Loading...
05-04-04 Item 12017n i r ►7 �iTFTiiT. TO: Honorable Mayor, Vice Mayor DATE: May 4; 2004 & City Commission FROM: Maria V. Davis AGENDA ITEM No. Z City Manager C RE: Authorizing the City Manager to purchase One Automated Garbage Truck RESOLUTION: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO FUND IN ADVANCE THE FIRST YEAR'S INSTALLMENT NOT TO EXCEED $34,185.07 FOR PURCHASE OF ONE AUTOMATED SIDELOADING GARBAGE TRUCK TO BE PURCHASED FROM GENERAL GMC TRUCK SALES AND SERVICES, INC., IN AN AMOUNT OF $155,383 TO BE CHARGED TO 2004 -05 PUBLIC WORKS DEPARTMENT LEASE PURCHASE - TRUCKS ACCOUNT NUMBER 001 - 1720 -534- 4455; PROVIDING FOR AN EFFECTIVE DATE BACKGROUND & ANALYSIS: As approved with this year's budget, our Public Works Department has purchased two new Automated Garbage Collection trucks. During the last budget process, we discussed the need for a third (back -up) truck, which was postponed to be funded from next year's budget. Our vendor advised us that they only have one truck left of the current model and if we do not place the order for the truck now, the cost would increase by $10,500.00 (due to an increase in material cost of $7,000 and a new $3,500 EPA surcharge). The proposed spare truck will also be a HEIL truck, Python model, with a 9 -foot reach automated arm and a total capacity of 33 cubic yards (28 cubic yard body & 5. cubic yard hopper). General GMC Truck Sales & Services, Inc. submitted the attached March 5, 2004 letter explaining the additional cost and estimated delivery date. For the purchase of this truck, we intend to "piggyback" on our current contract for the two trucks already purchased. The estimated total cost of the truck, with a 5 -year extended warranty for engine and transmission and applicable financing fee, is $155,383.00. We recommend that the first year's lease payment not to exceed $34,185.07 be funded in advance from the 2004 -05 budget account number 001- 1720- 534 - 4455. The remainder of the five -year financing will come out of that same account in equal annual installments. If approved, a receivable account will be created for the $34,185.07. This receivable account will be credited upon the approval of the 2004 -2005 budget (which will include the amount of the first year payment) from the Public Works Department Lease - Purchase Trucks Account. RECOMMENDATION: It is recorpmended that the City Commission approve the resolution. ATTACHMENTS: Q Proposed resolution • Letter from General GMC Truck Sales & Services, Inc. • Memo Concerning Need /Maintenance U FY 2003/04 Budget Workshop Excerpts e 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO FUND IN ADVANCE THE FIRST YEAR'S INSTALLMENT NOT TO EXCEED $34,185.07 FOR PURCHASE OF ONE AUTOMATED SIDELOADING GARBAGE TRUCK TO BE PURCHASED FROM GENERAL GMC TRUCK SALES AND SERVICES, INC., IN AN AMOUNT OF $155,383 TO BE CHARGED TO 2004 -05 PUBLIC WORKS DEPARTMENT LEASE PURCHASE - TRUCKS ACCOUNT NUMBER 001 -1720 -534 -4455; PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the Mayor and City Commission wish to purchase one Automated Side- loading Garbage Truck for the Public Works Department as a spare truck and; WHEREAS, the Mayor and City Commission wish to fund the first year's installment not to exceed $34,185.07 for the purchase of the Automated Side- loading Garbage Truck in advance from the 2004 -05 budget, and; WHEREAS, the Mayor and City Commission authorize the City Manager to execute purchase agreements and financing contracts in an amount of $155,383. NOW THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA: Section 1: The City wishes to purchase one Automated. Side - loading Garbage Truck for the Public Works Department Solid Waste Division. Section 2: The purchase will be funded, with one year's installment in advance, through the Public Works Department Lease Purchase — Truck account number 001 - 1720 -534 -4455 of the 2004 -05 budget. Section 3: That the Mayor and City Commission authorize the City Manager to execute a purchase agreement with General GMC Truck Sales and Services, Inc. and financing contract in an amount of $155,383.00, including estimated five -year engine and Transmission warranty cost. Section 4: This resolution shall be effective immediately. PASSED AND ADOPTED this APPROVED: CITY CLERK READ AND APPROVED AS TO FORM: CITY ATTORNEY day of , 2004. ATTEST: MAYOR Commission Vote: Mayor Russell: Vice Mayor Palmer: Commissioner Birts- Cooper: Commissioner Wiscombe: Commissioner Sherar: From: W. Ajibola Balogun Public Works Director Re: Automated Garbage Truck Attached is the information you requested about the automated garbage system operation, to date. The Solid Waste Division refuse collection is presently operating with two new trucks and no back up vehicle to cover garbage collection during times when equipment is not operational. The acquisition of a spare truck is essential for the efficient and timely collective of refuse. The following is a list of foreseen down time and challenges facing the Solid Waste Division ability to provide services without a spare back up truck: Truck will be down and out of operation approximately for scheduled maintenance every three months or 12,000 miles as per Motor Pool staff recommendation. Breakdown of equipment can happen at any time and most times unexpected during these times equipment will be out of operation for large periods of time. Warranty for Power Train will be covered by Truck Max, 6000 N. W. 77, Court, and closest vendor to City of South Miami authorized by dealer. Warranty for hydraulic components will be covered by Sunbelt Hydraulics & Equipment, Inc., 1587 S. W. 4th Avenue, Delray Beach, or other authorized dealer closest to City of South Miami. Major breakdowns of equipment can keep vehicle out of operation for a minimum of two weeks. Whereas we are working to negotiate a reciprocal agreement to borrow a truck from North Miami Beach should one of our vehicles go down, we may not be able to rely on a borrowed vehicle for the period of time it is needed if repairs should take longer than expected or, for example, should the loaning agency have a simultaneous breakdown of one of their vehicles. Should you have any questions or comments, please do not hesitate to contact me. FY 2003/04 BUDGET WORKSHOP EXCERPTS City Commission Meeting date: August 21, 2003 6130 Sunset Drive, South Miami, FL Next Regular Meeting date: September 2, 2003 Phone: (305) 663 -6340 Time: 6:00 PM 1. FY 2003/04 Budget Presentation. (0529) Ms. Davis: our sanitation, with garbage and bulk trash is worth about $1.2 million a year (that is a mill and a half), and that is very important for the Commission to recognize. The only other city in Miami -Dade County that does this is West Miami. And the beauty of this is obviously that you can write it off. But also, our millage rate would be so much less and we would be probably close to the bottom if we did not have out garbage and trash included in the ad valorem taxes. (1349) Ms. Davis: Explaining the line items, the first one being the acquisition of capital equipment. Right now we are in dire need of replacing garbage trucks, and we have a choice. We can replace a garbage truck with the existing model that we utilize or we can acquire and go into an automated program which will save us close to $134,000 a year in recurring expenditures. I am proposing to go into the automated system for several reasons: we pay for the capital cost up front in 3 years with the savings from the positions. We are saving 4 positions and those particular collection personnel we have accommodated them with other positions, they will not loose their job with the City. It is kind of a win win situation and it is a system with which I am very familiar with. The cities of Miami Springs, Miami, North Miami I believe they have the same system. It is mechanizing our operation, is much more efficient, much faster and is recurring revenue that we are saving. We are proposing a 3 -year lease - purchase. The vehicles are expensive, about $156,000 a piece but the rate is very low, about 2.99% interest on a 3 -yr loan I think is an excellent time to do it. (Here Ms. Davis explains how the system works, adding that one person does the job of three people).Therefore I am recommending this, you are at a CITY COMMISSION FY 2003/04 Budget 1 WORKSHOP EXCERPTS - AuguSt 21, 2003 crossroads and we need a garbage truck, we are borrowing vehicles from Coral Gables and I don't want to do that. (1470) (Commissioner McCrea asked whether we have to buy one or two) . ,Ms. Davis: Actually we should have three. Because they are brand new I think we can get through the first year with two, but I would feel much more comfortable with a spare l We would have to buy one if we continue with the present technology and the cost would be approximately $90,000. Commissioner Wiscombe at this point asked for information on the proposed system so that they could study it. Commissioner Wiscombe also asked what would be the cost of the containers. Ms . Davis: I am going to propose that we charge the residents a one -time fee to purchase the garbage can at $50 a piece. I am proposing that we maintain parts to repair them in the future, the parts are very inexpensive. I will be happy to provide you with the research which there is plenty of it that has been done ;actually before my time. This was looked at even before I got here and I just kind of resurrected it, to be honest with you. Are there any other questions? (Here C. McCrea spoke in favor of the new system) Ms. Davis: Additionally, workers comp injuries is a fact of life with sanitation workers. Actually, sanitation is the most dangerous job we have. Everything from getting stuck in a compactor, back injuries from having to pick up the cans, and throwing the debris into the truck. All of that is taken away by this automated hydraulic arm. (C. McCrea here asked Ms. Davis to address the problem associated with the elderly having difficulty in picking up those large cans) . Ms. Davis: I'm glad you brought that up. That is a reality. Not a great concern because they are on wheels. But obviously there are ypeople that are not strong enough to be able to wheel it out and we will accommodate that with a temporary, someone who is not 'going to be receiving benefits, to wheel them out, on a part -time basis, and we will consider those on a case -by -case basis. They have to apply for a hardship, evaluate it, and we will take it from there. �2. Adjournment. PURSUANT TO FLA STATUTES 286.0105, "THE CITY HEREBY ADVISES THE PUBLIC THAT IF A PERSON DECIDES TO APPEAL ANY DECISION MADE BY THIS BOARD, AGENCY OR COMMISSION WITH RESPECT TO ANY MATTER CONSIDERED AT ITS MEETING OR HEARING, HE OR SHE WILL NEED A RECORD OF THE PROCEEDINGS, AND THAT FOR SUCH PURPOSE, AFFECTED PERSON MAY NEED TO ENSURE THAT A VERBATIM RECORD OF THE PROCEEDINGS IS MADE WHICH RECORD INCLUDES THE TESTIMONY AND EVIDENCE UPON WHICH THE APPEAL IS TO BE BASED. THIS NOTICE DOES NOT CONSTITUTES CONSENT BY THE CITY FOR THE INTRODUCTION OR ADMISSION OR OTHERWISE INADMISSIBLE OR IRRELEVANT EVIDENCE, NOR DOES IT AUTHORIZE CHALLENGES OR APPEALS NOT OTHERWISE ALLOWED BY LAW. CITY COMMISSION FY 2003/04 Budget 2 WORKSHOP EXCERPTS - AuguSt 21, 2003 DAVID STEGEMAN Sal 656 SSSO OS/OS/04 11:24am P. 001 GENERAL GMC TRUCK SALES & SERVICE, Inc. dba VOLVO TRUCKS OF PALM BEACH ; ;*v ff March 5, 2004 Mr. Ajibola Balogun REM City Of South Miami Mr. Balogun, I have one identical chassis in stock as the two you just purchased. I can have a body mounted and delivered in approximately 60 days. All terms and specifications will be the same. Thank you for allowing us to quote an additional truck. r i 1 NOTE: E: If you cannot submit an order for the third truck at this time it would have to be order for a later date, the cost will be approximately $7,000.00 more due to the increase costs of materials and new E.P.A surcharge of $3,500.00 per truck. Any questions please feel free to contact me. 360 South Military Trail ° West Palm Beach, Fiorida 33416 ^ Phone: 561 - 686 -6906 - FAX: 561 - 697 -6429 E" 2059 Northlake Parkway 41 Floor North Tucker, GA 30084 770- 270 -8645 770- 270 -8565 Fax October 23rd, 2003 To: The City of South Miami: Banc of America Leasing & Capital, LLC ( "Lessor ") is pleased to submit the foIIowing bid to you pursuant to the Master Lease/Purchase Program established on behalf of the Florida League of Cities, Inc.: Lessee: City of South Miami, FL (rate below assumes city is non - rated) Amount Financed: $ 148,383 Lease Term: Five years Equipment Description: Two refuse trucks Interest Rate: 4.23 %, or 133% of the 5 -year Treasury. This rate will be held for 30 days from the above date. Thereafter, the Interest Rate will be recalculated at the percent of the 5 -year Treasury quoted under the Florida League of Cities Master Lease/Purchase Program for the month in which funding occurs, and the rate will be fixed at the time of funding. As of October 23rd, 2003, the 5 -year Treasury was 3.18 %. Periodic P &I: Annual /Advance $ 32,185.07 Total P &I: Annual /Advance $ 160,925.36 Servicing Fee: A servicing fee of 10 basis points ($273) will be charged to Lessee for processing this transaction as part of the Florida League of Cities Master Lease Program with Lessor. This transaction will be subject to the terms and conditions and documentation of the Florida League of Cities Master Lease/Purchase Program. If you wish Lessor