Loading...
HomeMy WebLinkAboutPR 17777: DEFIBRILLATOR/MONITORS FROM ZOLL MEDICAL CORPORATION PORT ARTHUR FIRE DEPARTMENT MEMORANDUM To: Floyd T. Johnson, City Manager From: John Avery, Deputy Fire Chief Re: Proposed Resolution 17777 Date: 7/11/2013 COMMENT RECOMMENDATION: The Fire Department recommends that the City Council approve Proposed Resolution 17777 authorizing the department to purchase two defibrillator /monitors from Zoll Medical Corporation in the total amount of $52,331.10. The Purchasing Division advertised for bids on June 2, 2013 and June 9, 2013 as well as solicited bids electronically. Four bids were received. Alpha Omega Systems bid is not responsive and that it failed to meet eight bid specifications. Philips Healthcare was eliminated by the Purchasing Division for failure to sign the quote page, and in any event, Philips failed to meet two of the bid specifications. Of the two remaining bids from Physio - Control and Zoll Medical Corporation, Zoll submitted the lowest most responsive bid and was completely compliant with the bid specifications. BACKGROUND: The Fire Department, as a Department of State Health Services registered First Responder Organization, regularly responds to medical emergencies. The department utilizes defibrillator /monitors on many of these incidents, obtaining from the monitors heart rates, oxygen saturation, blood pressure and when necessary cardiac rhythms. Additionally, the devices are used for defibrillation or cardio- version, where appropriate. The current inventory was purchased ten years ago and requires increasing repairs. In addition, technological advances such as end -tidal CO2 capnograhpy and "see- through CPR" are now available which enhance patient assessment and intervention. The department believes it would be prudent to begin replacing its ten year old defibrillator /monitors at the rate of two per year over the next five years. BUDGET /FISCAL EFFECT: Funding from account # 001 - 1121 - 522.92 -00 Equipment - Capital. STAFFING /EMPLOYEE EFFECT None "REMEMBER, WE ARE HERE TO SERVE THE CITIZENS OF PORT ARTHUR" P.R. 17777 jda 7/11/13 RESOLUTION NO. A RESOLUTION AUTHORIZING THE FIRE DEPARTMENT TO PURCHASE TWO DEFIBRILLATOR /MONITORS FROM ZOLL MEDICAL CORPORATION OF CHELMSFORD, MA IN THE TOTAL AMOUNT OF $52,331.10. FUNDING FROM ACCOUNT NO.001- 1121- 522.92 -00 WHEREAS, the Port Arthur Fire Department engages in First Responder Medical activities which includes cardiac monitoring, defibrillation, cardio- version, and related monitoring activities; and WHEREAS, the department's current inventory of ten defibrillator /monitors are ten years of age and the department wishes to begin a gradual replacement program both for reason of the age of the equipment and the technological limitations of the current inventory; and WHEREAS, the Purchasing Division advertised for bids in the Port Arthur News on June 2, 2013 and June 9, 2013, as well as solicited bids electronically; and WHEREAS, four bids were received as outlined in the bid tab attached as Exhibit "A "; and WHEREAS, Alpha Omega Systems failed to comply on eight specifications, and Philips Healthcare was disqualified by the Purchasing Division on documentation and Philips also failed to comply with two specifications; and WHEREAS, of the two remaining bids by Physio- Control and Zoll Medical Corporation, Zoll had the lowest most responsive bid and was fully compliant with the bid specifications: NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: Section 1. The facts and opinions in the preamble are true and correct. Section 2. That the Fire Department is authorized to purchase two Defibrillator /Monitors from Zoll Medical Corporation in the total amount of $52,331.10 as indicated in the quote attached hereto as Exhibit "B ". P.R. 17777 jda 7/11/13 Section 3. That a copy of the caption of this resolution shall be spread upon the Minutes of the City Council. READ, ADOPTED AND APPROVED on this day of 2013, at a Regular Meeting of the City Council of the City of Port Arthur, Texas, by the following vote: AYES: Mayor: Councilmembers: NOES: Deloris Prince, Mayor ATTEST: Sherri Bellard, City Secretary APP - 2 VED A TO FORM: L 4 'cam Val Tizer, 11rArto APPROVED FOR ADMINISTRATION: Floyd T. Johnson, City Manager APPROVED AS TO AVAILABILITY OF FUNDS: Deborah Echols, Finance Director Shawna Tubbs, Purchasing Manager P.R. 17777 jda 7/11/13 EXHIBIT "A" C) o o U M • 0 U o o o v' ..t °A ° G en 0 0 5 U o 0 0 `g . 