Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2014-131TR 12585 Page 1 November 24, 2014 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R- 2014 - - .13 / 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 $317575; 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 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 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 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 166.241(2). Budget Amendment Number One in April 2015, pursuant to F.S. Section 4: All Resolutions or parts of Resolutions in conflict herewith are HEREBY repealed to the extent of such conflict. 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: and adoption. This Resolution shall become effective immediately upon its passage TR 12585 PASSED, ADOPTED AND APPROVED this ATTEST: PATRICIA TEUFEL, MC CITY CLERK I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM CITY ATTORNEY Page 5 November 24, 2014 l � day of , 2014. HARRY DRESSLER MAYOR RECORD OF COMMISSION VOTE: MAYOR DRESSLER-- DIST 1: V/M BUSHNELL DIST 2: COMM. GOMEZ I�V4 DIST 3: COMM. GLASSER DIST 4: COMM. PLACKO / TR#12585 - EXHIBIT 1 PURCHASING AND CONTRACTS DIVISION Date: September 29, 2014 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. . For inquiries, contact the Purchasing Office at (954) 597-3570. Purchasing and Contracts Manager Publish Sun -Sentinel: October 1, 2014 7525N.W. 8ft Avenue I Ta al Fbrkb M21-2401 I P. 954.597.3570 1 F. 954.597.3565 gLtZ 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. I. INTRODUCTION The City is soliciting proposals for the purchase of a new Aerial Fire Apparatus. II. 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 keithgCatamarac.org . III. SCHEDULE OF EVENTS The schedule of events related to this Request for Proposals shall be as follows: RFP Document issued Deadline for Written Questions Deadline for Receipt of Proposals Evaluation of Proposals Presentations by Short-listed Proposers (if applicable) Final Ranking of Firms October 1, 2014 October 13, 2014 October 23, 2014 Oct. 24 — Oct. 27, 2014 Only if Required October 28, 2014 Anticipated Award by Commission December 10, 2014 All dates are tentative. City reserves the right to change scheduled dates. 2 Cit of Tamarac Purchasing and Contracts Division IV. INSTRUCTIONS TO PROPOSERS STANDARD TERMS AND CONDITIONS RFP 15-01 R Our Vision and Mission Our Vision: The City of Tamarac, our community of choice -- leading the nation in quality of life through safe neighborhoods, a vibrant economy, exceptional customer service and recognized excellence. Our Mission: We Are "Committed to Excellence. . . Always" It is ourjob to foster and create an environment that Responds to the Customer Creates and Innovates Works as a Team Achieves Results, and Makes a Difference In the fulfillment of our vision and mission, as stewards of the public trust, we value vision, integrity, efficiency and quality service. Our vendors are truly partners in meeting these commitments to the community, and in support of that vision and mission, we are committed to ensuring that qualified, competitive vendors who share our commitment to quality, efficiency, teamwork and customer service are employed to provide goods and services to the City. Our vendors are expected to deliver high quality products and efficient service that is provided on time and as ordered; in a manner that improves the overall value of the services that the City provides to its residents. In addition, we expect our vendors to work with the City as a team, and exhibit the highest level of integrity when dealing with any office or department of the City. Diligence in the execution of the requirements of this proposal will ultimately contribute to the overall quality of services provided to the entire community. The City is searching for a firm who will exemplify these ideals in the execution of their work, and the successful firm will be measured against the performance standards outlined in this bid invitation. 1. GENERAL TERMS AND CONDITIONS These General Terms and Conditions apply to all offers made to the City of Tamarac by all prospective Proposers, including but not limited to, Requests for Quotes, Requests for Proposal and Requests for Bid. As such the words "bid", "proposal" and "offer" are used interchangeably in reference to all offers 2. 3. submitted by prospective Proposers. The City of Tamarac 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 enter into contract negotiations with the selected Proposer or take any other actions that may be deemed to be in the best interest of the City of Tamarac. Any and all special conditions in this RFP or any sample agreement document that may be in variance or conflict with these General Terms and Conditions shall have precedence over these General Terms and Conditions. If no changes or deletions to General Conditions are made in the Special Conditions, then the General Terms and Conditions shall prevail in their entirety. DEFINED TERMS Terms used in these Instructions to Proposers are defined as follows: 2.1 "Proposer" — one who submits a Proposal in response to a solicitation. The terms "Offeror" and "Proposer" may be used interchangeably and have the same meaning. 2.2 "Successful Proposer'- the qualified, responsible and responsive Proposer to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2.3 "City" - the City of Tamarac, a municipal corporation of the State of Florida. 