HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM
File ID: #7198
Date: 02/13/2020
Commission Meeting Date: 04/09/2020
Requesting Department: Department of
Procurement
Sponsored By:
District Impacted: All
Type: Resolution
Subject: Accept Bid - Roadside Tire Repair Services Citywide
Purpose of Item:
The nature of this item is to authorize a resolution of the Miami City Commission,
accepting the bid received on January 21, 2020, pursuant to IFB 1154387, from the sole
responsible and responsive Bidder, S.O.S Mobile Tire Corp ("S.O.S") for the provision
of roadside tire repair services, on an as needed basis, for an initial contract term of two
(2) years, with the option to renew for three (3) additional one (1) year periods,
allocating funds of various sources of funds from the user departments and agencies,
subject to 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, and extensions, subject to allocations, appropriations and
budgetary approval having been previously made, and in compliance with applicable
provisions of the Code of the City of Miami, Florida, as amended, ("City Code"),
including, the City of Miami's Procurement Ordinance, Anti -Deficiency Act, and Financial
Integrity Principles, all as set forth in Chapter 18 of the City Code, in a form acceptable
to the City Attorney, and in compliance with applicable regulations, as may be
necessary for said purpose.
Background of Item:
On December 27, 2019, Procurement issued IFB No. 1154387, under full and open
competition. As required by the Procurement Code, the IFB was advertised and issued
online. On January 21, 2020, at the bid closing one (1) bid was received. The bid was
evaluated and tabulated following the guidelines published in the IFB. Procurement is
recommending award to S.O.S Mobile, the sole responsive and responsible Bidder, per
bid specifications. The estimated contract amount is $82,213.80 annually
(approximately $411,069.00 for all five (5) years).
Budget Impact Analysis
Item is NOT Related to Revenue
Item is NOT funded by Bonds
Item is an Expenditure
Total Fiscal Impact:
$82,213.80 annually (Approximately $411,069.00 in the aggregate)
General Account No.: Various sources of funds from the user Departments and Agencies.
Department of Procurement
Office of Management and Budget
Office of Management and Budget
City Manager's Office
City Manager's Office
Legislative Division
City Manager's Office
Office of the City Attorney
Office of the City Attorney
Office of the City Attorney
City Commission
Office of the City Clerk
Reviewed B
Annie Perez
Luis Hernandez -Torres
Christopher M Rose
Sandra Bridgeman
Denise Lee
Valentin J Alvarez
Arthur Noriega V
Pablo Velez
Barnaby L. Min
Victoria Mendez
Nicole Ewan
City Clerk's Office
Department Head Review
Budget Analyst Review
Budget Review
Assistant City Manager Review
City Manager Review
Legislative Division Review
City Manager Review
ACA Review
Deputy City Attorney Review
Approved Form and Correctness
Meeting
Rendered
Completed 02/13/2020 1:01 PM
Completed 02/13/2020 5:42 PM
Completed 02/13/2020 6:15 PM
Completed 03/13/2020 10:12 AM
Skipped 03/13/2020 10:50 AM
Completed 03/13/2020 11:27 AM
Completed 03/18/2020 12:53 PM
Completed 03/19/2020 11:38 AM
Completed 03/19/2020 1:16 PM
Completed 03/20/2020 2:24 PM
Completed 04/09/2020 9:00 AM
Completed 04/13/2020 1:44 PM
City of Miami
Legislation
Resolution
Enactment Number: R-20-0094
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 7198 Final Action Date:4/9/2020
A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID
RECEIVED ON JANUARY 21, 2020 PURSUANT TO INVITATION FOR BID ("IFB") NO.
1154387 FOR THE PROVISION OF ROADSIDE TIRE REPAIR SERVICES CITYWIDE
ON AN AS NEEDED BASIS FROM THE SOLE RESPONSIVE AND RESPONSIBLE
BIDDER, S.O.S MOBILE TIRE CORP ("S.O.S"), FOR AN INITIAL TERM OF TWO (2)
YEARS WITH THE OPTION TO RENEW FOR THREE (3) ADDITIONAL ONE (1)
YEAR PERIODS; ALLOCATING FUNDS FROM THE VARIOUS SOURCES OF
FUNDS FROM THE END USER DEPARTMENTS AND AGENCIES, SUBJECT TO
THE AVAILABILITY OF FUNDS AND BUDGETARY APPROVALS AT THE TIME OF
NEED; AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ANY
AND ALL OTHER DOCUMENTS, INCLUDING ANY AMENDMENTS, RENEWALS,
AND EXTENSIONS, SUBJECT TO ALL ALLOCATIONS, APPROPRIATIONS, PRIOR
BUDGETARY APPROVALS, COMPLIANCE WITH ALL APPLICABLE PROVISIONS
OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED ("CITY CODE"),
INCLUDING THE CITY OF MIAMI'S PROCUREMENT ORDINANCE, ANTI -
DEFICIENCY ACT, AND FINANCIAL INTEGRITY PRINCIPLES, ALL AS SET FORTH
IN CHAPTER 18 OF THE CITY CODE, IN A FORM ACCEPTABLE TO THE CITY
ATTORNEY, AND IN COMPLIANCE WITH ALL APPLICABLE LAWS, RULES, AND
REGULATIONS AS MAY BE DEEMED NECESSARY FOR SAID PURPOSE.
WHEREAS, on December 27, 2019, the City of Miami's ("City") Procurement
Department ("Procurement") issued Invitation for Bid ("IFB") No. 1154387 under full and open
competition to establish a contract for the provision of roadside tire repair services Citywide on
an as needed basis for an initial contract term of two (2) years with the option to renew for three
(3) additional one (1) year periods; and
WHEREAS, on January 21, 2020, Procurement received one (1) bid from the sole
responsive and responsible bidder, S.O.S Mobile Tire Corp, a Florida profit corporation
("S.O.S"), which was evaluated and tabulated following the required guidelines of the IFB;
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 on January 21, 2020 pursuant to IFB No. 1154387 for the
provision of roadside tire repair services Citywide on an as needed basis from the sole
responsive and responsible bidder, S.O.S, for an initial term of term of two (2) years with the
option to renew for three (3) additional one (1) year periods is accepted.
Section 3. Funds are allocated from the various sources of funds from the end user
departments and agencies, subject to the availability of funds and budgetary approvals at the
time of need.
Section 4. The City Manager is authorized to negotiate and execute any and all other
documents, including any amendments, renewals, and extensions, subject to all allocations,
appropriations, prior budgetary approvals, compliance with all applicable provisions of the Code
of the City of Miami, Florida, as amended ("City Code"), including the City's Procurement
Ordinance, Anti -Deficiency Act, and Financial Integrity Principles, all as set forth in Chapter 18
of the City Code, in a form acceptable to the City Attorney, and in compliance with all applicable
laws, rules, and regulations as may be deemed necessary for said purpose.
Section 5. This Resolution shall become effective immediately upon its adoption.
APPROVED AS TO FORM AND CORRECTNESS:
ndez, City Attor
ey 3/20/2020
1 The herein authorization is further subject to compliance with all legal requirements that may be
imposed, including but not limited to, those prescribed by applicable City Charter and City Code
provisions.