Loading...
5"(,fi South'Miami CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM THE CITY OF PLEASANT LIVING To: FROM: DATE: SUBJECT: BACKGROUND: Amount: Account: ATTACHMENTS: The Honorable Mayor & Members of the City Commission December 20, 2016 Agenda Item No.: 5" Steven Alexander, City Manager A Resolution authorizing the City Manager to purchase and have installed emergency equipment and accessories for its seven (7) Ford Utility Interceptor Police Pursuit vehicles and one (1) Ford Sedan Interceptor Police Pursuit vehicle with Dana Safety Supply. The emergency equipment will be purchased and installed via Dana Safety Supply via a piggyback procurement from the City of Miami contract #516388(21), as approved in the 2016-2017 Budget for a total amount not to exceed $67,000 The Police Department has for the last several years purchased and had installed its emergency equipment and accessories provided· for and equipped by Dana Safety Supply (DSS). The Police Department wishes to utilize a piggy back agreement with DSS utilizing the City of Miami's current contract #516388(21). This contract extends the best prices on the market and allows the Police Department to utilize emergency equipment and accessories which best meet its needs and functions. The equipment selection from the current City of Miami contract will allow the Police Department to select different parts, equipment and accessories from numerous vendors. This purchase also allows for the Department to deal with its equipment needs and warranty of said equipment directly with DSS instead of the dealer. This purchase will be for all eight (8) police vehicles currently being purchased by the Police Department utilizing the FY 2016-2017 budget. Not to exceed $67,000 $66,269 for emergency equipment and installation from account number 301-1910-521-6440, Capital Improvement (Vehicles and Equipment), current balance $332,000. Resolution Piggyback agreement with DSS City of Miami Contract #516388(21) (3)DSS Quotes for police vehicles and equipment DSS Sun Biz Report 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 RESOLUTION NO. _______ _ A Resolution authorizing the City Manager to purchase and install emergency equipment for new police vehicles from Dana Safety Supply. WHEREAS, the Mayor and City Commission wish to purchase and have installed emergency police equipment and accessories for its eight (8) new police vehicles which expenditure was provided for in the FY 20 17 Budget; and WHEREAS, the police department normally buys components and equipment which best fits and adapts to its needs; and WHEREAS, Dana Safety Supply (DSS) has been utilized over the last several years to purchase and install equipment when the City utilizes the Florida Sheriffs Association's competitive solicitations and the City has been extremely satisfied with DSS' work; and WHEREAS, Dana Safety Supply (DSS) will be utilized for the purchase of emergency equipment and installation for aforementioned vehicles via a piggyback agreement utilizing the City of Miami contract # 516388(21); and, WHEREAS, the cost for the equipment and its installation for the eight police vehicles will be $66,268.93 which will be charged to account # 301-1910-521-6440, Capital Improvement (Vehicles and Equipment), current balance $332,000.00. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA: Section I: The City Manager is authorized to purchase and install emergency equipment from Dana Safety Supply through a piggyback agreement using the City of Miami contract # 516388(21) in an amount not to exceed $67,000 which amount has been approved in the 2016-2017 budget. Section 2. Severability: If any section, clause, sentence, or phrase of this resolution is for any reason held invalid or unconstitutional by a court of competent jurisdiction, this holding shall not affect the validity of the remaining portions of this resolution. Section 3: This resolution shall take effect immediately upon approval. PASSED AND APPROVED this __ day of ______ , 2016. ATTEST: APPROVED: CITY CLERK READ AND APPROVED AS TO FORM, LANGUAGE, LEGALITY AND EXECUTION THEREOF CITY ATTORNEY MAYOR COMMISSION VOTE: Mayor Stoddard: Vice Mayor Welsh: Commissioner Liebman: Commissioner Edmond: Commissioner Harris: CONTRACT FOR: PURCHASE AND/bR INSTALLATION OF MUNICIPAL VEHICLE EQUIPMENT I CITYWIDE THIS AGREE~ENT made and entered into this _ day of , 20_ by and between the City oflSouth Miami, a Florida municipal Corporation by and through its City Manager (hereinafter referred to as "City') and Dana Supply, Inc., . (hereinafter referred to as "Contractor"). I . I WITNESSETH: WHEREAS, the "The City of Miami" solicited bids, pursuant to IFB #516388(21) for Purchase and/or In'stallation of Municipal Vehicle Equipment Citywide; and process~~;~e~~~o*~:: g,:=t:~a=r after completing a competitive bidding . WHEREAS, the City of South Miami desires to utilize "The City of Miami." Contract and pursuant I Fe #516388 and Contract #.FB #516388(21) to the authority ofthe City of South Miami's fharter. NOW, THEREFORE, the City and the Contractor, each through their authorized representative/official, Jgree as follows: 1. The Ci1 desires to enter into a Contract, under the same terms and :~d~~~~~a~:o~.~~:~~aJt ~ds~l~~:;:~~ #~~dBt~~;~~~(;;). between "The City of Miami" 2. The CiJ has reviewed the contract and agrees to the telms and conditions to be applicable to a purc~ase order to be issued by the City and further agrees to the fair and reasonableness of the pHcing. Contractor hereby agrees to provide such goods andlor services, pursuant to th! City's purchase order made during the term of this agreement, under the same price(s), tennJ and conditions as found in the solicitation documents and the response to the solicitat~on, pertinent copies of which are attached hereto as Attachment A and made a part hereofpy reference, and the agreement andlor the award between "The City of Miami" and Contractor, pursuant #.FB #516388 and Contract #IFe #516388(21), a copy of which, including an~ amendments and addendums thereto, is attached hereto and made a part hereofby reference. 3. AU refeJences in the contract betweeh "The City of Miami" and Contractor, shall be assumed to pe1ain to, and are binding upon Contractor and the City of South Miami. All decisions that are to be made on behalf of "The City of Miami" as set forth in The City of Miami #IFe #516388 and Contract #.FB #516388(21), and its agreement with Contractor, shall be m~de by the City Manager for the City of South Miami. The term of the contract, including all extensions authorized by the contract shall not exceed five years. Notwithstanding anythlng contained in the #IFB #516388 and Contract #.FB #516388(21), or the "The City of Miami" contract to the contrary, this agreement shall be governed by the laws ofthe State ofJFlorida and venue for all dispute resolutions or litigation shall be in Miami-Dade County, Elorida. ! Thomas F. Pepe -01-1 1-16 Page 1 of5 1 4. Scope OflGOOdS and Services. The scope of goods and services are set forth in the attached Attach~ent A. 5. contraci Price. The contract price for the good and services is set forth in the attached Attachme~t B. If not othelwise set f01th in the "The City of Miami" Agreement/Contract, the Contractor shall be paid upon delivery of all the goods, the completion of all the setlvices and after fmal inspection by the City that approves of the goods delivered and thetwork perfOlmed. 6. Grant F nding: This project is being fimded N/A and Contractor agrees to comply with all the req~irements. of that Grant, applicable to t~e. d~livery of the gOO?S and servICes that are the subject of thIS Agreement, and that are w1thm Its power to provIde and to provide all the documentation within its control that is required for the City to be able to recover the contract prige pursuant to the telms of the grant. A copy of the grant is attached hereto and made a part jereOfbY reference. 7) Public ~ecords: CONTRACTOR and all of its subcontractors are required to comply with the public records law (s.119 .0701) while providing goods and/or services on behalf of the CITY and the C(DNTRACTOR, under such conditions, shall incorporate this paragraph in all of its subcontracts f~r this Project and shall: (a) Keep and maintain public records required by the public agency to pefform the service; (b) Upon request from the public agency's custodian of public· records, providcl the public agency with a copy of the requested records or allow the records to be inspected lor copied within a reasonable time at a cost that does not exceed the cost provided in this chapte4 or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized b~law for the duration of the Contract term and following completion of the Contract if CONTRA"1TOR does not transfer the records to the public agency; and (d) Upon completion of the COID.tract, transfer, at no cost, to the public agency all public records in possession of CONT;J' CTOR or keep and maintain public records required by the public agency to perform the service. f CONTRACTOR transfers all public records to the public agency upon completion of the Con i act, CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If CONTRACTOR keepk and maintains public records upon completion of the Contract, CONTRACTOR shall Feet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian ofl public records, in a format that is compatible with the information technology systems ofthe public agency. I - IF CONTRACTO~ HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 305-663-6340; E-rhail: mmenendez@southmiamifl.gov; 6130 Sunset Drive, South Miami, FL .$3143. i i I 8. Waiver Ju~ Trial: City and Contractor knowingly, irrevocably voluntarily and intentionally waive any right either may have to a trial by jury in State or Federal Thomas F. Pepe -Ol_11_lJ 1 Page 2of5 I 2 Court procee;dings in respect to any action, proceeding, lawsuit or counterclaim arising out of the Contract Documents or the performance of the Work thereunder. I I 9. Validity of Executed Copies: This agreement may be executed in several counterparts,! each of which may be construed as an original. I 10. Attorneys' Ifees and Costs: In the event of any litigation between the pru1ies arising out of or relating in any way to this Agreement or a breach thereof, each party shall bfar its own costs and legal fees. Nothing contained herein shall prevent or Pfjohibit the right to be indemnified for any attomey fees incurred in the defense of an action by a person or entity who is not a party to this Agreement. I 11. Severabilityi: If any term or provision of this Agreement or the application thereof to any person or circumstance shall, to any extent, be invalid or unenforceabie, the remainder of this Agreement, or the application of such telm or provision fO persons or circumstances other than those to which it is held invalid or u~nfOrCeable, shall not be affected thereby and each term and provision of his Agreement shall be valid and enforceable to the fullest extent permitted bYllaw. IN WITNESS 'r'HEREOF, and as the duly authorized act of the parties, the undersigned representatives of the pruties hereto have caused this instrument to be signed in their respective names by their proper officials on or before the day and year first above written. :;~oo I Wlk!",!AM t=J BA\S,NMJ<;r;~L MAf\lA-.Ga<-. (type name land title of signatory above) ATTEST: By: ______ -4 ' ____________ ___ Maria M. Menendez, CMC CilyClel Read and Appro~ed as to Form, Language, Legality and Execution Thereof. ' By: ______ ~I~--------------- ThOlll'aS F. Pepe City .t}ttorney l , Thomas F. Pepe -01-11-161 CITY OF SOUTH MIAMI By: ________ ~~-------- Steven Alexander City Manager I Page 3 of5 3 ATTACHMENT A PURCHASE AND/OR INSTALLATION OF MUNICIPAL VEHICLE EQUIPMENT CITYWIDE CITY OF MIAMI IFB AND CONTRACT Thomas F. Pepe -01-11-16 Page 40f5 4 itn, . !.~ AWARD (,'1Pn,?'~')MVV'~~t· 1.fi011J),?p." '-14#~~t,· ~~'f~Vv"ff 'tdlf("'~fr~ :.lJ~ \tetE: 't1f'~'f-': . AMENDMENT NQ~ 1 IFB NO: 516$88(21). . DESCRIPTION: PURCHASE AND/OR INSTALLATION OF MUNICIPAL VEHICLE EQUIPMENT CITYWIDE TERM OF CONTRACT: TWO (2) YEARS, WITH OTRFOR THREE (3) ADDITIONAL ONE~YEAR PERIODS CONTRACT PERIOD: JANUARY 25,2016 THROUGH JANUARY 24,2018 . COMMODITY CODE: 05557-00' I SECTION #1 -VENDOR AWARD Dana Supply, Inc. 1620 NW 82 nd Ave, Doral, FL 33126 Contact: Mark Sevigny Phone: (800) 854-5536 Email: msevigny@1dss.com LESC, Inc. d/b/a Law Enforcement Sup. 6601 Lyons Rd., Suite H~3 . ",(:';;;, Coconut Creek, FL 33073. . ,:i!~';:::?;;F.l, Contact: Jose Ferrando' . ~.i'!";i;il':; Phone: (954) 428-3776 X529t~~/: Fax: (954) 834-2490 .. "~".:&j!/,, Emaif: 'ferrando lawsu ,'com Signal Technology Enterprises 420 West 27th Street Hialeah, FL 33010 ... ContaCt: Albert Espinosa . Phone: (305) 986~1373 Email:·fireal@me.com CC AWARD DATE: ,::;:~; :," JANUA~~;~~:·:~~6.~6~:g:~:MoJNt(~/A ii;;';:}:, '. RESOLUTION NO: ' ,';i;' 16~0009,;~ ',', t;'. 'Sl!iRANQI;REQ9IRE1ViE~~~1'YES TOTAL CONTRACT AIYl9:,uNr:",;(,*SI;E BELOW"',ki; . ERFOF.{lVlA,t;JCE ~,bt-Jp:NIID:':\i . '~() 1 r ::... ,.;' .; .. ;".1 ' .:" ~:d if\PPLJGf\§,IJ~.'ORQ'rNANCE,p~:,~/A· • Allocating funds from the V?l'l0l!s sources. of ftJrj~s;rfoht t~~ iJiS€lrid€lpartrn'J;'lnt~~iittagen9ies subJecUd::,lhe availability of funds and budgetary approval aq~~;,~:~:'0:~::,~fd~;.· ,'. "' .. ~. ,'i; !~~:,: ':;\" . . .•...•.. ,?r:;;~r" ./A~~:;l ..... Notes: Effective FebruarYi.g3,! ?016!:the·J)roc.urem~nt Dep~,rtment approve~'the'd~n.t \d q?~'Secticin 2.22 Additions/Deletions of Supp.lii;)r$!Fa6i1itieslltenis/Servlces:js'~asfbllow: . .( .' '!I, .. s'.' Supplier: Signal TechnOIOg:~tSr~~f;'.~f~.,:.~:,~r'i~k'~>',:~) '. ),{~;jr,' '. Percent discount off rnanufactwer~;list:Rric~catalodnfQWFede;;~ISf6bar ••. www·:f§de.r~fslgnal.com . 45% Percent discount off manufacturers 'ri~t'Bf.tc,~'.cqtaJgfJ 'fdf S~t!MfM§.~.LJfactQri~~#Mii!w.Setina.com 10% Percent discount off manufactlJrers list priGi6 l,<;>gJ6'r Gamber::J.9h " .,.. . amber'ohnsan.com 10% Percent discount offmftnufactufes list price dg1Qr,ijr9Y'rrlt:'r(;f~:t,tr .,' . . .tro9products~com . 1 % Percent discount off manufacturerslist priceci:Halbg'f6rt.a~tfti)a""!3P, WWw.languna36.com ......... 1% Percent discount off manufactures list price catalog for Public$afetyUSA, wwW.publicsafetyusa.net 50% ISECTION #3 ~ REQUESTING DEPARTMENT . CITY OF MIAMI, GSA Contract Administrator: John Babos Phone: (305) 329-4874 ISECTION #4 ~ PROCURING AGENCY CITY OF MIAMI, DEPARTMENT OF PROCUREMENT Buyer: Eduardo Falcon Phone: (305) 416-1901 Prepared By: Aimee Gandarilla, 3/1/16 A CONTRACT AWARD SHEET INSTRUCTIONAL GUIDE TO ASSIST YOU WITH THE INFORMATION CONTAINED HEREIN IS AVAILABLE IN THE ISUPPLIER INFORMAtiON SE:CTlON OF OUR WEBPAGE At: WWW.MIAMIGOV.COM!PROCUREMENT 5 lnitial:"i{J AWARD OF IFB 516388 PURCHASE AND/OR INSTALLATION OF MUNICIPAL VEHICLE EQUIPMENT Item # Description #1 Percent Discount Off ManUfacturers List Price Catalog for Mavron Inc, www.mavron.com #!2 Percent Discount Off ManUfacturers List Price Catalog for Van-Cell, Inmate & Prisoner TransportatiOn System, www.van-cell.com #3 P-ercent Discount Off Manufacturers List Price Catalog for Federal Signal, WWW.federalsignaJ.com #4 Percent Discount Off Manufacturers List Price Catalog for Signal Technology Enterprises, . www.signaltechnology.net #5 Percent Discount Off ManUfacturers List Price Catalog for HG2 Emergency Lighting, www.hg2Iighting.com fiB Percent Discount Off Manufacturers List Price Catalog for W ANCO, www.wanco.Com #7 . Percent Discount Off ManUfacturers List Price Catalog for MPH Radar, www.mphindustries.com #8 Percent Discount Off Manufacturers List Price Catqlog for TUFLOC, www.tufloc.com #9 Percent Discount Off ManUfacturers List Price Catcllog for PUGS Custom CabInets, www.pugscabinets.com #10 Percent Discount Off Manufacturers List Price Catalog for Unity Manufacturing, www.unityus;;Lcom #11 Percent Discount Off Manufacturers List Price Catalog for Star Headlight & Lantern Co., www.star1889.com #12 Percent Discount Off ManUfacturers List Price Catalog for Able-2 Products, www.able2products.com #13 Percent Discount Off ManUfacturers List Price Catalog for Brooking Industries LtcL, www.brookingindustries.com #14 Percent Discount Off ManUfacturers List Price Catalog for Go-Rhino, www.gorhino.com #15 Percent Discount Off Manufacturers List Price Catalog for LUND Products, www.lundintemationaLcom .. #16 Percent Discount Off Manufacturers List Price Catalog for Streamlight, www.streamlightcom #17 Percent Discount Off ManUfacturers List Price Catalog for PRO-Copper, www.procopper.cGm #18 Percent Discount Off Manufacturers List Price Catalog for 1.3 Mobile Vision, www.mobile-viSion.com #19 Percent Discount Off Manufacturers List Price Catalog for Patrol Witness, www.patrolwitness.com #20 Percent Discount Off Manufacturers List Price CataJog for Plate Scan, www.platescan.com #21 PerceIit Discount Off ManUfacturers List Price Catalog for Pro-gard Products LLC, www.progard.com #22. Percent Discount Off Manufacturers List Price Catalog for Setina Manufacturing, WWW.setinacom C:UClI \...1 LJV-.. Eduardo J. Falcon 10/16/2015 Dana Safety LESC Inc. 1372 NW 7!} Avenue 6601 Lyons Road, Suite H3 Miami, FL 33126 Coconut Creek, FL 33073 Unit of Percent Catalog Measure Discount Percent Catalog Discount Each No Bid No Bid Each No Bid No Bid Each No Bid 15% Each No Bid No Bid Each 5%* 5%' Each 10% No Bid Each No Bid No Bid Each 28%' 15%' Each No Bid No Bid Each 20%' 25%'" Each 30%' 40%' Each 30%* 22%* Each 35%' 18%' Each 15%' 20%' Each 15%* 5%' Each 42%' 35%* Each No Bid No Bid Each 5%* 2%' Each No Bid No Bid Each No Bid No Bid Each 31%' 26%* Each 30%' 26%* Signal Technology Enterprises 420 west 27 Street Hialeah, FL 33010 ADDED ON 02f2312016 Percent Catalog Discount No Bid 45",(, 10% \0 I I AWARD OF IFB 516388 PURCHASE AND/OR INSTALLATION OF MUNICIPAL VEHICLE EQUIPMENT Item # Description #!2.3 Percent Discount Off Manufacturers List Price Catalog for RAM Mounts, www.ram-mount.com #!2.4 Percent Discount Off Manufacturers List Price Catalog for Jotto Desk Vehicle Mounting Solutions, which includes: Patriot Products and Kodiak Mobile, www.everythingbutlights.com #!2.5 Percent Discount Off Manufacturers List Price Catalog for Big Sky Racks, www.bigskyracks.com if2.6 Percent Discount Off Manufacturers List Price Catalog for BLllntemationaJ, www.prioritystartcom #2.7 Percent Discount Off Manufactur~rs List Price Catalog for Tremco, Www.tremcopoliceproducts.com tr2.8 Percent Discount Off Manufacturers List Price Catalog for Gamber-Johnson, www.g<lmbe~ohnson.com #29 Percent Discount Off Manufacturers List Price Catalog for KListom Signals rnc, iNww.kustomsignals.com #30 Percent Discount Off Manufacturers List Price Catalog for Sound-off Signal, www.soundoffsignal.com #31 Percent Discount Off Manufacturers List Price Catalog forTruck Vault Secure Storage Solutions, www.truckvaultcom #32 Percent Discount Off Manufacturers List Price Catalog for American Aluminum Accessories, www.ezrideronline.com #33 Percent Discount Off Manufacture~ List Price Catalog for NOVA Electronics, www.strobe.com #34 Percent Discount Off Manufacturers LiSt Price Catalog for Watch Guard Digitalin Car Video, www,watchguardvideo.com #35 Percent .Discount Off Manufacturers List Price Catalog for Ail Traffic Solutions, www.alltraffiesolutions.com #36 Percent Discount Off Manufacturers List Price Catalog for Whelen, www.whelen.com #37 Percent Discount Off Manufacturers List Price Catalog for Code 3 Public Safety Equipment, www.code3pse.com #38 Percent Discount Off Manufacturers List Price Catalog forTroy Industries, www.troyproducts.com #39 Percent Discount Off Manufacturers List Price Catalog for Adamson Industries, www.adamsonindustries.com #.40 Percent Discount Off Manufacturers List Price Catalog for Ray Allen Manufacturing Company, www.rayaJlen.com #41 Percent Discount Off !VIan~cturers List Price Catalog for Havis-Shields Manufacturing Company, www.havis.com #42 Perce.nt Discount Off Manufacturers List Pfice Catalog for Radiotronics Inc., www.radiotronics.com #43 Percent Discount Off Manufacturers List Price Catalog for Drivecam, #44 Percent Discount Off Manufacturers List Price Catalog for Laguna 3P, www.laguna3p.com Prepared by: Eduardo J. Falcon 10/16/2015 Unit of Measure Each Each Each Each Each Each Each Each Each Each Each Each Each Each Each Each Each Each Each Each Each Each Dana Safety LESe Inc. 1372 r-NV 78 Avenue 6601 Lyons Road, Suite H3 Miami, FL 33126 Coconut Creek, FL 33073 Percent Catalog Discount Percent Catalog Discount 35%' 220/0-* No Bid 30% 18%" 17%" 18%" 30%' 15%* 1q%* 46%" 28%" No Bid 1% 45%' 54.5%" 5%* 5%* 5%* 1%' 20%" 40%* No Bid 1% No Bid No Bid 45%" 44%' No Bid 30% 25%" 19%" No Bid No Bid 5%* 1%* 35%" 29%* 3%" 2%" No Bid No Bid 18%* 10%* Signal Technology Enterprises 420 west 2J Street Hialeah, FL 33010 ADDED ON 02123/2016 Percent Catalog . Discount 10% 1% 1% i r:-- AWARD OF IFB 516388 PURCHASE ANDjORINSTALLATION OF MUNICIPAL VEHICLE EQUIPMENT Jtem# #45 #46 #47 #48 #49 #50 #51 #52 #53 #54 #55 #56 #57 #58 #59 Description Labor Tune to il1stall Prisoner Cage LabOr Time to install Prisoner Seat Labor Time to install Prisoner Seat & Cage Labor Time to install Rear Window Bars with OEM or ABS door panels Labor Time to install Rear Window Bars and ASS door panels Labor Time to install Four (4) Comer Universal LED Hideaway Light System with Controller Labor Time to install Four (4) Comer Universal LED Hideaway Light System without Controller Labor Rate: Discounted Hourly Labor Rate to install items From Catalogs and Packages as Listed. Balance of Line: % Discount off Cataiogs Not Listed. ADD-ON SERVICES WindQw Tinting with Labor Included for Sedans ( Compact to Full Size) ADD-ON SERVICES Window Tinting with Labor InCluded for Sports Utirrty Vehicles ADD-ON SERVICES Window Tinting with Labor Incl.uded for Pickups Standard Cab ADD-ON SERVICES Window Tinting with Labor Included for Pickups Extended Cab ADD-ON SERVICES Window Tinting with Labor Included for Pickups Crew Cab ADDED ON 02123/2016 Percent Discount Off Manufacturers List Price Catalog for Public Safety USA, www.pubficsafetyusa.net "If a calalog is offered by more than one vendor. tile Cilywjll calculate the tolal cost of the discounted parts and total amount of hou~ required multiplied by the vendors di.scounted labor rate to delarmine !lie lowest price for tha.t purchase. -line Items categorlzed as ADD-ON SERVICES. will be issued to the vendor(s) performing other contracted iNork on the unit(s), and not be issued as stand alone work. -vendor submitted discount for DSS, Reading and Off Tuffy -vendor submitted discount for SafariJand and Vievu Prepared by: Eduardo J. Falcon 10/16/2015 I Dana Safety LESC Inc. 1372 NW 78 Avenue 6601 lyons Road, Suite H3 Miami. FL 33126 Coconut Creek, Fl33073 Unit of Percent Catalog Measure Discount Percent Catalog Discount Hour 2 3 Hour 1 3 Hour 3 5 Hour 0.5 3 Hour 0.75 3 Hour 2 4 Hour 2.5 4 Hour $60.00 $60.00 Each 5%"*' 1%"*** Each $100.00" $125.00" Each $120.00-$150.00" Each $80.00" $100.00" Each $100.00" $125.00" Each $100.00" $150.00" Each Signal Technology Enterprises 420 west 2J Street Hialeah, FL 33010 ADDED ON 02123/2016 Percent Catalog Discount 1.5 1 2.5 1.5 1.5 3 3 $65.00 $80.00 $100,00 $100.00 $100.00 $100.00 50% -----_._- i QC) A'WA RD . .., '. ..' .: . 'Ocuretrnent VepartfPle1tt' IFB NO: DESCRIPTION: TERM OF CONTRACT: CONTRACT PERIOD: 516388(21) PURCHASE AND/OR INSTALLATION OF MUNICIPAL VEHICLE EQUIPMENTCITYWIDE TWO (2) YEARS, WITH OTR FOR THREE (3) ADDITIONAL ONE-YEAR PERIODS JANUARY 25, 2016 THROUGH JANUARY 24,2018 COMMODITY CODE:' Oq557-00' . . iSECTION #1 -VENDOR AWARD Dana Supply, Inc. 1620 NW 82 nd Ave. Doral, FL 33126 Contact: Mark Sevigny Phone: (800) 854-5536 . Email: msevigny@1dss.com LESC,lnc. d/b/a Law Enforcell1enbs,""l;~~JY';"": d . . H' '. ,,~fi. ,.~f ,po .t"'.( 6601 Lyons R ., SU\te-3i;t~~'~'· .,. ,i("·'0t. Coconut Creek, FL 33073 i;:~0i/. "'. :"jk 'nl>:;,/r;. Contact: Jose Ferrando ./,<;;1 ,···.w· Phone: (954) 428-3776 X52.Q3';1· . .. ' .. Fax: (954) 834-2490 .. i~"j .. ,.;:;',.::/i/ Email: jferrando@lawsupgl,l,c6rri 'k,!, ,e," .. :;;~};7 -/ .:.~~·~}<?