2.4 2.5 "Proposal Documents" -the Request for Proposals, Instructions to Proposers, Proposer's Qualifications Statement, Non -Collusive Affidavit, Certified Resolution, Vendor Drug -Free Workplace, Proposer's Proposal, Proposal Security and Specifications, if any, and the proposed Documents (including all Addenda issued prior to opening of Proposals). "Contractors" - the individual(s) or firm(s) to whom the award is made and who executes the Documents. SPECIAL CONDITIONS Where there appears to be variances 3 Pity of Tamarac Purchasin and Contracts Division conflicts between the General Terms and documents and shall judge all matters relating to Conditions and the Special Conditions and/or the adequacy and accuracy of such documents. Scope of Work outlined in this proposal, the If, upon review, any material errors in Special Conditions and/or the Scope of Work shall prevail. specifications are found, the Proposer shall contact the Purchasing Office immediately. Any 4. OMISSION OF DETAILS / VARIANCES AND inquires, suggestions, requests concerning EXCEPTIONS -- QUESTIONNAIRE 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 Contracts 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 prior to 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 Proposer of supplying such services or product(s) as specified. 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. 5. 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 The City of Tamarac reserves the right to amend this proposal prior to the Proposal due date indicated by written addenda. Written addenda 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 document from the City's web - site, or register as a plan holder. All bidders / proposers must visit http://www.tamarac.or-q/bids.aspx 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 e-mail 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 4 gtz of Tamarac Purchasin 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.**"` 6. COSTS AND COMPENSATION 6.1. Costs and compensation shall be shown in both unit prices and extensions whenever applicable, and expressed in U.S. Dollars. In the event of discrepancies existing between unit prices and extensions or totals, the unit prices shall govern. 6.2. All costs and compensation shall remain firm and fixed for acceptance for 60 calendar days after the day of the Proposal opening. 6.3. The price proposal shall include all royalties, license fees, warranties, costs related to compliance with any industry standard(s) specified herein, operating and repair manuals to be provided, as well as all costs for transportation or delivery as applicable within the scope of the solicitation. 7. PRICES, PAYMENTS, DISCOUNTS & ELECTRONIC PAYMENTS 7.1 Firm Pncinq: Prices shall be fixed and firm to the extent required under Special Conditions. In the absence of a reference in the Special Conditions, prices shall be fixed and firm for a period of sixty (60) calendar days. Payment will be made only after receipt and acceptance of the apparatus unit. Cash discounts may be offered for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation. Affidavit form and shall submit the form with their Proposal. City considers the failure of the Proposer to submit this document may be cause for rejection of the Proposal. 9. PUBLIC ENTITY CRIMES In accordance with Florida Statutes U87.133 2 a : A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or Contractor under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Florida Statutes §287.017 for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. 10. CONFLICT OF INTEREST The award of any contract hereunder is subject to the provisions of Chapter 112, Florida Statutes. Proposer must disclose with their Proposal the name of any officer, director, partner, proprietor, associate or agent who is also an officer or employee of City or any of its agencies. Further, all Proposers must disclose the name of any officer or employee of City who owns, directly or indirectly, an interest of five percent (5%) or more in the Proposer's firm or any of its branches or affiliate companies. 7.2 Financial Leasing: It is anticipated 11. BONDS AND INSURANCE 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 form and amount(s) specified. via electronic funds transfer instead of by paper check. Vendors are 12. SUMMARY OF DOCUMENTS TO BE strongly encouraged to pre -register SUBMITTED WITH PROPOSALS to receive all payments by direct deposit. Access the City of Tamarac The following is a summary of documents web site at required to be submitted for this proposal. htt ://v�rww.tamarac.or /index.as x?ni Failure to include a technical proposal, cost d 622 for more information. proposal, bid surety (if required below), or any 5 Cit Of Tamarac Purchasin 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 closing result in immediate rejection of your proposal. date of the proposal. Other forms or documents which, by their nature do not impact price or the Proposer's 13. SUBMISSION OF PROPOSALS cost of doing business should accompany the 13.1 Proposals must be typed or printed in Proposal; but must be provided within three ink. All corrections to prices made by (3) business days of the City s request to be considered responsive. the Proposer should be initialed. 