Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Invitation For Bid
Miami -Dade' County Bid FB-00058 Solicitation FB-00058 BACKBOARD AND MISCELLANEOUS MEDICAL EQUIPMENT PICK-UP AND DECONTAMINATION Bid designation: Public Miami -Dade County 4/4/2014 6:53 AM Miami -Dade County Bid FB-00058 Bid FB-00058 BACKBOARD AND MISCELLANEOUS MEDICAL EQUIPMENT PICK-UP AND DECONTAMINATION Bid Number Bid Title FB-00058 BACKBOARD AND MISCELLANEOUS MEDICAL EQUIPMENT PICK-UP AND DECONTAMINATION Bid Start Date Apr 4, 2014 8:49:59 AM EDT Bid End Date Apr 18, 2014 6:00:00 PM EDT Question & Answer Apr 11, 2014 2:00:00 PM EDT End Date Bid Contact Martha Perez-Garviso 305-375-5375 mdperez@miamidade.gov Contract Duration 5 years Contract Renewal Not Applicable Prices Good for Not Applicable Bid Comments The purpose of this solicitation is to establish a contract for the pick-up, cleaning and decontamination of multi -governmental agency backboards and miscellaneous equipment. Backboards and miscellaneous equipment shall be picked up from Miami -Dade County and Broward County hospitals, cleaned and delivered to the Miami -Dade Fire Rescue (MDFR) warehouse. Item Response Form Item FB-00058--01.01 - Backboards and Misc. Equipment Quantity 1 each Prices are not requested for this item. Delivery Location Miami -Dade County generic location Miami FL 33128 Qty 1 Description N/A 4/4/2014 6:53 AM p. 2 Miami -Dade County Bid FB-00058 BID NO.: FB-00058 OPENING: 6:00 P.M. BACKBOARD AND MISCELLANEOUS MEDICAL EQUIPMENT PICK-UP AND DECONTAMINATION Apr 18, 2014 MIAMI-DADE COUNTY, FLORIDA TITLE: BACKBOARD AND MISCELLANEOUS MEDICAL EQUIPMENT PICKUP AND DECONTAMINATION BIDS WILL BE ACCEPTED UNTIL 6:00:00 PM EDT ON Apr 18, 2014 FOR INFORMATION CONTACT: Martha Perez-Garviso, 305-375.5375,mdperez@miamidade.gov IMPORTANT NOTICE TO BIDDERS/PROPOSERS: • READ THE ENTIRE SOLICITATION DOCUMENT, THE GENERAL TERMS AND CONDITIONS, AND HANDLE ALL QUESTIONS IN ACCORDANCE WITH THE TERMS OUTLINED IN PARAGRAPH 1.2(D) OF THE GENERAL TERMS AND CONDITIONS. • THE SOLICITATION SUBMITTAL FORM CONTAINS IMPORTANT INFORMATION THAT REQUIRES REVIEW AND COMPLETION BY ANY BIDDER/PROPOSER RESPONDING TO THIS SOLICITATION. • FAILURE TO COMPLETE AND SIGN THE SOLICITATION SUBMITTAL FORM WILL RENDER YOUR PROPOSAL NON -RESPONSIVE. 4/4/2014 6:53 AM P. 3 Miami -Dade County Bid FB-00058 SECTION 1 GENERAL TERMS AND CONDITIONS: All general terms and conditions of Miami -Dade County Procurement Contracts are posted online, Bidders/Proposers that receive an award from Miami -Dade County through Miami -Dade County's competitive procurement process must anticipate the inclusion of these requirements in the resultant Contract. These standard general terms and conditions are considered non-negotiable subject to the County's final approval. All applicable terms and conditions pertaining to this solicitation and resultant contract may be viewed online at the Miami -Dade County Procurement Management website by clicking on the below link: http://www.miamidade. goy/procurement/library/boilerplate/general- terms- and- conditions-r14 1 .pdf NOTICE TO ALL BIDDERS/PROPOSERS: Electronic bids are to be submitted through a secure mailbox at BidSync (www.bidsync.com) until the date and time as indicated in this Solicitation document. It is the sole responsibility of the Bidder/Proposer to ensure their proposal reaches BidSync before the Solicitation closing date and time. There is no cost to the Bidder/Proposer to submit a proposal in response to a Miami -Dade County solicitation via BidSync, Electronic proposal submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited, All documents should be attached as separate files. For information concerning technical specifications please utilize the question/answer feature provided by BidSync at www.bidsync.com within the solicitation. Questions of a material nature must