HomeMy WebLinkAboutR-03-0298J-03-205
03/24/03
RESOLUTION NO. 0 3 — 298
A RESOLUTION OF THE MIAMI CITY COMMISSION BY
A FOUR-FIFTHS (4/5 THS) AFFIRMATIVE VOTE, AFTER
AN ADVERTISED PUBLIC HEARING, RATIFYING,
APPROVING AND CONFIRMING THE CITY MANAGER'S
FINDING OF SOLE SOURCE; WAIVING THE
REQUIREMENTS FOR COMPETITIVE SEALED BIDDING
PROCEDURES AND APPROVING THE PROCUREMENT OF
LIFEPAK DEFIBRILLATOR/MONITORS AND
ACCESSORIES, FOR THE DEPARTMENT OF
FIRE -RESCUE FROM MEDTRONIC PHYSIO -CONTROL
CORPORATION, THE SOLE SOURCE PROVIDER OF THIS
EQUIPMENT, ON A CONTRACT BASIS FOR A ONE-YEAR
PERIOD, WITH THE OPTION TO EXTEND FOR TWO
ADDITIONAL ONE-YEAR PERIODS, IN AN ESTIMATED
ANNUAL AMOUNT OF $89,479.75, FOR A TOTAL
CONTRACT AMOUNT NOT TO EXCEED $268,439.25;
ALLOCATING FUNDS FROM THE "MIAMI-DADE COUNTY
EMS GRANT (FY `2001-02)," PROJECT NO. 104014,
ACCOUNT CODE NOS. 280777.6.840 ($70,000) AND
280774.6.840 ($19,479.75), SUBJECT TO
AVAILABILITY OF FUNDS.
WHEREAS, the Department of Fire -Rescue ("Fire -Rescue") has a
need to establish a contract with a reliable source for the
procurement of Lifepak Monophasic defibrillators/monitors and
accessories to support Fire -Rescue's day-to-day operations; and
WHEREAS, since 1984, Fire -Rescue has used various medical
equipment provided by Medtronic Physio -Control Corporation
("Medtronic"), as a sole source provider, and has also maintained
CITY CQPIKIMN.
MEETING OF
MAR ? 7 22,03
Resolution No.
03- 298
an equipment maintenance and service agreement with Medtronic;
and
WHEREAS, extensive field tests of comparable equipment on
the market have conclusively proven the superior function and
reliability of Medtronic products; and
WHEREAS, the required cardiac monitoring and accessories are
fully compatible with the systems currently used by Fire -Rescue;
and
WHEREAS, the Chief Procurement Officer has adopted a finding
that Medtronic is the only provider of the requested equipment in
this service area; and
WHEREAS, the finding of the Chief Procurement Officer has
been approved and adopted as the finding of the City Manager; and
WHEREAS, the City Manager and the Chief of Fire -Rescue
recommend that the requirements for competitive formal sealed
bids be waived and the procurement of the above service as
specified be approved;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the
Preamble to this Resolution are adopted by reference and
incorporated as if fully set forth in this Section.
Page 2 of 4 03— 298
Section 2. By a four-fifths (4/5ths) affirmative vote,
after an advertised public hearing, the City Manager's finding of
sole source is ratified, approved and confirmed, the requirements
for competitive sealed bidding procedures are waived, and the
procurement of Lifepak Monophasic defibrillator/monitors and
accessories is approved for the Department of Fire -Rescue from
Medtronic Physio -Control Corporation, the sole source provider of
this equipment, on a contract basis for a one-year period, with
the option to extend for two additional one-year periods, in an
estimated annual amount of $89,479.75, for a total contract
amount not to exceed $268,439.35, with funds allocated from the
"Miami -Dade County EMS Grant (FY 12001-02)", Project No. 104014,
Account Code Nos. 280777.6.840 ($70,000) and 280774.6.840
($19,479.75), subject to availability of funds.
Section 3. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor.!'
1f If the Mayor does not sign this Resolution, it shall become
effective at the end of ten calendar days from the date it was
passed and adopted. If the Mayor vetoes this Resolution, it shall
become effective immediately upon override of the veto by the
City Commission.
Page 3 of 4 03- 298
PASSED AND ADOPTED this 27th day of March , 2003.