12.1 Response to Detailed Requirements 13.2 All proposals shall be submitted in the Questionnaire (See Section V. J herein). English language, and pricing 12.2 Proposal Form, including responses to expressed in U.S. Dollars. the "Additional Proposal Information" 13.3 Proposal responses must contain a section manual signature of a corporate officer 12.3 Production Schedule including or designee with the proven authority milestone dates for pre -inspection, to bind the firm in matters of this mid -production inspection and final nature. The address and telephone inspection. number for any communications 12.4 Evidence of compliance with NFPA regarding the Proposal must be 1901 "Standard for Automotive Fire included. Apparatus" in its latest edition. 13.4 Proposals shall contain an 12.5 Detailed information on the acknowledgment of receipt of all proposer's ability to perform routine and emergency service on the addenda. apparatus after delivery. Detailed 13.5 Proposals by corporations must be information shall be provided on executed in the corporation's legal service facilities, personnel, service vehicles, and the type and nature of name by the President or other repair work the proposer is able to corporate officer, accompanied by provide. Proposer shall state the evidence of authority to sign. Evidence number of miles from the Purchaser's of authority shall be provided on the facility to the nearest fully staffed enclosed Certified Resolution form, or repair facility operated by the by the company's own Corporate proposer. Resolution. 12.6 Proof that the manufacturer operates a Quality Management System 13.6 Proposals by partnerships must be meeting the requirements of ISO executed in the partnership name and 9001:2000. signed by a partner, whose title must 12.7 Certification Forms appear under the signature. 12.8 Certified Resolution Form (or firm's 13.7 Proposals shall be submitted to the own Corporate Resolution) Purchasing and Contracts Division 12.9 Proposer's Qualifications Statement Office on or before the time indicated in Form & References the Request for Proposals. Proposals shall be submitted in a sealed 12.10 Vendor Drug Free Workplace Form envelope (faxed proposals will not be 12.11 Non -Collusive Affidavit Form accepted under any circumstances). 12.12 Proof of applicable insurance. The envelope should be clearly marked on the exterior with the 12.13 Listing of any and all Subcontractors to applicable solicitation name and be utilized. number. The envelope should state the 12.14 The City reserves the right to request name and address of the Proposer and the most recently completed audited should be include all documents as financial statement, or other specified in the Request for Proposals. approved documentation to verify Purchasing and Contracts Division financial viability. Any request for this 6 Cit of 7-a arac Purchpsog 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 13.8 In accordance with Florida Statutes, demonstrates to the reasonable Chapter §119.07(1)(a) and except as satisfaction of City, b clear and y may be provided by other applicable convincing evidence, that there was a state and federal law, the Request for material and substantial mistake in the Proposals and the responses thereto preparation of its Proposal, or that the are in the public domain. However, mistake is clearly evident on the face of Proposers are requested to specifically the Proposal, but the intended correct identify in the submitted Proposal any Proposal is not similar evident, y financial information considered Proposer may withdraw its Proposal confidential and/or proprietary which and any bid security will be returned. may be considered exempt under Thereafter, * the Pro oser will be p Florida Statute §119.07(t). disqualified from further bidding on the subject Contract. 13.9 All Proposals received from Proposers in response to the Request for 15. REJECTION OF PROPOSALS 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 13.10 The Proposer preparing a submittal Successful Proposer, and to disregard in response to this. RFP shall bear all all nonconforming, non-responsive, expenses associated with its unbalanced or conditional Proposals. preparation. The Proposer shall Proposals will be considered irregular prepare a submittal with the and may be rejected if they show understanding that no claim for serious omissions, alterations in form, reimbursement shall be submitted to additions not called for, conditions or the City for the expense of proposal unauthorized alterations, or preparation and/or presentation. irregularities of any kind. 14. MODIFICATION AND WITHDRAWAL OF 15.2 City reserves the right to reject the PROPOSALS Proposal of any Proposer if City 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 of the solicitation. request must be delivered to the Purchasing Office at any time prior to 16. QUALIFICATIONS OF PROPOSERS the deadline for submitting Proposals. 