Loading...
Agenda 07/12/2016 Item #16E7 7/12/2016 16.E.7. EXECUTIVE SUMMARY Recommendation to award 16-6591 for the purchase of Power Ambulance Stretchers to Stryker Sales Corporation in the amount of$139,300. OBJECTIVE: To replace existing manually operated stretchers with the power operated model PowerPro from Stryker. CONSIDERATIONS: In June 2015, Collier EMS received notification from the Florida Department of Health's EMS Trust Fund for a grant award in the amount of $104,475, with a local match of$34,825 for a total of$139,300 toward the purchase of hydraulic assist stretchers. The Board accepted this grant on December 8, 2015, Agenda Item 16.E.5. Since acceptance of the grant, EMS has field tested the models provided by Ferno and Stryker, the two manufacturers that bid on this solicitation. Staff has concluded that the Stryker Power Pro model offers the best features providing for the safety of patients and field personnel. The field personnel who tested both products heavily favored the Stryker model over the Ferno. Field staff was able to test the Stryker model for approximately 70 days and the Ferno model for approximately 30 days before it stopped working due to electrical issues. Procurement Services issued Bid 16-6591 on April 9, 2016 with 328 notices being sent to vendors who provide the services; 25 vendors downloaded the full bid package. On May 5, 2016, the Procurement Services Division received two bids. After review of the submissions it was determined that the low bidder did not meet the specifications or the equivalent requirement. Staff reviewed the lone bid remaining and determined it was responsive, compliant with the specifications, and would maintain patient safety. Pursuant to section 9.B.4 of Board's Purchasing Ordinance 2013-69, as amended by 2015-37, the Procurement Services Division believes that for the health and safety of staff and the Citizens of Collier County, it is in our interest of the County to reject the bid from Ferno and award to Stryker Sales Corporation as the next lowest, responsive bidder. FISCAL IMPACT: Funds in the amount of $139,300 are available in EMS Grant and Grant Match Funds (493/494) Project 33430. GROWTHMANAGEMENTIMPACT: There is no growth management impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney, is approved as to form and legality, and requires majority vote for approval. -JAK RECOMMENDATION; That the Board of County Commissions awards ITB #16- 6591, Power Ambulance Stretchers, to Stryker Sales Corp. and reject the non-conforming submission. Prepared by: Tony Camps, Deputy Chief Attachments: 1) Solicitation 16-591 2)Bid Tab 3) Stryker Spec Sheet Packet Page-1413- 7/12/2016 16.E.7. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.E.16.E.7. Item Summary: Recommendation to award 16-6591 for the purchase of Power Ambulance Stretchers to Stryker Sales Corporation in the amount of$139,300. Meeting Date: 7/12/2016 Prepared By Name: BayArtie Title: Supervisor-Accounting,Administrative Services Department 6/22/2016 9:49:45 AM Approved By Name: ButcherTabatha Title: Chief-Emergency Medical Services,EMS Operations Date: 6/22/2016 2:55:49 PM Name: pochopinpat Title: Operations Coordinator, Administrative Services Department Date: 6/23/2016 8:52:26 AM Name: BrilhartBrenda Title: Procurement Specialist, Procurement Services Date: 6/23/2016 11:31:30 AM Name: KearnsAllison Title: Interim Procurement Director Date: 6/23/2016 2:26:16 PM Name: JohnsonScott Title: Manager-Procurement, Procurement Services Date: 6/23/2016 10:26:58 PM Name: KlatzkowJeff Title: County Attorney, Date: 6/27/2016 8:58:59 AM Packet Page-1414- 7/12/2016 16.E.7. Name: Joshua Thomas Title: Grants Support Specialist, Grants Management Office Date: 6/27/2016 11:37:34 AM Name: PriceLen Title: Department Head-Administrative Svc,Administrative Services Department Date: 6/29/2016 2:09:19 PM Name: AshtonHeidi Title: Managing Assistant County Attorney, CAO Land Use/Transportation Date: 6/30/2016 1:48:28 PM Name: AshtonHeidi Title: Managing Assistant County Attorney,CAO Land Use/Transportation Date: 6/30/2016 2:36:21 PM Name: WellsLaura Title: Management/Budget Analyst, Senior, Office of Management&Budget Date: 7/5/2016 9:10:44 AM Name: StanleyTherese Title: Manager-Grants Compliance, Grants Management Office Date: 7/5/2016 3:07:38 PM Name: CasalanguidaNick Title: Deputy County Manager, County Managers Office Date: 7/6/2016 2:40:23 PM Packet Page -1415- 7/12/2016 16.E.7. , ,---- Collier County Administrative Services Department Procurement Services Division GRANT FUNDED INVITATION TO BID Date: April 19, 2016 From: Brenda Brilhart, Procurement Strategist (239) 252-8446, Telephone Number (239) 252-6697, FAX brendabrilhart@colliergov.net, Email Address To: Prospective Bidders Subject: Solicitation: 16-6591 Power Ambulance Stretchers As requested by the Emergency Medical Services (EMS), the Collier County Board of County Commissioners Purchasing Department has issued this ITB for the purpose of obtaining fair and competitive responses. Please refer to the Public Notice included in this document for the opening date and time and any applicable pre-ITB conference. All questions regarding this ITB must be submitted online on the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. All responses to questions will be posted on the website with electronic notification to all prospective bidders. We look forward to your participation in Collier County's competitive procurement process. c: Juan Camps, Project Manager C. RIaamenot Seuc 'Cepadmaf.332%Tasaani Tel East'Naples.Ronda 34112-1901.msas,ec e:p.v.neEp.r..hasiea; ITB 16-6591 Power Ambulance Stretchers 1 Packet Page-1416- 7/12/2016 16.E.7. Invitation to Bid Index PUBLIC NOTICE 3 EXHIBIT I: SCOPE OF WORK,SPECIFICATIONS AND RESPONSE FORMAT 4 EXHIBIT II:GENERAL BID INSTRUCTIONS 6 EXHIBIT III:STANDARD PURCHASE ORDER TERMS AND CONDITIONS 10 EXHIBIT IV:ADDITIONAL ITB TERMS AND CONDITIONS 13 ATTACHMENT 1:CONTRACTOR'S NON-RESPONSE STATEMENT 19 ATTACHMENT 2:CONTRACTOR'S CHECK LIST 20 ATTACHMENT 3:CONTRACTOR RESPONSE FORM 21 ATTACHMENT 4:IMMIGRATION LAW AFFIDAVIT CERTIFICATION 23 ATTACHMENT 5:CONTRACTOR SUBSTITUTE W—9 24 ATTACHMENT 6: INSURANCE AND BONDING REQUIREMENTS 25 ATTACHMENT 7: SPECIFICATIONS 27 EXHIBIT A:GRANTING AGENCY REQUIREMENTS 278 EXHIBIT B: GRANTING AGENCY FORMS ITB 16-6591 Power Ambulance Stretchers 2 Packet Page-1417- 7/12/2016 16.E.7. Public Notice Sealed bid responses for Solicitation 16-6591 Power Ambulance Stretchers, will be received either electronically on www.colliergov.net/bid or manually only at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112 until 2:30 p.m. Collier County local time on May 5, 2016. ITB responses received after the stated time and date will not be accepted. Solicitation ITB 16-6591 Power Ambulance Stretchers A pre-bid conference will not be held for this solicitation. All questions regarding this ITB must be submitted online on the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. All responses to questions will be posted on the website with electronic notification to all prospective Contractors. All solicitation responses must be made on the official ITB response forms included and only available for download from the Collier County Purchasing Department Online Bidding System website noted herein. ITB Documents obtained from sources other than Collier County Purchasing Online Bidding System may not be accurate or current. Collier County encourages Contractors to utilize recycled paper on all manual bid response submittals. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/ Joanne Markiewicz Joanne Markiewicz Director, Procurement Services Division Publicly posted on the Collier County Procurement Services website: www.colliergov.net/purchasinq and in the lobby of the Procurement Services Building on April 19, 2016. ITB 16-6591 Power Ambulance Stretchers 3 Packet Page -1418- 7/12/2016 16.E.7. Exhibit I: Scope of Work, Specifications and Response Format As requested by the Emergency Medical Services (EMS) (hereinafter, the "Division"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Invitation to Bid (hereinafter, "ITB") with the intent of obtaining bids from interested and qualified suppliers in accordance with the terms, conditions and specifications stated or attached. The Supplier, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments or divisions once awarded according to the Board of County Commissioners Purchasing Ordinance. Brief Description of Purchase Collier County has been awarded $104,475 from the Florida Department of Health's EMS Trust Fund, which along with a County match of $34,825, will be applied toward the purchase of powered ambulance stretchers. Background Collier County EMS currently utilizes manual stretchers to move patients. Each patient may be moved numerous times prior to transport, during transport, and again for off—loading movements at the destination hospital. This process can result in back, neck, shoulder and other related injuries to EMS personnel, accounting for lost time, medical costs, workers compensation claims, and ultimately a weakened workforce. The repetitive lifting of a heavy load and its negative effects on the spine is well documented medically. The use of powered stretchers has proven to significantly reduce the risk of injury and physical overuse, making the repetitive