Loading...
HomeMy WebLinkAbout2000-07-18; City Council; 15823; Award Bid For Emergency Medical SuppliesRECOMMENDED ACTION: Staff recommends Council adopt Resolution No. m- &)a accepting the bid of Emergency Medical Products Inc., and authorizing the execution of a purchase order. I ITEM EXPLANATION The Purchasing Department staff discovered that costs for emergency medical services supply items, used mainly by the City’s Fire Department, regularly exceeded $25,000 per year. Since the expenditure levels for these goods exceeded the level at which formal bids and Council approval is required for purchases, and since competition for the provision of goods usually results in lower prices for identical items, staff issued a request for bid (RFB) for the needed items. Fire Department personnel created a list of 138 items that included estimates of annual usage for each item. In accordance with Section 3.28.120 of the Municipal Code requests for bids were sent to 12 vendors. Five responsive bids were received. All of the bids have a few line items that were “no bids”, (i.e., the vendor declined to submit a bid on the item). To fairly evaluate all bids, any item that any vendor failed to bid on was omitted from all bids. The resulting list contained only items in which every vendor has bid. Using this list, totals were calculated for each vendors bid. These are shown in the table below. Based on the totals, staff recommends the bid be awarded to Emergency Medical Products, Inc. Emergency Medical Products $55028.17 PMX Medical San Dieao $57.653.12 1 MDS Matrix 1 $64.007.75 1 Bound Tree Corporation Progressive Medical $65,236.72 !$65,814.34 I FISCAL IMPACT Funds for emergency medical supplies are included in the annual Fire Department operating budget. I EXHIBITS Resolution No. m0 -a33 Bid From Emergency Medical Products 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION NO. 2000-233 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, ACCEPTING A BID AND AUTHORIZING THE EXECUTION OF A PURCHASE ORDER. WHEREAS, the City of Carlsbad requires emergency medical supplies for its Fire Department; WHEREAS, proper bidding procedures have resulted in the receipt of bids from qualified vendors; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad as follows 1. The bid of Emergency Medical Products Inc., 1711 Paramount Court, Waukesha WI 53186, a copy of which is attached hereto, is hereby accepted and will be active for the period of one year with the option for the City Manager to renew for four additional one-year periods, with revised contract prices set by mutual agreement. 2. The Purchasing Officer is hereby authorized and directed to issue a purchase order to this vendor for emergency medical supplies. PASSED, APPROVED, AND ADOPTED at a regular meeting of the City Council of the City of Carlsbad held on the 18th day Of JU~V , 2000, by the following vote to wit: AYES: Council Members Lewis, Hall, Finnila, Nygaard and NOES: None ABSENT: None AI-l-EST: r\ (SEAL) City of Carlsbad May 23,200O REQUEST FOR BID BID NO. 17 DATE DUE: JUNE 8,200O 11:00AM FOR: EMERGENCY MEDICAL SERVICES SUPPLIES The City of Carlsbad is requesting bids for supplies for our emergency medical services operation per the attached