Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
VII (C) Approve Purchase of Heavy Duty Mobile Lifting System for Buses and Trucks (B-00-03) from Interstate Life and Equipment Company
Agenda 3-U7-2000 Item VII C "CENTER OF GOOD LIVING-PRIDE OF WEST ORANGE" MAYOR•COMMISSIONER Ocoee S.SCOTT VANDERGRIFT O din,. CITY OF OCOEE COMMISSIONERS C, L a 150 N.LAKESHORE DRIVE DANNY HOWELL �, p SCOTT ANDERSON OCOEE,FLORIDA 34761-2258 RUSTY JOHNSON 44:44 ``a�� (407)656-2322 NANCY J.PARKER Op Gp CITY MANAGER ELLIS SHAPIRO TO: The Honorable Mayor and City Commissioners FROM: Joyce Tolbert, Buye (// DATE: February 25, 2000 RE: B00-03; Heavy-Duty Mobile Lifting System for Buses & Trucks The fiscal year 1999 Capital Improvement Plan included the purchase of a 60,000 lb. above ground lift for the Public Works/Fleet Maintenance Department. The funding for this lift will be out of the Revenue Bond for the new Public Works Facility. The bids were advertised on January 9, 2000, and were publicly opened on February 10, 2000. Responses were received from the following companies: 1) A-Line Equipment $43,586.44 2) Automotive Resources $42,412.80 3) Challenger Lifts $54,910.00 4) Florida Tire Supply $36,247.00 5) Mohawk Resources $35,564.00 6) San Antonio Equipment $29,721.00 7) Heavy Duty Lift& Equipment $35,756.00 8) Interstate Lift& Equipment $29,150.00 9) Fleet Solutions $44,860.80 Please find attached copies of the above responses along with the bid tabulation sheet, for your review. The bids were reviewed by the Public Works and Finance Departments. Staff recommends awarding this bid to Interstate Lift & Equipment Company, per the attached memo from Bob Smith, Public Works Director. C6 Pow1 Prc:ect igCGE:!F'W} t 4 k Es c; RECOMMENDATION It respectfully is recommended that the City Commission award Bid #00-03 to Interstate Lift & Equipment Company, and authorize staff to proceed with the acquisition of this equipment. 2 MEMORANDUM TO: Joyce Tolbert, Buyer FROM: Bob Smith, Public Works Directo DATE: February 25, 2000 RE: Mobile Lift Bid Analysis I have reviewed all bids submitted for the Mobile Lift System and I find all products submitted acceptable. The attached spread sheet is a cost analysis of the desired system and number of accessories from the two apparent low bidders. As you will see, the system and accessories proposed by Interstate Lift Company offers the lowest price. Therefore, I recommend the purchase of a four post lift system and the described quantities of accessories from Interstate Lift for a price of$29,150. Please let me know if I may be of further assistance. BS:jh C: Wanda Horton, Finance Director 4 POST INTERSTATE LIFT SAN ANTONIO QUANTITY UNIT PRICE EXT. PRICE QUANTITY UNIT PRICE EXT. PRICE Four Post Lift 1 $19,550.00 $19,550.00 1 $17,990.00 $17,990.00 Mobile Stand Tail 8 $600.00 $4,800.00 8 $790.00 $6,320.00 Mobile Stand 4 $600.00 $2,400.00 4 $583.00 $2,332.00 Screw Fine Adjust 0 $0.00 $0.00 0 $0.00 $0.00 Reduction Sleeve 4 $600.00 $2,400.00 4 $521.00 $2,084.00 Remote Control 1 $0.00 $0.00 1 $995.00 $995.00 TOTAL $29,150.00 $29,721.00 Page 1 / 13-AY-e-je----- BID CHECKLIST FOR: L/i% /6:e° BID #00-03 HEAVY DUTY MOBILE LIFTING SYSTEM FOR BUSES TRUCKS II, _ n Au orii twe, ° : SEF C kChallen e'r Lifts'; FL Tire:Su' 0 1 Mohavrk „ „San=Antonto"°;. :Elea; Du ;.L tian ' u f' _ �`Li�,,, t o � A g, pp y � vy ty A tic A to In erstate ft �—/ A�L �� �� ' z ,Resources?',,,-•,. ` ,`� Resources �`E ui nent &E ui rn} t Su` 'hers &= ui rnent -� f ` Addendum No. 1 N� i/ ✓rt ✓ V Iv0 NO Addendum No.2 / ✓ / / No / / tfr (1)signed original / / / N() • (15)copies I V / V V ( i i I. Four Post Lifting ,I r� /� ,I�7, �y /' �i/^ /� �*, 2(UO9, 1 ,0 System 301�-OZ� . 7Z•� G /J�'vv (Z4 W 17`7 6-X Oi6�7LU• � 1� .�[1 ���o�� c�V t-1 7�57-�� II.Six Systemt Lifting ,15� OD 37a83'w ���0oo ��:J33.� 797• a0 0 6- 4e7o • a-v _5�3 III. Mobile Support ,1 ��yy �j �7 / �'\ Stand,Tall(Each) .5 •LJD a.3 3" co coceo,LU /ov- q . co hmii- Cd Cpd0, c-6 5qo.40^� IV. Mobile Support �l p /- d�• 60 Stand,(Each) /� /60-Z O�659,60 C}30,co / O,CO 553, CO &,5q.c Ce00• Co /&1O. &O V.Screw Fine Adjust "��6 ,,f I 53,34 for Support Stand / .�� _( l 0 NO rrr6 I"nU J / /5p" �6 (each) r �J r VI. Reduction �1 p /- �P I I Sleeves(Each) I ,U) '7O - a) goer cp qff-a) • 1• a) /D 5.a) CeOO- 66 102F, a) 36p , J b VII. Remote Control 3So'g� in dcC 1146,6 Mao-et ciq5.Ud 35� _ I neLLS 36,- so (j'.o r�� ) (Na r �e U 1 ?YAP ! hetrarm 02-11-98 SPECIFICATIONS Lifting Systems ARI-HETRATM MODEL HDML-8 HEAVY-DUTY MOBILE LIFTING SYSTEM FOR BUSES AND TRUCKS SECTION 1 -GENERAL This specification is for a heavy-duty mobile lifting system, consisting of four(4)to six (6) posts,which are capable of lifting 15,000 pounds per post or up to 90,000 pounds with six - (6) posts. Each lifting post shall be mobile and easily positioned to the wheels of the vehicle for lifting. The system will be finished in OSHA safety green. SECTION 2 -CONSTRUCTION In accordance with the American National Standards Institute(ANSI)Requirement B153.1 - 1990,"Safety Requirements for the Construction, Care and Use of Automotive Lifts",where applicable. Each post shall be NRTL listed electrically, structurally, and bare the-ALI/ETL label of compliance. All fabricated steel shall be of U.S. origin. SECTION 3 -DETAILED SPECIFICATION 3.1 Support Column - The support column shall be a single, heavy-duty wide flange "H" beam, with a section modules not less than 14. The flanges of the beam shall be precision machined to allow smooth operation of the lift carriage rollers. Three-quarter.inch.(3/4")xliarneter holes.on_wo inch (2") centers shall be drilled vertically in the web of beam, to provide an indent for operation of the mechanical safety lock. 3.2 Lift Carriage - The lift carriage assembly shall form a box-like structure around the support column and be guided with four(4)each flanged rollers. The bearings shall be self-lubricating type, requiring no lubrication. The bearing shafts shall insert from the outside and provide for easy removal for inspection or replacement of rollers. Each carriage shall have a removable access panel on the front and rear for easy entry to all safety solenoids and switches. There shall be a minimum distance of three inches (3") between the lift carriage and support base when carriage is lowering,to eliminate any possible pinch point. Automotive Resources, Inc. 9990 Lee Highway, Suite 160 Fairfax,Virginia 22030-1720 (703) 359-6265 FAX (703) 359-6405 (800) 562-3250 Web Site: http://www.ari-hetra.com E-Mail: webmaster@ari-hetra.com 02-11-98 Page 2 of 6 SPECIFICATIONS HDML-8 3.3 Support Base - There shall be two (2) wheels on the support base and one(1)steerable wheel. A hydraulic jack shall be mounted on the steering . end wheel and shall be capable of raising the base above the floor five inches (5"), to provide adequate clearance when moving lifting post over ramps, etc. An OSHA approved handle shall be attached to the steering wheel and be spring-loaded to the vertical position. 3.4 Motor, Brake and Drive - The motor shall be (high efficiency), totally enclosed, 208-230 or 440 volts, 3-phase, 60 hertz synchronous motor. Each motor will have thermal protection. The motor shall not exceed 2.2 hp. The motor shall contain a spring-loaded brake. The brake shall have a means for attaching a handle, which allows manual release of the brake for lowering of lift should an electrical power failure occur. A top-mounted, sealed and self-lubricating reduction gearbox shall be provided for connecting the motor to the ball screw assembly. 3.5 Ball Screw and Nut - The mechanical lifting drive shall be a recirculating ball bearing screw shaft and nut, thereby avoiding undesirable friction. Brass nuts "acme" threaded, are not acceptable. Further, hydraulic lifting cylinders are not acceptable due to the inherent leaking of hydraulic fluid and difficulty to synchronize the lifting posts. The ball screw shall have seventy-two(72) ball bearings and shall be completely self-contained within the nut. There shall be no separate or external races on the nut for recirculating the ball bearings. To prevent misalignment between the ball screw shaft and nut, a conical-type load bearing washer shall be provided between the nut and lift carriage assembly. The ball screw assembly shall have a minimum life of ten (10) years. The drive screw and nut shall have a safety factor of 11.5 to yield;-based ora.a.rated load-capacity.of 15,000 pounds. Required lubrication of the ball screw shaft and nut shall not be more than twice a year. A zerk fitting shall be provided at the top of the nut. Ball screw and nut shall have a five (5)-year warranty. 3.6 Mechanical Safety Device - A mechanical wedge-type safety device, independent of the ball screw shaft and nut, shall be provided. The safety device shall automatically wedge between the lifting carriage and the I-beam and lock the unit should the following occur: ball screw shaft failure, lifting nut failure, drive gear failure, motor brake failure. The wedge system is a "positive" engagement system, whereas the downward force makes the safety stop stronger, eliminating ratchet shear points. A micro switch shall i be provided, which automatically stops operation of all lifting posts when mechanical safety lock engages. Follower nut safety methods are not acceptable, because they do not provide a safety system in case of a shaft failure. 02-11-98 Page 3 of 6 SPECIFICATIONS - HDML-8 3.7 Electrical Controls - The following electrical controls shall be provided (all electrical components shall be watertight): 3.7.1 Main Control/Power Box - The removable power box does away with the dedicated "master control"/main._control box. The Main. . .... control box shall be mounted onto a post by means of two (2) mounting rails,thereby enabling the power box to be easily removed and relocated onto any other system post without reconfiguring the wiring system of the other posts and/or relocation of slave boxes. No tools are required to move the power box. All wiring shall be labeled with numbers corresponding to same on electrical schematic to assist in troubleshooting.. All switches will be watertight to prevent the entry of moisture. 3.7.1.1 A built-in transformer shall be provided in the power box in order to accept Delta or"Y", 3-phase current. 3.7.1.2 PFR Phase Control - Electrical sensing device shall be provided in the removable-power box-and shall - perform the following functions: • Automatically select proper phase rotation; • Prevent unit from operating if any phase is inoperative; • Detect --low -voltage -and -shutdown system. 3.7.1.3 Power On Switch - Will reset electronics in the event of a fault shutdown. 3.7.1.4 Two (2)208/440 power relays for rotation sequencing. 3.7.2 Lifting Post Controls - Shall be mounted into a anodized aluminum extrusion. Further, all circuitry shall be on a printed circuit board (PCB) interfacing with all control wiring, motion detection and speed control. Each PCB will have self-diagnostic lights, indicating operation mode. The PCB shall be easily removable for service inspection and covered in a polysynthetic finish for additional moisture protection. 02-11-98 Page 4 of 6 SPECIFICATIONS - HDML-8 • 3.7.2.1 Up and Down Switch - Lighted switch blinks on/off when selector switch is in single post position, or when a safety device has be activated. All up and down switches must be dead-man type, requiring constant pressure by an operator to raise or lower. The lights stay on in multiple post position. 3.7.2.2 Emergency Stop Switch - Red mushroom palm operated switch. Completely stops operation of all lifting posts when actuated. 3.7.2.3 Up Limit Switch -.Is a 2-stage switch. First stage stops travel of individual post; second stage prevents over-travel by stopping operation of all posts. 3.7.2.4 Lower Limit Switch - Stops the operation of unit when lift assembly has reached the fully lowered position. 3.7.2.5 Mechanical Safety Lock Switch - Is actuated by the ball screw nut when the mechanical safety lock engages. When an obstruction is blocking the lifting carriage from lowering, a secondary safety switch will shut the entire system off. 3.7.2.6 All switches shall be water-resistant , positive break type. 3.8 Lift Carriage Movement Detector - A device shall be provided that detects the up and down movement of the lift carriage and if any of the following occurs, stops operation of all lifting posts: • Lifting carriage does not move up or down; • Lifting carriage moves up or down faster or slower than other lifting posts by preset limit; • When lifting carriage is lowering, if carriage exceeds preset lowering speed, system will shutdown and safety lock will automaticallyiengage. 02-11-98 Page 5 of 6 SPECIFICATIONS - HDML-8 3.9 Electrical Cables - A fifty foot (50') long power cable shall be connected to the main controVpower box. The cables,which interconnect the lifting posts, shall be a single, multi-conductor cable thirty-six foot (36') long. The outer sheath of all, cables shall be of a material that will provide maximum resistance to wear and damage and be impervious to fuels, oils or other fluids common in a vehicle repair facility. The interconnecting cables on each end shall have a quick disconnect plug made of high density PVC material. All cables shall be safety yellow in color per OSHA standards. 3.10 Final/Terminating/Dummy Plug - Shall be installed in the last post in series. The dummy plug allows the ability to use two (2) posts without having all four(4) posts hooked-up. Additionally, the dummy plug serves as an operator lock-out,for user restriction. 3.11 Specific Sizes and Capacity 3.11.01 Capacity- Each post 15,000 pounds: 4 posts = 60,000 pounds • 6 posts = 90,000 pounds 3.11.02 Lifting Height-64 inches 3.11.03 Lifting Speed - 1.7 minutes 3.11.04 Motor-2.2 hp, 208/230 or 440/480 volts, 3-phase.60 hertz 3.11.05 Control Voltage - 110 volts and 24 volts . 3.11.06 Maximum Height-86.5 inches 3.11.07 Length -45.3 inches 3.11.08 Width-41.3 inches 3.11.09 Turning Circle-43.3 inches 3.11.10 Tire Sizes - 12R-24.00 to 10.00-20.00 (See Section 4.4) 3.11.11 Electrical Requirements: Number of Posts Minimum Circuit 4-posts = 30 AMPS, 208/230 Volt 4-posts = 20 AMPS, 440/480 Volt 6-posts = 45 AMPS, 208/230 Volt 6-posts = 30 AMPS, 440/480 Volt 02-11-98 Page 6 of 6 SPECIFICATIONS - HDML-8 SECTION 4 - ACCESSORIES 4.1 Mobile Support Stand, Tall (Model AB-6-20) - The support stand shall have a capacity of 15,000 pounds with a cradle support pad. The stand shall be adjustable from 46.25 inches to 78.8" inches, in increments of three inches (3"). Each stand shall be equipped with a gas spring for assisting in the height adjustments. Further, the stand shall be designed and engineered to sustain three-times its rated load carrying capacity and finished in OSHA safety green. Two (2) wheels and a handle shall be provided for easy maneuvering of stand(s). 4.2 Mobile Support Stand (Model AB-12-20) - The support stand shall have a capacity of 30,000 pounds with a cradle support pad. The stand shall be adjustable from 47.25 inches to 78.8" inches, in increments of three inches (3"). Two (2)wheels and a handle shall be provided for easy maneuvering of stand(s). 4.3 Screw-Fine Adjustment (Model SP-75) - For Model AB-6-20 mobile support stand. Adjustable from 2-4". Shall be made of a five-sixteenth inch (5/16") steel plate with threaded head allowing the mounting pad to make direct contact with the vehicle frame. 4.4 Reduction Sleeves (Model EP-2) - For lifting smaller vehicles with tire sizes from 10.00-12 up to 8.25 x 20 (down to minimum 13" rim size). Reduction sleeves shall be adaptable to the carriage lifting forks without requiring any modification or installation to the existing lift carriage. Each sleeve shall be made of quarter inch (1/4") steel with zinc plating. Two (2) reduction sleeves per lifting post. SECTION 5 - WARRANTY Five (5) years on drive screw and nut. One (1) year on all other parts and labor. All parts and service support must be available within 24 hours. Manufacturer must have a minimum of five (5) years experience in the U.S. SECTION 6 - MANUALS Complete operation and service manuals with troubleshooting information and parts breakdown shall be provided. Lirs �Q O 41 Ittre MET Manufacturer Reserves The Right To Change Specification Without Notice 0696-0710 ARI hetráTM Lifting Systems 01/15/95 TM ARI-HETRA HDML MOBILE LIFTING SYSTEM STATEMENT OF WARRANTY ARI-HETRA lifts, including motor and electric parts, are warranted to the original Purchaser to be free from any defect in parts and workmanship for a period of one year. Any part found to be defective within one year from the invoice date will be repaired or replaced by AR/-HETRA without charge for parts or labor during the full first year, subject to AR/-HETRA'a determination that the parts are defective and have not been misused or abused and subject to return of any parts for final disposition of the warranty claim to ARI-HETRA. This Warranty does not extend to defects caused by abuse, misuse, overloading, accident (including shipping damage), improper maintenance, alteration, or use of lubricating fluids different from those specified in the printed materials delivered to original Purchaser with the equipment. Further,this Warranty does not cover equipment when repairs have been attempted or made by anyone other than an ARI-HETRA authorized service representative. Effective June 1994, in addition to the ARI-HETRA standard warranty,the drive screw and ball-nut (lifting mechanism) will be warranted (component only) for a total warranty period of five(5) years. ORIGINAL PURCHASER'S REMEDY UNDER THIS WARRANTY/S REPAIR OR REPLACEMENT OF THE DEFECTIVE PART OR EQUIPMENT. IN NO EVENT SHALL ARI-HETRA BE LIABLE FOR CONSEQUENTIAL OR SPECIAL DAMAGES, WHICH MAY BE SUFFERED BY ORIGINAL PURCHASER AS A RESULT OF ANY DEFECT THAT MAY ARISE DURING ORIGINAL PURCHASER'S USE OF THE EQUIPMENT. THEREARENO WARRANT/ES THAT EXTEND BEYOND THE FACE HEREOF, INCLUDING WARRANTIES OF FITNESS FOR PARTICULAR USE AND WARRANTIES OF MERCHANTABILITY Automotive Resources, Inc. 10393 9990 Lee Highway, Suite 160 Fairfax, Virginia 22030-1720 (703) 359-6265 FAX (703) 359-6405 (800) 562-3250 Web Site: http://www.ari-hetra.com E-Mail: webmaster@ari-hetra.com "CENTER OF GOOD LIVING-PRIDE OF War ORANGE" MAYOR•COMMISSIONER Ocoee S.SCOU VAN©ERORIP'f �' CITY OF OCOEE� ,rrly� • p � � COMMISSIONERS v e I 150 N.I.AKI?SHGRE DRIVE DANNY HOWELL .» OCf.�I?F,PLOIUDA 34761-2258 RUSTSCOTTY ANDNRSON ���rt �,�+�� (407)656-2322 NANCYSON J PIARKER. CITY MANAGER ELLIS SHAPIRO CITY OF OCOEE INVITATION TO BID #00-03 FOR HEAVY-DUTY MOBILE LIFTING . SYSTEM FOR BUSES & TRUCKS OcaPOJF?rotcc4e'rwsteit i 4 o-• ... 11.:1: 3114 '+Cll.,,•1;(llp\il - #'+i !y Ii ' 1p eta 1IINi'S tip. t'Itlt% BID DOCUMENTS ADV-1 Legal Advertisement 1 thru 12 Invitation to Bid#00-01 SPECIFICATIONS/BID SHEET 1 thru 5 Specifications 6 Bid Sheet SIGNATURE SHEET SIG-1 Signature Sheet t• END_OF TABLE OF CONTENTS TAB LEGAL ADVERTISEMENT Ocoee City Commission Sealed bids will be accepted for Bid #B00-03, HEAVY-DUTY MOBILE LIFTING. SYSTEM FOR BUSES & TRUCKS, no later than 10:00 AM, local time, on February 10,2000. Bids received after that time will not be accepted or considered. No exceptions will be made. The City reserves the right to reject any and all bids and waive informalities. Bids will be received in the City of Ocoee, Attn: Joyce Tolbert, Buyer, 150 N. Lakeshore Drive, Ocoee,Florida 34761.2258. Bids will be publicly opened and read aloud in the City Hall Commission Conference Room on the above-appointed date at 10:01 PM, local time, or as soon thereafter as possible. Prospective bidders may secure a copy of the bid package from Joyce Tolbert at Ocoee City Hall Finance Department, 150 N. Lakeshore Drive, Ocoee, FL 34761-2258. Partial sets of bid documents will not be issued - All bids shall be submitted as (1) one original and fifteen (15) copies in a sealed envelope plainly marked on the outside with the appropriate bid number and opening date and time. No facsimile or telegraphic submissions will be accepted. City Clerk January 9,2000 ADS'-i • • • SOLICITATION FOR FORMAL SEALED BID CITY OF OCOEE, FLORIDA Date:1/09/00 Bid Number: B00.03 Department: Public Works THIS IS NOT AN ORDER SUBMIT BID TO: Bidder Name: City of Ocoee Mtn: Joyce Tolbert, Buyer 150 N,Lakeshore Drive Ocoee,Florida 34761-2258 NOTICE TO PROSPECTIVE BIDDERS: Use address above with bid number to ensure proper identification of your bid and facilitate handling. IF "NO BID," SO STATE ON FACE OF ENVELOPE, INSSTRUCTiONS: • • PLEASE READ AND COMPLY WITH ALL INSTRUCTIONS CONTAINED HEREIN. EACH BIDDER MUST SECURE A COPY OF THIS BID FROM THE CITY BUYER_ ONLY. EACH BIDDER SHALL FURNISH THE INFORMATION REQUIRED ON THE BID FORM AND EACH ACCOMPANYING SHEET THEREOF ON WHICH HE MAKES AN ENTRY. BIDS SUBMITTED ON ANY OTHER FORMAT SHALL BE DISQUALIFIED. THIS BID MUST BE RECEIVED IN THE FINANCE DEPARTMENT, ATTN: CITY BUYER, CITY OF OCOEE, NOT LATER THAN 10:00 AM, LOCAL TIME, ON .FEBRUARY 10,2000. PLEASE QUOTE LOWEST PRICE AT WHICH YOU WILL FURNISH THE ITEMS LISTED, • PINS CONSIDERED F.O.B.DESTINATION UNLESS OTHERWISE STATED. • 1 PRICES SHALL REMAIN FIRM FOR A PERIOD OF (90) NINETY DAYS FROM DATE OF BID OPENING. BIDS WILL BE PUBLICLY OPENED AND READ AT OCOEE CITY HALL, CONFERENCE ROOM, ISO N. LAKESIIORE DRIVE, OCOEE,"FL 34761 AT 10:01 AM, or as soon thereafter as possible on the above-appointed date. PLEASE CHECK. YOUR PRICES BEFORE SUBMISSION OF BID AS NO CHANGE IN PRICES WILL BE ALLOWED AFTER BID OPENING. DO NOT USE PENCIL WHEN INSERTING PRICES- USE INK OR TYPEWRITER ONLY, BE SURE BID IS SIGNED. ANY CLARIFICATIONS/CHANGES WILL BE THROUGH WRITTEN ADDENDA ONLY ISSUED BY THE BUYER, ALL ITEMS QUOTED MUST BE IN COMPLIANCE WITH THESE SPECIFICATIONS. INVITATION TO BID FOR; HEAVY-DUTY MOBILE LIFTING SYSTEM FOR BUSES & TRUCKS ALTERNATE BIDS WILL NOT BE ACCEPTED UNLESS SPECIFICALLY CALLED FOR IN THIS SOLICITATION. • TECHNICAL SPECIFICATIONS: SEE ATTACHED BID SIGNATURE SECTION: 1. This sheet must be included and returned with your proposal, 2. Delivery may be a factor in the award. 3. Bids may not be withdrawn for a period of 90 days after bid opening date. 4, Bidder's attention is specifically called to the terms and conditions of this solicitation. ti 5. The City reserves the right to reject any or all bids, without recourse, to waive technicalities or to accept the bid which in its judgement best serves the interest of the City. Cost of submittal of this bid is considered an operational cost of the bidder and shall not be passed on to or be borne by the City. 6. The City reserves the right to increase or decrease quantities in these specifications. 7. Goods, services, supplies, or equipment covered in these specifications shall be delivered F.O.B. destination. 8, IF NOT BIDDING ANY OR ALL ITEMS,PLEASE SO STATE. 9. PUBLIC ENTITY CRIME STATEMENT: All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for proposals as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287,058, Florida Statutes, shall contain a statement informing 2 • persons of the provisions of paragraph (2)(a) of Section 287,133, Florida Statutes, Which reads as follows: " A person or affiliate who has been placed on the convicted bidder list following a conviction for a public entity crime may not submit a bid on. a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity\for the construction or repair of public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor,or consultant under a contract with any public entity,. and may not transact business with any public entity in excess of the threshold amount provided in Section 287,017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted bidder list." All bidders who submit a Bid or Request for Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the bid documents are qualified to submit a bid under Section 287.133, (2)(a),Florida Statutes. 10. STATEMENT OF AFFIRMATION AND INTENT: The undersigned, hereinafter called the bidder, declares that the only persons, or parties interested in their bid are those named herein, that this bid is, in all respects,.fair and without fraud, that it is made without collusion with any other bidder or official of the City of Ocoee, Neither the Affiant nor the above named entity has directly or indirectly • entered into any agreement,participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. The bidder certifies that no City Commissioner, other City official or City employee directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) The bidder certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with. the City. In the event that a conflict of interest is identified in the provision of services, the bidder agrees to immediately notify the City in writing. The bidder further declares that he has carefully examined the scope of services, instructions, terms and conditions of this bid and that their bid is made according to the provisions of the bid documents and that he/she will meet or exceed the scope of services, requirements, and standards contained in the Invitation to Bid documents. Bidder agrees to abide by all conditions of the negotiation process, In conducting 3 • negotiations with the City,bidder offers and agrees that if this negotiation is accepted,the bidder will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City'i discretion, such assignment shall be made and become effective at the time the City tenders final payment to the bidder, The bid constitutes a firm and binding offer by the bidder to perform the • services as stated, ANY QUESTIONS REGARDING THIS BID SHOULD BE ADDRESSED TO THE FINANCE DEPARTMENT, CITY OF OCOEE, FL (407) 656-2322, EXTENSION 1516. CONTACT PERSON; JOYCE TOLBERT, BUYER. BIDDING INSTRUCTIONS,TERMS, AND CONDITIONS: 1, PREPARATION OF BIDS - (a) Bidders are expected to examine this bid form, attached drawings, specifications, if any, and all instructions. Failure to do so will be at the bidder's risk. (b) All prices and notations must be in ink or typewritten. No erasure permitted. Mistakes may be crossed out and corrections typed adjacent and must be initialed and-dated in ink by person signing quotation. All quotations must be signed with the firm name and by a legally responsible officer or employee. . Obligations assumed by such signature must be fulfilled. (c)Each bidder shall furnish the information of which he makes an entry. A total shall be entered for each item bid. In case of discrepancy between a unit price and extended price, the unit prices will be presumed to be correct. 2. USE OF TRADE NAMES - Specifications used are intended to be open and non- restrictive. Any reference to brand name or number shall not be construed as restricting to that manufacturer, but to be used as a minimum standard of quality. When no reference or change is made on proposal by bidder, it is understood that the specific brand item named on proposal shall be furnished by bidder. If bidding on other than the make, model, brand or number as shown, and offered as an equal, complete technical information, specifications, manufacturer's name and catalog reference must be clearly stated on bid proposal or attached letter. Any deviation between brand offered and brand specified must also be clearly indicated. 3. DELIVERY - Time of delivery is of the essence in the performance of the contract, and failure to perform in accordance with the delivery deadline(s) set forth in the specifications or any other contract document shall constitute default under paragraph 7 ( c ). Unless a written extension is obtained from the City prior to the delivery deadline(s), there shall be no excuse for untimely performance. The granting and duration of extensions shall be subject to the exclusive discretion of the City. 4. The City may accept any item or group of items of any bid, unless the bidder qualifies his bid by specific limitations. The right is reserved to reject any or all quotations and 4 -- - -- «uc r4 to waive technicalities. Verify your bid before submission as it canna be withdrawn or corrected after being opened. 5. REMOVAL FROM BID LIST - If you do not bid, return this sheet and state reason. Otherwise, your name may be removed from our mailing list. 6. EXPLANATION TO BIDDERS - Any explanation desired by a bidder regarding the meaning or interpretation of the Invitation for Bid, drawings, specifications, etc., must be requested in writing and with sufficient time allowed for a reply to reach bidders before the submission of their bids. Any information given to a prospective bidder concerning an Invitation for Bid will be furnished to all prospective bidders as an.. amendment to the Invitation. If such information is necessary to bidders in submitting bids on the Invitation or if the lack of such information would be prejudicial to uninformed bidders, receipt of amendments by a bidder must be acknowledged on the bid and signed addenda returned attached to the bid. 7, SUBMISSION OF BIDS - (a) Bids and modifications thereof shall be enclosed in sealed envelopes, quantity as stated on the bid form, with the bid form, addressed to the office specified in the Invitation for Bid, with the name and address of the bidder, the date and hour of opening, and the invitation number on the face of the envelope. Bids received after the stated time and date for opening shall be disqualified as late bids. Facsimile or Telegraphic bids will not be considered, (b) The bidder represents that the articles) to be furnished under this Invitation to Bid is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. ( c ) DEFAULT - as a result of bids received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification • factors. Accordingly, should the bidder not meet the delivery deadline(s) set forth in the specifications or should the bidder fail to perform any of the other provisions of the specifications and/or other contract documents, the City may declare the bidder in default and terminate the whole or any part of the contract, Upon declaring the bidder in default and the contract in whole or in part, the City may procure and/or cause to be delivered the equipment, supplies, or materials specified, or any substitutions therefor and the bidder shall be liable to the City for any excess costs resulting therefrom, In the event the bidder has been declared in default of a portion of the contract, the bidder shall continue the performance of the contract to the extent not terminated under the provisions of this paragraph. Where the bidder fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the bidder with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall not constitute a waiver of any of the City's rights and remedies hereunder, (d) PATENT INDE1vMNITY; Except as otherwise provided, the successful bidder agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work performed hereunder. 8. DISCOUNTS -(a)Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 5 •. «�� Jdn. 43 4000 Ob:474F'N 30 days will not be considered in evaluation of bids. However, offered discounts will be taken for less than 30 days if payment is made within discount period. (b) In connections with any discount offered, time will be computed from date of delivery and acceptance at destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check. 9. CERTIFICATION OF INDEPENDENT PRICE DETERMINATION = By submission of this bid, the bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization,that in connection with this procurement: A)The prices in this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other bidder or with any competitor; 13)Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly to any other bidder or to any competitor; C)No attempt has been made or will be made by the bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition; D)Bidder warrants the prices set forth herein do not exceed the prices charged by the bidder under a contract with the State of Florida.Purchasing Division; and B) Bidder agrees that supplies/services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties the bidder gives to any customer for such supplies/services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the bid award. 10.AWARD OF CONTRACT -.The contract, if awarded, will be awarded to that responsible bidder whose bid will be most advantageous to the City, price and other factors considered. The City will make the determination. 11.SAMPLES - Samples of items, when required, must be furnished free of expense to the City and if not called for within fifteen days from date of bid opening, same will be disposed of in the best interest of the City. 12.REJECTION OF BID - Failure to observe any of the above instructions and conditions may constitute grounds for rejection of your bid. 13.EXTENSION OF TIME PERIOD OF I3rI? - In addition, the City of Ocoee, reserves the option to extend the time period of the bid, including all terms and conditions of the bid documents. Such time extension shall be by mutual agreement in writing. FOR ALL BIDS; Al GENERAL: 1. All items quoted shall be in compliance with these specifications, 6 - •• , i t., . i c i 1,�o' •-tio Jan. 2.5 200W 06:©5PM P6 2, Delivery of Bids: It is the sole responsibility of the bidder to ensure that his proposal is delivered to the proper place and by time and date as indicated within this solicitation. City employees do not. accept "postage due" items, therefore, please be sure you use adequate postage. 3. Any clarifications requiring written changes will be through addenda only, issued through the Buyer. A2 REJECTION OF IRREGULAR BIDS: 1, In accordance with bid terms and conditions, each bidder shall furnish the information required on the bid form supplied. Bids submitted on any other format shall be disqualified, 2. Bids which contain any alteration, condition, limitation, unauthorized alternates, or show irregularities of any kind may be rejected by the City as non-responsive or irregular. A3 ALTERNATES: 1. Alternate bids will not be accepted unless specifically called for in this solicitation. A4 DELI\'ERY; 1. Delivery will be a factor in award. AS AMENDMENTS: 1, The City reserves the right to add or delete item(s), A6 PAYMENTS: 1. No payment will be made for materials ordered without proper purchase order authorization. Payment cannot be made until materials, goods or services, have been received and accepted by the City in the quality and quantity ordered, 2. Payment will be accomplished by submission of invoice, in duplicate with Purchase _.Order Number referenced thereon and mailed to: City of Ocoee, Accounts Payable, 150 N, Lakeshore Drive, Ocoee, FL 34761.2258, ` A7 PROCESSING OF ORDERS; FUND AVAILABILITY: 1, Normal orders shall be processed to the bidder by numbered City of Ocoee Purchase Orders. 