movement of patient loads physically easier, quicker, and in general, more efficient. Detailed Scope of Work Technical Specifications: The County reserves the right to deem a firms bid non-responsive if specifications are not met. The firm's submitted power stretcher product should meet or exceed the following: • Power operated stretcher with manual override backup mechanism • Multiple stretcher height positions • Back rest section to provide multiple position options when accommodating a patient's back and support needs • Color coded/user friendly controls • Battery pack power level indicator • Easy battery access and swapping or replacement procedures • No battery life requirements • Preventive maintenance indicator • Standard battery charging/power system • Standard safety/warranty features (safety hook, frame guards) • Ergonomic design and ease of operation • Ergonomic control panel and quick undercarriage retraction • Maneuverability over various terrains, heavy-duty/oversized wheel design • Upgrade options (wheel locks, equipment carrying adjuncts) • Lift-bar design to accommodate operators of different heights • Multi-stage IV pole • Storage options ITB 16-6591 Power Ambulance Stretchers Packet Page-1419- 4 7/12/2016 16.E.7. Award Criteria ITB award criteria is as follows: • All questions on the Bid document shall be answered as to price(s), time requirements, and required document submissions. • Award shall be based upon the responses to all questions on the Bid Response Page(s). • Further consideration may include but not be limited to, references, completeness of bid response and past performances on other County bids/projects. • Prices will be read in public exactly as input on the electronic bid response form or written on the manually submitted Bid Response Page(s) at the time of the bid opening; however, should an error in calculations occur whenever unit pricing and price extensions are requested, the unit price shall prevail. Mathematical miscalculations may be corrected by the County to reflect the proper response. • The County's Purchasing Department reserves the right to clarify a Contractor's proposal prior to the award of the solicitation. • It is the intent of Collier County to award to the lowest, qualified and responsive Contractor(s). • For the purposes of determining the bidder with the lowest price for award purposes only the following methodology will be used: award will be based on the total base bid. • Collier County reserves the right to select one, or more than one supplier, however, it is the intent of the County to award Primary and Secondary. If the Primary cannot provide the requested product/service in a timeframe specified by the County's Project Manager, the Secondary vendor may be utilized. • The County reserves the right to issue a standard County Purchase Order for the award of this solicitation. • The resultant contract(s) may include purchase or work orders issued under one, or any combination of price methodologies by the County's project manager: Term of Contract The contract term, if an award(s) is/are made is intended to be for current needs and not to exeed one (1) year. Prices shall remain firm for the initial term of this contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. Projected Solicitation Timetable Event Date Issue Solicitation Notice 4/19/16 Last Date for Receipt of Written Questions 5:00 PM 4/28/16 Addendum Issued By 5/2/16 Solicitation Deadline Date and Time 2:30 PM 5/5/16 Anticipated Board of County Commissioner's Contract Approval By 06/30/2016 Contractor Required Documents • Attachment 2: Contractor's Check List • Attachment 3: Contractor Response Form • Attachment 4: Immigration Law Affidavit Certification • Attachment 5: Contractor Substitute W— 9 • Attachment 6: Insurance and Bonding Requirements • E-Verify company profile page or memorandum of understanding • Excluded Parties List System Documentation located at: www.sam.gov, and select SEARCH. • Granting Agency Forms (See Exhibit B) ITB 16-6591 Power Ambulance Stretchers Packet Page -1420- 5 7/12/2016 16.E.7. Exhibit II: General Bid Instructions 1. Purpose/Objective As requested by the Collier County departments or divisions identified in Exhibit 1, the Collier County Board of County Commissioners Purchasing Department (hereinafter, the County) has issued this Invitation to Bid (hereinafter, the "ITB", or "Bid") with the sole purpose and intent of obtaining bid responses from interested and qualified firms in accordance with the terms, conditions, and specifications stated and/or attached herein/hereto. The successful Contractor will hereinafter be referred to as the "Contractor". All bids must be submitted on the Bid forms furnished by the County noted in Attachments 2, 3, 4, 5, 6, and 7 of this ITB. No bid will be considered unless the Bid form is properly signed. Contractor is responsible to read and follow the instructions very carefully, as any misinterpretation or failure to comply with these instructions could lead to the bid submitted as being rejected as non-responsive. 2. Pricing Contractors must provide unit prices using the unit of measured specified by the County. All prices will remain firm for a period of one hundred and eighty (180) calendar days from date of bid opening. After award by the Board of County Commissioners, prices may only be adjusted as outlined in Exhibit I: Term of Contract. 3. Alternate Bid Pricing In the event that alternate pricing is requested, it is an expressed requirement of the bid to provide pricing for all alternates as listed. The omission of a response or a no-bid or lack of a submitted ter'>U price will be the basis for the rejection of the submitted bid response. All bids responses received without pricing for all alternates as listed will be considered technically non-responsive and will not be considered for award. 4. Equal Product Manufacturer's name, brand name and/or model number are used in these specifications for the purpose of establishing minimum requirements of level of quality, standards of performance and/or design required, and is in no way intended to prohibit the bidding of other manufacturer's items of equal or similar material. An equal or similar product may be bid, provided that the product is found to be equal or similar in quality, standard of performance, design, etc. to the item specified. Where an equal or similar is bid, the Bid should include two (2) complete sets of factory information sheets (specifications, brochures, etc.) and test results, if applicable, of unit bid as equal or similar. Equal product specifications should be submitted with the Bid. The County shall be sole judge of equality or similarity, and its decision shall be final in the best interest. 5. Discounts Any discounts or terms must be shown on the Bid form. Such discounts, if any, may be considered in the award of tie bids. In no instance should payment terms less than fifteen (15) calendar days be offered. 6. Exceptions ITB 16-6591 Power Ambulance Stretchers Packet Page-1421- 6 7/12/2016 16.E.7. Contractors taking exception to any part or section of these specifications shall indicate such exceptions on a separate sheet entitled "EXCEPTIONS TO SPECIFICATIONS". Failure to indicate any exceptions shall be interpreted as the Contractors intent to fully comply with the specifications as written. Exceptions taken by the Contractor may be deemed grounds for rejection of bid response. 7. Addenda The County reserves the right to formally amend and/or clarify the requirements of the bid specifications where it deems necessary. Any such addendum/clarification shall be in writing and shall be distributed electronically to all parties who received the original bid specifications prior to the deadline for submission of Bids. All changes to this ITB will be conveyed electronically through a notice of addendum or questions and answers to all Contractors registered under the applicable commodity code(s) at the time when the original ITB was released, as well as those Contractors who downloaded the ITB document. Additionally, all addendums are posted on the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. Before submitting a bid response, please make sure that you have read all, understood clearly and complied completely with any changes stated in the addenda as failure to do so may result in the rejection of your submittal. 8. Bid Submission All electronic bids shall be submitted online via the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. All paper bids shall be submitted to the County Procurement Director, Collier County Government Complex, Purchasing Building "G", Naples, FL 34112, by the date and time as stated in the Legal Notice. The County assumes no responsibility for bid responses received after the due date and time, or at any office or location other than that specified herein, whether due to mail delays, courier mistakes, mishandling, inclement weather or any other reason. Late bid responses shall be returned unopened, and shall not be considered for award. Contractors must submit one (1) paper copy clearly labeled "Master," and one (1) compact disk (CD/DVD) with a copy of the Contractor's proposal on the CD. List the Solicitation Number and Title on the outside of the box or envelope. All bids sent by courier service must have the bid number and title on the outside of the courier packet. Contractors who wish to receive copies of bids after the bid opening may view and download same from the Collier County Purchasing Department Internet bid site. 9. Questions If the Contractor should be of the opinion that the meaning of any part of the Bid Document is doubtful, obscure or contains errors or omissions it should report such opinion to the Procurement Strategist before the bid opening date. Direct questions related to this ITB only to the Collier County Purchasing Department Internet website: www.colliergov.net/bid. Questions will not be answered after the date noted on the ITB. Contractors must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Purchasing Department Online Bidding System website. For general questions, please call the referenced Procurement Strategist identified in the Public Notice. 