Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2009-0991 TR11645 Page 1 July 6, 2009 Revision #1 — July 15, 2009 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2009 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA ACCEPTING AN EMERGENCY MEDICAL SERVICES GRANT IN THE AMOUNT OF $42,055 FROM THE FLORIDA DEPARTMENT OF HEALTH, BUREAU OF EMERGENCY MEDICAL SERVICES FOR HYDRAULIC STRETCHERS AND TO ENTER INTO AN AGREEMENT FOR PURCHASE OF FIVE (5) HYDRAULIC STRETCHERS FROM STRYKER AND ASSOCIATED PATIENT LIFT -ASSIST DEVICES, NOT TO EXCEED A TOTAL AMOUNT OF $56,073 IN GRANT FUNDING AND CITY MATCH; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE A PROJECT AGREEMENT AND SUBSEQUENT AGREEMENTS IF NECESSARY, PENDING LEGAL REVIEW AND APPROVAL BETWEEN THE FLORIDA DEPARTMENT OF HEALTH AND THE CITY OF TAMARAC; AUTHORIZING THE DISPOSAL OF FIVE (5) OUTDATED STRETCHER FRAMES; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, The City of Tamarac has provided high quality Emergency Medical Services including emergency medical transportation to the community since 1996; and WHEREAS, the City Commission desires to improve patient transfer and transport in emergency situations within the City of Tamarac through the use of hydraulic stretchers and patient lift -assist devices to improve firefighter safety; and WHEREAS, the City desires to provide hydraulic stretchers on the Department's primary rescue vehicles to improve patient care and firefighter safety; and WHEREAS, the City was awarded a state Emergency Medical Services grant to purchase hydraulic stretchers and patient lift -assist devices; and WHEREAS, acceptance of these grant funds require the amending of estimated revenues and expenditures within the Grants Fund Budget; and TR11645 Page 2 July 6, 2009 Revision #1 — July 15, 2009 WHEREAS, the City Commission of the City of Tamarac deems it to be in the best interest of the citizens and residents of the City of Tamarac to accept this grant funding for the provision of hydraulic stretchers and patient lift -assist devices, and to execute the Florida Department of Health Project Agreement in the amount of $42,055 with a City match of $14,018 from the Fire -Rescue FY09 budget, for a total grant amount of $56,073; and WHEREAS, the City of Tamarac Fire Rescue evaluated similar hydraulic and/or pneumatic stretchers, manufactured by Milwaukee, Ferno and Stryker corporations, and during the field evaluation the Stryker hydraulic stretcher was recommended; and WHEREAS, Lee County, Florida recently solicited a formal competitive Request for Quotation (RFQ#Q070613, August 14, 2007) for the purchase of Stryker hydraulic stretchers, and successfully awarded an Agreement for hydraulic stretchers to Stryker Corporation in the amount of $47,145, attached hereto as Exhibits C, D and E; and WHEREAS, Article V "Purchasing Procedures", Section 6-155 of the City of Tamarac Code, "Waiver of Purchasing Procedures" permits the City to utilize agreements entered into by the U.S. Government or other governmental agencies without the requirement for additional formal competition; and WHEREAS, the Lee County, Florida, and Stryker Corporation agree to allow the City to utilize this Agreement at the original pricing of $47,145; and WHEREAS, the City Commission of the City of Tamarac deems it to be in the best interest of Tamarac Fire Rescue to use the Lee County, Florida (RFQ#Q070613, August 14, 2007) quotation to purchase hydraulic stretchers from Stryker Corporation to enhance overall firefighter safety, attached hereto as Exhibits C, D and E; and WHEREAS, funding for the hydraulic stretchers and patient lift assist devices has been provided for in the Fire Rescue FY09 budget; and WHEREAS, the Assistant City Manager, the Interim Fire Chief, and the Purchasing and Contracts Manager recommend acceptance of these grant funds and execution of the TR11645 Page 3 July 6, 2009 Revision #1 — July 15, 2009 project Agreement between the Florida Department of Health and the City of Tamarac, and to enter into the necessary agreements with Stryker Corporation for the purchase of hydraulic stretchers and patient lift -assist devices, in a total grant amount not to exceed $56,073, pending legal review and approval; and WHEREAS, the City of Tamarac has available for disposal of five (5) manual stretchers; and WHEREAS, City Code §6-153 permits the disposal of Surplus Stock. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: Section 1: The foregoing "WHEREAS" clauses are HEREBY ratified and confirmed as being true and correct and are HEREBY made a specific part of this Resolution. All Exhibits attached hereto are incorporated herein and made a specific part of this Resolution. Section 2: The City Commission of the City of Tamarac HEREBY accepts the award of $44,055 from the Florida Department of Health. Section 3: The appropriate City Officials are HEREBY authorized to acceptlhe=Grant Agreement between the City of Tamarac and the Florida Department of Health for grant funding in the amount of $44,055 with a 25% match in City funds or $14,018, for a total project cost of $56,073 (attached hereto as Exhibit A), approval letter (attached hereto as Exhibit B), vendor quotation (attached hereto as Exhibit C), Lee County, Florida RFQ#Q070613 (attached hereto as Exhibit D) and award to Stryker Corporation (attached hereto as Exhibit E), and to enter into the necessary agreements pending legal review and approval between the City of Tamarac and Stryker Corporation for hydraulic stretchers. Section 4: The appropriate City Officials are HEREBY authorized to amend the Grants Fund budget in the amount of $44,055 and appropriate said funds including any and all subsequent budgetary transfers to be in accordance with proper accounting standards. TR11645 Page 4 July 6, 2009 Revision #1 — July 15, 2009 Section 5: The appropriate City Officials are HEREBY authorized to enter into an agreement with Stryker for the purchase of hydraulic stretchers in the amount of $47,145. Section 6: All resolutions or parts of resolutions in conflict herewith are HEREBY repealed to the extent of such conflict. Section 7: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or in application, it shall not affect the validity of the remaining portion or applications of this Resolution. Section 8: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this�day of "i , 2009. BETH FLANSBAUM-TA ABISCO MAYOR ATTEST: MARION-SWE SON, CMC CiTY'�CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. AM S. GOREN CITY ATTORNEY RECORD OF COMMISSION VOTE: MAYOR FLANSBAUM-TALABISCO DIST 1: COMM BUSHNELL DIST 2: VM ATKINS-GRAD DIST 3: COMM GLASSER DIST 4: COMM. DRESSLER 7 1 1 TR11645 - Exhibit A EMS MATCHING GRANT APPLICATION FLORIDA DEPARTMENT OF HEALTH Bureau of Emergency Medical Services Complete all items unless instructed differently within the application Type of Grant Requested: ❑ Rural ® Matching ID. Code (The State Bureau of EMS will assign the ID Code — leave this blank) 1. Or anization Name: City of Tamarac Fire Rescue 2. Grant Signer: (The applicant signatory who has authority to sign contracts, grants, and other legal documents. This individual must also sign this application) Name: Jeffrey L. Miller Position Title: City Manager Address: 7525 NW 88 Avenue City: Tamarac County: Broward State: Florida Zip Code: 33321 Telephone: 954-597-3510 Fax Number: 954-597-3520 E-Mail Address: 'effm@tamarac.or 3. Contact Person: (The individual with direct knowledge of the project on a day-to-day basis and responsibility for the implementation of the grant activities. This person may sign project reports and may request project changes. The signer and the contact person may be the same.) Name: Thomas Sheridan Position Title: EMS Division Chief Address: Tamarac Fire Rescue 6000 Hiatus Road City: Tamarac County: Broward State: Florida Zip Code: 33321 Telephone: 954-597-3800 Fax Number: 954-597-3810 E-mail Address: tomsh tamarac.or DH Form 1767, Rev. June 2002 TR11645 - Exhibit A 4. Leoal Status of Applicant Organization (Check only one response): (1) ❑ Private Not for Profit [Attach documentation-501 (3) ©] (2) ❑ Private For Profit (3) ❑x City/Municipality/Town/Village (4) ❑ County (5) ❑ State (6) ❑ Other (specify): 5. Federal Tax ID Number (Nine Digit Number). VF 5 9 —1 0 3 9 5 5 2 6. EMS License Number: 0636 Type: ElTransport ❑Non -transport ❑Both 7. Number of permitted vehicles by type: BLS 8 ALS Transport 6 ALS non -transport. 8. Type of Service (check one): ❑Rescue i]Fire ❑Third Service (County or City Government, nonfire) ❑Air ambulance: ❑Fixed wing ❑Rotowing ❑Both ❑Other (specify) 9. Medical Director of licensed EMS provider: If this project is approved, I agree by signing below that I will affirm my authority and responsibility for the use of all medical equipment and/or the provision of all continuing EMS education in this project. [No signature is needed if medical equipment and professional EMS education are not in this project.] Signature: Date: Print/Type: Name of Director L. Scott Ulin, MD, FACEP FL Med. Lic. No. ME 40245 Note: All organizations that are not licensed EMS providers must obtain the signature of the medical director of the licensed EMS provider responsible for EMS services in their area of operation for projects that involve medical equipment and/or continuing EMS education. If your activity is a research or evaluation project, omit Items 10, 11, 12,13, and skip to Item Number 14. Otherwise, proceed to Item 10 and the following items. 