Loading...
HomeMy WebLinkAboutItem #12 - Discussion ItemTO: -.Zr/ 'ilanil. '?_rrtlDA • I1dhorab1e Members of the City Co Mission rRoM: Joseph R. Crassie City Manager ;IJ:3J CT: JUL 20 1018 rlLt: Awards of Rid for Computers & Colnmt1hioations: Fat Sheet :."+CLUf3U1.1n9: With the establishment of the Department of Computers and Communications in the FY77/78 budget, specifications for bid were developed for (1) the Police Mobile Digital System, (2) the Central Database Computer System, and (3) the Fire & Rescue Information System. The specifica- tions were prepared with participation of the Police Department, the Fire Department, the Finance Department, and the Building and Vehicle Maintenance Department. The specifications were repeatedly reviewed and ultimately released by way of the Information and Telecommunications Systems (ITS) Committee which is composed of the heads of the Departments mentioned above. History of the Bidding On January 2, 1978 the specifications were mailed to approximately 24 bidders. A meeting with the potential bidders was held on Friday, January 27, 1978 to answer any questions concerning the specifications. Ten firms were represented at this bidders meeting. Amendments to the specifications were submitted to the bidders (a) at the bidders meeting, (b) as a result of the bidders meeting, (c) subsequent to the bidders meeting and (d) a special amendment on computer maintenance was also forwarded to the bidders. The bid submission date was extended for two weeks upon two occasions, both times at the request of Motorola and Digital Equipment Corporation, moving the bid submission date from February 24 to March 24. Subsequent to the bidders meeting approximately ten additional potential bidders requested specifications and were added to the list of bidders. The specifications were mailed to several major computer manufacturers, including the following: International Business Machines (IBM) Honeywell, Inc. Digital Equipment Corporation (DEC) Burroughs Corporation Sperry Univac, Inc. MEM MMM ECM 1 mmw mmw 1- In addition, the specifications Were railed to many well known systems companies that put together computer equipment and software from Various Sources to produce total systems. Some of these were: Arthur b. Little Systems, Inc. Planning )research Corporation (PRC) Boeing Computer Services, Inc. E-Systems, Inc. Motorola, Inc. Computer Sciences Corporation Aerospace Corporation Kustom Signal Normal purchasing procedures were followed in announcing the bidding by the media. Bidders were allowed to bid on the entire specifications or on separable portions of the specifications. In addition, bids could be submitted on individual units in the event that it might be most economical for the City to purchase certain items directly from the original suppliers, rather than from the major bidders. Bids were received on March 24, 1978. The major bidders were: (1) Motorola, Inc. bid upon the Police Mobile Digital System and the Fire and Rescue Information system. (2) E-Systems, Inc. bid upon all three parts. (3) Digital Equipment Corporation (DEC) bid upon only the computer equip- ment and services, although their bid responded to all three parts of the specifications. (4) Burroughs bid upon and was fully responsive to the Central Database Computer System portion of the specifications. (5) American Management Systems (AMS) bid software and services that could be married to the DEC bid on the Central Database Computer System, together becoming fully responsive to this part of the bid. The minor bids received were: (1) Penril Corporation bid upon the modems. (2) General Electric bid upon the DEC equipment maintenance. (3) Cincom System, Inc. bid upon the Database Management software. (4) Telcom Industries bid upon the Telecommunications Concentrator option. (5) Capital Funding Corporation bid upon the system financing. (6) Gentry Associates, Inc. bid upon the remote terminals. (7) Itel Corporation bid upon the financing. None of the minor bids are being recommended for award. Only one bidder bid the complete system bid was fore, each of the three below: �3= entire package; this was E-Systetns, Inca and this disqualified because it was too eMpensivee There- parts was independently evaluated as desdribed Police Mobile Digital System Two bidders were responsive to the Police Mobile Digital System bid: E-Systems and Motorola. The prices submitted by the bidders were as follows: Computer Hardware & Terminals Computer Software Systems Integration Freight & Insurance Communications Equipment Acceptance Test One Year of Communications Equipment Maintenance Total: E-Systems Motorola $ 781,254 284,417 222,434 4,382 327,128 75,879 $ 849,509 44,840 363,784 incl 368,626 67,975 incl 73,908 $1,695,494 $1,768,642 E-Systems was clearly the low bidder and is therefore recommended for the award of bid. However, there are additional reasons to support the choice of E-System in this case: (1) The Motorola bid did not include printer/plotter software to work on the Police Equipment, whereas E-Systems did include this item. (2) The Motorola bid did not include the database management software; the E-Systems bid price can be reduced by $17,005 if we elect to not purchase this item. (3) The Motorola bid did not initially meet our specification to inte- grate in -car terminals into the existing Police system; Motorola later attempted to change this and said that they would, in fact, integrate the terminals in our existing software. (4) E-Systems maintenance prices are lower than Motorola's maintenance prices because E-Systems proposes an