Loading...
Agenda 09/24/2019 Item #16E 9 (Assumption Agreement w/Bound Tree Medical, LLC for contract #16-6593)09/24/2019 EXECUTIVE SUMMARY Recommendation to approve an Assumption Agreement with Bound Tree Medical, LLC assigning all rights, duties and benefits, and obligations under Invitation to Bid (ITB) #16-6593. OBJECTIVE: To assign Invitation to Bid #16-6593 “EMS Expendables” to Bound Tree Medical, LLC. CONSIDERATIONS: On July 11, 2017 (Agenda Item No. 16.E.7) the County awarded Invitation to Bid #16-6593 “EMS Expendables” to Midwest Medical Supply Company, LLC d/b/a MMS - A Medical Supply Company, a subsidiary of Concordance Healthcare Solutions, LLC. Bound Tree Medical, LLC (“Bound Tree”) represents and warrants to the County that through an Asset Purchase Agreement, it is now the successor in interest in relation to ITB #16 -6593. Staff received a notification letter of this transaction dated June 20, 2019. Staff obtained the necessary documents from Bound Tree which have been reviewed and approved by the County Attorney’s Office. Staff is recommending approval of an Assumption Agreement to Bound Tree assigning a ll rights, duties, benefits, and obligations under ITB #16-6593. FISCAL IMPACT: There is no fiscal impact. GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this Executive Summary. LEGAL CONSIDERATIONS: The County Attorney reviewed this item and approved it as to form and legality. Majority support is required for approval. - JAK RECOMMENDATION: To approve an Assumption Agreement with Bound Tree Medical, LLC., assigning all rights, duties and benefits and obligations under ITB #16-6593 and authorize the Chairman to sign said Assumption Agreement. Prepared by: Priscilla Doria, Procurement Strategist, Procurement Services Division, ATTACHMENT(S) 1. 16-6593_Assumption_VendorSigned (PDF) 2. Supporting Documentation (PDF) 16.E.9 Packet Pg. 2157 09/24/2019 COLLIER COUNTY Board of County Commissioners Item Number: 16.E.9 Doc ID: 9997 Item Summary: Recommendation to approve an Assumption Agreement with Bound Tree Medical, LLC assigning all rights, duties and benefits, and obligations under Invitation to Bid (ITB) #16- 6593. Meeting Date: 09/24/2019 Prepared by: Title: – Procurement Services Name: Priscilla Doria 08/29/2019 11:05 AM Submitted by: Title: – Procurement Services Name: Ted Coyman 08/29/2019 11:05 AM Approved By: Review: Administrative Services Department Paula Brethauer Level 1 Division Reviewer Completed 08/29/2019 1:26 PM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 08/30/2019 8:59 AM Procurement Services Ted Coyman Additional Reviewer Completed 09/02/2019 12:09 PM County Attorney's Office Sandra Herrera Additional Reviewer Completed 09/03/2019 11:50 AM Administrative Services Department Len Price Level 2 Division Administrator Review Completed 09/06/2019 3:30 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 09/10/2019 11:51 AM Office of Management and Budget Laura Wells Additional Reviewer Completed 09/11/2019 10:07 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 09/12/2019 8:46 AM County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 09/16/2019 3:02 PM Board of County Commissioners MaryJo Brock Meeting Pending 09/24/2019 9:00 AM 16.E.9 Packet Pg. 2158 16.E.9.aPacket Pg. 2159Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) VendorforallpurposesundertheAgreement.Exceptasprovidedherein,allothertermsandconditionsoftheAgreementremaininfullforceandeffect.INWITNESSWHEREOF,theundersignedhaveexecutedanddeliveredthisAssumptionAgreementeffectiveasofthedatefirstabovewritten.WitnesseWitnessSignatureDarrelHughesPrint/TypeNameSeniorVicePresident:PringTitlePrint/TypewitnessnameATTEST:CrystalK.Kinzel,ClerkofCourts&ComptrollerBy:DeputyClerkBOARDOFCOUNTYCOMMISSIONERSCOLLIERCOUNTY,FLORIDABy:WilliamL.McDanielJr.,Chairman[19.PRC.04030/149286411]Mcdical,LLCRhiannonGreeneChristopherFyffeAity:CountyAPage2of216.E.9.aPacket Pg. 2160Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16-6593 – EMS Expendables ITB Template_06132016 1 INVITATION TO BID Date: 11/30/2016 From: Adam Northrup, Procurement Strategist 239) 252-6098 (Telephone) 239) 252-6302 (FAX) adamnorthrup@colliergov.net (Email) To: Prospective Vendors Subject: Solicitation: 16-6593 – EMS Expendables As requested by the Division of Emergency Medical Services, the Collier County Board of County Commissioners Procurement Services Division 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 Procurement Services Division Online Bidding System website: www.colliergov.net/bid. All responses to questions will be posted on the website with electronic notification to all prospective vendors. We look forward to your participation in Collier County’s competitive procurement process. cc: Tony Camps EXHIBIT A 16.E.9.a Packet Pg. 2161 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16-6593 – EMS Expendables ITB Template_06132016 2 Invitation to Bid Index Public Notice .............................................................................................................................. 3 Exhibit I: Scope of Work, Specifications and Response Format ............................................... 4 Exhibit II: General Bid Instructions ............................................................................................ 7 Exhibit III: Standard Purchase Order Terms and Conditions ....................................................13 Exhibit IV: Additional ITB Terms and Conditions ......................................................................16 Attachment 1: Vendor Submittal - Vendor’s Non-Response Statement ....................................23 Attachment 2: Vendor’s Check List ..........................................................................................24 Attachment 3: Vendor Submittal - Bid Response Form ............................................................25 Attachment 4: Vendor Submittal – Local Vendor Preference Affidavit .......................................27 Attachment 5: Vendor Submittal – Immigration Affidavit ............................................................28 Attachment 6: Vendor Substitute W – 9 .....................................................................................29 Attachment 7: Vendor Submittal - Insurance and Bonding Requirements ................................30 16.E.9.a Packet Pg. 2162 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16-6593 – EMS Expendables ITB Template_06132016 3 Public Notice Sealed bid responses for Solicitation 16-6593 – EMS Expendables, will be received electronically only at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112 until 3:00 PM, Collier County local time on January 4th, 2017. Solicitation responses received after the stated time and date will not be accepted. Solicitation 16-6593 – EMS Expendables All questions regarding this ITB must be submitted online on the Collier County Procurement Services Division Online Bidding System website: www.colliergov.net/bid. All responses to questions will be posted on the website with electronic notification to all prospective vendors. All solicitation responses must be made on the official ITB response form included and only available for download from the Collier County Procurement Services Division Online Bidding System website noted herein. ITB Documents obtained from sources other than Collier County Procurement Services Division may not be accurate or current. Collier County encourages vendors 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/ Edward F. Coyman Jr. Director, Procurement Services Division Publicly posted on the Collier County Procurement Services Division website: www.colliergov.net/purchasing and in the lobby of the Procurement Services Division Building on 11/30/2016. 16.E.9.a Packet Pg. 2163 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16-6593 – EMS Expendables ITB Template_06132016 4 Exhibit I: Scope of Work, Specifications and Response Format As requested by the Collier County Division of Emergency Medical Services, (hereinafter, the Division or Department”), 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 firms in accordance with the terms, conditions and specifications stated or attached. The Vendor, at a minimum, must achieve the requirements of the Scope of Work and specifications stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. Brief Description of Purchase Collier County Government is interested is seeking responses from qualified emergency medical supply companies to purchase expendable medical supplies. The County’s Emergency Medical Services (EMS) department is attempting to streamline its order and payment process, reduce expenses, and deliver its products in an efficient manner. Historically, County departments have spent approximately $325,000 annually. Background Collier County Emergency Medical Services (EMS) is committed to bringing compassionate and timely life-saving emergency medical care to the streets, homes, and workplaces, making Collier County a safer and healthier place to live and visit. EMS strives to continuously improve the EMS System with the changing needs of our community in pursuit of pre-hospital emergency medical care excellence. Detailed Scope of Work Interested companies must provide a turnkey order, payment and delivery process for purchases over the Internet and include: 1. Provide and deliver expendable medical supplies. 2. Provide an Internet website with the ability to order products and equipment in a secured and password protected environment. 3. Provide a search engine to find items within the vendor’s item catalog. 4. Provide a “shopping cart” feature to capture items that have been selected by EMS personnel (prior to final checkout and payment). 5. Provide detailed order acknowledgement and confirmation including items and quantities ordered, agreed to net pricing per item, extended prices, total order amount. 6. Provide a printable detailed final order confirmation. 7. Provide a secured payment acceptance using a Collier County purchasing card. 8. Provide order email confirmations. 9. If applicable, remove State of Florida sales tax associated with the order. 10. Provide a report with order history of all purchased items available to be downloaded into Microsoft Excel. 11. Provide a clearly identified return policy, including time limits, product restrictions, restocking charges if applicable, length of time for credit to appear, and who pays return shipping 12. Provide a warrranty period for products and proof of conformance to recognized standards 16.E.9.a Packet Pg. 2164 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16-6593 – EMS Expendables ITB Template_06132016 5 13. Add additional products to the County’s Core Item’s list at the request of the County’s EMS Department. 14. Provide prices on the Excel work sheet labeled Attachment 8: Bid Schedule. 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 Procurement Services Division reserves the right to clarify a vendor’s proposal prior to the award of the solicitation. It is the intent of Collier County to award to the lowest, qualified and responsive vendor(s). Attachment 8: Bid Schedule shall serve as a representative sample of the type of items the County may purchase, and the quantities listed therein shall be used for the award purpose only. Once an award is made, the County may request to add additional products to the core products list at any time. For the purposes of determining the bidder with the lowest price for award purposes only the following methodology will be used: The interested bidder will input the requested information into lines 1-235 (Section A). The discounted price provided will be multiplied by the quantity listed to yield a Representative Total for each line. Additionally, provide a percentage discount for the product categories listed in lines 237-261 Section B). The responsive, responsible bidder with the total for each line shall be awarded. Collier County reserves the right to select one, or more than one supplier; however, it is the intent to select a primary and secondary for each line item. The County reserves the right to remove line items from the evaluation of the bid schedule if multiple qualified responsive bidders cannot provide a product. The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation. Term of Contract The contract term, if an award(s) is/are made is intended to be for one (3) year(s) with three (2) Two year renewal options. Requests for consideration of a price adjustment shall be made in writing to the Procurement Director. Price adjustments are dependent upon proof of manufacturer increase in supply cost, the consumer price index (CPI) over the past twelve (12) months, budget availability and/or program manager approval. 16.E.9.a Packet Pg. 2165 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16-6593 – EMS Expendables ITB Template_06132016 6 Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. No delivery fees shall be accepted, any such fees should be built into the item price. Projected Timetable Event Date Issue Solicitation Notice 11/30/2016 Last Date for Receipt of Written Questions 12/23/2016; 3:00PM Solicitation Deadline Date and Time 1/04/2017; 3:00PM Anticipated Evaluation of Submittals January 2017 Anticipated Board of County Commissioner’s Contract Approval Date February 2017 Vendor Required Documents Attachment 2: Vendor’s Check List Attachment 3: Vendor Bid Response Form Attachment 4: Local Vendor Preference Attachment 5: Immigration Law Affidavit Attachment 6: Vendor Substitute W-9 Attachment 7: Insurance and Bonding Requirement 16.E.9.a Packet Pg. 2166 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16-6593 – EMS Expendables ITB Template_06132016 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 Procurement Services Division (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 vendor will hereinafter be referred to as the “Vendor” All bids must be submitted on the Bid form 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. Vendor 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 Vendors 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 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 must be accompanied with 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 samples, if required for evaluation, and at no cost to the County, must be submitted with Bid. Unless otherwise directed in the solicitation, the bid will not be considered unless samples are delivered to specified address by bid due date. The County shall be sole judge of equality or similarity, and its decision shall be final in the best interest. 16.E.9.a Packet Pg. 2167 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16-6593 – EMS Expendables ITB Template_06132016 8 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 Vendors 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 to the specifications shall be interpreted as the Vendors intent to fully comply with the specifications as written. The County, at its sole discretion, shall determine if the exceptions are material in nature, and if the Vendor’s exceptions may be declared grounds for rejection of bid proposal. 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 vendors registered under the applicable commodity code(s) at the time when the original ITB was released, as well as those vendors who downloaded the ITB document. Additionally, all addendums are posted on the Collier County Procurement Services Division 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 Procurement Services Division Online Bidding System: www.colliergov.net/bid. All paper bids shall be submitted to the County Procurement Director, Collier County Government, Procurement Services Division, 3327 Tamiami Trail E, 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. Vendors must submit one (1) paper copy clearly labeled “Master,” and two (2) compact disks (CD’s) with one copy of the proposal on each CD in Word, Excel or PDF. 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. Vendors who wish to receive copies of bids after the bid opening may view and download same from the Collier County Procurement Services Division Internet bid site. 9. Questions If the vendor 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 16.E.9.a Packet Pg. 2168 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16-6593 – EMS Expendables ITB Template_06132016 9 County Procurement Services Division Internet website: www.colliergov.net/bid. Questions will not be answered after the date noted on the ITB. Vendors must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Procurement Services Division Online Bidding System website. For general questions, please call the referenced Procurement Strategist identified in the Public Notice. 10. Protests Any prospective vendor / proposer 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 Procurement Ordinance and policies. 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. Vendors 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. Local Vendor Preference (LVP) The County is using the Competitive Sealed Quotation methodology of source selection for this procurement, as authorized by Ordinance Number 2013-69 establishing and adopting the Collier County Procurement Ordinance. Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector for at least one year prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor’s staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permanent structure such as a construction trailer, storage shed, or other non-permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year. Under this solicitation, bidders desiring to receive local preference will be invited and required to affirmatively state and provide docum entation as set forth in the solicitation in support of their status as a local business. Any bidder who fails to submit sufficient documentation with their bid offer shall not be granted local preference consideration for the purposes of that specific contract award. Except where federal or state law, or any other funding source, mandates to the 16.E.9.a Packet Pg. 2169 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16-6593 – EMS Expendables ITB Template_06132016 10 contrary, Collier County and its agencies and instrumentalities, will give preference to local businesses in the following manner. Competitive bid (local price match option). Each formal competitive bid solicitation shall clearly identify how the price order of the bids received will be evaluated and determined. W hen a qualified and responsive, non-local business submits the lowest price bid, and the bid submitted by one or more qualif ied and responsive local businesses is within ten percent of the price submitted by the non-local business, then the local business with the apparent lowest bid offer (i.e., the lowest local bidder) shall have the opportunity to submit an offer to match the price(s), less one (1) dollar, offered by the overall lowest, qualified and responsive bidder. In such instances, staff shall first verify if the lowest non-local bidder and the lowest local bidder are in fact qualified and responsive bidders. Next, the Procurement Services Division shall determine if the lowest local bidder meets the requirements of Fla. Stat. Sec.287.087 Preferences to businesses with drug-free workplace programs). If the lowest local bidder meets the requirem ents of Fla. Stat. Sec. 287.087, the Procurement Services Division shall invite the lowest local bidder to submit a matching offer, less one (1) dollar, within five (5) business days thereafter. If the lowest local bidder submits an offer that fully matches the lowest bid, less one (1) dollar, from the lowest non-local bidder tendered previously, then award shall be made to the local bidder. If the lowest local bidder declines or is unable to match the lowest non-local bid price(s), then award will be made to the lowest overall qualified and responsive bidder. If the lowest local bidder does not meet the requirement of Fla. Stat. Sec 287.087, and the lowest non-local bidder does, award will be made to the bidder that meets the requirements of the reference state law. Bidder must complete and submit with their bid response the Affidavit for Claiming Status as a Local Business which is included as part of this solicitation. Failure on the part of a Bidder to submit this Affidavit with their bid response will preclude said Bidder from being considered for local preference on this solicitation. A Bidder who misrepresents the Local Preference status of its firm in a bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one (1) year. The County may, as it deems necessary, conduct discussions with responsible bidders determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 13. Immigration 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 16.E.9.a Packet Pg. 2170 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16-6593 – EMS Expendables ITB Template_06132016 11 Vendors / 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 vendor’s/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. Vendors are also required to provide the Collier County Procurement Services Division an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Bidder/Vendor does not comply with providing both the acceptable E- Verify evidence and the executed affidavit the bidder’s / vendor’s proposal may be deemed non-responsive. Additionally, vendors shall require all subcontracted vendors 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.gov/E-Verify. It shall be the vendor’s responsibility to familiarize themselves with all rules and regulations governing this program. Vendor 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. 14. 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 Procurement Services Division. 15. Certificate of Authority to Conduct Business in the State of Florida (Florida 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.org/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. 16. 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. 16.E.9.a Packet Pg. 2171 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16-6593 – EMS Expendables ITB Template_06132016 12 Alternate bids will not be considered unless authorized by the ITB. In case of identical bids tying as low bid, the County shall ask vendors to submit certification that they have a drug-free workplace in accordance with Section 287.087 Florida Statutes. Should all vendors provide said certification; the County will give local vendor preference. 17. 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 Procurement Ordinance. Award recommendations will be posted outside the offices of the Procurement Services Division as well as on the Collier County Procurement Services Division 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.E.9.a Packet Pg. 2172 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16-6593 – EMS Expendables ITB Template_06132016 13 Exhibit III: Standard Purchase Order Terms and Conditions 1. Offer This offer is subject to cancellation by the COUNTY without notice if not accepted by VENDOR within fourteen (14) days of issuance. 2. Acceptance and Confirmation This Purchase Order (including all documents attached to or referenced therein) constitutes the entire agreement between the parties, unless otherwise specifically noted by the COUNTY on the face of this Purchase Order. Each delivery of goods and/or services received by the COUNTY from VENDOR shall be deemed to be upon the terms and conditions contained in this Purchase Order. No additional terms may be added and Purchase Order may not be changed except by written instrument executed by the COUNTY. VENDOR is deemed to be on notice that the COUNTY objects to any additional or different terms and conditions contained in any acknowledgment, invoice or other communication from VENDOR, notwithstanding the COUNTY’S acceptance or payment for any delivery of goods and/or services, or any similar act by VENDOR. 3. Inspection All goods and/or services delivered hereunder shall be received subject to the COUNTY’S inspection and approval and payment therefore shall not constitute acceptance. All payments are subject to adjustment for shortage or rejection. All defective or nonconforming goods will be returned pursuant to VENDOR'S instruction at VENDOR’S expense. To the extent that a purchase order requires a series of performances by VENDOR, the COUNTY prospectively reserves the right to cancel the entire remainder of the Purchase Order if goods and/or services provided early in the term of the Purchase Order are non-conforming or otherwise rejected by the COUNTY. 4. Shipping and Invoices a) All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. b) No charges will be paid by the COUNTY for packing, crating or cartage unless otherwise specifically stated in this Purchase Order. Unless otherwise provided in Purchase Order, no invoices shall be issued nor payments made prior to delivery. Unless freight and other charges are itemized, any discount will be taken on the full amount of invoice. c) All shipments of goods scheduled on the same day via the same route must be consolidated. Each shipping container must be consecutively numbered and marked to show this Purchase Order number. The container and Purchase Order numbers must be indicated on bill of lading. Packing slips must show Purchase Order number and must be included on each package of less than container load (LCL) shipments and/or with each car load of equipment. The COUNTY reserves the right to refuse or return any shipment or equipment at VENDOR’S expense that is not marked with Purchase Order numbers. VENDOR agrees to declare to the carrier the value of any shipment made under this Purchase Order and the full invoice value of such shipment. d) All invoices must contain the Purchase Order number and any other specific information as identified on the Purchase Order. Discounts of prompt payment will be computed from the date of receipt of goods or from date of receipt of invoices, whichever is later. Payment will be made upon receipt of a proper invoice and in compliance with Chapter 218, Fla. Stats., otherwise known as the “Local Government Prompt Payment Act,” and, pursuant to the Board of County Commissioners Purchasing Policy. 5. Time Is Of the Essence Time for delivery of goods or performance of services under this Purchase Order is of the essence. Failure of VENDOR to meet delivery schedules or deliver within a reasonable time, as interpreted by the COUNTY in its sole judgment, shall entitle the COUNTY to seek all remedies available to it at law or in equity. VENDOR agrees to reimburse the COUNTY for any expenses incurred in enforcing its rights. 16.E.9.a Packet Pg. 2173 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16-6593 – EMS Expendables ITB Template_06132016 14 VENDOR further agrees that undiscovered delivery of nonconforming goods and/or services is not a waiver of the COUNTY’S right to insist upon further compliance with all specifications. 6. Changes The COUNTY may at any time and by written notice make changes to drawings and specifications, shipping instructions, quantities and delivery schedules within the general scope of this Purchase Order. Should any such change increase or decrease the cost of, or the time required for performance of the Purchase Order, an equitable adjustment in the price and/or delivery schedule will be negotiated by the COUNTY and VENDOR. Notwithstanding the foregoing, VENDOR has an affirmative obligation to give notice if the changes will decrease costs. Any claims for adjustment by VENDOR must be made within thirty (30) days from the date the change is ordered or within such additional period of time as may be agreed upon by the parties. 7. Warranties VENDOR expressly warrants that the goods and/or services covered by this Purchase Order will conform to the specifications, drawings, samples or other descriptions furnished or specified by the COUNTY, and will be of satisfactory material and quality production, free from defects and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. These warranties shall survive inspection, acceptance, passage of title and payment by the COUNTY. 8. Statutory Conformity Goods and services provided pursuant to this Purchase Order, and their production and transportation shall conform to all applicable laws, including but not limited to the Occupational Health and Safety Act, the Federal Transportation Act and the Fair Labor Standards Act, as well as any law or regulation noted on the face of the Purchase Order. 9. Advertising No VENDOR providing goods and services to the COUNTY shall advertise the fact that it has contracted with the COUNTY for goods and/or services, or appropriate or make use of the COUNTY’S name or other identifying marks or property without the prior written consent of the COUNTY’S Purchasing Department. 10. Indemnification VENDOR shall indemnify and hold harmless the COUNTY from any and all claims, including claims of negligence, costs and expenses, including but not limited to attorneys' fees, arising from, caused by or related to the injury or death of any person (including but not limited to employees and agents of VENDOR in the performance of their duties or otherwise), or damage to property (including property of the COUNTY or other persons), which arise out of or are incident to the goods and/or services to be provided hereunder. 11. Warranty of Non-Infringement VENDOR represents and warrants that all goods sold or services performed under this Purchase Order are: a) in compliance with applicable laws; b) do not infringe any patent, trademark, copyright or trade secret; and c) do not constitute unfair competition. VENDOR shall indemnify and hold harmless the COUNTY from and against any and all claims, including claims of negligence, costs and expense, including but not limited to attorneys' fees, which arise from any claim, suit or proceeding alleging that the COUNTY’S use of the goods and/or services provided under this Purchase Order are inconsistent with VENDOR'S representations and warranties in section 11 (a). If any claim which arises from VENDOR'S breach of section 11 (a) has occurred, or is likely to occur, VENDOR may, at the COUNTY’S option, procure for the COUNTY the right to continue using the goods or services, or replace or modify the goods or services so that they become non-infringing, (without any material degradation in performance, quality, functionality or additional cost to the COUNTY). 12. Insurance Requirements The VENDOR, at its sole expense, shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the Purchase Order. Providing and maintaining adequate insurance coverage is a material obligation of the VENDOR. All insurance policies shall be executed through insurers authorized or eligible to write policies in the State of Florida. 13. Compliance with Laws In fulfilling the terms of this Purchase Order, VENDOR agrees that it will comply with all federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non-exhaustive example, this shall include the American with Disabilities Act and all prohibitions against discrimination on 16.E.9.a Packet Pg. 2174 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16-6593 – EMS Expendables ITB Template_06132016 15 the basis of race, religion, sex creed, national origin, handicap, marital status, or veterans’ status. Further, VENDOR acknowledges and without exception or stipulation 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. Failure by the awarded firm(s) to comply with the laws referenced herein shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. Any breach of this provision may be regarded by the COUNTY as a material and substantial breach of the contract arising from this Purchase Order. 14. Force Majeure Neither the COUNTY nor VENDOR shall be responsible for any delay or failure in performance resulting from any cause beyond their control, including, but without limitation to war, strikes, civil disturbances and acts of nature. When VENDOR has knowledge of any actual or potential force majeure or other conditions which will delay or threatens to delay timely performance of this Purchase Order, VENDOR shall immediately give notice thereof, including all relevant information with respects to what steps VENDOR is taking to complete delivery of the goods and/or services to the COUNTY. 15. Assignment VENDOR may not assign this Purchase Order, nor any money due or to become due without the prior written consent of the COUNTY. Any assignment made without such consent shall be deemed void. 16. Taxes Goods and services procured subject to this Purchase Order are exempt from Florida sales and use tax on real property, transient rental property rented, tangible personal purchased or rented, or services purchased (Florida Statutes, Chapter 212), and from federal excise tax. 17. Annual Appropriations The COUNTY’S performance and obligation to 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. 19. General a) This Purchase Order shall be governed by the laws of the State of Florida. The venue for any action brought to specifically enforce any of the terms and conditions of this Purchase Order shall be the Twentieth Judicial Circuit in and for Collier County, Florida b) Failure of the COUNTY to act immediately in response to a breach of this Purchase Order by VENDOR shall not constitute a waiver of breach. Waiver of the COUNTY by any default by VENDOR hereunder shall not be deemed a waiver of any subsequent default by VENDOR. c) All notices under this Purchase Order shall be sent to the respective addresses on the face page by certified mail, return receipt requested, by overnight courier service, or by personal delivery and will be deemed effective upon receipt. Postage, delivery and other charges shall be paid by the sender. A party may change its address for notice by written notice complying with the requirements of this section. d) The Vendor agrees to reimbursement of any travel expenses that may be associated with this Purchase Order in accordance with Florida Statute Chapter 112.061, Per Diem and Travel Expenses for Public Officers, employees and authorized persons. e) In the event of any conflict between or among the terms of any Contract Documents related to this Purchase Order, the terms of the Contract Documents shall take precedence over the terms of the Purchase Order. To the extent any terms and /or conditions of this Purchase Order duplicate or overlap the Terms and Conditions of the Contract Documents, the provisions of the Terms and/or Conditions that are most favorable to the County and/or provide the greatest protection to the County shall govern. 