HomeMy WebLinkAboutR-02-0727J-02-564
6/11/02 02— 7 2 7
RESOLUTION NO.
A RESOLUTION OF THE MIAMI CITY COMMISSION
ACCEPTING THE RECOMMENDATION OF THE CITY
MANAGER TO APPROVE THE FINDINGS OF THE
EVALUATION COMMITTEE, PURSUANT TO REQUEST FOR
PROPOSAL NO. 00-01-285, DATED JANUARY 30, 2002,
THAT THE ONLY QUALIFIED FIRM TO PROVIDE A
PHOTOGRAPHIC MANAGEMENT SYSTEM FOR THE
DEPARTMENT OF POLICE IS LINEAR SYSTEMS, IN AN
AMOUNT NOT TO EXCEED $131,269.30; ALLOCATING
FUNDS FROM THE LAW ENFORCEMENT TRUST FUND,
PROJECT NO. 690003, SUCH EXPENDITURES HAVING
BEEN APPROVED BY THE CHIEF OF POLICE AS
COMPLYING WITH THE U.S. DEPARTMENT OF THE
TREASURY'S "GUIDE TO EQUITABLE SHARING";
AUTHORIZING THE CITY MANAGER TO EXECUTE AN
AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY
ATTORNEY, WITH LINEAR SYSTEMS FOR SAID PURPOSE.
BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI,
FLORIDA:
Section 1. The recommendation of the City Manager to
approve the findings of the evaluation committee, pursuant to
Request for Proposal No. 00-01-285, dated January 30, 2002, that
the only qualified firm to provide a photographic management
system for the Department of Police is Linear Systems, in an
amount not to exceed $131,269.30, is accepted, with funds
allocated from the Law Enforcement Trust Fund, Project
No. 690003, such expenditures having been approved by the Chief
CITY Cll
VEET
JUN 2.7 2002
x,:soiution No.
of police as complying with the U.S. DEPARTMENT of the Treasury's
"Guide to Equitable Sharing"
Section 2. The City Manager is authorized'I to execute
an agreement, in a form acceptable to the City Attorney, with
integrated Regional Laboratories.
Section 3. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor.V
PASSED AND ADOPTED this 27th day of June 2002.
•
MANUEL A. DIAZ, MA
Jk
ATTEST:
0 '. -& a - Aa�tV��
PRISCILLA A. THOMPSON
CITY CLERK
APPROV M AS AO FO
XDRO V I L
ATTORNEY
W6289:tr:LB
CORRECTNESS:
1� The herein authorization is further subject to compliance with all
requirements that may be imposed by the City Attorney, including but not
limited to those prescribed by applicable City Charter and Code
provisions.
zi 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
02- 727
CITY OF MIAMI, FLORIDA CA=7
INTER -OFFICE MEMORANDUM
TO: The Honorable Mayor and Members
of the City Commission
FROM: ar os . Gimenez
City Manager
RECOMMENDATION
DATE: i �''' FILE:
SUBJECT: Photographic Management
System; RFP 00-01-285
REFERENCES:
ENCLOSURES:
It is respectfully recommended that the City Commission adopt the attached Resolution approving
the findings of the RFP Photographic Management System Evaluation Committee as to the most
qualified firm providing a photographic management system for the Department of Police, and
further authorizing the City Manager to negotiate and execute an agreement with Linear Systems, a
non-local/non-minority vendor located at 8403 Maple Place, Rancho Cucamonga, CA 91739, in
an amount no to exceed $131,269.30. Funding is to be provided from the Law Enforcement Trust
Fund, Project No. 690003.
BACKGROUND
The Request for Proposal (RFP) Evaluation Committee has analyzed the proposal received from
the sole respondent, Linear Systems, pursuant to RFP No. 00-01-285 to provide a photographic
management system. Nineteen (19) RFP invitations were mailed and only one (1) response was
received. Linear Systems, as the sole respondent, has been deemed by the Evaluation Committee
to be responsive in all aspects of the proposal and cost reasonable. Therefore, the Evaluation
Committee unanimously recommends the acceptance of this proposal and the selection of Linear
Systems, as the provider of a photographic management system for the Police Department.
The Police Department currently uses a traditional chemical photography developing and printing
system that is over seven (7) years old. The film -developing portion of this system does not work.
The printed photographs are of poor quality with little margin for color correction. Additionally,
printing can only be done in 3 x 5 format as the 8 x 10 format jams the machine. Expense repairs
totaling $4,500 have been spent on this equipment in the last two years. Parts and labor are costly
and at times, parts cannot be found. The new system will be computer driven, little to no
photographs will be printed, rather photographs will be given to investigators on compact disks for
viewing on desktops. This will greatly improve the efficiency of the Identification Unit, as well as,
cut down costs associated with film developing and printing.
FISCAL IMPACT: NONE — LETF FUNDED
S14
CAG
A
02- 727
Budgetary Impact Analysis
1. Department Police Division
2. Agenda Item # (if available)
Administration
3. Title and brief description of legislation or attach ordinance/resolution:
Purchase of a photographic management system for the Police Department in
an amount of $131,269.30, funding to be provided from the Law Enforcement
Trust Fund, Project Number 690003.
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 NO. 690003
YES: XXX Index Code Minor Obj. Code Amount $131,269.30
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 $
Ruffieient fiends will he transferred from the followine line items:
ACTION ACCOUNT NUMBER, ACCOUNT NAME
TOTAL
IndextMinor Object/Project No.
Transfer done by:
From
$
From
$
From
$
To
$
Any additional comments?
8. Approved
3'0t�
epartme t Director/Designee
V -"A
Date
FOR DEPARTMENT OF MANAGEMENT AND BUDGET USE ONLY
Verified by:
Verified by:
Transfer done by:
Department of Management and Budget
Budget Analyst Bal • ooaska
#Budget Analyst
Director/Designee
'A f)-5 3, 6$
Date r u 6L
Date O 2-a o2
Date
02- 727
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, to purchase a Photographic
Management System for the Crime Scene Identification Unit from Linear Systems, in an
amount not to exceed $131,269.30, complies with the provisions of the U.S. Department of the
Treasury's "Guide to Equitable Sharing."
City( -of Miami Police Department
Subscribed and sworn to before me this
day
by Raul Martinez, who is personally known to me.
2002,
a �
OTARY PUBLIC
STATE OF FLORIDA
AT LARGE o°'+s►
** by co►„�s;a, ccsesora
•...,• Expires sW.,a , 20.2004
02- 727
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
�, (�n`�CIITY MANAGERS OFFICE
DATE: API 5 200202 AP 16
To : Carlos A. Gimenez W, I0• 15
FROM
SUBJECT: Linear Systems, Inc.
Photographic Management
System
REFERENCES: RFP 00-01-285
ENCLOSURES:
The panel commissioned to review RFP #00-01-285 issued its findings on
Wednesday, March 26, 2002, in favor of Linear Systems, Inc. There was one
competing company, which was bidding to provide a Photographic Management
System to the City of Miami Police Department's Identification Unit. The
Committee's findings were in favor of Linear Systems, Inc., by a unanimous vote.
We trust that you will find all to be in order and your signature below will
demonstrate your agreement with the Committee's findings.
RM:JVI�C: , I)AR:GJM L :dm
Receipt of this correspondence is hereby acknowledged and agreed.
onto
hief C i Fla
hntam ,
MAY 15
JEC;E
APR 18 ZC2
ASSISTA
ADAM STRATJOttf'v i NT
2UU?
02- 727
TABULATION SUMMARY
RFP 00-01-285
PHOTOGRAPHIC MANAGEMENT SYSTEM
Name of Proposer: Linear Systems, Inc.
MAX. RATER RATER RATER
EVALUATION CRITERIA POINTS #1 #2 #3
QUALIFICATIONS & EXPERIENCE
15
10
10
10
ABILITY AND CAPABILITY
10
10
10
10
TECHNICAL SOLUTION
35
35
35
35
FEE PROPOSAL
30
30
30
30
MINORITY/ WOMEN PARTICIPATION
5
2.5
2.5
2.5
LOCALPREFERENCE
5
0
0
0
TOTAL POINTS
100
87.5
87.5
87.5
Rater # 1: Officer Phil Sanfilippo, Miami -Dade Training Bureau
Rater # 2: Lenny Wolf, Medical Examiner's Office
Rater # 3: Lazaro R. Fernandez, Miami Police Dept.