1 0 U 0 .. . o r ., o ,, w = j, ° - c U '— cf) [�I U N N w 414 CA A WI E. 40 Q ti a El z o 69 o ~ a N _ A vF a)a 4� - a tg 0 .p et WI a o 71 a+ 'co o •� cl ° a x a Cr 0 r O o A o Q d H 0 .a p U i a U ag ,s-,"' v A = 0 a �' t o ^" o .. a • a a s.* o O ow W o o W 1 w' .., • W . a . W , �. v o V ,fl Q i' = �' 11 a.) ; WI 09 . / -4 - - 44 ii) ,...,t E.. 0 7:1 0 -- ,�� o •a v 0 we II s... eN H N o H N �/ r: OI H V - Q Q I O 4t O 4E1' tEi El .-4 O El 1.-4 O 1■I 1 1■1 1-4 P.R. 17777 jda 7/11/13 EXHIBIT "B" DELORIS "BOBBIE" PRINCE, MAYOR FLOYD T. JOHNSON ROBERT E. "BOB" WILLIAMSON, MAYOR PRO TEM f CITY MANAGER COUNCIL MEMBERS: City of — cuY SHERRI BELLARD }\ CITY SECRETARY RAYMOND SCOTT. JR. / 4 / ELIZABETH "LIZ- SELLER MORRIS ALBRIGHT, II[ U 1"t VAL TIZENO ROBERT TROY CITY ATTORNEY WILLIE "BAE" LEWIS. JR. Texas DERRICK FREEMAN KERRY "TWIN" THOMAS JUNE 3, 2013 INVITATION TO BID PURCHASE OF TWO (2) DEFIBRILLATORS DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, June 19, 2013. (The clock .located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, June 19, 2013 . in the City Council Chambers, City Hall, 5 Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE: AED DELIVERY ADDRESS: Please submit one (1) original and one (1) copy of your bid to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY or CITY SECRETARY P.O. BOX 1089 444 4TH STREET, 4` Floor PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640 POINTS OF CONTACT: Questions concerning the Invitation to Bid should be directed in writing to: City of Port Arthur, TX Yolanda Scypion - Goudeaux, Purchasing Assistant P.O. Box 1089 Port Arthur, TX 77641 Yolanda @portarthur.net Questions concerning the Scope of Work should be directed in writinf to: City of Port Arthur, TX Perry Eliasson, Captain P.O. Box 1089 Port Arthur, TX 77641 pel iasson(4ortarthur.com Page 1 of 16 The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS, CONDITIONS SPECIFICATIONS, are for your convenience in submitting bids for the enclosed referenced services for the City of Port Arthur. Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in a sealed envelope, with the Vendor's name and address in the upper left -hand corner of the envelope. ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME It is the sole responsibility of the firm to ensure that the sealed ITB submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted. Shawna Tubbs, CPPO, CPPB Purchasing Manager Page 2 of 16 INVITATION TO BID PURCHASE OF TWO (2) DEFIBRILLATORS (To be Completed ONLY IF YOU DO NOT BID.) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity /service only Yes No Does your company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the bid list for this product or service? Does your present work load permit additional work? Comments /Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Email: City, State, Zip Code: Date: Page 3 of 16 Port Arthur Fire Department Specifications Monitor /Defibrillator With Manual and AED Functions OBJECTIVE The City of Port Arthur Fire Department request sealed bids for the purchase, and delivery of two (2) monitor /defibrillator with manual and AED functions. SPECIFICATIONS: The Fire Department has conducted an extensive evaluation of various heart monitor models available. Evaluation criteria included: Quantity: Two (2) Weight: less than 20 pounds Comply Not Comply Display Screen: minimum 6 inches diagonal Screen Type: Color LCD 640 x 480 pixels Comply Not Comply Input: 3 lead and multifunction electrode pads Lead selection: Pads, I, 11, 111. Defibrillator waveform: Biphasic Energy Selection: 2, 3, 4, 5, 6, 7, 10, 15, .50 100...150...200 joules as a minimum Comply Not Comply Page 4 of 16 CPR- artifact filtering, real time depth and rate feedback Comply Not Comply SpO2 and SpCO digital probe monitoring Comply Not Comply Non- invasive blood pressure with over pressure protection — display: systolic, diastolic, and mean, viewable on screen. Comply Not Comply etCO2 capnography displayed data — numeric breath rate, impedance waveform. Comply Not Comply External pacing capabilities