HomeMy WebLinkAboutR-98-0407J-98-479
4/27/98
RESOLUTION NO. 9 `-' r 407
A RESOLUTION APPROVING THE PURCHASE OF CERVICAL
COLLARS FOR THE DEPARTMENT OF FIRE -RESCUE, FROM
AERO PRODUCTS CORP., UNDER EXISTING DADE COUNTY
CONTRACT NO. 5241-1 /98-1, ON AN AS NEEDED CONTRACT
BASIS UNTIL MARCH 31, 1999, AT A TOTAL PROPOSED
AMOUNT NOT TO EXCEED $37,000.00; ALLOCATING FUNDS
THEREFOR FROM ACCOUNT CODE NO. 001000.280501.6.714;
AUTHORIZING THE CHIEF PROCUREMENT OFFICER TO ISSUE A
PURCHASE ORDER FOR SAID ACQUISITION.
WHEREAS, cervical collars are used by Fire -Rescue personnel in the immobilization of
patients that may have sustained serious injury to the cervical spine; and
WHEREAS, without proper immobilization, paralysis may result, jeopardizing the patient's
recovery; and
WHEREAS, funds for this purchase are available from the Fire Rescue FY' 97-98 Account
Code No. 001000.280501.6.714; and
WHEREAS, the City Manager and the Director of the Department of Fire -Rescue recommend
the purchase of cervical collars from Aero Products Corp., under existing Dade County Contract No.
5241-1 /98-1, for a total proposed amount not to exceed $37,000.00, be approved.
NOW, THEREFORE, BE 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.
CITY C 9OWSION
MEETING OF,
APR 2 8 1998
Reesaiutfoa No.
08407
Section 2. The purchase of cervical collars from Aero Products Corp., under existing
Dade County Contract No. 5241-1/98-1 for the Department of Fire -Rescue, on an as needed
contract basis until March 31, 1999, at a total proposed amount not to exceed $37,000.00, is
hereby approved, with funds therefor hereby allocated from Account Code No.
001000.280501.6.714.
Section 3. The City Manager is hereby authorized to instruct the Chief Procurement
Officer to issue a purchase order for said acquisition.
Section 4. This Resolution shall became effective immediately upon its adoption.
PASSED AND ADOPTED this 28th day of April , 1998.
JOE CAROLLO, MAYOR
t1wamordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of
legislation by signing it in the designated place provided, said legislation i c%v
s effective with the elapse often (10)/ysm the a of Com ` cn actin.
same, without the Mayor exercisi
ATTEST:
Walter 4e4roernan, City Clerk
WALTER J. FOEMAN
CITY CLERK
PREPARED AND APPROVED BY:
R FA L 0. DIAZ
DEPUTY CITY ATTORN
VED A(S;TO FORM XND CORRECTNESS:
RNEY
:CSK:ROD
2 98 - 407
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO : Honorable Mayor and Members
of the City Commission
FROM
Jose Garcia -Pedrosa
City Manager
RECOMMENDATION:
CA-3
DATE : April 13, 1998
SUBJECT : Resolution Authorizing
the Purchase of Aero
Cervical Collars
REFERENCES:
ENCLOSURES:
FILE :
It is respectfully recommended that the City Commission adopt the attached resolution,
authorizing the City Manager to execute an agreement to purchase Aero Brand Cervical
Collars on an as needed contract basis on behalf of the Department of Fire -Rescue under
an existing Miami -Dade County Contract No. 5241-1 /98-1. The proposed amount shall
not exceed $37,000.00. Funds for this project are available from the Department of Fire -
Rescue's General Fund for FY 97-98, Account Code No. 001000.280501.6.714.
IMT91e 31I0"I
Cervical Collars are used by Fire -Rescue personnel in the immobilization of patients that
may have sustained serious injury to the cervical spine. Without proper immobilization,
paralysis may result, jeopardizing the patient's recovery.
