Loading...
HomeMy WebLinkAboutR-98-1164J-98-1164 11/24/98 RESOLUTION NO. 9 8 _ 116 4 A RESOLUTION ACCEPTING THE BID OF APPLIED CONCEPTS, INC., FOR THE FURNISHING OF STALKER SPEED ENFORCEMENT EQUIPMENT, FOR THE DEPARTMENT OF POLICE, AT A TOTAL COST NOT TO EXCEED $40,800.00; ALLOCATING FUNDS THEREFOR FROM THE LAW ENFORCEMENT TRUST FUND, ACCOUNT CODE NO. 690003.291234.6.840 ($40,000), SUCH EXPENDITURE HAVING BEEN CERTIFIED BY THE CHIEF OF POLICE AS COMPLYING WITH FLORIDA STATUTE 932.7055, AS AMENDED, AND THE U.S. DEPARTMENT OF THE TREASURY'S "GUIDE TO EQUITABLE SHARING", AND GENERAL ACCOUNT CODE NO. 001000.290201.6.305 ($800). WHEREAS, the Department of Police requires mounted radar units on police vehicles to enforce speed regulations; and WHEREAS, pursuant to public notice Invitations for Bid No. 97-98-081 were mailed to seven potential bidders for the provision of Stalker speed enforcement equipment; and WHEREAS, one bid was received on June 10, 1998; and WHEREAS, funds are available from the Law Enforcement Trust Fund, Account Code No. 690003.291234.6.840 ($40,000) and the Police General Operating FY '98-99 Budget, Account Code No. 001000.290201.6.305; and WHEREAS, the Chief of Police recommends that the bid �3T! COl�D�IISSiC+N MMZTINC Cc DEC 0 8 IM Resolution No. 98-ii64 received from Applied Concepts, Inc., be accepted as the only responsive and responsible bid; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The bid received on June 10, 1998, from Applied Concepts, Inc., for the furnishing of Stalker speed enforcement equipment, for the Department of Police, at a total cost not to exceed $40,800.00 is hereby accepted, with funds therefor hereby allocated from the Law Enforcement Trust Fund, Account Code No. 690003.291234.6.840, such expenditure having been certified by the Chief of Police as complying with Florida Statute 932.7055, as amended, and the U.S. Department of the Treasurys "Guide to Equitable Sharing", and General Account Code No. 001000.290201.6.305. Section 3. This Resolution shall become effective 2 immediately upon its adoption and signature of the Mayor.1/ PASSED AND ADOPTED this 8th ATTEST: WALTER J. FOEMAN CITY CLERIC day of December JOE CAROLLO, MAYOR I11MV14 1 In accordance with Miami Code Sec. 2.36, since the Mayor did not Indicate approval of this legislation by signing it in the designated place provided- sai* inr ; icti o. nC`:l becomes effective with the elapse of ten (10) da from t ate of CO mis Icn action: regarding same, without the Mayor ex ng veto. ai#er eman, City Cleric APPROVED TO FOR" CORRECTNESS:C/ AtXANDRC--VILARELL0 TY ATTORNEY W3065:CSK:kc 1� If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. 3 98-1164 SENT BY:BUDGET UNIT :11-24-98 : 1:50PM :CITY OF MIAMI POLICE 3054161804:# 2/ 2 AFFIDAVIT STATE OF FLORIDA: SS COUNTY OF DADE : Before me this day personally appeared William E. O'Brien who being duly sworn, deposes and says that: I, William E. O'Brien, Chief of Police, City of Miami, do hereby certify that this request for expenditure from the City of Miami Law Enforcement Trust Fund, to Applied Concepts. Inc., in an amount not to exceed $40.000,90, for the provision of radar enforcement equipment complies with the provisions of the U.S. Department of the Treasury's "Guide to Equitable Sharing" and Florida State Statute, Chapter 932.7055, as amended. William E. O'Brien Chief of Police City of Miami Police Department Subscribed and sworn to before me this a3 day of Q00 e.n1(K. 1998, by William E. O'Brien, who is personally known to me. NOTARY PUBLIC STATE OF FLORIDA AT LARGE cS�m v&O ERUNA PEREZ } �, CommUCH i CC 680209 ExPIREs SEP 14, 2001 so"= TKNU OF PC ATLANTIC BONDING CO.. INC t98-1164 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: The Honorable Mayor and Members of the City Commission FROM: DO/dWarshaw City Manager RECOMMENDATION CA-1 DATE: `�E' C "t"9 FILE: SUBJECT: Authorizing the furnishing of Radar Enforcement Equipment REFERENCES: Bid No. 97-98-081 ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached Resolution accepting the bid of Applied Concepts, Inc., a Non-Minority/Non-Local vendor, located at 730 F Avenue, Plano, TX 75074, for the furnishing of speed enforcement equipment for the Police Department's Traffic Unit, for an amount not to exceed $40,800. Funding is available from the Law Enforcement Trust Fund, Account Code No. 690003.291234.6.840 ($40,000) and the Police General Operating FY 98/99 Budget, Account Code No. 001000.290201.6.305 ($800.00). BACKGROUND The Department of Police has analyzed the bids received pursuant to Bid No. 97-98-081. Seven (7) invitations for bid were mailed and one (1) response was received. Applied Concepts, Inc., submitted the lowest most responsible and responsive bid and is, therefore, recommended for the award. The Department of Police will be procuring radar units to equip each motor unit with a mounted radar unit allowing them to effectively enhance speeding enforcement. A speed warning trailer will also be purchased to warn motorists of their excessive speed in thoroughfares with high incidents of accidents and/or traffic violations. DHW:Imr 98-1164 ,ti of Miami, Florida V- Bid No. 97-98-81 Mailing Date: May 26, 1998 Bid No.: 97-98-81 6.1 BID INFORMATION FORK, Buyer: Maritza Fresno Telephone: 305-416-1907 Please quote on this form(s) net prices for the item(s) attached. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this bid. Prices should be firm for a minimum of 90 days. Reference to manufacturers' names or catalog numbers are for identification only. If alternates are quoted, complete information must be given. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. 680-77: SPEED ENFORCEMENT EQUIPMENT We have read your Invitation for Bid, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or service specified herein. ALL BIDS MUST BE SUBMITTED IN TRIPLICATE OR YOUR BID MAY BE DISQUALIFIED. 3 n number of calendar days required to complete work after Notice to Proceed or issuance of purchase order. number of calendar days required before commencement of work. Delivery will be made within 3 0 calendar days after receipt of purchase order. Terms: 2%-10 days 0 Net 30 days X Additional discount of % if awarded all items. (include cash discount for prompt payment, if any) Other Discounts: Contact Person/Telephone: Warranty and/or guarantee: Ken McCoy or Linda Van Allen 1-800-STALKER Three Year Parts & Labor on items 1 & 5, 1 Year on item 2,3,&4 All exceptions to this bid have been documented in the section below. EXCEPTIONS: No exceptions I certify that any and all information contained in this bid is true; and I further certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same materials, supplies, or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of this bid and certify that I am authorized to sign this bid for the bidder. Please print the following and sign your name: Firm's Name: Applied C Principal Business Address: Plano. TX 75074 Mailing Address: 730 F Avenue Plano, TX 75074 E-Mail Address: sales@a-concepts,com Telephone: 1-800-STA KFR OR 972-398-37Rn Fax: 972-398-3781 Name:Ken McCoy Title: nirartnr of Mnrkatinn Authorized Signature: 98-1164 of Miami, Florida aLi blCl No. y /-ya-a i 6.5 ' JDOR BACKGROUND INFORM. [ON INSTRUCTIONS: This questionnaire is to be included with your bid. Do not leave any questions unanswered. When the question does not apply, write the word(s) "None", or "Not Applicable", as appropriate. Please print. COMPANY NAME: COMPANY OFFICERS: President ;tan PartPa Secretary Applied Concepts, Inc. Vice President Alan Mead Treasurer COMPANY OWNERSHIP: ;tan Par .ee __% of ownership Alan Mead % of ownership John Aker __11_210 of ownership % of ownership LICENSES: 1. County or Municipal Occupational License No. Not applicable (attach copy with bid) 2. Occupational License Classification Not applicable 