Loading...
HomeMy WebLinkAboutAgenda Report - October 5, 1983 (22)Emw il Owl. , !j 1 � ' i,• f- l� p? Y.. t 4.nt fy twir q eaSf y NY, t[ � �r n aif ra�tr�f a F� ,,� .t ��a s-,. s„ � ,�,�2�r,s•: *fib Y1x2�id+ � ;-tis fl .fit ..•� _. .r . � .4 4r...:+^ r��e�,�an .. ,. tv _:DisshxDe�a,L,.cs�E r`A+ac �f � k., �b `+1-,7r M..�r:, u -n.,,?< ti, i -w ..,. ��. .. , :c � .:�<4 sw� Agenda itam K-2 - "Award - Contract for Telephone System" w&t 'introduced by`Assistant City Manager fllern. Mr. Glenn apprised the Council -that on Wednesday, September 28, 1985, three bids wore received and opened for the City's proposed new telephone system. The bid prices for the amtem, responsive to the Request for Proposals (RFP) (exclusive f�f options) were as follows: Continental Telep!bone $142,925.96 Com Syst$160,915.00 Pacific Telephone (Rental Chly - 5 year - Rental cost - $252,804.57) Ommil was further apprised that the bid proposals were comined technically. ftei fro Telephone wss non-responsive in that they did not offer to sell the equipment to the City; the equipoent (Centrex) is not a modern state of the art programmable software driven switch and many condition about City control of :he equipment could not he met. The Cow Systems' equipment basically meets the specifications and is acceptable equipment, however, Oom Systems did register about 14 technical minor exceptions to the specifi- cations or, term. The Continental Telephone submittal was totally responsive (Paopt for one minor point calling for larges for after hoary amergeney maintenance warrantly period-- this is being clarified and..shatld'be deleted). Cattinental Telephone proposed a Northern Telecom Model SL -I Mitch and system which is top of the line ei-id about -the finest -available. It has a great deal of future capability, Including the abllity to interface computer tendnala 'with telaphms' without the weed for special,,,caaputer %wirft. and The FFP celled for conventional telephone instruments with optional pricing for multi-fuaonation electronic instrwwnto. The NOX-22 VS switch proposed by Cam Systems ms, not presented as being capable .af supporting fullyelecls�atic inatrurent s , whereas Oont lncttt a l has'; agreed : to include x � - fully -digital electronic instruments in their.::::: a bidtted bottom line price of :142,925.96. -lea that the bid process is complete, it is ��f:rt0, finalise the system in order to g+et jn aect41�4- the vendor to be able to execute a coatraet ,the syt gat y" ti Dar. Richter and his associates have condaR ed a �renrie�ai yid `.t � '` the regtiremsnts for each City Deprtmen a+id ndM► n ` � final eotatt on the nuuber of statues lines. inatra tt w � special features to present to O nail'ental Tle�otte, h ' -+ to estimate a final coat for this'. oaritract mad ayst�m, incl in several features to glluer ftttt►�e: date 'tx� handl l c i1 t ,the ;12,925.96 fi nR y gore m�iglzt incxeaae CRUNCIL COMMUNICATIO a TO TIl1_;CITY COUNCIL DATE NO. FROM: TI11 CITY MANAGER`S OFFICESEPTEMBER 30, 1983 ,. : .. .. - . . A _ SUBJECT SELECTION OF TELEPHONE SYSTEM VENDOR Attached is a letter from Dr. Henry Richter, our consultant for the City's telephone system, which recommends that we select Continental Telephone as the vendor for our telephone system. Staff concurs with his recommendation. We cannot award a total cost, as the final configuration has not been determined. In his letter, Dr. Richter suggests we may want to retain his services through the installation and implementation phase. We feel it is imperative to do this. No one on staff has the expertise to do the inspections, trouble shoot, and determine that the system is installed in accordance with the City's needs. CouneII is therefore respectfully requested to select Continental Telephone as the successful vendor and to authorize staff to proceed in that direction. A final contract should be brought to Council, awarding a contract, during the month of November. Council is also requested to authorize the City Manager to enter into a Lette^ Agreement with the Richter Group to oversee the installation and implementation of the system, for a price of $5,000 JLG:vc attachment _ 4 Q 4 L-.—MENN�'� Assistant City Manager h RICHTER GROUP Communications Consultants Henry L. Richter, PhD, PE September 29, 1983 Mr. Jerry L. Glenn Assistant City Manager City of Lodi 221 West Pine Street Lodi, California 95240 Dear Jerry: 0 178 W. LONGDEN . ARCADIA, CA.,91006 213 / 445-0249 This is to report to you on the bid close, bid evaluation and contract award recommendation for your new City telephone system. I know you are anxious to present the next step to the City Council and this letter is directed toward that purpose. On Wednesday, September 28, 1983, three bids were received and opened for this telephone system. The bids received were: Com Systems, Continental Telephone, and Pacific Telephone. The bid prices for the system, responsive to the Request for Proposals (RFP) (exclusive of options) were as follows: CONTINENTAL TELEPHONE $142,925.96 COM SYSTEMS $160,915.00 PACIFIC TELEPHONE (Rental Only - 5 -Year rental cost $252,804.57) Continental Telephone is clearly the lowest bidder. The bid proposals were examined technically. Pacific Telephone was non-responsive in that they did not offer to sell the equipment to the City; the equipment (Centrex) is not a modern state of the art programmable software driven switch and many conditions about City control of the equipment could not be met. The Com Systems' equipment Basi-cally meets the specifica- tions and Is acceptable