Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2023-123TR14025 October 25, 2023 Page 1 of 4 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2023- A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, TO APPROVE AND EXECUTE PURCHASE AGREEMENT WITH BOUND TREE MEDICAL LLC TO PURCHASE EMERGENCY MEDICAL SERVICES SUPPLIES AND RELATED COMPONENTS FOR A THREE YEAR TERM WITH AN EFFECTIVE DATE UPON EXECUTION OF THE AGREEMENT THROUGH APRIL 27, 2026 FOR A TOTAL AMOUNT OF FIFTY THREE THOUSAND DOLLARS ($53,000) FOR FY24, FIFTY FIVE THOUSAND DOLLARS ($55,000) FOR FY25 AND FIFTY EIGHT THOUSAND DOLLARS ($58,000) FOR FY26 FOR A TOTAL AMOUNT NOT TO EXCEED ONE HUNDRED SIXTY SIX THOUSAND DOLLARS ($166,000) FOR THE THREE YEAR TERM AND AUTHORIZE THE CITY MANAGER TO EXTEND THE TOTAL DOLLAR AMOUNT BY AN ADDITIONAL TEN THOUSAND DOLLARS ($10,000) ANNUALLY BASED UPON EXIGENT CIRCUMSTANCES, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE THE PURCHASE AGREEMENT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, Bound Tree Medical LLC offers EMS medical supplies and related components and promotes standardization of medical supplies across the County and offers governmental discounted prices, and WHEREAS, Bound Tree Medical LLC is offering Tamarac Fire Rescue the same contract terms and discounted pricing offered to Seminole County as the City is eligible to piggy -back with other governmental agencies' agreement; and WHEREAS, City Code Section 6-148 (e) provides that the City may purchase goods or services from the federal government, any state or political TR14025 October 25, 2023 Page 2 of 4 subdivision thereof, or any municipality without requiring additional competition; and WHEREAS, due to Federal Guidelines changes and enforcement, BSO' s Fire Rescue Regional Logistics Unit will not be able to sell medication including narcotics and other controlled substances; and WHEREAS, Tamarac Fire Rescue will purchase all EMS medical supplies and related components including narcotics from Bound Tree Medical LLC; and WHEREAS, Tamarac Fire Rescue Department is requesting authorization to execute a Purchase Agreement with Bound Tree Medical LLC for the purchase of EMS medical supplies and related components in the amount of fifty three thousand dollars ($53,000) for FY24, fifty five thousand dollars ($55,000) for FY25, and fifty eight thousand dollars ($58,000) for FY26 for a total amount not to exceed one hundred and sixty six thousand ($166,000) dollars for the three-year period and authorize the City Manager to extend the total dollar amount by an additional ten thousand ($10,000) dollars annually based upon exigent circumstances; and WHEREAS, it is the recommendation of the Fire Chief and the Purchasing Contracts Manager to execute a Purchase Agreement with Bound Tree Medical LLC for the purchase of EMS medical supplies and related components from Bound Tree Medical LLC; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to approve and execute the Purchase Agreement with Bound Tree Medical LLC for TR14025 October 25, 2023 Page 3 of 4 the purchase of EMS medical supplies and related components from Bound Tree Medical LLC, attached hereto as Exhibit 1. NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution. All exhibits attached hereto are incorporated herein and made a specific part of this Resolution. SECTION 2: The appropriate City Officials are hereby authorized to execute the Purchase Agreement with Bound Tree Medical LLC attached hereto as Exhibit 1 for the purchase of EMS medical supplies and related components from Bound Tree Medical LLC in the amount of fifty three thousand dollars ($53,000) for FY24, fifty five thousand dollars ($55,000) for FY25, and fifty eight thousand dollars ($58,000) for FY26 for a total amount not to exceed one hundred and sixty six thousand ($166,000) dollars for the three-year period and authorize the City Manager to extend the total dollar amount by an additional ten thousand ($10,000) dollars annually based upon exigent circumstances SECTION 3: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 4: If any clause, section, other part, or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. TR14025 October 25, 2023 Page 4 of 4 SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this a�day of DCTV8 ; 2023. ATTEST: KIMBERLY D LON, CMC, CITY CLERK MICHELLE J. GOMEZ, M OR RECORD OF COMMISSION VOTE: MAYOR GOMEZ DIST 1: V/M BOLTON DIST 2: COMM. WRIGHT JR DIST 1 COMM. VILLALOBOS DIST 4: COMM. DANIEL APPROVED AS TO FORM AND LEGAL SUFFICIENCY FOR THE USE AND RELIANCE OF THE CITY OF TAMARAC ONLY. HA TTIN T CITY ATTORNEY TAMARAC The City For Your Life AGREEMENT BETWEEN THE CITY OF TAMARAC AND BOUND TREE MEDICAL, LLC THIS AGREEMENT is entered into on 0LT08&x— aS, , 20;3Z between the City of Tamarac, a municipal corporation with principal offices located at 7525 NW 88'h Avenue, Tamarac, Florida 33321 (City) and Bound Tree Medical, LLC, an Ohio corporation duly authorized as a Florida Foreign Limited Liability Company with principal offices located at 5000 Tuttle Crossing Boulevard, Dublin, Ohio 43016 Contractor) for the purpose of providing EMS Medical Supplies and Related Components to the City of Tamarac. The parties hereby agree to the following terms and conditions. In return for valuable consideration as determined by the City's specific needs, Contractor shall comply with the terms and conditions within the Seminole County (Florida) Contract # IFB-604500-23/GCM attached hereto as Exhibit A. All terms and conditions of the contract documents set forth in Exhibit A are incorporated herein as if set forth in full, except as modified by the proposal specific to the City of Tamarac as set forth in Exhibit B attached hereto and incorporated herein as if set forth in full. 2. Upon execution of this Agreement, all references made to the Seminole County (Florida) Contract # IFB-604500-23/GCM in Exhibit A and Exhibit B shall be interpreted as pertaining to the City of Tamarac, and all terms and conditions of Exhibit A and Exhibit B shall be deemed as having been implemented for use within the City of Tamarac. It is understood that wherever the words "agency name" or "agency board name" appear, they shall be read as "City of Tamarac" and "City of Tamarac Commissioners". 