city of tacoma
File #: RES-38086    Version: 1 Name: Purchase Resolution
Type: Resolution Status: Adopted
File created: 8/10/2010 In control: City Council
On agenda: 8/10/2010 Final action: 8/10/2010
Title: Resolution No. 38086 Amended
Attachments: 1. RES-38086 Amended.pdf
Related files: RES40051
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.
Exhibit "A" Amended 8-10-10 RESOLUTION NO. 38086 2 A RESOLUTION related to the purchase of materials, supplies or equipment, and the furnishing of services; authorizing the appropriate City officials to 3 enter into contracts and, where specified, waiving competitive bidding requirements, authorizing sales of surplus property, or increasing or 4 extending existing agreements. 5 WHEREAS the City has complied with all applicable laws governing the 6 acquisition of those supplies, and/or the procurement of those services, 7 inclusive of public works, set forth in the attached Exhibit "A," which Exhibit is 8 9 incorporated herein as though fully set forth, and 10 WHEREAS the Board of Contracts and Awards has reviewed the I I proposals and bids received by the City, and the Board has made its 1 2 recommendation as set forth in Exhibit 'A" and 1 3 WHEREAS the Board of Contracts and Awards has also made its 14 recommendations as to entering into purchasing agreements with those 1 5 governmental entities identified in Exhibit "A"; Now, Therefore, 16 1 7 BE IT RESOLVED BY THE COUNCIL OF THE CITY OF TACOMA: 18 That the Council of the City of Tacoma does hereby concur in the 19 findings and recommendations of the Board of Contracts and Awards set forth 20 in the attached Exhibit 'A" and does hereby approve and authorize the: 21 (X) A. Procurement of those supplies, services, and public works 22 recommended for acceptance in the attached Exhibit "A"; 23 B. Rejection of those bids and/or proposals that are recommended 24 25 for rejection in the attached Exhibit "A"; 26 LEG 004 (11/89) C. Entry into the proposed purchasing agreement with those governmental entities identified in the attached Exhibit "A," which proposed 2 3 agreement is on file in the office of the City Clerk; 4 ( ) D. Waiver of competitive bidding procedures in those instances, as 5 set forth in Exhibit 'A" in which it is impracticable to obtain supplies or public 6 works improvements by competitive bid, or in those instances in which supplies 7 and/or public works are available from a single source. 8 9 Adopted AUG I 0 2010 10 11 12 Mayor Attest: 13 14 City Clerk 15 16 Appro f 17 18 19 20 21 22 23 24 25 26 -2- LEG 004 t I I /99) EXHIBIT "A" 3808b RESOLUTIONNO.: ITEM NO.: Tacom City of Tacoma MEETING DATE: AUGUST 10, 2010 Fire Department DATE: July 29, 2010 TO: Board of Contracts and Awards SUBJECT: Fire Department Electronic Patient Care Reporting Budgeted from the EMS Special Revenue Fund 1 1 55 Request for Proposals Specification No. FD10-0225F RECOMMENDATION: The Tacoma Fire Department recommends a contract be awarded to Medusa Medical Technologies Inc., Halifax, Nova Scotia, Canada, for a user software license and five-year software maintenance agreement for a computerized electronic patient care reporting system for the Fire Department totaling $248,250.00 plus tax. EXPLANATION: This purchasers intended to replace the existing Fire Department patient care record system with an off-the-shelf, best-in-class computerized electronic patient care records system in order to meet new state and federal guidance for the Health Insurance Portability and Accountability Act records compliance. The new system also addresses the Fire Department's strategic goal to develop better information systems to support emergency operations. The proposed purchase request was presented for review and approval to the Business Process Committee of the Information Systems Governance Board on April 21, 2010. The Committee's recommendation was for the Fire Department to proceed with issuance of a Request for Proposals (RFP). COMPETITIVE SOLICITATION: Request for Proposals Specification No. FD1 0-0225F was opened May 25, 2010. Seven responses from five different companies were received in response to the RFP. A selection evaluation committee comprised of Fire Department administrative and information technology personnel met May 27, 2010, and conducted a preliminary review of the proposals