Loading...
HomeMy WebLinkAboutInvitation for BidCity of Miami Invitation for Bid (IFB) Purchasing Department Miami Riverside Center 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 Web Site Address: http://ci.miami.fl.us/procurement IFB Number: Title: Issue Date/Time: IFB 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: 341290,2 Invitation for Bid for Pharmaceuticals and Medical Supplies 23-OCT-2012 11/27/2012 @ 11:00:00 None Wednesday, October 31, 2012 at 5:00 PM Gonzalez, Yusbel City of Miami - City Clerk 3500 Pan American Drive Miami FL 33133 US YGonzalez@ci.miami.fl.us (305) 400-5104 Page 1 of 216 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 180 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 (I) 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: TITLE: DATE. FAILURE TO COMPLETE. SIGN. AND RETURN THIS FORM SHALL DISQUALIFY THIS BID. Page 2 of 216 Certifications Legal Name of Firm: Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Year Established: Office Location: City of Miami, Miami -Dade County, or Other Representative's Name (First and Last Name): Representative's Telephone Number, Email Address, and Fax Number: Occupational License/Business Tax Receipt Number: Occupational License/Business Tax Receipt Issuing Agency: Occupational License / Business Tax Receipt Expiration Date: 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/Agency for which bidder is currently providing the services/goods as described in this solicitation, or has provided such services/goods in the past: Reference No. 1: Address, City, State, and Zip for above reference company/agency listed: Reference No. 1: Name of Contact Person, Telephone Number, and E-mail Address for above reference no. 1 Page 3 of 216 Reference No. 1: Date of Contract or Sale for above reference no. 1 Reference No. 2: Name of Company/Agency for which bidder is currently providing the services/goods as described in this solicitation, or has provided such services/goods in the past: Reference No. 2: Address, City, State, and Zip for above reference company/agency listed: Reference No. 2: Name of Contact Person, Telephone Number, and E-mail Address for above reference no. 2 Reference No. 2: Date of Contract or Sale for above reference no. 2- Reference No. 3: Name of Company/Agency for which bidder is currently providing the services/goods as described in this solicitation, or has provided such services/goods in the past: Reference No. 3: Address, City, State, and Zip for above reference company/agency listed: Reference No. 3: Name of Contact Person, Telephone Number, and E-mail Address for above reference no. 3 Reference No. 3: Date of Contract or Sale for above reference no. 3 1- Balance of Line Percentage Discount (Per Special Condition Section 2.9) - Please indicate the Percentage Discount, Manufacturer Name, and Catalog or Price List # 2 - Balance of Line Percentage Discount (Per Special Condition Section 2.9) - Please indicate the Percentage Discount, Manufacturer Name, and Catalog or Price List # 3 - Balance of Line Percentage Discount (Per Special Condition Section 2.9) Please indicate the Percentage Discount, Manufacturer Name, and Catalog or Price List # Page 4 of 216 4 - Balance of Line Percentage Discount (Per Special Condition Section 2.9) - Please indicate the Percentage Discount, Manufacturer Name, and Catalog or Price List # 5 - Balance of Line Percentage Discount (Per Special Condition Section 2.9) - Please indicate the Percentage Discount, Manufacturer Name, and Catalog or Price List # 6 - Balance of Line Percentage Discount (Per Special Condition Section 2.9) - Please indicate the Percentage Discount, Manufacturer Name, and Catalog or Price List # Page 5of216 Line: 1 Description: PHARMACEUTICALS - 0.4% Lidocaine Hydrochloride and 5% Dextrose Injection (4mg/m1) 250m1, 24 per case, Mfg., Baxtor, Item # 2B0972, OR EQUAL Category: 26900-00 Unit of Measure: Case Unit Price: $ Number of Units: 25 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 2 Description: PHARMACEUTICALS - 0.9% Sodium Chloride Injection USP 1000 MLK Bags, 14 per case, Mfg., Baxtor, Item # 2B1324, OR EQUAL Category: 26900-00 Unit of Measure: Case Unit Price: $ Number of Units: 4,300 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 3 Description: PHARMACEUTICALS - 10% Calcium Chloride Injection USP lgm (100 mg/ml); 10m1 unit of use Syringe with male Luer Lock Adaptor and 20gauge protected Needle, Mfg., Page 6 of 216 Abbot Lab, NDC # 0074-4928-33, OR EQUAL Category: 26900-00 Unit of Measure: Each Unit Price: $ Number of Units: 1,500 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 4 Description: PHARMACEUTICALS - lml Diphenhydramine HCI Injection USP 50mg mini jet prefilled syringe, Mfg., IMS, NDC # 0548-1390-00, OR EQUAL Category: 26900-00 Unit of Measure: Each Unit Price: $ Number of Units: 500 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 5 Description: PHARMACEUTICALS - 2% Lidocaine HCI Injection USP (100mg/5m1) 5m1 prefilled syringe with male Luer Lock Adapter and 20 gauge protected Needle, Mfg., Abbot Lab, NDC # 0074-4903-34, OR EQUAL Page 7of216 Category: 26900-00 Unit of Measure: Each Unit Price: $ Number of Units: 3,500 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 6 Description: PHARMACEUTICALS - Actidose Aqua 25 gram )Pediatric), 12 per case. Mfr. Paddock, NDC 0574-0121-04, OR EQUAL Category: 26900-00 Unit of Measure: Case Unit Price: $ Number of Units: 120 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 7 Description: PHARMACEUTICALS - Actidose Aqua 50 gram (Adult). Mfr. Paddock, NDC 0574-01121-76, OR EQUAL Category: 26900-00 Unit of Measure: Each Unit Price: $ Number of Units: 600 Total: $ Page 8 of 216 Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 8 Description: PHARMACEUTICALS - Adenocard, 10X2 ml. Mfr. Astellas, Model No. 8234-12, OR EQUAL Category: 26900-00 Unit of Measure: Each Unit Price: $ Number of Units: 1,500 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 9 Description: PHARMACEUTICALS - Adenocard, 10X4 ml. Mfr. Astellas, NDC 00469-8234-14, OR EQUAL Category: 26900-00 Unit of Measure: Each Unit Price: $ Number of Units: 2,000 Total: $ Manufacturer Manufacturer Item Number Page 9 of 216 Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 10 Description: PHARMACEUTICALS - Adhesive Bandages, plastic, 1 X 3, 100 per box. Mfr: Moore Brand. Mfr Item # 68189, OR EQUAL Category: 26900-00 Unit of Measure: Box Unit Price: $ Number of Units: 1,600 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 11 Description: PHARMACEUTICALS - Albuterol Sulfate, 2.5 mg, Inhalation Solution, 25 per case. Mfr. Nephron Pharmaceuticals, NDC 0487-9501-25, OR EQUAL Category: 26900-00 Unit of Measure: Case Unit Price: $ Number of Units: 1,400 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Page 10 of 216 Packaging Line: 12 Description: PHARMACEUTICALS - Amiodarone HCL 50 mg/ml, Mfr. Bedford Lab, Item No. NDC 55390-0057-01, OR EQUAL Category: 26900-00 Unit of Measure: Each Unit Price: $ Number of Units: 2,700 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging. Line: 13 Description: PHARMACEUTICALS - Ammonia Inhalant Ampules, 0.33 ml, 10 per box. Mfr: PACC Kit, Mfr Item # 9-001, OR EQUAL Category: 26900-00 Unit of Measure: Box Unit Price: $ Number of Units: 750 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Page 11 of 216. Line: 14 Description: PHARMACEUTICALS - Ammonia Inhalants, 10/box. Mfr. Certified Safety, Item #212-005, OR EQUAL Category: 26900-00 Unit of Measure: Box Unit Price: $ Number of Units: 10 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 15 Description: PHARMACEUTICALS - Ammonia Inhalants, 100/box, OR EQUAL Category: 26900-00 Unit of Measure: Box Unit Price: $ Number of Units: 1 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 16 Description: PHARMACEUTICALS - Amsino I.V. Administration Set, 10 Drops, 50 per case, Item No. 108306, OR EQUAL Page 12 of 216 Category: 26900-00 Unit of Measure: Case Unit Price: $ Number of Units: 1,500 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar. Days) Packaging Line: 17 Description: PHARMACEUTICALS - Amsino I.V. Administration Set, 60 Drops, 50 per case, Item No. 608306, OR EQUAL Category: 26900-00 Unit of Measure: Case Unit Price: $ Number of Units: 75 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 18 Description: PHARMACEUTICALS - Asherman Chest Seals, 10 per box, Mfg. Rusch, Item No. 849100, OR EQUAL Category: 26900-00 Unit of Measure: Box Page 13 of 216 Unit Price: $ Number of Units: 175 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 19 Description: PHARMACEUTICALS - Aspirin, Chewable, Adult, 81mg, 36 per bottle. Mfr. Geri -Care, Item No. 911-36, OR EQUAL Category: 26900-00 Unit of Measure: Bottle Unit Price: $ Number of Units: 2,700 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 20 Description: PHARMACEUTICALS - Atropine Sulfate w/ Life Shield Syringe, 0.1 mg / mL in 10 mL syringe, Mfr: Hospira, Mfr Item# 491134, OR EQUAL Category: 26900-00 Unit of Measure: Each Unit Price: $ Number of Units: 1,400 Total: $ Manufacturer Page 14 of 216 Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 21 Description: PHARMACEUTICALS - Atropine Sulfate, 0.1 mg/ml, 10 per pack, Mfr. Hospira, NDC 00409-4911-34, OR EQUAL Category: 26900-00 Unit of Measure: Package Unit Price: $ Number of Units: 500 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 22 Description: PHARMACEUTICALS - Buretrol Sets, Mfr: Baxter, Mfr Item# 2C7519, Supplier Item# 118-2C7519EA, OR EQUAL Category: 26900-00 Unit of Measure: Each Unit Price: $ Number of Units: 12 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Page 15 of 216 Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 23 Description: PHARMACEUTICALS - C4 Midazolam - Versed - 5MG/ML - 2ML Vial - 10/Box, Mfr: Hospira Worldwide, Inc. Mfr Item # 02308-02. Supplier Item # 371113, OR EQUAL Category: 26900-00 Unit of. Measure: Box Unit Price: $ Number of Units: 500 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 24 Description: PHARMACEUTICALS - Calcium Chloride 1 gram / 10 mL vial (Box of 25), Mfr: American Regent Lab, Mfr Item# 271025, OR EQUAL Category: 26900-00 Unit of Measure: Box Unit Price: $ Number of Units: 500 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Page 16 of 216 Line: 25 Description: PHARMACEUTICALS - D5W Dextrose Injection USP (5% Dextrose in Water), 250 ml, Mfg., Baxter, Item No. 2B0062Q, OR EQUAL Category: 26900-00 Unit of Measure: Case Unit Price: $ Number of Units: 150 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 26 Description: PHARMACEUTICALS - Dextrose 25% in water. NDC 00409-1775-10. Mfr. Hospira, Item No. 2892610, OR EQUAL Category: 26900-00 Unit of Measure: Each Unit Price: $ Number of Units: 1,200 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 27 Page 17 of 216 Description: PHARMACEUTICALS - Dextrose 50% in water, NDC 00409-4902-34. Mfr. Hospira, Item No. 2381317, OR EQUAL Category: 26900-00 Unit of Measure: Each Unit Price: $ Number of Units: 8,000 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 28 Description: PHARMACEUTICALS - Dextrose Mini -Bag D5W, 5% 100mL Single Pack. Mfr: Baxter, Mfr. Item # 2B0087, OR EQUAL Category: 26900-00 Unit of Measure: Each Unit Price: $ Number of Units: 1,000 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 29 Description: PHARMACEUTICALS - Diazepam 10 mg Auto -Injector, 15 auto -injectors / box. Mfr: Meridian Medical Technologies, Mfr. Item # 6505-01-274-0951, OR EQUAL Page 18 of 216 Category: 26900-00 Unit of Measure: Box Unit Price: $ Number of Units: 500 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 30 Description: PHARMACEUTICALS - Diazepam 5mg/ml, Mfg. Hospira, Item #NDC 0409-1273-32,OR EQUAL Category: 26900-00 Unit of Measure: Each Unit Price: $ Number of Units: 1,000 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 31 Description: PHARMACEUTICALS - Dopamine, 200 mg, 5% Dextrose, inj., 250 ml. 18 per Case. Item No. 118-2B0832, OR EQUAL Category: 26900-00 Unit of Measure: Case Page 19 of 216 Unit Price: $ Number of Units: 35 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 32 Description: PHARMACEUTICALS - Dramine HCI Injection USP 50mg mini jet prefilled syringe, Mfg., IMS, NDC # 0548-1390-00, OR EQUAL Category: 26900-00 Unit of Measure: Each Unit Price: $ Number of Units: 2,600 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 33 Description: PHARMACEUTICALS - Dudote, Mfr: Meridian Medical, Mfr Item# 11704-620-01, OR EQUAL Category: 26900-00 Unit of Measure: Each Unit Price: $ Number of Units: 400 Total: $ Manufacturer Page 20 of 216 Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 34 Description: PHARMACEUTICALS - Epinephrine 1 mg/ml, 25 per package, Mfr. Abbott/Hospira, NDC 00409-7241-01, OR EQUAL Category: 26900-00 Unit of Measure: Package Unit Price: $ Number of Units: 400 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 35 Description: PHARMACEUTICALS - Epinephrine Injection, USP 1:1000 (1 mg/ml) total of 30 ml. NDC# 0548-9061-00, OR EQUAL Category: 26900-00 Unit of Measure: Each Unit Price: $ Number of Units: 2,150 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Page 21 of 216 Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 36 Description: PHARMACEUTICALS - Epinephrine w/ Life Shield Syringe 1 mg - 0.1 mg/mL (1:10000), Mfr: Hospira, Mfr. Item # 1492134, OR EQUAL Category: 26900-00 Unit of Measure: Each Unit Price: $ Number of Units: 1,400 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 37 Description: PHARMACEUTICALS - Epinephrine, 0.1 mg/ml. Mfr. Hospira, NDC 00409-4921-34, OR EQUAL Category: 26900-00 Unit of Measure: Each Unit Price: $ Number of Units: 4,700 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Page 22 of 216 Line: 38 Description: PHARMACEUTICALS - Etomidate 20 mg -10 mL Vial - 10/Box, Mfr: Hospira, Mfr Item # 06695-01, OR EQUAL Category: 26900-00 Unit of Measure: Each Unit Price: $ Number of Units: 500 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 39 Description: PHARMACEUTICALS - Furosemide 10 mg / 4 mL vial (Box of 25), Mfr: Hospira, Mfr Item# 610204, OR EQUAL Category: 26900-00 Unit of Measure: Box Unit Price: $ Number of Units: 400 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 40 Page 23 of 216 Description: PHARMACEUTICALS - Furosemide Injection UPS 40mg. (10mg/ml) 4 ml prefilled syringe with male Luer Lock adapter, Mfg., Abbot Lab, NDC # 0074-9631-04, OR EQUAL Category: 26900-00 Unit of Measure: Each Unit Price: $ Number of Units: 2,300 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 41 Description: PHARMACEUTICALS - Glucagen (Glucagon). Mfr. Bedford, NDC 55390-004-01, OR EQUAL Category: 26900-00 Unit of Measure: Each Unit Price: $ Number of Units: 1,200 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 42 Description: PHARMACEUTICALS - Glutose Oral Glucose, 15 grams, 3 per pack, 12 packs per case. Mfr. Paddock Lab, NDC 0574-0069-30, OR EQUAL Page 24 of 216 Category: 26900-00 Unit of Measure: Case Unit Price: $ Number of Units: 150 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 43 Description: PHARMACEUTICALS - Lactated Injection UPS 500m1 per bag, 24 per case, Mfg., Baxtor, Item # 2B2323Q, OR EQUAL Category: 26900-00 Unit of Measure: Case Unit Price: $ Number of Units: 75 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 44 Description: PHARMACEUTICALS - Lidocaine w/ Ansyr Pre -filled Syringe, 2% - 100 mg / 5 mL pre -filled syringe, Mfr: Hospira, Mfr Item # 132305, OR EQUAL Category: 26900-00 Unit of Measure: Each Page 25 of 216 Unit Price: $ Number of Units: 1,200 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 45 Description: PHARMACEUTICALS - Magnesium Sulfate, 1 gram/2ml. Mfr. American Regent, NDC 0517-2602-25, OR EQUAL Category: 26900-00 Unit of Measure: Each Unit Price: $ Number of Units: 2,000 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 46 Description: PHARMACEUTICALS - Midazolam HCI (versed) 5mg/ml, Mfr. Baxter, NDC 10019-027-01, OR EQUAL Category: 26900-00 Unit of Measure: Box Unit Price: $ Number of Units: 300 Total: $ Manufacturer Page 26 of 216 Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 47 Description: PHARMACEUTICALS - Morphine Sulfate 10 mg/ml, Mfr. Abbott, Item No. 2049-02, OR EQUAL Category: 26900-00 Unit of Measure: Box Unit Price: $ Number of Units: 300 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 48 Description: PHARMACEUTICALS - Naloxone HCL (Narcan) 2mg. Mfr. International Medication Systems, NDC 0548-1469-00, OR EQUAL Category: 26900-00 Unit of Measure: Each Unit Price: $ Number of Units: 4,500 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Page 27 of 216 Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 49 Description: PHARMACEUTICALS - Nitrostat, 0.4 mg. Mfr. Pfizer, NDC 00071-0418-24, OR EQUAL Category: 26900-00 Unit of Measure: Each Unit Price: $ Number of Units: 850 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 50 Description: PHARMACEUTICALS - Pneumothorax Emergency Set, Catherer Fr: 8.5, Catherer Length (cm): 6, Needle gage: 15. Mfr: Cook. Mfr. Part # G13722, OR EQUAL Category: 26900-00 Unit of Measure: Each Unit Price: $ Number of Units: 40 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Page 28 of 216 Line: 51 Description: PHARMACEUTICALS - Sodium Bicarbonate Inj. 50 mEq, 8.4%. Mfr. Hospira, NDC 0409-6637-34, OR EQUAL Category: 26900-00 Unit of. Measure: Each Unit Price: $ Number of Units: 5,600 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 52 Description: PHARMACEUTICALS - Sodium Chloride 0.9% 500 ML 24 EA/CS. Mfr: Baxter Healthcare. Mfr Item # 2B1323Q, OR EQUAL Category: 26900-00 Unit of Measure: Each Unit Price: $ Number of Units: 250 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 53 Page 29 of 216 Description: PHARMACEUTICALS - Sodium Chloride Inh 3 mL 0.9%, 100 / pk. Mfr: Nephron Corp, Mfr Item# 639841. Supplier Item # 1142339. NDC# 0487-9301-03, OR EQUAL Category: 26900-00 Unit of Measure: Box Unit Price: $ Number of Units: 250 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number. Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 54 Description: PHARMACEUTICALS - Sodium Chloride, 0.9%, 25 per box. Mfr. Abbott/Hospira, NDC 00409-4888-20, OR EQUAL Category: 26900-00 Unit of Measure: Box Unit Price: $ Number of Units: 150 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 55 Description: PHARMACEUTICALS - Sodium Thiosulfate Inj., USP 250 mg/m1/8.4%. Mfr. American Regent, NDC 0517-5019-01, OR EQUAL Page 30 of 216 Category: 26900-00 Unit of Measure: Each Unit Price: $ Number of Units: 150 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 56 Description: MEDICAL SUPPLIES - 0 - Silk on a CT, box; 36 per Box, Mfr: Doctors Supply, Mfr Item# J260H, Supplier Item# 1126-26008. NO SUBSTITUTION Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 1 Total: $ Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Line: 57 Description: MEDICAL SUPPLIES - 12 Lead Simulators. Mfr. Physio-Control, Item No. 806395-002, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 15 Total: $ Manufacturer Manufacturer Item Number Page 31 of 216 Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 58 Description: MEDICAL SUPPLIES - 12-Lead ECG Patient Cable Main, 5' Truck Connector. Mfr. Physio-Control, Item No. 11110-000111, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 110 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 59 Description: MEDICAL SUPPLIES - 12-Lead ECG Patient Cable, 4-wire limb lead. Mfr. Physio-Control, Item No. 11110-000102, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 100 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Page 32 of 216 Packaging Line: 60 Description: MEDICAL SUPPLIES - 12-Lead ECG Patient Cable, 6-lead. Mfr. Physio-Control, Item No. 11110-000103, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 75 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 61 Description: MEDICAL SUPPLIES - 15" Padded Splint Boards, Mfg. Morrison Medical, Item No. 660012, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 3,300 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Page 33 of 216 Line: 62 Description: MEDICAL SUPPLIES - 4" (10cm) Bandage Compress Sterile, non -adherent pad. Mfr: Dynarex, Mfr Item # 3342, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 250 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 63 Description: MEDICAL SUPPLIES - A.B.H.C. Fresch Scent Waterless 64 Oz. Pump Hand Sanitizer (Fights MRSA) with Aloe Vera. Manufacturer: Safetec, Manufacturer Item# 17357, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 2 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 64 Page 34 of 216 Description: MEDICAL SUPPLIES - A.B.H.C. Fresh Scent Waterless 8 Oz. Pump Hand Sanitizer (fights MRSA) with Aloe Vera. Manufacturer: Safetec, Manufacturer Item# 17371 , OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 1 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 65 Description: MEDICAL SUPPLIES - Abdominal "Surgi" Pad 8" x 7.5" Sterile, Mfg, Dynerex, Item # DYN 4410, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 100 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 66 Description: MEDICAL SUPPLIES - Abdominal Pads 5 in x 9 in Sterile Dermacea; 36/tr 12tr/cs; Mfr. Medstorm, OR EQUAL Page 35 of 216 Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 20 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 67 Description: MEDICAL SUPPLIES - Accessory Oxygen Pouches. Manufacturer: Safety International. Manufacturer Item # 61132-380130, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 30 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 68 Description: MEDICAL SUPPLIES - Adult Cuffed Mask, Inflatable. Mfr. Life Support, Item No. L595060-050, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 5 Total: $ Page 36 of 216 Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 69 Description: MEDICAL SUPPLIES - Adult SpO2 Sensor (re -usable) LNC DCI. Mfr. Masimo Corp., Item No. 1863, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 175 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 70 Description: MEDICAL SUPPLIES - Aerosol Adult Oxygen Mask without Tubing, 50 per case. Mfr. Hudson, Item No. HUD1083, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 200 Total: $ Manufacturer Manufacturer Item Number Page 37 of 216 Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 71 Description: MEDICAL SUPPLIES - Aerosol Pediatric Oxygen Mask without Tubing. Mfr. Hudson, Item No. HUD1080, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 125 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 72 Description: MEDICAL SUPPLIES - Airway - Non visualized King Airway Kit, Mfr: King System, Mfr Item# KLTSD414, Supplier Item # 477-KLTSD414EA, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 4 Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Total: $ Page 38 of 216 Packaging Line: 73 Description: MEDICAL SUPPLIES - Airway - Non visualized LMA's Kit; Mfr: Ambu, Mfr Item# 321910000, Supplier Item# 023214, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 4 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 74 Description: MEDICAL SUPPLIES - Airway Kit in a Plastic Case includes sizes 1-6. Mfr: Moore. Supplier Part # 10840, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 2 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Page 39 of 216 Line: 75 Description: MEDICAL SUPPLIES - Alcohol Prep Pads, Large, Isopropyl Alcohol 70%. Mfr. Triad Disposable, NDC 50730-3002-0, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 100 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 76 Description: MEDICAL SUPPLIES - All Purpose Sheers, Mfr, EMI 7260, Item No. EMI-7260, OR EQUAL Category: 46500-00 Unit of Measure: Each • Unit Price: $ Number of Units: 250 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 77 Description: MEDICAL SUPPLIES - Ambu Medibag Adult, MDI Single Use Resuscitator, 12 per Page 40 of 216 Case, Mfg. Ambu International, Item No. 45021100, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 51 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 78 Description: MEDICAL SUPPLIES - Ambu SPUR II Pediatric Resuscitator. 450 ml stroke volume. Packaging: 12 per case, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 50 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 79 Description: MEDICAL SUPPLIES - Armboard Disposable Wrist, 3"x9". 50 per case. Mfr. Medline, Mfr. Item No. NON24293, OR EQUAL Category: 46500-00 Page 41 of 216 Unit of Measure: Case Unit Price: $ Number of Units: 159 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 80 Description: MEDICAL SUPPLIES - Ascencia Contour Blood Test Strips. Mfr. Bayer Healthcare. Mfr Part # 7080A. Packaging: 50 per box, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 340 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 81 Description: MEDICAL SUPPLIES - Ascensia Contour POC Test Strips - 50 per Box. Manufacturer: Bayer. Manufacturer Item No. 7099C or 7099A, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 1,500 Total: $ Page 42 of 216 Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 82 Description: MEDICAL SUPPLIES - Ascensia Elite Blood Glucose Test Strips, 24 per Case, Mfg. Bayer, Item No. 3918A, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 13 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 83 Description: MEDICAL SUPPLIES - Automatic Center Punch. Mfr. EMI-7102, Item No. EMI-7102, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 250 Total: $ Manufacturer Manufacturer Item Number Page 43 of 216 Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 84 Description: MEDICAL SUPPLIES - Backboard, 100% X-Ray Translucent, Orange. Mfr. Ferno, Item No. 275111108, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 2 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 85 Description: MEDICAL SUPPLIES - Bandage multi -trauma sterile 10 in x 30 in. Mfr: Medstorm. Item # 16353, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 1 Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Total: $ Page 44 of 216 Packaging Line: 86 Description: MEDICAL SUPPLIES - Bandage, Adhesive, Flexible Fabric. Size: 1" x 3". Mfr. Kentron Healthcare. Mfr. Part # 880113. Packaging: 100 per box, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 800 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 87 Description: MEDICAL SUPPLIES - Betadine Preps Pads, Mfr: Triad, Mfr Item# 10-3201, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 2 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Page 45 of 216 Line: 88 Description: MEDICAL SUPPLIES - Bio-Hazard Red Can Liners, 14.5" X 19", Mfr. Medical Action, Mfr Item # RD630, OR EQUAL Category: 96500-00 Unit of Measure: Box Unit Price: $ Number of Units: 200 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 89 Description: MEDICAL SUPPLIES - Bio-Hazard Red Can Liners, 23" X 23", Mfr. Medical Action, Mfr Item # 130454, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 25 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 90 Description: MEDICAL SUPPLIES - Bio-Hazard Red Can Liners, 33 gal, Mfr. MD Industries, Page 46 of 216 Mfr Item # CP00039, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 25 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 91 Description: MEDICAL SUPPLIES - Bio-Hazard Red Can Liners, 5 gal, Mfr. Medical Action, Mfr Item # 9927, NO SUBSTITUTION Category: 46500-00 Unit of Measure: Box Unit Price: $ Supplier Item Number Number of Units: 5 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 92 Description: MEDICAL SUPPLIES - Blood Collection Tubes, 4m1, Vacutainer, 100 per pack, Mfg. Bector Dickinson, Item No. 367861, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Manufacturer Manufacturer Item Number Number of Units: 300 Total: $ Page 47 of 216 Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 93 Description: MEDICAL SUPPLIES - Blood Collection Tubes, 6 ml. Serum Separator, Lavender Top. Mfr. QuadMed. Mfr Part # EDI-3051. Packaging: 100 per box, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 1 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 94 Description: MEDICAL SUPPLIES - Blood Collection Tubes, Tiger Top, 100/Box, Mfr: Kendall, Mfr Item # 8881302106, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 5 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Page 48 of 216 Packaging Line: 95 Description: MEDICAL SUPPLIES - Bubble Tubing 1/4" Conductive Tubing width 3/6" bubble every 3 ft; Mfr: Kendall. Mfr Part # 8888290411, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 13 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 96 Description: MEDICAL SUPPLIES - Cannula Blunt, Sold 100 per Box, Mfr: Becton Dickinson, Mfr Item# 303345, NO SUBSTITUTION Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 1 Total: $ Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Line: 97 Description: MEDICAL SUPPLIES - Capnoline Plus Adult/Intermediate Micro Steam Smart. Mfr. Oridion Medical, 25 per box. (Manufacturer Item # 010209), OR EQUAL Page 49 of 216 Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 50 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 98 Description: MEDICAL SUPPLIES - Carbon Dioxide CO2 Detector Pediatric, 24 per case, pedi-cap. Mfr: Nellcor Puritan Bennett Corp. Supplier Part # 4990479, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 1 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 99 Description: MEDICAL SUPPLIES - Carpujet Holder, Mfr. Abbott, Item No. 2049-02, OR EQUAL Category: 46500-00 Unit of Measure: Each Page 50 of 216 Unit Price: $ Number of Units: 300 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 100 Description: MEDICAL SUPPLIES - Catheter Intravenous IV 22 Gauge x 1 IN; 50/Bx, 200/Cs Protectiv-IV; Mfr. SmithsMed. Mfr Part # 3050, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 270 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 101 Description: MEDICAL SUPPLIES - Catheter Intravenous IV Latex Free 14 Gauge x 1.25 IN; 50/Bx, 200/Cs Protectiv-IV; Mfr: SmithsMed. Mfr Part # 3048, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 335 Total: $ Manufacturer Page 51 of 216 Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 102 Description: MEDICAL SUPPLIES - Catheter Intravenous IV Latex Free 16 Gauge x 1.25 IN; 50/Bx, 200/Cs Protectiv-IV; Mfr. SmithsMed. Mfr Part# 3042, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 450 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 103 Description: MEDICAL SUPPLIES - Catheter Intravenous IV Latex Free 18 Gauge x 1.25 IN; 50/Bx, 200/Cs Protectiv-IV; Mfr. SmithsMed. Mfr Part # 3055, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 850 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Page 52 of 216 ' Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 104 Description: MEDICAL SUPPLIES - Catheter Intravenous IV Latex Free 20 Gauge x 1 IN; 50/Bx, 200/Cs Protectiv-IV; Mfr. SmithsMed. Mfr Part # 3057, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Manufacturer Number of Units: 250 Total: $ Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 105 Description: MEDICAL SUPPLIES - Catheter Intravenous IV Latex Free 24 Gauge x .75 IN; 50/Bx, 200/Cs Protectiv-IV; Mfr. SmithsMed. Mfr Part # 3053, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 290 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order. (Calendar Days) Packaging Page 53 of 216 Line: 106 Description: MEDICAL SUPPLIES - Catheter Pediatric Suction with thumb port 6 FR; Mfr: Dynarex, Mfr Item# 4806, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 25 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 107 Description: MEDICAL SUPPLIES - Catheter Suction Coil. 16 Fr Safe T., 50 per box, Mfr. Kendall, Item No. 62792, NO SUBSTITUTION Category: 46500-00 Unit of Measure: Box Unit Price: $ Supplier Item Number Number of Units: 20 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 108 Description: MEDICAL SUPPLIES - CaviCide 24 oz. spray bottle, 12 bottles/case. Mfr. Metrex, Item No. 11-1024, OR EQUAL Category: 46500-00 Unit of Measure: Case Page 54 of 216 Unit Price: $ Number of Units: 1 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 109 Description: MEDICAL SUPPLIES - Central venous access Kits Arrow, Triple Lumen; Mfr: Owens & Minor, Mfr Item# 0455AK15703A, 5 per Case, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 4 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 110 Description: MEDICAL SUPPLIES - Centurion Emesis Bag (EME-BAG). Mfr. Tri-State Hospital Supply Corp. Packaging: 144 per case, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 20 Total: $ Manufacturer Page 55 of 216 Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 111 Description: MEDICAL SUPPLIES - Chest Tube Kit, Single Lumen, Size 28 French; Manufacturer: Cook Medical Inc: Mfr Item# G04139, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 112 Description: MEDICAL SUPPLIES - Combitube Rollup Kit, 4 per Case, Mfg. Kendall, Item No. 5-18441, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 244 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Page 56 of 216 Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 113 Description: MEDICAL SUPPLIES - Convertor Tiburon 3/4 Sheet, Sterile. Mfr. Cardinal Health, Item No. 9349, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 10 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 114 Description: MEDICAL SUPPLIES - CPAP Carrying Bag, Mfg, Safety International, Item #759-15139 MIAMI, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Manufacturer Manufacturer Item Number Supplier Item Number Number of Units: 30 Total: $ Delivery Time from Receipt of Order (Calendar Days) Packaging Page 57 of 216 Line: 115 Description: MEDICAL SUPPLIES - CPAP Mask Kit, Mfg., Caradyne, Item # 202-4-100003-00, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 1,900 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 116 Description: MEDICAL SUPPLIES - Cricothyroidotomy Kit (surgical); Manufacturer: Engineered Medical, Mfr Item# 301-D4550, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 4 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 117 Page 58 of 216 Description: MEDICAL SUPPLIES - Cricothyroidotomy Kit with Shiley #4; Manufacturer: Cook Medical Corp, Mfr Item# 62105, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 4 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 123 Description: MEDICAL SUPPLIES - Critikon Protective IV Catheter, 50 per box, 20 Gauge x 1.75", Mfg. SmithsMed, Item No. 05-3056, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 500 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 124 Description:. MEDICAL SUPPLIES - Cylinder Hand -Wheel with Chain. Mfr. Allied Health Products. Mfr. Part # L002-865, OR EQUAL Page 59 of 216 Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 60 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 125 Description: MEDICAL SUPPLIES - Delee