be received prior to the cut-off date specified in the solicitation. Material changes, if any, to the solicitation terms, scope of services, or bidding procedures will only be transmitted by written addendum, (See addendum section of BidSync site), Please allow sufficient time to complete the onlineforms and upload of all proposal documents. Bidders/Proposers should not wait until the last minute to submit a proposal. The deadline for submitting information and documents will end at the closing time indicated in the solicitation. All information and documents must be fully entered, uploaded, acknowledged (Confirm) and recorded into BidSync before the closing time or the system will stop the process and the response will be considered late and will not be accepted. PLEASE NOTE THE FOLLOWING: No part of your proposal can be submitted via HARDCOPY, EMAIL, OR FAX No variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a proposal will be considered evidence that the Bidder/Proposer has familiarized themselves with the nature and extent of the work, and the equipment, materials, and labor required. The entire proposal response must be submitted in accordance with all specifications contained in the solicitation electronically. 4/4/2014 6:53 AM p. 4 Miami -Dade County Bid FB-00058 SOLICITATION TITLE: BACKBOARD AND MISCELLANEOUS MEDICAL EQUIPMENT SOLICITATION NO.: FB-00058 PICK-UP AND DECONTAMINATION SECTION 2 - SPECIAL TERMS AND CONDITIONS 2.1 PURPOSE The purpose of this solicitation is to •establish a contract for the pick-up, cleaning and decontamination of multi -governmental agency backboards and miscellaneous equipment. Backboards and miscellaneous equipment shall be picked up from Miami - Dade County and Broward County hospitals, cleaned and delivered to the Miami -Dade Fire Rescue (MDFR) warehouse. 2.2 TERM OF CONTRACT SIXTY (60) MONTHS This contract shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County Commissioners, or designee, unless otherwise stipulated in the Notice of Award Letter which is distributed by the County's Procurement Management Division, and contingent upon the completion and submittal of all required bid documents. Tirye of as tday of the last sixtieth (60th) month of the contract 2.3 METHOD OF AWARD TO A AGGREGATE Award of this contract will be made tote responsive, Jes onsible Br er aif t e ns ted 1 heliolic I�f and hose o e' r eke. e II .'r ma ar e. n as, o regal . If Bi er t u THE an all a id�°°y fi . � iR�.. , � . ers mus the 1n1 � ica a s as u�a 1 ., e County Y {.r. �t ,� 11 }a r� i� r ..v,.a �" �; a at its', sole isc`reti 0 a. d 1 s; st i tere t t t e B d'e (s *to provide x''i: r�'2r:!S''� d �. ,�. 33i� � '�§yam, B ret uired'docu nets during k e 1d� a l a ion p io 3 ailu e to provide the required documentation as specified by the County will result in the Bidder(s) not being considered for contract award. A. Bidders shall have the following two plans and corresponding documentation as it pertains to the Florida Administrative Code, Chapter 64E-16, Biomedical Waste. 1. Biomedical Waste Operating Plan 2. Biomedical Waste Treatment Plan B. Biddershallprovide a copy of both their- Biomedical WasteOperatingPlan and Biomedical,Waste Treatment Plan along with their bid submittal. Note: Bidders may attain a copy of Chapter 64E-16, Biomedical Waste by visiting the following website: https://www.flrules.orq/gateway/ChapterHome.asp?Chapter=64e-16 4/4/2014 6:53 AM Page lof10 Rev.1114 11 5 Miami -Dade iCounty Bid FB-00058 SOLICITATION TITLE: BACKBOARD AND MISCELLANEOUS MEDICAL EQUIPMENT PICK-UP AND DECONTAMINATION SOLICITATION NO.: FB.00058 2.4 PRICES SHALL BE FIXED WITH ADJUSTMENTS ALLOWED BASED ON GOVERN- MENTAL PRICE INDEX The prices proposed by the awarded Bidder shall remain fixed for a period of one (1) year after the commencement of the contract. After this period, the awarded