3. Term: The term of this Agreement shall be concurrent with the term set forth in Exhibit A, through April 27, 2026 effective on the date of approval of this Agreement. The City reserves the right to renew this Agreement for up to two (2) additional one (1) year terms for up to an additional two (2) years, in the event that the Agreement is renewed by Seminole County. 4. This agreement, Exhibit A and Exhibit B constitute the entire agreement between the City and the Contractor. In the event of a conflict between these documents, this Agreement shall prevail, followed in precedence by Exhibit B and Exhibit A in that order. 5. Contract Pricing and Payments: The Contract Pricing for the above work is as shown in the "Proposal Document Report" included as a part of Exhibit A, the Seminole County Contract # !FB-0604500-23/GCM. Payments shall be governed by the Local Government Prompt Payment Act, F.S., Part VII, Chapter 218. 6. Insurance: In addition to the insurance requirements stated in the Seminole County Agreement, Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as specified in the original bid document or as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk and Safety Manager certificates of all insurances required under this section prior to beginning any TAMARAC The City For Your Life work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. The following minimal insurance coverage shall be provided: a. Worker's Compensation Insurance: The Contractor shall procure and maintain for the life of this Agreement, Workers' Compensation. Insurance covering all employees with limits meeting all applicable state and federal laws. This coverage shall include Employer's Liability with limits meeting all applicable state and federal laws. This coverage must extend to any sub -Contractor that does not have their own Workers' Compensation and Employer's Liability Insurance. The policy must contain a waiver of subrogation in favor of the City of Tamarac, executed by the insurance company. A sixty (60) day notice of cancellation is required and must be provided to the City of Tamarac via Certified Mail. b. Comprehensive General Liability: The Contractor shall procure and maintain, for the life of this Agreement, Comprehensive General Liability Insurance. This coverage shall be on an "Occurrence" basis. Coverage shall include Premises and Operations; Independent Contractors' Products and Completed Operations and Contractual Liability. This policy shall provide coverage for death, personal injury or property damage that could arise directly or indirectly from the performance of this Agreement. The minimum limits of coverage shall be $1,000,000 per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. The City must be named as a certificate holder and an additional insured for General Liability coverage unless Owners and Contractors' Protective Coverage is also provided or required. Sixty (60) days written notice must be provided to the City via Certified Mail in the event of cancellation. C. Business Automobile Liability: The Contractor shall procure and maintain, for the life of the Agreement, Business Automobile Liability Insurance. This coverage shall be an "Any Auto" type policy. Sixty (60) days written notice must be provided to the City via Certified Mail in the event of cancellation. The Minimum Limits of Coverage shall be $1,000,000 per occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. In the event that sub -contractors used by the Contractor do not have insurance, or do not meet the insurance limits, Contractor shall indemnify and hold harmless the City for any claim in excess of the sub -Contractors' insurance coverage, arising out of negligent acts, errors or omissions of the sub -contractors. e. Contractor shall not commence work under this Agreement until all insurance required as stated herein has been obtained and such insurance has been approved by the City. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. TAMARAC The City For Your Life Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. 7. Indemnification: a. The Contractor shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Contractor or its officers, employees, agents, subcontractors, or independent Contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. b. Upon completion of all services, obligations and duties provided for in this Agreement, or in the event of termination of this Agreement for any reason, the terms and conditions of this Article shall survive indefinitely. C. The Contractor shall pay all claims, losses, liens, settlements or judgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs. d. The City and Contractor recognize that various provisions of this Agreement, including but not limited to this Section, provide for indemnification by the Contractor and requires a specific consideration be given there for. The Parties therefore agree that the sum of Ten Dollars and 00/100 ($10.00), receipt of which is hereby acknowledged, is