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
. ,