Loading...
HomeMy WebLinkAboutR-98-0656J-98-654 6/12/98 RESOLUTION NO. 9 8 - 6: O A RESOLUTION, BY A 4/5THS AFFIRMATIVE VOTE OF THE MEMBERS OF THE CITY COMMISSION, AFTER A DULY ADVERTISED PUBLIC HEARING, RATIFYING, APPROVING AND CONFIRMING THE CITY MANAGER'S FINDING THAT COMPETITIVE SEALED BIDDING PROCEDURES ARE NOT PRACTICAL AND ADVANTAGEOUS FOR THE PROCUREMENT, INSTALLATION, AND RELATED TRAINING OF A FLEET MANAGEMENT SOFTWARE SYSTEM FOR THE DEPARTMENTS OF GENERAL SERVICES ADMINISTRATION (GSA), FLEET MANAGEMENT DIVISION AND FIRE -RESCUE, WAIVING THE REQUIREMENTS FOR COMPETITIVE SEALED BIDDING PROCEDURES AND APPROVING A CONTRACT AWARD TO CCG SYSTEMS, INC., AT A TOTAL AMOUNT NOT TO EXCEED $75,000.00; ALLOCATING FUNDS THEREFOR FROM THE CAPITAL IMPROVEMENT PROGRAM, "WORK ORDER AND PROJECT MANAGEMENT SYSTEM", PROJECT NO. 311604. WHEREAS, a Fleet Management Software System is critical to the ability of the Department of General Services Administration's Fleet Management Division and the Fire -Rescue Maintenance Garage to provide records management, improve efficiency, and realize operational savings; and WHEREAS, for the past eight months the Departments of General Services Administration, Fire -Rescue, Information Technology and Purchasing have been identifying, evaluating and developing the best available system to meet the city's needs; and WHEREAS, due to the amount of time already invested in the process of acquiring 1=7 cobv SSION BMM=G OF J U N 2 3 1998 Resolution No. 98- 656 said system, it is not practical or advantageous for the competitive sealed bidding process; and WHEREAS, the City Manager has determined that it is practical and advantageous to waive competitive sealed bids and proceed with the award of this contract to CCG Systems, Inc.; and WHEREAS, funds for this service are available from the Capital Improvement Program, "Work Order and Project Management System", Project No. 31 1604; and WHEREAS, the City Manager and the Director of the Department of General Services Administration recommend that the requirements for competitive formal sealed bids be waived and the procurement, installation and related training for a Fleet Management Software System from CG Systems, 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 (4/5"s) affirmative vote of the members of the City Commission, after a duly advertised public hearing, the City Commission hereby ratifies, approves, and confirms the City Manager's finding that competitive bidding procedures are not practical or advantageous for the procurement, installation, and related training of a Fleet Management Software System, for the Departments of General Services Administration, Fleet Management Division and Fire -Rescue, waiving the requirements for competitive sealed bidding procedures and approving a contract award to CCG Systems, Inc., at a total amount not to exceed $75,000.00, with funds therefor hereby allocated 2 98- 6.-6 from the Capital Improvement Program, "Work Order and Project Management System", Project NO. 311604. Section 3. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this23rd day of June , 1998. JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of this 3z_islation by signing it in the designated place provided, said legislation nc. be c,mes effective with the elapse of ten (10) ys from the date of C issicn action ATTEST: ceding same, without the Mayor exe a veto. a, ' oeman, City Clerk WALTER J. FOEMAN, CITY CLERK CITY A W 2662:csk:ORS ES�L IV UV CORRECTNESS:F/ E 9 8 - 6�i6 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Honorable Mayor and Members TO : of the City Commission (ona14H.Warshaw FROM City Manager RECOMMENDATION: DATE: June 23, 1998 FILE SUBJECT : Resolution Authorizing the Waiver of Competitive Sealed Bids for the Purchase, Installation, REFERENCES : and Related Training for a Fleet Management Software System ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached Resolution, by four fifth (4/5') affirmative vote of the Members of the City Commission, after duly advertised public hearing, approving and confirming my finding that competitive sealed bidding procedures are not practical and advantageous for the procurement of a Fleet Management Software System; waiving the requirements for competitive sealed bidding procedures and accepting the contract award in an amount not to exceed $75,000 to CCG Systems, Inc. a non -minority / non local vendor, located at 711 West 21" Street, Norfolk, Virginia 23517, for the purchase, installation, and training relating to the acquisition of a Fleet Management Software System "Faster C/S". Funds are available in the FY '98 General Fund contribution the Capital Improvement Program, "Work Order and Project Management System", CIP No. 311604. BACKGROUND: A Fleet Management Software System is CRITICAL to the ability of the Department of General Services Administration's Fleet Management Division and the Fire - Rescue Department's Fire Maintenance Garage to provide records management, improve efficiencies, and realize operating savings. This system shall allow us to: benchmark operations; compile equipment use / cost analysis; administer a preventative maintenance program, enhance inventory control; manage warranties; and provide management with reporting tools to establish goals and objectives, monitor costs, efficiencies and quality of service. There are over thirty municipalities throughout the State of Florida which are utilizing this system. The implementation of a Fleet Management Software System is a Blue Ribbon Committee recommendation and is part of our Five Year Plan. For the past eight months the Departments General Services Administration, Fire -Rescue, Information Technology and Procurement have been identifying, evaluating and developing the best available system to meet the city's needs. The City Attorney's Office has provided legal guidance throughout the process. Based on a prior legal opinion it was determined that we could utilize an existing Palm Beach County Sheriff's Office contract 98- 6ib Fleet Management Software Page 2 of 2 and RFP as the template in negotiating and preparing a contract for this acquisition. However, a recent review of the previous legal opinion has led to a determination that affects our ability to utilize the Palm Beach County Sheriff's Office contract. The City Attorney's Office has indicated that we can still proceed with the acquisition which would require my determination that it would be practical and advantageous to waive competitive sealed bids, and the City Commission adopting the proposed Resolution by 4/5' affirmative vote after a duly advertised public hearing. Due to the amount of time already invested in the process, the consensus that the proposed system best meets the city's needs, and the current system utilized shall no longer be supported once the city's mainframe is upgraded. It is practical and advantageous to waive competitive sealed bids and proceed with the award of this contract. DHW/JP/JAP #I 98- 6a TO FROM Jose Garcia -Pedrosa Cit _Manager CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM DATE: SUBJECT K1 Pascual, Director REFERENCES partment of General Services Administration ENCLOSURES: April 28, 1998 FILE: Budgetary Authorization for the Purchase, Installation and Training for Fleet Management Software The Department of General Services Administration has verified with the Office of Budget and Management Analysis that funds are available from the FY `98 General Fund contribution to the Capital Improvement Program, "Work Order and Project Management System", CIP No. 311604, in an amount not to exceed $75,000. CIP PROJECT REVIEW AND APPROVAL BY: Date: PILAR S N - U LER, CI ADMINISTRATOR 27-98 BUDG TARY REVIEW AND APPROVAL BY: Date: 1�r _ DIPAK AREKH, DIRECTOR OFFICE OF BUDGET AND MANAGEMENT ANALYSIS JAP:eh GSA/MeFISof2.doc 98- 656 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: DATE Donald H. Warshaw June 5, 1998 anag " SUBJECT FROM u ascual, Director REFERENCES epartment of General Services Administration ENCLOSURES FILE : Request for waiver of Competitive Sealed Bids for the Purchase, Installation and Related Training for Fleet Management Software System The Department of General Services Administration is requesting your authorization to waive competitive sealed bids, and to award a contract to CCG Systems, Inc. a non - minority / non local vendor, located at 711 West 215L Street, Norfolk, Virginia 23517, for the purchase, installation, and training relating to acquisition of a Fleet Management Software System. The amount of contract award shall not exceed $75,000. Funds are available in the FY '98 General Fund contribution the Capital Improvement Program, "Work