Loading...
Resolution 036-1990 James R. Paros Public Safety Division RESOLUTION NO. 036-1990 A RESOLUTION OF THE BOARD OF GOVERNORS OF THE LOWER AND MIQDLE KEYS FIRE AND AMBULANCE DISTRICT OF MONROE COUNTY, FLORIDA, RESCINDING RESOLUTION NO. 407-1989 CONCERNING A CONTRACT AGREEMENT FOR MAINTENANCE OF BIOMEDICAL EQUIPMENT WITH PHYSIO CONTROL CORP. AND AUTHORIZING THE MAYOR TO EXECUTE A NEW CONTRACT AGREEMENT WITH SAID PHYSIO CONTROL CORP. WHEREAS, on July 21, 1989, the Board of Governors of the Lower and Middle Keys Fire and Ambulance District passed and adopted Resolution No. 407-1989 to execute a contract agreement with Physio Control Corp. in the amount of $6,030.00 concerning maintenance of biomedical equipment, and WHEREAS, due to the fact that the actual form of the contract agreement was unacceptable, the Board desires to rescind Resolution No. 407-1989 and enter into a new contract agreement with said Physio Control Corp., now, therefore, BE IT RESOLVED BY THE BOARD OF GOVERNORS OF THE LOWER AND MIDDLE KEYS FIRE AND AMBULANCE DISTRICT OF MONROE COUNTY, FLORIDA, as follows: 1. Resolution No. 407-1989, passed and adopted by the Board on July 21, 1989, is hereby rescinded. 2. The Mayor is hereby authorized to execute a new Contract Agreement with Physio Control Corp. in the amount of $6,030.00, a copy of same being attached hereto, concerning maintenance of ~omedica1 equipment. ~ - PASSED AND ADOPTED by the Board of Governors of the Lower ~ an61 Middle Keys Fire and Ambulance District of Monroe County, N F1~ida, '<m the 1.Q.Eh day of January, 1990. ";Z o 2: o 9' BOARD OF GOVERNORS OF THE LOWER AND MIDDLE KEYS FIRE AND ~~~} ~ISTRICT ,OF,M=?E ~ Mayor I,..l_. By: (SEAL) Attest: DANNY L. KOLHAGE, CLERK BY:~~~L eH ty er APPROVED AS rocORM AND LEGAL SUfFICIENCY, BY G,.~~ JLi1Qky) Attorney's Office CONTRACT THIS AGREEMENT, made and entered into this day of , 19 A.D., on behalf of the Lower & Middle Keys Fire and Ambulance District No.1, hereinafter "DISTRICT" and Physio Control Corporation, hereinafter "CONTRACTOR". WITNESSES: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: I. SCOPE OF THE WORK A. The CONTRACTOR shall furnish all labor, materials, equipment, machinery, tools, apparatus, and transportation and perform all other work as described in the Specification, Request for Proposal, as attached, and as described in the proposal as furnished by the CONTRACTOR. II. CONTRACT SUM A. The DISTRICT shall pay to the CONTRACTOR for the faithful performance of the Contract, in lawful money of the United states, and subject to additions and deductions as provided in the Contract Documents. B. Based upon the price shown in the Proposal herewith submitted to the DISTRICT by the CONTRACTOR, a copy of the Proposal being a part of these Contract Documents, the aggregate amount of this Contract in the sum of Six thousand thirty dollars ($6,030.00) CONTRACT TERM III. A. IV. The contract shall commence on April 1, 1989 and expire on September 30, 1990. A. CONTRACTORS ACCEPTANCE OF CONDITIONS The CONTRACTOR has carefully examined the conditions of the site/equipment and has made sufficient investigation to fully satisfy himself that such site/equipment is a correct