Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2006-009Temp Reso # 10876 December 27, 2005 Revision #1 — January 3, 2006 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2006--Qa A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC , FLORIDA, AUTHORIZING THE PURCHASE OF THREE (3) THERMAL IMAGING CAMERAS AND RELATED ACCESSORIES FROM AXIS FIRE SUPPLY, INC. UNDER THE EXISTING CONTRACT FOR THE CITY OF TARPON SPRINGS, FLORIDA AT A COST NOT TO EXCEED $35,885.76; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the US Department of Homeland Security awarded grant funding to the City of Tamarac through the Assistance to Firefighters Grant Program in the amount of $58,676.00 for operations and firefighter safety equipment and programs (Exhibit 1); and WHEREAS, Axis Fire Supply, Inc. gave their permission to Tamarac Fire Rescue to use the Bullard Thermal Imaging Bid #050015 that was prepared for Tarpon Springs Fire Department on July 28, 2005 (Exhibit 2); and WHEREAS, Axis Fire Supply, Inc. has quoted prices of thirty-one thousand seven hundred forty-six dollars ($31,746.00) for three (3) Thermal Imaging Cameras, eight hundred eighty dollars ($880.00) for extended warrantees, one thousand eight hundred sixty-seven dollars and ninety-four cents ($1,867.94) for one, two -channel Mobil Link with battery and charger, one - thousand two hundred forty-eight dollars ($1,248.00) for one, two -channel Temp Reso # 10876 December 27, 2005 Revision #1 — January 3, 2006 Page 2 wireless remote transmitter, fifty-three dollars and 82 cents ($53.82) for one alkaline battery, and ninety dollars ($90.00) for one NIMH battery; and WHEREAS, grant funds have been secured and costs will be administered through the City's budget process; and WHEREAS, it is the recommendation of the Fire Chief and the Purchasing/Contracts Manager that this purchase be awarded to Axis Fire Supply, Inc. in the amount of thirty-five thousand eight hundred eighty-five dollars and seventy-six cents ($35,885.76); and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the residents of the City of Tamarac to purchase the Thermal Imaging Cameras and related accessories from Axis Fire Supply, Inc. utilizing the existing contract for the city of Tarpon Springs, Florida at a cost not to exceed $35,885.76. 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. SECTION 2: The appropriate City officials are hereby authorized to purchase three (3) Thermal Imaging Cameras and related accessories from Axis Fire Supply, Inc. at a cost not to exceed $35,885.76 utilizing the existing contract for'the City of Tarpon Springs, Florida. 1 1 1 Temp Reso # 10876 December 27, 2005 Revision #1 — January 3, 2006 Page 3 SECTION 3: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 4: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this I I day of s 6 um. f , 2006. ATTEST: lr'4�j MARION SWENSON, CMG CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. JOE SCHREIBER, MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 2: V/M TALABISCO DIST 3: COMM. SULTANOF DIST 4: COMM. ROBERTS TR 10876 EXHIBIT 1 Entire Application ]verview Are you a member, or are you currently involved in the management, of the fire department applying for Yes this grant? f you answered No, please complete the information below and click on the Save and Continue button. If you answered Yes, Tease do not complete the information requested below and click on the Save and Continue button. gote: If you answered No to the above question, the fields marked with an - are required. Preparer Information Organization Name *Address 1 Address 2 • City • State • Zip Is there a grant -writing fee associated with the preparation of this request? If you answered yes above, what is the fee? 'ontact Information Alternate Contact Information Number 1 R Title Deputy Fire Chief Prefix N/A First Name Kingman Middle Initial • Last Name Schuldt • Business Phone 9547242529 Ext. •Home Phone 954-475-2475 Ext. Mobile Phone/Pager Fax 954-724-2438 •Email kingmans@tamarac.org Alternate Contact Information Number 2 - Title Fire Chief Prefix N/A - First Name Jim Middle Initial • Last Name Budzinski • Business Phone 954- 724-2436 Ext. •Home Phone 5616421731 Ext. Mobile Phone/Pager Fax 954-724-2438 -Email jimb@tamarac.org applicant Information MW-2004-FG-19089 Driginally submitted on 02-APR-2004 by Diane Phillips (Userid: dianep) 3ased on information you have provided, your department serves a Suburban community_ 'ontact Information: address: 7525 NW 88 Ave amity: Tamarac State: Florida _'ip: 33321 Day Phone: 954-724-1230 ;vening Phone: 954-718-1803 :ell Phone: ::mail: dianep@tamarac.org application number is 19089 •Applicant Name Tamarac Fire Rescue • Type of Applicant City If other, please enter the type of Applicant • E_mploYer_ Identification Number 59-1039552 • Does your organization have a DUNS Number? Yes __ If yes, please enter the DUNS, Number 077270940 Headquarters Physical Address • Physical Address 1 6000 Hiatus Road Physical Address 2 • City Tamarac • State Florida • zip 33321 - 2401 Need_help_for. Z1P+4? Mailing Address • Mailing Address 1 7525 NW 88 Ave Mailing Address 2 • City Tamarac • State Florida • Zip 33321 - 2401 Need.._he.. p. for_ZIP+4? Account Information • Type of bank account Checking - Bank routing number - - number on the bottom left hand 067006432 corner of your check -Your account number 2090001028714 Additional Information For this fiscal year (Federal) is your jurisdiction receiving Federal funding from any other grant program that may No duplicate the purpose and/or scope of this grant request? • If awarded this grant, will your jurisdiction expend greater than $300,000 in Federal share funds during the Federal fiscal No year in which the grant was awarded? Is the applicant delinquent on any federal debt? No If you answered yes to any of the additional questions above, please provide an explanation in the space provided below: )epartment Characteristics (Part 1) -Are you a member of a Fire _Depart men t or authorized Yes representative of a fire department? • Are you a member of Federal Fire Department or contracted by the Federal government and solely responsible for No suppression of fires on Federal property? What kind of. Department do you represent? All Paid/Career If you answered combination, above, what is the percentage of ova career firefighters in your department? • What is the square mileage of your primary response area? 12. • What percentage of your response area is protected by 95 ova hydrants?. Does your department protect critical infrastructure of the No State? • How much of your jurisdiction's land use is for agriculture, 3 wild land, open space, or undeveloped properties? What percentage of your jurisdiction's land use is for 16 commercial, industrial, or institutional purposes? What percentage of your jurisdiction's land is used for 81 % residential purposes? How.many commercial, industrial, residential, or institutional 0 structures in your jurisdiction are more than four stories tall? • What is the permanent resident population of your 55588 Primary/First Due Response Area or iurisd_ iction....served? How many active firefighters does the department have who 101 perform firefighting duties? How many personnel provide only EMS service delivery? 0 How many stations are in your department? 3 Do you currently report to the National Fire Incident Reporting Yes System (NFIRS)? If you answered yes above, please enter your FDIN/FDI_D_ 10202 * What services does your department provide? Structural Fire Suppression Medical First Response Wildland Fire Suppression Basic Life Support Airport Rescue Firefighting (ARFF) Advanced Life Support Hazmat Operational Level Rescue Operational Level )epartment Characteristics (Part 11) . What is the total number of fire -related civilian fatalities in your jurisdiction 0 over the last three years? • What is the total number of fire -related civilian injuries in your jurisdiction 1 over the last three years? . What is the total number of fire -related firefighter fatalities in your 0 jurisdiction over the last three years? . What is the total number of fire -related firefighter injuries in your jurisdiction 0 over the last three years? * In an average year, how many times does your department receive 400 mutual/automatic aid? In an average year, how many times does your department provide 400 mutual/automatic aid? What was your department's estimated average annual operating budget 9986914 over the last three years? • What percentage of your annual operating budget is dedicated to personnel 78 % costs (salary, overtime and fringe benefits)? • What percentage of your annual operating budget is derived from: Enter numbers only, percentages must sum up to 100% Taxes? Grants? Donations? Fund drives? Other? If you entered a value into Other field (other than 0), please explain 84 % 0% 0% 0% 16% other represents revenue to city from plan review and inspection fees and from transport fees. THow many vehicles does your department have in each of the categories below? Enter numbers only and enter 0 if you do not have any of the vehicles below. Total Number a. Engines (or pumpers): Pumper, Pumper/Tanker, Rescue/Pumper, Foam Pumper, CAFS Pumper, Quint (Aerial device 3 of less than 76 feet), Fire Boats (more than 13 feet long), Type I, Type II, Type III Engine b. Aerial Apparatus: Aerial Ladder Truck, Telescoping, Articulating, Ladder Towers, Platform, Tiller Ladder Truck, 1 Quint (Aerial device of 76 feet or greater) c. Tankers: Tanker. Tender, Tanker/Pumper (Pumper with a tank that has a greater than 1,200 gallon 0 capacity), Foam Tanker/Tender (greater than 1,200 gallon tank capacity) d. Rescue Vehicles: Rescue Squad, Rescue (Light, Medium, Heavy), Technical Rescue Vehicle C= e. Brush/Quick attack : 0 Brush Truck, Patrol Unit (Pick up w/ Skid Unit), Quick Attack Unit, Mini -Pumper, Type IV Engine f. Other: EMS Transport Unit, EMS Chase Vehicle, Air/Light Unit, Rehab Units, Hazardous Materials Unit, Bomb Unit, Technical Support (Command, Operational Support/Supply), Hose Tender, Salvage Truck, ARFF (Aircraft Rescue Firefighting), Command/Mobile Communications Vehicle, Other 1 Vehicle Provide in the space below the following information only if you are applying for a firefighting vehicle: List all your vehicles. by type (for example, engines/pumpers, brush, rescue, etc.). Then provide the year each was manufactured. If the department has more than two of any type, provide the total number of vehicles in that category and the years the oldest and the newest were manufactured. )epartment Call Volume . How many responses per year by category? (Enter whole numbers only: if you have no calls for any of the categories, enter 0) Structure Fires 287 Vehicle Fires 95 Vegetation Fires 29 EMS 1131 Rescue 6994 Hazardous Condition/Materials Calls 60 Service Calls 0 Good Intent Calls/False Alarms 1505 Other Calls and Incidents 88 tquest Information 1. Select a program for which you are applying. Remember, you can only apply for one program this year. You can apply for as many activities within a program as you need. (if you modify your selection, you will lose data entered under the original activity.) Program Name Operations and Firefighter Safety } 2. Will this grant benefit more than one department? Yes If you answered Yes to Question 2 above, please explain. (You can only enter 4000 characters) Tamarac renders automatic aid on an average of 400 times per year to adjoining cities and further participates in both the Broward County and Statewide Mutual Aid Plan Request Details fhe activities for program Operations and Firefighter Safety are listed in the table below. Activity Equipment Modify Facilities Personal Protective Equipment Training Wellness and Fitness Programs Equipment Number of Entries 3 0 0 1 0 Equipment Details Total Cost $ 87,300 $0 $0. $ 7,676 �- $0 Additional Funding $0 $0 $0 $0 $0 -1. What equipment will your department purchase with this grant? RIT Pack Please provide further description of the item selected above or if you selected to include rope, forcible entry tools, cutting and Other above, please specify.: prying equipment and handlights, self contained breathing apparatus w/extended umbilicus "2. Number of units 3 (whole number