HomeMy WebLinkAboutR-85-0897J-85-912
4
RESOLUTION 1.'40. S5-8k!)7
A RESOLUTION ACCEPTING THE 13I D Or UN I VE;RSAI,
COMMUNICATION SYSTEMS , INC. FOR FURL4IS11ING _
A NEW TELEPHONE SYSTEM AT THE ORANGE; BOWL,
TO THE DEPARTMENT OF BUILDING AND VEHICLE
MAINTENANCE AT A TOTAL COST OF $48, 098.00 ;
ALLOCATING FUNDS THEREFOR CROM THE 1985-86
ORANGE BOWL OPERATING BUDGET; AUTHORIZING
THE CITY MANAGER TO INSTRUCT THE; ASSISTANT
CHIEF PROCUREMENT OFFICER TO ISSUE A
PURCHASE ORDER FOR TH1S LQ(JIP:-!L;NT.
WHEREAS, pursuant to public notice,
sealed bids were
received July 24, 1985 for the furnishing of
:.i new 'Telephone
System at the Orange Bowl to the Department
of Building and
Vehicle [Maintenance; and
WHEREAS, invitations were rn�iiled
to 27 potential
suppliers and 3 bids were rc--ceive,;; an(i
WHEREAS, funds for this purchase are
available in the
1985-86 Orange Bowl Operating Budget, and
WHEREAS, this equipment will be used
by the Office of
Stadiums for the purpose of replacing the now
obsolete existing
telephone system.; and
WHEREAS, the City t•lanager and the
Director of the
Department of Building and Vehicle Maintenance recommend t1hat the
bid received from Universal Communication Systems, Inc. be
accepted as the lowest responsible and responsive bid;
NOW, THEREFORE, BE IT RESOLVED BY THE
COMMISSION OF THE
CITY OF i•lIAMI, FLORIDA:
Section 1. The July 24, 1985 bid of Universal
Communication Systems, Inc. for furnishing a new telephone system
at the Orange Bowl to the Department of Building and Vehicle
Maintenance at a total cost of $48,098.00 is hereby accepted with
funds therefor hereby allocated from the 1985-86 Operating
Budget.
CITY COMMISSION
NIELA'1NG OF
F 12 1985
F'L}. �1LU�iUn ;iu
-�
REMARKS
Section 2. That the City Manager is hereby authorized
to instruct the Assistant Chief Procurement Officer to issue a
Purchase Order for this equipment.
PASSED AND ADOPTED this 120 day of SEPTE 3ER 1985.
A
MUTTY HIRAI, CITY CLERK
PREPARED AND APPROVED BY:
/l
/1, r- , f"y ;?. ,'la /(-
ROBERT F. CLARK -
DEPUTY CITY ATTORNEY
APPROVED ASwTkw90RH AND CORRECTNESS
LUCIA A. DOUGgEXTY
CITY ATTORNEY
MAURICE A. FERRE
MAUR10E A. FERRE
MAYOR
85-897
w
BID SECURITY
IT" Installation of —a Tlelphone System *All t101 REGEivEO July 24, 1985 2:00 p.m.
for the Orange Bowl 84-85-93
TYPE OF SECURITY
aIODER
?OTAL
/
Universal Ccamiunication Systems,Inc
1401 Municipal Road
Roanoke, Viginia 24012
$48,089.00
5%
BB
ROLM Corporation
4651 Sheridan Street
Hollywood, Florida 33021
$69,140.00
$3,457.00
CcEpany criecK
#0234353
ITT -BCC
3810 S. STate Read 7
Miramar, Florida 33023
$60,208.00
None
Mn ITD*
Southern Bell
Honeybell
Electric Power & Service, Inc.
s 1• ever deftilb9dfie
•^* �r►AIIY�IYf e�1rKbN
U
LEGAL ADVERTISEMENT
RFP NO. 84-85-93
Sealed proposals will be received by the City Manager and City
Clerk of the City of Miami, Florida not later than - z00_ P.M___July-
--21,_ 1985 for furnishing and installation of a Telephone System
for t-he orange Bowl to the Department of Building and Vehicle
Maintenance.
Ordinance No. 9775 established a goal of Awarding 50% of the
City°s total dollar volume of all expenditures for All Goods and
Services to Black and Hispanic Minority Business Enterprises on
an equal basis.
Minority Vendors who are interested in submitting proposals and
who are not registered with the City as minority vendors are
advised to contact the City Purchasing Office. 1145 N.W. llth
Street, Room 126, Telephone 579-6380.
Detailed specifications for the proposal are available upon
request at the City Purchasing Office.
The City Manager may reject all proposals and readvertise.
(Ad No. 3260)
Y
Sergio Pereira
City Manager
85-89 1
DEPT DIV.
ACCOUNT CODE
DATE — ---- --- - -
PREPARED BY
Publish the attached advertisement
Type of advertisement: legal
(Check One)
.qi7A
First four words of advertisement:
Remarks:
5:,A
C i
RFOUISITION FOR ADVERTISEMENT
PHONE
Wumbor O' times)
classified display
Starting date
This number must appear
in the advertisement.
APPROVED BY:
DIRECTOR OF ISSUING DEPARTMENT
times.
