HomeMy WebLinkAboutC-2430 - Consulting Agreement for Telephone System Studyi •
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
1714) 640 -2251
TO: FINANCE DIRECTOR
EXECUTIVE ASSISTANT
FROM: CITY CLERK
DATE: May 30, 1984
SUBJECT: Contract No. C -2430
Description of Contract Agreement for Telephone Consulting
Services
Effective date of Contract May 30, 1984
Authorized by Minute Action, approved on (City Manager's approval)
Contract with Earline Reeves & Associates
Address 38753 Yucca Tree
Palmdale. CA 93550
Amount of Contract See Agreement
Wanda E. Andersen
City Clerk
WEA:lr
attach.
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
0
AGREEMENT FOR CONSULTING SERVICES
THIS AGREEMENT, made and entered into this 30th
day of MAY , 1984, by and between the CITY OF
NEWPORT BEACH,'a municipal corporation, hereinafter referred
to as "CITY," and EARLINE REEVES & ASSOCIATES, hereinafter
referred to as "CONSULTANT."
W I T N E S S E T H
WHEREAS, the CITY desires to retain the services of
a qualified consultant in the field of telephone communications
to assist in the development of contract documents and the
installation of a Private Automatic Branch Exchange (PABX)
telephone system to replace the CITY's current C.U. CENTREX
telephone system; and
WHEREAS, CONSULTANT agrees to perform such services;
NOW, THEREFORE, in consideration of the foregoing,
the parties hereto agree as follows:
1. SCOPE OF SERVICES
CONSULTANT agrees to provide services to the
CITY within certain time frames as follows:
TASK 1 - RE- EVALUATE SYSTEM EQUIPMENT
Before the CITY enters into sales agreement
for a PABX Telephone System, a re- evaluation
review of each department's present tele-
communications needs from a procedural, equip-
ment, and cost - effective standpoint shall be
conducted by CONSULTANT.
CONSULTANT shall conduct departmental inter-
views, discuss operational procedures and
required communications flow. Each department's
needs will be analyzed to determine where further
0
system streamlining will result in improved
operational efficiency and increased cost -
effectiveness. The results of departmental
interviews and analysis with precise recom-
mendations will be submitted to the CITY.
Approved recommendations shall be included
in contract specifications.
TASK 2 - PREPARE CONTRACTUAL AGREEMENTS
CONSULTANT shall assist in the preparation and
fully review all telephone system contractual
agreements and provide necessary technical
addendums to optimize CITY protection and to
delineate installation parameters to insure
proper installation and system service.
The CITY's legal counsel will review re-
commended technical addendums and provide
necessary legal addendums.
TASK 3 - COORDINATE AND SUPERVISE NEW SYTEM
INSTALLATION
CONSULTANT shall coordinate the installation
of all parts of the new system, with the CITY
and all vendors involved in any facet of the
project. CONSULTANT shall prepare all nec-
essary documentation, installation worksheets,
draft master vellum telephone prints from CITY
blueprints, prepare data base information,
establish master transition schedule, establish
training criteria with the CITY and prepare
training schedules. CONSULTANT shall monitor
all work progress and maintain installation
status schedules.
Revisions of any type, which occur between the
signing of a telephone system contract and the
actual installation date, will be documented
and distributed to appropriate individuals or
firms affected by the revision. The revision
-2-
0
schedule shall assure that the final installa-
tion will meet precise needs.
CONSULTANT shall supervise the telephone system
cutover and verify that all equipment is installed
and functioning properly.
TASK 4 - CONDUCT NEW SYSTEM INVENTORY /AUDIT AND
CONTRACT RECONCILIATION - ESTABLISH
TELEPHONE SYSTEM INVENTORY CONTROL RECORDS
After new system installation, CONSULTANT shall
audit the entire telephone system, item by item.
A final accounting and reconciliation will be
prepared showing actual equipment installed with
associated costs. Appropriate debits and credits
will be reflected for any revisions which have
occurred between contract signing and final
installation. The telephone system contract will
then be amended to reflect the installed equipment
and finalized cost.
Master telephone system inventory control records
will be turned over to the CITY for future admini-
stration. CONSULTANT shall thoroughly familiarize
and instruct the CITY in maintenance of the control
records. The CITY's telephone system inventory
control may be maintained as part of the CITY's
data base or in hard copy format.
The inventory control records shall simplify future
system rearrangements and eliminate unnecessary
costs for installation and /or requirement for new
equipment when telephones and other system com-
ponents may be available from CITY surplus in-
ventory. The records also shall delineate the
location where each telephone is installed (by
individual, by department, by address) and shows
precisely what lines are answered on each instru-
ment, comlines, lights and other equipment.
-3-
0
0
TASK 5 - RE- EVALUATE COST FOR CALLS /USAGE
ANALYSIS
The CITY's current usage and expense for local,
zone and long distance calls will be analyzed
by CONSULTANT. The cost for calls, after final
telephone company deregulation, will be explored,
showing comparisons of cost for calls via local
telephone company, AT &T lines, WATS service, MCI,
SPRINT and other common carriers.
This analysis, including forthcoming "access
charges" shall present documented cost comparisons
with recommendations to optimize cost- effective-
ness and improve overall calling efficiency.
