Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-98-3561 Temp. Reso. #8452, November 12, 1998 1 Revision 1, December 2, 1998 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-98- - 6-6 A RESOLUTION OF THE CITY COMMISSION AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO PURCHASE ONE (1) VAC -CON V312LHA/1300 COMBINATION SEWER CLEANER UNIT FROM SOUTHERN SEWER EQUIPMENT SALES, UTILIZING THE CITY OF OCALA, FLORIDA'S BID NUMBER B2496, AS APPROVED IN THE FY99 BUDGET, IN AN AMOUNT NOT TO EXCEED $184,965.00, WITH FUNDING FROM THE APPROPRIATE UTILITIES OPERATIONAL ACCOUNT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Maintenance Division of the Utilities Department maintains 140 miles of sanitary sewer mains and 73 wastewater pump stations; and WHEREAS, to effectively convey wastewater flows from the customers and businesses in Tamarac to the Broward County Wastewater Pump Stations, it is imperative that the City's sanitary sewer mains are cleaned of debris which can cause blockages and overflows; and WHEREAS, the purchase of a VAC -CON V312LHA/1300 Combination Sewer Cleaner Unit will enable the high pressure hydraulic cleaning and removal of debris Temp. Reso. #8452, November 12, 1998 2 Revision 1, December 2, 1998 from the City's sanitary sewer mains and wastewater pump stations. WHEREAS, the City Commission approved funds in the FY99 budget to purchase a Combination Sewer Cleaner Unit; and WHEREAS, the Director of Utilities and Purchasing/Contract Manager have chosen to utilize the City of Ocala, Florida's Bid Number B2496, (attached hereto as "Exhibit 1 ") as provided under City Code Section 6-155; and WHEREAS, Southern Sewer Equipment Sales has extended a per unit price from the City of Ocala, Florida's Bid Number B2496 to the City of Tamarac, (attached hereto as "Exhibit 2"); and WHEREAS, the Director of Utilities and the Purchasing/Contracts Manager recommend the purchase of a Combination Sewer Cleaner Unit from Southern Sewer Equipment Sales; and WHEREAS, the City Commission of the City of Tamarac, Florida, deems it to be in the best interest of the citizens and residents of the City of Tamarac to purchase a Combination Sewer Cleaner Unit, from Southern Sewer Equipment Sales. 1 Temp. Reso. #8452, November 12, 1998 3 Revision 1, December 2, 1998 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this resolution. SECTION 2: That the purchase of a VAC -CON V312LHA/1300 Combination Sewer Cleaner Unit at an amount not to exceed $184,965.00, to be purchased from Southern Sewer Equipment Sales, utilizing the City of Ocala, Florida's Bid Number B2496, is hereby approved. SECTION 3: The City Commission approved funds in the FY99 budget for the purchase of a Combination Sewer Cleaner Unit. SECTION 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or 1 u Temp. Reso. #8452, November 12, 1998 4 Revision 1, December 2, 1998 invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this�day of , ATTEST: CAROL GOLD, CMCIAAt CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as SL/mg ITCHELL(V. KRAFT CITY ATTORNEY JOE SCHREIBER MAYOR RECORD OF COMM MAYOR LQ!!—REIBER DIST 1: COMM. MCKAYE DIST 2: V/M MISHKIN DIST 3: COMM. SULTANOF DIST 4: COMM. ROBERT& NVV-1 is UO wtu u3 : 1 n rl I u 1 r T Vr VlihLm ruKlirlliz)1 NU r Mh Nu. 3!)e .i!) 1 b 11 u r. uz EXHIBIT 1 J CITY OF OCALA Interdepartmental Correspondence Aoril 14, 1998 TO: James W. Crosbv, Purchasing Director Sw&, FROM: Connie CheSSer, Buver SUBJECT: Bid #R2.496 -- Combination Sewer Truck Bid Invitations were sent to 12 vendors. We received 4 responses. Gavin, Heavy Truck Shop Foreman and I have Bob subject bids and Pierce, Florida in thoroughly reviewed recommend the 3rd low bid to Southern Sewer of the the Ft amount Of $179,500.00. Low bidder Pat's bidder Vac -Con Inc PUMP & Blower Of Green Cove of Orlando, Springs, Flor'Florida, low M the specifications as outlined in notd meet the bid. Recommended vendor has a Drug Free Workplace Affidavit on file. lma ti APPROVED J ? . DA'PE° L • ,( , r /,"\ n _ 4 C] *B2496 - COMBINATION SEWER TRUCK 4:00 P.M., TUESDA'Y, APRIL 7,1998 "Offer, from the veadom listed herein are the only offers received timely aas of the above o eaindate and time. AU Other offer submitted is re.^ we to this solicitation, if =1 ue rnbp rejected as Iate." M COMBINATION Sl A VER TRUCK I FA ^�PATS PUMP 8. vol"ONVE'lt 6300 W ClIU II S'T' $174,034.00 01k) ,N100, Pl. 31105 SOUTI ILAV4 SEAM", UQUIP 3409 1 N I )USTRIAl, 27"rI i ST $179,500.00 11" PII I:CI?, 111, 34946 l;"III�I't'1' EQUIP, INC 318 it[-AGUSON DR. #4 $198,500.00 C)RI.j1\(l)0, fl, 32805 VAC —CON, INIC 969 1 IALL PARK DR $177,455.00 ('4WI I:N (:OW SPR, 0, 32043 VENDORS: REPLU.7S. 4 NO BIDS. VANTAGE EQUIPMENT— NOREPT.IES: R OPJDA MMCIPAL EQUIP. GFaNL•RAL C*MC SALES Im IIARI)EI`s EQUIPMENT MOODY TRUCK CENTPR MUNICIPAL SAM & LFASING PI:ARC)OY TOM NE -(IL GMC TRUCK DRUG-F'REB V.4 A Y Y Paco 1 FLORIDA SALES TAX EXEMPTION NO. 52-20-024837-54C ACCT. CODE AMOUNT/ITEM ACCT. CODE AMOUNT/ITEM 86-30--302^-590--61 4 00 1-19500. 00 5 2 6 3 y 4 _. 8 *.o.# 43486 VENDOR BY PURCHASING DIRECTOR a*& ei Mnnr us o .�.. 0N COuNTY�a / 0 &4r' ge'6elak • 0 CENTRAL PURCHASING DEPARTMENT P.O. BOX 1270, OCALA, FLORIDA 34478-1270 PHONE: (352) 351-6700 Fax: (352) 351-6710 INVITATION TO BID #B2496 March 20, 1998 Sealed bids will be received by the Purchasing Department for the City of Ocala, Florida, at the Central Purchasing Building of the Municipal Services Complex, 2100 N.E. 30th Avenue, up to 4:00 P.M,,. Tuesciay. Anr11 7. 1998 at which time and place all bids will be publicly opened and read aloud. NO EXCEPTIONS TO OPENING TIME WILL BE ALLOWED. The bids shall be for furnishing the following described: All bids shall be addressed to James W. Crosby, Purchasing Director, City of Ocala, P.O. Box 1270, Ocala, Florida 34478, and plainly marred on the sticker enclosed, 4B2496: COMBTNA T TQNSEWER T RHCK" to be opened at: L OO .P - 0 Tuesday. April 7. i 998 _-' Any questions relative to any items) or portion of this Invitation to Bid should be directed to Connie Chesser, Buyer (352-351-6700). If reasonable accommodations are needed for you to participate in this meeting, please call the Purchasing Department (352-351-6700) 48 nours in advance so arrangements can be made. PLEASE FILL OUT ENCLOSED STICKER & ATTACH TO YOUR RETURN ENVELOPE. lma CITY Or OCALA, FLORIDA to 4 a4m") James W. Crosby Purchasing Director • • The top management officials of the City of Ocala, Florida, recognize the legal and moral responsibility to serve all the community;s citizens by practicing equal employment opportunity. All people, regardless of race, color, religion, sex, nation origin, age, marital status, or Physical handicap, have equal opportunity to compete for positions with the City and to be Judged on the basis of their individual capabilities. This policy of non-discrimination is not merely neutral, but will be implemented by a positive, results -oriented program of affirmative action. This program will benefit the City through the efficient utilization, development, and management of human resources. This affirmative Action Plan represents a sound approach to the fulfillment of equal opportunity for all citizens in all segments of City government and will affect all departments of the City and all employment practices, including (but not limited to) recruiting, testing, hiring, transfer, promotions, training, compensations, benefits, layoff, and termination. All managerial and supervisory personnel share in the responsibility for implementing this program. Management performance in the area of affirmative action will be evaluated in the same manner that performance on other assigned duties is evaluated. Human Resources Director, Carolyn Ingham, has been appointed as affirmative Action Officer and will administer the Affirmative Action Plan. It is the responsibility of her office to make periodic reports to the City Manager regarding all matters concerned in the area of affirmative action and equal opportunity. By action of the City Council, the City of Ocala undertakes this program voluntarily to assure that equal employment opportunity is more than Just an idea and is now an operational fact. Mary S. Rich, President Ocala City Council 2 Scottv J. Andrews City Manager The bidders, hereby declare that they have carefully read this Request for Bid and its provisions,, terms and conditions covering the equipment, materials, supplies or services as called for, and fully understand