Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-98-244Temp. Reso #8358 Page 1 Revision #1: 9/1 /98 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-98- ,�- T A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA; AWARDING THE REQUEST FOR PROPOSAL #98-28R TO MUNICIPAL EQUIPMENT COMPANY, FOR THERMAL IMAGING EQUIPMENT AT A COST OF THIRTY-NINE THOUSAND THREE HUNDRED NINETY DOLLARS ($39,390.00) FOR TWO THERMAL IMAGING CAMERAS AND ACCESSORIES; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City recognizes that Tamarac Fire Rescue responds to many hazardous conditions where visibility is poor; and WHEREAS, new technology has been developed which allows fire fighters to see temperature differences between objects when they would otherwise be invisible; and WHEREAS, the City published Request for Proposal (RFP) #98-28R for the purchase of thermal imaging equipment, soliciting responses from ten vendors, receiving four proposals and one no bid; and WHEREAS, the City examined responses from: Ten-8 Fire Equipment, Inc., Municipal Equipment Company, E.D. Bullard Company, and Fire Research Corporation, to the request for proposal and determined that Municipal Equipment Company was best able to meet the needs of the City, (evaluation sheets attached as "Exhibit A"; and WHEREAS, Municipal Equipment Company quoted prices of thirty-five thousand nine hundred ninety dollars ($35,990.00) dollars for two thermal imaging cameras, three thousand two hundred dollars ($3,200.00) for a video link, and two hundred dollars Temp. Reso #8358 Page 2 Revision #1: 9/1/98 ($200.00) for one handle, for a total cost of thirty-nine thousand three hundred and ninety dollars (39,390.00); and and WHEREAS, available funds exist in the Fire Rescue Fund budget for said purpose; WHEREAS, it is the recommendation of the Fire Chief and the Purchasing/ Contracts Manager that this request for proposal be awarded to Municipal Equipment Company; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the City of Tamarac to award the request for proposal to for thermal imaging cameras and accessories to Municipal Equipment Company at a total cost of thirty- nine thousand five hundred ninety dollars ($39,390.00). NOW, THEREFORE, BE IT RESOLVED BY THE 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: Municipal Equipment Company is awarded the request for proposal for the purchase of thermal imaging cameras and accessories at a cost of thirty-five thousand nine hundred ninety dollars ($35,990.00) dollars for two thermal imaging cameras, three thousand two hundred dollars ($3,200.00) for a video link, and two hundred dollars ($200.00) for one handle, for a total cost of thirty-nine thousand five hundred and ninety dollars (39,390.00). SECTION 3. That all resolutions or parts of resolutions in conflict herewith are Temp. Reso #8358 Page 3 Revision #1: 9/1/98 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 effect 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 f day of, X k�, 1998. ATTEST: CAROL GOL MC/AAE CITY CLERK M CHELL S. KRAFT CITY ATTORNEY JO CHREIBER MAYOR RECORD OF COMMISSI MAYOR SCHREIBER DIST 1: COMM. McKAYE DIST 2: V/M MISHKIN DIST 3: COMM. SULTANOF DIST 4: COMM. ROBERTS this RESOLUTION as to form. Coding: Words in GtFUGIthrough are deletions from existing law; Words in underscored type are additions. VOTE Exhibit A REQUEST FOR PROPOSAL R1 RFP # 98-28R THERMAL IMAGING SYSTEM FINANCE DEPARTMENT PURCHASING DIVISION CITY OF TAMARAC 7525 NW 88TH AVENUE TAMARAC, FLORIDA 33321-2401 J REQUEST FOR PROPOSAL PROPOSAL NO. 98-28R Sealed Proposals, addressed to the Purchasing and Contracts Manager of the City of Tamarac, Broward County, Florida, will be received in the Purchasing Office, 7525 NW 88th Avenue, Tamarac, Florida 33321-2401 until, August 5, 1998 at 2:00 p.m., at which time proposals will be publicly opened and announced for: THERMAL IMAGING SYSTEM All proposals received after the date and time stated above will be returned unopened to the Proposer. All Proposers are invited to attend the opening. One original and two