Loading...
HomeMy WebLinkAboutR-78-0135RESOLUTION 7 a 8 5 A RESOLUTION ACCEPTING THE BID OF NORTHSIDE MOTORS, INC. FOR FURNISHING EIGHTY AUTOMOBILES AT A COST OF $367,975.68, THE BID OF BOB DANCE DODGE FOR FURNISHING SEVEN PICKUP TRUCKS AT A COST OF $30,707,67, THE BID OF MUNROE-ZEDER CHRYSLER PLYMOUTH, INC. FOR TWO AUTOMOBILES AT A COST OF $9,979.88, AT A TOTAL COST OF $408,663,23; ALLOCATING $277,389,61 FROM MOTOR POOL REPLACEMENT (REVENUE SHARING); $75,000.00 FROM MOTOR POOL (RETAINED EARNINGS TRANSFER); $8,547428 FROM HUMAN RESOURCES (CETA); $17,094.56 FROM PARKS DESIGN (PARKS FOR PEOPLE BOND); $4,273,64 FROM COM- MUNITY AFFAIRS, FEDERAL REVENUE SHARING; $4,273,64 FROM "SUPPORT �` tSK MANAGEMENT (SELF-INSURANCE TRUST); $22,084,50 FROM `! IRE DEPARTMENT (CAPITAL IMPROVEMENT ORDINANCE 8745); O C U r i F N 1 , SSUERTHENG THE T PURCHASEY ORDERSTHISER AND EQUIPMENE T, AGENT TO T D FOLLOW" WHEREAS, pursuant to public notice, sealed bids were received January 18, 1978 for the furnishing of motor vehicles for the Department of Building and Vehicle Maintenance; and WHEREAS, invitations were mailed to forty-two potentialsuppliers and nine bids were received; and WHEREAS, funds for this purchase are available in the following funds: Motor Pool Replacement (Revenue Sharing),(Retained Earnings Transfer), Human Resources (Ceta), Parks Design (Parks for People Bond), Community Affairs (Federal Revenue Sharing), Risk Management (Capital. Improvement Ordinance 8745); and WHEREAS, this equipment will be used by the Department of Building and Vehicle Maintenance for the purpose of replacing equipment which is beyond econ- omical repair and provide necessary additional vehicles to be used by all depart- ments throughout the City; and WHEREAS, the City Manager and the Department of Building and Mainten- ance recommend that the bids received from Munroe-Zeder Chrysler Plymouth, Inc., Bob Dance Dodge and Northside Motors Inc. be accepted as the most advantageous bids to the City; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The January 18, 1978 bids of the following companies for furnishing motor vehicles to the Department of Building and Vehicle Maintenance is hereby accepted: (Self -Insurance Munroe -Zeiler Chrysler Plymouth, Inc, ( 2 Bob Dance Dodge ( 7 pick-up trucks) Northside Motors ( 80 autos) Total. Trust), Fire Department "DOCUMENT INDEX ITEM NO. ` " autos) $ 9,979,88 30,707.67 367,975,68 $408,663,23 CITY COMMISSION MEETING OF F E B 2 5 197E with futtds hereby allocated from: Motor Pool Replacement (Revenue Sharing) (Retained Earnings Transfer) Human Resources (Code 492892 CFTA) Parks Design (Code 387167 Patks for People Bond) Community Affairs (Code 947176 Federal Revnue Sharing) Risk Management (Self -Insurance Trust 269381) Fire Department (Capital Improvement Ord. 8745) the Total. $277,389,61 75,000.00 84547,28 17,094.56 4,273.64 4,273,64 22,084.50 $408,663:23 Section 2. That the City Manager is hereby authorized to instruct Purchasing Agent to issue the Purchase Orders for this equipment. PASSED AND ADOPTED this 23 day of February .ems- J PH ONGIE, CITY