to proceed with this transaction, please submit the application provided, along with the specified financial information requested. We look forward to the opportunity to provide financing to you. If you have any questions, please give me a call at (770) 270 -8645. Very truly yours, BANC OF AMERICA LEASING & CAPITAL, LLC By: Marianne D. Velker Title: Assistant Vice President ;OL'r, V v o93itm • �OR10P City of South Miami ' 6130 Sunset Drive, South Miami, Florida 33143 (305) 663 -6339 Fax: (305) 667 -7806 REQUISITION For Check 'KFor Purchase Orden VENDOR: General GMC Track Sales & Services, Inc. ADDRESS: 360 South Military Trail, West Palm Beach, Florida 33415 CONFIRMATION: Telephone: (561) 686 -8906 Fa `5561)697-88429 Contact Name: David Stegeman Pw o No. 51 4rl DEPARTMENT: DELIVER TO: REQUIRED DELIVERY DATE: Public Wo& Department X 4795 SW 75 Avenue 6130 SW 72 Street rKTP 1P hA AT1n-K1 T(l n P PR 1P M IC TARII R V IIRP A R TT,4PMT F(1P P1 1P (`TA A C R.if: A C=KIT ITEM NO S QTY. DESCRIPTION AND SPECIFICATIONS ACCOUNT UNIT PRICE TOTAL COST AGAINST THE CODES CHARGED: 2 Automated Side- loading Garbage Truck— Volvo, Model WXR64 001- 1720 -534 -4455 $148,383.00 $296,766.00 SUFFICIENCY OF APPROPRIATION BALANCES VERIFIED 2 Extended Warranty (5- Years) — Engine $900.00 $1,800.00 CITY MANAGER 2 Extended Warranty (5- Years) — Transmission $1,900.00 $3,800.00 Resolution #200 -03 -11750 (Attached) Total $302,366.00 Brief Description: (Veh. #, for whom, etc.) : * * * * * *** ** *Attarh 3 mintPC fnr anv nnrrhacPC nvPr Q7. M [if) and (lnntnc and PncnlntOnn fnr nnrnhaenc r.vnr QA 000 0n * * * * * * * * * ** I HEREBY CERTIFY THAT THE ABOVE MATERIAL, EQUIP- CODING OF ACCOUNTS APPROVED PURCHASES AS ABOVE APPROVED AND ISSUANCE OF MENr, OR SERVICE IS ESSENTIAL AND A PROPER REQUEST PURCHASE ORDER AUTHORIZED AGAINST THE CODES CHARGED: r��j� SUFFICIENCY OF APPROPRIATION BALANCES VERIFIED D� l I0 ( �. (EXCEPT AS OTHERWISE NOTED.) HE F DEPARTMENT FINANCE DEPARTMENT CITY MANAGER Fax: 3052463244 Oct 23 2003 1044 P. 02 w . 790 N� Homestead Boulevard g, . I • Homesread, Fibrida 2/27/2001.1 Phone: (305) 247-1801 - Fax: (305) 246-3244 P.O. NUMB ANO REOUESTING DEPT, MUST 'FR AP�PP ER EAR ON AU INVOICES. SHIPPING PAPERS I VENDOR NUMBER: 7755 GENERAL GMC TRUCK SALES & SVC 360 S MILITARY TRAIL WEST PALM BEACH FL 33415 PH (561) 686-8906 FX (561) 697• 8429 CITY OF HOMESTEAD PUBLIC WOP�XS 4-,- SERVICES rLZZT WAREHOUSE 350—B SE 6TH AVENUE HOMESTI AD FT-1 33030 SHIPUSN7S ACCEPrED MONDAY rHROUGH FRIDAY FROM 1.30 A.M. TO 11:30 AX- 0000057,1 BO) NET DESTINATION I BEST WAY PLEASE SIGN AND DATE A COPY OF THIS PURCHASE ORDER AND FAX TO (305) 246-3244, ATTENTION DICK FERRER AS YOM ACKNOWLEDGEMENT OF THIS OPJ=- DATM- PLF-kSE PROVIDE EXPECTED DELIVERY DA'T'E: IF' YOU HAVE Awl' QUESTIONS OR CONCERNS PLEASE CONTACT BRIAN 01 CONNOR. 305-247-1801 X 222 OR E—MAIL: B000NNOR19CI.H0MESTZAD.FL.US 11'070 OS3 55050405196040 " 1.00 EA AUTOMATED SIDE LOADING GARBAGE TRUCK IN ACCORDANCE WITH CITY Or HONESTFA,D BID#200102 — AUTOMATED SIDELOADING GARBAGE TRUCK — 1/10/01 OT AT=" DAVID STP-GEMAN APPROVED BY CITY OF HOMESTEAD CITY COUNCIL ON MONDAY, FEBRUARY 19, 2001 Tr' YOU HAVE ANY QUESTIONS PLEASE CONTACT CHUCK 1 TT ,JAC- N OF THE FLEET DEPARTKENT AT 305-247-1F:501 EX'S` - 370 -ITENT .3EQUE57ING D-F-PA M FLEET/N1ARTIN/$OLID WASTE 7.A. 4 - L� �'� - $ ES :-X,,;$'*— E�3.01 AT. AL :,IN ju•i;-'a; aw". 'i ,TCbr i"U.-fy -,f lax. net Nil! -.ir%tj fArtiflcats No. '111.1 v6 -mempf T(G-M A'Icw. 'Ths C,;Iy 'W11-ioineb:9ad as lrr gA •13x;,-, U R I ,fFRZE ,5 . 42.98.00001 154298.00 a z To: .OIM989J aom: MV of hGMStea6 1?' — L4 -LU U2 601 INVITATION TO BID Au ToM.A`I'ED SIDE LOA DI NG GARBAGE TRUCK BID 9200102 - 1/10/01— OT BILE OPENING: JANUARY 10, 2001 / 10 :00 A.M. �[ For information contact: CharIes Yannis, Director of Purchasing CYitSr of Homestead — Purchasing Department 790 North Homestead Boulevard Homestead, FL 33030 -6299 :.511789'3 Prom, City nt flm.[,,SLE8 A LJTO WkTEDSIDELOA DING GARBAGE. TRUCK BID #f200102 — JANUARY. 10, 2001 1.0 G EX E RA LCO1IM.TI0NS 1.1 SEALED BIDS: The Cit), of Homestead. ("City") will receive sealed bids for x "ALJT'C5>�1ATED SIDELOADIN GARBAGE TR •C1CK" FCI'I.? THE CITY OF HOMESTEAD no later than 10:00 AAL, t>< ED1\ESIDAY, J'Af- 1.JARY 10, 2001, or any time prior thereto at the City Clerk, City Ball, 790 North Homestead Boulevard, Homestead, Florida 335030-6299. Original copy of Bid Form as well a.s any other pertinent documents must be returned in order for the bid to be considered for award. All bids are sub7ject. to She condition, specif ed hereon and on the attached Special Conditions, Specifications and BidForrn. The completed bid must be submitted in a sealed envelope clearly marked with the. Bid Title. Telegraphic bids will not be accepted. Bids received after the closing tune and date, for any reason whatsoever, will not be considered. Any disputes regarding timely receipt of proposals shall be decided in the fa -: rir of the City of Homestead. Interested bidders with a. fa.x machine may obtain the complete bid pa.cicaae by calling our automated facsimile system at (305) 247- 1901, ext. 225, and following the rcoord.ed i.ns ructions. Be prepared to enter your fax number and the Document Number of the bid being, requested. Bid tabulations will be posted as they become: available on our automated facsimile system. Please follow the above instrucrions and request Document Number 1200102. 1.2 EXECUTION OF BID- Bid must contain a manual signature of an authorized representative,. in the space provided on the Bid Ijorm. Failure to properly sign bid shall invalidate same and it shall NOT be considered for award, All bids must be completed in pen and ink or typetivrittzn. No erasures are permitted. if a correction is necessary; draw a single line through tha entered figure and enter the corrected figure above it. Corrections must be initialed by tho person signing the arid. !any illegible entries, parr.•il bids or co reactions not initialed will not be tabulated. The original bid conditions and specifications CANNOT be changed or altered in ain, way. Altered bids will not bs.considered. Clarification of bid submitted shall be. in 'rettar form, signed by bidders and attached to the bibs. 13 NO BID: If not submitting a. bid., respond by returning an original copy of Bid Form. narking it "No Diet," and explain the reason. Repeated failure to bid xithout sufficient _justification shall be cause for rernoval of a supplier's name firom the bid mailing list.. NOTE: A bidder, to qualify as a responden., must submit a "no bid" and same must be received no later tlran the stated bid opening date and hour. 1.4 PRICES QUOTED: . Deduct trade discounts and quote, firm net prices. Give both unit price and extended total, when requested. Prices must be stated in units of quantity specified in the bidding specifications. Incase of discrepancy in computing the amount cif the bid, the UNIT PRICE quoted will govern. All prices must lac; RO.B, destination, freight prepaid (unless otherwise stated in special conditions). Dis.ounts for pronnpt payment: Award, if made, will be in accordance with terms and conditions stated herein. Each item must be bid City of Homestead -- Bid #200102 • -- I?l 0/01 ,io, f;e6Frb9393 :cam+ C;tV Of llor,est A 12 -C•4 - 53 9.G1arc, P 3 r� 32 Separ'ald)y and no atr.;:rrrpt is to be. made to fie any item or items in Nvith airy oflwr item or items. Cash or quantity discounts offered will not be a consideration in det.ermina.[ion of avv,zrd of bid(s). 1.4.1 TAXES: The C'iry of Homestead is exempt from all Federal Excise and State i. xes. The npphimble tai rxempli.on number is show on the Purchase Order. 1.4.2 11x1ISTAXES: Bidders are expected to examine the specifications, delivery schedules. bid prices and extensions and all instructions pertaining to supplies and services. Failure to do so will be at the bidder's risk. 1.4.3 CONDITIONS A11,11) PACKAGING: It is understood and agreed drat any item offered or shipped as a result of this bid shall be latest new and current model offered (most currerit production model at 6.e. Time of this bid). All containers shall be suitable for storage or shipment, and all prices shall include standard coiniilerc•ial packaging. 1.4.4 L)NDERkVRI`I'ERS' LABOR4TORIES: Unless otherwise stipulated in the hid, all rnanufactured items and frbrica.fed asselnblies shall be UL listed or re- examination listing where such has been established by UL for the item(s) offered and fiimished. 1.4.5 BIDDER'S CONDITIONS: The Gilt•, Council reserves the right to accept all, any, or none, of thL bids submitted, waive irregularities or technicalities in bids or to reject all bids or any part of any bid they deCni necessarti, for the hest interest of the City of Homestead, FL. The City Council also reserves the right to make asva.rd of th:. bid on the basis of the total bid, or groups of items, or on an item basis, whichever is in the best interest of the City ofHomestmd, FL. Bid prices should be. submitted Frith the understanding that the City of Homestead is not authorized to pay service charges, which may be imposed due to the late payment of an invoice, which has become delinquep-t. 1.5 EQUIVALENTS: If bidder affers makes of equipment. or brands of supplies other than those, specified in the following, lie must so indicate on his bid. Specific article(s) of equipmentAupplies shall confolm in quality, design and construction with all published claims of the manufacturer. Brand Nu. iea : Catalog r[mu i,.,.5 , manufacturers' aru bran d iarnG5, +iiei ius sto d, ire L i...lil.troial ga r cgs as, to a. standard of acceptable product quality Ievel only and should not be cortstru.ed as an endorsement or a product limitation of recognized and legitimate manufacturers. Bidders shall fon-nally substantiate and verify' that product(s) offered coo orm vvith or.exceed quality as listed in the specifications. Bidder shall indicate on the Bid Form the manufacturer's name and nmirber if bidding other than the specified brands, and shall indicate ANY deviation frorn the specifications as listed. Cnher than specified items offered requires complete daseriptive technical literature. marked to indicate detai)(s) conformance vvith specifications and MUST BE INCLUDED WITH THE BID. NO BIDS IVILL BE CONSIDERED WITHOUT THIS DATA. Lacking any written indication of intent to gtaote an alternate brand or model number, the bid trill be considered as a bid in complete compliance with the specifications as listed on the attached forni. 1.6 AMERICAN MADE, The Cite Council of homestead, acting in session on .Tuns 20, 1983, adopted Resolution No, 03- 06-•21 which states; "That it is the intent and policy of the City Council of the City of Hommestead, Florida, that City of Homestead — Bic] { #200102 — 1 i•l U/01 3 FrDa?: City cI EDfaesl -ear The n.eecls of the City of Homestead for supplies, materials and equipment be met using only those Supplies, materials and equipment manufactured in the United Stages of America Nvh n same are available and whten thW price of same and the Md of same, is consistent with the. bidding procedures of tht City Code of the City of Homestead." 1.7 NON-CONFORMANCE TO COl\TRAC'T CO DITIONS: Items may be tested for compliance with specifications. - Items de-livc cod, not a.onfbnning to specifications, may he rejected and retumed at vendor's expense. '1 "here items and items not delivered as per delivery date in bid and /or purchase order may be purchased on the, open mirket. Any increase in cost tnay be charged against the bidder. Any tiolation of these stipulations may also result in: A) Vendor's name being removed from the vendor, list. B) All departments being advised not to do business.with. vendor. 1.8 SAMPLES: Samples of iSerris, when required, must be furnished free of expense• and. if not desM -dyed, wi11, upon request, he returned at the, bidder's expense. Bidders will he responsible fir the rernoval of all samples furnished within (30) days after bid opening. All samples will be disposed of after thirty (30) days. Each individual sample must be labeled with bidder "s name. Failure of biddea• to either deliver required samples or to clearly identify samples may be reason for rejection of the bid. Unless otherwise indicated, samples should be. delivered to the Purchasing Departrnent, 450 S-E. 6th Avenue, Homestead, FL, or rnail.ed to 790 N. Homestead Boulevard, Homestead, FL33030 -6299. 1.9 DELIVERY: Unless actual date of delivery is specified (or if specified delrc'ery cannot be met), show number of days (in calendar days) required to make delivery after receipt of purchase order, in space provided. Delivery time may become a basis for malting an award. Delivery shall be within the norrna.l worlRing hours of the user; `rlonday iluough Friday, excluding holidays. 1.10 INTERPRETATION& Unless otherwise stated in the bid; any CIUeStrOlYS concerning conditinns and specWcations should be submitted in writing to the Purcba -sing Director, 790 N. Homestead Boulevard; Hornestead, FL 33030, Fax: (305) 246 -3244. 1.11 kWkRDS: In the !nest interest of the City of Homestead; the City Council reserves the right to reject all bids or ally portion of any bid they deem necessary for the best interest of the Cite. to accept any item or group of Aerns unless qualified by the bidder, to actluire additional quantities at prices quoted or. the Bid Form unless additional quantities are not acceptable., in which case the Bid Form must be noted "BID IS FOR SPECIFIED QUANTITY ONLY." All awards made as a result of this grid shall conform to applicable Florida Statutes. 