16.1 Each Proposer shall complete the Withdrawal of a Proposal will not Proposer's 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 Proposer's Proposal opening date and time. Qualifications Statement and the 14.2 If, within twenty-four (24) hours after documents required thereunder may 7 CitZ of Tamarac Purchasin 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 coverage, which the Proposer agrees acknowledgement of and consent to g 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 AggregateBusiness/ 16.3 No proposal shall be accepted from, nor will any contract be awarded to, Coverage any person who is in arrears to City for Commercial $19000,000 $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: Premises/Operations The City will be the sole judge of said Contractual 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& under this Agreement, comply with all Employer's 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 Sub - 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 required under this section and have expense all necessary insurance in supplied the City with evidence of such form and amount as required by 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 of this Agreement. Proposer shall provide to Agreement. the City's Risk Manager current certificates of all insurance required 17.7 All insurance carriers shall be rated at least A-VII per Best's Key Rating under this section prior to beginning 0 gLtZ 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 attorney s fees, Compensation carrier will provide a incurred by the City to enforce this Waiver of Subrogation to the City. agreement shall be borne 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 $11000,000 18.3 The Contractor shall pay all claims, per occurrence and in the aggregate. "Claims losses, liens, settlements or judgments -Made" forms are acceptable only for Professional Liability. of any nature whatsoever in connection with the foregoing indemnifications 17.11 The Successful Proposer agrees to including, but not limited to, reasonable perform the work under the Contract attorney's fees (including appellate as an independent contractor, and not ' as a subcontractor, agent or attorneys fees) and costs. employee of City. 18.4 City reserves the right to select its own 18. INDEMNIFICATION legal counsel to conduct any defense in any such proceeding and all costs 18.1 GENERAL INDEMNIFICATION: 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 19. 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 employee/employer 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 9 Cit of Tamarac 11N111111111 Purchasin 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 investigations of any kind which would business, that it has made its own investment 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 Contract. Any potential agreement shall not be 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 Proposer together with service Any item requiring delivery by the Proposer or warranties and guarantees shall by sub -contractors shall be delivered F.O.B. directly cover the City and the destination to a specific City address. All successors and assigns of City. delivery costs, including the costs of drivers or transport equipment, and all other charges 23. CONDITIONS OF MATERIAL must be included in the proposal price. If All materials and products supplied by the delivery of an item is required, the City Proposer in conjunction with this proposal, or reserves the right to cancel the delivery used in the production of equipment required order(s) or any part thereof, without obligation under this proposal shall be new, warranted for if delivery is not made at the time specified in their merchantability, fit for a � particular the proposal. P P purpose, free from defects and consistent with 21. RISK AND LIABILITY OF LOSS industry standards. The equipment ordered shall be delivered to the City in excellent The contractor shall take all due care to condition. In the event that any of the ensure against damage or loss to equipment components or parts provided with the while the equipment unit is in the contractor's equipment are found to be defective or do not possession. Risk and liability for loss, conform to the specifications, the City reserves damage, or accident, while the unit is in the the right to return the equipment to the care of the contractor, shall be the Successful Proposer at no cost to the City; or responsibility of the contractor, and all costs the Successful Proposer shall otherwise be related to any such loss shall be bome by the required to make arrangements for the contractor. Under no circumstances will the replacement of such defective parts or City be responsible for any costs incurred as a components at no additional cost to the City result of damage, accident or loss of the Successful Proposer shall furnish all equipment while the equipment is in the guarantees and warranties to the Purchasing possession of the contractor. and Contracts Division prior to final 22. WARRANTIES acceptance and payment. The warranty period shall commence upon final acceptance of the 10 Cit of Tamarac Purchasin 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 Proposerwarrantsthot 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 liability, loss or expense occasioned by any such violation. 25. SAFETY STANDARDS The Proposer warrants that the product(s) supplied to the City shall conform in all respects to the standards set forth in the Occupational Safety and Health Act of 1970 as amended, and shall be in compliance with Chapter 442, Florida Statutes as well as any industry standards, if applicable. Any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this order must be accompanied by a completed Material Safety Data Sheet (MSDS). 