the requirements and conditions. We certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, entity, or person submitting a bid for the some goods/services (unless otherwise specifically noted), and is in all respects fair and without collusion or fraud. We agree to be bound by all of the terms and conditions of this Request for Bid and certify that we are authorized to sign this bid for the bidder. We further agree to furnish and deliver as indicated, FOB CITY Or OCALA FACILITY LOCATION, with all transportation charges prepaid, and for the prices quoted thereon as follows: It is the bidder's responsibility to assure that your bid is delivered at the proper time to the Purchasing Office or specified location. Bids which for any reason are not so delivered will not be considered. Any/All bids received after the date and time specified will not be accepted. The City of Ocala is not responsible for the U.S. Mail or private couriers in regards to mail being delivered by the specified time so that a proposal can be considered. All bid sheets must be executed and submitted in a sealed envelope. The face of the envelope shall contain. in addition to the Citv's address, the date and time of the bid opening and the bid number. Bids not submitted on the attached Bid _.Reisgonse Form may be rei acted -Ail bids are subject to the conditions specified herein. Those which do not comply with these conditions are subject to rejection. ADDITIONAL OR ALTERNATE BIDS, unless specifically requested, WILL NOT BE ACCEPTED. All bids must contain a manual signature of the authorized representative of the bidder in the space provided on the Bid Response Form. All bids must be typed or printed in ink. The bidder should not use erasable ink. All corrections made to the bid by bidder must be initialed. A respondent who is on the bid mailing list, but who decides not to submit a bid, must still respond by returning only the Bid Response Form, marking it "NO BID" and explaining the reason in the space Provided. Failure to respond three (3) times in succession without justification shall be cause for removal of the suppliers name from the bid mailing list. NOTE: To qualify as a response, a bidder must submit the Bid Response Form marked "NO BID" and explain the reason for the "NO BID". The form must have a manual signature and companv name, and must be received as tier the paragraph named "BID OPENING". 3 j ;VIIna►AlI1Y Ina IN • 5. The evaluation of bids and the determination as to equality of Products offered shall be the responsibility of the City, and will be based on information furnished by the bidder. Bid prices shall be firm for a period of one (1) year from date of this bid opening unless otherwise specified by bidder, and shall not be amended after the date and time of the bid opening. Any attempt by the awardee to amend said bid prices shall constitute default as outlined in this specification. :SitjtTAM Bidders shall furnish complete and detailed Bid Data as specified on the Request for Bid Form. Bids furnished without data, or incomplete submissions may be rejected at the discretion of the City. Exceptions to the requirements, if any, shall be noted in complete detail. Failure by the bidder to detail each exception to a bid specification or requirement results in the bidder being required to meet each specification or requirement exactly as stated. The City reserves the right to make award(s) by individual item, aggregate or none, or a combination thereof; with one or more suppliers; to cancel the bid, reject any and all bids or waive any minor irregularity or technicality in bids received. When it is determined there is no competition to the lowest responsive bidder, evaluation of other bids is not required. Bidders are cautioned to make no assumptions unless his/her bid has been evaluated as being responsive. The City reserves the right to make an award to more than one bidder. A contract will be awarded, if at all, within sixty (CC) days after opening of the bids. The City further reserves the right to not make any award(s) under this bid. No changes, over the contract/award period, shall be permitted unless prior written approval is given by the Purchasing Director and, where applicable, confirmed through formal acceptance by the City Council. MM-t MI we M*T.-H a init so)t In the event of default by the awarded vendor, the City reserves the right to utilize the next rated bidder meeting specifications as the new vendor. In the event of this occurrence, the next rated bidder meeting specifications shall be required to provide the bid items at the prices as contained on their proposal or bid for this specification. .` 4 Bid summaries with notice of award(s) or intended oward(s) will be posted for review by interested parties at the location where aids were opened for a period of seventy-two (72) hours after the bid opening. Interested parties may inquire by mail, enclosing a stamped self-addressed envelope at the address as stated on the front cover. Bid opening shall be public, on the date and at the time specified on the bad form. It is the bidder's responsibility to assure tnat his/her bid is delivered at the proper time to the Purchasing Office or specified location. Bids which for any reason are not so delivered will not be considered. Offers by telegram, to efax or teiephone are not QCceQtnh1P. NOTE: Bid tabulations will be furnished upon written request with an enclosed, self-addressed, stamped envelope. Bid files maybe examined during normal working hours by appointment. �til_1�(Ilya�i��iT:177[. ► : 1Wq 27actr�F r Any manufacturer's names, trade names, brand names, information and/or catalog numbers listed in a specification are for information and not intended to limit competition unless otherwise indicated. The bidder may offer any brand for which he/she is an authorized representative, which meets or exceeds the bid specification for any item(s). If bids are based on equivalent products, indicate on the bid form the manufacturer's product name and reference number. Bidder shall submit with -his/her proposal, cuts, sketches, and descriptive literature, and/or complete specifications. Reference to . literature submitted with a previous bid will not satisfy this provision. The bidder shall explain in detail the reason(s) why the proposed equivalent will meet the specifications and not be considered an exception thereto. Bids which do not comply with these requirements are subject to rejection. Bids lacking anv written indication of intent to quote an alternate brand will be received and considered in complete compliance with the specifications as listed on the bid form. The City's Purchasing Office is to be notified of any proposed changes in (a) materials used, (b) manufacturing process, or (c) construction. However, changes shall not be binding upon the City unless evidenced by a Change Notice issued and signed by ' the Purchasing Director or designates] representative. �r► r► r;w:► r r► := r►� r► Items may be tested/inspected for compliance with specifications by appropriate testing laboratories. The data derived from any tests for compliance with specifications are public records and open to examination thereto in accordance with Chapter 119, Florida Statutes. Items delivered not conforming to specifications may be rejected and returned at vendor's expense. These items and items not delivered as per delivery date in bid and/or purchase order may result in bidder being found in default in which event any and all reprocurement costs may be charged against the defoultincr • 5 suppliers name being removed from the vendor/bidder mailing list. Unless otherwise specified, the bidder shall define all warranty service and -replacements that will be provided during and subsequent to the award of the contract. Bidders must explain on an attacned sheet to what extent warranty and service facilities are provided. Samples of items, when called for, shall be furnished free of expense, and if not destroyed may, upon request, be returned at the bidder's expense. Each individual sample shall be labeled with bidder's name, manufacturer's brand name and number, bid number and item reference. Samples of successful 'bidder's items may remain on file for the term of the contract. Request for return of samples shall be accompanied by instructions which include snipping authorization and name of carrier and must be received at time of bid opening. If instructions are not received at this