HomeMy WebLinkAboutIFBOF
IMCOOPORATE
18 96
City of Miami
Number:
Title:
Issue Date/Time:
Closing Date/Time:
Pre -Bid Conference:
Pre -Bid Date/Time: .
Pre -Bid Location:
Deadline for Request for Clarification:
Buyer:
Hard Copy Submittal Location:
Buyer E -Mail Address:
Buyer Facsimile:
Purchasing Department
Glenn Marcos, CPPB, DireciodChief Procurement Officer
Miami Riverside Center
444 SW 2nd Avenue, 61h Floor
Miami, Florida 33130
Web Site Address: http_//ci.miami.fl.us/procurement
34019
Invitation for Bids for Medical Supplies
19-JUL-2007
08/06/2007 @ 13:00:00
None
Thursday, July 26, 2007 @ 5:00 p.m.
Suarez, Maritza
City of Miami - City Clerk
3500 Pan American Drive
Miami FL 33133 US
msuarez@ci.miami.fl.us
(305) 400-5025
Page 1 of 127
Certification Statement
Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and
retain a copy for your files. Prices should include all costs, including transportation to destination. The
City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a
minimum of 120 days following the time set for closing of the submissions.
In the event of errors in extension of totals, the unit prices shall govern in determining the quoted
prices.
We (1) certify that we have read your solicitation, completed the necessary documents, and propose to
furnish and deliver, F.O.B. DESTINATION, the items or services specified herein.
The undersigned hereby certifies that neither the contractual party nor any of its principal owners or
personnel have been convicted of any of the violations, or debarred or suspended as set in section
18-107 or Ordinance No. 12271.
All exceptions to this submission have been documented in the section below (refer to paragraph and
section).
EXCEPTIONS:
We (I) certify that any and all information contained in this submission is true; and we (I) further certify
that this submission is made without prior understanding, agreement, or connection with any
corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or
service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and
conditions of this solicitation and certify that I am authorized to sign this submission for the submitter.
Please print the following and sign your name:
SUPPLIER NAME:
ADDRESS:
PHONE:
FAX:
EMAIL: BEEPER:
SIGNED BY:
IMIIIIII11:i
DATE:
FAILURE TO COMPLETE SIGN AND RETURN THIS FORM SHALL DI O A IFY THIS BID
Page 2 of 127
Certifications
Legal Name of Firm:
Entity Type: Partnership, Sole Proprietorship, Corporation, etc.
Year Established:
Office Location: City of Miami, Miami -Dade County, or Other
Occupational License Number:
Occupational License Issuing Agency:
Occupational License Expiration Date:
Respondent certifies that (s) he has read and understood the provisions of City of Miami Ordinance No.
10032 (Section 18-105 of the City Code) pertaining to the implementation of a "First Source Hiring
Agreement.": (Yes or No)
Do you expect to create new positions in your company in the event your company was awarded a
Contract by the City? (Yes or No)
In the event your answer to question above is yes, how many new positions would you create to
perform this work?
Please list the title, rate of pay, summary of duties, number of positions, and expected length or duration
of all new positions which might be created as a result of this award of a Contract.
Minority/Women Business Affairs Registration Status: Hispanic, Female, Black or None,
Page 3 of 127
Will Subcontractor(s) be used? (Yes or No)
Does the City of Miami Living Wage Ordinance apply to this formal solicitation? ( See Section 1.40 of
the General Terms and Condtions) (Yes or No)
Service Total Contract Amount( which includes base term and renewal options):
Is this service contract a citywide contract? (Yes or No)
If the above answer is no, please indicate the name of the city (end user) department that your contract
will serve:
Provide brief description of the project or service to be provided
I/We hereby state compliance with the City of Miami Living Wage Ordinance, Section 18-556 through
Section 18-559 as summarized in Section 1.40 of the General Terms and Condtions? (Yes or No)
Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and
date of receipt (i.e. Addendum No. 1, 7/1/07). If no addendum/addenda was/were issued, please insert
N/A.
Reference No. 1: Name of Company
Reference No. 1: Date of Contract and Description of Good Supplied:
Reference No. 1: Contact Person and Telephone Number
Reference No. 2: Name of Company
Reference No. 2: Date of Contract and Description of Good Supplied:
Page 4 of 127
Reference No. 2: Contact Person and Telephone Number
Page 5 of 127
Line: 1
Description: Critikon Protective IV Catheter. Mfg. Johnson & Johnson, Item No. 05-3055.
Category: 47516-32
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 2
Number of Units: 900 Total: $
Description: Critikon Protective IV Catheter. Mfg. Johnson & Johnson, Item No. 05-3048.
Category: 47516-32
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 200 Total: $
Line: 3
Description: Critikon Protective IV Catheter. Mfg. Johnson & Johnson, Item No. 05-3042.
Category: 47516-32
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 200 Total: $
Page 6 of 127
Line: 4
Description: Critikon Protective IV Catheter. Mfg. Johnson & Johnson, Item No. 05-3056.
Category: 47516-32
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 5
Number of Units: 900 Total: $
Description: Critikon Protective IV Catheter. Mfg. Johnson & Johnson, Item No. 05-3050.
Category: 47516-32
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 6
Number of Units: 200 Total: $
Description: Critikon Protective IV Catheter. Mfg. Johnson & Johnson, Item No. 05-3053.
Category: 47516-32
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Number of Units: 200 Total: $
Page 7 of 127
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 7
Description: Disposable Laryngoscope Blades, 20 per Box, Mfg. Rusch, Item No. Macintosh
004802200.
Category: 46537-38
Unit of Measure: Box
Unit Price: $ Number of Units: 1,000 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 8
Description: Disposable Laryngoscope Blades, 20 per Box, Mfg. Rusch, Item No. Macintosh
004803300.
Category: 46537-38
Unit of Measure: Box
Unit Price: $ Number of Units: 1,000 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 9
Description: Disposable Laryngoscope Blades, 20 per Box, Mfg. Rusch, Item No. Macintosh
004804400
Page 9 of 127
Category: 46537-38
Unit of Measure: Box
Unit Price: $_ Number of Units: 1,000 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 10
Description: Disposable Laryngoscope Blades, 20 per Box, Mfg. Rusch, Item No. Miller
004850050.
Category: 46537-38
Unit of Measure: Box
Unit Price: $ Number of Units: 1,000 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 11
Description: Disposable Laryngoscope Blades, 20 per Box, Mfg. Rusch, Item No. Miller
004851150.
Category: 46537-38
Unit of Measure: Box
Unit Price: $ Number of Units: 1,000 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Page 9 of 127
Line: 12
Description: Disposable Laryngoscope Blades, 20 per Box, Mfg. Rusch, Item No. Miller
004852250.
Category: 46537-38
Unit of Measure: Box
Unit Price: $ Number of Units: 1,000 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 13
Description: Disposable Laryngoscope Blades, 20 per Box, Mfg. Rusch, Item No. Miller
004853350.
Category: 46537-38
Unit of Measure: Box
Unit Price: $ Number of Units: 1,000 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 14
Description: Medium/Standard Laryngoscope Handle, Chrome Dolphin Handle, 25 per Case,
Mfg. Rusch, Item No. 145000.
Category: 46537-39
Unit of Measure: Case
Unit Price: $ Number of Units: 75 Total: $
Page 10 of 127
Supplier Part Number -
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 15
Description: Small Penlight Laryngoscope Handle, Chrome Dolphin Handle, 25 per Case, Mfg.
Rusch, Item No. 145100.
Category: 46537-39
Unit of Measure: Case
Unit Price: $ Number of Units: 75 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 16
Description: Ambu Medibag Adult, MDI Single Use Resuscitator, 12 per Case, Mfg. Ambu
International, Item'No. 45021100.
Category: 34584-00
Unit of Measure: Case
Unit Price: $ Number of Units: 120 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 17
Page 11 of 127
Description: Viraguard Disinfectant, 55 gallon drum, Mfg. Ambu International, Item No.
Ver -11055.
Category: 43564-21
Unit of Measure: Drum
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 18
Number of Units: 20 Total: $
Description: Disposable Sharps Containers, Mfg. Sage Products, Item No. 8970.
Category: 47534-20
Unit of Measure: Case
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 19
Number of Units: 90 Total: $
Description: Ascensia Elite Blood Glucose Test Strips, 24 per Case, Mfg. Bayer, Item No. 3918A.
Category: 19340-81
Unit of Measure: Case
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 60 Total: $
Page 12 of 127
Line: 20
Description: Combitube Rollup Kit, 4 per Case, Mfg. Kendall, Item No. 5-18441.
Category: 47587-79
Unit of Measure: Case
Unit Price: $ Number of Units: 115 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 21
Description: Transpore Surgical Tape, 1" x 10 yds, 12 rolls per box, 10 boxes per case, Mfg. 3M,
Item No. 1527-1.
Category: 47509-92
Unit of Measure: Case
Unit Price: $ Number of Units: 112 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 22
Description: View Site Transparent I.V. Dressing, 100 per Box, Mfg. S.T.I. Medical Products,
Item # 200.
Category: 47509-52
Unit of Measure: Box
Unit Price: $ Number of Units: 225 Total: $
Page 13 of 127
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 23
Description: BiFurcated Hi -Flo Trauma Tubing Set, 10 per case, Mfg. Medex Medical, Item No.
MX882
Category: 17589-00
Unit of Measure: Case
Unit Price: $ Number of Units: 30 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 24
Description: Asherman Chest Seals, 10 per box, Mfg. Rusch, Item No. 849100.
Category: 47509-00
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 25
Number of Units: 450 Total: $
Description: Pelican Case, 1 per box, Mfg. Pellican Products, Item No. 1550 (silver).
Page 14 of 127
Category: 41526-00
Unit of Measure: Each
Unit Price: $ Number of Units: 15 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 26
Description: Pelican Case, 1 per box, Mfg. Pellican Products, Item No. 1500 (orange).
Category: 41526-00
Unit of Measure: Each
Unit Price: $ Number of Units: 15 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order
Minimum Order Quantity
Line: 27
Description: Pelican Case, 1 per box, Mfg. Pellican Products, Item No. 1550 (yellow).
Category: 41526-00
Unit of Measure: Each
Unit Price: $ Number of Units: 15 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Page 15 of 127
Line: 28
Description: Pelican Case, 1 per box, Mfg. Pellican Products, Item No. 1600 (blacl).
Category: 41526-00
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order
Minimum Order Quantity
Line: 29
Number of Units: 15 Total: $
Description: Portable Suction Unit with Disposable Canister,1 per box, Mfg. Laerdal, Item No.
780020.
Category: 46085-00
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 30
Number of Units: 10 Total: $
Description: Oxygen Pressure Regulator, Rhino Model, all brass construction, Mfg. Life Support
Products, Item No. L370 -220-B.
Category: 02560-64
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Number of Units: 36 Total: $
Page 16 of 127
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 31
Description: Non-Rebreathable Oxygen Mask, Adult Size, Elongated with Safety Vent, 50 per
case, Mfg. Hudson RCI, Item No. 1059.
Category: 46502-44
Unit of Measure: Case
Unit Price: $ Number of Units: 225 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 32
Description: Blood Collection Tubes, 4m1, Vacutainer, 100 per pack, Mfg. Bector Dickinson, Item
No. 367861.
Category: 47595-78
Unit of Measure: Each
Unit Price: $ Number of Units: 2,000 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 33
Description: Mini Perfit Ace Adjustable Extrication Collar, Mfg. Ambu, Inc., Cat. No. 000281106.
Page 17 of 127
Category: 47013-27
Unit of Measure: Each
Unit Price: $ Number of Units: 1,800 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 34
Description: Perfit Ace Adjustable Extrication Collar, Mfg. Ambu, Inc., Cat. No. 000281100.
Category: 47013-27
Unit of Measure: Each
Unit Price: $ Number of Units: 5,400 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 35
Description: AutoPulse Resuscitation System, Revivant No. 100
Category: 34584-00
Unit of Measure: Each
Unit Price: $ Number of Units: 6 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Page 18 of 127
Line: 36
Description: Cardiopulmonary Resuscitator (Thumper) with Carrying Case, Mfg. Michigan
Instrument, Model. No. 1007.
Category: 34584-00
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order
Minimum Order Quantity
Number of Units: 3 Total: $
Line: 37
Description: 0.9% Sodium Chloride Injection USP 1000 MLK Bags, 14 per case, Mfg., Baxtor,
Item # 2B1324
Category: 26952-82
Unit of Measure: Case
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 5,000 Total: $
Line: 38
Description: Amsino I.V. Administration Set, 10 Drops, 50 per case, Item No. 108306
Category: 46555-00
Unit of Measure: Case
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Number of Units: 1,000 Total: $
Page 19 of 127
Order (Calendar Days)
Minimum Order Quantity
Line: 39
Description: Amsino I.V. Administration Set, 60 Drops, 50 per case, Item No. 608306
Category: 46555-00
Unit of Measure: Case
Unit Price: $ Number of Units: 550 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 40
Description: D5W Dextrose Injection USP (5% Dextrose in Water), 250 ml, Mfg., Baxter, Item No.
2B0062Q
Category: 27124-29
Unit of Measure: Case
Unit Price: $ Number of Units: 250 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 41
Description: 0.4% Lidocaine Hydrochloride and 5% Dextrose Injection (4mg/ml) 250ml, 24 per
case, Mfg., Baxtor, Item # 2BO972
Page 20 of 127
Category: 26940-34
Unit of Measure: Case
Unit Price: $ Number of Units: 30 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 42
Description: Lactated Injection UPS 500ml per bag, 24 per case, Mfg., Baxtor, Item # 2B2323Q
Category: 27196-66
Unit of Measure: Case
Unit Price: $ Number of Units: 25 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 43
Description: Furosemide Injection UPS 40mg. (IOmg/ml) 4 ml prefilled syringe with male Luer
Lock adapter, Mfg., Abbot Lab, NDC # 0074-9631-04
Category: 26940-38
Unit of Measure: Each
Unit Price: $ . Number of Units: 2,400 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Page 21 of 127
Line: 44
Description: 2% Lidocaine HCI Injection USP (100mg/5ml) 5m1 prefilled syringe with male Luer
Lock Adapter and 20 gauge protected Needle, Mfg., Abbot Lab, NDC # 00744903-34
Category: 26902-49
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 45
Number of U>rts: 2,400 Total: $
Description: 0.9% Sodium Chloride Inhalation Solution USP 5 ml unit -dose vial, 100 per box,
Mfg., Dey, NDC # 49502-830-05
Category: 26940-75
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 46
Number of Units: 2,400 Total: $
Description: lml Diphenhydramine HCI Injection USP 50mg mini -jet prefilled syringe, Mfg.,
IMS, NDC # 0548-1390-00
Category: 26904-43
Unit of Measure: Each
Unit Price: $ Number of Units: 2,400 Total: $
Supplier Part Number
Page 22 of 127
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 47
Description: 10% Calcium Chloride Injection USP lgm (100 mg/ml); 10ml unit of use Syringe
with male Luer Lock Adaptor and 20gauge protected Needle, Mfg., Abbot Lab, NDC #
00744928-33
Category: 77545-28
Unit of Measure: Each
Unit Price: $ Number of Units: 600 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 48
Description: LSP Autovent 3000, Product # LSP 481-150
Category: 93878-00
Unit of Measure: Each
Unit Price: $ Number of Units: 29 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 49
Description: LSP Autovent Disposable Patient Circuit, Adult Size, 10 units per box, Product #
LSP 481-150
Page 23 of 127
Category: 93878-00
Unit of Measure: Boa
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 50
Number of Units: 100 Total: $
Description: CPAP Mask Kit, Mfg., Caradyne, Item # 202-4-100003-00
Category: 34572-51
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 51
Number of Units: 800 Total: $
Description: CPAP Carrying Bag, Mfg, Safety International, Item #759-15139 MIAMI
Category: 87570-20
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 30 Total: $
Page 24 of 127.
