Loading...
HomeMy WebLinkAbout4/15/2015 - STAFF REPORTS - 2.I. �OQ P A LM s'09 .y V N Cq<�FORN`P CITY COUNCIL STAFF REPORT DATE: April 15, 2015 CONSENT CALENDAR SUBJECT: APPROVE PURCHASE OF MOBILE RESTROOM TRAILER FOR VILLAGEFEST AND OTHER CITY SPECIAL EVENTS FROM: David H. Ready, City Manager BY: Parks & Recreation Department SUMMARY The City Council will consider the purchase of a new Mobile Restroom Trailer for weekly use at VillageFest and other City special events. RECOMMENDATION: 1. Find the bid from Verde Inc. as non-responsive for failure to meet specifications. 2. Award the purchase of a new Mobile Restroom Trailer as specified in Invitation for Bid #15-13 to Portable Restroom Trailer, LLC of Lake Wyle, South Carolina in the amount of $46,273.80, including applicable CA sales tax, CA tire fee and delivery. 3. Authorize the City Manager to execute all necessary documents. STAFF ANALYSIS: The current VillageFest mobile restroom was deemed inoperable by the City's Facilities Department. It was determined the VillageFest mobile restroom could not be repaired and a new mobile restroom would need to be purchased. City staff submitted a request for funding from Measure "J", for which $35,000 was allocated. In the interim, the City has been renting a mobile restroom trailer from Burretec, Inc. for $1,912.22 per month to use weekly at VillageFest. ITEt i NO. City Council Staff Report April 15, 2015- Page 2 Mobile Restroom Trailer VillageFest provides visitors and the community entertainment every Thursday evening in Downtown Palm Springs. During high season VillageFest draws more than 9,000 people every Thursday evening. There is a strong need for a mobile restroom to support the current Downtown/Uptown Public Restrooms Program. Additionally, the mobile unit will be used for other City special events and may be rented out to special events that take place in the City of Palm Springs. This mobile restroom trailer is self-contained with a male restroom, a female restroom, and a non-gender specified ADA restroom. The mobile restroom trailer can easily be towed and will be stored and secured at the City yard for quick and easy access. The Procurement and Contracting Division worked closely with the Parks and Recreation, and Facilities and Maintenance Staff to develop the specifications and conducted Invitation for Bids (IFB) #15-13 for the acquisition. The bid Notice was posted and distributed and two bids were received by the due date and time tabulated below: Vendor Bid Price* Verde, Inc. $35,630.00 Portable Mobile Restroom, LLC $46,273.80 *Inclusive of delivery and required CA sales tax and tire fees. While the bid from Verde Inc. was lower, after careful review of the bid submission it was deemed non-responsive for failure to comply with the bid specifications, including lack of a urinal in the men's restroom and not fully ADA compliant. As such, Staff is recommending award to Portable Restroom Trailer, LLC of Lake Wyle, South Carolina as the lowest responsive responsible bidder meeting all specifications. FISCAL IMPACT: Funds are available in Measure "J" account number 260-4500-59473 ($35,000) and General Fund account number 001-2451-43240 ($11,273.80). ICKI OLTEAN JAMES THOMPSON Director, Parks and Recreation Chief of Staff/City Clerk i DAVID H. READ City Manager 02 i E i SPECIFICATIONS FOR INVITATION FORBID (IFB)#15-13 MOBILE RESTROOM TRAILER FOR CITY OF PALM SPRINGS RECREATION DEPARTMENT 3 PURPOSE To provide the City of Palm Springs Recreation Department with an events grade mobile restroom trailer that would be used at the Palm Springs Village Fast. SCOPE OF WORK AND SPECIFICATIONS City of Palm Springs Recreation Department is seeking to purchase one (1) events grade mobile restroom trailer with three stalls — 1 men's room, 1 women's room, and 1 unisex ADA compliant stall. Please refer to the following specifications for details. The successful bidder shall be responsible for meeting all specifications in this bid. All equipment installed shall be legal for use in the State of California. Bidder must provide in the column labeled "Yes or No" in the Bid Specifications, a response to each line of the specifications to indicate understanding and compliance, or non-compliance, with the specification. Failure to respond may result in a bid being determined as non-responsive. The City of Palm Springs shall be the sole judge as to the acceptability of any deviations. The City reserves the right to conduct an onsite inspection at the vendor's location prior to completed unit being transported to the City of Palm Springs. Final acceptance will not be granted until unit has been delivered and approved by the City of Palm Springs Recreation Department. INCOMPLETE BIDS WILL NOT BE ACCEPTED. Bidder shall indicate "Yes" or "No" in the space provided for each Specification. By writing "Yes", Bidder is indicating that they fully accept and are in full compliance with the specification. By writing "No", Bidder is indicating a deviation from the specification. As per the bid instructions, any deviations must be clearly indicated with an explanation in an attachment headed "Deviations from Specifications". Failure to indicate either "Yes" or "No", or failure to provide a "Deviations from Specifications" attachment for any item marked "No", may render a bid as non-responsive. Structure Yes ! No a Trailer shall contain three stalls- 1 men's room, 1-women's room, & 1 unisex ADA compliant stall ✓ / Trailer-unibody steel frame with a width of 6'to 8' and length of 16'to 20' ✓ / a Hydraulic trailer lowering system ✓ / Electric Brakes ✓ / 2 5/16" adjustable hitch ✓ / a 5000 Drop leg jack ✓ / a DOT compliant 5116"safety chain ✓ / a SAE color coded electrical system ✓ / 4 stabilizer jacks with bubble levels ✓ / a %"marine plywood T/G flooring ✓ / a Roof mount A/C ✓ / Pre-finished white aluminum exterior ✓ ! ADA compliant landing, ramp, and handrails ✓ ! a 2-Aluminum folding platforms with steps and handrails which lock in place ✓ / a 2- 34"commercial doors 1-36"commercial door(ADA Compliant) ry-1 / El or greater 9 03 I Structure Yes / No Interior/exterior LED lighting ✓ / • Recessed night lights for doors ✓ / • 300-350 gallon 3/8"polyethylene holding tank ✓ / • 314 Yresh water inlet ✓ / • All wails and ceiling insulated ✓ 1 • Smooth mar/graffiti resistant laminated interior walls ✓ / • Non-skid rubberized flooring ✓ / • Porcelain water saving pedal flush toilet (porcelain urinal men's room) ✓ / • Solid surface sink top n / • On demand hot water system ✓ ! • Aluminum kick plates on doors �✓ / • Wall mounted towel dispenser and waste receptacle ❑✓ / n • Shatter proof mirrors n / f-1 • Water saver faucets ID / • . Wall mounted soap dispensers ✓ ! • 1 W stainless hand and grab rails (ADA) ❑✓ ! f 1 • Self-closing faucet with front push operation(ADA) ✓ / Porcelain toilet bowl with wall mounted push button flush (ADA) ✓ 1 • High clearance sink(ADA) • ADA Door closer • Baby change station �✓ / MANUAL, BODY PARTS ONLY: Yes / No Yes Two (2) custom parts manuals for the installed parts only shall be provided in hard copy with the completed unit at the time of delivery. The manual will contain the following: -Job number - Part numbers with full descriptions -Table of contents - Parts section sorted in functional groups reflecting a major system, component, or assembly. - Parts section sorted in Alphabetical order - Instructions on how to locate parts The manual shall be specifically written for the body model being purchased. It will not be a generic manual for a multitude of different bodies. MANUALS, OPERATION AND SERVICE: Yes / No Yes Two (2) Service manual supplements containing parts and service information on installed components and Two (2) Operation manuals shall be provided with the completed unit at the time of delivery. The manuals shall be specifically written for the unit being purchased. They shall not be generic manuals for a multitude of different units. 