Loading...
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