2. TIME SCHEDULES
The estimated date for the cutover to the new
system is Saturday, August 25, 1984. Departmental reviews and
contract preparation shall be completed by May 24, 1984. The
CITY and CONSULTANT agree that this is an accelerated pace,
necessary to coincide with the anticipated occupancy of the
CITY's new Technical Services Building. CONSULTANT shall expend
all reasonable efforts including after hours work to assist the
CITY meet these deadlines.
3. FEES AND PAYMENT
Compensation to be paid to CONSULTANT by CITY for
completion of services shall be as follows:
TASK
ONE
- $
2,000.00
TASK
TWO
- $
500.00
TASK
THREE
- $
4,000.00
TASK
FOUR
- $
2,750.00
TASK
FIVE
- $
2,000.00
TOTAL $11,250.00
Payments shall be due and payable for the above amounts upon
completion of each TASK. Ten percent (10 %) of each payment
shall be withheld by CITY pending completion of all TASKS.
CONSULTANT agrees to provide all required services for the fees
stated for each TASK or covering the entire project, regardless
of any unforeseen delays beyond its control, or that of CLIENT,
-4-
which might
extend projected time
frames.
CONSULTANT
further
agrees that
additional consulting
services,
generally
related
to the scope of each TASK, or work being performed on the
project, will be provided without additional fee.
4. AFFIDAVIT OF NON- AFFILIATION
CONSULTANT agrees that no person employed by
CONSULTANT and performing services under this contract will
be affiliated with or have any financial interest in any manu-
facturer, distributor, supplier or telephone company supplying
any type of communications equipment or softward programs or
packages. CONSULTANT shall not receive nor accept renumeration
of any type from any manufacturer, distributor, supplier or
telephone company for recommending and /or implementing any of
their products or services.
5. TERMINATION
This AGREEMENT is subject to termination by the
CITY at any time upon serving written notice to CONSULTANT.
The CITY shall be thereafter liable to CONSULTANT only for
fees and costs incurred as of the date CONSULTANT receives such
notice of termination.
IN WITNESS WHEREOF, the parties hereto have entered
in this AGREEMENT as of the date and year first above written.
CITY OF NEWPORT BEACH, a
Municipal Corporation
1UMUMMr�I WOMMM
ATTEST:
City Clerk
KJD; mm
5/14/84
-5-
APPROVED AS TO FOR14:
0
G
City Attorney
CONSULTANT
By: /cam cw c
EARLINE REEVES & A SOCIATES
ft
• •
CITY OF NEWPORT BEACH
OFFICE OF THE CITY MANAGER
May 14, 1984
TO: CITY COUNCIL
FROM: City Manager
SUBJECT:
RECOMMENDED ACTION:
COUNCIL AGENDA
ITEM N0. F -9(f)
BY THE CITY COUNCIL
CITY OF NEWPORT BEACH
MAY 14 ••,
Approve in concept the lease /purchase
of a NEC NEAX 2400 Telephone System from
ASI Telesystems, Inc. to replace the
City's existing Pacific Bell and AT &T
System at an approximate cost of $460,000.
and
Approve the retention of the firm of
Earline Reeves and Associates to assist
in the preparation of contract specifi-
cations and in the installation of a new
telephone system for an approximate cost
of $11,250.00.
and
Instruct staff to develop the necessary
contracts, leasing arrangements, and
budget documents for final City Council
approval.
BACKGROUND - THE CITY'S EXISTING SYSTEM
A telephone system has three parts - switching equipment,
instruments, and cabling:
The City's existing switching equipment, which is leased
from AT &T, is in disrepair and is obsolete. The mechanical
switches, located in City Hall and the Police Department,
regularly malfunction in damp weather and constant maintenance
is required. The Public Utilities Commission classified the
equipment as "Limited Service ", and service and replacement
parts are limited and becoming unavailable. The switching
equipment must, therefore, be replaced.
The City's telephone instruments, like the switching equip-
ment, are leased from AT &T and are still serviceable. However,
many of the instruments are rotary dial and therefore incompa-
tible with new switching equipment. Also, leasing instruments
may not be economical and, consequently, the City may need to
purchase either new or used instruments.
TO: CIO COUNCIL - Page Two •
The City's telephone cabling is serviceable, but to
simplify the cut over to a new system and to extend a war-
ranty to newly purchased equipment, the cabling most likely
will need to be replaced.
The City's current system utilizes two switches - one
for the City Hall and another for Police and Fire. Outlying
locations are tied to each switch over Pacific Bell lines,
and the two switches are joined by tie lines. A prefix must
be dialed to call an extension on the other switch.
REPLACEMENT POSSIBILITIES
Basically, two alternatives exist. First, Pacific Bell
(PacBell), which is the regulated utility, offers the Central
Office (CO) CENTREX System with switching equipment located
in the PacBell facilities. PacBell would rent switching and
cabling but not instruments which must be obtained from another
company. AT &T will sell to the City the used instruments now
in place. The CO CENTREX System would tie all City phones
together and alleviate the need for tie lines and prefix dialing.
It would also alleviate the mileage charges for connecting
outlying locations over PacBell lines.
The second alternative is the purchase of computerized
switches, new cabling, and new instruments from a non - regulated
vendor (PABX System). Dozens of such systems are available.
Such a system would replicate the existing configuration of a
City Hall switch and a Police switch joined together by tie
lines and requiring prefix dialing. Outlying locations would
be tied to the switches over PacBell lines continuing the
mileage charges.
