Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2000-028Temp. Reso. #8889, January 6, 2000 1 CITY OF TAMARAC, FLORIDA RESOLUTION #R-2000- ,� a A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD BID #00-05B ENTITLED, "POSITIVE DISPLACEMENT VACUUM TRAILER", TO THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER, SOUTHERN SEWER EQUIPMENT SALES, IN THE AMOUNT OF $64,900.00; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Construction Division of the Utilities Department maintains 229 miles of various size water mains, 31 miles of water transmission mains, 30 miles of waste water force mains, 145 miles of waste water gravity mains and 16,000 water and wastewater services; and WHEREAS, the Fiscal Year 2000 Capital Improvement Budget approved and appropriated funding for the purchase of the Positive Displacement Vacuum Trailer; and WHEREAS, the City of Tamarac publicly advertised Bid #00-05B for the purchase of one (1) Positive Displacement Vacuum Trailer in the Sun Sentinel on December 12, 1999 and December 19, 1999; and WHEREAS, Southern Sewer Equipment Sales submitted the lowest responsive and responsible bid as per copy of the bid and bid tabulation (attached hereto as "Exhibit A"); and WHEREAS, the City Commission approved funds in the FY00 Budget for the purchase of a vacuum trailer; and LJ Temp. Reso. #8889, January 6, 2000 2 WHEREAS, the Director of Utilities and the Purchasing/Contracts Manager recommends Bid #00-05B be awarded to Southern Sewer Equipment Sales for the purchase of the Positive Displacement Vacuum Trailer; 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 authorize the awarding of Bid #00-05B entitled, "Positive Displacement Vacuum Trailer" to Southern Sewer Equipment Sales. 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 the Resolution. SECTION 2: The awarding of Bid #00-05B for the purchase of one (1) Positive Displacement Vacuum Trailer is hereby approved. SECTION 3: Funding for this purchase will be from the appropriate Utilities Operational Account entitled "Equipment $500 or Greater". 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 invalid, Temp. Reso. #8889, January 6, 2000 3 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. JOE SCHREIBER ` MAYOR ATTEST: CAROL GOLD, CM CITY CLERK I HEREBY CERTIFY that I have nr.r.r.x[7e,.�1 4hin 000ni I I-rinKl nn CITY ATTORN SL/mg RECORD OF COMMISSION MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 2: V/M MISHKIN DIST 3: COMM. SULTANOF DIST 4: COMM. ROBERTS ATTACHMENT "A" • Vacuum Trailer (ea.) Non -Collusive Certification Vendor Drug Free Variances Three copies of bid Warrenty BID TAB BID #00-0513 VACUUM TRAILER Southern Sewer Sewer Equipment Co. $64,900.00 signed and notarized signed signed none noted yes one year $69,705.00 signed and notarized signed signed none noted yes one year 11 requests for bid mailed--7 vendors did not respond, 2 vendors indicated "no bid" by telephone, 2 actual bids received. L • City of Tamarac Finance Department, Purchasing Division 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-2450 Facsimile (954) 724-2408 Website: www.tamarac.org INVITATION TO BID BID NO. 00-05B Sealed bids, addressed to the Purchasing and Contracts Manager of the City of Tamarac, Broward County, Florida, will be received in the Purchasing Office, 7525 NW 88th Avenue, Tamarac, Florida 33321-2401 until, December 29, 1999 at 2:00 p.m., at which time bids will be publicly opened and announced for: POSITIVE DISPLACEMENT VACUUM TRAILER All bids received after the date and time stated above will be returned unopened to the Bidder. All Bidders are invited to attend the opening. One original and two copies (2) of the bid shall be submitted on an official bid form furnished with the bid package and those submitted otherwise will not be considered responsive. The submittal shall be plainly marked Bid No. 00-0513, Positive Displacement Vacuum Trailer opening, December 29,1999 at 2:00 p.m. on the outside of the envelope. The City reserves the right to accept or reject any or all bids, or any part of any bid, to waive any informalities, and to award in the best interest of the City of Tamarac. Bid documents will be available for review and may be obtained from the Purchasing Office at the above address. For non -technical inquiries, contact the Purchasing Office at (954) 724-2450. Steven J. Beamsderfer Buyer E-mail: Stevenb@tamarac.org Publish Sun Sentinel: Sunday, - Sunday, 12/12/99 12/19/99 1 Equal Opportunity Employer INSTRUCTIONS TO BIDDERS 9 BID NO. 00-05B C, It is the intent of the City to award this bid to the lowest responsible and responsive bidder. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of The City of Tamarac. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated. GENERAL TERMS AND CONDITIONS These general terms and conditions apply to all offers made to the City of Tamarac by all prospective Bidders including but not limited to Request for Quotes, Request for Bids and Request for Proposals. As such the words "bid" and "proposal" are used interchangeably in reference to all offers submitted by prospective bidders. I. SUBMISSION OF THE BID: The Bidder is directed to deliver sealed bids to the City's Purchasing Office, City of Tamarac, 7525 N. W. 88th Avenue, Tamarac, Florida 33321, ON: December 29, 1999, no later than 2:00 PM. At this time the bids will be opened, the names of all Bidders will be announced and all bids shall be a matter of public record. All Bidders and their representatives are invited to attend. The Bidder must show the bid number, bid name, time and date of the bid opening on the outside of the sealed bid package. Delivery of the sealed bids to the City Purchasing Office on or before the above date is solely and strictly the responsibility of the Bidder. Late bids will be returned unopened to the Bidder. It is the Bidder's responsibility to read and understand the requirements of this bid. Unless otherwise specified the Bidder must use the bid form furnished in the bid packet. Bidders are required to state exactly what they intend to furnish to the City via this Solicitation and must indicate any variances to the terms, conditions and specifications of this bid, no matter how slight. If variations are not stated in the bid, it shall be construed that the Bidder's bid fully complies with all conditions identified in this bid. The Bidder shall submit one (1) ORIGINAL and two (2) copies of the bid. The ORIGINAL bid must be manually and duly signed in ink by a Corporate Officer, Principal, or Partner with the authority to bind the bidding company or firm by his/her signature. All quotations must be typewritten orfilled in with pen and ink. Bids having erasures or corrections must be initialed in ink by the Bidder. All prices, terms and conditions quoted in the submitted bid will be firm for acceptance for sixty days from the date of the bid opening unless otherwise stated by the City. 2 11 2. BONDING: Not applicable for this bid. 3. WITHDRAWAL OF BID: Any Bidder may withdraw its bid prior to the indicated opening time. The request for withdrawal must be submitted in writing to the City Purchasing Office. 