and suitable one for this work, and he assumes full responsibility therefor. The CONTRACTOR understands all provisions of this Contract and of the Specifications and agrees to their suff iciency for the work to be done. Under no circumstances, conditions or situations shall this Contract be more strongly construed against the DISTRICT than against the CONTRACTOR. The approval of any part of the work or material by the DISTRICT, or by its agent, as being in compliance with the terms of this Contract, or the Request for Proposal, drawings and specifications, shall not operate as a waiver by the DISTRICT of strict compliance with the terms of any other part of this Contract, Drawings or Specifications. All parts and labor provided by the CONTRACTOR'S Technical Services Department shall have a ninety (90) day warranty. Batteries shall have a one (1) year warranty. B. D. E. The CONTRACTOR shall accomplish repair of DISTRICT equipment or provide the DISTRICT with loaner equipment within twenty-four (24) hours of notification of need. F. The CONTRACTOR shall defend, indemnify and hold the DISTRICT, its officials, employees and agents harmless, from any and all claims, liabilities, losses and causes of action which may arise out of the performance of the Contract except such claims, liabilities, losses and causes of action which may arise because of the DISTRICT's negligent actions or omissions. Compliance with the insurance requirements shall not relieve the CONTRACTOR from the obligations imposed by this article. V. INSURANCE A. The CONTRACTOR shall furnish proof of insurance, in a form acceptable to the DISTRICT as required in the Request for Proposal. VI. PARTIAL AND FINAL PAYMENT A. The CONTRACTOR shall invoice the DISTRICT, in arrears, in equal monthly installments. Invoices shall be submitted to the Monroe County EMS Director, 5192 Overseas Highway, Marathon, Florida 33050, for approval and processing. IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year first above written. BOARD OF GOVERNORS, LOWER AND MIDDLE KEYS FIRE AND AMBULANCE DISTRICT NO. 1 (Seal) Attest: Danny L. Kolhage, Clerk Clerk PHYSIO CONTROL CORPORATION Witness: ~-, :;)j ~~ - ~ Luof-U W.t (j 1 ness: 4Pf'ROVED AS TO FORM AND LEGAL SUFFICIENCY. BY (~4~V\ l (tQ~WY1 Attorney's Ollice ) ;J ,-', ; l '1 ,I 1 i .~ 1 ~ 4 ~ -, ~ t l J ! ?l . . .~ :~ " i 1 1 i I J 1 ... " MalroE CXXN.IY EMERGE}JCY MmlCAL SERVICES SPECIFlCA'l'I~S for' BICloIEDlCAL ~ These specifications are for the sole purpose of providing ale (1) preventive maintenance inspection of each piece of equipoent. every dx (6) rronths and corrective maintenance an an as J"Ieeded basis for H:mroe O:>unty' s bianedical equipnent. . For the proposal s to be accepted by M:ml:oe County, each of the follo..ri.ng itans nust be addressed: Preventive Maintenance Inspections 'lbere shall be one (1) preventive maintenance ~ of each piece of equipnent every six (6) nmths. '1ba first preventive maintenance inspection shall be scheduled within fourteen (14) days of exeOltion of the agreEJrent. Perfonranoe out'{Alt and electrical safety inspections shall be perfoDned in accordance with the standards established by the Joint ~1 ss10n on the Accreditation of Jbspitals (JCAH) ariJ/or the National Fire and Protection Agency (NFPA). ' Each inspection shall include the follD.d.nqz 1. Cl.eani.nJ of equipxent 2. Calibrat!orl: 'lhe ca11bratial results of each piece of equipzent shall be rec::orded. and placed in a file that cxmtains a list. of all !