Loading...
HomeMy WebLinkAboutR-00-0530J-00-560 6/12/00 RESOLUTION NO. Q6,- X30 A RESOLUTION OF THE MIAMI CITY COMMISSION, BY A FOUR FIFTHS (4/5T11) AFFIRMATIVE VOTE, AFTER A DULY ADVERTISED PUBLIC HEARING, WAIVING THE REQUIREMENTS FOR COMPETITIVE SEALED BIDS, RATIFYING, APPROVING AND CONFIRMING THE CITY MANAGER'S FINDING THAT COMPETITIVE BIDDING PROCEDURES WOULD NOT BE PRACTICABLE OR ADVANTAGEOUS, AND APPROVING THE ACQUISITION OF SMARTPATH LIGHTGATE SERVICE TO UPGRADE THE E-911 SYSTEM AT THE POLICE DEPARTMENT AND THE BACKUP SITE AT THE FIRE COLLEGE FROM BELLSOUTH TELECOMMUNICATIONS, INC., FOR A TWENTY-FOUR (24) MONTH PERIOD AT AN ANNUAL COST OF '$14,652; ALLOCATING FUNDS THEREFOR FROM THE E-911 OPERATING BUDGET, ACCOUNT CODE NO. 196002.290460.6.510; AUTHORIZING THE CITY MANAGER TO EXECUTE AN .AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, FOR THIS PURPOSE. WHEREAS, the Department of Police needs to upgrade the Emergency 911 system, the universal emergency number for wireless and wireline telephones; and WHEREAS, Resolution No. 95-279, adopted April 27, 1995, waived competitive sealed bids and approved the acquisition of fiber optic cable and SmartPath Lightgate Service from BellSouth Telecommunications, Inc., the sole source provider, to upgrade the E-911 system at the main site at the Police Headquarters Building and backup site at the Miami Fire College; and CITY MMURPON, KRAWN44 Cr J U N 2 9 2000 WHEREAS, Resolution No. 98-144, adopted February 10, 1998, waived competitive sealed bids and approved the continued use of SmartPath Lightgate Service from BellSouth Telecommunications, Inc.; and WHEREAS, it is not practicable nor advantageous for the City of Miami to discontinue the use of this service from BellSouth Telecommunications, Inc.; and WHEREAS, the City Manager and the Chief Procurement Officer recommend that the requirements for competitive bid procedures be waived and the procurement of SmartPath Lightgate Service from BellSouth Telecommunications, Inc., be approved; and WHEREAS, funds are available from the E-911 Operating Budget, Account Code No. 196002.290460.6.510 NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution' are hereby adopted by reference Page 2 of 4 U U thereto and incorporated herein as if fully set forth in this Section. Section 2. By a four-fifths (4/5t''s) affirmative vote of the members of the City Commission, after a duly advertised public hearing, waiving the requirements for competitive sealed bids, and the City Manager's finding that competitive bidding procedures would not be practicable or advantageous, are hereby ratified, approved, and confirmed, and the acquisition of SmartPath Lightgate service for the Police Department's E-911 System from BellSouth Telecommunications, Inc., for a twenty-four (24) month period, at an annual cost of $14,652, is hereby approved; with funds therefore hereby allocated from the E-911 Operating Budget, Account Code No. 196002.290460.6.510. Section 3. The City Manager is hereby authorized" to execute an agreement, in a form acceptable to the City Attorney, with BellSouth Telecommunications, Inc., for this service. �i The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. Page 3 of 4 11 • Section 4. This Resolution shall become effective immediately upon its adoption and signature of the Mayor./ PASSED AND ADOPTED this 29th day of June , 2000. JOE CAROLLO, MAYOR tin accordance with Miami Cod'S Bey. 2.36, since the Mayor did not indicate approval of fts legislation by signing it in the designated pi ,cq nrol!ic'led. Said legislation now domes effective with the Elapse of ten (10) &� yy - 'rrt {Tommi to action ding same, without the Mayor e rcising vt-o ATTEST :"""' . �Ualt�r m ,City Qterk . WALTER J. FOEMAN CITY CLERK APPROV 4ATX ZMAND,4CORRECTNESS: r R(TVIL TORNEY 4496:RCL If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 4 of 4 0 TO FROM ® G CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM The Honorable