Loading...
2017-113 AGREEMENT FOR PUBLIC SAFETY VEHICLE EQUIPMENT AND INSTALLATION SERVICES 27H- THIS AGREEMENT, is made and entered into this 1(.3 day of //10 P�� )/ 2017, by and between the CITY OF CLERMONT, FLORIDA, a municipal corporation under the laws of the State of Florida whose address is: 685 W. Montrose Street, Clermont, Florida, (hereinafter referred to as "CITY"), and Signal Technology Enterprises, Inc. dba/ Public Safety USA, whose address is: 420 W. 27`x' Street, Miami, FL 33010, (hereinafter referred to as "CONTRACTOR"). WHEREAS, the City of Clermont issue RFB 17-043 titled Public Safety Vehicle Equipment and Installation Services; WHEREAS, CONTRACTOR submitted its response dated July 27, 2017 to RFB 17-043; WHEREAS, CITY desires to award a contract to CONTRACTOR in accordance with the terms and conditions of RFB 17-043 and CONTRACTOR's response thereto; WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE I—SCOPE OF WORK The CONTRACTOR shall furnish public safety vehicle equipment and installation as described in CITY's RFB 17-043 and CONTRACTOR's July 27, 2017 response thereto, which are expressly incorporated herein and made a part of the Agreement Documents hereto and shall do everything required by this Agreement and the Agreement Documents. Provided,however,that nothing herein shall require CITY to purchase or acquire any items or services from CONTRACTOR. ARTICLE II—THE CONTRACT SUM CITY shall pay CONTRACTOR,for the faithful performance of the Agreement as set forth in the Agreement Documents and the Unit Price Schedule an amount in accordance with the compensation schedule set forth in Exhibit "A", attached hereto and incorporated herein. ARTICLE III—TERM AND TERMINATION 1. This Agreement is to become effective upon execution by both parties,and shall remain in effect for a period of one (1) year thereafter, unless terminated or renewed as provided for herein. 2. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement if: a) without cause and for convenience upon thirty (30) days written notice to CONTRACTOR b) CONTRACTOR is adjudged to be bankrupt; c) 1 CONTRACTOR makes a general assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of the conditions of provisions of this Agreement; or e) CONTRACTOR is experiencing a labor dispute, which threatens to have a substantial, adverse impact upon performance of this Agreement, without prejudice to any other right or remedy CITY may have under this Agreement. In the event of such termination, CITY shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for work, properly performed and accepted prior to the effective date of termination. 3. Upon mutual Agreement of the parties,this Agreement may be renewed for five (5) additional one (1) year terms. Sixty (60) days prior to completion of each extended term of this Agreement, CONTRACTOR may request and the City may consider an adjustment to price based on changes in the Consumer Price Index (CPI). ARTICLE IV—COMMENCEMENT AND COMPLETION OF WORK CITY shall authorize services to be provided hereunder by issuing a purchase order to CONTRACTOR. Prior to the issuance of a purchase order, CITY shall notify CONTRACTOR and CONTRACTOR shall,at its expense,within twenty-four 24 business hours of such notification pick-up the subject tires. ARTICLE V—PAYMENTS In accordance with the provisions fully set forth in the Contract Documents, CONTRACTOR shall submit an invoice to CITY upon completion of the services and delivery to CITY as set forth in the applicable purchase order. CITY shall make payment to the CONTRACTOR for all accepted and undisputed services provided, within thirty (30) calendar days of receipt of the invoice. ARTICLE VI—DISPUTE RESOLUTION - MEDIATION 1. Any claim, dispute or other matter in question arising out of or related to this Agreement shall be subject to mediation as a condition precedent to voluntary arbitration or the institution of legal or equitable proceedings by either party. 2. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other matters in question between them by mediation. 3. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in Clermont,Lake County,Florida,unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement Agreements in any court having jurisdiction thereof. 2 ARTICLE VII—INSURANCE AND INDEMNIFICATION RIDER 1. Worker's Compensation Insurance - The CONTRACTOR shall take out and maintain during the life of this Agreement Worker's Compensation Insurance for all his employees connected with the work of this Project and, in case any work is sublet, the CONTRACTOR shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the CONTRACTOR. Such insurance shall comply with the Florida Worker's Compensation Law. In case any class of employees engaged in hazardous work under this Agreement at the site of the Project is not protected under the Worker's Compensation statute,the CONTRACTOR shall provide adequate insurance, satisfactory to the CITY, for the protection of employees not otherwise protected. 2. CONTRACTOR's Public Liability and Property Damage Insurance - The Contactor shall take out and maintain during the life of this Agreement Comprehensive General Liability and Comprehensive Automobile Liability Insurance as shall protect it from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operating under this Agreement whether such operations are by itself or by anyone directly or indirectly employed by it, and the amount of such insurance shall be minimum limits as follows: (a) CONTRACTOR's Comprehensive General, $1,000,000 Each ($2,000,000 aggregate) Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit (b) Automobile Liability Coverages, $1,000,000 Each Bodily Injury&Property Damage Occurrence, Combined Single Limit (c) Garage Keepers Liability$500,000 Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 3. Indemnification Rider (a) To cover to the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the CITY and its agents and employees from and against all claims, damages, losses and expenses, including but not limited to attorney's fees, arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death,or to injury to or destruction of tangible property(other than the Work itself) , and (2) is caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall 3 not be construed to negate, abridge, or otherwise reduce any other right to obligation of indemnity which would otherwise exist as to any party or person described in this Article. (b) In any and all claims against the CITY or any of its agents or employees by any employee of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligations under this Paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the CONTRACTOR or any subcontractor under workers'or workmen's compensation acts,disability benefit acts or other employee benefit acts. (c) The CONTRACTOR hereby acknowledges receipt of ten dollars and other good and valuable consideration from the CITY for the indemnification provided herein. ARTICLE VIII—NOTICES All notices shall be in writing and sent by United States mail, certified or registered, with return receipt requested and postage prepaid,or by nationally recognized overnight courier service to the address of the party set forth below. Any such notice shall be deemed given when received by the party to whom it is intended. CONTRACTOR: Signal Technology Enterprises, Inc. d/b/a Public Safety USA 420 W. 27th Street Miami, FL 33010 Attn: Shawn