Loading...
HomeMy WebLinkAboutR-99-0171I mil J-99-246 2/24/99 RESOLUTION NO. 9 9 r 17 1 A RESOLUTION APPROVING THE PROCUREMENT OF AUTOMOTIVE PARTS RECYCLING EQUIPMENT FROM MANSUR INDUSTRIES COMPANY/SYSTEM ONE TECHNOLOGIES, INC., UNDER STATE OF FLORIDA NEGOTIATED AGREEMENT PRICE SCHEDULE (SNAPS) NO. 5651251, ON A CONTRACT BASIS UNTIL OCTOBER 25, 1999, FOR THE DEPARTMENT OF GENERAL SERVICES ADMINISTRATION, IN AN AMOUNT NOT TO EXCEED $17,750.00; ALLOCATING FUNDS THEREFOR FROM ACCOUNT CODE NO. 503001.420905.850. WHEREAS, the Department of General Services Administration is responsible for the maintenance of the City,s fleet of automotive equipment; and WHEREAS, SystemOne (the "System") is a unique washer that effectively degreases and cleans automotive parts which may then be recycled for further use or destroyed if unusable; and WHEREAS, the System meets all Department of Environmental Resources Management regulations; and WHEREAS, the purchase of this equipment under the State of Florida SNAPS agreement is cost effective for the City of Miami; and WHEREAS, funds are available from FY 199 Light Fleet Motor CITY COMOSSION MEETING OF MAR 2 3 1999 Ratoludon No. 99-- 171 Pool, Account Code No. 503001.420905.850; and WHEREAS, the City Manager and the Director of General Services Administration recommend that said acquisition from Mansur Industries Company/SystemOne Technologies, Inc., under State of Florida SNAPS agreement, be approved; 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 automotive parts recycling equipment from Mansur Industries Company/ Sys t emOne Technologies, Inc., under State of Florida Negotiated Agreement Price Schedule (SNAPS) No. 5651251, on a contract basis until October 25, 1999, for the Department of General Services Administration, at an amount not to exceed $17,750.00, is hereby approved, with funds therefor hereby 503001.420905.850. Section 3. allocated from Account Code No. This Resolution shall become effective 2 99- 171 r;.M �r�• immediately upon its adoption and signature of the Mayoral. PASSED AND ADOPTED this 23rd day of 1999. ATTEST: March JOE CAROLLO, MAYOR 4n accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of this legislation by signing it in the designated place provided, said legislation now becomes effective with the elapse of ten (1 da from the to of Con ,ssicn action regarding same, without the Mayor xer . in eto. / WALTER J . FOEMAN i111 er . F an, City Clerk CITY CLERK CORRECTNESS 6 ATTORNEY 300:CSK l� 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. 3 99 171 CITY OF MIAMI, FLORIDA CA=7 INTER-OFFICE MEMORANDUM To : The Honorable Mayor and Members of the City Commissioner FROM : DI Of O H. Warshaw — City Manager RECOMMENDATION DATE : MAR I IO^u FILE : SUBJECT : Resolution Authorizing Purchase of Automotive Parts Recycling Equipment REFERENCES: ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached Resolution authorizing the purchase of automotive parts recycling equipment in an amount not to exceed $17,750 utilizing existing State of Florida Negotiated Agreement Price Schedule (SNAPS) #5651251, .for the Department of General Services Administration. Further authorizing an award to Mansure Industries/SystemOneTechnoIogies, Inc. Non-Minority/Miami-Dade County vendor, located at 8425 S.W. 129 Terr., Miami, Florida 33156. Funds are available from FY '99 Light Fleet Motor Pool, Account Code 50301.420905.850. (BACKGROUND The Department of General Services Administration is responsible for the maintenance of the City's fleet of automotive equipment. This contract is for the purchase of automotive parts recycling equipment as per. attachment A, which shall allow for the reuse of parts, resulting in operating savings. The use of this existing SNAPS (State Negotiated Agreement Price Schedule) is beneficial since ri it utilizes high volume discount prices which were negotiated by the State of Floda. Additionally, the cost of issuing a new bid for an expenditure of $17,750 would not be cost effective. DH W/RM/ &� GSA/MePurchRcyParts.doc 99- 1ij CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Donald H. Warshaw City Manager _ 1, Director of General Services Administration DATE: January 28, 1999 FILE: SUBJECT :Funding Verification for Resolution Authorizing Purchase of Automotive Parts Recycling Equipment. REFERENCES: ENCLOSURES: The Department of General Services Administration has verified with the Department of Management and Budget that funds are available in the amount of $19,000, from FY '99 Light Fleet Motor Pool, Account Code 50301-420905.850. Budgetary Review and Approved By: 14&m' Dipak arekh, Director Department of Management and Budget DHW/RM/JAP 13SANePurchRcyParts1doc Date: C -'P- City of Miami o M111114"ORNM % Butt Toos :V "a10 1!