~{>·f SECTION #2 -AWARDlBACKGR . ~:::~~~;~¥~~r: JOh~Babo~"~:~(\i~~~~\;~~~~~;:~s~J~""" iSECTION #4 -PROCUBINGAGENCY' CITY OF MIAMI, DEPARTMENT OF PROCUREMENT Buyer: Eduardo Falcon Phone: (305)416-1901 Prepared By: Aimee Gandarllla, 2/2/16 A CONTRACT AWARD SHEET INSTRUCTIONAL GUIDE TO ASSIST YOU WITH THE INFORMATION CONTAINEO HEREIN IS AVAILABLE IN THE ISUPPLIER INFORMATION SECTION OF OUR WEBPAGE AT: WWW.MIAMIGOV.COM/PROCUREMENT Initial: 9 TABULATION OF IFB 516388 PURCHASE AND/OR INSTALLATION OF MUNICIPAL VEHICLE EQUIPMENT Item # Description #1 Percent Discount Off Manufacturers List Price Catalog for Mavron Inc, www.mavron.com #2-Percent Discount Off Manufacturers List Price Catalog for Van-Cell, Inmate & Prisoner Transportation System, www.van-cell.com #3 Percent Discount Off Manufacturers List Price Catalog fot Federal Signal #4 Percent Discount Off Manufacturers List Price Catalog for Signal Technology Enterprises, wWw.signl,lItechnology.net #5 Percent Discount Off Manufacturers List Price Catalog for HG2 Emergency Lighting, www.hg2Iighting.com #6 Percent Discount Off Manufacturers List Price Catalog for WANCO, www.wanco.com .. #7 Percent Discount Off Manufacturers List Price Catalog for MPH Radar, www.mphindustries.com #8 Percent Discount Off Manufacturers List Price Catalog for TUFLOC, www.fufloc.com #9 Percent Discount Off Manufacturers List Price Catalog for PUGS Custom Cabinets, www.pugscabinets.com #10 Percent Discount Off Manufacturers List Price Catalog for Unity Manufacturing. www.unrtyusa.com #11 Percent Discount Off Manufacturers List PriCe Catalog for star Headlight & Lantern Co., www.star1889.com #12 Percent Discount Off Manufacturers List Price Catalog for AbIe-2 Products, www.able2prodilcts.com #13 Percent Discount Off Manufacturers List Price Catalog fot Brooking Industries Ltd., www.brbokingindiJstries.com #14 Percent Discount Off Manufacturers List Price Catalog for Go-Rhino, www.gorhino.com #15 Percent Discount Off Manufacturers List Price Catalog for LUND Products, wwwJundinternationaLcom #16 Percent Discount Off Manufacturers List Price Catalog for Streamlight, www.streamlight.com #17 Percent Discount Off Manufacturers List Price Catalog for PRO-Copper, www.procopper.com #18 Percent Discount Off Manufacturers List Price Catalog for L3 Mobile Vision, www.mobile-vision.com #19 Percent Discount Off Manufacturers List Price Catalog for Patrol Witness. www.patrolwitness.com #20 Percent Discount Off Manufacturers List Price Catalog for Plate Scan, www.platescan.com #21 Percent Discount Off Manufacturers List Price Catalog for Pro-gard Products LLC, www.progard.com -----._. Prepared by: Eduardo J. Falcon 10/16/2015 10 Unit of Measure Each Each Each Each Each Each Each Each Each Each Each Each Each Each Each Each Each Each Each Each Each Dana safety 1372 NW 78 Avemie Miami. FL 33126 Percent Catalog Discount No Bid No Bid No Bid No Bid 5%* 10% No Bid 28%* No Bid 20%* 30%* 30%* 35%* 15%* 15%* 42%* No Bid 5%* No Bid No Bid 31%* LEse Inc. 6601 Lyons Road, Suite H3 COConut Creek. FL 33073 Percent Catalog Discount No Bid No Bid 15% No Bid 5%* No Bid No Bid 15%* No Bid 25%* 40%* 22%* 18%* 20%* 5%* 35%" No Bid 2%* No Bid No Bid 29%* , TABULATION OF IFB 516388 PURCHASE AND/OR INSTALLATION Of MUNICiPAL VEHICLE EQUIPMENT Item # Description #22 Percent Discount Off ManufaGturers List Price Catalog for Setina Manufacturing, www.setina.com #23 Percent Discount Off Manufacturers List Price Catalog for RAM Mounts, www.ram-inountcom #24 Percent Discount Off Manufacturers List Price Catalog for Jotto Desk Vehicle Mounting Solutions, which includes: Patriot Products and Kodiak Mobile, www.everythingbutlights.com #25 Percent Discount Off Manufacturers List Price Catalog for Big SkY Racks, www.bigskyracks.com #26 Percent Discount Off Manufacturers List Price Catalog for BU Intemational, www.prioritystart.com #27 Percent Discount Off Manufacturers List Price Catalog for Tremco, www.tremcopoliceproducts.com #28 Percent Discount Off Manufacturers List Price Catalog.for Gamber-Johnson, www.gambetjohnson.com #29 Percent Discount Off Manufacturers List Price Catalog for Kustom Signals Inc, www.kustomsignals.com #30 Percent Discount Off Manufacturers List Price Catalog for Sound-off Signal, www.soundoffsignal.com #31 Percent Discount Off Manufacturers List Price Catalog for Truck Vault Secure Storage Solutions, www.truckvault.com #32 Percent Discount Off Manufacturers List Price Catalog for American Aluminum Accessories, www.ezrideronline.com #33 Percent Discount Off Manufacturers List Price Catalog for NOVA Electronics, www.strobe.com #34 Percent Discount Off Manufacturers List Price Catalog for Watch Guard Digital in Car Video, www.watchguardvideo.com #35 Percent Discount Off Manufacturers List Price Catalog for All Traffic Solutions, www.alltrafficsolutions.com #36 Percent Discount Off Manufacturers List Price Catalog for Whelen, www.whelen.com #37 Percent Discount Off Manufacturers List Price Catalog for Code 3 Public Safety Equipment, www.code3pse.com #38 Percent Discount Off Manufacturers List Price Catalog for Troy Industries, www.troyproducts.com #39 Percent Discount Off Manufacturers List Price Catalog for Adamson Industries, www.adamsonindustries.com #40 Percent Discount Off Manufacturers List Price Catalog for Ray Allen Manufacturing Company, www.rayallen.com #41 Percent Discount Off Manufacturers List Price Catalog for Havis-Shields Manufacturing Company, WWw.havis.com #42 Percent Discount Off Manufacturers List Price Catalog for Radiotronics Inc., www.radiotronics.com Prepared by: Eduardo J. Falcon 10/16/2015 11 Unit of Measure Each Each Each Each Each Each Each Each Each Each Each Each Each Each Each Each Each Each Each Each Each Dana safety 1372 NW 78 Avenue Miami. FL 33126 Percent Catalog DiScount 30%* 35%* No Bid 18%* 18%* 15%* 46%* No Bid 45%* 5%* 5%* 20%* No Bid No Bid 45%* No Bid 25%* No Bid 5%* 35%* 3%* LESClnc. 6601 Lyons Road, Sl,Jite H3 Coconut Creek. FL 33073 Percent Catalog Discount 26%* 22%* 30% 17%* 30%* 10%* 28%* 1% 54.5%* 5%* 1%* 40%* 1% No Bid 44%* 30% 19%* No Bid 1%* 29%* 2%* TABULATION OF IFB 516388 PURCHASE AND/OR INSTALLATION Of MUNICIPAL VEHICL.E EQUIPMENT Item # #43 #44 #45 #46 #47 #48 #49 #50 #51 #52 #53 #54 #55 #56 #57 #58 --- Description Percent Discount Off Manufactu~ers List Price Catalog for DriveCQm, Percent Discount Off Manufacturers List Price Catalog for Laguna 3P, www.laguna3p.com Labor Time to install Prisoner Cage Labor Time to install Prisoner Seat Labor Trme to install Prisoner Seat & Cage Labor Time to install Rear Window Bars with OEM or ABS door panels Labor Time to install Rear Window Bars and ABS door panels Labor Time to instaij Four (4) Comer Universal LED Hideaway Light System with Controller Labor Time to install Four (4) Comer Universal LED Hideaway Light System without Controller Labor Rate: Discounted Hourly Labor Rate to Install Items From Catalogs and Packages as Listed. Balance of Line: % Discount off Catalogs Not Listed. ADD-ON SERVICES Window Tinting with Labor Included for Sedans ( Compact to Full Size) ADD-ON SERVICES Window Tinting with Labor Included for Sports Utility Vehicles ADD-ON SERVICES Window Tinting with Labor Included for Pickups Standard Cab ADD-ON SERVICES Window Tinting with Labor Included for Pickups Extended Cab ADD-ON SERVICES Window Tinting with Labor Included for Pickups Crew Cab ---- 'If a catalog is offered by more than one vendor. the City will. calculate the total cost of the discounted parts and total amount of hours required multiplied by the vendors discounted labor rate 10 determine the lowest price for that purchase. ""Line Items categOrized as ADD-ON SERVICES, will be issued to the. vendor(s) performing other contracted work on the unites}, and not be issued as stand alone work. ... vendor submitted discount for DSS, Reading and OIfTuffy .... vendor submitted discount for Safariland and Vievu Unit Of Measure Each Each Hour Hour Hour Hour Hour Hour Hour Hour Each Each Each Each Each Each Approved by: Prepared by: Eduardo J. Falcon 10/16/2015 12 Dana safety 1372 NW 78 Avenue ---------, . ---.-- Percent Catalog Dis.count No Bid 18%* 2 1 3 0.5 0]5 2 2.5 $60.00 5%*** $100.00- $120.00** $80.00** $100.00** $100.00** LESClnc. 6601 Lyons Road, Suite H3 ---_._------. ---_.- Percent Catalog Discount No Bid 10%* 3 3 5 3 3 4 4 $60.00 1%**** $125.00- $150.00** $100.00- $125.00- $150.00** ~:s~ Department DirectorlDesignee IFBNumber: Title: Issue Date/Time: IFB Closing Date/Time: Pre~Bid Conference: Pre-Bid Date/Time: Pre-Bid Location: City of Miami Invitation for Bid fIFB) Purchasing Department Miami Riverside Center 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 Web Site Address: http://cl.niiami.f1.us/procurement 516388 IFB for Purchase and/or Installation of Municipal Vehicle Equipment-Citywide 21-SEP-2015 14-0CT-2015 @ 15:00:00 None Deadline for Request for Clarification: Tuesday, September 29, 2015 at 3:0QPM Falcon, Eduardo Buyer: Hard Copy Submittal Location: Buyer E-Mail Address: Buyer Facsimile: City of Miami -City Clerk 3500 Pan American Drive Miami FL 33133 US efalcon@miamigov.com 305-400-5390 13 Page 1 of 52 Certification Statement Please quote on this form, if applicable, net prices for the item(s) listed. 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 01' reject all 01' any patt of this submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions. In the event of elTors in extension of totals, the unit prices shall govern in determining the quoted prices. ' We (1) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned heteby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations, or debarred 01' suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (I) certify that any and all information contained in this submission is true; and we (1) further certify that this submission is made without prior understanding, agreement, 01' connection with any corporation, film, 01' person submitting a submission for the same matetials, supplies, equipment, 01' service, and is in all respects fair and without collusion or fraud. We (1) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: SUPPLIER NAME: __________________ _ .ADDRESS: ____________________________________________ __ PHONE: ______________________ FAX: ____________________ __ EMAIL: ____________ BEEPER: ________ _ SIGNED BY: ____________________ _ TITLE: ___________ DATE: _____ -:--____ _ FAILURE TO COMPLETE. SIGN. AND RETURN THIS FORM SHALL DISOUALIFY THIS BID. Page 2 of 52 14 Certifications Legal Name of Firm: Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Year Established: Office Location: City of Miami, Miami-Dade County, or Other Occupational License Number: Occupational License Issuing Agency: Occupational License Expiration Date: Will Subcontractor(s) ,be used? (Yes or No) If subcontractor(s) will be utilized, provide their name, address and the the portion of the work they will be responsible for under this contract (a copy of their licensees) must be submitted with your bid response). !fno subcontractor(s) will be utilized, please insert N/A.: Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e. Addendum No.1, 7/1/07). Ifno addendum/addenda was/were issued, please insert N/A. Reference No.1: Name of Company/Agency fo1' which bidder is currently providing the services/goods as described in this solicita.tion, or has provided such services/goods in the past: Reference No.1: Address, City, State, and Zip for above reference company/agency listed: Page 3 of 52 15 Reference No.1: Name of Contact Person and Telephone Number for above reference no. 1 Reference No. t: Date of Contract or Sale for above reference no. 1 Reference No.2: Name of Company/Agency for which bidder is cun'ently providing the services/goods as described in this solicitation, or has provided such services/goods in the past: Reference No.2: Address, City, State, and Zip for above reference company/agency listed: Reference No.2: Name of Contact Person and Telephone Number for above reference no. 2 Reference No.2: Date of Contract 01' Sale for above reference no. 2 Reference No.3: Name of Company/Agency for which bidder is currently providing the services/goods as described in this solicitation, 01' has provided such services/goods in the past: Reference No.3: Address, City, State, and Zip for abovereference company/agency listed: • Reference No.3: Name of Contact Person and Telephone Number fol' above reference no. 3 _1 Reference No.3: Date of Contract or Sale for above reference no. 3 Page 4 of 52 16 Line: 1 Description: Percent Discount Off Manufacturers List Price Catalog for Mavron Inc, www.mavron.com (express as a decimal, i.e. 40% discount:::: .40) Categ01Y: 05557-00 Unit of Measure: Each Unit Price: $ ---- Line: 2 Number of Units: 1 Total: $ ___ _ Description: Percent Discount Off Manufactul'ets List Price Catalog for Van-Cell, Inmate & Prisoner Transportation System, www.van-cell.com (express as a decimal, i.e. 40% discount::::{ .40) Categ01Y: 05557-00 Unit of Measure: Each Unit Price: $ Line: 3 Number of Units: 1 Total: $ ___ _ Description: Percent Discount Ofr Manufacturers List Price Catalog for Federal Signal (express as a decimal, i.e. 40% discount:::: .40) Category: 05557-00 Unit of Measure: Each UnitPrice: $ ---- Line: 4 Number of Units: 1 Total: $ ___ _ Description: Percent Discount Off Manufacturers List Price Catalog for Signal Technology Enterprises, www.signaltechnology.llet (express as a decimal, i.e. 40% discount c:: .40) CategOlY: 05557-00 Unit of Measure: Each Unit Price: $ ----Number of Units: 1 17 Total: $ ___ _ Page 5 of 52 Line: 5 Description: Percent Discount Off Manufacturers List Price Catalog for HG2 Emergency Lighting, www.hg2lighting.com (express as a decimal, i.e. 40% discount = .40) CategOlY: 05557-00 Unit of Measure: Each Unit Price: $ ___ _ Line: 6 Number of Units: 1 Total: $ ___ _ Description: Percent Discount Off Manufacturers List Pl'ice Catalog for W ANCO, www.wanco.com (express as a decimal, i.e. 40% discount = .40) Category: 05557-00 Unit of Measure: Each Unit Price: $ ---- Line: 7 Number of Units: 1 Total: $ ___ _ Descliption: Percent Discount Ofr Manufacturers List Price Catalog for MPH Radar, www.mphindustries.com (express as a decimal, i.e. 40% discount = .40) CategOlY: 05557-00 Unit of Measure: Each Unit Price: $ ---- Line: 8 Number of Units: 1 Total: $ ----- Description: Percent Discount Orf Manufacturers List Price Catalog for TUFLOC, www.tufloc.com (express as a decimal, i.e.40% discount == .40) CategOlY: 05557-00 Unit of Measure: Each Unit Price: $ ___ _ Number of Units: 1 18 Total: $ ____ _ Page 6 of 52 Line: 9 Description: Percent Discount Off Manufacturers List Price Catalog for PUGS Custom Cabinets, www.pllgscabinets.com (express as a decimal, i.e. 40% discount = .40) Category: 05557-00 Unit of Measure: Each Unit Price: $ __ _ Line: 10 Number of Units: 1 Total: $ ____ _ Description: Percent Discount Off Manufactmers List Price Catalog for Unity Manufacturing, www.unityusa.com (express as a decimal, i.e. 40% discount = .40) Category: 05557-00 Unit of Measure: Each Unit Price: $ ---- Line: 11 Number of Units: 1 Total: $ ____ _ Description: Percent Discount Off Manufacturers List Price Catalog for Star Headlight & Lantern Co., www.star1889.com (express as a decimal, i.e. 40% discount::: .40) . CategOlY: 05557-00 Unit of Measure: Each Unit Price: $ ---- Line: 12 Number of Units: 1 Total: $ ____ _ Description: Percent Discount Off Manufacturers List Price Catalog for Able-2 Products, www.able2products.com (express as a decimal, i.e. 40% discount::: .40) Category: 05557-00 Unit of Measure: Each Unit Price: $ ---Number of Units: 1 . 19 Total: $ ----- Page 7 of 52 Line: 13 Description: Percent Discount Off Manufacturers List Price Catalog for Brooking Industries Ltd., www.brooldngindustries.com (express as a decimal, i.e. 40% discount = .40) Category: 05557~00 Unit of Measure: Each Unit PI'ice: $ ___ _ Line: 14 Number of Units: 1 Total: $ ____ _ Description: Percent Discount Off Manufacturers List Price Catalog for Go-Rhino, www.gol.hino.com (express as a decimal, i.e. 40% discount = .40) Category: 05557-00 Unit of Measure: Each Unit Price: $ ___ _ Line: 15 Number of Units: 1 Total: $ Description: Percent Discount Orf Manufacturers List Price Catalog for LUND Products, www.lundinternational.com (express as a decimal, i.e. 40% discount = .40) Category: 05557-00 Unit of Measure: Each Unit Price: $ ---- Line: 16 Number of Units: 1 Total: $ ____ _ Description: Percent Discount Orf Manufact\ll'ers List Price Catalog for Streamlight, www.streamlight.com , (express as a'dechnal, i.e. 40% discount:= .40) Category: 05557-00 Unit of Measure: Each Unit Price: $ ____ _ Number of Units: 1 20 Total: $ ___ _ Page 8 of 52 Line: 17 Description: Percent Discount Off Manufacturers List Price Catalog for PRO-Copper, www.procopper.com (express as a decimal, i.e. 40% discount =: .40) CategOlY: 05557-00 Unit of Measure: Each Unit Price: $ ___ _ Line: 18 Number of Units: 1 Total: $ ____ _ Description: Percent Discount Off Manufacturers List Price Catalog for L3 Mobile Vision, www.mobiIe-vision.com . (express as a decimal, i.e. 40% discount = .40) Category: 05557-00 Unit of Measure: Each Unit Price: $ Line: 19 Number of Units: 1 Total: $ ___ _ Description: Percent Discount Off Manufacturers List Price Catalog for Patrol Witness, www.patrolwitness.com (express as a decimal, i.e. 40% discount =: .40) Category: 05557-00 Unit of Measure: Each Unit Price: $ ___ _ Line: 20 Number of Units: 1 Total: $ ___ _ Description: Percent Discount Off Manufacturers List Price Catalog for Plate Scan, www.platescan.com (express as a decimal, i.e. 40% discount = .40) Category: 05557-00 Unit of Measure: Each Unit Price: $ ___ _ Number of Units: 1 21 Total: $ ___ _ Page 9 of 52 Line: 21 Description: Percent Discount Off Manufacturers List Price Catalog for Pro-gard Products LLC, www.progard.com (express as a decimal, i.e. 40% discount:;:: .40) CategOlY: 05557-00 Unit of Measure: Each Unit Price: $-,...-__ _ Line: 22 Number of Units: 1 . Total: $ ____ _ Description: Percent Discount Off Manufacturers List Price Catalog for Setina Manufacturing, www.setina.com (express as a decimal, i.e. 40%1 discount:;:: .40) Category: 05557 -00 Unit of Measure: Each Unit Price: $ ---- Line: 23 Number of Units: 1 Total: $ ___ _ Description: Percent Discount Off Manufacturers List Price Catalog for RAM Mounts, www.ram-mount.com (express asa decimal, i.e. 40% discount:;:: .40) Category: 05557-00 Unit of Measure: Each Unit Price: $ ___ _ Line: 24 Number of Units: 1 Total: $ ____ _ Description: Percent Discount Off Manufacturers List Price Catalog for,Jotto Desk Vehicle Mounting Solutions, which includes: Patriot Products and Kodiak Mobile, www.everythingbutIights.com (express as a decimal, i.e. 40% discount == .40) Category: 05557-00 Unit of Measure: Each Page 10 of 52 22 Unit Price: $ ----Number of Units: 1 Total: $ ___ _ Line: 25 Description: Percent Discount Off Manufacturers List Price Catalog for Big Sky Racl{s, www.bigskyracks.com (express as a decimal, i.e, 40% discount = .40) Category: 05557-00 Unit of Measure: Each Unit Price: $ . ---- Line: 26 Number of Units: 1 Total: $ ____ _ Description: Percent Discount Off Manufacturers List Price Catalog for BLI International, www.prioritystart.com (express as a decimal, i.e. 40% discount = .40) CategolY: 05557-00 Unit ofMeasUl'e: Each Unit Price: $ Line: 27 Number of Units: 1 Total: $ ____ _ Description: Percent Discount Off Manufacturers List Price Catalog for Tremco, www.tremcopoliceproducts.com (express as a decimal, i.e. 40% discount = .40) Category: 05557-00 Unit of Measure: Each Unit Price: $ --- Line: 28 Number of Units: 1 Total: $ ____ _ Description: Percent Discount Off Manufacturers List Price Catalog for Gamber-Johnson, www.gamberjohnson.com (express as a decimal, i.e. 40% discount = .40) Category: 05557-00 Page 11 of 52 23 Unit of MeasUl'e: Each Unit Price: $ Number of Units: 1 Total: $ ----- Line: 29 Description: Percent Discount Off Manufacturers List Price Catalog for Kustom Signals Inc, www.kustomsignals.colU (express asa decimal, i.e. 40% discount = .40) Category: 05557-00 Unit of Measure: Each Unit Price: t ___ _ Line: 30 Number of Units: 1 Total: $ ._---- Description: Percent Discount Off Manufacturers List Price Catalog for Sound-off Signal, www.soundoffsignal.com (express as a decimal, i.e. 40% discount = .40) CategOlY: 05557-00 Unit of Measure: Each Unit Price: $ Line: 31 Number of Units: 1 Total: $ ____ _ Description: Percent Discount Off Manufacturers List Price Catalog for Truck Vault Secure Storage Solutions, www.truckvault.com (express asa decimal, i.e. 40% discount = .40) CategolY: 05557-00 Unit of Measure: Each Unit Price: $ ___ _ Line: 32 Number of Units: 1 Total: $ ____ _ Description: Percent Discount Off Manufacturers List Price Catalog for American Aluminum Accessories, www.ezrideronline.com (express as a decimal, te. 40% discount = .40) Page 12 of 52 24 Category: 05557n OO Unit of Measure: Each Unit Price: $ ___ _ Line: 33 Number of Units: 1 Total: $ ___ _ Description: Percent Discount Off Manufacturers List Price Catalog for NOVA Electronics, www.strobe.com (express as a deCimal, i.e. 40% discount:= .40) Category: 05557-00 Unit of Measure: Each Unit Price: $ Line: 34 Number of Units: 1 Total: $ ___ _ Description: Percent Discount Off Manufacturers List Price Catalog for Watch Guard Digital in Cal' Video, www.watchguardvideo.com (express as a decimal, i.e. 40% discount = AO) CategOlY: 05557-00 Unit of Measure: Each Unit Price: $. ___ _ Line: 35 Number of Units: 1 Total: $ ___ _ Description: Percent Discount Off Manufacturers List Price Catalog for All Traffic Solutions, www.alItrafficsolutions.com (express as a decimal, i.e. 40% discount = .40) Category: 05557-00 Unit ofMeasUl'e: Each Unit Price: $ ---- Line: 36 Number of Units: 1 Total: $ Description: Percent Discount Off Manufacturers List Pri'ce Catalog for Whelen, www.whelen.com (express as a decimal, i,e. 40% discount = .40) 25 Page 13 of 52 Category: 05557-00 Unit of Measure: Each Unit Price: $ ---- Line: 37 Number of Units: 1 Total: $ ____ _ Description: Percent Discount Off Manufacturers List Price Catalog for Code 3 Public Safety Equipment, www.code3pse.com (express as a decimal, i.e. 40% discount::: .40) Category: 05557 -00 Unit of Measure: Each Unit Price: $ ___ _ Line: 38 Number of Units: 1 Total: $ ___ _ Description: Percent Discount Off Manufacturers List Price Catalog for Troy Industries, www.troyproducts.com (express as a decimal, i.e.40% discount::: .40) Category: 05557-00 Unit of Measure: Each Unit Price: $ ___ _ Line: 39 Number of Units: 1 Total: $ ___ _ Description: Percent Discount Off ManufactUrers List Price Catalog for Adamson Industries, www.adamsonindustries.com (express as a decimal, i.e. 40% discount::: .40) CategOlY: 05557-00 Unit of Measure: Each Unit Price: $ ___ _ Line: 40 Number of Units: 1 Total: $ ____ _ Description: Percent Discount Off Manufacturers List Price Catalog for Ray Allen Manufacturing Company, www.rayallen.com Page 14 of 52 26 (express as a deCimal, i.e. 40% discount =: .40) Category: 05557-00 Unit of Measure: Each Unit Price: $ ---- Line: 41 Number of Units: 1 Total: $ ___ . Description: Percent Discount Off Manufacturers List Price Catalog for Havis~Shields Manufacturing Company? www.havis.com (express as a deCimal, i.e. 40% discount = .40) Category: 05557~00 Unit of Measure: Each Unit Price: $ -~-- Line: 42 Number of Units: 1 Total: $ ___ _ Description: Percent Discount Off Manufacturers List Price Catalog for Radiotronics Inc., www.radiotronics.com (express as a decimal, i.e. 40% discount =: .40) Category: 05557-00 Unit of Measure: Each Unit Price: $ ___ _ Line: 43 Number of Units: 1 Total: $ ____ _ Description: Percent Discount Off Manufacturers List Price Catalog for Drivecam, (express as a decimal, i.e. 40% discount =: .40) CategOlY: 05557-00 Unit of Measure: Each Unit Price: $ ___ . Line: 44 Number of Units: 1 Total: $ ____ _ Description: Percent Discount Off Manufacturers List Price Catalog for Laguna 3P, www.laguna3p.com Page 15 of 52 27 (express as a decimal, i.e. 40% discount = .40) CategOlY: 05557-00 Unit of Measure: Each Unit Price: $ __ _ Line: 45 Number of Units: 1 Description: Labor Time to install Prisoner Cage (express as a decimal, 112 hour == .5) CategOlY: 05557~00 Unit of Measure: Each Unit Price: $ ____ ~_ Line: 46 Number of Units: 1 Description: Labor Time to install Prisoner Seat (express as a decimal, 1/2 hour = .5) Category: 05557-00 Unit of Measure: Each Unit Price: $ _____ , Line: 47 Number of Units: 1 Description: Labor Time to install Prisoner Seat & Cage (express as a decimal, 112 hour == .5) Category: 05557-00 Unit of Measure: Each Unit Price: $ ---- Line: 48 Number of Units: 1 Total: $ ___ _ Total: $ ___ _ Total: $ ____ _ Total: $ ____ _ Description: Labor Time to install Rear Window Bars with OEM or ABS door panels (express as a decimal, 112 hour:::: .5) Category: 05557-00 28 Page 16 of 52 Unit of Measure: :Each Unit Price: $ ___ _ Number of Units: 1 Total: $_----' __ Line: 49 Description: Labor Time to install Rear Window Bars and ABS door panels (express as a decimal, 112 hour;:: .5) Category: 05557 ~OO Unit of Measure: :Each Unit Price: $ Line: 50 Number of Units: 1 Total: $ ___ _ Description: Labor Time to install Four (4) Corner Universal L:ED Hideaway Light System with Controller (express as a decimal, 112 hour;:: .5) CatE)gory: 05557~00 Unit of Measure: :Each Unit Price: $ ---- Line: 51 Number of Units: 1 Total: $ ____ _ Description: Labor Time to install Four (4) Corner Universal LED Hideaway Light System without Controller (express as a decimal, 112 hour;:: .5) Category: 05557-00 Unit of Measure: :Each Unit Price: $ ___ _ Line: 52 Number of Units: 1 Total: $ ___ _ Description: Labor Rate: Discounted Hourly Labor Rate to Install Items From Catalogs and Packages as Listed. Category: 05557N OO 29 Page 17 of 52 Unit of Measure: Hour Unit Price: $. ___ _ Number of Units: 1 Total:. $ ___ _ Line: 53 Description: Balance of Line: % Discount off Catalogs Not Listed. (express as a decimal, i.e. 40% discount = .40) Category: 05557~00 Unit of Measure: Each Unit Price: $_. ___ _ List the catalogs that are being discounted Line: 54 Number of Units: 1 Total: $ ____ _ Description: ADD·ON SERVICES Window Tinting with Labor Included for Sedans ( Compact to Full Size) (as per section 3.1.3) Category: 05557~00 Unit of Measure: Each Unit Price: $, ___ _ Line: 55 Number of Units: 1 Total: $ ._---- Description: ADD·ON SERVICES Window Tinting with Labor Included for Sports Utility Vehicles (as per section 3.1.3) Category: 05557~00 Unit of Measure: Each Unit Price: $ ___ _ Line: 56 Number of Units: 1 Total: $ ____ _ Description: ADD~ON SERVICES Window Tinting with Labor Included for Pickups Standard Cab (as per section 3.1.3) Page 18 of 52 30 Category: 05557-00 Unit of Measure: Each Unit Price: $ ---- Line: 57 Number of Units: 1 Total: $ __ "--__ Description: ADD-ON SERVICES Window Tinting with Labor Included for Pickups Extended Cab (as per section 3.1.3) Category: 05557-00 Unit of Measure: Each Unit Price: $ ___ _ Line: 58 Number of Units: 1 Total: $ ___ _ Description: ADD-ON SERVICES Window Tinting with Labor Included for Pickups Crew Cab (as per section 3.1.3) Category: 05557-00 Unit of Measure: Each Unit Price: $ ___ _ Number of Units; 1 31 Total: $ ____ _ Page 19 of 52 Invitation for Bid (IFB) 516388 Table of Contents Terms and Condltions .............................................................. , ..................................................................... , .............. 