Line: 52
Description: Vermed EMS Electrodes, 2-1/4" Foam, Wet Gel, 600 per case, Item # A100034
Category: 17527-21
Unit of Measure: Case
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 53
Number of Units: 1,000 Total: $
Description: Vermed EMS Electrodes, Large Rectangular Foam, Wet Gel, 600 per case, Item #
A10012-65
Category: 17527-21
Unit of Measure: Case
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 1,000 Total: $
Line:.54
Description: EZ -IO Needle Set Kit, Adult, 5 per box, Mftg., Vidacare, Item # V-900
Category: 47516-32
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Number of Units: 120 Total: $
Page 25 of 127
Order (Calendar Days)
Minimum Order Quantity
Line: 55
Description: EZ -IO Needle Set Kit, Pediatric, 5 per box, Mftg., Vidacare, Item # V-9018
Category: 47516-32
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 56
Number of Units: 120 Total: $
Description: EZ -IO Driver Set with Lithium Batteries, Mfg., Vidacare, Item # V-9050
Category: 47516-32
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 57
Number of Units: 24 Total: $
Description: Pedi-pac Immobilization Device with Case, Mfg., Ferno, Item # 78
Category: 82554-00
Unit of Measure: Each
Page 26 of 127
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 58
Number of Units: 16 Total: $
Description: Wall Aneroid Sphygmomameter, Mfg, Welch Allyn, Item # 47010
Category: 46511-64
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 59
Number of Units: 50 Total: $
Description: Oxygen Cannula with 7" Tubing STD Nasal Tip, Mfg, Hudson, Item # HUD 1103
Category: 47516-26
Unit of Measure: Case
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 60
Number of Units: 1,200 Total: $
Page 27 of 127
Description: Nebulizer Micro Mist with T -Reservoir, Mfg, Hudson, Item # HUD 1883
Category: 47506-60
Unit of Measure: Case
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order
Minimum Order Quantity
Line: 61
Number of Units: 1,200 Total: $
Description: Oxygen Mask Adult Medium Concentration, Mfg, Hudson, Item # HUD 1041
Category: 46502-44
Unit of Measure: Case
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 1,200 Total: $
Line: 62
Description: Abdominal "Surgi" Pad 8"x7.5" Sterile, Mfg, Dynerex, Item # DYN 4410
Category: 47527-65
Unit of Measure: Case
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 300 Total: $
Page 28 of 127 -
Line: 63
Description: Drape ST Plain 18"x26", Mfg, Dynarex, Item # DYN 4410
Category: 47566-24
Unit of Measure: Case
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 64
Number of Units: 24 Total: $
Description: Splint Padded Board 36", Mfg, Moore Medical, Item # 79692
Category: 46588-49
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 65
Number of Units: 500 Total: $
Description: Safety Prep Razors, Mfg. Galiant, Item # 67101
Category: 65265-62
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Number of Units: 300 Total: $
Page 29 of 127
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 66
Description: Plastic Disposable Bite Stick, Mfg. American Diagostic, Item # 63076
Category: 17554-74
Unit of Measure: Box
Unit Price: $ Number of Units: 300 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 67
Description: Water Jet Fire Blanket 3630-04, Mfg. Water Jel Technology, Item # 44040
Category: 34018-00
Unit of Measure: Box
Unit Price: $ Number of Units: 300 Total: $
Supplier Part Number
Delivery Tiem from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 68
Description: Water Jel Burn Dressing, Mfg. Water-Jel Technology, Item # 47701
Category: 47509-50
Unit of Measure: Box
Page 30 of 127
Unit Price: $ Number of Units: 300 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 69
Description: Diazepam 5mg/ml, Mfg. Hospira, Item #NDC 0409-1273-32
Category: 26928-23
Unit of Measure: Each
Unit Price: $ Number of Units: 1,000 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 70
Description: Morphine Sulfate 10 mg/ml, Mfr. Abbott, Item No. 2049-02
Category: 26928-58
Unit of Measure: Each
Unit Price: $ Number of Units: 1,000 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 71
Page 31 of 127
Description: Carpujet Holder, Mfr. Abbott, Item No. 2049-02
Category: 47555-00
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 72
Number of Units: 12 Total: $
Description: Midazolam HCI (versed) 5mg/ml, Mfr. Baxter, NDC 10019-027-01
Category: 47555-00
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 1,000 Total: $
Line: 73
Description: Epinephrine 1 mg/ml, Mfr. Abbott/Hospira, NDC 00409-7241-01
Category: 26952-39
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 3,000 Total: $
Page 32 of 127
Line: 74
Description: Amiodarone HCL 50 mg/ml, Mfr. Bedford Lab, Item No. NDC 55390-0057-01
Category: 26924-03
Unit of Measure: Each
Unit Price: $ Number of Units: 1,500 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 75
Description: Atropine Sulfate, 0.1 mg/ml, Mfr. Hospira, NDC 00409-4911-34
Category: 26952-07
Unit of Measure: Each
Unit Price: $ Number of Units: 3,000 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 76
Description: Nitrostat, 0.4 mg. Mfr. Pfizer, NDC 00071-0418-24
Category: 47555-00
Unit of Measure: Each
Unit Price: $ Number of Units: 2,400 Total: $
Supplier Part Number
Page 33 of 127
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 77
Description: Epinephrine, 0.1 mg/ml. Mfr. Hospira, NDC 004094921-34
Category: 26912-36
Unit of Measure: Each
Unit Price: $ Number of Units: 3,000 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 78
Description: Adenocard, 10X4 ml. Mfr. Astellas, NDC 00469-8234-14
Category: 47555-00
Unit of Measure: Each
Unit Price: $ Number of Units: 1,500 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 79
Description: Adenocard, 10X2 ml. Mfr. Astellas, NDC 00469-8234-12, or equal
Category: 47555-00
Unit of Measure: Each
Page 34 of 127
Unit Price: $
Manufacturer
Model Number
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 80
Number of Units: 1,500 Total: $
Description: Glucagen (Glucagon). Mfr. Bedford, NDC 55390-004-01
Category: 26968-41
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 81
Number of Units: 1,000 Total: $
Description: Suction Canister System II. Mfr. Bemis, Item No. 53554
Category: 46085-00
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 500 Total: $
Page 35 of 127
Line: 82
Description: Suction Tubing 6'X3/16" - 301515. Mfr. Kendall, Item No. 65090
Category: 46085-00
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 83
Number of Units: 50 Total: $
Description: Catheter Suction Coil. 16 Fr Safe T. Mfr. Kendall, Item No. 62792
Category: 47517-27
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 50 Total: $
Line: 84
Description: Aerosol Adult Oxygen Mask without Tubing. Mfr. Hudson, Item No. HUD1083
Category: 46502-44
Unit of Measure: Case
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Number of Units: 1,200 . Total: $
Page 36 of 127
Order (Calendar Days)
Minimum Order Quanitity
Line: 85
Description: Aerosol Pediatric Oxygen Mask without Tubing. Mfr. Hudson, Item No. HUD1080
Category: 46502-44
Unit of Measurer Case
Unit Price: $ Number of Units: 600 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 86
Description: Triangular Bandages. Mfr. Dynarex, Item No. DYN3672
Category: 47509-35
Unit of Measure: Case
Unit Price: $ Number of Units: 25 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 87
Description: Actidose Aqua 50 gram (Adult). Mfr. Paddock, NDC 0574-01121-76
Category: 47555-00
Unit of Measure: Case
Page 37 of 127
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 88
Number of Units: 25 Total: $
Description: Actidose Aqua 25 gram )Pediatric). Mfr. Paddock, NDC 0574-0121-04
Category: 47555-00
Unit of Measure: Case
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 89
Number of Units: 25 Total: $
Description: Dopamine Hydrochloride 800 mg. Mfr. Baxter, NDC 0338-1005-02
Category: 26912-33
Unit of Measure: Case
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 90
Number of Units: 50 Total: $
Page 38 of 127
Description: Mediun Concentration, Pediatric Mask. Mfr. Hudson, Item No. 1035
Category: 47555-00
Unit of Measure: Case
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 91
Number of Units: 600 Total: $
Description: Infant Non -Rebreather High Concentration Mask with 7' oxygen tubing. Mfr. Rusch,
Item No. 395497
Category: 46502-44
Unit of Measure: Case
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Number of Units: 600 Total: $
Line: 92
Description: Oxygen Supply Tubing, 7'. Mfr. Hudson, Item No. 1115
Category: 47573-85
Unit of Measure: Case
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Number of Units: 600 Total: $
Page 39 of 127
Line: 93
Description: Mask, Non -rebreathing Elongated, Pediatric with Safety Vent. Mfr. Hudson, ITem
No. 1058
Category: 46502-44
Unit of Measure: Case
Unit Price: $ Number of Units: 600 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 94
Description: Nasopharyngeal Airway 24Fr. Mfr. Rusch, Item No. 123124
Category: 47555-00
Unit of Measure: Case
Unit Price: $ Number of Units: 400 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 95
Description: Sodium Chloride, 0.9%. Mfr. Abbott/Hospira, NDC 00409-4888-20
Category: 26940-75
Unit of Measure: Each
Unit Price: $ Number of Units: 1,500 Total: $
Supplier Part Number
Page 40 of 127
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 96
Description: Dextrose 25% in water. NDC 00409-1775-10. Mfr. Hospira, Item No. 2892610
Category: 27124-29
Unit of Measure: Each
Unit Price: $ Number of Units: 1,000 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 97
Description: Dextrose 50% in water, NDC 00409-4902-34. Mfr. Hospira, Item No. 2381317
Category: 27124-29
Unit of Measure: Each
Unit Price: $ Number of Units: 2,400 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 98
Description: Nasopharyngeal Airway 12 Fr. Mfr. Rusch, Item No. 123312-12Fr
Category: 47555-00
Unit of Measure: Box
Page 41 of 127
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Number of Units: 300 Total: $
Line: 99
Description: Nasopharyngeal Airway 14 Fr. Mfr. Rusch, Item No. 123314-14Fr
Category: 47555-00
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Number of Units: 300 Total: $
Line: 100
Description: Nasopharyngeal Airway 16 Fr. Mfr. Rusch, Item No. 125200-16Fr
Category: 47555-00
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 101
Number of Units: 300 Total: $
Page 42 of 127
Description: Nasopharyngeal Airway 18 Fr. Mfr. Rusch, Item No. 123318-18Fr
Category: 47555-00
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 102
Number of Units: 300 Total: $
Description: Nasopharyngeal Airway 20 Fr. Mfr. Rusch, Item No. 123120-20Fr
Category: 47555-00
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 103
Number of Units: 300 Total: $
Description: Nasopharyngeal Airway 22 Fr. Mfr. Rusch, Item No. 123122-22Fr
Category: 47555-00
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 300 Total: $
Page 43 of 127
Line: 104
Description: Nasopharyngeal Airway 26 Fr. Mfr. Rusch, Item No. 123126-26Fr
Category: 47555-00
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 105
Number of Units: 300 Total: $
Description: Nasopharyngeal Airway 28 Fr. Mfr. Rusch, Item No. 123128-28Fr
Category: 47555-00
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 106
Number of Units: 300 Total: $
Description: Nasopharyngeal Airway 30 Fr. Mfr. Rusch, Item No. 123130-30Fr
Category: 47555-00
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Number ofUnits: 300 Total: $
Page 44 of 127
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 107
Description: Nasopharyngeal Airway 34 Fr. Mfr. Rusch, Item No. 123134-34Fr
Category: 47555-00
Unit of Measure: Box
Unit Price: $ Number of Units: 300 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 108
Description: Endotracheal Tube, 3.5mm, Uncuffed. Mfr. Rusch, Item No. 100382035-3.5mm
Category: 47587-00
Unit of Measure: Box
Unit Price: $ Number of Units: 300 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 109
Description: Endotracheal Tube, 4.5mm, Uncuffed. Mfr. Rusch, Item No. 100382045-4.5mm
Category: 47587-00
Unit of Measure: Box
Page 45 of 127
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 110
Number of Units: 300 Total: $
Description: Endotracheal Tube, S.Omm, Uncuffed. Mfr. Rusch, Item No. 100382050-5.Omm
Category: 47587-00
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 111
Number of Units: 300 Total: $
Description: Endotracheal Tube, 5.5mm, Uncuffed. Mfr. Rusch, Item No. 100382055-5.5mm
Category: 47587-00
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 112
Number of Units: 300 Total: $
Page 46 of 127
Description: Endotracheal Tube, 6.Omm, Uncuffed. Mfr. Rusch, Item No. 100382060-6.Omm
Category: 47587-00
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 113
Number of Units: 300 Total: $
Description: Endotracheal Tube, 3.Omm, Uncuffed. Mfr. Mallinckrodt, Item No. 86223-3.Omm
Category: 47587-00 .
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 300 Total: $
Line: 114
Description: Endotracheal Tube, 4.Omm, Uncuffed. Mfr. Mallinckrodt, Item No. 86225-4.0mm
Category: 47587-00
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 300 Total: $
Page 47 of 127
Line: 115
Description: Endotracheal Tube, 6.5mm, Uncuffed. Mfr. Mallinckrodt, Item No. 86110-6.5mm
Category: 47587-00
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 116
Number of Units: 300 Total: $
Description: Endotracheal Tube, 7.Omm, Uncuffed. Mfr. Mallinckrodt, Item No. 86111-7.Omm
Category: 47587-00
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Number of Units: 300 Total: $
Line: 117
Description: Endotracheal Tube, 7.5mm, Uncuffed. Mfr. Mallinckrodt, Item No. 86112-7.5mm
Category: 47587-00
Unit of Measure: Box
Unit Price: $ Number of Units: 300 Total: $
Supplier Part Number
Page 48 of 127
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 118
Description: Endotracheal Tube, 8.Omm, Uncuffed. Mfr. Mallinckrodt, Item No. 86113-8.Omm
Category: 47587-00
Unit of Measure: Box
Unit Price: $ Number of Units: 300 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 119
Description: Visine Eye Drops, 1/2 Fl oz. (15 ml). Mfr. Pfizer, NDC 74300-0008-03
Category: 26952-00
Unit of Measure: Each
Unit Price: $ Number of Units: 300 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 120
Description: Stylet Flex -Slip, 14 Fr. Mfr. Rusch, Item No. 502507-14Fr
Category: 47555-00
Unit of Measure: Box
Page 49 of 127
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 121
Number of Units: 300 Total: $
Description: Stylet Flex -Slip, Small. Mfr. Rusch, Item No. 502507 -Small
Category: 47555-00
Unit of Measure: Box
Unit Price. $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 122
Number of Units: 300 Total: $
Description: Orapharyngeal Airways, 40mm. Mfr. Berman, Item No. 8400#040mm
Category: 47555-00
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 123
Number of Units: 1,400 Total: $
Page 50 of 127
Description: Orapharyngeal Airways, 50mm. Mfr. Berman, item No. 8400#1-50mm
Category: 47555-00
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 124
Number of Units: 1,400 Total: $
Description: Orapharyngeal Airways, 60mm. Mfr. Berman, Item No. 8400#2-60mm
Category: 47555-00
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 125
Number of Units: 1,400 Total: $
Description: Orapharyngeal Airways, 80mm. Mfr. Berman, Item No. 840043-80mm
Category: 47555-00
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Number of Units: 1,400 Total: $
Page 51 of 127
Line: 126
Description: Orapharyngeal Airways, 90mm. Mfr. Berman, Item No. 8400#4-90mm
Category: 47555-00
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 127
Number of Units: 1,400 Total: $
Description: Orapharyngeal Airways, 100mm. Mfr. Berman, Item No. 8400#0-100mm
Category: 47555-00
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 128
Number of Units: 1,400 Total: $
Description: Standard Porous Tape, 3". Mfr. Kendall, Item No. 7046
Category: 47509-92
Unit of Measure: Case
Unit Price: $ Number of Units: 30 Total: $
Supplier Part Number
Page 52 of 127
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 129
Description: Stretch Gauze Bandage (Kling). Mfr. Amdx, Item no. 81763900102
Category: 47509-61
Unit of Measure: Case
Unit Price: $ Number of Units: 30 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 130
Description: Gauze, non sterile, 4"X4", 8 -Ply Surgical Sponges. Mfr. Dynarex, Item No. 3242
Category: 47509-72
Unit of Measure: Case
Unit Price: $ Number of Units: 50 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 131
Description: Sterile, 4"X4", Cover Sponge. Mfr. Kendall, Item No. 2913
Category: 47509-73
Unit of Measure: Case
Page 53 of 127
Unit Price: $ Number of Units: 30 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 132
Description: Adult Sp02 Sensor (re -usable) LNC DCI. Mfr. Maximo Corp., Item No.
11171-000017, Ref #1863
Category: 47555-00
Unit of Measure: Each
Unit Price: $ Number of Units: 100 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 133
Description: LNC4 Patient Cable, 4'. Mfr. Masimo Corp., Item No. 2017
Category: 47555-00
Unit of Measure: Each
Unit Price: $ Number of Units: 150 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 134
Page 54 of 127
Description: Quik -Combo with Redi Pak Electrodes. Mfr. Medtronic, Item No. 11996-000017 -
Adult.
Category: 46530-40
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 135
Number of Units: 1,500 Total: $
Description: Quik -Combo with Redi Pak Electrodes. Mfr. Medtronic, Item No. 11101-000016 -
Infant/Child.
Category: 46530-40
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 136
Number of Units: 1,000 Total: $
Description: 12 -Lead ECG Patient Cable, 4 -wire limb lead. Mfr. Medtronic Corp., Item No.
11110-000102.
Category: 46530-00
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Number of Units: 50 Total: $
Page 55 of 127
Order (Calendar Days)
Minimum Order Quanitity
Line: 137
Description: 12 -Lead ECC Patient Cable, 6 -lead. Mfr. Medtronic Corp., Item No. 11110-000103.
Category: 46530-00
Unit of Measure: Each
Unit Price: $ Number of Units: 50 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 138
Description: 12 -Lead ECG Patient Cable Main, 5' Truck Connector. Mfr. Medtronic Corp., Item
No. 11110-000111.
Category: 47535-00
Unit of Measure: Each
Unit Price: $ Number of Units: 50 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 139
Description: Oxygen Regulator, CGA, 540 with Handnut. Mfr. Michigan Instruments, Item No.
11117.
Page 56 of 127
Category: 47555-00
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 50 Total: $
Line: 140
Description: Capnoline Plus Adult/Intermediate Micro Steam Smart, Mfr. Oridion Medical.
Category: 47555-00
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 12 Total: $
Line: 141
Description: FilterLine Set, Adult/Pediatric. Mfr. Medtronic, Item No. 119996-000081.
Category: 47555-00
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Number of Units: 50 Total: $
Page 57 of 127
Line: 142
Description: Quik -Combo 12 -Lead Patient Simulator. Mfr. Medtronic, Item No. 11200-000005.
