HomeMy WebLinkAboutR-03-0186J-03-176
2/26/03
RESOLUTION NO. 03— 186
A RESOLUTION OF THE MIAMI CITY COMMISSION
ACCEPTING THE BID OF LAW ENFORCEMENT SUPPLY
COMPANY, INC. FOR THE PURCHASE AND
INSTALLATION OF POLICE VEHICLE EMERGENCY
EQUIPMENT, FOR THE DEPARTMENT OF MUNICIPAL
SERVICES, FLEET MANAGEMENT DIVISION, ON AN
AS -NEEDED BASIS, FOR AN INITIAL ONE-YEAR
PERIOD, WITH THE OPTION TO RENEW FOR TWO
ADDITIONAL ONE-YEAR PERIODS, IN AN ANNUAL
AMOUNT NOT TO EXCEED $525,000, FOR A TOTAL
CONTRACT VALUE OF $1,575,000; ALLOCATING
FUNDS FROM CAPITAL IMPROVEMENT PROGRAM
PROJECT NO. 311850.429401.6.840.
BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI,
FLORIDA:
Section 1. The bid of Law Enforcement Supply Company,
Inc. for the purchase and installation of police vehicle
emergency equipment for the Department of Municipal Services,
Fleet Management Division, is accepted, on an as -needed basis,
for an initial one-year period, with the option to renew for two
additional one-year periods, in an annual amount not to exceed
$525,000, for total contract value of $1,575,000, with funds
CITY COMMIMON
MEETING OF
FEB 2 7 ?nP1
r� Resection No.
Section 2. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor.11
PASSED AND ADOPTED this 27th day of February 2003.
EL A. DIAZ, MAY
ATTEST:
Iva,,
PRISCILLA A. THOMIMSON
CITY CLERK
APPR0,V16 AS 76 FPM AND CORRECTNESS:?;
�,LEJAI�ZRO VILARELLO
CIT ATTORNEY
6966:tr:AS:BSS
03 186
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: The Honorable or and Members
e City C issibn
C)
FROM: J e ola
'ef Administrator
RECOMMENDATION:
CA -7
DATE: FEB 2 0 2003
SUBJECT: Resolution Authorizing
Provision & Installation
Of Police Vehicle
REFERENCES: Emergency Equipment
ENCLOSURES:
It is respectfully recommended that the City Commission adopt the attached
Resolution accepting the bid received pursuant to Bid No. 02-03-025R from Law
Enforcement Supply Co. Inc., a Dade/Non-Minority vendor, located at 1666 N.W.
82 Avenue, Miami, Florida 33126, for the purchase and installation of police
vehicle emergency equipment, on -an as needed basis, for the Department of
Municipal Services, Fleet Management Division, for the initial term of one (1) year,
with the option to extend for (2) two additional one-year periods, in an annual
amount not to exceed $525,000. Funding is allocated from Capital Improvement
Program, Project No. 311850.429401.6.840.
BACKGROUND:
The Department of Municipal Services, Fleet Management Division, has analyzed
the bids received pursuant to Bid No. 02-03-025R. The bid from Law Enforcement
Supply Co. Inc., was deemed the lowest responsive and responsible bidder, meeting
specifications.
The Department of Municipal Services, Fleet Management Division, purchases
annually over one -hundred police vehicles in accordance with the Police
Department's labor agreement and in consistency with the fleet replacement program.
As a result of these purchases, these vehicles need to have police emergency
equipment (sirens, lightbars, cages etc.) installed and therefore, we are respectfully
requesting the approval of this contract.
FISCAL IMPACT: NONE
J AJM/nbd
FILE:
Bid Resolutions-Reso-Police Vehicle Em. Eqmt. 0 186
AWARD RECOMMENDATION AND APPROVAL FORM
Date: December 31, 2002 Department/Division:GSA/Fleet Div.
