Loading...
C2E-Award Contract Purchase Public Safety Lighting Equipment On City VehiclesCOMMISSION ITEM SUMMARY Condensed Title: Request For Approval To Award A Contract To Dana Safety Supply, Inc., PursuantTo Invitation To Bid No. 46-11/12, For The Purchase And Installation Of Public Safety Lighting Equipment On City Vehicles In The Estimated Annual Amount Of $313,458. Ke Intended Outcome Su orted: Increase resident ratings of public safety services Issue: Shall the Mayor and City Commis'sion approve the award of a contract? Item Summary/Recommendation: The purpose of Invitation to Bid No. 46-11/12 was to establish a contract (s) by means of sealed bids, with a qualified contractors(s) for the purchase and installation of public safety lighting and equipment on vehicles. This contract shall remain in effect for a period of two (2) years from date of contract execution by the Mayor and City Clerk, and renewed at the sole direction of the City, through its City Manager, for three (3) additional one ( 1) year terms. The Bid also included an optional list of public safety equipment that the Police Department utilizes for which the bidders could submit pricing. Sixty-seven (67) police vehicles (sedans, utility vehicles, and Fusions) have been purchased which require emergency lighting and safety equipment to be installed, maintained and repaired, as needed. In addition, other new City vehicles, including twelve ( 12) A TVs for Ocean Rescue, will be required to be outfitted with safety equipment. There is also a need to repair or replace lights for existing equipment due to damage or failure as required by the using department. The estimated purchase is broken down into new equipment (capital) and repairs or replacement (maintenance). The lowest and best responsive bid for providing and installing the safety equipment on the vehicles was received from Dana Safety Supply, Inc. This vendor has a 7500 square foot Miami location which is a full retail, full wholesale, and full warehouse and installation facility. APPROVE THE CONTRACT AWARD Advisory Board Recommendation: IN/A Financial Information: Source of Amount .Account Approved Funds: 1 Fleet Management Capital Account No. $273,458 510.1780.000673 m 2 Fleet Management Fund Repair/maintenance $ 40,000 Supply Account No. 510.1780.000342 Total $313,458 OBPI Financial Impact Summary: Clerk's Office Le islative Trackin Raul Aguila Si n-Offs: 59 AGENDA ITEM __ (!.,_;2....,....:.::-E_ DATE 7-/ ~-/2- City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov TO: FROM: DATE: SUBJECT: COMMISSION MEMORANDUM Mayor Matti Herrera Bower and Members of the City Commission Kathie G. Brooks, lntertm City Manager /A~~ . July 18,2012 / REQUEST FOR APPROVAL TO AWARD A CONTRACT TO DANA SAFETY SUPPLY, INC. PURSUANT TO INVITATION TO BID (ITB) NO. 46-11/12 FOR THE PURCHASE AND INSTALLATION OF PUBLIC SAFETY LIGHTING AND EQUIPMENT ON CITY VEHICLES, IN THE ESTIMATED AMOUNT OF $313,458. ADMINISTRATION RECOMMENDATION Approve the Award of a Contract. KEY INTENDED OUTCOME Increase resident ratings of public safety services FUNDING Funding was previously appropriated as part of the City's FY2011/12 Capital Budget for replacement and the FY2011/12 Operating Budget for repairs. $273,458.00 Funding is available from General Fund Fleet Management Capital Account No. 51 