HomeMy WebLinkAboutR-94-0062t
94- 62
RESOLUTION NO.
A RESOLUTION ACCEPTING THE BID OF AERO
PRODUCTS CORP. FOR THE FURNISHING OF CERVICAL
COLLARS, ON AN AS NEEDED BASIS, FOR A PERIOD
OF ONE (1) YEAR WITH THE OPTION TO EXTEND FOR
AN ADDITIONAL ONE (1) YEAR PERIOD AT A
PROPOSED ANNUAL COST OF $50,000 FOR THE
DEPARTMENT OF FIRE -RESCUE; ALLOCATING FUNDS
THEREFOR FROM THE DEPARTMENT OF FIRE -RESCUE,
ACCOUNT CODE NO. 280501-714; FURTHER
AUTHORIZING THE CITY MANAGER TO INSTRUCT THE
CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE
ORDERS FOR THIS EQUIPMENT, AND THEREAFTER TO
EXTEND THIS CONTRACT FOR AN ADDITIONAL ONE
(1) YEAR PERIOD, AT THE SAME PRICE, TERMS AND
CONDITIONS, SUBJECT TO THE AVAILABILITY OF
FUNDS.
WHEREAS, pursuant to publio notioe, sealed bids were
received Deoember 20, 1993 for the furnishing of Cervical
oollars; and
WHEREAS, invitations were mailed to thirty-seven (37)
potential bidders and six (6) bids were received; and
WHEREAS, funds for this equipment are available from the
FY '93-94 Fire-Resoue, A000unt
Code
No. 280501-714;
and
WHEREAS, the Department
of
Fire-Resoue is
in need to
replenish the ourrent stook levels of oervioal oollars; and
cm comasmon
MEETING OF
FEB 17 1994
Aeaolution No.
94- 62
Y
it
...
t
WHEREAS, the City Manager and the Director of the Department
of Fire -Rescue recommend that the bid received from Aero Products
Corp. be accepted as the lowest 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 December 20, 1993 bid of Aero Products
Corp. for the furnishing of cervical collars, on an as needed
basis, for a period of one (1) year with the option to extend for
an additional one (1) year period at an annual proposed cost of
$50,000, is hereby accepted with funds therefor hereby allocated
from the Department of Fire -Rescue, Account Code No. 280501-714.
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to issue purchase orders
for this equipment, and thereafter to extend this contract for an
additional one (1) year period, at the same price, terms and
conditions, subject to the availability of funds.
Section 4. This Resolution shall become effective
,i
immediately upon its adoption.
04- 62
_2_
AT
NATTY HIRAI
CITY CLERK
PREPARED AND APPROVED BY:
RAFAEt 0. DIAZ
DEPUTY CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
A. QU LTIII
CITY ATTO
ROD:osk:M4108
i
I
i
-3-
94- 62
CITY OF MIAMI, FLORIDACA 7
.Y INTER -OFFICE MEMORANDUM
ro : The Honorable Members of DATE : FEB 4 1994 FILE
the City, Commission
SUBJECT; Recommendation for
Resolution to Accept
Bid No. 93-94-018
FROM: i Cesa o REFERENCES ; Cervical Collars
City ger
ENCLOSURES;
RECOMMENDATION
it is respectfully recommended that the City Commission pass the
attached.Resolution permitting the City of Miami Fire -Rescue
Department to purchase Cervical Collars from Aero Products Corp.,
a non local, non -minority vendor, located at 700 Aero Lane,
Sanford, F1 32771, at a annual proposed cost of $50,000.00, with
funds allocated from Department of Fire -Rescue FY 194 Budget
Account Code No.: 280501-714
BACKGROUND
Cervical collars are used in the immobilization of patients that
may have sustained serious injury to the cervical spine. Without
proper immobilization, paralysis may result, thereby jeopardizing
patient recovery. Bids were received from six (6) vendors,
however, the low bidder, South Florida Health Alliance, did not
meet` specifications. It is therefore recommended that the award
be made to Aero Products Corp. the lowest responsive and
responsible bidder in accordance with bid no. 93-94-018 on an as
needed basis for one (1) year with the option to extend for an
additional one year period.
Amount of Bid: $50,000.00
Source of Funds: Department of Fire -
Rescue FY 194
Budget Account No.:
280501-714
Minority Representation: Four (4) Non -Minority,
One (1) Hispanic,
One (1) Black bid were
received.
94- 62
CITY OF MIAMI, FLORIDA
}
INTER -OFFICE MEMORANDUM
TO :
Judy S . Carter DATE :
January
51 1994 FILE
Chief Procurement Officer
Department of General Services SUBJECT:
Cervical Collars
Bid No.