specifications and conditions. Your bid must be submitted on this and the attached forms and on the documents you are requested to provide. Additional documentation may be attached if desired. Please review the entire bid package before submitting your bid. Incomplete submissions may be rejected as non- responsive. Our goal is to have the successful contractor providing goods beginning July 1,200O. When the bid responses are opened, they will be sorted by cost. The responsiveness of the bid and the ability of the lowest bidder to provide the required services will be evaluated. If it is determined that this bidder has not responded and/or cannot perform satisfactorily, the next highest bidder will undergo evaluation. Bid evaluation will continue in this manner until a satisfactory contractor is found. The bid will be awarded for a one-year period, with the option to renew for two additional one-year periods. Price changes in option years will be determined after negotiations and mutual agreement. Manufacturers’ price increases shall be the only acceptable justification for requested price increases and must be evidenced by manufacturer invoices. The City reserves the right to reject any or all bids or any part of the bid, to waive minor defects or technicalities, or to solicit new bids on the same project or a modified project. No “guarantee of good faith” will be required for this bid.: No preibid conference will be held. No bond will be required. A City business will be required of the successful bidder. Please read the attached special provisions and general provisions carefully, they are part of your bid. (continued, next page) 3 1635 Faraday Avenue - Carlsbad, CA 92008-7314 l (760) 602-2460 - FAX (760) 602-8556 a9 - PUBLIC AGENCY CLAUSE It is intended that any other public agency (i.e., city, district, public authority, public agency, municipal utility and other political subdivision or public corporation of California) located in the State of California shall have the option to participate in any award made as a result of this solicitation for a period of ninety (90) days after award of the bid. The City of Cartsbad shall incur no financial responsibility in connection with purchase by another public agency. The public agency shall accept sole responsibility for placing order or payments to the vendor. This option shall not be considered in bid evaluation. Indicate below whether said option is or is not granted. Yes No Please direct questions about the item specifications to Mike Lopez at 760-212-2569. Please direct questions about the bid process in general to Kevin Davis, Purchasing Department, at 760-602-2466. Fax Number (339558 - /m GUARANTEE OF GOOD FAITH REQUIRED: $ NONE (FAILURE TO SUBMlT GUARANTEE OF GOOD FAITH, WHEN REQUIRED, WILL VOID THE QUOTE. SEE ITEM 3, PAGE 2, GENERAL PROVISIONS. Title VP/FM I Date f4.d Area Code/Phone -x32? -4tz70 A THE CITY OF CARLSBAD ENCOURAGES THE PARTlClPATlON OF MINORtTY- AND WOMEN-OWNED BUSINESSES. OPENED, WITNESSED ARD RECORDED: Y 1. 2. 3. 4. 5. 6. 