time, the samples shall be disposed of by the City within a reasonable time as determined appropriate by the City. Inspection and acceptance shall be as designated by the City unless otherwise provided. Title and risk of loss or damage to all items shall be the responsibility of the contract supplier until accepted by the City unless loss or damage results from negligence by the City. 17. GOVERNMENTAL RESTRTM ONS= In the event any governmental restrictions may be imposed which would necessitate alteration of the material quality, workmanship, or performance of the items or services offered on this proposal prior to their delivery, it shall be the responsibility of the supplier to notify the Purchasing Office at once, indicating the specific regulation which required an alteration. The City reserves the right to accept any such alteration, including any price adJustments occasioned thereby, or to cancel the contract at no expense to the City. 1u• 1111101360WINq Applicable provisions of all federal, state and local laws and ordinances, and all City rules and regulations snail govern the quality and warranty of commodities covered by all bids received in response hereto and shall govern any and all claims and disputes between Person(s) submitting a bid response hereto and the City, by and through its officers, employees and authorized representatives, or any other person, natural or otherwise; and lack of knowledge bV any bidder shall not constitute a cognizable defense against the legal effect thereof. • 6 The Awordee agrees that it shall observe and obey all the laws, ordinances, regulations and rules of the federal, state, county and City which may be applicable to its services. Likewise, shall obtain and maintain all permits and licenses necessary for its performance of this contract. r : �r�;TM IT:INW.117� Correspondence, materials and documents received pursuant to this Request for Bid become public records subject to the provisions of Chapter 119, Florida Statutes. 1 ' '�:� ►Stolz M11M.6190111131 In accordance with Florida State Statute #1.19.07, the City of Ocala shall permit inspection of bid documents as public records to any person desiring to do so at any reasonable time, under reasonable conditions, and under supervision by the custodian or designee. By this law, fees may be imposed. MPMETIM-Min ► In submitting a proposal, bidder agrees not to use the City's name as a part of any commercial advertising. Unless otherwise stipulated -in the bid, all manufactured items and fabricated assemblies shall comply with applicable requirements of • the Federal Occupational Safety and Health Act (OSHA), American National Standards Institute Safety Standards and any Florida standards thereunder. �:�:r�rt;�r►irys� In the event of bankruptcy, either voluntary or involuntary of the vendor, or in the event of the vendor's insolvency, or upon assignment for the benefit of creditors, then, in any such event, the City shall have the right to terminate the contract and any Purchase orders immediately as if the contract and purchase orders had not been made, and no assignment for the benefit or creditors, nor any receiver, nor any trustee of bankruptcy, shall ever have any right or claim under the terms hereof. 25. DELIVERY. - All prices shall be F.O.B. Destination, Ocala, Florida. Delivery date and warranties must be written out and submitted with bids. We insist delivery dates, as specified, be met. • 7 It is understood and agreed that any item offered or shipped as a result of this bid shall be new (current model at the time of this bid). All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. Unless otherwise agreed to by the City, payment terms will be thirty (30) days net, from receipt of invoice unless an appropriate prompt Payment discount is provided and accepted. Payment shall be made by the buyer after the items awarded to a vendor have been received, inspected and found to comply with award specifications, free of damage or defect and properly invoiced. All invoices shall bear the Purchase order number. Payment for partial shipments may not be made unless specified in the bid. In addition to the purchase order number, the invoice shall bear the vendor FEID number (Federal Employer identification Number). An original and one (1) copy of the invoice shall be submitted to address listed on Purchase Order. Failure to follow these instructions may result in delay in Processing invoices for payment. In addition, the purchase order number must appear on bills of lading, packages cases, delivery list and correspondence. All questions regarding payment, invoicing, etc., will be addressed to the Finance Department, Accounts Payable Section, ATTENTION: Accounts Payable Supervisor at (904) 629-8501. In the event sufficient -budgeted funds are not available or depleted, the City shall notify the vendor of such occurrence and contract shall terminate without penalty or expense to the City. 29. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity. and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO, for a period of 36 months from the date of being placed on the convicted vendor list. Pursuant to Section 893.02(4), Florida Statutes, each bidder shall complete the form on the Drug Free Workplace Affidavit and submit same with any bid response. The Drug Free Workplace Affidavit form is found attached to this Request for Bids. If you have previously Provided this completed form to the City of Ocala, and it was received on or after ,January 1st of the calendar year, a new form is not required for the balance of the calendar year. ., 8 A thorough review of all tie bids shall be conducted by the Purchasing Department. Award recommendations shall be based upon the following: a. Delivery dates. b. Reputation of the vendors involved. C. Past performance. d. Drug Free Workplace Program. e. Location of the vendor. Preference will be e businesses with Drug-Free tiPWorkplace Programs In accordance with Section Florida Statues. If all factors and conditions relating to the bids are equal, then the tie bid will be awarded to the local vendor. If the other vendor is local a coin Pu°chasingss will Departmentconducted. with neThe witnesstoss from outside conducted by the the Purchasing Department. 32. Firm prices shall be bid and include all services rendered to the purchaser. A. TAXES: The City of Ocala does not pay Federal excise or of tangible personal sales taxes on direct purchases property. The following exemption number appears on the face of 2h20 02483� 54Crderederalorida Sales Tax l Tax Number 59 6000392.ion Number. 5 B. DISCOUNTS: Cash discount for prompt payment shall not be lowest net cost for bid considered in determining the evaluation purposes. C. MISTAKES: Bidders are expected to examine the specifications, and ail delivery schedule, bid prices, extensions pps andre instructions to suppliesevetar of miske to a lbe at bdder'sriskin case in lgi extension the unit price will govern. 33. CANC This contract is critical to the City of Ocala and the City reserves the right to immediately cancel or annul whole or any part of this contract due to failure of the contractor to carry out any obligation, term, or condition of the contract. The city will issue a written notice m�default Default shallive at once be for actingnornot faildPngrtoaaby any interval of t.