10 04 4 I i ATTACHMENT"A" IFB 15-13 PROVIDE MOBILE RESTROOM TRAILER FOR CITY OF PALM SPRINGS RECREATION DEPARTMENT `'MANDATORY: THIS FORM MUST BE COMPLETED AND INCLUDED WITH YOUR BID" � SIGNATURE AUTHORIZATION ppp� NAME OF PROPOSER/FIRM: [ Portable Re tra Trailers LLC A. I hereby certify that I have the authority to offer this bid to the City of Palm Springs for the above listed individual or company. I certify that I have the authority to bind myself/this company in a contract sho I be sy�°�ssful in my bid. SIGNATURE Chrcf O��a-f-,�y OPG�e�r Teri Pahon I'11p}-&N �C �Y1eo.�j�)PRINT NAM B. The following information relates to the legal contractor listed above, whether an individual or a company. Place check marks as appropriate: 1. If successful,the contract language should refer to me/my company as: _An individual; `A partnership, Partners' names: _A company; x A corporation 2. My tax identification number is: 46.4031428 ADDENDA ACKNOWLEDGMENT: Acknowledgment of Receipt of any Addenda issued by the City for this IFB is required by including the acknowledgment with your bid. Failure to acknowledge the Addenda issued may result in your bid being deemed non-responsive. In the space provided below please acknowledge receipt of each Addendum: Addendum(s)#_pl=7 , isiare hereby acknowledged. 11 05 F F s IFS 15-13 BID PROPOSAL PAGE COST BID Bidders' signed bid and written acceptance by the City shall constitute an agreement and has hereby agreed to all the terms and conditions set forth in all of the sheets which make up this invitation. All prices shall be F.O.B. 426 N. Civic Drive, Palm Springs, California. Sales tax shall be shown as a separate line item at the rate of 9.0%. Responding to an Invitation for Bids to provide Mobile Restroom Trailer for the City of Palm Springs Recreation Department the undersigned bidder agrees to furnish and deliver the equipment in accordance with the specifications herein. INVE propose and agree to furnish and deliver the material and accept as full payment the following amount: a E One (1) Events Grade Mobile Restroom Trailer 37,930 As per specifications $ Delivery Fee(FOB Destination) $4515 i Any/All Applicable Sales Tax(9.0%CA) $Purchaser Respom1bL for CA Tire Fees $Purchaser Responsible for TOTAL COST: $42,445 Delivery/Schedule for Performance: The bidder must indicate on this Bid Proposal page the time required for delivery, in number of calendar days, after receipt of order (ARO). Delivery may be a factor in award of bid and may be cause for rejection, as determined by the City. The work and/or services to be performed by Vendor pursuant to the purchase order shall be completed by Vendor within time required for delivery indicated below, unless City approves in writing a revised delivery schedule. Vendor shall notify City promptly in writing if, at any time, Vendor has reason to believe that delivery may not be made as scheduled stating the cause(s) for anticipated delay. Time is hereby expressly declared to be of the essence, and Vendor is notified that failure to deliver the installation on time will result in substantial damage to City. Delivery Time: Indicate time in calendar days, required for delivery, after receipt of order (ARO): 50 DAYS (ARO) *Delivery may be a factor In award. It is understood and agreed that this bid may not be withdrawn for a period of ninety(90) days from the date of opening thereof, an o time in the case of the Successful Bidder. (Signatures): 6KPl C'OCJ Name of firm submitting bid Portable Restroom Trailers Author zed signature �yrtC, Coo Printed name Teri Pahon Title OwnerICOO Address4607 Charlotte Hwy Suite#11 City, State, Zip Lake Wylie, SC 29710 Telephone No: 877-600-8645 Fax No: 803-526-7669 E-mail teri@portablerestroomtrailers.com 12 06 i, I 3 REFERENCES The City is seeking a contractor who has the experience and capability to deliver the mobile restroom trailer as per the specifications contained herein. A minimum of three (3) references shall be submitted below with the bid, including contact name and phone number, for projects of a similar scope to this Invitation for Bids. 1) Name of firm or agency: city of Pascagoula,Ms Contact Person: oarcie crew Phone#228-938-2356 Brief description of project: f! client purchased an ADA+2 portable restroom trailer In May of 2014 for their park system, t i 2) Name of firm or agency: county of Darmlle,IN Contact Person: Laura Parker Phone#317-745-3007 Brief description of project: Client purchased an ADA+6In May of 2013 for their dtywioe events. 3) Name of firm or agency: County of stony Point,NY Contact Person: Supervisor Finn Phone#845-786-2716 Fxt 112 Brief description of project: Client purchased a 3 station portable restroom trailer and an ADA+10 station portable restroom trailer in March of 2013 for itior golf course and for thew park system. 13 07 E NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California State of SC ) ) County of York ss.) I Teri Pahon being first duly sworn,deposes and says that he or she is ownedcoo of Portable Restroom Trailers LLC the party making the foregoing bid that the bid is not made in the interest of,or on behalf of,any undisclosed person,partnership, company, association, organization,or corporation; that the bid is genuine and not collusive or sham;that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly I colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone j shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, € communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and,further,that the bidder has not,directly or indirectly, submitted his or her bid price or any breakdown thereof,or the contents thereof,or divulged information or data relative the:eto,or paid, and will not pay, any fee to any corporation, partnership, company association,organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. OFFEROR Lao BYTeri Pahon TITLE Owner/COO ORGANIZATION Portable Restroom Trailers LLC ADDRESS 4607 Charlotte Hwy Suite# 11 Lake Wylie, SC 29710 SUBSCRIBED AND SWORN TO BEFORE ME THIS 16 DAY OF March 66 2015. I'AI NOTARY PUBLIC IN AND FOR SAID COUNTY AND STATE MY COMMISSION EXPIRES: Lf W 2O t orPIC1AL SEAL Nwrr PoMk'wnh�� GASTON COUNTY RAJESH B. PATEL M Commission Explresitf'7A/L71 k 14 08 i INVITATION FOR BID#15-13 For MOBILE RESTROOM TRAILER FOR PALM SPRINGS RECREATION DEPARTMENT 3 TABLE OF CONTENTS: I THIS INVITATION FOR BID CONSISTS OF THE FOLLOWING: PAGE 9 I TABLE OF CONTENTS.