Loading...
HomeMy WebLinkAboutR-00-0003J-00-09 12/31/99 RESOLUTION NO. 00- 0'03 A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF AERO PRODUCTS CORPORATION, D/B/A AMERICAN LA FRANCE, FOR THE PROCUREMENT OF CERVICAL COLLARS; ON AN AS NEEDED CONTRACT BASIS FOR ONE (1) YEAR, WITH THE OPTION TO RENEW FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS, FOR THE DEPARTMENT OF FIRE -RESCUE, AT AN ANNUAL AMOUNT NOT TO EXCEED $31,700; ALLOCATING -FUNDS THEREFOR FROM ACCOUNT CODE NO. 001000.280601.6.714. WHEREAS, the Department of Fire -Rescue requires routine replacement of cervical collars to immobilize patients who may have sustained spinal cord injuries; and WHEREAS, proper immobilization prevents more serious injuries that could develop, including paralysis; and WHEREAS, pursuant to public notice, Invitations for Bid No. 98-99-075 were mailed to twenty-three (23) potential providers of said items; and WHEREAS, eleven (11) bids were received on May 12, 1999; and WHEREAS, The City Manager and the Director of the Department of Fire -Rescue recommend that the procurement of cervical collars from Aero Products Corporation d/b/a as American LaFrance be accepted as the lowest responsive and responsible bidder; and CITY COMMISSION MEETING OF JAN 1 3 2000 Resolution No. u- uv3 r s • WHEREAS, funding No. 001000.280601.6.714; is available from Account Code NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The procurement of cervical collars from Aero Products Corporation d/b/a American LaFrance, for the Department of Fire -Rescue, pursuant to Invitation for Bid No. 98-99-075, on a contract basis for one (1) year with the option to renew for two (2) additional one (1) year periods, at an annual amount not to exceed $31,700, is hereby accepted, with funds therefor hereby allocated from Account Code No. 001000.280601.6.714. Page 2 of 3 0- 003 Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.'/. PASSED AND ADOPTED this 13th day of January , 2000. JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2-35, singe the Mayor did not indicate approval of ,it legislation by signing it in the designated place provided, said legiz!ation now :comes effective with the elapse of ten (10) days froom the da f Comm -,Jon warding same, without the Mayor exercisirTN a ve0.1 . /_ 0 ATTEST: WALTER J. FOEMAN CITY CLERK CORRECTNESS LfteANDRO VILARELLO :IfY ATTORNEY 4028:RCL J. FoVl"OMN Clerk �i 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 3 of 3 00, 003 TO FROM CITY OF MIAMI, FLORIDACA=3 INTER -OFFICE MEMORANDUM HonoraY Mayor and Memb s of the City Commission onald H. Warshaw City Manager RECOMMENDATION DATE: DEC 2 9 LOOD FILE FM-063.doc SUBJECT: Accept bid for cervical collars; Fire -Rescue Dept. REFERENCES -Commission Meeting 1/13/00 ENCLOSURES: Resolution It is respectfully recommended that the City Commission adopt the attached Resolution accepting the bid of Aero Products Corporation d/b/a American LaFrance, 700 Aero Lane, Sanford, FL 32771 (Non-local/Non-minority vendor) for the procurement of