HomeMy WebLinkAboutR-86-024641
J-86-215
RESOLUTION NO. SG-24C
A RESOLUTION ACCEPTING THE BID OF MAGEN
CORPORATION FOR FURNISHING TEN (10) ROLL IN
COTS AND ACCESSORY PACKAGES TO THE
DEPARTMENT OF FIRE, RESCUE AND INSPECTION
SERVICES AT A TOTAL PROPOSED COST OF
$8,853.00; ALLOCATING FUNDS THEREFOR FROM
THE FPL-FIRE APPARATUS REPLACEMENT PROJECT;
AUTHORIZING THE CITY MANAGER TO INSTRUCT
THE ASSISTANT CHIEF PROCUREMENT OFFICER TO
ISSUE A PURCHASE ORDER FOR THIS EQUIPMENT.
' WHEREAS, pursuant to public notice, sealed bids were
received January 22, 1986 for the furnishing of Ten (10) Roll in
Cots and accessory packages to Department of Fire, Rescue and
Inspection Services; and
..r
WHEREAS, invitations were mailed to 18 potential
suppliers and 7 bids were received; and
WHEREAS, funds for this purchase are available in the
FPL - Fire Apparatus Replacement Project; and
WHEREAS, this equipment will be used by the Department
' of Fire, Rescue and Inspection Services for the purpose of
y
providing safe and efficient loading and unloading of patients
into and out of rescue vehicles; and
WHEREAS, the City Manager and the Director of the
Department of Fire, Rescue and Inspection Services recommend that
the bid received from Magen Corporation 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 January 22, 1986 bid of Magen
Corporation for furnishing ten (10) Roll in Cots and accessory
packages to the Department of Fire, Rescue and Inspection -
Services at a total proposed cost of $8,853.00 is hereby accepted
with funds therefor hereby allocated from the FPL - Fire
Apparatus Replacement Project.
I;.
CITY CORM8I0N
1W.ETtNG OF
APR .10 W
1iiut..86-24f.� ..
K�
Section 2. That the City Manager is hereby authorized
to instruct the Assistant Chief Procurement Officer to issue a
Purchase Order for this equipment.
PASSED AND ADOPTED this loth day of APRIL 1986.
h 4� . ".4ew
A MAYOR
ATT
MATTY HIRAI, CITY CLERK
PREPARED AND APPROVED BY:
ROBERT F. CLARK
CHjEFDETY Y ATTORNEY
4
AS 0 FORM AND CORRECTNESS:
LUCIA A. DO Y
CITY ATTORNEY
3 '0 )o
6ID SECURITY
Roll in Cots and Accessories ,:Lanuary 22, 1985 2:00pm
STD Okla Vot RSttivEb
85-86-40 7TPE OF SECURITY
SIDDER
TOTAL
♦NDUNT I
'(� //
Armstrong Industries, Inc
P. O. Box 7
Broken down by items
Northbrook, IL
t
k.
Aero Products,Inc
708 Industry Rd
„
Longwood, Fla
Emergency Medical International
P. O. Box 420457
„
Miami, Fla
"5
AMFAK, Inc
3160 S. W. 22 St (
„
Miami, Fla
.,...... ,` y>
Randle Meeical Sales & Renta
s, Inc
1889 N. W. 7th St
„
Miami, F1
�v
Magen Corporation
8020 N. W. 1 St
Miami, Fla
`
American Surgical Supplies
aG,s
Corp of Hollywood
it
5714 Johnson_ St.
LaFrance I .
62
Ra•tv�i �� �.�r r�tvtl�/ shek• Nit•
OR MTIN6 OIMIitOM
LEGAL ADVERTISEMENT
BID NO. 85-86-40
Sealed bids will be received by the City Manager and City Clerk
of the City of Miami, Florida not later ('than �� _ • m•_ Januar
-'n,198 for furnishing Roll in Cots and Accessories for Rescue
e icles to the Department of Fire, Rescue and Inspection
Services.
Ordinance No. 9775 established a goal of Awarding 50% of the
All nd
City's total dollar volumeHispanic Minority i 3usinessrLnterp�oisesaon
tures
Services to Black and p
an equal basis.
Minority Vendors who are interested in submitting bids and who
are not registered with the City as minority vendors are advised
to contact the City u chasing Office, 1145 N.W. lltlz Street,
Room 126, Telephone
-6380.
Detailed specifications for the bids are available upon request
at the City Purchasing Office.
The City Manager may reject all bids and readvertise.
(Ad No. 3417)
Cesar Odic1-?
City Manage, m
cn
_� -- 8G-246.:
LEGAL ADVERTISEMENT ec If
BID NO. 85-86-40
Sealed bids will be received by the City Manager and City Clerk
m. January_
of the City of Miami, FR r n danCots aot
andr Accessories +for Rescue
,198 for furnishing
"_. a icles to the Department of Fire. Rescue and Inspection
Services.
