File #: 07-848    Version: 1
Type: Agenda Item Status: Approved
File created: 5/15/2007 In control: Board of Supervisors
On agenda: 6/5/2007 Final action: 6/5/2007
Title: Chief Administrative Office, Procurement and Contracts Division, recommending: (1) award of Bid 07-680-130 for the purchase of Taser International taser guns and cartridges for the Sheriff's Department to the sole qualified bidder, Proforce Law Enforcement of Prescott, AZ; (2) authorize the Purchasing Agent to issue a blanket purchase order in the amount of $105,167 for a twelve (12) month period; and (3) authorize the Purchasing Agent to increase the blanket purchase order on an "as needed" basis during the awarded period if funding is available within the requesting department's budget. RECOMMENDED ACTION: Approve. FUNDING: General Fund.
Attachments: 1. 07-680-130 Tasers
Title
Chief Administrative Office, Procurement and Contracts Division, recommending: (1) award of Bid 07-680-130 for the purchase of Taser International taser guns and cartridges for the Sheriff's Department to the sole qualified bidder, Proforce Law Enforcement of Prescott, AZ; (2) authorize the Purchasing Agent to issue a blanket purchase order in the amount of $105,167 for a twelve (12) month period; and (3) authorize the Purchasing Agent to increase the blanket purchase order on an "as needed" basis during the awarded period if funding is available within the requesting department's budget.
RECOMMENDED ACTION: Approve.

FUNDING: General Fund.

Body
REASON FOR RECOMMENDATION: At the request of Sheriff's Office, the Procurement and Contracts division issued an Invitation to Bid for Taser International taser guns and cartidges. The taser guns will be issued to newly hired deputies and used during physical altercations as an alternative to the use of deadly force.

The Board is requested to waive the following minor irregularity because Proforce Law Enforcement was the sole respondent. Proforce Law Enforcement altered the quotation schedule by correcting an incorrect model number for the X26E Taser listed on the quotation schedule.

The Procurement and Contracts Division sent the bid to the Sheriff’s Office for their approval of the altered model number. The Sheriff’s Office agreed that the change in the model number was appropriate and approved the bid.

Under normal procurement procedures, the Purchasing Agent would have rejected the bid as “non-responsive” for failing to comply with the general terms and conditions of the bid. However, reissuing a new bid would produce no economic benefit due to the fact that Proforce Law Enforcement was the sole respondent and delay would make it difficult to maintain the Sheriff’s Office Taser program.

Two (2) Invitations to Bid were mailed; one (1) qualified response was received. No local vendors supply the...

Click here for full text