HomeMy WebLinkAboutR-97-0496J-97-512
7/16/97
RESOLUTION NO. 9 7- 496
A RESOLUTION ACCEPTING THE BID OF AERO PRODUCTS
CORPORATION, FOR THE FURNISHING OF DISPOSABLE HEAD
IMMOBILIZERS, ON AN AS NEEDED CONTRACT BASIS FOR A
PERIOD OF ONE (1) YEAR WITH THE OPTION TO EXTEND FOR
TWO (2) ADDITIONAL ONE (1) YEAR PERIODS, AT A TOTAL
PROPOSED ANNUAL AMOUNT OF $9,625.00, FOR THE
DEPARTMENT OF FIRE -RESCUE; ALLOCATING FUNDS THEREFOR
FROM ACCOUNT CODE NO. 001000.280501.6.714;
AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF
PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR
THESE SUPPLIES.
WHEREAS, pursuant to public notice, sealed bids were received July 9, 1997 for the
furnishing of disposable head immobilizers on an -as needed contract basis 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. 96-97-085 were mailed to nineteen (19) potential bidders
and six (6) responses were received from qualified bidders; and
WHEREAS, the head immobilizers are used in conjunction with cervical collars to immobilize
patients that may have sustained serious injury to the cervical spine; and
WHEREAS, without proper immobilization, paralysis may result, thereby, jeopardizing patient
recovery; and
WHEREAS, funds for these purchases are available from Account Code No.
001000.280501.6.714; and
CITY COMPOSSION
MEETING OF,
J U L 2 4 1997 '
Resolution No.
97- 496
WHEREAS, the City Manager and the Chief of Fire -Rescue recommend that the bid received
from Aero Products Corporation, be accepted as the lowest most responsible and responsive bid;
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 July 9, 1997 bid submitted by Aero Products Corporation, for the
furnishing of disposable head immobilizers, on an -as needed contract basis for a period of one (1)
year with the option to extend for two (2) additional one (1) year periods, at a total proposed annual
amount of $9,625.00, for the Department of Fire -Rescue, is hereby accepted, with funds therefor
hereby allocated from Account Code No. 001000.280501.6.714.
Section 3. The City Manager is hereby authorized to instruct the Chief Procurement
Officer to issue purchase orders for these supplies.
Section 4. This Resolution shall become effective immediately upon its adoption.
PASSED AND ADOPTED this 24thday of July , 1997.
ATTEST
WALTER J. EMAN,
CITY CLERK
APPROVED AS TO FORM AND
CORRECTNESS:
A./QU�r N JON Ill
CITY ATTORNVY
W 1742: CSK
2
97- 496
TO.:
Honorable Mayor and -Members
of the City Commission
,a
F M
ar Marquez
City Manager
RECOMMENDATION:
CITY OF MIAMI, ' FLORIDA
INTER -OFFICE MEMORANDUM .
CA-1
DATE : U 1 7 FILE
��
SUBJECT:
Authorizing the furnishing of
Disposable Head Immobilizers
REFERENCES: Bid No. 96-97-085
ENCLOSURES:
It is respectfully recommended that the City Commission adopt the attached Resolution accepting
the bid of Aero Products Corporation (Scott Barnes owner), a Non-Minority/Non-Local vendor,
located at 700 Aero Lane, Sanford, Florida 32771, for the furnishing of Disposable Head
Immobilizers on an -as needed 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
amount not to exceed $9,625.00. Funds are available from Account Code No.
001000.2 8050 l .6.714.
BACKGROUND:
Disposable head immobilizers are used in conjunction with cervical collars to immobilize patients that
may have sustained serious injury to the cervical spine. Without proper immobilization, paralysis
may result, thereby, jeopardizing patient recovery.
The Department of Fire -Rescue has analyzed the bids received pursuant to Bid No. 96-97-085 for
the furnishing of Disposable Head Immobilizers. Nineteen (19) invitations for bids were mailed
and six (6) 'responses were received. Aero Products Corporation submitted the lowest most
responsible and responsive bid, and is therefore recommended for award.
MemoDispHeadlmmob
97- 496
0, 0
CITY OF MIAMI
SUMMARY OF CONTRACTS AWARDED
FOR: DISPOSABLE HEAD IMMOBILIZERS FOR FIRE -RESCUE
AWARDED TO: Aero Products Corporation
TIME PERIOD
From: 1992 To Present
NUMBER OF BIDS
DC 97-83
93-94-018
DC 1488-2/00-OTR
DOLLAR AMOUNTS
$37,000.00
$50,000.00
$20,695.00
PRIOR CONTRACT AWARD $9,312.50/yr (EMERGENCY MEDICAL INTERNATIONAL)
SummaryAEROPROD
3
97- 496
BID NUMBER: 96-97-085
COMMODITY / SERVICE: DISPOSABLE HEAD IMMOBILIZER
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
Department of Purchasing. 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
rp for to forwarding to Purchasing.