Mucus Trap with Neo Safe Bulb, 10Fr, 20 per box. Mfr. Sherwood Medical, Item No. 888-25726, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 30 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 126 Description: MEDICAL SUPPLIES - Disinfectant 1 gallon bottle; Mfr: Owens & Minor, Mfr Item# 79002250, OR EQUAL Category: 46500-00 Unit of Measure: Each Page 60 of 216 Unit Price: $ Number of Units: 1 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 127 Description: MEDICAL SUPPLIES - Disposable Laryngoscope Blades, 20 per Box, Mfg. Rusch, Item No. Macintosh 004802200, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 50 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 128 Description: MEDICAL SUPPLIES - Disposable Laryngoscope Blades, 20 per Box, Mfg. Rusch, Item No. Macintosh 004803300, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 100 Total: $ Manufacturer Page 61 of 216 Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 129 Description: MEDICAL SUPPLIES - Disposable Laryngoscope Blades, 20 per Box, Mfg. Rusch, Item No. Macintosh 004804400, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 100 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 130 Description: MEDICAL SUPPLIES - Disposable Laryngoscope Blades, 20 per Box, Mfg. Rusch, Item No. Miller 004850050, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 25 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Page 62 of 216 Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 131 Description: MEDICAL SUPPLIES - Disposable Laryngoscope Blades, 20 per Box, Mfg. Rusch, Item No. Miller 004851100, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 40 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 132 Description: MEDICAL SUPPLIES - Disposable Laryngoscope Blades, 20 per Box, Mfg. Rusch, Item No. Miller 004852200, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 30 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Page 63 of 216 Line: 133 Description: MEDICAL SUPPLIES - Disposable Laryngoscope Blades, 20 per Box, Mfg. Rusch, Item No. Miller 004853300, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 40 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 134 Description: MEDICAL SUPPLIES - Disposable Sharps Containers, 20 per case. Mfg. Kendall, Item No. 8970, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 125 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 135 Page 64 of 216 Description: MEDICAL SUPPLIES - Drape ST Plain 18"x26", Mfg, Dynarex, Item # DYN 4410, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 40 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 136 Description: MEDICAL SUPPLIES - Dressing Hemostatic; QuickClot, Item sold by the Box, 5 packs per box, Mfr: Z-Medica LLC, Mfr Item# 102,OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 20 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 137 Description: MEDICAL SUPPLIES - Ear & Ulcer Syringe, 2 oz., Mfr. C.R. Bard, Inc., Item No. 0035820, OR EQUAL Page 65 of 216 Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 20 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 138 Description: MEDICAL SUPPLIES - EasyCap II by Nelicor 24/case, Adult Size, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 5 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 139 Description: MEDICAL SUPPLIES - Economy Limb Holder, Mr. Posey, Item No. 2510, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 4 Total: $ Page 66 of 216 Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 140 Description: MEDICAL SUPPLIES - EKG Paper 100MM for LP-11 and LP-12; 18r1/cs; Mfr. Medstorm. Mfr. Part # 16293, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 1 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 141 Description: MEDICAL SUPPLIES - Elasticon 3", Item sold by the box, 6 per box, Mfr: Hartmann-Conco, Mfr Item# 64210000, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 7 Total: $ Manufacturer Manufacturer Item Number Page 67 of 216 Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 142 Description: MEDICAL SUPPLIES - Electrodes Cardiac Monitor, 4 per pack, 10 packs per box. Mfr: Conmed, Mfr Item# 1870C-004, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 10 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 143 Description: MEDICAL SUPPLIES - Electrodes Foam Adult 3/pk; 84 pk/bs; 2bs/cs; blue sensor; Mfr. Ambu. Mfr. Part # R-00-S/3, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 10 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Page 68 of 216 Packaging Line: 144 Description: MEDICAL SUPPLIES - Electrodes, Pediatric, 3/pk, 10pk/box, 20bx/cs Huggable. Mfr: Conmed, Mfr. Item # 1620-003, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 125 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 145 Description: MEDICAL SUPPLIES - Emergency Obstetrical Kits, Mfg. Boundtree Medical, Item No. 444003, OR EQUAL Category: 46500-00 Unit of Measure: Kit Unit Price: $ Number of Units: 800 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Page 69 of 216 Line: 146 Description: MEDICAL SUPPLIES - EMS Econ Vac Splint,. Mfr. Microtek Medical, Item No. 82-E2010, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 20 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 147 Description: MEDICAL SUPPLIES EMS Econ Vac Splint,. Mfr. Microtek Medical, Item No. 82-E2014, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 35 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 148 Description: MEDICAL SUPPLIES - EMS Econ Vac Splint,. Mfr. Microtek Medical, Item No. Page 70 of 216 82-E2024, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 50 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 149 Description: MEDICAL SUPPLIES - EMS Econ Vac Splint,. Mfr. Microtek Medical, Item No. 82-E2215, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 20 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 150 Description: MEDICAL SUPPLIES - Endotracheal Tube Holder Adult, 100 per case. Mfr: Laerdal. Mfr. Part # 600-10000, OR EQUAL Category: 46500-00 Page 71 of 216 Unit of Measure: Case Unit Price: $ Number of Units: 1 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 151 Description: MEDICAL SUPPLIES - Endotracheal Tube Holder Pediatric/Child 100 per case. Mfr: Laerdal. Mfr. Part # 600-20000, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 20 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 152 Description: MEDICAL SUPPLIES - Endotracheal Tube, 3.0mm, Uncuffed. Mfr. Mallinckrodt, Item No. 86223-3.0mm, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 35 Total: $ Page 72 of 216 Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 153 Description: MEDICAL SUPPLIES - Endotracheal Tube, 3.5mm, Uncuffed, 10 per box. Mfr. Rusch, Item No. 100382035-3.5mm,OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 20 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 154 Description: MEDICAL SUPPLIES - Endotracheal Tube, 4.0mm, Uncuffed. Mfr. Mallinckrodt, Item No. 86225-4.0mm, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Manufacturer Manufacturer Item Number Number of Units: 20 Total: $ Page 73of216 Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 155 Description: MEDICAL SUPPLIES - Endotracheal Tube, 4.5mm, Uncuffed, 10 per box. Mfr. Rusch, Item No. 100382045-4.5mm, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 5 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 156 Description: MEDICAL SUPPLIES - Endotracheal Tube, 5.0mm, Uncuffed, 10 per box. Mfr. Rusch, Item No. 100382050-5.0mm, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 15 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Page 74 of 216 Packaging Line: 157 Description: MEDICAL SUPPLIES - Endotracheal Tube, 5.5mm, Uncuffed, 10 per box. Mfr. Rusch, Item No. 100382055-5.5mm, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 15 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 158 Description: MEDICAL SUPPLIES - Endotracheal Tube, 6.5mm, Cuffed. Mfr. Mallinckrodt, Item No. 86110-6.5mm, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 50 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Page 75 of 216 Line: 159 Description: MEDICAL SUPPLIES - Endotracheal Tube, 7.0mm, Cuffed. Mfr. Mallinckrodt, Item No. 86111-7.0mm, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 175 Total: $ Manufacturer ManufacturerItem Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 160 Description: MEDICAL SUPPLIES - Endotracheal Tube, 7.5mm, Cuffed. Mfr. Mallinckrodt, Item No. 86112-7.5mm, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 200 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 161 Description: MEDICAL SUPPLIES - Endotracheal Tube, 8.0mm, Cuffed. Mfr. Mallinckrodt, Page 76 of 216 Item No. 86113-8.0mm, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 60 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 162 Description: MEDICAL SUPPLIES - Endotracheal Tubes Stylets; Manufacturer: Teleflex; Mfr Item# 502507, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 20 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 163 Description: MEDICAL SUPPLIES - Endotrol Tracheal Tube 6.0, Manufacturer: Nellcor, Manufacturer Item # 86349, OR EQUAL Category: 46500-00 Page 77 of 216 Unit of Measure: Each Unit Price: $ Number of Units: 425 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging. Line: 165 Description: MEDICAL SUPPLIES - ETT Tubes sizes 10.0, Mfr: Portex, Mfr Item# 100/100/010, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 5 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 166 Description: MEDICAL SUPPLIES - ETT Tubes sizes 6.0, 10 per Box, Mfr: Portex, Mfr Item# 100/100/060, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 20 Total: $ Page 78 of 216 Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 167 Description: MEDICAL SUPPLIES - Exactus II Blood Pressure Manometer without stop pin, gray. Mfr. Buffalo Medical Specialities, Item No. 21-003, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 40 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 168 Description: MEDICAL SUPPLIES - Eye Flush 30cc bottles, Mfr: Water Jel, Mfr Item# 3001-144, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Manufacturer Manufacturer Item Number Number of Units: 184 Total: $ Page 79 of 216 Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 169 Description: MEDICAL SUPPLIES - E-Z Infusion Set, 21g, 50 per box. Mfr. Deseret Medical Inc., Item No. 38-5314-1, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 5 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 170 Description: MEDICAL SUPPLIES - E-Z Infusion Set, 23g, 50 per box. Mfr. Deseret Medical Inc., Item No. 38-5312-1, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 5 Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Total: $ Page 80 of 216 Packaging Line: 171 Description: MEDICAL SUPPLIES - E-Z Infusion Set, 25g, 50 per box. Mfr. Deseret Medical Inc., Item No. 38-5310-1, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ _ Number of Units: 5 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 172 Description: MEDICAL SUPPLIES - Face Shield with Tyvek Drape, 10"X13", 24 per box. Mfr. Key Surgical, Item No. KF-4509, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 400 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Page 81 of 216 Line: 173 Description: MEDICAL SUPPLIES - FilterLine H Set, Infant/Neonatal, 25 per box. Mfr. Oridion, Item No. 006324, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 30 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 174 Description: MEDICAL SUPPLIES - FilterLine Set, Adult/Pediatric. Mfr. Medtronic, 25 per box, Item No. 119996-000081, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 200 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 175 Description: MEDICAL SUPPLIES - Flex -Guide ETT introducer, Mfr: Green Field, Mfr Item# Page 82 of 216 GM85110, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 176 Description: MEDICAL SUPPLIES - Fluid Resistant, molded surgical mask, 1800+, Mfr. 3M Health Care, Item No. 34-7046-5731-0. 50/box, 12 boxes/case, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 100 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 177 Description: MEDICAL SUPPLIES - Foley Catheters & Collection Bags; 10 French Pedi, Item sold by tray. Mfr: Medline Ind., Mfr Item# BRD895710, OR EQUAL Category: 46500-00 Page 83 of 216 Unit of Measure: Each Unit Price: $ Number of Units: 1 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 178 Description: MEDICAL SUPPLIES - Foley Catheters & Collection Bags; 16 French Adult, Item sold by the case, 10 per case. Mfr: Medline Ind., Mfr Item# DYND11003, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 1 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 179 Description: MEDICAL SUPPLIES - Gaskets Nylon 10/PK, 2540; Mfr. Rusch. Supplier Part # 4991808, OR EQUAL Category: 46500-00 Unit of Measure: Package Unit Price: $ Number of Units: 2 Total: $ Page 84 of 216 Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 180 Description: MEDICAL SUPPLIES - Gauze Packing lodoform 1/4 bottle, Mfr: Dynarex, Mfr Item# 3411, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 2 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 181 Description: MEDICAL SUPPLIES - Gauze, non sterile, 4"X4", 8-Ply Surgical Sponges. Mfr. Dynarex, Item No. 3242, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 350 Total: $ Manufacturer Manufacturer Item Number Page 85 of 216 Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 182 Description: MEDICAL SUPPLIES - Glucose Control Solution Normal for one touch Ultra/Ultrasmart/Induo; Mfr. Lifescan/Johnson and Johnson. Mfr. Part # 010-458, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 7 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 183 Description: MEDICAL SUPPLIES - Glucose meter system one touch ultra; 4/cs; Mfr. Lifescan / Johnson and Johnson. Mfr. Part # 020-247. Supplier Part # 65091, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 7 Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Total: $ Page 86 of 216 Packaging Line: 184 Description: MEDICAL SUPPLIES - Glucose test strips for one touch ultra/ultrasmart/Induo 50/bs; 24bx/cs; Mfr. Lifescan/Johnson and Johnson. Mfr. Part # 020-244, NO SUBSTITUTION Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 2 Total: $ Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Line: 185 Description: MEDICAL SUPPLIES - Gown X-Large, White -PE Coated, Elastic Wrist, Full Back, Stitchless Seams, 50 per Case. Mfr: Precept Medical Products, Inc. Mfr. Item # 51108, NO SUBSTITUTION Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 10 Total: $ Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Line: 186 Description: MEDICAL SUPPLIES - Handwash, waterless 4 oz bottle, Mfr. Safetec, Mfr Item# 17350, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 90 Total: $ Page 87 of 216 Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 187 Description: MEDICAL SUPPLIES - Handy wipes bulk Sani-Dex; Mfr: Nice -Pack, Mfr Item# D43600, Supplier Item# D20300, 100 per Box, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 4 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 188 Description: MEDICAL SUPPLIES - Head Immobilizer Sta-Blok 30/cs. Mfr: Laerdal Medical Corp., Mfr. Part # 700-00001, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 5,000 Total: $ Manufacturer Manufacturer Item Number Page 88 of 216 Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 189 Description: MEDICAL SUPPLIES - Heimlich Valves, Mfr: Becton Dickinson, Mfr Item# 373460, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 12 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 190 Description: MEDICAL SUPPLIES - Hi-D Stick, "Big Stick", Large Bore Suction Tip with Thumb Control: Mfr. SSCOR. Mfr. Part # 44241C. Packaging: 50 per Case, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 35 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Page 89 of 216 Packaging Line: 191 Description: MEDICAL SUPPLIES - Hot Pack disposable, Mfr: Dynarex, Mfr Item# 4516, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 192 Description: MEDICAL SUPPLIES - Hurricane Topical Anesthetic Spray, Hurrican, 2 oz. Mfr. Beutlich, NDC 0283-0679-02, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 450 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Page 90 of 216 Line: 193 Description: MEDICAL SUPPLIES - Hydrogen Peroxide Solution, 16 fi. oz, 12 per case. Mfr. Aaron Brands, NDC 49580-0300-2, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 550 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 194 Description: MEDICAL SUPPLIES - Infant CPR Bag with cushion mask accumulator and oxygen tubing. Mfr. Mercury Medical, Item No. 55204, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 10 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 195 Description: MEDICAL SUPPLIES - Infant Non-Rebreather High Concentration Mask with 7' Page 91 of 216 oxygen tubing. Mfr. Rusch, Item No. 395497, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 10 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 196 Description: MEDICAL SUPPLIES - Infant/Child Reduced Energy Defibrillation Electrodes for LIFEPAK 500 AED. Mfr: Physio-Control. Item No. 11101-000016, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 20 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 197 Description: MEDICAL SUPPLIES - Inflation System, Blood Pressure Cuff, Adult - 2 