-bnroe OJunty bianed1cal. equ1pnant. Malce required adjustmmts to brinJ the equit;ment up to the factozy specifications. ... '!he sucoessful ~r IlIlSt pro.r1.cSe Monxce O:Nnty lDDerg'ency ~~al Servi.oes with docuDentation that their test equipllJllt 18 C"Il ilTat.ed eve%)' six (6) Da1ths 8lld is traceable to the Nat1aW. Bureau of St.an4Arda (NBS). 3. Mechanical Inspecticiu Inspect each piece of ~t for wear and repair and r:eamS the firI&ngs. 'Ibis Jnspect:!a1 1Iha11 include patient cables and lead wire8. 4. tAabge O1rrent MeasureA~ut:s shall be rec::cxded and fi1ec1. s. CbtpJt Maaaurementa: DefibrillatOr outputs 6. idtdcatioru Each inst.r1mB1t ehall be 1ubr1cated aa a~otCiate to ~\1rC ~if1c:aUcma. . 7 · SchecSullnqz M.rt:ua1ly acp:eed up:n sc:het!uling of each l'egU1ar inJlpect10n Via! t: ahall be made in advance. ~. ~t.atioru ~ cazp1et.icn ot prevent.atiw IDILintenance .1.llSpect1a\a, a report outl~ the perfo11nance of each piece of =rc:t.o;'it~.be fonerded to the ~ tbunty ~ lledical . '., ..... " - , .;......, :1 ::1 ;~ (~ ,'';.t. ,~ .~ " Corrective Mamtenance " All repairs, na:lifications. ariJ/or calibrations shall be OOllsistent with the device ~ts to the Food, Drug and Cosrretlc Act regulated by the Food and Drug MmJnistration (mA). All equiprent that is repaired will be calibrated to OEM performance verification procedures. -.., 1. Slergency Service: Drergency service shall be available 24 hours per day/7 days per ~ek, when necessaxy. " ~ < , . 2. IDeation: All repairs will be catpleted 'on site' ...menever possible. Optia\s '!be following options are to be priced individually. Monroe County reserves the right to select any option or oaJ'bination thereof, or to reject. all of the opt.ials listed below, in raak.in9 the award of tre ~oposa1 in the best interests of ~ County. MY 'JerWr intendirq to provide any opticn, or CXIIbination thereof, at no ~ditiona1 cost over the mandatoxy work and equ1pDBnt price proposal, smuld 60 iOOicate by noting NC (No Charge) for the applicable option (5) . Monroe COUnty will oons1der that any option wi thout a propc:sed cost or NC indicator is not available' fxan the cx:>ntractor. ' " J. '1 ,', ~~ :~ ~ :1 . .. . ~on No. 1 IDaners: toaner(s) will be provi&d, em an as nee-'9d bas!a, if it becx.nes necessaxy to rem:M3 a defibrillator, zamitor or ~ pressure machine frau se:vice. '!be ccntractor aball pz:cwicSe a unit(s) , of exactly the same equ1pzent, until the ncncperat.inq equipnent is back in &eNioe. Option No. 2 Batteries: 'lhis ccatract wUl 1nc)nt~e the 'rep1a~t of batteries. only new ba'tter1es, of at 1eaat cmt eqgal quality, will be used. Batteries are to be replaced, as nel~, haw8ver no batt8%)' shall be kept in serv1oe.1br mre than eighteen (18) IIaltM without beiB] replaced. I . ~n No. 3 Pa&Ues: 1his calt:ract will ~ the 0CNIt ot np1.ac1DrJ paddles, on an as ner'" buia, with pMr',__ of at leu1: CBC equal quAl1~ . . 