Res No 002-20-15442RESOLUTION NO. 002-20-1 5442
A Resolution authorizing the City Manager to enter into a piggyback contract
with Public Safety Supply, LLC for the purchase and installation of Brother
Thermal Printers for police vehicles.
WHEREAS, the Mayor and City Commission wish to purchase and install Brother thermal printers in
its police vehicles, and
WHEREAS, this purchase and installation will provide the Police Department with equipment designed
for mobile operations; and
WHEREAS, the purchase of this equipment could lead to long term savings over current utilized
equipment which was not designed for current applications; and
WHEREAS, this purchase will include retrofitting twenty-seven (27) vehicles to include thermal printer,
mounting hardware and on -site installation; and
WHEREAS, the City of South Miami will make this purchase from Public Safety Supply, LLC via a piggy
back agreement utilizing City of Miami Contract #516388 which offers a 50% discount off of Public Safety USA
catalog price for the thermal printers; and
WHEREAS, the total cost of purchase will be $22,566 and will be charged to the following account, 615-
1910-521-5210, Federal Forfeiture Supplies with a current balance of $55,000.
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF
THE CITY OF SOUTH MIAMI, FLORIDA:
Section I: The recitals set forth herein above are adopted by reference and adopted as a part of this
resolution.
Section 2: The City Manager is authorized to purchase these products and services from Public Safety
Supply, LLC.
Section 3. 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 4: This resolution shall take effect immediately upon approval.
PASSED AND APPROVED this 7m day of lanua , 2020.
ATTEST: f� -V PP
CITY LERK MAYOR
READ AND APPROVED AS TO FORM,
LANGUAGE, LEGALITY AN /�
EXEC UTI Oil THEREOF 7/ /
ATTORNEY
COMMISSION VOTE:
5-0-
Mayor Stoddard:
Yea
Vice Mayor Harris:
Yea
Commissioner Liebman:
Yea
Commissioner Gil:
Yea
Commissioner Welsh:
Yea
Agenda Item No:2.
City Commission Agenda item Report
Meeting Date: January 7, 2020
Submitted by: John Barzola
Submitting Department: Police Department
Item Type: Resolution
Agenda Section:
Subject:
A Resolution authorizing the City Manager to enter into a piggyback contract with Public Safety Supply, LLC for
the purchase and installation of Brother Thermal Printers for police vehicles. 3/5 (City Manager -Police Dept.)
Suggested Action:
Attachments:
BrotherThermal Printers Purchase and Install memo.docx
Reso Purchase Thermal —Printers Piggyback with PublicSafetySupplyCArev.docx
Quote # 255.PDF
Piggy Back Agreement and City of Miami Contract.pdf
CITY OF SOUTH MIAMI
South(fMiami OFFICE OF THE CITY MANAGER
INTER -OFFICE MEMORANDUM
Ti I[ CITY OF PLEASANT LfVi^:C
TO: The Honorable Mayor & Members of the City Commission
FROM: Steven Alexander, City Manager
DATE: January 7, 2020
SUBJECT: A Resolution authorizing the City Manager to Purchase and installation
services of Brother thermal printers from Public Safety Supply for police
vehicles.
Background: The Police Department currently utilizes home office printers for its
printer solutions in its police vehicles. They currently replace on average
6-10 printers per year due to short life expectancies for current
applications. The proposed purchase and installation of Brother thermal
printers should increase life expectancy of deployed printers and thus
provide a long term cost savings. Neighboring agencies utilize similar
printers and advised minimal issues and the same thermal printers have
been in use for 5-7 years.
Current thermal paper technology has also advanced over the course of
the last few years. This should assist with previous encountered issues
such as premature fading and washouts. This purchase will be made
utilizing City of Miami contract #516388 via a piggy back agreement.
Amount: $22,566
Account: 615-1910-521-5210 Federal Forfeiture Supplies Account
ATTACHMENTS: Resolution
Quote Public Safety Supply
Piggy Back Agreement
City of Miami Contract 516388
2
CONTRACT FOR: Purchase and/or Installation of Municipal Equipment
THIS AGREEMENT made and entered into thisday of), 2010 by and
between the City of South Miami, a Florida municipal Corporation by and t ugh its City
Manager (hereinafter referred to as "City") and Public Safety Supply, (hereinafter referred to as
"Contractor") whose address is 750 W. 18 St, Miami, F133010, and whose email address if
rsanchezt7a,publicsafetysupply.net
WITNESSETH:
WHEREAS, the City of Miami solicited bids pursuant to IFB No: 516388(21), for
Purchase and/or Installation of Municipal Equipment; and
WHEREAS, the City of Miami, after completing a competitive bidding process,
awarded a contract to Contractor, and
WHEREAS, the City of South Miami desires to utilize the City of Miami Contract with
Contractor; and
WHEREAS, the City is authorized, pursuant to the City of South Miami's Charter, to
piggyback off of contracts, such as the contract in question between City of Miami and
Contractor, that were entered into in accordance with a solicitation process that is at least as
vigorous as that of the City of South Miami; and
NOW, THEREFORE, the City and the Contractor, each through their authorized
representative/official, agree as follows:
1. The City desires to enter into a Contract, under the same provisions as set forth in
the contract between City of Miami and Contractor pursuant to IFB No: 516388(21), as
modified by this Agreement.
