Loading...
01-22-2002 - Award of Bid 1101-B; Replacement of the City Telephone System; Supplemental Report0 January 22, 2002 TO: Andrew G. Pasmant, City Manager and City Council FROM: J. T. Keating Interim Communications Director • City of 'West Covina Memorandum AG NDA ITEM NO. `I71 DATE 01/22/02 ®PRINTED ON RECYCLED PAPER SUBJECT: AWARD OF BID 1101-B; REPLACEMENT OF THE CITY TELEPHONE SYSTEM; SUPPLEMENTAL REPORT SUMMARY: This report reaffirms the staff recommendation made on January 8, 2602 that Bid # 1101B, for the replacement of the City's telephone system (CIP'Project 02401) be awarded to Standard Tel Business Communications Systems of Long Beach, CA, the lowest responsible bidder, and that the remaining expected costs of the project be funded by the Equipment Replacement Account.. BACKGROUND: At the City Council's last meeting, staff recommended that the lowest bid received for the for the replacement of the City telephone system, which was received from Bus. Tel Systems of Corona, CA, be set aside as non -responsible, and that the bid be awarded to Standard Tel of Long Beach. Representatives of Bus. Tel addressed the City Council, and after somediscussion, Council action on the matter was held over. DISCUSSION: In recommending that Bus. Tel's bid be set aside, staff provided five (5) separate reasons for doing so, and while staff continues to believe that all of those reasons remain valid, the essence of this issue can be summed up into 1,.which is that the Request For Proposal (RFP) specifically required that the operating systems for the telephone switch and the voice mail system be Windows NT or Windows 2000, and that an OS2 operating system would not be accepted. That information was properly distributed to all prospective bidders, including Bus. Tel. Bus. Tel chose not to acknowledge that requirement and proposed a system that operates on OS2. Thus in fairness to both the prospective bidders who attended the pre -bid meeting and did not bid on the project (perhaps for that reason), And those that did comply with the requirements, staff believes Bus. Tel's bid should be set aside as non -responsible. As an added note, staff did review Bus. Tel's bid a second time and found additional discrepancies, each of which could be used as a basis for disqualification. This second review also brought into further question, the true overall cost of its bid. City Council has authority to set aside bid. Paragraph 17 of Section 1, the Instruction to Bidders, to the (RFP) is entitled "Rejection of Proposals" and states "The City reserves the right to reject any and all proposals and to waive any minor or technical discrepancies or irregularities. Proposals may be rejected if they show any alteration of form, additions not called for, conditional bids, incomplete bids, erasures, or irregularities of any kind." Thus the City Council's authority to reject a bid is clear. Why require Windows NT or Windows 2000 ? The requirement to limit the telephone switch and voice mail operating systems to Windows NT or. Windows 2000 was developed during the design phase of the project and is based on a recommendation from both the City's IS system. manager and the Police Department Service Group computer systems manager. To attain unified messaging applications such as a -mails over the telephone, voice mail over e-mail, the telephone system must be integrated with our other computer systems. We use Windows NT/Windows 2000 in all other applications and that is what our people are familiar with. Thus by limiting the operating system to Windows, we eliminate any potential integration problems now and in the future, and the need for us to learn another operating system., All Bus. Tel issues addressed. Attachment (1) to this report is a detailed response to all of the issues Bus. Tel. mentioned in its letter of January 4, which was presented to the City Council at its last meeting, both those comments relating directly to its bid response, and those "extraneous" comments obviously intended to discredit the process. Staff suggests our comments are self-explanatory and require no further explanation. Independent peer review supports staff position. In addition to the above efforts, the City Manager directed that an independent telecommunications consultant be engaged to review the RFP and both Bus. Tel's and Standard Tel's bid. Staff asked Mr. Tim Peters, President and CEO of Tech=Knowledge Inc., a Pasadena based Telecommunications and Information Technology consulting firm to conduct that review. Mr. Peters has over 25 years experience in the telecommunications/information systems industry and is a well respected telecommunications consultant. His report is enclosed as Attachment (2). In sum, the report is self explanatory and emphatically reaffirms staff s assertions that 1) the RFP is an adequate and complete document; 2) that Bus. Tel's bid contains significant administrative and technical irregularities and should be set aside as non -responsible; and 3) that Standard Tel's bid meets the specifications of the RFP and should be awarded the bid as the lowest