Proposal For: Miami Police Department Target Price:
Contact: Lazaro Fernandez Target Quantity:
RFQ #: Minimum Quantity:
Phone/FAX #: 305-579-6606 305-579-6340 Quantity Per Shipment:
Quantity Part # Note Description
1
2
3
4
5
8
9
10
11
12
13
14
15
16
17
18
20
Date:
1 Order:
I st Ship:
Last Ship:
Non Taxable Unit $
1/29/02
45 days
60 days
Extended
LINEAR SYSTEMS
Image of the Future
909-899-4345
909-899-4346 FAX
8403 ;)le Place Rancho Cucamonga, CA. 91730
* Approximate; OAC
* 10% fair market value residual.
* Includes Tax
IK sal Valid Until:
Pricing is based on purchase of complete quote.
This is only an estimate of cost based on current prices.
Prices are subject to change prior to placement of order.
p Product availability is subject to current inventory.
7/28/02 MIAMIPD Page # 1
D' -
I
O
1
Linear #L 126/1712 + Digital Scan/Archive/Enhancement ImageServer
$18,105.80
$18,105.80
1
Linear #L 126/1712 Digital Scan/Archive/Enhancement Workstation
$16,014.60
$16,014.60
1
D.I.M.S. external subsystem kit DVD
$2,990.00
$2,990.00
1
D.I.M.S. Digital Image Management System 4 download stations
$499.00
$499.00
I
ColorVision color management & calibration suite
$199.00
$199.00
1
Rimage CD publishing system Amigo w/ CD -R drives & printer
$10,888.00
$10,888.00
1
Minolta QMS 13"x19" 1200dpi color laser network printer
$6,545.60
$6,545.60
1
Linear 546GB DVD -RAM library w/ software & maintenance
$12,242.80
$12,242.80
1
Linear 202.5GB IDR Ultra66 RAID array ZTS Server System
$9,693.90
$9,693.90
1
Image acquisition module w/ film & flatbed scanner
$6,174.30
$6,174.30
2
Photo editing module & database
$670.00
$1,340.00
1 I
Codonics NP1660M-2 medical dye difusion printer
$10,872.60
$10,872.60
1
Colorspan 72" large format inkjet 8 color printer kit w/ RIP
$12,989.00
$12,989.00
1
Duplo automatic document cutter
$9,465.80
$9,465.80
1
Pro Seal 44' cold laminator
$2,988.90
$2,988.90
2
System integration, installation, & calibration per system
$800.00
$1,600.00
1
On-site system integration, installation, calibration, & training
$1,200.00
$1,200.00
2
Advanced on-site administrator training
$1,000.00
$2,000.00
2
1 year on-site parts & labor extended warranty for #L126-1500 systems
$2,250.00
$4,500.00
2
2 years first tier telephone tech support
FOB:
Ship Via:
PO#:
Quoted by:
Rancho Cucamonga
Truck
Frank Luna
Terms: N-30 Subtotal
Taxable: N 8.25% Tax
❑ 24 month Lease *: Shipping
❑ 36 month Lease *: Total
❑ 60 month Lease *:
$9,300.00 1
$121,009.30
$130,309.30
$960.00
$131,269.30
LINEAR SYSTEMS
Image of the Future
909-899-4345
909-899-4346 FAX
8403 ;)le Place Rancho Cucamonga, CA. 91730
* Approximate; OAC
* 10% fair market value residual.
* Includes Tax
IK sal Valid Until:
Pricing is based on purchase of complete quote.
This is only an estimate of cost based on current prices.
Prices are subject to change prior to placement of order.
p Product availability is subject to current inventory.
7/28/02 MIAMIPD Page # 1
D' -
I
O
Cost Summary:
Complete Digital Imaging Solution (hardware only)
$121,009.30
On-site installation & training
$4,800.00
On-site warranty for #L126/1712 Systems
$4,500.00
2 year telephone tech support
N/C
Sales Tax
N/A
Shipping
$960.00
Deposit required
$0.00
TOTAL COST
$131,269.30
Terms
N-30
Discounts
N/A
Mr. Walter Foeman, City Clerk
City of Miami
Office of the City Clerk
First Floor
3500 Pan American Drive
Miami, Florida 33133
City of Miami
Request for Proposal
Photographic Management System
RFP #00-01-285
Linear Systems
8403 Maple Place
Rancho Cucamonga, CA. 91739
909-899-4345 (phone)
888-819-5001 (toll free)
909-899-4346 (fax)
Federal Tax ID #33-0776017
Chris Parsons; Primary Contract Contact
Frank Luna; Contract Liaison
Y:r H, L?
APR - 4 2002
i FR1,V AT«!,I�+
02- 727
City of Miami
Request for Proposals
RFP
Purchasing Department
Judy S. Carter, Director
Miami Riverside Center
444 SW 2°d Avenue, 6h Floor
Miami, Florida 33130
Web Site Address: http://ci.miami.fl.us/
Proposal Data
RFP Number: 00-01-285
Commodity Code:
655-90
Commodity Title:
PHOTOGRAPHIC MANAGEMENT SYSTEM
Type of Purchase:
SHORT TERM CONTRACT
M/WBE Set -Aside:
N/A
Sr. Buyer:
Pamela Bums, CPPB
Buyer Fax:
305-416-1925
E -Mail Address:
pbums&i.miami.fl.us
Issue Date:
December 21, 2001 Deadline For Reauest Of Additional Information/Clarification:
1/17/02
Voluntary Pre -Proposal: January 15, 2002 at 10:00 AM Location: Miami Police Dept., 400 NW 2 Ave,
Conference: 3rd Floor Training Rm , Miami, Fla
Bid Bond: No Performance Bond: No
Proposal Submission Deadline
Day/Date: Wednesday, January 30, 2002
Time: 11:00 AM
Location/Mail Address: Office of the City Clerk
City Hall, l" Floor
3500 Pan American Drive
Miami, Florida 33133-5504
Directions: FROM THE NORTH: I-95 SOUTH UNTIL IT TURNS INTO USI. USI SOUTH TO 27TH AVE., TURN
LEFT, PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, I BLOCK
TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR.
PARKING IS ON RIGHT.
FROM THE SOUTIi USI NORTH TO 27TH AVENUE, TURN RIGHT, PROCEED SOUTH TO SO.
BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, I BLOCK TURN RIGHT ON PAN AMERICAN
DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT.
RFP Content Sections
1.0 Introduction to Request for Proposals
2.0 Specifications/Scope of Work describing what is needed
3.0 General Terms and Conditions that are general in scope
4.0 Special Provisions of Proposed Contract
5.0 Instructions for Submitting Proposal and Evaluation Criteria for this RFP
6.0 Response forms and Check List to be completed, signed and submitted with Proposal
Sealed written Proposals must be received by the City of Miami, City Clerk's Office, no later than the date, time and at the
location indicated above for the Proposal Submission. Submittal of Response by fax is not acceptable. dine (9) copies of
your Proposal and response forms must be returned to the City or your Proposal may be disqualified. NOTE: This RFT
does not constitute an order for the goods or services specified. The number of copies requested in this RFP together with
completed Response Forms must be returned.
LINEAR SYSTEMS
Image of the Future
Section 3 & 4
02- '7 2'7
Table of Contents
SECTION 3 & 4:
Executive Profile
Company Profile
Ethnic Makeup
Tax Status
Letters of Recommendation
List of Contacts with Similar Systems
SECTION 5:
Ability to Perform Service
Gant Chart
SECTION 6:
Technical Solution
Statement of Capabilities
System Security
Imaging Training
Warranty
Support
Statement of Work
Product Literature
SECTION 7:
Fee Proposal
Additional Forms and Information
LINEAR SYSTEMS
Image of the Future
LINEAR SYSTEMS
Headquarters Facility
8403 Maple Place
Rancho Cucamonga, CA 91730
14,400 square foot secure facility
Built July 2000
• Sales
• Manufacturing
• Tech Support
• Research & Development
• Accounting
• Evidence Processing
LINEAR SYSTEMS
Studio/Demonstration Facility
Helms Bakery Building
8743 W. Washington Blvd
Culver City, CA 90232
4,200 square foot secure facility
Built 1922 Refurbished December 2001
2 digital photo studios
02- '72'7
Summary of Disfingidshing Features.
Linear Systems has successfully configured and supported digital imaging system solutions in over fifty
law enforcement agencies as well as large state agencies (Cal -OSHA, Caltrans). Linear Systems has
installed state -of -the -art -imaging systems in many aerospace companies including a $500,000 system at
Boeing North American Space Systems. Linear has provided extensive consulting on implementation of
digital photography projects by state agencies (CHP, Department of Corrections).