4. PUBLIC ENTITY CRIMES FORM: 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 submit bids on leases of real property to public entity, 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. 5. NON -COLLUSIVE AFFIDAVIT: Each Offeror shall complete the Non -Collusive Form and shall submit the form with the Proposal. CITY considers the failure of the Offeror to submit this document to be a major irregularity and may be cause for rejection of the Proposal. 6. QUANTITIES: Quantities shown are estimates only. No guarantee or warranty is given or implied by the City as to the total amount that may or may not be purchased from any resulting contract. The City reserves the right to decrease or increase quantities or add or delete any item from the contract if it is determined that it best serves the interests of the City. 7. PRICES, PAYMENTS AND DISCOUNTS: Bid prices shall be fixed and firm. Payment will be made only after equipment has been received, accepted and properly invoiced. Invoices must bear the bid number and purchase order number. Cash discounts may be offered for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation. Bidders are encouraged to provide prompt payment terms in the space provided on the Bid Form. If no payment discount is offered, the Bidder shall enter zero (0) for the percentage discount to indicate net 30 days. If the Bidder does not enter a percentage discount, it is understood and agreed that the payment terms shall be 2% 10 days, net 30 days effective on the date that the City receives an accurate invoice or accepts the product, whichever is the later date. Payment is deemed to be made on the date of the mailing of the check. 8. DELIVERY: All items shall be delivered F.O.B. destination to a specific City of Tamarac address. All delivery cost and charges must be included in the bid price. All exceptions shall be noted. Failure to do so may be cause for rejection of the bid. The City reserves 3 r-7 L the right to cancel orders or any part thereof, without obligation if delivery is not made at the time specified in the bid. 9. BRAND NAMES: Manufacturers' name, brand name, model number or make is used in these specifications for the sole purpose of establishing minimum requirements of quality, performance and design. APPROVED EQUAL is added to the specifications to avoid ruling out qualified competition. Where equal is bid, the Bidder must submit brochures, specifications in detail and/or samples. The City shall be the sole judge of equality. 10. SAMPLES AND DEMONSTRATIONS: When requested samples are to be furnished free of charge to the City. If a sample is requested it must be delivered within seven days of the request unless otherwise stated in the bid. Each sample must be marked with the bidder's name and manufacture's brand name. The City will not be responsible for returning samples. The City may request a full demonstration of any product or service before the award of a contract. All demonstrations will be done at the expense of the Bidder. 11. CONDITIONS OF MATERIALS: All materials and products supplied by the Bidder in conjunction with this bid shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Bidder at no cost to the City. 12. COPYRIGHTS OR PATENT RIGHTS: The Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this bid. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 13. SAFETY STANDARDS: The Bidder warrants that the product(s) supplied to the City conforms with all respects to the standards set forth in the Occupational Safety and Health Act and its amendments to any industry standards if applicable. 14. PERFORMANCE: Failure on the part of the Bidder to comply with the conditions, terms, specifications and requirement of the bid shall be just cause for the cancellation of the bid award. The City may, by written notice to the Bidder, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 15. DEFAULT: In the event that the Bidder defaults on the contract or the contract is terminated for cause due to performance, the City reserves the right to obtain the materials or services from the next lowest Bidder or other source during the remaining term of the contract. Under this arrangement the City will charge the Bidder any excess cost 4 0 occasioned or incurred thereby and shall apply to any bid bond required 16. TERMINATION FOR CONVENIENCE OF CITY: Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to the Bidder, the CITY may without cause and without prejudice to any other right or remedy, terminate the agreement for the CITY's convenience whenever the CITY determines that such termination is in the best interest of the CITY. Where the agreement is terminated for the convenience of the CITY the notice of termination to the Bidder must state that the contract is being terminated for the convenience of the CITY under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, the Bidder shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, terminate all outstanding sub -contractors and purchase orders to the extent that they relate to the terminated portion of the Contract and refrain from placing further orders and sub- contracts except as they may be necessary, and complete any continued portions of the work. 17. ASSIGNMENT: The Bidder shall not transfer or assign the performance required by this bid without the prior written consent of the City. Any award issued pursuant to this bid and monies that may become due hereunder are not assignable except with prior written approval of the City. 18. EMPLOYEES: Employees of the Bidder shall at all times be under its sole direction and not an employee or agent of the City. The Bidder shall supply competent and physically capable employees. The City may require the Bidder to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Bidder shall be responsible to the City for the acts and omissions of all employees working under its directions. 