responsible.bidder. Thus in sum, staff believes there is no need to rebid the project and reiterates its original recommendation. FISCAL IMPACT: When this CEP project was approved, ti was envisioned that the system would be purchased using a "lease -purchase" approach. The total cost of the entire system, including consultant fees, new conduits and cabling, etc., was estimated to be $550,000. $150,000 was approved in the current year's CIP budget, with $100,000 required in each of the next four (4) years. Based on the bids received, the total cost of the project is expected to be well below the $550,000 amount. An itemized listing of all costs expended or expected for the project is shown below: Standard Tel bid price (less sales tax) $ 346,735 Sales tax quoted 17,036 Additional sales tax eff. 01/01/02 532 Consultant fee 21,660 Installation of roof conduits 11,000 Conduit inspection City Hall — City Yard 1,625 Bid advertising & Printing' 135 Installation of 200 DID numbers & addl trunks 2,500 Contingencies 40,000 Total estimated project cost 441 223 As required by the RFP, Standard Tel offered a lease purchase approach. Using the cash bid price (less the $17,036 sales tax quoted) of $346,735.00, it offered a 5 year loan (60 monthly payments) at a fixed rate of 4.87%. Monthly payments would be $6,523.77 and the overall interest paid over the 5 years would be $44,691.20. Based on the revised estimated project cost, the amount needed to totally fund the project is $291,000 ($441,223 - $150,000 approved). The Controller obtained quotes for a loan of $291,000 for five years, and the interest rate of the least expensive quote was 3.53%, which equates to a total debt service over the 5 years of $26,862.60. Given the above quoted.interest rates and our current rate of return on investments, staff believes it would be more cost effective to fund the expected outstanding balance of $291,223 from the existing Equipment Replacement Account (Fund 115) which currently has a projected yearend unobligated balance of $361,550. 2 RECOMMENDATION: It is recommended that the City Council: a. Approve the award of Bid # 1101-B for the replacement of the City telephone system to Standard Tel Business Communications Systems, Long Beach, CA for a total price (including current taxes) of $364,303.00, and b. Appropriate $291,223 from the Equipment Replacement Fund (fund 115) to Account'115-320-3278-7160 to pay for the balance of the project. Prepared by: Reviewed & Ap�roved by: Keatingrtie i hds Interim Communication .Director Acting Fi nce Director Attachment (1) Staff responses to Bus. Tel. Ltr of January 4, 2002 (2) Mr. Tim Peters ltr of January 7.1 , 2002 3 Attachment (1) to Communications Director report of January 22, 2002 Staff Responses to issues mentioned in Bus. Tel System's letter of O1/04/02 1. Bus. Tel: Page 53 final pricing page is complete. Staff response: Sec. 1.7 (page 2) of the RFP required ALL pages be completed, not just page. 53. . 2. Bus. Tel: There was no line item for taxes on Page 53. Staff response: True, sales tax info was to be inserted as the next to last item on Page 52, the previous page. Completion of the form as required would have addressed that issue and would have assured the bidder that its response was complete and included all required equipment and information. 3. Bus. Tel: Analog devices meant "faxes and modems" not single line phones. Staff response: What possible charge cbuld there be for connecting "faxes and modems" since they are simply plugged into an outlet? (Bus. Tel's response here is an weak attempt to conceal the fact that it's bid stated that all analog devices would be connected on a Time and Materials basis, where as the RFP required a fixed price for all work.) 4. Bus Tel: Our DC UPS system is better.than what was required. Staff Response: This is simply not true. The RFP required a 7.5 KVA AC UPS system for City Hall, and a 2.0 KVA system at City Yard: Both systems are to support not only the telephone system but other systems at those sites. What Bus. Tel proposed was significantly different, and yet.in Sec. 9.6 (which asked for exceptions to the RFP) it stated "None Item 3, Page 3 of the independent Consultant's report also addresses this issue. 5. Bus Tel: OS2 Operating System was "Desired" not required. Staff Response: In short, if Bus. Tel had acknowledged Addendum #3, it would have had to admit OS2 would not be acceptable and it could not bid on the project. The printed RFP stated Windows NT was a desired specification. the question of whether OS2 could be substituted was raised subsequent to the bidders' conference and on Nov. 29, Addendum #3, a 3 page addendum to the RFP was compiled by our Consultant and then both faxed and mailed to each prospective bidders by staff. On page 3 of that Addendum 3, Question 16, referenced that spec and said "Can the operating system be UNIX or OS2?", and the answer was "NO, operating systems shall be Windows NT". There is a signature line on the last page of each Addendum. Each Addendum was to be signed acknowledging receipt of the entire Addendum, and further all Addendas were to be