Loading...
HomeMy WebLinkAboutR-85-1004J-85-952 ti e 1:L':)OLI)T1 )N NO. SS-1004 A RIsSoLUTION AC:CE,PTIW( 'D11=: l:Ilj ul, elf�,'310 CONTROL COPLIORATION EUP E'URN1IiING i1Ai1•TEWANCL VOR `I'ctf, PHYS10 SU1 TORT EQUIPP9h'NT ON A CONTRACT 13A:,I5 FOR ONE-, (1) YF'All ANNUALLY FoA THL Dkl)A127iMLNT OF L'IR1,, N,rSCUE; AIQD IN!;P!:CTIU;41 St, RV L1;1„-) A7' l'01 AL LISTl r` A11'1,D CvST oV 1�, 551.U1); i�LLOCATI���� 't'U(ID`_� 'I'HI,Rt:E'G1t 1'tti)�1 THL t,E,tEl:��h E'UPJD ANI? '; fLL'PHU[vf, Eit��r�C1�15F FUND; AUTHORIi;IP•:G THE CITY i,ANAGE,R TO INSTRUCT THU AS`:IS TANT CHIEF 1)RUC:UkE ME NT OFFICER TO I123`3UE �'� PURCHASE; ORDER NUr: 'THIS SE;INVICE. W111,KEAS, r)ursuant tci huLl.ic n(.)ti.co., -3e jl1?:l hi (is were, received Au(Just 28, 1985 for t1ii.- fi�rnishinc, nf maint.otiance for the Physio Control Life Support Equipment to the 1)epart!1,er1t of Fire, Rescue an(i Inspection Services; any WhERL'AS, invitations were mailed ttential suppliers and I bid was received; and 14H1;REAS, funds for this purchase are available in the General fund ind Telephone 1.'ranchise Fund; and WHEREAS, this service will he used by the Department of Fire Rescue and Inspection Services for the ,,)urpose of: keeping the life support equipment at all the times in proper working conditions; and WHEN AS, the City Manager and the Director of the Department of fire, Rescue and Inspection Services recommend that the hid received from Physio Control Corporation be accepted as the only responsible and responsive bid; NOW, THEREFORE, BE I'P RESOLVED BY THE, CONiiiISSIObi OF THE CITY OF HIAV4I, FLORIDA: Sectiori I. The August 2b, 1985 bid of Physio Control Corporation for furnishing maintenance for the Physio Control Life Support on a contract basis for one (1) year renewable annually to the Department of Fire, Rescue and Inspection Services at a total estimated cost of $12,551.00 is hereby accepted with funds there.Eor hereby allocated from the General Fund and 'Telephone Franchise Fund. CITY COMMISSION MEETING OF SEP 26 1985 RESOLUI IUN No.QC- ..130 REMARKS. im Section el. TE,at the City Hanager i� herel)y aur.horized to instruct. the Assistant C'iiief Prnc!irem? .rit Officer to issue a Purchase Or,ier fur this servico. PASSL() fJ4V ADOPT1'ij this 26th clay of SEPTEMBER 1985. Pi<EPAR1 D AND APPI;OVED BY: RjBERT F. CLARK DEPUTY CITY ATTOW,4EY =DOIJG AI�I: CORftECTf�E;SS: CITY A TORNEY MAURICE A. FERRE ,iA(JRI.CE A. FE'RRE MAYOR 8,5 --1Q04 ' 1 BID SECURITY AIJC I,FT A,• ] 985 (PURCHASING) (FOR FIRE, RESCUE tTE,c T tCPT C TTn , FRyrrFc� OA.1t a,ci RECEIVEb 2 I m- TYPE OF SECURITY WOOER TOTAL AM" l MEDICAL EQUIPMENT CO. P 0 BOX 259 NO FID COCONUT GROVE, FLA. 33133 PHYSIO-CONTROL CORP. 1777 PHOENIX PARKWAY 512,55".00 SUITE 110/ATLANTA GA. BISCAYNE FIRE EQUIPMENT CO. 2950 N.W. 7th Ave. MIAMI,FLA. 33127 III BID PAGE MEDICAL ELECTRONICS ITIC 7822 N.W. 62nd St. Miami,Florida 33166 PC BID EMERGENCY MEDICAL INT. P 0 BOX 420457 ISO BID MIAMI,FLA. 33142 HEWLETT PACKARD P 0 BOX 24210 NO BID FT.LAUDERDALE FLA. 33307 EDMUND SCIENTIFIC COMPANY 101 EAST GLOUCESTER PIKE 08007 NO BID AIR SHIELDS 330 JACKSONVILLE ROAD NO BID t90411— Atccatwei 66 640wr Alcwtksd clicks rcr •1 �4...