Loading...
HomeMy WebLinkAboutR-77-0468w RESOLUTION ...7:7 l4 .. A RESOLUTION ACCEPTING THE BID OF ROCICNIELL INtERNAfiIONAL IN tHE AMOUNT OF $403,187 FOR FURNISHING AN AUTOMATft riN5IBPRINJ_ .IDrNVTIFIGATION SYSTEM; ALLOCATING rums r oM POLICE HEADQUARTERS AND CRIME PREVENTION FACILITIES BOND EUND AUTHORIZING'1HE CITY MANAGER TO ENTER INTO A CONTRACT WITH THE AFORESAID rim; AND INSTRUCTING THE PURCHASING bEPARTMENT TO ISSUE A PURCHASE ORDER FOR SUCH EQUIPMENT, WHEREAS, pursuant to Public Notice, sealed bids were raceived 1977i for furnishing ah Automatic Fingerprint Idehtifibatioi Systetti for the Miami Police Department, WHEREAS, injitations were mailed to two potential suppliers and', two bids were received; and WHEREAS, funds for this installation are availableandare be allocated from the. Police Headquarters and Crime Prevention Facilities Bond. Funds; and WHEREAS, this equipment will be used by the Department of Police or the purpose of computerizing the fingerprint identifications system; an WHEREAS, the City Manager and the Evaluation Committee of the Department of Police recommend that the bid of Rockwell International. is the lowest and most advantageous bid received; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF-TIIAMI, FLORIDA: Section 1. The April 21, 1977 bid of Rockwell International in the amount of $403,187 for furnishing an Automatic Fingerprint System for the City of Miami Police Department is hereby accepted with funds therefor hereby allocated from the Police Headquarters and Crime Pre- vention Facilities Bond Fund. Section 2. That the City Manager instruct the Purchasing Agent to issue the equipment and is further hereby authorized .0%* with wzw said firm for the purchase of said AttQst; is hereby authorized to. Purchase Order for this to enter into a contract system, PASSED AND ADOPTED this 293A day of )!INE MAOR4CE A, FERE_ DVCUMENT INDEX M A Y p R ITEM N If CITY COMMISSION MEETING OF 'JUN 9 1977 Omar No., .7 7. ,4 6 8 OBERT F t GLARK AS§18 At1I' Ctit AT' bR E 1s: EM lifig tbtiftt.:..tdef tificatloti Syctpfnc4 %t�.•bAtE tb% R IV/Eb Putchas ifig BID SECURITY ' April 21; ili7 BibbER tYPE.br tituPitY AMOUN t PON ACeBUNiiN 3 USE Calspan Technology Products Box 235 Buffalo N.Y, 14221 Rockwell International Corp Autonetics Group 3370 Miraloma Ave. Box //192 Anaheim, Calif, 92803 Received the above described checks this_ .,_ doy of .._....._.._ FQR fAQCQUNTAI PIV.I$IQN crfr fittiti.+rtti�A 1ith Betgttiott ti $ 19' 1 MMP 5 pi4ogram lvtahager 8y8tetn8 Deve1c pmeh.t Matlarte1' EfacLi}gtit[$: Interest rate for, e ia1uatioh t 8 ib b*Lf. , :Nb. `7 aRbM = A► Ls Huiiiti Purr ati.i t Ageht Please:be advised that bids oh:Autombted ringerpOiht tdehtificetioh;5ystetns No, 7677ii5i will be;seht to your office shd art to be oper►ed on April 21, 1977 at $:00 P.•M. , : • -. ' ,., • - • • - 1 -•• , • • . • •••• „ 1 • ' • • •", • r6it4r1 itiII'01,6sK-6 •== = •• • i1V:„Vi.:6-notett• • :401-46g4:'tof • ltdgOlut.itil • Purptibtimb,iptigont-H:,. • I.. , , , ' • ' • • , , , I, , .-• PuttUant to Public Notice, sealed bids were reteived April 21, 1977 for furnishing an automatic fingerprint systeM for the Department of Police. Advertisements for a preliminary request FOP proposal were • placed inthe Wall Street Journal and local newspapers during the week of January 31, 1977. Only two companies: Calspan Technology Products, Inc., of Buffalo, New York and Rockwell International of Anaheim, California, responded to the pre- • liminary RFP. As a rosult, the specifications were developed by the Iiiami Police Department and a final RFP was mailed to these two companies. Their bids are as follows: Purchase File Annual Bidder Price • Conversion Maintenance • Rockwell International $403.187 No Charge $15,000 Calspan Technology •$690,000 $25,000 $28,000 Products Funds For this purchase are to be allocated from the Police Headquarters and Crime Prevention Facilities Bond Fund. Specifications in the request for proposal, which will be in- cluded in the contract, call for 30 days for contract negotia- tions from the date of the award of bid and a delivery date of 10 months from the date Lho contract is signed. The equip- ment which constitutes this system will be used by the Identi- fication Unit of the Criminal Investigation Section of the Police Department. The contract will include a schedule for testing and accept- ance, as specified in the request for proposal, a payment schedule designed to minimize the risk factor in terms of • monies invested, and a back out provision to terminate the contract and minimize the cosi to the City of Hiamd should' the system fail to meet acceptance criteria during the trio]. period. -777- : � a §epti N ttd City Mdma d ub et 2 1 eque5t tlr Ndedluli i i ohi %A ord 6f t d: Autb iatit .in t ifi it i re,ciuested th t the uird Ede mode acid o ro oiUtioh b prspared occepting os the'mt odv0titagdduo bid oo>reoe vod from ihterheiohol for urtishitiy,.,ah outomotic fi�ioatptht', system for the `poiiieo Deprtmeht et' a totol coot 0 . $4O 3, i 7 • The Departmeht or Police •cohcurs with this recommehdotio