Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Agenda Packet 08-15-1997 Special
City of Cape Canaveral p CITY COUNCIL SPECIAL MEETING CITY HALL ANNEX CITY OF CAPE CANAVERAL 111 Polk Avenue,Cape Canaveral,Florida FRIDAY Vp August 15, 1997 4:00 P.M. AGENDA CALL TO ORDER: PLEDGE OF ALLEGIANCE: ROLL CALL: CONSIDERATIONS: 1. Motion to Approve: Bid Award-Timber Pedestrian Bridge to Custom Docks, in the amount of$21,300 2. Motion to Approve: Bid Award-Tennis Courts Resurfacing to D&B Tennis, in the amount of$8,925 3. Motion to Approve: State Contract-Computer Purchases in the amount of$7,038 (Public Works) 4. Motion to Approve: Cooperative Purchase of a trailer mounted air compressor, in the amount of$11,047 ADJOURNMENT: Pursuant to Section 286.1015,Florida Statutes,the City hereby advises the public that: If a person decides to appeal any decision made by the City Council with respect to any matter considered at this meeting,that person will need a record of the proceedings,and for such purpose that 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 constitute consent by the City for the introduction or admission into evidence of otherwise inadmissible or irrelevant evidence,nor does it authorize challenges or appeals not otherwise allowed by law. Persons with disabilities needing assistance to participate in any of these proceedings should contact the City Clerk's office(868-1221)48 hours in advance of the meeting. d:\cityclerk\cityclk\agenda\special\1997\08-15-97.doc 105 POLK AVENUE • POST OFFICE BOX 326 • CAPE CANAVERAL, FL 32920-0326 TELEPHONE 1407)868-1200 • FAX (407) 799-3170 M E M O R A N D U M DATE: August 12, 1997 TO: Bennett C. Boucher City Manager FROM: Ed Gardulski Public Works/rector SUBJECT: City Council Agenda Item for August 15, 1997 Bid Award for Bridge Project The City of Cape Canaveral request for bids for the construction of a Timber Pedestrian Bridge across a sixty ( 60+ ) MOL foot wide drainage ditch. Bridge area will be constructed on the east_ side of AIA located at the PDOT highway Box Culvert. Constyuc:t i.on of bridge is to be completed 30 days after bid award. Construction drawings and specification were available at City Hell . The City received two ( 2 ) bids . Attached is tabulated results from each company. Low bidder for the bridge construction and for option "A" was Custom Docks . The Bid price for basic bridge : $20 , 900 , Option "A" additional $400 , Total price with Option "A" $21 , 300 . The City Clerk has verified that Cuotom Docks meets the necessary bidding requirements , The City Counc.i.l needs to determine the construction of the bridge with or w.:i_thout. option "A" , approve the appropriate funding and award the contract. Please note that: the time for the bid opening was advertised for 10 : 00 AM and that the bid documentation received by Dane Erosion Control. , the second b.idOnr, st.-atod the time for the bid opening to be at 2 : 00 PM. Bence , all parties agreed, acting in good faith , to allow a second bid opening; at. 2 : 00 PM. Attachment cc : Sandy Sims , CMC File City of Cape Canaveral, Florida RESULTS OF BID OPENING DATE: August 11, 1997 TIME: 10:00 a.m./2:00 p.m. PLACE: 111 Polk Ave. ITEM(S) FOR WHICH BIDS WERE RECEIVED: TIMBER PEDESTRIAN BRIDGE COMPANY CITY & STATE AMOUNT Doug Wilson 6113 N. Atlantic Ave. No Bid Cape Canaveral 32920 Dune Erosion Control P.O. Box 821 $24,000 Cocoa Beach, FL 32920 $900 Option A $24,900 TOTAL Custom Docks 1900 S. Atbintic Ave $20,900 Cocoa Beach, FL 32926 $400 Option A $21,300 TOTAL BID AWARDED TO: APPROVED BY: DATE: dAcityd—1\cityclklbidslrsltfm►.doc 08-13-1997 05:10PM FROM LASSITER—WFIRE TO 14077993170 P.01 Ts 08"I 1 7 LA$sITER—WARE ZNSURaNCE OF ONLY AND C4 IVO RG1= ta0 ORANGE/SEMINOLE INC Notmm T>� CAVS DOXg IVpT STs P O BOX 940159 At M TIM Obis Az�t� HY M . ' MAITLD FL 32794-015 Y COi►�ri►1�tIF8 A U i 8 F do t3 CUSTOM DOCKS XARJNE .AN,r CONTRACTORS$ INC. 1900 SOUTH ATLAbrj,IC AVE C COCOA BEACH FL 32931 acx�.wr A W=joism �g T TM WMATES?,� AAwr w� OR N txm snow OF 'Gr't� tBi�aD - CATS MAY 88 1�iM�MAY PMAIN TER by TSS [ T i+p q 11115 AND OQ pps OF SULK gj u1�T3�pygN 11LAY HAV8 1ffi4 By rs AIL O V TBRIdt{, e 3 9 a!nouRmsm NCR lRpQ rOt.KY pr�,Tlyj le vy' DATtp1{N,�pp/�q awvtA�+YY1 GVM2tAttt =X r 1HP30119741300 X11/01/96 11 'O1 97 c�+�,v,uAso�rr / / int Aca��sss 42 000 000 cVAAW NAM©omm p#aoecra- 7D1Aflfi iZ 00,000 rEROOKALA s1 000 000 : 000'..00,0 suaaneuuae ' ,e.a.� : 50 000 1MP30119741 00 11(01/96 1/Q1 97 � s 000 X A WAM 5 0,000 Auow:r�Avra corava}at�eur s SCROtTAP �hvros 'Xo�vx� immu YaOWcrPPAWOi_ t rDAmAm s �►aaLlAe��Y i AW AM q WA_ b' �lT AM 4 t ONS iOiBall p p�A rnam 1 =ERTIFICAT$ HOLDHR Ig A PITIONAL INSIlRP;D EXCEPT SPO# ?AX: 407-799-3170 :AND 407-784-1859 fXJtRS COMPENSJATION CITY OF CAPECANAVERAL wo1J m mr or tea` : olta ss cANceum ri� rqt AT=: SANDY CITY 'CLERK m°'��"�" aAa ray mmc CourArr wn+ Smaxom smum 105 POLK AVL 3A)—"vs Wmnw Maxx T'O�cars Sots mum w r=ser, EAVESSiSiy 32920 stlf mum T+O ,mak$rar[caaeaaa maro�e ra aqua vno�r.�x.aus.s,i i. TQTAL P.01 08/13/97 17:16 TX/RX N0.1193 P.001 ■ M E M O R A N D U M DATE: August 12 , 3.997 TO: Bennett C. Boucher City Manager FROM: Ed Gardulsk Public Works erector SUBJECT: City Council Agenda Item for Aug. 15, 1997 Purchase of Computer Equipment for Public Works Dept. Attached is a copy of the Depaz-trnent' s Record Management Program. As part of this Program and the City' s goal to strive 1.0ward an electronic paper .l.F.ss filing system, we are requesting, for ax�proval to r)urc-hase two ( 2 ) computers . The computers are for the Adrn t.ni.strative Assistant and the Department Director. Each systc,m will have a modern. read/w-rite CD-ROM, 1 . 44 disk, 32. Mia RAM, 4. 3 GB Hard drive , and a. Pert-t Pro 200 MHZ . The total purchase price is $7 , 038 . Attached is a price gttn to from Employabi.lities , Inc. This agency is under the State of Florida, Department of Management Services , Division of Purchasing. Respect of Florida is a registered service mark of Florida Association of Rehabilitation Facilities , Inc. , the Central Nonprofit Agency of the Commission for Purchase from the Blind or Other Severely Handicapped. Funding has been approved by City Council on August 5 , 1997 as part of the 3rd quarter budget transfers . STATE OF FLORIDA DEPARTMENT OF MANAGMENT SERVICES 4050 ESPLANADE WAY TALLAHASSEE, FLORIDA 32399-0950 A. AUTHORITY - Upon affirmative action by the State F. DAMAGED AND LOST GOODS - The contract of Florida, Department of Management Services on July supplier shall be responsible for filing, processing, and 15, 1980, the commodities on [he attached Procurement collecting all damage claims and claims of short or List have been designated for purchase by all agencies; incorrect shipments or lost shipments.I lowever,to assist and Political Subdivisions. in the expeditious handling of these claims,the ordering agency will: 13. EFFECT - This procurement list was developed to further the policy of the State to encourage anti assist blind i Record any evidence of visible damage or short or and other severely handicapped individuals to achieve incorrect shipments on all copies of the delivering maximum personal independence through useful, carrier's Freight Bill. productive, and gainful employment by assuring an 2.Report short,incorrect,or damaged shipments(visible expanded and constant market for their products and ancd concealed) to the carrier and RESPECT'of Florida, services,thereby enhancing their dignity and capacity for confirming such reports in writing within 15 calendar self-support and minimizing their dependence on welfare days of delivery, requesting that the carrier inspect (tie and need for costly institutionalization. "Therefore, in damaged merchandise. compliance with Section 413.036, Florida Statutes, all purchases of these commodities and services shall be made 3. Provide RFSPFCT of Florida with a copy of the under the terms,prices,and conditions of the procurement carrier's Freight Gill and damage inspection report. list by agencies of[he State and any political subdivision of the State. 