Loading...
HomeMy WebLinkAboutR-00-0340J-00-328 4/17/00 RESOLUTION NO. 0 — 3 0 A RESOLUTION OF THE MIAMI CITY COMMISSION APPROVING THE PROCUREMENT OF ONE (1) 2000 ELGIN PELICAN MODEL `P' STREET SWEEPER (HYDRAULIC) FROM VANTAGE EQUIPMENT COMPANY, IN AN AMOUNT NOT TO EXCEED $94,358, AWARDED UNDER EXISTING CITY OF ST. AUGUSTINE, FLORIDA BID NO. RW -SS -001, FOR THE DEPARTMENT OF GENERAL SERVICES ADMINISTRATION TO BE USED BY THE DEPARTMENT OF SOLID WASTE; ALLOCATING FUNDS THEREFOR FROM SOLID WASTE CAPITAL IMPROVEMENT PROJECT NO. 353015.329401.6.840. WHEREAS, the Department of General Services Administration requires a replacement for the street sweeper used by the Department of Solid Waste which is not cost effective to maintain and operate; and WHEREAS, the City Manager and the Director of General Services Administration, in conjunction with the Department of Solid Waste, recommend that the provision of one (1) Elgin Pelican. Model `P' Street Sweeper (Hydraulic) from Vantage Equipment Company, awarded under an existing City of St. Augustine, Florida Bid No. RW -SS -001, be approved; and WHEREAS, funds are available from the Solid Waste Capital Improvement Project No. 353015.329401.6.840; CITY C010USSION MEETING OF APR 2 7 2000 Resolution No. �� 4 0) s • NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The procurement of one (1) Elgin Pelican Model `P' Street Sweeper (Hydraulic) from Vantage Equipment Company, in an amount not to exceed $94,358, awarded under existing City of St. Augustine, Florida Bid No. RW -SS -001, for the Department of General Services Administration to be used by the Department of Solid Waste, is hereby approved, with funds therefor hereby allocated from Solid Waste Capital Improvement Project No. 353015.329401.6.840. Page 2 of 3 U U rLl U Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.'/ PASSED AND ADOPTED this 27th day of April - 1 2000. JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2-36, since the Mayor V not MICRO, kPnffW,1 fif this legislation by signing it in the designated pli-cl ;qaL�'.—r becomes effective with the elapse of ten (10) da t' of CC , 4 o ( regarding same, without the Mai r .xe in n , ATTEST: WALTER J. FOEMAN CITY CLER�,-� APPROW-6 AS F rRO%i L TORNEY 4299:RCL x COA4ECTNESSf� , CRY If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 3 of 3 TO: The Honorable Mayor and Members of the City Commission FROM ;ald H. Warshaw City Manager RECOMMENDATION CITY OF MIAMI, FLORIDA CA=1 MEMORANDUM DATE: APR I 7 2000 FILE: SUBJECT: proposed Resolution REFERENCES :Purchase of a 2000 Elgin Pelican ENCLOSURES: `P' Street Sweeper (Hydraulic) It is respectfully recommended that the City Commission adopt the attached Resolution authorizing the purchase of a 2000 Elgin Pelican `P' Street Sweeper (Hydraulic) from Vantage Equipment, Co., a non-minority/non-local vendor, located at 9365 Philips Highway, Jacksonville, Florida 32256, through a bid awarded under an existing City of St. Augustine, Florida, Bid No. RW -SS - 001, for the Department of General Services Administration to be used by the Department of Solid Waste, in an amount not to exceed $94,358. Funds are available from the Solid Waste Capital Improvement Project No. 353015.329401.6.840. BACKGROUND The Department of General Services Administration seeks to purchase one (1) 2000 Elgin Pelican `P' Street Sweeper (Hydraulic) to be used by the Department of Solid Waste. The requested purchase is necessary to replace an existing sweeper that is no longer cost effective to maintain and operate. vy lit DHW 1/11 61 10 — 3- CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Donald H. Warshaw City Manager FROM: L-9 Dean DeVActing Director Department of General Services Administration 0 DATE: MAR (J �j 8 40�e FILE SUBJECT: Funding Authorization - Purchase of a 2000 Elgin Pelican REFERENCES:' P' EFERENCES:`P' Street Sweeper (Hydraulic) ENCLOSURES: The Department of General Services Administration, in conjunction with the Department of Solid Waste, has verified with the Department of Management & Budget that funds are available, in an amount not to exceed $94,358, for the purchase of one (1) 2000 Elgin Pelican `P' Street Sweeper (Hydraulic). Funds will be available from the Solid Waste Capital Improvement Project No. 353015.329401.6.840. DEPARTMENT OF S ID WASTE: 0000,�yl Department Director/Designee CIP PROJECT REVIEW AND APPROVED BY: BUDGETARY REVIEW & APPROVED BY: Luie L. Brennan, Interim Director Department of Management & Budget DHW/RM/DDJ/l1 DATE: 3— zK— Zz�aa DATE: 3 '27 Z4mb DATE:.3 • 7' T • 3Oaa 0 9 A. "1 RPA . L ,� P. • ft.L'tf� of �� �11,2$ligtt2le P.O. BOX 210 ST. AUGUSTCYE, FL 3248.5-0210 PHONE: (904) 825-1020 FAX: (904) 821051 PURCHM ORDER# 20001050-00 FY 2000 Page Number: 1 1. PAYMENT wM be made from ORIGINAL Invoke ONLY. lrnofee In duplicate. 