cervical collars, in an annual amount not to exceed $31,700, for the Department of Fire -Rescue. Said contract is for one year with the options to extend for two additional one year periods. Funds for this purchase are available from Account Code No. 001000.280601.6.714. BACKGROUND The Department of Fire -Rescue requires routine replacement of cervical collars used to immobilize patients that may have sustained serious spinal cord injuries. Without proper immobilization, more serious injuries could develop, including paralysis. Enc. DHW CI AG/LK/WWB/csk FM.063.doc �- 0 0 - 9 BID AWARD RECOMMENDATION FORM BID NUMBER: 98-99-075 COMMODITY/SERVICE: Cervical collars DEPARTMENT / DIVISION: Fire Rescue TERM OF CONTRACT: Contract for one year with OTR for two additional one year periods. NUMBER OF BIDS DISTRIBUTED: Twenty-three (23) NUMBER OF BIDS RECEIVED: Eleven (11) METHOD OF AWARD: To the lowest responsible and responsive bidder who bids on all items and whose bid offers the lowest price when all items are RECOMMENDED VENDOR(Sh added in the aggregatftATUS: CONTRACT VALUE: Aero Products dba American La -France Non-Local/Non-Minority $31,700.00 TOTAL: $31,700.00 THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION: The requested Stifneck Cervical Collars are used by theFire-Regrue ACCOUNT CODE(S) Department to immobilize patients that may have sustained serious iniury to the cervical spine. Without proper immobilization. paralysis may result, thereby jeopardizing patient recovery. DEPARTMENT APPROVAL: D artment Director Designee BUDGET REVIEW APPROVAL: 4 Luie Brennan b, Interim Director OTHER FUNDING APPROVALS, IF APPLICABLE: PAGE 2 OF 2 PURCHASING APPROVAL: TITLE: Jud s. Carter Director 00- 003 Management & Budget Date" _ 876 "^ in available In account nam 001000.280601.6.714 - --- INWIfliff )y: SIGNATURE DEPARTMENT APPROVAL: D artment Director Designee BUDGET REVIEW APPROVAL: 4 Luie Brennan b, Interim Director OTHER FUNDING APPROVALS, IF APPLICABLE: PAGE 2 OF 2 PURCHASING APPROVAL: TITLE: Jud s. Carter Director 00- 003 Item: Description: 1 Laerdal Brand Stiffneck Cervical Collars, Adult Short No. 980400 2 Laerdal Brand Stiffneck Cervical Collars. Pediatric No. 980200 3 Laerdal Brand Stiffneck Cervical Collars. Baby No. Neck 980100 4 Laerdal Brand Stiffneck Cervical Collars. Adult Tall No. 980600 5 Laerdal Brand Stiffneck Cervical Collars. Adult Regular No. 980500 6 Laerdal Brand Stiffneck Cervical Collars. Adult No Neck No. 980300 Total NS TABULATION OF BIDS BID NO. 98-99-075: CERVICAL COLLARS Aero Products Corp. dba American La France Matrx Medical, Inc. 700 Aero Lane 389 John Downey Drive 200 Gates Road Sanford, FL 32771 Ballentine, SC 29902 Non-Local/Non-Minority Unit Extended Est. Unit Extended Est. (fit . UOM Price Price (Wt .. 1200 each $ 6.34 /ea $ 7,608.00 250 each $ 6.34 /ea $ 1,585.00 250 each $ . 