equipment, however, Com Systems did register about 14 technical minor exceptions to the specifications or terms. The Continental Telephone submittal was totally responsive (except for one minor point calling for charges for after hours emergency maintenance during warranty period -- this is being clarified and should be deleted). Continental Telephone proposed a Northern Telenom Model SL -1 switch and system which is top of the line and about the finest available. It has a great deal of future capability, including the ability to interface computer terminals with telephones without the need for special computer wiring and cables. The RFP called for optional pricing for The NEAX-22 VS switch as being capable of whereas Continental h Ironic instruments ii $142,925.96. conventional telephone instruments with multi -function electronic instruments. proposed by Com Systems was not presented supporting fully electronic instruments, as agreed to include fully -digital elec- t their submitted bottom line price of Now that the bid process is complete, it is necessary to finalize the system in order to get an accurate price from the vendor to be able to execute a contract for the system. We have conducted a review of the requirements for each City Department and now have a final count on the number of station lines, instruments and special features to present to Conti- nental Telephone. In trying to estimate a final cost for this contract and system, including in several features to allow future data handling capability, the $142,925.96 figure might Increase by $15,000 to $160,000. An energy management option was included for $42,000. The City engineers will have to evaluate whether the energy cost savings figure of $17,000 annually is true. You may want to include $5,000 for consul- tant services to supervise implementation and acceptance. I would also recommend obtaining MUX equipment to put the Stockton lines on County microwave. That will run about $8,644.60. The City may want to consider ongoing consultant services to help make adjustments in the new telephone system operations, to be available to oversee the new police radio system and dispatch center and 911 system. The options of running a C ty cable to the MSC and substations does not appear to be cost-effective and is not recommended. In any case, the present budget of $250,000 appears to be safely adequate. When contract negotiations are concluded, there should be a pleasing residue. I would recommend that when a contract is awarded for the telephone system that a 5% contingency fund be set aside for possible items that have not been anticipated by the departmental users. We have now completed the bid process as the City's consultant. I am personally very pleased with the results. The City will be able to get the latest and most capable switch, at a price that is below that anticipated. If I can answer any questions, please do not hesitate to pass them on. rdially ou s, Ek� f HENRY\\.Ju) RICHTER, PhD, P.E. i tkw,�A. h+1�tl��kaisa+�:: �.�::Fr,,..,+^.c•...;nw.•srsi,trca2'Pr.aut�isa+.w.nUn+n%cn""c'""..w..+,......,w....•,..,....e.-..,...,iw,mm......................-......,—.........--.,�..�'r r RESOLUTION NO. 83-112 RESOLUTION SELECTING CITY OF LODI TELEPHONE SYSTEM VENDOR WHEREAS, in answer to notice duly published in accordance with law and the order of this City Council, sealed bids were received and publicly opened by the City Clerk of this City on Wednesday, September 28, 1983 at 11:00 a.m. for a telephone system for the City of Lodi as described in specifications therefor approved by the City Council August 17, 1938. WHEREAS, said bids have been compared, checked and tabulated and a report thereof filed with the City Manager as follows: Continental Telephone $142,925.96 Com Systems $160,915.00 Pacific Telephone Rental only 5 year rental cost $252,804.57 NOW, THERFORE, BE IT RESOLVED that the City Council of the City of Lodi does hereby select Continental Telephone as the successful vendor of the City's telephone system and does hereby authorize continuing with the negotiations for the installation. The cost of the system is not to exceed $250,000. Dated: October 6, 1983 I hereby certify that Resolution No. 83-112 was passed and adopted by the City Council of the City of Lodi in an adjourned regular meeting held October 6, 1983 by the following vote: Ayes: Council Members - Reid, Murphy, Snider, Pinkerton & Olson (Mayor) Noes: Council Members - None Absent: Council Members - None &VA - 41nLC& Alice M. Reimche City Clerk 83-112 N CITY OF LODI BIDS FOR ASPHALT MATERIAL `. ITEM NO. 1 ITEM NO. 2 3 Dense Grade Asphalt Concrete, Type 8 Dense Grade Asphalt Concrete. Type 8 3/8". Asphalt binder shall be Viscosity 1/21'. Asphalt bider shall be Viscosity Grade AR -4000 Paving Asphalt. Grade AR -4000 Paving Asphalt. ..i w V A B C A 8 C SUPPLIER F.O.B. Plant Stockpile Hopper of Paver F.O.B. Plant Stockpile Hopper of Paver City limits City Limits s (400 Tons) 000 Tons) (300 Tons) (50 Tons) (100 Ton -s)- (100 Tons)• P� Yj e Claude C. Wood Co., Clements Cost Per ton including tax $ 21.20 $ 24.54 $ 26.02 $ 20.94 $ 24.27 $ 25.76 d Plus: City cost for mileage 4.85 4.85 TOTAL 26.05 24.54 26.02 25.79 24.27 25.76 a Granite Construction Co.. Stkn r Cost per ton including tax $ 21.20 $ 24.65 $ 25.33 $ 20.14 $ 23.99 $ 25.40 Pius: City cost for mileage 6.28 6.28 ,,:..TOTAL 27.48 24,65 25.33 26.42 23.99 25.40 t .. s^.�%w.nws.W-nw tMttsn;: n+•,vec• :..rt ,,,..., ..-, .., ..... .,. ctt:e, n..gvT'RFu'a ^"`" ...... _.... __.._.. .... _�_ .__'__�__.-�.. -