93-94-018
FROM :
Gimenez, Chief REFERENCES
Dtrec r of Miami Fire -Rescue
ENCLOSURES:
This Department has verified available
funding with the
Departments of Finance and Budget that
funds are available to
cover cost of the subject bid in the amount
of $50,000.00
Account Code Number: 280501-714.
FINANCE REVIEW & APPROVED BY:
CAPITAL
IMPROVEMENT
FUNDING
REVIEW
AND APPROVAL:
N/A
N/A
Carlos Garcia, Director
Eduardo
Rodriguez
Department of Finance
Capital
Program Manager
BUDGETARY REVIEW & APPROVED BY:
MhAohar S.' Surana, Director
dget Department
3
{
94- 62
i' FLORIDA ' BID N0. 93=94-418
pntinued)
wBID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE:
W ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING.
tCURITY i IS REQUIRED A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR
..::SECU
OND IS SUBMITTED IN THIS ENVELOPE.
ins = A,,T ,2,(2 ( Include cash discount for prompt payment, .if any)
Additional discount of -- — % if awarded all items.
Warranty and/or guarantee
Delivery:_2••/c calendar days required upon receipt of Purchase order or Notic(
of Award.
In accordance with the Invitation to Bid, the Specifications, General Conditions, Specie
Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Price
indicated on the attached bid sheet(s).
NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFF/ICER(S):
S e o l'f G. /SRC( 4/0f SCO Y1 L ,GAXA4% �"cYf ilk/
a) List principal business address: (street address)
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)
MTNORTTX PROCURPMRNT COMPLTANCE
The undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062
amended, the Minority Procurement Ordinance of the city of Miami and agrees to comply with
applicable substantive and procedural provisions therein, includin any amendments thereto.
Bidder /� Lrev T��c�Z 4Aitg2t7ARAJ Signature-. Al
(company name) / r
Date:- fi��, i y /913 Print Name: L_ a &heelle
Indicate if Business is 51% Minority -owned: (Check One box only)
] BLACK [ ] HISPANIC [ ] FEMALE
AFFIRMATIVE ACTION PLAN
If firm has an existing plan, effective date of implementation:
If firm does not have an existing plan, the Successful Bidder(s) shall be requirec
establish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. See Appe
I for sample.
Bidder: lfL--rxd 40j' a%s ,Elj%/Cr1 Signature: ,i
(company name)
�� T� �nwrn cTC c1r,N ANTI RFTIIRN THE -
IAt:IWI AI 1V. VF a16LM r-_j
CRR 7TCAT. Cf1T•T.ARR _BID No. 93-94-018
City Me"oger. City Clete 10 :30jL M 1994
Receteed by City of %amc, Florida er P. M. JAN. 5.
bsdd.r°
SO. FLA. HEALTi
AERO PRODUCT
ADVANCED MED.
MATRX' MED.
WOUND THERAP+B82
ONALES
Licensed i Inwree »Per City Code 3 motes Ord.
7350 PHARMED
00 AERO LAN
7 SUNSHINE BL
00 GATES RD.
725 AIRPORT9
NW 62 ST
aid Bond Ame rnr
,
, .
►
I ,
AL .
Irregularities -
MINOR
NM
RITIteet
t
Unit
Pnee
Tetol
Unit
Priee
T•tel
Unit
Price
Tetd
Unit
orin
Total
grit
Pnee
ToedPrice
r�.DESCRIPTION
Tare!
l
ADULT SHORT No. NM400 ;
E15
7.95
4,770.0)
5
5490.0
.0
0
MANUFACTURED BY LAERDAL
PEDIATRIC No. NM300
7.95
1,192.53
9.15
1372.5
9.22
83.00
1413.00
MANUFACTURED BY LAERDAL
3
BABY No. NECK No. NM200
100
7.95
795.03
9.15
915.00
9.22
922.00
9.42
9 .00
1 .5 4
1154.00
MANUFACTURED BY LAERDAL
4.
ADULT TALL No. NM550
50
7.95
397.5
9.15
457.E
9.22
461.00
9..42
7 r00
1 .54
.00
_
MANUFACTURED BY.LAERDAL
5
'ADULT.REGULAR No. NM475
300
7.95
2,385.0
9.15
2745.00
9.22
F766.00
9.42
2826.001
11.54
3 4 62.00
MANUFACTURED BY.LAERDAL
6
ADULT No.NECK No. NM325
600
7.95
4,770.0
9.15
5490.0
9.22
532.00
9.42
5652.00
11.54
6924.00
2
.0
MANUFACTURED BY LAERDAL
$
141)310.
16,470.
6596.0
16956.0
20772.0
6.7
BID ITEMS
CARE.
RE COENDED
BID IT
M ARE
SUBSTITUTIONS.
VENDOR.
SUBSTI
UTIONS.
NOT -AC.
