Loading...
HomeMy WebLinkAboutR-86-09201-86--912 R I :SOLUTION IJO . 13 &e A RESOLUTION Rr+T 1F) 7N API"POVING AND CONFIWIINIG, I3Y A 4/5THS AFFI RI,ATIVE VOTE OF THE TIFFi3FIRS OF THE CITY COh)MI SSION, THE ACTIONS OF THF CITY t1A. AGER IN FINDING THF. hURCHA,;F A►NP JT�STII!L,ATION OF FOUR (4) AUTOI-,UTIVF HYDRAUI_4C I-LFTS AT THE MOTOR FOUL, SHOP TO Rf:: AN" EJ1FRGENCY PROJECT AND I h' 7>.UTH0R I Z I N( THE. L SSUANCE OF AN II;ENGFNCY PURCHASE ORDLR FOR THE PURCHASE AND IIJSTALLATION1 OF SAID HYDRAULIC LIFTS i'O PIE:CO 11JAt5I, INC. FOR THE DEPARTMENT OF GENERAL SERVICES AVMINISTRATION AT A TOTAL PROPOSED COST OF $17, 629. 44; ALLOCATING FUNDS THEREFOR FROM THE 1986--67 OPERATING BUDGET. WHEREAS, pursuant to public notice, sealed bids were received January 29, 1986 for the furnishing of four (4) Automoti%a Hydraulic Lifts to the Department of General Services Administration; and WHEREAS, invitations were mailed to twenty six (26) potential suppliers and five (5) bids were received; and WHEREAS, funds for this purchase were available in the 1986-87 Operating Budget; and WHEREAS, this equipment is to be used by the Department of General Services Administration, Motor Pool Division for the purpose of greatly improving the efficiency and safety of vehicle repairs; and WHEREAS, the City Manager and the Director of the Department of General Services Administration recommend that the bid received from Pieco Miami, Inc. be accepted as the lowest responsible and responsive bid; WHEREAS, the City Manager has made a written finding that a valid emergency need existed, as there is a shortage of these units available for use by the mechanics of this division limiting the use of the work area. The availability of four (4) additional units would greatly improve the efficiency and safety of vehicle repair. NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: CITY COMMISSION MEETING OF LMIL kKS: NOV 13 1916 )N No. SG-920 Section 1. The City Manager's written finding that a valid need existed for considering as an emergency the herein purchase and installation of an emergency order for said Automotive Hydraulic Lifts is hereby ratified by an affirmative vote of not less than 4/5ths of the members of the City Commission. Section 2. The City Manager's action in authorizing the Chief Procurement Officer to issue a Purchase Order to Pieco Miami, Inc. in the amount of $17,629.44 for the purchase and installation of four (4) Automotive Hydraulic Lifts at the Motor Pool Division to the Department of General Services Administration with funds therefor hereby allocated from the 1986-87 Operating Budget, is hereby ratified, approved and confirmed. PASSED AND ADOPTED this 13th day of Novembpr 1986. XAVIER L. U REZ MAYOR ATTE s MA Y HIRAI, CITY CLERK PREPARED AND APPROVED BY: LAa OBERT F. CLERK CHIEF DEPUTY CITY ATTORNEY APPROV D AS TO FORM AND CORRECTNESSs a CI M HE TY CITY ATTORNEY 86-920 Q �j c(TY of U411 mo, rt-o"vDA. owr*-orricir MOrMORAFYOUM 57 The Honorable Mayor and Members DAT17 NOV 51 Me! of the City Commission Pe -solution Ratifying sUSJECT: Action of City Manager Emergency Award of Bid 85-86-44 Purchase and Installation of 4 Auto - Cesar Caesar H. Odio REFERENCE: motive Hydraulic Lifts City Manager 10 ENCLOSURES: RECOMMENDATION - It is respectfully recommended that the City Commission adopt the attached resolution ratifying, approving and confirming an emergency action. of the City Manager awarding a contract and issuing an emergency purchase order to furnish and install four (4) automotive hydraulic lifts at the Main Motor Pool, located at 1901 N.W. 12 Avenue, to Pieco Miami, Inc., the lowest responsive bidder. The total cost of these services is $17,629.44, which funds are available in the capital equipment account budget. BACKGROUND: The General Services Administration Department analyzed bids received pursuant to Bid #85-66-44, to provide and install four (4) automotive hydraulic lifts for the Main Motor Pool, at 1901 N.W. 12 Avenue. The lowest acceptable bid submitted to furnish and install the hydraulic lifts was from Pieco Miami, Inc.. Having determined the hydraulic lifts are necessary to improve productivity in the Motor Pool Maintenance Division, permitting four additional bays to be used for more extensive vehicle maintenance checks, and because the lead time required to obtain the equipment is lengthy, the City [tanager determined emergency award of this contract to be an appropriate action. Amount of Bid: $17, 629.44 % of Cost Estimates: N/A Budgeted Amount: $17, 629. 44 Source of Funds: 1986-87 Motor Pool Maintenance Division Funds '1 Minority Participation: Public Hearings/Notices: Assessable Project: Attachments: Proposed Resolution Award is to a non -minority contractor. N/A N/A 1A" i N A ITEM: DEPARTMENT: REASON: AWARD OF BID Bid No. 85-86-44 Four (4) Automotive Hydraulic Lifts General Services Administration Sinyle Purc?las? The purchase of these four additional units would greatly improve the efficiency and safety of vehicle repairs. 25 BIDS RECEIVED: 5 TABULATION: Attached FUNDS: 1986-87 Operating Budget MINURITY/WOMEN PARTICIPATION: Invitations to bid were sent to eight 78 Hispanic and one (1) Women owned firms engaged in the sale of automotive hydraulic equipment as located in the following sources: 1. Vendors applicaton on file in Purchasing 2. Dade County Minority Register 3. Yellow pages telephone book Minority Response consisted of one bid (1)from a hispanic vendor. FUNDS: 1986-87 Operating Budget BID EVALUATION: Category Prior Bidders Black Hispanic Women owned Non -Minority New Bidders Black Hispanic Women owned [ton -Minority Courtesy Notifications "No Bids" Late Bids Totals All bids meet the specifications. Following is an analysis of the Invitation to Bid: Number of Bid Number of Invitations Mailed Responses 0 8 1 16 10 Page 1 of 2 0 1 0 4 0 2 0 7 Reasons for "No Figs" were as follows: 1. Bear Automotive of Fla,, Inc. - We do not manufacture ground lifts. 2. Hydraulic Specialties,Inc. - Unable to supply equipment. RECOMMENDAT ION : IT IS RECOMMENDED THAT THE AWARD BE MADE TO P I ECO [•A I AM I, I NC . FOR A TOTAL PROPOSED AMOUNT OF $17, 629. 44. Chief Procurement Officer Da t e The Minority & Women Business Administrator concurs with the above recommendation. Minority & Women Business Administrator Uat e