tubes. Mfr. Welch Allyn, Item No. 5082-22, OR EQUAL Category: 46500-00 Page 92 of 216 Unit of Measure: Each Unit Price: $ Number of Units: 55 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 198 Description: MEDICAL SUPPLIES - Instant Cold Pac, Deluxe/Rapid Relief. Mfr. Rapid Aid, Item No. 31359, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 200 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 199 Description: MEDICAL SUPPLIES - Instant Ice Compress, cold pack, SM Model, 1 per box., Mfr Cypress, Mfr. Item # 81853, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 900 Total: $ Page 93 of 216 Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 200 Description: MEDICAL SUPPLIES - Intravenous IV Dressing Transparent Adult, 100/box, 5box/case. Mfr: Con Med. Mfr. Part # 705-4431, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 102 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 201 Description: MEDICAL SUPPLIES - Intravenous IV Dressing Transparent Junior, 100/box, 5box/case; Mfr: Con Med. Mfr. Part # 705-4432, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 1 Total: $ Manufacturer Manufacturer Item Number Page 94 of 216 Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 203 Description: MEDICALSUPPLIES - IV set dial -a -flow; Mfr: Amsino Int.; Mfr Item# AFS107, 50 Per Case, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 1 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 204 Description: MEDICAL SUPPLIES - IV set ups (Select 3), Mfr: Biomedix, Mfr Item# B10-102, Supplier Item # 351002, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 55 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Page 95 of 216 Packaging Line: 205 Description: MEDICAL SUPPLIES - Laerdal Suction Unit, AC Power Cord. Mfr. Laerdal Medical. Mfr. Part# 780210, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 25 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 206 Description: MEDICAL SUPPLIES - Laerdal Suction Unit, Bemis Canister Holder. Mfr. Laerdal Medical. Mfr. Part # 780420, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 225 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Page 96 of 216 Line: 207 Description: MEDICAL SUPPLIES - Laerdal Suction Unit, Release Arm, Canister Holder. Mfr. Laerdal Medical. Mfr. Part # 780432, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 25 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 208 Description: MEDICAL SUPPLIES - Lancets 200/bx; 6bx/cs;Accu-Chek Safe-T-Pro; Mfr. Roche Diagnostics. Mfr. Part # 951. Supplier Part # 8887912, NO SUBSTITUTION Category: 46500-00 Unit of Measure: Box Unit Price: $ Supplier Item Number Number of Units: 1 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 209 Description: MEDICAL SUPPLIES - Lifepak 12 Back Pouch. Mfr. Physio-Control, Item No. 11260-000029, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Page 97 of 216 Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 210 Description: MEDICAL SUPPLIES - Lifepak 12 Basic Carrying Case. Mfr. Physio-Control, Item No. 11260-000030, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 211 Description: MEDICAL SUPPLIES - Lifepak 12 Blood Pressure Cuff, Adult, 14"X42.1". Mfr. Physio-Control, Item No.11996-00025, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 20 Total: $ Manufacturer Manufacturer Item Number Page 98 of 216 Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 212 Description: MEDICAL SUPPLIES - Lifepak 12 Blood Pressure Cuff, Pediatric, 14"X37.5". Mfr. Physio-Control, Item No. 11996-00024, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 30 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 213 Description: MEDICAL SUPPLIES - Lifepak 12 Monitoring Paper. Mfr. Physio-Control. Item No. 11240-000016, NO SUBSTITUTION Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 3,300 Total: $ Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Line: 214 Page 99 of 216 Description: MEDICAL SUPPLIES - Lifepak 12 Plastic Shield Cover. Mfr. Physio-Control, NO SUBSTITUTION Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 5 Total: $ Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Line: 215 Description: MEDICAL SUPPLIES - LifePak 15 Edge System Electrodes with Quick -Combo Connector, Mfr: Physio-Control, Mfr. Item # 11996-000091, NO SUBSTITUTION Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 200 Total: $ Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Line: 216 Description: MEDICAL SUPPLIES - LifePak 15 Kit - Carry. Bag, Main Bag. Mfr: Physio Control, Mfr. Item # 11577-000002, NO SUBSTITUTION Category: 46500-00 Unit of Measure: Each Unit Price: $ Supplier Item Number Number of Units: 5 Total: $ Delivery Time from Receipt of Order (Calendar Days) Page 100 of 216 Line: 217 Description: MEDICAL SUPPLIES - LifePak 15 Kit - Carry Bag, Rear Pouch. Mfr. Physio Control, Mfr. Item # 11260-000039, NO SUBSTITUTION Category: 46500-00 Unit of Measure: Each Unit Price: $ Supplier Item Number Number of Units: 5 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 218 Description: MEDICAL SUPPLIES - LifePak 15 Kit - Top Pouch. Mfr. Physio Control, Mfr. Item # 11220-000028, NO SUBSTITUTION Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 5 Total: $ Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Line: 219 Description: MEDICAL SUPPLIES - LifePak 15 Li -ION Battery 5.7 AMP Hour Capacity. Mfr: Physio-Control, Mfr. Item # 21330-001176, NO SUBSTITUTION Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 15 Total: $ Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Page 101 of 216 Line: 220 Description: MEDICAL SUPPLIES - LifePak 15 Station Battery Charger, Mfr: Physio-Control, Mfr. Item # 11577-000004, NO SUBSTITUTION Category: 46500-00 Unit of Measure: Each Unit Price: $ Supplier Item Number Number of Units: 2 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 221 Description: MEDICAL SUPPLIES - LifePak 15 Test Load. Mfr: Physio-Control, Mfr. Item # 21330-001365, NO SUBSTITUTION Category: 46500-00 Unit of Measure: Each Unit Price: $ Supplier Item Number Number of Units: 2 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 222 Description: MEDICAL SUPPLIES - LifePak 15 Top Pouch. Mfr: Physio-Control, Mfr. Item # 11220-000028, NO SUBSTITUTION Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 2 Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Total: $ Page 102 of 216 Line: 223 Description: MEDICAL SUPPLIES - Litmann Master Classic II Syethoscope. Mfr. 3M, Item No. 2143, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 50 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 224 Description: MEDICAL SUPPLIES - LMA Unique Emergency Kit, One Size of each 3, 4 and 5. Mfr: LMA. Mfr. Part # 12200. Supplier Part # 81449, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 8 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 225 Page 103 of 216 Description: MEDICAL SUPPLIES - LNC4 Patient Cable, 4'. Mfr. Masimo Corp., Item No. 2017, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Manufacturer Manufacturer Item Number Supplier Item Number Number of Units: 200 Total: $ Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 226 Description: MEDICAL SUPPLIES - Lorazepam 2mg - 1mL Vial - l0Box, Mfr: Hospira, Mfr Item # 06778-02, Supplier Item # 371100, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 300 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 227 Description: MEDICAL SUPPLIES - LSP Autovent 3000, Product # LSP, OR EQUAL Category: 46500-00 Page 104 of 216 Unit of Measure: Each Unit Price: $ Number of Units: 5 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 228 Description: MEDICAL SUPPLIES - LSP Autovent Disposable Patient Circuit, Adult Size, 10 units per box, Product # LSP 481-150, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 10 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 229 Description: MEDICAL SUPPLIES - LSP Oxygen Regulator/Brass. Mfr. Allied Health Products. Michigan Instrument Item No. L370-220-B, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 40 Total: $ Page 105 of 216 Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 230 Description: MEDICAL SUPPLIES - LSU Battery. Mfr. Laerdal, Item No. 780400, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 80 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 231 Description: MEDICAL SUPPLIES - LSU Wall Mount with AC Charger. Mfr. Laerdal, Item No. 782210, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 5 Total: $ Manufacturer Manufacturer Item Number Page 106 of 216 Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 232 Description: MEDICAL SUPPLIES - LSU with Disposable Canister & Patient Tubing. Mfr. Laerdal, Item No. 780020001, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 30 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 233 Description: MEDICAL SUPPLIES - Magill Endotracheal Catheter Forceps, Adult. Mfr. American Diagnostic Corp, Item No. 316, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Page 107 of 216 Packaging Line: 234 Description: MEDICAL SUPPLIES - Magill Endotracheal Catheter Forceps,Pediatric. Mfr. American Diagnostic Corp, Item No. 315, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 235 Description: MEDICAL SUPPLIES - Mask, Non-rebreathing Elongated, Pediatric with Safety Vent. Mfr. Hudson, Item No. 1058, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 30 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Page 108 of 216 Line: 236 Description: MEDICAL. SUPPLIES - Medium/Standard Laryngoscope Handle, Chrome Dolphin Handle, 25 per Case, Mfg. Rusch, Item No. 145000, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 50 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 237 Description: MEDICAL SUPPLIES - Mediun Concentration, Pediatric Mask, 50 per case. Mfr. Hudson, Item No. 1035, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 60 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 238 Description: MEDICAL SUPPLIES - Mega Mover 1500 Portable Transport Unit. Mfr. Graham, Page 109 of 216 Item No. 111500, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 15 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 239 Description: MEDICAL SUPPLIES - Mini Perfit Ace Adjustable Extrication Collar, Mfg. Ambu, Inc., Cat. No. 000281106, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 550 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 240 Description: MEDICAL SUPPLIES - M-LNCS DCI, Adult Reusable Sensor Ref 2501. Mfr: Physio-Control, Mfr Item # 11171-000046, NO SUBSTITUTION Category: 46500-00 Page 110 of 216. Unit of Measure: Each Unit Price: $ Number of Units: 6 Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Line: 241 Total: $ Description: MEDICAL SUPPLIES - Morgan Irrigation lens, Mfr: Mor Tan, Inc., Mfr Item# MT2000, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 26 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 242 Description: MEDICAL SUPPLIES - Morphine Sulfate 10 mg / mL - lcc single dose vial (Box of 25), Mfr: Baxter, Mfr. Item # 1001917844, NO SUBSTITUTION Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 2 Total: $ Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Page 111 of 216 Line: 243 Description: MEDICAL SUPPLIES - Myclens spray; Mfr: Unio Springs Pharm. Mfr Item# 90024, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 100 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 244 Description: MEDICAL SUPPLIES - Nasal Cannula, Adult, with 7' Oxygen Tubing, 50 per case. Mfr. Kentron Health Care, Item No. 999308, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 500 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 245 Description: MEDICAL SUPPLIES - Nasopharyngeal Airway 12 Fr, 10 per box. Mfr. Rusch, Page 112 of 216 Item No. 123312-12Fr, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 10 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 246 Description: MEDICAL SUPPLIES - Nasopharyngeal Airway 14 Fr, 10 per box. Mfr. Rusch, Item No. 123314-14Fr, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 10 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 247 Description: MEDICAL SUPPLIES - Nasopharyngeal Airway 16 Fr., 10 per box. Mfr. Rusch,' Item No. 125200-16Fr, OR EQUAL Category: 46500-00 Page 113 of 216 Unit of Measure: Box Unit Price: $ Number of Units: 5 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 248 Description: MEDICAL SUPPLIES - Nasopharyngeal Airway 18 Fr, 10 per box. Mfr. Rusch, Item No. 123318-18Fr, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 10 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 249 Description: MEDICAL SUPPLIES - Nasopharyngeal Airway 20 Fr, 10 per box. Mfr. Rusch, Item No. 123120-20Fr, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 10 Total: $ Page 114 of 216 Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 250 Description: MEDICAL SUPPLIES - Nasopharyngeal Airway 22 Fr, 10 per box. Mfr. Rusch, Item No. 123122-22Fr, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 15 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 251 Description: MEDICAL SUPPLIES - Nasopharyngeal Airway 24Fr, 10 per case. Mfr. Rusch, Item No. 123124, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 20 Total: $ Manufacturer Manufacturer Item Number Page 115 of 216 Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 252 Description: MEDICAL SUPPLIES - Nasopharyngeal Airway 26 Fr, 10 per box. Mfr. Rusch, Item No. 123126-26Fr, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 45 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 253 Description: MEDICAL SUPPLIES - Nasopharyngeal Airway 28 Fr, 10 per box. Mfr. Rusch, Item No. 123128-28Fr, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 15 ( Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Page 116 of 216 Packaging Line: 254 Description: MEDICAL SUPPLIES - Nasopharyngeal Airway 30 Fr, 10 per box. Mfr. Rusch, Item No. 123130-30Fr, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit. Price: $ .. Number of Units: 50 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 255 Description: MEDICAL SUPPLIES - Nasopharyngeal Airway 34 Fr, 10 per box. Mfr. Rusch, Item No. 123134-34Fr, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 35 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Page 117 of 216 Line: 256 Description: MEDICAL SUPPLIES - Nebulizer Micro Mist with T-Reservoir, 50 per case, Mfg, Hudson, Item # HUD 1883, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 350 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 257 Description: MEDICAL SUPPLIES - Needle Scalp Vein 19g, 50 per Box, Mfr: Exel, Mfr Item# 26702, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 2 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 258 Description: MEDICAL SUPPLIES - Needle Scalp Vein 23g, 50 per Box, Mfr: Exel, Mfr Item# Page 118 of 216 26706, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 2 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 259 Description: MEDICAL SUPPLIES - Needle Scalp Vein 25g, 50 per Box, Mfr: Exel, Mfr Item# 26708, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 2 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 260 Description: MEDICAL SUPPLIES - Needles 18g, 100 per box, Mfr: B. Braun, OR EQUAL Category: 46500-00 Unit of Measure: Box Page 119 of 216 Unit Price: $ Number of Units: 2 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 261 Description: MEDICAL SUPPLIES - Needles 22g, 100 per box, Mfr: B. Braun, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 2 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 262 Description: MEDICAL SUPPLIES - Needles, 18 gauge (piggyback). Mfr. Termuo Corp., Item No. 1838R, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Manufacturer Number of Units: 6,500 Total: $ Page 120 of 216 Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 263 Description: MEDICAL SUPPLIES - Needles, 21 gauge (intra-muscular). Mfr. Termuo Corp., Item No. 2138R, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 4,100 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 264 Description: MEDICAL SUPPLIES - NG Tubes 18 French Adult, Mfr: Rusch, Mfr Item# 235200180, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Page 121 of 216 Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 265 Description: MEDICAL SUPPLIES - NG Tubes 8 French Pedi, Mfr: Rusch, Mfr Item# 235200080, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time -from Receipt of Order (Calendar Days) Packaging Line: 266 Number of Units: 10 Total: $ Description: MEDICAL SUPPLIES - NIBP Cuff - Reusable, Child. Mfr: Physio-Control, Mfr Item # 11160-000003, NO SUBSTITUTION Category: 46500-00 Unit of Measure: Each Unit Price: $ Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Line: 267 Number of Units: 4 Total: $ Description: MEDICAL SUPPLIES - NIBP Cuff - Reusable, Large Adult. Mfr: Physio-Control, Page 122 of 216 Mfr Item # 11160-000007, NO SUBSTITUTION Category: 46500-00 Unit of Measure: Each Unit Price: $ Supplier Item Number Number of Units: 4 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 268 Description: MEDICAL SUPPLIES - Nonin Pulse Oximeter 9550 ONYX II w/case; 12/bs; Mfr. Part # Nonin. Mfr. Part # 9950. Supplier Part # 33002, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Manufacturer Manufacturer Item Number Supplier Item Number Number of Units: 5 Total: $ Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 269 Description: MEDICAL SUPPLIES - Non-Rebreathable Oxygen Mask, Adult Size, Elongated with