HomeMy Public PortalAbout09-7482 Dana Safety Supply Inc. Sponsored by: City Manager
RESOLUTION NO. 0 9-7 4 8 2
A RESOLUTION OF THE CITY COMMISSION OF THE
CITY OF OPA-LOCKA, FLORIDA, ACCEPTING THE
PROPOSAL FROM DANA SAFETY SUPPLY, INC., IN
RESPONSE TO RFP NO. 09-0522 FOR POLICE
EMERGENCY EQUIPMENT; FURTHER AUTHORIZING
THE CITY MANAGER TO MAKE PAYMENT TO DANA
SAFETY SUPPLY, INC., IN THE AMOUNT OF SEVENTY
FOUR THOUSAND TWO HUNDRED THIRTY THREE
DOLLARS AND FIFTY CENTS ($74,233.50) FOR THE
INSTALLATION OF EMERGENCY EQUIPMENT IN TEN
(10) NEW POLICE DEPARTMENT VEHICLES, PAYABLE
FROM ACCOUNT NO. 21-521541
WHEREAS, the City Commission of the City of Opa-locka ("City Commission")
adopted Resolution 09-7443, authorizing the City Manager of the City of Opa-locka ("City") to
issue a Request for Proposals (RFP) for emergency equipment for ten (10) new police
department vehicles; and
WHEREAS, RFP No. 09-0522 requested proposals from qualified vendors to provide
and install emergency equipment for ten (10) new police department vehicles; and
WHEREAS, the RFP review committee evaluated the proposals submitted to the City
and selected Dana Safety Supply, Inc., as the most responsive proposal for police emergency
equipment; and
WHEREAS, the City Manager is recommending that the City Commission authorize the
City Manager to expend funds in the amount of Seventy Four Thousand Two Hundred Thirty
Three Dollars and Fifty Cents ($74,233.50) to Dana Safety Supply, Inc. for the installation of
emergency equipment for ten (10) new police department vehicles.
NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION
OF THE CITY OF OPA-LOCKA, FLORIDA:
Resolution No. 0 9—7 4 8 2
Section 1. The recitals to the preamble are hereby incorporated by reference.
Section 2. The City Commission of the City of Opa-locka hereby accepts the
proposal submitted by Dana Safety Supply, Inc., in response to RFP No. 09-0522 for Police
Emergency Equipment.
Section 3. The City Commission of the City of Opa-locka hereby authorizes the City
Manager to make payment to Dana Safety Supply, Inc. in the amount of Seventy Four Thousand
Two Hundred Thirty Three Dollars and Fifty Cents ($74,233.50) for the installation of
emergency equipment in ten(10) new police vehicles, payable from Account No. 21-521541.
Section 4. The City Manager is hereby authorized to take all necessary and expedient
action to effectuate the intent of this resolution.
Section 5. This resolution shall take effect immediately upon adoption.
PASSED AND ADOPTED this 244 day of JUNE , 2009.
ISEPH LLEY
YOR
Attest: Approved as to form and legal suffic ency:
:OF /
Deborah ' . Irby Burnadette Norris- , eeks
City Clerk City Attorney
Moved by: JOHNSON
Seconded by: TAYLOR
Commission Vote: 5-0
Commissioner Holmes: YES
Commissioner Johnson: YES
Commissioner Tydus: YES
Vice-Mayor Taylor: YES
Mayor Kelley: YES
f,4 s OCC,k4
•
13' Oily of
us �' /2112A,6%YMII'S/
grkraia„
R'C,Hyt R'V.
Memorandum
TO: Mayor Joseph Kelley
Vice-Mayor Myra L. Taylor
Commissioner Dorothy Johnson
Commissioner Timothy Holmes
Commissioner Rose Tydus
FROM: Bryan K. Finnie,Interim City Manager
DATE: June 15,2009
RE: POLICE EMERGENCY EQUIPMENT RFP#09-0522
Request: RESOLUTION OF THE CITY COMMISSION OF THE CITY OF
OPA-LOCKA, FL AUTHORIZING THE CITY MANAGER TO
APPROVE DANA SAFETY SUPPLY, INC. AS THE MOST
RESPONSIVE AND RESPONSIBLE BIDDER TO PROVIDE AND
INSTALL THE EMERGENCY EQUIPMENT NEEDED FOR THE
NEWLY PURCHASED POLICE CARS.
Description: The City of Opa-locka purchased 10 police vehicles, 8 cars and 2 SUV's which are
currently at the Police Station. This RFP was advertised, for equipment that must be
installed on the new cars to make them police emergency vehicles. The equipment
includes lights, sirens,controls and radios.
Financial Impact: The cost will be$7,423.35 per vehicle for a total cost of$$74,233.50
from Account#21-521541.
Implementation Timeline: 90 days from execution of contract.
Legislative History: None
Recommendation(s): Staff recommends approval.
Analysis: RFP 09-0522 Police Emergency Equipment was approved for advertising. Four(4)
vendors submitted proposals. Dana Safety Supply, Inc., Strobes R-Us, Inc., and Law
Enforcement Supply. Emergency Vehicle Supply (EVS) was disqualified as non-
responsive. An Evaluation Committed reviewed the proposals and Dana Safety
Supply, Inc. was determined to be the most responsive proposer to supply and install
the emergency police equipment.
