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