Safety Vent, 50 per case, Mfg. Hudson RCI, Item No. 1059, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 375 Total: $ Manufacturer Manufacturer Item Number Page 123 of 216 Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 270 Description: MEDICAL SUPPLIES - Obstetrical OB Kit poly bagged with scapel; Mfr: Busse. Mfr Part # 388. Supplier Part# 68221, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 75 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 271 Description: MEDICAL SUPPLIES - Orapharyngeal Airways, 100mm. Mfr. Berman, Item No. 8400#0-100mm, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 1,900 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Page 124 of 216 Packaging Line: 272 Description: MEDICAL SUPPLIES - Orapharyngeal Airways, 40mm. Mfr. Berman, Item No. 8400#0-40mm, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 450 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 273 Description: MEDICAL SUPPLIES - Orapharyngeal Airways, 50mm. Mfr. Berman, Item No. 8400#1-50mm. Packaged in bag bulk of 50 or more will be accepted. OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 250 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Page 125 of 216 Line: 274 Description: MEDICAL SUPPLIES - Orapharyngeal Airways, 60mm. Mfr. Berman, Item No. 8400#2-60mm, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 375 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 275 Description: MEDICAL SUPPLIES - Orapharyngeal Airways, 80mm. Mfr. Berman, Item No. 8400#3-80mm, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 2,200 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 276 Description: MEDICAL SUPPLIES - Orapharyngeal Airways, 90mm. Mfr. Berman, Item No. Page 126 of 216 8400#4-90mm, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 1,900 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 277 Description: MEDICAL SUPPLIES - Otoscope/Ophthalmoscope set pocket with case AA Battery handle 511. Mfr. ADC, Mfr Part # 5110, NO SUBSTITUTION Category: 46500-00 Unit of Measure: Set Unit Price: $ Supplier Item Number Number of Units: 5 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 278 Description: MEDICAL SUPPLIES - Oxygen Cannula with 7" Tubing STD Nasal Tip, Mfg, Hudson, Item # HUD 1103, NO SUBSTITUTION Category: 46500-00 Unit of Measure: Case. Unit Price: $ Supplier Item Number Number of Units: 1 Total: $ Delivery Time from Receipt of Page 127 of 216 Order (Calendar Days) Line: 279 Description: MEDICAL SUPPLIES - Oxygen Mask Adult Medium Concentration, 50 per case, Mfg, Hudson, Item # HUD 1041, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 200 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 280 Description: MEDICAL SUPPLIES - Oxygen Pigtail, Non -Conductive Connecting Tube with female molded connection, 5mmX1.8m, 50 per case. Mfr. Tyco Healthcare, Item No. 8888-301515, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 10 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Page 128 of 216 Line: 281 Description: MEDICAL SUPPLIES - Oxygen Pressure Regulator, Rhino Model, all brass construction, Mfg. Life Support Products, Item No. L370-220-B, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 40 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 282 Description: MEDICAL SUPPLIES - Oxygen Regulator, CGA, 540 with Handnut. Mfr. Michigan Instruments, Item No. 11117, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 50 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 283 Page 129 of 216 Description: MEDICAL SUPPLIES - Oxygen Supply Tubing, 7', 50 per case. Mfr. Hudson, Item No. 1115, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 5 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 284 Description: MEDICAL SUPPLIES - Particulate Respirator Mask N95, Large. Mfr. 3M Health Care, Item NO. 8210, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 400 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 285 Description: MEDICAL SUPPLIES - Particulate Respirator Mask N95, Small, 20 per box, 6 boxes per case. Mfr. 3M Health Care, Item NO. 1860S, OR EQUAL Page 130 of 216 Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 25 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 286 Description: MEDICAL SUPPLIES - Pediatric EDGE System RTS Electrodes with QUICK -COMBO Connector for LIFEPAK 12. Mfr: Physio-Control. Item No. 11996-000093, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 1,200 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 288 Description: MEDICAL SUPPLIES - Pedi-pac Pediatric Immobilization Device with case. Mfr. Ferno, Item No. 78, NO SUBSTITUTION Category: 46500-00 Unit of Measure: Each Page 131 of 216 Unit Price: $ Number of Units: 5 Total: $ Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Line: 289 Description: MEDICAL SUPPLIES - Pelican Case, 1 per box, Mfg. Pellican Products, Item No. 1500 (orange),OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 30 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 290 Description: MEDICAL SUPPLIES - Pelican Case, 1 per box, Mfg. Pellican Products, Item No. 1550 (silver), OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 25 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Page 132 of 216 Packaging Line: 291 Description: MEDICAL SUPPLIES - Pelican Case, 1 per box, Mfg. Pellican Products, Item No. 1550 (yellow), OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 120 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 292 Description: MEDICAL SUPPLIES - Pelican Case, 1 per box, Mfg. Pellican Products, Item No. 1600 (black), OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 5 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Page 133 of 216 Line: 293 Description: MEDICAL SUPPLIES - Penlight with Pupil Gauge, 6 per box. Mfr. Moore Medical, Item No. 81238, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 70 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 294 Description: MEDICAL SUPPLIES - Perfit Ace Adjustable Extrication Collar, Mfg. Ambu, Inc., Cat. No. 000281100, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 11,500 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 295 Description: MEDICAL SUPPLIES - Plastic Disposable Bite Stick, 10 per box, Mfg. American Page 134 of 216 Diagostic, Item #4010T, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 5 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time.from Receipt of Order (Calendar Days) Packaging Line: 296 Description: MEDICAL SUPPLIES - Pocket Mask/CPR Barrier Device, Adult. Mfr. Laerdal, Item No. 820019, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 300 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 297 Description: MEDICAL SUPPLIES - Pocket Mask/CPR Barrier Device, Pediatric. Mfr. Laerdal, Item No. 820050, OR EQUAL Category: 46500-00 Page 135 of 216 Unit of Measure: Each Unit Price: $ Number of Units: 50 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 299 Description: MEDICAL SUPPLIES - Positive End - Expiratory Pressure Valves, Manufacturer: Ambu, Mfr. Item# 199003020, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 20 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 300 Description: MEDICAL SUPPLIES - Povidone-iodine Swab, 1/2 cc, #132PV, 10 per box. Mfr: Cardinal, Mfr Item # 24012, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 700 Total: $ Page 136 of 216 Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 301 Description: MEDICAL SUPPLIES - Povidone-iodine USP Prep Pad, 2 X 2 Medium. Mfr. Medline, Mfr Item # MDS 093917, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 700 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 302 Description: MEDICAL SUPPLIES - Pressure Infusion for 1000 ml packs. Mfr. David Clark, Item No. P/N 18565G-OZ, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 30 Total: $ Manufacturer Manufacturer Item Number Page 137 of 216 Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 303 Description: MEDICAL SUPPLIES - Pre -Surgical Skin, PVP-I Prep Pads. Mfr. Triad Disposable, NDC 50730-3201-1, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 10 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 304 Description: MEDICAL SUPPLIES - Professional Deluxe Aneroid Sphygmomanometer, Adult, Black. Mfr. Moore Medical, Item No. 66314, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 600 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Page 138 of 216 Packaging Line: 305 Description: MEDICAL SUPPLIES - Professional Deluxe Aneroid Sphygmomanometer, Child, Black. Mfr. Moore Medical, Item No. 66316, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 100 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 306 Description: MEDICAL SUPPLIES - Professional Deluxe Aneroid Sphygmomanometer, Infant, Black. Mfr. Moore Medical, Item No. 66315, OR EQUAL. Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 75 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Page 139 of 216 Line: 307 Description: MEDICAL SUPPLIES - Professional Lightweight Stethoscope, Size 22", Adult. Mfr. Kentron, Item No. 711412, OR EQUAL Category: 46500-00 - Unit of Measure: Each Unit Price: $ Number of Units: 250 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 308 Description: MEDICAL SUPPLIES - Professional Lightweight Stethoscope, Size 22", Infant. Mfr. Kentron, Item No. 711411, NO SUBSTITUTION Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Line: 309 Description: MEDICAL SUPPLIES - Pulse Oximeter Palmsat 2500 w/sensor - w/o Alarms & w/o Carry Case; Mfr. Nonin. Mfr Part # 2500AA, NO SUBSTITUTION Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 4 Total: $ Page 140 of 216 Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Line: 310 Description: MEDICAL SUPPLIES - Purell Foam Sanitizer - TFX Refill 1200 ml. Mfr. Gojo Industries. Mfr. Part # 5392-02. Packaging: 2 refills per case, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 650 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 311 Description: MEDICAL SUPPLIES - Purell Instant Hand Sanitizer. Size: 4.0 Ounce Squeeze Bottle. Color: Clear. Mfr. Gojo Industries. Mfr. Part # 9651. Packaging: 24 per Case, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 175 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Page 141 of 216 Packaging Line: 312 Description: MEDICAL SUPPLIES - Pure11 TFX Touch Free Dispenser. Manufacturer: Gojo Industries. Manufacturer Item # 2720-12, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 250 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 313 Description: MEDICAL SUPPLIES - Quik-Combo 12-Lead Patient Simulator. Mfr. Physio-Control, Item No. 11200-000005, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 5 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Page 142 of 216 Line: 314 Description: MEDICAL SUPPLIES - Quik-Combo with Redi Pak Electrodes. Mfr. Physio-Control, Item No. 11996-000017 - Adult, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 3,750 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar. Days) Packaging Line: 315 Description: MEDICAL SUPPLIES - ResQ Pod Circulator Enhancer. Mfr. ACSI, Item No. 12-0242-000, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 1,500 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 316 Description: MEDICAL SUPPLIES - Restraint strap disposable orange 1 piece 9 FT 48/cs 1393; Page 143 of 216 Mfr. Dick Medical. Mfr. Part # 13920R-36, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 5 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 317 Description: MEDICAL SUPPLIES - Restraint strap disposable orange; 2 piece 5 ft 36/cs; loop end and plastic side release buckle; Mfr: Medstorm. Supplier Part# 16685, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 5 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 318 Description: MEDICAL SUPPLIES - Ring Cutter. Mfr. Magnum Medical, Item No. 10-4130, OR EQUAL Category: 46500-00 Page 144 of 216 Unit of Measure: Each Unit Price: $ Number of Units: 320 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 319 Description: MEDICAL SUPPLIES - Safety Lancet. Mfr. Surgilance, Item No. SLN300, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 100 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 320 Description: MEDICAL SUPPLIES - Safety Prep Razors, 50 per box, Mfg. Galiant, Item # 67101, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 40 Total: $ Page 145 of 216 Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 321 Description: MEDICAL SUPPLIES - Scalpel blades #10 with handles disposable box of 10; Mfr: Dynarex, Mfr Item# 4110, NO SUBSTITUTION Category: 46500-00 Unit of Measure: Each Unit Price: $ Supplier Item Number Number of Units: 4 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 322 Description: MEDICAL SUPPLIES - Scalpel blades #11 with handles, disposable, Mfr: Becton Dickinson, Mfr Item# 372611, NO SUBSTITUTION Category: 46500-00 Unit of Measure: Each Unit Price: $ Supplier Item Number Number of Units: 4 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 323 Description: MEDICAL SUPPLIES - Scrub brush sterile; Mfr: Medline, Mfr Item# Page 146 of 216 DYND3716032, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 30 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 324 Description: MEDICAL SUPPLIES - Multi -Purpose Sharp Container Large, 5 Quart Container, Round, Red, 6.75" H x 8.75" D., Mfr: Kendall Covidien, Mfr. Item# 8950SA, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 5 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 325 Description: MEDICAL SUPPLIES - Skin Stapler (proximate III); Item sold by the Case, 12 per box, 4 boxes per case, Mfr: 3M Health Care, Mfr Item# DS-15, OR EQUAL Category: 46500-00 Page 147 of 216 Unit of Measure: Case Unit Price: $ Number of Units: 1 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 326 Description: MEDICAL SUPPLIES - Sleeve Covers, White (Gaunlet), 18". Mfr. Boundtree Medical, Item No. 3712, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 75 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 327 Description: MEDICAL SUPPLIES - Small Penlight Laryngoscope Handle, Chrome Dolphin Handle, 25 per Case, Mfg. Rusch, Item No. 145100, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 75 Total: $ Page 148 of 216 Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 328 Description: MEDICAL SUPPLIES - Smart Capnoline Plus w/o 02 Delivery, Adult Intermediate, 100 per Case, Mfr. Physio-Control, Mfr. Item# 11996-000166, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 17 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 329 Description: MEDICAL SUPPLIES - Specula 2.75MM Pocket Otoscope 850/Bx; Mfr. Welch -Allyn. Mfr. Part # 52432-U, NO SUBSTITUTION Category: 46500-00 Unit of Measure: Box Unit Price: $ Supplier Item Number Number of Units: 5 Total: $ Delivery Time from Receipt of Order (Calendar Days) Page 149 of 216 Line: 330 Description: MEDICAL SUPPLIES - Specula 4.25MM; 850/Bx; Mfr. Welch -Allyn. Mfr Part # 52434-U, NO SUBSTITUTION Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units' 1 Total: $ Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Line: 331 Description: MEDICAL SUPPLIES - Sphygmomanometer Blood Pressure Bulb & Valve, Black. Mfr. Welch Allyn, Item No. 5088-01, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 20 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 332 Description: MEDICAL SUPPLIES - Sphygmomanometer, Prosphyg 760 Series. Color: Black. Size: Large Adult. Mfr. ADC Manufacturer. Mfr. Part # 760, OR EQUAL Category: 46500-00 Unit of Measure: Each Page 150 of 216 Unit Price: $ Number of Units: 200 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 333 Description: MEDICAL SUPPLIES - Splint Padded Board 36", Mfg, Moore Medical, Item # 79692, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 1,000 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 334 Description: MEDICAL SUPPLIES - Sponges Sterile Gauze 4x4 packages of 2/box, Mfr: Royal, Mfr Item# BG4S, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Manufacturer Number of Units: 10 Total: $ Page 151 of 216 Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 335 Description: MEDICAL SUPPLIES - Sponges Sterile Gauze 4x4 plastic tray, 10 per Tray, Mfr: Dukal, Mfr Item# 412-10. (Unit price is for the purchase of a Tray), OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 20 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 336 Description: MEDICAL SUPPLIES Standard Porous Tape, 3". 4 per box, 12 boxes per case, Mfr. Kendall, Item No. 7046, OR EQUAL. Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 100 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Page 152 of 216 Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 337 Description: MEDICAL SUPPLIES - Steri - strips 1/4, 50 per box, Mfr: Dynarex, Mfr Item# 3523, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 4 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 338 Description: MEDICAL SUPPLIES - Steri - strips 1/8, Item sold by the Pack, 5 strips per pack, Mfr: Owens & Minor, Mfr Item# 45090R1540, Supplier Item# 081540, OR EQUAL Category: 46500-00 Unit of Measure: Packet Unit Price: $ Number of Units: 4 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Page 153 of 216 Line: 339 Description: MEDICAL SUPPLIES - Sterile Gauze Compress, 36 X 36. Mfr: Dynarex, Mfr Item # 3680, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 250 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 340 Description: MEDICAL SUPPLIES - Sterile, 4 "X4", Cover Sponge. Mfr. Kendall, Item No. 2913, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 40 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 341 Page 154 of 216 Description: MEDICAL SUPPLIES - Stethoscope Black 28 in. 3M Littmann Select; Mfr. 3M. Mfr Part # 2290. Supplier Part # 7779348, NO SUBSTITUTION Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Line: 342 Description: MEDICAL SUPPLIES - Stethoscope, Littman Master Classic II. Mfr. 3M. Mfr. Part # 2144L, OREQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 25 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 343 Description: MEDICAL SUPPLIES - Stretch Gauze Bandage (Kling), 12 per bag, 8 bags per case. Mfr. Amdx, Item no. 81763900102, Size: 3". 