10. Protests Any prospective bidder who desires to protest any aspect(s) or provision(s) of the solicitation (including the form of the solicitation documents or procedures) shall file their protest with the Procurement Director prior to the time of the bid opening strictly in accordance with the County's then current purchasing ordinance and policies. ITB 16-6591 Power Ambulance Stretchers Packet Page -1422- 7 7/12/2016 16.E.7. 11. Rejection and Waiver The County reserves the right to reject any and all bids, to waive defects in the form of bid, also to select the bid that best meets the requirements of the County. Contractors whose bids, past performance or current status do not reflect the capability, integrity or reliability to fully and in good faith perform the requirements denoted may be rejected as non-responsive. Bids that do not meet all necessary requirements of this solicitation or fail to provide all required information, documents or materials may be rejected as non-responsive. 12. Lobbying All firms are hereby placed on NOTICE that the County Commission does not wish to be lobbied either individually or collectively about a project for which a firm has submitted a bid. Firms and their agents are not to contact members of the County Commission for such purposes as meetings of introduction, luncheons, dinners, etc. During the bidding process, from bid opening to final Board approval, no firm or its agent shall contact any other employee of Collier County with the exception of the Purchasing Department. 13. Certificate of Authority to Conduct Business in the State of Florida (FI Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.oro/search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 14. General Information When it is deemed by the County that a bid cannot be awarded as originally intended, the County reserves the right to award this bid through an approach which is the best interest of the County. Alternate bids will not be considered unless authorized by the ITB. In case of identical bids tying as low bid, the County shall ask Contractors to submit certification that they have a drug-free workplace in accordance with Section 287.087 Florida Statutes. 15. Bid Award Process Award of contract will be made by the Board of County Commissioners in public session. Award shall be made in a manner consistent with the County's purchasing ordinance. Award recommendations will be posted outside the offices of the Purchasing Department as well as on the Collier County Purchasing Department website on Wednesdays and Thursdays prior to the County Commission meetings. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Procurement Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Procurement Director. 16. Grant Funded Purchases ITB 16-6591 Power Ambulance Stretchers Packet Page-1423- 8 7/12/2016 16.E.7. Contractors submitting proposals for this purchase must validate that they are not excluded from receiving Federal contracts, certain subcontracts, and certain Federal financial and nonfinancial assistance and benefits, pursuant to the provisions of 31 U.S.C. 6101, note, E.O. 12549, E.O. 12689, 48 CFR 9.404, and each agency's codification of the Common Rule for Nonprocurement suspension and debarment. Information for the former "Excluded Parties List System" may be found at the System for Award Management (SAM) website at www.sam.qov, and select SEARCH. This is a free web-site which consolidates Federal procurement systems and the Catalog of Federal Domestic Assistance. Currently CCR, FedReg, ORCA and EPLS have been migrated into SAM. Drug-Free Work Place: The Contractor has implemented a drug-free workplace program and will continue to enforce such program for the duration of resultant agreement. A drug-free workplace program includes: i. A published statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. ii. Employee information about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations. iii. Providing each employee engaged in delivering the commodities or contractual services that are under this bid or proposal a copy of the statement specified in Paragraph 1. iv. Notifying the employees that, as a condition of working on the commodities or contractual services that are under this bid or proposal that they will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contender to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. v. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. vi. Make a good faith effort to continue to maintain a drug-free workplace through implementation of Paragraphs i. through v. above. ITB 16-6591 Power Ambulance Stretchers Packet Page-1424- 9 7/12/2016 16.E.7. Exhibit III: Standard Purchase Order Terms and Conditions 1. Offer b) No charges will be paid by the COUNTY for This offer is subject to cancellation by the packing, crating or cartage unless otherwise COUNTY without notice if not accepted by specifically stated in this Purchase Order. VENDOR within fourteen (14)days of issuance. Unless otherwise provided in Purchase Order, no invoices shall be issued nor 2. Acceptance and Confirmation payments made prior to delivery. Unless This Purchase Order (including all documents freight and other charges are itemized, any attached to or referenced therein) constitutes discount will be taken on the full amount of the entire agreement between the parties, unless invoice. otherwise specifically noted by the COUNTY on c) All shipments of goods scheduled on the the face of this Purchase Order. Each delivery of same day via the same route must be goods and/or services received by the COUNTY consolidated. Each shipping container must from VENDOR shall be deemed to be upon the be consecutively numbered and marked to terms and conditions contained in this Purchase show this Purchase Order number. The Order. container and Purchase Order numbers must be indicated on bill of lading. Packing slips No additional terms may be added and Purchase must show Purchase Order number and Order may not be changed except by written must be included on each package of less instrument executed by the COUNTY. VENDOR than container load (LCL) shipments and/or is deemed to be on notice that the COUNTY with each car load of equipment. The objects to any additional or different terms and COUNTY reserves the right to refuse or conditions contained in any acknowledgment, return any shipment or equipment at invoice or other communication from VENDOR, VENDOR'S expense that is not marked with notwithstanding the COUNTY'S acceptance or Purchase Order numbers. VENDOR agrees payment for any delivery of goods and/or to declare to the carrier the value of any services, or any similar act by VENDOR. shipment made under this Purchase Order and the full invoice value of such shipment. 3. Inspection d) All invoices must contain the Purchase Order All goods and/or services delivered hereunder number and any other specific information as shall be received subject to the COUNTY'S identified on the Purchase Order. Discounts inspection and approval and payment therefore of prompt payment will be computed from the shall not constitute acceptance. All payments are date of receipt of goods or from date of subject to adjustment for shortage or rejection. receipt of invoices, whichever is later. All defective or nonconforming goods will be Payment will be made upon receipt of a returned pursuant to VENDOR'S instruction at proper invoice and in compliance with VENDOR'S expense. Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment To the extent that a purchase order requires a Act," and, pursuant to the Board of County series of performances by VENDOR, the Commissioners Purchasing Policy. COUNTY prospectively reserves the right to cancel the entire remainder of the Purchase 5. Time Is Of the Essence Order if goods and/or services provided early in Time for delivery of goods or performance of the term of the Purchase Order are services under this Purchase Order is of the non-conforming or otherwise rejected by the essence. Failure of VENDOR to meet delivery COUNTY. schedules or deliver within a reasonable time, as interpreted by the COUNTY in its sole judgment, 4. Shipping and Invoices shall entitle the COUNTY to seek all remedies a) All goods are FOB destination and must be available to it at law or in equity. VENDOR suitably packed and prepared to secure the agrees to reimburse the COUNTY for any lowest transportation rates and to comply expenses incurred in enforcing its rights. with all carrier regulations. Risk of loss of VENDOR further agrees that undiscovered any goods sold hereunder shall transfer to delivery of nonconforming goods and/or services the COUNTY at the time and place of is not a waiver of the COUNTY'S right to insist delivery; provided that risk of loss prior to upon further compliance with all specifications. actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. ITB 16-6591 Power Ambulance Stretchers Packet Page-1425- 10 7/12/2016 16.E.7. 