HomeMy WebLinkAbout1990-09-25 - AGENDA REPORTS - RADIO CONSULTANT SERVICES (2)AGENDA REPORT
City Manager Approval
Item to be presented b .
CONSENT CALENDAR John E. Medina
DATE: September 25, 1990
SUBJECT: REQUEST FOR APP OVAL TO CONTRACT FOR RADIO CONSULTANT SERVICES
DEPARTMENT: Public Works - �'21
BACKGROUND:
As the City continues to assume services from Los Angeles County, and as our
Emergency Operations Centers become established, there will be an increased need
for two-way radio communication capabilities in the City. During preparation of
the FY 90-91 budget, it was recognized that radio system design and frequency
acquisition is a specialized field which would require the services of a
communications consultant. With this in mind, budget (in the amount of $20,000)
has been provided in Account 01-6000-227 for this purpose.
In July 1990, the City solicited proposals for radio consultant services.
Essentially, consultants were asked to respond to the following four tasks:
perform short and long-term radio needs assessments; define system design
options that will meet the functional and radio coverage needs of the City;
provide frequency acquisition and licensing services; and prepare system design
specifications and bid preparation documents. In addition, offerors were asked
to respond to two optional tasks: perform a bid analysis of equipment vendor
proposals; and monitor/supervise equipment vendor engineering, delivery, and
installation.
Five firms responded to the City's Request for Proposal. Although not a
determining factor for selection, it is noted for information purposes that the
proposal costs for the first four tasks generally ranged between $13,300 and
$61,500; and the proposed schedule for the first four tasks generally ranged
between 16 and 26 weeks. A detailed breakdown of costs and schedules are
included in the attached Evaluation Procedure.
Based on the selection process described in the attached Evaluation Procedure,
it is recommended that the City enter into a contract with the Richter Group for
radio consultant services. The Richter Group proposes that that the. first four
tasks can be provided for $13,360 and estimates that this work can be
accomplished in 16 weeks. Furthermore, the Richter Group proposes that the two
optional tasks can be provided for an additional $5,250; for a total project
cost of $18,610. There is currently $20,000 budgeted in Account 01-6000-227 for
this work.
ao mrn),q��
Agenda Item; 1
0
Radio Consultant Services
Page 2
0
It should be noted that the Richter Group's proposal did not include
professional liability (errors and omissions) insurance, which is estimated at
and additional $15,000. Although this insurance has been required by some
municipalities, it is generally not considered a mandatory requirement for this
type of service. Staff does not feel that the additional cost for this
insurance.is warranted for this project, and recommends that this requirement be
waived.
RECOMMENDATIOIQ
That Council direct staff to enter into a contract with the Richter Group for
radio communications consultant services, and to concur with staff's
recommendation to waive the requirement for professional liability (errors and
omissions) insurance for this contract.
ATTACHMENT
Evaluation Procedure
"-I
11
EVALUATION, PROCEDURE
REQUEST FOR PROPOSAL NO. PW -90-001
PROFESSIONAL SERVICES FOR A RADIO
COMMUNICATIONS SYSTEM FOR THE CITY OF SANTA CLARITA
GENERAL
Five firms responded to the Request for Proposal. These firms were:
o Frank Thatcher Associates, Inc.
o Miller and Associates
o The Warner Group
o The Richter Group
o Los Angeles County, Internal Services Department
Four firms responded within the time frame established in the Request for
Proposal and were granted follow-up interviews. The fifth firm (LA County
ISD) did not respond within the time frame established in the Request for
Proposal, and a follow-up interview was not scheduled.
RECOMMENDATION
It is the recommendation of the review panel that the City negotiate and
enter into a contract with the Richter Group for the subject services. The
Richter Group took no exception to the Request for Proposal, other than the
requirement for $1 million coverage for professional liability (errors and
omissions) insurance. This insurance is not deemed necessary for the work to
be performed under this contract; therefore, the added cost necessary to
obtain such insurance is not warranted. It is recommended that the
requirement for this insurance be waived for this contract.
RATING PROCEDURE
Firms were rated from 1 to 3 for each of 8 evaluation criteria. In addition,
each of the the evaluation criteria was assigned a relative importance weight
from 1 to 10. The evaluation criteria used is described below.
EVALUATION CRITERIA NO. 1: RESPONSIVENESS TO REQUIREMENTS STATED IN THE
REQUEST FOR PROPOSAL
Rating: 1 = Unresponsive
2 = Unresponsive to one or more Request for Proposal requirements
3 = Fully responsive to all Request for Proposal requirements
Relative Importance Weight: 4
EVALUATION CRITERIA NO. 2: GENERAL KNOWLEDGE OF RADIO COMMUNICATIONS SYSTEMS
Rating: 1 - Displayed little knowledge
2 = Displayed some knowledge
3 = Displayed detailed knowledge
Relative Importance Weight: 3
EVALUATION CRITERIA NO. 3: KNOWLEDGE OF RADIO COMMUNICATIONS CHARACTERISTICS
OF THE SANTA CLARITA VALLEY
Rating: 1 - Displayed little knowledge
2 - Displayed some knowledge
3 = Displayed more than adequate knowledge
Relative Importance Weight: 6
EVALUATION CRITERIA NO. 4: EXPERIENCE IN WORKING WITH GOVERNMENT AGENCIES
Rating: 1 - Displayed little experience
2 = Displayed some experience
3- Displayed more than adequate experience
Relative Importance Weights 4
EVALUATION CRITERIA NO. 5: PERSONNEL EXPERIENCE
Rating: 1 = Personnel proposed have adequate experience, but minimal
experience in working as a team
2 = Personnel proposed for this.project have adequate experience,
and some experience in working together as a team
3 - Personnel proposed for this project have adequate experience,
and also displayed adequate experience in working together as a
team.
