HomeMy WebLinkAboutCity of Tamarac Resolution R-2000-0421
1
Temp. Reso. #8917
February 4, 2000
Page 1
CITY OF TAMARAC, FLORIDA
RESOLUTION # R-2000 - 4/a-
A RESOLUTION OF THE CITY COMMISSION OF
THE CITY OF TAMARAC, FLORIDA AUTHORIZING
THE APPROPIATE CITY OFFICIALS TO AWARD BID
#00-04B ENTITLED "HYDRAULIC BOOM CRANE
TRUCK" TO FLORIDA HYDRAULIC MACHINERY,
INC., THE LOWEST RESPONSIVE AND
RESPONSIBLE BIDDER, IN THE AMOUNT OF
$95,829.00 PROVIDING FOR CONFLICTS;
PROVIDING FOR SEVERABILITY; AND PROVIDING
FOR AN EFFECTIVE DATE.
WHEREAS, the Public Works Department recommended the replacement
of the Utilities Department's hydraulic boom crane truck as part of the FY00
Vehicle and Equipment Replacement Program; and
WHEREAS, the Fiscal Year 2000 Capital Improvement Budget approved
and appropriated funding for the replacement of the hydraulic boom crane truck;
and
WHEREAS, the City of Tamarac publicly advertised Bid #00-04B for the
purchase of one (1) hydraulic boom crane truck in the Sun Sentinel on November
28, 1999 and December 05, 1999; and
WHEREAS, Florida Hydraulic Machinery, Inc., submitted the lowest
responsive and responsible bid as per the copy of the bid, and bid tabulation being
hereto attached as "Exhibit A"; and
1
1
Temp. Reso. #8917
February 4, 2000
Page 2
WHEREAS, funding for this purchase will be obtained through the use of a
Lease Purchase Agreement; and
WHEREAS, the Assistant Director of Public Works, the Director of Utilities
and the Purchasing/Contracts Manager recommend that Bid #00-04B be awarded
to Florida Hydraulic Machinery, Inc., the lowest responsive and responsible bidder
listed in the bid tabulation; 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 award of Bid #00-04B entitled "Hydraulic Boom Crane Truck" to
Florida Hydraulic Machinery, Inc.
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 appropriate City officials are hereby authorized to
award Bid #00-04B in the amount of $95,829 to Florida Hydraulic Machinery, Inc.
SECTION 3: Authorizing an expenditure in an amount not to exceed
$95,829 through utilization of a Lease Purchase Finance Agreement is hereby
authorized.
SECTION 4: All Resolutions or parts of Resolutions in conflict
herewith are hereby repealed to the extent of such conflict.
Temp. Reso. #8917
February 4, 2000
Page 3
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 thisq)J day of241��4VOOO.
ATTEST:
CAROL OLD, CMC
CITY CLERK
I HEREBY CERTIFY that I have
to proved �his RESO�.�JTION �
IFTCHELL"S.
CITY ATTOF
1
/ JOE SCHREIBER
/ MAYOR
RECORD OF COMMISSION
MAYOR
SCHREIBER
DIST 1:
COMM. PORTNER
DIST 2:
VIM M_ISHKIN
DIST 3:
COMM. SULTANOF 1
DIST 4:
COMM. ROBERTA
"EXHIBIT A"
MP RESO 8917
Terex Stinger
3000
SPECIFICATIONS
♦ Maximum Sheave Height: 78' (23.8 m)
♦ Maximum Sheave Height with Jib: 117'8" (35.9 m)
♦ Maximum Working Height: 102' (31.1 m) with personnel
lifting attachment
♦ Available Boom Lengths: 51' (15.5 m), 67' (20.4 m)
♦ Capacity at 10 Feet (3.0 m): 17,000 lbs. (7,711 kg)
Terex Stinger
g
3400
SPECIFICATIONS
♦ Maximum Sheave Height: 84' 1 " (25.6 m)
♦ Maximum Sheave Height with Jib: 1277' (38.9 m)
♦ Maximum Working Height: 110' (33.5 m) with personnel lifting attachment
♦ Available Boom Lengths: 68' (20.7 m), 74' (22.6 m)
♦ Capacity at 10 Feet (3.0 m): 21,200 lbs. (9,616 kg)
Ol
L./\l IIL.11 1 A
1 Lrltll l\VVY Wy I I
•
0
Q)
Q)
a
€
O
❑
4-I.
U)
mM
�
v
D
0
r
IOD�
C
C
v C
J C
Q
N
Q)
F= E
T-
7+
0
a
o
0
-a
CL
T-(n
0
U�
a
N
O
0
�
cf
LO
.�-I
G
U)
U
}
rn
OW
r
v
O
-J CU
W
CO
Cn
C
m�
69.
m
LPL
a
]+
« c
co
_a
cU
N
.� Y
�-
M
❑
a-
�
U
H
a
co
a
a
a
cL L
.
a
N
' .
Cl)
_j
a
E
a
E
tol-
K.
0
07
on
co
72
a�
L
co
>%
a
0
0
rn
c9
O
M
`a
-a
a)a
'o
❑
CL
�
C
C
lL
a
>
a
a
a
C1 =
a)
o
�-
O
0
'a
.a
a
c
C
v
yam)
y0.,
fn
(�Q
C
Ca
U
Z��
(n
(I)
o
Z
12
�
a
C)
LL
a
`
fit►
N
N
�,
Q)
rL
O
LL
as
'�
0
70
'a
__
�
N
a
9
C
c
Q)
C
Q)
C
C)O
~
C
U
O
Z
-0 t
.O
�
(A
lV
J
LA
U)
¢
LL.
LL,
�
z
U
M
O
?
rA
�,
CL
Q
a
E
�c
0
0
U
(D
0
0
L
2
C]
04
N
cU/)
w
m
Z'
F-
U
.Q
iv
�
aa
i
O
(D0
(
C
cv
o
0
a
0
.E
rn�
0
0
U
L-
U-
CL
CL
CL
0
I-
H
U)
.-
>
Z
❑
TEMP KESU t5W 1 /
r�
REQUEST FOR BID
BID # 00-04B
HYDRAULIC BOOM CRANE TRUCK
FINANCE DEPARTMENT
PURCHASING DIVISION
CITY OF TAMARAC
7525 NW 88TH AVENUE
TAMARAC, FLORIDA 33321-2401
•
A" TEMP RESO 8917
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
BID NO.00-04B
INVITATION TO BID
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 Wednesday, December 15, 1999 at 2:00 p.m., at
which time bids will be publicly opened and announced for:
HYDRAULIC BOOM CRANE TRUCK
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. 00-04B, HYDRAULIC BOOM
CRANE TRUCK opening Wednesday, December 15, 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 inquiries, contact the Purchasing Office at (954) 724-2450.
4& zwkl---
Anne Lodato
Senior Buyer
Publish Sun Sentinel: Sunday, 11/28/99
0 Sunday, 12/5/99
Equal Opportunity Employer
INSTRUCTIONS TO BIDDERS
BID NO.00-04B
HYDRAULIC BOOM CRANE TRUCK
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.
1. 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: Wednesday, December 15, 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 (blue forms only) 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 or filled 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. 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.
i►a
EXHIBIT A
•
4. 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
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 Contractor shall complete the Non -Collusive Form
and shall submit the form with the Proposal. CITY considers the failure of the Contractor 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 to the
extent required under Special Conditions. Payment will be made only after receipt and
acceptance of materials/services. 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
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.
3
"EXHIBIT A" TEMP RESO 8917
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
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
4
"EXHIBIT A" TEMP RESO 8917
orders and sub -contracts except as they may be necessary, and complete any continued
40 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
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:
5
0 Line of Business/ Coverage Occurrence Limits
A99 9 Aggregate
.7
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.
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
C
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 willful 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 Detailed Specifications outlined in this bid, the Special Conditions and/or
the Detailed 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.
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
7
"EXHIBIT A" TEMP RESO 8917
18 combination with other information technology, shall accurately process datettime data
when other information technology exchanges date/time data with it. This warranty shall
survive the expiration or termination of this Agreement.
•
Ll
CONTRACTOR agrees to 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) 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:3
• DETAILED SPECIFICATIONS
•
The City -of Tamarac is hereby requesting bids from qualified vendors to supply one (1)
Hydraulic Boom Crane Truck as per the conditions and specification contained in this
document. Manufacturer's name, brand name, model number or make that are used in
these specifications are for the sole purpose of establishing minimum requirements of
quality, performance and design.
MODEL
• LT7500 Chassis or EQUAL.
• Set -forward axle truck package.
• Non -towing provision for trucks.
• Steering location: Left-hand.
TRUCKS RVICE
• Truck body length: 22.0 ft.
• Cab to body clear: 4 in.
ENGINE
• CAT 3126B-250 250HP @ 2200 RPM; 2400 GOV
• RPM 660 LB/FT @1440 RPM EPA/CARB or EQUAL.
ENGINE EQUIPMENT
• Oil check & fill: Engine mounted.
• Air intake: Dual through LH & RH sides of hood w/firewall mounted. don air cleaner.
• Alternator: 100 amp Delco 22-SI or EQUAL.
• Batteries: (2) 12V Alliance G31 1310CCA w/stud posts or EQUAL.
• Battery Box: Steel frame mounted LH aft of cab w/long side to rail.
• Clutch: None.
• Compressor: Bendix 13.2 CFM Series 550 or EQUAL.
• Engine Protection: Electronic engine integral warning system & derate.
• Exhaust: Single RH horizontal muffler cab mounted. vertical tail & under frame
routing.
• Exhaust Piping: Turn out stack horizontal. muffler, vertical. T/P, RH cab Mounted.,
under frame.