>; eoa0rtt mintier: LLd by: SIGNATURE 99- 171 ji d rF. 6eneral Services Administration Fleet Management Division to o IIart '7C F� Attachment "A" Item Requested j Price Total Price Recycling Parts Washer, SystemOne Mfg. 90.00 7-$3,120.60 $2,890.00 Model # 500 Recycling Parts Washer, SystemOne Mfg. $12,480.00 Model # 570 Recycling Brake Washer, SystemOne Mfg. 2 $690.00 $1,380.00 Model # 110 $17,750.00 Suggested Vendor Mansure Industries Company Sytem One Technologies Attn: Damian Whitham 305-593-8015 State Negotiated Agreement Price Schedule SNAPS # 5651251 99- 171 DEPARTMENT OF MANAGEMENT SERVICES 4050 Esplanade Way • Tallahassee, Florida 32399-0950 LAWTON CHIEFS, GOVERNOR October 27. 1998 Mr. Damian Whitham System One Technologies. Inc. A Mansur Industries Company 8305 NW 27" St. Miami. FL 33122 - RE: SNAPS Agreement #5651251 Dear Mr. Whitham: WTUJAM H. LINDNER, SECRETARY Suite 325 Enclosed is your copy of the executed State Negotiated Agreement Price Schedule (SNAPS) form establishing an agreement between the State of Florida and your firm for the purchase of Recycling PLrts Washers. Sales made under this contract must be furnished to the Department of Management Services State Purchasing Office at the end of each contract quarter. The ending dates for each contract quarte::r.e as follows: January 26. 1999 April 26. 1999 Julv 26. 1999 October 25. 1999 Should you not make any sales during the quarter, a negative report must be submitted. You are reminded the Special condition titled "Responsibilities", paragraph ( c), The contractor shall furnish the Department of Management Services State Purchasing Office, a detailed Summary of Sales or Services, for each purchasing entity, at the end of each contract quarter. The summary shall include: SNAPS number, contractor's name; total of sales for each commodity sold during the month; total dollar amount of purchases; and the total of all credits provided to each agency. Failure to provide this information within thirty (30) calendar days following the end of each quarter shall result in automatic, unilateral cancellation of the contract by the Department of Management Services State Purchasing Office. Should you have any questions please call Gloria Dixon at (850) 921-2212 or David Wright at (850) 487-3833. Very truly yours, Gwen Baker SNAPS Administrator GB:ds Enclosure w 140 Rerycled Paper 9 9 - 171 SNAPS' State Negotiated Agreement Price Schedule Division of Purchasing • 4050 Esplanade Way • Tallahassee, Florida 3=9-Og50 To be completed by the Division of Purchasing SNAPS .rdley Z_Qe_LrtJG A.4F7- LvAXuL ' Effective.'L Jc Federal Employer Identification Number 650226813 -SyystemOne•Technologies, Inc. Vendor Name A Mansur TndL tries Company • SNAPS No. _C;(15 ILLS I • Through: C�qq____. • SPURS or S.S. Number Internet Address dwhitham@mansur .11 sa.cor Vendor Mailing Address _8305 NW 271h St-rAA+- #1 D70ty Miami State _Elori_da Zip 33129 Telephone Number_(305) 593-801 Toil -Free Number 1-800-71 1-1414 AreatobeServed_ Sta wide Delivery wi11 be _ days after receiving order. Warmnty 5 YPa r c Check box(es) which apply. if yes, describe In space provided. No fires Product contains recycled content ❑ 0 Product provides energy conservation factors ❑ El Product has emrironrnentally desirable characteristics ❑ El Product conserves resources Encourages an emerging technology Mineral spi ri t-G ar Saves gasoline used to transport r� eXterna l l v r r-ve-1 rari M; neral spirits Could eliminate collection, transgmx-tW rail W��-A 200 hton9aof contaminated nags gasol�ned used t? trans or exterl y ecyc a spiri�s for co tion & saves ener y used to recycle mineral spirits in ar refineries. es Posmhg of Stutrs Ag "mwd e a proh MOh mop ed in Seetioci 1 •poVedfor rrvkw bY tamed partks at tM SocmSon where pmposab v m r*gofdated."wa Tr&uO posted br s period d 72 hours. ftlze to Me eapro�°" � t� 20.53(s). Fbrida Statutes. ahae eonsaMe a