Department Contact Name/Phone Number:_ Alan Savarese, 305-575-7131
Bid/Contract Number: 02-03-025R Sr. Buyer: Terry Byrnes, CPPB
Summary/Description of Purchase: Police Vehicle Emergency Equipment
Justification for Award/Contract: The Department of Muni ri na 1 Se—d rac , F1 eer Mgmt _ Division
purchases annually over one -hundred police vehicles in accordance with the Police ne�nartu
labor agreement and in consistency with the fleet replacement Program. As a re ult of th
purchases, these vehicles need to have police emergency equipment (sirens, liehtbars, cag
etc) installed and therefore, we are respectfully requesting the approval of this contrac
Type of Contract: Method of Purchase:
❑Single Purchase ❑Formal Bid (include bid tabulation)
❑Short -Term Contract ❑Competitive Negotiated Purchase (include documentation)
❑Lease ❑Other Governmental Contracts (include documentation)
NTerm Contract
Contract Period: One Year OTR: Two Additional One -Year Periods
(if applicable)
Recommended Vendor(s): MWBE/Location Status: Award/Contract Value:
LAW ENFORCEMENT SUPPLY CO., INC. Dade/Non-Minority $525,000 Annually
(Not to exceed)
Total Value of Award/Contract (including values associated with potential OTR): $525, 000 Annually
(Contract not to exceed
Award Recommended By:&.9$525,000 annually)
Department Director/Designee Signature
Source(s) of Funds: CAPITAL IMPROVEMENT PROGRAM
AccountCode(s): Project No. 311850.429401.6.840
Funding Approval:
AWARORECOMANDAMOVAUORM
Certified By:
tz
Chief Procurement Officer/Designee
Approval:
i
City Mi ager
Date
03- 186
Gt's
t
1. Department
Budgetary Impact Analysis
Municipal Services
2. Agenda Item # (if ar;ailable)
Division Fleet Management Division
3. Title and brief description of legislation or attach ordinance/resolution:
Purchase and Installation of
Police Vehicle Emergency Equipment
4. _ Is this item related to revenue? NO: XX YES
(Ifyes, skip to item #?.)
5. Are there sufficient funds in Line Item?
YES: xx Index Code ** Minor Obj. Code Amount $
NO: _ Complete the following questions.-
6.
uestions:6. Source of funds: Amount budgeted in the Line Item $
Amount needed in the Line Item $
Sufficient funds will be transferred from the following line items:
7.
Any additional comments?
Funding: Capital Improvement Program
Project No. 311850.429401.6.840
1
Approved by:
8. C.t.P .03
Department Director/Designee � p D to
FOR DEPAR AGEMENT AND BUDGET USE ONLY
Verified by: Verified by:
Department of Ma gem and B t Dire//c /(�Designee
Date 2L. /03 Date
Section
AWARD SHEET
02-03-025R
POLICE VEHICLE EMERGENCY EQUIPMENT
Description Vendor
Law Enforcement Supply Co.
1666 NW 82 Av.
Miami, FL 33126
Supply all the necessary components, other
�4p. l;iS &PAlabor lig—r354mpli4 turnkey
installation of emergency equipment into each
] of the below vehicles:
A. Crown Victoria
B. Chevy Impala
Section
Individual Purchase (Equipment only and
includes all standard components regularly
supplied with the component, i.e. mounting
2 brackets, hardware, etc.)
A. Ford Crown Victoria
1.Whelen B -link Lightbar
2.Whelen Controller w/bracket
3. Whelen Siren/Speaker
4.Whelen 4 Comer/Deck Strobe
5.Pro-Gard Prisoner Transport Ca;
6.Pro-Gard Lower Extension Pane
7.Plastic Prisoner Transport Seats
B. Chevrolet Impala
1.Whelen B -link Lightbar
2. Whelen Controller w/bracket
3. Whelen Siren/Speaker
4.Whelen 4 Comer/Deck Strobe
5.Pro-Gard Prisoner Transport Ca;
6.Pro-Gard Lower Extension Pane
7.Plastic Prisoner Transport Seats
Section
Vehicle Emergency Equipment Catalog
Discount (Bidders need not bid on all
Catalogues) Vendor MUST submit current
3 catalogue list prices along with bid.
