Loading...
HomeMy WebLinkAbout1997 02 10 Informational Item B t COMMISSION AGENDA ITEM B ADD ON REGULAR CONSENT INFORMATIONAL X February 10. 1997 Meeting MGR. fl/)/'l' /DEPT. Authorization p REQUEST: The General Services Department requests that the City Commission be informed that the City is going out for bid February 10, 1997 for the Public Safety Complex structured Cabling System, bid No. 97-008, and Telecommunications System, bid No. 97-007, and that the bids will be opened March 14, 1997. PURPOSE: The purpose of this request is to inform the City Commission that bids will be solicited for the Public Safety Complex structured Cabling System, bid No. 97-008, and Telecommunications System, bid No. 97-007. CONSIDERA TIONS: 1. The consultant, Omnicom International, Inc. will evaluate the Telecommunications System according to the attached criteria, utilizing the attached one-thousand (1000) point matrix. 2. The Public Safety Complex structured Cabling System, bid No. 97-008 will be recommended for award totally upon the lowest qualified bid. February 10, 1997 ADD ON AGENDA ITEM B Page 2 ISSUES: In the past, the City Commission has requested the top three bidders. The City has contracted with Omnicom International, Inc. to evaluate all bids from a technical perspective and a life cycle cost/cost-benefit basis. Upon completion of the analysis, a Bid Evaluation Report will be issued to the City Commission stating an award recommendation. The City Commission can either accept or reject the consultant's report. RECOMMENDATION: That the City Commission accept this informational item. ATTACHMENTS: 1. Omnicom International, Inc.' s evaluation criteria, COMMISSION ACTION: ..,./-13-199609:27 OMNICOM, INC. 19042243059 P.18/20 -", ,.,,/... these items will not be considered in the cost evaluation. The City may elect to ,/ select certain optional items and include them in the resulting contract. The points awarded for 01/ categories will be totaled and the contract award based on the proposal having the greatest accumulation of points. Only information contained in the proposal and reference verifications will be used in the evaluation. MAJOR CATEGORIES OF EVALUATION Maximum Points Eauipment 200 " (a) System: Conformity to the RFP specifications; usage of up-to-date technOlogy; flexibility; adaptability to interface with other systems and equipment; ability to expand; limitations. (b) Station Equipment (Instruments): Ability to meet the user's needs as described in the RFP; flexibility of types and sizes of station instruments; provisions and additional costs for transmitting data via the station; availability of alphanumeric displays on various station categories; ability to add peripheral equipment: ease of use; appearance. (c) Features: Ability to provide all required features; availability of additional features at no cost; provision and applicability of "new" features; ease of use and programming. (d) Traffic and Call Detail Recording: Completeness of the systems; abilitY to access information on line; means of storing, backing up and producing information; completeness and flexibility of system reports; ability to manipulate information; accuracy of costing mechanism (if applicable}. Administration and Maintenance 100 (a} Ability and flexibility of City personnel to administer moves, additions, deletions and changes to the systems. (b) Explanation of quantity and type of programming changes that the user E-2 ? :: :- :,! i '; :J ~ .: 2 ~ '3 (~ : .~ :~-: ?-;~ "~'__ AM ? t 3 OMN I COt"l , INC. 19042243059 P.19/20 (c) Completeness of maintenance agreement, including terms, inclusions, exclusions, etc. (d) Location of remote administration and maintenance facilities that will serve the City. (e) Location and availability of spare parts. (f) Quality and number of certified maintenance support personnel. Deliverv and Installation 50 (a) Provisions and capability to meet RFP installation schedules for the various systems. (b) Complete information in the proposal and reasonableness of items required from the City to complete the required installations. SYstem Orientation and Training 50 (a) Description of the provision of quality training as required by the City. (b) Description of training sessions, material and supporting technical information. ,f (c) Relative cost of follow-up training after the system acceptance period. Vendor Background and References 50 (a) System installation references provided by the vendor (proposer); responses of references as a result of personal contact. (b) Quantity of qualified and certified administrative and technical personnel; their proximity to and availability to install and maintain the systems in the City. (c) Indication of fiscal and performance responsibility of the proposing E-3 F R I:) Iv! :;:1 ~ ::' :2 4 '3 C :' g :~-:?-96 10:22 Ah: p'~ . 1 ~ ....... ,.. n. -.l._l-.l.::'"JD l,;..I_~.':''-' Wll.-.........'-'Ir~ ,,"'...,. --- .-- ---- '-- ?~ compony, porent compony (it appiicoble) ond equipment manutacturer. Completeness and Responsiveness of Proposal 50 (a) Complete and understandable responses to all requests for information by the RFP, including descriptions of options. system functions. and supportive technical information. (b) Response to all required portions of the RFP in the format prescribed. Cost 600 Cost to lease/purchase the total system, including software. first year warranty maintenance. training, installation and system build-out for twelve months as projected; ancillary costs for site preparation including power, air conditioning, storage. equipment space, etc; provisions for remote maintenance, including costs of moves. adds and changes over a five year period; maintenance contracts for the five-year period; ongoing training and support. Maximum Points TOTAL POSSIBLE POINTS 1,000 ../ E-4 TCiTI=lL P.20 ?~~h: : ;C~~:43CI~9 ::-13-96 10:22 AM p ;. .~i \. \jUt