HomeMy WebLinkAboutR-94-0110r
,,
J-94�144
2/17/94
RESOLUTION NO. 9 4- I t O
:
A RESOLUTION ACCEPTING THE PROPOSAL OF
MOTOROLA, INC./MDV ("MOTOROLA") FOR THE
FURNISHING OF MOBILE DIGITAL TERMINALS,
SOFTWARE AND SUPPORT SERVICES, TO THE POLICE ?
DEPARTMENT, IN AN AMOUNT NOT TO EXCEED
$1,540,000; ALLOCATING FUNDS THEREFOR FROM
CAPITAL IMPROVEMENT BOND PROJECT NO. 312010,
INDEX 'CODE 299401-840; DIRECTING THE CITY
MANAGER TO ENTER INTO NEGOTIATIONS, IN
SUBSTANTIAL ACCORDANCE WITH THE TERMS AND
CONDITIONS SET FORTH IN THE MARCH 6, 1991
PROPOSAL SUBMITTED BY MOTOROLA AND WITH t
REQUIREMENTS SET FORTH BY THE CITY
COMMISSION; FURTHER DIRECTING THE CITY
MANAGER TO BRING BACK THE NEGOTIATED
CONTRACT, IN A FORM ACCEPTABLE TO THE CITY t
ATTORNEY, FOR APPROVAL BY THE CITY
COMMISSION.
WHEREAS, pursuant to public notice, sealed proposals were
received March 6, 1991 for furnishing mobile digital terminals,
software and support service to the Department of Police; and
WHEREAS, invitations were mailed to fourteen (14) potential
suppliers and three (3) proposals were received; and
WHEREAS, said sophisticated equipment will be used to
augment and eventually replace the existing data transmission to
field personnel system; and
WHEREAS, it has been recommended by the City Manager, the
Chief of Police and a selection committee, after a thorough
.�°
::F
evaluation process, that the proposal from Motorola, Inc./MDV
contained the most advantageous combination of price, greatest
flexibility and best features meeting the needs of the City; and
WHEREAS, it is necessary for the City Manager to enter into
negotiations concerning said proposal, said negotiations to
include, but not be limited to, warranty coverage, payment
schedule, time allowances for upgrade of system due to state of
the art changes, penalties, and the provision of local repair
services; and
WHEREAS, the City Manager shall bring the negotiated
contract to the City Commission for its approval;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
`
Section 1. The recitals and findings contained in the
Preamble to this Resolution are hereby adopted by reference `
thereto and incorporated herein as if fully set forth in this
Section.
Section 2. The proposal of Motorola, Ino./MDV
("Motorola") for the furnishing of mobile digital terminals,
software and support services, to the Police Department in an
amount not to exceed $1,540,000, is hereby accepted, with funds
therefor hereby allocated from Capital Improvement Bond Project
No. 312010, Index Code 299401-840.
Section 3. The City Manager is hereby authorized`/ to
enter into negotiations, in substantial accordance with the terms
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.
f
-2- 9 4— 110
sr 7
set f orth in the Maroh 6. logi nrnnmajo mioNm4 ++abA
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM 52
TO: The Honorable Mayor and Members DATE c February 8, _ 1994 FILE
of the City Commission
susiECT : Resolution Authori'z'in '
Purchase of Mobile_
aa Digital Terminals'
Ces"a 1'3' 10 REFERENCES
FROM : City rt r
ENCLOSURES
RF.c"OMMENDATION s
It ,is respectfully recommended that a,Resolution authorizing the
City Manager to enter into negotiations and execute an agreement
w'ith`Motorola, Inc., Mobile Data,Division,;a non -minority vendor,
for'the provision of, Mobile Digital Terminals to the Police'
Department' at a cost not to exceed $1,540,000, be approved.
Funding is, to be from the Capital Improvement Bond Project
312010;;`Index Code 299401-840.
AACKGROUND:
The Miami Police Department, in conjunction,, with the General
Services Administration, the Law Department, and the., Department
of of Mobile. Di ital' Terminals to replace rtheS current the, P ► prepared q P P
9 P ich
is approximately 17, years old. In response to the R.F.P.,three
companies submitted proposals: Electrocomm Automation,' Kustom
Electronics;:and Motorola, Inc.
,
To:' evaluate the R.F.P.'s a committee was formed consisting of
members of the General Services Administration's Communication
.
and Procurement Departments, the Department of Computers,`the Law
",Department, 'and the.Police Department. The information provided
by"the vendors was -then categorized and evaluated objectively.to
determine which vendor would be.selected. The vendors were also
- permitted to make presentations regarding their proposals,
qualifications and any new technological advancements that were
'currently.occurring or planned.
