Loading...
HomeMy WebLinkAboutR-94-0496J-94-556 7/6/94 RESOLUTION NO. 9 4_ 496 A RESOLUTION, BY A 4/5THS AFFIRMATIVE VOTE OF THE MEMBERS OF THE CITY COMMISSION AFTER A DULY ADVERTISED PUBLIC HEARING, RATIFYING THE CITY MANAGER'S FINDING THAT AN EMERGENCY NEED EXISTED, WAIVING THE REQUIREMENTS FOR COMPETITIVE SEALED BIDS AND APPROVING THE ACQUISITION OF TRUNK ORGANIZERS, IN THE AMOUNT OF $17,500, FROM L. L. DISTRIBUTOR; FURTHER APPROVING THE PURCHASE OF LIFE RING BUOYS, IN THE AMOUNT OF $10,449, FROM CRUISING GEAR, AND FIRE EXTINGUISHERS, IN THE AMOUNT OF $6,912.00, FROM FIREMASTER, ON AN EMERGENCY BASIS AND UNDER BID NOS. 93-94-072 AND 93-94-073 FOR A TOTAL PROPOSED AMOUNT OF $34,861.00 FOR THE DEPARTMENT OF POLICE; ALLOCATING FUNDS THEREFOR FROM THE POLICE DEPARTMENT GENERAL OPERATING BUDGET, INDEX CODES 290201-722 ($24,412) AND 290201-719 ($10,449). WHEREAS, sealed bids were received on February 11 and February 25, 1994 for the furnishing of life ring buoys, and fire extinguishers for the Department of Police; and WHEREAS, in an effort to make vehicles safe for the streets, it was necessary for the Police Department to equip cars with the essential equipment such as life ring buoys, fire extinguishers, and trunk organizers; and WHEREAS, the City Manager has approved emergency award under Bid No. 93-94-072 to Cruising Gear for life buoys and to CITY COWlIMSSION OF 1994 Fi©9atUti0A P70, 94- 496 Firemaster under Bid No. 93-94-073 for fire extinguishers, the lowest most responsible and responsive bidders; and WHEREAS, there was also a need to purchase trunk organizers on an emergency basis due to time constraints and L. L. Distributor was the lowest bidder under informal bid procedures; and WHEREAS, funds for said equipment are to be allocated from the Police Department General Operating Budget, Account Codes 290-201-744 ($24,412) and 290201-719 ($10,449); 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 hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. By a 4/5ths affirmative vote of the members of the City Commission, after a duly advertised public hearing, the City Manager's written finding that a valid emergency need existed for the purchase of trunk organizers, in the amount of $17,500, from L. L. Distributor, is hereby ratified, confirmed and approved; further approving the purchase of life ring buoys, in the amount of $10,449, from Cruising Gear, and fire extinguishers, in the amount of $6,912, from Firemaster, on an emergency basis, purchasing said equipment under Bid Nos. 93-94-072 and 93-94-073, for a total proposed amount of $34,861, for the Department of Police, with funds therefor hereby allocated from the Police Department General Operating Budget, Index Codes 290201-722 ($24,412) and 290201-719 ($10,449). 2 94- 496 I Section 3. The requirements for competitive sealed bids is hereby waived for the Police Department's acquisition of the ' trunk organizers. l Section 4. The City Manager's action in authorizing the { Chief Procurement Officer to issue purchase orders for this i equipment is further ratified, confirmed and approved. Section 5. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 14th day of July 1994. SlftPHEN P. CLA K, MAYOR AT S e MATTY HIRAI l CITY CLERK PREPARED AND APPROVED BY: RAFAEL 0. DIA��- DEPUTY CITY -ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: 1 / A. Q NN J S, III CITY ATTO Y ROD:osk:M4469 1 I 94- 496 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: The Honorable Mayor and Members of the City Commission Cesa Pir a FROM City RECOMMENDATION: DATE FILE JUL - 5 1994 SUBJECT Resolution Ratifying City Manager's Action REFERENCES ENCLOSURES. It is respectfully recommended that a Resolution ratifying the City Manager's emergency action authorizing the purchase of trunk organizers, fire extinguishers, and life ring buoys, at a cost of $34,861, be approved. BACKGROUND: The Police Department, in compliance with the City of Miami labor agreement with the Fraternal Order of Police, and in conjunction with the General Services Administration, began distributing vehicles as part of the take-home car program. In an effort to make the vehicles safe for the streets it was necessary to equip them with essential_ equipment, including fire extinguishers, life buoys and trunk organizers. The 'olice Department evaluated sealed bids for the provision of fir •?xtinguishers and life ring buoys. Firemaster, located at 8340 NW 70th Street, Miami, Fl 33166, provided the lowest responsive bid for the fire extinguishers. Cruising Gear International, of 2747 SW 27th Avenue, provided the lowest bid for life ring buoys when the local preference ordinance was applied. Utilizing telephone bids for the purchase of trunk organizers, the Office of Procurement obtained the lowest bid from L.L. Distributor, of 1511 N. Powerline Road, Pompano Beach, F1 33069. It is, therefore, recommended that the Resolution ratifying the City Manager's emergency action and authorizing the purchase of trunk organizers, fire extinguishers and .life ring buoys, at a cost of $34,861, be approved. Funding was provided from the Police Department General Operating Budget, Index Code 290201-722 ($6,912), 290201-722 ($17,500), and 290201-719 ($10,449). 94- 496 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Cesar H. Od10 L -� _ YrDATE__� MAR 3 lJ 1994 FILE City Manager FROM: Calvi \ao s Chi of Police EMERGENCY REQUEST til Chl::f of IP­,i;' F?p, WRJEc� Request for Emergency APR 0 Approval to Forego Formal °g`� r Iar_d P1"UCP_sS REFEREWES R E C Ell V E ja-LOSULS 'Jac �, tollg Your emergency approval authorizing the Police Department to purchase 350 fire extinguishers, life ring buoys and trunk organizers at a cost- of $34,861, is requested. Tl'1� /-T'TY /� Tl I'1 T T1 • Il The Police Department., in compliance with the City of. Miami labor agreement with the Fraternal Order of Police, and in conjunction with the Genera]. Services Administration, has been diligently proceeding with th.e take-home car provision of the labor agreement. In an effort to begin distributing the new vehicles as they become available, it is necessary that they be equipped with essential emergency gear, and a storage compartment to maintain that gear_. This request is for the purchase of fire extinguishers, life ring buoys, and trunk organizers to be issued with each vehicle. The Police Department has evaluated sealed bids for the provision of fire extinguishers, and Firemaster, located at 8340 NW 70th Street, Miami, F_1 33166, provided the lowest- responsive bid. Cruising Gear International, of 2747 SW 27th Avenue, provided the lowest bid for life ring buoys when the local preference ordinance is applied. The Department will not, however, be able to present these findings to the Commission before May 12, 1994!' The