that are at a minimum rate of 40 to 170 bpm Comply Not Comply Page 5of16 Synchronized mode for cardio version with monitor display indicating synchronization and markers indicated on both the monitor and recorded ECG. Comply Not Comply Such cables, connectors, power cord, adapter, and sensors as are necessary to utilize the specified features in this invitation to bid Comply Not Comply Prints strip of patient information and reports Comply Not Comply Rechargeable lithium -ion battery minimum 5.5 amp hours Comply Not Comply Four (4) additional rechargeable lithium -ion batteries with 4 bay charging system Comply Not Comply Page 6 of 16 Carrying case with shoulder strap Comply Not Comply Declaration of Conformity Comply Not Comply Operator's manual and quick reference guide Comply Not Comply A minimum one (1) year warranty Comply Not Comply Where non - compliance is checked, the bidder must indicate an equivalent alternative. Page 7 of 16 CITY OF PORT ARTHUR, TEXAS BID SHEET Puke lof 1 BID FOR: Purchase of two (2) defibrillators/Monitor with manual and AED functions BID DUE DATE: June 19, 2013 Qty Item Unit Cost Total Cost Monitor /defibrillator with 2 manual and AED functions $ $ each Delivery will be made days after receipt of order. COMPANY NAME STREET ADDRESS SIGNATURE OF BIDDER P.O. BOX PRINT OR TYPE NAME CITY STATE ZIP TITLE AREA CODE TELEPHONE NO EMAIL FAX NO. Page8ofl6 BID OPENING: JUNE 19, 2013 CITY OF PORT ARTHUR INSTRUCTIONS TO BIDDER Bidders are requested to furnish their complete REMIT TO ADDRESS and TAX IDENTIFICATION NUMBER as indicated below: REMIT PAYMENT TO: COMPANY ADDRESS CITY /STATE /ZIP SEND PURCHASE ORDER TO: COMPANY ADDRESS CITY /STATE /ZIP TAX IDENTIFICATION NUMBER Page 9 of 16 AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: I hereby certify that I do not have outstanding debts with the City of Port Arthur. 1 further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. 1 hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. Firm Name Date Authorized Signature Title Name (please print) Telephone Email STATE: COUNTY: SUBSCRIBED AND SWORN to before me by the above named on this the day of , 20 Notary Public RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Page 10 of 16 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For Vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80 Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001 (1 -a) with a local governmental entity and the person meets requirements under Section 176.006 (a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006. Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 1. Name of person who has a business relationship with local governmental entity. 2. Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than 7rh business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3. Name of a local government officer with whom filer has employment or business relationship. Name of Officer This section (item 3 including subparts A, B. C, & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001 (1 -a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government Officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes No D. .Describe each employment or business relationship with the local government officer named in this section. 4. Signature of person doing business with the governmental entity Date • Page 11 of 16 GENERAL INFORMATION: NOTE: It is extremely important that the Vendor, Bidder, and /or Contractor furnish the City of Port Arthur the required information specified in Bid or Proposal Specifications listed in this Bid Package. All bids meeting the intent of this request for bid will be considered for award. BIDDERS TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS. SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The absence of such a list shall indicate that the bidder has not taken exceptions and the City shall hold the bidder responsible to perform in strict accordance with the specifications of the invitation. The City reserves the right to accept any and all or none of the exception(s) /substitutions(s) deemed to be in the best interest of the City of Port Arthur. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance with these specifications. The award shall be made to the responsive, responsible bidder who submits the best value bid. The City reserves the right to: 1. Reject any and all bids and to make no award if it deems such action to be in its best interest. 2. Award bids on the lump sum or unit price basis, whichever is in the best interest of the City. 3. Reject any or all bids and to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best interests of the City. 4. Award bids to bidders whose principal place of business is in the City of Port Arthur and whose bid is within 5% of the lowest bid price, as provided by Section 271.905 of the Texas Government Code. TERMINOLOGY: "Bid" vs. "Proposal " - -For the purpose of this ITB, the terms "Bid" and Proposal" shall be equivalent. Bidders are cautioned to read the information contained in this ITB carefully and to submit a complete response to all requirements and questions as directed. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. ETHICS: The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Port Arthur. Page 12 of 16 MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A. prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an award. 5. Be engaged in a full time business and can assume liabilities for any performance or warranty service required. 6. The City Council shall not award a contract to a company that is in arrears in its obligations to the City. 7. No payments shall be made to any person of public monies under any contract by the City with such person until such person has paid all obligations and debts owed to the City, or has made satisfactory arrangements to pay the same. ADDENDA: Any interpretations, corrections or changes to the ITB and Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the bidder's failure to obtain and /or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the bid to be rejected. It is the vendor's responsibility to check for any addendums that might have been issued before bid closing date and time. PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the City of Port Arthur as its principal place of business must have an official business address (office location and office personnel) in Port Arthur, the principal storage place or facility for the equipment shall be in Port Arthur and /or the place of domicile for the principal business owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state law. Contractors outside the City of Port Arthur are allowed to bid. PRICES: The bidder should show in the proposal both the unit price and total amount, where required, of each item listed. In the event of error or discrepancy in the mathematics, the unit price shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appear on all itemized invoices. INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Fire Department . P.O. Box 1089, Port Arthur, Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax; therefore the proposal shall not include Sales Tax. Page 13 of 16 VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas, Jefferson County. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege or paying money to any -one owing delinquent taxes, paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this 1TB. QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. Page 14 of 16 While the purpose of the specifications is to indicate minimum requirements in the way of capability, performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option of selecting goods which may be considered more suitable for the purpose involved. In the event of conflicts between the written bid proposal and information obtained verbally, the vendor is specifically advised that the written bid proposal will prevail in the determination of the successful bidder. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (1.5) days before the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set -off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination shall apply. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub - contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and final acceptance by the City. SUB - CONTRACTS: The Contractor shall not execute an agreement with any sub- contractor or permit any sub - contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and /or damages which may arise out of or result from operations under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following types and limits: Page 15of16 1. Standard Worker's Compensation .Insurance: 2. Commercial General Liability occurrence type insurance City of Port Arthur, its officers, agents, and employees must be named as an additional insured): a. Bodily injury $500,000 single limit per occurrence or $500,000 each person /$500,000 per occurrence for contracts of $100,000 or less; or Bodily injury $1,000,000 single limit per occurrence or $500,000 each person /$1,000,000 per occurrence for contracts in excess of $100,000; and, b. Property Damage $100,000 per occurrence regardless of contract amount; and, c. Minimum aggregate policy year limit of $1,000,000 for contracts of $100,000 or less; or, Minimum aggregate policy year limit of $2,000,000 for contracts in excess of $1 00,000. 3. Commercial Automobile Liability insurance (including owned, non - owned and hired vehicles coverage's). a. Minimum combined single limit of $500,000 per occurrence, for bodily injury and property damage. b. If individual limits are provided, minimum limits are $300,000 per person, $500,000 per occurrence for bodily injury and $100,000 per occurrence for property damage. Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required (including names of insurance agency, contractor and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above listed items, and before commencing any of the work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner. None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15) days prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE OF INSURANCE .Form (s) shall in any event be filed with the City of Port Arthur not more than ten (10) days after execution of this Contract. NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the contractor. Page 16 of 16 Port Arthur Fire Department Specifications Monitor /Defibrillator With Manual and AED Functions OBJECTIVE The City of Port Arthur Fire Department request sealed bids for the purchase, and delivery of two (2) monitor /defibrillator with manual and AED functions. SPECIFICATIONS: The Fire Department has conducted an extensive evaluation of various heart monitor models available. Evaluation criteria included: Quantity: Two (2) Weight: less than 20 pounds x Comply Not Comply Display Screen: minimum 6 inches diagonal Screen Type: Color LCD 640 x 480 pixels x Comply Not Comply Input: 3 lead and multifunction electrode pads Lead selection: Pads, I, II, III. Defibrillator waveform: Biphasic Energy Selection: 2, 3, 4, 5, 6, 7, 10, 15, .50 100...150...200 joules as a minimum x Comply Not Comply Page 4 of 16 CPR- artifact filtering, real time depth and rate feedback x Comply Not Comply SpO2 and SpCO digital probe monitoring x Comply Not Comply Non - invasive blood pressure with over pressure protection— display: systolic, diastolic, and mean, viewable on screen. x Comply Not Comply etCO2 capnography displayed data — numeric breath rate, impedance waveform. x Comply Not Comply External pacing capabilities that are at a minimum rate of 40 to 170 bpm x Comply Not Comply Page 5 of 1.6 Synchronized mode for cardio version with monitor display indicating synchronization and markers indicated on both the monitor and recorded ECG. x Comply Not Comply Such cables, connectors, power cord, adapter, and sensors as are necessary to utilize the specified features in this invitation to bid x Comply Not Comply Prints strip of patient information and reports x Comply Not Comply Rechargeable lithium -ion battery minimum 5.5 amp hours x Comply Not Comply Four (4) additional rechargeable lithium -ion batteries with 4 bay charging system x Comply Not Comply Page 6 of 16 Carrying case with shoulder strap x Comply Not Comply Declaration of Conformity x Comply Not Comply Operator's manual and quick reference guide x Comply Not Comply A minimum one (1) year warranty x Comply Not Comply Where non - compliance is checked, the bidder must indicate an equivalent alternative. Page 7 of 16 CITY OF PORT ARTHUR, TEXAS �• BID SHEET Page lofl BID FOR: Purchase of two (2) defibrillators /Monitor with manual and AED functions BID DUE DATE: June 19, 2013 Qty Item Unit Cost Total Cost Monitor /defibrillator with 2 manual and AED