CLERK PREPARED AND APPROVED BY: t4� /• (4 iic ROBERT F. CLARK, ASST. CITY ATTORNEY AS TO FORM AND CO 7 OX, JR. CITY ATTO 1978. Maurice A. Ferre MAYOR t. BIB MUM' DATE BM RECEIVED Novembet 144 1977 POP BIDDER TYPES OP SECURITY AMOUNT ACCOUNTINO _ USA Sufi Chevtolet 1ttc6 7220 N. Kendall Dt. Hiami,Florida 33156 Vic Potemkin Chev 6.824.31 540 Alton Road Miami Beach,Florida SAL Rubino Miami Fla. no bid Received the Above described checks this dQy of FOR ACCQVNIS P1\ I$IQN FORM NO. 1043- REV. 74 ; los WY OF MIAMI, FLORIDA REOUISITION FOR ADVFRTISEMENT FOR BIDS r L DEPTIDIV ACCOUNT CODE 40141).2 f Bib NO. - 77'7'1'4 PREPARED BY L. kierrt DATE PHONE _,L;;I„Li CobE ITEM DESCRIPTION QUANTITY JNII AMT. PrOcr. .4u r-O '372614(4 TOTAL ESTIMATED ESTIMATED COST : CONTRACTUAL: INCIDENTAL : 7,LYO.0 TOTAL. S SOURCE OF FUNDS : To be filled in by EXPENDITURE CONTROL: rRovED B Y OuANtill tttrirtntNtS OttalAritikitiket RtitiutottMkt4tt POR MeNtitie 1 BIDS TO BE SECURED FOR iiayor FOR THE DEPARTMENT OF t-'1wrLics ADVERTISE ON "S\1??0\11NE„ccT S " FUNDS AVAILABLE FC)F PROJECT INVOLVED_..251 BIDS TO BE RECEIVED ON 11/14/71 OF ISSUING DEPARTMENT PROJECT CODE AD CODE EXPENDITURE CONTROLLER COPIES TO: Purchasing (Org.) — City Alanagcr — City Clerk —17xpenditur C‘mtrol — I ssaing Department — Other Affected Department WHITE GREEN PMK CANA.iiY BLUE GOLDENROD t etla l Advert I seme)t ►t Bid No. 77-h-7 Sealed bidu will be received by the City Manager and City Clerk of the City of Miami, l luritfa nu litter than 10t00 A. tt, o'clock Flover bet. 14 , 1)(i. for fury►i:;hintt one or more 4 (four :,ecf;ni:; For the Public. Prul.erLion Department in accordance With detailed .ipeci1 it`_at1unti available upon requeut at the ut l ire of the Purchauintl Agent, Purchauln(l I)iviuiun, 331tt Pan American Drive, Miami, telephone '4`J-63ti0. City of Miami, Florida J • It . tiras it' City Manager � 45 ( rr" ';F "'LrDRIDA • I►Vt'=431i0F*[841 MEMORANt JM t , Mr, Joseph R+ Gtassie l° uu City Manager tRomA► t, Mullins 1'urcltasitig Agent 1 � i ::ATE February 10, 1978 v-un°_- Recommendation for Resolution and Award of Bid: Motor Vehicles Pursuant to Public Notice, sealed bids were received January 18, 1978 for furnishing motor vehicles for the Department of Building and Vehicle Maintenance. Invitations were mailed to forty-two potential suppliers and nine bids were received as per the attached tabulation. Funds for this purchase are as follows: Motor Pool Replacement (Revenue Sharing) $277,389.61 (Retained Earnings Transfer) 75,000.00 Human Resources (Code 492892 CETA) 8,547,28 Parks Design (Code 387167 Parks for People 17,094.56 Bond) Community Affairs (Code 947176 Fed.Rev.Shar.) 4,273.64 Risk Management (Self -Insurance Trust 269381) 4,273.64 Fire Department (Capital Improvement 0rd. 8745) 22,084.50 Total $408,663.23 This purchase will replace equipment which is beyond economical re- pair and provide necessary additional vehicles to be used by all de- partments throughout the City. It is recommended that the award be made and a resolution be passed accepting the most advantageous bids as received from the