7 Jan. 26 20W 06: i5PM P7 2. Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available. A8 LITERATURE; 1, If called for on Bid Schedule, of these specifications, descriptive literature/brochures must be included with this bid in order to-properly evaluate make/model offered. Bids submitted without same will be considered non-compliant and disqualified. A9 SAFETY STANDARDS 1. Unless otherwise stipulated in the bid, all labor, materials, supplies and/or services shall comply with any and/or all applicable O.S.H,A. Standards. A10 TAXES; 1. The City of Ocoee, Florida,has the following tax exemption certificates assigned: a Florida Sales &Use Tax Exemption Certificate No. 58-11-094593-54C; and + The City is exempt from federal excise, state, and local sales taxes. All PERMITS/LICENSES/FEES; I. Any permits, licenses, or fees required will be the responsibility of the contractor; no separate payments will be made, 2. Adherence to all applicable code regulations (Federal, State, County, and City) are the responsibility of the contractor. Al2 DISPUTES: 1. Any actual or prospective bidder who disputes the reasonableness, necessity, or competitiveness of the terms and/or conditions of the Invitation to Bid, selection or award recommendation shall file such protest in writing to the Office of the City Manager. A13 RESTRAINT OF TRADE OR COMMERCE: 1. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (Florida SS 542.18 and all applicable federal regulations). A14 BID EVALUATION & AWARD: • 1. Uiitess otherwise stipulated, bids will be evaluation and award, if awarded, made to that bidder who is determined to be the overall most responsible and responsive to this • • solicitation. Factors which may be considered will be: Compliance with specifications/bidder's ability to perform, including prior performance (if any) with the City, warranty offered, delivery or time for completion, and pricing. Bidders financial capability will also be a factor. If offering equivalent(s), see paragraph 2, Bidding Instructions, Terms, and Conditions: Use of Trade Names. 2. Bidders are requested not to contact requesting/evaluation Department(s)/Division(s) after bids are opened. Any questions (from bidder or evaluation Dept./Div.) will be answered through the Buyer by contacting the person so designated on the "Bid Signature Page." 3. A copy of the Bid Tabulation will be available for review in the Office of the Buyer. Should you desire a copy, please enclose a self-addressed, stamped (allow for adequate postage) envelope with your bid and a copy will be provided as soon as available. A15 QUANTITIES: 1. City of Ocoee reserves the right to purchase any, all, or none of its requirements from bidders awarded contract as a result of this bid. 2, The City reserves the right to segregate items bad and purchase separately any item if deemed beneficial to the City's interest. 3, The City further reserves the right to purchase items from other bidders due to distance and availability if the City finds it more expeditious and economical to do so. ADDITIONAL TERMS AND CONDITIONS: 1. Bidder must complete Experience of Bidder section and List of Subcontractors section, 2. Successful bidder will be required to provide proof of insurance in the amounts shown in Attachment"A" and must have the City named as additional insured. 3. Descriptive literature (if so required) on each item bid must be included with bid, Failure to comply will result in disqualification of bid. 4, Contact Joyce Tolbert, Buyer (407)656-2322 ext. 1516 and fax (407)656-7835, in writing, with any questions or concerns at least (10) ten days prior to bid opening date, Potential bidders should not contact City staff, with the exception of Joyce Tolbert, Buyer, or other City consultants for information before the bid opening date. Any contact with any other member of the City staff, City Commission, or its Agents during this time period may be grounds for disqualification. 5. Award Criteria; Bid will be awarded to the overall lowest bidder most responsive to .. the following criteria; • Compliance with specifications, terms, and conditions • Bid Price • Warranty Offered • Delivery Time • 9 • R 11 CITY OF OCOLE,FL, BID SCHEDULE Therefore, the undersigned, hereinafter called "Bidder," hereby certifies, that he has visited the site of the proposed project and familiarized himself with the local conditions, nature and extent of the work, and having examined carefully the specifications, terms and conditions herein, proposed to furnish all labor, materials, equipment and other items, facilities and services without exception, except those stated as specifically supplied by the City, for the proper execution and completion of Bid, and if awarded the contract, to complete the said work within the time limits and bid prices as outlined on.the bid sheet. B? DESCRIPTION AND PRICE PRICING TO BE PROVIDED BY BID SHEET(ATTACHED). ACKNOWLEDGEMENT IS HEREBY MADE OF RECEIPT OF THE FOLLOWING ADDENDA ISSUED DURING THE BIDDING PERIOD: ADDENDUM# N/A THROUGH ADDENDUM# N/A B3 LIST'OF SUBCONTRACTORS SUBCONTRACTOR NAME/ADDRESS/FEDERAL I D. NO./CONTACT PERSON/PHONE#: N/A (Attach Additional Sheets for additional listing of subcontractors) The Bidder certifies that he has investigated each subcontractor listed and has received and has in his files evidence that each subcontractor maintains a fully-equipped organisation capable, technically and financially, or performing the pertinent work and that he has made similar installation In a satisfactory manner. B4 EXPERIENCE OF BIDDER The-Bidder shall complete the following blanks regarding experience in this particular project work. Bidder must demonstrate ability to construct projects of similar complexity,nature, and size of this project within past three years. ,.. 10 DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS (INCLUDE CONTACT): N/A Have you any similar work in progress at this time? Yes No Length of time in business other financial Bank °T references: N/A -------T-- CERTIFICATION OF NON-SEGIi.EGA.TED FACILITIES The Bidder certifies that the bidder does not maintain or provide for the bidder's employees any segregated facilities at any of the bidder's establishments e� anythat location,th p bidder does not permit the bidder's segregatedlp t faCil lets are maintained. The bidder under the bidder's control, where for the bidder's employees certifies further that the bidder will not maintain or providet any segregated facilities at any of the bidder's establishments, and location that under ebidder dde wild rot permit the bidder's employees to perform their servicesany control where segregated facilities are maintained. The dun tr agrees th lause natany cachacf this certification will be a violation of the Equal Opp resulting from acceptance of this Bid. As used in this certification, "segregatedother facilities" means any waiting room, work areas, time clocks, locker rooms and storage and dressing areas, parking lots, drinking facilities provided origin,r hfortemployees local Gusto ni which .are segregated on the basis of race, color,religion, national r otherwise. The Bidder agrees that (except where the bidder has the bidder dvi'illdentical certification from proposed contractors for specific timeperiods) 11 identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 whioh are not exempt from the provisions of the Equal Opportunity clause, and that the bidder will retain such certifications in the bidder's files. The nondiscriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by executive Order 11375 and as amended, relative to Equal' Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor, are incorporated herein. NOTE; The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. SPECIAL CONrITION (IF ANY); None 2. EXECUTION OF AGREEMENT Agreement between the City and Successful Bidder shall be in the form of a City of Ocoee Purchase Order, All Terms and Conditions as specified on the reverse of the Purchase Order must be adhered to. ti ti 12 BID #OO O3 SPECIFICATIONS HEAVYMDUTY MOBILE LIFTiNG SYSTEM FOR BUSES AND TRUCKS SECTION 1 -GENERAL This specification Is for a heavy-duty mobile lifting system, consisting of four(4) to six(6) posts,which are capable of lifting 15,000 pounds per post or up to 90,000 pounds with six (6) posts. Each lifting post shall be mobile and easily positioned to the wheels of the vehicle for lifting. The system will be finished In OSHA safety color. SECTION 2-CONSTRUCTION In accordance with the American National Standards Institute (ANSI) Requirement B153.1-1990, "Safety Requirements for the Construction, Care and Use of Automotive Lifts",where applicable. Each post shall be NRTL listed electrically, structurally, and bare the ALIIETL label.of compliance. All fabricated steel shall be of U. S. origin. SECTION 3-DETAILED SPECIFICATION Support Column -The support column shall be a single, heavy-duty wide flange "H" beam, with a selection modules not less than 14. The flanges of the beam shall be precision machined to allow smooth operation of the lift carriage rollers. Three-quarter inch (3/4") diameter holes on two inch (2") centers shall be drilled vertically In the web of beam, to provide an indent for operation of the mechanical safety look. Lift Carriage The lift carriage assembly shall form a box-like structure • around the support column and be guided with (4)each flangedno rollers. The bearings shall be self lubricating type, lubrication. The bearing shafts shall Insert from the outside and provide for easy removal for Inspection or replacement of rollers. Each carriage shall have a removable access panel on the front and rear for easy entry to all safety solenoids and switches. There shall be a minimum distance of three inches(3") between the lift carriage and support base when carriage Is lowering, to eliminate any possible pinch point. Support Base- There shall be two(2)wheels on the support base and one (1) steerable wheel. A hydraulic jack shall be mounted on the steering end wheel and shall be capable of raising the base above the floor five Inches (6"),to provide adequate clearance when moving lifting post over ramps, etc. An OSHA approved handle shall be attached to the steering wheel and be spring- loaded to the vertical position. 'I J.xn. c r eaaa a5:i1HM V.S • SPECIFICATIONS 3,4 Motor, Brake, and Drive-The motor shall be (high efficiency), • totally enclosed, 208.230 or 440 volts, 3-phase, 60 herd synchronous motor.. Each motor will have thermal protection. The motor shall not exceed 2.2 hp. The motor shall contain • a spring-loaded brake. The brake shall have a means for attaching a handle,which allows manual release of the brake for lowering of lift should an electrical power failure occur. A top mounted, sealed and self-lubricating reduction gearbox shall be provided for connecting the motor to the ball screw assembly. 3.5 Ball Screw and Nut-The mechanical lifting drive shall be a recirculating ball bearing screw shaft and nut, thereby avoiding undesirable friction. Brass nuts"acme" threaded, are not acceptable. Further, the ball screw shall have seventy-two (72) ball bearings and shall be completely self-contained within the nut for recirculating the ball bearings.To prevent misalignment between the ball screw shaft and nut, a conical-type load bearing washer shall be provided between the nut and lift carriage assembly. The ball screw assembly shall have a minimum life of ten (10)years. The drive screw and nut shall have a safety fet factor of 11.5 to yield, based on a rated load capacity of 15,000 unds. Required lubrication of the ball screw shaft and nut shall not be more than twice a year. A zerk fitting shall be provided at the top of the nut, Bali screw and nut shall have a fire(5)year ty. 3,6 Mechanical Safety Device-A mechanical wedge-type safety device, independent of the ball screw shaft and nut, shall be provided. The safety device shall automatically wedge between the lifting carriage and the I beam and lock the unit should the following occur. ball screw shaft failure, lifting nut failure, drive gear failure, motor brake failure. The wedge system is a"positive"engagement system, whereas the downward force makes the safety stop stronger, eliminating ratchet shear points. A micro switch shall be provided, which automatically stops operation of all lifting posts when mechanical safety look engages. Follower nut safety methods are not acceptable. 3.7 Electrical Controls The following electrical controls shall be provided (all electrical components shall be watertight): Main Control/Power Box - The main control box shall be mounted onto a post by means of two(2) mounting rails, thereby enabling the power box to be easily remove and relocated onto any other system post without reconfiguring the wiring system of the other posts and/or relocation of slave.boxes. No tools are required to move the power box. All wiring shall be labeled with numbers car- ,,,, responding to same on electrical schematic to assist in trouble- shooting. All switches will be watertight to prevent the entry of moisture. • 5 2 JdrI. r GYJF_IEJ ..51Hr1 r4 ' y . 3,7.1.1 A built-in transformer shall be provided in the power' box In order to accept Delta or"Y", 3 phase current. 3.7.1.2 PFR Phase Control -electrical sensing device shall be provided in the removable power box and shall perform the following functions: • Automatioally select proper phase rotation; • Prevent unit from operating if any phase • is inoperative; • Detect low voltage and shutdown system. 3.7.1.3 Power On Switch -Will reset electronics in the event of a fault shutdown. - 3.7.2 Two (2)208/440 power relays for rotation sequencing. 3.7.2 Liftincii Post Controls -Shall be mounted into an anodized aluminum extrusion. Further, all circuitry shall be on a printed circuit board (PCB) interfacing with all control wiring, motion detection and speed control. Each PCB will have a self-diagnostic lights, Including operation mode. The PCB shall be easily removable for service inspection and covered Iry a polysynthetic finish for additional moisture protection. 3.7.2.1 Up and Down Switch-Lighted switch blinks on/off when selector switch • is In single post position, or when a safety device has been activated. All up and down switches must be dead-man type, requiring constant pressure by an operator or raise or lower. The lights stay on in multiple post position, 3.7.2.2 Emergency Stop Switch - Red mushroom palm operated switch. Completely stops operation of all lifting posts when actuated. 3.7.2.3 Up Limit Switch-is a 2-stage switch. First stage stops travel of Individual post; second stage prevents over-travel by stopping operation of all posts. 3.7.2.4 Lower Limit Switch -Stops the operation of unit when lift assembly has reached the fully lowered position. 3.7.2.5 Mechanical Safety Lock Switch -is actuated by the ball screw nut when the mechanical safety lock engages. When an obstruction is blocking the lifting carriage from lowering, a secondary safety switch will shut the entire system off. 3.7.2.8 Ail switches shall be water resistant, positive break type. 3.8 L1aft Carriage Movement Detector-A device shall be provided that detects the up and down movement of the lift carriage and if any of the following occurs, stops operation of all lifting posts: 3 _ __.... _ _.. i vu. • t i C.Llb Jan. 2e 200 :32Al`i F"5 • Lifting carriage does not move up or down; ■ Lifting carriage moves up or down faster or slower than other lifting posts by preset limit; • When lifting carriage Is lowering, if carriage exceeds preset lowering speed, system will shutdown and safety lock will automatically engage. 3,9 Electrical Cables -A fifty foot(50') long power cable shall be connected to the main control/power box. The cables, which Interconnect the lifting posts, shall be a single, multi-conduotar cable thirty-six foot(36') long. The outer sheath of all cables shall be of a material that will provide maximum resistance to wear and damage and be impervious to fuels, oils or other fluids common in a vehicle repair facility. The interconnecting cables on each end shall have a quick disconnect plug made of high density PVC material. All cables shall be safety yellow in color per OSHA standards. 3.10 PInallTerminatinilloummy Plug-Shall be installedIn withoute last t post ing ina four series, The posts dummy plug allows the ability to use two (2) posts hooked-up. Additionally, the dummy plug serves as an operator lock-out, for user restriction. 3,11 Specific Size$ and Capacity 3.11,01 Capacity-each post 16,000 pounds: 4 posts=60,000 pounds • 8 posts= 90,000 pounds 3.11.02 Lifting Height-64 inches 3.11.03 Lifting Speed-1.7 minutes 3.11.04 Motor=2,2 hp, 208/230 or 440/480 volts, 3 phase, 60 hertz 3.11.05 Control Voltage-110 volts and 24 volts 111.06 Maximum Height-86.5 Inches 3.11.07 Length-46,3 inches 3.11.08 Width -41.3 Inches 3.11.09 Turning Circle-43.3 inches • 3.11.10 Tire Size r 12R-24.00 to 10.00-20.00 (see section 4.4) 3.11.11 Electrical Requirements; Minimum of Posts inimum Circuit 4-posts -- 30 AMPS, 208/230 Volt 4-posts = 20 AMPS,440/480 Volt 6,posts = 45 AMPS, 208/230 Volt t3-posts = 30 AMPS,440/480 Volt 4 Jan. r_'r '.�UUU 08:33AM P6 SPECIFICATIONS SECTION 4- ACCESSORIES 4.1 Mobile Support Stand, Tall-The support shall have a capacity of 15,000 pounds with a cradle support pad, The stand shall be adjustable from 46.25 inches to 76.8 inches, In increments of 3 inches (3"). Each stand shall be equipped with a gas spring for assisting In the height adjustments. Further, the stand shall be designated and engineered to sustain three-times its rated load carrying capacity and finished in OSHA safety color, Two (2) wheels and a handle shall be provided for easy maneuvering of stand(s). 4.2 Mobile Support Stand -The support stand shall have a capacity of 30,000 pounds with a cradle support pad. The stand shall be adjustable from 47.25 inches to 78.6 inches in increments of three Inches (3"). Two inch (2")wheels and a handle shall be provided for easy maneuvering of stand(s). 4:3 Screw.Flne Adjustment for Support Stand -.Adjustable from 2-4". Shall be made of five-sixteenth inch (/16"makeetlate with threaded head allowing the mounting pad ect contact with the vehicle frame. 4.4 Reduction Sleeves -For lifting smaller vehicles with tire sizes from 1000-12 up to 8.25 x 20 down to a minimum 13" rim size). Reduction sleeves shall be adaptable to the carriage lifting forks without requiring any modification or installation to the existing lift carriage. Each sleeve shall be made of quarter Inch (114") steel with zinc plating. Two reduction sleeves per lifting post. 4.5 Remote Control -Up/down pendant with emergency stop for heavy-duty lifting system with thirty foot(30') cable, SECTION 6 WARRANTY Five (5)years on drive screw and nut. One (1)year on all other parts and labor. SECTION 6 MANUALS Complete operation. and service manuals with troubleshooting Information and parts breakdown shall be provided. 5 13 0-03 BID SHE. T I. Four(4) post lifting system $ 3 2, 6 0 9 .7 6 Thirty Two Thousand Six Hundred N'do tars & Seventy Six cents II. Six(6) post lifting system $ 4 9, 7 8 7 . 12 Forty Nine Thousand Seven Hundred Eigh S yen Twelve cents III. Mobile support stand,Tall (each) $ 5 6 3 . 4 4 Five Hundred Sixty Three dollars & Forty Four Cents IV. Mobile support stand (each) $1425 . 00 One Thousand Four Hundred Twenty Fivdoliars& •r:. ,. i�r�cent5 V. Screw fine adjust for support stand (each) $15.3 . 3 4_._ One Hundred Fifty Three dollars& Thi rt-y Fnnr cents VI. Reduction sleeves(each) $61 . 91 �. Sixty one dollars& Ninety cents VII.Remote control $3 ti R _ 1 8 Three Hundt..d ,,$ixt.y, Eight dollars & Eighteen cents TOTAL ITEMS I- VII(ALL PRICES INCLUDE DELIVERY/FREIGHT COSTS): $ 84 ( 968 . 65 xt Ei ht Eight Four Si Thousand Nine Hundred Q 'l-AR4B� Sixty FiveCBNTS ESTIMATED DELIVERY TIME ON ITEMS 1-VII: 45 Days SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING TI•LAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID SHEET" ARE ACCURATE AND WITHOUT COLLUSION. A—Line Equipment ��� _ ��� �464 FIRM NA E TELEPHONE(INCLUDE AREA CODE) ;— 3-CJCJ IF REMITTANCE ADDRESS IS DIFFERENT AH'THORILEI)SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: Scct aa1.dhan a r/Vj �F� President p,O. Box 82001 NAME/TITLE(PLEASE PRINT) 3030 S .E. 10th Portland, OR 97282 STREET ADDRESS Portland, OR 97202 CITY STATE ZIP FEDERAL ID# 9 3—0 612 4 0 6 • Sworn to and subscribed before me this o VL dday of t'� � —r,20 O0. Personally known or • Produced Identification OD( 5.o a I 11.S` t4T' ('�D3 Notary Public-State of, QN (Type of Identification) County of A(. EgMA'S' ;.44 •lypt OFFICIAL SEAL / .�` - rgr 1 ROSE A.PARSAD NOTARY PUBLIC-OREGON Signature of Notary Public N,i:.o COMMISSION NO.055563 MY COMMISSION EXPIRES JULY 7,2000 [ " t 0 v 0 P tcd, t ped or stamped commissioned name of Notary Public SIG-1 ) Ocoee "CENTER OF GOOD LIVING-PRIDE OF WEST ORANGE" MAYOR•COMMISSIONER S.SCOTT VANDERGRIFT CITY OF OCOEE COMMISSIONERS 150 N.LAKESHORE DRIVE DANNY HOWELL SCOTT ANDERSON OCOEE,FLORIDA 34761-2258 RUSTY JOHNSON (407)656-2322 NANCY J.PARKER CITY MANAGER ELLIS SHAPIRO CITY OF OCOEE INVITATION TO BID #00-03 • FOR HEAVY-DUTY MOBILE LIFTING SYSTEM FOR BUSES & TRUCKS poWF'. Protect Ocoee's Water Resources to • 11SAN� C. L.j i_�(g0),N Y,e,\q.CQ' i 1. Y V r .. • BID DOCUMENTS ADV-1 Legal Advertisement 1 thru 12 Invitation to Bid#00-01 SPECIFICATIONS/BID SHEET 1 thru 5 Specifications 6 Bid Sheet SIGNATURE SHEET SIG-1 Signature Sheet ENIZOF TABLE OF CONTENTS TAB LEGAL ADVERTISEMENT Ocoee City Commission Sealed bids will be accepted for Bid #B00-03, HEAVY-DUTY MOBILE LIFTING SYSTEM FOR BUSES & TRUCKS, no later than 10:00 AM, local time, on February 10,2000. Bids received after that time will not be accepted or considered. No exceptions will be made. The City reserves the right to reject any and all bids and waive informalities. Bids will be received in the City of Ocoee, Attn: Joyce Tolbert,Buyer, 150 N. Lakeshore Drive,Ocoee,Florida 34761-2258. Bids will be publicly opened and read aloud in the City Hall Commission Conference Room on the above-appointed date at 10:01 PM, local time, or as soon thereafter as possible. Prospective bidders may secure a copy of the bid package from Joyce Tolbert at Ocoee City Hall Finance Department, 150 N. Lakeshore.Drive, Ocoee, FL 34761-2258. Partial sets of bid documents will not be issued All bids shall be submitted as (1) one original.and fifteen (15) copies in a sealed envelope plainly marked on the outside with the appropriate bid number and opening date and time. No facsimile or telegraphic submissions will be accepted. City Clerk January 9,2000 ADV-1 i i SOLICITATION FOR FORMAL SEALED BID CITY OF OCOEE,FLORIDA Date: 1/09/00 Bid Number: B00-03 Department: Public Works THIS IS NOT AN ORDER SUBMIT BID TO: Bidder Name: City of Ocoee Attn: Joyce Tolbert,Buyer 150 N.Lakeshore Drive Ocoee,Florida 34761-2258 NOTICE TO PROSPECTIVE BIDDERS: Use address above with bid number to ensure proper identification of your bid and facilitate handling. IF"NO BID," SO STATE ON FACE OF ENVELOPE. INSTRUCTIONS: PLEASE READ AND COMPLY WITH ALL INSTRUCTIONS CONTAINED HEREIN. EACH BIDDER MUST SECURE A COPY OF THIS BID FROM THE CITY BUYER ONLY. EACH BIDDER SHALL FURNISH THE INFORMATION REQUIRED ON THE BID FORM AND EACH ACCOMPANYING SHEET THEREOF ON WHICH HE MAKES AN ENTRY. BIDS SUBMITTED ON ANY OTHER FORMAT SHALL BE DISQUALIFIED. THIS BID MUST BE RECEIVED IN THE FINANCE DEPARTMENT, ATTN: CITY BUYER, CITY OF OCOEE, NOT LATER THAN 10:00 AM, LOCAL TIME, ON FEBRUARY 10,2000. PLEASE QUOTE LOWEST PRICE AT WHICH YOU WILL FURNISH THE ITEMS LISTED. -PRICES CONSIDERED F.O.B.DESTINATION UNLESS OTHERWISE STATED. I PRICES SHALL REMAIN FIRM FOR A PERIOD OF (90) NINETY DAYS FROM DATE OF BID OPENING. BIDS WILL BE PUBLICLY OPENED AND READ AT OCOEE CITY HALL, CONFERENCE ROOM, 150 N. LAKESHORE DRIVE, OCOEE,.FL 34761 AT 10:01 AM, or as soon thereafter as possible on the above-appointed date. PLEASE CHECK YOUR PRICES BEFORE SUBMISSION OF BID AS NO CHANGE IN PRICES WILL BE ALLOWED AFTER BID OPENING. DO NOT USE PENCIL WHEN INSERTING PRICES - USE INK OR TYPEWRITER ONLY. BE SURE BID IS SIGNED. ANY CLARIFICATIONS/CHANGES WILL BE THROUGH WRITTEN ADDENDA ONLY ISSUED BY THE BUYER. ALL ITEMS QUOTED MUST BE IN COMPLIANCE WITH THESE SPECIFICATIONS. INVITATION TO BID FOR: HEAVY-DUTY MOBILE LIFTING SYSTEM FOR BUSES &TRUCKS ALTERNATE BIDS WILL NOT BE ACCEPTED UNLESS SPECIFICALLY CALLED FOR IN THIS SOLICITATION. TECHNICAL SPECIFICATIONS: SEE ATTACHED BID SIGNATURE SECTION: 1. This sheet must be included and returned with your proposal. 2. Delivery may be a factor in the award. 3. Bids may not be withdrawn for a period of 90 days after bid opening date. 4. Bidder's attention is specifically called to the terms and conditions of this solicitation. 5. The City reserves the right to reject any or all bids, without recourse, to waive technicalities or to accept the bid which in its judgement best serves the interest of the City. Cost of submittal of this bid is considered an operational cost of the bidder and shall not be passed on to or be borne by the City. 6. The City reserves the right to increase or decrease quantities in these specifications. 7. Goods, services, supplies, or equipment covered in these specifications shall be delivered F.O.B. destination. 8. IF NOT BIDDING ANY OR ALL ITEMS,PLEASE SO STATE. 9. PUBLIC ENTITY CRIME STATEMENT: All invitations to bid as defmed by Section 287.012(11), Florida Statutes, requests for proposals as defmed by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing 2 persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: " A person or affiliate who has been placed on the convicted bidder list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor,or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted bidder list." All bidders who submit a Bid or Request for Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the bid documents are qualified to submit a bid under Section 287.133, (2)(a),Florida Statutes. 10. STATEMENT OF AFFIRMATION AND INTENT: The undersigned, hereinafter called the bidder, declares that the only persons, or parties interested in their bid are those named herein, that this bid is, in all respects, fair and without fraud, that it is made without collusion with any other bidder or official of the City of Ocoee. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement,participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. The bidder certifies that no City Commissioner, other City official or City employee directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) The bidder certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected.position with the City. In the event that a conflict of interest is identified in the provision of services, the bidder agrees to immediately notify the City in writing. The bidder further declares that he has carefully examined the scope of services, instructions, terms and conditions of this bid and that their bid is made according to the provisions of the bid documents and that he/she will meet or exceed the scope of services, requirements, and standards contained in the Invitation to Bid documents. Bidder agrees to abide by all conditions of the negotiation process. In conducting 3 negotiations with the City,bidder offers and agrees that if this negotiation is accepted,the bidder will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the bidder. The bid constitutes a firm and binding offer by the bidder to perform the services as stated. ANY QUESTIONS REGARDING THIS BID SHOULD BE ADDRESSED TO THE FINANCE DEPARTMENT, CITY OF OCOEE, FL (407) 656-2322, EXTENSION 1516. CONTACT PERSON: JOYCE TOLBERT,BUYER BIDDING INSTRUCTIONS,TERMS,AND CONDITIONS: 1. PREPARATION OF BIDS - (a) Bidders are expected to examine this bid form, attached drawings, specifications, if any, and all instructions. Failure to do so will be at the bidder's risk. (b) All prices and notations must be in ink or typewritten. No erasure permitted. Mistakes may be crossed out and corrections typed adjacent and must be initialed and dated in ink by person signing quotation. All quotations must be signed with the firm name and by a legally responsible officer or employee. Obligations assumed by such signature must be fulfilled. (c)Each bidder shall furnish the information of which he makes an entry. A total shall be entered for each item bid. In case of discrepancy between a unit price and extended price, the unit prices will be presumed to be correct. 2. USE OF TRADE NAMES - Specifications used are intended to be open and non- restrictive. Any reference to brand name or number shall not be construed as restricting to that manufacturer, but to be used as a minimum standard of quality. When no reference or change is made on proposal by bidder, it is understood that the specific brand item named on proposal shall be furnished by bidder. If bidding on other than the make, model, brand or number as shown, and offered as an equal, complete technical information, specifications, manufacturer's name and catalog reference must be clearly stated on bid proposal or attached letter. Any deviation between brand offered and brand specified must also be clearly indicated. 3. DELIVERY - Time of delivery is of the essence in the performance of the contract, and failure to perform in accordance with the delivery deadline(s) set forth in the specifications or any other contract document shall constitute default under paragraph 7 ( c ). Unless a written extension is obtained from the City prior to the delivery deadline(s), there shall be no excuse for untimely performance. The granting and duration of extensions shall be subject to the exclusive discretion of the City. 4. The City may accept any item or group of items of any bid,unless the bidder qualifies his bid by specific limitations. The right is reserved to reject any or all quotations and 4 to waive technicalities. Verify your bid before submission as it cannot be withdrawn or corrected after being opened. 5. REMOVAL FROM BID LIST -If you do not bid,return this sheet and state reason. Otherwise,your name may be removed from our mailing list. 6. EXPLANATION TO BIDDERS -Any explanation desired by a bidder regarding the meaning or interpretation of the Invitation for Bid, drawings, specifications, etc., must be requested in writing and with sufficient time allowed for a reply to reach bidders before the submission of their bids. Any information given to a prospective bidder concerning an Invitation for Bid will be furnished to all prospective bidders as an amendment to the Invitation. If such information is necessary to bidders in submitting bids on the Invitation or if the lack of such information would be prejudicial to uninformed bidders, receipt of amendments by a bidder must be acknowledged on the bid and signed addenda returned attached to the bid. ti 7. SUBMISSION OF BIDS - (a) Bids and modifications thereof shall be enclosed in sealed envelopes, quantity as stated on the bid form, with the bid form, addressed to the office specified in the Invitation for Bid, with the name and address of the bidder, the date and hour of opening, and the invitation number on the face of the envelope. Bids received after the stated time and date for opening shall be disqualified as late bids. Facsimile or Telegraphic bids will not be considered. (b) The bidder represents that the article(s) to be furnished under this Invitation to Bid is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. (c ) DEFAULT - as a result of bids received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the bidder not meet the delivery deadline(s) set forth in the specifications or should the bidder fail to perform any of the other provisions of the specifications and/or other contract documents, the City may declare the bidder in default and terminate the whole or any part of the contract. Upon declaring the bidder in default and the contract in whole or in part,the City may procure and/or cause to be delivered the equipment, supplies, or materials specified, or any substitutions therefor and the bidder shall be liable to the City for any excess costs resulting therefrom. In the event the bidder has been declared in default of a portion of the contract,the bidder shall continue the performance of the contract to the extent not terminated under the provisions of this paragraph. Where the bidder fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the bidder with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall not constitute a waiver of any of the City's rights and remedies hereunder. (d) PATENT INDEMNITY: Except as otherwise provided, the successful bidder agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work performed hereunder. 8. DISCOUNTS-(a)Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 5 1 30 days will not be considered in evaluation of bids. However, offered discounts will be taken for less than 30 days if payment is made within discount period. (b) In connections with any discount offered, time will be computed from date of delivery and acceptance at destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check. 