26. INSPECTION The City shall have the right to inspect any materials, components, equipment, supplies, services or completed work specified herein. Any of said items not complying with these specifications are subject to rejection at the option of the City. Any items rejected shall be removed from the premises of the City and/or replaced at the entire expense of the successful vendor. 27. NON-DISCRIMINATION AND EQUAL OPPORTUNITY EMPLOYMENT During the performance of the Contract, the Contractor shall not discriminate against any employee or applicant for employment because of race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. The Contractor will take affirmative action to ensure that employees are treated during employment, without regard to their race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting 28. TAXES Successful Proposer shall pay all applicable sales, consumer use and other similar taxes required by law. The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 29. PERFORMANCE Failure on the part of the Proposer to comply with the conditions, terms, specifications and requirements of the bid shall be just cause for cancellation of the proposal award. The City may, by written notice to the Proposal, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 30. TERMINATION FOR CAUSE AND DEFAULT In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the Successful Proposer neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by of written notice of such neglect or failure. 31. FUNDING OUT This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 32. ASSIGNMENT 32.1 Successful Proposer shall not assign, transfer or subject the Contract or its rights, title, interests or obligations therein without City's priorwritten approval. 32.2 Violation of the terms of this paragraph shall constitute a breach of the Contract by Successful Proposer and City may, at its Cit of Tamarac Purchasin and Contracts Division discretion, cancel the Contract. All §120.57(3)(a), 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 In the event of a delay by the contractor in the delivery of the final unit, contractor shall be Employees of the Proposer shall at all times responsible to pay liquidated damages in the be under its sole direction. Proposer shall be amount of $100 per day for each day that the responsible to the City for the acts and equipment is not available to the City after the stated delivery milestone date. Such payment omissions of all employees working under its shall not be a penalty, but shall serve a directions. reimbursement for the cost of lost productivity as a result of the late delivery. Liquidated 34. GOVERNING LAW: damages will not be assessed in the event that The laws of the State of Florida shall govern the City and the contractor voluntarily agree to this Agreement. Venue shall be Broward a contract extension. County, Florida. 35. FORM AGREEMENT DOCUMENT 40. RECORDS / AUDITS The City may attach as a part of this solicitation, a Form Agreement document. 40.1 The City of Tamarac is a public Proposers shall be responsible for complying agency subject to Chapter 119, with all of the terms and conditions of the Form Florida Statutes. The Contractor Agreement document if included herein, shall comply with Florida's Public except where variant or conflicting language Records Law. Specifically, the may be included in any Special Conditions Contractor shall: contained herein. Proposers shall note any deviation or variance with the Form Agreement 40.1.1 Keep and maintain public document at the time of bid submission. records that ordinarily and necessarily would be 36. OTHER GOVERNMENTAL ENTITIES required by the City in order to perform the If a Proposer is awarded a contract as a result service; of this RFP, Proposer may, if it has sufficient capacity to do so at its discretion, provide 40.1.2 Provide the public with similar equipment to other governmental access to such public entities, provided that the equipment provided records on the same terms is identical to that provided to the City, at the and conditions that the same price as provided to the City. City would provide the 37. UNBALANCED PROPOSAL PRICING records and at a cost that When a unit price proposed has variable or does not exceed that provided in chapter 119,Fla. estimated quantities, and the proposal shows Stat., or as otherwise evidence of unbalanced proposal pricing, such provided by law; proposal may be rejected. 40.1.3 Ensure that public records 38. INFORMATION REQUESTS AFTER DUE that are exempt or that are DATE confidential and exempt Following a recommendation for award, from public record Proposers may download the evaluation requirements are not results directly from the Internet at disclosed except as hftg://www.tamarac.oM/index.aspx?nid=317. authorized by law; and Pursuant to Florida Statute Chapter 119, 40.1.4 Meet all requirements for Section 7(m), sealed bids or proposals received by an agency pursuant to invitations retaining public records to bid or requests for proposals are exempt and transfer to the City, at from the provisions of subsection (1) and s. no cost, all public records 24(a), Art. I of the State Constitution until such in possession of the time as the agency provides notice of a contractor upon decision or intended decision pursuant to F.S. termination of the contract 12 Cit of Tarnarac Purchasin and Contracts Division 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 firm, 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 firm 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 