c: Honorable Mayor
Joe Carollo
Chief C.A. Gimenez, Director
Department of Fire -Rescue
4k JGP/CAG/MLK/pmk
CoverCervical Collars. doc
98- 407
APR-21-99 15:37 FROM:MIAMI FIRE RESCUE ID:30541616
PAGE 2/2
CITY OF MIAW, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Judy S- Carter DATE : April 6, 1998 FILE
Chief Procurement (dicer
SUWECT Purchase of Aero Cervic2l
Collars
FROM : � � REFERENCES
Chi _ - Gimenez, Dir�ector ENCLOSURES:
DQ= ent of Fire -Rescue
The Department of Fire -Rescue has verified that fending is available to cover the cost of
the subject.pitchase in the amount of $37,000.00 from the Department of Fire -Rescue's General
Fund for FY 97-98, Account Code 001000,280501.6.714,
Budgetary Review and Approved by:
Dip111 PaAA6, Director
Office of Budget and Management
Analysis
CAG:MLK:pmk
Fiord p6CervicWColtws.dot
ji
98- 407
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO Jose Garcia -Pedrosa
City Manager
..
• l•
�' •. •scu
DATE: February 27, 1998�L:'
SUBJECT: Request for Purchase of
Laerdal Brand Stiffneck
Cervical Collars
REFERENCES:
ENCLOSURES:
The Department of Fire -Rescue is requesting authorization for a bid to be issued for the
furnishing of Laerdal Brand Cervical Collars at an estimated annual amount of
$37,000.00.
The cervical collars are used by the Fire Rescue personnel in the immobilization of
patients that may have sustained serious injury to the cervical spine. Without proper
immobilization, paralysis may result, thereby jeopardizing patient recovery.
The funds will be allocated from the Department of Fire -Rescue General Fund FY '98
Budget,Account Code No. 001000.280501.6.714.
If you have any questions, please feel free to contact me at 416-1601.
Budget Approval: 3 r p
Office of Budget Management Date
pprov /Disapproval: 401ga�te�
Jose i -Pedrosa
City anager
CAG:FH:GA:pmk
C: Joseph R. Piiion, Assistant City Manager
RequestforPurchaseofLaerdal BrandStiffneckCervi calCollars. doc
BID NO.: 5241-1/98-1
CONTRACT
AWARD
SHEET
(Previous Bid No.5241-1/98-OTR)
MEDICAL SUPPLIES (HEAD & CERVICAL) FOR FIRE DEPARTMENT FOR A ONE (1) YEAR PERIOD
CONTRACT PERIOD:'4/1/98 thru 3/31/99
COMMODITY CODE: 470-13 OTR YEARS: One (1)
PART # 1-: VENDORS AWARDED
F.E.I.N.:
591897336 - --
-- _
VENDOR:
Aero Products Corp.
STREET:
700 Aero Lane
CITY/STATE/ZIP:
Sanford, FL 32771
F.O.B. TERMS:
Destination
PAYMENT TERMS:
Net 30
DELIVERY:
20 Days A.R.O.
PHONE:
800-292-2376
FAX:
800442-7895
-
CONTACT PERSON:
Lew.San..Felice
PART #2: ITEMS
AWARDEDy�V
Head & Cervical
Collars as -per Attached -Sche' dule
PART #3: AWARD
INFORMATION
----- - -- -- "'
" '
( X )BCC ( )PMD
AWARD DATE: 2/20/96
AGENDA ITEMS #:-#6(F)(2)(A)-z"f
BIDS & CONTRACTS
RELEASE DATE:2/20/98
OTR YEAR:. One'(1)
_
ADDITIONAL ITEMS
ALLOWED: See Section
2.0, Para. 2.34
SPECIAL CONDITIONS: None
TOTAL CONTRACT VALUE: $168,590.00 (Two Years) MODIFIED CONTRACT VALUE: $N/A
.DOLLAR AMOUNT
USER DEPARTMENT ALLOCATED
Fire Department $84 295.00
Park & Recreation $ 5,000.00
SENIOR PROCUREMENT AGENT: Malcolm R. Clark, CPPB
MRC/abw 02-23-98
98- 407
1.