trunk organizers have not gone out to bid yet, and due to the length of time it takes to complete the process, these items will not be available for several months. It is imperative for the safety of the officers, and the public, that these vehicles be equipped prior to placing them in service. Your consideration of this matter is greatly appreciated. Approved: Cesar H. Odio CR:tjr is ati to 94446 3 0 RV BY:CITY OF M101 : 5- 3-04 : 2:23FM : PROCUR' 7N7 NfGt+i'i'. -- TLJIto, t i RON E. WILLIAMS Ad,etnlur�tur (L ,...�..bw )rl Cruising Gear 2747 5W 27th Avenue Miami P'L 33133 May 3, 1994 08545084.9 21; C:ESAR H. 0010 Gl1Y M-irtayr.t Subjects Sid No. 93-94-072 Life Ring Buoys Dear Mr. Arroyo: Section 18-52. 1(h ) of the City Code, as antended, states that the City Commission may offer to a responsible and responsive local bidder, whose primary office is located in the City of Miami, the opportunity of accepting a bid aL the low bid amount, if the original bid amount submitted by the local vendor does not exceed 110 percent of the lowest other reepnnsihip ant ro.Arn-Aaiwo bidder. As a local vendor, your bid amount for the subject bid fleets the above requirements. Plea►rg sign below to indicate your firm's acccptancu or rejection of the Did at the low bid amount of S22-J . subject to City Commission approval, and return the original this letter to the Procurement management Division no latex than tan (10) calendar days. Sin ely, dy 5. Carter .hief Procurement officer CRUISING GEAR, 2961 S. W. 27th AVE. MIAMI, FL,. 33133 (305) 854.7600 Accept { Reject Naze; ��rv��� �'✓� � eeZ-) S iyna tune : Title. �Y' /SS7 a��uT — Date: 0 03 i JSC:rb 94- 496 cc: Using Department Director Nita 1'1:1.9 G9PAI4'rk4c:1'1T Or GiNCRnI L'MVICC:. t% tv111415TKAT101% AND 30LID YVA1Tc/*rrvLurement Maslavtmrnt umstnn 114n N W Mel, t�..... «.:._. , 1. o ...... "... --. RATIFICATION OF AWARD I,j'E For the furnishing of fire extinguishers, trunk organizers and life ring buoys on an emergency basis. DEPARTMENT: Police TYPE OF PURCHASE: Single purchase RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE TO FIRE MASTER IN THE AMOUNT OF ($6,912), CRUISING GEAR INTERNATIONAL IN THE AMOUNT OF ($10,449) AND L. L. DISTRIBUTOR IN THE AMOUNT OF APPROXIMATELY ($17,500) FOR TOTAL PROPOSED AMOUNT OF $34,861.00. Q "NX k\ C , v i f Pro e t Office D to rrrMV Vr JrJ 11� YJ {� . CITY OF UTAMI, PI ORMA INTER•OPPICE< MEMORAWUM TO , Mt><tty lurai QATC , JUN OR 1984 riLc City Clerk OMECT ; Request Lu Publish Nutice for Public Moaring rwoM ; rya jar RaoAid A. rt3nex Aareaera Commander Business Management Section ■t+r,�aAraA�ea Please make arrangements to publish a NotiCe of Public Hearing for objections to tt,,e waiving of the requirements tar tormal ®ealed bids aild iaLixyIng the City Manager' a finding of emergency for the Purchase of trunk orga,nizera, 11to rang buoys;, and first extinguishers. Attached is the advertieument. The date and ti,mca of this public hearing will be July 14, 1994, at loj'eo Josephine Argudin Legia].ati,v�e Administrator RAai9 gal 94-- 496 NO'>` ICK To THE PUBLIC A public hearing will be held by the City Cotaillsoluji of the City of Miami, Florida an July 14, 1994, at in the City Commission Chambers at City Hall, 3500 Pen American nriva, xlami, Florida, for the purpose of conaiderirng a waiver of the requirementa of obtaining sealed bids and ratifying the Cite Mdrreeger`s