4. Retain the item and its shipping container, including inner packing material,until inspection is performed by C. ORDERING INSTRUCTION - All purchase orders the carrier,and disposition given byRESPECTof Florida. for commodities shall be directed to RFSPFCT Of Florida, 2475 Apalachee Parkway, Suite 205, 'Tallahassee, Florida 5. RFSPFCT of Florida will not be liable for claims of 32301-49.16(850)487-1471,Suncom 277-1471,Fax No.(850) short or incorrect shipments that have been accepted as 942-7832. Purchaser shall order at the prices indicated, correct by the receiving agency. exclusive of all Federal,State and Local taxes. G. DELIVERY - Unless indicated otherwise, delivery Agency's and political subdivision's purchase orders will shall be made within 30 days ARO.Delivery by common show the commodity number, quantity, description of carrier under this contract shall be unloaded by the item, unit prices,and place and time of delivery. carierand placed on the agency's loading dock.Delivery beyond that point must be requested of the vendor at The ordering agency shall contact RESPECT of Florida time of ordering and will be billed to that agency at the for ordering and pricing information for listed services. published Rate-Tariff for such service. Furthermore, elevators must be made available if building is more than D. COMPETITIVE BIDDING EXEMPTION - In the one story and help is to be made available by the ordering purchase by ordering offices of commodities and services agency. on the procurement list, purchasing offices are exempt from the competitive bidding requirements of Chapter 287, 11. PRICE Cl1ANGES- Prices are subject to change by Part 1, Florida Statutes, or other applicable local the Commission for Purchase from the Blind or Other ordinances-Section 60E-1.005(2), Florida Administrative Severely Handicapped, in accordance with Section Code. 413.035(1), Florida Statutes. E. CERTIFICATION OF EXEMPTIONS - RESPECT of Any questions, suggestions, or contract supplier Florida shall certify to an ordering office to permit problems which may arise shall be brought to the procurement from commercial sources in accordance with attention of RESPECT of Florida. the provisions of Chapter 287, Part 1, Florida Statutes,or ottier applicable local ordinances,commodities or services NOTE:All purchase orders should be directed to: when both of the following conditions are met. RFSPFCT of Florida 1. The workshop cannot furnish a commodity or service 2475 Apalachee Parkway,Suite 205 within the period specified;and 'Tallahassee, Florida 32301-4946 2.The commodity or service is available from commercial (850)487-1471,Suncom 277-1471 sources in the quantities and at an earlier time than it is Fax No.(850)942-7832 available from the workshop(s). 1 George Banks,CPPD OivisiUn of Purchasing 6/97 STATE OF FLORIDA - - Mire of the ("overnor •�~Cpl 1vF SF' THE CAPITOL TALLAHASSEE,FLORIDA 32399-0001 LAWTON CHILES GOVERNOR February 8, 1996 Greetings: The State of Florida has been well served by the RESPECT of Florida program. For over 20 years, the RESPECT program has been providing meaningful employment to Florida citizens with disabilities. The RESPECT of Florida program provides both direct and indirect benefits to all Floridians. By participating in the program, state agencies and political subdivisions receive high quality products and services which have been independently reviewed in terms of meeting quality and cost requirements, government procuring costs are reduced due to the ease of purchasing from RESPECT, Florida citizens with disabilities are employed, thus improving their ability to be self-sufficient, and the Florida economy is strengthened as a result. RESPECT of Florida has continued to achieve excellence by coordinating the participation of the many community-based organizations who provide employment in the production of quality products and services. I encourage all state agencies and political subdivisions to continue to comply with the statutory responsibility of purchasing from RESPECT of Florida, thereby improving opportunities for Florida's citizens with disabilities. I would also encourage each public agency to fully cooperate with RESPECT in the development of future goods and services which can be provided by the very capable persons with disabilities in the State of Florida. I would like to take this opportunity to congratulate RESPECT of Florida for its achievements and thank the participating community-based organizations for their continued dedication which has been instrumental in making the program such a success. With kind regards, Sincerely, ,e.,z 6e4 LAWTON CHILES LC/hlm M E M O R A N D U M DATE: August 12, 1997 TO: Bennett C. Boucher City Manager J FROM: Ed Gardulsk- Public Works Director SUBJECT: Agenda Item for: August 15, 1997 Purchase of Trailer Mounted Air Compressor As part of the reclaimed water servi_c:e installation program the field crew will required to utilize a trailer mounted air compressor. This system is necessary for the operation of air operated tools such as the direction drill equipment required for the instlallation of pipe under roads . This equipment will also be a valuable asset for plant operations as part of the aerati-on pi_-ocess i_n the event of an emergency. Attached is the City of Melbourne bi-d #01-053-96 to purchase a Trailer Mounted Air Compressor. Both the City of Melbottr_n.e and the Hertz Equipment Rental will permit a piggyback purchase in the awarded bid amount of $11 , 0117 . Funds have been made available and approved by City Council on August 5 , 1997 as part of the 3rd quarter budget transfers . ESG/ Att ar;hmen.t CO. Sandi_ Sims , City Clerk Walt-er Banish, Chief Operator. File 5 E.A�y� Meeting Type: Special Meeting Date: 08-15-97 �~ tis--- AGENDA CRP OF Heading Considerations CAPE CANAVERAL Item 1 No. AGENDA REPORT CITY COUNCIL OF THE CITY OF CAPE CANAVERAL SUBJECT: BID AWARD - TIMBER PEDESTRIAN BRIDGE DEPT./DIVISION: STREETS/PUBLIC WORKS Requested Action: That the City Council award the timber pedestrian bridge to Custom Docks in the amount of$21,300. Summary Explanation&Background: The construction of the bridge will proceed within 30 days of bid award and receipt of permits from FDOT and St. Johns River Water Management District. I recommend approval. Exhibits Attached: Public Works Director's memo of 08-15-97 City Manager's Office Department STREETS/PUBLIC WORKS e:\admin\oamcil\m tine\W]5-97\Wbdge.dm City of Cape Canaveral, Florida RESULTS OF BID OPENING DATE: August 11, 1997 TIME: 10:00 a.m./2:00 p.m. PLACE: 111 Polk Ave. rrEM(S) FOR WHICH BIDS WERE RECEIVED: TINIBER PEDESTRIAN BRIDGE COMPANY CITY & STATE AMOUNT Doug Wilson 6113 N. Atlantic Ave. No Bid Cape Canaveral 32920 Dune Erosion Control P.O. Box 821 $24,000 Cocoa Beach, FL 32920 $900 Option A $24,900 TOTAL Custom Docks 1900 S. Atlantic Ave $20,900 Cocoa Beach, FL 32926 $400 Option A $21,300 TOTAL BID AWARDED TO: APPROVED BY: DATE: dAcitycl—1\cityclk\bids\rsltfrm.doc M E M 0 R A N D U M DATE: August 12, 1997 TO: Bennett C. Boucher City Manager FROM: Ed Gardulsk Public Works SUBJECT: City Council Agenda Item for August 15, 1997 Bid Award for Bridge Project The City or Cape Canaveral request for bids for the construction of a Timber Ppdestrian Bridge across a sixty ( 60+ ) MOL foot wide drainage ditch. Bridge area will be constructed on the east side of AIA located at the PDOT highway Box Culvert. Countruntion of bridge is to he completed 30 days after bid award . Construction drawings and specification were available at, City Hall . The City received two ( 2 ) bids . Attached is tabulated results from each company. Low bidder for the bridge construction and for option "A" was Wshom Docks . The Bid price for basic bridge : $20 , 900 , Option "A" additional $400 , Total prico with Option "A" $21 , 300 . The City Clerk has verified that Custom Docks meets the necessary bidding requirements . The City Council needs to determine the construction of the bridge with or without option "A" , approve the appropriate funding and award the contract. Please note that the time for the bid opening was advertised for 10 : 00 AM and that the bid docimentation received by Dune, Erosion Control , the second bidder, stated the time for the bid opening to be at 2 : 00 PM. Hence , all parties agreed , acting in good faith, to allow a second bid opening at 2 : 00 PM. Attachment cc : Sandy Sims , CMC File City of Cape Canaveral, Florida RESULTS OF BID OPENING DATE: August 11, 1997 TIME: 10:00 a.m./2:00 p.m. PLACE: 111 Polk Ave. ITEM(S) FOR WHICH BIDS WERE RECEIVED: TI1%4BER PEDESTRIAN BRIDGE COMPANY CITY & STATE AMOUNT Doug Wilson 6113 N. Atlantic Ave. No Bid Cape Canaveral 32920 Dune Erosion Control P.O. Box 821 $24,000 Cocoa Beach, FL 32920 $900 Option A $249900 TOTAL Custom Docks 1900 S. Atlantic Ave $20,900 Cocoa Beach, FL 32926 $400 Option A $21,300 TOTAL BID AWARDED TO: APPROVED BY: DATE: dAcitycl—i\cityclk\bids\rsltfrm.doe Meeting Type: Special r ,, Meeting Date: 08-15-97 �dR t t �a AGENDA Cm OF Heading Considerations CAPE CANAVERAL Item 2 No. AGENDA REPORT CITY COUNCIL OF THE CITY OF CAPE CANAVERAL SUBJECT: BID AWARD - TENNIS COURT RESURFACING DEPT./DIVISION: PARKS &RECREATION Requested Action: That the City Council award the tennis court resurfacing bid to D&B Tennis in the amount of$8,925. Summary Explanation& Background: This project will resurface all (5) tennis courts. $11,500 was budgeted for this project. I recommend approval. Exhibits Attached: Recreation Director's memo of 08-14-97 City Ma ' Office Department PARKS &RECREATION e:\admin\cmmcil\ a unYw8-15-974eoiscn.aoe City of Cape Canaveral II,F 1 CITY OF CAPE CANAVERAL m �e 3 y, MEMO f• TO : Mayor , Councilmembers & City Manager FROM : Parks & Recreation Director , Nancy Hanson DATE : August 14 , 1997 Re : Tennis Court Resurfacing Project I have contacted three city owned recreation departments to check the quality of workmanship provided by D & B Tennis when resurfacing their tennis courts . All were resurfaced within the past twelve months . The Cities of Sanford and Longwood stated they were very happy with the results and would not hesitate to use the company again . Seminole County gave the company an average rating . The manufacturer of California Products , district representative is familiar with the company ' s work and has never had a complaint . California Products is the material specified in the bid package . Based on this information , it is my recommendation that the City award the tennis court resurfacing bid to B & D Tennis , in the amount of eight thousand , nine hundred twenty five dollars . ( $8 , 925 . 00 ) 105 POLK AVENUE • POST OFFICE BOX 326 • CAPE CANAVERAL, FL 32920-0326 TELEPHONE (407) 868-1200 • FAX 1407) 799-3170 City of Cape Canaveral, Florida RESULTS OF BID OPENING DATE: August 11, 1997 TIME: 2:00 p.m. PLACE: 111 Polk Ave. TIEM(S) FOR WHICH BIDS WERE RECEIVED: TENNIS COURTS RESURFACING COMPANY - CITY & STATE AMOUNT D&B Tennis 3003 Waterwood Dr. $8,925 Sebring, FL 33872 F. W. Dodge Construction 320 E. South St., Ste. 100 No Bid Orlando, FL 32801-3592 The Nidy Company P.O. Box 730 $12,280 Sanford, FL 32772-0730 BID AWARDED TO: APPROVED BY: DATE: City of Cape Canaveral, Florida RESULTS OF BID OPENING DATE: August 11, 1997 TIME: 10:00 a.m./2:00 p.m. PLACE: 111 Polk Ave. ITEM(S) FOR WHICH BIDS WERE RECEIVED: TIMBER PEDESTRIAN BRIDGE COMPANY CITY &STATE AMOUNT Doug Wilson 6113 N. Atlantic Ave. No Bid Cape Canaveral 32920 Dune Erosion Control P.O. Box 821 $24,000 Cocoa Beach, FL 32920 $900 Option A $24,900 TOTAL Custom Docks 1900 S. Atlantic Ave $20,900 Cocoa Beach, FL 32926 $400 Option A $21,300 TOTAL BID AWARDED TO: APPROVED BY: DATE: dAcityd—1\cityclklbidslrsltfim.doc E. � Meeting Type: Special Ir _:. . r, Meeting Date: 08-15-97 ar � AGENDA CrYOF Heading Considerations CAPE CANAVERAL Item 3 No. AGENDA REPORT CITY COUNCIL OF THE CITY OF CAPE CANAVERAL SUBJECT: APPROVAL OF COMPUTER EQUIPMENT PURCHASE FOR THE PUBLIC WORKS DEPARTMENT DEPT./DIVISION: WATER RECLAMATION/PUBLIC WORKS Requested Action: That the City Council approve the purchase of computer equipment in the amount of $7,038 to Respect of Florida. Summary Explanation& Background: Per the attached memo from the public works director, this is an upgrade from the existing equipment. This item is budgeted and comes with a three year warranty with on-site parts and labor. I recommend approval. Exhibits Attached: Public Works Director's memo of 08-12-97 City Manager's Office Department PUBLIC WORKS g:\admin\mnwR\moctinAw8-1 s971000�eT.dm M E M O R A N D U M DATE: August 12, 1997 TO: Bennett C. Boucher City Manager FROM: Ed Gardulsk Public Works erector SUBJECT: City Council Agenda Item for Aug. 15, 1997 Purchase of Computer Equipment for Public Works Dept. Atl_a.c,hed is a COPY of the DF > ;rtn�nt' ; Record Muageme t P-r.o g-r•aam. As part of this p:r ogr,, a,d the City , g,,, to Low xrd an electronic paper less f lir-g system, we are req -ip sting zr., - a.M rOva.l to Purchase twop he con put e r-5 are for the. Adm �_ni strative As si st-<-an andthe Department i;2 rc}rt ox.•. Each system will have a, m,dem, read/write CD-ROM, 1 . 44 disk , 32 Mi RAM, 4 . 3 GH Hard drive, and a Pent Pro 200 MHZ . The total PuNchase Price is $7 , 038 . Attached is a price ql_ri7te from L,mployabilities , Inc. This =3goncy is under the St-.ate of Florida, Deparf_ment.- of Management Services , Division ion of Purchasing . Respect- of Florida is a re+ i terod service mark of Florida Association of Rehabilitation Facilities , 10c. , the Central Nonprofit Agency of the CommiLs ion for Purchase from the Bl i ad or Other Saves V y Handicapped, Funding' has been approved by City Council on August 5 , 1997 .t.:. Parr_ of the 31. _3 quarter budget I._ransfers . MATERIAL REQUISITION F,i ASE ORDER) o /aIaa1rAVDA �7 �1�Caf alac.4ee Pku1Yi Sulk dos �lk6�as5«�G'� 4CH 01 QUANTITY STOREKEEPER: PLEASE SUPPLY ' W I n deaf �n P/y Zon . s 2 � - 3 a 5 g ---- - ------- 8 q ---- ------ --- PRIC D BY EXTENDED BY CHECKED BY ENTERED BY SIGNE FtMFORM 1 L 115 i�� I A b W V P N A W i m m m I x1711 � m � �• � � � �. Z T D w �m �, r V H �HT y CA �{• o 9) XX c aw uj � v �I z i � w I A m V i � o i **** ?RICE QUOTE **** PAGE : 1 EMPLOYABILITIES, INC. ORDER NUMBER: 0013574 2735 WHITNEY ROAD ORDER DATE ; 08/05/97 CLEARWATER, FL 33760 PH 800-251-8828 FAX 813-538-7421 '813) 536-7330 SALESPERSON: LW CUSTOMER NO: C234 SOLD TO: SHIP TO: CITY OF CAPE CANAVERAL CITY OF CAPE CANAVERAL PUBLIC WORKS DEPT. PUBLIC WORKS DEPT. P.O. BOX 326 P .O. BOX 326 VERAL FL 32920-0326 CAPE CANAVERAL FL 32920-0326 NFIRM TO: KAREN PAPPAS ---------- - ------------ ---- --------------- ----- - -- - ------ -- --------- ------- ----- CUSTOMER P.O. SHIP VIA F .O.B -- - -------- ------- ----- ---- ------- -------------- --- - ------- ---- --- --------- ----- ITEM NO. UNIT ORDERED PRICE AMOUNT AXON PENT PRO 200MHz/256K,ATX - 4100 EACH 1 . 