• Muffler Shield: Aluminum muffler/tail pipe shield.
M
0 ENGINE EQUIPMENT, Cont.
• Fan Drive: Kysor K22A on/off rear air engine or EQUAL.
• Fuel Filter: Spin on full flow oil filter.
• Radiator: 830 Sq. inch copper/brass with additional cooling capacity.
• Heavy Duty Coolant: Ethylene Glycol precharged SCA to —30F.
• Coolant Hose: Silicone package.
• Constant Torque Clamps: Constant torque for coolant hose 1" inside diameter &
larger radiator draincock.
• Glow Plug: Air intake warmer.
• Starter: Delco-Remy 37 MT 12V w/sealed motor & solenoid or EQUAL.
• Engine Supports: Compression type front engine mounts.
TRANSMISSION & EQUIPMENT
• Transmission: Allison MD3060P, 6 spd., Select A 343-XXX Vocation Code or EQUAL
• Flywheel Housing: Iron.
• Fill/Drain Plug: Magnetic plugs, engine drain, transmission drain, axle(s) drain.
• Shift Lever: Dash mounted push button.
0 FRONT AXLE & SUSPENSION
• Front Axle: SIFCO Steel @ 18000# or EQUAL
• Front Brakes: Meritor Cam 16.5X6 Q+ or EQUAL
• Front Brake Linings: Non -asbestos
• Front Brake Dust Shields
• Front Auto Slack Adjusters: Gunite
• Front Brake Drums: Outboard mounted cast iron.
• Front Oil Seals: Stemco Guardian or EQUAL
• Standard King Pin Bushings
• Power Steering: TRW TAS65 Power Steer w/RCS55 Aux. Gear or EQUAL
• Front Susp.: Flat Leaf @ 18000# or EQUAL
• Multi -Leaf 54" Spread Front Shock Absorbers
• Spring Pin Bushings: Bronze
REAR AXLE & SUSPENSION
• Rear Axle: Meritor RT-40-145 40000# or EQUAL.
• 6.43 Rear Axle Ratio.
.• Main Driveline: Spicer 1710HD w/half round yokes or EQUAL.
• I/A Driveline: Spicer 1710 half round yoke or EQUAL.
10
"EXHIBIT A" TEMP RESO 8917
• REAR AXLE & SUSPENSION Cont.
• Rear Axle Carrier Housing: Iron.
• Lubrication: Mobil Synthetic 50W Trans/75W-90 All Axles or EQUAL.
• Rear Brakes: Meritor CAM 16.5X7 Q+ or EQUAL.
• Rear Brake Linings: Non -asbestos.
• Rear Brake Drums: Outboard Mounted Cast Iron.
• Rear Brake Dust Shields.
• Rear Axle Oil Seals: Chicago Rawhide or EQUAL.
• Parking Brake Chambers: Midland TR Two Axle or EQUAL.
• Rear Auto Slack Adjusters: Gunite.
• Rear Susp.: 40000# Hendrickson RTE2-400 or EQUAL.
• Rear Axle Spacing: 52".
• Steal beams & rubber center bushings w/bar pin adjustable end connection.
• Rear Susp. Control Rods: Fore/Aft.
BRAKE §YSTEM EQUIPMENT
• Anti -Lock Braking System: Bendix 4 or EQUAL.
• Sensor/4 Modulator Chassis Air Lines: Reinforced nylon.
• Brake Valves: Standard.
• Rear Service Brake Valve: R12 2 Port.
• Non Proportioning w/4 psi Crack Pressure Air Dryer: Bendix AD-9 with heater or
EQUAL.
• Air Reservoirs: Steel.
+ Air Tank Drain Valves: Bendix DV2 Drain Valve All Tanks or EQUAL.
FRAME & WHEELBASE
• 23776025mm Wheelbase
• Frame: 3/8" x 3/16" x 10-1/4" Steel.
• Frame SM: 27.00 CU IN SM, 3,2403000 LB/IN
• RBM 120000 PSSI YS.
• Outer Frame Reinforcement: %" x 3-7/16" x 10-3/4" C Channel.
• Frame Overhang: 90".
• End Frame: Square.
• Midship Crossmember Standard.
• Rearmost Crossmember: Standard.
11
TEMP RESO 8917
0 CHASSIS EQUIPMENT
• Bumper: 12" Painted Steel Straight.
• Front Tow Device: Frame Mounted Front.
• Tow Hooks.
• Chassis Fasteners: Huckspin Round.
• Collar
FUEL TANKS & EQUIPMENT
• LH Fuel Tank: 55 Gallon/208 Liter Rect.
• Steel
• Fuel Tank: Rectangular
• Fuel Tank & Band Finish: Plain Aluminum/Painted Steel Fuel Tank w/Painted Bands.
• Fuel Tank Location: Forward.
• Fuel System: Single Suction & Return.
• Fuel dose: Braided Wire Reinforced
• Fuel Tank Bracket Material: Steel.
0 FRONT TIRES, HUBS & WHEELS
• Goodyear G286 — 385/65R 22.5 18 Ply or EQUAL.
• Front Hubs: Hayes/Budd HP10 Iron or EQUAL.
• Front Wheels: 22.5 x 12.5 ACC 29054PW Steel 10-Hub Pilot White 4.75 inset 5
HND.
• Front Wheel Nuts: Metform 39702 33 MM 1.30" H-P or EQUAL.
REAR DRIVE TIRES, HUBS. & WHEELS
• Goodyear G159A.... 11 R 22.5 14 Ply or EQUAL.
• Rear Hubs: Hayes/Budd HP10 Iron or EQUAL.
• Rear Wheels: 22.5 x 8.25 ACC 28487PW
• Steel 10-Hub Pilot White 5-Hand
• Rear Wheel Nuts: Metform 39702 33MM 1.30" H-P or EQUAL.
CAB EXTERIOR
• Cab: 101" BBC Conventional Steel
• Cab Mounts: Rubber
• Fender Extensions: 5"
12
"EXHIBIT A"
TEMP RESO 8917
CAB EXTERIOR Cont.
•
Grab Handles: LH/RH Exterior
•
Grille: Painted Plastic Hood Mounted
•
Hood: Aerodynamic
•
Air Horn: Dual W/Single Base
•
Electric Horn: Single
•
Headlights: Single Round Halogen
•
Marker Lights: Aerodynamic, Small
•
Daytime Running Lights
•
Stop/Tail/Turn Lights: Grote Flush Mounted or EQUAL.
•
Inside Frame Rail
•
Turn Signal: Front Lamps
+
Primary Mirrors: Stainless Steel West Coast
•
Door Mounting of Mirrors
•
Trailer/Body Width: 96" for Mirrors
•
Auxiliary Mirrors: LH/RH 5.5 Bright
•
Finish Convex Mounted Under Primary Mirrors
•
Rear Window: (2) 15" x 26" Tinted
•
Door Windows: Tinted w/Operating Door
•
Wing Window
.0
Window Regulators: Manual
•
Windshield: Tinted
•
Windshield Washer Reservoir: 8 Liter
•
CAB INTERIOR
• Heater & Defroster: w/Air Conditioner with Recirculation Switch
• Heater Plumbing: Standard w/shut-off valves
• A/C Compressor: Sanden Compact
• A/C Condensor: Radiator Mounted
• A/C Plumbing: Binary Control R-134A Refrigerant
• Electrical: Circuit Fuses
• Wiring Schematic Card: None, 12 volt Negative Ground System
• Interior Lights: Center Mounted Dome & Door Courtesy Lights in Kick Panels
• Door Latch: W/Manual Locks
• Driver Seat: National Cush-N-Aire II
• Mid -Back Air Suspension W/Active Air Lumbar
• Pass Seat: National Economy Mid -Back Non -suspended
• Seat Belt: 3 Point Adjustable D-Ring Driver
13
"EXHIBIT A" TEMP RESO 8917
0 INSTRUMENT PANELS & CONTROLS
• Gauge Package: Sterling Standard Electronic Instrument Package, Standard
Calibration or EQUAL.
• Instrument Cluster: W/Integral Gauges
• Center Panel: Flat Gauge Insert
• Low Air Pressure Warning: Light and Buzzer
• Air Restriction Indicator: Intake Mounted
• Air System Gauge: Duel Needle Primary & Secondary Air Pressure Gauge
• Message Center: Warning Lamp/Light Bar
• Fuel Gauge: Electric
• Water Temperature Gauge: Electric
• Engine Hour Meter: Hobbs, Integral w/Tachometer, Oil Pressure Activated
• Oil Pressure Gauge. Mechanical
• Radio: AM/FM Stereo
• Radio Speakers: (2) Cab
• Radio Antenna: 30" AM/FM Mounted RH
• Side ICowl
• Speedometer: Ametek Electronic With Odometer (MPH) or EQUAL
• Tachometer: Electronic 3500 RPM
• Voltmeter
• Windshield Wiper Control: Electric with Delay
• Parking Brake System: 1-Valve System w/Warning Indicator
• Turn Signal Switch: United Tech Self -Canceling or EQUAL
• Turn Signal Flasher: Heavy Duty
PAINT
• One Solid Color Design
• Cab Color A: Urethane White
• Chassis Color: Black: High Solids Polyurethane
• Front Wheel Color: Vendor White
• Rear Wheel Color: Vendor White
HYDRAULIC CRANE
• Fixed
• National Model 562C-15 Ton OR equal
• 24'-62' Telescope Boom
• A Frame type Outriggers and Stabilizers
• • Anti Two Block
14
"EXHIBIT A" TEMP RESO 8917
0 HYDRAULIC CRANE Cont.
•
�J
• Hydraulic Capacity Alert
• High Performance Planetary Winch with 235 Feet of 9/16" Diameter Rotation Resistor
Wire Rope
• Downhaul Weight Accelerator
• Horn and Kill Switch
• 375 Degree Rotation
Direct Mount Triple Pump System
* Removable Boom Rest
• Electric Backup Alarm
• Rear bumper Underride Protection
• 18' Super Duty Wood Bed
• Air Shift PTO and Electronic Throttle
15
"EXHIBIT A"
P RESO 8917
6
7;9:1;
2e
fi0II 'tN Nffk
12 ;
BEFORE SUBMITTING`MAKE SURE,
YOUR YOU,;45'14,
1 2
;�tf4 f-4
1 Carefully read the DETAILED SPECIFICATIONS and, th6h properly" fill out the BID FORM
7777-7,'.
