the contractor.

2.05 Inspection

The Borough of Lansdale or their respective authorized representatives may inspect the collections being made pursuant to the contract and may require correction of any improper performance or any deficient performance therein through the designated responsible employee or agent of the contractor.

2.06 Competent Workers to be Employed

The contractor shall employ only competent and skillful workers to perform the tasks called for by the terms of the contract, and shall furnish a list to the Borough of Lansdale of all personnel being employed by the contractor and working on the service contract with the Borough of Lansdale, if and when requested to do so. Any failure to comply with any aspect of this provision shall be automatically considered a breach of the contract and the contractor may be deemed in default, at

Page 14: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

10

the discretion of the Borough of Lansdale.

The bidder shall submit a copy of his Safety Training Program with regard to all employees engaged in the collection or transportation of solid waste or recycling within the Borough of Lansdale. At a minimum, a safety program shall include training components, which comply with the following mandatory, and industry recommended safety standards as found in the latest version of US DOT, PA DOT, OSHA and ANSI Z245 industry standards, with regard to the following training areas:

• Commercial Motor Vehicle Operations • Collection Crew Safety • Commercial Container Handling • Energy Control for Vehicle Maintenance and Servicing • Collection and Transfer Vehicles • Unloading procedures at Treatment, Processing and Disposal Facilities

These areas of safety shall include at a minimum the following core training areas: • Basic Hazard Communications (HAZCOM) • Blood Borne Pathogens • Confined Space Entry • Drug and Alcohol Abuse Prevention Programs • Electrical Safety • Emergency Spill Response • Control of Hazardous energy (Lockout/ragout) • Ergonomics • Fire Safety • Hearing Conservation • Personal Protective Equipment • Powered Industrial Truck Operations • Traffic Control • Walking-Working Surfaces

The Borough of Lansdale reserves the right to inspect and approve all safety program materials and employee certifications of completion at any time prior to and at any time during the term of any contract awarded.

A copy of the bidders most recent US DOT Safety Rating shall be provided in the bid submission.

NO EMPLOYEE OF THE CONTRACTOR SHALL BE PERMITTED TO WORK WITHIN THE BOROUGH OF LANSDALE UNTIL SUCH TIME AS SAID EMPLOYEE HAS COMPLETED THE MINIMUM TRAINING PROGRAM AS OUTLINED HEREIN AND SIGNED A CERTIFICATION OF COMPLETION. ALL EMPLOYEES SHALL BE PROVIDED WITH TRAINING UPDATES ON A REGULAR BASIS: BUT IN NO CASE SHALL UPDATES TAKE PLACE LESS THAN TWO TIMES PER YEAR.

Page 15: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

11

2.07 Liability and Damages

The contractor shall defend, indemnify and save harmless the Borough of Lansdale against and from any and all liabilities, claims, suits, fines, penalties, damages, losses, fees, costs and expenses (including reasonable attorneys' fees) including, but not limited to, those which may be imposed upon, incurred by or asserted against the Borough of Lansdale by reason of (a) any work performed by the contractor or any of its agents, subcontractors, servants, or employees; (b) any act or omission on the part of the contractor or any of its agents, subcontractors, servants, or employees for which the Borough of Lansdale may be found liable; (c) any accident, injury (including death) or damage to any person or property occurring upon the roadways or property arising out of the use thereof by the contractor or any of its agents, subcontractors, servants, or employees; (d) any failure on the part of the contractor to perform or comply with any of the covenants, agreements, terms or conditions contained in any contract awarded as a result of the submittal of a proposal in response to this specification; and (e) payments made under any Workmen's Compensation Law or under any plan for employees' disability and death benefits arising out of any use thereof by the contractor or any of its agents, subcontractors, servants, or employees.

The contractor shall indemnify, save harmless and defend the Borough of Lansdale from any and all claims and demands of whatever kind which arise directly or indirectly from the contractor's operations including, but not limited to, taxes and special charges by others.

2.08 Insurance

The contractor shall maintain insurance issued by an insurance carrier satisfactory to the Borough of Lansdale to protect the parties hereto from and against any and all claims, demands, actions, judgments, costs, expenses and liabilities of every kind and nature which may arise or result, directly or indirectly, from or by reason of such loss, injury or damage as covered in Section 2.07.

Such insurance shall be maintained at the contractor's sole expense as follows:

Proof of Insurance Coverage and Performance Bond to be Furnished by Contractor, Each

bidder shall submit with the bid a Certificate of Insurance listing the Borough as an

additional insured for such Insurance Policies and coverage as set forth below.

A. General Liability Insurance: General Liability Insurance limit $1,000,000 each occurrence and $2,000,000 Aggregate for injuries, including wrongful death to any one person, and property damage and to also include blanket contractual liability.

B. Automobile Insurance: Automobile Liability Insurance to cover each automobile, truck, vehicle or other equipment used in the performance of the contract in any amount not less than $1,000,000 CSL on account of injury or death of one person, and Property Damage Liability Insurance to cover each

Page 16: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

12

automobile, truck or other equipment used in performance of the contract in an amount of not less than $1,000,000.00 in any accident.

C. Umbrella Excess Liability: Coverage in the amount of $10,000,000.00.

D. Pollution Liability: Coverage in the amount of $1,000,000.00 per occurrence or aggregate including transportation risks.

E. Workmen's Compensation: Coverage shall not be less than the statutory minimum and Employer Liability coverage shall not be less than $1,000,000.00 for each occurrence. Claims based on statutory constitutional requirements, those claims commonly called civil rights claims.

Each and every insurance policy required by the terms of this contract shall carry an endorsement to the effect that the insurance company will give at least ninety (90) days written notice to the Authority of any modification or cancellation of any such policy or policies. Failure of the bidder to include the required Certificate of Insurance shall render the bid non-responsive and ineligible for award.

Section 5. Performance Bond.

Prior to the execution of the service contract, the successful bidder will be required to furnish a performance bond for the faithful performance of the contract, including any option, effective for the full term of the contract, in an amount equal to 100 % of the full term of the contact. Said bond can be reduced to cover the full amount of the remaining years of the contract as each year is completed. Agents of bonding companies which write bonds for the performance of this contract shall furnish the necessary power of attorney, bearing the seal of the company, and evidencing such agent's authority to execute the particular type of bond to be furnished as well as the right of the surety company to do business in the Commonwealth of Pennsylvania.

The aforementioned policies of insurance shall be specifically designated to protect the Borough of Lansdale from all claims and damages, including wrongful death claims, of any kind or nature whatsoever, which may arise from the operations of the contractor in the performance of the service contract whether such operations be controlled by the contractor or by someone either directly or indirectly employed by the contractor for the purpose of accomplishing some obligation upon the contractor by the terms of the service contract.

All of the insurance policies herein mentioned, including the Workmen's Compensation policy, shall be written with companies acceptable to the Borough of Lansdale and authorized to do business in the Commonwealth of Pennsylvania, and shall be obtained and properly endorsed before any operations of the contractor are commenced within the Borough of Lansdale. All of these said policies shall remain in full force and effect until expiration of the term of the service contract of the completion of all duties to be performed hereunder by the contractor, which ever shall occur later. Contractor shall likewise deposit with the Borough of Lansdale either the original policies of insurance herein mentioned, or

Page 17: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

13

certified copies thereof in addition to a Certificate of Insurance as shown in the forms enclosed with this specification.

Each and every policy of insurance herein mentioned and required pursuant to the terms of the service contract, including the Workmen's Compensation policy, shall carry with it an endorsement to the effect that the insurance carrier will convey to the Borough of Lansdale by certified mail written notification of any modifications, alterations, or of the cancellation of any such policy or policies or the terms thereof, and said written notice shall dispatched to the Borough of Lansdale at least thirty-days prior to the effective date of any such modification, alteration or cancellation.

It shall be the responsibility of the contractor in obtaining the aforesaid insurance coverage to obtain policies which shall protect the Borough of Lansdale from any and all claims, whatsoever their nature, regardless of whether the same are directed toward the recovery of damages for either personal injuries or property damage or any other element of damage which may be incident to and include all direct or indirect employees of the contractor and shall include policies of liability insurance on all vehicles and equipment utilized or in any way connected with the services to be rendered by the contractor pursuant to the terms of the service contact.

2.09 Correction of Breaches of Non-Performance

In the event that the contractor shall be in breach of the contract, or if the contractor should ever fail to collect the materials required herein, and such breach or failure shall be incurred for a period of two consecutively scheduled pick-up dates, inclusive of holidays, the Borough of Lansdale may, at their option, declare the contract in default.