16.E.9.a Packet Pg. 2175 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16-6593 – EMS Expendables ITB Template_06132016 16 Exhibit IV: Additional ITB Terms and Conditions 1. Additional Items and/or Services During the contract term, Collier County reserves the right to add related items and/or services upon negotiation of a satisfactory price by the Project Manager and Vendor. 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. Vendor Performance Evaluation Collier County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of agreement. 4. 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 Vendor the costs necessary to correct the deficiencies directly related to the Vendor’s non-performance. 5. Termination Should the Contractor be found to have failed to perform services in a manner satisfactory to the County, the County may terminate this Agreement immediately 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 award of this solicitation is made by the Procurement Services Director, the award and any resultant purchase orders may be terminated at any time by the County upon thirty (30) days written notice to the awarded vendor(s) pursuant to the Board’s Procurement Ordinance. 6. Offer Extended to Other Governmental Entities Collier County encourages and agrees to the successful vendor extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful vendor. 7. Environmental Health and Safety All Vendors and Sub vendors 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. Vendors and Sub vendors 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. 16.E.9.a Packet Pg. 2176 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16-6593 – EMS Expendables ITB Template_06132016 17 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 Vendor’s work operations. This provision is non-negotiable by any department and/or Vendor. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 8. Florida Wood Products The Vendor/Contractor agrees to comply with Florida Statute 255.20 to provide lumber, timber and other forest products produced and manufactured in the State of Florida as long as the price, fitness and quality are equal. 9. Public Records Compliance Florida Public Records Law Chapter 119, including specifically those contractual requirements in 119.0701(2)(a)-(b) 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. 10. Standards of Conduct The Vendor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Vendor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Vendor to remove an employee it deems careless, incompetent, insubordinate or 16.E.9.a Packet Pg. 2177 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16-6593 – EMS Expendables ITB Template_06132016 18 otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 11. Licenses The Vendor 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 vendor to supply this documentation with their bid response may be grounds for deeming vendor non-responsive. A Vendor 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. 12. Protection of Property The Vendor 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 Vendor or their Sub vendor in the performance of the required service, the Vendor shall repair/replace, to the County’s satisfaction, damaged property at no additional cost to the County. If the damage caused by the Vendor or their Sub vendor has to be repaired/replaced by the County, the cost of such work will be deducted from the monies due the Vendor. The County’s project manager, shall coordinate with the Vendor / Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. 13. 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. 14. Invoice and Payments The County’s project manager reserves the right to establish any one, or a combination of, these 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 16.E.9.a Packet Pg. 2178 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16-6593 – EMS Expendables ITB Template_06132016 19 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. Time and Materials: the County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's mark up). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. 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 Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor’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@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 should be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - 16.E.9.a Packet Pg. 2179 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16-6593 – EMS Expendables ITB Template_06132016 20 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. 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 vendor or 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. 15. Survivability Bids (ITBs/RFPs): The Consultant/Contractor/Vendor agrees that any Work Order/Purchase Order that extends beyond the expiration date of Solicitation 16-6593 resultant of this solicitation will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of any Work Order/Purchase Order. 16. Insurance Requirements The Vendor 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 Insurance and Bonding Requirements Attachment of this solicitation. The Vendor 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 Vendor waive against each other and the County’s separate Vendors, 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 Vendor and County shall, where appropriate, require similar waivers of subrogation from the County’s separate Vendors, 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 liabilit y 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 Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor 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: 16.E.9.a Packet Pg. 2180 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16-6593 – EMS Expendables ITB Template_06132016 21 Collier County Board of County Commissioners Naples, Florida The amounts and types of insurance coverage shall conform to the minimum requirements set forth in the Insurance and Bonding Requirements Attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Vendor 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 Vendor’s sole responsibility. 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 Vendor 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 Vendor. The Vendor 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 Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor 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 Vendor for such coverage(s) purchased. If Vendor 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 Vendor under this Agreement or any other agreement between the County and Vendor. 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 Vendor 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 Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 15. Debris Vendor shall be responsible for the removal and disposal of all debris from the site and the cleaning of the affected areas. Vendor 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 Vendor shall leave all affected areas as they were prior to beginning work. 16. Direct Material Purchase The County reserves the right to require Vendor to assign some or all of its agreements with material suppliers directly to the County. Any such goods and/or materials purchased by the County pursuant to such an assignment of a material supply agreement shall be referred to as 16.E.9.a Packet Pg. 2181 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16-6593 – EMS Expendables ITB Template_06132016 22 County Furnished Materials” and the responsibilities of both the County and the Vendor relating to said materials shall be governed by the terms and conditions of this solicitation. Additionally, the County at its sole option may choose to purchase some or all of the goods and/or materials from other suppliers. In either instance the County may require the following information from the Vendor: Required quantities of material. Specifications relating to goods and/or materials required for job including brand and/or model number or type if applicable Pricing and availability of goods and/or materials provided under Vendor’s agreements with material suppliers 17. 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. 18. Equipment Vendor shall have available and in good working condition, the necessary equipment to perform the required service. If required by the County, the Vendor shall supply a list of equipment and an hourly rate for each. Hourly rates will commence once equipment arrives at the service site, unless otherwise agreed in writing by the Project Manager. In the event that additional specialized and/or heavy equipment (backhoe, crane, mudhog, etc.) is needed, the Project Manager must be notified in advance for approval. The reimbursement of additional equipment expense shall be at cost and will commence once equipment arrives at the service site, unless otherwise agreed in writing by the Project Manager. The County reserves the right to request and obtain documentation of the Vendor’s cost for time and material projects, and to withhold payments until documentation is provided. 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. Vendor 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 Vendor from furnishing a complete unit. 19. Reserved Rights Collier County reserves its right in any solicitation to accept or reject any or all bids, proposals or offers; to waive minor irregularities and technicalities; or to request resubmission. Also Collier County reserves the right to accept all or any part of any bid, proposal, or offer, and to increase or decrease quantities to meet the additional or reduced requirements of Collier County. Collier County reserves its right to cancel, extend or modify any or all bids, proposals or offers; to award to one or more vendors; to award all or part of a solicitation; and to award by individual line items when it is deemed to be in the best interest of the County. Collier County reserves its right to reject any sole response. 16.E.9.a Packet Pg. 2182 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16-6593 – EMS Expendables ITB Template_06132016 23 Attachment 1: Vendor Submittal - Vendor’s Non-Response Statement The sole intent of the Collier County Procurement Services Division is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons why prospective Vendors 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 Procurement Services Division, 3327 Tamiami Trail East, Naples, Florida 34112. We are not responding to this ITB for the following reason(s): Solicitation: 16-6593 – EMS Expendables 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: ______ 16.E.9.a Packet Pg. 2183 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16-6593 – EMS Expendables ITB Template_06132016 24 Attachment 2: Vendor’s Check List IMPORTANT: THIS SHEET MUST BE SIGNED BY VENDOR. Please read carefully, sign in the spaces indicated and return with bid. Vendor 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. Provide a snapshot of your website and documentation showing the presence of an internal search engine, shopping cart, printable order acknowledgement/confirmation, and acceptance of Collier County Purchasing Card. 6. Provide documentation of return policy 7. Provide example of usage reports that can be requested by the County. 8. Any delivery information required is included. 9. Addendum have been signed and included, if applicable. 10. Affidavit for Claiming Status as a Local Business, if applicable. 11. Immigration Affidavit and 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 Procurement Services Division 3327 Tamiami Trail E Naples FL 34112 The mailing envelope must be sealed and marked with: Solicitation: 16-6593 – EMS Expendables Opening Date: 1/04/2016; 3:00PM 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 16.E.9.a Packet Pg. 2184 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16-6593 – EMS Expendables ITB Template_06132016 25 Attachment 3: Vendor Submittal - Bid Response Form FROM: __________________________________ Board of County Commissioners Collier County Government Center Naples, Florida 34112 RE: Solicitation: 16-6593 – EMS Expendables Dear Commissioners: The undersigned, as Vendor, hereby declares that the specifications have been fully examined and the Vendor is fully informed in regard to all conditions pertaining to the work to be performed for as per the scope of work. The Vendor 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 Vendor 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 Vendor agrees to provide the following: Item # Description Total 236 BID TOTAL $ 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 Response is as follows: Note: If you choose to bid manually, please submit an ORIGINAL and ONE COPY of your bid response pages. 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. 16.E.9.a Packet Pg. 2185 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16-6593 – EMS Expendables ITB Template_06132016 26 IN WITNESS WHEREOF, WE have hereunto subscribed our names on this _______ day of 20 in the County of ________________, in the State of ________. Firm’s Complete Legal Name Address City, State, Zip Florida Certificate of Authority Document Number Federal Tax Identification Number CCR # or CAGE Code Telephone Number FAX Number 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 16.E.9.a Packet Pg. 2186 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16-6593 – EMS Expendables ITB Template_06132016 27 Attachment 4: Vendor Submittal – Local Vendor Preference Affidavit Solicitation: 16-6593 – EMS Expendables (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business Collier County Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector for at least one year prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor’s staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permanent structure such as a construction trailer, storage shed, or other non-permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in Collier County or Lee County: ________ Number of Employees (Including Owner(s) or Corporate Officers):_________ Number of Employees Living in Collier County or Lee (Including Owner(s) or Corporate Officers):_______ If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor’s submission being deemed not applicable. Vendor Name: _________________________________________ Date: ________________________ Address in Collier or Lee County: _________________________________________________________ Signature: ____________________________________________ Title: ________________________ STATE OF FLORIDA COLLIER COUNTY LEE COUNTY Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this __________ Day of ______________, 20_____. Notary Public My Commission Expires: ________________________ AFFIX OFFICIAL SEAL) 16.E.9.a Packet Pg. 2187 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16-6593 – EMS Expendables ITB Template_06132016 28 Attachment 5: Vendor Submittal – Immigration Affidavit Solicitation: 16-6593 – EMS Expendables 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, Vendors / 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 vendor’s/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 Vendor / Bidder’s proposal as non-responsive. Collier County will not intentionally award County contracts to any vendor 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 vendor 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. Vendor 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 Vendor’s / 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. 16.E.9.a Packet Pg. 2188 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16-6593 – EMS Expendables ITB Template_06132016 29 Attachment 6: Vendor 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 Address ___________________________________ Remit / Payment Information Address ____________________________________________ City __________ State ________ Zip ___________ City _____________ State _________ Zip ______________ FAX ______________________________________ Email _____________________________________ FAX ______________________________________________ Email _____________________________________________ 2. Company Status (check only one) Individual / Sole Proprietor Corporation Partnership Tax Exempt (Federal income tax-exempt entity under Internal Revenue Service guidelines IRC 501 (c) 3) Limited Liability Company 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) _______________________________________________________________ Vendors 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, I certify that the information shown on this form is correct to my knowledge. Signature ____________________________________________________ Date _____________________________ Title ________________________________________________________ Phone Number _____________________ 16.E.9.a Packet Pg. 2189 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16-6593 – EMS Expendables ITB Template_06132016 30 Attachment 7: Vendor Submittal - Insurance and Bonding Requirements Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements 2. Employer’s Liability 500,000 single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage 1,000,000 single limit 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. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor/Consultant 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/Vendor/Consultant or anyone employed or utilized by the Contractor/Vendor/Consultant in the performance of this Agreement. 4. Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 5. Other insurance as noted: Watercraft $ __________ Per Occurrence 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 Aircraft Liability coverage shall be carried in limits of not less than 5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. 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 16.E.9.a Packet Pg. 2190 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16-6593 – EMS Expendables ITB Template_06132016 31 Employee Dishonesty / Crime $__________ Per Occurrence Including Employee Theft, Funds Transfer Fraud, Include a Joint Loss Payee endorsement naming Collier County. 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 Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the 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. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor 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. 11/2/2016 RLC Vendor’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 ____________________________ Vendor Signature Print Name Insurance Agency Agent Name Telephone Number _________________ 16.E.9.a Packet Pg. 2191 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) Addendum 1 1 ADDENDUM 1 Memorandum Date: November 30, 2016 From: Adam Northrup, Procurement Strategist To: Interested Bidders Subject: Addendum 1: 16-6593 – EMS Expendables The following is issued as an addendum identifying the following change(s) for the referenced solicitation and completely replaces the section entitled “Term of Contract”: Term of Contract The contract term, if an award(s) is/are made is intended to be for one (3) year(s) with three (2) Two year renewal options three (3) years with two (2) one (1) year renewals. Requests for consideration of a price adjustment shall be made in writing to the Procurement Director. Price adjustments are dependent upon proof of manufacturer increase in supply cost, the consumer price index (CPI) over the past twelve (12) months, budget availability and/or program manager approval. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. No delivery fees shall be accepted, any such fees should be built into the item price. Note: Language deleted has been struck through. New language has been underlined. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. Signature) Date Name of Firm) Email: adamnorthrup@colliergov.net Telephone: (239) 252-6098 FAX: (239) 252-6302 16.E.9.a Packet Pg. 2192 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) Addendum 2 1 ADDENDUM 2 Memorandum Date: December 5, 2016 From: Adam Northrup, Procurement Strategist To: Interested Bidders Subject: Addendum 2: 16-6593 – EMS Expendables The following is issued as an addendum identifying the following change(s) for the referenced solicitation. Note: Language deleted has been struck through. New language has been underlined: Excerpts of the following section have been changed. Award Criteria For the purposes of determining the bidder with the lowest price for award purposes only the following methodology will be used: The interested bidder will input the requested information into lines 1-235 328 (Section A). The discounted price provided will be multiplied by the quantity listed to yield a Representative Total for each line. Additionally, provide a percentage discount for the product categories listed in lines 330 – 354 237 - 261 (Section B). The responsive, responsible bidder with the lowest total for each line shall be awarded. Attachment 8: Bid Schedule has been replaced in full by the following file. (Items highlighted in yellow indicate a change has been made from the original bid schedule.): 16-6593 – Attachment 8 – Bid Schedule (AD 2). Attachment 3: Vendor Submittal – Bid Response Form, Page 25, has been fully replaced by the following file: 16-6593 – Page 25 (AD 2) As a result of these changes, the due date for this solicitation will be extended until 3:00PM on Friday January 6th, 2017. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. Signature) Date Name of Firm) Email: adamnorthrup@colliergov.net Telephone: (239) 252-6098 FAX: (239) 252-6302 16.E.9.a Packet Pg. 2193 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) Addendum 2 1 ADDENDUM 3 Memorandum Date: December 28, 2016 From: Adam Northrup, Procurement Strategist To: Interested Bidders Subject: Addendum 3: 16-6593 – EMS Expendables The following is issued as an addendum identifying the following change(s) for the referenced solicitation. Attachment 8: Bid Schedule has been replaced in full with the attached file. The only change made was a formula correction starting on line Q247. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. Signature) Date Name of Firm) Email: adamnorthrup@colliergov.net Telephone: (239) 252-6098 FAX: (239) 252-6302 16.E.9.a Packet Pg. 2194 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) Description Agni Enterprises Arrow International Bound Tree Henry Schein Midwest Medical Nashville Medical Quadmed Teleflex Line 329 - Bid Total $84,400.26 $ 35,404.50 $338,269.82 $608,167.98 $439,256.25 $259,157.10 $513,970.16 $ 22,985.08 Item Mfr Item #Supplier Item Item Description Manufacturer Name Item Category UOMPack Size Agni Enterprises Arrow International Bound Tree Henry Schein Midwest Medical Nashville Medical Quadmed Teleflex Primary Secondary Tertiary 1 US1160 351160 INTRAVENOUS (IV) ADMIN SET UNIVERSAL NF LUER LOCK 15 DROP 84 IN 50/CS B. BRAUN MEDICAL, INC ADMINISTRATION/E XTENSION SETS EA 1/EA $3.12 $1.55 $2.43 $1.45 $1.45 1.55 2.43 2 352237 351165 INTRAVENOUS (IV) ADMINISTRATION SET UNIVERSAL NF INJECTION SITE LUER LOCK 60 DROP 86 IN 50/CS B. BRAUN MEDICAL, INC ADMINISTRATION/E XTENSION SETS EA 1/EA $5.14 $1.50 $4.00 $1.40 $1.40 1.5 4 3 603 080603 BANDAGE CONFORMING STRETCH GAUZE NON STERILE 3 IN X 4.1 YARDS 12RLS/BG 8BG/CS DUKAL CORP.BANDAGES & TAPES BG 12/BG $1.71 $1.52 $1.49 $1.19 $1.19 1.49 1.52 4 OAL-4 G1188 BANDAGE, OLAES 4 IN TACTICAL MEDICAL SOLUTIONS, INC BANDAGES & TAPES EA 1/EA $6.23 $9.13 $6.38 $5.99 $5.99 6.23 6.38 5 MS-15020 533-MS-TT2BX Clear tape, 2 in. 6/bx 12bx/cs MEDSOURCE INTERNATIONAL BANDAGES & TAPES BX 6/BX $6.90 $ 11.28 $7.15 $6.90 7.15 11.28 6 3602 083602 BANDAGE ADHESIVE 1 IN X 3 IN SHEER 100/BX 24BX/CS DYNAREX CORPORATION BANDAGES & TAPES BX 100/BX $1.50 $1.29 $1.35 $1.29 1.35 1.5 7 MS-15010 533-MS-TT1BX Clear tape, 1 in. 12/bx 12bx/cs MEDSOURCE INTERNATIONAL BANDAGES & TAPES BX 12/BX $6.92 $ 11.28 $7.15 $6.92 7.15 11.28 8 27503 080506 BANDAGE ELASTIC LATEX FREE 6 IN 10RLS/BX 50RLS/CS ADI MEDICAL BANDAGES & TAPES EA 1/EA $0.71 $0.87 $0.82 $0.71 0.82 0.87 9 STORM-11050 1124-03680 Curaplex Triangular Bandage, Polypropylene 240ea/cs CURAPLEX BANDAGES & TAPES EA 1/EA $0.49 $0.23 $0.17 $0.18 $0.22 $0.23 $0.17 0.18 0.22 10 27501 080503 BANDAGE ELASTIC LATEX FREE 3 IN 50RLS/CS ADI MEDICAL BANDAGES & TAPES EA 1/EA $0.34 $0.34 $0.37 $0.34 0.34 0.37 11 3267C 150512 Tape, Cloth, WET-PRUF, 2 in x 10 yd, Waterproof, 6/bx 12bx/cs COVIDIEN BANDAGES & TAPES BX 6/BX $21.04 $16.97 $ 14.81 $ 15.95 $16.50 $14.81 15.95 16.5 12 HP7112 372-7112EA Cloth surgical tape, Hypo-Silk, 2 in. x 10 yards, hypoallergenic 6ea/bx 12bx/cs 72ea/cs) DUKAL CORP.BANDAGES & TAPES EA 1/EA $1.86 $1.39 $1.31 $1.27 $1.27 1.31 1.39 13 603BK 170600 STETHOSCOPE ACOUSTIC BLACK 10/CS ADSCOPE 603 AMERICAN DIAGNOSTIC CORP. BLOOD PRESSURE & STETHOSCOPES EA 1/EA $32.00 $23.39 $ 26.67 $ 22.63 $32.99 $22.63 23.39 26.67 14 ME3105-LAD CS50)36013 Curaplex Aneroid Sphygmomanometer, LG Adult, with Case 50ea/cs CURAPLEX BLOOD PRESSURE & STETHOSCOPES EA 1/EA $6.37 $6.47 $4.90 $4.85 $6.69 $4.85 4.9 6.37 16-6593 - EMS Expendables Bid Tabulation 16.E.9.a Packet Pg. 2195 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound 15 675P 066-675P Pediatric stethoscope, Proscope, pink, dual head specialty scope, lightweight chestpiece AMERICAN DIAGNOSTIC CORP. BLOOD PRESSURE & STETHOSCOPES EA 1/EA $4.32 $3.79 $3.80 $6.23 $3.79 3.8 4.32 16 ME3105-AD CS50)36012 Curaplex Aneroid Sphygmomanometer, Adult, with Case 50ea/cs CURAPLEX BLOOD PRESSURE & STETHOSCOPES EA 1/EA $10.40 $5.24 $5.82 $4.75 $4.65 $6.69 $4.65 4.75 5.24 17 ME3105-CH 36011 Curaplex Aneroid Sphygmomanometer, Child, with Case 50ea/cs CURAPLEX BLOOD PRESSURE & STETHOSCOPES EA 1/EA $10.40 $5.01 $5.82 $4.75 $4.65 $7.02 $4.65 4.75 5.01 18 ME3103-BLK 36020 Curaplex Sprague Rappaport Style Stethoscope, Black 50ea/cs CURAPLEX BLOOD PRESSURE & STETHOSCOPES EA 1/EA $7.71 $4.02 $5.77 $4.35 $4.59 $2.30 $2.30 4.02 4.35 19 ME3105-IN 36010 Curaplex Aneroid Sphygmomanometer, Infant, with Case 50ea/cs CURAPLEX BLOOD PRESSURE & STETHOSCOPES EA 1/EA $5.06 $5.82 $4.75 $4.65 $6.75 $4.65 4.75 5.06 20 8509 276-8509BG Gauze sponge, basic economy, 4 in x 4 in, 8 ply, non-sterile, 200/bg 20bg/cs DUKAL CORP.DRESSINGS/ SPECIAL TY BG 200/BG $2.71 $2.59 $2.46 $2.25 $2.25 2.46 2.59 21 G1164 Halo Vent G1164 Curaplex Select HALO Vent, includes 1 Vented Seal and 1 Non-vented Seal 2/pk CURAPLEX DRESSINGS/ SPECIAL TY PK 2/PK $10.78 $ 24.27 $14.99 $10.78 14.99 24.27 22 1030TD 1211-03020 Bandage, Multi-Trauma Dressing, 10 in x 30 in, Sterile, 25ea/cs DUKAL CORP.DRESSINGS/ SPECIAL TY EA 1/EA $1.55 $0.77 $1.35 $0.89 $0.77 0.89 1.35 23 8884413605 150066K1 GAUZE OCCLUSIVE 3 IN X 9 IN 50EA/BX 4BX/CS VASELINE COVIDIEN DRESSINGS/ SPECIAL TY EA 1/EA $0.74 $0.62 $0.56 $0.60 $0.56 0.6 0.62 24 5810 085810 ABDOMINAL PADS STERILE 8 IN X 10 IN 20/TR 16TR/CS COMBINE DUKAL CORP.DRESSINGS/ SPECIAL TY TR 20/TR $5.14 $3.46 $3.84 $3.15 $3.15 3.46 3.84 25 3369 11705 GAUZE, 4X4 STERILE 2s 12 PLY 25/BX 24BX/CS DYNAREX CORPORATION DRESSINGS/ SPECIAL TY BX 25/BX $1.62 $1.46 $1.46 1.62 #NUM! 26 SCG-010 150033 Z- FOLDED DRESSING OLIVE DRAB 144/CS VACUUM SEALED IMS INC DRESSINGS/ SPECIAL TY EA 1/EA $1.12 $29.80 $1.12 29.8 #NUM! 27 261-01001 261-01001 CRICOID STICK SIMULATOR LAERDAL MEDICAL CORP. EDUCATION & TRAINING EA 1/EA $504.65 $447.23 $511.45 $447.23 504.65 511.45 28 861306 861306 FRX AED TRAINER W/ CARRY CASE AND TRAINING PADS; W/O BATT OR INF/CHD KEY PHILIPS MEDICAL SYSTEMS HSG EDUCATION & TRAINING EA 25/EA $209.99 $6,104.51 $6,225.00 $209.99 6104.51 6225 29 LF01110U 651110 MANIKIN SKIN REPLACEMENT KIT 2 PAIR/PK NASCO INTERNATIONAL, INC. EDUCATION & TRAINING PK 2/PK $55.70 $ 57.63 $ 64.50 $64.25 $55.70 57.63 64.25 30 261-01150 3680-15020 TRACHEA REPLACEMENT RIGID F/ CRICOID SIMULATOR LAERDAL MEDICAL CORP. EDUCATION & TRAINING EA 1/EA $26.84 $ 25.46 $ 26.75 $25.46 26.75 26.84 31 989803139291 139291 REPLACEMENT TRAINING PADS II FOR FRx INCLUDES PADS WIRE AND PLUG PHILIPS MEDICAL SYSTEMS HSG EDUCATION & TRAINING PR 1/PR $19.64 $782.07 $23.25 $19.64 23.25 782.07 32 000281000 260281 EXTRICATION COLLAR ADJUSTABLE 16 SETTINGS 30/CS ACE PERFIT AMBU AMBU IMMOBILIZATION EA 1/EA $3.67 $4.92 $5.20 $5.45 $4.94 $3.67 4.92 4.94 33 47091ORMXL B0125 RESTRAINT STRAP DISPOSABLE ORANGE 1 PIECE 9 FT 48/CS 1393 DMS IMMOBILIZATION EA 1/EA $1.62 $1.54 $1.49 $1.49 1.54 1.62 34 501110M 501110 RESTRAINT STRAPS LIMB HOLDER DISPOSABLE W/ DOUBLE D RING ADULT 1 IN X 60 IN 48PR/CS DMS IMMOBILIZATION PR 1/PR $3.37 $3.10 $3.15 $3.35 $3.10 3.15 3.35 16.E.9.a Packet Pg. 2196 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound 35 000281106 260280 EXTRICATION COLLAR ADJUSTABLE PEDIATRIC 30/CS ACE MINI AMBU IMMOBILIZATION EA 1/EA $3.70 $4.92 $5.20 $5.45 $5.55 $3.70 4.92 5.2 36 700-00001 260975 HEAD IMMOBILIZER STA-BLOK 30/CS LAERDAL MEDICAL CORP.IMMOBILIZATION EA 1/EA $2.81 $4.49 $4.30 $4.89 $4.85 $2.81 4.3 4.49 37 1385XOR-7 56-1385XOR-7 Shoulder harness strap system, Orange, Impervious, 7ft, incl 2 shoulder straps and 2pc lap strap MORRISON MEDICAL PRODUCTS IMMOBILIZATION EA 1/EA $34.02 $ 30.24 $ 28.95 $ 34.90 $28.95 30.24 34.02 38 31152OR 50622ABO RESTRAINT STRAP ANTIBACTERIAL METAL SEAT BELT BUCKLE ORANGE 2 PIECE 5 FT DMS IMMOBILIZATION EA 1/EA $6.76 $6.43 $6.49 $7.12 $6.43 6.49 6.76 39 61225-260207 260207 Carry Case, Royal Blue, for Stifneck Extrication Collars, 24.5 in x 10 in x 5 in SAFETY INTERNATIONAL IMMOBILIZATION EA 1/EA $24.88 $20.25 $20.25 24.88 #NUM! 40 0313676 660030 KENDRICK EXTRICATION DEVICE (KED) FERNO INCL HEAD STRAPS, CARRYING CASE FERNO WASHINGTON IMMOBILIZATION EA 1/EA $99.99 $ 88.50 $119.00 $88.50 99.99 119 41 AP12-3 1015-11203 Gloves, ApexPro LC 100, LG, Nitrile, Powder Free, White Exterior/Black Interior, 12 in 100/bx 10bx/c DIGITCARE CORPORATION INFECTION CONTROL BX 100/BX $10.85 $ 11.59 $ 11.49 $10.68 $10.68 10.85 11.49 42 AP12-2 1015-11202 Gloves, ApexPro LC 100, MED, Nitrile, Powder Free, White Exterior/Black Interior, 12 in 100/bx 10b/c DIGITCARE CORPORATION INFECTION CONTROL BX 100/BX $10.85 $ 11.59 $ 11.49 $10.68 $10.68 10.85 11.49 43 AP12-4 1015-11204 Gloves, ApexPro LC 100, XL, Nitrile, Powder Free, White Exterior/Black Interior, 12 in 100/bx 10bx/c DIGITCARE CORPORATION INFECTION CONTROL BX 100/BX $10.85 $ 11.59 $ 11.49 $10.68 $10.68 10.85 11.49 44 AP12-1 1015-11201 Gloves, ApexPro LC 100, SM, Nitrile, Powder Free, White Exterior/Black Interior, 12 in 100/bx 10bx/c DIGITCARE CORPORATION INFECTION CONTROL BX 100/BX $10.85 $ 11.59 $ 11.49 $10.68 $10.68 10.85 11.49 45 Q55172 1061-17517 PDI SUPER SANI CLOTH WIPES 6 IN X 6 IN 160/TB 12TB/CS NICE-PAK INFECTION CONTROL TB 1/TB $6.51 $5.84 $5.39 $5.75 $6.89 $5.99 $5.39 5.75 5.84 46 8000-240 J2250 Convenience Bag, 1000cc, Emesis, Rigid Collar, Clear Graduated w/o Hand Protection 240ea/cs GKR INDUSTRIES, INC. INFECTION CONTROL EA 1/EA $0.98 $1.13 $1.25 $1.05 $0.98 1.05 1.13 47 1870+ 1031-87010 Particulate Respirator, 3M Aura1870+ N95, Std Size Mask, Flat Fold, White, Nosefoam 20/bx 6bx/cs 3M HEALTH CARE INFECTION CONTROL BX 20/BX $25.36 $22.91 $ 15.84 $ 15.89 $ 23.49 $ 22.98 $15.84 15.89 22.91 48 17350 R3119 Hand sanitizer waterless, A.B.H.C., fresh scent, 4 oz Bottle with aloe, 24ea/cs SAFETEC INFECTION CONTROL EA 1/EA $1.52 $1.07 $0.98 $1.10 $0.98 1.07 1.1 49 T1500 484-C9850- 18EA Sleeves, 18 in., elastic ends, impervious material, coated polypropylene, white 100pr/cs SUNRISE INDUSTRIES, INC. INFECTION CONTROL PR 1/PR $0.34 $0.23 $0.23 0.34 #NUM! 50 15654 (605B)29605 SAFETY SPECTACLES FOR VISITORS CLEAR 12/BX ERB, INC.INFECTION CONTROL EA 1/EA $0.96 $0.96 #NUM!# NUM! 51 4304077735 291576 GOWN IMPERVIOUS UNIVERSAL SIZE BLUE LATEX FREE 15/BX 5 BX/CS LF QMED CORPORATION INFECTION CONTROL EA 1/EA $0.62 $0.55 $0.66 $0.33 $0.33 0.55 0.62 52 47147 29080 Mask, Procedure, FluidShield, w/SplashGuard Visor, Orange 25/bx 4bx/cs HALYARD HEALTH INFECTION CONTROL BX 25/BX $28.20 $23.38 $ 20.56 $ 21.25 $23.50 $20.56 21.25 23.38 16.E.9.a Packet Pg. 2197 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound 53 9410 296589 BACKBOARD BAG BIOHAZARD 24 X 86 50/CS POLY SYSTEMS COMPANY INFECTION CONTROL EA 1/EA $1.38 $1.70 $1.38 1.7 #NUM! 54 DYND80327 1072-80327 Basin Emesis, 9 inch, 500cc, Graphite, 250ea/cs QMED CORPORATION INFECTION CONTROL EA 1/EA $0.10 $0.11 $0.13 $0.15 $0.10 0.11 0.13 55 H100-10 721-H100-10EA Fracture bedpan, mauve 50ea/cs MEDEGEN MEDICAL PRODUCTS INFECTION CONTROL EA 1/EA $2.85 $0.85 $0.94 $0.70 $0.70 0.85 0.94 56 DYND80235S 1072-23519 URINAL MALE WITH COVER, DISPOSABLE, THICKER WALLS (NEWER DESIGN) 48EA/CS MEDLINE INDUSTRIES, INC. INFECTION CONTROL EA 1/EA $0.97 $0.48 $0.47 $0.59 $0.47 0.48 0.59 57 47-373 61511 Curaplex Ring Cutter CURAPLEX INSTRUMENTS EA 1/EA $13.47 $4.41 $6.44 $ 10.60 $3.89 $4.15 $3.89 4.15 4.41 58 MS-SH001B 533-MS- SH001B EMS shears, black, 7 1/4 in, safety bandage tip, fully autoclavable, surgical stainless steel blades MEDSOURCE INTERNATIONAL INSTRUMENTS EA 1/EA $0.83 $0.83 $0.86 $0.83 0.83 0.86 59 MS-PEL100 K4036 PENLIGHT DISPOSABLE EACH WITH PUPIL GAUGE 300EA/CS MEDSOURCE INTERNATIONAL INSTRUMENTS EA 1/EA $0.60 $0.70 $0.72 $0.60 0.7 0.72 60 1066 400022 WINDOW PUNCH WITH CLIP 1066 E.M.I.INSTRUMENTS EA 1/EA $4.58 $3.44 $3.44 4.58 #NUM! 61 4110 320110 SCALPEL DISPOSABLE STERILE 10 10EA/BX DYNAREX CORPORATION INSTRUMENTS EA 1/EA $0.40 $0.38 $0.37 $0.43 $0.45 $0.37 0.38 0.4 62 SOFTT-NH 1880-15620 SOF Tactical Tourniquet - Black TACTICAL MEDICAL SOLUTIONS, INC INTRAVENOUS OTHER)EA 1/EA $23.16 $ 25.37 $ 23.50 $ 23.49 $22.99 $22.99 23.16 23.49 63 705-4431 354431 INTRAVENOUS (IV) DRESSING TRANSPARENT ADULT 100/BX 5BX/CS VENI- GARD CONMED CORPORATION INTRAVENOUS OTHER)BX 100/BX $35.80 $ 22.17 $ 32.75 $ 33.49 $32.84 $22.17 32.75 32.84 64 30-0001 1880-13022 Combat Application Tourniquet (CAT) Tactical Black, Gen 7, One-handed Tourniquet - Windlass System NORTH AMERICAN RESCUE PRODUCTS INTRAVENOUS OTHER)EA 1/EA $24.99 $ 23.17 $ 24.65 $ 24.19 $25.74 $23.17 24.19 24.65 65 6323 GN H0444 Tamper Evident Seal, Cynch-Lok, Green, Numbered, 5 in 100/bg HEALTHMARK INDUSTRIES CO INTRAVENOUS OTHER)BG 100/BG $13.38 $14.30 $17.49 $13.38 14.3 17.49 66 31142222 1860-22218 SHARPS CONTAINER RED 2 GAL 20/CS DEVON SHARPS-A-GATOR 10.1 X 7.25 X 10.5 COVIDIEN INTRAVENOUS OTHER)EA 1/EA $3.12 $3.13 $2.75 $2.84 $3.30 $2.75 2.84 3.12 67 NLT4425W 1880-42523 Tourniquet, Latex Free, 1 in x 18 in, Flat Packaged, White, 50/pk, 5pk/bx, 4bx/cs DUKAL CORP.INTRAVENOUS OTHER)PK 50/PK $6.54 $6.52 $5.86 $4.43 $4.43 5.86 6.52 68 6323 BLACK 661370 Tamper Evident Seal, Cynch-Lok, Black, Numbered, 5 in 100/bx HEALTHMARK INDUSTRIES CO INTRAVENOUS OTHER)BX 100/BX $13.24 $14.30 $17.49 $13.24 14.3 17.49 69 5224BLUE 337-5224BLUE Tamper Evident Seal, Twist-Lok, Blue, Numbered 100/bg HEALTHMARK INDUSTRIES CO INTRAVENOUS OTHER)BG 100/BG $17.01 $13.35 $ 13.80 $17.49 $13.35 13.8 17.01 70 6323 RD H0446 Tamper Evident Seal, Cynch-Lok, Red, Numbered, 5 in 100/bg HEALTHMARK INDUSTRIES CO INTRAVENOUS OTHER)BG 100/BG $13.27 $13.82 $ 14.30 $17.49 $13.27 13.82 14.3 71 BT-64250 64250 Curaplex Sharps Solo, Sharps container with