6.34 /ea $ 1,585.00 300 each $ 6.34 lea $ 1,902.00 600 each $ 6.34 /ea $ 3,804.00 2400 each, $ 6.34 /ea $ 15,216.00 Prepared by Maritza Suarez, 5/17/99 $ 32,500.00 $ 33,150.00 Matrx Medical, Inc. ProMedix, Inc. 389 John Downey Drive 200 Gates Road 10302 South Federal Hwy. #316 Ballentine, SC 29902 Port St. Lucie, FL 34952 Unit Extended Non-Local/Non-Minority Non-Local/Non-Minority Est. Unit Extended Est. Unit Extended (Wt .. UOM Price Price(Wt . UOM Price Price 1200 each $ 6.50 /ea $ 7,800.00 1200 each $ 6.63 /ea $ 7,956.00 250 gg 5 each $ 6.50 /ea $ 1,625.00 250 each $ 6.63 /ea $ 1,657.50 250 each $ 6.50 lea $ 1,625.00 250 each $ 6.63 lea $ 1,657.50 300 each $ 6.50 /ea $ 1,950.00 300 each $ 6.63 /ea $ 1,989.00 600 each $ 6.50 /ea $ 3,900.00 600 each $ 6.63 /ea $ 3,978.00 2400 each $ 6.50 /ea $ 15,600.00 2400 each $ 6.63 /ea $ 15 912.00 $ 32,500.00 $ 33,150.00 $ 34,950.00 1 I Page 1 Approved by Department Director/Designee: Moore Medical Corp. 389 John Downey Drive New Britain CT 06050 Non-Local/Non-Minority Est. Unit Extended W UOM Price Price 1200 each $ 6.99 /ea $ 8,388.C� 250 each $ 6.99 /ea $ 1,747.50' 250 each $ 6.99 /ea $ 1,747.50 300 each $ 6.99 lea $ 2,097.00 600 each $ 6.99 lea $ 4,194.00 2400 each $ 6.99 lea $ 16,776.00 $ 34,950.00 1 I Page 1 Approved by Department Director/Designee: TABULATION OF BIDS BID NO. 98-99-075: CERVICAL COLLARS Armstrong Medical Industries, Inc.. South Florida Medical Equipment Downtown Medical Equipment Glinton Sales, Inc. 575 Knightsbridge 5739 NW 7th Street 139 SE 1 --Street 827 NW 62nd Street Lincolnshire, IL 60069 Miami, FL 33128 Miami, FL 33131 Miami, FL 33150 Non-Local/Non-Minority Local/Hispanic Local/Non-Minority Local/Black Est, Unit Extended Est. Unit Extended Est. Unit Extended Est. Unit Extended Item: Description: (t UOM Price Price W:: UOM Price Price(qty; UOM .Price Price UOM Price Price .. 1 Laerdal Brand Stiffneck Cervical 1200 each $ 7.57 lea $ 9,084.00 1200 each $ 12.40 lea $ 14,880.00 1200 each $ 11.99 lea $ 14,388.001200 each $ 14.09. lea $ 16,908 Collars. Adult Short No. 980400 2 Laerdal Brand Stiffneck Cervical 250 each $ 7.57 lea $ 1,892.50 250 each $ 12.40 lea $ 3,100.00 250 each $ 11.99 lea $ 2,997.50 250 each $ 14.09 lea $ 3,522.50 Collars. Pediatric No. 980200 3 Laerdal Brand Stiffneck Cervical - 250 each $ 7.57 lea $ 1,892.50 250 each $ 12.40 lea $ 3,100.00 250 each $ 11.99 lea $ 2,997.50 250 each $ 14.09 lea $ 3,522.50 Collars. Baby No. Neck 980100 4 Laerdal Brand Stiffneck Cervical 300 each $ 7.57 lea $ 4271.00 300 each $ 12.40 lea $ 3,720.00 300 each $ 11.99 lea $. 3,597.00 300 each $ 14.09 lea $ 4,227.00 Collars, Adult Tall No. 980600 5 Laerdal Brand Stiffneck Cervical 600 each $ 7.57 -lea $ 4,542.00 600 each $ 12.40 lea $ 7,440.00 600 each $ 11.99 lea $ 7,194.00 600 each $ 14.09. lea $. 