following companies for furnishing motor vehicles to the Department of Build- ing and Vehicle Maintenance: Munroe-Zeder Chrysler Plymouth, Inc. Bob Dance Dodge Northside Motors $ 9,979.88 30,707.67 367,975.23 Total $408,663.23 The Department of Building and Vehicle Maintenance concurs with this recommendation. ALM:ek ITEM: b PARTMENT TYPE OP PURCHASE: REASON: POTENTIAL BIDDERS: $IDS RECEIVED: TABULATION: FUNDS: AWARD OF BTD Bid No. 77-78-26 Motor Vehicles Building and Vehicle Maintenance Single Yearly replacement of vehicles and additions. Forty-two Nine As per attached tabulation Motor Pool Replacement (Revenue Sharing) $277,389.61 (Retained Earnings Transfer) 75,000.00 Human Resources (Code 4)2892 CETA) 8,547.28 Parks Design (Code 387167 Parks for People 17,094.56 Bond) Community Affairs (Code 947176 Fed.Rev.Shar) 4,273.64 Risk Management (Self -Insurance Trust 269381) 4,273.64 Fire Department (Capital Improvement Ord. 22,084.50 8745) Total CERTIFIED AS TO AVAILABILITY OF FUNDS/SOURCE: /4, Department of Finance BID EVALUATION: All bids meet specifications. IT IS RECOMMENDED THAT THE AWARD BE MADE TO NORTHSIDE $408,663.23 RECOMMENDATION: MOTORS, INC., BOB DANCE DODGE AND MUNROE ZEDER, INC. The Department of Building and Vehicle Maintenance concurs. PURCHASING AGENT February 10, 1978 "SUPPORTIVE DOCU MENTS FOLLOW" ITEM BID S CURiTY Police data and pick• p ttucks 6Att MOS iEb tMEb 1/18/78 _. MEN t1fi3 b Si: WRit�t AMOUNt Abel NtiNb Mt .. _ 01 . _ :. 0 0 _ 8301 N.W7 Ave. - Miaini,I'lorida 9590 N, W. 27 th Ave . • Miami.Florida Monroe-Zeder Chrysler Plymouth Inc. 1850 NE 123 Street N.Miami,Florida 33181 Tally Embry Ford 9000 N.W. 7 Ave. Miami,Florida 33150 Trail Dodge 3199 Coral Way Miami,Florida Dixie AMC/Jeep 15895 S Dixie Highway Miami,Florida 33157 Fincher Motors Inc. t s 1 1 .,--- 1740 N.E. 2nd Ave. Miami,Florida 33132 7 i Re-ceived the shwa described checks this day Qf FOR ACCQUNTINy p1\ 1SION WY OF MIAMI, FLORIDA REQUISITION FOR QUANtit, REPROWO DtPARtMtNI ADVERTISEMENT FOR BIDS . Rbzumemtpits ran maims L DEPTIDIV ACCOUNT CODE Bib NO. DATt PREPARtb BY PHONE CODE ITEM DESCRIPTION UNIT OUANTiry PRIAMT. CE TOTAL EST IMAT ED COST : APPROVED BY $ CONTRACTUAL: BIDS TO BE SECURED FOR FOR THE DEPARTMENT OF: ADVERTISE ON BIOS TO BE RECEIVED ON INCIDENTAL : DIRECTOR OF ISSUING DEPARTMENT TOTAL OijRCE OF FUNDS: f 0+4 Oh of 112 1,1, PLNDITURE CONTROL : FUNDS AVAILABLE FOR PROJECT INVOLVED PROJECT T CODE _ AD CODE EXPENDITURE CONTROLLER ( ()pip. 1I): pu,r busing ((ig.) — City Atanagcr city Clerk VApenditure Lontrul — Issuing Department — Other Affected Department *HITE. GREENII ANAW, BLUE GOLDENROD fft.v 74 ow 1 i‘dverl ltumvid hid Nu. /7 -26 riesled bids will be received by the City Manauer and City Clerk or the City uf Miami, Florida nu later than 10:00 A. M. O'clock , Janugp-114-1212-- 16,=="*'*=4:6' for furniuhim ftli ivy )irk,41 rucks in aceordunce with detailed specifieutiuns available upon request at the office of the Purchasinu Agent, Purchallinu Division, 3318 Pun Americun Drive, Miami, telephone 579.'6380. City uf Miami, Floridu J. U. Grausie City Munuuer