7. a. 9. SPECIAL PROVISIONS FOR BID NUMBER 17 When in conflict, these special provisions will supercede the attached general provisions. Delivery points will be within the City of Carlsbad. Delivery times will be during normal business hours (8:00 AM until 500 PM) Monday through Friday, except for City holidays. There will be no minimum order imposed on the City. The amounts on the attached bid lists are estimates based on actual annual historical usage but are not binding. Quantities ordered may differ. Delivery of items will be made to the City within five (5) business days after receipt of order. An order is considered received when a vendor staff member is contacted with a request for goods on a business day. Contact shall be, but is not limited to, receipt of a fax, telephone call, telephone voice mail message, or receipt of an order by regular mail. All deliveries shall be FOB Destination. Delivery, freight and handling charges shall be included in the price of each item. Transit risks shall be borne by the vendor. Bids with item unit prices missing (line item “no bids”) may be considered nonresponsive. For this bid, substitutions will not be accepted for items so indicated. The City requires a fill rate of 99% within 5 business days of receipt of order. Fill rate is defined as the number of items ordered in comparison to the number of items actually received per order. The City may terminate the agreement if the vendor fails to maintain an average fill rate of 99% over any period determined by the City. The City will allow the vendor a 30-day grace period after award of bid prior to implementing the fill rate performance requirement. lO.Vendor shall insure that line item invoicing is 99% accurate. Line item invoicing is mandatory. 11 .The supplies on the attached bid lists support emergency medical operations. Low City inventory levels of these items due to vendor delays in delivery are not acceptable. Therefore, for agreement items ordered by the City and not received by the City within 5 business days, the vendor agrees to reimburse the City by way of a credit for the difference between an item’s agreement price and the price paid by the City from another source to acquire the item. ’ MEDICAL REUSEABLE EQUIPMEN- EMERGENCY MEOJCAL f’Rg&JCTS IN company 1711 PARAMOUNT Cril#jT WAUKESHA, WI 53186 CARLSBAD FIRE DEPARTMENT EMS SUPPLY BID Medical Reuseable Equipment PRICES AS OF July 1.2000 TO June 30.2001 All items shall be non-latex and meet all Cal Osha reauriements QTY 2 2 2 2 2 2 30 10 4 I 2 1 UNIT DESCRIPTION UNIT PRICE 130 &a f Y62/ Rusch laryngoscope handles, adult EACH & pedlatric. NO SUBSTITUTES 430 Rusch Miller blades for above; Size EACH I- 4 as needed fl&OO - dW9 /?30 Rusch Macintosh Blades for above; EACH Size I- 4 as needed 8601 - 8604 it! 3 J?30 Rusch bulbs for Macintosch or Miller EACH blades, small or large 6+B6# !*t %~3 /. 0.7 /IQ Magill Forceps, Size - child and EACH adult %?i&7 f ?2750 @z a E/d% Pulse Oximeter, hand held with carry case and finger clip sensor; BCI Model 3301. NO a0 . EACH SUBSTITUTES 3301 +4-f !. 