INVITATION TO BID

COUNTY SANITATION DISTRICTS OF LOS ANGELES COUNTY 1955 Workman Mill Road Whittier, California 90601 (562) 908-4288 FAX: (562) 699-8665

The County Sanitation Districts of Los Angeles County invites your bid on the items described below. Please fill in all blank spaces.

Fa1 "I ure t o comp Ie t e th"IS f orm .m 1"t s en f 1re[yt may resu It.m reJec. f 1on o fth e b"dI . DATE: NOVEMBER 28, 2017 I TIME BID DUE: 11:00 A.M. BID DUE DATE: THURSDAY, DECEMBER 14,2017 CONTACT: MARTHA MENDEZ/jl TELEPHONE: (562) 908-4288, EXTENSION 1404

BID NO.: 03682 BID TITLE: FURNISH AND DELIVER PLASTIC AND FOR DISTRICTS' F. 0. B. POINT: DESTINATION I DELIVERY PROMISE: TERMS: NET 30 LINE QTY UNIT DESCRIPTION UNIT PRICE TOTAL BID

Furnish and deliver plastic and glass containers to various Districts' locations per Districts' Specifications dated November 2017. Provide the unit price for each item listed . The unit price must correspond with the Unit of Measure (UOM) listed for each item. Bidders are to bid on each line. Bidders must provide the manufacturer name and part number for each item .

1 10 cs NARROW MOUTH 250 ML AMBER GLASS BOSTON ROUND $ $ WITH TEFLON LINED CLOSED CAP CLASS 3000 PRECLEANED & ASSEMBLED TO EPA PROTOCOL AND QUALITY ASSURANCE ANALYZED CS=12 (DISTRICTS' ITEM #58348)

Manufacturer:

Manufacturer's part number:-

2 10 cs BOTTLE NARROW MOUTH 500 ML AMBER GLASS BOSTON ROUND $ $ WITH TEFLON LINED CLOSE CAP CLASS 3000 PRECLEANED & ASSEMBLED TO EPA PROTOCOL AND QUALITY ASSURANCE ANALYZED CS=12 (DISTRICTS' ITEM #58349)

Manufacturer:

Manufacturer's part number:

3 120 cs BOTTLE WIDE MOUTH 1 L AMBER GLASS WITH TEFLON LINED $ $ CLOSED CAP CLASS 3000 PRECLEANED & ASSEMBLED TO EPA PROTOCOL AND QUALITY ASSURANCE ANALYZED CS=12 (DISTRICTS' ITEM #58116)

Manufacturer:

Manufacturer's part number:

4 100 cs BOTTLE WIDE MOUTH 250 ML HIGH DENSITY $ $ PLASTIC WITH FOAM LINED CAP CLASS 3000 PRECLEANED & ASSEMBLED TO EPA PROTOCOL AND QUALITY ASSURANCE ANALYZED CS=24 (DISTRICTS' ITEM #58121)

Manufacturer:

Manufacturer's part number:

(Continued on Page 2) INVITATION TO BID, continued

LINE QTY UNIT DESCRIPTION UNIT PRICE TOTAL BID

5 670 CS BOTTLE WIDE MOUTH 500 ML HIGH DENSITY POLYETHYLENE $ $. ____ PLASTIC WITH FOAM LINED CAP LOW ZINC CLASS 3000 PRECLEANED & ASSEMBLED TO EPA PROTOCOL AND QUALITY ASSURANCE ANALYZED CS=12 (DISTRICTS' ITEM #58035)

Manufacturer: ------Manufacturer's part number:______

6 600 CS BOTTLE WIDE MOUTH 1 L HIGH DENSITY POLYETHYLENE PLASTIC $___ _ $. ____ WITH FOAM LINED CAP LOW ZINC CLASS 3000 PRECLEANED & ASSEMBLED TO EPA PROTOCOL AND QUALITY ASSURANCE ANALYZED CS=12 (DISTRICTS' ITEM #58034)