Andreas, Sales Manager CITY: City of Clermont Attn: Darren Gray, City Manager 685 W. Montrose Street Clermont, FL 34711 ARTICLE IX—MISCELLANEOUS 1. Attorneys' Fees. In the event a suit or action is instituted to enforce or interpret any provision of this Agreement, the prevailing party shall be entitled to recover such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any appeal, in addition to all other sums provided by law. 2. Waiver. The waiver by city of breach of any provision of this Agreement shall not be construed or operate as a waiver of any subsequent breach of such provision or of such provision itself and shall in no way affect the enforcement of any other provisions of this Agreement. 4 • 3. Severability. If any provision of this Agreement or the application thereof to any person or circumstance is to anyextent invalid or unenforceable, such provision,or part -thereof, shall be deleted`or modified in such a manner as to make the Agreement valid and enforceable under applicable law, the remainder of this Agreement and the application of such j a provision to other persons or circumstances shall be unaffected, and this Agreement shall be valid and enforceableto the fullest extent permitted byapplicable law. 4. Amendment. Except for as otherwise provided herein, this Agreement may not be modified or amended except by an Agreement in writing signed by both parties. 5. Entire Agreement. This Agreement including the documents incorporated by reference contains the entire understanding of the parties hereto and supersedes all priorand contemporaneous Agreements between the parties with respect to the performance-of services by CONTRACTOR. 6. Assignment. Exceptin the event of merger, consolidation, or other change of control pursuant to the sale of all or substantially all of either party's assets, this Agreement, is personal to the parties hereto and may not be assigned by CONTRACTOR, in whole or in part, without.the prior written consent of city. 7. Venue. The partiesagree that the sole and exclusive venue for any cause of action arising out of this Agreement shall be Lake County, Florida. 8. Applicable Law. This Agreement and any amendments hereto are executed and delivered in the State of Florida and shall be governed, interpreted, construed and enforced in accordance with the laws of the State of Florida. 9. Public Records. Contractor expressly understands records associated with this project.are public records and agrees to comply with Florida's Public Records law, to include, to: (a) Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the services contemplated herein. (b) Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed`the cost provided in this]Florida's Public Records law 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. 5 (d) Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of CONTRACTOR upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. CONTRACTOR shall use reasonable efforts to provide all records stored electronically must be provided to the CITY in a format that is compatible with the information technology systems of the CITY. (e) IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT CITY CLERK'S OFFICE, (352) 241-7331. ARTICLE X—AGREEMENT DOCUMENTS The Agreement Documents, as listed below are herein made fully a part of this Agreement as if herein repeated. Document Precedence: 1. This Agreement 2. Purchase Order 3. All documents contained in City of Clermont RFB 17-043 and any amendments thereto. 4. CONTRACTOR's July 27, 2017 response to RFB 17-043. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this /371'-day of ihiej/k2 ie! ,2017. City of Cl- Darren for ` it anager Atte ��: Tracy Ackroyd Howe, City Clerl _ ,y y o. •,, o �a i l y • Signal Technology Enterprises, Inc. d/b/a Public Safety USA (Signa re) 4 4°-P (Name &Title Prinfed'or Typed) Attest: Corporate Secretary (Name Printed or Typed) 7 EXHIBIT A City of Clermont Bid 17-043 SECTION—C PRICE SCHEDULE NOTE: The quantities shown in the Price Schedule are estimates only. They may vary significantly from the actual quantities ordered by the City. Payment shall be for the units ordered,placed,and accepted by the City. By signing this form, the respondent fully acknowledges that there will be no additional compensation (no overhead, no anticipated profits, etc.) other than the unit price of the items times the number of items authorized,ordered,placed,and accepted by the City. GROUP 1 — MARKED PATROL VEHICLE EQUIPMENT L.N. Description item/Unit Unit Price Extended Price LGD45Z-2633892(Federal Signal) Legend lightbar,45", Low-profile, Linear-shaped. 1.1 Red/Blue with Takedowns,Alleys. Lens is 1 /each4 I -00 clear unless specified. r I,ONV' SS2000SM-SD(Federal Signal) d��, 1.2 eachC�SmartSiren,Light Controller 100/200W 1 / a� � -0o 1.3 ES100(Federal Signal)ES100 Speaker 1 /each 100Wait IA-op *OA. 00 ESB-TAR11 (Federal Signal)Speaker 1.4 Bracket for mounting ES100, Ford Taurus. 1 / hoeach 4. t Vv ttuteit HIB-TAR11 (Federal Signal)Ford Taurus Q 1.5 1 /each f,'''11_ , 1 ry� 40 I'�ghtbar Hook Kit. J�1RG�/�f![� V 1.6 329001-4(Federal Signal)Single Viper 1 /each t[ . O D 01(9- 00 Red, Sync. 1.7 329001-3(Federal Signal)Single Vipera�•1 /each o`C�,OO Blue, Sync. ST-DMR(Signal Tech)LED Hide Away, 1.8 2/each qa do * Dome,Red. �+O,eU 1.9 ST-DM6BB(Signal Tech)LED Hide Away, 2/each 4 0o I 0 , 00 Dome, Blue. 1.10 GARMIN GPS 18 USB 010-00321-51 1 /each 4t9j-b-a 41 SI,ov CC-PI-L-18(Troy Product)Center console designed to accommodate a variety of 4 ,co 41 op 1.11 equipment while creating more hip room for 1/each the officer and equipment(Need to determine Faceplates, Included) AC-FDPIMNT(Troy Products)Slotted, 4 .o 4- 0 1.12 heavy-duty floor mount for center console 1 /each for added strength and adjustment of 4 RFB No: 17-043 Page 16 of 39 • 6/28/2017 6:03 AM p.19 City of Clermont Bid 17-043 SECTION-C PRICE SCHEDULE console and accessories.(Included with Console) AC-ARMMNT-58(Troy Products)Height ,I{ 1.13 adjustable,low profile arm rest,bolts to 1 /each 4107. 16 �bt `O7, i' console, includes a 5'X8°pad. FP AP12-3(Troy Products)DC Outlet 4 tO 0 1.14 1 /each Faceplate 3-holes.(Included with Console) hG` 4,01 1.15 RAM-VC-CIGIFU 12V Accessory Outlet 3/each 411 .w.w 4 •5'� CM-PI-HSL-HAV(Troy Products) I Passenger seat mount computer mount LAG A. 1.16 designed not to intrude on passenger side 4 1 /each ` bb 4�t''Ta-•00 floor space.Will accommodate a Havis UTX laptop tray. Includes Troy's unique slide- arm feature. 1.17 CM-LT-1300(Troy Products)Laptop Tray 1 /each P C (O 4 21:, 00 AC-INBGH (Troy Products)Dual external 1.18 1 /each 4 beverage cup holder. 1.19 CG-XChargeGuard Select 1 /each it-D.. VD it —13.. p0 SM-US-SS-TROY6(Troy Products)Space- maker,stash-n-stow,officer-safe prisoner partition with sliding window and square- hole center screen to prevent crawl-through. 4 c. ig .G) 1'20 Unique TROY design allows full driver's 1 /each side seat travel and full airbag deployment while maintaining rigid upper wing panels for increased officer safety. 1 21 2-SAB-FDPI(Troy Products)Side-curtain 1 /each 0 airbag compatible mounting kit. IncAud KP-SM-FDPIBF-SS(Troy Products)Three- 122 piece lower kick panel with foot compartments to increase back-seat foot 1 /each �T,�P 11044,t) space for the detainee. 