economical mode of maintenance not contemplated initially by Motorola. Finally, the E-Systems bid explicitly provides the City the option to purchase certain computer equipment and/or services directly from another bidder, in this case DEC, if this will result in a saving to the City. A saving will result if the City chooses this approach. It is therefore recommended that award be made to Digital Equipment Cor- poration for the following items: MEM Mte MEW rn DiSk Storage $ 107,100 Printer/Plotter(hardware) 6,070 Multiplexers 28,904 Software Services 193,500 Systems Software 13,420 Total Award to DEC: $ 348,994 This will reduce the award to E-Systems as follows: Basic Bid Price: $1,695,494 Less: DEC computer equipment DEC software services database management system Plus: Bulk Memory Option Additional MDT Software Option • 225,005 - 193,500 17,005 + 31,168 + 8,132 Total Award to E-Systems $1,299,264 Central Database Computer System Three bidders responded to the Central Database Computer System bid: (1) E-Systems, Inc. (2) Burroughs Corporation, and (3) Digital Equip- ment Corporation (DEC) with American Management Systems (AMS) supplying software. The costs of the three bids are shown in Figure #1. E-Systems proposed a system composed of hardware from a variety of sources, including both Burroughs and DEC. The price of this proposal is very high and the configuration as proposed does not provide the desired re- dundancy. , 111111111111111111111d II 1111 1 Vendor II IIIIII II1I6. I�iI�illY�lrlii� 1II11hil 111Iii I�IuuI��Ylii f��u Ihild DEC/AMS DEC/AMS E-Systems Proposal #1 Proposal #2 Burroughs �:ardware Costs $1,128,304 Software Costs 294,302 Other Costs 193,386 Financing Costs 249,475 u� Cost of B-1717 Computer Removal 50,686 8-Year Maintenance 611,403 dotal Costs $ 828,106 188,250 -0- 167,996 50,686 760,400 $2,,527,556 $1,995,438 $ 886,725 $ 962,946 181,750 71,510 -0- 29,500 175,078 117,052 50,686 -0- 760,400 715,872 $2,054,639 $1,896,880 Figure 41: Comparison of Eight Year Costs on Proposed Central Database Computer Systems 1 1 1 American Management Systems (AMS) made two proposals, both Of whidh fe=- quire Computer equipment as independently proposed by Digital Equipment Corporation (DEC). The first proposal is to buy the equipment directly from DEC. The second proposal is to buy most of the same equipment from AMS. AMS and DEC propose that we purchase three PDP-11 computers and run AMS "turnkey" software for payroll and financial applications. These proposals contain the risk of using turnkey financial software that has not yet been tested in a Miami -like environment. The use of three com- puters instead of two also adds an. undesirable element of complexity to the proposal. The best proposal, and also the least costly proposal, is that submitted by the Burroughs Corporation. Burroughs proposed two B-6800 computers. These are large scale mainframes that will be capable of accomplishing the City's workload for many years to come. Burroughs will substitute this contract for the existing contract on the B-1717 now at Dinner Key. This proposal has some very strong features over and above the others: (a) a very powerful database management system is proposed; (b) almost all devices attached to one computer are accessible from either computer; (c) the computer system is capable of extensive growth in storage and processing; (d) the software supplied on this computer is very extensive and easy to use; (e) extensive redundancy is provided by this system; and (f) multi -dropped terminals are supported by the software. A major question exists as to whether it is an appropriate decision to purchase another Burroughs computer, given our experience with the B-1717 now at Dinner Key. The answer to this question is that most of the problems experienced on the B-1717 relate to its limited size; this sizing was specified in the original computer specifications issued to the vendors in 1975. It is not the fault of Burroughs that the City asked for a very small computer. Another problem, also not the fault of Burroughs, is an unstable power source at the Dinner Key site; this problem will be corrected at the Police Building site by use of an "un- interrupted power supply". To establish Burroughs' track record with other customers, letters were sent out to B-6700 and B-6800 users around the country; the results were substantially favorable. An excellent example of a favorable experience with Burroughs equipment here in Florida is at the Department of Law Enforcement where up -time in excess of 99% is routine on Burroughs computers. A second question exists as to whether the computers that the City is purchasing are "used". These computers are "current production" from the Burroughs assembly line and they are brand new in this sense. It happens that in certain electronic components, i.e. in Central Processing Units, Burroughs chooses to reuse components from obsolete computers. There will be no detriment to the success of our installation on account of this practice. By no stretch of the imagination can this computer be considered "used". MIL Viere & Rescue Information System Two bidders competed on the Fire & Rescue Information System: E Systefis and Motorola. Both bids received 'Mere well over budget. Approximately 1.2 million dollars are available for this project, and the bids C:afne in as follows: Motorola $1,569,354 E-Systems (principal bid) 1,714,965 E-Systems (alternate #1) 2,347,133 E-Systems (alternate #2) 1,345,794 None of these bids is considered acceptable due to (a) the limited funds available and (b) the inflexibilities