Loading...
2003-25199 Reso (2)RESOLUTION NUMBER 2003-25199 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A COMMUNICATIONS SYSTEM AGREEMENT, AND ALL EXHIBITS THERETO, WITH MOTOROLA, IN THE AMOUNT OF $4,850,000.00; FOR THE PURCHASE AND INSTALLATION OF A NEW 800 MHZ TRUNKED DIGITAL SMARTZONE SlMULCAST PUBLIC SAFETY RADIO SYSTEM; A PERPETUAL SOFTWARE LICENSE AGREEMENT, AT NO COST; A TEN YEAR (10) MAINTENANCE AGREEMENT WHICH INCLUDES SYSTEM MAINTENANCE COMPRISED OF A ONE (1) YEAR INITIAL WARRANTY, AT NO COST, AND NINE (9) ADDITIONAL CONSECUTIVE YEARS OF MAINTENANCE, IN THE AMOUNT OF $2,581,752; SUBSCRIBER MAINTENANCE COMPRISED OF A ONE (1) YEAR INITIAL WARRANTY AND TWO (2) ADDITIONAL YEARS, AT NO COST; AND SEVEN (7) ADDITIONAL CONSECUTIVE YEARS OF MAINTENANCE, IN THE AMOUNT OF $442,669, FOR A TOTAL COST OF $7,874,421. WHEREAS, on July 19, 2000, the City's Information Technology Department advised the Administration and then the City Commission in a Letter to Commission, L.T.C. No. 133-2000, that the City's radio system coverage was getting progressively worse as new and more dense buildings were erected in the City; therefore, the Public Safety Radio System needed to be upgraded to the most up-to-date digital technology to serve the needs of the City's Public Safety Agency; and WHEREAS, subsequent to this, on December 20, 2000, the City Commission authorized a Technical Services Agreement with RCC / Omnicom, Inc. (now RCC Consultants, Inc.), to review, analyze and report on the proposed Motorola upgrade; and WHEREAS, RCC Consultants, Inc. provided a final report which they submitted to the City Commission on July 16, 2001. The report addressed the major issues involved in the proposed radio system upgrade and provided recommendations on how the City should proceed; and WHEREAS, as a result of this report, the City Commission passed a resolution on July 18, 2001, which authorized the Administration to waive the competitive bidding process, by 5/7ths vote, and negotiate a contract with Motorola, Ericsson, or any other public radio safety system provider, as determined by the City of Miami Beach, to replace the existing City of Miami Beach 800 MHz Analog Radio System, by purchasing a new 800 MHz Trunked Digital Simulcast Public Safety Radio System. As a result of this resolution, and in order to facilitate the negotiation process contemplated therein, a "Statement of Work, 800MHz Trunked Digital Simulcast Radio System, Digital Multiplex, Tower, Shelter and Services for the City of Miami Beach, Florida", was prepared by the City and its consultant, RCC Consultants, Inc., and made available to interested parties on October 16, 2001; and WHEREAS, at the behest of the City Manager, an Internal Review Committee was formed to obtain feedback and input on the proposals to replace the City's 800 MHz Trunked Analog Public Safety Radio System with a new 800 MHz Trunked Digital Simulcast Public Safety Radio System. The Committee was to provide additional internal support to the efforts of RCC Consultants, Inc., in their analysis function. The Committee was comprised of the following members: Ramiro Inguanzo, Chief of Staff, Don De Lucca, Police Chief, Floyd Jordan, Fire Chief, Robert Middaugh, Assistant City Manager, Patricia Walker, Chief Financial Officer, and Saul Frances, Parking Director; and WHEREAS, the Committee met on July 9, 2002, August 7, 2002, and September 4, 2002, at which time, they discussed the functional distinctions as well as pros and cons of each of the two proposals which had been submitted to the City of Miami Beach by M/A-COM and Motorola; and WHEREAS, the outcome of the Internal Review Committee review was that both the M/A-COM and Motorola Radio Systems will meet the requirements of the Statement of Work. The functional distinctions and pros and cons of each system are discussed in great detail throughout this report. Pricing would obviously be a critical factor and it is an important part of the equation to consider; and WHEREAS, following the completion of the analysis of the Internal Review Committee, the City Manager reviewed all the documentation of RCC Consultants, Inc., the Internal Review Committee Report and conducted personal interviews with members of the Internal Review Committee as well as other City staff. The consensus from this process was that the Motorola System was rated number one; and WHEREAS, after all of the technical reviews had been completed, the City Manager opened each vendor's price proposal. Motorola had submitted a price proposal for a complete system in the amount of $4,900,000 and MIA COM had also submitted a price proposal for a complete system in the amount of $5,980,000. Therefore it was judged that Motorola had submitted the lowest proposal; and WHEREAS, the Administration has conducted negotiations with Motorola, towards the purchase and installation of a new 800MHz Trunked Digital Smartzone Simulcast Public Safety Radio System; and WHEREAS, a Communications System Agreement and all Exhibits attached thereto, has been agreed upon based on these negotiations, in the amount of $4,850,000.00; and WHEREAS, a perpetual Software License Agreement, at no cost, has been agreed upon; and WHEREAS, a ten (10) year Maintenance Agreement has been agreed upon which includes system maintenance comprised of a one (1) year initial warranty, at no cost, and nine (9) additional consecutive years of maintenance, in the amount of $2,581,752, and subscriber maintenance comprised of a one (1) year initial warranty and two (2) additional years, at no cost, and seven (7) additional consecutive years of maintenance, in the amount of $442,669, and WHEREAS, the Administration is now recommending that the Mayor and City Clerk execute a Communications System Agreement and all Exhibits attached thereto, with Motorola; for the purchase and installation of a new 800 MHz Trunked Digital Smartzone Simulcast Public Safety Radio System, a Perpetual Software License Agreement, and a ten year Maintenance Agreement for a total amount of $7,874,421; and NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BACH, FLORIDA, that the Mayor and City Commission herein approve and authorize the Mayor and City Clerk to execute a Communications System Agreement in the amount of $4,850,000.00, between the City and Motorola, as well as a perpetual Software License Agreement, at no cost, and a ten (10) year Maintenance Agreement which includes System Maintenance comprised of a one (1) year initial warranty, at no cost, and nine (9) additional consecutive years of maintenance, in the amount of $2,581,752, and subscriber maintenance comprised of a one (1) year initial warranty and two (2) additional years, at no cost, and seven (7) additional consecutive years of maintenance, in the amount of $442,669, for a total cost of $7,874,421. / PASSED and ADOPTED this 30th day of Ap.~i ATTEST: CITY CLERK CITY OF MIAMI BEACH COMMISSION ITEM SUMMARY ;ondensed Title: A resolution of the Mayor and City Commission of the City of Miami Beach, Florida, authorizing the Mayor and City Clerk to execute a Communications System Agreement and all Exhibits attached thereto, with Motorola, Inc., in the amount of $4,850,000 for the purchase and installation of a new 800 MHz Trunked Digital Smartzone Simulcast Public Safety Radio System; a Perpetual Software License Agreement, at no cost; and a ten (10) year Maintenance Agreement which includes System Maintenance comprised of a one (1) year initial warranty, at no cost, and nine (9) consecutive years of maintenance, in the amount of $2,581,752; and subscriber maintenance comprised of a one (1) year initial warranty and two (2) additional years, at no cost, and seven (7) additional consecutive years of maintenance, in the amount of $442,669, for a total cost of $7,874,421. Issue: IWhether a Communications System Agreement and all Exhibits attached thereto, and a Maintenance Agreement should be executed pursuant to the negotiations conducted with the City for the purchase and installation of a new Motorola, Inc. 800MHz Trunked Digital Smartzone Simulcast Public Safety Radio System. Item Summary/Recommendation: Agreement, and a ten (10) year Maintenance Agreement. Following final negotiations with the. City, the IMOtorola, Inc. was the chosen vendor for the purchase and installation of the new Motorola, Inc. 800 MHz Trunked Digital Smartzone Simulcast Public Safety Radio System, a perpetual Software License Administration recommends execution of the Agreements with Motorola, Inc. Advisory Board Recommendation: IN/A Jal Information: Source of Amount AccOunt Approved Funds: I $4,850,000 550.7000.210100 - Bank of America Financing Lease 1 2 $3,024,421 550.1750.000323 - Funding will be available annually from the I  Maintenance Fund for Information Technology beginning one year ~ from the Final System Acceptance Date 3 4 Finance Dept. Total $7,874,421 City Clerk's Office Legislative Tracking: I M. Kay Randall, Director, Information Technology Sign-Offs: Department DirectOr ~.