finding of amorgericy for the purchase of trunk organizeru, life ring buoye, and fire extinguishers. Theut-. i4eurs are provi dorl hyt L.L. DLaL--ribut-or, of 1511 N . Poweriino Read, Povipano Beach, FL 33069; Crutsing Gear international, of 2747 SW 27 Ave., Miami, FL; Firemnster, of 8340 NW 70 St., Miami, FL AID S 350 ►. ll�r TING,�a110Y r 2I1) 90.8 93-94--072 SATE hTD(S) C)PIVEDr I'EBRl1ARy 25, 1994 10:30 a.m--------_-a-.. �OTAL DID 101�'n�®r2 ,* P2DDER �TD-���L�AT t�1SEI1A 15-CHBC- ALLIED MATERIALS CRUISILIG GEAR IIOPKII4S CARTER CO. See atdi d bid We reconly one bid which was sett '�curem�nt "'ITep"f'. -- _�-------------- -- �r��--ssr—M—oar.—--M__----yeY __—G�—�M1i--a►i—��-a �.�_ ---------------------- ���.1.y:.f _ tsceife6 (��) snveiopes on tebslf of, (Person /roceivitj bids) GSR/Sol ad kaste-Procurement Division -_os _? 2S____ - (CSt� rtFatenant�---------- -- ---_ --- SIGNEDs uti City Htrk)-- W LEGAL ADVERTISEMENT BID N0. 93-94-072 It ee Sealed bids will be received by the City of Miami City Clerk at her office located at City Hall, 3500 Pan American Drive, Miami, Florida 33133 not later than 10 :30 a.m. Fruary 25, 1994 for the furnishing of approximately (350) Life Ring Buoy (Flotation Device) in accordance with specifications for the Department of Police. Bids submitted past such deadline and/or submitted to any other location or office shall be deemed not responsive and will be rejected. Ordinance No. 10062, as amended, 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 and women vendors who are interested in submitting bids and who are not registered with the City as minority or women vendors are advised to contact the City Procurement Office, 1390 N.W. 20th Street, Second Floor, Telephone 575-5174. Local Preference Sectign 18-52 1(h) of the City Code, as amended, states that the City Commission may offer to a responsible and responsive local bidder, whose primary office is located in the City of Miami, the opportunity of accepting a bid at the low bid amount, if -the original bid amount submitted by the local vendor does not exceed 110 percent of the lowest other responsible and responsive bidder. The City reserves the right to request copies of the occupational license, professional and/or trade licenses, corporate charter and any other documents to verify the location of the firm's primary office. Detailed specifications for the bids are available upon request at the City Procurement Office. The City Manager may reject all bids and readvertise. (Ad No. 1732) 1 Cesar H. Odio City Manager City of Miami A.°a REQUISITION FOR ADVERTISEMENT This number must appear in the r x advertisement. INSTRUCTIONS: Please type and attach a copy of the advertis m nt with 11 ition. 1. De partment: 12. Division 3. Account Code number: 4. Is this a confirmation: 5. Prepared by: rl ) Yes �.;� No — -- -- --_. -- - - - - - - _ ._ -- ---- 6. Size of advertisement. 