--- .......................... ...........w................................................................. 1 NOTICE INVITING BIDS........................................................................................................... 2 1 INSTRUCTION TO BIDDERS!CHECKLIST............................................................................ 3-4 TERMSAND CONDITIONS....................................................................................................4-8 SPECIFICATIONS ................................................................................................................9-10 ATTACHMENT°A" PAGE 12 MUST BE SIGNED ....................................................................11 BID PROPOSAL PAGE, PAGE 13 MUST BE SIGNED............................................................12 REFERENCES.......................................................................................... . ...................13 AFFIDAVIT OF NON-COLLUSION, PAGE 14 MUST BE NOTARIZED....................................14 NO RESPONSIBILITY WILL ATTACH TO ANY OFFICER FOR THE PREMATURE OPENING OF OR THE FAILURE TO OPEN A BID NOT PROPERLY ADDRESSED AND IDENTIFIED. DATE DUE: Wednesday, March 18, 2015 TIME DUE: 3:00 P.M. STREET ADDRESS: (for hand delivery) 3200 Tahquitz Canyon Drive Procurement and Contracting Palm Springs, CA 92262 (760) 323-8237 1 09 NOTICE INVITING BIDS CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS(IFB 15-13) NOTICE IS HEREBY GIVEN that the City of Palm Springs, California, is soliciting bids from qualified firms to: SUPPLY A MOBILE RESTROOM TRAILER FOR THE PALM SPRINGS RECREATION DEPARTMENT Bids will be received until Wednesday, March 18, 2016 at 3:00 P.M., local time at the Office of Procurement and Contracting, 3200 Tahquitz Canyon Way, Palm Springs, California, 92262, at which time they will be publicly opened and read in the Procurement and Contracting Office. No Bid will be considered unless it is made on a bid form furnished by the City. Bids must be submitted in sealed envelopes and either hand delivered at the address above. The City of Palm Springs reserves the right to reject any or all bids and to waive any informality or technical defect in a bid. { The receiving time in the Procurement and Contracting Office will be the governing time for acceptability of Bids. Telegraphic and telephonic Bids will not be accepted. It is the responsibility of the Bidder to see that any Bid sent through the mail, or by any other delivery method, shall have i sufficient time to be received by the Procurement and Contracting Office prior to the Bid Opening Time. Late Bids will be returned to the Bidder unopened. Obtaining IFB Documents: Bid Documents and Specifications may be easily obtained via the Internet at the following address: hh�://www.palmsr)rinasea.gov click on "Government', "Departments" and go to "Procurement', "Open Bids". You may also call the Procurement office at (760) 322-8373. NOTE: If you downloaded this bid via the internet at the address above, contact Marina Williams, Procurement Specialist I, via email at Marina.VVilliams@palmspdnasca.00v to register as a Bidder. Failure to register as a Bidder may result in your firm not receiving bid addenda. Failure to acknowledge addenda with your bid may cause your bid to be considered non-responsive. Bids submitted may be withdrawn by written request received before the hour set for the opening. After that time, bids may not be withdrawn by the bidder for a period of ninety (90) days and at no time after award of bid. Marina Williams Procurement Specialist I City of Palm Springs, CA 2 10 INVITATION FOR BIDS IFB 15-13 BIDDER'S CHECK LIST s INSTRUCTIONS TO BIDDER: 1. General Information - I NOTICE IS HEREBY GIVEN that sealed bids in response to Invitation for Bids 15-13 SUPPLY A MOBILE RESTROOM TRAILER FOR THE PALM SPRINGS RECREATION DEPARTMENT per the specifications contained herein will be received at the office of the Procurement& Contracting Division, 3200 East Tahquitz Canyon Way, Palm Springs, California, until 3:00 P.M. Local Time, Wednesday, March 18, 2015 at which time they will be publicly opened and read aloud. It is the responsibility of the bidder to see that any bid sent through the mail, or via any other method, shall have sufficient time to be received by this specified date and time. No Bid will be considered unless it is made on the bid form(s) furnished by the City in this IFB, properly executed, enclosed in a sealed envelope bearing the name of the bidder, the bid number, bid due date and bid title. The receiving time in the Procurement Office will be the governing time for acceptability of bids. Telegraphic, telephonic, faxed or emailed bids will not be accepted. Late bids will be returned unopened. No responsibility will attach to any officer for the premature opening of, or the failure to open a bid not properly addressed and identified. Bid Documents and Specifications may be obtained via the Internet at the following address: htto://www.oalmsoringsca.gov click on "Government", "Departments" and go to "Procurement", "Open Bids". You may also call the Procurement office at (760) 322-8373. NOTE: If you downloaded this bid via the Internet at the address above, contact Marina Williams, Procurement Specialist 1, via email at Marina.WilliamsAt)almsoringsca.gov to register as a Bidder. Failure to register as a Bidder may result in your firm not receiving bid addenda. Failure to acknowledge addenda with your bid may cause your bid to be considered non- responsive. 2. Form of Bid - The bid shall be made on the attached bidder's bid form(s). Additional support information may be submitted with the bid, via an attachment of catalogs, drawings, photographs, or a letter, if necessary, Letters repeating prices and details from the City's specifications must be omitted. The bid documents provided, including the specifications and cost proposal pages, must be submitted properly executed. Bids MAY NOT BE CONSIDERED if the following documents and/or attachments are not completely filled out and submitted with the Bid. NOTE: ONLY THOSE ITEMS MARKED BY AN "X"ARE REQUIRED. X Attachment "A"Signature Authorization Page, Page 11 must be signed (including acknowledgement of all addenda). X Bid Proposal page 12,must be manually signed. X Erasures or other changes made to the Bid Proposal Pages must be initialed by the person signing the Bid. 3 lI i X References form, page 13, must be completed. F f X Affidavit of Non-collusion by Contractor form, page 14, must be manually signed and countersigned by a Notary Public. X Deviations from Specifications: It is understood that the product offered by the Bidder will meet all requirements of the Specifications in this Invitation for Bids, unless deviations there from are clearly indicated in an attachment headed "Deviations from Specifications" submitted and signed by the Bidder's authorized representative. In order for the Bid to be considered, an explanation must be made for each item in which a deviation is indicated, giving in detail the extent of, and reason for, the deviation. The City shall determine if a deviation is acceptable or not. X Bidder shall submit with their bid full descriptive data, including product specifications, general drawings (if applicable), brochures, and any other information on the material proposed in this Invitation and as requested in the detailed Specifications. 