¥,~~sta"t~City Manager [ ~ AGENDA ITEM DATE CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 wwwmlamib a fl, v To: From: Subject: COMMISSION MEMORANDUM Mayor David Dermer and Members of the City Commission Jorge M. Gonzalez ~ ~J,-~ City Manager Date: April 30, 2003 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A COMMUNICATIONS SYSTEM AGREEMENT, AND ALL EXHIBITS THERETO,WITH MOTOROLA, IN THE AMOUNT OF $4,850,000, FOR THE PURCHASE AND INSTALLATION OF A NEW 800 MHZ TRUNKED DIGITAL SMARTZONE SlMULCAST PUBLIC SAFETY RADIO SYSTEM; A PERPETUAL SOFTWARE LICENSE AGREEMENT, AT NO COST; A TEN YEAR (10) MAINTENANCE AGREEMENT WHICH INCLUDES SYSTEM MAINTENANCE COMPRISED OF A ONE (1) YEAR INITIAL WARRANTY, AT NO COST, AND NINE (9) ADDITIONAL CONSECUTIVE YEARS OF MAINTENANCE, IN THE AMOUNT OF $2,581,752; AND SUBSCRIBER (RADIO) MAINTENANCE COMPRISED OF A ONE (1) YEAR INITIAL WARRANTY AND TWO (2) ADDITIONAL YEARS, AT NO COST; AND SEVEN (7) ADDITIONAL CONSECUTIVE YEARS OF MAINTENANCE, IN THE AMOUNT OF $442,669, FOR A TOTAL COST OF $7,874,421. ADMINISTRATION RECOMMENDATION Adopt the Resolution. BID AMOUNT AND FUNDING $4,850,000 $3,024,421 Funding is available from the FY2002/2003 Bank Of America Financing Lease (Budget Account 550.7000.210100). Funding will be available annually from the Final System Acceptance Date, in the Maintenance Fund for information Technology (Budget Account 550.1750.000323). ANALYSIS On July 18, 2001, the City Commission adopted a resolution to proceed with contract negotiations with Motorola, M/A-COM or any other public safety radio system provider. Agenda Item Date Commission Memorandum RE: Motorola Contract April 30, 2003 Page 2 The City Manager formed an Intemal Review Committee to obtain feedback and input on the proposals. Following the completion of the analysis of the Internal Review Committee, the City Manager reviewed all the documentation of RCC Consultants, Inc., the Internal Review Committee Report and conducted personal interviews with members of the Internal Review Committee, union representatives as well as other City staff. The consensus from this process was that the Motorola System was rated number one. (For a detailed description of the process please see the Background section later in this memo.) After all of the technical reviews had been completed, the City Manager opened each vendor's price proposal. Motorola had submitted a price proposal for a complete system in the amount of $4,900,000 and M/A-COM had also submitted a price proposal for a complete system in the amount of $5,980,000. Further, the Manager reviewed the costs as proposed, for the entire system life. Motorola's proposed price for the system, five year's of maintenance, and the proposed optional items and fire protection system costs, ~t:~ Qg~7 was ~,v, .... . v3 $7,166,341 (NPV $6,975,414) compared to M/A-COM's proposed price of $7,614,974 ( NPV $7,456,047). This reflects that Motorola's proposal was $7~,7,87! $448,633 (NPV $480,633) less than M/A-COM's. Therefore it was judged that Motorola had submitted the lowest proposal. Contract Ne.qotiations The City Manager then determined that the City should begin actual negotiations with Motorola for an 800 MHz Smartzone Digital Simulcast Radio System. He appointed a negotiating team comprised of Trish Walker, Chief Financial Officer, M. Kay Randall, Director Information Technology Department and Raul Aguila, First Assistant City Attorney. The team was supported on technical matters by Sgt. Larry Bomstein, Police Department; Julio Garcia, Fire Fighter II, Fire Department; Joe London, Radio System Technologist, Information Technology Department and Joe Leikhim, RCC Consultants, Inc. The negotiations involved the Communications System Agreement for the radio system, a ten (10) year Maintenance Agreement, and a Software License Agreement. The first item of discussion in the negotiation session was a battery issue the City had experienced with the XTS-3000 radios. There were several concerns regarding the batteries, but foremost was that the batteries did not last an entire shift. Due to this problem, Motorola several months earlier had replaced all of the City's existing batteries for the XTS-3000 radios under the City's warranty agreement. However, even after these batteries were replaced, over time some of them began to experience failures. The City requested that Motorola, investigate why the City was experiencing battery failures. Motorola took a number of the failing batteries to their plant and had them tested by their product engineers. As a result of this testing, the product engineers found an engineering defect in some particular batches of batteries. The product engineers redesigned the battery and Motorola then exchanged the City's existing batteries for the new re- engineered batteries at no cost to the City. Motorola provided a total of 876 new batterieS Commission Memorandum RE: Motorola Contract April 30, 2003 Page 3 at a value of $56,940. In addition, Motorola, agreed to provide 250 in-vehicle battery chargers at no cost to the City at a value of $23,750. The second part of the process was to test a number of the existing Public Safety Radios to determine if they were working properly. Motorola brought in testing equipment and tested seventeen (17) STX-3000 radios. The test results showed that all of the radios were working correctly. A copy of the Radio Testing Report prepared by Motorola is attached as Exhibit A. At the time of the implementation of the new radio communication system, all of STX-3000 radios will be tested to ensure they are also working properly. If any of the radios fail the test, the radio will either be repaired or replaced at no cost to the City. Motorola also provided a revised battery charging procedure to Police and Fire Departments to facilitate the proper charging of the batteries. These remedies were provided by Motorola to eliminate any battery problems that the City had experienced. In addition to these items, other terms'were discussed with Motorola during these sessions and the primary benefits achieved by the City are as follows: System · Motorola has agreed to reduce the purchase price of the System from $4,900,000 to $4,850,000. Motorola will provide additional Bi-Directional Amplifier (BDAs) for either the South Shore and/or Mt. Sinai Hospitals if the BDAs are required to provide in-building radio coverage at no cost to the City. (This was shown as an optional item for the City and if these BDAs are required, represents a value of $261,538). Motorola has agreed to allow the City to change any of the proposed sites and will eliminate the proposed cost for such sites in total from the proposal, with the exception of any required equipment which will be at the proposal price. The cost of new sites will be added by mutually agreed change order, subject to the prior review by the City or its agents. Motorola has agreed that the cost for any replacement site for the 75th Street site will not exceed the cost originally proposed. · Motorola has agreed to provide 14,000 Digital Subscriber (Radio) IDs at no cost to the City. This provides a savings of $35,700 to the City. · Motorola has agreed to provide the fuel to fill the generator at a new site at no cost to the City, which represents a savings of $2,000 from the proposed price. Commission Memorandum RE: Motorola Contract April 30, 2003 Page 4 Equipment Motorola has agreed to replace all of the City's non-public safety subscribers (radios) (totaling 371) with like new MTS-2000 subscribers (radios) used in the 2002 Winter Olympics at no cost to the City. These subscribers (radios) will be delivered fully programmed and with a full warranty also at no cost to the City. (Motorola estimates the value of these radios to be $927,500) Motorola, under its current warranty with the City, has provided a total of 876 new batteries at a value of $56,940, at no cost to the City. Motorola has agreed to provide 250 in-vehicle battery chargers for all Police and Fire/Rescue vehicles at no cost to the City. This represents a savings to the City of $23,750. Maintenance Motorola has agreed to provide ten (10) year serviceability of the System, such that all functionalities of the System will be maintained and all defects will be fixed. Motorola will be responsible for the cost of Software, Equipment and installation labor necessary to meet this commitment as long as the City has executed a System Maintenance Agreement. Motorola has agreed to extend their Maintenance Agreement, for the subscribers (radios) to ten years from six years, which adds four years and to limit the price increase to the lesser of 3% or the year to year increase in CPI. Motorola will provide two years of subscriber (radio) maintenance at no cost to the City. This represents a savings to the City of $110,542. Motorola has also agreed to reduce the System Maintenance price by 5% for the first two years which results