HomeMy WebLinkAboutCity of Tamarac Resolution R-2016-031TR 12763
Page 1
March 17, 2016
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R- 2016 - . 3 1_
A RESOLUTION OF THE CITY COMMISSION OF THE
CITY OF TAMARAC, FLORIDA AUTHORIZING THE
APPROVAL OF THE REASSIGNMENT OF PURCHASE
ORDER OF AN EMERGENCY -ONE 78 FOOT
PUMPER/AERIAL FIRE APPARATUS FROM HALL -MARK
FIRE APPARATUS, LLC, TO HALL -MARK RTC IN
ACCORDANCE WITH A CUSTOMER NOTIFICATION
DOCUMENT FROM THE REV GROUP FIRM STATING ALL
TERMS OF PURCHASE WILL REMAIN AS ORIGINALLY
SPECIFIED; PROVIDING FOR CONFLICTS; PROVIDING
FOR SEVERABILITY; AND PROVIDING FOR AN
EFFECTIVE DATE.
WHEREAS, Tamarac Fire Rescue provides fire rescue services including fire
suppression, response to vehicle and industrial accidents and emergency medical
services to the residents, businesses and visitors in the City; and
WHEREAS, The City Commission approved the purchase of an Emergency -One
78 foot Pumper/Aerial Fire Apparatus unit in an amount not to exceed $681,575 from
Hall -Mark Fire Apparatus LLC based on a RFP 15-01 R and via Resolution R-2015-94 at
the October 14, 2015 regular City Commission Meeting attached hereto as Exhibit 1; and
WHEREAS, Hall -Mark Fire Apparatus LLC was bought by the REV Group Firm on
November 20, 2015; and
WHEREAS, The REV Group Firm has changed Hall -Mark Fire Apparatus LLC
name to Hall -Mark RTC and has provided a Customer Notification document attached
hereto as Exhibit 2; and
WHEREAS, The REV Group Firm has reorganized, expanded, and assumed all
responsibilities for the production of all existing orders previously issued to Hall -Mark
Fire Apparatus LLC including the order from the City of Tamarac; and
TR 12763
Page 2
March 17, 2016
WHEREAS, The Pumper/Aerial Fire Apparatus unit purchase order price, design
and other purchase terms will remain as original specified via Resolution R-2015-94; and
WHEREAS, The Pumper/Aerial Fire Apparatus unit is currently in the process of
being manufactured by Emergency -One (Parent Corporation); and
WHEREAS, The Fire Chief and the Purchasing and Contracts Manager
recommend that the order for the acquisition of the Fire Apparatus be reassigned to Hall -
Mark RTC in accordance with the Customer Notification document; and
WHEREAS, The City Commission of the City of Tamarac deems it to be in the
best interest of the citizens and residents of the City of Tamarac to authorize the
approval of the Fire Apparatus change of order.
NOW THEREFORE BE IT RESOLVED BY THE CITY COMMISSION OF THE
CITY OF TAMARAC, FLORIDA:
Section 1: The foregoing "WHEREAS" clauses are HEREBY ratified and
confirmed as being true and correct and are HEREBY made a specific part of this
Resolution. All Exhibits attached hereto are incorporated herein and made a specific
part hereof.
Section 2: The appropriate City Officials are HEREBY authorized to approve the
approval of reassignment of the purchase order of an E-One 78 foot Pumper/Aerial Fire
Apparatus from Hall -Mark Fire Apparatus, LLC to Hall -Mark RTC approved via
Resolution R-201 5-94 attached hereto as Exhibit 1.
Section 3: The REV Group has provided a Customer Notification document and
is attached hereto as Exhibit 2.
Section 4: All Resolutions or parts of Resolutions in conflict herewith are
HEREBY repealed to the extent of such conflict.
TR 12763
Page 3
March 17, 2016
Section 5: If any clause, section, other part or application of this Resolution is
held by any court of competent jurisdiction to be unconstitutional or invalid, in part or in
application, it shall not affect the validity of the remaining portions or applications of this
Resolution.
Section 6: This Resolution shall become effective immediately upon its passage
and adoption.
PASSED, ADOPTED AND APPROVED this / day of , 2016.
�IIAMY'DRESSLER
MAYOR
ATTEST:
PATRICIA TEUFELOCPC
CITY CLERK
I HEREBY CERTIFY THAT I HAVE
APPROVED THIS RESOLUTION
AS TO FORM
SA EL S. GORE
CITY ATTORNEY
1
RECORD OF COMMISSION VOTE:
MAYOR DRESSLER
DIST 1: COMM. BUSHNELL/
DIST 2: COMM. GOMEZ
DIST 3: VICE MAYOR GLASSER J�J
DIST 4: COMM. PLACKO
I
TR 12701
Page 1
September 30, 2015
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R- 2015 - ?Y
A RESOLUTION OF THE CITY COMMISSION OF THE
CITY OF TAMARAC, FLORIDA AUTHORIZING THE
ACQUISITION OF AN EMERGENCY ONE 78 FOOT
PUMPER/AERIAL FIRE APPARATUS FROM HALL -MARK
FIRE APPARATUS, INC., BASED ON THE REQUEST FOR
PROPOSAL PROCESS (RFP) 15-01 R AND IN
ACCORDANCE WITH THE CITY FIRE APPARATUS
REPLACEMENT PROGRAM, AT A TOTAL COST NOT TO
EXCEED $681,575; PROVIDING FOR CONFLICTS;
PROVIDING FOR SEVERABILITY; AND PROVIDING FOR
AN EFFECTIVE DATE.
WHEREAS, Tamarac Fire Rescue provides fire rescue services including fire
suppression response to vehicle and industrial accidents and emergency medical
services to the residents, businesses and visitors in the City; and
WHEREAS, the City of Tamarac desires to maintain the highest possible level of
emergency services and fire suppression capability; and
WHEREAS, Tamarac Fire Rescue is satisfied with the performance, capability
and reliability of its existing E-One Pumper/Aerial fire apparatus purchased in 2012 and
is awaiting delivery of the second Pumper/Aerial fire apparatus approved in Resolution
R-2014-131 through RFP15-01R attached hereto as Exhibit 1; and
WHEREAS, in accordance with the fire apparatus replacement program, Tamarac
Fire Rescue is recommending the replacement of the 2004 reserve fire apparatus
TR 12701
Page 2
September 30, 2015
vehicle with an Emergency -One (E-One) 78 foot Pumper/Aerial from Hall -Mark Fire
Apparatus, Inc.; and
WHEREAS, the acquisition of a new E-One 78 foot Pumper/Aerial Fire Apparatus
will maintain consistency among the emergency response apparatus allowing all front
line suppression units the dual capacity of fire suppression and aerial operations
capability; and
WHEREAS, by acquiring the Pumper/Aerial fire apparatus from Hall -Mark Fire
Apparatus, Inc. Tamarac Fire Rescue will get an additional benefit of improving our ISO
rating credit related to ladder services; and
WHEREAS, Hall -Mark Fire Apparatus, Inc. has provided a letter to the City
guaranteeing the price of $681,575 until October 30, 2015 attached hereto as Exhibit 2;
and
WHEREAS, Hall -Mark Fire Apparatus, Inc. has given the City of Tamarac a
proposal in an amount not to exceed $681,575 based on RFP 15-01R attached hereto
as Exhibit 3; and
WHEREAS, the Fire Chief and the Purchasing and Contracts Manager
recommend acquisition of the E-One Pumper/Aerial Fire Apparatus through Hall -Mark
Fire Apparatus, Inc. in the amount not to exceed $681,575; and
•
1
N
•
1
1
TR 12701
Page 3
September 30, 2015
WHEREAS, the City Commission of the City of Tamarac deems it to be in the best
interest of the citizens and residents of the City of Tamarac to acquire the E-One
Pumper/Aerial Apparatus from Hall -Mark Fire Apparatus, Inc. in an amount not to exceed
$681,575.
NOW THEREFORE BE IT RESOLVED BY THE CITY COMMISSION OF THE
CITY OF TAMARAC, FLORIDA:
Section 1: The foregoing "WHEREAS" clauses are HEREBY ratified and
confirmed as being true and correct and are HEREBY made a specific part of this
Resolution. All Exhibits attached hereto are incorporated herein and made a specific
part hereof.
Section 2: The appropriate City Officials are HEREBY authorized to approve the
acquisition of an E-One 78 foot Pumper/Aerial Apparatus from Hall -Mark Fire Apparatus,
Inc., based on the Request For Proposal process (RFP) 15-01 R (attached hereto as
Exhibit 1) in an amount not to exceed $681,575.
Section 3: All Resolutions or parts of Resolutions in conflict herewith are hereby
repealed to the extent of such conflict.
Section 4: If any clause, section, other part or application of this Resolution is
held by any court of competent jurisdiction to be unconstitutional or invalid, in part or in
application, it shall not affect the validity of the remaining portions or applications of this
Resolution.
TR 12701
Page 4
September 30, 2015
Section 5: This Resolution shall become effective immediately upon its passage
and adoption.
PASSED, ADOPTED AND APPROVED this l C , day of , 2015.
ATTEST:
PATRICIA TEUF , CMC
CITY CLERK
I HEREBY CERTIFY THAT I HAVE
APPROVED THIS RESOLUTION
AS TO FORM
SA EL S. G ' N
CITY ATTORNEY
J r"
HARRY DRESSLER
MAYOR
RECORD OF COMMISSION VOTE:
MAYOR DRESSLER
DIST 1: VICE MAYOR BUSHNELL�
DIST 2: COMM. GOMEZ�_..�,
DIST 3: COMM. GLASSER ,, a
DIST 4: COMM. PLACKO
J
•
1
�14
10
r
zxf
•
1
1
•
TR 12585
Page 1
November 24, 2014
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R- 2014 - --! 3 r
A RESOLUTION OF THE CITY COMMISSION OF THE
CITY OF TAMARAC, FLORIDA AUTHORIZING THE
ACQUISITION OF AN E-ONE 78 FOOT PUMPER/AERIAL
APPARATUS FROM HALL -MARK FIRE APPARATUS,
INC., BASED ON THE REQUEST FOR PROPOSAL
PROCESS (RFP) 15-01 R, AT A TOTAL COST NOT TO
EXCEED $681,575; AUTHORIZING AN ADDITIONAL
APPROPRIATION IN THE AMOUNT OF $31,575;
PROVIDING FOR CONFLICTS; PROVIDING FOR
SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE
DATE.
WHEREAS, Tamarac Fire Rescue provides fire rescue services including fire
suppression, response to vehicle and industrial accidents and emergency medical
services to the residents, businesses and visitors in the City; and
WHEREAS, the City of Tamarac desires to maintain the highest possible level of
emergency services and fire suppression capability; and
WHEREAS, the acquisition of a new E-One 78 foot Pumper/Aerial Apparatus will
greatly assist the Tamarac Fire Rescue Department in maintaining apparatus reliability,
aid response time and meet the necessary protection for our citizens, businesses and
visitors; and
TR 12585
Page 2
November 24, 2014
WHEREAS, the City of Tamarac advertised and issued a Request For Proposal
(RFP) 15-01 R on September 29, 2014 with a closing date of October 23, 2014 at 2:00
P.M., a copy of which is attached herein as Exhibit "1 "; and
WHEREAS, the City received two (2) proposals: one from Hallmark Fire
Apparatus, Inc. and another from Rosenbauer America; and
WHEREAS, the Evaluation Committee rated the proposals based on the weighted
criteria and made a final summary recommendation, attached herein as Exhibit "2"; and
WHEREAS, the highest ranking apparatus was an E-One 78 foot Pumper/Aerial
Apparatus bid at $681,575 with a score of 762.20, and the second ranking apparatus •
was a 78 foot Viper Pumper/Aerial Apparatus bid at $627,124 with a score of 594.50;
the price tabulation document is attached herein as Exhibit 3; and
WHEREAS, due to the considerable margin in the ranking and pricing between
the first and second, the Evaluation Committee recommended the first ranking
apparatus from Hall -Mark Fire Apparatus, Inc., as being the best option.for the City,
considering the ability to better serve our customers with apparatus that would provide
more consistency within the fleet as well as safety and familiarity for the end user; and
WHEREAS, Hall -Mark Fire Apparatus, Inc., the local Emergency One distributor,
has given the City of Tamarac a proposal in an amount not to exceed $681,575, based
on RFP 15-01 R attached herein as Exhibit 4; and I
0
TR 12585
Page 3
November 24, 2014
WHEREAS, the E-One 78 foot Pumper/Aerial Apparatus specifications outlined in
the attached Evaluation Summary (Exhibit "2") are designed to meet the needs of the
City; and
WHEREAS, the Fire Chief and the Purchasing and Contracts Manager
recommend acquisition of the Emergency One Fire Apparatus through Hall -Mark Fire
Apparatus, Inc. in the amount not to exceed $681,575; and
WHEREAS, the City Commission of the City of Tamarac deems it to be in the best
interest of the citizens and residents of the City of Tamarac to acquire the Pumper/Aerial
Apparatus from Hall -Mark Fire Apparatus, Inc. in an amount not to exceed $681,575.
NOW THEREFORE BE IT RESOLVED BY THE CITY COMMISSION OF THE
CITY OF TAMARAC, FLORIDA:
' Section 1: The foregoing "WHEREAS" clauses are HEREBY ratified and
confirmed as being true and correct and are HEREBY made a speck part of this
Resolution. All Exhibits attached hereto are incorporated herein and made a specific
1
•
part hereof.
Section 2: The appropriate City Officials are HEREBY authorized to approve the
acquisition of an E-One 78 foot Pumper/Aerial Apparatus from Hall -Mark Fire Apparatus,
Inc., based on the Request For Proposal process (RFP) 15-01 R in an amount not to
exceed $681,575.
TR 12585
Page 4
November 24, 2014
Section 3: An appropriation in the amount of $31,575 is hereby approved and will '
be included in Budget Amendment Number One in April 2015, pursuant to F.S.
166.241(2).
Section 4: All Resolutions or parts of Resolutions in conflict herewith are
HEREBY repealed to the extent of such conflict.
i
Section 5: If any clause, section, other part or application of this Resolution is
held by any court of competent jurisdiction to be unconstitutional or invalid, in part or in
application, it shall not affect the validity of the remaining portions or applications of this
Resolution.
Section 6: This Resolution shall become effective immediately upon its passage
and adoption.
TR 12585
Page 5
November 24, 2014
1
PASSED, ADOPTED AND APPROVED this l 0 day of , 2014.
ATTEST:
PATRICIA TEUFEL, MC
CITY CLERK
N
I HEREBY CERTIFY THAT I HAVE
APPROVED THIS RESOLUTION
AS TO FORM
IM EL S. Gg']'L
OREN
CITY ATTORNEY
1
•
4A4,41
HARRY DRESSLER
MAYOR
RECORD OF COMMISSION VOTE:
MAYOR DRESSLER
DIST 1: V/M BUSHNELL
DIST 2: COMM. GOMEZ
DIST 3: COMM. GLASSER
DIST 4: COMM. PLACKO
—q--*'-�
PURCHASING AND
CONTRACTS DIVISION
Date: September 29, 2014
1 ebbb - tAkilblf l
REQUEST FOR PROPOSALS
RFP 15-01 R
ALL QUALIFIED PROPOSERS:
RFP NO. 15-01 R
Sealed Proposals, addressed to the Purchasing and Contracts Manager of the City of
Tamarac, Broward County, Florida, will be received in the Purchasing Office, 7525 NW 88th
Avenue, Tamarac, Florida 33321-2401 until 2:00 PM local time, 10/23/2014 for:
AERIAL FIRE APPARATUS
The City is soliciting proposals for the purchase of a new Aerial Ladder Fire Apparatus Unit.
Sealed Proposals must be received and time stamped in the Purchasing Office, either by mail
or hand delivery, on or before the date and time referenced above. Any Proposals received
after 2:00 p.m. on said date will not be accepted under any circumstances. Any uncertainty
regarding the time a Proposal is received will be resolved against the Proposer. Official time
will be measured by the time stamp in the Purchasing Office.