the specific consideration for such indemnities, and the providing of such indemnities is deemed to be part of the specifications with respect to the services to be provided by Contractor. Furthermore, the City and Contractor understand and agree that the covenants and representations relating to this indemnification provision shall sere the term of this Agreement and continue in full force and effect as to the City's and the Contractor's responsibility to indemnify. e. City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Contractor under the indemnification agreement. f. Nothing contained herein is intended nor shall it be construed to waive City's rights and immunities under the common law or Florida Statute 768.28 as amended from time to time. 8. Non -Discrimination & Equal Opportunity Employment: During the performance of the Contract, the Contractor and its subcontractors shall not discriminate against any employee or applicant for employment because of race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity and expression, genetic information or disability if qualified. The Contractor will take affirmative action to ensure that employees TAMARAC The City For Your Life and those of its subcontractors are treated during employment, without regard to their race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity or expression, genetic information or disability if qualified. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor and its subcontractors shall agree to post in conspicuous places, available to its employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Contractor further agrees that he/she will ensure that all subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 9. Independent Contractor: This Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the Contractor is an independent contractor under this Agreement and not the City's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Agreement shall be those of Contractor, which policies of Contractor shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Contractor's funds provided for herein. The Contractor agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. This Agreement shall not be construed as creating any joint employment relationship between the Contractor and the City and the City will not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. 10. Assignment and Subcontracting: Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 11. Termination: a. Termination for Convenience: This Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the City to the Contractor for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. b. Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the TAMARAC The City For Your Life Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 12. Public Records a. The City of Tamarac is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: Keep and maintain public records required by the City in order to perform the service; 2. Upon request from the City'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 City. 4. Upon completion of the contract, transfer, at no cost to the City, all public records in possession of the Contractor, or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public records to the City 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 City, upon request from the City's custodian of public records in a format that is compatible with the information technology systems of the City. During the term of the contract, the Contractor shall maintain all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Contractor agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract. 13. Scrutinized Companies By execution of this Agreement, in accordance with the requirements of F.S. 287.135 and F.S. 215.473, Contractor certifies that Contractor is not participating in a boycott of Israel. Contractor further certifies that Contractor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has TAMARAC The City For Your Life Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. 14. E-Verify As a condition precedent to entering into this Agreement, and in compliance with Section 448.095, Fla. Stat., Contractor and its subcontractors shall, register with and use the E-Verify system to verify work authorization status of all employees hired after January 1, 2021. Contractor shall require each of its subcontractors to provide Contractor with an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. Contractor shall maintain a copy of the subcontractor's affidavit as part of and pursuant to the records retention requirements of this Agreement. City, Contractor, or any subcontractor/subconsultant who has a good faith belief that a person or entity with which it is contracting has knowingly violated Section 448.09(1), Fla. Stat. or the provisions of this section shall terminate the contract with the person or entity. City, upon good faith belief that a subcontractor knowingly violated the provisions of this section; but Contractor otherwise complied, shall promptly notify Contractor and Contractor shall immediately terminate the contract with the subcontractor. An agreement or contract terminated under the provisions of this section is not a breach of contract and may not be considered such. Any agreement or contract termination under the provisions of this section may be challenged pursuant to Section 448.095(2)(d), Fla. Stat. Contractor acknowledges that upon termination of this Agreement by the City for a violation of this section by Contractor, Contractor may not be awarded a public contract for at least one (1) year. Contractor further acknowledges that Contractor is liable for any additional costs incurred by the City as a result of termination of any contract for a violation of this section. Contractor or subcontractor shall insert in any subcontracts the clauses set forth in this section; requiring the subcontractors to include these clauses in any lower tier subcontracts. Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in this section. Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement; and is subject to termination based on lack of funding. 15. Venue: This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. TAMARAC The City For Your Life 16. Signatory Authority: The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 17. Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non -enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 18. No Construction Against Drafting Party: Each party to this Agreement expressly recognizes that this Agreement results from the negotiation process in which each party was represented by counsel and contributed to the drafting of this Agreement. Given this fact, no legal or other presumptions against the party drafting this Agreement concerning its construction, interpretation or otherwise accrue to the benefit of any party to the Agreement, and each party expressly waives the right to assert such a presumption in any proceedings or disputes connected with, arising out of, or involving this Agreement. 19. Notice Any notice, demand, communication, or request required or permitted hereunder shall be in writing and delivered in person; sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services or by messenger service, addressed to the party for whom it is intended at the following addresses. CITY City Manager City of Tamarac 7525 NW 88'h Avenue Tamarac, FL 33321 With a copy to City Attorney at the same address. CONTRACTOR Bound Tree Medical, LLC 5000 Tuttle Crossing Boulevard Dublin, Ohio 43016 ATTN: Manager of Bids & Contracts TAMARAC The City For Your Life 20. Public Records Custodian 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: CITY CLERK 7525 NW 88TH AVENUE ROOM 101 TAMARAC, FL 33321 (954) 597-3505 CITYCLERK(WTAMARAC.ORG Remainder of Page Intentionally Blank TAMARAC The City For Your Life IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and CONTRACTOR, signing by and through its President duly authorized to execute same. p�q. . •�,�`` ATTEST: �', • ' �� Kimberly Dilloh, CIVIC City Clerk 1101 Date ATTEST: Signature of Corporate Secretary Darrell Hughes Corporate Secy. (CORPORATE SEAL) CITY OF TAMARAC Michelle J. Gomez, VaXr Date Approv@V as to form and legal sufficiency: 4att not, ity Attorney Date r Bounds Vee Medical, LLC Comp y clme: Signature of President Rob Meriweather President Da et 1 -1 Lid TAMARAC The City For Your Life CORPORATE ACKNOWLEDGEMENT STATE OF Fw1=@#B0F: OHIO SS COUNTY OF FRANKLIN I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Rob Meriweather, President of Bound Tree Medical, LLC an Ohio Limited Liability Company duly registered as a Florida Foreign Limited Liability Company, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this 3 day of October , 2023 . Signature of Notary Public State of Ri,la at Large KRYSTA K MARTIN OHIO Notary Public, State of Ohio My Comm. Expires aI�4V- ' 3 Print, Type or Stamp Name of Notary Public ❑ Personally known to me or ❑ Produced Identification Type of I.D. Produced ❑ DID take an oath, or DID NOT take an oath. EXHIBIT A TERM CONTRACT FOR EMS MEDICAL SUPPLIES AND RELATED COMPONENTS (IFB-604500-23/GCM) THIS AGREEMENT is dated as of the � day of-�, 2023, by and between BOUND TREE MEDICAL, LLC, duly authorized to conduct business in the State of Florida, whose address is 5000 Tuttle Crossing Boulevard, Dublin, OH 43016, in this Agreement referred to as "CONTRACTOR", and SEMINOLE COUNTY, a charter county and political subdivision of the State of Florida, whose address is Seminole County Services Building, 1101 E. I' Strect, Sanford, Florida 32771, in this Agreement referred to as "COUNTY". WITNESSETH: i WHEREAS, COUNTY desires to retain the services of a competent and qualified i contractor to provide medical supplies and equipment to Seminole County; and WHEREAS, COUNTY has requested and received expressions of interest for the retention of services of contractors; and WHEREAS, CONTRACTOR is competent and qualified to provide materials to COUNTY, and desires to provide materials according to the terms and conditions stated in this Agreement, NOW, THEREFORE, in consideration of the mutual understandings and covenants set forth in this Agreement, COUNTY and CONTRACTOR agree as follows: Section 1. Materials. COUNTY hereby retains CONTRACTOR to provide materials as further described in the Scope of Services attached as Exhibit A and made a part of this Agreement. CONTRACTOR is also bound by all requirements as contained in the solicitation package, all I addei da to this package, and CONTRACTOR's submission in response to this solicitation. Required materials will be specifically enumerated, described, and depicted in the Release Orders Term Contract for EMS Medical Supplies and Related Components (IF13-604500-23/GCM) Page I of 21 ------------------------------------------------------------------------ Certified Copy - Grant Nialoy Seminole County Clerk of the Circuit Court and Comptroller Clerk of the Circuit Court an Comptroller eCertified at 05/03/2023 10:57:57 -04:00 Seminole Countp, Florid: eCertified Id: 8DCB-5BEC-54EC Page 1 of 27 authorizing purchase of specific materials. This Agreement standing alone does not authorize the purchase of materials or require COUNTY