Attachments: 1. Copy of RFP#09-0522
2. Copy of 4 bids that were submitted
3. Tally sheet of the cost for the 4 bids
PREPARED BY: Ezekiel Odi,PhD
e ?LI
Sponsored by: City Manager
RESOLUTION NO. 09-7 4 4 3
A RESOLUTION OF THE CITY COMMISSION OF THE
CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE
CITY MANAGER TO ISSUE A REQUEST FOR PROPOSAL
(RFP)FOR EMERGENCY EQUIPMENT FOR TEN(10)NEW
POLICE DEPARTMENT VEHICLES AND TO FURTHER
AUTHORIZE THE CITY MANAGER TO PURCHASE
NECESSARY EQUIPMENT FROM THE MOST RESPONSIVE
AND RESPONSIBLE BIDDER IN AN AMOUNT NOT TO
EXCEED SEVENTY-SEVEN THOUSAND TWO HUNDRED
AND EIGHTY FOUR DOLLARS AND THIRTY EIGHT
CENTS ($77,284.38), PAYABLE FROM ACCOUNT NO. 21-
521641
WHEREAS, the City of Opa-Locka's Police Department requires certain emergency
equipment and supplies for ten (10)police vehicles if approved and purchased by the City; and
WHEREAS, an RFP would allow vendors to prepare bids after which the City staff would
select the most responsive and responsible bidder; and
WHEREAS, the City Commission has already budgeted for the purchase of automotive
equipment in its 2008-2009 City budget; and
WHEREAS,the City Manager would request the authority to procure equipment for police
vehicles and to further purchase such equipment from the most responsive and responsible bidder in
an amount not to exceed Seventy-Seven Thousand Two Hundred Eighty Four Dollars and thirty eight
cents; and
NOW,THEREFORE,BE IT DULY RESOLVED BY THE CITY COMMISSION OF
THE CITY OF OPA-LOCKA:
Section 1. The recitals to the preamble herein are incorporated by reference.
Section 2. The City Commission of the City of Opa-locka hereby authorizes the City
Manager to issue a Request for Proposals for emergency equipment for ten(10)new police vehicles
Resolution No. 0 9—7 4 4 3
and further authorizes the City Manager to expend funds for the purchase of emergency equipment
from the most responsive and responsible bidder an amount not to exceed Seventy-Seven Thousand
Two Hundred Eighty Four Dollars and thirty eight cents, payable from Account No. 21-521641.
Section 3. The City Manager is hereby authorized to take all necessary and expedient
action to effectuate the intent of this resolution.
Section 4. This resolution shall take effect immediately upon adoption.
PASSED AND ADOPTED this 2 5 day of FEBRUARY , 2009.
JO 2 . . KELLEY
A OR
Attest: Approved as to form and legal su iciency:
LeAAINIt
Debor S. Irby Burn.de = 1orris -eks
City Clerk City A orney
Moved by: HOLMES
Seconded by: JOHNSON
Commission Vote: 5-0
Commissioner Tydus: YES
Commissioner Holmes: YES
Commissioner Johnson: YES
Vice-Mayor Taylor: YES
Mayor Kelley: YES
1,
birel\
MEMORANDUM
4,.o w r+t+�
TO: Mayor Joseph Kelley, Vice-Mayor Myra Taylor, Commissioner Dottie
Johnson, Commissioner Rose Tydus and Commissioner Timothy Holmes
FROM: Bryan K. j
Irate ��• +'��ter �anager
RE: ` esolutio• o Request for Proposals for the purchase of Emergency Equipment
/ and Radios for 10 New Police Vehicles
DATE: February 17,2009
REQUEST: Authorize the City Manager to issue a Request for Proposal (RFP) to procure emergency
equipment, marking and radios for the anticipated new police vehicles. The equipment is approximately
$8,344.21 per marked vehicle and $5,265.35 per unmarked vehicle, at a total cost of$77,284.38 for ten
(10)vehicles payable from Account No. 21-521641.
DESCRIPTION: Emergency equipment and supplies includes lights, sirens, controls, radios, computer
mounts and mounting consoles.
FINANCIAL IMPACT: This request is included in the 2008-2009 Budget in a separate Line Item
#21-521541 Automotive Equipment budgeted at$130,000.00.
IMPLEMENTATION TIME LINE: Upon selection of the most responsive bidder, permission to
procure the equipment will be initiated. After which, delivery, marking and installation of the
emergency equipment/radios per vehicle, should not exceed a 90 day period.
LEGISLATIVE HISTORY: N/A
RECOMMENDATION: As a result of the Department's continuous efforts to improve and be better
equipped to provide services to the City of Opa-Locka, it is recommended that this Agenda Item receive
favorable support and approval from the City Commission.
ANALYSIS: The Department with the assistance from the Finance solicited three bids in October
2008 in an effort to select the best qualified bidder.
ATTACHMENTS: Resolution Draft, Summary of Equipment cost for marked & unmarked vehicles,
Quotes from Miami-Dade Radio Shop; Radio Communication Services Division; Morganelli &
Associates — emergency equipment for marked units; and So. FL Technology Services for Consoles &
Commuter I: i is& mergericy Equipment for Ford Expeditions;
Prepared 13 - _ !
Shelia Robinson
"Serving and Protecting YOU!"
EMERC NCY AND RADIO EQUIP. ENT
MARKED DODGE CHARGERS
EQUIPMENT ITEMS -VENDOR
South Florida Technology Services, Inc.
Center console for Charger $181.93
Swing Arm Laptop mount $169.40
Universal Locking Tray $97.35
Armrest w/locking note pad $84.40
Triple 12-volt Outlet $19.46
Ticket book holder w/locking lids $48.86
1.5" blank plate $19.46
$620.86
Morganelli &Associates
WPBL-LED Liberty Premium Lightbar $1,095.00
CeCom Siren/Light Control $495.00
SA315P 100w Speaker w/Bracket $109.00
AVN1 R Avenger Rear Deck Red Light $99.00
AVN1 B Avenger Rear Deck Blue Light $99.00
FEDCO6BR Charger Fog Light LED Blue . $135.00
FEDCO6RR Charger Fog Light LED Red $135.00
LINZ6J Split R/B LED Push Bumper Light $79.00
VTX609B LED Hideaway Blue rear $65.00
PEIMDC080 HeadlightfTailight flasher $159.00
2009 Charger Push Bumper $195.00
Prisoner Partition w/LEP $595.00
Installation $695.00
$3,955.00
Miami-Dade Radio Shop
M7100IP Radioo w/accessoories &Antenna $3,662.35
Programming & Installation $106.00
$3,768.35
TOTAL EQUIPMENT COST PER MARKED VEHICLE $8,344.21
UNMARKED FORD EXPEDITIONS
South Florida Technology Services, Inc.
