HomeMy WebLinkAboutR-03-0762J-03-589
07/07/03 6 3- 762
RESOLUTION N0.
A RESOLUTION OF THE MIAMI CITY COMMISSION
APPROVING A CONTRACT AWARD TO SECURITY FIRE
PREVENTION, INC. TO PROVIDE FIRE
EXTINGUISHERS, REPAIR INSPECTION SERVICES FOR
THE PURCHASING DEPARTMENT TO BE USED CITYWIDE
BY VARIOUS USER DEPARTMENTS AND AGENCIES,
UTILIZING EXISTING MIAMI-DADE COUNTY CONTRACT
NO. 4922-4/06, EFFECTIVE THROUGH MAY 31,
2004, SUBJECT TO ANY EXTENSIONS BY MIAMI-DADE
COUNTY; ALLOCATING FUNDS FROM THE OPERATING
BUDGETS OF THE VARIOUS USER DEPARTMENTS AND
AGENCIES INDIVIDUAL DEPARTMENTAL ACCOUNTS,
SUBJECT TO BUDGETARY APPROVAL.
BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI,
FLORIDA:
Section 1. The contract awarded to Security Fire
Prevention, Inc. to provide fire extinguishers, repair inspection
services for the Purchasing Department to be used Citywide by
various user departments and agencies is approved, utilizing
existing Miami -Dade County Contract No. 4922-4/06, effective
through May 31, 2004, subject to any extensions by Miami -Dade
County, with funds allocated from the Operating Budgets of the
various user departments and agencies, individual departmental
accounts, subject to budgetary approval.
CITY COMMISSION
MEETI ,iG OF
Resolution No.
03- 762
V..
Section 2. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor.!'
PASSED AND ADOPTED this 17th day of July , 2003.
Ila' � e xC; C
EL A. DIAZ, MAYOR
ATTEST:
PRISCILLA A. TH MPSON
CITY CLERK
APPROVP,/"TO FORM AUOO,*-ORRECTNESS:V
P'LEJANDRO VILARELLO
CITY ATTORNEY
W7349:tr:AS
ii 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 2 of 2
3- 762
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
CA -12
TO: Honorable Mayor and DATE: JUL — g 2003 FILE:
Members of the ommissio
SUBJECT: Resolution Authorizing
Procurement of Fire Extinguishers
Repair Inspection Services
FROM: REFERENCES: Miami -Dade Co. 4922-4/06
J e rriola
ie Administrator/City Manager ENCLOSURES:
RECOMMENDATION
It is respectfully recommended that the City Commission adopt the attached Resolution authorizing a
citywide contract for the provision of Fire Extinguishers, Repair Inspection Services from Security Fire
Prevention, Inc., awarded under existing Miami -Dade County Bid No. 49224/06, on an as needed
contract basis, effective until May, 2004, subject to any extensions thereto by Miami -Dade County.
Allocating funds therefore from 'the General Operating Budgets of the various user departments and
agencies, authorizing said purchases, as needed, subject to availability of funds.
BACKGROUND
Various municipalities and agencies have realized substantial savings utilizing the Miami -Dade County
contract for the provision of Fire Extinguishers, Repair Inspection Services. The Purchasing Department
has seen a need to secure a citywide contract for this service for use by various city departments and
agencies, under existing Miami -Dade County Contract 4922-4/06. It is therefore recommended that
award be made to Security Fire Prevention Inc. for the purchase of said services.
J H//MAR/ms
ResoMemo
033- 762
BID NO.: 49224/06
CONTRACT AWARD SHEET
DEPARTMENT OF PROCUREMENT MANAGEMENT
BIDS AND CONTRACTS DIVISION
Previous Bid No. N/A
TITLE: FIRE EXTINGUISHERS, REPAIR INSPECTION SERVICES
PLEASE NOTE THIS CONTRACT INCLUDES SERVICE AND REPLACEMENT OF FIRE HOSES
COMMODITY CODE NO.: 340-29 OTR YEARS: FOUR (4) LIVING WAGE APPLIES:
YES ® NO
CONTRACT PERIOD: June 1, 2003 through May 31, 2004
AWARD BASED ON MEASURES: ❑ YES z NO
BPO NO. ABCW0300598
PART #1: VENDOR AWARDED
F.E.IN.:
VENDOR:
STREET:
CITY/STATE/ZIP:
F.O.B. TERMS:
PAYMENT TERMS:
DELIVERY:
TOLL FREE PHONE #
PHONE:
FAX:
E-MAIL:
CONTACT PERSON:
650224861
Security Fire Prevention Inc.