Executive Profile:
Linear Systems was founded in 1988 as a computer integrator providing quality system solutions. Linear
Systems is a Sole Proprietorship and is certified as a Small Business Enterprise. Linear Systems'
headquarters is a new 14,400 square foot facility located in Rancho Cucamonga, CA. Linear has just
opened a new demo facility in Culver City, CA. Linear services federal, state, and local law enforcement
agencies as well as military organizations throughout the United States
Currently, Linear Systems provides expertise in providing digital imaging and image analysis solutions to
business and government. This includes designing customized solutions for specific tasks, implementation
of a system of hardware and/or software to accomplish the task, integration into existing systems and
procedures, maintenance of the completed project, and training of users. We coordinate teams of experts in
areas from bio -medical microscopy, commercial photography, image analysis, forensic science, and law
enforcement imaging with software application/interface programmers. In addition, Linear has an
engineering and programming staff to implement a total solution for advanced image management, both
large and small-scale projects.
Linear uses high quality; technologically advanced imaging equipment combined with integration, service,
and training provided by expert engineers and technicians to provide the most cost effective systems
solutions. Linear distributes leading-edge hardware and software from companies such as Kodak
Professional, Kodak Law Enforcement, Kodak Medical Systems, Kodak Scientific, Kodak Digital and
Applied Imaging, Canon, Integrated Scientific Imaging, Codonics, Fuji Imaging and Information, Plasmon,
Rimage, Gyyr, Electrophysics, and Innovative Systems to law enforcement dealers and vertical application
resellers. Linear Systems designs and manufactures OEM image processing equipment such as the Linear
Latent Acquisition/Enhancement System, the Linear Image Enhancement Workstation, the PHD system,
and D.I.M.S. (Digital Image Management System). Linear also offers custom software and application
development for digital photography, photo -microscopy, image analysis, and image archive solutions.
Besides the D.I.M.S. software application, Linear Systems has written other imaging applications for law
enforcement: Forensic Pro, Linear Capture, and Visus Imaging.
The Mission Statement of Linear Systems is: "provide the Image of the Future using the highest quality
advanced technology with expert, reliable service and training at a cost effective price."
riiari0) ,— 727
Prole of Principals:
Chris Parsons
Owner and Founder
Chris Parsons is a digital imaging expert in the field of law enforcement and aerospace. Chris Parsons is
the founder of Linear Systems and has been involved with law enforcement policy and procedures, training,
and system integration since 1988. Chris Parsons has taught Digital Image Management classes at the FBI
Training Academy at Quantico VA. as well as lecturing at various institutions including the International
Association for Identification. Linear Systems has a staff of digital imaging integration specialists that
include;
Frank Luna
Sales Manager Law Enforcement Division
Bill Wilbur,
Sales Manager Strategic Accounts Division
Jason Adams
Director of Technical Services
Linear Systems has a total of twelve multi-ethnic employees at the Rancho Cucamonga facility. In
addition, Linear Systems employs four off-site software programmers.
Principals/Management
2
Sales Management
2
Sales
2
Technical Support/Field Installation
3
Shipping/Warehouse
1
Marketing
1
Accounting/Support
1
Programming Staff
4
Ethnic Profile:
White 8
Black, African American 1
American Indian or Alaskan Native
Asian
Hispanic 3
Other
Gender:
Female 14 _
Male 1 8
Tax Status
Linear Systems is an individual sole Proprietorship owned 100% by Chris Parsons doing business as Linear
Systems. We are a small business certified in the state of California with 12 employees.
�1iami Pfldoc;
02- 727
APD FORENSICS
(TUE) 1.29.'02 15:4 )OC.# 1040413233 PAGE l
ANAH
FORENSIC SERVICES DETAIL
425 S. Harbor Blvd.
Anaheim, CA 92805
Fax: (714) 765-3451
January 29, 2002
To whom it may concem:
The Anaheim Police Department has been a Linear Systems Customer since 1994.
Linear Systems has met all our imaging needs and has supplied us with numerous
imaging systems, which include, digital cameras, software and hardware. One of
those systems has been up and running since 1997 and is still used daily.
Linear Systems has always provided support for our systems and have assisted with
upgrades to keep our imaging system current I would recommend Linear Systems
for any imaging supplies or systems_
Sincerely,
James E. Conley
Forensic Supervisor
02- 727-
IR a'EROFFICE MEN.
DATE 01/28/2002 PHONE 909-387-0658
FROM Ted Byerly Technical Services
Desktop Support Services
TO Whom it may concern
SUBJECT Relationship with Linear Systems
This letter of reference concerns our relationship with Linear Systems.
I currently work as the Desktop Support Supervisor for the San Bernardino County Sheriff's
Department. In my capacity I deal with Linear Systems on a regular basis with the demonstration
and purchase of technology related to Law Enforcement. Technical Services has purchased
Digital Management Systems, photography and video equipment, and other related equipment.
In this relationship we feel Linear Systems has been an outstanding provider of equipment and
services. They are responsive to our needs as both a supplier of systems and support of the same.
I would not hesitate to recommend others to utilize their services.
Ted Byerly
Systems Support Analyst III
02- 727
Jan -29-02 03:03P Rive ide PO Gen. Invest. 903 20 8043 P.02
CITY OF RIVERSIDE
"People Serving
People"
Date, January 29, 2002
Carlton hl. Fuller
General lmestigAtioas
Evidc nc.-c: Unit
1425 Spice St. Suit A
Riverside. CA 92507
To Wham It May Ctmcwn:
1 would like to recogni7z Linear Sysicim for their dedication to the advancement of forensics by providing
equipment and technology to the Riverside Police Department f.vidcncc Unit. Thc: sWr, equipment
support and seise have bow top notch. I currently havc over 60 digital cameras deployed throughout my
department and we rruinagc class: to a gig in digital images every week. Tlrc Digital Imaging Management
Systc,n (D.I.M.S.) is -vety beneficial to the proper matmgcmcnt, retrieval and distribution of those secure
imal,'es_ After in-depth rusearclt. 1 sought out Linear Systems to tc st the latest technology in digital
equipment, almost 5 years ago, and I have found 01re staff to be professional, polite and vcry helpful. Since
there., l have worked exclusively with Linear Systems. They h,n�c custrniriied a system for our forensic: unit
tImi. utilizes some of the latest teclunology in digital capture, rctricval attd archivist equipment. I ani overly
satisfied with their scrvicx: and expertise.
Sincerely.
Carlton M. -Fuller
Evidence Unit Supervisor
Riverside Police Uepartmcnl
(909) 320-8053 (Dirmt)
POLICE DEPARTMENT
1425 SPRtJCE STRIi1iT • RIYtdItslDli, CAJ.1r-oRNIA 92507 . (909) 320-5000
02- 727
LINEAR SYSTEMS
Image of the Future
Section 5
02- 727
Section 5
Proposer's Ability and Capability to Perform Required Services
A). Linear Systems is a well organized and operated company with a staff of 12 people able to offer
technical and sales support, operating out of a 14,400 square foot location. Linear Systems has been
successfully building complete turnkey digital imaging solutions for 12 years. Linear Systems will build
and test the system before shipping to ensure stability and connectivity. Linear Systems home office is
located in Rancho Cucamonga, CA.
B). Linear Systems Provides expertise in providing digital imaging and image analysis solutions to
business and government. This includes designing customized solutions for specific tasks, implementation
of a system of hardware and/or software to accomplish the task, integration into existing systems and
procedures, maintenance of the completed project, and training of users. We coordinate teams of experts in
areas of forensic science, image analysis, bio -medical microscopy, and law enforcement imaging with
software applicationlinterface programmers. In addition, Linear has an engineering and programming staff
to implement a total solution for advanced image management, both large and small-scale projects.
Linear uses high quality; technologically advanced imaging equipment combined with integration, service,
and training provided by expert engineers and technicians to provide the most cost effective systems
solutions. Linear distributes leading-edge hardware and software from companies such as Kodak
Professional, Kodak Law Enforcement, Kodak Medical Systems, Kodak Scientific, Kodak Digital and
Applied Imaging, Canon, Integrated Scientific Imaging, Codonics, Fuji Imaging and Information, Plasmon,
Rimage, Gyyr, Electrophysics, and Innovative Systems to law enforcement dealers and vertical application
resellers. Linear Systems designs and manufactures OEM image processing equipment such as the Linear
Latent Acquisition/Enhancement System, the Linear Image Enhancement Workstation, the PHD system,
and D.I.M.S. (Digital Image Management System). Linear also offers custom software and application
development for digital photography, photo -microscopy, image analysis, and image archive solutions.
Besides the D.I.M.S. software application, Linear Systems has written other imaging applications for law
enforcement: Forensic Pro, Linear Capture, and Visus Imaging.
Q. Linear has a full sales and technical management dedicated to complete integration and customer
satisfaction and support.