Upon a declaration of default, the Borough of Lansdale may notify the contractor's surety on its performance bond of the contractor’s default of its obligations hereunder, and require the surety, within seven (7) days of the notice, to: (a)undertake the completion of the contract, (b) provide financial assistance to the Borough of Lansdale to remedy the default, and/or (c) pay the full amount of the penal sum of the Performance Bond in complete discharge and exoneration of said Performance Bond. Such options of the Borough of Lansdale are cumulative to any and all other legal and/or equitable rights of the Borough of Lansdale, and may avail itself of any and all available legal and/or equitable remedies available to it against the contractor and/or its surety for the immediate and specific performance of the contract and the payment of all damages sustained by reason of said breach, not to exceed the penal sum of the bond.

In the event of a labor stoppage; labor strike; lockout; destruction of, or damage to, or interruption, suspension or interference with the operation of, the contractor’s equipment caused by Acts of God, fires, explosions or other events beyond the reasonable control of the contractor; restraints of government, lawful orders of court, administrative agencies or governmental officers; suspension, termination or interruption of governmental licenses or permits; and/or changes in laws,

Page 18: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

14

regulations or ordinances or emergency, then the contractor shall be excused from the performance of the contract, however, under any such circumstance, it is acknowledged that the Borough of Lansdale’s cost of performing the work specified in the contract to be done during any such period shall be charged to the contractor and paid to the Borough of Lansdale as in the case of a default by the contractor.

2.10 Penalties

The Borough of Lansdale shall notify the contractor of any and all complaints (and inquiry if necessary) regarding performance of this contract. It shall be the duty of the contractor to take whatever steps are necessary to remedy the complaints. Failure to remedy the complaints within the time period stipulated by the Borough of Lansdale will result in penalties as stated in the schedule below.

The Contractor agrees to remedy all complaints concerning defective performance or failure to make a collection(s) within forty-eight (48) hours after receiving notification from the Borough. The Contractor also agrees to pay the following penalties for each container not serviced (“missed”) as agreed upon in the collection schedule: Contractor Error Street Cans Other Containers First missed collection -------- No Penalty -------- Second missed collection $2.00 $25.00 Three or more misses (per miss) $5.00 $50.00 The Borough will attempt to notify the Contractor by phone within twenty-four (24) hours of a missed collection and will bill the Contractor for each miss. It shall be clearly understood that it is solely the Contractor’s responsibility to insure on-time collections. The Borough of Lansdale will assess penalties for missed collections. The Contractor shall pay penalties within thirty (30) days of notification. In the event of failure by the Contractor to pay the penalties, the Borough may withhold said outstanding penalties from the last payment associated with this Contract. Repeated failure by the Contractor to perform as outlined in the schedule shall be justification for the Borough to void this contract.

Additionally, it is agreed that the Borough of Lansdale may deduct from any monies due, or which may become due the contractor, the penalty according to the following amounts:

a. Failure to clean-up spilled material is Two Hundred Dollars ($200) for each occurrence.

b. Failure or neglect to clear and resolve collection complaints within eight (8) working hours is Two Hundred Dollars ($200) for each occurrence. A working hour is an hour allotted to the contractor for collection, i.e., 7:00 a.m. to 5:00 p.m. Monday to Friday.

Page 19: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

15

Examples: a complaint received by the contractor at 10:00 a.m. on Friday therefore must be resolved by 6:00 p.m. on that same day. A complaint received by the contractor at 4:00 p.m. on a Monday must be cleared and/or resolved by 12:00 noon on Tuesday. However, in the event that a collection complaint (i.e., skipped trash or recycling collection) is repeated at the same address three or more times within the last 12-month period, the Borough of Lansdale may immediately impose a fine of Four Hundred Dollars ($400) for the third and subsequent complaints without allowing the contractor the opportunity to avoid the fine by correcting the complaint within the appropriate resolution period.

c. Changing the day of collection without notifying the affected premises or the Borough of Lansdale is One Thousand Dollars ($1,000) for each occurrence.

d. Starting route collections before 7:00 a.m. as prescribed in Section 3.03.5 hereof is Five Hundred Dollars ($500) for each occurrence.

e Collection after 5:00 p.m., as prescribed in Section 3.03.5 hereof without approval of the Borough of Lansdale is Three Hundred Dollars ($300) for each occurrence.

f. Failure to provide quality of performance required on a collection route after notification to correct performance factors concerning sorting of recyclables into proper collection bins, or similar violations, is Five Hundred Dollars ($500) for each occurrence.

g. Penalty for contractor's contamination of a load of recyclables, or failure to properly separate recyclables, or other action which causes the shipment to be rejected by the recycling center or market is the disposal cost for dumping the material. The Contractor is also responsible to remove the contaminated material from the recycling center to an approved disposal site.

h. Failure to collect bulk item appropriately displayed for collection on the specified day of collection is One Hundred Dollars ($100) for each occurrence.

i. For each report of employee misconduct, i.e., use of offensive language, abusive behavior, mishandling of residential property (such as refuse containers), or other reports of' violation of Section 3.03.11 or Section 3.08.5 hereof is Fifty Dollars ($50) for each occurrence.

j. Failure to provide a supervisor on the street or to have telephone service as required under Section 2.03 hereof is Two Hundred Dollars ($200) per occurrence.

Page 20: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

16

2.11 Payments

The contractor shall be paid by the Borough of Lansdale on a monthly basis on or before the last day of the succeeding month. The contractor must prepare and submit an invoice for each month’s payment in sufficient time to permit its proper review by the Borough officials. The invoice must state the number of dwelling units serviced, the cost per unit, any additional normal or extraordinary costs incurred as provided for reimbursement under the contract, and the total price being charged for the month.

2.12 Additional Compensation

The contractor shall not receive additional compensation over and above the basic bid price for each residential dwelling unit over the basic bid number of 7,000 dwelling units required to be serviced under the contract.

The Borough of Lansdale shall provide an initial list to the contractor of the addresses of all of the dwelling units to be serviced under the contract, the list to be updated each quarter or as necessary. The Borough of Lansdale shall notify the contractor promptly and directly whenever a new dwelling it is to be provided with service.

2.13 Assignment

Neither the service provided nor any portion thereof, nor any of the proceeds thereof, may be assigned, sublet, or transferred to any person, firm or corporation, except upon the prior written consent and approval of the Borough of Lansdale; provided, however the contract may be assigned to any wholly owned subsidiary of the contractor upon the prior written notice of such assignment to the Borough of Lansdale and their consents, which consents shall not be unreasonably withheld. Such assignment shall not release the contractor from any liability under the contract.

2.14 No Waiver of Contract

No violation, breach, or failure of performance shall be deemed to be waived by the Borough of Lansdale because of payment, nor be deemed to be a waiver by the Borough of Lansdale of its right to terminate the agreement for good cause pursuant to the terms of the contract or this document.

2.15 Residential and Commercial Recycling Data

The contractor shall collect and provide the Borough with monthly data relative to the tonnages of residual solid waste, recycling materials, and yard waste collected and disposed of throughout the contract term. The format will be compatible with the PADEP 904 Recycling Performance Grant Application.

Page 21: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

17

SECTION 3.00 - DETAILED SPECIFICATIONS 3.01 Definitions For the purposes of this invitation to bid the following work and phrases shall have the meaning given herein. "Authorized Collector" shall mean a person, individual, partnership, or corporation or

employer or agent thereof authorized by contract with the municipality to collect solid waste, compostable or recycling materials from residential, commercial, and institutional properties as herein defined.

"Bulky Waste" shall mean large items of solid waste including, but not limited to,

appliances, furniture, and large trees and branches, which require collection in other than conventional compactor refuse collection vehicles. The waste will also include items that requite special handling and shall include but not be limited to Freon containing appliances, appliances containing HCFC’s, CFC’s, etc.

"Collector" or "Collector/Hauler" shall mean the contractor, person, firm, agency or public

body or employee or agent thereof who is engaged in the collection and/or transportation of solid waste.

"Commercial Properties" shall mean a property used for the purpose of business, as

recognized by the Borough. "Compost" shall mean the end product from bacterial action on organic materials, such as

the aerobic or anaerobic decomposition of municipal solid waste. "Compostable Material" shall mean organic waste, which is capable of undergoing

composting. "Composting" shall mean a microbial degradation of organic waste to produce a relatively

nuisance-free product of potential value as a solid conditioner. "Composting Facility" shall mean a permitted plant, establishment set of equipment or other

operation to produce compost. "Container" shall mean can, mechanical bin, box, or disposable container used for storage

of refuse. "Contractor" shall mean a private firm awarded a contract to perform a service. "County" shall mean the County of Montgomery, Pennsylvania. "Detachable Container" or Mechanical Bin" shall mean a receptacle (also referred to as a

bin) that receives and holds refuse for lifting, unloading or transportation by mechanical means. For the purposes of these bid specifications, containers are referred to as rear loading or front loading containers or roll off containers which conform to the

Page 22: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

18

ANSI Z-245.30, ANSI Z245.60 and ANSI Z245.1 - 1999 standards or their latest equivalent.