1.12 BID OPENING: Bids shall be opened and publicly read in the Council Chambers, 790 NN. Homestead Boulevard. Homestead., FL 33030 -6299, on the date and at the time specified on the Bid Form. All bids received after that time shall be returned, unopened. 1.13 INSPECTION, ACCEPTANCE S, TITLE: Insp -ction and acceptance trill be destination unless otherwise provided. Title to /or risk of loss or damage to all items shall be the responsibility of the successful bidder until acceptance by the buyer unless loss or damage results from negligence by the buyer. If the rnaierials or services supplied to the City are found to City of Hcrlestead — Bid #20010-2 —1 /1 0101 ?o, 5616f6V93 Fron; Cit-J of Homestead 9,d1am p, 5 or �e be defective or to not conform to specifications, the City reserves the right to cancel the order upon written, notice to the seller and return product at bidder's expense. 1.14 PAYMENT: Payment will be made by the City after the items awarded to a vendor lna.ve been received, inspected and found to comply « -it1n award specifications, free of damage or defect and properly invoiced. 1.15 DISPU'T'ES: In case of any doubt or difference of opinion as to the items to be furnished hereunder, the decision of the buyer shall he final and binding on both parties. 1.16 LEGAL REQUIREMENTS: Federal, state, county and city laws, ordinances, rules and regulations that in any manner a$ect the items covered herein apply. Lack of knowledge by the bidder will in no way be a cause for relief from responsibility. 1.19 PATENTS AND ROYALTIES: The bidder, without exception, shall inderanif\r and save harmless the City of Homestead: Florida. and its employees from Iia.bility of any nature or kind, including cost and cxpenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract,_ including its use by The City of Homestead, Florida. If the bidder uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, xithouI exception, that the bid prices shall include all royalties or costs arising from the use of such design, device, or materials in any way involved in the work. 1.19 OSHA: ThA MA-lar tl+ot tha +wnrinrt nn ++++liorl to fl. r ihr o1,011 nnnfnrm i++ X11 rao++ome inadequavies to comply with these requirements shall be borne solely by the bidder responsible lbr same. 1.14 SPECIAL CONDITIONS: Any and all Special Conditions that may vary from these General Conditions shall have precedence. 1.20 ANTI - DISCRIMINATION: The bidder certifies that he /she is in compliance with the non - discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment nnlsni-iTZniiy. fair ail r erszon `vill-lont n -'gar"', to 9'.^ne nnlrtr. relit mn. Rnv nr nnfinnnl origin 1.21 QUALITY: All materials used'for the manufacture or construction of any supplies, materials or equipment. covered by this bid shall be new. The iterns bid must be new, the latest model, of the best quality, and highest grade workmanship. 1.22 LIABILITY.; INSURANCE, LICENSES ANTI) PERMITS: Where bidders are required to enter or go onto City of Homestead property to deliver materials or perform work or services as a result of a bid award, the successful bidder will assume the full duty, obligation and expense of obtaining all necessary licenses, permits and insurance and assure all work complies with all apI3licable Miami -Dade County and City of Homestead building requirements and the South Florida. Building Code. The bidder shall be liable for any damages or loss to the city occasioned by negligence of the bidder (or agent) or any person the bidder has designed in the completion of.the contract as a result of his or her bid.. City of Homestead -- Bid 92001 U2 — 2 /10/01 5 a. fib,= b,969(393 ?roar; C:tv of Eomes ±ead 12 -04 -00 9s01am D. 5 of 37 1.23 BID BONDS, PERFORMANCE BONDS, CERTIRICATES OF INSURANCE: Bid Bonds, when roquired, ,Shalt be submitted with the bid in the amount specific -d in Special Conditions. :after acceptance of the bid, the City will notify the successful bidder to submit a Performance Bond and Certificate of insurance in the amount specified in Special Conditions. 1.24 DEFAULT: In the event of default on a contract, the successful bidder shall pay all attorneys' fees and court costs incurred in collecting any liquidated damages. 1.25 CANCELLATION: In the event any of the provisions of this bid are violated by the contractor. the Pur.Iiasing Director shall give written notice to the contractor stating the deficiencies and unless deficiencies are cot7'ected within ten (10) days, recommendation will be tna.de to the City Council for itnmedi.a.te cancellation. The Ciry Council of Homestead, Florida reserves the right to terminate any contract resulting froth, this invitation at any time and for any reason, upon giving thirt}f ('30) days prior written notice to the other party. 1.26 BILLING INSTRUCTIONS: Invoices, unless otherwise indicated, must show purchase order- numbers and shall be submitted in DUPLICATE to the City of Homestead, 790 N. Homestead Boulevard, Homestead, FL 33030 -6299. 1.27 NOTE TO VENDORS DELIVERING TO IVAREHOUSE: Receiving hours are Monday through Friday, excluding holidays, from 7:30 A.M. to 11 :30 A.M. The warehouse is located at 450 S.E. 6 Avenue, Homestead, FL. 1.28 SUBSTITUTIONS: The City of Homestead, Florida WILL NOT accept substitute shipments of any kind. Bidder(s) is expected to furnish the brand quoted in' their bid once awarded. Any substitute shipments will be returned at the bidder's expense. 1.29 FACILITIES: The City Council reserves the right to conduct site visits to Contractor's business location(s) at any time with prior notice and/or may request that Contractor participate in live presentations. The selection of a contractor may be based wholly or in pail upon the results of site visits or live preseitt.a.tions. 1.30 BID TABULATIONS: yiuuera ueiirlug a copy of the bid % abulation may request same c�y enclosing a. self-addressed sta.i2iped enveloped with the bid. 1.31 PROTESTS, APPEALS AND DISPUTES: A contract may not be awarded to the Bidder, unless the bid tabulation is posted in the Purchasing Department, 450 S.E. 6 Avenue, Homestead, Florida, tent (10) working days prior to the scheduled award by the City Council.. Protests must be. submitted in N icing to the Purchasing Director no later than five (5) working days prior to scheduled award by the City Council. Should the matter not be resolved to the satisfaction of the Bidder, the appeal shall be heard by the City Council. The Purchasing Director shall act as the City's representative, in the issuance and administration of all contracts, and shall issue and receive all documents, notices, and all correspondence. Any docurnentation not issued by or received by the Purchasing Director shall be null and iroid. All costs accruing from a bid or award challenged as to quality; etc, (test; etc.) shall be assumed by the challenger. The decision of the City Council shall be.fna.l and conclusive. Their decision shall be binding on all parties concerned, reviewable by a court of competent, jurisdiction in Miami -Dade County, in accordance with laws of the State of Florida. City of Homestead — Bid 9200102 1/10101 6 ,'o;, ;,61666, �3 From, pity Of Ilnmt=sieas -O -G i 5 , u.an p, 32 1.32 DISCLAIMER: The City Council of Ilia City) of Homestead may, in its safe and absolute, discretion, accept or reject, in whole or in rjam for any reason whatsoever any or all Bids; re- advertise• this 111d; postpone or cancel at any time this Bid process; or, waive any) formalities of or irregularities in the bidding pros -ass. Bids that are not submitted on time and /or do not conform to the City of Homestead's requirernetits will not hcs ccnsidere.d. after aII hids are analyzed, organization submitting bids that appear, solel y in the opinion of the City of Homestead, to be the most cornpetil.ive, shall be submitted to the City of Hornestead's City Council. and the final selec:tio.-n will be made shortly thereafter with a timetable set solely by the City -- of 1•'lrimN.Ct"ad The. cele-v irin by fhe Nt'v of Rome.cin id ..11:111 ha h:acerl nn the hiri whic-h k in 1 -he.. vlle.. 1=111) UA" X111 L1- GV11 L1 AVUVL I-- U.V 11 o1 1a. 1V 1W 1.3111111 V, 1.4 LI. t)VIV \.i11 a!1 V AV11, LVZL 11VA \4 ).li U.o l" L L./J 411. ",_ satisfies the criteria established in this Bid. In all cases the Cite of Homestead shall have no lit;:bility to A. ✓'e ..•YJ."11C11'.1�.•: 1A1V1 Al \L :ilI JIJ L'11J:1:Z .1V UlL JA. 1J1.AJILNL. %.A A.4_)1 NU'. Life Spet:•trlca[lolls or ouz.er Dili aocurnents or any part lnereor, u1e tstuuer mesa SUDn7.tl to ene k_.tty or rluA1 Lcs matr °P 1AL 1.:1LLS.iu/j.1 =JL CULOA a.L ic.4e•1.tM= 41 k;15') 1: aitr).(1:ll- day., PaW& LO request for clarifications. All ;Itch requests for clarification must be made in writing and the person submitting the request: will be responsible for its timely delivery. Any interpretations of the Bid, if made, will be made only by Addendum duly issued by the. City of Homestead Purchasing Director. The City shall issue an Informational Addendum if clarification or minimal chances are required. The city shall issue a formal Addendutn if substantial changes, w I ch impact the technical submission of Bids, are required. A copy of such Addendum will be mailed to each Bidder receiving the Solicitation. In the event of conflict with the original Contract Documents, Addendum shall govern all other contract documents to the extent specified. Subsequent Addendum shall govern over prior addendum only to the extent specified. The Bidder shall be required to acknowledge. receipt of the Formal Addendutn by signing the Addendum and including it with the Bid Proposal. Failure of a bidder to include a signed formal Addendutn in its Biel Proposal shall deem its Bid non responsive prm.ided, however, that the City may waive this requirement in its best interest. The City will not be responsible for any other oxplanation or interpretation made verbally or in writing by any other city representative. 1.35 .CJ'vIbZUNS'lCRAf'ION C1PCOAIIPII'TLNCY: 1) Pte- award inspection of the Bidder's facility may be made prior to the award of contract. Bids will oniv be considered from fir -mAj which are regular111 engaged in the bus -re.eg of providing the goods and /or services as described in this Bid. Bidders must b.. able to demonstrate a good record of performance for a reasonable period of time, and have sufficient' financial support, etjuiptnert anti organization: to insure that they cz.n satisfactorily execute the services if 1eivarded a contract under the tcrm.s and conditions herein stared. The terms "equipment and organization" as used herein shall be construed to Inean a fully equipped and well- established company in line with The best business practices in the industry and as determined by the City of Homestead. Ci y of Homestead — Bid 42WI 02 —1 /1 0!01 7 "o: �5s6E(955: From. i:itu of Hoae:te =d 2-04 -Qu Ci m - h cf 32 2') ]lie City inay consider any evidence available regardi.ug the financial, techmeal and other qualifications and abilities of a. Bidder, including past performance (experience) with the City in making theaw�ard in the best interest ofthe City. 3) The City may require Bidders to show proof that they have been designated as .authorized mpre.sentafiv-es of a manufacturer or supplier, which is the actual source of supply. In these instances, the Cite may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supplied to the City, through the designated representative. Any confiic•ts between this material information provided by the source of supply and the i,- &0rrnati0n contained in the Bidder's Proposal may render the Bid non- responsive. 4) The City may during the period that the Contract between the City and tile. suc-cessful Bidder is in. force. reMew- the successful Biddar's record of performance to insure that the Bidder is continuing to provide sufficient financial support, equipment and organization as presudbed in this Solicitation. Irrespective of the Bidder's performance on contrasts awarded to it. by the, City, fihe City may lAace (ss.id contracts on probationary status and implement termination procedures if the City dete,rtnines that the successful Bidder no longer possesses the financial support; equipment and organization which would have been necessary' during the Bld evaluation period in order to comply with this d=onstrwion of competency section. 