Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2000-195n Temp Reso. #9075 Page 1 Revision #1 - July 3, 2000 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2000 - -5" A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE PURCHASE OF THREE PORTABLE TRAILER MOUNTED PUMPS UTILIZING FLORIDA DEPARTMENT OF TRANSPORTATION AND CITY OF DELTONA PURCHASING AGREEMENTS; AUTHORIZING AN EXPENDITURE OF FUNDS IN AN AMOUNT NOT TO EXCEED $58,971; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Public Works Department requires mobile pumps for stormwater construction and flood prevention/mitigation; and WHEREAS, these pumps will serve to supplement the City's existing network of pump stations and stormwater control structures; and WHEREAS, City Code, Section 6-155 allows the Purchasing Officer the authority to waive purchasing procedures and purchase equipment which is the subject of contracts with the State of Florida, United States Government, or with other governmental agencies and the City's Purchasing/Contracts Manager does hereby waive these procedures; and WHEREAS, the Assistant Director of Public Works and the Purchasing/Contracts Manager have determined that it is in the City's economic interests to purchase said pumps utilizing Florida Department of Transportation and City of Deltona purchasing agreements; and Temp Reso. #9075 Page 2 Revision #1 — July 3, 2000 WHEREAS, available funds exists in the Stormwater Management Fund for said purpose; and WHEREAS, it is the recommendation of the Assistant Director of Public Works and Purchasing/Contracts Manager to purchase three (3) mobile pumps utilizing the above mentioned sources; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interests of the residents of the City of Tamarac to purchase mobile pumps for stormwater construction and flood control. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: 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 upon adoption hereof. SECTION 2: The purchase of three (3) mobile pumps from Thompson Pump & Manufacturing Co. Inc. utilizing a Florida Department of Transportation contract #P0191 and City of Deltona contract #99-05, a copy of said contracts attached hereto as Exhibit 1, in an amount not to exceed $58,971 is HEREBY AUTHORIZED. SECTION 3: An expenditure in an amount not to exceed $58,971 from the Stormwater Management Fund is hereby authorized. SECTION 4: All resolutions or parts of resolutions in conflict herewith are HEREBY repealed to the extent of such conflict. C Temp Reso. #9075 Page 3 Revision #1 — July 3, 2000 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 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 , 2000. ATTEST: v-� MARION SW NSON, CMC ,CIZY CLERK f kERE' 1BY CERTIFY that RgV6:approved this . - R S LI5TION as to form. ., ��� � �`\�.L••�/".. �, /i 4"''n.I �Lamf'{ tr) MITCHELL S. KRAFT / CITY ATTORNEY JOE SCHREIBER MAYOR RECORD OF COMMISSION VOTE MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 2: COMM. MISHKIN DIST 3: COMM. SULTANOF DW is VIM ROBERTS u:\adm correspondence\agenda\90 RES - Fable Pump Purchase 06/16/00 15:53 THOMPSON PUMP 4 954 724 24oe NO.320 P001/001 Exhibit 1 Temp. Reso. No. 9075 "i-M THOMPSON PUMP & MANUFACTURING CO., INC. P.O. Box 291370 a Port Orange, Florida 32129-1370 • (904) 767-7310 • FAX (904) 761-0362 FAX QUOTATION Friday, June 16, 2000 a ANNE LODATO - - CITY OF TAMARAC TAMARAC, FL 33321 TEL.954-724-2443 FAX #954.724-2408 r RE: THOMPSON PUMP MODELS SHT AND 4HT CO-OP PURCHASES �wa�aasa�ssm+az�sarasaa:casmxaassca�exse�ama�aaa�=��c��..,�?c� ssi Pursuant to our discussion, we are very pleased to offer you the opportunity to fallowing TAASH on a co-op purchase (piggyback): UNDER FLORIDA DOT CONTRACT *NO1098G1: 2 EA. THOMPSON MODEL BHT-D3DRT-6T(6068T) SELF -PRIMING CENTRIFUGAL PUMPS, a", POWERED BY A JOHN DEERE LIQUID COOLED 6 CYLINDER TURBOCHARGED DIESEL ENGINE, MOUNTED ON A DUAL AXLE ROAD TRAILER WITH INTEGRAL 24 HOUR FUEL TANK, TOWBAR AND LIFTING BAIL OPTIONS INCLUDED: 5.1, 5.2, 5.3, AND 5.4 PRICE: $24,389.00/EACH UNDER CITY OF DEL.TONA, FLORIDA PO#99-0682: I EA. THOMPSON MODEL 4HT-ODRT-3-IOAAF SELF -PRIMING CENTRIFUGAL PUMP, 4", POWERED BY A DEUTZ AIR COOLED 3 CYLINDER DIESEL ENGINE, MOUNTED ON A SINGLE AXLE ROAD TRAILER WITH INTEGRAL 24 HOUR FUEL TANK, TOWBAR AND LIFTING RAIL PRICE: $10,193.00/EACH FOB Port Orange, FL with delivery to your location at no charge. TERMS: NET 30 Days SHIPMENT: Within 30 to 45 days A.R.O. VALIDITY: 60 Days - SERVICE- AND PARTS: Through our company facility, West Palm Beach Service Center. Please let us know if you need anything additionally. Thank you for your consideration. We hope to hear from you soon. OMpSON PUMP lk MFG. .; INC. �'"hompsor� 7 .Pump Supports J. S. GOLDEN, Public T�NDrks PUBLIC WORKS DIVISION MANAGER Rotary Pumps • Trash Pumps • Diaphragm Pumps • Hydraulic Submersibles 9 Dry Prime Pumps • Wellpoint Systems and letting Equipment Exhibit 1 Temp. Reso. No. Florida Department of Transportation JEB BUSH 3717 