Cobra-6 LED Windshield Light- Red/Blue $99.00
100-watt speaker w/bail mount bracket $95.00
Siren/Light control (Protec 1300) $265.00
4 inch LED light kit-pair Red/Blue $490.00
6 Module LED Deck Light-Red/Blue (2) $99.00
Front& Rear Flasher $49.00
Installation w/miscellaneous hardware $400.00
$1,497.00
Miami-Dade Radio Shop
M7100IP Radio w/accessories and antenna $3,662.35
Programming & Installation $106.00
$3,768.35
TOTAL EQUIPMENT COST FOR UNMARKED FORD EXPEDITION $5,265.35
TOTAL EQUIPMENT COST FOR EIGHT(8) MARKED VEHICLES $66,753.68
TOTAL ESTIMATED EQUIPMENT COST FOR TWO (2) UNMARKED VEHICLES $10,530.70
TOTAL EQUIPMENT COSTS $77,284.38
2/18/2009
MARKED POLICE CARS
EMERGENCY RADIO EQUIPMENT
SUPPLIER ITEM UNIT COST
South Florida Technology Services, Inc.
Center console for Charger $181.93
Swing Arm Laptop mount $169.40
Universal Locking Tray $97.35
Armrest with locking note pad $84.40
Triple 12-volt Outlet $19.46
Ticket book holder with locking lids $48.86
1.5" blank plate $19.46
$620.86
Morganelli &Associates
WPBL-LED Liberty Premium Lightbar $1,095.00
CeCom Siren/Light Control $495.00
SA315P 100w Speaker w/Bracket $109.00
AVN 1 R Avenger Rear Deck Red Light $99.00
AVN 1 B Avenger Rear Deck Blue Light $99.00
FEDCO6BR Charger Fog Light LED Blue $135.00
FEDCO6RR Charger Fog Light LED Red $135.00
LINZ6J Split R/B LED Push Bumper Light $79.00
VTX609B LED Hideaway Blue rear $65.00
PEIMDC080 Headlight/Tailight flasher $159.00
2009 Charger Push Bumper $195.00
Prisoner Partition w/ LEP $595.00
Installation $695.00
$3,955.00
Miami-Dade Radio Shop
M7100IP Radio w/accessories and antenna $3,662.35
Programming & Installation $106.00
$3,768.35
TOTAL EQUIPMENT COST PER MARKED VEHICLE $8,344.21
TOTAL ESTIMATED EQUIPMENT COST FOR EIGHT(8) MARKED VEHICLES $66,753.68
2/18/2009
UNMARKED FORD EXPEDITIONS
EMERGENCY AND RADIO EQUIPMENT
SUPPLIER ITEM UNIT COST
South Florida Technology Services, Inc.
Cobra-6 LED Windshield Light-Red/Blue $99.00
100-watt speaker w/bail mount bracket $95.00
Siren/Light control (Protec 1300) $265.00
4 inch LED light kit-pair Red/Blue $490.00
6 Module LED Deck Light-Red/Blue(2) $99.00
Front& Rear Flasher $49.00
Installation w/miscellaneous hardware $400.00
$1,497.00
Miami-Dade Radio Shop
M7100IP Radio w/accessories and antenna $3,662.35
Programming & Installation $106.00
$3,768.35
TOTAL EQUIPMENT COST PER UNMARKED VEHICLE $5,265.35
TOTAL ESTIMATED EQUIPMENT COST FOR TWO (2) UNMARKED VEHICLES $10,530.70
2/18/2009
1 .
Mumn-Dade Calm Er
A 11:-DADE Enterprise Technology Services Department
'',44-46-fily- 5500 S.W 87th Avenue
Miami FL 33173 Date
Bill To 4111 2/13/2009
Mail Check vvith Copy of invoice to
Opa Locka P.D. E.T.S.D.
Radio Communication Services
2495 Ababa Ave 10300 Sunset Drive. Suite 358
Opa Locka, FL 33054 Miami, FL 33173
(786) 285-13.16 (305) 596-8005
Contact Name Phone Revenue Code Requisition No Budget Code
Tony Lacks (786)285-1316 ETR5227284 :ka PD"Quote"02/ Quote
Category Item Qty Unit Cost Amount
Radio M71001P Scan Remote Mount Provoice w/antenna 08/09 10 $3,662.35 $36,623 50
Total 1 $36,623.50
NOTE. The unit cost includes programming,shipping and ETSD Radio Shop administrative fees.
if accessories are purchased over the counter,picas may vary.
Quote valid for only 30 days.
Please make all Checks payable to:Board of County Commissioners
kc-"2) , osCepeat a ii
CITY OF OPA-LOCKA
ovill'IL° 4„ 44
//�� 1 4
W r s
41. ,,,F;;;:iilt, -- 1,:,,,,,,....z?, --4,.rikz,, tit
'n'°' is .�-. 'M.k� O li
'E �'l.s :4 K.:
Y rota .- :
0 777,strilW"Artil' , •
Qp0RA"��,ti
RFP NO: 09-0522
POLICE EMERGENCY EQUIPMENT
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
*CITY OF OPA-LOCKA`780 FISHERMAN STREET*OPA-LOCKA*FLORIDA*33054*
RFP NO: 09-0522 POLICE EMERGENCY EQUIPMENT 1
1
CITY OF OPA-LOCKA
Or- • POLICE EMERGENCY EQUIPMENT
s - y40
OQRAORpsg°+9 RFP NO: 09-0522
TABLE OF CONTENTS
Subject Page Number
Cover
1
Table of Contents
2
Advertisement
3
Part I -Proposal Guidelines 4
Part II -Nature of Services Required 8
Part III - Proposal Requirements 9
Part IV- Evaluation of Proposals 11
Proposer Qualifications 13
Debarment, Suspension Certification 14
Drug-Free Certification 16
RFP NO: 09-0522 POLICE EMERGENCY EQUIPMENT 2
LACY ENFO CE ENT
SUPPLY
City of Opa-Locka,
Law Enforcement Supply has been in business since 1986 and we are one of the
leading law enforcement suppliers in the southeast.
As one of the leaders in this field we work very closely with our customers to ensure
that the installation of vehicle equipment exceeds customer's expectations. All
installations will be done on a timetable that will be agreed to by the customer and
Law Enforcement Supply.