functions $ 26, 165.55 $ 52, 331.10 each Delivery will be made 60 -90 days after receipt of order. ZOLL Medical Corporation 269 Mill Road COMP • NAME STREET ADDRESS i GNATURE OF BIDDER P.O. BOX Steven K. Flora Chelmsford MA 01824 -4105 PRINT OR TYPE NAME CITY STATE ZIP Sr. Vice President, Vice President NA Sales 800 - 348 -9011 TITLE AREA CODE TELEPHONE NO sbaqwell@zoll.com 978- 421 -0005 EMAIL (correspondence should be FAX NO. sent to Steve Bagwell, EMS Territory Manager, at this email address) Page 8 of 16 BID OPENING: JUNE 19, 2013 CITY OF PORT ARTHUR INSTRUCTIONS TO BIDDER Bidders are requested to furnish their complete REMIT TO ADDRESS and TAX IDENTIFICATION NUMBER as indicated below: REMIT PAYMENT TO: COMPANY ZOLL Medical Corporation ADDRESS PO Box 27028 CITY /STATE /ZIP New York, NY 10087 -7028 SEND PURCHASE ORDER TO: COMPANY ZOLL Medical Corporation ADDRESS 269 Mill Road CITY /STATE /ZIP Chelmsford. MA 01824 -4105 TAX IDENTIFICATION NUMBER 04- 2711626 ti. Page 9 of 16 AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: x I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. ZOLL Medical Corporation June 13, 2013 Firm Na i • Date e '� Sr. Vice President, Vice President NA Sales Au orized Signature Title Steven K. Flora 800 -14R -9011 Name (please print) Telephone sba.well @zoll.com (corres.ondence should be sent to Steve Ba.well, EMS Territor Mana.er, Email at this email address) STATE: Massachusetts COUNTY: Middlesex SUBSCRIBED AND SWORN to before me by the above named Steven K. Flora on this the 13th day of June , 20 13 . _/ 41 Notary Pub • RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL, A NANCY 1. DOWNING Notary Public ( ) CORAMONWEALTH OF MASSACHUSETTS ' It My Commission .Expires May 4. 2018 Page 10 of 16 2ONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For Vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80 Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001 (1 -a) with a local governmental entity and the person meets requirements under Section 176.006 (a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7 business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 1. Name of person who has a business relationship with local governmental entity. ZOLL Medical Corporation 2. Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than 7 business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3. Name of a local government officer with whom filer has employment or business relationship. N/A Name of Officer Phis section (item 3 including subparts A, B, C, & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001 (1 -a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes No N/A B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No N/A C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government Officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes No N/A D. Describe each em.loyment or b siness relationship with the local government officer named in this section. 4 . June 1 3 . 2011 i . ture of person doing business with the governmental entity Date Page 11 of 16 ZOLL GUIDELINES ZOLL Medical Corporation 2010 READY Worldwide HeadQuarters 269 Mill Rd Chelmsford, Massachusetts 01824 -4105 ' : Port Arthur Fire Department (978) 421 -9655 Main (800) 348-9011 (978) 421 -0015 Customer Support 300 Waco Avenue FEDERAL ID #: 04- 2711626 Port Arthur, TX 77641 -6458 Attn: Perry Eliasson QUOTATION 129111 V:3 DATE: June 19, 2013 email: peliasSOfl( at.rr.com Tel: 409 - 626 - 0121 TERMS: Net 30 Days Bid for Two (2) Defibrillators for the City of FOB: Shipping Point Port Arthur Fire Dept Due June 19. 2013 at 3:00 PM FREIGHT: Prepay and Add • ITEM MODEL NUMBER _ DESCRIPTION QTY. UNIT PRICE DISC PRICE TOTAL PRICE 1 601 - 023101 1- 01 X Series ® Manual Monitor/Defibrillator $14,995 2 $31,570.00 822,921.54 $45,843.08 with 4 trace tri - mode display monitor/ defibrillator/ printer, comes with Real CPR Help®, advisory algorithm, advanced communications package (Wi -Fi, Bluetooth, USB cellular modem capable) USB data transfer capable and large 6.51 16.5cm) diagonal screen. Accessories Included: • Six (6) foot 3- Lead ECG cable • MFC cable • MFC CPR connector • NC power adapter/ battery charger • A/C power cord • One (1) roll ,printer paper • 6.6 Ah Li -ion battery • Carry case • Declaration