received. Although the RFP requested proposals for non- remote hosted systems, five of the seven proposals received proposed remote hosted systems. The committee's initial review and scoring is identified in table 1 (attached). Following a subsequent four-hour product demonstration conducted by the committee with the two highest ranked respondents, the committee met again June 16, 2010, and produced the final rating of the respondents in table 2 (attached). Th e. final step in the selection process was a true cost of ownership analysis completed by Fire Department staff July 1, 2010, results of which are attached. Based upon the evaluation conducted, the proposal of Medusa Medical Technologies Inc. is the best proposal received. The Medusa system was the only product that included the data warehousing function identified by the Fire Department as a fundamental requirement in the RFP. The Medusa proposal also was rated higher in all other categories in the final rating by all members of the selection evaluation committee. Respondent Location (City and state) Rank Medusa Medical Technologies Halifax, Nova ScotiaI Zoll Broomfield, CO 2 Emerigata Richardson, Tx 3 EMS Charts Pittsburgh, PA 4 Sansio Duluth, MN 5 901 Fawcen Avenue I Tacoma, Washington 98402-5699 1 (253) 591-5737 1 FAX (25 591-5746 G&A_NewContractRFP-RFQ_dot Lvised: 10/2009 Board of Contracts and Awards July29,2010 Page 2 CONTRACT HISTORY: New contract. FUNDING: Funding to support the purchase is available and will be split between the 2009- 201 0 EMS Special Revenue Fund budget (Fund 1155, Cost Center 609100, Cost Element 564550) and the 2007 MMRS grant (Fund 1090, Cost Center 822400, Cost Element 5645500, WBS GRT-000-88-03). HUBILEAP COMPLIANCE: Not applicable. PROJECT ENGINEER/COORDINATOR: Roger Edington, Medical Services Officer, 253.591.5705. Sincerely, LD W. STEP E S Fire Chief RWS:MF:mw Attachments cc: Jayne McCartney, Purchasing Analyst Percy Jones, HUB Peter Guzman, LEAP Roger Edington, TFD Medical Services Officer 19 Item No. 2 removed from Purchase Resolution No. 38086 EXHIBIT "A" RESOLUTION NO.: 3 8 0 86 ITEM NO.: 2 City of Tacoma MEETING DATE: AUGUST 10, 20/0 Public Works DepartmeriL, July 27, 2010 TO: Board of Contracts and Awards SUBJECT: unicipal Solid Waste Compactor geted from PW Solid Waste 2006 Bond Construction Fund 4200-0 N Re st for Proposals, Specification No. PW 1 0-0255F RECOMMEND Public Works - Environmental Services/Science and neering Division recommends that ct be awarded to SSI Compaction System al D' Ion of SSI vote Shredding Systems Wilsonville, OR, for two municipal solid @e orripactors including one year of maintenaric ces for a total contract amount of $2,632, .54, including sales tax. EXPLANATION: This co trac 'I consist of furnishing and install two municipal solid waste compactors in the new Recovery d Transfer Center at the fill. The contract will also include labor and materials to P vide scheduled mainte s for the first year. COMPETITIVE SOLICITATION: Req for Proposal PW10-0255F, were opened July 13, 201 0. Two companies invited to addition to normal advertising of the project. Two submittals were received. Th I li ry committee has evaluated and ranked the proposals to determine the reco ndor. Responden ton Rank state) SSI Compaction Systems a Division of lie, OR I SSI Shredding Systems, Inc. Harris Waste Management Group, Inc. yrone, 2 CONTRACT HISTORY: New contract. FUNDING: Funds for this purch available in the r-VV Bull Waste 2006 Bond Construction Fund 4200-06CON Center 517830, ENV-020 HUB/LEAP COMPLI applicable. PROJECT ENGINE NATOR: Geoffrey M. Smyth, P. ., u Works - Environmental Services ience and Engineering Division, 253-502-2111 Ric ard EMcKI Public Works: ctor REM:LTG:sh (Letter (PW 1 0-0265F) cc: J s Wilkerson, Purchasing Analyst rcy Jones, HUB eter Guzman, LEAP Lewis Griffith, Science & Engineering e: Solid Waste Compactor B1.3 47 MarkeL Stmet, Room 408 1 Tacoma, Washington 98402-3769 1 (253) 591-5525 1 FAX (253) 591-5097 WVAVC1ty0ftaC0n1fi.01g EXHIBIT "A" RESOLUTION NO.: 3 8 0 86 ITEM NO.: 3 City of Tacoma MEETING DATE: AUGUST 10, 2010 Public, Works Department DATE: July 27, 2010 TO: Board of Contracts and Awards SUBJECT: Landfill Administration and Shop Building Remodel Budgeted from PW Solid Waste 2001 Bond Construction Fund 4200-SWM01 Request for