Loading...
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