"Disposal Facility" shall mean a permitted facility which processes or acts upon solid waste

so as to dispose of the material, such as a composting facility, an incinerator, a resource recovery plant, a waste-to-energy facility or a sanitary landfill, etc.

"Drop-off Center" shall mean a location established by the municipality or a private

organization for the receipt and temporary storage of recycling materials. "Dump" shall mean a site for the consolidation of waste from one or more sources, which

has little or no management. "Farm Property" shall mean a parcel or parcels of land devoted to agriculture, either to

raising crops, livestock, poultry, or pasture. "Governing Body" shall mean the elected officials of the municipality. "Hazardous Waste" shall mean solid waste that is especially harmful or potentially

harmful to public health as defined in the Pennsylvania Solid Waste Management Act (Act 97). This shall include, but not be limited to, explosives, toxic materials, and medical wastes. For purposes of this agreement, hazardous waste does not include small quantities of such waste available on a retail basis to the homeowner (e.g., aerosol cans, pesticides, fertilizers, etc.).

"Incinerator" shall mean an enclosed device using controlled combustion for the primary

purpose of thermally breaking down solid waste, and which is equipped with a flue. "Landfill" shall mean a land disposal site for the disposal of solid waste; see also "Sanitary

Landfill". "MCPC" shall mean the Montgomery County Planning Commission, County of

Montgomery, Pennsylvania. "Municipality" shall mean a unit of local government or the area encompassed by such a

unit, including a borough or township. "Municipal Facilities" shall mean the buildings, equipment, lands and other facilities owned

or controlled by the municipal government, such as the township municipal building or borough hall, police station, municipal garage, firehouses, etc.

"Municipal Solid Waste" shall mean garbage, refuse, industrial lunchroom or office waste

and other material, including solid, liquid, semisolid or contained gaseous material resulting from operation of residential, municipal, commercial or institutional establishments and from community activities.

"Operator" shall mean any person who manages any solid waste storage, transfer,

processing, or disposal operation.

Page 23: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

19

"PADEP" shall mean the Pennsylvania Department of Environmental Protection. "Person" shall mean any individual, firm, partnership, corporation, cooperative enterprise,

trust, federal institution or agency, state institution or agency, municipality, other governmental agency or any other entity or any group of such persons which is recognized by law and is subject to rights and duties.

"Plan" shall mean the Borough of Lansdale Municipal Solid Waste Management Plan as

submitted by the County to PADEP and the Montgomery County Solid Waste Management Framework Plan of which the Borough of Lansdale Municipal Solid Waste Management Plan is a part.

"Private Collector/Hauler" shall mean a collector or contractor awarded a contract to

provide waste collection and waste hauling and disposal services to residential, commercial, and or institutional properties on a private contract basis.

"Processing Facility" shall mean a permitted plant, establishment, set of equipment or

other operation, which processes, handles or otherwise modifies the materials provided to it.

"Recycling Materials" shall mean those materials, which may be processed or re-

fabricated for re-use and which are specified by the municipality for separation from the regular solid waste. Such materials may include, but not be limited to, aluminum products, ferrous containers, bi-metal containers, glass containers, newspapers, magazines and periodicals, plastic containers, and yard wastes.

"Recycling" shall mean the collection, separation, recovery and sale or re-use of metals,

glass, paper, plastics and other materials which would otherwise be disposed or processed as municipal waste.

"Recycling Center" shall mean a facility established to receive, process, store, handle and

ship recyclable materials. "Regulations" shall mean the Municipal Solid Waste Regulations developed and adopted by

any municipality to govern the separation, storage, collection recycling, transportation, processing and disposal of municipal solid waste.

"Residence" shall mean an occupied single or multi-family dwelling having up to four

dwelling units per structure, or each unit is a multi-family structure if the dwelling units are individually owned with separate entrances.

"Residential Property" means property used as dwellings, including buildings having up to

four (4) dwelling units in one building. Multiple dwelling residential buildings containing more than four (4) dwelling units, unless these units are individually owned with individual entrances, for purposes of these specifications shall be treated as commercial properties. (Note: Except those areas/developments specified under Section 1.01.7 of this document).

Page 24: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

20

"Residential Solid Waste" shall mean ordinary trash or solid waste generated by a

residential household. "Residue" shall mean solid materials remaining after burning, including but not limited to

ashes, metals, glass, ceramics, and unburned organic substances. "Resource Recovery Facility" shall mean a plant, establishment, set of equipment or other

operation, which recovers useful materials and/or products, including heat, electricity, and/or recyclable materials from otherwise waste materials.

"Salvage Operation" shall mean the controlled removal of reusable materials at a salvage

operation. "Salvaging" shall mean the controlled removal of reusable materials at a salvage operation. "Scavenging" shall mean uncontrolled or unauthorized removal of solid waste materials. "Solid Waste" shall mean a material whose original purpose has been completed and

which is directed to a disposal or processing facility or is otherwise disposed. The term shall not include source separated recyclable materials.

"Solid Waste Management" shall mean the purposeful systematic control of the storage,

collection, transportation, processing, and disposal of solid waste. "Source-Separation" shall mean the separation and storage at the source where created or

generated, of materials which are to be recycled. "Source Separated Recyclable Materials" shall mean materials that are separated from

municipal waste at the point of origin for the purpose of recycling. "SWMA" shall mean the Pennsylvania Solid Waste Management Act, Act No 97, P.L. 380,

and Pa Stat. 53, Sec. 6018.101-1003. "Tipping Fee" shall mean the charge or cost to tip, dump or otherwise dispose of a load of

materials such as municipal solid waste at a processing or disposal facility. "Transfer Station" shall mean a facility, which receives and temporarily stores solid waste

at a location other than the generation site and which facilitates that bulk transfer of accumulated solid waste to a facility for further processing or disposal.

"Waste-To-Energy Facility" shall mean a plant, establishment set of equipment or other

operation, which converts wastes to usable energy forms, such as the incineration of municipal solid waste to produce steam and electricity.

"Yard Waste" shall mean prunings, grass clippings, weeds, leaves, and general yard wastes.

Page 25: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

21

3.02 Source Separation of Recycling Materials: Every householder in the Borough of Lansdale shall be required to separate glass (all colors), aluminum, plastic (#1, #2, #3, #4, #5, #6 & #7), newspapers, corrugated cardboard, office/computer paper, and steel cans under the provisions of a mandatory recycling ordinance enacted by the Borough of Lansdale. The recycling materials (commingled) shall be placed in separate container(s) alongside the remainder of the household solid waste. The recyclables shall be collected by single stream handling of materials.

The contractor shall provide one recycling sticker to each household, to be installed on the residents’ designated recycling container. The sticker shall be submitted to the Borough in the form of a submittal and approved by the Borough prior to mass distribution. 3.03 Collection of Recycling Materials and Household Waste 3.03.1 General Requirement The contractor shall collect both the separated recycling materials and the remaining household solid waste from every dwelling unit within the Borough of Lansdale. The regular household solid waste shall be collected twice each week. All waste placed for collection shall be collected by the contractor. The types of materials to be collected for recycling and the collection schedule for recycling materials shall be provided to each householder along with a schedule showing the days of the week on which the regular household solid waste will be collected. The collection schedule shall be provided to each dwelling unit a minimum of two weeks prior to the start of the contract date and shall be approved by the Municipality before distribution.

3.03.2 Types of Materials to be Collected for Recycling:

The type of recycling materials to be collected regularly shall be determined by agreement with the Borough of Lansdale and the contractor collecting the recycling materials, and may be changed no more often than annually. The Contractor shall notify each householder of the types of materials to be separated in the initial program, where to place them for collection, what containers to use, how often they will be collected, and other responsibilities of the householder. The contractor shall be responsible for notifying the householders of the specific days of the week or month the recycling materials will be collected and of any change in the recycling materials to be collected once the recycling program is underway.

The contractor shall collect glass (all colors), aluminum, plastic (#1, #2, #3, #4, #5, #6 & #7), newspapers, corrugated cardboard, office/computer paper, and steel cans under the provisions of a mandatory recycling ordinance enacted by the Borough of Lansdale and continuing throughout the term of the contract, unless the type of materials to be collected is changed as provided above.