2.
r I C
MEDICAL SUPPLIES (HEAD & CERViCAL)
Description Unit Price
GROUP 1
Cervical Extraction Collars
Tall
( or Equivalent
Size)
Short
( or Equivalent
Size)
Regular
( or Equivalent
Size)
Pediatric
( or Equivalent
Size)
No -Neck
( or Equivalent
Size)
Manufacturer Laerdal
Style Number Stiffneck 9800 SERIES
Packaging Each
Local Representative
Name Rick Rogers
Address 700 Aero Lane, Sanford, FL
Phone 800-292-2376
GROUP 2
$ 7.40
Each
$ 7.40
Each
$ 7.40
Each
$ 7.40
Each
$ 7.40
Each
Disposable Cervical and $ 3.55 Each
Head Imobilization Device
Manufacturer Laerdal
Style Number Head Bed l
Packaging Each
Local Representative
Name Rick Rogers
Address 700 Aero Lane, Sanford, FL
Phone 800-292-2376
9 ® - 4 0 t
METROPOLITAN DADE COUNTY BID N
SECTION 2.0 SPECIAL CONDITIONS
MEDICAL SUPPLIES (HEAD b CERVICAL)
2.1 PURPOSE: TO ESTABLISH A CONTRACT FOR A COUNTY DEPARTMENT
The purpose of this Invitation to Bid is to establish
the purchase of Medical Supplies (Head and Cervical)
with the needs of Dade County's Fire Department on an
needed basis.
2.2 RACE/ETHNICITY/GENDER CONTRACT MEASURES
-1/98-OTR
a contract for
in conjunction
as needed when
This contract includes Participation Provisions for Certified Black
Business Enterprises (BBE's) and/or Certified Hispanic Business Enter-
prises (HBE's) and/or Certified Women Business Enterprises (WBE's) as
indicated in Appendix A of this Bid/Proposal solicitation.
2.3 Intentionally Omitted
2.4 TERM OF CONTRACT: TWENTY-FOUR MONTHS
This contract shall commence on the first calendar day of the month
succeeding approval of the contract by the Board of County
Commissioners, unless otherwise stipulated in the Notice of Award
Letter which is distributed by the County's GSA Procurement Management
Division; and contingent upon the completion and submittal of all
required bid documents. The contract shall remain in effect for
twenty-four (24) months.
2.5 OPTION TO RENEW (1) ONE YEAR (With Price Adjustment)
The prices for a one year period from effective date shall be
consistent with the provisions outlined in section 2.7 of these
special terms and conditions; at which time Dade County shall have the
option to renew for an additional one (1) year. At that time Dade
County will consider an adjustment to price based on the latest
consumer price index, all items, all urban consumers in the Greater
Miami, Fort Lauderdale Area. It shall be further understood that the
County reserves the right to reject any price adjustments submitted by
the bidder and/or to terminate the contract with' the bidder based on
such price adjustments. Continuation of the contract beyond the
initial period is a County prerogative; not a right of the bidder.
This prerogative may be exercised only when such continuation is
clearly in the best interest of the County.
NOTE: SHOULD THE COUNTY EXERCISE THE OPTION TO RENEW, IT SHALL
BE ONLY FOR THOSE ITEMS ORIGINALLY AWARDED_
2.6 METHOD OF AWARD: VARIOUS TYPES OF GROUP AWARDS
In order to accommodate the unique needs of County departments, the
award of the contract will be made to bidder(s) within each group
based on the following criteria:
Group(s) 2 will be awarded to the lowest responsive, responsible
bidder on an item by item basis. 9 8 - 407
METROPOLITAN DADE COON' BID 5241-1/98-OTR �.
Group(s) 1 will be awarded to the lowest responsive, responsible _
bidder who bids on all items and whose bid offered the lowest price
when all items in the group are added in the aggregate. If bidder
fails to bid on all items within the group(s) identified above, his
bid shall be declared non -responsive for the group(s).
2.7 PRICES SHALL BE FIXED WITH ADJUSTMENTS ALLOWED
If the bidder is awarded a contract under this bid solicitation, the
prices proposed by the bidder shall remain fixed and firm for a one
(1) year period after the commencement of the contract. However, at
the conclusion of the first year. of the contract -Dade County will
consider an adjustment to price for the second year based on the
Consumer Price Index, latest issue, for all items, all Urban Consumers
in the Greater Miami, Fort -Lauderdale area. Said price adjustment
will remain fixed and firm for a period of one (1) year. Adjustments
in excess of 5% shall not be accepted.
2.8 Intentionally Omitted
2.9 Intentionally Omitted
2.10 Intentionally Omitted
2.11 INDEMNIFICATION OF COUNTY BY SUCCESSFUL BIDDER
The successful bidder shall indemnify and save the County harmless
from any and all claims, liability, losses and causes of action which
may arise out of the fulfillment of'the contract. The bidder shall
pay all claims and losses of any nature whatever in connection
therewith, and shall defend all suits, in the name of the County when
applicable, and shall pay all costs and judgments which may issue
thereon.