2. The City has reviewed the contract between City of Miami and Contractor and
agrees to the provisions of that contract which shall be applicable to a purchase order to be
issued by the City and further agrees to the fair and reasonableness of the pricing. Contractor
hereby agrees to provide such goods and/or services, pursuant to the City's purchase order made
during the term of this Agreement, under the same price(s), terms and conditions as found in the
solicitation documents, the response to the solicitation, and the Agreement/Contract and/or the
Award, pertinent copies of which are attached hereto as Attachment A and made a part hereof
by reference.
3. All references in the contract between City of Miami and Contractor, shall be
assumed to pertain to, and are binding upon Contractor and the City of South Miami. All
decisions that are to be made on behalf of City of Miami, as set forth in the contract between
City of Miami and the Contractor, shall all be made by the City Manager for the City of South
Miami. Notwithstanding anything contained in the City of Miami IFB No: 516388(21) and the
contract between City of Miami and the Contractor to the contrary, this Agreement shall be
Thomas F. Pepe — 04-03-19
Page 1 of
governed by the laws of the State of Florida and venue for all dispute resolutions or litigation
shall be in Miami -Dade County, Florida.
4. Term. The term of the contract, including all extensions authorized by the
contract shall not exceed five years.
5. Scope of Goods and Services. The scope of goods and services (which may
hereinafter be referred to as the "Work") are set forth in the attached Attachment A and any
attachments thereto and the City's purchase order, the latter of which shall take precedence. The
Contractor has agreed to deliver the goods, if any, and perform the services, if any, in a workman
like manner and in accordance with all state, county and City laws, at the locations, if any,
designated by the City. All of the goods and services reflected in Attachment A shall, unless
otherwise stated in the Attachment A or B, be delivered, if good, and commenced, if services,
within N/A days from the date of the execution of this Agreement. The Contractor shall obtain
and pay for all permits required for the goods and services rendered, if any, with the exception of
permits fees charged by the City, said fees shall be waived.
6. Contract Price. The contract price for the good and services is set forth in
Attachment A or B. If not otherwise set forth in the contract between City of Miami and the
Contractor, the Contractor shall be paid upon delivery of all the goods, if any, the completion of
all the services, if any, and after final inspection and approval, by the City, that approves of the
goods delivered, if any, and the services performed, if any.
7. Precedence. The term, provisions and conditions of this Agreement shall take
precedence over the terms, provisions and conditions of the contract between Contractor and
City of Miami.
8. Grant Funding: This project is being funded by N/A and Contractor agrees to
comply with all the requirements of that Grant, applicable to the delivery of the goods and/or
services that are the subject of this Agreement, and that are within its power to provide and to
provide all the documentation within its control that is required for the City to be able to recover
as much of the contract price that is available pursuant to the terms of the grant. A copy of the
grant, if any, is attached hereto and made a part hereof by reference.
9. Public Records: 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 CONTRACTOR, under such conditions, shall incorporate this paragraph in
all of its subcontracts for this Project and shall: (a) Keep and maintain public records required
by the public agency to perform the service; (b) Upon request from the public agency's custodian
of public records, provide the public agency with a copy of the requested records or allow the
records to be inspected or copied within a reasonable time at a cost that does not exceed the cost
provided in this chapter 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 by law for the duration of the contract term and following completion of the
contract if the contractor does not transfer the records to the public agency; and (d) Upon
completion of the contract, transfer, at no cost, to the public agency all public records in
Thomas F. Pepe — 04-03-19
Page 2 of 4
possession of the contractor or keep and maintain public records required by the public agency to
perform the service. If the contractor transfers all public records to the public agency upon
completion of the contract, the contractor shall destroy any duplicate public records that are
exempt or confidential and exempt from public records disclosure requirements. If the contractor
keeps and maintains public records upon completion of the contract, the contractor shall meet 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 of public records,
in a format that is compatible with the information technology systems of the public agency. IF
THE CONTRACTOR 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-mail: npayne(i southmiamifl.gov; 6130
Sunset Drive, South Miami, FL 33143.
10. Waiver Jury Trial: City and Contractor knowingly, irrevocably voluntarily and
intentionally waive any right either may have to a trial by jury in State or Federal Court
proceedings in respect to any action, proceeding, or lawsuit arising out of the Contract
Documents or the performance of the Work thereunder or any counterclaim, cross -claim or third
party claim filed in the same proceeding.
