Loading...
HomeMy WebLinkAboutR-78-0649.iu■iui■uiiuuuui iiiiii■uuii RESOLUTION . 8 .'.6 4 9. A RESOLUTION ACCEPTING THE BID OF P.T. GARRETT FOR FURNISHING FIRE NOZZLES AND VALVES AT A COST OF $6,261.51; BID OF SAFETY EQUIPMENT CO. OF FLORIDA FOR FIRE_ NOZZLES Al A COST OF $909.93; BID OF BISCAYNE FIRE EQUIPMENT CO. FOR HOSE CLAMPS AT A COST OF $669.00; T A TOTAL COST OF $7,840.44; ALLOCATING FUNDS FROM THE "SU P P O RTIV 1977-78 FISCAL YEAR OPERATING BUDGEF;AUTHORIZING THE CITY n j�� "�' TANAGER AND THE PURCHASING AGENT T( ISSUE THE PURCHASE DOCUMENTS SOIiDERS FOR THIS LQUIPMENT. FOLLOW" WHEREAS, pursuant to public notice, sealed bids were received September 11, 1978 for the furnishing of Fire Nozzles and Valves for the Department of Fire; and WHEREAS, invitations were mailed t.o 18 potential suppliers and 9 bids were received; and WHEREAS, funds for this purchase are available in the 1977-78 fiscal Year Operating Budget; and WHEREAS, this equipment will be used by the Department of for the purpose of replacement equipment; and WHEREAS, the City Manager and the Department of Fire recommend that the bids received from P. T. Garrett, Safety Equipment Co. of iFlorida, and Biscayne Fire Equipment Co. be accepted advantageous bids to the City. as the nw OCUMENT INDEX ITEM NO. /2 NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY <`OF MIAMI, FLORIDA: Section 1. The September 11, 1978 bids of P. T. Garrett for furnishing Fire Nozzles and Valves at a cost of $6,261.51; Safety Equipment -Co. of Florida for furnishing Fire Nozzles at a cost of $909.93; and Biscayne Fire Equipment Co. for furnishing Hose Clamps at a cost of $669.00; at a total cost of $7,840.44 are hereby accepted with funds hereby allocated from 1977-78 Fiscal Year Operating Budget. Section 2. That the City Manager is hereby authorized to i.natruct the Purchasing Agent to issue the Purchase Orders for this •equipment. CITY COMMISSION MEETING OF O C T 1 2 1973 REsownom no.7 8 " F, . MI.uIIIIII■IIIIIIIII1111IuI.I uI■■IIII IN ATTEST: AMb AMMO) t i e RALFft ONGIE, CITY CLERK PREPARED AND APPROVED BY: 12th day df October , 3 197U. e- (611-it --// 0-744 ROBERT F. CLARK, ASST. CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: 2> GEORGL F. KNDX, JR., CITATTORNEY iatitiee A. Vette MAYOR , .... . "SuPpoR 1%,.: DOCUMENTS FOLLOW" itaA Bib SECURITY Fire Nozzles & Valves Fire Dept DATE BIDS RECEIVED Sept. 11 , 1978 BIDDER TYPE OF SECURITY AMOUNT POR ACCOUNTING USE P.T Garrett Cashier' Ck 87763 $360.50 P.O. Box 680098 eop-tes American Natl Bank Miami,Florida 33168 . Biscayne Fire Equip Cashier's Ck 100608 Hialeah Miami Springs $419.85 2950 N.W. 7th Ave.' First State Bank Miami,Florida 33127 ABC Fire Equip Inc. 2804 Corrine Drive 0rlando,Florida 32803 East Coast Fire Equip 2417 Spruce Ave. West Palm Beach,Florida 33407 Halprin Supply Co Cashier's Ck 0355 44108 $110.00 3804 S Broadway P1 Bank of America Natl Trust Asso, L.A. Calif Los Angeles Ca 90037 Safety Equipment Company of Fla Box 8125 "SUPPORTIVE DOCUMENTS