Y
(Afta 6hmdnt
-'.1 "'Fill out and n th pig, 6,NON -COLLUSIVE AFFIDAVIT (Attachment ,N,13"-prid have'. i properly
'74
NI"
1A
�W,
1"4
3.' Sign the CERTIFICATION PAGE.'(Attachment "C").'Failure. to,do"s"64ill result in your Bid
% being deeme"d non7responsive.
IN
CQL V,
c 4. Fill out BIDDERS QUALIFICATION STATEMENT (Attahme'n't ; '
5. Fill out the REFERENCES PAGE (Attachment -E-) `11
6. Sign the VENDOR DRUG FREE WORKPLACE FORM,(Atta0m6rit '71.'
7. Include WARRANTY Information.
8. Clearly mark the BID, NUMBER AND BID NAME .66the" "outside of the envelope.
9. Submit ONE (COLORED) AND TWO (2) PHOTOCOPIES of your bid.
N/A 10. Include a BID BOND, if applicable. Failure to provide
rovide a bond will result in automatic
rejection of your bid.
11. Make sure your BID is submitted prior to the. deadline. Late Bids will not be accepted.
_N/A 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.
+� "EXHIBIT A" TI; MP RESO 8917
:4_
�!..;• ..'�r#1:.,\ ',�.el.t J•n.,s ••n•L4.sti�nw�+.�,k^k. ,�j'.:..'r. ....4r.a::..1.:"+5re,{•...'�r.s�:.'...rj.��vile;l�."i'rr'if&1°.k;C';idr ni...�.+
i aT i d i1 r~: , pyr 1 tav ._a ra G • - t4 }3yt%a Y.r 6 .� r.+rYni �1�i;,n •.pr l J�+a'1�& a �.{
ATTACHMENT A , r a:ytty �,
/.?'J4 M+ ',p q•-f... 1
ry.. 'd,„F 7•n. ±i.* s�d'y' '•h.` a 4Qd "iy+,t�x.}..�yy}.BID FORM-. �•.. ,i ai y 1�,g r + J! yam• 4,ei1 r.�� j• 4 'r •. fy :4
IHYDRAULIC BOOM CRANE TRUCK
ypr��'. `�, a �Q'. fu , ���� Riri '"ir�*� �� r y.5k`�e� X` Rf T,'f+��.. i� w;� } r. !1`$.�i�M�,� �•� 1
BID NO 00-04B n q rr
.�.. y r9 rLYd'pS 9 -r r i f r, ' • ' i-%,••, St. '• 5
t r y w
t§�Mx }rt 4^� it "'fir � t d •L �� y_ �i y �'.x r t' k 4' j (" 'Sf r.F '. � F 1� 1 '�R4 r t4i { �i AF � J��t T 1
'i..�r Y+t MI: '1.: d .i," NN i'. ,1? � t ',..� 'W S'rp•�'gl ' , F.�Y, M J•�r 1. �1'�yaX f f
I w * t t{ 4yt'�r"'ti• ' Y L ( p A dd•y r,}
�r`Submitted byFlorida` Hydraula c Machinery, Tnc . Deceimber , 15,E ,11999 ...
r
Bidder r
*�( ) (Date) t a
J
THIS BID SUBMITTED TO: �; q
CITY OF-TAMARAC N i r
*Attention: Purcliasng and. Contracts Manager.
gg1�; 7525 Northwest 88 Avenue, Tamarac, Florida 33321 ;
�t t ,.1 The undersi•ned Bidder•.,>...11l r ,....
g proposes and agrees, if this bid is'accepted, to enter mto'an
agreement ,with the .City "to perform. and furnish all Work as specified herein for `the
Contract Price and within the Contract Period indicated in this bid N ;f
2. This bid will remain subject to acceptance for sixty (60) days after the "day' of bid. '
opening. Bidder. will sign and submit an agreement with the necessary; documents
required by the City within fifteen (15) days after the date of the City's Notice of Award.
a) Bidder has familiarized itself with the nature and extent of the contract
• documents, locality, and all local conditions and laws an
d nd regulations that in any, .•
manner may affect cost, progress, performance or furnishing of the Work.
b) Bidder has given the City written notice of all conflicts, errors or discrepancies that
it has discovered in the contract documents and the written resolution thereof by
the City is acceptable to Bidder.
c) This Bid is genuine and not made in the interest of or on behalf of any undisclosed
person, firm or corporation and is not submitted in conformity with any agreement
or rules of any group, association, organization or corporation; Bidder has not
directly or indirectly induced or solicited any other Bidder to submit a false or sham '.
Bid; Bidder has not solicited or induced any person, firm or corporation to refrain,,-":
from bidding; and Bidder has not sought by collusion to obtain for itself any
advantage over any other Bidder or over the City.
3. Bidder will complete the Work for the prices shown in the " Bid Form".
4. Bidder agrees that the Work will be substantially performed and complete in
accordance with the schedules established herein.
.7
17
"EXHIBIT
f�[,,• ��. , t �yy�h / ,11�a .Y 1� i%. � '� x {` Y1'ry
k xw xr BID FORM y
HYDRAULIC BOOM CRANE TRUCK
NO." 00-04B i
'IR 4,1,iA v r
i�. y,i y r dY : : 't}f'.'^f ?`�"., s�'�fiyn�s.r• •% y y'rrA 1'NY¢ ' '},
s c rr F:', y. i. J J.." r t•, i•n t . t., r lk. 1 r
.,
e_We.prop
os-e ' to furnish jahe following in conformity with the spec�f ations_ai�d at a ,e ow"
V p.p ,-. fi %�f � MFV (%'1'ti t Hw°1�i ° �M:Sd '�J 1 1•..
d�`�bi paces. ;The bid paces quotetl `have been checked anc cer#ified� to;be correct Satd
prices are fixed and firm and shall be paid'to" Bidder for th`e; successful completion of
y,.,.Y "yk9 •,3,.,L r r e r w 4 y
obh anon as sp ,� ayr� r* .N F h µ Y
g ecified m the contract documents. y
'.•
by .ti r
PRICE OF(1) ONE HYDRAULIC BOOM CRANE
TRUCK;.
r 95,$29 00
i 1 (As per the Detailed Specifications listed on Pages $
h9 through 15"of this Bid)
DELIVERY INFORMATION
(Please list the approximate time it will take to
150 deliver the Hydraulic Boom Crane Truck after DAYS
receipt of order) i
�F,I
`#"Note: Pe !very MUST BE F.O.B. DESTINATION
WARRANT
Y INFORMATION .
(Please explain or list the Warranty that the City will receive on the Hydraulic Boom
Crane Truck
"Attach additional sheets if needed
b>
SEE ATTACHED
ST THE LOCAL SERVICE LOCATION ADDRESS CONTACT & TELEPHONE #
Atlantic Ford Sterling, ZDDD bK 64, Ft 'au er a e, FT 33312
Geor a Ellis 954-587-8220
" "Aww"k 0i
IT-]
Florida Hydraulic Machinery,Inc.
Company Name
"EXHIBIT A"
P RESO 8917
511"
o�44j^'•�ti ���7� ;4.da HqdrAiaclner Bidders ame:' Sd! fM�a QOW TS 7ym� Y,,
Ty pPx 4� Tom'.. ! 1 y, �, � +t. 'f a J � ��,N�'1Y-t �b�T r h+46N �. .i fti.. l� �i� �'jr •J ,., ��1 � � � • L � � i 1 1 , 1'I hdYd1 >�.,rt, a L ^l }/
Y rh� $S�M�yrSr�d it a <a p 1 :�� Rdl� p
....
>�
NOTE Bid submittals without .the manual signature of an'authonzed„agent of the Bidder
"shall be deemed non-responsiverand ineligible for award
TERMS �k� % DAYS 10i
r 1,
Delive/com letion ,
l ry p �+ i 2 o calendar days after receipt of Purchase Order
��, 1r
K`; t
}M1�,. �' ,�.,�V.���iRi�,�"r
' NOTE: To be considered, eligible for award; one (1) ORIGINALTAND TWO (2) COPIES OF ,
THIS BID FORM must be submitted withY the Bid
IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOL�¢LOMNG INFORMATION
�. ..`,.'' •- a5 .'. ^S�e^. dG y �.-xxrxx"- 1'. SY Iy �S� Y° _� .
Please indicate reasons) why a` Bid Proposal is not .being subimitted at this time.
