Loading...
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