accordance with 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 form of all records and reports shall be 42. LEASE FINANCING & PAYMENTS subject to the approval of the City's 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 City's Auditor, unit. The proposer may propose their own during normal business hours and in lease financing program, or the City may utilize Broward, Dade or Palm Beach a third party lease financing vendor of its own choosing. Payments for the 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 gLtZ of Tamarac Purchasin 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. TiT/_j17=\� 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. C. EQUIPMENT Unless stated to the contrary in the invitation for bid, all vehicles must be in compliance with the following criteria: 1. 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 or exceptions 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. 14 ,gLtZ 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 asemi-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 1. 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 regularworking hours, Mondaythrough 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 Cit of Tamarac Purch p 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 16 DtZ of Tamarac Purchasin 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 yeaN100,000 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 / 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 Cit of Tamarac - Purchasin 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 N FPA 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 18 City of Tamarac Purchasing and Contracts Division 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 CitZ of Tamarac Purchasin and Contracts Division J. DETAILED REQUIREMENTS QUESTIONNAIRE 20 21 22 Purchasing and Contracts Division 23 City of Tamarac Purch asr, and Contracts Division a. Step below cab door. Located driver's front door. Steps under front cab doors shall not interfere with approach anale. 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. Mountinq plate for battery charger receptacle and indicator -removable brushed stainless steel. Comments: 24. HVAC a. Air conditioning with Cummins ISC/ISL engine, radiator mounted condenser. Comments: 25. Seats a. Seat color gray 24 25 26 qLty of 'Ir'arnarac Purchasin and Contacts Division 27 gitZ of Tamarac Purchasin and Contracts Division Comments: 38. Water Tank a. 500 gallon water tank. Comments: 39. Tank Plumbing a. 2" Tank Fill Manual Valve. I b. 3" Tank to Pumq Manual Valve. I I I Comments: 40. Ladder Storage I a. Horizontal ladder bracket for Little Giant model 17. 1 1 1 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 aer 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 bodv side Danels shall be smooth / flush. Comments: 28 29 30 31 Comments: 59. DOT Lighting a. Marker light LED body/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 corners angled down. Comments: 60. Lights- Compartment, Step and Ground u 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 Elm 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. Cross -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 -PRO 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 panel LED light package with 3 lights per side pump panel. Comments: 32 33 Cityof-"amarac Purchasi2q 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 20A/110V 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 gLtZ of Tamarac PurchaSin 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 cover, split steps at tip and jack leg flood lights. Comments: 73. Aerial Hydraulic System I a. Gauge aerial hydraulic oil level. Electronic display to be located on pump operator's panel. I I I 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 iob 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. a Grille guard for Maanafire light(s) on aerial. I d. Two (2) floodlights shall be mounted at the bottom of the ladder base section, one (1) on each side. They I I I 35 36 37 &-T&-1 noi gLtZ of Tamarac Purchasir 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: Vi ll. 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 DtZ of Tamarac Purchasin and Contracts Division 2. Schedule. This refers to the Proposer's 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. Proposer's 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). 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: 1. 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. CitZ of Tamarac Purchasing and Contracts Division D. WEIGHTED CRITERIA Points will be assigned to each proposal based on the following weighted criteria: CRITERIA 1. Compliance with Request for Proposal (Mandatory) 2. Technical Capabilities 3. Schedule 4. Qualifications of the Proposer/Expertise 5. Customer Service and Maintenance Capabilities 5. Price MAXIMUM POINTS N/A 10 points 10 points 15 points 45 points 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. E. 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. F. 