3. Questions: Bidders, their representatives, agents or anyone else acting on their behalf are specifically directed NOT to contact any city employee, commission member, committee member, council member, or other agency employee or associate for any purpose related to this IFB other than as directed below. Contact with anyone other than as directed below will be cause for rejection of a bid. ANY questions, technical or otherwise, pertaining to this Invitation to Bid must be submitted IN WRITING and directed ONLY to: Marina Williams, Procurement Specialist 1 3200 East Tahquitz Canyon Way Palm Springs, CA 92262 via FAX (760) 323-8238 or via EMAIL: Marina.Williams(d.)oalmsoringsca.gov Interpretations or clarifications considered necessary in response to such questions will be resolved by the issuance of formal Addenda to the IFB. The deadline for all questions is until 3:00 P.M. Local Time, Wednesday, March 11, 2015 3:00 P.M. Local Time Questions received after this date and time will not be answered. Only questions that have been resolved by formal written Addenda via the Division of Procurement and Contracting will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. 4. Bid Openings - Bids shall be delivered to the Procurement Division of the City of Palm Springs on or before the day and hour set for the opening of bids in the published Notice to Bidders. Each bid shall be enclosed in a separate sealed envelope bearing the description of the bid, the bid number, the name of the bidder, and the date and hour of the bid opening. Bids submitted may be withdrawn by written request received before the hour set for the opening. After that time, bids may not be withdrawn by the bidder for a period of ninety (90) days and at no time after award of bid. 6. Late Bids - It is the responsibility of the Bidder to see that any submittal sent through the mail, or via any other method, shall have sufficient time to be received by this specified date 4 1. 2 and time. The receiving time in the Procurement Office will be the governing time for acceptability of submittals. Telegraphic, telephonic, faxed or emailed submittals will not be accepted. Late submittals will be returned unopened. B. Local Preference. Pursuant to the City of Palm Springs Local Preference Ordinance 1756, the term "Local Business" is defined as a vendor, contractor, or consultant who has a valid physical business address located within the Coachella Valley, at least six months prior to bid or bid opening date, from which the vendor, contractor, or consultant operates or performs business on a day-to-day basis, and holds a valid business license by a jurisdiction located in the Coachella Valley. "Coachella Valley" is defined as the area between the Salton Sea on the south, the San Jacinto and Santa Rosa Mountains on the west, and the Little San Bernardino Mountains on the east and north. For the purposes of this definition, "Coachella Valley" includes the cities of Beaumont and Banning and the unincorporated areas between Banning and the City of Palm Springs. Post office boxes are not verifiable and shall not be j used for the purpose of establishing such physical address. In the bidding of, or letting for procurement of, supplies, materials, and equipment, as provided in Ordinance No. 1756, the City may give a preference to Local Businesses in making such purchase or awarding such contract in an amount not to exceed five (5%) percent of the Local Business' total bid price, or $15,000, whichever amount is lower. Total bid price shall include only the base bid price but also adjustments to that base bid price resulting from alternates requested in the Solicitation. In order for a Local Business to be eligible to claim the preference, the business MUST reauest the preference in the Solicitation response (see cost proposal pages) and provide a copy of its current business license from a jurisdiction in the Coachella Valley. 7. Basis of Award: The City reserves the right to award to the lowest responsive and responsible bidder based on either a line Item (per vehicle) amount basis, or total amount bid for all vehicle types, or to reject all bids, as it may best serve the interests of the City. The City of Palm Springs also reserves the right to reject any or all bids and to waive any informality or technical defect in a bid. The decision of the Palm Springs City Council (or their designee) will be final. NO BIDDER WILL BE ALLOWED TO OFFER MORE THAN ONE PRICE ON EACH VEHICLE. If said bidder should submit more than one price on any vehicle, all prices for that vehicle may be rejected at the discretion of the City. When discrepancies occur between Unit Prices and extended totals, the Unit Prices shall govern. 8. Terms and Conditions - The bidder shall not change the wording in the attached specifications or conditions. No words or comments shall be added to the general conditions or detailed specifications. Any explanation or alternative offered shall be set forth in a letter attached to the front cover of the specifications. Conditional bids will not be accepted. Submission of a signed bid will be interpreted to mean that the bidder has hereby agreed to all the terms and conditions set forth in all of the sheets which make up this invitation for bids. 9. Payment Terms - The standard terms at the City of Palm Springs are Net 30 days after acceptance. Deposits are at the sole discretion of the City and may be negotiated with the successful bidder, however, shall not exceed twenty-five percent. 5 13 f 10. Brand Names -The use of the name of a manufacturer, or any special brand or make, in describing any item in the bid documents does not restrict bidders to that manufacturer or specific article unless otherwise directed in the specifications. An equal of the named product may be given due consideration if allowed in the specifications. Notwithstanding the foregoing, the City may impose additional restrictions in the Specification section of the documents, including prohibitions and substitutions. 11. Exceptions/Deviations - It is understood that the material offered by the bidder will meet all requirements of the specifications in this Invitation unless deviations are clearly indicated in an attachment headed "Deviations from Specifications" submitted and signed by bidder's authorized representative. In order for the bid to be considered, an explanation must be made for each item in which an exception is taken, giving in detail the extent of the deviation and the reason for which it is taken. The City of Palm Springs will be the sole judge as to whether any deviations or exceptions will be approved or accepted. 