HomeMy WebLinkAboutR-86-0690J-86-769
RESOLUTION NO. 136--690
A RESOLUTION ACCEPTING"THE BID OF E.V.F.,
INC. FOR FURNISHING MODIFICATION OF CITY
VEHICLE TO A MOBILE COMMAND POST TO THE
DEPARTMENT OF FIRE, RESCUE & INSPECTION
SERVICES AT A TOTAL PROPOSED COST OF
$5,065.00; ALLOCATING FUNDS THEREFOR FROM
THE 1981 BOND -FIRE APPARATUS ACQUISITION
REPLACEMENT & MODIFICATION ACCOUNT;
AUTHORIZING THE CITY MANAGER TO INSTRUCT
THE CHIEF PROCUREMENT OFFICER TO ISSUE A
PURCHASE ORDER FOR THIS EQUIPMENT.
WHEREAS, pursuant to public notice, sealed bids were
received June 25, 1986 for the furnishing of Modification to City
Vehicle to the Department of Fire, Rescue & Inspection Services;
and
WHEREAS, invitations were mailed to eighteen (18)
potential suppliers and one (1) bid was received; and
WHEREAS, funds for this purchase are available in the
1981 Bond -Fire Apparatus Acquisition Replacement & Modification
Account; and
WHEREAS, this service will be used by the Department of
Fire, Rescue & Inspection Services for the purpose of
modification of City Vehicle; and
WHEREAS, the City Manager and the Director of the
Department of Fire, Rescue & Inspection Services recommend that
the bid received from E.V.F, Inc. be accepted as the lowest
responsible and responsive bid;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE
CITY OF MIAMI, FLORIDA:
Section 1. The June 26, 1986 bid of E.V.F. Inc. for
furnishing Modification of City Vehicle to the Department of
Eire, Rescue & Inspection Services at a total proposed cost of
$5,065.00 is hereby accepted with funds thereof hereby allocated
from the 1981 Bond -Fire Apparatus Acquisition Replacement &
Modification Account.
CP1'i CO)OMSIQN
METING OF
SEP 11 1966
�sorwrmn �.
4;.
Section 2. The City Manager is hereby authorized to
instructed the Chief Procurement Officer to issue a purchase
Order for this service.
PASSED AND ADOPTED this lltjLday of UPTEMBER , 1986.
XAVIER L. sl&M2
MAYOR
ATTE s
/j/
w nVn
BID SECURITY
BID:85-86-90*COMMAND I VAN
PATE tftp: WEIYE® JUNE 25 , 1986-2 00 PM
TTPE OF SUM Ty
EIt EII
DOWLING FIRE EQUIPMENT INC.
P 0 BOX 1170
SILVER SPRINGS FL. 32688
7:' L
NO BID
..®
SOUTHERN-COACH,'.INC.
1705 N.W. PINE AVENUE
OCALA,FLORIDA 32670
NO BID
--
FIRST RESPONSE,INC.
4788 HWY 42
ELLENWOOD, GEORGIA 30049
BROKEN DOWN IN ITE
S
E.V.F. INC.
7555 GARDEN ROAD
RIVIERA BEACH, FL. 33404
BROKEN DOWN IN ITE
S
w x i
1 .
CI
LEGAL ADVERTISEMENT 7-
BID NO. 85-86--90
CITY
r17
�:���►rfi. FLA.
Sealed bids will be received by the City Mana er and City
of the City of Miami, Florida not later than 2:00� . m. June 2 5,
1EU"Ixor modification of a Command I Van for the General Services
Administration Department, Motor Pool Division.
Ordinance No. 10062 established a goal of Awarding 51% of the
City's total dollar volume of all expenditures for All Goods and
Services to Black, Hispanic and Women Minority Business
Enterprises on an equal basis.
Minority Vendors who are interested in submitting bids and who
are not registered with the City as minority vendors are advised
to contact the City Procurement Management Office, 1390 N.W. 20th
Street, Second Floor, Telephone 579-6380.
Detailed specifications for the bids are available upon request
at the City Procurement Management Office.
The City Manager may reject all bids and readvertise.
(Ad No. 3455)
-
,fit
J.
Cesar H. Odio ..
City Manager
t.
of ..
t
'W
coo rn-ftmal (aw
REQUISITION FOR A13VCRTISF-MF-NT
DEPT/DIV.
i 3455
28040 87
AMOUNT CODE
`7 1) '3 0 D
D 41 19J6 PHONE
ATE APPROVE
:
PREPARED BY biaz 4
DIRECTOR OF ISSUING DEPARTMENT
Puplish the attached advertisement one times.
(number of times)
Type of advertisement: legal- classified display
(Check One)
Size: Starting date June 6, 1986
Did No. 85--86-90 bids will be.. .