2.12 Intentionally Omitted
2.13 Intentionally Omitted
2.14 Intentionally Omitted
2.15 METHOD OF PAYMENT: PERIODIC INVOICES FOR COMPLETED PURCHASES
The successful vendor(s) shall submit'an invoice(s) to the requesting
department(s) after purchase has been completed, whether picked up by
authorized County personnel or -delivered to the site by the vendor.
Theinvoices shall reference the appropriate purchase order number, the
delivery address, and the corresponding delivery ticket number or
packing slip number that was signed by an authorized representative of
the County department when the items were delivered and accepted.
Submittal of these periodic invoices shall not exceed thirty (30)
calendar days from the delivery of the items. Under no circumstances
shall the invoices be submitted to the County in advance of the
delivery and acceptance of the items.
2.16 SHIPPING TERMS: F.O.B. DESTINATION
All bidders shall quote prices based on F.O.B. Destination and shall
hold title to the goods until such time as they are delivered to, 9 8 — 407
METROPOLITAN DADE COUNT`
BID I .-1/98-OTR
accepted by, an authorized County representative at Metro Dade Fire
Department in Miami, Florida.
2.17 DELIVERY SHALL BE TWENTY (20) DAYS AFTER ORDER IS PLACED BY THE COUNTY
The bidder shall make deliveries within twenty (20) calendar days
after the date that the County department orders the items. All
deliveries shall be made in accordance with good commercial practice.
and shall be adhered to by the successful bidder(s); except in such
cases where the delivery will be delayed due to acts of God, strikes,
or other causes beyond the control of the bidder. In these cases, the
bidder shall notify the County of the delays in advance of the
delivery date so that a revised delivery schedule can be negotiated.
Should the bidder(s) to whom the contract(s) is awarded fail to
deliver in the number of days as stated in its proposal, the County
reserves the right to cancel the contract after any back order period
which is specified in the Special Conditions has lapsed. If the
contract is cancelled, it is hereby understood and agreed that the
County has the authority to purchase the goods elsewhere and to -charge
the bidder with any re -procurement costs.
2.18 BACK ORDERS MUST BE FILLED WITHIN FIVE (5) CALENDAR DAYS
If the successful bidder experiences a back order of items from its
manufacturer or distributor, the bidder shall insure that such back
orders are filled within five (5) calendar days from the date of the
initial delivery. The bidder shall not invoice the County for back
ordered items until such back orders are delivered and accepted by the
County's authorized representative. It is understood and agreed that
the County may, at its discretion, verbally cancel back orders after
the grace period identified in this paragraph has lapsed, seek the
items from another vendor, and charge the bidder for any
re -procurement costs.
2.19 Intentionally Omitted
2.20 CONTACT PERSONS:
For any additional information
requirements of this contract,
375-1082.
2.21 LOCAL PREFERENCE
regarding the specifications and
Contact: Malcolm Clark at (305)
The award of this contract is subject to Ordinance No. 94-166 amending
the code of Metropolitan Dade County, Florida effective September 23,
1994 which, except where federal or state law mandates to the
contrary, allows preference to be given to a local business in the
amount of one and one-half percent (1.5%) of the bid proposal price.
In the case of tie bids involving local businesses, preference will be
given to the local business having the greatest percentage of its
employees that are Dade County residents.
For the purposes of the applicability of this ordinance, "local
business" means the vendor has its headquarters located in Dade County
or has a place of business located in Dade County at which it will
produce the goods or perform the services to be purchased. g 8 - 4 U 7
METROPOLITAN DADE COUNT BID K .i241-1/98-OTR
2.22 QUARTERLY REPORTING WHEN SUB -CONTRACTORS ARE UTILIZED•
Bidders are advised that when sub -contractors are utilized to fulfill
the terms and conditions of this contract, Metropolitan Dade County
Resolution No. 1634-93 will apply to this contract. This resolution
requires the successful contractor(s) to file quarterly reports as to
the amount of contract monies received from the county and the amounts
thereof that have been paid by the contractor directly to Black,
Hispanic and Women -Owned businesses performing part of the contract
work.
Additionally, the listed businesses are required to sign the reports,
verifying their participation in the contract work and their receipt
of such monies.