00 1, 440 . 00 1, 440 . 00 MBPPRO-180,/200,ATX,PCI,VS/AU, I 3320 EACH 1 . 00 ** INCLUDES INTEGRATED YAMAHA AUDIO AND USB CONNECTOR CPL', PENT PRO, 200MHz/256 , INTEL 3152 EACH 1 .00 CPU,HEAT SYNC/FAN, PENTIUM PRO 2248 EACH 1 .00 CASE, EN7233 ,ATX TWR,250W,W/FD 3146 EACH 1 .00 ** 1 . 44MB FLOPPY DRIVE INCLUDED W/ CASE KYBD, IC4 KEY PS/2,AXON 3311 EACH 1 . 00 MOUSE, PS2,V2 . OA,OEM,MICROSOFT 3060 EACH 1 . 00 CABLE, KYBD/MOUSE PS/2 EXT' , 6FT 3C93 EACH 2 . 00 CABLE,VGA EXTENTION, 6FT,M/F 1368 EACH 1 . 00 WINDOWS 95 SR2 ,CD,MS OEM 319D EACH 1 . 00 WARRANTY, 3 YR P/L,ON-SITE 1906, EACH 1. 00 SHIP DATE: QUOTED PRICES ARE GOOD FOR A PERICD OF 30 DAYS. DELIVERY SUBJECT TO PRODUCT AVAILABILITY. CONTINUED 10' d IZtL8E5£Is ONI ` saL-}!- L �gvCOLdLUA VES: 11 L6-90-6nV PAGE: 2 **** PRICE QUOTE **** ORDER NUMBER: 00/35747 EMPLOYABILITIES, INC. ORDER DATE: 2735 WHITNEY ROAD CLEARWATER, FL 33760 PH 800-251-8828 SALgSPPRS {813) 538-7338-7330 ON- LW FAX 38-7421 CUSTOMER NO: -1234 SHIP TO: SOLD TO: CITY OF CAPE CANAVERAL CITY OF CAPE CANAVERAL PUBLIC WORKS DEPT . PUBLIC WORKS DEPT . p ,0. BOX 326 FL 32920-0326 P.O. BOX 326 FL 32920-0326 CAPE CANAVERAL C L ONFIRM TO: --- ---- ---- -- -- 1{AREN PAPPAS __ _ --- --- --- ---- ---- ---- - --- ---- ----- - - - `" F .O.B -� -- SHIP VIA CUSTOMER P.0 • --- -_- -- ------ --------- --- - ---- ---- ---- ------------- --- ---- ---- ---- ------------- --- '" PRICE AMOUNT ITEM NO. ------ ---- --- ----- --- -------- -- -- ----UNIT ORDERED -- ---- - --- -------- - ----- ---- 90 . 00 1B0 .00 MEM, 16MB, 72PIN, 60NS,4x32 ,EDO 2822 EACH 2 .00 THIS COMPUTER SYSTEM GETS 32MB OF HD� 4 .3GB,EIDE,QM34320ST-A•QM378 . 00 378 .00 0EACH 0 623 . 00 3319 LF1004, 650M 623 .00 CD, OPT,PAN,REWRTEACH 1 . 00 3294VELOCITY 3DMPEG 230 . 00 230 ' 00 IC,PCI, STB, 4MB, EACH 1 . 00 3166 370 00 370 -OC CRT,V,AXON, 15" , NEC TUBE, •25M00 3250 EACH 130 . 00 MJDEM,FAX, 33 .6 , I,SP'TR V34 ,USR 130 . 00 2696 EACH 1. 00 168 . 00 168 . 00 ETHER, 3C,COMBO, PEACHC900C 1L00 3015 KAREN: HERE IS THE Q'JOTE YOU REQUESTED FOR THE AXO PENTIUM PRO PC WITH A LARGER HARD DRIVE . PLEASE CALL KATHY OR ME (EXT. 351) IF YOU HAVE ANY QUESTIONS. THANKS, FRITZ2475 PLEASE sr�.nia �.o_ TO RESPECT OF FLORIDA, APALACHEE PKWY, SUITE #205, TALLAHASSEE, FL 32301 SHIP DATE: NET ORDER: ?, ,519 .00 LESS DISCOUNT: . 00 FREIGHT: . 00 QUOTED PRICES ARE GOOD FOR A PERIOD OF 30 DAYS. SALES TAX: - ---" - -_00 DELIVERY SUBJECT TO PRODUCT AVAILABILITY. ORDER TOTAL: 3 ,519 .00 001 d lovL8£5£i8 ONI ` s;9�4L �geicOLdWA VC9:11 L6-90-6nv STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES DIVISION OF PURCHASING TALLAHASSEE,FLORIDA THE . CpD VVE T PROCUREMENT. LIST . OF COMMODITIESAND.gERVICES r r • r PURCHASE . AtLAGENCIES D Pe SUBDIVISIONS e O • • . . . FROM BLINb OR • HANDICAPPED' , PURSUANT TO SECTION 413.0364 FLORIDA STATUTES OF FLORIDA RESPECT of Florida is a registered service mark of Florida Association of Rehabilitation Facilities,Inc. the Central Nonprofit Agency of the Commission for Purchase from the Blind or Other Severely Handicapped 2475 APALACHEE PARKWAY,SUITE 205,TALLAHASSEE, FLORIDA 32301-4946 CUSTOMER SERVICE(904) 487-1.471 •SUNCOM 277-1471 • FAX:(904)942-7832 PERSONAL PERSONAL COMPUTERS IBM compatible Axon personal computers and file servers are available from Employabilities, an authorized RESPECT agency. In addition to the basic systems listed, a broad range of additional options, accessories, and upgrades are available. Design assistance for custom configurations is available to meet specific customer needs. Our computers have been tested and approved by the Department of Management Services. DELIVERY: 30 DAYS ARO DESCRIPTIONS COMMODITY AXON PENTIUM/133 MHZ, 256K CACHE RAM 250-040-200-7000 AXON PENTIUM/150 MHZ,256K CACHE RAM AXON PENTIUM/166 MHZ,256K CACHE RAM AXON PENTIUM/200 MHZ,256K CACHE RAM STANDARD ► I • ► FEATURES, ALL PLATFORMS Seven (7) expansion slots, five (5) open One 3.5" and three 5.25" external drive bays 250 watt power supply 104 key Win 95 keyboard One parallel port and two serial ports Hard and floppy disk drive controller MS-DOS Windows for Workgroups, current release or Windows 95. 3.5 (1.44 Mb) floppy drive Choice of case types: Standard desktop or mini-tower PRICING INFORMATION For configurations and pricing information, please call Employabilities at (813) 538-7370 ext. 318 or Suncom 558-7370 ext. 318. Prices are based upon configurations required using the Department of Management Services approved pricing formula. ORDERING INFORMATION Please designate RESPECT of Florida as the vendor on all purchase orders and send to: RESPECT of Florida 2475 Apalachee Parkway,Suite 205 Tallahassee,Florida 32301-4946 10/96 RESPECT of Florida(904)487-1471 • FAX: (904)942-7832 respect@mail.state.fl.us • SUNCOM 277-1471 dF T`>E STATE OF FLORIDA 'ffire of the 'obernar •�ti Cpp WE T THE CAPITOL TALLAHASSEE,FLORIDA 32399-0001 LAWTON CHILES GOVERNOR February 8, 1996 Greetings: The State of Florida has been well served by the RESPECT of Florida program. For over 20 years, the RESPECT program has been providing meaningful employment to Florida citizens with disabilities. The RESPECT of Florida program provides both direct and indirect benefits to all Floridians. By participating in the program, state agencies and political subdivisions receive high quality products and services which have been independently reviewed in terms of meeting quality and cost requirements, government procuring costs are reduced due to the ease of purchasing from RESPECT, Florida citizens with disabilities are employed, thus improving their ability to be self-sufficient, and the Florida economy is strengthened as a result. RESPECT of Florida has continued to achieve excellence by coordinating the participation of the many community-based organizations who provide employment in the production of quality products and services. I encourage all state agencies and political subdivisions to continue to comply with the statutory responsibility of purchasing from RESPECT of Florida, thereby improving opportunities for Florida's citizens with disabilities. I would also encourage each public agency to fully cooperate with RESPECT in the development of future goods and services which can be provided by the very capable persons with disabilities in the State of Florida. I would like to take this opportunity to congratulate RESPECT of Florida for its achievements and thank the participating community-based organizations for their continued dedication which has been instrumental in making the program such a success. With kind regards, Sincerely, 'e.",I 6ez, { LAWTON CHILES LC/hlm STATE OF FLORIDA DEPARTMENT OF MANAGMENT SERVICES 4050 ESPLANADE WAY TALLAHASSEE, FLORIDA 32399-0950 A. AUTHORITY- Upon affirmative action by the State F. DAMAGED AND LOST GOODS - The contract of Florida, Department of Management Services on July supplier shall be responsible for filing, processing,and 15, 1980, the commodities on the attached Procurement collecting all damage claims and claims of short or List have been designated for purchase by all agencies; incorrect shipments or lost shipments.However,to assist and Political Subdivisions. in the expeditious handling of these claims,the ordering agency will: B. EFFECT - This procurement list was developed to 1. Record any evidence of visible damage or short or further the policy of the State to encourage and assist blind and other severely handicapped individuals to achieve incorrect shipments on all copies of the delivering carrier's Freight Bill. maximum personal independence through useful, productive, and gainful employment by assuring an 2.Report short,incorrect,or damaged shipments(visible expanded and constant market for their products and and concealed) to the carrier and RESPECT of Florida, services,thereby enhancing their dignity and capacity for confirming such reports in writing within 15 calendar self-support and minimizing their dependence on welfare days of delivery, requesting that the carrier inspect the and need for costly institutionalization. Therefore, in damaged merchandise. compliance with Section 413.036, Florida Statutes, all purchasesof these commodities and services shall be made 3. Provide RESPECT of Florida with a copy of the under the terms,prices,and conditions of the procurement carrier's Freight Bill and damage inspection report. list by agencies of the State and any political subdivision of the State. 