2. PURCHASE OROER NUMBER must appear on aA invobesI VIII)OV papers a packages. 3. Please prepay aU ahipping cl+argee• C40W oipments WHI be rahmd. 4. Tax Exempt 0 65-06012008-54. Vantage Equipment. Company City of St. Augustine Gat -age 9365 Phillips Highway 8 Palmer St. Jacksonville, FL 32256 St. Augustine, FL ^2084 Tel 1—(800)-766-8163 Fax 1-0(904)-363-300,9 DATEVATE FREIGHT ME e•i 0 e 02/20/00 000748 06/01/00 IDESTINATION 001 (1)ONE (1) EACH 2000 "ELGIN PELICAN""P" DUAL THREE WHEEL STREET SWEEPER EQUIPPED WITH HYDRAULICALLY DRIVEN DUAL SIDE BROOMSIDUAL OPERATION STATIONS,A"JOHN DEERE" DIESEL ENGINE,& ALL STANDARD EWOUIPMENT PLUS THE FOLLOWING: (1) A. C/NEATER, DEFROSTER SYSTEM ()AMBER STROBE LITE Wk BRANCH GUARD (3)EPDXY LINED HOPPER (4)"ELGIN" STORE LITE BRANCH GUARD (5)SLIDING REAR WINDOW (G)DUAL TRIAL BOSS SUSPENSION SEATING. (7)HYDRAULIC MAIN BROOM SUSPENSION (8)VOGEL LUBRICATION SYSTEM I.L.O. XGY SYSTEM (')SPRUNG REAR GUIDE WHEEL (10)220 GALLON WATER CAPACITY (11)"WHELAN" STROBE LITE. (12)LH RH SIDE BRANCH GUARD (13)AUTO SHUTDOWN DEVICE FOR ENGINE (1.4)BROOM MILAGE RECORDER APPROVED B* URCFIASING AGENT Delivery Reference TIM SHILEDS Streets es 1.0 94358.0000 EA 0- 87, 358. ` 1 j • .,•u.5 U hKl LJ:.1J rAU: y 4.3 I f1�i#� 1xf o 4t� c�ugu�tine L P.O. BOX 210 L ST. AUGUSTII4E. FL -32085-0210 o PHONE: (904) 825-1020 FAX: (904) 825-1051 Vantage Equipment Company 9365 Phillips -•Highway Jacksonville, FL 32256 1.111 Ur J1 ALU r- ® �UUJ PURCHASE OROER# 20001050-00 FY'2000 Page Number: a t. PAYMENT w3 be made from ORIGINAL invoice ONLY. Invoice In duplicate. 2 PURCHASE ORDER NUMBER must user on a0 Invoices. wppf+4 pNmn & paatages. 3. Please prepay aY shipping dmuges. CdW shipments wm be rakeed. 4. Tax Exempt • ss -08.012008-s4. City of St. Augustine Garage 8 Palmer St. St. Augustine, FL 32084 Tel 1-(800'):-766-8163 Delivery Reference .Fax 1-0(904).-363-3009 TIM SHILEDS. ORDERED NUMBER REQUIRED @00.74806/01/00 DESTINATION Streets o • e • • (15)CLOWER ROLLER WASHOIJT (16)UNIT PAINTED STANDARD "ELGIN" WHITE NOTE: NO SUBSTITUTE REFERENCE TO IFB-RW-SS-001 DATED FEBRUARY 9, 2000 & SIGNED BY GARY.ADLEBURG FOR VANTAGE EQUIP. CO. ON FEBRUARY 15,­201210- 5, •2000.CONFIRMS CONFIRMSORDER PLACED WITH GARY E. ADLEBURG ON FEBRUARY 21, 2000 PRICE OF NEW U $ 94, 358. 00 . TRADE IN OF 19 "ELGIN" PELICAN "P"' DUAL THREE WHEEL,SWEEPER WITH 5,500 HRS .& 9,414 MILE... OVERALL UNIT IS WELL, MAINTAINED & FULLY OPERATIONAL TRADE IN ALLOWED TOTAL COST IS $87,358.00 PN -1-(904)-363-3008 G}i FAX -1-(904)-363-3009 *Amount reflects f75 000.00 credit due. PO Expiration Date'06/30/2000 P0,Total. 87,358.00 APPROVED WPURCHASING AGENT VA- NTA-0EL, EQUIPMENT COMPANY A SUBSIOIARY OF ENVIRONMENTAL HOLDINGS, LTD. February 15, 2000 William Harris City Manager City of St. Augustine P.O. Drawer 210 St. Augustine, FL 32084 RE: Bid # RW -SS -001 2000 Elgin Pelican `P' Street Sweeper with Trade -In Dear Mr. Harris: We appreciate the opportunity to participate in the bid process for the City's new Elgin Pelican Model `P' three -wheel street sweeper. Enclosed you will find and original and one copy of the complete bid package which you will find complete and in good order. Our bid package consists of your bid response page, your specifications page, an Elgin Pelican brochure, an Elgin specifications sheet, and information on the Elgin Pelican Mechanic's School. I have also enclosed an options page which lists all of the options over. and above Elgin's standard features with corresponding prices. The options included in the base bid price will be marked with an