1.36 :AMARD 013'CQIN'TR.ACT. A) The contract will be avrarded to the lowest responsive, responsible Bidder(s) whose, Bid(s), conforming to the Solicitation, is most advantageous to flit City of Homestead. The lowest responsive, responsible Bidder(s) will be determined in conjiniction with the method of award, %Frhich is 1e,sctibed in'the Special Conditions. Tie Bids will be decided as described in Special Conditions, B) The C:it.y shall award a contract to a Bidder through action taken by the City of Homestead City Councid at a. duly authorized meeting. This action shall be. administraiively supported by a written award of acceptance (Purchase Order), mailed or otherwise furnished to the successful Bidder:. which shall constitute a binding contract without further action by either party: C) The General Terms and Conditions, the Special Conditions, the Technical Specifications, the Bidder's Proposal and the Purchase Order are collectively an integral part of the contract between the Cif, of Homestead and the successful Bidder. L,) While the City of Homestead City Council may determine to awai'd a cotttract to a. Bidder(s) under this Solicitation, said award may be conditional on the subsequent submission of other d.ocurrienis as specified in the Special Conditions. The Bidder shall be in default of the coittra.c ua.l obligations if piny: of these documents are not submitted in a timely manner and in the form required by the City. If the Bidder is in default, the Cil7y, through the; Purchasing Director, will void its acceptance of the Bidder's offer and may determine to accept the offer from the second lowest responsive, responsible Bidder or re- solicit Bids. The City may; at its sole option; seep monetaryr.restitution from the Bidder as a result of damages or excess costs sustained and,'or may prohibit the Bidder from submitting future Bids for a period of one year. E) The Term of the Contract shall lie stipulated in the Purchase Order, which is issued to the successful Bidder(s). 'Stintere there is.a conflict between the contractual period stipulated in the Solicitation and the contractual period stipulated on the Purchase (Drder, the Pyurz-h.ase order shall prevail. If the contrast involves a single shipment of goods to the City, the contract term shall 'be concluded upon completion of expressed and implied warranty periods. City of Homestead _ Bid 9200) 02 -- 1 /1 o 101 R Tn: ii16Gr.;?BS3 rrc;i: City oY i10Ct?SLEGC 1- -419-E 9:C_ar: a, 9 ct 32 F) 17te (.-'i(y resorA es the right to exercise the option to renew a term contract of any succcssfuI Bidder(sl to a subsequent optional period provided that. such option is stipulated in the SpeciM Conditions, if the City exercises the right in vviilin& ilia bidder shall update and submit any iug�al documents required during the initial Solicitation by no later than sixty (60) calendar days prior to the commencement of the option period. These documents, which are specified in the Special Conditions and inc)uda, but are not limited to, insurance certificates and performance, bands, must Lie in for.ce for The full period of the option, If the updated documents are not submitted by the Bidder in complete form within the time specified, the City may rescind its option, declare the Biclder to be in default of it; contractual obligations and award to the next low bidder or seeh a netiv Bid Solicitation, Tht, City may at its sole option, seek monetatl' restitution from the Bidder as a result of damages or exvicess cost sustained andlor may prohibit. the Bidder from submitting the future Bids for a. period of one year. G j 'Ilia Cite reserves the tight to automatically extend this contract for a maximurn period not to f xceed. ninm.: (90) calendar days in order to provide City departnienis with continual seivice and supplies while a new contract is being solicited, evaluated and /or awarded. If this right is exercised, the City shall notify the Bidder, in writing, of its intent to extend the contract fbr a. definitive period of time prior to Ilia effective date of the extension. By affixing its authorized signature to this Bid Forin, the Bidder hereby acknowledges and agreas to this right. 1.37 ASSIGNMENT: The contractor shall not assign, transfer, convoy, sublet or otherwise dispose of this contract, includi ig ,any or all of its right, title or interest therein, or his or irs power to execute such contract to any person, company or corporation without prior written WDSent Df the City of Homestead. 1.38 LA1I S, PERMITS AND REGULAT101�, S: The bidder ;hall obtain and pay for all licenses, perinits and inspection fees required for this praject., and shall co -mply with all laws, ordinances, regulations and building code requirements applicable to the T ork contemplated herein. 1.39 OP'T'IONAL CONTRACT USAGE: As provided in Section 287.042 (17), Florida Statutes, other State agencies may purchase from the resulting ,:�ontraci, provided. the Departnt°nt of Management Sen6ces, Division of Purchasing, has certified its use to be cost effective and in the best interest of the state. Contractors have the option of selling these commodities or setn.•ices certified by the Division to the other State agencies at the agencies option. 1.40 SPOT MARKET PURCHASES: It is the intent of the City to purchase the iteiru specifically listed in this bid from the Awarded Vendor. However. items that are to be "Spot Market Purchased" invy be. purchased. by other methods, i.e, Federal.. State or local contracts. 1.41 SUNSHINE LA141: As a political subdivision, the City of Homestead is subject to the Florida Sunshine .pct and Public Records Law. By submitting a Bid, Contractor acknowledges that the matorials submitted with the Bid and the results of the City of Hornestead's evaluation are open to public inspection upon proper roquest. C'ontr'actor should take special note of this as it relates to proprietary iufbrrna.tion that might be inclacled in its Bid. 1.42 CONE OF SILENCE: Notwithstanding any other provision of these specifications, the provision., of Section 2,11.1 "Conflict of Interest. and Code of Ethics Ordinance," as set forth in subsection (t) "Cone of Silence," of the Miami - Dade County Code are applicable to this purchase transaction. T'he "Cone of Silence" prohibits the following activities: City of Hoine•stead -• Bid x210,0102 — 1 /1 0/01 ,Tr; 561EFE°893 From: City of Homestead 12 -04-00 9 :C"I2m p. A of 32 1.42.1 Any communication regarding this }aid beha;een a potential vendor, ser­6ce. prmider, bidder, Jobbyist, or consultant and the City's professional staff including; but not limited to, the City Manager, and his or her staff; and 1.42.2 Any communication regarding this Bid between the Mayor, Cite Council members or their respective staffs and any member of the City's professional staff including but not limited to, the City Manager and his or her staff. 1.42.3 The prohibitions do not apply to communications with the City Attorney and his or her staff. Further, the "Code of Silence" shall not be applicable to duly noticed site visits to determine the competency of bidders regarding a particular bid during the time period between the opening of bids and the time the City T� Tanager tna.kes his or her written recommendation. 1.42.4 The "Cone of Silence" is imposed upon this Bid after the adveilisement of said Bid. The "Cone of Silence" shall terminate a.tthe time that the City Manager makes his or her written recommendation. to the City� Council, unless the Council refers the Manager's recommendation back to the Manager or stag' for further review. 1.42.5 The "Cone of Silence" shall not apply to; 1. oral communications at pre -bid conferences; 2. oral presentations before selection committees; 3. contract negotiation during any duly noticed public meeting; 4. public presentations made to the City Council during any duly noticed public meeting; or 5. communications made in writing at any time to a City employee, official or member of the City Council, unless specifically prohibited by the Bid Documents. The bidder or proposer shall file a. copy of any such written communication with the City Clerk. The City Clerfi shall matte copies available to any person upon request. 1.42, 6 Please contact the City Attorney for any questions concerning "Cone of Silence" compliance, City of Homestead -- Bid #1200? 02 -- 1/1 O /01 10 To! 5616H.Q893 .rem. Liv of Homestead 9,01am n: ?i of "s% AUTONikTED SIDELOADING GARBAGE TRUCK BID #200102 — -JANUARY 10, 2001 2.0 SPECIAL CONDITIONS: 2.1 PURPOSE: The purpose of this Bid is to establish a contract for the purchase of an automated sideloading garbage truck through a single solicitation for the Public Works & Services Department., Solid Wa.ste Division for the City of Homestead, Florida. 2.2 TERM OF CONTRACT. This contract shall commence the day after date of award by the City Council of Homestead, Florida, unless otherwise stipulated in the Notice of Award Letter, which is distributed by the Purchasing Director. 2.3 METHOD OF AWARD: Award of this contract will be made to the lowest responsive, responsible bidder whose. bid will be most advantageous to the Cily of Homestead. 2.4 PAYMENT. Full payment will be made upon receipt and acceptance of a complete unit(s). No down or partial down payments will be made. All bid prices must be F.O.B, destination, freight prepaid Homestead, Florida with delivery to the location specified at the time of order. 2.5 DELI17ER17 TIME: Vendors shall specify on the attached Bid Form the estimated delivery time (in calendar days) for each item. The delivery time should be your best estimate, as orders will be placed based on that inforrnaiion. . 2.6 ADDITIONS /DELETIONS OF UNITS: Although this Solicitation identifies specific units to be serviced and maintained, it is hereby agreed anti understood that any new units may be added /deleted toffrorn this contract at the option of the Cio,, at the awarded bid price. 2.7 PRICES SHALL FEE FIXED AND t'IRNI FOR TERM OF CONTRACT: If the bidder is awarded a. contract under this bid solicitation, the prices quoted by the bidder on the Bid Form shall remain fixed and rrnn during the term of this contact; provided hmve -ver, that the bidden' ina_ti- offer incentive discounts from this fixed price to the City at any time during the contractual term. 2.9 PRE -BID CONFERENCE /SITE INSPECTION: N/A 2.9 INSURANCE: Bidders trust submitsvith their bid, proof of insurance meeting or exceeding the following requirements: 2.9.1 Workmen's Compensation Insurance - as required by law. 2.9.2 Employer's Liability Insurance — $1,000,000. 2.9.3 Comprehensive General Liability Insurance — This coverage must be written on the comprehensive form of polies!. The basic policy form is not acceptable. The policy must contain minimum limits of liability as follows or $1,000,000 Single Limit. City of Homestead — Bid #200] 02 — 1 /10/0] � � 1 °0; i6'_6EE °ESA F:or,,: Cit%; of L•Cv' 9:i1am a, :c cz c Bodily Injury; $1;000,000: Property Damage.: 5500,000 each occurrence. 2.9,4 Comprehensive Automobile Liability Insurance -- This coverage must be turitt.en on the comprehensive form of policy. The basic form is not acceptable. The policy must contain minimum limits of liability as follows or 51.001,000 Single Limit. $1,000,000 each person; $1,000;000 each occurrence bodily injury; $560,000 each occurrence property damage; The policy must provide coverage for any automobiles. The successful bidder must submit, prior to commencement of any work. a Cerfifirate. of Insurance showing the City of Homestead as additional insured. 2.10 INDEMNIFICATION: ION The bidder shall agree to indemnify! and sage harmless the City, its a - icers, agents, and employees. from and against any and all liability, claims, demands, or damages, caused by a negligent act or omission, misfeasance, or malfta.sance of the bidder. its agents, servants, or employ, es, including fines, fe s, expenses, penalties, or suit proceedings, actions and costs of action, ind attorney's fees for trial and on appeal, and any kind and nature arising or growing out of the actions of the bidde2 connected Ss iih the performance of the agreement, whether by act or omission of the biddet., its agents, seivants, employ -ees or others; unless said clahm for liability is caused by the negligence, misfeasance or malfeasance of the City or its agents or employees. 2.11 CONTACT PERSON: For any additional information regarding the specifications and requirements of this bid, contact: £,�,nn Hockmuth at (305) 2147-1801. ext. 223, 2.12 SAMPLES: N/A 2.13 BID CLARIFICATION: Any questions or clarifications concerning this Invitation to Bid shall be submitted in writing by mail or facsimile to the Purchasing Department, 790 North Homestead Boulevard, Homestead, Florida 33030, .fax: (305) 246 - 3264. The bid title and number shall be referenced on ali correspondence. All questions must be received no later than fifteen (15) calendar days prior to the scheduled bid opening date. ,411 responses to questions will be sent to all prospeGahle bidders fit the fi7rin of an, addendum. 1`.0 QUESTIONS WILL BE RECI?IVED AFTER SAID DEADLINE. 2.14 TIE BIDS: Whenever two or snore lids whicll are equal with Iespect to price; quali y andsendce are received by the State or by any political ,subdivision for the procurement of commodities or contractual serf %fees, a Bid received from a business that certifies that is has implemented a drug -free workplace program shall be given preference in the atvard.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• 2.14.1 Publish a statement notiftting employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the action that Arill be taken against employees for violations of such prohibition. City of Homestead - - Bid 4200102 - -- 1 /I 0 /01 12 Tt: 56, 6669V33 Ftorc: Clay of Homesteti:c 1C'09 -0 i4Ri J Gi 2.14.2 Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a dru- -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that, may be imposed upon employees for drug abuse violations. 2.14.3 Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of the ,statement specified in subsection (1). 