Loading...
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.