HomeMy WebLinkAboutR-97-0004J-97-21
12/23/96 � � � 4
RESOLUTION NO. t
A RESOLUTION ACCEPTING THE BID OF AMERICAN
MEDICAL DEPOT, FOR THE PROVISION OF I. V.
CATHETERS ON A CONTRACT BASIS FOR ONE (1)
YEAR, WITH THE OPTION TO EXTEND FOR TWO (2)
ADDITIONAL ONE (1) YEAR PERIODS, FOR THE
DEPARTMENT OF FIRE -RESCUE AT A TOTAL
PROPOSED ANNUAL COST OF $40,150.00;
ALLOCATING FUNDS THEREFOR FROM THE
DEPARTMENT OF FIRE -RESCUE FY' 97 BUDGET,
ACCOUNT CODE NO. 001000.280501.6340.71426;
AUTHORIZING THE CITY MANAGER TO INSTRUCT THE
CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE
ORDERS FOR SAID ACQUISITION AND THEREAFTER
TO EXTEND THIS CONTRACT FOR TWO (2)
ADDITIONAL ONE (1) YEAR PERIODS, AT THE SAME
PRICE, TERMS AND CONDITIONS, SUBJECT TO THE
AVAILABILITY OF FUNDS.
WHEREAS, pursuant to public notice, sealed bids were received November
41 1996 for the furnishing of I. V. catheters for a period of one (1) year with the
option to extend for two (2) additional one (1) year periods for the Department of
Fire -Rescue; and
WHEREAS, invitations for Bid No. 95-96-149 were mailed to twenty five
(25) potential bidders and four (4) bids were received; and
CITY COMMISSION
MEETING OF
JA N 9 6
Resolution No.
97- 4
WHEREAS, I. V. catheters are used by Fire -Rescue units to administer
intravenous fluids and cardiac medications to the sick and injured which is a vital
component in providing safe and efficient patient care; and
WHEREAS, the City Manager and the Fire Chief of the Department of
Fire -Rescue recommend that the bid received from American Medical Depot be
accepted as the lowest most responsible and responsive bid; and
WHEREAS, funds for this purchase are available from the Department of
Fire -Rescue FY'97 Budget Account Code No. 001000.280501.6340.71426;
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 November 4, 1996 bid of American Medical Depot, for
the provision of I. V. catheters on a contract basis for one (1) year with the
option to extend for two (2) additional one (1) year periods, for the Department of
Fire -Rescue, at a total proposed annual cost of $40,150.00, is hereby accepted,
with funds therefor hereby allocated from the Department of Fire -Rescue FY' 97
Budget, Account Code No. 001000.280501.6340.71426.
Section 3. The City Manager is hereby authorized to instruct the Chief
Procurement Officer to issue purchase orders for said acquisition, and thereafter to
extend this contract for two (2) additional one (1) year periods, at the same price,
terms and conditions subject to the availability of funds.
2
9'7 - 4
I r 1
Section 4. This Resolution shall become effective immediately upon its
adoption.
PASSED AND ADOPTED this 16th day of January 1996.
A EST:
WALTER _F E AN, CITY CLERK
PREPARED AND APPROVED BY:
- el
RAFA L 0. DIAZ
DEPUTY CITY ATTORNV
APPROVED AS TO FORM AND CORRECTNESS:
J00S, III
CITY ATT (IEY
W 1341:CSK
3
•• • ti • • MAYOR
97-
0
I
AIL
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
The Honorable Mayor and
TO Members of the Commission DATE : j ; n FILE
Recommendation for
SUBJECT : Resolution to Accept
Bid No. 95-96-149
IV Catheters
FROM : Edward Marquez REFERENCES:
City Manager
—�— ENCLOSURES:
RECOMMENDATION
It is recommended that an Award of Bid be made and a Resolution be passed, permitting
the City of Miami Fire -Rescue Department to purchase IV Catheters from American Medical
Depot, a non-minority/Dade County vendor, owned by Akhil Agrawal and located at PO Box
590764, Miami, FI 33159, in the amount of $ 40,150.00 with funds allocated from the
Department of Fire -Rescue FY '97 Budget Account Code No. 001000.280501.6.714,
BACKGROUND
The requested IV Catheters are a vital component in providing efficient patient care and will
be used by the Miami Fire -Rescue Department to administer life saving medications to the
sick and injured.