2.14.4 In the statement specified in subsection (1), nofitj= the employees that, as a condition of tvol-kino. on the commodities or contractual services that are under Bid, the employee will abide b y the tea-ins of the statement: and will notify the employer of any conviction of; or plea of guilty or nolo conterrdere to, any violation of Chapter 993 or of any controlled• substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days al=ter such conviction. 2.14.5 impose a sanction on, or require the satisfactory. participation in a. drug abuse assistance or rehabilitation progta.in, if such is available in the employee's community, by any employee who is so convicted. 2.14.6 kilake a good faith effort to continue to maintain a drug -free viorkpla'ce through implernentatioil of this section. 2.15 PUBLIC ENTITY CRINIES (.PEC): A person or affiliate who has been placed on the convicted vendor list following a conviction far public entity crimes 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' tnay not submit bids on leases or real property to public entity, may not be awarded or perform work as a contractor, supplier, sub - contractor; or consultant Linder a contract with a public entity, and may not transact business with any public entity in excess of the threshold arnount provided in Sec. 287.017 for CATEGORY TIVO for a. period of 36 months from the dale of being placed on the convicted vendor list. 2.16 BID DEPOSIT: Each bit' MUST be accompanied by a. Bid Deposit in the form of a Certified or Cashier's check in an amount not less than Five Hundred .Dollars ($500.00); (a. Bid Bond in lieu of a check will not be a.ccepta•blo). Deposit of successful bidder will be retained until receipt of 100% Performance Bond, 2.17 SPOT MARKETING PRICING: Vendors are requested to submit facsimile price quotations (Sport >r7arket: Pricing) for Ilie manufacturer parts and supplies as required by the City. Vendors desiring to provide quotations must indicate on the Bid, Forin, Ilse A4anufacturer, they represent, the facsimile number and the contact person. Failure to respond to two (2) consecutive requests for quol:a.tions will automatically remove your name for the rrma.inder of the contract period. If your firm can provide parts, supplies or repairs to equipment that is not specifically listed please complete the area provided. 2.18 PROPERTY: Property owned by the City of Homestead is the responsibility of the City cf Homestead. Such property furnished to a Contractor for repair, modification, stud=, etc., shall rernain the property of the City of Homestead. I)amages to such property occurring while in the possession; of the Contractor shall be the responsibility of the Contractor. Damages occurring to such property while in route to the Cfty of Homestead Shall be the responsibility of the Contractor. In the event that such property is destroved or declared a'total loss, the Contractor shall be responsible for replacement value of the property at the current inarket. value, less depreciation of file property if any. City of H . resiaad —• laid #2c)Ol Cl'� - - 1/10/01 13 �, �e:;oii6w89? rvro Cap :f F=Estead 12- C4••CTJ 9;C1zir•. p 14 0[ 2.19 LIQUIDATED DAMAGES: Vendor shall specify in the• space provided tie guaranteed delivery time. If the successful bidder Ddls to deliver within the ; )ecifie.d ciel.ive9y tine, it is understood that $50.00 per calendar day per item will Ile deducted, as .liquidated damages, for each day beyond the sp°cifie-d delivery lime. 2.20 DISCOUNTS (From published price lists): NIA 2.21 ESTIMATED QUANTITIES: N.'A 2.22 HOURLY RATE: The hourly rate quoted shall include full compensation for Labor, equipment use; travel time, and. any other cost to the bidder. This rate is assumed to be a.t. straight time for all labor, except as otherivis; noted. 2.2.E WARRANTY: The successful bidder will be required to wa.rranly all work performed. A�,,arra.nty shall be &scribed in detail on th.e atta lied Bid Form. GUARANTEE. The successful bidder will be required to guarantee all items supplied Guarantee shall be described in detail on the attached Bid Form, 2.24 PRODUCT/CATALOG INFORMATION: All bidders it,ust submit product information on the items they propose to furnish on this bid. Any bid received not. containing this inaonnation may be re.jectect for that reason.. If catalog numbers shown in thi,, bid are incorrect or obsolete, it is the responsibility of the vendor to update or advise ilie City of this prt?blem, The catalog number you s1Fow on your bid is the one the City will expect to receive. All bids that include substances found on the current Florida. Toxic Substance List must be submitted wit], a .'. atv ial Data Sheet, in accordance with Florida Statutes - Chapter 4.'2.106. 2.25 REFERENC ES: Each bid must be accompanied by a list of references, which shall include the name of the company, a contact person and the telephone nurnbec NO BID V,71LL BE CON'SIDER.EiD WITHOUT THIS LIST. 2.26 COMPLETE PROJEC.TREQUIRED: TheSG 1 : F nee ficati c.•- deli_.-_ r .. 7y l +.-.. 0 olk� C1_ t_.. pe4 lZiVdt86Y'tS is to In turd slid u�tivct i ut Cuiit,pleis iirtita, ready iiiF' upei aLtlJtl. vnilSS10 of any essential detail from tjXese specifications does not relieve t,'.:e supplier from furnishing a cornplete working unit to the satisfaction of the City ofHomeste -ad. Workmanship of units will be inspected and approved. by Chuck Jackson, Fleet Manager, and /or Alike Sheliadeh; Director of Public Works & Senices Department. 2.27 FACILITi" LOCATION: NiA 2.28 BID SUBMITTAL: All bids submitted shall include the completed Bid Form, PEC form, ADA Disability Nondiscrimination Statement acid all required product information and any other items as indicated on the Bid form. Bids will be considered "Non - Responsive" ifthe required infoimation is not submitted by the date and time specked, 2.33 BIDDER QUALIFICATIONS: In order for bids to be considered, bidders must submit with their bid, evidence that they are qualified to satisfactorily perform tai- specified. work, Evidence, shall include all ifformation necessa.ly to certify that City of Homestead — Bid 4200102. — l i 1 0!01 14 i U1.Ii1)1CTIl }' (n SUu11 auluimUGU 5IUOIUi3UIM1 8411 i�Le iIUCIKS. 111G ZV1LLUI1CC 14111 UUI1SIS1 U1 :1 irilY the !l'13G +J1 garbage trucks, nature of work and number of units for each of the last five (5) }cars. 2.30 LATE BIDS: The Cite of Homestead cannot be responsible for bids received after opening time and encourages early submittal. Late bids shall be rejected, 2.31 EXCEPTIONS TO SPECIFICATIONS: Exceptions to the specifications shall be. listed on the Bid Form and shall reference the section. Any exceptions to the General or Special Conditions shall be cause for the bid to be considered non- responsive. 2.32 COMPLETE INFORMATION REQUIRED ON BID FORM: All bids must be submitted on the attached Bid Form and all blanks filled in. To be considered a valid bid, the ORIGINAL AND FOUR COPIES of the Bid Form, PEC form, ADA Disability Nondiscrimination Statement and all required product information and any other items as indicated on the Bid Form must be, returned, properly completed, in a sealed envelope as outlined in the first paragraph of General Conditions: 2.33 MAINTENANCE AGREEINIENT: Bidder shall quote on the appropriate space, on the Bid Form, a per year cost for fall service /parts maintenance agreement to commence at the end of the warranty period. This agreement will be accepted at the sole discretion of the City of Homestead. Maintenance price shall include afl parts /labor (including travel time) for the entire systems installed under this bid. Bidder shall also state response time from time of call. This agreement shall be for a minimum of five (5) years, on a. year to year basis, and may be extended upon mutual agreement of both panties. The Bidder shall quote an hourly labor rate for repairs (in accordance with Section 2.22 of the Special Conditions) in the appropriate space on the Bid Form; .in the event the City of Homestead elects not to choose the maintenance agreement. 2.34 EQUAL PRODUCT: \Manufacturer's name, brand name and model number are used in these specifications for the purpose of establishing minimum requirement: of level of qua.lit }; standards of performance and design required and is no way intended to prohibit the bidding of other manufacturer's items of equal material, unless otherwise indicated. Equal (substitution) may be bid, provided product so bid is found to be equal in quality, standards of performance, design, etc, to item specified, unless otherwise indicated. Where equal is proposed, bid must be accompanied by complete factory information sheets (specifications, brochures, etc.) and test results of unit bid as equal. 135 TERMINATION FOUR DEla4UL` - If Contractor defaults in its performance under this Contract and does not cure the default within 30 days after written notice of default, the City Manager may terminate this Contract, in whole or in part, upon written notice ;without penalty to the City of Homestead. In such event the Contractor shall be liable for damages including the excess cost of procuring similar supplies or services: provided that if (1) it is determined for any reason that 'the Contractor was not in default or (2) the Contractor's failure to lierforr7r is ;vithout his or his subcontractor's control, fault or negligence, the termination will be deemed to be a termination for the convenience of the City of Homestead under Section 2.36. City of Homesf.ead Bid #200102 —1 /10/01 1 15 To= Provo: City of Homestead 12-04-DO 3 t G I am p. 16 of 32 2.36 TERMINATION FOR CONVENIENCE: The City Manager may terminate this Commot, in whole or in part, upon 30 days prior written notice when it is in the best interests of the City of Homestead. If this Contract is for supplies, products, equipment, or software, and so terminated for the convenience by the City of Homestead the Contractor will be compensated in accordance with an agreed upon adjustment of cost. To the extent that this Contract is for services and so terminated, the City of' Homestead shall be liable only for payment in accordance with the pigment provisions of the Contract for those services rendered prior to tennination. 2.37 A SSIGNXIENT: Contractor agrees riot to enter into subcontracts, or assign, transfer, convey, sublet, or othervidse dispose of this Contract, or any or all of its right, title or interestt herein, without City of Homestead's prior "ritten consent" 2.35 CONFIDENTIALITY: As a. political subdivision, the City of Homestead is subject to the Florida Sunshine Act: and Public Records Law. If this Contract contains a confidentiality provision, it shall have no application when disclosure is required by Florida law or upon court order. 2.39 GOVERNING LANY AND VENUE: The validity and effect of this Contract shall be govemed by the laws of the State of Florida. The parties agree that any action, mediation or arbitration arising out of this Contract shall take place in lvliami -Dade County, Florida. 2.40 ATTORNEY'S FEES: In connection with any litigation, mediation and arbitration arising out of this Contract, the prevailing party shall lie entitled to recover its casts and reasonable attorney's fees through and including appellate litigation and an), post judgment proceedings. . 2.41 NO PARTNERSHIP OR JOINT VENTURE: Nothing contained in this Contract will be deemed or construed to create a partnership or ,joint venture between the City of Homestead and Contractor, or to create any other similar relationship between the parties. 2.42 PARTIAL INVALIDITY: If any provision of this Contract or the application thereof to any person or circumstance shall to any extent be held invalid, then the remainder of this Contract or the application of such provision to persons or eirrLnlstances other than those as to which it is herd invalid shall not be affected thereby, and each provision of this Contract shall be valid and enforced to the fullest extent permitted by law. 2.43 PROVISIONS BINDING: Except as otherwise expressly provided in this Contract, all covenants, conditions and provisions of this Contrast shall be binding upon and shall inure to the benefit of the parties hereto and their respective heirs, legal representatives; successors and assigns. 2.44 HEADINGS AND TERMS: The headings to the various paragraphs of this Contract have been inserted for convenient reference only and shall not in any manner be construed as modifying, amending or affecting in any way the eXpressed terms and provisions hereof. 2.45 ENTIRE AGREEMENT: The contract consists of this City of Homestead Bid and specifically this Section II, Contractor's Response and any written agreement entered into by the City of Homestead and Contractor, and represents the entire understanding and agreement bet veep the parties with respect to the suliiect matter hereof and supersedes City of Homestead — Bid 9200102 — I!l0-01 16 TY; t6! [6a3, frnir;. CLy [if HOMEsLecd l�-C =` QD ;CIF, jrK ? of 3? all other neaotiat.ions, unctca:&taridi.nLg and representations, if a l}; made by and between the parties. To Tile eltent tllat the agreement conflicts with, modifies, alters or changes any of the terms and oondiiions contained in the Bid andfor Response, then the Bid and then dle Response shall control. This Coniract ma. }, be. modified only by a. written agreement signed by the City of Hornestead ind Contractor. .A� ss� .ijL4S Crom: "itJ of 8oraestea3 12-04 -H °:Jlafr; p. 18 o 32 AUTOMATED SIDLL0.4,I)ING C A R13AC' E TRUCK BID #2O0102--- JANUARY' 10, 2001 3.0 MINIMUM SPECI)iICATILONS: 3.1 INTENT: This specification describes refitse collection bode equipped with a mechanical lifting device capable of handling 30, 60, 90. 