Return the Bid Form to avoid removal of Bidder from the. City of Tamarac's vendor
listing.`
•
19
I
"EXHIBIT A",TFMP RESO 8917
i� ,.: j t fr> Y {a; •s,. n ter•. a y + 1 •. 1{
•+r, �.�P ":e��Mp�r,�. • ���di k 7-a, .5r:. �"3r�"A'�i�:.aWw'..l�L'3_r`r7R :�f� 0:�P��4���rY�� �i.,.Un._.�?2.a1'.d'=�'�it t ,u�. ,. �!�; :. a?G...,.'A•:r.
t K Diu r�Rm ar..yk,� Awe
��'� ' �Sr r ". LV � � Y' yi rny:'r, zyatisin�i15?;�ln-` ✓ 'r ro+yra fi� � h,L � � 1 ��� [.'�r�y { '. �•, $
OM CRANE TiUCK
,x
} "' .. ', ` ,.r�• � 1'. S BID NO.00- 4B
, j;��i ''"ast � .• o,r: ���"tic •&ai �. � . , �. ea 4a iy�• �;„ � �' ', xy y 4�t�4. S f�+�.
:r a 'C 4 <hC+k. i + fir.,,,''" '•....�,f �`. r -jn {e:ea...
',• (T 3>�ra{,• , 4,
+BI e s ame':.;, Florida• tila.c:`Ma`c i"neX
fin"G.. &
<. �q ,.r?. ;r,L (nfr} !y{ <i•!- '" �{ •r . �'4 �'{ F 3p+ .�. 7cti) S� 3".{ ti �:..� ! ,fie 'S.
: -•'� �'�.r' 4q f i 'M1q 1 a� lL S J A t ..+ Jwm;
1 +J F l
d•f�
> i. rt s � {� � ���;?�re 2M :., / ire • ', yr• :.� t � 2 �� '. '� � . 1 '` •
The Bidder shall iden#iall variations and exce tions' taken to the Instructions to
• '•} F.a' • k .•... t
r i'
Bidders,the SpeciaConditions and any Technical ' Specifications ;in the 'space
} `provided; below, r prodded, however,'; that , such variations are not expressly
r ; Y prohibited m the bid documents. For"each vanation listed reference the applicable 4 z `
i
`�" t r' section �of the' biddocument` If no van ations'are.lis#ed here it his `understood that
the' Bidder's Proposal fully complies with, all terms t. arid °conditions '_ It is further .
y:
w
j.understood that such variations "'may be cause far determining that the Bid Proposal
is non responsive and ineligible for award
.. } •, �� F '�� \., � �x i� � N ;A3,� 1 it # x ' k ', '
Sec#ion1'-Variance' l A
Section Variance T
Section Variance
Section Variance
Attach additional sheets if necessary.
11
20
y ' "EXHIBIT A" TEMP RESO 8917
VZ
r i
'x`•1 1 �r. r.ar
` k y ,y
"rr 7 �,` ,<< ar •+' �' i.'4 r,yr, c
k
G�.' S '
t'�i�t f ,h' ,r'' US,;
+Y? x
r�g Qrrir�rri ATTACHMENT B ��
NON -COLLUSIVE AFFIDAVIT
r6�C v'l..,, � t.'� " rti a � t• fi(. i � � �, ",:�'"I Y i�i :tlr t yy ; r a +ya�I,,+x�'a,pdirR� y a �ri�
of F1UFI Ida
AW7„
.n�.r ..^ *.{ i• 5 r'r r : �! sy F 4 :.. bN' '�'hyR.'F'n7 R Y
Mv
K"r
;
s,
r 1 t o n C being first duly sworn; `deposes and says that
` a at
He/she is this Vi�.�i President + y v x
(Owner, Partner,
�lun
t Officer, R_@�esentati0€ or Agent of r'
._
.. - .A
F x 2 MachinLythe Bidder that has submitted the at#ached W
„ i�uJ9 Bid, ��,
a r a4[+r aan r
fit. ep ['ap S' [ 'er"1
�u.'aL
.::
! !: Ct a 4.3
(2 �� He/she is info respecting the preparation and contents,of the attached Bid`�,n
>" oec• gd of all piee inept imstances respecting'such Bid
1
x .Jan 00" 4 b
F (3) Such Bid is genuine an is not a collusive or sham Bid
r�
'."Tdtal 2697
z : (4) Neither the said `Bidder nor any ' of , its . officers, ` partners, owners, agents;
s
representatives' employees or parties in i%terest, including this affiant, have in any ,
" On 'c l ! d; f connived
r I directly, with any other ,
Biddf�R;'i��r 't��t�tsit' kii�r�if u�i r�blubseryor sham �d�in'connection with the Work
for which the attached Bid has been submitted; or to refrainI from bidding 'in
connection with such work; or have in an manner dire y ctly or_ indirectly, sought by
person to fix the `price or prices in the attached Bid or ' f any other Bidder, or to fx
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 affiant.
Signed, sealed and delivered
in the resence of:
Wit ss -�
fitness
LJ
By:
Carlton Calfee
21
(Printed Name)
t "EXHIBIT A" TEMP RESO 8917
} r f
iY
?:v:'. Rl�.i�t� 'r�.k,S.�.aAk;A�... l: ' !� w1Aw1'f+r11.1 I l<+Ivc w rr.�r� �' i��r .;rr.•.a;:•t �"�'t',....
.v n7 4 ,y�,. J r•*:,... 1', ,�YL*'! IS A.''-3; �7�A [.0 t': ''y tYni k' iq 'k'd� •Ir: g. y: �y,�i�l�',:it�'A, '1F� m.Y. 14 C "4M•*�., .� y
1"Rt i ,...Wn r.•f^' 1r�1`ri -;. '� s.
>`'":COunty of 'xillsboro gh ; r r, �K, hr 9"yi'%Ag�S eFx+dar�Jaii+�r +'.,y o
• .�ry'Tt. ir% 11 �r vw b y 1 n rA ,r 1 W� �r. >w L'. a 1 / ,
k;
.-r.•"ay u r
BEFORE ME,` the undersigned r �� 1 J.„y,rt 01. f
^ authority, personally appeared
Carlton Calee. i i �F7 ' p " Ij'k y ask w
W t rne'ye nown and nown by
me to be the Person described herein and who executed the fore"oin '`Affidavit and ,
acknowledged 'a ,b 'Xor�aa x drs t0 nd before me. hat : Y all i Mash n Inc .
'executed said Affldavi, t for the u ose t
p rp herein expressed
?- F 1 i Y $.?•, !P1 JA�,An F'�A� w, Gy.'a'. �A 1 .,ylm ,. y 1 J Fa 'y7 T (f7 SW
p 1 '�}�Y A: t ,�., 1 �, y iA'7yf Y. .� 'i 1 7 'i• 1 AM �!f-{i ,.'1 3 fy
�:.`S 11a f ,� o �lf�r> ter' vi p- 1,4 RrY uy, k (. 'F.4 ^ti P•� r r J a
i m-� . 1, S r• ',„.,'�$C w irk a -' �. F� i } 4..r�i`t ip^X �` c'., �9 / t ! a
3 WITNESS m q }� t
y hand 14 of
and official seal flits "day DecemberF 199 9
E t Y f'�1 �1J'i :'.•1>•y�1' y �A 1 i 3.N� G. J p /1. agX. w r 4 Nf
y,
s ' ,' , 't" ` •t ° z - � �; tip . ��� .?`��� 't`� "s f �
N A h $4 aDAWN K COW NOTARY B
Mjf COMMISSION t CC 761090 r C; State �of�Flori a at Large
5�' EXPIRES: July 20 2002t'Wp
Wv
l
Mi1 Thin NO" Pu6fic UWWW i s s`i
( gna ure of ;NAi7y PubYc'y tint,. Stamp; of Type
as Commissioned)
( x x x) Personally known to me or y
(_) Produced identification '
. 4
r n/S
Type of I.D. Produced
( ) DID take an oath. or ( XXX 1 DID NOT take nn nzfh
22
99CVLII13IT A».
n noon cnoI7
0,y, IGu,11 JV 1 Wuy ',dy, c =iy� rumisn line item(S�/servlce(s)�desCrlbed i^ N �' r 1
j Invitation to Bid W (I); ce t� b have read `the r t"h ` 'd `t "`
�ti f
rtif�`. tha we(I) enti a dacumen inclu ing he i
P " s' Additional "Re uiremen hr � f. n f v Y
• � t S ecification q � � �, 3
s Su lemen h
ryr t , Supplemental Attac ments, Ins#ructions to F ,
Bidders, Terms and Conditions,' and any addenda issued We'agree to comply with all of r'
the r�
equirements of the entire InvitationTo Bid
f o
Indicate which type of organization beloW ` = 4
s
'INDIVIDU'Aw ���>•f� 'x "�,.f,.�r� � `,�•��.�y=� ��-��'���tTw �`r�.r��
L, ❑ , PARTNERSHIP ❑ , CORPORATION EXXOTHER ❑ t ; I
i
� �� ri,pp,,.. h yp�,y �a t c �'; � �,�s t e' - i' ai•� •..� d t ff r t a � x l L +^cv r J
. a. •.r -r i ���'� �Y p�id�i'�y }.,>�ji4� M K4r��.� r+��+ys, f i', Ji.l�i�'1�1 ��� d if 1�Y:'�� ��.: �.
IF OTHER EXPLAIN: r
4.7�•
AUTHORIZED SIGNATURE.
- w
i 1
Carlton Cal f@e
AUTHORIZED SIGNATURE (PRINTED OR ED)
Vice President
•
' TITLE
FEDERAL EMPLOYER I.D. OR SOCIAL SECURITY NO 59--2418170
COMPANY NAME Florida Hydraulic Machinery, Inc.