7298 West Flagler Street
Miami, Florida 33144
Dest
Net 30
As Required
305-264-8482
305-264-0076
sefire@aol.com
Eletiel U. Rey
PART #2: ITEMS AWARDED
GROUP A
❑ PROCUREMENT AGENT: Maria Hevia
PHONE: 305-375-3022
UNIT PRICE TO ANUALLY INSPECT/CERTIFY
ANY OF THE FOLLOWING FIRE EXTINGUISHERS $2.00
DEPARTMENT OF PROCUREMENT MANAGEMENT
BIDS AND CONTRACTS DMSION
1
AWARD SHM doe
Revised 09/19/00
AWARD SHEET BID NO. 4922-4/06
a. CO2 type to include 31b. Thru 201b.
b. Dry chemical (regular & multi-purpose type) to include
5 lb. Thru 201b.
C. Halon 1211 fire extinguishers ( to include 5 lb. Thru 20 lb.)
d. Water pressure type portable fire extinguishers (2/1 gallon).
e. Dry chemical, 1 lb. Thru 40 lbs. (Regular & multi-purpose
to include Class A, B, C or any combination.
f. AFFF Foam type (2-1/2 gallons)
2. UNIT PRICE TO ANUALLY INSPECT/CERTIFY
THE FOLLOWING FIRE EXTINGUISHERS
a. Dry chemical, wheel unit pressure or N2 tank type.
1) 75 lb.
2) 125 lb.
3) 150 lb. Units
4) 300 lb. Units
b. Carbon Dioxide wheel unit type (to include 50 lbs.
Thru 100 lbs.}
C. Amerex Automatic/Manual fire extinguishers systems.
1) Model No. V-13
2) Model No. V-25
3) Model No. VH -25
0
a.
b.
C.
d.
e.
10
PER UNIT PRICE FOR HYDROSTATIC TESTING
ANY OF THE FOLLOWING FIRE EXTINGUISHERS
CO 2 type — to include 5 lbs. Thru 20 lbs.
Dry chemical (regular & multi-purpose type) to include
5 lbs. Thru 20 lbs.
Halon 1211 fire extinguishers (to include 5 lbs. Thru 20 lbs.)
Water pressure type portable fire extinguishers (2-1/2 gallon)
Dry chemical, 1 lb. thru 40 lbs. (Regular & multi-purpose) to
include Class A, B, C, or any combination.
AFFF Foam type (2-1/2 gallons)
DEPARTMENT OF PROCUREMENT MANAGEMENT
BIDS AND CONTRACTS DMSION
2
$5.00
$5.00
$5.00
$5.00
$5.00
$45.00
$45.00
$45.00
$5.00
AWARD SHEET.doe
Revised 09/19/00
AWARD SHEET BID NO. 4922-4/06
4. UNIT PRICE FOR HYDROSTATIC TESTING THE
DEPARTMENT OF PROCUREMENT MANAGEMENT
BIDS AND CONTRACTS DIVISION
3
AWARD SHEE AM
Revised 09/19/00 `)
e3
FOLLOWING FIRE EXTINGUISHERS.
a.
Dry chemical, wheel unit pressure or N2 tank type.
1) 75 lb. Units
$17.50
2) 125 lb. Units
$17.50
3) 1501b. Units
$17.50
4) 3001b. Units
$17.50
b.
Carbon Dioxide wheel unit type (to include 50 lb. Thru 100 lbs.)
$17.50
C.
Amerex Automatic/Manual fire extinguishers systems.
1) Model No. V-13
$17.50
2) Model No. V-25
$17.50
3) Model No. VH -25
$17.50
REFILL PRICE FOR THE FOLLOWING TYPES OF FIRE
EXTINGUISHERS.
5.
CO 2 TYPE
a.
51b
$ 7.50
b.
101b.
$14.50
C.
151b. x
$17.50
d.
201b.
$18.50
6.
DRY CHEMICAL (REGULAR & MULTI PURPOSE
TYPE) ABC
a.