Order and Project Management System, CIP No. 311604. A Fleet Management Software System is CRITICAL to our ability to provide records management, improve efficiencies, and realize operating savings. This system shall allow us to: benchmark operations; compile equipment use / cost analysis; administer a preventative maintenance program, enhance inventory control; manage warranties; and provide management with reporting tools to establish goals and objectives, monitor costs, efficiencies and quality of service. There are over thirty municipalities throughout the state of Florida which are utilizing this system. The implementation of a Fleet Management Software System is a Blue Ribbon Committee recommendation and is part of our Five Year Plan. For the past eight' months we have been working with the Departments of Information Technology and Procurement in identifying, evaluating and developing the best available system to meet the city's needs. The City Attorney's Office has provided legal guidance throughout the process. Based on a prior legal opinion it was determined that we could utilize an existing Palm Beach County Sheriff's Office contract and RFP as the template in negotiating and preparing a contract for this acquisition. However, a recent review of the previous legal opinion has led to a determination that affects our ability to utilize the Palm Beach County Sheriff's Office contract. The City Attorney's Office has indicated that we can still proceed with the acquisition which would require the City Manager's determination that it would be practical and advantageous to waive competitive sealed bids, and the City Commission adopting a Resolution by 4/5`' affirmative vote after a duly advertised public hearing. 98-- 6156 Fleet Management Software Page 2 of 2 Due to the amount of time already invested in the process, the consensus that the proposed system best meets the city's needs, and the current system utilized shall no longer be supported once the city's mainframe is upgraded. It is practical and advantageous to waive competitive sealed bids and proceed with the award of this contract. It is respectfully recommended that the proposal to adopt a Resolution by four fifth (4/5 h) affirmative vote be presented to the Members of the City Commission, after duly advertised public hearing, for ratification, approving, and confirming the City Manager's waiving of the requirements for competitive sealed bids, and award the contract to CCG Systems, Inc. Appro e - Date: Donald H. Warshaw City Manager 98- 66 Walter J. Foeman TO City Clerk CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM DATE: SUBJECT: REFERENCES: Director General Services Administratir€i11CLOSURES: June 5, 1998 FILE: Waiver of Competitive Sealed Bids Ad for the June 23, 1998 Commission Agenda Please find attached for publication a legal advertisement for a waiver of competitive sealed bids hearing deeming the acquisition of a Fleet Management Software System to CCG Systems, Inc. This item is being scheduled for the June 23, 1998 Commission Agenda, and the ad must appear in the newspaper at least 10 days prior to such hearing. If you have any questions, please contact me at 575-5130. APPROVED FOR ADVERTISING Donald H. Warshaw City Manager Z/word/pmcunmsnVbid&Mai"rFlwWgn tSysCSA CITY OF MIAMI, FLORIDA NOTICE OF PUBLIC HEARING A public hearing will be held by the City Commission of the City of Miami, Florida on June" , 1998 at a.m. in the City of Miami 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 engagement of CCG Systems, Inc. to acquire a Fleet Management Software System, for the Department of General Services Administration. The acquisition of the Fleet Management Software System shall be at a total cost not to exceed $75,000.00. Inquiries from other potential sources of providers who feel that they might be able to satisfy the City's requirements in the provision of these services may contact Alan Savarese, Fleet Manager, at (305) 575-5171. All interested persons are invited to appear and may be heard concerning such proposed waiver for purchase and upgrade. 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 proceedings is made, including all testimony and evidence upon which any appeal may be based. (City Seal) Walter J. Foeman City Clerk Miami, Florida Z/word/pr=rsmenVbid&MahrerFWotMgmtSysGSA 9 8+ 656