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