one time lockable seal, 6.5 in 24ea/cs CURAPLEX INTRAVENOUS OTHER)EA 1/EA $1.49 $1.43 $1.53 $0.99 $0.99 1.43 1.49 72 4010 354010 Pressure Infuser w/Bulb and Gauge, 1000ml, Disposable 25ea/cs ETHOX MEDICAL, LLC INTRAVENOUS OTHER)EA 1/EA $15.37 $ 13.51 $ 14.68 $13.51 14.68 15.37 16.E.9.a Packet Pg. 2198 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound 73 1009-100 450004 INTRAVENOUS (IV) ARMBOARD DISPOSABLE 3 IN X 9 IN 100/CS MORRISON MEDICAL PRODUCTS INTRAVENOUS OTHER)EA 1/EA $0.80 $0.81 $0.93 $1.39 $0.85 $0.80 0.81 0.85 74 MAD300 400125 MUCOSAL ATOMIZATION DEVICE (MAD) WITHOUT SYRINGE LATEX FREE 25EA/BX TELEFLEX MEDICAL INTUBATION OTHER)EA 1/EA $5.35 $4.93 $4.12 $5.20 $3.65 $5.12 $3.65 4.12 4.93 75 382268 352832 CATHETER, DECOMPRESSION NEEDLE, 14 GA X 3.25 IN, BD ANGIOCATH 10EA/BX, 5BX/CS MEDICAL INNOVATIONS, INC. INTUBATION OTHER)EA 1/EA $6.20 $ 13.96 $ 14.45 $7.90 $5.84 $5.84 6.2 7.9 76 600-10000 020500 Endotracheal Tube Holder, Thomas, Adult, for ET/SGA Tubes 6.5mm ID to 21mm OD LAERDAL MEDICAL CORP. INTUBATION OTHER)EA 1/EA $2.67 $2.49 $2.65 $3.35 $2.49 2.65 2.67 77 8621000 028621 LARYNGOSCOPE HANDLE RUSCH STANDARD TELEFLEX MEDICAL INTUBATION OTHER)EA 1/EA $13.46 $ 24.30 $ 21.85 $19.60 $13.46 19.6 21.85 78 750 020405 STYLETTE DISPOSABLE PEDIATRIC MEDIUM 4.0 TO 6.5 25/BX SLICK TELEFLEX MEDICAL INTUBATION OTHER)EA 1/EA $2.72 $2.86 $2.55 $2.69 $2.85 $2.55 2.69 2.72 79 1-7330-50 792-1-7330- 50EA Endotracheal tube, 20 Fr, 5.0 mm, uncuffed, Murphy, radiopaque strip, smooth tube tip, sterile, disp SUN MED INTUBATION OTHER)EA 1/EA $0.70 $0.87 $0.55 $0.55 0.7 0.87 80 4803300 2142-48003 LITE BLADE, MAC 3 20EA/BX TELEFLEX MEDICAL INTUBATION OTHER)EA 1/EA $4.76 $4.46 $4.33 $5.29 $4.33 4.46 4.76 81 1-7333-55 792-1-7333- 55EA ENDOTRACHEAL TUBE CUFFED 5.5MM SUN MED INTUBATION OTHER)EA 1/EA $1.01 $1.25 $0.84 $0.84 1.01 1.25 82 1-7333-60 792-1-7333- 60EA Endotracheal tube, 24 Fr, 6.0 mm, cuffed, Murphy, radiopaque strip, smooth tube tip, sterile, disp SUN MED INTUBATION OTHER)EA 1/EA $1.00 $1.25 $0.84 $0.84 1 1.25 83 004802200 2142-48002 LITE BLADE, MAC 2 20EA/BX TELEFLEX MEDICAL INTUBATION OTHER)EA 1/EA $4.76 $4.46 $4.33 $5.29 $4.33 4.46 4.76 84 *dc* 4021 024851 LIMITED QUANTITY * LITE-BLADE SLIMS LARYNGOSCOPE BLADE, MILLER 1, DISPOSABLE 20/BX TRUPHATEK, INC INTUBATION OTHER)EA 1/EA 85 *dc* 4023 024853 LIMITED QUANTITY * LITE-BLADE SLIMS LARYNGOSCOPE BLADE, MILLER 3, DISPOSABLE 20/BX TRUPHATEK, INC INTUBATION OTHER)EA 1/EA 86 500 020406 STYLETTE DISPOSABLE NEONATE 6 FRENCH 2.0 TO 3.5 25/BX SLICK TELEFLEX MEDICAL INTUBATION OTHER)EA 1/EA $2.75 $3.38 $2.51 $2.69 $2.85 $2.51 2.69 2.75 87 1000R 020404 STYLETTE SLICK DISPOSABLE ADULT LARGE 7.0 TO 10.0 25/BX TELEFLEX MEDICAL INTUBATION OTHER)EA 1/EA $2.99 $3.30 $2.76 $2.69 $2.85 $2.69 2.76 2.85 88 9-0212-70 9-01212-70 ET TUBE INTRODUCER W/COUDE TIP 15FR X 70CM 10/BX SUN MED INTUBATION OTHER)EA 1/EA $4.12 $4.41 $3.93 $6.05 $3.93 4.12 4.41 89 1-7333-80 792-1-7333- 80EA Endotracheal tube, 32 Fr, 8.0 mm, cuffed, Murphy, radiopaque strip, smooth tube tip, sterile, disp SUN MED INTUBATION OTHER)EA 1/EA $1.00 $1.25 $0.84 $0.84 1 1.25 90 MD-6-1-D 021410 AIRFLOW MONITOR BAAM 100/CS GREAT PLAINS BALLISTICS INTUBATION OTHER)EA 1/EA $5.93 $7.34 $5.89 $7.60 $5.89 5.93 7.34 91 1-7333-75 792-1-7333- 75EA Endotracheal tube, 30 Fr, 7.5 mm, cuffed, Murphy, radiopaque strip, smooth tube tip, sterile, disp SUN MED INTUBATION OTHER)EA 1/EA $1.01 $1.25 $0.84 $0.84 1.01 1.25 16.E.9.a Packet Pg. 2199 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound 92 1-7330-45 792-1-7330- 45EA Endotracheal tube, 18 Fr, 4.5 mm, uncuffed, Murphy, radiopaque strip, smooth tube tip, sterile, disp SUN MED INTUBATION OTHER)EA 1/EA $0.70 $0.87 $0.55 $0.55 0.7 0.87 93 1-7330-40 792-1-7330- 40EA Endotracheal tube, 16 Fr, 4.0 mm, uncuffed, Murphy, radiopaque strip, smooth tube tip, disp, sterile SUN MED INTUBATION OTHER)EA 1/EA $0.71 $0.87 $0.55 $0.55 0.71 0.87 94 004851100 2142-48501 LITE BLADE, MILLER 1 20EA/BX TELEFLEX MEDICAL INTUBATION OTHER)EA 1/EA $4.75 $4.46 $4.33 $5.29 $4.33 4.46 4.75 95 *dc* 4022 024852 LIMITED QTY * LITE-BLADE SLIMS LARYNGOSCOPE BLADE, MILLER 2, DISPOSABLE 20/BX TRUPHATEK, INC INTUBATION OTHER)EA 1/EA 96 004852200 2142-48502 LITE BLADE, MILLER 2 20EA/BX TELEFLEX MEDICAL INTUBATION OTHER)EA 1/EA $4.71 $4.46 $4.33 $5.29 $4.33 4.46 4.71 97 1-7330-30 792-1-7330- 30EA Endotracheal tube, 12 Fr, 3.0 mm, uncuffed, Murphy, radiopaque strip, smooth tube tip, sterile, disp SUN MED INTUBATION OTHER)EA 1/EA $0.70 $0.87 $0.55 $0.55 0.7 0.87 98 1-7333-70 792-1-7333- 70EA Endtoracheal tube, 28 Fr, 7.0 mm, cuffed, Murphy, radiopaque strip, smooth tube tip, sterile, disp SUN MED INTUBATION OTHER)EA 1/EA $1.01 $1.25 $0.84 $0.84 1.01 1.25 99 *dc* 4042 024802 LIMITED QUANTITY * LITE-BLADE SLIMS LARYNGOSCOPE BLADE, MAC 2, DISPOSABLE 20/BX TRUPHATEK, INC INTUBATION OTHER)EA 1/EA 100 004804400 2142-48004 LITE BLADE, MAC 4 20EA/BX TELEFLEX MEDICAL INTUBATION OTHER)EA 1/EA $4.73 $4.46 $4.33 $5.29 $77.52 $4.33 4.46 4.73 101 1-7330-25 792-1-7330- 25EA Endotracheal tube, 10 Fr, 2.5 mm, uncuffed, Murphy, radiopaque strip, smooth tube tip, sterile, disp SUN MED INTUBATION OTHER)EA 1/EA $0.70 $0.55 $0.55 0.7 #NUM! 102 1-7330-35 792-1-7330- 35EA Endotracheal tube, 14 Fr, 3.5 mm, uncuffed, Murphy, radiopaque strip, smooth tube tip, sterile, disp SUN MED INTUBATION OTHER)EA 1/EA $0.71 $0.87 $0.55 $0.55 0.71 0.87 103 1-7330-55 792-1-7330- 55EA Endotracheal tube, 22 Fr, 5.5 mm, uncuffed, Murphy, radiopaque strip, smooth tube tip, sterile, disp SUN MED INTUBATION OTHER)EA 1/EA 104 1-7333-65 792-1-7333- 65EA Endotracheal tube, 26 Fr, 6.5 mm, cuffed, Murphy, radiopaque strip, smooth tube, disp, sterile SUN MED INTUBATION OTHER)EA 1/EA 105 1-7330-25 792-1-7330- 25EA Endotracheal tube, 10 Fr, 2.5 mm, uncuffed, Murphy, radiopaque strip, smooth tube tip, sterile, disp SUN MED INTUBATION OTHER)EA 1/EA 106 DMS-05420 3430-42004 ALL RISK TRIAGE TAG W/ WRISTBAND 50/PK DISASTER MANAGEMENT SYSTEMS, INC. MCI, SAFETY, TRAFFIC PK 50/PK $58.10 $ 61.63 $ 65.00 $59.80 $58.10 59.8 61.63 107 LG MULTI TAG W/STRING 72200 TRIAGE TAG/REPORT FORM MULTIPLE TAG LARGE SIZE 4 IN X 8.5 IN 25/PK 400PK/CS FORMS CONTROL SYSTEMS MCI, SAFETY, TRAFFIC PK 25/PK $10.36 $10.36 #NUM!# NUM! 108 MT-137 600001 TRIAGE TAGS 50/BG METTAG METTAG PRODUCTS MCI, SAFETY, TRAFFIC BG 50/BG $41.53 $ 36.42 $ 46.00 $42.50 $36.42 41.53 42.5 109 11576-000047 4510-04776 Suction Cups, for LUCAS 2, Disposable 12/pk PHYSIO-CONTROL, INC.MEDICAL DEVICES PK 12/PK $401.77 $389.49 $452.00 $142.50 $459.85 $142.50 389.49 401.77 16.E.9.a Packet Pg. 2200 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound 110 Z69 220BK 660965 BAG, LEG PACK BLACK QUARTERMASTER MEDICAL/TRAUMA CASES & BOXES EA 1/EA $21.38 $21.38 #NUM!# NUM! 111 PM2273 6777PM)682273 HARD MEDICAL BOX 3 DRAWER 19.5 IN X 11.5 IN X 11.75 IN FLAMBEAU FLAMBEAU PRODUCTS CORPORATION MEDICAL/TRAUMA CASES & BOXES EA 1/EA $74.61 $ 80.21 $88.69 $74.61 80.21 88.69 112 ME1701- MG031(CS96/4 PER CARTON 11405 Curaplex Cold Pack, 6 in x 7 in 24/bx 4bx/cs CURAPLEX MISCELLANEOUS FIRST AID BX 24/BX $14.25 $8.13 $4.06 $9.35 $6.96 $9.25 $4.06 6.96 8.13 113 650-4001-0000 321-40-01 OB kit, Emergency, incl gloves, scalpel, OB pad, pad, blanket, towels, gauze sponge, clamps, ties BRIGGS HEALTHCARE MISCELLANEOUS FIRST AID EA 1/EA $5.61 $5.81 $5.73 $5.61 5.73 5.81 114 MEIH80-MG031 MIN 125 CS4)11406 Curaplex Hot Pack, 4 1/2 in x 5 1/2 in 24/bx 4bx/cs CURAPLEX MISCELLANEOUS FIRST AID BX 24/BX $14.25 $7.39 $6.02 $ 13.55 $8.40 $ 13.98 $6.02 7.39 8.4 115 MDT211434PB 442114 HEAD WARMER KNITTED INFANT PINK AND BLUE 50EA/BX QMED CORPORATION MISCELLANEOUS FIRST AID EA 1/EA $0.67 $0.45 $0.45 0.67 #NUM! 116 7099C 2763-09950 CONTOUR BLOOD GLUCOSE TEST STRIPS 50/BX 24BX/CS ASCENSIA DIABETES CARE MONITORING/DIAG NOSTIC BX 50/BX $15.42 $ 15.45 $ 14.20 $ 13.29 $ 13.24 $13.24 13.29 14.2 117 10579 174620 FILTERLINE SET, NON HUMIDIFIED, INTUBATED, ADULT/PEDIATRIC 100EA/BX COVIDIEN MONITORING/DIAG NOSTIC EA 1/EA $12.74 $6.79 $8.83 $ 12.10 $ 11.90 $9.31 $6.79 8.83 9.31 118 SLN240 E6254 LANCET 2.2MM 21 GA 100/BX 15BX/CS SURGILANCE MEDI PURPOSE SURGILANCE) MONITORING/DIAG NOSTIC BX 100/BX $11.66 $13.25 $9.08 $8.75 $ 11.89 $9.75 $8.75 9.08 9.75 119 11171-000037 2712-03711 Patient Cable, Masimo SET RC, 4ft, for Use w/M-LNCS or Rainbow R Sensors, LifePak 15 PHYSIO-CONTROL, INC. MONITORING/DIAG NOSTIC EA 1/EA $207.35 $121.32 $247.00 $149.00 $209.36 $121.32 149 207.35 120 11171-000046 2712-04671 Sensor, Masimo SET M-LNCS, Adult, SpO2, Reusable, RC Patient Cable Compatible PHYSIO-CONTROL, INC. MONITORING/DIAG NOSTIC EA 1/EA $252.17 $110.30 $273.00 $309.00 $166.52 $110.30 166.52 252.17 121 01690-200 179200 Thermometer, Electronic, SureTemp Plus 690, 4 Ft Cord, Oral Probe w/Well WELCH ALLYN, INC.. MONITORING/DIAG NOSTIC EA 1/EA $280.40 $249.18 $231.61 $238.00 $249.00 $318.25 $231.61 238 249 122 11111-000018 2743-01811 4 WIRE LIMB LEAD WITH 12 LEAD CAPABILITY ECG 5 FT TRUNK CABLE-RT ANGLE CONNECTOR-LP12 LP15 PHYSIO-CONTROL, INC. MONITORING/DIAG NOSTIC EA 1/EA $297.88 $307.71 $319.00 $359.50 $345.41 $297.88 307.71 319 123 31439766 47- 31439766PK Electrode, Medi-Trace Mini, ECG monitoring, pediatric, foam, teardrop shape, adhesive hydrogel 5/pk COVIDIEN MONITORING/DIAG NOSTIC PK 5/PK $0.85 $0.85 $0.76 $0.78 $0.99 $0.85 $0.76 0.78 0.85 124 01690-400 179400 Thermometer, Electronic, SureTemp Plus 690, 4 Ft Cord, Wall Mount, Oral Probe w/Well WELCH ALLYN, INC.. MONITORING/DIAG NOSTIC EA 1/EA $294.43 $261.07 $229.77 $250.00 $269.00 $318.25 $229.77 250 261.07 125 474851 661588 RAZOR, DBL EDGED, FIXED HEAD DISPOSABLE 24/BX MCKESSON GENERAL MEDICAL MONITORING/DIAG NOSTIC BX 24/BX $13.29 $8.35 $8.35 13.29 #NUM! 126 11260-000039 2748-03960 Back Pouch for the LifePak 15 PHYSIO-CONTROL, INC. MONITORING/DIAG NOSTIC EA 1/EA $65.99 $ 62.70 $ 72.00 $ 85.00 $ 82.45 $62.70 65.99 72 127 5631 16434 BATTERY FOR IMPACT 321UL R&D BATTERIES MONITORING/DIAG NOSTIC EA 1/EA $17.73 $20.28 $17.73 20.28 #NUM! 16.E.9.a Packet Pg. 2201 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound 128 415 415 THERMOMETER ADTEMP IV 415 DIGITAL ORAL AND RECTAL AMERICAN DIAGNOSTIC CORP. MONITORING/DIAG NOSTIC EA 1/EA $3.66 $4.20 $3.69 $3.70 $5.85 $3.66 3.69 3.7 129 05-10000 AT05-10000 ADAPTER PHYSIO CONTROL TO PHILIPS DEFIB PADS PHILIPS MEDICAL SYSTEMS HSG MONITORING/DIAG NOSTIC EA 1/EA $24.22 $ 26.60 $28.99 $24.22 26.6 28.99 130 416-100 400018 THERMOMETER SHEATHS FOR ADTEMP 100/BX 50BX/CS AMERICAN DIAGNOSTIC CORP. MONITORING/DIAG NOSTIC BX 100/BX $2.89 $2.45 $2.35 $1.85 $1.99 $1.85 1.99 2.35 131 M5090A ATM5090A ADULT PADS PLACEMENT GUIDE FOR ONSITE, FRX AND HSI MODELS PHILIPS MEDICAL SYSTEMS HSG MONITORING/DIAG NOSTIC EA 1/EA $16.55 $ 19.22 $19.93 $16.55 19.22 19.93 132 9556C/BAN 06707059 2761-95563 SEE NOTES * CONTOUR Blood Glucose Monitoring System, incl Pouch and User Guide 4ea/cs ASCENSIA DIABETES CARE MONITORING/DIAG NOSTIC EA 1/EA $66.18 $8.19 $8.25 $8.19 8.25 66.18 133 305606 353056 CATHETER INTRAVENOUS (IV) LATEX FREE 20 GAUGE X 1.25 IN 50/BX 200/CS PROTECTIV SMITHS MEDICAL ASD, INC. NEEDLES & SYRINGES EA 1/EA #NUM!# NUM! 134 305506 353055 CATHETER INTRAVENOUS (IV) LATEX FREE 18 GAUGE X 1.25 IN 50/BX 200/CS PROTECTIV SMITHS MEDICAL ASD, INC. NEEDLES & SYRINGES EA 1/EA #NUM!# NUM! 135 MS-84218 1612-84230 IV Catheter, ClearSafe Comfort, 18 ga x 1 1/4 in, Safety 50ea/bx 4bx/cs CURAPLEX NEEDLES & SYRINGES EA 1/EA $0.67 $1.46 $1.37 $1.43 $1.38 $1.42 $0.67 1.37 1.38 136 MS-84220 1612-84240 IV Catheter, ClearSafe Comfort, 20 ga x 1 1/4 in, Safety 50ea/bx 4bx/cs CURAPLEX NEEDLES & SYRINGES EA 1/EA $0.67 $1.46 $1.37 $1.43 $1.38 $1.42 $0.67 1.37 1.38 137 MS-84222 1612-84250 IV Catheter, ClearSafe Comfort, 22 ga x 1 in, Safety 50ea/bx 4bx/cs CURAPLEX NEEDLES & SYRINGES EA 1/EA $0.67 $1.46 $1.31 $1.43 $1.38 $1.42 $0.67 1.31 1.38 138 304206 353042 CATHETER INTRAVENOUS (IV) LATEX FREE 16 GAUGE X 1.25 IN 50/BX 200/CS PROTECTIV SMITHS MEDICAL ASD, INC. NEEDLES & SYRINGES EA 1/EA 139 305006 353050 CATHETER INTRAVENOUS (IV) 22 GAUGE X 1 IN 50/BX 200/CS PROTECTIV SMITHS MEDICAL ASD, INC. NEEDLES & SYRINGES EA 1/EA 140 MS-84214 1612-84210 IV Catheter, ClearSafe Comfort, 14 ga x 1 1/4 in, Safety 50ea/bx 4bx/cs CURAPLEX NEEDLES & SYRINGES EA 1/EA $0.67 $1.45 $1.31 $1.43 $1.38 $1.42 $0.67 1.31 1.38 141 MS-84216 1612-84220 IV Catheter, ClearSafe Comfort, 16 ga x 1 1/4 in, Safety 50ea/bx 4bx/cs CURAPLEX NEEDLES & SYRINGES EA 1/EA $0.67 $1.45 $1.31 $1.43 $1.38 $1.42 $0.67 1.31 1.38 142 MS-84224 1612-84260 IV Catheter, ClearSafe Comfort, 24 ga x 3/4 in, Safety 50ea/bx 4bx/cs CURAPLEX NEEDLES & SYRINGES EA 1/EA $0.67 $1.45 $1.31 $1.43 $1.38 $1.42 $0.67 1.31 1.38 143 SR-OX1451CA 601451T CATHETER INTRAVENOUS (IV) 14 GAUGE X 2 IN 50/BX 200/CS TERUMO SURFLO TERUMO MEDICAL CORPORATION NEEDLES & SYRINGES EA 1/EA $1.85 $1.02 $1.12 $1.38 $1.02 1.12 1.38 144 4610303-02 1633-30303 Syringe Only, 3cc, Luer Lock, 100ea/bx 24bx/cs B. BRAUN MEDICAL, INC NEEDLES & SYRINGES EA 1/EA $0.11 $0.05 $0.05 $0.05 0.05 0.11 145 27706 30-27706BX Butterfly, safety scalp vein set, 23 ga. x 3/4 in, w/12in tubing, 50/bx 10bx/cs EXEL INTERNATIONAL, INC. NEEDLES & SYRINGES BX 50/BX $33.82 $23.67 $205.65 $ 23.35 $12.69 $12.69 23.35 23.67 146 1186000444T 1633-11860 Syringe Only, 60cc, Catheter Tip 30/bx 12bx/cs COVIDIEN NEEDLES & SYRINGES BX 30/BX $17.01 $14.49 $ 12.83 $ 13.25 $14.70 $12.83 13.25 14.49 147 8881501160 C490320 TUBERCULIN SYRINGE WITH NEEDLE 25 GAUGE X 5/8 IN STERILE 1cc 100/BX 5BX/CS MONOJECT COVIDIEN NEEDLES & SYRINGES BX 100/BX $25.36 $21.79 $ 19.12 $ 19.79 $19.12 19.79 21.79 16.E.9.a Packet Pg. 2202 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound 148 26416 620416 NEEDLE HYPODERMIC 21 GAUGE X 1.5 IN 100/BX 20BX/CS EXEL INTERNATIONAL, INC. NEEDLES & SYRINGES BX 100/BX $4.48 $3.40 $3.07 $3.85 $3.07 3.4 3.85 149 4617100V-02 1633-10010 Syringe Only, 10cc, Luer Lock, 100ea/bx 12bx/cs B. BRAUN MEDICAL, INC NEEDLES & SYRINGES EA 1/EA $0.21 $0.09 $0.11 $0.08 $0.08 0.09 0.11 150 26420 1641-42018 Hypodermic Needle, 18 ga x 1.5 inch, 100ea/bx 20bx/cs EXEL INTERNATIONAL, INC. NEEDLES & SYRINGES EA 1/EA $0.05 $0.04 $0.04 $3.85 $0.04 0.04 0.05 151 27708 30-27708BX Butterfly, safety scalp vein set, 25 ga. x 3/4 in., with 12 in. tubing 50/bx 10bx/cs EXEL INTERNATIONAL, INC. NEEDLES & SYRINGES BX 50/BX $35.03 $23.33 $205.65 $ 23.35 $12.69 $12.69 23.33 23.35 152 4617207V-02 1633-20720 Syringe Only, 20cc, Luer Lock, 100ea/bx, 8bx/cs B. BRAUN MEDICAL, INC NEEDLES & SYRINGES EA 1/EA $0.51 $0.22 $0.06 $0.20 $0.06 0.203 0.22 153 123320 023320 NASOPHARYNGEAL AIRWAY - NPA - LATEX FREE PVC 20 FRENCH 10/BX RUSCH TELEFLEX MEDICAL ORAL/NASAL AIRWAYS EA 1/EA $2.14 $2.42 $2.03 $2.25 $24.73 $2.03 2.14 2.25 154 123326 023326 NASOPHARYNGEAL AIRWAY - NPA - LATEX FREE PVC 26 FRENCH 10/BX RUSCH TELEFLEX MEDICAL ORAL/NASAL AIRWAYS EA 1/EA $2.17 $2.42 $2.03 $2.25 $24.73 $2.03 2.17 2.25 155 123322 023322 NASOPHARYNGEAL AIRWAY - NPA - LATEX FREE PVC 22 FRENCH 10/BX RUSCH TELEFLEX MEDICAL ORAL/NASAL AIRWAYS EA 1/EA $2.15 $2.42 $2.03 $2.25 $24.73 $2.03 2.15 2.25 156 123328 023328 NASOPHARYNGEAL AIRWAY - NPA - LATEX FREE PVC 28 FRENCH 10/BX RUSCH TELEFLEX MEDICAL ORAL/NASAL AIRWAYS EA 1/EA $2.14 $2.42 $2.03 $2.25 $24.73 $2.03 2.14 2.25 157 123324 023324 NASOPHARYNGEAL AIRWAY - NPA - LATEX FREE PVC 24 FRENCH 10/BX RUSCH TELEFLEX MEDICAL ORAL/NASAL AIRWAYS EA 1/EA $2.15 $2.42 $2.03 $2.25 $24.73 $2.03 2.15 2.25 158 123330 023330 NASOPHARYNGEAL AIRWAY - NPA - LATEX FREE PVC 30 FRENCH 10/BX RUSCH TELEFLEX MEDICAL ORAL/NASAL AIRWAYS EA 1/EA $2.15 $2.42 $2.03 $2.25 $24.73 $2.03 2.15 2.25 159 123314 023314 NASOPHARYNGEAL AIRWAY - NPA - LATEX FREE PVC 14 FRENCH 10/BX RUSCH TELEFLEX MEDICAL ORAL/NASAL AIRWAYS EA 1/EA $2.22 $2.62 $2.03 $2.25 $2.40 $24.73 $2.03 2.22 2.25 160 123316 023316 NASOPHARYNGEAL AIRWAY - NPA - LATEX FREE PVC 16 FRENCH 10/BX RUSCH TELEFLEX MEDICAL ORAL/NASAL AIRWAYS EA 1/EA $2.22 $2.62 $2.03 $2.25 $2.40 $24.73 $2.03 2.22 2.25 161 123318 023318 NASOPHARYNGEAL AIRWAY - NPA - LATEX FREE PVC 18 FRENCH 10/BX RUSCH TELEFLEX MEDICAL ORAL/NASAL AIRWAYS EA 1/EA $2.23 $2.62 $2.03 $2.25 $2.40 $24.73 $2.03 2.23 2.25 162 122004 122004 BERMAN AIRWAY COLOR CODED YELLOW SZ 9 90MM 10/BX QMED CORPORATION ORAL/NASAL AIRWAYS BX 10/BX $3.63 $2.51 $2.02 $1.40 $1.40 2.02 2.51 163 122006 122006 BERMAN AIRWAY COLOR CODED ORANGE SZ 11 110MM 10/BX TELEFLEX MEDICAL ORAL/NASAL AIRWAYS BX 10/BX $2.20 $1.41 $2.02 $1.40 $1.85 $1.40 1.41 1.85 164 122003 122003 BERMAN AIRWAY COLOR CODED GREEN SZ 8 80MM 10/BX QMED CORPORATION ORAL/NASAL AIRWAYS BX 10/BX $3.63 $2.51 $2.02 $1.40 $1.40 2.02 2.51 165 122005 122005 BERMAN AIRWAY COLOR CODED PURPLE SZ 10 100MM 10/BX QMED CORPORATION ORAL/NASAL AIRWAYS BX 10/BX $3.60 $2.51 $2.02 $1.40 $1.40 2.02 2.51 16.E.9.a Packet Pg. 2203 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound 166 123312 023312 NASOPHARYNGEAL AIRWAY - NPA - LATEX FREE PVC 12 FRENCH 10/BX RUSCH TELEFLEX MEDICAL ORAL/NASAL AIRWAYS EA 1/EA $2.23 $2.62 $2.03 $2.40 $24.73 $2.03 2.23 2.4 167 BT-25060 533-MS- 25060EA Curaplex Oxygen Mask, Adult, Elongated, High Conc, Total NRB w/o Vent, Reservoir Bag, Tubing 50ea/cs CURAPLEX OXYGEN EA 1/EA $1.53 $0.86 $0.67 $0.85 $0.62 $0.99 $0.62 0.67 0.849 168 BT-24004 301-100EA Curaplex Oxygen NasalCannula, Adult, Conventional, Clear, Flared Prongs, 7 ft tubing, 50ea/cs CURAPLEX OXYGEN EA 1/EA $1.22 $0.31 $0.18 $0.24 $0.23 $0.27 $0.18 0.23 0.237 169 1734 411734 NEBULIZER MIST WITH RESERVOIR AND 7 FT TUBING 50/CS T UP DRAFT II 1734 QMED CORPORATION OXYGEN EA 1/EA $1.00 $0.60 $0.78 $0.90 $0.60 0.78 0.9 170 EMSREG8725- B2D-BTM 14288 Curaplex Oxygen Regulator, All-Brass, 2 DISS, 1 Barb, CGA870 CURAPLEX OXYGEN EA 1/EA $40.56 $ 71.20 $ 76.25 $ 44.49 $ 27.85 $27.85 40.56 44.49 171 WPX-8702-1T 10011 O2 cylinder, D tank, aluminum, w/toggle WESTERN ENTERPRISES OXYGEN EA 1/EA $58.91 $53.00 $ 44.95 $44.95 53 58.91 172 8MFA1005 020631 FLOWMETER OXYGEN WITH OHMEDA QC ADAPTER 0-15 LPM PRECISION MEDICAL OXYGEN EA 1/EA $28.68 $ 28.99 $ 32.75 $28.68 28.99 32.75 173 MS-25055-U 410266 MASKHIGH CONCENTRATION NON REBREATHER, INFANT, TUBING WITH UNIVERAL CONNECTOR, LATEX FREE 50/CS MEDSOURCE INTERNATIONAL OXYGEN EA 1/EA $1.24 $1.02 $1.20 $1.02 1.2 1.24 174 MS-25058 533-MS- 25058EA Curaplex Oxygen Mask, Pediatric, Elongated, Total NRB, w/o Safety vent, 7 ft Tubing 50ea/cs CURAPLEX OXYGEN EA 1/EA $1.27 $1.04 $0.92 $0.64 $0.99 $0.64 0.92 0.99 175 86060-BR 380038 STAT-O-SEAL CYLINDER GASKET BRASS WITH RUBBER CENTER 50/CS ALLIED HEALTHCARE PRODUCTS INC OXYGEN EA 1/EA $1.00 $0.89 $0.80 $0.80 0.89 1 176 CFM-25L 10856 Curaplex Oxygen Flowmeter, CFM 0- 25LPM, Standard 1/8 NPT Connection GENSTAR TECHNOLOGIES CO, INC OXYGEN EA 1/EA $31.81 $ 17.84 $19.78 $17.84 19.78 31.81 177 64376 21-64376EA Dry humidifier, metal nut, 300cc, 3 PSI safety relief pop off valve, disposable 50ea/cs ALLIED HEALTHCARE PRODUCTS INC OXYGEN EA 1/EA $1.73 $1.81 $1.73 1.81 #NUM! 178 66082 020640 WRENCH CYLINDER METAL LARGE 10/CS QMED CORPORATION OXYGEN EA 1/EA $3.86 $3.46 $4.15 $4.15 $3.46 3.86 4.15 179 BT-24101 533-MS- 24101EA Curaplex Oxygen Nasal Cannula, Pediatric, Over-the-Ear, 7 ft Star Lumen Tubing 50ea/cs CURAPLEX OXYGEN EA 1/EA $0.55 $0.50 $0.18 $0.48 $0.26 $0.32 $0.18 0.26 0.32 180 1600 385083 WRENCH E CYLINDER PLASTIC SMALL BLACK 25/PK MES, INC.OXYGEN EA 1/EA $0.36 $1.08 $0.36 1.08 #NUM! 181 EF600 114250 FLUID RESISTANT FITTED SHEET 72 X 30 LIGHT BLUE 50/CS ALLCARE INC PATIENT TRANSPORT & HANDLING CS 50/CS $39.41 $4.04 $ 45.75 $4.04 39.41 45.75 182 MS-40540 3271-12503 DISPOSABLE POLYESTER BLANKET 60 IN X 80 IN GRAY 25EA/CS MEDSOURCE INTERNATIONAL PATIENT TRANSPORT & HANDLING EA 1/EA $4.70 $3.70 $4.59 $5.74 $3.70 4.59 4.7 183 089-7015 206-089- 7015EA Pillow, disposable, 18x24, 16 oz., polyester fill, vinyl based soft 12/c CARE LINE INC. PATIENT TRANSPORT & HANDLING EA 1/EA $2.25 $2.14 $2.14 2.25 #NUM! 16.E.9.a Packet Pg. 2204 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound 184 MS-001FL 533-MS-001FL Flat sheet, 84 in. x 40 in., fluid resistant poly film layer, dk blue, disp 50/cs MEDSOURCE INTERNATIONAL PATIENT TRANSPORT & HANDLING CS 50/CS $30.79 $ 29.19 $ 33.00 $29.19 30.79 33 185 51926 111500 MEGAMOVER TRANSPORT UNIT 40 X 80 NONWOVEN POLY WHITE 1000 LB CAPACITY, 14 HANDLES 10/CS LITTLE RAPIDS CORPORATION/GR AHAM MEDICAL PATIENT TRANSPORT & HANDLING EA 1/EA $16.58 $ 17.18 $ 15.25 $17.69 $15.25 16.58 17.18 186 ME1905- MG031 14043 Curaplex Pillow Case, 21 in x 30 in, Tissue/Poly 100/cs CURAPLEX PATIENT TRANSPORT & HANDLING CS 100/CS $26.94 $16.84 $ 17.33 $22.19 $24.63 $16.84 17.33 22.19 187 47256 10847 Pillow Case, Disp., Graham 47256, 21 in x 30 in, tissue/poly, white 100ea/cs LITTLE RAPIDS CORPORATION/GR AHAM MEDICAL PATIENT TRANSPORT & HANDLING CS 1/EA $0.23 $ 21.02 $ 18.95 $0.23 18.95 21.02 188 0313063 470460 COT MATTRESS BURGUNDY BOLSTER 460 FERNO WASHINGTON PATIENT TRANSPORT & HANDLING EA 1/EA $230.00 $206.14 $257.55 $265.31 $206.14 230 257.55 189 0313778 473560 Child Transport, Ferno Pedi-Mate, Designed to Hold a Child from 4.5 to 18.1 kg (10-40lb) FERNO WASHINGTON PATIENT TRANSPORT & HANDLING EA 1/EA $267.00 $218.84 $307.58 $274.00 $218.84 267 274 190 MS-B100 533-MS- B100EA Emergency blanket, space blanket, mylar, waterproof, reusable, compact, 52 in. x 84 in., 200ea/cs CURAPLEX PATIENT TRANSPORT & HANDLING EA 1/EA $1.45 $0.88 $0.42 $0.77 $0.41 $0.51 $0.41 0.42 0.51 191 54420 3271-42033 COT SHEET, FITTED, POWER FIT BARRIER STRETCHER SHEET, IMPERVIOUS, NON WOVEN 33 IN X 89 IN 50/CS LITTLE RAPIDS CORPORATION/GR AHAM MEDICAL PATIENT TRANSPORT & HANDLING CS 50/CS $78.18 $ 69.33 $ 72.00 $69.33 72 78.18 192 995277 0102-02 Epinephrine 0.3mg Autoinjector Two Pack 2 Syringes/Box, for patients 30 kg or greater CAPITAL WHOLESALE DRUG PHARMACEUTICALS BX 1/BX 193 995276 0101-02 Epinephrine 0.15mg Autoinjector Two Pack 2 Syringes/Box, for patients 15-30 kg CAPITAL WHOLESALE DRUG PHARMACEUTICALS BX 1/BX 194 6097714101 372131 PROTOPAM CHLORIDE 1GM 20ML PWVL 6/PK 2131 BAXTER HEALTHCARE PHARM DIVISION PHARMACEUTICALS KT 6/PK 195 60267-812-00 0812-00 Nithiodote Kit, incl one Sodium Nitrite 300mg/10ml vial) and one Sodium Thiosulfate (12.5gm/50ml) HOPE PHARMACEUTICALS PHARMACEUTICALS KT 1/KT 196 301-02 25021-301-02 ADENOSINE 6MG, 2ML VIAL 10ea/bx SAGENT PHARMACEUTICALS INC. PHARMACEUTICALS EA 1/EA 197 0582001 0074581901 DOPAMINE 200MG 5ML VIAL 2040 25EA/BX HOSPIRA WORLDWIDE, INC PHARMACEUTICALS EA 1/EA 198 7632990610 0517113001 EPINEPHRINE 1:1000 30MG 30ML MDV 2044 IMS LIMITED PHARMACEUTICALS EA 1/EA 199 1801 0180-01 PYRIDOXINE 100MG 1ML VIAL FRESENIUS PHARMACEUTICALS EA 1/EA 200 1302 (25/PK)371651 THIAMINE 100MG/ML 2ML MDV 2122 FRESENIUS PHARMACEUTICALS EA 1/EA 16.E.9.a Packet Pg. 2205 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound 201 L8002 358002 IV Solution, Sodium Chloride 0.9% 250ml Bag 24ea/cs BBraun L8002 B. BRAUN MEDICAL, INC PHARMACEUTICALS EA 1/EA 202 63323-0616-03 0616-03 AMIODARONE 150MG 3ML VIAL FRESENIUS PHARMACEUTICALS EA 1/EA 203 2F7112 607112 MFG B/O-NO ETA-USE 607113 * Sterile Water for Irrigation, 250ml Plastic Pour Bottle 24ea/cs BAXTER HEALTHCARE-DMG PHARMACEUTICALS EA 1/EA 204 *dc* L8000 358000 DC-USE 7800-09 * IV Solution, Sodium Chloride 0.9% 1000ml Bag 12ea/cs BBraun L8000 B. BRAUN MEDICAL, INC PHARMACEUTICALS EA 1/EA 205 2B1306 601306 IV Solution, Sodium Chloride 0.9% 50ml Partial Fill Singlepak 96ea/cs BAXTER HEALTHCARE-DMG PHARMACEUTICALS EA 1/EA 206 0746-31 464631 INSTA-GLUCOSE 31GM 2064 VALEANT PHARMACEUTICALS INT PILLS & OTHER FIRST AID EA 1/EA 207 5750 1330-05750 Alcohol Prep Pads, Medium, 2 ply, 70% Alcohol, Sterile 200/bx 20bx/cs COVIDIEN PILLS & OTHER FIRST AID BX 200/BX $1.41 $1.39 $1.25 $1.27 $1.25 1.27 1.39 208 020225 900234 AMMONIA INHALANTS 10/BX 10BX/CS HONEYWELL SAFETY PRODUCTS USA INC PILLS & OTHER FIRST AID BX 10/BX $3.43 $1.73 $1.73 3.43 #NUM! 209 1201 601240 POVIDONE IODINE (PVP) SWABSTICKS 1/PK 50/BX (10BX/CS) DYNAREX CORPORATION PILLS & OTHER FIRST AID BX 1/BX $4.99 $4.38 $4.55 $4.89 $4.99 $4.38 4.55 4.89 210 T00137 440128 LUBRICATING JELLY PDI STERILE, 2.7GM 144/BX 12BX/CS NICE-PAK PILLS & OTHER FIRST AID BX 144/BX $14.82 $8.81 $7.82 $8.40 $7.82 8.4 8.81 211 0120-08 901002 ACTIVATED CHARCOAL ACTIDOSE WITH SORBITOL 50GM/240ML BOTTLE 12/CS PERRIGO PHARMACEUTICALS MINNESOTA DIVISION) PILLS & OTHER FIRST AID EA 1/EA $22.56 $22.56 #NUM!# NUM! 212 520211000B 520-211 BVM, SPUR II, ADULT W/ MEDIUM ADULT MASK, INDIVIDUALLY BOXED 12/CS AMBU RESUSCITATION EA 1/EA $9.67 $8.28 $ 10.40 $8.28 9.67 10.4 213 530213000B 530-213 BVM, SPUR II, Pediatric w/Toddler Mask, Individually Boxed 12ea/cs AMBU RESUSCITATION EA 1/EA $12.21 $7.92 $ 13.12 $7.92 12.21 13.12 214 540212000 065- 540212000EA BVM, SPUR II, infant, w/infant mask, bag reservoir, medi port, disp 12ea/cs AMBU RESUSCITATION EA 1/EA $9.88 $ 99.27 $ 13.12 $9.88 13.12 99.27 215 L599-010 530580 VENTILATION CIRCUIT VALVE W/ 12 IN CORRUGATED HOSE DISP 10/CS AUTOVENT ALLIED HEALTHCARE PRODUCTS INC RESUSCITATION EA 1/EA $6.60 $5.85 $6.53 $6.70 $5.85 6.53 6.6 216 1211300 660011 SPLINT WIRE LADDER 12/PK FARETEC, INC.SPLINTS EA 1/EA $4.90 $4.36 $4.50 $5.24 $4.36 4.5 4.9 217 61012FF 660001 SPLINT CARDBOARD WITH FOAM 12 IN DMS SPLINTS EA 1/EA $1.01 $0.97 $1.24 $0.79 $0.79 0.97 1.01 218 61024FF 660003 SPLINT CARDBOARD WITH FOAM 24 IN DMS SPLINTS EA 1/EA $1.56 $1.51 $1.59 $1.32 $1.32 1.51 1.56 219 61018FF 660002 SPLINT CARDBOARD WITH FOAM 18 IN DMS SPLINTS EA 1/EA $1.26 $1.23 $1.79 $1.10 $1.10 1.23 1.26 16.E.9.a Packet Pg. 2206 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound 220 484410 598041 SUCTION CANISTER DISPOSABLE RIGID GREEN TOP 1200cc 48/CS HI-FLOW BEMIS MANUFACTURING COMPANY SUCTION EA 1/EA $2.74 $2.85 $2.74 $2.89 $2.74 2.74 2.85 221 1217-10 320210 SALEM GASTRIC SUMP TUBE 10 FRENCH 50/CS MEDOVATIONS, INC.SUCTION EA 1/EA $2.54 $2.11 $2.11 2.54 #NUM! 222 16106 16106 Curaplex Suction Tubing 1/4 in x 6 ft 20ea/pk CURAPLEX SUCTION EA 1/EA $3.13 $0.85 $0.71 $0.61 $0.64 $0.84 $0.61 0.64 0.71 223 MS-YK10 533-MS- YK10EA Curaplex Yankauer Suction Bulb Tip Only with Control Vent, Sterile 50ea/cs CURAPLEX SUCTION EA 1/EA $3.48 $0.53 $0.47 $0.47 $0.34 $0.42 $0.34 0.42 0.47 224 155722 47-155722EA Feeding tube, Kangaroo, polyvinylchloride, 8 Fr, 15 in., sterile 50ea/cs COVIDIEN SUCTION EA 1/EA $1.21 $0.80 $0.72 $0.73 $0.72 0.73 0.8 225 MS-SC10 533-MS- SC10EA Suction Catheter, 10 Fr, coiled, w/whistle tip and thumb control port, sterile, disp, LF 50ea/cs MEDSOURCE INTERNATIONAL SUCTION EA 1/EA $0.14 $0.21 $0.17 $0.14 0.174 0.21 226 MS-SC18 533-MS- SC18EA Suction catheter, 18 Fr, coiled, w/whistle tip and thumb control port, sterile, disp, LF 50ea/cs MEDSOURCE INTERNATIONAL SUCTION EA 1/EA $0.18 $0.21 $0.17 $0.17 0.18 0.21 227 1217-12 320212 SALEM GASTRIC SUMP TUBE 12 FRENCH 50/CS MEDOVATIONS, INC.SUCTION EA 1/EA $2.53 $2.11 $2.11 2.53 #NUM! 228 ME2208-S 14756MS Curaplex Nasogastric Tube, 8Fr 280ea/cs CURAPLEX SUCTION EA 1/EA $2.29 $0.72 $5.75 $2.46 $0.72 2.29 2.46 229 MS-SC06 533-MS- SC06EA Suction Catheter, 6 Fr, coiled, w/whistle tip and thumb control port, sterile, disp, LF 50ea/cs MEDSOURCE INTERNATIONAL SUCTION EA 1/EA $0.14 $0.21 $0.17 $0.14 0.174 0.21 230 MS-SC08 533-MS- SC08EA Suction Catheter, 8 Fr, coiled, w/whistle tip and thumb control port, sterile, disp, LF 50ea/cs MEDSOURCE INTERNATIONAL SUCTION EA 1/EA $0.14 $0.21 $0.17 $0.14 0.174 0.21 231 MS-SC12 533-MS- SC12EA Suction catheter, 12 Fr, coiled, w/whistle tip and thumb control port, sterile, disp, LF 50ea/cs MEDSOURCE INTERNATIONAL SUCTION EA 1/EA $0.14 $0.21 $0.17 $0.14 0.174 0.21 232 MS-SC14 533-MS- SC14EA Suction Catheter, 14 Fr, coiled, w/whistle tip and thumb control port, sterile, disp, LF 50ea/cs MEDSOURCE INTERNATIONAL SUCTION EA 1/EA $0.14 $0.21 $0.17 $0.14 0.174 0.21 233 MS-SC16 533-MS- SC16EA Suction catheter, 16 Fr, coiled, w/ whistle tip and thumb control port, sterile, disp, LF 50ea/cs MEDSOURCE INTERNATIONAL SUCTION EA 1/EA $0.18 $0.21 $0.17 $0.17 0.18 0.21 234 155720 14763 Feeding tube, Kangaroo, polyvinylchloride, 5 Fr, 15 in, sterile 50ea/cs COVIDIEN SUCTION EA 1/EA $1.21 $0.80 $0.72 $0.73 $0.72 0.73 0.8 235 1217-16 320216 SALEM GASTRIC SUMP TUBE 16 FRENCH 50/CS MEDOVATIONS, INC.SUCTION EA 1/EA $2.52 $2.11 $2.11 2.52 #NUM! 236 N0101 590101 Meconium Aspirator 40/bx NeoTech Products, INC 1/EA $4.28 $3.70 $3.95 $3.30 $3.30 3.7 3.95 237 17000 o2 Tank Flag Tapr Orange (1 3/16 x 150)C. H. Hanson Co.EA 1/EA #NUM!# NUM! 238 10-4025 Air Q SP 2.5 10/BX Cookgas BX 10/BX $81.30 $81.30 #NUM!# NUM! 239 10-4035 Air Q SP 3.5 10/BX Cookgas BX 10/BX $81.30 $81.30 #NUM!# NUM! 240 10-4045 Air Q SP 4.5 10/BX Cookgas BX 10/BX $81.30 $81.30 #NUM!# NUM! 241 10-57209 CPAP system Adult Large Flow Safe II Mercury Medical BX 5/BX $257.50 $257.50 #NUM!# NUM! 242 10-57209 CPAP system Adult Small Flow Safe II Mercury Medical BX 5/BX $257.50 $257.50 #NUM!# NUM! 16.E.9.a Packet Pg. 2207 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound 243 10-57209 CPAP system Child Flow Safe II Mercury Medical BX 5/BX $257.50 $257.50 #NUM!# NUM! 244 321604 Battery 9 volt Alkaline Industrial Energizer 72/case Energizer CS 72/cs $141.16 $0.93 $ 70.63 $ 73.44 $102.24 $0.93 70.63 73.44 245 E9202 Battery AA Alkaline Industrial Energizer 144/case Energizer CS 144/cs $74.41 $0.27 $ 36.43 $ 38.88 $115.20 $0.27 36.43 38.88 246 E9200 Battery AAA Alkaline Industrial Energizer 144/case Energizer CS 144/cs $87.80 $0.29 $ 39.25 $ 47.45 $115.20 $0.29 39.25 47.45 247 E9204 Battery 9 volt Alkaline Industrial Energizer 72/case Energizer CS 72/cs $70.58 $0.56 $ 34.93 $ 38.88 $102.24 $0.56 34.93 38.88 248 424410 592041 SUCTION CANISTER DISP, Rigid 800cc Red Top 100/case BEMIS MANUFACTURING COMPANY SUCTION EA 100/cs $2.74 $216.01 $2.25 $2.19 $249.00 $2.19 2.25 2.74 249 1870-005 2741-87005 Positrace RLT Electrodes 5/pk, BX/50, CS 12/bx CONMED CORPORATION 12bx/CS $8.19 $170.98 $ 87.84 $89.45 $8.19 87.84 89.45 250 21996-000064 4510-06496 Lucas 2 Stabilization Strap PHYSIO-CONTROL, INC.MEDICAL DEVICES EA 1/EA $79.51 $86.58 $104.50 $ 80.50 $79.51 80.5 86.58 251 11576-000050 4510-57650 Lucas 2 Patient Strap 1 pair PHYSIO-CONTROL, INC.MEDICAL DEVICES PR 1/pr $84.51 $92.25 $112.50 $86.01 $84.51 86.01 92.25 252 11576-000051 4510-57651 Lucas 2 Patient Strap 2 pair PHYSIO-CONTROL, INC.MEDICAL DEVICES PK 3pr/PK $219.54 $245.65 $112.50 $225.75 $112.50 219.54 225.75 252 11576-000038 4510-03876 Lucas 2 Carry Bag PHYSIO-CONTROL, INC.MEDICAL DEVICES EA EA $290.09 $319.29 $369.00 $285.78 $285.78 290.09 319.29 253 11576-000046 4510-04676 Lucas 2 Suction Cups Disposable, 3/pack PHYSIO-CONTROL, INC.MEDICAL DEVICES PK 3ea/PK $120.15 $126.65 $369.00 $116.53 $116.53 120.15 126.65 254 11576-000055 4510-05576 Lucas 2 Supply Cord PHYSIO-CONTROL, INC.MEDICAL DEVICES EA EA $310.29 $337.69 $389.00 $309.41 $309.41 310.29 337.69 255 11576-000039 2750-03976 Lucas 2 Battery - Rechargeable Lithium Polymer 1/each PHYSIO-CONTROL, INC.MEDICAL DEVICES EA EA $607.00 $563.91 $670.50 $759.00 $589.63 $563.91 589.63 607 256 11576-000040 Lucas 2 Battery - Rechargeable Lithium Polymer 4/pack PHYSIO-CONTROL, INC.MEDICAL DEVICES PK 4ea/PK $759.00 $759.00 #NUM!# NUM! 257 AP12-5 1015-11205 Gloves, ApexPro LC 100, 2XL, Nitrile, Powder Free, White Exterior/Black Interior, 12 in 90/bx 10bx/c DIGITCARE CORPORATION INFECTION CONTROL BX 90/BX $11.25 $ 11.59 $ 11.49 $10.68 $10.68 11.25 11.49 258 238053 ECG Strip Chart Recorder Paper, 100mmx 22mm, roll LP15 PHYSIO-CONTROL, INC.MEDICAL DEVICES BX 2rl/BX $7.85 $16.22 $ 17.15 $ 22.49 $2.94 $2.94 7.85 16.22 259 11160-000015 2615-16015 NIBP Cuff, Reusable, Bayonet Design, 26 x 35cm, Adult PHYSIO-CONTROL, INC.MEDICAL DEVICES EA EA $26.59 $ 24.71 $ 23.85 $ 22.49 $25.20 $22.49 23.85 24.71 260 11160-000017 2615-16017 NIBP Cuff, Reusable, Bayonet Design, 32 x 42cm, LG Adult PHYSIO-CONTROL, INC.MEDICAL DEVICES EA EA $28.59 $ 27.30 $ 26.25 $ 22.49 $27.70 $22.49 26.25 27.3 261 11160-000019 2615-16019 NIBP Cuff, Reusable, Bayonet Design, 35 x 45cm, XL Adult PHYSIO-CONTROL, INC.MEDICAL DEVICES EA EA $43.00 $ 39.71 $ 38.18 $ 54.50 $40.30 $38.18 39.71 40.3 262 21300-008147 2613-28147 NIBP Hose, Bayonet Design, Straight, 9 ft PHYSIO-CONTROL, INC.MEDICAL DEVICES EA EA $54.11 $ 51.29 $ 49.00 $ 69.00 $52.10 $49.00 51.29 52.1 263 21300-008146 2613-28146 NIBP Hose, Bayonet Design, Straight, 12 ft PHYSIO-CONTROL, INC.MEDICAL DEVICES EA EA $54.11 $ 51.29 $ 49.00 $ 69.00 $52.10 $49.00 51.29 52.1 264 2516M-PC 218-2603MPK PadPro Multifunction Quick Combo Defib Pad, PreConnect Adult, LP15 CONMED CORPORATION PR CS/10pr $20.17 $286.76 $ 18.60 $188.80 $18.60 20.17 188.8 265 2603M 218-2516MPK PadPro Multifunction Quick Combo Defib Pad, Pediatric LP15 CONMED CORPORATION PR CS/10pr $15.15 $308.82 $ 17.50 $174.40 $15.15 17.5 174.4 16.E.9.a Packet Pg. 2208 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound 266 11171-000041 2712-41171 Masimo SET M-LNCS SpO2 Sensor, Adhesive, Disposable, Infant PHYSIO-CONTROL, INC.MEDICAL DEVICES BX 20ea/BX $17.82 $340.47 $360.00 $284.39 $259.80 $17.82 259.8 284.39 267 11171-000049 2712-04971 Masimo SET Rainbow Sensor #2696, 3 ft, Reusable, Adult, CO/o2 PHYSIO-CONTROL, INC. MONITORING/DIAG NOSTIC EA EA $550.25 $634.17 $579.00 $619.00 $529.56 $529.56 550.25 579 268 11111-000022 2743-02211 6-Wire Precordial Leads for a 12-Lead ECG Cable, LP15 PHYSIO-CONTROL, INC. MONITORING/DIAG NOSTIC EA EA $122.54 $124.08 $126.00 $159.00 $137.41 $122.54 124.08 126 269 21330-001176 2750-17621 Battery, 5.7Ah Li-ion, for the LifePak 15 PHYSIO-CONTROL, INC. MONITORING/DIAG NOSTIC EA EA $401.27 $387.95 $395.00 $469.00 $429.85 $387.95 395 401.27 270 415110 35415110 ULTRASITE Capless Positive Pressure Valve, 300 psi PressureRated, DEHP-Free, Heparin Lock B. BRAUN MEDICAL, INC NEEDLES & SYRINGES EA 100ea/CS $3.42 $1.39 $176.01 $1.15 $87.24 $1.15 1.39 3.42 271 375137 Metriset Burrette-Volutrol US1540M 60Drp 88" Inj Site 20/cs B. BRAUN MEDICAL, INC NEEDLES & SYRINGES CS 20ea/CS $12.07 $260.00 $104.91 $107.95 $12.07 104.91 107.95 272 9018-VC-005 EZ-IO 15mm Needle Set 5/bx Teleflex-Vida Care NEEDLES & SYRINGES BX 5/bx $555.00 $555.00 #NUM!# NUM! 273 9001-VC-005 EZ-IO 25mm Needle Set 5/bx Teleflex-Vida Care NEEDLES & SYRINGES BX 5/bx $555.00 $555.00 #NUM!# NUM! 274 9079-VC-005 EZ-IO 45mm Needle Set 5/bx Teleflex-Vida Care NEEDLES & SYRINGES BX 5/bx $555.00 $555.00 #NUM!# NUM! 275 9058 EZ-IO G3 Power Driver Teleflex-Vida Care NEEDLES & SYRINGES EA EA $299.00 $299.00 #NUM!# NUM! 276 9065 EZ-IO Power Driver Vascular Access Pack Teleflex-Vida Care NEEDLES & SYRINGES EA EA $39.95 $39.95 #NUM!# NUM! 277 9066-VC-005 EZ-IO Stablizer 5/bx Teleflex-Vida Care NEEDLES & SYRINGES BX 5/bx $50.00 $50.00 #NUM!