Loading...
HomeMy WebLinkAbout02/05/1991, 9 - AWARD OF COPIER CONTRACT f 9. AWARD OF COPIER CONTRACT (STARER/90-34 10 Mir-L) Report not received by agenda.close: To :be distributed under sepaiate cover: 9. MEETING DATE: "� � ►�Ifl11���j��lll city of San tuiS OBISPO -s- COUNCIL AGENDA REPORT ITEM NUMBER: FROM: William C. Statler, Director of Finance SUBJECT: AWARD OF COPIER CONTRACT CAO RECOMMENDATION Award the contract for the purchase of six Minolta copiers to the firm of Copytron in the amount of $54,965.25 and authorize the Mayor to execute the purchase agreement. REPORT-IN-BRIEF No City purchase in recent history has received the level of evaluation and scrutiny as this proposed acquisition of six copiers. The primary consideration in any of the City's purchases is that we receive the best value for cost. This purchase is no exception. Due to its highly technical nature and the variety of features available, the City has used a Request for Proposal (RFP) process for this purchase in accordance with the City's adopted purchasing policies. Under an RFP approach, factors other than cost are appropriately considered in the award of the contract. In the case of copiers, we believe that ease of operation and user-performed maintenance - which directly translate into in- house staff costs - are key factors to be considered in determining value for cost. These can be highly subjective factors, but they are nontheless critical features in evaluating which copiers will lead to the greatest overall productivity of our organization. We believe that a high level of involvement and participation by the users in the selection process is the best method of making these difficult evaluations. As described below, the City has used an extensive user evaluation process. It is the strong consensus of the users that the Minolta solution will give the City its best overall value for cost, and accordingly, it is recommended that the Council approve the award of contract to Copytron for the purchase of six Minolta copiers. Based on past discussions with representatives from More Office Systems, (competitors with Copytron during this purchasing process), it is anticipated that they will address the Council on this issue and express their concern with the staffs recommendation. DISCUSSION Background The recommendation for the award of the copier purchase was last presented to Council on November 7, 1990. Provided in Exhibit 1 is the Council Agenda Report from that meeting which comprehensively describes the needs analysis, policy development, replacement criteria, request for proposal, evaluation process, and fiscal analysis that led to the recommendation to purchase six Minolta copiers from Copytron at that time. More Office Systems, which proposed Canon copiers, expressed serious concerns regarding this recommendation. Their letter dated November 5, 1990 and staff responses to it are provided in Exhibits 2 and 3. 9-/ ���n�I�Illlulilllllill���°�glUlll city of San Luis OBISPO COUNCIL AGENDA REPORT Evaluation Process The following is a summary of the three key evaluation steps that have led to the staff recommendation: 1. Vendor Demonstrations As part of the original evaluation process, four vendors were requested to provide demonstrations of their proposed copiers. Based on the results of this demonstration, the proposal materials, and cost analysis, award of the copier contract to Copytron for Minolta copiers was recommended to the Council on November 7, 1990. 2. Minolta and Canon Demonstrations Based on concerns expressed by More Office Systems about the results of the first copier demonstration and how they were used in the staff's evaluation and recommendation to purchase Minolta copiers, a second demonstration was conducted in order to further evaluate Canon and Minolta copiers. During this demonstration, comparable volume Canon and Minolta copiers were demonstrated at the same time, in the same place, using the same materials, with the same reviewing users. The results of this second demonstration were very useful in clarifying copier performance in two key areas: copy quality and speed. Although each of the copiers displayed different strenghts depending on the type of copying required, it was the general consensus of the Review Team that the overall copy quality and speed were comparable between the two copiers. However, Minolta continued to be rated higher on ease of operation, user performed maintenance, and other key features. Twenty-one users from a broad range of departments participated in this demonstration. At the end of the demonstration, it was their unanimous opinion that the Minolta copier would give the City its best value for cost. The following is a summary of factors that supported this conclusion: Easier for users to operate - Minolta has better: a. Duplexing capacity (holds 50 vs 20 originals for Canon) b. Control panel (easier to understand and read) C. Reduction/enlargement (centers, more options) d. Paper bypass system (cleaner feed, multi-sheet capacity) e. Document feeder (more reliable, cleaner original stacking) �►►Ha►�I►IIu1111111I���► IIUIII city of San tins OBISpo COUNCIL AGENDA REPORT Easier for users to maintain - Minolta has better: f. Cartridge system for replacing toner g. Design ("clamshell") for clearing paper jams I Paper drawer capacity i. Sorter design (quieter, faster, and less flimsy than Canon) 3. Canon Rentals After the second demonstration, More Office Systems expressed continued concern with the City's evaluation process, and requested that they be provided with a third opportunity to demonstrate that their copiers would provide an equal or greater value for cost than the Minolta copiers. They proposed that the existing, old Canon copiers be replaced with their proposed models on a 30-day rental basis. This would give users an extended trial period to fully evaluate Canon copiers under actual operatingconditions at minimal cost risk to the City. Although concerned that this approach might be unfair to Copytron, who would not be given a comparable chance to demonstrate their copiers, staff concurred with this approach for five key reasons: a. More Office Systems is the City's current copier supplier and they have provided service to the City for a long-time. b. They are the lowest direct cost bidder by 11%, and this places a high-level burden of proof on the staff to justify that there is off-setting extra value in the Minolta copiers. C. The potential advantages of on-line stapling (which was identified as a desirable feature in the City's initial RFP) as well as their control panel and sorter operation deserve greater opportunity for review. d. Responds to More Office Systems concerns that users might be basing their evaluation of Canon quality and performance on existing units - both owned as well as prior rentals - which are not fair representations of Canon's true value. e. Given these factors, we should go the "extra mile" in ensuring that Canon copiers were being fairly evaluated. At the end of the 30-day trial period, twenty-seven evaluations were received, with twenty-two responses reflecting a clear preference. Of these twenty-two responses, 18 supported the selection of Minolta copiers. �-3 ►��i�►�►►VVIIIIIIIIIIIu ������1 city of San WIS OBISpo WiN COUNCIL AGENDA REPORT Key features with which more than four users reported disatisfaction include: ■ Recirculating feeder 10 ■ Control panel 9 ■ Clearing jams it ■ Single sheet bypass 8 ■ Duplexing capacity 8 ■ Paper drawer capacity 9 ■ Toner replacement 10 Key features with which more than four users reported satisfaction include: ■ Recirculating feeder 7 ■ Jams 6 ■ Automatic stapling 7 Purchasing Process Under the City's formally adopted purchasing policies, an RFP process should be used whenever it will result in a better purchasing decision due to the nature of the items to be acquired. Section 401.3 of the Purchasing Control Manual (page 2) references "office automation and high-technology" items as specific candidates for an RFP approach as constant developments in technology make it very difficult to compile detailed specifications. The RFP for this purchase clearly stated the City's right to waive any non-substantial irregularities, to consider factors other than cost, and to make award to the vendor as determined to be in the best interest of the City. In summary, the recommended award is in accordance with the provisions of the City's Municipal Code, adopted purchasing policies, and the RFP document. Minolta's Ability to Perform During the past six weeks, the City's focus in evaluating copiers has been on the Canon rentals currently in operation. Accordingly, it is difficult to fully assess whether Minolta copiers will be easier to operate, maintain, and service than Canon under actual operating conditions. However, this concern is addressed in the purchase agreement which provides for a trial 90-day period under which the City will rent the recommended copiers at Copytron's normal rental price. If the City is satisfied at the end of the trial period, Copytron will sell the copiers at their agreed upon purchase price and credit any rental payments made to this purchase. Correspondingly, if the City is dissatisfied with the copier performance during this trial period, Copytron will remove the copiers and the sole compensation to them will be the rental payments