in a savings to the City of $135,879. Motorola has agreed to extend their Maintenance Agreement for System Maintenance to ten years from six years which adds four years, and limits the price increase to the lesser of 3% or the year to year increase in CPI. Additional Equipment Purchase Prices Motorola has agreed to give the City a 15% discount off subscriber (radio) list pricing for all subscriber (radio) purchases for a period of seven years from the effective date of the Agreement. Commission Memorandum RE: Motorola Contract April 30, 2003 Page 5 Motorola has agreed to give the City a trade-in credit of $300 for each XTS subscriber (radio) for orders of 200 or more XTS subscribers (radios) to be purchased over a 24 month period, for a period of seven years from the effective date of the Agreement. Motorola has agreed to give the City a trade-in credit of $100 for each XTS subscriber (radio) for orders of less than 200 XTS subscribers (radios) to be purchased over a 24 month period for a period of seven years from the effective date of the Agreement. Motorola has agreed to give the City a trade-in credit of $100 for each MTS subscriber (radio) for orders of 200 or more MTS subscribers (radios) to be purchased over a 24 month period, for a period of seven (7) years from the effective date of the Agreement. Motorola has agreed to sell the City XTS 5000 subscribers (radios), exclusive of promotional pricing, at the same price as the XTS 3000 subscribers (radios) for a period of seven (7) years from the effective date of the Agreement. The total of price reductions and other benefits negotiated as stated above totals in excess of $1.5 million. This amount does not include other potential savings negotiated such as: a ten year maintenance agreement on subscribers (radios) that will repair or replace any subscriber (radio) during the contract period, therefore assuring that the City will not have to buy new subscribers (radios) for the life of the contract; · locking in the cost of maintenance for the System and subscribers (radios) for four additional years at CPI, not to exceed 3%; savings of 15% off list price for seven years for all subscribers (radios) purchased; savings from trade-in values for all subscribers (radios) ranging from $100 to $300 per subscriber (radio); savings from the City's ability to buy upgraded XTS 5000 subscribers (radios) at XTS 3000 prices; and Motorola's ten (10) year serviceability commitment for the System, such that all functionalities of the System will be maintained and all defects will be fixed. Motorola will be responsible for the cost of Software, Equipment and installation labor necessary to meet this commitment as long as the City has executed a System Maintenance Agreement. Commission Memorandum RE: Motorola Contract April 30, 2003 Page 6 In summary, the City has negotiated a proposed contract with Motorola as follows: System price $4,850,000 System Maintenance Years 2 - 6 Years 7- 10 (lower of 3% or CPI) Subscriber (Radio) Maintenance Years 2 - 6 Years 7- 10 (lower of 3% or CPI) $1,349,216 1,232,536 $2,581,752 $178,564 264,105 $ 442,669 Total Cost Optional items that were included in the proposal are not being purchased at this time, however, they are included on the Pricing Summary of the Contract and would be available at a cost of $257,769 during the term of the contract. ( A copy of the proposed contract will be available for review electronically.) This system purchase or capital component of this contract has been budgeted at a total cost of $6,375,000 ( $3,187,500 per year for 2 years) compared to the purchase price of $4,850,000 represents a savings of $1,525,000. Maintenance costs have not been previously budgeted as they will not begin until one year after the system installation is complete and the one year warranty period has elapsed. In conclusion the negotiated price for the Motorola System, and five year's of maintenancc ...... ~.,v~. ..... ~. ...................... ~. ........... j ............ $6,377,780 compared to M/A-COM's proposed pdce of $7,614,974 (less $211,724 for the optional items and fire protection not included in the Motorola ne,qotiated price). This reflects that Motorola's proposal has been negotiated to a price that is approximately $1 million ~ less than M/A-COM's proposal. BACKGROUND In 1987, the City of Miami Beach, through a competitive process, selected and installed a Motorola 800 MHz Trunked Analog Public Safety Radio System. This system included six radio sites, both handheld and mobile radio equipment as well as a radio microwave system for use by the Police, Fire and various other City Departments. In 1997, the microwave portion of the City's Public Safety Radio System was replaced because the old system was no longer able to be maintained by the vendor. Atthe same time, Motorola was given a four-year service agreement to maintain the entire 800 MHz radio system. Commission Memorandum RE: Motorola Contract April 30, 2003 Page 7 On July 19, 2000, the City's Information Technology Department advised the Administration and then the City Commission in a Letter to Commission, L.T.C. No. 133- 2000, that the City's radio system coverage was getting progressively worse as new and more dense buildings were erected in the City. Also, the current analog equipment was no longer being manufactured and itwas becoming more and more difficult for Motorola to maintain this obsolete system; therefore, the Public Safety Radio System needed to be upgraded to the most up-to-date digital technology to serve the needs of the City's Public Safety Agency. Subsequent to this, on December 20, 2000, the City Commission authorized a Technical Services Agreement with RCC / Omnicom, Inc. (now RCC Consultants, Inc.), to review, analyze and report on the proposed Motorola upgrade. In addition, the City Commission authorized a continuing maintenance agreement with Motorola to provide on-going maintenance service until a new radio system could be installed and operational. RCC Consultants, Inc. provided a final report which they submitted to the City Commission on July 16, 2001. The report addressed the major issues involved in the proposed radio system upgrade and provided recommendations on how the City should proceed. As a result of this report, the City Commission passed a resolution on July 18, 2001, which authorized the Administration to waive the competitive bidding process, by 5/7~Svote, and negotiate a contract with Motorola, Ericsson, or any other public radio safety system provider, as determined by the City of Miami Beach, to replace the existing City of Miami Beach 800 MHz Analog Radio System, by purchasing a new 800 MHz Trunked Digital Simulcast Public Safety Radio System. As a result of this resolution, and in order to facilitate the negotiation process contemplated therein, a "Statement of Work, 800MHz Trunked Digital Simulcast Radio System, Digital Multiplex, Tower, Shelter and Services for the City of Miami Beach, Florida", was prepared by the City and its consultant, RCC Consultants, Inc., and made available to interested parties on October 16, 2001. Following this, on May 29, 2002, the City Commission authorized a further Technical Services Agreement with RCC Consultants, Inc., to continue necessary work to review and analyze the purchase proposals for the radio system upgrade and to participate in the contract negotiations with the selected vendor. At the behest of the City Manager, an Internal Review Committee was formed to obtain feedback and input on the proposals to replace the City's 800 MHzTrunked Analog Public Safety Radio System with a new 800 MHz Trunked Digital Simulcast Public Safety Radio System. The Committee was to provide additional internal support to the efforts of RCC Consultants, Inc., in their analysis function. The Committee was comprised of the Commission Memorandum RE: Motorola Contract Apdl 30, 2003 Page 8 following members: Ramiro Inguanzo, Chief of Staff, Don De Lucca, Police Chief, Floyd Jordan, Fire Chief, Robert Middaugh, Assistant City Manager, Patricia Walker, Chief Financial Officer, and Saul Frances, Parking Director. The Committee met on July 9, 2002, August 7, 2002, and September 4, 2002, at which time, they discussed the functional distinctions as well as pros and cons of each of the two proposals which had been submitted to the City of Miami Beach by M/A-COM and Motorola. At the July 9, 2002 meeting of the Internal Review Committee, Jerry Kessler, Director of Southeast Operations, RCC Consultants, Inc. and Joe Leikhim, Project Manager, RCC Consultants, Inc., presented an overview of the City of Miami Beach's existing 800 MHz Trunked Radio System. The presentation included the history and background of the City's radio system, a list of improvements needed, a project status, an overview of the two proposals received, and RCC Consultants, Inc.'s evaluation of vendor responses. The two vendors, M/A-Com and Motorola, were each given an opportunity to cladfy