11. Notices: Whenever notice shall be required or permitted herein, it shall be
delivered by hand delivery, e-mail (or similar electronic transmission), facsimile transmission or
certified mail with return receipt requested and shall be deemed delivered on the date shown on
the e-mail or delivery confirmation for any facsimile transmission or, if by certified mail, the
date on the return receipt or the date shown as the date same was refused or unclaimed. if hand
delivered to the CITY, a copy must be stamped with the official CITY receipt stamp showing the
date of delivery, otherwise the document shall not be considered to have been hand delivered.
Notices shall be delivered to the following individuals or entities at the addresses (including e-
mail) or facsimile transmission numbers set forth below or in the introductory paragraph to this
contract:
To CITY: City Manager,
6130 Sunset Dr.
South Miami, FL 33143
Tel: (305) 668-2510
Fax: (305) 663-6345
E-mail: salexander@southmiamifl.gov
With copies to: City Attorney
6130 Sunset Dr.
South Miami, FL 33143
Tel: (305) 667-2564
Fax: (305) 341-0584
E-mail: tgepe@southmiamifl.gov
Thomas F. Pepe — 04-03-19
Page 3 of 4
12. Validity of Executed Copies: This Agreement may be executed in several
counterparts, each of which may be construed as an original.
13. Attorneys' Fees and Costs: In the event of any litigation between the parties
arising out of or relating in any way to this Agreement or a breach thereof, each party shall bear
its own costs and legal fees. Nothing contained herein shall prevent or prohibit the right to be
indemnified for any attorney fees incurred in the defense of an action by a person or entity who
is not a party to this Agreement.
14. Indemnification: Notwithstanding anything contained in the contract between
Contractor and City of Miami to the contrary, the City does not waive its sovereign immunity
granted by Florida Statutes, Section 768.28, and the City's tort liability shall be limited to the
waiver of sovereign immunity provided for in Section 768.28.
15. Severability: If any term or provision of this Agreement or the application
thereof to any person or circumstance shall, to any extent, be invalid or unenforceable, the
remainder of this Agreement, or the application of such term or provision to persons or
circumstances other than those to which it is held invalid or unenforceable, shall not be affected
thereby and each term and provision of this Agreement shall be valid and enforceable to the
fullest extent permitted by law.
IN WITNESS WHEREOF, and as the duly authorized act of the parties, the
undersigned representatives of the parties 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.
[Name of
(type name and title of signatory above)
ATTEST:
CITY OF
By: Q By:
Nkengh Payne, C S n Alexai
City Clerk City Manager
Read and Approved as to Form, Language, Legality and Execution Thereof.
By:
Thomas F. Pepe
City Attorney
Thomas F. Pepe — 04-03-19
Page 4 of 4
C,Tit-v of *Rtamt
CONTRACT AV1/ARD
Procurement De
partment
AMENDMENT NO, 4
IFB NO:
516388(21)
DESCRIPTION:
PURCHASE AND/OR INSTALLATION OF MUNICIPAL VEHICLE EQUIPMENT CITYWIDE
TERM OF CONTRACT:
TWO (2) YEARS, WITH OTR FOR THREE (3) ADDITIONAL ONE-YEAR PERIODS
CONTRACT PERIOD:
JANUARY 25, 2016 THROUGH JANUARY 24, 2018
FIRST RENEWAL:
JANUARY 25, 2018 THROUGH JANUARY 24, 2019
SECOND RENEWAL:
JANUARY 25, 2019 THROUGH JANUARY 24, 2020
COMMODITY CODE:
05557-00
SECTION #1-- VENDOR AWARD
Dana Supply, Inc.
Saul com
Public Safety Supply, LLC
1620 NW 82nd Ave.
420 W. 27u' Street
Doral, FL 33126
Hialeah, FL 33010
Contact: Mark Sevlgny
Contact: Alberto Espinosa
Phone: (800) 854-5536
Phone: (305) 986-1373
Email• n[cldss
Emil• 1 'bl• fat I t
. Lei gva a _ . esp nos�ICc0 ,pu ICSa ysUHM v.ne
Strobes-R-Us, Inc.
2681 Hammondville Road
Pompano Beach, FL 33064
Contact: Tom Hanina
Phone: (954) 946-9955
Fax: (954) 946-9677
Email: salesO-srus.com
SECTION #2 — AW D ACKGROUND INFORMATION/APPLICABLE ORDINANCES/NOTES
CC AWARD DATE: JANUARY 14, 2016
= AMENDED AMOUNT:
N/A
RESOLUTION NO: 16-0009
INSURANCE REQUIREMENTS:
YES
TOTAL CONTRACT AMOUNT: N/A
PERFORMANCE BOND:
N/A
APPLICABLE ORDINANCES:.
N/A
Notes: Pursuant to Resolution 19-0074, Public Safety
Supply, LLC, assumed all assets and contracts of
Signal Technologies.