made by the City during this trial period. If the benefits ascribed to the Minolta copiers during the initial evaluations are not experienced, we can (with minimal cost risk) discontinue their use and purchase the Canon copiers. Q d" d��nn► I�ulllllllllp► II�III city of San LUIS OBISp0 Vi% COUNCIL AGENDA REPORT FISCAL IMPACT The following is a summary of the per copy and three year total cost of the final four copiers evaluated: Overall Cost Three Year Per Copy Total Cost Canon $ 0.0210 $ 9%550 Minolta 0.0236 103,053 Savin 0.0241 103,997 Mita 0.0243 104,845 As reflected in this summary, the Minolta proposal is not the least direct cost solution (it is second lowest of the four proposals) when solely comparing direct copier purchase and maintenance agreement prices; the Canon proposal is 11% less than Minolta. However, when considering other key cost-related factors, such as in-house operating and maintenance costs, the Minolta solution provides the best overall value and productivity investment for the City. Acquisition of the six Minolta copiers from Copytron will cost $54,965.25 summarized as follows: Location Model Class Cost City Hall, Upstairs 5400 Medium $ 8,467.00 City Hall, Downstairs 8600 High 12,702.00 Finance 5400 Medium 8,467.00 Personnel 5400 Medium 8,467.00 Police Station 5400 Medium 8,467.00 Fire Station No. 4 4300 Low 5.162.00 Total Cost 51,732.00 Sales Tax @ 6 1/4% 3.233.25 TOTAL PURCHASE AMOUNT $ 54,965.25 This purchase amount is consistent with original cost projections and will be funded in accordance with existing budget authorizations and the Copier Management Policy as follows: 1987-89 Financial Plan Capital Improvement Plan (E-10) $ 34,000 1989-91 Financial Plan Public Safety (D-8) 8,000 Organizational Support Services (H-11) 12.965 Total Funding Sources $ 54,965 ���fl�►�u��uhlllll��► ����II City of San WI S OBISPO COUNCIL AGENDA REPORT ALTERNATIVES There are three basic alternatives available to the Council in awarding the copier contract: ■ Select a Different Vendor The Council could award the contract to one of the vendors offering the Savin, Canon, or Mita solutions. However, a comprehensive evaluation of the proposals supports the award of contract to Copytron for Minolta copiers, and as such, this alternative is not recommended. ■ Select a Lease or Rental Option An analysis of the pricing options for rent, long-term lease, lease-purchase, or direct purchase supports the recommendation to directly purchase the recommended copier configuration. Long-term lease would be the most cost effective solution if the City's anticipated replacement cycle for technological or service reasons is significantly less than three years. Based on the City's current experience of retaining copiers significantly in excess of three years, these problems are not anticipated. The primary risk associated with direct purchase (not being satisfied with the performance of the units after installation) has been mitigated through the 90 day trial period. ■ Make No Purchases Efficient duplication of City documents is essential to the effective delivery of City services. The copiers to be replaced have exceeded their estimated useful lives, and replacement at this time is warranted. Based on a comprehensive evaluation of copier needs, additional copiers at the Police Station and Fire Station No. 4 are also justified at this time. Failure to acquire the recommended copiers will significantly impact City operations and result in reduced service levels. Although staff believes that the Minolta solution is the best overall value to the City, award of contract to Canon is more cost effective than making no purchase at all. SUMMARY In any process that must rely heavily on subjective factors in arriving at the best overall solution, it can be very difficult to assess and weigh all of the cost, technical, and performance factors. This is especially true if these issues are discussed in the sales and marketing arena. In the case of this purchase decision, there is a simple question that the City must answer: ■ Which of the two proposals (Canon and Minolta) will provide the City with the best overall value for the cost? In answering this question, the staff recommends that the Council award the contract for the purchase of six Minolta copiers to the firm of Copytron. Although the Canon ABSOLUTELY, POSITIVELY ?AL PICK FOR COPIERS - NO MORE JWES [/�s( Let's get Minolta copiers like we should have all along and get ��•�"'� •��—�—y this selection process over with. I don't like the Canon copiers because: (Check as Many as Apply) ■ The recirculating original feeder is confusing, noisy, distracting jams-up all the time, and scrambles my originals. �p� ■ The control panel is really hard to read, understand, and program. / ■ Clearing paper jams is a bummer; the "clamshell" design of the Minolta would be much better. ■ Having a single sheet bypass capacity is really time-consuming n and inefficient. 2s ■ The duplexing capacity is too small; I keep having to run p additional jobs. O ■ The paper drawers or their capacity is too small. ■ Replacing toner is really awkward and messy. A9 ■ It may be a great idea, but the automatic stapling just doesn't work. ■ Service from More Office Systems continues to be a problem. 141'4 I'm really glad we waited and gave Canon a third bite at the 2 apple, now let's get this selection process over with. I like the Canon copiers because: (Check as Many as Apply) ■ The recirculating feeder is really okay. 7 ■ The control panel is easier to read and program than 1 though it would be. ■ Clearing paper jams isn't such a big deal; 3 ■ and there aren't very many jams anyway. �l ■ Bypass capacity isn't really a problem. T ■ Duplex capacity is fine. ■ Paper drawers and capacity are okay. 3 ■ Replacing toner isn't so bad. Z' ■ Automatic stapling is great. ■ Service has been pretty good (but then again, they knew it had to be, so what does that prove?) Name Department Please submit your ABSOLUTELY, POSITIVELY FINAL copier pick by Tuesday, January 15, 1991. There is no limit on the number of employees who submit a pick (the more the merrier), although there is a limit on the number of picks per employee: 1(one). s4' 2 7 sst Werie Kcs, vwo/ THANKS! �un�i�i►►�IIIIIIIIII�°�'�'►�U�II city of San WIS OBISPO COUNCIL AGENDA REPORT proposal has a lower direct cost of 11%, the productivity savings from Minolta's easier operation and user-performed maintenance more than offset this direct cost differential. However, the City's primary need is to replace and install six copiers; regardless of which vendor the Council selects, staff recommends that timely action be made on this item. ATTACHMENTS Exhibit 1 Council Agenda Report of November 7, 1990 Exhibit 2 Staff response to More Office Systems' letter of November 5, 1990 Exhibit 3 Letter from More Office Systems dated November 5, 1990 expressing concerns with the recommendations contained in the November 7, 1990 Council Agenda Report DOCUMENTS ON FILE WITH THE CITY CLERK 1. Agreement for Copier Purchase with Copytron 2. Copier Survey and Needs Assessment 3. Request for Proposals for Six Copiers dated June 12, 1990 4. Bidders List 5. Proposal Evaluation Summary 6. Copytron Proposal Submission Form 7. Minolta Model 8600, 5400, 4300 Feature Brochures COPIERS/2-5RPORT.NPF �8 MEETING/7/90 �DATE: 1ihn►111I j11 city of San Luis OBISPO ITEM NUMBER: dalown COUNCIL AGENDA REPORT FROM: William C. Statler, Director of Finance(A1� _L_ SUBJECT: AWARD OF COPIER CONTRACT CAO RECOMMENDATION Award the contract for the purchase of six Minolta copiers to the firm of Copytron in the amount of $54,965.25 and authorize the Mayor to execute the purchase agreement. REPORT-IN-BRIEF The recommendation to purchase six Minolta copiers at this time is the result of a comprehensive evaluation of the City's offsite and onsite reproduction needs. This evaluation process included: ■ Comprehensive analysis of the City's onsite copier needs. ■ Development of a Copier Management Policy to address the management of the City's overall reproduction needs, including standards for the type, purchase, replacement, and maintenance of onsite copiers. ■ Identification of copiers that should be replaced or added at this time. ■ Comprehensive evaluation and selection of the copier configuration and vendor solution that will best meet the City's price, performance, and maintenance needs. The recommended copiers will replace four existing units at City Hall and add one copier at the Police Station and one copier at Fire Station No. 4. DISCUSSION Evaluation of Onsite Copier Needs The need for the City to comprehensively address its onsite copier needs was first identified in the 1987-89 Financial Plan. At that time, $34,000 was designated for office copier replacement and upgrades (page E-10). Additionally, the development of written policies and guidelines for office copiers was a key Management Team Objective in the 1987-89 Financial Plan (Information Systems Management, page B-7). The fust step in developing an office copier policy to guide the purchase, replacement, and management of copiers on a City-wide basis was the development of a copier volume and needs assessment. Three tasks were performed in completing this first phase: ■ All copier users were surveyed regarding the copier they most used; percentage of copying performed onsite versus offsite; the type of