Loading...
Contract 2023-118ADocuSign Envelope ID: 518EOBEC-3CDB-4A7F-8824-33A2CAEFE003 AGREEMENT No. 2023-118 PUBLIC SAFETY VEHICLE EQUIPMENT AND INSTALLATION SERVICES THIS AGREEMENT, is made and entered into this Friday, December 1, 2023, 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 PUBLIC SAFETY SUPPLY, LLC., whose address is: 625 W. 18th Street, Hialeah, FL 33010, (hereinafter referred to as "CONTRACTOR"). WHEREAS, the City of Clermont issued RFB 24-027 titled Public Safety Vehicle Equipment and Installation Services; WHEREAS, CONTRACTOR submitted its response dated November 16, 2023, to RFB 24-027; WHEREAS, CITY desired to award a contract to CONTRACTOR in accordance with the terms and conditions of RFB 24-027 and CONTRACTOR's response thereto; WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: 1. SCOPE OF WORK The CONTRACTOR shall furnish and install specialized equipment for public safety vehicles as described in CITY's RFB 24-027 and CONTRACTOR's November 16, 2023 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. 2. 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. 3. PROVISION OF SERVICES AND COMPLETION OF WORK A. The CONTRACTOR shall only provide the CITY with the installation of specialised equipment for public safety vehicles upon receipt of an authorized order from the CITY and shall provide the requested items in the timeframe and as set forth in RFB 24-027 or in the specific purchase order submitted by CITY. Nothing herein shall obligate CITY to purchase any specific amount of product from CONTRACTOR or create an exclusive purchase agreement between CITY and CONTRACTOR. CITY shall not be obligated or required to pay for any items received until such time as CITY has accepted the items in accordance with the order provided to CONTRACTOR. 0 DocuSign Envelope ID: 518EOBEC-3CDB-4A7F-8824-33A2CAEFE003 Term Agreement RFB 24-027 Public Safety Vehicle Equipment and Installation Services B. CONTRACTOR, upon receipt of a purchase order hereunder, shall immediately notify CITY if it has an issue or question related to the fulfillment of the order or whether there will be any delay in providing the items requested. Failure of CONTRACTOR to so notify CITY will preclude CONTRACTOR from seeking payment of any kind for any items that were delayed in delivery. Upon receipt of notification of the delay, CITY may at its sole option cancel the order and seek the items from any available source. C. It is expressly understood and agreed that the passing, approval, and/or acceptance of any services herein by CITY or by any agent or representative as in compliance with the terms of this Contract shall not operate as a waiver by the CITY of strict compliance with the terms of this Contract and the CITY may require the CONTRACTOR replace the accepted services so as to comply with the warranties and specifications hereof. D. COMPANY specifically acknowledges that this Contract does not bind or obligate CITY to purchase any minimum quantity of product during the term hereof. 4. TERM AND TERMINATION A. This Agreement is to become effective upon execution by both parties and shall remain in effect for a period of three (3) years thereafter, unless terminated or renewed as provided for herein. B. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement: a) without cause and for CITY's convenience upon thirty (30) days written notice to CONTRACTOR; b) if CONTRACTOR is adjudged to be bankrupt; c) if 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 the 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. C. Upon mutual Agreement of the parties, this Agreement may be renewed for three (3) additional one-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 Producer Price Index (PPI). DocuSign Envelope ID: 518EOBEC-3CDB-4A7F-8824-33A2CAEFE003 Term Agreement RFB 24-027 Public Safety Vehicle Equipment and Installation Services 5. PAYMENTS In accordance with the provisions fully set forth in the Contract Documents, the CONTRACTOR shall submit an invoice to CITY upon completion of the services and delivery of products to CITY as set forth in the applicable purchase order. CITY shall make payment to the CONTRACTOR for all accepted deliveries and undisputed products delivered and services provided, within thirty (30) calendar days of receipt of the invoice. 