HomeMy Public PortalAboutORD14442 BILL NO. 2008-94
• SPONSORED BY COUNCILMAN Councilman Koon
ORDINANCE NO. I `- 444 2-
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE
MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH TURN KEY MOBILE,
INC., FOR THE PURCHASE AND INSTALLATION OF MOBILE DATA TERMINALS,VPN
FIREWALL APPLIANCES AND RELATED PRODUCTS.
NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF
JEFFERSON, MISSOURI, AS FOLLOWS:
Section 1. Turn Key Mobile, Inc., is hereby approved as the lowest and best bid
received to provide and install products and its bid is hereby accepted.
Section 2. The Mayor and City Clerk are hereby authorized to execute an
agreement with Turn Key Mobile, Inc. for Mobile Data Terminals, VPN Firewall appliances
and related products and services.
Section 3. The agreement shall be substantially the same in form and content as
. that agreement attached hereto as Exhibit A.
Section 4. This Ordinance shall be in full force and effect from and after the date
of its passage and dapproval.
Passed: 4-ez- , l alzaD e Approves-Dec- g, X008
re 'ding Officer Mayor
ATTEST: APPROVED AS TO FORM:
City Cler City Counselor
FINANCE DEPARTMENT
PURCHASING DIVISION
SUBJECT: Bid 2408 - Mobile Data Terminal Deployment, Police Department
Opened on October 2,
BIDS RECEIVED: Base Alternate
Turn Key Mobile Data, Jefferson City, MO $808,899.83 $759,755.83
Motorola, Schaumberg, IL * $717,261.90 $703,769.70
Sprint Solutions, Reston,VA ** $103,934.10
Cellco Partmership, Verizon Wireless, Laurel MD** Incomplete
*Incomplete bid, no air service.
** Incomplete bid, air cards and service only.
FISCAL NOTE:
The City of Jefferson has been appointed the administrator of the COPS 2008 Technology
Program Grant for the Central Missouri Regional Justice Information System (CMRJIS). A
supplemental appropriation in the amount of$1,262,655 has been requested to recognize the
award of federal funds through the COPS 2008 Technology Program Grant.
The bid award amount was adjusted to $799,764.83 based on using agency requirements'of either
the base console or alternate console as specified in the Request for Bids.
PAST PERFORMANCE:
This vendor has completed projects as specified and bid in the past.
RECOMMENDATION:
Staff recommends award of the bid in the amount of$799,764.83 to the lowest and best
bid meeting the specifications as submitted by Turn Key Mobile Data of Jefferson City,
Missouri.
ATTACHMENTS - SUPPORTING DOCUMENTATION
Signature
Purchasir& A nt Po ce Chie
•
14442
CITY OF JEFFERSON
MOBILE DATA TERMINAL DEPLOYMENT
THIS AGREEMENT made and entered this p day of December,2008,by and between the City of Jefferson,Missouri,
a municipal corporation,hereinafter referred to as"City,"and Turn-Key Mobile,Inc.,hereinafter referred to as"Contractor."
WHEREAS,the City is desirous of obtaining and installing,ruggedized laptops(with service and support),vehicle mounts,
external GPS receivers,wireless network cards(air cards,cell cards),and all necessary supplies for wiring into 113 vehicles
located within the central Missouri areas as a part of the Central Missouri Regional Justice Information System(CMRJIS)
and the purchase and installation of seven(7)VPN/firewall appliances at various locations.
WHEREAS,Contractor is willing to enter into this Agreement with respect to the services upon the terms and conditions
herein set forth.
NOW,THEREFORE,be it agreed as follows:
1. Scope of Services.
The work of this Agreement consists of the purchase and installation of ruggedized laptops (with service and
support),vehicle mounts, external GPS receivers,wireless network cards(air cards,cell cards),and all necessary
supplies for wiring into 113 vehicles located within the central Missouri areas as a part of the Central Missouri
Regional Justice Information System (CMRJIS) and the purchase and installation of seven (7) VPN/firewall
appliances at various locations.
