HomeMy WebLinkAboutR-89-0880J-89-805
8-15-89
RESOLUTION NO.
A RESOLUTION ACCEPTING THE BID OF VOICECOM OF
FLORIDA INC. FOR FURNISHING AND INSTALLATION
OF A VOICE MESSAGING SYSTEM TO THE DEPARTMENT
OF PERSONNEL MANAGEMENT AT A PROPOSED COST OF
$21,440.00; ALLOCATING FUNDS THEREFOR FROM
THE 1988-89 OPERATING BUDGET ACCOUNT CODE
#270101-907; AUTHORIZING THE CITY MANAGER TO
INSTRUCT THE CHIEF PROCUREMENT OFFICER TO
ISSUE A PURCHASE ORDER FOR THIS EQUIPMENT.
WHEREAS, pursuant to public notice, sealed bids were
received March 1, 1989 for the furnishing and installation of a
Voice Messaging System to the Department of Personnel Management;
and
WHEREAS, invitations were mailed to thirty one (31)
potential suppliers and one (5) bid was received; and
WHEREAS, funds for this purchase will be available from the
1988-89 Operating Budget Account Code No. 270101-907; and
WHEREAS, this equipment will be used by the Department of
Personnel Management to replace existing inadequate equipment;
and
WHEREAS, the City Manager and the Director of the Department
of Personnel Management recommend that the bid received from
VoiceCom of Florida Inc. be accepted as the lowest responsible
and responsive bid;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The March 1, 1989 bid of VoiceCom of Florida
Inc. for the furnishing and installation of a Voice Messaging
System to the Department of Personnel Management at a total
proposed cost of $21,440.00 is hereby accepted with funds
therefor hereby allocated from the 1988-89 Operating Budget
Account Code #270101-907.
CITY COMMISSION
MEETING OF
OCT 12 1989
Section 2. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue a Purchase Order
for this equipment.
Section 3. This Resolution shall become effective
immediately upon its adoption pursuant to law.
PASSED AND ADOPTED this 12th day of October
PREPARED AND APPROVED BY:
ROBERT F. CLARK
APPROVED AS TO FORM AND CORRECTNESS:
G N A A
CITY ATTORNEY
2
. 1989.
.7
BI SECURITY LIST
BID ITEM: Voice Messaging System
BID NO: 88-89-075
DATE BIDS RECEIVED: March 1, 1989 2 : 0 0 p.m.
BIDDER
TOTAL
BID AMOUNT
BID BOND (or)
CASHIER'S CHECK
Microlog Corporation
Broken down
by items
Electra Com Inc.
it If
Telesound Systems Corporation
"
Voicecom of Fl. Inc.
IBM Rolm Systems
ABC Communications Corp
"
NO RTDG
AT & T
Centel Communications
Dictaphone-Ansafone cystems
Southern Bell Telephone
p,
Telecom Engineering Consultants
Inc.
The Bid of Kertz Telecom Inc.
considered. The bid was
was received at
stamped but not
2:30 p.m., too late to be
opened and was sent to the
Office of Procurement -GSA
11
DAP �,V6 b��
Z 77.
Vt�t(/ — N
RECEIVED ( ) envelopes on behalf of
(City apartment
SIGNED:
DATE: '
Received the hereinabove described checks this day of 119
in connection with the hereinabove cited bids, which ere FTanded to the undersigned on half owe
Accounting Division (or)
(City Department)
SIGNED: DATE:
0 ft
'BID SECURITY LIST
AID ITEM: Voice Messaging System
BID NO: 88-89-075
DATE BIDS RECEIVED: March 1, 1989 2 : 0 0 p.m.
BIDDER
TOTAL
BID AMOUNT
BID BOND (or) �►
CASHIER'S CHECK
Microlog Corporation
Broken downby items
Electra Com Inc.
If to
Telesound Systems Corporation
"
Voicecom of Fl. Inc.
IBM Rolm Systems
ABC Communications Corp
NO RTn-
AT & T
Centel Communications
Dictaphone-Ansafone cystems
Southern Bell Telephone
(�
Telecom Engineering Consultants
Inc.
The Bid of Kertz Telecom Inc.
considered. The bid was
was received at
stamped but not
2:30 p.m., too late to be
opened and was sent to the
Office of Procurement -GSA
D �-P NOT N. �1 V&
�VcAl
RECEIVED ( ) envelopes on behalf of _
(CityDepartment)
SIGNED. Y n DATE: 3
Received the hereinabove described checks this day of , 19
in connection with the hereinabove cited bids, which were an d to the undersigned on beIf JlTe
Accounting Division (or) .
s (City Department)
SIGNED: DATE:
LEGAL ADVERTISEMENT
BID NO. 88-89-075
Sealed bids will be received by the City of Miami City Clerk at
her office located at giln Ameri�� ve, Miami, Florida
r.