We have done and continue to do installation work around the state of Florida for a
large variety of law enforcement agencies. We would not have the continuing support
of the law enforcement community if we were not able to deliver them a high quality
installation job and get the product back to them in a timely manner.
Mark Sevign�
Law Enforcement Supp \
Office Manager
1 ,
tl
5106 Airport Blvd., Building 12 Airport Industrial Park Tampa,FL 33634 800:326.4019 voice 813.885.7787 fax
Receipt# 2009008477 1 Contra. J. 197668
For Period Commencing JULY 1ST, 2 008 I and ending September 30, 2009
—
Total: $704.57 I Dated 07/16/2008
I Application No. 598
This Business Tax Receipt does not permit the holder to operate in violation of any City Law or Ordinance including,but not limited to,Zoning and other land
use regulations. If in doubt,the holder should verify that he or she has the appropriate zoning by calling the Office of Land Development Coordination at
274-8405.This Business Tax Receipt must be conspicuously posted in place of business.
Classification Description
Amount
87585 RETAIL STORE 115.76 2009
87620 INVENTORY 578 .81
993000 ADMIN HANDLING FEE 10 .00 CITY Or TAMPA
TAX RECEIPT
BUSINESS
DIVISION
By: JP
Business Name and Address Business Name and Location
LAW ENFORCEMENT SUPPLY LAW ENFORCEMENT SUPPLY
ATTN LISA GRICE 5011 W HILLSBOROUGH AVE #H
10926 DAVID TAYLOR DR #300 TAMPA FL 33634
CHARLOTTE NC 28262
2008-2009 HILLSBOROUGH COUNTY BUSINESS TAX RECEIPT EXPIRES Q 200
FACILITIES OR MACHINES I ROOMS 4+- '�G`iJ l� FOLIO NO.
0 SEATS I EMPLOYEES
0 V 0 0 RENEWAL 1 207096.0000
OCC. CODE BUSINESS TYPE H.WASTE TAX
330.001 RETAIL STORE WITHOUT HAZARDOUS WASTE SURCHARGE SURCHARGE
' 30.00
3
BUSINESS 5011 W HILLSBOROUGH AVE H-J
LOCATION TAMPA 33634
NAME LAW ENFORCEMENT SUPPLY
MAILING P 0 BOX 481908
ADDRESS CHARLOTTE NC 28269
3USINESS W A. RECEIPT DOUG BELDEN.TAX COLLECTOR PAID-46485 -6
1AS HEREBY PAID A PRIVILEGE TAX TO ENGAGE 813-635-54,00 08!14/2008***30.00
3USINESS.PROFESSION,OR OCCUPATION SPECIFIED HEREON. THIS BECOMES A TAX RECEIPT WHEN VALIDATED.
Law Enforcement Supply
Following is a list of references per the bid specifications.
1. City of Tampa Police Department
Vehicle equipment sales and installation.
March through April 2008
Contact: LeighAnn Caballero 813-276-3387
2. City of Temple Terrace Police Department
Vehicle equipment sales and installation
Currently working on their vehicles
Contact: Tracy Mishler 813-506-6529
3. Tarpon Springs Police Department
Vehicle equipment sales and installation
February through April 2009
Contact: Steve Gassen 727-938-2849
4. City of Bradenton Police Department
Vehicle equipment sales and installation
February through April 2009
Jacob Zaagman 941-932-9340
5. Clermont Police Department
Installation of equipment in patrol cars
April 2009
Steve Strickland 352-394-5588
oQa•.oc4.q
CITY OF OPA-LOCKA
Leh
Advertisement for Request for Proposals
Oftal
RFP NO: 09-0522
POLICE EMERGENCY EQUIPMENT
Proposals for POLICE EMERGENCY EQUIPMENT will be received by the City of Opa-locka
at the Office of the City Clerk, 780 Fisherman Street, 4th Floor, Opa-locka, Florida 33054,
FRIDAY, MAY 22, 2009. Any proposals received after the designated closing time will be
returned unopened.
The purpose of this Request for Proposal is to seek assistance of a qualified professional to
provide POLICE EMERGENCY EQUIPMENT to the City of Opa-locka.
An original and five (5) copies of the proposal shall be submitted in sealed
envelopes/packages addressed to Deborah S. Irby, City Clerk, City of Opa-locka, Florida, and
marked "RFP NO: 09-0522 — POLICE EMERGENCY EQUIPMENT." Proposers desiring
information for use in preparing proposals may obtain a set of such documents from the
Clerk's Office, 780 Fisherman Street, 4th Floor, Opa-locka, Florida 33054, Telephone (305)
953-2800 or copies of the RFP NO: 09-0522 requirements may also be obtained by visiting
the City's website at www.opalockafl.gov, (click "RFP/BIDS" located on the right hand side of
the screen and follow the instructions).
The City reserves the right to accept or reject any and all proposals and to waive any
technicalities or irregularities therein. The City further reserves the right to award the contract
to that proposer whose proposal best complies with the RFP NO: 09-0522 requirements:
Proposers may not withdraw their proposal for a period of ninety (90) days from the date set
for the opening thereof.
Deborah S. Irby
Deborah S. Irby
City Clerk
Dated:
Published:
RFP NO: 09-0522 POLICE EMERGENCY EQUIPMENT 3
5
i
CITY OF OPA-LOCKA
RFP NO: 09-0522
POLICE EMERGENCY EQUIPMENT
PART I
PROPOSAL GUIDELINES
1-1. Introduction: The City of Opa Locka, Florida is seeking one or more Company(s) to
provide POLICE EMERGENCY EQUIPMENT at the request of the City's Police Department as
defined herein. This contract is an exclusive contract. The City reserves the right to award to _
a primary and secondary Company or award to two (2) Companies this service.
1-2. Proposal Submission and Withdrawal: The City must receive all proposals in a
sealed envelope by 2:00 P.M. on FRIDAY, MAY 22, 2009. The proposals shall be submitted
at the following address:
CITY OF OPA-LOCKA
Office of the City Clerk
780 Fisherman Street, 4th Floor
Opa-locka, Florida 33054
To facilitate processing, please clearly mark the outside of the proposal package as follows:
RFP NO: 09-0522 - POLICE EMERGENCY EQUIPMENT. This package shall also include
the Proposer's return address.