Public Safety Supply, LLC
420 W. 27t' Street .
Hialeah, FL 33010
Contact: Alberto Espinosa
Phone: (305) 986-1373 '
Email: aesDinosa(&i)ublicsafetysupDly.not
SECTION #3 - REQUESTING DEPARTMENT
CITY OF MIAMI, DEPARTMENT OF GSA
Contract Administrator: John Babos
Phone: (306) 329-4874
ISECTION #4 - PROCURING AGENCY I
CITY OF MIAMI, DEPARTMENT OF PROCUREMENT
Buyer: Eduardo Falcon
Phone: (305) 416-1901
Prepared By: Aimee Gandarilla, 3/14/19
A CONTRACT AWARD SHEET INSTRUCTIONAL GUIDE TO ASSIST YOU WITH THE INFORMATION
CONTAINED HEREIN IS AVAILABLE IN THE ISUPPLIER INFORMATION SECTION OF OUR WEBPAGE AT:
WWW. MIAMIGOV.COM/PROCUREMENT
oodr�
AGENDA ITEM SUMMARY FORM
stillit s r File ID: #5398
Date: 01/16/2019 Requesting Department: Department of
Procurement
Commission Meeting Date: 02/28/2019 Sponsored By:
District Impacted: All
Type: Resolution
Subject: Assign IFB - Signal Technology Enterprises
PunDose of Item:
The nature of this item is to seek City Commission approval, for the assignment of IFB
No. 516388, from Signal Technology Enterprises, Inc ("Signal Technology") to Public
Safety Supply, LLC ("PSS") for the purchase and/or installation of municipal vehicle
equipment, authorizing the City Manager to execute an Acceptance of Assignment, in
substantially the attached form, with PSS; further authorizing the City Manager to
negotiate and execute all other documents, including any amendments, renewals, and
extensions, subject to allocations, appropriations and budgetary approval having been
previously made, and in compliance with applicable provisions of the Code of the City of
Miami, Florida, as amended, ("City Code"), including, the City of Miami's Procurement
Ordinance, Anti -deficiency Act, and Financial Integrity Principles, all as set forth in
Chapter 18 of the City Code, in a form acceptable to the City Attorney, and in
compliance with applicable regulations, as may be necessary for said purpose.
Background of Item:
On January 14, 2016, the City Commission adopted Resolution No. 16-0009, approving
the City's award of IFB No. 516388 to Signal Technology Enterprises, Inc., for the
purchase and/or installation of municipal vehicle equipment, for an initial period of two
(2) years with the option to renew for three (3) additional one (1) year periods. On
October 2, 2017, Signal Technology enter into an agreement for the sale of its assets to
PSS.
PSS agreed to assume all the obligations under the above mentioned contract, and it
acknowledges that it will be bound by the provisions, duties, liabilities, and obligations of
such Contract.
Budget Impact Analysis
Item has NO budget Impact
Item is NOT Related to Revenue
Item is NOT funded by Bonds
Total Fiscal Impact:
N/A
Reviewed By
Department of Procurement
Annie Perez
Department Head Review
Completed
02/12/2019 9:43 AM
Office of Management and Budget
Pedro Lacret
Budget Analyst Review
Completed
02/13/201912:34 PM
Office of Management and Budget
Christopher M Rose
Budget Review
Completed
02/13/2019 4:20 PM
Department of Procurement
Bamaby L. Min
Procurement Review
Skipped
02/13/2019 4:25 PM
City Manager's Office
Sandra Bridgeman
Assistant City Manager Review
Completed
02/14/2019 5:09 PM
Legislative Division
Valentin J Alvarez
Legislative Division Review
Completed
02/19/201910:01 AM
City Manager's Office
Nikolas Pascual
City Manager Review
Completed
02/19/2019 3:32 PM
Office of the City Attorney
Bamaby L. Min
Deputy City Attorney Review
Skipped
02/1912019 3:48 PM
Office of the City Attorney
Victoria Mbndez
Approved Form and Correctness
Completed
02/19/2019 4:48 PM
City Commission
Madcarmen Lopez
Meeting
Completed
02/28/2019 9:00 AM
Office of the Mayor
Mayor's Office
Signed by the Mayor
Completed
03/05/2019 4:53 PM
Office of the City Clerk
City Clerk's Office
Signed and Attested by the City Clark Completed
03/05/2019 5:11 PM
Office of the City Clerk
City Clerk's Office
Rendered
Completed
03/05/2019 5:11 PM
G�'tY F ••
City of Miami
*�uall 1111n * City Hall
Legislation 3500 Pan American Drive
Miami, FL 33133
~' a Resolution www.miamigov.com
Enactment Number. R-19-0074
File Number: 5398 Final Action Date:2/28/2019
A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE
ASSIGNMENT OF INVITATION FOR BID ("IFB") NO. 516388, FROM SIGNAL
TECHNOLOGY ENTERPRISE, INC. ("SIGNAL TECHNOLOGY") TO PUBLIC SAFETY
SUPPLY, LLC ("PSS"), FOR THE PURCHASE AND/OR INSTALLATION OF
MUNICIPAL VEHICLE EQUIPMENT; THE CITY MANAGER IS AUTHORIZED TO
EXECUTE AN ACCEPTANCE OF ASSIGNMENT, IN SUBSTANTIALLY THE
ATTACHED FORM, WITH PSS; FURTHER AUTHORIZING THE CITY MANAGER TO
NEGOTIATE AND EXECUTE ALL OTHER DOCUMENTS, INCLUDING ANY
AMENDMENTS, RENEWALS, AND EXTENSIONS, SUBJECT TO ALLOCATIONS,
APPROPRIATIONS, AND BUDGETARY APPROVAL, HAVING BEEN PREVIOUSLY
MADE, AS LONG AS THE SAME TREATMENT IS AFFORDED TO ANY OTHER
SUPPLIERS, INCLUDED IN RESOLUTION NO. 16-00091 IF THEIR CONTRACTS ARE
AMENDED, AND IN COMPLIANCE WITH APPLICABLE PROVISIONS OF THE CODE
OF THE CITY OF MIAMI, FLORIDA, AS AMENDED ("CITY CODE"), INCLUDING THE
CITY OF MIAMI'S PROCUREMENT ORDINANCE, ANTI -DEFICIENCY ACT, AND
FINANCIAL INTEGRITY PRINCIPLES, ALL AS SET FORTH IN CHAPTER 18 OF THE
CITY CODE, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, AND IN
COMPLIANCE WITH APPLICABLE REGULATIONS, AS MAY BE NECESSARY FOR
SAID PURPOSE.