10. Justification Summary: Provide on no more than three one sided, double spaced pages a summary addressing this project, covering each topic listed below. A) Problem description (Provide a narrative of the problem or need); B) Present situation (Describe how the situation is being handled now); C) The proposed solution (Present your proposed solution); D) Consequences if not funded (Explain what will happen if this project is not funded); E) The geographic area to be addressed (Provide a narrative description of the geographic area); F) The proposed time frames (Provide a list of the time frame(s) for completing this project); G) Data Sources (Provide a complete description of data source(s) you cite); H) Statement attesting that the proposal is not a duplication of a previous effort (State that this project doesn't duplicate what you've done on other grant projects under this grant program). DH Form 1767, Rev. 2002 TR11645 - Exhibit A 10. Justification Summary A) Problem Description: Tamarac Fire Rescue (TFR) uses manual stretchers on all rescue vehicles and is in need of upgrading our stretchers to a more user friendly and less injury prone power stretcher as well as placing patient lift assist devices on each rescue. Over the past couple of years, we have experienced an increase in the number of neck and back strains and sprains resulting from patient movement and transport. B) Present Situation: Tamarac Fire Rescue has five (5) Ferno (34x) "Pro-Flexx" stretchers on our main frontline rescues and three (3) Squadmate stretchers "93ES" and "93EX" styles on our reserve apparatus. Current Ferno stretchers were purchased between 2001 and 2004. Based on power stretcher research, it was determined that a stretcher will be raised and lowered seven times per call. Based on an average number of 6,296 patients transported yearly from 2004 through 2008, our EMS personnel were exposed to 220,360 individual opportunities of sustaining injury or injuring a patient as the stretcher was raised and lowered during those calls. In addition, Fire -Rescue staffs three (3) personnel on each rescue daily; however, due to limitations in our overtime and staffing assignments, a Memorandum of Understanding (MOU) was instituted to allow staffing of two (2) personnel for up to a 9 hour timeframe within each 12-hour period of a 24 hour shift. This has resulted in an increase of minimum staffing 20% of the time, thus resulting in additional personnel to be assigned to an emergency response as well as increasing the risk for potential crew injury to those on rescue. Tamarac Fire Rescue had a 79% increase (18 more incidents) in stretcher and patient lifting accidents from 2007 to 2008. TFR had 25 (2005), 19 (2006), 19 (2007) and 34 (2008) incidents for Workers' Compensation claims averaging 35% related to patient handling and movement. In 2008, TFR had 18 strains and sprains and of these, 12 were from moving patients during patient handling and transfer. Of the 12 cases, 11 were neck and back injuries directly related to patient lift and stretcher handling, including patient loading and unloading. Most importantly, are the sub -category of individuals that sustained neck or back disc herniations as well as shoulder and upper back injuries accounting for 53% of total TFR injuries. From 2005 to 2008, the direct medical cost of "closed" cases (97 incidents) was $15,520 and cost due to lost time averaged a week to two weeks. However, lost time, employee back -fill, overtime and light duty assignments accounted for over $85,370 and $109,400 in 2007 and 2008, respectively. According to our 3 TR11645 - Exhibit A City's Risk Manager, "this is the area that we are going to continue to hone in on for a solution with the Fire Department as patient handling and transfer (lifting) is one of your primary functions as paramedics." Tamarac Fire Rescue is currently faced with several problems associated with their existing equipment that involved injuries to our personnel and patients. 1) Equipment that is difficult to use due to inadequate ergonomic design —the ratchet -type system design on our current stretchers. TFR evaluated three power stretchers in 2008, they were the Ferno, Stryker and Milwaukee models; however, due to incompatibility issues the Ferno and Stryker models were evaluated in the field resulting in Stryker model being chosen overwhelmingly by our crews for ease of use and durability. 2) Personnel injuries resulting from improper operation, excessive efforts and patient lifting. 3) As our bodies age they become more susceptible to injuries and the average age of reported injuries were in their late thirties to early forty, which can be attributed to the line of work engaged in by paramedics that routinely lift and move numerous patients (TFR Injury Reports). 4) Delayed scene and transport times when EMS personnel and/or patient injury occur. 5) Patient weight limitations — Based on the "Obesity of America" outlines that the U.S. citizens have become over 30% heavier over the past 10 years and comprise over 11 % of the population (CNN - Sanjay Gupta, 2008 and US Obesity Trends 1985-2005). However, in 2008 the Centers for Disease Control cited that over 64% of the Untied States population is obese. With these trends, the more severe TFR injuries occurred with patients weighing an average of 350 Ibs (EMS PCR for reported injuries, 2007 - 2008). C) Proposed Solution: Our proposed solution is to outfit our five main frontline units with power stretchers to assist in the raising and lowering patients without endangering EMS personnel. These power stretchers would improve the ergonomic working conditions of the employee by providing devices that will take the workload of raising and lowering the stretcher off of the employee's lower back, even if lifting with their legs as weight is transferred along the spinal muscle groups. In addition, for those patient that require a lift assist device to move the bed, floor, bathroom or other area would be deployed to assist personnel on scene. This ill reduce the likelihood of injury to the employee and patient. It may also reduce the amount of personnel needed to safely operate the stretcher and subsequently speed up transport. According to data from other municipalities and risk management specialists, the use of a lift assist device and power stretcher could 4 TR11645 - Exhibit A reduce patient lift injuries by 75% with some estimates even higher. In addition to the improvement to both patients and personnel safety, the purchase of these new stretchers will provide a higher patient weight limit up to 650-700 Ibs with a power assisted stretcher. D) Consequences if not funded: If the grant is not funded, the risk to our personnel will probably to continue to result in neck and back injuries due to manual stretcher operations and patient lifting. On scene times may be delayed waiting for additional resources to assist with patient movement and transport. Finally, these stretchers would be slowly phased in over the next few years within our capital equipment plan; however, due to the economic climate, TFR believes these funds are in jeopardy. E) The geographic area to be addressed: This grant will serve the entire 12 square miles of the City of Tamarac, located in west Broward County. Tamarac Fire Rescue has three fire stations and uses a minimum of four Advanced Life Support (ALS) rescues and three ALS engines serving a population over 60,000 as well as a 2,500 seasonal residents and an estimated daily transient population of 10,000 (City of Tamarac, Community Development, 2008). In addition, the City also has agreements such as automatic and/or mutual aid agreements with border cities, encompassing approximately 25 square miles. F) Proposed Project Time Frames: Tamarac Fire Rescue expects to select a vendor within 30-60 days of receiving the grant monies and receiving purchase approval by the City Commission. The Department will order the patient lift devices and power stretchers within 60-90 days of receiving the grant funds. Training on the devices will begin within 30 days of their receipt, with devices placed on the specified vehicles for use within the same time period as training. After placing power stretchers on rescue vehicles, tracking of employee injuries and obese patients compared to previous years will be evaluated. Also see # 16 for timeframes. G) Data sources: 1) City of Tamarac Fire Rescue, State Aggregate Data 2004-2008. 2) City of Tamarac Risk Management, 2005-2008. 3) City of Tamarac Community Development, 2008. 4) Dr. Sanjay Gupta, The Obesity Fight CNN, 2008, htto://www.cnn.com/specials/2007/fit.nation/. 5) Centers for Disease Control, Overweight and Obesity, 2009, hftr)://www.cdc.aov/nccdr)hp/dnr)a/obesity/index.htm. 6) Stryker Stretcher Manufacturer Guides. 7) Ergonomics and Back Injuries, http://www.spine-health.com/. H) Statement attesting to no duplication: The City of Tamarac project does not duplicate any previous efforts or duplicate any previous grant projects. 5 TR71645 - Exhibit A Next, only complete one of the following: Items 11, 12, or 13. Read all three and then select and complete the one that pertains the most to the preceding Justification Summary. 11. Outcome For Proiects That Provide or Effect Direct Services To Emergency Victims: This may include vehicles, medical and rescue equipment, communications, navigation, dispatch, and all other things that impact upon on -site treatment, rescue, and benefit of emergency victims at the emergency scene. Use no more than two additional one sided, double-spaced pages for your response. Include the following. A) Quantify what the situation has been in the most recent 12 months for which you have data (include the dates). The strongest data will include numbers of deaths and injuries during this time. B) In the 12 months after this project's resources are on-line, estimate what the numbers you provided under the preceding "(A)" should become. C) Justify and explain how you derived the numbers in (A) and (B), above. D) What other outcome of this project do you expect? Be quantitative and explain the derivation of your figures. E) How does this integrate into your agency's five year plan? 12. Outcome For Training Projects: This includes training of all types for the public, first responders, law enforcement personnel, EMS and other healthcare staff. Use no more than two additional one sided, double-spaced pages for your response. Include the following: A) How many people received the training this project proposes in the most recent 12 month time period for which you have data (include the dates). B) How many people do you estimate will successfully complete this training in the 12 months after training begins? C) If this training is designed to have an impact on injuries, deaths, or other emergency victim data, provide the impact data for the 12 months before the training and project what the data should be in the 12 months after the training. D) Explain the derivation of all figures. E) How does this integrate into your agency's five year plan? 13. Outcome For Other Projects: This includes quality assurance, management, administrative, and other. Provide numeric data in your responses, if possible, that bear directly upon the project and emergency victim deaths, injuries, and/or other data. Use no more than two additional one sided, double- spaced pages for your response. Include the following. A) What has the situation been in the most recent 12 months for which you have data (include the dates)? B) What will the situation be in the 12 months after the project services are on-line? C) Explain the derivation of all numbers. D) How does this integrate into your agency's five year plan? DH Form 1767, Rev. 2002 TR11645 - Exhibit A 11. Outcome for Projects that Provide or Effect Direct Services to Emergency Victims A)12-Month Situation — In 2008, Tamarac Fire Rescue responded to 7,813 EMS -related calls and transported 6,139 patients or 78.6 percent. Based on review of injuries, the average patient weight of injuries reported was 350 lbs. Based upon our patient care reports of patient weights, a significant number of patient are considered obese to morbidly obese. The 12 out of 18 injuries were significant directly related to patient lift and stretcher operations. In 2008, 16 cases related in medical claims, lost time, overtime