3. Occupational License Expiration Date: Not applicable 4. Metro -Dade County Certificate of Competency No. Not applicable (attached copy if requested in Bid or RFP) 5. Social Security or Federal I.D. No. 75 1544925 EXPERIENCE: 6. Number of Years your organization has been in business: 26 years 7. Number of Years experience BIDDER/PROPOSER (person, principal of firm, owner) has had in operation of the type required by the specifications of the Bid or RFP: 29 years 8. Number of Years experience BIDDER/PROPOSER (firm, corporation, proprietorship) has had in operation of the type required by the specifications of the Bid or RFP: 6 years 98- 164 gy of Miami, Florida A401- Bid No. 97-98-081 .4. PRICE SHEET/SPECIFICATION, Unit of Unit Extended Item Est. Qty. Measure Price Price NO SUBSTITUTION ON ANY OF THE ITEMS 1. Stalker Dual SL KA Radar for 12 ea $ 2795. a0 /ea $ 33540.00 Motorcycle Operation Manufacturer: Stalker Model SDSLZ-KA 2. Speed Commander AIert Trailer (SCAT) I ea $ 563QM/ea $ 5630.00 Manufacturer: Stalker Model MSC3000 Style - Computer 3. Computer for Speed Trailer 1 ea $ 2495.00 /ea $ 2495.00 Manufacturer: Stalker Model - MSC3000 4. L.I.D.A.R. Laser Speed Measuring Device 1 ea $ 2 q q 5 _ (/ea $ 2995.00 Manufacturer: Stalker Model - LZI Style - Laser 5. Radar Unit for Speed Trailer 1 ea $ 1 R 50 _ Qfl /ea $ is -so _ on Manufacturer: Stalker Model - SMI-KA Style - Moving ATR Radar Total of Items 1-5: $ 46510.00 Name and address of nearest factory authorized service facility: Quality Communications Service, 211 SW 31st. St. Ft. Lauderdale, FL 33310 Bidder: Applied C•1 f 1 Signature: FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM MAY DISQUALIFY THIS BID. 98 -- 164 City of Miami, Florida Bid No. 97-98-81 2.0 GENERAL TERMS AND CONDITIONS FOR THE PURCHASE OF GOODS OR EQUIPMENT INTENT: The General Terms and Conditions described herein apply to the acquisition of goods or equipment with an estimated aggregate cost of $4,500.00 or more. 2.1. ACCEPTANCE OF GOODS OR EQUIPMENT - Any good(s) or equipment delivered under this bid shall remain the property of the seller until a physical inspection and actual usage of the good is made, and thereafter is accepted as satisfactory to the City. It must comply with the terms herein and be- fully in accordance with specifications and of the highest quality. In the event the goods/equipment supplied to the City are found to be defective or does not conform to specifications, the City reserves the right to cancel the order upon written notice to the Contractor and return the product to the Contractor at the Contractor's expense. 2.2. ACCEPTANCE OF OFFER - The signed bid shall be considered an offer on the part of the bidder; such offer shall be deemed accepted upon issuance by the City of a purchase order. 2.3. ACCEPTANCE/REJECTION -The City reserves the right to accept or reject any or all bids or parts of bids after bid opening and request rebid on the items described in the IFB. In the event of such rejection, the Director of Purchasing shall notify all affected bidders and make available a written explanation for the rejection. The City also reserves the right to waive any irregularities or minor informalities or technicalities in any or all bids and may, at its discretion, re -bid. 2.4 ANTITRUST PROVISION - At such times as may serve its best interest, the City of Miami reserves the right to advertise for, receive, and award additional bids for these herein items, and to make use of other competitively bid (governmental) contracts, SNAPS Agreements, or other similar sources for the purchase of these goods or equipment as may be available. 2.5. ASSIGNMENT OF CONTRACT - Contractor shall not assign, transfer or subcontract at any time during the term of the Contract, or any part of its operations, or assign any portion or part of the Contract, except under and by virtue of written permission granted by the City through the proper officials, which may be withheld or conditioned, in the City's sole discretion. 2.6. AUDIT RIGHTS AND RECORDS RETENTION - The Successful Bidder agrees to provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers, and records of Contractor which are directly pertinent to this Bid, for the purpose of audit, examination, exc1rpts, and transcriptions. The Successful Bidder shall maintain and retain any and all of the books, documents, papers and records pertinent to the Contract for three (3) years after the City makes final payment and all other pending matters are closed. Contractor's failure to or refusal to comply with, this condition shall result in the immediate cancellation of this contract by the City. 2.7. AWARD OF CONTRACT: A. The IFB, Bidder's response, any addenda issued, and the purchase order shall constitute the entire contract, unless modified in accordance with any ensuing contract. B. The award of a contract where there are Tie Bids will be decided by the Director of Purchasing or designee. C. The award of this Bid may be preconditioned on the subsequent submission of other documents as specified in the Special Conditions or Technical Specifications. Bidder shall be in default of its contractual obligation if such documents are not submitted in a timely manner and in the form required by the City. Where Bidder is in default of these contractual requirements, the City, through action taken by the Purchasing Department, will void its acceptance of the Bidder's Response and may accept the Bid from the next lowest responsive, responsible Bidder or re -solicit the City's requirements. The City, at its sole discretion, may seek monetary restitution from Bidder and its bid bond or guaranty, if applicable, as a result of damages or increased costs sustained as a result of the Bidder's default. Rev. 10/20LA7 ee AA City of Miami, Florida Bid No. 97-98-81 D. The term of the contract shall be specified in one of three documents which shall be issued to the successful Bidder. These documents may either be a purchase order, notice of award and/or contract award sheet. E. The City reserves the right to automatically extend this contract for up to ninety (90) calendar days beyond the stated contract term in order to provide City departments with continual service and supplies while a new contract is being solicited, evaluated, and/or awarded. If the right is exercised, the City shall notify the Bidder, in writing, of its intent to extend the contract for a specific number of days, not to exceed ninety (90) days, prior to the expiration of the contract term at the same price, terms, and conditions. F. Where the contract involves a single shipment of goods to the City, the contract term shall conclude upon completion of the expressed or implied warranty periods. G. The City reserves the right to award the contract on a split -order, lump sum or individual -item basis, or such combination as shall best serve the interests of the City unless otherwise specified. 2.8. BRAND NAMES - If and wherever in the specifications brand names, makes, models, names of any manufacturers, trade names, or bidder catalog numbers are specified, it is for the purpose of establishing the type, function, minimum standard of design, efficiency, grade or quality of goods only. When the City does not wish to rule out other competitors' brands or makes, the phrase "OR EQUAL" is added. When bidding an approved equal, Bidders will submit, with their bid, complete sets of necessary data (factory information sheets, specifications, brochures, etc.) in order for the City to evaluate and determine the equality of the item(s) bid. The City shall be the sole judge of equality and its decision shall be final. Unless otherwise specified, evidence in the form of samples may be requested if the proposed brand is other than specified by the City. Such samples are to be furnished after the date of bid opening only upon request of the City. If samples should be requested, such samples must be received by the City no later than seven (7) calendar days after a formal request is made. 2.9. CANCELLATION - The City reserves the right to cancel all invitations for bid before bid opening. In the event of bid cancellation, the Director of Purchasing shall notify all prospective bidders and make available a written explanation for the cancellation. 