HomeMy WebLinkAboutR-99-0558J-99-607
7/20/99
RESOLUTION NO. 9 9 — 558
A RESOLUTION OF THE MIAMI CITY COMMISSION
AUTHORIZING AN INCREASE IN THE CONTRACT IN AN
AMOUNT NOT TO EXCEED $200,000, WITH MIAMI
BUSINESS TELEPHONE, QUALITY WIRING, INC., AND
FLORIDA INTRANET GROUP, FROM $200,000 TO A
TOTAL ANNUAL AMOUNT OF $400,000, FOR
TELECOMMUNICATIONS WIRING, UNDER BID
NO. 96-97-109, FOR THE DEPARTMENT OF
INFORMATION TECHNOLOGY ON AN AS -NEEDED
CONTRACT BASIS FOR VARIOUS USER DEPARTMENTS;
ALLOCATING FUNDS THEREFOR FROM THE OPERATING
BUDGETS OF USER DEPARTMENTS AND REQUIRED
BUDGETARY APPROVAL PRIOR TO USAGE.
WHEREAS, pursuant to Resolution No. 98-14, adopted
January 13, 1998, the City -Commission approved the provision of
telecommunications wiring, on an as -needed basis, for various
departments from Miami Business Telephone, Quality Wiring, Inc.,
and Florida Intranet Group, pursuant to Bid No. 96-97-109; and,
WHEREAS, the annual bid amount approved was based upon the
anticipated telecommunications wiring projects to be performed
during the term of the contract; and
WHEREAS, there has been a significant increase in the
J 1.D.1., 2 7 1999
Resolution No.
99-55�
requirements for telecommunications wiring among various user
departments; and
WHEREAS, funds will be allocated from the operating budgets
of the various user departments, subject to the required
budgetary approval prior to usage; and
WHEREAS, the City Manager and the Director of Information
Technology recommend that an increase in an amount not to exceed
$200,000, with Miami Business Telephone, Quality Wiring, Inc
and Florida Intranet Group, be approved.
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
thereto and incorporated herein as if fully set forth in this
Section.
Section 2. An increase in the contract, in an amount not
to exceed $200,000, with Miami Business Telephone, Quality
Wiring, Inc., and Florida Intranet Group, from $200,000 to a
total annual amount of $400,000, for telecommunications wiring,
under Bid No. 96-97-109, for the Department of Information
Technology on an as -needed contract basis for various city
departments, is hereby authorized, with funds therefor hereby
from the operating budgets of the various user departments and
- 2 -
99- 558
requiring the budgetary approval of funds to utilized these
services from individual departmental accounts prior to usage.
Section 3. This Resolution shall become effective
immediately upon its adoption and adoption by the Mayor'/.
PASSED AND ADOPTED this 27th day of July 1999.
i
JOE CAROLLO, MAYOR
In, accordance with Miami Code Sec. 2-36, since the Mayor did not indicate apprc,))d of
fts legislation by signing it in the designated plan, provided, sai_,i iegsiutior,iEluri
batmmseffective with the elapse of ten (10) days t to of Comm' n action,
r same, without the Mayor ey6rciVngja
ATTEST:
'FoenyAn, City Clerk
WALTER J. FOEMAN
CITY CLERK
14,
APPROVE AS /F3 AND CORRECTNESS : tL'
,KLANDRO VILARELLO
C Y ATTORNEY
W3598:RCL
�i 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.
- 3 -
TO
FROM
32 t CITY OF MIAMI, FLORIDA •
INTER -OFFICE MEMORANDUM
The Honorable Mayor and DATE: JUL
1 `L 1 99 FILE
Members of the City Commission
SUBJECT: Resolution Authorizing
an Increase in the
--s Contract for Tele-
ld H. Warshaw REFERENCES : communications Wiring
City Manager ENCLOSURES:
RECOMMENDATION:
It is respectfully recommended that the City Commission adopt the attached Resolution
authorizing an increase, in an amount not to exceed $400,000 annually, in the contract
with Miami Business Telephone, Quality Wiring, Inc., and Florida Intranet Group,
approved pursuant to Resolution No. 98-14, for the provision of telecommunications
wiring services for Information Technology on an as needed basis for various city
departments; allocating funds from the operating budgets of the various user departments
and requiring the budgetary approval of funds to utilize these services from individual
departmental accounts prior to usage.
