HomeMy WebLinkAboutR-99-0371J-99-443
5/14/99
RESOLUTION NO. v 9 r 371
A RESOLUTION OF THE MIAMI CITY COMMISSION
ACCEPTING THE BID OF INNOVATIVE SURVEILLANCE
TECHNOLOGY, INC., FOR THE MAINTENANCE AND
STORAGE OF THE SPECIAL INVESTIGATION SECTION
SURVEILLANCE VEHICLE, FOR A PERIOD OF ONE
YEAR, IN AN AMOUNT NOT TO EXCEED $7,980, FOR
THE DEPARTMENT OF POLICE, WITH THE OPTION TO
EXTEND FOR TWO ADDITIONAL ONE-YEAR PERIODS;
ALLOCATING FUNDS THEREFOR FROM ACCOUNT CODE
NO. 001000.290201.6.670.
WHEREAS, the Department of Police requires storage and
maintenance for the Special Investigations Section surveillance
vehicle at an off -site facility; and
WHEREAS, the vehicle and surveillance equipment used during
investigations necessitates covert storage, maintenance and
security for the safety of police officers; and
WHEREAS, pursuant to public notice, Invitation for Bids
No. 98-99-052 were mailed to 34 potential providers for said
storage and maintenance; and
WHEREAS, four bids were received on February 23, 1999; and
WHEREAS, funds are allocated from the Police General
CITY comaSSION
MEETING OF
JU N
Resolution No.
--3 711
%1-
Operating Budget Account Code No. 001000.290201.6.670; and
WHEREAS, the City Manager and the Chief of Police recommend
that the bid received from Innovative Surveillance Technology,
Inc., be accepted as the lowest responsive and responsible bid.
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the
Preamble to this Resolution are hereby adopted by reference
thereto and incorporated herein as if fully set forth in this
Section.
Section 2. The bid received on February 23, 1999, from
Innovative Surveillance Technology, Inc., for the maintenance and
storage of the surveillance vehicle, for a period of one year, in
an amount not to exceed $7,980, for the Department of Police,
with the option to extend for two additional one-year periods, is
hereby accepted, with funds therefor hereby allocated from
Account Code No. 001000.290201.6.670
Section 3. This Resolution shall become effective
- 2 -
9 9 -- 371
immediately upon its adoption and signature of the Mayor Y
PASSED AND ADOPTED this 8th day of June , 1999•
ATTEST:
WALTER
CITY C
APPRO-V
JOE CAROLLO, MAYOR
In accordance with Miami rode Sec. 2-36, sine the Mayor did not ind;cate approval of
this legislation by signing it in the designated p ;ace
becomes effective with the elapse of ten (1 frorn the- u to i ��,., ,r� ;ss'.Cn L:C" C-�
regarding same, without the Mayor exerqis/iryejnafi-- — l
FOEMAN
�J DRO—VILARELLO
CIT ATTORNEY
470:RCL
CORRECTNESS
City Clerk
�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.
- 3 -
9 9 - 3'71
- CITY OF MIAMI, FLORIDA -CA=1
INTER -OFFICE MEMORANDUM
To : DATE The Honorable Mayor and Members . MAY 2 8 i°on
Zonald
tv Commission FILE:
I SUBJECT: Proposed Resolution
FROM: iarshaw REFERENCES: SIS Surveillance Vehicle
City Manager Maintenance & Storage;
ENCLOSURES: Bid No. 98-99-52
Recommendation:
It is respectfully recommended that the City Commission adopt the attached Resolution accepting
the Bid of Innovative Surveillance, Inc., a Non-Local/Non-Minority vendor, located at 11840
N.W. 41 Street, Coral Springs, Florida 33065, for the maintenance and storage of the Special
Investigations Section (SIS) Surveillance Vehicle, for one (1) year with the option to extend for
two (2) additional one (1) year periods, at a total amount not to exceed $7,980.
Funding is available from the Police General Operating Budget, Account Code
001000.290201.6.670.
Background
The Police Department's SIS Surveillance Vehicle must be stored at an off -site facility that can
assure covert storage, maintenance, physical security and 24 hour access to the equipment. This is
required to successfully undertake sensitive and often dangerous covert operations on a frequent
basis. The security afforded to this equipment as a result of this service is paramount to the
section. This equipment is often used in investigations which require they be maintained
confidential due to the risk involving officer safety as well as the nature of the cases.
