Loading...
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::