ADDRESS: 5024 North 56th Street
CITY: Tampa STATE: FL ZIP: 33610
TELEPHONE NO.: 813-621-8002 FAX NO.: 813-626-8759
CONTACT PERSON: Carlton Calfee/Samantha Peker
23
r "EXHIBIT A" TEMP RESO NO
sly 4 ,•� y1,r-• ;<} i.. N „ s�.f. �C.h'IS
�!.rfi y��,..!'K Tti r 7 ��I
• � t t :�, � �, �, � •`ATTACHMENT
Q BIDDERS UALIFICATION STAATEMENT_'1
S+� 1'Y 5�•+^�Y; ', L..� i ". i.q i 1•(Z,t'S%.d[,�' Ih 3'i k!i'3• y}�p Y.,.,�^:',
f y , The undersigned certifies under oath the truth and correctness of all statem s nd 'al', `
a: AL K` answers Ic questions made hereinafter ryyw , i x fi yr`
�eqq Y..'�% ! f l .�. �p� w'�'.5+�y N � a i�[y�i � M� r1; `. ^�v� r yy 1�' r��,•r� �°f�,l�� Y'� �:.
5,
Name.of Compan6y: F'lorida''Hydraul c Machi n`er
Address: art h 56th,'STreet,-Tampa, FL' '33610
Sta a zi21
Telephone No. 813 621-8002 Fax Noy , $31� 62bL'87594°.% '
How many years has your orgarnzatton been in business under its present
years*11
name?.rr�x�Y
1984 �t �, �M}� , :x
Y ! t
(+i1M r
If Bidder is operating under Fictitious Name, submit evidence of compliance with Florida
Fictitious Name Statute: N/A
Under what former names has your business operated? N/A
At what address was that business located?,
N/A +;
. Are you Certified? Yes ❑ No If Yes, ATTACH A COPY OF CERTIFICATION
Are you Licensed? Yes Q& No ❑ If Yes, ATTACH A COPY OF LICENSE
Has your company or you personally ever declared bankruptcy?
Yes ❑ No 9 If Yes, explain:
•
Are you a sales representative ❑ distributorxfa 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 ❑ No Ux
If yes, explain (date, service/project, bid title, etc)
Have you ever received a complaint on a contract or bid awarded to you by any
governmental entity? Yes ❑ No xQxlf yes, explain:
Have you ever been debarred or suspended from doing business with any governmental
entity?
Yes ❑ No Mf yes, explain:
24
: "EXHIBIT A" TEMP RESO 8917
,x, 7 d� ri rY � � � [ r 1 f�T � tir�, 1���„�dt �"�gc r.r�r ��j`"'f• � �;i�� wre^�•,,.
a., Nil'
h• T P i!Y ppp y r'� 4 � .ti,' F 4 F•1 Q 1 ,,t� r �F V� "t eV f V
M } i `Av l�. 4+ . T' �,� 'r� W�1' f �1.., ���.��• �r•1�f� (l3. 1 '. ( j .1t.. �E. ',•��YY. �1.
ACHMENT
EFERENCES
�*S t r.ry. .l 1�r WJ"; :r ..A.RI'+.r'r-`�1 !H✓+..4-a:4 x;ciir.�,{rd ?±i�ir� . ie'r 3 7�a��j(!�•, .. 1i.,j �+ebj y her �A My 't
r! 7
s :Please list name'of government agency or private firm(s) with whom you have'd e d�aT.�
K w ,: business within the- past fveyearswt,
�� { � ��� � ;�� �;�
lraep5lf'9 a i }fl✓ti�:y�k��rir,
it y iK W.
ht :t, f q t (,'I >t Y "S x F+
Ag�i/eiia Na�ount'} Fr r� Agency/Firm Name `s}� V,�
- �4A 1. V U,ir
Address 228 S Massachusetts Aye
City/State/Zip Lakeland FL 33801
Phone: 9414996 7 80 Fax:
Contact Jim Hilton
Agency/Firm Name:
State of FL DOT
Address
City/State/Zip
Phone: 8504884562 Fax:
Contact en Kimsey
11
Address.
d �{
City/State/Zip
Phone: Fax -
Contact:
{ Yr l
Agency/Firm Name.14
Address:
City/State/Zip
Phone: =.r: Fax:
Contact:
<F ,
Agency/Firm Name:
Address: -
City/State/Zip
Phone: Fax:
Contact:
Agency/Firm Name:
Address:
City/State/Zip
Phone: Fax:
Contact:
YOUR COMPANY NAME F l o r i d aHydraulir
ADDRESS 5024 NOrth 56th Street Tam a
PHONE: 813-621-8002 FAX:
25
} "EXHIBIT A„
�ky1�2
P6Fir�r N �,Fm�i'yf 4
� '; , ,ATTACHMENT i
VENDOR DRU3G'-"FREE WO
P'k�Sni �f i,p j jeL
1° ;, .,reference may be given id endors submitting a certificai
TEMP
RESO 8917
s � ^
�ifq �:Kxt rl:K;,!ai4:`. _ ,5 a+k�W y c1'rfis, a ..,:;�.,.� '.ik+�;a•I,m ..► a ►.1✓IVi'.,1 v'lV701 4G1ll'p[ 1� llItS'/ "Y•'6i i'S .1 Y� v ave a drug free workplaceR% accg dancd'Witt SSe� b� 287.087, Florida Statutes This requirement se>c s all public entities of the State and becomes effective�January 1; 1991 'The pedal 'conditiari'
R)fis as follows ,,r r'h �[ , v , _, [
J
4W t`
z ; c ,
r� IDENTICAL ' TIE BIbS Preference .may be .given to businesses with drug -free, workplace
'k programs. Whenever two or more bidswhich are equal with respect to
q p price, quality, and service .
are received by the State or, by any political subdiviscommodities ion, for the procurement of _ or �tti
contractual services, a bid received from a " business that certifies that it has im lemented a dru
p g
free workplace program shall be given preference in' the award process..Establis'hed procedures J
far "processing tie bids will . be followed if non of the tied vendors have a drug free workplace
�; ti' program. In order to have a drug free workplace program, a business shall
1 \
�Ab 1 [ Kk _ S_.r` { ; 4 �• 1 '. 1 � 5. ~� h� �tt^rF IF+rw
"1 Publish a statement notifying employees that the unlawful manufacture, distnbution, t
dispensing, possession, or use of a controlled substance is prohibited in the workplace and
rspecifying mployees for violations of such prohibition
the actions that will be taken against e
2. Inform employees about the dangers4of drugabuse 'in the workplace, the business srpolicy
of maintaining a 'drug -free workplace, any"'available drug counseling, rehabilitation, and,
Y and the penalties #hat may be imposed upon, employees for
emplo ee assistance programs,
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 contendere 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.
Authori±ed - -
•
26
Florida Hydraulic Machinery, Inc.
Company Name
•
•
SPBCPRO 1.05
�TAMARAC CITY OF
HYDRAULIC BOOM CRANE
7525 NW 88TH AVE
TAMARAC FL 33321
954-724-2450
"EXHIBIT A"
rm
STa'C�LII�iC�
T R u C k¢
SPECIFICATION PROPOSAL
PRRPARED FOR: ANNE LODATO
SENIOR BUYER:
TEMP RESO 8917
1
12-06-1999
ATLANTIC TRUCK CENTS
2565 WEST ST.RD.84
Fr.LAUDBRDALE FL 33312
1800-226-8226
PREPARED BY; GEORGE&DREW ELLISON
Quote ID: 208637
WEIGHTS-(+)
----------- SPECIFICATIONS ------------ FRONT REAR
I MODEL
LT7500 CHASSIS 6696 5937
SET -FORWARD AXLE TRUCK PACKAGE ........
NON -TOWING PROVISION FOR TRUCKS .......
STEERING LOCATION: LEFT-HAND ..........
GHNERRkL SERVICE
TRUCK CONFIGURATION ...............
LINEHAUL/LONG HAUL SERVICE ............
VAN BODY ................
GENERAL FREIGHT COMMODITY ..........
100t ON HIGHWAY/CITY TERRAIN ..........
SMOOTH CONCRETE OR ASPHALT ROAD SURFACE
MAXIMUM 8t EXPECTED GRADE .............
DOMICILED, USA 49 STATES ..............
EXP FRT AXLE LOAD ...................... 18000 LBS
EXP REAR AXLE LOAD ..................... 40000 LBS
EXP GVW CAPACITY ....................... 58000 LBS
STERLING ON/OFF HIGHWAY WARRANTY ......
TRUCK SERVICE
TRUCK BODY LENGTH ...................... AW.1 FT
CAB TO BODY CLEAR ..................... IN
ENGINE
CAT 3126B-250 250HP@ 2200 RPM;2400 GOV
RPM 660 LB/FT 91440 RPM 98 EPA/CARB
"if-oW Ii LI]-ca TYiis Wmy W49 Wc1 ck.
"EXHIBIT A"
TEMP RESO 8917
C]
•
�_l
Tbl
rs' T�RLIHG
T R U C K S
SPECIFICATION PROPOSAL
TAMARAC CITY OF
12-06-1999
.
WEIGHTS-(+)
..__,..,_..__-_ SPgCYFICATIONS------------ FRONT' REAR
ELECTRONIC ENGINE CONTROL
ROAD SPEED LIMIT .......................
ENGINE EQUIPMNT
OIL CHECK & FILL: ]ENGINE MOUNTED
AIR INTAKE: DUAL THROUGH LH & RH SIDES
OF HOOD W/FIREWALL MTD DON AIR CLEANER
ALTERNATOR: 100 AM:? DELCO 22-SI
A BATTERIES: (2) 12V ALLIANCE G31 131000A
W/STUD POSTS
BATTERY BOX: STEEL FRAME MTD RH UNDER
CAB W/LONG SIDE TO RAIL
CLUTCH: NONE ..
