Loading...
Backup Documents 09/27/2016 Item #16E10 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIPL TO ACCOMPANY ALL ORIGINAL DOCUMENTS SIN 1,4:, " . U THE BOARD OF COUNTY COMMISSIONERS OFFICE FO ' i �' Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwar ed to the County n Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in thUJoFn0'4tt9rdi Office no later than Monday preceding the Board meeting. t L U b **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the docutht-lit i tra fi ete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Routed by Procurement Services to the Office Initials Date Following Addressee(s) (In routing order) 1. Risk Risk Management , Q6eL 10-4N( 2. County Attorney Office County Attorney Office C Y l& i'D (( 1 c 3. BCC Office Board of County Commissioners to<< \\ 4. Minutes and Records Clerk of Court's Office ION (0 3,eD(�.. 5. Return to Procurement Services Procurement Services Division Contact: Viviana Giarimoustas PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Rhonda Burns Phone Number 239-252-8375 Procurement Staff Contact and Date Agenda Date Item was 09/27/2016 ‘", Agenda Item Number 16.E.10 ` Approved by the BCC 1/ Type of Document Contract Number of Original 2 leV Attached Documents Attached PO number or account N/A Solicitation/Contract 16-6649 Gaum number if document is Number/Company Scientific to be recorded Name INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A" in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature? Sq -E -lir I v r 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be c i signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chauutan's signature line date has been entered as the date of BCC approval of the N/A document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's VG signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip VG - should be provided to the County Attorney Office at the time the item is input into SIRE. 0 Some documents are time sensitive and require forwarding to Tallahassee within a certain 1 time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on the date above and all changes made VG duringthe meetinghave been incorporated in the attached document. The County P Y Attorney's Office has reviewed the changes,if applicable. wie 9. Initials of attorney verifying that the attached document is the version approved by the la f J ! BCC,all changes directed by the BCC have been made,and the document is ready for th: •;,„,"0144PgAt Chairman's signature. I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised 2.24.05;Revised 11/30/12 16E10 MEMORANDUM Date: October 11, 2013 To: Rhonda Burns, Contract Specialist Purchasing Department From: Teresa Cannon, Deputy Clerk Minutes & Records Department Re: Contract #16-6649 "Human Patient Simulator Contractor: Gaumard Scientific Company Attached is a copy of the document referenced above, (Item #16E10) approved by the Board of County Commissioners on September 27, 2016. The original will be held on file in the Minutes and Records Department as part of the Board's official record. If you have any questions, please contact me at 252-8411. Thank you. Attachment 4 6 ' , 1 E I Li AGREEMENT 16-6649 for Human Patient Simulator THIS AGREEMENT, made and entered into on this 81(‘ day of 34u-40 ,2016, by and between Gaumard Scientific Company, Inc., authorized to do business in the State of Florida, whose business address is 14700 SW 136 Street., Miami, FL 33196 (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a one (1) year period, commencing on Date of Board award and terminating one (1) year from that date or until all outstanding Purchase Orders issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for four (4) additional one (1) year periods. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall deliver the products upon the issuance of a County Purchase Order. 