HomeMy WebLinkAboutCity of Tamarac Resolution R-89-1341
2
3
4
5
6
011A
11
12
13
14
15
16
17
18
1'
2
21
22
23
24
25
26
27
28
29
30
33
34
35 1
Temp. Reso. #5410
*Revised 5/10/89
CITY OF TAMARAC, FLORIDA
RESOLUTION NO k-89-�
A RESOLUTION AWARDING A BID TO FURNISH FLEET
MAINTENANCE SOFTWARE FOR THE MUNICIPAL COMPLEX/
POLICE FACILITY WITH MONITORING BY PUBLIC WORKS,
BID NO. 89-14; AND PROVIDING AN EFFECTIVE DATE.
WHEREAS, bids were advertised in the Fort Lauderdale
News/Sun Sentinel, a newspaper of general circulation in
Broward County on February 15, 1989 and February 22, 1989;
and
WHEREAS, bids were opened on February 27, 1989; and
WHEREAS, Gasboy - William M. Wilson's Sons, is the
lowest fully responsive and responsible bidder.
NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OP
TAMARAC, FLORIDA:
SECTION 1: That the bid of Gasboy - William M. Wilson's
Sons, in the amount of $7,500.00 to furnish fleet maintenance
software for the Municipal Complex/Police Facility with
monitoring by Public Works, with funds to be taken from
* Account #325-179-519-306, titled Public Service Building -
Special Supplies, is HEREBY APPROVED.
SECTION 2: That the appropriate City Officials are
hereby authorized to execute any and all contract documents
r,?cessary in connection with awarding of this bid.
SECTION 3: This Resolution shall become effective
immediately upon adoption.
PASSED, ADOPTED AND APPROVED this �� day of ,
1989.
ATTEST:
CAROL A. EVANS
CITY CLERK
I HEREBY CERTIFY that I have
approved this RESOLUTION as to
form.
RICHARD DOODY V
CITY ATTORNEY
NORMAN�ABRAMOWIT
MAYOR
RECORD OF COUNCIL VOTE
MAYOR A13RAMOWIT
DISTRICT 1: C/M ROHR _
DISTRICT 2: , gfM_STELZER
DISTRICT 3: C/M HOFFMAN
DISTRICT 4: V/" RFNDER
CITY OF TAKNW
CONSTRUCTION AGREEMENT,", � OL
• THIS AGREEIM, made and entered into this ........................... . .day
of:40.,rr.'..-�.......M .N..; between..tbe. City. of.Tamarac. amd............
WY... Wi-uW-U..........................................
(Contractor )
hereinafter termed "Contractor", and the CITY OF TAMARAC, FIMDiA, hereinafter
termed "Owner".
WHEREAS, the Owner has awarded a contract to Contractor for performing the work
hereinafter mentioned in accordance with the Contractor's accepted proposal:
1. Scope of Work. That for and in consideration of the payments and agreements
hereinafter mentioned, to be made and performed by the said Owner, and under the
conditions expressed unto attached, the said Contractor agrees with said Owner
at his own proper cost and expense, to do all the work and furnish all the
materials, except such as are mentioned in the Specifications and Plans to be
furnished by the Owner, necessary to construct and complete in a good and work-
manlike and substantial manner and to the satisfaction of the Owner and
0 Architect.
The work consists of furnishing, installing, training, start up, update and
restartup of a fleet maintenance and fueling software package to monitor a
Gasboy 1000 series fuel system at Tamarac - Police (remote site) and to monitor
a future Gasboy CFN fleet maintenance and fuel system at the future Public
Service Administrative Complex at 6011 Nob Hill Road. The system will be
installed in the current Public Works Facility at 5650 N.W. 88th Avenue and
reinstalled in the future at 6011 Nob Hill Road.
0
The complete Fleet Maintenance and Fuel System is as described under section
11.500 Paragraph M. and describes all equipment for the system. The central
control and reporting equipment listed in Subparagraph 8 is as follows and will
be provided by others:
Samsung S550 286 -- Base 12 MHz computer with 640K RAM, 40 Mb Hard
Drive with 1:1 Interleave controlled Samsung Monochrome Monitor with
Herculese !GA Card and Panasonic KK - P1524 or 1124 printer.
2. Definitions.
A. "CITY - CITY OF TAMARAC, FU RIDA
B. "DESIGNER/ARCHITB=11 -- SGHARF AND ASSOCIATE'S.
C. "CITY REPRFSENrATIVE" - CONSTRUCTION KkNNM�!ENr SERVICES, (C.M.S.)
D. 1100NnVCj 2" - Company under contract with the City for the supply
delivery.
Page 1
• R'Noo
✓ - P S --I3 y-
3. The documents referred to in the I,nstructiors/`.['erms/Conditions as "The
Contractf are hereby incorporated ill and made, a part of this Agreement as if
fully 52't o th herein_ All parts of the Contract shall be construed
sistent with each other, including all hens necessary for the proper � b� �
and co oletion of the work. P oPer eyce�^ution ,�
M
ine "Contract Documents" include the following.
