Loading...
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