onsite copying most commonly performed (such as single page originals, multiple page originals, 9- 9 MY of San lui.s OBISPO COUNCIL AGENDA REPORT �1415 collating, reduction, and enlargement); and overall copier features most efficiently support City operations. ■ An analysis was performed of the number of copies made using onsite copiers. As reflected in Attachment A, over 1 million copies were made onsite during 1989, with the Police Department's Records Section copier accounting for the largest number of copies annually (over 400,000). ■ An inventory of onsite copiers was developed identifying location, model, department, volumes, features, age, and projected replacement schedules. A I summary of this inventory is provided in Attachment B. At this time, the number of copies made offsite versus onsite is relatively evenly divided: approximately 94,000 copies are made per month by the City's contract copy vendor (Kinko's) compared with 96,000 copies monthly onsite. After this review of copier volumes and performance requirements, a copier policy was developed to guide the City's acquisition, replacement, and overall management of its onsite reproduction needs. In addition to onsite copying, this policy also addresses the City's contract (offsite) reproduction practices. Prepared by the Technical Services Coordinator, this policy was reviewed by the City's Management Information Committee and Director of Finance, and was approved by the City Administrative Officer on June 119 1990. A copy of the Copier Management Policy is provided in Attachment C. With guidance from this policy, the City's onsite copier needs were evaluated on an organization-wide basis. This evaluation resulted in the recommendation to purchase six copiers at this time summarized as follows: 1. City Hall, Upstairs Copier Room (Canon NP400) - REPLACEMENT This copier was purchased in 1982, and performed at or above its rated monthly capacity since its purchase until it ceased operating in February of this year. The City's service contractor can no longer provide maintenance for it, and it has been removed and replaced with a rental unit pending this purchase. Replacement with a Medium volume copier is recommended at this location. 2. City Hall, Downstairs Copier Room (Canon NP400) - REPLACEMENT This copier is exactly the same vintage as the City Hall Upstairs NP400, and has also performed at or above its rated monthly capacity since it was installed. It runs the second highest number of copies in the City. It has experienced frequent (weekly) severe breakdowns in the last year. Replacement with a High volume copier is recommended at this location. 3. Finance Department (Canon NP210) - REPLACEMENT This machine was also purchased in 1982, and has been making its rated number of copies every month. It is a very simple, slow machine, and has no special �Hi�ViIIIIIIIIP�' lldlll city of san Luis oBispo COUNCIL AGENDA REPORT features. Replacement with a Medium volume copier is recommended for this location. 4. Personnel Department (Canon NP1281) - REPLACEMENT Personnel requires a copier in their department. Their staff prepares a large number of confidential recruitment packets/oral board binders; doing them at other City Hall locations takes them away from the office for at least an hour at a time. By doing them in their own department, they can also be answering phones, servicing the front desk, etc, while copying. Risk Management has also j added a heavy, constant, copy burden. Due to the need for confidentiality, these projects cannot be sent to the City's contract vendor. This unit is currently j installed on a rental basis, and the purchase of a Medium volume copier is recommended for this location. 5. Police Department (Records Section) - ADDITION As approved in the 1989-91 Financial Plan (page D-8), the Police Department needs to add another copier in the Records Section to augment their high volume copier. Currently, the Police Department has four copiers: one high volume and three small to medium volume copiers. Each division uses their small copier for their lower volume copy needs, and they all use the large copier in the Records Section for everything else. This copier is also the most centrally used machine, because anyone who needs a copy of a police report/record has to come to this section and use this machine (all of the police records are located in that area i and cannot be removed). The Police Department is finding it increasingly difficult to get their reports copied and out to the courts in the afternoons because of a queue of people waiting to use the copier. The Model 7550 currently located there does the highest volume in the City by double (34,000 copies per month) over the next lower volume. The Police Department has $8,000 available from the 1989-91 Financial Plan to add another copier in the Records Section. A new Medium volume copier is recommended at this location. 6. Fire Station No.4 - ADDITION Fire Station No. 4.houses the Fire Department's Drafting Division; it currently has no copy machine. In order to meet the needs of reproducing the graphics and maps produced at this location, a low volume, high quality machine is required. As this is a one person division, it is time consuming and inefficient for the sole staff member to go to the Main Fire Station every time a copy of a map is required. A Low volume copier is recommended for this location. Selection Process Based on the adopted Copier Management Policy and the evaluation of current copier needs, the CAO authorized the issuance of a Request for Proposals (RFP) for six copiers on June 12, 1990 (a copy of the RFP and Bidders List is on file in the City Clerk's Office). Under an RFP process, price is not the sole determining factor in awarding the city of San tins OBIspo in"Iffam=da COUNCIL AGENDA REPORT contract. In determining the award of contract for this copier purchase, features, performance, copy quality, ease of operation, user maintenance, and service were also key factors identified in the RFP. In addition to the City's standard advertising for proposals, the RFP was directly sent to ten vendors, and five proposals were received by the closing date of July 19, 1990 from the following firms: Manufacturer Represented Copytron Minolta San Luis Obispo Konica Superior Office Systems Pismo Beach Mita More Office Systems Canon San Luis Obispo Panasonic Golden State Systems San Luis Obispo Savin Eastman Kodak Pismo Beach Kodak Based on a desktop review, four of the five proposals were accepted for further evaluation. Although it was not a requirement that vendors propose in all three copier classes (High, Medium, and Low), it is significantly more efficient from a training and maintenance support perspective to have all copier needs provided from one supplier. The proposal from Kodak did not bid for all of the City's copier needs. As the other four bidders were capable of meeting the City's total copier requirements, the vendor's ability to meet all of the City's copier needs was used as a selection criteria early in the process, and the Kodak proposal was deleted from further consideration. A comprehensive summary of cost, features, performance, and service was prepared for each of the proposals and is on file in the City Clerk's Office. All of the proposals were evaluated based on these four key factors by a Review Team composed of representatives from all of the affected Departments. In addition to evaluating the proposal submittals, site visits and demonstrations were made for each of the bidder solutions. Further, reference checks were made on the performance of the proposed copiers installed at other customers' locations. Based on this comprehensive evaluation process, it is the consensus of the Review Team that the proposal submitted by Copytron for Minolta copiers is the best overall solution for the City in terms of price, copy quality, performance, ease of operation, user maintenance, and service. A summary and scoring of the key factors used in evaluating the proposals is provided ��i��i�HiIVIIIIIG��1l�Ill city of San Luis OBISPO COUNCIL AGENDA REPORT in Attachment D. As reflected in this summary and noted below, the Minolta proposal is not the least cost solution (it is second lowest of the four proposals) when solely comparing direct copier purchase and maintenance agreement prices: Overall Cost Per Copy Canon $0.0210 Minolta 0.0236 Savin 0.0241 Mita 0.0243 i However, when considering other key cost-related factors, such as copy quality, ease of i operation, user performed maintenance, and ongoing service, the Minolta solution provides the best overall value and. productivity investment for the City. I Benefits of the Proposed Purchase Special features of the recommended copier configuration that will significantly improve the productivity and effectiveness of City operations include: ■ Due -to special design features, mechanical failures will be less frequent, and maintenance and repair will be performed more efficiently when required. ■ Copier speeds for all three classes of copier (High, Medium, and Low) are significantly faster than existing units, resulting in greater staff productivity and reduced personnel costs in making copies. ■ Waiting and "queuing" for copying, especially at the Police Station and Fire Station No. 4, will be significantly reduced, again resulting in greater staff productivity and reduced personnel costs in making copies. ■ All copiers have an efficient duplexing feature, resulting in less paper usage and reduced file storage needs. ■ All copiers can use 25% content recycled paper. .