Mayor and Members of the City Commission DATE: SUBJECT: Car REFERENCES City anager ENCLOSURES: RECOMMENDATION JUN 1 4 20 FILE Resolution Authorizing the Waiving of Sealed Bids and the Acquisition of SmartPath : Lightgate Service It is respectfully recommended that the City Commission adopt the attached Resolution, by a four/fifths (4/5`h) affirmative vote of the members of the City Commission, after a duly advertised public hearing, ratifying, approving, and confirming the City Manager's request for waiving the requirements for competitive sealed bids and authorizing the provision of SmartPath Lightgate Service, from BellSouth Telecommunications, Inc., in an annual amount not to exceed $14,652.00, for the Police Department. Funding will be provided from the E-911 Operating Budget, Account Code 196002.290460.6.510. BACKGROUND On April 27`h, 1995, the City Commission adopted Resolution 95-279, accepting the proposal of Southern Bell (now BellSouth) for the acquisition of Fiber Optic, Cable and SmartPath Lightgate Service for upgrading the City's E-911 System. BellSouth was selected at that time, because it was the sole source 'provider of the equipment and service. On February 10', 1998, the City Commission adopted Resolution 98-144, authorizing the waiver of competitive sealed bids and authorized continued SmartPath Lightgate Service from BellSouth Telecommunications, Inc. This system services the E-911 Communications Center at the Police Department Headquarters Building and backup site at the Miami Fire College. It is, therefore, practicable and advantageous for the City of Miami, at this time, to continue receiving this service from BellSouth Telecommunications, Inc. This request is to provide for continued service at both locations. ,� I I CG C/JLM/lr CITY OF MIAMI, FLORIDA ' INTER -OFFICE MEMORANDUM At � 2 TO . Carlos GlmeneZ DATE: MAY 17 2000 City Manager FILE FROM I(Raul M in, -Chief of Police SUBJECT: Request for Waiver of Competitive Sealed Bids; SmartPath Lightgate Service from BellSouth REFERENCES Telecommunications, Inc. ENCLOSURES: The Police Department has verified that funds are available with the Department of Management & Budget, for the provision SmartPath Lightgate Service, from BellSouth Telecommunications, Inc., in an annual amount of $14,652. Funding will be provided from the E-911 Operating Budget, Account Code No. 196002.290460.6.510. BUDGETARY REVIEW AND APPROVAL: — a- �l�iaD Luie L. Brennan Interim Director Department of Management & Budget 411 LM/ir OW In a r: I qd 00 z- )30 YO. 6.5110 V~ bit. MINA 3 n Carlos Gimenez TO City Manager aul linez FROM: Chief of Police f n CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM DATE: MAY 17 2000 FILE: SUBJECT: Request for Waiver of Competitive Bids for SmartPath Lightgate Service from BellSouth REFERENCES Telecommunications, Inc. ENCLOSURES: The Police Department received City Commission approval (Resolution No. 95-279) on April 27"', 1995, waiving competitive sealed bids and approved the acquisition of Fiber Optic Cable and SmartPath Lightgate Service from BellSouth Telecommunications, Inc., for upgrading the E-911 System and backup site at the Miami Fire College. BellSouth was selected at that time, because it was the sole source provider of the equipment and service. On February 10", 1998, the City Commission approved (Resolution 98-144), the waiver of competitive sealed bids and authorized continued SmartPath Lightgate Service from BellSouth Telecommunications. The contract for the provision of SmartPath Lightgate Service was for a twenty-five month period, which will expire on May 14", 2000. The department is requesting approval to again waive competitive sealed bids and renew this contract for twenty-four (24) months, at an annual cost of $14,652, for continued service at both locations. The basis for this waiver is that BellSouth furnished, installed and currently provides maintenance on our SmartPath Lightgate Service. It