HomeMy WebLinkAboutMemo - Manager's ApprovalCITY OF MIAtiMI, FLORIDA
INTER -OFFICE iMIEMO.RA:NI)UM
TO: Daniel J. Alfonso.
City Manager
FROM: ,Annie Perez, CPPO,
Director. Procurement
DATE: April 1Q, 2017 FILE:
SUBJECT: Recommendation of Award of
Contract for 800 MHz P25 Digital
Trunked Simulcast Network System
REFERENCES: Request for Proposals
(RFP) No. 592382
ENCLOSURES; Recommendation to Negotiate
Memo; Financing Analysis
Letter
Recommendation
Based on the findings below, the Department of Procurement (Procurement) hereby recommends
approval to award Contract No. RFP 592382, to Harris Corporation (Harris), to provide an 800 MHz
P25 Digital Trunked Simulcast Network System (System). as part of the ongoing efforts to upgrade
and enhance two-way radio communications throughout the City of Miami (City), specifically the
City's police, fire, and general government departments, for the benefit of all public safety and local
government users. and the citizens that they serve. The System includes several related networks
and project components:
1. 800 MHz P25 Digital Trunked Simulcast Network;
2. Full featured Radio Dispatch Console System;
3. VHF High Band and Marine, UHF and 800 MHz Base Stations to provide for interoperability
with adjacent localities but not limited to; Miami -Dade County and the State of Florida;
4. High capacity, digital microwave site connectivity;
5. Integrated Network Alarm and Control System;
6. Assets and network management systems;
7, Network traffic logging recorder system;
8. Site modifications to include shelter, tower and emergency generators; and
9. Replacement of Site on Wheel ten (10) channel standalone trunked P25 System.
The impact of this item is citywide in nature.
Fiscal Impact
The fiscal impact for the initial three (3) year, with two (2) additional two (2) year period contract term
is Eleven Million Dollars (_$11,000,0001. This represents a savings of $3,226,622 overall to the City.
The Contract will have a contingency allowance of Ten Percent ($1,100,000), to be used at the City's
discretion, and with the approval of the City Manager, without requiring City Commission's approval,
to pay for any element or service that was unforeseen, or that is desirable, but not specifically
required of the Contractor by the Contract Documents.
Harris's negotiated price is firm and fixed for the term of the contract, which in turn will protect the City
from future change orders. The negotiated price includes the cost of warranty and equipment for the
first year of the Contract for: 1) Software FX: 2) Hardware Refresh; 3) NOC Monitoring; 4) Radio
Digital Console; 5) Radio Infrastructure; and 6) Site Facility. Additionally, Harris is also providing two
PR 17171 1
(2) years of warranty and maintenance on digital microwave equipment, and three (3) years on
subscriber equipment warranty and maintenance, at no additional cost to the City. The costs of the
extended warranty and maintenance have already been negotiated for additional years of the
Contract, in the event the City decides to purchase the warranty and maintenance.
As requested in the RFP, Harris included leasing (financing) options in their proposal; Harris proposed
financing through a third party. Signature Public Financing Corp. Harris offered a 1.69% interest rate
for a five (5) year lease term; 1.95% for a seven (7) year lease term; and a 2.20% for a ten (10) year
lease term. As part of the due diligence process, Procurement requested The PFM Group, a City
Financial Consultant, to evaluate the financing proposal received from Harris, based on their
knowledge of the municipal market, and the specific market for Florida equipment leases. Refer to
The PFM Group's response (attached).
Notwithstanding the foregoing, at the City's discretion, the City may consider seeking proposals for
financing, which would enable the City to match its product selection with a more competitive
financing.
Savings
Harris's proposed price of $13,216,174.25, included maintenance cost for four (4) years, in the
amount of $3,316,174.25. The City opted to not purchase the maintenance at this time. This reduced
Harris's original proposed amount to $9,900,000 During negotiations, the City's negotiation team
(Team) requested upgrades and adjustments to the proposed equipment and services, not
contemplated in the solicitation and Harris's proposed price. These items included, but not limited to:
1) Upgrade to KovaNerint Logging Recorder;
2) Design change from two transmit and three receive sites to five transmit/receive sites;
3) Upgrade of 1,650 XG75P Portables to XL-200P Portables;
4) Upgrade of XG75P Portables to Additional XG75P;
5) Reconfiguration of Police's mobile and desktop packages, to include encryption, OTAR,
speaker mics, vehicular charges, spare battery, etc.:
6) Reconfigured Dispatch by removing VIDA Connect;
7) Structural enhancements to Station 11;
8) Equipment trade-in credit;
9) Four (4) years of online course offerings for technicians at no additional cost to the City;
10) Thirty percent (30%) off list price to repair parts for the term of the Contract; and
11) Reduction on the cost of Project Management.