The Department has analyzed the bids received pursuant to Bid No. 98-99-052. Thirty-four (34)
Invitations for Bids were mailed and four (4) responses were received. One (1) vendor was
deemed non -responsible, and one (1) vendor was deemed non -responsive. Innovative
Surveillance, Inc., submitted the lowest most responsive and responsible bid, and is therefore
recommended for this award.
-.0yv
DHW:WEO:ll
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
FILE
TO: The Honorable Mayor and Members
of the ity Commission
�onald H. Warshaw ~R
FROM : City Manager
DATE:
SUBJECT: Bid No. 98-99-052
Local Vendor Participation/Response
REFERENCES:
ENCLOSURES:
Please be advised that Invitation for Bids (IFB) were sent to the following local vendor(s) to procure
SIS Surveillance Vehicle Maintenance and Storage, for the Police Department. Bids were opened
10:00 am, Tuesday, February 23, 1999. As a follow-up, the vendor(s) who did not bid was contacted
on December 1, 1998, to determine the reason(s) for not bidding.
District
Name of Vendor
Vendor Response(s)
Contact Person
No.
1. Midtown Towing of Miami, Inc.
Insufficient time to work on bid
Lynn Yem
V
2. Downtown Towing, Inc.
Don't provide service per bid
Dagmar Del Rosal
III
3. Diaz Towing Service, Inc.
Thought bid was sent
Maria Torres
II
4. Freeway 'Towing, Inc.
Insufficient time to work on bid
Regino Bianco
I
5. Kings Wrecker Service, Inc.
Unable to perform at this time
Jorge L. Salazar
I
6. Molina Garage, Inc.
Couldn't fulfill requirement
Robert Molina
I
7. Molina Towing, Inc.
Unable to perform at this time
Orlando Molina
I
8. Braman Management, Co.
Not able to provide service
Sheila Johnson
II
9. Moorer Towing
Not interested
Dwight Moorer
V
10. A Able Towing Service
Moved to a different location
Carlos F. Manjares
I
11. Saravia Towing, Inc.
Unable to perform at this time
Manuel Sarabia
I
12. Abraham Chevrolet
Not sent back in time
Eugene Rihl
III
13. Brickell Pontiac Honda GMC
Couldn't complete bid on time
Jim Ballesteros
III
14. Eagle Security & Patrol
Not able to provide service
Yoleidy Mondelo
III
15. Int'l Professional Protection , Inc.
Unable to perform at this time
Horacio R. Rosales
III
DHW/B'vN'WJSC/cyb
c: Purchasing Dept
99- 371
11
lox
City of Miami, Florida Bid No. 98-99-52
6.1 BID INFORMATION FOF
Mailing Date: February b,_.999 Buyer: Pamela Burns, CPPB
Bid No.: 98-99-52 Telephone: 305416.1905
Please quote on this form(s) net prices for the item(s) attached. Return signed original and retain a copy for your
files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or
reject all or any part of this bid. Prices should be fum for a minimum of 90 days.
Reference to manufacturers' names or catalog numbers are for identification only. If alternates are quoted,
complete information must be given.
In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices.
CONTRACT FOR ONE (1) YEAR WITH OTR FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS
936-57: SIS VEHICLE MAINTENANCE & STORAGE
We have read your Invitation for Bids, completed the necessary documents, and propose to furnish and deliver,
F.O.B. DESTINATION, the items or service specified herein.
ALL BIDS MUST BE SUBMITTED IN TRIPLICATE OR YOUR BID MAY BE DISQUALIFIED.
1' number of calendar days required to complete work after Notice to Proceed or issuance of
purchase order.
1 number of calendar days required before commencement of work.
Delivery will be made within . calendar days after receipt of purchase order.
Terms: 2%-10 days Net 30 days i� Additional discount of % if awarded all items.
(include cash discount for prompt payment, if any) Other Discounts:
Contact Person/Telephone: L t w j s /v f1,X: c- 9 Sv - 755 L7j y
Term of Warranty for equipment: ' f A
Term of Warranty for labor•. MIA
All exceptions to this bid have been documented in the section below.