2. Manner and Time for Completion.
Contractor agrees with the City to furnish all supervision,labor,tools,equipment,materials and supplies necessary
to perform,and to perform,said work at Contractor's own expense in accordance with the contract documents and
any applicable City ordinances and state and federal laws,within ninety(90)working days from the date Contractor
is ordered to proceed,which order shall be issued by the Chief of Police of the City of Jefferson within ten(10)days
after the date of this contract.
3. Prevailing Wages.
To the extent that the work performed by Contractor is subject to prevailing wage law,Contractor shall pay a wage
of no less than the"prevailing hourly rate of wages"for work of a similar character in this locality,as established
by Department of Labor and Industrial Relations of the State of Missouri, and as established by the Federal
Employment Standards of the Department of Labor. Contractor acknowledges that Contractor knows the prevailing
hourly rate of wages for this project because Contractor has obtained the prevailing hourly rate of wages from the
contents of Annual Wage Order No.15,Section 026,Cole County rates as set forth. The Contractor further agrees
that Contractor will keep an accurate record showing the names and occupations of all workmen employed in
connection with the work to be performed under the terms of this contract. The record shall show the actual wages
paid to the workmen in connection with the work to be performed under the terms of this contract. A copy of the
record shall be delivered to the Fiscal Affairs Supervisor of the Jefferson City Finance Department each week. In
accordance with Section 290.250,RSMo,Contractor shall forfeit to the City Ten Dollars($10.00)for each workman
employed,for each calendar day or portion thereof that the workman is paid less than the stipulated rates for any
work done under this contract,by the Contractor or any subcontractor under the Contractor.
4. Insurance.
Contractor shall procure and maintain at its own expense during the life of this contract:
0 A. Workmen's Compensation Insurance for all of its employees to be engaged in work under this
contract.
B. Contractor's Public Liability Insurance in an amount not less than$2,000,000 for all claims arising
out of a single occurrence and $300,000 for any one person in a single accident or occurrence,
except for those claims governed by the provisions of the Missouri Workmen's Compensation Law,
UACmtrecl Filw\miw k's\Turnkey Mobilawpd
Chapter 287, RSMo, and Contractor's Property Damage Insurance in an amount not less than
$2,000,000 for all claims arising out of a single accident or occurrence and$300,000 for any one
person in a single accident or occurrence.
. C. Automobile Liability Insurance in an amount not less than$2,000,000 for all claims arising out of
a single accident or occurrence and$300,000 for any one person in a single accident or occurrence.
D. Owner's Protective Liability Insurance. The Contractor shall also obtain at its own expense and
deliver to the City an Owner's Protective Liability Insurance Policy naming the City and the City
as the insured,in an amount not less than$2,000,000 for all claims arising out of a single accident
or occurrence and$300,000 for any one person in a single accident or occurrence,except for those
claims governed by the provisions of the Missouri Workmen's Compensation Law,Chapter 287,
RSMo. No policy will be accepted which excludes liability for damage to underground structures
or by reason of blasting,explosion or collapse.
E. Subcontracts. In case any or all of this work is sublet, the Contractor shall require the
Subcontractor to procure and maintain all insurance required in Subparagraphs (a), (b), and(c)
hereof and in like amounts.
F. Scone of Insurance and Special Hazard. The insurance required under Sub-paragraphs(b)and(c)
hereof shall provide adequate protection for Contractor and its subcontractors,respectively,against
damage claims which may arise from operations under this contract,whether such operations be
by the insured or by anyone directly or indirectly employed by it, and also against any special
hazards which may be encountered in the performance of this contract.
NOTE: Paragraph(f)is construed to require the procurement of Contractor's protective insurance(or contingent
public liability and contingent property damage policies)by a general contractor whose subcontractor has employees
working on the project,unless the general public liability and property damage policy(or rider attached thereto)of
the general contractor provides adequate protection against claims arising from operations by anyone directly or
indirectly employed by Contractor.
05. Contractor's Responsibility for Subcontractors.
It is further agreed that Contractor shall be as fully responsible to the City for the acts and omissions of its
subcontractors, and of persons either directly or indirectly employed by them, as Contractor is for the acts and
omissions of persons it directly employs. Contractor shall cause appropriate provisions to be inserted in all
subcontracts relating to this work,to bind all subcontractors to Contractor by all the terms herein set forth,insofar
as applicable to the work of subcontractors and to give Contractor the same power regarding termination of any
subcontract as the City may exercise over Contractor under any provisions of this contract. Nothing contained in
this contract shall create any contractual relations between any subcontractor and the City or between any
subcontractors.
