Loading...
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