■ Copy quality will be significantly improved. Purchase Versus Lease Cost Analysis There are four basic alternatives available to the City in acquiring the recommended copier configuration: rental, long-term lease, lease-purchase, and direct purchase. A summary of these purchase alternatives for each of the proposals is provided in Attachment E. When considering these alternatives over a three year time frame, direct purchase is the most favorable cost solution. The primary risk associated with direct purchase is the copier's ability to meet the City's performance requirements under actual operating conditions. To address this concern, the proposed Agreement provides for a 90 day trial period under which the City will rent the recommended copiers at Copytron's normal rental price. If the City is satisfied with the performance of these copiers at the city of San tins OBISPO j COUNCIL AGENDA REPORT end of the trial period, Copytron will sell the copiers at their agreed upon purchase price and credit any rental payments made to this purchase. Correspondingly, if the City is dissatisfied with the copier performance during this trial period, Copytron will remove the copiers and the sole compensation to them will be the rental payments made by the City during this trial period. It is anticipated that future copier acquisitions over the next three years will be Minolta copiers purchased through Copytron. Accordingly, the proposed Agreement provides that i Copytron will sell copiers to the City at their current bid prices, or the lowest price offered or sold to any other customer (whichever is less) over the next three years. I i CONCURRENCES The recommendation to purchase Minolta copiers is based on a review and evaluation process that included representatives from all of the affected Departments. Review Team members included: Administration Marilyn Cox, Executive Secretary Peggy Johnston, Technical Systems Coordinator City Attorney Sharon Woodward, Executive Secretary City Clerk Lori Hansen, Secretary Sue Noone, Office Assistant Kim Condon, Assistant City Clerk Community Development Barbara Ehrbar, Executive Secretary Diane Stuart, Secretary Allen Hopkins, Administrative Analyst Rick Rocker, Graphics Technician Finance Ella Goven, Executive Secretary Fire Sergio Reyes, Graphics Technician Viv Dilts, Secretary Personnel Sue Tison, Executive Secretary Police Tom Stewart, Support Services Manager 9-� city of San LUIS OBISp0 COUNCIL AGENDA REPORT FISCAL IMPACT Acquisition of the six Minolta copiers from Copytron will cost $54,965.25 summarized as follows: Location Model Class Cost City Hall, Upstairs 5400 Medium $ 8,467.00 City Hall, Downstairs 8600 High 12,702.00 Finance 5400 Medium 8,467.00 Personnel 5400 Medium 8,467.00 Police Station 5400 Medium 8,467.00 Fire Station No. 4 4300 Low 5.162.00 Total Cost 51,732.00 Sales Tax @ 6 1/4% 3.233.25 TOTAL PURCHASE AMOUNT $ 54,965.25 This purchase amount is consistent with original cost projections and will be funded in accordance with existing budget authorizations and the Copier Management Policy as follows: 1987-89 Financial Plan Capital Improvement Plan (E-10) $ 34,000 1989-91 Financial Plan Public Safety (D-8) 89000 Organizational Support Services (H-11) 12.965 Total Funding Sources $ 54,965 ALTERNATIVES There are three basic alternatives available to the Council in awarding the copier contract: ■ Select a Different Vendor The Council could award the contract to one of the vendors offering the Savin, Canon; or Mita solutions. However, a comprehensive evaluation of the proposals supports the award of contract to Copytron for Minolta copiers, and as such, this alternative is not recommended. ■ Select a Lease or Rental Option An analysis of the pricing options for rent, long-term lease, lease-purchase, or direct purchase supports the recommendation to directly purchase the recommended copier configuration. Long-term lease would be the most cost effective solution if the City's anticipated replacement cycle for technological or service reasons is significantly less than three years. Based on the City's current experience of retaining copiers significantly in excess of three years, these problems are not anticipated. The primary risk associated with direct city o� san Luis OBISPO COUNCIL AGENDA REPORT purchase (not being satisfied with the performance of the units after installation) has been mitigated through the 90 day trial period. ■ Make No Purchases Efficient duplication of City documents is essential to the effective delivery of City services. The copiers to be replaced have more than exceeded their i estimated useful lives, and replacement at this time is warranted. Based on a comprehensive evaluation of copier needs, additional copiers at the Police Station and Fire Station No. 4 are also justified at this time. Failure to ill significantly impact City operations and acquire the recommended copiers wi result in reduced service levels. As such, this alternative is not recommended. I SUMMARY Based on a comprehensive evaluation of the City's copier needs, the purchase of six Minolta copiers is recommended at this time. To implement this purchase, award of contract is recommended to the firm of Copytron in the amount of $54,965.25. ATTACHMENTS A. 1989 Copier Volumes B. Current Copier Inventory C. Copier Management Policy D. Summary of Key Proposal Factors E. Purchase Versus Lease Cost Analysis DOCUMENTS ON FILE WI'T'H THE CITY CLERK 1. Agreement for Copier Purchase with Copytron 2. Copier Survey and Needs Assessment 3. Request for Proposals for Six Copiers dated June 12, 1990 4. Bidders List 5. Proposal Evaluation Summary 6. Copytron Proposal Submission Form 7. Minolta Model 8600, 5400, 4300 Feature Brochures COPIERS/10-16RPT.WPF Attachmen _ Wr pp� Q U9 N LO � N � N con - — N •� 8 < J Ln m N O Q o U �Ln N f ^^ 0 59 J � r r Lf' N L O T �S C .p p WT C. .f. cn U a N ZUZ N ���[ op N 3; Attachment ,:..._ ~ NN Z N N N N � L L L L i L CL-J N 3 3 N _ W ]L Y N N N Y N\Y O O CO O O .--� •-•� •--� O O •--• Z O Z Z --� 41 C d Cr W r r r r r r r r 7 7 01 0) OJ 0) N rrrrrrrr •rr L71 LT L01 S- i i L L V) NN V) VNN V1 V1 V12f JJJJ La tD Ln � .••r l-, Ln N 0 00 N N N N COCOC000000000MC00000000 G 0101 C1 M O1 C1 C1 4M 0101 C1 M(7101 N •--�.--� .-•� .--r.--i .--� .-1.-•� .--'.--�.--r .-�.--� OC 2 > Q U W LdCN- C1. } N •N N N N Ln OO r-t'- .-r L-- t�1� 0 3 dl-•- MMMM%D X00 .--L0000 Z U O Z . . . . . . . . . . . . . W \U N N N N N N N N N N N N N C> Z F- M C II •� V g N O O 'O 0 0 0 0 0 0 0 Co 0 0 Co II O R >- Otn000Lntn0000000 H Ln -0 r Z C. O CO N O I� N 0 M LL')AD O O M O 11 O Co O- O w _ _ n .. v eD .-. st to v r_ C1 N Ln 1*- Iqr II to •o S- IM O CO CC Z .••L r M II M b W 9 W 0 0 Q CL f O tD Ln ^ ON MCe) N C1 to It In C N .--BOO MO Lnr Nto. Ln OOC1 II CO O w O 01 M ^.••L O1 .-L to Ln . ^ Ln CO CO I11 I to (v ~C' JW N O1 O1 ON CO O O r`Ln N O to P� II to C O O1 Q L-r Lf) N 0 O O 11 � .r N Q. 00 F-0- N %r 11 .--r L w W 0100 U u c CC .--L F-U U •--� rtt •� N b O �L } C N V)O J N J F- W L:7 . W W.- m W V)W J D t o C L��-•� �--� CC Z\ U CO r O F--F--QF-W F-W WC CW\mW �C •" W L-r LAW F-U�--�6.>CLO=UZ\U 0 p= CL ►r LSU JL--rJZCL'\Jf QJ +� C .•.W30C] JO rd N W »wCL O.= d LL-CL CL CL Q CL CL 01 r r Z 0 O O1 X O S r O L f 4J N4� CL > U N L C F- C41 Q 4„1 •p L N Ln •r O C L 4-i•r f C � S-4- 0) L C E Ln C b E ++ o O O C rd 0) N CL-, 01•r +J 07 C 4- LL CL E -0 CL b S- C: C O a-+ C U D N Y Q O Co U- C) b U L rC C 0 Y p.r L I L w Ln w d O•� -w urn = LL O •••LrrN r L W Z +-) L r 41 iG O ik C 3 ik r r iG U N k-• V) W(D ro F- +) tO oC v c b ro c o =) z►. x M S- w 4) u 0 u alxx a� v O L--L H a L d O V w u C W .- V u d >f2 = Q 4•1 0) L CL"r •r• rd i r •r >1 N L a� UU N Y U L.- rOr C CU Y O V -rZ Q O b r0 N O o L O •- C- 7 0 -- •� O Z b U L--L EJ 33 CL'U CL 3 CL LL Cl- CL000- * 4J 4+ o O lT r 01 L Ln 0 Ln Li. Li U- O O1 A ZJ Ln Ln LnLnC .• (• O -+ N000Ln N Q W .--r Ln Ln Ln O OO CO O Ln r Z CO N N Kr Iw Iw n O) O1 Q O CL CL CL CL C3- CL CL CL CL M CL CL CL CL N - N C..) E ZZZZZZZZZZZZZZ b 0) rrNMC' Ln t.0 r, 0010 .