8,454,00 Collars. Adult Regular No: 980500 6 Laerdal Brand Stiffneck Cervical 2400 each $ 7.57 lea $ -18,168.00 2400 each $ 12.40 lea $ 29,760.00 s 2400 each $ 11.99 lea $ 28,776.00 2400 each $ 14.09 lea $ 33,816.00 Collars. Adult No Neck No. 980300 . I . Total: $ 37,850.00 $ 62,000.00 ._ $ 59,950,00I t $ 70,450.00 Prepared by Maritza Suarez, 5/17/99Page 2 Approved by Department Director/Designee: - ^ 1, eH Item: Description: 1 Laerdal Brand Stiffneck Cervical Collars, Adult Short No. 980400 2 Laerdal Brand Stiffneck Cervical Collars. Pediatric No. 980200 3 Laerdal Brand Stiffneck Cervical Collars. Baby No. Neck 980100 4 Laerdal Brand Stiffneck Cervical Collars. Adult Tall No. 980600 5 Laerdal Brand Stiffneck Cervical Collars. Adult Regular No. 980500 6 Laerdal Brand Stiffneck Cervical Collars. Adult No Neck No. 980300 Total TABULATION OF BIDS BID NO. 98-99-075: CERVICAL COLLARS Prepared by Maritza Suarez, 5/17/99 Substitute: Ambu Perfit Collars #264-003; 60/case $ 73,500.00 $ *For bidding on a substitute when "No Substitute" was specified Southern Surgical Supply Company 2400 All Medical Supplies, Inc, Tampa, FL 33604 Ambu Inc. Non-Local/Hispanic Est. 245 SE 1 Street UOM 611 N. Hammonds Ferry Rd. $ 14.25 /ea $ 17,100.00 250 each Miami, FL 33131 250 each Linthicum MD 21090-1356 300 each $ 14.25 lea $ 4,275.00 Local/Non-Minority $ 14.25 /ea $ 8,550.00 each Non-Local/Non-Minority Est. Unit Extended Est. Unit Extended UOM Price Price W: UOM Price Price 1200 each $ 14.70 lea $ 17,640.00 each N /ea $ 1 O' N 250 each $ 14.70 /ea $ 3,675.00 250 each - lea $ R E 250 each $ 14.70 lea $ 3,675.00 250 each /ea $ P 300 each $ 14.70 /ea $ 4,410.00 300 each N /ea $ S 600 each $ 14,70 /ea $ 8,820.00 600 each I lea $ V E 2400 each $ 14.70 /ea $ 35,280.00 2400 each lea $ Prepared by Maritza Suarez, 5/17/99 Substitute: Ambu Perfit Collars #264-003; 60/case $ 73,500.00 $ *For bidding on a substitute when "No Substitute" was specified Southern Surgical Supply Company 2400 6301 N. Florida Avenue Tampa, FL 33604 Non-Local/Hispanic Est. Unit Extended UOM Price Price 200 each $ 14.25 /ea $ 17,100.00 250 each $ 14.25 /ea $ 3,562.50 250 each $ 14.25 /ea $ 3,562.50 300 each $ 14.25 lea $ 4,275.00 600 each $ 14.25 /ea $ 8,550.00 each $ 14.25 /ea $ 34,200.00 $ 71,250.00 �m Page 3 Approved by Department Director/Designee: MOMC I WW :1u-13-33 :12 i5OPM 0 ]�3COE�Ii1ST Maritza City of mami October 13,1999 AERO PRO()—LCTS- PROC1RE11E.\T YGMT.:s 2/ 2 AgmPe CNPWWM S=WY Yet JI Croup 7w An lane SW*M. Flatroa 32771 407 -3X -Sl 1 800�29Z-2376 FU 800.642-7895 Aero Products Corporation dba/ An== IA France Madicroster agrees to honor the Prices quoted for bid no. 98-99-75 (vmvical collars) and bid no. 98-99-76 (Lv. fluids). Thank You f0r the oppoit uiky to quote on these items. r 003 CITY OF MIAMI OF THE CITY CLERK BID SECURITY LIST BID ITEM: CERVICAL COLLAR FOR FIRE DEPARTMENT 4 1-1 G BID NO: 98-99-075 DATE BID(S) OPENED: MAY 12, 1 TIME BIDDER - TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK SOUTHERN SURGICAL SUPPLU, CO. See attached bid MOORE MEDICAL CORP. " ARMSTRONG MEDICAL IND. INC. " AMBU INC. AERO PRODUCTS CORP. " ALL MEDICAL SUPPLIES, INC. " MATRX MEDICAL, INC. " GLINTON SALES, INC. SOUTH FLORIDA MEDICAL EQUIPMENT CO. " PRO MEDIX INC. " DOWNTOWN MEDICAL EQUIPMENT " NO DID O� Q ROCHE�LLE MEDICAL EQUIPMENT .. 47"wrt-IFT received t:rrm, y as of iiia CEO the Q,� Y ��� _ and . Q ei'.° z SII ��� i0 g'�. f ... are hereby rce.J ted as Iat ,.,, SOIZ`�.