2-1/21b.
$4.50
b.
51b.
$6.50
C.
101b.
$9.50
d.
201b.
$12.50
7.
DRY CHEMICAL WHEEL UNIT PRESSURE OR N2
TANK TYPE
a.
751b.
$1.00
b.
125 lb. Units
$1.00
C.
1501b. Units
$1.00
d.
3001b. Units
$1.00
e.
N2 tanks
$12.00
8.
CARBON DIOX [NADE WHEEL UNIT TYPE
a.
501b.
$62.50
b.
75 lb.
$75.00
C.
100 lb.
$95.00
DEPARTMENT OF PROCUREMENT MANAGEMENT
BIDS AND CONTRACTS DIVISION
3
AWARD SHEE AM
Revised 09/19/00 `)
e3
AWARD SHEET BID NO. 4922-4/06
CeVZ1i
GROUP C
9. HALON 1211 FIRE EXTINGUISHERS
a.
5 lb.
$20.00
b.
9 lb.
$20.00
C.
14 lb.
$20.00
d.
20 lb.
$20.00
10.
WATER PRESSURE TYPE PORTABLE FIRE
$12.50
e.
EXTINGUISHERS. (2-1/2 GALLON)
$6.50
REFILL PRICE FOR THE FOLLOWING TYPES
OF FIRE EXTINGUISHERS
11. DRY CHEMICAL (REGULAR & MULTI-PURPOSE)
SERVICE TO HALON TYPE FIRE EXTINGUISHERS
1. Inspection and certification of all types $1.50
2. Hydrostatic inspection $5.00
Iai1- of 16 18 --RD
1.
(TO INCLUDE CLASS A, B, C, OR ANY COMBINATION)
$1.00
a.
2-1/2 lb.
$4.50
b.
5 lb.
$6.50
C.
10 lb.
$9.50
d.
20 lb.
$12.50
e.
30 lb.
$18.50
12.
AFFF FOAM TYPE (2-1/2 gallon)
$45.00
SERVICE TO HALON TYPE FIRE EXTINGUISHERS
1. Inspection and certification of all types $1.50
2. Hydrostatic inspection $5.00
Iai1- of 16 18 --RD
1.
Hose annual testing
$1.00
2.
Hose pressure testing
$13.50
3.
Hose replacement 50'
$62.50
4.
Hose replacement 75'
$87.50
5.
Hose replacement 100'
$105.50
OPTION REPAIR
1. Repairs other than those listed above will be $17.50
at the rate of per hour.
2. Cost of parts will be billed at contractor's cost plus a 10%
DEPARTMENT OF PROCUREMENT MANAGEMENT . ��
BIDS AND CONTRACTS DIVISION
4
AWARD SHEET.doc
Revised 09/]9/00
AWARD SHEET BID NO. 4922-4/06
GROUP D
SERVICE TO AUTOMATIC HOOD SYSTEMS FIRE
EXTINGUISHERS
1.
Kiddie (dry chemical system) 25 lbs.
$40.00
2.
Kiddie (wet chemical system) 25 lbs.
$40.00
3.
Kiddie (dry chemical system) 50 lbs.
$40.00
4.
Kiddie (wet chemical system) 50 lbs.
$40.00
5.
Ansul (dry chemical system) 10 lbs.
$40.00
6.
Ansul (wet chemical system) 10 lbs.
$40.00
7.
Ansul (dry chemical system) 30 lbs.
$40.00
8.
Ansul (wet chemical system) 30 lbs.
$40.00
9.
Ranch Guard, 5 gallons
$40.00
10.
Amerex Model # KP375
$40.00
11.
Sentinel Fire Protection System
$40.00
OPTION
x
Repairs other than those listed above will be $17.50
at the rate of per hour
2. Cost of parts will be billed at contractor's 10%
cost plus a %
PART #3: AWARD INFORMATION
X BCC ❑ PMD AWARD DATE: May 6, 2003 AGENDA ITEM #: R-485-03
BIDS & CONTRACTS RELEASE DATE: May 19, 2003 OTR YEAR: NA
ADDITIONAL ITEMS ALLOWED: N/A
SPECIAL CONDITIONS: SECTION 3.0, PARAGRAPH 3.2.1 (this paragraph requires using
departments to provide a list of contact persons for their locations). Please reference the
attached Section 3.0, Technical Specifications of this contract. Language was added to this
part of the contract in an effort to eliminate over charges under this contract. Please have the
person paying the invoices review and become familiar with this part of the contract.