copies (2) of the proposal shall be submitted on an official proposal form furnished with the proposal package and those submitted otherwise will not be considered responsive. The submittal shall be plainly marked Proposal No. 98- 28R, Thermal Imaging System opening August 5, 1998 at 2:00 p.m. on the outside of the envelope. The City reserves the right to accept or reject any or all proposals, or any part of any proposal, to waive any informalities, and to award in the best interest of the City of Tamarac. Proposal documents will be available for review and may be obtained from the Purchasing Office at the above address. For non -technical inquiries, contact the Purchasing Office at (954) 724-2450; and for technical issues, contact Paul Forsberg at (954) 724-2436. 11AW Z06 & Anne Lodato Senior Buyer E mail: annel@tamarac.org Publish Sun Sentinel: Sunday, 7 / 19 /98 Sunday, 7 / 26 /98 1 CITY OF TAMARAC REQUEST FOR PROPOSAL RFP NO. 98-28R The City of Tamarac is issuing a Request for Proposal (RFP) to obtain the services of a qualified firm to provide a minimum of two (2) Thermal Imaging Systems. The City of Tamarac reserves the right to accept or reject any one or all proposals, or any part of any proposal, to waive any informality in any proposal, and to award the purchase in the best interest of the City of Tamarac. GENERAL TERMS AND CONDITIONS These general terms and conditions apply to all offers made to the City of Tamarac by all prospective Proposers including but not limited to Request for Quotes, Request for Proposal and Request for Bid. As such the words "bid" and "proposal" are used inter- changeably in reference to all offers submitted by prospective bidders. 1. SUBMISSION OF THE PROPOSAL: The Proposer is directed to deliver sealed bids to the City Clerk's Office, City of Tamarac, 7525 N. W. 88th Avenue, Tamarac, Florida 33321, ON: August 5, 1998. BEFORE: 2:00 p.m. At this time the Proposals will be opened, the names of all Proposers will be announced. All proposals shall be confidential pursuant to the Florida Statues, Chapter 119, entitled Public Records 119.07 (3)(m). All Proposers and their representatives are invited to attend. The Proposer must show the RFP number, RFP name, time and date of the RFP opening on the outside of the sealed RFP package. Delivery of the sealed proposals to the City Clerk's Office on or before the above date is solely and strictly the responsibility of the Proposer. Late Proposals will be returned unopened to the Proposer. It is the Proposer's responsibility to read and understand the requirements of this RFP. Unless otherwise specified the Proposer must use the proposal form furnished in the Proposal packet. Proposers are required to state exactly what they intend to furnish to the City via this Solicitation and must indicate any variances to the terms, conditions and specifications of this bid, no matter how slight. If variations are not stated in the proposal, it shall be construed that the proposal fully complies with all conditions identified in this RFP. The Proposer shall submit one (1) ORIGINAL and (2) two copies of the proposal. The ORIGINAL RFP must be manually and duly signed in ink by a Corporate Officer, Principal, or Partner with the authority to bind the company or firm by his/her signature. All quotations must be typewritten or filled in with pen and ink. Proposals having erasers or corrections must be initialed in ink by the Proposer. All prices, terms and conditions quoted in the submitted proposal shall be firm for acceptance for sixty days from the date of the RFP opening unless otherwise stated V, r by the City. 2. WITHDRAWAL OF PROPOSAL: Any Proposer may withdraw its proposal prior to the indicated opening time. The request for withdrawal must be submitted in writing to the City Clerks Office. 3. PUBLIC ENTITY CRIMES FORM: A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a proposal or a contract to provide any goods or services to a public entity, may not be awarded or perform work as a supplier or subcontractor under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. 