7. Starting date: 8. Telephone number: 1 9. Number of times this advertisement is to be T 10. Tye of advertisement. published: - ---- - t y ---- --- - - - --� -Lecial-------- �__�--Classified -- --- -- Display _ 11. Remarks: 12. Publication G.S.A. Pro ur menment M tQNLY Date(s) of Advertisement Invoice No. Amount bilC�sll,i. its;?lr lt'V! 13. ❑ Approved ❑ Disapproved �.. J Department Director/De g Date Approved for Payment Date C GS/PC 503 Rev. 12/f39TRouting: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. ura r nrrsu r run: wnne - U.b.H.; r;anary - uepariment of o'b P.O. NO. 70702 ' City of Miami xxXXxxXxxxxxxxxnouxxXXxXX " • XXXXXXXmmwxxxxx xx Xxxxxx) PURCHASE ORDER 1uxxx X xxxxxxxxxxxxxx �Of�F�ey� XXXXXXXxXXXXXXXXXXXXXXXX) xxxytxxxxxxxxxxxxxxxxxrxxxxxxxxx) All shipments are to be F.O.B. Destination unless xxxiizzxxxxxiizxzxxzx xxxxxx xxxxxxxxxxxxxxxxx PURCHASE ORDER NO. MUST BE otherwise indicated on the Purchase Order. Ship- '�x�xxXXxxxxxxx xxxxxitwxX xxxxxxxxxxxxxxx'xxxxxx - SHOWN ON DELIVERY TICKET, ping documents will indicate that delivery is to be xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxXXXXXXA INVOICE 8 STATEMENT made onto or Into the receiving area designated ��XXxXXXXXIY XXXXXXXXXxzxxxxia�axxxxxxxxxxxx xx by the consignee. XXXXxXX�XXXXXXXXXXXXXXXXXXXIX()XCXXXXXXXX7X(XXXXXXXXXXXXX xxXXXxXI(XJCY.tGCxxJX(XX%�"xXJ(KXXkxXtGXaCXXXxXx XXXX Vendor No: Social Security No: xxXxxxxxxxxxxxxxxxxx x xxxxxxxxxxxxxxxxxx xxxxxl�icXxxxYxX)cXX7( xx x xxxxxxxx xxxxxxxxxxx xxxxxxx xXXXXXXXAMOXXXXXXxxxx XXXxXwti(XXXzxX X% Tax ID No: V E xzzxxzx)XYX xxxxxxxxxxx xxxxxxxxxxxxxxxxxxxxxxx . xxx�xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx N xxxxx XxX xxxxxx xxxx xXX� xxxxxx ilu ff"XX�zl lcx Xx�s�Xxxxxxxxxxx xxxx x xxx Entity Type: p • 0 ❑ Sole Proprietorship yX1X11 xxxxx xxxx xx x xxxxxx xxx' xxxxx x x xxx xxxxxxxxxxxxxxxxxx xxlx`xctxxi xxxxx, xXXXXXXXXxXxxxxxxxxxxxx R ❑ Corporation xxxx��x �ax)iKlaaocxxx�c �x�OXXXXXXXXxxxxxxrx +: ❑ Partnership IMPORTANT NOTICE 7. Deliver To: iMIAYI POLICE DFPT./ PROPERTY BUREAU ONLY Terms and Conditions 400 H . W. 2 AVE. (INSIDE DELIVERY) I. Invoices must be mailed in duplicate to City of FiI AM I FL h . 33128 Miami Accounting Division, Dept. of Finance, P.O. , Box 330708, Miami, Fla. 33133. 2. Always ship by least expensive route unless other- wise specified. F.O.B. DESTINATION Quote By: Quote Date: 3. A copy of the delivery slip must be left with the receiving clerk. Terms: Delivery. 4. Do not substitute or change this order without authority from Procurement Management. 8. Prepared By: 9. Dept/Div: IV ELI SSE POLICE / Property 5. The right is reserved to inspect all shipments after delivery and to reject any material which may be detective or not in accordance with the stated 10. Date: 11. Author" Sig Dec. 21, 1993 ���p specifications. 6. Except by prior agreement, this order must not be' 12. Phone No: 13. AccountAt-ode(s): _ shipped or invoiced at prices higher than those 579-6 41 3 290201--719 shown. 7. The seller has complied or will comply with all, 14. 15. QT`Y. DESCRIPTION UNIT EXTENDED Federal, State, and local laws or orders applicable PRICE PRICE to the purchase, manufacture, processing, and delivery of materials. - 8. Where Federal excise tax applies, invoice must) show gross price, amount of tax and net price. Ex- emption certificate will be furnished on request. 350 Life RingBuo y ( Flotation 9. If delivery to destination cannot be made on or) before the specified date, notify the Procurement Device) , Model S-9936, 20" Management Office promptly. This order will . diameter, b Puritan Wellin tot y $ become null-T void after ninety (90) days unless . % d, or by agreement with Procure -- ojjllherwise spV-im.,,"�Ipetition Heat Seal or stick on letters ment ManaQL with MPD and numbers 692 throw >h 0. If the s ller sefault in any respect or become 1041 consecutive. (See attach ad insolve or in bankruptcy is filed by . o again t the seller under any Federal, State, or sample black lettering size o 1 la the City, in addition to other rights or 1 3/4rr) rem ies, may terminate or cancel this order. 