21 1. General Conditions ............ , ............................................................................................................................. 21 1.1. GENERAL TERMS AND CONDITIONS ........................................................................................... 21 2. Special Conditions .......................................................................................................................................... .41 2.1. PURPOSE .............................................................................................................................................. 141 2.2. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION .................................................. : ....................................................... fl.1 2.3. PRE-BID/PRE-PROPOSAL CONFERENCE ..................................................................................... ,41 2.4. TERM OF CONTRACT ........................................................................................................................ fl.1 2.5. CONDITIONS FOR RENEWAL ......................................................................................................... fl.1 2.6. NON-APPROPRIATION OF FUNDS .................................................................................................. fl.l 2.7. METHOD OF AWARD ......................................................................................................................... 42 2.8. BIDDERS MINIMUM QUALIFICATIONS ....................................................................................... 142 2.9. FACILITY LOCATION .......................... , ............................................................................................ fl.2 2.10. CATALOG DISCOUNTS .................................................................................................................. 142 2.11. FIXED AND FIRM PRICIN.G ............................................................................................................ 42 2.12. HOURLY LABOR AND INSTALLATION PRICES ....................................................................... 143 2.13. DELIVERY I LIQUIDATED DAMAGES ......................................................................................... 43 2.14. FAILURE TO PERFORM ................................................................................................................. A3 2.15. AS OR EQUAL ................................................................................................................................... 43 2.16. INSURANCE REQUIREMENTS ...................................................................................................... fl.3 2.17. PATENTS AND ROYALTIES ........................................................................................................... 45 2.18. INSTALLATION, PICK-UP AND DELIVERY REQUIREMENTS ............................................... .45 2.19. METHOD OF PAYMENT ................................................................................................................. 146 2.20. PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING DELIVERY .......... f1.6 2.21. COMPLETED WORK ........................................................................................................................ 46 2.22. ADDITIONS/DELETIONS OF SUPPLIERS/FACILITIES/ITEMS/SERVICES ........................... ..46 2.23. CONTRACT ADMINISTRATORS ................................................................................................... f1.6 2.24. SUBCONTRACTORS OF WORI( SHALL BE IDENTIFIED ......................................................... 147 2.25. WORI<.MANSHIP AND MATERlALS .............................................................................................. fl.7 2.26. TIE BIDS ............................................................................................................................................. 47 2.27. DAMAGES TO PUBLIC/PRIVATE PROPERTY ............................................................................ fl.8 2.28. FACTORY DEFECTS .............................................. " ............................. i ......................................... .48 2.29. WARRANTY, FITNESS FOR PURPOSE ........................................................................................ .48 2.30. QUALITY AND MANUFACTURE .................................................................................................. 48 2.31: PROD1JCT SUBSTITUTES '" ............................................................................................................ 49 2.32. REFERENCES ..................................................................................................................................... 49 2.33. SPECIFICATION EXCEPTIONS ...................................................................................................... 49 2.34. TERMINATION ................................................................................................................................. fl.9 2.35. BALANCE OF LINE ........................................................................................................................... 50 2.36. ADDITIONAL TERMS AND CONDITIONS ................................................................................... 50 3. Specifications .................................................................................................................................................. 51 3.1. SPECIFICATIONS/SCOPE OF WORK .............................................................................................. 51 Page 20 of 52 32 Invitation for Bid (IFB) 516388 Terms and Conditions 1. General Conditions 1.1. GENERAL TERMS AND CONDITIONS Intent: The General Terms ap.d Conditions described herein apply to the acquisition of goods/equipment/services with an estimated aggregate cost of $25,000.00 or more. Definition: A formal solicitation is defined as issuance of an Invitation for Bids, Request for Proposals, Request for Qualifications, or Request for Letters ofInterest pursuant to the City of Miami Procurement Code and/or Florida Law, as amended. FOlma1 Solicitation and Solicitation shall be defined in the same manner herein. 1.1. ACCEPTANCE OF GOODS OR EQUIPMENT -Any good(s) or equipment delivered under this formal solicitation, if applicable, shall remain the property of the se1ler lmtil a physical inspection and actual usage of the good is made, and thereafter is accepted as satisfactory to the City. It mnst comply with the terms herein and be fhlly in accordance with specifications and of the highest quality. In the event the goods/equipment supplied to the City are found to be defective 01' does not conform to specifications, the City reserves the right to cancel the order upon wl'itten notice to the Contractor and retum the product to the Contractor at the Contractor's expense. 1.2. ACCEPTANCE OF OFFER -The signed or electronic submission ofyou1' solicitation response shall be considered an offer on the part of the bidder/proposer; such offer shall be deemed accepted upon issuance by the City of a purchase order. 1.3. ACCEPTANCE/REJECTION -The City reserves the right to accept or reject any or all responses or parts of after opening/closing date and request re-issuance on the goods/services described in the formal solicitation. In the event of such rejection, the Director of Purchasing shall notify all affected bidders/proposers and make available a written explanation for the rejection. The City also reserves the right to reject the response of any biddel'/proposer who has previously failed to properly perfOlm under the terms and conditions of a contract, to deliver on time contracts of a similar nature, and who is not in a position to perfOlm the reqnirements defined in this formal solicitation. The City further reserves the right to waive any irregularities 01' minor informalities or technicalities in any 01' all responses and may, at its discretion, re-issue this fOlmal solicitation. 1.4. ADDENDA -11: is the bidder's/proposer's responsibility to ensure receipt of all Addenda. Addenda are available at the City's website at: http://www.ci.miami.fl.us/pl·OCUl.ement 1.5. ALTERNATE RESPONSES WILL NOT BE CONSIDERED. 1.6. ASSIGNMENT -Contractor agrees not to subcontract, assign, transfer, convey, sublet, or otherwise dispose of the resulting Contract, or any 01' all of its right, title or interest herein, without City of Miami's prior wl'itten consent. 1.7. ATTORNEY'S FEES -In connection with any litigation, mediation and arbitration arising out of this Contract, each party shall bear their own attomey's fees through and including appellate litigation and any post-j~ldgment proceedings. 1.8. AUDIT RIGHTS AND RECORDS RETENTION -The Successful Bidder/Proposer 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 formal solicitation, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder/Proposer shall O1aintain and retain any and all of Page·21 of 52 33 Invitation for Bid (IFB) 516388 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 failme to or refusal to comply with this condition shall result in the immediate cancellation of this contract by the City. 1.9. AVAILABILITY OF CONTRACT STATE-WIDE -Any Governmental, not-for-profit or . quasi-governmental entity in the State ofFlodda, may avail itself of this contract and purchase any and all goods/services, specified herein from the successful bidder(s)/proposer(s) at the contract price(s) established herein, when permissible by federal, state, and local laws, ndes, and regulations. Each Governmental, not-for-profit or quasi-governmental entity which uses this formal solicitation and resulting bid contract or agreement will establish its own contract/agreement, place its own orders, issue its own purchase orders, be invoiced there from and make its own payments, determine shipping terms and issue its own exemption certificates as required by the successfhl bidder(s)/pl'oposer(s). 1.10. AWARD OF CONTRACT: A. The Formal Solicitation, Bidder's/Proposer's response, any addenda issued, and the purchase order shall constitute the entire contract, unless modified in accordance with any ensuing contract/agreement,amendment or addenda. B. The award of a contract where there are Tie Bids will be decided by the Director of Purchasing or designee in the instance that Tie Bids can't be determined by applying Florida Statute 287.087, Preference to Businesses with Dmg-Free Workplace Programs. C. The award of this contract may be preconditioned on the subsequent submission of other documents as specified in the Special Conditions 01' Technical Specifications, Bidder/Proposer 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/Proposer is in default of these contracillal requirements, the City, through action taken by the Purchasing Department, will void its acceptance of the Bidder's/Proposer's Response and may accept the Response from the next lowest responsive, responsible Bidder or Proposal most advantageous to the City or re-solicit the City's requirements. The City, at its_sole discretion, may seek monetary restitution from Bidder/Proposer and its bid/proposal bond 01' guaranty, if applicable, as a result of damages or increased costs sustained as a result of the Bidder' s/Proposer' s default. D. The term of the contract shall be specified in one ofthl'ee documents which shall be issued to the successful Bidder/Pl'oposer. 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 one hundred twenty (120) 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/Proposer, in writing, of its intent to extend the contract at the same price, terms and conditions for a specific number of days. Additional extensions over the first one hundred twenty (120) day extension may occur, if, the City and the Successful Bidder/Proposer are in mUilml agreement of such extensions. F. Where the contract involves a single shipment of goods to the City, the contract term shall conclude upon completion ofthe 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. H. A Contract/Agreement may be awarded to the Bidder/Proposer by the City Conmlission based upon the minimum qualification requirements reflected herein. As a result of a RFP, RFQ, or RFLI, the City reserves the right to execute or not execute, as applicable, an Agreement with the Proposer, whichever is determined to be in the Page 22 of 52 34 Invitation for Bid (IFB) 516388 City's best interests. Such agreement will be furnished by the City, will contain certain terms as are in the Citis best interests, and will be subject to approval as to legal form by the City Attorney. 1.11. BID BOND/ BID SECURITY -A cashier's or cettified check, or a Bid Bond signed by a recognized smety company that is licensed to do business in the State of Florida, payable to the City of Miami, for the amount bid is required from all bidders/proposers, if so indicated under the Special Conditions. This check or bond guarantees that a bidder/proposer will accept the order or contract/agreement, as bid/proposed, if it is awarded to bidder/proposer. Bidder/Proposer shall forfeit bid deposit to the City should City award contract/agreement to Bidder/Proposer and Bidder/Proposer fails to accept the award. The City reserves the right to reject any and all surety tendered to the City. Bid deposits are returned to unsuccessfiJl bidders/proposers within ten (10) days after the award and successful bidder'S!proposer's acceptance of award. If sixty (60) days have passed after the date of the formal solicitation closing date, and no contract has been awarded, all bid deposits will be returned on demand. 1.12. RESPONSE FORM (HARDCOPY FORMAT) -All fOlms should be completed, signed and submitted accordingly. 1.13. BID SECURITY FORFEITED LIQUIDATED DAMAGES -Failure to execute an Agreement and/or file an acceptable Performance Bond, when required, as provided herein, shall be just cause for the annulment of the award and the forfeiture oftheBid Security to the City, which forfeiture shall be considel'ed, not as a penalty, but in mitigation of damages sustained. Award may then be made to the next lowest responsive, responsible Bidder 01' Proposal most advantageous to the City or all responses may be rejected. 1.14. BRAND NAMES -If and wherevel' in the specifications brand names, makes, models, names of any manufacturers, trade names, orbidder/proposel' catalog numbers are specified, it is for the purpose of establishing the type, fnnction, minimum standard of design, efficiency, grade or quality of goods only. When the City does not wish to mleout other competitors' brands or makes, the phrase "OR EQUAL" is added. When bidding/proposing an approved equal, Bidders/Proposers will submit, with their response, complete sets ofnecessalY data (factOlY information sheets, specifications, brochures, etc.) in order for the City to evaluate and determine the equality of the item(s) bid/proposed. The City shall be the sole judge of equality and its decision shall be final. Unless otherwise specified, evidence in the fOfm of samples may be requested if the proposed brand is other than specified by the City. Such samples are to be furnished after formal solicitation opening/closing 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. 1.15. CANCELLATION ~ The City reserves the right to cancel all formal solicitations before its opening/closing. In the event ofbid/pfoposal cancellation, the Director of Purchasing shall notify all prospective bidders/proposers . and make available a written explanation for the cancellation. 1.16. CAPITAL EXPENDITURES ~ Contractoi' understands that any capital expenditures that the firm makes, 01' prepares to make, in order to deliver/perform the goods/services required by the City, is a business risk which the contractor must assume. The City will not be obligated to reimburse amortized or unamortized capital expenditures; or to maintain the approved status of any contractor. If contractor has been unable to recoup its capital expenditures during the time it is rendering such goods/services, it shall not have any claim upon the City. 1.17, CITY NOT LIABJ.JE FOR DELAYS -It is further expressly agreed that in no event shall the City be liable for,or responsible to, the Bidder/Proposer/Consultant, any sub-conti'actor/s~tb.constlltant, or to any other person for, or on account of, any stoppages 01' delay in the work herein provided for by injunction 01' other legal or equitable proceedings or on account of any delay for any cause over which the City has no control. 1.18, COLLUSION -Bidder/Proposer, by submitting a response, certifies that its response is made without previous understanding, agreement 01' connection either with any person, firm ol'corporation submitting a response Page 23 of 52 35 Invitation for Bid (IFB) 516388 for the same items/services or with the City of Miami's Purchasing Department or initiating department. The Bidder/Pl'oposer certifies that its response is fair, without control, collusion, fraud or other illegal action. BidderIProposer oertifies that it is in oomplianoe with theConfliot ofInterest and Code of Ethics Laws. The City will investigate all potential situations where oollusion may have oooul'1'ed and the City reserves the right to reject any and all bids/responses where collusion may have occurred. 1.19. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS -Contraotor understands that contracts between pl'ivate entities and looal gove11lments are subject to certain laws and regulations, including laws pertaining to public records, conflict of interest, records keeping, etc. City and Contraotor agree to oomply with and observe all applioable laws, codes and ordinanoes as that may in any way affeot the goods or equipment offered, including but not limited to: A. Executive Order 11246, which prohibits discrimination against any employee, applicant, or client because of race, creed, color, national origin, sex, or .age with l'egard to, but not limited to, the following: employment practioes, rate of pay or other compensation methods, and training selection. B. Occupational, Safety and Health Aot (OSHA), as applioable to this Formal Solioitation. C. The State of Florida BtaMes, Section 287.133(3)(A) on Public Entity Crimes. D. Environment Proteotion Agenoy (EPA), as applicable fo this Formal Solioitation. E. Uniform Commercial Code (Florida Statutes, Chapter 672). F. Americans with Disabilities Aot of 1990, as amended. G. National Institute of Occupational Safety Hazards (NIOSH), as applicable to this Formal Solicitation. H. National Forest Produots Association (NFPA), as applioable to this Formal Solicitation. I. City Proourement Ordinance City Code Seotion 18, Article III. J. Conflict ofInterest, City Code Section 2-611;61. K. Cone of Silence, City Code Section 18-74. L. The Florida Statutes Seotions 218.73 and 218.74 on Prompt Payment. Laokof lmowledge by the bidder/proposer will in no way be a cause for relief from responsibility. N on~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. 1.20. CONE OF SILENCE -Pursuant to Section 18-74 of the City of Miami Code, a "Cone of Silence" is imposed upon each RFP, RFQ, RFLI, or IFB after advertisement and terminates at the time the City Manager issues a written recommendation to the Miami City Commission. The Cone of Silence shall be applicable only to Contraots for the provision of goods and services and public works or improvements for amounts greater than $200,000 .. The Cone of Silence prohibits any commll11ication regarding RFPs, RFQs, RFLI or IFBs (bids) between, among others: Potential vendors, service providers, bidders, lobbyists or consultants and the City's professional staff including, but not limited to, the City Manager and the City Manager's staff; the Mayor, City Commissioners, or their respective staffs and any member of the respective selection/evaluation committee. The provision does not apply to, among other communications: Page 24 of 52 36 Invitation for Bid (IFB) 516388 oral communications with the City purchasing staff, provided the communication is limited strictly to matters of process or procedure already contained in the formal solicitation document; the pl'ovisions of the Cone of Silence do not apply to oral communications at duly noticed site visits/inspections, pre-proposal or pre-bid conferences, oral presentations before selection/evaluation committees, contract negotiations during any duly noticed public meeting, or public presentations made to the Miami City Commission du1'ing a duly noticed public meeting; or communications in writing or by email at any time with any City employee, official or member of the City Commission unless specifically prohibited by the applicable RFP, RFQ, RFLI or IFB (bid) documents (See Section 2.2. of the Special Conditions); or communications in connection with the collection of industry comments or the performance of market research regarding a particular RFP, RFQ, RFLI OR IFB by City Purchasing staff. Proposers or bidders must file a copy of any written communications with the Office of the City Clerk, which shall be made available to any person uponl'equest. The City shall respond in writing and file a copy with the Office of the City Clerk, which shall be made available to any person upon request. Written communications may be in the form of e-mail, with a copy to the Office of the City Clerk. In addition to any other penalties provided by law, violation of the Cone of Silence by any proposer or bidder shall render any award voidable. A violation by a particular Bidder, Proposer, Offeror, Respondent, lobbyist 01' consultant shall subject same to potential penalties pursuant to the City Code. Any person having personal knowledge of a violation of these pl'ovisions shall repo!'t such violation to the State Attorney and/o!' may file a complaint with the Ethics Commission. Proposers or biddel's should reference Section 18-74 of the City of Miami Code for further clarification. This language is only a summary of the key provisions of the Cone of Silence. Please review City of Miami Code Seotion 18-74 for a oompleteand thorough description of the Cone of Silenoe. You may oontact the City Clerk at 305-250-5360, to obtain a copy of same. I 1.21. CONFIDENTIALITY -As a political subdivision, the City ofMiflmi is subject to the Florida Sunshine Aot and Publio Reoords Law. Ifthis Contract/ Agreement contains a confidentiality provision, it shall have no application when disolosure is required by Florida law or upon court order. 