9. CERTIFICATION OF INDEPENDENT PRICE DETERNIINATION - By submission of this bid, the bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization,that in connection with this procurement: A)The prices in this bid have been arrived at independently,without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other bidder or with any competitor; B)Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly to any other bidder or to any competitor; C)No attempt has been made or will be made by the bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition; D)Bidder warrants the prices set forth herein do not exceed the prices charged by the bidder under a contract with the State of Florida Purchasing Division; and E)Bidder agrees that supplies/services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties the bidder gives to any customer for such supplies/services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the bid award. 10.AWARD OF CONTRACT - The contract, if awarded, will be awarded to that responsible bidder whose bid will be most advantageous to the City, price and other factors considered. The City will make the determination. 11.SAMPLES - Samples of items, when required, must be furnished free of expense to the City and if not called for within fifteen days from date of bid opening, same will be disposed of in the best interest of the City. 12.REJECTION OF BID - Failure to observe any of the above instructions and conditions may constitute grounds for rejection of your bid. 13.EXTENSION OF TIME PERIOD OF BID - In addition, the City of Ocoee, reserves the option to extend the time period of the bid, including all terms and conditions of the bid documents. Such time extension shall be by mutual agreement in writing. FOR ALL BIDS: Al GENERAL: 1. All items quoted shall be in compliance with these specifications. 6 1 2. Delivery of Bids: It is the sole responsibility of the bidder to ensure that his proposal is delivered to the proper place and by time and date as'indicated within this solicitation. City employees do not accept "postage due" items, therefore, please be sure you use adequate postage. 3. Any clarifications requiring written changes will be through addenda only, issued through the Buyer. A2 REJECTION OF IRREGULAR BIDS: 1. In accordance with bid terms and conditions, each bidder shall furnish the information required on the bid form supplied. Bids submitted on any other format shall be disqualified. 2. Bids which contain any alteration, condition, limitation, unauthorized alternates, or show irregularities of any kind may be rejected by the City as non-responsive or irregular. A3 ALTERNATES: 1. Alternate bids will not be accepted unless specifically called for in this solicitation. A4 DELI'VERY: 1. Delivery will be a factor in award. A5 AMENDMENTS: 1. The City reserves the right to add or delete item(s). A6 PAYMENTS: 1. No payment will be made for materials ordered without proper purchase order authorization. Payment cannot be made until materials, goods or services, have been received and accepted by the City in the quality and quantity ordered. 2. Payment will be accomplished by submission of invoice, in duplicate with Purchase Order Number referenced thereon and mailed to: City of Ocoee, Accounts Payable, 150 N.Lakeshore Drive, Ocoee,FL 34761-2258. - A7 PROCESSING OF ORDERS; FUND AVAILABILITY: 1. Normal orders shall be processed to the bidder by numbered City of Ocoee Purchase Orders. 7 2. Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available. A8 LITERATURE: 1. If called for on Bid Schedule, of these specifications, descriptive literature/brochures must be included with this bid in order to properly evaluate make/model offered. Bids submitted without same will be considered non-compliant and disqualified. A9 SAFETY STANDARDS 1. Unless otherwise stipulated in the bid, all labor, materials, supplies and/or services shall comply with any and/or all applicable O.S.H.A. Standards. A10 TAXES: 1. The City of Ocoee,Florida,has the following tax exemption certificates assigned: • Florida Sales&Use Tax Exemption Certificate No. 58-11-094593-54C; and • The City is exempt from federal excise, state,and local sales taxes. Al 1 PERIYIITS/LICENSES/FEES: 1. Any permits, licenses, or fees required will be the responsibility of the contractor; no separate payments will be made. 2. Adherence to all applicable code regulations(Federal, State, County,and City) are the responsibility of the contractor. Al2 DISPUTES: 1. Any actual or prospective bidder who disputes the reasonableness, necessity, or competitiveness of the terms and/or conditions of the Invitation to Bid, selection or award recommendation shall file such protest in writing to the Office of the City Manager. A13 RESTRAINT OF TRADE OR COMMERCE: 1. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful(Florida SS 542.18 and all applicable federal regulations). A14 BID EVALUATION&AWARD: 1. Unless otherwise stipulated, bids will be evaluation and award, if awarded, made to that bidder who is determined to be the overall most responsible and responsive to this 8 solicitation. Factors which may be considered will be: Compliance with specifications/bidder's ability to perform, including prior performance(if any)with the City, warranty offered, delivery or time for completion, and pricing. Bidders financial capability will also be a factor. If offering equivalent(s), see paragraph 2, Bidding Instructions,Terms, and Conditions: Use of Trade Names. 2. Bidders are requested not to contact requesting/evaluation Department(s)/Division(s) after bids are opened. Any questions (from bidder or evaluation Dept./Div.) will be answered through the Buyer by contacting the person so designated on the "Bid Signature Page." 3. A copy of the Bid Tabulation will be available for review in the Office of the Buyer. Should you desire a copy,please enclose a self-addressed, stamped(allow for adequate postage)envelope with your bid and a copy will be provided as soon as available. A15 QUANTITIES: 1. City of Ocoee reserves the right to purchase any, all, or none of its requirements from bidders awarded contract as a result of this bid. 2. The City reserves the right to segregate items bid and purchase separately any item if deemed beneficial to the City's interest. 3. The City further reserves the right to purchase items from other bidders due to distance and availability if the City finds it more expeditious and economical to do so. ADDITIONAL TERMS AND CONDITIONS: 1. Bidder must complete Experience of Bidder section and List of Subcontractors section. 2. Successful bidder will be required to provide proof of insurance in the amounts shown in Attachment"A"and must have the City named as additional insured. 3. Descriptive literature (if so required) on each item bid must be included with bid. Failure to comply will result in disqualification of bid. 4. Contact Joyce Tolbert, Buyer (407)656-2322 ext. 1516 and fax (407)656-7835, in writing,with any questions or concerns at least(10)ten days prior to bid opening date. Potential bidders should not contact City staff, with the exception of Joyce Tolbert, Buyer, or other City consultants for information before the bid opening date. Any contact with any other member of the City staff, City Commission, or its Agents during this time period may be grounds for disqualification. 5. Award Criteria: Bid will be awarded to the overall lowest bidder most responsive to the following criteria: • Compliance with specifications,terms, and conditions • Bid Price • Warranty Offered -• Delivery Time 9 B1 CITY OF OCOEE,FL, BID SCHEDULE Therefore, the undersigned, hereinafter called "Bidder," hereby certifies that he has visited the site of the proposed project and familiarized himself with the local conditions, nature and extent of the work, and having examined carefully the specifications, terms and conditions herein,proposed to furnish all labor,materials, equipment and other items, facilities and services without exception, except those stated as specifically supplied by the City, for the proper execution and completion of Bid, and if awarded the contract, to complete the said work within the time limits and bid prices as outlined on the bid sheet. B2 DESCRIPTION AND PRICE PRICING TO BE PROVIDED BY BID SHEET(ATTACHED). ACKNOWLEDGEMENT IS HEREBY MADE OF RECEIPT OF THE FOLLOWING ADDENDA ISSUED DURING THE BIDDING PERIOD: ADDENDUM# 1 THROUGH ADDENDUM# 2 • B3 LIST OF SUBCONTRACTORS SUBCONTRACTOR NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#: Not Applicable. (Attach Additional Sheets for additional listing of subcontractors) The Bidder certifies that he has investigated each subcontractor listed and has received and has in his files evidence that each subcontractor maintains a fully-equipped organization capable, technically and financially, or performing the pertinent work and that he has made similar installation in a satisfactory manner. - B4 EXPERIENCE OF BIDDER The.Bidder shall complete the following blanks regarding experience in this particular project work. Bidder must demonstrate ability to construct projects of similar complexity,nature, and size of this project within past three years. 10 DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS (INCLUDE CONTACT): Pinellas County, Largo, FL 12/98 :Approx. $37k Richard Langney 727-582-2150 Lake County Fire & Fmer Astatula FL 04/98 Approx: i8k Chief I aarri son 352-742-2272 Tampa Fire Dept - Tampa, FL. 11/99 Approx. $42k Armando Bozo 813-348-1067 j. City of Dunedin, Dunedin, FL 06/99 Approx. $36k Randy Moore 727-738-1886 City bf Delray Beach, FL 02/98 Approx. $38k Richard Sandel 561-243-7332 Have you any similar work in progress at this time? Yes x No _. Length of time in business 1988 Bank or other financial references: Southern Financial Institute ,9720 Lee Highway Fairfax. VA 22031 CERTIFICATION OF NON-SEGREGATED FACILITIES The Bidder certifies that the bidder does not maintain or provide for the bidder's employees any segregated facilities at any of the bidder's establishments and that the bidder does not permit the bidder's employees to perform their services at any location, under the bidder's control, where segregated facilities are maintained. The bidder certifies further that the bidder will not maintain or provide for the bidder's employees any segregated facilities at any of the bidder's establishments,and that the bidder will not permit the bidder's employees to perform their services at any location under the bidder's control where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms and other storage and dressing areas,parking lots, drinking facilities provided for employees which _are segregated on the basis of race, color,religion, national origin, habit, local custom, or otherwise. The Bidder agrees that (except where the bidder has obtained identical certification from proposed contractors for specific time periods) the bidder will obtain 11 identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause,and that the bidder will retain such certifications in the bidder's files. The non-discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor, are incorporated herein. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. SPECIAL CONDITIONS (IF ANY): None 2. EXECUTION OF AGREEMENT Agreement between the City and Successful Bidder shall be in the form of a City of Ocoee Purchase Order. All Terms and Conditions as specified on the reverse of the Purchase Order must be adhered to. 12 BID #00-03 SPECIFICATIONS HEAVY-DUTY MOBILE LIFTING SYSTEM FOR BUSES AND TRUCKS SECTION 1 =GENERAL This specification is for a heavy-duty mobile lifting system, consisting of four(4)to six(6) posts,which are capable of lifting 15,000 pounds per post or up to 90,000 pounds with six (6) posts. Each lifting post shall be mobile and easily positioned to the wheels of the vehicle for lifting. The system will be finished in OSHA safety color. SECTION 2-CONSTRUCTION In accordance with the American National Standards Institute (ANSI) Requirement B153.1-1990, "Safety Requirements for the Construction, Care and Use of Automotive Lifts",where applicable. Each post shall be NRTL listed electrically, structurally, and bare the ALI/ETL label*of compliance. All fabricated steel shall be of U. S.origin. SECTION 3-DETAILED SPECIFICATION Support Column-The support column shall be a single, heavy-duty wide flange "H" beam, with a selection modules not less than 14. The flanges of the beam shall be precision machined to allow smooth operation of the lift carriage rollers. Three-quarter inch (3/4") diameter holes on two inch (2") centers shall be drilled vertically in the web of beam, to provide an indent for operation of the mechanical safety lock. Lift Carriage The lift carriage assembly shall form a box-like structure around the support column and be guided with(4)each flanged rollers. The bearings shall be self lubricating type, requiring no lubrication. The bearing shafts shall insert from the outside and provide for easy removal for inspection or replacement of rollers. Each carriage shall have a removable access panel on the front and rear for easy entry to all safety solenoids and switches. There shall be a minimum distance of three inches(3")between the lift carriage and support base when carriage is lowering, to eliminate any possible pinch point. Support Base- There shall be two(2)wheels on the support base and one(1) steerable wheel. A hydraulic jack shall be mounted on the steering end wheel and shall be capable of raising the base above the floor five inches(5"), to provide adequate clearance when moving lifting post over ramps, etc. An OSHA approved handle shall be attached to the steering wheel and be spring- loaded to the vertical position. 1 SPECIFICATIONS 3.4 Motor, Brake,and Drive-The motor shall be(high efficiency), totally enclosed, 208-230 or 440 volts, 3-phase, 60 hertz synchronous motor. Each motor will have thermal protection. The motor shall not exceed 2.2 hp. The motor shall contain a spring-loaded brake. The brake shall have a means for attaching a handle, which allows manual release of the brake for lowering of lift should an electrical power failure occur. A top mounted, sealed and self-lubricating reduction gearbox shall be provided for connecting the motor to the ball screw assembly. 3.5 Ball Screw and Nut-The mechanical lifting drive shall be a recirculating ball bearing screw shaft and nut, thereby avoiding undesirable friction. Brass nuts"acme threaded, are not acceptable. Further, the ball screw shall have seventy-two (72) ball bearings and shall be completely self-contained within the nut for recirculating the ball bearings.To prevent misalignment between the ball screw shaft and nut, a conical-type load bearing washer shall be provided between the nut and lift carriage assembly. The ball screw assembly shall have a minimum life of ten (10)years. The drive screw and nut shall have a safety factor of 11.5 to yield, based on a rated load capacity of 15,000 pounds. Required lubrication of the ball screw shaft and nut shall not be more than twice a year. A zerk fitting shall be provided at the top • of the nut. Ball screw and nut shall have a fire(5)year warranty. 3.6 Mechanical Safety Device-A mechanical wedge-type safety device, independent of the ball screw shaft and nut, shall be provided. The safety device shall automatically wedge between the lifting carriage and the I beam and lock the unit should the following occur ball • screw shaft failure, lifting nut failure, drive gear failure, motor brake failure. The wedge system is a"positive"engagement system, whereas the downward force makes the safety stop stronger, eliminating ratchet shear points. A micro switch shall be provided, which automatically stops operation of all lifting posts when mechanical safety lock engages. Follower nut safety methods are not acceptable. 3.7 Electrical Controls-The following electrical controls shall be provided (all electrical components shall be watertight): Main Control/Power Box - The main control box shall be mounted onto a post by means of two (2) mounting rails, thereby enabling the power box to be easily remove and relocated onto any other system post without reconfiguring the wiring system of the other posts and/or relocation of slave boxes. No tools are required to move the power box. All wiring shall be labeled with numbers cor- responding to same on electrical schematic to assist in trouble- shooting. All switches will be watertight to prevent the entry of moisture. 2 3.7.1.1 A built-in transformer shall be provided in the power box in order to accept Delta or"Y", 3 phase current. 3.7.1.2 PFR Phase Control-electrical sensing device shall be provided in the removable power box and shall perform the following functions: • Automatically select proper phase rotation; • Prevent unit from operating if any phase is inoperative; • Detect low voltage and shutdown system. 3.7.1.3 Power On Switch-Will reset electronics in the event of a fault shutdown. 3.7.2 Two(2)208/440 power relays for rotation sequencing. 3.7.2 Lifting Post Controls-Shall be mounted into an anodized aluminum extrusion. Further, all circuitry shall be on a printed circuit board (PCB) interfacing with all control wiring, motion detection and speed control. Each PCB will have a self-diagnostic lights, including operation mode. The PCB shall be easily removable for service inspection and covered in a polysynthetic finish for additional moisture protection. 3.7.2.1 Up and Down Switch-Lighted switch blinks on/off when selector switch is in single post position, or when a safety device has been activated. All up and down switches must be dead-man type, requiring constant pressure by an operator or raise or lower. The lights stay on in multiple post position. 3.7.2.2 Emergency Stop Switch-Red mushroom palm operated switch. Completely stops operation of all lifting posts when actuated. 3.7.2.3 Up Limit Switch-is a 2-stage switch. First stage stops travel of individual post; second stage prevents over-travel by stopping operation of all posts. 3.7.2.4 Lower Limit Switch-Stops the operation of unit when lift assembly has reached the fully lowered position. 3.7.2.5 Mechanical Safety Lock Switch-is actuated by the ball screw nut when the mechanical safety lock engages. When an obstruction is blocking the lifting carriage from lowering, a secondary safety switch will shut the entire system off. 3.7.2.6 All switches shall be water resistant, positive break type. 3.8 Lift Carriage Movement Detector-A device shall be provided that detects the up and down movement of the lift carriage and if any of the following occurs, stops operation of all lifting posts: 3 • Lifting carriage does not move up or down; • Lifting carriage moves up or down faster or slower than other lifting posts by preset limit; • When lifting carriage is lowering, if carriage exceeds preset lowering speed, system will shutdown and safety lock will automatically engage. 3.9"Electrical Cables-A fifty foot(50') long power cable shall be connected to the main controVpower box. The cables,which interconnect the lifting posts, shall be a single, multi-conductor cable thirty-six foot(36') long. The outer sheath of all cables shall be of a material that will.provide maximum resistance to wear and damage and be impervious to fuels, oils or other fluids common in a vehicle repair facility. The interconnecting cables on each end shall have a quick disconnect plug made of high density PVC material. All cables shall be safety yellow in color per OSHA standards. 3.10 Final/Terminating/Dummy Plug -Shall be installed in the last post in series. The dummy plug allows the ability to use two(2) posts without having all four(4) posts hooked-up. Additionally,the dummy plug serves as an operator lock-out,for user restriction. 3.11 Specific Sizes and Capacity 3.11.01 Capacity-each post 15,000 pounds: 4 posts=60,000 pounds 6 posts=90,000 pounds • 3.11.02 Lifting Height-64 inches 3.11.03 Lifting Speed-1.7 minutes 3.11.04 Motor=2.2 hp, 208/230 or 440/480 volts, 3 phase, 60 hertz 3.11.05 Control Voltage-110 volts and 24 volts 3.11.06 Maximum Height-86.5 inches • 3.11.07 Length-45.3 inches 3.11.08 Width-41.3 inches 3.11.09 Turning Circle-43.3 inches 3.11.10 Tire Size-12R-24.00 to 10.00-20.00 (see section 4.4) 3.11.11 Electrical Requirements: Number of Posts Minimum Circuit 4-posts = 30 AMPS, 208/230 Volt 4-posts = 20 AMPS,440/480 Volt 6-posts = 45 AMPS,208/230 Volt 6-posts = 30 AMPS,440/480 Volt 4 SPECIFICATIONS SECTION 4- ACCESSORIES 4.1 Mobile Support Stand,Tall-The support shall have a capacity of 15,000 pounds with a cradle support pad. The stand shall be adjustable from 46.25 inches to 78.8 inches, in increments of 3 inches(3"). Each stand shall be equipped with a gas spring for assisting in the height adjustments. Further,the stand shall be designated and engineered to sustain three-times its rated load carrying capacity and finished in OSHA safety color. Two(2) wheels and a handle shall be provided for easy maneuvering of stand(s). 4.2 Mobile Support Stand-The support stand shall have a capacity of 30,000 pounds with a cradle support pad. The stand shall be adjustable from 47.25 inches to 78.8 inches in increments of three inches(3"). Two inch(2")wheels and a handle shall be provided for easy maneuvering of stand(s). 4.3 Screw-Fine Adjustment for Support Stand-Adjustable from 2-4". Shall be made of five-sixteenth inch(5/16")steel plate with threaded head allowing the mounting pad to make direct contact with the vehicle frame. 4.4 Reduction Sleeves-For lifting smaller vehicles with tire sizes from 1000-12 up to 8.25 x 20 down to a minimum 13"rim size). Reduction sleeves shall be adaptable to the carriage lifting forks without requiring any modification or installation to the existing lift carriage. Each sleeve shall be made of quarter inch(1/4") steel with zinc plating. Two reduction sleeves per lifting post. 4.5 Remote Control-Up/down pendant with emergency stop for heavy-duty lifting system with thirty foot(30')cable. SECTION 5 WARRANTY Five(5)years on drive screw and nut. One(1)year on all other parts and labor. SECTION 6 MANUALS Complete operation and service manuals with troubleshooting information and parts breakdown shall be provided. 5 B00-03 BID SHEET ALL EQUIPMENT MANUFACTURED BY ARI-HETRA .. I. Four(4) post lifting system Model HEML-8-4 $ 30,000.00 Thirty thousand dollars& no cents II. Six(6) post lifting system Model U l4L-8-6 $ 45,000.00 Forty-five thousand dollars& no cents III.Mobile support stand,Tall(each) Model AB-6-20 $ 582.40 * Five hundred eighty-two dollars& forty cents IV. Mobile support stand (each) Model AB-12-20 $ 1,676.00 ** One thousand six hundred seventy-sdotlars& no cents V. Screw fine adjust for support stand(each)Mod. SP-75 $ 156.80 * One hundred fifty-six dollars& eight cents VI. Reduction sleeves(each) Model EP-2 $ 128.00 ** One hundred twenty-eight dollars& no cents VII.Remote control Model TC-10-2 $ 380.80 Three hundred eighty dollars& eighty cents * Unit price only; will need to order quantity of 4 or 6 each to use. ** Unit price only; will need to order quantity of 4 to use. TOTAL ITEMS I- VII(ALL PRICES INCLUDE DELIVERY/FREIGHT COSTS): $ 77,924.00 (See * & **) Seventy-seven thousand nine h1 § nty-four & no CENTS ESTIMATED DELIVERY TIME ON ITEMS 1-VII: 15 Days ARO 6 SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID SHEET" ARE ACCURATE AND WITHOUT COLLUSION. AUTOMOTIVE RESGJRCES, INC. (ARI-HETRA) 703-359-6265 FIRM NAME TELEPHONE(INCLUDE AREA CODE) 1 A' IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNA (manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: Robert S. Penenburgh, President NAME/TITLE(PLEASE PRINT) Same 9990 Lee Highway Suite 160 STREET ADDRESS Fairfax, VA 22030-1720 CITY STATE ZIP FEDERAL ID# 54-1474478 Sworn to and subscribed before me this 4th day of February ,20 00 Personally known X or Produced Identification Notary Public-State of Maryland (Type of Identification) County of Mont om (76.4a2 Signature of Notary Public Brenda Ott Printed,typed or stamped commissioned name of Notary Public My Commission Expires: Feb. 01, 2002 SIG-1 January 13,2000 ADDENDUM NO. : ONE (1) CITY OF OCOEE BID NO. 00-03 HEAVY-DUTY MOBILE LIFTING SYSTEM FOR BUSES & TRUCKS This addendum shall modify and become a part of the original Bid Document for a Heavy-Duty Mobile Lifting System for Buses and Trucks. Changes are as follows.: The Legal Advertisement appearing in the Orlando Sentinel on Sunday, January 9, 2000 should be amended as follows: Sealed Bids will be accepted for Bid #B00-03, HEAVY-DUTY MOBILE LIFTING ISYSTEM FOR BUSES & TRUCKS, no later than 10:00 AM, local time, on February 10,2000 . This will be re-advertised in the Orlando Sentinel with the correct bid opening date on Sunday,January 16,2000. Pg.ADV-1 and Pg. 1 of the Invitation to Bid states the correct date. oyce Tolbert Buyer All bidders shall aclmowledge this addendum by completing this section below and attaching to the front of your proposal. Bidder: AUTOMOTIVE RESOURCES, INC. (ARI-HETRA) Street Address: 9990 Lee Higiway, Suite 160 City, State,Zip Code: Fairfax, VA 22030-1720 Name and Title: . _/ � .��_ __/� • Telephone Number: 703-359-6265 Federal I.D.# 54-1474478 1 Sent .By: City of Ocoee; 4u/o3oioo •��^•� ��- "CENTER OF GOOD LIVING•PRIDE OF WEST ORANGE" MAYOR•COMMISSIONER Ocoee S.SCOTT VANDERORivT CITY OF OCOEE COMMISSIONERS • R`» 150 N.LAxEsHORC DRIVEDANNY HOWELL SCOTTT ANDERSON OCOEE,FLORIDA 34761-2258 RUSTY 70HNSON �4' (407)656-2322 NANCY J.PARKER *OF 4004�` Can MANAGER ELLIS SHAPIRO Facsimile Cover Sheet TO: IP _c 5 660 ,D3 3LL. ATTN: FAX #: FROM j�� V1 DATE: 1- -OD Number of Pages (Not Including Cover Sheet): I Special Instructions: 0 of _ u IN — 1 ' / If you do not receive all the pages of this transmittal, please call: at(407)656-2322 Ext. A5/�o or fax at (407)656-7835. Weed,VweMMFw! January 21, 2000 ADDENDUM NO. : TWO (2) CITY OF OCOEE BID NO. 00-03 HEAVY-DUTY MOBILE LIFTING SYSTEM FOR BUSES & TRUCKS This addendum shall modify and become a part of the original Bid Document for a Heavy-Duty Mobile Lifting System for Buses and Trucks. This addendum is a result of the attached fax transmittal from Interstate Lift & Equipment Company dated January 20, 2000. The following is the response to the attached fax transmittal from Interstate Lift & Equipment Company: This is to clarify that the technical specifications included with Bid No. 00-03 is written for an ARI-HETRA HDML mobile lifting system (GSA Contract GS07F- 7172B) and is for illustration and comparison purposes only. All submitted mobile • lifting systems that can meet or better the functional and safety requirements of this specification will be considered. All bidders must annotate in their bid where the proposed mobile lifting system differs significantly from the technical specifications included with Bid No. 00-03. C1-11481-4— olbert Buyer • All bidders shall acknowledge this addendum by completing this section below and attaching to the front of your proposal. Bidder: AUTOMOTIVE RESOURCES, INC. (ARI-HETRA) Street Address: 9990 Lee Highway, Suite 160 Fairfax, VA 22030-1720 ;70 zbz City, State,Zip Cod : 0 /.. Name and Title: e /�� ert S. Pen gh, resident Telephone Number: 703-359-6265 Federal I.D. # 54-1474478 1 Jan u5 au 11 : 1aa 1IYIhIbIHIE LIFT 618-684- 1013 p. 2 , LIFT & EQUIPMENTINTERSTATE COMp P O BOX 6187 SOUTH BENll IN 46660 ;"N, • PHONE: (616) 6R4-8098 i,iidial"; FAX: (61 6) 684-1 013 Nur Irmo MRS. JOYCE TOLBERT BUYER CITY OF OCOEE DATE: JANUARY, 20,2000 MRS, JOYCE TOLBERT PLEASE EXCEPT THIS LErI'bR ON BEHALF OF INTERSTATE LIFT AND EQUIPMENT CO. INC. AS A FORMAL REQUEST TO BE EXTENDED APPROVED EQIUAI. STATUS REGARDING INVITATION TO BID #00-03, INTERSTATE LIFT AND EQUIPMENT COMPANY WOULD LIKE TO POINT OUT THAT THE SPECIFICATION AS WRITTEN IS A PLAGIARAIZE COPY OF THE ARI-HETRA SPECIFICATION. THE SPECIFICATION AS WRITTEN ELIMINATES ALL BUT ONE SPECIFIC DESIGN AND MANUFACTURER, AND DOGS NOT ALLOW INTERSTATE LIFT AND EQUIPMENT COMPANY TO COMPETE FAIRLY FOR THE OPPORTUNITY TO DO BUSINESS WITH THE CITY OF OCOEE IN REGARDS TO OUR LINE OF SEFAC MOBILE LIFT SYSTEMS. AT THIS TIME I WOULD ASK THAT THE SEFAC I200M65-BL BLECTRO-MECHANICAL LIFT SYSTEM BE ACCEPTED AS AN APPROVED EQUAL TO THE SPECIFICATION AS IT MEETS THE INTENT OF THE SPECIFICATION. I THANK YOU FOR YOUR TIME AND CONSIDERATION REGARDING THIS MATTER AND LOOK FORWARD TO SPEAKING WITH YOU IN THE NEAR FUTURE TO TRY AND RESOLVE THIS ISSUE. I CAN BE REACHED AT(616)684-8098 OR PAGED AT(616)563-8662. BEST REGARDS; BRETT NICHOLS VP/SOUTHEASTERN REGIONAL..SAI..ES EXCELLENCE IN SALES AND SERVICE "GENTLY OF GOOD L117NG-PRIDE OF WEST ORANGE" MAYOR•COMMISSIONER UCO@6 S. SCOTT VANDERGRIFT y °� �� CITY O F O C O E E COMMISSIONERS �r ti DANNY HOWELL �, a 150 N. LAI:ESHORE DRIVE OCOEE, FLORIDA 34761-2258 SCOTT ANDERSON RUSTY JOHNSON �yi ��� (407)656 2322 NANCY J.PARKER E,P�f G00��` CITY MANAGER ELLIS SHAPIRO CITY OF OCOEE INVITATION TO BID #00-03 FOR HEAVY-DUTY MOBILE LIFTING SYSTEM FOR BUSES & TRUCKS PoWF% Protect Ocoee's Water Resources L Ua. L `: • 1 ,,.* .1 t '�V 1 e'_cr1 o : @f 3 0 �8 . � ►�C :�.'-9: it.`f . ..^ R `(1'' . .. BID DOCUMENTS ADV-1 Legal Advertisement 1 thru 12 Invitation to Bid#00-01 SPECIFICATIONSBID SHEET 1 thru 5 Specifications 6 Bid Sheet SIGNATURE SHEET SIG-1 Signature Sheet END OF TABLE OF CONTENTS TAB LEGAL ADVERTISEMENT Ocoee City Commission Sealed bids will be accepted for Bid #B00-03, HEAVY-DUTY MOBILE LIFTING SYSTEM FOR BUSES & TRUCKS, no later than 10:00 AM, local time, on February 10, 2000. Bids received after that time will not be accepted or considered. No exceptions will be made. The City reserves the right to reject any and all bids and waive informalities. Bids will be received in the City of Ocoee, Attn: Joyce Tolbert, Buyer, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258. Bids will be publicly opened and read aloud in the City Hall Commission Conference Room on the above-appointed date at 10:01 PM, local time, or as soon thereafter as possible. Prospective bidders may secure a copy of the bid package from Joyce Tolbert at Ocoee City Hall Finance Department, 150 N. Lakeshore Drive, Ocoee, FL 34761-2258. Partial sets of bid documents will not be issued All bids shall be submitted as (1) one original and fifteen (15) copies in a sealed envelope plainly marked on the outside with the appropriate bid number and opening date and time. No facsimile or telegraphic submissions will be accepted. City Clerk January 9, 2000 ADV-1 SOLICITATION FOR FORMAL SEALED BID CITY OF OCOEE, FLORIDA Date: 1/09/00 Bid Number: B00-03 Department: Public Works THIS IS NOT AN ORDER SUBMIT BID TO: Bidder Name: City of Ocoee Attn: Joyce Tolbert, Buyer 150 N. Lakeshore Drive Ocoee, Florida 34761-2258 NOTICE TO PROSPECTIVE BIDDERS: Use address above with bid number to ensure proper identification of your bid and facilitate handling. IF "NO BID," SO STATE ON FACE OF ENVELOPE. INSTRUCTIONS: PLEASE READ AND COMPLY WITH ALL INSTRUCTIONS CONTAINED HEREIN. EACH BIDDER MUST SECURE A COPY OF THIS BID FROM THE CITY BUYER ONLY. EACH BIDDER SHALL FURNISH THE INFORMATION REQUIRED ON THE BID FORM AND EACH ACCOMPANYING SHEET THEREOF ON WHICH HE MAKES AN ENTRY. BIDS SUBMITTED ON ANY OTHER FORMAT SHALL BE DISQUALIFIED. THIS BID MUST BE RECEIVED IN THE FINANCE DEPARTMENT, ATTN: CITY BUYER, CITY OF OCOEE, NOT LATER THAN 10:00 AM, LOCAL TIME, ON FEBRUARY 10, 2000. PLEASE QUOTE LOWEST PRICE AT WHICH YOU WILL FURNISH THE ITEMS LISTED. PRICES CONSIDERED F.O.B. DESTINATION UNLESS OTHERWISE STATED. • PRICES SHALL REMAIN FIRM FOR A PERIOD OF (90) NINETY DAYS FROM DATE OF BID OPENING. BIDS WILL BE PUBLICLY OPENED AND READ AT OCOEE CITY HALL, CONFERENCE ROOM, 150 N. LAKESHORE DRIVE, OCOEE, FL 34761 AT 10:01 AM, or as soon thereafter as possible on the above-appointed date. PLEASE CHECK YOUR PRICES BEFORE SUBMISSION OF BID AS NO CHANGE IN PRICES WILL BE ALLOWED AFTER BID OPENING. DO NOT USE PENCIL WHEN INSERTING PRICES - USE INK OR TYPEWRITER ONLY. BE SURE BID IS SIGNED. ANY CLARIFICATIONS/CHANGES WILL BE THROUGH WRITTEN ADDENDA ONLY ISSUED BY THE BUYER. ALL ITEMS QUOTED MUST BE IN COMPLIANCE WITH THESE SPECIFICATIONS. INVITATION TO BID FOR: HEAVY-DUTY MOBILE LIFTING SYSTEM FOR BUSES & TRUCKS ALTERNATE BIDS WILL NOT BE ACCEPTED UNLESS SPECIFICALLY CALLED FOR IN THIS SOLICITATION. TECHNICAL SPECIFICATIONS: SEE ATTACHED BID SIGNATURE SECTION: 1. This sheet must be included and returned with your proposal. 2. Delivery may be a factor in the award. 3. Bids may not be withdrawn for a period of 90 days after bid opening date. 4. Bidder's attention is specifically called to the terms and conditions of this solicitation. 5. The City reserves the right to reject any or all bids, without recourse, to waive technicalities or to accept the bid which in its judgement best serves the interest of the City. Cost of submittal of this bid is considered an operational cost of the bidder and shall not be passed on to or be borne by the City. 6. The City reserves the right to increase or decrease quantities in these specifications. 7. Goods, services, supplies, or equipment covered in these specifications shall be delivered F.O.B. destination. 8. IF NOT BIDDING ANY OR ALL ITEMS, PLEASE SO STATE. 9. PUBLIC ENTITY CRIME STATEMENT: All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for proposals as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing 2 persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: " A person or affiliate who has been placed on the convicted bidder list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted bidder list." All bidders who submit a Bid or Request for Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the bid documents are qualified to submit a bid under Section 287.133, (2)(a), Florida Statutes. 10. STATEMENT OF AFFIRMATION AND INTENT: The undersigned, hereinafter called the bidder, declares that the only persons, or parties interested in their bid are those named herein, that this bid is, in all respects, fair and without fraud, that it is made without collusion with any other bidder or official of the City of Ocoee. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. The bidder certifies that no City Commissioner, other City official or City employee directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) The bidder certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, the bidder agrees to immediately notify the City in writing. The bidder further declares that he has carefully examined the scope of services, instructions, terms and conditions of this bid and that their bid is made according to the provisions of the bid documents and that he/she will meet or exceed the scope of services, requirements, and standards contained in the Invitation to Bid documents. Bidder agrees to abide by all conditions of the negotiation process. In conducting 3 negotiations with the City, bidder offers and agrees that if this negotiation is accepted, the bidder will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the bidder. The bid constitutes a firm and binding offer by the bidder to perform the services as stated. • ANY QUESTIONS REGARDING THIS BID SHOULD BE ADDRESSED TO THE FINANCE DEPARTMENT, CITY OF OCOEE, FL (407) 656-2322, EXTENSION 1516. CONTACT PERSON: JOYCE TOLBERT, BUYER. BIDDING INSTRUCTIONS, TERMS, AND CONDITIONS: 1. PREPARATION OF BIDS - (a) Bidders are expected to examine this bid form, attached drawings, specifications, if any, and all instructions. Failure to do so will be at the bidder's risk. (b) All prices and notations must be in ink or typewritten. No erasure permitted. Mistakes may be crossed out and corrections typed adjacent and must be initialed and dated in ink by person signing quotation. All quotations must be signed with the firm name and by a legally responsible officer or employee. Obligations assumed by such signature must be fulfilled. (c) Each bidder shall furnish the information of which he makes an entry. A total shall be entered for each item bid. In case of discrepancy between a unit price and extended price, the unit prices will be presumed to be correct. 2. USE OF TRADE NAMES - Specifications used are intended to be open and non- restrictive. Any reference to brand name or number shall not be construed as restricting to that manufacturer, but to be used as a minimum standard of quality. When no reference or change is made on proposal by bidder, it is understood that the specific brand item named on proposal shall be furnished by bidder. If bidding on other than the make, model, brand or number as shown, and offered as an equal, complete technical information, specifications, manufacturer's name and catalog reference must be clearly stated on bid proposal or attached letter. Any deviation between brand offered and brand specified must also be clearly indicated. 3. DELIVERY - Time of delivery is of the essence in the performance of the contract, and failure to perform in accordance with the delivery deadline(s) set forth in the specifications or any other contract document shall constitute default under paragraph 7 ( c ). Unless a written extension is obtained from the City prior to the delivery deadline(s), there shall be no excuse for untimely performance. The granting and duration of extensions shall be subject to the exclusive discretion of the City. 4. The City may accept any item or group of items of any bid, unless the bidder qualifies his bid by specific limitations. The right is reserved to reject any or all quotations and 4 to waive technicalities. Verify your bid before submission as it cannot be withdrawn or corrected after being opened. 5. REMOVAL FROM BID LIST - If you do not bid, return this sheet and state reason. Otherwise, your name may be removed from our mailing list. 6. EXPLANATION TO BIDDERS - Any explanation desired by a bidder regarding the meaning or interpretation of the Invitation for Bid, drawings, specifications, etc., must be requested in writing and with sufficient time allowed for a reply to reach bidders before the submission of their bids. Any information given to a prospective bidder concerning an Invitation for Bid will be furnished to all prospective bidders as an amendment to the Invitation. If such information is necessary to bidders in submitting bids on the Invitation or if the lack of such information would be prejudicial to uninformed bidders, receipt of amendments by a bidder must be acknowledged on the bid and signed addenda returned attached to the bid. 7. SUBMISSION OF BIDS - (a) Bids and modifications thereof shall be enclosed in sealed envelopes, quantity as stated on the bid form, with the bid form, addressed to the office specified in the Invitation for Bid, with the name and address of the bidder, the date and hour of opening, and the invitation number on the face of the envelope. Bids received after the stated time and date for opening shall be disqualified as late bids. Facsimile or Telegraphic bids will not be considered. (b) The bidder represents that the article(s) to be furnished under this Invitation to Bid is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. ( c ) DEFAULT - as a result of bids received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the bidder not meet the delivery deadline(s) set forth in the specifications or should the bidder fail to perform any of the other provisions of the specifications and/or other contract documents, the City may declare the bidder in default and terminate the whole or any part of the contract. Upon declaring the bidder in default and the contract in whole or in part, the City may procure and/or cause to be delivered the equipment, supplies, or materials specified, or any substitutions therefor and the bidder shall be liable to the City for any excess costs resulting therefrom. In the event the bidder has been declared in default of a portion of the contract, the bidder shall continue the performance of the contract to the extent not terminated under the provisions of this paragraph. Where the bidder fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the bidder with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall not constitute a waiver of any of the City's rights and remedies hereunder. (d) PATENT INDEMNITY: Except as otherwise provided, the successful bidder agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work performed hereunder. 8. DISCOUNTS - (a) Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 5 30 days will not be considered in evaluation of bids. However, offered discounts will be taken for less than 30 days if payment is made within discount period. (b) In connections with any discount offered, time will be computed from date of delivery and acceptance at destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check. 9. CERTIFICATION OF INDEPENDENT PRICE DETERMINATION - By submission of this bid, the bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, that in connection with this procurement: A)The prices in this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other bidder or with any competitor; B)Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly to any other bidder or to any competitor; C)No attempt has been made or will be made by the bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition; D)Bidder warrants the prices set forth herein do not exceed the prices charged by the bidder under a contract with the State of Florida Purchasing Division; and E) Bidder agrees that supplies/services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties the bidder gives to any customer for such supplies/services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the bid award. 10.AWARD OF CONTRACT - The contract, if awarded, will be awarded to that responsible bidder whose bid will be most advantageous to the City, price and other factors considered. The City will make the determination. 11.SAMPLES - Samples of items, when required, must be furnished free of expense to the City and if not called for within fifteen days from date of bid opening, same will be disposed of in the best interest of the City. 12.REJECTION OF BID - Failure to observe any of the above instructions and conditions may constitute grounds for rejection of your bid. 13.EXTENSION OF TIME PERIOD OF BID - In addition, the City of Ocoee, reserves the option to extend the time period of the bid, including all terms and conditions of the bid documents. Such time extension shall be by mutual agreement in writing. FOR ALL BIDS: Al GENERAL: 1. All items quoted shall be in compliance with these specifications. 6 2. Delivery of Bids: It is the sole responsibility of the bidder to ensure that his proposal is delivered to the proper place and by time and date as indicated within this solicitation. City employees do not accept "postage due" items, therefore, please be sure you use adequate postage. 3. Any clarifications requiring written changes will be through addenda only, issued through the Buyer. A2 REJECTION OF IRREGULAR BIDS: 1. In accordance with bid terms and conditions, each bidder shall furnish the information required on the bid form supplied. Bids submitted on any other format shall be disqualified. 2. Bids which contain any alteration, condition, limitation, unauthorized alternates, or show irregularities of any kind may be rejected by the City as non-responsive or irregular. A3 ALTERNATES: 1. Alternate bids will not be accepted unless specifically called for in this solicitation. A4 DELIVERY: 1. Delivery will be a factor in award. A5 AMENDMENTS: 1. The City reserves the right to add or delete item(s). A6 PAYMENTS: 1. No payment will be made for materials ordered without proper purchase order authorization. Payment cannot be made until materials, goods or services, have been received and accepted by the City in the quality and quantity ordered. 2. Payment will be accomplished by submission of invoice, in duplicate with Purchase Order Number referenced thereon and mailed to: City of Ocoee, Accounts Payable, 150 N. Lakeshore Drive, Ocoee, FL 34761-2258. - A7 PROCESSING OF ORDERS; FUND AVAILABILITY: 1. Normal orders shall be processed to the bidder by numbered City of Ocoee Purchase Orders. 7 2. Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available. A8 LITERATURE: 1. If called for on Bid Schedule, of these specifications, descriptive literature/brochures must be included with this bid in order to properly evaluate make/model offered. Bids submitted without same will be considered non-compliant and disqualified. A9 SAFETY STANDARDS 1. Unless otherwise stipulated in the bid, all labor, materials, supplies and/or services shall comply with any and/or all applicable O.S.H.A. Standards. A10 TAXES: 1. The City of Ocoee, Florida, has the following tax exemption certificates assigned: • Florida Sales & Use Tax Exemption Certificate No. 58-11-094593-54C; and • The City is exempt from federal excise, state, and local sales taxes. All PERMITS/LICENSES/FEES: 1. Any permits, licenses, or fees required will be the responsibility of the contractor; no separate payments will be made. 2. Adherence to all applicable code regulations (Federal, State, County, and City) are the responsibility of the contractor. Al2 DISPUTES: 1. Any actual or prospective bidder who disputes the reasonableness, necessity, or competitiveness of the terms and/or conditions of the Invitation to Bid, selection or award recommendation shall file such protest in writing to the Office of the City Manager. A13 RESTRAINT OF TRADE OR COMMERCE: 1. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (Florida SS 542.18 and all applicable federal regulations). A14 BID EVALUATION & AWARD: 1. Uliless otherwise stipulated, bids will be evaluation and award, if awarded, made to that bidder who is determined to be the overall most responsible and responsive to this 8 solicitation. Factors which may be considered will be: Compliance with specifications/bidder's ability to perform, including prior performance (if any) with the City, warranty offered, delivery or time for completion, and pricing. Bidders financial capability will also be a factor. If offering equivalent(s), see paragraph 2, Bidding Instructions, Terms, and Conditions: Use of Trade Names. 2. Bidders are requested not to contact requesting/evaluation Department(s)/Division(s) after bids are opened. Any questions (from bidder or evaluation Dept./Div.) will be answered through the Buyer by contacting the person so designated on the "Bid Signature Page." 3. A copy of the Bid Tabulation will be available for review in the Office of the Buyer. Should you desire a copy, please enclose a self-addressed, stamped (allow for adequate postage) envelope with your bid and a copy will be provided as soon as available. A15 QUANTITIES: 1. City of Ocoee reserves the right to purchase any, all, or none of its requirements from bidders awarded contract as a result of this bid. 2. The City reserves the right to segregate items bid and purchase separately any item if deemed beneficial to the City's interest. 3. The City further reserves the right to purchase items from other bidders due to distance and availability if the City finds it more expeditious and economical to do so. ADDITIONAL TERMS AND CONDITIONS: 1. Bidder must complete Experience of Bidder section and List of Subcontractors section. 2. Successful bidder will be required to provide proof of insurance in the amounts shown in Attachment"A" and must have the City named as additional insured. 3. Descriptive literature (if so required) on each item bid must be included with bid. Failure to comply will result in disqualification of bid. 4. Contact Joyce Tolbert, Buyer (407)656-2322 ext. 1516 and fax (407)656-7835, in writing, with any questions or concerns at least (10) ten days prior to bid opening date. Potential bidders should not contact City staff, with the exception of Joyce Tolbert, Buyer, or other City consultants for information before the bid opening date. Any contact with any other member of the City staff, City Commission, or its Agents during this time period may be grounds for disqualification. 5. Award Criteria: Bid will be awarded to the overall lowest bidder most responsive to the following criteria: • Compliance with specifications, terms, and conditions • Bid Price • Warranty Offered • Delivery Time 9 B1 CITY OF OCOEE, FL, BID SCHEDULE Therefore, the undersigned, hereinafter called "Bidder," hereby certifies that he has visited the site of the proposed project and familiarized himself with the local conditions, nature and extent of the work, and having examined carefully the specifications, terms and conditions herein, proposed to furnish all labor, materials, equipment and other items, facilities and services without exception, except those stated as specifically supplied by the City, for the proper execution and completion of Bid, and if awarded the contract, to complete the said work within the time limits and bid prices as outlined on the bid sheet. B2 DESCRIPTION AND PRICE PRICING TO BE PROVIDED BY BID SHEET (ATTACHED). ACKNOWLEDGEMENT IS HEREBY MADE OF RECEIPT OF THE FOLLOWING ADDENDA ISSUED DURING THE BIDDING PERIOD: ADDENDUM # THROUGH ADDENDUM # B3 LIST OF SUBCONTRACTORS SUBCONTRACTOR NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#: ry (Attach Additional Sheets for additional listing of subcontractors) The Bidder certifies that he has investigated each subcontractor listed and has received and has in his files evidence that each subcontractor maintains a fully-equipped organization capable, technically and financially, or performing the pertinent work and that he has made similar installation in a satisfactory manner. B4 EXPERIENCE OF BIDDER The-Bidder shall complete the following blanks regarding experience in this particular project work. Bidder must demonstrate ability to construct projects of similar complexity, nature, and size of this project within past three years. 10 DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS (INCLUDE CONTACT): F 5'+ It n`i 1 (rC ��. -rl�; (! Iiyr !t I. iIe i �;tf . .c; • 1 (j,1 ( „ `7c'' (1C-'(i , U (•-c7 r l r I 1 1 ; a✓ (' f Have you any similar work in progress at this time? Yes No _ . Length of time in business Bank or other financial references: CERTIFICATION OF NON-SEGREGATED FACILITIES The Bidder certifies that the bidder does not maintain or provide for the bidder's employees any segregated facilities at any of the bidder's establishments and that the bidder does not permit the bidder's employees to perform their services at any location, under the bidder's control, where segregated facilities are maintained. The bidder certifies further that the bidder will not maintain or provide for the bidder's employees any segregated facilities at any of the bidder's establishments, and that the bidder will not permit the bidder's employees to perform their services at any location under the bidder's control where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking facilities provided for employees which are segregated on the basis of race, color, religion, national origin, habit, local custom, or other 'ise. The Bidder agrees that (except where the bidder has obtained identical certification from proposed contractors for specific time periods) the bidder will obtain 11 identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that the bidder will retain such certifications in the bidder's files. The non-discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor, are incorporated herein. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. SPECIAL CONDITIONS (IF ANY): None 2. EXECUTION OF AGREEMENT Agreement between the City and Successful Bidder shall be in the form of a City of Ocoee Purchase Order. All Terms and Conditions as specified on the reverse of the Purchase Order must be adhered to. 12 BID #00-03 SPECIFICATIONS HEAVY-DUTY MOBILE LIFTING SYSTEM FOR BUSES AND TRUCKS SECTION 1 -GENERAL >i "re i(A • This specification is for a heavy-duty mobile lifting system, consisting of four(4) to six (6) posts, which are capable of lifting 15,000 pounds per post or up to 90,000 pounds with six ✓ (6) posts. Each lifting post shall be mobile and easily positioned to the wheels of the vehicle for lifting. The system will be finished in OSHA safety color.( ;.1 () SECTION 2-CONSTRUCTION In accordance with the American National Standards Institute (ANSI) Requirement B153.1-1990, "Safety Requirements for the Construction, Care and Use of Automotive Lifts", where applicable. Each post shall be NRTL listed electrically, structurally, and bare the ALI/ETL label of compliance. All fabricated steel shall be of U. S. origin. 5tct, l,i - - �;';.� SECTION 3 -DETAILED SPECIFICATION Support Column -The support column shall be a single, heavy-duty wide flange "H" beam, with a selection modules not less than 14. The flanges of the beam shall be precision machined to allow smooth operation of ki, °- the lift carriage rollers. Three-quarter inch (3/4") diameter holes on t two inch (2") centers shall be drilled vertically in the web of beam, to S {C provide an indent for operation of the mechanical safety lock. 1 t Z t Lift Carriage The lift carriage assembly shall form a box-like structure around the support column and be guided with (4) each flanged rollers. The bearings shall be self lubricating type, requiring no lubrication. The bearing shafts shall insert from the outside and provide for easy removal for inspection or replacement of rollers. Each carriage shall have a removable access panel on the front and rear for easy entry to all safety solenoids and switches. There shall be a minimum distance of three inches (3") between the lift carriage and support base when carriage is lowering, to eliminate any possible pinch point. Support Base - There shall be two (2)wheels on the support base and one (1) steerable wheel. A hydraulic jack shall be mounted on the steering end wheel and shall be capable of raising the base above the floor five inches (5"), to provide adequate clearance when moving lifting post over ramps, etc. An OSHA approved handle shall be attached to the steering wheel and be spring- loaded to the vertical position. 1 SPECIFICATIONS 3.4 Motor, Brake, and Drive-The motor shall be (high efficiency), ,,,.-:cc` totally enclosed, 208-230 or 440 volts, 3-phase, 60 hertz synchronous motor. Each motor will have thermal protection. "a � :., ti. The motor shall not exceed 2.2 hp. The motor shall contain vI ct a spring-loaded brake. The brake shall have a means for , attaching a handle, which allows manual release of the brake e for lowering of lift should an electrical power failure occur. A top mounted, sealed and self-lubricating reduction gearbox shall be provided for connecting the motor to the ball screw assembly. 3.5 Ball Screw and Nut-The mechanical lifting drive shall be a j( ; recirculating ball bearing screw shaft and nut, thereby avoiding ReAe • undesirable friction. Brass nuts "acme" threaded, are not acceptable. Further, the ball screw shall have seventy-two (72) ball bearings and shall be completely self-contained within the nut for recirculating the ball bearings. To prevent misalignment between the ball screw shaft and nut, a conical-type load bearing washer shall be provided between the nut and lift carriage assembly. The ball screw assembly shall have a minimum life of ten (10) years. The drive screw and nut shall have a safety factor of 11.5 to yield, based on a rated load capacity of 15,000 pounds. Required lubrication of the ball screw shaft and nut shall not be more than twice a year. A zerk fitting shall be provided at the top of the nut. Ball screw and nut shall have a fire (5)year warranty. 3.6 Mechanical Safety Device -A mechanical wedge-type safety device, independent of the ball screw shaft and nut, shall be provided. The safety device shall automatically wedge between the lifting carriage N •t and the I beam and lock the unit should the following occur: ball l screw shaft failure, lifting nut failure, drive gear failure, motor brake , ;i • failure. The wedge system is a"positive" engagement system, u✓ 5cr 2'-`•-• whereas the downward force makes the safety stop stronger, w_;c 'el eliminating ratchet shear points. A micro switch shall be provided, which automatically stops operation of all lifting posts when mechanical safety lock engages. Follower nut safety methods are not acceptable. 3.7 Electrical Controls -The following electrical controls shall be provided (all electrical components shall be watertight): Main Control/Power Box - The main control box shall be mounted onto a post by means of two (2) mounting rails, >� thereby enabling the power box to be easily remove and .c relocated onto any other system post without C� ' .5 reconfiguring the wiring system of the other posts and/or • relocation of slave boxes. No tools are required to move the "'• yr 7 power box. All wiring shall be labeled with numbers cor- responding to same on electrical schematic to assist in trouble- roc-- II shooting. All switches will be watertight to prevent the entry 1 tL I 0 of moisture. h z,"`� L"`J ,;z.G 2 cal ;) 3.7.1.1 A built-in transformer shall be provided in the power —7 box in order to accept Delta or"Y", 3 phase current. 3.7.1.2 PFR Phase Control -electrical sensing device shall :.-/ be provided in the removable power box and shall perform the following functions: • Automatically select proper phase rotation; • Prevent unit from operating if any phase is inoperative; / • Detect low voltage and shutdown system. 3.7.1.3 Power On Switch -Will reset electronics in the event of a fault shutdown. 3.7.2 Two (2) 208/440 power relays for rotation sequencing. 3.7.2 Lifting Post Controls -Shall be mounted into an anodized aluminum C: extrusion. Further, all circuitry shall be on a printed circuit board (PCB) h interfacing with all Each PCB will have control selfdiagnosticon lights, including oction and ppeed eration aton mtrol.ode. `..�c et `\RL `l\�{ 9 P The PCB shall be easily removable for service inspection and covered ` in a polysynthetic finish for additional moisture protection. • 3.7.2.1 Up and Down Switch - Lighted switch blinks on/off when selector switch is in single post position, or when a safety device has been activated. All up and down switches must be dead-man type, requiring constant pressure by an operator or raise or lower. The lights stay on in multiple post position. 3.7.2.2 Emergency Stop Switch - Red mushroom palm operated switch. v— Completely stops operation of all lifting posts when actuated. 3.7.2.3 Up Limit Switch - is a 2-stage switch. First stage stops travel of .- individual post; second stage prevents over-travel by stopping operation of all posts. 3.7.2.4 Lower Limit Switch -Stops the operation of unit when lift assembly has reached the fully lowered position. 3.7.2.5 Mechanical Safety Lock Switch -is actuated by the ball screw nut when the mechanical safety lock engages. When an obstruction is blocking the lifting carriage from lowering, a secondary safety switch will shut the entire system off. / 3.7.2.6 All switches shall be water resistant, positive break type. 1. • 3.8 Lift Carriage Movement Detector-A device shall be provided that detects the up and down movement of the lift carriage and if any of the following occurs, stops operation of all lifting posts: 3 • Lifting carriage does not move up or down; / • Lifting carriage moves up or down faster or slower than other lifting posts by preset limit; • When lifting carriage is lowering, if carriage exceeds preset lowering speed, system will shutdown and safety lock will automatically engage. 3.9 Electrical Cables -A fifty foot (50') long power cable shall be connected to the main control/power box. The cables, which interconnect the lifting posts, shall be a \`'� „\. single, multi-conductor cable thirty-six foot(36') long. The outer sheath of all cables 3 \ 4.9 \\,,, shall be of a material that will provide maximum resistance to wear and damage and \ u be impervious to fuels, oils or other fluids common in a vehicle repair facility. The i c,z. { 10u interconnecting cables on each end shall have a quick disconnect plug made of '7 \L high density PVC material. All cables shall be safety yellow in color per OSHA standards. 3.10 Final/Terminating/Dummy Plug - Shall be installed in the last post in series. The dummy plug allows the ability to use two (2) posts without having all four(4) posts hooked-up. Additionally, the dummy plug serves as an operator lock-out, for user restriction. 3.11 Specific Sizes and Capacity 3.11.01 Capacity-each post 15,000 pounds: ✓ rs Hoti Ul 'L'GG 4 posts = 60,000 pounds 6 posts = 90,000 pounds - ' �f�`' 9 0-, 3.11.02 Lifting Height-64 inches '7 e 3.11.03 Lifting Speed - 1.7 minutes 6- 3.11.04 Motor=2.2 hp, 208/230 or 440/480 volts, 3 phase, 60 hertz 14 h 3.11.05 Control Voltage-1110 volts.and 24 volts 3.11.06 Maximum Height-86.5 inches 3.11.07 Length -45.3 inches `-, 3.11.08 Width-41.3 inches ./ 3.11.09 Turning Circle-43.3 inches 3.11.10 Tire Size- 12R-24.00 to 10.00-20.00 (see section 4.4) `/ 3.11.11 Electrical Requirements: Number of Posts Minimum Circuit 4-posts = 30 PS, 208/230 Volt C'U°"re'r 4-posts = 7_ ,S, 440/480 Volt 30 'Tn`P 6-posts = 45 AMPS, 208/230 Volt c/i. : mf' 6-posts = SQ.AM S, 440/480 Volt �5 A-Yii/^j 4 SPECIFICATIONS SECTION 4 - ACCESSORIES c:C 4.1 Mobile Support Stand, Tall -The support shall have a i I ')7 U capacity of 15,000 pounds with a cradle support pad. The stand shall be adjustable from 46.25 inches to c./~ 78.8 inches, in increments of 3 inches (3"). Each stand shall be equipped with a gas spring for assisting in the height adjustments. Further, the stand shall be designated and engineered to sustain three-times its rated load carrying capacity and finished in OSHA safety color. Two (2) wheels and a handle shall be provided for easy maneuvering of stand(s). 4.2 Mobile Support Stand -The support stand shall have a capacity of 30,000 pounds with a cradle support pad. The stand shall be adjustable from 47.25 inches to 78.8 inches in increments of three inches (3"). Two inch (2") wheels and a handle shall be provided for easy maneuvering of stand(s). 4.3 Screw-Fine Adjustment for Support Stand -Adjustable from 2-4". Shall be made of five-sixteenth inch (5/16") steel plate with threaded head allowing the mounting pad to make direct contact with the vehicle frame. 4.4 Reduction Sleeves - For lifting smaller vehicles with tire sizes from 1000-12 up to 8.25 x 20 down to a minimum 13" rim size).Reduction sleeves shall be adaptable to the carriage lifting forks without requiring any modification or installation to the existing lift carriage. Each sleeve shall be made of quarter inch (1/4") L Z( steel with zinc plating. Two reduction sleeves per lifting post. \ Ut I P (_ c� 4.5 Remote Control- Up/down pendant with emergency stop for heavy-duty lifting system with thirty foot(30')cable. S•-ro, l Cu 2 I �S COS' b� PjUyycd wta SECTION 5 WARRANTY �� fr Si-• Five (5) years on drive screw and nut. One (1) year on all other parts ttlk and labor. SECTION 6 MANUALS Complete operation and service manuals with troubleshooting ( information and parts breakdown shall be provided. E 0 (c).Ovik- 5 B00-03 BID SHEET I. Four(4) post lifting system $ 7 / 7c TwcN;J' ,�t %NoklAaa se,;6 v'/4,0,760 dollars & GG cents II. Six (6) post lifting system $ 3 7 n 3 7079/ S 06..% rfesgS/qN ./6:#iy 7-11i76C-dollars & (; C cents III. Mobile support stand, Tall (each) $ 9 2 TwEJT/ 16,JaeE ) /U/ i.)E7 if/22 dollars & y) cents IV. Mobile support stand (each) $ 7Z, !t-/cusp dollars & 0 0 cents V. Screw fine adjust for support stand (each) $ /l3 cLc-D E D dollars & cents VI. Reduction sleeves (each) $ 70 o c S i)E13 Di7E10 %W D dollars & (Y0 cents VII. Remote control $ / C L L-(OE D dollars & cents TOTAL ITEMS I- VII(ALL PRICES INCLUDE DELIVERY/FREIGHT COSTS): CC, ? CI od r Fry 10/4)C Si xT7 SiK T#AlsA)J)/4 ' )P D DOLLARS & 00 CENTS ESTIMATED DELIVERY TIME ON ITEMS 1-WI: /0 or9 yS 6 SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID SHEET" ARE ACCURATE AND WITHOUT COLLUSION. C, I \I el r L ,I—t-S 502 2 — C0 2070 0 FIRM NAME TELEPHONE(INCLUDE AREA CODE) er jj,j raZL_ C - IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNATURE(mac G l) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: YlCNno,.s (.)• 6-Ida d�,c , ,IPS Pt)fc(1• NAME/TITLE(PLEASE PRINT) 200 C rib- s� STREET ADDRESS L IS ,1 c t/tif '0 a u Co CITY STATE ZIP FEDERAL ID# (p 1— )2.2.5- 5 7 Sworn to and subscribed before me this ad day day of ,2000 . Personally known v or Produced Identification Notary Pu 'c- to of 4 , (Type of Identification) County o • eTh 7L4- Y�J Sign e of No Public Pii cLis RDe, sAl Print@d,typed or stamped commissioned name of Notary Public SIG-1 January 13, 2000„N ADDENDUM NO. : ONE (1) CITY OF OCOEE BID NO. 00-03 HEAVY-DUTY MOBILE LIFTING SYSTEM FOR BUSES & TRUCKS This addendum shall modifi) and become a part of the original Bid Document for a Heavy-Duty Mobile Lifting System for Buses and Trucks. Changes are as follows.: The Legal Advertisement appearing in the Orlando Sentinel on Sunday, January 9, 2000 should be amended as follows: Sealed Bids will be accepted for Bid #B00-03, HEAVY-DUTY MOBILE LIFTING SYSTEM FOR BUSES & TRUCKS, no later than 10:00 AM, local time, on February 10, 2000 Febr•ta y 2n 2000. This will be re-advertised in the Orlando Sentinel with the correct bid opening date on Sunday, January 16, 2000. Pg. ADV-1 and Pg. 1 of the Invitation to Bid states the correct date. 9y/z ' oyce Tolbert Buyer All bidders shall acknowledge this addendum by completing this section below and attaching to the front of your proposal. Bidder: CI'? L 115 , h. - _ Street Address: City, State, Zip Code: Loy , I 1 1-y Y,02.6 Ip Name and Title: �iz.n0.:.;,-,,., �:.ld ,`/ Telephone Number: J c;i- (i- s ,-.?L'' Federal I.D. # /Z`l5757 1 '(7fr AA/C • 3 k.,. - / REGION I MOBILE USERS LIST .• DST INDUSTRIES, DETROIT, MI 1 SET OF FOUR 313-941-0300 KURT LANGERT ROAD COMMISION OF OAKLAND COUNTY, DETROIT, MI SETS OF FOUR 810-858-2619 HANK HAFENDORFER PACE BUS COMPANY, CHICAGO, IL 17 3 SETS OF FOUR3 - ` ),��� 08-439-8116 BURL IVES ,...: La\.,c, Cr:I(, -MA,s !Yl1_ ! 5Zf q ,SU C.2 ouo PT Cc p b-al 1-1 2 5-c-'t 5 MSD c .I r.s-1 I is Li -t- bltitzgrna�e- f-;M 1 O f i Lz;Al Ii'"i X5 b o6 Cil 0'-� &i.2 s+ QAc.k 10N I sz7' 5i; cc l,c.,,k rk„,k,.s Co-v►Is', lilt 1 s-Lt pM+ o vt, eL CA-�, 1 5-z-+ . hJj- / /v i ' 13- Tz r, —4) Art )k Z 5 c >�S PAAj H() 1 Icy." - / 5.4 -S�o-D�- REGION II MOBILE USER LIST T o wN86 I , m A I S5 ( i-) 3 se 1 PENN DETROIT DIESEL, FLEETWOOD, PA 1 SET OF FOUR 215-944-0451 TOM PRATT SUNLIGHT COACH, PATERSON,NJ 1 SET OF FOUR 210-523-0530 FRANK TOMIELLO SADDLE RIVER TOURS, LODI, NJ 1 SET OF FOUR 210-777-1900 BOB MURPHY HOUSITONIC REGIONAL TRANSIT, DANBURY, CT 1 SET OF FOUR 203-744-4070 ANGELO NEW JERSEY DOT, TRENTON, NJ 3 SETS OF FOUR S.E.P.T.A., PHILIDELPHIA. PA 1 SET OF SIX 215-580-5018 JIM CRINITI PENN DETROIT DIESEL, HARRISBURG, PA 9 SETS OF FOUR 717-938-5141 JOHN GINGRICH ORION BUS, ORISKANY,NY bSET OF FOUR 315-768-8101 BRUCE SICKLES TOWN OF SMITHTOWN,NY 1 SET OF SIX 516-360-7500 TONY DIPERNA NEW JERSEY TRANSIT, ATLANTIC CITY,NJ 1 SET OF TWO 609-343-7884 FRANK PINTOZZI NORTH COLONIE SCHOOL DIST., COLONIE,NY SET OF FOUR 518-785-9486 DAVE STEVENS MC LAUGHLIN ENTERPRISES, BOSTON, MA 1 SET OF FOUR 617-595-4343 JIM MCLAUGHLIN EUROLINK, SADDLEBROOK,NJ 1 SET OF FOUR 201-368-8404 MIKE BENSON BEAVER CTY TRANSIT, PITTSBURG, PA 1 SET OF FOUR 412-728-4255 5G;o , MA �9- DOT Z Se./5 P - A , ) sef Al 0 (41A Cry T(i 5 ; I s, Q; CA yu ,c Su1fe,2 i(2.a,�s ► sac. CA- r Sc,'f REGION III MOBILE USERS LIST MOUNTAIN VIEW TOURS, TUSCON,AZ 1 SET OF FOUR 520-741-1188 GREG CONSER VALLEY COACH, PHOENIX, AZ 1 SET OF FOUR 602-392-0490 BUTCH FAST HUERTA TRUCKING, NOGALAS,NM 1 SET OF FOUR 602-281-2058 MANUAL HUERTA CITY OF PHOENIX, AZ 5 SETS OF SIX 602-495-7562 TOM RICHOFF EVERETT NAVEL BASE, EVERETT, WA 1 SET OF FOUR 206-304-3551 GARY PASSMORE INTERMOUNTAIN COACH, COLORADO SPRINGS, CO I SET OF FOUR 719-570-1122 DENNIS JONES CITY OF MESQUITE, NV 1 SET OFF j{ 702-346-5297 RAY TOMBS WASHINGTON WATER POWER, SPOKANE, WA 2 SETS OF FOUR 509-482-4597 MIKE STEPPER CITY OF COLORADO SPRINGS, CO SET OF FOUR 719-636-5365 JIM WEBER WESTERN BUS & TRUCK, SAN FRANCISCO, CA 1 SET OF SIX 415-703-8880 KENT COFFMAN ACME TRUCK PARTS. STOCKTON, CA 1 SET OF FOUR 209-466-7021 ANDY GRUTMAN METRO WATER DISTRICT, RIVERSIDE , CA 1 SET OF SIX 909-688-5672 RUDY VALVERDE US AIR FORCE, LAS VEGAS, NV 1 SET OF FOUR 800-779-0526 (53008) DAVE ENGEL S TO RIFF ..,A.1)Ca SERENDIPITY LAND YACHTS, SANTA CLARA, CA 1 SET OF FOUR 408-452-8108 JOHN ,5 3bs Zf 5d5 � , �e .