City reserves the right to reject any or all Proposals, to waive any informalities or
irregularities in any Proposals received, to re -advertise for Proposals, to award in whole or
in part to one or more Proposers, or take any other such actions that may be deemed to be
in the best interests of the City.
Proposal documents may be obtained from the Purchasing Office or via the Internet at
http://www.tamarac.org. For inquiries, contact the Purchasing Office at (954) 597-3570.
Keith K. Glatz, CPPO
Purchasing and Contracts Manager
Publish Sun -Sentinel: October 1, 2014
7525 PIW. 8ft Avwm I Tan wK Rmkle 33321-24M 1 P: 954.597.35M 1 R 964.597.3585
SOOLO oan MONNoM
•
•
0
•
City of Tamarac Purchasing and Contracts Division
REQUEST FOR PROPOSALS
RFP 15-01 R
AERIAL FIRE APPARATUS
Definition: A Request for Proposal (RFP) is a method of procurement permitting
discussions with responsible Proposers and revisions to proposals prior to award of a
contract. Proposals will be opened in private. Award will be based on the criteria set forth
herein.
1. INTRODUCTION
The City is soliciting proposals for the purchase of a new Aerial Fire Apparatus.
ll. INFORMATION
For information pertaining to this Request for Proposals (RFP), contact Keith Glatz,
Purchasing & Contracts Manager, at (954) 597-3570 The Project Manager will be Division
Chief Steve Stillwell at (954) 597-3800. Contact with Division Chief Stillwell shall be for
technical clarification purposes only, and shall be routed through the Purchasing &
Contracts Manager. Material changes, if any, to the scope of the proposal will be
transmitted only by written addendum.
It is preferred that all questions be submitted in writing, either via fax or email. Fax
questions to (954) 597-3565 or email to keithgQ-tamarac.orq .
Ill. SCHEDULE OF EVENTS
The schedule of events related to this Request for Proposals
shall be as follows:
RFP Document issued
October 1, 2014
Deadline for Written Questions
October 13, 2014
Deadline for Receipt of Proposals
October 23, 2014
Evaluation of Proposals
Oct. 24 — Oct. 27, 2014
Presentations by Short-listed Proposers (if applicable)
Only if Required
Final Ranking of Firms
October 28, 2014
Anticipated Award by Commission
December 10, 2014
All dates are tentative. City reserves the right to change scheduled dates.
City of Tamarac N Purchasing and Contracts Division
IV. INSTRUCTIONS TO PROPOSERS submitted by prospective Proposers. The City
of Tamarac reserves the right to reject any or
& all proposals, to waive any informalities or
STANDARD TERMS AND CONDITIONS irregularities in any proposals received, to re -
advertise for proposals, to enter into contract
RFP 15-01R negotiations with the selected Proposer or take
any other actions that may be deemed to be in
Our Vision and Mission the best interest of the City of Tamarac. Any
and all special conditions in this RFP or any
Our Vision: The City of Tamarac, our community of sample agreement document that may be in
choice — leading the nation in quality of life through safe variance or conflict with these General Terms
neighborhoods, a vibrant economy, exceptional and Conditions shall have precedence over
customer service and recognized excellence. these General Terms and Conditions. If no
changes or deletions to General Conditions
Our Mission: We Are "Committed to Excellence... are made in the Special Conditions, then the
Always'Itis ourjob to foster and create an environment General Terms and Conditions shall prevail in
that their entirely.
Responds to the Customer
2. DEFINED TERMS
Creates and Innovates
Terms used in these Instructions to Proposers
Works as a Team
are defined as follows:
Achieves Results, and
Makes a Difference
2.1 "Proposer — one who submits a
Proposal in response to a solicitation.
In the fulfillment of our vision and mission, as stewards
The terms "Offeror and "Proposer'
of the public trust, we value vision, integrity, efficiency
may be used interchangeably and
and quality service.
have the same meaning.
Our vendors are truly partners in meeting these
2.2 'Successful Proposer' -the qualified,
commitments to the community, and in support of that
vision and mission, we are committed to ensuring that
responsible and responsive Proposer
qualified, competitive vendors who share our
to whom City (on the basis of City's
commitment to quality, efficiency, teamwork and
evaluation as hereinafter provided)
customer service are employed to provide goods and
makes an award.
services to the City. Our vendors are expected to deliver
high quality products and efficient service that is
2.3 "City" - the City of Tamarac, a
provided on time and as ordered,- in a manner that
municipal corporation of the State of
improves the overall value of the services that the City
Florida.
provides to its residents. In addition, we expect our
vendors to work with the City as a team, and exhibit the
2.4 "Proposal Documents" -the Request
highest level of integrity when dealing with any office or
for Proposals, Instructions to
department of the City.
Proposers, Proposers Qualifications
Diligence in the execution of the requirements of this
Statement, Non -Collusive Affidavit,
proposal will ultimately coninbute to the overall quality of
Certified Resolution, VendorDnrg-Free
services provided to the entire community. The City is
Workplace, Proposer's Proposal,
searching for a firm who will exemplify these ideals in
Proposal Security and Specifications, if
the execution of their work, and the successful firm will
any, and the proposed Contract
be measured against the performance standards
Documents (including all Addenda
outlined in this bid invitation.
issued prior to opening of Proposals).
1. GENERAL TERMS AND CONDITIONS
2.5 "Contractor - the individual(s) or
These General Terns and Conditions apply to
firm(s) to whom the award is made and
all offers made to the City of Tamarac by all
who executes the Contract
Prospective Proposers, including but not
Documents.
limited to, Requests for Quotes, Requests for
Proposal and Requests for Bid. As such the
3. SPECIAL CONDITIONS
words "bid', "proposal" and "offer' are used
interchangeably in reference to all offers
Where there appears to be variances or
•
•
•
City of Tamarac
nil
Purchasing and Contracts Division
conflicts between the General Terms and
documents and shall judge all matters relating to
Conditions and the Special Conditions and/or
Scope of Work outlined in this proposal, the
the adequacy and accuracy of such documents.
Special Conditions and/or the Scope of Work
If, upon review, any material errors in
shall prevail.
specifications are found, the Proposer shall
4. OMISSION OF DETAILS / VARIANCES AND
contact the Purchasing Office immediately. My
EXCEPTIONS — QUESTIONNAIRE
inquires, suggestions, requests concerning
clarification, or requests for additional information
4.1 The apparent silence of the
shall be submitted in writing to the Purchasing
requirements as to any detail, or the
and Contrails Manager. Such request must
apparent omission of a detailed
reference RFP name and number, and should
description concerning any point,
be received by the Purchasing Office at least ten
shall be regarded as meaning that
(10) calendar days pdorto the Proposal opening
only the best commercial practice is
date, or prior to any deadline specified in the
to prevail, and that only material and
'Schedule of Events° as may be provided herein.
workmanship of the finest quality is to
Questions received less than ten (10) calendar
be used. All interpretations of the
days prior to the Proposal opening, or the
specifications shall be made on the
deadline specified by the 'Schedule of Events'
basis of this statement Omission of
herein, whichever is sooner, may not be
any essential details from these
answered.
specifications will not relieve the
The Cityof Tamarac reserves the rightto amend
Proposer of supplying such services
this proposal prior to the Proposal due date
or product(s) as specified.
indicated b written add Writt ddend
4.2 The technical specification includes a
questionnaire regarding each
technical point for the equipment to
be provided. The questionnaire
includes a check -list area for the
Proposer to affirm compliance with
the technical specifications or to
enumerate any deviations from the
specification. For the purpose of
evaluation, the Proposer must affirm
specification compliance and indicate
any variance or exceptions to the
stated requirements in the areas
provided in the questionnaire, no
matter how slight Deviations should
be explained in detail in the comment
areas provided on the questionnaire.
Failure to include this information may
result in rejection of Proposees
proposal.
S. CLARIFICATION AND ADDENDA
Where there appears to be variances or conflicts
between the General Terms and Conditions and
the Special Conditions and/or Detailed
Specifications outlined in this bid, the Special
Conditions and/or the Detailed Specifications
shall prevail.
The Proposer shall examine all proposal
11
y e a. en a a
shall serve as the sole means of clarification.
The City shall not be responsible for oral
interpretations given by any City employee or its
representative.
"'"'° SPECIAL NOTE—Addendums will
only be issued electronically through the
City's web -site. Vendors will be notified of
the availability of new solicitations and
addendums via e-mail or text message (per
the vendor's choice). It is essential that all
vendors receiving a bid or proposal either
download the documentfrom the City's web -
site, or registeras a plan holder. All bidders /
proposers must visit
htto://www.tamorec.orafbldsapx , and
select the "NOTIFY ME" icon. This action will
take the bidder/proposer to the "Notify Me"
page. Once on the "Notify Me" page, enter
the appropriate email address to which
notifications of solicitations and addendums
should be sent. Bidders and proposers may
also request notification by text message at
this time. Upon completion of this process, a
confirming e-mail will be sent to the
individual who registered. You must click on
the link provided to confirm registration for
solicitation documents and addendums.
Regardless of the means of transmission of
an Addendum it Is the responsibility of the
bidder or proposer to insure that they have
City of Tamarac
Purchasing and Contracts Division
received all addendums issued for a
8.
NON -COLLUSIVE AFFIDAVIT
solicitation prior to submitting a
Each proposer shall complete the Non -Collusive
response.'*"
Affidavit form and shall submit the form with their
6. COSTS AND COMPENSATION
Proposal. City considers the failure of the
Proposer to submit this document may be cause
6.1. Costs and compensation shall be
Tor rejection of the Proposal.
shown in both unit prices and
extensions whenever applicable, and
9.
PUBLIC ENTITY CRIMES
expressed in U.S. Dollars. In the event
In accordance with Florida Statutes -6287.133
of discrepancies existing between unit
(2 a . A person or affiliate who has been
prices and extensions or totals, the unit
placed on the convicted vendor list following a
prices shall govern.
conviction for public entity crime may not
submit a bid on a contract to provide any
6.2. All costs and compensation shall
goods or services to a public entity, may not
remain firth and fixed for acceptance
submit a bid on a contract with a public entity
for 60 calendar days after the day of
for the construction or repair of a public
the Proposal opening
building orpublicwork, may not submit bids on
leases of real property to public entity, may not
6.3. The price proposal shall include all
be awarded or perform work as a contractor,
royalties license fees warranties,
supplier, subcontractor, or Contractor under a
costs related to compliance with any
contract with any public entity, and may not
transact business with any public entity in
industry standard(s) specified herein,
excess of the threshold amount provided in
operating and repair manuals to be
Florida Statutes §287.017 for Category Two,
provided, as well as an costs for
for a period of 36 months from the date of
transportation or delivery as applicable
being placed on the convicted vendor list.
within the scope of the solicitation.
10.
CONFLICT OF INTEREST
7. PRICES, PAYMENTS, DISCOUNTS S
The award of any contract hereunder is subject
ELECTRONIC PAYMENTS
to the provisions of Chapter 112, Florida
7.1 Firm Pricing: Prices shall be fixed
Statutes. Proposer must die with their
and firth to the extent required under Special
Proposal the name of any officer, director,
Conditions. In the absence of a reference in
the Special Conditions, prices shall be fixed
partner, proprietor, associate or agent who is
and firm for a period of sixty (60) calendar
also an officer or employee of City or any of its
days. Payment will be made only after receipt
agencies. Further, all Proposers must disclose
and acceptance of the apparatus unit Cash
the name of any officer or employee of City who
discounts may be offered for prompt payment;
owns, directly or indirectly, an interest of five
however, such discounts shall not be
percent (5%) or more in the Proposers firn or
considered in determining the lowest net cost
any of its brandies or affiliate companies.
for bid evaluation.
11.
BONDS AND INSURANCE
7.2 Financial Leasing: It is anticipated
that the City will acquire the
Upon award of a contract, the Successful
equipment required herein through a
Proposer, as required within the scope of the
multiple year financial lease.
solicitation, may be required to submit
7.3 Payments by Electronic Funds
performance bonds, payment bonds or warranty
Transfer. The successful Proposer
bonds as may be applicable. Proposer shall
will be required to be capable of
provide certificates of insurance in the manner,
receiving payments by direct deposit
forth and amount(s) specified.
via electronic funds transfer instead
of by paper check. Vendors are
1Z
SUMMARY OF DOCUMENTS TO BE
strongly encouraged to pre -register
SUBMITTED WITH PROPOSALS
to receive all payments by direct
The following is a summary of documents
deposit. Access the City of Tamarac
required to be submitted for this proposal.
web -site at
Failure to include a technical proposal, cost
htto:!/www tmarac orgiindex asc)x?ni
proposal, bid surety (if required below), or any
d=622 for more information.
•
0
0
•
Cif of Tamarac Purchasing and Contracts Division
other document that, by its omission, may information will be provided to
prejudice the rights of other respondents, may Proposer in writing after the dosing
result in immediate rejection of your proposal. date of the proposal.
Other fortes or documents which, by their 13. SUBMISSION OF PROPOSALS
nature do not impact price or the Proposer's
cost of doing business should accompany the
Proposal; but must be provided within three 13.1 Proposals must be typed or printed in
(3) business days of the Citys request to be ink All corrections to prices made by
considered responsive. the Proposer should be initialed.
12.1 Response to Detailed Requirements
Questionnaire (See Section V. J herein).
12.2 Proposal Form, including responses to
the "Additional Proposal Information°
section
12.3 Production Schedule including
- milestone dates for pre -inspection,
mid -production inspection and final
inspection.
12.4 Evidence of compliance with NFPA
1901 "Standard for Automotive Fine
Apparatus' in its latest edition-
12.6
Detailed information on the
proposer's ability to perform routine
and emergency service on the
apparatus after delivery. Detailed
information shall be provided on
service facilities, personnel, service
vehicles, and the type and nature of
repair work the proposer is able to
provide. Proposer shall state the
number of miles from the Purchaser's
facility to the nearest fully staffed
repair facility operated by the
proposer.
12.6
Proof that the manufacturer operates
a Quality Management System
meeting the requirements of ISO
9001:2000.
12.7
Certification Fortes
12.8
Certified Resolution Forth (or firm's
own Corporate Resolution)
12.9
Proposer's Qualifications Statement
Form & References
12.10
Vendor Drug Free Workplace Form
12.11
Non -Collusive Affidavit Form
12.12
Proof of applicable insurance.
12.13
Listing of any and all Subcontractors to
be utilized.
12.14
The City reserves the right to request
the most recently completed audited
financial statement, or other
approved documentation to verify
financial viability. Any request for this
13.2
All proposals shall be submitted in the
English language, and pricing
expressed in U.S. Dollars.
13.3
Proposal responses must contain a
manual signature of corporate officer
or designee with the proven authority
to bind the firm in matters of this
nature. The address and telephone
number for any communications
regarding the Proposal must be
included.
13.4
Proposals shall contain an
acknowledgment of receipt of all
addenda.
13.5
Proposals by corporations must be
executed in the corporation's legal
name by the President or other
corporate officer, accompanied by
evidence of authority to sign. Evidence
of authority shall be provided on the
enclosed Certified Resolution form, or
by the company's own Corporate
Resolution.
13.6
Proposals by partnerships must be
executed in the partnership name and
signed by a partner, whose title must
appear under the signature.
13.7
Proposals shall be submitted to the
Purchasing and Contracts Division
Office on or before the time indicated in
the Request for Proposals. Proposals
shall be submitted in a sealed
envelope (faxed proposals will not be
accepted under any circumstances).
The envelope should be dearly
marked on the exterior with the
applicable solicitation name and
number. The envelope should state the
name and address of the Proposer and
should be include all documents as
specified in the Request for Proposals.
Purchasing and Contracts Division
City of Tamarac
Purchasing and Contracts Division
staff is not responsible for the
Proposals are opened, any Proposer
premature opening of a Proposal that
files a duly signed, written notice with
is not properly addressed and
the Purchasing Office, and within five
identified.