4. Retain the item and its shipping container, including inner packing material,until inspection is performed by C. ORDERING INSTRUCTION - All purchase orders the carrier,and disposition given by RESPECT of Florida. for commodities shall be directed to RESPECT Of Florida, 2475 Apalachee Parkway, Suite 205, Tallahassee, Florida 5. RESPECT of Florida will not be liable for claims of 32301-4946(850)487-1471,Suncom 277-1471,Fax No.(850) short or incorrect shipments that have been accepted as 942-7832. Purchaser shall order at the prices indicated, correct by the receiving agency. exclusive of all Federal,State and Local taxes. G. DELIVERY - Unless indicated otherwise, delivery Agency's and political subdivision's purchase orders will shall be made within 30 days ARO.Delivery by common show the commodity number, quantity, description of carrier under this contract shall be unloaded by the item,unit prices,and place and time of delivery. carrier and placed on the agency's loading dock.Delivery beyond that point must be requested of the vendor at The ordering agency shall contact RESPECT of Florida time of ordering and will be billed to that agency at the for ordering and pricing information for listed services. published Rate-"Tariff for such service. Furthermore, elevators must be made available if building is more than D. COMPETITIVE BIDDING EXEMPTION - In the one story and help is to be made available by the ordering purchase by ordering offices of commodities and services agency. on the procurement list, purchasing offices are exempt from the competitive bidding requirements of Chapter 287, H. PRICE CHANGES- Prices are subject to change by Part 1, Florida Statutes, or other applicable local the Commission for Purchase from the Blind or Other ordinances-Section 60E-1.005(2),Florida Administrative Severely Handicapped, in accordance with Section Code. 413.035(1), Florida Statutes. E. CERTIFICATION OF EXEMPTIONS - RESPECT of Any questions, suggestions, or contract supplier Florida shall certify to an ordering office to permit problems which may arise shall be brought to the procurement from commercial sources in accordance with attention of RESPECT of Florida. the provisions of Chapter 287,Part 1, Florida Statutes,or other applicable local ordinances,commodities or services NOTE:All purchase orders should be directed to: when both of the following conditions are met_ RESPECT of Florida 1. The workshop cannot furnish a commodity or service 2475 Apalachee Parkway,Suite 205 within the period specified;and Tallahassee,Florida 32301-4946 2.The commodity or service is available from commercial (850)487-1471,Suncom 277-1471 sources in the quantities and at an earlier time than it is Fax No.(850)942-7832 available from the workshop(s). George Banks,CPPD Division of Purchasing 6/97 M E M O R A N D U M DATE: April 28 , 1997 TO: Bennett C. Boucher City Manager x FROM: Ed Gardulski Public Works erector SUBJECT: Record Management Program The goal of the Public Works Department is to establish an electronic data processing network and strive toward an electronic paperless filing system. The first objective is to establish a ljst of activities -that generate paper and seek ways to improve the task electronically. The following are tasks which may be computerized: 1 . Requisition and Purchase Order system. Establish a system that w.i l l allow pc)i lt. of ent..T•y four all. requisitions into an C11.'1�)r0vItl dal-1:i base. AfLor all. levcjs of approv.=►1 ai-e ('10111 of-' .d a Purchase i:; est-al)li.slied. Each Department., CO- ally t-:imt, , Illay review file ,;t.�►1,.n of a Reqs l-r.sit.j-cin anc_l/or 8 -)arch the archives by vendor, date , 13-roject, fund , ciC:C'C)l.lflt., or other fields es tabl fished. 7. . Work 0-.rder System. I )e P►rrchase Order Sy stem, .3 Worl;. Os-der system can be established so that at any point oP entry a Work Request relay be koved into the sys t-em. The system will help to schedule work, establish pri.orit:-i ere , track cost and provide for a means for all parties concerned to follow up status of a particular Work Request. 3 . Reuse Customer dai.a base. Customers m.ty sign up for rouse water at City Hall and a work order will be generated. The ' System will ;also be helpful in tracking Backflow test-iTig due da Los , service turn---on and turn--off. 4 . Vehicle and plant equipment_ maintenance scheduled and cost for ser•vic.e . This data ).ease will be useful for budi;et.ing, and equipment replacement scheduling. 5 . Pro-ject scheduling and project cost. For example, reuse extension, tree planting and pedway pro_ier_t-s . pa,e 2 0 . Capital item inventory data bage, i.e. date of pt.ir.chase, item location, purch;:.I.Se pr•i.c.e . 7 . Laboratory cherni.cal. .i.nventox-y systelft, Label maker, and MSD Sheet's . 8 . Laboratory logs , records and reporting, records to regulatory agencies , as permitted. 9 . Established data base for City Ordinance and Resolution, having a cross reference by subjects , number, and date. 10 . City Council agenda items . 11 . Road and drainage projects . 12 . Development of City wide and Department standard forms . 13 . Payroll time cards . 14 . Distribute Board minutes and other rF°por.ts electronic;.Ally. The second objective is to develop a plan to electronically scan and file archive records . The following are items that may be scanned and filed by classification on CD ROMS: 1 . If permitted by DFP, all operation reports to be scanned onto a disk. Disks are to be stored in Chief Operators Office. 2 . Proiect files . 3 . Old purchase orders and Requisitions. 4 . Petty rash and open purchase order receipts . 5 . Correspondence files . 6 . Concurrency files . 7 . Policy & procedures ( including manuals ) . 8 . Beautification Board minutes , awards and related material 9 . Contracts and agr.eement.�s . 10 . Safety Committee information, i.e . minutes , procedures , tra.i.n i.rgg. 11 . Lot mowing program in fortrrat..lon. Page 3 12 . Personnel information. This will require a pass word. Third Objective is to purchase two ( 2 ) computers , one for the Administrative Assistant and the second for the Public Works Director.reotor. The system will each have a modem, T-ead/vrr-i_t,(_! CD-POM, 1 . 