astrict and corresponding prices may be used as deductions from the base bid price should the City decide these features are not required. Also, any option listed without an astrict are options not included in the base bid and may be added should the City decide these features would enhance the unit. All pricing listed in this package is firm for all orders placed before December 31, 2000. Finally, our based bid price includes delivery, installation and one day of operator's training. Should the City require additional operator's training, additional days of operators training may be purchased from Vantage Equipment Company for $250.00 per day. Tuition for Elgin's Pelican `P' N1echaric's School for one (1) mechanic is also included..411 travel expenses including airflre, rental car, and other expenses not furnished by the Elgin Mechanic's School tuition will be the responsibility of the City of St. Augustine. You will find information on the Elgin Mechanic's School in each copy of the package. Again, we appreciate the opportunity to bid and look forward to helping the City of St. Augustine meet its street sweeping needs. Sincerely 4 Gary Adleburg Vice President 0'0— X40 9365 PHILIPS HIGHWAY • JACKSONVILLF Fl nPirna . rOnRx-sc�_�nnsi PHI ONE (I) EACH 2000 "ELGIN PELICAN" "P" DUAL THREE WHEEL STREET SWEEPER EQUIPPED WITH HYDRAULICALLY DRIVEN DUAL SIDE BROOMS,DUAL OPERATION STATIONS, A "JOHN DEERE" DIESEL ENGINE, AND ALL STANARD EQUIPMENT PLUS THE FOLLOWING: (1) AIR CONDITIONING/HEATER/DEFROSTER SYSTEM (2) AMBER STROBE LIGHT WITH BRANCH GUARD (3) EPDXY LINED HOPPER (4) "ELGIN" STROBE LIGHT BRANCH GUARD (5) SLIDING. REAR WINDOW (6) DUAL TRAIL BOSS SUSPENSION SEATING Comply to All (7) HYDRAULIC MAIN BROOM SUSPENSION (8) VOGEL LUBRICATION SYSTEM I.L.O. XGS SYSTEM (9) SPRUNG REAR GUIDE WHEEL (10) 220 GALLON WATER CAPACITY (11) "WHELAN- STROBE LIGHT (12)LH RH SIDE BRANCH GUARD (13)AUTO SHUTDOWN DEVICE FOR ENGINE (14) BROOM MILAGE RECORDER (15) CONVEYOR LOWER ROLLER WASHOUT (16) UNIT PAINTED STANDARD "ELGIN" WHITE PRICE OF NEW UNIT $94,358.00 LESS TRADE IN 1991 "ELGIN PELICAN' "P" DUAL THREE WHEEL SWEEPER WITH 5,500 HOURS AND 9,414 MILES. OVERALL UNIT IS WELL MAINTAINED AND FULLY OPERATIONAL. $7,000.00 TOTAL DELIVERY PRICE WITH TRADE IN SURRENDERD IN LIKE CONDITION DELIVERY TIME. ET RnfS: EIGHT: F. 0. B. CITY OF ST..4 UGUSTINE YARD •y t SUBNIITTq BY $87,358.00 60/90 days ARO Net 30 Inc. in above price VANTA0Z.-EQUIPMENT COMPANY A SUBSIDIARY Of ENVIRONMENTAL HOLDINGS. LTD. gptions Page for City of St. Augustine Bid # RW -SS -001 for Elgin Pelican `P' Street Sweeper The options included in the base bid price will be marked with an astrict (*) and corresponding prices may be used as deductions from the base bid price should the City decide these features are not required. Also, any option listed without an astrict are options. not included in the base bid and may be added should the City decide these features would enhance the unit. Anti -Siphon, Water Fill 2" Air Gap ................................ .....................$230.00 .............................. *Automatic Lubrication System(Vogel)................ ...$4,950.00 .................................................... BroomHour Meter..........................................................................................................$265.00 *Broom Miliage Indicator................................................................................................$295.00 *Broom Hydraulic Suspension System for Main Broom with Position Indicators..............$550.00 *Conveyor Lower Roller Washout...................................................................................$225.00 ConveyorStall Alarm...........................................................................:..........................$455.00 Cold Weather Start Aid - Diesel Engine...........................................................................$265.00 Engine Hoses - All Silicone..............................................................................................$500.00 Air Filter Turbo II Pre-Cleaner................................::........................................................