Category: 47555-00
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Number of Units: 6 Total: $
Line: 143
Description: Sleeve Covers, White (Gaunlet), 18". Mfr. Boundtree Medical, ITem No. 3712
Category: 47555-00
Unit of Measure: Boa
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Number of Units: 150 Total: $
Line: 144
Description: Isolation Gown, X -Large, Stitchless Sleeve, White Poly Coated with elastic wrist, full
back. Mfr. Precept, Item No. 0108
Category: 20032-54
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Number of Units: 150 Total: $
Page 58 of 127
Minimum Order Quanitity
Line: 145
Description: Instant Cold Pac, Deluxe/Rapid Relief. Mfr. Rapid Aid, Item No. 31359
Category: 47555-00
Unit of Measure: Box
Unit Price: $ Number of Units: 300 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 146
Description: Hurricane Topical Anesthetic Spray, Hurrican, 2 oz. Mfr. Beutlich, NDC
0283-0679-02
Category: 26902-17
Unit of Measure: Case
Unit Price: $ Number`of Units: 12 Total: $
Model Number
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 147
Description: Magnesium Sulfate, 1 gram/2m1. Mfr. American Regent, NDC 0517-2602-25
Category: 26928-46
Page 59 of 127
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 148
Number of Units: 1,500 Total: $
Description: Naloxone HCL (Narcan) 2mg. Mfr. International Medication Systems, NDC
0548-1469-00
Category: 26928-59
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 149
Number of Units: 2,400 Total: $
Description: Sodium Bicarbonate Inj. 50 mEq, 8.4%. Mfr. Hospira, NDC 0409-6637-34
Category: 26940-73
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 2,400 Total: $
Page 60 of 127
Line: 150
Description: Sodium Thiosulfate Inj., USP 250 mg/ml/8.4%. Mfr. American Regent, NDC
0517-5019-01
Category: 26984-78
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 150 Total: $
Line: 151
Description: Albuterol Sulfate, 2.5 mg, Inhalation Solution. Mfr. Nephron Pharmaceuticals, NDC
0487-9501-25
Category: 26912-06
Unit of Measure: Case
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 50 Total: $
Line: 152
Description: Xylocaine Jelly, 2%, 30ml. Mfr. Astra Zeneca, NDC 0186-0330-01
Category: 47555-00
Unit of Measure: Case
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Number of Units: 12 Total: $
Page 61 of 127
Order (Calendar Days)
Minimum Order Quanitity
Line: 153
Description: Glutose Oral Glucose, 15 grams. Mfr. Paddock Lab, NDC 0574-0069-30
Category: 19394-42
Unit of Measure: Case
Unit Price: $ Number of Units: 300 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 154
Description: Needles, 21 gauge (intra -muscular). Mfr. Termuo Corp., Item No. 2138R
Category: 47561-00
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 155
Number of Units: 1,000 Total: $
Description: Needles, 18 gauge (piggyback). Mfr. Termuo Corp., Item No. 1838R
Category: 47561-00
Unit of Measure. Each
Page 62 of 127
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 156
Number of Units: 2,400 Total: $
Description: Syringes, 3cc w/needle. Mfr. Monoject, Item No. 8881-533254
Category: 47582-82
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 157
Number of Units: 1,500 Total: $
Description: Syringes, 6cc w/needle. Mfr. Monoject, Item No. 8881-566023
Category: 47582-82
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 158
Number of Units: 1,500 Total: $
Page 63 of 127
Description: Syringes, 6cc w/luer lock tip. Mfr. Monoject, Item No. 8881-516937
Category: 47582-82
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 159
Number of Units: 1,500 Total: $
Description: Syringes, 12ec Winer lock tip. Mfr. Monoject, Item No. 8881-512852
Category: 47582-82
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 160
Number of Units: 1,500 Total: $
Description: Syringes, 35cc w/luer lock tip. Mfr. Monoject, Item No. 8881-535796
Category: 47582-82
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 1,000 Total: $
Page 64 of 127
Line: 161
Description: Syringes, 12cc w/needle. Mfr. Monoject, Item No. 8881-522026
Category: 47582-77
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Number of Units: 1,500 Total: $,
Line: 162
Description: Syringes, lee w/needle. Mfr. Monoject, Item No. 8881-1501160
Category: 47582-77
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 1,000 Total: $
Line: 163 ,
Description: Oxygen Pigtail, Non -Conductive Connecting Tube with female molded connection,
5mmX1.8m. Mfr. Tyco Healthcare, Item No. 8888-301515
Category: 47555-00
Unit of Measure: Case
Unit Price: $
Supplier Part Number
Number of Units: 12 Total: $
Page 65 of 127
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 164
Description: Ammonia Inhalants, 100/box. Mfr. Moore Medical, NDC 0838-8081-06
Category: 47506-43
Unit of Measure: Box
Unit Price: $ Number of Units: 600 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 165
Description: Surgilube Surgical Lubricant. Mfr. E. Gougera & Co., NDC 0168-020543
Category: 47548-52
Unit of Measure: Case
Unit Price: $ Number of Units: 15 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 166
Description: Mega Mover 1500 Portable Transport Unit. Mfr. Graham, Item No. 111500
Category: 47555-00
Unit of Measure: Each
Page 66 of 127
Unit Price: $ Number of Units: 75 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 167
Description: Aspirin, Chewable, Adult, 81mg. Mfr. St. Joseph, item No. 017336
Category: 26928-08
Unit of Measure: Case
Unit Price: $ Number of Units: 25 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 168
Description: FilterLine H Set, Infant/Neonatal. Mfr. Oridion, Item No. 006324.
Category: 47555-00
Unit of Measure: Box
Unit Price: $ Number of Units: 15 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 169
Page 67 of 127
Description: LifePak 12 Monitoring Paper. Mfr. Medtronic, Item No. 11240-000016.
Category: 46514-20
Unit of Measure: Case
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 170
Number of Units: 50 Total: $
Description: Suction Catheter, SFr. Mfr. Kendall, Item No. 30888-8Fr
Category: 47518-00
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 171
Number of Units: 600 Total: $
Description: Suction Catheter, 1OFr. Mfr. Kendall, Item No. 31000-10Fr
Category: 47518-00
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Number of Units: 600 Total: $
Page 68 of 127
Line: 172
Description: Suction Catheter, 12Fr. Mfr. Kendall, Item No. 31200-12Fr
Category: 47518-00
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 173
Number of Units: 600 Total: $
Description: Suction Catheter, 1617r. Mfr. Kendall, Item No. 31620-16Fr
Category: 47518-00
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 174
Number of Units: 600 Total: $
Description: Suction Catheter,18Fr. Mfr. Kendall, Item No. 31820-18Fr
Category: 47518-00
Unit of Measure: Box
Unit Price: $ Number of Units: 600 Total: $
Supplier Part Number
Page 69 of 127
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 175
Description: Suction Catheter Whistle Tip, Pediatric. Mfr. Rusch, Item No. 404500060
Category: 47518-00
Unit of Measure: Box
Unit Price: $ Number of Units: 300 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 176
Description: Safety Lancet. Mfr. Surgiiance, Item No. SLN300
Category: 47550-20
Unit of Measure: Case
Unit Price: $ Number of Units: 15 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 177
Description: IV Catheter Dressing. Mfr. ConMed Corp., Item No. 7054431
Category: 47555-00
Unit of Measure: Box
Page 70 of 127
Unit Price: $ Number of Units: 300 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 178
Description: Alcohol Prep Pads, Large, Isopropyl Alcohol 70%. Mfr. Triad Disposable, NDC
50730-3002-0
Category: 19025-00
Unit of Measure: Case
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 179
Number of Units: 15 Total: $
Description: Pre -Surgical Skin, PVP -I Prep Pads. Mfr. Triad Disposable, NDC 50730-3201-1
Category: 47555-00
Unit of Measure: Case
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 180
Number of Units: 12 Total: $
Page 71 of 127
Description: Convertor Tiburon 3/4 Sheet, Sterile. Mfr. Cardinal Health, Item No. 9349
Category: 47555-00
Unit of Measure: Case
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 181
Number of Units: 12 Total: $
Description: Nasal Cannula, Adult, with 7' Oxygen Tubing. Mfr. Kentron Health Care, Item No.
999308
Category: 47516-26
Unit of Measure: Case
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 1,200 Total: $
Line: 182
Description: Hydrogen Peroxide Solution, 16 fl. oz. Mfr. Aaron Brands, NDC 49580-0300-2
Category: 26952-51
Unit of Measure: Case
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 600 Total: $
Page 72 of 127
Line: 183
Description: Armboard Disposable Wrist, 3"X9". Mfr. Medline, Item No. NON24293
Category: 47555-00
Unit of Measure: Case
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Number of Units: 300 Total: $
Line: 184
Description: Ascensia Elite Glucameter, Mfr. Bayer Corp., NDC 0193-3672-07.
Category: 47555-00
Unit of Measure: Case
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 24 Total: $
Line: 185
Description: Bio -Hazard Red Can Liners, 33 gal. Mfr. G.P. Plastic, Item No. CP00039
Category: 47555-00
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Number of Units: 25 Total: $
Page 73 of 127
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 186
Description: Bio -Hazard Red Can Liners, 14.5"X19". Mfr. Medical Action, Item No. RD630
Category: 47555-00
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 187
Number of Units: 25 Total: $
Description: Bio -Hazard Red Can Liners, 23"X23". Mfr. Medical Action, Item No. 130454
Category: 47555-00
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 188
Number of Units: 25 Total: $
Description: Bio -Hazard Red Can Liners, 2 gal. Mfr. Kendal, Item No. 8970
Category: 47555-00
Unit of Measure: Box
Page 74 of 127
Unit Price: $ Number of Units: 25 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 189
Description: Bio -Hazard Red Can Liners, 5 gal. Mfr. Health Care Logistic, Item No. 9927
Category: 47555-00
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 190
Number of Units: 25 Total: $
Description: Thomas Endotracheal Tube Holder (Adult). Mfr. Laerdal, Item No.
600-02001/050404
Category: 47555-00
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 191
Number of Units: 25 Total: $
Page 75 of 127
Description: E -Z Infusion Set, 21g. Mfr. Deseret Medical Inc., Item No. 38-5314-1
Category: 47516-53
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Number of Units: 25 Total: $
Line: 192
Description: E -Z Infusion Set, 23g. Mfr. Deseret Medical Inc., Item No. 38-5312-1
Category: 47516-53
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Number of Units: 25 Total: $
Line: 193
Description: E -Z Infusion Set, 25g. Mfr. Deseret Medical Inc., Item No. 38-5310-1
Category: 47516-53
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Number of Units: 25 Total: $
Page 76 of 127
Line: 194
Description: Bite Stick, Mfr. Anerican Diagnostic Corp., Item No. 4010T
Category: 47555-00
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Number of Units: 15 Total: $
Line: 195
Description: Pocket Mask/CPR Barrier Device, Pediatric. Mfr. Laerdal, Item No. 820050
Category: 34510-33
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 12 Total: $
Line: 196
Description: Pocket Mask/CPR Barrier Device, Adult. Mfr. Laerdal, Item No. 820019
Category: 34510-33
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Number of Units: 12 Total: $
Page 77 of 127
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 197
Description: Economy Limb Holder, Mr. Posey, Item No. 2510
Category: 47555-00
Unit of Measure: Case
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 198
Number of Units: 15 Total: $
Description: Magill Endotracheal Catheter Forceps, Adult. Mfr. American Diagnostic Corp, Item
No. 316
Category: 26046-54
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 199
Number of Units: 10 Total: $
Description: Magill Endotracheal Catheter Forceps, Pediatric. Mfr. American Diagnostic Corp,
Item No. 315
Page 78 of 127
Category: 26046-54
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 200
Number of Units: 10 Total: $
Description: Ring Cutter. Mfr.Emergency Medical Instruments, Item No. 11702
Category: 47555-00
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 201
Number of Units: 10 Total: $
Description: All Purpose Sheers, Mfr. TechMed, Item No. 8100
Category: 47555-00
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 10 Total: $
Page 79 of 127
Line: 202
Description: Automatic Center Punch. Mfr. General, Item No. UPC 31062
Category: 47555-00
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 10 Total: $
Line: 203
Description: Penlight with Pupil Gauge. Mfr. Moore Medical, Item No. 81238
Category: 45032-15
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 15 Total: $
Line: 204
Description: Cuff Guard for Sphygmonanometer Blood Pressure Cuff Cover, Adult. Mfr. Bowen
Medical, Item No. ER LAT -6
Category: 46511-31
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Number of Units: 50 Total: $
Page 80 of 127
Minimum Order Quanitity
Line: 205
Description: Cuff Guard for Sphygmonanometer Blood Pressure Cuff Cover, Child. Mfr. Bowen
Medical, Item No. ER CHT -34
Category: 46511-31
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 50 Total: $
Line: 206
Description: Professional Deluxe Aneroid Sphygmomanometer, Adult, Black. Mfr. Moore
Medical, Item No. 66314
Category: 46511-57
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 207
Number of Units: 150 Total: $
Description: Professional Deluxe Aneroid Sphygmomanometer, Child, Black. Mfr. Moore
Medical, Item No. 66316
Category: 46511-57
Unit of Measure: Box
Page 81 of 127
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 208
Number of Units: 100 Total: $
Description: Professional Deluxe Aneroid Sphygmomanometer, Infant, Black. Mfr. Moore
Medical, Item No. 66315
Category: 46511-57
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Number of Units: 50 Total: $
Line: 209
Description: Inflation System, Blood Pressure Cuff, Adult - 2 tubes. Mfr. Welch Allyn, Item No.
5082-22
Category: 46511-31
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 150 Total: $
Page 82 of 127
Line: 210
Description: Sphygmomanometer Blood Pressure Bulb & Valve, Black. Mfr. Welch Allyn, Item
No. 5088-01
Category: 46511-68
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 211
Number of Units: 150 Total: $
Description: Professional Lightweight Stethoscope, Size 22", Adult. Mfr. Moore Medical, Item No.
66242
Category: 46511-69
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 212
Number of Units: 200 Total: $
Description: Professional Lightweight Stethoscope, Size 22", Infant. Mfr. Moore Medical, Item
No. 66264
Category: 46511-69
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Number of Units: 100 Total: $
Page 83 of 127
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 213
Description: Face Shield with Tyvek Drape, 10"X13". Mfr. Key Surgical, Item No. KF -4509
Category: 47581-00
Unit of Measure: Boa
Unit Price: $ Number of Units: 300 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 214
Description: Unijet Dispenser. Mfr. Breon, Item No. BR306/0382
Category: 47555-00
Unit of Measure: Each
Unit Price: $ Number of Units: 100 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 215
Description: Pressure Infusion for 1000 ml packs. Mfr. David Clark, Item No. P/N 18565G -OZ
Category: 47555-00
Unit of Measure: Each
Page 84 of 127
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 216
Number of Units: 100 Total: $
Description: Infant CPR Bag with cushion mask accumulator and oxygen tubing. Mfr. Mercury
Medical, Item No. 55204
Category: 34510-33
Unit of Measure: Case
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 217
Number of Units: 300 Total: $
Description: Particulate Respirator Mask N95, Large. Mfr. 3M Health Care, Item NO. 8210
Category: 34580-56
Unit of Measure: Case
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 218
Number of Units: 20 Total: $
Page 85 of 127
Description: Particulate Respirator Mask N95, Small. Mfr. 3M Health Care, item NO. 1860S
Category: 34580-56
Unit of Measure: Case
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 12 Total: $
Line: 219
Description: Fluid Resistant Molded Surgical Mask, 1800+. Mfr. 3M Health Care, Item No.
34-7046-5731-0
Category: 47562-56
Unit of Measure: Case
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Number of Units: 12 Total: $
Line: 220
Description: Tubing, Coiled, 8' with fitting for onboard blood pressure cuff. Mfr. Welch Allyn,
Item No. 5089-13
Category: 46511-00
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Number of Units: 100 Total: $
Page 86 of 127
e
Minimum Order Quanitity
Line: 221
Description: Tourniquet, Latex. Mfr. ADI Medical, Item No. 10907
Category: 46588-95
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 222
Number of Units: 12 Total: $
Description: Ear & Ulcer Syringe. Mfr. C.R. Bard, Inc., Item No. 0035820
Category: 47580-71
Unit of Measure: Box
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 12 Total: $
Line: 223
Description: Delee Mucus Trap with Neo Safe Bulb, 1OFr. Mfr. Sherwood Medical, Item No.
888-25726
Category: 47555-00
Unit of Measure: Box
Unit Price: $
Number of Unts: 12 Total: $
Page 87 of 127
Supplier Part Number
Delivery Time from Receipt of
Order- (Calendar Days)
Minimum Order- Quanitity
Line: 224
Description: Surgical Glove, Sterile, Latex, Size 6. Mfr. Dynarex, Item No. 2460
Category: 47541-64
Unit of Measure: Case
Chit Price: $ Number of Units: 5 Total: $
Supplier Part Number
Delivery Time from Receipt. of
Order (Calendar Days)
Minimum Order Quanitity
Line: 225
Description: Surgical Glove, Sterile, Latex, Size 7. Mfr. Dynarex, Item No. 2470
Category: 47541-64
Unit of Measure: Case
Unit Price: $ Number of Units: 5 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 226
Description: Surgical Glove, Sterile, Latex, Size 8. Mfr. Dynarex, Item No. 2480
Page 88 of 127
Category: 47541-64
Unit of Measure: Case
Unit Price: $ Number of Units: 5 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 227
Description: Surgical Glove, Sterile, Latex, Size 8.5. Mfr. Dynarex, Item No. 2485
Category: 47541-64
Unit of Measure: Case
Unit Price: $ Number of Units: 5 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 228
Description: Surgical Glove, Sterile, Latex, Size 9. Mfr. Dynarex, Item No. 2490
Category: 47541-64
Unit of Measure: Case
Unit Price: $ Number of Units: 5 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Page 89 of 127
Line: 229
Description: Adult Cuffed Mask, Inflatable. Mfr. Life Support, Item No. L595060-050
Category: 46502-44
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Number of Units: 100 Total: $
Line: 230
Description: Exactus U Blood Pressure Manometer without stop pin, gray. Mfr. Buffalo Medical
Specialities, Item No. 21-003
Category: 49006-55
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 200 Total: $
Line: 231
Description: Traction Splint, Adult. Mfr. Ferno, Item No. 444
Category: 46588-00
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Number of Units: 50 Total: $
Page 90 of 127
Order (Calendar Days)
Minimum Order Quanitity
Line: 232
Description: Traction Splint, Pediatric. Mfr. Ferno, Item No. 443
Category: 46588-00
Unit of Measure: Each
Unit Price: $ Number of Units: 50 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 233
Description: EMS Econ Vac Splint,. Mfr. Microtek Medical, Item No. 82-E2024
Category: 46588-00
Unit of Measure: Each
Unit Price: $ Number of Units: 600 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 234
Description: EMS Econ Vac Splint,. Mfr. Microtek Medical, Item No. 82-E2010
Category: 46588-00
Unit of Measure: Each
Page 91 of 127
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Number of Units: 600 Total: $
Line: 235
Description: EMS Econ Vac Splint,. Mfr. Microtek Medical, Item No. 82-E2014
Category: 46588-00
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 600 Total: $
Line: 236
Description: EMS Econ Vac Splint,. Mfr. Microtek Medical, Item No. 82-E2215
Category: 46588-00
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 237
Number of Units: 600 Total: $
Page 92 of 127
Description: Backboard, 100% X -Ray Translucent, Orange. Mfr. Ferno, Item No. 275111108
Category: 89800-00
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 238
Number of Units: 100 Total: $
Description: Industrial Protective Eyewear, Black frame. Mfr. Uvex, Item no.