returned as part of the bid response. Bus.. Tel included the 15` two pages of Addendum # 3, but not the 3"d page, and that is why it is able to point to page 41 of the RFP and say "We understood Windows was just a desired criteria". If Bus. Tel had acknowledged Addendum #3 in its entirety, as did all other bidders — then it would have had to admit it could not bid on the project, pure and simple. Did Bus. Tel receive it? The cover sheet transmitted as page 1 of Addendum #3 clearly stated that 3 pages were attached — and one must assume that if a recipient did not receive the entire fax, then it would have called and asked for a retransmission. Staff knows that would not have been necessary, since our fax log for November 29 clearly indicated 4 pages were transmitted without error to Bus. Tel. Systems. 6. Bus Tel: . Our System is better Staff Response: See Technical Issues, pg 3-4 of the Independent Consultant's report. 7. Bus Tel: We were not given an electronic copy of the RFP. Staff Response: True, no one was because we didn't want bidders to change the specifications. We wanted an assurance that what we read in a bid response was no different than what we published. (And yet staff can show that in one of highest priced bids, the RFP was altered to avoid answering a critical cabling question.) We did receive 8 other complete responses. 8. Bus Tel: Standard Tel provided a quote which staff should have obtained from the Consultant. Staff Response: Our senior technician did talk to a Standard Tel rep.in September 2000 and obtained a verbal "ball park" quote on system replacement. At that time staff was attempting to refine the project costs to be included in our CIP budget and we talked to a number of vendors and service providers, long before we hired a consultant. Staff is never going to rely on I source of info. 9. Bus Tel: The consultant has done business with Standard Tel before. Staff Response:Our consultant has been in the. business almost 30 years, and has consulted on some 12 systems in the past year. It should surprise no one that he knows many vendors, particularly the more successful ones. 10. Bus Tel: The City did not check our references. Staff Response: True, once we found sufficient evidence to disqualify the bid, we didn't see any point in checking further. We did spend considerable time and effort reviewing Standard Tel's bid, meeting with their personnel and checking its references. 11. Bus Tel: What does the "' mean on the City's Dec 6 memo to file? Staff Response: The Dec 6 memo was written immediately following the bid opening and was intended simply to list all responses in the ascending order of cost. The asterisk referred to a footnote at the bottom of the page and said simply " Response did not use required proposal form". It was intended as a reminder that the itemized pricing was not where it was supposed to be. (The Dec 6 memo is attached.) 2 ATTACHMENT 1 PAGE 3 Memorandum December 6, 2001 To: File Subj: Responses to RFP 1101-B Replacement of the City Telephone System At the bid opening at 2:00 pm today, bids for subject RFP were received from 9 separate vendors as listed below: Business Tel. Communications Systems $297,551.34* Standard Tel $363,770.80 Ex nets, Tustin, $366,233.38 Transwest, Brea $370,996.87 Digital Tel communications Corp. Sunland $441,862.60 EIS Systems Inc. Anaheim $464,510.71 Data Plus Communications, Brea $468,226.23 Verizon, Norwalk $507,316 '23 Sieme'ns' $547,597.13 Y J.T. Keating • Response did not use required proposal form cc: S. Sindelar, Purchasing. Officer LJ ATTACHME14T 2 TO.STAFF REPORT DTD,01/22/02 Tech/Knowledge, Inc. Telecommunications and Information Technology Consultants January 21, 2002 Mr. J. T. Keating Interim Communications Director City of West Covina 1444 West Garvey Avenue South West Covina, CA 91793 Dear Mr. Keating- The following report documents our review of the City's Request For Proposals Number 1101-13, Addenda 1, 2 and 3, and the bids received from Business Telecommunication Systems, Inc. and Standard Tel, Inc., as well as appurtenant correspondence thereto. Per your request, we will be in attendance at the City Council Meeting at 7:00 PM on Tuesday, January 22, to brief the Council on our findings and recommendations. If you or any other City Staff member have any questions regarding our review, prior to that time, please do not hesitate to contact me personally at (626) 844-1000. Yours Very Truly, Timothy V. Peters President & Chief Executive Officer 200 E. Del Mar Boulevard, Suite 300, Pasadena, California 91105 - (626) 844-1000 • (626) 844-1001 Fax REVIEW OF CITY OF WEST COVINA REQUEST FOR PROPOSALS No 1101 B AND ADDENDA 1, 2 AND 3. We have reviewed the above documents, and it is our opinion that they are fully adequate and complete for the task intended. They are well within established telecommunications industry expectations for such documents, and, in conjunction with the answers to bidder questions provided by the Addenda, provide adequate information for proposers to prepare a complete and accurate proposal. We cannot express an opinion regarding the accuracy