Manufacturer: ------Manufacturer's part number:______

7 50 CS BOTTLE WIDE MOUTH 2 L HIGH DENSITY POLYETHYLENE PLASTIC $. ____ $. ____ WITH FOAM LINED CAP CLASS 3000 PRECLEANED & ASSEMBLED TO EPA PROTOCOL AND QUALITY ASSURANCE ANALYZED CS=6 (DISTRICTS' ITEM #58117)

Manufacturer: ------Manufacturer's part number:______

8 200 CS BOTTLE WIDE MOUTH 500 ML TALL CLEAR GLASS WITH TEFLON $. ____ $. ____ LINED CLOSED CAP CLASS 3000 PRECLEANED & ASSEMBLED TO EPA PROTOCOL AND QUALITY ASSURANCE ANALYZED CS=12 (DISTRICTS' ITEM #58032)

Manufacturer: ------Manufacturer's part number:. ______

9 10 CS CUBITAINER 1 L POLYETHYLENE WITH MOLDED HANDLE & $. ____ $. ____ POLYETHYLENE LINED CAPS CLASS 3000 PRECLEAN ED & ASSEMBLED TO EPA PROTOCOL AND QUALITY ASSURANCE ANALYZED CS=12 (DISTRICTS' ITEM #58480)

Manufacturer: ------Manufacturer's part number:______

10 90 CS CUBITAINER 4 L POLYETHYLENE WITH MOLDED HANDLE & $ ____ $. ____ POLYETHYLENE LINED CAPS CLASS 3000 PRECLEAN ED & ASSEMBLED TO EPA PROTOCOL AND QUALITY ASSURANCE ANALYZED CS=12 (DISTRICTS' ITEM #58033)

Manufacturer: ------Manufacturer's part number:______

11 50 CS SHORT WIDE MOUTH 500 ML CLEAR WITH TEFLON LINED $. ____ $. ____ CLOSED CAP CLASS 3000 PRECLEANED & ASSEMBLED TO EPA PROTOCOL AND QUALITY ASSURANCE ANALYZED CS=12 (DISTRICTS' ITEM #58372)

Manufacturer: ------Manufacturer's part number:______

(Continued on Paqe 3) 2 INVITATION TO BID, continued

LINE QTY UNIT DESCRIPTION UNIT PRICE TOTAL BID

12 100 CS JAR SHORT WIDE MOUTH 1 L CLEAR GLASS WITH TEFLON LINED $ $ ____ CLOSED CAP CLASS 3000 PRECLEANED & ASSEMBLED TO EPA PROTOCOL AND QUALITY ASSURANCE ANALYZED CS=12 SCIENTIFIC (DISTRICTS' ITEM #58119)

Manufacturer: ------Manufacturer's part number:.______

13 75 CS 2.5 L AMBER GLASS BOSTON ROUND WITH TEFLON LINED $ ____ $. ____ CLOSED CAP CLASS 3000 PRECLEANED & ASSEMBLED TO EPA PROTOCOL AND QUALITY ASSURANCE ANALYZED CS=6 SCIENTIFIC (DISTRICTS' ITEM #58120)

Manufacturer: ------Manufacturer's part number:.______

14 150 CS JUG 4 L AMBER GLASS BOSTON ROUND WITH TEFLON LINED $. ____ $. ____ CLOSED CAP CLASS 3000 PRECLEANED & ASSEMBLED TO EPA PROTOCOL AND QUALITY ASSURANCE ANALYZED CS=6 (DISTRICTS' ITEM #58031)

Manufacturer:------

Manufacturer's part number :· ------'------

15 50 CS JUG 4 L HIGH DENSITY POLYETHYLENE PLASTIC WITH FOAM LINED $. ____ $. ____ CAP CLASS 3000 PRECLEANED & ASSEMBLED TO EPA PROTOCOL AND QUALITY ASSURANCE ANALYZED CS=12 SCIENTIFIC (DISTRICTS' ITEM #58118)

Manufacturer: ------Manufacturer's part number:.______

TOTAL BID: $. ____

NOTE: ALL BIDDERS MUST COMPLETE THE SIGNATURE BELOW. TO:

Signature/Title

Company

Date Submitted Vendor Telephone No.