Proposers may withdraw their proposals by notifying the City in writing at any time prior to the
deadline for proposal submittal. After the deadline, the proposal will constitute an irrevocable
offer, for a period of 90 days. Once opened, proposals become a record of the CITY and;Will
not be returned to the Proposer. :,
is
The City cautions proposers to assure actual delivery of mailed or hand-delivered proposals
directly to the City Clerk's Office at 780 Fisherman Street, 4th Floor, Opa-locka, Florida 33054
prior to the deadline set for receiving proposals. Telephone confirmation of timely receipt of
the proposal may be made by calling (305) 953-2800 before proposal closing time. Any
proposal received after the established deadline will not be considered and will be returned
unopened to the Proposer(s).
1-3. Number of Copies: Proposers shall submit an original and five (5) copies of the
proposal in a sealed, opaque package marked as noted above. The Proposer will;;be
responsible for timely delivery, whether by personal delivery, US Mail or any other delivery
medium.
RFP NO: 09-0522 POLICE EMERGENCY EQUIPMENT 4
1-4. Development Costs: Neither the City nor its representatives shall be liable for any
expenses incurred in connection with preparation of a response to this Request for Proposal:
Proposers should prepare their proposals simply and economically, providing a straightforward
and concise description of the Proposer's ability to meet the requirements of the RFP.
1-5. Inquiries: Interested Proposers may contact the City's Purchasing Officer regarding
questions about the proposal by telephone at (305) 953-2868 x1307 or by facsimile at (3d5)
953-2900. The City Clerk will receive written requests for clarification concerning the meaning
or interpretations of the RFP, until eight (8) days prior to the submittal date. City personnel are
authorized only to direct the attention of prospective Proposers to various portions of the RFP
NO: 09-0522 so that they may read and interpret such for themselves. No employee of the
City is authorized to interpret any portion of this RFP NO: 09-0522 or give information as to
the requirements of the RFP NO: 09-0522 in addition to what is contained in the written RFP
NO: 09-0522 document.
1-6. Addendum: The City may record its response to inquiries and any supplemental
instructions in the form of written addenda. The CITY may mail written addenda up to seven
(7) calendar days before the date fixed for receiving the proposals. Proposers shall contact
the City to ascertain whether any addenda have been issued. Failure to do so could result in
an unresponsive proposal. Any oral explanation given before the RFP NO: 09-0522 opening
will not be binding.
All Proposers are expected to carefully examine the proposal documents. Any ambiguities,or
inconsistencies should be brought to the attention of the City's Purchasing Agent through
written communication prior to the opening of the proposals.
1-7. Contract Awards: The City anticipates entering into an Agreement with the Proposer
who submits the proposal judged by the City to be most advantageous.
The Proposer understands that this RFP NO: 09-0522 does not constitute an offer or an
Agreement with the Proposer. An offer or Agreement shall not be deemed to exist and is not
binding until proposals are reviewed, accepted by appointed staff, the best proposal has been
identified, approved by the appropriate level of authority within the City and executed by all
parties. A sample Agreement is attached to this RFP. The City anticipates that the final
Agreement will be in substantial conformance with this sample Agreement; nevertheless,
Proposers are advised that any Agreement may result from the RFP NO: 09-0522 may
deviate from the Sample Agreement.
The City reserves the right to reject all proposals, to abandon the project and/or to solicit and
re-advertise for other proposals.
1-8. Contractual Agreement: This RFP NO: 09-0522 shall be included and incorporated in
the final award. The order of contractual precedence will be the Contract or Agreement
document, original Terms and Conditions, and Proposer response. Any and all legal action
necessary to enforce the award will be held in Miami-Dade County and the contractual
obligations will be interpreted according to the laws of Florida. Any additional contract ,oar,
agreement requested for consideration by the Proposer must be attached and enclosed
as part of the proposal.
RFP NO: 09-0522 POLICE EMERGENCY EQUIPMENT 5
1-9. Selection Process: The proposals will be evaluated and assigned points. The firm
with the highest number of points will be ranked first; however, nothing herein will prevent the
City from assigning work to any firm deemed responsive and responsible.
The City reserves the right to further negotiate any proposal, including price, with the highest
rated Proposer. If an agreement cannot be reached with the highest rated Proposer, the City
reserves the right to negotiate and recommend award to the next highest Proposer,;or
subsequent Proposers until an agreement is reached. 0,,
1-10. Public Records: Upon award recommendation or ten (10) days after opening,
whichever occurs first, proposals become "public records" and shall be subject to public
disclosure consistent with Chapter 119 Florida Statutes. Proposers must invoke the
exemptions to disclosure provided by law in the response to the RFP, and must identify the
data or other materials to be protected, and must state the reasons why such exclusion from -
public disclosure is necessary. Document files may be examined, during normal working
hours.
''rtTa
1-11. News Releases: The Proposer shall obtain the prior approval of the City Manager's
Office of all news releases or other publicity pertaining to this RFP NO: 09-0522 or the
service, study or project to which it relates.
,rut,:
,,aa t
1-12. Insurance: The awarded Proposer(s) shall maintain insurance coverage reflecting-;:at
least the minimum amounts and conditions specified herein. In the event the Proposer.is;;a
governmental entity or a self-insured organization, different insurance requirements may apply.
Misrepresentation of any material fact, whether intentional or not, regarding the Proposers'
insurance coverage, policies or capabilities may be grounds for rejection of the proposal and
rescission of any ensuing Agreement.
1. Evidence of General Liability coverage with limits not less than $1,000,000 per
Occurrence/ $2,000,000 Aggregate (Including Policy Number and Policy Period);
2. Evidence of Auto Liability coverage with limits not less than $1,000,000 per
Occurrence/$1,000,000 Aggregate (Including Policy Number and Policy Period);
3. Evidence of Workers' Compensation coverage with statutory limits and Employer's
Liability coverage with limits not less than $100,000 (Including Policy Number and
Policy Period);
it
4.The City listed as an additional insured (this may be specifically limited to the specific
job(s) the contractor will be performing);
5. Minimum 30-day written notice of cancellation.
1-13. Licenses: Proposers, both corporate and individual, must be fully licensed and certified
in the State of Florida at the time of RFP NO: 09-0522 submittal. The proposal of any
Proposer who is not fully licensed and certified shall be rejected.