only) '3. Cost per unit $ 4100 (whole dollar amounts only) '4. Generally the equipment purchased under this grant program: Is necessary for basic firefighting capabilities, but has never been owned by this department If you selected "replacing equipment" (from Q4) above, please specify the age Select Age of equipment in years. '5. Generally the equipment purchased under this grant program: Will bring the department into statutory compliance. Please explain how this OSHA 1910.134 Rule 308-134e and Florida equipment will bring the department into statutory compliance in the space Statutes Sec. 633.801-633.821 provide for an provided to the right. equipped Rapid Intervention Team at structural fires. Tamarac does not currently possess the equipment. `6. Does this equipment provide a health and safety benefit to the firefighters in Yes your department? If yes, please fully explain in the narrative section. Close Wlndow , Equipment Equipment Details `1. What equipment will your department purchase with this grant? Thermal Imaging Devices Please provide further description of the item selected above or if you selected Devices to be included in RIT Pack will have Other above, please specify. monitoring capabilities with events recorded by incident commander remote of scene '2. Number of units 3 (whole number only) "3. Cost per unit $ 23000 (whole dollar amounts only) '4. Generally the equipment purchased under this grant program: Is necessary for basic firefighting capabilities, but has never been owned by this department If you selected "replacing equipment" (from Q4) above, please specify the age of equipment in years. "5. Generally the equipment purchased under this grant program: Will bring the department into statutory compliance. Please explain how this equipment will bring the department into statutory compliance in the space provided to the right. Select Age This equipment is required in order to do the job appropriately thus meeting the intention of the statute(s) "6. Does this equipment provide a health and safety benefit to the firefighters in Yes your department? If yes, please fully explain in the narrative section. Clodtnlow Equipment Equipment Details *1. What equipment will your department purchase with this grant? Other Specialized (explain) Please provide further description of the item selected above or if you selected atmospheric monitor to be included in RIT pack Other above, please specify. to ensure safety of both downed and rescuing parties "2. Number of units 3 (whole number only) "3. Cost per unit $ 2000 (whole dollar amounts only) "4. Generally the equipment purchased under this grant program: Is necessary for basic firefighting capabilities, but has never been owned by this department If you selected "replacing equipment" (from Q4) above, please specify the age of equipment in years. "5. Generally the equipment purchased under this grant program: Will bring the department into statutory compliance. Please explain how this equipment will bring the department into statutory compliance in the space provided to the right. Select Age Monitors are required to ensure the safety of the downed and rescuing parties thus enabling the department to meet the intention of statute(s) "6. Does this equipment provide a health and safety benefit to the firefighters in Yes your department? If yes, please fully explain in the narrative section. Close Wind Training Program Training Details "1. Which of the following most closely describes your requested program? RIT Training Please provide further description of the item selected above or If Program as described in narrative to provide a minimum of you selected other above, please specify. 12 hoiurs of training per firefighter per year *2. Generally, this program can best be categorized as (select one): Instructor -led training leading to or an integral part of student certification If you answered other above, please specify. *1 What percentage of applicable personnel will be trained by this 100 % program? '4. Generally, the training program provided under this grant Will bring the department into statutory compliance, specifically "5. Will this training enhance multi -jurisdictional capability? Close Windows Budget Item "Item Florida State Statutes and OSHA provide that firefighters be certified in use of airpacks which are an essential component of the RIT pack. Yes Other Programs & Contract Instruction Please provide further description of the item provides funding to send 101 firefighters to regional training facility for RIT training selected above or If you selected other quarterly as detailed in narrative at a cost of $19 per ff per quarter above, please specify. Select Object Class Other If you selected "Other" above, please specify: use of regional facilities/instructors • Number of units 404 (Whole number only) * Cost per unit $ 19 (Whole dollar amounts only) Clp"se Window 3udget Budget Object Class a. Personnel $ 0 b. Fringe Benefits $ 0 c, Travel $ 0 d. Equipment $ 87,300 e. Supplies $ 0 f. Contractual $ 0 g. Construction $ 0 h. Other $ 7,676 i. Indirect Charges $ 0 Indirect Cost Details Agency Indirect Cost Agreement with Indirect Cost Rate % Agreement Summary Federal and Applicant Share Federal Share $ 66,484 Applicant Share $ 28,492 Federal Rate Sharing (°/o) 70/30 Non.-Federal„ReSOUr_ces (The combined Non -Federal Resources must equal the Applicant Share of $ 28,492) a. Applicant $ 28,492 b. State $ 0 c. Local $ 0 d. Other Sources $ 0 If you entered a value in Other Sources, include your explanation below. You can use this space to provide information on the project, cost share match. Total Budget $ 94,976 larrative Statement Project Description ' Please provide your narrative statement in the space provided below (1) Project Description, (2) Financial Need, and (3) .ost-Benefit of Request: aROJECT WE ARE REQUESTING TO BE FUNDED project Description: The City of Tamarac Firefighter Safety Compliance Project will secure the necessary equipment for, and 3rovide the necessary training to, the City's Rapid Intervention Teams (RIT). The program will be designed so as to ensure that Tamarac Fire Rescue meets the statutory requirements outlined by Occupational Safety and Health Administration (OSHA) 1910.134 and Rule 308-134e, and Florida Statutes Sec. 633.801 — 633.821. =inancial Need: The population of Tamarac has increased dramatically over the last ten years making it currently the 36th largest amity in the State and the 11th largest City in Broward County. As a result, in order to continue to maintain a 6 minute response :ime, the City recently completed construction of a third, strategically located fire station at a cost of $3.7 million, purchased an additional suppression unit and hired and equipped 13 additional firefighters at a cost of $1.5 million. This major expansion has exhausted the resources of the City. : ost-Benefit of Request: Insuring the safety of our firefighters further protects our citizens and directly impacts the 101 firefighters n Tamarac as well as the 177 firefighters in the adjoining municipalities with which the City has automatic aid agreements. 4dditionally, Tamarac Fire Rescue participates in the Broward County Mutual Aid Plan which brings 21 municipal departments :ogether during large scale events and has signed the statewide mutual aid agreement. -IOW WE PLAN TO USE THE GRANT FUNDS FOR EACH MAJOR BUDGET ACTIVITY AS LISTED ON THE BUDGET FORM 3rant funds will be used to purchase equipment and materials for firefighter safety and to pay for training at two regional training :enters capable of facilitating not only textbook approach but scenario based evolutions and experiences. The grant utilizes `unding from two categories under the Operations and Firefighter Safety Program. Training Activities; Funds are requested to provide training to all 101 firefighters at regional training facilities where they will -eceive practical education and exercises from Florida State certified fire instructors who will conduct sessions utilizing smoke :owers, structural collapse simulators, live fire burn buildings, flashover simulators and shipboard firefighter props. Three hours of :raining per firefighter will be conducted each quarter, translating to 12 hours of training per firefighter per year. The cost of this activity is projected at $19 per firefighter per quarter or $7676. The program will be developed by departments Training and Safety Officer who will assist in the training which thus enabling this ndividual to provide ongoing and refresher training to our firefighters. The Training and Safety Officer will also create the training schedule, acquire the necessary tools and equipment and implement any additional specialized training programs related to the project. TOTAL TRAINING COST: $7676 Firefighter Equipment : Tamarac Fire Rescue has identified the following equipment as critical to the success of the proposed project. Funds in the Firefighter equipment category will allow Rapid Intervention Team equipment to be stationed on each of the City's three suppression units. Each RIT pack will contain a 90 cubic foot self contained breathing apparatus with extended air line umbilicus capable of supplying breathable air for a minimum of 30 minutes to ensure that trapped or downed firefighters will receive a continuous supply of breathable air throughout the extrication process. The department does not currently own these units, the cost of which is $2,500 each. Each RIT pack will also be equipped with hand tools including 125" of search rope, forcible entry tools, cutting and prying equipment, and handlights. The cost of adding these additional components is $1600 per pack bringing the cost of the RIT pack to $4100 per pack ($12,300) An atmospheric monitor will be included in each of the three packs. The monitors will allow rescuing firefighters to closely monitor the atmosphere in the area of downed or trapped firefighters. This is critical to ensure the safety of both the downed and rescuing parties from oxygen deficient, explosive and toxic atmospheres. The department does not currently own this equipment. The cost of each monitor is $2000 ($6000). Finally, funds are being sought to provide one thermal imaging device for each RIT pack. These units will allow each firefighter performing Rapid Intervention the ability to utilize the newest infrared, heat sensor technology when searching for missing or downed firefighters. The cameras will be additionally capable of being monitored and events recorded by the incident commander positioned outside and remote of the pending emergency. This will allow for a higher level of supervision and strategic decision making capabilities by those not directly involved in the rescue. This will allow the incident commander to make strategic decisions to further support and facilitate the rapid extrication of the downed or trapper firefighter and unsure the safety of the rescuing parties thus further solidifying the intention of OSHA 190.134 and the Florida Statute Sec. 633.801- 633.821. While the department does presently have two thermal imaging units, they are not capable of external monitoring and are dedicated to the location of civilian victims. Since they are utilized by the "fire attack" crews, they are not available for use by the RIT members. The cost of the thermal imaging units is $23,000 each ($69,000). TOTAL EQUIPMENT COST: $87,300 WHY THIS PROGRAM WOULD BE BENEFICIAL TO OUR COMMUNITY AND TO OUR DEPARTMENT Tamarac located in South Florida, is a suburban community where 50% of the residents are age 55 or over. Tamarac is located in central west:.area of Broward County. Its western border adjoins the Everglades. Tamarac Fire Rescue is a career service department with 101 firefighters providing EMS and fire suppression services to Tamarac's 56,000 residents, 2000 businesses and to the 122,000 residents of the adjoining municipalities through automatic aid. The population of Tamarac has increased dramatically over the last ten years making it currently the 36th largest City in the State, and the 11th largest and among the most rapidly growing cities in Broward County. Tamarac has struggled to keep pace with this rapid growth. This growth is evidenced in the number of