Hollywood FL banner
File #: R-2018-023    Version: Name: SECG - CCTV-ALPR Maintenance Services
Type: Resolution Status: Passed
File created: 12/20/2017 In control: Police Department
On agenda: 2/7/2018 Final action: 2/7/2018
Title: A Resolution Of The City Commission Of The City Of Hollywood, Florida, Authorizing The Appropriate City Officials To Negotiate And Execute A Three (3) Year Agreement With The Highest Ranked Firm And The City Of Hollywood To Provide CCTV/ALPR Maintenance Services Throughout The City, Including Police Command Vehicles, For An Annual Estimated Amount Of $101,540.00.
Attachments: 1. Corrected Res SECG (CCTV-ALPR) Maintenance, 2. Res SECG (CCTV-ALPR) Maintenance- REVdoc.pdf, 3. SECG - Proposal.pdf, 4. RFP-4562-17-JE CCTV-ALPR Maintenance Services .pdf, 5. RFP-4562-17-JE - Back up.pdf, 6. Vendor Cost Summary Sheet.pdf, 7. TERMSHEETCCTVLPRMAINTENANCE2RFP2018.DOC.pdf, 8. BIS 18080R.pdf

Title

A Resolution Of The City Commission Of The City Of Hollywood, Florida, Authorizing The Appropriate City Officials To Negotiate And Execute A Three (3) Year Agreement With The Highest Ranked Firm And The City Of Hollywood To Provide CCTV/ALPR Maintenance Services Throughout The City, Including Police Command Vehicles, For An Annual Estimated Amount Of $101,540.00.

 

 

Body

 

Staff Recommends: The Approval of the Attached Resolution

 

 

Explanation:

The Police Department requires an agreement with a qualified firm to maintain, service, and repair all current wireless CCTV and Automated License Plate Readers throughout the City, including Police Command Vehicles. 

 

On August 1, 2017, a Notice of Bid Availability for RFP-4562-17-JE was posted on the City’s Website, advertised and sent to 6,551 firms and viewed by 61 vendors on Bidsync.com in accordance with Section 38.42(A)(1) of the City’s Purchasing Ordinance.

 

RFP-4562-17-JE was opened at 3:00 P.M. on August 17, 2017, and resulted in responses from three firms as follows:  

 

                     ATCi Communications                                                                                       Miami, Florida

                     Automated Interiors, Inc.                                                   Dania Beach, Florida

                     Security Engineering &                                                                                       

                     Consulting Group (SECG)                                                                  Pembroke Pines, Florida

 

The evaluation of the proposals was based on the criteria as established in the RFP: Experience in CCTV/ALPR Industry; References & Completed Similar Projects; Technical Qualifications of Persons Handling the Contract; Cost of Equipment and Professional Service Fee Statement and Local Preference.

 

The proposals were evaluated by three committee members consisting of the Police Lieutenant, Police Detective and the Director of Information Technology.

 

 

 

 

After the proposals were evaluated, the Evaluation Committee scores were tallied to arrive at the scores below: 

 

                     SECG                                                                                                                                                                        278.0

                     Automated Interiors, Inc.                                           247.0

                     ATCi Communications                                                               202.0

                                                                                                                                                                                                                                                             

The pricing provided by these vendors for the duration of the contract period is:

 

                     SECG                                                                                                          $493,660.00

                     ATCi                                                                                                                              $498,000.00

                     Automated Interiors                       $510,600.00

 

The Acting Police Chief and the Director of Procurement and Contract Compliance recommend that the City Commission authorize the negotiation and execution of an agreement with the highest ranked firm to provide maintain, service, and repair all current wireless CCTV and Automated License Plate Readers throughout the City, including Police Command Vehicles, for a three year period with an option to renew for three (3) additional one (1) year periods subject to vendor acceptance, satisfactory performance and determination that the renewal will be in the best interest of the City.

 

Funding for this service for the first year is available in the FY18 Maintenance - Equipment Account Number 01.2041.00291.521.004631 and will be requested in subsequent fiscal years.

 

The City reserves the right to terminate the agreement with or without cause effective 30 days from date of written notice.

 

Award is subject to the City receiving all insurance documentation required and approved by the City’s Risk Manager, along with signed statements of Hold Harmless and Indemnity in favor of the City.

 

 

Recommended for inclusion on the agenda by:

Dr. Wazir A. Ishmael, City Manager

Mel Stanley, ACM, Public Safety

Cintya Ramos, Director, Finance & Administration

Chris O’Brien, Acting Chief of Police

Paul A. Bassar, Director of Procurement & Contract Compliance