4.1 yards stretched, non -sterile, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 300 Total: $ Manufacturer Page 155 of 216 Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 344 Description: MEDICAL SUPPLIES - Stylet Flex -Slip, 14 Fr., 20 per box. Mfr. Rusch, Item No. 502507-14Fr, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 100 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 345 Description: MEDICAL SUPPLIES - Stylet Flex -Slip, Small, 20 per box. Mfr. Rusch, Item No. 500-Small, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 50 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number I Page 156 of 216 Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 346 Description: MEDICAL SUPPLIES - Suction Canister System II. Mfr. Bemis, Item No. 484410, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 1,100 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 347 Description: MEDICAL SUPPLIES - Suction Catheter Whistle Tip, Pediatric. Mfr. Rusch, Item No. 404500060, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 15 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Page 157 of 216 Line: 348 Description: MEDICAL SUPPLIES - Suction Catheter, 10Fr. Mfr. Kendall, Item No. 31000-10Fr, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 15 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 349 Description: MEDICAL SUPPLIES - Suction Catheter, 12Fr. Mfr. Kendall, Item No. 31200-12Fr, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 20 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 350 Page 158.of 216 Description: MEDICAL SUPPLIES - Suction Catheter, 16Fr. Mfr. Kendall, Item No. 31620-16Fr, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 15 Total: $ Manufacturer Manufacturer Item Number Supplier. Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 351 Description: MEDICAL SUPPLIES - Suction Catheter, 18Fr. Mfr. Kendall, Item No. 31820-18Fr, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 35 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 352 Description: MEDICAL SUPPLIES - Suction Catheter, 8Fr. Mfr. Kendall, Item No. 30888-8Fr, OR EQUAL Page 159 of 216 Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 20 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 353 Description: MEDICAL SUPPLIES - Suction Tubing 6' X 3/16", 50 per box. Mfr. Kendall, Item No. 8888301515, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 20 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 354 Description: MEDICAL SUPPLIES - Surgical Glove, Sterile, Latex, Size 6, 50 per box, 4 boxes per case. Mfr. Dynarex, Item No. 2460, OR EQUAL Category: 46500-00 Unit of Measure: Case Page 160 of 216 Unit Price: $ Number of Units: 10 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 355 Description: MEDICAL SUPPLIES - Surgical Glove, Sterile, Latex, Size 7, 50 per box, 4 boxes per case. Mfr. Dynarex, Item No. 2470, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 5 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 356 Description: MEDICAL SUPPLIES - Surgical Glove, Sterile, Latex, Size 8, 50 per box, 4 boxes per case. Mfr. Dynarex, Item No. 2480, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 15 Total: $ Manufacturer Page 161 of 216 Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 357 Description: MEDICAL SUPPLIES - Surgical Glove, Sterile, Latex, Size 8.5, 50 per box, 4 boxes per case. Mfr. Dynarex, Item No. 2485, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 5 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 358 Description: MEDICAL SUPPLIES - Surgical Glove, Sterile, Latex, Size 9, 50 per box, 4 boxes per case. Mfr. Dynarex, Item No. 2490, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 15 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Page 162 of 216 Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 359 Description: MEDICAL SUPPLIES - Surgilube Surgical Lubricant, 144 pre case. Mfr. E. Gougera & Co., NDC 0168-0205-43, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 15 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging, Line: 360 Description: MEDICAL SUPPLIES - Syringe Luerlock, 10cc w/E.S.I.P; Mfr: Exel Int. Mfr Item# 26265, Supplier Item# 620265, Item sold by the box, 100 per Box, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 2 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Page 163 of 216 Line: 361 Description: MEDICAL SUPPLIES - Syringes, 12cc w/luer lock tip. Mfr. Monoject, Item No. 8881-512852, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 3,500 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 362 . Description: MEDICAL SUPPLIES - Syringes, 12cc w/needle. Mfr. Monoject, Item No. 8881-522026, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Manufacturer Manufacturer Item Number Supplier Item Number Number of Units: 1,400 Total: $ Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 363 Page 164 of 216 Description: MEDICAL SUPPLIES - Syringes, lcc w/needle, 100 per box. Mfr. Monoject, Item No. 8881-1501160, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 250 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 364 Description: MEDICAL SUPPLIES - Syringes, 35cc w/luer lock tip. Mfr. Monoject, Item No. 8881-535796. 30/BOX, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 100 Total: $ • Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 365 Description: MEDICAL SUPPLIES - Syringes, 3cc w/needle. Mfr. Monoject, Item No. 8881-533254, NO SUBSTITUTION Page 165 of 216 Category: 46500-00 Unit of Measure: Each Unit Price: $ Supplier Item Number Number of Units: 10 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 366 Description: MEDICAL SUPPLIES - Syringes, 6cc w/luer lock tip. Mfr. Monoject, Item No. 8881-516937, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 3,100 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 367 Description: MEDICAL SUPPLIES - Syringes, 6cc w/needle. Mfr. Monoject, Item No. 8881-566023, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Manufacturer Manufacturer Item Number Number of Units: 1,700 Total: $ Page 166 of 216 Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 368 Description: MEDICAL SUPPLIES - Tape Cloth 2", 6 per box, Mfr: Moore, Mfr Item# 8217, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 2 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 369 Description: MEDICAL SUPPLIES - Tape, Transpore 1", 12 pk, Mfr: Dynarex, Mfr Item# 3572, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price:$ Number of Units: 1 Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Total: $ Page 167 of 216 Packaging Line: 370 Description: MEDICAL SUPPLIES - Thermometers oral digital, Mfr: ADC, Mfr Item# 413B-00, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 15 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 371 Description: MEDICAL SUPPLIES - Thomas Endotracheal Tube Holder (Adult). Mfr. Laerdal, Item No. 600-02001/050404. 25/box, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 75 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Page 168 of 216 Line: 372 Description: MEDICAL SUPPLIES - Thoracostomy Needle Kit, Manufacturer: Cook Medical, Mfr Item# G05297, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 373 Description: MEDICAL SUPPLIES - Tincture of Benzoin, 2 oz bottles, Mfr: Amerisource, Mfr Item# 925131, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 4 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 374 Description: MEDICAL SUPPLIES - Tourniquet Emergency; Mfr: Pyng Medical Corp, Mfr Page 169 of 216 Item# MAT01, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 75 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 375 Description: MEDICAL SUPPLIES - Tourniquet Latex Free 1 in x 18 in; 25/r1 4r1/bx; Free -Band; Mfr: Compliance. Mfr Part # 307/16271, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 1 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 376 Description: MEDICAL SUPPLIES - Tourniquet, Latex, 100 per box. Mfr. ADI Medical, Item No. 10907, OR EQUAL Category: 46500-00 Page 170 of 216 Unit of Measure: Box Unit Price: $ Number of Units: 700 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 377 Description: MEDICAL SUPPLIES - Tourniquets for IV starts, sold 250 per pack, Mfr: Graham Field, Mfr Item# 4109-1LF, NO SUBSTITUTION Category: 46500-00 Unit of Measure: Package Unit Price: $ Number of Units: 2 Total: $ Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Line: 378 Description: MEDICAL SUPPLIES - Traction Splint, Adult. Mfr. Ferno, Item No. 444, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 15 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Page 171 of 216 Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 379 Description: MEDICAL SUPPLIES - Traction Splint, Pediatric. Mfr. Ferno, Item No. 443, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 380 Description: MEDICAL SUPPLIES - Transpore Surgical Tape, 1" x 10 yds, 12 rolls per box, 10 boxes per case, Mfg. 3M, Item No. 1527-1 , OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 150 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Page 172 of 216 Line: 381 Description: MEDICAL SUPPLIES - Triangular Bandages. Mfr. Dynarex, Item No. DYN3672, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 15 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 382 Description: MEDICAL SUPPLIES - Urine Multi-stix (100 stips per pack), Mfr: Bayer, Mfr Item# 2161, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 1 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 383 Page 173 of 216 Description: MEDICAL SUPPLIES - VentLab Infant Disposable AirFlow Resuscitation Bags with Manometer and Guardian BacterialNiral Filter on the exhalation port. 10 per Case. Manufacturer: Ventlab. Manufacturer Item# AF 3140, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 20 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 384 Description: MEDICAL SUPPLIES - VentLab Small Adult Disposable AirFlow Resuscitation Bags with Manometer and Guardian Bacterial/Viral Filter on the exhalation port. 10 per Case. Manufacturer: Ventlab, Manufacturer Item# AF 5140, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 250 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 385 Description: MEDICAL SUPPLIES - VentLab Small Child Disposable AirFlow Resuscitation Page 174 of 216 Bags with Manometer and Guardian Bacterial/Viral Filter on the exhalation port. 10 per Case. Manufacturer: Ventlab. Manufacturer Item# AF 4140, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 15 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 386 Description: MEDICAL SUPPLIES - Vermed EMS Electrodes, 2-1/4" Foam, Wet Gel, 600 per case, Item # A10003-4, OR EQUAL Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 1,000 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 387 Description: MEDICAL SUPPLIES - Vermed EMS Electrodes, Large Rectangular Foam, Wet Gel, 600 per case, Item # A10012-6S, OR EQUAL Page 175 of 216 Category: 46500-00 Unit of Measure: Case Unit Price: $ Number of Units: 30 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 388 Description: MEDICAL SUPPLIES - View Site Transparent I.V. Dressing, 100 per Box, Mfg. S.T.I. Medical Products, Item # 200, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 200 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 389 Description: MEDICAL SUPPLIES - Viraguard Disinfectant, 55 gallon drum, Mfg. Veridien, Item No. Ver-11055, OR EQUAL Category: 46500-00 Unit of Measure: Drum Unit Price: $ Number of Units: 30 Total: $ Page 176 of 216 Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 390 Description: MEDICAL SUPPLIES - Visine Eye Drops, 1/2 Fl oz. (15 ml). Mfr. Pfizer, NDC 74300-0008-03, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 473 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 391 Description: MEDICAL SUPPLIES - Wall Aneroid Sphygmomameter, Mfg, Welch Allyn, Item #5091-38, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 5 Total: $ Manufacturer Manufacturer Item Number Page 177 of 216 Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 392 Description: MEDICAL SUPPLIES - Water Jel Burn Dressing, Mfg. Water-Jel Technology, Mfr. Item # 0818-20, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 200 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 393 Description: MEDICAL SUPPLIES - Water Jel Fire Blanket, 4 per box, Mfg. Water Jel Technology, Mfr Item # 3630-04, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 50 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Page 178 of 216 Packaging Line: 394 Description: MEDICAL SUPPLIES - Water-Jel Burn Cream wigh lidocaine, 0.9g (1/32 oz), C-Safety, 25 packets per box. Mfr: Water Jel; Mfr Item # 53676, OR EQUAL Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 750 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 395 Description: MEDICAL SUPPLIES - Whisperflow Fixed Flow Output Generator. Manufacturer: Phillip Medical. Manufacturer Item# 989803165371, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 5 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Page 179 of 216 Line: 396 Description: MEDICAL SUPPLIES - Xylocaine Jelly, 2%, 30m1. Mfr. Astra Zeneca, NDC 0186-0330-01, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 500 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 397 Description: MEDICAL SUPPLIES - Yellow poly blanket with foam insulation, size 58" X 90". Mfr: Tidi, Mfr Item # 980077, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 600 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 398 Description: MEDICAL SUPPLIES - Tourniquets for IV starts, Mfr: Bioseal Medical, Mfr Item# Page 180 of 216 4918RG/125, NO SUBSTITUTION Category: 46500-00 Unit of Measure: Each Unit Price: $ Supplier Item Number Number of Units: 2 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 399 Description: MEDICAL SUPPLIES - Chest Tube Kit; Mfr: Bioseal, Mfr Item# TOQ232, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 4 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 400 Description: MEDICAL SUPPLIES - Emergency Cric Kit (for Urban Search & Rescue Team); Mfr: Bioseal Medical, Mfr Item# TOQ285, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 9 Total: $ Manufacturer Manufacturer Item Number Page 181 of 216 Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 401 Description: MEDICAL SUPPLIES - Procedure Kits (for Urban Search & Rescue Team), Mfr: Bioseal, Mfr Item# TOQ234, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 402 Description: MEDICAL. SUPPLIES - Suture Kits (for Urban Search & Rescue Team), Mfr: Bioseal, Mfr Item# TOQ233, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Page 182 of 216 Packaging Line: 403 Description: MEDICAL SUPPLIES - Amputation Kit (for Urban Search & Rescue Team), Mfr: Bioseal, Mfr Item# TOQ231, OR EQUAL Category: 46500-00 Unit of Measure: Each Unit Price: $ Number of Units: 6 Total: $ Manufacturer Manufacturer Item Number Supplier Item Number Delivery Time from Receipt of Order (Calendar Days) Packaging Line: 404 Description: MEDICAL SUPPLIES - Airway Supraglottic Neonate I -Gel Size 1- Intersurgical - 10/box - Item# ISI8201 (NO SUBSTITUTION) Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 50 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 405 Description: MEDICAL SUPPLIES - Airway Supraglottic Neonate I -Gel Size 1.5 - Intersurgical - 10/box - Item# ISI8215 (NO SUBSTITUTION) Category: 46500-00 Unit of Measure: Box Page 183 of 216 Unit Price: $ Number of Units: 50 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 406 Description: MEDICAL SUPPLIES - Airway Supraglottic Neonate I -Gel Size 2 - Intersurgical - 10/box - Item# ISI8202 (NO SUBSTITUTION) Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 50 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 407 Description: MEDICAL SUPPLIES- Airway Supraglottic Neonate I -Gel Size 2.5 - Intersurgical 10/box - Item# ISI8225 (NO SUBSTITUTION) Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 50 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 408 Description: MEDICAL SUPPLIES - Airway Supraglottic Neonate I -Gel Size 3 - Intersurgical - 25/box - Item# ISI8203 (NO SUBSTITUTION) Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 100 Total: $ Delivery Time from Receipt of Order (Calendar Days) • Page 184 of 216 Line: 409 Description: MEDICAL SUPPLIES - Airway Supraglottic Neonate I -Gel Size 4 - Intersurgical - 25/box - Item# ISI8204 (NO SUBSTITUTION) Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 200 Total: $ Delivery Time from Receipt of Order (Calendar Days) Line: 410 Description: MEDICAL SUPPLIES - Airway Supraglottic Neonate I -Gel Size 5 - Intersurgical - 25/box - Item# ISI8205 (NO SUBSTITUTION) Category: 46500-00 Unit of Measure: Box Unit Price: $ Number of Units: 100 Total: $ Delivery Time from Receipt of Order (Calendar Days) Page 185 of 216 Invitation for Bid (IFB) 341290,2 Table of Contents Terms and Conditions 187 1. General Conditions 187 1.1. GENERAL TERMS AND CONDITIONS 187 2. Special Conditions 207 2.1. PURPOSE 207 2.2. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION 207 2.3. SUBMISSION OF BID RESPONSES 207 2.4. TERM OF CONTRACT 207 2.5. CONDITIONS FOR RENEWAL 207 2.6. ESCALATION / DE-ESCALATION CLAUSE 208 2.7. EQUITABLE ADJUSTMENT 208 2.8. NON -APPROPRIATION OF FUNDS 208 2.9. METHOD OF AWARD 208 2.10. BIDDER'S MINIMUM QUALIFICATIONS 209 2.11. DELIVERY TIME FROM RECEIPT OF ORDER 209 2.12. FAILURE TO PERFORM 209 2.13. EQUAL PRODUCT 210 2.14. PRODUCT/CATALOG INFORMATION 210 2.15. NO SUBSTITUTION 210 2.16. METHOD OF PAYMENT 210 2.17. ORDERING METHOD AND ORDER CONFIRMATION 210 2.18. PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING DELIVERY 210 2.19. COMPLIANCE WITH STATE OF FLORIDA STATUTE 465.0255 211 2.20. ADDITION/DELETION OF ITEMS/PRODUCTS 211 2.21. PRE-BID/PRE-PROPOSAL CONFERENCE 211 2.22. CONTRACT ADMINISTRATOR 211 2.23. SAMPLES 211 2.24. TIE BIDS 211 2.25. MATERIALS SHALL BE NEW AND WARRANTED AGAINST DEFECTS 212 2.26. WARRANTY, FITNESS FOR PURPOSE 212 2.27. QUALITY AND MANUFACTURE 212 2.28. PRODUCT SUBSTITUTES 213 2.29. REFERENCES 213 2.30. SPECIFICATION EXCEPTIONS 213 2.31. TERMINATION 214 2.32. ADDITIONAL TERMS AND CONDITIONS 214 2.33. PRIMARY CLIENT (FIRST PRIORITY) 214 2.34. BALANCE OF LINE PERCENTAGE DISCOUNT SHALL BE FIXED FOR THE DURATION OF THE CONTRACT 215 3. Specifications 216 3.1. SPECIFICATIONS/SCOPE OF WORK 216 Page 186 of 216 Invitation for Bid (IFB) 341290,2 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/services with an estimated aggregate cost of $25,000.00 or more. Definition: 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 Procurement 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 or electronic submission of your solicitation 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. ADDENDA — It is the bidder's/proposer's responsibility to ensure receipt of all Addenda. Addenda are available at the City's website at: http://www.ci.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, services, items, equipment, materials, and/or supplies. 1.6. ASSIGNMENT - Contractor agrees not to subcontract, assign, transfer, convey, sublet, or otherwise dispose of the resulting 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, each party shall bear their own attorney's fees through and including appellate litigation and any post judgment Page 187 of 216 Invitation for Bid (IFB) 341290,2 proceedings. 1.8. 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 by the City. 1.9. AVAILABILITY OF CONTRACT STATE-WIDE - Any Governmental, 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, amendment or addenda. 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. Page 188 of 216 Invitation for Bid (IFB) 341290,2 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 indicatedunder 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 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. 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 Page 189 of 216 Invitation for Bid (IFB) 341290,2 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 governments 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. C. The State of Florida Statutes, Section 287.133(3) (A) on Public Entity Crimes. D. Environment Protection Agency (EPA), as applicable to this Formal Solicitation. E. Uniform Commercial Code (Florida Statutes, Chapter 672). F. Americans with Disabilities Act of 1990, as amended. G. National Institute of Occupational Safety Hazards (NIOSH), as applicable to this Formal Solicitation. H. National Forest Products Association (NFPA), as applicable to this Formal Solicitation. I. City Procurement Ordinance City Code Section 18, Article III. J. Conflict of Interest, City Code Section 2-611;61. K. Cone of Silence, City Code Section 18-74. L. The Florida Statutes Sections 218.73 and 218.74 on Prompt Payment. Lack 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, RFLI, 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: Page 190 of 216 Invitation for Bid (IFB) 341290,2 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, 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 communications 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 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. A. Bidder/Proposer further agrees not to use or attempt to use any knowledge, property or resource which may be within his/her/its trust, or perform his/her/its duties, to secure a special privilege, benefit, or exemption for himself/herself/itself, or others. Bidder/Proposer may not disclose or use information not available to members of the general public and gained by reason of his/her/its position, except for information relating exclusively to governmental practices, for his/her/its personal gain or benefit or for the personal gain or benefit of any other person or business entity. B. Bidder/Proposer hereby acknowledges that he/she/it has not contracted or transacted any business with the City or any person or agency acting for the City, and has not appeared in representation of any third party before any Page 191 of 216 Invitation for Bid (IFB) 341290,2 board, commission or agency of the City within the past two years. Bidder/Proposer further warrants that he/she/it is not related, specifically the spouse, son, daughter, parent, brother or sister, to: (i) any member of the commission; (ii) the mayor; (iii) any city employee; or (iv) any member of any board or agency of the City. C. A violation of this section may subject the Bidder/Proposer to immediate termination of any professional services agreement with the City, imposition of the maximum fine and/or any penalties allowed by law. Additionally, violations may be considered by and subject to action by the Miami -Dade County Commission on Ethics. 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 Bidder(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 debarment 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 ordinanceor regulation and for which Page 192 of 216 Invitation for Bid (IFS) 341290,2 the violation remains noncompliant. (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. DEFAULT/FAILURE 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 committing 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 Page 193 of 216 Invitation for Bid (IFB) 341290,2 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 Terms and Conditions. Price discounts off the original prices quoted in the response will be accepted from 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 Commission 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 rightto acquire additional quantities at the prices bid/proposed or at lower prices in this Formal Solicitation. 1.34. EVALUATION OF RESPONSES Page 194 of 216 Invitation for Bid (IFB) 341290,2 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 Formal 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 firm 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. 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. Page 195 of 216 Invitation for Bid (IFB) 341290,2 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. 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 index 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 lst. 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. 1.39. 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. 1.40. 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. 1.41. 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 information 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 Information (PHI) available to the customer; F. Making PHI available to the customer for review and amendment; and incorporating any amendments requested by the customer; 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. Page 196 of 216 Invitation for Bid (IFB) 341290,2 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. 1.42 INDEMNIFICATION - Contractor shall indemnify , hold harmless and defend the City, its officials, officers, agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Contract and will indemnify, hold harmless and defend the City, its officials, officers, agents, directors and employees against, any civil actions, statutory or similar claims, injuries or damages arising or resulting from the permitted work, even if it is alleged that the City, its officials and/or employees were negligent. These indemnifications shall survive the term of this Contract. In the event that any action or proceeding is brought against City by reason of any such claim or demand, Contractor shall, upon written notice from City, resist and defend such action or proceeding by counsel satisfactory to City. The Contractor expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by Contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The indemnification provided above shall obligate Contractor to defend at its own expense to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against City whether performed by Contractor, or persons employed or utilized by Contractor. This indemnity will survive the cancellation or expiration of the Contract. This indemnity will be interpreted under the laws of the State of Florida, including without limitation and which conforms to the limitations of §725.06 and/or §725.08, Fla. Statues, as amended from time to time as applicable. Contractor shall require all Sub -Contractor agreements to include a provision that they will indemnify the City. The Contractor agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Contractor in which the City participated either through review or concurrence of the Contractor's actions. In reviewing, approving or rejecting any submissions by the Contractor or other acts of the Contractor, the City in no way assumes or shares any responsibility or liability of the Contractor or Sub -Contractor, under this Agreement. 1.43. FORMATION 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, technical specifications, and Material Safety Data Sheets (MSDS)as required, covering the products offered. Reference to literature submitted with a previous response or on file with the Buyer will not satisfy this provision. 1.44. 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. 1.45. 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 30 days after bid closing, whichever is earlier. Bid/Proposal results will be tabulated and may be furnished upon request via Page 197 of 216 Invitation for Bid (IFB) 341290,2 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. 1.46. 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 terms that may be granted to the Bidder/Proposer. 1.47. INVOICES - Invoices shall contain purchase order number and details of goods and/or services delivered (i.e. quantity, unit price, extended price, etc); and in compliance with Chapter 218 of the Florida Statutes (Prompt Payment Act). 1.48. LOCAL PREFERENCE A. City Code Section 18-85, states, "when a responsive, responsible non -local bidder submits the lowest bid price, and the bid submitted by one or more responsive, responsible local bidders who maintain a local office, as defined in Section 18-73, is within fifteen percent (15%) of the price submitted by the non -local bidder, then that non -local bidder and each of the aforementioned responsive, responsible local bidders shall have the opportunity to submit a best and final bid equal to or lower than the amount of the low bid previously submitted by the non -local bidder. Contract award shall be made to the lowest responsive, responsible bidder submitting the lowest best and final bid. In the case of a tie in the best and final bid between a local bidder and a non -local bidder, contract award shall be made to the local bidder." B. City Code Section 18-86, states, "the RFP, RFLI or RFQ, as applicable, may, in the exercise of the reasonable professional discretion of the City Manager, director of the using agency, and the Chief Procurement Officer, include a five (5%) percent evaluation criterion in favor of proposers who maintain a local office, as defined in Section 18-73. In such cases, this five (5%) percent evaluation criterion in favor of proposers who maintain a local office will be specifically defined in the RFP, RFLI or RFQ, as applicable; otherwise, it will not apply. 1.49. 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. 1.50. 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 Page 198 of 216 Invitation for Bid (IFB) 341290,2 the issuance of a change order, addendum, amendment, or supplement to the contract, purchase order or award sheet as appropriate. 1.51. 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. 1.52. 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 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 and/or 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. 1.53. 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. 1.54. 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. 1.55. 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. 1.56. ONE PROPOSAL - Only one (1) Response from an individual, firm, partnership, corporation or joint venture Page 199 of 216 Invitation for Bid (IFB) 341290,2 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". 1.57. 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. 1.58. PARTIAL INVALIDITY - 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. 1.59. 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. 1.60. PREPARATION OF RESPONSES (HARDCOPY FORMAT) —Bidders/Proposers are expected to 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 Page 200 of 216 Invitation for Bid (IFB) 341290,2 OR YOUR RESPONSE MAY BE DEEMED NON -RESPONSIVE. 1.61. 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. 1.62. 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. 1.63. 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. 1.64. 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 commence on the date final approval for payment 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. 1.65. 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. 1.66. PROVISIONS BINDING - Except as otherwise expressly provided in the resulting Contract, all covenants, conditions and provisions of the resulting Contract shall be binding upon and shall inure to the benefit of the parties hereto and their respective heirs, legal representatives, successors and assigns. 1.67. 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 Page 201 of 216 Invitation for Bid (IFB) 341290,2 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.68. 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. 1.69. 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 makeor model, of the best quality, and of the highest grade of workmanship, unless as otherwise specified in this Solicitation. 1.70. 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. 1.71. REMEDIES PRIOR TO AWARD (Sec. 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. 1.72. 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 Commission or the City Manager which shall be final and conclusive. A copy of the decision shall be immediately provided to the protesting party, along with a notice of such party's right to seek judicial relief, provided that the protesting party shall not be entitled to such judicial relief without first having followed the procedure set forth in this section. 1.73. 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 Page 202 of 216 Invitation for Bid (IFB) 341290,2 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. 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, which will be posted on the City of Miami Purchasing Department website, in the Supplier Corner, Current Solicitations and Notice of Recommendation of Award Section. The notice of the City Manager's recommendation can be found by selecting the details of the solicitation and is listed as Recommendation of Award Posting Date and Recommendation of Award To fields. If "various" is indicated in the Recommendation of Award To field, the Bidder/Proposer must contact the buyer for that solicitation to obtain the suppliers name. It shall be the responsibility of the Bidder/Proposer to check this section of the website daily after responses are submitted to receive the notice; 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 df 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 from 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 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. Page 203 of 216 Invitation for Bid (IFB) 341290,2 (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. (f) 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. 1.74. 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. 1.75. 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. 1.76. 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. 1.77. 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. 1.78. 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, Page 204 of 216 Invitation for Bid (IFB) 341290,2 RFQ, or RFLI. NO EXCEPTIONS. Bidders/Proposers are welcome to attend the solicitation 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 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 US1. US1 SOUTH TO 27TH AVE., TURN LEFT, 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. FROM THE SOUTH: US1 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. 