WIP#082501P-04-032
Category: 3456445
Unit of Measure: Case
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 239
Number of Units: 5 Total: $
Description: "The Rid III" Reynolds Immobilization Device, Adult. Mfr. Reynolds Medical, Item
No. HR330AR.
Category: 82554-00
Unit of Measure: Case
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Number of Units: 175 Total: $
Page 93 of 127
Line: 241
Description: Lifepak 12 Defibrillator/Monitor, Afaptiv Biphasic AID, EL Screen, Pacing, SP02,
12 Lead, Fax, NIBP, Trending, 100mm printer. Mfr. Medtronic, Item No. 99400-003495.
Category: 46514-20
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 242
Number of Units: 4 Total: $
Description: Lifepak 12 Plastic Shield Cover. Mfr. Medtronic.
Category: 46514-20
Unit of Measure: Each
Unit Price: $
Model Number
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar- Days)
Minimum Order Quantity
Line: 243
Number of Units: 48 Total: $
Description: Lifepak 12 Basic Carrying Case. Mfr. Medtronic, Item No. 11260-000030.
Category: 46514-20
Unit of Measure: Each
Unit Price: $
Number of Units: 4 Total: $
Page 94 of 127
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 244
Description: Lifepak 12 Blood Pressure Cuff, Adult, 14 "X42.1 ". Mfr. Medtronic, Item
No.11996-00025
Category: 46511-00
Unit of Measure: Each
Unit Price: $ Number of Units: 48 Total: $
Model Number
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 245
Description: Lifepak 12 Blood Pressure Cuff, Pediatric, 14"X37.5". Mfr. Medtronic, Item No.
11996-00024.
Category: 46511-00
Unit of Measure: Each
Unit Price: $ Number of Units: 48 Total: $
Model Number
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Page 95 of 127
Line: 246
Description: Lifepak 12 Back Pouch. Mfr. Medtronic, Item No. 11260-000029.
Category: 46514-20
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 247
Number of Units: 4 Total: $
Description: Lifenet Blue upgrade (Wireless Data Transfer upgrade for LP -12 with -06 (4 MB)
memory. Mfr. Medtronic, Item No. UPGI2BLUE.
Category: 46514-20
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 4 Total: $
Line: 248
Description: Lifepak 12 Shipkit USA, English, Biphasic, 12 -Lead, Short Cable, NIBP, 100mm
Printer. Mfr. Medtronic, Item No. 41310-002434.
Category: 46514-20
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Number of Units: 4 Total: $
Page 96 of 127
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 249
Description: Pedi-pac Pediatric Immobilization Device with case. Mfr. Ferno, Item No. 78
Category: 82554-00
Unit of Measure: Each
Unit Price: $ Number of Units: 24 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 250
Description: LSP Oxygen Regulator/Brass. Mfr. Allied Health Products. Michigan Instrument
Item No. L370 -220-B
Category: 43036-65
Unit of Measure: Each
Unit Price: $ Number of Units: 50 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 251
Description: ResQ Pod Circulator Enhancer. Mfr. ACSI, Item No. 12-0242-000
Category: 47555-00
Page 97 of 127
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 252
Number of Units: 1,500 Total: $
Description: LSU Wall Mount with AC Charger. Mfr. Laerdal, Item No. 782210
Category: 47555-00
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 253
Number of Units: 50 Total: $
Description: LSU with Disposable Canister & Patient Tubing. Mfr. Laerdal, Item No. 780020001
Category: 47555-00
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 254
Number of Units: 50 Total: $
Page 98 of 127
Description: LSU Battery. Mfr. Laerdal, Item No. 780400
Category: 47555-00
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 255
Number of Units: 50 Total: $
Description: 12 Lead Simulators. Mfr. Medtronic, Item No. 806395-002
Category: 47555-00
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Line: 256
Number of Units: 50 Total: $
Description: Litmann Master Classic II Syethoscope. Mfr. 3M, Item No. 2143
Category: 47555-00
Unit of Measure: Each
Unit Price: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Number of Units: 75 Total: $
Page 99 of 127
Line: 257
Description: D5W Dextrose Injection UPS, (5% Dextrose in water) 100 mi. Mfr. Baxter, Item No.
Category: 27124-29
Unit of Measure: Case
Unit Price: $ Number of Units: 150 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quanitity
Line: 258
Description: CaviCide 24 oz. spray bottle, 12 bottles/case. Mfr. Metrex, Item No. 11-1024.
Category: 48540-27
Unit of Measure: Case
Unit Price: $ Number of Units: 17 Total: $
Supplier Part Number
Delivery Time from Receipt of
Order (Calendar Days)
Minimum Order Quantity
Page 100 of 127
34019
Table of Contents
Termsand Conditions...................................................................................................................................102
1. General Conditions..........................................................................................................................102
1.1. GENERAL TERMS AND CONDITIONS...........................................................................102
2. Special Conditions...........................................................................................................................121
2.1. PURPOSE.............................................................................................................................121
2.2. SUBMISSION OF BID RESPONSES.................................................................................121
2.3. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL
INFORMATION/CLARIFICATION..........................................................................................121
2.4. PRE-BID/PRE-PROPOSAL CONFERENCE......................................................................121
2.5. TERM OF CONTRACT.......................................................................................................121
2.6. CONDITIONS FOR RENEWAL.........................................................................................121
2.7. ESCALATION CLAUSE.....................................................................................................121
2.8. EQUITABLE ADJUSTMENT.............................................................................................122
2.9. NON -APPROPRIATION OF FUNDS.................................................................................122
2.10. METHOD OF AWARD.....................................................................................................122
2.11. BIDDERS MINIMUM QUALIFICATIONS.....................................................................122
2.12. DELIVERY.......................................................................................................................123
2.13. FAILURE TO PERFORM..................................................................................................123
2.14. METHOD OF PAYMENT.................................................................................................123
2.15. PACKING SLIP/DELIVERY .TICKET TO ACCOMPANY ITEMS DURING
DELIVERY..................................................................................................................................123
2.16. ADDITIONS/DELETIONS OF FACILITIES/ITEMS/PRODUCTS ................................123
2.17. CONTRACT ADMINISTRATOR.....................................................................................123
2.18. TIE BIDS............................................................................................................................123
2.19. NO SUBSTITUTION.........................................................................................................124
2..20. WARRANTY, FITNESS FOR PURPOSE........................................................................124
2.21. QUALITY AND MANUFACTURE..................................................................................124
2.22. PRODUCT SUBSTITUTES...............................................................................................125
2.23. REFERENCES...................................................................................................................J25
2.24. SPECIFICATION EXCEPTIONS......................................................................................125
2.25. TERMINATION.................................................................................................................125
2.26. ADDITIONAL TERMS AND CONDITIONS..................................................................125
2.27. PRIMARY CLIENT (FIRST PRIORITY).........................................................................126
3. Specifications..................................................................................................................................127
3.1. SPECIFICATIONS/SCOPE OF WORK..............................................................................127
Page 101 of 127
34414
Terms and Conditions
1. General Conditions
1.1. GENERAL TERMS AND CONDITIONS
Intent: The General Terms and Conditions described herein apply to the acquisition of
goods/equipment/seryices with an estimated aggregate cost of $25,000.00 or more.
Definitidni: A formal solicitation is defined as issuance of an Invitation for Bids, Request for Proposals,
Request for Qualifications, or Request for Letters of Interest pursuant to the City of Miami Code and/or
Florida Law, as amended. Formal Solicitation and Solicitation shall be defined in the same manner herein.
1.1. ACCEPTANCE OF GOODS OR EQUIPMENT - Any good(s) or equipment delivered under this
formal solicitation, if applicable, shall remain the property of the seller until a physical inspection and
actual usage of the good is made, and thereafter is accepted as satisfactory to the City. It must comply with
the terms herein and be fully in accordance with specifications and of the highest quality. In the event the
goods/equipment supplied to the City are found to be defective or does not conform to specifications, the
City reserves the right to cancel the order upon written notice to the Contractor and return the product to the
Contractor at the Contractor's expense.
1.2. ACCEPTANCE OF OFFER - The signed response shall be considered an offer on the part of the
bidder/proposer; such offer shall be deemed accepted upon issuance by the City of a purchase order.
1.3. ACCEPTANCE/REJECTION — The City reserves the right to accept or reject any or all responses or
parts of after opening/closing date and request re -issuance on the goods/services described in the formal
solicitation. In the event of such rejection, the Director of Purchasing shall notify all affected
bidders/proposers and make available a written explanation for the rejection. The City also reserves the
right to reject the response of any bidder/proposer who has previously failed to properly perform under the
terms and conditions of a contract, to deliver on time contracts of a similar nature, and who is not in a
position to perform the requirements defined in this formal solicitation. The City further reserves the right
to waive any irregularities or minor informalities or technicalities in any or all responses and may, at its
discretion, re -issue this formal solicitation.
1.4. ADDENDUMS — Itis the bidder's/proposer's responsibility to ensure receipt of all Addendums.
Addendums are available on the City's website at: http://www.ei.miami.fl.us/procurement
1.5. ALTERNATE RESPONSES MAY BE CONSIDERED - The City may consider one (1) alternate
response from the same Bidder/Proposer for the same formal solicitation; provided, that the alternate
response offers a different product that meets or exceeds the formal solicitation requirements. In order for
the City to consider an alternate response, the Bidder/Proposer shall complete a separate Price Sheet form
and shall mark "Alternate Response". Alternate response shall be placed in the same response. This
provision only applies to formal solicitations for the procurement of goods, items, equipment, materials,
and/or supplies.
1.6. ASSIGNMENT - Contractor agrees not to subcontract, assign, transfer, convey, sublet, or otherwise
dispose of this Contract, or any or all of its right, title or interest herein, without City of Miami's prior
written consent.
1.7. ATTORNEY'S FEES - In connection with any litigation, mediation and arbitration arising out of this
Contract, the prevailing party shall be entitled to recover its costs and reasonable attorney's fees through
and including appellate litigation and any post judgment proceedings.
I.S. AUDIT RIGHTS AND RECORDS RETENTION - The Successful Bidder/Proposer agrees to
provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any
books, documents, papers, and records of Contractor which are directly pertinent to this formal solicitation,
for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder/Proposer shall
maintain and retain any and all of the books, documents, papers and records pertinent to the Contract for
three (3) years after the City makes final payment and all other pending matters are closed. Contractor's
failure to or refusal to comply with this condition shall result in the immediate cancellation of this contract
Page 102 of 127
34019
by the City
1.9. AVAILABILITY OF CONTRACT STATE-WIDE - Any Govermnental, not-for-profit or
quasi -governmental entity in the State of Florida, may avail itself of this contract and purchase any and all
goods/services, specified herein from the successful bidder(s)/proposer(s) at the contract price(s)
established herein, when permissible by federal, state, and local laws, rules, and regulations.
Each Governmental, not-for-profit or quasi -governmental entity which uses this formal solicitation and
resulting bid contract or agreement will establish its own contract/agreement, place its own orders, issue its
own purchase orders, be invoiced there from and -make its own payments, determine shipping terms and
issue its own exemption certificates as required by the successful bidder(s)/proposer(s).
1.10. AWARD OF CONTRACT:
A. The Formal Solicitation, Bidder's/Proposer's response, any addenda issued, and the purchase order shall
constitute the entire contract, unless modified in accordance with any ensuing contract/agreement.
B. The award of a contract where there are Tie Bids will be decided by the Director of Purchasing or
designee in the instance that Tie Bids can't be determined by applying Florida Statute 287.087, Preference
to Businesses with Drug -Free Workplace Programs.
C. The award of this contract may be preconditioned on the subsequent submission of other documents as
specified in the Special Conditions or Technical Specifications. Bidder/Proposer shall be in default of its
contractual obligation if such documents are not submitted in a timely manner and in the form required by
the City. Where Bidder/Proposer is in default of these contractual requirements, the City, through action
taken by the Purchasing Department, will void its acceptance of the Bidder's/Proposer's Response and may
accept the Response from the next lowest responsive, responsible Bidder or Proposal most advantageous to
the City or re -solicit the City's requirements. The City, at its sole discretion, may seek monetary restitution
from Bidder/Proposer and its bid/proposal bond or guaranty, if applicable, as a result of damages or
increased costs sustained as a result of the Bidder's/Proposer's default.
D. The term of the contract shall be specified in one of three documents which shall be issued to the
successful Bidder/Proposer. These documents may either be a purchase order, notice of award and/or
contract award sheet.
E. The City reserves the right to automatically extend this contract for up to one hundred twenty (120)
calendar days beyond the stated contract term in order to provide City departments with continual service
and supplies while a new contract is being solicited, evaluated, and/or awarded. If the right is exercised,
the City shall notify the Bidder/Proposer, in writing, of its intent to extend the contract at the same price,
terms and conditions for a specific number of days. Additional extensions over the first one hundred
twenty (120) day extension may occur, if, the City and the Successful Bidder/Proposer are in mutual
agreement of such extensions.
F. Where the contract involves a single shipment of goods to the City, the contract term shall conclude
upon completion of the expressed or implied warranty periods.
G. The City reserves the right to award the contract on a split -order, lump sum or individual -item basis,
or such combination as shall best serve the interests of the City unless otherwise specified.
H. A Contract/Agreement may be awarded to the Bidder/Proposer by the City Commission based upon
the minimum qualification requirements reflected herein. As a result of a RFP, RFQ, or RFLI, the City
reserves the right to execute or not execute, as applicable, an Agreement with the Proposer, whichever is
determined to be in the City's best interests. Such agreement will be furnished by the City, will contain
certain terms as are in the City's best interests, and will be subject to approval as to legal form by the City
Attorney.
1.11. BID BOND/ BID SECURITY - A cashier's or certified check, or a Bid Bond signed by a recognized
surety company that is licensed to do business in the State of Florida, payable to the City of Miami, for the
amount bid is required from all bidders/proposers, if so indicated under the Special Conditions. This check
or bond guarantees that a bidder/proposer will accept the order or contract/agreement, as bid/proposed, if it
is awarded to bidder/proposer. Bidder/Proposer shall forfeit bid deposit to the City should City award
contract/agreement to Bidder/Proposer and Bidder/Proposer fails to accept the award. The City reserves the
right to reject any and all surety tendered to the City. Bid deposits are returned to unsuccessful
bidders/proposers within ten (10) days after the award and successful bidder's/proposer's acceptance of
Page 103 of 127
34019
award. If sixty (60) days have passed after the date of the formal solicitation closing date, and no contract
has been awarded, all bid deposits will be returned on demand.
Certified Minority/Women vendors may apply to participate in the City's Bid Bond Voucher Program by
contacting the Minority/Women Business Affairs office.
1.12. RESPONSE FORM (HARDCOPY FORMAT) - All forms should be completed, signed and
submitted accordingly.
1.13. BID SECURITY FORFEITED LIQUIDATED DAMAGES - Failure to execute an Agreement
and/or file an acceptable Performance Bond, when required, as provided herein, shall be just cause for the
annulment of the award and the forfeiture of the Bid Security to the City, which forfeiture shall be
considered, not as a penalty, but in mitigation of damages sustained. Award may then be made to the
next lowest responsive, responsible Bidder or Proposal most advantageous to the City or all responses may
be rejected.
1.14. BRAND NAMES - If and wherever in the specifications brand names, makes, models, names of any
manufacturers, trade names, or bidder/proposer catalog numbers are specified, it is for the purpose of
establishing the type, function, minimum standard of design, efficiency, grade or quality of goods only.
When the City does not wish to rule out other competitors' brands or makes, the phrase "OR EQUAL" is
added. When bidding/proposing an approved equal, Bidders/Proposers will submit, with their response,
complete sets of necessary data (factory information sheets, specifications, brochures, etc.) in order for the
City to evaluate and determine the equality of the item(s) bid/proposed. The City shall be the sole judge of
equality and its decision shall be final. Unless otherwise specified, evidence in the form of samples may be
requested if the proposed brand is other than specified by the City. Such samples are to be furnished after
formal solicitation opening/closing only upon request of the City. If samples should be requested, such
samples must be received by the City no later than seven (7) calendar days after a formal request is made.
