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