4. QUANTITIES: Quantities shown are estimates only. No guarantee or warranty is given or implied by the City as to the total amount that may or may not be purchased from any resulting contract. The City reserves the right to decrease or increase quantities as required. 5. PRICES, PAYMENTS AND DISCOUNTS: RFP prices shall be fixed and firm to the extent required under Special Conditions. Payment will be made only after receipt and acceptance of materials/services. Cash discounts may be offered for prompt payment. Proposers are encouraged to provide prompt payment terms in the space provided on the Proposal Form. If no payment discount is offered, the Proposer shall enter zero (0) for the percentage discount to indicate net 30 days. If the Proposer does not enter a percentage discount, it is understood and agreed that the payment terms shall be 2% 10 days, net 30 days effective on the date that the City receives an accurate invoice or accepts the product, whichever is the later date. Payment is deemed to be made on the date of the mailing of the check. 6. DELIVERY: All items shall be delivered F.O.B. destination to a specific City of Tamarac address. All delivery cost and charges must be included in the proposal price. All exceptions shall be noted. Failure to do so may be cause for rejection of the bid. The City reserves the right to cancel orders or any part thereof, without obligation if delivery is not made at the time specified in the proposal. 7. BRAND NAMES: Manufactures' name, brand name, model number or make is used in these specifications for the sole purpose of establishing minimum requirements of quality, performance and design. APPROVED EQUAL is added to these specifications to avoid ruling out qualified competition. Where equal is bid, the Proposer must submit brochures or specifications in detail or provide samples. The City shall be the sole judge of equality. 8. SAMPLES AND DEMONSTRATIONS: When requested samples are to be furnished 3 free of charge to the City. If a sample is requested it must be delivered within seven days of the request unless otherwise stated in the proposal. Each sample must be marked with the Proposer's name and manufacture's brand name. The City will not be responsible for returning samples. The City may request a full demonstration of any product or service before the award of a contract. All demonstrations will be done at the expense of the Proposer. 9. CONDITIONS OF MATERIALS: All materials and products supplied by the Proposer in conjunction with this RFP shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Proposer at no cost to the City. 10. COPYRIGHTS OR PATENT RIGHTS: The Proposer warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this proposal. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 11. SAFETY STANDARDS: The Proposer warrants that the product(s) supplied to the City conforms with all respects to the standards set forth in the Occupational Safety and Health Act and its amendments to any industry standards if applicable. 12. PERFORMANCE: Failure on the part of the Proposer to comply with the conditions, terms, specifications and requirement of the RFP shall be just cause for the cancellation of the RFP award. The City may, by written notice to the Proposer, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 13. DEFAULT: In the event that the Proposer defaults on the contract or the contract is terminated for cause due to performance, the City reserves the right to obtain the materials or services from the next lowest Proposer or other source during the remaining term of the contract. Under this arrangement the City will charge the Proposer any excess cost occasioned or incurred thereby and shall apply to any RFP bond required. 