(5) calendar days thereafter
demonstrates to the reasonable
13.8 In accordance with Florida Statutes,
satisfaction of City, by dear and
Chapter §119.07(1)(a) and except as
convincing evidence, that there was a
may be provided by other applicable
material and substantial mistake in the
state and federal law, the Request for
preparation of its Proposal, or that the
Proposals and the responses thereto
mistake is dearly evident on the face of
are in the public domain. However,
the Proposal, but the intended corned
Proposers are requested to specifically
Proposal is not similarly evident,
identify in the submitted Proposal any
Proposer may withdraw its Proposal
financial information considered
and any bid security will be returned.
confidential and/or proprietary which
Thereafter,' the Proposer will be
may be considered exempt under
disqualified from further bidding on the
Florida Statute §119.07(t).
subject Contract
13.9 All Proposals received from Proposers
15. REJECTION OF PROPOSALS
in response to the Request for
Proposals will become the property of
15.1 To the extent permitted by applicable
the City and will not be returned. In the
state and federal laws and regulations,
event of Contract award, all
City reserves the right to reject any and
documentation produced as part of the
all Proposals, to waive any and all
Contract shall become the exclusive
informalities not involving price, time or
property of the City.
changes in the work with the
Successful Proposer, and to disregard
13.10 The Proposer preparing a submittal
all nonconforming, non -responsive,
in response to this RFP shall bear all
unbalanced or conditional Proposals.
expenses associated with its
Proposals will be considered irregular
preparation. The Proposer shall
and may be rejected if they show
prepare a submittal with the
serious eons, alterations in form,
understanding that no claim for
additions not called for, conditions or
reimbursement shall be submitted to
unauthorized alterations, or
the City for the expense of proposal
irregularities of any kind.
preparation and/or presentation.
14. MODIFICATION AND WITHDRAWAL OF
15.2 City reserves the right to reject the
Proposal of any Proposer if City
PROPOSALS
believes that it would not be in its best
14.1 Proposals may be modified or
interest of to make an award to that
withdrawn by a duly 'executed
Proposer, whether because the
document signed by a corporate officer
Proposal is not responsive, the
or other employee with designated
Proposer is unqualified, of doubtful
signature authority. Evidence of such
financial ability, or fails to meet any
authority must accompany the request
other pertinent criteria established by
for withdrawal or modification. The
City within the scope ofthe solicitation.
request must be delivered to the
is. QUALIFICATIONS OF PROPOSERS
Purchasing Office at any time prior to
the deadline for submitting Proposals.
16.1 Each Proposer shall complete the
Withdrawal of a Proposal will not
Proposers Qualifications Statement
prejudice the rights of a Proposer to
and submit the form with the Proposal.
submit a new Proposal prior to the
Failure to submit the Proposers
Proposal opening date and time.
Qualifications Statement and the
documents required thereunder may
14.2 If, within twenty-four (24) hours after
•
0
•
•
9
City of Tamarac
Purchasing and Contracts Division
constitute grounds for rejection of the
any work under this Agreement.
Proposal.
17.3 Proposer shall indemnify and save
16.2
As a part of the evaluation process,
the City harmless from any damage
the City may conduct a background
resulting to it for failure of either
investigation including a criminal
Proposer or any Sub -Proposer to
record check of Proposer's officers
obtain or maintain such insurance.
and/or employees, by the Broward
17.4 The following are required types and
County Sheriffs Office. Proposer's
minimum limits of insurance
submission of a proposal constitutes
cove rage, which the Proposer agrees
acknowledgement of and consent to
to maintain during the term of this
such investigation. The City shall be
contract:
the sole judge in determining
Proposer's qualifications.
Line of Occurrence Aggregate
16.3
No proposal shall be accepted from,
Business/
nor will any contract be awarded to,
Coverage
any person who is in arrears to City for
Commercial $1,000,000 $1,000,000
any debt or contract who is a
General
defaulter, as surety or otherwise, of any
Liability
obligation to City, or who is deemed
irresponsible or unreliable by the City.
Including:
The City will be the sole judge of said
Contractual Liability
ContPremises/Operationsaual Liability
determination.
Personal Injury
16.4
The City reserves the right to make a
Products/Completed Operations
pre -award inspection of the Proposer's
Broad Form Property Damage
facilities and equipment prior to award
Cross Liability and Severability of Interest
of Contract.
Clause
17. INSURANCE
Automobile $1,000,000 $1,000,000
17.1
Proposer agrees to, in the
Liability
Workers' Statutory
performance of work and services
Compensation
underthis Agreement, comply with all
& Employers
federal, state, and local laws and
Liability
regulations now in effect, or
hereinafter enacted during the term
17.5 The City reserves the right to require
of this agreement that are applicable
higher limits depending upon the
to Proposer, its employees, agents,
scope of work under this Agreement
or subcontractors, if any, with respect
17.6 Neither Proposer nor any Sub -
to the work and services described
Proposer shall commence work
herein.
under this contract until they have
17.2
Proposer shall obtain at Proposer's
obtained all insurance as may be
expense all necessary insurance in
required under this section and have
supplied the City with evidence of
such form and amount as required b
q Y
such coverage in the form of an
this proposal or by the City's Risk
insurance certificate and
Manager before beginning work
endorsement. The Proposer will
under this Agreement. Proposer
ensure that all Sub -Proposers will
shall maintain such insurance in full
comply with the above guidelines and
force and effect during the life of this
will maintain the necessary
coverages throughout the term ofthis
Agreement. Proposer provide
g p p
Agreement.
the City's Risk Manager current
certificates of all insurance required
17.7 All insurance carriers shall be rated
under this section prior to beginning
at least A -VI► per Best's Key Rating
City of Tamarac
Purchasing and Contracts Division
Guide and shall be licensed to do
administration order, rule, regulation,
business in Florida. Policies shall be
or infringement of patent rights by
"Occurrence" form. Each carrier will
Contractor in the performance of the
give the City sixty (60) days notice
Work; or c). liens, claims or actions
prior to cancellation.
made by the Contractor or any sub -
Contractor under workers
17.8
The Proposer's liability insurance
compensation acts; disability benefit
policies shall be endorsed to add the
acts, other employee benefit acts or
City of Tamarac as an "additional
any statutory bar. Any cost of
insured". The Proposer's Workers'
expenses, including attorneys fees,
Compensation carrier will provide a
incurred by the City to enforce this
Waiver of Subrogation to the City.
agreement shall be bome by the
17.9
The Proposer shall be responsible for
Contractor.
the payment of all deductibles and
self -insured retentions. The City may
18.2 Upon completion and delivery of the
require that the proposer purchase a
equipment including all work,
bond to cover the full amount of the
obligations and duties provided for in
deductible or self -insured retention.
any final agreement resultant from
this solicitation process, or in the
17.10
If the Proposer is to provide
event of termination of any such
professional services under this
agreement for any reason, the terms
Agreement, the Proposer must
and conditions of this Article shall
provide the City with evidence of
survive indefinitely.
Professional Liability insurance with,
at a minimum, a limit of $1,000,000
18.3 The Contractor shall pay all claims,
per occurrence and in the aggregate.
losses, liens, settlements or judgments
'Claims -Made' forms are acceptable
of any nature whatsoever in connection
only for Professional Liability.
with the foregoing indemnifications
17.11
The Successful Proposer agrees to
including, but not limited to, reasonable
perform the work under the Contract
attorneys fees (including appellate
attorneys
as an independent contractor, and
attorneys fees) and costs.
.
not as a subcontractor, agent or
employee of City.
18.4 City reserves the right to select its own
18. INDEMNIFICATION
legal counsel to conduct any defense
18.1
GENERAL INDEMNIFICATION:
in any such proceeding and all costs
Contractor shall, in addition to any
and fees associated therewith shall be
other obligation to indemnify the City
the responsibility of Contractor under
and to the fullest extent permitted by
the indemnification agreement
law, protect, defend, indemnify and
Nothing contained herein is intended
hold harmless the City, their agents,
nor shall it be construed to waive City's
elected officials and employees from
rights and immunities under the
and against all claims, actions,
common law or Florida Statute 768.28
liabilities, losses (including economic
losses), costs arising out of any
as amended from time to time.
actual or alleged: a). Bodily injury,
sickness, disease or death, or injury
1s. INDEPENDENT CONTRACTOR
to or destruction of tangible property
An Agreement resulting from this solicitation
including the loss of use resulting
therefrom, or any other damage or
does not create an employeeiemployer
loss arising out of or resulting, or
relationship between the Parties. It is the intent
claimed to have resulted in whole or
of the Parties that the Contractor is an
in part from any actual or alleged act
independent contractor under this Agreement
or omission of the Contractor, any
and not the City's employee for any purposes,
sub -Contractor, anyone directly or
including but not limited to, the application of
indirectly employed by any of them,
or anyone for whose acts any of them
the Fair Labor Standards Act minimum wage
may be liable in the performance of
and overtime payments, Federal Insurance
the Work; or b). violation of law,
Contribution Act, the Social Security Act, the
statute, ordinance, governmental
Federal Unemployment Tax Act, the provisions
0
•
0
0
City of Tamarac
Purchasing and Contracts Division
of the Internal Revenue Code, the State
22.1 Successful Proposer warrants to City
Worker's Compensation Act, and the State
that the consummation of the work
Unemployment Insurance law. The Contractor
provided for in the Contract documents
shall retain sole and absolute discretion in the
will not result in the breach of any term
judgment of the manner and means of carrying
or provision of, or constitute a default
out Contractor's activities and responsibilities
under any indenture, mortgage,
hereunder provided, further that administrative
contract, or agreement to which
procedures applicable to services rendered
Successful Proposer is a party.
under any potential agreement shall be those
of Contractor, which policies of Contractor
22.2 Successful Proposer warrants to City
shall not conflict with City, State, or United
that it is not insolvent, it is not in
States policies, rules or regulations relating to
bankruptcy proceedings or
the use of Contractor's funds provided for
receivership, nor is it engaged in or
herein. The Contractor agrees that it is a
threatened with any litigation,
separate and independent enterprise from the
arbitration or other legal or
City, that it had full opportunity to find other
administrative proceedings or
business, that it has made its own investment
investigations of any kind which would
in its business, and that it will utilize a high
have an adverse effect on its ability to
level of skill necessary to perform the work.
perform its obligations under the
Any potential agreement shall not he
Contrail.
construed as creating any joint employment
22.3 Successful Proposer warrants to City
relationship between the Contractor and the
that it will comply with all applicable
City and the City will not be liable for any
federal, state and local laws,
obligation incurred by Contractor, including but
regulations and orders in carrying out
not limited to unpaid minimum wages and/or
its obligations under the Contract
overtime premiums.
22.4 All warranties made by Successful
20. DELIVERIES
Any item requiring delivery by the Proposer or
by sub -contractors shall be delivered F.O.B.
destination to a specific City address. All
delivery costs, including the costs of drivers or
transport equipment, and all other charges
must be included in the proposal price. If
delivery of an item is required, the City
reserves the right to cancel the delivery
order(s) or any part thereof, without obligation
if delivery is not made at the time specified in
the proposal.
21. RISK AND LIABILITY OF LOSS
The contractor shall take all due care to
ensure against damage or loss to equipment
while the equipment unit is in the contractor's
possession. Risk and liability for loss,
damage, or accident, while the unit is in the
care of the contractor, shall be the
responsibility of the contractor, and all costs
related to any such loss shall be borne by the
contractor. Under no circumstances will the
City be responsible for any costs incurred as a
result of damage, accident or loss of the
equipment whhe the equipment is in the
possession of the contractor.
22. WARRANTIES
10
Proposer together with service
warranties and guarantees shall
directly cover the City and the
successors and assigns of City.
23. CONDITIONS OF MATERIAL
All materials and products supplied by the
Proposer in conjunction with this proposal, or
used in the production of equipment required
under this proposal shall be new, warranted for
their merchantability, fit for a particular
Purpose, free from defects and consistent with
industry standards. The equipment ordered
shall be delivered to the City in excellent
condition. In the event that any of the
components or parts provided with the
equipment are found to be defective or do not
conform to the specifications, the City reserves
the right to return the equipment to the
Successful Proposer at no cost to the City; or
the Successful Proposer shah otherwise be
required to make arrangements for the
replacement of such defective parts or
components at no additional cost to the City
Successful Proposer shall furnish all
guarantees and warranties to the Purchasing
and Contracts Division prior to final
acceptance and payment. The warranty period
shall commence upon final acceptance of the
City
1 1
of Tamarac
* •
Purchasing and Contracts Division
product.
officer setting forth the provisions of this
24.
COPYRIGHTS OR PATENT RIGHTS
nondiscrimination clause. The Contractor
further agrees that he/she will ensure that
The Proposerwarants that there has been no
Subcontractors, if any, will be made aware of
violation of copyrights or patent rights in
and will comply with this nondiscrimination
manufacturing, producing or selling the goods
clause.
shipped or ordered as a result of this bid. The
seller agrees to hold the City harmless from all
28.
TAXES
liability, loss or expense occasioned by any
Sucoessful Proposer shall pay all applicable
such violation.
sales, consumer use and other similar taxes
25.
SAFETY STANDARDS
required by law. The City of Tamarac is
The Proposer warrants that the product(s)
exempt from all Federal, State, and Local
supplied to the City shall conform in all
taxes. An exemption certificate will be
respells to the standards set forth in the
provided where applicable upon request.
Occupational Safety and Health Act of 1970 as
29.
PERFORMANCE
mended, and shall be in compliance with
Chapter 442, Florida Statutes as well as any
Failure on the part of the Proposer to comply
industry standards, if applicable. Any toxic
with the conditions, terms, specifications and
substance listed in Section 38F-41.03 of the
requirements of the bid shall be just cause for
Florida Administrative Code delivered as a
cancellation of the proposal award. The City
result of this order must be accompanied by a
may, by written notice to the Proposal,
completed Material Safety Data Sheet
terminate the contract for failure to perform.
(MSDS).
The date of termination shall be stated in the
notice. The City shall be the sole judge of
26.
INSPECTION
nonperformance.
The City shall have the right to inspect any
30.
TERMINATION FOR CAUSE AND DEFAULT
materials, components, equipment, supplies,
services or completed work specified herein.
In addition to all other remedies available to
Any of said items not complying with these
the City, this Agreement shall be subject to
specifications are subject to rejection at the
cancellation by the City for cause, should the
•
option of the City. Any items rejected shall be
Successful Proposer neglect or fail to perform
removed from the premises of the City and/or
or observe any of the terms, provisions,
replaced at the entire expense of the
conditions, or requirements herein contained, if
successful vendor.
such neglect or failure shall continue for a
period of thirty (30) days after receipt by of
27.
NON-DISCRIMINATION AND EQUAL
written notice of such neglect or failure.
OPPORTUNITY EMPLOYMENT
31.
FUNDING OUT
During the performance of the Contract, the
This agreement shall remain in full force and
Contractor shall not discriminate against any
employee or applicant for employment because
effect only as long as the expenditures
of race, color, sex, religion, age, national origin,
provided for in the Agreement have been
marital status, political affiliation, familial status,
appropriated by the City Commission of the
sexual orientation, or disability if qualified. The
City of Tamarac in the annual budget for each
Contractor will take affirmative action to ensure
fiscal year of this Agreement, and is subject to
that employees are treated during employment,
termination based on lads of funding.
without regard to their race, color, sex, religion,
age, national origin, marital status, political
32.
ASSIGNMENT
affiliation, familial status, sexual orientation, or
disability if qualified. Such actions must
32.1 Successful Proposer shall not assign,
include, but not be limited to, the following:
transfer or subject the Contract or its
employment, promotion; demotion or transfer,
rights, title, interests or obligations
recruitment or recruitment advertising, layoff or
therein withoutCityspriorwrittenapproval.
termination; rates of pay or other forms of
compensation; and selection for training,
32.2 Violation of the terms of this
including apprenticeship. The Contractor shall
paragraph shall constitute a breach
agree to post in conspicuous places, available
of the Contract by Successful
to employees and applicants for employment,
Proposer and City may, at its
notices to be provided by the contracting
11
r�
•
•
_City of Tamarac Purchasing and Contracts Division
discretion, cancel the Contract. All §120.57(3xa), or within 10 days after
rights, title, interest and obligations of bid/proposal opening, whichever is earlier.
