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