- l- �h�✓ f S_f REGION IV MOBILE USERS LIST . RURAL METRO FIRE DIST., KNOXVILLE, TN SET OF FOUR 615-531-1642 SCOTT MCLEAY ORANGE COUNTY GARAGE, ORLANDO, FL 1 SET OF FOUR 407-836-8206 DAVE POPE COBB COUNTY TRANSIT, MARIETTA, GA 1 SET OF FOUR 404-422-4761 WREN MURPHY S.T. WHOOTEN CONTRACTORS, WILSON, NC 1 SET OF FOUR 919-291-6572 MR. WEBB CITY OF JACKSONVILLE, FL 1 SET OF FOUR 904-630-3137 TOM JURY GAINSVILLE TRANSIT, GAINSVILLE, FL 3 lis.,SEUOF FOUR 352-334-2604 DEXTER MARTIN ESCAMBIA COUNTY, PENSACOLA, FL 3 SET OF FOUR 904-968-9505 EARL WENDT ESCAMBIA TRANSIT, PENSACOLA, FL j 'i SET OF SIX 904-436-9383(24) PETE BARNES G&W DIESEL, MEMPHIS, TN 1 SET OF FOUR 901-948-1625 BOBBY WHARTON NASHVILLE ELECTRIC SVC, NASHVILLE, TN 2 SETS OF FOUR 615-747-3971 M.C. KENT CARTA, CHATANNOOGA,TN 1 SET OF FOUR RON SWEENY AS 5 p c•.J e., - Z S e fs A-)ck. h e°tAi2-{ 3 :fLf3 CHALLENGER MOBILE LIFT MODEL SVL2000 BID SPECIFICATIONS 1. LIFTING SYSTEM. a. The lifting system shall be a CHALLENGER MODEL SVL2000 consisting of four (4) mobile, electromechanical, wheel contact, interconnecting lifting columns. A master control panel with remote pendant to control the entire system shall be affixed to one column and an individual control box shall be affixed to each of the other three columns. 2. STANDARDS. a. The manufacturer shall be a member of the Automotive Lift Institute. b. The equipment shall comply with ANSI/ALI B153.1, and applicable OSHA standards. c. Construction shall comply with NATO Quality Assurance Category AQAP 4 standards. 3. LIFT SYSTEM CONTROLS OPERATION. a. The master control panel shall have a selector control switch to allow operation of all, pairs or individual columns. b. A pendant at each of the control panels shall allow remote operation of pairs or all columns. For safety reasons, when the selector control switch is switched to all or pairs, operation shall only be possible by the remote control pendant and not by the operation panels on individual lifts. c. When a single column is selected at the panel, the individual column shall only be operated by the control panel on that column. Each individual column control panel shall have a amber light which illuminates when selected. d. The lift columns shall be interconnected by a main power cable and three. (3) 32-foot SYLFLEX flexible armored multicore grounded, oil resistant cables that are supplied with all necessary connectors for ease of set up. Each cord has a plug at each end for ease of replacement. e. The connectors shall be configured so that they may not be connected improperly. Challenger Mobile Lift - Model SVL2000 Bid Specifications Page 2 f. The SYLFLEX interconnecting cables shall be in series to form a U-shape pattern to allow an open end for vehicle access. g. Each column's control box shall be equipped with a 110 volt, 60 hertz emergency stop button which cuts power to all units. h. A phase warning light and shut down switch shall activate in the event of improper phase sequence. i. An electric reset button, which is only activated by a key switch, is located outside the master control panel to allow supervised override of the operating functions. 4. SAFETY FEATURES - OPERATION CONTROLS. a. All lifting columns shall remain inoperative unless all are properly connected. b. Individual lifting columns shall not be operable by the remote pendant. c. The raise and lower control buttons shall be dead man style and equipped with upper and lower carriage travel limit switches. d. A tilt control switch shall shut down all operations should a carriage encounter an obstacle. e. Each control panel shall have a warning light to identify a column that has caused interruption to operation. f. In the event of a circuit interruption, the column which caused the problem shall be determined by referring to the "power on" light on the individual control panels. 5. DIMENSIONS AND SPECIFICATIONS. a. Each column shall have a lifting capacity of 15,400 pounds, providing 30,800 pounds capacity per pair, 61,600 pounds gross capacity for a four column set, and 92,400 pounds for a six column set. b. The lifting height of the system shall be 0"-70". c. The mast of each column shall be fabricated from heavy duty folded steel plate of at least 1/4 inch thickness. The carriage shall be supported by no less than two square section bars with a cross section no less than 2" x 2". The weight of each lift unit shall be no less than 1230 lbs. to reflect the heavy duty load the equipment is to sustain. Challenger Mobile Lift - Model SVL2000 Bid Specifications Page 3 d. The lift units shall have motors of no less than 4hp suitable for use with a 460v 60 hz 3 phase electric supply. Motors fitted with brakes will not be acceptable due to the risk of differential braking across multiple units. Motors of US manufacturer. e. To ensure safe operation and long life of the lifting screw, the lifting speed shall not be faster that 27" per minute. f. The lifting arms shall be 12" long and capable of accepting tire sizes ranging from 7.50 x 16 to 12.0 x 22.5 inclusive. g. The lifting forks shall be of a design to later accommodate an adaptor for 165 x 13 to 750 x 16 tire sizes. h. The distance between the rear of the forks and the mast shall be a minimum of 10-3/4" to provide working clearance between the body of the vehicle and the masts. i. The lifting carriage shall be manufactured from heavy gauge sheet steel and be supported by at least four heavy duty rollers. The rollers shall have a minimum diameter of 2-7/8" and each roller shall be flanged to a diameter of 3 3/4" to guide the carriage on the masts. The rollers shall be fitted with sealed for life type bearings. 6. SAFETY FEATURES - MECHANICAL OPERATION a. Carriage lifting shall be accomplished on a miximum friction, non- reversible, phosphor bronze, load nut on a self-sustained, solid, precision rolled, acme screw, threaded spindle. Recirculating ball screws shall not be acceptable as they are not self-sustaining and require multiplicity of back-up systems to ensure safety of operation. b. A non-load bearing steel safety nut shall trail the load nut at a prescribed safety gap and assume a load bearing responsibility in the event of a load nut failure. c. The safety gap between the load and safety nut shall be electrically monitored and interrupt lift operation when wear is detected. d. The screw spindle and safety and lock nut shall be enclosed in a flexible neoprene bellow, resistant to grease, oil, acid and water. This bellow gives the lifts an IP-55 rating for steam cleaning. e. The lifting shall be monitored to prevent accidental lifting when the lift is in the travel position. This is performed by a microswitch on the pallet jack. Bid Specifications Page 4 7. MOBILE BASE. a. The base shall be of a size to distribute the applied load over a two square foot area. b. The base shall be placed in the travel position by a hand operated hydraulic pump mounted to the column. c. The hydraulic pump shall be equipped with an overflow valve to protect the cylinder, in the event that the lifting operation is attempted while the column is loaded. d. The jack/steering handle shall be a loop, pallet style and a base with two nylon steering wheels. There shall be a steel travel wheel in each column leg. e. The travel wheels shall have no grease points and have no adjustment to discourage usage on unsafe surfaces. f. When taken out of the travel position the base shall rest flat on the floor. 8. AFTER SALES - SERVICE. a. The supplier shall have factory trained service technicians and spare parts available in the locality of the installation. p/ cal) C-Nagc. " -c 7" O,2c�7,0t) b. The supplier shall be able to provide planned maintenance of the equipment if reque ted. JAL c. The supplier shall guarantee spares availability for at least ten years from the date of supply. - A)o�m1:1L - ,-1---11.' ,9 , k,t..t,ird.r.1419,,, .. : ..:__-: (7) ii kil• 'rf�` ,', ate '- - - _ • -'_- a+' `.. - - / / 9i q \ bra` • • - . f '-lili';' 'al ..-- .• g. s y4_ ' ea as `R 1;4';P", •f:.�:`... - - - - ....ice - . Ai ..„-----2 • ... .- -: i r r _/ '� $.y�.a .__ --- , L ". ' ml SVoI Z.._. i . - , / ' � I i ' • una.3 Poio1 V.. 1•: G ♦_ . - f , . j l. �a N r L .e�� - P i e� - • sr • ,�_ l ^w �� ►• Cry r� . .•J. ••t -4 1 —. • / :Jam ._-- -', w • ,.,� ,,� - �.f,'�,.�. �.°•s k,,+ ,4 ...-) 1. • � x 4 Y"t`y� • ry lhr ��i 1gr, • ♦ter+' • , ... >„ �- .-� ` 1 L"''' .'�. 4 i✓'.. o �- '' 1.�- ue• '- i� B 1 CITY OF OCOEE,FL,BID SCHEDULE Therefore, the undersigned, hereinafter called "Bidder," hereby certifies that he has visited the site of the proposed project and familiarized himself with the local conditions, nature and extent of the work, and having examined carefully the specifications, terms and conditions herein,proposed to furnish all labor,materials, equipment and other items, facilities and services without exception, except those stated as specifically supplied by the City, for the proper execution and completion of Bid, and if awarded the contract, to complete the said work within the time limits and bid prices as outlined on the bid sheet. B2 DESCRIPTION AND PRICE PRICING TO BE PROVIDED BY BID SHEET(ATTACHED). ACKNOWLEDGEMENT IS HEREBY MADE OF RECEIPT OF THE FOLLOWING ADDENDA ISSUED DURING THE BIDDING PERIOD: ADDENDUM# I THROUGH ADDENDUM# 2- B3 LIST'OF SUBCONTRACTORS SUBCONTRACTOR NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#: (Attach Additional Sheets for additional listing of subcontractors) The Bidder certifies that he has investigated each subcontractor listed and has received and has in his files evidence that each subcontractor maintains a fully-equipped organization capable, technically and financially, or performing the pertinent work and that he has made similar installation in a satisfactory manner. - B4 EXPERIENCE OF BIDDER The Bidder shall complete the following blanks regarding experience in this particular project work. Bidder must demonstrate ability to construct projects of similar complexity,nature, and size of this project within past three years. 10 DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS (INCLUDE CONTACT): b-le-9} - 1-g2y Doi R v Oefike, s , R . 144'-e.,' re/ e 6e/3 V333 Have you any similar work in progress at this time? Yes No i/. Length of time in business Bank or other fmancial references: S uN mks-7-1� butt�o-�zF-t. S(03 - (h�!c9Ls�� Lark..:Lc.eswQ Pt. 663--G3g (�o CERTIFICATION OF NON-SEGREGATED FACILITIES The Bidder certifies that the bidder does not maintain or provide for the bidder's employees any segregated facilities at any of the bidder's establishments and that the bidder does not permit the bidder's employees to perform their services at any location, under the bidder's control, where segregated facilities are maintained. The bidder certifies further that the bidder will not maintain or provide for the bidder's employees any segregated facilities at any of the bidder's establishments, and that the bidder will not permit the bidder's employees to perform their services at any location under the bidder's control where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking facilities provided for employees which _are segregated on the basis of race, color, religion, national origin, habit, local custom, or other vise. The Bidder agrees that (except where the bidder has obtained identical certification from proposed contractors for specific time periods) the bidder will obtain 11 . l identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause,and that the bidder will retain such certifications in the bidder's files. The non-discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor,are incorporated herein. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. SPECIAL CONDITIONS (IF ANY): None 2. EXECUTION OF AGREEMENT Agreement between the City and Successful Bidder shall be in the form of a City of Ocoee Purchase Order. All Terms and Conditions as specified on the reverse of the Purchase Order must be adhered to. 1 ` 12 SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID SHEET" ARE ACCURATE AND WITHOUT COLLUSION. • pl ieiDA det y 6. /-e00- 35 o FIRM NAME TELEPHONE(INCLUDE AREA CODE) IF REMITTANCE ADDRESS IS DIFFERENT AUTHORID SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: 4b&e V P. NAME/TITLE(PLEASE PRINT) /40 .,Qkei V. STEET ADDRESS Fhig 1.%e/4,D E, ,9 ,. 33 giS CITY STATE ZIP FEDERAL ID# ryr077` 09 •Sworn to and subscribed before me this l0 day of 9a4vie, ,2006 . Personally known V or Produced Identification Notary Public- to of �77 � (Type of Identification) County of //-L/1.., Signatted a'Notary Public e' 'Vi,Peggy L Hutto Printed* 4My(a,mmissi CC738915 o irls, conunission"ed name o Notaty2Public SIG-1 uy• guy ul ucoee; 4076567835; Jan-13-00 11 :27AM; Page 2/2 January 13,2000 ADDENDUM NO. : ONE (1) CITY OF OCOEE BID NO.00-03 HEAVY-DUTY MOBILE LIFTING SYSTEM FOR BUSES & TRUCKS This addendum shall modify and become a part of the original Bid Document for a Heavy-Duty Mobile Lifting System for Buses and Trucks. Changes are as follows.: The Legal Advertisement appearing in the Orlando Sentinel on Sunday, January 9, 2000 should be amended as follows: Sealed Bids will be accepted for Bid #B00-03, HEAVY-DUTY MOBILE LIFTING ISYSTEM FOR BUSES & TRUCKS, no later than 10:00 AM, local time, on February 10,2000 -7 - -245.240. This will be re-advertised in the Orlando Sentinel with the correct bid opening date on Sunday,January 16,2000. Pg. ADV-1 and Pg. 1 of the Invitation to Bid states the correct date. • • oyce Tolbert Buyer All bidders shall acknowledge this addendum by completing this section below and attaching to the front of your proposal. Bidder: Street Address: 120 RECKER HWY. • AUBU , City, State,Zip Code: Name and Title: L e/� eg,fry — gig Telephone Number: I- d O d 3 3 0 `y92rFedcral I.D. # `� r 0 77 ' 2° 1 bent by: city or oeoee; 4076567835; Jan-21 -00 2:04PM; Page 2/3 January 21, 2000 ADDENDUM NO. : TWO (2) CITY OF OCOEE BID HEAVY-DUTY MOBILE LIFTING SYSTEM FOR BUSES&TRU CKS This addendum shall modem and become a part of the original Bid Document for a Heavy-Duty Mobile Lifting System for Buses and Trucks. This addendum is a result of the attached fax transmittal from Interstate Lift & Equipment Company dated January 20, 2000. The ollowin is the res onse to the attached ax transmittal ram Interstate Li I & E u- ,neat Co„tra,ay: This is to clarify that the technical specifications included with Bid No. 00-03 is written for an ARI-HETRA 1:DML mobile lifting system (GSA Contract GS07F- 7172B) and is for illustration and comparison purposes only. All submitted mobile lifting systems that can meet or better the functional and safety requirements of this specification will be considered. All bidders must annotate in their bid where the proposed mobile lifting system differs significantly from the technical specifications included with Bid No. 00.03, • Tolbert • Buyer • All bidders shall acknowledge this addendum by completing this section below attaching to the front ofyour proposal. and FLORIDA TIRE SUPPLY CO. Bidder: 120 RECKER H ANDALE,FLOAIDA 33823 Street Address: City, State,Zip Code: Name and Title: Cg fLc, Telephone Number: /100 3 3 0 )9'07 Federal T.D.# ,� —07 1 - BID #00-03 SPECIFICATIONS • HEAVY-DUTY MOBILE LIFTING SYSTEM FOR BUSES AND TRUCKS SECTION 1 -GENERAL This specification is for a heavy-duty mobile lifting system, consisting of four(4)to six(6) posts,which are capable of lifting 15,000 pounds per post or up to 90,000 pounds with six (6) posts. Each lifting post shall be mobile and easily positioned to the wheels of the vehicle for lifting. The system will be finished in OSHA safety color. SECTION 2-CONSTRUCTION In accordance with the American National Standards Institute (ANSI) Requirement B153.1-1990, "Safety Requirements for the Construction, Care and Use of Automotive Lifts",where applicable. Each post shall be NRTL listed electrically, structurally, and bare the ALI/ETL label.of compliance. All fabricated steel shall be of U. S. origin. SECTION 3-DETAILED SPECIFICATION Support Column-The support column shall be a single, heavy-duty wide flange "H" beam, with a selection modules not less than 14. The flanges of the beam shall be precision machined to allow smooth operation of the lift carriage rollers. Three-quarter inch (3/4") diameter holes on two inch (2") centers shall be drilled vertically in the web of beam, to provide an indent for operation of the mechanical safety lock. Lift Carriage The lift carriage assembly shall form a box-like structure around the support column and be guided with (4)each flanged • rollers. The bearings shall be self lubricating type, requiring no lubrication. The bearing shafts shall insert from the outside and provide for easy removal for inspection or replacement of rollers. Each carriage shall have a removable access panel on the front and rear for easy entry to all safety solenoids and switches. There shall be a minimum distance of three inches(3") between the lift carriage and support base when carriage is lowering, to eliminate any possible pinch point. Support Base- There shall be two(2)wheels on the support base and one(1) steerable wheel. A hydraulic jack shall be mounted on the steering end wheel and shall be capable of raising the base above the floor five inches(5"), to provide adequate clearance when moving lifting post over ramps, etc. An OSHA approved handle shall be attached to the steering wheel and be spring- loaded to the vertical position. 1 _ I SPECIFICATIONS • 3.4 Motor, Brake,and Drive-The motor shall be (high efficiency), totally enclosed, 208-230 or 440 volts, 3-phase, 60 hertz • synchronous motor. Each motor will have thermal protection. The motor shall not exceed 2.2 hp. The motor shall contain a spring-loaded brake. The brake shall have a means for attaching a handle,which allows manual release of the brake for lowering of lift should an electrical power failure occur. A top mounted, sealed and self-lubricating reduction gearbox shall be provided for connecting the motor to the ball screw assembly. 3.5 Ball Screw and Nut-The mechanical lifting drive shall be a recirculating ball bearing screw shaft and nut, thereby avoiding undesirable friction. Brass nuts"acme"threaded, are not acceptable. Further, the ball screw shall have seventy-two (72) ball bearings and shall be completely self-contained within the nut for recirculating the ball bearings. To prevent misalignment between the ball screw shaft and nut, a conical-type load bearing washer shall be provided between the nut and lift carriage assembly. The ball screw assembly shall have a minimum life of ten (10)years. The drive screw and nut shall have a safety factor of 11.5 to yield, based on a rated load capacity of 15,000 pounds. Required lubrication of the ball screw shaft and nut shall not be more than twice a year. A zerk fitting shall be provided at the top of the nut. Ball screw and nut shall have a fire(5)year warranty. 3.6 Mechanical Safety Device-A mechanical wedge-type safety device, independent of the ball screw shaft and nut, shall be provided. The • safety device shall automatically wedge between the lifting carriage and the I beam and lock the unit should the following occur ball screw shaft failure, lifting nut failure, drive gear failure, motor brake • failure. The wedge system is a"positive"engagement system, whereas the downward force makes the safety stop stronger, eliminating ratchet shear points. A micro switch shall be provided, which automatically stops operation of all lifting posts when mechanical safety lock engages. Follower nut safety methods are not acceptable. 3.7 Electrical Controls -The following electrical controls shall be provided (all electrical components shall be watertight): Main Control/Power Box - The main control box shall be mounted onto a post by means of two(2) mounting rails, thereby enabling the power box to be easily remove and relocated onto any other system post without reconfiguring the wiring system of the other posts and/or relocation of slave boxes. No tools are required to move the power box. All wiring shall be labeled with numbers cor- responding to same on electrical schematic to assist in trouble- shooting. All switches will be watertight to prevent the entry of moisture. 2 . 1 3.7.1.1 A built-in transformer shall be provided in the power box in order to accept Delta or"Y", 3 phase current. • 3.7.1.2 PFR Phase Control-electrical sensing device shall be provided in the removable power box and shall perform the following functions: • Automatically select proper phase rotation; • Prevent unit from operating if any phase is inoperative; • Detect low voltage and shutdown system. 3.7.1.3 Power On Switch-Will reset electronics in the event of a fault shutdown. 3.7.2 Two(2)208/440 power relays for rotation sequencing. 3.7.2 Lifting Post Controls-Shall be mounted into an anodized aluminum extrusion. Further, all circuitry shall be on a printed circuit board (PCB) interfacing with all control wiring, motion detection and speed control. Each PCB will have a self-diagnostic lights, including operation mode. The PCB shall be easily removable for service inspection and covered in a polysynthetic finish for additional moisture protection. 3.7.2.1 Up and Down Switch-Lighted switch blinks on/off when selector switch is in single post position, or when a safety device has been activated. All up and down switches must be dead-man type, requiring constant pressure by an operator or raise or lower. The lights stay on in multiple post position. 3.7.2.2 Emergency Stop Switch-Red mushroom palm operated switch. • Completely stops operation of all lifting posts when actuated. 3.7.2.3 Up Limit Switch-is a 2-stage switch. First stage stops travel of individual post; second stage prevents over-travel by stopping operation of all posts. 3.7.2.4 Lower Limit Switch-Stops the operation of unit when lift assembly has reached the fully lowered position. 3.7.2.5 Mechanical Safety Lock Switch-is actuated by the ball screw nut when the mechanical safety lock engages. When an obstruction is blocking the lifting carriage from lowering, a secondary safety switch will shut the entire system off. 3.7.2.6 All switches shall be water resistant, positive break type. 3.8 Lift Carriage Movement Detector-A device shall be provided that detects the up and down movement of the lift carriage and if any of the following occurs, stops operation of all lifting posts: 3 • Lifting carriage does not move up or down; • Lifting carriage moves up or down faster or slower than other lifting posts by preset limit; • When lifting carriage is lowering, if carriage exceeds preset lowering speed, system will shutdown and safety lock will automatically engage. 3.9 Electrical Cables-A fifty foot(50') long power cable shall be connected to the main controVpower box. The cables,which interconnect the lifting posts, shall be a single, multi-conductor cable thirty-six foot(36') long. The outer sheath of all cables shall be of a material that will provide maximum resistance to wear and damage and be impervious to fuels, oils or other fluids common in a vehicle repair facility. The interconnecting cables on each end shall have a quick disconnect plug made of high density PVC material. All cables shall be safety yellow in color per OSHA standards. 3.10 Final/Terminating/Dummy Plug-Shall be installed in the last post in series. The dummy plug allows the ability to use two(2) posts without having all four(4) posts hooked-up. Additionally, the dummy plug serves as an operator lock-out, for user restriction. 3.11 Specific Sizes and Capacity 3.11.01 Capacity-each post 15,000 pounds: 4 posts=60,000 pounds 6 posts=90,000 pounds 3.11.02 Lifting Height-64 inches 3.11.03 Lifting Speed- 1.7 minutes 3.11.04 Motor=2.2 hp, 208/230 or 440/480 volts, 3 phase, 60 hertz 3.11.05 Control Voltage-110 volts and 24 volts 3.11.06 Maximum Height-86.5 inches 3.11.07 Length-45.3 inches 3.11.08 Width-41.3 inches 3.11.09 Turning Circle-43.3 inches 3.11.10 Tire Size-12R-24.00 to 10.00-20.00(see section 4.4) 3.11.11 Electrical Requirements: Number of Posts Minimum Circuit 4-posts = 30 AMPS,208/230 Volt 4-posts = 20 AMPS,440/480 Volt 6-posts = 45 AMPS,208/230 Volt 6-posts = 30 AMPS,440/480 Volt • 4 • SPECIFICATIONS SECTION 4- ACCESSORIES 4.1 Mobile Support Stand,Tall-The support shall have a capacity of 15,000 pounds with a cradle support pad. The stand shall be adjustable from 46.25 inches to 78.8 inches, in increments of 3 inches(3"). Each stand shall be equipped with a gas spring for assisting in the height adjustments. Further, the stand shall be designated and engineered to sustain three-times its rated load carrying . capacity and finished in OSHA safety color. Two(2) wheels and a handle shall be provided for easy maneuvering of stand(s). 4.2 Mobile Support Stand -The support stand shall have a capacity of 30,000 pounds with a cradle support pad. The _ • stand shall be adjustable from 47.25 inches to 78.8 inches in increments of three inches(3"). Two inch (2")wheels and a handle shall be provided for easy maneuvering of stand(s). 4.3 Screw-Fine Adjustment for Support Stand-Adjustable from 2-4". Shall be made of five-sixteenth inch (5/16")steel plate • with threaded head allowing the mounting pad to make direct contact with the vehicle frame. •• 4.4 Reduction Sleeves-For lifting smaller vehicles with tire sizes • from 1000-12 up to 8.25 x 20 down to a minimum 13"rim size). Reduction sleeves shall be adaptable to the carriage lifting forks without requiring any modification or installation to the existing lift carriage. Each sleeve shall be made of quarter inch (1/4") steel with zinc plating. Two reduction sleeves per lifting post. 4.5 Remote Control-Up/down pendant with emergency stop for heavy-duty lifting system with thirty foot(30')cable. SECTION 5 WARRANTY Five(5)years on drive screw and nut. One(1)year on all other parts and labor. SECTION 6 MANUALS Complete operation and service manuals with troubleshooting information and parts breakdown shall be provided. V Seec,Rc4 5 #117789 PAGE: 2/8 ROTARY LIFT SPECIFICATIONS • MODEL NO. HP415MF (movable forks) (4-COLUMN PORTABLE LIFT SYSTEM) A surface mounted, wheel engaging lifting system designed to elevate vehicles for the purpose of inspection and maintenance. The Lifting System shall be capable of operation on any reasonably level, hard surface. One Lifting System shall consist of four(4) electric-hydraulic lifting units capable of sustain- ing a 60,000 lb. capacity load (15,000 lb. per column). All lifting units shall operate synchronously from any one of the four(4) lifting units by means of simple and reliable exchangeable boards equipped with durable electro-mechani- cal safety relays. The lifting units shall be easily connected or disconnected from column to column by means of conventional electrical connectors. General Specifications: A. Capacity: 60,000 lbs. (15,000 lbs. per column). B. Motor: 2 hp 208-230/460v 3-phase. C. Four lifting unit assemblies. D. Overall Height: 881/2" E. Overall Width: 45 34" F. Overall Length: 43 5/16" G. Turning Radius: 45" H. Rise: 67". I. Lifting/Lowering Speed: 31"per minute. J. Control Voltage: 24 volts DC. Description of Equipment: A. Lifting Unit Assemblies: 1. Each of the lifting units shall contain a mechanical locking latch mechanism completely separate from the drive or lifting system. This lock shall be spring loaded to engage at any position. 2. Rigid column design with sand blasted and powder coated painted surface. Overall design height not to exceed 88 Y2", to ease in movement of column. 3. The lifting units shall be easily moveable on three wheels consisting of two fixed heavy duty steel wheels and a single rubber steering wheel mounted at the rear of the column. The rear wheel shall be spring loaded as to retract when weight is ap- plied to the column. All wheels equipped with sealed ball bearings. 4. The steering handle shall lock the movement of the rear wheel when it is the ertical position. 5. Lifting forks shall be 12"in overall length. . Adjustable lifting forks: allow for adjust- ment of lifting forks for small tire applications to standard large tire applications without need for adapter sleeves. Range from 13"to 22.5". B. Hydraulic System: 1. Each lifting unit shall be equipped with an electric hydraulic power unit, consisting of a 2- hp electric motor, gear pump, reservoir, valves for up, down, pressure relief, regulator valve and check valve. Entire power unit totally enclosed to protect from dirt and water. Rated for use in steam cleaning areas and 7/99 HP415MF #117789 PAGE: 3/8 outdoors. 2. The direct drive lifting cylinder shall be installed in such a manner as to push the carriage up, using no chains or cables. The extension of the cylinder shall occur inside of the carriage as to keep the plunger of the cylinder protected from dirt, sand, or any possible mechanical damage. 3. Hydraulic check valve shall hold load at any position of the cylinder. Redundant mechanical safety lock shall be continuously engaged except while lift is being lowered. 4. Solid galvanized steel pipes are used to pipe all hydraulic fluids in the system. 5. Pressure relief valve shall prevent overloading of the lifting unit. 6. Unit shall be equipped with regulator valve that shall control the lowering speed. 7. Hydraulic system is self-lubricating and shall require little to no maintenance. 8. System shall require no more than 10 1/2 quarts of hydraulic oil per column. C. Control System All control panels shall be waterproof, suitable to endure exposure to steam cleaning areas as well as outdoor usage. All control circuits shall be 24 volts. The control panels shall include the following: 1. A red " Emergency Stop" lockable button shall be provided on each lifting unit's control panel to permit manual shutdown of all lifting units. 2. Simple and reliable control system based on plug-in boards which can be easily exchanged. Boards equipped with durable electo-mechanical safety relays. No electronic or computerized system that would be sensitive to water, condensation, voltage alternation and external influence shall be used. 3. Control system suitable for common operation of up to (6) six columns. 4. Indication lamps at each column to show individual or all operation. 5. "UP" and "DOWN" motive buttons, shall be of the "dead-man"type. When one columns button is being pushed, no other column's control can function. 6. Selection switch on master column for operation in either Individual/All. 7. Automatic synchronization for absolute synchronizing during lifting and lowering of all columns during entire stroke. (At different loads, tolerance max. 1/8"). 8. Safety control for supervision of all operation functions, safety stop of whole lifting set after max. 1"difference, in case of irregularity or failure. 9. (2) two safety roller switches, completely sealed, give impulse for synchronization. These are to be the only switches outside of control panel. 10. No shut-off limit switches at top and bottom position nor switch for control of nut wear are needed that are sensitive to dirt, water, and mechanical disadjustment. 11. Control cables shall connect to each column starting at the master and from there following from one slave column to the next slave column forming a complete circuit around the vehicle. These interconnect cables shall be 33' in length. D. General Warranty: Manufacturer shall warrant the lift to be manufactured from sound materials and in a workmanlike manner. The manufacturer shall also warrant the lift against failure due to defective materials and workmanship for a period of not less than one year. (See Rotary Lift's Limited Warranty Statement). E. Instructional Documents: #117789 PAGE: 4/8 The manufacturer shall supply Installation, Operation, Maintenance and Safety Instructions with each lift. • F. Standards: The lift shall be labeled with the Automotive Lift Institute (ALI) nameplate that affirms the lifts conformance to all applicable provisions of American National Standard ANSI/ALI B153.1-1990.The lift company's Quality Management System shall be ISO9001 certified. G. Optional: 1. Remote control pendant for controlling "UP", "DOWN", and"EMERGENCY- STOP"functions of the lifting units. Pendant shall be mounted at the master control panel and shall be equipped with a 33' cable. 2. Amplifier Box:to accommodate operation of (8) eight columns. Detachable box to hook up to any slave column, comes with 33' power supply cable. #117789 PAGE: 5/8 ROTARY LIFT SPECIFICATIONS MODEL NO . HP 6 1 5MF (movable forks) (6-COLUMN PORTABLE LIFT SYSTEM) A surface mounted, wheel engaging lifting system designed to elevate vehicles for the purpose of inspection and maintenance. The Lifting System shall be capable of operation on any reasonably level, hard surface. One Lifting System shall consist of six (6) electric-hydraulic lifting units capable of sustain- ing a 90,000 lb. capacity load (15,000 lb. per column). All lifting units shall operate synchronously from any one of the six(6) lifting units by means of simple and reliable exchangeable boards equipped with durable electro-mechanical safety relays. The lifting units shall be easily connected or disconnected from column to column by means of conventional electrical connectors. General Specifications: A. Capacity: 90,000 lbs. (15,000 lbs. per column). B. Motor: 2 hp 208-230/460v 3-phase. C. Four lifting unit assemblies. D. Overall Height: 88 1/2" E. Overall Width: 45 3/4" F. Overall Length: 43 5/16" G. Turning Radius: 45" H. Rise: 67". I. Lifting/Lowering Speed: 31" per minute. J. Control Voltage: 24 volts DC. Description of Equipment: A. Lifting Unit Assemblies: 1. Each of the lifting units shall contain a mechanical locking latch mechanism completely separate from the drive or lifting system.This lock shall be spring loaded to engage at any position. 2. Rigid column design with sand blasted and powder coated painted surface. Overall design height not to exceed 88 %", to ease in movement of column. 3.The lifting units shall be easily moveable on three wheels consisting of two fixed heavy duty steel wheels and a single rubber steering wheel mounted at the rear of the column. The rear wheel shall be spring loaded as to retract when weight is ap- plied to the column. All wheels equipped with sealed ball bearings. 