department calls, which increased more than 55% between 1996 and 2003. Tamarac presently has a ISO rating of 5. In an effort to further improve upon its rating and reach its objective of a 6 minute response time 90% of the time, the department recently acquired additional fire suppression and EMS vehicles, completed construction of a third strategically located fire station, and hired and equipped 13 additional firefighters. In order to ensure that its 101 firefighters receive the appropriate training on a consistent basis, the department dedicated a position for a Training and Safety Officer, constructed a training room in its newest fire station and is in the process of securing the equipment for this facility. In 2002, the National Institute for Occupational Safety and Health (NIOSH) investigated 27 incidents that resulted in firefighter fatalities, which involved 34 firefighters and took place in 20 states. Eleven structural fire incidents were investigated. Four of the structural fire investigations involved multiple victims: three incidents with two victims each, and one incident with three victims. Fatalities resulted from structural collapse, running out of air, and smoke inhalation. Fire rescue departments should utilize a Rapid Intervention Team (RIT) at all structure fires with good reason. More fire fighters die in residential occupancies than in any other type of structure fire and are typically the most common type of occupancy that fire fighters encounter. As Tamarac is still predominantly a retirement community, most residents are elderly and confined to their homes. The vast majority of calls received by Tamarac Fire Rescue involve. residential situations. The National Fire Protection Agency (NFPA) 1500, Occupational Safety and Health Administration (OSHA) 1910.134, and OSHA 2 in/2 out, Rule 308-134e and Florida Statutes Sec. 633-801 — 633.821 specify requirements for some type of RIT at structural fires. These standards requiring that a minimum of two firefighters be standing by outside in full protective equipment and tools, while other crew members are working in a hazardous atmosphere, are the result of a series of incidents where fire fighters became lost, trapped, or disoriented while fighting a structure fire without a RIT present. Tamarac Fire Rescue procedures do include use of a RIT at all structural fires and further recommend us of the equipment specified in this proposal. Additionally, a properly equipped team would further serve to ensure objectives. of the NFPA and OSHA regulations as well as the Florida Statutes. While the City has gone to great lengths to increase its facilities and staff, in an attempt to preserve and improve its ISO rating and response time, the department does not currently possess equipment which is considered essential to ensuring the safety of its most valuable resource, its firefighters. In 2003 Tamarac Fire Rescue responded to in excess of 10,000 incidents including 287 fires involving structures or situations where firefighters were liable to be trapped or injured. The proposed project would directly benefit the 101 firefighters as well as the residents of Tamarac who they protect. Tamarac provides automatic aid to two adjoining municipalities and is currently in negotiations with a third. The proposed project would serve to safeguard the 177 firefighters located in these adjoining cities, who also do not possess the RIT equipment outlined in this proposal, as well as the 122,000 residents of those cities. Tamarac Fire Rescue participates in the Broward County and Statewide Mutual Aid plans which are deployed during large scale events including structural fires, terrorism events, hazardous materials incidents and regional responses to the Counties international air and sea ports. The westernmost border of Tamarac is the Everglades Water Conservation Area 2a. The Conservation Area is in the flight path for the international airport and Tamarac would be called upon to respond in the event of a downed aircraft. During the past year, Tamarac Fire Rescue was called upon to render assistance during the series of wildfires that erupted throughout the area. Although use of a RIT is not mandated by the standards during wild land firefighting activities, this equipment would further serve to safeguard those firefighters who become disoriented during these large scale brush fire events. WHY THIS PROJECT CANNOT BE FUNDED SOLELY THROUGH LOCAL FUNDING As mentioned, in response to rapid growth the City constructed an additional fire station, hired and equipped 13 additional firefighters, added a Training and Safety Officer position, acquired additional, fully equipped EMS and Fire suppression vehicles. The total cost of these recently accomplished efforts, was in excess of $6 million. The City was successful in acquiring a $200,000 grant from the State of Florida Department of Health to fund the purchase of an ALS rescue vehicle, and issued revenue bonds to cover the balance of the expense. While the City realizes that ensuring the safety of its firefighters is of utmost importance, this major expansion has exhausted the City's resources. The City Commission has pledged via resolution to provide the 30% match required to implement the Firefighters Safety Compliance Project should the grant be awarded. ADDITIONAL RELEVANT INFORMATION While the tragedy that was 911 will never be forgotten, least of all by those of us in the emergency services field, it served to focus attention on the importance and needs of those in our profession. In the aftermath of 911, Tamarac Fire Rescue has grown in its understanding of the resources required to improve both public services and the safety of its firefighters. The focus on safety that was a consequence of 911, the resulting Fire Act, and the Firefighters Assistance Grant Program has allowed the City and Tamarac Fire Rescue to refine its operation. The proposed project enhances the City's previous awards as outlined below. In 2002, the City was honored to be awarded a FEMA Assistance to Firefighters Grant to purchase additional SCBA's for the entire department, which the department had not previously owned. The additional SCBA equipment allowed the department to equip every emergency response unit with this essential equipment. In the past, there were not enough SCBA's for all personnel, This year's proposed project will help ensure that Tamarac Fire Rescue personnel are equally prepared and equipped for a variety of emergency scenarios including the protection and rescue to their own health and safety as well as that of the public. Again in 2003 the City was awarded a FEMA Assistance to Firefighters Grant for the purpose of improving the department's training by dedicating a person to conduct one year of comprehensive firefighter training, The City is currently utilizing the funds for this project and is in the process of budgeting permanent funding for this program and position. This Safety and Training Officer will be available coordinate the off -site facility training of the personnel, as well as to provide refresher and supplemental training as required. We appreciate the support rendered to us in the past, look forward to the opportunity to further leverage the dollars provided, and thank you for taking the time to consider this proposal. • Please describe any grants that you currently have with DHS including the AFG, for example, 2002 AFG grant for vehicle or 2003 ODP grant for exercises. (Enter "N/A" if Not Applicable) 2002 AFG FOR SCBA adn Personal Protective Gear, 2003 AFG for Implimentation of Firefighter Operations and Safety Training Program, 2003 CERT grant to train and equip 35 CERT members %ssurances and Certifications =orm 20-16A fou must read and sign these assurances by providing your password and checking the box at the bottom of this page. Vote: Fields marked with an * are required. Assurances Non -Construction Programs Note: Certain of these assurances may not be applicable to your project or program. If you have any questions, please contact the awarding agency. Further, certain Federal awarding agencies may require applicants to certify to additional assurances. If such is the case, you will be notified. As the duly authorized representative of the applicant I certify that the applicant: 1. Has the legal authority to apply for Federal assistance, and the institutional, managerial and financial capability (including funds sufficient to pay the non -Federal share of project costs) to ensure proper planning, management and completion of the project described in this application. 2. Will give the awarding agency, the Comptroller General of the United States, and if appropriate, the State, through any authorized representative, access to and the right to examine all records, books, papers, or documents related to the award; and will establish a proper accounting system in accordance with generally accepted accounting standards or agency directives. 3. Will establish safeguards to prohibit employees from using their positions for a purpose that constitutes or presents the appearance of personal gain. 4. Will initiate and complete the work within the applicable time frame after receipt of approval of the awarding agency. 5. Will comply with the Intergovernmental Personnel Act of 1970 (42 U.S.C. Section 4728-4763) relating to prescribed standards for merit systems for programs funded under one of the nineteen statutes or regulations specified in Appendix A of OPM's Standards for a Merit System of Personnel Administration (5 C.F.R. 900, Subpart F). 6. Will comply with all Federal statutes relating to nondiscrimination. These include but are not limited to: (a) Title VI of the Civil Rights Act of 1964 (P.L. 88-352) which prohibits discrimination on the basis of race, color or national origin; (b) Title IX of the Education Amendments of 1972, as amended (20 U.S.C. Sections 1681- 1683, and 1685-1686), which prohibits discrimination on the basis of sex; (c) Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. Section 794), which prohibits discrimination on the basis of handicaps; (d) the Age Discrimination Act of 1975, as amended (42 U.S.C. Sections 6101-6107), which prohibits discrimination on the basis of age; (e) the Drug Abuse Office and Treatment Act of 1972 (P.L. 92-255), as amended, relating to nondiscrimination on the basis of drug abuse; (f) the Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (P.L. 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; (g) Sections 523 and 527 of the Public Health Service Act of 1912 (42 U.S.C. 290-dd-3 and 290-ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient records; (h) Title VIII of the Civil Rights Acts of 1968 (42 U.S.C. Section 3601 et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; (i) any other nondiscrimination provisions in the specific statute(s) under which application for Federal assistance is being made; and 0) the requirements of any other nondiscrimination statute(s) which may apply to the application. 7. Will comply, or has already complied, with the requirements of Title II and III of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 (P.L. 91-646) which provide for fair and equitable treatment of persons displaced or whose property is acquired as a result of Federal or Federally assisted programs. These requirements apply to all interest in real property acquired for project purposes regardless of Federal participation in purchases. 8. Will comply with provisions of the Hatch Act (5 U.S.C. Sections 1501-1508 and 7324-7328), which limit the political activities of employees whose principal employment activities are funded in whole or in part with Federal funds. 9. Will comply, as applicable, with the provisions of the Davis -Bacon Act (40 U.S.C. Sections 276a to 276a- 7), the Copeland Act (40 U.S.C. Section 276c and 18 U.S.C. Sections 874), and the Contract Work Hours and Safety Standards Act (40 U.S.C. Sections 327-333), regarding labor standards for Federally assisted construction sub agreements. 