Within 10 days, FAX this completed form along with approved and signed Bid Tabulation Form and the
resolution memo to Purchasing, ATTN: Bid/Contract Section, at 416-1925. These forms will be utilized
by the Department of Purchasing to prepare 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
Purchasing immediately. Emergency procurements are exempt.
IN ADDITION TO THE ABOVE DOCUMENTS, PLEASE RETURN A COMPLETED "CONTRACT
REVIEW AND ANALYSIS FORM" ALONG WITH THE SCI SCREEN "ACCOUNT SUMMARY"
FOR SAID COMMODITY/SERVICE IN PREPARATION FOR THE PRESENTATION AND APPROVAL
OF THE BID/CONTRACT BEFORE THE OVERSIGHT BOARD.
Contact MARITZA FRESNO of the Bid/Contract Section atXX94)9BR or 416-1907 should you have
any questions.
APPROVAL TO FORWARD ��G/� O ;,.Q.�G✓
TO DEPARTMENT/OFFICE : �w�t
Judy S. Carter
Chief Procurement Officer
DATE: 7// OZ9 7
BIDRECOM.DOC 4/30/97 PAGE 1 OF 2 PAGES
yi- 496 5
BID OARD RECOMMENDATION FORK
BID NUMBER: 96-97-085 COMMODITY/SERVICE: DISPOSABLE HEAD IMMOBILIZERS
DEPARTMENT / DIVISION: FIRE -RESCUE
TERM OF CONTRACT: ONE (1) YEAR WITH OPTION TO EXTEND FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIOD
NUMBER OF BIDS DISTRIBUTED: NINETEEN (19) NUMBER OF BIDS RECEIVED: SIX (6)
METHOD OF AWARD: LOWEST MOST RESPONSIBLE AND RESPONSIVE BID
RECOMMENDED VENDOR(S): STATUS: CONTRACT VALUE:
AERO PRODUCTS O P_ _ NON-MINORITY/NON-LOCAL $9625.00
TOTAL: $9625.00
THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT:
JUSTIFICATION: DISPOSABLE HEAD IMMOBILIZERS
APE USED IN CON-JUNCTInm WTTjj CrRVTrAT
COLLARS TO IMMOBILIZE PATIENTS THAT MAY HAVE SUSTAINED SERIOUS I
TO THE CERVICAL SPINE WITHOUT PROPER IMMOBILIZATION PARALYSIS MAY
RESULT THEREBY JEOPARDIZING PATIENT RECOVERY
ACCOUNT CODE(S): 001000.280501.6.714
DEPARTMENT APPROVAL: BUDGET REVIEW APPROVAL: PURCHASING APPROVAL:
Department Director/ Dipak . Parekh J rte
Di tor,
Designee Q Chi rocuremen Officer
FUNDING APPROVALS IF APPLICABLE: TITLE:
OTHER F _
PAGE 2 OF 2 PAGES
6 . t• 97— 496
TABULATION OF BID
DISPOSABLE HEAD IMMOBILIZERS: BID NO. 96-97-085
VENDOR
Item Description
1 Ferno Model 455 HeadHugger
Disposable Head Immobilizer
V Prepared by Maritza Fresno
7/10/97
Aero Products Corporation
700 Aero Lane
Sanford FL 32771
Non-Minority/Non-Local
Bound Tree Corporation
15 Centervale Road
Henniker NH 03242-3295
Non-Minority/Non-Local
Moore Medical Corp
389 John Downey Dr.
New Britain CT 06050
Non-Minority/Non-Local
•
Est.
Extended
Est.
Extended
Est.
Extended
City. Unit Cost
Amount
Q Unit Cost
Amount
Qty- Unit Cost
Amount
250 /pkgs $ 38.50
$ 9,625.00
250 /pkgs $ 38.89
$ . 9,722.50
250 /pkgs $ 38.99
$ 9,747.50
Page 1
Approval:
Department Director/Designee
TABULATION OF BID
DISPOSABLE HEAD IMMOBILIZERS: BID NO. 96-97-085
VENDOR
Item Description
1 Ferno Model 455 HeadHugger
Disposable Head Immobilizer
Prepared by Maritza Fresno
7/10/97
Matrx Medical Inc.
200 Gates Road
Ballentine SC 29002
Non-Minority/Non-Local
Armstrong Medical Industries
575 Knightsbridge Pkwy
Lincolnshire IL 60069
Non-Minority/Non-Local
South Florida Medical Equipment
5739 NW 7 Street
Miami, FL 33126
Hispanic/Local
Est.
Extended,
Est.
Extended
Est.
Extended
Unit Cost
Amount
Qty. Unit Cost
Amount
Qty.
Unit Cost Amount
250 /pkgs $ 40.00.
