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