12. Tax - No bid shall include federal excise tax, inasmuch as the City is exempt per published IRS regulations concerning state/local governments. The City is obligated to pay applicable state sales or use taxes (9°/6). 13. Descriptive data and product information - Bidder shall submit with his bid full descriptive data, including make and model specifications, general drawings (if applicable), brochures, and any other information on the material proposed in this Invitation. 14. Business License—The successful bidder will be required to be licensed in accordance with the Palm Springs Municipal Code, Chapter 3.40 through 3.96 entitled Business Tax. 15. Delivery—The bidder must indicate where requested on the Bid cost proposal pages the time required for delivery, in days, after receipt of order (ARO). Delivery may be a factor In award of bid. 16. Pre-Delivery Service and Government Standards — For all vehicles or other equipment, prior to delivery all equipment must be completely serviced by the successful bidder. The crankcase, differential and transmission must be filled to the manufacturer's recommended capacity when the vehicle or equipment arrives at the delivery point. If applicable, the vehicle or equipment shall in all respects meet or exceed any and all requirements of the Federal Government for safety standards and shall meet or exceed all requirements of the California Vehicle Code, the California Administrative Code, and all requirements of the California Motor Vehicle Pollution Control Board for exhaust and crankcase emission control. 17. Required Technical Information and Service Manuals - The successful bidder shall supply the Fleet Operations Manager with one (1) copy each of the Service Manual, Parts List, Special Parts List (if applicable) and Dealer's Service Bulletin (if available) for the equipment offered. In addition, the Fleet Operations Manager shall be placed on the mailing list for additional/future bulletins. 18. Samples — If or when requested and applicable, bidders shall submit properly marked samples of the article(s) on which bid is made to the City. Any sample submitted must be clearly marked in such a manner that the marking is fixed, so that the identification of the sample is assured. Such marking shall state (1) name of bidder, (2) number of bid, and (3) item number. Samples, when required, must be furnished free of expense to the City, and if 6 14 i not destroyed by tests, will upon request be returned at bidder's expense. 19. Inspection, Testing, and Rejection - Upon Vendor's completion of the work and services, delivery of all goods, components, equipment, and/or integration services furnished under this agreement are subject to City's final inspection and approval at City's place of business by representatives of City. City shall have a 30-day acceptance period, commencing on the date that the equipment is delivered, to examine the workmanship and to test the equipment ("Test Period'). if during the Test Period all services are determined to have been performed to the satisfaction of City, and if all outfitted goods, components, and equipment operate to the satisfaction of City, at the conclusion of the Test Period, City shall make written Final Acceptance of the equipment to Vendor. At the sole and exclusive I determination by City, any defects, in either equipment or workmanship encountered during the Test Period, shall be immediately repaired or replaced by Vendor at its sole cost and expense without further charge to City. In the event any repairs or replacements are made by Vendor during the Test Period, a new 30-day acceptance testing period shall commence from the date the repaired equipment is received by City and, thereafter, City shall make written Final Acceptance to Vendor. i 20. Assignment - No assignment by the vendor of any contract or purchase order to be entered into hereunder or of any part thereof, except of funds to be received hereunder by the vendor, will be recognized by the City unless such assignment has had the prior written approval of the City. 21. Warranty - The successful Bidder shall fully warrant all materials and equipment, including without limitation, any optional equipment purchased by the City under the terms of this agreement, against poor or inferior quality equipment and materials, for a period not less than the period of time warranted by the manufacturer from the date of final acceptance of material/equipment by the City. The successful Bidder shall repair or replace inoperable equipment/material in a timely manner so as to minimize the possible disruption of City operations resulting from said inoperable equipment/material. All bids shall be accompanied by a copy or description of the manufacturer's warranty for the item(s) proposed. 22. Termination for Default - The City may, by written notice of default to the vendor, terminate any resulting order in whole or in part should the vendor fail to make satisfactory progress, fail to deliver within time specified therein or fail to deliver in strict conformance to specifications and requirements set forth therein. In the event of such termination, the City reserves the right to purchase or obtain the supplies or services elsewhere, and the defaulting vendor shall be liable for the difference between the prices set forth in the terminated order and the actual cost thereof to the City. The prevailing market price shall be considered the fair repurchase price. If, after notice of termination of this contract under the provisions of this clause, it is determined for any reason that the Contractor was not in default under the provisions of this clause, the rights and obligations of the parties shall be the same as if the notice of termination had been issued pursuant to the Termination for Convenience clause. The rights and remedies of City provided in this article shall not be exclusive and are in addition to any other rights and remedies provided by law or under resulting order. 23. Termination for Convenience - The City may, by written notice stating the extent and 7 15 I 0 s effective date, terminate any resulting order for convenience in whole or in part, at any time. The City shall pay the vendor as full compensation for performance until such termination the unit or pro rate price for the delivered and accepted portion, and a reasonable amount, as costs of termination, not otherwise recoverable from other sources by the vendor as approved by the City, with respect to the undelivered or unaccepted portion of the order, provided compensation hereunder shall in no event exceed the total price. In no event shall the City be liable for any loss of profits on the resulting order or portion thereof so terminated. The rights and remedies of City provided in this article shall not be exclusive and are in addition to any other rights and remedies provided by law or under resulting order. 