is, therefore, practicable and advantageous for the City of Miami, at this time, to continue receiving this service from BellSouth Telecommunications, Inc. It is respectfully recommended that this proposal be presented to the members of the City Commission to adopt by four-fifths (4/5ths) affirmative vote, after a duly advertised public hearing, ratifying, approving and confirming the City Manager's waiving the requirements for competitive sealed bids and authorizing the acquisition of SmartPath Lightgate from BellSouth Telecommunications, Inc., at a proposed annual cost not to exceed $14,652. Funds are hereby allocated from the E-911 Operating Budget, Account Code No. 196002.290460.6.510. APPROVE UU- 0 15: 53 MHR 23, eMU ip3y`Jti ( SOTH March 23, 2000 City of Miami Police Dept. Sgt. Bill Bishop 400 NW god St Miami, Fla. 33128 Sgt. Bishop, Thank you for your questions concerning BellSouth's SMARTPath* Service. I believe the information contained here will provide the answers you need. First, here is a description of the service itself: ■ SMARTPath* service is a shared high capacity network service capable of providing a 1.544 Mbps transport link with high performance and reliability parameters and a level of redundancy/diversity designed to limit a single event from interrupting service. ■ The service is available only in those locations within specified SMARTPath* service areas which the Company determines can be incorporated into the SMARTPath* service network. ■ All SMARTPath* service areas are identified in the NATIONAL EXCHANGE CARRIER TARIFF (NECA) F.C.C. No. 4. Second, SMARTPath* service has specific performance objectives and service guarantees: • Meet or exceed 99.99 percent Circuit Availability on a monthly basis ■ Meet or exceed 99.95 percent Error Free Seconds on a monthly basis ■ Meet or exceed .009 percent Severely Errored Seconds on a monthly basis ■ Service Continuity — in the event of a primary facility failure, service is guaranteed to switch to an alternate facility path in sixty seconds or less. Failure to meet this guarantee will result in a credit as described in the PRIVATE LINE SERVICE TARIFF (137.5.2.E.2) when the trouble is in the network on public right-of-way. Last, BellSouth is the only Facilities Based Service Provider capable of providing SMARTPath* service to the City of Miami Police Department. Respectfully yours, Evelyn Wulff Senior Account Executive BellSouth Business, Inc. * Service Mark of BellSouth Corporation U C LETTER OF ELECTION The undersigned Subscriber requests BellSouth Telecommunications, Inc.("Company") to provide SMARTPathsm service ( "SP") at the Grande central office and /or Subscriber's location(s) at 400 NW 2nd Avenue Miami 1. The Company will furnish, install, maintain and provide maintenance of channel services for SP service in accordance with the Company's lawfully filed tariffs. The tariffs provide the basis for this Agreement with the Subscriber. The Agreement period shall begin the day SP service is installed. 2. The Subscriber agrees to pay Company for the provisioning of SP service. SP service shall be offered under two variable term payment plans: Plan A, 24 to 48 months, and Plan B, 49 to 72 months. This monthly rate will continue for the elected service period and will not be subject to Company initiated increase during such period. Any rate decreases, however, will flow through to the Subscriber. 3. Recognition of previous service will be given to the Subscriber who renews an existing contract arrangement, for the same or larger systems) and all associated rate elements at the same location(s), provided that the length of the new contract arrangement is a minimum 24 month service period or equals/exceeds the remaining service period of the original contract arrangement, whichever is greater. 