to place any orders for materials. Section 2. Term. This Agreement takes effect on the date of its execution by COUNTY and continues for a period of three (3) years. At the sole option of COUNTY, this Agreement may be renewed for two (2) successive periods not to exceed one (1) year each. Expiration of the term of this Agreement will have no effect upon Release Orders issued pursuant to this Agreement and prior to the expiration date. Obligations entered by both parties under such Release Orders will remain in effect until delivery and acceptance of the materials authorized by the respective Release Order. The first three (3) months of the initial term are considered probationary. During the probationary period, COUNTY may immediately terminate this Agreement at any time, with or without cause, upon written notice to CONTRACTOR. I Section 3. Authorization for Materials. Authorization for provision of materials by CONTRACTOR under this Agreement must be in the form of written Release Orders issued and executed by COUNTY. A sample Release Order is attached as Exhibit B. Each Release Order will describe the materials required, state the dates for delivery of materials, and establish the amount and method of payment. The Release Orders must be issued under and incorporate the terms of this Agreement. COUNTY makes no covenant or promise as to the number of available Release Orders or that CONTRACTOR will perform any Release Order for COUNTY during the life of this Agreement. COUNTY reserves the right to contract with other parties for the services contemplated by this Agreement when it is determined by COUNTY to be in the best interest of COUNTY to do so. Section 4. Time for Completion. The materials to be provided by CONTRACTOR will be delivered, as specified in such Release Orders as may be issued under this Agreement, within the time specified in the Release Order, Tenn Contract for EMS Medical Supplies and Related Components (IFB-604500-23/GCM) page 2 of 21 --------------------------- Certified Copy - Grant Maio y yam... Seminole County Clerk of the Circuit Court and Comptroller Clerk of the Circuit Court an Comptroller ` `_ Seminole County, Florid = eCertified at 05/03/2023 10:57:57 -04:00 eCertified Id: 8DCB-5BEC-54EC Page 2 of 27 Section 5. Compensation. COUNTY shall compensate CONTRACTOR for the materials i provided for under this Agreement on a Fixed Fee basis at the rates as outlined in Exhibit C. When a Release Order is issued on a Fixed Fee basis, then the applicable Release Order Fixed Fee amount will include any and all reimbursable expenses and will be based on the unit pricing attached to this Agreement, or as reduced in the quoting process leading to specific Release Orders. Section 6. Payment and Billing. (a) CONTRACTOR shall supply all materials required by the Release Order, but in no event will CONTRACTOR be paid more than the negotiated Fixed Fee amount stated within each I Release Order. (b) For Release Orders issued on a Fixed Fee basis, CONTRACTOR may invoice the amount due based on the percentage of total Release Order materials actually provided, but in no event may the invoice amount exceed a percentage of the Fixed Fee amount equal to a percentage of the total services actually completed. (c) COUNTY shall make payments to CONTRACTOR when requested as materials are provided, but not more than once monthly. Each Release Order will be invoiced separately. At the close of each calendar month, CONTRACTOR shall render to COUNTY an itemized invoice, properly dated, describing any materials provided, the cost of the materials provided, the name I and address of CONTRACTOR, Release Order Number, Contract Number, and any other information required by this Agreement. (d) Submittal instructions for invoices are as follows: (1) The original invoice must be emailed to: AP@SeminaleClerk.org (2) The original invoice may also be mailed or delivered to: Director of County Comptroller's Office Seminole County Board of County Commissioners Term Contract for EMS Medical Supplies and Related Components (IFB-604500-23/GCM) Page 3 of 21 - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Certified Copy - Grant Nlaloy Seminole County Clerk of the Circuit Court and Comptroller Clerk of the Circuit Court an Comptroller' Seminole County, Florid; eCertified at 05/03/2023 10:57:57 -04:00 eCertified Id: 8DCB-5BEC-54EC yy Page 3 of 27 l _ , ' !• - II P.O. BOX 8080 Sanford, FL 32772-8080 I (3) A copy of the invoice must be sent to: Seminole County Fire Department 150 Eslinger Way Sanford, FL 32773 (e) Upon review and approval of CONTRACTOR's invoice, COUNTY shall pay CONTRACTOR the approved amount in accordance with the terms as set forth in Chapter 218, Part VII, Florida Statutes. Section 7. General Terms of Payment and Billing. (a) Upon satisfactory delivery of materials required under this Agreement and upon acceptance of the materials by COUNTY, CONTRACTOR may invoice COUNTY for the full amount of compensation provided for under the terms of this Agreement less any amount already paid I by COUNTY. (b) COUNTY may perform or have performed an audit of the records of CONTRACTOR at any time during the term of this Agreement and after final payment to support final payment under this Agreement. Audits may be performed at a time mutually agreeable to CONTRACTOR and COUNTY. Total compensation to CONTRACTOR may be determined subsequent to an audit as provided for in this Section and the total compensation so determined will be used to calculate final payment to CONTRACTOR. Performance of this audit will not delay final payment as provided by subsection (a) of this