Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-94-1621 Temp Reso #6810 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-94- /6.2. RESOLUTION OF THE CITY OF TAMARAC, FLORIDA AWARDING THE PURCHASE AND INSTALLATION OF VEHICLE EXHAUST EXTRACTOR SYSTEMS, REQUEST FOR PROPOSAL 94-11 TO W.S.M. COMPANY, AT FIRE STATIONS 1 AND 2; APPROVING THE TRANSFER OF FUNDS FROM ACCOUNT NUMBER 001-223-522-466; APPROVING FUNDING FROM ACCOUNT NUMBER 001- 223-522-630; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the Request for Proposals was advertised in the Fort Lauderdale News/Sun Sentinel, a newspaper of general circulation in Broward County, Florida on Saturday, July 2, and Monday, July 11, 1994; and WHEREAS, the Request for Proposals were opened on Monday, August 1, 1994; and WHEREAS, W.S.M. Company is the lowest fully responsive and responsible bidder; and WHEREAS, the City Council of the City of Tamarac, Florida .deems it to be in the best interest of the citizens and residents of the City of Tamarac, to award the purchase and installation of vehicle exhaust extractors to W.S.M. Company; and WHEREAS, it is the recommendation of the Fire Chief and the Purchasing Officer that the Request for Proposal for the vehicle exhaust extractors be awarded to W.S.M. Company. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF 7 AMARAC, 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: That the Request for Proposal of W.S.M. Company in the amount of $48,262.00 is HEREBY APPROVED. i� Temp Reso #6810 Section 3: That. a Budget Transfer of $15,262.00 from Account Number 001- 223-522-466 entitled "Fire Apparatus" to Account Number 001-223-522-630 entitled "Improvements Other than Buildings" be processed. Section 4: That the funds for the Vehicle Exhaust Extractor Systems are to come from Account Number 001-223-522-630 entitled "Improvements Other than Buildings". Section 5: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. Section 6: 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 7: This Resolution shall become effective immediately upon its passage and adoption. %L PASSED, ADOPTED AND APPROVED this day of 1994. ATTEST: CAROL A. EVANS CITY CLERK I HEREBY CERTIFY that I have apprgved this RESOLUTION as MITCHELL S CITY ATTOR NORMAN ABRAMOWITZ MAYOR RECORD OF COUNCIL VOTE MAYOR ABRAMOWITZ K DIST. 1: V / M KATZ DIST. 2: _C / tit MISHKIN DIST. 3: C / M SCHREIBER DIST. 4: C / W Mr?CHEK PROPOSAL PAGES- PART 1- COST INFORMATION SUMMARY OF TOTAL COSTS: Total Firm Fixed Cost to provide, deliver, install, and test to acceptance the system in the firehouses listed below (Equipment Costs plus Installation Costs taken from the individual firehouse Cost Detail Sheets). Station Number & Location Total Firm Fixed Cost 41 7501 NW 88 Avenue $ 30, 735 78 4801 W Commercial Blvd $ 17,527 Total Cost For the Project: $ 48,262 1 �7 -Z 30 3 z..o --rVVw- 7� • 0 19 PROPOSAL PAGES PART 1 COST INFORMATION Ic, ITEM DETAIL COSTS: Proposer to complete the following for each Fire Station listed in RFP Part IV - TECHNICAL SPECIFICATIONS Fire Station No. # 1 Address 7501 NW 88 Avenue 1 . Required Equipment. List each piece of equipment separately with the cost FOB Tamarac. Item Description Manulacturer (2) 29 Ft Magnatrack Nederman (2) 74 Ft Rail Nederman (1) Fan Nederman Part/Model Number Ouantity Cost Each Total Cost 803163 3380 $ 6759 901015 L1500 $17,000 Nit 400 1 000 $ 1000 Total Equipment 2. Installation Expenses: To include all materials, installation equipment, labor, plans and permits to complete and test the system. Total Firm Fixed Cost to provide, deliver, install, and test to acceptance the system in the above firehouse (Equipment Costs). Tail Pipe Adaption done by 'Tamarac Fire Department c 24,759 5976 T • 3 0, 735 p� 1' 0 PROPOSAL PAGES PART I COST INFORMATION ITEM DETAIL COSTS: Proposer to complete the following for each Fire Station listed in RFP Part IV - IS TECHNICAL SPECIFICATIONS Fire Station No. # 2 Address 4801 W. Commercial Blvd. 1. Required Equipment. List each piece of equipment separately with the cost FOB Tamarac. Item Description Manufacturer Part(Model