HomeMy WebLinkAboutR-02-0616J-02-513
6/2/02
RESOLUTION NO. 02— 616
A RESOLUTION OF THE MIAMI CITY COMMISSION
ACCEPTING THE BIDS OF INNOVATIVE SURVEILLANCE
TECHNOLOGY, INC. AND SIRCHIE FINGER PRINT
LABS, INC., THE LOWEST RESPONSIVE AND
RESPONSIBLE BIDDER PURSUANT TO INVITATION FOR
BIDS NO. 01-025, DATED FEBRUARY 20, 2002, FOR
THE PROCUREMENT OF SURVEILLANCE EQUIPMENT FOR
THE DEPARTMENT OF POLICE, IN A TOTAL AMOUNT
NOT TO EXCEED $11,549; ALLOCATING FUNDS FROM
THE LAW ENFORCEMENT TRUST FUND, PROJECT
NO. 690003, SUCH EXPENDITURE HAVING BEEN
APPROVED BY THE CHIEF OF POLICE AS COMPLYING
WITH THE U.S. DEPARTMENT OF THE TREASURY'S
"GUIDE TO EQUITABLE SHARING."
BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI,
FLORIDA:
Section 1. The bids of Innovative Surveillance
Technology, Inc., the lowest responsive and responsible bidder
pursuant to Invitation for Bids No. 01-025, dated February 20,
2002, for the procurement of surveillance equipment for the
Department of Police, in a total amount not to exceed $11,549,
are accepted, with funds allocated from the law enforcement trust
fund, project No. 690003, such expenditure having been approved
CITY COMUSSION
MET= 6F
JUN 1 3 2002
ResawioA Np•
02- 616
by the Chief of Police as complying with the U.S. Department of
the Treasury's "Guide to Equitable Sharing."
Section 2. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor.11
PASSED AND ADOPTED this 13th day of June , 2002.
A io W414 a M-
ANUEL A. DIAZ, MAY
ATTEST:
A ' �&- a._ ,- 11%�
PRISCILLA A. THOMPSOly
CITY CLERK
APPROV,E'6 ASIXO FOX AND CORRECTNESS:%
A-�EJ DRO VILARELLO
Cr7Y ATTORNEY
W6258:LB
�i If the Mayor does not sign this Resolution, it shall become effective at
the end of ten calendar days from the date it was passed and adopted. If
the Mayor vetoes this Resolution, it shall become effective immediately
upon override of the veto by the City Commission.
Page 2 of 2
®2-- 616
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: The Honorable Mayor and Members
of the City Commission
RECOMMENDATION
CA -2
DATE: MAY 31 20,02
SUBJECT: Proposed Resolution
REFERENCES: Surveillance Equipment;
Bid No. 01-02-025
ENCLOSURES:
FILE:
It is respectfully recommended that the City Commission adopt the attached Resolution accepting
the bids of Innovative Surveillance Technology, Inc., a non-minority/non-local vendor, located at
11840 N.W. 41 Street, Coral Springs, FL 33065, and Sirchie Finger Prints Labs, Inc., a non-
minority/non-local vendor, located at 612 Gravelly Hollow Road, Medford, NJ 08055, for the
purchase of surveillance equipment, for the Police Department, in a total amount not to exceed
$11,549.
Funding is available from the Law Enforcement Trust Fund, U. S. Department of the Treasury,
Project Number 690003.
BACKGROUND
The Department of Police has analyzed the bids received pursuant to Bid No. 01-02-025. Forty-
one (41) Invitations for Bids were mailed and four (4) responses were received. Tactical
Technologies, Inc., submitted the lowest response on Items 1 and 2, but was deemed non-
responsive, as equipment does not meet specifications. Innovative Surveillance Technology,
Inc., submitted the next lowest responsive and responsible bid meeting specifications for Items #1
and #2 and is, therefore recommended for the award. Sirchie Finger Print Labs, Inc., submitted
the lowest responsive and responsible bid meeting specifications for Item #3 and is, therefore
recommended for the award.
The purchase of this equipment will enhance the investigative capabilities of the Police
Department.