SELECTION OF REPLACEMENTS
A formal bid process was conducted to select the most
suitable replacement, based primarily on reliability and cost.
A consultant was employed, a detailed inventory of City equip-
ment was conducted, specifications were prepared, and the
choices of the best qualified replacements were narrowed to
three:
1. The NEAX 2400 System, manufactured by.Nippon
Electric Company (NEC). Sold and serviced
by ASI Telesystems, Inc. (ASI), based in
Woodland Hills, California.
2. The OMNI SII System, manufactured by General
Telephone and Electric (GTE). Sold and serv-
iced by an independent subsidary, General
Telephone Company (GTC), based in Cerritos,
California.
3. The CO CENTREX System offered by Pacific Bell
(PacBell), which is the regulated utility,
based in Orange, California.
TO: CITY IPOUNCIL - Page Three •
A copy of the consultant's comparison report is
available. Additionally, each of the best qualified firms
were analyzed by staff for a variety of factors as explained
in the summary below.
BASIS FOR RECOMMENDATION
A summary of the rankings of the three systems for each
of six evaluative factors is as follows:
Telephone System
SIMPLICITY
OF USE
instruments equal equal equal
switch 2nd 3rd 1st
ADD ON
FEATURES 2nd lst 3rd
The recommendation for the NEC system stems primarily
from the overwhelming cost advantages. As explained on the
attachment, even though the NEC system is ranked below the
other systems on other measures, the level of adequacy is
more than sufficient. Thousands of NEC systems are opera-
ting nationwide, and local references report excellent ex-
perience with both the equipment and the service provided
by ASI.
NEC
GTE
CO CENTREX
COST
Initial (leasing)
1st
2nd
3rd
over 5 years
1st
2nd
3rd
over 10 years
1st
2nd
3rd
over 20 years
1st
2nd
3rd
RELIABILITY
3rd
2nd
1st
MAINTENANCE
3rd
2nd
1st
SERVICE
2nd
3rd
1st
SIMPLICITY
OF USE
instruments equal equal equal
switch 2nd 3rd 1st
ADD ON
FEATURES 2nd lst 3rd
The recommendation for the NEC system stems primarily
from the overwhelming cost advantages. As explained on the
attachment, even though the NEC system is ranked below the
other systems on other measures, the level of adequacy is
more than sufficient. Thousands of NEC systems are opera-
ting nationwide, and local references report excellent ex-
perience with both the equipment and the service provided
by ASI.
TO: CITY OUNCIL - Page Four 0
The retention of Earline Reeves and Associates is
recommended to provide expertise and continuity to the
effort. This firm has performed exceptionally well on
the first phase and has accumulated a reserve of data
and familiarity with the City system. For example, the
firm is negotiating with AT &T a refund for the City that
should amount to enough to cover all City costs paid to
the firm. Staff lacks the necessary expertise to super-
vise installation of a telephone system, and Earline
Reeves and Associates has demonstrated exceptional
capabilities.
ROBERT L. WYNN
RLW:KJD;mm
attachments
0
EVALUATION
of
TELEPHONE SYSTEMS
for
THE CITY OF NEWPORT BEACH
In addition to a formal bid process which selected
the three most qualified systems (report available), City
staff visited the home offices of vendors, viewed demonstra-
tion models, inspected maintenance and service facilities,
and interviewed current users. The combined results of the
evaluations are summarized here.
COST
The consultant's report deals in detail with the
variety of costs affecting telephone service in the after-
math of the AT &T system. In place of Ma Bell, several
companies now offer parts of the telephone system. Cur-
rently, the City rents its premises equipment from AT &T
and,switching services to the outside world from Pacific
Bell. The cost for providing telephone capability (not
usage) to the City, as of July 1, 1984, will be approxi-
mately $140,250 per year.
A new system involves a variety of different costs.
As of June, 1984, an access charge of $4.68 per month for
each Direct Inward Dialing line will be levied. CO CENTREX
will necessitate this charge for nearly every City phone,
(approximately 500), while a non - regulated system (PABX)
will necessitate this charge only for the incoming trunks
(approximately -70). A PABX requires ongoing charges to
PacBell for tie lines and trunks. Maintenance, service,
and utilities are an additional cost for PABX, but in-
cluded with CO CENTREX. Many added features and capabili-
ties are inherent with PABX systems, but must be separately
purchased with CO CENTREX.
Installation charges for the two types of systems differ,
and the choice between leasing and purchasing adds many cost
Attachment Page 1
5
4W
variables. Future tariffs and rates are also unknown.
A summary of these many costs are provided on the table
appearing on the next page.
Some cost considerations cannot be quantified at this
time. The unregulated telephone environment will have a
tendancy to increase rates for local calls which are the
bulk of City activity. A PABX system has the capability
to generate management reports and to limit the use of
certain telephones to help cut phone costs in the future.
Also, a PABX will allow the City to adapt easily to private
cost cutting services. The City's PABX system specifica-
tions insure the flexibility and modularity of design needed
to add new features and capabilities when introduced. Acqui-
sition of a PABX system will provide the City with all new
equipment and cabling and will replace the haphazardly in-
stalled system with a well organized and tidy operation.
CO CENTREX will not be able to lower its costs, provide more
capabilities, and compete better with the PABX systems within
the next five years. A PABX system is less expensive than
CO CENTREX over a five year period. Consequently, the acqui-
sition of a new PABX system, with a life expectancy of 20
years, is still a good decision even if the system is replaced
in five years.