waiver d suDieat to IAe Stab's terms and oondaioru snd any and au adc ona! teRns and coe+t5dons sutst�Eted try tM ptoposa s ara reieCeat and slue swutel, 2 T =eWd �bwi oS a to f - dy that Oth agreement Is made wdhotrt prior w4erstandng. or=meaw wkh any eorp Ibn rmm, or pevsan submking a pmpcsat for Ne sane !n aD respeas fairand w4thout oontaport a bard ! agree b abide by ati oon6tioehs d this p oportl and tf►a! 1 sm sunrorized to aft p suppdes or e0ti pnhaht. and'a Y. oe assign or try�� p � a ae Vvtto oerti:5afX kgom k, & i as a D l the proposer CUM agrees that it fa pry h pu e and e» Slued Fbrfda forpriee rc&V relating to the • no and W arias! in snd to a! e:ausas of sawn R may now or hemew soquire under the Ay p= Laws of the Ih W States and became effew" at ttw time ft pariw a oanmod¢ies or to Vwes opowse0 oracquired by the Sate d Florida. At the Stue's daoreti� such assignment shag be made pwsdhasng agency tefders Grhat payment to ilia proposer Authorized Proposees Signature Proposers Name (Please Print) Authorized Si rta DF3AWM9ffoFMAmcv4 YT 9 ture S .T.,� SERVICES �s1 '7 1 Title Date ,r l Purpose: Under authority at SecVi "�87.042(1)(a) and (2)(a). the purpose of this proposal is to establish a negotiated agreement for the purchase of commoditie! or services by all State of Florida agencies and other eligible users, on an expedited basis. The agreement will provide an opportunity to evaluate, assess and detemvnr the need, benefit and value of commodities or services that conserve resources, are energy efficient. environmentaVrlendty, contain recycled content. or encourager an emerging technology; and the teasbdity of establishing future state term contracts, through the competitive process. The agreement will also free the eligible usen from the necessity of obtaining competitive quotations for the purchase of these commeddeSfServices, up to the limit of Category V. State agency use of this agreement will not be mandatory. Ordering Urniis: Total agency wide acquisitions during the term of the agreement shad not exceed the threshold amount for Category V, except that acquisitichs by agencies with decentralized purchasng functions shall be considered on fie basis Of each purchasing office that maintains Sud-time purchasing staff. . Notice ofBidrProposaiProtest Banding Requirement: Anypersonwho Res anaction protesting adecisioncrintendeddecisionperta'mingtocontractsadministeret by the Division we state agency pursuant to Section 12053(S)(b), Florida Statutes, shall post with the Division Or#* state agencyat the time of filing the formal written protest, a bored payabta to the Division or state agency in an amount equal to one percent (1%) of the DivIsiorfs or state agenrys estimate of the total volume of the contract orSS,000, whichever is less, which bond shalt be conditioned upon the payment of all costs which maybe adjudged against him In the administrative hearing in which the action is brought and in any subsequent appellate court proceeding. For protest of decisions or tntvxw decisions of the Division pertalting to agencies requests for approval of exceptional purchases, the bond shall be In the amount equal to anti perceru (1 %) of the requesting agencys estimate of the contract amount fortheexeeptanalpurchase requested or$6,000.whiciheverIsless, inEeuofabond.theDivisionorstateagencymay.Ineithercase.acceptaes{stB Acheckormonq order In the amount of the bond. Failure to file the proper bond at the time of firing the formal protest, will result In a denial of the protest. Prkes,Tertnsand Payment: FampricesshallbeproposedantdIncludeallpaddng.handling,shlwingchargesanddeliveryuniessbthetwisetrKrcated, Thecontractoi name and address shown on invoices must be identical to the contractor name and address on the purchase order. (a) Taxes: The State of Florida does riot pay Federal Excise and Sates taxes an direct purchases of tangible personal property. See tax exemption number an S face of purchase order or agreement form. This exemption does not apply to purchases of tangible personal property in the performance of contracts for the kthprovement of state-owned real property as defined in Chapter 192, Florida Statutes. (b) MroicingandPayment:TheeonuzcWshallbepaiduponsubmissionofpropertycerd iedinvoicestothepurchaseratthepricesstpulatedontheagreement at the time the order is