HomeMy WebLinkAboutPhysio-Control/Fire Dept A G R E E M E N T
THIS AGREEMENT made and entered into this % ./ day of MaY , 197 9 ,
by and between PHYSIO-C — Midwest District of
600 North se • - a I .I I . , party of the first part, and the
CITY OF OSHKOSH, a municipal corporation located in Winnebago County, Wisconsin,
hereinafter referred to as the "City", and party of the second part.
WITNESSETH:
WHEREAS, the Common Council of the City of Oshkosh by resolution duly
adopted on the 3rld day of MaY , 197 , accepted the bid of the first
party and authorized and directed the proper City officials to enter into an agree-
ment with the party of the first part for:
TWO PORTABLE LIFE SUPPORT SYSTEMS FOR FIRE DEPAIEIT
Life Pak 5 - System A $11,900.00
according to the specifications and bid for same on file in the office of the City
Clerk.
NOW, THEREFORE, pursuant to said resolution of the Common Council of the
City of Oshkosh, the parties hereto agree as follows :
1 . That the party of the first part will furnish same to the City, all in
accordance with the specifications and bid on file in the office of the City Clerk.
2. That no assignment of this agreement or of any rights thereunder by
said party of the first part, shall be valid without the written consent of the City;
and that this document including the specifications and bid , constitutes the entire
agreement between the parties hereto and that any understanding either oral or written,
not a part hereof shall not be binding on either party.
3. That in consideration thereof, the City will pay to the first party
the sum of $ 11,900.00 , upon presentation of a proper voucher, and
delivery and acceptance by the City in conformity on said specifications and bid.
IN WITNESS WHEREOF, the parties hereto have caused this agreement to be
signed by the proper officers of each party and their corporate seals to be hereunto
affixed all on the day and year first above written; then if first party is a cor-
poration of partnership, the signing of this agreement shall constitute a warranty by
the person(s) so signing the proper authority so to do.
In the presence of:
PHYSIO-CONTROL CORPORATION
Signature of sole proprietor, or name
or corporation or partnership
i
."..."--AROL A. BERK-"'"" • tr .0- „ • ► ; :=-Fir-1 „TANLEYVV. S es dTnt
, S:c',-tary A ista t
HIROLD H. KAWAGUC
CITY OF OSH OSH 11
BY: / L E4/ 1
WILLIAM D. FRUEH, City Manager
er
it . - BY: �J1-t r�#: e, /L
CON ERSE C. MARKS , � Clerk
I hereby certify that the necessary
provisions have been made to pay the
Approved as to form liability that will accrue under this
contract :
`' ,)
Q f Ci i'iCAS, V
iFN W. PE CE, City Attorney DES L-►4A&rHE, City Comptroller
J
Departmew. t..d-.,i n 1 4.a i i
Purchasing Division
P.O. Box 1130
Oshkosh, WI 54902
NOTICE TO VENDORS:
1 . We are submitting herewith for your consideration an invitation to bid
on:
TWO (2) PORTABLE MONITORING AND DEFILBRILLATING Rv rT,MS
2. Bids must be addressed to Oshkosh Purchasing Division, Department of
Administration, City Hall , Oshkosh, Wisconsin. Envelope shall show
name of bidder, and must be plainly marked in the lower left hand
corner "Bid for Life Support System'' .
3. Bids must be on file in the office of the Purchasing Agent no later
than 10 :30 a .m. , C .S .T. , Tuesday April 24, 1979
Any bids received after that hour and date will not be opened and will
be returned to the bidder unread.
4. A written request for the withdrawal of a bid or any part thereof may
be granted if the request is received by the City prior to the specified
time of opening.
5. All formal bids submitted shall be binding for thirty-five calendar
days following bid opening date, unless the bidder(s) , upon request of
the Purchasing Agent, agrees to an extension.
6. Bids will be publicly opened and read at the hour an date above stated.
Award, if any, will be made as soon thereafter as practical .