$350.00 *Hopper Epoxy Liner..................................................................I..................................$1,560.00 * Lower W4ter Tank - Additional 40 Gallons or 220 Gallon Total Capacity .....................$324.00 Back -Up Light - Rear Flood Light....................................................................................$150.00 Halogen Headlamps In Leiu of Sealed Beam.....................................................................$195.00 *Cab Limb Gaurd - RH and LH Side ............................................ .....................................$275.00 *Dual Suspension Seating................................................................................................$750.00 Side Broom Tilt - RH or LH Side Operated from In-Cab...................................per side.$1,150.00 *Sliding Rear Window......................................................................................................$110.00 Intermittent Windshield Wipers In Leiu of Two Speed Wipers...........................................$450.00 e 9365 PHILIPS HIGHWAY • JACKSONVILLE, FLORIDA 32256 (904) 363-3008 105 CANDACE DRIVE. SUITE 1(1l • UAITt Alun cl r%mlmA iwn-7%�-7-7 -7-Y-74 Elgin Sweeper Company - Service Training School b All Elgin classes will be held at Elgin Sweeper Company's Training Center located at the Elgin factory in Elgin,111inois. The training seminars are for two days duration. Where applicable, training will consist of Set -Up, Broom Adjustments,, Systems (Electrical, Water, Hydraulic, Hydrostatic), Design; `Operation and Diagnostic Testing. Machines will be staged for troubleshooting exercises to better enable a thorough systems understanding with additional hands-on training provided at the workstations in the Training Center: .One (1) Tuition Fee is included with your purchase of a New Elgin Sweeper. Additional mechanics may attend for an' additional fee of $350.00 All tuition fees include two nights hotel -room in the Elgin area, doughnuts, coffee and/or soda in class, lunch on all class days, dinner on the first class -day evening, all training materials and -- where applicable- transportation to and from the airport and hotel, and to and from Elgin Sweeper Company and hotel. All additional costs (e.g. phone bills, bar bills, additional amenitities etc.), are not covered by Elgin Sweeper Company or Vantage Equipment Company and will be the responsibility of the student.' Reservations are on a first-come, first-served basis. Payment, for additional attendees will be required no later than two weeks prior to class start date.'' Students should plan to arrive afternoon or evening prior'to class start date and schedule to leave after 5:00 pm on the last class date. Seven (7) days cancellation period prior to class start date is required for a full refund. Steel toe shoes and safety glasses will be required. Elgin will provide toe protection (clip -on) for shoes, and safety glasses for those who need them. Elgin Pelican "P" Classes for 2000 March 7 and 8 . Full April 12 and 13 Full August 17' and 18 Half - Full . September 14 and 15 Open October 10 and i 1 Open November 6 and 7 Open. Complete the attached form forward to Vantage Equipment Company and Elgin Sweeper Company once the purchase order has been issued.. 10 ELqffMkff� MR»V��,LTirRIN6 t1M'�kt SERVICE SEMINAR RESERVATION FORM Course Name: Course Date: Technician Name(s): (please print clearly) Employers Name: Employers Address: Sponsoring Elgin Dealer Name: VantacFe Equipment Company E�gin Dealer Location: -9365 Phil; s Higzb aTlTack.soA.iLsule, rum 32256 Note: Reservations vitt be guaranteed. Individual reservations will be made unless otherwise specified. Remit $350.00 for 2 -day course, immediately tA: ELGIN SWEEPER COMPANY P.O. Box 95851 Chicago, IL 60694-5861 Indicate on check stub that the payment is for. BRAINING CLASSES' Hotel. Please make hotel reservations for the following dates: _ Arrival date: Departure date: Single Room Double Room Smoking hon -Smoking Other Transportation: Elgin to arrange ground transportation to and from airportAttendee will rent Car If transportation is needed, please complete the following arrival and departure