11. Any inquiries relative to this order* should be ressed to: Procurement Management, City of Miami, P.O. 0 330,708, Miami, Fla. 33133, Phone (305) 575-5 7 12. State Tax an �Jsertificale if04-00063-08-23. 13. Acceptance o� this rchase Order constitutes vendors agreement to comply with the above terms and conditions. CITY OF MIAMI BY: FY. TOTAL Funds Certified City Manager By: Approval, if applicable. By: Date: C GS/PC 506 Rev. 12/89 .�_.-_--_-_.----- _r.... �.-- 93-94-073 DID 50.9 OPEkktD FEBIIUAIZY 11, 1994 NATI I#TD(E) TUTiII. EMU ID_CASEIIR'&_CHZCR -A rF71REMASTLR�-�'-----------_See attached 'i�id--K�--�-9^� AMFAL` LX . We-receLvect on y'�oi1e co`Py�`a�`L�le T�7=c EAST COAST FIRE EQUIPMENT, I�1C . ^�ehichA�aas�sen to -Procurement Dept. 1i0 DID: I:IA ` ORLANDO FIKE EQUIPMUNT CO. . IJIDUSTUI_AL SAFETY EQUIPMENT DUi'CALl EEMA RD CO. ---__--___--_-j--------------------- ----------- ---- ---- ----------- -----_ ---.------------ t------------ - --------------a-.-..._-- .---.--------.- 1 - ---a »--«..---..®---- , 1 � aIva d (z,� ♦nvolop•s on babalf of (Parson xa *IvizE bids) /Sal id Waste -Procurement Division ca �-//—�JY _--_,_ - ---- ---- -- --- ----- s-' E I ON E D (C:puty-City Clark)+- C-0, DID NO. 93-94-073 Sealed bids will be received by the City of Miami City Clerk at her office located at City Hall, 3500 Pan American Drive, Miami, Florida 33133 not later than ._Q_;JQ A.M. FEBRUARY _11, 1994 for the furnishing of approximately (350) Fire Extinguishers as or equal to Amerex and approximately (350) Wrecking Bars (Crow Bars) as or equal to Great Neck in accordance with specifications for the Department of Police. Bids submitted past such deadline and/or submitted to any other location or office shall be deemed not responsive and will be rejected. Ordinance No. 10062, as amended, 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 and women vendors who are interested in submitting bids and who are not registered with the City as minority or women vendors are advised to contact the City Procurement Office, 1390 N.W. 20th Street, Second Floor_, Telephone 575-5174. Local Preference Section 18-52 1(h) of the Cif Code, as amended, states that the City Commission may offer to a responsible and responsive local bidder, whose primary office is located in the City of Miami, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor does not exceed 110 percent of the lowest other responsible and responsive bidder. The City reserves the right to request copies of the occupational license, professional and/or trade licenses, corporate charter and any other documents to verify the location of the firm's primary office. Copies of bid documents are available upon request at the City of Miami Procurement Office located at 1390 N.W. 20th. Street, Second Florida, Miami, Florida (305) 575-5174. The City Manager may reject all bids and readvertise. (Ad No. 1730) Cesar it. ?Ddio =] City Manager ►�+ f � '-Ti ,.