Page 26: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

22

3.03.3 Schedule:

The contractor shall collect regular household solid waste (as defined herein) throughout the Borough of Lansdale according to a schedule approved by the Borough of Lansdale so that each dwelling unit will have solid waste collected twice weekly. The collection of the curbside recycling materials shall be determined by mutual agreement between the Borough of Lansdale and the contractor after the contract award but shall be twice per week.

The contractor shall provide a schedule, with the bid documents herein, to describe the proposed routes and schedule for every area of the Borough. It is the duty of the contractor to provide a clear and concise description of the collection routes, daily schedule, and disposal routes to the Borough as part of the bid documents. Upon award of the contract, these collection schedules shall not be changed without the express written approval of the Borough of Lansdale. Every householder shall be notified by the contractor at least one month in advance of any change to the collection schedule. The contractor shall provide each householder with a schedule showing the days of the week on which the regular household solid waste and the recycling materials will be collected.

3.03.4 Holiday

There shall be no collection service provided on the following holidays: New Years Day, Memorial Day, Fourth of July (Independence Day), Labor Day, Presidents’ Day, Thanksgiving Day and Christmas Day. Householders whose collection day falls on those holidays shall be collected the following work day along with the regularly scheduled collection day.

3.03.5 Hours and Days of Collection

The contractor's collection vehicles may start collecting at 7:00 a.m. and continue to completion of the route, but no later than 5:00 p.m. with the exception of weather emergencies, Monday through Friday. No collections shall be made on Saturday or Sunday. 3.03.6 Collection Locations:

The householders will be instructed by the Borough of Lansdale to place all household solid waste containers and recycling materials and/or dumpster at the curb or within five feet of the roadway prior to the time of collection on each collection day.

3.03.7 Routes The contractor's vehicles drivers shall be instructed to follow essentially the same routes on each collection day so that the householders will be able to judge roughly when the collection will be made. The routes, once established, shall be provided to the Borough of Lansdale and then not changed without prior approval from the Borough of Lansdale.

Page 27: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

23

3.03.8 Preparation of Solid Waste and Recycling Materials for Collection

a) Solid Waste - The householders will be instructed by the Borough of Lansdale to place their household solid waste in approved plastic or metal containers with close-fitting lids. All solid waste shall be thoroughly drained of water and wrapped securely in paper before placing it in the container. Solid waste, which is too bulky to fit in the container, shall be broken up so as to fit, or may be securely tied in bundles not to exceed 50 pounds in weight or three feet in length and placed next to the containers at the curb.

b) Recycling Materials: Recyclable newspapers and other recyclables (i.e., commingled materials collected in single stream) shall be placed in a separate container and set out next to the regular trash containers.

c) Compostable materials shall be placed either loose in approved hard plastic or metal containers, or in biodegradable paper bags, not to exceed fifty (50) pounds in weight and set out at curbside in similar fashion as normal household solid waste.

3.03.9 Amounts of Solid Waste and Compostable Materials to be Collected

Each dwelling unit shall be entitled to set out for collection on each collection day an amount of household solid waste and recycling materials not to exceed four containers, receptacles, bundles, bags or combination thereof for specified solid waste and recycling collection days. In addition, each dwelling unit shall be entitled to set out five (5) bundles or containers of yard waste including brush, branches, leaves, grass clippings, or a combination of said items for specified composting and yard waste collection days. In addition to these bundles, biodegradable lawn or yard waste bags may be set out, not to exceed the area of the property frontage for collection.

3.03.10 Bulky Waste

The contractor shall provide each householder with a schedule for the collection of bulky waste, not to be less frequent than once per month. Each householder shall be entitled to place one item of bulky waste at the curb or other regular collection location on each bulky waste collection day. Those appliances which require special handling by reason of Federal regulations (e.g., freezers, refrigerators, air conditioners, etc.) shall be picked up on a designated day only after having been arranged by property owner and contractor. Such a pickup shall be scheduled not later than two (2) weeks from notification by the property owner. The contractor shall be the sole entity responsible for the arrangements to comply with Federal regulations for those appliances, which require special handling and shall include but not be limited to Freon containing appliances, appliances containing HCFC’s, CFC’s, etc. The contractor shall transport the collected bulky waste to a disposal/processing/recycling facility acceptable to both the contractor and the Borough of Lansdale.

Page 28: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

24

3.03.11 Manner of Collection:

The contractor shall instruct the collection crews to make each collection with a minimum of noise and traffic delay, and all containers shall be handled as carefully and quietly as possible. The contractor is prohibited from blocking intersections with any vehicle equipment.

The process of "zig zagging" or collecting from both sides of a street in one passing is prohibited on any collector/arterial street in the Borough of Lansdale. Containers must be replaced precisely in the location where they had originally been set by the householder. Under no circumstances are bins and/or containers to be thrown, dropped or otherwise mishandled by the contractor employees or agents.

3.03.12 Acts of God and Natural Disasters:

The contractor shall be excused without penalty from either collecting or cleaning the debris resulting from hurricanes, storms of unusually heavy winds, rain, snow, sleet, hail or other forces, other disasters or phenomena of nature or acts of God which result in blocking or closing streets or which result in the reproduction of substantial quantities of debris littering the streets and roads of the Borough of Lansdale or any private roads and driveways necessary to be used during the collection.

3.04 Disposition of the Recycling Materials:

The contractor shall transport the collected recycling materials to a recycling facility acceptable to both the contractor and the Borough of Lansdale. The contractor shall collect recyclables in a single stream method of collection. The Borough of Lansdale will retain ownership of recyclables.

3.05 Disposition of the Compostable Materials:

The contractor shall transport the designated collected compostable materials (leaves and/or yard waste) to a certified composting facility of the contractor’s choosing.

3.06 Disposition of Household Solid Waste:

The contractor, unless otherwise directed by the Borough of Lansdale, shall dispose of all remaining household solid waste, excluding bulky items, tires, etc. at a disposal facility to be approved by the Borough. Contractor shall assume a zero tipping fee for unloading household solid waste at the disposal facility.

3.07 Transportation Routes:

The contractor shall instruct the vehicle drivers to use major transportation routes and avoid residential and non-numbered routes in transporting the recycling materials and remaining household solid waste to the disposal facilities.

Page 29: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

25

3.08 Equipment and Personnel:

3.08.1 Numbers and Types of Vehicles:

The contractor shall provide to the Borough of Lansdale a list of all vehicles and major items of equipment to be used or being used for collection and transportation of household solid waste and recycling materials, including their type, capacity, gross and empty weight, and license number. The list shall be updated whenever any changes occur in the vehicles and equipment being used.

3.08.2 Vehicles and Equipment:

Each bidder shall submit with his proposal, a description of all equipment to be used in the performance of the proposed contract.

All solid waste and recycling collection vehicles shall be registered with, and conform to the requirements of Federal and Pennsylvania DOT regulations, the regulations of the Pennsylvania Department of Environmental Protection and the American National Standards Institute ANSI Z245.1 Standard for mobile Wastes and Recyclable Materials Collection, Transportation and Compaction Equipment Safety Requirements or its latest revision.

All solid waste collection trucks shall be compaction types, completely enclosed and watertight. Subject to the prior approval of the Borough of Lansdale, the Contractor may employ equipment other than compaction type vehicles on streets whose width or height of obstructions precludes the use of such vehicles. The Contractor shall specify whether the vehicles used in the collection process are side, front or rear loading.

All recycling collection vehicles shall be completely enclosed and shall be designed so as to prevent spillage of recyclables.

All vehicles shall be equipped with two-way radios and be able to communicate with the Contractor's garage.

All vehicles shall be maintained in good working order and shall be constructed, used and maintained so as to reduce unnecessary noise, spillage and odor. In addition, all vehicles shall be of a uniform color and shall be in good repair. The Borough of Lansdale shall have the right to inspect all vehicles, at any time, during the term of this contract, and the Contractor shall comply with all reasonable requests relative to the maintenance and repair of said vehicles and other equipment used in the execution of this contract. All vehicles shall be equipped with a broom and shovel.

The Borough of Lansdale may order any of the Contractor's vehicles used in the performance of the contract out of service if the vehicle is not maintained in accordance with the requirements of these Work Specifications. In such event, the Contractor shall replace such vehicle, at its sole cost and expense, with a conforming vehicle satisfactory to the Borough.