300, and 400 gallon refuse containers. `I'hz bod h:l. l he c�aable of coint�actin� and trams s�r_efuse to a. landfill or transfer station and discnargjj thjoad by means of hydraulically rj� the load.. -- 3.2 GENERAL TERMS: All equipment Nrn.ishe.d under this contract shall by new, unused and the same as the manufacturer's current production model. Accessories not spe.cificall_y mentioned Herein, but necessin. to futnislt complete unit. rmdy for use, shall also be included. Unit shall cor,fornz to the best practice known to the body trade in design, quality of material and workmanship. Assemblies, sub - assemblies and component parts shall be standard and interchangeable throughout the entire quantity of units as specif ed in this Invitation to Bid. The equipment furnished shall conform to ANSI Safety Standard ?,245.1 -1992. 33 OUAR4N'rEE: Bidder shall state his normal warranty and extended warranty where available. 3.4 PARTS 1MIA DUAL: Bidder shall furnish a complete parts, maintenance and operator's manual with each body sold. 3.5 BID QUOTATION: Bidder shall complete every space in the specification bidders proposal column with a check mark to indicate if the itein being bid is exactly as specified, If not, the "r\O" column must be checked and a, detailed description of the deviation from the specification to be supplied. City of Homestead -- Bid 4200102 — 1 /10/01. l� 6175 1767 From: City of Homestead 12- 01-00 4:47p1u p. 19 of 32 BID FORM Deliver bid to: CITY OF HOMESTEAD E�allt�ioi ted Si6�eload `l�g Purchasing Department Gall'bage Tmck. 790 N. Homestead Boulevard Bid 9200102 Homestead, FL 33030 -6299 To be opened and publicl }, read; WEDNESDAY, JANTUARY 10, 2001 A 10:00 A.Nd. in Council Chambens i VENDOR NAME PHONE NUMBER GENERAL GMC TRUCK SALES & SERVICE INC (561 686-8906 VE14DOR MAIL114G ADDRESS FAX NUMBER ­__ . 3.6.0 M T 1 rV A 3 Y T R A T T, ^_ 5.61_J-69J_ 8929 CITY, STATE AND ZIP CODE TOLL FREE NUMBER WP,RrP PAM RRArg > —334-1 5 800- 877 - 248 -0346 r BID CONTACT PERSON (PLEASE PRINT CLEARLY) F.E.I.D. NUMBER JA0I2> �E�t�1N 59 -09 -04476 Certified or Cashier's Check is attached, when required, in the amount of: $ V " Terms: Bidder see Paragraph 1.4 AUTOAL4, 'ED SIDELOADING GARBAGE TRUCK Please completely check the following list. if not compliant, state specifically item being offered. YES NO ' OFFERED A. CAPACITY 1. The packer body shall have a capacity, excluding the a receiving hopper, of not less than 33 YD' 2. The hopper shall have a minimum capacity of four (4) cubic yards. 3. The structural integrity of the body shall allow high density loading of up to 1,000 pounds per cubic yards of normal refuse Maximum body, loader and tailgate weight (exclusive of special options) shall not exceed 33 YD' or 15,DOO pounds 1. Maximum width, outside 96 ". Maximum overall length of of the body, tailgate and loader assembly combined shall not exceed 33 YD' capacity or 319" length 2. Body width, inside 3. Body height, inside 4. Body height, outside (above chassis) 5. Hopper width (bottom) must be no less than 6. Hopper length 7. Hopper depth- curbside 8. Hopper depth - curbside with rubber flap 9. Hopper depth-street side 90.5" 81„ 103" 80.2„ 69.5" 50"' 54" 75" �t _4 y r: ►: FA4, 1:t 0 e ■ ■ ■ ■ ■ ■ ■ ■ 2bove dimensions are maximums. Special application grabber assemblies may require a 38" dimension. )' of Nomeaead — Bid 42003 02 -- 3 /10/01 19 17537767 From: City of Homestead ly of T'omestead — Bid 4'20(13 02 — 1 /10 /0) NO ❑!! n N 0 M FRI M 0 A 12 -0I -00 4:47pm p, 20 of 32 OFFERED 2O YES C. BODY CONSTRUCTION —Body must be manufactured in the U.S. 1. The body interior . shall have a smooth flat floor v✓ithout a trough. The sides and roof shall be smooth curved construction. All materials shall be steel unless specified differently. X 2. In order to prevent damage from corrosion and fire, no hydraulic cylinders, valve or other hydraulic components shall come in contact with refuse packed into the body. l�# 3. Body sides and roof shall be constructed to interface with the corner mainframe bolsters. Rear bolsters shall be 5" x 20" formed channel each at the major upper and lover connecting points of the mainframe. Front bolsters shall be a 5" x 8" formed channel each at the major upper and lower connecting points. 4, Floor shall be reinforced with interlaced 3" x 6" channels nominally located on 18" centers so as to withstand continuous operation at maximum imposed loads without harmful deformation or excessive wear. 5_ Body roof shall be minimum 11 gauge, 80,000 PSI minimum yield hi- tensile steel sheet fully welded to a full length 12 gauge 80,000 PSI yield roof crown rail to contain and dissipate forces equally through the body structure. 6. Body sides shall be minimum 10 gauge, 80,00 PSI minimum yield high tensile steel sheet, fully welded to the roof crown rail and to the 4.7" x 18" floor skirt rail. 7. Rear mainframe body side bolsters shall be a minimum of 3'x 20" and contoured shaped to sidewaii with, minimum 10 gauge 80,000 PSI minimum yield. Reinforcement bolsters shall be fully welded to the curved body side sheets. 8. Body floor shall be flat full Width and must not have inboard guide rails or a trough. Floor shall be a minimum 3116" 321 BHiq 15D,DDD PSI minimum yield sheet. 9. Floor iongitudina)s (long members) shall be a formed trapezoidal shape 9.6" x 11" with a 3.3" base sill of 7 gauge 80,000 PSI minimum yield formed channels, 10. Floor cross members shall be 3" x 6" x 10 gauge, 80,000 PSI minimum yield steel channels. Cross members shall be inter laced through the long members on approximately 18" centers to fully support the floor. Cross members shall be full v0dth, 1 f single piece. �1 / 11. Packer panel guide rail bottom edge shall be located 3.7" above longitudinal floor corners and integral to body floor sheets. The guide rail channel shall have interior dimensions of 3.5" x 4.2 ". The top flange of the guide rail channel shall be reinforced with a 45° plate which shall also sense as a self - cleaning device. ly of T'omestead — Bid 4'20(13 02 — 1 /10 /0) NO ❑!! n N 0 M FRI M 0 A 12 -0I -00 4:47pm p, 20 of 32 OFFERED 2O 7537767 From: City of Nomeste?d .D. HOPPER CONSTRUCTION 1. Hopper shall be of flat floor and straight vertical sidevdalls. Hopper shall be designed to properly handle thirty (30) Gallon through ninety -five (95) gallon automated side Loader carts and containers. Construction details shall be per the following: 2. Hopper longitudinals (long members) shall be a formed trapezoidal shape 3.6" x Y1" with a 3.3 base sill of 7 gauge 80,00D PSI minimum yield formed steel channels. 3. Hopper cross members shall be 3" x 6" x 11 gauge 80,000, PSI minimum yield steel channels. Cross members shall be interlaced through the long members on approximately 18" centers to fully support the floor. Cross members shall be full Wdth, single piece. 4. Hopper floor -- minimum' / ", 321 BHlq, 150,000 PSI minimum yield. 5. Upper hopper sides - minimum I I gauge high tensile steel sheet, 80,000 PSI minimum yield. 6. Lower hopper side —minimum 311 G', 321 BHN, 150,000 PSI minimum yield. 7. A hopper.sump shall be provided in forward floor area of hopper. Sump shall have 40 gallon minimum liquid capacity and have dual clean -out doors (7 x 15 "), one on each side of the body. 8. Access door, 26.7" vWde x 28.7" high shall be provided on hopper left hand side wall. 9. The curb side hopper vital] shall be equipped with a replaceable rubber flap. The flap shall be constructed of 3 ply cord reinforced neoprene rubber and shall extend upward 5 ". _. PACKING MECHANISM 1. A hydraulically actuated packer traversing a minimum of 60 ", while packing, shall clear the hopper of material with a maximum cycle time of fourteen (14) seconds. A proximity switch will automatically reverse the packing cycle and return the the packing panel to the front head. An automatic back -up reversing means shall be provided should the packing panel be unable to reach the rearmost packing position of 60 ". 2. a. The packing panel face % ili be a minimum 3116" 225 BHN, 100,000 PSI minimum yield, abrasion resistant steel plate. b. A spill shield, fabricated from 10 gauge 80,000 PSI minimum yield shall be affixed to the top of the packing panel. c. The packer panel shall be reinforced moth a combination of structural members for maximum rigidity. 3. The hopper zone guide rails (2) in the side of the body shall be comprised of a' /" 50,0000 PSI minimum yield formed angle welded to 3.5" x 3.5" x 0.25" ASTM A500 tubing on each side of body. 3.5" x 3.5" x 0.188" tubing shall run the full interior ly uf* 7-'on)extead — Bid 42003 02 —1 /J 0/01 YES NO L� 0 0 12 -01 -00 4:4 fpin p. 21 of 32 OFFERED 2l 7�31767 From: City of Homestead 12-01 -00 4.4(pill P. of 3", YES NO OFFERED E. PACKING MECHANISM continued 4. Hopper zone guide rails shall be clad on each side in the following manner: a. Bottom (lower) clad wear bar, '/" thick x 2 -112" wide, 145,000 PSI minimum yield AR steel.± ❑ b. Top (upper) clad wear bar, '/" thick x 2 -1/2" wide, 145,ODD PSI minimum yield AR steel ❑ C. Side ( vertical) clad wear bar,'/" thick x 2 -1/2" vide, 145,000 PSI minimum yield AR steel. ❑ 5. The guide perch on each side of the packer panel shall be 3" x 6" x'/ "ASTM A500 Grade S structural tubing clad in the following manner: a. Bottom (lower) clad wear bars (2) to be 3/8" thick x 2 -1/2" wide x 11 -314" long, 145,000 PSi minimum yield AR steel. � 13 b. Top (upper) clad wear bars (2) to be'/ "thick x 2 -112" wide x 11 -3/4" long, 145,000 PSI minimum yield AR steel. ❑ «< c. Side (vertical) clad wear bars (2 each side), located below the structural tubing shall be' /" thick x 2 -112" wide �[ x 11 -314" long, 145,000 PSI minimum yield AR steel. l�1 ❑ 6. The packer panel shall be provided with bolt -on lugs for each of .:the two (2) packing cylinders. The cylinders shall be attached to the packer panel lugs via two inch (2 ") diameter pins. Cylinder removal may be accomplished by either pulling the pins or by removing the entire bolt -on lugs. The lugs shall be attached to the packing panel with six (6)/4" diameter bolts for each lug assembly. D 7. The body front head shall also be provided with bolt -on lugs for packing cylinders. The lugs shall retain each cylinder pin with six (6) %" diameter bolts. L7 8. The packer will be hydraulically actuated by two (2) double acting three stage cylinders having chrome plated tubes, and shall have grease -less spherical bearings on both ends to comply with specification. 9. Packing force shall be a minimum of 83,000 pounds. Cylinder f force shall be a minimum of 118,000 pounds. ❑ 10. The packer shall be designed to allow dumping of a container regardless of the position of the packing panel during the compaction cycle. flTi i] 7� 11. "Extend" and "Retract"push buttons shall be furnished giving the operator complete control of packer panel movements in either direction, ❑ 12. An emergency onloff button shall be provided to stop packer i ' panel movement during the extend or retract cycles. The packing mechanism shall be capable of extending to the rearmost end of the body, past the full pack position, to provide the off- loading function white the tailgate is raised. Preferably only while tailgate is raised. iy of %lcxuoxlo8d — Bid 4200102 —1 /] 0!01 �� e i ' 1 7537767 From: City of Romestead YES NO F. BUSTLE TAILGATE 1, The 5.3 Cubic Yard tailgate must be one piece, top hinged and shall open a minimum 300 above horizontal. 2. Tailgate shall be constructed of a minimum 10 gauge, 80,000 PSI minimum yield on rear and side wails.{ T� 3. The tailgate shall be reinforced by a minimum' /" 80,000 PSI minimum yield, horizontal boxed braces. A. The tailgate vrriil be. secured to the body by two (2) sets of hinges with 2" hinge pins at the roof line. 5. A heavy duty rear door positive seal of rubberized gasket material will be installed the full length of the bottom and 68" up the sides of the tailgate to prevent leakage. S. The tailgate shall be secured in the closed position by means of a fully automatic latching mechanism actuated by a separate control in the cab. 7. The tailgate shall be raised and.lowered hydraulically actuated by two (2) double acting cylinders with a minimum 3" bore r. 28.25" stroke x 1.5" diameter chrome plated rod. Cylinder design shall include an orifice fitting in the base port which will prevent the rapid descent of the tailgate in the event of a hydraulic failure and shall comply with specification 001 -5088. 8. The tailgate shall be locked by two (2) lock cylinders with a minimum 3" bore x 3.62" stroke x 1.5" diameter hardened chrome plated rod. Lock and tailgate raise cylinders shall be actuated by separate controls in the cab. 9. All lights 'mill be recessed into the tailgate v4th the lens flush with the outer skin. Clearance, backup and directional lights shall be a Lexan lens, shock mounted in a protective housing. The whole unit will be "pop -out" and replaceable. All vehicles v4l meet FMVSS #108 and State lighting and reflector requirements. ? 