44 disk, and a network card for future use . The- forth objective is to establish a file server computer data base. This system will network all PC ' s within the Public Works Department. Files and data base system will be utilized to perform the functions of Objective 11 . The fifth Objective is to purchase five ( 5 ) PC computers for Laboratory personnel , Streets/BeautiCication, Chief Operator, Superintendent and the Department Secretary . Each system will have a network card and a CD-ROM player and will be able to perform the functions from objective W The Sixth objective is to purchase a system document scanner. The, Department Secretary will perform the scanning of the docurtieuLs into the fi.le server. The Administrative Assistant will down load scanned files on to a CD-ROM for storage and/or rE111-15f," . The Filing system will be developed as the project progresses . The Seventh objective is to establish Department level on-line service with the following: 1 . StaLe of Florida Contracts 2 . Brevard County CIS, Tax roll , County Purchasing contracts. 3 . City of Cocoa utility billing information. 4 . Establish electronic mail with City Hall personnel . Meeting Type: Special r Meeting Date: 08-15-97 �= AGENDA Crrn of Heeding Considerations CAPE CANAVERAL Item 4 No. AGENDA REPORT CITY COUNCIL OF THE CITY OF CAPE CANAVERAL SUBJECT: COOPERATIVE PURCHASE OF A TRAILER MOUNTED AIR COMPRESSOR DEPT./DIVISION: WATER RECLAMATION/PUBLIC WORKS Requested Action: That the City Council approve the cooperative purchase of a trailer mounted air compressor in the amount of $11,047 to Hertz Equipment Rental. Summary Explanation&Background: The City of Melbourne awarded this bid last year and Hertz Equipment has agreed to honor the same price to the City of Cape Canaveral for this equipment. This is a budgeted item. I recommend approval. Exhibits Attached: Public Works Director's memo of 08-12-97 City Ma er's Office Department PUBLIC WORKS M E M O R A N D U M DATE: August 12, 1997 TO: Bennett C. Boucher City Manager FROM: Ed Gardulsk' Public Works Director SUBJECT: Agenda Item for: August 15, 1997 Purchase of Trailer Mounted Air Compressor ,�S part Of the- i-(sCIai"me-d WFter- s.F„-•vi_re installation p_rc>�?,:rarn t.hi, f i elci rr-ew wi 11. requ.i.red to i ti_I e a. t.r•ai"ley- mounted air i s necF , .ai: for the operation of air r_.r,,rnpr-F,, ;��or•. This system y F operated tools su.r:h as the direction drill equipment required for the insi:allation of pipe >>.nd.er rk7,,ad.s . Thi..s, t,gia_;Lpmont will also? be ,i val_iza.ble asset for plant ope:i-a.ti_ -rls as Dart of thy_ a(..rati-ori pi••oc:es:, i"n i"hH event oil- an emer€;ency. R_ttached is the C,'i_ty of McLbourrt.e l:,i.d #011 -053-95 to p-orchase Trai-ler Mnooted Air Compressor. Both the, City of Mel-bourne and tt,e Herts. Fqui.prnerrt RPrital will permit a I>i.g€7yback purchase. in the awarded bid azriount of $11 , 047 . Fun(ls have beeri made available and approve;<a by City Col)iit'il on Ailwa.st 5 , 1997 as pa._r-t of the 3r-d gUarter budget transfers . ltt..r�_f,l�rnF n1. �17r.4 i i".F-'�" `_iF1 Y"I 1.-�:.i , l.'Y1'.f':� l)G?F'"t" 1T,!`._1.• h 7 fPUG 08 "97 b8:59PM HER UIP URL FL P 11 Purchasing Division r March 5, 1996 Mr. Paul Ingram Hertz Equipment Reutal 103 South Orange Blossom Trail Orlando, Florida 32805 Re: Bid #01-053-96 Purchase - Trailer Mounted Air Compressor Dear Mr. Ingram: Bids to purchase a trailer mounted air compressor were opened on February 8, 1996, at 3:00 P.M. Bids were received from five Bidders as listed on the enclosed Bid Tabulation sheet. After departmental review, the Melbourne City Council has awarded the bid to the overall lowest responsive Bidder, Herta Equipment Rental Corporation, Orlando, Florida, for a total cost of 511,047.00, Congratulation on award of the bid, A Purchase Order will be forward+sd to your company as soon as possible. Thank you again for your participation in the bidding process at the City +)f Melbourne. Sincerely. David N. McCue, C.P.M. Purchasing Agent DNM/bw AN EQUAL OPPORTUNITY EMP60YER AHG OR- '97 E9:5SRH HER UIP ORL FL P.2 y r to invttation i � `,� �f'/�f'�i�I1 f � ,✓/.f ;�;•,.' �rL1W{7KlJa � ' TITLE: I ) aME9E&i K — BID NO-: PROJECT NO.: gip$ T t : No oral interpretations will be made to any Bidder as to the meaning of the specifications or any other Contract VOCuments. Every request for sL,chan n('rpre) or taattion shall be made in writing and addressed and forwarded to the Purcha14L�1� days before the date fixed or opening of bids, Every interpretation made to a Bidder will be int he form of an to the Contract Documents which, if issued, will be sent as to all persons Specifications have been issued. All such Promptly as is practical, Addenda shall become part of the Contract Documents. AN GOJA-OPPORTUNITY QMPLOYIR AUG Ub "_J( E.5:56W HER UIP CTRL FL P.3 crn' OF NIELBO(_fRa'Nl BID FORM DIVISION OF PURCHASING hertz Equipment Rentcl Corporation (Vendor/Company Name) BID NO. 01-053-96 PURCHASE - TRAILER MOUNTED DAVE MAILED: Z=ary 22, 1996 . AIR COMPRESSOR Sealed proposals will be received in (duplicate) by the Division of Pirchasing, City of Melbourne, 900 E. Strawbridge Avenue, Melbourne, Florida 32901 until 3:00 p_m.. Fehruary 8. 1996, at which time and place bids will be opened and publicly read for Purchase- 100 CFM Trailer Mounted Air Compressor. Bidder shall furnish (X) all, ( ) any or all of the supplies, materials and/or services, as described below delivered F.Q.B. Melbourne, Florida. Bidder Notice- This package includes the following forms, which must be returned with your Bid Proposal: Bid Proposal Form (in duplicate); Sworn Public Entity Statement (if bid exceeds $10,000); and Drug Free Workplace Certification (optional). ITEM QUANTITY DESCRIPTION UNIT TOTAL 1. l - each Specifications attached for the purchase of o 100CFM Trailer Mounted Air Compressor. Total Base Bid..............$ $9413.00 (NOTE., unit not avilable till July) OPTIONS; (To be delivered with above unit) �f n a. One (1) 35 breaker with bits (flat spade, point). 1� $ $718.p0 (total) (Price W/Asphalt Spade & Point) b. One (1) 90 lb, breaker with bits (flat spade, hammer point). 1 V $ $916.00 (total) (price w/Asphalt Spade & Point) Total including Alternate...S 11.Q47.co 2. For technical information contact Mr. Greg Schmidt, Equipment Maintenance Supt., at (407) 727-2900 ext. 239. For information concerning the Bid Forms contact the Purchasing Division 727-2900 exts. 206/271 . BF-1 HUG 08 '97 E9:t64-11 HER UIP CIL FL P.a EXECUTI In compliance with this request for bids, and subject all conditions herein, the undersigned ofters and agrees to furnish any or all items included at the prices quoted and as follows: A. Deliverylservice performance will be completed withinl3o days of award or date of purchase order in cases of continuing contract. We certify that the contents of this bid are known to no one outside the undersigned and that all requirements and conditions herein specified have been complied with. Narne: Paul Ingram Title: Sr. Sales Reyresentive Signature: Firm: Herta Equipment dtalxo--r�voation Address: 103 South 0^ange Blo aam ail Orlando, FL 32805 EhoneNo.( 407 ) 843-3940 Date: 02/0: _1926_ CITY OF MELBOURNE, FLORIDA 4'. David N. McCue Purchasing Agent Acknowledgment is hereby made of receipt of following Addenda, if any: No. Dated No. Dated B F-2 e RUG 08 '97 09:57RM HER UIP ORL FL r.5 SWORN STATEMENT PURSUANT TO SECTION 287.1;3,10Ya) 7I.0liFl7A STATUTFS. ON PUBLIC IN'T1'1'Y C1134J; THE FORM MUST BE SIGNED AND SWORN TO XN TITS PnWMCE OF A :VOTARY PUBLIC OR OTH= OMCUL AU'IMORIM TO ADM glSTEH OATHS. :. This sworn statement is submitted with City of Melbourne Bid or Proposal %c. 01-053-96 for Purchase - Trailer Mounted Air Compressor 2 This sworn statement is submitted by Paul Ingram, Sr. Sales_Rep. _ [individual`s name and title] for Hertz Equipment Rental Corporation (name of entity submitting sworn statement) whose business address is 103 South Orange Blossom Trail 0:1ando,_FL 32805 and (if applicable) it-i Federal Employer identification Number (F'FI1V] is 13-6174127 (if the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: .) 