HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM
File ID: #3275
Date: 11/08/2017
Commission Meeting Date: 12/14/2017
Requesting Department: Department of
Police
Sponsored By:
District Impacted: All
Type: Resolution
Subject: Approve Bid - Municipal Towing Software
Purpose of Item:
The nature of this item is to authorize a resolution of the Miami Commission accepting
the bid received October 3, 2017, pursuant to IFB No. 702382, from Tegsco, LLC the
responsive and responsible bidder, to provide Municipal Towing Software for the Police
Department ("Police"), for a contract term of five (5) years with the option to renew for
one (1) additional five (5) year period, allocating funds from various sources of funds
from the user department and agencies, subject to the availability of funds and
budgetary approval at the time of need. Authorizing the City Manager to negotiate and
execute any amendments and modifications to the contract, in a form acceptable to the
City Attorney, as may be necessary for said purpose.
Background of Item:
Police has a need for Municipal Towing Software. On August 24, 2017, the
Procurement Department ("Procurement") issued IFB No. 702382. As required by the
Procurement Code, the IFB was advertised and issued online. On October 3, 2017, at
the bid opening, three (3) bids were received and tabulated. Procurement is
recommending award to Tegsco, LLC, the lowest responsive and responsible bidder per
bid specifications. The estimated annual contract amount is $29,000.00. The estimated
contract amount is $290,000.00 in the aggregate for all ten years.
Budget Impact Analysis
Item is an Expenditure
Item is NOT Related to Revenue
Item is NOT funded by Bonds
Total Fiscal Impact:
$29,000 annually ($290,000.00 estimated for 10 Years), $50,000 are available for the Police
Towing Software in
Capital Project #40-B173212
Reviewed B
Department of Police Xiao-Wen Michelle Choi Initial Police Review Completed 11/08/2017 1:49 PM
Department of Police Ronald Papier Police Chief Review Completed 11/08/2017 9:13 PM
Department of Police Rodolfo Llanes Department Head Review Completed 11/17/2017 9:21 AM
Office of Management and Budget
Office of Management and Budget
City Manager's Office
Legislative Division
Office of the City Attorney
Office of the City Attorney
City Commission
Office of the Mayor
Office of the City Clerk
Office of the City Clerk
Adine Cordero
Christopher M Rose
Daniel J. Alfonso
Valentin J Alvarez
Valentin J Alvarez
Victoria Mendez
Nicole Ewan
Mayor's Office
City Clerk's Office
City Clerk's Office
Budget Analyst Review
Budget Review
City Manager Review
Legislative Division Review
Deputy City Attorney Review
Approved Form and Correctness
Meeting
Signed by the Mayor
Signed and Attested by the City
Rendered
Completed
Completed
Completed
Completed
Skipped
Completed
Completed
Completed
Clerk Completed
Completed
11/20/2017 7:33 PM
11/28/2017 1:08 PM
11/29/2017 7:23 PM
12/04/2017 11:33 AM
12/04/2017 11:34 AM
12/05/2017 5:35 PM
12/14/2017 9:00 AM
12/22/2017 12:20 PM
12/22/2017 12:55 PM
12/22/2017 12:55 PM
City of Miami
Legislation
Resolution
Enactment Number: R-17-0614
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 3275 Final Action Date:12/14/2017
A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID
RECEIVED OCTOBER 3, 2017 PURSUANT TO INVITATION FOR BID ("IFB") NO.
702382 FROM TEGSCO, LLC, THE LOWEST RESPONSIVE AND RESPONSIBLE
BIDDER, TO PROVIDE THE MIAMI POLICE DEPARTMENT ("MPD") WITH
MUNICIPAL TOWING SOFTWARE, FOR AN INITIAL CONTRACT PERIOD OF FIVE
(5) YEARS, WITH THE OPTION TO RENEW FOR ONE (1) ADDITIONAL FIVE (5)
YEAR PERIOD; ALLOCATING FUNDS FROM VARIOUS SOURCES OF FUNDS
FROM THE MPD AND OTHER AGENCIES, SUBJECT TO THE AVAILABILITY OF
FUNDS AND BUDGETARY APPROVAL AT THE TIME OF NEED; AUTHORIZING THE
CITY MANAGER TO NEGOTIATE AND EXECUTE ALL OTHER DOCUMENTS,
INCLUDING ANY AMENDMENTS, RENEWALS, EXTENSIONS, AND
MODIFICATIONS TO THE CONTRACT, IN A FORM ACCEPTABLE TO THE CITY
ATTORNEY, AS MAY BE NECESSARY FOR SAID PURPOSE.
WHEREAS, the Miami Police Department ("MPD") has a need for the procurement of
towing software for municipal towing; and
WHEREAS, the Procurement Department ("Procurement") issued Invitation for Bid
("IFB") No. 702328 to establish a contract for Municipal Towing Software for the MPD;
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 bid received October 3, 2017, pursuant to IFB No. 702382 from Tegsco,
LLC, the lowest responsive and responsible bidder, to provide the MPD with municipal towing
software, for an initial contract period of five (5) years, with the option to renew for one (1)
additional five (5) year period, is accepted.
Section 3. Funds to be allocated from the various sources of funds from the MPD and
other agencies, subject to the availability of funds and budgetary approval, at the time of need.
Section 4. The City Manager is authorized' to negotiate and execute all other
documents, including any amendments, renewals, extensions, and modifications to the contract,
in compliance with applicable regulations, and in a form acceptable to the City Attorney, as may
be necessary for said purpose.
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 City Code
provisions.
Section 5. This resolution shall become effective immediately upon its adoption and
signature of the Mayor.2
APPROVED AS TO FORM AND CORRECTNESS:
ndez, City Attor ey 12/5/2017
2 If the Mayor does not sign this Resolution, it shall become effective at the end of ten (10) 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.