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.