Successful Proposer shall thereupon
cease and terminate. 39. LIQUIDATED DAMAGES
33. EMPLOYEES
Employees of the Proposer shall at all times
be under its sole direction. Proposer shall be
responsible to the City for the acts and
omissions of all employees working under its
directions.
34. GOVERNING LAW:
The laws of the State of Florida shall govern
this Agreement. Venue shall be Broward
County, Florida_
35. FORM AGREEMENT DOCUMENT
The City may attach as a part of this
solicitation, a Form Agreement document.
Proposers shall be responsible for complying
with all of the terms and conditions of the Form
Agreement document if included herein,
except where variant or conflicting language
may be included in any Special Conditions
contained herein. Proposers shall note any
deviation or variance with the Form Agreement
document at the time of bid submission.
36. OTHER GOVERNMENTAL ENTITIES
If a Proposer is awarded a contract as a result
of this RFP, Proposer may, if it has sufficient
capacity to do so at its discretion, provide
similar equipment to other governmental
entities, provided that the equipment provided
is identical to that provided to the City, at the
same price as provided to the City.
37. UNBALANCED PROPOSAL PRICING
When a unit price proposed has variable or
estimated quantities, and the proposal shows
evidence of unbalanced proposal pricing, such
proposal may be rejected_
38. INFORMATION REQUESTS AFTER DUE
DATE
Following a recommendation for award,
Proposers may download the evaluation
results directly from the Internet at
httn://www.tamarac.ost!ndex.asox?nid=317 .
Pursuant to Florida Statute Chapter 119,
Section 7(m), sealed buds or proposals
received by an agency pursuant to invitations
to bid or requests for proposals are exempt
from the provisions of subsection (1) and s.
24(a), Art I of the State Constitution until such
time as the agency provides notice of a
decision or intended decision pursuant to F.S.
12
In the event of a delay by the contractor in the
delivery of the final unit, contractor shall be
responsible to pay liquidated damages in the
amount of $100 per day for each day that the
equipment is not available to the City after the
stated delivery milestone date. Such payment
shall not be a penalty, but shall serve a
reimbursement for the cost of lost productivity
as a result of the late delivery. liquidated
damages will not be assessed in the event that
the City and the contractor voluntarily agree to
a contract extension.
40. RECORDS / AUDITS
40.1 The City of Tamarac is a public
agency subject to Chapter 119,
Florida Statutes. The Contractor
shall comply with Florida's Public
Records Law. Specifically, the
Contractor shall:
40.1.1 keep and maintain public
records that ordinarily and
necessarily would be
required by the City in
order to perform the
service;
40.1.2 Provide the public with
access to such public
records on the same terms
and conditions that the
City would provide the
records and at a cost that
does not exceed that
provided in chapter 119,
Fla. Stat., or as otherwise
provided by law,
40.1.3 Ensure that public records
that are exempt or that are
confidential and exempt
from public record
requirements are not
disclosed except as
authorized by law; and
40.1.4 Meet all requirements for
retaining public records
and transfer to the City, at
no cost, all public records
in possession of the
contractor upon
termination of the contract
1 1 • t
of Tamarac
Purchasing and Contracts Division
_City
and destroy any duplicate
any firm and its agents, officers or employees
public records that are
who intend to submit, or who have submitted,
exempt or confidential and
bids or proposals shall not lobby, either
exempt. All records stored
individually or collectively, any City
electronically must be
Commission members, candidates for City
provided to the City in a
Commission or any employee of the City.
format that is compatible
Contact should only be made through regularly
with the information
scheduled Commission meetings, or meetings
technology systems of the
scheduled through the Purchasing and
agency.
Contracts Division for purposes of obtaining
additional or clarifying information. Any action,
40.2 The failure of Contractor to comply
including meals, invitations, gifts or gratuities
with the provisions set forth in this
by a submitting firth, its officers, agents, or
Article shall constitute a Default and
employees shall be within the purview of this
Breach of this Agreement and the
prohibition and shall result in the immediate
City shall enforce any available
disqualification of that firth from further
contract remedies in force including
consideration.
termination of the Agreement.
During a formal solicitation process, contact
40.3 During the term of the contract, the
with personnel of the City of Tamarac other
Contractor shall maintain all books,
than the Purchasing and Contracts Manager or
reports and records in accordancewith
designated representative regarding any such
generally accepted accounting
solicitation may be grounds for elimination
practices and standards for records
from the selection process. (Reference:
Tamarac Procurement Code Section 6-156.)
directly related to this contract. The
forth of all records and reports shall be 42.
LEASE FINANCING & PAYMENTS
subject to the approval of the Citys
It is the intent of the City to utilize Lease
Auditor. The Contractor agrees to
Financing for the purchase of this apparatus
make available to the Citys Auditor,
unit The proposer may propose their own
during normal business hours and in
lease financing program, or the City may utilize
a third party lease financing vendor of its own
•
Broward, Dade or Palm Beach
choosing. Payments forthe equipment will be
Counties, all books of account reports
made directly by the financing firm, and not by
and records relating to this contract
the City.
41. PROHIBITION AGAINST LOBBYING
During the solicitation of any bid or proposal, Remainder of Page Intentionally Blank
13 0
City of Tamarac Purchasing and Contracts Division
V. SPECIAL CONDITIONS --FIRE APPARATUS VEHICULAR
PROVISIONS
The following Provisions shall apply to all purchases of Fire Apparatus made herein.
A. All Fire Apparatus must be of the manufacturer's current models in production at the
time of delivery.
B. WARRANTY
Manufacturer's standard warranty must be furnished with each new piece of fire
apparatus. The Apparatus warranty shall be equal to or exceed that offered to the
other market purchasers on similar regular production models. The manufacturer's
warranty shall become effective on the day that the new apparatus unit is actually
put into service by the City. Fire Apparatus shall be new (unused), current models,
completely prepared by manufacturer for delivery in accordance with manufacturer's
specifications. It shall be the responsibility of the contractor (firm to which contract
is awarded by the City Commission) to furnish the warranty card imprinted with the
name of the "City of Tamarac". It will be the further responsibility of the contractor to
insure that the Fleet Supervisor is kept apprised of all information concerning
warranty, service manuals, service bulletins, recall notices, and service schooling
available.
9 C. EQUIPMENT
Unless stated to the contrary in the invitation for bid, all vehicles must be in
compliance with the following criteria:
All equipment, components, and other parts provided as a part of this
apparatus shall be compliant with the most current version of all appropriate
standards of the National Fire Protection Association (NFPA).
2. Specifications: Unless specifically permitted in the body of the invitation for
bid, all vehicles must be equipped with all of the manufacturer's equipment
advertised as standard consumer equipment. The bidder shall detail in
writing herein, any alterations, deletions orexceptions to this requirement. All
standard equipment so required, and all optional equipment specified in the
invitation for bid shall be as advertised by the manufacturer and shall not
consist of substitute or after -market equipment. All vehicles must be
compliant with all applicable federal motor vehicle safety standards and
governmental emission requirements in effect at time of purchase.
3. Color. Interior and exterior color as stated in detailed item description. If no
selection is stated herein, the City shall select from the manufacturer's
standard colors.
0 14
City of Tamarac Purchasing and Contracts Division
4. Fuel: All vehicles delivered must include a minimum of one -quarter (1/4) tank
of fuel as registered by the vehicle fuel gauge at time of delivery.
5. Anti -freeze: To be permanent type, protection to -20 deg. f. Radiator to be so
noted in a semi -permanent manner (tagged).
6. Tires and Wheels: To be equipped with original equipment, tires of the size
and load range required by the manufacturer for the model and/or gross
vehicle weight rating (GVWR).
D. REQUIREMENTS PRIOR TO DELIVERY
Contractor must contact the Fleet Supervisor at (954) 597-3730 to make
arrangements for delivery of vehicles. Preliminary arrangements are to be
completed within ten (10) days after receipt of notice of award by contractor.
2. Contractor's pre -delivery services must be performed in accordance with the
manufacturer's procedures and shall include thorough cleaning, vacuuming,
and washing of vehicle(s).
E. REQUIREMENTS AT TIME OF DELIVERY
The contractor shall comply with the following requirements at time of delivery:
1. A Certificate of Origin, a standard service policy filled -out and signed by
the authorized franchise dealer or manufacturer, and a contractor's
invoice must be furnished at time of delivery.
2. Delivery shall be made during regular working hours, Monday through Friday,
as arranged with the Fleet Supervisor, between the hours of 7:30 a.m., and
3:00 p-m. All vehicles shall be delivered to the City of Tamarac, Department
of Public Works, City Garage, 6011 Nob Hill Road, Tamarac, FL 33321.
Contractor must contact the Automotive Superintendent at (954) 597-3730 a
minimum of 24 hours prior to delivery of any vehicle.
3. A delivery tag, in duplicate, must accompany each vehicle. The following
information shall be included on the tag:
a. Purchasing Department
b. Purchase Order/Contract Number.
C. Vehicle Serial Number.
d. Equipment number of trade-in (if applicable).
e. Signature block for receiving individual.
f. Key coding number to be provided with each vehicle.
g. Mileage certification form.
15
•
City of Tamarac Purchasing and Contracts Division
F. NOTICE TO CONTRACTORS
Adherence to all of the aforementioned procedures is mandatory. Failure to abide
by any of the provisions will result in rejection of the subject vehicle until such time
as the provisions are met. In order to prevent any delays in the acceptance of the
new vehicles, and to assure payment as soon as possible, contractors are reminded
to comply with all provisions.
Remainder of Page Intentionally Blank
•
0=
City of Tamarac Purchasing and Contracts Division
VI. TECHNICAL SPECIFICATIONS
A. GENERAL
It is the intent and purpose of these specifications to secure the necessary
equipment, components, and accessories to provide the City of Tamarac
Fire/Rescue Department with a high quality AERIAL FIRE APPARATUS as specified
in the Detailed Requirements Questionnaire contained herein.
B. MATERIALS, WORKMANSHIP AND COMPATIBILITY INFORMATION
All furnished equipment, materials and workmanship shall be of the highest grade in
accordance with modern industry practices. The equipment supplied shall be new
and unused except for the necessary testing, calibration and transportation.
C. WARRANTY
The following warranties for performance, parts and service shall be offered for this
apparatus unit.
1. Standard 1 Year Warranty for Equipment, parts, components, labor and
materials.
2. Lifetime frame warranty.
3. 10 year/100,000 mile structural warranty- Statement of Warranty.
4. 10 year stainless steel plumbing warranty- Statement of Warranty.
•
5. 20 year aerial device structural warranty.
6. 10 year limited paint and perforation warranty for paint.
Please provide information regarding standard warranty coverage as well as for
special warranties required. Please submit copies of all warranties offered as a part
of the proposal response.
Please provide detailed information regarding warranty coverage for this unit
on the Proposal Form herein under "Additional Proposal Information".
D. FACTORY SERVICE & PARTS CAPABILITIES i PARTS DISTRIBUTION
Service Requirements: Each Proposer shall supply, with their proposal, detailed
information on the proposer's ability to perform routine and emergency service on
the apparatus after delivery. Detailed information shall be provided on service
facilities, personnel, service vehicles, and the type and nature of repair work the
Proposer is able to provide. Proposer shall provide the number of miles from the
Purchaser's facility to the nearest fully staffed repair facility operated by the
Proposer, as well as the complete addresses for the service center, and for the
closest parts distribution facility. It is the intent of the purchaser to assure that parts
and service are readily available for the equipment specified. Service capabilities will
be one of the criteria for award of this contract. Proposer shall provide specific
information regarding the Proposer's Service Center and Parts Distribution locations.
•
17
•
City of Tamarac Purchasing and Contracts Division
Please provide detailed information regarding Factory Service and Parts
Distribution Center(s) for this unit on the Proposal Form herein under
"Additional Proposal Information".
E. PRODUCTION SCHEDULE AND INSPECTIONS
1. Time frame and Transportation: The proposer shall provide with proposal
response, a time frame of when work will begin and an estimate of when it will be
completed, complete with milestones for major tasks within the project. Specific
information outlining the method of pick-up and delivery should be clearly stated.
2. Inspections: The City requests that the successful contractor provide for a
minimum of three inspections of the equipment, including a Pre -build Inspection, a
Mid -point Inspection and a Final Inspection. The Contractor shall not pay for, or
reimburse the travel cost for any City employee. The City shall be responsible for
making and paying for all travel arrangements for such inspections. As part of the
proposal price response, proposer shall include an approximate estimate of travel
costs to and from the City of Tamarac to the successful proposer's production
facility, which will be used as an estimate for budgeting purposes, segregated by
transportation costs, lodging costs, and meal and other incidental costs.
Please provide detailed information regarding Inspection cost information for
this unit on the Proposal Form herein under "Additional Proposal
Information".
F. TESTING REQUIREMENTS
1. Testing: The City shall require the use of a third party testing firm on the main
components of the apparatus unit as detailed in, Section VI. J. "Detailed
Requirements Questionnaire" herein, in compliance with NFPA Standard 1901
"Standard for Automotive Fire Apparatus".
2. Test Facilities: the apparatus, prior to acceptance will be required to meet the
performance tests of the applicable NFPA Automotive Fire Apparatus Standard.
The test shall include, but are not limited to; acceleration, braking and G-loading
tests pump tests brake hold test and turn radius test. If the manufacturer does
not have the facilities to perform the tests, the manufacturer shall contract with
an outside agency.
G. ISO COMPLIANCE
The manufacturer shall operate a Quality Management System meeting the
requirements of ISO 9001: 2000, and shall provide evidence of such compliance
with the Proposer's response.
H. TRAINING AND SUPPORT
0 18
City of Tamarac Cm
Purchasing and Contracts Division 0
The manufacturer shall provide three days of training covering vehicle maintenance
and operational familiarization. The training shall be provided by a full time,
manufacturer employee trainer who specializes in aerial training. All appropriate
training and operational manuals shall be delivered prior to the commencement of
training.
I. DETAILED REQUIREMENTS -- QUESTIONNAIRE
Any deviations from the specifications contained herein shall be fully disclosed as
instructed in Section VI.,J, Detailed Requirements Questionnaire" herein. Please
answer each questions and sub -question by checking "Yes" if the item is compliant
with the specifications or "No" if you are submitting a proposal for an item that
deviates from the specification. Please provide detailed comments regarding how
the item being proposed deviates from the requirements. Please use extra sheets if
required to document product deviations.
Remainder of Page Intentionally Blank
•
19
•
0
•
City of Tamarac Purchasing and Contracts Division
J. DETAILED REQUIREMENTS QUESTIONNAIRE
1.
Front Bumper
a.
3/16" Front Bumper Gravel Shield.
b.
28" Front Bumper Gravel Shield Extension.
c.
Heavy duty front bumper 10" high with full wraparound. To be painted job color.
Comments:
2.
Rear Bumper
a.
A horizontal bumper shall be provided across the lower rear of the apparatus. The assembly shall be
bolted to the chassis frame. The bumper shall be over-layed on the top, rear and sides with aluminum
diamond plate.
b.
Extruded aluminum anodized rub -rail shall be attached to the rear surface of the bumper.
c.
An assist handrail shall be provided and located below the hose -bed.
Comments:
3.
Bumper Tray
a.
Nylon black cargo net on sides for bumper cross -lay.
b.
Double cross -lay on top of the front bumper gravel shield. Tray to be "U" shape, approx 20" wide x 7.5" high x
90" wide. Holds 200' of 1.75". Includes tri fold diamond plate cover hinged at the front.
Comments:
4.
Azle
a.
Front axle 20,OOOIb.
b.
Shock absorbers for front axle -adjustable.
c.
Single rear axle 33,OOOIb capacity. Requires cast shoe brakes and 33K suspension.
Comments:
5.
Suspensions Ong
a.
Rear spring suspension w/aux 33K rating.
Comments:
20
Piimhacinn and rnntracfs Division
6. Wheels;
a. Aluminum wheels for front axle (2).
b. Aluminum wheels for rear axle (4).
c_ Front axle wheel trim kit. Should include stainless steel lug nut covers and center cap.
d. Rear axle (single) wheel trim kit. Should include stainless steel lug nut covers and center cap.
