Loading...
HomeMy WebLinkAboutR-02-1270J-02-1017 11/26/02 02-1270 RESOLUTION NO. A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF SOUTH FLORIDA MEDICAL EQUIPMENT CO., FOR THE PURCHASE OF DISPOSABLE HEAD IMMOBILIZERS, FOR THE DEPARTMENT OF FIRE RESCUE, ON AN AS -NEEDED BASIS, FOR A PERIOD OF ONE YEAR, WITH THE OPTION TO RENEW FOR TWO ADDITIONAL ONE-YEAR PERIODS, IN AN ANNUAL AMOUNT NOT TO EXCEED $27,600, FOR A TOTAL AMOUNT NOT TO EXCEED $82,800; ALLOCATING FUNDS FROM ACCOUNT CODE NO. 001000.280601.6.714. BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The bid of South Florida Medical Equipment Co., for the purchase of disposable head immobilizers, for the Department of Fire -Rescue, on an as -needed basis for one year, with an option to renew for two additional one-year periods, in an annual amount not to exceed $27,600, for a total amount not to exceed $82,800 is accepted, with funds allocated from Account Code No. 001000.280601.6.714. CITY COMMISSION N:EETING OF DEC 1 Z 2002 Aesolution No. 02-12'0 Section 2. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.'/ PASSED AND ADOPTED this 12th day of December , 2002. A"FZ�4 - UEL A. DIAZ, MAYO 6 ATTEST: Y-67. PR CILLA A. THOMPSON CI CLERK AND CORRECTNESS: WffJW,WRO VILARELLO ITYZATTORNEY 736:tr:AS:BSS 1� 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 02-1270 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Honorable Mayor and Members of the City Commission i . tit FROM: lm ez City Manage RECOMMENDATION DATE: SUBJECT: REFERENCES: ENCLOSURES: CA -2 NOV 2 7 2,002 FILE: FM-105.doc Accepting bid for disposable head immobilizers; Department of Fire -Rescue Bid No. 01-02-133 It is respectfully recommended that the City Commission adopt the attached Resolution accepting the bid of South Florida Medical Equipment Co., a Hispanic/Local vendor, located at 5739 N.W. 7 Street, Miami, Florida, 33126, for the procurement of disposable head immobilizers, on an as needed, when needed contract basis, for a one (1) year period with the option to extend for two (2) additional one (1) year periods, for the Department of Fire -Rescue, in an annual amount of $27,600, for a total contract award not to exceed $82,800. Funding is available from Account Code No. 001000.280601.6.714. BACKGROUND The Department of Fire -Rescue needs an open contract with a provider, on an as needed, when needed basis, for the provision of disposable head immobilizers to be used by the emergency rescue personnel. This emergency medical tool is carried on all emergency response apparatus and requires routine replacement. The disposable head immobilizer is a vital emergency medical tool used to immobilize patients that may have sustained serious spinal cord injuries. Without proper immobilization, more serious injuries could develop, including paralysis. These items are disposable making it necessary to replenish the inventory from time to time on an as needed, when needed basis. The Department of Fire -Rescue has analyzed the bids received pursuant to Bid No. 01-02-133. South Florida Medical Equipment Co., submitted the lowest responsive and responsible bid and is, therefore recommended for the award. FISCAL IMPACT: NONE — BUDGETED ITEM. CAGZ/MJLK/TF/'am FM.lOS.doc 02-1270 AWARD RECOMON AN 'APPROVAL FORM. Date: October 8. 2002 Department/Division:FIRE/RESCUE DEPARTMENT Department Contact Name/Phone Number: JULIA MARTIN/ 305-416-1672 Bid/Contract Number: 01-02-133 Sr. Buyer: Terry Byrnes, CPPB Summary/Description of Purchase: DISPOSABLE HEAD IMMOBILIZERS Justification for Award/Contract: The Department of Fire -Rescue equips all emergency response apparatus with disposable head immobilizers This equipment is used to immobilize patients that may have substained serious spinal cord _injuries. Without proper immobilization, more serious injuries could develop, including Paralysis. These items are disposable making it necessary to replenish the inventory from time to time. Type of Contract: Method of Purchase: ❑Single Purchase ®Formal Bid (include bid tabulation) ❑Short -Term Contract ❑Competitive Negotiated Purchase (include documentation) QLease ❑Other Governmental Contracts (include documentation) ®Term Contract Contract Period: One Year OTR: Two Additional One -Year Periods (if applicable) Recommended Vendor(s): MWBE/Location Status: Award/Contract Value: South Florida Medical Equipment Co HISPANIC/ LOCAL $27,600.00 Total Value of Award/Contract (including Award Recommended By: with potential OTR): $ 82,800.00 Department Director/Designee Signature Source(s) of Funds: Department of Fire -Rescue General Fund Account Code(s): 001000.280601.6.714 Funding Approval: Certified By: Chief Procurement Officer/Designee Date AWARDRECOMANDAPPROVALFORM 02,j270 M7 Fi 3 Department Fire -Rescue Agenda Item # (if available) �Y OF C7 ii ii n Or aFc��41 Budgetary Impact Analysis Division: Emergency Response Division Title and brief description of legislation or attach ordinance/resolution: Resolution to accept the bid of South Florida Medical Equipment Co., for the provision of disposable head immobilizers, on an as needed, when -needed contract basis, for a one (1)year period with the option to extend for two (2) additional one (1)year periods, for the Department of Fire -Rescue, in an annual amount of $27,600, for a total contract award not to exceed $82,800. Is this item related to revenue? NO: X YES ! (If yes, skip to item #7.) 5. Are there sufficient funds in Line Item? YES: X Index Code 280601 Obj. Code 714 Amount: $27,600 NO: — Complete the following questions: 6. Source of funds: Amount budgeted in the Line Item $ 7 Balance in Line Item $ Amount needed in the Line Item $ Sufficient funds will be transferred from the followinv line items - ACTION ACCOUNT NUMBER ACCOUNT NAME TOTAL Index/Minor Object/Project No. by: From $ From $ From $ To $ Any additional comments? 8. Ap Department Director/Designee l G2 Date FOR DEPARTMENT OF MANAGEMENT AND BUDGET USE ONLY Verified by/1)Verified by: Transfer done by: Budget Analyst Budget Analyst D g6pent and Bu t Dir ctor/Designee * j 4s-, 9 7-q , a q Date /O ze-2-1 Date [ Loll -1- "02- Date 02-1270 TABULATION OF BIDS DISPOSABLE HEAD IMMOBALIZERS BID NO. 01-02-133 Laerdal Medial Corp. Chlef Supply 2468 West 11 Av., Eugene, OR 9740211 PMX Medical, Inc. 1136 Non -Local) Non-Minority South 3600West,SL600,SaltLakeCity,UT84104 167Myers Comers Rd,WappingersFalls,NY12590 11 Item Non -Local) Non-Minority Non-Localf Non-Minority N% Description Unit Cos Quantib Total Cos Unit Cos Quantity Total Cos UnitCos Quantity Total Cost 1 Mini PerFit Ace Adjustable Collar-Extrication 30 per can. Mfg. By AMBU $ 6.33 3000 $ 18,990.00 $ 5.89 3000 $ 17,670.00 Catalogue No. 00281106 No Substitute, Non-Responsive" 2 PerFil Ace Adjustable Collar-Extrication Unit Cosa $ 6.33 3000 $ 1188,9900.00 To ICos17 $ 55..89 Non-responsive due to offering product other ' • 3o per case 3000 f 670 00 than brand required. Mfg. By AMBU f Catalogue No. 00281000 No Substitrtn j TOTAL COST $ 37,980.00 $ 35,340.00 $ "{ Days to commence work alter PO 15 15 15 '+I MATRX NNdlealSouth 0 Oates Rd.,PO Box 210,Ballendne,SC29 owde Medica) Equlpriterit American LaFrence MedlcAAastor Non-Localf Non-Minority 8739 NW f $j Wing FL 33148 b n� W 370531 JohnsP M,fL 32771 kwySanfo Non-LoaU Non-Minority i Item k Descrindon Unit Cost Q9l01i! Total Cost Unk Cost ! Tafa1 CoatCoat Unit Q09Btlllf Total Cost 1 Mini PerFit Ace Adjustable Collar-Extrication $ 5.49 3000 $ 16,470.00 ; 06 30D0 13 �QQAQ $ 5.84 30 per case. Mfg By AMBU 3000 E 18,920.00 ] Catalogue No. 00281106 t ti4 NoSrbstitrta �+ t 2 PerFit Ace Adjustable Collar-Extrication Unit Cos Total Cos $ 5.87 3000 $ 17,610.00 Unit Coat ' s 1 Co Unit !t Total Cost 70 per Cate ti 5.07 3000 $ 15,210.00 1; Mfg. By AMBO I Catalogue No. 002811100 e. z No Sobstitytn TOTAL COST $ 34,080.00 $ 32,130.00 {: Days to commence work after PO 15 P epw rry by Taarms 1$ 15 APwwrV%- ?"}! Department dkectoiIDsalpnes t C/) BID ITEM: CITY OF MIAMI OF THE CITY CLERK BID SECURITY LIST DISPOSABLE HEAD IMMOBILIZERS BID NO: 01-02-133 DATE BID(S) OPENED: WEDNESDAY, MAY 29, 2002 TIME 10:00 AM BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER, HECK CHIEF SUPPLY CORP SEE ATTAC 0, ,`Q `PMX MEDICAL LLC �Noy),Lo LAERDAL MEDICAL CORP " �on- LD MATRX MEDICAL INC. � Iv Norl-1,0( SOUTH FLORIDA MEDICAL EQUIPMENT CO " I3000 V, VC AERO PRODUCTS CORP. &)� OC NO BID: ARMSTRONG MEDICAL INDUSTRIES VENDEX INTERNATIONAL CORPORATION RIDGELINE INC.- JEROME MEDICAL AIRGAS SAFETY IATRICS SAFETY PRODUCTS INC. NORTHERN SAFETY CO. FLORIDA POLICE PRODUCTS ARAMSCO (received after the stipulated deadli % � received P n receiving bids) PURCHASING DEPA��i on (City Department) SIGNED: �ff D Cify Clerk -- e 1 7 on behalf of (Date) 02-12'70 CITY OF MIAMI OF THE CITY CLERK BID SECURITY LIST BID ITEM: DISPOSABLE HEAD IMMOBILIZERS BID NO: 01-02-133 DATE BIDS) OPENED: WEDNESDAY, MAY 2 9 , . 2 0 0 2 TIME 10:00 AM BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK RECEIVED AFTER THE MOORS 'MEDICAL STIPULATED DEADLINE "'Offers from The yzm-ln receives? time]% r -s `,! '' .- '-' 'v c- �-.:.:; •.� ., are hereby rejec!ed as is! da.e and fi e. All received ( ) envelops on behalf of Person receiving bid(s) PURCHASING DEPARTMENT on (City Department) SIGNED: Deputy City Clerk (Date) f 02-1270 D