19. TAXES: The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 20. BID PREPARATION EXPENSE: The Bidder preparing a bid in response to this bid shall bear all expenses associated with its preparation. The Bidder shall prepare a bid with the understanding that no claim for reimbursement shall be submitted to the City for the expense of bid preparation and/or presentation. 21. OMISSION OF DETAILS: Omission of any essential details from these specifications will not relieve the Bidder of supplying such product(s) as specified. 22. INSURANCE REQUIREMENTS: Bidder agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to Contractor, its employees, agents, or subcontractors, if any, with respect to 0 5 0 the work and services described herein. Bidder shall obtain at Bidder's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement. Bidder shall maintain such insurance in full force and effect during the life of this Agreement. Bidder shall provide to the City's Risk Manager certificates of all insurance required under this section prior to beginning any work under this Agreement. Bidder shall indemnify and save the City harmless from any damage resulting to it for failure of either Bidder or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage which the Bidder agrees to maintain during the term of this contract: Limits Line of Business/ Coverage Occurrence Aggregate Commercial General Liability $1,000,000 $1,000,000 Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability $1,000,000 $1,000,000 Workers' Compensation & Employer's Statutory Liability The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Bidder nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Bidder will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. 9 All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation. The Bidder's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Bidder's Worker's Compensation carrier will provide a Waiver of Subrogation to the City. The Bidder shall be responsible for the payment of all deductibles and self -insured retentions. The City may require that the Bidder purchase a bond to cover the full amount of the deductible or self -insured retention. If the Bidder is to provide professional services under this Agreement, the Bidder must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims -Made" forms are acceptable for Professional Liability insurance. 23. INDEMNIFICATION: The Bidder shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss . of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Bidder or his Subcontractors, agents, officers, employees or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or wilful misconduct of the City of Tamarac or its elected or appointed officials and employees. 24. CLARIFICATION TO TERMS AND CONDITIONS: Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Technical Specifications outlined in this bid, the Special Conditions and/or the Technical specifications shall prevail. The Bidder shall examine all bid documents and shall judge all matters relating to the adequacy and accuracy of such documents. Any inquires, suggestions, request concerning clarification or solicitation for additional information shall be submitted in writing to the City of Tamarac Purchasing and Contract Manager. The City shall not be responsible for oral interpretations given by any City employee or its representative. 25. BID TABULATION: Bidders who wish to receive a copy of the bid tabulation should request it by enclosing a stamped, self-addressed envelope with their bid, or by requesting a tabulation be sent to their fax machine. Bid results will not be given out by telephone. r7 • The City does not notify unsuccessful bidders of contract awards. 26. RECORDS/AUDITS: The Contractor shall maintain during the term of the contract all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Contractor agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract for the duration of the contract and retain them for a minimum period of one (1) year beyond the last day or the contract term. 27. Y2K PROCEDURES: CONTRACTOR represents and warrants that the computer system used to carry out the obligations set forth in this Agreement ("the System"), and all interfaces to the System, including, but not limited to, interfaces with other systems and data entry interface for the System, are Year 2000 compliant. Year 2000 compliant means information technology that accurately processes date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries and the years 1999 and 2000 and leap year calculations. Year 2000 compliant also means that the Year 2000 compliant information technology, when used in combination with other information technology, shall accurately process date/time data when other information technology exchanges date/time data with it. This warranty shall survive the expiration or termination of this Agreement. CONTRACTOR agrees to indemnify and hold harmless the City of Tamarac its ele cted and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) including but not limited to, loss of life, bodily or personal injury, or property damage, and loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the failure of CONTRACTOR's System to be Year 2000 compliant. E:? • 0 DETAILED SPECIFICATIONS The City of Tamarac is hereby requesting bids from qualified vendors to supply one (1) Positive Displacement Vacuum_ Trailer as per the conditions and specification contained in this document. These specifications have been derived from the SUPER TIGER VAC vacuum trailer as distributed by Sewer Equipment Co. of America. This has been done for the sole purpose of establishing minimum requirements of quality, performance and design. All "or equal" bids will be given full consideration. The City of Tamarac shall be the sole judge of equality. FRAME/TRAILER • Frame to be of tubular steel construction. • Trailer