Comments:
7. Tires
a. Rear tires shall be tubeless lype radial tires with highway tread.
b. Front tires shall be tubeless type radial tires with highway tread.
c. Tire pressure monitoring valve stem caps.
Comments:
B. Brake System
a. 17" disc brakes for front axle.
b. G4 Electronic Stability Control (4x2), Includes RSC and ATC.
c. Parking brake release mounted on the driver's side lower dash.
d. Brake system 4 x 2/ 4 x 4.
Comments:
9. Air System
a. Inlet for airs stem, Location: driver doorjamb.
b. Air dryer.
c. Auto moisture ejectors heated.
d. Air lines nylon.
e. Isolated air tank, to include pressure protection valve.
f. Auxiliary air tank to be plumbed to the chassis air horns only.
g. Air homs recessed in bumper (PR).
Comments:
10. Engine & Transmission
a. Push button transmission selector.
b. Synthetic transmission fluid for EVS 3000.
c. Electronically limited speed to 60 mph.
d. 450 HP Cummins -Allison engine or approved alternate as a minimum requirement
Comments:
•
21 is
•
City Tamarac
Purchasina and Contracts Division
11. SecondaryBraking
a. Brake Jacobs engine compression.
Comments:
12. Cooling Package
a. 20102013 EPA engine complaint, with coolant recovery system.
Comments:
13. Fuel System
a. Fuels stem 50 gallon.
b. Fuel line hose rubber.
c. Fuel shut off valve. Location: one (1) inlet side of fuel/water separator.
d. Fuel/water separator to be a bottom drop out style. Shall include indicator light and audible alarm.
Comments:
14. Alternator
a. Alternator Leece Neville 320 amp. 320 amp SAE/275 amp NFPA.
Comments:
15. Batteries
a. Battery six group 31 1000CCA.
Comments:
16. Chassis
a. Ddvelines 1710.
b. Tow eyes front painted below bumper/ cab (PR).
c. Tow eyes rear frame painted.
d. Aerial hydraulic activations stem.
e. Diesel Exhaust Fluid DEF 5 gallon tank.
Comments:
22
ON of Tamarac
Purchasing and Contracts Division
im
17. Cab Model
a. X long cab w/barrier style doors to allow units to safely pull into locations on controlled access highways with
Jersey barriers in place.
b. The back -of -cab to front axle length shall be a minimum of 67.5".
Comments:
18. Cab Roof Type
a. Split raised rear cab roof. 12" high for use with rear mount aerial.
Comments:
19. Grille
a. ABS chrome plated grille.
Comments:
20. Cab Door
a. Map pockets cab front doors stainless steel.
b. Rear crew cab doors in the medium position.
c. Driver and Officer cab door windows, Include forward vent window.
d. Stainless steel protective trim on rear edge of cab door openings.
e. Door panels cab stainless steel.
f. All cab doors shall have exterior paddle latches were applicable.
g. Front cab door windows to manually roll down-
h. The rear cab door windows shall be manual fore/aft slider type
i. (4) LED cab step area lighting. Locate each light in the cab step well area. Lights to be switched with door
ajar.
j. Door mounted red LED flashing lights (4). Locate lights on each cab door in the outboard position. Lights to be
switched with door ajar.
k. Ruby Red/Lemon Yellow chevron "A" stripe on lower cab door panel approx 12" high. Stainless steel door
panel s only.
1. All cab exterior access doors shall be keyed alike.
Comments:
21. Cab Step
23
•
E
•
City of Tamarac
a. Step below cab door. Located driver's front door. Steps under front cab doors shall not interfere with approach
616_nle.
b. Step below cab door. Located officer's front door. Steps under front cab doors shall not interfere with approach
angle.
c. Step below cab door. Located officer's rear door. Steps under front cab doors shall not interfere with approach
angle.
Comments:
22. Mirrors
a. Ramco 6001 FFR mirrors. Remote controlled with top CAS750 convex.
b. Location: mounted on front corners of cab.
c. Mirror Stainless Steel 8" Convex Officers side cab brow, Bell Type Mounting, 2 Piece Adjustable Telescoping
Arm.
d. Mirror Stainless Steel 8" Convex driver side cab brow, Bell Type Mounting, 2 Piece Adjustable Telescoping
Arm.
Comments:
23. Misc Exterior Cab
a. Pair of 18" handrails located just behind driver and officer front door, one on each side.
b. Pair of 18" handrails located just behind driver and officer rear door, one on each side.
c. Mud flaps, front, black.
d. Rear cab wall to be smooth 3/16" aluminum plate. Cab wall to be finished painted to match the cab paint
scheme.
e. Mounting plate for battery charger receptacle and indicator -removable brushed stainless steel.
Comments:
24. HVAC
a. Air conditioning with Cummins ISCIISL engine, radiator mounted condenser.
Comments:
25. Seats
PI
a. Seat color gray
24
Airohasina and Contracts Division •
tr!( VI I [D 11010V
b. Driver seat to be air ride
c. Officers seat to have fixed SCBA
d. Seats forward facing center of rear wall (PR). Free standing with individual risers on rear wall.
e. Fold down seat located driver's side outboard.
f. Fold down seat located officer's side outboard.
g. Mechanical air pack bottle bracket (EA). Location: officer's seat.
h. Mechanical air pack bottle bracket (EA). Location: inboard Officer's side rear wall.
I. Seating capacity tag of six occupants.
j. All seat positions shall have a retractable 3-point lap and shoulder harness, providing addJend
safety and security for personnel. Extensions shall be provided with the seat belts so the m
easily be grasped and the female end easily located while seated in a normal position.
Comments:
26. Medical Cabinets
a. Officer side cab wheel well medical cabinet approximately 42 x 22 x 28. Includes extemal locking roll up door
and interior hinged door with looking push button latch. Cabinet includes 2 adjustable shelves.
b. Cab medical/storage cabinets finish to be gray.
c. Driver side cab wheel well medical cabinet approximately 42x22 x26. Includes external locking pan door
painted job color and interior full height hinged door with locking push button latch. Cabinet includes (2)
adjustable shelves.
d. Medical cabinet mounted on the wheel well officer side of cab with a vertically hinged door and locking push-
button latch.
Comments:
27. Misc Interior Cab Options
a. Cab interior gray. Not to include engine cover or seat color.
b. Rear engine cover diamond plate trim.
c. 3/16" Aluminum plate on top engine access door. To have swirl finish and be spaced up a prox 1/2".
d. Dash, Includes smooth plate alum center and officer side dash painted to match cab interior and lower
diamond pft kick panels.
e. ABS Dash, Includes center and Officer side dash, lower kick panels and "A" post covers.
f. Engine cover- Thermoformed ABS.
Comments:
28. Cab Electrical
a. Pump hour -meter in cab.
b. Auto eject receptacle inlet 20 amp located outside driver's door next to handrail with a Yellow cover.
c. Switch horn button two position DOT/ air hom_
d. Control push button switch officer dash for air homs.
e. Antenna on cab roof. Location: Officers side forward area with coaxial cable terminating behind driver's seat.
25
•
•
Citv of Tamarac
•
Purchasinc and Contracts Division
f. Antenna on cab roof. Location: Officers side rearward area with coaxial cable terminating behind driver's seat.
g. 12 volt electrical outlet in the cab wired battery hot. Location: driver side dash.
h. 12 volt electrical outlet in the cab wired battery hot. Location: officer side dash.
i. English dominant main cab gauge duster.
j. Turn signal LED amber pair located above headlight bezel.
k. DPF Regeneration override switch.
1. Battery charger to be located behind driver's seat.
m. Air compressor to be located on top of Officers side wheel well medical cabinet.
n. GPS antenna on cab roof. Location: Driver side forward with coaxial cable terminating at the center of the
dash board.
o. Xenon HID cab headlights.
p. Dome Its red/white 4" LED (4). Lights to be located two front and two rear. White light wired through door and
light assembly mounted rocker switch. Red light through light assembly mounted rocker switch.
Comments:
29. Body Model
a. Body aerial to be a minimum of a 75 foot with pump, single axle. The rear access doors to match the rear
body finish.
b. The hosebed shall be designed to allow manual reloading of the hose from the rear, top, and side without
raising the aerial ladder from its stored position.
Comments:
30. Body Compartment Rear
a. Rear of body to have flush painted smooth plate body panels.
Comments:
31. Aerial Body
a. Auxiliary jack pad (PR) with side mounted handle. Includes mounting brackets.
b. Pikepole/Ladder storage. The access door to match the body finish.
c. Hose -bed depth capable of holding up to 800' of 5" LDH and up to 300 to 400' of 2.5 or 3".
d. Cross -lay dry storage. Includes 20' W storage area and storage pan to rear of crosslay.
Comments:
32. Doors
a. Doors to be a combination of hinged and roll up tall, and keyed alike.
b. Driver and Officer side cab wheel well external cabinet shall be keyed alike.
Comments:
0 26
City of Tamarac Purchasing and Contracts Division
33. Shelves
a. Unit shall be capable of accommodating adjustable shelves and adjustable trays within the compartments.
(Note: Most units currently have 9 pull out trays, and 6 adjustable shelves. The final configuration will be
determined prior to award and/or production.)
Comments:
34. Trays
a. Adjustable mounted roll out/tilt down tray with aluminum frame.
b. Adjustable roll out tray with capable of 500 Ibs capacity.
Comments:
35. Covers
a. Single diamond plate cover for the cross -lay area. Applicable grab handle(s) and (2) hold downs. Non aerial
applications to be tagged as a non stepping surface.
b. Cover aluminum (1) piece with recessed handles.
c. Cross -lay cover to be hinged forward.
d. Vinyl rear cover for diamond plate hose -bed cover. Color: Red
e. Vinyl Red side covers for diamond plate cross -lay cover
f. The gauge panel(s) on the driver side of the Side Mount module to be hinged upward. Panel(s) to include (2)
mechanical/pneumatic hold opens and latches.
g. Stainless steel driver and officer side pump panels.
Comments:
36. Misc Pump Panel
a. Pump Panel Tags Color Coded per NFPA Compliance.
b. Class 1 Color Coded Bezel Chrome 3.5" Gauge.
c. Air Outlet Valve.
Comments:
37. Pump Module
a_ Backboard storage compartment located to rear of crosslays. Includes vertically hinged diamond plate access
door each side.
b. Air horn switch at pump panel. Switch to be labeled "Air Horn". Location: driver side pump panel.
MA
•
•
0
ON of Tamarac
•
Purchasina and Contracts Division
Comments:
38. Water Tank
a. 500 gallon water tank.
Comments:
39. Tank Plumbing
a. 2" Tank Fill Manual Valve.
b. 3" Tank to Pump Manual Valve.
Comments:
40. Ladder Storage
a. Horizontal ladder bracket for Little Giant model 17.
b. The ground ladder storage areas shall be provided at the rear of the apparatus. The storage areas
shall be vertical in design and capable of storing a minimum of 115' of ground ladders.
Comments:
41. Handrails✓ Steps
a. Slide -out platform rollerless. Chrome grab handle centered on the front face of the platform. Located below
driver side pump panel.
b. Step below body. Located below rear of officer side pump panel. Each location requires a minimum of (1)
handrail / handhold per NFPA.
c. Dual lighted LED folding step. Location: driver side front compartment face. Each location requires a minimum
of 1 handrail per NFPA.
d. Dual lighted LED folding step. Location: officer side front compartment face. Each location requires a minimum
of 1 handrail per NFPA.
Comments:
42. Misc Body
a. Diamond plate comer guards for the driver and officer front compartment face. Guards to wrap around the
corner and be full height of side assembly.
b. Mud flaps, rear, black.
c. Painted aerial body side panels shall be smooth / flush.
Comments:
0 28
43. SCBA Bottle Storage
BA Bottle Storage. (4) SCBA bottle storage with hinged doors with push button latches.
driver side in wheel well area.
44. Pump
stage pump.
Comments:
45. Pump CeWf7cation
a. Pump certification 750-2250 GPM.
Comments:
46. Pump
a. Mechanical Speed Counter for Hale Pumps.
b. Steamers to be Flush + 1 Location: driver's side.
c. Steamers to be Flush + 1 Location: officer's side.
d. Manual operated master pump drain. The master drain shall be clearly marked and placed in accessible
location on pump panel.
Comments:
47. Intakes
a. 2.5" Right Intake Manual Valve.
b. 2.5" Left Intake Manual Valve.
Comments:
48. Discharge and Pre -connects
a. 1.5" Front Bumper Crosslay Discharge Manual Valve.
b. 2.5" Left Panel Discharge Manual Valve w/30 Degree Droop Location: left side discharge 1.
c. 2.5" Right Panel Discharge Manual Valve w/30 Degree Droop Location: right side discharge 2.
d. 2.5" Right Panel Discharge Manual Valve w/30 Degree Droop Location: right side discharge 3.
e. 4" Right Pump Panel Discharge with 3" Manual Valve w/Droop Location: right side discharge 1.
f. 4" Waterway Discharge with 3" Electric Valve.
Comments:
29
•
•
11
City of Tamarac
Ajn,hacinn and Cnntractc Oivisinn
49. Discharge
a. Bleeder Drain Valve Plumbed to: waterway discharge.
b. Bleeder Drain Valve Plumbed to: cross -lay pre -connect.
c. Bleeder Drain Valve Plumbed to: left discharge.
d. Bleeder Drain Valve Plumbed to: right discharge.
Comments:
50. Pressure Governors
a. FRC InControl Plus pressure governor. Includes master intake and discharge gauges, manual throttle, relief,
water, oil volt and tachometer.
Comments:
51. Gauges
a. 3.5" Class 1 Pressure Gauge (30-0-600). Discharge: right side discharge 3.
b. 6' Class 1 Pressure Gauge (30-0-600).
c. Flow Meter Value System. Discharge: waterway discharge.
d. Ammeter Gauge on Pump Operator's Panel.
e. IC 10 LED SL series/Whelen PSTank water tank level gauge package. Location of Whelen PSTank strip
lights: each side of cab towards rear.
f. 3.5" Span Pressure Gauge (0-400). Discharge: 1.5 in. crossla pre -connect.
g. 3.5" Span Pressure Gauge (0-400). Discharge: waterway discharge.
h. 3.5" Span Pressure Gauge (0-400). Discharge: left side discharge 1.
i. 3.5" Span Pressure Gauge 0-400). Discharge: right side discharge 1.
j. 3.5" Span Pressure Gauge (0-400). Discharge: right side discharge 2.
k. 3.5" Span Pressure Gauge 0-400 . Discharge: right side discharge 3.
Comments:
52. Electrical System
a. Multiplex electricals stem for aerials.
b. Modem for use with the multiplex electrical system.
c. Vehicle data recorder- 2009 NFPA compliant. Includes occupant detection with display.
Comments:
53. Light Bars
a. Light bar (PR). Location: front cab corners.
b. Mini LED side facing light bars (PR) with low profile mounts. Location: each side over front cab doors. Lense
colors: Clear.
c. Light bar LED PR). Located side facing only. Location: centered above rear cab doors.
30
ON of Tamarac
0
Piorhasinn and Cnntranfc nivicinn
Comments:
54. Warning Light Package
a. LED lower level warning light package. Should includes LED light heads with bezels. Locate side facing lights:
at forward most position, on side of cab down low just ahead of rear door, and on rear fixed outrigger cover.
Comments:
55. Warning Lights
a. Warning light LED (PR) red. Surface mounted with bezel. Location: (1) each side in front quad inboard of
NFPA warning light.
b. Warning light LED PR amber. Surface mounted with bezel. Location: 1 each side above tail lights.
c. Hazard (door ajar) light 2" LED_ Location: center overhead.
d. NFPA compliant LED beacon (PR) dear lenses with Red LED reflectors. Location: each side of pump module
offset to the rear.
e. NFPA compliant LED beacon (PR) clear lenses with Red LED reflectors. Location: rear upper body on aerial
style brackets.
f. Warning light LED w/ bezel (PR). Surfaced mounted with red lens. Location: (1) each side facing at rear of
bogy in rub -rail.
g. Warning light LED w/ bezel (PR). Surfaced mounted with red lens. Location: (1) each side below forward
compartments in rub -rail.
h. Warning light LED w/ bezel (PR). Surfaced mounted with red lens. Location: (1) each side just behind rear
wheels in rub -rail.