Amount of Bid:
Source of Funds:
Minority Representation:
$ 40,150.00
Department of Fire -Rescue
FY 97 Budget -Account Code
No. 001000.280501.6.714
The vendor is local/
non -minority owned.
97-
e
N
CITY OF MIAMI, FLORIDA
BID SHEET (Continued)
BID NO. 95-96-149
ORTANT: BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE
ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING.
IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR
BOND IS SUBMITTED IN THIS ENVELOPE.
t-
Terms: NEC 3J (Include cash discount for prompt payment, if any)
Additional discount of 10 if awarded all items.
Warranty and/or guarantee
Delivery: 1O calendar days required upon receipt of Purchase Order or Notice
of Award.
(v Number of calendar days required to complete work after start.
In accordance with the Invitation to Bid, the Specifications, General Conditions, Special
Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices
indicated on the attached bid sheet(s).
v NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S):
1Gt�ZS �G► v.5r�� AV- V\'� �_ /�cc.P 4�51
a) List principal business address: (street address).
_ &D >L) V�ts L o L-t s •�- 4 % '--� Cz ct f-I PC_
b) List all other offices located in. the State of Florida: (street address)
(Please use the back of this page if more space is necessary)
MINORITY PROCMEMENT COMP7.TANC`R
The undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 as
amended, the Minority Procurement Ordinance of the city of Miami and agrees to comply with all
applicable substantive and procedural provisions therein, including any amendments thereto.
Bidder: tk..e-�'t(_:�, pSignature:
(company name)
Date: t i 1 Print Name: 2
Indicate if Business is 51% Minority -owned: (Check one box only)
[ I BLACK f l HISPANIC f 1 FEMALE
If firm has an.existing plan, effective date of implementation: • tilicl C
If firm does not have an existing plan, the Successful Bidder(s) shall be required to
establish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. See Appendix
I for sample.
Bidder (Z;� k�« �C-p a-�- Signature
(company name)
FAILURE TO COMPLETE. SIGN. AND -RETURN THIS FORM MAY DTR011A1 TFY TNTS RTTI. 3
D7- 4
BID NUMBER: 95-96-149
COMMODITY / SERVICE: I.y. Catheters
DEPARTMENT/CONTACT PERSON: Fire Rescue -- Lt. Wilson
DIRECTIONS TO COMPLETE BID AWARD RECOMMENDATION FORM ON THE REVERSE SIDE:
The top portion of the reverse side of this Bid Award Recommendation Form has been completed by the
Procurement Management Division (PMD). The user department (s) is required to complete all remaining
sections of this form, including the funding source(s), contract value (if applicable), and all other
required approvals prior to forwarding to PMD.
WMift. IO -!UUMI`' colnplet fmw along tt qpyovWJ. and sig . BsFFem to FnnsatcCfll'XW,
ATTN. BkVCcWmct Sedion, at 416-1925. These forms will be utilized by PMD to prepare the resolution memo
and the Resolution for submission to the Agenda Office for Commission approval.
Should the department not concur with the recommendation for award, FAX separate justification memo to
PMD immediately. Emergency procurements are exempt.
Contact Maritza Fresno of the Bid/Contract Section at 4di xI W or 416-1907 should you have
any questions.
APPROVAL TO FORWARD
TO DEPARTMENT/OFFICE:
DATE:
BIDRECOM.DOC 5/16/96 PAGE 1 OF 2 PAGES
5
9'7 - 4
I
Na
BID NUMBER:
BID k, _.ARD RECOMMENDATION FORT,
95-96-149 COMMODITY/SERVICE: I.V. CATHETERS
DEPARTMENT / DIVISION: FIRES RESCUE _
1
TERM OF CONTRACT: One Year with option to renew for two (2) add.itional one (1) year periods.:
NUMBER OF BIDS DISTRIBUTED: twenty-five (25) NUMBER OF BIDS RECEIVED: four (4)
• t
METHOD OF AWARD: Lowest most responsible and responsive bid.