7. Although no certified check, cashier' s check, or bid bond must accompany
the proposal , if the bid is accepted, the bidder must execute and file
the proper contract within ten (10) days after award by the Common
Council and receipt of the contract form for signature.
8. The City reserves the right to reject any and all bids and to waive
any informalities in bidding.
9. For specifications and further information concerning this invitation
to bid, contact Donald LaFontaine, Purchasing Agent, Room 312, City
Hall or telephone (414)424-0265.
William D. Frueh
City Manager
PUBLISH: April 14, 1979
GENERAL PROVISIONS
1 . Proposals shall be submitted on the sheets provided by the City of Oshkosh
and proposals not submitted on those forms will be considered irregular and
will not be read.
2. Unless stated otherwise in the specifications, all equipment or commodities
shall be new and the manufacturer' s current model , complete with all standard
equipment and accessories.
3. Full identification of equipment or commodities quoted upon, including
brand, make, model , catalog identification number (if any) , and descriptive
literature where possible, must be furnished with the bid as an aid in
checking the bid against specifications. If the item bid varies in any way
from these specifications, special mention must be made of such points or
it will be understood that the bidder proposes to meet all details of the
specifications.
4. Unless stated otherwise in the specifications, all prices shall be F.O.B.
Oshkosh, Wisconsin, stated destination, with all Federal Excise and Wisconsin
Sales taxes deducted. The City of Oshkosh is exempt from these taxes and
will furnish proper exemption certificate, if requested by the successful
bidder.
5. If a warranty applies, the bidder shall state the conditions of warranty.
6. When requested in the specifications, the bidder must state the nearest
location were parts and repair service will be available.
7. Delivery date must be stated in realistic terms to enable the bidder to
adhere to them.
8. Indicate your terms of payment. The City of Oshkosh pays invoices on the
first and third Thursday of the month.
9. If there are several items in the bid, the City of Oshkosh reserves the
right to accept separate items or to award the total bid to one supplier,
whichever is in the best interest of the City. If you bid is qualified in
this respect, clearly state whether your bid is for all or none" or to
what extent it is qualified.
10. If there is a trade-in, the City of Oshkosh may elect to accept the bid
with trade-in or without trade-in, whichever is in the best interest of the
City.
11 . Equipment or items must conform to all applicable Federal Occupational
Safety and Health Act provisions.
12. If two or more bidders submit identical bids and are equally qualified, the
decision of the City to make award to one or more of such bidders shall be
final . Selection shall be made by drawing lots. Cash discounts, when 10
days or longer are allowed will be considered.
SPECIFICATIONS
Two (2) ECG monitors with defibrillator to be used by the City of Oshkosh Fire
Department.
This equipment is to be portable, battery operated electronic instrument of a
modular design, consisting of two modules, a cardioscope/recorder module and a
DC Defibrillator module. Each module may be operated independent of the other
or as a unit.
A. ECG MONITOR MODULE
1. ECG signal input: Quik-Look/Quik-Charge defibrillator paddles. 3-lead
low noise patient cable.
2. Input electrically isolated, protected from high voltage defibrillator
pulses.
3. Shielded against radio frequency interference.
4. Common mode rejection: 80 dB or greater with respect to chassis ground
with 5K misbalance.
5. Frequency response, cardioscope and recorder: 0.5 to 40 Hz.
6. Cardioscope size: 60 mm x 36 mm, non-fade.
7. Recorder chart width: 40 mm.
8. Calibration: internal 1 mV step calibration referred to ECG input.
9. ECG signal output: 1 V/mV (optional) . TDN6692A.
10. Display speed: 25 mm/sec.
11. Size: 9.7 cm H x 23.4 cm W x 33.8 cm D. (3.8" x 9.2" x 13.3")
12. Weight: 3.7 kg (8.25 lb) including Battery/Pak.
B. DC DEFIBRILLATOR MODULE (WITH SYNCHRONIZER)
1. Delivered output energy: 20, 50, 100, 200, 300, 400 joules.
2. Waveform: Edmark monophasic pulse, 3. 5 ms duration at half-power points,
10 ms full duration.