Bidder may submit a price adjustment request before the annual anniversary of the contract start date, The request for a price adjustment to the County shall be based on the most recent annual index of the following: Consumer Price Index (CPI), All Urban Consumers, Miami/Ft. Lauderdale Area, Other Goods and Services. It is the awarded Bidder responsibility to request any price adjustment under this provision. For any adjustment to be considered it must be submitted 90 days prior to annual anniversary of the then one (1) year period. The County reserves the right to reject any price adjustments submitted by the awarded Bidder. The County reserves the right to negotiate lower pricing for any subsequent one (1) year period based on market research into ion �� e h �4 � l e ce price. The County reserves the right to apply,s n Kai fo y h I " ear period based on the downward movement; The County reserves the right to re Bidder. RALST [ ite s dies be p rcf sed lovernmental standards, to inc ude, IINV hap e z6 16hF �C as wet -as �dministra rorl (OSI-A), ,tie f atrond he Elorida Departmenteof Health end theNational 'ire�Irotecti �As UhCICOITROL arded all in 'alth SH), ©ri F(DEP) It is the intent of these specifications to comply with the Miami -Dade County Pollution Control Ordinance as stated in Chapter 24 of the Miami -Dade Code. This ordinance is made a part of these specifications by reference and may be obtained, if necessary, by the Bidder through the Regulatory and Economic Resources Department and their address is: Overtown Transit Village North, 701 NW 1st Court, Miami, Florida 33136, Telephone number (305) 372-6700. 2.7 INSURANCE (1) - GENERAL SERVICE AND MAINTENANCE CONTRACT The following supersedes the insurance coverage listed in Section 1, Paragraph 1.21: A. Worker's Compensation Insurance for all employees of the Contractor as required by Florida Statute 440. 4/4/2014 6:53 AM Page 2 of 10 Rev. 1114 p. 6 Miami -Dade County Bid FB-00058 SOLICITATION TITLE: BACKBOARD AND MISCELLANEOUS MEDICAL EQUIPMENT PICK-UP AND DECONTAMINATION SOLICITATION NO.: FB.00058 B. Commercial General Liability Insurance on a comprehensive basis in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. Miami -Dade County must be shown as an additional insured with respect to this coverage. C. Automobile Liability Insurance covering all owned, non owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. 4/4/2014 6:53 AM Page 3 of 10 Rev.1114 P. 7 Miami -Dade County Bld FB-00058 backboards traction splints, vacuum splints SOLICITATION TITLE: BACKBOARD AND MISCELLANEOUS MEDICAL EQUIPMENT SOLICITATION NO.: FB-00058 PICK-UP AND DECONTAMINATION SECTION 3 - TECHNICAL SPECIFICATIONS 3.1 SCOPE This contract will be utilized for pick-up, cleaning and decontamination of Miami -Dade County multi -governmental agency orange backboards, Freno EXL Scoop Stretchers, Ferno Pedi-Paks, Ferno traction splints, vacuum splints, Miami -Dade patient carrier, and Ferno Kendrick Extrication Devices (KED). These items will be picked up from Miami - Dade County and Broward County hospitals, cleaned and delivered to the Miami -Dade Fire Rescue (MDFR) warehouse. 3.2 SERVICE REQUIREMENTS The awarded Bidder shall provide required services as follows: 3.2.1 The awarded Bidder shall pick. u and KED devices at each ha.i necessary by the County DV Hospital which will be pick Broward County Hospitals w e.. as deemed emorial rid the ical to 7th er ust 3.2.4 The awarded Bidder shall promptly correct all deficiencies in the work and/or any work that fails to conform to the contract documents. The cleaned backboards and miscellaneous medical equipment will be inspected by MDFR's Inventory and Supply Bureau Warehouse personnel at time of delivery. Any backboards and miscellaneous medical equipment delivered by the awarded Bidder and found to be cleaned improperly by MDFR, will be