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
•