EXCEPTIONS:
I certify that any and all information contained in this bid is true; and I further certify that this bid is made without
prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same
materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. I agree to abide
by all terms and conditions of this bid and certify that I am authorized to sign this bid for the bidder. Please print
the following and sign your name:
Firm'sName: Innovative Surveillance Telephone: (954) 755-0724
Principal Business Address: 1 1 840 Nw 41 ST . Fax: (954) 755-0817
Coral Springs F1 33065-7606 Name:Lewis S. Nadel
Mailing Address: SAME Title: Fxprutive Vice President
Authorized Signature:
E-Mail Address: TeamIST@aol.com Beeper. 1-800-401-2293
371
tv+ -
City of Miami, Florida —1 -� Bid No. 98-99-52
6.5 \ .ODOR BACKGROUND INFORMA PION
INSTRUCTIONS:
This questionnaire is to be included with your bid. Do not leave any questions unanswered. When the question
does not apply, write the word(s) "None", or "Not Applicable", as appropriate. Please print.
COMPANY NAME: INNOVATIVE SURVEILLANCE TECHNOLOGY, INC.
COMPANY OFFICERS:
President THOMAS P . CALNAN
Secretary
COMPANY OWNERSIUr:
Vice President LEWIS S . NADEL
Treasurer
% of ownership
% of ownership
% of ownership
% of ownership
LICENSES:
1. County or Municipal Occupational License No.gg — i � � �
(attach copy with bid)
2. Occupational License Classification Manufacture
I Occupational License Expiration Date: 0 9/ 3 0/ 9 9 _
4. Metro -Dade County Certificate of Competency No.
(attached copy if requested in Bid or RFP)
5. Social Security or Federal I.D. No. 6 5— 0 4 3 5 4 6 2
6. Number of Years your organization has been in business: 7
7. Number of Years experience BIDDER/PROPOSER (person, principal of firm, owner) has had in operation
of the type required by the specifications of the Bid or RFP: 15
8. Number of Yeats experience BIDDER/PROPOSER (firm, corporation, proprietorship) has had in
operation of the type required by the specifications of the Bid or RFP: 15
99- 371
RID AWARD RECOMMENDATION FORM
BID NUMBER: 98-99-052 COMMODITY/SERVICE: Maintenannccell__andestora-gee
DEPARTMENT / DIVISION: Police
TERM OF CONTRACT: one (1) yr with option to extend for two additional one (1) yr periods.
NUMBER OF BIDS DISTRIBUTED: 34 NUMBER OF BIDS RECEIVED: 4 (1 nonresponsive)
METHOD OF AWARD: To the lowest responsible and responsive bidder meeting
specifications
RECOMMENDED VENDOR(S): STATUS: CONTRACT VALUE:
TOTAL: 45'71 r9SD
THE FOLLOWING TO N COMPLETED BY USER DEPARTMENT:
JUSTIFICATION:
ACCOUNT CODES
of p1mm
Nmgm went i Beast
Apt of /SS e,i� In
anibble In elf nber:
DEPARTMENT APPROVAL:
og2aggent Director/
tm gne
BUDGET REVIEW APPROVAL:
d'Na� 9I
Director
PURCHASING APPROVAL:
JUdf S. Carter
Director
OTHER FUNDING APPROVALS, IF APPLICABLE: TITLE:
PAGE 2 OF 2
►6-
■
ITEM
# DESCRIPTION:
1 Storage & Maintenance of SIS
Platform Vehicle in accordance
with Specifications
Ct9
TABULATION OF BIDS
SIS SURVEILLANCE VEHICLE MAINTENANCE AND STORAGE
BID NO, 98-99-052
Innovative Surveillance, Inc.
Molina Garage
Phoenix Worldwide Industries
11840 N.W. 41 St.
2091 N.W. 7th Ave.
3785 N.W. 82 Ave, Ste. 211
Coral Springs, Fla. 33065
Miami, Fla. 33127
Miami, Fla. 33166
Non -Local / Non -Minority
Local / Hispanic
Miami -Dade CoJHispanic
TOTAL COST
$ 7,980.00 /yr
( $ 665.00 per month)
Approved by:
J S. Carter, birector Ch
Date:
Prepared by: Pamela Bums, 3129199 (revised)
TOTAL COST TOTAL COST
N yr. $ 8,100,00 /yr,
O
N ( $ 675.00 per month)
R
E
S
P
O
N
S
B
L
E
Approved by: /irj
director / De ignee
Date:
"Provided pricing for separate
work to be performed but it
did not include the requirements
to maintain and store vehicle
according to specifications.