M EL A. DIAZ , I�MAYOR
ATTEST:
$IIS�I�AI14LAA. THOMPSON
CITY CLERK
APPROVED FORM AND RRECTNESS:8�/
F�
Off
J DRO VILARELLO
C ATTORNEY
W6994:tr:AS:BSS
Page 4 of 4
03- 298
TO
FROM
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
Honorable Mayor and
bers of th ity ommis o
v� �^-
J e ola
'ef Administrator/City Manager
RECOMMENDATION
DATE: 1V1 R i J 2003 FILE: FM-031.doc
SUBJECT: Sole Source Purchase:
Lifepak 12 Monophasic
Defibrillator/Monitors & Accessories;
REFERENCES: Fire -Rescue Department
ENCLOSURES:
Resolution
It is respectfully recommended that the City Commission adopt the attached Resolution ratifying,
approving, and confirming the City Manager's finding of sole source, waiving the requirements
for competitive sealed bids and authorizing the procurement of Lifepak 12 Monophasic
defibrillator/monitors and accessories from Medtronic Physio -Control Corporation, a non-
local/non-minority vendor, located at 11811 Willows Road NE, P.O. Box 97023, Redmond, WA
98073, the sole source provider, for the Department of Fire -Rescue.
This proposed purchase would be on an as -needed, when -needed contract basis for one (1) year
with the option to extend for two (2) additional one-year periods, in an estimated annual amount
of $89,479.75, for a total contract award amount not to exceed $268,439.25. Funds will be
allocated from the "Miami -Dade County EMS Grant (FY `2001-02)", Project No. 104014,
Account Code Nos. 280777.6.840 ($70,000) and 280774.6.840 ($19,479.75), subject to
availability of funds.
BACKGROUND
The Department of Fire -Rescue has a need to establish a contract with a reliable source for the
procurement of Lifepak 12 Monophasic defibrillator/monitors and related equipment on an as -
needed, when needed -contract basis to support the Department's day-to-day operations. These
defibrillator/monitors are currently used by the emergency response teams and are necessary for
total compatibility of the Department of Fire -Rescue current inventory of defibrillator/monitors.
This compatibility is vital to the smooth transfer of patient care from one City of Miami
Department of Fire -Rescue unit to another. For the safety and well being of the citizens of the
City of Miami it is imperative that the Department is equipped with the most effective tools in
the line of duty.
Pursuant to Resolution No. 99-186, adopted March 23, 1999, Medtronic Physio -Control
Corporation was determined to be the sole source provider of this equipment based upon field
test of market comparables, which conclusively proved the superior function and reliability of the
Medtronic Physio Control products.
03- 298
Honorable Mayor and
Members of the City Commission
Page 2 of 2
As the Chief Procurement Officer has deemed Medtronic Physio -Control Corporation as a sole
source; it is therefore, recommended at this time that the City Commission ratify the City
Manager's finding of sole source and authorize the purchase of this equipment.
Fiscal Impact: None — Funded by the Miami -Dade County EMS Grant Award
7V. , a',
JA/W WB/MLK/TF/jam
fie
FM.031.doc
08-
298
9Q
Department Fire -Rescue
2. Agenda Item # (if available)
Budgetary Impact Analysis
Division: Emergency Response Division
Title and brief description of legislation or attach ordinance/resolution:
Resolution ratifying, approving, and confirming the City Manager's finding of sole source waiving
the requirements for competitive sealed bids and authorizing the procurement of Lifepak 12
Monophasic defibrillator/monitors and accessories from Medtronic Physio -Control Corporation the
sole source provider, on an as -needed contract basis for one year (1) with the option to extend for (2)
additional one (1)} year periods, in an estimated annual amount of $89,479.75, for a total contract
award amount not to exceed $268,439.25.
Is this item related to revenue? NO: X YES _ (If yes, skip to item #7.)
Are there sufficient funds in Line Item?