placed, after delivery and acceptance of goods. less deductions if any. as provided. Invoices shaft contain the agreement number. purchase order number and the contractor's Federal Employer Identification Number. An Original and three (3) copies of the invoice shag be submitted. Failure to follow these instructions may result in delay in processing Invoices for payment. interest Penalties: Paymentshall be made in accordance with Section 215.422. Florida Statutes, which states the cortractoes rights and the Stateagencys respansiti ties concemhng Interest penalties and time limits for payment of Invoices. Vendor Ombudsman: Vendors providing goods and services to an agency should be aware of the following time frames. Upon receipt, an agency has five (5) working days to Inspect and approve the goods and services, unless the bid specficatiorts, purchase order or contract specifies Otherwise. An agency has 20 days to deriver a request for payment (voucher} to the Department of Sanking and Finance. The 20 days are measured from the tatter of the date the invoice is received or the goods or services are received, inspected and approved. It a payment is not available within 40 days, >t; separate Interest penalty set by the Comptroller pursuant to Section 55.03. F S., will be due and payable. In addition to the Invoice amount, the P vendor. To obtain the applicable interest rate, contact the agency purchasing office. The Interest penalty provislon applies aftera 35 day PAX! to health care providers, as defined by rule. interest penalties of less than one (1) dollar will not be enforced unless the vendor requests enL O invoices which have to be returned to a vendor because of vendor preparation errors will result In a delay In the payment. The Invoice pa, requirements do not start unto a property completed Invoice Is provided to the agency. A Vendor Ombudsman has been established w� (h 117� G C� Departrnent of Sankhng and Finance. The duties of this IndirMual Include acting as an advocate for vendors who may be expertenangyproblew3jAn "� f obtamlg timely payment(s) from a State agency. The Vendor Ombudsman may be contacted at (904) 48&2924 or by calling the Stat es Hotrne.1-800.848-3792. The Division of Purchasing shall review the conditions and circumstances surrounding non-payment. and there a `✓ bona fide dispute, the Division may. in writing. authorize the contract supplier to reject and return purchase orders tram said agenry urib UQ t the agency compres with the provisions of Section 21SA22. F.S. (c) Annual Appropriations: The State of Florida's performance and obligation to pay under this agreement is contingent upon an annual approp Con bye Legislature. Conflict of Interest: The award hereunder is subject to the provisions of Chapter 112. Florida Statutes. Proposers must dsclose the name of airy offs , director. or agent who is also an employee of the State of Florida. or any of its agencies. Further. all proposers must disclose the name of any State employee who owns, directly Or kndirecty, an interest of five percent (5%) or more In the proposers firm or any of Its branches. Go rrunenttat Restrictions: tit the event any governmental restrictions may be imposed which would necessitate alteration of the material. quarry, woearianship or performance of the items offered In ids agreement prior to their defrvery, it shalt be the responsibility of the successful proposer to notify the buyer at once. Indicating In his letter the specific regulation which required an afteration. The state reserves the rhM to accept any such alteration.Includrng any price adjustments occasioned thereby. or to cancel the contract at no further expense to the State. lnspecdan, Acceptance and Title: inspection and acceptance wit be at destination unless otherwise provided Title and risk of loss or damage to all fleas shall be Me responsibtiy of the supplier until aonepted by the ordering agency, unless loss or damage results from negligence by the ordering agency. The contract supplier shall be responsible for filing. processing and codeUirtg an damage CL-d s. However. to assist him In the expeditious handling of damage claims, the ordering agency will; record arty evidertca of visible damage on all copies of the dervering carriers Bii of Ladrg: repon damage (Yrsble and Concealed) to the carrier and supplier