or add any information to the information that RCC Consultant, Inc. had shared with the group. The Internal Review Committee members all agreed that it would be helpful to have a team of technical employees from the City conduct technical site visits to local municipalities and counties throughout Florida who were using the proposed communication systems. Chief Don De Lucca asked that Capt. Brian Miller and Sgt. Larry Bomstein represent the Police Department as his technical advisors. Chief Floyd Jordan asked that Julio Garcia, Fire Fighter II, represent the Fire Department as his technical advisor. Chief Financial Officer Patdcia Walker asked that Joe London represent the Information Technology Department as her technical advisor. It was agreed upon by all of the members of the Internal Review Committee that the City's technical staff should visit two users of each of the two proposed systems. The Internal Review Committee members asked representatives from M/A-Corn and Motorola, for two recommendations each of government agencies that the City's technical staff could visit. M/A-Corn suggested the City of Coral Gables and Hillsborough County. Motorola suggested Palm Beach County and Sarasota County. The technical staff agreed that they would coordinate site visits to the four sites dudng the month of July, 2002, and report back to the Intemal Review Committee at the next meeting. Furthermore, the Internal Review Committee members asked the RCC Consultants, Inc. representatives to outline and present the specific functional distinctions and pros and cons of each system at the next meeting. The second meeting of the Internal Review Committee took place on August 7, 2002. At this second meeting, the technical staff from the City gave a verbal presentation regarding the information they gathered on their site visits. The Internal Review Committee also had an opportunity to hear from M/A-Corn and Motorola project staff, who each gave a Commission Memorandum RE: Motorola Contract Apdl 30, 2003 Page 9 presentation regarding their proposed systems. A report was distributed to the Committee members by Joe Leikhim of RCC Consultants, Inc. The report captured the functional distinctions of each of the proposed systems. A copy of RCC Consultants, Inc.'s summary of the functional distinctions between the proposed M/A-COM and Motorola systems by thirteen principal areas including a spreadsheet which outlines the areas of the 800 MHz Radio System that wero examined is attached as Exhibit B. The third meeting of the Internal Review Committee took place on September 4, 2002. The City's technical staff gave their final report which rated each proposal according to a set of five criteria that the Internal Review Committee had identified as being helpful in providing functional distinctions and pros and cons for each system. The outcome of the Internal Review Committee roview was that both the M/A-COM and Motorola Radio Systems will meet the requirements of the Statement of Work. The functional distinctions and pros and cons of each system are discussed in groat detail throughout this report. Pricing would obviously be a critical factor and it is an important part of the equation to consider. Following the completion of the analysis of the Internal Review Committee, the City Manager reviewed all the documentation of RCC Consultants, Inc., the Internal Review Committee Report and conducted personal interviews with members of the Intemal Review Committee, union representatives as well as other City staff. The consensus from this process was that the Motorola System was rated number one. As summary of the analysis of the proposals was prepared by RCC Consultants, Inc. and is attached as Exhibit C. After all of the technical reviews had been completed, the City Manager opened each vendor's pdce proposal. Motorola had submitted a price proposal for a complete system in the amount of $4,900,000 and M/A-COM had also submitted a pdce proposal for a complete system in the amount of $5,980,000. Therefore it was judged that Motorola had submitted the lowest proposal. JMG:PDW:MKR:RI:GL ~_~YiO'I"OI~IOI,.A EXHIBIT A Engineering Technical Services Radio Testing Report for The City of Miami Beach ABSTRACT Motorola has performed several subscriber tests at the request of the City of Miami Beach with the objective to understand the environment, duty cycles, and operating performance of their XTS 3000 radios and RNN4006 batteries. Motorola also reviewed battery charging procedures, care, and tips to improve performance and obtain a longer life cycle from the Motorola rechargeable batteries. The following activities were performed during the month of February 2003. 1. MONITORING OF SYSTEM USE DATA Motorola used the current System Watch II terminal to log system traffic info~:~iation for several days with the objective to determine usage duty cycles for the high use radios. >The System Watch data analysis showed that the heavy use radios of the Police Dept. have a worst-case duty cycle of about 2/34/64 (transmit/receive/stand-by) for a total consumption of about 2100 mAh in a 10-hour timeframe. In perspective, the 2/34/64 duty cycle requires higher capacity on the battery than the 5/5/90 duty cycle but it requires lower capacity than the 10/10/80 duty cycle for the 10-hour period. The results show that the worst-case duty cycles for the tested radios in the selected day of February 28th 2003 does not exceed the battery requirements for the 10-hour shift of the City of Miami Beach Police Dept. 2. TEST OF XTS 3000 RADIO CURRENT DRAIN Motorola tested current drains for ten (10) Fire Dept. XTS3000 radios, and seven (7) Police Dept XTS 3000 radios as provided by these_agencies on February 26~h, 2003. >The results showed that the measured current drains do not exceed the nominal values for the XTS 3000 radio. 3. REVIEW OF BATTERY CHARGING PROCEDURES Motorola provided on February 21st 2003 a summary of the most important charging procedures for the Nickel Metal-Hydride (NiMH) batteries being used by the City of Miami Beach. 1 ~MOTOROLA Engineering Technical Services 1. MONITORING OF SYSTEM USE DATA Motorola used the current System Watch II terminal to log system traffic information for several days with the objective to determine usage duty cycles for the high use radios. February 28~h, 2003, between the times of 3 p.m. to 3 a.m. was selected at random for the purpose of this analysis. A sample of the data used in the analysis is included at the end of this document. Transmit time. The transmit time for each radio was obtained by adding all the entries belonging to that radio ID during the 10-hour period. The longest transmit time observed was 8.82 minutes or 1.47% of the time. Note: The calculations will not account for transmit time on other systems or radio-to-radio conversations since these conversations are not recorded by the City of Miami Beach System Watch system. These transmissions are assumed to be very infrequent and therefore inconsequential in the calculations. Receive time The receive time for each radio was obtained by observing all the entries belonging to the main talkgroups North PD (802001) and South PD (802003) during the 10- hour period. It was assumed that the radios would be always listening to either one of these talkgroups. In the calculations we used the highest talkgroup activity (worst case), which was 204 minutes or 34% of the time. Stand-by time. The stand-by time was obtained as the balance time during the 10 hour- period. DUTY CYCLES FOR XTS 3000 RADIOS City of Miami Beach - February 28th, 2003 TX duty RX duty S-By TX time cycle RX time cycle time S-by duty Radio ID User (rnin) (%) (min) (%) (min) cycle (%) 720296 Bauer 8.90 1,48 204.00 34.00 387.10 64,52 720192 Lawrence 2.08 0.35 204.00 34,00 393.92 65.65 720363 Thomas 2,32 0.39 204.00 34.00 393.68 65.61 720162 Burnette 8.80 1.47 204.00 34,00 387.20 64.53 720113 Daveney 3.95 0.66 204.00 34.00 392.05 65.34 720074 Cause¥ 0.00 0.00 0.00 0.00 0.00 0.00 720373 Bornstein 0.00 0.00 0.00 0.00 0.00 0.00 Table 1 a -Observed usage times and duty cycles for 1 O-hour period. Note: Radios 720074 and 720373 did not show activity on this date. 2 MOTOROLA Engineering Technical Services TEST RESULTS In order to calculate the battery capacity requirements for the above radios in a 10-hour shift, we used the worst-case figures as follows: Transmit: Receive: Stand-By: 2 % duty cycle 34% duty cycle 64% duty cycle BATTERY CAPACITY REQUIREMENTS FOR XTS 3000 RADIOS City of Miami Beach - February 28th, 2003 Requirements Stand- Per 10 12 Transmit Receive By hour hours hours Current Drains (mA) 1665 350 95 5/5/90 DutyCycle 5 5 90 186.25 1863 2235 Worst Case Duty Cycle 2 34 64 213.1 2131 2557 10/10/80 Duty Cycle 10 10 80 277.5 2775 3330 Table lb - Comparison of typical vs. observed duty cycles. The worst case duty cycle observed (2/34/64) requires higher capacity on the battery than the 5/5/90 duty cycle but it requires lower capacity than the I0/10/80 duty cycle for any hour period. -The results showed that the worst-case duty cycles for the tested radios in the selected day of February 28t~ 2003, does not exceed the battery requirements for the 10-hour shift of the City of Miami Beach Police Dept as long as the battery has been properly charged. 