Loading...
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..