Attachment Page 2
L
S �- -
commitment of PacBell to CO CENTREX remains unclear given
the uncertainties of the unregulated environment. Also,.
the recent divestiture and reorganization has resulted in
confusion and lack of continuity of personnel, which has
been evident to City staff. While PacBell will swear other-
wise, an unprofitable CO CENTREX may someday be abandoned
or ignored. The City of Irvine uses CO CENTREX and reports
excellent, but expensive, service.
NEC is a $5 billion multi - national firm, but ASI is a
5 -1/2 year old $11.5 million dollar distributor. The fore-
runner of ASI Telesystems, Inc. is Audience Survey, Incorpor-
ated, a 25 year old marketing research firm, specializing in
testing television pilot programs. ASI owns and operates
Preview House in Hollywood. The diversification to the tele-
phone interconnect business was the result of a marketing
research effort. References for ASI telephone systems,
including the City of Palm Springs, Buffum's Department Stores,
La Habra Community Hospital, and Huntington Beach School
District report excellent experience with ASI.
GTE is a $13 billion communications conglomerate and
GTC is an unregulated subsidary. The cities of Santa Monica
and Pomona, Rio Hondo Community College, and Long Beach City
College report good recent experiences with GTC and the
OMNI SII system.
Maintenance
This factor relates to the ease and speed of repairing
the system should it break down.
An unavoidable maintenance problem with all three systems
stems from the separation of responsibilities for different
parts of the phone system. PacBell provides the trunk lines
and switching to the outside world and provides tie lines
between City facilities. With CO CENTREX, PacBell will pro-
vide maintenance up to the jack where the telephone plugs
into the wall. Telephone instruments will be serviced by
another vendor or will simply be replaced. With either the
Attachment Page 5
0
NEC or GTE systems, ASI or GTC will service the switch,
the instruments, and the cabling between the two. But
PacBell will still be responsible for'tie -lines between
City facilities and trunk lines to the outside world.
Regardless of the system selected, maintenance may be
hindered while the trouble spot is located and the re-
sponsible party identified.
CO CENTREX, with technicians on- station 24 hours per
day, can repair most switch malfunctions in minutes. Re-
sponse time for other service calls is two hours, but PacBell
will not contractually commit to that limit. PacBell main-
tenance is free with the monthly service charge.
Maintenance for all parts of the GTE and NEC systems
is provided by the vendors, GTC and ASI. Each of the vendors
dispatch technicians directly from their homes, with service
centers located at Cerritos (GTC) and Woodland Hills (ASI).
Each vendor has four technicians who live near Newport Beach.
Both vendors will contractually commit to a two hour response
time, and ASI will assume a $500.00 per hour penalty should
it fail to meet the limit. Both vendors have 24 hour, 7 day
per week emergency maintenance service. References for both
vendors indicate excellent response to maintenance calls.
Overall, GTC maintenance is rated above that of ASI because
of the ready support from the GTE regulated utility mainten-
ance staff. NEC will underwrite the service of ASI, but only
to the extent of transferring the responsibility to another
NEC distributor.
Costs for maintenance are $65.00 per hour or $10,566
per year for a full parts and labor contract with GTC, and
$42.00 per hour or $8,100 per year for a full parts and labor
contract with ASI.
The maintenance terminals provided with the NEC and GTE
systems also allow City employees to do routine maintenance.
Interactive software, which interrogates the user via a CRT,
can pinpoint trouble spots and instruct corrective actions.
Similar maintenance can be done remotely by ASI and GTC from
their facilities in Woodland Hills and Cerritos.
Attachment Page 6
10
0 0
Service
This factor relates to the ease and speed of adding
or rearranging the features or telephones of the system.
ASI will respond within 5 working days and GTC will respond
within 10 working days for requests to add or rearrange
telephones. Reassigning of features or changing the numbers
and ringing patterns of telephones can be done by City em-
ployees via the maintenance terminal with GTE or NEC systems.
Service charges are the same as maintenance rates, $42.00
per hour for ASI and $65.00 per hour for GTC.
PacBell will respond to service requests within 5 days,
and charges $26.35 for moving one phone, $47.00 for moving
two, $53.00 for moving three, and $4.20 for each additional
during one service visit. Reassigning of features or changing
numbers and ringing patterns is accomplished within 24 hours
with a telephone call for a charge of $5.20.
Add on Features
Various electronic phones, video terminals, and other
Office -of- the - Future wizardry is available with these systems.
CO CENTREX is currently limited in the use of these features
because switching equipment is analog. Digital CO CENTREX
switching is several years away. The NEC and GTE systems
are digital and can transmit both voice and data. An assort-
ment of exotic features are or will soon.be. available. More
enhancement features are currently operable.for the GTE system
than for the NEC system, and the design of the GTE features
provides more flexibility and convenience.
Simplicity of Use
All three systems will use telephone instruments virtu-
ally indistinguishable from present ones, and no changes in
basic telephone usage will be experienced. Special features
such as speed dialing, conference calling, and call forwarding
are inherent to all three systems and require the use of
special codes. Special training is provided during system
installation; and, face plates, depicting the codes, are
attached to telephone instruments. The CO CENTREX codes
Attachment Page 7
utilize numbers and are somewhat cumbersome. The NEC and
GTE codes use symbols and are somewhat simpler. The.NEC
system allows the City to designate its own codes though
this is not recommended.