� _ as in any of the following: A. The contractor provides material that does not meet the specifications of the contract.; B. The contrpet�pec��ications �f tnPPcontrarorm the services sec_ . � forth in t r ' 9 the materials required within the time stipulated in the contract; • • D. The contractor fails to make progress in the performance of the contract and/or dives the City reason to believe that the contractor will not or cannot perform to the requirements of the contracts. The City may resort to any single or combination of the following remedies: A. Cancel any contract: B. Reserve all rights or claims to domoge for breach of any covenants of the contract; C. Perform any test or analysis on materials for comp:H ance with the specifications of the contract. if the results of anv test or analysis find a material non --compliance with the specifications the actual expense of testing will be borne by the contractor; D. In case of default, the City reserves the right to purchase materials, or to complete the required work in accordance with the needs of the City. The City may recover any actual excess costs from the contractor by: 1. Deduction from an unpaid balance; 2. Collection against -the bid and/or performance bond, or; 3. Any combination of the above or any other remedies as provided by law. 92WO.'I12530► 1 y 1 1: : u ►: 1 Payment of the amounts due under this contract will be made on a monthly basis. payments will be made by the City at the end of each satisfactory month of service. Should contractor fail to perform the service required under this contract then the City may, at its option, retain any or all of the monthly payment otherwise due until any service discrepancies are corrected. Repeated service discrepancies on behalf of the contractor shall entitle the City to terminate this contract without notice and retain any past due Payments otherwise owing under this contract as liouidoted damages. In accordance with Chapter 442, Florida Statutes, it is the sellers duty to advise the City of Ocala if a product is a listed toxic substance and to provide a material safety data sheet (MSDS) at the time of delivery. Contractors must comply with this procedure along with the Florida Right -to -Know law (F.S. 442) and the Federal Hazard Communications Standards (29 CFR 1910.1200) all other applicable laws. 10 0 37. Any bidder who disputes the reasonableness, necessity or competitiveness of the terms and conditions of the Request for Bid, bid specifications, bid selections, contract award or intended contract award shall file such protest in compliance with the City of Ocala Purchasing Policies & Procedures Section 16.08. Awards of bid-__i. i 11_ be made-.bas upon —the lowest id mee-t-ln-g- specifications (after takinca into account all other considerations) and mandatory requirements. !► ISO fit WITMU112.51 The award hereunder is subject to the provisions of Chapter 11.2, Florida Statutes, as amended, governing conflict of interest. All bidders must disclose with each bid the name of any officer, director or, agent who is also a public employee. Further, all bidders must disclose the name of any public employee who owns directly or indirectly an interest of five percent (5%) or more in the bidder's firm or any of its branches. Bidders are required to furnish evidence that they maintain permanent places of business and have adequate equipment, personnel, and inventory to furnish the items offered satisfactorily and expeditiously, and can provide necessary services. These requirements may be satisfied by completing the Required information Form #1. attached The City reserves the right to inspect the awardee's place of business and equipment prior to the awarding of any contract; for determining responsibility as to the terms and conditions as set forth herein. During the course of the contract, the City likewise, reserves the right to inspect the awardee's place of business at any time with and/or without any given notice. The awardee/contractor and its insurer shall defend, and save harmless the City, and all City officers, agents and employees from and against all loses and all claims, demands, payments, suits, actions, recoveries and Judgments of every nature and description and all costs, including attorney's fees arising under this agreement including claims for property damage and claims for injury to or death of persons arising out of or occurring as a result of any act or omission of the said contractor, its agents or emplovees in the performance of its obligation to the City or through any improper or defective machinery, implements or appliances used in the performance of its obligation to the City. • 11 • • The bidder, without exception, shall indemnify and save harmless the City, its officers, agents and employees from liability of any nature of kind, including cost and expenses for or on account of any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City. If the bidder uses anv design, device,, or materials covered by letters of patent or copyright, it is mutually agreed and understood without exception that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any way used in performance of the bidder work. The vendor, by submitting a bid, authori7es other Public Agencips to "Pigav-Bark" or purchase equipment or services being proposed in this invitation to bid at prices bid unless otherwise noted on the proposal sheet. a. Compliance b. Delivery. C. Cost. d. Drug Free to the specifications. Workplace Affidavit. The quantities as specified in this bid are estimates only and are not to be construed as guaranteed minimums. MMURINUM!k The bidder, by affixing their signature to this proposal, agrees to the following: "Bidder certifies that their bid is made without Previous understanding, agreement, or connection with any person, firm, or corporation making a bid for the some items and is In all respects fair, without outside control, collusion, fraud, or otherwise illegal action". 47. LITIGATT,ON a. In the event of any litigation between the parties arising out of this contract, the prevailing party shall be. reimbursed by the other party for all attornev's fees so incurred. Venue for any such litigation shall be Marion County Florida. The entire agreement shall be _governed by the laws of the State of Florida. b. Neither party shall assign any of its rights, obligations, or duties under the terms and conditions of this agreement without the express, written consent of the other party. 12 EnEffalMIan0► U!r 1E&IF Ia41311 The successful bidder may be required to submit the following: a. Certified Public Accountant prepared financial statement for at least two fiscal year ends. These statements should include a balance sheet, income statement, statement of 40 cash flows, and footnotes. b. The Financial Statements need to be current, meanina within the last 12 months. Tf they are older than 6 months, we would ask that a CPA or company prepared interim financial statement bp obtained to ai,ve us some knowledge of their current sitiaarion. At the time of delivery of vehicles, the successful bidder must Provide the City with the following: A. Application for Certificate of Title and/or Vehicle Registration (HSMV-82.040). A. Certificate of Motor Vehicle Sales Tax Exemption (DR-41A). C. Motor Vehicle Dealer Title Reassignment Supplement (NSMV-82994). D. Request for Confidential Check Digit. E. Cost for tag ( $51_ . 85)-( Make check out to Thomas Olson, Tax Collector). F. Manufacturer`s Statement of Origin G. Title Application H. Original Copy of Invoice I. To be delivered to the City Of Ocala, Fleet Management, 21.00 NE 30th Avenue, Ocala, Florida. 50. MANUALS The following shall be provided as specified: Operator's Manuals - Two (2) each for Chassis and Body Parts Manuals - One (1) each for Chassis and Body Shop Manuals - One (1) each for Cab, Chassis, mounted and engine body A. 1n addition to the equipment specified, the vehicle shall be eauipped with all standard equipment. as speci.fiPd by the manufacturer for the model. specified. vehicle properly prepared, serviced, cleaned and in optimum operating condition. Pre -delivery service at a minimum shall include the following: LJ I. Complete lubrication 2.. All fluids at recommended levels 3. Enaine properly tuned and adjusted to manufacturer's specifications 4. Tires inflated to required pressures 5. All accessories, controls, gauges, lights and mechanical devices in optimum operating condition. C. Cleaning as required with the removal of all pre -delivery tags.. decals, covering, coatings or packing. 7. Adequate fuel (5 gallon) to provide for loading, unloading. 8. Standard warranty will apply to specified model and must be fully backed by the bidder/supplier as expected fancier acceptable sales practices. 9. Any deviation from specifications must be explained incomplete detail, including any drawings, engineering explanations and effect upon the costs. 