103 I Pulse Oximeter, Infant To& Probe, EACH BCI , NO SUBSTITUTES @= 4 103 Pulse Oximeter, Adult Finger Probe, EACH BCI NOSUBSTITUTES 341/L/ /7f d@ 1.174 2 - piece Backboard straps with swivel speed clip ends. 3’ Nylon EACH with Metal Push Button Buckle$lbbll’ 7 w - IDENTIFIER SB Series backboard. Yellow 72” x 16” x 2-l/4”, with pins. ! “’ Name molded on back, “CARLSBAD FIRE DEPT. 931- EACH 2114” NO SUBSTITUTES $/%P p. r7q FEW@ Two ;;;;I)T straps. EACH Orange R mJ n aa. Pediatric lmmobiliaztion Board; Life ~ Hartwell Medical Combie Carriers n .,,* (Fern0 Kendrick Extrication Device 1 color coded securing 0 SUBSTITUTES //Hi TOTALS /57. O0 /5-z. %? ‘MEDICAL REUSEABLE EQUlPMENl EMERGENCY MEOtCAL PRODUCTS II Company 1711 PARAMOUNT COURT -. UNIT PRICE /5%. 90 # QTY WI 53186 DESCRlPTlON Sager 301 traction splint; one size fits all; basic set. NO SUB$TlTUTES S-301 UNIT f?m EACH 15 1 AD-/Q0 Standard Fracture Pak; contains full adult leg, full adult arm, full child leg, full child arm, shoulder/clavicle and regular Stifi-reck; carrying case with carry strap, RigRu4ra)r62$88 O/E. Trauma Drug Box, orange, PLAN0 747M . 7V7M Folding stair chair with four non-slip handles, two large rear wheels, locking safety latch, quick release chest/lap/leg restraints, vinyl coated nylon staphchek fabric seat. FERN0 Model 42. NO SUBSTITUTES t/2 p, 19s KIT p, 277 EACH ?2%9 EACH /.b. 89 16 73.60 18 16. /6 Cruiser Mate; clipboard on a box w/2 storage compartments: firm writing space, rugged clip, & storage space; size 8-l 12” x 14”. cfi 851’1 Sphygmomoanometers; all componet parts made of durable Non-Latex materials for long lasting use; guage with no pin stop; size p.235 EACH P./O? EACH 009 EACH r4w EACH 19 4 infant. Sphygmomoanometers; all componet parts made of durable Non-Latex materials for long lasting tise; guage with no pin stop; size child. /L//D -15 /7.63 Sphygmomoanometers; all :omponet parts made of durable Van-Latex materials for long lasting Jse; guage with no pin stop; size adult. /c//o - 11 Sphygmomoanometers; all :omponet parts made of durable \lon-Latex materials for long lasting Jse; guage with no pin stop; size lame adult. /(//b -/L Sphygmomoanometers; alI componet parts made of durable Non-Latex materials for long lasting use; guage with no pin stop; size thigh. /(//o-i3 Sprague-Rappaport style 4/@20 stethoscope; extra heavy tubing and accessories. NO SUBSTITUTES / 73. 70 1737 /?I@? EACH 22.347’ 23 24 92. f? 27.63 t?@f EACH h EACH 25 5 7 EMERGENCY MEDICAL PRODUCTS INL - UNIT PRICE Company 1711 PARAMOUNT TOTALS MEDICAL REUSEABLE EQUIPMEN. # QTY 10 f?ffP I /37 Para-med sissors designed to cut seat belts, blankets, canvas, & such heavy items; blunt ended, serrated EACH edaes. cold famed stainless steel. t/42 Ring cutter; durable; w/replaceable EACH blades. Beaver 4100 &?*Q Child restraint seat Responder j1z3/ llnflatable Pedi-sea; EPR., NO EACH SUBSTITUTES. 49 70 S-Scort “Ten” 2100s portable /. /a 26 27 8 cm70 28 1 suction with charging/retention shelf ~9.5”Hx7”VVx14” L Physio Control patient cable, 90 degree elbow. ##805400-00 each Physio Control LP 12, 5’ Main trunk cable. ##805265-i 8 each Physio Control LP 12,4 wire Limb 1 EACH EACH 2 2 EACH EACH lead cable #805265-03 each Physio Control LP 12, 6 wire Pre 32 33 Cordial cable (12 lead wires) #805265-04 each EACH I Physio Control LP 12. Quick Combo Therapy Cable, #3006570-04 each Am EACH I Physio Control LP 12, Quick Combo EACH Electrodes. #3010188-005 each SUBTOTAL 7.75% Tax GRAND TOTAL MEDICAL DISPOSAL EQUIPMENT EMERGENCY MEolcAl PfmoucT~ Ms COMPm f#mm COURT WAIKESHA WI 53186 CARLSBAD FIRE DEPARTMENT