14. TERMINATION FOR CONVENIENCE OF CITY: Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to the Proposer, the CITY may without cause and without prejudice to any other right or remedy, terminate the agreement for the CITY's convenience whenever the CITY determines that such termination is in the best interest of the CITY. Where the agreement is terminated for the convenience of the CITY the notice of termination to the Proposer must state that the contract is being terminated for the convenience of the CITY under 4 the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, the Proposer shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, terminate all outstanding sub -contractors and purchase orders to the extent that they relate to the terminated portion of the Contract and refrain from placing further orders and sub -contracts except as they may be necessary, and complete any continued portions of the work. 15. ASSIGNMENT and/or SUBCONTRACTING: The Proposer shall not transfer or assign the performance required by this proposal without the prior written consent of the City Manager. Any award issued pursuant to this proposal and monies that may become due hereunder are not assignable except with prior written consent of the City. 16. EMPLOYEES: Employees of the Proposer shall at all times be under its sole direction and not an employee or agent of the City. The Proposer shall supply competent and physically capable employees. The City may require the Proposer to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Proposer shall be responsible to the City for the acts and omissions of all employees working under its directions. 17. TAXES: The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 18. COLLUSION: The Proposer, by affixing its signature to this proposal, certifies that its proposal is made without previous understanding, agreement, or connection either with any previous firms or corporations offering a Proposal for the same items, or with the City. The Proposer also certifies that its proposal is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action. 19. RFP PREPARATION EXPENSE: The Proposer preparing a proposal in response to this RFP shall bear all expenses associated with its preparation. The Proposer shall prepare a RFP with the understanding that no claim for reimbursement shall be submitted to the City for the expense of RFP preparation and/or presentation. 20. OMISSION OF DETAILS: Omission of any essential details from these specifications will not relieve the Proposer of supplying such product(s) as specified. 21. INDEMNIFICATION: The Proposer shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Proposer or his Subcontractors, agents, officers, employees or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross 5 negligence or willful misconduct of the City of Tamarac or its elected or appointed officials and employees. 22. CLARIFICATION TO TERMS AND CONDITIONS: Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Technical Specifications outlined in this RFP, the Special Conditions and/or the Technical specifications shall prevail. The Proposer shall examine all RFP documents and shall judge all matters relating to the adequacy and accuracy of such documents. Any inquires, suggestions, request concerning clarification or solicitation for additional information shall be submitted in writing to the City of Tamarac City Clerk's Office. The City shall not be responsible for oral interpretations given by any City employee or its representative. An award of bid will not be effective until 72 hours after the adoption by City Council. The City shall issue a written Addendum if substantial changes which impact the submission of the RFPs is required. A copy of such addenda will be mailed or distributed via facsimile transmission to each Proposer receiving the proposal. 