TOTAL CONTRACT VALUE: 702,700.00
DEPARTMENT OF PROCUREMENT MANAGEMENT
BIDS AND CONTRACTS DIVISION
5
AWARD SKWTAPc
Revised 09119M
03- 762
AWARD SHEET BID NO. 4922-4/06
USER DEPARTMENT(S) DOLLAR ALLOCATED
AVIATION
$ 50,000.00
CAA
$ 5,200.00
CORRECTIONS
$ 65,000.00
DERM
$ 4,000.00
FIRE
$ 20,000.00
GS02 FLEET
$ 40,000.00
GSA MATERIALS
$ 30,000.00
MGMT.
MDHA
$ 75,000.00
HUMAN SERVICES
$ 25,000.00
LIBRARY
$ 10,000.00
MDT
$200,000.00
MDPD
$ 20,000.00
PARK AND REC
$ 44,000.00
PUBLIC WORKS
$ 21,000.00
SEAPORT
$ 50,000.00
SOLID WASTE
$ 8,500.00
WASA
$ 35,000.00
DEPARTMENT OF PROCUREMENT MANAGEMENT 03- 762
BIDS AND CONTRACTS DIVISION
6
AWARD SHM doe
Revised 09/19/00
SECTION 3.0 TECHNICAL SPECIFICATIONS
FIRE EXTINGUISHERS, SERVICES
3.1 All extinguishers shall conform to the latest NFPA Standard (NFPA-10) for portable fire
extinguishers and CFR, Code of Federal Regulations, Standards for the Hydrostatic Test. In
addition, each cylinder shall meet the following requirements:
A. Finish: Corrosion and impact resistant.
B. Certification: Tagged and certified as to date service was performed.
C. Resistance: A ring or similar device shall be provided to discourage tampering.
D. Gauge: Threaded and pinned type except for the extinguisher not having a gage.
The extinguisher not having a gage shall be weighted.
3.2 SERVICES TO FIRE EXTINGUISHERS
3.2.1 The awarded bidder shall become familiar with all fire extinguishers to be
serviced at each County department. It is the responsibility of the fire equipment
company to notify/advise the respective County departments, fifteen (15) days prior
to the date when extinguishers require service before servicing them (annual or
otherwise). Upon award of this contract the using department will provide the
awarded vendor with a list of contacts for each location to be serviced.
3.2.2 All CO2 and other gas extinguishers shall be inspected, serviced and properly
recorded per NFPA 10, 1998.
3.2.3 All extinguishers shall be recharged on the premises. It will be the using
department's decision to recharge the existing extingdsher.
3.2.4 The fire equipment company shall issue a receipt/claim check identifying service
required for each extinguisher to the County whenever in shop service, is required.
Receipt/Claim check issued shall show quantity, extinguisher serial no and type
of extinguishers removed for service. Upon completion of service, the fire
equipment company shall return extinguishers and furnish a delivery ticket for
signature. The signed delivery ticket shall remain with the department. A loaner
extinguisher of the same type and size shall be left in place of the extinguisher
removed by the fire equipment person at no additional charge to the County.
3.2.5 The fire equipment company shall label each extinguisher upon servicing with a
decal (similar to Kidde type) identifying type of fire extinguishers i.e. Class A,
wood, trash, etc., Class B, etc. and date of recharge and/or repair.
3.2.6 All replacement parts shall be new and equal to the part replaced and be UL listed
for use in the extinguisher being serviced.
DEPARTMENT OF PROCUREMENT MANAGEMENT
BIDS AND CONTRACTS DIVISION
7
AWARD SIE L&c
Revisal 09/19/00
03- 762
3.2.7 The fire equipment person shall contact the following persons for information
pertaining to locations and number of fire extinguishers to be serviced.
DEPARTMENT NAME PHONE NUMBER
Aviation Chuck Voltz (305) 876-7575
Community Action Agency Barbara Stridiron
Corrections & Rehab. Maria Quinoa
Department of Solid Waste Mgmt Edward Rubio
Fire Department
General Services Admin.