1.22. CONFLICT OF INTEREST -BidderslProposers, by responding to this F011rtal Solicitation, certify that to the best of their knowledge or belief, no elected/appointed official 01' employee of the City of Miami is financially interested, directly or indirectly, in the purohase of goods/services specified in this Formal Solicitation. Any such interests on the patt of the Bidder/Proposer 01' its employees m~Jst be disclosed in writing to the City. Further, yotl 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 oapital stook in your firm. A. Bidder/Proposer further agrees not to use or attempt to use any knowledge, property or resource whioh may be within his/her/its tmst, or perform his/her/its duties, to secure a special privilege, benefit, or exemption for himself/herself/itself, 01' others. BidderlProposel' may not disclose or use information not available to members of the general publio and gained by reason of his/her/its position, except for information relating exclusively to govel11mental practioes, for his/her/its personal gain or benefit or for the personal gain or benefit of any other person or business entity. . B. BidderlProposer hereby acknowledges that he/she/it has not oontracted 01' transacted any business with the City or any person or agency acting forthe City, and has not appeared in representation of any third party before any board, commission or agency of the City within the past two years, Bidder/Proposer further warrants that he/she/it is not related, specifioally the spouse, son, daughter, parent; brother or sister, to: (i) any member of the commission; (ii) the mayor; (iii) any city employee; 01' (iv) any member of any board or agency of the City. C, A violation ofthis seotion may subject the BidderlProposer to immediate termination of any professional services agreement with the City, imposition of the maximum fine and/or any penalties allowed by law. Page 25 of 52 37 Invitation for Bid (IFB) 516388 Additionally, violations maybe considered by and subject to action by the Miami-Dade County Commission on Ethics. L23. COPYRIGHT OR PATENT RIGHTS -Bidders/Proposers warrant that there has been no violation of copyright or patent rights in manufacturing, prodhcing, or selling the goods shipped or ordered and/or services provided as a result of this formal solicitation, and bidders/proposers -agree to hold the City harmless from any and all liability, loss, or expense occasioned by any such violation. L24. COST INCURRED BY BIDDERIPROPOSER -All expenses involved with the preparation and submission of Responses to the City, or any work performed in connection therewith shall be borne by the Bidder(s)/Proposer(s). 1.25. DEBARMENT AND SUSPENSIONS (Sec 18-107) (a) Authority and requirement to debar and suspend. After reasonable notice to an actual or prospective Contractual Party, and after reasonable opportunity for such party to be heard, the City Manager, after consultation with the Chief Procurement Officer and the city attorney, shall have· the authority to debar a Contractual Party, for the causes listed below, from consideration for award of city Contracts. The debarment shall be for a period of not fewer than -three years. The City Manager shall also have the authority to suspend a Contractual Party from consideration for award of city Contracts if there is probable calise for debarment, pending the debarment determination. The authority to debar and suspend contractors shall be exercised in accordance with regulations which shall be issued by the Chief Procurement Officer after approval by the City Manager, the city attorney, and the City Commission. (b) Causes for debarment or suspension. Causes for debarnlent or suspension include the following: (1) Conviction for commission of a cdminal offense incident to obtaining or attempting to obtain a public or private Contract or subcontract, or incident to the perf01mance of sllch Contract or subcontract. (2) Conviction under state or federal statutes of embezzlement, theft;, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty. (3) Conviction under state or federal antitnlst statutes arising out of the submission of Bids or Proposals. (4) Violation of Contract pl'ovisions, which is regarded by the Chief Procurement Officer to be indicative of nonresponsibility. Such violation may include failure without good cause to perfotnl in accol'dance with the terms and conditions of a Contract or to perform within the time limits provided in a Contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debmment or suspension. (5) Debatnlent or suspension of the Contractual Party by any federal, state or other governmental entity. (6) False certification pursuant to paragraph (c) below. (7) Found in violation of a zoning ordinance 01' any other city ordinance or regulation and for which the violation remains noncompliant. (8) Found in violation of a zoning ordinance or any other city ordinance or regulation and for which a civil penalty or fine is due and owing to the city. (9) Any other cause judged by the City Manager to be so serious and compelling as to affect the Page 26 of 52 38 Invitation for Bid (IFB) 516388 responsibility of the Contractual Party performing city Contracts. (c) Certification. All Contracts for goods and services, sales, and leases by the city shall contain a certification that neither the Contractual Party nor any of its principal owners or personnel have been convicted of any of the violations set forth above 01' deban'ed or suspended as set forth in paragraph (b )(5). (d) Debarment and suspension decisions. Subject to the provisions of paragraph (a), the City Manager shall render a written decision stating the reasons for the clebannent or suspension. A copy of the decision shall be provided promptly to the Contractual Party, along with a notice of said party's right to seek judicial relief. 1.26. DEBARRED/SUSPENDED VENDORS -An entity or affiliate who has been placed on the State of Florida debarred or suspended vendor list may not submit a response on a contract to provide goods or services to a public entity, may not submit a response on a contract with a public entity for the const11lction or repair of a public building or public work, may not submit response on leases of real property to a public entity, may not award or perform work as a contl'actol', supplier, subcontractor, or consultant under contract with any public entity, and may not transact bnsiness with any pnblic entity. 1.27. DEFAULT/FAILURE TO PERFORM -The City shall be the sole judge of nonperformance, which shall include any failure on the part of the successful Bidder/Proposer to accept the award, to furnish required documents, and/or to fulfill any portion of this contract within the time stipulated. Upon default by the successful BidderlProposer to meet any te1ms of this agreement, the City will notify the Bidder/Proposer of the default and will provide the contractor three (3) days (weekends and holidays excluded) to remedy the default. Failure on the contractor's part to correct the default within the required three (3) days shall result in the Contract being terminated and upon the City noti:fying in writing the contractor ofits intentions and the effective date of the te~mination. The following shall constitute default: A. Failure to perform the work or deliver the goods/services required under the Contract andlor within the time required or failing to use the subcontractors, entities and personnel as idel1tified and set forth, and to the degree specified in the Contract. B. Failure to begin the work under this Contract within the time specified. C. Failure to perform the work with sufficient workers and equipment or with sufficient materials to ensure timely completion. D. Neglecting or refusing to remove materials 01' perform new work where prior work has been rejected as nonconfOlming with the terms of the Contract. . E. Becoming insolvent, being declared bankmpt, or committing any act of bankruptcy or insolvency, 01' making an assignment for the benefit of creditors, if the insolvency, bankmptcy, 01' assignment renders the successful Bidder/P.oposer incapable of pel' forming the work in accordance with and as required by the Contract. F. Failure to comply with any ofthe terms of the Contract in any material respect. All costs and charges incurred by the City as a result of a default or a default incurred beyond the time limits stated, together with the cost of completing the work, shall be deducted from any monies due or which may become due on this Contract. 1.28. DETERMINATION OF RESPONSIVENESS -Each Response will be reviewed to determine if it is responsive to the' submission requirements outlined in the Formal Solicitation. A "responsive" response is one which follows the requirements of the formal solicitation, includes all documentation, is submitted in the format outlined in the formal solicitation, is of timely submission, and has appropriate signatures as required on each document. Failure Page 27 of 52 39 Invitation for Bid (IFB) 516388 to comply with these l'equirements may deem a Response non~responsive. / 1.29. DISCOUNTS OFFERED DURING TERM OF CONTRACT -Discount Prices offered in the response 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 response will be accepted from successful Bidder(s)/Proposer(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/Proposer will be passed on to the City. 1.30. DISCREPANCIES, ERRORS, AND OMISSIONS ~ Any discrepancies, errors, 01' ambiguities in the Formal Solicitation or addenda (if any) should be reported in w1'iting to the City's Purchasing Department. Should it be found necessary, a written addendum will be incorporated in the Formal Solicitation and will become part of the purchase agreement (contract documents). The City will not be responsible for any oral instmctions, clarifications, 01' other communications. A. Order of Precedence -Any inconsistency in this fOlmal solicitation shall be resolved by giving precedence to the following documents, the first of such list being the governing documents. 1) Addenda (as applicable) 2) Specifications 3) Special Conditions 4) General Terms and Conditions 1.31. EMERGENCY / DISASTER PERFORMANCE -In the event of a hur1'icane or other emergency or disaster situation, the successful vendor shall provide the City with the commodities/services defined within the scope of this fOl'mal solicitation at the price contained within vendor's l'esponse. Fnrther, successful vendor shall deliver/pe1'form for the city on a priority basis during such times of emergency. 1.32. ENTIRE BID CONTRACT OR AGREEMENT -The Bid Contract 01' Agreement consists of this City of Miami Formal Solicitation and specifically this General Conditions Section, Contractor's Response and any written agreement ente1'ed into by the City of Miami and Contractor in cases involving RFPs, RFQs, and RFLIs, and represents the entire understanding and agreement between the parties with respect to the subject matter hereof and supersedes all other negotiations, understanding and representations, if any, made by and between the parties. To the extent that the agreement conflicts with, modifies, alters or changes any of the te1ms and conditions contained in the F01mal Solicitation and/or Response, the Formal Solicitation and then the Response shan control. This Contract may be modified only by a written agreement signed by the City of Miami and Contractor. 1.33. ESTIMATED QUANTITIES -Estimated quantities or estimated dollarsal'e provided for yom' guidance only. No guarantee is expressed 01' implied as to qnantities 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 contract. Said estimates may be used by the City for purposes of determining the low bidder or most advantageous proposer meeting specifications. The City reserves the right to acquire additional quantities at the prices bid/proposed or at lower prices in this Formal Solicitation. 1.34. EVALUATION OF RESPONSES A.Rejection of Responses The City may reject a Response for any of the following reasons: 1) BidderlProposer fails to acknowledge receipt of addenda; 2) Bidder/Proposer mistates or conceals any material fact in the Response; Page 28 of 52 40 Invitation for Bid (IFB) 516388 3) Response does not conform to the requirements ofthe Fonnal Solicitation; 4) Response requires a conditional award that conflicts with the method of award; 5) Response does not include required samples, certificates, licenses as required; and, 6) Response was not executed by the Bidder'slProposer(s) authorized agent. The foregoing is not an all inclusive list of reasons for which a Response may be rejected. The City may reject and re·advertise for all or any part of the Fom1al 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 Debam1ent and Suspension Ordinance. C. Determination of Responsibility 1) Responses will only be considered fi:om entities who are reglllarly engaged in the business of providing the goods/equipment/services required by the Formal Solicitation. BidderlProposer must be able to demonstrate a satisfactory record ofperfonnance and integrity; and, have sufficient financial, material, equipment, facility, personnel resources, and expeltise to meet all contractual requirements. The terms "equipment and organization" as used herein shall be constmed to mean a fully equipped and well established entity in line with the best industry practices in the industty as determined by the City. 2) The City may consider any evidence available regarding the financial, technical and other qualifications and abilities of a Biddel'IProposer, including past performance (experience) with the City or any other governmental entity in making the award. 3) The City may require the Bidder(s)/Proposer(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 Fonnal Solicitation. 1.35. EXCEPTIONS TO GENERAL AND/OR SPECIAL CONDITIONS OR SPECIFICATIONS ~ Exceptions to the specifications shall be listed on the Response and shall reference the section. Any exceptions to the General or Special Conditions shall be cause for the bid (IFB) to be considered non.responsive. It also may be canse for a RFP, RFQ, or RFLI to be considered non·responsive; and, if exceptions are taken to the tennsand conditions of the resulting agreement it may lead to terminating negotiations. 1.36. F.O.B. DESTINATION ~ Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the bidder/proposer must be F.O.B. DESTINATION) inside delivelY, with all delivery costs and charges included in the bid/pl'oposal price, unless othel'wise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid/proposal. 1.37. FIRM PRICES· The bidder/proposer warrants that prices, terms, and conditions quoted in its response will be firm throughout the duration of the contt'act unless otherwise specified in the Formal Solicitatio11. Such prices will remain firm for the period of petfOlmance or resulting purchase orders or contracts, which are to be pelformed or supplied over a period of time. 1.38. FLORIDA MINIMUM WAGE· The Constitution of the State of Florida, Article X, Section 24, states that Page 29 of 52 41 Invitation for Bid (IFB) 516388 employers shall pay employee wages no less than the minimum wage for all hours worked in Florida. Accordingly, it is the contractor's and its' subcontractor(s) responsibility to understand and comply with this Florida constitutional minimum wage requirement and pay its employees the cun-ent established hourly minimum wage rate, which is subject to change or adjusted by the rate of inflation using the consumer price index fbt· urban wage earners and clerical workers, CPI-W, or a successor index as calculated by the United States Department of Labor. Each adjusted minimum wage rate calculated shall be determined and published by the Agency Workforce Innovation on September 30th of each year and take effect on the following Jannary 1st. At the time of responding, it is bidder/proposer and his/her subcontractor(s), if applicable, full responsibility to determine whether any of its employees may be impacted by this Florida Law at any given point in time dming the t61m ofthe contract. If impacted, bidder/proposer must finnish employee name(s), job title(s), jobdescription(s), and cun-ent pay rate(s). Failure to submit this information at the time of submitting a response constihlte successfill bidder's/proposer's acknowledgement and understanding that the Florida Minimum Wage Law will not impact its prices throughout the term of contract and waiver of any contractual pl'ice increase request(s). The City reserves the right to request and successful bidder/proposer must provide for any and all information to make a wage and contractual price increase(s) determination. 1.39. GOVERNING LAW AND VENUE -The validity and effect ofthis Contract shall be governed by the laws of the State of Florida. The parties agree that any action, mediation or arbitration arising out of this Contract shall take place in Miami-Dade County, Florida. 1.40.lIEADINGS AND TERMS -The headings to the val'i01Js paragraphs of this Contract have been inserted for convenient reference only and shall not in any manner be construed as modifying, amending or affecting in any way the expressed terms and provisions hereof. 1.41. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA)-Any person 01' . entity that performs 01' assists the City of Miami with a fimction or activity involving the use or disclosure of "individually identifiable health infotmation (lIBI) and/or Protected Health Information (PHI) shall comply with the Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the City of Miami Privacy Standards. HIPAA mandates for privacy, security and electronic transfer standards, which include but are not limited to: A. Use of information only for perfotming services required by the contract or as required by law; B. Use of appropriate safeguards to pl'event non-permitted disclosures; C. Reporting to the City of Miami of any non-permitted use or disclosure; D. Assurances that any agents and subcontractors agree to the same restrictions and conditions that apply to the Bidder/Proposer and reasonable assurances that IIHVPHI will be held confidential; E. Making Protected Health Information (PHI) available to the customer; F. Making PHI available to the customer for review and amendment; and incorporating any amendments requested by the customer; G. Making PI-II available to the City of Miami for an accounting of disclosures; and H. MaJdng internal practices, books and records related to PHI available to the City of Miami for compliance audits. PHI shall maintain its protected stahlS regardless of the form and method of transmission (paper records, and/or electronic transfer of data). The Bidder/ Proposer must give its customers written notice of its privacy information practices including specifically, a description of the types of uses and disclosures that would be made with protected health information. 1.42 INDEMNIFICATION -Contractor shall indemnify, hold hatmless and defend the City, its officials, officers, Page 30 of 52 42 Invitation for Bid (IFB) 516388 agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Contract and will indemnify, hold harmless and defend the City, its officials, officers, agents, directors and employees against, any civil actions, statutory or similar claims, inJuries or damages arising or resulting from the permitted work, even if it is alleged that the City, its officials and/or employees were negligent. These indemnifications shall survive the term of this Contract. In the event that any action or proceeding is brought against City by reason of any such claim or deman,d, Contractor shall, upon written notice from City, resist and defend such action 01' proceeding by counsel satisfactory to City. The Contractor expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by Contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instmmentalities as herein provided. The indemnification provided above shaH obligate Contractor to defend at its own expense to and through appellate, supplemental or bankmptcy proceeding, or to provide for such defense, at City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against City whether performed by Contractor, or persons employed or utilized by Contractor. This indemnity will survive the cancellation or expiration ofthe Contract. This indemnity will be interpreted under the laws of the State of Florida, including without limitation and which conforms to the limitations of§725.06 and/or §725.08, Fla. Statues, as amended from time to time as applicable. Contmctor shall reqnire all Sub-Contractor agreements to include a provision that they will indemnify the City. The Contractor agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions ofthe Contractor in which the City participated either through review or concurrence of the Contractor's actions. In reviewing, approving 01' rejecting any submissions by the Contractor or other acts of the Contractor, the City in no way assumes or shares any responsibility 01' liability of the Contractol' or Sub-Contractor, under this Agreement. 1.43. FORMATION AND DESCRIPTIVE LITERATURE -BidderslProposer mnst furnish all information requested in the spaces provided in the Fonhal Solicitation. Further, as may be specified elsewhere, each Bidder/Proposer must submit for evaluation, cuts, sketches, descriptive literature, technical specifications, and Matetial Safety Data Sheets (MSDS)as required, covering the products offered. Reference to literature submitted with a pl'evious response or on file with the Buyer will not satisfy this provision. 1.44. 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 and/ot services required to be provided by the Contractor under this Contract conform to the terms and conditions of the Formal Solicitation. Contractor shall make available to the City all reasonable facilities and assistance to facilitate the performance oftests or inspections by City representatives. All tests and inspections shall be subject to, and made in accordance with, the provisions of the City of Miami Ordinance No. 12271 (Section 18-79), as same may be amended or supplemented from time to time. 1.45. INSPECTION OF RESPONSE -Responses received by the City pursuant to a Formal Solicitation will not be made available until such time as the City provides notice of a decision or intended decision or within 30 days after bid closing, whichever is earlier. Bid/Proposal results will be tabulated and may be furnished upon request via fax or e-mail to the Sr. Procurement Specialist issuing the Solicitation. Tabulations also are available on the City's Web Site following reconunendation for award. 1.46. INSURANCE -Within ten (10) days after receipt of Notice of Award, the successful Contractor, shall fUl'11ish Evidence of Insurance to the Purchasing Department, if applicable. Submitted evidence of coverage shall demonstrate strict compliance to all requirements listed on the Special Conditions entitled "Insurance Page 31 of 52 43 Invitation for Bid (IFB) 516388 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 Solicitation 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 Solicitation within fifteen (15) calendar days after receipt Notice of Award, the contractor shall be in default of the contractual terms and conditions and shall not be awarded the contract. Uhder such circumstances, the Bidde1'lProposer may be prohibited from submitting future responses to the City .. Information regarding any insurance requirements shall be directed to the Risk Administrator, Department of Risk Management, at 444 SW 2nd Avenue, 9th Floor, Miami, Florida 33130, 305-416-1604. The Bidder/Proposer shall be responsible for assuring that the insurance certificates required in conjlmction with this Section remain in effect for the duration of the contractual period; including any and all option terms that may be granted to the Bidde1'iProposer. 