10. The apparent silence -of any specifications or supplemental specifications as to any details or the omission from it of a detailed description concerning any point will be regarded as meaning that only the best commercial practices are to Prevail and that only materials of first quality and correct type, size and design are to be used. All workmanship is to be first quality. All interpretations of this specification shall be made upon the basis of this statement. OUPEUMMIAM126114 All equipment furnished under this contract shall be new, unused and the some as the manufacturer's current production model. Accessories not specifically mentioned herein, but necessary to furnish a complete unit ready for use, shall also be included. Unit shall conform to the best practice known to the body trade in design, quality of material, and workmanship. AssPmbl.ies, subassemblies and component parts shall be specified in this invitation to bid. The equipment furnished shall conform to the ANSI Snfetv Standard Z245.1-1984. • 14 Each responding bidder. must provide written information of Basis. Standard Warranties and any extended warranty contracts ovailablP and additional costs to the City of Ocala. Bidder shall specify where warranty work will be performed and bidder shall pav travel and transportation cost if necessary under warranty periods. • • - 15 SPECIFICAlION5 FUR A CUMBINATIUN 5LWLR TRUCK MOUNTED ON A 1998 OR NEWER CAB AND CHASSIS a. Unit will be used for the removal of rocks, dirt, leaves, sludge, grease and other types of debris from storm drain and sanitary sewer lines by means of high pressure water. The unit will also be equipped with an air conveying vacuum system which will Provide for the simultaneous removal of the debris from manholes, digesters, wet wells, catch basins, and sumps. The vacuum system must also be capable of excavatinf of sand, dirt, mud, rocks and other types of material. YES x .- NO__.___ , DEVIATION 2. CDNllENTIONAL-CA& a. Tandem rear axle, 60,000 pound GVW. YES x NO DEVIATION__, a. Diesel, electronically controlled, 275 to 300 hp rating at 2,000 to 2,200 RPM, Cat 3126 or Cat 3306C, or approved ` equivalent. YES x N0 DEVIATION 4. • a. Automatic, 5 speed, Allison MD 3060, with Pali filtration system and external cooler or equivalent. YES NO x DEVIATION c-AmoT nAvx PALL PILT= NITn WORLD TRAMS XSSxax 5'. ERONT AXLE, SIRSEENSION, HRAKFS,'. a. 20,000 pound rating on axle, Rockwell/Meritor FL-943 or equivalent. YES NO--!— DEVIATION fL941 b. 20,000 pound rating on suspension, mijiti-leaf, equipped with Horton roller bearings. YES NO x - - _ DEVIATION C. Drum brakes, outboard mounted, Q series 16.5 X 6, cam type. YES xNo DEVIATION d. Automatic slack adlusters. YES x ND DEVIATION • 16 e. Anti -lock brakinq sysrem. YFs x._ NO _ DEVIATION 6. AFAR AXIE. SUSE NS.IAN, IRR�:_ n. 40,000• pound rating on axle, Rockwell/Meritor RT40-145 or equivalent. ,YFs x ww NO DEVIATION b. 40,000 pound rating on suspension, Hondrickson RT2 series, ieaf Spring type. YES NO DEVTATION c. Drum brakes, outboard mounted, Q series 16.5 X 7, cam type. YES x NO _ DEVIATION d. Automatic slack adjusters. YES x NO-- - DEVIATION e. Anti -lock braking system. YFS x NO---.-, DEVIATION f. Axle ratio - 4_33 to 5.96. YES_ x - NO DEVIA T ION.. _... __ g. Maxi II spring set parking brnka. YFS x NO__ DEVIATION 7. CHA a. Frame steel 110.000 psi yield. YES x NO DEVIATION b. Tow hooks, rear. YES x N0 DEVIATION C. Fuel tanks, 50 gallon each, left and right side. YES NO z DEVIATION AS CA11, gum S-Init d. Rockwell/Wabco air dryer system or eQuivelant. YES ._x_ NO DEVIATION e. Manual pull cord, air tank drain valves. YES x NO DEVIATION 17 f. Overall frame dimensions to be determined by manufacturer of mounted sewar unit. YFS x . NO DEVIA T ION ..� • • p. Frame will be painted gloss black. YES x Nf1 DEVIAT i ON h. Full width front bumper with tow pins. YES _x NODEVIATION ARM C' a. Front wheels to be 22.5x12.25 10 N disc wheel, white in color. YES_ NO—!-- DEVIATION 22.S x 13.1).Q b. Front tires to be 425/65Rx27.5 Goodvear. YES No x DEVIATION itsx-cm- xx ,&Z5�,gfe 22-5 C. Rear wheels to be 22.5x8.25 10 H disc wheel, white in color. YES NO— DEVIATION d. Rear tires to be 12R27.5-16 Goodyear Unisteel. YES x I NO___..__ DEVIATION e. Two spare wheels, less tire, will be provided to fit front and rear size. YES___x__.,._ NQ DEVIATION f. Tire pressure and equalizing system will be provided on the rear wheels, Cat's Eye by Linx or aparovea equivalent. YES_ NO DEVIATION a_ Interior trim will be charcoal or darn gray, interior paint color will be white and will match cab exterior. YES A --- NO DEVIATION b. Driver's seal will be air ride type, passenger's seat will be non -suspension. YES I _._.r. NO DEVIATION C, Factory installed R-134 air conditioning system integral with heater/defroster. YES x NO DEVIATION 18 d. Factol-Y installed AM/FM stereo with weather band YES., x- NO DEVIATION �.._ e• Two speed electric windshield wiuers. • YES x NO_.._ DEVIATION_ f, All cob glass Shall be tinted. YES x NO.. DFVTA T ION ..._.._ q, Air and electric horns. YES x NO_. .__ DEVIATION h. Gauge package to include but not limited to the following: 1. Cnolant temperature 2. Oil temperature 3. Transmission temperature 4• Air pressure 5. Low nir pressure warning 6. Low coolant level 7. Oil pressure S. Fuel level 9. Voltage/amps 10. Speedometer 11. Tachometer 12. Hour meter 13, Air cleaner restriction YES..x NO DEVIATION i. Engine shutdown system - Kysor or equivalent. YES x.— NO _. DEVTATION_...... J. Seat bM is - shoulder and lap. YES ^ NO . DEVIATION •_MMI a. Exterlor pail7L color shall be white, Imron. YES-x- NO DEVIATION b. West coast type mirrors with spot mirrors attached. YES_A__ NO DEVIATION C. Mirrors will be heated, remote controlled. YES.,.^_ NO DEVIATION • a. 12 volt uositork, 42 mt starter motor or enuivolPnt. YES_." NO DEVIATION . b. 12 volt 100 amp 21SI alternator or equivaiant. YES, x NO _ DEVIATiON—_.._. c. ClrcuIt Protection, blade type fuses with reset circuit breokPrs in critical circuits. YES x NO_ DEVIATION_ d. Dwal batteries - 535 CCA. YES—x- NO DEVIATION W RMS I W-N" ►ip q. Air cleaner filterminder restriction indicator. YES_ Y NO— DEVIATION b. Vertical exhaust pining. YES Y NO DEVIATION r,. All liquid filters to ha shin on type. YES.^,_ NO . DEVIATION 13. WARRMTTES- Cob & chassis will have a full one year warranty exclusive of power train warranties. YES x NO DEVIATION A. Vendor shall supply one complete set of the following manuals: 1. Parts - cab & chassis and rear mounted unit. 2. Service - cob & chassis and rear mounted unit. YES x NO DEVIATION a. Vendor shall supply complete two sets of operating manuals. YES_i NO DEVIATION b. Vendor shall to provide 8 hours of operating and preventive maintenance training. This will be free of charge and at our location. YES..X NO DEVIATION 20 YES X NO DEVIATION SPECIFICATIONS FOR THE REAR MOUNTED UNIT • 15. BODY. a. Body will have a capacity of 12 cubic yards of liquid storage. YES X NO DEVIATION b. Body will be' round in shape and be constructed of stainless steel or 3/1.6" corten steel in order to oe corrosion resistant. YES X No DEVIATION C. Bodv will have a hinged rear door, with a 31; to 7" drain, butterfly gate type. Drain will nave 10; of fiat lay nose. YES X NO DEVIATION d. The hinged rear door snail nave nydraulicalIv activates latches. These latches shall be controilea by one nvdrouiic cylinder. in addition, manual T-Bolt type latcnes will also be provided. All latches will be adjustabie. YES X Na DEVIATION e. Body Hydraulics: 1. Double acting power up and power down hydraulic will be • provided, 50 degree angle on body when raised. YES X Na DEVIATION f. Body will be equipped with a wash out system. YES X NO DEVIATION g.- Body will have a 5 vear warranty. YES X Na DEVIATION G. Useable capacity of 1200 gallons. YES X NO DEVIATI b Tanks will be constructed of either polvetnviene, aluminum, or stainless steel. YES X NO DEVIATI • 21 lulm wlia (mve a D year replacement warranty. YES X No DEVIATION d. Hydraulic fill nose 2 1/2" x 25; with anti-svphon device will be installed. 