HomeMy WebLinkAboutR-91-0408��91��l6i'S
5/9/91
RESOLUTION NO. 91 — 1 408
t
A RESOLUTION AUTHORIZING THE PURCHASE OF
APPROXIMATELY 165 PROTECTIVE CLOTHING
ENSEMBLES FROM SAFETY EQUIPMENT COMPANY UNDER
.EXISTING CITY OF MIAMI BEACH BID NO. 113"
89/90 AT THE PROPOSED AMOUNT OF $91,307.70;
ALLOCATING FUNDS THEREFOR FROM THE 1990-91.
OPERATING BUDGET, ACCOUNT CODE NO. 280601-
075; AUTHORIZING THE CITY MANAGER TO INSTRUCT
THE CHIEF PROCUREMENT OFFICER TO ISSUE A
PURCHASE ORDER FOR THIS ACQUISITION.
WHEREAS, the Department of Fire, Rescue and Inspection
Services wishes to purchase approximately 165 protective clothing
ensembles under City of Miami Beach Bid No..113-89/90 from Safety
Equipment Company in the proposed amount of $9130.7.70; and
WHEREAS, more firefighters are killed or injured during the
performance of their duties than any other occupation in America;
and .
WHEREAS, protective clothing provides some protection
against extreme heat and the many other life threatening by
products of combustion 'associated with structural fire fighting;'
and
WHEREAS, funds for this.- purchase are available from the .w
I
r:
1990-91 Operating Budget, Account Code No. 280601-075; and
WHEREAS, the City Manager and the Chief of the Fire, Rescue
and Inspection Services recommend that this purchase from Safety
Equipment Company be approved;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY'
OF MIAMI, FLORIDA:
Section 1. The recitals and findingscontained in the
Preamble to this Resolution are hereby adopted by reference.'
i
thereto and incorporated herein as if fully set forth in this
}
s,1�a
Section. 4
ki
Yn
S
}
JUN
3'
.m
h
-
se coot the purchase of protective clothing ensembles t
wider existing City of Miami Reach Rid No. 113.89/90 from Safety
+ uipmeht omp ►hy in a roposad amount of $91, 307 , 710 is =herebv r "
authorized with funds therefor hereby allocated from the 1990;91
i
Operating Budget, Account Code No. 280601-075.
i
Section: The City Manager is hereby, authorized to
f
instruct the Chief Procurement Officer to issue purchase orders
,
for this acquisition.
Section 4. This Resolution shall become effective
immediately upon its adoption.
`
PASSED AND ADOPTED this 20th day of June , 1991.
,
XAVIER L. EZ, -MAYOR
ATTES '
MATTY-HIRAI, CITY CLERK
,#
PREPARED AND APPROVED BY:
'
RAFAEL O. IAZ
`CHIEF ASSISTANT CIT ATTORNEY
3
1i
fi,
VIA
All
APPROVE AS"TO'FORM 'AND CORRECTNESS: r4
33
rad,t
!If
.:'..JO GE ..L.'. `F RNANDEZ ..... .. ...... :.... ,...., ..u; <. ,x k
3
CI Y ATTO EY
x
`
1 {
tf
ROD/gmb/M2287AT
j
!
S
� 1
r
' r
4
i
x
y
1
T }
i
- _ - •: ---
�- r
i
T
y
10 Wky
R
$I$ rMt
SID $0, �
�I�bbBR
r.rirr__�r.++�rr�rr
TOBRO INC.
PEVFCO INO.
ROBERT BROWN "BLD—G�.
FOUR C'S ERVICE
T & S ADMINIS�TRP,TI
a 000
$fib ffiS��itTT L�$
BVVNTS MAINTENANCE AT THt COCONUT OROVt CONVENTION CENTER
,..
90-91-095
.�Ii.H�il�itifli.W�rl+bliiii.�iiifiiilYfW.Y�aiiltil.YY WfIYNHYYMY►iY�YGWIY.itllrYiiYiii�IL�iYYilliiDrl►
Mari. 2.0.4. 1991..W►Y.�...?r . m .—..r...........�...—... �.�..�.........
IOTA
AID ��lO�t� p1►BHYER'$ CH$C�
f
Z
�-We
r.r �rwr—_Y�wwwr rr�rrrwr _... w—rr�rrr�.�...:.r.irr�+w►r.t1118,
received o ly one copy, whic
e h tt�G S...�iYSiSgd"
iriMilJ�widl�ir�N
SERVICEMASTER
UNITED'NATIONAL.MAINT,
_ r N
SERMAGE-CORP: n n o E
;Ts
A-
'Lq O BID:
jK
B MADE TO RENT MAIp_"Zjj
i
ANI KING OF MIAMI, INC.
EST'S -MAINTENANCE & JANITORIAL
T//NUJ]
�_7
r_rN_wNNr
NM�r.�r_r__N_
—___�Y_—_rrr•r
.er 3'�
�.
3
�_j
4 �
w wNN�►NNr_I�._ _—�.�r.�_— *hi.��..
_ww_r_rw _��r_rNN_rN _�r_�__w_�.��r_NfR.R91►M.}}� �� .'�
,� �'+►crived s w ,+ r�'
(P+� son sscsivia$ bids)gf
GS Solid Waste -Procurement Division on �4
- a .e•z+new►•....i.w�*...w.�..*.e.�.....e.w�w.w.�+w....�. e: _ �.n.w.e.�• . .�.s.�+...R.e—wewreRs.l1. �?
k
�s*��e+�wl.�a*a��e►.+�s �w�� ter,:.