that would be built into the soft- ware as delivered. In order to stretch the funding available to develop the Fire & Rescue Information system, it was decided by the ITS Committee that the Fire Department application should be programmed upon the Central Database Computer System. The benefits of this approach are (a) the cost of the computer hardware for the system is substantially reduced, (b) the software development cost for the system is also reduced because more and better systems software is available on the Burroughs computer, (c) the end -result will be closer to the needs of the Miami Fire Department with a system developed in-house as opposed to a system that has been designed for a different City, (d) a system developed in-house will be much less expensively modified as needs change than a system developed by a vendor, and (e) much of the Fire and Rescue data is related to the needs of other agencies, especially geographic data, and all de- partments will benefits by having this data shared on the same computer. The only objections to using the Central Database Computer for the Fire and Rescue System are (a) the problems of a shared system environment and (b) the appropriateness of a Burroughs computer in a public safety environment. The Fire Department sent representatives to Jacksonville, Florida to see such a system in action and to discuss this environment with the participants. The City of Jacksonville has been sharing two Burroughs B-6700 computers between many applications including hospitals, courts, administration, education, and public safety (Police, not Fire). The public safety application was considered to be successful and to have acceptable up time in Jacksonville, according to both Police and other administration spokesmen. Given the limited nature of the demands upon the B-6800s in the City of Miami environment, without applications in support of courts, education, hospitals, it is reasonable to share the Central Database Computer with the Fire & Rescue application. The development of the Fire and Rescue Information System on the Central Data Base Computer is very economical. The additional costs for develop- ing the Fire and Rescue system over and above the costs of the central system are estimated as follows: MOB IOW mow MEW lilt mmmw MEM ■ manW MM MME MEI- MMIq mm- w mmw m- ma MEM mmem m MERIN iCt Mr- Additional Memory Additional Interfaces Additional Disk Drives Cathode Ray Tubes Hard Copy Terminals Communications Equipment In -House Development Total Fire & Rescue System Cost $ 40,380 35,014 36,472 136,110 112,335 485,000 300,000 $1,145,311 Note that this cost betters any of the bids received from the vendors by a substantial margin. The Fire Department has already begun the process of hiring an in-house development staff for this project. Communications Equipment Because the decision was made to reject the vendor bids on the turnkey Fire & Rescue Information systems, it was now necessary to acquire Fire & Rescue communications equipment to support the in-house developed system. For this reason the two bidders, E-Systems and Motorola, were requested to submit a previously unavailable sub -total for the Fire & Rescue communications equipment alone. This equipment includes: dispatch consoles radio base stations radio receivers (in vehicles) push-button status units (in vehicles) mobile printers (in vehicles) Unfortunately, both bidders made the mistake of tieing this purchase for a limited amount of Fire & Rescue communications equipment to the Police Mobile Digital System bid. Motorola took this request for a sub -total on Fire & Rescue communication equipment as an opportunity to lower their price on the total of the Police Mobile Digital System together with the Fire & Rescue communications equipment. Inasmuch as (1) the intention of the request for a sub -total on the Fire & Rescue communications equipment was not to solicit new bids on the Police system, (2) the original specifications state in bold print that the proposals as submitted will be last and final offer, and (3) the amount of Motorola's reduction in price was not sufficiently significant in any event, it was decided by the ITS Committee to reject all Fire and Rescue Information Systems bids and to rebid the Fire and Rescue communications equipment at a later date. Substantial documentation is available on this subject for review by any party. Central Database System Cost Allocations The Central Database System as proposed by Burroughs contained options to purchase additional equipment. To support the Fire and Police departments the amounts to be purchased are shown in Figure #2. This figure also describes the cost allocations of this system to the Fire Department, to the Police Department, and to other City Departments. The agreed upon formula is that the Fire and Police Departments will each fund one quarter of the Central System out of bond monies, and that the remaining half of MEMEEMP MEMBEM mimm ma- re MEE mm▪ w maw EME mma flMEM MEW M- MW 9- the system will be funded by an eight -year lease purchase from the Burroughs Corporation at a very favorable interest rate of 5% oh the unpaid balance. Remote terminals will be funded entirely by the department(s) requiring them. This allocation of costs between Police, Fire, and other departments is consistent with expectations of how much usage these departments will receive of the Central Database com- puters. =10= Sasio System: (less remote teritihals) Cofnputers $ 949,430 Optional Memory 80,760 Optional Interfaces 70,028 Optional Disk Drives 109,416 Installation* 100,000 