11 TECHNICAL SPECIFICATIONS THERMAL IMAGING SYSTEM (RFP NUMBER 98-28R) SCOPE: It is the intention of the City of Tamarac to purchase a minimum of two (2) Thermal Imaging Systems for our Fire Rescue. SPECIFICATIONS: • Designed for use in fire fighting and rescue service situations • Hand Held camera with a simple one hand operation • Lightweight, waterproof, shock and heat resistant • Wide field of vision and the ease of view through a SCBA face mask • Ability to detect .5°C temperature differences accurately • Rechargeable batteries and a battery charger • Minimum of 1 '/Z hours operational time • Wireless video transmitter to provide a video link QUALIFICATIONS OF PROPOSER: This Proposal shall be awarded only to a responsible vendor qualified to provide the item specified. The vendor shall submit the following information with their proposal package. Provide a minimum of three (3) similar accounts who have purchased Thermal Imaging Systems from you. Similar accounts shall mean: Fire Departments or equivalent Emergency/Rescue Operations who have purchased the same Thermal Imaging System as you are offering in this Proposal. Please include: names, addresses, telephone numbers, contacts and the approximate date the purchase was made. 2. Number of years your organization has manufactured Thermal Imaging Systems. 3. Approximate delivery time of the systems after receipt of award. 4. Complete list of options available for the Thermal Imaging System and include the price, part number and complete description. QUALIFICATIONS OF PROPOSER (Cont'd): 5. Provide a demonstration and sample of the system being proposed at no charge to the City. The demonstration and sample will be required at a presentation to the Evaluation Committee. The Evaluation Committee will consists of several employees of the City. Each Evaluation Committee member will rank the proposed systems and each member will be given an equal vote. The Evaluation Committee will short list the proposals received and determine the number of proposers who will be asked to make a presentation. This presentation will take place within one (1) week of the opening of the proposals. Each presenter will be given 30 minutes to demonstrate their system and 15 minutes to answer any questions that the Evaluation Committee may pose. All short listed proposed systems will be evaluated equally on the following: 1) Ease of Operation 2) Quality of Picture / Image 3) Technological Advancements / Options 4) Price 5) Temperature Range / Accuracy The Evaluation Committee will rate each of the five (5) topics above as follows: Far Superior Superior Above Average Average Below Average The Evaluation Committee will then rank the proposed systems based on the rating given above. The Evaluation Committee will recommend the award be made to the proposer who receives the best ranking and best meets the needs of the City. ATTACHMENT 1 THERMAL IMAGING SYSTEM RFP NO. 98-28R PRICE OF THERMAL IMAGING SYSTEM: ISI Vision 3 Thermal Imaging camera EACH $17,995.00 inclUCLes carryase, NecK strap icaa —BEtt. Batt. Charger, Akaline Battery Adapter, Oper. Manual. QUALIFICATIONS OF PROPOSER FORM 1. Three Similar Accounts: Boca Raton. -Fla Pi re Egc, ar 1 Thomas 961 „ 393 787„3Vi-;_1—n 3 unrise, Fl. Fire Rescue Vivian O'Neal Vision Palm Beach, Fl. Fire Rescue CH. Koelz 561 838 5420 Vision 1 2. 20 Number of Years manufacturing Thermal Imaging Systems. 3. 90 nays ARC Delivery Time. 4. List Of Options: 1. Video Link Plus Remote $3,200.00 2. Video Overlay * 1,000,00 3. Annotation (Date,TimeStamp) 400.00 4. Pyrometer (Temperature Measurement) 2,900.00 5. Color Enhancement * 1,200.00 6. Pistol Grip Handle 200.00 * One or the other -NOT BOTH SUBMITTED BY: Dayton Capps Municipal Equipment Company Proposer's Name Company Name SUBMITTED BY: Company Name: Address: ATTACHMENT 2 PROPOSAL SUBMISSION FORM THERMAL IMAGING SYSTEM RFP NO. 98-28R MUNICIPAL EQUIPMENT COMPANY 1124 S. WOODS AVE. City: ORLANDO , FL. State: FL Zip: 32805 Telephone:( 1 800 228 8448 _. FAX: �0) 648 4142 NOTE: To be considered eligible for award, ONE (1) ORIGINAL AND TWO (2) COPIES OF THIS BID.PROPOSAL FORM must be submitted with the Bidders' proposal. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a Proposal is not being submitted at this time. Return this Form to avoid removal of Bidder from the City of Tamaracs' vendor listing. we] ATTACHMENT 3 PROPOSAL CERTIFICATION FORM The undersigned hereby confirms that: F--3'A 1.