eonfu ft Such reports.fnwriting. within I Sdaysofdelivery, request rig that the drrierirspect the damaged merchandise; and retWnft Remand ifs shhVhV COrdalte. in ludiN iruterpacWq material, until inspection is performed by the carder, and dspo✓ition given by the supplier, provide the suppler with a copy of the carriers Silt Of Lading and damage Inspection report. Service and Warranty: Unless otherwise specified, the proposer shall define any warranty service and replacements that will be provided during and subsequent to this agmemenL Proposers must exptain on an amached sheet to what extent warranty and service facMdes are provided. Sampler. Samples of items, when requested by the Division of Purchasing. must be furnished free of expense, within le (10) woridng days of request, and If not destroyed may, upon request, be returned at the proposers expense. Each Itdiwidrrat sample must be labeled with proposers name, manufacturers brand name and number, agreement number and item reference. Request for return of samples shall be accompanied by instructions which include shipping authorization and name of caller. It Irwro:tiors are not received, the cornmoditles shad be disposed of by the State of Florida. Irkpr Nonconformance to Agreement Conditions: Items maybe tested andnor inspected for compliance with specifications by the Florida Department of Agriculture and Consumer Services, or by ether appropriate testing facilities. Should the hems fail testing, the State may require the vendor to reimburse the State for costs Incurred by the State in connection with the examination or testing of the commodity Including costs relating to transporting the commodity samples to the testing site, actual test costs, personnel costs and other applicable costs. The data derived from any tests for compliance with specifications are public records and open to examination thereto in accordance with Chapter 119, Florida Statutes. Items delivered that are unsatisfactory maybe rejected and returned at vendor's expense. These itprm and Items not delivered as per deliverydate In proposal and/or purchase order may result In proposer being found in default In which event any and all reprocurement costs maybe charged against the defaulting contractor. Any violation of these stipulations may also result In: (a) Supplier's name being removed from the Division of purchasing vendor mailing list. I (b) Ali State departments being advised not to do business with the supplierwithout written approval of the Division of Purchasing until such time as the supplier reimburses the State for all reprocurement and cwvvercosts. r Legal Requirements: Applicable provisions of all Federal, State, eounlyand local laws, and of an ordinances, rules, and regulations shall govem development, submittal and evaluation of au proposals andshall govem arty and all claims and disputes which may arise between person(s) submitting a proposal response hereto and the State of Florida, by and through its officers, employees and authorized representatives, orany otherperson, natural orctherMse; and lack of knowledge byany proposer shall not constitute a cognizable defense against the legal effect thereof. • 1 Advertising: In submitting a proposal, proposer agrees not to use the results therefrom as apart of any commercial advertising. Assignment: Any Agreement or Purchase Orderlssued pursuant to these negotiations and the movies which may become due hereunder are not assignable except with the prior written approval of the purchaser. Liability. The proposershatlhold and save the State ofFlorida, hsofficers. agents, and employees harmless against clalmsbythirdpartiesresulting from the contractors breach of this agreement or negigence. Facilities: The State reserves the right to Inspect the proposers facilities at any time with prior notice. Renewal: The Division of Purchasing reserves the option to renew ttte period of this agreement, or any portion thereof. Renewal of the agreement period shalt be by mutual agreement in writing. Cancellation: This agreement maybe cancelled in whole orpartbyeitherpartybywrftten notice to the otherparty.The effective date of the cancellation "It be as stated in the notice or on the date of receipt, if the notice does not specify a date certaln. Patents and Royalties: The proposer, without exception, shall