I. Warning light LED w/ bezel (PR). Surfaced mounted with red lens. Location: (1) each side in pump module
rub -rail.
Comments:
56. Directional Light Bar
a. Light bar Federal Signal Master SMLED6.
b. Directional light bar control is to be located in reach of the driver.
Comments:
57. Sirens
a. Siren recessed mounted.
b. The electronic siren control is to be located in reach of the driver.
c. Q28 siren flush mounted in bumper. Location: center front bumper.
Comments:
31
•
0 City of Tamarac Purchasing and Contracts Division
•
•
58. Speakers
a. Speaker, thru bumper. Location: officer side and driver side front bumper.
Comments:
69. DOT Lighting
a_ Marker light LED bod /cab package.
b. LED horizontal mount taillights. Should include LED stop/tail, arrow turn and backup lights with horizontal Cast
3 housing and weatherproof connectors.
c. Marker lights, LED amber/red rubber housed mounted on the rear body comers angled down.
Comments:
60. Lights- Comparbnent Step and Ground
a. Compartment light LED for medical cabinet (EA).
b. Compartment light package LED.
c. Ground light package LED.
d. Step light package body LED.
e. Light recessed step LED. Locate officer side front compartment face.
f. Light recessed step LED. Locate driver side front compartment face.
Comments:
61. Lights- Deck and Scene
a. Scene Light. Locate rearward facing for hosebed storage lighting. Mounted off forward area of body. Light
switched with workli ht switch.
b. Scene lights (PR). Switch in cab (driver and officer side facing lights switched separately). Locate (1) each
side of cab, rwd of fwd doors, up high.
c. Scene lights (PR). Switch in cab (driver and officer side facing lights switched separately). Locate up high on
rear access door.
d. Gross -lay light. Locate to rear of cross -lay and forward of cross -lay . Switched with work light switch in cab.
e. Cab scene lights are to be switched with cab doors. Allows for additional illumination.
Comments:
62. Lights- Non Warning
a. Light, engine compartment.
b. (1) pump panel light over the pump control area to be wired to come on when pump shift is placed to pump.
c. Pump anel LED light package with 3 li hts er sidepump panel.
Comments:
32
ON of Tamarac
Airrhacinn nnrf r r%ntrarfc r)iuicinn 0
63. Controls and Switches
a. Switch, additional 12 volt/15 amp. Location and function: pump operator's panel for pump panel lights.
b. Foot Switch to control Q2B located driver's side.
c. Switch 12V for 110-240V (EA). Location: driver's side overhead console for driver's side cab/body quartz
li ht s .
d. Switch 12V for 110-240V (EA). Location: driver's side overhead console for officer's side cab/body quartz
light(s).
e. Switch 12V for 110-240V (EA). Location: driver's side overhead console for quartz lights at tip of aerial (aerial
circuit).
Comments:
64. Cameras/ Intercom
a. Back-up camera.
b. Intercom system with (4) cab jacks and (1) pump panel jack. Headsets to be shipped loose.
c. Diamond plate camera shield.
Comments:
65. Misc Electrical
a. 12V power distribution module. Includes (6) battery hot and (6) switched hot circuits.100 amps max (IATS).
Location: behind officer's seat.
b. Back-up alarm 97 dB.
c. Flasher alternating for headlights ("Wig -Wag").
Comments:
66. Generator
a. Generator Smart Power 8KW hydraulic model HR-8 (with top mount cooler). Should include generator
controUPTO engagement switch and a gauge panel located adjacent to the circuit breaker box. Proposer shall
indicated recommended location for generator. (Note: Generators for other apparatus used by the City is
located on the top of the unit in front of the water tank.
Comments:
VI. VCl/C/a!u/ IF"g
Comments:
33
•
•
•
•
•
City of Tamarac
Purchasing and Contracts Division
68. Breaker Box
a. Breaker box 8 place single phase. Should include main breaker.
Comments:
69. Lights- Quartz
a. Quartz light MagnaFire 750W/120V with external pole. Location(s): officer side back of cab.
b. Quartz light MagnaFire 750W/120V with external pole. Location(s): driver side back of cab.
c. Quartz light MagnaFire 750W/120V model KR-1536 with cab brow mount. Location(s): driver and officer side
cab brow.
d. Quartz light MagnaFire 750W/120V model KR-1536 with cab brow mount. Location(s): driver and officer side
over rear cab door.
Comments:
70. Receptacles
a. Receptacle household 20A/110V duplex 3-prong NEMA 5-20 with cover plate interior mounted wired to inlet
receptacle. Location: driver side top of medical cabinet.
b. Receptacle household 20A/110V duplex 3-prong NEMA 5-20 with cover plate. Location: driver side rear wheel
well offset forward.
c. Receptacle household 20A1110V duplex 3-prong NEMA 5-20 with cover plate. Location: officer side rear wheel
well offset forward.
Comments:
71. Electric Cord Reel
a. Cord reel electric with 200' of 10/3 yellow cable. (Note: Proposer shall provide recommendation for location
of cord reel, however, cord reels for other City -owned apparatus is located on the back of the unit.
b. Circle D wall/floor mounting box. Locate box for use with reel.
c. Junction box Circle-D with two (2) 15 amp straight blade and two (2) 20 amp twist lock receptacles. Located
on cord for reel.
d. Electric cord reel rewind switch. Switch located near cord reel compt.
e. Cord reel rollers mounted on reel.
Comments:
34
City of Tamarac im Purchasing and Contracts Division
72. Aerial Model
a. Ladder to be a minimum of 75 feet with a 750 lb tip load with waterway. Should include side console with
covers lit steps at tip and jack leg flood lights.
Comments:
73. Aerial Hydraulic System
a. Gauge aerial hydraulic oil level. Electronic display to be located on pump operator's panel.
Comments:
74. Aerial Controls
a. Pump panel control station.
b. The stabilizers shall be capable of multi -range short jack operation.
Comments:
75. Monitors
a. Monitor electric 1000GPM for ladder. Should include tip and base controls.
b. Monitor to be painted job color.
Comments:
76. Aerial Warning Lights
a. LED lights at ladder tip (PR) with blue lenses. Switched with aerial master.
b. Outrigger warning lights (PR) LED.
Comments:
77. Aerial Lighting
a. Ladder climbing lights. Lens colors shall be Blue.
b. Quartz light 750W Magnafire. Requires 110-volt twist lock receptacle at tip option. The light shall be located
left side tip.
c. Grille guard for Ma nafire light(s) on aerial.
d. Two 2 floodlights shall be mounted at the bottom of the ladder base section, one 1 on each side. The
•
35 •
9
ON of Tamarac
Purchneirn anH rn trnnfc r)ivicinn
shall be controlled from the turntable -operating pedestal.
Comments:
78. Misc Aerial Electrical
lip
a. Intercom aerial 3-way.
b. 110V/20A duplex household receptacle at tip.
Comments:
79. Waterway
a. Pinned waterway.
b. Rear 4" NST waterway inlet for rear mounted aerials.
c. 2.5" Waterway Class 1 pressure gauge 30 0 600. Locate next to waterway inlet.
d. Flowminder with single readout and totalizer for the aerial waterway to be located at the aerial control station.
Comments:
80. Aerial Equipment
a. Pike pole tube for 8' pole on ladder. Location: right side fly section.
b. Lifting eye at tip of ladder.
c_ Stokes basket mounting bracket outside base section. Location: left side.
Comments:
81. Aerial Ladder Brackets
a. Roof ladder bracket J style mount. Locate outside base section for a PRL-14 on left side of base section.
Comments:
82. Sign Plates
a. Aerial sign plates (PR) painted job color. City will be responsible to provide lettering. Proposer is not
responsible for lettering.
Comments:
83. Aerial Testing
a. Aerial flow test- 3rd party.
36
r]tv of Tamarar
Purchasing and Contracts Division 0
b. Aerial 2009 NFPA Certification.
Comments:
84. Adapters
a. Swivel Connector 4"FNST x 5" Storz 30Deg Elbow with Tethered Cap.
Comments:
85. Ground Ladders
a. PEL-28 Extension Ladder.
b. Little Giant Model 17 Ladder.
c. PRL-16 Roof Ladder.
d. PEL3-35 3 Section Extension Ladder.
e. 10' Folding Ladder.
Comments:
86. Misc Loose Equipment
a. Multiplex adapter kit. Should include harness with a US13 to CAN interface module.
b. DOT Required Drive Away Kit -Kit should include three (3) triangular warning reflectors with carrying
case.
Comments:
87. Exterior Paint
a. Paint lift cylinders, extension cylinders and upper turntable steelwork.
b. Paint Sample Spray Out - Dealer is responsible for returning written approval prior to order release. Base
color of cab / chassis.
c. Paint chassis cab. Color: Silver.
d. Cab two-tone. Upper area of cab to be painted red. Paint Body — Large — For Aerials. Color: Silver.
e. Paint Sample Spray Out -Dealer is responsible for returning written approval prior to order release. Two tone
cab color.
f. All applicable pump/pre-connect application modules are to have a job color finish. Includes upper and lower
pump modules, crosswalk module and/or speed-lay/pre-connect module. Rear mounted body/pump module to
be painted job color.
Comments:
88. Interior Paint
37
•
•
•
•
ON of Tamarac
Purchasing and Contracts Division
a. The interior of cab to be painted Gray.
Comments:
89. Striping
a. Chevron "A" style 6" printed sheet Scotchlite striping on front bumper. Colors to be Yellow/Red.
b. Yellow reflective tape on 2 outriggers.
c. White rub -rail scotchlite insert.
d. Chevron "A" style 6" printed sheet Scotchlite striping on rear of body. Includes rear facing extrusions, panels
and doors inboard/outboard of the beavertails if applicable). Colors to be Yellow/Red.
Comments:
90. WarrangoStandard & Extended
a. Standard 1 Year Warranty.
b. Lifetime Frame Warranty.
c. 10 Year/100,000 Mile Structural Warranty- Statement of Warranty.
d. 10 Year Stainless Steel Plumbing Warranty- Statement of Warranty.
e. 20 Year Aerial Device Structural Warranty.
f. 10 Year Limited Paint and Perforation Warranty For Paint.
Comments:
91. Support; Delivery, Inspections and Manuals
a. Vehide familiarization aerial (Domestic).
b. Approval Drawings- Standard.
c. Manuals, operator, service and exploded view parts CD-ROM.
Comments:
38
City of Tamarac Purchasing and Contracts Division
VII. PROPOSAL SELECTION
The City Manager will appoint an Evaluation and Selection Committee to review Proposals.
The City reserves the right to select the Proposer who represents the best value, and to
accept or reject any proposal submitted in response to this solicitation. The City's
Evaluation and Selection Committee will act in what they consider to be the best interest of
the City and its residents.
Price shall not be the sole determining factor for selection, as indicated in the following
section:
VIII. EVALUATION OF PROPOSALS
A. EVALUATION METHOD AND CRITERIA
An Evaluation and Selection Committee has been appointed by the City Manager
and will be responsible for selecting the most qualified firm and then negotiating a
contract. The Proposers with the highest -ranked submittals may be asked to make a
detailed presentation of their product/service to the Evaluation and Selection
Committee.
All Proposers are advised that in the event of receipt of an adequate number of
Proposals which in the opinion of the Evaluation Committee require no clarification
and/or supplementary information, such Proposals may be evaluated without
discussion. Hence, proposals should be initially submitted on the most complete and
favorable terms which Proposers are capable of offering to the City.
After presentations, firms will be assigned a final score, with the highest -ranked firm
moving forward to the negotiation phase. Upon successful negotiation, a
recommendation for award will be considered by the City Commission. No work on
this project shall proceed without written authorization from the City of Tamarac.
The City reserves the right to enter into contract negotiations with the selected
Proposer. If the City and the selected Proposer cannot negotiate a successful
contract, the City may terminate such negotiations and begin negotiations with the
next selected Proposer. No Proposer shall have any rights against the City arising
from such negotiations.
The City's evaluation criteria may include, but shall not be limited to, the following:
Compliance with Request for Proposals [Mandatory]. This refers to the
adherence to all conditions and requirements of the Request for Proposals.
1. Technical Capabilities This refers to the Proposer's demonstrated
understanding of the requirements of the equipment to be manufactured, and the
technical capability to provide a quality apparatus unit.
39 0
•
City of Tamarac Purchasing and Contracts Division
2. Schedule. This refers to the Proposers proposed delivery schedule. The
schedule shall be a critical element of this contract.
3. Qualifications of the Contractor. This includes tenacity, perseverance,
experience, integrity, and reliability which will assure good faith performance, as well
as satisfactory reference verification. This criteria includes:
i. The experience of the firm and its record on production of similar
equipment for other units of government or organizations.
ii. Reference information gathered from other entities regarding the past
experience of the firm; and
iii. Other areas addressed in the Technical Specifications herein.
4. Customer Service and Maintenance Capabilities. Proposers capability in
all respects to perform fully the contract requirements, including customer support
after the sale, the ability to provide expeditious repairs, to provide on -site servicing,
expeditious availability of repair parts, flexible warranty provisions, qualified field and
corporate technical assistance and expertise as well as staff technical/engineering
support available to the City.
• 5. Price. This refers to the proposed price for the apparatus. (Please note that
price is only one factor for consideration of award).
C7
B. ACCEPTABLITY OF PROPOSALS
The Offer shall be evaluated solely in accordance with the criteria set forth herein.
The proposals shall be categorized as follows:
Acceptable ;
2. Potentially Acceptable; that is reasonably susceptible of being made
acceptable; or
3. Unacceptable.
C. AWARD OF AGREEMENT
Award shall be made by the City to the responsible Proposer whose proposal is
determined to be the most advantageous to the City, taking into consideration price
and the evaluation criteria set forth herein below. The City of Tamarac reserves the
right to accept the Proposal as a whole, or for any component thereof if it appears to
be in the best interest of the City.
40
City of Tamarac Purchasing and Contracts Division
D. WEIGHTED CRITERIA
Points will be assigned to each proposal based on the following weighted criteria:
CRITERIA MAXIMUM POINTS
E.
F.
1. Compliance with Request for Proposal (Mandatory) N/A
2. Technical Capabilities 10 points
3. Schedule 10 points
4. Qualifications of the Proposer/Expertise 15 points
5. Customer Service and Maintenance Capabilities 45 points
5. Price 20 points
These weighted criteria are provided to assist Proposers in the allocation of their
time and efforts during the proposal preparation process. The criteria also guide the
Evaluation Committee during the short -listing and final ranking of proposers by
establishing a general framework for those deliberations.
Once the Proposals are evaluated, a "short-list" may be selected to make
presentations to the Evaluation and Selection Committee, prior to a recommendation
for award.
DISCUSSIONS & PRESENTATIONS
The short-listed Proposers may be requested to make presentations to the
Committee. The City may require additional information after evaluation of the
submittals, and Proposers agree to furnish such information upon the City's request.
All Proposers are advised that in the event of receipt of an adequate number of
proposals, which in the opinion of the Evaluation Committee require no clarification
and/or supplementary information, such proposals may be evaluated without
discussion or need for presentations. Hence, proposals should be initially submitted
on the most complete and favorable terms which Proposers are capable of offering
to the City.
The Evaluation Committee may conduct discussions with any Proposer who submits
an acceptable or potentially acceptable proposal. Proposers shall be accorded fair
and equal treatment with respect to any opportunity for discussion and revision of
proposals. The Evaluation Committee reserves the right to request the Proposer to
provide additional information during this process.
RIGHT TO REJECT PROPOSALS
To the extent permitted by applicable state and federal laws and regulations, City
reserves the right to reject any and all Proposals, to waive any and all informalities not
involving price, time or changes in the work, and to disregard all nonconforming, non-
41
CJ
0
_C1 � • t _ ity of Tamarac Purchasing and Contracts Division
responsive, unbalanced or conditional Proposals. Proposals will be considered
irregular and may be rejected if they show serious omissions, alterations in form,
additions not called for, conditions, unauthorized alterations, or irregularities of any
kind.