schedule: Arrival Time Airline b Flight Departing From Arrival Airport s (departure Time Airline b Flight a Departure Airport After completion, fax this form to: Service DeparbnenL Elgin Sweeper Co. FAX: 847-742.!3144 _ cc: Your dealer—if you are an End -User ou C ,SALES WORKSHEET/ORDER CONF&TION ✓antage NO. ORDER DATE .USTOMER CITY OF ST AUGUSTINE SALESMAN M.BURTNER IDDRESS SHIP TO ::ONTACT TIM SHIELDS/T.C. HAMILTON SHIP VIA PHONE DATE REQ'D ,)UOTATION DATE ESTIMATED DEL.DATE EOUIPMENT LIST COST 1. PRODUCT MODEL # ELGIN PELICAN P - DUAL 77.335 HYD MAIN BROOM SUSPENSION 608 TW L ROSS SEATS - DUAL @ $404 EACH 808 BROOM MTLIAGE RECORDER 307 AUTOMATIC ENGINE SHUTDOWN 208 AUTOLUBE SYSTEM 5.400 EPDXY LINED HOPPER 1.560 AIR CONDITIONING 2.644 SPRUNG GUIDE WHEEL 1,040 WIRE MOUNT 152 LIMB GAURD 88 LOWER WATER TANK - 40 GALLONS 324 LH RH LIMB GAURDS @ $144 288 SLIDING REAR WINDOW 132 TWO (2) SERVICE MANUALS @ $94 EACH 186 STROBE. TIGHT WHELAN 220 OPERATOR M UML ADDITIONAL $19 19 HYD WRENCH 42 LOWER ROLLER WASHOUT 248 PAINT UNIT PAINTED STANDARD WHITE N/C MOUNTING SUBTOTAL 91.611 B.,SPECIAL DISCOUNTS GIVEN BY: B SANGALLI 1/26/2000 ( 8.500 i NAME DATE C. TOTAL EQUIPMENT COST $ 83.111 D. CHASSIS (IF REQUIRED) MUST ATTACH QUOTE.FROM SUPPLIER WITH COMPLETE SPECS E. FREIGHT 1. FOB JACKSONVILLE 1.300 FOB 200 F. DEMO EXPENSE FEE 1% LINE C FOR MOBILE EQUIPMENT 350 DEMO EXPENSE FEE 2% OF LINE C FOR NON-MOBILE EQUIPMENT G. PRE -DELIVERY INSPECTION FEES 240 H. ADMINISTRATION FEE 125 I. TOTAL PACKAGE COST 85.326 J. PROFIT 9.000 K. SUB -TOTAL 94.326 L. FET (12% IF APPLICABLE) M. SALES TAX N. TOTAL AMOUNT LESS SALES:TAX, TITLE, RECORDING FEES, TAG PAYMENT TERMS: COMMENTS: SIGNATURE BELOW ACKNOWLEDGES AGREEMENT WITH PRICES, TERMS & CONDITIONS OF ORDER. BY: DATE: CITY OF ST..AUGUSTINE, FLORIDA BID NUMBER: RW—SS-001 INVITATION TO BID DATE:FEBRUARY 9, 2000 ITEMS) REQUIRED: 2000: "ELGIN" PELICANMODEL "P" S!'REEI' SWEEPER WITH TRADE IN NOTICE TO BIDDERS: Sealed bids will be received until 9:00 q,MFRIDAY,FEBRUARY 18, 2000 in the office of the City Manager, City Hall, St. Augustine, Florida 32084, requesting quotations for supplying the City with item(s) listed herein and as further. specified. These bids will be publicly opened in the Manager's Office, CityHall, or other designated area, in" the presence of bidders and City officials. All bidders and the public . are invited and encouraged to attend the bid opening. After tabulation and review and when required, bids will be presented to the City'Commission for award of contract; such award to be made at a subsequent commission meeting.' - HOW TO SUBWLIT PROPOSAL: All bids shall be submitted in .sealed envelopes, mailed to the City Manager, P:O., Drawer.210, St. Augustine, Florida, 32084, OR delivered to City Manager's Office, City Hall, St. Augustine, Florida, and plainly marked on the outside as follows: BID NO:EU'SS-001SEALED PROPOSAL FOR 2000 "ELGIN" PELLICAN MODEL "P" STREEP SWEEPER TO BE OPENED 9:00 A.M., FRIDAY,FEBRLIM 18, 2000 (date). . It will be the sole responsibility of the bidder to ensure that his proposal. reaches the Office of the City Manager, City of St. Augustine on or before closing'hour and date shown above. PURPOSE OF BID: The City of -St. Augustine intends, to secure a source of supply for the above item(s) or service(s) at the lowest price; early and satisfactory manufacture; and prompt and convenient shipment and service by the supplier to the City: Any failure on the part of the supplier to comply with the ensuing conditions and spec- , ifications shall be reason for termination, of contract. The City reserves the right to make an award to the supplier where the product meets the specifications, terms,, and conditions and. where bid is considered to best serve the City's interests. BIDDER PLEASE READ GENERAL CONDITIONS, INSTRUCTIONS TO BIDDERS AND INFORMATION FOR BIDDERS 1. SUBMISSION AND RECEIPT OF BIDS: a. Proposals, to receive consideration, must be received prior to the specified time of opening as designated in the invitation. b. Unless' otherwise specified, bidders MUST use the proposal form furnished by the City. Failure to do so may cause bid to be rejected. Removal of,any part of the bid proposal may invalidate the bid. C. Proposals having any erasures or corrections MUST be initialed. by bidder in ink. Bids shall be signed in ink; all quotations shall be typewritten or filled in with pen and ink. d. Separate proposals MUST be submitted on each bid reference number. 