33133 not latethan p.m. Marc 198 for the furnishing
of a Voice Messaging the Department of General
Services Administration/Communications Division.
Ordinance No. 10062 established a goal of Awarding 51% of the
City`s dollar volume of all expenditures for All Goods and
Services to Black, Hispanic and Women Minority Business.
Enteprises on an equal basis.
Minority and women vendors who are interested in submitting bids
and who are not registered with the City as minority and women
vendors are advised to contact the Office of Minority/Women
Business Affairs, Telephone 579-3366.
Detailed specifications for the bids are available upon request
at the City Procurement Office, 1390 N.W. 20th Street, Second
Floor, Telephone No. 579-6380.
The City Manager may reject all bids and readver.tise.
(Ad No. 6042)
Cesar. H. Odio
City Manager.
tailea messag es--attar-mc eiving`a personal recorded message r m —""
specific employees when that employee is not available. This
would reduce the occurrence of message errors and "telephone
tag." While automating routine communication functions, the
system would still provide a means by which to speak to a person,
should the need exist.
• .....,e:-. ._ � ..... .. _ fi,�,r,i.-,a�+.pry�,;�5n• ay;,m,.-g-��r•,.wr,.�l;�+.ra�r,•cq^ ., ,..`,,,,F„�Ij;,...
LEGAL ADVERTISEMENT
BID NO. 88-89-075
Sealed bids will be received by the City of Miami City Clerk at
her office located at ��megic� ve, Miami, Florida
33133 not later. than p.m. March 2, 198 for the furnishing
of a Voice Messaging �i a epar.tment of General
Services Administration/Communications Division.
Ordinance No. 10062 established a goal of Awarding 51% of the
City's dollar volume of all expenditures for All Goods and
Services to Black, Hispanic and Women Minority Business.
Enteprises on an equal basis.
Minority and women vendors who are interested in submitting bids
and who are not registered with the City as minority and women
vendors are advised to contact the Office of Minority/Women
Business Affairs, Telephone 579-3366.
Detailed specifications for the bids are available upon request
at the City Procurement Office, 1390 N.W. 20th Street, Second
Floor, Telephone No. 579-6380.
The City Manager may reject all bids and readver.tise.
(Ad No. 66042)
Cesar H. Odio
City Manager.
-020111 CAM"
-arrow_caiiers--to-•z-eave-au .
tailed messages after receiving a personal recorded message from
specific employees when that employee is not available. This
would reduce the occurrence of message errors and "telephone
tag." While automating routine communication functions, the
system would still provide a means by which to speak to a person,
should the need exist.
.. . . . }.'r.::vq••�.., piF"S'n','^ .. .r . :-"?9"�.:.w,._w. r•r:+... ;.-,.y rys•„yg,Mf..,T .�F:::
t
REOIIISITION FOR ADVERTISEMENT This number must appear
in the advertisement.
DEPT/DIV. Procurement � ( for Personnel Management)
6042
ACCOUNT CODE 2 7 0101-=2 8 7 f
•,.�, �� �-
DATEFebruary 9, 1989 PHONE 579--6380 A7R6VED
PREPARED BY Maria 2�bi ialil
i DIRECTOR OF ISSUING DEPARTMENT
Publish the attached advertisement One 1) times.
(number of times)
Type of advertisement: legal i XX classified display
(Check One) i
{
Size: Legal Starting date February 14, 1989
First four words of advertisement:T Bid No. 88-89-075: Sei&ed bids will be.....
Remarks: Voice M ssaging Syuteni (open 3-2-89 - 2: 00 p.m.)
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
LINE
PUBLICATION
DATE(S) OF
ADVERTISEMENT
INVOICE
AMOUNT
p
MIAMI REVIEW`
A-1
i
8-2
i
C-3
D-4
I
E-5
i
{
i
F3
F4
F5
F7
F8
F8
F10
F11
F12
LINE
TRANS
VOUCHER f
DUE DATE
YY MM DO
Adv. Doc. Reference
VENDOR
INDEX CODE
BJE
PROJECT
11
13
1
117
18 1
25
34. 39142
45
50
51 56
57 �62
63 65
66'`' 71
0
112141ILL
V
P12101212
8
7
1
2
3
4
7
8 V P 12
311415
DESCRIPTION
36
64 DISCOUNT 6
72
AMOUNT '- AQ
5
2
0
0
2
0
1
Pink Copy: Maria - Priocurement
j Yellow Copy: Silvia Mendoza --'City Clerk's
Approved for Payment
White - Purchasing Yellow - Finance Pink - Department
+
{
In addition, this same system would allow callers to leave de-
tailed messages after receiving a personal recorded message from
specific employees when that: employee is not available. This
would reduce the occurrence of message errors and "telephone
tag." While automating routine communication functions, the
system would still provide a means by which to speak to a person,
should the need exist.