EMS SUPPLY BID Medical Disposable Equipment PRICES AS OF July I, 2000 TO June 30,200l All items shall be non-latex and meet all Cal Osha requriements # cm UNIT DESCRIPTION UNIT PRICE TOTALS P Ped. High Concentration Oxygen Non- fiti’cb 1 2 CcE rebreather Mask 501~s. ~eesen+t+958 &#9 Q ” /of . Ob I?80 RllttD 2 16 CASE Jmf /SAS Adult Nasal Cannulas 501~s %d~W+63 ay?! 16 f? 81 Adult Non-rebreather Mask 5O/cs W&e++ 3 16 CASE c13868 /W/E6 6 vu60 #T 26 7a$f. 16 Adult Disposable Resuscitator Bag Mask, bag f???J reservoir and disposable cuffed mask, G/case. Life Support Products 570-040. NO 4 10 CASE SUBSTITUTES 57D -Q/D g5-l qfw7 . Child Disposable Resuscitator Bag Mask, bag /7V reservoir and disposable cuffed mask, 61~s. Life Support Products 570-I 00, NO a* 78 5 2 CASE SUBSTITUTES 574 H/m- j[?, 5s Infant Disposable Resuscitator Bag Mask, bag reservoir and disposable cuffed mask, 61~s. /? 7q Life Support Products 570-200, NO CASE SUBSTITUTES tG* 7f //3.56 6 2 s70 -a0 /!H 02 powered nebulizer, Hudson Model 1883 disposable nebulizer system, NO 00 7 2 CASE SUBSTITUTES 5O/cs 1-83 $4 O* hf. /? P7 Disposable Aerosol Mask only: Adult-Ilb&‘d/lP - 2b. n y/.00 8 2 CASE Pediatriczize 50/ease. P dW’3 - a9. b. 58.00 f? 72 Resuscitator Disposable Mask, size: small, 9 5 BOX medium & Large, 20/Box @6, @BT 888 36.627 /It’. OQ kf5 10 50 EACH EOA Mask Only: each /-3OY 18 7Y 937 00 . p! qf Disposable suction collection canisters. BEMIS System II 1200 cc. NO 11 2 CASE SUBSTITUTES, c;nlr4SF_ y&g f-321// pt +I3 /7L fL6 kt’ Suction tubing; sterile; non-conductive; 12 2 CASE connecting tubing. SO/CASE 5a2Y.5 3B 32 60. St/ Yankuer suction tip with suction control vent, k’t’z for oral suctioning. To be compatable with sterile; non-conductive; connecting tubing. 22 I6 a.34 13 2. CASE 50ICASE. 5wz k43 Suction catheters; sterile w/vacuum breaker; 14 5 EACH size6FR-14FR a/06 - W/U% ’ 39 /5 , 0 4 EMERGENCY MEMCAL PRODUCTS INC _- MEDICAL DISPOSAL EQUIPMENT I a I cm I UNIT IDESCRIPTION coM~$“PARAMOUNT CO1!9T WA- 1 UNIT PRICE t TOTALS . . --. Rusch Nasopharyngeal airways, non-latex #? /I with fixed flange, Size 12FR to 36 Fr, as 15 13 EACH needed. lo/Box /d33/ 2 - 12 3336 195. /fK35 EsophageaVtracheal double lumen airways in hJ roll-up kits, Adult Kendall Combitube 5-18441, and small adult, Kendall-Combitube SA, 5- EACH 16437 <e/&L// .r 5-/.%?7 3l?5 37ffi 16 10 RUSCH GUEDEL oral airways; : Size 1: ,/p Infant 40mm, through Size 6: X-Large Adult 17 6 BOX 1 lomm, WBIW Z&OX &I%55 - J&6( /3. /b ?l 96 / 11 RUSCt%(?iip s&?ttes:~%~~~hild, 18 4 BOX Adult. 2O/Box NO SUBSTITUTES 3L/. 76 /3? J3/ ET Tube without slick stylet, individually #?I2 packaged, sterile, and disposable, with 15mm external connector, uncuffed. Sizes 2.0 to 4.5. M. 31 /Q3* /u 19 10 BOX ?OIbox ///Zt, - //f$fS I! /e ///5.& - ///PO ET Tube without stylet, individually packaged, sterile, and disposable, with 15mm external A?. 63 /B-I 3d 20 10 BOX connector, cuffed. Sizes 5.0 to 9.0. lo/box P.26 Nellcor Easy Cap II end tidal CO2 detector, 21 10 BOX Adult, G/Box 33790 32 9u 5-19. uo k &, Nelcor Pedi-Cap end tidal CO2 detector, 22 5 BOX Pediatric G/Box Jq7?5 Lv* 9Q 259.57 flY5 Meconium Aspirator - P/N 0101, HI-D Big 23 10 EACH Stick &o/ 3138 33, do !. 