Apalachee Parkway THOMAS F. BARRY, JR. GOVERNOR Tallahassee, FL 32311-3400 SECRETARY October 22, 1999 MEMORANDUM NO. : NO1098G1 - 1 TO: Department Addressed Vendor Addressed FROM: Lisa H. Sweet Contract Manager SUBJECT: DOT Contract N01098G1, P0191 PORTABLE 8" CENTRIFUGAL PUMP, TRAILER MOUNTED Subject contract has been renewed from December 31, 1999 to December 30, 2000 at the same prices, terms, and conditions. Any questions in delivery or service that may arise regarding this contract should be directed to me at (850) 921-7362 or Suncom 291- 7362. www.dot.stateAus State of Florida Department of Transportation PORTABLE 8" CENTRIFUGAL PUMP TRAILER MOUNTED SPECIAL CONDITIONS DOT BID NUMBER: N01098G1 FOB: STATEWIDE DOT CONTRACT P0191 Effective December 31, 1998 - December 30, 1999 DMS MOTOR POOL APPROVAL IS REQUIRED PRIOR TO PURCHASING K Bid No.: N01098G1 PURCHASING OFFICE FLORIDA DEPARTMENT OF TRANSPORTATION TALLAHASSEE, FLORIDA Name of Bidder Address We propose to furnish the item(s) indicated in this bid, to the Department of Transportation, delivered to various locations in Florida. The right is reserved by the Department of Transportation to reject any or all bids or parts thereof. PORTABLE 8" CENTRIFUGAL PUMP, TRAILER MOUNTED SPECIAL CONDITIONS 1) INTRODUCTION The purpose of this bid is to provide economies in the purchase of "PROTABLE 8" CENTRIFUGAL PUMP, TRAILER MOUNTED" by the Department of Transportation, hereafter referred to as the "DOT". The "DOT" will obtain competitive bids to establish a one (1) year contract. The term of the contract will begin on the date the successful vendor(s) is approved for award, and will expire one (1) year from that date. All commodities identified in this invitation to bid will be subject to the availability of identical commodities as provided by the Department of Management Services, Division of Procurement, State Contract(s) at such time these commodities become available. In the event of duplication(s) of commodities the Department of Management Services State Contract shall prevail. 2) CONTRACT RENEWAL The "DOT", in its discretion, may if it is agreed to by the successful vendor(s) and approved in writing, renew the contract for up to two (2) additional contract periods, on a year for year basis, one year at a time. Prices are subject to the availability of funds based on annual appropriation by the legislature. 3 Bid No.: N01098G'I 3) CANCELLATION All contract obligations shall prevail for at least one hundred and eighty (180) days after the effective date of the contract. For the protection of both parties, this contract may be canceled in whole or in part after one hundred and eighty (180) days by either party giving thirty (30) days prior written notice to the other contract party. The contract may, also, be canceled by the "DOT" for nonperformance (default) in accordance with Rule 60A-1.006(4), F.A.C.. 4) ORDERING INSTRUCTIONS Manufacturers are encouraged to bid direct naming dealers who will accept orders and complete deliveries. Bidders must include complete ordering instructions, including FEDERAL EMPLOYEE IDENTIFICATION NUMBER (FEID), for invoicing dealers, with the bid on a separate sheet. 5) ACKNOWLEDGMENT The "Acknowledgment of Order Form" (see attached form), must be mailed to the purchaser within fourteen (14) calendar days from the date the contractor receives the purchase order. Acknowledgment of receipt of order shall constitute an agreement by the contractor to deliver the equipment listed on the purchase order under the terms and conditions of this contract. Failure of the contractor to acknowledge receipt of a purchase order shall be considered acceptance by default and the contractor will be held responsible for delivering the equipment requested. 6) DELIVERY Delive must be made within forty-five 45 calendar days or less upon receipt of a purchase order by the contract supplier at his designated ordering location. If more time is needed the bidder should state the extra time required and the reasons why in the bid. Acceptance will be subject to "DOT" approval. Refer to Section 8.0 - 8.2 of specification for additional delivery requirements. Contractor shall complete delivery to DOT within fourteen (14) calendar days from anticipated date stated in acknowledgment form. Contractor shall notify DOT personnel designated on purchase order no less than twenty-four (24) hours prior to delivery. Deliveries will be accepted only between 8:00 A.M. and 3:00 P.M. on DOT's normal work days. Deliveries not complying with these requirements may be rejected and will have to be redelivered at contractor's expense. A Manufacture's Statement of Origin and a copy ofwarranty(ies) shall be provided upon delivery. All service and operating manuals required shall be provided upon delivery. Bid No.: N01098G1 7) ESTIMATED PURCHASES It is anticipated that the "DOT" will purchase approximately $50,000.00 under any contract resulting from this bid. This estimated amount is given only as a guideline for preparing your bid and should not be construed as representing actual amount to be purchased under this contract. This bid will be subject to annual appropriated funding. 