6. DISPUTE RESOLUTION - MEDIATION A. 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. B. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes, and other matters in question between them by mediation. C. 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. 7. INSURANCE AND INDEMNIFICATION RIDER 7.1. Worker's Compensation Insurance The CONTRACTOR shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all its 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 subCONTRACTOR 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. 7.2. CONTRACTOR's Commercial General Liabilitv Insurance The CONTRACTOR shall take out and maintain during the life of this Agreement, Commercial General Liability and Business 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 as follows: A. CONTRACTOR's Commercial General Liability, $1,000,000 Each, ($2,000,000 aggregate). Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit DocuSign Envelope ID: 518EOBEC-3CDB-4A7F-8824-33A2CAEFE003 Term Agreement RFB 24-027 Public Safety Vehicle Equipment and Installation Services B. Automobile Liability Coverages, $1,000,000 Each, Bodily Injury & Property Damage Occurrence, Combined Single Limit The insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 7.3. Indemnification Rider A. To the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the CITY and its employees from and against all claims, damages, losses and expenses, including but not limited to reasonable attorney's fees, arising out of or resulting from its 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 such acts are caused in part by a party indemnified hereunder. Such obligation shall 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; however, this indemnification does not include the sole acts of negligence, damage or losses caused by the CITY and its other contractors. 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. 8. 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: Public Safety Supply, LLC Attn: Shawn Andreas, Regional Sales Manager 625 W. 18th Street, Hialeah, FL 33010 DocuSign Envelope ID: 518EOBEC-3CDB-4A7F-8824-33A2CAEFE003 Term Agreement RFB 24-027 Public Safety Vehicle Equipment and Installation Services OWNER: City of Clermont Attn: Brian Bulthuis, City Manager 685 W. Montrose Street, Clermont, FL 34711 9. MISCELLANEOUS 9.1. Attomevs' 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. 9.2. Waiver The waiver by the 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. 9.3. Severability If any provision of this Agreement or the application thereof to any person or circumstance is to any extent 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 a provision to other persons or circumstances shall be unaffected, and this Agreement shall be valid and enforceable to the fullest extent permitted by applicable law. 9.4. 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. 9.5. Entire Agreement This Agreement including the documents incorporated by reference contains the entire understanding of the parties hereto and supersedes all prior and contemporaneous Agreements between the parties with respect to the performance of services by CONTRACTOR. 9.6. Assignment Except in the event of a 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 the CITY. 4 DocuSign Envelope ID: 518EOBEC-3CDB-4A7F-8824-33A2CAEFE003 Term Agreement RFB 24-027 Public Safety Vehicle Equipment and Installation Services 9.7. Venue The parties agree that the sole and exclusive venue for any cause of action arising out of this Agreement shall be Lake County, Florida. 