FISCAL IMPACT: NONE — LETF FUNDED
CAG lr
02- 616
BID AWARD RECOMMENDATION FORM
BID NUMBER: 01-02-025 COMMODITY/SERVICE: Surveillance Equipment
DEPARTMENT/DIVISION: POLICE
TERM OF CONTRACT: SINGLE PURCHASE
NUMBER OF BIDS DISTRIBUTED: Forty-one (41) NUMBER OF BIDS RECEIVED: Four
METHOD OF AWARD Lowest responsible and responsive bidder meeting Specifications.
RECOMMENDED VENDOR(S): MINORITY/LOCATION STATUS: CONTRACT VALUE:
Innovative Surveillance Tech. Inc: non-minority/non-local $6.649.00
Sirchie Finger Prints Labs, Inc. non-minority/non-local $4.900.00
TOTAL: $11,549.00
THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT:
JUSTIFICATION: The purchase of this equipment will enhance.the investigative
capabilities ofd -the Police Depart
t
t.
ACCOUNTCODE(S): LETF-Project Number 690003
DEPARTMENT APPROVAL: BUDGET APPROVAL:
x � ,, - - �-,- ,, , ze
epartment irector/Designee Karcelo Penha,
Acting Director
OTHER FUNDING APPROVALS, IF APPLICABLE:
PURCHASING APPROVAL:
TITLE:
S.
SIDAWARDRECOMFORM 02- 616
1. Department
Budgetary Impact Analysis
POLICE Division
2. Agenda Item # (if available)
3. Title and brief description of legislation or attach ordinance/resolution:
Purchase of surveillance equipment for the Department of Police from
Innovative Surveillance Technology, Inc., and Sirchie Finger Ptints Labs;
Inc.; in a:�total amount of $11,549.
4. Is this item related to revenue? NO: %%X YES (If yes, skip to item #7.)
5
Are there sufficient funds in Line Item? LETF - PROJECT NUMBER 690003
YES: Index Code Minor Obj. Code Amount
NO: — Complete the following questions:
6. Source of funds: Amount budgeted in the Line Item $
7
Balance in Line Item $
Amount needed in the Line Item $
0- = ,;--+ 'r --A. ,%7;11 l,o +rQ»cfnrr0t1 frnm 47110 fnllnwinu line items -
ACTION ACCOUNT NUMBER. ACCOUNT NAME
TOTAL
Index/Minor Object/Project No.
Transfer done by:
From
$
From
$
From
$
To
$
Any additional comments?
8. Approv
D a .meni Director/Desimee
l Z��
Date
FOR DEPARTMENT OF MANAGEMENT AND BUDGET USE ONLY
Verified by:
Verified by:
Transfer done by:
2D
Department of Management and Budget
Budget Analyst
Budget Analyst
Director/Designee
-* 3 I Q, 183-c'
Date
Date 30109-
Date
U2 616 /04-
AFFIDAVIT
STATE OF FLORIDA:
: SS
COUNTY OF DADE :
Before me this day personally appeared Raul Martinez who being duly sworn, deposes
and says that:
I, Raul Martinez, Chief of Police, City of Miami, do hereby certify that this request for
expenditure from the City of Miami Law Enforcement Trust Fund, for purchase of a
Surveillance Equipment. from Tactical Technologies, Inc., in an amount not to exceed
$6,649.00, complies with the U. S. Department of the Treasury's "Guide to Equitable Sharing,"
Project Number 690003.
City of Miami Police Department
Subscribed and sworn to before me thisryVOrday of , 2002,
by Raul Martinez, who is personally known to me. I It-
NOTARY PUBLIC
STATE OF FLORIDA
AT LARGE
�! # My Commission CC969078
s
Expires September 20. 200
02_. 616
AFFIDAVIT
STATE OF FLORIDA,
: SS
COUNTY OF DADE :
Before me this day personally appeared Raul Martinez who being duly sworn, deposes
and says that:
I, Raul Martinez, Chief of Police, City of Miami, do hereby certify that this request for
expenditure from the City of Miami Law Enforcement Trust Fund, for purchase of a
Surveillance Equipment, from Sirchie Finger Print Labs Inc. in an amount not to exceed
$4,900.00 complies with the U. S. Department of the Treasury's "Guide to Equitable Sharing,"
Project Number 690003.
Chief of Police L/
City of Miami Police Department
Subscribed and sworn to before me this day of '2002,
by Raul Martinez, who is personally known to me.