10 YES X NO DEVIATION e. ianK will have quick, removable hatches for use in inspections, flushing, filling or the adding of chemicals. YES X NO DEVIATION f. Water level sight gage will be installea on the unit. YES X NO DEVIATION g. Tanks will be securely mounted and be protected from aamage ov means of steel Plating. YES X NO DEVIATION 1 7 w r a. Triplex plunger design with a direct coupling to an auxillary engine. YES X NO DEVIATION b. Pump will supply 2000 psi at 60 gpm. • YES X NO DEVIATION C. Pump will have the ability to "run dry" without sustaining damage. YES X NO DEVIATION d. Water pump will be equipped with chrome oxide coatea stainless plungers and self adiusting keviar packing. YES X NO DEVIATION 18. a. Auxiliary engine will be diesel powered, heavy duty, industrial tvpe. YES X NO DEVIATION b. 110 hp at 2500 rpm. YES x No DEVIATION • 22 C. tnglne will have an automatic shut -down system for low oil Pressure and high water temperature conditions. YES x NO DEVIATION d. Gauges -to include but not limited to the following_: 1. Tachometer 2. Water temperature 3. Oil pressure 4. Hours meter YES x NO DEVIATION 19. a. Three stage construction. YES X No DEVIATION b, Fans - 27" diameter. YES X NO DEVIATION C. Corten steel. YES X NO DEVIATION d. Blower must be capable of developing 200" negative water Pressure. • YES x NO DEVIATION e. Blower must be capable of 8000 cfm of air movement.. YES x NO DEVIATION f. Compressor will be hydrostatically driven by means of the trucK chassis engine. YES x NO DEVIATION h. Clutch driven fans are not acceptable. YES x NO DEVIATION i. Compressor will have a 5 year warranty. YES x NO DEVIATION a. A centrifugal separator will be provided to allow the unit to vacuum wet or dry materials. Separator will have a clean out. YES x NO DEVIATION 23 a. unit will be eauipoed with a breaker system which will automatically shut down air flow to prevent body overfilling and waste water discharge. System will also have a manual control located at the control panel. • YES X NO DEVIATION b. Check ball systems are not acceptable. YES X NO DEVIATION 21. a. Front loading, ana to be attached to the front of the unit to provide for easy positioning of the machine over man -holes and storm drains. YES X NO DEVIATION b. 8" diameter hose mounted on a boom. Boom will have 18� of vertical lift and 180 degree of rotation. Boom lift and rotation will be hydraulically controlled. Boom will be capable of lifting 700 lbs. YES X NO DEVIATION C. Boom will be controlled by means of a joy stick controller; in addition, a six way remote pendant will be supplied. YES X NO DEVIATION d. Boom tie down, with lock, will be supplied for use when unit is transported. YES X NO DEVIATION e. Pipe extensions will be supplied as followed: 1. 1 - 6.5' nozzle 2. 1 - 61 aluminum pipe 3. 1 - 5: aluminum pipe 4. I - 3; aluminum pipe YES x NO DEVIATION. f. 10� telescoping boom that will telescope no less than 10i straight forward from a fully retracted position will be supplied. YES x NO DEVIATI �J 24 22. W-Lid ERESSURE HAND GUN a. One fully functioning nand gun with on/off handle, replaceable nozzle tip, one foot extension and 50; of 112" high pressure nose will be provided. YES X NO DEVIATION b. 600 psi at 20 gpm rating on handgun. YES X NO DEVIATION C. Handgun hose will have quick coupling fittings installed. YES X NO DEVIATION d. Water pressure for nand gun will be supplied via the sign Pressure pump. nand gun to have automatic nose reel self winding, hydraulic or spring recoil. YES x NO DEVIATION a. Assembly shall be mounted on the front of the vehicle. YES x NO DEVIATI b. nose reel will hold 600; of li` hign pressure hose. YES x NO DEVIATION C. Hose reel will be hydraulically powered - in both directions. Chain and sprocket drive are acceptable. A flow control valve will be used to regulate rotational speed of the reel. YES x NO DEVIATION d. Reel will be capable of articulating in a 180 degree arc. Reel stability will be provided by means of a hydraulic outrigger. YES x NO DEVIATI e. Reel will be equipped with by-pass valves to allow an operator to manually pull the reel out from its transport position. This will allow the operator^ to check chassis engine fluid levels without having to start the engine. YES x NO DEVIATION f. All operating controls for the high-pressure water system will be mounted on the frame of the reel assembly. YES x NO DEVIATION 25 r PMWr*. a. 600' of 1" diameter hose, hose will be rated for 2500 PSI • working pressure and 6250 PSI burst pressure. YES x NO DEVIATION 25. a. Rear mounted directional arrow board, controls to be mounted In cab. YES X NO DEV-IA T ION b. Strobe lights, amber, double flash, mounted front and rear. YES X NO DEVIATION C. Z boom mounted flood lights. YES I NO DEVIATION d. Hand held spotlight with 50' of retractable cord. YES X NO DEVIATION 26. • a. 5 year warranty on rear mounted unit. YES x NO DEVIATION AS DESCRIBED IN VAC -CON WARRANTY b. In the event the unit is down for more than 3 working days due to the unavailability of parts during the warranty period, vendor agrees to supply a loaner unit of equal or greater size at no cost to the City of Ocala. This unit shall be delivered to Ocala Fleet Management at no cost to the City. YES X NO DEVIATION 27. a. MISCE''ANED"S ACCESSORIES- 2 - 6' tool boxes mounted on each side of body, lockable. YES X NO DEVIATION b. Hose footage counter mounted on reel. YES x NO DEVIATION C. Nozzle rack. YES x NO DEVIATION d. 8" x 6" reducer. YES X NO DEVIATION 26 e. 4 side steps. • YES X NO DEVIATION f. Hi -pressure flushing system for body. YES X NO DEVIATION 9. 1 - snorkel nozzle. YES X NO DEVIATION h. 1 - storm nozzle and pipe assemblv. YES X NO DEVIATION i. 1 - little Bruce nozzle. YES X NO DEVIATION i. 30' of 8" aluminum vacuum tubes mounted rear of unit with pull down rack. YES X NO DEVIATION • • 27 • • CITY OF OCALA, FLORIDA BID FORM #1 - PROPOSAL DATE SUBMITTED 4/3/9e 1998 #3Z4gg James W . Crosby, Purchasing Director City of Ocala P.O. Box 1270 Ocala, FL 34478 Pursuant to and in compliance with Your Invitation to Bid, #B2496 dated March 20, 1998, the undersigned, as bidder, hereby declares that they have examined ,the specifications for the Item(s) on which You are submitting bid(s) and that said specifications will be met fully by the equipment offered herewith, except as otherwise specifically noted. The undersigned proposes and agrees, if their proposal is accepted, to furnish the item(s) on which bid(s) are submitted herewith, including delivery to Ocala, Florida and according to the delivery schedule. 1- �- ea. Combination Sewer Truck ADDE0A ACKNOWLEDGED Addendum No 1 Dated N/A Addendum No 2 Dated_ N/A Addendum No 3 Dated _NlA ^' MAKE: VAC -CON I VOLVO 1998 MODEL: V312LHA WG84 ENGINE -CID/LITER: VOLVO vE 275HP DELIVERY: 170 To 190 DAYS TERMS: NET 30 DAYS NAME OF FIRM: SOUTHERN SEWER EQUIPMENT SALES TITLE: PRESIDENT SIGNATURE: SHERRY PHONE: 800-782-4134 FAX: 561-595-9171 LITERATURE INCLUDED? YES __ x NO .179 L500.00 W CITY OF OCALA VENDOR DRUG FREE WORKPLACE AFFIDAVIT NAME OF FIRM: SOUTHERN SEWER EQUIPMENT SALES CONTRACT REFERENCE: AUTHORIZED AGENT COMPLETING AFFIDAVIT: SHERRY DENMON POSITION: PRESIDENT PHONE NUMBER: (.800 ) 782-4134 I, SHERRY OENMON J. BEING FIRST DULY SWORN STATE: THAT IN COMPLIANCE WITH THE PURCHASING POLICIES AND PROCEDURES MANUAL, CITY OF OCALA, MARION COUNTY, FLORIDA AND AS DEFINED IN 893.02(4) FLORIDA STATUTES, THE ABOVE NAMED FIRM IS PROVIDING A DRUG TREE WORKPLACE PROGRAM. A WRITTEN STATEMENT TO EACH EMPLOYEE SHALL INFORM THE EMPLOYEE ABOUT: 1. DANGERS OF DRUG ABUSE IN THE WORKPLACE. 2. THE FIRM'S POLICY OF MAINTAINING A DRUG FREE ENVIRONMENT AT ALL WORKPLACES. 3. AVAILABILITY OF DRUG COUNSELING, REHABILITATION AND EMPLOYEE ASSISTANCE PROGRAMS. 4. PENALTIES THAT MAY BE IMPOSED UPON EMPLOYEES FOR DRUG ABUSE VIOLATIONS. THE FIRM SHALL ALSO REQUIRE AN EMPLOYEE TO SIGN A STATEMENT, AS A CONDITION OF EMPLOYMENT THAT THYE EMPLOYEE WILL ABIDE BY THE IF-RillS AND NOTIFY THE EMPLOYER OF ANY CRIMINAL DRUG CONVICTION OCCURRING NO LATER THAN FIVE (5) DAYS AFTER RECEIVING NOTICE OF SUCH CONVICTION AND IMPOSE APPROPRIATE PERSONNEL ACTION AGAINST THE EMPLOYEE UP TO AND iNCLUDING TERMINATION. �JL, SIGNATURE• DATE SUBSCRIBED AND SWORN TO (OR AFFIRMED) BEFORE ME ON 4--3-98 By SHERRY OENMON (AFFIANT) ME OR /HAS P R ESi4 SIGNATURE OF (VOTARY ;,w(' A.alkUh )tKIAL NIJMFirK My Camm Exp. 9 vmq. B'smft k" 3-05-2001 PRINT OR STAMP NAME OF i,00mi'MEXP!RATION DATE (DATE) HE/ HF fS PERSONALLY KNOWN TO PE OF IDENTIFICATION) AS IDENTIFICATION. CC626998 0 NOTARY PUBLIC ELOBTnA NOTARY SEAL STATE RETURN FORM TO: PURCHASING DEPT., P.O. BOX 1270, OCALA. FL 34478 pia] 61 1 T Ur ULALA iNFORMA T TON FIRM #1 P s.:. Company Name: City of Ocala ConTacz Persons: Larry Pauly Phone No.: 352-351-67B.2 2. Company Name: North Port Utilities Contact Persons: Rick Newkirk Phone, No.: 941-426-9505 3. Company Name: City -of Delray Beach Contact Persons: Scott Solomon Phone No.- 561-243-7309 4. Comoanv Name: City of Fort Pierce ConT.act Persons: Ted Perkins . Phone No.: 561-460-2299 5. Comoanv Name- City of Oakland Park Contact Persons: Skip Lutz Phone No .: 954-561-6133 a Southern Sewer Equipment Sales is located in Ft. Pierce, Florida an 22/2 acres with offices .and repair shop occupying 12,000 sq. ft. We have two mobile service vehicles with capability to do repair at customer's location. Our shop has the ability to completely rebuild all the equipment we sell. • 71� r-,�•7N :r� Y-,.r,� t, u�,�,,-1.�y,•.y�s •��•�r-,.%�"��' .