RFP NO: 09-0522 POLICE EMERGENCY EQUIPMENT 6
1-14. Public Entity Crimes: Award will not be made to any person or affiliate identified, on
the Department of Management Services' "Convicted Vendor List". This list is define4,-,:as
consisting of persons and affiliates who are disqualified from public contracting and purchasing
process because they have been found guilty of a public entity crime. No public entity shall
award any contract to, or transact any business in excess of the threshold amount provided in
Section 287.017 Florida Statutes for Category Two (currently $25,000) with any person or
affiliated on the "Convicted Vendor List" for a period of thirty-six (36) months from the date that
person or affiliate was placed on the "Convicted Vendor List" unless that person or affiliate has
been removed from the list. By signing and submitting the RFP NO: 09-0522 proposal forms,
Proposer attests that they have not been placed on the "Convicted Vendor List".
1-15. Code Of Ethics: If any Proposer violates or is a party to a violation of the code of
ethics of the City of Opa-locka or the State of Florida with respect to this proposal, such
Proposer may be disqualified from performing the work described in this proposal or from -
furnishing the goods or services for which the proposal is submitted and shall be further
disqualified from submitting any future proposals for work, goods or services for the City of
Opa-locka. ;
1-16. Drug-Free Workplace: Preference shall be given to businesses with Drug-Free Work
Place (DFW) programs. Whenever two or more proposals which are equal with respect',tq
price, quality, and service are received by the City for the procurement of commodities, or
contractual services, a proposal received from a business that completes the attached DFW
form certifying that it is a DFW shall be given preference in the award process.
1-17. Permits and Taxes: The Proposer shall procure all permits, pay all charges, fees, and
taxes, and give all notices necessary and incidental to the due and lawful prosecution of the
work.
f
1-18. Protests: Protests of the plans, specifications, and other requirements of the request
- for proposal and bids must be received in writing by the City Clerk's Office at lease ten (1,0)
working days prior to the scheduled bid opening. A detailed explanation of the reason for;the
protest must be included. Protests of the award or intended award of the bid or contract;must
be in writing and received in the City Clerk's Office within seven (7) working days of the notice
of award. A detailed explanation of the protest must be included.
1-19. Termination for Convenience: A contract may be terminated in whole or in part by the,
City at any time and for any reason in accordance with this clause whenever the City shall
determine that such termination is in the best interest of the City. Any such termination shall be
effected by the delivery to the contractor at least five (5) working days before the effective date
of a Notice of Termination specifying the extent to which performance shall be terminated and
the date upon which termination becomes effective. An equitable adjustment in the contract
price shall be made for the completed service, but no amount shall be allowed for anticipated
profit on unperformed services.
;.t
yr,
RFP NO: 09-0522 POLICE EMERGENCY EQUIPMENT 7
PART II
NATURE OF SERVICES REQUIRED
SCOPE OF SERVICES
Quantity Part# Description Each Price
10 WPBL-LED Liberty Premium Lightbar 'Y I j (19.0 C0
10 CenCom Siren/Light Control - ,P%____LI q ni.
10 SA315P 100wt Speaker w/Brkt 1` _ .-I j_ 5 7��__
10 AVN1R Avenger Rear Deck Red �i c1 q, j
10 AVN1B Avenger Rear Deck Blue ,_ 3' ___9 ISLS
10 FEDCO6BR CHRG Fog light LED Blue _ -3' I,a9‘ '`jam-_
10 FEDCO6RR CHRG Fog light LED Red , $ 15 5 . 3
10 LINZ6J Split R/B LED PushBumper 1, () .6.11
20 VTX609B LED hideaway Blue rear I 1)1 ,c 1
10 PEIMDC080 Headlight/Taillight Flasher 4 1 1 5 3t-1
10 Push Bumper 2009 Charger PushBumper 9 1_3 9 ,cj c)
10 Partition Vehicle Partition w/LEP -Y 1_, '�
10 Installation Installation of above items I C C. . __
2.0 INTRODUCTION
To establish a listing of qualified suppliers for supply and installation of police equipment for
City police cars. The above list of equipment specifications is necessary to establish,
performance, quality and is based on specific brand names. Brand name equipment must be
furnished. Manufacturers' published literature must clearly show that the products being
offered are in compliance with these specifications. All equipment furnished under this
contract shall be new and manufacturer's current production model unless stated otherwise.
Accessories, not specifically mentioned herein but necessary to furnish a complete unit ready
for use, also shall be included.
If any of the equipment bid varies from the specifications, such variation(s) must be listed in
writing and attached as part of the bid proposal. The City of Opa-Locka reserves the right to
waive minor variance (s) if in the option of the Police Department that the basic bid meets the
general intent of these specifications.
RFP NO: 09-0522 POLICE EMERGENCY EQUIPMENT 8
PART III
PROPOSAL REQUIREMENTS
3-1 RULES FOR PROPOSALS
In order to maintain comparability and enhance the review process, proposals shall be
organized in the manner specified below and include all information required herein. The
proposal must name all persons or entities interested in the proposal as principals. The
proposal must declare that it is made without collusion with any other person or entity
submitting a proposal pursuant to this RFP.
3-2 SUBMISSION OF PROPOSALS
The proposal shall be submitted on 8 '/2 "x 11" paper, portrait orientation, with headings and
sections numbered appropriately. Ensure that all information is written legibly or typed. The
following should be submitted for a proposing firm to be considered:
1. An original copy (so marked) of the proposal and five (5) copies must be sealed in one
package and clearly labeled "RFP NO: 09-0522 Request for Proposal for POLICE
EMERGENCY EQUIPMENT" on the outside of the package.
2. Title Page showing the request for proposal number, subject, the firm's name, the
contact person's name, address and telephone number and the date of the proposal. he
3. Table of Contents should include a clear and complete identification of the materials
submitted by section and page number.
