Loading...
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