Loading...
HomeMy WebLinkAboutR-04-0479City of Miami Legislation Resolution: R-04-0479 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 04-00771 Final Action Date: 7/22/2004 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER APPROVING THE FINDINGS OF THE EVALUATION COMMITTEE, PURSUANT TO REQUEST FOR PROPOSALS ("RFP") NO. 03-04-052R, THAT THE FIRMS MOST QUALIFIED TO PROVIDE NETWORK BACKBONE EQUIPMENT MAINTENANCE SERVICES FOR THE CITY OF MIAMI ("CITY") ARE, IN RANK ORDER: (1) UNISYS CORPORATION, AND (2) BELLSOUTH COMMUNICATION SYSTEMS; AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE A PROFESSIONAL SERVICES AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, WITH UNISYS CORPORATION, THE TOP -RANKED FIRM, SUBJECT TO THE TERMS AND CONDITIONS SET FORTH IN THE RFP, ATTACHED AND INCORPORATED, AT AN ESTIMATED ANNUAL COST NOT TO EXCEED $400,000, FOR AN INITIAL THREE-YEAR PERIOD, WITH THE OPTION TO EXTEND FOR TWO ADDITIONAL ONE-YEAR PERIODS; ALLOCATING FUNDS FROM THE DEPARTMENT OF INFORMATION TECHNOLOGY ACCOUNT CODE NO. 001000.460101.6.670, AND FROM THE OPERATING BUDGETS OR CAPITAL IMPROVEMENT PROJECTS OF VARIOUS CITY DEPARTMENTS, REQUIRING BUDGETARY APPROVAL FROM INDIVIDUAL DEPARTMENTAL ACCOUNTS, PRIOR TO USAGE OF SAID SERVICES; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE AN AGREEMENT WITH BELLSOUTH COMMUNICATION SYSTEMS, THE SECOND -RANKED FIRM, IN THE EVENT NEGOTIATIONS FAIL WITH THE TOP -RANKED FIRM, SUBJECT TO SAID TERMS AND CONDITIONS. WHEREAS, the Department of Information Technology needs to secure a contract for network backbone maintenance services to be utilized on an as -needed Citywide basis, pursuant to Request For Proposals ("RFP") No. 03-04-052R, for three years with the option to extend for two additional one-year periods; and WHEREAS, the City of Miami ("City") requires permanent, reliable and efficient data availability through network backbone equipment; and WHEREAS, RFPs were mailed to 10 firms seeking a broad range of responses from network backbone equipment maintenance services providers; and WHEREAS, the Evaluation Committee evaluated the proposals received from two respondents, in response to the City's RFP, and found that Unisys Corporation was responsive in all aspects of the proposal and the Evaluation Committee unanimously recommended the acceptance of this proposal and the selection of Unisys Corporation as the top -ranked provider of this service; and WHEREAS, should contract negotiations with Unisys Corporation fail, the Evaluation Committee recommends the acceptance of Bellsouth Communication Systems as the second -ranked provider; City of Miami Page 1 of 2 File Id: 04-00771 (Version: 2) Printed On: 9/27/2016 File Number: 04-00771 Enactment Number: R-04-0479 and WHEREAS, funding is available, in an estimated annual amount not to exceed $400,000, from the Department of Information Technology, Account Code No. 001000.460101.6.670 and the operating budgets or capital improvement projects of various City departments, requiring the budgetary approval of funds to utilize said services from individual departmental accounts prior to usage; 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 adopted by reference and incorporated as if fully set forth in this Section. Section 2. The recommendation of the City Manager approving of the findings of the Evaluation Committee, pursuant to RFP No. 03-04-052R, that the firms most qualified to provide network backbone equipment maintenance services for the City are, in rank order: (1) Unisys Corporation, and (2) Bellsouth Communication Systems. Section 3. The City Manager is authorized{1} to negotiate and execute a Professional Services Agreement, in a form acceptable to the City Attorney, with Unisys Corporation, the top -ranked firm, subject to the terms and conditions set forth on the RFP, attached and incorporated, for an initial three-year period, with the option to extend for two additional one-year periods, at an estimated annual cost not to exceed $400,000, with funds allocated from the Department of Information Technology Account Code No. 001000.460101.6.670, and from the Operating Budgets or capital improvement projects of various City departments, requiring budgetary approval from individual departmental accounts, prior to usage of said services. Section 4. The City Manager is further authorized{1} to negotiate and execute an Agreement with Bellsouth Communication Systems, the second -ranked firm, in the event negotiations fail with the top -ranked firm, subject to said terms and conditions. Section 5. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.{2} Footnotes: {1} The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. {2} 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. City of Miami Page 2 of 2 File Id: 04-00771 (Version: 2) Printed On: 9/27/2016