6. Liquidated Damaaes.
The City may deduct One Hundred Dollars($100.00)from any amount otherwise due under this contract for every
day Contractor fails or refuses to prosecute the work,or any separable part thereof,with such diligence as will insure
the completion by the time above specified,or any extension thereof,or fails to complete the work by such time,as
long as the City does not terminate the right of Contractor to proceed. It is further provided that Contractor shall
not be charged with liquidated damages because of delays in the completion of the work due to unforeseeable causes
beyond Contractor's control and without fault or negligence on Contractor's part or the part of its agents.
7. Termination.
The City reserves the right to terminate this contract by giving at least five(5)days prior written notice to Contractor,
• without prejudice to any other rights or remedies of the City should Contractor be adjudged a bankrupt, or if
Contractor should make a general assignment for the benefit of its creditors,or if a receiver should be appointed for
Contractor or for any of its property,or if Contractor should persistently or repeatedly refuse or fail to supply enough
properly skilled workmen or proper material,or if Contractor should refuse or fail to make prompt payment to any
U:\C..UW Film\mi.VAT—kq Mobi]—W
person supplying labor or materials for the work under the contract,or persistently disregard instructions of the City
or fail to observe or perform any provisions of the contract.
8. City's Right to Proceed.
In the event this contract is terminated pursuant to Paragraph 7,then the City may take over the work and prosecute
the same to completion,by contract or otherwise,and Contractor and its sureties shall be liable to the City for any
costs over the amount of this contract thereby occasioned by the City. In any such case,the City may take possession
of,and utilize in completing the work such materials,appliances and structures as may be on the work site and are
necessary for completion of the work. The foregoing provisions are in addition to,and not in limitation of,the rights
of the City under any other provisions of the contract,city ordinances,and state and federal laws.
9. Indemnity.
To the fullest extent permitted by law,the Contractor will indemnify and hold harmless the City, its elected
and appointed officials, employees, and agents from and against any and all claims, damages, losses, and
expenses including attorneys'fees arising out of or resulting from the performance of the work,provided that
any such claim,damage,loss or expense(1)is attributable to bodily injury, sickness,disease, or death,or to
injury to or destruction of tangible property(other than the Work itself) including the loss of use resulting
therefrom and (2) is caused in whole or in part by any negligent act or omission of contractor, any
subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them
may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such
obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of
indemnity which would otherwise exist as to any party or person described in this Paragraph.
10. Payment for Labor and Materials.
Contractor agrees and binds itself to pay for all labor done,and for all the materials used in the construction of the
work to be completed pursuant to this contract. Contractor shall furnish to the City a bond to insure the payment
of all materials and labor used in the performance of this contract.
011. Supplies.
The Contractor is hereby authorized and directed to utilize the City's sales tax exemption in the purchase of goods
and materials for the project as set out in Section 144.062 RSMo 1994 as amended. Contractor shall keep and
maintain records and invoices of all such purchases which shall be submitted to the City.
12 Payment.
The City hereby agrees to pay Contractor the work done pursuant to this contract according to the payment schedule
set forth in the Contract Documents upon acceptance of said work by the Police Chief of the City of Jefferson,and
in accordance with the rates and/or amounts stated in the bid of Contractor dated October 1, 2008,which are by
reference made a part hereof. No partial payment to Contractor shall operate as approval or acceptance of work done
or materials furnished hereunder. The total amount of this contract shall not exceed Seven Hundred Ninety-Nine
Thousand Seven Hundred Sixty-Four Dollars and Eighty-Three Cents($799,764.83).
13. Contract Documents.
The contract documents shall consist of the following:
a. This Contract f.. General Provisions
b. Addenda g. Special Provisions
c. Information for Bidders h. Technical Specifications
• d. Notice to Bidders i. Drawing and/or Sketches
e. Signed Copy of Bid
UACont=FilmVniw Wff mkey Mobilcwpd - 3 -
` This contract and the other documents enumerated in this paragraph,form the Contract between the parties. These
documents are as fully a part of the contract as if attached hereto or repeated herein.