--• NM AI)NIINNI RATION DF-PAlt,' NIHN1 It:t' NO:R10RANt)Uht %ttachment Management of City Copying Needs OVERVIEW This policy addresses the City of San Luis Obispo's document reproduction program, both in-house and off-site. The purpose of the policy is to ensure that documents are reproduced in an efficient and effective manner . The policy will take effect upon approval of the City Administrative Officer, and will be reviewed annually when the off-site copy contract is renewed. The policy will be administered by the Technical Systems Coordinator. POLICY I. In-house and off-site copying volume guidelines. Generally, it is more cost effective to send copying services to the City's off-site copying services contractor. Therefore, copying of documents requiring 10 or more copies of a single sheet and not needing the copies for 6 to 24 hours, should be sent out. Labor,equipment,and maintenance factors make this more economical and efficient. For immediate copying needs, the city will provide for at least three operational levels of walk-up copiers for use within individual departments and divisions. General guidelines arc provided below. A. OFF-SITE COPYING: Any volume greater than 10 copies This includes small numbers of copies of large documents ie.2 copies of a 15 page document. B. IN-HOUSE COPYING: AIVYvolume over 10 copies should ONLYbe dont in-house when tvneliness or confidentiality prevent the document from being sent out Taking that into consideration,the three levels of in-house copiers should be used as follows: Large Copiers 50 copies or under. Medium Copiers 30 copies or under. Small Copiers 10 copies or under. I1. Acquisition of Copy Machines A. Funding for all copy machine acquisitions will come from either the Equipment Replacement Fund, Capital Improvement Plan,or the Organizational Support Services Operating Program budget,consistent with Financial Plan Policies B. During the analysis of copy machine needs and bid evaluations, cost will only be one factor among many to be considered. C_ The choice of lease, rent, lease/purchase or purchase will be used for each copy machine acquisition as best benefits the City in each situation. D. The Technical Systems Coordinator will establish and administer a replacement cycle polity for all copy machines. As a part of that replacement policy,funds for copy machines to be purchased will be included in the Equipment Replacement Fund program where applicable. 1 111. St:indard SlxziGcations for Copy Machines. There arc 4 levels of copy machines which will be considered for use by the City. A( the time that need of a new machine is established, an analysis of the specific users requirements will be done to determine which category is appropriate. The levels are: A. VERY HIGH SPEED/VOLUME: Target use: centralized copy services for Citywide copying. Target volume per month: 50,000 topics and up. B. HIGH SPEED/VOLUME Target use: central copy site for large number of users; multiple divisions and departments; high volume and quick turnaround time needs. Target City volume per month: 25,000 to 50,000 topics. Industry rating. 50,000 topics/month. C. MEDIUM VOLUME: Target use: divisional or isolated site main copier. Target City volume per month: 10,000 to 25,000 topics. Industry rating: 30,000 copies/month D. LOW VOLUME: Target use: secondary copier in department or site with high demand for more than one copier, or need for very simple single sheet copying. Target City volume per month: 0 to 10,000 copies. Industry rating: 10,000 topics/month. IV. Management and Operation of In-house Copiers. A. Management- The Technical Systems Coordinator will manage the City's on-site copy equipment. This includes developing copier policies, recaving new copier requests,coordinating the analysis and procurement of any and all copiers, coordinating trouble call,, managing maintenance agreements, and coordinating key operators' B. Mainteaancc All copiers owned, leased, or rented by the City will be covered by a 3rd party maintenance agreement, provided by a vendor certified to work on the spec machine's brand. C. Operation: Each copy machine will have a'Key Operator or 'Key Operators', appointed by the Departmcn, Head(s) of the dcpartment(s)/division(s)/site(s) who is/are the main user(s) of the equipment. The Ked Operator(s) will be thoroughly trained in the use and routine maintenance of the copy machine, and will be responsible for. a. Performing routine weekly maintenance and cleaning. b. Serving as the users' main contact for problems encountered with the equipment- c. quipmentc. Calling the Maintenance vendor for service when problems are encountered. d. Informing the Technical Systems Coordinator of severe or repetitive equipment problems. e. Obtaining consumable supplies from the central storage area. D. Supplies: The City Administrative Officer will designate a department responsible for bulk ordering of consumable supplies, such as paper and toner. ALL copy machine sites will use supplies ordered by this department. Each sites' Key Operator will be responsible for arranging delivery of supplies to their copier. V. Management of Off-site copy contract The Technical Systems Coordinator will be responsible for implementing and administering the off-site copy contract. APPROVED: CitAdministritive Officer t Date 2 a utechment.L. Summary of Key Proposal Factors Minolta Mita Canon Savin Copy Quality excellent excellent poor poor Score 5 5 2 2 Ease of Operation excellent good good poor Score 5 4 4 2 User Maintenance excellent excellent fair poor Score 5 5 3 2 good to poor Service good good inconsistent fair Score 4 4 3 3 Price Per Copy 0.0236 0.0243 0.0210 0.0241 Score 2 1 5 1 TOTAL SCORE 21 19 17 10 Scoring Factors: 1 to 5, with 05' being the highest score. Each factor is weighted evenly at 20% Att80MM8t1L. PRICING ANALYSIS - COPIERS COPIER PRICING HIGH SPEED CANON MINOLTA SAVIN MITA AVERAGE 35,000 copies/month NP 6650 8600 7500 DC5585H MONTH-TO-MONTH MONTHLY 973.94 905.00 953.44 831.03 3 YEAR AMOUNT 35,061.84 32,580.00 34,323.84 29,917.08 3 YEAR LEASE MONTHLY 923.54 852.11 N/A 785.86 3 YEAR AMOUNT 33,247.44 30,675.96 N/A 28,290.96 3 YEAR LEASE/PURCHASE 958.37 852.11 852.73 810.00 MONTHLY 3 YEAR AMOUNT 35,755.09 30,677.08 30,699.43 29,161.00 PURCHASE MONTHLY 707.58 756.39 741.01 821.51 COST PLUS 3 YEAR MAINT 25,472.75 27,229.88 26,676.31 29,574.19 COST 12,116.75 13,495.68 10,800.31 11,682.19 MAINTENANCE COST PER COPY • 0.0106 0.0109 0.0126 0.0142 COPIER PRICING MEDIUM SPEED CANON MINOLTA SAVIN MITA AVERAGE 20,000 copies/month NP 4835s 5400 7430 DC3285 MONTH-TO-MONTH MONTHLY 630.69 594.06 831.25 509.65 3 YEAR AMOUNT 22,704.84 21,386.16 29,925.00 18,347.40 3 YEAR LEASE MONTHLY 555.71 541.37 N/A .482.17 3 YEAR AMOUNT 20,005.56 19,489.32 N/A 17,358.12 3 YEAR LEASE/PURCHASE MONTHLY 576.75 541.37 602.14 480.72 3 YEAR AMOUNT 22,016.87 19,490.47 21,678.16 17,307.13 PURCHASE MONTHLY 418.75 467.89 496.82 484.56 COST PLUS 3 YEAR MAINT 15,074.88 16,844.19 17,885.44 17,444.19 COST 7,154.88 8,996.19 8,813.44 7,364.19 MAINTENANCE COST PER COPY • 0.011 0.0109 0.0126 0.0140 COPIER PRICING LOW VOLUME CANON MINOLTA SAVIN MITA AVERAGE 5,000 copies/month NP 1520 4230 7150 DC1656 MONTH-TO-MONTH MONTHLY 278.94 256.44 275.31 176.87 3 YEAR AMOUNT 10,041.84 9,231.84 9,911.16 6,367.32 3 YEAR LEASE MONTHLY 193.38 263.74 N/A 166.62 3 YEAR AMOUNT 6,961.68 9,494.64 N/A 5,998.32 3 YEAR LEASE/PURCHASE MONTHLY 201.16 263.74 216.76 172.09 3 YEAR AMOUNT 7,241.76 9,495.64 7,804.36 6,196.24 PURCHASE MONTHLY 132.74 206.85 160.54 152.64 COST PLUS 3 YEAR MAINT 4,778.63 7,446.63 5,779.56 5,494.94 COST 2,798.63 5,484.63 3,511.56 2,650.94 MAINTENANCE COST PER COPY • 0.011 0.0109 0.0126 0.0158 Includes all maintenance parts 8 toner for comparison purposes. 9-� PRICING ANACCSIS - COPIERS TOTAL PURCHASE PRICE 3 YEAR COST NUMBER. CANON MINOLTA SAVIN META. COPIER PRICING HIGH SPEED 1 25:472.75 27,229.88' 26,676.31 29,574.19 COPIER PRICING MEDIUM SPEED 4 60;299:52 67;3.76.76 71,541.76 69,776.76 COPIER PRICING LOW VOLUME I 1 4;778.63 7,446.63 5;779.56 5,494.94 ---------' -- TOTAL 6 90,550.90 102;053.27 103;997.63 104;845:89 COST PER COPT FOR 4,320,000 COPIES; 0:0210 0.0236 0.0241 0.0243 ACQUISITION COST (ONCLUDES.SALES TAX) NUMBER CANON MINOLTA SAVIN MITA COPIER PRICING HIGH SPEED 1 12,116c75 13,495.88 10,800 31 11,68,2.19 COPIER PRICING MEDIUM SPEED 4 28,619:52 35,984.76 '35,253.76 29.,456.76 COPIER PRICING LOW VOLUME 1 2,798.63 51484.63 3;511:56 2,650.94 ---------- ------ --- --- -- TOTAL 6 43.,534:90 54,965.27 49,565.63 43,789.89 9-�3 RESPONSE TO MOnE OFFICE SYSTEMS' LETTER OF NOVEMBER 5, 1990 OVERVIEW The purpose of this memorandum is to respond to the concerns raised in More Office Systems letter of Nobember 5, 1990. Many of these concerns have been addressed through subsequent user evaluations - specifically their concerns regarding the level of user participation, "halo effects", and copy quality. AGREED UPON COST FACTS Before discussing the specific issues raised by More Office Systems in their letter of November 5, 1990, the following is a summary of facts upon which the staff and More Office Systems agree regarding the costs of the Canon and Minolta proposal assuming that approximately 4,300,000 copies are made over a three year period by the six copiers (one high volume, 4 medium volume, and one low volume): Minolta Canon Purchase cost (six copiers) $54,965 $43,534 Maintenance (3 year total) 47.088 47.017 Total three year cost $102,053 $90,551 Cost Per Copy $ .0210 $ .0236 To summarize the cost facts: ■ There is a $ .0026 direct cost per copy difference ■ This is an 11% difference in direct cost RESPONSE TO CONCERNS More Office Systems raises six basic issues in their letter: ■ Unfair judgement of staff which is based on past performance and service needs of old Canon equipment rather than the units proposed ■ Method of evaluating subjective factors ■ Level of participation of Review Team ■ Copy quality ■ Costing of maintenance services ■ Service and reference checks The following is a response to each of these basic concerns: Judgement of Staff Canon believes that they were unfairly evaluated based on the performance and maintenance needs of existin copiers rather than those proposed. Staff Response It is possible that there is a negative "halo' effect based on the performance of some of the copiers currently in place. However, the evaluations made by the Review Team regarding copy quality, ease of operation, and user maintenance were based on the copier demonstration made by More Office