COMPRESSOR: BENDIX 1.3.2 CFM SERIES.550
ENGINE PROTECTION: ELECTRONIC ENGINE -
INTEGRAL WARNING SYSTEM & DERATE
EXHAUST: SINGLE RH HORIZ MUFFLER CAB
MTD VERT TAIL & UNDER FRAME ROUTING
EXHAUST PIPING: TURN OUT STACK HORIZ
MUFFLER,VERT T/P,Rli CAB MTD,UNDER FRAME
MUFFLER SHIELD: ALUMINUM (MUFFLER/TAIL
PIPE SHIELD
FAN DRIVE: EATON VISCOUS ..............
FUEL FILTER: SPIN ON
FULL FLOW OIL FI LT13R
RADIATOR: 830 SQ IN COPPER/BRASS.,..
HEAVY DUTY COOLANT: ETHYLENE GLYCOL PRE
CHARGED SCA TO -301F
COOLANT HOSE: SILICONE PACKAGE
CONSTANT TORQUE CLJkMPS: CONSTANT, TORQUE
FOR COOLANT HOSE 1" INSIDE DIA & LARGER
RADIATOR DRAINCOCK _
GLOW PLUG: AIR INTAKE WARMER.......
STARTER: DELCO-REMY 37 MT 12V W/SEALED•
MOTOR & SOLENOID
ENGINE SUPPORTS: COMPRESSION TYPE FRONT
ENGINE MOUNTS
43
2
0 MPH
LIke ri-ia Way We Wcpck.
page 2
"EXHIBIT A" TEMP RESO 8917
hl
STT��LYYIICy
T K Y 4 K 9
SPECIFICATION PROPOSAL 12-06-1999
TAMARAC CITY OF page 3
hl
----------- SPECIFICATIONS ------ WEIGHTS-(+)
FRONT REAR
TRANSMISSION & EQUIPMENT
TRANSMISSION: ALLISON MD3060P 6SPD 51 12
N SELECT A 343-XXX VOCATION CODE .
FLYWHEEL HOUSING: IRON .
FILL/DRAIN PLUG: NAGNETIC•PLUGS, •ENGINE
DRAIN,TRANSMISSION' DRAIN, AXLE(S) DRAIN
SHIFT LEVER: DASH MOUNTED PUSH BUTTON .� 1
FRONT AXLE' & SUSPENSION
FRONT AXLE: SIFCO STEEL @ 18000# 353
FRONT BRAKES: MERITOR CAM 16.5X6 Q+
FRONT BRAKE LININGS: NON -ASBESTOS
FRONT BRAKE DUST SHIELDS 6
FRONT AUTO SLACK ADJUSTERS: GUNITE
FRONT BRAKE DRUMS: OUTBOARD MOUNTD CAST
IRON
FRONT OIL SEALS: STEMCO GUARDIAN
STANDARD KING PIN BUSHINGS
POWER STEERING: TRW TAS65 POWER STEER.
W/RCS55 AUX GEAR
FRONT SUSP: FLAT LEAF 0 18000#
MULTI -LEAF 54" SPREAD
FRONT SHOCK ABSORBERS ,25
SPRING PIN BUSHINGS: BRONZE...........
REAR AXLE & SUSPENSION
REAR AXLE: MERITOR RT-40-1.45 40000# 1
6.43 REAR AXLE RATIO
MAIN DRIVELINE: SPICER 1710HD.W/HALF
ROUND YOKES
I/A DRIVELINE: SPI12ER 1710 HALF ROUND
YOKE
REAR AXLE CARRIER 14OUSING: IRON
LUBRICATION: MOBIL SYNTHETIC 50W TRANS/
75W-90 ALL AXLES
REAR BRAKES: MERITOR CAM 16.5X7 Q+ ::::
REAR BRAKE LININGS: NON -ASBESTOS
Y tx ' i t L1 k e T'1-�►e 1�1�'� �r We W C> r k.
"EXHIBIT A" TEMP RESO 8917
Tht
ST'TI�LIIIIG
T KL V e K d
SPECIFICATION PROPOSAL 12-06-1.999
TAMARA.0 CITY OF page 4
----------- SPSCIWEIGHTS-(+)
F.ICATIONS------------ FRONT REAR
REAR BRAKE DRUMS: OUTBOARD MOUNTED CAST
IRON
REAR BRAKE DUST SHIELDS 12
REAR AXLE OIL SEALIS: CHICAGO RAWHIDE ,
PARKING BRAKE CHAMBERS: MIDLAND TR TWO
AXLE
REAR AUTO SLACK ADJUSTERS: GUNITE
REAR SUSP: 40000# 14ENDRICKSON RTE2-400288
REAR AXLE SPACING: 52" .......
STEEL BEAMS & RUBBI3R CENTER BUSHINGS...
W/BAR PIN ADJUSTABLE END CONNECTION
REAR SUSP CONTROL RODS: FORE/AFT ......
. BRAKE SYST]RM EQUIPMENT
ANTI -LOCK BRAKING SYSTEM: BENDIX 4
SENSOR/4 MODULATOR
CHASSIS AIR LINES: REINFORCED NYLON ..
BRAKE VALVES: STANDARD .......
REAR SERVICE BRAKE VALVE: R12 2.PORT ,..
NON PROPORTIONING W/4PSI CRACK PRESSURE
AIR DRYER: BENDIX AD-9 WITH HEATER... 22 5
AIR RESERVOIRS: STEEL
AIR TANK DRAIN VAL17ES: BENDIX •DV2•DRAIN 1
VALVE ALL TANKS
•
FRAME & WHREL13ASE
23711/6025MM WHEELBASE
FRAME: 3/8" X 3-3/:' 6" X 10-1./4" STEEL'. 560 -40
FRAME SM: 27.00CU :IN SM,3,240,000LB/IN
RBM 120000 PSI YS
OUTER FRAME REINFORCEMENT: 1/411 X 260 450
3-7/16" X 10-3/41' C CHANNEL
FRAME OVERHANG: 90" ...................
-80 230
END FRAME: SQUARE ......................
MIDSHIP CROSSMEMBER STANDARD
REARMOST CROSSMEMBBR: STANDARD...,,...,
'Y'a u' I I Li R ca ^rk' 19 Way We Wc> r k.
"EXHIBIT All
TEMP RESO 8917
Till
1�=
S'TjwFq L I lq�"`,ti,
T R Y t K sr
SPECIFICATION PROPOSAL
'TAMARAC CITY OF
12-06-1999
----------- SPECIFICATIONS ------------ WEIGHTS -(+)FRONT REAR
CHASSIS EQUIPMENT
BUMPER: 1211 PAINT&D STEEL STRAIGHT
FRONT TOW DEVICE: FRAME MOUNTED FRONT . 32 _S
x TOW HOOKS
e.
CHASSIS FASTENERS: HUCKSPIN ROUND
COLLAR
FUEL TANKS & EQUIPMENT
" RH FUEL TANK: NONE ..... ...
LH FUEL TANK: 55 GALLON/208 LITER RECT
STEEL
FUEL TANK: RECTANGULAR ................
FUEL TANK & BAND FINISH: PLAIN ALUMINUM
7
/PAINTED STEEL FUE:a TANK W/PNTD BANDS
FUEL TANK LOCATION: FORWARD ,
FUEL SYSTEM: SINGLI� SUCTION & RETURN..
} _
FUEL HOSE: BRAIDED WIRE REINFORCED
.
FUEL TANK BRACKET 14ATERIAL: STEEL .��
FRONT TIRES, HUBS, & WHEELS
GOODYEAR G286....... 385/65R 22.5 18 PLY 180
FRONT HUBS: HAYES/13UDD HP10 IRON
FRONT WHEELS: 22.5 X 12.25 ACC 29054PW" 92
STEEL 10-HUB PILOT WHITE 4.75INSET SHND
FRONT WHEEL NUTS: 14ETFORM 39702 33MM
+:. 1.3011 H-P
REAR DRIVE TIR73S, HUBS & WHEEL
S
GOODYEAR G159A.,,.......11R 22.5 14 PLY 192
REAR HUBS: HAYES/BUDD HPlO IRON .
REAR WHEELS: 22.5 X 8.25 ACC 28487PW
STEEL 10-HUB PILOT WHITE 5-HAND
REAR WHEEL NUTS: MBTFORM 39702 33MM/
1.30" H-F
Yau"It LIko 'r1-xs Way we wci rk.
page 5
"EXHIBIT A"
TEMP RESO 8917
r
$TL�'P�LII\IG
r x u a x s
SPECIFICATION PROPOSAL
TAMARAC CITY OF
12-06-1999
WEIGHTS- (+)
.._______..__ SPECIFICATIONS -------------- FRONT REAR
CAB EXTERIOR
CAB: 101" BBC CONVENTIONAL STEEL
CAB MOUNTS: RUBBER .....
FENDER EXTENSIONS: 5"
GRAB HANDLES: LH/RH EXTERIOR •�
GRILLE: PAINTED PLASTIC HOOD MOUNTED
HOOD: AERODYNAMIC
AIR HORN: DUAL W/SINGLE BASE
ELECTRIC HORN: SINGLE
HEADLIGHTS: SINGLE ROUND HALOGEN...•..
MARKER LIGHTS: AERODYNAMIC, SMALL .
DAYTIME RUNNING LIGHTS
STOP/TAIL/TURN LIGHTS: GROTE FLUS14MTD.
INSIDE FRAME RAIL
TURN SIGNAL: FRONT LAMPS ..............
PRIMARY MIRRORS: STAINLESS STBELWEST•.
COAST
DOOR MOUNTING OF MIRRORS .
TRAILER/BODY WIDTH;: 96" FOR MIRRORS •...
•.