(A) This Agreement;
(B) Notice Inviting Bids;
(C) Proposals;
(D) The Specifications, includinc Addenda issued during bidding, or writ-
ten modifications issued after the execution of this Agreement;
' > > rights and obligations of Owner a:- d Contractor are fully set forth and
described in the Contract Dcc�a-=nents .
- ; of the above -steed d=z:.nts are. in tended to coordi-�a =a so that ar j ;r�,r:{
called `or in one, and not mentioned i n �1e other, i executed
+�."1�,loiled ].il s T.a be ..nA Sairc �.:
all said 'daCLl7�ts . e rOC.rnents crap, rising the ccm i ete
cxMtract will hereinafter be referred ;.o as "the Contract Docum-_--jts
Scope and Performance of ibrk. Contractor shall furnish all tools,
vent, a_xxratus, facilities, labor aid materials necessa�v to
;,,]i e perform m and
in a good and worknenlike ,tea .n ,
��a:.n.x ; � the work as .:pled for, and iln the
designated in, and in stric� ca�.rotity with, the S_ecifications
r.'c, which said S�p�ificatia�s are'
i `°r s`'`
t".r' 2 �4..4_ed; FLEET MAINTENANCE SOFTWARE
The Omer acce-t-S the -Cciitractor's proposal for Personal_campute
r
their cost is included in the total contract price herei:-ia*ter•stated......
AGRMi%V
Page 2 )
CTTy OF TAMARAC
6. The Contract Prioe. The OWNER shall pay the coNnwrOR for the performance
of the contract the sum of $ a.,S40,9AA ..... .. . for completing the work
in accordance with the Specifications. Notwithstanding anything to the
contrary, the contract stun provided for in this article shall not be increased
except in the manner provided in Paragraph 9 hereof.
7. Time for Performance. The said OUR hereby fixes the time for commencement
of said work to be within ten (10) days after the date of this Contract, and for
its completion to be O=nensurate with the oompletion and acceptance of the
General Contractor's work (estimated to be April 30, 1989); and further promises
and agrees to employ, and does hereby employ the said FACTOR to provide the
materials and to do the work according to the terms and conditions herein con-
tained and referred to, for the prices aforesaid, and hereby contracts to pay
the same at the time, in the manner and upon the conditions above set forth; and
the OWNER and CONTRACTOR for themselves, their heirs, executors, adminstrators,
successors, and assigns, do hereby agree to the full performance of the cove-
nants herein contained. The General Contractor's work referred to above is for
the Police Department. No'date has been set for the completion of the General
Contractor's work for the future Public Service Administrative Complex but is
antisipated to be JULY 1990.
8. Payments. The O UM shall make payments on account. of the contract as pro-
vided herein as follows:
(A) An amount equivalent to 90% of the material amount delivered to the
site during a given month shall be paid to the CDNTRACIM as invoiced
on a monthly basis.
(B) An amount equivalent to 90% of the material installed during a given
month shall be paid to the CDNrRACTOR as invoiced on a monthly basis.
(C) After am pletion and final acceptance of work by the OWNER, the
CONi'RA, shall be entitled to the final 10% due, 35 days after the
date of completion, and following the filing of a Notice of
Completion, providing no liens or claims have been filed.
9. Contractor's Duties and Status. The CONIRACIOR agrees to furnish the OWNER
his best skill and judgment and to 000perate with the OWNER and Construction
Management Services, Inc. The COS agrees to furnish efficient business
administration and full -tame job supervisor, times and adequate supply of work-
men and materials.
AGREEMENr Page 3
14w4r ally-1zN.1VZV_,di
10. Extra and/or Additional (mark and Changes. Should the OWNER at any time
during the progress of said work request any alterations, deviations, additions
or omissions from said Specifications or other Contract Documents, it shall be
at liberty to do so, and the same shall in no way affect or make void the
Contract, but will be added to, or deducted from, the amount of said Contract
price, as the case may be, by a fair and reasonable valuation. Any request for
such change must be made in writing.
11. Insurance.. The CONTRACTOR will provide to the CITY a copy of their cer-
tificate of insurance upon execution of a contract. CONTRACTOR shall indemnify
and save harmless and defend CITY, its agents, servants and employees from and
against any claim, demand or cause of action of whatsover kind of nature arising
out of error, omission or neglegent act of CONTRACTIOR, its agents, servants or
employees in the performance of services under: said contract. CONTRACTOR
further agrees to indemnify, save harmless and defend CITY, its agents, servants
and employees from and against any claim, demand or cause of action of whatever
kind of nature arising out of any conduct or misconduct of the CONTRACTOR not
included in the paragraph above and for which the agents, servants, or employees
are alldged to be liable. The CONTRACTOR shall be obligated to comply with the
foregoing indemnification provision.