returned to the bidder at the next delivery date. 3.3 List of Hospitals: The awarded Bidder shall pick up from the following hospitals: A. Miami Dade County: 1. Aventura Hospital 4/4/2014 6:53 AM Page 4 of 10 Rev.1/14 p.8 Miami -Dade County Bid FB-00058 SOLICITATION TITLE: BACKBOARD AND MISCELLANEOUS MEDICAL EQUIPMENT SOLICITATION NO,: FB•00058 PICK-UP AND DECONTAMINATION 20900 Biscayne Boulevard, Miami, Florida 33180 (305) 682-7000 2. Baptist Hospital of Miami 8900 N. Kendall Drive, Miami, Florida 33176 (786) 596-5437 3. Doctors Hospital 500 University Drive, Coral Gables, Florida 33146 (786) 308-3000 4. Hialeah Hospital — 24 Hour Emergency Services 651 E 25th Street, Hialeah, Florida 33013 (305) 693-6100 5. Homestead Hospital (Papttst Sowt 975 Baptist Way, Ho (786) 243-8000 6. Jackson Memorial Hi 1611 NW 12th Avenu€ 305) 585-11111 9. Jackson South Community Hospital 9333 SW 152nd Street, Miami, Florida 33157 (305) 251-2500 10. Kendal Regional Medical Center 1170 SW 40th Street, Miami, Florida 33157 (305) 223-3000 11. Larkin Community Hospital 7031 SW 62nd Avenue, South Miami, Florida 33143 (305) 284-7500 edical 4/4/2014 6:53 AM Page 5 of 10 Rev.1114 P. 9 Miami -Dade County Bid FB-00058 SOLICITATION TITLE: BACKBOARD AND MISCELLANEOUS MEDICAL EQUIPMENT SOLICITATION NO.: FB-00058 PICK-UP AND DECONTAMINATION 12. Mercy Hospital 3663 S Miami Avenue, Miami, Florida 33133 (305) 854-4400 13. Metropolitan Hospital of Miami 5959 NW 7th Street, Miami, Florida 33126 (305) 264-1000 14. Miami Children's Hospital 3000 Southwest 62nd Avenue, Miami, Florida 33155 (305) 666-6511 15. North Shore Medical Center 1100 NW 95th Street, #2, Hialeah, Florida 33150 (305) 822-6914 16. Palmetto General HOO 2001 NW 68th Stree (305) 325-5511 17. South Miami Hospital 626W13 Set. 2. Memorial Hospital -Miramar 1901 Sw 172nd Ave Miramar, Florida 33029 (954) 538-5000 3. Memorial Hospital- Pembroke 7800 Sheridan St., Pembroke Pines, Florida 33024 (954) 962-9650 4. Memorial Hospital- West 703 N Flamingo Rd Pembroke Pines, Florida 33028 (954) 436-5000 5. Memorial Regional Hospital 3501 Johnson St Hollywood, Florida 33021 (954) 987-2000 Page 8 of 10 4/4/2014 6:53 AM Rev.1/14 p. 10 Miami -Dade County Bid FB-00058 SOLICITATION TITLE: BACKBOARD AND MISCELLANEOUS MEDICAL EQUIPMENT PICK-UP AND DECONTAMINATION SOLICITATION NO.: FB•00058 6. Memorial Regional Hospital- South 3600 Washington St, Hollywood, Florida 33021 (954) 966-4500 • It is hereby agreed and understood that additional hospitals may be added or deleted to this Contract at the County's option. Prices offered by the awarded Bidder shall remain fixed for the additional hospitals required. 3.4 STAFF IDENTIFICATION The awarded Bidder's personnel must wear proper identification as a representative of the awarded Bidder. Bidder's staff must wear a visible photo ID badge and check with nurse in charge at each hospital before removing any backboards and miscellaneous medical equipment. 3.5 LICENSES, PERMITS AND FEES ' ` ' 'x "pe Pry, licable fees The awarded Bidder shall obtain a � ��pa� � o s�a �er���s 1 ������r) required for this project; and shah d[t fw <dirrces dregulations applicable to the work contemplated ere a es ate a d or sxirnposed on the County or the Bidder for fail o q�t e Itt lus t roes shall be borne by the Bidder. 4/4/2014 6:53 AM Page 7 of 10 Rev.1114 p. 11 Miami -Dade County Bid FB-00058 SOLICITATION TITLE: BACKBOARD AND MISCELLANEOUS MEDICAL EQUIPMENT SOLICITATION NO, FB-00058 PICK-UP AND DECONTAMINATION 2. Ferno KED 3. Ferno Traction Splint 4/4/2014 6:53 AM Page 8 of 10 Rev.1114 p. 12 Miami -Dade County Bid FB-00058 SOLICITATION TITLE: BACKBOARD AND MISCELLANEOUS MEDICAL EQUIPMENT PICK-UP AND DECONTAMINATION SOLICITATION NO.: FB-00058 4. FERNO EXL Scoop Stretcher 5. FERNO Pedi-Pac MCP 4/4/2014 6:53 AM Page 9 of 10 Rev. 1/14 g. 13 Miami -Dade County Bid FB-00058 SOLICITATION TITLE: BACKBOARD AND MISCELLANEOUS MEDICAL EQUIPMENT SOLICITATION NO.: FB-00058 PICK-UP AND DECONTAMINATION 7. Miami -Dade Patient Carrier 4/4/2014 6:53 AM Page 10 of 10 Rev.1114 p• 14 Miami -Dade County Bid FB-00058 Miami -Dade County Procurement Management Services Solicitation Submittal Form 111 NW 1st Street, Suite 1300, Miami, FL 33128 Solicitation Title: BACKBOARD AND MISCELLANEOUS MEDICAL EQUIPMENT Solicitation No. FB-00058 PICK-UP AND DECONTAMINATION Legal Company Name (include dlbla if applicable): Federal Tax Identification Number: If Corporation • Date Incorporated/Organized: State Incorporated/Organized: Company Operating Address: City State Zip Code j 1 Remittance Address (if different from ordering address): City State Zip Code L__.... __, _........._,._,.._ .., ( II Company Contact Person: Email Address: Phone Number (include area code); Fax Number area code): Company Internet Web Address: (include Pursuant to Miami -Dade County Ordinance 94-34, any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to entering into a contract with or receiving funding from the County. 11 Place a check mark here only if Bidder/Proposer has such conviction to disclose to comply with this requirement, LOCAL PREFERENCE CERTIFICATION: For the purpose of this certification, a "local business" Is a business located within the limits of Miami -Dade between the two counties) that has a valid Local Business Tax Receipt, within the limits of Miami -Dade County from which business is performed; and and measurable way. This may include, but not be limited to, the retention to the Countys tax base. for Local Preference, Failure to complete this certification at for Local Preference County (or Broward County in accordance with the Interlocal Agreement issued by Miami -Dade County; has a physical business address located contributes to the economic development of the community in a verifiable and expansion of employment opportunities and the support and increase 0 Place a check mark here only If affirming Bidder/Proposer meets requirements this time (by checking the box above) may render the vendor ineligible J OCAI J Y-HFADQiIARTFRFD B1SINESS CFRTIFICATION: For the purpose of this certification, a "locally -headquartered business" is a Local or Broward County in accordance with thelnterlocal Agreement between the requirements for the Locally -Headquartered Preference (LHP). box) may render the vendor ineligible for the LHP. LHP is not to, Requests for Proposals and Request for Qualifications. Business whose "principal place of business" is in Miami -Dade County two counties, Place a check mark here only if affirming Bidder/Proposer meets Failure to complete this certification at this time (by checking the applicable to qualitative solicitations issued, including but not limited The address of the Locally -headquartered office is: L J i nCAi CFRTIFIFD SFRVICF-DiSARI FDVFTFRAN AIISINF4S ENTFRPRISF ('FRTIFICATION: A Local Certified Service -Disabled Veteran to bid submission is to Section 295,187 of Enterprise, A Business Enterprise is a firm that is (a) a local business pursuant to Section 2-8,5 of the Code of Miami -Dade County and (b) prior certified by the State of Florida Department of Management Services as a service -disabled veteran business enterprise pursuant the Florida Statutes. 0 Place a check mark here only if affirming BidderlProposer is a Local Certified Service -Disabled Veteran Business copy of the certification must be submitted with this proposal. SMALL BUSINESS ENTERPRISE CONTRACT MEASURES (If Applicable) 4/4/2014 6:53 AM p. 15 Miaml-Dade County Bid FB-00058 An SBE/Micro Business Enterprise must be certified by Small Business Development for the type of goods and/or services the Bidder/Proposer provides in accordance with the applicable Commodity Code(s) for this Solicitation. For certification information contact Small Business Development at.