HomeMy WebLinkAboutR-98-0144J-98-14
1 /26/98
RESOLUTION NO. , 8 - 144
A RESOLUTION, WITH ATTACHMENT, BY A FOUR -FIFTHS
(4/5THS) 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 (25)
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 SmartPath 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
CITY COS
MEETING OF
FEB 1 0 M8
Resolution No.
98- 144-
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, 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. By a four -fifths (4/5ths) 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 E91 1
systems from BellSouth Telecommunications, Inc. for a twenty-five (25) month period at
an annual cost of $14,652.00, with funds therefor hereby allocated from the E91 1
Operating Budget, Account No. 196002.290460.6.510.
Section 3. The City Manager is hereby authorized to execute an 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 shall become effective immediately upon adoption.
2R- 144
PASSED AND ADOPTED this loth day of February , 1998.
L
XAVIER S AREZ, MAYOR
PREPARED AND APPROVED BY:
OLGA AM REZ-SAORIdY
ASSISTANT CITY
APPROVED AS TO FORM AND CORRECTNESS:
O
A/qldfq4JON/LeS/II1-
CITY ATTOR
7
W2130:CSK:ORS
144
SMARTPathSM SERVICE
AGREEMENT
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 N.W. 2"d Ave, 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 system(s) 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 25 months. This Agreement period
includes 24 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
SPIAC
3
N/A
$705.00
SMARTPathSM Area Junction, Serving Wire Center
SP1SW
3
N/A
$75.00
CO Channelization , 24 Capacity
I VUM24
1
N/A
$171.00
CO Channelization , 48 Capacity
I VUM481
1
I N/A
$270.00
sM Registered Service Mark of BellSouth Corporation
98- 144
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
unless termination is due to unavailability of funding. 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.
Address: 400 N.W. 2nd Ave, Miami
Subscriber: City of Miami
LOO
Title:
BellSouth Telecommunications, Inc.
Accepted: , 1997 By:
Title:
OQ- 144
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: The Honorable Mayor and Members DATE : FEB 2 jO'd _ FILE
of the City Commission
SUBJECT: Resolution Authorizing The
Waiving of Sealed Bids and the
Purchase of SmartPath Lightgate
FROM: Jose Garcia -Pedrosa REFERENCES Service
City Manager ENCLOSURES.
RECOMMENDATION:
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., at a total annual cost not to exceed $14,652.00.
Funding will be from the E911 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
Services for the upgrading of the Police Department's E911 System. BellSouth was selected at the
that time because it was the sole source for the equipment and service. This system is used to
provide telephone service for the City's E911 Center and backup site at the Miami Fire College.
This request is to provide for continued service and maintenance for the E911 System at both
locations. It is, therefore, practicable for the City of Miami at this time to continue receiving this
service from BellSouth Telecommunications, Inc.
qs_� 144
TO: Jose Garcia -Pedrosa
City Manager
FROM: Donald H. Wars
Chief of Police
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
BAN 12, i^ LEG 7-2
DATE : �' .L-,..d FILE :
SUBJECT: Request for Waiver of Competitive
Bids to Purchase SmartPath
Lightgate Service from BellSouth
REFERENCES:
ENCLOSURES:
The Department of Police received Commission approval (Resolution No. 95-279) on April 271`',
1995, waiving competitive sealed bids and approved the acquisition of Fiber Optic Cable and
Lightgate SmartPath services from BellSouth Telecommunications Inc., for the upgrade of the
E911 System and its backup site. These circuits are used to provide telephone service for the E911
System located at the Police Department and the backup site at the Miami Fire College. BellSouth
was selected at the time because it was the sole source for the equipment and service.
The contract for the provision of SmartPath Lightgate service was for a twenty-four (24) month
period and expired on November 13, 1997. The Department is requesting your approval to again
waive competitive sealed bids and renew this contract for twenty-five (25) months at an annual
cost of $14,652.00. The basis for this waiver is that BellSouth furnished, installed and currently
provides maintenance on our SmartPath Lightgate service. It is, therefore, practicable for the City
of Miami to continue receiving this service from BellSouth Telecommunication, Inc.
It is respectfully recommended that the proposal to adopt a resolution by four -fifths (4/5ths)
affirmative vote be presented to the members of the City Commission, 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 cost not to exceed $14,652.00 annually. Funds are hereby
allocated from the E911 Operating Budget, Account Code 196002.290460.6.510.
DHW:1
APPROVED:
Jovlvr
cia-Pedrosa
Ciager
DR - 144 3
TO: Judy S. Carter
Chief Procurement Officer
FROM: Don d H. arsilaw
Chief of Police
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DATE FILE: LEG 7-2
SUBJECT: Request for Waiver of Competitive
Bids to Purchase SmartPath
Lightgate Service
REFERENCES:
ENCLOSURES:
The department is requesting for a Waiver of Competitive Bids for the provision of a SmartPath
Lightgate Service for the E911 System centers located at the Miami Police Department and backup
cite at the Miami Fire College. The SmartPath Lightgate Service provides telephone service to
both sites.
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
Services for the upgrading of the Police Department's E911 System. BellSouth was selected at
that time because it was the sole source for the equipment and service. It is, therefore, practicable
for the City of Miami at this time to continue receiving this service from BellSouth
Telecommunications, Inc.
This Department has verified that funds are available with the Office of Budget & Management
Analysis, for the provision of SmartPath Lightgate Service from BellSouth Telecommunications,
Inc., at an annual cost of $14,652.00. Funding is to be from the E911 Operating Budget, Account
Code 196002.290460.6.510.
BUDGET REVIEWED & APPROVED BY:
Dipak M. Parekh, Direltor
Office of Budget & Management Analysis
�R- 144 5
TO: Walter J. Foeman
City Clerk
FROM: Major Jorge L. Manresa
Commander
Business Management Section
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DATE . .1AN , j
SUBJECT: Public Hearing Notice
Competitive Bid
Waiver
REFERENCES:
ENCLOSURES.
FILE: LEG 7-2
Attached please find the public hearing notice for a waiver of the requirement for competitive bids
for SmartPath Lightgate Service from BellSouth Telecommunications, Inc. Attached is the
advertisement.
The date and time of this public hearing will be.-- — /U
JLM:Imr
Attachment
at /O : a <i a.m.
APPROV
lvi Gallastegui-Alonso
Agenda Coordinator
! 8- 144 7
CITY OF MIAMI
NOTICE TO THE PUBLIC
A public hearing will be held by the City Commission of the City of Miami, Florida, on
, 1998, at a.m. in the City Commission Chambers at City Hall, 3500 Pan
American Drive, Miami, Florida, for the purpose of considering a waiver of the requirements of
obtaining sealed bids for the purchase of a SmartPath Lightgate Service. This item is provided by
BellSouth Telecommunications, Inc., at an annual cost of $14,652.00.
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 Captain Joseph Longueira of the City of Miami
Police Department (305) 579-6524.
All interested persons are invited to appear and may be heard concerning such proposed waiver
and purchase. The hearing will be held at the time and place specified above.
Should any person desire to appeal any decision of the City Commission with respect to any matter
considered at this hearing, that person shall ensure that a verbatim record of the proceeding is
made, including all testimony and evidence upon which any appeal may be based.
Walter Foeman
City Clerk
Miami, Florida
R
144 9