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
LINE
PUBLICATION
DATE(S) OF
ADVERTISEMENT
INVOICE
AMOUNT
0
A-1
B-2
C-3
D-4
E-5
F3
F4
F5
F7
F8
F9
F10
F11
F12
LINE
TRANS
VOUCHER
DUE DATE
YY MM DID
Adv. Doc. Reference
VENDOR
INDEX CODE
OBJECT
PROJECT
11
13 1 17
18 1 125134
39,42
45 50,51
56
57 62
63 65
66 71
0
1
2
1411
1
V
P
1
2
0
2
1
1
1
1
1 1
1
1
1
1
1
1
1
1
1
1
1
2
8
7
2
314
7
8 V P 1213
14115
DESCRIPTION 36
64 DISCOUNT69
72 AMOUNT 80
T1
5
2
0
0
2
0
1
Approved for Payment
White - Purchasing Yellow - Finance Pink - Department
Ir
w
CITY OF MIAMI, FI.ORIDA ��
INTER -OFFICE MEMORANDUM
TO. The Honorable %Iavor and _Members DATE: SEP 0 5 1985 FILE:
of the City Commission
SUBJECT: Request to Award Bid for
An Crance Bowl Telephone
System
FROM: Sergio Pereira REFERENCES: 9/12;'85 Commission Agenda
City Manager
ENCLOSURES:
THE DEPARTMENT OF BUILDING AND VEHICLE
MAINTENANCE RECOMIAENDS THAT A RESOLU-
TION BE PASSED ACCEPTING THE LOW BID
FRCM UNIVERSAL COMMUNICATION SYSTEMS,
IiIC., FOR THE PROVIDING OF A TELEPHONE
SYSTEM FOR THE ORADIGE BOWL AT A TOTAL -
COST OF $48,098.
Pursuant to the issuance of Bid 484-85-93, a total of (3)
bids were received for the procurement of an Orange Bowl Tele-
phone System. These bids were all submitted by non -minority -
firms, with the low bid being received from Universal Communication
Systems, Inc. Their bid has been evaluated and determined to be
consistent with specifications.
The purpose of this procurement is to replace the existing Orange
Bowl Telephone System which is obsolete and can no longer be main-
tained. Implementation of this system will save the City approxi-
mately $13,200 annually for equipment and services that are presently
being leased from the telephone companies.
Funds for this procurement will be available in the FY 85-86 Orange
Bowl operating budget.
t
ITEM:
DEPARTMENT:
TYPE OF PUKCHA,SrL:,:
REASON :
POTENTIAL BIDDERS:
BIDS RECEIVED:
TABULATION:
rUNDS:
ZIINORITY PARTICIPATION:
AWARD OF BID
Bid Njo.84-85-93
Telephone System for the Orange Bowl
Building and Ve'nicle ,Iaintenance
Sinaie Purchase
To replace tine Orange Bowl's existing
telex, lone system that is obsolete and
can no longer be maintained by the two
(2) tele_rhone companies
27
3
Attac"ned
19y5-036 Orange Bowl Operating Budget
Lvc minority business were Listed for
t'ttis type of equipment, however,
courtesy bi:!s were sent to nine (9)
,linority Or anizations.
-iL 7'•iAL'JhTION;
All i Sys ,Neat t`:e :recif:cations.
F cllow inc is an
analysis IDf rile
Invitaticn _o Bid:
"Number of Bid
Number of =
Category
Invitations .Mailed
Responses
Prior Bidders
Black American
0
�
Hispanic American
0
Non -Minority
0
C
New Bidders
Black American
0
0
Hispanic American
0
U .
Non -Minority
27
Courtesy Notifications 9
G
"No Bids"
-
3
Late Bids
-
0
Totals
_r,
Reasons for "210 aid" were
as follows:
1. Southern Bell - "ESSX
service requires an
electronic/digital
r.
central office. Our
office serving the
Orange Bowl will
not be a digital office
until 9/57.
2. Honeywell "No suitable
equipment available."
3. Electric. Power &
Service, Inc. "Too
many acuipment
manufactures required
to complete project."
Page 1 of 2
85-89
4L
RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE
MADE TO UNIVERSAL COMMUNICATION
SYSTEMS, INC. AT A TOTAL COST OF
$48,098.00.
Assistant Chief Procurement Officer
Date
The Minority Procurement Officer concurs with the acove
recommendation.
UL. .......
Officer
Page 2 of 2
N
2 15�5
:Nate
85-891
V-
r'
DEPARTMENT OF BUILDING & VEHICLE MAINTENANCE
PURCHASE OF ORANGE BOWL TELEPHONE SYSTEM
TABULATION OF BIDS RECEIVED 7-24-85
BID 04-85-93
BIDDER DELIVERY PRICE
Universal Ccmmunlcatiun Systams 30 Days 543, 089
ITT Telecom 45 Days 560,208
FOLM
75 Days S69, L40
COIL%IENTS
meets Specifications
12 Months Warranty
Meets Specifications
90 Days Warranty
No Bid Bond
:Meets Specifications
2 Months Warranty
Full ACD Capabil_t
85--89