Ordinance No. 9775 established a c3oal of Awarding 50b of the
City's total dollar volume ,ditusinesses forLnterpAll ur
�isesaon
Services to Black and i3isianic Minority
an equal basis.
tting bids and who
Minority Vendors who aretheinterested
sas minority re advised
are not registered with y Office, 1145 N.W. llth Street,
to contact the City Purchasing
Room 126, Telerhone 579-6380.
Detailed specificationsforthe bids are available upon request
at the City Purchasing
The City Manager may reject all bids and readvertise.
(Ad No. 3�417_)
Cesar Odis
Ci ty Manage:. ==
i1
Y
Z�
1
W
Cf1
8G-246,
M
nn
This number must appear
REQUISITION FOR ADVERTISEMENT in the advertisement.
DiPT/DIV- Rescue- &
ACCOUNT CODE Pro",
9 -- 03 APPROVED BY:
J;-,: i U �. rY PHONE
DATE
PREPARED BY DIRECTOR OF ISSUING DEPARTMENT
1 1) times.
Publish the attached advertisement
(number of times)
Type of advertisement: legal classified display
(Check one)
Starting date j
Size:
First four words of advertisement: — laid
WO p.m
Rese
Remarks:
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
DATE(S) OF AMOUNT
LINE. PUBLICATION ADVERTISEMENT INVOICE
0 Xiaml Times
A-1 Djario Las Americas
--4i*M4 doz a Id
B-2 N/A OL-�-Wz-&
C-3
D-4
E-5 F8 F9 F1
F5 F10 F12
F4 F7
F3 DUE DATE nce f RINDEX COD BJE PROJECT
Adv. Doc. Reference VENDOR
LINE JFIANS VOUCHER yy MM DID
11 71
17 18
2534 39 42 45 50 51
1 2 4 1 V P DESCRIPTION 36 64 DISCOUNT 69 72 AMOUNT 80
1 2 3 4 7 8 V P 12 13 14 15 -T=-rT01:E0-L
5 2 0 0 2 0 1 -FTTT F-F-F I
Pink Copy Purcliasilli; Approved for Payment
Al2 L; Silvia MUdoza — City Clerk'Pnk—Deparment
White haSI V1ow -Finance
P
CITY OF MIAMI, FLORIOA
i
INTER-OFFICi MMdRANDUM
• ___ I
t
t
• DATE APR' 1�86
TO. mum Honorable Mayor and Members
of the City Commission
R11pMt
Cesar H. Odio
City Manager
SUOJECT: Recommendation for
Resolution and Award of
Bid 85-86-409 Roll In Cots
RE►ERENCEet and Accessories
For City Commission
ENCLOSURES -Meeting 3/13/86
It is recommended that a resolution be
adopted and an award of bid made
accepting the bid from Mage_n
Cor oration of Dade County, Florida as
the lowest bidder for ten 10 roll in
cots and accessories at a total
purchase price of a8,853.00.
The Model 29-M roll in cot will be used by the Department of Fire,
Rescue and Inspection Services to provide safe and efficient loading
and unloading of the cot and patient into and out of the rescue
vehicle. In the loading position this cot reaches the floor heights
of the rescue vehicles. The roll in design significantly reduces the
lifting effort required by rescue personnel.
The significance -Of not lifting the complete assembly greatly reduces
the hazard of dropping or tilting the cot, causing the patient and
all the attendant equipment, to drop to the ground. The resultant
trauma and discomfort to the patient will be eliminated by using the
Model 29-M roll in cot.
Another benefit of not lifting the complete assembly will be a
reduction of the incidence of back strain and back injury to rescue
personnel.
Minority bidder participation has been implemented by extending
courtesy bids to ten (10) minority concerns. Included in the process
were other minority enterprises as well; one of which is the low
bidder recommended as the vendor for this purchase.
Funds for this purchase will be provided from FPL - Fire Apparatus
Replacement, Project 313213401-840.
8G-246,
n
AWARD OF BID
Bid No. 85-86-40
ITEM: Ten (10) Roll in Cots and accessory
..-- package
DEPARTMENT: Fire, Rescue & Inspection Services
TYPE OF PURCHASE: Single Purchase
To provide safe and efficient loading
REASON: and unloading of the patients into and
out of rescue vehicles.
POTENTIAL BIDDERS: 18
_BIDS RECEIVED: 7
TABULATION: Attached
FPL - Fire Apparatus Replacement
F--$° Project.
MINORITY PARTICIPATION: Invitations to bid were sent t two
TTT—Hispanic-Tirms
the engagea in the
sources:le of Fire, Rescue supplies,
as indicate
1. Prior bids for similar items.
2. Dade County Minority Vendor Directory.
3. Yellow Pages telephone book.
Minority*response' consisted of two (2) Hispanic firms,* one of
which was the lowest bidder.