Hollywood, Florida 33024 FOLLOW" r } 1 i Received the %above des ribsd,' checks this ) day of4 J FOR ACCOUNTING DIVISION 19 L DEPT (DIV I CITY OF- MIAMI, FLORIDA REQUISITION FOR ADVERTISEMENT FOR BIDS RECEIVED '78 AUG 2i1 AM 81 Z 1 City C . City of Miami. l ii ACCOUNT CODE `' ' ' • -l<t Q BID NO. DATE of PREPARED BY PHONE CODE ITEM DESCRIPTION QUANTITY UNIT PRICE AMT. QUANTITY REPRESENTS DEPARTMENT REQUIREMENTS FOR MONTHS DATE DATE DATE DATE DATE DATE AMOUNT AMOUNT AMOUNT AMOUNT "SUPPORTIVE DOCUMENTS FOLLOW" TOTAL ' ESTIMA1 ED COST : CONTRACTUAL: INCIDENTAL: $ TO TAL S SOURCE OF FUNDS: l fah d in 6 E. > PE_NDITURE CONTROL : PROJECT CODE..... 111111111/ IIII♦ $ APPROVED BY BIDS TO BE SECURED FOR FOR THE bERARTMENT OF: ADVERTISE ON t i, BIDS TO BE RECEIVED ON DIRECTOR OF ISSUING DEPARTMENT FUNDS AVAILABLE FOR PROJECT INVOLVED AD CODE EXPENDITURE CONTROLLER MIMIEW { uN1l:S 11): Nurrbasing (Org.) — Caty Mauagrr — City (I{-rk—FApenditure (.untnul — Issuing Department — Other Affected Department { IIHM NUJ IC43 I4.V 74 WHITE GREEN PINT, CANARY' ae.UE GOLDENROD _ b it a CITY OF- MIAMI, FtORIDA REQUISITION FOR ADVERTISEMENT FOR BIDS RECEIVED '71 AUG VI AM 81 Z �,,,� 1 L Ci;I �,... DEPTIbIV irk City of Miami. �r a, ACCOUNT CODE "' `` • Y"` Q BID N O. - DATE Z PREPARED BY PHONE - ■ CODE ITEM DESCRIPTION QUANTITY "SUPPORTIVE DOCUMENTS FOLLOW" UNIT PRICE AMT. TOTAL i c TIM,ATED COST: CON? RACTUAL: INCIDENTAL : Tr) ! AL_ $ S $ `,OURCE OF FUNDS:....._____. rt in by E i PENDITURE CONTROL : PROJECT CODE APPROVED BY QUANTITY REPRESENTS DEPARTMENT REQUIREMENTS FOR MONTHS BIDS TO BE SECURED FOR FOR THE DEPARTMENT OF: ADVERTISE ON 1.c BIDS TO BE RECEIVED ON DIRECTOR OF ISSUING DEPARTMENT FUNDS AVAILABLE FOR PROJECT INVOLVED AD CODE EXPENDITURE CONTROLLER r (N'11:5 7U: Purchasing (Orb,) — City Manager — City Clerk —Fspenditure Control — Issuing Department — Other Affected Department f Uc•M hr. 1f.43 MEV 74 WHITE GREL N PINS CANARY GLUE GOLDENROD ■ i ■ i MM ■ Legal Advertisement did No. 77-7a-11a .. Settled bids will be received by the City Manager and City Clerk of the City of Miami, Florida no later than eleven o'clock A.M., September .111976 for furnishing Fire Nozzles and Valves for the Fire Department in accordance with detailed specifications available upon request at the office of the Purchasing Agent, Purchasing Division, 3318 Pan American Drive, Miami, telephone 579-6380. City of Miami, Florida J. R. Greseie City Manager "SUPPORTIVE DOCUMEN FOLLOW' CITY OF m/AmI. rLommA INTER -OFFICE MEMORANDUM -- ' III liP1111110 1 ________1..1111111111111111111111111111filimmunitmEmommi rm. _ Mr, Joseph R^ Graenio City Manager FROM: A. L. Mullins Purchasing Agent .vv/ccr. , ^^' ^ ��P �� �1 � wu �� m » September 19, 1978 Recommendation for Resolution and Award of Bid: Fire Nozzles and Valves for the Fire Department / / FILE' tabulation of Bidst Fact Sheetp and Resolution pursuant to Public Notico^ sealed bids more received September llo 1978 for furnishing Fire Nozzles and Valves for the Fire