3. Charge time to 400 joules delivered energy: less than 12.5 seconds.
4. Size: 9.7 cm H x 23.4 cm W x 33. 8 cm D. (3.8" x 9.2" 13.3") .
5. Weight: 4.7 kg (10.5 lb) including Battery/Pak,
C. *BATTERY/PAK CHARGER
1. Integral test load - 50 ohm load.
2. Recharges 2 Battery/Paks in 4.5 hours.
3. Operating voltage: 110 VAC, 220 VAC, 12 VDC.
4. Maximum power consumption: 18 watts.
5. Size: 10.8 cm H x 28.6 cm W x 21.0 cm.
6. Weight: 2.4 kg (5.25 lb.) including Battery/Pak.
*NOTE: To be included in bid price.
D. POWER SOURCE
1 . High quality rechargeable nickel-cadmium Battery/Pak.
2. Fully charged Battery/Pak will provide:
a. Defibrillator. module: Mimimum of (12) 400 joule discharges at
-10° C. Nominally, (32) 400 joule discharges at 25° C.
b. Cardioscope (recorder module: Mimimum (-10° C 1 .7 hours ECG
monitoring, or 30 minutes of recorder use, or any linear com-
bination. Nominally at 25° C, 2.5 hours of ECG monitoring, or 45
minutes recorder use, or any linear combination.
3. Size: 2.8 cm x 9.4 cm x 13.7 cm (1 .1" x 3.7" x 5.4") .
4. Weight: 0.60 kg (1.32 lb) .
E. GENERAL (DEFIBRILLATOR-CARDIOSCOPE)
1 . Temperature Characteristics:
Operating: -10°C to +55°C.
Storage: -35°C to + 65°C.
2. Shock: 30 g, 11 ms, 1/2 sine.
3. Vibration: MIL-STD 8100 method, 514.2 curve V.
4. Molded cases of high impact plastic.
5. Sealed case and controls .- MIL--STD--108E Section 4.9,
PROPOSAL
TWO (2) ECG MONITORS WITH DEFIBRILLATOR FOR FIRE DEPARTMENT
We, the undersigned, propose to furnish the City of Oshkosh Fire Department, F.O.B. ,
101 Court Street, with the following equipment, as per specifications, or noted
exception for the following amount:
09-00283 Liiepafz 5 System A $ 5,950.00 $ 11.900.00______
Make and Model (Monitors) each total.
Make and Model (Defibrillator each total
Accessories included: Extenna.2 Adat Padd.ee6, LLi, e-Pa ch Etecttwdes, __-
Detma Jet eee.c tiode. latch Patient Cable, ECG Papers; ECG Wm.; Span '
Stgus, Styews Ivusetttion Took., Two Inztttuction Man.tct-f and One Sew-ic.e
Manua.
Warranty: One Atte years on patuts and .£bon , exclude's patent eab!e
and 4-ytws; the'se ate undett wwzi n.y Got 90 days.
Delivery in 90 days after receipt of order.
Terms % Net 30 days.
Phj&Lo-Contwe Conpona %on
Name of Company
MA4. Tetley Pnench
Submitted By: 044ice Admn.w%sttcaton
Name and Title of Person
Making out the Bid
600 N. Cow't-t S.tteet
ApAit. 17, , 1979 Paeat-Lne, Ittinoi4 60067
Date Address of Company
brn b
) c
ci- CD I-'•
P. 0 CD 0
i c+ I
CD c+ C)
� ti o
H C]CD c+
r o c+ '1
01 11 H. I—'
O c+ n
o c+
rn
�0 H
H
N. 0
C)
m ^
N
ro
O
H
cn
CD 0 d td I-1
)
H '=J
O• d
� x o Cl)
O
tTJ Pzi
ti H
H
H
r-4 tt
O1�''�
^� N
W 111
trJ
rJ
H
�o d
OpRi I-1
En
H
H
H
CD trl
c+
W
0