3 ~MOTOROLA Engineering Technical Services 2. TEST OF XTS 3000 RADIO CURRENT DRAIN Motorola tested current drains for ten (10) Fire Dept. XTS3000 radios, and seven (7) Police Dept XTS 3000 radios as provided by these agencies on February 26th, 2003. SETUP The testing procedure used was derived from the XTS3000 Basic Service Maintenance Manual 68P81083C85-O. Transmit Set Procedure: Set the radio on the battery eliminator and the power supply at 7.SVDC. Press the push-to-talk button and note the current readout. Receiver Test Procedure: Set the radio on the battery eliminator and the power supply at 7.5VDC. Set the volume control set at maximum, apply a modulated carrier (60% Deviation at 1 KHz and note the current readout. Idle Test Procedure: Set the radio on the battery eliminator and the power supply at 7.5VDC, verify the radio is squelched and note the current readout. TEST RESULTS The following current drain tests were performed by a Motorola technician using a Motorola S 1348D DC power supply and a Fluke 8060A multimeter. The column to the right of the measured values (Figure 2a), show the difference between the measured and nominal values. The results showed that the measured current drains for transmit, receive, and stand-by situations do not exceed the nominal values of the XTS 3000 radio except in a few instances by no more than 10 mA. See table 2a for results. -- 4 MOTOROLA Engineering Technical Services CURRENT DRAIN TEST FOR XTS 3000 RADIOS City of Miami Beach TX Diff. TXRX Diff. RX :Diff. St. Serial current vs. current vs. Stand- By vs, Number (mA) nominal (mA) nominal By(mA) nomina Notes Nominal 1665 0 350 0 95 0 Nominal Values Values I 326AXJ0396 1556 -109 354 4 100 5 [lack from Rockford Depot 2- 17-03 2 326AX J0489 1496 -169 359 9 96 1 3ack from Rockford Depot 2- '- 17-03 3 326AXJO074 1623 -42 352 2 90 -5 720373 Sgt Bornstein 4 326AXJ0104 1486 1-179 345 -5 90 -5 Bach from Rockford Depot 2- 24-03 5'126AX J0032 1350 -315 330 -20 ~7 -8 Fire Dept.721015 2-26-03 t~326AXJ0147 1250 -415 332 -18 }2 -3 Fire Dept 721008 2-26-03 7 326AXJ0213 1650 -15 335 -15 02 -3 Fire Dept. 721025 2-26-03 8 326AXJ0478 1420 -245 334 -16 88 -7 :ire Dept. 721067 2-26-03 9 326AX J0210 1250 -415 341 -9 98 3 :ire Dept. 721029 2-26-03 10326AX JO027 1240 -425 339 -11 93 -2 Fire Dept. 721013 2-26-03 11 326AX J0161 1210 -455 332 -18 35 -10 Fire Dept. 721001 2-26-03 12 326AXJ0217 1260 -405 335 .15 }2 ~3 Fire Dept. 721022 2-26-03 16 ~26AXJ0150 1280 -385 332 -18 t7 -8 Fire Dept. 721010 2-26-03 lZl326AXJ0160 1420 -245 336 -14 87 -8 ._. :ire Dept. 721009 2-26-03 15 126AXG0048 1390 -275 336 -14 94 -1 =olice Dept. 720063 2-26-03 16 326AXG0066 1410 -255 338 -12 94 -1 Police Dept. 720920 2-26-03 17326AXJ0192 1650 -15 335 -15 ~4 -1 Police Dept. 720071 2-26-03 Table 2a - Nominal and measured current drain results for XTS 3000 radios. 5 EXHIBIT B M/A-COM and Motorola Trunked Simulcast 800 MHz Radio Equipment and Functional Distinctions 1. Control Channel Distinctions Motorola utilizes a 3600 bps signaling rate and M/A-COM utilizes a 9600 bps signaling rate. Impact: Both systems meet the APCO-16 requirement of 500 ms channel access (channel grant). M/A-COM and Motorola digital radio systems have an additional latency in addition to call set-up for digi~tal voice processing. This latency does not cut off syllables but delays their transmission. This means that the first syllables of the transmission are received approximately 500 ms after they are spoken. In an M/A-COM trunked radio system, all channels in the trunked channel pool can act as the control channel. In a Motorola trunked radio system, up to four channels out of the trunked channel pool can act as the control channel. Impact: M/A-COM's ability to allow all available trunked radio channels to act as the control channel provides a higher level of availability for the trunked system. However, both Motorola and M/A-COM meet the requirements of the SOW for control channel redundancy. 2. Channel Push-To-Talk (PTT) Access Distinctions For M/A-COM, channel access is normally transmission trunked and Motorola's channel access is normally message trunked. Transmission trunking means that each time a user PTTs, the trunked system goes through the channel set-up process and assigns a channel to the user on a distinct talkgroup. This process takes place in less than 500 ms as required by APCO 16 For' the duration of a PTT on a selected talk-group, no other user will be granted access to that talkgroup. In other words, in transmission trunking, you cannot be "stepped-on" by other system users. In a message trunked radio system, a user PTTs and the trunked system goes through the channel set-up process and assigns a channel to the user on a distinct talkgroup within 500 ms, just as in transmission trunking. However, in a message trunked system the channel setup is retained for a designated period (usually 2 seconds). This allows the initial user or anyone else on that talkgroup to PTT immediately back on the channel without additional setup times. Impact: In theory, M/A-COM's transmission trunking assess method provides an increase in trunking efficiency as the channels are returned to the channel pool faster. This improvement would be evident under conditions where the system is unusually busy. However, the actual level of improvement depends heavily upon the user traffic pattern assumptions. A separate and more significant problem with large talk-groups is that message trunking allows users to be "stepped-on" by other system users. When interviewing Miami-Beach dispatch personnel, one of the common complaints was that field users often stepped-on other system users during communications with dispatch. After a user releases the PTT button and during the two second hang time of the repeater, all users on the talk-group have instant access to the channel. This can create situations where two or more field users start talking on the talk-group simultaneously and interfere with each other. Using an analog talk-group, some portions of the "stepped-on" message may be intelligible. However, for digital communications, the message would likely be unintelligible. 3. Digital Baseband Modulation Motorola's digital baseband modulation technique is four-level 9.6 kbps on working channels and M/A-CO's digital modulation is two-level 9.6 kbps for working and control channels. Impact: Motorola's four-level modulation improves the recovery of digital voice under simulcast conditions. Four-level modulation allows for greater site separation and antenna design flexibility than allowed with two-level modulation. However, the site separation advantage is applicable only when the simulcast sites are separated beyond 8-9 miles. Since site separation does not exceed this distance, digital Baseband modulation technique is not an issue in Miami Beach. 4. Receiver Interference Detection Motorola trunked radio systems detect receiver interference by monitoring carrier squelch activity. M/A-COM performs receiver interference detection via the test and alarm unit (TAU), which places test calls on the system periodically. Interference is then determined by the blocking of a test call originated by a test radio at the site. Impact: Motorola's method provides a direct indication of interference to a base station receiver, while M/A-COM's method is indirect. Both methods are adequate, but M/A- COM's method requires some field adjustment. Additionally, the M/A-COM method of interference detection provides an added security benefit in that a failure to access the system for any reason is reported automatically. 