�ti_d�m, , received envelops on behalf of Person re eiving bids) PURCHASING DEPARTMENT on 5 —/, / (City Department) (Date) SIGNED. �_T' Deputy City Cl k CITY OF MIAMI `r ADVERTISEMENT FOR BID Sealed bids will be received by the City of Miami City Clerk at his office located at City Hail, 3500 Pan American Drive, Miami, Fl. 33133 for the following: BID NO. 98-99-098 Cleaning Supplies Citywide OPENING DATE: 10:00 A.M. Wednesday May 12, 1999 BID NO. 98-99-075 . - Cervical Collars For Fire Department . OPENING DATE 11:00 A.M.Wednesday May I Z1 999 Detailed specifications for this bid are available upon request at the City of Miami, Purchasing Department, 444 SW 2nd Avenue, Sixth Floor Miami, Florida 33130, Telephone No 4161906. }ter: Donald H. Warshaw CITY OF MIAMI f n t • T c� 'c r 0'� Tu 3: Ci}y Man er LOGO •7 �g .... .. -c;^fie ._ _ . ^ t �. .. a � h'tT�:k� ��� � y 4;P-E`�y"S+w/ ji'�•tuk�a �., AD NO 5399 8� 7568 e .. i ra...'.. r .. .., m ......,.....,, :y. e " 6J IK F x# 4!'S.•6+ .,. „(` f- - � J — 1 ;a O -...y: ,l y.,fi,, , � �4 r1, '^44 '., Av, 7i'�YY"t V 4:?h'.+, ,,�; Z i'.f •r ..�-{ ') v.^v+yT it ,. Y1.. ,I -1 !`4 \� " : ,y,- .. 141 "T. (,'. F H ',.v vY i.� ��r,v�µ., �;MI ti �'.';,_Kf [},� 4',, , , ,(,,'ti - - 4* F h ,� �• .. j , ". r :, .. _ ., i w . ,, � .. ` ( - ti ' neo " r ¢ a Clty of Mlaml,. ' }� J o, r I . This 'number must +O ® if ��Q�I��I®� Fr�R �►D\%ERTISEn��i�4 appear in the o-4` <o r" ;t €� _ A i'r) ' 1. advertisement' 'g + �a ; 'i'6$ 'i a . �, ra eJ ➢., €f ' r : 'it;. ,INSTRUCTIONS.' . easo,' e�'and attach a .co of:.the adverbs merit with t�•i''. r i ition. } , .; . ` �;1 ,. 1 Department ll a , 2..'bivision f P.4 a—Re'sc a ,_ ` { Tdchnica Service`s. 3;Account;,Code numb^ : 4 :Is this a confirmation`. 5' Prepared by .201,:287 ,`, ❑'.Yes ❑.'No : �:.':.MaLo.` Kem . Asst a :Chief 6 Size§11 �of advertisement ' T ", §t6i "' ;date #8 Telephone number I :+ 1603 - , , A. =gyp s . f . 4.23 94 .. ,(305):416 9 Number'of Umes this advertisement -is to1. be 101.: Type of advertisement �) ,. ublished.0 E. Le al` ❑ Glsssifisd ❑ "bis la 1�1 .Remarks �' K , xCERVTCAL COLLARS = d � ., r ,• ., tea,,, BID.','NO 9$ 99;75::. ,' •1. ,. . '' ,r 1. 1,2,r . Publication Dates) :of Advertisement Invoice No -Amount I,1. I., (F ,k i....f ,1�� _ t { .' • u, .MIAMI .TIMES., . . , x - 11 MIAMI ,REVIRW . DI RIO 1MASAAMEERICAS ( ' ., 4 "'!.l..% 1 1 1• W � /W %. } 1 l J 1 j ''� .. ,'. � , 1 � 1 ,. J . —, .— I � I. , ,. ... i . 9r- ' 01 W ... A. .;, . . . • ,' , . - ,.. r .. ... ., .. 6 . . .; . . . ,• ,,. k ., f .j. .. .. - - tq �, k l1. ., .. . ,' _ i , m1+' 1 a' t - r. p J 1 , r, N, ; $ , ,, <ut .. . 11'.', P . i Approved ast 0 Disapproved11:. i+ , .. �"k i k moi111'1" V : 1 a. '.. .. ` .2. , t : +.. '' y '� - - �Department'Director/Designee Date Approved for'Paymenf Date .1 , T, _11.} a , , " - 1 .e , C GS/ PC' 503 ,Rev 12/89 Routing ,Forward' White =and Canary ,to G;S.A: (Procur`ement Management) and retain Pmk copy DISTRIBUTION White . G.SA.' Canary.- Depa1.rtment ;,` ,lt IL IV..' .. ; . .. �, � . 4 ,