Uninterrupted Power Supply* 120,000 Total Central System Cost: $1,429,634 Police Department Share: Quarter of Basic System Cost 3 Serial Printers* 15 CRTs 6 Letter Quality Printers* 357,408 11,970 41,250 25,785 Total from Police Bond Funds: $ 436,413 Fire Department Share: Quarter of Basic System Cost 4 Serial Printers* 22 Slave Terminals* 50 CRTs 2 Letter Quality Printers* $ 357,408 15,960 87,780 136,110 8,595 Total from Fire Bond Funds: $ 605,853 Non -Police, Non -Fire Share: Half of Basic System Cost 10 Serial Printers* 40 CRTs 4 Letter Quality Printers* $ 714,818 39,900 114,525 17,190 Total funded by Lease Purchase: $ 886,433 Figure #2: Central Database Computer System Cost Allocations. *estimated amount, equipment to be rebid ttidget Impadt The purchase of the equipment discussed herein Will have an impact Upon the annual budget this year and in years to come. This impact is esti- mated separately for each system: Police Mobile Digital System: The maintenance cost of the mobile digital equipment will not be borne until the FY79/80 budget. This cost will be at the maximum shown below, if the City chooses to have the maintenance performed by the vendor. It may be possible to cut this figure nearly in half if in-house maintenance is elected. Mobile Digital Terminal Maintenance Radio Equipment Maintenance Computer Equipment Maintenance Increase Supplies and Electricity (est) Total: FY78/79 - 0 - - 0- $ 3,000 2,000 $ 5,000 FY79/80 $20,000 31,000 10,000 10,000 $71,000 Central Database Computer System: The installment and maintenance cost of the B-1700 can be discontinued upon installation of the B-6800s. However, the cost of the B-1700 will grow to $90,000 annually plus maintenance if we do not purchase the B-6800s, because the existing system will not suffice for the existing needs. The cost comparisons ar.:, as follows: B-1700 Installments B-1700 Maintenance IBM 360/20 Maint IBM Keypunch Equip B-6800 Installments Software Rental B-6800 Maintenance Terminal Maintenance Line & Modem Costs Electric Usage Increase (est) Operating Supplies FY77/78 $ 50,000 18,000 5,000 21,000 -0- 5,000 -0- -0- -0- -0- 30,000 FY78/79 - 0- - 0- -0- $ 21,000 150,000 7,000 105,000 12,000 15,000 15,000 40,000 FY79/80 -0- -0- -0- -0- $150,000 9,000 105,000 16,000 30,000 15,000 40,000 Total: $129,000 $365,000 $365,000 Please note that the apparent increase of $236,000 is tempered by the fact that an increase of $55,000 will occur whether or not the B-6800 is purchased. Fire and Rescue Information System: During FY78/79 the Fire & Rescue system will be under development, rather than in operation. The bulk of the operating costs of this system will therefore not be encountered until the FY79/80 budget: MWE MIAW NEW MEW MME MMg MEW mmw mmm mME mmw MEW mmw Mak MEE , M* MOW MEE EMI i2 'Y77/7$ t17.8/79 FY79/80 B=6800 Off -Shift Maint .=0= ''0 $ 22,500 Electric Usage Increase (est) ,-0- $15000 30,000 Remote Terminal Maint -0i 15,500 19,000 Modem & Line Costs $18,000 18,000 30,000 Operating Supplies -0- _ _ 5,000 10,000 Total: $18,000 $53,500 $111,500 Resulting Benefits The costs of the systems to be awarded are well spent when compared to the benefits to be obtained: Police Mobile Digital System: Police officers in substantially all police patrol cars will have direct access to a wealth of computer information without having to ge through a dispatcher. Radio voice traffic will be substantially reduced, radio channel space will be used more effectively, and greater dispatch efficiency will result. Officers will have rapid response to inquiries for "hot" information and a greater "hit" rate on stolen vehicles and wanted persons will result. Information previously unavailable to police officers will become available in a timely fashion, thereby increasing the effectiveness of both patrol and investigative units. The computer databases at the City, County, State and Federal levels will become working tools for the police officers. All traffic will be governed by controlling security and privacy legislation. Central Database Computer System: This system will be used for a number of very important applications: (1) Improvement of the existing financial system via on-line entry and on-line inquiry. This will result in more timely and accurate information and may reduce the staff necessary to operate the financial system. (2) Development of a budget preparation and monitoring system. A budget system is very much needed to reduce the enormous amount of time and effort expended by all departments City-wide to prepare budgets with sufficient detail. A budget system is also needed to monitor compliance to the budgetary spending limits. Properly implemented such a system can reduce the number of personnel in the City being used for budgetary purposes. (3) Payroll and Time Accounting applications are in need of improvement. Unnecessary effort is now being expended on the control of time records and payroll records throughout City departments. Savings will be obtained by a system that provides summary data on-line to users. (4) Many City departments have a need for geographic based information. In City government it is essential that information is organized and maintained geographically in a system that can be readily queried. An interdepartmental geo-file will allow zoning information to be compared to crime, or to fire -hydrants, or to voting tallies on-line, by inquiry from a computer terminal. MM 117 imam MMW (5) tuman resource records need to be placed oh the computer for ready retrieval: Personnel history, training, etc. should be maintained oh the computer and a current