BID EVALUATION: All bids meet the specifications.
Following ' is an analysis of the
Invitation to Bid:
Number of Bid Number of
Catecory Invitations mailed Responses
Prior Bidders
'Back American
0
0
iAmerican
2
2ispanic
2
0
Non -Minority
New Bidders
0
0
Black American
0
0
Hispanic American
5
Non -Minority
16
Courtesy Notifications
10
0
"No Bids"
-
1
Late Bids
-
0
_T.oia1s
28
8
Reasons for "No bid" were as follows:
1. La France '�tNot in a position to bid at the present time
RECOMMENDATIONS IT IS RECOMMENDED THAT THE AWARD BE
MADE TO MAGEN CORPORATION IN THE
ESTIMATED AMOUNT OF $8,853.00.
As stant Chie Procurement O cer
a r0.�
Date
The Minority Procurement Officer concurs with the above
recommendation.
—of f icer
Z z� i6
Da t e
Sf -246,..
Page 2 of 2
IF
J1
1-ALIULAfION OF 1-3.1 U!2
F U H
•
Ferno Model 29M-Roll In Cot & Related
Equipment
Page
I of 2
City mano1w. City 04A
RG4.;.0j try 04 C;1v Comm.9610", Gtr 06A. C;VY of Ww"I. 1`160jas w
& IL
P. U.
Ma en Corp.
Amstrong
Industries
Aero
Products --
AKKAF, Inc.
Emergency-
Medical
Int.
American
Supply
Surgical
I Pw C.11 raja Ori.
g5d :B" Amount
lee-" --
DESCRIPTION
Frig*
•Total
UnIf
flige
Unit
Price
Total
UA it.
Price
TeedUnis
price
Total
Unme
pe'sto
70161
1-1 Roll in cot Ferno Model 29.M
2.; Cot Fastener - Ferno Model 175-5
Cot Mattress 3" Ferno Model 360
Patient Restriant
Ferno Model 430
10ea
2ea
10ea-
20.ea.
808.00
106.00 .,.212.00
39.80 1398.00
8.15
8080.00
163.00
818.00
108.00
38.00
10.90
8180.,00
216.00
380.00
218.00
822*.'50
106.50
40.50
10.50
8225.00
213.00
405.00
210.00
835.00
112.00
42.00
11.50
8350.00
225 ' .00
420.00
230.00
897.00
90-00
40.00 i
12.60
8975.00
180.00
400.00
252.00
918.75
122.50
43.75
12.25
9187.50
245.00
437.50
245.00
• TOTAL,
8853.00
8994.00
9053.00
9225.20
9807.00
10,115.0C
IT 15 nECOMMENOED THAT This bid awarded to-Magen
fig Pa -ar a I - At 8dw"47
014 Aff.je-s aa iia Cfw;vof L L"Iwa at 116--l-as Ceavenf, Corporation, who is the overall lowest bidder
B I D85-86-40
Tabulated by: D. W. O'Donnell
a -At fit: 0 V.
. . . . . . . . . .
• Ferno Model 29M - Roll In Cot & Related Equipment
C RY henaver. City OOA R•
P M
Roc•:../ 17 1he C:r1 Camm.•1ien. Cry CIGA. Ci1v •1 m;o-i. flr.Je .e -
e A.- Randel Medical
L.c-••s.d 108w" •• Ps C.'w CY►J• ! MN.• Ora. Sales
Ina�Yle••1.•1
11... DESCRIPTION
Ume
Price
T•1.1
�•.
$45.00
! Ferno Model 29M
<
9450.01
7 Roll in Cot -
2 Cot Fastener Ferno Model 175-56.00
252.00
Cot Mattress 3" Ferno Model 360
450.00
Patient Restraint
20ea•
12.60
252.00
Ferno Model
i
i
CK
IRF;E:.ULAASTJES LF-SEND.
L — /14'Vo—. .••1. M.«wrT
— 114 all./W.•1 •. •e C.pi1.1 & Jw1*1041 01 f""all C•.ry•wF
.:.o�ru! IJwciln� w.:iwy.ywl/ S:�w.! M N• C�gror• s..i
-� t,J Tabulated By: 0. W. O'Donnell
� Gw•f11t '!iJ
Page 2 of 2
Unll Uni U041 Vnil uwH
Te/ei T•Id T•1e1 T•tei
Price Price Price
T•1.1
- -• r OIfTRIetiT10N; •
IT IS AECOMMENOEO THAT This bid be awarded t0
Mageni-Corporation, who is the overall lowest bidder. -
BID 85-86-40
4
#s k
k u�3i�a.eht• d4s
,�rl ii�♦11�Aa+��t�t'�A.'Shc,c.,.d S+hM-:�4'aF�"a .,•�w.•. ro '`.+to4't .�i�.; dI..