First four words of advertisement: Did
of City Vell-icle, No. 3164 (open 6-25-86 2:00
Remarks:
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
LINE:
PUBLICATION
DATE(S) OF
ADVERTISEMENT
INVOICE
AMOUNT
1 0
The Miami Review
'A
18-2
C-3
D-4.
E-51
F3
F4
F5
F7
FS
F9
F10
F11
F12
LINE
ITRMS
VOUCHER
DUE
DUE DATE
MM DD
Adv. Doc. Reference
VENDOR
INDEX CODE
OBJECr
PROJECT
11
13 1 1718
25134
39142
145
50151
56
57 62
63 65
66 71
7
12
4
1
1
VIP
I
I
I
1
112101211
ill
I I
I
I I
I
I
1
1, 1
1
I
I
I I
,
1
2
3
4 7
8 V P 12
_I
3
14
15 DESCRIPTION
36
64DISCOUNT69
72
AMOUNT W
V11
5 2 0 0 2 0 1
Pink',Copy: Mlaria Purchasing
Yell9w Copy: Silvia Mendoza - City Clerk's
Approved for Payment
White - Purchasing Yellow - Finance Pink - Department
11
0
i
CITY OF MIAM1. FI o niDA
INTER -OFFICE MEMORANDUM
TO: The Honorable mayor and Members DATE: S P 3 19M FILE:
of the City Commission
SUBJECT: Recommendation for Resolution
and Award of Bid 85-86-90
Command I Van Modification
FROM: Cesar H. Odl r REFERENCES:
City Manager 'Y For City Commission
_ ENCLOSURES: Meeting of Sept. 11, 1986
It is recoicunended that an Award
of Bid be made and a Resolution
e passed accepting the bid frFm
E.V.F., Inc., of Riviera Beach,
F orida, as the lowest,
resg2nsible bidder for the
modification of Command I Van at
a one time cost of 5,065.00
Amount of bid: $5,065.00
Cost estimates N/A
% of cost estimates N/A
Source of funds: Account code 313219-289401-840 entitled Fire
Apparatus Acquisition Replacement and
Modification
Minority representation: Non -minority vendor
Public hearings/notices: N/A
Assessable project: N/A
Discussion background:
The modification of Command I Van, vehicle #3164 (presently
assigned to the Fire Department), would convert it from a
transportation vehicle to a mobile Command Post, which would cost
approximately $ 5, d6 5.00.
This would provide a well -lighted and organized field office at the
scene of major emergency incidents. It would provide storage and
protection for needed reference materials and equipment. Provides
the necessary room for Command Officers and other agency
representatives to plan and develop strategies to stabilize the
incident. This modification has been put out for bid in order to
s
z
!J
f
AWARD OF BID
Bid No. 85-86-90
ITEM
Command I Van Modification
'
DEPARTMENT:
Fire, Rescue & Inspection Services
'#4
TYPE OF PURCHASE:
Short term contract
REASON:
To provide a well -lighted and
organized field office at the scene of
major emergency incidents.
POTENTIAL BIDDERS:
18
BIDS RECEIVED:
1
FUNDS:
1981 Bond -Fire Apparatus Acquisition
Replacement & Modification
MINORITY PARTICIPATION:
No minorities were listed for this
commodity. Invitat ons
to bid were sent to eleven (11) Minority
Organizations.
No minority response was
received.
BID EVALUATION:
The bid meets the specifications.
Following is an analysis of the
Invitation to Bid:
Number of Bid Number of
Category
Invitations Mailed Responses
Prior Bidders
Black American
0 0
Hispanic American
0 0
Non -Minority
9 1
New Bidders
Black American
1 0
Hispanic American
0 0
Non -Minority
8 0
Courtesy Notifications 11 0
RHO Bids"
- 3
Late Bids
- 0
Totals
2g 4
Reasons for "No Bid" were as follows:
1. Dowling Fire Equipment.
Inc. "We are unable to provide
this service at
this time due to our schedule."
2. Southern Coach,
Inc. "We do not furnish this item."
3. First response,
Inc. "lie do not provide this product at
this time."
t
.
a
Page 1 of 2
A
11
RECOMMENDATION:
IT IS RECOGIHtEAiDI;D THAT THE AWARD BE
MADE TO E.V.F. INC. FOR A TOTAL
ESTIMATED AMOUNT OF $5,O65.00.
Chi e -Procurement o >lcer
Date
The Minority & Women
Business Administrator concurs with the
above recommendation.
n
Minority Women Business
Administrator'
r
,Date
F
1
m
r
r
;
..
k1
Page 2 of 2'
mot.
..
-
ax+
F tvu
:
...,
....• ,. ... _. r'. .. .a. .. .., .,.,.. __ ., ..';. ., .. 'C
}
,. .. 1 ,: '.. -. c r -. .F-J..NfSfSk�i.+kt ,