Relative Importance.Weights 6
EVALUATION CRITERIA NO. 6: DETAILED KNOWLEDGE OF THE DESIGNATED FCC
FREQUENCY COORDINATOR (APCO) FOR THE SOUTHERN
CALIFORNIA AREA
Rating: 1 = Displayed little knowledge
2 - Displayed some knowledge
3 - Displayed detailed knowledge
Relative Importance Weight: 8
0
EVALUATION CRITERIA NO. 7: PROPOSED SCHEDULE
Rating: 1 = Appears to be very excessive
2 = Appears to be somewhat excessive
3 = Appears to be reasonable
Relative Importance Weight: 6
EVALUATION CRITERIA NO. 8: HOURLY RATES
A rating was not used for this criteria. Firms were reviewed for the
following:
No = Hourly rates do not appear to be fair and reasonable
Yes = Hourly rates appear to be fair and reasonable
COST AND SCHEDULE BREAKDOWN - FOR INFORMATION PURPOSES ONLY
Firms were asked to provide fixed price cost estimates, by task, for the
scope of work described in the Request for Proposal. Per diem estimates for
field inspection and testing services were permitted.
Proposals have been reviewed to assure that hourly rates are fair and
reasonable, and that the time frame proposed for the performance of work does
not appear excessive. The following is for information purposes:
Firm
Cost Estimate
Schedule
Notes
Thatcher Assoc
$50,500
23
Weeks
1
Miller & Assoc
$61,400+ $100/hour
26
Weeks
2
Warner Group
$57,000 + $16,000
17
Weeks
3
Richter Group
$13,360 + $5,250
16
Weeks
4
LA County ISD
$213,767
54
Weeks
5
Notes: 1. Cost estimate and schedule is based on first four tasks and
conventional system design. Add $3,840 for trunked.design. An
exception was taken to the requirement for $1 million coverage
for professional liability (errors and omissions) insurance.
2. Cost estimate and schedule is based on first four tasks. Hourly
rate is optional tasks. Add 8 weeks for optional tasks.
3. $57,000 is for first four tasks. $16,000 is for optional tasks.
Schedule is based on first four tasks, with the frequency
acquisition task possibly running longer.
4. $13,360 is for first four tasks. $5,250 is for optional tasks.
Schedule is based on first four tasks. Exception was taken to
the requirement for $1 million coverage for professional
liability (errors and omissions) insurance.
5. Cost and schedule is based on first four tasks. Add 16 to 24
weeks for optional tasks.
0 0
CITY OF SANTA CLARITA PROPOSAL EVALUATION
PROPOSAL NO. PW -90-001
UNWEIGHTED EVALUATION
FIRM\EVAL CRITERIA 1 2 3 4 1 5 1 6 7 8 TOTAL
aaaasssaassassssassssamaaasassaasaassxaaaaanaasaaaaasaasaaasas saasaasaaaaasaaaa
THATCHER ASSOC
1 3
1 3 1
1 1
3 1
3 1
1 1
3
1 YES 1
17 1
------------------------------------------------------------------------------
MILLER & ASSOC
1 2
1 3 1
3 1
3 1
1 1
3 1
3
1 YES 1
18 1
------------------------------------------------------------------------------
WARNER GROUP
1 3
1 3
1 2:
1 3
1 3 1
2 1
3
1 YES 1
19 1
------------------------------------------------------------------------------
RICHTER GROUP
1 3
1 3
1 3
1 3
1 3
1 3 1
3
1 YES 1
21
------------------------------------------------------------------------------
LA COUNTY ISD
1 2
1 3
1 2
1 3
1 2
1 2 1
1
1 YES 1
15 1
CITY OF SANTA CLARITA PROPOSAL EVALUATION
PROPOSAL NO. PW -90-001
WEIGHTED EVALUATION
FIRM\EVAL CRITERIA 1 1 2 1 3 1 4 1 5 1 6 1 7 1 8 TOTAL
asxaaasaaxaaxxaaaaaxaasaaasasaaasavaamaaasaaaaasaaaaaasaaaaaaaaaaassssaasaaasss
THATCHER ASSOC
1 12
1 9
1 6
1 12
1 18
1 8
1 18
1 YES
1 83
------------------------------------------------------------------------------
MILLER & ASSOC
1 8
1 9
1 18
1 12
1 6
1 24
1 18
1 YES
I 95 1
------------------------------------------------------------------------------
WARNER GROUP
1 12
1 9
1 12.
1 12
1 18
1 16
1 18
1 YES
1 97
------------------------------------------------------------------------------
RICHTER GROUP
1 12
1 9
1 18
1 12
1 18
1 24
1 18
1 YES
1 111 1
------------------------------------------------------------------------------
LA COUNTY ISD
1 6
1 9
1 14
1 12
1 12
1 16
1 6
1"YES
1 75 1