(Heishe is a duly authorized agent of the -.Company submitting the proposal; 2.,44e/she has read the General Terms and Conditions, the Special Conditions and any Technical Specifications which were made available to the Proposer in conjunction with the RFP and fully understands and accepts these terms unless specific variations have been expressly listed on the Proposal Form; 3. The Proposer will accept any awards made to it as a result of the Invitation for a minimum of sixty (60) calendar days following the date and time of the proposal opening. SIGNATURE OF AGENT DAYTON CAPPS TYPED/PRINTED NAME OF AGENT PRESIDENT TITLE OF AGENT DATE: 7 - 31- 9 8 NOTE: Proposals without the manual signature of an authorized agent of the Proposer shall be deemed non -responsive and ineligible for award. 11 29 ATTACHMENT 4 PROPOSAL VARIANCE FORM Company name: MUNICIPAL EQUIPMENT COMPANY Variations: The Proposer shall identify all variations and exceptions taken to the General Terms and Conditions, the Special Conditions and any Technical Specifications in the space provided below; provided, however, that such. variations are not expressly prohibited in the RFP documents. For each variation listed, reference the applicable section of the RFP document. If no variations are listed here, it is understood that the Proposal fully complies with all terms and conditions. It is further understood that such variations may be cause for determining that the Proposal is non- responsive and ineligible for award: Section Variance NONE Section Variance Section Variance Section Variance Attach additional sheets if necessary. 12 a ATTACHMENT 5: OFFEROR'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Tamarac (Purchasing & Contracts Manager) ADDRESS: 7525 N.W. 88th Avenue Tamarac, Florida 33321 CIRCLE ONE SUBMITTED BY: CCor oration NAME: MUNICIPAL EQUIPMENT COMPANY Partnership ADDRESS: 112 4 S . Woods Ave. Individual PRINCIPAL OFFICE: ORLANDO, FL 32805 Other 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Offeror is: MUNICIPAL EQUIPMENT COMPANY The address of the principal place of business is: 1 1 2 4 S . Woods Av s Orlando, F . 2. If Offeror is a corporation, answer the following: a. Date of Incorporation: 3-72 b. State of Incorporation: Florida C. President's Name: Dayton Capps d. Vice President's Name: NA e. Secretary's Name: Rina Capps f. Treasurer's Name: Dayton Capps g. Name and address of Resident Agent: Dayton Capps 115 Tarrytown Tr. Longwood, Fl. 32750 13 3. If Offeror is an individual or a partnership, answer the following: a. Date of Organization: b. Name, address, and ownership units of all partners: 4. If Offeror is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 5. If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present business name? 26 Years a. Under what other former names has your organization operated? NONE 7. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Proposal. Please attach certificate of competency and/or state registration. 8. Have you ever failed to complete any work awarded to you? If so, state when, where and why? NO 14 a. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representative of owners with the most knowledge of work which you have performed or goods you have provided, and to which. you refer (government owners are preferred as references). Metro Dade Co. 600 S.W. 87th Ave 305 470 1602 (Name) Address Phone number City of Pembroke Pines. p.o. Box 9000 954 431 4500 (Name) Address (Phone number) City of Ft. Lauderdale 100 N. Andrews Ave. 954 7615576 (Name) Address (Phone number) 10. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). Our TOTAL efforts havebeen to serve political sub divisions (Municipals,County,State & Federal Governments) for 26 years 11. State the name of the individual who will have personal supervision of the work: Greg Denny THE OFFEROR ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY OWNER IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY OFFEROR TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AF CTS THE OFFEROR'S QUALIFICATIONS TO PERFORM UNDER THE gZNTRACT SHALL CAUSE THE OWNER TO REJECT THE PROPOSA IF AFTER THE AWARD TO CANCEL AND TERMINATE THE AWAR"NWOR CONTRACT. ture) 15 ACKNOWLEDGMENT State of Florida County of orange On this the3l day of July , 1998 , before me, the undersigned Notary Public of the State of Florida, personally appeared Dayton Capps and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. �% NOTARY PUBLIC, STATE OF F '"pu"°TWEST '` �r a v�Ge w w�sT NOTARY PUBLIC o n Gn aaw..