RECOMMENDED VENDOR(S): STATUS: CONTRACT VALUE:
American Medical Depot Non-Minority/Dade $40,150.00
TOTAL: $40,150.00
THE FOLLOYANG TO BE COMPLETED BY USER DEPARTMENT:,
JUSTIFICATION: Miami Fire -Rescue units respond to over 60,000 calls per
year. A majority of these calls are for emergency medical
services. I.V. Catheters are used by Miami Rescue units to
administer intravenous fluids and cardiac medications to the
sick and injured. I.V. Catheters are a vital component in
I
providing safe and efficient patient care. It is therefore
recommended that American Medical Depot receive the Award of
Bid as the lowest most responsive bidder. o
CAJ
ACCOUNT CODE(S): cn
per, / /��q - -
z
000- 210501 s 6 34-0.714 Z �
tSRie
APPROVAL: BUDC REVIEW APPROVAL: PROCUREMENT APPROVAL:
rector/ / - "'p_s ���"'�
�y S. rter
Director Chie ocurement Officer
APPR�VALS, IF APPLICABLE: TITLE:
PAGE 2 OF 2 PAGES
6
9"7- 4
e
JENDORS:
DESCRIPTION
CRITIKON PROTECTIVE IV
CATHETER SAFETY SYSTEM
RADIOPAQUE, TEFLON/PLASTIC HUB
14 GA. X 1 1/4"
MANUFACTURER: CRITIKON
(JOHNSON & JOHNSON) MODEL #3048
PACKAGE: 50/BX, 4 BXS/CS
CRITIKON PROTECTIVE IV
CATHETER SAFETY SYSTEM
RADIOPAQUE, TEFLON/PLASTIC HUB
16 GA, X 1 1/4"
MANUFACTURER: CRITIKON
(JOHNSON & JOHNSON) MODEL #3042
PACKAGE: 50/BX, 4 BXS/CS
CRITIKON PROTECTIVE (V
CATHETER SAFETY SYSTEM
RADIOPAQUE, TEFLON/PLASTIC HUB
18 GA. X 1 1/4"
MANUFACTURER: CRITIKON
(JOHNSON & JOHNSON) MODEL #3055
PACKAGE: 50/BX, 4 BXS/CS
CRITIKON PROTECTIVE IV
CATHETER SAFETY SYSTEM
RADIOPAQUE, TEFLONIPLASTIC HUB
20 GA. X 1 1/4"
MANUFACTURER: CRITIKON
(JOHNSON & JOHNSON) MODEL #3056
PACKAGE: 50/BX, 4 BX.S/CS
Prepared by Maritza Fresno, 11/12/96
BID NO. 95-96-149
I.V. CATHETERS
TABULATION OF BIDS
AERO.PRODUCTS CORP
HEALTH ALLIANCE OF S.F,
AMERICAN MEDICAL DEPOT
MOORE MEDICAL
P O BOX 1707
3075 NW 107 AVENUE
P 0 BOX 690764
389 JOHN DOWNEY
SANFORD FL 32772.1707
MIAMI FL 33172
MIAMI FL 33159
NEW BRITZIN CT 06050
NON-MINORITY/NON-LOCAL
HISPANIC/DADE
NON•MINORITYIDADE
NON•MINORITYINON•LOCAL
EST.