Regarding ease of use of the switches, the CO CENTREX
switch is neither seen nor heard. The GTE and NEC switches,
however, require room and board. They must be air conditioned
and fed electricity. Battery back up, generators, CRT's,
and printers will require maintenance. The NEC and GTE systems
are similar in this regard, except that the NEC system is
somewhat smaller and easier to handle with more easily inter-
changeable parts. The NEC uses building block modules, while
the GTE uses a larger cabinet. The software and CRT terminals
of the NEC and GTE systems are equally easy to use. Overall,
the NEC switch would be easier to handle than the GTE switch.
Attachment Page B
12
* 0
CITY OF NEWPORT LEACH
P.O. BOX 1.768, NEWPORT BEACH, CA 92663 -3884
OFFICE OF THE CITY CLERK
(714) 640 -2251
all, t -�".i/ am Cc i[�D
T0: FINANCE DIRECTOR
EXECUTIVE ASSISTANT
FROM: CITY CLERK
DATE: January 30, 1984
SUBJECT: Contract No. C -2430
Description of Contract Consulting Agreement for Telephone
System Study (Phase,II)
Effective date of Contract January 26, 1984
Authorized by Minute Action, approved on January 23, 1984
Contract with Earline Reeves 6 Associates
Address .38753 Yucca Tree
Palmdale CA 93550
Amount of Contract See Agreement
4"c
Wanda E. Andersen
City Clerk
WEA:lr
attach.
3300 Newport Boulevard, Newport Beach
ORIGINAL. •
Ll
AGREEMENT FOR CONSULTING SERVICES
THIS AGREEMENT is made and entered into on this(i6 day of 7AwoE4 R
19 (, by and between the CITY OF NEWPORT BEACH, a municipal corporation,
hereinafter referred to as "CITY," and EARLINE REEVES & ASSOCIATES, herein-
after referred to as "CONSULTANT."
W I T N E S S E T H
WHEREAS, the CITY desires to retain the services of a qualified consul-
tant in the field of telephone communications to assist in the development
and assessment of a request for qualifications and a subsequent Request For
Proposals to provide a computer -based exchange (CBX) telephone system to
replace the CITY'S current C.U. CENTREX telephone system; and
WHEREAS, CONSULTANT agrees to perform such services;
NOW, THEREFORE, in consideration of the foregoing, the parties hereto
agree as follows:
1. SCOPE OF SERVICES
CONSULTANT agrees to provide services to the CITY within certain
time frames as follows:
TASK ONE - PREPARE REQUEST FOR QUALIFICATIONS
With the assistance of CITY staff, prepare a request for qualifica-
tions to be sent to CBX vendors offering state -of- the -art telephone
systems in the 550+ station line size. The RFQ shall be sufficiently
detailed to ascertain vendor expertise, experience, and overall
ability to install and maintain a multi - location telephone system.
The typed RFQ shall be submitted to the CITY for approval and
mailing. Task One shall be completed by February 3, 1984.
TASK TWO - EVALUATE STATEMENTS OF QUALIFICATIONS
With the assistance of CITY staff, evaluate all SOQs received and
submit a detailed evaluation report to the CITY. With CITY assist-
ance, the three or four best qualified firms will be selected for
,
receipt of the CITY'S telephone system RFP. Task Two shall be
completed by February 24, 1984.
•
E
TASK THREE - PREPARE SPECIFICATIONS AND REQUEST FOR PROPOSALS
With the assistance of CITY staff, prepare detailed telephone
system specifications to address all facets of the CITY'S tele-
communications requirements. Prepare, with the assistance of
CITY staff, a Request for Proposals to replace the CITY'S C.U.
CENTREX telephone system with a new CBX telephone system. Task
Three shall be completed on or before February 29, 1984.
TASK FOUR - PREBID CONFERENCE AND SURVEYS
With the assistance of CITY staff, conduct one pre -bid conference
and supervise all on -site surveys of CITY'S facilities by poten-
tial bidders. Familiarize potential bidders with the CITY'S
project and answer all bidder questions. Conduct an on -site walk -
through to permit potential bidders an opportunity to estimate
cabling costs, evluate existing telephone rooms and terminal
closets, and ascertain other criteria necessary for successful bid
responses. Be available, by telephone, to answer bidder questions
as each firm completes its bid response. All bids shall be received
and Task Four shall be completed by March 16, 1984.
TASK FIVE - EVALUATE PROPOSALS AND
PREPARE SYSTEM COST COMPARISON REPORT
After bid opening and with assistance of CITY staff, conduct necessary
analysis and evaluate the proposals received in response to the RFP.
Audit each proposal to verify accuracy of calculations and to make
sure that all items specified in the RFP are included in each bid.
Prepare a comprehensive comparison of all system bids in every cate-
gory of equipment capabilities, features, service, labor rates,
training, and cost, including vendor expertise and references. This
report will provide all facts and figures, including a discounted
cash flow analysis necessary for the selection of the most qualified
and cost effective bid. Task Five shall be completed by April 9,
1984.
All time frames may be extended upon mutual consent of CONSULTANT
and CITY.
-2-
CITY agrees to provide CONSULTANT with data listing equipment
quantities and equipment locations and other data necessary to
properly prepare the telephone system specifications. In the event
the CITY is unable to provide the required data, CONSULTANT reserves
the right to negotiate a mutually acceptable additional fee for
obtaining the necessary information.