� J LEGAL ADVERTISEMENT 1-1-24 • •� 1 Sealed bids will be received by the City of Miami City Clerk at her office located at City Hall, 3500 Pan American Drive, Miami, Florida 33133 not later than ID-M —A.M. FEBRIIARY 11,L 1994 for the furnishing of approximately (350) Fire Extinguishers as or equal to Amerex and approximately (350) Wrecking Bars (Crow Bars) as or equal to Great Neck in accordance with specifications for the Department of Police. Bids submitted past such deadline and/or submitted to any other location or office shall be deemed not responsive and will be rejected. IOrdinance No. 10062, as amended, 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 and women vendors who are interested in submitting bids and who are not registered with the City as minority or women vendors are advised to contact the City Procurement Office, 1390 N.W. 20th Street, Second Floor, Telephone 575-5174. Local Pretuence Se on 18-52.(h) of the City Code, as amended, states that the City Commission may offer to a responsible and responsive local bidder, whose primary office is located in the City of Miami, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor does not exceed 110 percent of the lowest other responsible and responsive bidder. The City reserves the right to request copies of the occupational license, professional and/or trade licenses, corporate charter and any other documents to verify the location of the firm's primary office. Copies of bid documents are available upon request at the City of Miami Procurement Office located at 1390 N.W. 20th Street, Second Florida, Miami, Florida (305) 575-5174. The City Manager may reject all bids and readvertise. (Ad No. 1730) S-? %.d Cesar H . Qdi:o City Manager' yr• I JI J City of Miami ...... ...... This number must fj1REQUISITION FOR ADVERTISEMENT appear in the advertisement. INSTRUCTIONS: Please type and attach a copy of the advertiselli nt with thi��itiQn- 1. Department: 2. Division: 3. Account Code number: 4. Is this a confiii-nation: 5. Prepared by: Yes - ----------- 6. Size of advertisement: 7. Starting date: 8. Telephone number: 9. Number of times this advertisement is to be 10. Type of advertisement: published: k Lecial 11 Classified El Display 11. Remarks: 12. G.%A. (Procur Qment Manaa2menfi U$E ONLY Date(s) of Advertisement Invoice No. Amount Publication C-) 13. El Approved F1 Disapproved Department Director/ Designee Date Approved for Payment Date 03 Rev. 12/89 1 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. Lilaithou iRi"; VY111lu - U.O.M.' Vdndry - UUPdJLF11V111 SENT fil : PRO(l RENT \T 1t.a:\AGE 11EV:T , 2- 8-94 ; 3 : 33PIi CITY OF,..11 I Alf I - LEGAL ADVRRTTSEMENT Sealed bide; will be receivod by the: C.tty of Miami City Clerk at her office located at City Hall, 3500 Fan Amar.icmn Drive, Miami, Florida 33.133 not InL#,r than ie V1 rEB13.I AIRY :1 1 . ,, 0-4—.- _. for tho furnir.410119 of (. V..r'o Fxt-.in(3uishe l"I as or equal t:e Amorrsx and zafjpr•c:ximateiy (350) Wr:oc.king aazs (Crow n ars) Rh or taclttra I to Ur t!at. in bcc~ordance with sj.)v(: i.f icat..ionn for- t.ho t)oPartmertt. -f PoiiuH. i1ido submi.ttod pasty su(.,.h deadline ,9nd/or *uktmi-t_ted tq any other location or otiir..r) shall bo deemHd not. responsive and will be rejected. Ordinanco No. 10062, as amonded, established a goal of Awarding 51V of tfie Ci-ty's total riollar- veilump of all oxpe-ndi-t:ures for. All Goads and Sery i.c(,!s to Blat~1: , Hispanic and Women Mi.noi: ity Business Enterpri.tsos on an egtl�ll Minority and wc)wen vonrloi-s with area irit-ere?st ed in submitting bids and who arc: not r:c.