Loading...
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 Accordingly, at the time the consent acaenda was adopted, Item #75 had already been withdrawn.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 Items #54 and #65 were withdrawn.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.