Environmental Resources
GSA Fleet Mgmt. .
GSA Materials Mgmt.
Human Services
Libraries
Information Technology Dept.
M
�1-0) .9 C
Park & Recreation
Seaport
Public Works
MDWASAD
Calbert Green
Charles Jackson
Manuel Almuina
Martin Dareff
Otto Castillo
Ruby Crenshaw
Gale Aldrich
Amir Ali
Sam Speziale
Paul Conley
Angela S. Brown
Diane Smith
Phil Rose
Orky Rodriguez
Gregory Hicks
(305) 347-4612
(305) 547-7054
(305) 597-1771
(305) 470-1602
(305) 547-5246
(305) 372-6789
(305) 375-2302
(305) 592-3015
(305) 644-5216
(305) 375-5845
(305) 375-5012
(305) 596-8482
(305) 638-7286
(305) 471-2611
(305) 596-4482
(305) 371-7678
(305) 375-2940
(305) 669-7858
DEPARTMENT OF PROCUREMENT MANAGEMENT
BIDS AND CONTRACTS DMSION 03- 762
8
AWARD SHEEr.doc
Revised 09/19/00
3.3 DELETED ADDENDUM NO.2
3.4 EMENT OF FIRE EXTINGUISHERS OR
REPAUVREPLACEMENT OF PARTS
When a fire extinguisher is found to be in need of repair, an authorized county
representative shall be informed and a decision to repair or not shall be made by said
authorized representative. When submitting an Invoice for repair, the awarded
vendor must indicate the name of the authorized county representative that approved
the repair. In the event some extinguishers cannot be serviced or the decision is
made not to repair the extinguisher, said extinguishers shall be returned to the using
department with a written explanation of condition and recommendation for
disposition. Note: Unserviceable extinguishers shall be returned to departments
within one day of pick-up.
When it is necessary to replace a part, the removed/broken part must be returned to
the using department's authorized county representative along with the fire
extinguisher.
3.5 REFILL SERVICES
Refill of fire extinguishers shall only be done if requested by an authorized county
representative. If while Inspecting a fire extinguisher, it is found to be in need of
refilling, an authorized county representative shall be informed and the decision to
refill shall be made by said representative. When submitting an invoice for refilling,
the awarded vendor must indicate the name of the authorized county representative
that approved the refilling.
3.6 INSPECTION & BILLING RECORD:
The awarded vendor shall maintain a record of inspection for each extinguisher
covered under this contract. Such record shall be current at all times and available to
the using department upon request.
3.7 INVOICE INFORMATION
The vendor's invoice shall be itemized to indicate the extinguisher's serial no., bid
item number, parts installed per the serial number (as per the Department of
Insurance Uniform Fire Safety Standards 4A-21) and unit cost. Invoices for repair
and refilling should include the Count r�reQresentative's name that gave the "o.k." to
repair or refill the extinguisher. The contractor shall complete such billing invoice at
the time the service is Qerformed.
All fire extinguishers shall be inspected per South Florida Fire Prevention Code
Section 5.302 and NFPA # 10, "Standard for Portable Fire -Extinguishers"
Department of Insurance Uniform Fire Safety Standards 4A-21, Florida Statute 633.
DEPARTMENT OF PROCUREMENT MANAGEMENT
BIDS AND CONTRACTS DIVISION
9
AWARD SHM.&C
Revised 09/19/00
030- 762
3.8 SERVICES TO FIRE HOSES
Vendor must replace all paper tags currently in use for Miami Dade Corrections &
Rehabilitation Department with adhesive inspection tags.
All building fire hoses shall be maintained as per South Florida Fire Prevention Code
, Section 4.302 and NFPA 1962, 1998 edition and NFPA 14, 2000 edition.
Fire Hoses connected to a sprinkler system cannot be removed or service by a fire
extinguisher company. The building maintenance person must remove the fire hoses
from the sprinkler systems and then the fire extinguishers company can service them.
It is and shall be the responsibility of the fire equipment company to notify the
respective County departments when fire hoses require service (annual or otherwise).
Rack fire hoses are to be identified and tagged when inspected.
Annual inspection shall consist of removal of hose from rack, unrolling of hose,
visual inspection and replacing in rack. The hose cannot be disconnected from the
sprinkler piping. The;*e equipment personnel can remove standpipe system hoses.