14. Nondiscrimination.
Contractor agrees in the performance of this contract not to discriminate on the ground or because of race,creed,
color, national origin or ancestry, sex, religion, handicap, age, or political opinion or affiliation, against any
employee of Contractor or applicant for employment and shall include a similar provision in all subcontracts let or
awarded hereunder.
15. Notices.
All notices required to be in writing may be given by first class mail addressed to City of Jefferson, 320 East
McCarty,Jefferson City,Missouri,65 10 1,and Contractor at Turn-Key Mobile,Inc.,501 Lakeview Heights, Suite
101,Jefferson City,Missouri,65 10 1. The date of delivery of any notice shall be the second full day after the day
of its mailing.
16. Jurisdiction.
This agreement and every question arising hereunder shall be interpreted according to the laws and statutes of the
State of Missouri.
IN WITNESS WHEREOF,the parties hereto have set their hands and seals on the day and year first above written.
CITY OF JEFF N, MISSOURI TURN-KEY MOBILE, INC
Mayor Pre dent
ATTEST: AT EST:
y Clerk
AP FORM:
Cit ounselor
U:\C-t=Film\mix VAT—kq MoWeM)d - 4 -
MEMORANDUM
TO: Terry Stephenson
City of Jefferson
• SUBJECT: Executive Board Recommendations
DATE: October 15, 2008
After reviewing the comments and written scores submitted by the five member CMRJIS
Executive Board, these are our recommendations concerning City of Jefferson Bid
Number 1608.
In Section One, It One: Award (113) "Panasonic"laptops of which (10) will have an
integrated DVD drive to Turn-Key Mobile, Inc. for a total amount of$413,580.00
In Section One, Item two (a) Option One: Award (113)Upgraded next day Express
Loaner Service for the Laptop computers for a three year period to Turn-Key Mobile Inc.
for a total amount of$6,667.00.
In Section One, Item Three: Award (92) "Jotto Desk"consoles to Turn-Key Mobile, Inc.
for a total amount of$60, 168.00.
In Section One, Item Four: Award (21) "Havis-Shields" consoles to Turn-Key Mobile
Inc. for a total amount of$4,599.00.
In Section One, Item Five: Award (113) "Panasonic"computer port replicators to Turn-
Key Mobile, Inc. for a total amount of$63,280.00.
In Section One, Item five (a) Option Two: Award (113) Upgraded next day Express Hot
Swap Service for the port replicators to Turn-Key Mobile Inc. for a total amount of
$1,921.00.
In Section One, Item Six: Award (113) "Lind Electronics" shut down or delay timers to
Turn-Key Mobile, Inc. for no charge.
In Section One, Item Seven: Award (113) "Antenna Plus"GPS (Wi-Fi)cellular antennas
to Turn-Key Mobile, Inc. for a total amount of$38,646.00.
In Section One, Item Eight: Award lump sum cost for labor to Turn-Key Mobile, Inc. for
a total amount of$56,500.00
In Section Two Item Eight: Award(7) "Cisco"VPN/Firewall appliances to Turn-Key
Mobile, Inc. for a total amount of$14,337.68.