9.8. 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. 9.9. Public Records The 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. D. Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of CONTRACTOR upon the 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 to the CITY in a format that is compatible with the information technology systems of the CITY. E. 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, THE CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT THE CITY CLERK'S OFFICE, (352) 241-7331. 10. CONTRACT DOCUMENTS The Contract Documents, as listed below are herein made fully a part of this Contract as if herein repeated. Document Precedence: A. This Agreement B. Purchase Order / Notice To Proceed DocuSign Envelope ID: 518EOBEC-3CDB-4A7F-8824-33A2CAEFE003 Term Agreement RFB 24-027 Public Safety Vehicle Equipment and Installation Services C. All documents contained in RFB 24-027 titled Public Safety Vehicle Equipment and Installation Services and CONTRACTOR'S response thereto. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this 291h day of November, 2023. CITY OF CLERMONT DocuSigned by: 2BA7692F758C492... Tim Murry, Mayor ATTEST: DocuSigned by: T A R-wz 3AD7F34905B344A... Tracy Ackroyd Howe, City DS 0 DocuSign Envelope ID: 518EOBEC-3CDB-4A7F-8824-33A2CAEFE003 PUBLIC SAFETY SUPPLY, LLC. DocuSigned by: By:nr�arFsn�n Print Name: Albert Espinosa Title: Owner Date: 12/4/2023 DocuSign Envelope ID: 518EOBEC-3CDB-4A7F-8824-33A2CAEFE003 RFB No. RFB 24-027 Public Safety Vehicle Equipment and Installation Services EXHIBIT "A" RFB No. 24-027 Public Safety Vehicle Equipment and Installation Services RESPONSE DEADLINE: November 16, 2023 at 2:00 pm MARKED PATROL VEHICLE EQUIPMENT- FORD EXPLORER INTERCEPTOR UTILITY This package is based on a Ford Explorer Interceptor. Actual vehicle may vary depending on assignment and/or availability. 2 FE-HKB-FPIU20 Federal Signal Lightbar Mounting Kit 1 ea $0.00 $0.00 3 FE-PF20OR Federal Signal Pathfinder Siren/Light Controller 1 ea $851.18 $851.18 4 FE-ES100C Federal Signal Emergency Speaker 1 ea $203.00 $203.00 5 FE-OBDCABLE6-2 Federal Signal 6ft OBD Interface Cable 1 ea $121.90 $121.90 6 FE-ESB-FPIU20ND Federal Signal Speaker Bracket 1 ea $46.11 $46.11 7 FE-RBKIT 1 Federal Signal Rumbler Woofers 1 ea $188.15 $188.15 8 FE-RB-FPIU20 Federal Signal Rumbler Bracket 1 ea $36.57 $36.57 9 FE-EXMOD24 Federal Signal Pathfinder Expansion Module 1 ea $204.58 $204.58 10 FE-MPSC2X-BW Federal Signal C Series Micropulse Blue/White 1 ea $100.00 $100.00 11 FE-MPSC2X-RW Federal Signal C Series Micropulse Red/White 1 ea $100.00 $100.00 PROPOSAL DOCUMENT REPORT Request For Bid - Public Safety Vehicle Equipment and Installation Services Page 1 DocuSign Envelope ID: 518EOBEC-3CDB-4A7F-8824-33A2CAEFE003 RFB No. RFB 24-027 Public Safety Vehicle Equipment and Installation Services 12 FE-MPS63U-RBW Federal Signal Micropulse Ultra 6 4 ea $121.37 $485.48 Red/Blue/White 13 FE-IPX-GRL17 Federal Signal Micropulse Grill Bracket 1 ea $48.76 $48.76 14 FE-MPSW9X-BW Federal Signal Wide Angle Micropulse 1 ea $145.75 $145.75 Blue/White 15 FE-MPSW9X-RW Federal Signal Wide Angle Micropulse Red/White 1 ea $145.75 $145.75 16 FE-MPSMW9-FPIU Federal Signal Wide Angle Micropulse 1 ea $21.73 $21.73 Mounting Kit 17 FE-MPS123U-RBW Federal Signal Micropulse Ultra 12 2 ea $144.16 $288.32 Red/Blue/White 18 FE-41690OZ-RW Federal Signal Corner LED Red/White 1 ea $68.90 $68.90 19 FE-41690OZ-BW Federal Signal Corner LED Blue/White 1 ea $68.90 $68.90 20 FE-MPS63U-RBW Federal Signal Micropulse Ultra 6 10 ea $121.37 $1,213.70 Red/Blue/White 21 FE-MPSM6-LB Federal Signal L Bracket For Micropulse 2 ea $10.07 $20.14 22 