back -fill and employees on restricted duty resulted in a combined total of $121,590. In addition, there were two patient associated injuries related to stretcher operations that required additional medical intervention over the initial EMS call. B) Projected Outcomes — In a recently published literature, the reduction in injuries related to using patient lift assist devices and power stretchers have shown an improvement in reducing the overall musculoskeletal injuries that are common when lift and moving patients. The power -assisted stretchers are engineered to reduce the exertional loads our fire -rescue personnel and other first responders subject themselves to while lifting, transferring or moving patients in the field setting. Based on manufacturer and independent studies, report a reduction in patient, personnel and workers' compensation claims by approximately 90-95%. TFR fully expects to see very similar results in reducing their overall injuries related to patient lift and moving. C) Justification for 11 A and 11 B - The data numbers in part A above was derived from Florida Aggregate Data and is the actual figures for that year. The data presented and estimates in part B are derived from Florida Aggregate Data for those years cited and from studies/results detailed in a variety of sources that are listed in the justification section of this proposal. All figures are conservative estimates and much higher results are hoped for and anticipated. There is also mounting evidence in studies and actual incidences throughout EMS that indicate additional safety measures should be taken for paramedics in the field in regard to their neck and back safety directly related to patient lifting and movement. D) Other Possible Outcomes — In addition to the above projected outcomes, Tamarac Fire Rescue anticipates that injuries to paramedics should be diminished due to not having to place the additional stress and strain on backs and other areas of the body that occurs when manual stretcher operations and patient lifting is performed. In addition, the patient's weight limit will be increased up to 750 lbs. due to the C. TR11645 - Exhibit A power stretcher's capabilities while reducing the likelihood of personal and patient injury up to 95%. Although not all lifting injuries can be avoided, but the introduction of these devices into the City of Tamarac should reduce employee injuries and keep them on the front-line where they are needed fro patient care. If the devices perform as expected, Tamarac Fire Rescue anticipates that there will be a positive impact on the City budget as the economic environment tightens and revenues diminish by reducing the overall costs associated with these aforementioned injuries. E) Integration into 5-Year Plan - This project integrates into our 5 year plan by improving safety to our employees and transported patients. Most importantly, this equipment serves to reduce the number of strains, sprains and vertebral injuries to our employees as well as reduced the number of patient drops due to stretcher operations and patient's weight. 7 TR71645 - Exhibit A Skip Item 14 and go to Item 15, unless your project is research and evaluation and you have not completed the preceding Justification Summary and one outcome item. 14. Research and Evaluation Justification Summary, and Outcome: You may use no more than three additional one sided, double spaced pages for this item. A) Justify the need for this project as it relates to EMS. B) Identify (1) location and (2) population to which this research pertains. C) Among population identified in 14(B) above, specify a past time frame, and provide the number of deaths, injuries, or other adverse conditions during this time that you estimate the practical application of this research will reduce (or positive effect that it will increase). D) (1) Provide the expected numeric change when the anticipated findings of this project are placed into practical use. (2) Explain the basis for your estimates. E) State your hypothesis. F) Provide the method and design for this project. G) Attach any questionnaires or involved documents that will be used. H) If human or other living subjects are involved in this research, provide documentation that you will comply with all applicable federal and state laws regarding research subjects. I) Describe how you will collect and analyze the data. 15. Statutory Considerations and Criteria: The following are based on s. 401.113(2)(b) and 401.117, F.S. Use no more than one additional double spaced page to complete this item. Write N/A for those things in this section that do not pertain to this project. Respond to all others. Justify that this project will: A) Serve the requirements of the population upon which it will impact. B) Enable emergency vehicles and their staff to conform to state standards established by law or rule of the department. C) Enable the vehicles of your organization to contain at least the minimum equipment and supplies as required by law, rule or regulation of the department. D) Enable the vehicles of your organization to have, at a minimum, a direct communications linkup with the operating base and hospital designated as the primary receiving facility. E) Enable your organization to improve or expand the provision of: 1) EMS services on a county, multi county, or area wide basis. 2) Single EMS provider or coordinated methods of delivering services. 3) Coordination of all EMS communication links, with police, fire, emergency vehicles, and other related services. DH Form 1767, Rev. 2002 TR11645 - Exhibit A 15. Statutory Considerations and Criteria A) Serve the population: This grant would provide the needed risk protection to all EMS personnel and serve the entire population of Broward County through the provision of safe transport of all our patients, especially the bariatric patient. It also will assist our system to respond faster and more efficiently due to freeing numerous resources on bariatric patients. B) Conform to State Standards: This project specifically helps Tamarac Fire Rescue to address Objective 3.4, 2008-2010 Statewide EMS Goals and Objectives, which aims to "reduce the number of on- the-job injuries" (Florida's EMS Strategic Plan, July 2008-2010). The patient lifting devices and power stretcher could reduce the number of patient and personnel injuries to by greater than 75%, thereby reducing workers compensation and litigation claims. C) Minimum equipment and supplies: Yes. Currently, under Chapter 64J these stretchers and lifting equipment will meet all state and local requirements for safe movement and transport of a patient. D) Communications: N/A E) Enable your organization to improve or expand: This project improves the provision of EMS services within the city and countywide through the provision of safe transport of all our patients, especially the bariatric patient. In addition, it will reduce the potential number of injuries related to patient lifting and moving as well as to provide a resource to any other jurisdiction requesting mutual aid assistance in times of declared regional, state or national disasters, when assistance is requested. 0 TR11645 - Exhibit A 16. Work activities and time frames: Indicate the major activities for completing the project (use only the space provided). Be reasonable, most projects cannot be completed in less than six months and if it is a communications project, it will take about a year. Also, if you are purchasing certain makes of ambulances, it takes at least nine months for them to be delivered after the bid is let. Work Activity Number of Months After Grant Starts Begin End Select stretcher and patient lift device vendor Month 0 Month 2 Purchase stretchers and patient lift devices Month 2 Month 3 Receive stretchers and patient lift devices Month 3 Month 4 Train personnel on devices and stretchers Within one month after receiving devices. Place devices and stretchers on response units Immediately after training. Monitor patient and personnel injuriesOn-going and continuous 17. County Governments: If this application is being submitted by a county agency, describe in the space below why this request cannot be paid for out of funds awarded under the state EMS county grant program. Include in the explanation why any unspent county grant funds, which are now in your county accounts, cannot be allocated in whole or part for the costs herein. N/A DH Form 1767, Rev. 2002 10 TR11645 - Exhibit A 18. Bud et: Salaries and Benefits: For each position title, provide the amount of salary per hour, FICA per hour, fringe benefits, and the total number of hours. Costs Justification: Provide a brief justification why each of the positions and the numbers of hours are necessary for this project. N/A TOTAL: Expenses: These are travel costs and the usual, ordinary, and incidental expenditures by an agency, such as, commodities and supplies of a consumable nature, excluding expenditures classified as operating capital outlay (see next category). Costs: List the price and source(s) of the price identified. Justification: Justify why each of the expense items and quantities are necessary to this project. N/A TOTAL: $ DH Form 1767, Rev. 2002 11 TR11645 - Exhibit A Vehicles, equipment, and other Costs: List the price Justification: State why each of the items operating capital outlay means of the item and the and quantities listed is a necessary equipment, fixtures, and other source(s) used to component of this project. tangible personal property of a identify the price. non consumable and non expendable nature, and the normal expected life of which is 1 year or more. (5) Power Pro Stretchers $ 47,701.40 Actual power stretcher to replace manual stretcher. 