Loading...
HomeMy WebLinkAboutR-94-0075y , 2/17✓94 y 4 - CJ { RESOLUTION NO. A RESOLUTION ACCEPTING THE BID OF OWENS MINOR, INC. FOR THE FURNISHING OF I.V. j CATHETERS ON AN AS NEEDED BASIS FOR A PERIOD f OF ONE (1) YEAR WITH THE OPTION TO EXTEND FOR `! AN ADDITIONAL ONE (1) YEAR PERIOD AT AN C AMOUNT NOT TO EXCEED $72,000.00 FOR THE DEPARTMENT OF FIRE -RESCUE; ALLOCATING FUNDS THEREFOR FROM FY '93-94 FIRE -RESCUE ACCOUNT CODE NO. 280801-714; 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 public notioe, sealed bids were reoeived'Deoember 20, 1993 for the furnishing of I.V. oatheters; and WHEREAS, invitations were mailed to twenty-two (22) potential bidders and six (6) bids were received; and WHEREAS, funds for this equipment are available from the T 4 ' > ` 1 1 t t - r a WHEREAS, the City Manager and the Director of the Department' of Fire -Rescue recommend that the bid received from Owens E Minor, Inc. be accepted as the lowest responsible and responsive bid; NOW,.THEREFORE, HE 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 Owens & Minor, Inc. for the furnishing of I.V. catheters 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 amount not to exceed i $72,000.00 for the Department of Fire-Resoue 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 z - for this equipment and thereafter to extend this contract for an + additional one (1) year period, at the same price, terms and 1 , conditions, subject to the availability of funds. r Section 2. This Resolution shall become effective x immediately upon its adoption. �4_ '75 -2- 1 CA, - CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM ro ; The Honorable Members of DATE : FILE the''City`Commission suaiEcr : Recommendation for Resolution and Award of Bide Bid No. 93-94-020 FROM Cesa io REFERENCES: I.V. Catheters Cf C!tY. ger ENCLOSURES: RECOMMENDATION It is respectfully recommend that the City Commission pass the attached Resolution permitting the City of Miami Fire -Rescue Department to purchase I.V. Catheters from Owens & Minor Inc., a non -minority, non -local vendor located at 5360 N.W. 35 Avenue, Ft. Lauderdale, Florida, 33309, at a annual proposed cost of $72,000.00. The local bidder who was within 10% rescinded his bidfor the furnishing of I.V. Catheters. BACKGROUND 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 to permit administration of lifesaving cardiac medications, as well as fluids to stabilize blood pressure. I.V. Catheters are a vital component in providing safe and efficient patient care. It is therefore recommended that the award be made to Owens & Minor Inc. the lowest responsive and responsible bidder, on an as needed basis for one (1) year with the option to extend for an additional one (1) year period. Amount of Bid: $72,000.00 Source of Funds: Department of Fire - Rescue FY 194 Budget Account No.: 280501-714 Minority Representation: Two (2) Black, One (1) Hispanic, One (1) Female, and Two non -minority bids were received. 94- 75 funding with the Department to cover the cost :of the 7,)-nnn;,n0 Account Code Number 280501-714 ,S MUST BE ,;,'TURNED IN , TRIPLICATE AID NUMBER, TIME AND DATE OF, BID OPEN :LL NOT BE ACCEPTED UNLESS THE DEPOSIT :ount for prompt payment, if,any) E awarded all items. upon receipt of Purchase Order or No Numb r of calendar days required to complete work after start. In accordance with the Invitation to Bid, the specifications, General Conditions, Sp - Conditions, and General Information to Bidders, we agree to furnish the Items) at P; indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S)- a) List principal business address: (street address) b) List all oth,rVof,ices located in the State of Florida (street address) (Please us he back of this page if more space is necessary) MINORITY PROCUR_F.MPNT COMPLIANCE `The undersigned bidder acknowledges that (s)he has -received a copy of Ordinance #1001 ..amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply wit