FE-SL6F-RB Federal Signal Latitude Series 6 Head Bar 1 ea $316.94 $316.94 23 FE-SLB-002 Federal Signal Latitude Mounting L Bracket 1 ea $21.20 $21.20 24 425-6508 Jotto Integrated Printek Brother Contour Console 1 ea $455.00 $455.00 25 425-3704 Jotto Cupholders 1 ea $38.50 $38.50 26 425-6652 Jotto 12V Power Outlets in 3" Faceplate with Plastic Covers 1 ea $35.00 $35.00 (3 Outlets) 27 425-6049 Jotto 1"Blank Faceplate 1 ca $0.00 $0.00 PROPOSAL DOCUMENT REPORT Request For Bid - Public Safety Vehicle Equipment and Installation Services Page 2 DocuSign Envelope ID: 518EOBEC-3CDB-4A7F-8824-33A2CAEFE003 RFB No. RFB 24-027 Public Safety Vehicle Equipment and Installation Services 29 425-6666 Federal Signal Pathfinder PF20OR (Remote Head) - 3" Faceplate 30 425-6260 Jotto Arm Rest 31 TR-CM-SDMT-SL-L Troy Console Side, Height Adjustable Mount W/Slide Arm Troy Partition Recessed Back Panel Sliding Window, Diamond 32 Pattern Mesh Bracket, Large Window (Ford Explorer Utility Interceptor) 33 TR-SAB-20-FDUV-BB Troy Big -Boy Partition Mounting Kit Extra Seat- Back Recline. 100% seat slide. 34 TR-KP-UV20-DAP-SS Troy Utility Kick Panel Assembly With Big - Foot Pockets 35 TR-AC-20-UV-SET Troy Driver/Passenger Side Set Of Diamond - Punched Window Guards Ford Explorer Utility Interceptor 36 TR-DP-UV20-SET Troy Driver and Passenger Side Door Panel (SET) Ford Explorer Utility Interceptor 37 TR-PS-20-UVFX-0 Troy Rear Cargo Partition With Square -Hole Window, Plastic Seat With OS Belts, Fire Cubby On DS 38 TR-AC-20-UV-CGP Troy Rear Cage Airbag Corridor Gap Panel Set 39 TR-AC-20-UV-HAT Hatch Window Guard Square Hole Design Ford Explorer Utility Interceptor 40 GKO068E Setina T-Rail With 1082E Blac-Rac Gun Lock PROPOSAL DOCUMENT REPORT Request For Bid - Public Safety Vehicle Equipment and Installation Services Page 3 1 ea $0.00 $0.00 1 ea $44.00 $44.00 1 ea $350.00 $350.00 1 ea $631.00 $631.00 1 ea $0.00 $0.00 1 ea $136.89 $136.89 1 ea $164.02 $164.02 1 ea $207.94 $207.94 1 ea $1,425.00 $1,425.00 1 ea $97.00 $97.00 1 ea $111.00 $111.00 1 ea $637.00 $637.00 DocuSign Envelope ID: 518EOBEC-3CDB-4A7F-8824-33A2CAEFE003 RFB No. RFB 24-027 Public Safety Vehicle Equipment and Installation Services 41 CG-X Havis ChargeGuard Select 1 ca $99.00 $99.00 42 V23232-D0001-X001 Bosch/Tyco Single Pole, Single Throw Relay. I ea $47.26 $47.26 12 Volt, 75 A Resistance Load. For Use With Lightbars 43 UT- 1001 Havis Laptop Tray 1 ea $305.00 $305.00 44 460618 Gang Fuse Block With Grounding Pad 1 ea $18.00 $18.00 45 FE-41690OZ-BW Federal Signal Corner Blue/White 2 ea $68.90 $137.80 46 FE-416910Z-B Federal Signal Corner Blue 2 ea $68.90 $137.80 364-01 Tuffy Atlas Universal Security Drawer 40" W X 20" L X 47 10" H W/Carpeting Interior And Top Key/Combo Lock Cargo 1 ca $795.00 $795.00 Barrier Rails On Top & Adjustable Riser 48 FE-PFSYNC-1 Federal Signal FS Join Sync Module 1 ea $164.95 $164.95 49 Labor To Install All Items For This Vehicle Type Listed In The Bid. 1 ea $3,525.00 $3,525.00 Labor To Install Products Provided By The Customer. Items Include 50 LIND Power Inverter For Laptop Charging, Motorola Portable 1 ea $382.50 $382.50 Radio Battery Charger As Well As Dash Camera and Rocket System By Utility. Must Be A Certified Installer For Utility. Custom Vehicle Graphics With Design Requested By Customer. "Clermont Police" On Each Side Of Vehicle With Black To White 51 Fading Stripe, "Call 911" Sticker On Each Rear Side, City Of 1 ea $645.00 $645.00 Clermont Logo On Each Rear Side. 4 Digit Vehicle Number On Front Driver's Side Bumper, Rear Passenger Side Hatch, And On Roof, "POLICE" On Center Rear Hatch. TOTAL $17,285.72 PROPOSAL DOCUMENT REPORT Request For Bid - Public Safety Vehicle Equipment and Installation Services Page 4 DocuSign Envelope ID: 518EOBEC-3CDB-4A7F-8824-33A2CAEFE003 CLER ONT Chace of Champions' City of Clermont Procurement Services Freddy Suarez, Procurement Services Director 685 W. Montrose Street, Clermont, FL 34711 UNMARKED ADMINISTRATIVE VEHICLE EQUIPMENT This package is based on a Ford Explorer Civilian Model. Actual vehicle may vary depending on assignment and/or availability. 