12. Provisions Cumulative. The Provisions of this Agreement are cumulative,
and in addition to and not in limitations of any other rights and remedies
available to the OWNER.
13. Notices. Any notice or communications which either party desires to give •
to the other party under this Agreement shall be given in writing, and either
shall be personally delivered to the other party's representative or deposited
in the United States Mail as registered mail with all postage prepaid, and if
given by the CONTRACTOR to the OWNER then address as follows:
Keith Emery
Construction Management services, Inc.
10 Fairway Drive - Suite #301
Deerfield Beach, FL 33441
and if c�even by the OWNER to the CONTRACTOR, then address as .. Whom
W" i. t- Wilson's X. M.,. fir... jiP4; F A >L SLvd..,. N=Cmm&,. Gam,. 30093 .....
14. Taxes. The City of Tamarac is exempt fran taxes iq)osed by the state and/
or Federal Governments, RKemption certificate identification numbers will be
provided to the CONEWTCR upon confirmation of this proposal.
15. Permits. The CONTRA= shall be responsible for obtaining all necessary
permits and licenses and shall amply with all applicable codes, laws, ordinan-
ces without additional cost to the OWNER. The City of Tamarac will waive fees
relative to any required City of Tamarac permits.
•
Agreement Page 4
le - F5-131
0
16. Understanding of Parties. This Agreement expresses the entire
understanding and agreement of the parties with respect to this project and
supersedes and cancels any all prior contracts or agreements between and
parties.
IN WITwM WJEPEOF, the parties have executed this Agreement this day and year
first written above:
City of Tamarac, ,florida A
By: Mayor.......I.1. v= '~�II , City Manag .........til................
.l...
City. Cler - ?.. .. :....................
OONTRACrOR:.... .. . ... . ..........................
By:...............................................................
APPROVED TO FORM: _
City Attorney ��C�... ........................
AGREEMENr Page 5
0
R"Ff"131f
C�_��`_�i:�+Va�►; irk
•
-GUU ANTY/WARRA M FOR THE CITY OF TAMN AC
FLEET MAINTENANCE SOFTWARE
We hereby warrant, and the FLEET MAINTENANCE SOFTWARE Contractor guarantees,
that the FLEET MAINTENANCE SOFTWARE which we have provided in the Public
Service Administrative Complex/Public Works has been done in accordance with the
Specifications, and the work as provided will fulfull the requirements of the
guaranty/warranty required by the Specifications.
We agreg to repair or replace any or all of our work, together with any other
adjacent work that may have been displaced or damaged by so doing that may prove
to be defective in its workmanship or materials within a period ...90..........
days from date of acceptance of the above named project by the OWNER, without
any expence whatsoever to the said OWNER, ordinary wear and tear and ususual
abuse or neglect excepted, except as in compliance with the reinstallation.
In the event of our failure to comply with the above mentioned conditions, •
within thirty (30) days after being notified in writing by the OWNER, we do
hereby authorize the OWNER to proceed to have said defects repaired and made
good at our expense, and we will honor and pay the costs and charge therefor
upon demand.
4194141
Date: .......................
Signed: .... .. ...--•-- ....... -- ....
Fleet Maintenance Software Contractor
page 6
i
947-13*
"ATTACE-II-41� B"
CITY CF TAWYLAC, RMUC SERVICE ADMINISTRATIVE OYAPLEX/PUBLIC WORKS
INVITATION TO BID
. BID NO. 89-14
THE CITY Ce TAMARAC, BROWARD CDUNrY, FLORIDA, will accept sealed bids until 2:00
P.M., February 27, 1989, in the office of the City Clerk, City Hall, N.W. 88th
Avenue, Tamarac, at which time the bids will be publicly opened. Bids received
after said time will be returned unopened.
The work consists of furnishing, installing, training, start up, update and
restart up of a fleet maintenance software package to monitor a Gasboy 1000
series fuel system at Tamarac Police (remote site) and to monitor a future
Gasboy CFN fleet maintenance, and fuel system at the future Public Service
Administrative Complex at 6011 Nob Hill Road. The system will be installed
in the current Public Works Facility at 5650 N.W. 88th Avenue and reinstalled
in the future at 6011 Nob Hill Road.
PUBLIC SERVICE ADMINISTRATIVE COMPLEX/PUBLIC WORKS
5650 N.W. 88th Avenue
TAMUW, FLORIDA 33321
Bids will be publicly opened shortly thereafter.
Specifications can be picked up at the offices of CONSTRUCTION MANAGEMENT
SERVICES, INC., 10 FAIRWAY DRIVE, SUITE #301, DEEEiFIELD BEACH, FLORIDA.
Bidders may also inspect the bidding documents at the office of the Construction
Manager.
Each bid submitted shall be accompanied by a bid security in the form of a
Cashier's Check or a Bid Bond in an amount of not less than ten (10) percent of
the proposed amount, payable to the Owner as a guarantee that the successful
bidder will execute a contract. Bonding Companies used for Bid Security shall
be approved by the United States Treasury Department and shall maintain a local
agent in Broward or Palm Beach County or authorized to do business in Florida.