4. Transmittal Letter summarizing in a brief and concise manner the Proposer's
understanding of the work to be performed, the commitment to perform the work within
the anticipated time period, a statement why the firm believes itself to be best qualified
to perform the engagement, and a statement that the proposal remains in effect for
ninety (90) days. An authorized agent of the Proposer must sign the Letter of
Transmittal indicating the agent's title or authority.
5. Experience and qualifications of the firm with the name, address, telephone number,
licenses and certifications of the principals of the proposing firm, number of years the
firm has been in business, and five similar government entities (specify name of entity,
contact person, address and phone number), for whom your firm has provided services
within the last five years including a brief description of the project, and contract award
amount. The City may contact these references.
6. Detailed Proposal with all the required information and signatures as specified, including
a work plan, schedule and any additional information relevant to the scope of work, The
detailed proposal should follow the order set forth in this Request for Proposal.
7. Executed copy of Drug Free Workplace Form attached to this Request for Proposal.
8. Statement acknowledging receipt of each addendum issued by the City.
9. Proposal must be signed by an officer or employee having authority to legally bind;the
Proposer. •
RFP NO: 09-0522 POLICE EMERGENCY EQUIPMENT 9
` I
3-4 TECHNICAL PROPOSAL
The purpose of the technical proposal is to demonstrate the qualifications, competence, and
capacity and methodology of the firms seeking to provide the services in conformity with the
requirements of this Request for Proposal. As such the substance of proposals will carry more
weight than their form or manner of presentation. The technical proposal should demonstrate
the combined qualifications of the firm and of the particular staff to be assigned to this
engagement. It should also specify an approach that will meet the Request for Proposal
requirements.
The technical proposal should address all of the points outlined in the Request for Proposal.
The proposal should be prepared simply and economically, providing a straightforward,
concise description of the Proposer's capabilities to satisfy the requirements of the Request for
Proposal. While additional data may be presented, the following subjects must be included -
Licenses, Firm Qualifications and Experience, Staff Qualifications and Experience, Similar
Projects with Other Government Entities, Specific Approach, and Proof of Insurance.
RFP NO: 09-0522 POLICE EMERGENCY EQUIPMENT 10
PART IV
EVALUATION OF PROPOSALS
4-1 SELECTION COMMITTEE
A Selection Committee, consisting of City personnel, will convene, review and discuss all
proposals submitted. The Purchasing Officer will chair the committee.
The Selection Committee will use a point formula during the review process to score proposals
and assign points in the evaluation process in accordance with the evaluation criteria. The
Proposer shall satisfy and explicitly respond to all the requirements of the RFP NO:09-0522
including a detailed explanation of how the services shall be performed.
- 4-2 EVALUATION CRITERIA
Award shall be made to the responsible offeror whose proposal is determined to be the most
advantageous to the City, taking into consideration the evaluation factors set forth below.
A. The respondent's demonstrated understanding of the City's requirements.
B. The professional qualifications and related experience of the persons assigned to
this contract.
C. The prior experience and references of the respondent.
D. The size and organizational structure of the respondent.
E. Proposed cost.
4-3 ORAL PRESENTATIONS
Proposers may be required to make individual presentations to the City Selection Committee in
order to clarify their proposals. Only those firms with the highest rated scores in accordance
with the stated criteria and their weights will be invited to give oral presentations. However, the
City has the right to accept the best proposal as submitted, without discussion or negotiation.
If the City determines that such presentations are needed, a time and place will be scheduled
for oral presentations. Each Proposer shall be prepared to discuss and substantiate any of the
areas of the proposal submitted, and its qualifications to perform the specified services.
During the oral presentations, the Proposers should relate their discussion to the evaluation
criteria, which will include (but not be limited to) their approach to the project. The proposed
Project Manager must be in attendance.
The Evaluation Criteria may be changed for the oral presentations evaluation phase.
References and site visits (if completed) shall be included in the final evaluation criteria, along
with other criteria and weights as determined by the Selection Committee. Finalists will be
informed as to the revised criteria, if any, prior to their oral presentation.
Additionally, prior to award of an Agreement pursuant to this RFP, the City may require
Proposers to submit such additional information bearing upon the Proposer's ability to perform
the services in the Agreement as the City deems appropriate.
RFP NO: 09-0522 POLICE EMERGENCY EQUIPMENT 11
4-4 FINAL SELECTION
The City of Opa-locka will select the firm that meets the best interests of the City. The City
shall be the sole judge of its own best interests, the proposals, and the resulting negotiated
agreement. The City's decisions will be final. Following the notification of the selected firm, it
is expected that an Agreement will be executed between both parties.
City staff will recommend award to the responsible Proposer whose Proposal is determined to
provide overall best value to the City, considering the evaluation factors in this RFP.
4-5 AWARD AND CONTRACT EXECUTION
After review by the Selection Committee of the proposals and oral presentations a
recommendation will be made to the City Manager for submission to the City Commission for -
final approval. Upon Commission authorization, contract negotiations will be initiated with the
first ranked firm. If those negotiations are unsuccessful, the City will formally terminate
negotiations with the first ranked firm and will commence contract negotiations with the next
ranked firm, etc. Upon successful contract negotiations with the prevailing firm, the remaining
firms will be notified that the process has been completed and that they were not selected.
It is expected that a contract will be negotiated within sixty (60) days of Commission approval.;;
rro.
RFP NO: 09-0522 POLICE EMERGENCY EQUIPMENT 12
{
i.4;, RFP NO: 09-0522
1 POLICE EMERGENCY EQUIPMENT
PROPOSER QUALIFICATIONS
The Proposer, as a result of this proposal, MUST hold a County and/or Municipal Contractor's Occupational
License in the area of their fixed business location. The following information MUST be completed and submitted
with the proposal to be considered:
1. Legal Name and Address:
Name:4 j C)C, 1 I� (.._
�-
-- Address: 50 ( — H I 1 J . \--1 I l lS boc OL) A tip
City,State, Zip: I(;n->') (7 V- Phone/Fax: G ° b -t~, �1( �I
3 6 3'-i 3+ 3 - :; ;— fl —.)