or completeness of the Addenda. We had no participation in the events which led to their creation, nor have we reviewed any record (if such a record exists) of the meetings and documents that led to their preparation. It is our .further opinion that the time allowed for the preparation of proposals, while somewhat short by industry norms, still allowed adequate time to the potential proposers to prepare complete and accurate proposals. In summary, we cannot find any reason based on the procurement documents not to proceed with the procurement process and procure a new telephone system for the City based on the bids received. REVIEW OF PROPOSAL SUBMITTED BY BUSINESS TELECOMMUNICATION SYSTEMS, INC. (BTS) Administrative Issues Our review of the BTS proposal discloses a number. of administrative deficiencies, many of which provide sufficient cause, in our opinion, to reject their proposal as non- responsive. Many of these deficiencies were previously documented in the January 8, 2002 City staff report, and will not be reviewed here. Key deficiencies that we have not seen noted elsewhere include: • The City requires (Section I, Instruction 18) proposals be valid for at least 90 days from bid opening. BTS does not acknowledge this requirement, and states explicitly on its pricing pages that proposals are only valid for 30 days. • The City requires (Attaclunent 1, Section 1.8) that all addenda be acknowledged in each bidder's proposal. The BTS response only acknowledges Addenda 1 and 2. -2- Tech/Knowledge, Inc. • 0 • Throughout the BTS response to Attachment 1, they fail to acknowledge sections and to provide required information, including data such as gross sales, and State Contractor's License number. Several responses needed to technically, evaluate the suitabilityof the system proposed for the City are also not supplied. • No unit pricing is quoted for digital telephone sets. It is our opinion that these issues, particularly in concert with the deficiencies noted in the Communication Director's letter of .December 26, 2001 and the January 8, 2002 staff report to the City Council, justify the disqualification of the BTS proposal as materially defective, and thus non -responsive.. Technical Issues We also have serious technical concerns regarding the BTS proposal. First, we can find no itemized equipment listing that demonstrates that Power Failure Transfer units were actually included in the proposal. These devices serve as an important "last ditch" tool to provide minimal communications service if a system is unable to process calls due to a complete loss of power or other catastrophic system failure. They are referenced in drawings provided by BTS, but are not shown anywhere in the detailed equipment listings they provided. Second, seismic bracing is apparently not provided in the BTS proposal. While not explicitly required in the proposal, it is always good engineering practice to provide these auxiliary support components for, all floor -mounted components in life -safety -sensitive applications, such as a municipal telephone system. These elements are provided in the Standard Tel proposal. Third, BTS fails to provide an Uninterruptible Power Supply (UPS) for City Hall and the City Yard sites. The DC power alternative quoted by BTS does not meet the design intent of the RFP, as the intent was to utilize this UPS to power additional 'in -place equipment already owned by the City. While the DC solution quoted is optimal for the product proposed by BTS, it does not meet the actual need of the City which was clearly expressed in the bid document and addenda. Fourth, the voice processing system quoted by BTS does not utilize either of the operating systems specified by the City, Windows NT or Windows 2000. Tile OS/2 system proposed by BTS is little -used in today's marketplace, and its long-term future is quite foggy. Further, supporting this system would require City Staff to acquire skills they do not currently possess, and ultimately purchase software tools they do not currently own -- all to, manage technology with a questionable future. Also, as this system will be a key element in a unified messaging strategy, we are concerned about -3- Tech/Knowledge, Inc. potential integration issues with other existing City messaging tools based in the Windows environment. Finally, our greatest concern. The system proposed by BTS does not provide for any standalone operational capability for the City Hall equipment in the event of a failure of the system at the Police Department, or of the fiber link between them. A failure of the single system at the Police Department would wipe out all telephone service to the Civic Center complex. The product literature supplied with the BTS proposal indicates that an "Optional processor at the remote location for standby operation in the event of fiber optic failure" can be provisioned. A conversation at 12:05 PM, January 17, 2002 with Lindsay Kittner, Director of Product Management with ECI Telecom, the manufacturer of the system, indicated that while the remote shelf could be configured to process calls on a standalone