5 3 Stage IV Pole $ 1,121.00 Hold IV bags / pumps during transport 5 F/E Oxygen Bottle Holder $ 600.40 Hold oxygen cylinder during transport 5 Equipment Hook $ 182.40 Ease of operations 5 Pocketed Backrest Storage $ 839.80 Hold EMS equipment transport/movement 5 H/E Storage Flat $ 448.40 Control loose items 5 Base Storage Net $ 630.80 Hold EMS equipment transport/movement (5) Patient lift and assist devices $ 9,750.00 Patient and personnel safety for patient ("back rafter" pneumatic patient lift, moving and transfer to stretcher. roll -up and canvas patient stretchers TOTAL: $ 61,274.20 State Amount (Check applicable program) 0 Matching: 75 Percent $ 45,955.65 ❑ Rural: 90 Percent $ Local Match Amount (Check applicable program) 0 Matching: 25 Percent $ 15,318.55 ❑ Rural: 10 Percent $ Grand Total I $ 61,274.20 DH Form 1767_ Rev_ 2002 12 TR11645 - Exhibit A 19. Certification: My signature below certifies the following. I am aware that any omissions, falsifications, misstatements, or misrepresentations in this application may disqualify me for this grant and, if funded, may be grounds for termination at a later date. I understand that any information I give may be investigated as allowed by law. I certify that to the best of my knowledge and belief all of the statements contained herein and on any attachments are true, correct, complete, and made in good faith. I agree that any and all information submitted in this application will become a public document pursuant to Section 119.07, F.S. when received by the Florida Bureau of EMS. This includes material which the applicant might consider to be confidential or a trade secret. Any claim of confidentiality is waived by the applicant upon submission of this application pursuant to Section 119.07,F.S., effective after opening by the Florida Bureau of EMS. I accept that in the best interests of the State, the Florida Bureau of EMS reserves the right to reject or revise any and all grant proposals or waive any minor irregularity or technicality in proposals received, and can exercise that right. I, the undersigned, understand and accept that the Notice of Matching Grant Awards will be advertised in the Florida Administrative Weekly, and that 21 days after this advertisement is published I waive any right to challenge or protest the awards pursuant to Chapter 120, F.S. I certify that the cash match will be expended between the beginning and ending dates of the rant and will be used in strict accordance with the content of the application and approved budget for the activities identified. In addition, the budget shall not exceed, the department, approved funds for those activities identified in the notification letter. No funds count towards satisfying this grant if the funds were also used to satisfy a matching requirement of another state rant. All cash, salaries, fringe benefits, expenses, equipment, and other expenses as listed in his application shall be committed and used for the activities approved as a part of this grant. Acceptance of Terms and Conditions: If awarded a grant, I certify that I will comply with all of the above and also accept the attached grant terms and conditions and acknowledge this by signing below. Signature of Authorized Grant Signer MM / DID / YY Individual Identified in Item 2 DH Form 1767, Rev. June 2002 13 11 TR11645 - Exhibit A FLOR/DA DEPARTMENT OF HEALTH EMS GRANT PROGRAM REQUEST FOR GRANT FUND DISTRIBUTION In accordance with the provisions of Section 401.113(2) (b), F. S., the undersigned hereby requests an EMS grant fund distribution for the improvement and expansion or continuation of pre -hospital EMS. DOH Remit Payment To: Name of Agency: City of Tamarac Fire Rescue Department Mailing Address: 6000 Hiatus Rd, Tamarac, FL 33321 Federal Identification Number 5 9 —1 0 3 9 5 5 2 Authorized Agency Official: Signature Date Jeff Miller, City Manager Type Name and Title Sign and return this page with your application to: Florida Department of Health BEMS Grant Program 4052 Bald Cypress Way, Bin C 18 Tallahassee, Florida 32399-1738 Do not write below this line. For use by Bureau of Emerqencv Medical Services personnel on Grant Amount For State To Pay: $ Grant ID Code: Approved By: Signature of EMS Grant Officer Date State Fiscal Year: - Organization Code E.Q.. OCA Object Code 64-25-60-00-000 N N2000 7 Federal Tax ID: VF Grant Beginning Date: Grant Ending Date: DH Form 176713, Rev. June 2002 14 TR11645 - Exhibit B FLORIDA DEPARTMENT OF HEAD Charlie Crist Governor May 27, 2009 Mr. Jeffrey L. Miller City Manager Tamarac Fire Rescue 7525 NW 88th Avenue Tamarac, FL 33321 Dear Mr. Miller: ?Va^ aAonllA J", M.P.H. State Surgeon General It gives me great pleasure to inform you that your organization has been awarded an emergency medical services (EMS) matching grant, number M9104, in the amount of $42,055.00, which is 75 percent of the total project costs. According to section 401.113, Florida Statutes, the grant is 75 percent state funds and 25 percent matching funds, which must be provided by the applicant. Your required local cash match for this grant is $14,018.00. The purpose of this grant is to assist your organization in the purchase of five patient lift and assist devices, and accessories. You acknowledge acceptance of the grant terms and conditions when you draw or otherwise obtain funds from the grant payment system. Your signed grant application acknowledges you have read, understood, and will comply with all terms and conditions of the approved grant and departmental rules. You may place these funds in any type of bank account you choose; however, any interest earned on these funds must be returned to the department. The Bureau of Emergency Medical Services will provide by separate letter a copy of the approved grant budget, a list of any special grant conditions, and the due dates of the required grant reports. This matching grant begins on the date of this letter and will end June 30, 2010. Thank you for your continued support and involvement in improving and expanding the prehospital EMS system. If you need assistance, please feel free to contact Mr. Alan Van Lewen, Health Services and Facilities Consultant in the Bureau of EMS, at (850) 245-4440, extension *2734. Sincerely, Ana M. Viamonte Ros, M.D., M.P.H. State Surgeon General AVR/avl cc: Chief Thomas Sheridan Office of the State Surgeon General 4052 Bald Cypress Way, Bin A00 - Tallahassee, FL 32399-1701 TR11645 - Exhibit C Stryker 3800 East Centre Avenue Portage, MI 49002 T:800-669-4968 PLEASE REMIT PAYMENT TO: Stryker Sales Corporation PO Box 93308 Chicago, IL 60673 POUNDS, JEFFERY D E: jeff.pounds@stryker.com P: 407-574-5503 F: 407-264-8123 stryker® EMS Equlpment Date : 07/10/2009 Customer Number: 1186896 Spec Number: 14262 Billing Address: Shipping Address: EndUser Address: (If Different) Name: TAMARAC FIRE RESCUE Name: TAMARAC FIRE RESCUE Name: Address: 6000 HIATUS ROAD Address: 6000 HIATUS ROAD Address: TAMARAC, FL 33321 TAMARAC, FL 33321 Contact Tom Sheridan Contact Tom Sheridan Contact Phone #: 954-597-3800 Phone #: 954-597-3800 Phone #: Email: tomsh@tamarac.org Email: tomsh@tamarac.org Email: Fax: Fax: Fax: Oty Item No# Name Price Extended Price 5 6500000000(M) POWER PRO AMBULANCE COT $9,429.00 $47,145.00 5 6060036017 Short Safety Hook $0.00 $0.00 5 6500070000 Domestic Battery Charger 110V $0.00 $0.00 5 6082260010 EMS Standard Restraint Package $0.00 $0.00 5 7777881669 3 Yr X-Frame Powertrain Warr. $0.00 $0.00 5 6500081000 DVD In -Service Video Option $0.00 $0.00 5 6500078000 POWERPRO DOMESTIC MANUAL $0.00 $0.00 5 6500074000 DEWALT BATTERY AND MANUAL $0.00 $0.00 5 6085031000 Trendelenburg $0.00 $0.00 5 6090041010 Bolster Mattress $0.00 $0.00 5 6082501010 Single Wheel Lock Option $0.00 $0.00 5 6500215000 3 Stage IV Pole (PR) $0.00 $0.00 5 6500140000 F/E Oxygen Bottle Holder Opt. $0.00 $0.00 5 6500147000 Equipment Hook Option $0.00 $0.00 5 6500130000 Pocketd Backrest Storage Pouch $0.00 $0.00 5 6500128000 H/E Storage Flat Option $0.00 $0.00 5 7777881670 2 Yr Bumper to Bumper Warranty $0.00 $0.00 5 6500026000 Standard Components $0.00 $0.00 Subtotal $9,429.00 $47,145.00 Trade in credit $2,500.00 All applicable Sales Tax will be calculated at time of Invoicing Total $44,645.00 Page 1 of 2 TR11645 - Exhibit C Stryker PLEASE REMIT PAYMENT TO: POUNDS, JEFFERY D Stryker® 3800 East Centre Avenue Stryker Sales Corporation E: jeff.pounds@stryker.com EMS Equipment Portage, MI 49002 PO Box 93308 P: 407-574-5503 T: 800-669-4968 Chicago, IL 60673 F:407-264-8123 Date : 07/10/2009 Customer Number: 1186896 Spec Number: 14262 Comments: S stage tV Pole inserted instead of 2 stage due to no longer producing 2 stage.. Special Shipping Instructions: ::ustomer Information: P.O.Number: Signature: Title: Type: Expiration: Security Code: Name On Card: CC Number: CC Name: Requested Delivery Date: Terms: Terms are Net 30 and FOB Origin with all costs of transportation and insurance paid by Stryker with the exception of special deliveries as requested by the customer. Such special delivery charges will be prepaid by Stryker and added to the final invoice. Order Subject to approval by Stryker Corporation. Taxes will be invoiced as a separate item when applicable. Credit cannot be allowed on returns of special or modified items. Thank You For Your Business Page 2 of 2 c TR11645 - Exhibit D PROJECT NO.: Q-070613 OPEN DATE: AUGUST 14, 2007 LEE COUNTY SOUTHWEST FLORIDA AND TIME: 2:30P.M. PRE -BID DATE: AUGUST 3, 2007 AND TIME: 10:00 A.M. LOCATION: LEE COUNTY PURCHASING 1825 HENDRY ST., 3RD FL FT MYERS, FL 33901 REQUEST FOR QUOTATIONS TITLE: PURCHASE OF STRYKER EQUIPMENT FOR PUBLIC SAFETY/EMS REQUESTER: LEE COUNTY BOARD OF COUNTY COMMISSIONERS DIVISION OF PURCHASING MAILING ADDRESS P.O. BOX 398 FORT MYERS, FL 33902-0398 BUYER: JUDY CHEVES PURCHASING AGENT PHONE NO.: (239) 533-5453 PHYSICAL ADDRESS 1825 Hendry St 3`d Floor FORT MYERS, FL 33901 TR11645 - Exhibit D 1 FORMAL QUOTE NO.: Q-070613 GENERAL CONDITIONS Sealed Quotations will be received by the DIVISION OF PURCHASING, until 2:30pm on the date specified on the cover sheet of this "Request for Quotations", and opened immediately thereafter by the Purchasing Director or designee. Any question regarding this solicitation should be directed to the Buyer listed on the cover page of this solicitation, or by calling the Division of Purchasing at (239) 344- 5450. 1. SUBMISSION OF QUOTE: a. Quotations shall be sealed in an envelope, and the outside of the envelope should be marked with the following information: 1. Marked with the words "Sealed Quote" 2. Name of the firm submitting the quotation 3. Title of the quotation 4. Quotation number b. The Quotation shall be submitted in triplicate as follows: 1. The original consisting of the Lee County quote forms completed and signed. 2. A copy of the original quote forms for the Purchasing Director. 3. A second copy of the original quote forms for use by the requesting department. C. The following should be submitted along with the quotation in a separate envelope. This envelope should be marked as described above, but instead of marking the envelope as "Sealed Quote", please indicate the contents; i.e., literature, drawings, submittals, etc. This information should be submitted in duplicate. Any information (either required or in addition to that asked for by the specifications) necessary to analyze your quotation; i.e., required submittals, literature, technical data, financial statements. 