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