2.10. COLLUSION - Bidder, by affixing a signature to its bid, certifies that its bid is made without previous understanding, agreement or connection either with any person, firm or corporation making a bid for the same items or with the City of Miami Purchasing Department or initiating department. The Bidder certifies that its bid is fair, without control, collusion, fraud or other illegal action. Bidder certifies that it is in compliance with Section 2.611, Conflict of Interest and Code of Ethics Laws. The City will investigate all potential situations where collusion may have occurred and the City reserves the right to reject any and all bids where collusion may have occurred. 2.11. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS - Contractor understands that contracts between private entities and local governments are subject to certain laws and regulations, including laws pertaining to public records, conflict of interest, records keeping, etc. City and Contractor agree to comply with and observe all applicable laws, codes and ordinances as that may in any way affect the goods or equipment offered, including but not limited to: 2.11.1. Executive Order 11246, which prohibits discrimination against any employee, applicant, or client because of race, creed, color, national origin, sex, or age with regard to, but not limited to, the following: employment practices, rate of pay or other compensation methods, and training selection. 2.11.2. Occupational, Safety and Health Act (OSHA), as applicable to this bid. 2.11.3. The State of Florida Statutes, Section 287.133(3)(A) on Public Entity Crimes. Rev. 10/20/97 9 Q_ 1 1 e 4 City of Miami, Florida Bid No. 97-98-81 2.11.4. Minority/Women Business Affairs Enterprise (M/WBE) City Ordinances No. 10062, 10538, 11272, as amended, as applicable to this bid. 2.11.5. Environment Protection Agency (EPA), as applicable to this bid. 2.11.6. Uniform Commercial Code (Florida Statutes, Chapter 672), as applicable to this bid. 2.11.7. Americans with Disabilities Act of 1990, as amended. 2.11.8. First Source Hiring, Agreements, City Ordinance No. 10032, as amended, as applicable to this bid. Implemented to foster the creation of new and permanent jobs for City of Miami residents. 2.11.9. National Institute of Occupational Safety Hazards (NIOSH), as applicable to this bid. 2.11.10. National Forest Products Association (NFPA), as applicable to this bid. 2.11.11. City Local Preference Ordinance No. 11087, as applicable to this bid. 2.11.12. Conflict of Interest, City Code Section 2-611; 612, as applicable to this bid. Lack of knowledge by the bidder will in no way be a cause for relief from responsibility. Non-compliance with all local, state, and federal directives, orders, and laws may be considered grounds for termination of contract(s). Copies of the City Ordinances may be obtained from the City Clerk's Office. 2.12. CONFLICT OF INTEREST - Bidders, by responding to this IFB, certify that to the best of their knowledge or belief, no elected/appointed official or employee of the City of Miami is financially interested, directly or indirectly, in the purchase of goods or equipment specified in this IFB. Any such interests on the part of the Bidder or its employees must be disclosed in writing to the City. Further, you must disclose the name of any City employee who owns, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital stock in the your firm. 2.13. COPYRIGHT OR PATENT RIGHTS - Bidders warrant that there has been no violation of copyright or patent rights in manufacturing, producing, or selling the goods shipped or ordered as a result of this IFB, and bidders agree to hold the City harmless from any and all liability, loss, or expense occasioned by any such violation. 2.14. DISCOUNTS OFFERED DURING TERM OF CONTRACT - Discount Prices offered in the Bid shall be fixed after the award by the Commission unless otherwise specified in the Special Terms and Conditions. Price discounts off the original prices quoted in the Bid will be accepted from successful Bidder(s) during the term of the contract. Such discounts shall remain in effect for a minimum of 120 days from approval by the City Commission Any discounts offered by a manufacturer to Bidder will be passed on to the City. 2.15. ESTIMATED QUANTITIES - Estimated quantities or estimated dollars are provided for your guidance only. No guarantee is expressed or implied as to quantities that will be purchased during the contract period. The City is not obligated to place an order for any given amount subsequent to the award of this bid. Said estimates may be used by the City for purposes of determining the low bidder meeting specifications. The City reserves the right to acquire additional quantities at the prices bid or at lower prices, in this IFB. 2.16. EVALUATION OF BIDS A. Rejection of Bids The City may reject a Bid for any of the following reasons: (1) Bidder fails to acknowledge receipt of addenda (2) Bidder misstates or conceals any material fact in the Bid Rev. 10/20/07 City of Miami, Florida Bid No. 97-98-81 (3) Bid does not conform to the requirements of the Bid (4) Bid requires a conditional award that conflicts with the method of award (5) Bid does not include required samples, certificates, licenses as required (6) Bid was not executed by the Bidder's authorized agent on the Bid Form The foregoing is not an all inclusive list of reasons for which a Bid may be rejected. The City may reject and re -advertise for all or any part of the Bid Solicitation whenever it is deemed in the best interest of the City. B. Elimination From Consideration (1) A contract shall not be awarded to any person or firm which is in arrears to the City upon any debt or contract, or which is a defaulter as surety or otherwise upon any obligation to the City. (2) A contract may not be awarded to any person or firm which has failed to perform under the terms and conditions of any previous contract with the City or deliver on time contracts of a similar nature. (3) A contract may not be awarded to any person or firm which has been debarred by the City in accordance with the City's Debarment and Suspension Ordinance. C. Determination of Responsibili (1) Bids will only be considered from entities who are regularly engaged in the business of providing the goods and/or equipment required by the Bid. Bidder's must be able to demonstrate a satisfactory record of performance and integrity and have sufficient financial, material, equipment, facility, personnel resources, and expertise to meet all contractual requirements. The tetras "equipment and organization" as used herein shall be construed to mean a fully equipped and well established entity in line with the best industry practices in the industry as determined by the City. (2) The City may consider any evidence available regarding the financial, technical and other qualifications and abilities of a Bidder, including past performance (experience) with the City or any other governmental entity in making the award. (3) The City may require the Bidder(s) to show proof that they have been designated as an authorized representative of a manufacturer or supplier which is the actual source of supply, if required by the Bid. 2.17. F.O.B. POINT- Unless otherwise specified in the IFB, all prices quoted by the bidder must be F.O.B. POINT, inside delivery, with all delivery costs and charges included in the bid price, unless otherwise specified in this IFB. Failure to do so may be cause for rejection of bid. 2.18. FIRM PRICES - The bidder warrants that prices, terms, and conditions quoted in its bid will be firm throughout the duration of the contract unless otherwise specified in the IFB. Such prices will remain firm for the period of performance or resulting purchase orders or contracts, which are to be performed or supplied over a period of time. 2.19. INDEMNIFICATION - The Contractor shall indemnify and save harmless forever the City, and all the City's agents, officers and employees from and against all charges or claims resulting from any bodily injury, loss of life, or damage to property from any act, omission or neglect, by itself or its employees; the Contractor shall become defendant in every suit brought for any of such causes of action against the City or the City's officials, agents and employees; the Contractor shall further indemnify City as to all costs, attorney's fees, expenses and liabilities incurred in the defense of any such claims and any resulting investigation. 