Loading...
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