�. e - 10R ACCOUNTING DIVISION w Sealed hids will he received by th:° Ci }-.y ''..r:ia,ircr and City Clerk of tlll? City of Miami, C•'lorilia not lat�,r Lhaii 2:00 P.M. August 28, 1985 f or I u r 11 i:;h i. nlj preventative maintenance, ( Inspection, service and testing) of Pbysio ConL-rol TA fe Pak 5 Units (Defibrillator/Cardioscope/Recorder for One (1) Year to the Department of Fire, Rescue and Inspection Services. or 'l l n-ll-wo i f:) . 'i % '/'} ;!<i t 3!) 1. l sh :'tl 1 jc')•'i l it 11!(l Cl: i ll{1 5() l) of the Ci t,lLntal linl l-ir. vc_)l uu;,, of all foi, Ail Good.,; antl Services to Black ,lnd 11i:3pailic h]irf(-)rity hnterl?riser, oil ;1r1 c'c)ual. basi.`i. tlin�r it:y Vendors who :fro- interesthll in ,,rrhnliLti.nl� h.i(ls and wlio f e not. registe3rod with the-- City a5 inhiarit.y vo::.IorS :irl' r.id'✓1:;(,d to coritZct tl)e City Purclfasing N.W. 11th Street, y Roam 126, Tollop1jonc 4 l't t'.,11 1�� : Ji)I'C l f 1 .•itlorl:J f-01 L111? 1)lt!':i 1t ctli ill.c11}l 1, ll;)orl rC(jUest ;t Llle Ci t.v Purchl-isi na Jf. i r-r. . th City 1'(2 jcct .all. 1)i d' E (Aa No. 3276) c� v; Sergio Perei.-Va City ty A C) i' I I� w DEPT DIV. ACCOUNT CODE DATE PREPARED BY Publish the attached advertisement Type of advertisement legal _ (Check One) c'�o First four words of advertisement. _ Remarks: REQUISITION FOR ADVERTISEMENT This number must appear -n the advertisement. PHONE A P P R O V f_ D BY LilRECTOR OF ISSUING DEPARTMENT — classified __ _ __ ___. __ _ _. _ display Starting date DO NOT TYPE BELOW THIS LINE, FOR USE OF FINANCE DEPARTMENT ONLY. LINE PUBLICATION DATE(S) OF ADVERTISEMENT IN`,'OICE AMOUNT 0 A-1 B-2 C-3 D-4 E-5 F3 F4 F5 F7 F8 F9 F10 F11 F12 LINE TRANS VOUCHER DUE DATE YY MM DD Adv. Doc. Reference VENDOR INDEX CODE OBJECT PROJECT 11 13 1 117 18 1 125,34 39,42 45 50 51 56 57 62 63 65 66 71 0 1 2 4 1 V P 2 0 2 2 8 =7 1 2 314 7 8 V P 12 13114115 DESCRIPTION 36 64 DISCOUNT69 72 AMOUNT 80 5 2 0 0 2 0 1 Approved for Payment White - Purchasing Yellow - Finance Pink - Department t CITY OF MIAMI. FLORIDA INTER -OFFICE MEMORANDUM _ The Honorable Mayor and Members S E P ° of the City Commission DATE FILE 26 Recommendation for Resolution SUBJECT 3n 3 Award of Bid #84-85-110 FROM Sergio Pereira � REFERENCES For City Commission Meeting City Manager of September 26, 1985 ENCLOSURES It is recommended that an Award of Bid and a Resolution be passed accepting the only bid received _for providing maintenance of the Physio Control System as provided by Ph%rsio Control Corn. on a yearly contract basis at a total cost of $12,551.00. For many years the City of Miami Rescue Division ►1as been using the life support equipment manufactured by Physio Control Corp. This equipment includes the Life Pak 5 ECG Monitor/DC Defibrillator module with sychronizer and battery support system. Since this equipment is used in the treatment of life threatening situations, it must be maintained at all times in proper working condition. However, these units are electronically operated and, in the course of daily routine use, broken units and electrical failure are encountered. The continuance of a maintenance and performance assurance program is necessary in order to repair inoperative units when they are encountered on Rescue Units. This is an essential resource in providing dependable medical assistance. The high tech skills required to repair this equipment has been provided to the Miami Rescue Division by