1.47. INVOICES -Invoices shall contain purchase order nnmber and details of goods and/or services delivered (i.e. quantity, unit price, extended price, etc); and in compliance with Chapter 218 ofthe Florida Statutes (Prompt . Payment Act). 1.48. LOCAL PREFERENCE A. City Code Section 18-85, states, "when a responsive, responsible non-local bidder submits the lowest bid price, and the bid submitted by one or more responsive, responsible local bidders. who maintain a local office, as defined in Section 18-73, is within fifteen percent (15%) of the price submitted by the non-local bidder, then that non-local bidder and each of the aforementioned responsive, responsible local bidders shall have the opportunity to submit a best and final bid equal to 01' lower than the amount of the low bid previously submitted by the non-local bidder. Contract award shall be made to the lowest responsive, responsible bidder submitting the lowest best and final bid. In the case of a tie in the best and final bid between a local bidder and a non-local bidder, contract award shall be made to the local bidder." B. City Code Section 18-86, states, "the RFP, RFLI or RFQ, as applicable, may, in the exercise of the reasonable professional discretion ofthe City:M;anager, director ofthe using agency, and the ChiefProctlrement Officer, include a five (5%) percent evaluation criterion in favor of pro posers who maintain a local office, as defined in Section 18-73. In such cases, this five (5%) percent evaluation criterion in favor of proposers who maintain a local office will be specifically defined in the RFP, RFLI or RFQ, as applicable; otherwise, it will not apply. 1.49. MANUFACTURER'S CERTIFICATION -The City reserves the right to request from bidders/proposers a separate Manufacturer's Certification of all statements made in the bid/proposal. Failure to provide such certification may result in the rejection of bid/proposal or termination of contract/agreement, for which the bidder/proposer must bear full liability. . 1.50. MODIFICATIONS OR CHANGES IN PURCHASE ORDERS AND CONTRACTS -No cont1'act 01' understanding to modify this Formal Solicitation 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, addendum, amendment, or supplement to the contract, purchase order or award sheet as appropriate. 1.51. NO PARTNERSHIP OR JOINT VENTURE -Nothing contained in this Contract will be deemed or construed to create a partnership or joint venture between the City of Miami and Contractor, or to create any other similar relationship between the parties. Page 32 of 52 44 Invitation for Bid (IFB) 516388 1.52. 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. Items delivered not confOlming to specifications may be rejected and returned at Bidder's/Proposer's expense. These non-conforming items not delivered as per delivery date in the response and/or Purchase Order may result in bidder/proposer being found in default in which event any and all re-procurement costs may be charged against the defaulted contractol'. Any violation of these stipulations may also result in the supplier's name being removed from the City of Miami's Supplier's list. 1.53. NONDISCRIMINATION -BidderlProposer agrees that it shall not discriminate as to race, sex, color, age, religion, national origin, marital status, or disability in connection with its perrolmance under this formal solicitation. Furthermore, Bidder/Proposer 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, 01' be subjected to, discrimination under any program or activity. In connection with the conduct of its business, including performance of services and employment of personnel, BidderlProposer shall not discriminate against any person on the basis ofrace, color, religion, disability, age, sex, marital status or national origin. All persons having appropriate qualifications shall be afforded equal opporhmity for employment. 1.54. NON-EXCLUSIVE CONTRACT/ PIGGYBACK PROVISION -At such times as may serve its best interest, the City of Miami reserves the right to advertise for, receive, and award additional contracts for these herein goods and/or services, and to tmike use of other competitively bid (governmental) contracts, agreements, 01' other similar sources for the purchase of these goods and/or services as may be available; It is hereby agreed and understood that this formal solicitation does not constiMe the exclusive rights of the successful bidder(s)/proposer(s) to receive all orders that may be generated by the City in conjunction with this Formal Solicitation. In addition, any and all commodities, equipment, and services required by the City in conjunction with constntction projects are solicited under a distinctly different solicitation process and shall not be purchased under the terms, conditions and awards rendered under this solicitation, unless such purchases are determined to be in the best interest ofthe City. 1.55. OCCUPATIONAL LICENSE -Any person, film, corporation orjoint venhlre, with a business location in the City of Miami and is submitting a Response under this Formal Solicitation shall meet the City's Occupational License Tax requirements in accordance with Chapter 31.1, Article I ofthe 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 response; however, the City may at its sole option and in its best interest allow the Bidder/Proposer to supply the license to the City during the evaluation period, but prior to award. 1.56. ONE PROPOSAL -Only one (1) Response from an individual, firm, partnership, corporation or joint venture will be considered in response to this Formal Solicitation. 1.57. OWNERSHIP OF DOCUMENTS -It is understood by and between the parties that any documents, records, files, or any other matter whatsoever which is given by the City to the successful Bidder/Proposer pursuant to this formal solicitation shall at all times remain the property of the City and shall not be used by the Bidder/Proposer for any other purposes whatsoever without the written consent ofthe City. 1.58. P ARTIAL INVALIDITY -If any provision of this Contract or the application thereof to any person 01' Page 33 of 52 45 Invitation for Bid (IFB) 516388 circumstance shall to any extent be held invalid, then the remainder of this Contract or the application of such provision to persons or circumstances other than those as to which it is held invalid shall not be affected thereby, and each provision of this 'Contract shall be valid and enforced to the fullest extent permitted by law. 1.59. PERFORMANCE/PAYMENT BOND -A Contractor may be required to furnish a Performance/Payment Bond as part of the requirements of this Contract, in an amount equal to one hundred percent (100%) of the contract price. 1.60. PREPARATION OF RESPONSES (HARDCOPY FORMAT) -BidderslProposers are expected to examine the specification~, required delivery, drawings, and all special and general conditions. All bid/proposed amounts, if required, shall be either typewritten or entered into the space provided with ink. Failure to do so will be at the Bidder's/Proposer's risk. A. Each Bidder/Proposer shall furnish the infotmation required in the FOlma1 Solicitation. The BidderlProposer shall sign the Response and print in ink or type the name of the Bidder/Proposer, address, and telephone number on the face page and on each continuation sheet thereof on which he/she makes an entry, as required. B. If so required, the unit price for each unit offered shall be shown, and such price shall include packaging, handling and shipping, and F.O.B. Miami delivery inside City premises 11111ess otherwise specified. Bidder/Proposer shall include in the response all taxes, insurance, social security, workmen's compensation, and any other benefits normally paid by the Bidder/Proposer to its employees. If applicable, a unit price shall be entered in the "Unit Price"colurnn for each item. Based upon estimated quantity, an extended price shall be entered in the "Extended Price" coltlrnn for each item offered. In case of a discrepancy between the unit price and extended price, the unit price will be pt'esumed correct. C. The Bidder/Proposer must state a definite time, if required, in calendar days for dellvety of goods and/or services. D. The BidderlProposer should retain a copy of all response documents for future reference. E. All responses, as described, must be fully completed and typed or printed in ink and must be signed in ink with the firm'.s name and by an officer or employee having authority to bind the company 01' firm by his/her signature. Bids/Proposals having any erasures or corrections must be initialed in ink by person signing the response or the response may be rejected. F. Responses are to remain valid for at least 180 days. Upon award of a contract, the content of the Successful Bidder'slProposel"s response may be included as part oftheoontract, at the City's discretion. G. The City ofMianii's Response Forms shall be used when Bidder/Proposer is submitting its response in hardcopy format. Use of any other forms will result in the rejection of the response. IF SUBMITTING HARDCOPY FORMAT, THE ORIGINAL AND THREE (3) COPIES OF THESE SETS OF FORMS, UNLESS OTHERWISE SPECIFIED, AND ANY REQUIRED ATTACHMENTS MUST BE RETURNED TO THE CITY OR YOUR RESPONSE MAY BE DEEMEDNON·RESPONSIVE. 1.61. PRICE AD.JUSTMENTS -Any price decrease effectuated during the contract period either by reason of market c~ange or on the part ofthe contractor to other customers shall be passed on to the City of Miami. 1.62. 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 City's authorized representative(s) to supply a substitute product at the awarded price 01' lower, provided that a sample is approved in advance of delivery and that the new product meets 01' exceeds all quality requil'ements. Page 34 of 52 46 Invitation for Bid (IFB) 516388 1.63. CONFLICT OF INTEREST, AND UNETHICAL BUSINESS PRACTICE 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. 1.64. PROMPT PAYMENT -BidderslProposers may offer a cash discount f01' prompt payment; however, discounts shall not be considered in determining the lowest net cost for response evaluation purposes. BidderslProposers are required to provide their prompt payment terms in the space provided on the Formal Solicitation. If no prompt payment discount is being offered, the Bidder/Proposer must enter zero (0) for the percentage discount to indicate no discount. If the Bidder/Proposer 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 latel·. 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 oHhe 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. Ptice discounts off the original prices quoted on the Price Sheet will be accepted from successful bidders/proposers during the term oHhe contract. 1.65. PROPERTY -Property owned by the City of Miami is the responsibility of the City of Miami. Such property furnished to a Contractor for repair, modification, study, etc., shall remain the property of the City of Miami. Damages to such property occurring while in the possession of the Contractor shall be the responsibility of the Contractor; Damages occurring to such property while in route to the City of Miami shall be the responsibility of the Contractor. In the event that such property is destroyed or declared a total loss, the Contractor shall be responsible for replacement value of the property at the current market value, less depreciation ofthe property, if any. 1.66. PROVISIONS BINDING -Except as otherwise expressly provided in the resulting Contract, all covenants, conditions and provisions of the resulting Contract shall be binding upon and shall inure to the benefit of the parties hereto and tlteir respective heirs, legal representatives, successors and assigns. 1.67. PUBLIC ENTITY CRIMES a A-person or affiliate who has been placed on the convicted vendor list following a conviction fora public entity crime may not submit a response on a contract to provide any goods or services to a public entity, may not submit a response on a contract with a publio entity for the constmction or repair of a public building or public work, may not submit responses on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractol', 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 fora petiod of36 months from the date of being placed on the convicted vendor list. 1.68. 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 City of Miami Code, Section 18, Article III, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable law. Contractor shall additionally comply with the provisions of Section 119.0701, Flol'ida Statutes, entitled "Contracts; public records". Contractor's failure ol'1'efl.1sal to comply with the provision of this section shall result in the immediate cancellation of this Cont1'act by the City. Page 35 of 52 47 Invitation forBid (IFB) 516388 1.69. QUALITY OF GOODS, MATERIALS, SUPPLIES, PRODUCTS, AND EQUIPMENT -All materials used in the manufacturing or constmction of supplies, materials, or equipment covered by this solicitation shall be new. The items bid/pi'oposed must be ofthe latest make or model, ofthe best quality, and of the highest grade of workmanship, unless as otherwise specified in this Solicitation. 1.70. QUALITY OF WORK/SERVICES -The work/services perfolmed must be of the highest quality and workmanship. Materials furnished to complete the service shall be new and ofthe highest quality except as otherwise specified in this Solicitation. 1.71. REMEDIES PRIOR TO AWARD (Sec. 18-106) -Ifprior to Contract award it is determined that a fOlmal solicitation or proposed award is in violation of law, then the solicitation or proposed award shall be cancelled by the City Commission, the City Manager or the Chief Procurement Officer, as may be applicable, or'revised to comply with the law. 1.72. RESOLUTION OF CONTRACT DISPUTES (Sec. 18-105) (a) Authority to resolve Contmct disputes. The City Manager, after obtaining the approval of the city attorney, shall have the autho1'ity to 1'esolve controve1'sies between the Contractual Party and the city which arise under, 01' by virtue of, a Contract between them; provided that, in cases. involving an amount greater than $25,000, the City Commission must approve the City Manager's decision. Such authority extends, without limitation, to controversies based upon breach of COhtract, mistake, misrepresentation or lack of complete performance, and shall be invoked by a Contractual Party by submission of a protest to the City Manager. (b) Contract dispute decisions. Ifa dispute is not resolved by mutual consent, the City Manager shall promptly render a written report stating the reasons for the action taken by the City Commission or the City Manager which shall be final and conclusive. A copy of the decision shall be immediately provided to the protesting party, along with a notice of such party's right to seek judicial relief, provided that the protesting party shall not be entitled to such judicial relief without first having followed the procedure set f01th in this section. 1.73. RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (Sec. 18-104) (a) Right to protest. The following procedures shall be used for resolution of protested solicitations and awards except for purchases of goods, supplies, equipment,and services, the estimated cost of which does not exceed $25,000. Protests thereon shall be governed by the. Administrative Policies and Procedures of Purchasing, 1.Protest of Solicitation. i. Any prospective proposer who perceives itself aggrieved in connection with the solicitation of a Contract may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief PrOCtJrement Officer within three days after the Request for Proposals, Request for Qualifications or Request for Letters of Interest is published in a newspaper of genel'al circulation. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer; or ii. Any prospective bidder who intends to contest the Solicitation Specifications or a solicitation may protest to the ChiefP1'ocurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officei' within three days after the solicitation is published in a newspaper of general circulation, A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer, 2. Protest of Award. i. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after Page 36 of 52 48 Invitation for Bid (IFB) 516388 receipt by the proposer of the notice of the City Manager's recommendation for award of Contract, which will be posted on the City of Miami Purchasing Department website, in the Supplier Corner, CUl1'ent Solicitations and Notice of Recommendation of Award Section. The notice ofthe City Manager's recommendation can be found by selecting the details of the solicitation and is listed as Recommendation of Award Posting Date and Recommendation of Award To fields. If "various" is indicated in the Recommendation of Award To field, the Bidder/Proposer must contact the buyer for that solicitation to obtain the suppliers name. It shall be the responsibility of the Bidder/Proposer to check this section of the website daily after responses are submitted to receive the notice; or ii. Any actual Responsive and Responsible Bidder whose Bid is lower than that ofthe recommended bidder may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after receipt by the bidder of the notice ofthe city's determination of non responsiveness or non responsibility. The receipt by bidder of such notice shall be confirmed by the city by facsimile or electronic mail or U.S. mail, retum receipt requested. A notice of intentto file a protest is considered filed when received by the Chief Procurement Officer. iii. A written protest based on any of the foregoing must be submitted to the Chief Procurement Officer within five (5) days after the date the notice of protest was filed. A written protest is considered filed when received by the Chief Procurement Officer. The written protest may not challenge the relative weight of the evaluation criteria 01' the formula for assigning points in making an award determination. The written protest shall state with particularity the specific facts and law upon which the protest of the solicitation or the award is based, and shall include all pertinent documents and evidence and shall be accompanied by the required Filing Fee as provided in subsection (f). This shall form the basis for review of the written protest and no facts, gl'ounds, documentation or evidence not contained in the protester's submission to the Chief Procurement Officer at the time of filing the protest shall be pernlitted in the consideration of the written protest. No time will be added to the above limits for service by mail. In computing any period oftime prescribed or allowed by this section, the day of the act, event or default from which the designated period of time begins to nm shall not be included. The last day ofthe period so computed shall be included unless it is a Saturday, Sunday or legal holiday in which event the pedodshall mn until the end ofthe next day which is neither a Saturday, Sunday or legal holiday. Intermediate Saturdays, Sundays and legal holidays shall be excluded in the computation of the time for filing. (b) Authority to resolve protests. The Chief Procurement Officer shall have the authority, subject to the approval of the City Manager and the city attomey, to settle and resolve any written protest. The Chief Procurement Officer shall obtain the requisite approvals and communicate said decision to the protesting party and shall submit said decision to the City Commission within 30 days after helshe receives the protest. In cases involving more than $25;000, the decision of the Chief Procurement Officer shall be submitted for approval or disapproval thereof to the City Commission after a favorable recommendation by the city attomey and the City Manager. (c) Compliance with filing requirements. Failure of a party to timely file either the notice of intent to file a protest or the written protest, together with the required Filing Fee as provided in subsection (f), with the Chief Procurement Officer within the time provided in subsection (a), above, shall constitute a forfeiture of such party's right to file a protest pursuant to this section. The protesting party shall not be entitled to seek judicial relief without first having followed the procedure set forth in this section (d) Stay of Procurements during protests. Upon receipt of a written protest filed pursuant to the requirements of this section, the city shall not proceed further with the solicitation or with the award of the Contract until the protest is resolved by the Chief Procurement Officer or the City Commission as provided in subsection (b) above, unless the Page 37 of 52 49 Invitation for Bid (IFB) 516388 City Manager makes a written determination that the solicitation process or the Contract award must be continued without delay in order to avoid an immediate and serious danger to the public health,safety or welfare. ( e) Costs. All costs accming from a protest shall be assumed by the protestor. (t) Filing Fee. The written protest must be accompanied by a filing fee in the form of a money order 01' cashier's check payable to the city in an amount equal to one percent ofthe amount of the Bid or proposed Contract, or $5000.00, whichevef' is less, which filing fee shall gua1'antee the payment of all costs which may be adjudged against the protestor in any administrative or court proceeding. If a p1'otest is upheld by the Chief Procurement Officer and/or the City Commission, as applicable, the filing fee shall be refunded to the protestor less any costs assessed under subsection (e) above. If the protest is denied, the filing fee shall be forfeited to the city in lieu of payment of costs for th~ administrative proceedings as prescribed by subsection (e) above. 1.74.SAMPLES ~ Samples of items, when required, must be submitted within the time specified at no expense to the City. Ifnot destroyed by testing, bidder(s)/proposer(s) will be notified to remove samples, at their expense, within 30 days after notification. Failure to remove the samples will result in the samples becoming the property of ~~ . 1.75. SELLING, TRANSFERRING OR ASSIGNING RESPONSIBILITiES ~ Contractor shall not sell, assign, transfer or subcont1'act at any time during the term of the Contract, 01' any part of its operations, or assign any portion of the performance required by this 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. 1.76. SERVICE AND WARRANTY -When specified, the bidder/proposer shall define all warranty, service and replacements that will be provided. Bidders/Proposer must explain on the Response to what extent warranty and service facilities are available. A copy of the manufacturer's warranty, if applicable, should be submitted with your response.' . 1.77. 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 correct type, size and design are to be used. All workmanship and services is to be first quality. All interpretations of these specifications shall be made upon the basis of this statement. IfyoUl' firm has a current contract with the State of Florida, Department of General Services, to supply the items on this solicitation, the bidder/proposer shall quote not more than the contract price; failure to comply with this request will result in disqualification of bid/proposal. 