10. Will comply, if applicable, with flood insurance purchase requirements of Section 102(a) of the Flood Disaster Protection Act of 1973 (P.L, 93-234) which requires recipients in a special flood hazard area to participate in the program and to purchase flood insurance if the total cost of insurable construction and acquisition is $10,000 or more. 11. Will comply with environmental standards which may be prescribed pursuant to the following: (a) institution of environmental quality control measures under the National Environmental Policy Act of 1969 (P.L. 91-190) and Executive Order (EO) 11514; (b) notification of violating facilities pursuant to EO 11738; (c) protection of wetlands pursuant to EO 11990; (d) evaluation of flood hazards in flood plains in accordance with EO 11988; (e) assurance of project consistency with the approved State management program developed under the Coastal Zone Management Act of 1972 (16 U.S.C. Section 1451 et seq.); (f) conformity of Federal actions to State (Clean Air) Implementation Plans under Section 176(c) of the Clean Air Act of 1955, as amended (42 U.S.C. Section 7401 et seq.); (g) protection of underground sources of drinking water under the Safe Drinking Water Act of 1974, as amended, (P.L. 93-523); and (h) protection of endangered species under the Endangered Species Act of 1973, as amended, (P.L. 93-205). 12. Will comply with the Wild and Scenic Rivers Act of 1968 (16 U.S.C. Section 1271 et seq.) related to protecting components or potential components of the national wild and scenic rivers system. 13. Will assist the awarding agency in assuring compliance with Section 106 of the National Historic Preservation Act of 1966, as amended (16 U.S.C. 470), EO 11593 (identification and protection of historic properties), and the Archaeological and Historic Preservation Act of 1974 (16 U.S.C. 469a-1 et $eq.). 14. Will comply with P.L. 93-348 regarding the protection of human subjects involved in research, development, and related activities supported by this award of assistance. 15. Will comply with the Laboratory Animal Welfare Act of 1966 (P.L. 89-544, as amended, 7 U.S.C. 2131 et seq.) pertaining to the care, handling, and treatment of warm blooded animals held for research, teaching, or other activities supported by this award of assistance. 16. Will comply with the Lead -Based Paint Poisoning Prevention Act (42 U.S.C. Section 4801 et seq.) which prohibits the use of lead based paint in construction or rehabilitation of residence structures. 17. Will cause to be performed the required financial and compliance audits in accordance with the Single Audit Act of 1984. 18. Will comply with all applicable requirements of all other Federal laws, executive orders, regulations and policies governing this program. 19. It will comply with the minimum wage and maximum hours provisions of the Federal Fair Labor Standards Act (29 U.S.C. 201), as they apply to employees of institutions of higher education, hospitals, and other non-profit organizations. Signed by Diane Phillips on 04/01/2004 =orm 20-16C (ou must read and sign these assurances by providing your password and checking the box at the bottom of this page. Vote: Fields marked with an * are required. certifications Regarding Lobbying, Debarment, Suspension and Other Responsibily Matters and Drug -Free Workplace iequirements. Applicants should refer to the regulations cited below to determine the certification to which they are required to attest. Applicants should also review the instructions for certification included in the regulations before completing this form. Signature on this form provides for compliance with certification requirements under 44 CFR Part 18, "New Restrictions on Lobbying; and 28 CFR Part 17, "Government -wide Debarment and Suspension (Non -procurement) and Government -wide Requirements for Drug -Free Workplace (Grants)." The certifications shall be treated as a material representation of fact upon which reliance will be placed when the Department of Homeland Security (DHS) determines to award the covered transaction, grant, or cooperative agreement. 1. Lobbying A. As required by the section 1352, Title 31 of the US Code, and implemented at 44 CFR Part 18 for persons(entering) into a grant or cooperative agreement over $100,000, as defined at 44CFR Part 18, the applicant certifies that: (a) No Federal appropriated funds have been paid or will be paid by or on behalf of the undersigned to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an employee of a Member of Congress in connection with the making of any Federal grant, the entering into of any cooperative agreement and extension, continuation, renewal amendment or modification of any Federal grant or cooperative agreement. (b) If any other funds than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an employee of a Member of Congress in connection with this Federal grant or cooperative agreement, the undersigned shall complete and submit Standard Form LLL, "Disclosure of Lobbying Activities", in accordance with its instructions. (c) The undersigned shall require that the language of this certification be included in the award documents for all the sub awards at all tiers (including sub grants, contracts under grants and cooperative agreements and sub contract(s)) and that all sub recipients shall certify and disclose accordingly. 2. Debarment, Suspension and Other Responsibility Matters (Direct Recipient) A. As required by Executive Order 12549, Debarment and Suspension, and implemented at 44CFR Part 67, for prospective participants in primary covered transactions, as defined at 44 CFR Part 17, Section 17.510-A, the applicant certifies that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, sentenced to a denial of Federal benefits by a State or Federal court, or voluntarily excluded from covered transactions by any Federal department or agency. (b) Have not within a three-year period preceding this application been convicted of or had a civilian judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain or perform a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property. (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification: and (d) have not within a three-year period preceding this application had one or more public transactions (Federal, State, or local) terminated for cause or default; and B. Where the applicant is unable to certify to any of the statements in this certification, he or she shall attach an explanation to this application. 3. Drug -Free Workplace (Grantees other than individuals) As required by the Drug -Free Workplace Act of 1988, and implemented at 44CFR Part 17, Subpart F, for grantees, as defined at 44 CFR part 17, Sections 17.615 and 17.620: (A) The applicant certifies that it will continue to provide a drug -free workplace by: (a) Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the grantee's workplace and specifying the actions that will be taken against employees for violation of such prohibition; (b) Establishing an on -going drug free awareness program to inform employees about: (1) The dangers of drug abuse in the workplace; (2) The grantees policy of maintaining a drug -free workplace; (3) Any available drug counseling, rehabilitation and employee assistance programs; and (4) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (c) Making it a requirement that each employee to be engaged in the performance of the grant to be given a copy of the statement required by paragraph (a); (d) Notifying the employee in the statement required by paragraph (a) that, as a condition of employment under the grant, the employee will: (1) Abide by the terms of the statement and (2) Notify the employee in writing of his or her conviction for a violation of a criminal drug statute occurring in the workplace no later than five calendar days after such conviction. (e) Notifying the agency, in writing within 10 calendar days after receiving notice under subparagraph (d)(2) from an employee or otherwise receiving actual notice of such conviction. Employers of convicted employees must provide notice, including position title, to the applicable DHS awarding office, i.e. regional office or DHS office. (f) Taking one of the following actions, against such an employee, within 30 calendar days of receiving notice. under subparagraph (d)(2), with respect to any employee who is so convicted: (1) Taking appropriate personnel action against such an employee, up to and including termination, consistent with the requirements of the Rehabilitation Act of 1973, as amended; or (2) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement or other appropriate agency. (g) Making a good faith effort to continue to maintain a drug free workplace through implementation of paragraphs (a), (b), (c), (d), (e), and (f). (8) The grantee may insert in the space provided below the site(s) for the performance of work done in connection with the specific grant: Place of Performance Street City State Zip Action f your place of performance is different from the physical address provided by you in the Applicant Information, click on add Place of Performance button above to ensure that the correct place of performance has been specified. You can add nultiple addresses by repeating this process multiple times. Section 17.630 of the regulations provide that a grantee that is a State may elect to make one certification in each Federal fiscal rear. A copy of which should be included with each application for DWS funding. States and State agencies may elect to use a statewide certification. Signed by Diane Phillips on 04/01/2004 =EMA Standard Form LLL )nly complete if applying for a grant for more than $100,000 and have lobbying activities. See Form 20-16C for lobbying activities iefinition. this form is not applicable Submit Application Result Congratulations, you have successfully submitted your application to DHS. All references to this application should include the following application number: EMW-2004-FG-19089.Please print and keep a copy of your completed application for your records. What's next ? the application period is open from March 1 through April 1, 2004. Once the application period ends, all applications will be scored according to the priorities established by DHS for the Assistance to Firefighters Grant Program. Once the initial scoring is :omplete, the applications that are within the competitive range will be sent to panels for evaluation. The evaluation panels will eview applications in April and May. The panelists will score the applications according to financial need and cost benefit criteria. those applications that are recommended for award will then be sent to DHS for a final review. Grant awards will begin in May and :ontinue until all funds are awarded. Please remember that this is a competitive grant program. Therefore, all applicants may not )e awarded a grant. We plan to notify all applicants of the final disposition of their applications by December 31, 2004. f you have submitted an email address to us, your award notification will be sent via email. If you have not submitted an email address to us and obtain an email in the next few months, please call the Helpdesk at 1-866-274-0960 to have your contact nformation updated. If we have no email address for you at the time of award, our correspondence will be through regular mail. Sant Requirements Those applicants who are awarded a grant must satisfy both legal and regulatory requirements of the Assistance to Firefighters Grant Program. Some of the major requirements are: 1. Grantees must share in the cost of the grant activities. When a fire department submits their program narrative and budget information, the total project cost should include the federal portion and the fire department's match. The required match percentage is based on the population served. The matching requirement for a fire department whose population served is 50,000 or less is 10 percent. The matching requirement for a fire department whose population served is more than 50,000 is 30 percent. You should provide adequate information on the source of the matching funds and the match must be a cash match. 2. Grantees must report to an incident reporting system either through their State or at the Federal level through the United States Fire Administration's National Fire Incident Reporting System (NFIRS) during the grant period. If you already report to USFA or to the State, that is sufficient. If you do not report to USFA or the State, you must start as soon as possible and report for a period of 12 months. USFA staff can assist you if you are awarded a grant and have questions about NFIRS. 