� M►»" SEAL OF OFFICE. �,4c to. oet l � r ��� c` �„� ° w9 Name of NotaryPublic: Print, Stem 05. �' xoc, Or Type as Commissioned.) Personal) know tom or Produced identification: (Type of Identification Produced DID take an oath, or DID NOT take an oath. OPTIONAL INFORMATION Type of Document: Number of Pages: Number of Signatures Notarized: E. ATTACHMENT 6 VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement effects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE PROPOSALS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more proposals which are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a 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 proposals will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. MakeRl§od faith effort to continue to maintain a drug -free workplace through im tation of this section. As the person authorized to sign the statement, I certify th" form complies fully with the above requirements. Signature. Municipal Equipment Company Company's Name 17 `B�iT`THEHMAfi,.: wMAG�NQi 8Y8TEM DESCRIPTION The new VISION' Thermal Imaging System is a completely self-contained, hand-held thermal imaging system specifically de- signed for the firefighting environment. The VISION', using revolutionary BST technology is the smallest, lightest, and most advanced firefighting thermal imager available today. The VISION' incorporates a special digital SAT control systems that greatly increases its effective dynamic range. This allows the imager to be pointed at large fires and still clearly image the fire, and the objects around the fire. THE MOST ADVANCED THERMAL IMAGER SPECIFICALLY MADE FOR FIREFIGHTING FEATURES BENEFITS NEW BST Ultra reliable performance. The TECHNOLOGY system of choice of the US military. THE BIGGER BETTER Resolution is 800% clearer. PICTURE" With VISION''s crystal clear picture, you can actually recognize fellow firefighters and even read the name on the firefighter's helmet. Firefighters now have the perspective and depth perception to navigate through areas never were navigable before, using older technologies. LIGHTEST WEIGHT At only 4 pounds, VISION' gives firefighters more ease of movement than with any other thermal imager, either hand- held or helmet mounted. LONGEST BATTERY VISION' uses Duraeell'se TIME DR-11 ultra high density, no memory, Nickel Metal Hydride (NiMH) rechargeable batteries. Firefighters have more usage time than ever before. SHOCK RESISTANT VISION3 was designed to withstand the rigors of firefighting. VISION' is made of a rugged Kevlar® reinforced composite. WATERPROOF VISION' is completely submersible to the IP67 waterproof standard, up to three feet of water. VISION uses readily available recharge- "107FMP" able Duracell DR11 batteries and comes TEMPERATURE with its own battery Smart Charger. BARRIER ATSS DIGITAL TEMPERATURE INTERNATIONAL SAFETY INSTRUMENTS STABALIZATION 922 Hurricane Shoals Road Lawrenceville, GA 30043 770-962-252 888-ISI-SAFE FAX 770-963-2797 www.intsafety.com e-mail: info@intsafety.com "HI -TEMP" gel coating is a special proprietary heat shield- ing gel. AT55 is a new digital temperature stabilization system that automatically senses the internal temperature of the system, and cools it down when it gets hot, and warms it up when the operating environment is cold. CHUM OPTIONS I( ( I // 1// DIGITAL V t II \11 optional system DIRECT TEMP measures and displays the MEASUREMENT actual temperature of objects from a remote location. The digital readout is displayed right on the viewing screen. V/DEOM/X THERMAL/ VIDEOMIX takes the standard VIDEO PICTURE MIX thermal images from the VISION', then superimposes regular camcorder style video images