3. STATEMENT OF WORK. The Contractor shall provide products for the purchase of Human Patient Simulators products in accordance with the terms and conditions of Request for Proposal ("RFP") #16-6649, Scope of Work and Specifications, and the Contractor's proposal referred to herein and made an integral part of this Agreement. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 4. THE AGREEMENT SUM. The County shall pay the Contractor based on the unit prices set forth in Exhibit A — Fee Schedule and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the Page 1 of 10 #16-6649"Human Patient Simulator" 0C40 project manager or his designee, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act." 4.1 Price Methodology: 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). 4.2 Any County agency may purchase products and services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for 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 the Agreement. 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. 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531C-2. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or faxed to the Contractor at the following Address: Gaumard Scientific Company, Inc. 14700 SW 136 Street Miami, FL 33196 Attn: Peter Eggert Phone: 305-971-3790 Email: sales@gaumard.com All Notices from the Contractor to the County shall be deemed duly served if mailed or faxed to the County to: Collier County Government Center Procurement Services Division 3327 Tamiami Trail, East Naples, Florida 34112 Attention: Director, Procurement Services Division Telephone: 239-252-8407 Facsimile: 239-252-6480 Page 2 of 10 #16-6649"Human Patient Simulator" 61: 10 The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. The County will not be obligated to pay for any permits obtained by Subcontractors/Subconsultants. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 9. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non- performance. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. Page 3 of 10 #16-6649"Human Patient Simulator" 1 6 E 1 0 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of $500,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $100,000 for each accident. Special Requirements: Collier County Government shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability Policy. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: ten (10) days prior written notice, or in accordance with policy provisions. Contractor shall also notify 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 Consultant from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. 13. 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, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, 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. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. Page 4 of 10 #16-6649"Human Patient Simulator" C40 OEiOa This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Emergency Medical Services (EMS) Division. 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), Exhibit A - Fee Schedule, and RFP #16-6649 Scope of Work and Specifications. 17. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners. 18. 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, Collier County Ethics Ordinance No. 2004-05, as amended, 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 Agreement held by the individual and/or firm for cause. 19. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with 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 Page 5 of 10 #16-6649"Human Patient Simulator" fib i6Eio amended; taxation, workers' compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. Page 6 of 10 #16-6649"Human Patient Simulator;. 16E / 0 20. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful proposer. 21. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 22. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 23. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 24. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 25. AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor's shall assign as many people as necessary to complete the Agreement on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the delivery dates. 26. ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Request for Proposal (RFP), the Contractor's Proposal, and/or the County's Board approved Executive Summary, this Agreement shall take precedence. Page 7 of 10 #16-6649"Human Patient Simulator" 0110 I6E1O 27. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 28. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS c(�colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. Page 8 of 10 #16-6649"Human Patient Simulator" L IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Agreement on the date and year first written above. BOARD OF COUNTY COMMISSIONERS ATTEST: COLLIER COUNTY, FLORIDA Dwight E. Brock, Clerk of Courts By: LAO j'A-6.4-' Donna Fiala, Chairman Dated: (SE ttstas to Chairman's jim tAl ro tiro"y. Gaumard S• - Company, Inc. Contractor By: ir First Witness Signlitre MARCVS Lowe, Dwc-IvR,Globa I SvvP. ' /Q-4- ' i C - ► : -SIdtI1 TType/print witness nameT TType/p 'nt signature and titleT 11--y1A,dP 'uvi L Second Witness (I Ainbolg_ Amite, C us+vmzx T- Rvl c( TType/print witness nameT •proved as to Form and Legality: I fil 1/1/1 / / 1 / ssistant County Attorney COI leen IA• ereehe, Print Name UCIELO Aqurda )411 uo Cute " Case f�ec'd Ladle b Deputy Clerk Page 9 of 10 #16-6649"Human Patient Simulator" IÔEIO EXHIBIT A — FEE SCHEDULE (following this page) Page 10 of 10 #16-6649"Human Patient Simulato S Exhibit A - Fee Schedule Qty Item Description Unit Price HALO medium skin tone adult tetherless simulator • Turn-KeySolution Package: 12" Touchscreen Windows®Tablet PCpreloaded with UNIO Simulator Control Software • UNIOLicense • 16 Scenarios • Automatic (Physiology) Mode License •Tablet PC Bump Case • Patient Monitor with GaumardMonitorsTM Software license (Touchscreen "All-in-one" PC) • 1 S3201.M RFModule • (20) Drug recognition syringes • 50 Virtual Medications. 48,995.00 Streaming Voice Headset • Surgical Trachea Kit • IV Filling Kit• Male genitalia • Internal EtCO2 System. Internal battery •Mineral Oil • BP Cuff • (7) Tibia Bones • I/O Filling kit • Shorts •NIBP Kit • (6) Replaceable needle Pneumothorax sites • 100-240V AC Battery Charger • User Manual • Hal Roller Soft Case • 1year standard warranty 1 S3201.129 ECG Snap option for HALO adult tetherless simulator. Orderedat the 0.00 time of initial purchase only. Estimated release date 3/31/2016 1 S3201.125 Defibrillation-Paring Snap option for HALO adult tetherlesssimulator. 415.00 Ordered at the time of initial purchase only 1 S3201.127 Modified Physio (Lifepack) Defibrillation Patch accessory forHALO adult 150.00 tetherless simulator 1 GC.G5.A Gaumard Cares Gold 5 Year service plan for adult simulator 25,995.00 Training service and Istallation for HALO adult tetherlesssimulator. 1 S3201.INST Region specific 2,500.00 Antecubital Veins consumable for HALO adult tetherlesssimulator. With 30.00 1 S3201.411 "o" rings 1 S3201.029R.M Intraosseous Leg Skin Cover consumable for HALO mediumskin tone 10.00 adult tetherless simulator 1 S3201.031 Intraosseous Bones consumable for HALO adult tetherlesssimulator. Set 120.00 of seven 1 S3201.032.M Surgical Trachea consumable for HALO medium skin tone 295.00 adulttetherless simulator. Only for manikins with silicone face. Setof five 1 S3201.035 Surgical Trachea Insert consumable for HALO adult tetherlesssimulator. 120.00 Set of five 1 S3201.037.R2 Simulated Cricothyroid Membrane consumable for HALO adulttetherless 10.00 simulator. Set of ten Pre-cut parafilm Tape-CM 1 S3201.080 Artificial Blood Concentrate consumable for HALO adulttetherless 10.00 simulator. 