(305) 375- 2378 or access http://vm,miamidade.gov/businesslbusiness-certification-programs,asp, The SBE/Micro Business Enterprise must be certified by proposal submission deadline, at contract award, and for the duration of the contract to remain eligible for the preference. Firms that graduate from the SBE program during the contract may remain on the contract. Is your firm a Miami -Dade County Certified Small Business Enterprise? Yes fl No 01 Ifyes, please provide your Certification Number. L...............................:...........................................,......................,...,......................,,................_..............._......................_....._ SCRUTINIZED COMPANIES WITH ACTIVITIES IN SUDAN LIST OR THE SCRUTINIZED COMPANIES WITH ACTIVITIES IN THE IRAN PETROLEUM ENERGY SECTOR LIST: certifies that the Bidder/Proposer is not on the Scrutinized Companies Petroleum Energy Sector List, as those terms are used and defined in is unable to provide such certification but still seeks to be through a duly authorized representative and shall also initial this together with its bid response a duly executed written explanation of under Section 287.135 of the Florida Statutes. The Bidder/Proposer County to determine whether the claimed exception would be applicable. for default if the Bidder/Proposer is found to have submitted a false Sudan List or the Scrutinized Companies with Activities in the Iran By executing this bid through a duly authorized representative, the Bidder/Proposer with Activities In Sudan List or the Scrutinized Companies with Activities in the Iran sections 287.135 and 215.473 of the Florida Statutes. In the event that the Bidder/Proposer considered for award of this solicitation, the Bidder/Proposer shall execute the proposal space: 1w u,.. In such event, the Bidder/Proposer shall furnish the facts supporting any exception to the requirement for certification that it claims agrees to cooperate fully with the County in any investigation undertaken by the The County shall have the right to terminate any contract resulting from this solicitation certification or to have been placed on the Scrutinized Companies for Activities In Petroleum Energy Sector List. IT IS HEREBY CERTIFIED AND AFFIRMED THAT THE BIDDER/PROPOSER SHALL ACCEPT ANY AWARDS MADE AS A RESULT OF THIS SOLICITATION. BIDDER FURTHER AGREES THAT PRICES QUOTED WILL REMAIN FIXED FOR A PERIOD OF ONE HUNDRED AND EIGHTY (180) DAYS FROM DATE SOLICITATION IS DUE, Bldder/Proposer's Authorized Representative's Signature: Date I.. (...,. Type or Print Name: I. THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF BIDDER/PROPOSERTO BE BOUND BY THE TERMS OF ITS PROPOSAL. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE PROPOSAL NON -RESPONSIVE. THE COUNTY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY PROPOSAL THAT INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER/PROPOSERTO THE TERMS OF ITS OFFER. 4/4/2014 6:53 AM p. 16 Miami -Dade County Bid FB-00058 PRICE PROPOSAL BACKBOARD AND MISCELLANEOUS EQUIPMENT PICK-UP AND DECONTAMINATION FIRM NAME: Initial Affirming Submittal 1 Per Section 2.3.1-B Bidder shall provide a copy of both their Biomedical Waste Operating Plan and Biomedical Waste Treatment Plan No. Estimated Number of Units to be Picked -up and Decontaninated Within a Five Year Period Description Price Per Unit 1 30,000 Multi -Government Agency Backboard $ 2 1,000 FERNO KED $ 3 1,000 FERNOTraction Splint $ 4 1,000 FERNO EXL Scoop Stretcher $ 5 1,000 FERNO Pedi-Pac $ 6 1,000 FERNO Vacuum Splint $ 7 1,000 Miami -Dade Patient Carrier $ NOTE: Unit prices stipualted above shall include all services per this soliciation. 