52 FE-XSM2X-BRW-US Federal Signal XStream Light Blue/Red/White 2 ea $268.71 $537.42 53 FE-PF200H Federal Signal Pathfinder handheld light/siren controller 1 ea $851.18 $851.18 54 FE-ES100C Federal Signal Emergency Speaker 1 ea $203.00 $203.00 55 FE-ESB-U Federal Signal Universal Speaker Bracket 1 ea $25.97 $25.97 56 FE-RBKITI Federal Signal Rumbler Woofers I ea $188.15 $188.15 57 FE-RB-FPIU20 Federal Signal Rumbler Bracket 1 ea $36.57 $36.57 58 FE-OBDCABLE6-2 Federal Signal 6ft OBD Interface Cable 1 ea $121.90 $121.90 59 FE-MPS63U-RBW Federal Signal Micropulse Ultra 6 2 ea $121.37 $242.74 Red/Blue/White 60 FE-MPSM6-LB Federal Signal Micropulse Mounting Bracket 2 ca $10.07 $20.14 61 FE-416900-BW Federal Signal Corner Blue/White 3 ea $68.90 $206.70 62 FE-416910-B Federal Signal Corner Blue 2 ea $68.90 $137.80 63 FE-416900-RW Federal Signal Corner Red/White 1 ea $68.90 $68.90 64 FE-MPS63U-RBW Federal Signal Micropulse Ultra 6 4 ea $121.37 $485.48 Red/Blue/White 65 FE-MPSM6-LB Federal Signal Micropulse Mounting Bracket 4 ea $10.07 $40.28 DocuSign Envelope ID: 518EOBEC-3CDB-4A7F-8824-33A2CAEFE003 EVALUATION TABULATION RFB No. RFB 24-027 Public Safety Vehicle Equipment and Installation Services 66 FE-CNSMJ8R-P I C Federal Signal Signalmaster 8 Head Rear Mount 1 ca $767.44 $767.44 67 FE-CNSM-UM Federal Signal Mounting Bracket For Signalmaster 1 ea $32.86 $32.86 68 FE-PFSYNC-I Federal Signal FS Join Sync Module 1 ea $182.85 $182.85 69 TR-CM-PSUV-SL-LED Troy Passenger Seat Mount With Slide Arm 1 ea $505.00 $505.00 and Pivot Mount For Laptop Stand 70 UT-1001 Havis Laptop Tray 1 ea $305.00 $305.00 71 GKO068E Setina Single T-Rail With 1082E Black Rac Gun Lock 1 ea $675.00 $675.00 364-01 Tuffy Atlas Universal Security Drawer 40" W X 20" L X 72 10" H W/Carpeting Interior And Top Key/Combo Lock Cargo 1 ea $795.00 $795.00 Barrier Rails On Top & Adjustable Riser Labor To Install Products Provided By The Customer. Items Include 73 LIND Power Inverter For Laptop Charging, Motorola Portable 1 ea $2,210.00 $2,210.00 Radio Battery Charger As Well As Dash Camera and Rocket System By Utility. Must Be A Certified Installer For Utility. TOTAL $8,639.38 Request For Bid - Public Safety Vehicle Equipment and Installation Services Page 6 DocuSign Envelope ID: 518EOBEC-3CDB-4A7F-8824-33A2CAEFE003 CLER ONT Chace of Champions' City of Clermont Procurement Services Freddy Suarez, Procurement Services Director 685 W. Montrose Street, Clermont, FL 34711 UNMARKED PATROL VEHICLE This package is based on a Ford Explorer Interceptor. Actual vehicle may vary depending on assignment and/or availability. 75 76 77 78 79 80 81 82 83 84 85 86 87 FE-PF20OR Federal Signal Pathfinder Siren/Light Controller FE-ES100C Federal Signal Emergency Speaker FE-ESB-FPIU20ND Federal Signal Speaker Bracket FE-OBDCABLE6-2 Federal Signal 6ft OBD Interface Cable FE-EXMOD24 Federal Signal Pathfinder Expansion Module FE-RBKITI Federal Signal Rumbler Woofers FE-RB-FPIU20 Federal Signal Rumbler Bracket FE-416900-BW Federal Signal Corner Blue/White FE-416900-RW Federal Signal Corner Red/White FE-MPSC2X-BW Federal Signal C Series Micropulse Blue/White FE-MPSC2X-RW Federal Signal C Series Micropulse Red/White FE-IPX-GRL17 Federal Signal Micropulse Grill Bracket FE-MPS63U-RBW Federal Signal Micropulse Ultra 6 Red/Blue/White ea ea 1 ea 1 ca 1 ca 1 ea 1 ea 1 ca 1 ea 1 ea 1 ea 1 ea 4 ea $851.18 $202.00 $46.11 $121.90 $204.58 $188.15 $36.57 $68.90 $68.90 $100.00 $100.00 $48.76 $121.37 $851.18 $202.00 $46.11 $121.90 $204.58 $188.15 $36.57 $68.90 $68.90 $100.00 $100.00 $48.76 $485.48 DocuSign Envelope ID: 518EOBEC-3CDB-4A7F-8824-33A2CAEFE003 