THIS INVITATION TO BID SUBJECT TO ATTACHED TERMS AND CONDITIONS

3 COUNTY SANITATION DISTRICTS OF LOS ANGELES COUNTY

SPECIFICATIONS TO FURNISH AND DELIVER PLASTIC AND GLASS CONTAINERS FOR DISTRICTS' LABORATORIES

NOVEMBER 2017

1.0 INTRODUCTION

The County Sanitation Districts of Los Angeles County (Districts) is a special district that serves the wastewater treatment and solid needs of its seventy-eight cities and unincorporated territories within Los Angeles County. The Districts own, operate, and maintain over 1,300 miles of main trunk sewer lines, eleven wastewater treatment plants, two active landfills, four closed landfills, two solid waste-to-energy facilities, three transfer/processing facilities, one center, and four energy recovery facilities.

The Districts operate two primary Water Quality Laboratories and smaller laboratories at each of the water reclamation plants. The section is committed to providing quality analytical services to support Districts' research and regulatory compliance programs. Analytical services consist of Air Chemistry, Biology, Metals, Organics- pesticides, semi-volatiles, and volatiles test methods.

2.0 SCOPE

The Districts' objective is to establish a Blanket Purchase Order Agreement (Agreement) with one supplier to provide and for the Districts' laboratory facilities. Orders shall be placed directly with the supplier by authorized Districts' personnel and delivered to the location specified. The successful bidder shall maintain sufficient local inventory of the items listed in the Invitation to Bid documents to effect timely delivery to Districts' locations.

3.0 TERM OF AGREEMENT

The initial term of the agreement shall be for one year from the date of the purchase order. The Districts may, upon mutual consent with the supplier, extend the agreement for two (2) additional one-year periods.

4.0 QUANTITIES

The Districts makes no guarantee of usage of bid items with regard to quantity or type of product ordered. The quantities listed in the Invitation to Bid are estimated quantities only based on historical usage and may or may not be met or exceeded. The successful bidder shall provide bid items at the unit price bid regardless of quantity ordered.

The Districts reserve the right to add or delete items and to increase or decrease the quantities of any item during the agreement period. 5.0 DELIVERY

All prices shall be F.O.B. Destination, delivered to the requesting facility and include all transportation and unloading charges. The Districts shall not allow minimum delivery or order requirements from a supplier.

Primary delivery locations are listed below. This list is not all-inclusive and supplier shall make deliveries to any Districts' location requesting goods with no additional fees or charges for transportation, shipping, handling, or delivery.

Primary Delivery Addresses:

Joint Water Pollution Control Plant Warehouse 24501 South Figueroa Street Carson, CA 90745 (Time: 7:30a.m. to 2:30p.m.)

Puente Hills Warehouse 13130 Crossroads Parkway South City of Industry, CA 90746 (Time: 7:30a.m. to 2:30p.m.)

San Jose Creek Water Reclamation Plant 1965 Workman Mill Road Whittier, CA 90601

6.0 BID ITEMS

The items listed on the Invitation to Bid form are routinely used throughout the Districts in the normal course of business. The specifications set forth for each item is the minimum requirement of bottles and jugs determined by the Districts Laboratories. The Districts shall make the final determination whether or not the proposed items offered are acceptable.

7.0 SAMPLES

Upon request by the Districts, bidders shall provide, at no expense to the Districts, samples of items. Requested samples shall be provided within five (5) business days of Districts' request. If not destroyed by tests, samples will be returned to bidder upon request and at bidder' s expense.

Upon submitting samples each item sample shall be tagged or otherwise identified with the following information, and then securely bundled together.

1. Company Name 2. Districts' Item number 3. Description 4. Name of manufacturer of product being submitted 5. Manufacturer' s part number of product being submitted

2 7.1 Method of Submittal

All proposed items shall be submitted in one box/parcel/. No loose or individual samples will be accepted. The container shall be clearly marked on the outside with your company name, Districts' Invitation to Bid Number. All samples must be delivered to the Districts' Purchasing Office. Samples delivered to any other location or individual will not be considered. The Districts will not be responsible for any costs associated with submittal of sample items.

7.2 Evaluation

The Districts' Laboratory Section has the responsibility for evaluation and approval of any and all proposed item on the Invitation to Bid form. The Laboratories may conduct visual inspections or elect to laboratory field tests to determine the quality of product submitted for consideration. The decision to accept or reject any proposed item rests solely with the Districts and is final.