YES: X Index Code 280777 & 290774 Minor Obj. Code 840 Amount: $70,000.00 (280777.6.840)
& $19,479.75 (280774 6 840)
NO: _ Complete the following questions.-
Source
uestions:
Source of funds: Amount budgeted in the Line Item $
Balance in Line Item $
Amount needed in the Line Item
Sufficient funds will be transferred from the following line items:
ACTION ACCOUNT NUMBER
ACCOUNT NAME TOTAL
Index/Minor Object/Project No.
dw- J
From
$
From
$
From
$
To
$
7. Any additional comments?
8. Approved by: 11;'/
Department D
as
Date
Verified by:
Verified by: �S
%Di lq'?{o — 1 CA
Transfer
Transfer done by:
dw- J
,
2X011.7 -VR0 — _v100'
Chief Str eg' la gg, Bu g,
Budget Analyst
Budget Analyst
Performa ce Direc /Designeejc�l1J
. pMA- nAv—
Date
Date—q 21103
Date
03- 298
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Michael A. Rath, Acting Director
Department of Purchasing
y��� f=�i21�j
FROM: Chief William . Bryson, Director
Department of Fire -Rescue
DATE: February 14, 2003 FILE: FM-032.doc
SUBJECT: Sole Source Purchase:
Physio -Control Lifepak 12
Monophasic Defibrillator/Monitors
REFERENCES: & Accessories
ENCLOSURES:
The Department of Fire -Rescue has verified that funds are available to cover the first year cost of
the above subject expenditure in the amount of $89,479.75; in the Department of Fire -Rescue's,
"Miami -Dade County EMS Grant (FY `2001-02)", Project No. 104014, Account Code Nos.
280777.6.840 ($70,000) and 280774.6.840 ($19,479.75).
Budget Approval: Z 2� 't-3
L ng, C'hielJ Strategic Planning, IDate
Budgeti d Performance
X1
W WB/MLK/TF/jam
FM.032.doc
0.3- 298
TO: Joe Arriola
Chief Administrator/City Manager
FROM:
Michael A. Rath, Acting Director
Chief Procurement Officer
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DATE: February 26, 2003 FILE :
SUBJECT: Sole Source Acquisition of
Lifepak 12 Monophasic
Defibrillator/Monitors &
REFERENCES: Accessories
ENCLOSURES:
An investigation was conducted by staff to determine Medtronic Physio -Control Corporation, located at
11811 Willows Road NE, P.O. Box 97023, Redmond, WA 98073, is the sole source provider of Lifepak 12
Monophasic defibrillator/monitors and accessories, for the Department of Fire -Rescue.
According to the Department of Fire -Rescue, it has a need to establish a term contract for the procurement
of Lifepak 12 Monophasic defibrillator/monitors and related equipment on an as -needed, when needed -
contract basis to support the Department's day -today operations. These defibrillator/monitors are currently
used by the emergency response teams and are necessary for total compatibility of the Department of Fire -
Rescue's current inventory of defibrillator/monitors. This compatibility is vital to the smooth transfer of
patient care from one City of Miami Department of Fire -Rescue unit to another. For the safety and well
being of the citizens of the City of Miami, it is imperative that the Department is equipped with the most
effective tools in the line of duty. In addition, per Resolutions Nos. 99-186 and 01-703, Medtronic Physio -
Control Corporation was deemed by the City to be the sole source provider of this equipment.
According to Medtronic Physio -Control, it is the only source from which to obtain the Lifepak 12
defibrillator/monitor family of products, parts, and accessories in our marketplace. Further, it does not
utilize the services of any dealers or distributors in the sale of its products in our marketplace.
Accordingly, I am recommending that the requirements for competitive bidding be waived, and these
findings be approved: Medtronic Physio -Control Corporation, located at 11811 Willows Road NE, P.O. Box
97023, Redmond, WA 98073, is the sole source provider of Lifepak 12 Monophasic defibrillator/monitors
and accessories, for the Department of Fire -Rescue. This proposed purchase would be on an as -needed,
when -needed contract basis for one (1) year with the option to extend for two (2) additional one-year
periods, in an estimated annual amount not to exceed $89,479.75, for a total contract award amount not to
exceed $268,439.25. Funds will be allocated from the "Miami -Dade County EMS Grant (FY `2001-02)",
Project No. 104014, Account Code Nos. 280777.6.840 ($70,000) and 280774.6.840 ($19,479.75), subject to
availability of funds.