8) PRICES Price(s) shall remain firm, delivered to Department of Transportation location(s) in Florida for each contract period, subject to the availability of funds. 9) INVOICING Invoices must match units specified on the Purchase Order. 10) REPLACEMENT Replacement of all material found defective within the warranty period or not meeting specifications shall be made without cost to the purchaser, including transportation and/or restocking fees if applicable. 11) LIQUIDATED DAMAGES As timely delivery is of importance to the functioning of the agency, the "DOT" reserves the right to cancel such items of the contract which are not delivered within the required time for such items. Failure by the awarded vendor(s) to deliver items as specified within the stated time may subject the vendor(s) to liquidated damages in the amount of one percent (1 %) of the bid price of the items for each day beyond that time. 12) ALTERNATES Alternate brands will be considered for this bid. The "DOT" reserves the right to require each vendor to demonstrate to the satisfaction of the "DOT' that the items/materials will perform in a completely acceptable manner. In the event the "DOT' judges that the demonstrated performance is unsatisfactory the "DOT' may reject the contractors bid. Product or information for the evaluation of alternate products shall be provided to Angel Birriel for approval prior to the bid opening date and time. Demonstration time and place is subject to agreement of the "DOT' and the vendor. Any samples received shall be retained for use as quality standards and as models for acceptance inspection. 9 Bid No.: N01098G1 13) PRODUCT REQUIREMENTS/SPECIFICATIONS Items furnished shall be standard products of the manufacturer or their suppliers, shall be new, unused, clean and free from any defects or features affecting appearance, serviceability, or the safety of the user in normal intended use. Any deviation from specifications indicated herein should be clearly pointed out; otherwise, it may be considered that items offered are in strict compliance with these specifications, and successful bidder held responsible therefor. Deviations should be explained in detail on separate attached sheet(s). 14) BID QUESTIONS Technical questions regarding product specifications, product testing, or delivery should be directed to Angel Birriel OD- (850) 488-4562. Florida Department of Transportation Attn.: Angel Birriel 605 Suwannee Street Haydon Burns Building, MS52 Tallahassee, Florida 32399-0450 Questions regarding administrative aspects of the bid should be directed to: Lillian Graham @ (850) 921-7354. 15) REQUIRED DOCUMENTS Bidders are required to complete and return the State of Florida "Invitation To Bid" form as well as the bid sheet(s). These forms must be signed by a representative who is authorized to contractually bind the bidder. All bid sheets and the "Invitation To Bid" form must be executed and submitted in a sealed envelope. The return bid envelope must indicate the bid number, date and time of the bid opening. 16) PRICE PREFERENCE FOR CERTIFIED MINORITY BUSINESS ENTERPRISES In accordance with Florida Statute 287.057, a 10% price preference may be included for all bids received from certified Minority Business Enterprises (MBEs). The 10% price preference means that if a certified MBE comes within 10% of the lowest responsive bidder, and that bidder is not a MBE, the DOT has the authority to award the contract to the MBE. The Florida Minority Business Advocacy and Assistance Office is hereby granted standing to protest, pursuantto s. 287.09451, in a timely manner, any proposed contract opportunity to reserve a contract for minority participation was not executed or as agency failed to adopt applicable preference for minority participation. Bidders are encouraged to include, with their bid submittal, a copy of their Minority Business Bid No.: N01098G1 Enterprises certification letter when applicable. All certifications must be current. 17) PUBLIC ENTITY CRIMES STATEMENT 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 to provide any goods or services to the public entity for a period of 36 months from the date on the convicted vendor list. 18) UNAUTHORIZED ALIEN WORKERS The employment of unauthorized aliens by any contractor is considered a violation of Section 274A(e) of the Immigration and Nationality Act. If the contractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of the contract. 19) SPECIAL ACCOMMODATIONS Any person with a qualified disability requiring special accommodations at the pre -bid conference and/or bid/proposal opening shall contact purchasing at the phone number on the above Invitation To Bid or Request for Proposal cover sheet at least five (5) working days prior to the event. If you are hearing or speech impaired, please contact this office by using Florida Relay Services at (800) 955-8771 (TDD). 