Bids, Specification No. PW10-0170F RECOMMENDATION: Public Works - Environmental Services/Science and Engineering Division recommends that a contract be awarded to low bidder Howard S. Wright Constructors, LP, Seattle, WA, for construction of a new addition to, and remodeling of the existing administration and shop building at the Tacoma Landfill. The contract amount reflects a base award of $6,163,427.00, including sales tax, plus 10% contingency, for an aggregate total of $6,779,769.70, including sales tax. EXPLANATION: This contract will consist of the construction of a new 14,000 square-foot, 2- story addition to, and the remodeling of, the existing Solid Waste Management administration and shop building. The existing building was originally constructed in 1977 and remodeled in 1989. The new addition and remodeling work includes adding new office space, remodeling the existing office areas to provide additional locker room area, lunch room area, and customer service area. The shop remodel will construct a new fluid distribution room and covered storage area. These additions will free up space for two additional drive-through maintenance bays. When completed, the project will provide updated facilities for Solid Waste Management's administration, collection, operation, and fleet staff. In addition, the facilities will meet current ADA standards and will achieve Leadership in Energy & Environmental Design (LEED) Silver certification. COMPETITIVE BIDDING: Request for Bids, Specification No. PW10-0170F was opened July 13, 2010. Seven submittals were received. The Historically Under-Utilized Business (HUB) participation level proposed by the bidder(s) are reflected as a credit (maximum applies) against the submitted base bid to arrive at an "evaluated bid" for ranking purposes. Howard S. Wright Constructors LP submitted a bid that resulted in the lowest evaluated submittal after consideration of HUB participation goals. The table below reflects the amount of the base award, Respondent Location Submittal Amount Evaluated Submittal (city and state) Including sales tax Howard S. Wright Constructors, LP Seattle, WA $6,163,427.00 $5,606,945.31 Pease Construction, Inc. Lakewood, WA $6,219,340.51 $5,658,016.94 Bayley Construction, A General Partnership Mercer Island, WA $6,290,215.00 $5,651,854.69 J.E. Dunn Construction Company Kirkland, WA $6,353,609.00 $5,719,117.30 Jones & Roberts Company Olympia, WA $6,537,888.80 $5,862,093,75 Graham Contracting Ltd. Seattle, WA $6,469,467.00 $5,844,968,76 Serpanok Construction, Inc. Tacoma, WA $7,213,800.00 $6,318,050.00 Pre-Bid Estimate $7,903,239.26 The recommended award is 22 percent below the pre-bid estimate. 747 MiarkeL StweL, Rooin 408 111'racoina, Washington 98402-3769 1 (253) 591-5525 1 [VAX (253) 591-5097 @%Awcityobcorna,org Board of Contracts and Awards July 27, 2010 Page 2 CONTRACT HISTORY: New contract. FUNDING: Funds for this are available in the PW Solid Waste 2001 Bond Construction Fund 4200-SWM01, Cost Center 5151 00, ENV-02001. HUB/LEAP COMPLIANCE: The recommended contractor is in compliance with the Historically Under-Utilized Business (HUB) Regulation requirements per memorandum dated July 20, 201 0. The HUB goal for this project is 16 percent. The HUB participation level of the recommended contractor is 1.82-percent. Howard S. Wright Constructors, LP submitted the lowest evaluated bid per the HUB Regulation requirements. The Local Employment and Apprenticeship Training Program (LEAP) goal is 3,750 hours PROJECT ENGINEER/COORDINATOR: Geoffrey M. Smyth, P.E., Environmental Services Science and Engineering Division Manager, 253-502-211 1. Richard E. McKinley Public Works Director REKTAF.sh (CA,._Letter(PW10-0170F)) cc: James Wilkerson, Purchasing Analyst Percy Jones, HUB Peter Guzman, LEAP Terry Forslund, Science & Engineering File: LASR B1.7 22 Resolution No. 380 86 Adopted: AUG i 0 2010 Maker of Motion: O Y-) Seconded: @-@CXYAtl \ W\J6 -:@-I LW4E' VoiceVote: \ke-Vv-@ @ MEMBERS AYES NAYS ABSTAIN ABSENT Mr. Boe Mr. Campbell Mr. Fey Mr. Lonergan Mr. Manthou Mr. Mello Ms. Walker Ms. Woodards Mayor trickland I-IJ6\ LF-I 41e4-Ga4 Vote: MEMBERS AYES NAYS ABSTAIN ABSENT Mr. Boe Mr. Campbell Mr. Fey C>Z, Mr. Lonergan Mr. Manthou Mr. Mello Ms. Walker Ms. Woodards Mayor trickland OccagendMagenda procedures and formskresolutionvotingrecorddoc