to be a tandem axle type; two spring style axels with a load rating appropriate for hauling trailer with a full tank. • Unit to have brakes on all wheels. A breakaway switch will be mounted at tongue. + Unit to be equipped with fenders. • Hitch shall be military type; unit to be equipped with safety chains and hooks; tongue of unit to have a drop -leg, sidewind tongue jack of appropriate capacity. • Unit to be equipped with sealed type safety lighting; I.C.C. approved; rear and sides of unit to be equipped with D.O.T. reflector safety tape. DEBRIS TANK AND DUMPING PROCEDURE • Capacity of debris tank to be approximately 1,000 U.S. gallons. • Tank to be constructed of steel, with a door at one end to facilitate dumping. • Tank to be equipped with sight glasses to allow for monitoring of tank level. Sight glasses to be 5" removable type; two at rear of unit and one at front of unit. + Rear of unit to be equipped with 6" brass discharge valve. • Door to be adjustable for proper sealing. • Door gasket to be one piece. • Door to be equipped with hydraulic door locks to assure proper sealing. • Tank to be equipped with automatic shut-off. • Tank will be dumped using a hydraulic cylinder of appropriate rating to raise one end. • Rear of unit to be equipped with hydraulic stabilizer legs. • The hydraulic legs automatically extend to the full position before debris tank can be raised. There is to be a safety mechanism that will prevent the tank from being raised unless stabilizer legs have been properly extended. E 0 HYDRAULIC BOOM ASSEMBLY • Unit shall be equipped with a rotating hydraulic boom, which allows for vacuuming of debris within an approximately 340-degree radius. • Boom shall be equipped with a hydraulic extension to allow for ease of operation in areas varying from 12' to 15'. • Boom shall be designed to rise hydraulically. • Hydraulic boom functions shall be controlled via a hand-held control box. • Boom shall utilize either 4" or 6" suction hose. • Hose size can change without the use of any tools. • Boom shall be equipped with roller at operating end for protection of boom during extension and retraction. POSITIVE DISPLACEMENT BLOWER SYSTEM AND SILENCER • Blower shall have the capacity of 2,400 CFM free air and 2,160 CFM at 15" of vacuum. • Blower shall be operated at a maximum of 2,050 RPM. • Blower to be belt driven from engine. • Blower system to be equipped with an intake, drainable moisture trap. • Blower system to be equipped with an approximately 5-Y4 cubic foot stainless . steel drop box. Drop box shall be equipped with a removable clean -out door. • Two filters shall be installed at outlet of drop box. Filters shall be easily accessible for cleaning. « Drop box to be equipped with a vacuum breaker valve. • Blower shall be equipped with discharge silencer. • System to be equipped with two vacuum relief valves which allow air to enter the system when vacuum exceeds 15" H.G. ENGINE • Unit to be powered by a diesel engine. • Diesel engine to be liquid cooled type. • Minimum horsepower rating of engine: 115. • Engine shall be equipped with the following items: ✓ 12-volt electrical system with keyed ignition switch ✓ Heavy-duty alternator and battery ✓ Mechanical governor ✓ Positive crank case ventilation system ✓ Replaceable type oil filter cartridge ✓ Locking vernier type throttle 10 ✓ Ammeter ✓ Oil pressure gauge ✓ Water temperature gauge ✓ Low oil pressure/high water temperature automatic shutdown switches ✓ Tachometer ✓ Hour meter • Engine shall be equipped with a PTO clutch furnished to engage and disengage the positive displacement blower. AUTOMATIC EXCESS LIQUID PUMP -OFF SYSTEM • Unit shall be equipped with a 3" self -priming trash pump, which is responsible for removal of excess liquid from debris tank. • Trash pump shall be capable of pumping approximately 300 GPM of liquid. • Pump capable of passing solid objects up to'/" in diameter. • Pump is activated by an automatic electrical clutch. Clutch is activated by a sealed internal float switch is located in debris tank. • System is equipped with a manual override electrical switch. • Pumping system capable of operating under full vacuum without unit shutdown. • Pump system shall be equipped with two quick couplers with shut-off valves, which allow for pumping from either side of unit. CONTROLS • Controls for unit to include: ✓ Keyed ignition ✓ Vernier throttle control ✓ Engine gauges ✓ Engine safety shutdown switches ✓ Tachometer ✓ Hour meter ✓ Fuel gauge ✓ Manual override switch for pump -off ✓ Debris tank dump switch (up/down) ✓ Control box for boom functions for movement of boom up/down, side to side, and in/out ✓ Vacuum breaker valve handle HYDRAULIC SYSTEM 11 • Hydraulic power for unit to be supplied by a 12-volt electric/hydraulic actuator. • Actuator to be rated a 1 Y2" GPM at 2,500 PSI. PAINT • All metal to be cleaned and sanded to insure proper bonding of paint. • All metal surface to be treated with epoxy primer. • Finish coat will be of urethane paint with color to be chosen prior to delivery. STANDARD ACCESSORIES • Unit shall be equipped with the following standard accessories: ✓ One 4' X 6" air induction tube ✓ One 4' X 6" extension tube ✓ Two 6' X 6" extension tubes ✓ Two 8' X 6" extension tubes ✓ One crown nozzle ✓ One 30' x 3" flat discharge hose ✓ One 16' boom hose 0 HIGH PRESSURE WATER SYSTEM • Unit shall be equipped with a high-pressure water system, which will be used for various purposes including introduction of water with vacuum system for hydro - excavation. • Water pump for high-pressure system will have a capacity of 1,000 PSI. • Water pump shall be activated by an electric clutch. A switch for the clutch shall be mounted on the control panel. The water pump shall be belt driven. • Unit shall be equipped with water tank(s) of approximately 200 gal capacity. Water tank(s) shall be constructed of a non -corrosive material; tank system to be baffled and have a drain. • High-pressure system shall be equipped with a pressure relief valve for system safety; overflow pressure will return to water tank. HIGH PRESSURE WATER SYSTEM Continued 19 • * A wash -down gun shall be included with on -off trigger. Gun shall have 50' of extension hose, which will be stored on a unit mounted hose reel. 13 • COMPANY NAME: (Please Print): SOUTHERN SEWER EQUIPMENT SALES Phone: 1-800-782-4134 Fax: 1-561-595-9171 ---NU I IC;t--- BEFORE SUBMITTING YOUR BID MAKE SURE YOU... x 1. Carefully read the SPECIFICATIONS and then properly fill out the BID FORM (Attachment "A"). x 2. Fill out and sign the NON -COLLUSIVE AFFIDAVIT (Attachment "B" and have it properly notarized. x 3. Sign the CERTIFICATION PAGE (Attachment "C"). Failure to do so will result in your Bid being deemed non -responsive. x 4. Fill out BIDDERS QUALIFICATION STATEMENT (Attachment "D"). x 5. Fill out the REFERENCES PAGE (Attachment "E"). 