of Conformity • Operator's Manual • Quick Reference Guide • One (1) -year EMS warranty Advanced Options: Real CPR Help Expansion Pack $ 995 CPR Dashboard quantitive depth and rate in real time, release indicator, interruption timer, perfusion performance indicator (PPI) • See - Thru CPR artifact filtering ZOLL Noninvasive Pacing Technology: $2,550 This quote Is made subject to ZOLL's standard commercial terms and conditions (ZOLL T's + C's) which Pane 1 Subtotal $45,843.08 accompany this quote. Any purchase order (P.O.) issued in response to this quotation will be deemed to incorporate ZOLL T's + C's. Any modification of the ZOLL T's + C's must be set forth or referenced in the customer's P.O. No commercial terms or conditions shall apply to the sale of goods or services governed by this quote and the customer's P.0 unless set forth in or referenced by either document. 1. DELIVERY WILL BE MADE 60-90 DAYS AFTER RECEIPT OF ACCEPTED PURCHASE ORDER, Steven Bagwell 2. PRICES WILL BE F.O.B. SHIPPING POINT EMS Territory Manager 3. WARRANTY PERIOD (See above AND Attachment). 800-242-9150, x9295 � 4. PRICES QUOTED ARE FIRM FOR 60 DAYS. _ / eE� -;�v Gc 5. APPLICABLE TAX, FREIGHT CHARGES & ORDER PROCESSING FEES ADDITIONAL. �d LL PURCHASE ORDERS ARE SUBJECT TO CREDIT APPROVAL BEFORE ACCEPTANCE BY ZOLL. \..-:• r'URCHASE ORDERS TO BE FAXED TO ZOLL CUSTOMER SERVICE AT 978 -421 -0015. 8. ALL DISCOUNTS OFF LIST PRICE ARE CONTINGENT UPON PAYMENT WITHIN AGREED UPON TERMS. 9. PLEASE PROVIDE A COPY OF OR REFERENCE TO YOUR QUOTATION NUMBER WITH PURCHASE Page 1 ZOLLe, GUIDELINES ZOLL Medical Corporation 2010 READY Worldwide HeadQuarters 269 Mill Rd Chelmsford, Massachusetts 01824 -4105 Port Arthur Fire Department (978) 421-9655 Main (800) 348-9011 (978) 421 -0015 Customer Support 300 Waco Avenue FEDERAL ID #: 04- 2711626 Port Arthur, TX 77641 -6458 Attn: Perry Eliasson QUOTATION 129111 V:3 DATE: June 19, 2013 email: peliassont at.rr.com Tel: 409 626 - 0121 TERMS: Net 30 Days Bid for Two (2) Defibrillators for the Citv of FOB: Shipping Point Port Arthur Fire Dent pp g 1 Due June 19. 2013 at 3:00 PM FREIGHT: Prepay and Add ITEM MODEL NUMBER I DESCRIPTION _ QTY. UNIT PRICE DISC PRICE TOTAL PRICE Masimo Pulse Oximetry SPO2 & SpCO $4,540 • Signal Extraction Technology (SET) • Rainbow SET ( for SpCO & SpMet) NIBP Welch Allyn includes: $3,495 • Smartcuff 10 foot Dual Lumen hose • SureBP Reusable Adult Medium Cuff End Tidal Carbon Dioxide monitoring (ETCO2) Oridion Microstream Technology: $4,995 Order required Microstream tubing sets separately 2 8000 0341 Sp02/SpCO /SpMet Rainbow Resuable Patient Cable: 2 8225.00 8173.25 8346.50 * Connects to Single Use Sensors (4 ft) 3 8000- 000371 Sp02/SpCO /SpMet Rainbow DCI Adult Reusable 2 $415.00 8319.55 $639.10 * Sensor with connector (3 ft) 4 8000- 0580- 01 Six hour rechargeable Smart battery 4 $495.00 $381.15 81524.60 • { 5 8300 - 0500- 01 SurePower 4 Bay Charging System induding 4 2 $2,583.00 $1.988.91 $3,977.82 • Battery Charging adapters *Reflects Discount Pricing. Port Arthur agrees to use ZOLL as its sole source provider of ALS devices. This quote is made subject to ZOLL's standard commercial terms and conditions (ZOLL T's + C's) which TOTAL $52,331.10 accompany this quote. Any purchase order (P.O.) issued in response to this quotation will be deemed to incorporate ZOLL T's + C's. Any modification of the ZOLL T's + C's must be set forth or referenced In the customer's P.O. No commercial terms or conditions shall apply to the sate of goods or services govemed by this quote and the customer's P.O unless set forth in or referenced by either document. 1. DELIVERY WILL BE MADE 60-90 DAYS AFTER RECEIPT OF ACCEPTED PURCHASE ORDER. Steven Bagwell 2. PRICES WILL BE F.O.B. SHIPPING POINT EMS Territory Manager 3. WARRANTY PERIOD (See above AND Attachment). 800 -242- 9150, x9295 4. PRICES QUOTED ARE FIRM FOR 60 DAYS. 5. APPLICABLE TAX, FREIGHT CHARGES & ORDER PROCESSING FEES ADDITIONAL. LL PURCHASE ORDERS ARE SUBJECT TO CREDIT APPROVAL BEFORE ACCEPTANCE BY ZOLL. •,r-PURCHASE ORDERS TO BE FAXED TO ZOLL CUSTOMER SERVICE AT 978 -421 -0015. 8. ALL DISCOUNTS OFF LIST PRICE ARE CONTINGENT UPON PAYMENT WITHIN AGREED UPON TERMS. 9. PLEASE PROVIDE A COPY OF OR REFERENCE TO YOUR QUOTATION NUMBER W1TH PURCHASE Page 2