20) RECYCLED MATERIAL If the product herein is available with recycled content, we request that you provide product information to help in our search for recycled products. However, this bid request is for the product as specified herein and does not require prices for recycled product. This information should be sent separately and not a part of your bid response_ 7 Bid No.: N01098G'I FLORIDA DEPARTMENT OF TRANSPORTATION EQUIPMENT SPECIFICATION Unit of Equipment: PORTABLE 8" CENTRIFUGAL PUMP, TRAILER MOUNTED Specification Number: FC9012 July 29, 1998 ATTENTION PROSPECTIVE SUPPLIERS: In order for your bid on this equipment to be considered, all questions in this specification must be answered and all information asked for must be supplied. Incomplete or inappropriate (i.e., responding "yes" .or "no" when specific information is asked for) responses will result in your bid being rejected. 1.0 INTENT: It is the intent and purpose of this specification to describe and set standards for a trailer mounted portable 8" centrifugal pump to be used for general applications in roadway maintenance projects where water control is required. 1.1 QUALIFICATION OF MANUFACTURER AND MODEL: The unit required and covered by this specification shall be the manufacturer's latest basic production model and shall be equipped with all standard equipment in accordance with the manufacturer's latest data, a copy of which must accompany the bid. This contract will not be awarded until Central Office Equipment Engineering is satisfied that the equipment proposed will meet the specification in every way. This may require interviews, documentary evidence, an equipment demonstration and inspection at an FDOT location of our choosing, or any combination of the above. Prospective suppliers will be expected to be fully cooperative with providing any reasonable evidence of specification compliance by the above methods. A maximum of 30 days between bid opening and contract award may be required for this process. After contract award, specification compliance will be reconfirmed by inspection, documentation, and demonstration when the first and subsequent items are delivered, prior to acceptance. (See Section L.2). No prototypes are allowed. The unit bid must have basically been in production for a minimum of one year. YES Comply? (Yes/No) 1.2 DEFINITIONS: 1.2.1 "Approved Equivalent". Bidders may substitute components for those listed P=I if written approval (FAX is permitted) is granted bythe Florida Department of Transportation (FDOT) District Fleet Engineer for his District or the State Mechanical Equipment Engineer prior to bid opening. If this has not been accomplished by bid opening time, your bid will be rejected. The FDOT assumes no responsibility for responding to requests for approval of alternates in time for bid opening, as a technical evaluation frequently must be performed. Therefore, bidders are cautioned that quoting of the components listed may be advisable if lead time is short. H. Bid No.: N01098G1 Note: Inadvertent acceptance of previous bids with alternate components shall not be construed as FDOT approval of such alternate components. YES Understand and Acknowledge? (Yes/No) 1.2.2 Manufacturer's model numbers: when a manufacturer's model number is stated, it is understood that design changes to the stated model by the manufacturer are not subject to the control of the FDOT and that the intent is to procure an item substantially identical to that version last procured by, demonstrated to, or otherwise brought to the attention of the FDOT. It is explicitly understood that it is the responsibility of the bidder to notify the FDOT of any changes of consequence, and obtain approval per 1.2.1. Please contact the person named on the bid documents for information regarding the last model for which information is on record with the FDOT bid evaluators. YES Understand and Acknowledge? (Yes/No) 1.2.3 "Heavy Duty". This term means that the design and construction of the item is sufficiently rugged and has adequate safety factor to stand up to the use typically expected to be associated with FDOT personnel without structural or functional failure or other consequences such that the item causes or will probably cause excessive downtime. The District Fleet Engineer for his District or the State Mechanical Equipment Engineer may accept or reject items bid based on his judgement of compliance with this provision without the necessity for a field trial, or may require testing and verification at his discretion. YES Understand and Acknowledge? (Yes/No) 1.2.4 "Per (spec)". Whenever a specification such as SAE, OSHA, or FED -STD (but not limited to those) is referred to, the latest version as of the date of bid request is the version to be used. If an update takes place between the time of bid request and equipment delivery, the successful