Systems. In this area, all of the proposers were playing on a "level field" in terms of their ability to present their machines to the Review Team. Further, it should be noted that any negative "halo' effect reflects on more than just the older units. For example, two of the Canon units at City Hall are newer units under lease pending this purchase; and newer units are installed at other City locations- Evaluation Method Canon believes that the evaluation methodology addressed highly subjective issues, rates them incorrectly, and weighs them inappropriately. Staff Response Staff concurs that the key factors upon which this recommendation to purchase Minolta copiers rests (ease of operation and user maintenance) are inherently highly subjective, and as such, are best evaluated by the user staff. The purpose of the matrix provided on page C-17-13 of the November 7 Agenda Report is not to empirically demonstrate in a definitive fashion the correct choice, but to facilitate an understanding of the factors considered by staff in reaching the recommendation to purchase Minolta copiers. The fact that these factors would be considered in addition to price was clearly noted in the City's Request for Proposals (RFP). Review Team Participation Canon states that only seven staff members attended their demonstration and their opinion is being overly relied upon in making the Minolta recommendation. Staff Response As noted on page C-17-6 of the November 7 Agenda Report, fifteen key user staff were involved in the initial review process. Due to scheduling conflicts, not all Review Team members participated in all copier demonstrations, nor was there an expectation that all would. However, information from the demonstrations was freely discussed and shared by all of the Review Team members. In summary, given the nature of this purchase, review by a core group of seven staff members representing a broad range of departments and locations represents a very high level of key user staff involvement in the decision-making process. During the "Copier Shoot-Out" and Canon trial rental period, this was subsequently expanded to a much broader group of users. 9-.2� Copy Quality Canon believes that their copy quality is acceptable. Staff Response It is the strong consensus of the Review Team that the Canon copies made at the vendor's demonstration, which is the same "playing field" provided to the other candidates, were significantly inferior to the copies made by both Mita (the No. 2 rated copier overall) and Minolta. Further, it was the Review Team's belief that the copies were no better than those currently being made on the "old" copiers. The Review Team's initial evaluation of copy quality was based solely on the vendor's demonstration, not existing copy quality except as a basis of comparison. However, based on the results of the "Copier Shoot-Out", user staff generally agree that Canon's and Minolta's copy quality are comparable. Costing of Maintenance Services Canon has two concerns related to this issue: 1. Original maintenance service cost assumptions 2. Volume projections Staff Response 1. More Office Systems is correct in pointing out that the initial (October 16 Agenda Report) maintenance service cost comparisons were not accurate, which is the reason that this item was pulled by staff. In the original RFP, "maintenance costs" weie not adequately defined; it appears that there are a number of items (toner, drums, rollers, developer, fuser oil) which can be included under the generic heading of "maintenance". To correct this RFP ambiguity, a supplemental maintenance proposal was requested from the four finalist copiers (Canon, Minolta, Mita, and Savin) further specifying the cost components of service maintenance. The cost comparisons provided on pages C-17-14 and 15 of the November 7 Agenda Report reflect correct maintenance cost assumptions. 2. When the maintenance cost issue was brought to staff's attention by More Office Systems, it focussed greater staff attention on the maintenance cost component of the proposals. Under the initial cost analysis, the high-end rating capacity of the proposed copiers, not anticipated City volumes, was used in the cost analysis. The projected volumes were modified for the sole purpose of better reflecting volumes that the City can reasonably anticipate over the next 3 years. For comparison purposes, the City's combined complement of fourteen copiers made only 1.1 million copies during 1989; the current volume projections for cost purposes is 1.3 million copies for only six copiers. Although appropriately conservative for comparison purposes, the current volume projections continue to be significantly higher than we will probably actually experience from these six copiers over the next three years. 9.4 Service Agreements and References More Office Systems believes that: 1. Staff has underrated their service to the City 2. Copytron (Minolta) has not been appropriately backgrounded 3. Their service must be better since they have 16 service technicians compared with 3 at Copytron Staff Response 1. In evaluating More Office Systems's service, staff relied heavily on the City's current experience. We believe that this is a better indicator of More Office Systems' future service to us than reference checks from other customers. As noted in the November 7 Agenda Report, staff ratings were inconsistent ranging from good to poor based on various locations. In considering the negative "halo" effect discussed previously, it should be noted that the inconsistent service includes the newer as well as the older Canon units currently in place. Ultimately. staff believes that customer service can only be defined by the customer. 2. Although these reference checks were not originally performed by the Director of Finance, Cal Poly and Vandenburg have been directly contacted by him in response to More Office System's letter. The background information originally developed by staff has been confirmed by this follow-up check. 3. The level of service technicians is related to the scope of service to be provided as determined by: a. The number of units to be serviced b. Service required by the units in place Based on More Office System's statement that they service more units than anyone else in the Central Coast, it is reasonable (on a simple copier-to-technician ratio) that they would require more technicians to provide service than other vendors. Ultimately, service performance can only be evaluated based on the vendor's demonstrated ability to meet a specific customer's service expectations. This is an especially difficult factor to measure without direct customer experience; in the case of More Office Systems, we have this experience to draw upon in predicting future service capabilities. SUMMARY In any process that must rely heavily on subjective factors in arriving at the best overall solution, it can be very difficult to assess and weigh all of the cost, technical, and performance factors. In conjunction with the follow-up evaluations (Copier Shoot-Out and Canon rentals), staff believes that it has devoted long, thoughtful hours in determining which proposal will provide the City with the best value for cost and the most cost-effective approach to its in-house copying needs. COPIERS/RESPOVRV.WPP 10MF,7, 7771. 1 tfTIKKQ I Ml iii IL t t ELECTRONIC OFFICE EQUIPMENT -0 IN;-G f1ENIDA November 5 , 1990 Honorable Members of the Council c��� City of San Luis Obispo EA � ? 990 Palm Street San Luis Obispo, California Ladies and Gentlemen, Thank you for the opportunity to present our position regarding the bid for photocopiers. Enclosed you will find a comprehensive study which we hope will demonstrate to you that Canon and More Office Systems represent the soundest choice for the City of San Luis Obispo. In addition, we are prepared at this point to offer to the Council a Three Year Performance Guarantee. If, in the Council 's opinion, the equipment performs below reasonable standards, More Office Systems will replace the equipment in question with an equal or higher rated copier at no charge. We are sure that this guarantee will aleviate any isolated concerns by some members of the review committee. We would appreciate a call before the City Council Meeting on Wednesday, November 7, to discuss what our position should be during the public hearing. Thank you for your fair consideration in this matter. S , cerely, MO FIC SYSTEMS [El*f STO: udes Action ❑ FYI�❑,�DD(R RECEIVEDTito Molfi o O lidAM DIRMM Manager '°y� p NOV 6 1990 Er ERxioruc. ❑ POLICECK CITY COUNCIL ❑ MGW .TEAM ❑ PIC:DM SAN LUIS OBISPO, CA ❑ C .DRILE ❑ Authonzed dealer for: 1 j Canon Mail: Post Office Drawer 9110, San Luis Obispo, California 93403 Santa Maria, Phone: (805) 922-0407 Panasonic San Luis Obispo, Phone: (805) 544-3038 ' J C 0 S T A N A L I S Y S OVERVIEW: More Office Systems has served the City of San Luis Obispo since 1981 . The CAR report states that "the current equipment has performed at or above rated capacity since purchase" and this equipment has "more than exceeded their estimated smf.ul:• life. " National statistics (Dataquest Inc . ) show that copiers in general (all brands) are replaced, on the average, every 40 months. We have equipment presently in use at the City that has been serving you for over 100 months (Canon NP200 at the Police Dept) . It is true that from time to time , in the last year, we have had ocassional delays in getting needed parts from the manufacturer. On ocassion we have had delays in getting a technician to the account but this should be balanced with the fact that there has not been any factory available training on these products for several years. All and all , we feel that More Office Systems has done a remarkable job servicing your present equipment. Your copiers have lasted more than 2 times the national average. we feel More Office Systems has had a great deal to do with this fact_ COST FIGURES: The City is in agreement that More Office Systems proposed the lowest bid for photocopiers. There is also agreement that the Canon equipment proposed by More Office Systems meets all the specifications the City requested. More Office System's bid was for $43 , 534. 