City reserves the right to reject any Proposal if City believes that it would not be in its
best interest to make an award to a particular Proposer, either because the Proposal is
not responsive, the Proposer is unqualified, has doubtful financial ability, or fails to
meet any other pertinent criteria established by City within the scope of this solicitation.
IX. PROPOSAL COPIES
Return One (1) Original and seven (7) copies in an envelope marked with your firm's name
and "RFP 15-01 R, Fire Apparatus, to the City of Tamarac, Purchasing & Contracts Division,
7525 NW 88t" Avenue, Tamarac, Florida 33321, attention: Keith K. Glatz, CPPO, FCPM,
Purchasing and Contracts Manager. Any addenda become part of this Request of Proposal
and the resulting agreement. The Proposal Form included herein should be signed by an
authorized company representative, dated and returned with the Proposal.
No negotiations, decisions or actions shall be initiated or executed by the Proposer as a result
of any discussions with any City employee. Only those communications that are issued in
writing from the Purchasing & Contracts Division may be considered as a duly authorized
expression. Also, only communications from Proposers that are signed, and in writing will be
recognized by the City as duly authorized expressions on behalf of the Proposer.
Failure to include a complete Technical and Cost/Price Proposal may result in disqualification
of the Proposal.
CONTACT WITH PERSONNEL OF THE CITY OF TAMARAC OTHER THAN THE
PURCHASING AND CONTRACTS MANAGER OR DESIGNATED REPRESENTATIVE
REGARDING THEIR REQUEST FOR PROPOSALS MAY BE GROUNDS FOR
ELIMINATION FROM THE SELECTION PROCESS.
• 42
City of Tamarac Purchasing and Contracts Division
PROPOSAL FORM
Fire Apparatus unit: $
Manufacturer:
RFP 15-01 R
AERIAL FIRE APPARATUS
PROPOSAL PRICE
Model #
(OPTIONAL) LESS Trade-in as follows: (Note: The City may or not offer this trade-in
unit at the time of the award.)
Available for Trade:
1999 Spartan Ladder Truck 3S-85 Foot
$ .
NET COST (New Equipment Less Trade-in):
Optional: Is your firm able to provide lease financing for this purchase?
Yes No
If yes, please provide specific information regarding contact information for
financing, monthly/annual lease pricing and other details below. You may use a
separate attachment if necessary. The City reserves the right to use a third party
financing company, or financing provided by the bidder.
ADDITIONAL PROPOSAL INFORMATION
43
•
0
City of Tamarac Purchasing and Contracts Division
1. Warranty Information (Per Section VI. "Technical Specifications", Paragraph C,
"Warranty"):
Please provide detailed information regarding warranty coverage for this unit:
2. Factory Service and Parts Information (Per Section VI. "Technical Specifications",
Paragraph D "Factory Service & Parts Capabilities/Parts Distribution"):
a. Location of closest Factory Service Center to Tamarac, Florida:
• Address
City, State, Zip
Telephone
b. Location of closest Parts Distribution Center closest to Tamarac, Florida:
Address
City, State, Zip
Telephone
3. Production Schedule and Inspections* (Per Section VI. "Technical
44
City of Tamarac Purchasing and Contracts Division 0
Specifications", Paragraph E. "Production Schedule and Inspections"):
a. Delivery & Production Schedule:
Contractor shall provide final delivery to the City within calendar days after
receipt of order.
Please provide approximate milestone dates for various phases of production
expressed in calendar days after receipt of order from the City:
b. Allowance for Inspections:
Proposer shall provide cost information related to a minimum of three
inspections of the equipment, including a Pre -build Inspection, a Mid -point
Inspection and a Final Inspection.
Approximate per person travel cost, per inspection:
$ Transportation to and from Tamarac to
production site.
$ Lodging per person (based on a 1 night stay).
$ Approximate cost per person for meals and
incidentals
* Note: The City shall be responsible for making and paying for all travel arrangements for inspections.
Please provide an approximate estimate of travel costs to your facility from Tamarac, Florida, to be used as an
estimate for budget purposes. The Contractor shall not pay for, or reimburse the travel cost for any City
employee.
45 0
•
C]
is
City of Tamarac I Purchasing and Contracts Division
PROPOSAL SUBMITTED BY:
Company Name:
Address:
City: State: Zip:
Telephone: FAX:
Email:
The City of Tamarac may use a city credit card for payment. Will your firm accept a Visa
credit card as payment from the City of Tamarac?
❑ Yes ❑ No
NOTE: To be considered eligible for award, one (1) original copy of this proposal
form must be submitted with the Proposal.
NO BID INDICATION (IF "NO BID" IS OFFERED):
Please indicate reason(s) why a Proposal is not being submitted at this time.
46
City of Tamarac Purchasing and Contracts Division
COMPANY NAME: (Please Print):
Phone: Fax:
BEFORE SUBMITTING YOUR PROPOSAL, MAKE SURE YOU...
❑ 1. Carefully read the General Terms & Conditions, Special Conditions and the
Technical Specifications.
❑ 2. Provide responses to the Detailed Requirements Questionnaire in Section VI,
Technical Specifications. .
❑ 3 Include the Price Proposal Form
❑ 4 Provide responses to the "Additional Proposal Information" section of the
Price Proposal Form (See Price Proposal Form).
❑ 5 Include your Project Schedule which includes production milestones (See
Proposal Form)
❑ 6 Fill out and sign the Non -Collusive Affidavit and have it properly notarized.
❑ 7 Sign the Certification page. Failure to do so will result in your Bid being
deemed non -responsive.
❑ 8 Fill out the Proposer's Qualification Statement and Reference Form.
❑ 9 Sign the Vendor Drug Free Workplace Form.
❑ 10 Fill out the List of Sub -Contractors or Subcontractors, if applicable.
❑ 11 Fill out and sign the Certified Resolution.
❑ 12 Include proof of insurance.
❑ 13 Provide any additional documentation requested within the Proposal Document.
❑ 14 Submit ONE (1) Original AND the number of copies requested in the Proposal
Instructions. Clearly mark the sealed container with the PROPOSAL
NUMBER AND PROPOSAL NAME on the outside of the package.
Make sure your Proposal is submitted PRIOR to the deadline.
Late Proposals will not be accepted.
Failure to provide the requested attachments may result in your proposal
being deemed non -responsive.
THIS SHOULD BE THE FIRST PAGE OF YOUR PROPOSAL.
47 •
•
City of Tamarac Purchasing and Contracts Division
REFERENCES
Please list government agencies and/or private firms with whom you have done
business during the last five years:
Your Company Name
Address
City State Zip
Phone/Fax
E-mail
Agency/Firm Name:
Address
City State Zip
Phone/Fax
Contact Name
Agency/Firm Name:
Address
City State Zip
Phone/Fax
Contact Name
Agency/Firm Name:
Address
City State Zip
Phone/Fax
Contact Name
Agency/Firm Name:
Address
City State Zip
Phone/Fax
Contact Name
Agency/Firm Name:
Address
City State Zip
Phone/Fax
Contact Name
0 48
City of Tamarac Purchasing and Contracts Division
CERTIFICATION
THIS DOCUMENT MUST BE SUBMITTED WITH THE PROPOSAL
We (1), the undersigned, hereby agree to furnish the item(s)/service(s) described in
the Invitation to Bid. We (1) certify that we(I) have read the entire document, including
the Scope of Work, Additional Requirements, Supplemental Attachments, Instructions
to Proposers, Terms and Conditions, and any addenda issued. We agree to comply
with all of the requirements of the entire Request for Proposals.
Indicate which type of organization below:
INDIVIDUAL ❑ PARTNERSHIP ❑ CORPORATION ❑ OTHER ❑
If "Other", Explain:
Authorized Signature
Typed/Printed Name
Telephone
Fax
Email address for above signer (if any)
49
Company Name
Address
City, State, ZIP
Federal Tax ID Number
•
•
City of Tamarac I Purchasing and Contracts Division
CERTIFIED RESOLUTION
1, (Name), the duly elected Secretary of
(Corporate Title), a corporation organized and existing under the laws of the
State of , do hereby certify that the following Resolution was
unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a
meeting held in accordance with law and the by-laws of the said corporation.
"IT IS HEREBY RESOLVED THAT (Name)", the duly
elected (Title of Officer) of
(Corporate Title) be and is hereby authorized to execute and
submit a Bid and/or Bid Bond, if such bond is required, to the City of Tamarac and such other
instruments in writing as may be necessary on behalf of the said corporation; and that the Bid,
Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as
its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act
by the foregoing resolution.
The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall
be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage
resulting from or growing out of honoring, the signature of any person so certified or for refusing to
honor any signature not so certified.
I further certify that the above resolution is in force and effect and has not been revised, revoked or
rescinded.
1 further certify that the following are the name, titles and official signatures of those persons
authorized to act by the foregoing resolution.
NAME TITLE SIGNATURE
Given under my hand and the Seal of the said corporation this day of 120
(SEAL)
NOTE:
By:
Secretary
Corporate Title
The above is a suggested form of the type of Corporate Resolution desired. Such form need not be
followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the
City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly
empowered by the corporation to do so in its behalf.
50
_City of Tamarac 0 Purchasing and Contracts Division
PROPOSEWS QUALIFICATION STATEMENT
The undersigned certifies under oath the truth and correctness of all statements and of
all answers to questions made hereinafter:
SUBMITTED TO: City of Tamarac
Purchasing and Contracts Manager
7525 NW 88th Avenue
Tamarac, Florida 33321
Check One
Submitted By:
❑ Corporation
Name:
❑ Partnership
Address:
❑ Individual
City, State, Zip
❑ Other
Telephone No.
Fax No.
State the true, exact, correct and complete name of the partnership, corporation, trade or
fictitious name under which you do business and the address of the place of business.
The correct name of the Proposer is:
•
The address of the principal place of business is: 0
1. If Proposer is a corporation, answer the following:
a) Date of Incorporation:
b)
c)
State of Incorporation:
President's name:
d) Vice President's name:
e) Secretary's name:
f) Treasurer's name:
g) Name and address of Resident Agent:
51
City of Tamarac Purchasing and Contracts Division
2. If Proposer is an individual or a partnership, answer the following:
h) Date of organization:
i) Name, address and ownership units of all partners:
j) State whether general or limited partnership:
3. If Proposer is other than an individual, corporation or partnership, describe the
organization and give the name and address of principals:
4. If Proposer is operating under a fictitious name, submit evidence of compliance with the
Florida Fictitious Name Statute.
5. How many years has your organization been in business under its present business
name?
a) Under what other former names has your organization operated?
6. Do you have a complete set of documents including addenda?
❑ YES ❑ NO
7. State the name of the individual who will have personal supervision of the work:
8. State the names and addresses of all businesses and/or individuals who own an
interest of more than five percent (5%) of the Proposer's business and indicate the
percentage owned of each such business and/or individual:
9. State the names, addresses and the type of business of all firms that are partially or
wholly owned by Proposer:
0
l l • 1
City of Tamarac Purchasing and Contracts Division 0
10. Bank References:
Bank Address Telephone
11. The City reserves the right to request a financial statement including Proposer's latest
balance sheet and income statement showing the following items:
a) Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes
receivable, accrued income, deposits, materials, real estate, stocks and bonds,
equipment, furniture and fixtures, inventory and prepaid expenses):
b) Net Fixed Assets
c) Other Assets
d) Current Liabilities (e.g., accounts payable, notes payable, accrued expenses,
provision for income taxes, advances, accrued salaries, real estate
encumbrances and accrued payroll taxes).
e) Other Liabilities (e.g., capital, capital stock, authorized and outstanding
shares par values, earned surplus, and retained earnings).
The City will notify the Proposer in writing if a financial statement will be required,
after the proposal period has closed.
53 •
City of Tamarac Purchasing and Contracts Division
The Proposer acknowledges and understands that the information contained in
response to this Proposer's Qualification Statement shall be relied upon by the City in
awarding the contract and such information is warranted by Proposer to be true. The
discovery of any omission or misstatement that materially affects the Proposer's
qualifications to perform under the contract shall cause the owner to reject the proposal,
and if after the award, to cancel and terminate the award and/or contract.
Signature
ACKNOWLEDGEMENT
PROPOSER'S QUALIFICATION STATEMENT
State of
County of
On this the day of , 20_, before me,
the undersigned Notary Public of the State of Florida, personally appeared
nd
(Name(s) of individual(s) who appeared before notary)
whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge
that he/she/they executed it.
WITNESS my hand and official seal.
NOTARY PUBLIC
SEAL OF OFFICE:
•
54
NOTARY PUBLIC, STATE OF FLORIDA
(Name of Notary Public: Print,
Stamp, or Type as Commissioned)
❑ Personally known to me, or
❑ Produced identification:
(Type of Identification Produced)
❑ DID take an oath, or
❑ DID NOT take an oath
City of Tamarac Purchasino and Contracts Division
NON -COLLUSIVE AFFIDAVIT
State of )
)ss.
County of )
deposes and says that:
He/she is the
Representative or Agent) of
Proposer that has submitted the attached Proposal;
being first duly swom,
(Owner, Partner, Officer,
__ -- the
2. He/she is fully informed respecting the preparation and contents of the attached
Proposal and of all pertinent circumstances respecting such Proposal;
3. Such Proposal is genuine and is not a collusive or sham Proposal;
4. Neither the said Proposer nor any of its officers, partners, owners, agents,
representatives, employees or parties in interest, including this affiant, have in any
way colluded, conspired, connived or agreed, directly or indirectly, with any other
Proposer, firm, or person to submit a collusive or sham Proposal in connection with
the Work for which the attached Proposal has been submitted; or to refrain from
bidding in connection with such Work; or have in any manner, directly or indirectly,
sought by agreement or collusion, or communication, or conference with any
Proposer, firm, or person to fix the price or prices in the attached Proposal or of any
other Proposer, or to fix any overhead, profit, or cost elements of the Proposal price
or the Proposal price of any other Proposer, or to secure through any collusion,
conspiracy, connivance, or unlawful agreement any advantage against (Recipient),
or any person interested in the proposed Work;
5. The price or prices quoted in the attached Proposal are fair and proper and are not
tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part
of the Proposer or any other of its agents, representatives, owners, employees or
parties in interest, including this affiant.
Signed, sealed and delivered in the presence of:
Witness
Witness
55
By
Printed Name
Title
1 ]
•
Cj
g=
City of Tamarac Purchasing and Contracts Division
ACKNOWLEDGMENT
NON -COLLUSIVE AFFIDAVIT
State of Florida
County of
On this the day of , 20 , before me, the undersigned Notary Public
of the State of Florida, personally appeared
and
(Name(s) of individual(s) who appeared before notary)
whose name(s) is/are Subscribed to within the instrument, and he/she/they
acknowledge that he/she/they executed it.
WITNESS my hand
and official seal.
NOTARY PUBLIC
SEAL OF OFFICE:
•
n
U
NOTARY PUBLIC, STATE OF FLORIDA
(Name of Notary Public: Print,
Stamp, or Type as Commissioned)
❑ Personally known to me, or
❑ Produced identification:
(Type of Identification Produced)
❑ DID take an oath, or ❑ DID NOT take an oath
56
City of Tamarac Purchasing and Contracts Division
VENDOR DRUG -FREE WORKPLACE
Preference may be given to vendors submitting a certification with their bid/proposal
certifying they have a drug -free workplace in accordance with Section 287.087,
Florida Statutes. This requirement affects all public entities of the State and becomes
effective January 1, 1991. The special condition is as follows:
IDENTICAL TIE PROPOSALS - Preference may be given to businesses with drug -
free workplace programs. Whenever two or more proposals that are equal with
respect to price, quality, and service are received by the State or by any political
subdivision for the procurement of commodities or contractual services, a bid
received from a business that certifies that it has implemented a drug -free workplace
program shall be given preference in the award process. Established procedures for
processing tie proposals will be followed if none of the tied vendors have a drug -free
workplace program. In order to have a drug -free workplace program, a business
shall:
1. Publish a statement notifying employees that the unlawful manufacture, distribution,
dispensing, possession, or use of a controlled substance is prohibited in the
workplace and specifying the actions that will be taken against employees for
violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business's
policy of maintaining a drug -free workplace, any available drug counseling,
rehabilitation, and employee assistance programs, and the penalties that may be
imposed upon employees for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual services that
are under bid a copy of the statement specified in subsection (1).