BACKGROUND:
Pursuant to Resolution No. 98-14, adopted January 13, 1998, the City Commission
accepted the bid of Miami Business Telephone, Quality Wiring, Inc., and Florida Intranet
Group, for the provision of telecommunications wiring services, for various City
departments, on an as needed basis, for the term of one (1) year with the option to extend
for two (2) additional one (1) year periods. The original annual amount approved for this
bid was based upon telecommunications wiring projects anticipated to be performed
during the term of the contract. However, since that time, there has been a significant
increase in the requirements for telecommunications wiring among various user
departments, particularly the Miami Police Department, the Miami Fire Department, and
the General Services Administration.
DHWBWH/AGS/ecb
99-:558
AMENDED
BID NO. 96-97-109/2001 OTR YEARS: FIRST RENEWAL
NAME OF BID: TELECOMMUNICATIONS WIRING SERVICES
CONTRACT PERIOD: FEBRUARY 13, 1999 THROUGH FEBRUARY 12, 2000
ORIG CONTRACT PERIOD: FEBRUARY 13, 1998 THROUGH FEBRUARY 12, 1999
COMMODITY CODE: 939-72
TERM OF CONTRACT: ONE YEAR OTR FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS
METHOD OF AWARD: LOWEST FIXED PRICE
SECTION #1
VENDOR NAME
STREET:
CITY/STATE/ZIP:
CONTACT:
PHONE #:
FAX #:
TERMS:
DELIVERY:
ITEMS AWARDED:
VENDORS AWARDED
MIAMI BUSINESS TELEPHONE
7178-B SW 47 ST.
MIAMI, FL 33155
MARILYN FERRERA
(305) 669-6164
(305) 669-5422
NET 30
3 CALENDAR DAYS
PRIMARY VENDOR
QUALITY WIRING INC
10300 SUNSET DR, STE 414
MIAMI, FL 33173
DENNIS G. DANDRINOS
(305) 595-5691
(305) 595-0558
N/A
N/A
SECONDARY VENDOR -
FL INTRANET GROUP
12350 SW 132 CT, #1 14
MIAMI, FL 33186
ROGER DOMINGUEZ
(305) 235-9548
(305) 253-7076
NET 30
5 CALENDAR DAYS
SECONDARY VENDOR
SECTION #2 AWARD INFORMATION
C.C. AWARD DATE: 3ANUARY 13, 1998 AMENDED AMOUNT: NO
AGENDA ITEM #: CA-16 SPECIAL CONDITIONS: YES
RESOLUTION NO: 98-14 INSURANCE REQUIREMENT: YES
TOTAL AWARD AMOUNT: 200,000.00
SECTION #3 AFFIRMATIVE ACTION POLICY YES
SECTION #4 REQUESTING DEPARTMENT INFORMATION
USER DEPARTMENT/DIVISION: INFORMATION TECHNOLOGY
CONTRACT ADMINISTRATOR: ELAINE BUZA
TELEPHONE NO.: (305) 416-1509 FAX NO. (305) 416-2150
SECTION #5 PROCURING AGENCY
SENIOR BUYER: PAMELA BURNS
TELEPHONE NO: (305) 416-1905
DATE PREPARED: FEBRUARY 3,
FAX: (305) 416-1925
1997
99- 558
WED 1. 3 ?. _
J-S8-38
1.2i31 /97
RESOLUTION NO.