Bond shall also contain provisions aamplying with and adopting Florida Statute
255.05; and shall be signed by the local authorized agent of the Bonding
Caq�eny
No bid may be withdrawn for a period of sixty (60) days after the bid opening.
The Bidder will be required to ooplete the supply and installation of the fleet
maintenance software within the time set forth in the Contract Documents.
The Owner reserves the right to reject any or all bids, to waive any infor-
malities, to negotiate with low bidders, to readvertise for bids, or any other
such action that may be deemed to be in the best interest of the Owner.
Construction Manager/Owner's Representative/Agent for this project is
Construction Management Services, Inc., 10 Fairway Drive, Suite #301, Deerfield
Beach, Florida 33441.
Bids shall be addressed to the City of Tamarac, City Clerk, 7525 N.W. 88th
Avenue, Tamarac, Florida 33321. Bids shall be submitted on or before the date
and time specified and be plainly marked "TAMARAC PUBLIC SERVICE ADMINISTRATIVE
COW EX/PUBLIC WORKS
BID NO. 89-14" on the outside of the envelope.
"ATTA�T C"
1
4MA AGO ly 6020-F Dav4on Blvd.
WILLIAM M. WILSON`S SONS, INC. Norcross, GA 30093
R-0--6*
(404) 662-8770
FAX: (404) 662.8769
2-24-89
FOR: City of Tamarac
Public Service Administrative Complex/Public Works
56-50 N.W. 88th Avenue
Tamarac, Florida 33321
BID NO. 89-14
HARDWARE PRICE
IBM/PC P1Oclel--30. ........................... .$ 7 -
w/20 MG Hard x3ie;�to ochrome p"
Epson 286 E Pr' ax- grsi' 0.
__---Su"e o ector, All Necessary Cables
SOFTWARE
{ GASBOY Personal Computer Fuel and
` Vehicle Management Software Package.........$ 5,000.00
(Software is not covered under Warranty)
Installation & Training.... .......................... 2,500.00 ✓ `
C�
0
01- i3�f
f,
"ATTACENP D"
CITY CiF TAKV, AC, FLORIDA
0
SPDCIFICATIONS
0
r
C
M. Automated fuel and oil control and data acquisition system for fuel
and motor oil dispensing with automatic card reader as manufactured
by GasHoy, Petrovan or approved equal:
1. The intent of these specifications is to outline our
requirements for purchase of an Autcxnated Fuel and Oil
Dispensing System. The System should be quoted Turn Key
with all necessary Hardware, Software and Installation
required for an operational system. If telephone lines
are required the bide: should state the type of line
required for that system with an approximate + or -10%
cost of these lines from the local phone amWy.
2 General Fueling site Equipment Description.
a. The system should be a Stand Alone Microprocessor
based System at each Fueling Site, having the
necessary components to authorize cards, store
transactions and control pumps.
b. System to be designated to use punch encoded cards
which can be encoded on site.
C. System to be equipped with a Transaction Memory to
hold a minimum of 700 Fueling Transactions at each
site in Non-volatile Solid State Memory with remote
call up capability for On -Demand Transmission of
stored data.
d. System to be designed as a Two (2) Card System.
e. System shall be furnished with two (2)
Ca munication Ports (RS232C) to allow on site
printer termsal connections as well as Computer
interface (either Hardwired or Auto Answer Modem).
f. System to control a minimum of six (6) hoses and
capable of up to 16 Hose Outlets, as follows:
(4) hoses for fuel @ fuel islands and three (3)
hoses for motor oil at Public Works building. In
addition, system shall be able to control two
(or more) fuel hoses at Police Station site and
at Fire Station site. Police and Fire Station
equipment is NIC.
g. System to be of Modular Design as to allow for
additional components such as Pump •
1623 11500-4
Control and Card Reader Stations in the Field
without changing major components.
h_ System shall be warranteed covering parts and
labor by manufacturer for one (1. ) year from
date of system startup.
i_ System shall include Factory Start Up and
Training by an experienced factory
representative.
j. System must be UL listed.
k. System must be FCC approved.
3. Fueling Site System Hardware:
a. The On Site System Components should be
housed in Steal Security Locked Housings.
Where components are located on Fule Island
thay should be weatherproof and contain
necessary Heaters and/or Fans to rpovide
reliable operation in the existing climate.
The components should contain a minimum:
1, Microprocessor
Z, Non -Volatile Memory
• 3. Pump Control Electronics
4. Power Supplies
5. Hardware and Wiring Terminators
6. Hose Outlet Manual Override Switches
7. Data Entry (Card Reader Keypad and
Display)
b. The On Site System Components govern the
operations involved in controlling and
recording fuel dispensing, Sufficient
Non -Volatile Memory is provided to store
approximately 700 Fueling Transactions and a
Card Lock -Out file for up to 5,000 cards.