3. Grantees must agree to maintain expenditures at the average of their organization's expenditures in the awarded grant program activity areas from the previous two years. Maintaining operating expenditures refers to the fact that these funds are meant to be a supplement to existing funds not a replacement of funds in the organization's current budget. Therefore, on top of the federal grant (if selected) and the matching funds, grantees must maintain the average of the last two years' spending levels on items for which the grantees receive a grant during the grant period of performance. 4, Grant recipients must maintain their grant files and supporting documents for three years after the closure of their grant. 5. All grantees must follow the audit requirements of OMB Circular A-133, Audits of States, Local Government, and Non -Profit Organizations. The main requirement of this OMB Circular is that grantees who expend $300,000 or more in Federal funds (from all Federal sources) must have a single audit or independent audit performed in accordance with the circular. -etters of Congressional Support any letters of Congressional support should be forwarded to the following address: Assistance to Firefighters Grants Office "R" Building, NETC 16825 South Seton Avenue Emmitsburg, MD 21727 luestions %ny questions should be directed to the Helpdesk, 1-866-274.0960. thank you for participating in the FY 2004 Assistance to Firefighters Grant Program! Go .P Print Page 111'02i2005 11:38 FAX 9047416236 AY,IS FIRE SUPPLY 16 0021002 November 1, 2005 Tamarac Fire -Rescue Attn: Captain Steve Stillwell 6000 Hiatus Road Tamarac, FL 33321 Captain Steve Stillwell, A4) IS Fire Supply, Inc. TH 10876 EXHIBIT 2 We, Axis Fire Supply, Inc, give Tamarac Fire -Rescue permission to use the Bullard Thermal Imaging bid that we prepared for Tarpon Springs Fire Department on July 28, 2005, If you have any questions regarding this bid please contact me at toll free 888-440- 7947. Sincerely, Jason Montgomery Axis Fire Supply, Inc Office Manager 14476 Duval Place West a Suite 110 a Jacksonville, Florida 3221E Phone 904.7,f1.6296 Vax 904.741.•6297 Toll Free 898•+w O+2947 wwwaxisfire_coin AXIS FIRE SUPPLY, INC 14476 D'UVAL PLACE WEST, SUITE 110 - JACKSONVILLE, FLORIDA 32218 FACSIMILE TRANSMITTAL SHEET TO: Capt Steve Stillwell MOM: ,Jason Montgorneay COMPANY: Tamarac. Fire Rescue DA 111 /01 /20Q5 PHONE NU'MARR. TOTAL No, OF PAGES INCLUDING COVER: 954-724-2436 .� k\ I F.x N L;MBER: 954-724-2438 PIUMB NUMShR 904-741.6296 xp: Taxpon Springs T3Max Bid FAX N(;MS%R 904-741-6297 ❑ URCF.NT ❑ FOR REVIEW © PLEASE COMMENT ❑ PI.P:A$F. RF-PLY ❑ PLEASE RF_C.YCLL CONFIDENTIALITY NOTCE: The materials enclosed with this facsit�e transmission are private and confidential and. are the property of the sender. The information contained In the material is privileged and intended only for The user of the individual(,) or entity (ics) named above. If you are not the intended recipient, be advised that any unauthorized disclosures, coping, distribution or taking of any action in reliance on the contents of this information is strictly prohibited. If you have this facsimile transmission in error, please imtnediately notify us by telephone to arrange for return of the forward documents to us. ACKNOWLEDGEMENT FORM BID# 050015 Purchase of Two (2) Thermal Imaging. Cameras For the City of Tarpon Springs Pire Department SUBMIT BID TO: DELIVERY ADDRESS: MAILING ADDRESS: TAX NUMBER: 324 E. PINE STREET TARPON SPRINGS, FL 34689 P.O- BOX 5004 TARPON SPRINGS, FL 34688-5004 62-17-134989-54C NUMBER OF COPIES REQUIRED: One (1) Original and Two (2) Copies PLEASE LABEL THE OUTSIDE OF YOUR PACKAGE WITH. THE BID # & TITLE AND THE OPENING DATE & TIME BIDS WILL BE OPENED: Thursday, July 28, 2005 @ 3:00 p.m. IN THE PURCHASING DEPARTMENT CITY HALL BUILDING BIDS MAX NOT BE WITHDRAWN FOR 94 DAYS AFTER SUCH DATE & TIME. VENDOR NAME: VENDOR MAILING ADDRESS: +�� TW, �UVdt Place bjesk jk, I l0 CITY -STATE -ZIP: 'Ile-. Ft., 32 z 1 T TELEPHONE NUMBER: 7 0 S t-40" AUTHORIZED SIGNATURE: SIGNATORY'$ NAME: 1%I Qn-t SIGNATORY'S TITLE: �10E vr'Cina.�vr"" Page 2 of 21 STATEMENT OF NO BID BID #'OS0015 •• Note: If you do not intend to submit a bid -on this requirement, please return this form immediately to the address below: Purchasing Department, City of Tarpon Springs P;O. Box 5004. Tarpon Springs, FL 34688-5004 We, the undersigned, - havq declined to submit ion yoter 'BbD' #o5001 S 'Purchase of Two (2) Theimal Imaging Cameras for the City of Tarpon Springs Fire' Department for the following reasons; Specifications too ."tight", i.e., geared'toward one brand or manufacturer only (explain below), Insufficient time to respond to, the -Invitation to Bid, We do not offer this product or service. Our schedule would not permit us to perform. Unable to meet Bond Requirements'. . Unable to meet Specifications. Specifications unclear (explain below). Unable to meet -Insurance Requirements, R=Ove us from your "Bidders List" altogether. Other (specify below), Remarks:. We understand that if The "no bid" letter is not executed and returned, our name may be deleted from the Bidders List for the Cary of Tarpon Springs. Company Name Telephone ' Address Signature Date Page 3 of 21 BID # 050015 Purchase of Two (2) Thermal Imaging Cameras for the City of Tarpon Springs Fire Department PURPOSE 1. The City of Tarpon Springs Fire Department is interested in purchasing two (2) therma] imaging cameras specifically designed for firefighting. Thropgh previous research, the department has determined that the Bullard T3MAX thermal imaging camera, or equal, is suitable for their needs. 2. Although. the Tarpon Springs Fire Department has determined that the Bullard T3MAX camera is suitable, any and all qualified vendors may bid an alternate product. however, the bidder should be able to demonstrate product equivalency to the satisfaction of the fire department's administration. Evidence of equivalency may be requested after the bid opening from vendors proposing a different or comparable brand. 3. At the sole discretion of the fire department's administration, bidders proposing a comparable brand may be given the opportunity to demonstrate their proposed camera after the bids have been opened and before a purchase decision is made. However, no bid price shall be changed or altered after the bids have been opened, 4. The purpose of this bid is to establish minimum standards for a thermal imaging camera that is equal or comparable to the Bullard T3MAX thermal imaging camera, 5. All bidders shall propose a comparable thermal imaging camera that utilizes customized micro bolometer and advanced technology signal processing and delivers the clearest picture available in the fire service. 6. All proposed cameras shall be designed with the largest display available in the industry so the high -definition image can be viewed simultaneously by all members of an entry team, and all indicators and warnings are displayed directly through the monitor. 7. All proposed cameras should be ergononucally designed and well balanced so the camera can be held for extended periods in any position without undue stress. The camera shall be furnished with a high -impact and heat -resistant case to ensure that the camera will withstand the rigors of the firefighting environment. INTENT 1. The City of Tarpon Springs intends to purchase two (2) thermal imaging cameras for the fire Department. The primary application of the camera will be firefighting and other emergency situations. The camera shall comply with heat, impact, and vibration resistance requirements that are indicative of the environment of use. The camera shall resist the ingress of dust and water. All externally exposed materials of the device shall be produced from flame-retardant materials. 2. It is the intent of this bid to give equal consideration to all bidders. Product, price, quality, service, and delivery will be factors in making a purchasing decision. It shall be the responsibility of all vendors to bid a camera that is, at a minimum, equal to all of the bid specifications and comparable to the Bullard T3MAX thermal imaging camera. 3. When bidding an equal or comparable camera, all bidders are asked to provide infonnation regarding their proposed camera by attaching specification sheets and brochures in their bid response. Bidders are also asked to list at least two current users of their camera. Page 4 of 21 4. In addition and for the purpoae of comparison, a separate list of all deviations to the specifications should also be listed' on the page marked EXCEPTIONS TO SPECItI`ICATIONS. 5. It is not the intent of these' specifications to call 'for unusual or experimental equipment. If taking exceptions to the specifications or bidding an equal or comparable camera, the bidder must provide documentation indicating the length of time the manufacturer has been inanufactu in' g thermal imaging cameras for use in the firefighting environment. CAMERA COMMNENT PARTS • 2 NiMH Rechargeable Battery Packs Battery Charger • Vehicle Mounted Charger • Carrying Strop- * . Carrying Case, • Operation and Instructions Manual: CAMERA Op'I om ' Alkaline 13attery, Case • 2-Channel Wireless Remote Transmitter • Mobile Link (including battery, battery charger, and AC/DC-adaptors) • Extended Warranty SPECIFICATIONS 1. Quality — The manufacturer irnust ensure quality, design, and manufacturing methods through third -party cerdfcatio6 to 180 9001 or its equivalent. To ensure that the product is of the highest quality, documentation must be prescnted -upon request illustrating a battery of tests that have been conducted to Verify water, resistance, heat resistance, and shock./impact resistance. 2. Physical Configuration — The .imager shall be a hand-held design with a 3.S-inch LCD .display screen and two, side straps. Total'weight of the imager shall not exceed 3 lbs, with the standard battery installed. The imager shall ship in a padded, reusable delivery case. The imager shall ship standard with two rechaigeable batteijes, a battery charger with AC and DC adapters and an operation- and insthictidns manual. The irnager's physical dimensions shall be no more than five (S) incites tall, four (4) inches wide, and seven (7) inches lung. The imager must cpntain.•an hitegral threaded connector to mount on a standard tripod, 3. Durability - The imager. shal]. remain operational after being submerged under 3 feet of water for 30 minutes. The imager shall withstand a 6-foot drop in. any orientation and sustain no operational' .damage. The manufacturer must perform these ' tests in front of designated department. representatives, at a mutually determined time and locations, if requested to do so. Failure to m-spond to the request shall constitute non-compliance with this portion of the specification. 4. Technology —The bnagang technology:shall be- 160x120 pixel un-cooled vanadium oxide micro bolometer detector. To erasure reliability, the detector must be- designed and manufactured by .a company that. has"providedi for at least 3 years, detectors used in the fare service. A vanadium oxide detector from a. co the. rim without 3 years experience in fire service i8 not acceptable. The N�sisa ii2luivBlanc Temperature Difference (NETD) Page 5 of 21 shall be less than 50 mK. The imager shall exhibit an ability to evade whiteout when pointed directly at.flames. The detector shall operate with core temperature ranges of -40°C to 85°C, The dynamic range of the detector and associated electronics shall be 600°C (t 25°C). The imager shall provide surface temperature measurement taken directly from the detector. To ensure safety, temperatures shall be displayed in a graphical form rather than numerically, Preference will be given to bar graph -type graphics on the right side of the display screen. The temperature display must indicate temperatures as high as 1200°F. The imager shall have a colorization mode, active only in its low gain setting, that colors all items over 900°F red. 5, Outer Housing — The imager shall be ergonomically designed, and the outer shell or housing must be manufactured from heat -resistant Ultem thermoplastic. Due to the likelihood of rigorous use, the Ultem must be molded with color pigment throughout to mask small surface scratches. Outer shells or housings that are painted or otherwise lack consistent color through their entire thickness are not -acceptable. The interior surfaces of the outer shell or housing shall be coated with a conductive electromagnetic interference (EMI) shielding material. 