1.15. CANCELLATION - The City reserves the right to cancel all formal solicitations before its
opening/closing. In the event of bid/proposal cancellation, the Director of Purchasing shall notify all
prospective bidders/proposers and make available a written explanation for the cancellation.
1.16. CAPITAL EXPENDITURES - Contractor understands that any capital expenditures that the firm
makes, or prepares to make, in order to deliver/perform the goods/services required by the City, is a
business risk which the contractor must assume. The City will not be obligated to reimburse amortized or
unamortized capital expenditures, or to maintain the approved status of any contractor. If contractor has
been unable to recoup its capital expenditures during the time it is rendering such goods/services, it shall
not have any claim upon the City.
1.17. CITY NOT LIABLE FOR DELAYS - It is further expressly agreed that in no event shall the City
be liable for, or responsible to, the Bidder/Proposer/Consultant, any sub-contractor/sub-consultant, or to
any other person for, or on account of, any stoppages or delay in the work herein provided for by injunction
or other legal or equitable proceedings or on account of any delay for any cause over which the City has no
control.
1.18. COLLUSION—Bidder/Proposer, by submitting a response, certifies that its response is made without
previous understanding, agreement or connection either with any person, firm or corporation submitting a
response for the same items/services or with the City of Miami's Purchasing Department or initiating
department. The Bidder/Proposer certifies that its response is fair, without control, collusion, fraud or other
illegal action. Bidder/Proposer certifies that it is in compliance with the Conflict of Interest and Code of
Ethics Laws. The City will investigate all potential situations where collusion may have occurred and the
City reserves the right to reject any and all bids/responses where collusion may have occurred.
1.19. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS - Contractor understands that
contracts between private entities and local govermnents are subject to certain laws and regulations,
including laws pertaining to public records, conflict of interest, records keeping, etc. City and Contractor
agree to comply with and observe all applicable laws, codes and ordinances as that may in any way affect
the goods or equipment offered, including but not limited to:
A. Executive Order 11246, which prohibits discrimination against any employee, applicant, or client
because of race, creed, color, national origin, sex, or age with regard to, but not limited to, the following:
employment practices, rate of pay or other compensation methods, and training selection.
B. Occupational, Safety and Health Act (OSHA), as applicable to this Formal Solicitation
Page 104 of 127
34019
C. The State of Florida Statutes, Section 287.133(3)(A) on Public Ehtity Crimes.
D. Minority/Women Business Affairs Enterprise (NI/WBE) City Ordinances No. 10062, 10538, 11272, as
amended, as applicable to this Formal Solicitation.
E. Environment Protection Agency (EPA), as applicable to this Formal Solicitation.
F. Uniform Commercial Code (Florida Statutes, Chapter 672).
G. Americans with Disabilities Act of 1990, as amended.
H. National Institute of Occupational Safety Hazards (NIOSH), as applicable to this Formal Solicitation.
1. National Forest Products Association (NFPA), as applicable to this Formal Solicitation.
J. City Procurement Ordinance City Code Section 18, Article III.
K. Conflict of Interest, City Code Section 2-611;61.
L. Cone of Silence, City Code Section 18-74.
M. The Florida Statutes Sections 218.73 and 218.74 on Prompt Payrnent.
N. First Source Hiring Agreement, City Ordinance No. 10032, as applicable to this Formal Solicitation.
Implemented to foster the creation of new and permanent jobs for City of Miami residents; requires as a
condition precedent to the execution of service contracts including professional services.
Lacy of knowledge by the bidder/proposer will in no way be a cause for relief from responsibility.
Non-compliance with all local, state, and federal directives, orders, and laws may be considered grounds
for termination of contract(s).
Copies of the City Ordinances may be obtained from the City Clerk's Office.
1.20. CONE OF SILENCE - Pursuant to Section 18-74 of the City of Miami Code, a "Cone of Silence" is
imposed upon each RFP, RFQ, RFLl, or IFB after advertisement and terminates at the time the City
Manager issues a written recommendation to the Miami City Commission. The Cone of Silence shall be
applicable only to Contracts for the provision of goods and services and public works or improvements for
amounts greater than $200,000. The Cone of Silence prohibits any communication regarding RFPs, RFQs,
RFLI or IFBs (bids) between, among others:
Potential vendors, service providers, bidders, lobbyists or consultants and the City's professional staff
including, but not limited to, the City Manager and the City Manager's staff; the Mayor, City
Commissioners, or their respective staffs and any member of the respective selection/evaluation committee.
The provision does not apply to, among other communications:
oral communications with the City purchasing staff regarding Minority/Women Business Enterprise
(M/WBE) and local vendor outreach programs; oral communications, provided the communication is
limited strictly to matters of process or procedure already contained in the formal solicitation document; the
provisions of the Cone of Silence do not apply to oral communications at duly noticed site
visits/inspections, pre -proposal or pre-bid conferences, oral presentations before selection/evaluation
committees, contract negotiations during any duly noticed public meeting, or public presentations made to
the Miami City Commission during a duly noticed public meeting; or communications in writing or by
email at any time with any City employee, official or member of the City Commission unless specifically
prohibited by the applicable RFP, RFQ, RFLI or IFB (bid) documents (See Section 2.2. of the Special
Conditions); or con rminications in connection with the collection of industry comments or the performance
of market research regarding a particular RFP, RFQ, RFLI OR IFB by City Purchasing staff.
Proposers or bidders must file a copy of any written communications with the Office of the City Clerk,
which shall be made available to any person upon request. The City shall respond in writing and file a copy
with the Office of the City Clerk, which shall be made available to any person upon request. Written
communications may be in the form of e-mail, with a copy to the Office of the City Clerk.
In addition to any other penalties provided by law, violation of the Cone of Silence by any proposer or
bidder shall render any award voidable. A violation by a particular Bidder, Proposer, Offeror, Respondent,
lobbyist or consultant shall subject same to potential penalties pursuant to the City Code. Any person
having personal knowledge of a violation of these provisions shall report such violation to the State
Page 105 of 127
34019
Attorney and/or may file a complaint with the Ethics Commission. Proposers or bidders should reference
Section 18-74 of the City of Miami Code for further clarification.
This language is only a summary of the key provisions of the Cone of Silence. Please review City of
Miami Code Section 18-74 for a complete and thorough description of the Cone of Silence. You may
contact the City Clerk at 305-250-5360, to obtain a copy of same.
1.21. CONFIDENTIALITY - As a political subdivision, the City of Miami is subject to the Florida
Sunshine Act and Public Records Law. If this Contract/Agreement contains a confidentiality provision, it
shall have no application when disclosure is required by Florida law or upon court order.
1.22. CONFLICT OF INTEREST — Bidders/Proposers, by responding to this Formal Solicitation, certify
that to the best of their knowledge or belief, no elected/appointed official or employee of the City of Miami
is financially interested, directly or indirectly, in the purchase of goods/services specified in this Formal
Solicitation. Any such interests on the part of the Bidder/Proposer or its employees must be disclosed in
writing to the City. Further, you must disclose the name of any City employee who owns, directly or
indirectly, an interest of five percent (5%) or more of the total assets of capital stock in your firm.
1.23. COPYRIGHT OR PATENT RIGHTS — Bidders/Proposers warrant that there has been no violation
of copyright or patent rights in manufacturing, producing, or selling the goods shipped or ordered and/or
services provided as a result of this formal solicitation, and bidders/proposers agree to hold the City
harmless from any and all liability, loss, or expense occasioned by any such violation.
1.24. COST INCURRED BY BIDDER/PROPOSER - All expenses involved with the preparation and
submission of Responses to the City, or any work performed in connection therewith shall be borne by the
Bi dder(s)/Proposer(s).
1.25. DEBARMENT AND SUSPENSIONS (Sec 18-107)
(a) Authority and requirement to debar and suspend. After reasonable notice to an actual or prospective
Contractual Party, and after reasonable opportunity for such party to be heard, the City Manager, after
consultation with the Chief Procurement Officer and the city attorney, shall have the authority to debar a
Contractual Party, for the causes listed below, from consideration for award of city Contracts. The
debarment shall be for a period of not fewer than three years. The City Manager shall also have the
authority to suspend a Contractual Party from consideration for award of city Contracts if there is probable
cause for debarment, pending the debarment determination. The authority to debar and suspend contractors
shall be exercised in accordance with regulations which shall be issued by the Chief Procurement Officer
after approval by the City Manager, the city attorney, and the City Commission.
(b) Causes for debarment or suspension. Causes for debarment or suspension include the following:
(1) Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a
public or private Contract or subcontract, or incident to the performance of such Contract or
subcontract.
(2) Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification
or destruction of records, receiving stolen property, or any other offense indicating a lack of business
integrity or business honesty.
(3) Conviction under state or federal antitrust statutes arising out of the submission of Bids or
Proposals.
(4) Violation of Contract provisions, which is regarded by the Chief Procurement Officer to be
indicative of nonresponsibility. Such violation may include failure without good cause to perform in
accordance with the terms and conditions of a Contract or to perform within the time limits provided in
a Contract, provided that failure to perform caused by acts beyond the control of a party shall not be
considered a basis for debanment or suspension.
(5) Debarment.or suspension of the Contractual Party by any federal, state or other governmental
entity.
(6) False certification pursuant to paragraph (c) below.
(7) Found in violation of a zoning ordinance or any other city ordinance or regulation and for
which the violation remains noncompliant.
Page 106 of 127
34019
(8) Found in violation of a zoning ordinance or any other city ordinance or regulation and for
which a civil penalty or fine is due and owing to the city.
(9) Any other cause judged by the City Manager to be so serious and compelling as to affect the
responsibility of the Contractual Party performing city Contracts.
(c) Certification. All Contracts for goods and services, sales, and leases by the city shall contain a
certification that neither the Contractual Party nor any of its principal owners or personnel have been
convicted of any of the violations set forth above or debarred or suspended as set forth in paragraph (b)(5).
(d) Debarment and suspension decisions. Subject to the provisions of paragraph (a), the City Manager shall
render a written decision stating the reasons for the debarment or suspension. A copy of the decision shall
be provided promptly to the Contractual Party, along with a notice of said party's right to seek judicial
relief.
1.26. DEBARRED/SUSPENDED VENDORS —An entity or affiliate who has been placed on the State of
Florida debarred or suspended vendor list may not submit a response on a contract to provide goods or
services to a public entity, may not submit a response on a contract with a public entity for the construction
or repair of a public building or public work, may not submit response on leases of real property to a public
entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract
with any public entity, and may not transact business with any public entity.
1.27. DEFAULTIFAILURE TO PERFORM - The City shall be the sole judge of nonperformance, which
shall include any failure on the part of the successful Bidder/Proposer to accept the award, to furnish
required documents, and/or to fulfill any portion of this contract within the time stipulated.
Upon default by the successful Bidder/Proposer to meet any terms of this agreement, the City will notify
the Bidder/Proposer of the default and will provide the contractor three (3) days (weekends and holidays
excluded) to remedy the default. Failure on the contractor's part to correct the default within the required
three (3) days shall result in the Contract being terminated and upon the City notifying in writing the
contractor of its intentions and the effective date of the termination. The following shall constitute default:
A. Failure to perform the work or deliver the goods/services required under the Contract and/or within the
time required or failing to use the subcontractors, entities and personnel as identified and set forth, and to
the degree specified in the Contract.
B. Failure to begin the work under this Contract within the time specified.
C. Failure to perform the work with sufficient workers and equipment or with sufficient materials to
ensure timely completion.
D. Neglecting or refusing to remove materials or perform new work where prior work has been rejected as
nonconforming with the terms of the Contract:
E. Becoming insolvent, being declared bankrupt, or cornmitting any act of bankruptcy or insolvency, or
making an assignment for the benefit of creditors, if the insolvency, bankruptcy, or assignment renders the
successful Bidder/Proposer incapable of performing the work in accordance with and as required by the
Contract.
F. Failure to comply with any of the terms of the Contract in any material respect.
All costs and charges incurred by the City as a result of a default or a default incurred beyond the time
limits stated, together with the cost of completing the work, shall be deducted from any monies due or
which may become due on this Contract.
1.28. DETERMINATION OF RESPONSIVENESS - Each Response will be reviewed to determine if it
is responsive to the submission requirements outlined in the Formal Solicitation. A "responsive" response is
one which follows the requirements of the formal solicitation, includes all documentation, is submitted in
the format outlined in the formal solicitation, is of timely submission, and has appropriate signatures as
required on each document. Failure to comply with these requirements may deem a Response
non-responsive.
1.29. DISCOUNTS OFFERED DURING TERM OF CONTRACT - Discount Prices offered in the
response shall be fixed after the award by the Commission, unless otherwise specified in the Special Terns
and Conditions. Price discounts off the original prices quoted in the response will be accepted from
Page 107 of 127
34019
successful Bidder(s)/Proposer(s) during the term of the contract. Such discounts shall remain in effect for
a minimum of 120 days from approval by the City Cormrrission Any discounts offered by a manufacturer
to Bidder/Proposer will be passed on to the City.
1.30. DISCREPANCIES, ERRORS, AND OMISSIONS - Any discrepancies, errors, or ambiguities in
the Formal Solicitation or addenda (if any) should be reported in writing to the City's Purchasing
Department. Should it be found necessary, a written addendum will be incorporated in the Formal
Solicitation and will become part of the purchase agreement (contract documents). The City will not be
responsible for any oral instructions, clarifications, or other communications.
A. Order of Precedence — Any inconsistency in this formal solicitation shall be resolved by giving
precedence to the following documents, the first of such list being the governing documents.
1) Addenda (as applicable)
2) Specifications
3) Special Conditions
4) General Terms and Conditions
1.31. EMERGENCY / DISASTER PERFORMANCE - In the event of a hurricane or other emergency
or disaster situation, the successful vendor shall provide the City with the commodities/services defined
within the scope of this formal solicitation at the price contained within vendor's response. Further,
successful vendor shall deliver/perform for the city on a priority basis during such times of emergency.
1.32. ENTIRE BID CONTRACT OR AGREEMENT - The Bid Contract or Agreement consists of this
City of Miami Formal Solicitation and specifically this General Conditions Section, Contractor's Response
and any written agreement entered into by the City of Miami and Contractor in cases involving RFPs,
RFQs, and RFLIs, and represents the entire understanding and agreement between the parties with respect
to the subject matter hereof and supersedes all other negotiations, understanding and representations, if any,
made by and between the parties. To the extent that the agreement conflicts with, modifies, alters or
changes any of the terms and conditions contained in the Formal Solicitation and/or Response, the Formal
Solicitation and then the Response shall control. This Contract may be modified only by a written
agreement signed by the City of Miami and Contractor.
1.33. ESTIMATED QUANTITIES —Estimated quantities or estimated dollars are provided for your
guidance only. No guarantee is expressed or implied as to quantities that will be purchased during the
contract period. The City is not obligated to place an order for any given amount subsequent to the award
of this contract. Said estimates may be used by the City for purposes of determining the low bidder or most
advantageous proposer meeting specifications. The City reserves the right to acquire additional quantities
at the prices bid/proposed or at lower prices in this Formal Solicitation.
1.34. EVALUATION OF RESPONSES
A.Rejection of Responses
The City may reject a Response for any of the following reasons:
1) Bidder/Proposer fails to acknowledge receipt of addenda;
2) Bidder/Proposer mistates or conceals any material fact in the Response ;
3) Response does not conform to the requirements of the Fon-nal Solicitation;
4) Response requires a conditional award that conflicts with the method of award;
5) Response does not include required samples, certificates, licenses. as required; and,
6) Response was not executed by the Bidder's/Proposer(s) authorized agent.
The foregoing is not an all inclusive list of reasons for which a Response may be rejected. The City may
reject and re -advertise for all or any part of the Formal Solicitation whenever it is deemed in the best
interest of the City.
B. Elimination From Consideration
1) A contract shall not be awarded to any person or frnn which is in arrears to the City upon any debt or
contract, or which is a defaulter as surety or otherwise upon any obligation to the City.
2) A contract may not be awarded to any person or firm which has failed to perform under the terms and
conditions of any previous contract with the City or deliver on time contracts of a similar nature.
Page 108 of 127
34019
3) A contract may not be awarded to any person or firm which has been debarred by the City in
accordance with the City's Debarment and Suspension Ordinance.
C. Determination of Responsibility
1) Responses will only be considered from entities who are regularly engaged in the business of providing
the goods/equipment/services required by the Formal Solicitation. Bidder/Proposer must be able to
demonstrate a satisfactory record of performance and integrity; and, have sufficient financial, material,
equipment, facility, personnel resources, and expertise to meet all contractual requirements. The terms
"equipment and organization" as used herein shall be construed to mean a fully equipped and well
established entity in line with the best industry practices in the industry as determined by the City.
2) The City may consider any evidence available regarding the financial, technical and other qualifications
and abilities of a Bidder/Proposer, including past performance (experience) with the City or any other
governmental entity in making the award.
3) The City may require the Bidder(s)/Proposer(s) to show proof that they have been designated as an
authorized representative of a manufacturer or supplier which is the actual source of supply, if required by
the Formal Solicitation.
1.35. EXCEPTIONS TO GENERAL AND/OR SPECIAL CONDITIONS OR SPECIFICATIONS -
Exceptions to the specifications shall be listed on the Response and shall reference the section. Any
exceptions to the General or Special Conditions shall be cause for the bid (IFB) to be considered
non-responsive. It also may be cause for a RFP, RFQ, or RFLI to be considered non-responsive; and, if
exceptions are taken to the terms and conditions of the resulting agreement it may lead to terminating
negotiations.
1.36. F.O.B. DESTINATION - Unless otherwise specified in the Formal Solicitation, all prices
quoted/proposed by the bidder/proposer must be F.O.B. DESTINATION, inside delivery, with all delivery
costs and charges included in the bid/proposal price, unless otherwise specified in this Formal
Solicitation. Failure to do so may be cause for rejection of bid/proposal.