0-1780-000673 $ 40,000.00 Funding is available from Fleet Management Fund Repairs/Maintenance Supply Account No. 510-1780-000342. $313,458.00 Total ANALYSIS The purpose of Invitation 1o Bid No. 46-11/12 was to establish a contract by means of sealed bids, with a qualified contractor for the purchase and installation of public safety lighting and equipment on vehicles. This contract shall remain in effect for a period of two (2) years from date of contract execution by the Mayor and City Clerk, and may be renewed at the sole discretion of the City, through its City Manager, for three (3) additional one (1) year terms. The Bid also included an optional list of public safety equipment that the Police Department utilizes ·for which the bidders could submit pricing. 60 July 18, 2012 Commission Memorandum ITB 46-11/12 Page 3 The successful firm must be able to take direct shipments of vehicles upon reasonable notice and provide proof of manufacturer's drop ship code. The successful vendor must provide mobile service at the customer location upon request for the purpose of installations. Sixty-seven (67) police vehicles (sedans, utility vehicles, and Fusions) have been purchased which require emergency lighting and safety equipment to be installed, maintained and repaired, as needed. In addition, other new City vehicles, including twelve (12) ATVs for Ocean Rescue, will be required to be outfitted with safety equipment. There is also a need to repair or replace lights for existing equipment due to damage or failure as required by the using department. The estimated purchase is broken down into new equipment (capital) and repairs or replacement (maintenance). The police vehicles and A TVs presently awaiting lighting and equipment are estimated to cost $273,458 based on the bid items. Additional vehicles and equipment are anticipated to be purchased in this fiscal year which will require these items. To date, $11,500 has been spent out of the Fleet Management Repairs/Maintenance Account to repair and replace lighting and equipment. The contract and recommendation for award is based on estimated quantities. The bid includes unit pricing for materials and installation services. There is specific language within the invitation to bid which will be incorporated to the contract which states that "no guarantee is expressed or implied as to quantities." Payment will only be for materials supplied or services rendered. BID PROCESS The Bid was issued on June 11, 2012, with an opening date of June 25, 2012. A pre-bid conference to provide information to prospective contractors was held on June 18, 2012. The Florida Online Bid System issued bid notices to 41 prospective bidders. Additionally, the Procurement Division sent notices to six (6) prospective bidders. The notices resulted in the receipt of three (3) bids from the following firms: Dana Safety Supply, Inc; Lights N More, LLC; and Signal Technology Enterprise. Of the three (3) bids received, one (1) was deemed responsive, and two (2) were deemed non-responsive. Signal Technology Enterprises and Lights N More LLC did not meet the minimum requirement outlined in the specifications to be authorized by the manufacturers to take direct shipment of vehicles at their facility, and the requirement of being a factory authorized distributor, or a factory