2. FEES AND PAYMENT
Compensation to be paid to CONSULTANT by CITY for completion of
services shall be as follows:
Task One - $ 500.00
Task Two - 1,500.00
Task Three and Four combined - 3,500.00
Task Five - 3,500.00
Total - $9,000.00
Payments shall be due and payable for the above amounts upon completion of
each Task. Ten percent (10 %) of each payment shall be withheld by CITY
pending completion of all tasks. CONSULTANT agrees to provide all required
services for the fees stated for each Task or covering the entire project,
regardless of any unforeseen delays beyond its control, or that of CLIENT,
which might extend projected time frames. CONSULTANT further agrees that
additional consulting services, generally related to the scope of each Task,
or work being performed on the project, will be provided without additional
fee.
3. AFFIDAVIT OF NON- AFFILIATION
CONSULTANT agrees that no person employed by CONSULTANT and perform-
ing services under this contract will be affiliated with or have any financial
interest in any manufacturer, distributor, supplier or telephone company
supplying any type of communications equipment or software programs or pack-
ages. CONSULTANT shall not receive nor accept remuneration of any type from
any manufacturer, distributor, supplier or telephone company for recommending
and /or implementing any of their products or services.
-3-
0
4. TERMINATION
This Agreement is subject to termination by the CITY at any time
upon serving written notice to CONSULTANT. The CITY shall be there-
after liable to CONSULTANT only for fees and costs incurred as of the
date CONSULTANT receives such notice of termination.
IN WITNESS WHEREOF, the parties hereto have entered in this
Agreement as of the date and year first above written.
APPROVED AS TO FORM
By:
City Attorney
CITY OF NEWPORT BEACH CONSULTANT
By: X"4z1z';t— By: /_u PAO_10 `.
Mayor Earline Reeves & Associ tes
ATTEST
City Clerk
-4-
TO:
FROM:
C -1-)Xi 3v
! ! (3g)
CITY OF NEWPORT BEACH
OFFICE OF THE CITY MANAGER COUNCIL AGENDA
No. F -16
January 23, 1984 BY THE CITY COUNCIL
CITY OF NEWPORT BEACH
MAYOR AND'CITY COUNCIL
Executive Assistant
JAN 231984
SUBJECT:
Recommended Action: Authorize Mayor and City Clerk
to execute consulting agreement with
Earline Reeves & Associates,
and
Approve budget amendment no. BA -055 in
the amount of $9,000 for the preparation
(Agenda Item of Telephones Systems Specifications and
# BA -055) Request for Proposals.
Background: In March 1983, the City Council approved a three
phase telephone system study and authorized commencement of
Phase One with Communications Resource Company (C C). A copy
of the original staff report is attached. Phase 0 has now
been completed and Phase Two is ready to begin. C -D3 81
Phase One consisted basically of an inventory and an analysis
of projected costs. A comprehensive inventory of each piece of
equipment at each location and a cost breakdown was completed.
It was also determined that the City's current system with its
premises -based switch provided now by AT &T will rapidly become
more expensive and provide limited service. More efficient
economical systems are available.
CRC completed Phase One at the contracted cost of $8,850, but
not within contracted time frame. Also, other difficulties with
the CRC firm were experienced by staff. CRC was to have completed
Phase Two at a cost of $3,950.
Basis for Recommendation: Phase One of the telephone study
revealed that a new telephone system will be more efficient and
economical. Commencement of Phase Two of the study is recommended
to determine which system is best suited to the needs of the City
in terms of features and cost.
Phase two will investigate the two basic types of systems - on
premises computer -based switches (CBX) and Pacific Bell's central
office (C.O.) Centrex system. These two systems are dramatically
different from one another and require separate investigations.
TO: MAYOR AND CITY COUNCIL - Page Two
Staff will investigate C.O. Centrex directly with Pacific Bell.
A consultant is required to prepare specifications and requests
for proposals for CBX systems, which are sold and manufactured
by a multitude of firms.
The work to be conducted by the consultant is as follows:
Task 1 Prepare RFQ
With the assistance of City staff, prepare a Request
for Qualifications to be sent to CBX vendors. Pacific Tele-
phone's C.O. Centrex system shall not be considered. Typing
and mailing to be accomplished by City.
Task 2 Evaluate Statements of Qualification
With the assistance of City staff, evaluate the SOQs
received in response to the RFQ and select the best qualified
3 or 4 vendors for receipt of an RFP.
Task 3 Prepare RFP
With the assistance of City staff, prepare an RFP
to replace the C.U. Centrex system with a new CBX system.
The City will provide all necessary descriptions and current
costs of the existing system. (This has been prepared by
another consultant.) All typing and mailing to be provided
by City.
Task 4 Pre -Bid Conference and Surveys
With assistance of City staff, conduct one pre -bid
conference and supervise all on -site surveys of City's facili-
ties by potential bidders.
Task 5 Evaluate Proposals
With assistance of City staff, conduct necessary
analysis and evaluate the proposals received in response to
the RFP. Assist City staff in selecting the most qualified
bidder. Final selection will be based on Discounted Cash Flow
and reliability.
Completion of this work and of the investigation by staff of
C.O. Centrex will enable the Council to make a final selection
of a new telephone system. Nothing in Phase Two will commit
the City to any purchase or lease.