4. In the statement specified in subsection (1), notify the employees that, as a condition of
working on the commodities or contractual services that are under bid, the employee
will abide by the terms of the statement and will notify the employer of any
conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or
of any controlled substance law of the United States or any state, for a violation
occurring in the workplace no later that five (5) days after each conviction.
5. Impose a section on, or require the satisfactory participation in a drug abuse assistance
or rehabilitation program if such is available in the employee's community, by any
employee who is so convicted.
6. Make a good faith effort to continue to maintain a drug -free workplace through
implementation of this section. As the person authorized to sign the statement, I
certify that this form complies fully with the above requirements.
Authorized Signature Company Name
4-h
•
f�J
TR#12585 - EXHIBIT 2 -15-01 R
AERIAL FIRE APPARATUS
Fire Department Division Chief
96.4
INIIIIIIIII
75
Fire Satallion Chief
96.4
90
Captain, Fire Rescue
97.4
76
Lieutenant Fire Rescue
91.4
56
Ddver/En ineer Fire Rescue
93.4
65
Fire F hter Fire Rescue
98A
70.5
Fleet Superintendent
88.4
79
Man ement & Bud et Anal st 11 98.4
Fire Department Division Chief 1
83
2
Fire Batallion Chief
2
Captain, Fire Rescue
2
Lieutenant Fire Rescue
1
2
Driver/Engineer, Fire Rescue
1
2
Fire Fi hter Fire Rescue
1
2
Fleet Superintendent
1
2
Man, ement &Bud et Mal st II
1
2
Composite
TR#12585 -EXHIBIT 2 -15-01 R
AERIAL FIRE APPARATUS
Hallmark Fire Apparatus, LLC (Recommended
Awardee)
Rosenbauer South Dakota, LLC
Fire De artment Division Chief
10
5
Fire Batallion Chief
10
8
Ca fain Fire Rescue
10
9
Lieutenant Fire Rescue
8
4
Driver/En ineer Fire Rescue
10
5
Fire Fighter, Fire Rescue
10
7
Fleet SuDerintendent
8
7
Man ement & Bud et Analyst II
10
5
Fire Department Division Chief
t*
8
5
Fire Batallion Chief
10
7
Captain, Fire Rescue
9
5
Lieutenant Fire Rescue
10
2
Driver/Engineer, Fire Rescue
10
5
Fire Fi hter Fire Rescue
10
5
Fleet Superintendent
10
8 .
IManagement & Budget Analyst II
10
7
Fire Department Division Chief
15
15
Fire Batallion Chief
15
77
15
Ca tain Fire Rescue
15
12
Lieutenant Fire Rescue
15777
5
Driver/En ineer Fire Rescue
15
10
Fire Fighter, Fire Rescue
15
8.5
Fleet SuDerintendent
12
9
Man ement & Bud et Analyst II 15
13
=SE
Fire Department Division Chief 45 30
Fire Batallion Chief
45
40
Ca tain Fire Rescue
45
30
Lieutenant Fire Rescue
40
25
Driver/Engineer, Fire Rescue
40
25
Fire Fighter. Fire Rescue
45
30
Fleet Suverintendent
40
35
Mana ement & Bud et Analyst II
45
38
Fire Department Division Chief
18.4
20
Fire Batallion Chief
18.4
20
Ca tain Fire Rescue
18.4
Y0
Lieutenant Fire Rescue
18.4
20
river/Engineer, Fire Rescue
18.4
20
Fire Fi hter Fire Rescue
18.4
20
Fleet SuDerintendent
18.4
20
Man ement & Budget Analyst II 18.4
20
•
•
0
•
TR#12585 - EXHIBIT 3
15-01 R AERIAL FIRE APPARATUS - PRICE ONLY
ROSENBAUER SOUTH DAKOTA, LLC
(includes Trade-in of $15,000.00)
Rosenbauer Options:
• Chassis paid at completion:
($9,113)
• Aerial paid at completion:
($3,148)
• "Smart Aerial" function:
$18,179
• Aerial remote control:
$13,013
• "Smart Aerial" & Remote Control:
$19,192
• Hot Dipped Galvanized Ladder:
$ 4,421
• Hot Dipped Galvanized/Painted Ladder:
$10,924
HALLMARK FIRE APPARATUS
(Includes Trade-in of $15,000.00)
• Hallmark Options
• 100% Pre -payment:
0
($25,522)
$612,124.00
$666,575.00
DUE; 10/23/2014 @ 2:00 PM
" Price represents only 20 of 100 possible points in the weighted criteria.
Additional criteria includes: Technical Capabilities, Schedule, Qualifications of
the Proposer/Expertise and Customer Service and Maintenance Guidelines
which combined represent 80 out of 100 potential evaluation points.
TR#12585 — EXHIBIT 4
K3431 NW 274i Avenue • Ocala, Florida 34475
u s Office: 352-629-6305 • Fax: 352-629-2019
Info? hall-inarkfire.com • www.hall-markfire.com
Toll Free: 1-800-524-6072
1FIRl+a APPARATUS PROPOSAL
DATE: November 25, 2014
This Proposal has been prepared for:
City of Tamarac Fire -Rescue
7525 NW 88'" Ave
Tamarac, FL' 33321
We propose to furnish to you one (1) 2015 E-ONE Fire Rescue Typhoon 78ft Ladder, to be custom built
and equipped per the City of Tamarac specifications as detailed in the attached apparatus component list.
The vehicle shall be priced according to City of Tamarac RFP 15-01R. The purchase price shall also
include all listed vehicle components required by the fire department as detailed in the Hall -Mark
Proposal. Delivery will be F.O.B. Tamarac, Florida and will be made approximately 270 calendar days
after receipt of the order at Hall -Mark Fire Apparatus in Ocala, Florida. Payment shall be COD upon
delivery and acceptance of the E-One Fire Rescue Typhoon 78ft Ladder in Tamarac, FL.
The current purchase price is as follows:
Total Cost of Apparatus
S 681575.00
This proposal shall expire on December 27, 2014 unless extended in writing.
This proposal is deemed acceptable by the undersigned. In witness whereof, The Company and the.
Purchaser shall execute an agreement to this proposal with signatures from authorized representatives as
of the date set forth by each.
Company:
By: James Hall
Typed/Printed: I.IqAyes alau `—
Title: Prosidept
Date: 1 / 4
— = Horton
EMERGENCY VEHICLES
Purchaser:
By:
Typed/Printed:
Title:
Date:
(E�
0
•
Ex 2
n
H RK
F I r egoEt u s
September 15, 2015
Tamarac Fire Rescue
7525 N.W. 88 h Ave
Tamarac, FL 33321
Attn: Keith Glatz
Ref: RFP 415-01R Aerial Apparatus
Mr. Glatz,
3431 NW 2711 Avenue • Ocala, Florida 34475
Office: 352-629-6305 • Fax: 352-629-2018
Toll Free: J-800-524-6072
We are pleased to inform you we will honor the pricing that was proposed on RFP #15-01R for the
amount of $681,575, this will allow the City of Tamarac a savings of $20,447. We will hold this price
until October 30'' 2015.
Thank you for your order and continuous commitment to Hall-Mark/E-ONE.
Please let me know if you need anything else.
Thank you,
Dee Daniels
Director of Apparatus Sales
Copy: Truck Sales File
Ron Wilson
Chief Mike Burton
Asst. Chief Percy Sayles
Div. Chief Steve Stillwell
Batt. Chief Mike Annese
• =Horton E-�N
EMERGENCY VEHICLES
zx 3
H
F1
K3431 NW 27`h Avenue • Ocala, Florida 34475
0 S Office: 352-629-6305 • Fax: 352-629-2018
info@ hall-markfire.com • www.hall-markfire.com
Toll Free: 1-800-524-6072
FIRE APPARATUS PROPOSAL
DATE: September 18, 2015
This Proposal has been prepared for:
City of Tamarac Fire -Rescue
7525 NW 880' Ave
Tamarac, FL 33321
We propose to furnish to you one (1) 2016 E-ONE Fire Rescue Typhoon 78ft Ladder, to be custom built
and equipped per the City of Tamarac specifications as detailed in the attached apparatus component list.
The vehicle shall be priced according to City of Tamarac RFP 15-01R. The purchase price shall also
include all listed vehicle components required by the fire department as detailed in the Hall -Mark
Proposal. Delivery will be F.O.B. Tamarac, Florida and will be made approximately 270 calendar days
after receipt of the order at Hall -Mark Fire Apparatus in Ocala, Florida. Payment shall be COD upon
delivery and acceptance of the E-One Fire Rescue Typhoon 78ft Ladder in Tamarac, FL.
The current purchase price is as follows:
Total Cost of Apparatus
$ 681,575.00
This proposal shall expire on October 23, 2015 unless extended in writing.
This proposal is deemed acceptable by the undersigned. In witness whereof, The Company and the
Purchaser shall execute an agreement to this proposal with signatures from authorized representatives as
of the date set forth by each.
Company: Purchaser:
By: Ron Wilson By:
Typed/Printed: R&o, W i, 4&vv Typed/Printed:
Title: Sales Title:
Date: 9/18/15 Date:
'Horton
'. EMERGENCY VEHICLES 6—V.r c.
•
TR#12763- EXHIBIT 2
Dear Valued Hall -Mark Customer:
It is with much excitement I announce our new Hall -Mark relationship with REV Group, the Orlando -
based parent corporation of E-ONE, Horton, McCoy Miller, Wheeled Coach, AEV and other prominent
brands within the fire -rescue community. Hall -Mark Fire Apparatus, LLC was acquired by REV Group
on November 20, 2015, and with this begins a new chapter in our growth and customer support for
the Florida fire -rescue service. In this new relationship, Hall -Mark RTC will immediately begin moving
into a much larger 65,000 square foot facility in Ocala, Florida. The move is anticipated to be
complete by December 15th. In this new facility, Hall -Mark RTC will double the size of its parts
support capability, its service capacity, its assembly of ambulance remounts and it's assembly of
brush trucks. Hall -Mark RTC's new address will be:
Hall -Mark RTC
725 SW 46th Avenue
Ocala, Florida 34474
REV Group is a $1.7 billion per year corporation that is focused on growing its business by providing
the highest quality vehicles to the fire -rescue industry, while at the same time providing
REVolutionary service capability. The philosophy of taking care of customers in an exceptional
manner extends from Tim Sullivan, REV Group CEO to your local Hall -Mark Sales Representative that
calls on you every day.
• You will continue to work with all of the same Hall -Mark personnel you have worked with over the
years and the only difference you will notice is that we now have the backing of REV Group to better
serve you. The newly named Hall -Mark RTC will have a larger building with which to increase our
service and maintenance capability. We will also have access to more fabrication equipment,
technology and personnel that will result in faster turnaround time on your apparatus repairs and
related Hall -Mark manufactured products.
As you have experienced over the past 23 years, you will always have access to our personnel 24
hours a day and we look forward to serving you in the future from a larger facility with more
resources at our disposal.
If you have any questions or would like to hear more about our exciting new venture, I am eager to
share more details with you. Please call me anytime to discuss this evolution in customer support
and how it will benefit you.
Thank you once again for being a valued Hall -Mark customer for all these years and I look forward to
having you visit our new h.
Best
Bill Alm
V.P. / G
REVgroup.com
Form - 91
Request for Taxpayer
Give Form to the
(Rev. December2014)
Identification Number and Certification
requester. Do not
DepartmentoftheTreasury
send to the IRS,
Internet Revenue Service
1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank.
REV RTC, Inc
N
2 Business name/disregarded entity name, if different from above
d/b/a Hall -Mark RTC
a
3 Check appropriate box for federal tax dassification; check only one of the following seven boxes:
4 Exemptions (codes apply only to
a
H
❑ IndiNiduallsola proprietor or ❑! C Corporation ❑ S Corporation [I Partnership ❑ Trustlestate
certain entities, not individuals; see
instructions on page 3):
tv c
o
single -member LLC
Limited liabilitycompany. Enter the tax classification C=C corporation, S=S corporation, P= artnershi P
Exempt payee code (if any)
p
Note. For a single -member LLC that is disregarded, do not check LLC; check the appropriate box in the fine above for
Exemption from FATCA reporting
the tax classification of the single -member owner.
code (if any)
_ C
CL o
❑ Other (see instructions) ►
APPAM to is M&ntainodwtside tte Usi
5 Address (number, street, and apt. or suite no.)
Requester's name and address (optional)
725 SIN 46th Avenue
6 City, state, and ZIP code
Ocala, Ff. 34474
7 Ust account number(s) here (optional)
IM
Taxpayer identification Number (TIN)
Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid
Social security number
FM-M-
backup withholding. For individuals, this is generally your social security number ISSN). However, fora
TIN
NIMM Certification
Under penalties of perjury, 1 certify that:
1. The number shown on this form is my correct taxpayer identification number (or 1 am waiting for a number to be issued to me); and
2. ( am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b)1 have not been notified by the Internal Revenue
Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am
no longer subject to backup withholding; and /
S. 1 am a U.S. citizen or other U.S. person (defind below); and
4. The FATCA code(s) entered on this form (if aby) indicating that I am exempt from FATCA reporting is correct.
Certification instructions. You mustt item 2 above if you have been notified by the IRS that you are currently subject to backup withholding
because you have failed to report all nd dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage
interest paid, acquisition or abandon./ecured properky, cancellation of debt, contributions to an individual retirement arrangement (IRA), and
generally, payments other than inter idends, you are not required to sign the certification, but you must provide your correct TIN. See the
instructions on pace 3.
Her I signature of % /`� / � q 1 ko �--•^^""-�
Here U.S. person d `/%fj Date ► 1 J `'\
General Instructions
Section references are to the Internal Revenue Code unless otherwise noted.
Future developments. Information about developments affecting Form W-9 (such
as legislation enacted after we release it) is at wwrv.irs.gov//w9.
Purpose of Form
An individual or entity (Form W-9 requester) who is required to file an information
return with the IRS must obtain your correct taxpayer identification number (TIN)
which may be your social security number (SSN), individual taxpayer identification
number (]TIN), adoption taxpayer identification number (ATIN), or employer
identification number (EIN), to report on an information return the amount paid to
you, or other amount reportable on an information return. Examples of information
returns include, but are not limited to, the following:
• Form 1099-INT (interest earned or paid)
• Form 1099-DIV (dividends, including those from stocks or mutual funds)
• Form 1099-MISC (various types of income, prizes, awards, or gross proceeds)
• Form 1099-B (stock or mutual fund sales and certain other transactions by
brokers)
• Form 1099-S (proceeds from real estate transactions)
• Form 1099-K (merchant card and third party network transactions)
• Form 1098 (home mortgage intere&t), 1098-E (student loan interest), 1098-T
(tuition)
• Form 1099-0 (canceled debt)
• Form 1099-A (acquisition or abandonment of secured property)
Use Form W-9 only if you are a U.S. person (including a resident alien), to
provide your correct TIN.
If you do not return Form W-9 to the requester with a TIN, you might be subject
to backup withholding. See What is backup withholding? on page 2.
By signing the filled -out form, you:
1. Certify that the TIN you are giving is correct (or you are waiting for a number
to be issued),
2. Certify that you are not subject to backup withholding, or
3_ Claim exemption from backup withholding if you are a U.S, exempt payee. If
applicable, you are also certifying that as a U.S. person, your allocable share of
any partnership income from a U.S. trade or business is not subject to the
withholding tax on foreign partners' share of effectively connected income, and
4. Certify that FATCA code(s) entered on this form (it any) indicating that you are
exempt from the FATCA reporting, is correct. See What is FATCA reporting? on
page 2 for further information.
•
Cat. No. 10231X Form W-9 (Rev.12-2014) is