Loading...
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