Number Quantity Cost Each Total Cost (1) -IL Magnatrack Nederman 403163 �( 33 80 (1) 74' Ma natrack Nederman 001015 8500 8500 (1) Fan Nederman NIF 300 1000 1000 Total Equipment $ 12,880 2. Installation Expenses: To include all materials, installation equipment, labor, plans and permits to complete and test the system. $ 4647 Total Firm Fixed Cost to provide, deliver, install, and test to acceptance the system in the above firehouse (Equipment Costs). $17,527 20 0 PROPOSAL PAGES PART II TECHNICAL PROPOSAL The following issues should be fully responded to in your proposal in concise narrative form, or as requested. Additional sheets may be used, but they should reference each issue and be presented in the same order. 1. Are your installation and warranty maintenance staff certified by the manufacturer? Yes XX No If no please explain. 2. Will you meet the requirements of the following codes and regulations? Yes XX No If no please explain. 1. South Florida Building Code. 2. Uniform Building Code, 1988 Edition. (UBC) 3. Uniform Mechanical Code, 1988 Edition. (UMC) 4. American Conference of Governmental Industrial Hygienists. (ACGIH) 5. American Institute of Steel Construction. (AISC) . 6. National Electric Code. (NEC) 7. National Fire Protection Association. (NFPA) 8. SMACNA 9. AMCA 3. Have you included representative installation drawings showing the overall system for each installation site? Yes XX No If no please explain. 4. Will you provide manufacturer's operating manuals and training videos to each installation site? Yes XX No If no please explain. 0 21 11 5. Will you supply a Sound Antenuator Instrument (SAI) at no cost to the City for sites in residential areas? Yes No XX If no please explain. Both site are not in residental areas 6. Will your exhaust fans exceed 64 Db within a 25 foot radius of the building? Yes No XX If no please explain. We will have acce table levels 7. Where will spare parts for the system be stocked? City Tampa State Fl Of the parts included in the proposed installations, approximately what percentage are normally kept in stock at the above location? 60 % On normally needed parts which are in stock at the above facility, how many days from order to delivery to Tamarac? Emergency Needs Next Day days Normal Needs 3 days Will you guarantee that all parts will be stocked for a minimum of five (5) years? YES XX- NO S. A copy of the terms and conditions of your systems warranty must be included with your proposal. 9. How many calendar days from final execution of the contract would you need prior to the beginning of installation? 21-30 Days 10. How many calendar days from beginning of installation until the last site is ready for acceptance testing? 40 Days 22 PROPOSAL PAGES PART III QUESTIONNAIRE Prior Experience: Number of years experience the proposer has had in providing similar services: 8 Years List below those persons who will have a management or supervisory position during installation and testing, if you are awarded the contract. List name, title or position, and project duties. A resume or summary of experience and qualifications must accompany your proposal. WSM Co. - John 'Trowbridge (813) 878-0777 Southern Equipment - Bill Johnson Jr. (813) 251-1839 Quarry Electric - Bob Smith (305) 981-4802 List a minimum of four(4) clients for whom you have provided similar services in the last three years. Provide agency name, address, telephone number, contact person, and date service was provided. If services provided differ from the one presented in your proposal, please delineate such differences. Lakeland Fire Department 2 (Stations) (813) 499-8200 U.S. Goverment - Richmond Naval Air Station - Miami Ron Darr - (305) 252-4500 Ft. Lauderdale Fire Department 2 (Stations) Tom Weber - (305) 761-5333 List Fire Departments where you have installed the specific system proposed during the past three (3) years. List Agency, contact person, address and telephone number. Lakeland Fire Department: Roger Castle - (813) 499-8200 Ft. Lauderdale Fire Department: Tom Weber - (305) 761-5333 0 23 L7y-l�-. List those Fire Departments where the specific system proposed has been installed by others during the past three (3) years. List Agency, contact person, address and telephone number. 