EVALUATION TABULATION RFB No. RFB 24-027 Public Safety Vehicle Equipment and Installation Services 89 FE-MPSM6-LB Federal Signal L Bracket For Micropulse 90 FE-MPS63U-RBW Federal Signal Micropulse Ultra 6 Red/Blue/White 91 FE-416910Z-B Federal Signal Corner Blue 92 FE-41690OZ-BW Federal Signal Corner Blue/White 93 FE-MPS63U-RBW Federal Signal Micropulse Ultra 6 Red/Blue/White 94 FE-CNSMJ8R-P1C Federal Signal Signalmaster 8 Head Rear Mount 95 FE-CNSM-UM Federal Signal Mounting Bracket For Signalmaster 96 FE-PFSYNC-1 Federal Signal FS Join Sync Module 97 GKO068E Setina Single T-Rail With 1082E Black Rae Gun Lock 98 TR-CM-SDMT-SL-L Troy Console Side, Height Adjustable Mount W/Slide Arm 99 UT- 1001 Havis Laptop Tray 100 CG-X Havis ChargeGuard Select 101 V23232-D0001-X001 Bosch/Tyco Single Pole, Single Throw Relay. 12 Volt, 75 A Resistance Load. For Use With Lightbars 102 460618 Gang Fuse Block With Grounding Pad Request For Bid - Public Safety Vehicle Equipment and Installation Services Page 8 2 ea $10.07 $20.14 10 ea $121.37 $1,213.70 2 ea $68.90 $137.80 2 ea $68.90 $137.80 4 ea $121.37 $485.48 1 ea $767.44 $767.44 1 ea $32.86 $32.86 1 ea $121.90 $121.90 1 ea $676.00 $676.00 1 ea $350.00 $350.00 1 ea $305.00 $305.00 1 ea $99.00 $99.00 1 ea $47.26 $47.26 1 ea $18.00 $18.00 DocuSign Envelope ID: 518EOBEC-3CDB-4A7F-8824-33A2CAEFE003 EVALUATION TABULATION RFB No. RFB 24-027 Public Safety Vehicle Equipment and Installation Services 364-01 Tuffy Atlas Universal Security Drawer 40" W X 20" L X 103 10" H W/Carpeting Interior And Top Key/Combo Lock Cargo 1 ea $775.00 $775.00 Barrier Rails On Top & Adjustable Riser 104 425-6508 Jotto Integrated Printek Brother Contour Console 1 ca $455.00 $455.00 105 425-3704 Jotto Cupholders 1 ea $38.50 $38.50 106 425-6652 Jotto 12V Power Outlets in 3" Faceplate with Plastic Covers 1 ea $35.00 $35.00 (3 Outlets) 107 425-6049 Jotto 1" Blank Faceplate 1 ea $0.00 $0.00 108 425-6051 Jotto 2" Blank Faceplate 1 ea $0.00 $0.00 109 425-6666 Federal Signal Pathfinder PF20OR (Remote Head) - 3" 1 ea $0.00 $0.00 Faceplate 110 425-6260 Jotto Arm Rest 1 ea $44.00 $44.00 111 425-0767 Jotto Sigle Cell Prisoner Transport System 1 ea $1,575.00 $1,575.00 112 Labor To Install All Items Listed. 1 ca $3,315.00 $3,315.00 TOTAL $14,408.90 Request For Bid - Public Safety Vehicle Equipment and Installation Services Page 9 DocuSign Envelope ID: 518EOBEC-3CDB-4A7F-8824-33A2CAEFE003 CLER ONT Chace of Champions' City of Clermont Procurement Services Freddy Suarez, Procurement Services Director 685 W. Montrose Street, Clermont, FL 34711 LABOR RATE FOR INSTALLATION OF EQUIPMENT Hourly 113 Hourly rate for installation of equipment 1 Rate at $85.00 $85.00 Respondent Facility LABOR RATE FOR OTHER INSTALLATION SERVICES AND NON -WARRANTY REPAIRS Description Quantity Measure 114 Hourly rate at respondent's facility 1 Hour $85.00 $85.00 115 Hourly rate for on -site work (Clermont facility) 1 Hour $110.00 $110.00 DELIVERY/TRANSPORTATION CHARGES DocuSign Envelope ID: 518EOBEC-3CDB-4A7F-8824-33A2CAEFE003 EVALUATION TABULATION RFB No. RFB 24-027 Public Safety Vehicle Equipment and Installation Services PERCENT OFF LIST PRICE Request For Bid - Public Safety Vehicle Equipment and Installation Services Page 11 DocuSign Envelope ID: 518EOBEC-3CDB-4A7F-8824-33A2CAEFE003 Request For Bid #RFB 24-027 Title: Public Safety Vehicle Equipment and Installation Services 3. Scope of Work 3.1. Statement of Work The intent of this solicitation is to obtain a successful contractor to provide the City of Clermont with timely installation of specialized equipment for public safety vehicles as specified herein. Including but not limited to Police Department Vehicles and Fire Department Vehicles. While in the successful respondent's care, control, and custody, the successful respondent is responsible for all equipment including