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hereby repealed to the extent of such conflict.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