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'