4/4/2014 6:53 AM p. 17 Miami -Dade County Bid FB-00058 FAIR SUBCONTRACTING PRACTICES In compliance with Miami -Dade County Code Section 2-8.8, the Bidder/Proposer shall submit with the proposal a detailed statement of its policies and procedures (use separate sheet if necessary) for awarding subcontractors. fl NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT Signature Date 4/4/2014 6:53 AM p. 18 Miami -Dade County Bid FB-00058 b11AMPDADE SUBCONTRACTOWSUPPLIER LISTING (Miami -Dade County Code Sections 2-8.1, 2-8,8 and 10-34) Name of Bidder/Proposer: L.,,...,. In accordance with Sections 2-8.1, 2.8.8 and 10.34 of the Mlami•Dade County Cade, this form must be submitted as a condition of award by all Bldders/Proposers on County contracts for purchase of supplies, materials or services, 'ocluding professional services which involve expenditures of $100,000 or more, and all Proposers on County or Public Health Trust construction contracts which Involve expenditures of $100,000 or more. The Bidder/Proposer who Is awarded this contract shall not change or substitute first tier subcontraolors or direct suppliers or the portions of the contract work to be performed or materials to be supplied from those Identified, except upon written approval of the County. The Bidder/Proposer should enter the ward 'NONE° under the appropriate heading of this form lino subcontractors or suppliers will be used on the contract and sign the farm below. I Inaccordance with Ordinance No.11 •90, an entity contracting with the County shall report the race, gender and elhnlo origin of the owners and employees of all first ter subcontractors/suppliers. In the event bat the recommended Bidder/Proposer demonstrates lathe County prior to award that the race, gender, and ethnic information Is not: reasonably available at that time the Bidder/Proposer shall be obligated to exercise diligent efforts to obtain that information and nrovido the sameietha Cnuntvnot later than len (101 dave after It becomes available and _ In any event nrlar to Mal navment underthe manna (Please duplicate this farm If additional space Is needed.) Business Name and Address of First Tier Direct Supplier Princlpa owner Supplies/ Materials) Belviees to he Principal Owner (Enter the number of male and female owners by rooelethnioily) Employee(s) (Enter the numb ref male an employee female empl by recelethn yeas and the number of pity) Provided by SupplierAllan/Peale PP M P While Black Hispania Wender Native American/ Native Alaskan Other M f Whke no Hispania AaleNPecifia Islander Native American( Native Alaskan Other I .,.... ,... 1 r.... I( I .. _ _i i` r----Ir---- f� t I� "- t r--i` r ("i i " 1.....,. ,..:. I L _ ..__:.1 I...,....°.. ,..,.. t...,,,....:.: �,. „.._ 1 .�.,.„„ I_.........i 1:.,_..,.,..1 = = jij IfI Employees) (Enter the numb r of male as female amp arias and th number of employee by rece/ethe city) Business Name and Address of First Tier Subcontractor/ Subconeultant Principal OWnef Scope of Work to be Performed by Principe) Owner (Enter the num er of male a d female leawnera by rase ethnicity) Subcontractor/ Subconeultant M. F White Black Hispanic AstoNFangio Islander _ Nate American/ Native Alaskan Other M F White Black Nape* AslanlPaotgc Native Amerfcon/ Native Alaskan Other I .............. ..i I. _.......! 1- ..... h..._.... ......_ _ C,....:. :... __ I ..... ty ' I L.......• I 3 .... L........... L. , _ i lJ iI..(f I_ I I. ! I f 1 1 1 11 rMark here it race, gender and ethnicity Information Is not available and will be provided at a later date. This data may be submitted to contracting department or on•Ilne to the Small Business Development of theletemal Services Department at httpJ/e w.miamidade.govAtusinsesmusiness•develapmenl•contraatsasp. As a condition of final payment, Bidder/Proposer shall provide subcontractor Information on the Subcontractor Payment Report Sub 200 form which can be found at htfp]lwww.mlamldade.govlbuslneesllbrary/(ormo/subconfractara• paymentpdt I certify that the representations contained