1.37. FIRM PRICES - The bidder/proposer warrants that prices, terms, and conditions quoted in its
response will be firm throughout the duration of the contract unless otherwise specified in the Formal
Solicitation. Such prices will remain firm for the period of performance or resulting purchase orders or
contracts, which are to be performed or supplied over a period of time.
1.38. FIRST -SOURCE HIRING AGREEMENT (Sec. 18-105)
(a) The Commission approves implementation of the first -source hiring agreement policy and requires
as a condition precedent to the execution of service contracts for facilities, services, and/or receipt of grants
and loans, for projects of a nature that create new jobs, the successful negotiation of first -source hiring
agreements between the organization or individual receiving said contract and the authorized representative
unless such an agreement is found infeasible by the city manager and such finding approved by the City
Commission at a public hearing.
(b) For the purpose of this section, the following terms, phrases, words and their derivations shall have
the following meanings:
Authorized representative means the Private Industry Council of South Florida/South Florida Employment
and Training Consortium, or its successor as local recipient of federal and state training and employment
funds.
Facilities means all publicly financed projects, including but without limitation, unified development
projects, municipal public works, and municipal improvements to the extent they are financed through
public money services or the use of publicly owned property.
Grants and loans means, without limitation, urban development action grants (UDAG), economic
development agency construction loans, loans from Miami Capital Development, Incorporated, and all
federal and state grants administered by the city.
Service contracts means contracts for the procurement of services by the city which include professional
services.
Services includes, without limitation, public works improvements, facilities, professional services,
commodities, supplies, materials and equipment.
Page 109 of 127
34019
(c) The authorized representative shall negotiate each first -source hiring agreement.
(d) The primary beneficiaries of the first -source hiring agreement shall be participants of the city
training and employment programs, and other residents of the city.
1.39. FLORIDA MINIMUM WAGE - The Constitution of the State of Florida; Article X, Section 24,
states that employers shall pay employee wages no less than the minimum wage for all hours worked in
Florida. Accordingly, it is the contractor's and its' subcontractor(s) responsibility to understand and
comply with this Florida constitutional minimum wage requirement and pay its employees the current
established hourly minimum wage rate, which is subject to change or adjusted by the rate of inflation using
the consumer price Iindex for urban wage earners and clerical workers, CPI -W, or a successor index as
calculated by the United States Department of Labor. Each adjusted minimum wage rate calculated shall
be determined and published by the Agency Workforce Innovation on September 30th of each year and
take effect on the following January Ist.
At the time of responding, it is bidder/proposer and his/her subcontractor(s), if applicable, full
responsibility to determine whether any of its employees may be impacted by this Florida Law at any given
point in time during the term of the contract. If impacted, bidder/proposer must furnish employee name(s),
job title(s), job description(s), and current pay rate(s). Failure to submit this information at the time of
submitting a response constitute successful bidder's/proposer's acknowledgement and understanding that
the Florida Minimum Wage Law will not impact its prices throughout the term of contract and waiver of
any contractual price increase request(s). The City reserves the right to request and successful
bidder/proposer must provide for any and all information to make a wage and contractual price increase(s)
determination.
1.40 CITY OF MIAMI LIVING WAGE ORDINANCE- The City of Miami adopted a living wage
ordinance for city service contracts awarded by the city containing a total contract value exceeding
$100,000 annually for the following services: food preparation and/or distribution; security services;
routine maintenance services such as custodial, cleaning, computers, refuse removal, repair, refinishing and
recycling; clerical or other non -supervisory office work, whether temporary or permanent; transportation
and parking services; printing and reproduction services; landscaping, lawn, and or agricultural services.
If this solicitation requires the aforementioned services, effective on April 1, 2007, contractors must pay
its' employees a living wage no less than $10.92 an hour with a health benefit plan and not less than $12.17
an hour without health benefits, which shall be adjusted annually by no later than April 1 st following the
publication of the U.S Department of Health and Human Services Poverty Guidelines, as published from
time to time.
A service contractor is defined as any "for profit" individual, business entity, corporation, partnership,
limited liability company, joint venture, or similar business: (1) Paid in whole or part from one or more of
the city's general funds, capital project funds, special revenue funds, or any other funds either directly or
indirectly, whether by competitive bid process, informal bids, requests for proposals, some form of
solicitation, negotiation, or agreement, or any other decision to enter into a contract; and, (2) The service
contractor is engaged in the business of, or part of, a contract or a subcontract to provided covered services,
either directly or indirectly, for the benefit of the city. This does not aply to contracts related primarily to
the sale of products or goods.
The service contractor, prior to entering any such contract, must certify to the city that it will pay each of
its covered employees no less than the living wage. A copy of this certificate must be made available to the
public upon request. The certificate, at a minimum, must include the following:
(1) The name, address, and phone nu nber of the employer, a contact person, and the specific project for
which the service contract is sought;
(2) The amount of the service contract and the city department the contract will serve.
(3) A brief description of the project or service provided;
(4) A statement of the wage levels for all covered employees; and
(5) A commitment to pay all covered employees the living wage.
A copy of the living wage rate shall be kept posted by the service contractor at the site of the work in a
prominent place where it can easily be seen and read by the covered employees and shall be supplied to
such employees within a reasonable time after a request to do so. Additionally, service contractors shall
Page 110 of 127
34019
furnish a copy of the requirements of the City of Miami Living Wage Ordinance to any entity submitting a
bid for a subcontract on any service contract subject to this article. Posting requirements will not be
required where the service contractor prints the following statements on the front of the covered employee's
first paycheck and every six months thereafter. "You are required by the City of Miami Living Wage
Ordinance to be paid a Living Wage. If you do not believe you being paid at the Living Wage rate, contact
your employer, an attorney, or the City of Miami." All notices will be printed in English, Spanish and
Creole.
Service Contractors and their subcontractors agree to produce all documents and records relating to payroll
and compliance this Ordinance. Each service contractor shall maintain payroll records for all covered
employees and basic records relating thereto and shall preserve them for a period of three (3) years from
the date of termination or expiration of the service contract. The records shall contain:
(1) The name and address of each covered employee;
(2) The job title and classification;
(3) The number of hours worked each day;
(4) The gross wages earned and deductions made;
(5) Annual wages paid;
(6) A copy of the social security returns and evidence of payment thereof,
(7) A record of fringe benefit payments including contributions to approved plans; and
(8) Any other data of information the city require from time to time.
Every six months, the service contractor shall file with the city's procurement director a listing of all
covered employees together with a certification of compliance with this article. Upon request from the
city, the service contractor shall produce for inspection and copying its payroll records for any or all of its
covered employees for any period covered by the service contract. The city may examine payroll records as
needed to ensure compliance.
Failure to comply with the City of Miami Living Wage Ordinance may result in legal action by the
covered employee or former covered employee as allowed by Florida Law, court impose sanctions, city
impose sanctions, such as pay wage restitution, impose monetary damages, suspension or termination of
payment, termination of contract, and debarment.
Please review City of Miami Code Section 18-556 through Section 18-559 for a complete and thorough
description of the City of Miami Living Wage.
1.41. GOVERNING LAW AND VENUE - The validity and effect of this Contract shall be governed by
the laws of the State of Florida. The parties agree that any action, mediation or arbitration arising out of this
Contract shall take place in Miami -Dade County, Florida.
1.42. HEADINGS AND TERMS - The headings to the various paragraphs of this Contract have been
inserted for convenient reference only and shall not in any manner be construed as modifying, amending or
affecting in any way the expressed terms and provisions hereof.
1.43. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA) - Any
person or entity that performs or assists the City of Miami with a function or activity involving the use or
disclosure of "individually identifiable health information (IIHI) and/or Protected Health Information (PHI)
shall comply with the Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the City
of Miami Privacy Standards. HIPAA mandates for privacy, security and electronic transfer standards,
which include but are not limited to:
A. Use of infonnation only for performing services required by the contract or as required by law;
B. Use of appropriate safeguards to prevent non -permitted disclosures;
C. Reporting to the City of Miami of any non -permitted use or disclosure;
D. Assurances that any agents and subcontractors agree to the same restrictions and conditions that apply to
the Bidder/Proposer and reasonable assurances that IIHI/PHI will be held confidential;
E. Making Protected Health Infonnation (PHI) available to the customer;
F. Making PHI available to the customer for review and amendment; and incorporating any amendments
requested by the customer; .
Page 111 of 127
34019
G. Making PHI available to the City of Miami for an accounting of disclosures; and
H. Making internal practices, books and records related to PHI available to the City of Miami for
compliance audits.
PHI shall maintain its protected status regardless of the form and method of transmission (paper records,
and/or electronic transfer of data). The Bidder/ Proposer must give its customers written notice of its
privacy information practices including specifically, a description of the types of uses and disclosures that
would be made with protected health information.
1.44. INDEMNIFICATION - The Contractor shall indemnify and save harmless forever the City, and all
the City's agents, officers and employees from and against all charges or claims resulting from any bodily
injury, loss of life, or damage to property from any act, omission or neglect, by itself or its employees; the
Contractor shall become defendant in every suit brought for any of such causes of action against the City or
the City's officials, agents and employees; the Contractor shall further indemnify City as to all costs,
attorney's fees, expenses and liabilities incurred in the defense of any such claims and any resulting
investigation.
1.45. INFORMATION AND DESCRIPTIVE LITERATURE —Bidders/Proposer must furnish all
information requested in the spaces provided in the Formal Solicitation. Further, as may be specified
elsewhere, each Bidder/Proposer must submit for evaluation, cuts, sketches, descriptive literature, and
technical specifications covering the products offered. Reference to literature submitted with a previous
response or on file with the Buyer will not satisfy this provision.
1.46. INSPECTIONS - The City may, at reasonable times during the term hereof, inspect Contractor's
facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods
and/or services required to be provided by the Contractor under this Contract conform to the terms and
conditions of the Formal Solicitation. Contractor shall make available to the City all reasonable facilities
and assistance to facilitate the performance of tests or inspections by City representatives. All tests and
inspections shall be subject to, and made in accordance with, the provisions of the City of Miami Ordinance
No. 12271 (Section 18-79), as same may be amended or supplemented from time to time.
1.47. INSPECTION OF RESPONSE - Responses received by the City pursuant to a Formal Solicitation
will not be made available until such time as the City provides notice of a decision or intended decision or.
within 10 days after bid closing, whichever is earlier. Bid/Proposal results will be tabulated and may be
furnished upon request via fax or e-mail to the Sr. Procurement Specialist issuing the Solicitation.
Tabulations also are available on the City's Web Site following recommendation for award.
1.48. INSURANCE - Within ten (10) days after receipt of Notice of Award, the successful Contractor,
shall furnish Evidence of Insurance to the Purchasing Department, if applicable. Submitted evidence of
coverage shall demonstrate strict compliance to all requirements listed on the Special Conditions entitled
"Insurance Requirements". The City shall be listed as an "Additional Insured."
Issuance of a Purchase Order is contingent upon the receipt of proper insurance documents. If the
insurance certificate is received within the specified time frame but not in the manner prescribed in this
Solicitation the Contractor shall be verbally notified of such deficiency and shall have an additional five (5)
calendar days to submit a corrected certificate to the City. If the Contractor fails to submit the required
insurance documents in the manner prescribed in this Solicitation within fifteen (15) calendar days after
receipt Notice of Award, the contractor shall be in default of the contractual terms and conditions and shall
not be awarded the contract. Under such circumstances, the Bidder/Proposer may be prohibited from
submitting future responses to the City. Information regarding any insurance requirements shall be directed
to the Risk Administrator, Department of Risk Management, at 444 SW 2nd Avenue, 9th Floor, Miami,
Florida 33130, 305-416-1604.
The Bidder/Proposer shall be responsible for assuring that the insurance certificates required in
conjunction with this Section remain in effect for the duration of the contractual period; including any and
all option terns that may be granted to the Bidder/Proposer.
1.49. INVOICES - Invoices shall contain purchase order number and details of goods and/or services
delivered (i.e. quantity, unit price, extended price, etc).
1.50. LOCAL PREFERENCE - City Code Section 18-85, states that the City Commission may offer to a
responsible and responsive bidder/proposer, who maintains a Local Office, the opportunity of accepting a
bid at the low bid amount, if the original bid amount submitted by the local vendor is not more than ten
Page 112 of 127
34019
percent (10%) in excess of the lowest other responsible and responsive bidder/proposer
1.51. MANUFACTURER'S CERTIFICATION -The City reserves the right to request from
bidders/proposers a separate Manufacturer's Certification of all statements made in the bid/proposal.
Failure to provide such certification may result in the rejection of bid/proposal or termination of
contract/agreement, for which the bidder/proposer must bear full liability.
1.52. MINORITY/WOMEN PROCUREMENT PROGRAM - Ordinance No. 10062, as amended,
entitled the Minority and Women Business Affairs and Procurement Ordinance of the City of Miami,
Florida, sets forth "...a goal of awarding at least 51 percent of the City's total annual dollar volume of all
expenditures for all goods and services to Black, Hispanic and Women minority business enterprises on an
equal basis." A minority business enterprise is defined as a business firm "...in whichat least 51 percent of
said enterprise is owned by Blacks, Hispanics, or Women and whose management and daily business
operations are controlled by one or more Blacks, Hispanics or Women."
To achieve the goal established by these Ordinances, participation in providing goods and services to the
City by minorities is being encouraged in a number of ways. All bidders/proposers doing business with the
City are encouraged to include the participation of minority firms in their response. In evaluating
bids/proposals for determination of awards, minority participation may be a factor. Failure to adequately
involve minority firms may be a basis for rejecting any and all responses.
Possible ways to include minority participation would involve:
A. Joint venture with a minority firm(s)
B. Utilizing minority firm(s) as subcontractor(s).
C. Utilizing minority firm(s) to supply goods and/or services.
D. Successful implementation of well defined affirmative action program.
E. Other forms of minority participation, if properly documented.
Successful bidder(s)/proposer(s) shall be required to establish an Affirmative Action Plan, if not, an
Affirmative Action Policy shall be established, pursuant to Ordinance #10062 as amended. Effective date
of implementation must be indicated on the policy.
A "Minority Status Information Sheet" is provided to assist bidders/proposers in presenting information
concerning minority participation.
Minority and women -owned business firms are encouraged, but not required, to register with the City prior
to submitting a response. The Purchasing Department, Minority/Women Business Affairs Office, will
provide the necessary forms and instructions upon request. All bidders/proposers are urged to submit
responses for any goods or services that they are able to supply, regardless of minority classification.
However, compliance with all requests for information regarding Minority/Women Status or Participation
is required. Bidder's/Proposer's cooperation is greatly needed to aid the City in achieving its goal.
Bidders/Proposers may contact this Office at (305) 416-1913 for information.
1.53. MODIFICATIONS OR CHANGES IN PURCHASE ORDERS AND CONTRACTS - No
contract or understanding to modify this Formal Solicitation and resultant purchase orders or contracts, if
applicable, shall be binding upon the City unless made in writing by the Director of Purchasing of the City
of Miami, Florida through the issuance of a change order, addendum, amendment, or supplement to the
contract, purchase order or award sheet as appropriate.
1.54. NO INTEREST IN BIDDING - If you do not wish to respond, please return the "Statement of No
Bid" form, stating the reason. Failure to submit a response after three (3) times without a sufficient
justification of "No Bid" will be cause for removal from the Vendor/Bidder's list.
Vendors are encouraged to register on-line by visiting the City's website at
http://www.ei.miami.fl.us/procurement
1.55. NO PARTNERSHIP OR JOINT VENTURE - Nothing contained in this Contract will be deemed
or construed to create a partnership or joint venture between the City of Miami and Contractor, or to create
any other similar relationship between the parties.
1.56. NONCONFORMANCE TO CONTRACT CONDITIONS - Items may be tested for compliance
with specifications under the direction of the Florida Department of Agriculture and Consumer Services or
Page 113 of 127
34019
by other appropriate testing Laboratories as determined by the City. The data derived from any test for
compliance with specifications is public record and open to examination thereto in accordance with
Chapter 119, Florida Statutes. Items delivered not conforming to specifications may be rejected and
returned at Bidder's/Proposer's expense. These non -conforming items not delivered as per delivery date in
the response andlor Purchase Order may result in bidder/proposer being found in default in which event
any and all re -procurement costs may be charged against the defaulted contractor. Any violation of these
stipulations may also result in the supplier's name being removed from the City of Miami's Supplier's list.
1.57. NONDISCRIMINATION —Bidder/Proposer agrees that it shall not discriminate as to race, sex,
color, age, religion, national origin, marital status, or disability in connection with its performance under
this formal solicitation. Furthermore, Bidder/Proposer agrees that no otherwise qualified individual shall
solely by reason of his/her race, sex, color, age, religion, national origin, marital status or disability be
excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any
program or activity.
In connection with the conduct of its business, including performance of services and employment of
personnel, Bidder/Proposer shall not discriminate against any person on the basis of race, color, religion,
disability, age, sex, marital status or national origin. All persons having appropriate qualifications shall be
afforded equal opportunity for employment.
1.58. NON-EXCLUSIVE CONTRACT/ PIGGYBACK PROVISION - At such times as may serve its
best interest, the City of Miami reserves the right to advertise for, receive, and award additional contracts
for these herein goods and/or services, and to make use of other competitively bid (governmental)
contracts, agreements, or other similar sources for the purchase of these goods and/or services as may be
available.
It is hereby agreed and understood that this formal solicitation does not constitute the exclusive rights of
the successful bidder(s)/proposer(s) to receive all orders that may be generated by the City in conjunction
with this Formal Solicitation.