17 Rusch NASO-GASTRIC (NG) Tubes, with graduated measument marks, 50” long. sizes 24 10 EACH 8 - 18. c?35lw - 235-&w ,63 6.30 rd Thomas endotracheal tube holder (clamp), .zu adult & pediatric, loo/case, NO . 00 do 25 2 CASE SUBSTITUTES ~ysw F oL/)m 491 ’ i9L. (36% /III/o Monitoring electrodes; Conmed Silvon brand Diaphoretic EKG electrodes; 4/package, /566.92 26 8 CASE 40/box; 1200/ease., NO SUBSTITUTES /95: 79 /iv P Defibrillation pads; Conmed; 1 pair/pkg. 27 3 BOX 1OpkgIbox; NO SUBSTITUTES 330 -0f54y 2 f 95 r?6. fL kw9 Physio Control LP 10 & 12 EKG Paper. 28 10 BOX 2/Box(LP12), 3/Box(LPlO) /wi?Q r2c6 28 5’8 d ~7 Physio Control LP 12 Quik Combo Pads 29 5 BOX 1 pair/pkg. lOpkg./Box. /3/op @&v? 00 /mu, ‘OU mu GALLANT: Heavy Duty Chest Hair Disposable 30 1 BOX Razor. 250/box //PVs ?3.6B 7J:Lf /. 4-w Tourniquets; non-sterile non-latex. “DISPOS-A 31 20 PKG TOURN” /o/‘&$ o/- /z 6 /.53 30.60 1 ?f /f3wv-b/ McGaw Irrigation solution in plastic pour 32 4 CASE bottles, sterile water, 1000~~ bottles, lG/case. M.. EMERGENCYMEOlCAL PROOUC~SHC _- MEDICAL DISPOSAL EQUIPMEN-T 1711 PARAMOUNTCWRT COMPANY 9Hh WI cmnc . . ..‘..b”..“. .,, w”,a # Q-I-Y UNIT DESCRIPTION UNIT PRICE TOTALS Intravenous solution administration set with attached 3 way Novex stopcock 8 6” extention with LS. Package is pre assembled in sterile wraper. Flow rate of 1 OgtVcc (maxi set) w/o Luer-Lot tip, PMI #36000 or equal. 33 40 CASE 25lcase. do m-n Intravenous solution administration set with attached 3 way Novex stopcock & 6” extention with LS. Package is pre assembled in sterile wraper. Flow rate of 6OgWcc (micro set) wlo Luer-Lot tip, PMI #36001 or equal. 34 15 CASE 25lcase. Ivd’ d/D Medex K252, #MX252S-18427 three-way stopcock with extension tube. Sterile. 35 30 CASE Capacity 2.3ml Length:50.8 cm. 50/ease Ah J/P Pd I.V. Bags: 0.9% Sodium Chloride Normal . 00 Saline Injection USP, sterile Waflex” type 38 90 CASE containers, lOOOml, Baxter 12/CASEd@3# 10. 3z fi?z Bo p. J(vo I.V. Bags: 0.9% Sodium Chloride Normal Saline Injection USP, sterile “viaflex” type ow.3o74 dg PI 37 11 CASE containers, 250ml36KASE. 3/z, c?q Veni-Gard breathable intravenous site pa gf.3 ’ dressing; 1 OO/box; ConMed #7054431. NO 38 12 BOX SUBSTITUTES %5t’tfa 3/. 5Y 37R 96 39 1 /,i;; j(;;E;rd Jr. bre;F;;&;. site dressing 3/* 5Ir 3/.5-g t? 380 Protectiv IV Catheter Safety System, SIZES 14,16,18,20, & 22 Ga. 5OIBox - NO 40 40 BOX SUBSITUTES dU~&~ - 07t930ti KG 37fO po #AK 36555J BD brand Safety-Lot Safety Syringes ICC with L/5:5f 41 1 BOX 27gauge l/2” needle. BD #305553,1 OO/box Kxf [L/r7 Vanishpoint Safety Syringes-Retractable needle 3cc with 21gauge 1” needle. 1 OO/box 42 2 BOX NO SUBSTITUTES flf/A?g/ 52. %? //w Vanishpoint Safety Syringes-Retractable I!++7 needle- 5cc with 21 gauge 1 l/2” needle. 43 2 BOX lOO/box NO SUBSTITUTES AT/056 / 70. &@ lLl0 !! Vanishpoint Safety Syringes-Retractable f? L/17 needle- 1 Occ with 20gauge 1 l/2” needle. 