5. Receiver Sensitivity and Voting M/A-COM's receiver has a sensitivity of -119 dBm and Motorola's receiver has a sensitivity of -117.45. Motorola uses the Astro-Tac 3000 Comparator to vote the best receive signals and M/A-COM utilizes the Compact Vertical Voter. The M/A-COM voting system requires a separate voter shelf for each analog channel and one shelf per two digital channels. The Motorola Astro-Tac 3000 utilizes one shelf per channel and votes both analog and digital calls. impact: M/A-COM's base station receiver has a slightly better receiver sensitivity than the Motorola receiver, however, the ultimate base station receiver sensitivity will be determined by the environmental site noise floor. Motorola's voting system utilizes a single shelf per channel to vote both analog and digital communications and thus is more compact in terms of rack space. -- 6, Dispatch Consoles M/A-COM digital radio systems utilize C3 Maestro dispatch consoles and Motorola digital radio systems utilize Centracom Gold Elite dispatch consoles. Both the C3 Maestro and the Gold Elite are CRT style consoles running on Windows NT 4.0 and Windows 2000 respectively. Both CRT based console systems offer the capability of flexible programming by dispatch supervisors or the dispatchers themselves. Via Database Manager software, the Gold Elite consoles can be programmed to provide access to various system resources. Each dispatch consoles programming can be password protected to control personnel access. M/A-COM utilizes the CEC Manager to define what resources are permitted at each dispatch console position. Once a resource (talk-groups or channels) is permitted at a C3 Maestro dispatch position, the dispatcher can customize (add or delete talk-groups) resources within the permitted list as they see fit. Both the Gold Elite and C3 Maestro offer the capability of displaying alias or LID, providing integrated telephone communications, and paging capabilities. Impact: The Motorola Centracom Gold Elite and M/A-COM C3 Maestro consoles have similar features and capabilitie .sT--One notable difference is that each Gold Elite con~_s_ole position's programming is password protected and the C3 Maestro allows the dispa~c~her to customize (without password) within parameters defined by the CEC Manager. The CEC Manager is password protected. 7. 800 MHz Base Station Transmitters The M/A-COM Site Pro repeaters process analog, digital and digital encrypted communications without the purchase of additional transmit site hardware. The Motorola Quantar repeaters have the capability to process digital, analog and encrypted communications but the Motorola methodology requires the purchase of additional hardware to process analog and encrypted calls on a channel by channel basis. Impact: Both vendors comply with the requirements of the SOW and can process analog, digital and digital encrypted communications. 8. System Redundancy and Modes of System Failure M/A-COM and Motorola both have many levels of redundancy built into their equipment but their overall system architectures are very different. Motorola has approached redundancy by making all vital trunking or simulcast equipment redundant at the Prime Site. For example, the Motorola SmartZone 4.1 Zone Controller and MTC3600 Central site controllers are configured with redundant hardware and the fault tolerant Ambassador Electronics Bank provides redundant links to the Zone Controller and the CEB. M/A-COM provides redundancy by distributing the trunking capability to the individual base station repeaters by utilizing a Site Pro controller with each MASTR III repeater. Both Motorola and M/A-COM depend heavily on the Prime Site (control point) for analog and digital simulcast audio processing as well as dispatch console connectivity. Additionally, in the case of Motorola, the Prime Site is needed for centralized trunked call processing. Impact: As a general description, the M/A-COM trunked radio system uses distributed processing and the Motorola trunked radio system utilizes centralized processing. In worst- case scenarios, the Motorola trunked radio system methodology is more vulnerable to reductions of service or outage than the M/A-COM trunked radio system methodology. For example, if the transmission path (fiber link cut or microwave outage) is made inoperable between the Prime Site and Fire Station 2, the Motorola trunked system will be in Failsoft mode and M/A-COM will be in Bypass mode. For either system, such a failure means no trunking, no simulcast and no consoles. Dispatchers will have to use the backup control station radios to dispatch. For the Motorola system, Failsoft means no trunking and dispatch will occur on pre-defined conventional channels. For the M/A-COM system, Bypass operation will allow system users to retain APCO 16 trunking capabilities and features; and full system trunking capacity. For either vendor, transmission and reception will occur from a single RF transmission site (presently defined as Tower 41, depending on programming). To the radio user, coverage will be reduced. 9. Portable 800 MHz Radio Equipment Motorola's digital portable offering is the XTS 3000 and M/A-COM's digital portable offering is the Jaguar 700P. The XTS 3000 has a four-line display and can be programmed with up to 255 talk-groups or channels. The Jaguar 700P has a three-line display and can be programmed with up to 800 talk-groups and 200 conventional channels. The XTS 3000 weighs 24.8 ounces and the Jaguar 700P weighs 26 ounces. The dimensions of the XTS 3000 is 6.58" x 2.44" x 1.65" where as the Jaguar 700P is 6.75" x 2.58" x 1.79". The XTS 3000 NiMH battery is rated to last for eight hours and the Jaguar 700P NiMH battery is rated for eleven hours. The 12 dB SlNAD receiver sensitivity for the Jaguar 700P is 0.28 microvolts and the XTS 3000 receiver sensitivity is 0.25 microvolts for a 25 kHz channel. Selectivity for the Jaguar 700P is rated at -72 dB for a 25 kHz channel, where as the XTS 3000 is rated at -75 dB. The XTS 3000 has a spurious image rejection of -75 dB compared to the Jaguar 700P at -70 dB. Motorola's analog portable offering is the MTS 2000 Level II and M/A-COM's analog portable offering is the Jaguar 70OP. The MTS 2000 can be programmed with up to 160 talk-groups or channels and the Jaguar 700P can be programmed with up to 800 talk- groups and 200 conventional channels, The MTS 2000 weighs 20.1 ounces and the Jaguar 700P weighs 26 ounces. The dimensions Of the MTS 2000 is 6.30" x 2.34" x 1,54" where as the Jaguar 700P is 6.75" x 2.58" x 1.79". The MTS 2000 NiMH battery is rated to last for eight hours and the Jaguar 700P NiMH battery is rated for eleven hours. The 12 dB SlNAD receiver sensitivity for the Jaguar 700P is 0.28 microvolts and the MTS 2000 receiver sensitivity is 0.28 microvolts for a 25 kHz channel. Selectivity for the Jaguar 700P and the MTS 2000 is rated at -72 dB for a 25 kHz channel. The MTS 2000 has a spurious image rejection of -78 dB compared to the Jaguar 700P at -70 dB. Impact.' The XTS 3000 has a slightly larger display (by one line), better RF specifications and is lighter and smaller by a small margin than the Jaguar 700P. The Jaguar 700P has a higher battery life for the NiMH batteries, can be programmed with a greater number of talk-groups and has the limited capability to show real user names with the Alias feature. The Jaguar 700P can withstand a 6-foot drop shock (per EIA) and 5 Gs (per U.S. Forest Service) of vibration. The MTS 2000 has a smaller display (one line) but is lighter and smaller than the Jaguar 700P. The Jaguar 700P has a higher battery life for the NiMH batteries, can be programmed with a greater number of talk-groups and has a limit capability to show real user names with the Alias feature. The Jaguar 700P can withstand a 6-foot drop shock (per EIA) and 5 Gs (per U.S. Forest Service) of ~-bration. 10. Mobile 800 MHz Radio Equipment Motorola's digital mobile offering is the Astro Digital Spectra and M/A-COM's digital mobile offering is the Orion. The dimensions for the Digital Spectra is 2.0" x 7.1" x 8.6" and the Orion is 2.4" x 6.9" x 11.1". Both vendors offer remote mount, motorcycle and dual control head options. The Spectra can be programmed with up to 255 talk-groups or channels and the Orion can be programmed with up to 800 talk-groups and 200 conventional channels. Power output to the speaker is 10 watts for the Digital Spectra and 15 watts for the Orion. Output power for the Orion is 12 and 35 watts for frequencies between 806 and 825 MHz and 30 watts between 851 and 870 MHz. The power output on the Digital Spectra is 35 watts. FM Hum and noise is rated at -40 dB for 25 kHz channel for the Digital Spectra and -45 dB for the Orion. Receiver sensitivity is 0.25 microvolts for 12 dB SlNAD in the Digital Spectra and 0.35 microvolts in the Orion. Impact: The Astro Digital Spectra has a significantly better (3 dB) receiver sensitivity. The M/A-COM Orion can be programmed for more talk-groups and has a higher speaker audio power. 11. System User IDs The Motorola trunked system can support up to 64,000 subscriber IDs and M/A-COM's trunked system can support up to 16342. M/A-COM's system is sold with access to all 16342 user IDs available. In Motorola's system, system IDS are sold in increments of 1000. Impact: Both Motorola and M/A-COM meet the requirement to provide a minimum of 16,000 User IDs for the proposed trunked system. 