1.78. SUBMISSION AND RECEIPT OF RESPONSES -Responses shall be submitted electronically via the Oracle SYBtem or l'esponses may be submitted in hardcopy format to the City Clerk, City Hall, 3500 Pan American Drive, Miami, Florida 33133-5504, at or before, the specified clOSing date and time as designated in the IFB, RFP, RFQ, or RFLI. NO EXCEPTIONS. BidderslProposers are welcome to attend the solicitation closing; however, no award will be made at that time. A. Hardcopy responses shall be enclosed in a sealed envelope, box package. The face of the envelope, box or package must show the hour and date specified for receipt of responses, the solicitation number and title, and the name and return address of the BiclderlProposer. Hardcopy responses not submitted on the requisite Response Forms may be rejected. Hardcopy responses received at any other location than the specified shall be deemed non-responsive. Page 38 of 52 50 Invitation for Bid (IFB) 516388 Directions to City Hall: FROM THE NORTE-I: 1-95 SOUTH UNTIL IT TURNS INTO US 1. US 1 SOUTH TO 27TH AVE., TURN LEFT, PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. P ARI(ING IS ON RIGHT. FROM THE SOUTH: US 1 NORTH TO 27TH AVENUE, TURN RIGHT, PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARICING IS ON RIGHT. B. Facsimile responses will not be considered. C. Failure to follow these procedures is cause for rejection ofbicVproposal. D. The responsibility for obtaining and submitting a response on or before the close date is solely and strictly the l'espotlsibility of Bidder/Proposer. The Cit'yofMiami is not l'esponsiblefor delays caused by the United States mail delivery 01' caused by any other occurrence. Responses received after the solicitation closing date and time will be returned unopened, and will not be considered for award. E. Late responses will be rejected. F. Alll'esponses are subject to the conditions specified herein. Those which do not comply with these conditions are subject to rejection. . G. Modification of responses already submitted will be considered only if reoeived at the City before the time and date set for closing of solicitation responses. All modifications must be submitted via the Oracle System or in writing. Once a solicitation closes (closed date and/or time expires), the City will not consider any subsequent submission whicha1tet·s the responses. H. Ifhardcopy responses are submitted at the same time for different solicitations, each response must be placed in a separate envelope, box, or package and each envelope, box or package must contain the information previously stated in 1.82.A. 1.79. T1L~ES -The City of Miami is exempt from any taxes imposed by the State and/or Federal Government. Exemption certificates will be provided upon request. Notwithstanding, Bidders/Proposers should be aware of the fact that all materials and supplies which are purchased by the BidderlProposer for the completion of the contract is subject to the Florida State Sales Tax in aocordance with Section 212.08, Florida Statutes, as amended and aU amendments thereto and shall be paid solely by the Bidder/Proposer. 1.80. TERMINA nON -The City Manager on behalf of 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: A. The contractor is determined by the City to be in breach of any of the tel1us and conditions of the contract. B. The City has detentdned that such termination will be in the best interest ofthe City to terminate the contract for its own convenience; C. Funds are not available to cover the cost of the goods and/or services~ The City's obligation is contingent upon the availability of appl'opriate fimds. . 1.81. TERMS OF PAYMENT q Payment will be made by the City after the goods and/or services awarded to a Bidder/Proposer have been received, inspected, and found to comply with award specifications, free of damage or Page 39 of 52 51 Invitation for Bid (IFB) 516388 defect, and properly invoiced. No advance payments of any kind will be made by the City of Miami. Payment shall be made after delivery, within 45 days of receipt of an invoice and authorized inspection and acceptance of the goods/services and plll'suant to Section 218.74, Florida Statutes and other applicable law. 1.82. TIMELY DELIVERY ~ Time will be ofthe essence for any orders placed asa resu/t·ofthis solicitation. 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 their Response. Deliveries are to be made during regular City business hours unless otherwise specified in the Special Conditions. 1.83. 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. 1.84.TRADE SECRETS EXECUTION TO P·UBLIC RECORDS DISCLOSURE-All Responses slibmittedto the City are subject to public disclosure pursuant to Chapter 119, Florida Statutes. An exception may be made for "trade secrets." If the Response contains information that constitutes a "trade seoret", all material that qualifies for exemption from Chapter 119 must be submitted ina sepat'ate envelope, c1eady identified as "TRADE SECRETS EXCEPTION," with your firm's name and the Solicitation number and title marked on the outside. Please be aware that the designation of an item as a trade secret by you may be challenged in court by any person. By yom designation of material in your Response as a "trade secret" you agree to indemnify and hold harmless the City for any award to a plaintifffor damages, costs or attorney's fees and for costs and attorney's fees incurred by the City by reason of any legal action challenging your claim, 1.85. UNAUTHORIZED WORK OR DELIVERY OF GOODS-Neither the qualified Bidder(s)/Proposer(s) nor any ofhis/heremployees shall perform any work or deliver any goods unless a change order or purchase order is issued and received by the Contractor. Theqllalified Bidder(s)/Proposer(s) shall not be paid for any work performed or goods delivered outside the scope ofthe contract or any work performed by an employee not otherwise previously allthorized. 1.86. USE OF NAME -The City is not engaged in research for advertising, sales promotion, or other publicity purposes. No advertising, sales promotion or other publicity materials containing infol1nation obtained from this Solicitation are to be mentioned, or imply the name of the City, without prior express written permission of the City Manager or the City Commission, . 1.87. VARIATIONS OF SPECIFICATIONS -For purposes of solicitation evaluation, bidders/proposers m\lst indicate any variances from the solicitation specifications and/or conditions, no matter how slight. Ifvariations are not stated on their Response, it will be assumed that the product fully complies with the City's specifications. Page 40 of 52 52 Invitation for Bid (IFB) 516388 2. Special Conditions 2.1. PURPOSE The purpose of this Solicitation is to establish a contract, for City of Miami Municipal Vehicle Equipment- Citywide, as specified herein, from a sOUl'ce(s), fully compliant with the te1ms, conditions and stipulations of the solicitation. 2.2. DEADLINE FOR RECEIPT OF REQUEST Ii'OR ADDITIONAL INFORMATION/CLARIFICATION Any questions or clarifications concetning this solicitation shall be submitted by email or facsimile to the Procurement Department, Attn: Eduardo Falcon; fax: (305) 400··5390 or email: efalcon@miamigov.com, and a copy filed with the Office of the City Clerk, pursuant to Section 1.34. Cone of Silence. The solicitation title and number shall be referenced on all c011'espondence. AU questions must be received no later than Tuesday, September 29, 2015 at 3 :OOPM. All responses to questions will be sent to all prospective bidders/proposers in the fOlm of an addendum. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE. 2.3. PRE-BID/PRE-PROPOSAL CONFERENCE None 2.4. TERM OF CONTRACT The Contract.shall commence upon the date of notice of award and shall be effective for two (2) years with the option to extend for three (3) additional one (1) year periods, subject to the availability offunds for s'Ucceeding fis.cal years. Continuation of the contract beyond the initial period is a City prerogative; not a l'ight ofthe bidder. This prerogative will be exercised only when such contimlation is clearly in the best interest ofthe City. 2.5. CONDITIONS FOR RENEWAL Each renewal of this Contract is subject to the following: (1) continued satisfactolY performance compliance with the specifications, telms and conditions established herein and (2) availability of umds. 2.6. NON-APPROPRIATION OF FUNDS In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under this contl'act, then the City, upon wl'itten notice to Successful Biddel' or their assignee of such occurrence, shall have the unqualified right to terminate the contract without any penalty oi' expense. No guarantee, warranty or representation is made that any particular project(s) will be awarded to any film(s). Page 41 of 52 53 Invitation for Bid (IFB) 516388 2.7. METHOD OF AWARD Award of this contract will be made to the responsive and responsible bidder(s) who bides) on Lines Sections for Catalogs, Installations and Discounted Labor Rate. Bidder(s) must offer the highest discount off the Manufacturers Price Catalogs, Section 3.1.1., and the lowest Hourly Labor Rates for standard and packaged installations identified, Section 3.1.2. Bidders must submit percent discount bids on all catalogs that you desire to supply and install. Bidders who bid on the Installations, Section 3.1.2., must bid on the Catalogs, Section 3.1.1. as well as submit the time requirements and the Discounted Hourly Labor Rate for all installations shown, or YOt11' bid will be deemed non-responsive. If a catalog is offered by more than one vendor, the City will calculate the total cost of the discounted parts and total amount of hours required multiplied by the vendors discounted labor rate to determine the lowest price for that purchase. Bidders may provide an all inclusive price for items categorized as ADD-ON SERVICES Line Items categorized as ADD-ON SERVICES, will be issued to the vendor(s) perfOlming other contracted work on the unites), and not be issued as stand alone work. 2.8. BIDDERS MINIMUM QUALIFICATIONS 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 a minimum period oft11ree (3) years; and that· have sufficient financial support, equipment atld organization to insure that they can satisfactorily provide the goods andlor services if awarded a Contract under the terms and conditions herein stated. Bidder shall not have: (1) any member, officer, or stockholder that is in arrears or in default of any debt or contract involving the City, is a defaulter snrety otherwise, upon any obligation to the City, andlor has failed to perform faithfully on any previous contract with the City or (2) any record of pending lawsuits or criminal activities or have ever been declared bankmpt. 2.9. FACILITY LOCATION The facility where work is to be performed must be within Miami-Dade or Broward Counties. Bidder shall designate on the Headerl Attributes Section, the address of service/equipment installation facility. 2.10. CATAIJOG DISCOUNTS Bids shall be submitted on the basis of a discount from selected manufacturer's published price list(s). Such published price list(s) must be common to, and accepted by, the industry in general. The lists must be pl'inted, properly identified, and dated as to issuance and effectiveness. . 2.11. FIXED AND FIRM PRICING All prices quoted annually for the originally submitted Catalogs are fixed and firm for each year of the contract period. Page 42 of 52 54 Invitation for Bid (IFB) 516388 All prices quoted for the Installation Hourly Labor Rate are fixed and firm throughout the whole term of the contract. 2.12. HOURLY LABOR AND INSTALLATION PRICES The discounted hourly labor and installation prices provided in Specifications, Sections 3.1.1., Catalogs and 3.1.2., Installations, shall include full compensation for all labor, equipment use, travel time and any othel' cost to the Bidder. This rate is established to be at straight time for alllabor, except as othelwise noted. It is understood that any portion of an hour will be charged at the nearest quarter hour period. ADD-ON SERVICES pricing are aU-inclusive of all labor, parts and equipment. 2.13. DELIVERY / LIQUIDATED DAMAGES Bidder shall provide and/or install all items at the guaranteed delivelY time specified by the City.Ifthe Successful Bidder fails to deliver and install equipment within the specified delivelY time, it is understood that $10.00 of the unit price per calendar day per item will be deducted, as liquidated damages, for each day beyond the specified delivery time (not to exoeed the total amount of the contract), not as a penalty, but as a fOim of compensation for the loss of not having the ability to use the product. 2.14. FAILURJi3 TO PERFORM Should it not be possible to reach the Suocessful Bidder(s) or authorized representative(s) and/or should remedial action not be taken within twenty-four (24) hours on any failure to perform according to Specifications (Section 3.0), the City reserves the right to declare Successful Bidder in default of the contract or make appropriate reductions in the contract payment 01' terminate the contract for cause. 2.15. AS OR EQUAL Manufacturer's name, brand name and/or style number when used in these specifications are for the sole purpose of establishing minimum requirements of levels of quality, standards of perfolmance and design required. They are in no way intended tb prohibit the bidding of other manufacturer's brands of equal material, quality, design and standards of performance, unless the wording NO SUBSTlTUTION is used. Bids on bidder's equal will be considered provided the bidder specifies brand model, and the necessary descriptive literature. In the event the City elects to contract for an alternate purported to be an equal by the bidder, the acceptance of the item will be conditioned on the City's inspection and testing after receipt. If in the sole judgment of the City the item is detelmined not to be an equal, the material shall be retUl1led at the Successful Bidder's expense. The City reserves the right to provide the Snccessflll Bidder the opportunity to deliver a product of equal quality or terminate the contract in part or in whole and make award to the next lowest responsive,responsible bidder. 2.16. INSURANCE REQUIREMENTS INDEMNIFICATION Bidder shall pay on behalf of, indemnify and save City and its officials harmless, from and against any and all claims, liabilities, losses, and causes of action, which may arise out of bidder's perfOlmance under the provisions of Page 43 of 52 55 Invitation for Bid (IFB) 516388 the contract, including all acts 01' omissions to act on the part of bidder, including any person performing under this Contract for or on bidder's behalf, provided that any such claims, liabilities, losses and causes of such action are not attributable to the negligence or misconduct of the City and, from and against any orders, judgments 01' decrees which may be entered and which may result from this Contract, unless attributable to the negligence 01' misconduct of the City, and from and against all costs, attorneys' fees, expenses and liabilities incurred in the defense of any such claim, 01' the investigation thereof. The bidder shall furnish to City of Miami, c/o Purchasing Department, 444 SW 2nd Avenue,6th Floor, Miami, Florida 33130, Certificate(s) ofInsurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: (1) Worker's Compensation A. Limits of Liability -StatutOlY -State of Florida (2) Commercial General Liability (Primary and Non-Contributory): A. Limits of Liability Bodily Injury and Property Damage Liability -Each Occunence: $1.000,000 General Aggregate Limit: $2,000,000 Personal and Adv. Injury. Products and Completed Operations and Fire Damage: $1.000,00Q. B. Endorsements Required: City of Miami included as an Additional insured. Employees included as insured. Contractual Liability. (3) BusinessAutOlnobile Liability A. Limits of Liability Bodily injUly and property dam~ge liability combined single limits. Any Auto, including hired, borrowed or owned, or non-owned autos used in connection with the work -$1,000,000 B. Endorsements Required: City of Miami included as an Additional Insured (4) Garage Keepers Legal Liability A Limits of Liability Coverage wdtten on a Legal Liability Basis, Primary B. Deductibles Comprehensive Each Auto $1,000/$2,500 Max Collision 01' Upset Each Auto $1,000/$5,000 Max BINDERS ARE UNACCEPTABLE; $ 50,000 The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the bidder. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Flodda; with the following qualifications: The Company must be rated no less than "A" as to management, and no less than "Class V" as to financial strength, Page 44 of 52 56 Invitation for Bid (IFB) 516388 by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and/or certificates of insurance are subj ect to review and verification by Risk Management prior to insurance approval. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days written advance notice to the certificate holder. NOTE: CITY BID NUMBER AND/OR TITLE OF BID MUST APPEAR ON EACH CERTIFICATE. Compliance with the foregoing requirements shall not relieve the bidder of his liability and obligation under this section or under any other section of this Agreement. --If insurance certificates are scheduled to expire during the contractual period, the Bidder shall be responsible for submitting new 01' renewed insurance certificates to the City at a minimum often (10) calendar days in advance of such expiration. --In the event that expired certificates are not replilced with new or renewed certificates which cover the contractual period, the City shall: (4) Suspend the contract: until such time as the new or renewed certificates are received by the City in the manner prescribed in the Invitation To Bid. (5) The City may, at its sale discretion, terminate this contract for cause and.seek re-procurement damages from the Bidder in conjunction with the General and Special Terms and Conditions ofthe Bid. The Bidder shall be responsible for assuring that the insurance certificates reqnired in conjunction with this Section remain in force for the duration of the contractual period; including any and all option terms that may be gl'anted to the Bidder. 2.17. PATENTS AND ROYALTIES The bidder, without exception, shall indemnify and save hatmless 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/her 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 ju1'isdiction.) If the bidder uses any design, device, or materials covered by letters, patents or copyrights, it is mutually agreed and nnderstood without exception that the bid prices shall include all royalties 01' costs arising from the use of such designs, devices, or materials in any way involved in the work. 2.18. INSTALLATION~ })ICK-UP AND DELIVERY REQUIREMENTS All instaIlations will be dOlle at either the Successful Bidder'S location (Miami-Dade County or Broward County), their sub-contractors location (Miami-Dade County or Broward County) or at the General Services Administration, Fleet Division location, the Fire Garage or authorized predetermined locatioll within the City of Miami. Time: Bidders shall indicate the number of calendar days required to furnish andlor install the equipment after Page 45 of 52 57 Invitation for Bid (IFB) 516388 receipt of the units at their facility. Time of delivelY may be extended fOl' a specific period when the cause of such delay is beyond the control of the Successfitl Bidder and provided that written notice is given to the City immediately lipon knowledge of impending delay. All completed units must be delivered to General Services Administration, Fleet Division location, the Fire Garage or authorized predetermined location within the City of Miami. Failure to comply with the delivelY schedule time may result in liquidated damages being accessed as per section 2.l3. 2.19. METHOD OF PAYMENT Payment shall be made upon receipt and acceptance of all properly invoiced, approved and completed billings. No down or partial down payments shall be made. 2.20. PACKING SLlPIDELlVERY TICKET TO ACCOMPANY ITEMS DURING DELIVERY The Successfill Bidder shall enclose a complete packing slip or de livelY ticket with any items to be delivered in conjunction with this Bid solicitation. The packing slip shall be·attached to the shipping carton(s) which contains the items and shall be made available to the City's authorized representative during delivery. The packing slip or delive~y ticket shall include, ata minimum, the following information: purchase order number; date of order; a complete listing of items being delivered; and back-order quantities and estimated delivery of back-orders if applicable. 2.21. COMPLETED WORI{ The City shall be notified by the Successfill Bidder upon completion of work The City shall inspect and approve same before authorizing payment. Work not satisfactorily completed shall be redone by the Successfill Bidder at no additional charge to the City. 2.22. ADDITIONS/DELETIONS OF SUPPLlERS/FAClLlTIES/ITEMS/SERVICES Although this Solicitation identifies specific suppliers/facilities/items/services to be serviced, it is hereby agreed and understood that any suppliers/facilities/items/services may be added/deleted to/from this contract at the sole option of the City. When a new distributor, product or other additions to the contract are required, the all existing and new Bidders under this contract shall be invited to submit price quotes for these new snppliers/facilities/items/services. If these quotes are comparable with market prices offered for similar suppliers/facilities/items/services, they shall be added to the contract, whichever is in the best interest of the City, and an addendum and a separate purchase order shall be issued by the City. 2.23. CONTRACT ADMINISTRATORS Upon award, Successfill Bidder shall report and work directly with Carlos Pau and John Babos, Superintendant for Heavy and Light Fleets respectively, who shall be designated as the Contract Administrator for GSA and Jose Page 46 of 52 58 Invitation for Bid (IFB) 516388 Davila, Superintendent of Support Services, as the Contract Administrator for FirelRescue Garage. 2.24. SUBCONTRACTORS OF WORK SHALL BE IDENTIFIED As part of its Bid, the Bidder is required to identify any and all Subcontractors that will be used in the performance of the proposed contract, their capabilities, experience and the portion of the work to be done by the Subcontractor. Failure to identify any and all Subcontractors in the Bid may render the Bid non-responsive. The Successful Bidder(s) shall not, at any time during the tenure of the contract, subcontract any part of the operations or assign any portion 01' part of the contract, to Subcontractor(s) not originally mentioned in the Bid, except under and by virhle of permission granted by the City through the proper officials. Nothing contained in these specifications shall be constl'ued as establishing any contrachlal relationship between any Subcontractor and the City. The SllCcessful Bidder(s) shall submit a list of all Sub-Contractor reference information including contacts, address, phone, fax, email, copies of licenses required by the State of Florida and/or Miami-Dade County, in the Header/Attachments Section of this bid and be fully responsible to the City for the acts and omissions of the Sub-Contractor and their employees, the same as for acts and omissions of persons employed by Contractor. 2.25. WORKMANSHIP AND MATERIALS All parts installed and materials used in performance of this contract shall be new (of current design or manufachlre). All materials and worlananship shall be of the highest quality. The City shall be the sole judge as to parts and workmanship. 2.26. TIE BIDS Whenever two or more Bids which are equal with respect to price, quality and service are received by the City for the procurement of commodities 01' contractual services, a Bid received from a business that certifies that it has implemented a dntg-free workplace program shall be given preference in the award process. Established procedures for processing Tie Bids will be followed if none ofthe tied vendors have a drug-free workplace program. In orderto have a drug-free workplace program, a business shall: (1) Publish a statement notifying employees that the unlawful manufachlre, distribution, dispensing, possession, or Use of a controlled substance is prohibited in the workplace and specifying the action that will be taken against employees for violations of such prohibition; (2) Infoml employees about the dangers of dl1lg abuse in the workplace, the business' policy of maintaining a dl1lg~free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for dl1lg 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 subsection (1); (4) In the statement specified in sllbsection (1), notify the employees that, as a condition of working on the commodities or contrachml services that are under Bid, the employee will abide by the terms of the statement and will notify the employei' of any conviction or plea of guilty or nolo contendere to any violation of Florida Stahlte Chapter 893 or of any controlled substance law ofthe United States or any state, for a violation occufl'ing in the workplace no later than five (5) days after such finding; Page 47 of 52 59 Invitation for Bid (IFB) 516388 (5) Impose a sanction on, or require the satisfactory participation in a dmg abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted and (6) Make a good faith effort to continue to maintain a dmg-free workplace through implementation of this section. 