Loading...
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