AUXILIARY MIRRORS: LH/RH 5.5 BRIGHT ...FINISH CONVEX MTD UNDER PRIMARY MIRRORS
REAR WINDOW: (2) 15" X 26" TINTED
DOOR WINDOWS: TINTED W/OPERATING DOOR..
WING WINDOW
WINDOW REGULATORS: MANUAL ..
WINDSHIELD: TINTEE. ....................
WINDSHIELD WASHER RESERVOIR:.8 LITER...
CAB INTERIOR
INTERIOR: VALUE MEDIUM GRAPHITE
LH UPPER DOOR TRIM: MOLDED PLASTIC
RH UPPER DOOR TRIM: MOLDED PLASTIC .�
FLOOR MATS: MEDIUM DARK GRAPHITE VINYL.
MATS W/SINGLE INSULATION
DASH MOUNTED ASH TRAYS & LIGHTER ......
HEATER AND DEFROSTER: W/AIR CONDITIONER
WITH RECIRCULATION' SWITCH
HEATER PLUMBING: STANDARD W/ SHUT-OFF .
VALVES
96
0�
K
Y¢ u' It L.! k a Tl-I a '!!tea y w4R W<> r k.
page 6
"EXHIBIT A"
TEMP RESO 8917
•
.46
Tm
$-rmPt Y...Irvca
T K u C K 6
SPECIFICATION PROPOSAL
TAMARAC CITY OF
12-06-1999
----------- SPIRCZFICATIONS------------ FRONT REAR
A/C COMPRESSOR: SANDEN COMPACT
A/C CONDENSOR: RADIATOR MOUNTED
A/C PLUMBING: BINARY CONTROL R-134A ...
REFRIGERANT
ELECTRICAL: CIRCUIT FUSES _
WIRING SCHEMATIC CARD: NONE, 12V NEG ..
GROUND SYSTEM
INTERIOR LIGHTS: CENTER MOUNTED DOME &
DOOR COURTESY LIGHTS IN KICK PANELS
DOOR LATCH: W/MANUAL LOCKS .
DRIVER SEAT: NATIONAL CUSH-N-AIRE�II...
MID -BACK AIR SUSP W/ACTIVE AIR LUMBAR .
PASS SEAT: NATIONAL ECONOMY MID -BACK
NON -SUSPENDED
DRIVER SEAT COVER: VINYL W/VINYL INSERT
PASS SEAT COVER: VINYL W/ VINYL INSERT
SEAT BELT: 3 POINT ADJUSTABLE D-RING .
DRIVER
STEERING COLUMN: FIXED _
STEERING WHEEL: 18" TWO -SPOKE BLACK
INTERIOR SUN VISORS: DRIVER/PASS ......
INSTRUMENT PANELS & CONTROLS
GAUGE PACKAGE: STERLING STD ELECTRONIC
INSTRUMENT PACKAGE, STD CALIBRATION
INSTRUMENT CLUSTER: W/INTEGRAL GAUGES .
CENTER PANEL: GRAY W/ FLAT GAUGE INSERT
LOW AIR PRESSURE WARNING: LIGHT AND
BUZZER
AIR RESTRICTION INDICATOR: INTAKE MTD
AIR SYSTEM GAUGE: :DUAL NEEDLE PRIMARY &
SECONDARY AIR PRESSURE GAUGE
CRUISE CONTROL: OMIT ..
STARTER CONTROL: O.N/RUN/START/ACC .. ..
MESSAGE CENTER: WARNING LAMP/LIGHT BAR.
DISPLAY, NON -DATA ;LINKED
FUEL GAUGE: ELECTRIC ....
WATER TEMPERATURE GAUGE: ELECTRIC
ENGINE HOUR METER: HOBBS, INTEGRAL W/.,
TACHOMETER, OIL PRESSURE ACTIVATED
35 1.7
37 19
1
YQu' 11 L.1k,E3'r'izmB Wgay W40 WclrR.
page 7
"EXHIBIT A"
TEMP RESO 8917
STiwRLiria
T R Y! k 9
SPECIFICATION PROPOSAL
TAMARAC CITY OF
12-06-1999
page 8
WEIGHTS-(+)
----------- SPECIFICATIONS ------------ FRONT R$AR
OIL PRESSURE GAUGE: MECHANICAL, ........
RADIO: STERLING AM/FM STEREO ..........
RADIO SPEAKERS: (2) CAB ...............
RADIO ANTENNA: 30" AM/FM MOUNTED RH ...
SIDE COWL
SPEEDOMETER: AMETEK ELECTRONIC WITH ...
ODOMETER (MPH)
TACHOMETER: ELECTRONIC 3500 RPM .......
HAND CONTROL VALVE: NONE ..............
VOLTMETER: ............................
WINDSHIELD WIPER CONTROL: ELECTRIC WITH
DELAY
PARKING BRAKE SYSTEM: 1-VALVE SYSTEM W/
WARNING INDICATOR
TURN SIGNAL SWITCH:: UNITED TECH SELF- .
CANCELLING
TURN SIGNAL FLASHER: HEAVY DUTY .......
FAINT
ONE SOLID COLOR DESIGN .................
CAB COLOR A: URETHANE N0006 WHITE.....
CHASSIS COLOR: SLACK: HIGH SOLIDS ....
POLYURETHANE
FRONT WHEEL COLOR: VENDOR WHITE.......
REAR WHEEL COLOR: VENDOR WHITS........
ADDITIONAL SPECIFICATIONS
IN PLANT PREDELIVERY SERVICE...........
SUBTOTAL SASE MODEL AND OFTIONS
9 1
8394 7131
You'll L_lka 'Th$ Way We Work.
"EXHIBIT A"
TEMP RESO 8917
•
'�r'T�1"'lLINC�
T R U i K
SPECIFICATION PROPOSAL
TAMARAC CITY OF
TOTAL VEHICLE SUMMARY
FRONT WEIGHT TOTAL ....
REAR WEIGHT TOTAL .................
TOTAL WEIGHT ......................
8394 lbs
7131 lbs
15525 lbs
12-06-1999
page 9
(*) WEIGHTS SHOWN ARE ESTIMATES ONLY. IF WEIGHT IS CRITICAL,
CONTACT SALES APPLICATION ENGINEERING.
You ` iI Likfn� "10 VV&Y We Work.
"EXHIBIT A" TEMP RESO 8917
LIMITED WARRANTY STATEMENT
IsTerex-RO Corp. warrants that all new products manufactured by Terex-RO Corp. which have been "properly registered" shall
be free from and against defects in materials and workmanship for the shorter of either'three hundred sixty five days (365)
after the "in service date". "properly registered" means the following three forms are completed, signed by dealer and
customer as required and received at Terex-RO Corp, plant within five (5) days of the service date; (1) warranty registration
(2) certification of pre -delivery inspection and service: and (3) certification of customer operator orientation. The "in service
date" shall be the first to occur of the date of sales to the dealer's customer entry to dealer's rental fleet. If any product fails
to meet the foregoing warranty and such defect is properly reported to Terex-RO Corp. during said three hundred sixty fi4
(365) day period, Terex-RO Corp, will be responsible for the reasonable cost and labor and Terex-RO Corp. standard parts
to correct any such defect. This warranty shall only apply to warranty work that Is performed by an authorized dealer facility.
All warranty claims shall be filed on forms supplied by Terex-RO Corp. and shalt be filed with Terex-RO Corp. within ten (10)
days after occurrence of event claimed event. This warranty shall apply to the original purchaser of the product and without
extending the warranty period and provided Terex-RO Corp. received and appropriately completed certification (signed by
dealer and subsequent purchaser) within five (5) days of such subsequent purchase, to any such subsequent purchaser of
the product during the warranty period.
Terex-RO Corp. makes no warranty with respect to any product which in Terex-RO Corp. Judgment, has been subject to
misuse negligence, abuse, alteration, accident or inadequate or improper maintenance or with respect to any part of the
product which has served its normal wear life. Parts or components not manufactured by Terex-RO Corp. (such as engines,
drive train's hydraulic system components, accessory equipment) are not covered by this warranty but may be covered by
a warranty extended by their respective manufacturers. The foregoing warranty is not Intended to supplant normal mainte-
nance or service or normal replacement parts.
The placing upon any Terex-RO Corp. product of any attachment or equipment not manufactured and sold by Terex-RO
Corp. ortauthorized by it, or any unauthorized alteration of any Terex•RO Corp. product shall operate to void and waive any
warranty whatsoever by Terex-RO Corp.. No representative of Terex-RO Corp. or any dealer has authority to change the
terms of this warranty in any manner whatsoever and no assistance to any purchase by a dealer or by Terex-RO Corp, in
repair or operation of Terex-RO Corp. products shall constitute a waiver of the conditions of this warranty nor shall such
assistance extend or revive it.
Terex-RO Corp. may discontinue the manufacture of any of Its products and product lines and may make changes and
improvements at any time in the specifications, construction or design of its products and the warranties thereof, without
incurring any obligations to any customer, Any repaired or replacement part furnished under this warranty will be warranted
for the remainder of the warranty period of the product of which it is installed. No part or parts shall be returned to Terex-RO
Corp, unless the dealer shall first notify Terex-RO Corp. and arrangements are made for such return. All replaced parts will
become the property of Terex-RO Corp. and shall be returned, freight pre -paid, to Terex•RO Corp, if such return is re-
quested. Terex-RO Corp. is not responsible for any shipping, travel or other expenses incurred In connection with any parts
to be repaired or replaced.