roster of personnel should be available to all departments. Ethnic and minority reporting should be automatically provided by this means rather than hand tallied. (6) Nearly all City departments have a need for an automated word pro cessing capability. By use of the computer many routine secretarial and/or clerical functions can be reduced or eliminated, thereby allowing more work to be produced with fewer employees. (7) On-line indexing and preparation of legislation is an application of great value to reduce the work involved in preparing legislation for the City Commission agenda and in filling and indexing the resulting legislation for later recall and publication. Fire & Rescue Information System: The Fire and Rescue Information System is composed of (1) a message system to replace the obsolete teletype system, (2) a dispatch and status reporting system that will optimize use of the radio channels and provide an efficient and orderly means of con- trol, (3) a reporting system that captures information at the point of origin to automatically produce all necessary reports to avoid unnecessary paperwork, thereby reducing the needed manpower, (4) an operations control system whereby summary information from the reporting system is made available in a timely manner to Fire chiefs to provide the opportunity to control changing conditions in readiness, risk and other conditions, and (5) a geographic analysis of relevant fire prevention and suppression data will be available for constant and convenient use. MEW mow mow MEE -14- tedotrimendation Awards of bid ate recoMMended 4 *to Burroughs Corporation in the amount of $1,501,519 for the Central Database Computer System, also to be used for the Fire and fescue Information System; *to E-Systems, Inc. Garland Division in the amount of $1,299,264 for the Police Mobile Digital System; *to Digital Equipment Corporation in the amount of $348,994 for computer equipment and services portions of the Police Mobile Digital System. met MEW MMW MMINEMINIM MIMOF MIEMaar MOE MINP ik Amw TO: FROM: CITY OF MIAMI. FLORIDA 1NttR•OFFICE MEMORANDUM George r, Knox City Attorney mitt: July 14, 1978 PII.e: sue.,tCT: bidding for Computers & Communications Equipment William N. Smith RtFtRtNttet Director Dept. of Computers & Communications rNCLoauRFls: In discussions with Commissioner' J.L. Plummer prior to awarding bids on the Computers & Communications equipment, Commissioner Plummer expressed reservations concerning the appropriateness and legality of the procedures that have been followed in regards to the prepara- tion of specifications, in the bidding process and in the evaluation of the bids submitted. Commissioner Plummer requested that the opinion of the Law Department be obtained as to form and legality of this process. It is therefore requested that your opinion on the appropriateness of the procedures that followed L. .. formulated v.....t L.. .7 ' 'L�... for L... benefit .+.. CAL L L1 .. that. WL..L . followed be form Ulal.ed 111 writing foL the benefit of \.11V City Commission for possible award on the July 27, 1978 meeting. In particular, it is suggested that the Law Department look into some of the more controversial aspects, such as: -the requests for sub -totals on Fire & Rescue communications equipment after receipt of initial bids; -the legality of E-Systems contracting on this phase, given criticism that they designed the first phase; -the contention that the City's prior contracts with E-Systems have any bearing upon Motorola's ability to meet the specifica- tions; -the appropriateness of the rejection of Motorola's bid on Fire & Rescue equipment on account of it being tied to the Police system; -the necessity to have hearings with the bidders subsequent to accepting bids.. The Department of Computers and Communications will be pleased to cooperate and to provide any and all documentation upon request. EflW: dr cc: Joseph R. Grassie, City Manager Art Mullins, Purchasing Agent ITS Committee Members CITY OF MIAMI. FLORIDA to: tNtER-OFFICE MEMORANDUM William N. Smith, Director ters & Communications G-.rge . Knox, City qtorney SUbJtctf: RikrERENCE9: ENCLOSUMES: July 21, 1978 Legal. Opinion - $iddinq for Computers and Communications Equipment FILE: MIS-78-38 This is in response to your request for a legal opinion as to the legality of the procedures followed in the preparation of the specifications, evaluation, and acceptance of the bids submitted for computers and communications equipment. The pertinent facts are as follows: The City advertised for and received bids pursuant to applicable provisions of the City Charter and Code for computers and communications equipment for the Police and Fire Departments. After bids were received, but before any were accepted, the City requested an addi- tional breakdown of sub -totals from each bidder. These bids were rejected when one or more of the bidders submitted prices that were contingent on obtaining both Fire and Police contracts. The City re -bid the Fire project and subsequently accepted bids for various parts of the project from various bidders. The questions submitted were essentially: 1. WHETHER THE REQUEST OF SUB -TOTALS AFTER RECEIPT OF INITIAL BIDS IS LEGALLY PERMISSIBLE? 2. WHETHER A BID THAT DOESN'T CONFORM TO THE BID NOTICE AND IS CONTINGENT ON THE AWARD OF A SEPARATE CONTRACT IS ENTITLED TO CONSIDERATION? 