�-,•�'i1i �� �,�� �N `��•'�' Warranty �Ip, VAC -CON, as seller, warrants all equipment manufactured by it and bearing its name shall be free from defects in material and workmanship, under normal use and service as determined by us, fora period of (12) twelve months from the date of delivery to the first a, retail purchaser. Should any equipment or part of such equipment sold hereunder prove to be defective in material or workmanship within said period, and be returned to Seller's factory no later than 15 days after the expiration date of the warranty, transportation charges prepaid by the Buyer, and upon examination be found to be defective, such part will be replaced at the factory by the Seller free of charge. but the Seller shall be under no further liability in J'J /ram respect to such warranty. It is expressly understood that the Seller's liability is limited to �. _� I ...� furnishing of such replacement parts within a reasonable length of time and that the Seller r � will not be liable for any damages, losses or expenses arising in connection with the use of or inability to use the unit(s) whatsoever. Buyer shall be responsible for the payment of duties or taxes on warranty parts, if applicable. The Seller shall be under no liability because of normal wear and tear of operation or maintenance contrary to the manufacturer's official Operator's Manual. The Buyer accepts any liability for damage or injury resulting, from the �J I removal or alteration of safety guards and safety precautions provided on the unit at the time 1 7. of delivery. This warranty shall not'apply and VAC -CON shall have no liability under it or i otherwise if the unit shall have been injured by accident, careless handling or improper W !) applications or if any repairs have been made to the unit by other than VAC -CON, its agents�,�; or employees. I I Warranties covering major components not of VAC -CON manufacture (power �t( r plants, hydraulics, trucks, vacuum compressors, transmissions, electrical components, batteries, tires, etc.) are warranted by their respective manufacturers. �j ,)0. C We give no warranty express or implied, as to description, quality, productiveness '/fr or any other matter and the Buyer hereby waives the right of refusal and return of the goods which is usually connected with non -warranty. It is the sole responsibility of the purchaser to use this equipment in an appropriate application and a safe manner. VAC -CON assumes no responsibility or liability for its T pp P tY Y misuse. FIVE (5) YEAR WARRANTY: VAC-CON warrants that the fans, fresh water tanks, and debris tank shall be free a' from defects in material and workmanship, under normal use and service as determined by i the manufacwrer, for a period of sixty ;5Q) months (not pro -rated) from the date the unit is first placed into service. - ipl.I This warranty is not transferable. ` - r il%lk ; /4,F � mrl�/,7 `` l ` •OI `; fC?• ��w 0 SPECIFICATIONS FOR A VAC -CON MODEL V312LHA COMBINATION SEWER CLEANER • General The machine will be a combination type used for removing sand, grit, grease, sludge stones and other material from sanitary sewers, storm sewers, catch basins, pumping stations, and other facilities. The maphine shall have a self contained water supply for use with a high pressure sewer cleaner. The high pressure sewer cleaner shall operate independently from the vacuum pick up system - The machine shall include an air conveying system capable of simultaneous removal of debris flushed to the manhole by the sewer cleaner system, or debris removal from catch basins, sumps, digestors, wet wells, etc. The vacuum system shall include a sealed body for storage and removal of the collected debris. The machine must be fully operational by one man, and all operating controls located at the operators station in front of the truck for convenience and operator safety. Body The vacuum storage tank shall have a minimum capacity of 12 cubic yards. The body shall be cylindrical in shape and designed for maximum strength It shall be constructed of 3/16" Cor- Ten steel to withstand corrosive materials. It shall be equipped with a full opening rear door locked and unlocked by means of a hydraulic locking mechanism. A non -inflatable gasket shall be provided in the door to seal the tank. A body drain valve and drain hose will be provided on the rear door. This will allow the draining off of excessive liquids while keeping solids in the vacuum body. A load level indicator will be supplied on the exterior of the vacuum body which will include an automatic vacuum shut off to prevent over filling. A filter shall be provided to control material in the air stream in the front section of the body. A hydraulic method of dumping the body shall be provided. The dumping angle shall be a minimum of 50 degrees for easy removal of material. Controls will be located on the forward part of the machine to protect operator from the discharging material. Turbo Blower A three stage turbo blower shall be capable of 200 inches of negative water pressure and capable of delivering 8000 cfm of air movement. The blower will be powered by the chassis engine by means of a hydrostatic pump and motor. The blower will use a maximum of 50 percent of the engines rated over the road HP. A means of starting and stopping the vacuum from the operators station at the front of the machine will be provided. Vacuum system shall include a centrifugal separator enabling unit to vacuum both dry and wet materials. 111. Water Tank A water storage tank with a minimum useable capacity of 1300 gal, will be provided. The water tank will be constructed of durable cross - linked polyethylene to reduce weight, eliminate any corrosion and rust, and eliminate stress cracking. A 2-1/2" hydrant fill hose with anti -syphon protection will be supplied. A sight gauge to indicate water level will be located within sight of the operator station. IV. Water Pump A triplex, plunger type water pump with variable flow will be supplied with a design capacity of 70 GPM and 2000 psi. The pump shall be driven by the auxiliary diesel engine. Controls for starting and stopping the pump and to vary the flow from 0-60 gpm at 2000 psi will be at the operators station in front of the vehicle. The pump will be protected by a relief valve and also be capable of running dry without damage to the pump. V. Auxiliary Engine The engine will be liquid cooled, diesel fueled, heavy duty 4 cylinder industrial type with a minimum of 239 cubic inch displacement, and 110 HP. Automatic safety shutdown for low oil or high temperature will be provided. All gauges necessary for normal operation will be included. VI. Rodder System A hose reel assembly shall be mounted on the front of the vehicle. It shall be mounted such • Page 2 that it can be dismounted easily for service or front bumper for travel over the road, and to maintenance reasons. prevent boom from swinging to side unintentionally. The hose reel shall have a minimum of 30 inch inside diameter and be mounted such that it IX. Lights does not extend beyond legal limits from the All clearance and reflector lights as approved truck bumper. by )CC will be provided. The reel capacity will be a minimum of 600 feet of 1 inch hose. It will be powered in both X. Mounting directions by a hydraulic motor with a control Machine must be mounted on a chassis to regulate the speed in either direction. meeting at least the manufacturers minimum Controls for operating the reel will be located requirements. within easy reach of the operator. Hose reel will articulate 180° allowing greater XI. 2) 6' tool box will be provided, one on each side flexibility in vehicle placement to the manhole of and greater operator safety. 600' x 1" rodder hose will be supplied_ It will XII. Faint be polyurethane type rated at 2500 psi working The machine will be primed and painted one and 6250 psi burst pressures. 