D). Linear would require sixty (60) days from receipt of Purchase Order to complete installation,
integration, and training. Installation can be scheduled for the weekend or any slow business period to
avoid disruption of day-to-day operations, with integration and training to follow during the week.
E). Gant Chart
See Attached)
LINEAR SYSTEMS
Image of the Future
Gant Chart
Statement of Work:
• Start date will be 30 days after award of bid.
• Work will be completed 60 days after award of bid.
Resources:
RESOURCE
NAME
MAX
UNITS
PEAK
UNITS
Frank
100%
0%
Jason
100%
0%
Juan
100%
0°l0
Assignments:
TASK TASK
ID NAME
RESOURCE
NAME
WORK
DAYS
1 Construction
Jason & Juan
10
2 System Testing
Jason & Juan
10
3 Install & Integration
Jason & Juan
5
4 Training
Frank
3
02- 727
LINEAR SYSTEMS
Image of the Future
Section 6
o2-
Technical Solution
There is much to be gained by implementing a turnkey digital solution to meet your agency's needs and
budget. With the successful implementation of a highly automated digital system, most departments have
experienced significant cost savings in time, the use of film, and training. And even more importantly, the
substantial reduction of liability and challenges to credibility.
A turnkey solution, custom-designed for your agency by Linear Systems, allows for instant success because
all system components are pre -configured then installed, integrated into existing equipment, calibrated, and
tested to meet your needs. The expert staff at Linear Systems will also conduct comprehensive user
training for all personnel and administrators as well as support for the entire system. Industry experts
provide advanced user, supervisor, and administrator training. The final result is an advanced and
modular/upgradeable system, custom designed, with the most advanced components at a cost effective
price, to meet your department's needs both for today and into the future.
The Miami Police Department needs an integrated digital photographic solution using a digital/film hybrid
system to document crime scene and other law enforcement related activities. Miami Police Department
will use this project to automate workflow to save time, save money, increase communication while using
established and validated film photography technology. This will help to determine the future direction of
the Miami Police Department's photographic services.
Linear Systems is offering a complete package that meets the computer hardware, software, automation,
training, support, implementation and integration needs for the project at hand.
The proposed offer is an advanced technology system including high-end, multi -functional and redundant
capabilities that are modular and expandable. The system includes Linear #L126/F 12 + Digital
Scan/Archive/Enhancement ImageServer, Linear #L126/F12 Digital Scan/Archive/Enhancement
Workstation, and Linear #L126 Ultra66 RAID Array ZTS Server System outputting to a photographic
quality printer. The Linear L#126 systems feature Linear Systems D.I.M.S. software for quick acquiring of
images, redundancy, security features, and long term archival abilities. Images can be instantly captured,
reviewed, stored, reproduced, and protected, thereby reducing liability *and training by utilizing the features
of the proposed system. This technology will allow Miami Police Department to realize both a short and
long term cost savings in the areas of. reduced labor costs, training costs, and film laboratory costs; which
will show increased efficiency and flexibility in image storage, retrieval, and archive.
Linear Systems differentiates itself by building imaging systems, while other companies supply off the
shelf computers, which prove to be inadequate to support the rigorous requirements of imaging. Law
Enforcement has an extremely high liability; therefore using a vendor that understands the issues of law
enforcement is critical. Linear Systems believes that digital imaging will provide neither a cost saving nor
time savings without a high level of automation. Linear Systems is a solution -based organization that
developed D.I.M.S. to solve a need in law enforcement where a solution did not previously exist.
The proposed digital imaging system will provide a solution that is sufficient to support the volume and the
growth that will be generated by the department over the Two -Year Plan. Linear Systems' mission
statement is to "provide the Image of the Future using the highest quality advanced technology with expert,
reliable service, and training at a cost effective price. " With this in mind the following proposal has been
prepared to be the most beneficial for Miami Police Department to accomplish the goal in which they have
set.
02-- 727
Statement of Capabilities
Systems:
Advanced technology systems solution
High end multi functional and redundant systems
Modular & expandable
System Security,
The Linear Systems LS 126 series computer systems utilizing the Linear D.I.M.S. software and hardware
package offer a fully redundant image management solution. . D.I.M.S. software automatically provides
multiple levels of file security, redundancy, and archive. The internal tape backup units offer on demand or
scheduled backup of data and program files. The internal CD writer system combined with multiple hard
drives dedicated to image archiving, provide a redundant and cost effective archive solution for long term
storage of images. Removable hard drive subsystems offer security and immediate exchange of system
capability.
Linear Systems created D.I.M.S. (Digital Image Management System) specifically for the law enforcement
market. D.I.M.S. is hardware and software system available for PC based computers with a PCMCIA
reader, utilizing Windows 95/98, Windows 2000, or Windows NT. The objective of D.I.M.S. was to
design and create a simple and powerful application for:
Acquisition of images from digital cameras and other input devices
Providing a consistent front-end application for multiple camera systems to eliminate training
Supporting current and future digital input devices to reduce training cost
Saving .secure image files for evidence to assure image integrity and authenticity
Automatic clearing of PCMCIA card to eliminate accidental distribution of sensitive image files
Renaming of images to eliminate possible overwriting of images
Renaming of files to allow tracking of images by month, day, year
Making image files read only to eliminate accidental deletion
Putting secure files with .jpg files into the same directory for case files
Redundant files on multiple drives to eliminate loss due to drive failure or defective media
Archiving image files to floppy, Zip, Jazz, CD, or hard drive
Password protection configuration setup and file access
Bio -metric fingerprint security for system access
Bio -metric fingerprint security for directory access
Bio -metric fingerprint tracking for image downloads
Enhancement of images for printing or viewing without saving
Identification of individual workstations for input tracking to server download or image access
02- �"
Digital Photography/Imaging Training
Miami Police Department will invest over $130,000.00 in imaging hardware. This technology will allow
Miami Police Department to realize both a short and long term cost savings in the areas of reduced labor
costs, reduced film laboratory costs, increased efficiencies in image storage, retrieval, and flexibility.
In order that Miami Police Department may realize these savings, an investment must be made in product
training. Product training will allow the Miami Police Department's staff an opportunity to learn and
develop the skills necessary to operate and maintain this equipment.
Warranty
All products listed in bid are covered by the manufacturer warranty. All products carry a minimum of a
one-year warranty. Linear Systems D.I.M.S. software includes a one year maintenance contract that covers
no charge software fixes and version upgrades. If a unit must be returned to factory for repair, loaner unit
is available.
Support
Linear Systems offers an annual on-site system maintenance agreement for $2,250 per system per year.
Service will be provided by Linear Systems personnel and will be dispatched from the facility at Rancho
Cucamonga, CA. Linear technical support is available Monday through Friday from 9:00 AM to 6:00 PM
at 909-980-0693 and after hour's support by pager.
02— f 2
Statement of Work
Linear Systems will perform the following in accordance with Bid
• Purchase all components
• Assemble individual systems
• Install software
• Configure individual systems
• Test individual systems
• Integrate individual systems into complete system
• Test complete system
• Configure peer-to-peer network
• Calibrate input and output devices
• Ship complete system with all manuals and documentation
• Train personnel
• Provide one (1) year on-site warranty for complete system provided by Linear technical staff
Work will be completed sixty (60) days after receipt of order
Terms will be Net 30 days; (Net -30)
No deposit will be required for special order parts
Warranty will be manufacturers warranty on each individual item
Product will be shipped F.O.B. source
The prices and amounts shown on the PO will be the maximum billable amount, excluding shipping
Prices may be lower when delivered and customer will be billed accordingly
02— �'
Linear Systems Confidential
1/29/02
System Configuration
mr #L126/1'1y- + uignal Scan/mma11vvi-1i•a••....•••�• • --- r.. ii t—pr -.ase 10 bav w/ stabilized RF shielded 300w pis w/ filtered cross ventilation
PCI motherboard w/ Athlon 1400 MHz CPU w/ dual USS & temperature controlled tan
512MB SDRAM wl EPROM RAMBUS 80OMHz upgradeable to 1024MB
6GB Scanner Cache
Floppy 1.44MB w/ frame
16x DVD -ROM MPEG-2 40x CD-ROM ATAPI
181 GB SCSI -3 wide 7.5ms 7000rpm 4MB cache RAID drive
SCSI -3 removable subsystem w/ digital control & fan
30GB internal IDE streaming tape system w/ software
4 ea. 30GB tape
32 -Bit PCI Ultra Wide SCSI -3 multi -channel controller
32 -Bit PCI 10/100 ethernet
2 IC -16550 enhanced serial/1 high speed bi-directional parallel ports
32 -Bit stereo multimedia sound system w/ Yamaha FM synthesizer
SVGA card AGP 64MB Radeon SDR ATI
250MB Iomega Zip IDE read/write drive internal
35mm high speed internal film scanner F-12 Plus 2000 dpi
104 key enhanced Win 98 keyboard
17" .26mm pixel pitch 1280x1024 LCD display w/ digital control & speakers
PS/2 Intellimouse 3 button Microsoft
Windows 2000 0/S
Virus protection software for Windows NT
SCSI cables & terminators
C1.. —mrint Irl verification security system _.