6-jL_ 6. Sign the VENDOR DRUG FREE WORKPLACE FORM Attachment "F" ( ) x 7. Include WARRANTY Information, if required: x 8. Clearly mark the BID NUMBER AND BID NAME on the outside of the envelope. x 9. Submit ONE (COLORED) AND TWO (2) PHOTOCOPIES of your bid. N/A 10. Include a BID BOND, if applicable. Failure to provide a bond will result in automatic rejection of your bid. X 11. Make sure your BID is submitted prior to the deadline. Late Bids will not be accepted. x 12. Include proof of insurance. FAILURE TO PROVIDE THE REQUESTED ATTACHMENTS MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE. THIS PAGE AND THE FOLLOWING COLORED PAGES ARE TO BE RETURNED WITH YOUR BID. THIS SHOULD BE THE FIRST PAGE OF YOUR BID 14 [7 ATTACHMENT "A" BID FORM POSITIVE DISPLACEMENT VACUUM TRAILER BID NO.00-05B We propose to furnish the following in conformity with the specifications and at the below bid prices. The bid prices quoted have been checked and certified to be correct. PRICE OF (1) ONE POSITIVE DISPLACEMENT VACUUM TRAILER (As per the Detailed Specifications listed on Pages 9 through 13 of this Bid. Price quoted must include delivery and is FOB destination) $ 64,900.00 DELIVERY INFORMATION (Please list the approximate time it will take to deliver the Trailer after receipt of order) 60-9�__ DAYS WARRANTY INFORMATION Please explain or list the Warranty that the City will receive on the supplied product. **********Attach additional sheets if needed OR DAMAGE. The undersigned declare to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this bid request, and hereby promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid together with all guarantees and warranties thereto. The undersigned bidding firm further certifies the product and/or equipment meets or exceeds the specification as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet bid specifications will be rejected by the City within thirty (30) days of delivery. Return or rejection will be at the expense of the bidder. Akithorized Signature FELIX DENMON 15 S01JIHF8N SEWER EQUIPMENT SAL S Company Name ATTACHMENT "A" 40 continued • Bidders Name: _SOUTHERN SEWER EQUIPMENT SALES NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. TERMS: NET % DAYS: 30 Delivery/completion: 60-90 calendar days after receipt of Purchase Order NOTE: To be considered eligible for award, one (1) ORIGINAL AND TWO (2) COPIES OF THIS BID FORM must be submitted with the Bid. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION:. Please indicate reason(s) why a Bid Proposal is not being submitted at this time. Return the Bid Form to avoid removal of Bidder from the City of Tamarac's vendor listing. 16 ATTACHMENT "A" continued Variations: The Bidder shall identify all variations and exceptions taken to the Instructions to Bidders, the Special Conditions and any Technical Specifications in the space provided below; provided, however, that such variations are not expressly prohibited in the bid documents. For each variation listed, reference the applicable section of the bid document. If no variations are listed here, it is understood that the Bidder's Proposal fully complies with all terms and conditions. It is further understood that such variations may be cause for determining that the Bid Proposal is non- responsive and ineligible for award: Section Variance NONE Section Variance Section Variance Section Variance Attach additional sheets if necessary. • 17 • 1-1 0 ATTACHMENT "B" NON -COLLUSIVE AFFIDAVIT State of FLORIDA ) ) ss. County of SAINT LUCIE ) FELIX Qly.,.,._ _ being first duly sworn, deposes and says that: (1) He/she is the a. FICER , (Owner, Partner, Officer, Representative or Agent) of SOUTHERN SEWER EQUIPMENT SALES the Bidder that has submitted the attached Bid; (2) He/she is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid: (3) Such Bid is genuine and is not a collusive or sham Bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm, or person to submit a collusive or sham Bid in connection with the Work for which the attached Bid has been submitted; or to refrain from bidding in connection with such work; or have in any manner, directly or indirectly, sought by person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit, or cost elements of the Bid price or the Bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed work; (5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any other of its agents, representatives, owners, employees or parties in interest, including this afFant. Signed, sealed and delivered in the presence of: _ / Witness W. By: FELIX D NMON (Printed Name) (Title) VICE PRESIDENT 1-1 P� ATTACHMENT "B" continued NON -COLLUSIVE AFFIDAVIT ACKNOWLEDGMENT State of_FLMpA__ ) ) ss. County of SAINT LUCIE) BEFORE ME, the undersigned authority, personally_ appeared FELIX DENMON to me well known and known by me to be the person described herein and who executed the foregoing Affidavit and acknowledged to and before me that SOUTHERN SEWER Ep,I_TPMENT s encuted said Affidavit for the purpose therein expressed. WITNESS my hand and official seal this ,-�,S -_ day of�L 199a. NOTARY PUBLIC, State of Florida at Large (Signature of Notary Public: Print, Stamp, or Type as Commissioned) ( ) Personally known to me or Produced identification Type of I.D. Produced SPA Rve Z ! DIANE B SIKKEMA COMUMMON WEN ( ) DID take an oath, or ( I DID NOT take an oath. o M CCs40000 JE OF F�MY COMMMWN EXPM8 ,.r.