APPROVED BY: JLZ 'f `�" ^ Vg -DATE:
//I Joe Arriola
Manager
JA/LH/MA"EB
Oar 298
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Michael A. Rath, Acting Director
Department of Purchasing
FROM : Chief Wil izm W. Bryson, Director
Department of Fire -Rescue
DATE: February 14, 2003 FILE: FM-033.doc
SUBJECT
REFERENCES
ENCLOSURES:
Request for Sole Source Finding:
Authorizing the Purchase of Physio -
Control Lifepak 12 Monophasic
Defibrillator/Monitors & Accessories
This memorandum services to request that you approve a finding that Medtronic Physio -Control
Corporation, located at 11811 Willows Road NE, P.O. Box 97023, Redmond, WA 98073, is the
sole source provider of cardiac monitoring equipment which is entirely compatible with current
components and accessories that are currently used throughout the department.
This compatibility is vital to the smooth transfer of patient care from one City of Miami,
Department of Fire -Rescue unit to another.
Since at least 1984, the Department of Fire -Rescue has been utilizing equipment provided by
Medtronic Physio -Control Corporation. The Department has determined through field testing
and actual usage that the Medtronic Physio -Control product is superior in function and reliability.
It is therefore respectfully requested that you approve a sole source finding for Medtronic Physio -
Control Corporation, for this proposed purchase. Please indicate your approval below.
i
APPROVED:
ichael A. Rath, Acting Purchasing Director Daie
X�
W WB/MLK/TF/jam
FM.027.doc
03- 298
TO: Michael A. Rath, Acting Director
Chief Procurement Officer
FROM:
amela Burns, CPPB
Sr. Procurement Contracts Officer
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DATE:
SUBJECT:
REFERENCES:
ENCLOSURES:
February 26, 2003 FILE:
Sole Source Acquisition of
Lifepak 12 Monophasic
Defibrillator/Monitors &
Accessories
I conducted an investigation to determine Medtronic Physio -Control Corporation, located at 11811 Willows
Road NE, P.O. Box 97023, Redmond, WA 98073, is the sole source provider of Lifepak 12 Monophasic
defibrillator/monitors and accessories, for the Department of Fire -Rescue.
According to the Department of Fire -Rescue, it has a need to establish a term contract for the procurement
of Lifepak 12 Monophasic defibrillator/monitors and related equipment on an as -needed, when needed -
contract basis to support the Department's day-to-day operations. These defibrillator/monitors are currently
used by the emergency response teams and are necessary for total compatibility of the Department of Fire -
Rescue's current inventory of defibrillator/monitors. This compatibility is vital to the smooth transfer of
patient care from one City of Miami Department of Fire -Rescue unit to another. For the safety and well
being of the citizens of the City of Miami, it is imperative that the Department is equipped with the most
effective tools in the line of duty. In addition, per Resolutions Nos. 99-186 and 01-703, Medtronic Physio -
Control Corporation was deemed by the City to be the sole source provider of this equipment.
According to Medtronic Physio -Control, it is the only source from which to obtain the Lifepak 12
defibrillator/monitor family of products, parts, and accessories in our marketplace. Further, it does not
utilize the services of any dealers or distributors in the sale of its products in our marketplace.
Accordingly, I am recommending that the requirements for competitive bidding be waived, and these
findings be approved: Medtronic Physio -Control Corporation, located at 11811 Willows Road NE, P.O. Box
97023, Redmond, WA 98073, is the sole source provider of Lifepak 12 Monophasic defibrillator/monitors
and accessories, for the Department of Fire -Rescue. This proposed purchase would be on an as -needed,
when -needed contract basis for one (1) year with the option to extend for two (2) additional one-year
periods, in an estimated annual amount not to exceed $89,479.75, for a total contract award amount not to
exceed $268,439.25. Funds will be allocated from the "Miami -Dade County EMS Grant (FY `2001-02)",
Project No. 104014, Account Code Nos. 280777.6.840 ($70,000) and 280774.6.840 ($19,479.75), subject to
availability of funds.