>g.i.nt.c:recl with the City as minority or women v(-+ndors are nrlvlst:cd to cont-act- t1 .� City PZoc ure-mont office, 1390 N.W. 20t:lr Street, Second Floor, Telephone 575-5.174. LQ.Cta1 Seq.I< vrn- ...Qt_ -se_ndade status that the City Commission may offer to a responsible and reespc)rts ivo J.oc:a 1 1� i i.t�.ic,. , whose primary of ficn is located in the City of Mi.awi., Cite opportunity of ac:cept.ing a bid at the low bidam-)unt, r' � he origir:al bid amount. submit't.ed by the local vendor 110 l,x�rc ont of Mite lowest: crt hEr responsible and r.: spons i vH bidder . The C_'ity reserves the ri-ght tra request c oPi.eS of the occupational. 1 i (--ert.,e, profess i-onal. arid/or trade 1. i.censes, corporal-.- charter and arty other documtAnts to vei:ify the location of the fir-m's prf.mar.y off D:er. Copies of: bid documents ar.c!i available upon request_ at the City of Miami Prctc.urement. Office located at 1.390 N.W. 20th Street, Second Florida, Mf am.i., r1orida (305) 575-5174 , The City Mariagor may re joct all bids and r.eadver_•ti_so. (Ad No. 17") FEB-- 8-94 TUE 15:48 Cesar I1. Odio City Manager. 305 575 5180 P.02 ;# 2/ 2 SENT BY:PR0(1'RI-�1ENT 1iANACjF1iE'\J-*,,,2- 8-34 3:32P11 CITY pj .J1.�:�11I 1! 2 =c) City of Miami Department of General Services Administration ' * and Solid Waste iNcvn► ONena �� 1 BF�E.iE�__4lE ����__�1�I�Ml•.T�'E�p i j TO-. I FROM: __Pr�cur�ment�nac��m�t�_W I i DATE': - --- _— _-- 3 ITEM: h j 7 i MAILMAN#. PLEASE RETURN SIGNED SHEET TO PROCUREMENT MAtgAGEMF.NP y FEE- 8-94 TUE 1 5:4 7 305 575 5180 P.01 ,r ok City of Miami REQUEST FOR PURCHASE Y Instructions: 1. Check BE200 for available balance before pre -encumbering estimated amount- DO NOT SUBMIT FORM if funds not available. 2. USE TYPEWRITER to fill in shaded areas numbered 1-15 only. 3. Each Requisition must be for items which are obtainable from the same vendor. Vendor No: Social Security No: V - Tax ID No: E FIREMASTER N 8340 NORTIiWEST 7 0 T H STREET Entity Type: D MIAMI FL 33166 ❑ Sole Proprietorship O El Corporation R ❑ Partnership 7 Delta ri Tn_ POLICE DEPT. / PROPERTY. BUREAU, ONLY ` ;A0�;<N 6d.2 Ave: �� �; -(INSIDE, DELIVERY) MIAMI- 'FLORIDA"'33128 P 0' 70995 F.O.B. DESTINATION Quote By: BID Quote Date: 4 / 2 6 / 9 4 Terms: NET 3 0 DAYS Delivery: ASAP 8._Prepared'.;By IveTisse 9. Dept/Div: Police - — 71 /-Pro erty 10. Datqpril i2,°_i199,4 91{Authon d-Si �:.:: t r_. ;. 12 Phone No { , 13 Acc n Code(s) ,r 290201 .722 579'6413 14.— QN DESCRIPTION UNIT EXTENDED PRICE ; . PRICE rt' ; t: •i`' :r<. � Ili z 350'' Fire 'exEiriguisfiers Ioz ,fleet ;'" $19.75 6912.5C 'each' hicles=' ' ,`Bid no. 93-94-073 (Attached is'redue'st for emerge cy Approval) D h,.:Q No E 7 0 9,9 _ P 1.'Pre Enc. Amount. 2 Batc to A $6, 912.50 R 3. Pre-C umbored By` 4 DDat E 5. Minority Status on vd rs N predetermined: A 6. Suggested Source: LX>4At}3sX3XX �&i�X$1XI�XXEIIXF�X}L •. ,. R If>XXX X YOXX E Amfak, Inc. M 3160 S.W...2-2 A Miami, Fla. 33145:° K r S l- VENDORS CONTACTED VENDOR QUOTATION I� FY. TOTAL 1$6912.501 r ►- 1 t i ;..'`, Q r ° o vu r 'd L• Funds C rtifi d City Manager `" o L" Approval, if By���jfff C,3 LAJ o applicable. ' wo L15JIV]J1'IYtly J _U/W-_____ / Date: By: cC 506 Rev, 12/89 Retain Blue copy and for and all others to Procurement Management Division of G.S.A.. Final Distribution: Canary - Procurement; White - Vendor; Green - Finance; Pink - Department; C GS/PC r;nlrinnrn ri _ FinanrnRhrn _ rinnnrimnnl