2. Check One: Corporation) Partnership ( ) Individual ( )
3. If Corporation, state:
Date of Incorporation: 1)-0)0' 00 3 State in which Incorporated: D cc tk; a r L.
4. If an out-of-state Corporation, currently authorized to do business in Florida, give date of such
authorization: �. 0 g 0 0`3
5. Name and Title of Principal Off cers Date Elected:
Er oc. , 1� , -- i4eS1Ce;, 1 I — OQ - a003
1
Ljcc, oc-i - C O I -oc -; oo
6. The length of time in business: p{ L years
7. The length of time(continuous)in business as a service organization in Florida:
o3 years
8. Provide a list of at least five commercial or government references that the bidder has supplied
service/commodities meeting the requirements of the City of Opa-locka specification, during the last
twenty-four months.
9. A copy of County and/or Municipal Occupational License(s)
Note: Information requested herein and submitted by the proposers will be analyzed by the City of Opa-lokca and
will be a factor considered in awarding any resulting contract. The purpose is to insure that the Contractors, in the
sole opinion of the City of Opa-locka, can sufficiently and efficiently perform all the required services in a timely
and satisfactory manner as will be required by the subject contract. If there are any terms and/or conditions that
are in conflict, the most stringent requirement shall apply.
RFP NO: 09-0522 POLICE EMERGENCY EQUIPMENT 13
CITY OF OPA-LOCKA
;01.k.;r CERTIFICATION REGARDING DEBARMENT, SUSPENSION
PROPOSED DEBARMENT AND OTHER MATTERS OF
RESPONSIBILITY
1. The Proposer certifies, to the best of its knowledge and belief, that the Proposer and/or any
of its Principals:
A. Are not presently debarred, suspended, proposed for debarment, or declared
ineligible for the award of contracts by any Federal agency.
B. Have not, within a three-year period preceding this offer, been convicted of or had a
civil judgment rendered against them for: commission of fraud or a criminal offense in
connection with obtaining, attempting to obtain, or performing a public (Federal, state, or
local) contract or subcontract; violation of Federal or state antitrust statutes relating to
the submission of offers; or commission of embezzlement, theft, forgery, bribery,
falsification or destruction of records, making false statements, tax evasion, or receiving
stolen property; and
C. Are not presently indicted for, or otherwise criminally or civilly charged by a
governmental entity with, commission of any of the offenses enumerated in paragraph
1-B of this provision.
2. The Proposer has not, within a three-year period preceding this offer, had one or more
contracts terminated for default by any City, State or Federal agency.
A. "Principals," for the purposes of this certification, means officers; directors; owners;
partners; and, persons having primary management or supervisory responsibilities -
within a business entity (e.g., general manager; plant manager; head of a subsidiary,
division, or business segment, and similar positions).
This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United
States and the Making of a False, Fictitious, or Fraudulent Certification May Render the
Maker Subject to Prosecution Under Section 1001, Title 18, United States Code.
B. The Proposer shall provide immediate written notice to the Contracting Officer if, at
any time prior to contract award, the Proposer learns that its certification was erroneous
when submitted or has become erroneous by reason of changed circumstances.
C. A certification that any of the items in paragraph (a) of this provision exists will not
necessarily result in withholding of an award under this solicitation. However, the
certification will be considered in connection with a determination of the Proposer's
responsibility. Failure of the Proposer to furnish a certification or provide such additional
information as requested by the Contracting Officer may render the Proposer non-
responsive.
RFP NO: 09-0522 POLICE EMERGENCY EQUIPMENT 14
D. Nothing contained in the foregoing shall be construed to require establishment of a
system of records in order to render, in good faith, the certification required by
paragraph (a) of this provision. The knowledge and information of an Proposer is not
required to exceed that which is normally possessed by a prudent person in the ordinary
course of business dealings.
E. The certification in paragraph (a) of this provision is a material representation of fact
upon which reliance was placed when making award. If it is later determined that the
Proposer knowingly rendered an erroneous certification, in addition to other remedies
available to the Government, the Contracting Officer may terminate the contract
resulting from this solicitation for default.
AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM
COMPLIES FULLY WITH Tv-IE ABOVE REQUIREMENTS. •-v
Signature ./ i 4.L, '`
F
Printed Name rk\--)cict, r 1 1
RFP NO: 09-0522 POLICE EMERGENCY EQUIPMENT 15
{
S
/°` �"` re CITY OF OPA-LOCKA
r
C)
4Vi�v /.
tip .. .' I
DRUG-FREE WORKPLACE CERTIFICATION FORM
Whenever two (2) or more bids/proposals, which are equal with respect to price, quality, and
service, are received by the CITY OF OPA-LOCKA for the procurement of commodities or
contractual services, a bid/proposal received from a business that certifies that it has
implemented a drug-free workplace program shall be given preference in the award process.
In order to have a drug-free workplace program, a business shall:
1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, .__
possession or use of controlled substances is prohibited in the workplace and specifying the actions that
will be taken against employees for violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining
a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs,
and the penalties that may be imposed upon employees for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual services that are under bid a
copy of the statement specified in number(1).
4. In the statement specified in number (1), notify the employees that as a condition for working on the
commodities or contractual services that are under bid, the employee will abide by the terms,of th'e
statement and will notify the employer of any conviction on or plea of guilty or no contest to any violation
of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any singular
state,for a violation occurring in the workplace no later than five (5)days after such conviction.
5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation
program if such is available in the employee's community by any employee who is so convicted.
6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of Section
287.087, Florida Statutes,
This Certification is submitted by ii O[ k Q_ j n u-
) the
C) ric C On c i „ c l of L0 t,.� I� C7 v C Q. 1�1 e 4\T ,�
(Title/Po ition) � ( ompany) ■
who does hereby certify that said Company has implemented a drug-free workplace program,
which meets the requirements of Section 287.087, Florid. Statutes, which are identifed``fri
numbers (1) through (6) above. r.;;
'I
5 -ici - 09 - cv%C
Date Sig atur
RFP NO: 09-0522 POLICE EMERGENCY EQUIPMENT 16