2.20. INSPECTIONS - The City may, at reasonable times during the term hereof, inspect Contractor's facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods or Rev..10/20/97 9 - 11 G /, City of Miami, Florida Bid No. 97-98-81 equipment requiro. to be provided by the Contractor under this .,untract conform to the terms of the IFB. Contractor shall make available to the City all reasonable facilities and assistance to facilitate the performance of tests or inspections by City representatives. All tests and inspections shall be subject to, and made in accordance with, the provisions of Section 18-96 of the Code of the City of Miami, Florida, as same may be amended or supplemented from time to time. 2.21. INSPECTION OF BID - Sealed bids received by the City pursuant to Invitations For Bid will not be made available until such time as the City provides notice of a decision or intended decision or within 10 days after bid opening, whichever is earlier. Bid Tabulations will be furnished, after a recommendation for the award is made to the City Commission by the Purchasing Department in concurrence with the user department, and upon provision of a self addressed, stamped envelope by the bidder. 2.22. INSURANCE - Within ten (10) days after receipt of Notice of Award, the successful Contractor, shall furnish Evidence of Insurance to the Purchasing Department, if applicable. Submitted evidence of coverage shall demonstrate strict compliance to all requirements listed on the attached form entitled "Insurance Requirements". The City shall be listed as an "Additional Insured." Issuance of a Purchase Order is contingent upon the receipt of proper insurance documents. If the insurance certificate is received within the specified time frame but not in the manner prescribed in this Invitation for Bid, the Contractor shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit a corrected certificate to the City. If the Contractor fails to submit the required insurance documents in the manner prescribed in this IFB within fifteen (15) calendar days after receipt Notice of Award, the contractor may be in default of the contractual terms and conditions and may not be awarded the contract. Under such circumstances, the Bidder may be prohibited from submitting future bids to the City. Information regarding any insurance requirements shall be directed to the Risk Administrator, Risk Management Division, at (305) 416-1700. 2.23. INVOICES - Invoices shall contain purchase order number and details of goods or equipment delivered (i.e. quantity, unit price, extended price, etc). 2.24. LOCAL PREFERENCE - City Ordinance 11087 states that the City Commission may offer to a responsible and responsive local bidder, whose primary office is located in the City of Miami, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor does not exceed 110 percent of the lowest other responsible and responsive bidder. 2.25. MANUFACTURER'S CERTIFICATION - The City reserves the right to request from bidders a separate Manufacturer's Certification of all statements made in the bid. Failure to provide such certification may result in the rejection of bid or termination of contract, for which the bidder must bear full liability. 2.26. MINORITY/ PROCUREMENT PROGRAM - Ordinance No. 10062, as amended, entitled the Minority and Women Business Affairs and Procurement Ordinance of the City of Miami, Florida, sets forth "...a goal of awarding at least 51 percent of the City's total annual dollar volume of all expenditures for all goods and services to Black, Hispanic and Women minority business enterprises on an equal basis." A minority business enterprise is defined as a business firm ".An which at least 51 percent of said enterprise is owned by Blacks, Hispanics, or Women and whose management and daily business operations are controlled by one or more Blacks, Hispanics or Women." To achieve the goal established by these Ordinances, participation in providing goods and services to the City by minorities is being encouraged in a number of ways. All bidders doing business with the City are encouraged to include the participation of minority firms in their bids. In evaluating bids for determination of awards, minority participation may be a factor. Failure to adequately involve minority firms may be a basis for rejecting any and all bids. Possible ways to include minority participation would involve: 1. Joint venture with a minority firm(s) 2. Utilizing minority firm(s) as subcontractor(s). 3. Utilizing minority firm(s) to supply goods and/or services. Rev. 10/20/97 98-1164 City of Miami, Florida Bid No. 97-98-81 4. Successful in__ .mentation of well defined affirmative action P. ,gram. 5. Other forms of minority participation, if properly documented. Successful bidder(s) shall be required to establish an Affirmative Action Plan, if not, an Affirmative Action Policy shall be established, pursuant to Ordinance #10062 as amended. Effective date of implementation must be indicated on the policy. A "Minority Status Information Sheet" in Section 6.7 is provided to assist bidders in presenting information concerning minority participation. Minority and women -owned business firms are encouraged, but not required, to register with the City prior to submitting bids. The Purchasing Department, Minority/Women Business Affairs Office, will provide the necessary forms and instructions upon request. All bidders are urged to submit bids for any goods or services that they are able to supply, regardless of minority classification. However, compliance with all requests for information regarding Minority/Women Status or Participation is required. Bidder's cooperation is greatly needed to aid the City in achieving its goal. Bidders may contact this Office at (305) 416-1913 for information. 2.27. MODIFICATIONS OR CHANGES IN PURCHASE ORDERS AND CONTRACTS No contract or understanding to modify this IFB and resultant purchase orders or contracts, if applicable, shall be binding upon the City unless made in writing by the Director of Purchasing of the City of Miami, Florida through the issuance of a change order or modification to the contract, purchase order or award sheet as appropriate. 