2 hardened color with Dupont Imron or equal type paint. steel nozzles and all necessary tools for guiding and protecting the hose will be XIII. Misc provided. Debris body flush out system A level wind guide will be provided for Rear tow hooks • rewinding the hose back on to the reel. A hand gun system will be provided capable of Pretank filter 50' retractable hand gun hose reel 700 psi at 20 gallons per minute for washing Arrowboard manholes, catch basins, and general clean up. Front & rear strobe lights It will reach both the operating area in front of Boom mounted flood light the machine and the rear of the machine for Hand held spot light with 50' retractable cord washing the debris body and seals. Hose footage counter Nozzle rack VII. Hydraulic Telescoping Boom 8" x 6" reducer A six way hydraulic boom will be provided to Snorkel nozzle carry and move the vacuum pick up hose and Storm nozzle $ pipe assembly for lifting manhole covers and catch basin Little Bruce nozzle assembly grates. The boom will lift 18 ft. vertical and Rear folding pipe rack swing complete 180 degrees to reach either side of the machine. It will be capable of lifting 700 lbs. at its farthest reach. Control for up/down, in/out and horizontal swing will be from a 6 way control lever at the operators station. Boom will extend 10' in front of the operators station. Vill. Vacuum Hose The vacuum hose will be mounted on the 6 way boom located at the front of the machine for simultaneous operation with the rodder system. The hose will be 8 inches in diameter with 8 inch flanges and collars for adding extensions. Pipe extensions to reach a depth of 30 feet will be provided. Suction hose shall clamp to the 1999 International 2554 6x4 - Tandem Axle 275HP@ 2000 RPM/800 lb-ft torque @ 1300 RPM Allison MD3060P 6 Speed Automatic Transmission 20,000 lb. Front Axle/40,000 lb. Rear Axle/60,000 lb GVWR W8=246", CA=168", Axle to Frame 75" 29.07 S.M./110,000 PSI Frame, Outer " C" Chanel Axle Ratio 6.43 Front Axle 20,000 lb. cap. steel Multileaf springs, 20,000 lb. cap. Rear Axle, tandem 40,000 lb. Rockwell RT40-145 Rear susp, Hend RT2-400 walking beam 52" Push button shift control/dash mounted Magnetic drain plug Air operated power divider lock Gauge, air cleaner restriction/Air cleaner Engine shutdown, elec, key operated Engine oil drain plug, magnetic Oil filter, engine spin on type Oil sump, 22 quart Water filter, engine mounted Fuel filter, engine mounted Dual Air brakes Bendix ASS, 4 Channel tpdng brake chambers (4) ust shields, front & rear Brake lines, color coded nylon Front & rear slack adjusters Inversion & double check valves Air brake, front cam 16.5"x6.0" Air brake, rear cam 16.5"x7.0 Drain valve w/pull chain Air compressor 13.2 CFM Dual power steering gear Steering wheel, 2 spoke Single horizontal muffler, undercab Vertical tail pipe, aluminized steel, RH Turn signal flasher Turn signal switch, self canceling Headlight dimmer switch Windshield wiper switch/2 sp integral Fuses, elect Hom, electric single Parking light, integral Stop, turn, & B/U lights dual Starter switch, elec key operated Turn signals, front fender mounted Windshield wipers, sgl motor, electric Cigar lighter Toggle switch, aux & wiring 44 ternator Delco 12 volt 100 amp alt (2) Fleetrite Maint free 12 Volt 185OCCA AMIFM (Panasonic CRW 125) stereo Weather band, elec tuning, dock Speakers (2) dual cone in cab Radio filter noise suppression Low oil pressure/high coolant light and audible alarm Headlights, 2 light/long life halogen Circuit breakers, manual reset Front end tilting, fiberglass Mud fiaps, intermediate mount (2) Grille stationary Radiator stone guard bright finish Paint base coat/dear coat PTO effects, engine front less PTO unit, adapter plate on engine/frt mtd Fan drive Schwitzer DD-34, Viscous Elect governor Cross flow radiator Anti -freeze, -40F (40C) Deaeration sys w/tank & sight glass Hoses, premium rubber Electronic cruise control Hand control throttle Engine speed control for PTO Elect, stationary, variable spd Top draw fuel tank, 100 gal cap Rectangular steel, mtd LS under cab Reusable end fuel tank hose Steel conventional cab, 80" wide Arm rest (2) plastic, charcoal Rubber, black floor covering Interior sheet metal painted Console, overhead molded plastic Dual storage pocko;s Ash tray, instrument panel Clearance/marker lights All windows tinted Interior color. Pearl gray Rectangular mirrors (2) 16"x7" w/102" wide spacing Aluminum heads & brackets Satin anodized finish English elect speedometer and tachometer Dual air pressure gauge Elec engine oil pressure gauge Elec water temperature gauge Voltmeter Hour meter Interior -Vinyl w/printed vinyl insert Drivers national air susp seat Seat back adjustment Mechanical lumbar support Storage pocket on seat back Lap & shoulder seat belts Passenger air non susp seat, low back Folding back w/storage pocket Air conditioning Integral heater/defrost Convex mirrors, 8" mid below prim mirrors Grab handle, (1) cab interior pass side Grab handle, (2) exterior Two steps on each side of cab Front wheel seals (International) Rear wheel seals (Stemco Guardian) Front tires (2) 425/65R22.5-18 Goodyear Rear tires (8) 11 R22.5-14 Goodyear Color. White Front Axle: 20,000 lb. Rear Axle: 40,000 lb. Frame: 60,000 lb. Tires: 62,400 lb. Total GVWR: 60,000 lb. • 14:1:11=1kc SOUTHERN SEWER EQUIPMENT SALES 3409 Industrial 27th St. • Ft. Pierce, FL 34946 Scott London Utilities Department City of Tamarac 6001 Nob Hill Road Tamarac, Florida 33321 Re: Piggyback Purchase of Sewer Cleaner Dear Scott; November 20, 1998 This letter is to certify Southern Sewer Equipment Sales will honor a purchase order from the City of Tamarac based on the City of Ocala Bid Number B2496 dated March 20, 1998. This was for one new VAC -CON V312LHA/1300 combination sewer cleaner in the amount of $179,500.00. The unit could be mounted on a 1999 International 2554 Chassis per the attached specifications in lieu of the 1998 Volvo chassis order by the City of Ocala. The delivery on the Volvo is . approximately nine months with the complete unit being delivered 60 days after receipt of the chassis. If the City of Tamarac used the 19991nternational chassis we could deliver the complete unit within 60 days after the receipt of a purchase order. Also, Southern Sewer Equipment Sales would deduct $1550.00 from the purchase amount for the difference in the cost of the International chassis versus the cost of the Volvo chassis. Ocala Bid Price $179,500,00 Deduction for International Chassis in lieu of Volvo - 1.550.00 Sub total after deduction $177,950.00 Options 1300 Gallon Water tank capacity in lieu of 1200 gallon N/C 200 GPM Power pump off system with front bumper discharge + $4,1 %00 Power Sewer hose level wind system + 2.865,00 The total for unit with additions and deletions $184,965.00 Please contact Marty Russum or myself if we can be of further assistance or answer any questions about this purchase. Sincerely Felix Denmon (561) 595-9171 FAX 1-800-782-4134 (561) 595-6940 "A Certified MBE Woman Owned Business" E Temp. Reso. #8452 CITY OF TAMARAC INTEROFFICE MEMORANDUM UTILITIES DEPARTMENT TO: City Manager DATE: November 12, 1998 FROM: Director of Utilities RE: Purchase of a Combination Sewer Cleaner Unit Recommendation: A Resolution of the City Commission to authorize the purchase of one (1) VAC -CON V312LHA/1300 Combination Sewer Cleaner Unit, from Southern Sewer Equipment Sales, utilizing the City of Ocala, Florida's Bid Number B2496, in an amount not to exceed $184,965.00. Issue: The purchase of one (1) Combination Sewer Cleaner Unit as approved by the City Commission in the FY99 budget. Background: The Maintenance Division maintains 140 miles of sanitary sewer mains, 73 wastewater pump stations and conducts all-inclusive Infiltration and Inflow Programs to abate wastewater disposal charges. To accomplish the Division's goal of conveying wastewater flows from our customers to Broward County, it is imperative that the City's sanitary sewer mains are cleaned and the debris, which can cause blockages and overflows, is removed promptly. The purchase of this Combination Sewer Cleaning Unit (which will clean sanitary sewer lines with high pressure water and remove debris simultaneously), will enable the Maintenance Division to efficiently clean our sanitary sewer mains, manholes and wastewater pump stations. Additionally, this unit will help reduce the heavy cleaning charges, which are incurred during our Infiltration and Inflow Program. Maintenance personnel will be able to reduce charges for this service by approximately $25,000.00 per year, which will allow these funds to be utilized for the additional relining of sanitary sewer mains. Page 2 November 12, 1998 • Temp. Reso. #8452 The Director of Utilities and the Purchasing/Contract Manager recommend the purchase of one (1) VAC -CON V312LHA/1300 Combination Sewer Cleaner Unit, from Southern Sewer Equipment Sales, utilizing the City of Ocala, Florida's Bid Number B2496, in an amount not to exceed $184,965.00. MW/sl/mg c: Purchasing/Contracts Manager Operations Manager •