The Pump Control Section at a minimum should
control six (6) hose outlets with the
capability of up to 16 hose outlets. The
Hose Outlet Override Switches (one for each
hose controlled) are provided to enable by-
pass of the Automated System should it become
imoperative. The components must be
acceptable for installation at fueling
facilities under local codes and any other
applicable codes.
C. Expansibility of the On Site Equipment to
1623 11.500-5
U
meet future needs is an important part of the
proposed system. Bidder shall quote costs
Hardware to expand the proposed system in the
field as follows:
1. Additional Hose Controls
2. Additional Data Entry Terminals
3. On Site Printer Terminal
4. System Actuator Cards_
a- Optically Read Cards are preferred, however
alternative ID Devices will be�considered.
b. Employee and Vehicle information should be
encoded on the card and should contain at a
minimum the following information:
i• Employee Card
a• Card Number
b. System ID#
2. Vehicle Card
a. Card Number
b. Product Authorization
C. Product Limitation
d. Check Digit to determine
information required at Island
Terminal (Odometer, PIN and Manual
Entry) .
C. A Card Encoder shall be provided as part of
this bid to allow creation of cards an site.
5- Systems Design and Programming:
a. System to be designed to allow all Hose
Outlets to be activated at the same time.
b- System to allow for Date Communications to
either the Local Printer Terminal or Computer
while the Data Entry Terminal and Hose
Outlets are in use.
C. System to be programmed up to 52000 users.
d- Full Lockout of 5,000 users.
e . Card to limit amount of fuel that can be
dispensed with each use.
f . Card to limit the type of product authorized.
1623
11500-6
I*
g. System to have capability to print
transactions upon completion. (optional on
site printer).
h. Required Data (Odometer, manual Entry, etc.)
at Data Entry Terminal shall be determined
by check digit on each card.
i. System to be able to be controlled by a
Terminal on site and communicate via a modem
and telephone line to a remote location.
j. System to be able to control a minimum of
three (3) products; oil, gas and diesel with
option of up to six (6) products minimum.
k. System to be able to control and receive
information from a remote site (Police & Fire
stations).
1. System to be able to control pumps and
equipment from different manufacturers.
M. Dual card lock -out (employee and vehicle).
n. Oil dispensing to limit four quarts per
transaction.
o. Security Cade (employee personal
identitication number)
6. Fueling Site System Transaction Layout and Basic
Reporting:
s a. The following information shall be recorded
for each Fueling Transaction:
1623
1.
Transaction Number ....... 4
digits
2.
Card Number..............4
digits
1),.
Employee Number .......... 4
digits
A.
Vehicle Number ........... 4
digits
.5.
Date Gregorian ........... 6"digits
6.
Time 24 Clock ............ 4
digits
7.
Pump Number..............2
digits
e:
Product Number ..........2
digits
9.
Gallons in 10ths......... 4
digits
.10.
Odometer (no tenths).....6
digits
11.
Error Message ............ English
Message
b. The
same information should be available in
11500-7
a fixed record length with a check sum for
data validation and Computer Interface. •
C. Recall any or all of the last 700
transactions.
d. Check current time, date and transaction
number.
e. Report pump status, assignments and through
put amounts for each hose controlled.
f. List valid cards.
g- List invalid cards.
h. Check status of individual cards.
i_ Print system diagnostics.
j. Print declining balance inventory.
k. Sort transactions with subtotals and. totals
by any two transaction fields.
1. Print fuel limits.
M. Print fuel authorizations.
n. System should have "Help" command which lists
all commands and their options.
7. Central Control ( PC Control for Multi -Site
Operation):
a. A Micro Computer shall be used to control
various Stand Alone Systems at each site, and
Shall be programmed to provide the following
functions, reports and communications.
1. Automatic Transaction Polling (Dial -up)
of up to 25 Card System sites either on
demand or by time of day (auto poll).
2. Provide for Automatic Lockout of any
card or cards at full sites controlled.
3. A full keyboard interface with each site
to initiate any system command available
(See Section V)_ 0
1623
11500-8
R- ?I � y
a. All system commands and respon5es
to be displayed on video display,
. printed or both.
4. After auto poll or polling on demand has
been initiated printer to show either
successful polling of site indicate site
number and on site system status (date,
time and last transaction). If polling
was not successful a message o'
"unsuccessfull polling" with the reason
why and the site number.
S. At
a minimum the following
files shall
be
maintained.
a.
Site
File
1.
Address, Password
and Phone
Number.
b.
Pump
Product Site File
1._
Fuel assignments
by pump and
tank.
2.
Product pricing.
3.
Declining balance
inventory.
0 C. Employee Master
I.
Employee ID (alpha --numeric)
2.
Employee Card Number
3.
Name (first and last)
4.
Social Security Number
5.
Status (active, lockout, etc.)
6.
Year to Date fuel and fluid
amounts and cost.
7.