Power control center intelligent UPS w/ surge protector 500VA 280 watt
F-12 hig
D.I.M.S.
Linear in
speed scanner image software NT
xquisition Module for F-12 (requires D.I.M.S.)
ge acquisition software
D.I.M.S. external subsystem kit DVD
External 4 bay SCSI -2 chassis w/ ID select
CD -Writer 8x/24x w/ 1 MB buffer w/ SCSI interface
DVD recordable 32x 2x DVD -RAM drive
PCMCIA Type II, Type III, Compact Flash, & Smartmedia reader
18.1 GB 8ms SCSI -2 Fast hard drive w/ 1 MB cache
SCSI -2 lockable/removable subsystem
32 -Bit PCI SCSI -2 Fast interface card
SCSI -2 interface cable
CD-ROM media 30 pack 74 min Infoguard writable CD w/ case Kodak
DVD-R/DVD-RW authoring software Windows
Multi -media photo CD & audio CD multi-session/multi-write CD author
D.I.M.S. digital interface module for PC
D.I.M.S. software single user license for PC
I
software Windows
Page 1
FDD ISA PCI SCSI Ser Par
02- 727
Linear Systems Confidential 1/29/02 Page 2
..........
Linear #L126/F12 Digital Scan/Archive/Enhancement Workstation
............
Full tower case 10 bay w/ stabilized RF shielded 300w p/s w/ filtered cross ventilation
PCI motherboard w/ Athlon 1400 MHz CPU w/ dual USB & temperature controlled fan
............ ...
512MB SDRAM w/ EPROM RAMBUS 800MHz upgradeable to 1024MB
..... ... . .....
6GB Scanner Cache
... . .... ...........
Floppy 1.44M6 w/ frame
.. . . .......
. . ........ xx
.......
DVD recordable 32x 2x DVD -RAM drive
..........
...........
DVD -ROM MPEG-2 40x CD-ROM ATAPI
PCMCIA Type 11, Type III, Compact Flash, & Smartmedia reader
............
72G SCSI -3 wide 7.5ms 7200rpm 4MB cache RAID drive 36XP
SCSI -3 removable subsystem w/ digital control & fan
.... .....
32 -Bit PC[ Ultra Wide SCSI -3 multi -channel controller
..........
32 -Bit PCI 10/100 ethernet
..........
2 IC -16550 enhanced serial/1 high speed bi-directional parallel ports
............
32 -Bit stereo multimedia sound system w/ Yamaha FM synthesizer
.... ...........
SVGA card AGP 64MB Radeon SDR ATI
250MB Iomega Zip IDE read/write drive internal
35mm high speed internal film scanner F-1 2 1200 dpi
...........
104 key enhanced Win 98 keyboard
............. ........
17" .26mm pixel pitch 1280x1024 LCD display w/ digital control & speakers
PS/2 Intellimouse 3 button Microsoft
...............
............
Windows 2000 O/S
............
...... ...
Virus protection software for Windows NT
............ ...... .. . ------------
............ ... .. �. ...........
......... . ... ..... ..... ...
.... .......
............ ... ..... ...........
............ .... % ..... ...........
SCSI cables & terminators
Fingerprint ID verification security system
...........
Power control center intelligent UPS w/ surge protector 500VA 280 watt
F-12 high smed scanner image software NT
............
. ..........
D.I.M.S. Acquisition Module for F-12 (requires D.I.M.S.)
DVD-R/DVD-RW authoring software Windows .......
Linear image acquisition software
I ) 6-i - fj
( 4 ,27
7
Linear Systems Confidential 1/29102
ID.I.M.S. Digital Image Management System
D.I.M.S. software four station license for PC
Lese discount for upgrade
ColorVision color management & calibration suite
ColorVision Monitor Spyder densitometer photorimiter
PhotnCal color management software PC
Rimage CD publishing system Amigo w/ CD -R drives & printer
Rimage Amigo single drive system
CD duplicator software Rimage
CD color printer software Rimage
Rimace ProNet software
Minolta QMS 13"x19" 1200dpi color laser network printer
Tabloid color laser printer w/ network interface & hdd option
Start-up supplies kit
Linear 546GB DVD -RAM library w/ software & maintenance
120 slot DVD library 2 DVD -RAM 4.7GB drives 564GB
DVD -RAM 9.4GB upgradeable specification & configuration to 752GB
SCSI interface kit w/ software
POINT D120 image management software
1 year software maintenance agreement (included)
1 year on-site factory service warranty next business day DVD library
inear 202.5GB [DR Ultra66 RAID array ZTS Server System
Page 3
Full tower case 10 bay wl stabilized RF shielded 300w p/s w/ filtered cross ventilation
PCI motherboard w/ Pentium IV 1500 MHz CPU w/ dual USB & temperature controlled fan
......... ...... ............
512MB SDRAM w/ EPROM RAMBUS 800MHz
............ ........... ...........
Floppy 1.44MB wl frame
16x DVD -ROM MPEG-2 40x CD-ROM ATAPI
36GB EIDE 7.5ms 7200rpm 4MB cache drive
Linear 202.5GB IDR Ultra66 RAID array ZTS sub -system
RAID level 0, 1, 3, 5, 0+1 compatibility 32MB ICS7 cache
Zone Stripe Technology (ZTS) 55MB/sec sustained transfer rate
32 -Bit PCI Ultra Wide SCSI -3 mufti -channel controller
32 -Bit PCI 10/100/1000 ethernet
2 IC -16550 enhanced serial/1 high speed bi-directional parallel ports
32 -Bit stereo multimedia sound system w/ Yamaha FM synthesizer
............ ..........
... .... .
SVGA card AGP 64MB Radeon SDR ATI
250MB Iomega Zip IDE read/write drive internal
104 key enhanced Win 98 keyboard
17" .26mm pixel pitch 1 280xl 024 LCD display w/ digital control & speakers
PS/2 Intellimouse Optical 3 button Microsoft
..........
Windows2000 O/S
Virus protection software for Windows 2000
SCSI cables & terminators
Fingerprint ID verification security system
............
Power control center intelligent UPS w/ surge protector 500VA 280 watt
02- 727
Linear Systems Confidential 1/29/02 Page 4
Image acquisition module w/ film & flatbed scanner
..........
Twin 2500 x250 36 -Bit color scanner PC
Transparency adapter
I DCR color calibration kit ..............
Photo editing module & database ... ....
Linear image acquisition software
..........
......... ...........
Image & audio database data format conversion, catalog search w/ thumbnails
Adobe Photoshop v6.0 for PC
Codonics NP1 660M-2 medical dye difusion printer
Codonics NP1660M-2 medical dye -fusion printer
W/Direct Vista monochrome print capabilites
..........
SPARC 11 RIP 96MB RAM w/ Medical Color Matching
..........
PostScript Level 11 option sE:
Parallel & ethernet interface w/ TCP/IP & Eether Talk protocols
...........
...........
Paper cassette 100 page capacity A -size
Codonics A -size paper divider v1.5 media
........ ............