6. Changes employees and agents of VENDOR in the The COUNTY may at any time and by written performance of their duties or otherwise), or notice make changes to drawings and damage to property (including property of the specifications, shipping instructions, quantities COUNTY or other persons), which arise out of or and delivery schedules within the general scope are incident to the goods and/or services to be of this Purchase Order. Should any such change provided hereunder. increase or decrease the cost of, or the time required for performance of the Purchase Order, 11. Warranty of Non-Infringement an equitable adjustment in the price and/or VENDOR represents and warrants that all goods delivery schedule will be negotiated by the sold or services performed under this Purchase COUNTY and VENDOR. Notwithstanding the Order are: a) in compliance with applicable laws; foregoing, VENDOR has an affirmative obligation b) do not infringe any patent, trademark, to give notice if the changes will decrease costs. copyright or trade secret; and c) do not constitute Any claims for adjustment by VENDOR must be unfair competition. made within thirty (30) days from the date the change is ordered or within such additional VENDOR shall indemnify and hold harmless the period of time as may be agreed upon by the COUNTY from and against any and all claims, parties. including claims of negligence, costs and expense, including but not limited to attorneys' 7. Warranties fees, which arise from any claim, suit or VENDOR expressly warrants that the goods proceeding alleging that the COUNTY'S use of and/or services covered by this Purchase Order the goods and/or services provided under this will conform to the specifications, drawings, Purchase Order are inconsistent with VENDOR'S samples or other descriptions furnished or representations and warranties in section 11 (a). specified by the COUNTY, and will be of satisfactory material and quality production, free If any claim which arises from VENDOR'S breach from defects and sufficient for the purpose of section 11 (a) has occurred, or is likely to intended. Goods shall be delivered free from any occur, VENDOR may, at the COUNTY'S option, security interest or other lien, encumbrance or procure for the COUNTY the right to continue claim of any third party. These warranties shall using the goods or services, or replace or modify survive inspection, acceptance, passage of title the goods or services so that they become and payment by the COUNTY. non-infringing, (without any material degradation in performance, quality, functionality or additional 8. Statutory Conformity cost to the COUNTY). Goods and services provided pursuant to this Purchase Order, and their production and 12. Insurance Requirements transportation shall conform to all applicable The VENDOR, at its sole expense, shall provide laws, including but not limited to the Occupational commercial insurance of such type and with such Health and Safety Act, the Federal terms and limits as may be reasonably Transportation Act and the Fair Labor Standards associated with the Purchase Order. Providing Act, as well as any law or regulation noted on the and maintaining adequate insurance coverage is face of the Purchase Order. a material obligation of the VENDOR. All insurance policies shall be executed through 9. Advertising insurers authorized or eligible to write policies in No VENDOR providing goods and services to the the State of Florida. COUNTY shall advertise the fact that it has contracted with the COUNTY for goods and/or 13. Compliance with Laws services, or appropriate or make use of the In fulfilling the terms of this Purchase Order, COUNTY'S name or other identifying marks or VENDOR agrees that it will comply with all property without the prior written consent of the federal, state, and local laws, rules, codes, and COUNTY'S Purchasing Department. ordinances that are applicable to the conduct of its business. By way of non-exhaustive example, this shall include the American with Disabilities 10. Indemnification Act and all prohibitions against discrimination on VENDOR shall indemnify and hold harmless the the basis of race, religion, sex creed, national COUNTY from any and all claims, including origin, handicap, marital status, or veterans' claims of negligence, costs and expenses, status. Further, VENDOR acknowledges and including but not limited to attorneys'fees, arising without exception or stipulation shall be fully from, caused by or related to the injury or death responsible for complying with the provisions of of any person (including but not limited to the Immigration Reform and Control Act of 1986 ITB 16-6591 Power Ambulance Stretchers 11 Packet Page -1426- 7/12/2016 16.E.7. as located at 8 U.S.C. 1324, et seq. and 19. General regulations relating thereto, as either may be a) This Purchase Order shall be governed by amended. Failure by the awarded firm(s) to the laws of the State of Florida. The venue comply with the laws referenced herein shall for any action brought to specifically enforce constitute a breach of the award agreement and any of the terms and conditions of this the County shall have the discretion to Purchase Order shall be the Twentieth unilaterally terminate said agreement Judicial Circuit in and for Collier County, immediately. Any breach of this provision may Florida be regarded by the COUNTY as a material and b) Failure of the COUNTY to act immediately in substantial breach of the contract arising from response to a breach of this Purchase Order this Purchase Order. by VENDOR shall not constitute a waiver of breach. Waiver of the COUNTY by any 14. Force Majeure default by VENDOR hereunder shall not be Neither the COUNTY nor VENDOR shall be deemed a waiver of any subsequent default responsible for any delay or failure in by VENDOR. performance resulting from any cause beyond c) All notices under this Purchase Order shall their control, including, but without limitation to be sent to the respective addresses on the war, strikes, civil disturbances and acts of nature. face page by certified mail, return receipt When VENDOR has knowledge of any actual or requested, by overnight courier service, or by potential force majeure or other conditions which personal delivery and will be deemed will delay or threatens to delay timely effective upon receipt. Postage, delivery and performance of this Purchase Order, VENDOR other charges shall be paid by the sender. A shall immediately give notice thereof, including all party may change its address for notice by relevant information with respects to what steps written notice complying with the VENDOR is taking to complete delivery of the requirements of this section. goods and/or services to the COUNTY. d) The Vendor agrees to reimbursement of any travel expenses that may be associated with 15. Assignment this Purchase Order in accordance with VENDOR may not assign this Purchase Order, Florida Statute Chapter 112.061, Per Diem nor any money due or to become due without the and Travel Expenses for Public Officers, prior written consent of the COUNTY. Any employees and authorized persons. assignment made without such consent shall be e) In the event of any conflict between or deemed void. among the terms of any Contract Documents related to this Purchase Order, the terms of 16. Taxes the Contract Documents shall take Goods and services procured subject to this precedence over the terms of the Purchase Purchase Order are exempt from Florida sales Order. To the extent any terms and /or and use tax on real property, transient rental conditions of this Purchase Order duplicate property rented, tangible personal purchased or or overlap the Terms and Conditions of the rented, or services purchased (Florida Statutes, Contract Documents, the provisions of the Chapter 212), and from federal excise tax. Terms and/or Conditions that are most favorable to the County and/or provide the 17. Annual Appropriations greatest protection to the County shall The COUNTY'S performance and obligation to govern. pay under this Purchase Order shall be contingent upon an annual appropriation of funds. 18. Termination This Purchase Order may be terminated at any time by the COUNTY upon 30 days prior written notice to the VENDOR. This Purchase Order may be terminated immediately by the COUNTY for breach by VENDOR of the terms and conditions of this Purchase Order, provided that COUNTY has provided VENDOR with notice of such breach and VENDOR has failed to cure within 10 days of receipt of such notice. ITB 16-6591 Power Ambulance Stretchers 12 Packet Page -1427- 7/12/2016 16.E.7. Exhibit IV: Additional ITB Terms and Conditions 1. Additional Items and/or Services Additional items and/or services may be added to the resultant contract, or purchase order, in compliance with the purchasing ordinance. 