# NUM! 278 911-78659 Maxi Response Carry Case "Orange" FieldtexProducts, Inc EA EA $95.00 $60.69 $ 68.60 $60.69 68.6 95 279 FER0819928 Head/Chin Strap for the Kendrick Extrication Device (KED), 4 piece FERNO WASHINGTON IMMOBILIZATION EA EA $35.33 $ 32.05 $32.05 35.33 #NUM! 280 MP5301-C 1714-31213 MaxPlus Specialty Ext Sets, 8.5inch, PressureRated Needless Connector CareFusion 303 INC NEEDLES & SYRINGES CS 50/CS $130.16 $108.18 $108.18 130.16 #NUM! 281 476153 Reeves Flexible Stretcher, Lt Weight, 79" x 28", Orange HDT Expenditionary Systems IMMOBILIZATION EA EA $260.79 $259.19 $369.23 $259.19 260.79 369.23 282 1624W 81624 Tegaderm Transparent Dressing, 3M Picture Frame Style, 2 3/8" x 2 3/4" Medical Supply Solutions BX 100/BX $24.33 $ 37.26 $ 31.75 $ 24.95 $24.68 $24.33 24.68 24.95 283 MS-B3321 533-MS-B3321 Trauma Bag, Large, Movable Dividers, Main Body 11 x 12 x 16", Pockets 4 x 8 x 10", Navy MEDSOURCE INTERNATIONAL EA EA $47.85 $51.72 $ 50.00 $48.58 $47.85 48.58 50 284 46827 299174 N95 PFR95 & Surgical Mask, w/Headband, Orange, SMALL Kimberly Clark BX 35/BX $36.38 $22.60 $ 23.21 $ 20.40 $22.95 $20.40 22.6 22.95 285 290116 Bag Red 24"x23" 1.3mil Bio-Hazard Waste 7-10gal MEDEGEN MEDICAL PRODUCTS CS 500/CS $0.08 $ 46.03 $ 49.00 $0.08 46.03 49 286 520-F118 Bag Red 33"x39" 1.2mil Bio-Hazard Waste 33gal MEDEGEN MEDICAL PRODUCTS CS 250/CS $45.00 $ 60.77 $ 65.50 $45.00 60.77 65.5 287 SI008 Adult SI008A Dyna Med Hare Traction Splint, Adj Ankle Strap, Nylon Case, Adult Galls, INC IMMOBILIZATION EA EA $340.00 $340.00 #NUM!# NUM! 16.E.9.a Packet Pg. 2209 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound 288 SI008 Ped SI008P Dyna Med Hare Traction Splint, Adj Ankle Strap, Nylon Case, Pediatric Galls, INC IMMOBILIZATION EA EA $340.00 $340.00 #NUM!# NUM! 289 SI008A Dyna Med Hare Traction Splint, Replacement Straps, Adult Galls, INC IMMOBILIZATION EA EA $17.85 $17.85 #NUM!# NUM! 290 SI008P Dyna Med Hare Traction Splint, Replacement Straps, Pedi Galls, INC IMMOBILIZATION EA EA $17.85 $17.85 #NUM!# NUM! 291 4010 20010 Bite Stick, Plastic, One-Piece, Unbreakable 10/pk ADC BG 10/BG $0.37 $2.16 $2.90 $0.37 2.16 2.9 292 143 590031 Bulb Syringe, Sterile, 2oz Busse EA 50/CS $0.75 $33.51 $0.87 $0.75 0.87 33.51 293 4305 F165600 Cotton Tiped Applicator, Wood Handle, Sterile, 6", 2/pk DYNAREX CORPORATION BX 100/BX $2.82 $ 24.35 $2.41 $2.41 2.82 24.35 294 841 80841 Eye Pads, Oval, Sterile, 1 5/8" x 2 5/8"DUKAL CORP.BX 50/BX $8.71 $4.67 $5.06 $4.27 $4.27 4.67 5.06 295 81258 Eye Shields Grafco, Aluminum, No Cloth Covers Graham Field, Inc BX 12/BX $0.85 $8.35 $0.85 8.35 #NUM! 296 4000 K4026 Seatbelt Cutter LifeSaver "Orange" 4 3/4" x 1 3/4"E. M. I.EA EA $2.60 $2.22 $2.22 2.6 #NUM! 297 EF601 3271-60105 Cot Sheet, Fluid Resestant, Fitted w/elastic end, 73" x 21" x 30", Light Blue fits Stryker Stretcher ALLCARE INC CS 50/CS $42.15 $3.87 $ 49.50 $3.87 42.15 49.5 298 87-3857 Pillowcase Vinyl w/zipper 21" x 27"Graham Field, Inc EA EA $1.19 $1.10 $1.10 1.19 #NUM! 299 1612-52224 Isyte Autoguard BC IV Catheters, Instaflash, 24ga x 3/4" Needle Becton Dickinson NEEDLES & SYRINGES CS 50bx/4bx/cs $2.22 $408.05 $410.00 $117.00 $2.22 117 408.05 300 1612-52322 Isyte Autoguard BC IV Catheters, Instaflash, 22ga x 1" Needle Becton Dickinson NEEDLES & SYRINGES CS 50bx/4bx/cs $2.22 $408.05 $410.00 $117.00 $2.22 117 408.05 301 1612-53320 Isyte Autoguard BC IV Catheters, Instaflash, 20ga x 1" Needle Becton Dickinson NEEDLES & SYRINGES CS 50bx/4bx/cs $2.22 $408.05 $410.00 $117.00 $2.22 117 408.05 302 1612-53420 Isyte Autoguard BC IV Catheters, Instaflash, 24ga x 1 1/6" Needle Becton Dickinson NEEDLES & SYRINGES CS 50bx/4bx/cs $2.22 $408.05 $410.00 $117.00 $2.22 117 408.05 303 1612-54418 Isyte Autoguard BC IV Catheters, Instaflash, 18ga x 1 1/6" Needle Becton Dickinson NEEDLES & SYRINGES CS 50bx/4bx/cs $2.22 $430.14 $410.00 $117.00 $2.22 117 410 304 1612-54416 Isyte Autoguard BC IV Catheters, Instaflash, 16ga x 1 1/6" Needle Becton Dickinson NEEDLES & SYRINGES CS 50bx/4bx/cs $2.34 $408.05 $425.00 $117.00 $2.34 117 408.05 305 FER0108002 3245-06518 Scoop Stretcher Ferno Model EXL, No Pins, No Restraints FERNO WASHINGTON EA EA $750.00 $738.79 $902.00 $738.79 750 902 306 6250001018S Stairchair Restraints Sets, Chair Model 6250 Stryker EA EA #NUM!# NUM! 307 34016-GN Breathsaver Bag Size D GREEN 27x13x11 Zip/Handle Iron Duck EA EA $175.00 $184.00 $190.00 $175.00 184 190 308 6250 Stryker Stairchair Stryker EA EA #NUM!# NUM! 309 2201 R5039 Face Mask, Pleated, w/Ear Loops DYNAREX CORPORATION BX 50/BX $2.25 $1.94 $2.00 $1.94 2 2.25 310 759-1510RB Endotraceal Tube Case, Roll Up Style, Royal Blue SAFETY INTERNATIONAL EA EA $32.09 $32.09 #NUM!# NUM! 311 1522SA 291522 Phlebotomy Sharps Container, Red, 2.2 Quart COVIDIEN CS 60/CS $215.30 $2.53 $126.01 $130.20 $150.60 $2.53 126.01 130.2 312 Propaq ECG Cables Propaq MedFlight EA EA $99.89 $99.89 #NUM!# NUM! 313 Propaq Pulse Ox Sensor Propaq MedFlight EA EA $199.59 $199.59 #NUM!# NUM! 314 Propaq replacement tubing Propaq MedFlight EA EA #NUM!# NUM! 315 234098 Propaq ECG Paper 106EL (60mm)Propaq MedFlight EA EA $48.20 $48.20 #NUM!# NUM! 16.E.9.a Packet Pg. 2210 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound 316 Propaq Pulse Ox Extension Cable NEDEC4 MF Propaq MedFlight EA EA $43.65 $43.65 #NUM!# NUM! 317 Propaq BP Cuff Pediatric Propaq MedFlight EA EA $24.20 $24.20 #NUM!# NUM! 318 Propaq BP Cuff Adult Propaq MedFlight EA EA $137.11 $25.90 $25.90 137.11 #NUM! 319 Propaq BP Cuff Large Adult Propaq MedFlight EA EA $29.50 $29.50 #NUM!# NUM! 320 11113-000004 2743-04113 Quik-Combo Therapy Cable PHYSIO-CONTROL, INC.EA EA $317.17 $320.95 $353.50 $372.00 $355.63 $317.17 320.95 353.5 321 11220-000028 230267 Top Pouch Case LP15 PHYSIO-CONTROL, INC.EA EA $49.22 $43.22 $ 51.35 $ 69.00 $51.96 $43.22 49.22 51.35 322 21330-001365 2746-36521 Test Load LP15 Quick Combo Therapy Cable PHYSIO-CONTROL, INC.EA EA $89.11 $83.04 $ 98.72 $119.00 $ 99.45 $83.04 89.11 98.72 323 11577-000002 2748-00277 Standard Carrying Case for LP15 PHYSIO-CONTROL, INC.EA EA $265.13 $264.70 $291.00 $319.00 $279.41 $264.70 265.13 279.41 324 11577-00000 2526-57701 ShoulderStrap LP15 Defibrillator Case PHYSIO-CONTROL, INC.EA EA $32.36 $27.95 $ 33.22 $ 42.50 $33.61 $27.95 32.36 33.22 325 35719 Pro-Eco Backboard w/o PINS Orange Iron Duck EA EA $136.25 $140.29 $130.00 $130.00 136.25 140.29 326 400003 Kelly Forceps, 5 1/2", Straight Magnum Medical EA EA $0.93 $3.22 $0.93 3.22 #NUM! 327 400008 Magill Catheter Forceps, Stainless Steel, Adult Zulco International EA EA $3.69 $3.69 $3.69 3.69 #NUM! 328 400007 Magill Catheter Forceps, Stainless Steel, Child Zulco International EA EA $3.42 $3.69 $3.42 3.69 #NUM! 16.E.9.a Packet Pg. 2211 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound 16.E.9.a Packet Pg. 2212 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.a Packet Pg. 2213 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.a Packet Pg. 2214 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.a Packet Pg. 2215 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.a Packet Pg. 2216 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.a Packet Pg. 2217 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.a Packet Pg. 2218 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.a Packet Pg. 2219 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.a Packet Pg. 2220 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.a Packet Pg. 2221 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.a Packet Pg. 2222 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.a Packet Pg. 2223 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.a Packet Pg. 2224 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.a Packet Pg. 2225 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.a Packet Pg. 2226 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.a Packet Pg. 2227 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.a Packet Pg. 2228 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.a Packet Pg. 2229 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.a Packet Pg. 2230 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.a Packet Pg. 2231 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.a Packet Pg. 2232 Attachment: 16-6593_Assumption_VendorSigned (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) CoicrCountyAdministrativeServicesDeparth,entProcurementServicesDivisionPLEASERETURNFORM&ADDITiONALREQUIREDDOCUMENTSTO:CollierCountyProcurementDivision;3295TamiamiTrailEast,Naples,Florida34112-4901Email:Purops@colliergov.netorPriscilla.DoriacolIiercountyfl.govNEWBUSINESS/VENDORFORM:ForallBoardapprovedcontracts,theBoardofCountyCommissionersshall approveallassignmentsofcontractsrequestedbythepredecessorcontractingparty,per(ProcurementOrdinance(19)(8)).Uponreceiptofallproperdocumentation,CollierCountyProcurementwilldraftanAssumptionAgreementwhichwillbepresentedatthenextavailableboardmeetingfarBoardapprovalandexecution.Pleaseselectoneofthefollowingreasons;flMerger•AcquisitionCChangeinBusinessOrganization(CorporationtoLLC,SoleProprietortoPartnership,Etc.)OtherADDITIONALDocumentationcannotbeinthenamesofaffilates,subsidiariesorparentcompanies.YouwillbenotifiedifanyREQUIREDadditionalinformationisneededbasedontheparticularsofyourfirm’smergeroracquisition.DOCUMENTS1.Formaldocumentationoftheacquisition/merger,signedbytheCorporateOfficer(s),showingtheeffectivedateofpurchase,and/oradetailedAssetPurchaseAgreement2.CompanyW-93.CurrentCertificationfromtheFloridaDepartmentofState,DivisionofCorporationsshowingfirm’snewname4.CertificatesofinsurancemeetingcontractualinsurancerequirementsS.DepartmentofHomelandSecurity’sE-Verify MOUor profilepage6.Notarizedcorporateresolutionlistingthesignatoryasauthorizedtosign7.BusinessLicense8.Requiredlicenses/certificationtoperformAgreement9,References(seeattachedform)-NEWBUSINESSINFORMATIONLegalName(asregisteredwiththeIRS)BoundTreeMedical,LLCAssumedName(doingbusinessaslFEIN-TAX31-1739487BusinessStreetAddress5000TuttleCrossingBlvdDublin,OH43016MailingAddress/Remittancehfdifferentfromabovel23537NetworkPlaceChicago,IL60673-1235vendorPointofcontactName:chnsFyffePhoneNumber:800-533-0523Email:submitbids@boundtree.comBysubmittingthisform,youcertifythat:(a)youareauthorizedtorepresentthebusinesslistedabove;and(b)alltheInformationyouhave providedaboveistrueandcorrect;yourName(PrintName)&TitleJeffstelSignatureDate‘7/11/2019Phone/Email--0523/submitbids@boundtree.comM,rg.r/Acquisit,onRequestFormlVertOfl1112/12/201816.E.9.bPacket Pg. 2233Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.bPacket Pg. 2234Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.bPacket Pg. 2235Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.bPacket Pg. 2236Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.bPacket Pg. 2237Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) EXECUTION VERSION CONFIDENTIAL 12625342 Asset Purchase Agreement by and between Bound Tree Medical, LLC and Concordance Healthcare Solutions, LLC Dated as of June 17, 2019 16.E.9.b Packet Pg. 2238 Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) INWrn’4E55WHEREOF,thePartieshavecausedthisAgreementtobedulyexecuted,asofthedatefirstabovewritten.BUYER:BoundTree Medical,LLCName:____Title:%‘errkry1T,a.grSELLER:ConcordanceHealtheareSolutions,LLCBy:Name:______Title:_______[signaturePagetoAssetPurchase Agreement]16.E.9.bPacket Pg. 2239Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.b Packet Pg. 2240 Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) State of Florida Department of State I certify from the records of this office that BOUND TREE MEDICAL, LLC is an Ohio limited liability company authorized to transact business in the State of Florida, qualified on October 12, 2001. The document number of this limited liability company is M01000002310. I further certify that said limited liability company has paid all fees due this office through December 31, 2017, that its most recent annual report was filed on April 5, 2017, and that its status is active. I further certify that said limited liability company has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Fourteenth day of December, 2017 Tracking Number: CU6760952214 To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication 16.E.9.b Packet Pg. 2241 Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) Holder Identifier : 7777777707070700077761616045571110767717006304446307662007550507120070571577277302230773435113741002107573772523126630076724041324573130762551152112702007767734627047552076727242035772000777777707000707007 7777777707070700073525677115456000732115402562117007330144175730074072301150353731220702326274613754007532237243077111071222773164320510713233735207201107033337242172100077756163351765540777777707000707007Certificate No :570074022208CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 11/29/2018 IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or 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 endorsement(s). 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. PRODUCER Aon Risk Services Northeast, Inc. Columbus OH Office 445 Hutchinson Avenue Suite 900 Columbus OH 43235 USA PHONE (A/C. No. Ext): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # (866) 283-7122 INSURED 22241Medmarc Casualty Ins CoINSURER A: 19682Hartford Fire Insurance Co.INSURER B: 11000Sentinel Insurance Company, LtdINSURER C: 29424Hartford Casualty Insurance CoINSURER D: INSURER E: INSURER F: FAX (A/C. No.):(800) 363-0105 CONTACT NAME: Sarnova, Inc. Bound Tree Medical, LLC 5000 Tuttle Crossing Blvd. Dublin OH 43016 USA COVERAGES CERTIFICATE NUMBER:570074022208 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.Limits shown are as requested POLICY EXP (MM/DD/YYYY) POLICY EFF (MM/DD/YYYY) SUBR WVD INSR LTR ADDL INSD POLICY NUMBER TYPE OF INSURANCE LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR POLICY LOC EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG X X X GEN'L AGGREGATE LIMIT APPLIES PER: $1,000,000 $300,000 $10,000 $1,000,000 $2,000,000 Excluded B 12/01/2018 12/01/2019 Y 33UUNVG3435 PRO- JECT OTHER: AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY BODILY INJURY ( Per person) PROPERTY DAMAGE (Per accident) X BODILY INJURY (Per accident) $1,000,000C12/01/2018 12/01/2019 COMBINED SINGLE LIMIT (Ea accident) 33 UUN VG3435 EXCESS LIAB X OCCUR CLAIMS-MADE AGGREGATE EACH OCCURRENCE DED $10,000,000 $10,000,000 $10,000 12/01/2018UMBRELLA LIABD 12/01/201933RHUVG1892 RETENTIONX X E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIMIT E.L. EACH ACCIDENT OTH- ER PER STATUTEY / N (Mandatory in NH) ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED?N / A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY If yes, describe under DESCRIPTION OF OPERATIONS below Aggregate Limit18OH38001312/01/2018 12/01/2019 Claims Made $150,000Agg Deductible Per Occ Limit $10,000,000 Products LiabA Y $10,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Contract No. 16-6593, EMS Expendables. Collier County Board of County Commissioners is included as Additional Insured in accordance with the policy provisions of the General Liability and Products Liability policies. CANCELLATIONCERTIFICATE HOLDER AUTHORIZED REPRESENTATIVECollier County Board of County Commissioners 3295 Tamiami Trail E. Naples FL 34112 USA ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 16.E.9.b Packet Pg. 2242 Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:ACORD 25 FORM TITLE:Certificate of Liability Insurance AGENCY ADDITIONAL REMARKS EFFECTIVE DATE: CARRIER NAIC CODE NAMED INSURED See Certificate Number: See Certificate Number: POLICY NUMBER AGENCY CUSTOMER ID: ADDITIONAL REMARKS SCHEDULE LOC #: Aon Risk Services Northeast, Inc. 570000037575 570074022208 570074022208 ADDITIONAL POLICIES If a policy below does not include limit information, refer to the corresponding policy on the ACORD certificate form for policy limits. INSURER INSURER INSURER INSURER INSURER(S) AFFORDING COVERAGE Page _ of _ NAIC # Sarnova, Inc. TYPE OF INSURANCE POLICY NUMBER LIMITS OTHER A Products Liab 18OH380013 12/01/2018 12/01/2019 Per Occ Deductible $50,000 Claims Made Y ADDL INSD INSR LTR SUBR WVD POLICY EFFECTIVE DATE (MM/DD/YYYY) POLICY EXPIRATION DATE (MM/DD/YYYY) ACORD 101 (2008/01)© 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 16.E.9.b Packet Pg. 2243 Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH- STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 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. 