2.28. NONCONFORMANCE TO CONTRACT CONDITIONS - Items may be tested for compliance with specifications under the direction of the Florida Department of Agriculture and Consumer Services or by other appropriate testing Laboratories as determined by the City. The data derived from any test for compliance with specifications is public record and open to examination thereto in accordance with Chapter 119, Florida Statutes, 1971. Items delivered not conforming to specifications may be rejected and returned at Bidder's expense. These non -conforming items not delivered as per delivery date in bid and/or Purchase Order may result in bidder being found in default in which event any and all reprocurement costs may be charged against the defaulted contractor. Any violation of these stipulations may also result in the supplier's name being removed from the City of Miami's bidder's list. 2.29. NONDISCRIMINATION - Bidder agrees that it shall not discriminate as to race, sex, color, age, religion, national origin, marital status, or disability in connection with its performance under this solicitation. Furthermore, Bidder agrees that no otherwise qualified 'individual shall solely by reason of his/her race, sex, color, age, religion, national origin, marital status or disability be excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any program or activity receiving federal financial assistance. In connection with the conduct of its business, including performance of services and employment of personnel, Bidder shall not discriminate against any person on the basis of race, color, religion, disability, age, sex, marital status or national origin. All persons having appropriate qualifications shall be afforded equal opportunity for employment. 2.30. OCCUPATIONAL LICENSE - Any person, firm, corporation or joint venture, with a business location in the City of Miami and is submitting a Bid under this IFB shall meet the City's Occupational License Tax requirements in accordance with Chapter 31.1, Article I of the City of Miami Charter. Others with a location outside the City of Miami shall meet their local Occupational License Tax requirements. A copy of the license must be submitted with the Bid; however, the City may at its sole option and in its best interest allow the Bidder to supply the license to the City during the evaluation period, but prior to award. 2.31. PRICE ADJUSTMENTS - Any price decrease effectuated during the contract period either by reason of market change or on the part of the contractor to other customers shall be passed on to the City of Miami. 2.32. PRODUCT SUBSTITUTES - In the event a particular awarded and approved manufacturer's product becomes unavailable during the term of the Contract, the Contractor awarded that item may arrange with the Rev. 10I20J97 -1iG4 98 City of Miami, Florida Bid No. 97-98-81 City's authorized representative(s) to supply a substitute product at the bid price or lower, provided that a sample is approved in advance of delivery and that the new product meets or exceeds all quality requirements. 2.33. PROHIBITIONS - Contractor represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure this Contract and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection with, the award of this Contract. 2.34. PROMPT PAYMENT - Bidders may offer a cash discount for prompt payment; however, discounts shall not be considered in determining the lowest net cost for bid evaluation purposes. Bidders are required to provide their prompt payment terms in the space provided on the Bid Response Form. If no prompt payment discount is being offered, the Bidder must enter zero (0) for the percentage discount to indicate no discount. If the Bidder fails to enter a percentage, it is understood and agreed that the terms shall be 2% 20 days, effective after receipt of invoice or final acceptance by the City, whichever is later. When the City is entitled to a cash discount, the period of computation will commence on the date of delivery, or receipt of a correctly completed invoice, whichever is later. If an adjustment in payment is necessary due to damage, the cash discount period shall commence on the date final approval for payment is authorized. If a discount is part of the contract, but the invoice does not reflect the existence of a cash discount, the City is entitled to a cash discount with the period commencing on the date it is determined by the City that a cash discount applies. Price discounts off the original prices quoted on the Price Sheet will be accepted from successful bidders during the term of the contract. 2.35. PUBLIC ENTITY CRIMES - A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 2.36 PUBLIC RECORDS - Contractor understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City contracts, subject to the provisions of Chapter 119, Florida Statutes, and Sec. 18-104 of the City Code, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable law. Contractor's failure or refusal to comply with the provision of this section shall result in the immediate cancellation of this Contract by the City. 2.37. QUALITY - All materials used in the manufacturing or construction of supplies, materials, or equipment covered by this bid shall be new. The items bid must be of the latest make or model, of the best quality, and of the highest grade of workmanship, unless as otherwise specified in this IFB. 2.38. RESOLUTION OF PROTEST - Any actual or prospective contractual party who feels aggrieved in connection with the solicitation or award of a contract may protest in writing to the Director of Purchasing who shall have the authority, subject to the approval of the City Manager and the City Attorney, to settle and resolve a protest with final approval by the City Commission. Bidders are alerted to Ordinance No. 11072 describing the protest procedures. Protests failing to meet the requirements for filing shall not be accepted. Failure of a party to timely file shall constitute a forfeiture of such parry's right to file a protest. NO EXCEPTIONS. 2.39. SAMPLES - Samples of items, when required, must be submitted within the time specified at no expense to the City. If not destroyed by testing, bidder(s) will be notified to remove samples, at their expense, within 30 Rev. 10/20/97 9. 8 -11 b 4 City of Miami, Florida Bid No. 97-98-81 days after notification. Failure to remove the samples will result in the samples becoming the property of the City. 2.40. SERVICE AND WARRANTY - Unless otherwise specified, the bidder shall define any warranty, service and replacements that will be provided. Bidders must explain on the attached Bid Response Form to what extent warranty and service facilities are available. A copy of the manufacturer's warranty, if applicable, should be submitted with your bid. 2.41. SILENCE OF SPECIFICATIONS - The apparent silence of these specifications and any supplemental specification as to any detail or the omission from it of detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail and that only materials of first quality and convect type, size and design are to used. All workmanship is to be first quality. All interpretations of these specifications shall be made upon the basis of this statement. If your firm has a current contract with the State of Florida, Department of General Services, to supply the items on this bid, the bidder shall quote not more than the contract price; failure to comply with this request will result in disqualification of bid. 2.42. TERNHNATION - The City of Miami reserves the right to terminate this contract by written notice to the contractor effective the date specified in the notice should any of the following apply: 2.42.1. The contractor is determined by the City to be in breach of any of the terms and conditions of the contract. 2.42.2. The City has determined that such termination will be in the best interest of the City to terminate the contract for its own convenience; 2.42.3. Funds are not available to cover the cost of the goods or equipment. The City's obligation is contingent upon the availability of appropriate funds. 2.43. TIMELY DELIVERY - Time will be the essence for any orders placed as a result of this bid. The City reserves the right to cancel such orders, or any part thereof, without obligation, if delivery is not made within the time(s) specified on the Bid Form. Deliveries are to made during regular City business hours unless otherwise specified in the Special Conditions. 