8.0 UNIT OF MEASURE/UOM

The unit of measure stated in the bid documents is the Districts' unit of measure associated with the bid item. Bidders shall bid strictly in accordance with the UOM stated. If the (CS) quantity is different than shown on the line description, bidder must specify the case quantity.

9.0 BID SUBMITTAL

Bidders shall complete all blank spaces within the Invitation to Bid form. Bidders shall indicate manufacturer's name and part numbers for each item.

Bids shall be submitted in a sealed no later than 11:00 a.m. on Thursday, December 14, 2017. Bids shall be addressed as follows:

County Sanitation Districts of Los Angeles County Attn: Martha Mendez- Purchasing Section 1955 Workman Mill Road Whittier, CA 90601

The bid number and bid title must be clearly marked on the outside of the envelope. Late bids will not be considered and will be returned, unopened to the bidder. It is the bidder' s responsibility to ensure timely delivery of its bid.

10.0 BID PRICING

Unit prices bid shall be valid for a period of ninety (90) days from the bid date. Prices shall remain in effect for one year from date of purchase order.

Bidders may provide offers for multi-year pricing for consideration by the Districts. Bidders shall provide, on their letterhead, a letter detailing the multi-year price formula or a maximum escalation percentage for additional years. The Districts may or may not, at its option, award a multi-year agreement.

3 11.0 AWARD OF ORDER

The Districts shall award an order to the low, responsive, responsible bidder as determined by the Districts. The Districts reserves the right to award a purchase order that will best meet the needs of the Districts.

12.0 ORDERING METHOD

Once a Blanket Purchase Agreement has been issued by the Districts' Purchasing Section, individual sites (primarily warehouses) will place orders directly with the supplier. Orders will be placed by telephone, facsimile, or email and will reference the Blanket Purchase Agreement Number and a Purchase Order Number. Both numbers must appear on all packing slips and mvmces.

13.0 CANCELLATION

The Districts reserves the right to cancel any purchase order resulting from this Invitation to Bid for good cause and upon presentation of written notice of said cancellation.

4 NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER

I, ______, declare, as follows: lam the ______of ______the party making the attached bid.

I know of my own personal knowledge and declare under penalty of perjury, that the attached 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 colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone will 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 its bid price or any breakdown of the bid price, or the contents of his bid, or divulged information or data relative to its bid, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent of any such corporation, partnership, company, association, organization, or bid depository to effectuate a collusive or sham bid.

I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct.

(Date)

(Location)

(Signature of Bidder) COUNTY SANITATION DISTRICTS OF LOS ANGELES COUNTY 1955 Workman Mill Road Whittier, California 90601-4998 (562)908-4288 FAX: (562) 699-8665 TERMS AND CONDITIONS