Discount %
Item
A. Whelen Catalog
B. Federal Signal Catalog
C. Troy Industries Catalog
D. Adamson Industries Catalog
Prepared by
TERRY BYRNES, CPPB
12/31/02
N/A /Dade
Est. Otv. U/M Unit Price Extended Price
100 Ea $ 2,679.00 $ 267,900.00
50 Ea $ 2,679.00 $ 133,950.00
Total $ 401,850.00
100
100
100
100
100
100
100
50
50
50
50
50
50
50
Ea
Ea
Ea
Ea
Ea
Ea
Ea
Ea
Ea
Ea
Ea
Ea
Ea
Ea
$
1,258.00
$
125,800.00
$
205.00
$
20,500.00
$
105.00
$
10,500.00
$
239.00
$
23,900.00
$
254.00
$
25,400.00
$
19.00
$
1,900.00
$
168.00
$
16,800.00
$
1,258.00
$
62,900.00
$
205.00
$
10,250.00
$
105.00
$
5,250.00
$
239.00
$
11,950.00
$
254.00
$
12,700.00
$
19.00
$
950.00
$
168.00
$
8,400.00
Total
$
337,200.00
Regular-
Serial Contro148°/p
42 %
30
10%
1
03- 186
�^ AWARD SHEET
02-03-025R
POLICE VEHICLE EMERGENCY EQUIPMENT
E. Pro -Gard Industries Law Enforcement Catalog 32 %
F. Ray Allen Manufacturing Company Catalog _4_%
G. Havis-Shields Manufacturing Company Catalog _35
LK -9/ Kwik Raze- 18%
Section
4 Labor Rate Discount (Miscellaneous Repairs)
Item
A. Labor Rate Per Hour for Misc. Repairs and Installation
Section
5 Manufacturer Standard Warranty (parts and labor)
Section Days to complete work after receipt of purchase order
6 Vendor's Miami -Dade services location:
Prepared by
TERRY BYRNES, CPPB
12/31/02
2
Hourly Rate
$ 48.00
Manufacturers Warranty
Installation- Product Life
45 Days
1666 NW 82 Av.
Miami, FL 33126
Section
I
A.
B.
Section
2
A.
B.
to
94
TABULATION SHEET
02-03-025R
POLICE VEHICLE EMERGENCY EQUIPMENT i
Description Vendor Vendor endor
Law Enforcement Supply Co. Central Public Safety Equip. On Site Service, Inc.
1666 NW 82 Av. 3810-A West Osbome Ave. 15332 SW 80 Ln.
Miami, FL 33126 Tampa, FL 33614 Miami, FL 33193
Supply .a the . curry r -e.ta ptbi_
-Wi"l. suarad Il4sr fit, a`.e Im tvnbee
i.RAW" egrlpee .l J.J. each sr
the below °`blew, N/A /Dade Female/Non-Local N/A / Dade
Est. oty. U/M Unit Price Extended Price Unit Price Extended Price Unit Price Extended Price
Crown Victoria 100 Ea $ 2,679.00 $ 267,900.00 SECTION DECLARED
Chevy Impala 50 Ea $ 2,679.00 $ 133,950.00 NOW RESPONSIVE - DID NOW RESPONSIVE -DID
NOT SUBMIT CERTIFICATES NOT SUBMIT CERTIFICATES
Total $ 401,850.00 AS AUTHORIZED OR AS AUTHORIZED OR
FACTORY TRAINED TO FACTORY TRAINED TO
l.dirid.d P-6- (Eq.lpe.ea ..ly ..j REPAIR OR INSTALL REPAIR OR INSTALL
led.det as wadard c..po.e.b res.lor ,. EQUIPMENT. EQUIPMENT.
r.P0.4 `rub the-.pr.e.l. Le..o..rs ]PER SECTION 4D.2
bracbeb, h.rdwrre, <ml
Ford Crown Victoria
I. Whelen B -link Lightbar
100
Ea
2.Whelen Controller w/bracket
100
Ea
3.Whelen Siren/Speaker
100
Ea
4.Whelen 4 Corner/Deck Strobe
100
Ea
S.Pro-Gard Prisoner Transport Ca;
100
Ea
6.Pro-Gard Lower Extension Pan(.-
t00
Ea
7.Plastic Prisoner Transport Seats
100
Ea
Chevrolet Impala
1,258.00
$ 62,900.00
I.Whelen B -link Lightbar
50
Ea
2.Whelen Controller w/bracket
50
Ea
3.Whelen Siren/Speaker
50
Ea
4.Whelen 4 Comer/Deck Strobe
50
Ea
5.Pro-Gard Prisoner Transport Ca:
50
Ea
6 -Pro -Gard Lower Extension Pane
50
Ea
7.Plastic Prisoner Transport Seats
50
Ea
Prepared by
TERRY BYRNES, CPPB
12/31/02
$
1,258.00
$ 125,800.00
$
205.00
$ 20,500.00
$
105.00
$ 10,500.00
$
239.00
$ 23,900.00
$
254.00
$ 25,400.00
$
19.00
$ 1,900.00
$
168.00
$ 16,800.00
$
1,258.00
$ 62,900.00
$
205.00
$ 10,250.00
$
105.00
$ 5,250.00
$
239.00
$ 11,950.00
$
254.00
$ 12,700.00
$
19.00
$ 950.00
$
168.00
$ 8,400.00
Total
$ 337,200.00
0
$ 1,486.00 $
$ 403.00 $
$ 381.00 S
$ 435.00 $
$ 397.00 S
$ 45.00 $
$ 249.00 $
S
$ 1,486.00 $
$ 403.00 $
$ 381.00 $
$ 435.00 $
$ 397.00 S
$ 45.00 $
$ 249.00 $
Total $
148,600.00
40,300.00
38,100.00
43,500.00
39,700.00
4,500.00
"
24,900.00
74,300.00
i
20,150.00
.