12. Alarm Reporting and Controls M/A-COM's Integrated EDACS Alarms (lEA) provides detailed system status information, alarm data and control at all EDACS simulcast sites. The lEA is expandable and has the ability to monitor up to 168 general purpose (external) alarms in addition to the simulcast system (includes base station transmitters, GPS and antenna systems) alarms. It provides a graphical user interface and operates on a Windows NT 4.0 platform. The user interface provides the ability to zoom out to a system view and zoom in to the individual piece of equipment displaying an alarm condition. The lEA also reports the results of test calls performed by the EDACS system and provides graphs of the transmitter power levels at all sites. The lEA provides remote control access of base station transmitters, GPS receivers and Intraplex multiplexer equipment. A technician may access the entire simulcast system from any lEA in the system or by dial-in remote access. An event log is available and may be customized with"~arious filters. In addition to the lEA, alarms are reported to the Communications Systems Director (CSD). Motorola utilizes HP OpenView Network Node Manager (NNM) to monitor and report alarms. HP OpenView NNM is based on industry standard SNMP protocol and can be customized. FullVision INM is a customized interface for HP OpenView NNM that has Motorola specific features and functions added to it. Motorola proposes to use FullVision INM and MOSCAD to provide network monitoring and control for the Miami Beach simulcast system. The FullVision INM server runs on a Sun Microsystems Solaris platform and is accessed through PC clients. FullVision INM has the capability to page technicians in response to a specific event and provides for remote access utilizing a web browser. FullVision can view, filter, sort, print, count and acknowledge system events. MOSCAD is used to report alarms from nomSNMP devices and provide control via RS232 over some system components. MOSCAD has a graphical user interface on a separate (from FullVision INM) master terminal that is proposed to be located at the Prime Site. Impact: Both M/A-COM's and Motorola's alarm reporting and control solutions meet SOW requirements. Some differences include the following: M/A-COM's lEA is at the Prime Site and all remote transmit sites and perform alarm reporting and system control from any lEA terminal. The Motorola FullVision INM terminals and MOSCAD Master terminal are at the Prime Site. M/A-COM's lEA operates on a single operating system using Windov~s NT 4.0 workstation running the lEA monitoring and control software. The Motorola alarm and control solution includes HP OpenView/FullVision INM running on a Sun Solaris (Sun's UNIX), accessed through a PC (running Windows) client in addition to a MOSCAD Master terminal running Windows and the MOSCAD GUI interface. The Motorola FullVision INM system has the additional capabilities to page technicians in response to specific events and the remote access is via a web browser. M/A-COM's lEA does not support paging but does support dial-up access. M/A-COM's lEA has the capability to control simulcast equipment in addition to reporting alarm conditions. 13. Network Management and Control M/A-COM utilizes the Communications Systems Director (CSD) to perform network management. The CSD runs on the Windows NT 4.0 platform and provides the users with a graphical interface with which to perform system administration. Through the CSD, the System Administrator configures the system, monitors system activity in real time, maintains user databases, monitors alarms and generates rep6-r~s. Templates are included to change parameters for a single user, groups of users or all users. The CSD may be accessed simultaneously by multiple users via a LAN. Three CSD terminals and the server are proposed for Miami Beach. Motorola's SmartZone 4.1 network management includes the use of multiple servers. The required servers include the Zone Database Server (ZDS), the FullVision INM (discussed above), the Zone Statistics Server (ZSS), User Configuration Server (UCS), and the Air Traffic Router (ATR) all running on the Sun Microsystems Solaris operating system. The trunked system administration can be accomplished from any of three proposed user terminals connected via a LAN. Impact: Both Motorola's and M/A-COM's system management systems meet the requirements of the Miami Beach system. However, the Motorola system is a more complex configuration of computer hardware and software. M/A-COM's CSD operates on a single operating system using Windows NT 4.0 workstation running the CSD management software. The Motorola network management solution includes multiple servers running on a Sun Microsystem's Solaris (Sun's UNIX) operating system accessed through a X-terminal PC (running Windows) client. Vendor Proposal Rating by 800 MHz Radio System Components 800MHZ SYSTEM # COMPONENTS VENDOR MOTOROLA, INC. MIA COM INFRASTRUCTURE PROS Better simulcast site tolerance Continues to trunk in fail-soft mode. Able to detect channel access failure. Radio usage reports exceptional. All ten channels can be a control channel. CONS Only 1 ~ 4 channels can be used for the control Subcontract out maintenance to other radio shops Conventional mode fail-soft. Graphical interface (as proposed) runs on Windows NT, 2 MOBILE RADIO PROS Better sensitivity Louder audio (15 Watts) User friendly. More mode capacity. -- Very durable. CONS Lower audio power (10 Watts) Larger footprint. Less mode capacity. 3 PORTABLE RADIO PROS Supedor digital audio Brand new portables provided. User friendly. In-vehicle charger w/shoulder microphone attached. Easy access emergency button. Offer high capacity battery Smaller antenna Higher receive specifications, Longer battery life. CONS Current portables are almost five years old. Larger center fed antenna. Adapter is required to attach Public Safety Very bulky. Microphone to radio which is costly & an extra stap. Shorter battery life. Emergency button not as easy to access. Motorcycle mobile radio suffers from water intrusion. 4 CUT-OVER TIME PROS Training would be easier as City has used the same Able to maintain on current system & radio & accessories for past 5 years, would not lose any resources. Reputation of early project completion. Less disturbance when issuing new radios out in field. CONS All the digital radios have to be reprogrammed. Additional training needed with new radios. 5 INTER- PROS Able to communicate directly w/City of Miami Police Able to communicate directly w/Miami- OPERABILITY Dept, Dade County Police Dept. Able to communicate directly w/City of Hialeah Police Able to communicate directly w/City of Dept. Coral Gables Police Dept. Able to communicate directly w/Stata of Florida radio system in the future. Able to communicate directly w/Cities of Aventura/North Miami Beach Police Depts. CONS Unable to communicate directly w/Miami-Dade County Unable to communicate directly w/City of Police Dept. Miami Police Dept. Unable to communicate directly w/City of Coral Gables Unable to communicate directly w/City of Police Dept. Hialeah Police Dept. Unable to communicate directly w/State of Florida radio system. Unable to communicate directly w/Cities of Aventure/North Miami Beach Police Dept. EXHIBIT C December 3, 2002 Mr. Gus Lopez, Director Procurement Division 3'd Floor 1700 Convention Center Drive Miami Beach, Florida 33139 Subject: 800 MHz Trunked Digital Simulcast Radio System Lowest Bidder. Mr. Lopez; -- Pursuant to the request made by Jorge Gonzalez, City Manager, RCC is providing a summary analysis of the proposals submitted by Motorola and M/A-COM for the upgrade of the City's 800 MHz trunked radio system. The statement of work (SOW) and bid sheets contained in Addendum 1 thereto, are the basis for this evaluation. The SOW specifies the City's requirements for an 800 MHz digital simulcast radio system, digital multiplex, tower, shelter and related services. BACKGROUND Both Motorola and M/A-COM have submitted proposals to the City of Miami Beach to replace and upgrade the City's 800 MHz trunked radio system. The City already owns over 1000 Motorola digital and analog radios, which aro fully compatible with Motorola's system and wishes to continue to utilize them to retain their investment. To compete with Motorola for this business, M/A-COM sought to offer the City the alternative to replace the entire system with new equipment at a price lower than the competitive cost of the Motorola infrastructure. Therefore the SOW was structured to provide a competitive procurement process, which gave both Motorola and M/A-COM the opportunity to bid for the replacement of the City's existing analog system. TECHNICAL REQUIREMENTS Although the SOW requirements for the fixed infrastructure is the same for both vendors, throughout the process it was understood by both vendors that Motorola and M/A-COM would be bidding to a different set of subscriber radio quantities. Motorola proposed a small quantity (73) of digital radios that were required to complete the City's digital public safety dispatch capabilities. M/A-COM proposed a total quantity of 1041 digital and analog radios as required to replicate the existing inventory of City-owned Motorola radios. Prior to bidding, both vendors were given the opportunity to review the SOW dudng the period October 2001 through February 2002. Additionally, a formal pro-bid meeting and a written question and answer cycle provided each vendor with an opportunity to comment on the "rules of engagement". In response to the pro-bid