Page 30: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

26

All containers provided by the Contractor shall comply with the American National Standards Waste Containers Safety Requirements, and Section 3.02 of this document. 3.08.3 Cleanup:

Each vehicle shall have at least one broom and shovel to clean up refuse that may be spilled or otherwise scattered during the process of collection, transportation or disposal.

3.08.4 Storage of Vehicles and Equipment:

The contractor shall store and park all vehicles and equipment at convenient and lawful locations at its expense. Contractor vehicles and equipment shall not be parked or stored on streets or roads of the Borough of Lansdale except during hours of collection or in the event of an emergency. In the latter case, the Borough of Lansdale shall be promptly notified and the vehicle or equipment moved to a proper location as soon as possible after the emergency is ended.

3.08.5 Conduct of Employees:

The Borough of Lansdale Administrator, Public Works Director, or Authorized Representative may request a suspension or discharge of any employee for any one or more of the following offenses during working hours, and the contractor shall comply with the request as soon as possible:

• Intoxication; • Use of controlled substances (i.e., illicit drugs); • Use of loud, profane, vulgar or obscene language; • Any and all solicitation (gratuities, tips, beverages, etc.) • Refusal to collect or handle refuse as herein required and defined if properly stored

and placed for collection; • Wanton or malicious damage or destruction of property, including waste containers or

receptacles; • Wanton or malicious scattering or spilling of wastes to be collected under this

contract; • Any act which may constitute a public nuisance in the performance of this contract.

3.08.6 Collection of Appliances Containing Chlorofluorocarbons (CFC's)

It is unlawful for any contractor in the course of collection, transportation or disposal of an appliance containing HCFC's and CFC's to knowingly vent or otherwise knowingly dispose of such appliance in a manner, which permits such CFC's to enter the environment. De minimis releases associated with good faith attempts to safely collect, transport or dispose of such appliances shall not be subject to the prohibition set forth in the preceding sentence. The Borough of Lansdale may require certification from contractor of compliance with Section 608(3)(c) National Recycling and Emission Reduction Program of the Clean Air Act, and/or evidence of compliance with all applicable state and federal regulations.

Page 31: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

27

3.09 Contingencies:

Non-performance of its obligations by the contractor which are substantial and or such as to endanger the health and welfare of the residents of the Borough of Lansdale may, at the option of the Borough of Lansdale, be sufficient cause to terminate the contract and/or require performance under the performance bond of the contractor, provided however, that such option shall not be exercised if the non-performance is caused by the following:

• Unavoidable casualties to more than a majority of the collection trucks of the contractor for a period not exceeding three continuous days or a strike or strikes or other labor disputes of the employees of the contractor which prevent operation of the contractor's collection trucks for a period not exceeding three continuous days;

• Legal acts of duly constituted public authorities, other than the Borough of Lansdale if such acts are not provoked by any act of omission or commission by the contractor;

• Any act of God and/or Nature • Civil disturbances; and/or • War

Non-performance by the contractor for whatsoever reason, of whatsoever nature, and regardless of whether it is substantial and/or a menace to the health and welfare of the residents of the Borough of Lansdale, shall be just cause for a deduction by the Borough of Lansdale on monies it expends to provide the services hereunder which would otherwise be due the contractor for performance hereunder, except:

1) The first two consecutive days or parts thereof, including Sundays and/or holidays of a bonafide strike or labor dispute as aforesaid by contractor's employees; and/or

2) The first seven consecutive days or parts thereof, including Sundays and/or holidays, or acts of God and/or Nature as a result of which a majority of the contractor's collection trucks are rendered inoperable.

3.10 Special Services:

A. Public Awareness Campaign (twice/year)(at their cost) - the contractor shall be required to conduct two mass mailings annually to each and every residence within the Borough of Lansdale for the purpose of promoting public awareness regarding the refuse collection program, their service information, and local regulations. One mailing (mid Nov. - mid Dec) would be expected to focus on general information - scheduling, routes, local regulations concerning preparation of refuse, recycling etc. A second mailing (March) would be expected to provide more detailed information regarding recycling and more importantly - the yard waste program and its regulations. All mailings, both content and form must be approved the Borough of Lansdale before they are disseminated by the contractor. The mailing shall be in English and Spanish.

C. The contractor shall be required to prepare/design a form of notice to be used to advise owners of dwelling units of non-compliance with local regulation (re: preparation of refuse, weight, bulky item, hazardous material, etc). Said notice is

Page 32: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

28

to be delivered directly by the contractor and its employees to the householder on the date of the alleged non-compliance. The design of the form must be approved by the Borough of Lansdale. The mailing shall be in English and Spanish.

3.11 Trash and Recycle Containers:

The contractor shall supply two 65-gallon containers to each dwelling, as described in the Base Bid. One container shall be designated for “trash” and one container shall be designated as “recycle” for each dwelling. The contractor shall complete Exhibit C, “Containers Specifications” and comply fully with these specifications. The containers supplied by the contractor shall be considered the property of the contractor.

Page 33: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

29

ADDITIONAL FORMS ENCLOSED WITH SPECIFICATIONS

Exhibit A BIDDING DOCUMENTS CHECKLIST Exhibit B PROPOSAL BID FORM Exhibit C CONTAINERS SPECIFICATIONS Exhibit D BIDDERS AFFIDAVIT Exhibit E BIDDER’S QUESTIONNAIRE Exhibit F VEHICLE DEDICATION AFFIDAVIT Exhibit G STREET CAN PICK UP LOCATIONS MAP

Page 34: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

30

EXHIBIT A

BID DOCUMENTS CHECKLIST

_______ Proposal Documents

_______ Proposal Bid Form

_______ Containers Specifications

_______ Bidders Affidavit

_______ Bidder’s Questionnaire

_______ Operating Plan

_______ Vehicle Dedication Affidavit

Name of Firm or Individual Title

Signature Date

Page 35: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

31

EXHIBIT B

PROPOSAL BID FORM

DATE: ____________________

The undersigned, having carefully inspected the Borough of Lansdale, either personally or through duly authorized representatives, and also having carefully read and examined the Specifications for Residential Solid Waste and Recycling Collection, with accompanying Instructions to Bidders and Affidavits, either personally or through duly authorized representatives, which documents are understood and accepted as sufficient for the purpose herein expressed, hereby proposes to comply with said requirements and to furnish all labor, equipment, services and facilities in accordance with said Specifications and Affidavits and to commence said performance on January 1, 2018.

The Borough of Lansdale desires to obtain bids on one base bid and five alternate bids. The base bid and alternate bid #1 are variations of the collection program for the disposal residential solid waste, recycling materials, and yard waste for the Borough of Lansdale. Bid options have been described in detail within the accompanying specifications. Bidder is to indicate prices for all options.

Base Bid: Provide residential solid waste and recyclable collection and disposal service to the Borough of Lansdale twice per week for a three year initial period. The normal household solid waste is to be taken to a disposal facility to be approved by the Borough. Collection and recycling of recyclable materials twice/week. For the purposes of bidding, in response to this invitation to bid, the types of recycling materials to be collected are glass (all colors), aluminum, plastic (#1, #2, #3, #4, #5, #6 & #7), newspapers, corrugated cardboard, office/computer paper, and steel cans continuing throughout the term of the Contract (being the Trash Collection Agreement made a part of the documents herein). Collection and composting of yard waste once/month for a three year initial period. Provide two 65-gallon heavy duty two-wheeled totes to each dwelling. One tote to be designated for solid waste disposal, to be marked with a logo determined by the Borough and identified as the “trash” container. The other tote to be designated for recyclables disposal, to be marked with a logo determined by the Borough and identified as the “recycle” container. Provide collection of waste from street cans, specified by the Borough:

a. Twice/week between December 1st and April 30th b. Four times/week between May 1st and November 30th

Collection days for the street cans shall be Monday and Friday, and the additional two days of the week between May 1st and November 30th will be determined by the Borough. This determination will be coordinated with the Contractor following the award of this contract. See Exhibit F for Map of Street Can Pick Up Locations (43 total). Provide the following items, as needed, for Borough Events (maximum of 20 events annually):

a. Cardboard boxes with plastic liner b. 8 cubic-yard roll off dumpster

Additional Two Year Option: Provide pricing to provide services described in the Base Bid to extend the contract two additional years.

Page 36: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

32

A. BASIC BID -- Service to be provided to the Borough of Lansdale

Base Bid (Collection and disposal of residential solid waste, & single stream recycling materials 2x/week) AND, collection and composting of yard

waste, once/month AND, collection of waste from street cans (43 locations) AND, provide and collect waste containers for events (20 total)

AND, provide two totes to each dwelling.