1.79. 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. 1.80. 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. Page 205 of 216 Invitation for Bid (IFB) 341290,2 B. The City has determined that such termination 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. 1.81. 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 Section 218.74, Florida Statutes and other applicable law. 1.82. 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 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. 1.83. 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. 1.84.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 confains 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. 1.85. 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. 1.86. 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. 1.87. 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 206 of 216 Invitation for Bid (IFB) 341290,2 2. Special Conditions 2.1. PURPOSE The purpose of this Solicitation is to establish a contract, for Pharmaceuticals and Medical Supplies, as specified herein, from a source(s) of supply that will give prompt and efficient service fully compliant with the terms, conditions and stipulations of the solicitation. 2.2. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION Any questions or clarifications concerning this solicitation shall be submitted by email or facsimile to the Purchasing Department, Attn: Yusbel Gonzalez; fax: (305) 400-5104 or email: ygonzalez@ci.miami.fl.us. The solicitation title and number shall be referenced on all correspondence. All questions must be received no later than Wednesday, October 31, 2012 at 5:00 PM. 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. 2.3. SUBMISSION OF BID RESPONSES Due to the large number of line items in this Invitation for Bid ("IFB"), Prospective Bidders are highly encouraged to submit their bid response electronically via the City's Oracle System ("iSupplier"). Bid responses submitted electronically remain sealed until the bid closing date and time ("i.e. bid opening"). Furthermore, Prospective Bidder's have the ability to attach any documentation to the bid response. Electronic responses eliminate paper and speed up the bid tabulation process. In addition, eletronic bid responses remain in the Prospective Bidder's online profile permanently and may be easily accessed at any time. Instructions to submit an electronic bid response have been provided and may be downloaded by clicking on the "Header" tab and then scrolling down to the "Notes and Attachments" section of the solicitation in the iSupplier system. 2.4. TERM OF CONTRACT The Contract shall commence 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. 2.5. 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 Page 207 of 216 Invitation for Bid (IFB) 341290,2 2.6. ESCALATION / DE-ESCALATION CLAUSE The City acknowledges the fluctuating nature of prices for items specified. Accordingly an 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. (2) Receipt of proper notification to the Purchasing Department, in writing, of all items affected by price increases/decreases. (a) Written notification must be received at least sixty (60) calendar days prior to the effective date ofa price change. (3) Where all prices shall have remained firm for a minimum of two (2) years after effective date of contract. (4) All prices increase(s) and decrease(s) to be approved by the Purchasing Director. (5) Escalated prices, if any, shall remain firm during the applicable contract year. 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. 2.7. 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. 2.8. 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). 2.9. METHOD OF AWARD LINE ITEMS Award of the line items identified in this contract will be made to the three (3) lowest responsive and responsible bidders on an item -by -item, a combination/group of items, or a total of all items basis, whichever is in the best interest of the City. Bidders may bid on one or all items. The City shall select three (3) vendors, with the lowest deemed the "Primary Vendor", the next lowest the "Secondary Vendor", and the following lowest the "Tertiary Vendor". Page 208 of 216 Invitation for Bid (IFB) 341290,2 The Primary Vendor shall be given the first opportunity to deliver the line items identified in this contract. If the Primary Vendor is unable to provide the goods, the City shall seek the goods from the Secondary Vendor. Should the Secondary Vendor be unable to provide the goods, the Tertiary Vendor will then be notified to fulfill the order. BALANCE OF LINE While the City has listed all needed items on the bid solicitation, there may be ancillary items that may be purchased by the City during the term of this contract. For this reason, bidders are requested to quote the percentage discount that will be offered to the City for items which do not appear in the Line Items section of this bid solicitation. Award of the Balance of Line will be made to a responsive and responsible bidder, per manufacturer brand, who offers the highest percentage discount off the proposed manufacturer's latest published price list or catalog. The bidder may submit its proposed manufacturer's price list or catalog with its bid response in order to be considered for award; or at least within fifteen (15) calendar days from receipt of Notice of Award. The price list or catalog must be common to and accepted by the industry in general. For electronic bid responses, the manufacturer price list or catalog may be attached under the "Attachments" section, under the "Header" tab, in the City's Oracle System. 2.10. BIDDER'S 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. (2) Have no record of pending lawsuits or criminal activities, and have never been declared bankrupt. (3) Be a Manufacturer OR Manufacturer Authorized Distributor/Reseller of the pharmaceuticals and medical supplies specified in this Invitation for Bid. (a) Prospective Bidder must provide, at time of bid submittal, manufacturer certification (i.e. letter, certificate, or other verifiable source) demonstrating that bidder is a manufacturer OR manufacturer authorized distributor/reseller. Failure to provide this information at time of bid submittal, may deem bidder non -responsive. 2.11. DELIVERY TIME FROM RECEIPT OF ORDER Bidders shall specify in its bid response 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. The guranteed delivery time may be extended in such cases when the delay is the result of a natural disaster, war, civil commotion, strike, manufacturer or distributor backorder, or any other condition beyond the control of the Successful Bidder(s), provided that written notice of such delay is sent via e-mail to the Contract Administrator or Designee and approved before hand. The City reserves the right to cancel any order that may not be delivered within the guaranteed delivery time and seek the items from the next lowest bidder (i.e. Secondary, Tertiary Vendor). 2.12. FAILURE TO PERFORM Page 209 of 216 Invitation for Bid (IFB) 341290,2 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 the requirements of this contract, the City reserves the right to declare Contractor in default of the contract or make appropriate reductions in the contract payment. 2.13. EQUAL PRODUCT Manufacturer's name, brand name and model/style number when used in these specifications are for the sole purpose of establishing minimum requirements of levels of quality, standards of performance and design required and is in no way intended to prohibit the bidding of other manufacturer's brands of equal material, unless otherwise indicated. Equal (substitution) may be bid, provided product so bid is found to be equal in quality, standards of performance, design, etc. to item specified, unless otherwise indicated. Where equal is proposed, bid must be accompanied by complete factory information sheets (specifications, brochures, etc.) and test results of unit bid as equal. Failure to do so at time of bid may deem your bid non -responsive. 2.14. PRODUCT/CATALOG INFORMATION All bidders must submit product information on the items they propose to furnish on this bid. Any bid received not containing this information may be rejected for that reason. If product/catalog numbers shown in this bid are incorrect or obsolete, it is the responsibility of the vendor to update or advise the City of this problem. The City will issue an addendum to correct and update the product/catalog numbers, when applicable. The product/catalog number you show on your bid is the one the City will expect to receive. 2.15. 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. 2.16. METHOD OF PAYMENT Payment will be made upon receipt and acceptance of goods ordered via a Blanket Release (i.e. "Purchase Order"). No down or partial down payments will be made. 2.17. ORDERING METHOD AND ORDER CONFIRMATION All orders/requests for items covered under this contract will require the issuance of a Blanket Release (i.e. "Purchase Order") prior to delivery. Items ordered and delivered without the prior issuance of Blanket Release shall be considered UNAUTHORIZED, in accordance with General Terms and Conditions Section 1.85 of the IFB, Upon receipt of Blanket Release from the City and shipment of goods ordered, Bidder shall send via e-mail an Order Confirmation to the Contract Administrator or Designee which details the goods shipped and commercial courier tracking information. 2.18. PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING DELIVERY Page 210 of 216 Invitation for Bid (IFB) 341290,2 The Successful Bidders 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 with the display of the expiration date of each drug/pharmaceutical in a readable fashion; and back -order quantities and estimated delivery of back -orders if applicable. 2.19. COMPLIANCE WITH STATE OF FLORIDA STATUTE 465.0255 Successful Bidders under this contract shall comply at all times with the requirement stipulated under Florida Statute 465.0255 (1), which states: "The manufacturer, repackager, or other distributor of any medicinal drug shall display the expiration date of each drug in a readable fashion on the container and on its packaging. The term "readable" means conspicuous and bold." Drugs received by the City which do not adhere to the requirement above, shall be returned and replaced by the Successful Bidder at no charge to the City. 2.20. ADDITION/DELETION OF ITEMS/PRODUCTS Although this Solicitation identifies specific items/products to be provided, it is hereby agreed and understood that any related 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, and other suppliers, as deemed necessary, shall be invited to submit price quotes for these new items/products. If these quotes are comparable with market prices offered for similar items/products, the supplier(s), if applicable, and item(s) shall be added to the contract. An amendment and updated Blanket Purchase Agreement shall be issued by the City. The newly added items/products shall be ordered via a Blanket Release / Purchase Order. 2.21. PRE-BID/PRE-PROPOSAL CONFERENCE None 2.22. CONTRACT ADMINISTRATOR Upon award, contractor shall report and work directly with Lieutenant Kamal Rashad, who shall be designated as the Contract Administrator. 2.23. SAMPLES Bidders shall provide, within seven (7) calendar days after a formal request is made by the City, a complete and accurate sample of the product(s) which they propose to furnish under this solicitation. 2.24. TIE BIDS Whenever two or more Bids which are equal with respect to price, quality and service are received by the City for Page 211 of 216 Invitation for Bid (IFB) 341290,2 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 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 (1). (4) In the statement specified in subsection (1), 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. 2.25. MATERIALS SHALL BE NEW AND WARRANTED AGAINST DEFECTS The Bidder hereby acknowledges and agrees that all pharmaceuticals and medical supplies, supplied by the Bidder in conjunction with this Bid shall be new (at least a 90% shelf life at time of receipt by the City), warranted for their merchantability, and fit for a particular purpose. In the event any of the items supplied to the City by the Bidder are found to be defective or do not conform to specifications, the City reserves the right to cancel the order and return such items to the Bidder to replace the the items at the Bidder's expense. 2.26. 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. 2.27. QUALITY AND MANUFACTURE The apparent silences of these specifications as to any details or the apparent omission from it of a detailed description concerning 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. Page 212 of 216 Invitation for Bid (IFB) 341290,2 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 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. 2.28. 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 (Contract Administrator or Designee), 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. Bidder shall not deliver any substitute product as a replacement to an approved and awarded manufacturer product without express written consent of the Department of Purchasing and Fire -Rescue prior to such delivery. 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. *When the awarded bidder is unable to provide the substitute product at the same bid price (or lower), the City shall either purchase the substitute item pursuant to the Balance of Line percentage discount or in accordance with the procedure described in the Special Conditions, Additions/Deletions of Items/Products, of the IFB. 2.29. REFERENCES Each bidder must provide at least three (3) references in the Header / Attributes / Certifications Section of the Invitation for Bid. References must include the name of the agency/company, dates of contract, description of goods supplied, a contact person, telephone number, and e-mail address. Failure to provide at least three (3) references may deem bidder non -responsive. 2.30. 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 solicitation closing date of any change in the manufacturers' specifications which conflict with the specifications. For hard copy bid submittals, bidders must explain any deviation from the specifications in writing as a footnote on the applicable specification page and enclose a copy of the manufacturer's specifications data detailing the changed item(s) with his/her submission. For Page 213 of 216 Invitation for Bid (IFB) 341290,2 electronic bid submittals, bidders must explain in the Header Section or by an Attachment and, if applicable, enclose a scanned copy of the manufacturer's specifications data detailing the changed item(s) with his/her submission. 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 item(s) in compliance with contract specifications. 2.31. 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 termination will be deemed to be a termination for the convenience of the City of Miami. B. FOR CONVENIENCE The City Manager may terminate 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. 2.32. ADDITIONAL TERMS AND CONDITIONS No additional terms and conditions included as part of your solicitation 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 solicitation. 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 Conditions and Special Conditions in this solicitation are the only conditions applicable to this solicitation and that the bidder's/proposer's authorized signature affixed to the bidder's/proposer's acknowledgment form attests to this. If a Professional Services Agreement (PSA) or other Agreement is provided by the City and is expressly included as part of this solicitation, no additional terms or conditions which materially or substantially vary, modify or alter the terms or conditions of the PSA or Agreement, in the sole opinion and reasonable discretion of the City will be considered. Any and all such additional terms and conditions shall have no force or effect and are inapplicable to this PSA or Agreement. 2.33. PRIMARY CLIENT (FIRST PRIORITY) The successful bidder(s)/proposer(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)/proposer(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 Page 214of216 Invitation for Bid (IFB) 341290,2 impacting various areas during or approximately the same time. 2.34. BALANCE OF LINE PERCENTAGE DISCOUNT SHALL BE FIXED FOR THE DURATION OF THE CONTRACT With the exception of increases to the percentage discount awarded, the percentage discount shall be fixed for the duration of the contract (including all renewal options). Successful Bidder(s) will be allowed to submit, throughout the term of the contract, updated new price lists or catalogs to the Department of Purchasing at 444 S.W. 2nd Ave, 6th Floor, Miami, Florida 33130 (Attention Mr. Yusbel Gonzalez). If accepted, these price lists or catalogs will become effective on the date indicated in the Amendment published by the Purchasing Department. Page 215 of 216 Invitation for Bid (IFB) 341290,2 3. Specifications 3.1. SPECIFICATIONS/SCOPE OF WORK For Specifications, please refer to the "Lines" section of this Invitation for Bid (IFB). Page 216 of 216