3. WHETHER IT IS NECESSARY TO HAVE HEARINGS WITH THE BIDDERS SUBSEQUENT TO ACCEPTING BIDS? 4. WHETHER A DESIGNER OF THE FIRST PHASE OF A PROJECT IS PRECLUDED FROM BIDDING ON THE SECOND PHASE? stat mane MEE I Mmm MME n ma IOW Mak re- 1 Wig William N. Smith, Diredtor computers & ComMu hieatibhs Legal Opinion Page 2 duly 21, 1908 5. WHETHER THE BY=PASSING OF THE PURCHASING AGENT IN THE EVALUATION OF BIDS CONSTITUTE A LEGAL PROBLEM, WHEN THE FINANCE DIRECTOR PARTICIPATED IN THE EVALUA- TION OF SAID BIDS IN HIS STEAD? The response to question one is as follows: Firstly, the City Charter and City Code, §§ 53 and 16-21 gives the City Manager the power to reject all bids and advertise again in obtaining the lowest responsible bidder and/or the bid that is most advantageous to the City. In requesting a sub -total of prices after the receipt of bids outlining total prices, is in line with authority provided in the City Charter and Code. Generally, public bodies are accorded a wide degree of discretion in determining whether a single bid should be required for an entire project or for two or more separate projects, or for alter- nate plans or materials. 43 Am Jur, Public Works and Contracts § 38. It appears that this is totally proper under the authorities cited above since a bid constitutes merely an offer. The response to question number two is as follows: As a general rule, a bid may be rejected when it doesn't conform to a reasonable requirement of the bid advertisement and speci- fications. To accept a non -responsive bid would be a violation of the "competitive bidding" concept and would result in unfair com- petition to the conforming bidders. In this regard, the City has. a duty to reject such a bid. McQuillin Municipal Corp. (3rd Ed.) §29.65. When sub -totals are requested and lump sums are provided, a major variance exists. In this context, it gives the non -conforming bidder a substantial advantage over other bidders, and thereby restricts or stifles competition. Therefore, such a bid is not entitled to consideration. William N. 8rith► biredtor a Computers & C°o MUniCations Legal Opinion Page 3 July 2, 1978 The response to question number three is as follows: Although, the law doesn't require it, hearings after the accep- tance of bids are granted only upon a showing of some mistake, error or bad faith in the bidding process. The City is not required to grant a post -bid hearing in the absence of circumstances described above. The response to question number four is as follows: The general principle in bids for municipal contracts require a fair opportunity for free competition. Unless the designer of the initial phase of a project had some advantage not shared by other prospective bidders, his subsequent bid on the second phase is not deemed to be violative of the "compet itive bid concept". As is apparent, this would hinge on a given set of factual circum- stances. The response to question number five is as follows: Section 52 of the City Charter provide that the City's Purchasing Agent shall be the Director of Finance or an officer in the Depart- ment of Finance. His duties shall include making all purchases for the City and he shall insure that opportunities for competition are safeguarded under rules and regulations established by ordinance. It would appear that the responsibility vested in the Purchasing Agent by the City Charter was carried out by the Director of Finance while sitting as a member of the Bid Evaluation Committee. (The ITS Committee). GFK/TVP/ow PREPAREDEDAND APPROVED BY: Y• TERRY V.� iIM�y PERCY ASSISTANT CITY ATTORNE MOW NNW IAD Mifflk EMS MEM TO: Joseph R. Grassi City Mahager aTt: July i4 # 1978 U 11ECT: ci Controversial Aspedte of AWard for $id oft Computers and Comfnunicatiofs Rquipment FROM: f11i11iam N, Sm' th j Director ,.T.FEnENcLi: Dept. of Computers & Comiilunicatiohs .4CLC3U14.E8; The fact sheet prepared on the Computers and Communications equipment bid adequately describes the history and data pertinent to this award. However, certain controversial points are brought forward here for purpose of clarification in an effort to put these issues "to rest". 1. Low Bidder: Motorola claims to be the low bidder. The bid documents show otherwise. Motorola justifies their claim because when we asked them for a subtotal on the Fire & Rescue communications equipment only, they tied this low subtotal to the Police equipment, thereby in effect lowering their total price. This action was in contradiction to the bidding instructions. Therefore we elected to rebid the Fire and Rescue communications equipment. It would not have benefitted the City to elect this subsequent bid because of certain drawbacks that we have documented. 2. Design vs Implementation: It is alleged that E-Systems designed the Mobile Digital System and is therefore legally precluded from engaging in its implementation. This is not the case. E-Systems designed and developed a mobile digital system. This system was proved by way of a demonstration test using three E-Systems mobile terminals. The bidders are now competing upon the sale of additional hardware to run a full scale, as opposed to a limited, operation. E-Systems did not prepare the specifications for this hardware. Both bidders proposed acceptable hardware. E-Systems is being selected over Motorola on the basis of cost to the City. 3. Contracts with E-Systems: It is contended that the City has entered into a agreement wlth E-Systems to market the software on the Police Mobile Digital System. This is not true. An agreement does exist to market software on behalf of the City but this agreement contains no- thing about marketing the Computer Assisted Dispatch or the Mobile Digital System. On the other hand, the original sales contract with E-Systems signed in 1974 contains a limitation against disclosing of E-Systems developed software to third parties. At our request in order to have a fair and open competition, E-Systems agreed in writing to allow the City to disclose this software to Motorola if they should win the contract, providing that Morotola sign a non -disclosure agreement pre- venting them from reselling this software. A sample non -disclosure agree- ment was provided by E-Systems. TO: MAYOR tall r.;:.':',1 ''E 2rti t� r t;Z COMMISSION TRANSi::i'3"r".'