EPT L
9 � •
fia
AWARD OF BID
,}
Bid No. 93-94-0A
4
aITEM:
Cervical Collars
DEPARTMENT:' Fire -Rescue
TYPE OF PURCHASE: Contract basis for one
(1) year- with the
option to extend
for an
additional one (1)
year -period.
il`:• To` replenish current
S9ri:RtA
supply levels.
POTENTIAL BIDDERSs`` 37
'
BIDS .RECEIVED=.. , .
....,,. 6.. .,
FUNDS: Fire Rescue FY 93-94 Account Code No. 280501-
714:
BID TABULATION: SEE ATTACHED
i
BID EVALUATION:
Bid
Invitations
Mailed
Bid
Responses
ALL VENDORS .............................
37
6
MINORITY/FEMALE (M/F) VENDORS...........
12
2
Within City.limits..................
1
1
Registered with City .................
3
2
Black (B) Vendors... ...............
2
1
Located within City limits..........
1
1
Registered with City ................
1
1
Female (F) Vendors .... . ..............
6
0
Located within City limits..........
0
0
Registered with City ................
1
0
Hispanic (H) Vendors..... ..............
4
1
Located .within City limits........ ..
0
0
Registered withCity................
1
1
NON MINORITY (NM) VENDORS.
25
4
'
Located within City limits....... ..
0
0
"No `Bids ................................
-
2
.
9
94- 62
J �
ib,,9G0Al7T_LI3T
5TIFFNECK CERVICAL COLLARS
93-94-018
DECEMBEn 20, 1993 10;30 a.m. -
ROTA
LD �1e04�tS �1SEI=R_i_CHset ,
.GLINTON SALES, INC. (one copy)
$ 25,416.00
14,310.00
SOUTH FLORIDA HEALTH ALLIANCE
'AERO PRODUCT'S CORPORATION
16,470.00
ADVANCED MEDICAL & PHAR AACEUTICAL
SUPPLIERS
16 596.00
-
MATRIX MEDICAL, INC. ��
, 956. 00
WOUND THERAPY SPECIALIST
--16
20,772.00
•
--
— •----------
------------
---
—l—M—Nl—N—!
_--I--MO----
lO NO—l----O l—
N�--MA
—
NO.BTD
-------------- ----.----
--1— ! --
.►--0—_MOB---l7-0 ..
—O----
N—M----N—O•—�►00-0
C & B INDUSTRIAL SAFETY, INC.
lliY----- —
ABDUL FO MAN (MR)
----------_
M—!l--1l--!!—
—Mom.--- M—O—
•—_------N
----------------------
-------- Y
7-_ _
—!—_--M—l-------
•
--------------
a oa aca as
*calved (2) envelopes on behalf of
GSA/ lid Waste -Procure/ ent Division —�oa
(City Trparrtz;-At)-_____- --.._- ___----
a
sic
t owa-Lwu u.iuu wi.1i De reeeivea Dy the city or Miami city clerx at
her. office located at 3500 Pan American Drive, Miami, Florida
33133 not later than 10:30 A.M. DECEMBER 20„_ 1993mfor the
furnishing of Stiffneck Cervical Collars on an as needed basis to
the Department of Fire, Rescue and Inspection Services.
Bids submitted past such deadline and/or submitted to any other
location or office shall be deemed not responsive and will 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
Goods 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 whoare not registered with the City as minority or women
vendors are advised to contact the City Procurement Office, 1390
N.W. 20th Street, Second Floor, Telephone 575-5174. -
Local -Preference Section 18-52 1(r1z) 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 charter and any other documents to verify the location
of the firm's primary office.
Detailed specifications for the bids are available upon request
at. the City Procurement Office, 1390 NW 20th Street, Second
Floor, Telephone 575-5174.
The City Manager may reject all bids and readverti.
Cesar H. �Odi;o
City Mangr- tv
D
�3
>' ueaeml,er,; 19 9'3
575' 5174
r
9 NulnbPrk'of,times this advert(sement is to be' ' 10: Ty
a of advortisement
�
iibfshe� `}f �L �' `� ONE
(I) r r Le ' ❑
11 Remarks
al
Cla§allied
❑ . p
}
BID N 93 94-018°
CERVICAL COLLARS
r,
2
• 5
Publication
Date s) of
t
}
.
Advertisement:Amoun
Invoice No
,
kI T itEVIEW
''
MIAMIt 'TIMES:
i
_:�
T
-
AS;
DIARIO'7�AS RIC------------------------
y
t
n
W
�
1
c
m
�:r>
r
.F
rig s
13 ,v
.�E3Approved
Disapproved,'
epaect Q�
esi a Date
Approved for Payment
Date
GS%PC 503 i Rev. 'j2/89
Routing: Forward. White and Canary to G.S.A. (Procurement Management) and retain Pink copy
DISTRIBUTION: White - G.S.A.;,Canary'.
Department
I::