6. Monitor/Screen — The imager shall have a 3.5" diagonal fluorescent backlit Liquid Crystal Display (LCD) screen. It shall have a minimum pixel range of 89,856 and a dot format of 234 x 384 dots for high quality resolution. The screen must be visible in thick smoke to both the operator and nearby firefighters from a variety of distances from the face, including arm's length. In addition, the display screen must be protected by a cleat' polyearbonate cover. This cover must be field replaceable and watertight. 7. Lens — The imager shall possess an f/1 A lens fabricated of germanium and have no less than a 40' x 50° field of view. The lens shall be protected with a watertight, sealed 2 n= thick germanium cover window. 8. Visual Indicators — The imager shall have only one LED indicator system to promote maximum ease of use. This indicator shall display battery life via three green, one yellow, and one red LED. 9. Switches -- To ensure maximum ease of use, the imager must have only one switch to activate the unit. The switch must be recessed and protected to avoid accidental shutoff. 10. Straps — Tho straps must be field replaceable and shall be constructed primarily of Kevlar and must have reflective trim. 11. Power Supply - A minimum of two (2) rechargeable batteries shall accompany each imager. Each battery shall be a NiMH cell, providing a minimum of two hours of continuous use with all standard functions and features. Each battery must be capable of a minimum of 1,000 charges. The battery shall have an Ultem outer shell. The battery shall eject from the imager only when two opposing battery release buttons are pressed simultaneously. The battery must be capable of being loaded into the housing only one way and must be easily inserted and removed by a person wearing standard firefighting gloves. An optional AA alkaline battery case must also be available for the imager. The case must load and secure into the imager in the same mariner as the standard NiMH battery. The alkaline case must also be constructed from Ultem. 12. Operation - The imager must be fully operational no more than 10 seconds after activating the power switch. The imager must not have a standby, switch or mode. 13. Wireless Transmission - The manufacturer shall offer an optional wireless remote transmitter compliant with FCC part 90 while operating at a range of 2.4 GHz, The wireless transmitter must corneas a 2 or 4 channel unit at the department's option, The transmitter and a dipole antenna shall be housed inside an attachable handle, protecting the transmitter and antenna from possible damage while giving the department the option Page 6 of 21 to disengage the transmitter. Attaching the transmitter handle must not increase the width of the imager by more than 1 inch, Each wireless unit must have a receiver and antenna able to receive a signal from at least 300 f ecf through common Type V construction. The manufacturer mast have available wi �'` �: t�a` .>,�Yeless 'transmitter a 9" AC/DC TV/VCR with internally mounted receiver to simplify 46,,pper'ation of remote video transmitter, 14. Truck Mount The manufacturer must'affefr truck mounted charging system to mount the imager and internal charging systemin X vehicle of fire apparatus or on the wall of a fire station. The charging system shall ', como. standard with all necessary mounting hardware, a direct charge system, and power cords that enable 'the use of a DC power supply. The system must charge the battery.in the imager at the same.time it charges a spare battery. The battery in the imager niust be charged through contacts on the imager. No cables or wires connecting the. imager to the charging system are acceptable. The system nnust be compliant to NFPA 1901 when properly mounted in a vehicle or fire apparatus. The truck mount charger system must include a separate storage compartment large enough; to hold a spare battery or AA alkaline battery case, 15. Training — A product familiarization class' -will be available through the manufacturer's authorized distributor. Each imager must ship with an interactive multimedia orientation CD-ROM covering the technology, .product uses, and applications, The CD-ROM must have interactive testing of each main secdoti covered in the program. To ensure the highest quality training materials, the manufacturer must have at least two full-time employees dedicated to developing and, delivering thermal imaging, training. To qualify, the employee must have at least tart years .of active firefighting experience and must be certified as a thermal imaging instructor, by' an internationally recognized organization that specializes in thermal imaging for public safety organizations, The employee must also spend at least 75% of their time on thermal imaging training programs. 16. Warranty -- The ianufacturer shall warrant the. thennaI,iimager free of defects in material and workmanship, under normal use-and.seri►ice, for a period of one year effective upon delivery. In addition, the imager's, outer shell or housing shall carry a limited lifetime Warranty. An optional extended warranty is desirable. IT Service — The manufacturer must be located in the U.S.A. and provide a full service repair center in the U.S.A. to ensure drriely and efficient processing of any service related issues concerrdng the imager. Warranty repairs must carry a guaranteed 48-hour turnaround (2 full business days) from the time of receipt at the service center to the time that the manufacturer ships the, imager. Non -warranty repairs must carry a guaranteed 48- hour (2 full business days) turnaround from the time the manufacturer receives purchase order authorization for the repairs to the time the manufacturer ships the imager, If service cannot be provided'Within that time Awne, the manufacturer must provide for the use of loan equipment. Upon request, the Manufacturer must provide the names and contact information for three fire departments that can serve as references, verifying that the manufacturer complies with this requirement. 18. Delivery -- 'The manufacturer shO deliver the thermal imager in 30 days or less after receiving the purchase order. All delivery charges sball be included in the total cost shown on'the proposal page. Shipments. are to be sent FOB City of 'Tarpon Springs Fire Department. Page 7 of 21 EXCEPTIONS TO SPECIFICATIONS BID # 050015 PURCHASE OF 2 THERMAL IMAGING CAMERAS FOR THE CITY OF TARPON SPRINGS FIRE DEPARTMENT Section / Paragraph No. ]description Page 8 of 21 BID PROPOSAL FORM FOR BID # 050015 . The City of Tarpon Springs intends to. purchase Two (2) Thermal Imaging Cameras specifically designed for firefighting for the Fire. Department in accordance with the Specifications and requirements df Bid #050015, Any bidder bidding an alternate camera equal toor comparable to the Bullard T3XAX should be prepared' to demonstrate their, tsmera to the City of Tarpon Springs. Fire Department prior to any bid.award, if,requested to do so. A. Make & Model 11 a r`d _ ► 3MQ)( Price each 51Z' � ©� ,. g- Unit (each) S C. DeliverylShippingCharges(each)It, �t_ '�atuk_ar—a D. TotalTrice (each),$ Z OD E. Total Price for 2 Imagers $ _CA'? dQ F. Delivery Time (calendar days from order date) G. Optional Extended Warranty period & Price H. Optional Alkaline Battery•Case'. $ I. 2 Channel Wireless Remote Transmitter'- J. Mobile Lank Please identify price breaks, if any, for future (up to one year) multiple/additional purchases Of the Thermal Imaging Cameras This proposal includes' all expenses incurred for delivery ane e If any Addenda were issued; the following statement applies; The undersigned acknowledges receipt of the following adder. Addendum No. Dated, Addendum No Dated FAILURE TO ACKNOWLEDGE RED OF ANX`/ALL AD BID TO BE CONSIDERED NON-RESP�NSNE TC ACKNOWLEDGED RECEIPT OF . - EACH ADDENDUM ESTABLISHED AND INCLUDED WITH THE OFFER, Page 9 of 21 Exceptions: Have you taken any exceptions to the specifications? YES OR NO. If YES, indicate them on the separate sheet marked EXCEPTIONS TO SPECIFICATIONS. This proposal must be signed by a person authorized to act for the company in their own name, UNSIGNED PROPOSA�'LS will be cause for rejection, ` Company ( S 'I C Date . C Address y P) oce W es\ 1 ro City, cX.�c�C t71 11 e— _ State L_ Zip Code5Z Z I T Telephone g am' �qO 2-1Fax_ 92�L714 1- (P,., Print Name onfi o f Title ti l Page 10 of 21 SPECIAL CONDITIONS Purchase of Two (2),Ther' M4 1naging Cameras BID Mw 5 1. Submittals shall include an Original and two 2) copies, Please mark the Original. They shall consist, at a. minimum;, of the Ackow0leogement Form, Proposal Form, Exceptions to Specifications (if applicable), all applicablio warranties, any/all Addenda (if issued), References, and the Drug -Free Workpyace`'Form. Bids may also include any narratives, exhibits, samples, brochures, or any otber'information that will demonstrate compliance with the requirements of this bid, 2. Complete written specifications and instracdons, consisting of operating and maintenance manual, parts books, etc..'on any manufactured items or equipment offered shall be provided with unit at time of delivery, 3. Vendor References must include at least -three (3) references for fire services using the specific thermal imager' bid. References in .the City's immediate or nearby area are preferred.. Include conrict names and telephone numbers. 4. Preference shall be given to businesses, with drug -:free workplace programs in accordance with Section 28.7.087, Florida $tatutes, Whenever two or more proposals which are equal with respect to price, quality; and service are received by the City for the procurement of commodities air contractual services; a proposal 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 bids will be followed if none of the tied vendors have a drug -free workplace program. 5- A person or affiliate who has been placed on' the State of Florida convicted vendor list following a conviction for a public entity, crime may -not submit a bid on a contract to provide any goods or services to a public entity; may not submit a bid on a contract with a public en,tity,for the constructionor repair of a public building or public work; ,may not submit bids do leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor,•or consultant udder a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 for CATEGORY TWO for a period of thirty-iix (36) months from the date of beingplaced.on tho convicted vendor list. 6. All questions or requests for additional information are required to 'be in writing and may be faxed to 727-937-1766 or e-,mailed to alda ci, -812rings.fl.us copy Ipaul®ci-- tamgU- din .fl.us. Questions regarding the Specifications will be forwarded to" the Tarpon Springs Pli•e Departient. Any verbal responses to questions or changes or additions to sny Part of this invitation to jBid - will not be binding on, the City or its representatives. Only changes or additions made by Addenda issued by the City of Tarpon Springs Purchasing Department should be considered for your bid submittal.. Page I I of 21 7, All bids must be submitted in accordance with requirements set forth in this document. Sealed bids must be received at: Delivery Address City of Tarpon Springs Purchasing Department 324 E. Pine Street Tarpon Springs, FL 34689 Mailing Address City of Tarpon Springs Purchasing Department PO Box 5004 Tarpon Springs, FL 34688-5004 NO LATER THAN Thursday, July 28, 2005 03:00 P.M. It is the responsibility of the bidder to send or bring the Original and two (2) copies of the bid in a sealed envelope, with the outside of the envelope clearly marked: BID# 050015 Purchase of Two (2) Thermal Imaging Cameras 7/28/05 @ 3:00 P.M. Bids not so marked may be routed as routine mail and may not be delivered to the Purchasing Department on time. Bids received after the deadline for any reason will be rejected and will not be considered. PLEASE NOTE.