Department, ThVitotiono were mailed to eighteen potential suppliers and nine bids were received as per the attached tabulation. Funds For this purchase are available in the 1977-78 Fiscal Year Operating Budget. The Nozzles and Valves are required as replacement equipment for Fire Suppression. It isrecommended that the ouord be made and a resolution be passed accepting the most advantageous bids as received from P. T. Garrett, Gofoy Equipment Co. o� Florido, and Biscayne Fire Equipment Co. for � d Valves t o total coot o� � furnishing Fire �oo�loo on o voo _7/O4O.44^ a The Department of Fire concurs with this recommendation. . y "��0 U�� �� ���� �°��« « ���� U ����� DOCUMENTS -����»�»8 � �~�V�� -- m�'»�������%'��~81� U �� `^�°" v " �� FOLLOW � U �� N ��y8_� K ���K� .- ~��=�� wm r��������� w��� ^' c/rr OF m/xM/. rumn/oA iNtt:R'OFFY(tE MEMORANDUM ru, _ Mr. Joseph R. Qcoosie City Manager rnov. A. L. Mullins Purchasing Agent ~ ~ ` � � September I9f 1978 r/Lc- Recommendation For Resolution and Award of Bid: Fire Nozzles and Valves for the Fire Department Tabulation of Bide� Fact Shoett and Resolution. PUtoUent to Public Notica$ aoulod bids more received September llf 1978 for furnishing Fire Nozzles and Valves for the Fire Department" invitations were moiled to eighteen potential suppliers and nine bids more received as per the attached tabulation. Funds for this purchase are available in the 1977-78 Fiscal Year Operatihg Budget. The Nozzles and Valves are required as replacement equipment For Fire Suppression. It is recommended that the award be made and o resolution be passed accepting the most advantageous bids as received from P. T. Garrott, safety Equipment Co. of Florida, and Biscayne Fire Equipment Co. for furnishing Fire Nozzles and Valves at a total cnoL Of $71840.44^ The Department of Fire concurs with this recommendation. "SUPPORTIVE d�^� 0�� ��K K��U�K�8�����U= �~��" « ���� K K���� DOCUMENTS �»��»�*8 U �� ' ' ~ �~ ��&�K .K �8������y�-�� ~~����»�«�~�� � �n FOLLOW � 0 ~~ ��K �y 0 � ���y�� w ��°�&����� 1u1 iuii■u■iiii uIII 1 I M: rite Nozzles and Valves DEPARTMENT: Fire TYPE OF PURCHASE: One Time Purchase REASON: Replacement of equipment. POTENTIAL BIDDERS•: Eighteen BIDS RECEIVED: Nine TABULATION: Attached FUNDS: 1977-78 Fiscal Year Operating Budget. CERTIFIED AS TO AVAILABILITY OF FUNDS/SOURCE:i- Department of Finance BID EVALUATION: Halprin Supply Co. of Los Angeles, California Was the lowest bid on Items 1, 4, 5 & 6. However their bid was for alternates that did not meet the specifications. REC0MMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE TO P. T. GARRETT FOR ITEM.IS 1, 3, 4, 5, 7, 8 AND 9 IN THE AMOUNT OF $6,261.51, TO SAFETY EQUIPMENT OF FLORIDA FOR ITEM 2 IN THE AMOUNT OF $909.93, AND TO BISCAYNE FIRE EQUIPMENT CO. FOR ITEM 6 IN THE AMOUNT OF $669.00, FOR A GRAND TOTAL OF $7,840.44. The Department of Fire concurs. Purchasing Agent "SUPPORTIVE DOCUMENTS FOLLOW" 11 • "i i'i- • ••,, • '‘.. ' • • ' • • ' • - • ' • —.1 .• • iddisr .censed Insured as Pot Coy Coda 3, Metro Ord. 