40&TARIY PUBLIC
STATE OF FLORIDA
A�� ae►eZ
c --s— cc96907e
�•o,;,; E.Wes 8eplembw 2v. 2Wc
02- 616
TO: Judy S. Carter
Director
Purchasing Department
FROM: Major Hector Mirabile
Commander
Business Management Section
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DATE: MAR 2 6 2002 FILE: FN 16-2
SUBJECT: Rejection of low bidder
Pursuant to Bid No. 01-02-025;
Surveillance Equipment
REFERENCES:
ENCLOSURES:
Attached, please find a memorandum from Major Franklin Christmas, Commander for the Internal
Affairs Section, requesting the rejection of the low bidder for Items Nos. 1 and 2, pursuant to Bid
No. 01-02-025, Surveillance Equipment. The Internal Affairs Section is requesting that the bid
received for Items Nos. 1 and 2 be awarded to the next lowest bidder, Innovative Surveillance
Technology, Inc., who bid on the equipment as described in our bid specifications.
The Police Department will recommend that Sirchie Finger Print Labs, Inc., the lowest responsive
and responsible bidder be awarded the bid for Item No. 3, the Robotic Remote Controlled
Videoscope.
N
APPROV D/DISAPPROI
Judy`' . C erD' for
Purchasing Department
PIS`UVW1
c: Major Franklin Christmas, Internal Affairs Section
Glenn Marcos, Assistant Director, Purchasing Department
Maritza Suarez, CPPB, Purchasing Department
Detective Jose Farina, Internal Affairs Section
Lourdes Rodriguez, Budget Unit
02- 616 �µ,
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
Major Hector Mirabile March 25, 2002
TO: Commander DATE: FILE:
Business Management Section SUBJECT: Bid 01-02-025
oA�
Major Franklin Christmas
FROM: REFERENCES:
Commander
Internal Affairs Section ENCLOSURES:
In regards to Bid 01-02-025. Please note that the low bidder Tactical Technologies Equipment
does not meet our specific requirements. The equipment submitted has the following drawbacks:
CST -620/V 1 Watt Tx
1. Only 2 (two) programmable channels, as apposed to 10 (10) channels with the DTC
equipment.
2. Microphone/Antenna are separate, DTC has a combined unit.
3. CST -620N is not TLA/EIA-102 compliant.
ECHO 6 RX
1. This repeater is encased within a pelican case, which makes it inherently ineffective for
use in covert operations where the repeater has to be concealed or otherwise secreted in
an unorthodox manner. Some examples of an unorthodox manner are, shoulder bag carry,
pole installations, cardboard boxes, etc. Additionally, this repeater does not have the
capability of being utilized as a base station, a capability found in the DTC equipment.
If you have any further questions please contact Det. Jose Farina at 579-6461.
Cc: Judy Carter
HM ;jf
02-- 616
TABULATION OF BIDS
SURVEILLANCE EQUIPMENT
BID NO. 01-02-025
DTC Communications, Inc. Innovative Surveillance Technology, Inc.
75 Northeastern Blvd. 11840 NW 41 Street
Nashua, NH 03062 Coral Springs, FL 33065
Non-Minority/Non-Local Non-Minority/Non-Local
Item Est. Unit Extended Unit Extended
No. Description Price Amount Price Amount
1 T -2001-1W 1 Watt 10 Channel 1 $ 2,290.00 /ea $ 2,290.00 $ 2,175.00 /ea $ 2,175.00
Synthesized Audio Transmitter
Manufacturer/Model No.: DTC T -2001-1W DTC T -2001-1W
2 TAC/COM-100 Tactical Repeater, 1 $ 5,157.00 lea $ 5,157.00 $ 4,474.00
2 Watts RF Output. To include
custom shoulder carrying bag,
and speaker/microphone kit
Manufacturer/Model No.: DTC TAC/COM 100 DTC TAC/COM 100
3 Robotic Remote Controlled
Videoscope
Manufacturer/Model No.:
4 a. Portable Intelligence Kit
Manufacturer/Model No.:
b. Covert Pager Kit
Manufacturer/Model No.:
c. Repeater System
Manufacturer/Model No.:
1 No Bid
lea
1 No Bid
/ea
1 No Bid
/ea
1 No Bid
/ea
Prepared by Maritza Suarez, 2/25/02
/ea
No Bid $ 5,800.00 /ea $
(includes installation)
IST - Intelliscope
No Bid No Bid /ea
No Bid No Bid /ea
No Bid No Bid /ea
Page 1
4,474.00
5,800.00
Tactical Technologies, Inc.