— The Post Office does not deliver mail to our physical location. City staff picks the mail up once a day. If you send a DID package via USPS Express Mail, we may not receive it in the Purchasing Department office on time. Receipt by the Post Office prior to the deadline does not meet our deadline requirements. 8. Delivery is FOB Tarpon Springs, Florida. All prices shall Include delivery; as well as any necessary unloading, installation, hook-up, and'irdi al start-up of unit. Delivery is to be made during normal business hours: 8:00 a.m. — 4:00 p.m., Monday — Friday. Call Rick Butcher @ (727) 938-3737 prior to delivery. 9, Bids submitted will be ieviewed first by the Purchasing Department on the opening date and time prescribed to determine if the bidder has followed proper submittal procedures. Any bids deemed non -responsive to the ,Invitation to Bid may be rejected for future consideration. 10. Bid submittals are not confidential. They are subject to Florida public records law., However, after a brief review period at the opening, the responses are sealed for a period of ten (10) days. During that time they are not available for viewing. Page 12 of 21 11. The units furnished must be new and free from defects. Units not meeting specifications upon delivery will not be accepted. If the item cannot be brought up to specifications in a reasonable time, as determined by the City, the bidder will be required'to compensate the City font the difference in price cntaii;d:in••going to the next'lowest bidder. 12. In order to ensure fair evaluation of bids, Iex parte•communication initiated by bidders ,is prohibited from the time the responses are opened until a Anal decision has been made. No' bidder may, 'Otiate communication, with any City Comttmi"ioner or any* City oMdal; staff, or employee who is participating in the evaluation process. Any and all communication initiated by a bidder after the responses are opened must be in iwriting to: Pat Ald4pe', CPPB PO Sox 5004 Tarpon Springs, FL 34688-5004 727-937-1766 Fax yaldaoe®ciA i w} -wrin lxas. The City may, however, initiate communication with any bidder In order to obtain additional information or clarification 'necessary for fair . evaluation of their bid. Ex parte communication initiated 'by d, bidder nay. disqualify . that bidder from - consideration for this or future Invitations. to $id. Page 13 of 21 INVITATION TO BID GENERAL CONDITIONS BID # 050015 Purchase of 2 Thermal imaging Cameras for the Tarpon Springs Fire Department BIDS WILL BE OPENED: Thursday, July 28, 2005 C 100 P.M. BIDS MAY NOT BE WITHDRAWN FOR 90 DAYS AFTER BID OPENING SECTION A 1. CONTRACT DOCUMENTS Any contract resulting from this solicitation shall include the following which are incotporatod herein; Legal Advertisement, General Conditions, Special Conditions, Technical Specifications, Bid Proposal, and Award. 2. PREPARATION OF BIDS Bids will be prepared in accordance with the following: (a) Our enclosed Bid Proposal Form is to be used in submitting your bid. (b) All information required by the Bid form shall be furnished. The bidder shall print or type his name and manually sign the schedule and each continuation sheet on which an entry is made. (c) Unit price shall be shown and where there is an error in extension of price, the unit price shall govern. (d) Alternative bids will not be considered unless authorized by the Invitation to bid. (e) Proposed delivery times must be shown and shall include Sundays and Holidays. (f) Bidders will not include federal tax nor State .of Florida sales, excise, and use taxes in bid prices as City is exempt from payment of such taxes, An exemption certificate will be signed where applicable upon request. (g) Bidders shall thoroughly examine the drawings, specifications, schedule, instructions and all other contract documents. (h) Bidders shall make all investigations necessary to thoroughly inform themselves regarding plant and facilities for delivery of material and equipment as required by the bid conditions. No plea of ignorance by the bidder of conditions that exist or that may hereafter exist as result of failure or omission on the part of the bidder to make the necessary examinations and investigations, or failure to fulfill in every detail the requirements of the contract documents will be accepted as a basis for varying the requirements of the City or the compensation to the vendor. (i) Bidders are advised that all City contracts are subject to all legal requirements provided for in any Purchasing Resolutions or Policies of City and State and Federal Statutes. 3. DESCRIPTION OF SUPPLIES (a) Any manufacture's names, trade names, brand frame, or catalogue numbers used in specifications are for the purpose of describing and establishing general quality levels. SUCH REFERENCES ARE NOT INTENDED TO BE RESTRICTIVE. Bids will be considered for any brand which meets the quality of the specifications listed for any items. Page 14 of 21 (b) Bidders are required to state exactly what they intend to furnish; otherwise they shall be required to furnish the items as•specified. (c) Bidders will submit data necessary'tq'evaluate and determine, the quality of the item they arc bidding with theirpropo"'g" 4. SUBMISSION OP'BIDS (a) Bids and changes thereto shall be',encloscd in sealed envelopes, submitted in triplicate and addressed to 'the Purchasing Departrnent, City of Tarpon Springs, in accordance with the instructions givers vn the Acknowledgeinent Form, (b) Bids must be siabtnittcd on -the - forms furnished. Telegraphic bids will not be considered, Bids, howeycr, may be �mbdified by telegraphic notice provided such notice is received prior to the time and date'set for the bid opening. (c) City is not responsible for the, United States mail. or private couriers or messengers in regard to bids being delivered by the specified time so that they can be considered. S. REI'ECTION OF BIDS (a) City may, reject a bid if: 1. The bidder misstates or conceals any material fact in the bid, or if z. The bid.does not strictly conform to the law or requirdments•of bid, or if 3. no bid is conditional, except :that the bidder may quality his bid for acceptance by City on an "ALf;'•OR, NONE" basis, or a "LOW HEM„ basis. An •"ALIL OR NONE" basis bid Yr ust include all items upon which bids are invited. (b) City ,may, however, reject all bids, with or without cause, whenever it is deemed in the best interest of the City to do so, and may reject any -part of a bid unless the bid' has been qualified- as provided iri 5 (a) 3, city ,may also maive any minor informalities or irregularities in any bid. (c) City, in its sale discretion, will determine whether or not a bidder is a responsible bidder. . 6- , WITHDRAWAL OF BIDS (a) Bids,may not be withdrawn after the time set for the bid opening fora period of time as specified. (b) Blds may be withdrawn prior to the time set for the bid opening. Such request must, be in, writing. I 7. LATE BIDS OR MODIFICATIONS (a) Bids and modifications received after the time set for the bid opening will not be considered. (b) Modifications in writing received -prior to the time set for the bid accepted. .opening will be 1 S. CLARIICATIpNS OR OBTECTIONS,TO-BID SPECIPIC.AITONS (a) If any"pprson contemplating subrittng a bid for this contract is in doubt as to the true meaning of -the specifications or' other bid documents oi an y pfhe may submit to the Purchasing Department on or before ten (Io) days prior etoo, the scheduled, opening a request for clarification. All such requests for information shear tPc made in writing and the person submitting the request will be responsible Page 15 of 21 cin;'ninFA 11J1n(1 711T1 0TMV n n I n � I I i n I .- -. , n n , I ....•i for its prompt delivery. Any interruption of the bid, if made, will be made only by Addendum duly issued. A copy of such Addendum will be mailed or delivered to each person receiving an Invitation to Bid. City will not be responsible for any other explanation or interpretation of the proposed bid made or given. prior to the award of the contract. Any objection to .the specifications and requirements as set forth in this bid must be filed in writing with the Purchasing Department on or before ten (10) days prior to scheduled opening. 9. DISCOUNTS (a) Bidders may offer a cash discount for prompt payment: however, such discounts shall' not be considered in determining the lowest net cost for bid evaluation purposes. Bidders are encouraged to reflect cash discounts in the unit prices quoted. (b) In connection with any discount offered, time will be computed from the date of receipt of supplies or services or from the date a correct invoice is received, whichever is the later date. Payment is deemed to be made on the date of mailing the check. 10. SAMPLES Samples, when required, must be submitted within the time specified at no expense to the City. If not destroyed or used up during testing, samples will be returned upon request at the bidder's expense. Each individual sample must be labeled with bidder's name and manufacturer's brand name and number. 11. STATEMENT OF NO BID If your company does not wish to bid on the bid package, please return the bid sheet marked `'Statement of No Bid" in order to remain on the biddeer's list. 12. QUALIFICATIONS FOR AWARD Award of this contract shall be made to the bid which is responsive in all respects to these procurement requirements, and where the bidder is determined to be a responsible bidder, which determination shall be made solely at the discretion of the City. The bidder affirms and declares: A. That the bidder is licensed to do business within the State of Florida and has or will obtain prior to the City issuing a Purchase Order a City of Tarpon Springs Occupational l..acense. B. That the bidder has the capability to assure the completion of the required services within the time specified under this contract, C. That the bidder presently has necessary facilities, financial resources and licenses to complete the contract in a satisfactory manner and within the required time. D. That the bidder is of lawful age and that no other person, firm or corporation has any interest in this bid or the contract proposed to be entered into. E. That the bidder is not in arrears to the City upon' debt or contract and is not defaulting as surety or otherwise, upon any 'ibligation to the City. F. • That no officer or employee or person whose salary or compensation for services is payable in whole or in part from the City is or shall be or become interested directly or indirectly in this bid or in the award or Page 16 of 21 Performance of -the contract for supplying of the aforesaid, and other relattd items, ofin any portipn of the profits or price therefore. 13. AWARD OF CONTRACT (a) The contract will be .awarded, if 4t .1�'. with reasonable promptness, by written notice to the best bid confo bidder which rming to 'tq specifications and/or instructions to The will be most advantageous to the City, Price and other factors considered. City shall have the sole.discretion to determine which bidder shall be awarded the contract. (b) City reserves the right to accept and award item by item, by group, or in the aggregate, unless the bidder qualifies his bid by specified limitations. (c) It two or more bids received are for the same total amount- or unit price, quality and service' being equal, the contract will be awarded to the bidder that is within the City limits of Tarpon Springs When no bidder maintains an office within the City, an office maintained within pinellas County will be the determining factor. who maintains an When no bidder maintains an office within the. City or Pinellas County the bidder office withiin the'State of Florida will be the determining factor. unless (d) Prices quoted must be FQB .Tarpon Springs with all transportation charges prepaid otherwise speciSed•in the Invitation to Bid. (e) The City reserves the right tb utilize any applicable state or county contracts in lieu of or in addition to this bid. (f) The obligations of the City of Tarpon. Springs, under this award, are subject to the availability of funds lawfully appropriated by the Board of Commissioners. (g) A written -award of acceptance (Purchase Order), ;mailed or otherwise furnished to the successful bidder, shall resulfin a binding contract without ;Further action by either party, 14. DELIVERY (a) Deliveries are to be FOB' De'stinadon unless otherwise specified in the Invitatio to Bid, n (b) Deliveries are to,be made during regular, business hours. 