'd Bond Amo.int tsculoritii•s TAE3ULAYONQF RIDS FOR /47/25 A/c7 z /441_ VOE City Manager, Csty Clerk Racttiv•d by the City Commission. City Clerk, City of IA arni , Florida ot licisr 0 sr 413c FIR-1 RE ea • A. M. P. M. 2)4-7/47/51-#e 7—/t4 6---A.) 7— via - gas A/e. 77- 78- /3.1- IS CP I S orP Sic/ L ui itmi I • Unit No. kW DESCRIPTION „.f Price T Total ) (4)Ari/Ai. 11E- G Z6-76-.5-4 .7ti rit 70 Unit Pr,:e Total '1 Z— OZ • Gs AT F. V VvVe 5 .2 3 57, 5-3 /071.0 3 Ili Agkot4 it Pilo, T-7-2(C-3;-r-17-V2. 551 Unit Total Unit Total Pric• N3 zl. 2 oes.40-1- Sid&CIF/C47-1 1 Unit Pric• Total Unit Pric• 14'2 Total 0 1-0_0 47111.,p41, ILIF.O. 037.CD ,V?8a [L2919? ??.3 911) 2.1.C.'141 $2C /it 0 OtP too 57 / A SD' 7.11:fP Ae,??, 3 V? ILE( "C4225--)--2-13-—F-Lei" IL:---'6S4*33-1--n?k 51741( 1.(M) "c1.2`CES-6:47' 2-Y(.54/ 3`102* 27V-1 XL*0 77-5/.vol tiorp 327,f)r. i Cf, 6 q.2! ,) Aie. 5 G . tf PI P 5 N/3/p1 111.1 o . 2.5-' 30--, N 013 P s' t*: 40 ,/, 3-0.9,c 4//,4'ot /110713/p-1 , • I .1 , ., , 1 , 3) Pull; tietesli-4766-C,/ 11151.7i.4oll,i71.1q1sc.? 3 SC Ee 4.)1 Tr 3 LOA / 6 $ 150 ,3 2.c0 SO NO*13/P i irl)fyrt O7 -arrowtazinatir -7-to Fr SD 2..C9'i AS/ FC kALI 812.4.14( 11111111111111111 11111111111111 —pcs,,Q1- M7- 111 GOP IiIiI Om° .. 1. .�`.t ...," ...::• i t=.':a3. a mrhxl .,I:,,m r,.�r &r,� , F+.ir:':: rn, . ,:-� . �,.:, >_ ;.r, :.,.,... . 1 -af `. M '. - i .::, r r.. �-' .L�; _.� ,, ,,,E• r ,..., .,:=-> , ._ -. -n• t, _.; u sr-'Yr'= , : - ,_r . r . ,.:c�•a✓,e �E.."`Ik% R .r.- S �„y+ a1 ...: i' P ,�. ...� .. ar.^� 4, .: � ;41.bhhri yh „I.I 13 '1, Imo• I P �6 .m... e rPt• . 3, ^ t,.,nw,..w. :,r.:.:; x Y P .li 'Jz9 I i ..,, . _,,. ._ - , .. �; ... .. �.-� ... .. .a., w .ki ,� - TAE3Ui_.AT1c'1r_i._O_FBI0ti i• (t)H ,C,G./oz Z Z cs 9k v&- .DE' 9i 'rM E.J T 40/ /.-i,PE' , /S/,o No, 77- 7d'-- /3,1- City Manager, City CI•rk A. M. R•c•t.red by th• City Commission, City Gerk, City of Miami. Florida of P. M. 2OF2 irc B.dd•r :LA) 0 DO wlri/a : - J R e 1= ► G N1 G �J-TO /? 1 1 �� :----� � _Ycensed S.Inwr•o os Per S. metro Ord. y Code E_/lLF E ,/" (, �L) 1 et_ Cy E N t q .d Bond Amount ,4 ,,cculont,rs 1 1 1 Item ( I f • Unit unit 11 No. DESCRIPTION Pace Total 1 PrlceTotal i { i ' Lino 1 I Unit ( Unit unit Total Total I Total Tctol Price � DaC• PaC• Pac• I r � if - . (3) kiAJ'I'JJL /T G 2 S i . /? - iss7 r-; Ltv,6ie ( gm 83 f _cos- S' 15- : ' , I 2 kO 2 Z E= / G'l �' ' ' i off zi S/s_ . t' j • 3 3 E " IJ?q ; 302, ' Qog. ss 3 2V 9 7)-• l I 1 c .24 + 3/2-- ` (( ;.gt32, z4, 3/t, I I , 8 PO0C4 E fR M E S 3 S 37 - 1 2. 9G - 3 3 %n 2 7 o, g$ 3 -- z 8 8' t 4vea ,QEco:)v--A-/G-Avvftnoic:l.' 4 I2) J/ 5 C R PS ` s 7-1 gf!y-1 Gf4(41 nr 74/-' ?eq. . 7?7 y¢yrc �,s � ,74 _7 r3) if v k.T/ vex 5�i."46-0/ 42C? 3tFo7.- 1S J 3Lis sA6 e,, ` ''j-I- (< Arp1Zel ? /z33. too sr(le Ale se, Lo 22/e' / 2a. f f$e. llo o CR3.to i19,'' y7G.'' 5,y/-"�/.7 '4,iP co. . \7) l? // 1 'oFF.4R.-/7z•1,A`z .` S'74/ U T of / ( i ; ' Ewa/A (fib. -,,'/ 7 /V C 6‘7 o,o d 11. G- !I 7 -r3 7: Q Ti-- L, 1--7 o . ,