90 compared to Copytron' s $54, 965. 27. This means that the City is being asked to spend 26% more with Copytron for similar products. IMPACT OF COST IN FINAL EVALUATION: The City has opted to give the following factors as much consideration as Cost ( 20% each ) . Cost Analisys 2 of 3 ** Copy Quality (See special section in this packet ) Ease of Operation (Please refer to the numerous reports included) ** User Maintenance (Please refer to attached reports) i ** Service (See our special section in this packet) I Everyone will agree that all of these factors are highly subjective. A fifteen member committee was charged with the responsibility of rating each factor but it should be noted that half or less attended the demonstration in our office. National ratings and scores of local references directly contradict the committee's findings. We feel that More Office Systems is being judged harshly on the basis of the current performance of 8 year old equipment and request that the City Council gives Cost a higher consideration than 20%, consistant with common purchasing practices_ COST OVER THREE YEARS: Several weeks ago the City was ready to award the copier bid to Copytron on the basis of cost . The City took the original equipment cost and added the cost of maintenance for a period of three years and a total copy volume of approximately six and half million copies. In those calculations the City neglected to include the cost of toner in the Copytron bid. It was under those conditions that the Copytron bid was lower for three years and six and a half million copies. With minutes to spare More Office Systems was able to demonstrate to the City that their Copytron study was inaccurate. When the cost of toner was included the final figures changed drastically. In the latest summary of costs the City has decided to change the estimated volume for the next three years. The current estimate shows approximatedly 4 million copies in three years ( compared to six and half million a few weeks ago when it was percieved that Copytron had a lower per copy cost for maintenance ) . ' '30 Cost Analisys 3 of 3 If the City had chosen to be consistent in the method of evaluating costs it would show that More Office Systems is approximately $18,000 less expensive than Copytron. Even with the lowered figure, the results show that costs remain in our favor for three years at about $12, 000. $11 ,500 or $18,000 More Office Systems has the best equipment for the lowest price. Research Test Reports show it, the sample copies clearly demonstrate it and our hundreds of satisfied users confirm it. MORE OFFICE SYSTEMS 11-5-90 9-3 / C O P Y Q U A L I T Y OVERVIEW: A fifteen ( 15 ) member committee was charged with the responsibility to judge the copy quality of the copiers proposed in the recent City bid. Of these members, only about half attended a demonstration of the proposed Canon copiers in our office and a great deal of time was spent answering questions regarding performance and service of the city' s current 8 year old Canon copiers. The Minolta copiers were given a 5 while the Canon copiers were judged a 2. Enclosed you will find ample evidence to support a great concern in the manner in which this point value was given. SAMPLE COPIES: More Office Systems approached, on 11-5-90, the offices of Cal Poly University ' s Purchasing Dept. for the purpose of getting true, unbiased copy samples on Minolta and Canon equipment . A difficult sample original was used (pencil on lined paper ) and 6 copies were made on Canon and Minolta copiers . All the copies were made without making any adjustments on the equipment: " just put it down on the glass and press the print button" The Minolta copier was one month old while the Canon copier was a one year old unit_. The results are enclosed and should speak volumes as to copy quality. Mr . Stoskopf , from the University, signed the back of one of the sets copied to verify the authenticity of this test . These signed copies are available for your inspection upon your request . ADDITIONAL PROOF AS OF CANON QUALITY: Enclosed you will also find the following awards : 9-.3� "Manufacturer Of The Year" .by NOMDA, the industry trade association . Literally thousands of office equipment dealers in strength. "Most Outstanding Copier Line" Buyers Laboratory. ( report included) . 'Copier Of The Year: Canon NP6650" Buyers Laboratory. (see enclosed report ) . Please note that the strengths listed are the very same ones that the City is interested in : Copy quality, ease of use etc. "Gold Medal Award: NP6650" Hanson 's Guidelines "#1 in placements, 1989" Dataquest Research a division of Dunn & Bradstreet. Please note that this makes it 8 years in a row for Canon as #1 in placements in the USA. "Outstanding Overall Performance" "Outstanding Copy Quality" NP6650 Datapro Research a division of McGraw-Hill Information Services MORE OFFICE SYSTEMS 11-5-90 Q 33 SERVICE OVERVIEW: Service was given, in the decision process, equal consideration as cost (208 each ) . It was understood that this area represented the vendor' s present and past ability to service similar installations. In the invitation to bid the City asked for references "having the same equipment proposed herein" . . REFERENCES CHECK: More Office Systems was given a score of 3 with the comment "poor to good-inconsistant" . Copytron was give a score of 4. We asked the City to explain to us how they arrived at these conclusions. We were told "by checking the references provided in the bid" . We would like to make the Council aware of the following discrepancies: DISCREPANCIES: A- CAL POLY AND COPYTRON: Our office checked with Mr. Ray Macias and his staff at Cal Poly' s Purchasing Office. He states that, to date they have not received a call from a City representative regarding Copytron or Minolta. You should also be aware that as of 7-19-90 (date of bid) the University had just begun the process of awarding a bid to Minolta for 23 units and over 20 still needed to be installed. In addition the University does not have, then or now, any Minolta 8600s, as the Copytron reference page crearly states. We feel that this alone should disqualify them from consideration since it is a misrepresentation of references. B- VANDENBERG AFB AND COPYTRON: Our office tried to reach the referenced phone # at the Base. It was answered by First American Title. After trying for an hour we were unable to reach or find the person listed in the reference sheet. C- COUNTY OF SANTA BARBARA AND COPYTRON: For obvious reasons this reference will not give an adequate picture as to the quality of service in San Luis Obispo. 9s� D- MORE OFFICE SYSTEMS AND THEIR REFERENCES: More Office Systems has a large number of units at the University (approximatedly 80 total ) . Some of these are owned by the University, some by the departments, some leased etc. We offered them as a reference and stated that we have had a business relationship since 1983. We have several Canon NP6650 and NP4835 units at the University, all of them working flawlesly. On 11-2-90 we were informed by the University that they did not recall any recent inquiry from the City regarding references but were told: "rest assured that if we were called we would have given you a glowing recommendation". (Randy Stoskopf/Purchasing #756-2231 ) With regards to our other references we were told by the County of San Luis Obispo (Kathy Salazar) that they have not received any calls from the city regarding our company. With San Luis Obispo Coastal School District (Anthony Bridges ) we were informed that he has recently moved to Fresno, therefore we do not know if he received a call or not. CONCLUSIONS: Based on the above information it is clear that the Service rating for More Office Systems should be re-evaluated. Presently, More Office Systems is the largest copier distributor in the Central Coast with a local Service Dept staffed by 17 full time technitians, compared to 3 presently employed by Copytron in San Luis Obispo (refer to Copytron ' s "Copier Performance and Service Proposal" ) . In addition Copytron has included equipment in their references that the users do not have. We again ask that they be disqualified on these basis. MORE OFFICE SYSTEMS 11-5-90 9-.3-5 iiOiiil i i rLDY0 I U-4iii I I arm I 111 .. _A ELECTRONIC OFFlCE EQUIPMENT DATE- February ATEFebruary 4, 1991 AGENDAt•rDWS L�jCp r, 1 TO: San Luis Obispo City Council L[L�'_�� ��� PT�EY ❑ iIIV.DW, FROM: More Office Systems R, ��K �utT1IIDgL RE: Copier Contract/ February 5, 1991 Age ® It r �. We are concerned that amidst all co - the pages of data which have been generated regarding the copier contract, the basic principles may have been overshadowed. Please consider the following: More Office Systems/ Canon copiers should be the awardee because: 1. USER ACCEPTANCE Of the 27 respondents to the user acceptance questionaire 72%, on average, preferred or were willing to accept the Canon product. (See Attachment A and B) 2. LOW BIDDER Canon is the low bidder by 26% representing a savings to the City of $11,431.00. Canon had the lowest per copy cost. (See Exhibit C) 3_ MEETS ALL EQUIPMENT RFP SPECIFICATIONS - Also, Canon meets the automated on-line stapling specification requirement not met by Minolta. 