1 "j '.j 'J _:>:i J .. 1-. :-:] ;j '~ ~ "~ ;::.; ,; ,~ .' I '~ .:4 .~ , il ,'.~ ~ '" " ~ ~ '1 ;~ "'~ ;~ ':1 ~ ":., . Opticx\~. .. Paddles: 'Ibis CXXlt:ract will' 1nc1ulSe the right. to pm':bue peddles, fran the vendor, (Xl an as needed ~.1a, at a coat of $ per set. . 'J liaqe!ti. 2 . ... ~- .~. , ~ ... ..,..."'; '.. .4 :~. .~.....;-- General Conditions 1. Parts: '1his contract will .include the price of parts and lMterials. Only new replaoenent parts, of at least Original Manlfacture D:1uipnent (OEM) equal quality, will be used to repair l-tlnroe County's bic:m;dlcal equiprent. 2. tabor: 'l11is contract will include the cost of all labor associated with the inspection, maintenance and repair of !oblroe County's bianedical equipnent. . 3. ~lusions: 'lhe followirq items will hot be covered by this contract: Blocd pressure cuffs and tubing, patient. cables, st.ylis arrl cases. 4 . Insurance: Each vendor lWSt show that they have .dequate Ybrknen Catpmsation insurance to include statutory benefits. Each verdor nust also slDol that. they have prem1sea/operatiaus and products/c:att:>leted operaticns insurance in the auo.mt. of $1,000,000 per occurrence/$3,OOO,OOO aggregate. 5. Technical Assistance: '!he ~88ful ~ DUSt. prcw1de technical assistance to fwt)nroe County to establish regulatory ,requi.renents for M=mroe Count.y's bianedical eqW.pDent.. 6. Technician 'l'ra.in.irq: '1he sucx:essful vendor nust. sh:Jw, on' cE:rand, ~ tr~ qualifications of the technicians that. will bel worldrq on M::>nroe County Emergency Medical Sexvice eqW.pDent.. , 7. Technical Data: '!he successful vender DUSt show, em demand, that. they have the technical libraxy (cm-xent. service manuals, etc.) to ~ the t.echnician(s) wrking on the bi~i~al equipDBnt. .... 8. Defaul. t. Pro.risions: In case of default by CCIltractor, M:lm:ce County may procure serv1.oes tran an out.sJde ccntractcr and hold the contractor responsible for any chax9es incun:ed by Monxoe Cbmty for the repair of its equ!paent. . 9. Q)ntract Award: M:laroe County reaeivaa th8 right to nject any or all pt~a1B de f'1J~ to be unt'AV"".iw cd to aocept any prcpoeal Wich in its best. interest beat III8eta t:ba ~t fl catiaw herein. Monroe O:nmty reserves the right, before ...m1DcJ the contract, to require a vendor to sutmit' such w14w::e of his qualif1cations as it may deem necessary. ~~ticn that DIllY be required is financ:1a1, ter'hn1cal and other qual1ficat.icna and abilit1e.l of a Y81'\4)r in mald.ng the ..-d in the beat 1ntaz'e8t. of !wbri.rciIi tount.y. Monroe Cbunty shall, be the final euthDr1ty 1n the awud of the contract. _ . -. 10. Familiarity With Laws I '!be ~ 18 pr--~ to be familiar with All federal, state arid local lawa, Ol'dinanoe., code rules, and requlllUons that may in a:rr.I way ~fect. th8 work. Ignorance on the part of the contractor shall in no way relie\l8 111m fran X'e8pOnaibili ty. PIIC}e lb. 3 '.. ',.;0". . . II-I..r,. . "" /~ , , ,; 11. Licenses: .All bidders must have all licenses that are rBiUired by Florida State law am be prepared to sul:mit copies of trem upon request. 