0 Lakeland Fire Department Roger Castle -- (813) 499-8200 0 C� Lawsuits (any) pending or completed involving the corporation, partnership or individuals-., with more than ten percent (10%) interest: a. List all pending lawsuits which are concerned directly with the staff or part of your organization proposed for the contract: None b. List all judgements from lawsuits in the last 5 years which are concerned directly with the staff or part of your organization proposed for the contract: None A h a Balance Sheet and Statement of Profit and Loss of the proposing firm from V receding calendar or fiscal year, certified by either an appropriate Corporate :er, or an independent Certified Public Accountant. If proposing firm is a privately r corporation, providing such records, for City review, at a time and place enient to the City, will satisfy this requirement. If the proposing firm is a newly f, ;ed corporate entity, the City may require a personal guarantee of performance by p-:Jpals or stockholders. 24 _ �7 (r� The proposer understands that the information contained in these Proposal Pages is to be relied upon by the City in awarding the proposed Agreement and such information is warranted by the proposer to be true. The proposer agrees to furnish such additional information, prior to acceptance of any proposal, relating'to the qualifications of the proposer, as may be required by the City. PROPOSER PLEASE INSURE THAT YOU HAVE SIGNED THE SIGNATURE PAGE OF THESE PROPOSAL PAGES. OMISSION OF A SIGNATURE ON THAT PAGE WILL RESULT IN REJECTION OF YOUR PROPOSAL. COMPLETE AND RETURN THE REQUIRED NUMBER OF PROPOSAL PAGES AND ATTACHMENTS. PROPOSAL IDENTIFICATION: Please indicate on the face of your sealed proposal package the following: RFP No.gy-i, VEHICLE EXHAUST EXTRACTOR SYSTEMS OPENS 9- ►- F' IF YOU DO NOT INTEND TO BID PLEASE INDICATE THE REASON SUCH AS INSUFFICIENT TIME, DO NOT OFFER PRODUCT OR SERVICE, UNABLE TO MEET SPECIFICATIONS, SCHEDULE WOULD NOT PERMIT, OR ANY OTHER REASON BELOW. FAILURE TO BID OR RETURN THIS BID WITH YOUR NO BID COMMENTS PRIOR TO THE OPENING DATE AND TIME MAY RESULT IN YOUR FIRM BEING DELETED FROM OUR BIDDER'S LIST. NO BID COMMENTS. 0 0 PROPOSAL SIGNATURE PAGE To: The City of Tamarac The below signed hereby agrees to furnish the following article(s) or services at the price(s) and terms stated subject to all instructions, conditions, specifications addenda, legal advertisement, and conditions contained in the RFP. I have read all attachments including the specifications and fully understand what is required. By submitting this signed proposal, I will accept a contract if approved by the City and such acceptance covers all terms, conditions, and specifications of this proposal. Proposal submitted by: Name: (Printed) Steve Myers Title: President Company: (Legal Registered) W.S.M. Company Address: 4605 South Avenue W. City: Tampa, State: Florida Zip: 33614 Telephone No.: (813) 878-0777 Fax No. (813) 874-8511 Signature: JL Date: 7-28-94 ADDENDUM ACKNOWLEDGEMENT - Proposer acknowledges that the following addenda have been received and are included in his proposal: Addendum No. Date Issued None W X .7 - / 7 "' VARIANCES: State any variations to specifications, terms and conditions in the space provided below or reference in the space provided below all variances contained on other pages of RFP, attachments or proposal pages. No variations or exceptions by the Proposer will be deemed to be part of the proposal submitted unless such variations or exception are listed and contained within the proposal documents and referenced in the space provided below. If no statement is contained in the below space, it is hereby implied that your proposal complies with the full scope of this RFP. Variances: (fie e �NcE c t�A�ds I. Grabber system by Nederman is Magnetic, not pneumatic. Our System doesn't require a compressor. 2. Warranty— Our equipment is quaranteed for 5 years from date of purchase. 0 0 27