,The proposal of Motorola, Inc., offered the.best features and the
greatest 'flexibility; at a competitive price. Some of, the
categories .evaluated included: the mobility of the unit, the
addition''of an integral data radio, the length of time in
business, the software plan, dependency on sub -vendors,, message
''.reliability, support services, screen displays, message buffering
''capacity,.and 'planned upgrading capabilities. Motorola,, Inc.,
met or exceeded the Department's - requirements in each of these
areas'. Kustom Electronics and Electrocomm Automation Tacked the
94- 110
�s.
The Honor able`Mayor, `And, Members ;Page 2.
of._theCity Commission
ab11Ity;''to, move the MDT and radio from car to car and proposed
expensive'voice/data radios permanently mounted in each'''vehicle,
a design that was not desired or required for this project. ;.,The
ability to move the MDT from vehicle to vehicle is ,critical• in
ensuring the maximum numbers of MDTs are inservice at any time.
SInc e`the time of the original proposals by the vendors, research
has continued into each of the product line' advancements,
technological advancements in MDT systems from dumb terminals to
Mobile Data Computers (MDCs), and progress toward the new FBI
National: Crime Information Center NCIC 2000 project. The new
NCIC,2000 project is scheduled to go on=line in 2,years and,will'
a11ow for.ahe transmission of fingerprints from police cars into
the;kIC,rietwork ,for searching against known criminal.records,and
the,return;.of a photograph image of the subject matched with the
fingerprint',', to the police. car for verification. -of
identification. An advanced MDC design with a computer, processor
and VGA screen is required for this capability. .The local
ability to scan and transmit offender photos will be invaluable
to:officer safety.
Motorola, Inc., continues to be' the industry leader in.this very
specialized Iield.and has made great strides towards creating a
system' that will' allow for implementation of the N.GIC, 2000
;system:'' Motorola has continued to provide information and
proposals'to provide the best system.available in the country.
The proposed system will provide a minimum 120 MDCs each
Operating with a 386 Mhz or higher processor, VGA screen, flash
memory -chips and -RAM storage cards. The MDCs will have a. data
radio mounted'to the bottom of the unit which allows for transfer
of,:.the unit from car to car. Mounting brackets,. antenna- and
dabling will be provided for'350 cars The portability ;of :the
MDC'from car to car.-i's essential to providing,a maximum number,of
MDCs, on t,he`street'`at any time for.our patrol personnel.
The backbone of -the system will be a two channel 800:Mhz.:radio
system for the transmission of the data. Motorola will .provide
two new radio base stations, antenna, modems and the MDC
Co1_1trol1er',,`t6 operate the system. The upgraded. controller;:and
modems. operate at a speed of 19,200 bits of'.information.-per
second asopposed to the current 1,200 bits per•second, thereby
allowing 250`,000 messages per hour as opposed to 10,000. This
increase in speed is, essential for handling the heavier workload
brought upon' by increased usage and the transmission_ of more
information, multiple page, reports, fingerprints, photographic
images' and in the future, maps.
I
The Honorable Mayor and Members Page 3
of the City Commission
Software improvements combined with the improved hardware and
speed will allow for many improvements over the current system
which basically is a dumb terminal system that can transmit
cumbersome messages from patrol unit to unit, or patrol unit to
communications, and allow for criminal and vehicle tag checks.
The new system will provide these capabilities, but will be much
easier to use by providing forms for the officer to fill `'in to
make requests. It will also allow for transmission of .dispatch
information and crime analysis searches from the car,`to'provide
the officer with current information_ on activity in his patrol
area. It will allow the officer to directly input alarm reports,
field interrogation and vehicle observation reports and incident
reports into the system. The timely input of this information
will drastically improve the Police Department's ,ability ao
receive and processinformation to better provide" service
delivery.,, Recent applications involve a NET system that inputs
officer observations of garbage, abandoned vehicles,, illegal
construction, possible drug activity for 'dissemination to the
appropriate NET office or unit for follow-up.
It is, therefore, recommended that the Resolution authorizing the
negotiation and execution of an agreement with Motorola, Inc.', be
approved'." Funding will be from the Capital -.Improvement,_ Bond
Program, Project Code No. 312010, Index Code 299401=840`:
94— 110 3
94- 110
1VI.SLON TELE X46 Nu. D i tP -uonv
,�: RFP NO. 90--91-051
REP SHEET
IMPORTANT: 'PROPOSAL SHEET ANb PROPOSAL ACKNOWLEDGEMENT`;MUST BE
RETURNED IN DUPLICATE IN THE ATTACHED 'ENVELOPE IDENTxPIED BY
PROPOSAL NUMBER, TIME AND DATE OF PROPOSAL OPENING. IF SECURITY
IS REQUIRED, A PROPOSAL WILL NOT BE ACCEPTED. UNLESS THE DEPOSIT
OR BOND IS SUBMITTED IN THIS ENVELOPE.
