HomeMy WebLinkAboutM-84-007400 a
Ralph G. Ongie
City Clerk
January 25, 1g84
Item #75 of January 19, 1984
commission meeting
Jose Garcia -Pedrosa Your memorandum of 1/24/84
City Attorney
Please be advised that the City Manaqer on the record
announced the withdrawal of Item #75 from the agenda uTDon
our advice and request due to the lack of Code authority for
such action. Accordingly, at the time the consent acaenda was
adopted, Item #75 had already been withdrawn.
If you have already assigned a number to that item, we
suggest that such number be voided.
JGP/mm
Ova -
bids be rejected and that the purchases be authorized in the open
market from the suppliers listed below;
JOSE GARCIA-PEDROSA
City Attorney
RALPH G. O GIE
City Clerk
C;T� Or MIAMI. FLORIDA
INTER -OFFICE MEMORANDUM
` January 24, 1984
eE Item 75 of January 19, 1984 Commission
Meeting
„FE_REti.:ES
r.s Copy of Item 75
Our office has not been provided with the original, signed resolution for
item #75 of the January 19, 1984 City Commission meeting. The tape clearly
reflects that the Consent Agenda was passed with the exception of item #66.
Items #54 and #65 were withdrawn. Item 75 was contained in the Consent
Agenda and was passed, therefore, we need to have you send the original,
signed resolution for the record.
If, in your estimation, item #75 should not have been passed, you can rescind
it at a future meeting.
Thank you for your cooperation.
RGO:sl
cc: Members of the City Commission
IN
C_
Ts
n� x
r _v
A
RESOLUTION NO.
RESOLUTION REJECTING THE BIDS FROM 18 BIDDERS
A D AUTHORIZING THE PURCHASE IN THE OPEN MARKET
FO FURNISHING AUTHOMOTIVE PARTS AND SUPPLIES
TO HE DEPARTMENT OF BUILDING AND VEHICLE
MAI TENANCE AT A TOTAL ESTIMATED COST OF
$463 000.00; ALLOCATING FUNDS THEREFOR FROM
THE 1 83-84 OPERATING BUDGET OF THE DEPARTMENT
OF BUI DING AND VEHICLE MAINTENANCE; AUTHORIZING
THE CI MANAGER TO INSTRUCT THE PURCHASING
AGENT T ISSUE PURCHASE ORDERS FOR THESE
MATERIAL .
WHEREAS, pu suant to public notice sealed bids were
received November 21, 1 83 for the furnishing of automotive
parts and supplies on a ntract basis to the Department of
Building and Vehicle Maint nance; and
WHEREAS, invitati s were mailed. to 45 potential
suppliers and 18 bids were re eived; and
WHEREAS, funds for tt%s purchase are available in the
1983-84 Operating Budget; and
WHEREAS, the bids recei d were incomplete and unsatis-
factory; and
WHEREAS, the bidders stated\they could not obtain firm
prices from their suppliers, therefore preventing them from
bidding firm prices to the City; and
WHEREAS, it has been determined that the parts and
supplies are available in the open market t prices equal to or
below the bid prices received; and
WHEREAS, -these materials will be us by the Department
of Building and Vehicle Maintenance for the pur ose of maintaining
city vehicles; and
WHEREAS, the City Manager and the Direct r of the
Department of Building and Vehicle Maintenance reco end that the
bids be rejected and that the purchases be authorized in the open
market from the suppliers listed below;
7 ,
r
r
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF
THE CITY OF MIAMI, FLORIDA:
Section 1. The November 21, 1983 bids from 18 bidders
for furnishing automotive parts and supplies to the Department of
Building and Vehicle Maintenance are hereby rejected and the
purchase in the open market from the following suppliers at a
total estimated cost of $463,000.00 is hereby authorized with
funds therefor hereby allocated from the 1983-84 operating budget
of the Department of Building and Vehicle Maintenance:
Supplier
Hydraulic Supply Co.
Electric Sales Services, Inc.
Palmetto Kawasaki
Heavy Duty Parts
Hollywood Chrysler Plymouth
Power Brake Exchange, Inc.
Papco Auto Parts South, Inc.
Moses Auto Parts
Hydraulic Specialties, Inc.
Gus Machado Buick, Inc.
Max Grosso Chrysler
Miami Lincoln Mercury
Brake Service and Equipment Co., Inc.
L.A. Chevrolet, Inc.
Others
Total
Estimated Expenditure
$ 10,000.00
4,000.00
6,600.00
8,000.00
33,000.00
8,000.00
1,000.00
1,000.00
1,000.00
1,000.00
27,500.00
41,700.00
10,000.00
24,000.00
286,200.00
$ 463,000.00
Section 2. That the City Manager is hereby authorized
to instruct the Purchasing Agent to issue Purchase Orders for
these materials.
PASSED AND ADOPTED this day of 1984.
MAURICE A. FERRE
M A Y O R
JOSE R. GARCIA-PEDROSA
CITY ATTORNEY
I
1
75 CIrY OF MIAM1, FLORIOA
INTER -OFFICE MEMORANDUM
TO Howard V. Gary DATE: uecember 23, 1963 FILE:
City Manager
SUBJECT Request for Commission Action
FROM• C. 971COX, lr tpr
REFERENCES
Building & Vehicle Maintenance
ENCLOSURES
THE DEPARTMENT OF BUILDING AND VEHICLE MAINTENANCE
RECOMMENDS THAT A PESOLUTICN BE PASSED RE ECTING
THE BIDS RECEIVED FOR SUPPLYING THE AUTCMOTIVE
PARTS AND SUPPLIES TO THE DEPART..NENT CF BUILDING
AND VEHICLE MAINTENANCE FOR CUE (1) YEAR CN A CON-
TRACT BASIS AND AUTHORIZING THE PURCHASE IN THE
OPEN MARKET AT A TOTAL PROPOSED COST CF S463,300.
Pursuant to public notice, sealed bids were received on November 21, 1983
for furnishing automotive parts and supplies to 1-he Department of Building
and Vehicle Maintenance or. a contract basis for one (1) year.
In response to this notice, a total of eighteen (18) bids were received.
Several.of the potential vendors submitted partial bids with incomplete or
unsatisfactory information. In some cases, vendors who supply pars to
this Department on an "as needed" basis did not submit bids. This was
found to be due to the "generally uncertain economic conditions" and "infla-
tion" which does not enable them to obtain firm prices from their suppliers
and manufacturers at the present time.
After a complete and thorough analysis of the bids received, it is believed
that the City or Miami would benefit most by :Waking purchases of these materials
in the open market. This approach would enable the City to take advantage
of price breaks gained through daily competition among vendors. We have
found over the past year that this method of purcasing automotive parts
and supplies is extremely cost effective.
It is therefore recommended that required automotive parts and supplies be
purchased in the open market at a proposed cost cf $463,000 for ene (1)
year on a contract basis.