right on top of it. Now firefighters don't just see a hot spot, they can actually see what it is that is creating the hot spot. With VIDEOMIX, Firefighters have more perspec- tive and depth perception. VIDEOMIX is perfect for HazMat applications, Fire scene size up, overhaul, fire prevention, and investigation. VIDEO LINK PLUS Incident Command person - WIRELESS VIDEO nel are able to monitor and TRANSMISSION video tape the fire scene from SYSTEM the outside. Thermal images, regular vide images, battery level indicator, V ( t II \II 's digital temperature display and low battery warning are all transmitted to the remote monitor - via wireless! COLOR COLOR ENHANCED ENHANCEMENT THERMAL IMAGE. Color assignments are made to heat differences, giving the firefighter a much better image of hard to see hot spots. <0 INFRARED" Your authorized ISI dealar is MUNICIPAL EQUIPMENT COMPANY 200--228-8448 FAX407-648-4142 1124 SOUTH WOODS AVENUE ORLANDO, FL 32800-3857 CONFIGURATION HAND-HELD, COMPLETELY SELF-CONTAINED, PORTABLE IMAGER DIMENSIONS HEIGHT 5.4" WIDTH 4 9" LENGTH 10.4" OUTER PROTECTIVE HOUSING KEVLAR GRP COMPOSITE. UL94VO FLAMMABILITY SENSOR IOPTICS SENSOR MRTD MAX APERTURE FIELD OF VIEW FOCUS DIGITAL SAT CONTROL SPECTRALRESPONSE ATSS TEMP STABILIZATION TYPE POWER DRAW MODE BST SOLID STATE 0.05°C f /0.8 59° FIXED INCLUDED 8-14 MICRONS SOLID STATE. NO MAINT. 4W INTERMITTENT FULLY AUTOMATIC ELECTROMAGNETIC COMPATIBILITY FCC PART 15 CLASS A YES EEC 89/336 YES POWER REQUIREMENTS BATTERY BRAND DURACELL BATTERY MODEL DR 11 CHARGER 3 WAY REFRESH / QUICK CHARGE / TRICKLE NOMINAL BATTERY TIME 3+ HOURS VIDEO OUTPUT EIA, RS170. NTSC, 525 LINES, 60 HZ VIDEOMIX VIDEO IMAGER TYPE IMAGESENSOR EFFECTIVE PIXELS SCANNING SYNC FZ RESOLUTION S/N RATIO MIN. ILLUMINATION AGC CCD IRIS SENSOR AREA RS170 1.3" B/W CCD 510 X 492 2: 1 INTERLACED 15.75 KHz (H) 60 Hz IV) 410 TV LINES >38DB 0.05 LUX 15 DB 1160S-11100.000E 4.9mm X 3 7mm V II \II' DIRECT TEMP MEASUREMENT TYPE DIGITAL PYROMETER SCALE RANGE -22°F TO 2000°F RESOLUTION +/- 1 °F SPECTRALRESPONSE 7-15MICRONS ACCURACY +/_ 0.5% FULL SCALE REPEATABILITY +/. 11 F RESPONSETIME 0.1 SECONDS ANGULAR RESOLUTION 451 READOUT DIGITAL ON SCREEN EMISSIVITY PRESET 098 059-99 Rev A February 23. 1998 rrr�rrrrrrr� . y "EXHIBIT A" Exhibit A 'Fhermal Imaging System RFP 98-28R Proposal Tabulation Sheet Evaluation Committee Members Ranking PROPOSER PRICE OF Asst. Battalion Fire Safety Senior BASE UNIT Fire Chief Fighter Coordinator Buyer TOTAL WITHOUT Chief WIRELESS REMOTE Ten-8 Fire Equipment, $ 157500 4 4 2 3 4 17 Inc. Argus Fire Research $ 19,650 2 2 4 2 2 12 Corporation Life sight Plus Municipal Equipment $ 17,995 1 1 1 1 1 , 5 Company Vision 3 E.D. Bullard $ 18,500 Company Bullard 3 3 3 4 3 16 No Bids Received — 1 from Hi -Tech iiib-xhibit A" Exhibit A THERMAL IMAGING SYSTEM EVALUATION SHEET RFP 98-28R Proposer's Name: Model: iii J., •r a e t e Requirements stated in the RFP Yes No% Fire Research LifeSight Plus Yes E.D. Bullard Bullard V, ;Municipal / I SI 'c Vision 3 Yes Yes Price of the Base Unit listed in RFP: $ $ 19,650.00 $ 18,500.00 $ 17,995.00 Your Original Ranking based on RFP: 2 3 1 0 r awmm"O"Msli ''lid i'i;Wa atif I . j ii� lam' ... .. . ........... .............. Ease Of Operation: Assistant Fire Chief 2 3 3 Battallion Chief 3 4 4 Fire Fighter I 3 3 4 Safety Coordinator 3 5 5 Senior Buyer 2 3 5 Quality Of Picture / Image: Assistant Fire Chief 3 3 4 Battallion Chief 4 3 4 Fire Fighter 3 3 4 Safety Coordinator 5 4 4 Senior Buyer 3 4 4 Technological Advancements i Options: Assistant Fire Chief 3 3 3 Battallion Chief 4 4 4 Fire Fighter 3 3 4 Safety Coordinator 5 3 5 Senior Buyer 4 1 5 Price: Assistant Fire Chief 4 1 3 Battallion Chief 2 1 3 Fire Fighter 2 3 5 Safety Coordinator 4 3 5 Senior Buyer 3 2 3 Temperature Range Accuracy: Assistant Fire Chief 4 4 4 Battallion Chief 3 2 4 Fire Fighter 3 3 4 Safety Coordinator 4 3 5 Senior Buyer 3 2 3 TOTAL POINTS: Assistant Fire Chief 16 14 17 Battallion Chief 16 14 19 Fire Fighter 14 15 21 Safety Coordinator 21 18 24 Senior Buyer 15 12 20 �Kr 7 77"