Section. (c) CONTRACTOR shall maintain all books, documents, papers, accounting records, and other evidence pertaining to materials provided under this Agreement in such a manner as will readily conform to the terms of this Agreement. CONTRACTOR shall make such materials available at CONTRACTOR's office at all reasonable times during the term of this Agreement I Term Contract for EMS Medical Supplies and Related Components (IFB-60450o-23/GCM) Page 4 of 21 ------------------------------------------------------------------------ Certified Copy - Grant Maloy ,w Seminole County Clerk of the Circuit Court and Comptroller Clerk of the Circuit Court an Comptroller Seminole County, Florid- eCertified at 05/03/2023 10:57:57 -04:00 eCertified Id: 8DCB-5BEC-54EC u, Page 4 of 27 and for five (5) years from the date of final payment under the contract for audit or inspection as provided for in subsection (b) of this Section. (d) In the event any audit or inspection conducted after final payment but within the period provided in paragraph (e) of this Section reveals any overpayment by COUNTY under the terms of the Agreement, CONTRACTOR shall refund such overpayment to COUNTY within thirty (30) days of notice by COUNTY. Section 8. No Waiver by Forbearance. COUNTY's review of, approval and acceptance of, or payment for the materials or services required under this Agreement does not operate as a waiver of any rights under this Agreement, or of any cause of action arising out of the performance of this Agreement. CONTRACTOR is and will always remain liable to COUNTY in accordance with applicable law for any and all damages to COUNTY caused by CONTRACTOR's negligent or wrongful provision of any of the materials or services provided under this Agreement. Section 9. Termination. (a) COUNTY may, by written notice to CONTRACTOR, terminate this Agreement or any Release Order issued under this Agreement, in whole or in part, at any time, either for COUNTY's convenience or because of the failure of CONTRACTOR to fulfill its obligations under this Agreement. Upon receipt of such notice, CONTRACTOR shall immediately discontinue all services affected, unless the notice directs otherwise, and deliver to COUNTY all data, drawings, specifications, reports, estimates, summaries, and any and all such other information and materials of whatever type or nature as may have been accumulated by CONTRACTOR in performing this Agreement, whether completed or in process. (b) If the termination is for the convenience of COUNTY, CONTRACTOR will be paid compensation for services performed to the date of termination. Term Contract for EMS Medical Supplies and Related Components (IFB-604500-23/GCM) Page 5 of 21 ------------------------------------------------------------------------ Certified Copy - Grant Maloy Seminole County Clerk of the Circuit Court and Comptroller Clerk of the Circuit Court an CtiomptroIler eCertified at 05/03/2023 10:57:57 -04:00 Seminole County, Florid: 4� eCertified Id: 8DCB-5BEC-54EC Page 5 of 27 (c) If the termination is due to the failure of CONTRACTOR to fulfill its obligations under this Agreement, COUNTY may take over the work and carry it to completion by other agreements or otherwise. In such case, CONTRACTOR will be liable to COUNTY for all reasonable additional costs associated with CONTRACTOR's failure to fulfill its obligations under this Agreement. (d) CONTRACTOR will not be liable for such additional costs if the failure to perform the Agreement arises without any fault or negligence of CONTRACTOR, but CONTRACTOR will be responsible and liable for the actions by its subcontractors, agents, employees, persons, and entities of a similar type or nature. Matters beyond the fault or negligence of CONTRACTOR include acts of God or of the public enemy, acts of COUNTY in its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather, but in every case the failure to perform must be beyond the control and without any'fault or negligence of CONTRACTOR. (e) If after notice of termination for CONTRACTOR's failure to fulfill its obligations under this Agreement it is determined that CONTRACTOR had not so failed, the termination will be conclusively deemed to have been effected for the convenience of COUNTY. In such event, adjustment in the Agreement price will be made as provided in subsection (b) of this Section. (f) The rights and remedies of COUNTY provided for in this Section are in addition and 'supplemental to any and all other rights and remedies provided by law or under this i Agreement. Section 10. Conflict with Contract Documents. Wherever the terms of this Agreement conflict with any Release Order issued pursuant to it or any other contract documents, including proposals submitted by CONTRACTOR, this Agreement will prevail. For the avoidance of doubt, Tenn Contract for EMS Medical Supplies and Related Components (IFB-604500-23/GCM) Page 6 of 21 ------------------------------------------------------------------------ Certified Copy - Grant MaloyAo, Seminole County Clerk of the Circuit Court and Comptroller Clerk of the Circuit Conrt an Comptroller ' °>, eCertified at 05/03/2023 10:57:57 -04:00 Seminole County, Florid: eCertified Id: 8DCB-5BEC-54EC ty Page 6 of 27 proposals and any other documents submitted by CONTRACTOR are not incorporated into this Agreement, unless expressly stated otherwise. Section 11. Equal Opportunity Employment. CONTRACTOR shall not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, disability, or national origin. CONTRACTOR shall take steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, religion, sex, age, disability, or national