A RESOLUTION ACCEPTING THE BIDS OF MIAMIBUSINESS
TELEPHONE, aUALITY WRING, INC., AND_ FL6151144
INTRANET . GROUP FOR THE PROVISION OF
TELECOMMUNICATIONS WIRING SERVICES FOR
GSA/INFORMATION TECHNOLOGY, ON AN AS -NEEDED
CITY-WIDE BASIS, FOR ONE (1) YEAR WITH THE OPTION TO
EXTEND FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS,
AT A TOTAL PROPOSED ANNUAL COST. NOT TO EXCEED
$200,000; ALLOCATING FUNDS THEREFOR FROM USING
DEPARTMENTS ACCOUNTS, SUBJECT TO BUDGETARY
APPROVAL; AUTHORIZING THE CITY MANAGER TO
INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE
PURCHASE ORDERS FOR THIS SERVICE.
F'..02
WHEREAS, it is necessary for GSA/information Technology to secure a contract for
telecommunications wiring services to be used on an as -needed city-wide basis for a
period of one (1) year with the option to extend for two (2) additional one (1) year periods;
Ind
WHEREAS, the telecommunications wiring service will be used to Install and
terminate copper and fiber cable and wiring, install associated communications hardware
and conduits for the city's network, television, voice systems, and subsystems; and
WHEREAS, invitations for Bid No. 96-97-109 were mailed to seventy-eight (78)
potential bidders and thirteen (13) responses were received; and
WHEREAS, the overall lowest vendor, based upon the city's anticipated usage, is
designated *as the primary vendor and the next two lowest, as the secondary vendors in
rank' order; and .
ow
99- 55R
WED 1 3
P .. 0 3
WHEREAS, if the primary vendor fails to respond or If work is beyond its expertise,
service will be requested from the next lowest secondary vendor: and
WHEREAS, the city reserves the right to 'obtain quotes from all awarded vendors
and'obtain the services from the lowest vendor on a per job basis; and
WHEREAS, payments for the service will be made from the accounts of the using
departments upon prior budgetary *approval; and
WHEREAS, the City Manager and the Director ' of GSA/information Technology
recommend that the bids received from Miami Business Telephone, Quality Wiring, inc.,
aitd Florida Intranet Group be accepted;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF
M{AMI, 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. The bids submitted by Miami Business. Telephone, Ouality Wiring;
Inc., and Florida Intranet Group for the provision of telecommunications wiring services for
GSAAI foimation Technology, on an as -needed city-wide basis, for one (1) year with "the
option to extend for two (2).•additionai one (1) year periods, at a total proposed annual cost
not to exbod $200,000, are hereby accepted, with funds therefor hereby allocated from
using department°s accounts, subject to prior budgetary approval.
Section 3. The City Manager Is hereby s ithoriied to Instruct the Chief
Procuremorit Officer to issue purchase orders for this service.
Section 4. " This Resolution shall become 'effective immediately upon its edoptlon.
99- 5NR
2 1 -9�a� WEED 1 3 P 04
PASSED AND'ADOPTE) this13th dayof. Jaruwy _� 1998.
loop XAVIER L. S ARC, MAYOR
A I tto . .
LTE t AN
CITY CL
P14EPARED AND APPROVED OY:
AA�L O.-DIAZ
'DE .TY RNEY
APRROVEQ AS TO FORM AND CORRECTNESS:' ;
O ON
CITY ATTt3R •
W 2,153CSK
•
•
ITEM:
INCREASE OF CONTRACT
Telecommunications Wiring
DEPARTMENT: Information Technology
TYPE OF PURCHASE: Increase in total contract amount
REASON: The original annual amount approved for this bid
was based upon telecommunications wiring projects
anticipated to be performed during the term of the
contract. However since that time, there has been a
significant increase in the requirements for
telecommunications wiring among various user
departments.
RECOMMENDATION: It is recommended that an increase in the contract
with Miami Business Telephone, Quality Wiring,
Inc., and Florida Intranet Group be increased by
$200,000 to a total annual amount not to exceed
$400,000. Funds are available from various user
departments and requiring the budgetary approval
of funds to utilize these services from individual
departmental accounts prior to usage.
of P chasin
Date j
99- 558