PRICE EXTENDED
PRICE
EXTENDED
PRICE
EXTENDED
PRICE
EXTENDED
CITY,
PRICE
PRICE
PRICE
PRICE
20
CS
$ 370.00 $ 7,400.00
$ 378.95
$ 7,579.00
• $ 365.00
$ 7,300.00
$ 440.36
$ 20
#49040
20
CS
$ 370.00 $ 7,400.00
$ 378.95
$ 7,579.00
$'. 366.00
$ 7,300.00
$ 477.44
$ 9,648.80
#49041
50
CS
$ 370.00 $ 18,500.00
$ 378.95
$ 18,947.50
,,$ :: _ 365.00,
$ 18,25.0.00 '
$ 440.76
$ 22,038.00
#49042
10
CS
$ 370.00 $ 3,700.00
$ 378.95
$ 3,789.50
$ 365.00
$ 3,650.00
$ 440.36
$ 4,403.60
#49043
1 of 2
N�
dDORS:
SCRIPTION
ITIKON PROTECTIVE IV
THETER SAFETY SYSTEM
DIOPAQUE, TEFLON/PLASTIC HUB
GA. X 1"
MUFACTURER: CRITIKON
7HNSON & JOHNSON) MODEL 43050
CKAGE: 50/BX, 4 BXSICS
IITIKON PROTECTIVE IV
,THETER SAFETY SYSTEM
,DIOPAQUE, TEFLONIPLASTIC HUB
GA. X 3/4"
NUFACTURER: CRITIKON
MNSON & JOHNSON) MODEL #3053
CKAGE: 50/BX, 4 BXS/CS
B TOTAL:
litlonal Discount it awarded all items
fAL AFTER DISCOUNT
by Maritza Fresno, 11/12/96
BID NO. 95-96-14d
I.V. CATHETERS
TABULATION OF BIDS
AERO PRODUCTS CORP
HEALTH ALLIANCE OF S.F,
AMERICAN MEDICAL DEPOT
MOORE MEDICAL
P 0 BOX 1707
3076 NW 107 AVENUE
P 0 BOX 690764
389 JOHN DOWNEY
SANFORD FL 32772.1707
MIAMI FL 33172
MIAMI FL 33159
NEW BRITZIN CT 06050
NON-MINORITYINON-LOCAL
HISPANIC/DADE
NON-MINORITYIDADE
NON-MINORITY/NON-LOCAL
EST.
PRICE EXTENDED
PRICE
EXTENDED
PRICE
EXTENDED
PRICE
EXl D
CITY,
PRICE
PRICE
PRICE
PRICE
5 CS
$ 370,00 $ 1,850.00
$ 378.95
$ 1,694.75
$ 305.00
$ 1,825,00
$ 435.28
$ 2,176.40
#49045
5 CS
$ 370.00 $ 11850:00
$ 378.95
$ 1,894.76
$ 365.001.
$ 1,625.00
$ 440.84
$ 2,204.20
#49046
$ 40,700.00
$ 41,684.50
$ 40,150.00
$ 40 20
0% $
2%
$ 833.69
0%
$
0%
$ `
$ 40,700.00
$ 40,850.81
$ 40.150.00
$ 49,178.20
2of2
<t.
I. U. CATHETERS
sipITLK am--d__—r.__.__a..._....e...or .s
I
95-96-149
E I D go -
$ATE 5100) OPINED' IJOVEMBER 4, 1996 10:00 a.m.
_ r ee a ew.w•a�.w.+.•o.+�� ee r.s�..+.w rr _sram.r.�. w eo_ r �.+. rrrs
er..Y_ —
AERO PRODUCTSCORP.
--- — — _ -
See attached
_
id .wawa
HEALTH ALLIANCE OF S.F.
r.n_s_o�
•"
AMERICAN MEDICAL DEPOT
We received only
was sent to Pro
Dne copy of the bid
MOORE MEDICAL_ CORP.
NO BID
WILLIE LATINIORE
TRINIED, INC.