For purposes of applicability, the requirements of this resolution
shall be in addition to any other reporting requirements required by
law, ordinance or administrative order.
2.23 Intentionally Omitted
2.24 ACCEPTANCE OF PRODUCT BY THE COUNTY:
The products shall be maintained and delivered to the County in
excellent condition. If a product does not meet specifications, it
will be returned to the bidder as exchange for suitable merchandise or
for full credit at no additional cost to the County.
2.25 AVAILABILITY OF CONTRACT TO OTHER COUNTY DEPARTMENTS
Although this Solicitation is specific to a County Department, it is
hereby agreed and understood that any County department or agency may
avail itself of this contract and purchase any and all items specified
herein from the successful bidder(s) at the contract price(s)
established herein. Under these circumstances, a separate purchase
order shall 'be issued by the County which identifies the requirements
of the additional County department(s) or agency(ies).
2.26 COUNTY WIDE
Any Governmental Unit in Dade, Broward and Palm Beach Counties,
Florida, may avail itself of this contract and purchase any and all
items specified herein from the successful bidder(s) at the contract
price(s) established herein.
Each Governmental unit which uses a contract(s) resulting herefrom,
will establish its own contract, place its own orders, issue its own
purchase orders, be invoiced therefrom and make its own payments and
issue its own exemption certificates as required by the bidder.
It is understood and agreed that Dade County is not a legally binding
party to any contractual agreement made between any governmental unit
and the bidder as a result of this bid.
METROPOLITAN DADE COUNT',
BID P 1-1/98-OTR
2.27 DAMAGED GOODS WHEN SHIPPING IS PROVIDED BY BIDDER
The bidder shall be responsible for filing, processing and collecting
all damage claims against the shipper.
2.28 ESTIMATED QUANTITIES
Estimated quantities or estimated dollars are provided for bidder's
guidance only. No guarantee is expressed or implied as to quantities
or dollars that will be used during the -contract period. The County
is not obligated to place an order for any given amount subsequent to
the award of this bid. Estimates are based upon the County's actual
needs and usage during a previous contractual period. Said estimates
may be used by the County for purposes of determining the low bidder
meeting specifications.
2.29 ENVIRONMENTALLY ACCEPTABLE PACKAGING
Effective June 16, 1992, all contracts in excess of ten tho-usand
($10,000) dollars will be affected by Resolution Number R738-92
amending Metropolitan Dade County Administrative Order 3-2 (relating
to the procurement of goods and services).
As a waste management alternative, and as an additional means of
reducing the volume and toxicity of waste and by-products entering
Florida's solid waste stream, Metropolitan Dade County has instituted
the following policy with regard to source reduction.
In order to discourage excessive packaging of a product solely for
marketing purposes and to encourage packaging for purposes of ensuring
durability, re -usability and recyclability. No goods shall be
purchased if the goods constitute less than 90 percent (by volume) of
the item being purchased or if the goods contains more than 10 percent
package and packing material (by volume). No packaging shall be
purchased which is not environmentally acceptable packaging.
For purposes of meeting the requirements of this resolution,
"Environmentally Acceptable" shall be defined as; any -item that is
returnable for reuse or recycling, or which is recyclable.
In order to insure compliance with this resolution, bidders shall
indicate in the space provided on the•bid proposal page, the method to
be used for returning packaging materials to the distributor in
conjunction with this solicitation and/or by completing the General
Services Certification of Recycled Product Content Form indicating the
ability of the materials to be recycled through existing recycling
collection programs.
Appeals for waiver of these requirements may be made in writing to the
County Manager through the Director of Procurement Management. No
waiver shall be effective unless approved by a majority vote of the
Board of County Commissioners. Proposals failing to provide this
-information may result in being declared non -responsive; however the
Bidder shall be given the opportunity to provide the information
during the bid evaluation period. At such time, the Bidder shall be
given fifteen (15) calendair days to submit this information.
98- 407
METROPOLITAN DADE COUNT
BID N j241-1/98-OTR
Vendors wishing to obtain a copy of the complete resolution should
contact The Office of Vendor Assistance at (305) 375-5289.
2.30 IDENTIFICATION OF EACH ITEM
Each bid item must be clearly identified on bid proposal pages(s) as
to Make, Model #, Style #, Packaging, Case Weight, etc. as requested,
in order to be eligible for award. Use of terms such as, "As Spec"
are unacceptable and may be cause for rejection of the affected item.