Indemnify, hold and save harmless the State and its employees from liability of any nature or kind, Inctudutg Bost and expenses for or on amount of any copyrighted, patented, or un-patented invention, process, or article manufactured or supplied by the proposer. The proposer has no liability when such claim Is solely and exclusively due to the combination, operation or use of any article supplied hereunder with equipment or data riot supplied by contractor or Is based solely and exclusively upon the State's alteration of the article. The State will provide prompt written notification of a claim of copyright orpatent Infringement and will afford the proposer full opportunity to defend the action and control the defense. Further, if such a claim Is made orls pending the contractor may, at Its option and expense procure for the State the right to continue use of, replace or molly the article to render it non -Infringing. If none of the alternatives are reasonably available. the State agrees to return the article on request to the contractor and receive reimbursement, if any, as maybe determined by a court of competent Jurisdiction. It the proposer uses any design, device, or materials covered by letters, patent or copyright, It is mutually agreed and understood without exception that the proposed prices shall include all royalties or costs arising from the use of such design, device ormatedais In any way Involved with the work. Public Records: Any material submitted will become a pubic document pursuant to Section 119.07. Florida Statutes. This includes material which the proposermight consider to be confidential or a trade secret Any claim of conidentiaity is waived upon submission, effective after opening pursuant to Section 119.07, Florida Statutes. Price Schedule: The Integrity of the approved price schedule must be maintained at an times. The penalty for vlotaling the approved price schedule will result In default as described in Nanconformance to Agreement Conditions above. Contractors shall distribute duplication of the price schedule stamped "Approved by the Division of Purchasing.' Orderinginstructions: Proposers must Include complete and detailed ordering Instructions. including theirStatewide Purchasing Subsystern (SPURS) vendor number for invoking dealers, on the forth provided Public Entity Crimes: A person or affiliate who has been placed on the convicted vendor list foiowing a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entry, may not submit a bid on a contract with a pubic entity for the construction or repair of a pubic building orpultilleworic, may not submit bids on leases of real property to apublic entity, maynotbe awarded orperform, work as acontractor, supplier.subcontractor,orconsultant under a contract with any pubic entity, and may not transact business with any pubic entity In excels of the threshold amount provided In s. 287.017 for CATEGORY , TWO for a period of 36 months from the date of being placed on the convicted vendor list. - Responsibilities: (a) Prior to award, the contractor(s) must provide proof of commercially of the commodity or service being offered; Le., copies of Invoices, purchase orders, references, eta (evidence that product or service has been marketed). (b) The contractor(s) will be responsible for dupicallon and distribution of approved and signed agreement and price schedule. (c) The contractor shall furnish the Division of Purchasing a detailed Summary of Sales or Services, for each purchasing entity, at the end of each contract quarter. The summary shall include: SNAPS number, contractor's name; total of sales for each commodity sold during the month; total dollar amount of purchases; and the total of all credts provided to each agency. Failure to provide this information within thirty (30) calendar days following the end of each quarter shall result in automatic, unilateral cancellation of the contract by the Division of Purchasing. (d) The Division of Purchasing will provide, at no cost to the contractor, one (1) diskette (Wordperfect 5.1) crone (1) set of mating tabels for the purchasing offices throughoutW State that may be Interested In purchasing the commodity or service being offered Please indicate how you require your labels. Disketto----_ Hard Copy,_ 9 9 - 4 ` �, } Ordering Ins tructio NOTE: ALL ORDE S' SHOULD BE DIRECTED TO: I SPURS VENDOR NUMBER♦ Systempne.Technologies,inc. VENDOR: A Mandl,-. T—Q -�__ STFIEETAWFiESS OR•P.O, BOX: 8305 NW 27th Street CITY, STA?