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 have ADDITIONAL INSURED provisions or 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 endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD CSOKOLOWSKI Daniel R. Gunter 11/19/2018 SARNINC-01 A 71744319 B 71745679 1,000,000 1,000,000 1,000,000 X 12/01/2018 12/01/2019 12/01/2018 12/01/2019 Other 1 - Policy #:71745679 applies to MS & SC For any and all work performed on behalf of Collier County Contract # 16-6593 “EMS Expendables” Thompson Flanagan Executive Liability Group 626 W. Jackson Blvd. 5th Floor Chicago, IL 60661 (312) 263-1551(312) 239-2890 Collier County Board of County Commissioners 3327 Tamiami Trail, East Naples, FL 34112 Sarnova, Inc. Bound Tree Medical, LLC 5000 Tuttle Crossing Blvd. P.O. Box 8023 Dublin, OH 43016 Chubb National Insurance Company Chubb Indemnity Insurance Company 10052 12777 dgunter@thompsonflanagan.com Limits of Insurance 1,000,000Worker's Comp(MC&SC) 16.E.9.b Packet Pg. 2244 Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) FORM NUMBER: EFFECTIVE DATE: The ACORD name and logo are registered marks of ACORD ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE FORM TITLE: Page of THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, ACORD 101 (2008/01) AGENCY CUSTOMER ID: LOC #: AGENCY NAMED INSURED POLICY NUMBER CARRIER NAIC CODE © 2008 ACORD CORPORATION. All rights reserved. Thompson Flanagan Executive Liability Group SARNINC-01 SEE PAGE 1 1 SEE PAGE 1 ACORD 25 Certificate of Liability Insurance SEE P 1 Sarnova, Inc. Bound Tree Medical, LLC 5000 Tuttle Crossing Blvd. P.O. Box 8023 Dublin, OH 43016 SEE PAGE 1 CSOKOLOWSKI 1 Named Insureds: 1. Sarnova, Inc. FEIN: 262386055 2. Bound Tree Medical Products, Inc. FEIN: 731646550 3. Tri-Anim Health Services, Inc. FEIN: 952959155 4. Bound Tree Medical, LLC FEIN: 311739487 5. Sarnova HC LLC FEIN: 262549813 6. Emergency Medical Products Inc. FEIN: 391164909 7. Cardiovascular Concepts, Inc. FEIN: 751835412 8. Cardio Partners, Inc. FEIN: 800874694 16.E.9.b Packet Pg. 2245 Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.b Packet Pg. 2246 Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.b Packet Pg. 2247 Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.b Packet Pg. 2248 Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.b Packet Pg. 2249 Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.b Packet Pg. 2250 Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.b Packet Pg. 2251 Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.b Packet Pg. 2252 Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.b Packet Pg. 2253 Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.b Packet Pg. 2254 Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.b Packet Pg. 2255 Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.b Packet Pg. 2256 Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.b Packet Pg. 2257 Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.b Packet Pg. 2258 Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) Department of State /Division of Corporations /Search Records /Detail By Document Number / Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Detail by Entity Name Foreign Limited Liability Company BOUND TREE MEDICAL, LLC Filing Information M01000002310 31-1739487 10/12/2001 OH ACTIVE NAME CHANGE AMENDMENT 03/07/2002 NONE Principal Address 5000 TUTTLE CROSSING BLVD DUBLIN, OH 43016 Changed: 01/19/2009 Mailing Address PO BOX 8023 DUBLIN, OH 43016-2023 Changed: 01/19/2009 Registered Agent Name & Address C T CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION, FL 33324 Address Changed: 04/29/2014 Authorized Person(s) Detail Name & Address Title MM BEMS HOLDINGS, LLC 5000 TUTTLE CROSSING BLVD DUBLIN, OH 43016 Annual Reports DIVISION OF CORPORATIONSFlorida Department of State Page 1 of 2Detail by Entity Name 7/25/2019http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 16.E.9.b Packet Pg. 2259 Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) Report Year Filed Date 2017 04/05/2017 2018 01/12/2018 2019 03/08/2019 Document Images 03/08/2019 -- ANNUAL REPORT View image in PDF format 01/12/2018 -- ANNUAL REPORT View image in PDF format 04/05/2017 -- ANNUAL REPORT View image in PDF format 04/28/2016 -- ANNUAL REPORT View image in PDF format 03/18/2015 -- ANNUAL REPORT View image in PDF format 04/29/2014 -- ANNUAL REPORT View image in PDF format 03/22/2013 -- ANNUAL REPORT View image in PDF format 03/16/2012 -- ANNUAL REPORT View image in PDF format 02/14/2011 -- ANNUAL REPORT View image in PDF format 02/18/2010 -- ANNUAL REPORT View image in PDF format 01/19/2009 -- ANNUAL REPORT View image in PDF format 01/09/2008 -- ANNUAL REPORT View image in PDF format 01/03/2007 -- ANNUAL REPORT View image in PDF format 01/09/2006 -- ANNUAL REPORT View image in PDF format 01/24/2005 -- ANNUAL REPORT View image in PDF format 02/20/2004 -- ANNUAL REPORT View image in PDF format 01/31/2003 -- LIMITED LIABILITY CORPORATION View image in PDF format 08/19/2002 -- ANNUAL REPORT View image in PDF format 03/07/2002 -- Name Change View image in PDF format 10/12/2001 -- Foreign Limited View image in PDF format Florida Department of State, Division of Corporations Page 2 of 2Detail by Entity Name 7/25/2019http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 16.E.9.b Packet Pg. 2260 Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) RequestforTaxpayerGiveFormtotheRev.November2017)IdentificationNumberandCertificationrequester.DonotDepartmentoftheTreasurysendtotheIRS.InternalRevenue ServiceGotowww.in.gov/FonnWQforinstructionsandthelatestinformation.1Name(asshownonyourincometax return),Nameisrequiredonthisline;donot leave thislineblank.BOUNDTREEMEDICALLLC2Businessname/disregardedentityname,itdifferentfromabove3Checkappropriateboxforfederal taxclassificationofthepersonwhose nameisenteredonline1.Checkonlyoneofthe4ExemptIons(codesapplyonlytog’followingseven boxes,certainentities,notindividuals;seeainstructionsonpage3):gCIndividuat/soleproprietororCCCorporationCSCorporationCPartnershipCTrust/estatetosingle-memberLLCExemptpayeecode(ifany)_________,Limitedliabilitycompany.Enterthetaxclassification(C=Ccorporation,8=8corporation, P=Partnership)CENote:ChecktheappropriateboxInthelineaboveforthetaxclassificationofthe single-memberowner.DonotcheckExemptionfromFATCAreporting‘LLCiftheLLCisclassifiedasasingle-memberLLCthatisdisregardedfromtheowner unlesstheowneroftheLLCiscode‘ifan£anotherLLCthatisnotdisregardedtromtheownerforU.S.federattaxpurposes.Otherwise,asingle-memberLLCthaty___________________-Isdisregardedfromtheownershouldcheck the appropriateboxforthetaxclassificationofitsowner.COther(seeinstructions)(4pventettcountsmaintathedoutsidetheus.)5Address(number.street.andapt.orsuiteno.)SeeInstructions.Requester’s nameandaddress(optional)5000TuttleCrossingBlvdSCity,state,andZIPcodeDublinOH430167Listaccountnumber(s)here(optional)IflTaxpayerIdentificationNumber(TIN)EnteryourTINintheappropriatebox.TheTINprovidedmust match thenamegivenonline1toavoidSocialsecuritynumberIbackupwithholding.Forindividuals,thisisgenerallyyoursocialsecuritynumber(SSN).However,foraresidentalien,soleproprietor,ordisregardedentity,seethe instructionsforPartI,later.Forother——entities,itisyouremployeridentificationnumber(EIN).Ifyoudo nothaveanumber,seeHewtogeta__________________ ______________EN, later,orNote:Iftheaccountisinmore than one name,seethe instructionsforlinei.AlsoseeWhatNameandIEmployeridentificationnumberNumberToGivetheRequesterforguidelinesonwhosenumbertoenter.31—1739487IThIIICertificationUnderpenaltiesofperjury,Icertifythat:1.Thenumbershownonthisformismycorrecttaxpayeridentificationnumber(orIamwaitingforanumbertobe issuedtome);and2.Iamnotsubjecttobackupwithholdingbecause:(a)Iamexemptfrombackupwithholding,or(b)IhavenotbeennotifiedbytheInternalRevenueService(IRS)thatIamsubjecttobackupwithholdingasaresultofafailuretoreportallinterestordividends,or(c)theIRShasnotifiedmethatIamnolongersubjecttobackupwithholding;and3.IamaU.S.citizen orotherU.S.person(definedbelow);and4.TheFATCAcode(s)enteredonthisform(ifany)indicatingthatIamexemptfromFATCAreportingiscorrect.certification instructions.Youmustcrossoutitem2aboveifyouhavebeennotifiedbytheIRSthatyouarecurrentlysubjecttobackupwithholdingbecauseyouhavefailedto reportallinterestanddividendsonyourtaxreturn.Forrealestatetransactions,item2doesnotapply.Formortgageinterestpaid,acquisitionorabandonmentofsecuredproperty,cancellationofdebt, contributionstoan individualretirementarrangement(IRA),andgenerally,paymentsotherthan interestanddividends,youarenotrequiredtosignthecertification,butyoumustprovide yourcorrectTIN.SeetheinstructionsforPartII,later.VSignISignatureofHereu.s.person5tät7fltN%...Date11UC1GeneralInstructionsForm1099DlV(dividends,includingthosefromstocksormutualfunds)SectionreferencesaretotheInternalRevenueCode unlessotherwisenoted.•Form1099-MISC(varioustypesofincome,prizes,awards,orgrossproceeds)Futuredevelopments.Forthelatestinformationaboutdevelopments•Form1099-B(stockormutual fundsalesand certainotherrelatedtoFormW-9anditsinstructions,suchaslegislationenactedtransactionsbybrokers)aftertheywerepublished,go towww.irs.gov/FcrmW9.•Form1099-S(proceedsfromrealestatetransactions)PurposeofForm•Form1099-K(merchantcard andthirdparty networktransactions)Anindividualorentity(FormW-9requester)whoisrequiredtofilean•Form 1098(homemortgageinterest),1098-6(studentloaninterest),informationreturnwiththeIRSmustobtainyourcorrecttaxpayer1098-T(tuition)identificationnumber(TIN)whichmaybeyoursocial securitynumber•Form1099-C(canceleddebt)(SSN),individualtaxpayeridentificationnumber(ITIN),adoption•Form1099-A(acquisitionorabandonmentofsecuredproperty)taxpayeridentificationnumber(ATIN),oremployeridentificationnumber(EIN),toreporton aninformation returntheamountpaidtoyou,orotherUseForm W-9onlyifyouareaU.S.person(includingaresidentamountreportableon aninformationreturn.Examplesofinformationalien),toprovideyourcorrectTIN.returnsinclude,butarenotlimitedto,thefollowing.Ifyou donotreturnFormW-9totherequesterwithaTIN,youmight•Form1099-INT(interestearnedorpaid)besubjecttobackupwithholding.SeeWhatisbackupwithholding,later.Cat.No.10231XFormW—9(Rev.11-2017)16.E.9.bPacket Pg. 2261Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) REFERENCES Bound Tree 800.533.0523 | www.boundtree.com National References  Andy Zanoff, Assistant Deputy Chief San Francisco Fire Department 1415 Evans Avenue San Francisco, CA 34124 415-238-5273 Andy.Zanoff@sfgov.org Douglas Isaacs, MD, Division Medical Director Fire Department City of New York 9 Metro Tech Center Brooklyn, NY 11201 718-999-2790 doug.isaacs@fdny.nyc.gov Steve Blackburn, Northeast Regional President Priority Ambulance 910 Callahan Road, Suite 101 Knoxville, TN 37912 614-354-4702 sblackburn@priorityambulance.com Carl Flores, Chief of EMS New Orleans EMS 1300 Perdido Street, Ste 4W07 New Orleans, LA 70112 504-658-1552 cflores@cityofno.com Scott Ellis City of Columbus Division of Fire 2028 Williams Road Columbus, Ohio 43207 614-221-3132 seellis@columbus.gov Ty Spencer Baltimore City Fire Department 3500 West Northern Parkway Baltimore, MD 21215 410-396-2718 tyauna.spencer@baltimorecity.gov   16.E.9.b Packet Pg. 2262 Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) WRITTENCONSENTOFTHESOLEMEMBEROFBOUNDTREEMEDICAL,LLCJune17,2019Theundersigned,beingthesolemember(the“SoleMember”)ofBoundTreeMedical,LLC,anOhiolimitedliabilitycompany(the“Company”),actingwithoutameetingpursuanttotheDelawareLimited LiabilityAct,doesherebytakethefollowingactionsandadoptsthefollowingresolutionsbywrittenconsentasofthedatesetforthabove.WHEREAS,theCompanyproposestoenterintothat certainAssetPurchaseAgreement,byandbetweentheCompanyandConcordanceHealthcareSolutions,LLC(the“Seller”)insubstantiallytheformattachedasExhibitAhereto(includinganyexhibits,schedulesorattachmentsthereto,the“PurchaseAgreement”),pursuanttowhich,amongotherthingsandsubjecttothetermsandconditionsthereof,theCompanywillpurchasecertainassetsofSeller’sbusinessrelatingtothedistributionofEMSrelatedmedicaldevicesandpharmaceuticalproducts;andWHEREAS,theSoleMemberhasdeterminedthatitisadvisableandinthebestinterestsoftheCompanyanditsmemberfortheCompanytoexecuteanddelivertheAssetPurchaseAgreementandanyancillaryagreements(the“TransactionAgreements”)andtoperformitsobligationsthereunder,andconsummatethetransactionscontemplatedthereby,ineachcaseonthetermsandconditionssetforththerein.NOW,THEREFORE,BEITRESOLVED,thattheSoleMemberherebydeemsitisadvisableandinthebest interestsoftheCompanyanditsmemberfortheCompanytoenterinto,execute,deliverandperformthetransactionscontemplatedbytheTransactionAgreements;anditisfurtherRESOLVED,thattheform,termsandprovisionsofeachoftheTransactionAgreementsandthetransactionscontemplatedtherebybe,andeachofthemherebyis,approved,authorized,adopted,ratifiedandconfirmedinallrespects;anditisfurtherRESOLVED,thattheofficersoftheCompany(each,an“AuthorizedOfficer”and,collectively,the“AuthorizedOfficers”)be,andeachofthemherebyis,authorized,empoweredanddirectedtomake,executeanddeliver,orcausetobemade,executedanddelivered,allsuchagreements,undertakings,documents,instrumentsorcertificatesinthenameandonbehalfoftheCompanyor otherwiseassuchAuthorizedOfficermaydeem necessary,desirable,advisableorappropriatetoconsummate,effectuateorcarryoutorfurthertheagreementsandtransactionscontemplatedby,andtheintentandpurposesof,anyoftheforegoingresolutions;anditisfurtherRESOLVED,thattheomissionfromtheseforegoingresolutionsofanyagreement,documentorotherarrangementcontemplatedbyanyoftheagreements,documentsorinstrumentsdescribedintheforegoingresolutionsoranyactiontobetakeninaccordancewithanyrequirementofanyoftheagreements,documentsorinstrumentsdescribedintheforegoingresolutionsshallinnomannerderogatefromtheauthorityoftheAuthorizedOfficerstotakeallactionsnecessary,desirable,advisableorappropriatetoconsummate,effectuate,carryoutorfurtherthetransactionscontemplatedby,andtheintentandpurposesof,anyoftheforegoingresolutions;anditisfurtherRESOLVED,thatanyandallactionspreviouslytakenbytheAuthorizedOfficers,SoleMemberandanyaffiliate,representativeoragentoftheCompany,inthe nameoronbehalfoftheCompany,in003471-000l-17293.Active28097894,501107/20197:01PM16.E.9.bPacket Pg. 2263Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) connectionwiththematterscontemplatedbytheforegoingresolutionsbe,andeachofthemherebyis,ratified,confirmedandapprovedinallrespectsastheactanddeedoftheCompany.[Theremainderof(hispageleftintentionallyblank]003471-000I-17293-Ac(ive.28097294.501/07/20197:01PM16.E.9.bPacket Pg. 2264Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) INWITNESSWHEREOF,theundersignedhasexecutedthisWrittenConsentoftheSoleMemberoftheCompanyasofthedatefirstabovewritten.SOLEMEMBER:BEMSHOLDINGS,LLCTJL[SignaturePagetoJune17,2019SoleMemberConsentofBoundTreeMedical,LLC]16.E.9.bPacket Pg. 2265Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.b Packet Pg. 2266 Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.b Packet Pg. 2267 Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.b Packet Pg. 2268 Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.b Packet Pg. 2269 Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) 16.E.9.b Packet Pg. 2270 Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree Medicall LLC) VP President and CEO CFO Executive Chairman Full Board Sarnova Delegation of Authorities Matrix Effective August 25, 2016 Rev08.25.2016 Page 1 of 3 Appointment/Renewal of External Auditors X Changes in accounting policies X Utilization of financial derivatives X Annual Budget X Less than $100K X X Greater than $100K but less than $1M X Greater than $1M X Approval of overspends of > 10% and > $100K X Expected spend < $10K X Expected cost > $10K but less than $250K X X Expected spend > $250K X Delegation of Authority Matrix X Credit Terms with Customers Open Credit < $100K *X Open Credit > $100K but < $250K X Open Credit Terms > $250K but less than $2M X Open Credit Terms > $2M X X Extended Credit Terms > 60 days from invoice date X Extended Credit Terms > 90 days from invoice date X X New Contracts or Renew existing contracts/customer < $1M X New Contracts Renew existing contracts/customers > $1M #X X New contracts with expected annual sales >$5M X GPO/IDN Contracts #X X Accounting Annual Budget Capital Projects (Outside of Annual Budget) Consulting Agreements Changes to Delegation of Authority Matrix Customer Contracts * Only Sarnova’s Controller shall be deemed a “Company VP” for purposes of this section. # Only need one of the President’s or CFO’s approval in these areas, not both Exhbit A to Unanimous Written Consent of Board of Directors for Sarnoval Holdings, Inc., Dated August 25, 2016 16.E.9.b Packet Pg. 2271 Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree VP President and CEO CFO Executive Chairman Full Board Sarnova Delegation of Authorities Matrix Effective August 25, 2016 Rev08.25.2016 Page 2 of 3 Lease agreements-renewals or extensions X X Lease agreements-new facilities X Closing of a facility or location X Health Benefits X X Property, Casualty, Liability X 401(k)X Work Policies (sick time, vacation, handbook, etc.)X X Power of Attorney @ X X X Appointment of Legal Counsel with expected spend < $25,000 X Appointment of Legal Counsel with expected spend > $25,000 X Confidentiality Agreement X Initiation or receipt of notification of litigation X Notification of Regulatory Compliance violation X Investigation of filing of OSHA, EEOC, EPA, etc.X X Employees below Direct Reports of President/CEO and CFO ##X Employees who are direct reports to CFO X Employees who are direct reports to CEO X Annual Incentive Compensation Plan X Termination of 5 or more employees in single event X Deviations from standard severance agreements < $25,000 X X Deviations from standard severance agreements > $25,000 X Extension or changes in employee perks (cars, clubs, etc.)X X Whistleblower or anonymous complaint X Personnel Actions (Compensation, termination, etc.) Insurance/Benefits Legal/Litigation/Regulatory Issues @ Only Company’s General Counsel, President and CFO shall have authority in these areas. ## At the “VP” level, only Company’s VP of Human Resources shall have authority in these areas. Exhbit A to Unanimous Written Consent of Board of Directors for Sarnoval Holdings, Inc., Dated August 25, 2016 16.E.9.b Packet Pg. 2272 Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree VP President and CEO CFO Executive Chairman Full Board Sarnova Delegation of Authorities Matrix Effective August 25, 2016 Rev08.25.2016 Page 3 of 3 New contracts or renewing existing contracts/vendors < $1M X New contracts < $5M X X New contracts/vendors with expected annual spend >$5M X Renew existing contracts/vendors >$1M X X Contracts with “take or pay terms”X Foreign Based Companies X Vendor Contracts Exhbit A to Unanimous Written Consent of Board of Directors for Sarnoval Holdings, Inc., Dated August 25, 2016 16.E.9.b Packet Pg. 2273 Attachment: Supporting Documentation (9997 : 16-6593 Assumption Agreement with Bound Tree