WHEREAS, on January 14, 2016, the City Commission adopted Resolution No. 16-
0009, approving the City of Miami's ("City") award of Invitation for Bid ("IFB") No. 516388 to
Signal Technology Enterprises, Inc. ("Signal Technology") for the purchase and/or installation of
municipal vehicle equipment, for an initial period of two (2) years, with the option to renew for
three (3) additional one (1) year periods, and authorizing the City Manager to add suppliers for
these goods and services on an as needed basis, as determined by the needs of the City; and
WHEREAS, on October 2, 2017, Signal Technology sold its assets to Public Safety
Supply, LLC ("PSS"), which has agreed to assume all the obligations under the above
mentioned contract, and acknowledges that it will be bound by the provisions, duties, liabilities,
and obligations of such award;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF
MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the Preamble to this Resolution are
adopted by reference and incorporated as if fully set forth in this Section.
Section 2. The assignment of the obligation of Signal Technology, under IFB No.
516388 for the purchase and/or installation of municipal vehicle equipment to PSS is hereby
approved.
Section 3. The City Manager is authorized' to execute an Acceptance of Assignment, in
substantially the attached form, with PSS.
Section 4. The City Manager is further authorized' to negotiate and execute all other
documents, including any amendments, renewals, and extensions, subject to allocations,
appropriations and budgetary approval having been previously made, as long as the same
treatment is afforded to any other suppliers included in Resolution No. 16-0009, if their contracts
are amended, and in compliance with applicable provisions of the Code of the City of Miami,
Florida, as amended ("City Code"), including the City of Miami's Procurement Ordinance, Anti -
Deficiency Act, and Financial Integrity Principles, all as set forth In Chapter 18 of the City Code,
In a form acceptable to the City Attorney, and in compliance with applicable regulations, as may
be necessary for said purpose.
Section 5. This Resolution shall become effective immediately upon its adoption and
signature of the Mayor.2
APPROVED AS TO FORM AND CORRECTNESS:
. 1
ria dez, i ttor ey 2/19/2019
I The herein authorization is further subject to compliance with all requirements that may be imposed by
the City Attorney, including but not limited to, those prescribed by applicable City Charter and City Code
provisions.
2 if the Mayor does not sign this Resolution, it shall become effective at the end of ten (10) calendar days
from the date it was passed and adopted. if the Mayor vetoes this Resolution, it shall become effective
Immediately upon override of the veto by the City Commission.
i
Detail by Entity Name
i
Florida Depamnent of State
rg C.) fir/n f
wr vffIryttl Sttdr uJi7aridtT weL;(re
Depadment of State I Dfviston of Comwattorls I SWUM ROOM / DoteEi By Document Number I
Detail by Entity Name
Florida Limited Liability Company
PUBLIC SAFETY SUPPLY, LLC
FIIIna Information
Document Number
L17000173568
FEUEIN Number
82-2920746
Date Filed
08/14/2017
Effective Date
10/01/2017
State
FL
Status
ACTIVE
Last Event
LC AMENDMENT
Event Date Filed
10/16/2017
Event Effective Date
NONE
Principal Address
420 W 27 STREET
HIALEAH, FL 33010
Maitina Addross
420 W 27 STREET
HIALEAH, FL 33010
Registered Agent Nalne &
Address
ESPINOSA, ALBERTO
14601 SW 48 STREET
MIAMI, FL 33175
Authorized Person(s) Detail
Name & Address
Title MGR
BADAL, J. BRADLEY
12 MOUNTAINSIDE ROAD
MENDHAM, NJ 07945
Title AMBR
ESPINOSA, ALBERTO
14601 SW 48 STREET
MIAMI, FL 33175
Annual Reports
Page I of 2
DIvism OF CORPORATIORS
http://search.sunbiz.org/Inquiry/CorporationSearchISearchResultDetail?inquirytype=Entity... 6/5/2018
Detail by Entity Name
Report Year Filed Date
2018 04/30/2018
Page 2 of 2
Document Images
041=01t1—ANNUAL REPORT View hnage in POF formal
1011612017 — LC Amendment View Image in POF formal
08114/2017 ; Florida I hnited Uabi j-1y Yww imago In PDF formal
aoaw wo-emem at sate, ohisw at cwpwat ora
http://search.sunbiz.orglInquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 6/5/2018
Visit our website for business 0000rtunities at- wwwmiaminnv cnm/nrnnurpmnnt
<rY oe
City of Miami
•7
PURCHASE ORDER/RELEASE NUMBER
Change
Change
M
1903809
Number
Date
_`
Blanket Purchase Order
Showub number an dl packages, iavdces, aM chipping papers.