. • i� JUL 2 1 1978 it mw MM 4 'Revised Bids: It is claimed that tric Wilson invited the bidders to reduce their total price in a confusing letter of April 7, 1978. Motorola, in fact, went "out of their way" to interpret this letter to mean that they could reduce their total system price because they knew that they would otherwise lose the contest. The facts are that the letter carefully spelled out the items to be bid and included the statement "Include only the equipment listed below..." The letter asked for a sub -total on this equipment which was to be lower than the sum of the unit prices that had been already bid on said equipment. In a telegram on this same subject it was reiterated that "...only the information called for in said letter is to be submitted in con- formity with the original specification and proposal. No other bids or proposals will be accepted". Despite this fair warning Motorola submitted a bid on this Fire and Rescue equipment, but only effec- tive if the Police Mobile Digital system was awarded to Motorola. In this manner the clear intent of the letter of April 7, 1978 was abused. 5. Re-employment of Mr. Wilson: A malicious rumor has been circulating that Mr. Wilson is to be employed by E-Systems in the future. This is absolutely untrue. Mr. Wilson has volunteered to undergo a polygraph test, if asked, to ascertain that he has never discussed this possi- bility with E-Systems and that he has never seriously contemplated this possibility. Mr. Wilson considers himself to be a career public servant and has no inclination to work for a private company. In my opinion, Mr. Wilson has reason to be angered and to take action against any individuals perpetuating this rumor. E-Systems is also willing to file an affidavit stating that they have never approached or discussed any employment opportunity with Mr. Wilson. 6. Second Hand Computer: It is alleged that the proposed Burroughs com- puters are "second hand". The computers, in fact, will be directly off the assembly line to the City and will in this sense be current production. Burroughs does engage in the practice of recycling electronic parts of older computers in fabricating certain new models; this prac- tice has brought about this allegation. But substantially all of the equipment as proposed will be "brand new". 7. Prior Experience with Burroughs: It is contended that we should not get involved with Burroughs again because of an unsatisfactory experience with the Burroughs B-1717. The fact is that the B-1717 was too small for the job that it was selected to do; however, the size of the com- puter was not specified by Burroughs; the B-1717 indeed performs work beyond the capabilities of the larger computers at the Police Department. The reliability of the B-1717 has also been criticized. However, this computer is operating with unstable electric power that is creating reliability problems. These problems will be substantially reduced when the new computers run off the uninterrupted power supply at the police department. Similar problems were encountered with the Police computers of another vendor before they were run under steady power. Other Burroughs large system users were contacted as to their experience with Burroughs; the results of these inquiries were favorable and are available for anyone to read. An example of an excellent experience with Burroughs equipment is the Florida Crime Information Center in Tallahassee. All of the above clearly supports awatd of bid as recoftmended. We are Oh firm ground oh all issues. This recommendatioh is OWieirred in by all of the following: Kenneth I. Harms, Chief of Police Herman W. Brice, Fire Chief James E. Gunderson, Director of Finance William Ni Smith, Director of Computers and Communications Jack R. Piatt, Assistant Director of Computers and Communications Eric Wilson, Assistant Director of Computers and Communications WNS:EHW:dr cc: George Knox, Law Department Art Mullins, Purchasing Division ITS Committee Members mmmm mmmw NEER MEW MMEWff MMMMi nt MEW ■E mmmm mmmm MIER NEEL mmmm MENEM Migagitt MEW ems: mmimms OBF mom MEW ew MMW mmm ENE maw nA rt 03y Cvtx..f f4 �`:' mieu„Ira 44L.;i }l.f.���'v+ CORPORATE. OFFICE: 5809 ANNI,POLIS ROAD, SUITE 512 BLADENSBURG,MARYLAND 20i10 PHONE: 301.927xd. 980 c Mr. William N. Smith, Director Dept. of Computers & Communications City of Miami Police Department 400 N.W. 2nd Avenue Miami, Florida 33128 MIDWEST OFI"ICE: 2970 MARIA AVENUE, SUITE 115 NORTHBROOK, ILLINOIS 60062 'HONE: 312.564xi 070 July 26, 1978 SUBJECT: CITY OF MIAMI COMPUTER & MOBILE COMMUNICATIONS BID ANALYSIS Dear Mr. Smith: DIGITAL Sachs/Freeman Associates has been retained by the City of Miami to provide consultant services in the evaluation of bids for computer and digital _ GiiiLiL. L J_ J J :Y.. c.u. ma..^ axx.....v...� . ... ... • ..