12. O,lanti ties: M:mroe O:>unty reserves the right to increase or decrease the equi pten t listed in Schedule A of this proposal, during the term of the cxmtract. ~iprent increases or decJ:ea.ses .....ill be acexxnplished by contract addendum, nutually agreed up::n and executed by the verxbr and ~nroe ():)unty. 13. Errors or anissions: '!he vendor shalJ. take no advantage of any apparent error or anission wuch might be dJ.soovw:ed in this specification, oot shall forthwith notify the !bu:Oe 0Junty D6 Director at 5192 Overseas Highway, Marathon, Plorida 33050, of such discovety. '!be ElvS Director will then make such oorrecticna or inte%pretations as deetel necessary' for reflect1ng tn. actual spirit and intent of the specification. 14. CUstarer Usti.n:J: lobnroe County reserves the right to require a ~ to provide t-bnroe County DleX9ency ~dical Services a list. of Pre-Hospital Emergency Medical Se%Vices for llIh:m the vendor hu perforue:1 similar or identical ~rk within the last thxee years. 15. Initial Term of Contract: It is the intent of Monroe ONnty to establish a OO11tract that wUl camence on .P.pril 1, 1989 end ( expire on September 30, 1990. I 16. Renewal Option: hI~ the availability of bu3qeted funds, this contract maY be renewed for an a&U.t.iaW. one (1) year term. 17. Payment.: '!he venCbr shall invoice M:mroe County in equal rronthly instal1Delts, by t:axinq, diatrict. Iuvo1cas shall be sul:mit.ted to the !wkmrOe cmmty &1S Direc:tar, 5192 0Ierseas lligtJ.lay, MaratlDn, Florida 33050, for approval and p.t'OCel.1nq. 18. Signature :Required: All px~'e D'USt be signed with the finn l\2me and by an officer or euployee havin:J the authority to bW tile c:arpany or firm by his siqnature., ~ 19. Pl~ prices shall be vaUd far at least ninety (90) &1ys frau the closin;r date for subn1ttal of ptqX)8als. I . . " '; 'a " " ',.I " ;~ 'J " ~ :.j :l~ ,;. ..~ .. ... ;~ 'I :~ :~ '~ j ,~ J 1 . , . p~ ~. .. '., -..:.- ..r J-......:"""!'l...-~ . .' . '. ~ -,., : _. ."'" '", ~l:""""""; MrnK>E caJNT'i ~ MEDICAL SERVICfS SP&:IFICATI~S for, BICMEDICAL EQUIIlMENl' proPOSAL F(R.t Proposals nust be suhnitted for the three taxiIV3 disuicts of M:w:oe County, as idmtificd, and for the equipnent listed within each taxing district (Sctedule A). Proposals not a.ddteasinJ all three districts will be dees'ood inc:arplete and therefore will not be acoepted as a qualified proposal. . Mandatory ~rk and Equipnent There shall be one (1) preventive maintenance inspec:tion of each piece of equiprent, upon execution of a~&t, end cme (1) IK.-tlw maintenance of each piece of equipnent evexy six (6) D:lnths thenafter and oorrective maintenance. on an as ne'Bded basis for the equ1pD1mt within each M:>nroe County Taxing District. I..o.ller & Middle Keys Fire and }.abuJ.ance District $ 6030.00 Option No. 1 1Dwer , Middle 'Key Fire and I.Dbulance Dist:ri.ct . 'l'avernier Special 'l'ax1ng District Ho. 5 'Fe:I Latqo Special '1U1n:J Diatr1ct No. 6 Option No. 2 1Dwer , Middle Key Fire a1ld ~ District tivernie1' Special Taxing District Ho. 5 . , IW.i !.argo Special 'DsxiD) District No. 6 Option No., 3 ~r , Middle Key FiJ:e and 1IIiiu1.anc. D1st.rl.ct 'l'avernier Special 'l'ax1nrj District No. 5 Key Largo Special 'nIx1DJ Dist.r1ct .No. 6 Pa9A liJo. 5 . " Tavernier Special Ta.xirxJ District No. 5 ~ Laxgo Special TaxiIx] District No. 6 '.1 ~ , ;! j ; "1 i '<l ) " f~ .., j :A .j .'