4.The steering handle shall lock the movement of the rear wheel when it is the ertical position. 5. Lifting forks shall be 12"in overall length. . Adjustable lifting forks: allow for adjust- ment of lifting forks for small tire applications to standard large tire applications without need for adapter sleeves. Range from 13"to 22.5". B. Hydraulic System: 1. Each lifting unit shall be equipped with an electric hydraulic power unit, consisting of a 2- hp electric motor, gear pump, reservoir, valves for up, down, pressure relief, regulator valve and check valve. Entire power unit totally 7/99 HP615MF #117789 PAGE: 6/8 • enclosed to protect from dirt and water. Rated for use in steam cleaning areas and outdoors. 2.The direct drive lifting cylinder shall be installed in such a manner as to push the • carriage up, using no chains or cables. The extension of the cylinder shall occur inside of the carriage as to keep the plunger of the cylinder protected from dirt, sand, or any possible mechanical damage. 3. Hydraulic check valve shall hold load at any position of the cylinder. Redundant mechanical safety lock shall be continuously engaged except while lift is being lowered. 4. Solid galvanized steel pipes are used to pipe all hydraulic fluids in the system. 5. Pressure relief valve shall prevent overloading of the lifting unit. 6. Unit shall be equipped with regulator valve that shall control the lowering speed. 7. Hydraulic system is self-lubricating and shall require little to no maintenance. 8. System shall require no more than 10 %z quarts of hydraulic oil per column. C. Control System All control panels shall be waterproof, suitable to endure exposure to steam cleaning areas as well as outdoor usage. All control circuits shall be 24 volts. The control panels shall include the following: 1. A red"Emergency Stop" lockable button shall be provided on each lifting unit's control panel to permit manual shutdown of all lifting units. 2. Simple and reliable control system based on plug-in boards which can be easily exchanged. Boards equipped with durable electo-mechanical safety relays. No electronic or computerized system that would be sensitive to water, condensation, voltage alternation and external influence shall be used. 3. Control system suitable for common operation of up to (6) six columns. 4. Indication lamps at each column to show individual or all operation. 5. "UP"and"DOWN" motive buttons, shall be of the "dead-man"type. When one columns button is being pushed, no other column's control can function. 6. Selection switch on master column for operation in either Individual/All. 7. Automatic synchronization for absolute synchronizing during lifting and lowering of all columns during entire stroke. (At different loads, tolerance max. 1/8"). 8. Safety control for supervision of all operation functions, safety stop of whole lifting set after max. 1"difference, in case of irregularity or failure. 9. (2) two safety roller switches, completely sealed, give impulse for synchronization. These are to be the only switches outside of control panel. 10. No shut-off limit switches at top and bottom position nor switch for control of nut wear are needed that are sensitive to dirt, water, and mechanical disadjustment. 11. Control cables shall connect to each column starting at the master and from there following from one.slave column to the next slave column forming a complete circuit around the vehicle. These interconnect cables shall be 33' in length. D. General Warranty: Manufacturer shall warrant the lift to be manufactured from sound materials and in a workmanlike manner. The manufacturer shall also warrant the lift against failure due to defective materials and workmanship for a period of not less than one year. (See Rotary Lift's Limited Warranty Statement). E. Instructional Documents: GU'CIkJ' #117789 PAGE: 7/8 The manufacturer shall supply Installation, Operation, Maintenance and Safety Instructions with each.lift F. Standards: The lift shall be labeled with the Automotive Lift Institute (ALI) nameplate that affirms the lifts conformance to all applicable provisions of American National Standard ANSI/ALI B153.1-1990. The lift company's Quality Management System shall be ISO9001 certified. G. Optional: 1. Remote control pendant for controlling"UP", "DOWN", and"EMERGENCY- STOP"functions of the lifting units. Pendant shall be mounted at the master control panel and shall be equipped with a 33' cable. 2. Amplifier Box:to accommodate operation of (8) eight columns. Detachable box to hook up to any slave column, comes with 33'power supply cable. �� a—, ire Cnee #117789 PAGE: 8/8 i i t .* �,-.r 1_50r � ;of, # r. z =,......_ - ��' Ff ��";:• >� - Adjustable Jack Stand • Redd a7-FP7 Li 451E7,0 Specifications r e / lit I I !sill - I :56" iel 4, 4 1 t General Specifications: • I. - IMP& A. Overall Height: min.53 9/16", max. 92 9/16" • \\--, B. Base Area: 36"Diameter t �'' C.Capacity: 15,000 lbs. l4 ': p Standards: The manufacturer shall be ISO9001 Certified. The jack .: -: stand shall meet all applicable provisions of the American National ,sue.: Standard ANSI/ALI B 153.1-1990. Description of Equipment: 1.Each stand shall be manufactured as to allow for adjustment of height from a minimum height of 53 9/16" to a maximum of 92 9/16"in 1"increments with 4"of fine adjustment being accomplised by rotation of screw spindle on jack adapter. 2.Jack stand shall be equipped with spring assistance to aid in height adjustment. 3. Each stand shall be equipped with three spring loaded guide wheels which retract when weight is applied to the jack. Warranty: Manufacturer shall warrant the stand to be manufactured in a workmanlike manner and warrant the stand against failure due to defective materials and workmanship for a period of not less than one (1)year. Rotary Lift,A Dover Industries Co./2700 Lanier Dr./Madison,IN 47250-0560 Phone:(800)445-5438/Fax:(800)822-6502 SPEC#RS 150 11/98 . j • a . B00-03 BID SHEET I. Four(4) post lifting system II P4 i cm F $ a 3, r2,r, o o -feed ti.t 4004w%fiive4✓ v dollars& rs& cents II. Six(6) post lifting system NPb ISThF $ 3 y as-v. O _1-444A,K I40N-i ,Iwo h1,4rn Ri7 dollars& Nv cents III. Mobile support stand,Tall(each) g S ISO . $ l 'd, 0 S/Ne h✓N19n.2 0 {„i dollars& iv.o cents IV. Mobile support stand (each) 1251S2. $ . if 30. o .� ItthvaAJ0 'T'4,2' dollars& iv'O cents 1 V. Screw fine adjust for support stand (each) $ Ofr-fi o� ..Av(w e0 7-41O 1 dollars& h - S22GS, cents VI. Reduction sleeves(each) 4 1 Z'-e $ gob, 0 o Pf e- NDi4.J9 -eCSt/ dollars& do cents VII. Remote control I-}P 11L'S $ gcvo, 0 0 road_ 4✓N0 Air 0 '2 dollars& nA0 cents TOTAL ITEMS I- VII(ALL PRICES INCLUDE DELIVERY/FREIGHT COSTS): $ 6o, bb3, o o S'/Xl 43QJRvp, ,f h vivfl-ceo d/X)rV OLLARS& N.0 CENTS ESTIMATED DELIVERY TIME ON ITEMS 1-VII: 'I "-62 to eek.J 6 • SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID SHEET" ARE ACCURATE AND WITHOUT COLLUSION. Mohawk Resources 3 C0 R53 Zoog x(5'' PO Box 110 Vrooman Ave TELEPHONE(INCLUDE AREA CODE) Amsterdam, NY 12010 IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZE SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS, 1 —_T) PLEASE INDICATE BELOW: - ( � N T'LE(PLESE P1�1N �r� �STREET ADDRESS CITY STATE ZIP FEDERAL ID# IC(I `I(vfLt" aJ�� bed before me this �' dayof 21 ,20 JO Sworn to and subscribed �' . Personally known X or Produced Identification Notary Pu is-State of l LUJ (Type of Identification) County of Y J Signature of Notary Public ( E(?H NA Printed,typed or stamped commissioned name of Notary Public Roc wham KA=Rork New montgorilarY • SIG-1 . , Co P r B00-03 BID SHEET I. Four(4) post lifting system $ •2 2 ) 41400 • 00 ; arc "Z)d iist.o.41) u.LAVA dollars& — D - cents J II. Six( ) post lifting system $ 2!/JCOO,Co ,13.147,A^ :UV 1 , itutij dollars & 0 cents III. Mobile support stand,Tall (each) $ 4) 72 1 • 60 S2A t1 p Wit_ dollars & / s 6P; cents IV. Mobile support stand (each) $ /SOO 0 0 ONCADAA4 LJ iAv$ dollars& O cents V. Screw fine adjust for support stand (each) $ N0 axie. dollars& cents VI.Reduction sleeves(each) $ 4&If ?g fe l X ?"3 Iv:Ai Q • dollars& CJ cents VII. Remote contro $ I O 00 dollars& 'e) cents e TOTAL ITEMS I- VII(ALL.PRICES INCLUDE DELIVERY/FREIGHT COSTS): $ DOLLARS & CENTS ESTIMATED DELIVERY TIME ON ITEMS 1-WI: -( ` Ube oeeicti ARO 6 January 13,2000 ADDENDUM NO. : ONE (1) CITY OF OCOEE BID NO. 00-03 HEAVY-DUTY MOBILE LIFTING SYSTEM FOR BUSES & TRUCKS This addendum shall modify and become a part of the original Bid Document for a Heavy-Duty Mobile Lifting System for Buses and Trucks. Changes are as follows.: The Legal Advertisement appearing in the Orlando Sentinel on Sunday, January 9, 2000 should be amended as follows: Sealed Bids will be accepted for Bid #B00-03, HEAVY-DUTY MOBILE LIFTING SYSTEM FOR BUSES & TRUCKS, no later than 10:00 AM, local time, on February 10,2000 February 20 2000. This will be re-advertised in the Orlando Sentinel with the correct bid opening date on Sunday,January 16,2000. Pg. ADV-1 and Pg. 1 of the Invitation to Bid states the correct date. oyce Tolbert Buyer All bidders shall acknowledge this addendum by completing this section below and attaching to the front of your proposal. Bidder: Mohawk Resources n Ave Street Address: PO Boxterdam 110 NY 12010 Ams , City, State,Zip Code:Name and Title: R.4 Gov4- sof?), Telephone Number: �0 V3? -?_co Ca Federal I.D. # (4 1 January 21, 2000 ADDENDUM NO. : TWO (2) CITY OF OCOEE BID NO. 00-03 HEAVY-DUTY MOBILE LIFTING SYSTEM FOR BUSES & TRUCKS This addendum shall modify and become a part of the original Bid Document for a Heavy-Duty Mobile Lifting System for Buses and Trucks. This addendum is a result of the attached fax transmittal from Interstate Lift & Equipment Company dated January 20, 2000. The following is the response to the attached fax transmittal from Interstate Lift & Equipment Company: This is to clarify that the technical specifications included with Bid No. 00-03 is written for an ARI-HETRA HDML mobile lifting system (GSA Contract GS07F- 7172B) and is for illustration and comparison purposes only. All submitted mobile lifting systems that can meet or better the functional and safety requirements of this specification will be considered. All bidders must annotate in their bid where the proposed mobile lifting system differs significantly from the technical specifications included with Bid No. 00-03. LJA-0)-10/ yolbert Buyer • All bidders shall acknowledge this addendum by completing this section below and attaching to the front of your proposal. Bidder: Mohawk Resources Street Address: PO Box 110 Vrooman Ave Amsterdam, NY 12010 City, State,Zip Code: Name and Title: /, Telephone Number: /X g�5 r�°C Federal I.D. # I f— /611 736` Q 1 . +C MOHAWK RESOURCES LTD. 1,., . P.O. Box 110, 65 Vrooman Ave. 4 1f . , Amsterdam, N.Y. 12010 Phone: (518) 842-1431 A. Toll Free 800-833-2006 ® FAX(518) 842-1289 www.mohawklifts.com MOBILE COLUMN LIFT USERS 1. NEW JERSEY TRANSIT, NJ 9. CITY OF RAPID CITY, S.D. STEVEN CAPONE DAVE MCFARELY 973-491-7285 605-486-3104 2. BOULDER COUNTY, CO 10. PUEBLO WEST METRO, CO BILL SUMMERS DAVE COSBY 303- 441-3961 719-547-9801 3. FLORA SERVICE CLINIC, NJ 11. U.S. POSTAL SERVICE, R.I. DAVE POTASH TOM RICKEY 908- 351-1450 401-451-4344 4. JEFFERSON PARRISH, AL 12. PORT AUTHORITY, N.Y. /N.J. WARREN ST. CYR WALT GREENWALD 504-736-6886 908-965-0701 5. LITTLETON ELECTRIC &LIGHT, MA 13. DEGENNARO SERVICE, CT. DAN PATTERSON MIKE DEGENNARO 978-486-3104 203-393-1524 6. VILLAGE OF OSSINNING, NY 14. BEACON CITY SCHOOLS, NY ROCCO CIRCOSTA CHARLES DUNCAN JR. 914-941-4660 914-838-6949 7. CITY OF BLACK HAWK, CO. 15. WADE TOURS, N.Y. STEVE JACKSON DAVE 303-582-0904 518-355-4500 8. PORT AUTHORITY OF ALLEGHENY COUNTY, PA. 16. CITY OF SAVANNAH, GA. AL PEREZ ROB KOOKEN 412-237-7210 912-3 51-3 891 MOBILE LIFT SYSTEMS . . MODELS fin p_iii 5 & m p-22 ...,,,.... wie,..wir • __ ""--................. -"••••••••-.........., V144. )., ‹...• - \ ..... :.--4 •,•• 4 • •' . r 411.1.4* - .-'i;,:!,,..i.;‘,.••• 4, ' r ,..N -7-, , ,73.'7,47%. v..% :• ., ' ' I 1 ij '''..e...4'. 71' , 4 Ai7P %.• ''. . '• , 0 ., . , 1 O.. l'4J Iti l',.. j 57Ct1:11",..44..:,.., - ` :,..... ,...,, '"::- 4,1 .' Is* 4.1P?,--C:'s-4- ' :'':'''' ''.;-.1 '14..• '*2 r • i ., ' :1 • '' ' '''.1.--' ':;r,,:it-4 •#1`. ' -'' -'''''''.' - %NO' ; 4 ,,,,.-,:vA .',,?.-,..,--,-,--::,,,_-4::-.4s, ,..,• ,-; ,0,... .474. .1 , ,, •4,, I - , 1 i r .;;',-,''':'-:'''',,,. ';..7' -' .,4 'n A f.... ' f gt : , --,. ,E; 7-4 t 91N74 . ''••'',••, T i *f 4,7f37, 1*e44 -C(''''-- ' ,'.'-1.''''''''I' 4%''' • 3 Pr% )1 -----' \ 141 : , '..,-•-•- - P_, Af 1 , .". : ",--- `.. — ,"'.;:eA r.d,',',' '' .. ,.?."•• —,,,..V.S,,1‘'.•• r.' I 4,-. I \IF -•,:•.' I' /1, ' •,,t. ,..„,a,"'• „„,"' ,,,..,4nw .. '" . 1.'' . 4' '-' .44, ' .W.'efO.,.•••"r•'''' ' ' ‘..4 s" -el ( ,....,..41. ... ,- le,,,Hoo. , . ..• .:..e.h..P-L- ...,:74`k ' • .•• I 1 • . . . „....]444' *.' •••• '''''''ng.at.„,... .,0' ..,..:1 1?,• . t --, ''''- '%•. , I 11) ,— ,:..,,,, .--',, ----',,•--14 4*-41... —4-t - - •-_: ...:__:2-z.,,,,,, ,b,.. -4.. " --.1-,,,,,; ‘-•=.-4=1, ''',•: ...• 44)-• ----•-. • V•4. = •;1, .4 V..1..„ IL' '` .•L i t4•il,k -. . '1 ` itili A I --,7 , 1:-.:...h. : ''''-‘-7... W-„';., ,,.*;,$•tri, • i re,4 I, ,45. 4.3.,;;4*\ ,.-, „ . r. . __ . ... , :„..: n 4 01. li . " .1":„•,.., ...,„,. ,.. ...., ,-. = . ,rof.../. .. iL,-, . ..e.,..A , .„. . ...;.. i 11..0.... .• - . t.,..4-4pt-t„tf„.,.•,,,.,.. .,.... . •• T., s - $- • . - *,,,,--:,, _ tii .. :,,,,• • - ,•' , , ., _ , ...a..,.._ ,.. I 7 . • .7- . 'ret•.; W , 4 - • -- 110 • * i ill I 1 1r ' 1. .. 1„ . . \,..., • . . .._ . . .... . r . . . _ 16111 v‘ D A 7- c<` MOHAWK — because -1 'plr QUALITY LASTS A LIFETIME CERTIFIED 116114r. tti00.- MOHAWK f.t. Model MP-15-60,000 lb. • January 13, 2000 ADDENDUM NO. : ONE (1) CITY OF OCOEE BID NO. 00-03 HEAVY-DUTY MOBILE LIFTING SYSTEM FOR BUSES & TRUCKS This addendum shall modify and become a part of the original Bid Document for a Heavy-Duty Mobile Lifting System for Buses and Trucks. Changes are as follows.: The Legal Advertisement appearing in the Orlando Sentinel on Sunday, January 9, 2000 should be amended as follows: Sealed Bids will be accepted for Bid #B00-03, HEAVY-DUTY MOBILE LIFTING SYSTEM FOR BUSES & TRUCKS, no later than 10:00 AM, local time, on February 10,2000 February 2n 2000. This will be re-advertised in the Orlando Sentinel with the correct bid opening date on Sunday,January 16,2000. Pg.ADV-1 and Pg. 1 of the Invitation to Bid states the correct date. oyce Tolbert Buyer All bidders shall acknowledge this addendum by completing this section below and attaching to the front of your proposal. Bidder: San Antonio Equipment Hydraulic Co Street Address: 2328 B1 anco Rd • City, State, Zip Code: San Antonio, Tx 78212 Name and Title: Sandra J. Harper, President Telephone Numbe :10 736-4285 Federal I.D. # 74-2581839 1 • SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID SHEET" ARE ACCURATE AND WITHOUT COLLUSION. San Antonio Equipment Hydraulic Co 210 736-4285 FIRM NAME TELEPHONE(INCLUDE AREA CODE) v ' ' * IF REMITTANCE ADDRESS IS DIFFERENT - AUTHORIZE t IGN RE(manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: Sandra J. Harper, President NAME/TITLE(PLEASE PRINT) 2328 Blanco Rd ' STREET ADDRESS - San Antonio Tx 78212 CITY STATE ZIP _ FEDERAL ID# 74-2581839 Sworn to and subscribed before me this 9th day of February ,20 00 - Personally known !/ or Produced Identification Notary Public-State of / Ce'S (Type of Identification) County of 4f � Cam; Ca/- signature of Notary Publ ,',r li UNDA BLESSING ►• 1*; MY COMMISSION E June 19,2000 BORES ,A j/10/ j4 ,1 ESS/ 7k.W„,+,�•' Printed,typed or stamped c•n?missioned name of Notary Public SIG-1 • • B00-03 BID SHEET I. Four(4) post lifting system $ 17.990.00 Seventeen Thousand Nine Hundreddls.ph, no/100 cents II. Six(6) post lifting system $ 29,333.00 Twenty-nine Thousand Three Hundred aihc -three and no/100 cents III. Mobile support stand,Tall (each) $ 790.00 Seven Hundred Ninety dollars& no/100 cents IV. Mobile support stand (each) $ 583.00 Five Hundred Eighty-three dollars& no/100 cents V. Screw fine adjust for support stand (each) $ INCL IN ABOVE dollars& cents VI. Reduction sleeves(each) $ 521.00 Five Hundred Twenty-one dollars& no/100 cents VII. Remote control $ 995.00 Nine Hundred Ninety-five dollars& no/100 cents TOTAL ITEMS I- VII(ALL PRICES INCLUDE DELIVERY/FREIGHT COSTS): $ 50,212.00 Fifty Thousand Two Hundred Twe1tEOLLARS& no/100 CENTS ESTIMATED DELIVERY TIME ON ITEMS 1-VII: 1-50 DAYS 5 YEARS ON DRIVE'SCREW AND NUT. 1 YEAR ON ALL OTHER PARTS AND LABOR 6 • B1 CITY OF OCOEE, FL, BID SCHEDULE Therefore, the undersigned, hereinafter called "Bidder," hereby certifies that he has visited the site of the proposed project and familiarized himself with the local conditions, nature and extent of the work, and having examined carefully the specifications, terms and conditions herein,proposed to furnish all labor, materials, equipment and other items, facilities and services without exception, except those stated as specifically supplied by the City, for the proper execution and completion of Bid, and if awarded the contract, to complete the said work within the time limits and bid prices as outlined on the bid sheet. B2 DESCRIPTION AND PRICE PRICING TO BE PROVIDED BY BID SHEET(ATTACHED). ACKNOWLEDGEMENT IS HEREBY MADE OF RECEIPT OF THE FOLLOWING ADDENDA ISSUED DURING THE BIDDING PERIOD: ADDENDUM# 001 THROUGH ADDENDUM# 001 B3 LIST'OF SUBCONTRACTORS SUBCONTRACTOR NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#: None (Attach Additional Sheets for additional listing of subcontractors) The Bidder certifies that he has investigated each subcontractor listed and has received and has in his files evidence that each subcontractor maintains a fully-equipped organization capable, technically and financially, or performing the pertinent work and that he has made similar installation in a satisfactory manner. - B4 EXPERIENCE OF BIDDER The-Bidder shall complete the following blanks regarding experience in this particular project work. Bidder must demonstrate ability to construct projects of similar complexity,nature, and size of this project within past three years. 10 . DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS (INCLUDE CONTACT): aiG.r, it.2 et_,o-7 dr so c L/Cc-fir' C.62wQf G /7•-• /r'-e- dt Cl a o C 4Q /C(� G/d s0 0 �U.oP„cro/.1- 011 /0( 5(a Have you any similar work in progress at this time? Yes No X . Length of time in business •• Bank or other financial references: Surety National Bank, Universal City, Tx CERTIFICATION OF NON-SEGREGATED FACILITIES The Bidder certifies that the bidder does not maintain or provide for the bidder's employees any segregated facilities at any of the bidder's establishments and that the bidder does not permit the bidder's employees to perform their services at any location, under the bidder's control, where segregated facilities are maintained. The bidder certifies further that the bidder will not maintain or provide for the bidder's employees any segregated facilities at any of the bidder's establishments, and that the bidder will not permit the bidder's employees to perform their services at any location under the bidder's control where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking facilities provided for employees which .are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. The Bidder agrees that (except where the bidder has obtained identical certification from proposed contractors for specific time periods) the bidder will obtain 11 1 • ,r • . . • Models : 46O/488/. „ . 6. . . -.. ,, 1 32/812O/81 76 .. .. . , .. . . . . . ... . . . . . ...,. .• • _ ...,. : ... . .. .. . ... ..,. .. • • .. ... ... , .. . . . . ....„. . . . -.._. . . ,. ,. . . .. nRr . .„, ,..,.., , .,.. _ i 1 ^ {fil a f` 111 1 S R p J1 ,�,� � v;k��trss 0 r rU. "�� t�"� {L ; Y ' j(i L* vi*im . ^ ���"6�ai ;"� Tv it „ s ' f I IR' Ia'%G.ra !. � �\„ '4�a. � �iCL sn ��#t3" �y� +t t k Iq �„_,ny _, 'r �iy. , '.� `'�"- ..-�... .� ,I,i1 r ,,,:I (t _ , ht e r �r�'▪,1 P,&. : . t +. ry !t h "tea.-' 1 _ - - ��.. , • 4 74�l . �I i• ti j _ , ,, {•S, �_ l L� :f T f may. di1 ',..+�▪ {.. 1 L �,�� i.„'°, ' ; I s.?^7_. 1({f +'.L Ufa �' A ice• .,�- V' , ` ,uA 1 114 I. k :1 ,} ,�E, v t : _ 'p . off( a)1 .t.. bi ..[ ..i....: :-4- / . , • Model 460 r- y� yrpAr • • ,. CFFITIFIED • ave` ® j SINCE.1918 - , . ..„. ...,.•-i . s. • ` Ford-Smith,` Designers - and ` Builders-of -Lifts ' • For Any Vehicle That Moves on Earth � ..{" ,. } � ,F'p r �... .�.•(e. w F.: -;u• ., .-M1 d "� x P � . r c„ . w.-;. i . or a e Ford-Smith Above Ground Design \—.../ •Smooth electronic hydraulic operation means no acme or ball screws to wear. • Efficient 2 H.P. high torque motors with gravity down means minimal power requirements. • Lifts can be setup as 2, 4, 6, or 8 column units. • Lifts can be operated from any individual column. • Available capacities in either 15,000 or 22,000 lb. per column. • Capacities from 60,000 to 176,000 lbs. for raising the heaviest, largest, or longest vehicles. • Balanced columns with spring loaded steering wheel for 1-man, simple to move portability. • High rise jack stands allow vehicle to be raised and columns removed for either wheel-free service, or lifting another vehicle. • Over five years of operational record throughout North America. (Including heavy industrial fork lifts, mining trucks, lumber and harvesting units, mobile cranes etc.) Safeties • Multi-position mechanical locks on each column engage the full length of travel. • Automatic level control of PLC monitors each column's height to make leveling adjustments as needed up to 40 times per second. • Infinite position hydraulic safety systems consisting of pressure compensated flow control valving, and velocity fuses. • 110 volt control voltage for operator safety. • Full voltage occurs only when raising unlike mechanical and other hydraulic units. :eatures • Synchronometers in each post assure equal raising and lowering of all vehicles. • Designed to lift all vehicles with rims up to 24.5 and down to 13" with optional small wheel adaptors. • Operate 1, 2, 4, 6, or all 8 posts in unison, or individually for maximum repair flexibility. f j 1.._ -li '�_ - alii,to:.,ii: U, •\ i :.' . ' - , ;V:.- r:.......:.....::...:::,, l.° w. r I�• fir , :,r.. �1.5,>� n �'l: I / jµyn :' 4• 4 _ _ lilkii e. t ;k•, 4 :, a.,.�j. I 'f~ TT:00,,,..: 4 ' CU: P owes Productive n ki .� f j „r imear.ikau4� ie • l . i i .. w .tea i4lf - i, a - 11 . L. _. v !I y-�ra�i�x� i[i 11 1 lit. I , .9 '�, PLC(program logic control) synchronization The lift's synchronometer reads the sensor Low maintenance, direct drive hydraulic lifting assures constantly level raising &lowering of strip (shown)to assure constantly level raising system is backed with multi-position, automatic all columns at one time. No expensive or &lowering. engaging mechanical safety locks the full length hard to replace circuitboards. All Siemens® of the lifts travel. PLC Components are easily obtainable. { , • Hydraulic drive system requires no maintenance, lubrication, nor are there 3 :; wear points as on screw driven mobile lifts. , i ,� • Lifts can be lowered in a "no power" situation without the use of cranks. ,.` 0 • Crowned shape wheels ease moving and repositioning the columns. • Fully inclusive 2 year parts and labor warranty. - . =i • Using optional jack stands, remove the columns to raise a vehicle in an One man operation to position &remove columns from vehicle tires. adjoining bay. ' t A T>\ e A The Portable series lifts can be ° ~' 1 - , operated from any post, in ° ' "j,,L �� I1 unison, or individually with all `� 1. . posts featuring an'emergency �� a`;` , 4 optional models of high rise jack stands shut-off system. sy, allow columns to be removed to raise another vehicle. is x �, . : ii . :-...- r�—,� 11 � r y.ij �� Ji E I ( ' v . le,.i I+. y 1 10.,' - Mobile column lifts offer full under vehicle 11� 1 �l access for all types of repairs, service, and PM,'s. •n, ... .....,-,... ' ..., . . i i L. ___ . ,....... -- ,. , - , „._______ ,. _ 1 . 11 I c +5 .) 1 . h ' it 1"""" {•" Optional wheel reducers allow servicing vehicles with 13"to 16"tires on the same lift as your heavy equipment. • .. ` since 1■m FORD-SMITH • MP-15 MP-22 �_.-- Capacity per post: 15,000 lbs 22,000 lbs. /I T\\ li;JII Runways& Capacity per set of four(4) 60,000 lbs. 88,000 lbs. j `R is-1/2 Approach Ramps Capacity per set of six(6) 90,000 lbs. 132,000 lbs. I .I I�I� Capacity per set of eight(8) 120,000 lbs. 176,000 lbs. I Lifting speed: 90 sec. \ / #. P.Motor rating: 2 H. \�i / I Ili ��� Standard power requirements: 208/230 V, 3 phase \i, / " I �' Amperage requirements: '�'V 4-60/4-88 40 40 ► I I, i\ 6-90/6132 60 60 i b - !�� a'B-120/8-176 80 80 — Jack Stand \ �� Lifting height: 63" i I� • Lifting speed: • 42" minute / \O Lifting mechanism: Direct drive hydraulic cylinders "X • 1� Synchronization: Automatic PLC controlled �� Mechanical safety locks: 19 positions I Mechanical safety release: Automatic at control I I External hydraulic safety system:Pressure compensated flow � control valving &velocity fuses i�� Electrical safety systems: 4. Floor requirements: Any hard, level surface (including asphalt with optional wide base support) M 7-1A Mobile Lift Column weight: 1050 lbs. Small Wheel Adaptors ri' i` Control voltage: 110 volts For 13-16"Wheels I I 1 Warranty: 2 years parts&labor 111 12 Available Options •Mobile jack stands Capacity MJS- 1830 Range 18"to 30" 15,000 Ibs.MJS-3047 Range 30"to 47" 15,000 lbs. liii MJS-4775 Range 47"to 75" 15,000 lbs. i.)MJS-5571 Range 47"to 75" 22,000 lbs. MJS-5571HD Range 47"to 75' 30,000 lbs.•Small wheel adap tors• Chassis contact lifting beam 6.3 • 1'extended arms •460 or 575 volt power units Imo\ • Runways&approach ramps l i,P •Remote control- • • I`�' I I •Single phase power converter 23-1/22 ;2 Ford-Smith lifts are manufactured in compliance with the following h. / standards: ANSI. 1*•. 1 • Tipp 55-71 Chassis lifting Bea..,_FMs '`� - .4, FordSmith builds the best products with 111\1 \ `the finest materials, to the ighestr Istandards. Just compare our lifts. Our / .`• Double Jack Stand40•04 staff will assist you with any technical questions you have. We invite your calls. / I4 32 SINCE 1918 F , Ford-Smith Machine Co. LTD Di tribute by Ford-Smith Compagnie, Lim._ / 675 Arvin Avenue CD/neatly 3469 Ashby Stoney Creek, Ontario . • 2328 BLANCO ROAD • St-Laurent, Quebec L8E 5R2 H4R 2K3 www.fordsmith.com SAN ANTONIO, TEXAS 78212 www.fordsmith.com e-mail: sales@fordsmith.com 13.6, e-mail: mtl@fordsmith.com p III "QUALITY TOOLS FOR INDUSTRY" 11 ,r EAVY IPrTY rq.,-e�. x,g LIFT & EQUIPMENT, INC. Wed. February 2, 2000 Mrs. Joyce Tolbert, Buyer City of Ocoee Dear Mrs. Tolbert, I am Jeff Merrow with Heavy Duty Lift&Equipment, Inc. I appreciate you allowing my company to participate in your bid. I would like to say that my company provides heavy vehicle lifting equipment to more Public Works facilities and Utility companies than any other in the south. We represent the very finest manufacturers in the world and I have spoken to people in Ocoee about some of these products in the past. We just recently expanded our territory for KONI products into your area and would really appreciate your looking at our product with an open mind. I certainly appreciate the opportunity to participate in this process. I am a strong proponent of writing very rigid specifications and agree totally with your concern in spending your money wisely. My only concern is why would you not be interested in buying a product that is superior in virtually every phase and made available to you at a better price. My interest is not in expecting you to compromise yourselves in any manner, only in raising the standards of what you should expect in a mobile lifting system. If you compare KONI to the product specified,you will see that my product lifts higher, faster, and does it safer. My product is a simple hydraulic direct drive system, which is clearly superior. Screw drives have vanished from industrial applications and technology will treat it likewise in the lifting world. The KONI lifts simply emulate the perfect lifting device; The Forklift, A simple, hydraulic, direct drive system. It has eliminated all the moving parts, the greased screw and all of its detriments. The heavy maintenance and limit switches are no longer an issue.Neither shims nor brakes to contend with. At any rate, circumstances are what kept me from being in your facility with these products any sooner. For that I apologize. I do think that the bid process is to allow you to get the best product at the best price. In the last 30 days, two other Public Works facilities in the south (City of Fort Pierce and Hall County Fire Services in Metro Atlanta) had mobile lift bids written around ARI-Hetra just as yours. After they took the time to see the KONI lifts and references, they both awarded purchase orders to KONI distributors. We expect this pattern to repeat itself more in the future. If you are to go through the specifications, my product exceeds the Hetra in every performance and safety item. My warranties are also vastly superior. My lifts are also the most certified in the world. Stertil-KONI is also an ISO 9001 company. The specifications my product fails to meet are things undesired and unnecessary in our products. Please examine our bid response carefully; You will see I am representing a very exciting product. More importantly, I anxiously await the opportunity to demonstrate the KONI lifts in your shop and let your people judge the merits of this product. I thank you for your time and your consideration. Respectfully, t A - crow Sales Manager Heavy Duty Lift& Equipment, Inc. B00-03 r4, BID SHEET I. Four(4) post lifting system $ S VO, rimer cents II. Six(6) post lifting system $ 37, 9'?7 , Qo Ablizzit.4.04/4Zi,higyelal ollar cents III. Mobile support stand,Tall(each) DD $ 7C 06 --4-41Q/lL-- 1//?/,/ ,1/t dollars& / cents IV. Mobile support stand (each) $ 6 5-9. 00 Ilars& rAer cents V. Screw fine adjust for support stand (each) $ /VG w�/98ave siovagir1& cents VI. Reduction sleeves (each) $ ! s. 49° /`€_)dollars& /"/1�1' cents VII. Remote control $ 3$u oo ', ollars& �of1,d- cents TOTAL ITEMS I- VII(ALL PRICES INCLUDE DELIVERY/FREIGHT COSTS): $ (5, ,37.3. o0 DOLLA & gl})/1- CENTS ESTIMATED DELIVERY TIME ON ITEMS 1-Vll: `/5 aJD.4'iiJ 2W,J' 6 B1 CITY OF OCOEE, FL, BID SCHEDULE Therefore, the undersigned, hereinafter called "Bidder," hereby certifies that he has visited the site of the proposed project and familiarized himself with the local conditions, nature and extent of the work, and having examined carefully the specifications, terms and conditions herein,proposed to furnish all labor, materials, equipment and other items, facilities and services without exception, except those stated as specifically supplied by the City, for the proper execution and completion of Bid, and if awarded the contract, to complete the said work within the time limits and bid prices as outlined on the bid sheet. B2 DESCRIPTION AND PRICE PRICING TO BE PROVIDED BY BID SHEET(ATTACHED). ACKNOWLEDGEMENT IS HEREBY MADE OF RECEIPT OF THE FOLLOWING ADDENDA ISSUED DURING THE BIDDING PERIOD: ADDENDUM# / THROUGH ADDENDUM# B3 LIST OF SUBCONTRACTORS SUBCONTRACTOR NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#: gaVE (Attach Additional Sheets for additional listing of subcontractors) The Bidder certifies that he has investigated each subcontractor listed and has received and has in his files evidence that each subcontractor maintains a fully-equipped organization capable, technically and financially, or performing the pertinent work and {'I that he has made similar installation in a satisfactory manner. - 'F B4 EXPERIENCE OF BIDDER The-Bidder shall complete the following blanks regarding experience in this particular project work. Bidder must demonstrate ability to construct projects of similar complexity,nature, and size of this project within past three years. 10 .......... January 13, 2000 ADDENDUM NO. : ONE(1) CITY OF OCOEE BID NO. 00-03 HEAVY-DUTY MOBILE LIFTING SYSTEM FOR BUSES & TRUCKS This addendum shall modify and become a part of the original Bid Document for a Heavy-Duty Mobile Lifting System for Buses and Trucks. Changes are as follows.: The Legal Advertisement appearing in the Orlando Sentinel on Sunday, January 9, 2000 should be amended as follows: Sealed Bids will be accepted for Bid #B00-03, HEAVY-DUTY MOBILE LIFTING ISYSTEM FOR BUSES & TRUCKS, no later than 10:00 AM, local time, on February 10,2000 This will be re-advertised in the Orlando Sentinel with the correct bid opening date on Sunday,January 16,2000. Pg. ADV-1 and Pg. 1 of the Invitation to Bid states the correct date. -Cida9L- oyce Tolbert - Buyer All bidd4s shall acknowledge this addendum by completing this section below and attaching to the front of your proposal. Bidder: h/E.1vy 2)u/y L /7/ cl,�/ ir76 --4^/C � Street Address: /RQ /.37 Az/ .</E S7T City, State,Zip Code: /7,,2j F l SEWG/� /Q Name and Title: LAWCE M C KE)/ / 4/0//,9C /��/946. Telephone Number: 776 195 9 71/ Federal I.D. # / 77Q2Oo2 1 January 21, 2000 ADDENDUM NO. : TWO (2) CITY OF OCOEE BID NO. 00-03 HEAVY-DUTY MOBILE LIFTING SYSTEM FOR BUSES & TRUCKS This addendum shall modify and become a part of the original Bid Document for a Heavy-Duty Mobile Lifting System for Buses and Trucks. This addendum is a result of the attached fax transmittal from Interstate Lift & Equipment Company dated January 20, 2000. The following is the response to the attached fax transmittal from Interstate Lift & '_• Equipment Company: This is to clarify that the technical specifications included with Bid No. 00-03 is written for an ARI-HETRA HDML mobile lifting system (GSA Contract GS07F- 7172B) and is for illustration and comparison purposes only. All submitted mobile lifting systems that can meet or better the functional and safety requirements of this specification will be considered. All bidders must annotate in their bid where the proposed mobile lifting system differs significantly from the technical specifications included with Bid No. 00-03. 