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