44 2 BOX 1 OO/box NO SUBSTITUTES /T//&8 / p5% jti.52 /: v///1/ BD brand Safety-Lot Safety Sy ‘nges 1Occ 45 2 BOX without needle. Luer lock tip. lift /box sm /f &PO 3. Oi7 BD brand Safety-Lot Safety Syringes 2Occ 46 2 BOX without needle. Luer lock tip. lOO/box .??? I@ Lw Needles; single packaged; sterile, single use; Luer-Lot syringe compatible (for 1 Occ k s’/3 syringe); #18 g. X l-1/2”, loo/box, B-D 5196 BOX O/E Fx&L ~6f/ao 2.98 5% 47 2 48 2 - Lancets: single use, spring loaded activated BOX Needles: Glucose Venipuncture. loo/Box. AI0 &!I // ( . I I I I I I EMERGENCY MEOlCAt PROOUGTS MC -- 1711 PARAMOUNT COURT MEDICAL DISPOSAL EQUIPMENT # QTY UNIT DESCRIPTION UNIT PRICE U@ p~dc Toomey Syringe, B-D 309664, or equal. 49 2 CASE %/Case %I& ‘?&I? 9%61/ /o 8 5‘2 WEBCOL IV Alcohol prep pads; individually / fi I/ packaged,.size of individual package not to be 50 8 BOX larger than 3” X 3”; 200/box 6818 - /63 Provodine-Iodine antiseptic microbicidal pads; ccz 3 x3 lOO/box. . size of individual package not to be larger than 51 2 (1 n. , //M /?‘15 Gwa Lubricating jelly in foil, sterile package, single 52 1 BOX use, approx. 3gm size package, 144/box. x93 /364 Tincture of Benzoine swabsticks, foil wrapped, 53 2 BOX 5O/box. GC/s’ $?a< Skin wipes, antimicrobial, 50/box, Viro /? 296 Research lntl Vionex. Reorder No. 25100 NO 54 2 BOX SUBSTITUTES epwo 5: 50 ALCARE PLUS : foamed alcohol to kill micro /. 302 omanisms and a hand degermer. 11 ounces. V47l 55 30 EACH NO SUBSTITUTES &39P dd /7 /s307 CIDEX Plus: 1 quart, NO 56 20 EACH SUBSTITUTES x35 / N1 Medical Duct Tape, 2” X 60 yard roll, white.’ 57 10 EACH National TaDe Manufacture #NC 184 6&r ICI95 /?356 3M Transpore 1527-l. Clear, porous, /5’7/ 58. 12 BOX hypoallergenic plastic tape; I ‘I; 12 rolls/box A!? YZ / 3 j7 Self-adherent cohesive 59 5 BOX vard. Flexi-wrao or eaual. +v# 32 60 8 -r .~ . .-- p. 352 5w BOX ZONAS Porous TaDe: 2” X 10 vards: G/box 4Bl 4 to30 61 50 Non sterile, bulk packaged 4” x 4”. q ply PKG sponges. 200/package s%? /.7/ Multi-trauma dressing; sterile, 19” x 30”, made I 1/34/P 1 f o non-woven cover i/absorbant fill; 1 / /A 62 30 EACH individually packaged. 3450 /./V Surgipad ABD dressing; 8” X lo”, made of all & cellulose filler enclosed in 63 3 Kerlix Dressing; 6ply non sterile dressing 64 3 Precision Q-I-D blood glucose test strips, 25 I? 13% strips/box. Medisense #97399. 12 55 5’ CASE boxes/case NO SUBSTITUTES. 97399 21% p /52 56 2 EACH Precision Q-l-D gluco$e#ontrol solutions. Medisense #/97236.%0 SUBSTITUTES. 9rq &76 3 2 Triangular bandage, 40” x 40” x 56”, individally BOX. packaged, 12/Box //a04 34 26 0. oy 516 543 /fd 10 //. CI’O &&?o /ox bD 39.5-i7 /&-. N 2s ‘60 76. tw ‘$x9 33 00 . /CD 80 1 fY8: 4( /D?5w /L/:6< /6,30 ‘i?. 7q 208 92 EMERGENCV MEMCM PRtJDUCTS tNC MEDICAL DISPOSAL EQUIPMENT I # I QTY 1 UNIT IDEsCRIPTI~N cr,,,&,Ql PARAMOUNT COURT wAinU%A, WI 53186 1 UNIT PRICE 1 TOTALS . . --- _.--. -~- - ~~~ ~. /. 127 Replaceable probe covers for Thermoscan, 70 2 BOX ZOO/box 5I.556oB /o* 53 &Jot 86 LAERDAL Stifneck Brand Cervical Collars, / 7f ./ 50/CASE Size Baby No Neck, Pediatric, No Neck, Short, Regular, Tall. NO 71 20 CASE SUBSTITUTES $@jm - p@buO G&78.52 f!ir74 DO #? 169 Head Vise II Disposable Head Immobilizer. 72 30 CASE 50/ease NO SUBSTITUTES /& t /7& 23 525- @ /?I97 SAM Splint; structural aluminum malleable splint; used for all extremity splinting; 1Ubox 73 6 BOX NO SUBSTITUTES // 21 87. SLJ 5-ndw /36& Baxter PORTA-WARM mattress, 10” x 19”. 74 10 EACH Part #11475 //V7( 3, e 3090 /.Zl? Wrist and ankle restraints, Limb Holders, single patient use w/ heavy-duty velcro; Posey 75 30 PAIR #2510 NO SUBSTITUTES g5k7 2-Q 69 do 143Lq 76 10 EACH O.B. Kit, disposable &ii30 4. 