-E':ZIP: Miami Fl 331 •ORDERING)=A No.: 1-800-7.11-5322 REMITADIRESS:$3n NW :27th Strt� { - CITTY,. STATE, ZIP: DELIVER* . DELIVERY WILL BE'MADE' WITHIN 30 . DAYS RCHASEjORDER, AFTER RECEIPT OF PU TERMS:_. Ala 30 DAYS PRODPOT.- 1FORII AT1OWD[RECTIN©IJiRY TO: NAME AND T'(T'LE: Damian wh; therm ADDRESS: 8305 NW : 27th CITY; STATE,:ZIP: Miam__ 1 FJ TELEPHONEL '(305) 593-801 TOIL FREE jq&; 1-800-71 1-1414 INTERNETA06RESS: • DWHITHAM@MANSUR. USA. COM DESCl41PTI6111 AF PROD6ci/. SERVICE:OFFEREQ: A R e _ynlinQ P r Wa�har that. full • i :• � nn ttn i } �_ _ PUR 7061 (pay.UA) LLpyCK), . 1 I 99` Pii FR M SyStemOM Techriologi 5ystemone YPchnologies Inc. 0005 N.W. 271h Sues! SOO 10? Wa1'1i. Flcxidu 33, 22 701ephono: 30S•593.eo IS reesimit: 305.593.8018 August 31, 1998 PHONE NO. : 305 759 79251 pug. 31 19% 12:36PM P2 Ms. Gloria Dixon State of Florida Purchasing Department SNAPS Fax: 850-487.2442 Dear Gloria: Please be advised that the pricing listed for SystemOne Technologies equipment does not include freight charges. The charge for freight is $45 per unit. ;Thaenou Damian Whitham Sates Manager tSNAPS Approved by DMS ► State Purchasing 99- 171 SYSTBWCfiO A Mansur industries Company Price Schedule July 1, 1998 Price Category Minimum Annual Units RETAIL NArLACCT. SNAPS ACCT. 1 - 99 100 + yam. I. Model 500 Parts Was er/Standard Sink Standards 140" Solvent Oxsol 100 Non-Voc Solvent $ 3,213 $ 2,890 $ 2,890 $ 3,693 $ 3,370 $ 3,370 2. Model 570 Parts Washer/Lame Caoaclty Sink Standard 140" Solvent Oxsol 100 Non-Voc Solvent $ 3,465 $ 3,120 $ 3,120 $ 3,945 $ 3,600 $ 3,600 3. Model 550 Parts Washer/Twin Sink Standard 140" Solvent Oxsol 100 Non-Voc Solvent $ 4,095 $ 3,680 $ 3,680 $ 4,475 $ 4,160 $ 4,160 4. Model 555 Parts Washer/Twin Sink Standard 140" Solvent $ 4,095 $ 3,680 $ Oxsol 100 Non-Voc Solvent $ 4,475 . 3,680 $ 4,160 $ 4,160 5. _Model 110 Mobile Mini-Washer/Telescooina $ 765 $ . 690 $ 690 6. Model 111 Mobile Mini-Washer/Floor $ 545 $ 490 $ 490 7. Model 112 Mobile Mlni-Washer/Floor 12v $ 840 $ 755 $ 755 1IRISH SNAPS i Approved by DMS • State purchasing SYSTEMOn A Menaalndu�tee Company ;D - �., ...�...,,.. ..-.o..�.�-�.t„«iaw+a.�r+w.-u .vw«rirna:a^:*ar «h+ u:.i„irH,-xr'•i:+Ax�;v r t,..;..:.i. �, _ tyY, . -. �i,, .y yr �.f ;.., t. ;y .; . m.» .. -a,+c rF ,-,wed,uk4,y 7H:tt,,Ys..+...nv,t�.....i ��,a,• ,�?:k+rts�uaV+scHktil'+_,_ �.. FROM SystemOne Technologies PRONE N0. 305 759 7925 t V Nov. 0E 199E 10:04PM P2 LAW ENGINEERING ANn EN V1P0NAIEN7AL SERV)CES. .NC. November 10, 1997 Mansur Industries, Inc. 8305 NW 27th Street, Suite 107 Miami, Florida 33122 Attention: Mr. Paul I. Mansur Subject: Results of Waste Minimization Study Conducted at Greenwich Air Services Ll ervtces LAW Project Number 40740-7.0187 Dear Mr. Mansur. . Law Engineering and Environmental Services, Inc. LA ( W) was retained by Mansur Industries to conduct a waste minimization study at Greenwich Air Services in Miami, Florida Our study indicates that Greenwich Air Services has realized a parts washer solvent waste reduction of 98 to 99°/a by converting to SY=MOne parts washers in place of Safety Kleen® units. ! During the month of October, LAW monitored the quantity of waste residue generated from the SYSTEMOne parts washers located at Greenwich a Air Services, S Florida On September 25, 1997, LAW personnel drained residu from the fifteen SYSTEMOne units on site. The machines were then sealed to detect attempts at drainingby faciii After approximately one month, on October 23 and 24, 1997, LAW returned to the facility, and drained the residue from the arts washy rs into the units were inspected for tampering lon bucket. At that time, fivelollowing and noindication waseound-�d draining of the units, the final total volume was measured and the total weight determined. Total weight of the SYNTEMOne residue was compared with Safety Kleen® waste manifests completed from April to December 1996 to determine the percentage of waste minimized. a Eased on our study, duringthe month of October, a total of 18.6 pounds (Ibs) of residue was was generated by all the SYSTEMOne parts washers. The Safety Kleea® waste manifests indicate 1996 monthly hazardous waste generation between 951 to 3,0I5 lbs, with