1. Total Bid Price (based upon 7,000 dwellings) Base Bid __________________ __________________ __________________

Contract Year 2018 Contract Year 2019 Contract Year 2020 * Cost to provide totes based upon 7,000 dwellings.

2. Additional Two Year Option Bid Price (based upon 7,000 dwellings) Base Bid _________________________ _________________________

Optional Contract Year 2021 Optional Contract Year 2022

Company Name: ______________________________________________________________ Address: _____________________________________________________________________ Signature: ____________________________________ Date: __________________________ Name: ______________________________________ Title: ___________________________ Phone: ______________________________________ Fax: ___________________________ The person whose signature appears on this form shall be the same person who executes the Bidders Affidavit (Exhibit D).

Page 37: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

33

EXHIBIT C

CONTAINERS SPECIFICATIONS

C.01 Supply And Delivery Of 65-Gallon Containers (Semi-Automated And Automated)

Garbage Containers It is the intent of these specifications to describe Semi-Automated and Automated Garbage Containers. The specifications below are for sixty-five (65) gallon sized containers. The containers purchased will be the specifications below are to be all-inclusive for the size listed. The bid price shall include all equipment so that when delivered, the containers will be fully functional and delivered to all individual residents requiring curbside collection within the Borough of Lansdale. It is understood that there are multiple vendors for these types of containers. Each sub-contractor for container purchase and delivery will be fully evaluated. Attach full specifications if necessary on proposed container. Note that although the specifications call for a sixty-five gallon container. If no exceptions are taken, Vendor shall supply all materials exactly as specified. As a part of this bid submission, bidder shall provide replacement parts list and current pricing for said list. It is the responsibility of the bidder to verify containers are compatible with the proposed Solid Waste collection vehicle(s). C.02 Submission Documents – Supply and Delivery of 65-Gallon Container (Semi-

Automated and Automated) Garbage and or Recycling Containers

The specifications herein describe the minimum acceptable features and performance requirements for universal refuse containers. Bidders must thoroughly read and understand these specifications prior to proposal submission. All proposals must be submitted on the forms provided. Bidders shall complete the specification column with a check mark to indicate if the item being proposed by the Bidder is exactly as specified. If an item is left blank, the Borough will assume the Bidder cannot meet the specifications and may cause rejection of the proposal. By checking any of the “NO” spaces the Bidder states that the product being proposed does not conform to that specification. All variations and/or exceptions must be documented, referencing applicable paragraph(s), and explained in detail on a separate page titled “Exceptions”. If the Borough determines by any means that exceptions exist which were not identified on such list, then that proposal will be disqualified as being non-responsive. If no exceptions are taken, it will be assumed that the proposal meets all specifications. If awarded, the successful bidder must only deliver the containers that are proposed with this bid submission. Failure to provide the exact container specified will disqualify said bidder. Failure to provide a sample container at the Borough’s request within 7 days will be subject to disqualification of the said bidder.

Page 38: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

34

1. MANUFACTURING PROCESSES AND MATERIALS

Each universal roll out container shall consist of a body, lid, wheels, axle and necessary accessories. The plastic resin material and the finished container must meet the minimum specifications herein.

Description Yes No

MANUFACTURING PROCESS: Each container and lid must be made from the injection-molded process only.

PLASTIC MATERIAL: Base plastic resin for the container body and lid must be first quality high-density polyethylene (HDPE) supplied by a national petrochemical producer such as Dow Chemical or Exxon Mobil. Off-spec or wide spec material and dry blending of material is not acceptable.

The bidder must submit technical data sheet(s) from the resin producer.

RESIN ADDITIVES: The plastic resin must be enhanced with color pigment and ultraviolet inhibitor, which must be uniformly distributed throughout the finished container. All plastic parts shall be specifically prepared to be colorfast so that the plastic material does not alter or fade appreciably in normal use. Containers must be manufactured using a hindered amine light (HAL) stabilizer package, which maximizes light stable color pigments, ensures for minimal degradation, and protects the plastic resin at the chemical level. The container shall be protected against ultraviolet rays with an ultraviolet stabilizer additive with no less than one and one half percent (1.5%) by weight. The bidder must submit a statement certifying that all of the plastic resin and additives will be hot-melt blended.

TESTING: At the request of any of the participating municipalities, sample containers may be tested and put through a series of rigorous real world tests to simulate daily use. It will be at the discretion of the individual participating municipalities to the tests performed and a testing committee will review the performance of each container. Failure to pass all portions of the testing could result in disqualification of the bidder. Does the bidder accept the testing requirements stated in this bid? YES____________ NO____________

Page 39: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

35

2. CONTAINER REQUIREMENTS The universal roll out containers must be compatible with standard American semi-automated bar-locking lifters (ANSI type B) as well as automated arm lifters (ANSI type G) and function as follows:

Description Yes No

ANSI CONFORMANCE: Containers proposed herein must meet the requirements of ANSI Z245.30 and ANSI Z245.60 standards for “Type B/G” containers. The bidder must submit independently certified copies of all ANSI test results with proposal. Test results must state load (in pounds) under which tests were conducted. The ANSI Appendix D test for “Loading and Unloading Test for Containers” must clearly state that the required 520 dump cycles under the container’s full rated load were performed on both a Semi-Automated Container Lifter and a Fully Automated Grabber Arm.

INTERIOR CONSTRUCTION: The interior surface must be smooth and free from crevices, recesses, projections, and other obstructions where material inside the containers could become trapped.

STABILITY: Each container shall be stable and self-balancing when in the upright position, either loaded or empty. The container must be designed to withstand winds averaging 35 mph when empty (based on the average wind resistance of the four sides of the container).

Page 40: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

36

LIFT SYSTEM: Each container shall be equipped with attachment points, which make it compatible with standard American semi-automated bar-locking lifters and fully-automated arm lifters. The upper lift point must be integrally molded into the body of the container with no less than (7) seven support ribs under the lifting pocket for 65-gallon containers. The lower metal bar of 65-gallon containers must come pre-installed from the manufacturer, must be designed to withstand over ten (10) years of lifter attachment, and must be a 1” diameter galvanized free floating steel bar. The length of the bar must not exceed 9½ inches. The steel bar must be held in place by pre-installed latch/push pins. The latch/push pins must be located on the inside of the container to avoid interaction with the container tippers. Latch/push pins placed on the outside of the container are unacceptable. The lower bar cannot be attached by means of screws, bolts, fasteners, pins, etc. Containers with bolted-on lower bars are NOT acceptable.

ABRASION PROTECTION: The containers must be designed with a double drag rail on the container bottom. The container base must be reinforced in the area that contacts the ground with a molded-in wear strip

RIM OF BODY: The top of the container body shall be molded with a reinforced rim to add structural strength and stability to the container and to provide a flat surface for lid closure. This reinforced rim shall have a raised inner perimeter to serve as a barrier to escaping odors, intrusion of pests, and to prevent moisture from entering the container from under the edge of the lid. The rim of the container must not be designed to have an inward radius to obstruct free flow emptying of material out from the container.

Page 41: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

37

LID: The lid shall be of one piece construction, injection molded of high density polyethylene resin (HDPE) and must be manufactured of the same material as used in the container body. The lid shall be configured to ensure that it will not warp, bend, slump, or distort to 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 through a full 270° arc and hang open without stressing the lid or container body. Living hinges and lid counter weights are unacceptable. The manufacturer may not attach lids to containers using metal hinges, brackets/bolts and/or screws, metal bars, PVC, plastic glued connections, or any hidden bars. Lid attachments must be constructed of weather resistant plastic only. Attachments must be easily installed during container assembly and uninstalled during container disassembly. Lid must be capable of being imprinted with a custom hot stamp, heat transferred label, or in-mold label technology. Lid attachment hinge must be no less than 1.25” in width. STATE LID HINGE ATTACHMENT WIDTH: inches

HANDLES: Each container must be equipped with a handle that is a minimum of 1” diameter. The handle and handle mounts must be an integrally molded part of the container body. The handle shall be designed to afford the user positive control of the loaded container at all times. The handle must not have the ability to rotate on its own axis at any time. Handles that are molded as part of the lid are unacceptable. Bolted-on handle mounts or bolted-on handles are unacceptable.

AXLE: The axle must be a minimum of 3/4” diameter, high strength steel fully supported by container body. Zinc chromate plated or powder coated equivalent for corrosion protection. Axle must slide through at least (4) four molded-in plastic journals in the container bottom and must not be exposed to contents inside of container. There must also be (2) two half journals molded into the bottom of the container for the axle to slide through to ensure proper weight distribution of the contents of the container. Axles attached by means of bolts or rivets are unacceptable.