pick-up, delivery, interim transport, and storage of said equipment. In addition, while in the successful respondent's care, control, and custody, the successful respondent is responsible for the secure storage of all vehicles, both new builds, and vehicles in for repairs. The successful respondent must ensure that only safe, reliable, and properly licensed and insured drivers retrieve, deliver, or operate city vehicles. The successful respondent is responsible for maintaining the appropriate insurance coverage for all activities involving the successful respondent and its drivers and their contact with or storage of city vehicles and equipment in fulfilling its obligations. In any instance that the successful respondent transports a marked police vehicle, the successful respondent will ensure that the vehicle is clearly marked "OUT OF SERVICE". The vehicle must be marked as such during any and all times that the successful respondent has possession of said vehicle on any public roadway. Upon completion of equipment installation by the successful respondent and subsequent return of the vehicle for inspection by authorized city staff, the successful respondent will be required to deliver to the City of Clermont Police Department or Fire Department, the vehicle keys and a completed invoice for said vehicle. Authorized city staff will have the right to inspect the vehicle or services performed before acceptance. The successful respondent must provide a detailed description of the facility or service center. A description must be included of the location and its conformance to the requirements herein, as well as address, phone number, repair shop, and parts room size (square footage of each), number of repair bays, details of major repair and diagnostic equipment, size of the parking area, size of secure storage area and the type and number of full-time employees at this location. All respondents must include a detailed description of their specific experience and qualifications of the shop employees relevant to the services stated in this solicitation. The installation of equipment on new vehicles must be completed within forty-five (45) calendar days of receipt equipment from manufacturer and receipt of vehicle from the City of Clermont Police Department or Fire Department. Each calendar day that exceeds the required performance standard of repairs or installations will result in a daily fee of $50.00 per vehicle, assessed against the successful respondent and deducted from the final invoice. Exceptions to assessing the fee may be entertained beyond the successful respondent's control during but not limited to acts of God, fire, war, strike, etc. Evaluating justification for waiving said fee for such cause is at the sole discretion of the City of Clermont Police Chief and Fire Chief. 13 DocuSign Envelope ID: 518EOBEC-3CDB-4A7F-8824-33A2CAEFE003 Request For Bid #RFB 24-027 Title: Public Safety Vehicle Equipment and Installation Services The Pricing Schedule describes multiple police emergency equipment items that will be installed on each public safety vehicle. All equipment will be furnished by the successful respondent. All wiring, fuses, connectors, and needed hardware will be furnished by the successful respondent. Contractor shall include with price the cost for miscellaneous items such as wire, connectors, wire looms, fuses, fuse holders, fuse block, relays, breakers, fasteners, brackets, fixtures, tie wraps, insulation, etc., needed to complete installation of all items listed. All labor must be done with color coded wiring to meet FMVSS standards for installed equipment. Successful contractors must be certified by Utility Inc. as an installer to install Dash Camera and Rocket systems in vehicles. These items are provided by the Citv of Clermont and installed by the successful contractor. 14