These upgrades and adjustments amount to an increase in the proposed base price from $9,900,000
to $14,226,622,14 (an increase of $4,326,622). As a result of initial negotiations held on March 1, and
20, 2017, the Team was able to realize a savings to the base price from $14,226,622 to $12,353,646
(a reduction of $1,872,976). On March 23, Procurement on behalf of the Team, instructed Harris in
writing, to carefully analyze their price for any further cost savings they can in turn extend to the City,
and provide what is considered Harris's "Best and Final Offer" (BAFO), which should not exceed
$11,000,000. Harris responded with a BAFO of $11,000,000, an increased single line item system
discount, amounting to a $3,226,622 overall savings to the City.
Background
On May 16, 2016, the City on behalf of the General Services Administration (GSA) Department,
issued a Request for Proposals (RFP) No. 592382 under full and open competition. to obtain
proposals from qualified, experienced firms to provide a fully featured System. Orr August 30, 2016,
PR 17171 2
two (2) proposals were received in response to this solicitation; Harris, and Motorola Solutions, Inc.
(Motorola). Subsequently, the proposals were reviewed by Procurement for responsiveness; both
were deemed responsive. The proposals were further evaluated by an Evaluation Committee
(Committee), comprising of City personnel and subject matter experts from other jurisdictions (cities of
Miami Beach, Hialeah and Coral Gables). The Committee evaluated the proposals following the
guidelines and technical criteria published in the RFP. Both firms, Harris and Motorola, were invited
to oral presentations. Following oral presentations, the Committee recommended Harris, the highest
ranked, responsive and responsible proposer for negotiations (refer to Recommendation to Negotiate
memo).
The negotiation team was comprised of representatives from the following City Departments,
representatives from neighboring cities, along with the assigned City Attorney: Procurement, GSA;
Information Technology; Fire; Police; Cities of Coral Gables and Hialeah. Accordingly, due to the
complexity of the project, the Team met on January 25, 2017, February 6, and 13, 2017, to review the
proposals and prepare the strategy to negotiate a contract with Harris. These meetings were closed
to the public, pursuant to Florida Statutes 286.011. The City Attorney and Procurement staff also met
to address clarifications by Harris to the Professional Services Agreement's terms and conditions.
Negotiation meetings were held with Harris on March 1, 20. and 31, 2017; negotiations were
successfully completed on March 31, 2017.
Due diligence was conducted to determine responsibility, including verifying corporate status and
performing reference checks. There were no performance or compliance issues, and no adverse
finding related to Harris's responsibility. Harris has demonstrated that the firm possesses the
necessary qualifications, relevant experience. technical capacity. experienced personnel, and a well-
defined approach, required to meet the reeds of the City and successfully complete this critical
project. A notice to proceed will be issued by the City once a contract has been executed.
Approval of this recommendation to award, which is within your delegated signature authority, is
requested.
Approved
Date: Y.-/N
Daniel J. AIfa'ns Ci /M. nager
c: Fernando Casamayor, Assista t ty Manager/Chief Financial Officer
Nzeribe lhekwaba, P.E., Assistant City Manager/Chief of Operations
Rodolfo Llanes, Chief of Police
Joseph F. Zahralban, Chief of Fire
Rafael Suarez -Rivas, Esquire, Senior Assistant City Attorney
Ricardo Falero, Director, GSA
Brian Lopez, Superintendent, GSA
Michael J. Manning, Senior Consultant, Federal Engineering, Inc. / L.R. Kimball
Lydia Osborne, CPPO. CPPB, Assistant Director, Procurement
PR 17171 3
a
The PFM Group
Memorandum
au'e 434
„rar Gablew F_
13114
To: City of Miami, Florida
From: Public Financial Management
Re: Public Safety Radio System RFP — Financing Options
78B 671433
.30$ 443 1'S t !at
www atm..or^
October 12, 2016
Recently. the City of Miami, Florida (the "City") issued RFP No. 592382, which solicited
proposals for the construction of a public safety radio system, including options for
financing the project. The City received two proposals from Motorola Solutions
("Motorola") and Harris Corporation ("Harris') for the construction of the radio system,
and both proposals included leasing (financing) options put forth by the respective firms.
In the case of the Motorola proposal, they offered financing through a subsidiary called
"Motorola Solutions, Inc.," and Harris offered financing through a third party named
'Signature Public Funding Corp.'
On September 28. 2015, the City's procurement department requested PFM's
assistance in specifically evaluating the financing proposals PFM is performing this
assistance based on our knowledge of the municipal market. and the specifc market for
Florida equipment leases. In order to evaluate the responses received by the City, PFM
used its database of recent equipment lease financings since Janiary 2015. it should
be noted that this also includes the police equipment lease financing recently completed
by the City. The purpose or the database reference is to provide Comparable data points
to determine if the financing rates and terms provided in the RFP responses are (1)
representative of current market conditions. and (2) reasonable with respect to
covenants and other requirements. Further, in this memorandum we have also
provided a summary of the index on which the proposed rates are based on. and offer
same preliminary notes on the terms within each proposal. Finallythis memorandum
concludes with a summary of the responses as well as a recommendation with which to
move forward.