Physio Control since March, 1981, under a yearly maintenance contract. Physio Control manufactures this equipment and their technical representatives are factory trained. The service and demand -maintenance contract frorn Physio Control will provide immediate 24-hour service. The service policy is covered by high level liability insurance. Twice -yearly { performance assurance inspections are included. All replacement parts are supplied direct from factory thereby assuring high quality repairs. In addition to the various items covered in 3 tha FY 84-85 contract, the FY 85-86 contract contains a misuse and mishandling clause. Replacing broken cases is an example of misuse or mishandling not covered in the FY 84-85 contract. 85 -1004 0 V The honorable Mayor and Members of the City Commission The cost of the maintenance contract for FY 84-85 was $8,352.00. The added expense of replacing broken cases was $4,357.03 resulting in a total expenditure of $12,709.03. This exceeds the cost of the proposed contract for FY 85-36 which is $12,552.00. Accepting the service contract from Physio Control is cost effective in that it will eliminate the added expense of repairs which were previously not covered by the basic contract. Funds for this purchase are available in the General Fund Budget, Code 280501-670 and the Telephone Franchise Budget, Code Proj. 105000-280502-670. a 3 r ITLIA: I,L'n nMKAI,'-TT. 171' 1-1 1- U'r' PURCHASE: REASON: POTENTIAL BIDDLRS: BID'S RECEIVED: TABULATION: AWARD Or BID Biqa No.64-85-110 Physic :.cntrol Syst_e ,ainten(,nce Fire, Rescue �i:.,i it do . Services C�iitract f )r .a r, rer,,2:i : 1 annually r'Jr many yaars +_h,� c'ity o; "liami Rescue Di- . is ion M S n; t:ie life suppor eiuit-.. nt ',actur,2 by Phy,3io Con t:r�>1 �:or1)- Since ti;is equip.iient is use ? in the tre,itment of life tliroat2nin�3 situations, it must be maintainefl at .311 times in proper working Corlditi us. 11 1 Attached Geriera I Fur.ill T 2 1 e 1 0- Franchise Budgets. 1 1T`' PA Ic IPr�Tiu'�: ;.(D "I-' Orities tire, l i a,l for this t;:I,e of equipment. Courtesy bids wire sei;t t(-) tcii (10) tti,:ority organizations. BID EVALUATION: The bid meets the specifications. Following is an analysis of the Invitation to biii: Number of Bid ?Iu.i:ber of Category Invitations Iiailed Responses Prior Bidders Black American 0 0 Hispanic American 0 0 Non -Minority 0 Oew Bidders Black American 0 0 Hispanic American 0 0 Non -Minority 11 ' Courtesy Notifications 10 0 "No Bids" - 7 Late Bids - 0 Totals 6 Reasons for "No Bid" were as as follows: 1. Medical Equipment. "Physio Control has its own Factory Ortho Service Center." 2. Bis- cayne Fire Equipment Co. "Uur Ci:P.L)uril' 17 -,n. ble- to ;:rovide t',!is service. 3. Page Medical Electronics, Inc. " e canri(-,t fill the specifications of this contract." 4. Emergency Medical Int. "We are riot distributors ." 5. Hewlett Packard. "Do not provide service for Physio Control." 6. Edmund Scientific Co. "Unable to offer Bid." 7. ikir Shields. "No comments." Page 1 of 2 85 1004 ` tIN RECOMME;NDAT I ON : IT IS RECOMMENDED THAT THE AWARD BE MADE TO PHYSIO CONTROL CORPORATION FOR A TOTAL L•bTIMATFD AI•IOUNT OF $12,551.Uu. As;^3tant Ch ief Procureinei:t Of t iczr e The Minority Procurement officer concurs with the above recommendation. Officer Late