4 Oz Bottle (Makes 1 Galllon) Needle Decompression Site consumable for HALO adulttetherless 1 S3201.112.R2 simulator. Revision two, Replaceable decompressiontubes. Set of six. 120.00 For manikins after S/N: H0908218 1 S3201.122.M Trachea Skin Cover consumable for HALO medium skin toneadult 95.00 tetherless simulator. Set of ten 1 S3201.181 Mineral Oil consumable for HALO adult tetherless simulator.Oil-based 6.00 0 E 1 I6E ;. Client#:115785 GAUMASCI ACORDru CERTIFICATE OF LIABILITY INSURANCE DATE (M DOrfYYY) 912812016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER,THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder Is an ADDITIONAL INSURED,the policy(ies)must be endorsed.H SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER NaNEACt Toni Rendon USI insurance Services,LLC/CL (uco,"tietl:786-454-2041 FAX P.O.Box 141916 E-MAIL (Arc,Not: 305.81;9.5030 ADDREsa; antonleta.rendon@usi.biz Coral Gables,FL 33114-1916 INSURER(S)AFFORDING COVERAGE NAIC 4 305 669-6000 INSURER A Zurich U.S. 40142 INSURED INSURER 8: Gaumard Scientific Company Inc INSURER C: 14700 SW 136 Street Miami,FL 33196-0098 INSURER D INSURER E • INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE SEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. gl qR TYPE OF INSURANCE ADOL SUER POLICY EFF POLICY EXP gl-- WVD POLICY NUMBER (hMIDOIYYYY) (MMIDDIYYYY) UNITS A GENERAL LIABILITY X CP0982775303 111/312015 11/1312016,ppEAAqC��H��OEEC7CUURgR�ENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY PREAA)SES tEa ow rroncel 5100,000 CLAIMS-MADE X OCCUR MED EXP(My one person) $5,000 _ PERSONAL&ADV INJURY S1,000,000 GENERAL AGGREGATE S2,000,000 GEN1 AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 7 POLICY)^1 n LOC A AUTOMOBILE LIABILITY CP0982775303 11/1312015 11/13/2016 CEOMawINGLE LIMIT 51,000,000 X ANY AUTO BODILY INJURY(Per person) S —ALL OWNED SCHEDULED BODILY INJURY(Per acddent) $ AUTOS AUTOS X HIRED Amos X NON-OWNED PROPERTY DAMAGE --S AUTOS (Per accident) S A X UMBRELLA UAB X OCCUR AUC980519503 11/13/2015 11/13/2016 EACHOCCURRENCE $20,000,000 EXCESS L.UAB CLAIMS-MADE AGGREGATE s20,000,000 I DED X RETENTION$0 S WORKERS COMPENSATION WC STATU- OTT. AND EMPLOYERS`LIABILITY TfIRY I lMTTS FR ANYFCE�RIMEMBEEXCLUDED?ECUTIVED Ni A E.A..EACH ACCIDENT ; (Mandatory In NH) E.L DISEASE-EA EMPLOYEE S If yes,describe under DESCRIPTION OF OPERATIONS below EL DISEASE-POLICY LIMIT S DESCRIPTION OF OPERATIONS 1 LOCATIONS r VEHICLES(Attach ACORD 101,Additional Remarks Schedule,N more space Is required) The General Liability policy includes an automatic Additional Insured endorsement that provides Additional Insured status to the Certificate Holder,only when there Is a written contract that requires such status, and only with regard to work performed on behalf of the named insured. CERTIFICATE HOLDER CANCELLATION Collier CountyGovernment BOCC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 3327 Tamiaml Trail East ACCORDANCE WITH THE POLICY PROVISIONS, NAPLES,FL 34112 AUTHORIZED REPRESENTATIVE 4!1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010105) 1 of 1 The ACORD name and logo are registered marks of ACORD #518980833/M18866000 SRDZP 0 IÔE1Q """~1 GAUMA-1 OP ID;LY A � Hai CERTIFICATE OF LIABILITY INSURANCE DATE(MMNDtYYYY) 0913012016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED By THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the pollcy(Ies) must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such andorsemen<s:. PRODUCER NAME; Robert S.Munchlck Tanenbaum Harbor of Florida E .