24. Fiscal Year-Obligation for payment of any contract beyond the current fiscal year end is contingent upon the availability of funding from which payment can be made. No legal liability shall arise for payment beyond June 30 of the calendar year unless funds are made available for such performance. 26. Governing Law: This contract shall be construed and interpreted according to the laws of the State of California. 26. Affidavit of Non-Collusion and References: Bidders are required to file an Affidavit of Non-Collusion with their Bid. This shall be signed and sworn before a Notary Public with a commission in the State of California. The form is included in the Bid package as Exhibit A. 27. Bidder Responsibility: The City of Palm Springs reserves the right to reject the Bid of any Bidder who previously failed to perform properly, or complete on time, agreements of similar nature, or to reject the Bid of a Bidder who is not in a position to perform such an agreement satisfactorily. LATE BIDS WILL NOT BE ACCEPTED - NO EXCEPTIONS! PLEASE NOTE THAT PALM SPRINGS CITY HALL IS OPEN MONDAY THRU THURSDAY 8AM—6PM AND IS CLOSED EVERY FRIDAY. WEEKENDS, AND HOLIDAYS PLEASE TAKE THIS INTO CONSIDERATION WHEN DELIVERING A BID BY THE DUE DATE AND TIME AS DEFINED IN THIS DOCUMENT. 8 16 l `x y M _ r Provide your guests I with LUXURY! THE ADA+2 PORTABLE RESTROOM TRAILER, OFFERS THE NUMBER OF RESTROOMS NEEDED FOR MOST LOCATIONS IN A MORE MANAGEABLE 20 FT TRAILER SIZE. The unique design allows the entire restroom trailer and ramp to lower to the ground. :y •Coordinating hard surface vanities } ` •Abundant interior lighting r •Corner stainless steel sink/vanity •Metered hand wash •Dispensers for hand soap, paper towels and toilet tissue. White flushable facilities ^ "r` "` •2 easy steps with full landing •Double handrails. Slip resistant steel ramp entry to the ADA compliant restroom. •Outside LED lighted occupancy indicators •Outdoor porch lighting 125 gallon fresh water tank 325 gallon waste tank approx. 1000 uses including hand wash. The ADA-compliant toilet has a single handle direct flush and cleaning feature,wheelchair accessible sink,compliant faucet,and door handles. B ° ° The ADA compliant suite of portable restroom trailers allows for a full 360 turning radius for wheelchairs. 120volt 1 -20 amp exterior dedicate plugs and garden - hose faucet is needed. 17 I i:. e: P M i6 qkp i I c I n. } Palm Springs CA Recreation Department Bid Prepared For t, Marina Williams Palm Springs Recreation Department Marina.Williams@palmspringsca.gov 4 3200 East Tahquitz Canyon Way, Palm Springs Created By -'- Teri Pahon r' Portable Restroom Trailers, LLC teri @portablerestroomtrailers.com is r:t' b ua.a_�rct � f ..'.icrvts i s Prffin Spillits CA Recrvaticn D0.prnrnem P.:I i Portable Restroom Trailers, LLC Your Premium Source for New & Used Restroom Trailers! Thank you for your interest in Portable Restroom Trailers!We provide you with only the best restroom units and shower trailers, - r built by the top manufacturers of restroom trailers.Count on us to provide you with the best new and used portable restroom solutions. - Account Owner:Teri Pallon is Marina Williams Palm Springs Recreation Department 3200 East Tahquitz Canyon Way Palm Spdngs,CA92262 MarinaWilliams®palntspringscagav sss 5i Hello,Marina I am sure that you will be impressed with the quality of our accommodations.Our world-class logistics team has extensive experience processing and delivering high-quality products to international locations.I will follow-up with you shortly to answer any j questions pertaining to this custom quote. x Teri Pahon PortdNe Restroom Trailers,LLC 1 Toll#(877)600-8645 3 s Mobile:(330)565-9254 'ttt� Email:ted®portablerestroomtrailers.com Comfort Elite ADA Handicap- Accessible Overview r ADA Handicap- Accessible Overview 4. PRT offers a full line of ADA Handicap-Accessible Portable Resirooms Trailers to accommodate the needs of disabled users!Our certified line of ADA-compliant restroom trailers offers wheelchair-accessible facilities with enough maneuverability to account for users with special needs.The ADA Handicap-Accessible suite provides adequate room for a full 360 degree rotation of the wheelchair.Non-slip accessibility ramps are also manufactured m the specific grade required for easy wheelchair access.Each one of our ADA-compliant restroom trailers are engineered to function safely and efficiently.Marry of our ADA Handicap-Accessible a_ resboom trailers also include additional restroom suites,malting a combined facility solution for both handicap individuals and the j+ general public. j. € Our full line of ADA Handicap-Accessible resroor trailers vary in size and can accommodate any number of users.Each unit �i provides users with maximum privacy and abundant space.Our ADA-complrant line of restroom trailers are ideal for public use where wheelchair accessibility is legally required:however,our ADA Handicap-Accessible units are also are surprisingly perfect for private events such as a wedding where a large,roomy restroom interior is desired or as a family suite by those caring for small IF children or older adults that need special assistance. .. In addition m their roomy interiors and accessibility features,our ADA Handicap-AccPselllle line of restroom trailers are carefully designed with exterior layouts that will fit almost any location.Our ADA-compliant restroom trailers are engineered by top - manufacturers to include all the necessary accessibility features handicap individuals require,while sill plovit9ifig`all: e.co'ftttdl`.fS`WR a_i r4 it a clean,functional,private public restfnnm. as`va 5� 7> 3. 1f9 i Comfort Elite ADA + 2 z 19 P ilin Springs CA RP.crenliai DepavvT.era Bii The Comfort Elite Series ADA+2 Standard Package Portable Restroom Trailer is one of our most popular smaller ADA Lots, featuring an attractive interior design complete with coordinating solid surface countertops and flocringl This unit is specifically i designed to accommodate the needs of disabled users and can also be ullized as a family suite by those caring for small children lt or alder adults that need special assistance.This unique floor plan includes 1 women's Suite,1 men's suite,and 1 ADA unisex suite, y, each with a separate entrance and features a hydraulic lift System allows the enure restroom hailer and ramp to lower to the ground } with the push of a hutOnl The women's suite includes 1 water-saving china flushable toilet,wall-to-wall lockable vanity with large shatter-proof mirror,full hand wash,and in-counter wastebasket with soap and paper-towel dispenser and toilet-paper holder.The men's suite includes i water saving china flushable toilet and urinal,wall-to-wall lockable vanity with large shatter-proof mirror,full hand wash,and in-counter wastebasket with soap and paper-rowel dispenser and toiletyhapef holder. The ADA-complant unisex suite