2. WARRANTIES FOR USAGE:. Whenever a bid is sought seeking a source of supply for a specified period of time for materials or services, the quantities or usage shown are estimated ONLY. No guarantee or warranty is given or implied by the City as to the total amount that may or may not be purchased from any resulting contracts. These quantities are for bidders information ONLY and will be used for tabulation and presentation of bid and the City reserves the right to,increase or decrease quantities as required. 3. PRICES TO BE FIRM: Bidder warrants by virtue of bidding that prices, terms, and conditions quoted in his bid will be firm for acceptance for a period of sixty (60) days from the date of bid opening unless otherwise stated by the City or the bidder. 4: DELIVERY POINT: All items shall be delivered F.O.B. destination (i.e., at a specific City of St. Augustine address), and delivery costs and charges (if any) will be included in the bid price. Failure to do so may be cause for rejection of bid. 5. ' CASH DISCOUNTS (TERMS): All bids will be net—no cash discount. 6. BRAND NAMES: Unless specified otherwise, if and wherever in the specifications a brand name, make, name of any manufacturer, trade name, or vendor catalog number is mentioned it is for the purpose of establishing a grade or -quality of material only. Since the City does not wish to.rule out other competition and equal brands or makes, the phrase OR :EQUAL is added. However, if a product other than that specified is bid, it is the vendor's responsibility to name such a product within his bid and to prove to the City that said product is equal. to that specified and to submit brochures, samples, and/or specifications in detail on,- item(s) bid. The City shall be the sole judge concerning the merits of bids submitted. 7. SAMPLES AND.DEMONSTRATIONS. Evidence in the form of samples may be requested (when required) if brand is other than specified. Such samples are to be furnished after the date of bid opening only upon request of the City unless otherwise stated in the bid proposal. If samples should be requested, such samples must be received' by the. City no later than seven (7) days after formal request is made. When required, the City may request full demonstrations of,any unit(s) bid prior to the award of any contract. BID FORM NO. 1 Page 1 of 2 CITY OF ST. AUGUSTINE FMRIDA PROPOSAL FORM DATE: FEBRUARY 9, 2000 BID NO: RW -SS -001 PAGE NO: 4 of 4 (THIS IS NOT AN ORDER) ITEM(S) REQUIRED: 2000 "E=" PELICAN MODEL "P" STREET SWEEPER [•:,'PH TRADE IN. USING DEPARTMENT(S)- BIDS MUST BE SUBMITTED ON OR BEFORE 9:00 A M., FRIDAY,l71BRUARY 18, 2000 The Legal Advertisement, Invitation -to -Bid, General Conditions, Instructions to Bidt! ,s, Special Conditions, Speci- fications, Addendums; and/or any other pertinent document form a part of this proposal and by reference are made a part hereof. ANTI -COLLUSION STATEMENT: The below signed bidder has .not divulged io, discussed or, compared his bid with other bidders and has not colluded with any other bidder or parties to a bid whatever. (NOTE: No premiums, rebates or•gratuities permitted either with, prior to, or after any delivery of materials. Any such violation will result in the cancellation and/or return of materials (as applicable) and the removal I;,nl, L..: List(s)). TO THE CITY MANAGER OF THE CITY OF ST. AUGUSTINE: We (1), the below signed hereby agree to furnish the following article(s) and/or service(s) at the price(s).and terms stated subject to all instructions, conditions, specifications, and all attachments hereto. We (1) have read all attachments including the specifications and fully understand what is required. All prices to be quoted F.O.B., St. Augustine, Florida (Delivered at the applicable City address indicated on the Purchase Order). Price for one (1) 2000 Elgin Pelican "P" street sweeper per specifications ..................