EASE OF ASSEMBLY AND DISASSEMBLY: The bidder must supply a container assembly instruction sheet with their response. The instruction sheet should include a list of container parts and a list of tools needed for assembly.

PARTS AVAILABILITY: All bidders will supply a listing of replacement parts available for their model container.

Page 42: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

38

COLOR: Containers must be a distinctive color impregnated into the plastic. Painted universal recycling containers are unacceptable. The individual participating municipalities will choose color from manufacturer’s standard color options. The Bidder must submit a standard color chart with the bid submission.

3. CONTAINER SPECIFICATIONS – 65 GALLON

The container offered must be 65 gallons (+/-3%) and must comply with the following listed specifications:

Description Yes No

LOAD RATING: The 65 -Gallon container must be designed to regularly receive and dump the following pounds of recycled materials, excluding the weight of the container, without permanent damage or deformation. The load rating must conform to ANSI Standard Z245.30.

65-Gallon – minimum 227 pounds

STATE LOAD RATING OF CONTAINER: pounds

MANEUVERABILITY: To ensure that the proposed 65-gallon container is easily operated by the citizens of each residents, the bidder must state the average tipping forces required to maneuver a fully loaded container when tilted to the roll position. The bidder must also submit documentation that conforms to ANSI Z-245.60 Force To Tip testing that clearly defines the container’s maximum average tipping force. The results of this testing may not exceed a maximum average of 35 pounds. Any container that is judged as too difficult to tilt when loaded to maximum capacity of material will be disqualified. STATE MAXIMUM AVERAGE FORCE: pounds

RESIN WEIGHT: The quoted container must be manufactured to achieve a minimum resin weight of the following:

65-Gallon – minimum 27 pounds STATE RESIN WEIGHT OF CONTAINER: pounds

Page 43: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

39

WALL THICKNESS: The quoted container must have a nominal wall thickness of .175 inches throughout the body of the container and a minimum wall thickness of .185 inches in the critical wear points (i.e. cart bottom, handle and lift mechanism). The minimum wall thickness of the lid must be .140 inches. STATE BODY WALL THICKNESS: inches STATE CRITICAL WEAR POINT THICKNESS: ______ inches STATE LID WALL THICKNESS: inches

CAPACITY: The total capacity of the container body, excluding the lid, must be 65 U.S. gallons (+/- 3%). Bidder must include an independent test result according to ANSI Z245.30, Appendix A (Volume Test), certified by an accredited professional engineer, showing the exact capacity of the container body (to the nearest 0.1 U.S. gallon). STATE TOTAL CAPACITY: gallons

DIMENSIONS: The minimum exterior dimensions of the completely assembled container are as follows: HEIGHT: 40.25 inches DEPTH : 28.00 inches WIDTH : 26.50 inches STATE HEIGHT: inches STATE DEPTH: inches STATE WIDTH: inches

WHEELS: Wheels shall be minimum 10” in diameter and 1.75” wide with knobby treads. Wheels must be extra high molecular weight polyethylene capable of supporting a minimum of 200 lbs. Wheels must be snap on style wheels. Wheels that require the use of pal nuts, washers or other means of connection will be considered unacceptable.

NUMBER OF PARTS: In order for ease of assembly and parts inventory, the Borough requests the bidder to state the number of separate parts that comprise each container to include but not limited to; lid, body, wheels, axle, catch bar, rivets, lid fastener components, etc. A maximum of 8 parts is preferred. STATE NUMBER OF SEPARATE PARTS:________________

Page 44: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

40

4. MARKINGS

Each container must be permanently marked with letter/numbers, as follows:

Description Yes No

SERIAL NUMBER BAR CODES: Each container must have a bar code and associated serial number branded in white on the container. The serial number/bar code shall contain 9 total alphanumeric digits, including a 3 digit prefix that indicates the container size, municipality/brand plate identification and type, followed by a unique 6 digit serial number. For example, a 65 Gallon Lansdale branded Solid Waste container should have a serial number such as 6LS000001 where the 6 represents the size, L represents the Borough name and S represents Solid Waste. Under the barcode the date of manufacture must clearly be displayed. Adhesive or sticker serial number bar codes are not acceptable for new production containers. The serial number/bar code must be pre-associated at the container manufacturer’s facility. The bidder will maintain an electronic file and database that will identify the date of manufacture by the serial number for warranty purposes in the future.

CONTAINER LOGO: Lansdale municipality logo and full name (i.e. Lansdale Township) shall be affixed by hot stamp onto both sides of the container body. The logo to be affixed shall be approved by the Borough.

USER INSTRUCTION: Instructions for the safe use of the container must be molded into each lid. Instructions shall be approved by individual participating municipalities. Similar to the following with a load rating of 227.5 lbs.

LOAD RATING: The load rating of the container must be raised-relief molded into the lid. Load rating shall be stated in both pounds and kilograms. 227.5 lbs.

Page 45: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

41

5. RFID & BAR CODE INTEGRATION

Each container must be produced and shipped with a bar code and UHF RFID tag that have been pre-associated at the manufacturer’s production facility.

Description Yes No

RFID & BAR CODE INTEGRATION: All 65 gallon containers must be equipped with a bar code and UHF RFID tag that have been pre-associated at the manufacturing facility. The RFID tag must be installed within the container body, with no exposure to the outside elements. The serial number/bar code shall contain 9 total alphanumeric digits, including a 3 digit prefix that indicates the container size, municipality/brand plate identification and type, followed by a unique 6 digit serial number. The serial number bar code must be the same number as what is used to identify the container for warranty purposes. Adhesive or sticker RFID tags and/or bar codes will not be acceptable on new production containers. To avoid interference with the container contents/materials, RFID tags placed inside of the container are unacceptable. RFID Tags affixed to the container lid are also unacceptable.

RFID TAG & BAR CODE ASSOCIATION: As stated, all containers must have a bar code and UHF RFID tag that have been pre-associated at the manufacturing facility. It is the responsibility of the container manufacturer to provide and maintain an electronic data base for the individual participating municipalities which includes the association information. The data base must include each container’s RFID Tag, Serial Number, Date of Manufacture, Location of Manufacture, Container size and Container Type. It is expected that the manufacturer will maintain this data base for a minimum of 5 years and provide additional association information for future container purchases. Individual participating municipalities may at any time request for this information during the production of containers and said bidder must provide the association information within 48 hours of request.

RFID INLAY SPECIFICATIONS: The RFID inlay must be passive Gen 2 UHF Tag and have an optimal operating frequency of 860 - 650 MHz and have an operating temperature of -40°F to +149°F. The dry inlay must meet ISO/IEC 18000-6C and EPCglobal C1G2 protocol. The antenna dimensions must not exceed 3.741 in x .302 in. with a thickness over chip not to exceed 11 mills. The inlay substrate must be heat treated PET. The inlay must be sandwiched between a minimum of two-0.005” polyester SmartCard material using a heavy duty P7 permanent adhesive.

Page 46: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

42

RFID TAG TESTING: RFID tag used in manufacturing has been tested and certified with an IP67 rating. The testing certification requirements consist of (1) 1mm Probe per EN 60529, (2) Dust circulation per EN 60529 and (3) Temporary Immersion per EN 60529.

RFID TAG VERIFICATION: The RFID tag must be encoded and verified at the manufacturing facility to ensure that it is working properly prior to shipment.

RFID TAGS DURING DELIVERY: Delivery responsibilities are that of the Contractor. RFID tags must not be used as a method of associating containers to households. The RFID Tag is utilized for providing data during the collection process. The individual participating municipalities feel that utilizing a barcode scanner for association of containers to households in the field will provide better accuracy for this specific application.

RFID EXPERIENCE: Please illustrate your experience in providing communities with RFID enabled containers. The individual participating municipalities require the contractor to have a minimum of 1 million RFID enabled residential containers in the field in a minimum of 25 separate locations. Number of RFID enabled containers on the street _____________ Number of Customer Locations that have received your RFID enabled containers ---------------------

6. DATA INTEGRATION

Description Yes No

The Contractor is responsible for migrating manufacturing data directly from their container manufacturing facility a database acceptable to Lansdale that is to be provided as part of this program. The data included in the specified file format from the manufacturer would need to include information on each individual container including but not limited to, container size, type, serial number, RFID value, date of manufacture and plant of manufacture. At the time a container is produced at the manufactured facility, the production data (including container serial number and RFID Tag Value) should automatically be associated to the acceptable database in an effort to build an inventory of new production containers and to start the monitoring process of container inventories and their locations.