1.23 PI02 Ford-PI Seat with OS belt 1/each '$ q 4 ��- 1.24 475-0051 (Jotto)Dual Gun Rack 1/each 4 r It . (p i Ka- le 0 1.25 Shipping Cost 1 /each tglt130 ,Q 4 Go. OD 1.26 Installation 1/each 1!fi 4 D„tO 4 zOQ.. 00 Group 1 Subtotal Price ' tj 47.,� RFB No:17-043 Page 17 of 39 6/29/2017 6:03 AM p.20 City of Clermont Bid 17-043 SECTION-C PRICE SCHEDULE GROUP 2- MARKED / UNMARKED TRUCK EQUIPMENT L.N. Description Item I Unit Unit Price Extended Price SIFZS-3104039 Spectralux ILS Low Profile- 11��// ,,//--//�__//�__99 21 Multi-Vehicle Driver: Red with Takedown, 1/each iti4 'iv f&C,7- Passenger. Blue with Takedown.(Front Windshield). 650003(Federal Signal)650 Series Hand ��rr �l 2.2 Held Siren, Microphone push-button 1 /each £7&71. f3 E r controlled,AS-422/68,100W 12VDC. �j 2 3 ES100C(Federal Signal)ES100 Speaker 1 /each dif1`"1.00 4 174-00 100Watt 2 4 ESB-U(Federal Signal)ES100 Universal 1 /each a 044 co Bracket 1 yt& 4ip( 2.5 MPS650-RB(Federal Signal)Micropulse 6 2/each t(ft.OD til (2prdO LED Hood1Grille Mount Red/Blue(Grille) 2.6 11.1005 Flasher Module(Headlights) 1 /each 4 C[�o.Vp 4 tto- co 2.7 SL8F-RB(Federal Signal)Latitude 8 Head 1 /each 4 AC. $ GV (4)Red, (4)Blue, R-R-R-R-B-B-B-B. SLB-002(Federal Signal)Short L-Bracket, 1 /each l 4 f 1.00 It j! -to 2.8 CN SignalMaster or Latitude. MPS650-RB(Federal Signal)Micropulse 6 4 r px2 [2, 2.9 LED Hood1Grille Mount Red/Blue(Side 2/each lam( 4 �jlCy'� Windows) ��(( ip 2 10 1301-0039(Raptor) 14-16 SILVERADO 1/each `+� �0 CREW CAB 7IN SS SSR BOARDS 7bj- 7�7- MPS600U-BR(Federal Signal)Micropulse / 2.11 Ultra 6-LED lighthead,Blue/Red(Running 4/each ��`� p'DO Board Lights) 2.12 ST-DMR(Signal Tech)LED Hide Away, 4/each 1. 1,0 - 4240...tO Dome, Red(Tailight) o -�� 2.13 ST-DM6BB(Signal Tech)LED Hide Away, 2/�� ,c414120-( 4' Dome,Blue(Reverse Lights) MPS600U-BR(Federal Signal)Micropulse 4 (q• t t w no 2.14 Ultra 6-LED lighthead, Blue/Red(Rear 2/each -( ao Tailgate Area) PS-GCA100 GCA Series, Manual Reset, 41 N 2.15 1 /each �.� 4 ,p� Type Ill 100Amp Circuit Breaker RFB No: 17-043 Page 18 of 39 629/2017 6:03 AM p.21 City of Clermont Bid 17-043 SECTION'=C PRICE SCHEDULE 307-01 (Tufty Security Products)Silverado 2.16 Crew Cab Under Rear Seat Lockbox with 1/each (3)upgrade 3-Didgit Combination Locks I/ WINDOWTINT Window Tint,35%(2)Front - 0° #9.2.17 Windows and 35%(1)Front Strip to the AS- 1 /each 1 Line ,,+� 2.18 Shipping Cost, 1 /e .each '( W i o - to 2.19 Installation 1/each 4 67(vo 4 175•00 Group 2 Subtotal Price 414o GROUP' ADMIN'ISITRA EQUIPMENT Description lQ (Up Extended Price SIFZS-3104039 Spectralux ILS Low Profile- 1,1 Driver:Red with Takedown, 3.1 Passenger.Blue with Takedown.(Front 1 /each 44 40 c 0� 3- 0 a Windshield). 650003(Federal Signal)650 Series Hand 3.2 Held Siren, Microphone push-button 1 /each 20-11)`11) g do 1" tel controlled,AS-422/6S,100W 12VDC. ES100C(Federal Signal)ES100,Speaker AkCh) 4 [ -rJD ,�pl` 3.3 100Watt. 1 /each �[ [ ESB-TAR11 (Federal Signal)Speaker 4 D 3.4 Bracket for mounting ES100 on 2011 Ford 1 /each 4 0 Taurus: C ix 4144 3.5 SL8F-RB(Federal Signal)Latitude 8 Head ,/>t, dl �, (4)Red, (4)Blue, R-R-R-R-B-B-B-B. 1 /each �[�d'9 �1 �b MPS650-RB(Federal Signal)Micropulse 6 jt t 612 3.6 LED Hood\Grille Mount Red/Blue(Side 2/each lit ( 1V6-; C.O Windows) ST-DMR(Signal Tech)LED Hide'Away, 3.7 Dome, Red(Headlight) 1 /each 3.8. ST-DM6BB(Signal Tech)LED Hide Away, 1 /eachtto (a)Dome, Blue(Headlight) 11 /each 1.1005STT.BTL LED Flasher Module.(Tail rl 440 3.9 Lights) 3:10 PS-GCA100 GCA Series,Manual Reset, 1/each 4 7.,/ 4fg Type III 100Amp Circuit Breaker RFB No: 17-043 Page 19 of 39 62911017 6:03 AM 1) .22 Gly of Clermont Bid 17-043 SECTION—C PRICE SCHEDULE WINDOWTINT Window Tint,35%(4)Side 3.11 Windows,35%(1) Rear Windows and 35% 1 /each 41.r7i 4 co (1)Front Strip to the AS-1 Line ��ff�� 3.12 Shipping Cost 1 /each 4-70. 