In this Subcontractor/Supplier listing are to the best of my knowledge We and accurate. L Signature of BlddettPraposer Print Name Print TIBe bale a0leo *wa 4/4/2014 6:53 AM p. 19 Miami -Dade County Bid FB-00058 AFFIDAVIT OF MIAMI-DADE COUNTY LOBBYIST REGISTRATION FOR ORAL PRESENTATION (1) Solicitation Title: I:,.... (2) Department: (3) Proposer's Name: Address: I.... Business Telephone: Solicitation No.: C.,...._ Zip:1.... E-Mail: „,. (4) List All Members of the Presentation Team Who WIII Be Participating in the Oral Presentation: Name Title Employed By Email Address (ATTACH ADDITIONAL SHEETS IF NECESSARY) The individuals named above are Registered and the Registration Fee is not required for the Oral Presentation ONLY. Any person who appears as a representative for an individual or firm for an oral presentation before a County certification, evaluation, selection, technical review or similar committee must be listed on an affidavit provided by the County. The affidavit shall be filed with the Clerk of the Board at the time the response Is submitted. The individual or firm must submit a revised affidavit for additional team members added after submittal of the proposal with the Clerk of the Board prior to the oral presentation, Any person not listed on the affidavit or revised affidavit may not participate in the oral presentation, unless he or she Is registered with the Clerks office and has paid all applicable fees! Other than for the oral presentation, Proposers who wish to address the county commission, county board or county committee concerning any actions, decisions or recommendations of County personnel regarding this solicitation in accordance with Section 2-11.1(s) of the Code of Miami -Dade County MUST register with the Clerk of the Board and pay all applicable fees. I do solemnly swear that all the foregoing facts are true and correct and I have read or am familiar with the provisions of Section 2-11.1(s) of the Code of Miami -Dade County as amended. Signature of Authorized Representative: STATE OF COUNTY OF.._..._ ........... ..... Title: The foregoing instrument was acknowledged before me this,,.„„„„.,,, (Individual, Officer, Partner or Agent) to me or who has produced a� (Sole Proprietor, Corporation or Partnership) I, who is personally known as identification and who did/did not take an oath. 4/4/2014 6:53 AM p. 20 Miami -Dade County Bid FB-00058 (Signature of person taking acknowledgement) (Name of Acknowledger typed, printed or stamped) (Title or Rank) (Serial Number, if any) 4/4/2014 6:53 AM p. 21 Miami -Dade County Bid FB-00058 Question and Answers for Bid #FB-00058 - BACKBOARD AND MISCELLANEOUS MEDICAL EQUIPMENT PICK-UP AND DECONTAMINATION 4/4/2014 6:53 AM p. 22 Title: Backboards Miscellaneous Equip, Pick -Up and Decontamination Term: Sept. 1, 2013 - Aug. 31, 2014 ADDENDA LOG Contract No. 1E9112-4/14.4 ADDENDUM NO. DATE ISSUED DESCRIPTION AGENT 1 8/8/2014 Per Section 3, Para. 3.3 of the Invitation To Bid, the following changes in services have been made effective immediately: 1) The following hospital locations are being added to the contract and are to be serviced as specified below: a) Miami Dade Medical Examiner's Office, 1851 NW 10 Ave., Miami, FL 33136, Ph. 305-545-2400; Pick-ups once per week. b) Broward County Medical Examiner's Office, 5301 SW 31 Ave., Ft. Lauderdale, FL 33312, Ph. 954-357-5200; Pick-ups once per week. c) Baptist Hospital West Kendall, 9555 SW 162 Ct., Miami, FL 33196, Ph, 786-Garviso 467-2000; Pick-ups twice per week. 2)The service pick-ups for Memorial Hospital West has been increased to twice per week. 3) Service pick-ups for Metropolitan Hospital are hereby being canceled and the facility deleted from the contract. M. Perez- ADDENDA LOG 12/3/13 Title: Backboards Miscellaneous Equip. Pick -Up and Decontamination Term: Sept. 1, 2013 - Aug. 31, 2014 ADDENDA LOG 12/3/13