Additional paper cassette 100 page capacity A -size for Direct Vista
Misc
Intel 10/100 ethernet hub
City of Miami, Florida
Photographic Management System RFP No. 00-01-285
6.4. Proposer Background Information
WSTRUCTIONS:
'This questionnaire is to be included with your Response. 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: Z iAl EIi4 jlS "2�/l
President
lJaN9
Vice President N 0 tii
Secretary /J 0 tiii; Treasurer i✓ 0 ^j G
COMPANY OWNERIMJ7P:
C/fel 5 Y��71'4s r..15 /OD %o of ownership
of ownership
of ownership
of ownership
1. County or Municipal Occupational License No. NOA)t✓
(attach copy with Response)
2. Occupational License Classification /UO /V
3. Occupational License Expiration Date: Al OAJC
4. Miami -Dade County Certificate of Competency No. /U 6
(attached copy if requested in RFP)
5. Social Security or Federal I.D. No. .33 — 6 7 76617
40
02- " d ry c�2 ry
City of Miami, Florida
Photographic Management System RFPNo. 00-01-285
Proposer Background Information form (page 2)
EXPERIENCE
6. Number of Years your organization has been in business: ��� (1'4 a�5
7. Number of Years experience PROPOSER (person, principal of firm, owner) has had in operation of the type
required by the specifications of the RFP:
- /14 ye-4io-S
8. Number of Years experience PROPOSER (firm, corporation, proprietorship) has had in operation of the type
required by the specifications of the RFP: !! }VL -iii -S
9. Experience Record: List references who may be contacted to ascertain information on past and/or present
contracts, work, jobs, that PROPOSER has performed of a type similar to that required by specifications of
the City's RFP:
FIRM NAMEIADDRESS DATE OF JOB
MEN1x X01.1 DV -P -F 60
VZO 1J, LMH H 1('1s k970Y1i . 2 Am FLO()iZ
PNGEN)Y O A --Z. 85003
Contact Person: Le ry �E NOYVl1 �
FIRM NAMEIADDRESS DATE OF JOB
A vAHIey► POLlN,r% OC -P%
425 SOvTTN N&-gef, guru .
A6A44 I OM I Cil . q 2605
Contact Person: Pff W TC
41
DESCRIPTION OF JOB
511 -rem, IN571URTLOnr, 1yUTH2e2RT0N ,
Phone No: "GZ.- 2(02-- U N 3
DESCRIPTION OF JOB
r)HO A -t_ 0At}-1+hryWy EW S 16TW,
1N5'1� ►ilory 1 1WE6k*1-10r1Jl
eftuSi2R-PnAf Awo Tb"rimu
Phone No: -a H - -:� (e 5 - 193 1
0 2 -- "Al 2 7
City of Miami, Florida
Photographic Management System RFP No. 00-01-285
Proposer Background Information form (page 3)
FIRM NAMEIADDRESS DATE OF JOB
tuF57 b'MLry P 17y 1900 ' QCfL2,5h9
3 000 Q&W5TrU71ori 6LVD
We5fi VB1L,i 6-19, VT ?L1 II 9
Contact Person: SiD-TT SPf�
FIRM NAMEIADDRESS DATE OF JOB
Safi Wi�ywo SHMI`4OWr a 6I9 qF _
200 SWTH LSI}_ 96W)
Sfw 804k2ninro ., 31415
Contact Person:I I m M ILL>*L
FIRM NAMEIADDRESS DATE OF JOB
�I�h1L511� F I'eLI CG OC'�. l2 5 60
1142-S S"WUF S—MogI *4
five LSmc; W. 012-501
Contact Person: It Frk- TDN iCy f -Lo&
DESCRIPTION OF JOB
DUP17ft Ntiift&v"tWT Sj TOM
IA;5T)L01110 W I CC-RXTIotV �
�rl�1iti12.H'(I[�Yll � flt� 'TiE'.Ih ty � ry �
Phone No: FrC I - G1U 3 - 3395
DESCRIPTION OF JOB
ISI orna Ire+IIN&Me T S`KTzz-m
.ImTILLOTIC)( --w7 TIDYj
OAirtya-rlorJ 3%,0 Tbbrv1nc1,
Phone No: 9L►9' 2,q -t- 3y-+9
DESCREMON OF JOB
I htST'I U�teK � � 3hrf �7.�i"f ro ni ,
Pm1FSYLA-Ti�ru �truo -Tr�a� �v►rvt�
Phone No: CVQCV ` 320 - 8055
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR
RESPONSE
42
02- 727
LINEAR SYSTEMS
Image of the Future
Section 7
02- '7 2'7
City of Miami, Florida Photographic Management System RFP 00-01-285
6.0. RFP Response Forms
CHECK LIST
This checklist is provided to help you conform with all form/document requirements stipulated in this RFP.
Submitted With
Prop
6.1 RFP Information Form
This form must be completed, signed, and returned with Proposal. YES ✓
6.2 Certificate of Authority, to be completed, signed and returned with Proposal. YES
63 Insurance Requirements
Acknowledgment of receipt of information on the insurance requirements for this RFP. YES
(Must be signed).
6A Proposer Background Information
This form must be completed in its entirety to verify the capability of Proposer to YES --j//_
perform the services specified in the RFP.
6.5 Minority/Women Business Affairs Registration Affidavit;
if applicable - Must be completed only if one or more of the owners in the business MN
enterprise is at least 51 % owned by a Black, Hispanic or Female.
6.6 Affirmative Action Policy for Equal Employment Opportunity (Sample) YES
6.7 Primary Office Location Affidavit, if applicable YES
6.8 Debarment and Suspension Certificate (must be signed) YES
6.9 Proposer (Vendor) Application,
if applicable - All prospective Proposers should complete a Vendor application for YES
the commodities/services the Proposer can regularly supply to the City. Should a
prospective Proposer not be currently listed on the City's Proposer/bidder's list, a
Vendor application will be enclosed with the RFP package. Proposers who have
already submitted an application and secured a vendor number from the City are not
required to submit a new Vendor application.
6.10 Occupational License - All Responses shall be accompanied by a copy of your
current license(s), as required. YES
6.11 Proof of current M/WBE Certification by City, if applicable YES
6.12 Conflict of Interest, if applicable YES
6.13 Complete Proposal with all required documentation. YES
33 '7 2'
City of Miami, Florida Photographic Management System
6.1. RFP Information Form
RFP 00-01-285
Mailing Date: December 21, 2001 Buyer: Pamela Burns, CPPB
RFP No.: 00-01-285 Email: pburnsAcLmiami flus
Commodity Code: 655-90
SHORT TERM CONTRACT
PHOTOGRAPHIC MANAGEMENT SYSTEM
RFP NO.00-01-285
I certify that any and all information contained in this Proposal is true; and I further certify that this
Proposal is made without prior understanding, agreement, or connections with any corporation, firm or
person submitting a Proposal for the same materials, supplies, equipment, or services and is in all
respects fair and without oollusion or fraud I agree to abide by all terms and conditions of the RFP,
and certify that 1 am authorized to sign for the Proposer. Please print the following and sign your name:
Firm's Name: Lin1EHr- 6y6n�ms
Principal Business Address:
S `f 0.3 Mlrpi�e P& tec
C*q
9r7-10
Mailing Address:
SfV"E ft5 f1-BoVE
Telephone: 909 S99 - z/3q5
Fax: 9(>9 89g- Lf3,�-&
E-mail address: de,— /inSY-5, ems. C -OM
Name: ZC )Eli iA I'DI%Z-S0-j
Title: cFO
Authorized Signature: 2- Ui .PG trZL, &;x,o,,L
M
02- 727
City of Miami, Florida Photographic Management System
RFP Certification Form (page 1 of 4)
CERTIFICATE OF AUTHORITY
(IF CORPORATION)
RFP 00-01-285
I HEREBY CERTIFY that at a meeting of the Board of Directors of
, a corporation
organized and existing under the laws of the State of , held on the day
of a resolution was duly passed and adopted authorizing
as of the corporation to
(Name)
(Title)
execute bids on behalf of the corporation and providing that his/her execution thereof, attested by the
secretary of the corporation, shall be the official act and deed of the corporation.
I finther certify that said resolution remains in full force and effect
Secretary:
Print:
IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20
FAELURE TO COMPLETE SIGN AND RETURN THIS FORM MAY DLSOUALIFY RESPONSE
35
- '727
RFP Certification Pone (Page 3 of 4)
CERTIFICATE OF AUTHORITY
(IF JOINT VENTURE)
Joint venturers must submit a joint venture agreement indicating that the person signing this bid is
authorized to sign bid documents on behalf of the joint venture. If there is no joint venture
agreement each member of the joint venture must sign the bid and submit the appropriate Certificate
of Authority (corporate, partnership, or individual).
• � � l� � �� Mks �__ �_ � 11_�_ul__ � � � � � 7
02- 727
City of Miami, Florida Photographic Management System
RFP Certification Form (Page 4 of4)
CERTIFICATE OF AUTHORITY
(1F INDIVIDUAL)
I HEREBY CERTIFY that, I Gthst 5 /-/1'P--5O"'
(Name of Individual)
individually and doing business as (d/b/a)
(If Applicable)
RFP 00-01-285
have executed and am bound by the terms of the RFP to which this attestation is attached.
IN WITNESS WHEREOF, I have hereunto set my hand this , day of ,
20
Signed:
Print:
STATE OF )
SS:
COUNTY OF )
/The foregoing instrument was acknowledged before me this day of
,20 ,by_
who is personally known
oath-
SIGNATURE
ath
SIGNATURE OF NOTARY PUBLIC
STATE OF FLORIDA
PRINTED, STAMPED OR TYPED
NAME OF NOTARY PUBLIC
to me or who has produced
_ as identification and who (did / did not) take an
37
02- 727
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of
& ss.