$ 10,000.00
250 /pkgs $ 41.40
$ 10,350.00
250 /pkgs
$ 46.99 $ 11,747.50
Approval:Z
Department Director/Designee
Page 2
C.
ity of Miami, Florida Bid No. 96-97-85
VENDOR BACKGROUND INF ATION
INSTRUCTIONS:
This questionnaire is to be included with your bid. Do not leave any questions unanswered. When the question
does not apply, write the word(s) "None", or "Not Applicable", as appropriate. Please print.
sCOMPANY NAME:
COMPANY OFFICERS:
President SZ j% /, /Jftit'O%
Secretary Sy / 11'awi
COMPANY OWNERSHIP:
Vice President
Treasurer Sly �/,slill
SAD TT /j, 4,1144`S % of ownership
% of ownership
% of ownership
% of ownership
LICENSES:
I . County or Municipal Occupational License No. !)1' J
(attach copy with bid) I 1
2. Occupational License ClassificationE
3. Occupational License Expiration Date:
4. Metro -Dade County Certificate of Competency No. P i,°
(attached copy if requested in Bid or RFP)
5. Social Security or Federal I.D. No. � � _ lr� %j � G
EXPERIENCE:
6. Number of Years your organization has been in business: /
Number of Years experience BIDDERIPROPOSER (person, principal of firm, owner) has had in operation
of the type required by the specifications of the Bid or RFP: le
Number of Years experience BIDDERIPROPOSER (firm, corporation, proprietorship) has had in
operation of the type required by the specifications of the Bid or RFP: /
9
97- 4,96
®CITY OF MIAMI OFFICE OF THE CITIMERK
BID SECURITY LIST
BID ITEM: HEAD IMMOBILIZERS
BID NO.: 7V-7/ -VVJ
DATE BIDS) OPENED: J U L Y 9, 1997
10:00 a.m.
TIME
BIDDER TOTAL BID BID BOND (ER)
AMOUNT CASHIER'S CHECK
BOUND`.TR-EE CORP. See attached bi.d
MOORE MEDICAL CORP. "
MATRX MEDICAL "
ARMSTRONG,f4EDICAL INC. "
AERO PRODUCTS CORP.
SOUTH FLORIDA MEDICAL EQ. "
NO BID
HEALTH ALLIANCE OF S. FLORIDA
C. & B.
FEBO GROUP
IiNDI SAFETY CO,
"Offers from the vendors lasted here,'I
received timely as of fhe
terra the o-' y
Vfers
other offers submitted in response to i
hPrtmhg A_' r
:s so4'.'"gin, if
any,
v q�P=erson receivin
PURCHASING DEPARTMENT
(City Department)
S IG N E I(:
fz_ I ( - �G
/ /-)- 1/1 /
received (,y ) envelopes on behalf of
on 7
(Date)
City Clerk---.,_
C WRL
CITY OF MIAMI J7 y
ADVERTISEMENT FOR BID PL
Sealed bidswill 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.96-97-085 Furnishing Ferno Model 455 HeadHugger Disposable Head Immobilizers
for the Department of Fire -Rescue, on an as needed basis.
OPENING DATE: 10:00 A. M . July 09, 1997
Detailed specifications for this bid are available upon request at the City of Miami, Purchasing
Department, 444 SW 2 Avenue, Sixth Floor Miami, Florida 33130, Telephone No. 416-1904.
Edward Marquez CITY OF MIAMI
City Manager LOGO
AD NO. 4255
y
v
w�� ` �.. ..� .. _ _ -.-•.�.. ''`"�t''•`, 'lr"1 -� i.-, ' ^�.�. � ^'-^-r ' -- _.,✓'....-..F.-r._.,... _s✓•.,,.-t..�.-z-w,!'`�..,.�-'' , rs�.,t'�,.t•'1%-. y � � v.n '
Ok
04255
=` '=
City of Miami I
0
REQUISITION FOR ADVERTISEMENT
This number must
appear' in the
advertisement.
INSTRUCTIONS: Please typte and attach a copy of the advertisement with thi5 reguisition.
1. Department: C
2. Division:
Fire —Rescue
,
3. Account Code number: i
4.
Is this a' confirmation:
5. Prepared by:
280101-287
❑ Yes ❑x No,
Gladys, Bermudez
6. Size of advertisement:.
7.
Starting date:
8. Telephone number:
legal
6/24/9.7
416-1904-
9. Number of. `times. this advertisement
is to be
10. Type of advertisement:
ublished:.(l) orie
Legal ❑ Classified '
❑ Display
11. Remarks:
i
Disposa3le Head
Immobilizers ;
Biel No 916-97-085
. i
12.
Date(s) of
Publication
Advertisement
Invoice No.
Amount
MIAMI TIMES
JEIAMI RE -VIEW
D.IARIO LAS AMERICA:
i
v
F
13.
El Approved
❑ Disapproved
f•
I I
it ,r
l
,
department Director/Design4
Date
Approved for Payment
Date
C GS/PC 503 Rev. 12/86-: Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy.. .
v�� � n�ov � 1vn. wnne - �aa.n., a.anmy .- veNa1 uncm