10. An in -cab mounted light and audible alarm will be provided to \ r indicate that the tailgate is not fully closed and locked. /I`9 II II U K ❑ %1 �. LIFTING MEOHANISiVl 1. The lift shall be of box time frame construction fabricated from 1/4" 80,000 PSI minimum yield steel and all high cycle pivot points, except grabber pivots, of 2" diameter or greater shall be line bored. ❑ 2. The standard lifting mechanism shall be capable of lifting containers ranging from 60 to 900 gallons, by manually exchanging grabbers. fk1 ❑ 3. The lifting mechanism shall be capable of extending, clamping, T` raising, dumping and returning.a container from any position without the need to "retract" the lift arm. ❑ I2-01 -00 4:47pm p, c3 of 3-e OFFERED af' Hvrnesteai3 - Bid #200102 — l /10/01 ' 3 17537787 . From: City of 8umc tea6 l2,01'00 4:47ym p. Z4 of ]Z H. HYDPAULICS 1. The maximum operating pressure of the system will be 2500 PSI, YES NO G. UFTING 'MECHANISM d 4. The lifting mechanism ohaU perform the lift section and the loader shall be drive by a 25 GPM section. The functions in eight (8) seconds* at the designed operating RPM: total 40 GPM shall be provided to the packer cylinders ..~^..^ e. Grab the City nf Homestead automated container D2194712pr M219-2062 b. Lift the container dump po�bon ` 3. The lift hydraulics shall operate at a working pressure of2SDDPSI. o. Lower the container hz the full down position The body hydraulics shall operate ata working pressure cf �. d . Release the grabbers from the container 7� ^~ 5. The lifting capacity shall bea minimum of2,ODDpounds ' abrasion and excessive noise. at any extension, All hydraulic hoses shall conform to8.A'E. standards for designed Ei The lift shall have a minimum reach cf72." 7. The lifting mechanism shall be powered by three (3) hydraulic; oyUndana with cushions at each end of the stroke. � 7`^ ^ G. The three �3) lift mechanism cylinders shall have hardened and ^ ! chrome plated nods and shall have the following features: ' ' Extend: 3' bore x3D.5,stroke and temperature gauge. ` Grab: 3" bore xM.0"stroke u The hydraulic system shall be protected by'a ten (10 Dump: 3" bore x27.5" stroke 9. The lifting mechanism shall have changeable grabbers that can be exchanged without the need fortools. D0 [J iD . The down and stowed pusffiunvAthm1B^ ground clearance. H. HYDPAULICS 1. The maximum operating pressure of the system will be 2500 PSI, 2 The pump shall be a tandem gear pump producing 40 GPM, at operating speed. The packer shall be driven by a 15 GPM section and the loader shall be drive by a 25 GPM section. The total 40 GPM shall be provided to the packer cylinders ..~^..^ loader remains inoperative. Pump shall comply with specification D2194712pr M219-2062 3. The lift hydraulics shall operate at a working pressure of2SDDPSI. 4. The body hydraulics shall operate ata working pressure cf " 250]P3(. 5. All hydraulic tubes Will be securely clamped to prevent vibration, abrasion and excessive noise. G. All hydraulic hoses shall conform to8.A'E. standards for designed pressure. Bends shall not be less than recommended by8.A.E standards. Flat spots in hoses will not be acceptable. y� 7. a. The hydraulic oil reservoir shall have amin|mumnet capacity «f .4Ogallons. b. The tank shall bw complete with a screened fill pipe and ' cmp, filter breather, clean out cover, and oil level sight and temperature gauge. u The hydraulic system shall be protected by'a ten (10 ndcvno. in tank, return fine filter along with a 100 mesh (140 micron reusable oil strainer inthe suction line. 'it)' pf Homestead -- Bid #2O0l02--D]0/0l OFFERED 24 7531767 Front: City of Homestead -- YES H. HYDRAULICS continued All body hinges, cylinder rod ends, cylinder base trunnions and 7. continued The return line filter shall also include an in -cab filter by -pass monitor which shall alert the operator or service personnel shalt be supplied with grease fittings. when the filter is in need of replacement. J. CONTROLS d. A hydraulic pump shut down system shall also be included vvhich shall prohibit prolonged operation of the hydraulics when � the filter is in the by -pass mode. 8. The hydraulic system shall operated at an acceptable temperature \ , Without the need for external hydraulic oil cooling devices.? The lift controls shall be of a three -lever design. Each control 9. Quick disconnect fittings shall be provided so that a pressure gauge can be easily connected vAthout the use of tools orthe need to remove hydraulic fittings. travel as follows: 1. LUBRICATION 1. All body hinges, cylinder rod ends, cylinder base trunnions and high cycle pivot points (with the exception of the packer cylinders) shalt be supplied with grease fittings. J. CONTROLS 1. The lift controls shall be air over hydraulic and located in the cab / convenient to the operator. 2. The lift controls shall be of a three -lever design. Each control lever shall be properly labeled and indicate the direction of travel as follows: Reach – (extend – retract) Grab - (grab –release) Lift - (raise – lower) 3, The lift controls shall be self- centering type, returning to the neutral position , hen released. Du 4. The packer push button controls shall be electrical over hydraulic and located in the cab convenient to the operator. Separate push buttons shall be provided for "Pack" and "Retract" To provide complete packer panel movement control in either direction. Pushing the "Pack" button v✓ill automatically extend and retract the packer panel for a complete cycle. !l`j 5. Tailgate raise and tailgate lock controls shall be electric over hydraulic. Toggle switches shall be used to control each function individually. ELECTRICAL 1. A PLC (Programmable Logic Controller) electronic controls center shall be provided to monitor system functions. The PLC shall be installed inside the truck cab and possess self diagnosing error codes which identify the trouble source. Both audio and LED outputs must be made available to aid in locating trouble source, 13, caf T-Rnnesiead — Bid 4200102 --1 /70/03 12 -01 -00 4:47pm p, 25 of 32 NO OFFERED D ❑ El D O 0 25 5617537767 From: City of Homestead r K. ELECTRICAL continued 2. All electrical wiring connectors to be automotive double -seal, with wiring in split convoluted loom. All Wring connections to be soldered with rubber molded covering or crimp type connectors Wth shrink wrap. Unprotected Wring in any application is unacceptable. 3. All switches not manually operated shall be proximity in type. Mechanical switches are not acceptable. 4. System Interlocks shall be included to prevent: a. Opening the grabbers while the lift arm is in the dump position. b. Raising the lift arm %Mth the grabbers open or not enough to grip pressure on the container. L. LIGHTING 1. Clearance, back up, and directional lights shall be Lexan lens, shock mounted in a protective housing. The whole unit shalt be pop out and replaceable. 2.. All lights shall be provided in accordance with FMVSS #108, plus raid body turn signals on each side of the body and a center brake light on the rear. M. REAR UNDERRIDE GUARD 1. The body shall be equipped with a rear underride guard as standard equipment, to meet Federal Motor Carrier Safety Regulation (49CFR393.86). N. PAINTING 1. The entire body shall be properly cleaned of all dirt, grease and weld slag. Cleaning shall be in keeping with accepted industry practices. 2. A liberal coat of self- etching primer is to be applied. 3. Top coat finish shall be white, acrylic urethane enamel. 0. ACCESSORIES 1. Rear vision camera with monitor and lights R. WARRANTY 1. Extended warranty of all cylinders 2. Number of years Z N a YE4k 7 7AV- City of Hoine-�tead -- Sid N2O0I 02 — I /10/0) 12-01 -00 4:41pia p. 26 of 32 YES PAC OFFERED 'W Total Cost $ G W AUTOMATED REFUSE CHASSIS- SIDE LOADER Please conipletely check the following list. If not compliant, state specifically item being offered. YES NO OFFERED A. CAB 1. Low entry cab, tandem chassis minimum GVWR 62,000 pounds B. ENGINE 1. Diesel, four cycle, six cylinder, minimum torque 1150 lb. ft. 2. 600 cubic inch displacement minimum 3. Equipped with crankshaft adapter for front mounted hydraulic pump. Minimum H.P. 280. Cummings or equal electronic. C. FRONT AXLE 1. GVWR 20,000 lb. capacity, Stemco oil seals D. COOLING SYSTEM 1. Minimum of 900 square inch core area, (largest capacity available) modified for front mounted hydraulic pump. Alternate cooling system of equal capacity acceptable. Automatic fan clutch with override switch on dash. E. GROUND CLEARANCE 1. Minimum of 9 inches F. REAR AXLE 1., Tandem Eaton DS 461 P, with GVWR 46,000 lb. Gear ratio to limit the maximum speed to 55 miles per hour (or approved equal) rear suspension 2. Hendrickson RT2 460 (oil pump included) walking beam type with bronze bushing or equal. Transverse rods with nylon bushings. G. AUTOMATIC TRANSMISSION 1. Allison HD 4560 with AK package and heavy duty transmission cooler. H. STEERING 1. Power hydraulic with booster cylinder. i. FRAME 1. Minimum of 3,00D,000 lb. RBM per rail. All bolted construction with full J" liner. 2. Heavy duty bumper, modified to allow-for protection of front. mounted hydraulic pump. 3. Vertical exhaust located behind cab, left side. Stainless steel flex tubing and turbo heat shield. 4. Two rear frame mounted tow hooks. C 1•' G 01 rL J. FULL AIR BRAKES 1. Air parking brake, spring loaded, 12 cubic foot air compressor 2. Air dryer Bendix "system guard" AD -9 heated 3. Eaton or Rockwell automatic slack adjusters K. FUEL TANKS ALUMINUM 1. Aluminum or steel minimum of 70- gallon capacity L. TIRES 1. Front tires 315/80R x 22.5 20 -ply rating, tubeless 2. Rear tires 12 R x 22.5 16 -ply rating, steel belted radial, tubeless 3. Bud wheels only M. ENGINE EQUIPMENT 1. Alternator (160 amps, 12 volts) 2. Batteries (1650 CCA minimum, group 31 batteries) 3. 16 dry type 2 stage air cleaner (Donaldson) 4. 750 oil filter or equal (Luberfiner) N. CAB 1. Galvanized steel or aluminum tilt cab 2. Air driven or electric windshield wipers 3. Low oil press, high temperature warning buzzer and light. 4. Cushioned -air driver's seat, fixed passenger seat 5. Factory air conditioning and heat S. Condenser to be mounted in front of radiator cooling system. A/C unit required to use Freon R-1.5�,A ' 7. Dual mirrors (7" x 16') 8. Air horn 9. Radio (AM /FM) 10. Turbo heat shield /blanket 11. Must be right -hand drive only, no conversions 12. View window on passenger side 13. Side steps YES NO d � t� 0 ❑ 2 ❑ 0 ❑ 0 C7. 0 ❑ 0, ❑ 0 ❑ 0, ❑ ivi IJ N R. ■ it ■ t►i ■ [i ■ G ■ ©. MISCELLANEOUS 1. Two complete shop manuals, including electrical and parts books for equipment ❑ 2. Literature and written warranty to be supplied with bid. l ❑ Hourly Rate (see paragraph 2.22) Please enclose a copy of your business license with your submittal. OFFERED n:,_. crr , a n:a�nninn r nn�ni no AMERICANS WITH DISABILITIES ACT (ADA) DISABILITY NONDISCRIMINATION STATEMENT THIS FOP–Nd MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADA41NISTER OATHS. This sworn statement is submitted to the CITY OF HOMESTEAD, FLORIDA by: DAVE STEGEMAN (hrini individual 's name and title) for: GENERAL GMC TRUCK SALES & SE (print name of entity submitting sworn stale111ent) whose business address is: Q sn AATr TTAR V = _ z� � , and (if applicable) its Federal Employer Identification Number (FEIN) is: (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: g— - 09 o�G 1, being duly first sworn state: That the above named firm, corporation or organization is in compliance with and agreed to continue to comply with, and assure that any subcontractor, or third party contractor under this project complies with all applicable requirements of the laws listed below including, but not limited to, those provisions pertaining to employment, provision of programs and services, transportation, communications, access to facilities, renovations, and new construction. The American with Disabilities Act of 1990 (ADA), Pub. L. 101 -336, 104 Stat 327, 42 USC 1210112213 and 47 USC Sections 225 and 661 including Title I, Employment; Title II, Public Services; Title 171, Public Accon-nnnodations and Services Operated by Private entities; Title IV, Teleconuntinications; and Title V, Miscellaneous Provisions. Tine Florida Americans with Disabilities Accessibility hnplementation Act of 1993, Section 553.501 - 553.513, Florida Statutes: d ne Rdhabflita ±ion A� Cf i y 7� X19 OO C .� � .�. a .�, mac. v0111 Uel..ti a / ' The Federal Transit Act, as amended 49 USC Section 1612; The Fair Housing Act as amended 42 USC, Section 3601 -3631 sigllotul�e Sworn to and subscribed before me this 3 day of t , 19� f Personally known OR Produced identification 73 pe of idcntr f canon Notary Public – State of My connnnission e�` Madeline DeSnuti n�YCOMM15SIpN# CC985M EXPIRES ,,,,,,���`` December 4 2M4 Printed, tj/ped or stamped conunissioned name oflotaaypuoll X"Anln 1 a fin 1n7 , SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL, AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to the CITY OF HOMESTEAD, FLORIDA by: DAVE STEGEMAN (j» inl individuals name and title) for: Y ENERAT. CM(-- TRTTC"gSAT.PS k 9RRVTC E, TN(- 0211171 name of eerily submilling s1+101h slalemerll) wlnosebusuness address is: a� idrrr.TMAPV mphT7.4 � m �, �_��� 3� and (if applicable) its Federal Employer Identification Number (FEIN) is: (If the entity has no FEIN, include the Social Security Number of the individual sigaiun.g this sworn statement: 59 04476-) 2. 1 understand that a "public entity crime" as defined in Paragraph 287.133(l)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business ivith any public entity or with an agency or political subdivision of any. other state or of the United States, including but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and invohing antitrust, fraud; theff, bribery, collusion, racketeering, conspiracy; or material misrepresentations. 