Department ID
d. Vehicle Master
1.
Vehicle ID (alpha -numeric)
2.
Vehicle card Number
1.
Department ID
4.
Description of Vehicle
5.
Class Code 2 Digits
6.
Status (active, lockout,
unassigned, etc.)
7.
Start of Year Odometer
e.
Current Odometer
9.
Average Miles per Gallon
J.O.
Fuel and fluid cost and amount
year to date.
e. Master Department
1623
J.1500-9
I , Department ID (alpha -numeric)
2. Description and Address
3. Year to Date Quantity and coso
for each product used.
f. Listing of all files must be
available.
b. The following reports should be available
(Bidder shall include sample reports with
system proposal).
a. Transaction listring by site with
toal
gallons pumped by hose outlet.
b. Employee activity stored and identified
by department.
I. All transactions from all sites
with employee name printed
on
report.
C. Vehicle fuel usage report stored
and
identified by department containing
the
following:
.
1. All fuel transactions from
all
sites.
w. Vehicle Description
3. Total number of transactions
4. Total fuel amount and cost
5. Total fluid amount and cost
b. Average male per gallon
7. Cost per male
d. Department of Fuel Report/Invoice shall
contain the following:
1.
Total
amount and cost of each
product sorted by vehicle number.
2.
Total
Number of Transactions
3.
Total
amount and cost of fuel by
product for entire department.
e. Site
pump,
Product and Tank Summary
1.
Total
amount and cost by pump.
2_
Total
amount and cost by tank.
3.
Total
amount and cost by product.
0
1623
11500-10
;�- r�-13 //
C1
.... V.. __- _ - _-_ . +V�46 s+ .A� r..�'AL..JT.LA:ji, i IJ,Uity iV1J09 ilrl-/.
10 Fairway Drive • Suite 301 • Deerfield Beach, Florida 33441.305.481-1611
"1�!' it • � U �� I• �1 �
Gi m i & V ►• • 0,- 0 .
Quantity Sur veyars-C"nstruction Managers
I.
- ei qa+ 1
4. Summary to show transaction numbers
covered in report.
f.
Manual Transaction Entry
1. Provided for manual entry of full
transactions from uncontrolled
sates.
b. Summary of Central Control Computer
1.
Interfaces with Site Automated System.
�.
Controls fuel and other vital automotive
fluids usage for department, vehicles
and employees.
3.
Allows up to 16 hose outlets at any one
site.
4.
Permits up to 8 products through out all
sites.
5.
Monitors up to 25 sites with an average
of 300 transactions per day per site.
•
6.
Stores up to 20,000 transactions during
every Reporting Cycle.
7.
Allows for transfer of data to another
computer.
c. Operation and Training
1.
Bidder shall provide at a minimum one
day of training on the proposed
software.
2.
Bidder. shall state type of operating
system used in computer and if above
training does . not include operating
system training, the available classes
for this training should be identified.
(Example: IBM Introduction to PC DOS_)
8. Summary
of Equipment Required by Location:
a. Central Control and Reporting Equipment:
ADDRESS: City of Tamarac Public Service
Administration Complex
6011 Nob Hill Road, Tamarac
162.: 11500-1'
CONTACT: Mike McCoy from CMS
Leon Wechsler, Scahrf & Associates.
Distance to closest fueling site is
approximately 320 feet.
Distance to closest oil dispensing unit is
approximately 45 feet.
Distance to Police Station is approx. 7-
miles.
Distance to Fire Station is approx. 2 miles
(Police and Fire Station are located next to
each other and can be considered as one
site).
1. Reporting and control equipment.
a. 1BM PC-XT or equal (at version
optional)
b. Internal 5-1l4 disk drive
C. Internal 10 megabite hard disk.
d. 130 column dot matrix printer Ebson
FX85 or equal. •
e. Monochrome Video Display
f. Auto Dial Modem (specify 300 or
g. Dust cover for computer and
printer.
h. One year in house warranty.
i. Complete software and trianing
covered in Section VI.
Z. Cards and related equipment.
a_ 300 (white) employee card -blanks
(not encoded).
b. 700 (blue) vehicle cards -blanks
(not encoded).
C. Card encoder as per manufacturer
standards.
d. 200 vehicle card holders.
b_ Fueling Site Equipment
1. Site #1
ADDRESS: City of Tamarac Public Servicio
Administrative Complex.
CONTACTt Mike McCoy. CMS. 305-481-1611
1623 11500-12 ' I
R-PI-0*
t
Leon Wechsler, Scharf &
Associates, 305-566--2700
a. Pump Control
i.. System to provide control of
six (6) hose outlets.
2. System to identify the
following products_
Unleaded fuel
Diesel fuel
Motor oil
3. system to trac three (3)
storage tanks.
Unleaded, diesel & oil,
b. Data Entry Terminals
I. Two (2) data entry terminals.
2. The data entry terminals shall
be installed and located as
follows:
One on fuel islands (North
island) for premium unleaded
and diesel. One centered
between the two oil reel
dispensers inside the Public
Works building (between the
doors).