9ryV,1 olbert Buyer . All bidders shall acknowledge this addendum by completing this section below and attaching to the front of your proposal. Bidder: /16,47t/(/ i)/i7Z)/ 44 / P • Street Address: 'la /37/// C /,' S TE 7� City, State,Zip Code: ,906/fc EC/1 /7/ F 33 7O Name and Title: L,it/t;E �i//C ,t¶/ // /ôA}i1 "if9 -450 i ' Telephone Number: 7 764 . .75/5. ' 7,/ Federal I.D. # / 7 lad / Jan 05 80 11 : 18a INTERSTATE LIFT 616-684-1013 p. 2 . : LIFT & E UIPQ MENTINTERSTATEP 0 COMp BOX 6187 SOUTH BEND, IN 46660 PHONE: (616) 6R4-8096 .✓ .i; FAX: (616) 664_1013 • MRS. JOYCE TOLBERT BUYER CITY OF OCOEE DATE: JANUARY,20,2000 a `�-'-"- MRS, JOYCE TOLBERT PLEASE EXCEPT THIS LETTER ON BEHALF OF INTERSTATE LIFT AND EQUIPMENT CO. INC. AS_A_FORMAI,_ — REQUEST"TO-BE -EXTENDED APPR VEO-EQt IAT-STATUS REGARDING INVITATION TO BID #00-03, INTERSTATE LIFT AND EQUIPMENT COMPANY WOULD LIKE TO POINT OUT THAT THE SPECIFICATION AS 45'`'',_-' WRITTEN IS A PLAGIARAIZE COPY OF THE ARI-HETRA SPECIFICATION. THE SPECIFICATION AS WRITTEN .i i..ter' 3'. ELIMINATES ALL BUT ONE SPECIFIC DESIGN AND MANUFACTURER, AND DOES NOT ALLOW INTERSTATE Ly LIFT AND EQUIPMENT COMPANY TO COMPETE FAIRLY FOR THE OPPORTUNITY TO DO BUSINESS WITH THE CITY OF OCOEE IN REGARDS TO OUR LINE OF SEFAC MOBILE LIFT SYSTEMS. AT THIS TIME I WOULD ASK THAT THE SEFAC 1200M65-BL ELECTRO-MECHANICAL LIFT SYSTEM BE ACCEPTED AS AN APPROVED EQUAL TO THE SPECIFICATION AS IT MEETS THE INTENT OF THE SPECIFICATION. a I THANK YOU FOR YOUR TIME AND CONSIDERATION REGARDING THIS MATTER AND LOOK FORWARD TO SPEAKING WITH YOU IN THE NEAR FUTURE TO TRY AND RESOLVE THIS ISSU.E. I CAN BIB REACHED '$s. ` AT(616)684-8098 OR PAGED AT(616)563-8662. BEST REGARDS; y. ,. _‘ 5., ' - ... ,-,, - ... ..,- :,.. BRETT NICHOLS „ $ VP/SOUTHEASTERN REGIONAL CAI..F.S . i. 3�* ,. •• P7 r L r x 5 a fK`1-, c EXCELLENCE IN SALES AND SERVICE PER ADDENDUM NO.: TWO (2) INCLUDED ARE THE ITEMS THAT DIFFER FROM THE PROPRIATARY ARI-HETRA SPECIFICATIONS. PLEASE NOTE: IN ALL CASES THE STERTIL-KONI LIFTS AND ACCESSORIES FAR EXCEED THE FUNCTIONAL AND SAFETY REQUIREMENTS SET FORTH IN THE BID SPECIFICATIONS. LISTED BELOW ARE THE DETAILED SPECIFICATIONS OF THE STERTIL-KONI MODEL 1072 MOBILE LIFTING SYSTEM AND THE CORRESPONDING ARI-HETRA PAGE NUMBER AND HEADING. PG # HEADING STERTIL-KONI MODEL 1072 DETAILED SPECIFICATION 1 Support Column 3.1 KONI Column construction is made from 1 steel plate formed to a double U shape design with no welds for maximum rigidity and stiffness. Our column design is that of a typical modern lift that wraps around the carriage. This design incorporates an enclosed bearing surface keeping the surface clean and free from external debris. This enclosed design also eliminates "pinch points" that are exposed on typical designs of the 1970's screw type lifts. 1 Lift Carriage 3.2 KONI Lift carriage is designed to fit inside the U shaped column to prevent pinching or shearing of fingers or hands. The 4 bearing in each KONI carriage are made from an oil impregnated nylon polymer that has been tested to 100,000 cycles with a resulting wear factor of less than 1 milimeter. KONI carriage bearings carry a LIFETIME replacement warranty. KONI carriages are also the tallest in the industry, therefore distributing the weight of a vehicle over a greater distance between bearings (35" on bearing centers) causing much less leverage and stress on the carriage and bearings. 1 Support Base 3.3 KONI support base has polymer wheels (2) in front and dual (2) steerable, as opposed to the steel wheels on our competitors lifts. KONI also uses a superior pallet jack mechanism with a gas shock overload system. This insures no damage to the pallet jack if left in the up position when raising a vehicle. Thus preventing destruction of the pallet jack mechanism and avoiding a costly repair. 2 Motor, Brake & Drive 3.4 KONI motors operate at 208, 220, 230, 240, 400, 460, 480 or 600 volts without motor replacement or external modification. KONI motors do not require a brake or a lubricated, reduction gear box, as it is a simple hydraulic lifting mechanism. There is no need for the many extra moving parts associated with a screw-type lifting device. KONI power unit motors are 3.1 horsepower. 2 Ball Screw And Nut 3.5 KONI utilizes a simple hydraulic cylinder in each column. This is an enclosed hydraulic system that does not require maintenance of ANY KIND. This system also greatly reduces the number of moving and wearing parts. Screw type lift mechanisms have a significantly shorter life span, are prone to high maintenance and cost a tremendous amount more to replace. Screw type lifts require grease or oil to lubricate the screw. This attracts dirt, grit and sand, which drastically reduce the life of a screw type lift. FEWER MOVING MECHANICAL PARTS EQUALS LONGER LIFE. KONI hydraulic cylinders carry a 5-year warranty. 2 Mechanical Safety Device 3.6 KONI implements a locking pawl and ratchet attached to each column and is always engaged. The lock is released with an electric solenoid. Wedge type locks historically lock up accidentally and prevent the vehicle from decent under normal operating circumstances. 3 Electrical Controls 3.7 KONI Electrical controls are rated NEMA 4 and may be used in wash bays or in outdoor applications. Additionally, KONI lifts are sold in pairs (1 primary, 1 secondary). There is no need to move the power box to a secondary column. Each column has identical operation controls. 4 Lifting Post Controls 3.7.2 Limit switches are another electro-mechanical moving part that is not necessary in a hydraulic system. Limit switches in screw type lifts are one of the many mechanical items that have a high failure rate due to the typical shop environment. KONI Mobile Lifts are also the only mobile lift with selectable, paired operation. 5 Electrical Cables 3.9 KONI supplies a 60' power cord on each primary column. IE: set of 4 columns = 2 power cords, set of 6 columns = 3 power cords. This allows the technician to use columns in more than one arrangement without the purchase of additional power supplies. KONI Connecting cables are a 40' steel reinforced cable, disconnectable at both ends with a water-tight, cast connector housing. KONI connecting cables are the only mobile lift cable with a 2-YEAR "DRIVE-OVER" WARRANTY! 4 Specific Sizes & Capacity 3.11 3.11.01 Capacity- each post 16,000 pounds: 1,000 LBS more capacity per column than the specified product 4 posts = 64,000 pounds 6 posts = 96,000 pounds 3.11.02 Lifting Height-69 inches. 5 inches more than specified product. THIS IS CRITICAL FOR VEHICLES WITH LOW CLEARANCE!, 3.11.03 Lifting Speed- 1 minute flat. KONI is almost twice as fast as specified product. SPEED = PRODUCTIVITY = $$ 3.11.04 Motor= 3.1 hp 208, 220, 230, 240, 400, 460, 480 & 600 volts 3 phase at 60 Hertz. 3.11.05 Control Voltage -ALL 24 volt for operator safety! 3.11.06 Maximum Height- 144.5 inches high at full stroke. Maximum height is irrelevant because any heavy vehicles will be taller than the height of the lift column. What is relevant is the additional stability gained from a larger column! 3.11.07 Length -39.5 inches 3.11.08 Width -44 inches 3.11.09 Turning Circle (Radius) 41.5 inches 3.11.10 KONI covers a wider range of wheel sizes up to a 22.5 3.11.11 ELECTRICAL REQUIREMENTS: KONI REQUIRES ONLY 26 AMPS MAXIMUM 5 ACCESSORIES MOBILE SUPPORT STANDS, TALL 4.1 KONI support stands are rated for 36,000 LBS capacity. Stands come standard with spring loaded adjustment and 8" screw type, fine adjustment (others charge extra for our standard product) KONI support stands raise to 78 inches. Also included is a fold away handle. MOBILE SUPPORT STAND 4.2 KONI support stands are rated for 36,000 LBS capacity. Stands come standard with spring loaded adjustment and 8" screw type, fine adjustment (others charge extra for our standard product) KONI support stands raise to 78 inches. Also included is a fold away handle. SCREW FINE ADJUSTMENT 4.3 STANDARD EQUIPMENT ON OUR SUPPORT STANDS! NO EXTRA CHARGE! REMOTE CONTROL 4.5 KONI REMOTE CONTROL has 3 extra feet of cable compared to the specified product. 5 Warranty STERTIL-KONI LIFTS are backed by the best warranty in mobile lift business. 2-year parts and labor on ALL components 5-year parts and labor on lifting cylinders 2-year "drive over" warranty on cables After reviewing the above differences you can see that the STERTIL-KONI mobile lifting system not only meets but also exceeds our competitor's specification in all aspects. We invite you to evaluate our product further by calling our references and allowing us to demonstrate in your facility. Time involved in thoroughly evaluating a purchase of this size is time well spent. Respectfully, Lance M Hickey Regional Manager DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS (INCLUDE CONTACT): ScE "9C// EFE,e6,V CE o I '/C(i /i99 Have you any similar work in progress at this time? Yes X No _. Length of time in business /ay' Bank or othe fmancial references: �O S' f7/9/i/k D 7 ��/,(.,*DT"l7) ( 4 CERTIFICATION OF NON-SEGREGATED FACILITIES The Bidder certifies that the bidder does not maintain or provide for the bidder's employees any segregated facilities at any of the bidder's establishments and that the bidder doespot permit the bidder's employees to perform their services at any location, under the bidder's control, where segregated facilities are maintained. The bidder certifies further that the bidder will not maintain or provide for the bidder's employees any segregated facilities at any of the bidder's establishments, and that the bidder will not permit the bidder's employees to perform their services at any location under the bidder's control where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking facilities provided for employees which _are segregated on the basis of race, color, religion, national origin, habit, local custom, or other`vvise. The Bidder agrees that (except where the bidder has obtained identical certification from proposed contractors for specific time periods) the bidder will obtain >> CONTRACT DATE CONTRACT$$ CUSTOMER& CONTACT ADDRESS PHONE# 1/99 THRU 8/99 $ 90,000.00 Nashville DPW/ Mike McCalister 941 Dr. Richard Adams Dr., Nashville, TN 37207 615-862-8680 May-99 $ 28,500.00 Gainesville DPW/Will Massey 405 NW 39th Ave, Gainesville, FL 32609 352-334-2258 Sep-98 $ 35,000.00 University of Georgia Fleet Svcs/ Bill Fox Fleet Svcs, River Bend Rd, Athens, GA 30602 706-542-6477 3/98 THRU 8/99 $ 125,000.00 Nashville Transit Authority/ Lee Jackson 130 Nestor ST, Nashville, TN 37210 615-880-3933 May-98 $ 30,000.00 Vac-Con Industries /Steve Sheldon 969 Hall Park Dr., Green Cove Springs, FL 32043 904-284-4200 Aug-98 $ 28,000.00 Knoxville Area Transit/Bill Smith 1135 E Magnolia Ave, Knoxville, TN 37917-7740 423-215-7849 Aug-99 $ 52,000.00 Jacksonville Transit Authority/ Doff Stover 100 N Myrtle Ave, Jacksonville, FL 32203 904-630-3181 Aug-99 $ 60,000.00 City of Chattanooga DPW/Jerry Nation 12th & Park Ave, Chattanooga, TN,37402 423-757-5165 Jun-99 $ 250,000.00 Gwinnett County Fleet Svcs/ Dale Bradford 620 Swanson Dr., Lawrenceville, GA 30243 770-822-5164 SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID SHEET" ARE ACCURATE AND WITHOUT COLLUSION. /SWvc ta / Li t / /4 '216 AIL/ /e. 77j- 95 s- 7./ FIRM NAME TELEPHONE(INCLUDE AREA CODE) i1.N�l-�i .lr IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNA (manual) FROM PURCHASE ORDER ADDRESS, // PLEASE INDICATE BELOW: 1//C6-ff4C/CE� T- 76/e3N/ 6/�469 6<' // NAME/TITLE(PLEXS RINT) 4/77 �7 �i--avB eel �//t /37f1/ 1iVV c ie ,s /6 7,/) W 3057 F STREET ADDRESS CITY STATE ZIP FEDERAL ID# $ �—� /7 7�O Sworn to and subscribed before me this d f A day of /- ,20 on Personally known or Produced Identification FL br. I�/C. Notary Public- tate of 6 (Type of Identification) County of (;‘,,. 'n n Si Crire of otary Public Judy E. Mitchell •trot Gwpirett County,Georgia y Printed,typed or st mission Expires January 31,2004; commissioned name of Notary Public SIG-1 s er i °- 1900 BENHILL AVE., BALTIMORE, MD 21226- 1433 800-336-6637 CERTIFIED LIFT COMPANY IN THE WORLD THE MOST HIGHLY"XIII TV U �7 It V a (el] o • 3 G�. o��vE LIFT Al! oo�CERT s ?I50 a m •9001• CERTIFIED 47FM B*' For Quality Lifts with a Quality Label contact your Stertil-Koni Authorized Representative J Check our web site: www.stertil-koni.com • stems 1900 BENHILL AVENUE 800-336-6637 BALTIMORE, MD 21226-1433 ICON 1 410-355-7100 • 410-355-7170(fax) --- HEAVY-DUTY SUPPORT , . . ., . ,. z.-_____ _ , J s T •Tall Cont.screw i r • Max 80"/min. 56" p011t 7-1 A i, • 9 tons - ' •Infinite adj. . ■0e- • 31"base 0 -. Pi ' • away handle 1.1 it . D !� ,i. ••. S SKCV 5480 •Tall 10 tons •Max 86"/min 56" •Tall 18 tons •Short 18 tons •Pin stops • Hardwood top • Hardwood top •V flathead •Spring loaded •Spring loaded r • Max 80"/min 5Max 58"/min 36" • 10 k,ifi3innes •8 pins • 8" adj. •4"fine adj. • Fold away handle (a. • Fold away handle •Checkerplate(option) SKCVP3658 •Checker plate(option) SK4310 06 SKCVP5480 •Tall 13 tons • Spring loaded •U-saddle • Short Cont.screw ' • Spring loaded wheels (3) •Tall 12 tons • Max 60"/min.36" T • 3 heads:V,U,&flat ii • 11 pin stops ,k,► • 9 tons • Max height:75"/52" • Max 78"/min.52" • Infinite adj. • 6"fine adj. •Available in 3 • 31"base additional heights ,1 •Fold away handle • 12 tons(same style) -Max 60"/min.36" -Max 30"/min. 18" i—mot i ill i SKBSIW3H -Max 20"/min. 12" SKCVP7852 SKCV3660 •Tall 4 tons •Tall 6 tons • Max 86"/min 56" •Max 86"/min 56" • Pin stops •Pin stops •V flathead •V-flathead 14 1 SK4310-05 SK4310-04 / CONTACT YOUR STERTIL-KONI DISTRIBUTOR Check our web site: www.stertil-koni.com S r ' 1900 BENHILL AVENUE 800-336-663 7 BALTIMORE, MD 21226-1433 11C0 N I 410-355-7100 . 410-355-7170(fax) - MOBILE COLUMN LIFT ACCESSORIES _ Technical Specifications Technical Specifications _tr.— - • Automatic ratcheting • Capacity: 1,000lbs. • Quick release • Lifting height: 52" a • Keeps cables off ground • Speed: 52:per mm. f I t \ p�;1 i i I • Gp to 50'per reel • Tilting adj: 10°/0°hot -�� I I • Install up to 6 columns • Dimensions: 37"x 40" x 72" !L I Reels to keep control High Lift Wheel Dolly iii, ` — cables off ground N. RSETST1072 Technical Specifications Technical Specifications SKILC1000 • Capacity 3,300 lbs. • Allows lifting of cars&vans • Max height 78"/min. 38" • 2 sleeves for R12- R15 • Swivel head adj. 12° • 1 sleeve for R15 -R17 •Air&manual operation Reducer Plates 1 :It • Base: 34"x 49"x 13" P g 1,.,.., I"`"- Heavy Duty (' Transmission Jack ASKIBS - 3000 325-03050 i Technical SpecificationsI. Technical Specifications w ' • 102"length crossbeam • Serves as center platform • Two (2) saddle blocks 28" H for most trailers 1 '- �` • 8'6-x2' �,� • Crossbeam 34"wide _L _ • 16,000 lbs (std.) Capacity Traverse Beam ,,_ 1 ° , • 32,000 lbs (special) Capacity for Trailers 325-92000 325-91000 Chassis Crossbeam Technical Specifications " """ills!„, • Handles most forklifts '., =s=ations • Drive on ramp 60" Er; �� on remote control • 2 lifting pads (37") �Q • 33 ft. • 69"height _ I. ► 14 • Emergency stop• • Roll off safety(28") �` Dead man controls Forklift Platform Kit RMCST-1072 Remote Control a" 325-93000 ri:. Technical Specifications Technical Specifications �� • Extra wide forks • 2 Lights illuminate underside !. for tires up to 66" 0 of vehicle • Can handle adapters to • Can be retrofit to existing 1 - columns �; (1,, reduce to 24.5 • Neon tubes (std.) &cars&vans Lighting Kit ST1072 Ail;\ e Extra wide forks EWF 66 325.59.000 CONTACT YOUR STERTIL-KONI DISTRIBUTOR Check our web site: www.stertil-koni.com "CENTER OF GOOD LIVING-PRIDE OF WEST ORANGE" MAYOR•COMMISSIONER Ocoee. S.SCOTT VANDERGRIFT °Y-4, .�•�o. CITY OF OCOEE D, How LL . 150 N.LAKESHORE DRIVE SCOTT ANDERSON OCOEE,FLORIDA 34761-2258 RUSTY JOHNSON �'"yr ,��� (407)656-2322 NANCY J.PARKER �4 OF .G°ODD -CITY MANAGER ELLIS SHAPIRO CITY OF OCOEE INVITATION TO BID #00-03 FOR HEAVY-DUTY MOBILE LIFTING SYSTEM FOR BUSES & TRUCKS Protect Ocoee s Waterll • January 21, 2000 ADDENDUM NO. : TWO (2) CITY OF OCOEE BID NO. 00-03 HEAVY-DUTY MOBILE LIFTING SYSTEM FOR BUSES &TRUCKS This addendum shall modify and become a part of the original Bid Document for a Heavy-Duty Mobile Lifting System for Buses and Trucks. This addendum is a result of the attached fax transmittal from Interstate Lift & Equipment Company dated January 20, 2000. • The following is the response to the attached fax transmittal from Interstate Lift & Equipment Company: This is to clarify that the technical specifications included with Bid No. 00-03 is written for an ARI-HETRA HDML mobile lifting system (GSA Contract GS07F- 7172B) and is for illustration and comparison purposes only. All submitted mobile lifting systems that can meet or better the functional and safety requirements of this specification will be considered. All bidders must annotate in their bid where the proposed mobile lifting system differs significantly from the technical specifications included with Bid No.00-03. C-- 7- olbert Buyer • • . All bidders shall acknowledge this addendum by completing this section below and attaching to the front of your proposal. Bidder: \i c-r E0 ,t pat, C'o a 3_r��• Street Address: WV 1 City, State,Zip Code: Mikes , Vhs . U0.\24., Name and Title: T P .. 1,3;Au:As V�l St 3t1� � T�rr nn z L �w R- Telephone Number: to%V Q-,x-1 - dS3to Federal I.D. # 3 35 g' 1 -Jan 05 80 11 : 18a INTERSTATE LIFT 616-684-1013 p, Z �'... . . LIFT & EQUIPMENINTERSTATEP 0 BOX 6187 SOUTH BEND, T COMp IN 46660 PHONE:(616) 6R4-8098 ; FAX: (616) 684-1013 MRS.JOYCE TOLBERT BUYER CITY OF OCOEE DATE: JANUARY, 20,2000 MRS. JOYCE TOLBERT PLEASE EXCEPT THIS LETTER ON BEHALF OF INTERSTATE LIFT AND EQUIPMENT CO. INC. AS A FORMAL REQUEST TO BE EXTENDED APPROVED EQUAL STATUS REGARDING INVITATION TO BID 1100-03. INTERSTATE LIFT AND EQUIPMENT COMPANY WOULD LIKE TO POINT OUT THAT THE SPECIFICATION AS WRITTEN IS A PLAGIARAIZE COPY OP THE ARIAHETRA SPECIFICATION. THE SPECIFICATION AS WRITTEN ELIMINATES ALL BUT ONE SPECIFIC DESIGN AND MANUFACTURER, AND DOES NOT ALLOW INTERSTATE LIFT AND EQUIPMENT COMPANY TO COMPETE FAIRLY FOR THE OPPORTUNITY TO DO BUSINESS WITH THE CITY OF OCOEE IN REGARDS TO OUR LINE OF SEFAC MOBILE LIFT SYSTEMS. AT THIS TIME 1 WOULD ASK THAT THE SEFAC I200M65-BL ELECTRO-MECHANICAL LIFT SYSTEM BE ACCEPTED AS AN APPROVED EQUAL TO THE SPECIFICATION AS IT MEETS THE INTENT OF THE SPECIFICATION. i THANK YOU FOR YOUR TIME AND CONSIDERATION REGARDING THIS MATTER AND LOOK FORWARD TO SPEAKING WITH YOU IN THE NEAR FUTURE TO TRY AND RESOLVE THIS ISSUE. I CAN BE REACHED AT(616)684-8098 OR PAGED AT(616)563-8662. BEST REGARDS; BRETT NICHOLS VP/SOUTHEASTERN REGIONAL SAT..ES EXCELLENCE IN SALES AND SERVICE January 13,2000 ADDENDUM NO. : ONE (1) CITY OF OCOEE BID NO. 00-03 HEAVY-DUTY MOBILE LIFTING SYSTEM FOR BUSES & TRUCKS This addendum shall modify and become a part of the original Bid Document for a Heavy-Duty Mobile Lifting System for Buses and Trucks. Changes are as follows.: The Legal Advertisement appearing in the Orlando Sentinel on Sunday, January 9, 2000 should be amended as follows: Sealed Bids will be accepted for Bid #B00-03, HEAVY-DUTY MOBILE LIFTING ISYSTEM FOR BUSES & TRUCKS, no later than 10:00 AM, local time, on February 10,2000 Fi ebruary 20 2000 This will be re-advertised in the Orlando Sentinel with the correct bid opening date on Sunday,January 16,2000. Pg.ADV-1 and Pg. 1 of the Invitation to Bid states the correct date. oyce Tolbert Buyer All bidders. shall acknowledge this addendum by completing this section below and attaching to the front of your proposal Bidder: •y,,.-c rsr s-t'a'ce_ \* 1A�a Ec_ku►‘Nstie,,r.T W W . =,r.c_ Street Address: A'-1 .Ass\ 14vee- City, State,Zip Code: N1;1 G s , rn-=. L-ack Zv Name and Title: ice.- -r- 4• U. 600ls v P / ioc.xr\r.,. -cG,rv. 'GZe,,‘< -J. W\( _ Telephone Number: 6\V) USIA - oSap Federal I.D. # 3 b'350 Fla 1 Z. 1 A y _ r:� E,t_ 6 -��.{ P�p•5�. Yes ®Y a lir, , :Final'.g ® i.k F e O@ ¢ ns Flit /� s .E.YpE��O k x"*a .ia e cst��P� �k c9R f s 4oYGR a«` aate. 4 R�4 ` _-,..mv io 6 a4, i_ —�.r sa _ L it. r BID DOCUMENTS ADV-1 Legal Advertisement 1 thru 12 Invitation to Bid#00-01 SPECIFICATIONS/BID SHEET 1 thru 5 Specifications 6 Bid Sheet SIGNATURE SHEET SIG-1 Signature Sheet END OF TABLE OF CONTENTS TAB LEGAL ADVERTISEMENT Ocoee City Commission Sealed bids will be accepted for Bid #B00-03, HEAVY-DUTY MOBILE LIFTING SYSTEM FOR BUSES & TRUCKS, no later than 10:00 AM, local time, on February 10,2000. Bids received after that time will not be accepted or considered. No exceptions will be made. The City reserves the right to reject any and all bids and waive informalities. Bids will be received in the City of Ocoee, Attn: Joyce Tolbert,Buyer, 150 N. Lakeshore Drive, Ocoee,Florida 34761-2258. Bids will be publicly opened and read aloud in the City Hall Commission Conference Room on the above-appointed date at 10:01 PM, local time, or as soon thereafter as possible. Prospective bidders may secure a copy of the bid package from Joyce Tolbert at Ocoee City Hall Finance Department, 150 N. Lakeshore Drive, Ocoee, FL 34761-2258. Partial sets of bid documents will not be issued All bids shall be submitted as (1) one original and fifteen (15) copies in a sealed envelope plainly marked on the outside with the appropriate bid number and opening date and time. No facsimile or telegraphic submissions will be accepted. City Clerk January 9,2000 ADS/-1 SOLICITATION FOR FORMAL SEALED BID CITY OF OCOEE,FLORIDA Date: 1/09/00 Bid Number: B00-03 Department: Public Works THIS IS NOT AN ORDER SUBMIT BID TO: Bidder Name: City of Ocoee Attn: Joyce Tolbert,Buyer 150 N.Lakeshore Drive Ocoee,Florida 34761-2258 NOTICE TO PROSPECTIVE BIDDERS: Use address above with bid number to ensure proper identification of your bid and facilitate handling. IF"NO BID," SO STATE ON FACE OF ENVELOPE. INSTRUCTIONS: PLEASE READ AND COMPLY WITH ALL INSTRUCTIONS CONTAINED HEREIN. EACH BIDDER MUST SECURE A COPY OF THIS BID FROM THE CITY BUYER ONLY. EACH BIDDER SHALL FURNISH THE INFORMATION REQUIRED ON THE BID FORM AND EACH ACCOMPANYING SHEET THEREOF ON WHICH HE MAKES AN ENTRY. BIDS SUBMITTED ON ANY OTHER FORMAT SHALL BE DISQUALIFIED. THIS BID MUST BE RECEIVED IN THE FINANCE DEPARTMENT, ATTN: CITY BUYER, CITY OF OCOEE, NOT LATER THAN 10:00 AM, LOCAL TIME, ON FEBRUARY 10,2000. PLEASE QUOTE LOWEST PRICE AT WHICH YOU WILL FURNISH THE ITEMS LISTED. PRICES CONSIDERED F.O.B.DESTINATION UNLESS OTHERWISE STATED. 1 PRICES SHALL REMAIN FIRM FOR A PERIOD OF (90) NINETY DAYS FROM DATE OF BID OPENING. BIDS WILL BE PUBLICLY OPENED AND READ AT OCOEE CITY HALL, CONFERENCE ROOM, 150 N. LAKESHORE DRIVE, OCOEE, FL 34761 AT 10:01 AM, or as soon thereafter as possible on the above-appointed date. PLEASE CHECK YOUR PRICES BEFORE SUBMISSION OF BID AS NO CHANGE IN PRICES WILL BE ALLOWED AFTER BID OPENING. DO NOT USE PENCIL WHEN INSERTING PRICES . USE INK OR TYPEWRITER ONLY. BE SURE BID IS SIGNED. ANY CLARIFICATIONS/CHANGES WILL BE THROUGH WRITTEN ADDENDA ONLY ISSUED BY THE BUYER. ALL ITEMS QUOTED MUST BE IN COMPLIANCE WITH THESE SPECIFICATIONS. INVITATION TO BID FOR: HEAVY-DUTY MOBILE LIFTING SYSTEM FOR BUSES &TRUCKS ALTERNATE BIDS WILL NOT BE ACCEPTED UNLESS SPECIFICALLY CALLED FOR IN THIS SOLICITATION. TECHNICAL SPECIFICATIONS: SEE ATTACHED BID SIGNATURE SECTION: 1. This sheet must be included and returned with your proposal. 2. Delivery may be a factor in the award. 3. Bids may not be withdrawn for a period of 90 days after bid opening date. 4. Bidder's attention is specifically called to the terms and conditions of this solicitation. 5. The City reserves the right to reject any or all bids, without recourse, to waive technicalities or to accept the bid which in its judgement best serves the interest of the City. Cost of submittal of this bid is considered an operational cost of the bidder and shall not be passed on to or be borne by the City. 6. The City reserves the right to increase or decrease quantities in these specifications. 7. Goods, services, supplies, or equipment covered in these specifications shall be delivered F.O.B. destination. 8. IF NOT BIDDING ANY OR ALL ITEMS,PLEASE SO STATE. 9. PUBLIC ENTITY CRIME STATEMENT: -All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for proposals as defined by Section 287.012(16),Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing 2 persons of the provisions of paragraph(2)(a) of Section 287.133, Florida Statutes, which reads as follows: " A person or affiliate who has been placed on the convicted bidder list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of public building or public work, may not submit bids on leases of real property to a public entity,may not be awarded or perform work as a contractor, supplier, subcontractor,or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted bidder list." All bidders who submit a Bid or Request for Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the bid documents are qualified to submit a bid under Section 287.133,(2)(a),Florida Statutes. 10. STATEMENT OF AFFIRMATION AND INTENT: The undersigned, hereinafter called the bidder, declares that the only persons, or parties interested in their bid are those named herein, that this bid is, in all respects, fair and without fraud, that it is made without collusion with any other bidder or official of the City of Ocoee. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement,participated in any collusion,or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. The bidder certifies that no City Commissioner, other City official or City employee directly or indirectly owns assets or capital stock of the bidding entity,nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) The bidder certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, the bidder agrees to immediately notify the City in writing. The bidder further declares that he has carefully examined the scope of services, instructions, terms and conditions of this bid and that their bid is made according to the provisions of the bid documents and that he/she will meet or exceed the scope of services, requirements,and standards contained in the Invitation to Bid documents. Bidder agrees to abide by all conditions of the'negotiation process. In conducting 3 negotiations with the City,bidder offers and agrees that if this negotiation is accepted,the bidder will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the bidder. The bid constitutes a firm and binding offer by the bidder to perform the services as stated. • ANY QUESTIONS REGARDING THIS BID SHOULD BE ADDRESSED TO THE FINANCE DEPARTMENT, CITY OF OCOEE, FL (407) 656-2322, EXTENSION 1516. CONTACT PERSON: JOYCE TOLBERT,BUYER. BIDDING INSTRUCTIONS,TERMS,AND CONDITIONS: 1. PREPARATION OF BIDS - (a) Bidders are expected to examine this bid form, attached drawings, specifications, if any, and all instructions. Failure to do so will be at the bidder's risk. (b) All prices and notations must be in ink or typewritten. No erasure permitted. Mistakes may be crossed out and corrections typed adjacent and must be initialed and dated in ink by person signing quotation. All quotations must be signed with the firm name and by a legally responsible officer or employee. Obligations assumed by such signature must be fulfilled. (c)Each bidder shall furnish the information of which he makes an entry. A total shall be entered for each item bid. In case of discrepancy between a unit price and extended price, the unit prices will be presumed to be correct. 2. USE OF TRADE NAMES - Specifications used are intended to be open and non- restrictive. Any reference to brand name or number shall not be construed as restricting to that manufacturer, but to be used as a minimum standard of quality. When no reference or change is made on proposal by bidder, it is understood that the specific brand item named on proposal shall be furnished by bidder. If bidding on other than the make, model, brand or number as shown, and offered as an equal, complete technical information, specifications, manufacturer's name and catalog reference must be clearly stated on bid proposal or attached letter. Any deviation between brand offered and brand specified must also be clearly indicated. 3. DELIVERY - Time of delivery is of the essence in the performance of the contract, • and failure to perform in accordance with the delivery deadline(s) set forth in the specifications or any other contract document shall constitute default under paragraph 7 ( c ). Unless a written extension is obtained from the City prior to the delivery deadline(s), there shall be no excuse for untimely performance. The granting:and duration of extensions shall be subject to the exclusive discretion of the City. 4. The City may accept any item or group of items of any bid,unless the bidder qualifies his bid by specific limitations. The right is reserved to reject any or all quotations and 4 to waive technicalities. Verify your bid before submission as it cannot be withdrawn or corrected after being opened. 5. REMOVAL FROM BID LIST-If you do not bid,return this sheet and state reason. Otherwise,your name may be removed from our mailing list. 6. EXPLANATION TO BIDDERS -Any explanation desired by a bidder regarding the meaning or interpretation of the Invitation for Bid, drawings, specifications, etc., must be requested in writing and with sufficient time allowed for a reply to reach bidders before the submission of their bids. Any information given to a prospective bidder concerning an Invitation for Bid will be furnished to all prospective bidders as an amendment to the Invitation. If such information is necessary to bidders in submitting bids on the Invitation or if the lack of such information would be prejudicial to uninformed bidders, receipt of amendments by a bidder must be acknowledged on the bid and signed addenda returned attached to the bid. 7. SUBMISSION OF BIDS - (a) Bids and modifications thereof shall be enclosed in sealed envelopes, quantity as stated on the bid form, with the bid form, addressed to the office specified in the Invitation for Bid, with the name and address of the bidder, the date and hour of opening, and the invitation number on the face of the envelope. Bids received after the stated time and date for opening shall be disqualified as late bids. Facsimile or Telegraphic bids will not be considered. (b) The bidder represents that the article(s)to be furnished under this Invitation to Bid is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness.. (c ) DEFAULT - as a result of bids received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the bidder not meet the delivery deadline(s) set forth in the specifications or should the bidder fail to perform any of the other provisions of the specifications and/or other contract documents, the City may declare the bidder in default and terminate the whole or any part of the contract. Upon declaring the bidder in default and the contract in whole or in part,the City may procure and/or cause to be delivered the equipment, supplies, or materials specified, or any substitutions therefor and the bidder shall be liable to the City for any excess costs resulting therefrom. In the event the bidder has been declared in default of a portion of the contract,the bidder shall continue the performance of the contract to the extent not terminated under the provisions of this paragraph. Where the bidder fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the bidder with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall not constitute a waiver of any of the City's rights and remedies hereunder. (d) PATENT INDEMNITY: Except as otherwise provided, the successful bidder agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work. performed hereunder. 8. DISCOUNTS-(a)Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 5 30 days will not be considered in evaluation of bids. However, offered discounts will be taken for less than 30 days if payment is made within discount period. (b) In connections with any discount offered, time will be computed from date of delivery and acceptance at destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check. 9. CERTIFICATION OF INDEPENDENT PRICE DETERMINATION - By submission of this bid, the bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization,that in connection with this procurement: A)The prices in this bid have been arrived at independently,without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other bidder or with any competitor; B)Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly to any other bidder or to any competitor; C)No attempt has been made or will be made by the bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition; D)Bidder warrants the prices set forth herein do not exceed the prices charged by the bidder under a contract with the State of Florida Purchasing Division; and E)Bidder agrees that supplies/services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties the bidder gives to any customer for such supplies/services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the bid award. 10.AWARD OF CONTRACT - The contract, if awarded, will be awarded to that responsible bidder whose bid will be most advantageous to the City, price and other factors considered. The City will make the determination. 11.SAMPLES - Samples of items, when required, must be furnished free of expense to the City and if not called for within fifteen days from date of bid opening, same will be disposed of in the best interest of the City. 12.REJECTION OF BID - Failure to observe any of the above instructions and conditions may constitute grounds for rejection of your bid. 13.EXTENSION OF TIME PERIOD OF BID - In addition, the City of Ocoee, reserves the option to extend the time period of the bid, including all terms and conditions of the bid documents. Such time extension shall be by mutual agreement in writing. FOR ALL BIDS: Al GENERAL: - 1. All items quoted shall be in compliance with these specifications. 6 2. Delivery of Bids: It is the sole responsibility of the bidder to ensure that his proposal is delivered to the proper place and by time and date as indicated within this solicitation. City employees do not accept "postage due" items, therefore, please be sure you use adequate postage. 