Terms: N/A (Include cash discount for prompt payment, if any)
Additional discount of N/A $ if awarded all items.
Warranty and/or guarantee: 'Refer To Proposal
State any variances to specifications (use separate sheet if
necessary) : Ident ' ied in the Par aph By Paragraph Response Section
Delivery: calendar days required upon receipt of Purchase
Order.
Delivery Point (s) : _ Delivery Points and Days will be Deterimined in an
Implementation Docunent that will be Developed after Contract. Award.
In accordance with the Invitation to Proposal, the Specifications*
General Conditions, Special Conditions, and General Information. to
Proposers, we agree to furnish the Item(s) at Prices indicated on the
attached proposal sheet(s).
NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICERS:
Frank Todd- V.P. & G.M.
David Nairn - V.P. U.S. Sales
Raymond Jakubi.ak-Assit. Seery.
Please use the back of this page if more space s necessary
Name of individual holding license -in this profession (if applicable)
MINORITY PROCUREMENT COMPLIANCE
The undersigned proposer acknowledges that it has received a copy of
Ordinance No. 10538, the Minority Procurement Ordinance of the City of
Miami, and agrees to comply with all applicable substantive and
procedural provisions therein, including any amendments thereto.
Motorola,Inc.
PROPOSER: Moble Data Division Signature: s
company name
III Print Name: David Nairn
' Indicateif Minority Business: Date: February 28 1991
] Black [ ] Hispanic [ ] Women
I
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS
P POR OSAL.
94- 110
1
CITY OF MIAMI, FLORIDA
'f
INTER -OFFICE MEMORANDUM
EB 0 7 1994 FILE
DATE
Judy S . Carter ital
Chief Procurement Officer purchase_of Mobile Dig
SUBJECT
Terminals (MDT's)
Cal y n ROSS REFERENCES
FROM :
C Qf Of Police
ENCLOSURES:
ith the
of rnishing
department has verified that funds are available
This
Capital ImprovemenenB wt h Mob le tDigital Terminals , at a cost of
Departm rovement Bond
Imp
the~Police
540000. Funding is to be from the Capital
$1' Index Code 299401-840.
Program, Project No. 312010,
ADDITIONAL APPROVALS
FINANCE REVIEW & APPROVED BY: (IF REQUIRED)
Eduard Rodrigo , CIP Manager
Carlos Garcia, Director City anager's Office
Department Of Finance
BUDGETARY REVIEW & APPROVED BY:
'
Manohar Surana, Director
Department of Budget
t of the bid evaluation
erl signed is parnd
a aandtmustabe
form prop Y be on the agenda
rThis. placed
ecommendation package to
the resolution cover memorandum.)
attached to
94- 110
1.
rt
�
AWARD OF REP
RFP `No.. 90-91 051
ITEM; Mobile Data.Terminals
`
DEPARTMENT: Police
{
TYPE,OF PURCHASE: Authorizing the City- Manager;.. to enter into
negotiations in substantial
accordance with .
the terms and conditions. .,set
, ,forth ., in the
proposal and directing :the,
CityManager .to
execute `a negotiated contract."
'gE,:.. This sophisticated equipment
will, be used; to
augment 'and. eventually replace
the 'existing
data transmission_ to field personnel.system.
`POT ENTIAL PRERS OPOSt 14
REPS RECEIVED: 3
FUNDS: Capital Improvement Bond Project No. 312010,
Account Code No. 299401-840.
RFP EVALUATION: RFP
Invitations
Mailed
RFP
Responses
ALL VENDORS ............................ 14
3
MINORITY/FEMALE (M/F) VENDORS.......... 0
0
Within City limits .................. 0
0
Registered with City ................ 0
0
Black (B) Vendors ...................... 0
0
Located within City limits.......... 0
0
Registered with City ................ 0
0
Female (F) Vendors..' ................... 0
0
Located within City limits.......... 0
0
Registered with City... 0
0
Hispanic (H) Vendors ................... 0
0
Located within City limits.......... 0
0
Registered with City ................ 0
0
y
94- 110
AOH MINORITY . ON V'E D0RS.....
:.. ...
14
s
`L'ocaed'wthin City limits .....
...:.
0
0
"No RFPs"...:.....:..:':...:.::::....
-
5,
Reasons for "No RFP" were, as follows:
a
nc - "No Bid `.
2.'SRI``International - "No -Bid":
IT IS
RECOMMENDED
THAT
THE
PROPO FROM
t-RECOMMENDATION:
MOT
INC /MDV..BE ACCEPTED..
i
Officer i
Chie Pfcdouremen
C
Date
f
i
i
94— 110