C. The specified oil pumps/dispensers
are provided with a Pulsar and
necessary electrical connectors to
make sure the units completely
compatible with the proposed
system. However, the bidder shall
verify specs and shall state which
units should be replaced and
include the price of the new units
as necessary to provide a complete
integral system.
d. All fuel pumps or dispensers
proposed shall be factory fitted
with electric reset, pulser and
.
electrical connectors for the
162.
11500-1->
-R - F1-134
system, and shall be part of system
orrice for this fuelino site_
2 . Site #2 do #3
a. Police and Fire Station sites about
two miles away will be completely
monitored by the system at the
Public Works facility through
telephone wires. Provide the
necessary connections from Public
Works facility to the Police and
Fire station up to the existing or
future location of the site command
module. The installation and
materials to convert the existing
fuel facilities at the police and
fire station to a c and operated
system is not included in this
contract. (N.I.C.)
Part EXECUTION
3.01 INSPECTION
A. Inspect areas to receive equipment for props
installation, meeting tolerances required b�
installation instructions.
B. Do not work until unsatisfactory conditions are
corrected.
Z-02 INSTALLATION AND WORKMANSHIP
A. The complete installation of the Industrial Equipment
works as called for, and detailed on the drawings shall
be provided in strict accordance with the drawings,
manufacturer's standard printed specifications,
instructions and recommendations, applicable building
codes and all applicable rules and regulations of
Public agencies having jurisdiction.
3.03 ADJUSTMENT AND QLEANING
A. Adjust all working parts to work freely and according
to their intended function.
B. Wipe clean surfaces of equipment soiled by installation
techniques.
162.E 11500-14
-f� M-o+
C_ Repair or replace damaged equipment and finished
. ' surfaces as a result of installation.
r�
L
END OF SECTION 11500
1623
11500-15
Card Lockout
Two types of card lockout are available with
.�� Site Controller 1. Either type can use a negative
or positive lockout file.
With first type of lockout you can lock out both
bank cards and private cards. It allows you to lock
out cards based on any pan of the card
identification. For example, if the card identification
L7cludes three numbers; the employee number, vehi-
.le number, and account number; you can lock out a
Lard based on any one of those numbers, pan of one
of those numbers; or any combination of those
_,umbers. This type of lockout, called limited
Aockout, is very flexible but uses up memory. For a
typical system with limited lockout you can lock out
up to 6000 cards, depending on transaction storage
needs.
The other type of lockout, called bit -mapped
lockout, requires that a card number be assigned to
the card for lockout. This type of lockout only
works with private issue cards, but it allows many
more cards to be locked out. For a typical system
with bit -mapped lockout you can lock out up to
450,000 cards, depending on transaction storage
requirements.
Private Issue Cards
CFN System private issue cards, or club cards
as they are sometimes called, have a flexible format
that allows them to take advantage of many special
features of the system. The card format consists of a
system ID number, the card identification, and
optional parameters.
The system ID number is a unique number of
four to six digits that limits the use of the card to
one system.
The card identification can have up to 19 digits
for mag stripe cards and large optical cards, or 12
digits for standard optical cards. The digits may be
divided into two or three fields of any length, so
long as there are not more than 19 digits total. You
can use these fields for a vehicle number, employee
number,. account number, or any other information.
1f you use bit -mapped lockout, the first four, five, or
six digits are the card number, which is used for
lockout.
Optional parameters can include an expiration
date and a limitation code, authorization code, price
level, and restriction code.
R_ IF�44 f
The limitation code limits the amount of fuel the
card can access
the authorization code limits the type of fuel the
card can access.
o The price level determines what price level trans-
actions using that card will be charged at.
The restriction code allows you to specify whether
the card reader terminal will request certain
manual entries, such as dollar amount, odometer
reading, or PIN.
Other Features
Tank inventory system. The CFN System!
automatically decrements tank inventory for each
fuel transaction. You can add fuel drops to tank
inventory and subtract from inventory to make
adjustments. Low tank inventory warnings are
printed on the log printer and in the tank inventory
report.
Miles per gallon package. The CFN System keeps
track of miles per gallon and cost per mile for vehi-
cles enrolled in the MPG system. Vehicle number
for MPG can be card encoded or manually entered at
the card reader terminal.
Fuel allocation package. With the fuel allocation
package you can preallocate fuel to customers.
Allocation is by a card -encoded allocation number
and can be in dollars or gallons.
Fuel limits. The CFN System provides several
types of fuel limits, which can be configured
independently.
• Pump limits set the maximum amount allowed
on an individual pump.
• The hourly limit sets the amount that one card
user can pump in a specified time period.
• If you issue your own cards, you can use limit
codes on the cards that restrict access to only cer-
tain types of fuel and that limit the amount of fuel
that can be accessed in one transaction.