On %- aZ 9 O -2- before me, lyF'e-p� � ,
Gate A n Name and Title of dl&r (e.g.. 'Jane Doe, Notary Publicl
personally appeared
rAz" CECEtIA J. AMATO
CommWon #f: 1201764NWcffY Public -,- Cautrric
z
LID-
Carom. County -
NOv
a
SLpersonally known to me
❑ proved to me on the basis of satisfactory
evidence
to be the person(s) whose name(s) is/are
subscribed to the within instrument and
acknowledged to me that he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s), or
the entity upon behalf of which the person(s)
acted, executed the instrument.
WITNESS my hand and official seal.
ee , -,9.
piftt..f Notary Putic
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer's Name:
Number of Pages:
❑ Individual Top of thumb here
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Attorney -in -Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other.
Signer Is Representing:
01999 Naborel Notary Assodatian • 9350 Do Soto Ave., P.O. Box 2402 • Ctmtsworth, CA 913132402 • www.n---;0tary org Prod. No. 5907 Reorder. CaH ToN-Free 14300.8764827
02- 727
City of Miami, Florida Photographic Management System RFP 00-01-285
RFP Certification Form (Page 2 of 4)
CERTIFICATE OF AUTHORITY
(IF PARTNERSHIP)
I HEREBY CERTIFY that the partnership agreement of
a partnership
organized and existing under the laws of the State of , authorizes
as of the partnership to
(Name) (Title)
execute bids on behalf of the partnership and provides that his/her execution thereof, attested by a
partner, shall be the official act and deed of the partnership.
I further certify that said partnership agreement remains in full force and effect.
Partner:
Print:
IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20
02- 727
6.3. Indemnification and Insurance
I
Successful Proposer shall indemnify, defend and hold harmless the City and its officials, employees and agents
(collectively referred to as "Indemnities") and each of them from and against all loss, cost, penalties, fines, damages,
claims, expenses (including attorney's fees) or liabilities (collectively referred to as "Liabilities") by reason of any
injury to or death of any person or damage to or destruction or loss of any property arising out of, resulting from, or
in connection with (i) the performance or non-performance of the services contemplated by the Contract which is or
is alleged to be directly or indirectly caused, in whole or in part, by any act, omission, default or negligence (whether
active or passive) of Successful Proposer or its employees, agents, or subcontractors (collectively referred to as
"Proposer"), regardless of whether it is, or is alleged to be, caused in whole or part (whether joint, concurrent, or
contributing) by any act, omission, default or negligence (whether active or passive) of the Indemnities, or any of
them or (ii) the failure of the Successful Proposer to comply with any of the provisions in the Contract or the failure
of the Successful Proposer to conform to statutes, ordinances or other regulations or requirements of any
governmental authority, federal or state, in connection with the performance of the Contract. Successful Proposer
expressly agrees to indemnify and hold harmless the Indemnities, or any of them, from and against all liabilities which
may be asserted by an employee or former employee of Proposer, or any of its subcontractors, as provided above, for
which the Successful Proposer's liability to such employee or former employee would otherwise be limited to
payments under state Workers' Compensation or similar laws.
Successful Proposer further agrees to indemnify, defend and hold harmless the Indemnities from and against (i) any
and all Liabilities imposed on account of the violation of any law, ordinance, order, rule, regulation, condition, or
requirement, in any way related, directly or indirectly, to Successful Proposer's performance under the Contract,
compliance with which is left by the Contract to the Proposer, and (ii) any and all claims, and/or suits for labor and
materials furnished by the Successful Proposer or utilized in the performance of the Contract or otherwise.
Where not specifically prohibited by law, Successful Proposer further specifically agrees to indemnify, defend and
hold harmless the Indemnities from all claims and suits for any liability, including, but not limited to, injury, death, or
damage to any person or property whatsoever, caused by, arising from, incident to, connected with or growing out of
the performance or non-performance of the Contract which is, or is alleged to be, caused in part (whether joint,
concurrent or contributing) or in whole by any act, omission, default, or negligence (whether active or passive) of the
Indemnities. The foregoing indemnity shall also include liability imposed by any doctrine of strict liability.
The Successful Proposer shall famish to City of Miami, c/o Department of Purchasing, 444 SW 2"d Avenue, 6* Floor,
Miami, Florida 33130, Certificate(s) of Insurance prior to contract execution which indicate that insurance coverage
has been obtained which meets the requirements as outlined below:
A. Workers' Compensation Insurance for all employees of the Proposer as required by Florida Statute 440.
B. Public Liability Insurance on a comprehensive basis in an amount not less than $1.000.000.00 combined
single limit per occurrence for bodily injury and property damage. City must be shown as an additional
insured with respect to this coverage.
C. Automobile Liability Insurance covering all owned, non -owned and hired vehicles used in connection with
the work in an amount not less than statutory combined single limit per occurrence for bodily injury and
property damage.
D. Professional Liability Insurance with Minimum Limits of $1.000.000.00 per occurrence.
The City is required to be named as additional insured. BINDERS ARE UNACCEPTABLE.
The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals,
which most nearly reflect the operations of the Successful Proposer.
02- 727
City of Miami, Florida Photographic Management System RFP No. 00-01-285
Indemnification and Insurance (cont.)
All insurance policies required above shall be issued by companies authorized to do business under the laws of the
State of Florida, with the following qualifications:
The Company must be rated no less than "A" as to management, and no less than
"Class X" as to financial strength, by the latest edition of Best's Key Rating Insurance
Guide or acceptance of insurance company which holds a valid Florida Certificate of
Authority issued by the State of Florida, Department of Insurance, and are members of
the Florida Guarantee Fund.
Certificates will indicate no modification or change in insurance shall be made without thirty (30) days written
advance notice to the certificate holder.
NOTE: CITY RFP NUMBER AND/OR TITLE OF RFP MUST APPEAR ON EACH CERTIFICATE
Compliance with the foregoing requirements shall not relieve the Successful Proposer of his liability and obligation
under this section or under any other section of this Agreement.
The Successful Proposer shall be responsible for assuring that the insurance certificates required in conjunction
with this Section remain in force for the duration of the contractual period; including any and all option terms that
may be granted to the Successful Proposer.
—If insurance certificates are scheduled to expire during the contractual period, the Successful Proposer shall be
responsible for submitting new or renewed insurance certificates to the City at a minimum of ten (10) calendar days
in advance of such expiration.
—In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual
period, the City shall:
A) Suspend the Contract until such time as the new or renewed certificates are received by the City in the
manner prescribed in the RFP.
B) The City may, at its sole discretion, terminate the Contract for cause and seek re -procurement damages
from the Successful Proposer in conjunction with the violation of the terms and conditions of the Contract.
The undersigned Proposer acknowledges that (s)he has read the above information and agrees to comply with all
the above City requirements.
F
Proposer: L,1,Aj rtrz, Signature:
(Company name) ('J
Date: �I�9/03- Print Name: G/yED c7 iA P,4i So, -5
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR
RESPONSE
39
City of Miami, Florida Photographic Management System RFP No. 00.01-285
6.5. MinorityMomen Business Affairs Registration Affidavit
Please Check One Boa Only [ ] Hispanic [ ] Female [ ] Black [ ] Not Applicable
If business is not 51% minority/female owned, affidavit does not apply. If not applicable, notarization is not required.
I (We), the undersigned agree to the following conditions:
1) that we have read Section 3.12 of the General Terms and meet the fifty-one percent (51%) ownership and
management requirement for minority/women registration status and will abide by all of the policies and
regulations governing the City of Miami Minority and Women Business Enterprise Procedures;
2) that if at any time information submitted by the undersigned applicant in his/her Vendor Application should
prove to be false, inaccurate, or misleading, applicant's name will be struck from the City of Miami's Bidder's
list with no further consideration given to this applicant;
3) that the City of Miami maintains the right, through award of contract, to revoke the award, should it be
found that false, inaccurate or misleading information or a change in the original information have occurred;
4) to notify the City of Miami within thirty (30) days of any change in the firm's ownership, control,
management or status as an ongoing minority/women business concern as indicated on the Vendor
Application, and that the City of Miami, upon a fmding to the contrary, may render a firm's registration with
the City null and void and cease to include that firm in its registered list of minority and women -owned
businesses;
5) that the City of Miami has a right to diligently verify all information submitted by applicant in his/her Vendor
Application to monitor the status of the Minority/Women Business Enterprise, once registered; .
6) that the City of Miami may share a firm's registration information concerning its minority/women status and
its capability with other municipal or state agencies for the sole purpose of accessing the firm to their
procurement opportunities, unless otherwise specified by the firm in writing.
