Loading...
HomeMy WebLinkAboutR-83-0447J-83-411' RESOLUTION NO. 83-4,17 A RESOLUTION ACCEPTING THE BID OF CRIMINALISTICS, INC. FOR FURNISHING ONE BOMB TRANSPORT TRAILER TO THE DEPARTMENT OF POLICE AT A TOTAL ECTIMATED COST OF $16,511.00; ALLOCATING FUNDS 'THEREFOR FROM THE STATE OF FLORIDA LOCAL GOVERNMENT CRIME CONTROL PROGRAM FUND; AUTHORiZING "HE CITY MANAGER AND THE PURCHASING AGENT Tc ISSUE A PURCHASE ORDER FOR THIS EQUIPMENT. WHEREAS, pursuant to public notice, sealed bids were received February 18, 1983 for the furnishing of one Bomb Transport Trailer to the Department of Police; and WHEREAS, invitations were mailed to 19 potential sup- pliers and 2 bids were received; and WHEREAS, funds for this purchase are available in the State of Florida Local Government Crime Control Program Fund; and WHEREAS, this equipment will be used by the Department of Police for the purpose of equipping the newly formed Bomb Squad of the Special Services Section, and enabling them to reduce response time; and WHEREAS, the City Manager and the Department of Police recommend that the bid received from Criminalistics, Inc. be accepted as the most advantageous bid to the City; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The February 18, 1983 bid of Criminalistics, Inc. for furnishing one Bomb Transport Trailer to the Department CITY COMMISSION 111i'11'I1dc OF !,'AY 31 1983 „ 83-447 0 0 of Police at a total cost of $16,511.00 is hereby accepted with funds therefor hereby allocated from the State of Florida Local Government Crime Control Program Fund. Section 2. That the City Manager is hereby authorized to instruct the Purchasing agent to issue a Purchase Order for this equipment. ATTEST: PASSED AND ADOPTED this 31 day of rIay 1983. City Clerk Maurice A. Ferre M A Y O R PREPARED AND APPROVED BY: APPROVED AS TO FORM AND CORRECTNESS: v ROBERT F. CLARK //�SftER. GARCIA-PEDROSA DEPUTY CITY ATTORNEY ATTORNEY 83-44:' i 7!TY JF W. 'Af. FLORIDA r 1Ei.10"r�r1NfjUJ't Howard V. Gary APR 2 B 1993 �'Le tip: City Manager �. •/ Recommendation for Resolution -}f iJ and Award of Bid No. 82-83-34 Bomb Transport Trailer Kenneth I. Harms Chief of Police =Award of bid and Resolution It is recommended that the award be made and a resolution be passed accenting the most advantageous bid as received from Criminalistics Incorporated for furnishing one Bomb Transport Trailer at a total cost of $16,511.00. Pursuant to public notice, sealed bids were received on February 18, 1983, for furnishing one Bomb Transport Trailer to the Department of Police. This is a regular purchase of new equipment to be used by the newly formed Bomb Squad in the Special Services Section of the Department of Police. This Bomb Transport Trailer capability is necessitated to reduce the response time due to the increased calls for services involving bombs and other explosives within the City of Miami. The monies are budgeted through the Local Government Crime Control Program. Funding was previously approved and accepted by the City of Miami Commission. KIII:orm 83 -4,1 a' *h AWARD OF BID ITEM: TYPE OF PURCHASE: REASON: BIDS RECEIVED: TABULATION: Bid No. 82-83-34 Bomb Transport Vehicle Police Single Purchase Equipment required for newly formed bomb squad of Special Services Section 19 2 BIDDER, Bomb Disposal Service, Inc. Criminalistics, Inc. -5 8,8uu.uu 16,511.00 FUNDS: State of Florida Local Government Crime Control Program Fund BID EVALUATION: The low bid of Bomb Disposal Services, Inc. is unacceptable as it fails to meet the _ following specifications: 1) Design specifications required an extended covert trailer, item bid is overt. 2) Failed to provide required certification of containment performance. The bid of Criminalistics, Inc. meets all specification and is recommended. Following is an analysis of the invitation to bid: Number of Bid Number of Category Invitations Mailed Responses Prior Bidders Black American 0 0 Hispanic American 0 0 Non -Minority 0 0 New Bidders Black American 0 0 Hispanic American 2 0 Non -Minority 17 2 Courtesy Notifications 5 -0- "No Bids" - 8 -.ate Bids - - Totals 24 10 N Rage 1 of 2 Reasons for "No Bid" were as follows: 1. "Insufficient time to prepare quotation". 2. "Do not supply". 3. "Not available from our company". 4. "Unable to submit a quotation for this solicitation". 5. "Do not manufacture the type of item required". 6. "No bid as our manufacturer is also bidding". 7. "Manufacturer will not extend prices for requested item". RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE TO CRIMINALISTICS, INC. IN THE TOTAL AMOUNT OF $16,511.00. 7 � t 'Purchasing Agent /' Dates The above award meets the requirements of the Den_artment of Police, and approval is recommended. 4AAA., r I - Director SjtkAY.3 Date Page 2 of 2 83-4409'