2. Warranties and guarantees against defective materials and workmanship. d. ALTERNATE QUOTE: If the vendor elects to submit more than one quote, then the quotes should be submitted in separate envelopes and Revised: 3/1/07 TR11645 - Exhibit D FORMAL QUOTE NO.: Q-070613 marked as indicated above. The second, or alternate quote should be marked as "Alternate". e. QUOTES RECEIVED LATE: It is the quoter's responsibility to ensure that his quote is received by the Division of Purchasing prior to the opening date and time specified. Any quote received after the opening date and time will be promptly returned to the quoter unopened. Lee County will not be responsible for quotes received late because of delays by a third party delivery service; i.e., U.S. Mail, UPS, Federal Express, etc. f. QUOTE CALCULATION ERRORS: In the event there is a discrepancy between the total quoted amount or the extended amounts and the unit prices quoted, the unit prices will prevail and the corrected sum will be considered the quoted price. g. PAST PERFORMANCE: All vendors will be evaluated on their past performance and prior dealings with Lee County (i.e., failure to meet specifications, poor workmanship, late delivery, etc.). h. WITHDRAWAL OF QUOTE: No quote may be withdrawn for a period of 90 days after the scheduled time for receiving quotes. A quote may be withdrawn prior to the quote -opening date and time. Such a request to withdraw should be made in writing to the Purchasing Director, who will approve or disapprove of the request. COUNTY RESERVES THE RIGHT: The County reserves the right to waive minor informalities in any quote; to reject any or all quotes with or without cause; and/or to accept the quote that in its judgment will be in the best interest of the County of Lee. j. EXECUTION OF QUOTE: All quotes shall contain the signature of an authorized representative of the quoter in the space provided on the quote proposal form. All quotes shall be typed or printed in ink. The bidder may not use erasable ink. All corrections made to the quote shall be initialed. 2. ACCEPTANCE The materials and/or services delivered under the quote shall remain the property of the seller until a physical inspection and actual usage of these materials and/or services is accepted by the County and is to be in compliance with the terms herein, fully in accord with the specifications and of the highest quality. In the event the materials and/or services supplied to the County are found to be defective or do not conform to specifications, the County reserves the right to Revised: 3/1/07 2 T1311645 - Exhibit D FORMAL QUOTE NO.: Q-070613 cancel the order upon written notice to the seller and return such product to the seller at the seller's expense. 3. SUBSTITUTIONS Whenever in these specifications a brand name or make is mentioned, it is the intention of the County only to establish a grade or quality of materials and not to rule out other brands or makes of equality. However, if a product other than that specified is quoted, it is the vendor's responsibility to name such product with his quote and to prove to the County that said product is equal to the product specified. Lee County shall be the sole judge as to whether a product being offered by the quoter is actually equivalent to the one being specified by the detailed specifications. (Note: This paragraph does not apply when it is determined that the technical requirements of this solicitation require only a specific product as stated in the detailed specifications.) 4. RULES, REGULATIONS, LAWS, ORDINANCES & LICENSES The awarded vendor shall observe and obey all laws, ordinances, rules, and regulations, of the federal, state, and local government, which may be applicable to the supply of this product or service. The awarded vendor has attested to compliance with the applicable immigration laws of the United States in the attached affidavit. Violations of the immigration laws of the United States shall be grounds for unilateral termination of the awarded agreement. a. Local Business Tax — Vendor shall submit within 10 calendar days after request. b. Specialty License(s) — Vendor shall possess at the time of the opening of the quote all necessary permits and/or licenses required for the sale of this product and/or service and upon the request of the County provide copies of licenses and/or permits within 10 calendar days after request. 5. WARRANTY/GUARANTY (unless otherwise specified) All materials and/or services furnished under this quote shall be warranted by the vendor to be free from defects and fit for the intended use. 6. PRE -BID CONFERENCE A pre -bid conference will be held at the location, date, and time specified on the cover of this solicitation. Pre -bid conferences are generally non -mandatory, but it is highly recommended that everyone planning to submit a quote attend. Revised: 3/1/07 TR11645 - Exhibit D FORMAL QUOTE NO.: Q-070613 In the event a pre -bid conference is classified as mandatory, it will be so specified on the cover of this solicitation and it will be the responsibility of the quoter to ensure that they are represented at the pre -bid. Only those quoters who attend the pre -bid conference will be allowed to quote on this project. 7. BIDDERS LIST MAINTENANCE A bidder should respond to "Request for Quotations" in order to be kept on the Bidder's List. Failure to respond to three different "request for quotations" may result in the vendor being removed from the Bidder's List. A bidder may do one of the following, in order to respond properly to the request: a. Submission of a quotation prior to the quote receipt deadline. b. Submission of a "no bid" notice prior to the quote receipt deadline. 8. LEE COUNTY PAYMENT PROCEDURES All vendors are requested to mail an original invoice to: Lee County Finance Department Post Office Box 2238 Fort Myers, FL 33902-2238 All invoices will be paid as directed by the Lee County payment procedure unless otherwise differently stated in the detailed specification portion of this quote. Lee county will not be liable for request of payment deriving from aid, assistance, or help by any individual, vendor, quoter, or bidder for the preparation of these specifications. Lee County is generally a tax-exempt entity subject to the provisions of the 1987 legislation regarding sales tax on services. Lee County will pay those taxes for which it is obligated, or it will provide a Certificate of Exemption furnished by the Department of Revenue. All contractors or quoters should include in their quote all sales or use taxes, which they will pay when making purchases of material or subcontractor's services. 9. LEE COUNTY BID PROTEST PROCEDURE Any contractor/vendor/firm that has submitted a formal bid/quote/proposal to Lee County, and who is adversely affected by an intended decision with respect to the award of the formal bid/quote/proposal, shall file with the County's Purchasing Revised: 3/1/07 4 TR11645 - Exhibit D FORMAL QUOTE NO.: Q-070613 Director or Public Works Director a written "Notice of Intent to File a Protest" not later than seventy-two (72) hours (excluding Saturdays, Sundays and Legal Holidays) after receipt of a "Notice of Intended Decision" from the County with respect to the proposed award of the formal bid/quote/proposal. The "Notice of Intent to File a Protest" is one of two documents necessary to perfect Protest. The second document is the "Formal Written Protest", both documents are described below. The "Notice of Intent to File a Protest" document shall state all grounds claimed for the Protest, and clearly indicate it as the "Notice of Intent to File a Protest". Failure to clearly indicate the Intent to file the Protest shall constitute a waiver of all rights to seek any further remedies provided for under this Protest Procedure. The "Notice of Intent to File a Protest" shall be received ("stamped in") by the Purchasing Director or Public Works Director not later than Four o'clock (4:00) PM on the third working day following the day of receipt of the County's Notice of Intended Decision. The affected party shall then file its Formal Written Protest within ten (10) calendar days after the time for the filing of the Notice of Intent to File a Protest has expired. Except as provided for in the paragraph below, upon filing of the Formal Written Protest, the contractor/vendor/firm shall post a bond, payable to the Lee County Board of County Commissioners in an amount equal to five percent (5%) of the total bid/quote/proposal, or Ten Thousand Dollars ($10,000.00), whichever is less. Said bond shall be designated and held for payment of any costs that may be levied against the protesting contractor/vendor/firm by the Board of County Commissioners, as the result of a frivolous Protest. A clean, Irrevocable Letter of Credit or other form of approved security, payable to the County, may be accepted. Failure to submit a bond, letter of credit, or other approved security simultaneously with the Formal Written Protest shall invalidate the protest, at which time the County may continue its procurement process as if the original "Notice of Intent to File a Protest" had never been filed. Any contractor/vendor/firm submitting the County's standard bond form (CSD: 514), along with the bid/quote/proposal, shall not be required to submit an additional bond with the filing of the Formal Written Protest. The Formal Written Protest shall contain the following: • County bid/quote/proposal identification number and title. • Name and address of the affected party, and the title or position of the person submitting the Protest. Revised: 3/l/07 5 TR11645 - Exhibit D FORMAL QUOTE NO.: Q-070613 • A statement of disputed issues of material fact. If there are no disputed material facts, the Formal Protest must so indicate. • A concise statement of the facts alleged, and of the rules, regulations, statutes, or constitutional provisions, which entitle the affected party to relief. • All information, documents, other materials, calculations, and any statutory or case law authority in support of the grounds for the Protest. • A statement indicating the relief sought by the affected (protesting) party. • Any other relevant information that the affected party deems to be material to Protest. Upon receipt of a timely filed "Notice of Intent to File a Protest", the Purchasing Director or Public Works Director (as appropriate) may abate the award of the formal bid/quote/proposal as appropriate, until the Protest is heard pursuant to the informal hearing process as further outlined below, except and unless the County Manager shall find and set forth in writing, particular facts and circumstances that would require an immediate award of the formal bid/quote/proposal for the purpose of avoiding a danger to the public health, safety, or welfare. Upon such written finding by the County Manager, the County Manager may authorize an expedited Protest hearing procedure. The expedited Protest hearing shall be held within ninety-six (96) hours of the action giving rise to the contractor/vendor/firm's Protest, or as soon as may be practicable for all parties. The "Notice of Intent to File a Protest" shall serve as the grounds for the affected party's presentation and the requirements for the submittal of a formal, written Protest under these procedures, to include the requirement for a bond, shall not apply. The Dispute Committee shall conduct an informal hearing with the protesting contractor/vendor/firm to attempt to resolve the Protest, within seven working days (excluding Saturdays, Sundays and legal holidays) from receipt of the Formal Written Protest. The