4/6-4 3.13 Installation 1 /each 4 tritcr.t O 4 (AC Ga Group 3 Subtotal Price 49..)4 4.0. fA GROUP 4— UTILITY VEHICLE EQUIPMENT L.N. Description Item I Unit Unit Price Extended Price SILSS-2646169(Federal Signal)Ford Utility 4.1 ILS,Red Driver, Blue Passenger with White 1 /each 4 b3. 0i,;` Takedowns SS2000SM-SD(Federal Signal) 41-5,( 4 !7""� (00 4.2 1 /each SmartSiren,Light Controller 100/200W 4.3 ES100(Federal Signal)ES100 Speaker 1 /each dt 17'ei 4 l 2 f' (1° 100Watt. 4.4 ESB-TAR11 (Federal Signal)Speaker 1 /each 4 a4 D Bracket for mounting ES100, Ford. 1146/001A ST-DMR(Signal Tech)LED Hide Away, 4.5 Dome, Red. (Headlight) 1 /each ST-DM6BB(Signal Tech)LED Hide Away, IS 6 U t 1 4.6 Dome, Blue.(Headlight&Reverse) 3/each O IPX-GRL6(Federal Signal)Pair of grille ' 1 4 - 4.7 brackets with hardware, Ford Police 1/each oa Interceptor Utility,2013-15 MPS600-RB(Federal Signal)Micropulse 6- 4.8 LED lighthead, Red/Blue(Grille) 2/each VI 4z it I a o v MPSM6-LB(Federal Signal)Micropulse 6- ,� 4 4D--9- its 4.9 LED lighthead,Red/Blue(Side Runner) 6/each �� MPS600-RB(Federal Signal)Micropulse 6- 4 f�f op 4i* 60 4.10 LED lighthead, Red/Blue(Side Runner) 6/each 1�"1• MPS600U-BR(Federal Signal)Micropulse 4.11 2/each446/1 °(s ( 112S(. Ultra 6-LED lighthead, Blue/Red(Hatch) Y MPS650-RB(Federal Signal)Micropulse 6- 4cq.to ckr3Co 4.12 LED lighthead, Red/Blue(Side windows) 2/each r RFB No:17-043 Page 20 of 39 6/29/2017 6:03 AM p.23 City of Clermont Bid 17-043 SECTION-C PRICE SCHEDULE 4.13 MPS600U-BB Micropulse Ultra 6-LED 2/each 41 B° co lighthead, Blue/Blue(License Plate) ' SL6F-RB(Federal Signal)Latitude 6 Head 4.14 ifvf (3)Red, (3) Blue, R-R-R-B-B-B 1 /each ` („�?�� . 2jr 4.15 SLB-002(Federal Signal)Short L-Bracket, 1 /each 4 1 I- ot9 4 f l e 0 CN SignalMaster or Latitude. 4.16 11.1005STT.BTL LED Flasher Module(Tail 1 l each 4 ���,,,,//�� Light) "1['� - 4:17 GARMIN GPS USB 010-00321-51 1/each ,61. 4 se! _ vO CC-UV-L-18(Troy Products)Center console with 12"slope and 6'level section 4 co4- 3.r kf -(� 4.18 designed to accommodate a variety of 1 /each /724= /^� equipment while creating more hip room for the officer and equipment AC-FDUV MNT(Troy Products)Slotted, heavy-duty floor mount for center console 4.19 for added strength and adjustment of 1 /each r�Gi k� console and accessories. 1 i AC-ARMMNT-58(Troy Products)Height 4.20 adjustable, low profile arm rest,bolts to 1 /each 10-7, ic 4 l o�� is console, includes a 5"X8"pad. FP-AP12-3(Troy Products)DC Outlet 0 V 4.21 Faceplate 3-holes.(Included with Console) 1 /each hGH 1(1-41 • 4.22 RAM-VC-CIG1FU 12V Accessory Outlet 3/each ak -g0 4-('7rst) CM-PSUV-SL-H(Troy Products) Passenger-seatcommdesa TROY r mount. -120 ( l r 4.23 Accommodates a TROY or Havis UT laptop 1/each 41 41 tray.(Includes TROY's unique slide-arm feature.) 4.24 CM-LT-1300(Troy Products) Laptop Tray 1/each 4 )45 (X 4 2S co 4.25 AC-INBGH(Troy Products)Dual external 1 /each 4 3C1° il10 beverage cup holder. CP-UV-CARGO(Troy Products)designed to replace OEM tire cover. Cargo mount ,�{ � �9a 4.26 includes two(2)gas springs to allow easy 1 /each f# access to the spare tire. Bolts to existing OEM holes for ease of installation RFB No:17-043 Page 21 of 39 6/292017 6:03 AM p.24 1 City of Clermont Bid 17-043 SECTION—C PRICE SCHEDULE CP-GB402212-TL(Troy Products) 4.27 40"/042"Lx12"H weapon box with two(2) 1 /each 6 ovz .� 4 1029-,)0 ,)0 draw-tight lockable latches. 4.28 CG-X ChargeGuard Select 1 /each 4 is-to � '' • t 4.29 WINDOWTINT 35%Window Film to both 1 /each co- (11 &V . front windows 4.30 Shipping Cost 1 /each El ?J 0 . 2_10 . 4.31 Installation 1 /each # l) (moi 4 1 t Cr.et) Group 4 Subtotal Price b?