2.44.. TITLE - Title to the goods or equipment shall not pass to the City until after the City has accepted the goods/equipment or used the goods, whichever comes first. 2.45. VARIATIONS OF SPECIFICATIONS - For purposes of bid evaluation, bidders must indicate any variances from bid specifications and/or conditions, no matter how slight. If variations are not stated on the Bid Response Form, it will be assumed that the product fully complies with the City's specifications. Rev. 10/20/97 Cl O - i 16 4 City of Miami, Florida Bid No. 97-98-081 3.0. SPECIAL CONDITIONS 3.1. SCOPE AND PURPOSE It is the intention of the City of Miami to purchase at the earliest possible and lowest possible cost Speed Enforcement (Radar) Equipment for the Department of Police. 3.2. METHOD OF AWARD Award of this contract will be made to the lowest responsive and responsible bidder when all items are added in the aggregate. Bidder must bid on all items. 3.3. BIDDER QUALIFICATIONS a) Bids will be considered only from firms that are regularly engaged in the business of providing goods and/or services as described in this Bid; that have a record of performance for at least two (2) years; and that have sufficient financial support, equipment and organization to insure that they can satisfactory execute the services if awarded a Contract under the terms and conditions herein stated. The term "equipment and organization" as used herein shall be construed to mean a fully equipped and well established industry as determined by the proper authorities of the City of Miami, Florida. 3.4. DELIVERY Point: All items will be priced and delivered F.O.B. Miami, to the following location: City of Miami, Department of Police Quartermaster Detail 400 NW 2nd Avenue Miami, Florida 33128 3.5. WARRANTY Equipment hereinafter specified shall be fully guaranteed by the vendor against factory defects. Any defects may occur as the result of either faulty material or workmanship within the period of the manufacturer's standard warranty will be corrected by the vendor without expense to the City of Miami. A copy of the manufacturer's standard warranty must be submitted with bids. Failure to comply wth this provision may disqualify bids. The manufacturers warranties on items covered by this contract shall be considered, whereas successful bidder shall obtain warranty schedules and call upon manufacture for warranty claims. Bidders are requested to bid credits for those months where warranties are in effect reducing the scope of contract. 3.6. BACK ORDERS It the successful bidder experiences a back order of items from its distributor, the vendor shall insure that such back orders are filled within thirty (30) calendar days from the date of the initial delivery. The vendor shall not invoice the City for back ordered items until such back orders are delivered and accepted by the City's authorized representative. 3.7. IDENTIFICATION All invoices, packing lists, packages, shipping notices, and other written documents affecting the order shall contain the applicable purchase order number. Packing lists shall be enclosed in each and every box or package shipped pursuant to this contract, indicating the contents therein. Invoices will not be processed for payment until all items are received. 3.8. WARRANTY, FITNESS FOR PURPOSE The vendor warrants items supplied under this contract conform to specifications herein, and are fit for the purpose for which such goods are ordinarily employed; except if stated in a Special Condition, the material must then fit that particular purpose. The vendor and the City agrees that orders under this contract does not exclude, or in any way limit, other warranties, provided in this agreement or by law. 918-1164 City of Miami. Florida Special Conditions (Continued) Bid No. 97-98-081 In the event any of the items supplied to the City by the Bidder do not conform to specifications, the City reserves the right to (1) cancel the order and return such items to the Bidder at the Bidder's expense or (2) require the Bidder to replace the items at the Bidder's expense. 3.9. CASH DISCOUNTS In the event the City is entitled to a cash discount, the period of computation will commence on the date of delivery, or receipt of a correctly completed invoice, whichever is later. If an adjustment to payment is necessary due to damage, the cash discount period shall commence on the date final approval for payment is authorized. If a discount is part of the contract, but the invoice does not reflect the existence of a cash discount, the City is entitled to a cash discount with the period commencing on the date it is determined by the City that a cash discount applies. 3.10. PACKING AND SHIPPING No charges will be allowed for special handling, packing, wrapping, bags, containers, reels, etc., unless otherwise specified herein. All items shall be prepared and packed for shipment in a manner that will prevent damage in transit. The City is not liable for extra charges for packing, cartage, or anything else unless stated in this agreement. The vendor shall mark the number of items in each order on the container and enclose a packing slip with the purchase order number of each container. Vendor shall mail invoice to the Purchasing Department, in duplicate, on the day the shipment was made. 3.11. INSPECTION All items are subject to inspection and approval by the City. Such inspection shall be made within a reasonable time after delivery, irrespective of the date of payment. The City may return rejected items at the vendor's expense. The vendor shall not replace items returned unless so directed by the City in writing. 3.12. ACCEPTANCE OF PRODUCT BY THE CITY The products shall be maintained and delivered to the City in excellent condition. If a product does not meet specifications, it will be returned to the bidder as exchange for suitable merchandise or for full credit at no additional cost to the City. 3.13. APPROVAL BY EMERGENCY FINANCIAL OVERSIGHT BOARD The State of Florida has appointed an Emergency Financial Oversight Board ("Oversight Board") which is empowered to review and approve all pending City of Miami contracts. As a result, contracts shall not be binding on the City until such time as they have been approved by the Oversight Board. Execution of this contract by the City Manager shall constitute evidence of its approval by the Oversight Board. 3.14. NO SUBSTITUTION When "No Substitution" is used in combination with a manufacturer's name, brand name and/or model number, that named item is the only item that will be accepted by the City. 3.15. INSTRUCTION MANUALS Contractors shall be required to furnish two (2) user's manual for each unit ordered up to three (3) units. One manual for three (3) units ordered shall be supplied for orders in excess of three (3) units. Bulletins, revisions and corrections shall be supplied for each manual as they are issued by the manufacturer. Each manual shall contain definitions of equipment capabilities, technical descriptions of equipment operation, descriptions of malfunction identification and trouble -shooting procedures, and detailed schematic, installation, and use instructions. 3.16. CERTIFICATIONS The equipment specified must comply with Consumer Products Safety Commission (C.P.S.C.) safety requirements or the American National Standards Institute (ANSI) safety standards. Bidders shall submit certification that the equipment bid complies with these requirements and may be required to provide proof that the equipment complies with the requirements. Failure to provide certifications may result in the bidder's disqualification. Page 2of4 98 -1' 6" City of Miami, Florida Special Conditions (Continued) Bid No. 97-98-081 3.17. PARTS AND ACCESSORIES It is mandatory for each bidder to state discounts applicable to parts and accessories, price lists, and the minimum order for free delivery of parts and accessories. One copy of the parts and accessories price list shall be submitted with the bid. Price lists, however, will not be used in determination of the low bidder. 