Chairman of the Dispute Committee shall ensure that all affected parties may make presentations and rebuttals, subject to reasonable time limitations, as appropriate. The purpose of the informal hearing by the Dispute Committee, the protestor and other affected parties is to provide an opportunity: (1) to review the basis of the Protest; (2) to evaluate the facts and merits of the Protest: and (3) to make a determination whether to accept or reject the Protest. Once a determination is made by the Dispute Committee with respect to the merits of the Protest, the Dispute Committee shall forward to the Board of County Commissioners its recommendations, which shall include relevant background information related to the procurement. Revised: 3/l/07 6 TR11645 - Exhibit D FORMAL QUOTE NO.: Q-070613 Upon receiving the recommendation from the Dispute Committee, the Board of County Commissioners shall conduct a hearing on the matter at a regularly scheduled meeting. Following presentations by the affected parties, the Board shall render its decision on the merits of the Protest. If the Board's decision upholds the recommendation by the Dispute Committee regarding the award, and further finds that the Protest was either frivolous and/or lacked merit, the Board, at its discretion, may assess costs, charges, or damages associated with any delay of the award, or any costs incurred with regard to the protest. These costs, charges or damages may be deducted from the security (bond or letter of credit) provided by the contractor/vendor/firm. Any costs, charges or damages assessed by the Board in excess of the security shall be paid by the protesting contractor/vendor/firm within thirty (30) calendar days of the Board's final determination concerning the award. All formal bid/quote/proposal solicitations shall set forth the following statement: "FAILURE TO FOLLOW THE BID PROTEST PROCEDURE REQUIREMENTS WITHIN THE TIMEFRAMES AS PRESCRIBED HEREIN AND ESTABLISHED BY LEE COUNTY BOARD OF COUNTY COMMISSIONERS, FLORIDA, SHALL CONSTITUTE A WAIVER OF YOUR PROTEST AND ANY RESULTING CLAIMS." 10. PUBLIC ENTITY CRIME Any person or affiliate as defined by statute who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid or a contract to provide any goods or services to the County; may not submit a bid on a contract with the County for the construction or repair of a public building or a public work; may not submit bids or leases of real property to the County; may not be awarded or perform works as a contractor, supplier, subcontractor, or consultant under a contract with the County, and may not transact business with the County in excess of $25,000.00 for a period of 36 months from the date of being placed on the convicted vendor list. 11. QUALIFICATION OF QUOTERS (unless otherwise noted) Quotes will be considered only from firms normally engaged in the sale and distribution or provision of the services as specified herein. Quoters shall have adequate organization, facilities, equipment, and personnel to ensure prompt and efficient service to Lee County. The County reserves the right before recommending any award to inspect the facilities and organization; or to take any Revised: 3/l/07 7 TR11645 - Exhibit D FORMAL QUOTE NO.: Q-070613 other action necessary to determine ability to perform is satisfactory, and reserves the right to reject quotes where evidence submitted or investigation and evaluation indicates an inability of the quoter to perform. 12. MATERIAL SAFETY DATA SHEETS In accordance with Chapter 443 of the Florida Statutes, it is the vendor's responsibility to provide Lee County with Materials Safety Data Sheets on quoted materials, as may apply to this procurement. 13. MISCELLANEOUS If a conflict exists between the General Conditions and the detailed specifications, then the detailed specifications shall prevail. 14. WAIVER OF CLAIMS Once this contract expires, or final payment has been requested and made, the awarded contractor shall have no more than 30 days to present or file any claims against the County concerning this contract. After that period, the County will consider the Contractor to have waived any right to claims against the County concerning this agreement. 15. AUTHORITY TO PIGGYBACK It is hereby made a precondition of any quote and a part of these specifications that the submission of any quote in response to this request constitutes a quote made under the same conditions, for the same price, and for the same effective period as this quote, to any other governmental entity. 16. COUNTY RESERVES THE RIGHT a) State Contract If applicable, the County reserves the right to purchase any of the items in this quote from State Contract Vendors if the prices are deemed lower on State Contract than the prices we receive in this quotation. b) Any Single Large Proiect The County, in its sole discretion, reserves the right to separately quote any project that is outside the scope of this quote, whether through size, complexity, or dollar value. c) Disadvantaged Business Enterprises Revised: 3/l/07 8 TR11645 - Exhibit D FORMAL QUOTE NO.: Q-070613 The County, in its sole discretion, reserves the right to purchase any of the items in this quote from Disadvantage Business Enterprise vendor if the prices are determined to be in the best interest of the County, to assist the County in the fulfillment of any of the County's grant commitments to federal or state agencies. The County further reserves the right to purchase any of the items in this quote from DBE's to fulfill the County's state policy toward DBE's as outlined in County Ordinance 88-45 and 90-04, as amended. d) Anti -Discrimination The vendor for itself, its successors in interest, and assignees, as part of the consideration there of covenant and agree that: In the furnishing of services to the County hereunder, no person on the grounds of race, religion, color, age, sex, national origin, handicap or marital status shall be excluded from participation in, denied the benefits of, or otherwise be subjected to discrimination. The vendor will not discriminate against any employee or applicant for employment because of race, religion, color, age, sex, national origin, handicap or marital status. The vendor will make affirmative efforts to ensure that applicants are employed and that employees are treated during employment without regard to their race, religion, color, age, sex, national origin, handicap or marital status. Such action shall include, but not be limited to, acts of employment, upgrading, demotion or transfer; recruitment advertising; layoff or termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. Vendor agrees to post in a conspicuous place, available to employees and applicants for employment, notices setting forth the provisions of this anti- discrimination clause. Vendor will provide all information and reports required by relevant regulations and/or applicable directives. In addition, the vendor shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the County to be pertinent to ascertain compliance. The vendor shall maintain and make available relevant data showing the extent to which members of minority groups are beneficiaries under these contracts. Where any information required of the vendor is in the exclusive possession of another who fails or refuses to furnish this information, the vendor shall so certify to the County its effort made toward obtaining said Revised: 3/1/07 9 TR11645 - Exhibit D FORMAL QUOTE NO.: Q-070613 information. The vendor shall remain obligated under this paragraph until the expiration of three (3) years after the termination of this contract. In the event of breach of any of the above anti -discrimination covenants, the County shall have the right to impose sanctions as it may determine to be appropriate, including withholding payment to the vendor or canceling, terminating, or suspending this contract, in whole or in part. Additionally, the vendor may be declared ineligible for further County contracts by rule, regulation or order of the Board of County Commissioners of Lee County, or as otherwise provided by law. The vendor will send to each union, or representative of workers with which the vendor has a collective bargaining agreement or other contract of understanding, a notice informing the labor union of worker's representative of the vendor's commitments under this assurance, and shall post copies of the notice in conspicuous places available to the employees and the applicants for employment. The vendor will include the provisions of this section in every subcontract under this contract to ensure its provisions will be binding upon each subcontractor. The vendor will take such actions with respect to any subcontractor, as the contracting agency may direct, as a means of enforcing such provisions, including sanctions for non-compliance. 17. AUDITABLE RECORDS The awarded vendor shall maintain auditable records concerning the procurement adequate to account for all receipts and expenditures, and to document compliance with the specifications. These records shall be kept in accordance with generally accepted accounting methods, and Lee County reserves the right to determine the record -keeping method required in the event of non -conformity. These records shall be maintained for two years after completion of the project and shall be readily available to County personnel with reasonable notice, and to other persons in accordance with the Florida Public Disclosure Statutes. 18. DRUG FREE WORKPLACE Whenever two or more quotes/proposals, which are equal with respect to price, quality and service, are received for the procurement of commodities or contractual services, a quote/proposal received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. In order to have a drug -free workplace program, a business shall comply with the requirements of Florida Statutes 287.087. Revised: 3/l/07 10 TR11645 - Exhibit D FORMAL QUOTE NO.: Q-070613 19. REQUIRED SUBMITTALS Any submittals requested should be returned with the quote response. This information may be accepted after opening, but no later than 10 calendar days after request. 20. TERMINATION Any agreement as a result of this quote may be terminated by either party giving thirty (30) calendar days advance written notice. The County reserves the right to accept or not accept a termination notice submitted by the vendor, and no such termination notice submitted by the vendor shall become effective unless and until the vendor is notified in writing by the County of its acceptance. The Purchasing Director may immediately terminate any agreement as a result of this quote for emergency purposes, as defined by the Lee County Purchasing and Payment Procedure Manual. Any vendor who has voluntarily withdrawn from a formal quote/proposal without the County's mutual consent during the contract period shall be barred from further County procurement for a period of 180 days. The vendor may apply to the Board of Lee County Commissioners for waiver of this debarment. Such application for waiver of debarment must be coordinated with and processed by Purchasing. 