19,050.00
NON- RESPONSIVE - DID
21,750.00
NOT SUBMIT CERTIFICATES
19,850.00 ,`
AS AUTHORIZED OR
2,250.00 ,
FACTORY TRAINED TO
12,450.00
REPAIR OR INSTALL
EQUIPMENT.
509,400.00
PER SECTION 40.2
oved By:
Spa.;ent Director nee
�,3 03
Section
Vebide E." -,'Equipment Equipmt Cutubrs Di .... t
ace
(Bidd— d -1 bid ou 11 C.W g.n) Vmdnr
MUST anbmis carnal ealalo`ue lid prim ulm.s
3 .itb bid.
Discount %
Item
A. Whelen Catalog
B. Federal Signal Catalog
C. Troy Industries Catalog
D. Adamson Industries Catalog
E. Pro -Gard Industries Law Enforcement Catalog
F. Ray Allen Manufacturing Company Catalog
G. Havis-Shields Manufacturing Company Catalog
—Section
4 Labor Rate Discount (Miscellaneous Repairs)
Item
A. Labor Rate Per Hour for Misc. Re-mirs and Installation
Section
6 Manufacturer Standard Warranty (parts and labor)
Section Days to complete work after receipt of purchase order
6 Vendor's Miami -Dade services location:
Prepared by
TERRY BYRNES. CPPB
12/31/02
TABULATION SHEET
02-03-02SR
POLICE VEHICLE EMERGENCY EQUIPMENT
Serial Control 48%
_ 42__%
.--30—%
10%u
—32___%
_4_%
_35__%
K-9! Kwik Raze- 18%
$ 48.00
Manufacturers Warranty
Installation- Product Life
45 Days
1666 NW 82 Av.
Miami, FL 33126
2
'TION DECLARED
N- RESPONSIVE - DID
T SUBMIT CERTIFICATES
AUTHORIZED OR
TORY TRAINED TO
PAIR OR INSTALL
UIPMENT.
R SECTION 4D.2
SECTION DECLARED
NOW RESPONSIVE - DID
NOT SUBMIT CERTIFICATES
AS AUTHORIZED OR
FACTORY TRAINED TO
REPAIR OR INSTALL
EQUIPMENT.
PER SECTION 4D.2
_rK JCI.1 IUN 4U.L
ION- RESPONSIVE - DID
JOT SUBMIT CERTIFICATES
1S AUTHORIZED OR
'ACTORY TRAINED TO
tEPAIR OR INSTALL
:QUIPMENT.
'ER SECTION 4D.2
roved By:
Dep Ipnee
TY OF MIAMI OF THE CITY CL' K
BID SECURITY LIST
BID ITEM: POLICE VEHICLE EMERGENCY EQUIPMENT
BID NO.: 02-03-025R
DATE BID OPENED: December 23, 2002 TIME: 2:00 PM
BIDDER
TOTAL BID
BID BOND (ER)
AMOUNT
CASHIER'S CHECK
ON SITE SERVICE INC.
See Attached
/
44 D �
Bid
CENTRAL PUBLIC SAFETY
"
krficlJP-
e ncn icC
LAW ENFORCEMENT SUPPLY CO.
LAW
POE"
NO BIDS:
PAINT -N -MOTION; INC.
,+moi' O. r Al s
- ------ -- -
ryc .
t. -e_:.
i .:.a.� :� .s
:. e e c.
y o err
c.bmrs opqrIlIng
dale and
time. IM
offers .. #o
ii
#iso3c#aic
if any,c-r
a
- -
i
„/ Santt_P� —received received (4 ) package(s) on behalf of
Person Receiving Bid(s) ��-t-
(City Department) l
PREPARED BY:
City
(Today's Date)
RELEASED TO DEPARTMENT BY:
Deputy City Clerk (Initials)
03-- t86