$94,358.00; Offerfor Trade In of 1991 Elgin Pelican "P"......................$7,000.00 Total Delivered Price ....................... ,................$87,358.00 I DELIVERY: 60-90 calendar days after receipt of Purchase Order (City reserves the right to con- I cider delivery time as a vital consideration when making or recommending award). VARIANCES: State any variations to specifications, terms, and/or conditions for attach to your bid proposal: No Vari an[Pc montc all cr+or; f; rat i r+ If Purchase Order and/or Payment -are to be mailed other than address shown below, please complete the following: Mail Purchase Order to: Mail Payment to: Vantage Equipment Co same 9365 Philips Highway Jacksonville, FL 32256 PROPOSAL SUBMITTED BY: NAME (Printed): Gary Adleburg Title: Vie -t- PrPsiAPnt Company Vantage Eguipmpnf en_ Address: 9169; Philips Highway Jacksonville,FL 32256 SIGNATURE: Telephone No. 904-363-3008 WITH AREA COOEI DATE: 2-15-00 Indicate which: Corporation: Partnership: XX Individual: All Blanks MUST be Filled In. Bid Form No. 2 Other. V® Jj4� B. QUALITY 11 materials used for the manufacture or conn of any supplies, materials or equipment t . covered by this bid shall be new. The items bid must be new, test model, of the best quality, and highest grade workmanship. 9. SIGNATURE REQUIRED: All quotations and proposals MUST be signed with the firm name and by an officer or employee having authority to bind the company or firm by his signature. 10. ACCEPTANCE OF MATERIAL: The material delivered under this proposal shall remain the property of the seller until a physical inspection and actual. usage of this material and/or services is made and thereafter accepted to the satisfaction of the City and must comply with the terms herein, and be fully in accord with specifications and of the highest quality. In the event the material and/or services supplied to the City is found to be defective or does not conform to specifications, the City reserves the right to cancel the order upon written notice to the seller and return the product to seller at the sellers expense. 11. VARIATIONS TO SPECIFICATIONS: For purposes of evaluation, bidder MUST indicate any variances from our specifications, terms and/or conditions, no matter how slight. If variations are not stated in the proposal, it will be assumed that the product or service fully complies with our specifications, terms, and conditions. 12. DELIVERY: Time will be of the essence for any orders placed as a result of this bid. Purchaser reserves the right to cancel such orders, or any part thereof, without obligations if delivery is. not made at the time(s) specified on the proposal form. 13. DEFAULT PROVISION: In case of default by the bidder or contractor, the City of St. Augustine may procure the articles or services from other sources and hold the bidder or contractor responsible for any excess costs occasioned or incurred thereby. 14. PRICING: Prices should be stated in units of quantity specified in the bidding specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE quoted will govern. 15. PRICE CHANGES RE CONTRACTS (when applicable): Consideration in awarding bids for yearly contracts will be given: First to: Bidder offering firm prices subject to market price reduction. Second to: Bidder offering firm prices for full contract period. If at any time during the period of this contract, the City of St. Augustine is able to purchase the items and/or services at prices less than our contract price, the successful bidder shall meet these prices and in the event of his failure to do so, the City may negotiate for a new contract on the open market. 16. COPYRIGHTS OR PATENT RIGHTS: Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this bid, and seller agrees to hold the purchaser harmless from any and all liability, loss, or expense occasioned by any such violation: 17. SAMPLES: Samples, when requested, must be furnished free of expense to the City and if not used in testing or destroyed, will upon request within thirty (30) days of bid award be returned at the bidder's expense. 