3. I understand that a "public entity crime" as defzssed in Paragraph M.133(g),,Florida 4`tatntes „ means a violation'of any state or federal law by a person with respect to awd dfreWy related to the transaetian,of business witli any public entity or with an agency or political gubdivi4ion of any oil r cstate or,of the'United Statgs, including, but not limited to, any bid or• contract for goods or 'ser�im to be,provfded,t{u anypublic entity or an,agency or political subdivision of.19ther state or of thi tnited Statea and involving antitrust, fraud, theft, brrbery, collusion, racketeering, conspiracy, or material misrepresentation. 4. 1 understand that "convicted" or "conviction' as defined in Paragraph 287.133M(b), Egg, means a funding of guilt or a conviction of a public entity crim., with or without an adjudication of guilt, in any federal or state trial court of record relating ro charges brought by indictment or information after duly 1, 1989, as a result of a jury verdict, ;zonjury trial, or entry of a plea of guilty or nolo contendere. 8. I understand that an*&Mate' as defined in Paragraph 287.133(1)(a),Eziiala means: I. A predecessor or successor of a person convicted of a public entity crime; or 2.An entity under the control of any natural person who is active in the ma:iagement 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 manggement of as affiliate. The ownership by one person of shares coLstituti.ng a controlling interest in another person,or a pooling of$gWpmeat or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie that one person controls another person. A person who knowingly enters into ajoint venture-with a person who has been convicted of a public entity crime in Florida during the preceding M months shall be considered an affiliate. 6. 1 understand that a "person' as defined in Paragraph 28"].133(1)(e), Florida Statutes means a-ny natural, person or entity orp ized undor the laws of any state or of the United States with the 'IAUG 0:3 '97 09:5781 HER UIP ORL FL P,6 ,I 1 ;��*,ll power to rater intra n binding 4-atract and which bLds ur eprlics '-c 'uid on cc,Insets (Or the provision of goods or services ;et by a public etern' orewrsonk,includesSE`uos�not3 or ccrs dilrectG tmnsact business u^ith a pubbc entity, The F who are active in executives, partners, shareholders, employees, members, and agents maaagem¢nt of EiJ,1 entity. I Based on information and belief, the statement which I have marked be3ow i5 tn.e iu relation to 7. Cate which �tavaent applies} the entity submitting this sworn statement, (Indli i s sworn statement, nor any Of it9 off.cers, XX directors, l _Neither the entity submitting thi executives,partners,shareholders, employees, members or agents who are active.s management of the entity,nor any affiliate of the entity have been charge3 with and convicted of a public entity crime subsequent to July 1, 1889, no or=ore of its officers, j dire,:tors,executives, i _The entity submitting tbSa estatement,or o ae members, or agents who are active in maaagement of the partners, shareholders, employ amity, or an affiliate of the entity has been ahaMed with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting the sworn statement,or one or more of its officers,directors,executives, partners, shareholders, employees, members, or agents who are active in the a ublicement of the entity, or an affiliat$d Of the entity has been chargod With and convicted of a p 'blie emit}' *.rime. before & 6vtbseng quent to.Tiny 1, 1889. However,there has been a subsequent pprrdc gthe ssl Order ante ed Omar of the State of Florida, Division of Ad gs 11 t Ln I e public interMat tts place the entity, by the gearing OMC the determiusd that it was got the P a cngX afthe 8� arderl vubmitting this sworn eteUment on the convicted vendor ' O7�OE TI�tS FORM TO THE CONTI•tAC�'MfG O>' OM FOR I ZDFrI;$TAND THAT TEE SUBMIS�Q .IDS IN PARa4GRAPX 1 `ONES ABOVE IS b`p71 THAT 17UBT1C 81 of TBE TD-4A oxr.�AND,THAT xsrs Fo> TB vA °� ;QM�r0 mom THE 'lam�t�rr Is�•:�ALSO>ilx�o7�ts�r� � . $;viC.LNTITY PRIG$TO.HN'I NG INTO A C&*WACT IN FLCwS 07 TEES�0 AMOK P80yUpID 1N SZC'IION 2,87.017, T FOR CATF-GO'RY TWO OF ANY CEMNGE IN TBE RUORMATION CONTAINED IN February �5 day of Sworn to and subscribed before me this Personally knowuART GlEA1, Y Natery Public - State oft-�— OR idanta5catiQ >- t C.ri})L�'liC7la rf U,k'G•�'a!"�+ My comalission expires (Type of identification) Craig A. Sanford (Printed typed or stamPed ubiic) Form PLlR 7063 (Rev. 06/11/92) commissioned name of notmy P AUG 38 '97 09:58HIl HER UIP 4RL F-L P. r DRUG FR WC✓1KP CE CERTIFICATION ipE:NTICAL TIE BIDS in accordance with Florida Statutes 287.487, preference shall be given to bus[iesses with drug-free', workplace programs. Whenever two or more bids which are equal with raspec!,to price, qua.11ty, and service are received by the State or by any political subdivision for the procurement of eommoditles' or contractual services, a bid received from a business that certltles that it has Implemented a drug free werkpiace program shall be given preference in the award process. Established procedures for processing the bids will be follewod K none of the tied vendors have a drug-fres workplace programa In order to have a drug-free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful man ifacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and', specifying the actions that will be taken against employees for violations of such prohibition.' 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplaoe, any available drug counseling, rehabilitation, and employee asslstarce programs, and the penalties that may be imposed upon employees for drug abuse violations. 3.Give each ampicyae engaged In providing the commodities or contractual services that are under bid a copy of the statement specified In subsection (1). a. In the statement specitled In subsection (1), notify the employees that, ns a condition of working on the commodities or contractual services that are under k id, the employee Mill abide by the terms of the statement slid wfil notify the employer of any conviction of,or plea! of guilty or nolo contendere to, any vlolaflon of Chapter 893 or of any controlled substance law of the united States or any state,for a violation occurring In the workplace no later thani five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participat's n in a c rug abuse assistance or rehahirdation program tf such Is avoidable In the employee's aammunity, by any employee who Is so convicted, 6. Make a good faith effort to continue to maintain a drug-freo workplace through implementation of this sectlon. As the person authorized to sign the statement. I certify that this firm oornplles fully with tho above requirements, He Equipment Rental Corporation (Cy p f BY: slur , DFW•t AUG 08 '97 09:58RI HER UIP 4RL FL P.8 CITY OF MELBOURNE EQUIPMENT MAINTENANCE 2901 HARPER ROAD MELBOURNE, FLORIDA 32944 SPEGZFICATIONS FOR 14 FM TRAILER MOUNTED AIR COM?RABIJOR r F, �GIpE t Q A Heavy duty ,industrial diesel - minimum (30bhp) 10C cu . in. 3 . 