21. CONFIDENTIALITY Vendors should be aware that all submittals (including financial statements) provided with a quote/proposal are subject to public disclosure and will not be afforded confidentiality. 22. ANTI -LOBBYING CLAUSE All firms are hereby placed on formal notice that neither the County Commissioners nor candidates for County Commission, nor any employees from the Lee County Government, Lee County staff members, nor any members of the Qualification/Evaluation Review Committee are to be lobbied, either individually or collectively, concerning this project. Firms and their agents who intend to submit qualifications, or have submitted qualifications, for this project are hereby placed on formal notice that they are not to contact County personnel for such purposes as holding meetings of introduction, meals, or meetings relating to the selection process outside of those specifically scheduled by the County for negotiations. Any such lobbying activities may cause immediate disqualification for this project. Revised: 3/1/07 11 TR11645 - Exhibit D FORMAL QUOTE NO.: Q-070613 23. INSURANCE (AS APPLICABLE) Insurance shall be provided, per the attached insurance guide. Upon request, an insurance certificate complying with the attached guide may be required prior to award. Revised: 3/1/07 12 TR11645 - Exhibit D FORMAL QUOTE NO.: Q-070613 LEE COUNTY, FLORIDA PROPOSAL QUOTE FORM FOR THE PURCHASE OF STRYKER EQUIPMENT FOR PUBLIC SAFETY/EMS DATE SUBMITTED: VENDOR NAME: TO: The Board of County Commissioners Lee County Fort Myers, Florida Having carefully examined the "General Conditions", and the "Detailed Specifications", all of which are contained herein, the Undersigned proposes to furnish the following which meet these specifications: The undersigned acknowledges receipt of Addenda numbers: DESCRIPTION 1. STRYKER MODEL 6252 STAIR -PRO STAIR CHAIRS INCLUDING THE FOLLOWING SELECTED OPTIONS AND ACCESSORIES: 6250-031-000 LOCKING REAR HANDLES, 6252-040-000 POLYPROPOLENE RESTRAINT SET AND 6252-040-000 REMOVABLE HEAD SUPPORT COST EACH $ X 20 = $ 2. STRYKER MODEL 6500 POWER -PRO AMBULANCE COTS INCLUDING THE FOLLOWING SELECTED OPTIONS AND ACCESSORIES: 6500-210-000 2-STAGE IV POLE (patient right), 6500-147-000 EQUIPMENT HOOK, 6500-128-000 HEAD END STORAGE FLAT, 6500-130-000 POCKETED BACK REST POUCH, 6500-140-000 FOOT END OXYGEN BOTTLE HOLDER (aftermarket) COST EACH $ X 15 = Revised: 3/l/07 13 TR11645 - Exhibit D FORMAL QUOTE NO.: Q-070613 3. STRYKER MODEL 6083 MX-PRO BARIATRIC TRANSPORT INCLUDING THE FOLLOWING SELECTED OPTIONS AND ACCESSORIES: 6083-040-000 RIGID HEAD/FOOT PUSH/PULL BAR, 6083-041-000 INTEGRATED SIDE LIFT HANDLES COST EACH $ X 6 = $ GRAND TOTAL COST FOR ITEMS 1 THRU 3: OPTION A - PRICE EACH OF ADDITIONAL MODEL 6252 STAIR -PRO STAIR CHAIRS, WITH LISTED ACCESSORIES AS SPECIFIED ABOVE ADDITIONAL STAIR CHAIR(S): $ PRICE EACH OPTION B - PRICE EACH OF ADDITIONAL MODEL 6500 POWER -PRO AMBULANCE COTS, WITH LISTED ACCESSORIES AS SPECIFIED ABOVE ADDITIONAL AMBULANCE COT(S): $ PRICE EACH OPTION C - PRICE EACH OF ADDITIONAL MODEL 6083 MX-PRO BARIATIC TRANSPORTS, WITH LISTED ACCESSORIES AS SPECIFIED ABOVE ADDITIONAL BARIATIC TRANSPORT(S): $ PRICE EACH WILL YOU DELIVER WITH YOUR OWN VEHICLES AS OPPOSED TO COMMON CARRIER? YES NO TO BE DELIVERED WITHIN CALENDAR DAYS AFTER RECEIPT OF AWARD AND PURCHASE ORDER. Is your firm interested in being considered for the Local Vendor Preference? Yes No If yes, then read the paragraph entitled "Local Vendor Preference" included in these specifications. Also complete the Local Vendor Preference Questionnaire and return with your quotation. Revised: 3/l/07 14 TR11645 - Exhibit D FORMAL QUOTE NO.: Q-070613 Quoters should carefully read all the terms and conditions of the specifications. Any representation of deviation or modification to the quote may be grounds to reject the quote. Are there any modifications to the quote or specifications: Yes No Failure to clearly identify any modifications in the space below or on a separate page may be grounds for the quoter being declared nonresponsive or to have the award of the quote rescinded by the County. MODIFICATIONS: Quoter shall submit his/her quote on the County's Proposal Quote Form, including the firm name and authorized signature. Any blank spaces on the Proposal Quote Form, qualifying notes or exceptions, counter offers, lack of required submittals, or signatures, on County's Form may result in the Quoter/Quote being declared non -responsive by the County. Revised: 3/l/07 15 TR11645 - Exhibit D FORMAL QUOTE NO.: Q-070613 ANTI -COLLUSION STATEMENT THE BELOW SIGNED QUOTER HAS NOT DIVULGED TO, DISCUSSED OR COMPARED HIS QUOTE WITH OTHER QUOTERS AND HAS NOT COLLUDED WITH ANY OTHER QUOTER OR PARTIES TO A QUOTE WHATSOEVER. NOTE: NO PREMIUMS, REBATES OR GRATUITIES TO ANY EMPLOYEE OR AGENT ARE PERMITTED EITHER WITH, PRIOR TO, OR AFTER ANY DELIVERY OF MATERIALS. ANY SUCH VIOLATION WILL RESULT IN THE CANCELLATION AND/OR RETURN OF MATERIAL (AS APPLICABLE) AND THE REMOVAL FROM THE MASTER BIDDERS LIST. FIRM NAME BY (Printed): BY (Signature): TITLE: FEDERAL ID # OR S.S.# ADDRESS: PHONE NO.: FAX NO.: CELLULAR PHONE/PAGER NO.: LEE COUNTY LOCAL BUSINESS TAX ACCOUNT NUMBER: (occupational license) E-MAIL ADDRESS: Revised: 3/1/07 16 TR11645 - Exhibit D FORMAL QUOTE NO.: Q-070613 LEE COUNTY, FLORIDA DETAILED SPECIFICATIONS FOR THE PURCHASE OF STRYKER EQUIPMENT FOR PUBLIC SAFETY/EMS SCOPE The intent of these specifications is to obtain a source for the purchase of Stryker Stair Chairs, Ambulance Cots and Bariatric Transports and accessories as stated on the Proposal Quote Form for the Lee County Division of Public Safety/EMS. REQUIRED PRODUCTS All items shall be new, unused, genuine Stryker as specified - unless otherwise stated, no substitutes, equals, or remanufactured/reconditioned products are acceptable_ NOTE: The prices quoted shall include all standard accessories necessary for the proper operation of the products listed. DELIVERY REQUIREMENTS All quotes shall be based on firm prices inside delivered F.O.B. to Lee County Public Safety Logistics, 190 Evergreen Rd, North Fort Myers, Florida 33903, or other Lee County locations, as directed. Delivery hours are Monday to Friday between 8:00 a.m. and 4:00 p.m. BASIS OF AWARD The basis of award for this quote will be the overall low quoter (Grand Total — Items #1 thru #3) meeting specifications. Vendors must quote on all items listed in order to be considered for award. NOTE: Lee County reserves the right, at the Purchasing Director's discretion, not to award certain items listed on the Proposal Quote Form. NOTE: Lee County reserves the right to reject unbalanced quotes (a quote where a normally low cost item is priced well out of the normal range). AUTHORIZED DEALER Quotes will only be accepted from authorized Stryker distributors. Proof of distributor authorization may be requested prior to award. Revised: 3/1/07 17 TR11645 - Exhibit D FORMAL QUOTE NO.: Q-070613 TRAINING MATERIALS All training or user manuals must be on DVD format and furnished at no additional charge. One training DVD per unit purchased is required. OPTION A, BA C — PURCHASE OF ADDITIONAL EQUIPMENT Lee County may choose to purchase additional Stryker equipment. In the space provided on the Proposal Quote Form, please provide the cost per each additional piece of equipment (including listed accessories) — this quoted price shall be good for up to six months after delivery of initial equipment. AFFIDAVIT CERTIFICATION IMMIGRATION LAWS The attached document, Affidavit Certification Immigration Laws, is required and should be submitted with your quotation package. It must be signed and notarized. Failure to include this affidavit with your quote will delay the consideration and review of your submission; and could result in your quote response being disqualified. LOCAL BIDDER'S PREFERENCE Note: In order for your firm to be considered for the local vendor preference, you must complete and return the attached "Local Vendor Preference Questionnaire" with your quotation. The Lee County Local Bidder's Preference Ordinance No. 00-10 is being included as part of the award process for this project. As such, Lee County at its sole discretion, may choose to award a preference to any qualified "Local Contractor/Vendor" in an amount not to exceed 3 % of the total amount quoted by that firm. "Local Contractor / Vendor" shall mean: a) any person, firm, partnership, company or corporation whose principal place of business in the sole opinion of the County, is located within the boundaries of Lee County, Florida; or b) any person, firm, partnership, company or corporation that has provided goods or services to Lee County on a regular basis for the preceding consecutive five (5) years, and that has the personnel, equipment and materials located within the boundaries of Lee County sufficient to constitute a present ability to perform the service or provide the goods. The County reserves the exclusive right to compare, contrast and otherwise evaluate the qualifications, character, responsibility and fitness of all persons, firms, partnerships, companies or corporations submitting formal bids or formal quotes in any procurement for goods or services when making an award in the best interests of the County. Revised: 3/l/07 18 TR11645 - Exhibit D FORMAL QUOTE NO.: Q-070613 ATTACHMENT A LOCAL VENDOR PREFERENCE QUESTIONNAIRE (LEE COUNTY ORDINANCE NO. 00-10) Instructions: Please complete either Part A or B whichever is applicable to your firm PART A: VENDOR'S PRINCIPAL PLACE OF BUSINESS IS LOCATED WITHIN LEE COUNTY (Only complete Part A if your principal place of business is located within the boundaries of Lee County) 1. What is the physical location of your principal place of business that is located within the boundaries of Lee County, Florida? 2. What is the size of this facility (i.e. sales area size, warehouse, storage yard, etc.) PART B: VENDOR'S PRINCIPAL PLACE OF BUSINESS IS NOT LOCATED WITHIN LEE COUNTY OR DOES NOT HAVE A PHYSICAL LOCATION WITHIN LEE COUNTY (Please complete this section.) How many employees are available to service this contract? 2. Describe the types and amount of equipment you have available to service this contract. Revised: 3/l/07 19 TR11645 - Exhibit D FORMAL QUOTE NO.: Q-070613 LOCAL VENDOR PREFERENCE QUESTIONNAIRE CONTINUED 3. Describe the types and amount of material stock that you have available to service this contract. 