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 ,