TO: MAYOR AND CITY COUNCIL - Page Three j
Selection of Consultant: Because of the time delay and other
problems experienced with CRC, it is recommended that another
firm be employed to assist in Phase Two. Three firms responded
to an RFP from the City, submitted proposals, and were interviewed
by the Purchasing Agent and the undersigned. The attributes
of each of these firms are as follows:
1. THE PHOENIX CONCEPT - Pasadena, California
a. Firm founded in October 1982.
b. Principles oriented towards the engineering and
technology aspects of a telephone system.
c. During interview, recommended that problems to be
encountered by City would be best handled with
technical solutions such as micro -wave and laser
transmitters and electronic telephones.
d. No recent public agency experience and did not
seem to understand the functioning or needs for
a city. Little experience on systems with
multiple locations.
e. Proposed price: $9,600
2. THE CENTER FOR TELECOMMUNICATIONS - Laguna Hills, California
a. Firm founded in 1980.
b. Principles have sales background and primary
business is seminars.
C. Some public agency experience and good references.
d. Seem to understand the functioning and needs of a
City fairly well. Little experience on systems
with multiple locations.
e. Proposed price: $4,600.
3. EARLINE REEVES & ASSOCIATES - Palmdale, California
a. Firm founded in 1967.
b. Principles have telephone company business office
backgrounds and long experience doing hands on,
nuts and bolts, telephone system upgrades.
' TO:
0 0
MAYOR AND CITY COUNCIL - Page Four
c. Much public agency experience, including recent
work with good references from the City of Glen-
dale and the County of Orange.
d. Excellent understanding of the City's needs and
functions.
e. Much experience on systems with multiple locations.
f. Provided examples of work which were exceptionally
complete, understandable and well organized.
g. Proposed price: $9,000.
KENNETH J DELINO
KJD;rmr
attachments
CITY OF NEWPORT BEACH
OFFICE OF THE CITY MANAGER
March 28, 1983
CITY COUNCIL
AGENDA NO. F -3(c)
TO: MAYOR AND CITY COUNCIL
FROM:. City Manager
SUBJECT: TELEPHONE SYSTE14S CONSULTING STUDY
Background - The Divestiture of A,T & T
During the mid 1970's, an antitrust suit was initiated by the
United States Department of Justice against American Telephone and
Telegraph ( A,T &T). The case was not settled until 1982 with the
promulgation of a decree requiring A,T &T to divest itself of 22 out
of 24 local telephone companies. Implementation of the decree
commenced on January 1, 1983.
General Effect of the Divestiture Process
Prior to the divestiture decision, Pacific Telephone, which currently
services Newport Beach, had been a subsidiary of A,T &T. With the
divestiture, Pacific Telephone was completely separated from A,T &T
and became subject to regulation of the State Public Utilities Commis-
sion (PUC). In its new role as an independent utility, Pacific
Telephone will continue to supply lines and access to toll networks
with rates for these services being subject to PUC approval. Addi-
tionally, Pacific Telephone continues to offer for lease, subject
to PUC rate approval, Centrex telephone systems. Leasing this type
of on -site telephone system is, however, relatively expensive and
Centrex, according to those knowledgable on the subject, does not
represent the state of the art.
With the exception of Centrex, rates for new end -user telephone
equipment (on -site telephone equipment) will for the most part be
deregulated. The division of Pacific Telephone which had previously
offered end -user equipment will now function separately from, and
independent of, Pacific Telephone. This new company, American Bell,
will function in a competitive marketplace as one of over 200 inde-
pendent telephone and telephone- related equipment vendors. Hence,
to put it simply, with respect to the provision of new end -to -end
telephone system services, Pacific Telephone will supply the lines
and related equipment, while independent vendors will offer user
telephone equipment at competitive prices and under alternative acqui-
sition arrangenents. The systems and equipment offered by these
4
W
TO: MAYOR AND CITY COUNCIL - Page Two
4
independent vendors (including American Bell) is not subject to
regulation and hence is offered in a "buyers' market."
The City's Current Telephone System
As noted previously, the City of Newport Beach is currently served
by Pacific Telephone. This service consists of both telephone lines
and equipment. In terms of equipment, the City leases an approximately
8- year old Centrex system which provides separate service to the
Police and Fire Departments on the one hand and all remaining depart-
ments on the other. The system requires access codes and "tie trunks"
for exchange between the two non - integrated systems. As referenced
earlier, the City's vintage Centrex arrangement is a relatively
expensive type of system. Additionally, future rate increases for
the leased equipment can be expected. Currently monthly City tele-
phone bills are approximately $18,000.
The Need for a Telephone System Study
It is staff's position that a combination of factors including the
cost and obsolesence of the existing leased Centrex system and the
highly competitive market conditions which exist following the A,TST
divestiture, make this an excellent time for the City to carefully
evaluate its present and future telephone system needs. Obvious
alternatives which exist in this regard range from continuing to
lease the existing Centrex system to purchasing a new telephone system
from a private vendor. Various intermediate alternatives, including
"lease - purchase" and a Centrex upgrade, also demand study.
Attachment I is an excerpt from Western Cities Magazine which dis-
cusses the timeliness of municipal telephone studies in light of
the A,T&T divestiture.
The Need for a Consultant
It is believed that the retention of a professional consultant to
conduct the above- referenced study is justified for the following
reasons:
A. Technical Expertise - The comprehensive study of a telephone
system the size of the City's requires a high level of specialized
technical knowledge and expertise.