�,:- ,� - 2000 19 • ATTACHMENT "C" CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We(I), the undersigned, hereby agree to furnish the items)/service(s) described in the Invitation to Bid. We(I) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL ❑ PARTNERSHIP ❑ CORPORATION In OTHER ❑ IF OTHER, EXPLAIN: AUTHORIZED SIGNATURE: • -1ae; AUTHORIZED SIGNATURE (PRINTED OR TYPED) VICE PRESIDENT TITLE FEDERAL EMPLOYER I.D. OR SOCIAL SECURITY NO 65-0267110 COMPANY NAME: SOUTHERN SEWER EQUIPMENT SALES ADDRESS:34og INDUSTRIAL 27TH STREET CITY: FORT PIERCE STATE: FL ZIP: 34946 TELEPHONE NO.: 1-800-782-4134 FAX NO.: 1-561-595-9171 CONTACT PERSON: MARTY RUSSUM • c • LJ • ATTACHMENT "D" BIDDERS QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter: Name of Company: SouTHEgN SEWEB EQUIPMENT SALE Address:3409 INDUSTRIAL 27TH STREET FOR PIERCE F Street City State Zip Telephone No. SL__o0) 702-4134 Fax No. 561 595-9171 How many years has your organization been in business under its present name? 84 years If Bidder is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: COMPLY Under what former names has your business operated? NONE At what address was that business located? m / n Are you Certified? Yes M No ❑ If Yes, ATTACH A COPY OF CERTIFICATION Are you Licensed? Yes 5 No ❑ If Yes, ATTACH A COPY OF LICENSE Has your company or you personally ever declared bankruptcy? Yes ❑ No ® If Yes, explain: Are you a sales representative ❑ distributor d broker ❑ or manufacturer ❑ of the commodities/services bid upon? Have you ever received a contract or a purchase order from the City of Tamarac or other governmental entity? Yes ff No ❑ If yes, explain (date, service/project, bid title, etc) -TRUCK: 02 96 P.O.MBE 14277 NER Have you ever received a complaint on a contract or bid awarded to you by any governmental entity? Yes ❑ No IN If yes, explain:_._ Have you ever been debarred or suspended from doing business with any governmental entity? Yes 13 No 9 If yes, explain:____...__ 21 F-7 U C` ATTACHMENT "E" REFERENCES Please list name of government agency or private firm(s) with whom you have done business within the past five years: Agency/Firm Name: CITY OF LAUDERHILL Address 2001 N.W.,48TH,.,AVE. City/State/Zip LAUDERHILL, FL Phone:730-2971 Fax: Contact BOB SNYDER Agency/Firm Name. CITY OF MIRAMAR _ Address 2600 S.W. 66TH TERRACE City/State/Zip MIRAMAR, FL Phone: 438-1276 Fax: Contact TOM GOODE Agency/Firm Name: CITY OF POMPANO BEACH Address 1201 N.E. 3RD City/State/Zip POMPANO BEACH, FL Phone: 786-4153 Fax: Contact MARK STEVENS Agency/Firm Name: SHFNAUDnAELC(?NsTgtlCTIOd_,--- Address 1888 N.W. 21ST STREET City/State/Zip PUMPAHO BEACH, FL Phone:975-0098 Fax: Contact DANNY DIMUR Agency/Firm Name: CITY OF HALLANDALE Address: 630 N.W. 2ND STREET City/State/Zip HALLANDALE FL Phone: 457-1625 Fax: Contact: GORDON DOBBINS Agency/Firm Name: Address:_1.900 N.W. 44TH STREET City/State/Zip POMPANO BEACH, FL Phone:973-8421 Fax: Contact: JOC D' ALESSANDRO Agency/Firm Name: BROWARD COUNTY UTILITIES Address: 2555 W. COPANS ROAD --PGRPANU BEACH, FL City/State/Zip Phone: 831-0825 Fax: Contact: AY AN ER50N Agency/Firm Name: A RAPID ROOTER Address:25 N.E. 5TH STREET City/State/Zip POMPANO BEACH FL Phone:943-9100 Fax: Contact: CARLOS AXALA YOUR COMPANY NAME SOUTHERN SEWER EQUIPMENT SALES ADDRESS 3409 INDUSTRIAL 7TH STREET FORT PIERCE FL 34946 PHONE: 800-782-4134 FAX: 561-595-9171 22 0 ATTACHMENT "F" VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug - free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contenders to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. SOUTHERN SEWER -EQUIPMENT SALES A thorized Signature Company Name • FELIX DENMON 23 tF N 4 i TM [C['rI�ErT_N'EiVt0 _ELfCC"--, . ... is the safest and most effective system to clean debris from sanitary and storm sewer manholes and safely dig and remove soil using the hydro -excavation method. Other applications include the cleaning of catch basins, lift stations, telecommunications vaults, skimming grease from disposal digesters, sand, gravel, camp latrines and all general vacuum conveyance work. �v[C)=[)=E.[., rr C,V•.l f)o[) ."FIG—EE— VACp • T h t, '11 G P: - VAC features high-powered positive displacement blowers (1400-2400 CFM) that produce maximum suction; jobs are completed in less time. • TT r+ F T < kF. F - `,-, ,. rotating safety boom (340 degree rotation) means easy access to manholes — regardless of location. The operator works away from high traffic zones; the boom comple- ments and works easily in conjunction with truck or trailer mounted sewer flushing jets. • fi� 7 f µ' i' a. ` . �' 1,000 gallon debris tank means more time cleaning and less time emptying the tank. • :I w :rC %'v-, automatic liquid pump system allows continual emptying of liquids from tank which means maximum production at work site without work stoppage. • 'rhe TIC,:E K- VAC is available with a Hydra -Excavation System which removes dirt/soil/debris using high-powered vacuum and high-pressure water system without damaging utility lines or cables. • 1400 to 2400 CFM positive displacement blowers • Gas or diesel engine, A/C or L/C (80-130 H.P.) • 340 degree rotating safety boom • 411, 6", or S" suction hose capacity • Hydraulic boom extension • 300 GPM automatic liquid pump system • 1000 gallon (4.95 CUB. YD.) debris tank • Operator safety remote control system • Hydraulic door latches • Truck mountable skid available • Heavy duty hydraulic lift (50 degree dump) • Heavy duty industrial frame • 14,400 lbs. tandem axle capacity • Full set of extension tubes and accessories • Hydro -Excavation System 0 This equipment is not to be used for removal of hazardous material. Distributed by: Y > .jp MIS IL'i K i 7- Wog ding at Sheet Level Personnel entry into a manhole or confined space is not an option. Removal of debris from such locations must be done with a vacuum/hydro- excavation unit like the r] Maintaining the safety of your personnel is the job of the Vacuum work and Hydro - Excavation is done from the street level .. . )perations personnel are safe . , , and the work gets done. For more information on trailer mounted vacuum and our distributor network CALL 1-800-323-1604. E Using its high-powered vacuum in conjunction with an "on -board" high- pressure water pump and 180 gallon water reservoir, the `'_ A : `_ P ; h': is now able to excavate and lift soil in a safer and less invasive manner than traditional means. Hydro -Excavation means lifting soil without the dangers of damaging cables, utility pipes, gas lines or fiber-optic lines. The Tl:+;'ER- `; kC'S high-pressure water system breaks even hard packed soil and the vacuum system wisks