3. Any clarifications requiring written changes will be through addenda only, issued through the Buyer. A2 REJECTION OF IRREGULAR BIDS: 1. In accordance with bid terms and conditions, each bidder shall furnish the information required on the bid form supplied. Bids submitted on any other format shall be disqualified. 2. Bids which contain any alteration, condition, limitation, unauthorized alternates, or show irregularities of any kind may be rejected by the City as non-responsive or irregular. A3 ALTERNATES: 1. Alternate bids will not be accepted unless specifically called for in this solicitation. A4 DELIVERY: 1. Delivery will be a factor in award. A5 AMENDMENTS: 1. The City reserves the right to add or delete item(s). A6 PAYMENTS: 1. No payment will be made for materials ordered without proper purchase order authorization. Payment cannot be made until materials, goods or services, have been received and accepted by the City in the quality and quantity ordered. 2. Payment will be accomplished by submission of invoice, in duplicate with Purchase Order Number referenced thereon and mailed to: City of Ocoee, Accounts Payable, 150 N..Lakeshore Drive,Ocoee,FL 34761-2258. A7 PROCESSING OF ORDERS; FUND AVAILABILITY: 1. Normal orders shall be processed to the bidder by numbered City of Ocoee Purchase Orders. 2. Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available. AS LITERATURE: 1. If called for on Bid Schedule, of these specifications, descriptive literature/brochures must be included with this bid in order to properly evaluate make/model offered. Bids submitted without same will be considered non-compliant and disqualified. A9 SAFETY STANDARDS 1. Unless otherwise stipulated in the bid, all labor, materials, supplies and/or services shall comply with any and/or all applicable O.S.H.A. Standards. Al TAXES: 1. The City of Ocoee,Florida,has the following tax exemption certificates assigned: • Florida Sales&Use Tax Exemption Certificate No. 58-11-094593-54C; and • The City is exempt from federal excise, state, and local sales taxes. All PERIYIITS/LICENSES/FEES: 1. Any permits, licenses, or fees required will be the responsibility of the contractor; no separate payments will be made. 2. Adherence to all applicable code regulations (Federal, State, County, and City)are the responsibility of the contractor. Al2 DISPUTES: 1. Any actual or prospective bidder who disputes the reasonableness, necessity, or competitiveness of the terms and/or conditions of the Invitation to Bid, selection or award recommendation shall file such protest in writing to the Office of the City Manager. A13 RESTRAINT OF TRADE OR COMMERCE: li 1. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful(Florida SS 542.18 and all applicable federal regulation's). A14 BID EVALUATION&AWARD: 1. Unless otherwise stipulated, bids will be evaluation and award, if awarded,made to that bidder who is determined to be the overall most responsible and responsive to this 8 solicitation. Factors which may be considered will be: Compliance with specifications/bidder's ability to perform, including prior performance(if any)with the City,warranty offered, delivery or time for completion, and pricing. Bidders financial capability will also be a factor. If offering equivalent(s), see paragraph 2, Bidding Instructions,Terms,and Conditions: Use of Trade Names. 2. Bidders are requested not to contact requesting/evaluation Department(s)/Division(s) after bids are opened. Any questions (from bidder or evaluation Dept./Div.) will be answered through the Buyer by contacting the person so designated on the "Bid Signature Page." 3. A copy of the Bid Tabulation will be available for review in the Office of the Buyer. Should you desire a copy,please enclose a self-addressed, stamped(allow for adequate postage) envelope with your bid and a copy will be provided as soon as available. A15 QUANTITIES: 1. City of Ocoee reserves the right to purchase any, all, or none of its requirements from bidders awarded contract as a result of this bid. 2. The City reserves the right to segregate items bid and purchase separately any item if deemed beneficial to the City's interest. 3. The City further reserves the right to purchase items from other bidders due to distance and availability if the City finds it more expeditious and economical to do so. ADDITIONAL TERMS AND CONDITIONS: 1. Bidder must complete Experience of Bidder section and List of Subcontractors section. 2. Successful bidder will be required to provide proof of insurance in the amounts shown in Attachment"A"and must have the City named as additional insured. 3. Descriptive literature (if so required) on each item bid must be included with bid. Failure to comply will result in disqualification of bid. 4. Contact Joyce Tolbert, Buyer (407)656-2322 ext. 1516 and fax (407)656-7835, in writing,with any questions or concerns at least(10)ten days prior to bid opening date. Potential bidders should not contact City staff, with the exception of Joyce Tolbert, Buyer, or•other City consultants for information before the bid opening date. Any contact with any other member of the City staff, City Commission, or its Agents during this time period may be grounds for disqualification. 5. Award Criteria: Bid will be awarded to the overall lowest bidder most responsive to the following criteria: • Compliance with specifications,terms, and conditions • Bid Price • Warranty Offered • Delivery Time 9 v. B 1 CITY OF OCOEE,FL,BID SCHEDULE }t,1`e Therefore, the undersigned, hereinafter called "Bidder," hereby certifies that he has visited the site of the proposed project and familiarized himself with the local conditions, nature and extent of the work, and having examined carefully the specifications, terms and conditions herein,proposed to furnish all labor,materials, equipment and other items, facilities and services without exception, except those stated as specifically supplied by the City, for the proper execution and completion of Bid, and if awarded the contract, to complete the said work within the time limits and bid prices as outlined on the bid sheet. B2 DESCRIPTION AND PRICE PRICING TO BE PROVIDED BY BID SHEET(ATTACHED). ACKNOWLEDGEMENT IS HEREBY MADE OF RECEIPT OF THE FOLLOWING ADDENDA ISSUED DURING THE BIDDING PERIOD: ADDENDUM# 1 ` ) THROUGH ADDENDUM# Z- L'z i(.1") . B3 LIST'OF SUBCONTRACTORS SUBCONTRACTOR NAME/ADDRESS/FEDERAL I.D. NO./CONTACT PERSON/PHONE#: "�1..‘c- . Nlw A A i CA3-Q_ hv cz oat.c), lkoNa-_ trAt‘ (Attach Additional Sheets for additional listing of subcontractors) The Bidder certifies that he has investigated each subcontractor listed and has received and has in his files evidence that each subcontractor maintains a fully-equipped organization capable, technically and financially, or performing the pertinent work and that he has made similar installation in a satisfactory manner. B4 EXPERIENCE OF BIDDER -The'Bidder shall complete the following blanks regarding experience in this particular project work. Bidder must demonstrate ability to construct projects of similar complexity,nature, and size of this project within past three years. 10 MARK LESTER EQUIPMENT INSPECTOR (1)SET OF(4) 1200M65BV MOBILE LIFTS MICHIGAN DOT PAW PAW,MI (616)657-4980 RANDY SMITH SUPERINTENDANT OF MAINTENANCE (2)SET OF(4)1200M65BV MOBILE LIFTS CITY OF MUSKEGON DPW (616)724-6937 JEFF MOSES MOSES FIRE EQUIPMENT,INC. (1)SET OF(6) 1200M65BG MOBILE LIFTS LAWRENCE,ML (616)674-8644 TONY FRAZIER DETROIT DIESEL CORP. WORLD HEADQUARTERS (1)SET OF(6)1200M65BV MOBILE LIFTS DETROIT,ML (313)592-5623 DAVE BARRETT MICHIGAN DOT MAINTENANCE DIVISION (5)SETS OF(4) 1200M65BV MOBILE LIFTS LANSING,ML (517)394-8662 PAUL KRUG SERVICE MANAGER (1)SET OF(6) 1200M65BV MOBILE LIFTS SPARTAN MOTORS,INC. CHARLOTTE,ML (517)543-6400 EXT.470 CHIEF PHIL WAGNER YPSILANTI,TWP.FIRE DEPARTMENT (1)SET OF(4) 1200M65BG MOBILE LIFTS YPSILANTI,ML (313)434-0507 MATTHEW C.BLOMEKE DIVISION ENGINEER (1)SET OF(4) 1200M65BV MOBILE LIFTS DANA CORPORATION AUBURN,IN (219)925-3800 GENE RELINE ASST.SUPERINTENDENT (7)SETS OF(4) 1200M65BV MOBILE LIFTS GM TRUCK AND BUS GROUP PONTIAC,ML (313)456-6479 IT WOULD BE OUR PLEASURE TO PROVIDE FURTHER REFERENCES UPON REQUEST. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS (INCLUDE CONTACT):` Have you any similar work in progress at this time? Yes N./ No . Length of time in business c e_a_r6. Bank or other financial references: 3bnrr► .. c f ma" CM 1V\e.v.T 10;1 5 mz _ 1-)►9\Z_o CERTIFICATION OF NON-SEGREGATED FACILITIES The Bidder certifies that the bidder does not maintain or provide for the bidder's employees any segregated facilities at any of the bidder's establishments and that the bidder does not permit the bidder's employees to perform their services at any location, under the bidder's control, where segregated facilities are maintained. The bidder certifies further that the bidder will not maintain or provide for the bidder's employees any segregated facilities at any of the bidder's establishments, and that the bidder will not permit the bidder's employees to perform their services at any location under the bidder's control where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term"segregated facilities" means any waiting room, work areas, time clocks, locker rooms and other storage and dressing areas,parking lots, drinking facilities provided for employees which are segregated on the basis of race, color, religion, national origin,habit, local custom, or otherwise. The Bidder agrees that (except where the bidder has obtained identical certification from proposed contractors for specific time periods) the bidder will obtain 11 identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that the bidder will retain such certifications in the bidder's files. The non-discriminatory guidelines as promulgated in Section 202, ,Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor,are incorporated herein. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. SPECIAL CONDITIONS (IF ANY): None 2. EXECUTION OF AGREEMENT Agreement between the City and Successful Bidder shall be in the form of a City of Ocoee Purchase Order. All Terms and Conditions as specified on the reverse of the Purchase Order must be adhered to. • 12 BID #00-03 SPECIFICATIONS HEAVY-DUTY MOBILE LIFTING SYSTEM FOR BUSES AND TRUCKS SECTION 1 -GENERAL This specification is for a heavy-duty mobile lifting system, consisting of four(4)to six(6) posts, which are capable of lifting 15,000 pounds per post or up to 90,000 pounds with six (6) posts. Each lifting post shall be mobile and easily positioned to the wheels of the vehicle for lifting. The system will be finished in OSHA safety color. SECTION 2-CONSTRUCTION In accordance with the American National Standards Institute (ANSI) Requirement B153.1-1990, "Safety Requirements for the Construction, Care and Use of Automotive Lifts°,where applicable. Each post shall be NRTL listed electrically, structurally, and bare the ALI/ETL label of compliance. All fabricated steel shall be of U. S. origin. SECTION 3-DETAILED SPECIFICATION • Support Column-The support column shall be a single, heavy-duty wide flange "H" beam, with a selection modules not less than 14. The flanges of the beam shall be precision machined to allow smooth operation of the lift carriage rollers. Three-quarter inch (3/4") diameter holes on two inch (2°) centers shall be drilled vertically in the web of beam, to provide an indent for operation of the mechanical safety lock. Lift Carriage The lift carriage assembly shall form a box-like structure around the support column and be guided with (4)each flanged rollers. The bearings shall be self lubricating type, requiring no lubrication. The bearing shafts shall insert from the outside and provide for easy removal for inspection or replacement of rollers. Each carriage shall have a removable access panel on the front and rear for easy entry to all safety solenoids and switches. There shall be a minimum distance of three inches(3")between the lift carriage and support base when carriage is lowering,to eliminate any possible pinch point. Support Base- There shall be two(2)wheels on the support base and one(1) steerable wheel. A hydraulic jack shall be mounted on the steering end wheel and shall be capable of raising the base above the floor five inches(5"),to provide adequate clearance when moving lifting post over ramps, etc. An OSHA approved handle shall be attached to the steering wheel and be spring- loaded to the vertical position. 1 SPECIFICATIONS 3.4 Motor, Brake,and Drive-The motor shall be(high efficiency), totally enclosed,208-230 or 440 volts, 3-phase,60 hertz synchronous motor. Each motor will have thermal protection. The motor shall not exceed 2.2 hp. The motor shall contain a spring-loaded brake. The brake shall have a means for attaching a handle,which allows manual release of the brake for lowering of lift should an electrical power failure occur. A top mounted, sealed and self-lubricating reduction gearbox shall be provided for connecting the motor to the ball screw assembly. 3.5 Ball Screw and Nut-The mechanical lifting drive shall be a recirculating ball bearing screw shaft and nut,thereby avoiding undesirable friction. Brass nuts"acme"threaded,are not acceptable. Further, the ball screw shall have seventy-two (72)ball bearings and shall be completely self-contained within the nut for recirculating the ball bearings.To prevent misalignment between the ball screw shaft and nut, a conical-type load bearing washer shall be provided between the nut and lift carriage assembly. The ball screw assembly shall have a minimum life of ten (10)years. The drive screw and nut shall have a safety factor of 11.5 to yield,based on a rated load capacity of 15,000 pounds. Required lubrication of the ball screw shaft and nut shall not be more than twice a year. A zerk fitting shall be provided at the top of the nut. Ball screw and nut shall have a fire(5)year warranty. 3.6 Mechanical Safety Device-A mechanical wedge-type safety device, independent of the ball screw shaft and nut, shall be provided. The safety device shall automatically wedge between the lifting carriage and the I beam and lock the unit should the following occur ball screw shaft failure, lifting nut failure, drive gear failure, motor brake failure. The wedge system is a"positive"engagement system, whereas the downward force makes the safety stop stronger, eliminating ratchet shear points. A micro switch shall be provided, which automatically stops operation of all lifting posts when mechanical safety lock engages. Follower nut safety methods are not acceptable. 3.7 Electrical Controls-The following electrical controls shall be provided (all electrical components shall be watertight): Main Control/Power Box - The main control box shall be mounted onto a post by means of two(2) mounting rails, thereby enabling the power box to be easily remove and relocated onto any other system post without reconfiguring the wiring system of the other posts and/or relocation of slave boxes. No tools are required to move the power box. All wiring shall be labeled with numbers cor- responding to same on electrical schematic to assist in trouble- shooting. All switches will be watertight to prevent the entry of moisture. 2 3.7.1.1 A built-in transformer shall be provided in the power box in order to accept Delta or•Y•, 3 phase current. 3.7.1.2 PFR Phase Control-electrical sensing device shall be provided in the removable power box and shall perform the following functions: • Automatically select proper phase rotation; • Prevent unit from operating if any phase is inoperative; • Detect low voltage and shutdown system. 3.7.1.3 Power On Switch-Will reset electronics in the event of a fault shutdown. 3.7.2 Two(2)208/440 power relays for rotation sequencing. 3.7.2 Lifting Post Controls-Shall be mounted into an anodized aluminum extrusion. Further, all circuitry shall be on a printed circuit board (PCB) interfacing with all control wiring, motion detection and speed control. Each PCB will have a self-diagnostic lights, including operation mode. The PCB shall be easily removable for service inspection and covered in a polysynthetic finish for additional moisture protection. 3.7.2.1 Up and Down Switch-Lighted switch blinks on/off when selector switch is in single post position, or when a safety device has been activated. All up and down switches must be dead-man type, requiring constant pressure by an operator or raise or lower. The lights stay on in multiple post position. 3.7.2.2 Emergency Stop Switch-Red mushroom palm operated switch. Completely stops operation of all lifting posts when actuated. 3.7.2.3 Up.Limit Switch-is a 2-stage switch. First stage stops travel of individual post; second stage prevents over-travel by stopping operation of all posts. 3.7.2.4 Lower Limit Switch-Stops the operation of unit when lift assembly has reached the fully lowered position. 3.7.2.5 Mechanical Safety Lock Switch-is actuated by the ball screw nut when the mechanical safety lock engages. When an obstruction is blocking the lifting carriage from lowering, a secondary safety switch will shut the entire system off. 3.7.2.6 All switches shall be water resistant, positive break type. 3.8 Lift Carriage Movement Detector-A device shall be provided that detects the up and down movement of the lift carriage and if any of the following occurs, stops operation of all lifting posts: 3 • Lifting carriage does not move up or down; • Lifting carriage moves up or down faster or slower than other lifting posts by preset limit; • Wheri lifting carriage is lowering, if carriage exceeds preset lowering speed, system will shutdown and safety lock will automatically engage. 3.9 Electrical Cables-A fifty foot(50') long power cable shall be connected to the main controUpower box. The cables,which interconnect the lifting posts, shall be a single, multi-conductor cable thirty-six foot(36') long. The outer sheath of all cables shall be of a material that will provide maximum resistance to wear and damage and be impervious to fuels, oils or other fluids common in a vehicle repair facility. The interconnecting cables on each end shall have a quick disconnect plug made of • high density PVC material. All cables shall be safety yellow in color per OSHA standards. 3.10 FinaUTerminating/Dummy Plug-Shall be installed in the last post in series. The dummy plug allows the ability to use two(2) posts without having all four(4) posts hooked-up. Additionally,the dummy plug serves as an operator lock-out,for user restriction. 3.11 Specific Sizes and Capacity 3.11.01 Capacity-each post 15,000 pounds: 4 posts=60,000 pounds 6 posts=90,000 pounds 3.11.02 Lifting Height-64 inches 3.11.03 Lifting Speed-1.7 minutes 3.11.04 Motor=2.2 hp, 208/230 or 440/480 volts, 3 phase, 60 hertz 3.11.05 Control Voltage-110 volts and 24 volts 3.11.06 Maximum Height-86.5 inches 3.11.07 Length-45.3 inches 3.11.08 Width-41.3 inches 3.11.09 Turning Circle-43.3 inches 3.11.10 Tire Size-12R-24.00 to 10.00-20.00(see section 4.4) 3.11.11 Electrical Requirements: Number of Posts Minimum Circuit 4-posts = 30 AMPS, 208/230 Volt 4-posts = 20 AMPS,440/480 Volt 6-posts = 45 AMPS, 208/230 Volt 6-posts = 30 AMPS,440/480 Volt 4 SPECIFICATIONS SECTION 4- ACCESSORIES 4.1 Mobile Support Stand,Tall-The support shall have a capacity of 15,000 pounds with a cradle support pad. The stand shall be adjustable from 46.25 inches to 78.8 inches, in increments of 3 inches(3"). Each stand shall be equipped with a gas spring for assisting in the height adjustments. Further, the stand shall be designated and engineered to sustain three-times its rated load carrying capacity and finished in OSHA safety color. Two(2) wheels and a handle shall be provided for easy maneuvering of stand(s). 4.2 Mobile Support Stand -The support stand shall have a capacity of 30,000 pounds with a cradle support pad. The stand shall be adjustable from 47.25 inches to 78.8 inches in increments of three inches(3"). Two inch (2")wheels and a handle shall be provided for easy maneuvering of stand(s). 4.3 Screw-Fine Adjustment for Support Stand-Adjustable from 2-4". Shall be made of five-sixteenth inch (5/16") steel plate with threaded head allowing the mounting pad to make direct contact with the vehicle frame. 4.4 Reduction Sleeves- For lifting smaller vehicles with tire sizes from 1000-12 up to 8.25 x 20 down to a minimum 13" rim size). Reduction sleeves shall be adaptable to the carriage lifting forks without requiring any modification or installation to the existing lift carriage. Each sleeve shall be made of quarter inch (1/4") steel with zinc plating. Two reduction sleeves per lifting post. 4.5 Remote Control-Up/down pendant with emergency stop for heavy-duty lifting system with thirty foot(30')cable. SECTION 5 WARRANTY Five(5)years on drive screw and nut. One(1)year on all other parts and labor. SECTION 6 MANUALS Complete operation and service manuals with troubleshooting information and parts breakdown shall be provided. 5 B00-03 BID SHEET I. Four(4) post lifting system $ \al ,550. (-V t ,nak )dollars& 1.30 cents vry II. Six(6)post lifting system $ Z.S kkx,atrell dollars& 1•5o cents III.Mobile support stand,Tall(each) $ (.� j,O° ckr‘ . Six INAP dollars& Mira cents IV. Mobile support stand (each) $ L ,00 . oc0 Sim 5� c• dollars& 1J0 cents V. Screw fine adjust for support stand (each) $ 1.5o c`ockr‘cve.. C.ocme s wiv-& S 1/4 dollars& cents VI. Reduction sleeves (each) $ L0c o •G° '. re dollars& 1JO cents VII. Remote control $ 1.34.> eye_ 1�n fie-VCs�rN N CVO—M \e_ dollars& cents TOTAL ITEMS I- VII(ALL PRICES INCLUDE DELIVERY/FREIGHT COSTS): $ SO,7.2.5 . C-'° C-• Zhoc,seJ-r sAnu xcleeel DOLLARS& t CENTS -rwevcry ESTIMATED DELIVERY TIME ON ITEMS 1-WI: \'-\ c S 6 SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID SHEET" ARE ACCURATE AND WITHOUT COLLUSION. -[P \a.G'T Sae:PIN1mi- C. .Zvy, . (La\lo 10Qi[.�- b n FIRM NAME TELE ONE(INCLUDE AREA CODE) 50eA ,U 2f" IF REMITTANCE ADDRESS IS DIFFERENT AUTHO D SIGNATURE(manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: NAME/TITLE(PLEASE PRINT) STREET ADDRESS , YYtc._ Lkok.k7 0 • CITY STATE ZIP FEDERAL ID# 3$— c,P57Z Sworn to and subscribed before me this Cr- day of 'F rt"1/4 '1 ,20 60 . Personally known or Produced Identification it.0I4 O Lft ' SC)-1 b-61342- Notary Pub' -State of Ft-OU O C (Type of Identification) County of -- 1,42.0 ,• v�y,, Catherine L Baker Signature of NotaryPublic „rzf V MY COMMISSION 41 CC698913 EXPIRES ar December 10,2001 I BONDED 1HRU TROY FAIN INSURANCE Ii4C. Printed,typed or stamped commissioned name of Notary Public SIG-1 SPECIFICATION FOR SEFAC 1200M65-BL ELECTROMECHANICAL MOBILE LIFTING SYSTEM 1.0 GENERAL 1.1 THE PURPOSE OF THESE SPECIFICATIONS IS TO DEFINE A MOBILE WHEEL CONTACT LIFTING SYSTEM TO ELEVATE LARGE TRUCKS, BUSES AND OTHER VEHICLES FOR THE PURPOSE OF INSPECTION, MAINTENANCE, .AND SERVICING. ONE LIFTING SYSTEM OR SET FOR SINGLE CHASSIS VEHICLES SHALL CONSIST OF FOUR MOBILE ELECTRO-MECHANICAL LIFTING COLUMNS. 1.2 ALL COLUMNS SHALL BE OPERATED SYNCHRONOUSLY FROM ANY OF THE FOUR COLUMN ELECTRICAL BOXES. COLUMNS SHALL ALSO BE ABLE TO BE OPERATED INDIVIDUALLY FROM EACH COLUMN POSITION AND IN PAIRS FROM EITHER THE FORWARD AXLE PAIR OR THE REAR AXLE PAIR. 1.3 COLUMN CONSTRUCTION SHALL BE OF A SINGLE MAST DESIGHN TO FACILITATE IN THE MANEUVERABILITY OF THE COLUMN AND TO PROVIDE FOR MINIMAL OBSTRUCTION WITH VEHICLE MOUNTED MIRRORS AND ACCESSORIES. 1.4 THE LIFTING SYSTEM SHALL BE OPERABLE ON ANY REASONABLY LEVEL, HARD SURFACE WITH A SLOPE EQUAL TO OR LESS THAN 2%. 2.0 LIFTING CAPACITY EACH COLUMN SHALL HAVE A NOMINAL RATED CAPACITY OF 16,000 lb.;. 32,000 lb. NOMINAL CAPACITY IN PAIRS; 64,000 lb.NOMINAL RATED CAPACITY AS A SET OF FOUR COLUMNS. 3.0 LIFTING HEIGHT VERTICAL DISPLACEMENT OF THE LOAD SHALL BE NO LESS THEN 67 INCHES. 4.0 LIFTING SPEED VERTICAL RATE OF DISPLACEMENT OF THE LOAD NUT SHALL BE NO LESS THAN 21 INCHES PER MINUTE. 5.0 TIRE SIZE WHEEL CONTACT FORKS SHALL FREELY ACCEPT TIRE SIZES BETWEEN 8.75 R 16.5 AND 24.00 R 22.5 INCLUSIVE. FORK LENGTH SHALL BE NO LESS THAN 12 INCHES. THE MINIMUM CLEARENCE BETWEEN THE COLUMN FACE AND THE TIRE SIDEWALL SHALL BE 10 INCHES WITH THE COLUMN CRADLE FULLY POSITIONED TO THE TIRE. 6.0 ENVIORNMENT ELECTRICAL AND MECHANICAL EQUIPMENT SHALL BE SUITABLE FOR ALL WEATHER USE; INDOORS OR OUT. ELECTRICAL COMPONENTS SHALL BE HOUSED WITHIN WATERTIGHT ENCLOSURES. 7.0 SCREW PROTECTION 7.1 THE MAIN LIFTING SCREW SHALL HAVE A MINIMUM DIAMETER OF 2.25 INCHES AND SHALL BE PROTECTED FROM DAMAGE BY A STEEL ENCLOSURE ON A MINIMUM OF FOUR SIDES. BELLOWS SHALL NOT BE ACCEPTABLE .AS A MEANS OF SCREW PROTECTION AS IT DOES NOT PROVIDE PROTECTION AGAINST POSSIBLE STRUCTURAL DAMAGE. 7.2 THE MAIN LIFTING SCREW SHALL BE PROTECTED FROM DIRECT EXPOSURE TO DUST, DIRT,PAINT,AND OTHER CONTAMINANTS BY A NYLON PROTECTION BAND. 7.3 THE MAIN LIFTING SCREW SHALL HAVE AN AUTOMATIC LUBRICATION SYSTEM SUPPLYING GREASE TO THE LIFTING SCREW/NUT ASSEMBLY. 7.4 GUIDE ROLLERS FOR GRIPPER FORK CARRIAGE SHALL HAVE SEALED ANTI- FRICTION BEARINGS. 8.0 WHEELS 8.1 EACH COLUMN SHALL BE EASILY MOVEABLE ON FOUR WHEELS CONSISTING OF: TWO FIXED STEEL WHEELS WITH AXLE BEARINGS MOUNTED ON THE STRADDLE LEGS AND DUAL EXTENDABLE AND STEERABLE NYLON WHEEL ASSEMBLY MOUNTED AT THE REAR. REAR WHEEL ASSEMBLY SHALL BE NON-LOADING AND PROVIDE 180 DEGREE STEERING. 8.2 THE REAR DUAL WHEEL ASSEMBLY SHALL BE DESIGNED TO BE SELF RETRACTING, ELIMINATING ANY POSSIBILITY OF AN OPERATOR LEAVING THE TRANSPORT WHEELS IN THE RAISED POSITION WHILE LIFTING A VEHICLE. 8.3 ALL WHEEL BEARINGS SHALL BE SEALED ANTI-FRICTION TYPE. 9.0 CONTROLS 9.1 LIFT OPERATION CONTROLS SHALL BE MOUNTED ON EACH COLUMN. LIFTING SYSTEM WILL BE OPERABLE FROM ANY OF THE FOUR COLUMNS. CONTROL CIRCUIT SHALL BE 110 AND 24 VOLTS. 9.2 A SELECTOR SWITCH SHALL BE PROVIDED TO SELECT INDIVIDUAL, PAIRED OR SYNCHRONOUS FUNCTION. SYSTEM SHALL ALSO ALLOW FOR USE OF JUST TWO LIFTING COLUMNS WITHOUT CONNECTION OF ALL FOUR LIFTING COLUMNS WITH THE USE OF DUMMY PLUGS. 9.3 A FUSIBLE MAIN DISCONNECT SWITCH SHALL BE PROVIDED TO CONTROL SOURCE POWER AND SHALL HAVE KEYLOCK TABS TO PERMIT LOCK-OUT WHEN THE LIFT IS NOT IN USE OR WHEN PERSONNEL ARE WORKING UNDER THE VEHICLE. EACH COLUMN SHALL HAVE A SET OF "UP" AND 'DOWN" CONTROLS FOR INDIVIDUAL OR SYNCHRONOUS OPERATION. 9.4 A MINIMUM OF 65 FEET OF MAIN POWER CABLE SHALL BE PROVIDED. 10.0 DRIVE MECHANISM 10.1 SYSTEM SHALL USE A HELICAL ACME THREADED MACHINE SCREW.TO INSURE MAXIMUM SELF-LOCKING CHARACTERISTICS. DESIGN OF SUCH SCREW SHALL BE SUCH AS TO PROVIDE MAXIMUM FRICTION BETWEEN SCREW THREADS AND CORRESPONDING LOAD BEARING NUT THREADS. THIS HIGH FRICTION SHALL GIVE THE SCREW NON-REVERSIBLE CHARACTERISTICS. 10.2 BALL SCREWS, HYDRAULIC CYLINDERS . AND OTHER NON SELF-LOCKING MECHANISMS SHALL NOT BE ACCEPTABLE. 10.3 THE LOAD BEARING NUT SHALL BE BRONZE AND MATED WITH THE MACHINE SCREW. 10.4 SAFETY NUT SHALL BE STEEL AND SHALL BE MATCHED AS A MARRIED PAIR TO THE BRONZE NUT. 11.0 SYNCHRONIZATION 11.1 THE LIFT SHALL INCLUDE AN AUTOMATIC LEVELING SYSTEM (ISO-LEVELING) WHICH, THROUGH A MICROPROCESSOR, MONITORS THE EXACT POSITION OF ALL OF THE LIFTING COLUMNS AND WILL AUTOMATICALLY ADJUST THE POSITION OF THE INDIVIDUAL LIFTS TO MAINTAIN NO GREATER THAN A 3/8" HEIGHT DIFFERENTIAL BETWEEN COLUMNS. THE LEVELING SYSTEM SHALL ALSO SHUT DOWN THE ENTIRE.LIFT IN THE EVENT OF AN OUT OF LEVEL CONDITION WHICH CANNOT BE CORRECTED. 12.0 SAFETY DEVICES 12.1 MOTIVE BUTTONS SHALL BE OF A "DEADMAN" TYPE DESIGN TO PREVENT LIFT OPERATION WHEN THEY ARE NOT PUSHED. 12.2 MAGNETO-THERMIC RELAYS SHALL PROTECT MOTOR AND ELECTRICAL CIRCUITS AGAINST.OVERHEATING. 12.3INSTANT TRIP PROTECTION IN THE MAIN DISCONNECT SWITCH SHALL BE PROVIDED TO INSURE AGAINST SHORT CIRCUITS IN CABLES AND ELECTRICAL WIRING. 12.4 CABLE HOLD DOWN BRACKETS SHALL BE OF STEEL TO PROVIDE SAFE STORAGE OF CABLES WHEN UNIT IS NOT IN OPERATION. 12.5 MOTIVE POWER SHALL BE PROVIDED BY HIGHT-TORQUE, TOTALLY ENCLOSED, FAN-COOLED MOTORS, DRIVING A GEAR REDUCER POWERING A MACHINE SCREW WITH TRAPEZOIDAL THREAD. THE PITCH OF SAID SCREW SHALL BE SUFFICIENT AS TO GIVE THE SCREW SELF-LOCKING FRICTION. MOTOR SHALL HAVE A DUAL VOLTAGE POSSIBILITY OF 220/440 VAC. 12.6 THE VERTICAL FORCE OF THE LIFTING SCREW SHALL BE TRANSMITTED TO THE FORK CARRIAGE BY MEANS OF A LOAD NUT WITH FOLLOWER STEEL SAFETY NUT TO ACCOMMODATE LOAD IN EVENT OF EXCESSIVE WEAR OR FAILURE OF THE LOAD NUT PER ANSI B 153.1 (1990). 12.7 NUT WEAR SENSORS SHALL BE PROVIDED TO PREVENT OPERATION IN THE "RAISE"MODE IN THE EVENT OF EXCESSIVE WEAR OR FAILURE OF ANY LOAD NUT. 12.8 MOTION FAULT DETECTORS SHALL BE PROVIDED TO DEACTIVATE THE LIFTING SYSTEM IN THE EVENT ANY MAIN LIFTING CARRIAGE CEASES TO MOVE WHEN SYSTEM IS IN`RAISE"OR`LOWER"MODE. 12.9 ALL POWER TO THE LIFT SYSTEM SHALL INSTANTLY AND AUTOMATICALLY DEACTIVATE IN THE EVENT OF COLUMN FAILURE, CONTROL MALFUNCTION, OR CABLE DAMAGE. 12.10 UPPER AND LOWER LIMIT SAFETY SWITCHES SHALL BE PROVIDED TO CONTROL THE LIMITS OF SAFE TRAVEL OF THE LIFTING CARRIAGE ASSEMBLY. 12.11 A RED EMERGENCY MUSHROOM PUSH BUTTON SHALL BE LOCATED ON EACH SECONDARY COLUMN CONTROL CABINET TO PERMIT MANUAL DEACTIVATION OF ALL THE LIFTING COLUMNS. 12.12 A PHASE RELAY SHALL AUTOMATICALLY DEACTIVATES THE SYSTEM IN THE EVENT OF A PHASE CHANGE IN THE POWER SUPPLY. 12.13 AN ADJUSTABLE HEIGHT LIMITING DEVICE SHALL BE LOCATED INSIDE THE MASTER CONTROL BOX. THIS DEVICE SHALL ALLOW THE OPERATOR CONTROL UPPER LIMIT SHUT OFF OF THE LIFT BETWEEN THE RANGE OF 40" TO 67" WITH THE ADJUSTMENT OF A SCREW. 13.0 TROUBLESHOOTING 13.1 THE LIFT SHALL INCLUDE A SELF DIAGNOSTIC TROUBLESHOOTING SYSTEM. THIS SYSTEM SHALL CONSIST OF THREE LIGHTS ON THE MASTER PANEL WHICH SHALL. PROVIDE A CODED SIGNAL INDICATING UP TO FOURTEEN DIF1 RENT FAULT CONDITIONS. THE CODES SHALL BE DISPLAYED ON THE PANEL AS WELL AS IN THE OPERATORS MANUAL INDICATING THE TYPE OF FAULT INDICATED. 13.2 THE LIFT SHALL ALSO INCLUDE A CYCLE COUNTER WHICH WILL ALLOW THE USER TO MONITOR CYCLES AS PART OF AN EFFECTIVE PERIODIC MAINTENANCE SCHEDULE. 14.0 EXPERIENCE THE CONTRACTOR SHALL HAVE A MINIMUM OF TEN-YEARS EXPERIENCE PRODUCING EQUIPMENT FOR THE TIRE SIZES AND CAPACITY SPEC1 ED AND SHALL PROVIDE A LIST OF AT LEAST TWENTY USERS IN THE UNITED STATES. 15.0 THIRD PARTY TESTING CERTIFICATION THE LIFT SYSTEM SHALL HAVE BEEN TESTED BY A NATIONALLY RECOGNIZED TESTING LABORATORY (NTRL) TO THE ESTABLISHED ELECTRICAL AND MECHANICAL STANDARDS INCLUDING UL 73, UL 201, AND ANSI B 153.1 1990. PROOF OF COMPLIENCE SHALL BE INDICATED WITH THE BID AND THE LIFT SYSTEM SHALL BARE THE ETL/ALI LABEL OF COMPLIANCE. �r�a lei 'be 15:17 FR SEFAC 4105398195 TD NICHOLS P.04/04 • SevAc C€RTIF%I A? sow N -ABETS 124p M65 QSL • MoTORataimimi APPL AND GARAGE Nowa i CONFORMS TO EOV LL rip 3 CONFORMS TO UL STD 2701 A b�D4? u ' ti • Automotive tInstitute a •_walla owl AdasnIstoniel_ by AL200234AVim" mon gme wlmi0'�s►1ew °r'm"M`�eA"e ease ETL LISTED (TM0 =Eo • TE.n,DArseuANcEsTo,....,... AL200234A STANDARD 73 IntietToR%sling Sondes*NA DORTLANg Raw vow NMI kit. ** TOTAL PAGE.04 ** 12.0 OP IONAL ACCESSORIES 1: I Small wheel adapters shall be available to lift light trucks, var ar d aE :omobile. Minimum of four adapters (one for each fork) shall be pr :vided. 1; 2 High Lift Support Stands shall be available to support heavy di y IA; ucles such as buses and trucks. 12.2.1 Stand shall have a minimum capacity of 18 tons per st rd. 12.2.2 Stand shall be moveable on two heavy duty plastic whs ils. 122.3 Stand shall have a minimum height of not less than 54 inches and a maximum height of not less than 79.7 inches. 12.2.4 Stand shall be e1 tripod design to ensure maximum slat :ty under load. 12.2.5 Screw shall be an Acme threaded, trapezoidal design t ensure that it is self-locking at any height. 12.2.6 Stand shall have ten pin adjustments in 2 inch incrern ts. 12.2 7 Stand shall have a spring to assist in pin adjustment. z/9/ Ta l_!`io/r/ oz y Can GG/'Y7, .—L c r, c✓r.'chin TA,'s ,oTe S;rnPiy 7 i'nFb/ m 14e. Zoe-co� 1 'a1 nrer Mc-7- meal viPme/1 Ge.3hL. IS Se r ZL1/one / aF/ iLe ;n -711 /e/bo0(14e. Ad`ce-- . L pf/// he- I'v4iJin� �2. Odor' 60,176-67 'ref el-4y S -/c.5 / Se:aiz.Z / Ate e S v 7,7eLy /Ipl/-� , �. G ?V 6-4iO/`y 7'L(I1ed 7 I Ce./-7-4,.e," ,#,) Re_pA4: A ZepU I(...€ U L A/ 1 SeJ -L olj�/� // T 4 3y$7 415 . av�d �n���G. %//v2- a-e y pv. 'o n s Yn° - cam.0-1 rec..,���/ b y p e f a.,11 ZLile) 5"63- l3 4)lO Z S o u/ o� A/lve. ivy ,vim e tr6e, vy, G-f I tunr ,,1 6Jr7,v -7-- e_ r2'/ 6'7/4- Cho v143r T/- o ,a /TU/7;T y Tv oJo djvsiz1e5S 1,4), `i yevf erry e,i �e,k1F ere ..2-rrre/'.Srcr . 11,47" C--41 ;44. So��r. �.c�s�es.� cZ e�te,�.�� -�,•u.c�.��s x‘yr.if40..zZ' B00-03 BID SHEET I. Four(4)post lifting system $ 3 3_7 2 3, a a dollars & cents 11. Six(6)post lifting system $ `(8 7 23 'L 0 dollars& cents III.Mobile support stand.Tall (each) $_---— 3 7 d ' Y 0 dollars& _ cents IV. Mobile support stand(each) $ / 3 VO. 5e0 dollars& cents , V. Screw fine adjust for support stand (each) $ / 5 8` y� _ dollars&. _ cents VI. Reduction sleeves(each) $ / Z a 06 dollars& cents VII.Remote control $ 3 8'a` Po dollars & cents TOTAL ITEMS I- VII(ALL PRICES INCLUDE DELIVERY/FREIGHT COSTS): DOLLARS& CENTS ESTIMATED DELIVERY TIME ON ITEMS 1-VII: 30 - 4..'S c 6 JY SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR Bit PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AN? THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID SHEET" ARE ACCURATE AND WITHOU COLLUSION. FLEEr S'oL ,ovs /11<, 52v-7 'i7- Z ( e FIRM NAME TELEPHONE(INCLUDE AREA CODE) igsa /Yv' IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED S ATI; E(manual) FROM PURCHASE ORDER ADDRESS, w: .4 E ✓✓/V Gr c_/Y PLEASE INDICATE BELOW: Per a F_�v r NAME/TITLE(PLEASE PRINT) 633 L cr1-A A/E,4 _ - STREET ADDRESS rv'c.sodi z 57/ o CITY STATE ZIP FEDERAL ID# g ro ` 7 Z 73 Sworn to and subscribed before me this_A'\''`—doy of 4Q ,___.,.,2 • Personally known 1/ or Produced Identification �1.•� f �� w Notary Public-S - • o (Type of Identification) County of a w'` —740 Signatu e.of Notary Pu.1 is • Prin ' typ d or s•• .ed corn issione' name of Notary Public GLENDA E.SCAIZO Notary Public-Arizona ,ijrno County jMvcc)mr . c12 41 S.Apf 25.2LK;3 SH3•-1