2. Conflict of Interest Vendor shall provide a list of any businesses and/or organizations to which the firm has any affiliation or obligations within the past five (5) years; whether paid or donated, which could be construed by the County as a conflict of interest. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 3. Contractor Performance Evaluation Collier County has implemented a Contractor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, Contractors will be evaluated on their performance upon completion/termination of agreement. 5. Deductions for Non-Performance The County reserves the right to deduct a portion of any invoice for goods not delivered, or services not performed in accordance with requirements, including required timeframe. The County may also deduct, or chargeback the Contractor the costs necessary to correct the deficiencies directly related to the Contractor's non-performance. 6. Offer Extended to Other Governmental Entities Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful Contractor. 7. Environmental Health and Safety All Contractors and Sub Contractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Contractors and Sub Contractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes. Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right-of-way for the purpose of inspection of any Contractor's work operations. This provision is non-negotiable by any department and/or Contractor. 8. Public Records Compliance The Contractor agrees to comply with the Florida Public Records Law Chapter 119 (including specifically those contractual requirements at F.S. § 119.0701(2) (a)-(d) and (3)), ordinances, codes, rules, regulations and requirements of any governmental agencies. ITB 16-6591 Power Ambulance Stretchers Packet Page-1428- 13 7/12/2016 16.E.7. 9. Standards of Conduct The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 10. Licenses The Contractor is required to possess the correct professional and other licenses, and any other authorizations necessary to perform the required work pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of all the required licenses must be submitted with the bid response indicating that the entity bidding, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the ITB documents. Failure on the part of any Contractor to supply this documentation with their bid response may be grounds for deeming Contractor non-responsive. A Contractor with an office within Collier County is required to have an occupational license. All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license/registration will need to be renewed thereafter to remain "active" in Collier County. Questions regarding professional licenses should be directed to Contractor Licensing, Community Development and Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions regarding required Business Tax Receipt (formerly known as Occupational Licenses) should be directed to the Tax Collector's Office at (239) 252-2477. 11. Protection of Property The Contractor shall ensure that the service is performed in such manner as to not damage any property. In the event damage occurs to any property as a direct result of the Contractor or their Sub Contractor in the performance of the required service, the Contractor shall repair/replace, to the County's satisfaction, damaged property at no additional cost to the County. If the damage caused by the Contractor or their Sub Contractor has to be repaired/replaced by the County, the cost of such work will be deducted from the monies due the Contractor. The County's project manager, shall coordinate with the Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. 12. Prohibition of Gifts to County Employees No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 13. Invoice and Payments The County's project manager reserves the right to establish any one, or a combination of, these ITB 16-6591 Power Ambulance Stretchers Packet Page-1429- 14 7/12/2016 16.E.7. industry practices for contracts or purchase orders: Lump Sum (Fixed Price): a firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. Unit Price: the County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification required). Payments are made in accordance with the established practices above and Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Contractor's invoices must include: • Purchase Order Number • Description and quantities of the goods or services provided per instructions on the County's purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk's Finance Department ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 Or emailed to: bccapclerk(a�collierclerk.com. Collier County, in its sole discretion, will determine the method of payment for goods and/or services as part of this agreement. Payment methods include: • Traditional — payment by check, wire transfer or other cash equivalent. • Standard — payment by purchasing card. Collier County's Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County's credit card for transactions relating to this solicitation. The County will entertain bids clearly stating pricing for standard payment methods. An additional separate discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an "Additional Cash Discount." Upon execution of the Contract and completion of each month's work, payment requests may be submitted to the Project Manager on a monthly basis by the Contractor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices must be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager. Payments will be made for articles and/or services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of"laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. ITB 16-6591 Power Ambulance Stretchers Packet Page-1430- 15 7/12/2016 16.E.7. In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the contractor for services performed of for materials delivered in association with a contract. Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the "Local Government Prompt Payment Act." Collier County reserves the right to withhold and/or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. 14. Survivability The Contractor agrees that any Purchase Order that extends beyond the expiration date of the original Solicitation 16-6591 will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Purchase Order. 15. Insurance Requirements The Contractor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in Attachment 3 of this solicitation. The Contractor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Contractor waive against each other and the County's separate Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Contractor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Contractors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining, its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." The General Liability Policy provided by Contractor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Contractor under this solicitation and shall contain a severability of interests' provisions. Collier County Board of County Commissioners shall be named as the Certificate Holder. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida The amounts and types of insurance coverage shall conform to the minimum requirements set forth in Attachment 6, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Contractor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Contractor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Contractor's sole responsibility. ITB 16-6591 Power Ambulance Stretchers Packet Page -1431- 16 7/12/2016 16.E.7. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Contractor and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Contractor. The Contractor shall also notify the County, in a like manner, within twenty-four(24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Contractor from its insurer and nothing contained herein shall relieve Contractor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Contractor hereunder, Contractor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Contractor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Contractor for such coverage(s) purchased. If Contractor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Contractor under this Agreement or any other agreement between the County and Contractor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Contractor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Contractor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 16. Immigration Law Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet- based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Contractors are also required to provide the Collier County Purchasing Department an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Bidder does not comply with providing both the acceptable E-Verify evidence and the executed affidavit the bidder's proposal may be deemed non-responsive. ITB 16-6591 Power Ambulance Stretchers Packet Page-1432- 17 7/12/2016 16.E.7. Additionally, Contractors shall require all subcontracted Contractors to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.qov/E-Verify. It shall be the Contractor's responsibility to familiarize themselves with all rules and regulations governing this program. Contractor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 17. Debris Contractor shall be responsible for the removal and disposal of all debris from the site and the cleaning of the affected areas. Contractor shall keep the premises free of debris and unusable materials resulting from their work and as work progresses; or upon the request of the County's representative, shall remove and dispose such debris and materials from the property. The Contractor shall leave all affected areas as they were prior to beginning work. 18. Grant Compliance The purchase of any goods and/or services that are funded through Federal Grant Appropriations, the State of Florida, or any other public or private foundations shall be subject to the compliance and reporting requirements of the granting agency. 