Loading...
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 ,