authorized warranty service center. Signal Technology also did not meet the insurance requirements. The lowest and best responsive bid for providing and installing the safety equipment on the City vehicles was received from Dana Safety Supply, Inc. This vendor has a Miami location with 7500 square feet, is a full retail, full wholesale, full warehouse, and installation facility. Dana Safety Supply, Inc. has previously provided public safety lighting and equipment for City vehicles in accordance to the appropriate configurations. Dana Safety Supply, Inc. has been in business over seven (7) years and was acquired by the 61 July 18, 2012 Commission Memorandum ITB 46-11/12 Page4 Scott-McRae Automotive Group of Jacksonville This company provides similar services to the following municipalities: Miami Dade County; City of Miami; Miccosukee Police Dept; City of Miami Gardens; Miami Dade County School Board PD; and Division of Homeland Security [ICE]. On June 25, 2012, the bid submissions were evaluated by the following individuals: Larry Bornstein, Police Captain Jorge Alessandri, Police Sergeant George Fisher, Fleet Analyst Joyce Dickerson, Fleet Office Associate V The Review Panel stated after reviewing the bids that it felt comfortable awarding a contract to Dana Safety Supply, Inc., the lowest and best responsive bidder. MANAGER'S DUE DILIGENCE After considering the review and recommendation of City staff, the City Manager exercised her due diligence and is recommending that the Mayor and the City Commission authorize a contract to Dana Safety Supply, Inc. for the purchase and installation of safety lighting and equipment on the City vehicles. CONCLUSION Based on the analysis of the bids received, the Administration recommends that the City award a contract to Dana Safety Supply, Inc. for the purchase and installation of public safety lighting and equipment on City vehicles. JGG/FHB/JJF/JC/GF T:\AGENDA\2012\7-18-12\ITB-46-11-12 Safety Equipment Memo.doc 62 July 18, 2012 Commission Memorandum ITB 46-11/12 PageS APPENDIX "A" Group I 2013 Police Interceptor Sedan DANA SAFETY SUPPLY, Installation onlyl Patrol Marked Unit INC Item Description Cost per unit 1 Light bar $ 115.00 2 Console with floor plate $ 75.00 3 Siren Box $ 75.00 4 12v 3 outlet adapter $ 15.00 5 Inverter $ 15.00 6 Cup-holder $ 5.00 7 Partition with foot extensions $ 55.00 8 Shotgun or AR rack $ 65.00 9 Rear transport seat $ 55.00 10 Radio antenna base $ 25.00 11 External speaker with mounting beacket $ 45.00 12 Tremco dual smart anti-theft unit $ 45.00 INSTALLATION COST $ 590.00 OPTIONAL EQUIPMENT INSTALLATION 13 Laptop mount complete $ 75.00 14 Screen Support $ 7.50 INSTALLATION COST FOR OPT. EQUIP. $ 82.50 TOTAL INSTALLATION COST 1 THRU 14 $ 672.50 Hourly rate for non-standard items $ 51.00 Group 2 2013 Police Interceptor sedan DANA SAFETY SUPPLY, (installation only) supervisor marked unit INC Item Description Installation cost per unit 1 Light bar $ 115.00 2 Console with floor plate $ 75.00 3 Siren Box $ 75.00 4 12v 3 outlet adapter $ 15.00 5 Inverter $ 15.00 6 Cup-holder $ 5.00 7 Shotgun or AR rack $ 75.00 8 Radio antenna base $ 25.00 -·· 9 External speaker with mounting beacket $ "' 45.00 10 Tremco dual smart anti-theft unit $ 45.00 INSTALLATION COST $ 490.00 OPTIONAL EQUIPMENT INSTALLATION 11 Laptop mount complete $ 75.00 12 Screen Support $ 7.50 INSTALLATION COST FOR OPT. EQUIP. $ 82.50 TOTAL INSTALLATION COST 1 THRU 12 $ 572.50 Hourly rate for non-standard items $ 51.00 63 July 18, 2012 Commission Memorandum ITB 46-11/12 Page6 APPENDIX "A" Group 3 Crown Victoria Installation only K9 DANA SAFETY marked unit SUPPLY, INC Item Description Installation cost per unit 1 Light bar $ 115.00 2 Console with floor plate $ 75.00 3 Siren box $ 75.00 4 12V 3 outlet adapter $ 15.00 5 Inverter $ 15.00 6 Cup-holder $ 5.00 7 Rear deck third brake light $ 25.00 8 Corner strobe kit $ 95.00 9 Headlight flasher $ 25.00 10 Radio antenna $ 25.00 11 External speaker with mounting bracket $ 45.00 12 Tremco dual smart anti-theft unit $ 45.00 13 K-9 cag_e $ 95.00 14 Heat alert system with pager $ 35.00 15 Window fan $ 15.00 INSTALLATION COST $ 705.00 OPTIONAL EQUIPMENT INSTALLATION 16 Laptop mount complete $ 75.00 17 Screen support $ 7.50 INSTALLATION COST FOR OPT. EQUP. $ 82.50 TOTAL INSTALLATION COST 1 THU 17 $ 787.50 Hourly rate for non-standard items $ 51.00 64 July 18, 2012 Commission Memorandum ITB 46-11/12 Page 7 APPENDIX "A" GROUP 4 2013 Police Interceptor Sedan Patrol Marked unit Item Description Model No. Whelen liberty SX led light bar 48.5 w/sedan mounting 1 kit SX8BBRRPC/MKEZ76L 2 Setina # 1 0 space saver cage w/XL incl Lej>_ 10-XL-C 3 Laguna black transport seat with belts (rear)_ FT3501 4 Havis 14" Console C-VS-1400-INSE 4a Havis 23' Console C-VS-1058-INSE 5 Seina dual vertica gunlock w/cuff key SMCDUALVERTGUNLOCK 6 MPIInverter 400 MP1400 7 Havis two 12V outlet 3 switch plate C-LP2-PS3-2 8 100 watt speaker w/mounting bracket SA315P 9 Whelen cencom gold control head w/amp relay module CCSRN2 10 Whelen 20' microphone ext CCMICX20 11 Whelen Trim rirJg CCTRIM 12 Whelen deck mounted Avenger lights AVENS2RB 13 Havis "Brother" Armest Printer Mount C-ARPB-101 14 Tremco ant-theft integrated TREMOINT 15 Havis Daul External Cup Holder C-series C-CUP2-E-C • TOTAL MATERIAL ONLY Dana Safety$ 3,728.76 16 Havis computer mount w/lock UT-X 17 Havis Screen Support SS-UT-X 18 Havis Charge Gard Universal Control Module CG-X 19 Havis 15' Extension Cord, 16G MISC 20 Havis Computer Mounting Package PKGPSM241 TOTAL TOTAL INSTALLATION COST (1 THU 20) • TOTAL MATERIAL (1 THU 20) Dana Safety $ 4,372.92 Denotes Anthmet1cal Error 65 DANA SAFETY SUPPLY, INC Unit price $ 1,069.00 $ 539.00 $ 455.31 $ 163.30 $ 217.36 $ 279.16 $ 38.00 $ 39.48 $ 124.00 $ 458.12 INCLUDED INCLUDED $ 172.67 $ 153.65 $ 98.56 $ 21.07 $ 3,828.68 $ 153.97 $ 42.23 $ 55.04 $ 21.02 $ 371.90 $ 644.16 $ 590.00 $ 4,472.68 July 18, 2012 Commission Memorandum ITS 46-11/12 Page 8 APPENDIX "A" Group 5 2013 Police Interceptor utility vehicle patrol marked unit Item Description Model No. 1 Whelen liberty SX LED light bar 48.5 w/Suv mounting kit SX8BBRRPC/MKZ83 2 Setina# 1 0 space saver cage w/XL incl LEP 10-XL-C 3 Setina rear compartment partition w/expanded metal 12-VS 4 Laguna black trans_port seat with belts (rear) FT3501 5 Havis 21" console C-VS-1308-INUT 6 Setina Dual Vertical Gunlock w/cuff key SMCDUALVERTGUNLOCK 7 MPI Inverter 400 MPI400 8 Havis two 12VOutlet 3 switch plate C-LP2-PS3-2 9 100 watt speaker w/mounting bracket SA315P 10 Whelen cencom gold control head w/amp relay module CCSRN2 11 Whelen 20' microQ_hone ext CCMICX20 12 Whelen Trim ring CCTRIM 13 Havis "Brother'' Armrest Printer mount C-ARPB-101 Whelen deck mounted avenger lights w/adjustable AVNS2RB/AVNBKT4 14 height bracket 15 Tremco Ant-Theft Integrated TREMCOINT 16 Havis Dual External Cup Holder C-Series C-CUP2-E-C MATERIAL TOTAL ( 1-16 17 Havis computer Mount w/lock UT-X 18 Havis Screen Support SS-UT-X 19 Havis Charge Gard, Universal Control Module CG-X 20 Havis 15' extension cord 16G MISC 21 Havis computer mounting package PKGPSM241 TOTAL MATERIAL (17-21) TOTAL INSTALLATION COST ( 1 thu 21) MATERIAL TOTAL 1 THU 21 66 DANA SAFETY SUPPLY, INC Unit price $ 1,069.00 $ 539.08 $ 341.00 $ 455.31 $ 208.49 $ 279.16 $ 38.00 $ 39.48 $ 124.00 $ 458.1~ INCLUDED INCLUDED $ 153.65 $ 172.67 21.88 $ 98.56 $ 21.07 $4,019.47 $ 153.97 $ 42.23 $ 55.04 $ 21.02 $ 371.90 $ 644.16 $ 590.00 $4,663.63 July 18, 2012 Commission Memorandum ITB 46-11/12 Page 9 APPENDIX "A" Group 6 Alternate Item Description 1 Whelen Liberty light bar 2 Whelen Liberty Light bar 3 Whelen Liberty light bar lens replacement kit 4 Whelen Dual Avenger 5 Whelen Single Avenger 6 Whelen Slimlighter Light bar 7 Whelen Linz6 8 Whelen lon 9 Whelen Vertex 10 Whelen LINZ6 INNER-EDGE 8-LT TAURUS 11 Whelen Mini LFL LED Light bar 4 Corner 12 Pro-Gard Shotgun Rack W/Cuff key OH 13 Pro-Gard AR15 14 Pro-Gard AR 15/SG OH 15 Whelen 100W compact black composite 122db speaker 16 Whelen hand held remote siren 17 Whelen 30W siren/speaker combo w/PA 18 Tremco Integrated Anti Theft System 19 Tremco Integrated System for 2010 ford Infusion 20 Tremco Combined for 2011 Ford Taurus 21 Laguna Transport Seat 22 Rear deck lighting red/blue 23 Rear deck lighting red/blue 24 Rear mirror lighting dual red/blue 25 Rear mirror single RB ** LED color may vary 67 DANA SAFETY SUPPLY, INC Model No. Unit price SX8BBRRPC $ 1,069.00 SX2** $ 1,069.00 9LLENSPKIT1 $ 162.17 AVNS2** $ 172.67 AVN1** $ 89.18 SLPMM** $ 179.82 LINZ6** $ 59.44 ION** $ 75.88 VTX6** $ 52.66 IZ32UF8 $ 628.23 LT2** $ 519.08- G5500 w/s $ 310.08 G55000UTfor AR15 $ 202.88 G5500D w/s $ 629.88 SA315P $ 124.00 HHS2200 $ 256.72 WSSPA30 $ 159.84 TREMCO $ 98.56 Tremco-lnfusion $ 98.56 Tremcoft2011 $ 98.56 F2501 $ 406.31 GS1 DISCONTINUED DS1 DISCONTINUED TLN2RB $ 164.12 TLN1J $ 89.18 July 18, 2012 Commission Memorandum ITB 46-11/12 Page 10 APPENDIX "A" Group 7 Manufacturer Item Manufacturer Description AOI 1 Electrical Airbag Switches 2 Edison Automotive Light Bulbs 3 Havis-Shield La~top Mounts, consoles lights, scene lighting 4 Laguna 3P Rear Seats 5 Ray Allen K9 Cages and Heat Alert Systems 6 Setina Prisoner Patitions, Transport seats, seat organizer 7 Steck Automotive Locksmithing 8 Tremco Anti-theft system 9 Unity Lighting Equipment 10 Whelen Emergency Lighting and PeriQ_heral EquiQment APPENDIX "A" 68 DANA SAFETY SUPPLY, INC Unit price % off list 20% 25% 30% 15% 5% 30% 5% 5% 20% 42% July 18, 2012 Commission Memorandum ITB 46-11/12 Page 11 Group 8 Installation shall be completed within calendar days of receipt of order Installation to be performed at (check all options) City of Miami Beach Fleet ManaQement Division Vendor Facility (provide address) City's Option Delivery Days (ARO) Days Warranty ( Material) years (section 2.16) Warranty (Labor) years (section) 2.16) Extended Warranty Options years 69 DANA SAFETY SUPPLY, INC 30+ X X X 30+/- 5 years 5 years 2 years THIS PAGE INTENTIONALLY LEFT BLANK 70