bidder and the FDOT will mutually agree in writing on which version shall prevail unless there are statutory requirements that the new version be used. YES Understand and Acknowledge? (Yes/No) �7 Bid No.: NO1098G1 1.3 GENERAL: The device procured underthis specification shall consist of a trailer mounted, diesel powered, self priming centrifugal "trash" pump for general dewatering use by Florida Department of Transportation (FDOT) maintenance crews. The entire device must be suitably corrosion protected. The device shall conform to all detail provisions of this specification. YES Conform? (Yes/No) 2.0 TRAILER: The trailer shall have a Heavy Duty (see Definitions) frame with outriggers with pre-set position stops and a combination hitch to incorporate both 63.5 mm (2 1/2") pintle ring and a 51 mm (2") ball coupler. Two 1588 kg (3500 lb.) rated safety chains shall be included. Trailer to have an axle and leaf springs of adequate rated capacity, fenders, and 15" auto type wheels and tires of reputable manufacture. Federal DOT approved run, stop, and turn signals, and all other legally required features shall be provided. Trailer electrical connector and wiring shall comply with SAE J560b and SAE J1067. THOMPSON PUMP MODEL 8HT-DJDRT-6T YES Make/Model? Comply? (Yes/No) 3.0 ENGINE: 3.1.1 The engine shall berated at 74.6 KW (100 HP) minimum at 1800 rpm. Engine shall be a reputable brand liquid cooled diesel, for which parts and service are readily available throughout Florida. Furnish list of dealers with bid. JOHN DEERE MODEL 6068T 91.75 (123HP) Make & Model? KW (engine hp)? 3.1.2 Engine shall include air cleaner, electric start, automatic shutdown for high coolant or cylinder head temperature or low oil pressure, and a fuel tank with sufficient capacity for 24 hr. of operation at 74.6 KW (100 HP) engine output. Fuel tank shall be corrosion resistant inside, either galvanized or aluminized. 60 GALLONS Fuel tank capacity? YES Comply? (Yes/No) 3.1.3 A 430 CCA minimum battery shall be provided. An alternator of capacity satisfactory to the FDOT shall be provided. 650 CCA Battery capacity? 65 AMP Alternator capacity? 10 Bid No.: NO1098G1 3.1.4 Ammeter, oil pressure gauge, and engine hour meter shall be provided. These gauges shall be vibration resistant and protected from the weather either by design or location. YES Comply? (Yes/No) 3.1.5 Oil filter, fuel filter, speed controls, and all other equipment normally supplied with the engine for satisfactory operation shall be supplied whether specifically mentioned in this specification or not. YES Comply? (Yes/No) 3.1.6 Sound Level: The engine and pump, under all power settings, shall not generate more than 89 dBA when tested in accordance with SAE J1175. YES Comply? (Yes/No) 4.0 PUMP: General: The pump shall be of the self priming, open front impeller design and capable of tolerating solids of up to 76 mm (3") diameter in the flow. Easily accessible cleanouts shall be provided. YES Comply? (Yes/No) 4.1 Materials: The impeller shall be a high grade of ductile iron. The housing and volute shall be a high grade of cast iron. All materials shall be suitably chosen for resistance to corrosion and abrasion. Shaft seal shall have tungsten or silicon carbide or ceramic rubbing faces (carbon not acceptable). All materials shall be suitably resistant to abrasion and corrosion. YES Comply? (Yes/No) 4.2 Shaft, Bearings, and Seal: Suitable sealed or greasable long life rolling element bearings shall be provided. A seal drain cavity shall be provided between the impeller seal and the shaft bearings. YES Comply? (Yes/No) 4.3 Pump Characteristics: Minimum total dynamic head @ zero flow: 30.5 m (110 ft.) 115 FT. Head @ zero flow? 11 Bid No.: N01098G1 Minimum flow capacity @ 15.2 m (50 ft) total head and 3 m (10 ft) suction lift: 126 L/sec (120,000 gph). 120,000 GPH Flow @ conditions stated? Suction lift capability: 7.62 m (25 ft) 25 FT. Lift capability? 4.4 Inlet and Outlet: Pump inlet and outlet shall be 8" NPT, shall be horizontal, and located for convenient hook up. YES Comply? (Yes/No) 4.5 Other Standard Equipment: Pump shall be equipped with a strainer, a lifting eye for the entire unit, and means of quick access to clean -out ports, such as built-in wrenches. YES Comply? (Yes/No) 5.0 OPTIONAL EQUIPMENT: State availability and price. (These options must be bid in order for your overall bid to be considered, unless they are not available. If not available, state "N/A". Award will be based on the combination of pricing which is in the best interest of the State of Florida). 1. Suction and discharge quick couplers. YES Available? (Yes/No) $ 462.00 Price? 2. Suction hose (PVC; reinforced to prevent collapse): YES $ 833.00 Available? (Yes/No) Price? 8" SUCTION HOSE/10 FT. LGTH W/C & E QUICK COUPLERS 3. Discharge hose (PVC; "layflat" type): YES Available? (Yes/No) 8" X 50' W/C&E QUICK COUPLER 4. Hose rack on trailer: $ 749.00 Price? 12 Bid No.: N01098G1 YES $ 315.00 Available? (Yes/No) Price? 