2.27. DAMAGES TO PUBLICIPRIVATE PROPERTY The Successftd Bidder shall cany out the work with such care and methods as not to result in damage to public or private property, adjacent to the work. Should any public 01' private property be damaged or destroyed, the Successful Bidder shall assume the expense and repair or make restoration as is practical and acceptable to the City andlor owners of destroyed or damaged property promptly within a reasonable length of time (not to exceed one month from date damage OCCUlTed). 2.28. FACTORY DEFECTS All material specified hereafter shall be fully guaranteed by the Successful Bidder against factory defects, Any defects which may occur as the result of either faulty material 01' wOf'kmanship within the period of the manufacturer's standard warranty will be corrected by the Bidder at no expense to the City. 2.29. WARRANTY, FITNESS FOR PURPOSE The Successful Bidder warrants the materials and labor supplied and the work perfolmed under this contract conform to warranty materials provided for two (2) years from date of completion. Any payment by the City on behalf of the goods or services received from the Successful Bidder does not constitute a waiver of these warranty provisions. The Successful Bidder shall be responsible for promptly correcting any deficiency, at no cost to the City, within seven (7) calendar days after the City notifies the Successful Biddel' of such deficiency in writing. If the Successful Bidder fails to honor the warranty andlor fails to correct or replace the defective work or items within the period specified, the City may, at its discretion, notify the Successful Bidder, in writing, that the Successful Bidder may be debarred as a City Bidder andlor subject to contractual default if the corrections or replacements are not completed to the satisfaction of the City within ten (10) calendar days of receipt of the notice. If the Successfttl Bidder fails to satisfy the warranty within the period specified in the notice, the City may (a) place the Successful Bidder in default of its contract, andlor (b) procure the products or services from another vendor and charge the Successful Bidder for any additional costs that are incurred by the City for this work 01' items; either through a credit memorandum or through invoicing. 2.30. QUALITY AND MANUFACTURE The apparent silences of these specifications as to any details or the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only materials and workmanship of first quality are to be used. All interpretations of these specifications shall be made upon the basis of this statement. Specifications, brands and manufacturers' names, where given, are to establish product type and quality required. Any equal thereto will be considered, subject to the approval of the City of Miami. Bidders shall indicate on the Bid Sheets, the manufacturer, brand and model or style number they intend to supply to the City, for each item Bid. All materials shall be new, of CUn'ent manufacture, and shall cany standard wan'anties. No substitutions Page 48 of 52 60 Invitation for Bid (IFB) 516388 shall be allowed after the Bid is awarded unless so authorized by the City. The City reserves the right to perform its own testing procedures or to send any and all samples to any certifiable laboratory for analysis. Any and all costs for testing shall be borne by Bidder. Onthe basis ofthis testing and analysis, the City shall be sole judge of the acceptability ofthe sample in conjunction with the Bid specifications' and its decision shall be final. Any sample submitted shall create an express warranty that the whole of the goods and/or services to be pl'ovidedby the Bidder during the contract period shall conform to the sample submitted. The Bidder shall be required to provide adequate restitution to the City, in the manner prescribed by the City, if this wananty is violated during the term ofthe contract. 2.31. PRODUCT SUBSTITUTES In the event a particular approved and awarded manufacturer's product becomes unavailable during the te1m of the Contract, the SuccessfiJ1 Bidder awarded that item may arrange with the authorized City representative, to supply a substitute product at the bid price 01' lower, provided that a sample is approved beforehand and that the new product meets or exceeds all quality requirements. Successftll Bidder shall replace items purchased by the City which are of unacceptable quality or which are determined by the using department unserviceable for any reasons. Items covered by express warranty shall be governed by terms and conditions therein. 2.32. REFERENCES Each Bid must be accompanied by a list of three (3) references as reflected in the. Header/Attributes Section ofthis Solicitation, which shall include the name of the company, dates of contract, description of goods supplied, a contact person and the telephone number. NO BID WILL BE CONSIDERED WITHOUT THIS LIST. 2.33. SPECIFICATION F~XCEPTIONS Specifications are based on the most current literature available. Bidder shall notify the City of Miami Purchasing Department, in wl'iting, no less than ten (10) days prior to solicitation closing date of any change in the manufacturers' specifications which conflict with the specifications. For hard copy bid submittals, bidders must explain any deviation from the specifications in writing as a footnote on the applicable specification page and enclose a copy of the manufacturer's specifications data detailing the changed item(s) with his/her submission. For electronic bid submittals, bidders must explain in the Header Section or by an Attachment and, if applicable, enclose a scanned copy of the manufactlllw's specifications data detailing the changed item(s) with his/her submission. Additionally, bidders must indicate any options requiring the addition of other options, as well as those which are included as a part of another option. Failure of bidders to comply with these provisions will result in bidders being held responsible for all costs required to bring the item(s) in compliance with contract specifications. 2.34. TERMINATION A.FORDEFAULT , IfSuccessfill Bidder defaults in its performance under this Contract and does 110t cure the default within 30 days after written notice of default, the City Manager may terminate this Contract, in whole or in part, upon written notice without penalty to the City of Miami. In such event the Successfill Bidder shall be liable for damages including the excess cost of procuring similar supplies or services: provided that if, (1) it is dete11llined for any reason that the Page 49 of 52 61 Invitation for Bid (IFB) 516388 Successful Bidder was not in default or (2) the Successful Bidder's failure to perform is without Successful Bidder or its subcontractor's control, fault or negligence, the termination will be deemed to be a termination for convenience of the City of Miami. B. FOR CONVENIENCE The City Manager may te1minate this Contract, in whole or in part, upon 30 days prior written notice when it is in the best interest of the City of Miami. Ifthis Contract is for supplies, products, equipment, or software, and so terminated for convenience by the City of Miami the Successful Bidder will be compensated in accordance with an agreed upon adjustment of cost. To the extent that this Contract is for services and so terminated, the City of Miami shall be liable only for payment in accordance with the payment provisions of the Contract for those services rendered prior to te1mination. 2.35. BALANCE OF LINE While the City has listed all needed items on the Bid Solicitation, which are utilized citywide in conjunction with its operations, there may be ancillary items that must be purchased by the City during the term of this contract. For this reason, Bidders are requested to quote the percentage discount that will be offered to the City for items which do not appear on this Bid Solicitation. As reflected by the Bidde1' on the Price Line, this discount shall be offered for all items listed in nationally, established annual retail supply catalogs. The most recently published catalog shall serve as the basis for establishing the retail pdceto be discounted. Successful Bidder(s) shall submitj their product catalog, published price list, or other verifiable pricing source(s) for the products they offer as the Balance of Line. 2.36. ADDITIONAL TERMS AND CONDlTIONS No additional terms and conditions included as pa1t of your solicitation response shall be evaluated 01' considered, and any and all such additional terms and conditions shall have no force or effect and are inapplicable to this solicitation. If submit"ted either purposely, through intent or design, or inadvertently, appearing separately in transmittal letters, specifications, literature, price lists or warranties, it is understood and agreed that the General Conditions and Special Conditions in this solicitation are the only conditions applicable to this solicitation and that the biddel"s/proposer's authorized signature affixed to the bidder's/propos6r's acknowledgment form attests to this. If a Professional Services Agreement (PSA) 01' other Agreement is provided by the City and is expressly included as partofthis solicitation, no additional terms or conditions which materially or substantially vary, modify or alter the terms or conditions of the PSA 01' Agreement, in the sole opinion and reasonable discretion of the City will be considered. Any and all such additional te1ms and conditions shall have no force or effect and are inapplicable to this PSA or Agl'eement. Page 50 of 52 62 Invitation for Bid (IFB) 516388 3. Specifications 3.1. -SPECIFICATIONS/SCOPE OF WORK 3.1.1. CATALOGS It is the intent of the following Specifications are to establish a contract with responsive and responsible bidder(s) for the purchase and/or installation 01' any combination of municipal vehicle equipment as listed below. Vehicle Equipment Discount Off Catalog (Bidders are not required to bid on all equipment catalogues, but MUST submit current catalog with list prices for those discount percentages being offered. Failure to submit catalog with price list may deem your bid non-responsive). - The Successful Bidder(s) shall indicate the discount percentage from the most current published price catalogs for the below listed manufacturers of municipal vehicle equipment. The City of Miami intends to purchase items from these catalogs on an as-neede,d, when-needed basis as deemed in the best interest of the City of Miami. Bidders must submit a current catalog with list prices with bid. The City will apply discount provided in your bid to all items listed in the catalog. Bidders ate allowed to update their catalog once pef' year to become effective on the anniversalY date of when the bid contract became effective. Failure to update the catalog by the contract anniversary effective date will forfeit your right to update prices until the next anniversary date. Bidders must bid, on the Price Lines Section, a percentage discount on catalogs which they are authorized resellers (See Price Lines): 3.1.2. INSTALLATIONS Labor Time Rate:(Bidder shall indicate a "fixed" shop labor time allocation to install all police vehicle equipment components pU1'chased under discounted percentages in above catalogs. (1/2 hour = .5, 1/4 hour= .25) Prisoner Cage Prisoner Seat Prisoner Seat & Cage Rear Window Bars with OEM door panels Rear Window Bars with ABS door panels Four (4) Comer Universal LED Hideaway Light System with Controller Four (4) Corner Universal LED Hideaway Lights System without Controller 3.1.3. WINDOW TINTING Window tinting (if required) on the vehicle will be done at the time of the installation -of the equipment and will not be done as a stand alone service. All window tint film used shall be legal in the State of Florida, and shall carry a standard warranty of seven (7) years against manufachu'ers defects. Coverage on vehicles is as follow Window Tinting for Sedans shall include five (5) windows, plus one (1) Sunstrip. Window Tinting fo1' Sports Utility Vehicle shall include seven (7) windows, plus one (1) Sunstrip. Window Tinting for Pickup Standard Cab shall include three (3) windows, plus one (1) Sunstrip. Page 51 of 52 63 Invitation for Bid (IFB) 516388 Window Tinting for Pickup Extended Cab shall include five (5) windows, plus one (1) Sunstrip. Window Tinting for Pickup Crew Cab shall include five (5) windows, plus one (1) Sunstrip. 64 Page 52 of 52 File 10 #: 15-01594 Version: City of Miami Master Report Resolution R-16-0009 Controlling Office ofthe City Body: Clerk City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com Enactment Date: 1114/16 Status: Passed Title: A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BIDS RECEIVED OCTOBER 14,2015, PURSUANT TO INVITATION FOR BID NO. 516388, FROM DANA SAFETY SUPPLY, INC. AND LESC, INC. D/B/A LAW ENFORCEMENT SUPPLY COMPANY, INC., THE RESPONSIVE AND RESPONSIBLE BIDDERS, FOR THE PURCHASE AND/OR INSTALLATION OF MUNICIPAL VEHICLE EQUIPMENT, ON A CITYWIDE, AS NEEDED CONTRACTUAL BASIS, FOR A PERIOD OF TWO (2) YEARS, WITH THE OPTION TO RENEW FOR THREE (3) ADDITIONAL ONE (1) YEAR PERIODS, ALLOCATING FUNDS FROM THE VARIOUS SOURCES OF FUNDS FROM THE USER DEPARTMENTS AND AGENCIES, SUBJECT TO THE AVAILABILITY OF FUNDS AND BUDGETARY APPROVAL AT THE TIME OF NEED; FURTHER AUTHORIZING ADDITIONAL SUPPLIERS TO BE ADDED TO THE CONTRACT AS DEEMED IN THE BEST INTEREST OF THE CITY OF MIAMI. Reference: Name: Accept Bid -Municipal Vehicle Equipment Requester: Department of General Services Administration Notes: Sections: Indexes: Cost: Introduced: 1217115 Final Action: 1114/16 Attachments: 15-01594 Summary Fom.pdf, 15-01594 Memo -Manager's Approval.pdf, 15-01594 Bid Tabulation.pdf, 15-01594 Bid Response -Dana Safety Supply Inc.pdf, 15-01594 Bid Response -Law Enforcement Supply.pdf, 15-01594 Corporate Detail.pdf, 15-01594 Invitation For Bid.pdf, 15-01594 Legislation.pdf Action History Ver. Acting Body Date Action Sent To Due Date Returned Result Office ofthe City 12/28115 Reviewed and Attorney Approved City Commission 1114116 ADOPTED City of Miami Page 1 Printed 011 112812016 65 A motion was made by Francis Suarez, seconded by Frank Carollo, that this matter be ADOPTED. The motion caJ1'ied by the following vote: Aye: 5 -Wifredo (Willy) Gort, Ken Russell, Frank Carollo, Francis Suarez and Keon Hardemon Office of the Mayor 1/15116 Office of the City Clerk 1115/16 City of Miami Signed by the Mayor Signed and Attested by City Clerk Page 2 66 Office of the City Clerk Printed 011 1128/2016 ATTACHMENT B PURCHASE AND/OR INSTALLATION OF MUNICIPAL VEHICLE EQUIPMENT CITYWIDE Thomas F. Pepe -01-11-16 CONTRACT PRICE & QUOTE Page 50f5 67 DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 196341-A SMIAMI E-mail: DWAGNER@SOUTHMIAMIFL.GOV E-mail: DWAGNER@SOUTHMIAMIFL.GOV Quote Date I Ship Via I F.O.B. I Customer PO Number Payment Method 12/05/16 I GROUND I FOB DESTINATION I SUVPATROL NET30 Entered By Salesperson I Ordered By Resale Number EDWIN SALGADO EDWIN SALGADO-Miami I SGT. WAGNER Order Approve Tax Item Number / Description Unit Extended Quantity Quantity Price Price 1 I Y IW8BBRR 1,195.0000 1,195.00 WEC 48" LIBERTY II WECAN LIGHT BAR, RED/BLUE Warehouse: MIAM WEC= WHELEN @45% OFF, LIST PRICE $3,795.00 1 1 Y MKLP83 0.0000 0.00 WEC LO PROFILE MOUNTING KIT 2013+ PI UTILITY Warehouse: MIAM 1 1 Y WEC-295SLSA6 285.0000 285.00 Whelen 100/200W Scan-Lock Self-Contained Siren/Switch Warehouse: MIAM HIGH CURRENT SWITCHING 100 WATT OUTPUT WITH 1-100 WATT SPEAKER OR 200 WATT OUTPUT WITH 2-100 WATT SPEAKERS. SIREN INCLUDES PARK KILL, & TIMED-OUT FEATURES AND 17 SELECT ABLE SCAN-LOCK SIREN TONES ****************************************** WEC= WHELEN @ 45% OFF, LIST PRICE $672.00 1 1 Y SA315P 139.0000 139.00 WEC 100W COMPACT BLACK COMPOSITE 122dB SPEAKER Warehouse: MIAM WEC= WHELEN @ 45% OFF, LIST PRICE $328.00 1 I Y SAK44 0.0000 0.00 WEC MOUNTING KIT FOR SA315P INTERCEPTOR UTILITY Warehouse: MIAM (INCLUDED) WEC= WHELEN @ 45% OFF, LIST PRICE $41.00 Print Date 12/05/16 Print Time 01:26:43 PM Page No. 1 Printed By: EDWIN SALGADO Continued ¥11 Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 196341-A SMIAMI E-mail: DWAGNER@SOUTHMIAMIFL.GOV E-mail: DWAGNER@SOUTHMIAMIFL.GOV Quote Date I Ship Via I F.O.B. I Customer PO Number Payment Method 12/05116 J GROUND I FOB DESTINA nON I SUVPATROL NET30 Entered By Salesperson I Ordered By Resale Number EDWIN SALGADO EDWIN SALGADO-Miami I SGT. WAGNER Order Approve Tax Item Number / Description Unit Extended Quantity Quantity Price Price 1 1 Y AVN2RB 195.0000 195.00 WHELEN Red/Blue Dual Head Avenger LED Dashlight Warehouse: MIAM (1) TO BE MOUNTED ON CENTER FRONT LOWER WINDSHIELD WEC= WHELEN @ 45% OFF, LIST PRICE $356.00 1 1 Y WEC-AVNl 98.0000 98.00 Whelen Single 9-LED Avenger W /Clear Lens Blue Warehouse: MIAM (I) REAR FACING/ REAR WINDOW WEC= WHELEN @ 45% OFF, LIST PRICE $204.00 1 1 Y WEC-AVNl 98.0000 98.00 Whelen Single 9-LED Avenger W/Clear Lens Red Warehouse: MIAM (I) REAR FACING/ REAR WINDOW WEC= WHELEN @ 45% OFF, LIST PRICE $204.00 2 2 Y ENT2B3J 135.0000 270.00 SOl INTERSECT OR 18-LED UNDER MIRROR LIGHT RED/BLUE Warehouse: MIAM (2) UNDER MIRROR SIDE LIGHTS SOI= SOUND OFF @ 45% OFF, LIST PRICE $287.00 Print Date 12/05/16 Print Time 01:26:43 PM Page No. 2 Printed By: EDWIN SALGADO Continued ~f Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 196341-A SMIAMI E-mail: DWAGNER@SOUTHMIAMIFL.GOV E-mail: DWAGNER@SOUTHMIAMIFL.GOV Quote Date I Ship Via I F.O.B. I Customer PO Number Payment Method 12/05116 I GROUND I FOB DESTINA nON I SUVPATROL NET30 Entered By Salesperson J Ordered By Resale Number EDWIN SALGADO EDWIN SALGADO-Miami I SGT. WAGNER Order Approve Tax Item Number 1 Description Unit Extended Quantity Quantity Price Price 1 1 Y PNTlCRV05 6.6000 6.60 SOl INTERSECTOR UNDER MIRROR ADPTR SET 2013+ PI SUV Warehouse: MIAM SOI= SOUND OFF @ 45% OFF, LIST PRICE $12.00 2 2 Y WEC-ION 79.0000 158.00 Whelen ION Led, Black Housing & Universal Mount Blue-Red Warehouse:. MIAM (2) FRONT CORNERS / HEADLIGHTS WEC= WHELEN @ 45% OFF, LIST PRICE $180.00 2 2 Y WEC-VTX609 58.0000 116.00 Whelen Omni Vertex Directional Lighthead 9' Cable Red Warehouse: MIAM (2) REAR CORNER LED'S WEC= WHELEN @45%OFF, LIST PRICE $135.00 2 2 Y EMPS2STS4J 79.0000 158.00 SOl MPOWER FASCIA 4"12-LED STUD MNT REDIBLUE Warehouse: MIAM (2) UNDER HATCH DOOR FOR REAR FACING WHEN HATCH DOOR OPENS SOI= SOUND OFF @ 45% OFF, LIST PRICE $179.00 Print Date 12/05116 Print Time 01:26:43 PM Page No. 3 Printed By: EDWIN SALGADO Continued ~i Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 E-mail: DWAGNER@SOUTHMIAMIFL.GOV Quote Date I Ship Via I F.O.B. 12/05116 I GROUND I FOB DESTINA nON Entered By I Salesperson J EDWIN SALGADO I EDWIN SALGADO-Miami I I I Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 196341-A SMIAMI E-mail: DWAGNER@SOUTHMIAMIFL.GOV Customer PO Number Payment Method SUVPATROL NET30 Ordered By Resale Number SGT. WAGNER Order Approve Tax Item Number / Description Unit Extended Quantity Quantity 1 1 Y 1 1 Y 3 3 Y Print Date 12/05116 Print Time 01:26:43 PM Page No. 4 Printed By: EDWIN SALGADO Price Price ETHFSS-SP 32.0000 32.00 SOl SS HEADLIGHT FLASHER SELECT-A-PATTERN Warehouse: MIAM SOI= SOUND OFF @ 45% OFF, LIST PRICE $67.00 7160-0411 320.0000 320.00 Ford PIUV Console With Armrest & Dual Cupholder 2012+ Warehouse: MIAM VEHICLE SPECIFIC CONSOLE FOR 2012+ FORD POLICE INTERCEPTOR UTILITY VEHICLE, INCLUDES DUAL CUP HOLDER, ARMREST, & THE FOLLOWING EQUIPMENT BRACKETS: 1-7140-0307 (SIREN) 1-3l30-0361(3 CIG. PLATE) 1-7160-0523 (HARRIS M7300 RADIO) AND ANY OTHER FILLER PLATES NECESSARY TO COMPLETE THE INSTALL. ********************************************* GJ= GAMBER JOHNSON AT 46% OFF, LIST PRICE $551.00, PLUS FREIGHT $22.46 EACH. 7160-0063 11.3400 34.02 GJ 12V OUTLET RECEPTACLE ONLY Warehouse: MIAM GJ= GAMBER JOHNSON AT 46% OFF, LIST PRICE $25.00, FREIGHT INCLUDED Continued ~f Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 196341-A SMIAMI E-mail: DW AGNER@SOUTHMIAMIFL.GOV E-mail: DWAGNER@SOUTHMIAMIFL.GOV Quote Date I Ship Via I F.O.B. I Customer PO Number 12/05/16 I GROUND I FOB DESTINATION I SUYPATROL Entered By EDWIN SALGADO Order Approve Tax Quantity Quantity 1 1 Y 1 1 Y 1 1 Y 1 1 Y 1 1 Y Print Date 12/05/16 Print Time 01:26:43 PM Page No. 5 Printed By: EDWIN SALGADO Salesperson I Ordered By EDWIN SALGADO-Miami I SGT. WAGNER Item Number 1 Description 7160-0220 GJ MONGOOSE 9 LOCKING SLIDE ARM W/TILT SWIVEL Warehouse: MIAM MOUNTS TO POST OR TO FLAT SURFACE (DASH, DOGHOUSE, OR CONSOLE) *************************************************************** GJ= GAMBER JOHNSON AT 46% OFF, LIST PRICE $317.00, FREIGHT INCLUDED 7160-0454 GJ UNIVERSAL MOUNTING PLATE Warehouse: MIAM GJ= GAMBER JOHNSON AT 46% OFF, LIST PRICE $50.00, FREIGHT INCLUDED DS-GTC-30 1-3 HA V GETAC V110 DOCKING STATION W/TRIPLE PASS THROUGH Warehouse: MIAM HAV= HAVIS @ 35% OFF, LIST PRICE $1,048.06 LPS-116 HA V 95 WATT POWER SUPPLY FOR DOCK Warehouse: MIAM HAV= HAVIS@35%OFF,LISTPRICE$185.19 DS-DA-416 HA V Laptop Screen Support For DS-GTC-300 DOCKS Warehouse: MIAM HAV= HAVIS @ 35% OFF, LIST PRICE $77.77 Continued on Next Page 80 Payment Method NET30 Resale Number Unit Extended Price Price 171.1800 171.18 27.0000 27.00 681.2300 681.23 120.3700 120.37 50.5500 50.55 DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 196341-A SMIAMI E-mail: DWAGNER@SOUTHMIAMIFL.GOV E-mail: DW AGNER@SOUTHMIAMIFL.GOV Quote Dat.e I Ship Via I F.O.B. I Customer PO Number 12/05/16 I GROUND I FOB DESTINATION I SUVPATROL Entered By EDWIN SALGADO Order Approve Tax Quantity Quantity 1 1 Y 1 1 Y 1 1 Y Print Date 12/05/16 Print Time 01:26:43 PM Page No. 6 Printed By: EDWIN SALGADO 1 Salesperson I Ordered By I EDWIN SALGADO-Miami I SGT. WAGNER Item Number / Description THIOOO THOR 1000 WATT POWER INVERTER Warehouse: MIAM TO BE INSTALLED WITH HEADY DUTY 6 GA. POWER WIRE (INCLUDED) THOR=NON CATALOG@5%OFF. LIST PRICE $129.99 76441 SLI POL YSTINGER LED HAZ-LO BLACK Warehouse: MIAM UPGRADE FROM FSA OPTION MEETS SOUTH MIAMI PD SPECS FOR ACCREDIDATION SLI= STREAMLIGHT NON CATLOG@ 5% OFF, LIST PRICE $193.00 D3805 PG D3805 SUPER SIZE TRUNK ORG Warehouse: MIAM PG= PRO-GARD @ 31 % OFF, LIST PRICE $ 227.00 Continued on Next Page 81 , Payment Method NET30 Resale Number Unit Extended Price Price 95.0000 95.00 105.0000 105.00 156.6300 156.63 DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 196341-A SMIAMI E-mail: DW AGNER@SOUTHMIAMIFL.GOV E-mail: DWAGNER@SOUTHMIAMIFL.GOV Quote Date I Ship Via I F.O.B. I Customer PO Number 12/05/16 I GROUND J FOB DESTINATION J SUVPATROL Entered By EDWIN SALGADO Order Approve Tax Quantity Quantity 1 1 Y 1 1 Y 1 1 Y Print Date 12/05/l6 Print Time 01:26:43 PM Page No. 7 Printed By: EDWIN SALGADO I Salesperson I Ordered By I EDWIN SALGADO-Miami I SGT. WAGNER Item Number / Description TK0248ITU12 SMC CARGO BOX DSC BSC Warehouse: MIAM 2012+ INTERCEPTOR UTILITY TOP TIER SLIDING DRAWER WI COMBINATION LOCK DRAWER DIMENSIONS: 42.75" W X 5.1" H X 18.53" D BASE TIER SLIDING DRAWER WI COMBINATION LOCK DRAWER DIMENSION: 37.78" W X 8.7" H X 18.86" D SMC= SETINA AT 30% OFF, LIST PRICE $1,299.00, PLUS FREIGHT $46.51 EACH BK2019ITU16 SMC PB450 L4 ALUMINUM PUSH BUMPER Warehouse: MIAM SMC= SETINA AT 30% OFF, LIST PRICE $839.00, PLUS FREIGHT $112.14 EACH MISC SMC 1 K0574ITU12FSR 6VS SINGLE PRISONER SYSTEM Warehouse: MIAM SETINA #6VS Single Prisoner Transport Coated Polycarbonate -For use with Set ina Full REPLACEMENT Transport Seat. ******************************************************* SMC= SETINA AT 30% OFF, LIST PRICE $999.00, FREIGHT INCLUDED (FREIGHT INCLUDED WITH BOXIBUMPER ABOVE) Continued on Next Page 82 Payment Method NET30 Resale Number Unit Extended Price Price 955.8100 955.81 699.4400 699.44 699.3000 69930 DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 196341-A SMIAMI E-mail: DWAGNER@SOUTHMIAMIFL.GOV E-mail: DWAGNER@SOUTHMIAMIFL.GOV Quote Date I Ship Via I F.O.B. I Customer PO Number Payment Method 12/05/16 I GROUND I FOB DESTINATION I SUVPATROL NET30 Entered By Salesperson I Ordered By Resale Number EDWIN SALGADO EDWIN SALGADO-Miami I SGT. WAGNER Order Approve Tax Item Number 1 Description Unit Extended Quantity Quantity Price Price 1 1 Y GT0536ITUl2 48.3000 48.30 SMC WEAPON MOUNT SPT TRANSFER KIT Warehouse: MIAM SMC= SETINA AT 30% OFF, LIST PRICE $69.00, FREIGHT INCLUDED (FREIGHT INCLUDED WITH BOXIBUMPER ABOVE) 1 1 Y QK0635ITUl2 838.6000 838.60 SMC PRISONER SEAT WI12VS EXPANDED METAL REAR CAGE Warehouse: MIAM Stand Alone OEM Replacement Transport Seat, with #12 Vinyl Coated Expanded Metal Cargo Partition, Center Pull Seat Belt STATE YEAR OF VEHICLE -2017 PIUT ************************************************** SMC= SETINA AT 30% OFF, LIST PRICE $1,198.00, FREIGHT INCLUDED (FREIGHT INCLUDED WITH BOXIBUMPER ABOVE) 1 1 Y WK0514ITUl2 139.0000 139.00 SMC VERTICAL STEEL WINDOW BARS FOR 2013+ FORD PIUT Warehouse: MIAM STATE VEHICLE YEAR -2017 PIUT ****************************************** SMC= SETINA AT 30% OFF, LIST PRICE $209.00, FREIGHT INCLUDED (FREIGHT INCLUDED WITH BOXIBUMPER ABOVE) Print Date 12105/16 Print Time 01:26:43 PM Page No. 8 Printed By: EDWIN SALGADO Continued Bf Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 196341-A SMIAMI E-mail: DWAGNER@SOUTHMIAMIFL.GOV E-mail: DWAGNER@SOUTHMIAMIFL.GOV Quote Date I Ship Via I F.O.B. I Customer PO Number Payment Method 12/05/16 I GROUND I FOB DESTINATION I SUVPATROL v NET30 Entered By I Salesperson I Ordered By Resale Number EbWINSALGADO I EDWIN SALGADO-Miami I SGT. WAGNER Order Approve Tax Item Number 1 Description Unit Extended Quantity Quantity Price Price 1 1 Y DK0598ITUl2 105.0000 105.00 SMC ALU. DOOR PANELS, VS INT-UTILITY Warehouse: MIAM SMC= SETINA AT 30% OFF, LIST PRICE $159.00, FREIGHT INCLUDED (FREIGHT INCLUDED WITH BOXIBUMPER ABOVE) 1 1 Y SC-934-5-A 185.0000 185.00 SC UNIV. WEAPON GUN RACK SETUP W/#2 KEY Warehouse: MIAM SC= SANTA CRUZ NON CATALOG AT 5% OFF, LIST PRICE $284.99 1 1 Y AN-125001-002 70.0000 70.00 COOPER GENERAL ANTENNA BASE STANDARD ROOF MNTLOWLOSS Warehouse: MIAM COOPER GENERAL NON CATALOG@ 5% OFF, LIST PRICE $75.00 1 1 Y AN -225001-004 50.0000 50.00 COOPER GENERAL ANTENNA ELEMENT 700/800 2DB LOW PROFILR Warehouse: MIAM COOPER GENERAL NON CATALOG@ 5% OFF, LIST PRICE $55.00 1 1 Y INSTALL 150.0000 150.00 DSS INST ALLA TION OF POLICE RADIO Warehouse: MIAM AS PER CITY OF MIAMI CONTRACT, LABOR RATE AT $60 PER HOUR. ALL INSTALLS ARE PERFORMED BY EVT CERTIFIED TECHNICIANS. TOTAL HOUR= 1.5 EACH VEHICLE Print Date 12/05116 Print Time 01:26:43 PM Page No. 9 Printed By: EDWIN SALGADO Continued 32 Next Page' DANA SAFETY SUPPLY, INC 5221 w. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 196341-A SMIAMI E-mail: DWAGNER@SOUTHMIAMIFL.GOV E-mail: DWAGNER@SOUTHMIAMIFL.GOV Quote Date I Ship Via I F.O.B. l Customer PO Number Payment Method 12/05/16 I GROUND 1 FOB DE S TINA TION .1 SUVPATROL NET30 Entered By 1 Salesperson 1 Ordered By Resale Number EDWIN SALGADO I EDWIN SALGADO-Miami I SGT. WAGNER Order Approve Tax Item Number / Description Unit Extended Quantity Quantity Price Price 1 1 N INSTALL 1,140.0000 1,140.00 DSS INSTALLATION OF EQUIPMENT Warehouse: MIAM AS PER CITY OF MIAMI CONTRACT, LABOR RATE AT $60 PER HOUR. ALL INSTALL ARE PERFORMED BY EVT CERTIFIED TECHNICIANS. TOTAL HOUR= 19.00 EACH VEHICLE *** 2 17 PI UTILIT' ,PATR )L **** ** AS PER CITY OF MIAM CONTRACT# 516388(21), WITH ADDITIONAL DISCOUNTS ** Approved By: o Approve All Items & Quantities Quote Good for 30 Davs Print Date 12/05116 Subtotal 9,592.03 Print Time 01:26:43 PM Freight 0.00 Page No . 10 . Print~d By: EDWIN SALGADO Order Total 9,592.03 85 DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLlCE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 196456 SMIAMI E-mail: DW AGNER@SOUTHMIAMIFL.GOV E-mail: DWAGNER@SOUTHMIAMIFL.GOV Quote Date I Ship Via I F.O.B. I Customer PO Number 12/05/16 I GROUND I FOB DESTINA nON I SEDAN ADMIN Entered By EDWIN SALGADO Order Approve Tax Quantity Quantity 1 1 Y 1 1 Y 1 1 Y 3 3 Y Print Date 12/05/16 Print Time 04:01:12 PM Page No. 1 Printed By: EDWIN SALGADO I Salesperson I Ordered By I EDWIN SALGADO-Miami I SGT. WAGNER Item Number 1 Description WEC-295SLSA6 Whelen 100/200W Scan-Lock Self-Contained Siren/Switch Warehouse: MIAM HIGH CURRENT SWITCHING 100 WATT OUTPUT WITH 1-100 WATT SPEAKER OR 200 WATT OUTPUT WITH 2-100 WATT SPEAKERS. SIREN INCLUDES PARK KILL, & TIMED-OUT FEATURES AND 17 SELECTABLE SCAN-LOCK SIREN TONES ****************************************** WEC= wHELEN @ 45% OFF. LIST PRICE $672.00 SA315P Whelen lOOW Compact Black Composite 122DB Speaker Warehouse: MIAM WEC= WHELEN @ 45% OFF, LIST PRICE $328.00 SAK39 WEC BRACKET FOR CIVILIAN INT. SEDAN (TAURUS) Warehouse: MIAM (INCLUDED) WEC= WHELEN @45%OFF, LIST PRICE $41.00 AVN2RB WHELEN DUAL AVENGER SUPER LED REDIBLUE Warehouse: MIAM . (2) UPPER FRONT WINDSHIELD (I) TO BE MOUNTED ON CENTER FRONT LOWER WINDSHIELD WEC= WHELEN @ 45% OFF, LIST PRICE $356.00 Continued HI} Next Page Payment Method NET30 Resale Number Unit Extended Price Price 285.0000 285.00 179.9900 179.99 28.4000 28.40 195.0000 585.00 DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 E-mail: DWAGNER@SOUTHMIAMIFL.GOV Quote Date I Ship Via I F.O.B. 12/05116 l GROUND J FOB DESTINATION Entered By Salesperson J EDWIN SALGADO EDWIN SALGADO-Miami I I 1 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 196456 SMIAMI E-mail: DWAGNER@SOUTHMIAMIFL.GOV Customer PO Number Payment Method SEDAN ADMIN NET30 Ordered By Resale Number SGT. WAGNER Order Approve Tax Item Number 1 Description Unit Extended Quantity Quantity Price Price 2 2 Y AVNBKT5 13.9500 27.90 WEC HEADLINER BRACKET FOR AVENGER Warehouse: MIAM WEC= WHELEN @45% OFF, LIST PRICE $25.50 1 1 Y WEC-AVNl 98.0000 98.00 Whelen Single 9-LED Avenger W IClear Lens Blue Warehouse: MIAM (1) REAR FACINGI REAR WINDOW WEC= WHELEN @ 45% OFF, LIST PRICE $204.00 1 1 Y WEC-AVNI 98.0000 98.00 Whelen Single 9-LED Avenger W IClear Lens Red Warehouse: MIAM (1)REARFACING/REAR WINDOW WEC= WHELEN @45% OFF, LIST PRICE $204.00 2 2 Y ENT2B3J 135.0000 270.00 SOl INTERSECTOR I8-LED UNDER MIRROR LIGHT REDIBLUE Warehouse: MIAM (2) UNDER MIRROR SIDE LIGHTS SOI= SOUND OFF @ 45% OFF, LIST PRICE $287.00 Print Date 12/05/16 Print Time 04:01:12 PM Page No. 2 Printed By: EDWIN SALGADO Continued gfI Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 196456 SMIAMI E-mail: DWAGNER@SOUTHMIAMIFL.GOV E-mail: DWAGNER@SOUTHMIAMIFL.GOV Quote Date I Ship Via I F.O.B.' I Customer PO Number Payment Method 12/05/16 I GROUND J FOB DESTINA nON J SEDAN ADMIN NET30 Entered By J Salesperson J Ordered By Resale Number EDWIN SALGADO I EDWIN SALGADO-Miami I SGT. WAGNER Order Approve Tax Item Number 1 Description Unit Extended Quantity Quantity Price Price 1 1 Y PNT1 CRV05 6.6000 6.60 SOl INTERSECTOR UNDER MIRROR ADPTR SET 2013+ PI SUV Warehouse: MIAM SOI= SOUND OFF @ 45% OFF, LIST PRICE $12.00 4 4 Y WEC-ION 79.0000 316.00 Whelen ION Led, Black Housing & Universal Mount Blue-Red Warehouse: MIAM (2) FRONT GRILL (2) LICENSE PLATE WEC= WHELEN @45%OFF, LIST PRICE $180.00 1 1 Y IONBKTl 17.8700 17.87 WEC ION LICENSE PLATE BRACKET (HORIZ) Warehouse: MIAM WEC= WHELEN @ 45% OFF, LIST PRICE $32.50 2 2 Y EMPS2STS4J 79;0000 158.00 SOl MPOWER FASCIA 4"12-LED STUD MNT REDIBLUE Warehouse: MIAM (2) SIDE FRONT FENDERS SOI= SOUND OFF @ 45% OFF, LIST PRICE $179.00 Print Date 12/05116 Print Time 04:01:12 PM Page No. 3 Printed By: EDWIN SALGADO Continued Hi Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 196456 SMIAMI E-mail: DWAGNER@SOUTHMIAMIFL.GOV E-mail: DWAGNER@SOUTHMIAMIFL.GOV Quote Date I Ship Via I F.O.B. I Customer PO Number Payment Method 12/05/16 I GROUND I FOB DESTINA nON I SEDAN ADMIN NET30 Entered By Salesperson I Ordered By Resale Number EDWIN SALGADO EDWIN SALGADO-Miami I SGT. WAGNER Order Approve Tax Item Number 1 Description Unit Extended Quantity Quantity Price Price 4 4 Y WEC-VTX609 58.0000 232.00 Whelen Omni Vertex Directional Lighthead 9' Cable Clear Warehouse: MIAM (2) FRONT CORNER LEDS (2) REAR CORNERS (ON BACK UP LIGHTS) ***REQUIERS OPTION 13P FROM FORP **** WEC= WHELEN @ 45% OFF, LIST PRICE $135.00 2 2 Y WEC-VTX609 58.0000 116.00 Whelen Ornni Vertex Directional Lighthead 9' Cable Red Warehouse: MIAM (2) REAR CORNER LEDS (ON BREAK LIGHTS) WEC= WHELEN @ 45% OFF, LIST PRICE $135.00 Print Date 12/05116 Print Time 04:01:12 PM Page No. 4 Printed By: EDWIN SALGADO Continued gf Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 196456 SMIAMI E-mail: DWAGNER@SOUTHMIAMIFL.GOV E-mail: DWAGNER@SOUTHMIAMIFL.GOV Quote Date I Ship Via I F.O.B. I Customer PO Number Payment Method 12/05/16 I GROUND I FOB DESTINATION I SEDAN ADMIN NET30 Entered By Salesperson I Ordered By Resale Number EDWIN SALGADO EDWIN SALGADO-Miami I SGT. WAGNER Order Approve Tax Item Number 1 Description Unit Extended Quantity Quantity Price Price 1 1 Y 7160-0409 320.0000 320.00 Gamber Johnson Ford PI Sedan Console Package 2012+ Warehouse: MIAM CONSOLE TO INCLUDE DUAL CUP HOLDER, ARMREST, THE FOLLOWING FACEPLATES, 1-7140-0307 (SIREN) 1-3130-0361 (3 CIG. PLATE) 1-7160-0523 (HARRIS M7300 RADIO) AND WHATEVER OTHER FILLER PLATES NECESSARRY TO COMPLETE THE INSTALL. ******************************************************************* GJ= GAMBER JOHNSON AT 46% OFF, LIST PRICE $551.00, PLUS FREIGHT $22.46 EACH. 3 3 Y 7160-0063 11.3400 34.02 GJ 12V OUTLET RECEPTACLE ONLY Warehouse: MIAM GJ= GAMBER JOHNSON AT 46% OFF, LIST PRICE $25.00, FREIGHT INCLUDED 2 2 Y THlOOO 95.0000 190.00 THOR 1000 WATT POWER INVERTER Warehouse: MIAM TO BE INSTALLED WITH HEADY DUTY 6 GA. POWER WIRE (INCLUDED) THOR= NON CATALOG@ 5% OFF. LIST PRICE $129.99 Print Date 12/05116 Print Time 04:01:12 PM Page No. 5 Printed By: EDWIN SALGADO Continued ?ll Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 196456 SMIAMI E-maii: DWAGNER@SOUTHMIAMIFL.GOV E-mail: DWAGNER@SOUTHMIAMIFL.GOV Quote Date I Ship Via I F.O.B. I Customer PO Number 12/05/16 I GROUND I FOB DESTINA nON I SEDAN ADMIN Entered By EDWIN SALGADO Order Approve Tax Quantity Quantity 2 2 Y 2 2 Y 1 1 Y 1 1 Y Print Date 12/05/16 Print Time 04:01: 12 PM Page No. 6 Printed By: EDWIN SALGADO I Salesperson I Ordered By I EDWIN SALGADO-Miami I SGT. WAGNER Item Number 1 Description 76441 SLI POL YSTINGER LED HAZ-LO BLACK Warehouse: MIAM UPGRADE FROM FSA OPTION MEETS SOUTH MIAMI PD SPECS FOR ACCREDIDATION SLI= STREAM LIGHT NON CATALOG@ 5% OFF, LIST PRICE $193.00 D3805 PG D3805 SUPER SIZE TRUNK ORG Warehouse: MIAM PG= PRO-GARD @ 31 % OFF, LIST PRICE $ 227.00 AN-125001-002 COOPER GENERAL ANTENNA BASE STANDARD ROOF MNTLOWLOSS Warehouse: MIAM COOPER GENERAL NON CATALOG@ 5% OFF, LIST PRICE $75.00 AN-22500 1-004 COOPER GENERAL ANTENNA ELEMENT 700/800 2DB LOW PROFILR Warehouse: MIAM COOPER GENERAL NON CATALOG@ 5% OFF, LIST PRICE $55.00 Continued on Next Page 91 Payment Method NET30 Resale Number Unit Extended Price Price 105.0000 210.00 156.6300 313.26 70.0000 70.00 50.0000 50.00 DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER . Telephone: 305-663-6359 196456 SMIAMI E-mail: DW AGNER@SOUTHMIAMIFL.GOV E-mail: DWAGNER@SOUTHMIAMIFL.GOV Quote Date I Ship Via I F.O.B. I Customer PO Number Payment Method 12/05116 I GROUND I FOB DESTINATION I SEDAN ADMIN NET30 Entered By Salesperson I Ordered By Resale Number EDWIN SALGADO EDWIN SALGADO-Miami I SGT. WAGNER Order Approve Tax Item Number / Description Unit Extended Quantity Quantity Price Price 1 1 Y INSTALL 150.0000 150.00 DSS INSTALLATION OF POLICE RADIO Warehouse: MIAM AS PER CITY OF MIAMI CONTRACT, LABOR RATE AT $60 PER HOUR. ALL INSTALLS ARE PERFORMED BY EVT CERTIFIED TECHNICIANS. TOTAL HOUR= 1.5 EACH VEHICLE 2 2 N INSTALL 870.0000 1,740.00 DSS INSTALLATION OF EQUIPMENT Warehouse: MIAM AS PER CITY OF MIAMI CONTRACT, LABOR RATE AT $60 PER HOUR. ALL INSTALLS ARE PERFORMED BY EVT CERTIFIED TECHNICIANS. TOTAL HOUR= 14.5 EACH VEHICLE *** 2 17PI SEDAN, iADMIl' **** ** AS PER CITY OF MIAM CONTRACT# 516388(21) WITH ADDITIONAL DISCOUNTS ** Approved By: D Approve All Items & Quantities Ouote Good for 30 Davs Print Date 12/05116 Subtotal 5,496.04 Print Time 04:01:12 PM Freight 0.00 Page No. 7 Printed By: EDWIN SALGADO Order Total 5,496.04 92 DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 196328-A SMIAMI E-mail: DW AGNER@SOUTHMIAMIFL.GOV E-mail: DWAGNER@SOUTHMIAMIFL.GOV Quote Date I Ship Via I F.O.B. I Customer PO Number Payment Method 12/05/16 I GROUND I FOB DESTINATION I SUV ADMIN NET30 Entered By Salesperson I Ordered By Resale Number EDWIN SALGADO EDWIN SALGADO-Miami I SGT. WAGNER Order Approve Tax Item Number 1 Description Unit Extended Quantity Quantity Price Price 1 1 Y WEC-295SLSA6 285.0000 285.00 Whelen 100/200W Scan-Lock Self-Contained Siren/Switch Warehouse: MIAM HIGH CURRENT SWITCHING 100 WATT OUTPUT WITH 1-100 WATT SPEAKER OR 200 WATT OUTPUT WITH 2-100 WATT SPEAKERS. SIREN INCLUDES PARK KILL, & TIMED-OUT FEATURES AND 17 SELECT ABLE SCAN-LOCK SIREN TONES ****************************************** WEC= WHELEN @ 45% OFF, LIST PRICE $672.00 1 1 Y SA315P 139.0000 139.00 WEC lOOW COMPACT BLACK COMPOSITE 122dB SPEAKER Warehouse: MIAM WEC= WHELEN @ 45% OFF, LIST PRICE $328.00 1 1 Y SAK44 0.0000 0.00 WEC MOUNTING KIT FOR SA315P INTERCEPTOR UTILITY Warehouse: MIAM (INCLUDED) WEC= WHELEN @45%OFF, LIST PRICE $41.00 3 3 Y AVN2RB 195.0000 585.00 WHELEN RedlBlue Dual Head Avenger LED Dashlight Warehouse: MIAM (2) UPPER FRONT WINDSHIELD (1) TO BE MOUNTED ON CENTER FRONT LOWER WINDSHIELD WEC= WHELEN @ 45% OFF, LIST PRICE $356.00 Print Date 12/05/16 Print Time 04:04:43 PM Page No. 1 Printed By: EDWIN SALGADO Continued gg. Next Page DANA SAFETY SUPPLY,INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 E-mail: DWAGNER@SOUTHMIAMIFL.GOV Quote Date I Ship Via I F.O.B. 12/05116 I GROUND I FOB DESTINATION Entered By Salesperson EDWIN SALGADO EDWIN SALGADO-Miami I I I I Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 196328-A SMIAMI E-mail: DWAGNER@SOUTHMIAMIFL.GOV Customer PO Number Payment Method SUV ADMIN NET30 Ordered By Resale Number SGT. WAGNER Order Approve Tax Item Number / Description Unit Extended Quantity Quantity 2 2 Y 1 1 Y 1 I Y 2 2 Y Print Date 12/05116 Print Time 04:04:43 PM Page No. 2 Printed By: EDWIN SALGADO AVNBKT5 WEC HEADLINER BRACKET FOR AVENGER Warehouse: MIAM WEC= WHELEN @ 45% OFF, LIST PRICE $25.50 WEC-AVNl Whelen Single 9-LED Avenger W/Clear Lens Blue Warehouse: MIAM (1) REAR FAClNG/REAR WlNDOW WEC= WHELEN @45% OFF, LIST PRICE $204.00 WEC-AVNl Whelen Single 9-LED Avenger W/Clear Lens Red Warehouse: MIAM (1) REAR FAClNG/REAR WlNDOW WEC= WHELEN @ 45% OFF, LIST PRICE $204.00 ENT2B3J SOl INTERSECTOR I8-LED UNDER MIRROR LIGHT RED/BLUE Warehouse: MIAM (2) UNDER MIRROR SIDE LIGHTS SOI= SOUND OFF @ 45% OFF, LIST PRICE $287.00 Continued on Next Page 69 Price Price 13.9500 27.90 98.0000 98.00 98.0000 98.00 135.0000 270.00 DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 196328-A SMIAMI E-mail: DW AGNER@SOUTHMIAMIFL.GOV E-mail: DWAGNER@SOUTHMIAMIFL.GOV Quote Date I Ship Via I F.O.B. I Customer PO Number Payment Method 12/05116 I GROUND I FOB DESTINATION I SUV ADMIN NET30 Entered By Salesperson I Ordered By Resale Number EDWIN SALGADO EDWIN SALGADO-Miami I SGT. WAGNER Order Approve Tax Item Number 1 Description Unit Extended Quantity Quantity Price Price 1 1 Y PNTlCRV05 6.6000 6.60 SOl INTERSECTOR UNDER MIRROR ADPTR SET 2013+ PI SUV Warehouse: MIAM SOI= SOUND OFF @ 45% OFF, LIST PRICE $12.00 1 1 Y ENL160J-L 305.0000 305.00 SOl 60" NLINE RUNNING LIGHT REDIBLUE LEFT CABLE Warehouse: MIAM (1) RUNNER LIGHT SOI= SOUND OFF @ 45% OFF, LIST PRICE $650.00 1 1 Y ENL160J-R 305.0000 305.00 SOl 60" NLINE RUNNING LIGHT REDIBLUE RIGHT Warehouse: MIAM (1) RUNNER LIGHT SOI= SOUND OFF @ 45% OFF, LIST PRICE $650.00 4 4 Y WEC-ION 79.0000 316.00 Whelen ION Led, Black Housing & Universal Mount Blue-Red Warehouse: MIAM (2) FRONT CORNERS I HEADLIGHTS (2) LICENSE PLATE WEC= WHELEN @45%OFF, LIST PRICE $180.00 Print Date 12/05/16 Print Time 04:04:43 PM Page No. 3 Printed By: EDWIN SALGADO Continued ~ll Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 196328-A SMIAMI E-mail: DWAGNER@SOUTHMIAMIFL.GOV E-mail: DWAGNER@SOUTHMIAMIFL.GOV Quote Date I Ship Via I F.O.B. I Customer PO Number Payment Method 12/05116 I GROUND I FOB DESTINA nON I SUV ADMIN NET30 Entered By Salesperson I Ordered By Resale Number EDWIN SALGADO EDWIN SALGADO-Miami I SGT. WAGNER Order Approve Tax Item Number / Description Unit Extended Quantity Quantity Price Price 1 1 Y IONBKTl 17.8700 17.87 WEC ION LICENSE PLATE BRACKET (HORlZ) Warehouse: MIAM WEC= WHELEN @ 45% OFF, LIST PRICE $32.50 2 2 Y WEC-VTX609 58.0000 116.00 Whelen Omni Vertex Directional Lighthead 9' Cable Red Warehouse: MIAM (2) REAR CORNER LED'S WEC= WHELEN @ 45% OFF, LIST PRICE $l35.00 2 2 Y EMPS2STS4J 79.0000 158.00 SOl MPOWER FASCIA 4"12-LED STUD MNT RED/BLUE Warehouse: MIAM (2) UNDER HATCH DOOR FOR REAR FACING WHEN HATCH DOOR OPENS SOI= SOUND OFF @ 45% OFF, LIST PRICE $179.00 1 1 Y ETHFSS-SP 32.0000 32.00 SOl SS HEADLIGHT FLASHER SELECT-A-PATTERN Warehouse: MIAM SOI= SOUND OFF @ 45% OFF, LIST PRICE $67.00 Print Date 12/05116 Print Time 04:04:43 PM Page No. 4 Printed By: EDWIN SALGADO Continued ~r Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 E-mail: DWAGNER@SOUTHMIAMIFL.GOV Quote Date I Ship Via I F.O.B. 12/05/16 I GROUND I FOB DESTINATION Entered By I Salesperson EDWIN SALGADO I EDWIN SALGADO-Miami I I I I Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 196328-A SMIAMI E-mail: DWAGNER@SOUTHMIAMIFL.GOV Customer PO Number Payment Method SUV ADMIN NET30 Ordered By Resale Number SGT. WAGNER Order Approve Tax Item Number 1 Description Unit Extended Quantity Quantity 1 1 Y 3 3 Y 1 1 Y Print Date 12/05116 Print Time 04:04:43 PM Page No. 5 Printed By: EDWIN SALGADO Price PriCe 7160-0411 320.0000 320.00 Ford PIUV Console With Armrest & Dual Cupholder 2012+ Warehouse: MIAM VEHICLE SPECIFIC CONSOLE FOR 2012+ FORD POLICE lNTERCEPTOR UTILITY VEHICLE, lNCLUDES DUAL CUP HOLDER, ARMREST, & THE FOLLOWING EQUIPMENT BRACKETS: 1-7140-0307 (SIREN) 1-3130-0361 (3 CIG. PLATE) 1-7160-0523 (HARRIS M7300 RADIO) AND ANY OTHER FILLER PLATES NECESSARY TO COMPLETE THE lNSTALL. ********************************************* GJ= GAMBER JOHNSON AT 46% OFF, LIST PRICE $551.00, PLUS FREIGHT $22.46 EACH. 7160-0063 11.3400 34.02 GJ 12V OUTLET RECEPTACLE ONLY Warehouse: MIAM GJ= GAMBER JOHNSON AT 46% OFF, LIST PRICE $25.00, FREIGHT lNCLUDED THI000 95.0000 95.00 THOR 1000 WATT POWER INVERTER Warehouse: MIAM TO BE lNSTALLED WITH HEADY DUTY 6 GA. POWER WIRE (INCLUDED) THOR= NON CATALOG@ 5% OFF. LIST PRICE $129.99 Continued ~f Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE . 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 196328-A SMIAMI E-mail: DW AGNER@SOUTHMIAMIFL.GOV E-mail: DW AGNER@SOUTHMIAMIFL.GOV Quote Date I Ship Via I F.O.B. J Customer PO Number Payment Method 12/05/16 I GROUND I FOB DESTINA nON I SUV ADMIN NET30 Entered By Salesperson I Ordered By Resale Number EDWIN SALGADO EDWIN SALGADO-Miami I SGT. WAGNER Order Approve Tax Item Number / Description Unit Extended Quantity Quantity Price Price 1 1 Y 76441 105.0000 105.00 SLI POL YSTINGER LED HAZ-LO BLACK Warehouse: MIAM UPGRADE FROM FSA OPTION MEETS SOUTH MIAMI PD SPECS FOR ACCREDIDATION SLI= STREAMLIGHT NON CATALOG @ 5% OFF, LIST PRICE $193.00 1 1 Y D3805 156.6300 156.63 PG D3805 SUPER SIZE TRUNK ORG Warehouse: MIAM PG= PRO-GARD @31%OFF,LISTPRICE$ 227.00 1 1 Y TK0248ITU12 955.8100 955.81 SMC CARGO BOX DSC BSC Warehouse: MIAM 2012+ INTERCEPTOR UTILITY TOP TIER SLIDING DRAWER WI COMBINATION LOCK DRAWER DIMENSIONS: 42.75" WX 5.1" H X 18.53" D BASE TIER SLIDING DRAWER WI COMBINATION LOCK DRAWER DIMENSION: 37.78" W X 8.7" H X 18.86" D SMC= SETINA AT 30% OFF, LIST PRICE $1,299.00, PLUS FREIGHT $46.51 EACH Print Date 12/05/16 Print Time 04:04:43 PM Page No. 6 Printed By: EDWIN SALGADO Continued~:f Next Page DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 196328-A SMIAMI E-mail: DWAGNER@SOUTHMIAMIFL.GOV E-mail: DWAGNER@SOUTHMIAMIFL.GOV Quote Date I Ship Via I F.O.B. I Customer PO Number 12/05/16 I GROUND I FOB DESTINATION I SUV ADMIN Entered By EDWIN SALGADO Order Approve Tax Quantity Quantity 1 1 Y 1 1 Y 1 1 Y 1 1 Y 1 1 Y Print Date 12/05/16 Print Time 04:04:43 PM Page No. 7 Printed By: EDWIN SALGADO Salesperson I Ordered By EDWIN SALGADO-Miami I SGT. WAGNER Item Number / Description TF0237ITU12 SMC FREESTAND BRKT INT. SUV Warehouse: MIAM SMC= SETINA AT 30% OFF, LIST PRICE $73.00, FREIGHT INCLUDED (PRICE INCLUDED WITH BOX ABOVE) BK2019ITU16 SMC PB450 L4 ALUMINUM PUSH BUMPER Warehouse: MIAM SMC= SETINA AT 30% OFF, LIST PRICE $839.00, PLUS FREIGHT $112.14 EACH AN-125001-002 COOPER GENERAL ANTENNA BASE STANDARD ROOF MNT LOW LOSS Warehouse: MIAM COOPER GENERAL NON CATALOG@ 5% OFF, LIST PRICE $75.00 AN-225001-004 COOPER GENERAL ANTENNA ELEMENT 700/800 2DB LOW PROFILR Warehouse: MIAM COOPER GENERAL NON CATALOG@ 5% OFF, LIST PRICE $55.00 INSTALL DSS INSTALLATION OF POLICE RADIO Warehouse: MIAM AS PER CITY OF MIAMI CONTRACT, LABOR RATE AT $60 PER HOUR. ALL INSTALLS ARE PERFORMED BY EVT CERTIFIED TECHNICIANS. TOTAL HOUR= 1.5 EACH VEHICLE Continued on Next Page 74 Payment Method NET30 Resale Number Unit Extended Price Price 51.1000 51.10 699.4400 699.44 70.0000 70.00 50.0000 50.00 150.0000 150.00 DANA SAFETY SUPPLY, INC 5221 W. MARKET ST GREENSBORO, NC 27409 Sales Quote Telephone: 800-845-0405 Bill To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 Sales Quote No. Customer No. Ship To SOUTH MIAMI POLICE 6130 SW 72 STREET SOUTH MIAMI, FL 33143 Contact: SGT. DARBY WAGNER Telephone: 305-663-6359 196328-A SMIAMI E-mail: DWAGNER@SOUTHMIAMIFL.GOV E-mail: DWAGNER@SOUTHMIAMIFL.GOV Quote Datel Ship Via J F.O.B. I Customer PO Number Payment Method 12/05/16 I GROUND I FOB DESTINA nON I SUV ADMIN NET30 Entered By Salesperson I Ordered By Resale Number EDWIN SALGADO EDWIN SALGADO-Miami I SGT. WAGNER Order Approve Tax Item Number 1 Description Unit Extended Quantity Quantity Price Price 1 1 N INSTALL 960.0000 960.00 DSS INSTALLA nON OF EMERGENCY EQUIPMENT Warehouse: MIAM AS PER CITY OF MIAMI CONTRACT, LABOR RATE AT $60 PER HOUR. ALL INSTALLS ARE PERFORMED BY EVT CERTIFIED TECHNICIANS. TOTAL HOUR= 16.00 EACH VEHICLE *** 2 17PIUTILITl: ,ADM N **** ** A~ PER CITY OF MIAM CONTRACT# 516388(21) WITH ADDITIONAL DISCOUNTS ** Approved By: o Approve All Items & Quantities Ouote Good for 30 Davs Print Date 12/05/16 Subtotal 6,406.37 Print Time 04:04:43 PM Freight 0.00 Page No. 8 Printed By: EDWIN SALGADO Order Total 6,406.37 75 Florida Department of State DII/10lO!'! of C OF P Dlvl'l'lDl"f 3 Department of State / Division of Corporations / Search Records / Detail By Document Number / Detail by Entity Name Florida Profit Corporation DANA SAFETY SUPPLY, INC. Filing Information Document Number FEIIEIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Principal Address P09000099964 27-1557226 12/11/2009 FL ACTIVE NAME CHANGE AMENDMENT 02/05/2010 NONE 5221 WEST MARKET STREET GREENSBORO, NC 27409 Changed: 05/03/2011 Mailing Address 701 RIVERSIDE PARK PLACE JACKSONVILLE, FL 32204 Changed: 01/22/2016 Registered Agent Name & Address ACKMAN, JOANNE L 701 RIVERSIDE PARK PLACE JACKSONVILLE, FL 32204 Name Changed: 02/18/2011 Address Changed: 01/22/2016 OfficerlDirector Detail Name & Address Title VP, Director HODGES, DAVID CJR. 701 RIVERSIDE PARK PLACE JACKSONVILLE, FL 32204 DIVISION OF CORPORATIONS Title VP, Director GRAHAM, ALEXANDER M 701 RIVERSIDE PARK PLACE JACKSONVILLE, FL 32204 Title Secretary, Treasurer, Director CURRY, JEFFERY S 701 RIVERSIDE PARK PLACE JACKSONVILLE, FL 32204 Title VP, Director GRAHAM, HAMPTON H 701 RIVERSIDE PARK PLACE JACKSONVILLE, FL 32204 Title Asst. Secretary HOBBS, WANDA J 5221 WEST MARKET STREET GREENSBORO, NC 27409 Title President Russo, David 701 RIVERSIDE PARK PLACE JACKSONVILLE, FL 32204 Annual Reports Report Year 2015 2016 2016 Document Images Filed Date 02/19/2015 01/22/2016 03/15/2016 03/15/2016 --AMENDED ANNUAL REPORT View image in PDF lonnat ~============: 01/22/2016 --ANNUAL REPORT 02/19/2015 ANNUAL REPORT 01/10/2014 --ANNUAL REPORT 01/28/2013 --ANNUAL REPORT 01/24/2012 --ANNUAL REPORT 0510312011 --ANNUAL REPORT 02/18/2011 --ANNUAL REPORT 01/25/2011 --ANNUAL REPORT 02/25/2010 --ANNUAL REPORT 02/22/2010 --ANNUAL REPORT 02/05/2010--Name Change 12/11/2009 --Domestic Profit View image in PDF lonnat View image in PDF lonnat View image in PDF lonnat View image in PDF lonnat View image in PDF lonnat View image in PDF lonnat View image in PDF lonnat View image in PDF lonnat View image in PDF lonnat View image in PDF lonnat View image in PDF lonnat View image in PDF lormat