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 ''CitZ 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 yourfirm's name and "RFP 15-01 R, Fire Apparatus, to the City of Tamarac, Purchasing & Contracts Division, 7525 NW 88th 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 Cityof 7 amarac Purchasand Contracts Division Fire Apparatus unit: $ Manufacturer: PROPOSAL FORM 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 8 NET COST (New Equipment Less Trade-in): S 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 2itZ 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 gLt of Tamarac Purchasing and Contracts Division Specifications", Paragraph E. "Production Schedule and Inspections"): a. Delivery & Production Schedule: Contractor shall provide final delivery to the City within receipt of order. calendar days after 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: E production site. EO R incidentals Transportation to and from Tamarac to Lodging per person (based on a 1 night stay). Approximate cost per person for meals and * 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 CitZ of Tamarac Purchasing and Contracts Division PROPOSAL SUBMITTED BY: Company Name: Address: City: Telephone: Email: FAX: State: Zip: 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. Cit of Tamarac Purchasin and Contracts Division COMPANY NAME: (Please Print): Phone: Fax: BEFORE SUBMITTING YOUR PROPOSAL, MAKE SURE YOU... F-1 1. Carefully read the General Terms &Conditions, Special Conditions and the Technical Specifications. F-1 2. Provide responses to the Detailed Requirements Questionnaire in Section VI, Technical Specifications. F-1 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) F-1 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. F-1 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. F-1 11 Fill out and sign the Certified Resolution. F-1 12 Include proof of insurance. F 13 Provide any additional documentation requested within the Proposal Document. F14 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 Cit 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 48 City of Tamarac Purchaand Contracts Division CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE PROPOSAL We (I), the undersigned, hereby agree to furnish the items)/service(s) described in the Invitation to Bid. We (I) 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 ❑ if "Other", Explain: Authorized Signature Typed/Printed Name Telephone Fax Email address for above signer (if any) CORPORATION [-] OTHER F-1 Company Name Address City, State, ZIP Federal Tax ID Number CitZ of Tamarac Purchasin and Contracts Division CERTIFIED RESOLUTION I, (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. I 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 , 2O (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 ..qLty of Tamarac Purchasii and Contracts Division PROPOSER'S 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 Submitted By: Name: Address: City, State, Zip _ -- W- ---------------------------------- - ----------------------------- Telephone No. Fax No. Check One F-1 Corporation F-1 Partnership R Individual El Other 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: 1. If Proposer is a corporation, answer the following: a) b) C) d) e) 9) Date of Incorporation: State of Incorporation: President's name: Vice President's name: Secretary's name: Treasurer's name: Name and address of Resident Agent: 51 2. City of Tamarac Purchasin and Contracts Division 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? F-1 YES F 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: 52 Cit of Tamarac Purchasand Contracts Division 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 Zit of Tamarac Purchasin 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 and (Narne(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: 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 54 2Z of Tamarac Purchaand Contracts Division NON -COLLUSIVE AFFIDAVIT State of ) )ss. County of ) deposes and says that: 1. He/she is the Representative or Agent) of Proposer that has submitted the attached Proposal; being first duly sworn, , (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 By Printed Name Title 55 City of Tamarac Purchasing and Contracts Division ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida County of On this the day of 120 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: 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 CitZ of Tamarac Purchasin 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 adrug-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 57 TR#12585 -EXHIBIT 2 -15-01 R AERIAL FIRE APPARATUS TR#12585 -EXHIBIT 2 -15-01 R AERIAL FIRE APPARATUS TR#12585 - EXHIBIT 3 15=01 R AERIAL FIRE APPARATUS - PRICE ONLY* ROSENBAUER SOUTH DAKOTA, LLC $612s 124.00 (Includes Trade-in of $15,000.00) Rosenbauer Options: • Chassis paid at completion: ($9,113) • Aerial paid at completion: ($31148) • "Smart Aerial" function: $18J79 • Aerial remote control: $13,013 • "Smart Aerial" & Remote Control: $19,192 • Hot Dipped Galvanized Ladder: $ 41421 • Hot Dipped G a Ivan ized/Pai nted Ladder: $10,924 HALLMARK FIRE APPARATUS $666,575.00 (Includes Trade-in of $15,000.00) Hallmark Options • 100% Pre -payment: ($25,522) 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 H f i 343 i NW27i!' Avenue •Ocala, Florida 34475 3 52-629-6305 • Fax: 3 52-629-20 l 8 info? hall-inarkfire.cocn • www.l alknarkfre.com Tall Free: l-800-524-6072 FIRE 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 $ 681,575.00 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: Purchaser: By: Typed/Printed: ,mQs -Hall Title: President I%wv"- ' Date: 11 /25/ 14 Horton 0 EMERGENCY VEHICLES By Typed/Printed: Title: Date: