Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-99-0923
J-99-996 11/30/99 RESOLUTION NO. 9 v 9 2 3 A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF AFRO PRODUCTS CORPORATION, UNDER BID NO. 98-99-076 FOR THE PROCUREMENT OF INTRAVENOUS FLUIDS AND ADMINISTRATION SETS, ON A 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 $50,800; ALLOCATING FUNDS THEREFOR FROM ACCOUNT CODE NO. 001000.280601.6.714. WHEREAS, the Department of Fire -Rescue requires routine replacement of intravenous (,,IV,,) fluids and administration sets used by Fire Rescue personnel to administer medications to patients suffering from medical and trauma related illnesses or injuries; and WHEREAS, IV fluids are used to re -hydrate patients and the administrations sets are the tubing systems that deliver the medication(s); and WHEREAS, pursuant to public notice, Invitations for Bid No. 98-99-076 were distributed to 19 providers of said equipment; and WHEREAS, five (5) bids were received on April 28, 1999; and WHEREAS, The City Manager and the Director of the Department of Fire -Rescue recommend that the bid received from Aero Products CITY CCaMUSSION ME'ETFR'G OF CCC 1 4 1999 g!Itttion'9 2 3 Corporation, for the procurement of intravenous fluids and administration sets be accepted as the lowest responsible and responsive bid; and WHEREAS, funding is available from Account Code No. 001000.280601.6.714; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section i. 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 bid received on April 18, 1999, from Aero Products Corporation, for the provision of intravenous fluids and administration sets, on a contract basis for one the option to extend for two (1) Year with (2) additional one (1) year periods, at an annual amount not to exceed $50,800, for the Department of Fire -Rescue, is hereby accepted; with funds therefor hereby - 2 - 99- 923 allocated from Account Code No. 001000.280601.6.714. Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor Y PASSED AND ADOPTED this 14th day of December , 1999. JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of Dis legislation by signing it in the designated place provided, said legisla'. ;w becomes effective with the elapse of ten (10) d s from the date o mmissi: on regarding same, without the MayQpexe ATTEST: \��J. i=oEman, City Clerk WALTER J. FOEMAN CITY CLERK—,00'") AP 960:RCL CORRECTNESS :t/ 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. - 3 - 91 9- 923 1 � CITY OF MIAMI, FLORIDA CAw4 INTER -OFFICE MEMORANDUM TO: Honorable Mayor and DATE : DEC — 1 f999 in mbe f the City Commission FILE: FM-057.doc Accept bid for IV fluids and SUBJECT: . administration sets; Fire -Rescue FROM: arshaw Commission Meeting 12/7/99 City Manager REFERENCES ENCLOSURES: Resolution RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached Resolution accepting the bid of Aero Products Corporation, 700 Aero Lane, Sanford, FL 32771 for the procurement of intravenous fluids and administration sets, in (Non-local/Non-minority amount not ovenexceed $50,800, 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 intravenous (IV) fluids and administration sets used by Fire -Rescue personnel to administer medications to patients suffering from medical and trauma related illnesses or injuries. The IV fluids are used to re -hydrate patients and the administration sets are the tubing systems that deliver the medication(s). Enc. !/�U�� DH W/CTGIM L K/W W�csk FM.057.doc 0.., 4.p4 lie JEST BY -VYO PRODLCTS CORP ;IU-13-89 -AERO PRODLCTS- .M. FROCULNEST MGYr. :9 2/ 2 Mama October 13,1999 City Of marw "m ORWAN Smay Vftk Group ?w *0 L&V SMW. Ftrca 32771 40MM-ni i MM-2376 Fix MW -70 Am Pmducta Corporation, dW An3wimn ZA France MeWC -99-7S (cavical 001kn) W bid no. 99-9946 (i.v. fluids). prices quoted for bid no. 98 mwm We" to howr the Thwk you for d* Opporfta'ty to quote on then ft=& Sincerely, 0 �Z, vo Low SanFafice Contracts hignager �- i 99- 923 BID AWARD RECOMMENDATION DORM RID NUMBER: 98-99-076 COMMODITY/SERVICE: intraveneous Fluids and Administratio DEPARTMENT / DIVISION: Fire -Rescue Administration sets TERM OF CONTRACT: Contract for one Year with OTR for two additional one ear y periods. NUMBER OF BIDS DISTRIBUTED: Nineteen (19) NUMBER OF BIDS RECEIVED: Four (4) METHOD OF AWARD: Lowest responsible and responsive bidder meeting specifications. RECOMMENDED VENDOR(S): STATUS: CONTRACT VALUE: Aero Products Corporation Non-Locla/Non-Minority $50 800.00 TOTAL: $50 f3 00. o0 THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION: ACCOUNT CODE(S) Intravenous fluids and administration sets are used hy fire -rescue personnel to administer medications to atients suffering from medical and or trauma related illnesses or injuries. The IV fluids are used to re -hydrate patients and as a medication delzvery system. Tbp aA,4-4— DEPARTMENT APPROVAL: BUDGET REVIEW APPROVAL: • RCHASING APPROVAL: 1 • Departm t Dire r/ I©�130�9 Luis Brennan / Designee Interim Director JU S Ca e .-:. Dire or OTHER FUNDING APPROVALS, IF APPLICABLE: TITLE: PAGE 2 OF 2 TABULATN OF BIDS BID NO. 98-99-076: INTRAVENE USO L IDS AND ADMINISTRATION SETS Aero Products Corporation Metro Medical Supply, Inc, pp y' 700 Aero Lane 3400 SW 26 Terrace #9 t Sanford. FL 32771 Ft. Lauderdale, FL 33312 Non-Local/Non-Minority Non-Local/Non-Minority I Descrintfo� Est. Unit Extended ft UOM Pdo Price Est. Unit Extended 119NJ Edo Pie ITT t�AVENFO F I'In AND A�MINIS7 ATION SETt 1 Solution Administration Set with injection site, flashball device regular drip and 70' long, 300 Case $ 40.75 /cs $ 12,225.00 300 Case $ 117.40 ks $ 35.220.00 10 drops approximately 1mi. Baxter No. 2C5417, 48/CS 2 Solution Administration Set with injection site, and'Y' medication site, 70' long, mint drip, 200 Case $ 52.50 ks $ 10,500.00 200 Case $ 133.30 /cs $ 26,660.00 60 drops approximately 1 mi. Baxter No. 2C5418, 48/CS 3 Lactated Ringers injection USP,1000 mi Baxter No. 282324,12/CS 4 05W Dextrose Injection USP, (5% Dextrose In Water) 250 mi. Baxter No, 230062, 50/CS; 280062Q, 36/CS 5 0.4°% Lidocaine Hydrochloride and 5% Dextrose Injection (4mg/ml), 250 mi. Baxter No, 2130972, 24/CS TOTAL: `4 Prepared by Marilza Suarez, 5/3/99 1000 Case $ 17.80 ks $ 17.800.00 1000 Case $ 25.30 ks $ 25,300.00 250 Case $ 32.70 ks $ 8,175.00 250 Case $ 65.70 ks $ 16,425.00 30 Case $ 70,00 ks $ 2.100.001 30 Case $ 125.65 ks $ 3,769.50 I $ $107,374.50 VWR Scientific Products 1050 Satelite Blvd. Suwanee, GA 30024 Non-Local/Non-Minority Est. Unit M Price Pharmed Group Corp. 3075 NW 107th Avenue Miami, FL 33172 Dade/Hispanlc Extended Est, Unit Price - M Price 1300 Case $ 51.84 /cs $15,552.00 200 Case $ 54.40 ks $10,880.00 1000 Case $12.64 /cs $12,640.00 250 Case $46.56 /cs $11,640.00 30 Case $ 84.33 ks $ 2,529.90 1 $53,241.90 Extende, price 1 300 Case $110.68 ks $ 33,2c 1 200 Case $125.69 ks $ 25,13 1000 Case $ 23.74 /cs $ 23,74( 250 Case $ 61.89 ks $ Is )axter #2130062 has been discontinued. 30 Case $118.47 ks $ 3,554. $ 101,108.; Page 1 Approved by Department Direclor/Designee: �1�3 j49 CCU Prepared by Maritza Suarez, 5/3/99 TABULATION OF BIDS BID NO.98-99-076: INTRAVENEOUS FLUIDS AND ADMINISTRATION SETS MATRX Medical, Inc. P.O. Box 210, Gates Road Ballentine, S.C. 29002 Non-Locai/Non-Minority Description. Est. Unit Extended INTRAVENEOUS FLUIDS AND sa►Y. lZ4M EflIrle ELIO ADMINISTRATIONS T 1 Solution Administration Set with injection site, 300 Case $107.18 /cs $32,154.00 tlashball device regular drip and 70' long, 10 drops approximately 1 mi. Baxter No. 2C5417, 481CS 2 Solution Administration Set with injection site, 200 Case $104.16 /cs $20.832.00 and'Y' medication site, 70' long, mini drip, 60 drops approximately 1 mi. Baxter No. 2C5418, 48/CS 3 Lactated Ringers injection USP,1000 mi 1000 Case NO BID /cs Baxter No. 2132324,12/CS 4 D5W Dextrose Injection USP, (5% Dextrose 250 Case NO BID /cs in Water) 250 mi. Baxter No. 2130062, 50/CS; 2B00620, 36/CS 5 0.4% Udocaine Hydrochloride and 5% 30 Case NO BID /cs Dextrose Injection (4mg/ml), 250 mi. Baxter No. 2B0972, 24/CS TOTAL: $52,986.00 U Page 2 Approved by Department Director/Designee: !'o 6 3 Q9 ,e BID ITEM: CITY OF MIAMI OF THE CITY CLERK BID SECURITY LIST INTRAVENOUS FLUID FOR FIRE RESCUE DEPARMW l; BID NO: 98-99-076 DATE BID(S) OPENED: APRIL_28. 1999 TIME 12:00 m Person recel'ving bid(s) received PURCIIASING DEPARTMENT (City Department) on SIGNED:�� Deputy City Clerk L-6—i envelops on behalf of Y- e- (Date) } Y„nSl.V CITY OF MIAMI. FLORIDA INTER -OFFICE MEMORANDUM TO Judy Carter DATE April 29, 1999 FILE Director f Purchasing Department �y n SUBJECT : Bid Received Late and Opened via / At_ � Inter -office Mail Walter J. I City Clerk REFERENCES: ENCLOSURES: Bid from Matrx Medical, Inc. Proposals for Bid No. 98-99-076 for intravenous fluid for Fire -Rescue Department were duly opened in our office on noon April 28, 1999. Our office received today a proposal from Matrx Medical, Inc. for said bid (one day late) via inter -office mail and which was already opened (presumably by another City office). The postmark on said late proposal is April 15, 1999, indicating that it may have been received by some office in the City prior to the April 28, 1999 deadline. We are forwarding said proposal to you for appropriate handling. WJF:sl c: Sara Gonzalez, Procurement Supervisor CITY OF A11AMI OF THE CITY CLERK BID SECURITY LIST ttID ITEM: INTRAVENOUS FLUID FOR FIRE RESCUE DEPARTMENT BID NO: 98-99-076 -- DATE BIDS) OPENED:--APRIL 28 1999 TIME 12.00 m BIDDER TOTAL BID BID BOND (ER) AMOUNT CASHIER'S CH. [AEROPORATION See attached bid ODUCTS FIRST CHOICE MEDICAL SUPPLY INC. Pz ed timell� � ` as of fhe above o,-�1e:t:. o ers Su0mxie in rozspoj_so to l.:sereb re'eclod as Intro." `^� 7'D (_ Person rec ving b�d(s) — received )envelops on behalf of PURCHASING DEPARTMENT (City Department) O17 Y — ;2_8' - 2 9 (Date) SIGNED. Deputy City Clerk CITY OF MIAMI ADVERTISEMENT FOR BIDS Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall, 3500 Pan American Drive, Miami, FI. 33133 for the following: BID NO.98-99-076 Intravenous Fluids for Fire -Rescue Department OPENING DATE: 12:00 P.M. Wednesday, April 28, 1999 BID NO.98-99-058-M/WBE Chain Link Fencing at Fire -Rescue Training Center with the City of Miami's Minority/Women Business Enterprise (M/WBE) Program. This bid has been designated as a set aside for Black, Hispanic and Female vendors certified currently certified with Dade County Public Schools or Miami -Dade County must be M/WBE Vendors certified with the City of Miami, prior to bid award. Firms/sole proprietors interested in becoming M/WBE certified with the City are required to contact the City of Miami Minority Enterprise Office to obtain and complete the City's certification requirements, 444 SW 2nd Avenue, 6th Floor, Telephone (305) 416-1913. M/WBE certification M/WBE certification as a Black, Hispanic or Female vendor must be current and valid at the time of bid opening and proof must be submitted with your bid. FAILURE TO MEET THE ABOVE SET ASIDE REQUIREMENTS MAY DEEM YOUR BID NON -RESPONSIVE OPENING DATE: 11:00 A.M. Wednesday, April 28, 1999 Detailed specifications for these bids are available upon request at the City of Miami, Purchasing Department, 444 SW 2nd Avenue, Sixth Floor, Miami, Fl. 33130. Telephone No. 416- 1906. Donald H. Warshaw CITY OF MIAMI City Manager LOGO AD NOS. 7565 & 7555 Wi RE C, i' ;, '99 ADF, 28 F12 :CO A LT E ;, 1, 1 �, i.,-, ., f' CITY CLERK QITY OF HIAMI, Fl. f City of Miami REQUISITION F,QR ADVERTISEMENT JNSt7 0 S: Please - e and f i.'bepartmt#nt 2. Division: 2ite—Rescue _ 3. Account. Code numb--- 4. Is this a confirmation: 280101-287 ❑ Yes ❑ No _ 6:,Size of,advertisement 7. Starting date: 4/13/A9 9. Number. of times this advertisement is to be 10. Tye of advertisemen Published: Lance Legal 11. Remarksi f Intravenous Fluids Bid No 98-99-76 12. Miami Times Miami :Review Publication 1 Date(s) of Advertisement 07565 This number must appear in the advertisement i Technical Services _ 5. Prepared by: M.L. Kemp, Assistant Chief 8. Telephone number. (305)416-1603 Invoice No. I Amount J 13 VAprproved ❑: Disapproved epartment Director/Designee Date Approved for Payment Date .�61 .0 GS/PC 503 Rev. 12/89 Routing Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. DISTRIBUTION: White G.S.A:, - Canary - Department � _'" '""'r''' ",.'T' . �^' .�•«,�t�..,c..=.•�....� �, ..t,.�:,�:��.���.. .tt,a.:�,:,�aa xrra�, �,��14?r� a