3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b),. Florida Statutes_ ineaiis a funding of guilt or a conviction of a public entity crime, with or Mthout an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non jury trial, or entry of a plea of guilty or nolo contendere. d i un uvrstan +d- a af am «g,f1ia te " a Glefi.G d in td_dg_dp G 87. 1133( I) (a„ ♦ r 1lrl a Statutes, mPanC: 1. A predecessor or successor of a person convicted of a public entity craune; or 2, f#ji entity under the control of any natural person who is active in the imanagennent of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares coustitutuig a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a "person" as defined in Paragraph 287.133(l)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners. Shareholders, employees, members, and agents who are active in management of an entity. � < e a s i 6. Based on infornnation and belief, the statement which I have marked below is true in relations to the entity submitti na this swam statement. (Indicate whicli statement applies). © Neither the entity subnnitti ng this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with ad convicted of a public entity crime subsequent to July 1, 1989. 13 The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, I989. ® The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents wbo are active iri the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida , Division of Administrative Hearings and the final Order entered by the Hearing Officer determined that it was not inn the public interest to place the entity submitting this sworn statement on the convicted vendor list (attach a copy of the final order). I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED..I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. Signature Sworn to and subscribed before me this —3 day of '19 0 /. Personally kmovai � OR � Produced identification Type of identification form PUR -7068 (Rev. 313/99) Notary Public — State of A a. My coniniission expires: Printed, o ped oZ�l1" '�d conut¢issif neenitltal�� public 'r MYCOMMISSM# CC985760 EMES s^e�� December 6, 20D4 �f BONDEDDRU TROY FAININSUMNCEINC THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS INDICATED BELOW: Attended pre-bid/site inspection See Sec. 2.8 Copie's of Bid ............................. See Sec. 2.32 Bid Bond ..................................... See Sec. 2.16 Insurance .................................. See Sec. 2.9 Bid Form completed and executed in Licenses .................................... See Sec. 1.22 accordance with General and Special Product/ Catalog Information .... See Sec. 2.24 Conditions and Minimum References ............................... See See. 2.25 Specifications ....................... See Sec. 2.32 Samples .................................... See Sec. 2.12 Bidder Qualifications ................. See Sec. 2.29 Warranty Information ................. See Sec. 2.23 Exceptions — Reference Section: (if none are stated in this bid, it shall be construed by the City of Homestead that your bid fully complies with all terms, conditions and specifications.) **NOTE: Attachment of quotations will not be Construed as an exception. Please include a copy of business license with your submittal. Addendum Received: # # # I certify that this bid is made without prior understanding, agreement or connection with any corporation, firm, rson submitting a bid for the same materials, supplies, or equipment, and 1 in ects air and without collusion or fraud. I agree to abide by all conditions of this bid 'n ce th a authorized to sign this bid for the bidder, 4uthorizjd-Xnat-ftPb (Manual) Authorized Signat6e4nd Title (Typed/Printed) Date rN— --r 7 --- 1 '0..4 Zn nrl I An 1 11 A 1r%1 I in W r o a, /!Ep[1� HEIL ENVIR'!�e -!** TAL INDUSTRIES, LTD. A DQt/ER INDUSTRIES COMPANY PREPARED FOR CITY OF HOMESTEAD BID #200102 HEIL ENVIRONMENTAL AUTOMATED CUSTOMER LIST I . CITY OF FORT PIERCE, FL -HEIL DPF7000- Harold Hopkins -Phone No. 561 -460 -2200 ext 413 2. CITY OF STUART FL -NEIL SQ7000 -Frank Dplittle -Phone No. 561.- 288 -5346 3. CITY OF BOYNTON BEACH, FL -NEIL DPF7000- Robert Lee -Phone No. 561- 375 -6200 4. CITY. OF OAKLAND PARK, FL -NEIL DPF7000 -Toni Reichter -Phone No. 954 - 561 -6258 5. CITY OF MIAMI: SPRINGS, FL -KEIL, SQ7000- Robert Williams -Phone No. 305 - 887 -4116 6. CITY OF HOMESTEAD, FL -BELL DPF7000- Charles Moore -Phone No. 305 -247 -1801 7.' CITY OF KISSIMMEE, FL ILEIL DPF7000- David Derrick- Phone No.407 -518 2507 ALL OF THE ABOVE CUSTOMERS HAVE CHOSEN NEIL AU T u —MATED PRO.DUC T S l.N TEE S T ATE OF FLORIDA Post Office Box 8676 • Chattanoo-oa, Tennessee 37414 -0676 Phone- (423) R99 -91 on • Fax• (d73) R55 -1478 HEIL ENVIRONMENTAL INDUSTRIES, LTD. A nnVPR JNDIJSTRIES COMPANY ., V f HEIL Environmental Industries, Ltd. warrants its Solid Waste Equipment to be free from defects in material rind wort an hip under (normal arse, when proper service and maintenance, as described in its Service Bulletins and Operation. Manuals are performed, for a period of twelve (12) months from the date when these products are delivered to the first purchaser. This warranty is expressly limited to the repair or replacement of any component or part thereof, of any such unit maanufactured by HEIL, that is proven to HEWS sati..sfacdon to have been defective e in material or warlananship. Such components or parts thereof, shall be repaired or replaced without cost to the first purchaser for pis and labor provided such unit is returned for such repair or replacement to an authorized H.E.I.L Distributor, or such other place as may be designated by HEIL, vulthin twelve (12) months from the date on which the unit teas delivered to such first purchaser. HEIL makes no warranty, of products aamnufactured by olthers and supplied by us, the same being subject to warranties, if army, of their respective a n.amufactaarers. BEFORE ANY WARPMiiTTY CAN BE -ALLOWED ON ANY NEW EQUIPMENT THE APPLICABLE REGISTRATION FORM MUST BE ON FILE WITH II.E.I.L TECHNICAL SERVICES DEPARTMENT -ray service parts sold by HEIL shall carry a ninety (90) day warranty- for replacement on 6 providing the factory inspection reveals a material or workmanship defect. Labor to replace or repair such part shall be borne by the owner. WE MAKE NO OTHER WARRANTY'', EXPRESS OR INIPLIED, AND MAKE NO WARRANTY OF MERCHANTA BILITY OR OF FITNESS FOR ANY PARTICULAR )PURPOSE. HEIL does not assume any liability for lass of profits, product, time or any other direct or indirect or consequential losses, damages or delays. Any improper use, operation beyond rated capacity, substitution of pasts not approved by Ili, or arty, alteration or rep--;- by others in such manner as our e ctc�Eivt au�cc.'� the u t 3naterially and adversely shall void this Warranty. OTHER THAN EXTENSION OF THE WARRANTY ITNDER. HEIL°S EXTENDED WARRANTY FR®:R" -, . No E Loy E oR p-v-'?RnsEi-qTATH.�E- xc AUTHORIZED TO CHANGE THIS WAPdLhNTY IN ANY WAY OR GRANT ANY OTHER Wei ff. The above warranty supersedes and is in lieu of all other warranties express or implied. SOLED WASTE SYSTEMS WARRANTY Post Office Box 8676 • Chattanooga, Tennessee 37414 -0676 • Phone: (423) 899- 91.00 . T --aa: (421),955-1479 g / � m HOMESTEAD 12/04/00 'ehicle Specijicaion BASE 100rJEL WKR64 VEHICLE ADAPTATION MARKET ADAPTATION UNITED STATES ENGINE CUMMINS CUMMINS ISM 3D5 V +305HP @ 210DRPM,115D EIV GIVE EQUIP ENGINE ELECTRONICS CUMMINS ISM AIR CLEANER 15' TWO STAGE INTAKE STACK RAIN CAP BLACK -HOOD TYPE AIR INTAKE RAIN CAP COOLANT HOSES RUBBER WITH STEEL TUBING RADIATOR 9DD SQ. IN. 4 ROW RADIATOR COOLANT ANTI- FREEZE, -2DF STANDARD STARTING MOTOR DELCO REMY 12V POSITORK 42MT STARTER ALTERNATOR LEECE- NEVILLE 12V-161) AMP 93WJ BATTERIES 3-12V VOLVO 1960 CCA EXHAUST SYSTEM OUTBOARD VERTICAL MUFFLER LH SIDE EXHAUST STACKS 126" SINGLE ALUMINIZED STEEL EXHAUST PIPING ALUMINIZED STEEL FLEX SECTIONS EXHAUST SHIELD SINGLE ALUMINUM MUFFLER SHIELD FUEL FILTER - SECONDARY SPIN -ON CUMMINS WATER CONDITIONER CUMMINS SPIN -ON FLEETGUARD DCA COND. FUEL COOLER NO FUEL COOLER PROVIDED AIR COMPRESSOR CUMMINS WABCO 18.7 CFM COMPRESSOR PTO, FRONT ADAPTER FOR SPICER 1350 FLANGE - CUMMINS UNPUBLISHED LUBERFINER 7500 TPANSMISSION TRANSMISSION ALLISON HD 4560P 5 SPEED) 460 LB -FT TRANSMISSION CONTROL ALLISON PUSHBUTTON CONTROLS MD /HD VOCATIONAL CODE 3430 REFUSE ON HIGHWAY ONLY NO PLOW TRANSMISSION ELECTRONIC CON REFUSE WiTH'SERVICE BRAKE STATUS Volvo Trucks of Palm Beach 360 S. Military Trail West Palm Beach, FL 33415 Phone: 561 686 8906 Fax: 561 686 9893 Prepared by: David Stegeman January 3, 2001 IT � ! a 12/04/00 I er'lic:le S qec� icalion Description TRANSMISSION TRANSMISSION COOLER OIL TO WATER TYPE LUBRICANT PETROLEUM BASED LUBRICANT DRIVELINE SPICER 171OHD HALF ROUND FRONT A)CLE Prepared by; David Stegeman January 3, 2001 FRONT AXLE MERITOR FL941 20,WD LBS CAP STANDARD BRAKES, FRONT MERITOR Q -PLUS 16.5 X 6 CAM SLACK ADJUSTERS,FRONT MERITOR AUTOMATIC STEERING, RESERVOIR FOUR QUART REMOTE MOUNTED SUSPENSION, FRONT 18,800 LBS, FLATLEAF SHOCK ABSORBERS,FRONT DOUBLE ACTING SINGLE, HEAVY DUTY OIL SEAL CAPS STEMCO VISIBLE CAP OIL SEALS EATON OUTRUNNER SEALS FRONT HUB LUBRICANT PETROLEUM BASED LUBRICANT ReAiR A.XL E REAR AXLE DANA SPICER DS462P 46,000 LB CAPACITY REAR DRIVE AXLE RATIO 4.11 REAR AXLE RATIO LUBRICANT PETROLEUM BASED LUBRICANT SUSPENSION, REAR HENDRICKSON 46,DW LB RT- SERIES REAR SUSPENSION BEAMS 54 INCH BRONZE BUSHED TORQUE RODS LONGITUDINAL BRAKES, REAR 16.5 X 7 CAM, MERITOR, Q -PLUS, TANDEM BRAKE CONTROL SYSTEM SENDIX ABS PARKING BRAKE CHAMBER FOUR CHAMBERS, TANDEM MGM SLACK ADJUSTERS,REAR AUTOMATIC, TANDEM AXLE, MERITOR PARK BRAKE SYSTEM WORK BRAKE - YELLOW VALVE ACTIVATED REAR AXLE OIL SEALS EATON OUTRUNNER SEALS, TANDEM AXLE CHASSIS WHEELBASE 224 INCH WHEELBASE FRAME RAILS 3/8". STEEL VARIABLE DROP, EXT A FRAME REINFORCEMENT 114 LINER, STANDARD LENGTH FRAME FASTENERS FLANGE BOLT FRAME FASTENERS REINFORCEMENT, FRONT UNDERSLUNG CROSSMEMBER XMEMBERS, FRAME CNTR STEEL XMEMBERS, SUSPENSION STEEL Page 2 of 5 12/04/00 Vehicle Specrf'callbn Description CHASSIS Prepared by: David Stegeman January 3, 2001 0- OVERHANG, FRAME REAR 74 INCH OVERHANG AIR DRYER BENDIX AD -9 WITH HEATER AIR TANK, BRAKE STEEL TANKS, TANDEM AXLE DRAIN VALVE MANUAL PETCOCK FUEL TANK, LEFT 85 GAL LH 22" CYL STEEL PAINTED FUEL LINES SAE J544 NYLON TUBING BATTERY BOX LH MTD BEHIND FRONT WHEEL, FIBERGLASS BUMPER, FRONT STEEL PAINTED TOW HOOKS, REAR TWO FRAME MOUNTED HOOKS UNPUBLISHED OPEN MESH, BEHIND CAB CAB EXTERIOR CAB WXR WIDE CAB RH DRIVE STEEL TILT 73" GRILLE STATIONARY BRIGHT HORN, AIR PAINTED, TWIN MOUNTED UNDER CAB HORN, ELECTRIC SINGLE MIRRORS, WEST COAST STAINLESS STEEL WITH BRIGHT ARMS MIRRORS, CONVEX STAINLESS, CLAMP ON TYPE LH & RH MIRRORS, DOWN VIEW DOWN VIEW MIRROR OVER PASSENGER DOOR STEPS, CAB MOUNTED DOUBLE LH AND RH ENTRANCE STEPS, WX C"AS IIV I E IO 1 CAB INTERIOR KEYSTONE COLOR TRIM SIVIOKY MOUNTAIN GREY CAB CLIMATE SYSTEM AIR CONDITIONER INTEGRAL WITH HEATER PAINT, INTERIOR SAME AS BASE CAB COLOR SEAT, DRIVER NATIONAL CUSH -N -AIRS 11 LOW PROFILE LOW SEAT, PASSENGER LOW BACK STATIONARY -FULL FOAM VINYL SEAT INSERT VINYL STEERING WHEEL 18 INCH DIAMETER . SUN VISOR, INTERIOR LEFT AND RIGHT COLOR KEYED SUN VISOR - RESTRICTION INDICATOR GRADUATED, AIR CLEANER MOUNTED ENGINE WARNING DEVICE AUDIBLE/VISUAL ALARM /SHUTDOWN FOR LOW GAUGE PACKAGES WX/L/R PERFORMANCE GAUGE PACKAGE HOURMETER ELECTRIC HOURMETER, DASH MOUNTED SPEEDOMETER MPH SPEEDOMETER & ODOMETER, ELECTRONIC Page 3 of 5 A c J 12/04/00 1'c�1•Iic1G .S�r�c:ifrcr,�tiarr Description CAB INTERIOR TACHOMETER ELECTRONIC TACHOMETER TRANS. WARNING LIGHTIGAUGE TRANSMISSION TEMP WARN'G LIGHT & BUZZER VOLTMETERIAM METER VOLTMETER LIGHUNG CIRCUIT PROTECTION BLADE FUSES DAYTIME RUNNING DAYTIME HEADLIGHTS SINGLE SEALED BEAM ROUND MARKER LIGHTS FIVE AMBER STOP AND TAIL LIGHTS DUAL WITH INTEGRAL BACK -UP LIGHTS FRONT TURN SIGNALS GROTE BREAKAWAY- SQUARE TURN SIGNAL SWITCH NON - CANCELLING W/ MOTORIZED FLASHER RAD101MISC Prepared by. David Stegeman January 3, 2001 RADIO EQUIPMENT AM/FM STEREO WITH WEATHER BAND, ROOF RADIO SPEAKERS TWO DUAL CONE SPEAKERS RADIO ANTENNA SEPARATE AM /FM ANTENNA (SGL ROOF MTD) RADIO POWER SUPPLY POWER AND GROUND CONNECTIONS FOR AM /FM WINDSHIELD WIPER DUAL ELECTRIC MOTOR, INTERMITTENT KEYSIDOOR LOCK DOOR & IGNITION SAME - UNIQUE PER TRUCK WINDSHIELD WASHER STANDARD RESERVOIR PAWT CAB PAINT DESIGNS SINGLE COLOR CAB PAINT TYPE VOLVO LUSTERSHIELD SOLID FIRST CAB COLOR WHITE SNV 42075 CHASSIS COLOR BLACK BUMPER COLOR BUMPER COLOR SAME AS CHASSIS, OR DISC WHEEURIM COLOR STEEL- PREPAINTED WHITE, ALUM - UNPAINTED SPOKE WHEEL/HUB COLOR COLOR SAME AS CHASSIS FRONT TIRES TIRE SIZE 315/8DR22,5 L, 20 PLY TUBELESS RADIAL TIRE MFR/TREAD MICHELIN PXZY -1 RIMSNUHEELS, FRONT 22.5 X 9.0 HUB PILOTED ACCURIDE STEEL HUBS, FRONT STEEL VOLVO HUB PILOTED, 285.75MM B.C. BRAKE DRUM, FRONT CAST )RON Page 4 of 5 m 12/04/00 Prepared by David Stegeman January 3, 2001 I't'h/CjC'. ;- f)C'C.flCGil /()12 70 Description REAR TIRES TIRE SIZE 12R22.5 H, 16 PLY TUBELESS RADIAL TIRE MFRITREAD MICHELIN XZA RIMSIWHEELS, REAR 22.5 X 8.25 HUB PILOTED ACCURIDE STEEL HUBS, REAR STEEL VOLVO HUB PILOTED, 285.75.MM BRAKE DRUM, REAR CAST IRON ADDITIONAL OPTIONS WARRANTY STANDARD WARRANTY VOLVO ENGINE EXTENDED COVER NO VOLVO ENGINE EXTENDED COVERAGE Page 5 of 5