**Site visit confirmed that vendor
is unable to adhere to all
requirements of the solicitation.
Banos Towing Services Co.
2100 N.W. 17th Ave.
Miami, Fla. 33142
Local / Hispanic
TOTAL COST
( $ 0.00 per month) /yr.
N
O
N
R
E
S
P
O
N
S
V
E
•" Can store vehicle but
cannot provide maintenance
for equipment inside vehicle
In accordance with specifications.
Did not provide price as could not
provide all required services,
t�.r
L
C
1 C
CITY OF MIAMI
SUMMARY OF CONTRACTS AWARDED
FOR: SIS Surveillance Vehicle Maintenance and Storage
AWARDED TO: Innovative Surveillance Technology, Inc.,
BID NO.98-99-052
($7,980)
TIME PERIOD NUMBER OF BIDS DOLLAR AMOUNTS
1994-Present None
PRIOR CONTRACT AWARD: Phoenix Worldwide Industries
Bid No. 96-97-106
SUMMARY OF CONTRACTS. DOC
99- 371
tH
_ wx
r
CITY OF MIANTI OF THE CITY CLERK
BID SECURITY LIST
BID ITEM: SIS SURVEILANCE VEHICLE MAINTENANCE
BID NO: 98-99-052
DATE BID(S) OPENED: February 23, 1999 TIME 10: 0 a.m.
PURCHASING DEPARTMENT on
(City Department)
O'-
SIGNS :
Deputy City CI
e_ /i' C//,4
(Date)
L,
L
_I
F9
oil
It
CITY OF MIAMI f
ADVERTISEMENT FOR BIDS /
s Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall,
3500 Pan American Drive, Miami, FI. 33133 for the following:
BID NO.98-99-052 SIS surveillance vehicle maintenance & storage Citywide
OPENING DATE: 10:00 A.M. Wednesday, February 24, 1999
BID NO.98-99-069 Security Guard Services for Miami Riverside Center
All Bidders shall attend the mandatory Pre -Bid Conference. This conference will be held at the
Miami Riverside Center, 444 SW 2nd Avenue, Miami, Florida (meet in lobby) on Tuesday,
February 16, 1999 at 2:00 p.m. A walk-through of the Center will be conducted and all
requirements and specifications detailed in this IFB will be discussed. It is mandatory that a =
representative (s) of the bidder attend in order to qualify to bid. —
OPENING DATE: 11:00 A.M. Wednesday, February 24, 1999
Detailed specifications for these bids are available upon request at the City of Miami,
Purchasing Department, 444 SW 2nd Avenue, Sixth Floor, Miami, FI. 33130. Telephone No. 416-
1906.
Donald H. Warshaw CITY OF MIAMI
City Manager LOGO
AD NO.3467 5368
M
�'.City of Miami d
This number must
REQUISITION FOR ADVERTISEMENT appear in the
advertisement
INSTRUCTIONS: Please a and attach a copy of t n
1. Department: POLICE
2. Division: AD,I7AISTRATION
3. Account Code number:
001000. 2902,01 . 6. 287
4. Is this a confirmation:
❑ Yes D{No
5. Prepared by:
LOURD ;S RODRIGUEZ 305-579-6413
6. Size of advertisement:
7. Starting date: ,
8. Telephone number:
(305) 579-641 3
9. Number of times this advertisement is to be
published:.
10. Type of advertisement:
❑ Legal ❑ Classified ❑ Display
11. Remarks:
Adbertise for the poocurement of mai.nteriance and storage of the SIS Sttrvei.11ance
Viiehicle.
12.
Publication
Invoice No.
�.:ttFfl,Jt y!d.
Date(s) of
Advertisement
Amount
MAMT REVIEW
MI AMI TIMES
DIARI.O L ,S A;•1F.RICAS
^t�
t
13.
Approved
❑ Disapproved
epartment Director/Designee Date
Approved for Payment Date
;i C iGS/PC 503 Rev. 12/89 Routing For and White
G.d Canary
nCanary to GDepartmentrement management) ana retain rinK copy.
- tw