1. All bids must be submitted on the attached form . Bids shall be submitted in a sealed envelope 14. Invoices in duplicate for orders resulting from this Invitation to Bid must be made to "County no later than the time and date stated on the bid form. The bid number and bid title shall be Sanitation District of Los Angeles County" and forwarded promptly to P. 0 . Box 4998, Whittier, clearly marked on the outside of the envelope. California 90607. Invoices must bear upon their face applicable purchase order numbers and must state that same covers complete or partial delivery, as the case may be. Invoices will not The bidder shall state in figures (not words) the unit prices for which he proposes to supply and be audited or approved for payment unless and until these requirements have been fully met. deliver the material/services described herein and shall segregate his bid in accordance with the When price shown is a delivered price, all transportation and delivery charges must be prepaid items shown. in full to destination. In the event that a discrepancy occurs between the unit price and the total lump sum price, the 15. Price increases related to items covered by contracts/blanket orders resultant from this Bid unit price shall prevail and the total lump sum price shall be corrected accordingly. Invitation will not be considered unless so stated in the specifications accompanying this Bid All blank spaces in this Invitation to Bid form must be properly filled in using ink, indelible pencil Invitation. or typewriter and the phraseology of the form must not be changed; no additions are to be made SERVICES INVOLVING CONSTRUCTION AND/OR to the items mentioned herein. LABOR AND MATERIAL ARE SUBJECT TO THE FOLLOWING CONDITIONS: 2. Any unauthorized conditions, limitations or provisions attached to this Invitation to Bid form may 16. All bidders are responsible for inspecting the proposed jobsite. be considered good cause for its rejection. 17. Each bid must be on a District form and a certified or cashier's check or bid bond with an 3. If a bidder wishes to withdraw his Invitation to Bid he may do so without prejudice to himself by delivering a notice of withdrawal in writing to the officer who holds it at any time before the time CapRG~ny~reP.RE' a m nt equ a ntoullmati t t I i•. EfEngelesua hat the fixed for the opening of bids. bi sf will · a tra · · ent for furnishing all labor, material, equipment and tools may be required. See Bid Invitation for 4. No bids received after the time set for the opening or at a place other than that designated for specific requirement. the opening of the Bid, will be considered. 18. The successful bidder will be required to file certificates of contractor's liability and Workers 5. The right is reserved to reject any and all bids, to award one part and not another, and to waive Compensation insurance. technical defects as the interests of the District may require. In the event of any such rejection , the Districts shall not be liable for any costs incurred in connection with the preparation and 19. submittal of a bid. Bidders are invited to be present at the opening of the Invitations to Bid. 20. 6. Unless otherwise specified and excepting works of construction or works involving labor and materials, which are tax inclusive, the prices quoted herein shall not include California State Sales or Use Tax. 21 . Bidders will be required to comply with the President's Executive Order No. 11246.

7. No charges for transportation , containers, packing, etc. will be allowed unless so specified in this 22. Pursuant to applicable provisions of the Labor Code of the State of California, not less than the Invitation to Bid. general prevailing rate of per diem wages and not less than the general prevailing rate of per 8. In case of default by the vendor, the County Sanitation Districts of Los Angeles County may diem wages for legal holiday and overtime work for each craft or type of workman needed to procure the articles or services from other sources and may deduct from unpaid balance due the execute the work contemplated under this agreement, as ascertained by the Director of the vendor or may collect against the bond or surety for excess costs so paid, and the prices paid by Department of Industrial Relations, be paid to all workers employed on the work by the the County Sanitation Districts of Los Angeles County shall be considered the prevailing market Contractor or by any subcontractor doing or contracting to do any part of the work. A copy of the listing of the general prevailing wage rates may be obtained from the State of California price at the time such purchase is made. Department of Industrial Relations Division of Labor Statistics and Research, Prevailing Wage 9. Cost of inspection on deliveries or offers for delivery which do not meet specifications, will be for Unit, P.O. Box 420603, San Francisco, California, 94142-0603, or by, visiting their website at the account of the vendor. www.dir.ca.gov.

10. The vendor shall hold the County Sanitation Districts of Los Angeles County, it's officers, agents, 23. This is a public works project subject to the prevailing wage requirements of the California Labor servants and employees harmless from all costs, liabilities, or damages of any nature or kind on Code, Division 2, Part 7, Chapter 1. No contractor or subcontractor may be listed on a bid account of use of any copyrighted, or uncopyrighted composition, secret process, patented or proposal or awarded a contract or subcontract for this project unless it is registered with the unpatented invention, articles or appliance furnished or used under this Invitation to Bid. Department of Industrial Relations and pays the required $300 registration fee pursuant to Labor 11. The vendor will not be held liable for failure or delay in the fulfillment if hindered or prevented by Code Section 1725.5. This project is subject to compliance monitoring and enforcement by the fire, strikes, or Acts of God. Department of Industrial Relations. 12. Orders resulting from this Invitation to Bid are subject to California State Sales or Use Tax and 24. Services/work requested by this Invitation to Bid may be subjected to and may be required to County and Municipal Taxes, if applicable. conform with Standard Specifications for Public Works Construction, 2015 Edition and County Sanitation District of Los Angeles County Amendments thereto dated December, 2015. Refer to 13. The Districts reserve the right to cancel contracts resulting from this Invitation to Bid for good Invitation to Bid for determination. cause upon presentation of written notice of said cancellation.