Loading...
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