— o A review of the submitted proposals, including costs o An assessment of the merits of each proposal in meeting the objectives of the bid specification o Particular consideration of the documented bid evaluation performed by the City of Miami o Comments involving the specification itself, the bid process, and other aspects of this procurement that could impact the award process This memorandum summarizes the results of the evaluation. Evaluation details have been discussed at length with representatives of the City's Department of Computers and Communications, and the department is aware of the supporting information that led to the comments i}erein. It should be pointed out at the onset that, at the City's request, the SFA investigation was completed in a one -week time period. As a result, in-depth investigation into all aspects of bidder response to the bid specs were not possible. However, a sufficient evaluation was performed to enable us to make specific comments on the procure- ment involved. One area of investigation by SFA dealt with bicl prices particularly as they might be adjusted to enable bid comparisons on an equitable basis. To the extent possible, changes were made to original bid prices to reflect omissions of the bidders, or price adjustments for comparative purposes. The result of these changes, in the MPD area, f Page Tear is for the ESystems bid to be somewhat Tower than the Motorola bid. However, the City is reminded that the system being procured is very complex and sophisticated and in our judgement a price difference of the magnitude involved should not be the basis for selecting one bidder over the other. In other words, we believe that factors of system performance, efficiency, convenience and other characteristics are the major determinants to the outcome of this procurement. Our review of the bids raised additional questions beyond those that had previously surfaced concerning whether bidders are in compliance with selected sections of the bid specs. These questions were not isolated to a particular bidder or to a. particular section of the specifications. Each of these issues (as well as those raised during the initial bid evaluations by the City of Miami) were explored with the City, and agreement obtained on the nature of the concern and its general im- pact on system implementation: �..In addition, an assessment was made by the City of the importance of the particular omission, deviation, or less satisfactory effect involved. Issues included such subject- tive options as simple contention versus controlled contention, depot versus on -site maintenance, and others. The general conclusions reacnea by SEA were that (a) there were no issues of overriding importance or concern that would disqualify a bidder, and (b) there were no issues that weighed heavily in swinging the evaluation one direction or the other. However, the general assessment of the bids, using the weighting established by the City on the issues, led to the conclusion that E-Systems was the preferred bidder. One alternative under consideration by the City is to procure selected system elements directly from a computer hardware supplier. We are somewhat concerned about this approach (even though we recognize that this action has been taken on other procurements, and that the items in question are peripherally related to the major missions of the system involved), even though it may result in some cost saving to the City. We suggest that careful attention be given to such factors as assignment of system responsibility and the risks of system integra- tion in taking this approach. Considerable activity relative to the Fire Department portion of this procurement has taken place by the City. Without belaboring the problems occasioned by the two rebids, it is our understanding that cost considerations have dictated the department to go to a shared rather than a dedicated computer arrangement. In that case, SFA agrees with the City that there is no alternative but to rebid this portion of the procurement, since there is no way of evaluating present fire bids based on a shared computer concept. Page Three 11111111910. only a lifnited amount of time Was spent ettaivating the Central. bata- base Computer System. Only minor spec deviations were noted, and We do not see any opposition to the choice of Burroughs as the success- ful bidder. In closing, we would like to point out that contract negotiations asso- ciated with this procurement are crucial to the successful completion of the project. City of Miami representatives must go over the City requirements in detail with each potential contractor, to assure there is clear understanding of what will be delivered. Changes to and clarifications of the bid spec document, which should be the primary contractual agreement between the successful bidder and the City, must be put in writing. Particular attention should be given to the acceptance test portion of the specs. • Since1y, Herbert M. _achs Vice President HMS/dr WERMIEt MIW mmoinri MMW MMW MEM ME▪ E MME fl MMW MMINHE MIIMEIRe mm- m MEE MED RE▪ SEW August 21, 1978 Mr. Philip Hamersmith Film Industry Consultant Metropolitan Dade County 31 Sidonia, Apt. #4 Coral Gables, Florida 33134 Dear Mr. Hamersmith: Reference is made to Mayor Maurice A. Ferrets letter to you dated August 15, 1978. Enclosed herewith please find a copy of Motion No. 78-501 which was passed and adopted by the Miami City Commission in connection with the Greater Miami International Film Festival. Very truly yours, TTY HIRAI Assistant City Clerk mh Encl.a/s RALPH G. ONG1 City Clerk MAttV HIRAI Assistant City Clerk DEPUTY CITY CLERKS Sylvia M. Mendosa Robert Norris Wilhelrnina 8. Porter Robert E. Tingley STAFF Georgia M. Little MICROFILM DIVISION Maria Isabel Fernandez Evelio Rizo OFFICE OF THE CITY CLERK/City Hall/3500 Pan American Drive/Miami, Horida 33133/579-6065 -07,?/