origin. This provision includes, but is not limited to the following: employment, upgrading, demotion or transfer, recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training including apprenticeship. Section 12. No Contingent Fees. CONTRACTOR warrants that it has not employed or retained any company or person other than a bona fide employee working solely for CONTRACTOR to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for CONTRACTOR, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from award or making of this Agreement. For the breach or violation of this provision, COUNTY will have the right to terminate the Agreement at its sole discretion without liability and to deduct from the Agreement price or otherwise recover the full amount of such fee, commission, percentage, gift, or consideration. i Section 13. Conflict of Interest. (a) CONTRACTOR shall not engage in any action that would create a conflict of interest in the performance of its obligations pursuant to this Agreement with COUNTY or violate or cause others to violate the provisions of Chapter 112, Part Ill, Florida Statutes, relating to ethics in government. Term Contract for EMS Medical Supplies and Related Components (IFB-604500-23/GCM) Page 7 of 21 _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ Certified Copy -Grant 119ator Seminole County Clerk of the Circuit Court and Comptroller Clerk of the Circuit Court an Comptroller, eCertified at 05/03/2023 10:57:57 -04:00 Seminole County, Florid: �� � - eCertified Id: 8DCB-5BEC-54EC 4y Page 7 of 27 I (b) CONTRACTOR hereby certifies that no officer, agent, or employee of COUNTY s has Iany material interest (as defined in Section 112.312(15), Florida Statutes, as over 5%), either directly or indirectly, in the business of CONTRACTOR to be conducted under this Agreement and that no such person will have any such interest at any time during the term of this Agreement. Section 14. Assignment. Neither this Agreement nor any interest in it may be assigned, transferred, or otherwise encumbered under any circumstances by either party without prior written consent of the other party and in such cases only by a document of equal dignity with this i Agreement. Section 15. Subcontractors. CONTRACTOR shall first secure the prior written approval I of COUNTY before engaging or contracting for the services of any subcontractors under this Agreement. CONTRACTOR will remain fully responsible to COUNTY for the services of any subci ntractors under this Agreement. Section 16. , Indemnification of COUNTY. To the fullest extent permitted by law, CONTRACTOR shall hold harmless, release, and indemnify COUNTY, its commissioners, officers, employees, and agents from any and all claims, losses, damages, costs, attorney fees, and lawsuits for damages arising from, allegedly arising from, or related to CONTRACTOR's provision of materials or services under this Agreement caused by CONTRACTOR's act or omission in the performance of this Agreement. I Section 17. Insurance. (a) General. CONTRACTOR shall procure and maintain insurance required under this Section at CONTRACTOR's own cost. (1) CONTRACTOR shall provide COUNTY with a Certificate of Insurance on a current ACORD Form signed by an authorized representative of the insurer evidencing the insurance required by this Section (Professional Liability, Workers' Compensation/Employer's Term Contract for EMS Medical Supplies and Related Components (IFB-604500-23/GCM) Page 8 of 21 ------------------------------------------------------------------------ Certified Copy - Grant Maio y Seminole County Clerk of the Circuit Court and Comptroller Clerk of the Circuit Court an Comptroller`° +; Seminole County, Florid eCertified at 05/03/2023 10:57:57 -04:00 } eCertified Id: 8DCB-5BEC-54EC Page 8 of 27 Liability, Commercial General Liability, and Business Auto). The Certificate must have the Agreement number for this Agreement dearly marked on its face. COUNTY, its officials, officers, and employees must be named additional insureds under the Commercial General Liability, Umbrella Liability and Business Auto policies. If the policy provides for a blanket additional insured coverage, CONTRACTOR shall provide a copy of the section of the policy along with the Certificate of Insurance. If the coverage does not exist, the policy must be endorsed to include the named additional insureds as described in this subsection. The Certificate of Insurance must provide that COUNTY will be provided, by policy endorsement, not less than thirty (30) days written notice prior to the cancellation or non -renewal, or by a method acceptable to COUNTY. Until such time as the insurance is no longer required to be maintained by i CONTRACTOR, CONTRACTOR shall provide COUNTY with a renewal or replacement Certificate of Insurance before expiration or replacement of the insurance for which a previous i Certificate of Insurance has been provided. (2) In addition to providing the Certificate of Insurance on a current ACORD Form, upon request as required by COUNTY, CONTRACTOR shall provide COUNTY with a certified copy of each of the policies of insurance providing the coverage required by this Section within thirty (30) days after receipt of the request. Certified copies of policies may only be provided by the insurer, not the agent or broker. (3) Neither approval by COUNTY nor failure to disapprove the insurance provided by CONTRACTOR will relieve CONTRACTOR of its full responsibility for performance of any obligation, including its indemnification of COUNTY, under this Agreement. ! (b) Insurance Company Requirements. Insurance companies providing the