The PFM Group
F.rl„r:r.:-.# ::1: rn`Strrrit arty err'
10/12/2016
Page 2 of 3
Table 1 Summary Database of FL Equipment Lease Financings completed since
January 2015
Aoraraga t;fe Winnieg Bidder Proposed Princ[pai
MAW it Sara ioareltunr. Closing Date Term iyearsi Nears' trllerett Ras. All Wii
ut �:r.E,.;F.es';e�. f. '�atC 1 3.981. : 54`t:
r:siar+r Cr-Jo 2i urt'i. FL hest
arm leseh Comte Sr`.uar D:strizt ..ease
Plan i}r1c1: ca:lnty S:npol wgt Ct xate!
Leaie
tease
.r?.rsa
heir
:rate
5ominarr ni Sej t c Frvirctngt
TIrm
A r2: are • Btri:r.!:f iai;f i is
,y :.:-.14e . ae.r] ,, sr 9 ds , .14
5 2 713
2.642
5 ]3aa
2;^a
5
5 232).
5
2.3.51
Further detal on the recent comparable lease financings for the City, (August 2015),
Miami -Dade County (February 2016). and Miami -Dade County Public Schools (August
2016) is included in the summary table below and compared alongside the two RFP
responses.
Lease Proposals
Miami 'Radio System -
Harris Corporation
Miami RadiaSystem •
Motorola Solutions
M ami Police Equipmen7 Miami•Dade Police
Le3Se Equipment Lease
Miami -Dade 5,:haols
Lease
1 Dot.] Ptcp sY]..l
9:29 2C'i`.i
of 49/2016
r[
3/ 21/ 2015
2/16F 201E
is 5lr....,3
Amount Financed
S9,'t:0,E,C%
1=,CJ35,t.:;G
53',CClO,CCCo
S10,51,11),CLI
i. Y.I3LC..:
tease Teirn
5, 7, or IC rears
5, 1, or LO years
5 year
5, 6, or 7 years
5 )ea ,
Interestl?:3tfi.3;
5y-ar-1.69'S..
5•ga',3i.3.5d?S
5year •1.5f1,'S
/]
5�4tr-1.25.a5
''';
S�ear�1.3==.
7year-1.95'o
7year -2.75'0
-
6year-1-34a
-
-0 year• i.lf,`rl
1Oyear -3;:y1
-
7 ?ea, - 1.43i
-
•tPre'pa•fni rtt P 'aity
Ally pa., tl-rt c !te 3t
101v
Lt:x;,no'ui:
Any time of:er one Year,
no penalty
Any t:'-n-! as se t rirst na i
of Term, lc, penalty
Aa1y time after firs; half
of ;errs: rta3 penalty
Eased on the historical information provided through the database, the rates indicated in
the Motorola proposal are significantly higher than comparables. The proposal from
Harris (through Signature) seems more in line with what the City of Miami completed
last year for their police equipment lease. Since that time, however, PFM has observed
a decrease in rates on equipment lease financings.
The chart on the next page shows the actual H15 rate for a seven year terra. It should
be noted that the H15 is a taxable rate. therefore in providing lease quotes the lessor
typically reduces it to a tax-exempt equivalent (by multiplying by 64%-70%). The chart
simply serves to further illustrate the point that rates have trended lower since the City
implemented the prior equipment lease, and as such the City can expect a lower cost of
funds than was received in the RFP response.
�-- The PFM Group
Table 2: Historical H 15 Rate j7 y War term, since January 2015
i.50
Tyr H15 Rate, 2015 to date
101 t 212016
Page 3 of 3
•
august 2015 average: 1.95%
February 2016 average• 1 39%
• 4..1 August 2016 average: 1.271
.n es .r7 e. .n es .-. yn :n .%, In sr, :B sJ LO .Q S X +D
▪ o A • o ^-▪ ' o 0 40 0 ▪ 0 0 C.
N Pv r! - ? N '1 P- o N IN N �. f `. !V 'NI hl q IN .N N
--. fl n. 7 in- ,r N d3 Lh e», ,▪ -+ r ▪ .-? N M �▪ . t` x! ?N
An alternative, if deemed availably by procurement, would be to separate the two
aspects of the RFP. It would appear that the City could achieve more favorable
financing terms by specifically requesting proposals from a wider universe of banks that
specialize in equipment lease financings. This could be done in the same way it was
done for the City's 2015 lease, and could be turned around in a short tmeframe.
Furthermore. this would enable the City to select what it deems as the most favorable
equipment proposal, without needing to consider the financing aspect of the proposals
which is ancillary to the functional needs of the City. We believe that this format would
enable the City to match its product selection with a more competitive financing.
Please do not hesitate to contact us if you have any questions or comments on the
memorandum.