. :~ J ,,1 ,~ "~ ',i "J ;1 A 1 ,I , :~-......:--a $ 1416.00 ..~ $ NC $ NC $ t Ne $ NC $ NC $ NC .. $ NC $ NC $ NC '., ~ " 1'.: '~1';~-:' .......:.',t. - ".~\J~; , ,/,w ;. .r~ .~~ {:r: -- -/'.":,"\." . -, \ '. .:i .'~ ,oj . , " ,,-~ ; ; ,..1 . . ; \ '.! ~ "l- j . ',! ...j '.,1 . "l ~.~ ~ 1 .J! \) ."j "/'4 l~ " ~:'):~ ':,q 'i' ,"" ,~.,': :1 ...' " J ~ :',1 "~ " ./ ....... .y.. '4 Option No.4 ~r & Middle Key Fire and hrbulance District 'l'avernier Special 'l'axing District No. 5 Key Iargo Special TaxiNj District No. 6 $ 812.70 $ 812.70 $ 812.70 Propoeal Sutmitted By: ca-1PANY lw.E PHY~ 10 CONTROl. CORPORATION ADDRESS 1777 Phoenix Parkw",y ~t1ftP- I In CIT'i Mm STATE Atlanta. GA ZIP cam ~m14g TELEPR:NE m. (404) 996-4091 '~ ~ ~ BY . ~ ~zedS e ,... PI&SE PRINT NAME AND 'l'm.E CP SIamR BELCM 3/31/R9 (&t8) James H. Irvin . District Manager, Southern District Technical Services . . ~ ".It, , ..- "'---,'" '.. . '. . ...., .(~f.; ~~ . _L;';:': .' :.~ , " , ,"" ';. . .;~.) .-.",",' I ,:~ " "i~ ,{ ''1 :;; ,. ~. ~~ '.C '!,~ ~ /~ ~ '~ ;~ 7, '-F '. , . ~ - , 'f e"i " " ., ,- 'i " ; ,( ~:~ " :.~ '_f:! Ji ,j , >' :'" , ..~ '1. '>~~ ;., '., ,1\ ~ ) l' J ~i ';., ... ,~ IJ ;$ '\<1 C~ '.~ , '. ." I ':~ '.~i , ~:; f , SCHEIXJLE A I.o..er & Middle Keys Equipnent Inventory Description Manufacturer SeriAl No. LP 5 l-Dni tor Physio O:mtrol 051754 . LP 5 Meni tor Physio COntrol 0099:5 LP 5 }ot)ni tor Physio Qmtrol 054370 1.P 5 Monitor Physio Caltrol 006561 LP 5 ~nitcr Physio O:>ntrol 009936 l.P 5 M:mitor Physio Control 009444 LP 5 M::lni tor Physio Control 043653 LP 5 Defib Physio O:mtrol 028972 1.P 5 Oefib Physio O:>ntrol 032963 LP 5 Defib Physio Cantrol 007988 LP 5 Oefib Rlysio O:>ntrol 019139 LP 5 0ef1b Physio Oxltrol 008960 ~ LP 5 Defib HJyaio Cbntrol 022986 LP 5 Defih Phya10 Q:mtrcl 030843 LS 100 H1yaio Q)nUol 000712 '" LS 100 Physio O:lotrol 000737 LP501a%ger Rlyaio cmt%01 009483 LP 5 Olarger Phya1.o OCat.rol 020317 LPSChafgU Htyaio Ccatzol 010000 ..... 'tM. , ',; ] :....-......':...... ... . - -,..."... ~.' .. , :;~.~i - ~.. . ~J , " :'t _ '; ,..<, . .J .;.: .: ',; ,;( . I,t. "~ . \:;. , ,i .~. \ , ,} .';. . ,;-~t .~ '. " " ," . ':.;,~ .~~ ~<~ ,J; ~ ,I: ;~ ;i: f~ if. :;~ . ::3 " .'t; ,.~ '(~ ,~ , t "~ '~ .'.~;~ :'"il} ''f. ".1 /~ .,,:~:~ ~r~ . " ".. ~ . ',... ",~ ~j .~:: '. '~~ ~t ',..' ]~ . ~ ~" o . " o samoot.E A (Continued) ,:'avcrnier Equip1'e1lt Inventory De;.cription Manufacturer Serial No. LP 5 ~ni tor Physio Control 006559 LP 5 l-bni tor Physio Control 010912 LP 5 Defib Physio Control 029973 Key largo E:Iuipnent Inventory Descriptioo Marulfacturer Serial No. LP 5 Monitor Physio Control 016425 LP 5 !-Oni tor Physio O:>ntrol 047757 LP 5 M:)n! tor Physio COn~l 002579 LP 5 J.bni tor Physio Control 006109 LP 5 Defih Physio COntrol 005751 I.P 5 Defib Physio Control 026573 LP, 5 Defih Physio CCI'ltrol 015602 LP 5 Defib ~ysio Control 002421 IS 100 Physio O:I\trol ".. 001574 LS 100 Ow:tjer Physio Control 001573 Battery ~ Physio Centrol 000741 Battery SUppo.t Physio -COntrol 006546 . LP50larger Physic centrol 000507 .....,., ".., ~. ,.'::)1 " . ~ . "98 No. 8 0" . . .......'S 1.'''',-'1 .:~ . , . "non;" ,