-- « - 2900 SW 149th Avenue t m.jg 954-883-2900 , ,pop:954517-7400 Miramar,FL 33027-6605 ESE rmunchic thflorida.com Robert S.Munchick __-.. INSURERIS)AFFORDING COVERAGE MAIC e INSURER A;Phcanta E,a wane Co. 25623 INSURED Gaumard Scientific Co Inc INSURER 6, 14700 SW 136th Street Miami,FL 33196 INSURER C; i INSURER D: } INSURER E, a t INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED_ NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INLIR TYPE OF INSURANCE 1ANSD VIVO POLICY NUMBER SUBR POLICY EFF POLICY FRP i. IM&YOINYYYY) tMMIDO7YYYY1 UNITS COMMERCIAL GENERAL UABILnY EACH OCCURRENCE $ CLAIMS-MADEEi OCCUR DAMAGE-10 RtN 1 ED PREMISES(Ea occurrence) S — MED EXP(Any one person) S — PERSONAL S ADV INJURY S GENT AGGREGATE UNIT APPUES PER; GENERAL AGGREGATE S POLICY J2L-CT LOC PRODUCTS-COMP/OPAGG S — OTHER: S AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S —— ANY AUTO BODILY INJURY(Par parson) S AA OWNED SCHEDULED /LED BODILY INJURY(Per accident) I NON-OWNED PROPERTY DAMAGE S HIRED AUTOS AUTOS (Per accident) S UMBRELLA UAB — OCCUR EACH OCCURRENCE _ $ EXCESS UAB CLAIMS-MADE AGGREGATE S DED RETENTIONS $ WORKERS COMPENSATION ``PER JJ 0TH. AND EMPLOYERS'UABIUTY X 1 STATUTE I ER A ANY PROPRIETOIUPARTNER tECUTIVE Y N N UB3H443665 07/0112016 07/01/2017 E L EACH ACCIDENT 5 1,000,000 OFFICERIMEMBER EXCLUDED? N)A (Mandatory In NH) ELL DISEASE-EA EMPLOYEE $ 1,000,000 It yes,ESCdaseridn under DRIPTION OF OPERATIONS babe EL DISEASE-POLICY UNIT $ 1,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS!VEHICLES IACORD 1St,Additional Remarks Schedule,may be attached C more space Is required) CERTIFICATE HOLDER CANCELLATION COLLI04 SHOULD ANY OF THE ABOVE DESCRIBED POLICES BE CANCELLED BEFORE Collier CountyBoard THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POUCY PROVISIONS. of Commissioners 3327 Tamiaml Trail E. AUTHORIZED REPRESENTATIVE Naples,FL 34112 nitY. 41. 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORN?name and logo are registered marks of ACORD Detail by Entity Name Page 1 of 3 rI FLORIDA DEPARTMENT OF STATE ..94% ...: DIVISION 01 CORPORkTIONS Detail by Entity Name Florida Profit Corporation GAUMARD SCIENTIFIC COMPANY, INC. Filing Information Document Number 248355 FEI/EIN Number 59-1150440 Date Filed 06/12/1961 State FL Status ACTIVE Last Event AMENDED AND RESTATED ARTICLES Event Date Filed 12/26/2012 Event Effective Date NONE Principal Address 14700 SW 136 ST MIAMI, FL 33196 Changed: 04/28/1999 Mailing Address 14700 SW 136 ST MIAMI, FL 33196 Changed: 04/28/1999 Registered Agent Name & Address EGGERT, JOHN S 14700 SW 136 STREET MIAMI, FL 33196 Name Changed: 12/26/2012 Address Changed: 05/03/2001 Officer/Director Detail Name &Address Title P EGGERT, DAPHNE M 14700 SW 136 STREET MIAMI, FL 33196 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 9/27/2016 Detail by Entity Name Page 2 of 3 E 0 Title VP EGGERT, JOHN S 14700 SW 136 STREET MIAMI, FL 33196 Title S EGGERT, MICHAEL 14700 SW 136 STREET MIAMI, FL 33196 Title V EGGERT, PETER A 14700 SW 136 STREET MIAMI, FL 33196 Annual Reports Report Year Filed Date 2014 04/04/2014 2015 02/26/2015 2016 02/10/2016 Document Images 02/10/2016 --ANNUAL REPORT View image in PDF format 02/26/2015 --ANNUAL REPORT View image in PDF format 04/04/2014--ANNUAL REPORT View image in PDF format 02/11/2013 --ANNUAL REPORT View image in PDF format 12/26/2012 --Amended and Restated Articles View image in PDF format 12/17/2012 --Amendment View image in PDF format 03/15/2012 -- ANNUAL REPORT View image in PDF format 02/18/2011 --ANNUAL REPORT View image in PDF format 03/31/2010 --ANNUAL REPORT View image in PDF format 04/16/2009--ANNUAL REPORT View image in PDF format 04/28/2008 --ANNUAL REPORT View image in PDF format 04/16/2007 --ANNUAL REPORT View image in PDF format 04/24/2006 --ANNUAL REPORT View image in PDF format 04/15/2005 --ANNUAL REPORT View image in PDF format 07/15/2004 -- REINSTATEMENT View image in PDF format 05/03/2001 --ANNUAL REPORT View image in PDF format 04/25/2000 --ANNUAL REPORT View image in PDF format 04/28/1999 --ANNUAL REPORT View image in PDF format 04/21/1998 --ANNUAL REPORT View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 9/27/2016 Detail by Entity Name Page 3 of 3 04/16/1997 --ANNUAL REPORT View image in PDF format 03/19/1996 --ANNUAL REPORT View image in PDF format 03/15/1995--ANNUAL REPORT View image in PDF format Copyright©and Privacy Policies State of Florida,Department of State http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 9/27/2016