4. Recognition of previous service will be given to the month-to-month Subscriber with a service date of January 1, 1994 or later who converts to a contract arrangement, provided the minimum service period has been met. For the Subscriber whose service date is January 1, 1994 or earlier, recognition will be given for the previous service back to January 1, 1994. For the Subscriber whose service date is later than January 1, 1994, recognition for the previous service will be given back to the actual service date. 5. The service period for this Agreement shall be 49 months. This Agreement period includes 25 months for recognition of previous service. The recurring and non-recurring charges for items covered under this Agreement are: Description USOC QTY Non- Recurring Recurring SMARTPathSM Area Connection SP1AC 3 $0.00 $705.00 SMARTPath sM Area Junction, Serving Wire Center SP1SW 3 $0.00 $75.00 Channelization, 72 Channel Capacity I 1 1$0.00 $441.00 Signature Date Printed Name Title sm Registered Service Mark of BellSouth Corporation Page 1 �U 6. In the event that any item of the service is terminated prior to the expiration. of the service period, the Subscriber shall pay a Termination Liability Charge as specified in the tariff. Moves of service, upgrades to a higher level of service, and changes in jurisdiction that meet all criteria as stated in B2.4 of the Private Line service Tariff shall not be subject to Termination Liability charges. 7. Suspension of service is not permitted for SMARTPath.sM 8. In the event the service requested by the Subscriber is canceled .prior. to the. establishment of service, but after the date of ordering reflected herein, the Subscriber is required to reimburse the Company for, all expenses incurred. in handling the request before the notice of cancellation is received. Such charge, however, 'is not to exceed the sum of all charges which would apply if the work involved in complying with the request had been completed. This Agreement is effective when executed by the Subscriber and accepted by the Company, and is subject to and controlled by the provisions of the Company's lawfully filed tariffs, including any changes therein as may be made from time to time. Customer Name : City of Miami Signature : Date Printed Name: Title BELLSOUTH TELECOMMUNICATIONS, INC Signature : Date : Printed Name : Title : Page 2 . , 2000 y SMARTPath Service ltone City of Miami Police Recast of Service USOC QTY DESCRIPTION SMARTPath Area Connection SP1AC 1 1.544 -First install SP1AC 2 1.544 -Each Additional SMARTPath Area Junction -Per Service Wire Center Connection SPI SW 1 1.544 -First install SP1SW 21.544 -Each Additional CHANN ELIZATION-Central Office VUM24 1 24 CHANNELS VUM48 1 48 CHANNELS TOTAL CHARGES INSTALLATION MONTHLY " 36 mo (24-48) 60 mo (49-72) UNIT TOTAL UNIT UNIT UNIT TOTAL TOTAL TOTAL INSTALL INSTALL MONTHLY 24/48 49/72 MONTHLY 24/48 49/72 $430.00 $430.00 $365.00 $245.00 $235.00 $365.00 $245.00 $235.00 $140.00 $280.00 $365.00 $245.00 $235.00 $730.00 $490.00 $470.00 $430.00 $430.00 $55.00 $35.00 $25.00 $55.00 $35.00 $25.00 $140.00 $280.00 $55.00 $35.00 $25.00 $110.00 $70.00 $50.00 $225.00 $225.00 $210.00 $189.00 $171.00 $210.00 $189.00 $171.00 $270.00 $270.00 $340.00 $280.00 $270.00 $340.00 $280.00 $270.00 N/A $1,810.00 $1,309.00 $1,221.00 " HUNTING APPLIES TO INWARD & TWO WAY NARS "MINIMUM 24 MO CONTRACT ON CHANNELIZED SERVICE MONTHLY RATES AVAILABLE AFTER FIRST CONTRACT TERM ""CPE not included in pricing (I.E. CSU,CHANNEL BANK,etc) First and Additional install charges apply when identical services are installed at the same time J-96-14 1/26/98 �EL: Jun 01'00 ® 0 RESOLUTION NO. 918— 14 4 14:56 No . 