0
o """ '� "' a
'tie
Department of Purchasing
Page No.
1
Order Date
04/01/2019
Sid/Contract Number
a``T
P.O. Box 330708 Miami, Florida 33233-0708
014
Y
Eduardo Falcon
c rA
2 r
(305) 416-1922 Fax - (305) 416.1925 -
Taxpayer ID Supplier No. Telephone No.
822920746 36755 305-986-1373
Pudic Safety Supply, LLC
420 Nest 27 St
Hialeah, FL 33010
City of Miami - Finance - General Accounting
444 SW 2nd Ave, sib Floor
_
Miami, FL 33130
Fax • (305) 416-1987 Email - oavables(amiamicov.com
Customer Account Number
Please also torward a copy of the Invoice to the Ship To address above.
Effective Start Date
Effective
End Date
Total Agreement Limit
01/25/2016
01/24/2020
commodity
Line
code
DescriptionlDelivery Date
Cry
Unit
Unit Price
Extended Price
1
05557.00
45 Percent Discount Off Manufacturers List Price Catalog for Federal
Each
1.00
Signal, www.federalsignal.com
2
05557-00
10 Percent Discount Off Manufacturers Ust Price Catalog for Selina
Each
1.00
Manufacturing, www.selina.com
3
05557-00
10 Percent Discount Off Manufacturers List Price Catalog for
Each
1.00
Gamber-Johnson, www.gamberjohnsonoom
4
05557.00
1 Percent Discount Off Manufacturers List Price Catalog for Troy Industries,
Each
1.00 '
.troyproducts.com
5
05557-00
1 Percent Discount Off Manufacturers List Price Catalog for Laguna 3P,
Each
1.00
www.laguna3p.00m
6
05557-00
50 Percent Discount Off Manufacturers List Price Catalog for Public Safety
Each
1.00
USA, www.publicsaietyusa.net
7
05557-00
Labor Time to install Prisoner Cage
Hour
1.50
8
05557-00
Labor Time to install Prisoner Seat
Hour
1.00
9
05557-00
Labor Time to Install Prisoner Seal and Cage
Hour
2.50
10
05557-00
Labor Time to Install Rear Window Bars with OEM or ASS door panels
Hour
1.50
11
05557-00
Labor Time to install rear Window Bars and ABS door panels
Hour
1.50
12
05557-00
Labor Time to Install Four (4) Comer Universal LED Hideaway Light System
Hour
3.00
with Controller
13
05557-00
Labor Time to Install Four (4) Corner Universal LED Hideaway Light System
Hour
3.00
'hout Controller
14
35557-00
Labor Rate: Discounted Hourly Labor Rate to Install Items From Catalogs
Hour
65.00
and Packages as Usted
15
05557-00MD-ON
SERVICES Window Tinting with Labor Included for Sedans
Each
80.00
mpact to Full Size)
18
05557-00D-ON
SERVICES Window Tinting with Labor Included for Sports Utility
Each
100.00
17
05557-00D-ON
SERVICES Window Tinting with Labor Included for Pickups
Each
100.00
Ife,hicles
ndard Cab
18
05557-00D-ON
SERVICES WintlowTinting with labor Included for Pickups
Each
100.00
ended Cab
19
05557-00D-ON
SERVICES Window Tinting with Labor Included for Pickups Crew
Each
100.00
b
Visit our website for business o ortunitias at: www.miam[gov.com/procurement
City of Miami
CHHASE ORDER/RELEASE NUMBER
Pi
Change
Number
Change
Date
Blanket Purchase Orde^^^�•
^��°•^^p^�efa.
oDepartment
a
of Purchasing.