►��K�
! r
P®
7!
YZ
iaF L F
3}
yrY.
3
d& - ''�""^�R}- 'j-JT",�S'n'`�` erg
Y
IIP
J
Nlr
1h
pUBWCATION
AbVERTISEM�N v I I� -
4
_
-
Ftevbaw
t 4 �Al
�{$}' b '. T�T'yrg'E� � � k�'\j: i:'`t'W
��.
•V
�{ Z y ( :. ,+ :, f �- } {•+�' 11 Y��� C� l��t i '" � ; � _
I �`r
XY'$: i �f :. .4..'i' f^t J`. 1 'y
7P
� � S
_
r '� ., �'... .,� . i`'�_: 4�. i R :l. bh itr'Y`'e 't%. .A'S .•T
a \.
r
l 'i1 %i
4�
'iv
I
_
\ \
}'
�`S rF
isef
Txz'7,t "�
•W
F: — 3"`T`L
1_4 yy
.F \ Y t £�`L.�t,� Y
i
� `• ,i t .. Y J 1 j tt � ! � J� � �S �� '�SLr 4`.3 \ ? { �F.S � —_
Y
yI tr E� e
6
S Jp$ybb
-A,
LICE 'r 3 VOUCI�ER
E\N
'YY NIM DD Adv, Doc, RBfererxe V [?OR4 IND�QCt D
x5,�}� j S'. '¢•fit +y�"•I � ty \ ,
�
! p'.'. i j ? y )� -E:°. y S��Y � .��Y FT .� r;fv.� ���`+
60
,5
ilk t> i
2 3
DESCRIPTION;n3; ` kil`S�O
a1
ANA
j
4
TI .y
'aJ
'4 f'
_
r,'tA
G h-r� < �� '.:
-ifs
�•
11
s.
Honorable Mayor and Members
of the ity Gammiaaion
f
FROM
Ceiar H. Odio
f City Manager
Wt :
SUBJECT
REFERENCES:
ENCLOSURES:
AV FILE
908olution to Puce, hale
Fir@fighter*6 Protective:
Clothing from the City
Of Miami Beach Contract
�-
Bich No.
to
Judy S . Carter
F Chief Procurement Officer
Department of Genensl Services
and Solid Waste
FRiSM : _
M. Duke, Ch e '
Director of Pike, Rescue
and Inspection Services
FILE
DATE : may lot 1991
SUWECT i
of Miami Beach
City�
aid No. 113-89/90
Pirefighter''s
REFERENCES :PrOtective
Clothing
'A
ENCLOSURES:
This Department has verified available
funding with the `!
Department of Finance and Budget that
Funds are available to
cover the cost of the subject bid in the
amount of S91.307.70.
Account Cade Number 280601-075.
-FINANCE REVIEW AND APPROVED BY:
CAPITAL IMPROVEMENT
FUNDING REVIEW & APPROVAL
{ • -N/A ..
CARLOS GARCIA,_DIRECTOR
NIA
EDUARDO RODRIGUEZ
`DEPARTMENT OF FINANCE
CAPITAL PROGRAM MANAGER
BUDGETARY REVIEW AND APPROVED BY:
r;
.E,dtr
a MANOH S.:SURANAr DIRECTOR
`BUDGET''DEPARTMENT
^ ^
`€
ev b 3e5.ary
.,
r5.
.. —4,w
S ;
7
i
4
l r
.
} W
�. r§#
s
R r
t.
IMPORTANT BID SHE" b BIDDER ACKNOWLEDAMMEUENEO IN
L 6)►�1`E IN Tin V BRED ENVELOPE IDINTIP19 131a C tMe Time
AND DATE OF DID OPEN NO, IP SECURITY IN ANQUI A BUY WILL NOT EE
ACCEPTED UNLESS THE ORPOSIT OR BOND IS SUBMITTED IN THIS ENVILOM
Terns: / /off j2d. C . (Inal.ude cash dis aunt for prompt payment; if any)
Additional discount of. " if awarded all items.
i Warranty and/or guarantee: l i I-Z:2 t0 (7 (4Z/q>v1'c)45C1� 7fii�Cf/�'7
State any variances to specifications (use separate sheet if
necessary)s :G
Delivery:, f) calendar days required upon receipt of Purchase Order.
l
Delivery Point(s): city —of Miami Fire -Garage __
I
1151, NW 7 Street
I
4 _ _MiaMi, FL 33136
In accordance with the Invitation to Bid, the Specifications, General
Conditions, Special Conditions, and General Information to Bidders, we
E agree to furnish the Item(s) at Prices indicated on the attached bid
j sheet(s).
I
I NAMES OF COMPANY OWNER.(S): NAMES OF COMPANY OFFICERS:
i
1)AY)b 0wond) Ui C) 0V-tiNAJELL - �lr
` lU) , d
`(.. CAV W&V b 1
n 11
Please use the back of this page if more space is necessary
Name of individual holding license in this profession (if applicable)
MINORITY PROCUREMENT COMPLIANCE
The undersigned bidder acknowledges that it has received a'copy of
Ordinance No. 10538, the Minority Procurement Ordinance of the 'City` of
Miami, and agrees to comply with all 'applicable substantive and,
procedural provisions therein, including any amendments thereto.
BIDDER: Signature:
}
company name Print Name:_ -sc(S 1i/V �fir.r r'7
;i
Indicate if Minority Business: Date: J 3 qU
C ] Black C ]Hispanic C ]Women "G
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISOUALIFX THIS
F ydK
jV
�t
."l
• .tit +N�'
{