In addition, any and all commodities, equipment, and services required by the City in conjunction with
construction projects are solicited under a distinctly different solicitation process and shall not be purchased
under the terms, conditions and awards rendered under this solicitation, unless such purchases are
determined to be in the best interest of the City.
1.59. OCCUPATIONAL LICENSE - Any person, firm, corporation or joint venture, with a business
location in the City of Miami and is submitting a Response under this Formal Solicitation shall meet the
City's Occupational License Tax requirements in accordance with Chapter 31.1, Article I of the City of
Miami Charter. Others with a location outside the City of Miami shall meet their local Occupational
License Tax requirements. A copy of the license must be submitted with the response; however, the City
may at its sole option and in its best interest allow the Bidder/Proposer to supply the license to the City
during the evaluation period, but prior to award.
1.60. ONE PROPOSAL - Only one (1) Response from an individual, firm, partnership, corporation or
joint venture will be considered in response to this Formal Solicitation. When submitting an alternate
response, please refer to the herein condition for "Alternate Responses May Be Considered".
1.61. OWNERSHIP OF DOCUMENTS - It is understood by and between the parties that any documents,
records, files, or any other matter whatsoever which is given by the City to the successful Bidder/Proposer
pursuant to this formal solicitation shall at all times remain the property of the City and shall not be used by
the Bidder/Proposer for any other purposes whatsoever without the written consent of the City.
1.62. PARTIAL INVALIDTTY - If any provision of this Contract or the application thereof to any person
or circumstance shall to any extent be held invalid, then the remainder of this Contract or the application of
such provision to persons or circumstances other than those as to which it is held invalid shall not be
affected thereby, and each provision of this Contract shall be valid and enforced to the fullest extent
permitted by law.
1.63 PERFORMANCE/PAYMENT BOND —A Contractor may be required to furnish a
Performance/Payment Bond as part of the requirements of this Contract, in an amount equal to one hundred
percent (100%) of the contract price.
1.64. PREPARATION OF RESPONSES (HARDCOPY FORMAT) —Bidders/Proposers are expected to
Page 114 of 127
34019
examine the specifications, required delivery, drawings, and all special and general conditions. All
bid/proposed amounts, if required, shall be either typewritten or entered into the space provided with ink.
Failure to do so will be at the Bidder's/Proposer's risk.
A. Each Bidder/Proposer shall furnish the information required in the Formal Solicitation. The
Bidder/Proposer shall sign the Response and print in ink or type the name of the Bidder/Proposer, address,
and telephone number on the face page and on each continuation sheet thereof on which he/she makes an
entry, as required.
B. If so required, the unit price for each unit offered shall be shown, and such price shall include
packaging, handling and shipping, and F.O.B. Miami delivery inside City premises unless otherwise
specified. Bidder/Proposer shall include in the response all taxes, insurance, social security, workmen's
compensation, and any other benefits normally paid by the Bidder/Proposer to its employees. if
applicable, a unit price shall be entered in the "Unit Price" column for each item. Based upon estimated
quantity, an extended price shall be entered in the "Extended Price" column for each item offered. In case
of a discrepancy between the unit price and extended price, the unit price will be presumed correct.
C. The Bidder/Proposer must state a definite time, if required, in calendar days for delivery of goods
and/or services.
D. The Bidder/Proposer should retain a copy of all response documents for future reference.
E. All responses, as described, must be fully completed and typed or printed in ink and must be signed in
ink with the firm's name and by an officer or employee having authority to bind the company or firm by
his/her signature. Bids/Proposals having any erasures or corrections must be initialed in ink by person
signing the response or the response may be rejected.
F. Responses are to remain valid for at least 180 days. Upon award of a contract, the content of the
Successful Bidder's/Proposer's response may be included as part of the contract, at the City's discretion.
G. The City of Miami's Response Forms shall be used when Bidder/Proposer is submitting its response in
hardcopy format. Use of any other forms will result in the rejection of the response. IF SUBMITTING
HARDCOPY FORMAT, THE ORIGINAL AND THREE (3) COPIES OF THESE SETS OF FORMS,
UNLESS OTHERWISE SPECIFIED, AND ANY REQUIRED ATTACHMENTS MUST BE
RETURNED TO THE CITY OR YOUR RESPONSE MAY BE DEEMED NON-RESPONSIVE.
1.65. PRICE ADJUSTMENTS — Any price decrease effectuated during the contract period either by
reason of market change or on the part of the contractor to other customers shall be passed on to the City of
Miami.
1.66. PRODUCT SUBSTITUTES - In the event a particular awarded and approved manufacturer's
product becomes unavailable during the term of the Contract, the Contractor awarded that item may
arrange with the City's authorized representative(s) to supply a substitute product at the awarded price or
lower, provided that a sample is approved in advance of delivery and that the new product meets or exceeds
all quality requirements.
1.67. CONFLICT OF INTEREST, AND UNETHICAL BUSINESS PRACTICE PROHIBITIONS -
Contractor represents and warrants to the City that it has not employed or retained any person or company
employed by the City to solicit or secure this Contract and that it has not offered to pay, paid, or agreed to
pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in
connection with, the award of this Contract.
1.68. PROMPT PAYMENT—Bidders/Proposers may offer a cash discount for prompt payment; however,
discounts shall not be considered in determining the lowest net cost for response evaluation purposes.
Bidders/Proposers are required to provide their prompt payment terms in the space provided on the Formal
Solicitation. If no prompt payment discount is being offered, the Bidder/Proposer must enter zero (0) for
the percentage discount to indicate no discount. If the Bidder/Proposer fails to enter a percentage, it is
understood and agreed that the terms shall be 2% 20 days, effective after receipt of invoice or final
acceptance by the City, whichever is later.
When the City is entitled to a cash discount, the period of computation will commence on the date of
delivery, or receipt of a correctly completed invoice, whichever is later. If an adjustment in payment is
necessary due to damage, the cash discount period shall cornmence on the date final approval for payment
Page I IS of 127
34019
is authorized. if a discount is part of the contract, but the invoice does not reflect the existence of a cash
discount, the City is entitled to a cash discount with the period commencing on the date it is determined by
the City that a cash discount applies.
Price discounts off the original prices quoted on the Price Sheet will be accepted from successful
bidders/proposers during the term of the contract.
1.69. PROPERTY - Property owned by the City of Miami is the responsibility of the City of Miami. Such
property furnished to a Contractor for repair, modification, study, etc., shall remain the property of the City
of Miami. Damages to such property occurring while in the possession of the Contractor shall be the
responsibility of the Contractor. Damages occurring to such property while in route to the City of Miami
shall be the responsibility of the Contractor. In the event that such property is destroyed or declared a total
loss, the Contractor shall be responsible for replacement value of the property at the current market value,
less depreciation of the property, if any.
1.70. PROVISIONS BINDING - Except as otherwise expressly provided in this Contract, all covenants,
conditions and provisions of this Contract shall be binding upon and shall inure to the benefit of the parties
hereto and their respective heirs, legal representatives, successors and assigns.
1.71. PUBLIC ENTITY CRIMES - A person or affiliate who has been placed on the convicted vendor list
following a conviction for a public entity crime may not submit a response on a contract to provide any
goods or services to a public entity, may not submit a response on a contract with a public entity for the
construction or repair of a public building or public work, may not submit responses on leases of real
property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or
consultant under a contract with any public entity, and may not transact business with any public entity in
excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36
months from the date of being placed on the convicted vendor list.
1.72. PUBLIC RECORDS - Contractor understands that the public shall have access, at all reasonable
times, to all documents and information pertaining to City contracts, subject to the provisions of Chapter
119, Florida Statutes, and City of Miami Code, Section 18, Article III, and agrees to allow access by the
City and the public to all documents subject to disclosure under applicable law. Contractor's failure or
refusal to comply with the provision of this section shall result in the immediate cancellation of this
Contract by the City.
1.73. QUALITY OF GOODS, MATERIALS, SUPPLIES, PRODUCTS, AND EQUIPMENT - All
materials used in the manufacturing or construction of supplies, materials, or equipment covered by this
solicitation shall be new. The items bid/proposed must be of the latest make or model, of the best quality,
and of the highest grade of workmanship, unless as otherwise specified in this Solicitation.
1.74. QUALITY OF WORK/SERVICES - The work/services performed must be of the highest quality
and workmanship. Materials furnished to complete the service shall be new and of the highest quality
except as otherwise specified in this Solicitation.
1.75. REMEDIES PRIOR TO AWARD (See. 18-106) - If prior to Contract award it is determined that a
formal solicitation or proposed award is in violation of law, then the solicitation or proposed award shall be
cancelled by the City Commission, the City Manager or the Chief Procurement Officer, as may be
applicable, or revised to comply with the law.
1.76. RESOLUTION OF CONTRACT DISPUTES (Sec. 18-105)
(a) Authority to resolve Contract disputes. The City Manager, after obtaining the approval of the city
attorney, shall have the authority to resolve controversies between the Contractual Party and the city which
arise under, or by virtue of, a Contract between them; provided that, in cases involving an amount greater
than $25,000, the City Commission must approve the City Manager's decision. Such authority extends,
without limitation, to controversies based upon breach of Contract, mistake, misrepresentation or lack of
complete performance, and shall be invoked by a Contractual Party by submission of a protest to the City
Manager.
(b) Contract dispute decisions. If a dispute is not resolved by mutual consent, the City Manager shall
promptly render a written report stating the reasons for the action taken by the City Comm-nission or the City
Manager which shall be final and conclusive. A copy of the decision shall be irmnediately provided to the
protesting party, along with a notice of such party's right to seek judicial relief, provided that the protesting
Page 116 of 127
[cddON
party shall not be entitled to such judicial relief without first having followed the procedure set forth in this
section.
1.77. RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (Sec. 18-104)
(a) Right to protest. The following procedures shall be used for resolution of protested solicitations and
awards except for purchases of goods, supplies, equipment, and services, the estimated cost of which does
not exceed $25,000.
Protests thereon shall be governed by the Administrative Policies and Procedures of Purchasing
1.Protest of Solicitation.
i. Any prospective proposer who perceives itself aggrieved in connection with the solicitation of a Contract
may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with
the Chief Procurement Officer within three days after the Request for Proposals, Request for Qualifications
or Request for Letters of Interest is published in a newspaper of general circulation. A notice of intent to
file a protest is considered filed when received by the Chief Procurement Officer; or
ii. Any prospective bidder who intends to contest the Solicitation Specifications or a solicitation may
protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the
Chief Procurement Officer within three days after the solicitation is published in a newspaper of general
circulation. A notice of intent to file a protest is considered filed when received by the Chief Procurement
Officer.
2. Protest of Award.
i. Any actual proposer who perceives itself aggrieved in connection with the recommended award of
Contract may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be
filed with the Chief Procurement Officer within two days after receipt by the proposer of the notice of the
City Manager's recommendation for award of Contract. The receipt by proposer of such notice shall be
confirmed by the city by facsimile or electronic mail or U.S. mail, return receipt requested. A notice of
intent to file a protest is considered filed when received by the Chief Procurement Officer; or
ii. Any actual Responsive and Responsible Bidder whose Bid is lower than that of the recommended bidder
may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with
the Chief Procurement Officer within two days after receipt by the bidder of the notice of the city's
determination of non responsiveness or non responsibility. The receipt by bidder of such notice shall be
confirmed by the city by facsimile or electronic mail or U.S. mail, return receipt requested. A notice of
intent to file a protest is considered filed when received by the Chief Procurement Officer.
iii. A written protest based on any of the foregoing must be submitted to the Chief Procurement Officer
within five (5) days after the date the notice of protest was filed. A written protest is considered filed when
received by the Chief Procurement Officer.
The written protest may not challenge the relative weight of the evaluation criteria or the formula for
assigning points in making an award determination.
The written protest shall state with particularity the specific facts and law upon which the protest of the
solicitation or the award is based, and shall include all pertinent documents and evidence and shall be
accompanied by the required Filing Fee as provided in subsection (f). This shall form the basis for review
of the written protest and no facts, grounds, documentation or evidence not contained in the protester's
submission to the Chief Procurement Officer at the time of filing the protest shall be permitted in the
consideration of the written protest.
No time will be added to the above limits for service by mail. In computing any period of time prescribed
or allowed by this section, the day of the act, event or default froth which the designated period of time
begins to run shall not be included. The last day of the period so computed shall be included unless it is a
Saturday, Sunday or legal holiday in which event the period shall run until the end of the next day which is
neither a Saturday, Sunday or legal holiday. Intermediate Saturdays, Sundays and legal holidays shall be
excluded in the computation of the time for filing.
(b) Authority to resolve protests. The Chief Procurement Officer shall have the authority, subject to the
approval of the City Manager and the city attorney, to settle and resolve any written protest. The Chief
Procurement Officer shall obtain the requisite approvals and communicate said decision to the protesting
party and shall submit said decision to the City Commission within 30 days after he/she receives the
Page 117 of 127
34019
protest. In cases involving more than $25,000, the decision of the Chief Procurement Officer shall be
submitted for approval or disapproval thereof to the City Commission after a favorable recommendation by
the city attorney and the City Manager.
(c) Compliance with filing requirements. Failure of a party to timely file either the notice of intent to file a
protest or the written protest, together with the required Filing Fee as provided in subsection (f), with the
Chief Procurement Officer within the time provided in subsection (a), above, shall constitute a forfeiture of
such party's right to file a protest pursuant to this section. The protesting party shall not be entitled to seek
judicial relief without first having followed the procedure set forth in this section
(d) Stay of Procurements during protests. Upon receipt of a written protest filed pursuant to the
requirements of this section, the city shall not proceed further with the solicitation or with the award of the
Contract until the protest is resolved by the Chief Procurement Officer or the City Commission as provided
in subsection (b) above, unless the City Manager makes a written determination that the solicitation process
or the Contract award must be continued without delay in order to avoid an immediate and serious danger
to the public health, safety or welfare.
(e) Costs. All costs accruing from a protest shall be assumed by the protestor.
(I) Filing Fee. The written protest must be accompanied by a filing fee in the form of a money order or
cashier's check payable to the city in an amount equal to one percent of the amount of the Bid or proposed
Contract, or $5000.00, whichever is less, which filing fee shall guarantee the payment of all costs which
may be adjudged against the protestor in any administrative or court proceeding. If a protest is upheld by
the Chief Procurement Officer and/or the City Commission, as applicable, the filing fee shall be refunded
to the protestor less any costs assessed under subsection (e) above. If the protest is denied, the filing fee
shall be forfeited to the city in lieu of payment of costs for the administrative proceedings as prescribed by
subsection (e) above. 0
1.78. SAMPLES - Samples of items, when required, must be submitted within the time specified at no
expense to the City. If not destroyed by testing, bidder(s)/proposer(s) will be notified to remove samples,
at their expense, within 30 days after notification. Failure to remove the samples will result in the samples
becoming the property of the City.
1.79. SELLING, TRANSFERRING OR ASSIGNING RESPONSIBILITIES - Contractor shall not sell,
assign, transfer or subcontract at any time during the term of the Contract, or any part of its operations, or
assign any portion of the performance required by this contract, except under and by virtue of written
permission granted by the City through the proper officials, which may be withheld or conditioned, in the
City's sole discretion.
1.80. SERVICE AND WARRANTY —When specified, the bidder/proposer shall define all warranty,
service and replacements that will be provided. Bidders/Proposer must explain on the Response to what
extent warranty and service facilities are available. A copy of the manufacturer's warranty, if applicable,
should be submitted with your response.
1.81. SILENCE OF SPECIFICATIONS - The apparent silence of these specifications and any
supplemental specification as to any detail or the omission from it of detailed description concerning any
point shall be regarded as meaning that only the best commercial practices are to prevail and that only
materials of first quality and correct type, size and design are to be used. All workmanship and services is
to be first quality.
All interpretations of these specifications shall be made upon the basis of this statement.
If your firm has a current contract with the State of Florida, Department of General Services, to supply the
items on this solicitation, the bidder/proposer shall quote not more than the contract price; failure to comply
with this request will result in disqualification of bid/proposal.
1.82. SUBMISSION AND RECEIPT OF RESPONSES - Responses shall be submitted electronically via
the Oracle System or responses may be submitted in hardcopy format to the City Clerk, City Hall, 3500
Pan American Drive, Miami, Florida 33133-5504, at or before, the specified closing date and time as
designated in the IFB, RFP, RFQ, or RFLI. NO EXCEPTIONS. Bidders/Proposers are welcome to attend
the solcitation closing; however, no award will be made at that time.
A. Hardcopy responses shall be enclosed in a sealed envelope, box package. The face of the envelope,
box or package must show the hour and date specified for receipt of responses, the solicitation number and
Page 118 of 127
34019
title, and the name and return address of the Bidder/Proposer. Hardcopy responses not submitted on the
requisite Response Forms may be rejected. Hardcopy responses received at any other location than the
specified shall be deemed non-responsive.
Directions to City Hall:
FROM THE NORTH: I-95 SOUTH UNTIL IT TURNS INTO US 1. USI SOUTH TO 27TH AVE.,
TURN LEFT, PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, l
BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN
AMERICAN DR. PARKING IS ON RIGHT.
FROM THE SOUTH: US l NORTH TO 27TH AVENUE, TURN RIGHT, PROCEED SOUTH TO SO.
BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN
AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT.
B. Facsimile responses will not be considered.
C. Failure to follow these procedures is cause for rejection of bid/proposal.
D. The responsibility for obtaining and submitting a response on or before the close date is solely and
strictly the responsibility of Bidder/Proposer. The City of Miami is not responsible for delays caused by
the United States mail delivery or caused by any other occurrence. Responses received after the
solicitation closing date and time will be returned unopened, and will not be considered for award.