=1
Ae
=i
a
f
t
0
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
CA-5
TO: Honorable Mayor and Members DATE: OCT - 1989 FILES
of the City Commission
SUBJECT: Recommendation for
Resolution and Award of
Bid 88-89-075
FROM: Cesar H. Odlo REFERENCES:
City Manager
ENCLOSURES:
RECOMMEMATION
It is recommended that the City Commission adopt a Resolution
awarding Bid No. 88-89-075 to VoiceCom of Florida, Inc. for the
purpose of providing and installing hardware for a Voice Messag-
ing System at a cost of $21,440.00 which includes a one year
warranty for parts and 1abor and an additional one year
maintenance agreement.
BACKGROUND
Presently, our Employment Office, in the Department of Personnel
Management, has a simple and antiquated answering machine that is
unsuccessfully attempting to function as a job hotline. It is
inadequate because it was not designed to handle the calls coming
from employees and the general public; and when used in this
capacity, malfunctions. Our current system can only handle one
caller at a time, and can easily leave the telephones busy for as
much as ten minutes, which frustrates the next person trying to
gain information.
In contrast to our current device, a Voice Messaging system
would, simultaneously, disseminate information to four callers
and only require them to listen to information they are interest-
ed in --consequently reducing the amount of time that the job
hotline is tied up and enabling another person access to the
line.
In addition, this same system would allow callers to leave de-
tailed messages after receiving a personal recorded message from
specific employees when that employee is not available. This
would reduce the occurrence of message errors and "telephone
tag." While automating routine communication functions, the
system would still provide a means by which to speak to a person,
should the need exist.
Hon. Mayor & Members of the City Commission
Recommendation for Resolution and Award of Bid 88-89-075
Page #2
Of the six (6) responses received from vendors, one was an incom-
plete bid as that company failed to return the R.F.P. identifying
the specific features they could provide, their affirmative
action package, as well as any backup documentation on their
products. Telesound Systems, the only minority vendor, initially
appeared to have submitted the lowest complete bid as they quoted
a price of $18,950 and a maintenance fee of $1,800.00 a year once
the warranty expired, however, they had not included the prices
_ of what they considered "options" which would, in fact, be "nec-
essary" to meet the requirements stipulated in the Request for
Proposal. Consequently, the low bidder is VoiceCom of Florida,
Inc.
Funds are available within the Department of Personnel Manage-
ment's budget for the purchase of this system.
f
CITY OF MIAMI. FLORIOA • �. ,.
L
INTER -OFFICE MEMORANDUM pRUCURE`�ti '�y�'�t4Ei1I
i
Q141S�0�
William Schaut, Procurement Supv. August §g A&18 '-" I
TO: Procurement Management DATE: g FILE:
General Services Administration Bid No. 88-89-075
SUBJECT-
FROM: Ange R. e11a REFERENCES:
Assistant City nager
Office of the City Manager ENCLOSURES:
This department has verified with the Departments of Finance and
Budget that funds are available to cover the cost of the subject
bid in the amount of $21,440.00. The index/minor object code for
same is 270101-907.
BUDGETARY REVIEW AND APPROVED BY:
MAN0 R S. SURANA, DIRECTOR
DEPA TMENT OF BUDGET
JLJ:bg
i
0
i
CITY OF MIAMI, FLORIDA
PROCUREMENT MANAGEMENT
DIVISION
P.O. BOX 330708
Miami, F1 33233-0708
TELERHONE NO. 579-6380
BID NO. 88-89-075
BID SHEET
IMPORTANT: BID SHEET AND BIDDER ACKNOWLEDGEMENT MST BE RETURNED IN
DUPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME
AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL. NOT
BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS
ENVELOPE.
Terms:50/25/25 (Include cash discount for prompt payment, if any)
5094 DES. J5'I DEL./.. 25 ?I C"E'
Additional disc un of � t4filrarded all items.