5.0 PAINTING: All surfaces of the unit normally painted by the manufacturer, including all exterior mounted components, shall be painted in accordance with the following, as a minimum: 1. All surfaces shall be ground smooth with welding slag, burrs and sharp edges removed. 2. All surfaces shall be sandblasted to white metal and then immediately receive one (1) coat of rust inhibitive primer. 3. All primed surfaces shall receive two (2) coats of premium grade automotive enamel Yellow # 13538 of Federal Standard 595. YES Comply? (Yes/No) 7.0 CONDITIONS: Terms and conditions set forth in the bid documents will overrule this specification when there is disagreement between the specification and bid documents. 8.0 DELIVERY AND ACCEPTANCE: 8.1 The unit shall be properly serviced, clean, and in first class operating condition upon delivery. Pre -delivery service shall include, but not be limited to, the following: a) Complete lubrication of all components as required with OEM recommended lubricants. b) Check of all fluid levels and adjustment as required. c) Adjustment of engine to proper operating condition. d) Inflation of tires to recommended pressure. e) Check of all accessories, gauges, and mechanical and electrical equipment and adjustment and repair if required. f) Thorough cleaning of device and removal of all unnecessary tags, stickers, etc. YES Comply? (Yes/No) 8.2 Two copies of the operator's manual and all warranties shall be delivered with the unit. YES Comply? (Yes/No) 13 Bid No.: N01098G1 9.0 WARRANTY: 9.1 The supplier shall warrant all components of its manufacture and design for a minimum of one year following the date of acceptance and will replace to the FDOT any part found to be faulty in manufacture or workmanship. The warranty shall include parts and labor at the delivery location or at the suppliers service location, at the option of FDOT. Parts and service must be available within 2 working days. YES Comply? (Yes/No) 9.2 Components not of the supplier's design and manufacture, such as the engine, are subject to the OEM warranty. In any case all warranties must be for at least one year. Dates of warranties are to be the date of acceptance by FDOT. The successful bidder shall act as FDOT's agent regarding any warranty claim on OEM warranted components. In the event of a warranty claim of this nature, the FDOT will deal only with the prime supplier of this item. Any negotiations with sub -contractors will be handled by the prime supplier. YES Understand and Accept? (Yes/No) 9.3 The supplier shall ensure that all service bulletins, recall notices, and/or other service or maintenance information for the reasonable life of the machines supplied are sent to the FDOT shop to which the machines are assigned. YES Comply? (Yes/No) 10.0 Specification problems, questions, or comment: Problems, questions, or comments regrading this specification must be directed to Equipment Engineering at (850) 488-4562 a minimum of 10 days prior to bid opening, and must be immediately confirmed in writing to: Kenneth Kimsey, P.E. or Angel M. Birriel, E.C. Florida Department of Transportation 605 Suwannee Street, MS 52 Tallahassee, Florida 32399-0450 YES Understand and Acknowledge? (Yes/No) 14 Bid No.: N01098G1 BID SHEET BID AS SPECIFIED OR APPROVED EQUIVALENT Bid #: FOB: STATEWIDE Bid Title: : PORTABLE 8" CENTRIFUGAL PUMP TRAILER MOUNTED NOTICE TO PROSPECTIVE OFFERERS: IF ASKED FOR SPECIFIC INFORMATION, YOU MUST GIVE THE INFORMATION REQUESTED. THE COMPLETED SPECIFICATION COMPLIANCE SHEET, WITH ALL BLANKS FILLED IN AND PROPER RESPONSES SHALL BE RETURNED WITH YOUR BID. BIDDERS SHALL SUBMIT TWO (2) COPIES OF MANUFACTURER'S DATA WITH BID PACKAGE. Failure to comply with this notice will cause your bid to be rejected as non -responsive. DESCRIPTION: PRRTABLE 8" CENTRIFUGAL PUMP, TRAILER MOUNTED, PER SPECIFICATION FC9012, DATED J U LY 29, 1998. PRICE PER UNIT DELIVERED TO ANY FDOT LOCATION IN FLORIDA: $ 22 030.00 MANUFACTURER AND MODEL # THOMPSON PUMP MODEL 8HT-DJDRT-6(6068T1 OPTIONS: (May or may not be purchased at discretion of the FDOT. Option price will not be considered in basis of bid award.) 5.1 $ 462.00 5.2 $ 833.00 5.3 $ 749.00 5.4 $ 315.00 DELIVERY: Delivery will be made within 45 TO 60 days after receipt of Purchase Order. 