3.18. PATENTS AND ROYALTIES The bidder, without exception, shall indemnify and save harmless the City and its employees from liability of any nature or kind, including cost and expenses for or on account of any copyrighted, patented, or unpatented invention, process, or article manufactured by the bidder. The bidder has no liability when such claim is solely and exclusively due to the combination, operation or use of any article supplied hereunder with equipment or data not supplied by the contractor or if such claim is based solely and exclusively upon the alteration of the article. The City will provide prompt written notification of a claim of copyright or patent infringement. Further, if such a claim is made or is pending, the contractor may, at his expense, procure for the City the right to continue use of, replace or modify the article to render it non -infringing. (If none of the alternatives are available, the City will agree to return the article on request to the contractor and receive reimbursement, if any, as may be determined by a court of competent jurisdiction.) If the bidder uses any design, device, or materials covered by letters, patents or copyrights, it is mutually agreed and understood without exception that the bid prices shall include all royalties or costs arising from the use of such designs, devices, or materials in any way involved in the work. 3.19. ACCEPTANCE Delivery of product to the City does not constitute acceptance for the purpose of payment. Final acceptance and authorization for payment shall be given only after a thorough inspection indicates that the product meets bid specifications and conditions. Should the delivered product differ in any respect from the specifications, payment will be withheld until such time as the successful bidder takes necessary corrective action. The Purchasing Department shall be notified of the deviation in writing within ten days of delivery. If the proposed corrective action is not acceptable to the City, the Purchasing Department may authorize the using department to refuse final acceptance of the product, in which case the product shall remain the property of the supplier, and the City shall not be liable for payment for any portion thereof. 3.20. SERVICE Manufacturers must submit a complete list of delivery and service centers or distributor locations in the State of Florida by name and address. (Local centers listed must provide trained technicians.) 3.21. DEMONSTRATIONS Bidders may be called upon to demonstrate the equipment offered. Such demonstration and inspection shall be by arrangement with Lt. Richard Walterman, (305) 579-6636. 3.22. ORDERING INSTRUCTION Manufacturers are encouraged to bid direct, naming dealers who accept orders and complete deliveries. Bidders must include complete and detailed ordering instructions. 3.23. ADDITION/DELETION OF ITEMS The City of Miami reserves the right to add to or delete any item from this bid or resulting contract when deemed to be in the best interest of the City. 3.24. SPECIFICATION EXCEPTIONS Specifications are based on the most current literature available. Bidder shall notify the City of Miami Purchasing Department in writing, no less than ten (10) days prior to a bid opening, of any change in the manufacturers' specifications which conflict with the bid specifications. Bidders must also explain any deviation from the bid specifications in writing as a footnote on the applicable bid page and enclose a copy of the manufacturer's specifications data detailing the changed item(s) with his bid. Failure of bidders to comply with these provisions will result in bidders being held responsible for all costs required to bring the vehicle in compliance with contract specifications. Page 3 of 49 8- 1 1 6 4 City of Miami, Florida Special Conditions (Continued) Bid No. 97-98-081 3.25. TECHNICAL DRAWINGS Bidders shall supply technical drawings/manufacturer's literature of equipment offered so that the City can review them before making an award. 3.26. YEAR 2000 COMPLIANCE WARRANTY The contractor warrants that each item delivered, developed or modified under this contract shall be able to accurately process date data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, including leap year calculation, when used in accordance with the item documentation provided by the contractor, provided that all items used in combination with other designated items properly exchange date data with it. The duration of this warranty and the remedies available to the City for breach of this warranty shall be as defined in, and subject to, the terms and limitation of any general warranty provisions of this contract, provided that notwithstanding any provision to the contrary in such warranty provision(s), or in the absence of any such warranty provision(s), the remedies available to the City under this warranty shall include repair or replacement of any item whose warranty shall include repair or replacement of any item whose non-compliance is discovered and made known to the contractor in writing within ninety (90) days of discovery. Nothing in this warranty shall be construed to limit any rights or remedies the City may otherwise have under this contract with respect to defects other than year 2000 performance. 3.27. YEAR 2000 REMEDY CLAUSE In the event of any decrease in equipment functionality related to time and date related codes and internal subroutines that impede the equipment from operating beyond the Millennium Date Change, Licensors and Vendors of Licensors products, agree to immediately make required corrections to restore equipment to the same level of functionality as warranted herein at no charge to the licensee, and without interruption to the ongoing business of the licensee, time being to the essence. 98-1164 Page 4 of 4 SEP-21-1998 12:16 UANALLEPJ ASSOC. H a/ 1A UC&: A RADAR the technology leader P.02 September 21, 1998 To: Lourdes City of Miami, Florida Fax: 305-579-6634 From: Linda D_ VanAllen, Dist, Sales Mgr. -- FL STALKER/Applied Concepts, Inc. Fax: 407-455-6667 Re: Sales Quote The following items will be supplied to the City of Miami by Applied Concepts, Inc., Manufacturer of STALKER radar, laser and trailer products: STALKER Dual SL Ka Radar Pkg SDSL2Ka 12 2795. S. C.A.T. Trailer 1 5630. MSC 3000 computer for trailer 1 2495, STALKER Laser, Model LZ-2 1 2995. STALKER Radar Pkg SM1 Ka 1 1850. Total items above Special Discount Total product sale Shippinglinsurance charges for all items above excluding trailer, will be paid by Applied Concepts. Freightldelivery charges for SCAT trailer at $800 will be billed on separate invoice per your request Linda D. VanAllen Date 33,540, 5,630. 2,495, 2,996. 1.850. 46,510. (6.510.) 