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"