15 Bid No.: NO1098G1 CONTRACT NO.: P0191 ORDERING INSTRUCTIONS NOTE: ALL ORDERS SHOULD BE DIRECTED TO: FEDERAL EMPLOYER IDENTIFICATION NUMBER (FEID): F59-1286389-001 VENDOR: THOMPSON PUMP & MANUFACTURING CO. INC. ADDRESS: 4620 CITY CENTER DRIVE, PO BOX 291370 CITY, STATE, ZIP: PORT ORANGE, FL 32119-1370 TELEPHONE: 904-761-7310 TOLL FREE NO.: (800) 767-7310 _ FAX NO.: 904-761-0362 DELIVERY: DELIVERY WILL BE MADE WITHIN 45 - 60 DAYS AFTER RECEIPT OF PURCHASE ORDER. PRODUCT INFORMATION: DIRECT INQUIRY TO: NAME & TITLE: J.S. GOLDEN PUBLIC WORKS DIVISION MANAGER ADDRESS: 4620 CITY CENTER DRIVE PO BOX 291370 CITY, STATE, ZIP: PORT ORANGE FL 32119-1370 TELEPHONE: 904-767-7310 TOLL FREE NO.: 800/ 767-7310 Will you accept the State of Florida Purchasing Card (VISA)? X YES or NO Bid No.: N01098G1 /IT97:1, 1591'ej 04 -IM 4 &1 3 *PmMWA AI01072TL39 0N14&V *670111IrTT0aW:4:�Y07►A ADDRESS: CITY STATE _ ZIP ************************************************************* Your purchase order number was received on , the order was placed with the manufacturer on We anticipate delivery to your agency on or about Please reference your purchase order number or the production number if an inquirey should become necessary. Contractors request that purchaser(s) refrain from inquires about delivery unlsee the anticipated delivery has been exceeded. ***************************************************************** CONTRATOR NAME ADDRESS CITY STATE ZIP SIGNATURE DATE COMMENTS: 17 JUN 14 2000 10:40 FR CITY OF DE~LTONA 407 860 7167 TO 919547242408 P.05i06 AGENDA MEMO TO: MAYOR & CITY COMMISSION AGENDA DATE: 9/20/99 FROM: LISA SPRIGGS, FINANCE DIRECTOR AGENDA ITEM: SUBJECT: Award of Bid No. 99-04 - Trash/Sewage Pump and 99-05 - Trash Pump BACKGROUND: SOURCE OF FUNDS: ORIGINATING DEPARTMENT: REVIEWED BY: STAFF RECOMMENDATION: POTENTIAL MOTION: On July 6, 1999, the Deltona City Commission approved the staff request to solicit bids for a Trash/Sewage Pump and a Trash Pump. Bid packets were distributed to seven different vendors. On August 31, 1999 the bid opening took place and the lowest responsive bidder was Thompson Pump. (See attached bid tabulation summary). The cost for the Trash Sewage Pump was $13,799. The cost for the Trash Pump was $10,193. The original budgeted amount was $38,000. The FY99 budget for the City's Stormwater Utility Fund with $38,000 appropriated for the purchase of the pumps. Department of Finance & Internal Services City Manager, City Clerk & Finance Director Approval of Bid No. 99-04 and 99-05. "I move that the City Commission award Bid No. 99-04 and Bid No. 99-05 to Thompson Pump." -1- J'UN 14 2000 10:40 FR CITY OF DELTONA 407 860 7167 TO 919547242408 P . 06/06 CITY OF DELTONA . BID NO. 99-05-TRASH PUMP BID RESULTS — OPENING 9/31/99 @ 9:15 A.M. Thompson Pump 4620 City Center Drive, Port Orange, FL 32119 $10, 193 800-767-7310 Ron House PA P.O. Box 701323, St, Cloud, FL 34770 No response 957-3308 407-891-7223 Complete Development Watering PO Box 290125, Port Orange, FL 32129 $14,220 904-767-3440 irainger No response 180 LB McCloud Road, Oriando, FL 32811 07-843-0875 Rider Distributors P.O. Box 12-6506, Hialeah, FL 33012 No response 305-821-0306 Statement of D&D Pumps 10730 Dalton Ave., Tampa, FL 33615 No Bid 813-891-1274 USA Bluebook Statement of 3995 Commercial Ave., Northbrook, IL 60062 No Bid 847-291-7000 Hertz Equipment Rental Statement of 1U655 Central Port Dr., Orlando, FL 32824 No Bid 407-240-2132 -2- ** TOTAL PAGE-06 ** JUN 14 2000 10:39 FR CITY OF DELTONA 40? 860 7167 TO 9195472424oe P.02/06 407 860 7167 5EP 24 1999 02.05 FR CITY OF DELTONA 407 860 7167 TO 919047610362 P.08i11 SEP 2 91999 CITY OF DELTONA CONTRACT BID NO.99-05 d" SELF PREAMG TRASH PUMP THIS AGRE'$1VCENT. made and entered into this —atday of , 1921 by and betwoen the City of Dehona, hereinafter generally called the Ownee, and `'hompson pump, 1496 Herbert Street port age, FL 32119 (Contractor) here er generally called the Contractor, duly authoriz to Conduct rlSittess to a tote of Florida, w C T N E S S E T H, that for and in considamtion of the payment and agreement to be made and performed by the Owner, Contractor, at lrs own proper cost and expense will provide Self Priming Trash Pump consistent with specifications found in City of Deltona Bid No. 99-05, titled 4" Self Priming Open 717rash PumpThompson Model Number 4HT-DDRT-F3Ll0I IF or Equal in accordance with attached Contract Documents, and in full compliance with this Agreement. And the contractor agrees to receive the prices stated in the Proposal amched in full compensation for furnishing equipment as described herein_ To prevent all disputes and litigation, it is eg<ced by and betwear the Parties to this Contract that the City shall in all cases determine the quality of the equipment and shall determine all questions in relation to the equipment and as to the interpretation of the specifications. Payments shall be made in accordance with provisions a9 outlined elsewhere in these specifications. The Contract Documents shall consist of the following: 1. Legal Notice (advertisement for Bids) Z. Bidding Instructions, Terms and Canditions 3. Instructions to Bidders 4. Proposal aid form and Bid Form (Proposal as accepted) 5. General and Technical Specifications Including Addenda and Bulletins JUN 14 2000 10:39 FR CITY OF DELTONA 407 860 7167 TO 91954724240e P.03/06 41j'r k1bw (,lb-( P.10/11 SEP 24 1999 02:05 FR CITY OF DeLTONA 407 860 7167 TO 919047610362 PROPOSAL BID FORM FOR BID NO: CITY OF DELTONA - LF 1M1 TRASH PUMP To. purchasing Agent City Halt CITY OF DF-LTONA Post office Box 5550 800 Deltona Blvd. Deltona, FL 327258-5550 The undersigned hereby declares that after carefully examining the specifications for: r*rww*irwtt�ri#t*wt#tf#t*rMwwlf*fwwwwwwwwwwrwuwwwtirii BID NO: 1 rr am fully aware of all conditions affecting ssucch work/items,d or oes he bey submit the bids were advertised to be returned by A 31 following bid for completion of said work/item. cenuine Thompson Model per Total bid price for HT- RT^F3 011E m specifications is as follows. $ 10 193.00 TOTAL (Attach Bid Form and Schedule of Prices) The Bidder hereby acknowledges receipt of the following Addenda. if anY. Dated No.