APPROVED��-
BY:
Michael A. Rath, Chief Procurement Officer
DATE:
03- 298
Jan 22 03 08:02a Medtronic Employee 4258674970 +mmurovdc
PHYSIO-CONTROL
January 22, 2003
Dear CustOnur,
In response to your recent request, I :un wasting; to verify that Medtronic Physio -Control
Corporation is the only source from which to obtain the LIFEPAKOO 12 defibrillator/ monitor
family of products, its parts and accessories in your marketplace. Medtronic Physio -Control does
not utilize the services of any do ilcrs or distributors in the sale of our product% in your
marketplace.
1 f you have any questions, nleau feel free to contact me :it 8()0-442-1 142 ext. 4551.
Sincerely,
Murray Lorance
Sr. Contract Pricing; Manager
MT.DTRON1C PHYSIO -CONTROL
1
3- 298
Jan 22 03 08:02a Medtronic Employee 4258674970 p-3
i
41..
Mocitronic Physio -Control Corp.
t- .Z
11811 Willows Road NE
P.O. Box 97023
Rudmond, WA 98073-9723 U.S.A
www.physiocontrol.com
P H Y 5 10 - C 0 N T It 0 L
wovw,medtronir.corn
hrl 800.442.1142
fax 425.867,414G
To. Chi0f Danny Maroo
Quote#
1-MVX8
FIRE & RESCUE ADMINISTRATION
RwIf.
2
444 SW 2nd Ave
Miami. FL
t0uoto Qatc:
01!22!2003
) 41
Phone: (3055) 41 &1651,
Salo, Consultant: Debbi Stanfield
F:1x: (305) 416-1 WO
800-442-1142 x 2305
cmanw(u)u.rnam0I.us
FOB:
00stination
Snipping:
30-45 Days
Tem1s:
Net 30
Contract SNAPS IL 4651957-2
Lino Part# Product Oty
Exp Date:
Unit Price
03/23/2003
UnitDIsc UnitNatPrice
Total
1 99400.000050 LIFEPAK 12 Monophasic 1
$17,80400
$2.896.75 $14.90725
$14,90725
defibrillator/monitor -Config 16
Ship kit included. Hard paddl(m. tl;ittgfw:; ,1nd
Carrying carni not includud.
Monophasic waveform, AED. Pacing, 12 -lead,
Fax, t00mm printer, LCD
2 Writrrin Product Ship KiHN41310-000654 included 1
$0.00
$00.00 $0.00
$00.00
3 11150-000009 Modem Door Assembly 1
$46.00
507.05 538.95
$38.95
4 11150-000006 Internal Modem -for cellular and land 1
$261.00
$35.8') $225.15
S2.2.5. 15
transmission
Roquiros Modem Door. --y
5 11141-00002b 'LIFEPAK NiCad battory with fuel 5
5255.00
570.32 $184.63
$923.40
gaugo 2Aamp
Rochargoable nickel-cadium
6 11260-000012 Basic Carrying Case 1
$140.00
$18.40 $121.60
$121.60
For the LP 12, Indudrr nhouidor strap, right pouch
wo front cover,
7 11220-000027 Left Pouch 1
$31.00
$03.45 $27,55
$27.55
ti 1127.0-000077. Back Pouch - Largo 1
513.00
$05.95 $37.05
$37.05
9 BSS2 Battery Support System 2 (BSS2) 1
S1,785.00
$170.00 $1.615.00
$1,615.00
Includac power cord and opumdnq instructions
(b:ritonw; not inciuded)
GRAND TOTAL
$17.895.95
Pricing Summary Tomas
List Price: $21,385.00
SNAPS II, 4651957.2 Contract Di;count: -$2,058.20
C;%, -,.h Discounts: - $1,430.85
GRAND TOTAL FOR THIS QUOTE $17,895.95
3
03- 298
Jan 22 03 08:02a Medtronic Emplo9ee 4258674970 p.4
%(. Codo! MH/0107840211-MVXS
Noics•
TAXES, FREIGHT AND HANDLING FEES WILL BE ADDED AT TIME OF SHIPMENT, IF APPLICABLE,
ABOVE PRICING VALID ONLY IF QUOTE IS PURCHASED IN ITS ENTIRETY. (OPTIONAL ITEMS NOT REQUIRED).