questions and answers, the City issued two formal addendums to the SOW. RCC Consultants, Inc. 930 Thomasvitle Road, Suite 200 - Tallahassee, Florida 32303 tel (850) 224-4451 - fax (850) 224-3059 December 3, 2002 Mr. Gus Lopez Director Page 2 Following the City's competitive bid process, both Motorola and M/A-COM provided SOW responses, which are compliant with the technical requirements of the SOW and related addenda. PRICING RCC has reviewed the bid summaries of each vendor. In order to fairly compare the offerings RCC determined the total complement of equipment necessary to satisfy the total City requirements for the upgraded radio system. Starting with each vendor's baseline system price, RCC added system maintenance, required options and fire protection for the 75th Street site and applied adjustments as necessary to conform the technical offerings to the requirements of the SOW. Table 1 identifies the pricing elements of each vendor's proposal. Table 1 is clarified by the following information: Motorola did not provide guaranteed coverage for the two hospitals. Instead they provided as an option the cost for bi-directional amplifiers (BDA) to be purchased by the City if required. Therefore, the cost of the amplifiers was added to their bid to meet the guaranteed coverage requirements of the SOW. 2. Motorola did not include the provision of fuel for the new generator at 75th street. Therefore the cost of fuel has been estimated and added to Motorola's bid. Motorola included only 2,000 user ID's in their equipment list. Therefore the additional cost of 14,000 user ID's has been added to their bid to meet the SOW requirements of 16,000 user ID's. The cost for system and subscriber maintenance for years 2 through 6 has been added to the bids of both Motorola and M/A-COM. RCC has adjusted the prices shown in each vendor's bid to reflect Net Present Value assuming a 4% annual cost of money. Please refer to Table 2 for a breakdown of these costs and the NPV calculation. The option to provide four additional dispatch console positions to the system has been added to each vendor's bid. Both police and fire communications personnel voiced the need for these console positions during RCC's 2001 needs assessment. RCC has included the provision of RF control stations (back up) as well as two remote operator interfaces for the proposed EOC. --- 6. RCC has included the cost for an FM-200 fire protection system for the 75th street site to each vendor's bid. Based upon these additions and adjustments, Motorola's total bid is calculated at $6,975,414 while M/A-COM's total bid is calculated to be $ 7,527,623. December 3, 2002 Mr. Gus Lopez Director Page 3 Table I MOTOROLA MIA-COM System Total $ 4,900,000]lSystem Total $ 5,980,000 Adiustments BDA Mt. Sinai Hospital 3.4.10 $ 130,769 BDA South Shore Hospital 3.4.10 $ 130,769 Fuel for Generator 1.13.8.3 (estimated) $ 2,000 14,0001D's 2.2.3 (Z800AF 1K ID $2,550) $ 35,700 Maintenance Calculated Net Present Value Maintenance Year 2 NPV @ 4% $ 309,577 Maintenance Year 3 NPV @ 4% $ 306,601 Maintenance Year 4 NPV @ 4% $ 303,654 Maintenance Year 5 NPV @ 4% $ 300,733 Maintenance Year 6 NPV @ 4% $ 297,842 Vlaintenance Year 2 NPV @ 4% Vlaintenance Year 3 NPV @ 4% Vlaintenance Year 4 NPV @ 4% Vlaintenance Year 5 NPV @ 4% Vlaintenance Year 6 NPV @ 4% 257,692 255,871 252,919 250,030 247,811 Required Options Four Additional Console Positions IncludinR Two Remote Operators PD Dispatch Console # 9 * PD Dispatch Console # 9 PD Teletype Console # 10 * PD Teletype Console # 10 35,788 35,788 35,788 EOC Dispatch Console # 12 * $ 8~: EOC Remote Option # 11 $ 25,740 EOC Remote Option # 12 $ 25,740 PD Dispatch RF Control # 9 $ 8,348 PD Teletype RF Control # 10 $ 8,348 EOC RF Control # 11 $ 8,348 EOC RF Control # 12 $ 8,348 40 Plantronics Supra Headsets $ 15,040 · Disp positions9, 11 included ih~l2 EOC Dispatch Console # 12 EOC Remote Option # 11 EOC Remote Option # 12 PD Dispatch RF Control # 9 PD Teletype RF Control # 10 EOC RF Control # 11 EOC RF Control # 12 40 Plantronics Supra Headsets $ 35,788 $ 38,878 $ 38,878 $ 8,062 $ 8,062 $ 8,062 $ 8,062 $ 10,200 Fire Protection System FM-200 Fire Protection for 75th Street $ 18,05311FM-200 Fire Protection for 75th Street $ -- 19,944 MOTOROLA TOTAL $ 6,975,414 MIA-COM TOTAL $ 7,527,623 December 3, 2002 Mr. Gus Lopez Director Page 4 Table 2 MOTOROLA I MIA-COM Ii .PV .Y03 4% ~,v ,Y03 4°,° :System Maintenance Year 2 $ 267,506 $ 83,500 Subscriber Maintenance Year 2 $ 54,454 $ 184,500 Fotal maintenance Year 2 $ 321,960 $309,57~ $ 268,000 $257,692 System Maintenance Year 3 $ 275,532 $ 86,715 ~ubscriber Maintenance Year 3 $ 56,088 $ 190,035 rotal ma~intenance Year 3 $ 331,620 ~306,601J$ 276,750 ~2551871 System Maintenance Year 4 $ 283,798 $ 88,765 Subscriber Maintenance Year 4 $ 57,771 $ 195,735 'otal maintenance Year 4 $ 341,569 $303,65~ $ 284,500 $252,91-~ System Maintenance Year 5 $ 292,311 $ 90,892 Subscriber Maintenance Year 5 $ 59,504 $ 201,608 total maintenance Year 5 $ 351,815 $300,73: $ 292,500 $250,03l~ System Maintenance Year 6 $ 301,081 $ 93,844 ~ubscriber Maintenance Year 6 $ 61,289 $ 207,656 l'otal maintenance Year 6 $ 362,370 $297,84; $ 301,500 $247,81'1 CONCLUSION Based upon our analysis, RCC finds that Motorola has provided the lowest bid. Pursuant to our Vendor Technical Evaluation dated July 3, 2002, RCC finds that Motorola is compliant with the technical requirements of the SOW. RCC advises that the City should review the six high-risk items of non-conformance, which were identified in our July 3, 2002 report. Those items pertain to terms and conditions, which must be resolved during final negotiations. Please feel free to call me if you have any questions. Sincerely, Joe Leikhim Project Manager CC: Jerry Kessler. Director Southeast Operations, RCC 20021202 Mr Gus Lopez a.doc December 4, 2002 Mr. Gus Lopez, Director Procurement Division 3r~ Floor 1700 Convention Center Drive Miami Beach, Florida 33139 Subject: Clarification provided by M/A-COM and Revision To Table 1. Reference: 800 MHz Trunked Digital Simulcast Radio System Lowest Bidder Letter dated Dec 4 2002. Mr. Lopez; I received a telephone call this afternoon from Ms. Suzy Chen, Systems Engineer from M/A- COM regarding a clarification M/A-COM wishes to make regarding their bid. I am providing this information as a matter of record and have accordingly adjusted Table 1 (attached) to reflect their clarification. Apparently, M/A-COM misunderstood the structure of the Addendum 1 option pricing when quoting their remote dispatch console option. Ms. Chen advises that M/A-COM quoted the option inclusive of a dispatch console and that the actual price for the option would actually be $3,090 instead of $38,878. This would result in a reduction of $71,576 for two consoles. This would reduce their bid from $7,527,623 to $7,456,047 but would not affect our determination of Motorola as the lowest bidder. Please feel free to call me if you have any questions. Sincerely, Joe Leikhim Project Manager CC: Jerry Kessler. Director Southeast Operations, RCC Attachment: Revised Table 1. 20021204 Mr Gus Lopez a.doc RCC Consultants, Inc. 930 Thomasville Road, Suite 200 - Tallahassee, Florida 32303 tel (85o) 224-4451 - fax (85o) 224-3o59 December 4, 2002 Mr. Gus Lopez Director Page 2 Table 1 (REVISED) ,stem Total MOTOROLA II 4,9o0,oo011System Total Adjustments 13o,76911 130,769 II 2,000 I 35,700 BDA Mt. Sinai Hospital 3.4.10 BDA South Shore Hospital 3.4.10 Fuel for Generator 1.13.8.3 (estimated) 14,0001D's 2.2.3 (Z800AF 1K ID $2,550) Maintenance Calculated Net Present Value MIA-COM $ 5,980,000 Maintenance Year 2 NPV @ 4% $ 309,577 Maintenance Year 3 NPV @ 4% $ 306,601 vlaintenance Year 4 NPV @ 4% $ 303,654 Vlaintenance Year 5 NPV @ 4% $ 300,733 vlaintenance Year 6 NPV @ 4% $ 297,842 Vlaintenance Year 2 NPV @ 4% vlaintenance Year 3 NPV @ 4% Vtaintenance Year 4 NPV @ 4% Vlaintenance Year 5 NPV @ 4% vlaintenance Year 6 NPV @ 4% $ 257,692 $ 255,871 $ 252,919 $ 250,030 $ 247,811 Required Four Additional Console Positions ~D Dispatch Console # 9' 3D Teletype Console # 10 * =CC Dispatch Console # 11 * =CC Dispatch Console # 12' 139 804 =CC Remote Option # 11 $ 25,74C =CC Remote Option # 12 $ 25,740 3D Dispatch RF Control # 9 $ 8,348 =D Teletype RF Control # 10 $ 8,348 --CC RF Control # 11 $ 8,348 =CC RF Control # 12 $ 8,348 ~,0 Plantronics Supra__~Headsets $ 15,040 ~ DiSP pOSitions 9 ;1i included in # 12 FM-200 Fire Protection for 75th Street Options Includin~l Two Remote Operators ~D Dispatch Console # 9 ~D Teletype Console # 10 =CC Dispatch Console # 11 =CC Dispatch Console # 12 --CC Remote Option # 11 --CC Remote Option # 12 3D Dispatch RF Control # 9 =D Teletype RF Control # 10 =-CC RF Control # 11 --CC RF Control # 12 ~0 Plantronics Supra Headsets MOTOROLA TOTAL Fire Protection System $ 18,05311FM-200 Fire Protection for 75th Street $ 6,975,4'14 $ 35,788 $ 35,788 $ 35,788 $ 35,788 3.090 $ 31090 $ 8,062 $ 8,062 $ 8,062 $ 8,062 $ 10,200 $ 19,944 MIA-COM TOTAL745~