2.31 MEDICAL SUPPLIES SHALL BE NEW AND WARRANTED AGAINST DEFECTS
The Bidder hereby acknowledges and agrees that all medical supplies,
except where recycled content is specifically requested, supplied by
the Bidder in conjunction with this Bid shall be new, warranted for
their merchantability, and fit for a particular purpose. In the event
any of the medical supplies supplied to the County by the Bidder are
found to be defective or do not conform to specifications, the County
reserves the right to (1) cancel the order and return such medical
supplies to the Bidder at the Bidder's expense or (2) require the
Bidder to replace the medical supplies at the Bidder's expense.
2.32 OMISSION FROM THE SPECIFICATIONS:
The apparent silence of this specification and any addendum regarding
any details or the omission from the specification of a detailed
description concerning any point shall be regarded as meaning that
only the best commercial practices are to prevail, and that only
materials and workmanship of first quality are to be used. All
interpretations of this specification shall be made upon the basis of
this agreement.
2.33 PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING DELIVERY:
The successful bidder shall enclose a complete packing slip or
delivery ticket with any items to be delivered in conjunction with
this bid solicitation. The packing slip shall be attached to the
shipping carton(s) which contain the items and shall be made available
to the County's authorized representative during delivery. The
packing slip or delivery ticket shall include, at a minimum, the
following information.: purchase order number; date of order; a
complete listing of items being delivered; and back -order quantities
and estimated delivery of back -orders if applicable.
2.34 PURCHASE OF OTHER ITEMS NOT LISTED ON THIS BID SOLICITATION BASED ON
PRICE QUOTES
While the County has listed all major items on the bid solicitation
which are utilized by County departments in conjunction with its
operations, there may be ancillary items that must be purchased by the
County during the term of this contract. Under these circumstances, a
County representative will contact the primary vendor to obtain a
price quote for the ancillary items. If there are multiple vendors on
the contract, the County representative may also obtain price quotes
from these vendors. The County reserves the right to award these
ancillary items to the primary contract vendor, another con �t 407
METROPOLITAN DADE COUNT.
BID r, . .i-1/98-OTR
vendor based on the lowest price quote or to bid the items through a
separate solicitation.
2.35 SAMPLES OF EACH ITEM BID SHOULD BE SUBMITTED WITH PROPOSAL
Since the Bid does not list specified manufacturers and brand names as
a standard for product quality, the Bidder should submit a sample of
each item bid with its Bid Proposal for evaluation, however, the
bidder may be given the opportunity to provide samples to the County
during the evaluation period. Failure to meet this requirement may
result in your bid being declared non -responsive. Each individual
sample shall be clearly labeled with the bidder's name, bid number,
bid title, manufacturer's name and brand name, and style number if
applicable. If the bidder fails to submit the samples, properljr
labeled, with its Bid Proposal, the County may not consider the
bidder's proposal for that item(s); provided however, that, in the
event of a group or aggregate award, the bidder's proposal may not be
eligible for that group or in the aggregate as applicable. All
samples shall become the property of Metropolitan Dade County.
Samples to be submitted prior to 1:00 P.M. on bid opening -date to:
Malcolm R. Clark, CPPB
GSA Procurement Management Division
Stephen P. Clark Center
Ill N.W. 1st Street, Suite 2350
Miami, FL 33128
Do not enclose bid proposal pages with samples.
The County reserves the right to perform its own testing procedures or
to send any and all samples to the State of Florida's Department of
General Services, Division of Purcbasing, Bureau of Standards
Laboratory or any other certifiable laboratory for analysis. Any and
all costs for testing shall be borne by bidder. On the basis of this
testing and analysis, the County shall be sole judge of the
acceptability of the sample in conformance with the bid specifications
and its decision shall be final. Any sample submitted shall create an
express warranty that the whole of the goods and/or services to be
provided by the bidder during the contract period shall conform to the
sample submitted. The bidder shall be required to provide adequate
restitution to the County, in the manner prescribed by the County, if
this warranty is violated during the term of the contract.
2.36 STOCK LEVELS SHALL BE MAINTAINED BY BIDDER
The successful bidder(s) shall ensure that adequate stock levels are
maintained at its place of business in order to assure the County of
prompt delivery. If the delivery terms specified in the Solicitation
are not fulfilled by the Bidder, the County reserves the right to
cancel the order, purchase the goods elsewhere, and charge the Bidder
for any reprocurement costs incurred by the County.