applicable substantive and procedural provisions therein, including any amendments thereto Bidder: Signature: (company name) Date: Print Name: i Indicate if Business is 51% Minority -owned: (Check sole box only) [ J BLACK [ J HISPANIC [ ] FEMALE AEEI MATTVE AQT ON A AN ¢ If firm has an existing plan, effective date of implementation: If firm does not have an existing plan, the Successful Bidder(s) shall be requij establish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. See Al I for sample. f p� /) At ;A,�_4 Bidder: / / �• � Signature, (company name) FAILURE TO COMPLETE, SIGN. AND RETURN THIS FORM MAY DISQUALIFY THIS BID. :, 94- 75 xr AWARD OF BID Bid No. 93-94-020 I. V. Catheters :. i1EPARTMENT: Fire -Rescue TYPE OF PURCHASE: Contract basis for one.:.�(1) year with the option to extend for an additional one (1) year period. ar..:, To l 'replenish current supply levels. POTENTIPi BIDDERS: 22 BIDS RECEIVEDs 6 FUNDS: :, Fire Rescue FY 93-94 Account Code No. 280501- 714. BID TABULATION: SEE ATTACHED BID EVALUATION. Bid Invitations Mailed Bid Responses ALL VENDORS .... ................... .. 18 6 MINORITY/FEMALE (M/F) VENDORS.......... 6 4 Within City limits............ .... 1 1 Registered with City ................ 3 3 ;Black,(B) Vendors..... ....... ....... 2 2 Located within City limits.......... 1 1 -.` Registered with City ................ 1 1 'Female (F) Vendors .................... 2 1 Located within City limits.......... 0 0 Registered with City................ 1 1 Hispanic,(H) Vendors ................... 2 1 Located within City limits.......... 0 0 Registered with City ............... 1 1 s NON MINORITY (NM) VENDORS .............. 12 2 Located within City limits. .. ..... 0 0 "No Bids..... ........................... - 3 ' ' 9 4 -- 75 F TABULATION. OF BIDS FOR BID N0. 93-94-020 (I.V. CATHETERS) City Manager, City aak A. M. Received by City a1 Miami. Florida of P. Al. SWO: wens 6 Minor NM ton Medical ranc es "edlCai Clinton Sales.IN Health e? Aero`- Products •NN Licensed R Inaweee as Per City Code 6 Marra Dd. 6 Drug Co. F Inc. B B of South Fla. H Corporation, bid Send Amint I•••'�'�•• 360w 35 Ave. Laud. F1a3330 16 4 Her Miami Bch.3 I den AVE. 1 9 99 nw 183 st. Miami 33169 w 2 22 Lane 277 Naa No. DESCRIPTION Prig I Total Unit Price Tara Una Price Total Uai► 0•Ica Taal Uni► Price Taal Unit Price Teal 1 CRITIKON MODEL# 3048 . (14 ga.) 2 CS ;372.00 $7 . $5 9.00 1,05 g CRITIKON MODEL-#3042 (16 ga.) 7 CS 372.00 27 .00 , , 3 CRITIKON MODEL #3055 18 a.) iOCS 372.00 3720. 529.00 5,290. 395. 3,950 400. 4000. 381.60 3816.• 390.00 3900. '4 CRITIKON MODEL #3056 20 a. 4 CS 372.00 1488.00 529.00 2,116. 395. 1,580. 400. 1600. 381.60 1526.60' 390.00 1560. ''5: CRITIKON.MODEL #3050- (22 ga.) 3 CS 372.00 1116. 529.00 1,587. 395. 1,185 400. L200. 390.00` 1170: •6 CRITIKON MODEL #3053 (24 ga.) 2 CS 372.00 744. 1 529.00 1,058 395. 790. OU. 800. 38 . 0 .G TOTAL BID AMOUNT $10,416. $1 ,812. , 11,200 0, I T CH T U r- 1, V. CATHETERS 93-94-020 iz'�' goo s ...... 1�20 I DECEMBEll 1993 11:00 a.m. C OS1L rID�*bRD_„Ser2. PUT 2 i —1 It GWFNS, MINOR $ 10,416.00 MILTON.MEDICAL & DRUG CO. 14,812.00 -B , R , A , N , C . HES, MEDICAL, INC. 11,060.00 GLINTON: SALES, INC. (one copy 2,800.00 r1r 'A In AAA An envelopes on behalf of tfs'o'n tact GS /Solid Waste -Pr urement-Division ---On (city r*pArtmout) eputy — C ;' Wt. r4- ark) i C t LEGAL ADVERTISEMENT BID NO, 93-94-020 Sealed bids will be received by the City of Miami City Clerk at her office located at 3500 Pan American Drive, Miami, Florida- 33133 not later than 1100 A.M. DECEMBER 20, -1993 for the furnishing of I. V. Catheters 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' who are 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(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 charte 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. c, The City Manager may reject all bids and readverti� (Ad No. 1701); ; NJ Cesar H.:-II �o -o r- TJ City Manager- c