19. Equipment All County-purchased equipment must be new and of current manufacture in production at the time of bid opening, and carry industry standard warranties. At the time of delivery, at least two (2) complete shop repair manuals and parts lists must be furnished with each type of equipment. Contractor must service all equipment prior to delivery and/or acceptance by the County. The scope of these specifications is to ensure the delivery of a complete unit ready for operation. Omission of any essential detail from these specifications does not relieve the Contractor from furnishing a complete unit. ITB 16-6591 Power Ambulance Stretchers Packet Page -1433- 18 7/12/2016 16.E.7. Coter County Administrative Services Department Procurement Services Division Attachment 1: Contractor's Non-Response Statement The sole intent of the Collier County Purchasing Department is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons why prospective Contractors did not wish to respond to this ITB. If your firm is not responding to this ITB, please indicate the reason(s) by checking any appropriate item(s) listed below and return this form via email or fax to the Procurement Strategist listed on the first page or mail to: Collier County Purchasing Department, 3301 Tamiami Trail East, Naples, Florida 34112. We are not responding to this ITB for the following reason(s): Solicitation: ITB 16-6591 Power Ambulance Stretchers ❑ Services requested not available through our company. ❑ Our firm could not meet specifications/scope of work. ❑ Specifications/scope of work not clearly understood (too vague, rigid, etc.) ❑ Project is too small. ❑ Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address: • Other reason(s): Firm's Complete Legal Name Address City, State, Zip Telephone Number FAX Number Signature/Title Type Name of Signature Date: ITB 16-6591 Power Ambulance Stretchers Packet Page -1434- 19 7/12/2016 16.E.7. Collier co14.14ty Administrative Services Department Procurement Services Dmson Attachment 2: Contractor's Check List IMPORTANT: THIS SHEET MUST BE SIGNED BY CONTRACTOR. Please read carefully, sign in the spaces indicated and return with bid. Contractor should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. The payment terms have been indicated. 5. All granting agency requirements have been met including submittal of required forms. 6. Any required drawings, qrant forms, descriptive literature, etc. have been included. 7. Any delivery information required is included. 8. If required, the amount of bid bond has been checked, and the bid bond or cashiers check has been included. 9. Addendum have been signed and included, if applicable. 10. Copy of Internet certification that the Contractor is not on the Federal Excluded Parties List System at: www.sam.qov. 11. Immigration Affidavit and a copy of the company's E-Verify profile page or memorandum of understanding. 12. Copies of licenses, equipment lists, subcontractors or any other information as noted in this ITB. 13. The mailing envelope must be addressed to: Procurement Director Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 The mailing envelope must be sealed and marked with: • Solicitation: ITB 16-6591 Power Ambulance Stretchers • Opening Date 14. The bid will be mailed or delivered in time to be received no later than the specified opening date and time. (Otherwise bid cannot be considered.) 15. If submitting a manual bid, include any addenda (initialed and dated noting understanding and receipt). If submitting bid electronically, bidder will need to download all related documents on www.colliergov.net/bid. The system will date and time stamp when the addendum files were downloaded. ALL COURIER DELIVERED BIDS MUST HAVE THE BID NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Company Name Signature &Title Date ITB 16-6591 Power Ambulance Stretchers Packet Page-1435- 20 7/12/2016 16.E.7. Cotter County Administrative Services Department Procurement Services Division Attachment 3: Contractor Response Form FROM: Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: Solicitation: ITB 16-6591 Power Ambulance Stretchers Dear Commissioners: The undersigned, as Contractor, hereby declares that the specifications have been fully examined and the Contractor is fully informed in regard to all conditions pertaining to the work to be performed for as per the scope of work. The Contractor further declares that the only persons, company or parties interested in this Bid or the Contract to be entered into as principals are named herein; that this Bid is made without connection with any other person, company or companies submitting a Bid; and it is all respects fair and in good faith, without collusion or fraud. The Contractor proposes and agrees if this bid is accepted, to comply with the requirements in full and in accordance with the terms, conditions and specifications denoted herein. The Contractor agrees to provide the following. *** SEE FOLLOWING PAGES * ** Any discounts or terms must be shown on the Bid Response Form. Such discounts, if any, will be considered and computed in the tabulation of the bids. In no instance should terms for less than fifteen (15) days payment be offered. Prompt Payment Terms: % Days; Net_ Days Bid Response Form is electronic. Please input your prices online. Bid Schedule provided in separate file. Note: If you choose to bid manually, please submit an ORIGINAL and ONE COPY of your bid response pages on a compact disk. The undersigned do agree that should this Bid be accepted, to execute a formal contract, if required, and present the formal contract to the County Procurement Director for approval within fifteen (15) days after being notified of an award. ITB 16-6591 Power Ambulance Stretchers Packet Page -1436- 21 7/12/2016 16.E.7. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of , 2016 in the County of , in the State of Firm's Complete Legal Name Firm's Dun and Bradstreet Number(DUNS) (Found at www.dnb.com) CCR#or CAGE Code (Found at www.ccr.gov) Florida Certificate of Authority Document Number (http://www.sunbiz.orq) Federal Tax Identification Number Address City, State,Zip Telephone Number FAX Number Check one of the following: ❑ Sole Proprietorship ❑ Corp or P.A. State of ❑ Limited Partnership ❑ General Partnership Signature/Title Type Name of Signature Date **************************************************************************************************** Additional Contact Information Send Payments To: (REQUIRED ONLY if different from above) Firm's Complete Legal Name Address City, State, Zip Contact Name Telephone Number FAX Number Email Address ITB 16-6591 Power Ambulance Stretchers Packet Page-1437- 22 7/12/2016 16.E.7. Cofer County Administrative Services Department Procurement Services Division Attachment 4: Immigration Law Affidavit Certification Solicitation#and Title : ITB 16-6591 Power Ambulance Stretchers This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program, may deem the Bidder's proposal as non-responsive. Collier County will not intentionally award County contracts to any Contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act("INA"). Collier 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 termination of the contract by Collier County. Contractor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Bidder's proposal. Company Name Print Name Title Signature Date State of County of The foregoing instrument was signed and acknowledged before me this day of , 20_, by who has produced as identification. (Print or Type Name) (Type of Identification and Number) Notary Public Signature Printed Name of Notary Public 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. ITB 16-6591 Power Ambulance Stretchers Packet Page -1438- 23 7/12/2016 16.E.7. Cofer County Administrative Services Department Procurement Services Division Attachment 5: Contractor Substitute W—9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name (as shown on income tax return) Business Name (if different from taxpayer name) Address City, State,Zip Telephone FAX Email Order Information Remit/Payment Information Address Address City State Zip City State Zip FAX FAX Email Email 2. Company Status (check only one) Individual/Sole Proprietor Corporation _Partnership Tax Exempt(Federal income tax-exempt entity Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c)3) Enter the tax classification (D=Disregarded Entity, C=Corporation, P=Partnership) 3. Taxpayer Identification Number(for tax reporting purposes only) Federal Tax Identification Number(TIN) (Contractors who do not have a TIN,will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification: Under penalties of perjury, 1 certify that the information shown on this form is correct to my knowledge. Signature Date Title Phone Number ITB 16-6591 Power Ambulance Stretchers Packet Page-1439- 24 7/12/2016 16.E.7. Gofer County Administrative Services Department Procurement Services Division Attachment 6: Insurance and Bonding Requirements Insurance/Bond Type Required Limits 1. ®Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $500.000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability(Occurrence Form) patterned after the current $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the Contractor shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys'fees and paralegals'fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. 