40,000. http.1&-*wa-concepts.wm applied concepts, hr, em8il:sale5Ga-Wncegt5.com 730 F Ave., #200 Piano, TX. 75074 1-800-STALKER (872)398-3780 Fax (972)39e-3781 TOTAL P.02 98-1164 BID NUMBER: 97-98-081 COMMODITY / SERVICE: SPEED ENFORCEMENT EQUIPMENT DEPARTMENT/CONTACT PERSON: POLICE - LOURDES RODRIGUEZ DIRECTIONS TO COMPLETE BID AWARD RECOMMENDATION FORM ON TM REVERSE SIDE: The top portion of the reverse side of this Bid Award Recommendation Form has been completed by the Department of Purchasing. The user department (s) is required to complete all remaining sections of this form, including the funding source(sj contract value (if applicable), and all other required approvals lormto forwarding to Purchasing. Within 10 days, FAX this completed form along with approved and signed Bid Tabulation Form and the resolution memo to Purchasing, ATTN: Bid/Contract Section, at 416-1925. These forms will be utilized by the Department of Purchasing to prepare the Resolution for submission to the Agenda Office for Commission approval. Should the department not concur with the recommendation for award, FAX separate justification memo to Purchasing immediately. Emergency procurements are exempt. IN ADDITION TO THE ABOVE DOCUMENTS, PLEASE RETURN A COMPLETED "CONTRACT REVIEW AND ANALYSIS FORM" ALONG WITH THE SCI SCREEN "ACCOUNT SUMMARY" FOR SAID COMMODITY/SERVICE IN PREPARATION FOR THE PRESENTATION AND APPROVAL OF THE BID/CONTRACT BEFORE THE OVERSIGHT BOARD. Contact MARITZA SUAREZ of the Bid/Contract Section at Q&XIMor 416-1907 should you have any questions. APPROVAL TO FORWARD TO DEPARTMENT/OFFICE: DATE: aZDR:CCM.WC.: 8/8/97 PAGE 1 OF 2 9 8- 1 1 6 4 BID AWARD RECOMMENDATION FORM BID NUMBER: 97-98-081 COMMODITY/SERVICE: SPEED ENFORCEMENT EQUIPMENT DEPARTMENT / DIVISION: POLICE TERM OF CONTRACT: SINGLE PURCHASE NUMBER OF BIDS DISTRIBUTED: SEVEN (7) NUMBER OF BIDS RECEIVED: ONE (1) METHOD OF AWARD: LOWEST RESPONSIVE AND RESPONSIBLE BTDDFR _ RECOMMENDED VENDOR(S): APPLIED CONCEPTS, INC STATUS: NON-MINORITY/NON-LOCAL CONTRACT VALUE: LESS DISCOUNT 6,510.00 PLUS SHIPPING 800.00 TOTAL: $40, 800.00 THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION: The Department of Police will be procuring radar units to equip each motor unit with a mounted radar unit allowing them to effectively enhance speeding enf6rcement. - A- speed warning trailer will also be purchased to warn motorists of their excessive speed in thoroughfares with -high incidents of,accidents and/or traffic violations. ACCOUNT CODE(S): 690003.291234.6. 840 (Law Enforcement Trust Fund $40, 000) 001000.290201.6.305 (Police General Operating FY 98/99 Budget $800.00) DEPARTMENT APPROVAL: Department DI ector/ Designee BUDGET REVIEW APPROVAL: PURCHASING APPROVAL: 7 Dipak M. Parekh Judy . Cangr-A ; Director Director OTHER FUNDING APPROVALS, IF APPLICABLE: TITLE: PAGE 2 OF 2 t�8-1164 TABULATION OF BID SPEED ENFORCEMENT EQUIPMENT: BID NO.97-98-081 Item Description 1 Stalker Dual SL KA Radar for Motorcycle Operation Manufacturer: Stalker Model SDSLZ-KA 2 Speed Commander Alert Trailer (SCAT) Manufacturer: Stalker Model MSC3000 Style - Computer 3 Computer for Speed Trailer Manufacturer: Stalker Model - MSC3000 4 L.I.D.A.R. Laser Speed Measuring Device Manufacturer: Stalker Model - LZI Sytle - Laser 5 Radar Unit for Speed Trailer Manufacturer: Stalker Model - SMI-KA Style - Moving ATR Radar LESS DISCOUNT SUBTOTAL: PLUS SHIPPING OF SPEED TRAILER TOTAL: Prepared by Maritza Suarez, 9111/98 Page 1 Applied Concepts, Inc. 730 F Avenue Plano TX 75074 Non-Minority/Non-Local Est. Unit Extended QQt Price Price 12 $ 2,795.00 /veh. S 33,540.00 1 $ 5,630.00 /veh. $ 5,630.00 1 $ 2,495.00 /veh. $ 2,495.00 1 $ 2,995.00 /veh. $ 2,995.00 1 $ 1,850.00 /veh. $ 1,850.00 - 6,510.00 $40,000.00 800.00 $40,800.00 Approval:1%Lf`r Department irector/Designee e0-? 3S 98-1164 J-97-739 10/16/97 , RESOLUTION NO. 9 7 — '7 4 6 A RESOLUTION AUTHORIZING THE ALLOCATION OF FUNDS, IN AN AMOUNT NOT TO EXCEED $40,000.00, FROM THE LAW ENFORCEMENT TRUST FUND, PROJECT NO-. 690003, FOR THE PROCUREMENT OF RADAR UNITS AND A SPEED WARNING RADAR TRAILER, SUCH EXPENDITURE HAVING BEEN%APPROVED BY THE CHIEF OF POLICE AS COMPLYING WITH THE U.S. DEPARTMENT OF THE TREASURY'S "GUIDE TO EQUITABLE SHARING." WHEREAS, the Department of the Treasury's "Guide to Equitable Sharing" authorizes the expenditure of shared cash or proceeds forfeited for law enforcement purposes; and WHEREAS, the Police Department will be procuring radar units to equip each motor unit with a mounted "moving radar unit" allowimig them to effectively enhance speeding enforcement; and WHEREAS, the Police Department will be procuring a speed warning trailer which warns motorists of their excessive speed in thoroughfares with high incidents of accidents and/or traffic violations; and WHEREAS, acquisition of said equipment is subject to compliance with all established procurement procedures and final approval by the City Commission; and WHEREAS, funds to cover said expenditure are available from the Law Enforcement Trust Fund, Project No. 690003, such expenditure having been certified by the Chief of Police as COI�Q3�,t OCT 98-1164 complying with the U.S. Department of Treasury's "Guide to Equitable Sharing"; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The allocation of funds, in an amount not to exceed $40,000.00, from the Law Enforcement Trust Fund, Project No. 690003, is hereby authorized for the procurement of radar units and a speed warning radar trailer, such expenditure having been approved by the Chief of Police as complying with the Department of Treasury's "Guide to Equitable Sharing." Section 3. This Resolution shall become effective immediately upon adoption. PASSED AND ADOPTED this 28th BUDGET AND MANAGEMENT ANAL IS REVIEW: DIPAK P DIRECTOR W1950:BSS day of October 997. APPROVED AS TO FORM AND CORRECTNESS: A Q J I CITY ATTO - 2 - 98-IIG4 01•ouOut1 uiv11 11-24-95 1:50PM :CITY OF MIAMI POLICE - 30541618044 2/ 2 AFFIDAVIT STATE OF FLORIDA: : SS COUNTY OF DADE : Before me this day personally appeared William E. O'Brien who being duly sworn, deposes and says that: I, William E. O'Brien, Chief of Police, City of Miami, do hereby certify that this request for expenditure from the City of Miami Law Enforcement Trust Fund, to Applied Concepts Inc., in an amount not to exceed $40,000.00for the provision of radar enforcement equipment complies with the provisions of the U.S. Department of the Treasury's "Guide to Equitable Sharing" and Florida State Statute, Chapter 932.7055, as amended. William E. O'Brien Chief of Police City of Miami Police Department Subscribed and sworn to before me this a_ day of QOO P-M �I- r , 1998, by William E. O'Brien, who is personally known to me. NOTARY PUBLIC STATE OF FLORIDA AT LARGE oA, Y oty ERLiNA PEREZ Col mosoN 0 CC 660209 g EXPIRES SEP I A, 2001 OF Pti� ATLANTIC DON ID NG CO- INC 98-.64 CITY OF MIAMI OFFICE OF THE CI _ CLERK BID SECURITY LIST BIDITEM: SPEED ENFORCEMENT EQUIPMENT r( BID NO.: 97-98-081 DATE BID(S) OPENED: J UN E 10, 1998 TIME 10 : 0 0 A, M . BIDDER ' TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK APPLIED CONCEPTS, INC. SEE ATTACHED EID NO BID COMMUNICATION SERVICES CO. LOCKHEED,NARTIN IMS e- u� Iflo ..Offers ramt, crs cl {,. g.n.� r r �'', ,, offers ether 1e�ec ecl as 1 °c• ,n envelopes on behalf of Person receiving bid(s) PURCHASING DEPARTMENT OR C;—/D_ -�� (City Department) (Date) SIGNED: _ De uty City C!ei k CITY OF MIAMI ADVERTISEMENT FOR BID Sealed bids will be received by the City of Miami City Clerk at his office located at City Nall, 3500 Pan American Drive, Miami, A. 33133 for the following: BID NO.97-98-081 Purchase Speed Enforcement Equipment for the Department of Police. OPENING DATE: 10:00 A.M. JUNE 10, 1998 Detailed specifications for this bid are available upon request at the City of Miami, Purchasing Department, 444 SW 2 Avenue, Sixth Floor Miami, Florida 33130, Telephone No. 416-1904. Jose Garcia -Pedrosa CITY OF MIAMI City Manager LOGO AD NO.4488 !._r City of Miami REQUISITION FOR ADVERTISEMENT This number must appear in the advertisement. INSTRUCTIONS: Please a and attach a copy of the dv rti m nt with this reauisition. 1. Department: 2. Division: 3. Account Code number: 4. Is this a confirmation: ❑ Yes ❑ No 5. Prepared by: 6. Size of advertisement: 7. Starting date: 8. Telephone number: 9. Number of times this advertisement is to be published: 10. Type of advertisement: ❑ Legal ❑ Classified ❑ Display 11. Remarks: 12. Publication Date(s) of Advertisement Invoice No. Amount c; ^�r M 0 ?r > �. 00 13. ❑ Approved ❑ Disapproved Department Director/Designee Date Approved for Payment J Date C IGS/PC 503 Rev. 12/89 1 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. uw i nine i wn: wnne - u.aA.; unary - uepartment