4. Have you provided goods or services to Lee County on a regular basis for the preceding, consecutive five years? Yes No If yes, please provide your contractual history with Lee County for the past five, consecutive years. Attach additional pages if necessary. Revised: 3/1/07 20 TR11645 - Exhibit D FORMAL QUOTE NO.: Q-070613 AFFIDAVIT CERTIFICATION IMMIGRATION LAWS SOLICITATION NO.: PROJECT NAME: LEE COUNTY WILL NOT INTENTIONALLY AWARD COUNTY CONTRACTS TO ANY CONTRACTOR WHO KNOWINGLY EMPLOYS UNAUTHORIZED ALIEN WORKERS, CONSTITUTING A VIOLATION OF THE EMPLOYMENT PROVISIONS CONTAINED IN 8 U.S.C. SECTION 1324 a(e) { SECTION 274A(e) OF THE IMMIGRATION AND NATIONALITY ACT ("INA"). LEE COUNTY MAY CONSIDER THE EMPLOYMENT BY ANY CONTRACTOR OF UNAUTHORIZED ALIENS A VIOLATION OF SECTION 274A(e) OF THE INA. SUCH VIOLATION BY THE RECIPIENT OF THE EMPLOYMENT PROVISIONS CONTAINED IN SECTION 274A(e) OF THE INA SHALL BE GROUNDS FOR UNILATERAL CANCELLATION OF THE CONTRACT BY LEE COUNTY. BIDDER ATTESTS THAT THEY ARE FULLY COMPLIANT WITH ALL APPLICABLE IMMIGRATION LAWS (SPECIFICALLY TO THE 1986 IMMIGRATION ACT AND SUBSEQUENT AMENDMENTS). Company Signature Title Date STATE OF _ COUNTY OF The foregoing instrument was signed and acknowledged before me this day of 20_, by (Print or Type Name) (Type of Identification and Number) Notary Public Signature Printed Name of Notary Public who has produced as identification. Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. LEE COUNTY RESERVES THE RIGHT TO REQUEST SUPPORTING DOCUMENTATION, AS EVIDENCE OF SERVICES PROVIDED, AT ANY TIME. Revised: 3/1/07 21 T1311645 - Exhibit D FORMAL QUOTE NO.: Q-070613 INSURANCE REQUIREMENTS NOTE: Your certificate of insurance must meet the following requirements: Requirement #1: The Lee County Board of County Commissioners shall be added as an additional insured on the comprehensive general liability policy. Requirement #2: Certificate holder shall be listed as follows: Lee County Board of County Commissioners C/O Lee County Purchasing P.O. Box 398 Fort Myers, FL 33902-0398 Requirement #3: Each policy shall provide a 30-day notification clause in the event of cancellation, non - renewal or adverse change. Minimum Insurance Requirements: Risk Management in no way represents that the insurance required is sufficient or adequate to protect the vendor's interest or liabilities, but are merely minimums. a. Workers' Compensation - Statutory benefits as defined by FS 440 encompassing all operations contemplated by this contract or agreement to apply to all owners, officers, and employees regardless of the number of employees. Individual employees may be exempted per State Law. Employers' liability will have minimum limits of: $500,000 per accident $500,000 disease limit $500,000 disease limit per employee b. Commercial General Liability - Coverage shall apply to premises and/or operations, products and/or completed operations, Revised: 3/1/07 22 TR11645 - Exhibit D FORMAL QUOTE NO.: Q-070613 independent contractors, contractual liability, and exposures with minimum limits of: $500,000 bodily injury per person (BI) $1,000,000 bodily injury per occurrence (BI) $500,000 property damage (PD) or $1,000,000 combined single limit (CSL) of BI and PD Business Auto Liability - The following Automobile Liability will be required and coverage shall apply to all owned, hired and non - owned vehicles use with minimum limits of: $500,000 bodily injury per person (BI) $1,000,000 bodily injury per occurrence (BI) $100,000 property damage (PD) or $1,000,000 combined single limit (CSL) of BI and PD *The required limit of liability shown in Standard Contract. La; Lb; I.c; may be provided in the form of "Excess Insurance" or "Commercial Umbrella Policies." In which case, a "Following Form Endorsement" will be required on the "Excess Insurance Policy" or "Commercial Umbrella Policy." 2. Verification of Coverage: a. Ten (10) days prior to the commencement of any work under this contract a certificate of insurance will be provided to the Risk Manager for review and approval. The certificate shall provide for the following: "Lee County, a political subdivision and Charter County of the State of Florida, its agents, employees, and public officials @ will be named as an "Additional Insured" on the General Liability policy. 2. Lee County will be given thirty (30) days notice prior to cancellation or modification of any stipulated insurance. Such notification will be in writing by registered mail, return receipt requested and addressed to the Risk Manager (P.O. BOX 398 Ft. Myers, FL 33902). Special Reguirements: a. It is the responsibility of the general contractor to insure that all subcontractors comply with all insurance requirements. Revised: 3/l/07 23 TR11645 - Exhibit D FORMAL QUOTE NO.: Q-070613 To the fullest extent permitted by applicable law, Contractor shall protect, defend, indemnify, save and hold the County, the Board of County Commissioners, its agents, officials, and employees harmless from and against any and all claims, demands, fines, loss or destruction of property, liabilities, damages, for claims based on the negligence, misconduct, or omissions of the Contractor resulting from the Contractor's work as further described in this contract, which may arise in favor of any person or persons resulting from the Contractor's performance or non-performance of its obligations under this contract except any damages arising out of personal injury or property claims from third parties caused solely by the negligence, omission(s) or willful misconduct of the County, its officials, commissions, employees or agents, subject to the limitations as set out in Florida general law, Section 768.28, Florida Statutes, as amended. Further, Contractor hereby agrees to indemnify the County for all reasonable expenses and attorney's fees incurred by or imposed upon the County in connection therewith for any loss, damage, injury or other casualty. Contractor additionally agrees that the County may employ an attorney of the County's own selection to appear and defend any such action, on behalf of the County, at the expense of the Contractor. The Contractor further agrees to pay all reasonable expenses and attorney's fees incurred by the County in establishing the right to indemnity. Revised: 3/1/07 24 TR11645 - Exhibit D FORMAL QUOTE NO.: Q-070613 LEE COUNTY PURCHASING - BIDDERS CHECK LIST IMPORTANT: Please read carefully and return with your bid proposal. Please check off each of the following items as the necessary action is completed: 1. The Quote has been signed. 2. The Quote prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. The original (must be manually signed) and 2 copies of the quote have been submitted. 5. Three (3) identical sets of descriptive literature, brochures and/or data (if required) have been submitted under separate cover. 6. All modifications have been acknowledged in the space provided. 7. All addendums issued, if any, have been acknowledged in the space provided. 8. Erasures or other changes made to the quote document have been initialed by the person signing the quote. 9. Bid Bond and/or certified Check, (if required) have been submitted with the quote in amounts indicated. 10. Any Delivery information required is included. 11. Affidavit Certification Immigration Signed and Notarized 12. The mailing envelope has been addressed to: MAILING ADDRESS PHYSICAL ADDRESS Lee County Purchasing Lee County Purchasing P.O. Box 398 or 1825 Hendry St P Floor Ft. Myers, FL 33902-0398 Ft. Myers, FL 33901 13. The mailing envelope MUST be sealed and marked with: Quote Number Opening Date and/or Receiving Date 14. The quote will be mailed or delivered in time to be received no later than the specified opening date and time. (Otherwise quote cannot be considered or accepted.) 15. If submitting a "NO BID" please write quote number here and check one of the following: Do not offer this product Insufficient time to respond. Unable to meet specifications (why) Unable to meet bond or insurance requirement. Other: Company Name and Address: Revised: 3/1/07 25 W Z x W i F i i i i I i w i I i t i I i i i I I j Z W j i i j i j i I OI cq z; �o I ui o d g$ g g gl g w! rww C> C-iI sRI of be v ds M y}! N N� eV ss i wx CD i S ' 66 I ! W I i i I i F a I I [xr 3 O i O W U z i U 94 p�q I C4 W dZ sO a OG U tn wl plc? w ° Pz i v, `O wi of ��I eo�I Awi a 0 W w w W w F w p GeO a F ii v,j A q sis ! H z [:1 C CG O A" F d w ." �I o of o N W w a w o °ol o o;a o w ev v� eq w x a w U; x e<i xa za U yC G7 I O ¢ O N r I I i I i i i I I i I i i I � I I i I i I I I I I I I I I I I I I I o z o o; o zl z' wi I + I I G1I z zI z z I p o o w �• �; I � I I I i j I I �I P4 I 7 M z N z z E'' I 664 can I I I I I I I I I j I I I I I I ul i I I I I C-n F, U ! I I I i Q z a m l i a rA ... 3 . d of i I rn I Oi i � I A I a a o °'I ICI E y w a A. /i i a z15 o 1 rAz i!l ;° � zap(. OA ba M .9 d I 10 UAxH'° O I L it ° ° I Z a ai TR11645 - Exhibit F Lee County Board Of County Commissioners Blue Sheet No. Agenda Item Summary 1. ACTION REQUESTED/PURPOSE: Approve award of Formal Quotation No. Q-070613, The Purchase of Stryker Equipment for Public Safety/EMS, to the low quoter meeting specifications, Stryker Corporation, for the grand total price of $214,881.00. Also approve the award of the following options: A- Additional Stair -Pro Stair Chair(s) ($2,067.00 per Stair Chair); B-Additional Power -Pro Ambulance Cot(s) ($9,429.00 per Cot) and C- Additional Bariatic Transport(s) ($5,351.00 per transport). 2. FUNDING SOURCE: Fund: General Fund, Program: Public Safety Logistics, Project Name: Provisioning of ambulances with safe, modern, and efficient patient transport equipment. 3. WHAT ACTION ACCOMPLISHES: Will begin the transition of the upgrade of ambulance stretcher cots from manual operation units to those with power lift capability in an effort to reduce injuries and improve efficiency of the service provided to the community. The bariatric stretchers are to accommodate larger patients in a way which will provide safer transports to the patient and improve the safety of operations for the practitioners. The stair chairs are to increase the spare or float stock and to equip new ambulance units. 4. MANAGEMENT RECOMMENDATION: Approve 5. Departmental Category: 6. Meeting Date: 7. Agenda: 8. Requirement/Purpose: (specify) 9. Request Initiated: X Consent Statute Commissioner Administrative Ordinance Department Public Safety Appeals X Admin. Code AC-4-1 Division EMS Public Other By: John Wilson Walk -On On August 14, 2007, the Division of Purchasing received sealed quotations for the purchase of Stryker Equipment for Public Safety/EMS. On that date, 4 responses were received; 1 of which was a no bid. The quotations have been thoroughly reviewed, and a recommendation is being made to award to the low quoter meeting specifications. Funding is available: KF5290400100 Please See Attachments: (1) Tabulation Sheet (2) Specifications (3) Awarded Vendor's Quotation (4) Departments Recommendation of Award 11. Review for Scheduling: Departm Purchasing Human County County ent or Resources Other Attorney Budget Services Manager/P. Director Contracts W. Director Analyst Risk Grants Mgr. 12. Commission Action: Approved Deferred Denied Other