4. ❑ Automobile Liability $ Each Occurrence; Bodily Injury& Property Damage, Owned/Non-owned/Hired; Automobile Included 5. ❑ Other insurance as ❑Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act)shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ Per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence [' Employee Dishonesty/Crime $ Per Occurrence Including Employee Theft, Funds Transfer Fraud, Include a Joint Loss Payee endorsement naming Collier County. ITB 16-6591 Power Ambulance Stretchers 25 Packet Page -1440- 7/12/2016 16.E.7. 6. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5%of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ❑ Performance and For projects in excess of$200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as"A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5%of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Contractor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Contractor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as "ADDITIONAL INSURED"on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 11. ® Thirty(30) Days Cancellation Notice required. Contractor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5)days of the award of this solicitation. Name of Firm Date Contractor Signature Print Name Insurance Agency Agent Name Telephone Number ITB 16-6591 Power Ambulance Stretchers 26 Packet Page-1441- 7/12/2016 16.E.7. Attachment 7: Technical Specifications The County reserves the right to deem a firms bid non-responsive if specifications are not met. The firm's submitted power stretcher product should meet or exceed the following: Please check appropriate "yes" or "no" box below: Requirements Yes No Power operated stretcher with manual override backup mechanism 1 Multiple stretcher height positions 2 Back rest section to provide multiple positions to accommodate patient's back 3 and support needs Color coded/user friendly controls 4 Battery Pack power level indicator 5 Easy access and replacement of battery 6 No Battery life requirements 7 Preventive Maintenance indicator 8 Standard battery charging/power system 9 10 Standard safety/warranty features(safety hook, frame guards) Ergonomic design and ease of operation 11 Ergonomic control panel and quick undercarriage retraction 12 Maneuverability over various terrains, heavy duty, oversized wheel 13 design Upgrade options (wheel locks, equipment carrying adjuncts) 14 Lift-bar design to accommodate operators of different stature 15 Multi-stage IV pole 16 Storage 17 Standard Warranty (Insert number of months or years: 18 *Submit brochure and detailed specs with bid package. 19 ITB 16-6591 Power Ambulance Stretchers 27 Packet Page-1442- 7/12/2016 16.E.7. Exhibit A: Granting Agency Requirements ITB 16-6591 Power Ambulance Stretchers 28 Packet Page -1443- 7/12/2016 16.E.7. Exhibit A Supplemental General Grant Terms and Conditions CSFA 65.003 The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract, the Supplemental Conditions shall govern. Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be forwarded to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractors is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. Packet Page-1444- 7/12/2016 16.E.7. Exhibit A Supplemental General Grant Terms and Conditions CSFA 65.003 1. Conflict of Interest - This Contract/Work Order is subject to chapter 112, F.S. The vendor shall disclose the name of any officer, director, employee, or other agent who is also an employee of the State. Grantee shall also disclose the name of any State employee who owns, directly or indirectly, more than a five percent (5%) interest in the Contractor's company or its affiliates. 2. Convicted Vendors — Vendor shall disclose if they are on the convicted vendor list. A person or affiliate placed on the convicted vendor list following a conviction for a public entity crime is prohibited from doing any of the activities as defined by the Florida Department of Management Services for a period of thirty-six (36) months from the date of being placed on the convicted vendor list. 3. Discriminatory Vendors — Contractor shall disclose if they appear on the discriminatory vendor list. An entity or affiliate placed on the discriminatory vendor list pursuant to section 287.134, F.S. may not: 1) Submit a bid on an agreement to provide any goods or services to a public entity; 2) Submit a bid on an agreement with a public entity for the construction or repair of a public building or public work; 3)Submit bids on leases of real property to a public entity; or 4) Be awarded or perform work as a consultant under an agreement with any public entity; or transact business with any public entity. 4. Employment Eligibility Verification - Executive Order 11-116, signed May 27, 2011, by the Governor of Florida, requires contracts to utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the vendor during the Contract/Work Order term and include in all subcontracts under this Contract/Work Order, the requirement that subcontractors performing work or providing services pursuant to this Agreement utilize the E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the term of the subcontract. 5. Lobbying - No funds received pursuant to this Agreement may be expended for lobbying the State Legislature, the judicial branch, or a state agency. 6. Record Retention The contractor shall maintain and retain sufficient records demonstrating its compliance with the terms of the Agreement for a period of at least five (5) years after final payment is made and shall allow the County, FDOT, or its designee's access to such records upon request. 7. Disadvantaged Businesses Enterprise -Vendors shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. Vendors shall make a good faith effort to assure that registered disadvantaged business enterprises are used as sources of supplies, equipment, construction, and services as much as possible. Each vendor shall identify the anticipated level of participation by DBE's in the project and report its actual DBE participation (if any)." The offeror will be required to report its DBE participation obtained through race-neutral means throughout the period of performance and required to convey all changes in anticipated levels of participation to the County in a timely manner. The vendor is required to pay its DBE subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the vendor's receipt of payment for that work from Collier County. In addition, the vendor is required to return any retainage payments to those subcontractors within thirty (30) days after the subcontractor's work related to this contract is satisfactorily completed. The vendor must promptly notify Collier County, whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The vendor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of Collier County. Packet Page-1445- 7/12/2016 16.E.7. Exhibit B: Granting Agency Forms (Submit with Bid Package) ITB 16-6591 Power Ambulance Stretchers 29 Packet Page -1446- 7/12/2016 16.E.7. COLLIER COUNTY Vendor Submittal —Conflict of Interest Certification Collier County Solicitation No. , hereby certify that to the best of my knowledge, neither I nor my spouse, dependent child, general partner, or any organization for which I am serving as an officer, director, trustee, general partner or employee, or any person or organization with whom I am negotiating or have an arrangement concerning prospective employment has a financial interest in this matter. I further certify to the best of my knowledge that this matter will not affect the financial interests of any member of my household. Also, to the best of my knowledge, no member of my household; no relative with whom I have a close relationship; no one with whom my spouse, parent or dependent child has or seeks employment; and no organization with which I am seeking a business relationship nor which I now serve actively or have served within the last year are parties or represent a party to the matter. I also acknowledge my responsibility to disclose the acquisition of any financial or personal interest as described above that would be affected by the matter, and to disclose any interest I, or anyone noted above, has in any person or organization that does become involved in, or is affected at a later date by, the conduct of this matter. Name Signature Position Date Privacy Act Statement Title I of the Ethics in Government Act of 1978 (5 U.S.C. App.), Executive Order 12674 and 5 CFR Part 2634, Subpart I require the reporting of this information. The primary use of the information on this form is for review by officials of The Justice Department to determine compliance with applicable federal conflict of interest