---- Dated No.- ^ gated The trash pump shall be delivered within 30 calendar days from date vendor receives official Purchase Order. BF-1 JUN 14 2000 10:40 FR GITY OF DELTONA 40'/ .tib0 SEP 24 1999 02:05 FR GITY OF DELTONA 407 860 7167 TO 919547242408 P.04i06 r'la r 407 86e 7167 TO 919047610362 P.11i11 As required in paragraph 16 of the Bidding Instructions. Terms, and Conditions, a oompletsd Convicted Vendor Form (CVF) must be on file in the City's Clerk's Office. Check one of the following: X Attached is a completed CVF CVF already.on file in City Clerk's Office Attached, as required In paragraph 11 of the General Specifications, is a list of customer / client references. Yes X r. No._ (check one) The City reserves the right to accept or reject any or all bids, to waive informalities, and to reject all or any part of any bid as they may deem to be in the best Interest of the City. The Proposal Bid Form i additionalandatory form to easesupportive fobmstAulation and representataive moist however, it can be accompaniedby sign this Proposal Bid Form. Bids not received by advertised due date and time (see Bidding Instruction Terms and Conditions Section, Paragraph 1.3) will be returned to sender unopened. Company Name Thompson ?Y-T-nR & Manufacturi'n Co., Inc. officer's Nance & Title (Print) J. Golden/Public Works Division Manager Signature of Officer Business Address city/StaterZip Mailing Address City/State/'Zip Business Telephone Fax Telephone P.O. Box 291370 Port Orange, FL 32129-1370 P.O. Box 291.370 Port Orange,.Fld 321- -1370 904-767-7310 904-761-0362 1=1� ** TOTAL PRUE.11 ** 06/14/00 10:46 THOMPSON PUMP 3 954 724 2409 NO.03? P003/004 Specificotion Doty 4MT- Q•Q- 3 x as- (535) 5r (1321) rwa rem tMLUWPW 'PUMP SPECIFICATIONS: ENGINE SPECIFICATIONS: MODEL — J 1 oo-6TW, SIZE — 4" X 4" NPT MALE MODEL — Deutz F31.1011 air --cooled diesel. CASING — Cost iron, class 30. IMPELLER — Two --vane, with rear equal— TYPE — 3—cylinder, 4—cycle, air—cooled diesel. izing vanes, non —clogging, semi —open, ductile Iron with 316 stoiniess DISPLACEMENT — 125 cubic inches. steel shalt sleeves. GOVERNOR — Manual throttle and SEAL — Grea.e or oil —lubricated, rotary, stop lever. mechanical type. Tungsten carbide-- LUBRICATION -- Pressurized. to --tungsten carbidr seal focus. All other metal AIR CLEANER — Dry element. components ore 316 slain— leas steel w/nitrite rubber elasiomers. FUEL TANK -- 40 U.S. gallons. WEAR PLATES O 2 —Fronk !kc rear removable OPERATING TIME — Minimum. 24 hours. cast iron, rubber --lined, oil and abrasion STARTING — Electric. 12V starter resistant. motor. SOLIDS CAPACITY — 2" dia. spherical solids. SAFETY SHUTDOWNS — High head temp., CLEAN OUTS — Easily removable, non— rusting brass fasteners. low it pressure, automatic. STANDARD EQUIPMENT SUCTION VALVE — Two ply nitrite rubber (two' — Oil & fuel filter, tachometer. hour meter, 14 Amp. alternator and instrument ply canvas reinforced do weighted). panel. FLANGES -- Class 30 cast Iron. STANDARD EQUIPMENT -- NPT male fittings OPTIONAL EQUIPMENT — Cold weather starting aid, on suction & dischorge, strainer, 90° discharge elbow, skid --mounted, lifting MANUFACTURER'S PERFORMANCE — Max SAE bail. BHP 42, • 3D00 rpm N Max Cont. 8HP 36 O 2800 OPTIONAL EQUIPMENT — Suction & dis— rpm Cant- 13HP 27.5 O 1806 rpm charge quick couplers. PVC or rubber hose, road troller —mounted. TRAILER OPTIONS — Leaf springs, fenders, fights, brakes, hoer, THOMp DalDOT rock, G78x14-4—ply tires, standard. P et MArJUfAC►URrNc CO., WC. H78x1S-6—ply tires, optional, In the Interest of product Improvement. TPM reserves the right to change specifications. 06/14/00 10:46 THOMPSON PUMP a 954 724 2408 NO.037 P004/004 sp eciliCation Data SELF --PRIMING CENTRIFUGAL 6/29/90 (Spec95) HEAVY DUTY CAST IRON TRASH PUMP J 100— 6TW SIZE: 4" X 4" r 0 22 1, /la (576) 103 (zea ) CURVE NO: d100--6 IMP OK ••74Q' I S12E: 4' X 4' IMP N0: 410091 40 130— IE0- e0 110 - 30 100. 40 90 80 • 30 70 20 60 SO ro 40 10 30 10 20 10 D 0 0 1 7E(7000) 3/4 s:1 7e (Ixe ) 41 7/e (1064) I RPM. VARIAOLE SP CRY; 1,0 FACE CIA; .010-,02ar MIT: 270 IEs, THOM' ON Pump . w WACTWOW W.. .c INTERMMW PCRFORMANCE I- ►"INUM "K C0NT1r uQuS PERFORMANCE 1 1 251t 20h lift 1041 5�t SUCTION (JFT�-7.bm 6.In� m _m 1. m 0 1y0 200 300 400 S00 600 700 V.S. CAL 0 200 400 600 000 1000 1200 1400 1600 1800 2000 2200 2 400 2600 2ADO UTCRS TOTAL FLOW PLR MINUTE (TWO —VANE IwPE%,LEA) P.O. Box 29070. Port Orange. Floridq 37129 -1370 (904) 767-7310 FAX: (904) 761-0362