it into the debris tank quickly and safely. This means jobs are done faster ...without the costs associated with repairing underground pipes and utility structures. Distributed by: • • E SEWER EQUIPMENT CO. OF AMERICA 1148 DEPOT STREET • GLENIVIEW,1wNOIS W025-2968 Area Code (847) 729-3316 Tall Free 1-WO.323-1601 FAX (847) 729.3"7 WATER JETS •Sewer 8 POO" Cleaning Equipment BUCKET MACHINES CABLE MACHINES RODDING EQUIPMENT MODEL TGV-1000 "TIGER -VAC" TRAILER MOUNTED FRANWJTRAELER Frame to be of tubula-1- steel construction. Trailer to be a tandetir. We type; two spring style axles (rating 9,400 lbs. per axle); axles are appropriate for hauling trailer with a full tank. Unit to have brakes on all wheels A breakaway switch will be mounted at tongue. Unit to be equipped vrith Fenders, Hitch shall be military type; unit to be equipped with safety chains and hooks; tongue of unit to have a drop - leg, sidewind tongue jerk. Unit to be equipped vrith sealed type safety lighting; I. C. C. approved; rear and sides of unit to be equipped with D.O.T. reflector safety tape. DEBRIS PANIC AND DUMPING PROCEDURE Capacity of debris tank to be 1 000 U.S. gallons. Tank to be constructed of steel, with a door at one end to facilitate dumping. Tank to be equipped tvith sight glasses to allow for monitoring oftank level. Sight glasses to be 5'removable type; two at rear of unit and one at front of unit. Rear of unit to be equiipped with 6" brass discharge valve. Door to be adjustableifor proper sealing. Door gasket to be one piece. Door to be equipped *th hydraulic door locks to assure proper sealing. Tank to be equipped with automatic shut-off. Tank will be dumped using a hydraulic cylinder of appropriate rating to raise one end. Rear of unit to be equipped with hydraulic stabilizer legs. The hydraulic legs aulomatically extend to. the full position before debris tank can be raised. There is to be a safety mechanism than will prevent the tank from being raised unless the stabilizer legs have been property extended. 10 HYDRAULIC BOOM ASSEMBLY Unit shall be equipped with a rotating hydraulic boom, which allows for vacuuming of debris within an approximately 340 degree radius. Boom shall be equipped with a hydraulic extension to allow for case of operation in areas varying from 12, to 15" Boom shall be design4d to rise hydraulically. Hydraulic boom functions shall be controlled via a .hand-held control box Boom shall utilize either 4" or 6" suction hose. Hose size can change imithout the use of any tools. Boom shall be equipped with a roller at operating end for protection of boom during extension and retraction. POSITIVE DISPLACEMENT BLOWER SYSTEM AND SILENCER Blower shall have the=apacity of 2,400 CFM free air and 2,160 CFM at 15" of vacuum. Blower shall be operated at a maximum of 2,050 RPM. Blower to be belt drivhn from engine. Blower system to be equipped with an intake, drainable moisture trap. Blower system to be equipped with an apprarimately 5-1/4 cubic foot stainless steel drop box Drop box shall be equipped withfa removable dean -out door. Two filters shall be installed at the outlet of drop box. Filters shall be easily accessible for cleaning. Drop box to be equipped with a vacuum breaker valve. Blower shall be equipped with discharge silencer, System to be equippee with two vacuum relief valves which allow air to eater the system when vacuum exceeds 15" H.G. 0 ENGINE Unit to be powered by a diesel engine. Mfg,: John Deere, Model 4045T. Diesel engine to be liquid cooled. type. Horsepower rating of engine: 115 Engine shall be equipped with the following items: 12-volt electrical 3WtOm with keyed ignition switch Heavy-duty alternatortand battery Mechanical governor . Positive crank case vei tHation system Replaceable type oil fiker cartridge Locking vernier type tltrotde Ammeter Oil pressure gauge Water temperature ga*pge Low oil pressure/high'water temperature automatic shutdown switches Tachometer Hour meter Engine shall be equipped with a PTO clutch furnished to engage and disengage the positive displacement blower. 0 AUTOMATIC EXC8SS LIQUID PUMP -OFF SYSTEM Unit shall be equipped with a 3" setf-priming rmsh pump, which is responsible for removal of excess liquid from debris tank. - Trash pump shall be chpabie of pumping approximately 300 GPM of liquid. Pump capable of passing solid objects up to'/" in diameter. Pump is activated by an automatic electrical clutch. Clutch is activated by a sealed imernal float switch is located in debris tank. - System is equipped wk-h a manual override electrical switch. Pumping system capable of operating under full vacuum without unit shutdown. Pump system shall be hquipped with two quirt` couplers with shut-off valves, which allow for pumping from either side of unit. CONTROLS Controls for unit to include. Keyed ignition Vernier throttle contrdI Engine gauges Engine Safety shutdoft switches Tachometer Hour meter Fuel gauge Manual override switci.t for pump-oiT Debris tank dump switch (up/down) Control box for boom ifunctions for movement of boom up/down, side to side, and in/out Vacuum breaker valvethandle HYDRAULIC SYSTEM Hydraulic power for ubit to be supplied by a 12-volt electric/hydraulic actuator. Actuator to be rated a:: 1-1/2- GPM at 2,500 PSI. L�T_t:11 All metal to be cleaned and sanded to insure proper banding of paint. All metal surface to be treated with epoxy primer, Finish coat will be of arethane paint with color to be chosen prior to delivery. STANDARD ACCESI ORIMS Unit shall be equippedlwith the following standard accessories; One 4' x 6" air induction tube One 4' x 6" extension Wbe Two 6' x 6" extensiottitubes Two 8' x 6" extension tubes One crown nozzle One 30' x 3" flat discliarge hose One 16' boom hose : LI 4 HIGH PRESSURE WATER SYSTEM Urzit shall be equipped with a high-pressurc water system, which will be um d for various purposes including wtroduction of water with vacuum system for hydro-cxcavation. Water pump for hio-pressuue system will have a capacity of 1,000 pSI. Water pump shall beF activated by an electric clutch. A switch for the clutch shall be mau rated on the control panel, The water pump shall be belt driven. Unit shell be egatipplsd with water WJZ of approxirnateJy 200 gal capacity. Water tanks shall be1conshucted of a non-conosive material; tank system to be baled and have a drain. 