includes 1 wheelchair-accessible sink,faucet,and door handle;and 1 water-saving china flushable toilet with mounted push l button control module.This suite also allows for a full 360 turning radius for wheelchairs and additional assistance grab rails, ' important details that your guests will be sure to notice[ ti STANDARDFEATURES } -360 Gallon Waste Tank -105 Gallon Fresh Water Tank -Baby Changing Station Jr -On Demand Hot Water(Hot Water Hand Wash) f -High clearance Preformed Sink(ADA compliant). -Self-Closing Faucet With Front Push Operation t -Soap Dispenser -Shatter Proof Mirror -. -Ceramic China Bawl Toilet With Wag Mounted Push Burch Flush(ADA compliant) ° -Toilet Paper Holder -Paper Towel Dispenser -Waste Basket -Smooth,Mar-Resistant Laminated Interior Walls -1-Piece.Non-Skid Rubber Flow ';r -1-Piece Ceiling With Built In Air Supply&Air Return Wall Mounted Thermostat -36'W Entry Door(Exceeds ADA Requirements) -Interior Turning Radius And Exterior Landing Turning Radius Exceeds ADA Requirements [. -Hand Rails And Grab Bats Are 1W Stainless Steel(ADA Compliant) -LED Porch Light&Occupancy Indicator Light - -3-Quick Connect Waste Tank Access Valve e -1'Water Tank Wash Out Plug €`€ -Fresh Water Hook-Up t. -20 AMP Motor-Base Receptacle -Roof Mounted LOW Profile A/C -ADA Ranhp System With 1W Stainless Steel Railings {r -Fold-Down ATP Steps With Aluminum Railings(Standard Resuoom Cubes) ,f 4 F 4�: rAaL neY4_ , 13,F,^6 9X 20 . . . . . .. . ��.�. . . . . m � . . , aw., . :ee | i j « \ \CLICK HERE D__the_zw_, \ \CLICK HER m_«The Spec_. �ƒ . � « / �� . \ , a ���. �� 2 : ate . . . �. . . . . . . . . . . � . . . .. . . �. .. . . . . . . . . . ` 2! - PW,11 Srxhggr CA Recreation ation Depp.rarc- S RO i Palm Springs ADA +2 Bid specs u Structure Yes I No•Trailer shall contain three stalls- 1 men's room, 1-women's room,&1 unisex ADA compliant stall/•Trailer-unibody steel frame with a width of 6'to 8'and length of 16'to 20'/•Hydraulic trailer lowering system!•Electric Brakes I.2 5116"adjustable hitch I.5000 Drop leg jack/•DOT compliant 5116" safety chain/•SAE color coded electrical system I.4 stabilizer jacks with bubble levels/•-V4"marine^lywood _ T/G flooring/•Roof mount A/C!•Pre-finished white aluminum exterior/•ADA compliant landing,ramp,and i handrails I.2-Aluminum folding platforms with steps and handrails which lock in place I-2-34"commercial doors 1-36"commercial door(ADA Compliant)/10 Structure Yes/No•Interior/exterior LED lighting! Recessed night lights for doors!•300-350 gallon 3/8"polyedrylene holding tank I.314"fresh water inlet/•All �. walls and ceiling insulated I•Smooth mar/graffiti resistant laminated interior walls/•Non-skid rubberized k. flooring/•Porcelain water saving pedal flush toilet(porcelain urinal men's room)/•Solid surface sink top!•On demand hot water system/•Aluminum kick plates on doors/•Wall mounted towel dispenser and waste ii receptacle/•Shatter proof mirrors/•Water saver faucets/•Wall mounted soap dispensers/•1 V4"stainless hand and grab rails(ADA)/• Self-closing faucet with front push operation(ADA)I•Porcelain toilet bowl with wall mounted push button flush(ADA)I•High clearance sink(ADA)I•ADA Door closer/•Baby change station x' ! 1 �y I t. r4. E{{' y 7; F` {f. r F' f� ... .... . .. -.. r: vi! 3 wks St:R � ���feia !: is of 22 a 1 V'rA;ji SRI'IpgS CA nBCrBatlOp L:P.Rz^IOieiR el i I Pricing 3 t Trailer(s) NamaiDescnption.: Price i Qty I Subtotal 2015 Comfort Elite ADA+2 with Baby Changing ! I Station $37,930.00 :. __ ._.... ___...._ ...... ._._. _.. _._.._� $37,930.00 L3his is a custom order.Baby cnanging stations:an not be added to ai i existing nailer. :- Subtotal $37,930.00 Services - Name/Description Price Qty Subtotal Freight $2 10/Per Mile 2150 _. _ ..____..._. .. ._....._.. . ..i..... .. _......._ $4,515.00 i Subtotal $4,515:00. Total cost: $42,445.00 e. f 99pp@ E' .,S 1'I R ¢+P r Ext r iv � 'ac:b3c;'ftc at iczm`s is 23 t Pam slit inns CA Recreation Ck;parurent Bid Warranty j'. Your equipment,which has been manufactured,tested and inspected in accordance with carefully specified engineering requirements is warranted to the original owner to be free from defects in material and workmanship for the period of six(6)years depending on the brand/model,except as herein limited,from date of purchase.The obligation of this Warranty shall be limited to repairing or replacing any part or pans which,in the opinion of the company shall be proved detective in materials or workmanship ' under normal use and service during fie appropriate year(s)period commencing with the date of purchase.Jack rams,electrical wiring,glass sealants,doors,seals,locks,paint.plumbing,couplers and jacks are warranted for a period of one(1)year from the date of purchase.' 5 tz. Signed by: Y Palm Springs Recreation Date Department q i R Ji 3; s 1 F d€` ._... .......... F e a F toq4 !NU ni25Ytt p.Zr2t�.b-i,1 .. .. .. 24 6 � ,24 P M ro I u Palm Springs CA Recreation Department Bid Prepared For Marina Williams Palm Springs Recreation r s` Department Marina-Williams@palmspringsca gov 3200 East Tahquitz Canyon Way, Palm Springs Created By Teri Pahon Portable Restroom Trailers, LLC teri@portablerestroomtrailers.com f' F" 1n, �: NUf�ve-fi& oo (YenzYN j 25 I Palm Springs CA Recreation Depai Vuenl Bid Y ti tN: E Portable Restroom Trailers, LLC f Your Premium Source for New & Used Restroom Trailers! 't _., Thank you for your interest in Portable Restroom Trailersl We provide you with only the best restroom units and shower trailers, built by the top manufacturers of restroom trailers.Count on us m provide you with the best new and used portable restroom solutions. j' P Account owner:Ted Pahon Marina Williams Palm Springs Recreation Department 'f. 3200 East Tahqultz Canyon Way Palm Springs,CA92262 Marina.Williams@pafmspringsea.gov Hello,Marina :. I am sure that you will be impressed with the quality of our accommodations.Our world-class logistics team has extensive experience processing and delivering high-quality products to international locations.I will follow-up with you shortly to answer any questions pertaining to this custom quote. '.. Teri Ration Portable Restroom Trailers,LLC C Toll#(877)600-8645 Mobile:(330)565-9254 Email:ted@portablerestroomtrailers.com Comfort Elite ADA Handicap- Accessible Overview ' ADA Handicap- Accessible Overview PRT offers a lull line of ADA Handicap-Accessible Portable Restrooms Trailers to accommodate the needs of disabled users!Our cerfified line of ADA-compliant restroom trailers offers wheelchair-accessible facilities with enough maneuverability to account for users with special needs.The ADA Handicap-Accessible suite provides adequate room for a full 360 degree rotation of the �;. wheelchair.Non-slip accessibility ramps are also mmufactured to the specific grade required for easy wheelchair access.Each one of our ADA-compliant restroom trailers are engineered to function safely and efficiently.Marry of our ADA Handicap-Accessible restroom trailers also include additional restroom suites,making a combined facility solution for