Pressure testing shall be performed the fifth year after installation of hose.
Approval by County representative is required before replacing unserviceable hoses.
Note: Special instructions for entering a Miami Dade County Corrections
Department facility:
Prior to entering any Corrections facility the awarded vendor must contact Rita
Thomas at (305) 464-4082, Fire Safety Officer for Miami Dade Corrections.
A contact person and telephone number where the awarded vendor can be contacted
at all times shall be made available to the Safety Office for Miami Dade Corrections
Department.
TECHNICAL SPECIFICATIONS FOR FIRE EXTINGUISHERS, AUTOMATIC
HOOD SYSTEMS, SERVICES (GROUP D)
3.8 All pre-engineered automatic hood systems shall only have service performed by a
person holding a Class D permit issued by the State Fire Marshal per Section 3.302
of the County Fire Code, Ref. N.F.P.A. (National Fire Prevention Association
Applicable Standard) and the Florida Fire Prevention Code of the Office of the State
Fire Marshal. The final interpreting authority for code requirements will be the
appropriate jurisdictional Fire Department.
DEPARTMENT OF PROCUREMENT MANAGEMENT
BIDS AND CONTRACTS DMSION ��++
10 nt�17�D� MZT.doe ``' �''
Revised 09/19/00
It is and shall be the responsibility of the fire extinguisher person to notify the
respective County departments and Fire Department of the need for service (annual
or otherwise).
NOTE In accordance with section 3.0, paragraph 3.3, any replacement of parts shall require
the prior approval and inspection of the using department head and/or his designated
representative after inspection findings have been reviewed by the Fire Department's
Fire Prevention Division for legitimization of code requirements.
Contact persons for information pertaining to locations and number of pre-engineered hood
systems to be serviced as follows:
Corrections & Rehabilitation
2. Human Services, Advocate
For Victims North
3. Human Services, Advocate
For Victims South
4. Human Services, Cukier NSC
5. Human Services, Florida City
NSC
6. Community Action Agency
7. Miami Dade Transit Agency
Nita Thomas
Diana Fuentes
Terry Rabreau
Oscie Frayed
(305) 463-4092
(305) 758-2546
(305) 758-2346
(305) 579-2820
Larry Liagammare (305) 247-2068
Barbara Stridiron
Randall Kalember
(305) 347-4612
(305) 638-7202
Inspection and Billing Record: A n inspection record on each system under this contract
shall always be maintained by the contractor. Said record shall be in current status and
available to the using department head upon request.
The invoice used by the vendor shall be itemized in all respects indicating the system's I.D.
#, service performed and unit cost. Such invoice shall be completed by the contractor at the
time the service is performed.
3.9 THE AWARDED BIDDER MUST BE LICENSED BY THE STATE OF FLORIDA
TO PROVIDE SERVICE TO THE SPECIFIC TYPE OF FIRE EXTINGUISHER
PROOF OF LICENSE WILL BE REQUIRED PRIOR TO THE AWARD OF EACH
GROUP.
DEPARTMENT OF PROCUREMENT MANAGEMENT
BIDS AND CONTRACTS DMSION
II
AWARD SHM.doc
Revised 09/19/00
03- 762
MIAMI-DADE COUNTY
BID NO. 4922-4/06
ITEM: Fire Extinguishers Repair Inspection Services
DEPARTMENT: Citywide
TYPE OF PURCHASE: Term
REASON: The Purchasing Department has seen a need to
utilize Miami -Dade County contract No. 4922-4/06
for the provision of fire extinguishers repair
inspection services on a citywide basis.
RECOMMENDATION: It is recommended that the award be made to
Security Fire Prevention, Inc., for the provision of
fire extinguishers repair inspection services,
awarded under an existing Miami -Dade County
Contract No. 4922-4/06, effective through May 31,
2004, subject to any extensions thereto, for the
Purchasing Department to be utilized by various
user departments and agencies; allocating funds
therefore from the Operating Budgets of the
various user departments' and agencies, requiring
budgetary approval of funds from individual
departmental accounts prior to usage, subject to
availability of funds.
enn M rcos
Dire r ofurchasing
�/A �.,
Dbte
Award Under Dade County Contracts r , "
03- t'"