basis following the failure of a hub, it would require extensive intervention by trained technical personnel to complete the transition. This intervention would include' the physical removal of the fiber optic interface card from the system, the installation 'of a processor card in the system, and the manual uploading of system database from an external computer. This extensive degree of intervention is, in our opinion, simply not acceptable in a public safety environment. Further, as best as we can determine there is no evidence that BTS even proposed the requisite hardware in their bid.' By comparison, the Standard Tel proposal has a complete, frilly networked switch at the City Hall location, and basic call processing functions would not be impacted by a failure of any other location. RECOMMENDATIONS It is our opinion that the City's Request For Proposal No. 1101-B is an appropriate tool for City Staff to have used to obtain proposals for a new City Telephone System, and that the City consider the responsive proposals received thereunder. Given the many administrative and technical issues described above, we recommend: the City set aside the proposal received from Business Telecommunication Systems, Inc. as non -responsive, and award the project to Standard Tel, Inc., as the lowest responsive bidder. -4 Tech/Knowledge, Inc. About Tech/Knowledge, Inc. Tech/Knowledge, Inc., founded in 1984, is a management consulting and information technology engineering firm specializing in voice and data communications, information technology, service delivery and mobile communications. The company provides objective and' impartial advice and implementation assistance to both the public and private sectors, with over 500 private sector clients and 150 public sector clients. We have earned an outstanding reputation for serving organizations in all major segments of the economy. Functional areas include government, transportation, manufacturing, commerce, health care, banking, public utilities, insurance, education, securities" and commodities, and service organizations. Among our many clients are the State of California, the State of Oregon, several Federal agencies, Microsoft Corporation, Metro Goldwyn Mayer, South Coast Air Quality Management District, Jet Propulsion Laboratory, United Airlines, and Apple Computer. Tech/Knowledge has offices in New York, Jacksonville, San Rafael, Sacramento and San Diego in addition to its headquarters in Pasadena, California. Current/recent projects include a Long -Term Wireless Communications Plan for the City of San Diego, a new telephone system and data communications network for Metro - Goldwyn -Mayer, security communications design for the Jet Propulsion Laboratory, telephone system planning for the Orange County Transportation Authority, and a microwave system procurement for the Golden Gate Bridge, Highway and Transportation District. About Timothy V. Peters Timothy V. Peters is President and Chief Executive Officer of Tech/Knowledge, Inc. He has a broad range of telecommunications and information technology experience. His career, spanning over 25 years in the industry, includes senior positions as both vendor and user. Mr. Peters has direct experience in many areas, including PBX/Centrex design & implementation; Network design and optimization; Integrated voice/data communications systems & networks, Call Center system operation and management; Transmission technologies including Fiber Optics, Microwave and Infrared; Very Small Aperture Terminal (VSAT) satellite networks; Public safety communications systems including basic and enhanced 911 systems; Mobile/personal communications equipment and systems, and security/life safety system design and implementation. Since joining Tech/Knowledge, lie has completed a wide array of challenging assignments, including: -5- Tech/Knowledge, Inc. • Development of telecommunications and/or information . technology strategic plans for over 40 clients in both government and business. • Design, acquisition and implementation of a 30-node, 200 mile, 4.8 Gigabit per Second fiber-optic network for a large software firm • Computer hardware acquisition and management of software development for the complete restructuring of a 1500-employee regional governmental agency • Strategic and tactical needs analyses of the telephone, data and radio communications requirements, and information processing and technology demands of the emergency operations organization of one of the nation's largest cities • An evaluation of call center platforms for a 10-site, 2000+ agent worldwide software support environment Mr. Peters holds a Bachelor of Science in Electrical Engineering from California State Polytechnic University at Pomona, and a Certificate in Emergency Management from California State University 'at Los Angeles. He holds 22 product -specific training certifications from 9 different equipment manufacturers, as well as a General Radiotelephone License issued by the Federal Communications Commission. He is a member of the Society of Telecommunications Consultants. . -6- Tech/Knowledge, Inc.