Warranty and/or guarantee: 1 FEAR
State any variances to specifications (use separate sheet if
necessary):
Delivery: 30 calendar days required upon receipt of Purchase Order..
Delivery Point(:):_ City of Miami - Detiartme t of Parnnnnpl�ManaQgmRnt
1145 N.W. 11th Street
Miami. Fl 33136
In accordance with the Invitation to Bid, the Specifications, General
Conditions, Special Conditions,'and General Information to Bidders, we
agree to furnish the Item(s) at Prices indicated on the attached bid
sheet(s).
NAMES OF COMPANY OWNER(S):
It'?. BUD BMINTNGER
NAMES OF C014PANY OFFICERS:
P-LFrXD SACKETT, PrXS.
I•IR. BUD FF.EININGER, G. PI:EC .
Please use the back of this page if more space isnecessary
Name of individual holding license in this profession (if applicable)
MINORITY PROCUREMENT COMPLIANCE
The undersigned bidder acknowledges that it has received a copy of
Ordinance No. 10062, the Minority Procurement Ordinance of the City of
Miami, and agrees to comply with all applicable substantive and
procedural provisions therein, including any amendments there o,
BIDDER: Irr%TCyCn.'? CF rL. ?NC.
Signature:
company name_
Print Name:tIR. ALFRED
indicate it KIDWity Business: Date: 03/02/89
C ] Black C 3 hispanic C ] Women
FAILURE TO COMPLETE SIGN AND RETURN THIS FORM MAY D1§90ALIFy TAIS
0 0
AWARD OF HID
Bid No. 88-89-075
ITEM: Furnishing & Installation of a Voice
Messaging System
DEPARTMENT: Personnel Management
TYPE OF PURCHASE: Short term Contract
REASON: To replace our present simple and
antiquated answering machine that is
unsuccessfully attempting to function
as a job hotline. It is inadequate
because it was not designed to handle
the calls coming in from employees and
the general public; and when used in
this capacity it malfunctions.
POTENTIAL BIDDERS: 31
BIDS RECEIVED: 5
TABULATION: Attached
FUNDS: 1988-89 Operating Budget Account Code
No. 270101-907.
MINORITY PARTICIPATION: Invitations to bid were sent to two
2 Black, four (4) Hispanic and one (1) woman -owned firms
engaged in the Voice Communication business as located in
the following sources.
1. City of Miami Minority Register
2. Yellow pages telephone Directory
3. New Vendors Applications
Minority response consited of one bid received from a hispanic
firm.
BID EVALUATION: The bids meet the specifications.
Following is an analysis of the
Invitation to Bid:
Category
Prior Bidders
Black American
Hispanic American
Woman
Non -Minority
New Bidders
Black American
Hispanic American
Woman
Non -Minority
Courtesy Notifications
"No Bids"
Number of Bid Number of
Invitations Mailed Responses
0 0
0 0
0 0
0 0
2
0
4
1
1
0
24
4
17 0
6
Late Bids - 1
Totals 48 12
Page 1 of 2
l-
REASONS FOR "NO BID":
I. AT&T - "Can not meet requirements".
2. Centel Communications - "Can not meet all the requirements".
3. Dictaphone-Ansafone System - "Not enough time to prepare bid"
4. Southern Bell Telephone - "Can not provide the City with all
the features".
S. Telecom Engineering Consultants Inc. - "Our product line do
not encompass your requirements".
6. ABC Communications - "Incomplete Bid"
RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE
MADE TO VOICECOM OF FLORIDA, INC. FOR
A TO.TAL PROPOSED AMOUNT OF $21,440.00.
r
rocurement Supervisor
d'--�re�7
Dat e
VENDOR PRICE $ AMT. NEEDED TO MTCF. FOR 1 YR. TOTAL COST
QU D SATISFY R.R.P. REQS.
ABC COMMUNICATION* $13,200.00
VOICECOM OF FLA. $19,198.00
MICROLOG $24,050.00
ELECTRACON, INC. $27,781.60
TELESOIIND SYSTEMS $18,950.00
I.B.H. R01M $30,770.00
{ _ Bid package was incomplete.
?
$1,320.00
? (Considered a No Bid)
$19,198.00
$2,242.00
$21,440.00 Lowest Bid -
Non -Min
$24,050.00
$2,500.00
$26,550.00
Non -Min
$27,781.60
$1,931.66
$29,713.20
Non -Min
$28,100.00
$1,800.00
2
$ 9,900.00
Hispanic
$30,770.00
$3,900.00
$34,681.00
Non -Min