In Section Two, Item 9 and 9(a): Award(7)"Cisco'VPN/Firewall warranty and support
to Turn-Key Mobile, Inc. for a total amount of$7,178.15
i
1
In Section Three, Item Ten and Eleven: Award (113) "Option Wireless" GT ULTRA Air
(Data) cards and (113) unlimited AT&T Data Service for two years to Turn-Key Mobile,
• Inc. for a total amount of$132,888.00
David Severson,
Chief of Police, Osage Beach Police Department
Chairman of CMRJIS Executive Board
•
2
• • •
City of Jefferson, Missouri
Tabulation of Bids
Bid Number 2408
Subject: Mobile Data Terminal Deployment
Department: Police Motorola Turn Key Mobile Data Sprint Solutions Cellco Partnership
Date: October 2, 2008 Schaumberg IL Jefferson City MO Reston,VA Verizon Wireless
Laurel MD
ITEM QTY Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price ITotal Price
1 Laptops,ruggedized as specified 113 ea $4,120.80 $465,650.40 $3,660.00 $413,580.00 no bid no bid
1a Optical Drive 10 ea $300.02 $3,000.20
2 Laptop Warranty and Support-3 yr 113 ea "included $0.00 $0.00 $0.00 no bid no bid
2a Option I-Service-three year 113 ea $108.00 $12,204.00 $59.00 $6,667.00 no bid no bid
3 console Base Bid as specified 113 ea $242.25 $27,374.25 $654.00 $73,902.00 no bid no bid
or
4 Console-alternate as spec. 113 ea $122.85 $13,882.05 $219.00 $24,747.00 no bid no bid
5 Laptop computer port replicator
as specified 113 ea $845.751 $95,569.75 $560.00 $63,280.00 no bid no bid
5a Option II-Service three year
period 113 ea incl. in laptop service cost $17.00 $1,921.00 no bid no bid
6 Shut down or delay timer as spec. 113 ea $93.75 $10,593.75 $0.00 $0.00 no bid no bid
7 GPS/WiFI/cellular antenna as spec. 113 ea $197.60 $22,328.80 $342.00 $38,646.00 no bid no bid
8 Lump sum cost for complete de-
installation of all existing parts and
installatioin of existing and new
hardware as bid line items 1-7 $24,178.75 $56,500.00 no bid no bid
SUB TOTAL VEHICLE EQUIPMENT
ITEMS 1,2,3,5,6,&7(exclude
console alternate) $636,721.15 $654,496.00 no bid no bid
OR
SUB TOTAL VEHICLE EQUIPMENT
ITEMS 1,2,4,5,6&7(exclude $623,228.95 $605,341.00 no bid no bid
console base)
i
1
Bid Number 2408
Subject: Mobile Data Terminal Deployment
Department: Police Motorola Turn Key Mobile Data Sprint Solutions Cellco Partnership
Date: October 2,2008 Schaumberg IL Jefferson City MO Reston,VA Verizon Wireless
Laurel MD
ITEM QTY Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price
SECTION II
8 VPN/Firewall appliances as spec. 7 ea no bid $2,048.24 $14,337.68 no bid no bid
Wiring: List installation locations
requiring wiring modifications. 7 ea
9 VPN/Firewall appliances as spec. 7 ea no response 1025.45 $7,178.15 no bid no bid
Warranty and support-three years
9a Option III services-three years 7 ea no response 0 $0.00 no bid no bid
Sub Total (8,9&9a) $21,515.83 no bid no bid
SECTION III
10 Air card(data card) as specified 113 ea $494.00 $55,822.00 0 $0.00 $0.00 0
*int. Modem
11 Air card,2 years air service,
unlimited data 113 ea no bid 0 1176 $132,888.00 919.77 $103,934.01 0
Unit cost 588.00/ r 459.89/yr 515.88/mo
SUB TOTAL AIR CARD(Data Card)
Items 10 and 11 $55,822.00 $132,888.00 $103,934.01
Total Bid Amound(all items but#4 $717,261.90 $808,899.83
console alternate)
OR
Total Bid Amound(all items but 3
Console base) $703,769.70 $759,744.83
2
J
Bid Number 2408
Subject: Mobile Data Terminal Deployment
Department: Police Motorola Turn Key Mobile Data Sprint Solutions Cellco Partnership
Date: October 2,2008 Schaumberg IL Jefferson City MO Reston,VA Verizon Wireless
Laurel MD
ITEM QTY Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price
Discount for prompt payment none 0 0 0
Prices firm for 84 days 120 days term of cont 90 days
Items manufactured in US yes no no n/a
Represent a disadvantaged bs. none no no no
Equipment delivery completed 45 days 30-45 days 3-5 days 3-5 days
Installation completed within 56 days 15 bus days immed. n/a
per site
Total time to complete project as
specified 101 days 90 bus. days 3-5 days 3-5 days
*2 year
Note: Huber&Associates, Inc.
Declined bid
3