DANIA PHARMACY & SURGICAL
SUPPLY
1•(?C.�?1l've".CI tiS�:,::1."I ,`;i Qj
,.I(�
,}.t•1..:�ir5
�I�f, 1"!i.. 'f.? (,`".f`>l• "'', Cls;;:r,-. S.;Ii7 Y} . �
®®«mwsa.an..aw
T7-77,
T
arcm�m®�as®moo. ®a®ra.®.a oomme
.s®�o.e��a.®vo®os
.oaa.r 0.eer►_r•_
ar wee
ror_ee._.see+a�oe �erw
a es.�o.e_eoee e_w.a_
a�eeer
r�.e.esae.oyeeea►+
sr
i
+-.��.-�e•.isw.s�.:s,fea�+e.�
w r._Moere•.r.esw_
.
e.�werrrea
se e ewe s+►e
ee
sow
ee.esas ee eon
•
es ror
e.ewae
d.w�aw..s+ _
e_
reffr eswrev e e se
•
e
ei _ r� M'r'� eae.r M _ _m o_
reeli•!t t? 3 envelopes on tebol! !t
rssa recei®Sas bids)
GSA/SOLID WASTE -PROCUREMENT DIVISION ea �,a_
��.y.__�.._�ea��.r!_..��Y _w.ee�e M•Y eOe es ____rave
(City Departaelt)
eerw►ee rrr r__eerr.sM+,
. opvty Cit 1!=k)
It
�j
M
0
LEGAL ADVERTISEMENT
71
_.r a
<
BID NO. 95-96.149 „ zc
Sealed bids will be received by the City of Miami City Clerk at his office located at City
Hall, 3500 Pan American Drive, Miami, Florida 33133 no later than November 4, 1996 at
10:00 a.m. for the furnishing of I. V. Catheters on an as needed basis to the
Department of Fire -Rescue.
Bids submitted after the deadline and/or submitted to any other location or office shall
be deemed non -responsive and shall be rejected.
Ordinance No. 10062, as amended, established a goal of awarding 51 % of the City's
total dollar volume of all expenditures for all good and services to Black, Hispanic and
Women Minority Business Enterprises on an equal basis.
Minority and women vendors who are interested in submitting bids and who are not
registered with the City as minority or women vendors are advised to contact the City's
Procurement Office located at 300 Biscayne Blvd. Way, Suite 210; Telephone (305)
579-6845.
Section 18-52.1(h) of the City Code, as amended, states that the City Commission may
offer to a responsible and responsive local bidder, whose primary office is located in
the City of Miami, the opportunity of accepting a bid at the low bid amount, if the
original bid amount submitted by the local vendor does not exceed 110 percent of the
lowest other responsible and responsive bidder.
The City reserves the right to request copies of the occupational license, professional
and/or trade licenses, corporate chart and tax return, and any other documents to
verify the location of the firm's primary office.
All vendors whose primary office is located within the City of Miami must provide a
copy of their City Occupational License with their bids.
Detailed specifications for the bids are available upon request at the City's
Procurement Office.
The City Manager may reject all bids and readvertise.
(Ad No. 04192 )
ad149.doc
Merrett Stierheim
City Manager
W
i
o.. i
City of Miami
REQUISITION FOR ADVERTISEMENT
T
This number must
appear in the
advertisement.
INSTRUCTIONS: Please tyee
and attach a gopy of the advertisement with this reauisition.
1. Department:
2. Division:
3. Account Code number:
4. Is this a confirmation:
❑ Yes ❑ No
5. Prepared by:
6. Size of advertisement:
7. Starting date:
8. Telephone number:
9. Number of times this advertisement is to be10. Type of advertisement:
published: ❑ , Legal ❑ Classified ❑
Display
11. Remarks:
12.
Publication
G,S.A. Pro
uremgq t Mgnqggm nt
N Y
Date(s) of
Advertisement
Invoice No.
Amount
t1:1AA1 Tll,aa,
MiAN1:I: li'EV-E'
t
1
t
�
-< or
C7) rn
7
I"
r
i
(
13.
❑ Approved
❑ Disapproved
Department Director/Designee Date
Approved for Payment
Date
C GS/PC 503 Rev._12/89
Routing: Forward White and Canary to G.S.A. (Procurement Manaaementl and retain Pink conv.
uua i rnau i rvn: wnue - U.s.&; canary - Department
e