013 P.02 A RESOLUTION, WITH ATTACHMENT, BY A FOUR-FIFTHS 1;4/5THSI AFFIRMATIVE VOTE OF THE MEMBERS OF THE CITY COMMISSION, AFTER A DULY ADVERTISED PUBLIC HEARING, THE CITY COMMISSION RATIFIES, APPROVES AND CONFIRMS THE CITY MANAGER'S DETERMINATION THAT. COMPETITIVE SEALED BIDDING PROCEDURES ARE NOT PRACTICABLE OR ADVANTAGEOUS, WAIVING THE REQUIREMENTS FOR SAID PROCEDURES, AND APPROVES THE ACQUISITION OF SMARTPATH LIGHTGATE SERVICE FOR THE POLICE DEPARTMENT'S E911 SYSTEMS FROM BELLSOUITH TELECOMMUNICATIONS, INC. FOR A TWENTY-FIVE 5251 MONTH PERIOD AT AN ANNUAL COST OF $14,652.00; ALLOCATING FUNDS THEREFOR FROM THE E911 OPERATING BUDGET, ACCOUNT NO. 196002.290460.6.510; AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM, WITH BELLSOUTH FOR THIS SERVICE AND TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR SAME, WHEREAS, in 1955, the Police Department upgraded its E911 System at its main site in the Police Department Headquarters Building, and the backup site at the Miami Fire College; and WHEREAS, at that time BellSouth Telecommunications was deemed to be the sole source for the acquisition of fiber optic cable and SmortPath Lightgate service; and WHEREAS, at this time, it is practicable and advantageous for the City of Miami to continue this service from BellSouth Telecommunications, Inc.; and ATTACHMENT (S) CONTAINED nM=m FEB 1 0 '996 a... rsa, TEL: Jun 01'00 14:57 No.013 F.03 WHEREAS, these circuits provide telephone service for the two E911 emergency sites; and WHEREAS, the City Manager and the Chief Procurement Officer recommend that the requirement for competitive sealed bids be waived and the procurement of SmartPath Lightgate service from BellSouth Telecommunications, Inc., be approved;. NOW, THEREFORE, BEAT IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. By' s four-fifths (415ths) affirmative vote of the members of the City Commission, after a duly advertised public hearing, the City Commission ratifies, .approves and confirms the City Manager's determination that competitive sealed bidding procedures are not practicable or advantageous, waiving the 'requirements for said procedures. and approves the acquisition of SmartPath Lightgate: service for the Police -Department's E911 systems. -from BellSouth Telecommunications, Inc. for a twenty-five 125) month period at . an annual cost of $14,652.00, with funds therefor hereby allocated from the- E91 i Operating Budget, Account No. 196002.290460.6.510. Section 3. The City Manager is hereby authorized to execute on agreement, in substantially the attached form, with BellSouth Telecommunications, Inc., for this service and to instruct the Chief Procurement Officer to issue a purchase order for same. Section 4. This Resolution shell become effective immediately upon adoption. 2 J U 6 U. TEL- Jun 01'00 14:57 No.013 P.04 PASSED AND ADOPTED this 10th dsy ofF`ebruaary 1995. AVIER S AREZ, MAYOR PREPARED AND APPROVED BY: OLG AM EZ•SEI IhS ASSTS ANT CITY A OR Y APPROVED AS TO FORM AND CORRECTNESS:`,' W213O:CSK:ORS 00"- 1630 TO: Walter J. Foeman City Clerk FROM: Major Jorge L. Manresa Commander Business Management Section CITY OF MIAMI FLORIDA INTER -OFFICE MEMORANDUM DATE: SUBJECT: Request to Publish Notice for Public Hearing REFERENCES: SmartPath Llghtgate Services from BellSouth ENCLOSURES: Telecommunications, Inc. FILE: LEG 7-2 Please make arrangements to publish a Notice of Public Hearing for objections to the waiving of the requirements for formal sealed bids for the acquisition of SmartPath Lightgate Services from BellSouth Telecommunications, Inc. Attached is the advertisement. The date and time of this public hearing will be , at APPROVED nso Agenda Coordinator JLM:lr Attachment '5F,3 6 a.m. CITY OF MIAMI NOTICE TO THE PUBLIC A public hearing will be held by the City Commission of the City of Miami, Florida on a ooc) , at 17, 3 U a.m in the City Commission Chambers at City Hall, 00 Pan American Drive, Miami, Florida, for the purpose of waiving the requirements of obtaining sealed bids for the acquisition of SmartPath Lightgate Services from BellSouth Telecommunications, Inc., in an annual amount not to exceed $14,652. Inquiries from other potential sources of such a package who feel that they might be able to satisfy the City's requirements for this item may contact Pamela Burns, Sr. Procurement Contracts Officer, Department of Purchasing at (305) 416-1905.