3.7 q3.20 f sf/ Gloves, NeoPro by Microflex #ER144, Latex Free, Size , Large, X-Large 5O/Box, 10 77 300 CASE box/case NO SUBSITUTES cwv z? 4’0 z/%@ OC Face & eye protection mask w/eye shield, that f?3w wraps around to temple, soft elastic ear wear; easy to apply; one time use, 25/box; Tecnol a.39 78 4 BOX 47080-080. 97om s/l a Face protection mask w/o eye shield, that f?m wraps around to temple, soft elastic ear wear; 79 4 easy to apply; one time use, $/box; Teen+ BOX 4.iawz~ 37;3/0/ 57l . 24 t’f/ s/359 80 10 /Q/6 EACH Safety Eyeglasses, Uvex Astro Spec 3000 3.97 3g 7Q / 93 CPR face mask mouth barrier, one-Ly valve, 6W 81 2 PKG size Adult, Child, Infant, with holster. lO/PKG I,cs~,+/ . $0. Yip k 307 82 100 Wash basin, plastic, disposabl);;;;, 7qt. EACH size. t 52 52 00 /?/2f 83 5 PKG Disposable Penlights. G/pkg 32762 0 d 0 4. OO Cold packs; chemical instant coolant; k3fl insulated, controlled at 34 F, leakproof, sealed bag;size to be 5” x 8” or larger, but not to /2* f9 84 8 CASE exceed 8”x 8”. 24Icase a/2 y /@3. Q p.359 &-I% /301 85 3 CASE 2Y Hot packs; Baxter 3+l6 or equal a/case /7* ‘9 32 527 /?/- 53=/ B6 2 EACH &awwing cutter replacement blades, W. 4.85 $4 10 Broselow CRT1 00 pediatric resusitation tape; for rapid estimating child’s weight and calculating resuscitation drug dosage for ped patients; two sided tape measure w/drug dosages according to size of patient. 37 2 PKG 5/PKG. NO SUBSTITUTES /vu B/~ EMERGENCY MEOICAL PROOUCTS INC coMPANYl 711 PARAMOUNT COURT MEDICAL DISPOSAL EQUIPMENT UNIT PRICE TOTALS J* 7f /6a , 975: 20 5%. a7 879.5-O 43 45 9 46 00 . 3/r h9 123. /5 fi~O* /_3 6B UNIT i DESCRIPTION t/237 BOX &b CASE iTriage tags; METTAG design tags for multi- casualty situations; size 4-l/1 6” x 8” x 3/16”, 15Olbox. NO SUBSTITUTES fl7-23 7 ~lnfectious waste bags, red, 24” x 24” with international hazardous waste insignia 250Icase. u’s-cw 88 - 89 - 90 1 IInfectious linen bags, yellow, 30 gallon, 1250Icase LJ7-07 1 P35 1 0 Disinfectant compound, pre-measured packet! . PAIL m CASE make one aallon. Airwick A-33 DRY, 90 ‘pkt/pail. Ne SUBSTITUTES A -33 I 7&m GAM sterile bum sheet: 60” X 90” 12lcas.e 91 2 3 92 93 P2 Sharp-Shuffle sharps container:24/case ‘NO SUBSTITUTES 03010 Sharp-a-gator sharps container 2 gallon with #flip top access door opening, red color w/biohazard sticker. Model 4822 NO ‘SUBSTITUTES 2 #? 321 EACH 94 6 t?3/2 1 CASE Ilsolation gown, long sleeve, lightweight, - impervious to fluids, knit wrists and tie-back. Acceptable in white, blue, or green; sizes large and x-large. EMP 13501 or equal. SO/CASE Pulse Oximeter, Disposable Oxygen ensor. size: Adult, Pediatric. lo/box NO /$o - _ j?/u Box ~~UB~TITUTES /mio - 95 - 96 15 ‘*% II CHUX - 12 X 17 I 1Olpkg &%?/o Hudson Vent adapters. each NO 97 - 98 - 99 10 25 30 10 10 30 4 EACH I”E% p7 CASE PI 347 CASE 4iikl? SUBSTITUTES. tag6- Padded IV arm boards. Size: 6”. 9”. l%?each Isopropyl Alcohol. 16 ounces 1 Z/case y/&3 100 - 101 - 102 - 103 - Hydrogen Peroxide 16 ounces 12lcase Bw Hartwell Emergency blankets - isothermal ’ MACH blanket. - each - o/zf /J,Jz Hartwell Bio Hoop waste bags with hook. PKG 11 Upkg. &w/O0 Subtotal 7.75% Tax GRAND TOTAL