laws and regulations. Additional disclosures of the information on this report may be made: (1)to a federal, state or local law enforcement agency if the Justice Department becomes aware of a violation or potential violation of law or regulations; (2) to a court or party in a court or federal administrative proceeding if the government is a party or in order to comply with a judge-issued subpoena; (3) to a source when necessary to obtain information relevant to a conflict of interest investigation or decision; (4)to the National Archives and Records Administration or the General Services Administration in records management inspections; (5) to the Office of Management and Budget during legislative coordination on private relief legislation; and (6) in response to a request for discovery or for the appearance of a witness in a judicial or administrative proceeding, if the information is relevant to the subject matter. This confidential certification will not be disclosed to any requesting person unless authorized by law. See also the OGE/GOVT-2 executive branch-wide Privacy Act system of records. Packet Page-1447- 7/12/2016 16.E.7. COLLIER COUNTY Certification Regarding Lobbying The undersigned (Vendor/ Contractor) certifies, to the best of his or her knowledge and belief, that: (1) No State appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a member of the Legislature, an officer or employee of the judicial branch, or an employee of a State agency in connection with the awarding of any State contract, the making of any State grant, the making of any State loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any State contract, grant, loan, or cooperative agreement. (2) No grantee, nor its persons or affiliates, may employ any person or organization with funds received pursuant to any State agreement for the purpose of lobbying the Legislature, the judicial branch, or a State agency. The purpose of lobbying includes, but is not limited to, salaries, travel expenses and per diem, the cost for advertising, including production costs; postage; entertainment; and telephone and telegraph; and association dues. The provisions of this paragraph supplement the provisions of section 11.062, Florida Statutes, which is incorporated by reference into this solicitation, purchase order or contract. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. The Vendor/Contractor, , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 11.062, Florida Statutes., apply to this certification and disclosure, if any. Name of Authorized Official Title Signature of Vendor/Contractor's Authorized Official Date 02/15 R3 Packet Page -1448- 7/12/2016 16.E.7. COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY, WOMEN OR VETERAN PARTICIPATION STATEMENT Status will be verified. Unverifable statuses will require the PRIME to either proivde a revised statement or provide source documentation that validates a status. A. PRIME VENDOR/CONTRACTOR INFORMATION .. PRIME NAME PRIME FEID NUMBER CONTRACT DOLLAR AMOUNT IS THE PRIME A FLORIDA-CERTIFIED DISADVANTAGED, IS THE ACTIVITY OF THIS CONTRACT... MINORITY OR WOMEN BUSINESS ENTERPRISE? DBE? Y N CONSTRUCTION? Y N (DBE/MBE/WBE) OR HAVE A SMALL DISADVANTAGED BUSINESS 8A CERTIFICATION FROM THE SMALL BUSINESS MBE? Y N CONSULTATION? Y N ADMINISTRATION? A SERVICE DISABLED VETERAN? WBE? Y N OTHER? Y N SDB 8A? Y N IS THIS SUBMISSION A REVISION? Y N IF YES,REVISION NUMBER B. IF PRIME HAS SUBCONTRACTOR OR SUPPLIER WHO IS A DISADVANTAGED MINORITY,WOMEN-OWNED,,SMALL`, BUSINESS CONCERN OR.SERVICE DISABLED VETERAN,PRIME IS TO,COMPLETE THIS NEXT SECTION DBE M/WBE SUBCONTRACTOR OR SUPPLIER TYPE OF WORK OR ETHNICITY CODE SUB/SUPPLIER PERCENT OF CONTRACT VETERAN NAME SPECIALTY (See Below) DOLLAR AMOUNT DOLLARS TOTALS: C. SECTION TO BE COMPLETED BY PRIME VENDOR/CONTRACTOR NAME OF SUBMITTER DATE TITLE OF SUBMITTER EMAIL ADDRESS OF PRIME(SUBMITTER) TELEPHONE NUMBER FAX NUMBER NOTE: This information is used to track and report anticipated DBE or MBE participation in federally-funded contracts. The anticipated DBE or MBE amount is voluntary and will not become part of the contractual terms. This form must be submitted at time of response to a solicitation. If and when awarded a County contract,the prime will be asked to update the information for the grant compliance files. ETHNICITY CODE Black American BA Hispanic American HA Native American NA Subcont.Asian American SAA Asian-Pacific American APA Non-Minority Women NMW Other:not of any other group listed 0 D. SECTION TO BE COMPLETED BY COLLIER COUNTY DEPARTMENT NAME COLLIER CONTRACT#(IFB/RFP or PO/REQ) GRANT PROGRAM/CONTRACT ACCEPTED BY: DATE Packet Page-1449- PM:Juan Camps ITB 16-6591 Notices: 328 PS: Brenda Brilhart Power Ambulance Stretchers Pkgs Downloaded: 25 Bids: 2 Ferno Washington,Inc. Stryker Sales Corporation Wilmington,Ohio Portage,Michigan Description QTY Unit Price Unit Price** Total** Unit Price** Total** 1 Complete System Stryker Model 6506 Power Pro Ambulance Cot and/or equivalent* 1 EA $ 11,700.00 $ 11,700.00 2 Complete System Stryker Model 6506 Power Pro Ambulance Cot and/or equivalent* 5 EA $ 11,700.00 $ 58,500.00 3 Complete System Stryker Model 6506 Power Pro Ambulance Cot and/or equivalent* 10 EA $ 11,700.00 $ 117,000.00 TOTAL BASE BID $ 187,200.00 *Submit with Bid Package"As Equal or Equivalent"specifications. **Prices include shipping/handling. ALTERNATES 4 Extended Warranty(Insert number of months or years ) 1 LS See Bid 5 Certified Maintenance Training Workshop 1 LS $ 2,665.00 $ 2,665.00 obi 6 EMS Staff Training 1 L5 no charge no charge Options:Submit any accessories available on separate sheet. Bid Documents: Checklist Y Y Immigration Law Affidavit Certification&MOU or Profile Page Y/N Y/N .n W-9 Y Y U'i Q Insurance Y Y SAM Y N Attachment 7-Technical Specs Y Y Granting Agency Forms: Conflict of Interest Y Y Certification Regarding Lobbying Y Y Anticipated DBE/WBE or Veteran Participation Statement Y Y Brenda Brilhart,Procurement Strategist Camille Shim-Marinos,Witness N O O O Ill Power-PRO XT stryker 7/12/2016 16.E.7. powered am oulance cot EMS Equipment Reduce the riskof injuries r x I when raising and lowering %' 3800 E.Centre Ave. Portage,MI 49002 U.S.A. t:269 329 2100 f:866 795 2233 06)1t43H: • toll free:800 327 0770 R1i www.ems.stryker.com Standard Features Specifications •Automatic in-cot fastener shut-off Model Number 6506 •Manual back-up release handle Height'(infinite height positioning between lowest and highest position) •Automatic high-speed retract Highest Position 41.5 in (105 cm) •Battery-powered hydraulic lift system Lowest Position 14 in (36 cm) •Preventative maintenance hour meter Length •Battery pack power level indicator Standard 81 in (206 cm) •Settable load height with jog function Minimum 63 in (160 cin) •Color-coded controls Width 23 in (58 cm) •High visibility powder-coated frame Weight: 1251b(57 kg) Wheels •Lightweight,rugged aluminum construction _Diameter 6 in (15 cm) •Scientifically optimized lift bar and Width 2 in (5 cm) control design Articulation •Lower lifting bar Backrest 0—73° _ •Lift-capable safety bar Shock Position +15° •Integrated bumper system -...-- g P ) Optional Knee Gatch 30 •Retractable head section Maximum Weight Capacity' 700 lb (318 kg) •Floor-mounted safety hook Minimum Operator Required •One-hand release,fold down side rails Occupied Cot 2 •One-hand release,infinite positioning, Unoccupied Cot 1 pneumatically assisted backrest Recommended Fastener System •Oversized wheels with sealed caster and Power-LOAD" Model 6390 wheel bearings Floor Mount Model 6370 or 6377 •G-rated bolster mattress Wall Mount Model 6371 •Shock or flat leg positioning Recommended Loading Height' Up to 36 in (91 cm) •G-rated restraint package •Built-in pull handle Warranty •X-frame guards •Two-year parts,labor and travel •Power washable •One-year soft goods •SMRT power system •Three-year X-frame components (12V DC,120V AC and 240V AC •Three-year limited powertrain options available) •Lifetime on all welds* Extended warranties available. Optional Features "7-year service life. •Heavy duty two-or three-stage IV poles (patient right or left) 'Height measured from bottom of mattress,at seat section,to ground level. •Permanent or removable OZ bottle holders 'Cot is weighed with one battery pack,without mattress and restraints. (head end,foot end or fowler) '700 lb weight capacity with an unassisted lift capacity of 500 lb(Cot loads over 300 lb(136 kg)may require additional assistance to meet the set cot load height). •Dual wheel locks 'Can accommodate load decks up to 36 in.Load height can be set between 26 in and 36 in. •Head extension Stryker reserves the right to change specifications without notice. •Pillow In-service video included with every order. •Equipment hook The Power-PRO XT is designed to conform to the Federal Specification for the Star-of-Life Ambulance KKK-A-1822. •Backrest storage pouch The Power-PRO XT is designed to be compatible with competitive cot fastener systems. •Head end storage flat The yellow and black color scheme is a proprietary trademark of the Stryker Corporation. •Defibrillator platform Patents pending. •Base storage net •Knee gatch •SMRT charger mounting bracket •Power-LOADTM compatibility " ' L�SMRTJPOwer Certifications copyright©2011 Stryker Ec UL us IPX6 IEC-60601 DDM/RRP 0811 Packet Page-1451- -- Mkt Lit-152Rev F