12 volt charging system with a minimum of 37amp alternator and heavy duty battery. -- a "NVar-`rT- C . Gauges and instruments will include air-pressure gauge, hour-meeker, oil .pressure gauge. D . Monitoring System - for engine shut down in case ol- low oil pressure, high engine temperature, and high compressor air temperature. COMERF$SOR: A. Type - coil flooded rotary screw capable of 100psi at 100cfm. B . Two-stage - air intake system with replaceable elements . a F 1_ . Automatic blow-down system. D. 50 feet of air-discharge hose with couplers . TRAILER., A. Minimum of 13" wheels with minimum load range "B" tires . 5 . Leaf spring or torsion bar suspension. C . Tow bar with 211 ball type hitch. D . Safety chains . E . Combination stop, tail--light with directional indicators and wiring. F. Complete enclosed engine and compressor compartment (dual entry doors) . DELIVERY, INSPECTION. TESTS: The below described schedule shall be followed by the City and the auccessful bidder in the delivery, inspection, and tests for each MCLchine purchased by the City of Melbourne. Following delivery of the equipment to the City of Melbourne at the specifwed point, 2901 Harper Road, Melbourne, Florida 32904, as shown on the purchase order, unit shall be thoroughly inspected for total compliance with ,'hese specifications . Performance tests shall not begin until said equipment is in exact compliance with, all requirements as specified. TECHNICAL MANUALS_, ETC. The successful bidder ehall supply two (2 ) sets of operators manuals, service manuals, parts hocks, wiring diagrams, lubrication chants, and all other applicable technical information for each machine purchased by the City of Melbourne . The Manufacturer's Warranty and Service Policy to be delivered with th(q equipment . 17 AUG 08 '97 U9:59AN HER UIP ORL FL P.9 PAGE 2 �p�YFICAT OI �S F0�O�aC�, TIiAI��NTCOM�N-1 TR&I I ; provide a minimum of two (21 hours training n The Successful bidder shall a oration of equipment. Preventive maintenance and proper P F 0 8. O TI CITY OF MELBOURNE EQU?PMENT MAINTENJUNCE 2901 HARPER ROAD MELBOURNE, FLORIDA 32904 p IO S• TO—be deli 0 yLlth n t 1 . one (1) 35 ��. breaker with bite (fiat spade, point) . 2 . One (1) 4D lbs breaker with bits (flat spade, hammer point) . 011096 a AUG 08 '97 29:=9AM HER UIP OHL FL P.10 EQMI�IJAIJ�A� NerYt EQuJiomentRent�/�:YJrpor6tfor7 103 3 Orenge 8/vsiom reed"rrdo,At 32,903 re%phona-(40T)843.3SP40 AAon�gl,PcbruMuY 06, 18iBe City of Mdb=M 2801 K&W Rd. iNiOMM,FL 32004 ZARB DQW R eD: 1.KUbda 1505E Dind,33.3 MP Q 2W RPM,91.44 Cubic IrUh. 2.AlemOr is rdW 6 900 Web. 3.Air kdeke used 2 dry Mw Ates(flr v Ift•fiEe).No precleow. RUG 08 '97 10:30AM HER UIP ORL FL "THE RUGGED BREED" MODEL 100 DIESEL V RENTAL INDUSTRY PROVEN MAXIMUM PERFORMANCE ✓ ATOP "WORKER" ON ANYJO1B i' •4 r r RUG 08 '97 10:a0AM HER UIP 4RL FL P. 13 Quiet, efficient, rugged,, dependable ....... SMITH MODEL 100 Where trouble free performance Is de- manded,the SMITH 100 Diesel Is the unit of choice for the rental Industry. 4 Cylinder Powered by a KUBOTA 4-cylinder diesel Kubota k engine, a highly efficient perfomner with a diesel fuel consumption of only 1.8 GPM at full engin load. G The SMITH single stage rotary screw oper- ates in an oil flooded chamber for minimal wear and maximum efficiency. Large ' Housed In the popular SMITH frame and all tool box ass $teel enclosure that hes survived the de- mands of the renttll industry since 1872, It is a model of easy maintenance. A flowthrough ventilation system permits cooler operation even during high outside temperatures. Automatic Safety shut down switches and blow down valve provide engine and air end protection. Check out all of the features of the SMITH Hoa -duty bumper ' 100 Diesel and discover why we should be + your first choice in diesel air compressors for economy,performance and dependabil• / Ity, Wide stance for stability Dual filter air system etncaently fill- Air end features asymmetrical, The 4-cylinder KUBOTA diesel en- ters air for engine and oompressor, single stage rotary sorew operating gine Is the power plont for this fuel in an oil flooded compression efficient unit. chamber, - K BEI,f i HUG 08 '97 10:U1HM HER UIP 4PL FL P.14 ..... and economical Lockable doors 3/4" service valve i {I, Full instrumentation ��• Slght glass & oil fill conveniently .� located outside enclosure a i Retractable rubber r tired third wheel Heavy duty running gear features a 3" tubular cambered axle and 15" wheels and tires. Package Clesign Features Large unobstructed steel tool box' 3/4" NPT air service valve S gauge steel enclosure Lockable doors Steel fendem Retractable rubber tire third wheel a Weary -duty bumper 3,000 lbs axle and two 1,500 lbs springs a Fuel filter • Fan guard • Safety chains a Full Instrument panel: Air presoure gauge Engine tail pressure gauge Voltmeter Hourmei:er Engine coolant temperature gauyge Compressordischarge temperature gauge Starter e;witch Bypass switch Glow plug i`or easy starting In cold weather a Automatic shutdown far: High discharge air temperature High en4lins coolant temperature Low engine oil pressure Automatic blow down valve shown with Optional Equipment optional ball & a Lifting ball .assembly socket adaptor • Instrument panel door • Ball and sccket adapter a Light kit Safety Chains • Air filter indicator Rugged unitized oonstruation of the Rugged steel bumper is slandard frame and all components, equipment. r, Stu USN U'. L ��i I PUG 08 '97 10:01RI HER UIP 4RL FL P.15 SMITH MODEL IOODP DETAILED SPECIFICATIONS T-- 17.60 �E "EEL a) 9.75 Overall Spi"Itica tlions Weight' Kubota/9&SE (Portable)..... 1550 Ibs........ (721 kg) (Utility).,..,.,,., 1283 lb$ ........ (SM kg) Length (Portable) ..........112 In— (2845 mm) (Utglty) ................. 78 in ... (1081 mrn) Width .........................33.6 (Portable) ............ 86 In... (1727 mm) (Utility) .............. 32.6 In ..... (826 mm) Height" Watts (Portable) ............ 36 in... (1423 nen) (Lift .— ............. 46 in... (1143 mm) Track (center of tiros) 69,8 In ... (1600 mm) Pneumatic tiros (as shown or equal) .......216-76R10 Weights include oil and 50150 coolant. " Helgtft Are to top of air inlet cap. WARR"TY 69,50. 1.19 --� - 156.00 53.38 I i 33.36 112.00 Engine Type.... ......... .......... I .... I....................... Diesel Make/Modal ............................ Kubota/9&SE Cylinders.................................................... 4 Displacement (cu. in.) .......................91.x4 Rated maximum speed ............... 2350 RPM Idle speed ....................................1800 RPM Brake HP C 3004 RPM .........................33.6 Coding system Capacity (liquid) ,... 1,06 Gal Inglne oil capacity (with filter) ...... 1.7!9 Dal Altematcr .......................................360 Watts Electrical system ............................... 12 Veit Battery ................................ 414 CCA ® 0- F — 65.00 —�--y Coml: essor Type ....................................... Asymmetrical Single -Stage -oil Flooded Rotary Screw Actual free air delivery at 100 PSI .............................. 100 CFM Rated operating pressure ............. 104 PSI Maximum operating pressure ....... 125 PSI Mlnimurn operating pressure .......... 80 PSI Air servloe valves .......................... (1) 314 in Compressor reservoir capacity— 51/2 Gal All SMITH diesel powered air compressors carry a full 24 month or 2000 hour warranty on defects of material or workmanship to original purchasers. This warranty covers everything except fires, battery, and general maintenance. Towing speed should not exceed 68 MPH I 1535 Old LouiaWile Aced, Bawling Green, KY 42-101 Phone; (502) 842.1688 • Fax (502) 782-2141 no company reserves the right to alter or improve the design of Its mach6rery as described heneim and to,hrntsh it, when w altered, witheat rOownce to tim rUr atm - dans or deror¢uium N Nov bMAetin.