B. Time Involved and Staffing Constraints - In addition to the lack
of specific staff technical expertise in this area, significant
constraints upon the use of City staff for a project of this
magnitude are readily apparent.
1
' TO: MAYOR AND CITY COUNCIL - Page Three
C. Objectivity - Use of a consulting firm which is independent of
the telephone company and any vendor interests will help insure
the objectivity of findings and recommendations.
D. Cost Recovery - The cost of a consultant study of this type should
eventua ly be recovered through savings achieved as a result of
the implementation of recommendations.
Consultant Solicitation and Evaluation Process
Based upon the preliminary findings and conclusions referenced in
the preceding section, staff solicited proposals from several
reputable telecommunications consulting firms. Attachment 2 is a
copy of the information sheet which was provided to each prospective
consultant. It can be seen that the following were to be included
in the consulting proposals as areas for study:
1. Complete review and analysis of the existing telephone system
and user patterns.
2. Identification and review of present and future system require-
ments.
3. Presentation and analysis of available alternatives for upgrading
and improving the system including the alternative of upgrading
or enhancing the City's Centrex system.
4. Development of uniform bid specifications for release to system
equipment vendors, should the City decide to proceed with a
system upgrade.
5. Participation and assistance throuqhout the bidding process,
including a recommendation as to the most responsive, cost -
effective bidder.
6. Possible system implementation assistance.
Upon receipt of the proposals submitted, staff conducted an extensive
comparative evaluation and reference check process. Based unbn its
review, staff has selected Communication Resources Company for
recommendation to the City Council as the most responsive and competi-
tive (low) bidder.
Communication Resources Company Proposal (CRC) C - i
Included with each Councilmember's agenda packet is a complete copy
of the proposal submitted.by CRC. Attachment 3 to this staff report
is a summary of the proposal which was prepared by staff.
7
TO: MAYOR AND CITY COUNCIL - Page Four
It can be seen that CRC proposes a three - phased study with specific
costs applied to each phase. It should be noted that specific
City authorization would be required before the consultant would
proceed from one phase to the next.
Phase I, "Analysis ", which is covered on Pages 8 -13 of the proposal
would involve a comprehensive review of all present telecommunication
services to determine the degree to which they are meeting the needs
and requirements of the City. In addition, the consultant would
establish the degree of cost effectiveness present services are attaining
as well as projecting complete communication services to meet the
City's needs throughout the foreseeable future. Upon completion of
Phase I, a "Phase I Report" would be presented to the City detailing
initial findings, presenting recommendations and outlining further
recommended actions to be taken. Upon completion of the Phase I
study and report, and pursuant to City Council authorization, CRC
would proceed to Phase II, "Competitive Bidding." The cost for
Phase I is $8,850 and the projected time frame is 2.5 months.
Phase II, "Competitive Bidding" which is covered on Pages 14 -15 of
the proposal would involve the complete planning and establishment
of unbiased and uniform bid specifications for a telephone system,
should the City decide to proceed with such a bidding process.
The solicitation of bids from vendors, the detailed analysis of all
bids received, the development of a recommendation as to lowest
responsible bidder, and contract negotiation assistance would all be
part of this phase. Upon selection of a vendor by the City and pur-
suant to authorization to proceed, CRC would commence Phase III,
"Implementation." The cost of Phase II is $3,950 with a projected
time frame of 2.5 months,
Phase III, "Implementation" which is covered on Pages 16 -22 of the
proposal would involve supervision assistance, telephone company
coordination and compliance auditing by CRC on the City's behalf to
insure the adequacy and performance of the system installed.
Two alternative approaches to funding implementation are offered; one
involving 58 of the system purchase price (full implementation) and
one involving a flat payment of $6,000 (implementation supervision).
As in the case of each phase of the study, the option as to which
approach to take would be the City's following an evaluation of the
information received as a result of the previous phase.
As noted in the proposal, the
City would be required to pay
Phases I -III) is $19,400. By
received for this consulting
M
bottom line net fees (the maximum the
for required consultant services, i.e.,
way of comparison, the high bid
study was $28,350.
r'
TO: MAYOR.AND CITY COUNCIL - Page Five
In summary, the CRC proposal would involve three logical phases;
analysis, competitive bidding and implementation. The total project
cost (Phases I -III) would be $19,400 maximum and the total project
time frame would be 12 months.
CRC, which is located in Santa Ana, has eight years of telecommunica-
tions consulting experience serving a wide variety of clients --
many of them municipalities. The municipal references checked by
staff all rated CRC's performance on similar studies as excellent.
Proposed Consulting Agreement
Attachment 4 is a copy of the proposed consulting agreement. The
agreement provides for specific City Council review and approval of
the results of each phase prior to proceedtRa to the next phase.
Funds would be appropriated for each successive phase by the Council
following its review of the preceding phase.
Proposed Course of Action
It is proposed that the City Council take the following actions this
evening:
1. Authorize execution of a consulting agreement with
Communication Resources Company;
AND
2. Approve Budget Amendment No. appropriating $8,850 for
Phase I of the study.
The Assistant to the City Manager and the Purchasing Agent will
jointly serve as project coordinators on the City's behalf.
ROBERT J WNN
City Manager
RLW:GJB:jmb
Attachments
i