both handicap individuals and the ` general public. { Our full line of ADA Handicap-Accessible restroom trailers vary in size and can accommodate any number of users.Each unit . provides users with maximum privacy and abundant space.Our ADA-compliant line of restroom trailers are ideal for public use where wheelchair accessibility is legally required:however,our ADA Handicap-Accessible units are also are surprisingly perfect for private events such as a wedding where a large,roomy restroom interior is desired or as a family suite by those caring for small �. children or older adults that need special assistance. E In addition to their roomy interiors and accessibility features,our ADA Handicap-Acessible line of restroom trailers are carefully t designed with exterior layouts that will fit almost arry location.Our ADA-compliant restroom trailers are engineered by top a manufacturers to include all the necessary i accessibility features handicap individuals require.while still ptovrt)Ing`allY�+e c$ ��'`�+rk a clean,functional,private public restroom. f^` fa9v?iite' tusk;,nm Tra�teru J. Comfort Elite ADA + 2 26 Palm Springs CA Recreation Department Bid 1 1 ' ~L The Comfort Elite Series ADA+2 Standard Package Portable ReSbro0m Trailer is one of our most popular smaller ADA units. t featuring an attractive interior design complete with coordinating solid surface wuntertops and flooring)This unit is specifically designed to accommodate the needs of disabled users and can also be utilized as a family suite by(hose caring for small children or older adults that need special assistance.This unique floor plan includes 1 women's suite,1 men's suite,and 1 ADA unisex suite, each with a separate entrance and features a hydraulic lift system allows the entire restroom trailer and ramp to lower to the ground with the push of a button!The women's suite includes 1 water-saving china flushable toilet,wall-to-wall lockable vanity with large �. shatter-proof mirror,fug hand wash,and in-counter wastebasket with soap and paper-rowel dispenser and toilet-paper holder.The R men's suite includes 1 water-saving china flushable toilet and urinal,wall-to-wall lockable vanity with large shatter-proof mirror,full hand wash,and in-counter wastebasket with soap and paper-towel dispenser and toilet-paper holder.The ADA-compliant unisex suite includes 1 wheelchair-accessible sink,faucet,and door handle;and 1 water-saving china flushable toile[with mounted push button control module.This suite also allows for a full 360 turning radius for wheelchairs and additional assistance grab rails, k. important details that your guests will be sure to notice! i, ., STANDARD FEATURES -360 Gallon Waste Tank bE -106 Gallon Fresh Water Tank r< -Baby Changing Station ` -On Demand Hot Water(Hot Water Hand Wash) -High clearance Preformed Sink(ADA Compliant) -Self-Closing Faucet With Front Push Operation -Soap Dispenser Shatter Proof Mirror :r -Ceramic China Bowl Toilet With Wall Mounted Push Button Rush(ADA compliant) a:-Toilet Paper Holder W: a�E -Paper Towel Dispenser k.-Waste Basket }[ Smooth,Mar-Resistant Laminated Interior Walls 1-Piece,Non-Skid Rubber Floor 1-Piece Ceiling With Built In Air Supply&Air Return -Well Mounted Thermostat '--36`W Entry Door(Exceeds ADA Requirements) -interior Turning Radius And Exterior Landing Turning Radius Exceeds ADA Requirements -Hand Rails And Grab Bars Are 1i4"Stainless Steel(ADA Compliant) fry' -LED Porch Light&Occupancy Indicator Light -3"Quick Connect Waste Tank Access Valve k'i -1"Water Tank Wash Out Plug -Fresh Water Hook-Up -20 AMP Motor-Base Receptacle -Roof Mounted Low Profile A/C -ADA Ramp System With 134"Stainless Steel Railings -Fold-Down ATP Steps With Aluminum Railings(Standard Restroom Cubes) It L _.. k Et Mobd>:Rog,iCatiS Ta�laGs a 27 I Palm Springs CA Recreation Depailment Bid i I i s' Sr 3q¢q¢ 4 -. CLICK HERE to Download the Product Brochurel f. g CLICK HERE to Download The Spec Sheet! j I I I k ; pp6- t V' p i vrn aiTCYS brie= es ao.. Di K 5 28 i s Palm Springs CA Recreation Department Bid Palm Springs ADA +2 Bid specs Structure Yes/No•Trailer shall contain three stalls-1 men's room, 1-women's room,&1 unisex ADA compliant stall/•Trailer- unibody steel frame with a width of 6'to V and length of 16'to 20'/•Hydraulic trailer lowering system/•Electric Brakes/•2 S/16"adjustable hitch I.5000 Drop leg jack I•DOT compliant 5/16" .. safety chain 1•SAE color coded electrical system I.4 stabilizer jacks with bubble levels/•YA"marine plywood T/G flooring I•Roof mount A/C/•Pre-finished white aluminum exterior I•ADA compliant landing,ramp,and handrails/•2-Aluminum folding platforms with steps and handrails which lock in place/•2-34"commercial doors 1-36"commercial door(ADA Compliant)110 Structure Yes/No•Interior/exterior LED lighting/ Recessed night lights for doors/•300-350 gallon 3/8"polyethylene holding tank/•314"fresh water inlet/•All walls and ceiling insulated/•Smooth mar/graffiti resistant laminated Interior walls/•Non-skid rubberized I flooring/•Porcelain water saving pedal flush toilet(porcelain urinal men's room)/•Solid surface sink top/•On demand hot water system I•Aluminum kick plates on doors/•Wall mounted towel dispenser and waste receptacle 1•Shatter proof mirrors/•Water saver faucets 1•Wall mounted soap dispensers!•1 VV stainless hand and grab rails(ADA)/•Self-closing faucet with front push operation(ADA)!•Porcelain toilet bowl with +i wall mounted push button flush(ADA)/•High clearance sink(ADA)/•ADA Door closer/•Baby change station Y ry C D; a` S t� ji j'. �L j_ C f p ^3:.atfi3:ft3}Srcdn ' k 29 Palm Springs CA Recreation Department Bid k. r Pricing Tralier(s) iI NamelDescnpu on rice I btotalP Qty 2015 Comfort Elite ADA+2 with Baby Changing I i 1 This is a custom order.Bab changing stations can not be added to an existtiin00trailer { $3T930.00 Station Y 9 9 ' Subtotal i $37,630.00 Services NamelOescnptton— — — ` `_.--- — Price Qty Subtotal -- - -- -j I Freight $210/Per Mlle ' 2150 ! Subtotal: $4,515.00 5 Total cost: $42,445.00 F. oc yg F- C: 4' F. r r:e P Sob}}�.idt f-obrrr4i arras �w fi 30 Palm Springs CA Recreation Depanment Bid Warranty Yom equipment,which has been manufactured.tested and inspected in accordance with carefully specified engineering E requirements is warranted to the original owner to be free from defects in material and workmanship for the period of six(6)years depending on the brandhnodel.except as herein limited,from date of purchase.The obligation of this Warranty shall be limited to repairing or replacing any part or parts which,in the opinion of the company shall be proved defective in materials or workmanship €: under normal use and service during the appropriate year(s)period commencing with the date of purchase.Jack rams,electrical wiring,glass sealants,doors,seals,locks,paint,plumbing,couplers and jacks are warranted for a period of one(1)year from the date of purchase." r: k E. i `r,= Signed by: I Palm Springs Recreation Department Date Y s r is r r tc!:N,a.Krsx aom Tru'hts .. .. .. .. .........._...... 31