98- 407
METROPOLITAN DADE COUN
BID . 5241-1/98-OTR
3.1
SECTION 3.0 TECHNICAL SPECIFICATIONS
CERVICAL EXTRICATION COLLARS
1. Rigid, one-piece cervical collar available in various sizes from
infant throughadult.
2. Each size must be clearly labeled, easy to read with color -coding
of the sizes being the preferred choice.
3. The collar must be constructed of rigid plastic with high density
. closed cell foam padding.
4. The collars must provide sufficient control of flexion and
extension while supporting against lateral bend and maintaining
neutral in -line position.
5. The collars must have a large access hole in the front in order
that the trachea and carotid pulse can be easily -assessed_while
the collar is in place.
6. The collars must be able to be stored flat and fit into a carrying
case which holds a minimum of two of each size collar.
7. The bidder must have a local representative available for
consultation and in-service training.
8. Each bidder shall furnish.two samples of each size collar which in
turn will be evaluaged by the Medical Director and Protocol
Committee.
9. Each bidder must provide copies of published scientific studies
which evaluated their product.
10. The collar shall be radioiucent to eliminate the need for removal
before examination.
11. The bid will be awarded to the lowest qualified bidder providing
that their product is approved by Medical Director and Protocol
Committee.
3.2 DISPOSABLE CERVICAL & HEAD IMMOBILIZATION DEVICE
1. Construction will be of fluid -resistant, corrugated board.
2. The immobilization device shall be capble of being fixed to a
spine board in a variety of locations without any straps or
clips. Adhesive strip is the preferred method.
3. The immobilization device shall be able to be applied either
before or after the patient has been placed on the spine board.
4. The immobilization device must not interfere in any way with the
removal or re -application of a cervical collar.
5. The immobilization device must be completely radiolucent at the
exposures and setting routinely used for radiographic analysis. Qp 40 7
METROPOLITAN DADE COUNT BID h_. t, i-1/98-OTR
6. The immobilization device shall come individually wrapped.
7. The immobilization device shall come packaged with individual
operating and application instructions.
8. The immobilization device shall be equipped with a strap to secure
the patients head to the device.
9. The immobilization device shall include an adhesive strap to
secure the patients head to the spine board.
10. The immobilzation device shall be compatible with short board
scoop stretcher, KED and helmet application
11. The manufacturer shall offer a supplemental padding solution for
the neutral alignment of both adult and pediatric patients.
12. The immobilization device shall have manufacturers name printed on
each device.
13. The immobilization device, by itself, shall be suitable for both
pediatric and adult patients.
14. An in-service training video must be provided for this service as
a training adjunct to formal in-service training.
15. Due to the nature of this device, and its use in an emergency
situations, continuing education is essential. On -site field
support must be provided by a local representative. Said local
representative shall be approved by the manufacturer.
16. All specifications required in document form must be submitted at
the time of bid. Item numbers, #5, #10, #13, and any other
required or applicable documents.
17. Manufacturer must submit all published material such as studies
and testing documents referencing their product, at least two.
18. Upon compliance of all the above specifications, 10 each of every
model considered for bid shall be submitted for evaluation by the
Medical Director and Protocol Committee.
19. The, final decision on this devices compatibility with this
departments existing immobilization equipment will be made by the
Medical Director and/or Protocol Committee. This decision can be
the only factor in determining the devices compliance.
98- 407
CITY OF MIAMI
SUMMARY OF CONTRACTS AWARDED
FOR: CERVICAL COLLARS
AWARDED TO: Aero Products Corporation
UNDER MIAMI-DADE COUNTY CONTRACT NO.5241-1/98-1
TIME PERIOD
From: 1992 To Present
NUMBER OF BIDS
DC 97-83
93-94-018
DC 1488-2/00-OTR
96-97-085
PRIOR CONTRACT AWARD: NONE
DOLLAR AMOUNTS
$37,000.00
$50,000.00
$20,695.00
$- 9,625.00
CONTRACT NO. 5241-1/98-1 IS IN THE AMOUNT OF $37,000.00 FOR THE DEPARTMENT OF FIRE -RESCUE
SummaryAEROPROD
3/23/98
9$- 407