4_ QUALITY EQUIPMENT Canon copiers are universally recognized as high quality, state of the art machines with a history of excellence. RECEIVED FFR 4 1991 Authorized dealer for: 4ff CIE sa PK BW Mail: Post Office Drawer 5110, San Luis Obispo, California 93403 qAN LU15SPO, A Santa Maria, Phone: (805) 922-0407 Panasonic San Luis Obispo, Phone: (805) 544-3038 5. RELIABLE LOCAL SERVICE More Office Systems is locally owned and managed with a staff of factory trained technicians. The company has served the area since 1971 and has been based in San Luis Obispo since 1983 . Mr. Statler makes the point that because we are low bidder there is a very heavy burden of proof necessary to justify buying more expensive machines . The City' s 35 page Council report does not offer that needed proof. The survey form circulated by staff shows that Canon ' s product acceptance is overwhelming among the 27 that participated. Mr. Statler' s logic in evaluating user responses seems to be flawed. The subjective factors used by staff to reach the conclusion to recommend Minolta represent the opinion of the minority. If both products cost the same amount of money, then it would seem appropiate to rely on subjective factors. To do otherwise (with a 26% cost difference) is simply not sound business . One wonders if the purchasing agent for motor vehicles followed this procedure, would all City cars be Cadillacs? As keeper of the City's tax dollars your duty is to obtain the best overall value for cost. Buying Minolta ' s will cost $54, 965.00. Buying Canon's will cost $43, 534.00. The difference is $11 ,431.00 savings today. Canon 's per copy cost is also lower. Not only would you have excellent machines, but you would also have the on-line stapling feature which Mr. Statler states "may have been under-valued, " and which was a requirement in the original proposal . In addition there are several errors made by staff in the description of the Canon features as they appear in the Survey Form (Please see Exhibit D) . In one case staff states that the paper capacity on the Canon is not large enough while in reality Minolta' s is even smaller. A last point which truly galls! For many years we kept the City' s antiquated copiers running. Many employees suffered fustration with the machines because of the number of breakdowns and the constant repairs necessary. But we kept them running ! Ironically, we are now penalized for those years of service. As Council members you are charged with spending taxpayer 's money in the best interest of the City. We believe that awarding this contract to a local business at a lesser price for very high quality equipment is clearly in the overall best interest of the City of San Luis Obispo. ESHIBIT 'A USER PREFERENCE: In his report Mr. Statler has made the determining factor for his recommendation of copier purchase Best Value For Cost based on user preference and acceptance. An examination of his questionaire (see Report page 9-7 ) , biased against the Canon product as it may be, indicates overwhelming preference or acceptance of Canon. Of the 27 respondees, on the average, 28% "did not like Canon" and 72% either "liked" or were willing to accept the Canon product. Here is a recap of his questionaire: Don' t like Likes Canon Total Canon copiers copiers or have no clear preference Recirculating Feeder 10 17 27 Control Panel 9 18 27 Clearing Paper jams 11 16 27 Bypass Capacity 8 19 27 Duplexing 8 19 27 Paper Capacity 9 19 27 Toner Replacement 10 18 27 Automatic Stapling 1 26 27 Service 3 24 27 More Office Systems 2-4-91 CORRECT WAY TO INTERPRET SURVEY EXHIBIT B. Staff reached its conclusions based on ( 27) responses. Since the form was designed to show a preference (Minolta or Canon) on a number of issues it is elementary that when you add Canon's votes and Minolta's votes on each item the total should be 27 each, but it does not, why? The reason is that staff has not properly accounted for those that did not show a preference on each item. We do not think that anyone will argue that those should be counted on the side of Canon. We have re-arrenged staff's survey-form so that the Minolta, Canon and those that showed no preference appear grouped together (per item) . It is obvious that Canon is by far the winner_ • The recirculating original feeder is mdusing,noisy.distracting O :am,.up all the time.and scrambles my origyaal1 ■ The recirculating fereder is really day. __Zj-'O tabAt Z1 ■ 'The control panel is really hard to rcad.madont..4 and program. 9 ■ The comaspae s casirr,to read and propane than 4 }1 hough• nb -total no-preference stated, ■ Clearing paper jams e.bummer:the'dam,hctr deep N the Mhooha oadd be much better. e Clearing Pala"lams isn't saris•big&at ■ and there aren't.cry many jam,anyay. .. to y 27 • Haring a tingle sheai byp—capacity is rally time,ensma og and mcfR .. .: r n as Bypan capacity isn't really a problem. 9 + S • o L-gal a-r ■ The duplexing opacity is too small:I keep having to run addlional jobs 8 ■ Dopl"capacity is fine • The paper draws or their capacity a too am>U. / • Paper drasren and capacity arc okay. y. , `� ) 7 every single item shows an overwhelming advantadge • Replacing toner is really awkward and messy. /o for Canon. These items, f e ■ Replacing lMerisn't ubad. 1 I 2_ 4 example, show an 18 vs 9 a a 26 vs 1 Canon advantadge • It may be•great idry bw the amcm.tir stapling jus docan't work. • Amornsie sapl:rg is per. LOW I I 7 ye_O X7 as Service from More Office Systems continues to be a problem. 5--lo✓ ' Sev:m baa been prcuy good(bnt uhcn.gun,they knew O h had to be so what do"than prone?) LOU EXHIBIT C TRUE COST DIFFERENCE: Canon $43, 534.00 Minolta (54, 965 .00) $11,431.00 TRUE % DIFFERENCE: 11 ,431 = 26.25% 43, 534 r ' �o g• n ^ N °' r on n o f 3, n n G 65 c s �' o m• �i °� u o' c o• moo a 6• s e ^ 0 5• to w B °' o or `o• �' n'S• c u C '" ccp n sr aq g 3 E _ G' a G• G. a = w o ^ wO '< : n L•J- r S'O OO ^• G• O• (� f'11 N N L n N d ^ G N G' �+ e ^ '^ r" y n O r o 13. 1 0 v q�q47 s n r 52 m ,c g N ^r °e w ^ c M ^ �pg 9, Q +� i o, d °, o n v t`ilzi - G o G n 9 m G n a ° 8 m ^ ^ d o' ww �•a O u m �• n n� ? v 8 d n 6..w W-o In o� 8 G 0. l = Q k c u c � SU S S n gQ ^ �► 3.� I� IN 1(4 I I'A NO I� I\ I`fl to 3 o R s B �••� O O O O O O O O fD C] y c S ? w B T ["] o Y �'. S �+O o b w •--• +•9 o w +O MI .-9 E R R F-. p o '4 E r••- y C N G O p' w n p O tG A w n+ D• R .T O' d o � �, tC � � p G p [D f° f9 N w w O R m 0 +O O ••� +D N N y $ O y -+O tD y "^T B O- d � f] k Q 9 � G �• 6 d w w n n fD � O T O R w C7 O O (p n+ �p w O +T O O R y 6 w T w �p F•- �] o R r• q y p (D Q T fD p fD fD y O T n Q n.. w fD +--• r- �O T w +"w +•C 6 `-• p d R p y T fU A "^ T T A n +-i +O O p tD Y. � � rt p n A •T M ry - p C"] O +"' G R O• fn w p R O' d w Z w E3 y ® p ® w � � 4l F 41 y � .T � T+C +Y b VJ •O O fG O +•' R n) w p R b +"� � O A fD +-• i M ID V+ �••' T O rp �. y w b +•-• fD G T N O rte,, m� n B r +'y y C MI r. FT y T d B y < �^ n v �• D• fC P Y, r fD .,.. 03 p O O w rT O w n r-• N r. d h-• y n R r T R R O T O d y O n. T R d w l•J O T1 ("f �.q ^ r. A ® p T +--. w y ID +••' O y ."• n O- R p +-S +nC r X /^'�I O •j �--• G ID � R O O y y b B n O ,.,g •O +O p w n d r-n� y r- p 0 r-. w fC G E a0 y O 0 0, 3 0 •O'w N N +-1 y n R tD G R M N B +O +••' T O d O n f^ G lD M y O w a (p fD .:J• Q N y y '..'. fD R �. fD O p' n y w n R y p' �..� N fC T A p fO r0'F w n w w +� ,-d y y "J �„' y C] sP y O p ID !] w w T O y +..r � � � w N �'� `. O' ny.. p fM E p' d OB � y// _ fD � ti R fD P• � w r w � MJ � y � � T k! w Q p fD p T y nn-- _-C^ � +"1 +-•• -\ IC n... d B rvY..- O, G• `n' F. w e•f O R w �' ® n y fD T+O t� T R r.' fD w d /A/! Ar � fD w w y � G w y � � fo p' tv n.'. � C O• d.Q R p .p .O t R O �. n r. rt \m y f0 +••• d y d t0•E y m O O M G ^••• T O '•G y 'w0 T r-n n n. M w ' O p n O O d d O NM n O �•C Q M w n 6 n m !] T O d y //�/�� G n r p n+ w 9 - m =r`G w •-n T O y d y w n `� y o B 0 0 V J G O +..f rt y O y p tD y y fD Q n• +O T w w d w .'-t B R T y � +•C y :� T d rp-r r-._ n ID O O b y B O ^ w +ws � tel! Tm W w fC M a T y T T N C"1 w M �• � � -'O R O+ D• .Rf r T 0 �^ C +-• r O N n � r A p T w T p w m w cJ+ w- 4 T p O �. r .n- O p p' T y N Op Ma n uC K 0m w 9 O B Y '^ n,•. Q y O y H � py p R p R '^ � O P y lw'f a O• C Q O' O O H •G � tC ^ O O [D T O w O '^ •O D a (D w C T A +0 f^ fD .V d •O (^ w .� O PT 1 ID T T b O O „T„ -o w w 7 tC R w �• � f=D .0.++ r B O Cl n w +i 6 n T N N +"� 1p N p• y p IT y p C O m rt G rt p' O O O �' N �p n] N y �..� d ►'• R O p n p n T fO p •-C O r T A iD O y (] w 'O n T+^Y p fD p y ('] G. C. -w Q `+- T R Ml •' w 1'9+-O T �. Q Q 0 w .-- (p T (^ +-C o w m O .++ �• y 0 0 rt �^ w m rt 0 N O p O' p n +-G Ml y �--•• fD O ID f0 p p O• O p n � G p