Order Date
Bid/Contract Number
P.O. Box 330708 Miami, Florida 33230410t/2019
Falcon
(305) 416-1922 Fax - (305) 416-190
Taxpayer ID Supplier No. Telep822920746
36755 305-Public
Safety Supply, LLC
420 West 27 St
Hialeah, FL 33010ity
of Miami - Fnance •General Accounting
44 SW 2nd Ave, 6th Floor
iami, FL 33130
- (305) 416-1987 Email - oayablest0miamicov.com
Customer Account Numberax
lease also forward a copy of the invoice to the Ship To address above.
Effective Start Dale
Effective
End Date
Total Agrooment Limit
01/25/2016
01/24/2020
Una
Commodity
Code
Description/DeliveryDescription/Delivery Dale
City
Unit
Unit Price
Extended Price
Pursuant to IFB 516388 (in accordance with IFO 591387) Vehicle
Equipment, as authorized by Resolution 16.0009
OS:
Requisition Number:
Vendor Instructions
estination
t. Florida Tax Exempt ID:
hip Via:
Department:
2. Invoices: Direct Invoices in Duplicate to the address shown above.
. Terms and conditions set forth in our Bid or Quotation and on the
aymenl Terms:
Contact Person:
reverse side hereof are incorporated herein by reference become
et 30
part of this order
Telephone Number:
04/01/2019
Annie Perez CPPO, DIraetor or Procurement
Date Appmved
NIPC 506 Rev. 12/OS
BY ACCEPTING THIS ORDER, VENDOR AGREES TO THE FOLLOWING TERMS AND CONDITIONS
1. ACCEPTANCE OF PURCHASE ORDER: A Purchase Order is given for Immediate acceptance by the VENDOR. Unless promptly notified to the
contrargr, the CITY will assume the VENDOR accepts the order as written and will make delivery as specified on the document.
2. ENTIRE AGREEMENT: All specifications, drawings, and data submitted to the VENDOR with this order or the solicitation for this order are hereby
Incorporated herein and made a part hereof. This contract contains the entire agreement of the parties. No change In quantities, prices, specifications,
terms, or shipping instructions will be allowed except on written authority of the CITY of Miami Purchasing Department. Any additional or different terms
and conditions proposed by VENDOR are objected to and hereby rejected unless specifically agreed to by the CITY.
3. INDEMNIFICATION: The VENDOR hereby agrees to Indemnify, save, and hold harmless the CITY from all claims, demands, liabilities, and suits of
arty nature whatsoever arising out of, because of, or due to the breach of the Agreement by the VENDOR, its agents or employees, or due to any act or
occurrence of omission or commission of the VENDOR, its agents employees. It is specifically understood and agreed that this indemnification
agreement does not cover or indemnify the CITY for its own negligence or breach of contract.
4. MODIFICATION: The CITY may by written Order, make changes In the specifications ii such changes are within the general scope of the Contract. If
such changes cause an increase or decrease In the VENDOR'S costs or In time required for performance of the Contract: (a) the VENDOR shall
promptlq notify the CITY and assert its claim for adjustment and an equitable adjustment shall be made by the CiTY and the Contract modified
accordingly. Nothing in this clause shall excuse the VENDOR from performing.
5. DEFAULT: Time is of the essence of this contract and if delivery of acceptable items or rendering of services is not completed by the time promised,
the CCTV reserves the right without liability, In addition to its other rights and remedies, to terminate this contract by notice effective when received by
VENDOR; as to stated Items not yet shipped or services not yet rendered, and to purchase substitute items or services elsewhere and charge the
VENDOR with any and all losses incurred.
6. TRANSPORTATION CHARGES: Transportation expenses for all shipments shall be prepaid to destination. Shipments sent C.O.D. or freight collect
without the Ci1Y'S written consent will not be accepted and will, at VENDOR'S risk and expense be returned to VENDOR. No charges will be allowed by
the CITY for transportation, packing, cartage or containers unless otherwise authorized in the Purchase Order.
7. UNAVOIDABLE DELAY: if the VENDOR Is delayed in the delivery of goods purchased under the Purchase Order by a cause beyond its control,
VENDOR must immediately upon receiving knowledge of such delay, give written notice to the CITY and request an extension of time. The CITY shall
examiner the request and determine if the VENDOR is entitled to an extension.
8. QUANTITY: Quantities furnished in excess of those specified in the Purchase Order will not be accepted and will be held at VENDOR'S risk and
expenses
9. INSPECTION: Materials or equipment purchased are subject to inspection and approval at the CITY'S destination. The CITY reserves the right to
reject aid refuse acceptance of items which are not in accordance with the instructions, specifications, drawings, or data of VENDOR'S warranty
(expressted or implied). Rejected materials or equipment shall be removed by, or at the expense of, the VENDOR promptly after rejection.
10. WARRANTY: The VENDOR warrants that all goods and services furnished hereunder will conform in all respects to the terms of this order, including
any drawings, specifications, or standards incorporated herein, and that they will be free from latent and patent defects in materials, workmanship and
title, andiwill be free from such defects in design. In addition, VENDOR warrants that said goods and services are suitable for, and will perform in
accordance with, the purpose for which they are purchased, fabricated, manufactured and designed or for such other purposes as are expressly
specified In this order. The CITY may return any nonconforming or defective items to the VENDOR or require correction or replacement of the item at the
time the defect Is discovered, all at the VENDOR'S risk and expense. Acceptance shall not relieve the VENDOR of its responsibility.