Sirchie Finger Print Labs., Inc.
1702 2d Avenue
612 Gravelly Hollow Road
Folsom PA 19033
Medford, NJ 08055
Non-Minority/Non-Local
Non-Minority/Non-Local
Unit Extended
Unit Extended
Price Amount
Price Amount
Non -Responsive'
No Bid /ea No Bid
No Bid /ea No Bid
Non -Responsive'
No Bid /ea No Bid $ 4,900.00 /ea $ 4,900.00
Sirchie Model RCSS-3000
No Bid No Bid /ea No Bid No Bid lea No Bid
No Bid
No Bid
/ea
No Bid
No Bid
No Bid
No Bid
/ea
No Bid
No Bid
'Equipment bid does not meet
Specifications,
Approval: _e_/W&
Departdent Director/Designee
lea No Bid
lea No Bid
BID ITEM:
BID NO:
CITY OF MIAMI OF THE CTT'!' CLERK
BID SECURITY LIST
SURVEILLANCE EQUIPMENT
01-02-25
DATE BID(S) OPENED: FEBRUARY 20, 02 TIME 12:00 a.m.
BIDDER
TOTAL BID
AMOUNT
BID BOND (ER)
CASHIER'S CHECK
SIRCHIE FINGER PRINT LABS, INC.
See attache
No v
rno.t
DTC COMMUNICATIONS, INC.
(oe�
INNOVATIVE SURVEILLANCE TECHNOLOGY, INC.
�N
, �y
TACTICAL TECHNOLOGIES, INC.
�inOT `
NO BID
MOBILE.VISION INC.0,Pad�SVc.
Aj
KUSTOM SIGNALS, INC.
AW
Icad+x-�fs�'c.
KIESLER POLICE SUPPLY, INC.Aw-
t }
�Q cdvi c sw— .
"Offers from the vendors listed herefn
offors
'•r
are thr-117
as of Me c: ove openln
other offers submitted in res .^,nze to
cIn'- •--- ' ..
' --+ +_.-
,•. All
e Hereby rejected as late."
tecei ed envelops on behalf of
on receiving b�d(s)
PURCHASING DEPARTMENT on
(City Deparanent) %
1
bep�
SIGNED-
ry City Clerk
d U��
(Dai6)
02- 616
JUDY S. CARTER
Director
Mr. Nicholar R. Johnson
Tactical Technologies, Inc.
1701 2nd Avenue
Folsom, PA 19033
Dear Mr. Johnson:
Q-1, -1 t v a f 'ffltttmi
�Y(Y OF,y
r �o
April 8, 2002
Subject: Bid No. 01-02-025
Surveillance Equipment
CARLOS A. GIMENEZ
City Manager
The City of Miami is in receipt of your Bid for the above-mentioned equipment. Based upon our
evaluation, your bid for items 1 and 2 has been deemed non-responsive as follows:
Item No. 1-10 Channel Synthesized Audio Transmitter as or equal to DTC, T -2001-1W 1 Watt
• The CST -620N 1 Watt Tx you are proposing has only two (2) programmable channels, as opposed to 10 as
specified.
• Microphone/Antenna are separate as opposed to a combined unit.
Item No. 2 —Tactical Repeater as or equal to DTC, TAC/COM-100
• The Echo -6 RX you are proposing is encased within a pelican case, which makes it inherently ineffective for
use in covert operations where the repeater has to be concealed or otherwise secreted in an unorthodox manner.
It does not have the capability of being utilized as a base station.
Based on the above findings, the CST -620N 1 Watt Tx Audio Transmitter and the Echo -6 RX Tactical Repeater
proposed by Tactical Technologies, Inc. does not meet the specifications of Bid No. 01-02-025, and your bid for
items 1 and 2, therefore, is non-responsive.
Your interest in doing business with the City of Miami is always appreciated.
JSC: :MS:ms
ent Officer
DEPARTMENT OF PURCHASING/444 S.W. 2nd Avenue, 6th Floor/Miami, Florida 33130/(305) 416-1900/Fax: (305)416-1925
E -Mail Address: purchase®ci.miami.0.us/ Website Address: httpl/ci.miami.fl.us/ 02-
A
Mailing Address: P.O. Box 330708 Miami, FL 33233-0708 I6