Page 47: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

43

The Contractor must have a data integration system in place for a minimum of 3 years with a minimum of 15 installations. Proof of references must be included with the Contractor’s bid submission.

7. ASSEMBLY, DISTRIBUTION AND TRACKING SERVICES FOR CONTAINERS

Description Yes No

The Contractor shall be responsible for coordinating the delivery of containers from the manufacturing plant, unloading loads of containers, assembling necessary parts, and distributing the containers to homes throughout the individual participating municipalities. It is preferred (but not required) that the Contractor shall have its own assembly and distribution (A&D) division of its company. Does the Contractor have its own A&D division of its company? YES____________ NO____________

The Contractor shall unload all delivery trailers in a timely manner. Any damage to the containers or bins during any phase of the delivery, unloading, assembly, distribution, or exchanging shall be the responsibility of the contractor to replace in kind.

Containers shall be assembled in a timely manner and once assembled shall be placed at the resident’s curb (in the street).

The Contractor will be required to attach any literature to the containers required by the Borough. Lansdale will provide Contractor all necessary documents in Microsoft “Word”. Contractor shall be responsible for all photocopies as well as the supply of 21” plastic newspaper bags or some equivalent.

Contractor shall assemble and deliver containers in all conditions except as a result of extreme weather conditions or Acts of God.

Page 48: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

44

The Contractor will record the container serial number and GPS Coordinate (Lat and Lon) with a hand held scanner for each and every address where a container is delivered. The Contractor cannot use an RFID tag as a means of associating a container to a specific address during the delivery process. Manual written down serial numbers are also NOT acceptable. The Contractor will then be required to upload all data and provide to the Borough daily delivery information. The Contractor must have the ability to add any addresses that may have been excluded from the original delivery list in the field as well as assign a resolution code to any property that cannot receive delivery of a container or where an exception is identified. The resolution codes would include, but are not limited to vacant property, burned out structure, uninhabitable home, vacant lot, etc. The individual participating municipalities will have the ability to customize resolution codes based on its particular needs prior to the commencement of delivery. The cumulative delivery report must be kept in an electronic file of the address assignments for each container by serial and RFID tag number. The report must then be presented to the individual participating municipalities in an acceptable electronic format upon completion of the delivery.

Contractor must provide GPS coordinates (latitude and longitude) of each delivery at the point of drop off at the completion of the program. These must be provided in an electronic file format.

8. CONTAINER EXPERIENCE/COMPLIANCE

The bidder must adhere to following experience qualifications:

Description Yes No

CONTAINER EXPERIENCE: The bidder must have at least (10) ten years of experience in the USA of continuous production/manufacturing of containers for use in automated and semi-automated collection systems. STATE YEARS OF EXPERIENCE: years

USA: All Parts and Containers must be made in the US with at least 10 years of experience.

Page 49: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

45

REFERENCES: Bidder must submit with its bid a reference list of municipalities currently using the proposed products in this bid. The list must include at least ten (10) municipalities who currently have at least 15,000 containers in service. Include the name of the municipality, year of installation, contact person, phone number, and quantity for each reference. Failure to include these references will result in bid disqualification.

9. WARRANTY

The bidder must submit with its proposal a warranty specimen of the exact warranty offered for the universal refuse containers. The warranty must be for no less than ten (10) full years and must specifically provide for no-charge replacement of any component parts that fail in materials or workmanship for a period of ten (10) years after installation. The transportation costs of sending the warranty containers to the municipalities must be assumed by the bidder. The warranty extends to the initial Solid Waste collection Contractor as well as the individual participating municipalities. Warranty will not extend to any third party should municipality sell or release these assets. The Bidder's warranty is understood to include, whether stated in Bidder’s warranty or not, the following coverage:

Description Yes No

Failure of the lid to prevent rainwater from entering the container when in the closed position.

Damage to the container body, lid or any component parts through opening or closing the lid.

Failure of the lower lift bar from damage during interface with standard ANSI approved lifting devices.

Failure of the body and lid to maintain their original shape.

Damage or cracking of the container body through normal operating conditions.

Failure of the wheels to provide continuous easy mobility as originally designed.

Failure of any part to conform to minimum standards as specified herein.

If bidder is owned by another business entity, then the owning entity must also accept full financial responsibility for the warranty of the bidder. The bidder must submit with their bid a letter from the owning entity which clearly states its obligation and commitment to honor the warranty of the bidder, should the bidder ever be in a position to not do so. Such letter shall be signed by the owning entity’s top officer and notarized.

Page 50: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

46

Exceptions to the Container Specifications All bidders agree to list below all the exceptions to the request for bid specifications. Attach additional sheets if necessary. _______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

Page 51: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

47

EXHIBIT D

BIDDERS AFFIDAVIT

I, _______________________________________ being duly sworn, depose that I

reside at ____________________________________________________________

and that I am the ________________________ of __________________________

(Title) (Name of Bidder)

I am duly authorized to sign the bid and that the bid is the true offer of the bidder, that the seal attached thereto is the seal of the bidder, and that each, every and all the declarations and statements contained in the bid and any and all affidavits, questionnaires and documents submitted pursuant to the proposal for bids are true and accurate to the best of my knowledge and belief.

(Affiant)

Subscribed and sworn before me

This _________ day of _________________ 20__.

(Notary Public)

My commission expires:

SEAL

Page 52: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

48

EXHIBIT E

BIDDER'S QUESTIONNAIRE

Each bidder shall provide the following information as an integral part of his or its bid; and failure to answer all questions will render such bid as irregular and non-responsive

1. How many years experience in the collection or refuse in municipalities has your organization (bidder and/or bidder's parent subsidiary or affiliated corporations) had?

2. List the municipalities you or your organization are now providing collection services for, the number of units serviced in each municipality, and the names of the responsible municipal official in each to whom you report:

Municipality Number of Units Serviced Report to

3. Indicate the local telephone number for your office which will be available to receive

service calls from both the residents of the Municipality and Municipal officials.

4. What equipment do you intend to obtain and use for the performance of the service

contract?

(Attach separate sheet with year, make and body size.)

5. Have you or your organization, or any partners or officers thereof, failed to complete a

municipal collection contract or defaulted under any such contract? If so, where?

Page 53: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

49

6. Is your company associated with any other companies directly and/or indirectly (yes

no_________) if so, give details.

7. Did you or your organization, or any partners of officers thereof, when the lowest bidder

on a municipal collection contract withdraw your bid, his or its bid? If so, for what reason?

8. Did you or your organization, or any partners or officers thereof, when the lowest bidder on

a municipal collection contract, attempt to sell such bid? If so, for what reason?

9. Have you or your organization, or any partners or officers thereof been a party to any law

suits or legal actions, whether or a civil or criminal nature, arising out of or involving bid contracts

or the performance thereof? If so, give details and disposition of the matter.

10. Are there any unsatisfied judgments recorded against you, your organization or any

partners or officers thereof? If so, give details, including the name and address of each

judgment creditor; and the amount of each judgment.

Dated: Bidder:

By: Title:

Page 54: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1

50

EXHIBIT F

VEHICLE DEDICATION AFFIDAVIT

COMMONWEALTH OF PENNSYLVANIA

COUNTY OF MONTGOMERY: BOROUGH OF LANSDALE, SOLID WASTE AND RECYCLING COLLECTION AND DISPOSAL CONTRACT

I, __________________________________ am the ___________________________ (Name of Affiant) (Identify Relationship to Bidder)

of the _____ ___________________________ and being duly sworn, I depose and say: (Name of Bidder)

All statements contained in this affidavit are true and correct and made with full knowledge that the Commonwealth of Pennsylvania and the Borough of Lansdale rely upon the truth of the statements contained in this affidavit and in said Bid Proposal in signing the contract for the said project.

At all times during the performance of the collection contract, I agree to commit, for use only in the Borough of Lansdale, the number of collection vehicles reasonably calculated to ensure safe, adequate and proper service. I further warrant that in the event that dedication of vehicles for use only in the Borough of Lansdale is not feasible, that the Borough of Lansdale will not be responsible for disposal costs for waste generated outside the Borough of Lansdale.

I also understand and agree that failure to comply with the representations contained herein shall be cause for breach of contract and will entitle the Borough of Lansdale to damages arising therefrom.

Name of Firm or Individual Title

Signature Date

Subscribed and sworn to before me this

day of _____________________20__

Notary Public My Commission expires_________________________

Page 55: FOR TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION 1
ikessler
Text Box
EXHIBIT G
ikessler
Text Box
Page 51