THE FOREGOING SETS FORTH THE EXCLUSIVE REMEDIES FOR CLAIMS BASED ON FAILURE OF ANY PRODUCT
OF TEREX-RO CORP. TO MEET ITS WARRANTIES WHETHER THE CLAIM IS IN CONTRACT. TORT OR OTHERWISE
INSTITUTED, NOTWITHSTANDING ANYTHING TO THE CONTRARY IN ANY OTHER FORM, DOCUMENT, REPRE-
SENTATION OR WARRANTY, WHETHER WRITTEN, ORAL OR IMPLIED. Upon the expiration of the warranty period all
liability of Terex-RO Corp, shall terminate except with respect to those warranty claims properly filed with Terex-RO Corp.
prior to such expiration. No action or breach of the terms hereof shall be commenced later than one (1) year after the alleged
breach.
IN NO EVENT SHALL TEREX-RO CORP. BE LIABLE FOR ANY INDIRECT, INCIDENTAL, CONSEQUENTIAL OR SPE-
CIAL DAMAGES RESULTING FROM THE FAILURE OF ANY PRODUCT FROM ANY OTHER EVENT, INCLUDING WITH-
OUT LIMITATION, LOSS OF PROFIT OR OTHER COMMERCIAL LOSS OR INJURY OR DAMAGE TO PERSONS OR
PROPERTY.
EXCEPT AS SPECIFICALLY AND EXPRESSLY REQUIRED BY LAW, TEREX-RO CORP. MAKES NO OTHER WARRAN-
TIES, EXPRESSED OR IMPLIED, INCLUDING ANY WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PAR-
TICULAR PURPOSE AND THE FOREGOING WARRANTIES ARE EXCLUSIVE AND LIFE OF ALL OTHER WARRAN-
TIES WHETHER WRITTEN, ORAL, IMPLIED OR STATUARY.
Form DWTY101192
•11=1-TerexmR0
9 "EXHIBIT A" I& TEMP RESO 8917
TEREXSTINGER SPECIFICATIONS
1600 2000
2800
3000
3400
3800
4400
4700
75105
.,..,�!. i. �d _ ., �, :,. '.: ,r4re.
�Fhd!N�.�y h
:.; Tt h' x•'
'l "f '.,
t"!bi':�
! ��'"�
y���"k i
Maximum Lifting Capacity 16,000 lbs. 20,000 lbs.
28,800 lbs.
30,000 lbs. 34,000 lbs.
38,000 lbs.
44,000 lbs.
47,000 lbs.
75,000 lbs.
Maximum Crane Weight 11,000lbs. 11,200lbs. 13,950lbs.
16,500lbs.
18,600lbs.
18,9801bs.
21,9001bs.
23,9001bs, 31,6001bs.
Maximum Boom Length 57' 57'
63'
67'
74'
74'
85,
92'
105'
1
WI Cif h Speed 2 Speed
2 Speed
2 Speed.,
2 Speed
2 Speed
2 S Peed
2 Speed
h<�� �,
5pe#
Winch Type Planetary Planetary
Planetary
Planetary
Planetary
Planetary
Planetary
Planetary
Planetary
First Layer Rope Pull 8,100 lbs. 8,100lbs.
11,400lbs. 11.400lbs.
11,400lbs.
11,400lbs.
11,400 lbs.
11.400lbs.
15,000lbs.
Wire Rope Size 1/2" 1/2"
9/16"
9/16"
9/16"
9/16"
9/16"
9/16"
5/8"
Breaking Strength 26,600 lbs. 26,600lbs.
33,600 lbs.
33,600lbs.
33,600lbs. 33,600lbs.
33,600lbs.
33,600lbs. 41,200lbs.
OPE06TIN SPEED "p g•k ',
.
Swing 1 RPM (secs) 40 40
40
40
40 ,.
40
40
40
b60
Boom Up/Down (secs) 22/22 22/22
22/22
22/16
22/16
22/16
34/30
34/30
34/30
Boom Extend/Retract(secs) 55/22 55/22
50/22
50/32
56/59
56/59
75/36'
80/36"
90/90
HYDRAULICS
Pump Sections Two Two
Three
Three
Three
Three
Three
Three
Piston Type
Gallons Per Minute 24/12.5 24/12.5
31/16.5/8.5
36/20/11
36/20/11
36/20/11
36/20/11
36/20/11
77
OUTRIGGERS
Front Outriggers Link Type Link Type
Link Type
Link Type
Link Type
Link Type
Link Type
Link Type
Out/Down
Front Spread 17'10" 17'10"
20'4"
20'5"
20'5"
20'5"
21'9"
21'9"
23,4"
Rear Outriggers Vertical A -Frame
A -Frame
A -Frame
A -Frame
A -Frame
A -Frame
Out/Down
Out/Down
Rear Spread 7' 11 " loll..
10.1.,
10' 1 "
loll,.
10' 1 "
10' 1 "
17' 6"
23' 4"
CHASSIS .
Front Axle Requirement 9,000 lbs. 9,000 lbs,
12,000 lbs.
12,000 lbs.
16,000 lbs.
18,000 lbs.
18,000 lbs.
18,000 lbs.
18,000 lbs.
Rear Axle Requirement 17,500lbs. 17,500lbs.
21,000lbs.
34,000lbs.
34,000lbs.
34,0001bs. 34,0001bs. 34,000lbs.
34,000lbs.
Min, Section Modulus'" 15.9 15.9
15.9
21.6
26.0
26.0
26.0
26.0
30.0
Cab To Axle 138" 138"
144"
156"
168"
168"
168"
168"
180"
Wheelbase 207" 207"
214"
234"
246"
246"
246"
246"
258"
Chassis specifications are minimum for truck -crane mount. Not applicable to optional mounting
configurations.
"Optional high-speed boom extend 45/36.
**Expressed in inches'.
®TEREX CRANES
Olathe,
Kansas
0
F1 Hydraulic MaChi nery, Inc.
Tea 813-621-8002
550 Old Highway 56.Olathe. KS 660614640
(913) 782-1200 • FAX: (913) 782-1625
USA
Ft- Lauderdale 954-761-3100
Watts 800-623-5438,
Specifications subject to change without notice.
FLB . 1997 Litho in U.S.A.
"EXHIBIT A" TEMP RESO 8917
0 40
��I
TEREX STINGERTM Telescopic Cranes
•
"EXHIBIT A"
3000 Series
3063 Capacity and Range Chart:
�'. J,B CAPACMEs FOR ALL BOOM LENGTHS
AFKSIE `, 35• 1 4o' '45•,. 1 5o• 1 SS• tio•.' es•. m• 75•-i y
.FTJJEI '<,, 700 1 tl25 t000 115a t31d teoa tepo 230p 3100 41eo`
Iwo 5-W e5o 730 e10 — toes t40a 1810 . 2Bo.
1filrl1111111FAWMAKI;
!■I®
Or arm
IIIII/A01a'
POD'
on
I IN
NOV-
NOTE: Diagrams depict recommended mounting dimensions. The dimensions of optional
Pedestal and rear mounts will vary. Please consult your dealer or Terex Cranes for specifics.
Dimensions do not Include load deflection.
NOTE: Please consult the Terex
Cranes full -line brochure
for a complete listing of
standard features and
optional equipment,
3063 Optional
Mounting Configurations:
Behind Cab (TC)
Rear Mount (RM)
Pedestal Mount (PM)
(Some standard features for the optional mounting
configurations will vary. Please consult your Terex Cranes
dealer or factory for chassis and mounting requirements.)
TC 3063 Minimum
Chassis Requirements:
Chassis specifications are minimum for truck -crane mount.
Not applicable to optional mounting configurations.
Gross Vehicle Weight Rating ......33,000
lbs. (14,968 kg)
Front Axle Weight Rating .............
.12,000 lbs. (5,443 kg)
Rear Axle Weight Rating ..............21,000
lbs. (9,525 kg)
Wheelbase.....................................214
in. (5,436 mm)
Cab to Axle.....................................144
in, (3,658 mm)
Afterfrome.........................................75
in. (1,905 mm)
Transmission ................................................Heavy
-Duty
(Neutral lock -up required for automatic
transmission)
Electrical System...........................................Heavy-Duty
Cooling System .......................
...................... Heavy -Duty
Frame Section Modulus ......................15.9
in' (260 Cm3)
RBM Per Frame Rail ....1,400,000
in./lbs. (16,130 kg-m)
Rope and Reeving:
1 PART LINE
2 PART LINE
] PART LINE
CAUTION
OVERLOW AND
AWr*O-K= SYSYSTENS
MM BE w e000
OPERATRI9 CONDRION
A K
BEFORE OPEPATING CRANE.
REFER TO OwNM MAIRNL
KEEP AT LEAST 9 WRAPS
LOADS UP TO
LOADS UP TO
Kak
LOADS UP TO
OF LOADUNE ON DRUM AT
ALL TRAES.
� OHLY �91 DWOETER
CANE WnH �'� �'
BREMNS STRENGTH
ON THM LAACIR�IE,
9,600 LBS.
STO. CABIE
19,200 LBS.
STD. CABLE
aa,am 185,
STD. ABLE
6.710 LBS.
ROT. RESIST. CABLE
17.410 LBS.
ROT. RESIST, CABLE
20.160 L -
ROT, RESIST. CABte
Mb M,1cM.[ COM/VEs M1,11 OlX,1 MOuu,g11{
,..o i....xo w„Alrc whYC,1A.[ ., w„1 w
Ili• 11•
w�uF,lciva aa.ao•nr
OCopyright 1998 Terex Cranes Form OTC 3063 Wu
550 Old Highway 56
(llnlhn VC APAC1 to17, -!on ,nn
3000 Series •
Dimensional Data:
•
"EXHIBI1AA
TC 3063:
Mnximiim charnic hoinh+/no n ...