IF QUOTE REFLECTS TRADE-IN VALUES.CUSTOMER ASSUMES RESPONSIBILITY FOR SHIPMENT OF TRADE-IN UNITS TO
MEDTRONIC PHYSIO -CONTROL.
a
03- 298
AWARD
SOLE SOURCE 02-03-108
ITEM: Lifepak Defibrillator/Monitors U Accessories
DEPARTMENT: Fire -Rescue
TYPE OF PURCHASE: Term Contract
REASON: The Department of Fire -Rescue is seeking to
acquire Lifepak 12 Monophasic
Defibrillator/Monotors and Accessories, from
Medtronic Physio -Control Corporation. These
defibrillator/monitors are currently used by the
emergency response teams and are necessary for
total compatibility of the Department of Fire -
Rescue's current inventory of
defibrillator/monitors. This compatibility is vital
to the smooth transfer of patient care from one
City of Miami Department of Fire -Rescue unit to
another.
RECOMMENDATION: It is recommended that the Department of Fire -
Rescue be authorized to purchase Lifepak
Defibrillator/Monitors and Accessories, from
Medtronic Physio -Control Corporation, the sole
source provider, for one (1) year, with the
option to extend for two (2) additional one (1)
year periods, in an estimated annual amount not
to exceed $89,479.75, for a total contract
award amount not to exceed $268,439.25.
Funds will be allocated from the "Miami -Dade
County EMS Grant (FY `2001-02)", Project
No. 104014, Account Code Nos.
280777.6.840 ($70,000) and
280774.6.840 ($19,479.75), subject to
availability of funds.
SoleSource02-03-108LifepakMedtroniePhysioControI
Michael A. Rath
Acting Director of Purchasing
zk�/'0_5
Date
03- 298
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Priscilla A. Thompson
City Clerk
FROM: Chief William . Bryson, Director
Department of Fire -Rescue
DATE : February 14, 2003
SUBJECT: Public Hearing Notice
Waive Competitive Bidding
Sole Source; Fire -Rescue
REFERENCES:
ENCLOSURES:
FILE: FM-034.doc
Attached please find the public hearing notice for a waiver of the requirement of competitive
sealed bidding procedures for procurement of Lifepak 12 Monophasic defibrillator/monitors —
Config 16, modem door assembly, internal modem for cellular and land transmissions, Lifepak
NiCad batteries with fuel gage 2.4 amp, Lifepak 12 basic carry cases, Battery Support System 2
(BSS2) and accessories from Medtronic Physio -Control, the sole source provider of this
equipment, for the Department of Fire -Rescue. This item is scheduled for the Commission
meeting of egi_ Z Z 26 o::j
Contact Assistant Chief Tom Flores at ext. 1692 or Julia Martin at ext. 1672 if you have any
questions.
Approved:
Elvi Alonso, Agenda Coordinator Date
�a
W WB/MLK/TF/jam
FM.034.doc
03— 298
CITY OF MIAMI
NOTICE TO THE PUBLIC
A public hearing will be held by the City Commission of the City of Miami,
Florida, on March 27, 2003, at 9:00 a.m., in the City Commission Chambers at
City Hall, 3500 Pan American Drive, Miami, Florida, for the purpose of
considering a waiver of the requirement of obtaining sealed competitive bids for
the procurement of Lifepak 12 Monophasic defibrillator/monitors — Config 16,
modem door assembly, internal modem for cellular and land transmissions,
Lifepak NiCad batteries with fuel gage 2.4 amp, Lifepak 12 basic carry cases,
Battery Support System 2 (BSS2) and accessories for the Department of Fire -
Rescue from Medtronic Physio -Control, Corporation, a non-local/non-minority
vendor, located at 11811 Willows Road NE, P.O. Box 97023, Redmond, WA
98073, the sole source provider, for the Department of Fire -Rescue, on an as -
needed contract basis for an initial one year term with the option to renew for two
additional one-year periods, in an estimated annual amount not to exceed
$89,479.75.
Inquiries from other potential sources of such a product who feel that they might
be able to satisfy the City's requirement for this item may contact Pamela Burns,
Sr. Procurement Contracts Officer, City of Miami, Department of Purchasing,
305/416-1905.
(City Seal) Priscilla A. Thompson
(#10999) City Clerk
03-- 298