� 7tf-1 O ICOE2e Combined Price_flf Group II COGroup Q 4f C1/?al. 7o Provide °Average" lead time (All Items) for shipment of items "After receipt of an order from the City. Average Lead Time: j (Days or Weeks) Labor rate for installation services as stated above: $ Hour at Contractor Facility Labor rate for other installation services and non-warranty repairs: _ 0o $ /Hour at Contractor Facility $ fi 1/9 /Hour at On-Site Work in Clermont RFB No: 17-043 Page 22 of 39 6/29r2017 6:03 AM p.26 City of Clermont Bid 17-043 SECTION—C PRICE SCHEDULE Percent off manufacturer's list price for additional parts not listed in solicitation: 4c % Delivery completion date after receipt of equipment and vehicle: 5 0`p'fS Calendar Days. Not to exceed forty-five(45) Calendar Days. Delivery/ transportation charges for finished vehicle to Clermont Police Department or Fire Department if work is completed more than 50 miles: By signing below, the respondent agrees to all terms, conditions, and specifications as stated in this solicitation,and is acting in an authorized capacity to execute this response. The respondent also certifies that it can and will provide and make available,at a minimum,the items set forth in this solicitation. Respond•n Inform.tion M`.1 Signature V4 . Q, Company Name(print): ?1& 'h t'ai 1,1 v 40004.11 �s 1� Sheet Address: 43-i) Vv s 911 — m.u fti J R Mailing Address(if different): � Telephone: 471/I• -1,./LCY 2-% Fax: Email:ciliN ts QPI�t'/1 WPM( Payment Terms: °6 days,net /b FEIN: 9' I - b b 61 j' Professional.License No.: Signature: °I-1/11 :r Date: 1 9-1 1 1 Print Name: £4NAA. fr" P 174.4Tine: C Does the respondent accept payment using the City's MASTERCARD? 0 Yes 0 No END OF SECTION—C RFB No:17-043 Page 23 of 39 6/2.8/2017 6:03 AM P.26 CONTRACT APPROVAL FORM TO: DARREN GRAY, CITY MANAGER THRU: FREDDY SUAREZ, PURCHASING DIRECTOR FROM: MARILYN RODRIGUEZ, ADMINISTRATIVE ASSISTANT SUBJECT: PUBLIC SAFETY VEHICLE EQUIPMENT AND INSTALLATION SERVICES DATE: NOVEMBER 9, 2017 THE PURCHASING DIRECTOR RECOMMENDS THE FOLLOWING: 1. APPROVE: Agreement between the City of Clermont and Signal Technology Enterprises, Inc. d/b/a Public Safety USA (Public Safety USA) is to provide public safety vehicle equipment and installation services for the Police Department Headquarters. The agreement shall take effect on the date of execution by both parties and shall remain in effect for a period of one (1) year, unless renewed or terminated as provided by Public Safety USA., contractual agreement. Upon mutual agreement by both parties, this agreement may be renewed for five (5) additional one (1) year terms. 2. Why is this action necessary: In accordance with the City of Clermont Purchasing Policy, the City Manager is authorized to approve contracts under $50,000 that do not require a budget amendment. 3. ADDITIONAL INFORMATION: The Purchasing Department issued Request for Bid (RFB) 17-043 to acquire qualified respondents to provide these services. At the completion of the RFB the Purchasing Department received a single response from Public Safety USA. The Public Safety USA complies with the City of Clermont Purchasing Policy. The estimated annual expenditures is $22,000 and it is included in the Police Department Headquarters budget. 4. FISCAL IMPACT: The estimated annual cost of $22,000 is consistent with the 2018 approved budget. 5. EXHIBITS: Response Tabulation Public Safety Vehicle Equipment and Installation Services Agreement APPROVAL THORITY Approved Disapproved 0 Reason/Suggestion (If disapproved) di It A ��- Si�� itle Date W 4- 0 V p o 2 1- ch #- — o Q Cl) v_ N 0 0 U, Q O M i 0 V N. 0 _rn 7, a. O N W M C) C) te 5 tx W fl. v co Z O N ch � ZQO Q oZc Ja cNi JQ = c.ia 0 E M u) IX cs ui (.8 .11 _cro <C1:1 g 0 eft 0 LLI Z W Z F- a laCi D V W gw Ce a as Cat a W O U_ W O 3 J N a C) 1— w ca > r • v Z N Z c UJ 0 N a- <. c C.) D C) a) ") t) w J LU CO Cd >, a o Z W - C.) O Q Cl) F- I- ._ m W2 E