hi RPP inciuded these safeguards bedause it was prepared prior to the purchase of a dotputeriZed ID system by any, LAW enforcement agency in the U.S., With the exdeption of the P.B.I. Which has previously contracted with both respondents to our RFP to provide a similar system on a much larger scale. Other law enforcement agencies have since determined a need for such a system, evaluated those available and have signed contracts for the purchase of systems which are compatible With the data used by the F.B.I. system. Contracts to supply automated fingerprint systems to the Royal Canadian Mounted Police, the cities of Minneapolis and St. Paul, Minnesota, and the recent selection by the State of Bahia, Brazil, all of which use various components being proposed for the Miami Police Department installation, have been awarded to Rockwell International of Anaheim, California. Rockwell, one of the two respondents to our RFP, has indicated in its proposal that the system they have proposed for the Miami Police Department would be the first installation that would utilize all of the components together and be the first complete fully -integrated fingerprint system in the world. The Autonetics Group personnel at Rockwell have structured their proposal in such a way as to assure that they will be completely dedicated to the success of the system they propose, but at a cost which is extremely competitive with the only other bidder-$403,000 for the Rockwell system compared to $690,000 for the other bidder, Calspan Technology Products, Inc. In addition to the initial cost, Rockwell has proposed to convert 100,000 fingerprint cards to computerized data at no cost to the City and a $15,000 annual maintenance con- tract, as opposed to the other bidder's cost of $25,000 for 100,000 card conversion and $28,000 annual maintenance con- tract cost. The proposed Rockwell system represents a saving of $377,000 over a five year period compared to the other bidder. The Program Manager of Rockwell International for the Miami installation has explained the comparatively low cost of their proposal. First, they feel it is to their advantage to install the world's first complete system in a modern facility such as the Miami Police Department as a showplace for their product and second, our contract, if awarded to them, will be the fourth system to undergo concurrent assembly of similar components thereby reducing production costs. 02eph ' ss 'MAY 1 M6 eIS ' the MiaMt-:• i e. bepaitMieht ap�ei it d to the set eot-ibfi 'bommittee ib the •iikoliase€ the , s'steiti whioh %s . i at . c esi tab1e f om hoth the standt bir1t • of oo,stanti per4 . o iahee - have Visited the Rockwell i sta11atit3ii . at Anahe ft t : specifically oiaiify items ii .their pi=t60,beal 'arid,to View the basic components~ of , their. imposed eysteiil a icy have ketiithed to meet with the Other itiembets of the eel ectioii obm- iiiittee e a result st5f their meetings the selection.committee has mnahimousiy selebted Rockwell international to be awarded, the contract fbt the system. GtW : ac id Ni 41-0 tommolli AYPt 'ter OUtCtiA$ IBC 5eU PCtLNtIAL otopLn TAOULAfiION.: ; FUNDO: AUtbtnbtd Olice ging1e iurchiae Computerize the fithgerpriht idehtifiebt bh sybtcii Two Two fii ttotih1 '8ytttrt Bidder; Rockwell Iniernationa Calspan, Technology Products Purchase �riaeR $403,107 $690 00-0 $403 y 187 Police Headquarter Facilities'Bond Fund, F11e Cot,vo sigh No Charge $25,000 Annual Ma Ute1ahe $15,`000 $28)000 and Crime, Prevention CERTIrIED AS TO AVAILABILITY Of FUNDS/SOURCE: epartment ('.Finance BID ;EVALUATION: A committee was appointed by the Chief of Police to eval uate the two proposals. It Was determined by this com- mittee:that both proposals met the specifications of the final request for proposa1. The price offered by.Rockwell is extremely competitive for a system of this magnitude. Rockwell has explained this is due principally because they feel it will be to their advantage to install this, the world's f irst' com- piete, fully integrated, computerized automatic finger- print system in a facility such as the .Miami Police De partment. ADDITIONAL INFORMATION:' Specifications in the request for proposal,,' which will be included in Lhe contract,; call for 30 days for con- tract negotiations from the date of the award of bid and a delivery date of 10 months from the. date . the ' con- tract is signed. The equipment which constitutes this system; will be used by the Identification Unitof the Criminal Investiigation Section of the Police. Department.;`: Pale `1- of l ad i U't:. �r, ct tv u� r; ` E �dt c �c t�••,i Ltd (C ht )• 6-6 60t 60 360 pet; f zed i 1 tht r uotot '' c fit/sii4 k )bymchE sclie`duid . -dei itjhcd `E trri rni t; � i k c tt3 iti t rns tj lii eta ' ii�ut sled r �ihd E��rrk �u� ' fi�v sibti Eti rt mihnLc Lh tkbhU dtyt the 'mihhini Ehd Cb3t Eb Ehd ;City' t�f ,f rni h u1t1 ih sy�E`t;tn ail tt trte� t tr t tt ' . t3 tri ;'ut't� Eht00iicid IT (RECOt1l1LMM1D tifAT ThhE 'AWAt b.I E r)` Imc uiELL ` INTO NM I iNAL , •Tht;;':Detjatitrioht of Op' ' b ctiti Ut P;utjc ?; f 2