15. CO.NDITION'OF MATERIALS AND PACKAGING All item furnished must be new and ftee. from defects. No others will be accepted under the terms and intent of this bid. Ali containers shall ,be new and suitable for storage or shipment, and price bid shall include standard commercial packaging. 16. CLAIMS Successful bidder will be responsible for making any and all claims against for missing or damaged item.carriers 17. LOCAL, STATE, AND FEDERAL COMPLIANCE REQtMWmEENTS Bidders shall comply with all local, state, and feoeral directives, orders and laws and applicable to this bid and subsequent contract including. but not limited to: Order 11246as (1) Equal 246, as Opportunity (EEO), in compliance with Executive applicable to thus contract. (2) Minority Business Enterprise (MBE), as applicable to. this. contract. (d) �� onal Health and Safety Act (OSHA), as applicable to this Page 17 of 21 9InfIInrA I IJV � vVJ it vM .I.�• v.. ��... .--� ......- -..� (4) Certification that they are not on the Comptroller General's list of ineligible contractors. 16. COLLUSION The bidder, by affixing his signature to this proposal, agrees to the following; "Bidder certifies that his bid is made without previous understanding, agreement, or connections with any person, firm, or corporation making a bid for the same item and is in all respects fair, without outside control collusion, fraud, or otherwise illegal action." 19. SERVICE AND WARRANTY Unless otherwise specified the bidder shall declare any warranty service and replacements that will be provided during and subsequent to this contract. Bidders must explain on an attached sheet to what extent warranty and service facilities are provided. 20. INVOICING (a) Monthly charges rendered by successful bidder to the City to be due and payable on terms of Net 30 days after proper and complete billing is received by City. (b) The Contractor's shall include as a minimum; Purchase Order Number, Service Description, Service Dates, State Exempt Certification Number and Total Invoice Amount. 21. LEGAL REQUIREMENTS Applicable provisions of all Federal, State, county and local taws and of all ordinances, rules and regulation shall govern development, submittal and evaluation of all bids received in response hereto and shall govern any and all claims and disputes which may arise between persons submitting a bid response hereto and City by and through its officers, employees and authorized representatives or any other person, natural or otherwise, and lack of knowledge by any bidder shall not constitute a cognizable defense against the legal effect thereof. 22. TERMINATION City may terminate this contract Without cause upon thirty (30) days written notice. 23. EXCESS REPROCUREMENT LIABILITY Contractor shall be liable to the City for all expense in-curred by the City in procuring elsewhere the same or similar item or service offered by contractor hereunder, should contractor fail to perform. 24. FACILTI'T>rS The City reserves the right to inspect the bidder's facilities at any reasonable time with prior notice. ' 25. VARIANCE IN CONDITIONS Any and all Special Conditions and Specifications attached hereto which vary from General Conditions shall have precedence. 26. ATTORNEY' S FEE In the event it becomes necessary for City to seek legal means to enforce the terms of this agreement, the contractor will be liable for all reasonable litigation fees and cost incurred Page 18 of 21 by the City in prosecution or defense of such action or in any post judgment or collection proceedings, This shall include bankruptcy. proceedings filed by or against the contractor. 27. WAIVER OF BREACH No waiver of any breach of this agreement shall be held to be a waiver of any subsequent breach of this agreement, 28. ENTIRE AGREEMENT Tbis agreement contains the:Ibntire understanding 'of the,'parties and.:supercedes all previous verbal and written agrccments;'theie are no other,agreerhents, representations or warranties not set forth herein, in the event that any portion of this agreement shall be declared by any court of competent jurisdiction to be invalid or unenforceable, then the Parties agree - that such invalid or unenforceable portion shall be severable and the contract shall be treated as though that portion had never been part of this agreement. 29. NOTICES Any notice required or permitted to be given under this agreement shall be sufficient if in .writing and sent .by Certified Return Receipt Requested Mail to the Contractor and the City at their'respecti_ve addresses. 30, HOLD HARMLESS Parties recognize ilia# the Contractor is an -independent contractor, The Contractor agrees to indemnify, hold harmless, and defend City of, from, and against all liability and expense, including reasonable attorneys fees., in connection with any and all claims whatsoever for personal injuries or property.damage caused by the negligent or deliberate act or omission of the Contractors, its agents, officers, subcontractors, employees, sub- contractors. platerial-men and independent contractors. This includes claims made by the employees, of, the' Contractor against the procuring Agency and Contractor hereby waives its entitlement, if any, to.immunity under section 440.11, Florida Statues. This shall not be construed as a waiver O f any immunity City'may have under the Doctrine of Sovereign Lmmunity or of 768.28, Florida Statues. 31. BID PROTEST $id Protest or any objection to the procedures followed by the City of Tarpon Springs, with regard to this bid or the award thereof must be in strict accordance with Resolution 2001-40, a copy of which may be obtained from the Purchasing Department upon request. Page 19 of 21 VENDOR REFERENCES THE FOLLOWING INFORMATION IS REQUIRED IN ORDER THAT YOUR PROPOSAL FOR BID #050015 MAY BE REVIEWED AND PROPERLY EVALUATED, COMPANY NAME: 1 LENGTH OF TIME COMPANY HAS BEEN IN 13USINES5. BUSINESS ADDRESS: 1 qlo "Qu vai HOW LONG IN PRESENT LOCATION: C TELEPHONE NUMBER: _ T%5 ` 4440 2gy-4 LOCAL COMMERCIAL AND/OR GOVERNMENTAL REFERENCES 'WHICH ARE SIMILAR IN SCOPE TO THIS PROJECT: ' 1. s� Ca.�, '�� re. 'R�sc�e.2..�} l.srcc►e Cn�. �; r-e. Company Company quss NG`ea� Place, Address Telephone h; Cr eICV-C� c Contact NU O R be die �g1QnC� Address 3Z- 4(DZ—,s-301 Telephone c1w t " J c,�,l Size ►� . Contact 3.1GLv i nrie-J1 C!�P r-e, 4. P D%b6 r I r , Company Compady Sod- .�c - _nV.Nt. 1?d 1595 (2rtv Sergi cc.s P k wi Address Ad Tess Telephone Contact Telephone contact Page 20 of 21 PREFERENCES TO BUSMSSES WITIT DRUG -FREE WORKPLACE PROGRAMS UNDER SECTION 287.087;.I?LORIDA STATUTES, I. This statement is submitted with Bid #050015 IpURCHASE OF 2 THERMAL IMAGING CAMERAS FOR THE TARPON SPRINGS FM- DEPARTMENT, 2. Preference shall be given to businesses with drug -free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the City for the procurement of commodities or' contractual services, a bid received from a business that certifies that is has implemented a drug -free workplace program shall be given preference in the award process, Established procedures for processing,tie bids 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: A.) Publish a statement 'notifying employees that the unlawful manufacture, distribution, dispensing, possession, Qr use of a controlle4 substance is prohibited in the workplace and specifying the actions that will be taken against employees for specifying the actions that will be taken against employees for violations, of.such prohibition. B.) 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 pen4lties that may be imposed upon erimployees for drug abuse violations, C.) Give each, employee engaged in providing the commodities or contractual services that are underbid a copy of the statement specified in subsection (A). D.) In the statement specified in subsection (A), notify the employees that, as a condition of working on thecommodities 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, 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 than five (5) days after such conviction. E.) Impose a sanction 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. F.) Make a- good faith effort to ,continue to maintain a drug -free workplace through implementation of this section, AS THE PERSON AUTHORIZED TO SIGN THIS STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES P[p,,LY WTX'H TIC A$OvB REQUIREMPNTS. VENDOR'S SIGNATURB-'s-1 w— Page 21 of 21 TR 10876 EXHIBIT 3 ¢d _ a rn N W N M (A F F z 7+ o o Co W o r F F d W w x 0 w o r W rn o w v m w a w m W d d a ?C � `.0 � � m m N m RI Q z 0 N F F F F H M a w Q 0 0 0 0 0 0 W zz w W o ¢ ¢ m 0 m o r or 0 0 0 0 0 0 F U La p r m o ui o 0 0 0 0 0 0 aC W m m N W C o' F F rn rl w w w w w w a W C7 C7 U' t7 C7 C7 a F F F F H F a a a a a a N n � rFn : a 0 0 ¢ 0 0 a z w w W W W W v d a+ w a a G o ¢ m p m 0 H O F E+ F F F F w to w '+ 4 a ry M r W M a ElH H H H H 0 a 0 a a w ry z w w w w (n w m w w w w o d o a w ¢ o d a w F w w w w w W 7 a O W a w H w w a a a a a a H H H H H H M rz M a m a 0 a d d d d H n o F. to W W W W [x. u Z W w W W q W w W w W r d d ��GG 1")m I N w Mi IHnw imw mS Oo W o W o W om o G7oW 0 W w E H d a• H p ¢ p p 0 0 0 0 0 0 0 0 Z H FW FW FW FWFW a (9 0 0 0 0 0 MO W a F w U ] 0CR W Mw a W w wx a z N p D4 n W w W E+ w F O R w '. O O w w F H U w 4 K Vz u w w w w w w a, cr)a w Q d FFF F FFFFFF•FF w 1 F d z d z d z d z d W W W W W W W W W W a w w �wswswsws0E0 z in, a0a00,020a0 au dau 4U nu aU ❑u Hau onu aU aU nu H H H H Uwd �x w� .a wa wW www aQ rj)4 aQ .nw wd 0zw aoaoaoaoo�oao 0000000w0000 w W w W W w 2 O w a m W w a4 a w N W ix w GC W p$ a w W a w W a w Hw 0 0 0 0 0 0 7Ln JlN �Ln W w.Lw�w C7O 7 zdp�,-a W OH wRH .H"7H nH n n n n n n F ,y as wQ�a Qua as rvr�a�vr��.s+vrs4ur d £ W W w W a 4 0, F W a w W a w a w a a x a a w a [� H z a 3 z a w z �a a a Wz❑ z a wzn a z] w w w i w w w z z z z z z w a O w IxFa O w _ O w W O w F 4 w O w H F H F H F H F H F H F Fu0" S H f17U qEE-� w WU (•n a pL C1 zFa VH 2u01 CJVH wFa WUH uFxiu uauauauaua�ua Qi a C7i a d 4f Pi zwa awn Wn FWn w W w WxW W xFcr E. Fo• HFO W Fa W�Fl0 HHd HOW wow ao COW 20 40W a a w a a � a wW N 0 W U W V w U0 W ¢ ¢ p p o w w Mww wwm mww ww aww Ham a s v w F H W w H W O H W N H W Od 4 H W K4 w z H W w LM w w w w w w N N N N N N �+ ,z q (] rl M M N N N N N N ro o H z O H x .. .. d ?. Q aF0 .. .. ?� Ll HE.O a ., .. w }• Q $FO F .... ?•� q QHO E, .. .. ?+ Q QFO F, .. .. Y� q QFO m m N w m w E 0 0 0 0 0 ¢ zN N N ry ry N b 9c F a M E nq 40x Cx H Ln ul N Ln Ln w H E. u O a fA 0¢ d 0 0 q x 0 0 KCq a 0 0 dq a 0 0 4q .100 Ov a v v v v U M I M M M M w a w Exupq uxu�j zu 142:upq aMupqq UN In m m w p w w 0 W O a N O a 10O n fO O a [01�1 o a K M w ~ w ~ ~ 5 E W M U w x V w u m u w u 0 U w ru a w w H W Fz W 11/29/2005 1300 FAX 9047416296 AXIS FIRE SUPPLY 1 11.L! Firs Supply, Inc. P. Q, Box 263ZB Jacksonville, FL 32226-6328 Quoted to: Tamarac Fire & Rescue 7501 N. W. 88th Avenue Tamarac, FL 33321 l� 0021002 Quotation Quote Number: 100( Quote Date: Nov 29, 2005 Customer 1D Good Thru Payment Terms Sales Rep tamarac 12/29/05 Net 30 Days -- Quantity TteM I I 3. 0 I80- T3 POw,ERHOUSE 3 . 0 1BU-T3RETRACT 1.0 BU-T3MAXEXT 1.0 ,BU-Mh1 1.0jBU-T3TRANSONLy2 1.0 U-T3ALK 1.0 tB U-T3N1MH - Description Unit Price uJlaid T3Max (Red) Thermal 10 582.dd'� Imeager with Thermal Throttle � includes 2 NIMH SatZerieS, attery Charger with AC/DC Adaptors, and Carrying Case Bullard T3 Powerhouse (Included in Camera Package) Bullard T-3 Gear Keepers ,(Included in Camera Package) Bullard T3 Extended Warranty 880.00 Bullard 2 Channel Mobilelink with 1,867,94 battery, battery charger, and C/DC Adaptors Bullard T3 - 2 Channel Wireless 1,248.00 emote Transmitter (Only) ullard T3 Alkaline Battery 53.82 ullard T3 NIMH Battery 90.00 Shipping & Handling is included 145 days or less lead time Subtotal Sales Tax Total Page Extension 311-74E.001 a80.0rV, 11661.94, 7.,248-GO 53 ,3 2' 90.CO. 35,885.761 35,88`.75,