18. TAXES: The City of St. Augustine is exempt from any taxes imposed by State and/or Federal Govern- ment. Exemption certificates certified on request. State sales tax exemption Certificate No. 04-00015-06-65 applies, and appears on each Purchase -Order. 19. FAILURE TO QUOTE: If you do not quote, please return quotation sheet, state reason thereon, and request that your name be retained on our mailing list, otherwise, your name may be removed from our bid mailing list. 20. MANUFACTURER'S CERTIFICATION: The City of St. Augustine reserves the right to request from bidders separate manufacturer certification of all statements made in the proposal. 21. SIGNED BID CONSIDERED AN OFFER: This signed bid shall be considered an offer on the part of the bidder or contractor, which offer shall be deemed accepted upon approval by the City Commission of the City of St. Augustine and in case of a default on the part of the bidder or contractor after such acceptance, the City of St. Augustine may take such action as it deems appropriate including legal action for damages or specific performance. 22. LIABILITY, 'INSURANCE. LICENSES AND PERMITS: Where bidders are required to enter or go onto City of St. Augustine property to deliver materials or perform work or services as a result of bid award,. the bidder will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance when required. The bidder shall be liable for any damages or loss to the City occasioned by negli- gence of the bidder (or his agent) or any person the bidder has designated in the completion of his contract as a result of his bid. 23. RESERVATIONS FOR REJECTION AND AWARD: The City of St. Augustine reserves the right to accept or reject any or all bids or parts of bids, to waive irregularities and technicalities, and to request rebids on the required materials. The City also reserves the right to award the contract on such material the City deems will best serve its interests. It further reserves the right to award the contract on a split order basis, lump sum, or individual item basis, or such combination as shall best serve the interest of the City unless otherwise stated. The City also reserves the right to waive minor variations to specifications (interpretation of minor variances will be made by applicable City Department personnel). 24. SPECIFICATIONS: Any omissions of detail specifications stated herein that would render the materials/ services from use as specified will not relieve the bidder from responsibility. - - ---- - -_ ... ,... ,�� ,_,.�,�,•�,.,, ecu �o.> >r-roy - P. 2 0 MWAGEEQUIPMENT COMPANY A SUMDIURYOR IMbWNW MEAL WXJXMG%LTC. March 31, 2000 Mr. Itamone Berges City of Miami Purchasing Dept. Miami, FL. Dear Mr. Berges, By this letter Vantage Equipment Co. extends to the City of ,Miami the opportunity to purchase ELGIN street sweepers, PELICANS and GEO-VACS, per our contracts with the City of St. Augustine and the City of Orlando respectively. By "piggybacking" these contracts we guarantee all terms, pricing;, delivery, CTC.. to the City of Miami. Reference City of St. Augustine purchase order 20001050-00 and the City of Orlando purchase order 4872 -000 -OP. . cail. Thank you for allowing us to assist you. If we may be of further service, please vice rr-ebjcsanL 9365 PHILIPS H143HWAY - JACKSONVILLE, FLORIDA 32266 - (904) 363-3008 105 CANDACE DRIVE. SUITE 101 • MAITLAND. FLORIDA 32761 (447) 677-7771 0 ! .. 0 AWARD SHEET UNDER CITY OF ST. AUGUSTINE, FLORIDA ITEM: BID NO. RW -SS -001 One (1) 2000 Elgin Pelican Model `P' Street Sweeper DEPARTMENT: GSA/Solid Waste TYPE OF PURCHASE: Single Purchase ITEM: The Department of General Services Administration, in conjunction with the Department of Solid Waste are seeking to purchase one (1) 2000 Elgin Pelican Model `P' Street Sweeper (hydraulic) to replace existing sweeper that is no longer cost effective to maintain and operate. - RECOMMENDATION: It is recommended that the award be made to Vantage Equipment, Company under existing City of St. Augustine, Florida Bid No. RW -SS -001, for the purchase of one (1) 2000 Elgin Pelican Model `P' Street Sweeper (hydraulic), in an amount not to exceed $94,358.00; allocating funds therefore from the Solid Waste Capital Improvement Project No. 353015.329401.6.840 4k 0` X 4 0-1,