E. Late responses will be rejected.
F. All responses are subject to the conditions specified herein. Those which do not comply with these
conditions are subject to rejection.
G. Modification of responses already submitted will be considered only if received at the City before the
time and date set for closing of solicitation responses. All modifications must be submitted via the Oracle
System or in writing. Once a solicitation closes (closed date and/or time expires), the City will not consider
any subsequent submission which alters the responses.
H. If hardcopy responses are submitted at the same time for different solicitations, each response must be
placed in a separate envelope, box, or package and each envelope, box or package must contain the
information previously stated in 1.82.A.
1.83. TAXES - The City of Miami is exempt from any taxes imposed by the State and/or Federal
Government. Exemption certificates will be provided upon request. Notwithstanding, Bidders/Proposers
should be aware of the fact that all materials and supplies which are purchased by the Bidder/Proposer for
the completion of the contract is subject to the Florida State Sales Tax in accordance with Section 212.08,
Florida Statutes, as amended and all amendments thereto and shall be paid solely by the Bidder/Proposer.
1.84. TERMINATION —The City Manager on behalf of the City of Miami reserves the right to terminate
this contract by written notice to the contractor effective the date specified in the notice should any of the
following apply:
A. The contractor is determined by the City to be in breach of any of the terms and conditions of the
contract.
B. The City has determined that such tennination will be in the best interest of the City to terminate the
contract for its own convenience;
C. Funds are not available to cover the cost of the goods and/or services. The City's obligation is
contingent upon the availability of appropriate funds.
1.85 TERMS OF PAYMENT - Payment will be made by the City after the goods and/or services awarded
to a Bidder/Proposer have been received, inspected, and found to comply with award specifications, free of
damage or defect, and properly invoiced. No advance payments of any kind will be made by the City of
Miami.
Payment shall be made after delivery, within 45 days of receipt of an invoice and authorized inspection
and acceptance of the goods/services and pursuant to Florida Statute 218.74 and other applicable law.
1.86. TIMELY DELIVERY - Time will be of the essence for any orders placed as a result of this
solicitation. The City reserves the right to cancel such orders, or any part thereof, without obligation, if
Page 119 of 127
34019
delivery is not made within the time(s) specified on their Response. Deliveries are to be made during
regular City business hours unless otherwise specified in the Special Conditions.
1.87. TITLE - Title to the goods or equipment shall not pass to the City until after the City has accepted
the goods/equipment or used the goods, whichever comes first.
1.88.TRADE SECRETS EXECUTION TO PUBLIC RECORDS DISCLOSURE- All Responses
submitted to the City are subject to public disclosure pursuant to Chapter 119, Florida Statutes. An
exception may be made for "trade secrets."
If the Response contains information that constitutes a "trade secret", all material that qualifies for
exemption from Chapter 119 must be submitted in a separate envelope, clearly identified as "TRADE
SECRETS EXCEPTION," with your firm's name and the Solicitation number and title marked on the
outside.
Please be aware that the designation of an item as a trade secret by you may be challenged in court by any
person. By your designation of material in your Response as a "trade secret" you agree to indemnify and
hold harmless the City for any award to a plaintiff for damages, costs or attorney's fees and for costs and
attorney's fees incurred by the City by reason of any legal action challenging your claim.
1.89. UNAUTHORIZED WORK OR DELIVERY OF GOODS- Neither the qualified
Bidder(s)/Proposer(s) nor any of his/her employees shall perform any work or deliver any goods unless a
change order or purchase order is issued and received by the Contractor. The qualified
Bidder(s)/Proposer(s) shall not be paid for any work performed or goods delivered outside the scope of the
contract or any work performed by an employee not otherwise previously authorized.
1.90. USE OF NAME - The City is not engaged in research for advertising, sales promotion, or other
publicity purposes. No advertising, sales promotion or other publicity materials containing information
obtained from this Solicitation are to be mentioned, or imply the name of the City, without prior express
written permission of the City Manager or the City Commission.
1.91. VARIATIONS OF SPECIFICATIONS - For purposes of solicitation evaluation, bidders/proposers
must indicate any variances from the solicitation specifications and/or conditions, no matter how slight. If
variations are not stated on their Response, it will be assumed that the product fully complies with the
City's specifications.
Page 120 of 127
34019
2. Special Conditions
2.1. PURPOSE
The purpose of this Solicitation is to establish a contract, for Medical Supplies, as specified herein, from a
source(s) of supply that will give prompt and efficient service.
2.2. SUBMISSION OF BID RESPONSES
Due to the large number of line items contained in this Invitation for Bid, the City will only accept
responses submitted electronically via the Oracle System. Responses submitted in hardcopy format will be
deemed non-responsive.
For instructions on how to submit your bid electronically via the Oracle System, please access
the ISupplier/Sourcing User Guide at the following link:
http://www.miamigov. com/Procurementidocs/i Supplier-Sourcing%2OGuide.pdf
2.3. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL
INFORMATION/CLARIFICATION
Any questions or clarifications concerning this solicitation shall be submitted by mail, email or facsimile to
the Purchasing Department, Attn: Maritza Suarez, CPPB; fax: (305) 400-5025 or
email: msuarez@ci.miami.fl.us. The solicitation title and number shall be referenced on all
correspondence. All questions must be received no later than Thursday, July 26, 2007 @ 5:00 p.m.. All
responses to questions will be sent to all prospective bidders/proposers in the form on an addendum. NO
QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE.
2.4. PRE-BID/PRE-PROPOSAL CONFERENCE
None
2.5. TERM OF CONTRACT
The Contract shall continence upon the date of notice of award and shall be effective for two (2) years with
the option to extend for three (3) additional one (1) year periods, subject to the availability of funds for
succeeding fiscal years.
Continuation of the contract beyond the initial period is a City prerogative; not a right of the bidder. This
prerogative will be exercised only when such continuation is clearly in the best interest of the City.
2.6. CONDITIONS FOR RENEWAL
Each renewal of this contract is subject to the following:
(1) Continued satisfactory performance compliance with the specifications, terms and conditions
established herein.
(2) Availability of funds
In the event the Contractor is unable to extend the contract for any subsequent period under the above
conditions, or for whatever cause, advance written notice and explanation must be submitted to the Chief
Procurement Officer, no later than ninety (90) days prior to the annual expiration date: Such notification is
subject to the acceptance of the City, or the Contractor may be found to be in default.
2.7. ESCALATION CLAUSE
The City acknowledges the fluctuating nature of prices for items specified. Accordingly an
Page 121 of 127
34019
escalator/de-escalator clause will be accepted only under the following conditions:
(1) Price increase(s) and price decrease(s) comparable to documented manufacturer's price changes. The
maximum percentage increase over first year term prices shall not to exceed 2.0% within a 12 -month
period. Escalated prices in the succeeding contract year(s) of the Contract, if any, shall remain firm
during the applicable contract year.
(2) Receipt of proper notification to the Purchasing Department, in writing, of all items affected by price
increases/decreases.
(3) Where all prices shall have remained firm for a minimum of 365 days after effective date of contract.
(4) All prices increase(s) and decrease(s) to be approved by the Purchasing Director.
The City may, after review, refuse to accept the adjusted costs if they are not properly documented,
increases are considered to be excessive, or decreases are considered to be insufficient. In the event the
City does not wish to accept the adjusted costs, and the matter cannot be resolved to the satisfaction of the
City, the City reserves the right to cancel the contract upon giving thirty (30) days notice to the Successful
Bidder.
2.8. EQUITABLE ADJUSTMENT
The Purchasing Department may, in its sole discretion, make an equitable adjustment in the contract terms
and/or pricing if pricing or availability of supply is affected by extreme or unforeseen volatility in the
marketplace, that is, by circumstances that satisfy all the following criteria: (1) the volatility is due to
circumstances beyond the successful bidder(s) control, (2) the volatility affects the marketplace or industry,
not just the particular contract source of supply, (3) the effect on pricing or availability of supply is
substantial, and (4) the volatility so affects the successful bidder(s) that continued performance of the
contract would result in a substantial loss. Successful bidder(s) might have to supply documentation to
justify any requested percentage increase in cost to the City of Miami.
2.9. NON -APPROPRIATION OF FUNDS
In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in
any fiscal period for payments due under this contract, then the City, upon written notice to Contractor or
his assignee of such occurrence, shall have the unqualified right to terminate the contract without any
penalty or expense to the City. No guarantee, warranty or representation is made that any particular or any
project(s) will be awarded to any firm(s).
2.10. METHOD OF AWARD
Award of this contract will be made to the two (2) lowest responsible and responsive bidders on an item by
item basis meeting Specifications. Bidders may bid on one or all items. The City shall select two (2)
vendors, with the lowest deemed the "primary vendor" and the next lowest the "secondary vendor", in the
order of lowest prices provided to the City. Should the "primary vendor" not be able to provide the item at
the time needed, the City has the option to select the next lowest "secondary vendor" to fulfill the order.
2.11. BIDDERS MINIMUM QUALIFICATIONS
Bids will be considered only from firms that are regularly engaged in the business of providing goods
and/or services as described in this Bid; that have a record of performance for a reasonable period of time;
and that have sufficient financial support, equipment and organization to insure that they can satisfactorily
provide the goods and/or services if awarded a Contract under the terms and conditions herein stated.
Bidder shall:
(1) Not have any member, officer, or stockholder that is in arrears or is in default of any debt or contract
involving the City, is a defaulter surety otherwise, upon any obligation to the City, and/or has failed to
perform faithfully on any previous contract with the City.
Page 122 of 127
34019
(2) Have no record of pending lawsuits or criminal activities, and have never been declared bankrupt.
The term "equipment and organization" as used herein shall be construed to mean a fully equipped and
well established industry as determined by the proper authorities of the City of Miami, Florida.
2.12. DELIVERY
Bidders shall specify the guaranteed delivery time (in calendar days) for each item. It must be a firm
delivery time; no ranges will be accepted, i.e.; 12-14 days. If the Successful Bidder fails to deliver within
the specified delivery time, it is understood that 1% of the unit price per calendar day, per unit, will be
deducted as liquidated damages for each day beyond the specified delivery time, up to a maximum of 25%.
2.13. FAILURE TO PERFORM
Should it not be possible to reach the contractor or supervisor and/or should remedial action not be taken
within 48 hours of any failure to perform according to specifications, the City reserves the right to declare
Contractor in default of the contract or snake appropriate reductions in the contract payment.
2.14. METHOD OF PAYMENT
Full payment will be made upon receipt and acceptance of a complete unit(s). No down or partial down
payments will be made.
2.15. PACKING SLIPIDELIVERY 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 City'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.
2.16. ADDITIONS/DELETIONS OF FACILITIES/ITEMS/PRODUCTS
Although this Solicitation identifies specific facilities/items/products to be serviced, it is hereby agreed and
understood that any facility/item/products may be added/deleted to/from this contract at the option of the
City. When an addition to the contract is required, the successful bidder(s) under this contract shall be
invited to submit price quotes for these new services/items/products. If these quotes are comparable with
market prices offered for similar services/items/products, they shall be added to the contract whichever is in
the best interest of the City and an addendum and a separate purchase order shall be issued by the City.
2.17. CONTRACT ADMINISTRATOR
Upon award, contractor shall report and work directly with Lt. Kamal Rashad, who shall be designated as
the Contract Administrator.
2.18. TIE BIDS
Whenever two or more Bids which are equal with respect to price, quality and service are received by the
City for the procurement of commodities or contractual services, a Bid received from a business that
certifies that is has implemented a drug-free workplace program shall be given preference in the award
process. Established procedures for processing tie Bids will be followed if none of the tied vendors have a
Page 123 of 127
34019
drug-free workplace program. In order to have a drug-free workplace program, a business shall:
(1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing,
possession, or use of a controlled substance is prohibited in the workplace and specifying the action that
will be taken against employees for violations of such prohibition.
(2) Inform employees about the dangers of drug abuse in the workplace, the business' policy of
maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance
programs, and the penalties that may be imposed upon employees for drug abuse violations_
(3) Give each employee engaged in providing the commodities or contractual services that are under Bid a
copy of the statement specified in subsection (a.).
(4) In the statement specified in subsection (a.), notify the employees that, as a condition of working on
the commodities or contractual services that are under Bid, the employee will abide by the terms of the
statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any
violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation
occurring in the workplace no later than five (5) days after such conviction.
(5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or
rehabilitation program, if such is available in the employee's community, by any employee who is so
convicted.
(6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this
section.
2.19. NO SUBSTITUTION
When "No Substitution" is used in combination with a manufacturer's name, brand name and/or model
number that named item is the only item that will be accepted by the City.
2.20. WARRANTY, FITNESS FOR PURPOSE
The vendor warrants items supplied under this contract conform to specifications herein, and are fit for the
purpose for which such goods are ordinarily employed; except if stated in a Special Condition, the material
must then fit that particular purpose. The vendor and the City agrees that orders under this contract does
not exclude, or in any way limit, other warranties, provided in this agreement or by law.
2.21. QUALITY AND MANUFACTURE
The apparent silences of these specifications as to any details or the apparent omission from it of a detailed
description conceming any point, shall be regarded as meaning that only materials and workmanship of
first quality are to be used. All interpretations of these specifications shall be made upon the basis of this
statement.
Specifications, brands and manufacturers' names, where given, are to establish product type and quality
required. Any equal thereto will be considered, subject to the approval of the City of Miami. Bidders shall
indicate on the Bid Sheets, the manufacturer, brand and model or style number they intend to supply to the
City, for each item bid. All materials shall be new, of current manufacture, and shall carry standard
warranties. No substitutions shall be allowed after the bid is awarded unless so authorized by the City.
The City reserves the right to perform its own testing procedures or to send any and all samples to any
Page 124 of 127
34019
certifiable laboratory for analysis. Any and all costs for testing shall be borne by bidder. On the basis of
this testing and analysis, the City shall be sole judge of the acceptability of the sample in conjunction with
the bid specifications and it's 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
City, in the manner prescribed by the City, if this warranty is violated during the term of the contract.
2.22. PRODUCT SUBSTITUTES
In the event a particular approved and awarded manufacturer's product becomes unavailable during the
term of the Contract, the Contractor awarded that item may arrange with the authorized City representative,
to supply a substitute product at the bid price or lower, provided that a sample is approved beforehand and
that the new product meets or exceed all quality requirements. Contractor shall replace items purchased by
the City which are of unacceptable quality or which are determined by the using department unserviceable
for any reasons. Items covered by express warranty shall be governed by terms and conditions therein.
2.23. REFERENCES
Each bid must be accompanied by a list of references, which shall include the name of the company, dates
of contract, description of goods supplied, a contact person and the telephone number. NO BID WILL BE
CONSIDERED WITHOUT THIS LIST.
2.24. SPECIFICATION EXCEPTIONS
Specifications are based on the most current literature available. Bidder shall notify the City of Miami
Purchasing Department in writing, no less than ten (10) days prior to a bid opening, of any change in the
manufacturers' specifications which conflict with the bid specifications. Bidders must also explain any
deviation from the bid specifications in writing as a footnote on the applicable bid specification page and
enclose a copy of the manufacturer's specifications data detailing the changed item(s) with his bid.
Additionally, bidders must indicate any options requiring the addition of other options, as well as those
which are included as a part of another option. Failure of bidders to comply with these provisions will
result in bidders being held responsible for all costs required to bring the vehicle in compliance with
contract specifications.
2.25. TERMINATION
A. FOR DEFAULT
If Contractor defaults in its performance under this Contract and does not cure the default within 30 days
after written notice of default, the City Manager may terminate this Contract, in whole or in part, upon
written notice without penalty to the City of Miami. In such event the Contractor shall be liable for
damages including the excess cost of procuring similar supplies or services: provided that if, (1) it is
determined for any reason that the Contractor was not in default or (2) the Contractor's failure to perform is
without his or his subcontractor's control, fault or negligence, the tennination will be deemed to be a
termination for the convenience of the City of Miami.
B. FOR CONVENIENCE
The City Manager may tenninate this Contract, in whole or in part, upon 30 days prior written notice when
it is in the best interests of the City of Miami. If this Contract is for supplies, products, equipment, or
software, and so terminated for the convenience by the City of Miami the Contractor will be compensated
in accordance with an agreed upon adjustment of cost. To the extent that this Contract is for services and so
terminated, the City of Miami shall be liable only for payment in accordance with the payment provisions
of the Contract for those services rendered prior to termination.
2.26. ADDITIONAL TERMS AND CONDITIONS
Page 125 of 127
34019
No additional terms and conditions included with the bid response shall be evaluated or considered, and
any and all such additional terms and conditions shall have no force or effect and are inapplicable to this
bid. If submitted either purposely, through intent or design, or inadvertently, appearing separately in
transmittal letters, specifications, literature, price lists or warranties, it is understood and agreed that the
General and Special Conditions in this bid solicitation are the only conditions applicable to this bid and that
the bidder's authorized signature affixed to the bidder's acknowledgment form attests to this.
2.27. PRIMARY CLIENT (FIRST PRIORITY)
The successful bidder(s) agree upon award of this contract that the City of Miami shall be its primary client
and shall be serviced first during a schedule conflict arising between this contract and any other contract
successful bidder(s) may have with any other cities and/or counties to perform similar services as a result of
any catastrophic events such as tornadoes, hurricanes, severe storms or any other public emergency
impacting various areas during or approximately the same time.
Page 126 of 127
3. Specifications
3.1. SPECIFICATIONS/SCOPE OF WORK
NO SUBSTITUTION ON ANY OF THE ITEMS LISTED.
Please refer to the Line Item Description for item specifications.
34019
Page 127 of 127