an average of 2,174 Ibs. See Table 1 for additional details. As previously indicated, we calculate that by substitution of the Safety Kleen® units with SYSTEMOne _ parts washers, hazardous waste Greenwich Air Services has minimized this stream by as much as 99%. See Figure 1 for a generation results. graphical comparison of waste Based on information provided to us by Greenwich Air Services, the q-pe and level of parts washing activities during the study rind w Pe ere representative of the type and level conducted �* during 1996. Therefore, we believe the comparison of monthly waste generation results is both relevant and appropriate. In addition, because the SYSTEMOne units are dedicated to individual activities within facility, it is not expected that the monthly waste generation per activity would • alter appreciably.. c i c 5845 N.1k. t 58TN STREET • MIAMI LAKES. Ft, 33014 (305) 826-5588 . FAX (305) 826-170 _J 99- 11711 777 �� q FPOM : SystemOne Technolooies PHONE NO. : 305 759 7925 Nov. 06 199E 10:05PM P4 l 0/9/97 2 DMANTA(iFS OF NEW MCFPM O GY SystemOne technology provides significant advantages that include: 1. Improved operations by using clean solvent. 2. Minimum daily delay to have pure solvent. 3. Eliminates disruption of activity in user facilities to permit removal and replenishment of used solvent. 4. Residue is normally managed as used oil. 5. No need to wait two to eighteen weeks for solvent delivery. 6. Eliminates the. regulatory requirement to manifest hazardous contaminated liquid waste. 7. Eliminates potential owner liability for improper handling, storage and transportation of hazardous waste by the user of the recovery service. 8. Removes large quantities of contaminated hazardous waste from the nation's waste stream, thereby contributing to a safer environment. 9. Normally results in a lower waste generation classification. 10. Highly cost effective when compared to current technology and disposal practices. SO .F . jffZW., Mansur Industries Inc. is the sole source world-wide for SystemOne self contained recycling industrial parts washers. To protect its proprietary technology and ensure that users have the latest and best available technology, the company intends to tightly control any distribution by third parties. SOLE ARAM SystemOne is the only completely self contained recycling industrial parts washer capable of providing clean solvent every day. No other company world-wide is known to possess technology that is in any way comparable to SystemOne. CQSJ Zi1S Q SystemOne is the mast significant new waste minimization technology in the twenty- five year history of industrial parts clearing equipment. Government agencies are challenged to recognize and accept the unique nature of new technology and maximize its use for the public good. 99_ 1 "1 _ d aessoloys1 doe A FROM S,2stemOne Technologies PHONE NO. 305 759 7925 SYSTF-kfone Law Engineering and Environmental Services, Inc, I - Nov. 08 1998 10:04PM P3 November 117.199 ' 7 Project Number 407, 4rL 7.0/,Y7 If you have any questions or if we may be of further service, please contact us. Sincerely, GIG NEERING AND ENMOMdENTAL SERVICES, INC. I Je r ounul g S Its $haun Booth, PX4�- Scientist Principal JYS:SB:mck - jys/0187ltl2.doc Attachments: Table 1. Comparison of Waste Generated from Safety KleenlD and SYSTEMOne Parts Washers Figure 1. Comparison of Monthly Hamirdous Waste Generation Copies of Safety Kleen(& Waste Manifests Distributions: Address= (1) Mr. Damian Whitham(l) Mr. James Jackson(l) File (1) 2 99- 171 AWARD UNDER STATE OF FLORIDA SNAPS NO. 5651251 ITEM: Recycling Parts Washers DEPARTMENT: GSA TYPE OF PURCHASE: On a contract basis until October 25, 1999 REASON: The Department of General Services Administration is responsible for the maintenance of the City's fleet of automotive equipment. This contract shall allow for the reuse of parts, resulting in operating savings. RECOMMENDATION: It is recommended that award be made to Mansur Industries Company/SystemOne Technologies, Inc., a Non-Minority/Miami-Dade County vendor, awarded under State of Florida Negotiated Agreement Price Schedule (SNAPS) No. 5651251, at a total cost not to exceed $17, 750.00. Allocating funds from FY '99 Light Fleet Motor Pool, Account Code No. 503001.420905.850. l e D ector o urchas l� Date AwardUnderStateContracts 99- 171