Limits can be in either dollars or gallons.
Multiple price levels. The Site Controller supports
five or more price. levels plus a fallback level. You
can use these levels to define pricing for cash, credit
cards, debit cards, and your own private issue cards.
,CFM Site Controller,, _. Sped.-J-fc.,afions
Processor
MC68B09, 2M1-iz
Program memory
64K bytes ROM
Storage memory
144K bytes CMOS battery backed up RAM
CommUnlC1t10n8
RS-232 ports
two
Baud rates 1300.
1200, 2400, or 96C:. baud
Data
1 start bit
8 data bits
No parity
1 stop bit
X-on X-off
yes
RS422 ports
two
Other hardware
Dead man timer
yes
DIP switches
20 readable
Ac power fail sense input
yes
LID status driver
yes
Environmental requirements
Operating temperature
4-C to 46'C
Storage temperature
-22'C to 60'C
Operating relative humidity
209c to 80% noncondensing
Storage relative humidity
10% to 9094 noncondensing
Poorer requirements
Voltage
+115Vac ±10%
Current
.12 amps nominal .
.6 amps maximum
Fuse
1 amp quick blow
Power consumption
20 wets
Dimensions
Width
12 inches
Height
3 inches
Depth
8 inches
Weight
5 pounds
Component life
5 yew
Safety standard
UL and CSA
•
ISSUE. TE
ares,yal�tt
Vinz
. PRODUCER`-:;- _ rj•' - -
THIS CERTIFICATE IS tSSUEp AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,
E G MURPI iY III INC EXTEND OR ALTER THE. COVERAGE AFFORDED BY THE POLICIES BgLOW �r
616 N BROAD SET
COMPANIES AFFORDING COVERAGE
0 BOX 627
OLMAR PA 1891 S --0627 COMPANY
LETTER A
COMPANY
B
INSURED LETTER
COMPANY
WM M WILSONS SONS INC LETTER C
P 0 BOX 309
. COMPANY p
LANSDALE PA 19446 LETTER PENNA NTL MUTUAL INS
COMPANY E
LETTER -
•
THIS IS TO CERTIFY THAT POLICIES OF p1SURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY
NOTWITHSTANDINGPERIOD INDICATED.-
ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY
BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND
TIONS OF SUCH POLICIES, CONDI-
CO TYPE OF INSURANCE POLICY EFFECTrI_ POLICY EXPIRATION ALL LIMITS IN THOUSANDS
LTR POLICY NUMBER DATE (MWMY.V) DATE (MM?`O YY)
GENERAL LIABILITY
GE1:EAaL AGGREGATE
COMMERCIAL GENERAL LIABILITY
P"_.CS-CDVP/OPS AGGREGATE
CLAIMS MnADE �=Ra_..
PERSONAL 3 AWSRTSING 'wtUP.Y
�>tiE�•s a couT�eT:,~w :�;��,,.� E„4_ c:.c�;�EycE
. ARE GAM;.GE (ANY O:NE FIREI
MEDICAL- EXPENSE (ANY 014E PERSo%l
AUTOMOBILE LIABILITY
ANY AUTO CSL
ALL OWNED AUTOS
9oDILr
SCHEDULED AUTOS uuURY
(PEa P<?sa%,
HIRED AUTOS WOHLY
NON -OWNED AUTOS IIK RY
man
In
GARAGE LIABILITY
PF1oPERTY
DAMAGE
EXCESS LIABILITY EACH a.GWEGATE
OCCURRENCE
OTHER THAN UMBRELLA FORM
WORKERS' COMPENSATION 00305608—q 7/ 01 /88 7/01 /89 STATUTORY
AND S O O (EACH ACCDENT)
EMPLOYERS' LIABILITY S00 ro15EASE-POLICY LIMIT)
500 PSEA,SE{E" EMPIDY%)
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONSIVEHICLES/RESTRICTIONS/SPECIAL ITEMS
a
a
SHOULD ANY OF THE ABOVE DESCRIBED POLKNES BE CANCELLED BEFORE THE EX-
PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
ITY OF TAMARAC MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
10 FAIRWAY DRIVE LEFT. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
• SUITE 301 LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
DEERFIELD BEACH FL 33441 AUTMRIZED REPRESENTATIVE
RONALD J. WASSON
1.
a r
w =
W
N
n`
�
.
�µ
f�
1
C -J
♦�✓
Y
Do
•• .0.
v 0
v r O K
7
00.!
r•
"
.00
« .
w r •
�.r.:i
inn
it ji
vj A
w F !
w
R
Mani
0 ° W4
w 1
3vo
U)!
X S
2all 914
a 4J ,r
0v¢
s Vp
0
ii
w
� V •
r
. r
•
r
•
~
w r
K M
M
r
p +
w
ii
pw
'•
r
V V
�
,.^.�
• r w
.s
...ram"'..
• Fb
s
ul
V =
V
«
w
N
}
A
• rl
� ]
0