1-ngh-pressure system, shall be equipped with a pressure relief valve for system safety, overflow M== will return to water rank A wash -down gun ri all be included with on -off tngW Gun shall have SO' of extension hose, which will be stored on a utnt mounted hose reel. 1] • r . I WATER JETS BUCKET MACHINES SEWLR EQUIPMENT CO. OF AMERICA 1148 DEPOT STREET • GLENVIEW, ILLINOIS 600264M Area Code (647) 7293316 Toll Free 1.600-323-18o4 FAX (647) 729.3547 Sewer & Pipeline Cleaning Equipment SEWER EQUIPMENT COMPANY OF AMERICA WARRANTY CABLE MACHINES RODDING EQUIPMENT Sewer Equipment Co. of America will for a period of one (1) year from the date of delivery, replace flee of charge any part or parts found upon our ca6mination to be defective in mateaial and or workmanship. This includes labor and. or shipping charges for parts covered by this warranty_ In no event shall Sewer Equipment Company of America be liable for. consequential or special damages (misuse or neglect) or for the removal and installation of such parts. This is only our express warranty. 1LUMLARRANIXI 1 5 MADE EXPRESSLY gLLIEU OF AU 01BER AMMCAES DRESSED QR IMPLIED SEWER E MENT MP OF A1VE CA DO,�S T W THAT THE OODSARE MERCHA,NTAB OR FIT F R ANY PARTICULAR PURPOSE THE LLABRt1TY OF SEWE UIPMENT C OF AMERICA IS STRICTLY LYWTPn TO EXPRESS A&MANIXAaM SEWER EQUIPMENT COMPANY OF AMERICA Glenview, IL 60025 1-800-323-1604 4 ° - ; • • • November 14, 1996 YLORIDA DEPAPTMENT OF STATE Sandra B. Mortham Secretary of State SOUTHERN SEWER EQUIPMENT SALES 3409 INDUSTRIAL 27TH STREET FORT PIERCE, FL 34946 Subject: SOUTHERN SEWER EQUIPMENT SALES Reference Number: G96999041134 This will acknowledge the Renewal of the Fictitious Name Registration of SOUTHERN SEWER EQUIPMENT SALES was filed on November 13 1996. This renewal continues the name registration until December 31, 2001. If the mailing address of this business changes, please notify this office in writing and reference the assigned registration number. Should you have any questions regarding this matter you may contact our office at (904) 487-6058. Fictitious Name Section Division of Corporations Letter No. 296A00052079 Division of Corporations - P.O. BOX 6327 -Tallahassee, Florida 32314 u CD A CD C O S* �.i ®� Acuws 1999-2000 ST. LUCIE COUNTY OCCUPATIONAL LICENSE STATE OF FLORIDA ROOMS STATE EMPLOYEES YPE OF USINESS 5999 SLS OF EQUIP FOR CLEANING&SVC )CATION 3409 INDUSTRIAL 27TH ST C — ST LUCIE COUNTY WE SOUTHERN SEWER EQUIPMENT SALES 41L.ING DENMON SHERRY )DRESS 3409 INDUSTRIAL 27TH STREET FORT PIERCE FLORIDA 54946 11 0 ACCOUNT 5999-00770142 EMRES SEP 30, 2000 RENEWAL X NEW LICENSE TRANSFER. - ORIGINAL TAX AMOUNT PENALTY COLLECTION COST TOTAL THIS LICENSE BECOMES NULL AND VOID IF BUSINESS NAME. CLASSIFICATION, OWNERSHIP OR ADDRESS IS CHANGED. UNLESS LICENSEE APPLIES TO TAX COLLECTOR F RRECTION. SUBJECT TO SUSPENSION OR R�� N D 1 CONRAIIPTAX COLLECTOR ACCORDANCE WITH ORDINANCES O re9O 8/9/99 2:58p" DOROTHYJ.CONRAD.TAX COLLECTOR ST.LU 70142 $15.00 00002438 GK $15.00 CHANGE $0.00 u 15.04 1 15.01 1 01/21/2000 04: 55 FAX 7703903914 FEDERATED CERT CENTER 121002/002 _ carp �' D df +e, :L :o- �� t���. •"a.¢,.,p:,.+ . r..:?;i..,, 6..ti£;k'si'i' DATf; M R`L f. ,..w.::,. ,«•e•- .hxx...an ..:.:..aS:�bhkw.�9Cd•...:.0.°.G.i: .n.:...w.,'v'+ �a:.l.' �a: .�al.m,_ t,r 01� :�:a.�iM•:.`7'%vaA`3a'�NA'� .. ,•...Y.. .r.. .. ?'::.'.:,.'s,,',:3;Kc;:i":;; tis::;::°°"'.:.,a:,;:::. 2M1 /Da Pnoaucen THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIQN .. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE FEDERATED MUTUAL INSURANCE COMPANY HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 302 Perimeter Center North ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Atlanta, GA 30348 COMPANIES AFFORDING COVERAL _ Phone: 67t3.320-0303 COMPANY FEDERATED MUTUAL INSURANCE COMPANY OR Home Office: Owatonna. MN 55060 A FEDERATED SERVICE INSURANCE COMPANY INSURED 134-393-6 COMPANY SOUTHERN SEWER EQUIPMENT SALES s S S E S INC DBA 3409 INDUSTRIAL 27TH ST COMPANY FORT PIERCE FL 3494E C COMPANY I D •rM'��'ilal ly11 �lUJ�"{th111r>fll �l"(A"I�RI HC - INDICATED, NOTWITHSTANDING ANY CERTIFICATE MAY BE ISSUED OR EXCLUSIONS AND CONDITIONS OF CO TYPE Of INSURANCE LTA 1) 1 In Y ..--Bill a n7mmTn..f.Tq-----I M. ' L WEID BELOW REaU1REMFNT, TERM OR CONDITION MAY PERTAIN, THE INSURANCE AFFORDED SUCH POLICIES. LIMITS SHOWN MAY POLICY NUMBER hill lift II)MI f III r.n HAVE BEEN ISSUED OF ANY CONTRACT BY THE POLICIES HAVE BEEN REDUCED POLICY EFFECTIVE 1 111111 ml uuu 14cu TO THE INSURED OR OTHER DOCUMENT ❑ESC141BED BY PAID CLAIMS. 1 nn)I1 pAlu.n.0 nnn... NAMED ABOVE POR THE POLICY PERIOD WITH RESPECT TO WHICH THIS HEREIN IS SUBJECT TO ALL THE TERMS, LIMtrE POLICY ISXPIRATION DAYSIMM/DDIYY) DATSIMM/DDlYY► BENPRµ LIABILITY I GENERAL AGGFIgG Tg a 1,00000 X COMMERCIAL GENERAL LIAB1LTTr ^F09/13/Q0 PRODUCT6 • COM? OP AOGoOQ,O PERSONAL tv ADV INJURY • '500.00 A CLAIMS MADE I "� OCCUR 2028947 D9/13/99� OWNERS a CONTRACTOR•$ PROT EACH OCCURRENCE 0,00 50 FIRE DAMAGE (Any vnli ti(e) 100,00 MEO EXP (Any one efsen) 5 AUTOMOBILE LIABILITY X ANY AUTO COMBINED SINGLE! OMIT a 500,000 ALL OWNRO AUTOS A SCHEDULED AUTO$ 2028947 09/13/89 09/13/00 90011,Y INJURY If 1Per person) X NIRFD AUTOS X NON.QWN6D AUTOS BODILY INJuRY a (For neatdenvI :. PROPERTY DAMAGE a GARAGE UABILITY AUTO ONLY- FA ACCIDENT ANY AUTO OTHER THAN AUTO ONLY: GACH ACCIDENT s AGGRGGAYs T EXCESS UAERJTY EACH OCCURRENCE s 1,000,000 A X UMBRELLA FORM 2028948 09/13/99 09/13/00 AGGREGATE a 11000,000 OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND X WC ST DTH EM,CTY FLOTERS' LIABE IA�TTS ' A THE FROPROTOR/ 2038817 09/13/99 09/13/00 EL RACH ACCIDENT 5DO.000 FAR'TNER3/EM6CUT1vE INCRL 0a DIBEASE- POLICY LIMIT 50Eob OFFICERS ARE: GXCL EL DISEASE- PA EMPLOYEE a 5000 OTHER DESCRIPTRIN OF OPERATIONIXOCATNINSIVSNCCLE313PROAL MINIS CITY OF TAMARAC --woo -SHOULq ANY OF THE ABOVE DISSCRIEEO POLICIGS BE CANCELLED BEFORETHEM` 6001 KNOB HILL RD EXPIRATION DATE THInOF. THIS MSUINO COMPANY WILL ENDEAVOR TO MAIL TAMARAC FL 33321 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIA81LIYY OF ANY KIND UPON THE COMP ITS AGliPTS OR REPRGSENTATIVES. AUTHORIZED REPAISMENTAYIV . � �' b�... lnx £'<+,�•�. � '•MnaS�Y.+, dn�i:'� f:' )•'2'y:i R. h ...: •:. , ...:.. _ .._..;... xT. �..:.,,.:; ,1::,... n' � � � A coR�tTr�ihr�ss