I (We) certify under the penalties of perjury that the information contained in any and all application documents
submitted to the City of Miami is correct as per Ordinance No. 10062, as amended.
Film Name:
(Name, Title & Date)
(If signing as a corporate officer, kindly affix corporate seal)
43
(Name, Title & Date)
02- 727
City of Miami, Florida
Photographic Management System RFP No. 00-01-285
Minority/Women Business Affairs Registration Affidavit (page 2)
This application must be signed by at least one general partner of a partnership or the proprietor of a sole
proprietorship or all partners of a joint venture.
NOTARIZATION
COUNTY, SS
COUNTY OF MIAMI DADE Date:
That:
acknowledged the foregoing instrument as his/her act and deed.
That he/she has produced
NOTARY PUBLIC:
My Commission Expires:
personally appeared before me and
as identification.
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR
.RESPONSE
44
City of Miami, Florida Photographic Management System RFP No. 00-01-285
6.6. Sample Affirmative Action Policy
For Equal Employment Opportunity
AFFERMATfVE ACTION/
EQUAL EMPLOYNIF,NT OPPORTUNITY - POLICY STATEMENT
It is the policy of (Company Name) to base its hiring and promotions on merit, qualifications and competency and
that its personnel practices will not be influenced by an applicant's or employee's race, color, place of birth, religion,
national origin, sex, age, marital status, veteran and handicapped status.
One of the management duties of all principals at (Company Name) is to ensure that the following personnel practices
are being satisfied:
Take every necessary affirmative action to attract and retain qualified employees, regardless of race, color,
place of birth, religion, national origin, sex, age, marital status, veteran and handicapped status.
2. Maintain equitable principles in the recruitment, hiring, training, compensation and promotion of employees.
Monitor and review personnel practices to guarantee that equal opportunities are being provided to all
employees, regardless of race, color, place of birth, religion, national origin, sex, age, marital status, veteran
and handicapped status.
(Company Name) is committed to take affirmative action and aggressively pursue activities that will serve to enable
all employees and applicants opportunities available throughout this organization.
Clearly, the above actions cannot be accomplished as a secondary duty for any individual, despite the full support of
management. And so, to monitor our efforts, (Company Name)has assigned one of its principals as the Affirmative
Action Director to monitor all activities of this program.
Employees may contact (Name of assigned principal) at (telephone number) regarding this Affirmative Action Policy.
DATE:
ZI
(SIGNAT'URE/TITLE):
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR
RESPONSE.
45
02- 727
City of Miami, Florida
Photographic Management System RFP No. 00-01-285
6.7. Primary Office Location Affidavit
Please type or print clearly. This Affidavit must be completed in full, signed and notarized only if your primary office is
located within the corporate limits of the City of Miami.
Legal Name of Firm: %J�t j 5
Entity Type: (check one box only) [] Partnership 04ole Proprietorship [] Corporation
Corporation Doc. No: Date Established:
Occupational License No: Date of Issuance:
_..c >A ;s.. >. �s�a, '� xi s :. .r Rac}.' c e,t-:� z'� .4i�+F)W! , *i.i%ia�e._ .
PRESENT
Street Address:
l..r.r��
City: )2. r�
c AJf1A
State:
How long at this location:
PREVIOUS
Street Address: C a 53 !"TG eM0.9,4Ae
City: k' State: Cf- How long at this location: ` r firs
V
46 27
City of Miami, Florida Photographic Management System RFP No. 00-01-285
Primary Office Location Affidavit
(page 2)
I (we) certify, under penalty of perjury, that the primary office location of our firm has not been established with the sole purpose of
obtaining the advantage granted bona fide local proposers by this section.
Authorize Signature
Print Name
Gffx�.t S ��s r�rl�
Title
Authorize Signature
Print Name
Title
(Must be signed by the corporate secretary of a Corporation or one general partner of a partnership or the proprietor of a sole
proprietorship or all partners of a joint venture.)
STATE OF FLORIDA, COUNTY OF MIAMI DADE
Subscribed and Sworn before that this is a true statement this day of
State of Florida
Printed name of Notary Public
My Commission expires
(j Personally known to me; or
0 Produced identification:
199
Please submit with your proposal copies of Occupational License, professional and/or trade License to verify local
status. The City of Miami also reserves the right to request a copy of the corporate charter, corporate income tax filing
return and any other documents(s) to verify the location of the firm's primary office.
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR
RESPONSE
47
02-
727
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
O ss.
County of .dE�++J
On 1--49-02- before me, ,j
DateA ^ Name and Ne of Officer (e.g., *Jane Doe. Notary Publicl
(
personally appeared ,5 /{_ /L!]YJA ,
Name(s) of Signer(s)
CKBIA J. AMATO
Commission # 1201764
- y Notary PuWk -- CaNcirnia
Son Serrwdino County
Comm. Nov 16, 2002
lik personally known to me
❑ proved to me on the basis of satisfactory
evidence
to be the person(s) whose name(s) is/are
subscribed to the within instrument and
acknowledged to me thart he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s), or
the entity upon behalf of which the person(s)
acted, executed the instrument.
WITNESS my hand/aand official seal.
elp-
re of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons retying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer's Name:
❑ Individual Top of thumb here
❑ Corporate Officer — Title(s):
❑ Partner — ❑ limited ❑ General
❑ Attomey-in-Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
®19% National Notary Association • 9350 De Soto Ave.. P.O. Box 2402 • ChatswoM. CA 91313.2402 • www.nauonakrotary.org
Prod. No. 5907 Reoroer. Call Toll -Free 1-80487&6827
City of Miami, Florida Photographic Management System RFP No. 00-01-285
6.8. Debarment And Suspension
CITY OF MIAMI CODE SEC. 18-56.4
(a) Authority and requirement to debar and suspend:
After reasonable notice to an actual or prospective contractual party, and after reasonable opportunity to such
party to be heard, the City Manager, after consultation with the Chief Procurement Officer and the City
Attorney, shall have the authority to debar a contractual party for the causes listed below from consideration
for award of city contracts. The debarment shall be for a period of not fewer than three (3) years. The City
Manager shall also have the authority to suspend a contractor from consideration for award of city contracts if
there is probable cause for debarment. Pending the debarment determination, the authority to debar and
suspend contractors shall be exercised in accordance with regulations which shall be issued by the Chief
Procurement Officer after approval by the City Manager, the City Attorney, and the City Commission.
(b) Causes for debarment or suspension include the following:
1. Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or
private contract or subcontract, or incident to the performance of such con -tract or subcontract;
2. Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or
destruction of records, receiving stolen property, or any other offense indicating a lack of business
integrity or business honesty;
3. Conviction understate or federal antitrust statutes arising out of the submission of bids or proposals;
4. Violation of contract provisions, which is regarded by the Chief Procurement Officer to be indicative of
nonresponsibility. Such violation may include failure without good cause to perform in accordance
with the terms and conditions of a contract or to perform within the time limits provided in a contract,
provided that failure to perform caused by acts beyond the control of a party shall not be considered a
basis for debarment or suspension;
5. Debarment or suspension of the contractual party by any federal, state or other governmental entity;
6. False certification pursuant to paragraph (c) below; or
7. Any other cause judged by the City Manager to be so serious and compelling as to affect the
responsibility of the contractual party performing city contracts.
(c) Certification:
All contracts for goods and services, sales, and leases by the City shall contain a certification that neither the
contractual party nor any of its principal owners or personnel have been convicted of any of the violations set
forth above or debarred or suspended as set forth in paragraph (b) (5).
The undersigned hereby certifies that neither the contractual party nor any of its principal owners or
personnel have been convicted of any of the violations set forth above, or debarred or suspended as set forth
in paragraph (b) (5).
Company name:
Signature:
Date:
48
02- 727
City of Miami, Florida Photographic Management System RFP No. 00-01-285
SURE TO COMPLETE. SIGN AND RETURN TWS FORM MAY pISaUALIFy YOUR gESpONSE
49
02— 71
REQUESTING ACCEPTANCE
OF RFP NO. 00-01-285
ITEM: Photographic Management System
DEPARTMENT: Police
TYPE:
Request to accept Proposal
REASON: It is recommended that the proposal of Linear
Systems be accepted to provide a photographic
management system; authorizing the City
Manager to execute a Professional Services
Agreement, for the Department Police, at a total
cost not to exceed $131,269.30; allocating funds
therefore from the Law Enforcement Trust Fund,
Project No. 690003.
t ( r-
Dire or of P chas�
T
/2 -
ate
AWarcMsueRFP
02-- 727