11. REGULATORY COMPLIANCE: VENDOR represents and warrants that the goods or services furnished hereunder (Including all labels, packages,
and combiners for said goods) comply with all applicable standards, rules and regulations in effect under the requirements of Federal. State and local
laws, €n tuding the Occupational Safety and Health Act as amended, with respect to design, construction, manufacture or use for their intended purpose
of said goods or services. VENDOR shall furnish "Material Safety Data Sheets" in compliance with the Florida Right To Know Law, Florida Statutes,
Chaptaf 442.
12. ROYALTIES AND PATENTS: VENDOR shall pay all royalties and license fees. VENDOR shall defend all suits or claims for infringement of any
patent, copyright or trademark rights and shall save the CITY harmless from loss on account thereof.
13. PAYMENT: Payments will be made in accordance with the terms on the face of this order, or the VENDOR'S invoice, whichever are more favorable
to the Cf'Y and payment date therefor shall be calculated from the receipt of invoice or final acceptance of the goods, whichever is later.
14. IDEW171FICATION: Invoices in duplicate with prices set out and giving the correct Purchase Order Number must be sent to the address shown on the
face of tfds order, otherwise payment of VENDOR'S account may be delayed. The Purchase Order Number shall appear on all invoices, boxes,
packages, shipping documents and correspondence, and the list of contents shall be enclosed in each box or package.
15. TERMINATION: CITY may, at any time, terminate this order in whole or In part by written or telegraphic notice or verbal notice confirmed in writing.
Upon termination for convenience of Buyer, the Buyer will assume responsibility for specific contractual or scheduled financial commitments made prior
to notice of termination. Any and all services, property, publications, or materials provided during or resulting from the Contract shall become the
property of the Buyer. If, however, termination Is occasioned by the VENDOR'S breach of any condition hereof, Including breach warranty, or by
VENDORS delay, except due to circumstances beyond the VENDOR'S control and without VENDOR'S fault or negligence, VENDOR shall not be
entitled to any claim or costs or to any profit referred to in said clause, and Buyer shall have against VENDOR all remedies provided by law and equity.
16. TAXES: CiTY of Miami is exempt from State and local taxes. Exemption number is printed on the reverse side hereof. This Order shall serve as the
exemption certificate.
17. LAW GOVERNING: This contract shall be governed by and construed according to the laws of the State of Florida.
IS. ASSIGNMENT: Any assignment of this Purchase Order, including any performance of work hereunder, in whole or in part, or monies due hereunder,
shall be void unless consented to by CITY in writing and CITY shall have no obligations to any assignee of VENDOR under any assignment not
consented to in writing by THE CiTY.
19. TERMS: The order total shall be paid by the CITY upon receipt of invoice from VENDOR which shall be subject to verification as to quantities and
quality of goods delivered or services performed.
20. TAX VENDOR doing business with the CITY shall not be exempt from paying sales tax to their suppliers for materials to fulfill contractual obligations
with the CITY, nor shall any VENDOR be authorized to use the CITY Tax Exemption Number in acquiring such materials.
21. LOCAL RESOURCES: VENDOR shall give first priority to utilizing resources in the disaster area, including but not limited to procuring supplies and
equipment, awarding sub -contracts, and employing workmen.
22. PAYMENT CHANGES: Payments will only be made to the company and address as set forth on Purchase Order unless the VENDOR has
requested a change thereto on official company letterhead, signed by an authorized officer of the company.
23. UNIFORM COMMERCIAL CODE: The Uniform Commercial Code (Chapter 672, Florida Statutes) shall prevail as the basis for contractual
obligations between the VENDOR and CiTY for any terms and conditions not specifically stated in this Purchase Order.
24. INSURANCE: In the event that insurance is required by the CITY In connection with this Purchase Order, VENDOR shall provide an Insurance
Certificate, in a form acceptable to the CITY, naming the CITY as an additional insured, as proof of compliance therewith which said certificate shall
constituW part of this Purchase Order.
25. BOWING: The CITY reserves the right to require the VENDOR to post a performance and payment bond In the amount of One Hundred percent
(100%) cMthe Purchase Order total, upon award or at such time deemed necessary by CITY.
26. NON -APPROPRIATION OF FUNDS: In the event no funds or Insufficient funds are appropriated, allocated, and budgeted or are otherwise
unavailable for any reason in any fiscal period or at any time for payments due under this contract/purchase order, then the City Manager or
Procurement Director, upon written notice to the VENDOR of such occurrence, shall have the unqualified right to terminate the contract without any
penalty or expense to the City. The Vendor shall have no recourse from such termination except to receive undisputed payments due prior to the
effective date of the termination.