insurance under this Agreement must meet the following requirements: Tenn Crintract for EMS Medical'Supplies and Related Components (IFB-604500-23/GCM) Page 9 of 21 ---------- ------------------------------------------------------------- Certified Copy -Grant Maloy "r-,U. Seminole County Clerk of the Circuit Court and Comptroller Clerk of the Circuit Court an Comptroller \`- eCertified at 05/03/2023 10:57:57 04:00 Seminole Counh. Florid eCertified Id: 8DCB-5BEC-54EC Page 9 of 27 (1) Companies issuing policies must be authorized to conduct business in the State of Florida and prove such authorization by maintaining Certificates of Authority or Letters I of Eligibility issued to the companies by the Florida Office of Insurance Regulation. Alternatively, i policies required by this Agreement for Workers' Compensation/Employer's Liability, may be those authorized as a group self -insurer by Section 624.4621, Florida Statutes. (2) In addition, such companies must have and maintain, at a minimum, a Best's Rating of "A-" and a minimum Financial Size Category of"VII" according to A.M. Best Company. (3) If, during the period that an insurance company is providing the insurance coverage required by this Agreement, an insurance company (i) loses its Certificate of Authority, or (ii) fails to maintain the requisite Best's Rating and Financial Size Category, the CONTRACTOR shall immediately notify COUNTY as soon as CONTRACTOR has knowledge of any such circumstance and immediately replace the insurance coverage provided by the insurance company with a different insurance company meeting the requirements of this Agreement. Until such time as CONTRACTOR has replaced the unacceptable insurer with an insurer acceptable to COUNTY, CONTRACTOR will be deemed to be in default of this Agreement. i (c) Specifications. Without limiting any of the other obligations or liability of CONTRACTOR, CONTRACTOR shall procure, maintain, and keep in force amounts and types of insurance conforming to the minimum requirements set forth in this subsection, at CONTRACTOR's sole expense. Except as otherwise specified in this Agreement, the insurance will become effective upon execution of this Agreement by CONTRACTOR and must be maintained in force until the expiration of this Agreement's term or the expiration of all Orders issued under this Agreement, whichever comes last. Failure by CONTRACTOR to maintain this required insurance coverage within the stated period will constitute a material breach of this Term Contract for EMS Medical Supplies and Related Components (IFS-604500-23/GCM) Page 10 of21 --------------------------------------------------------P----------- Certified COpy_Grant MalOV "°:�, Seminole CountyClerk of the Circuit Court and Comptroller Clerk of the Circuit Court an Comptroller Seminole County, Florid: eCertified at 05/03/2023 10:57:57 -04:00 r eCertified Id: 8DCB-5BEC-54EC Page 10 of 27 Agreement, for which COUNTY may immediately terminate this Agreement. The amounts and types of insurance must conform to the following minimum requirements: (1) Workers' Compensation/Emo[over's Liability. (A) CONTRACTOR's insurance must cover it for liability that would be covered by the latest edition of the standard Workers' Compensation policy as filed for use in Florida by the National Council on Compensation Insurance without restrictive endorsements. i CONTRACTOR is also responsible for procuring proper proof of coverage from its subcontractors of every tier for liability that is a result of a Workers' Compensation injury to the subcontractor's employees. The minimum required limits to be provided by both CONTRACTOR and its subcontractors are outlined in subsection (C) below. In addition to coverage for the Florida Workers' Compensation Act, where appropriate, coverage must be included for the United States Longshoremen and Harbor Worker's Compensation Act, Federal Employee's Liability Act, and any other applicable Federal or State law. (B) Subject to the restrictions of coverage found in the standard Workers' Compensation policy, there will be no maximum limit on the amount of coverage for liability imposed by the Florida Workers' Compensation Act, the United States Longshoremen's and Harbor Worker's Compensation Act, or any other coverage customarily insured under Part One of the standard Workers' Compensation policy. (C) The minimum amount of coverage under Part Two of the standard Wormers' Compensation policy is required to be the following: $500,000.00 (Each Accident) $500,000.00 (Disease -Policy Limit) $500,000.00 (Disease -Each Employee) (2) Commercial General Liability. Term Contract for EMS Medical Supplies and Related Components (IFB-W500-23/GCM) Page 11 of21 71 IF ------------------------------------------------------------------------ Certified Copy - Grant Nlaloy Seminole County Clerk of the Circuit Court and Comptroller Clerk of the Circuit Court an Comptroller s' eCertified at 05/03/2023 10:57:57 -04:00 Seminole County, Florid: eCertified Id: 8DCB-5BEC-54EC Page 11 of 27 (A) CONTRACTOR's insurance must cover it for those sources of liability that would be covered by the latest edition of the standard Commercial General Liability I Coverage Form (ISO Form CG 00 01), as filed for use in the State of Florida by the Insurance Services Office. Coverage must not contain any endorsements excluding or limiting Products/Compfeted Operations, Contractual Liability, or Separation of Insureds. (B) CONTRACTOR shall maintain these minimum insurance limits: General Aggregate Two Times (2x) the Each Occurrence Limit Personal & Advertising $1,000,000.00 Injury Limit Each Occurrence Limit $1,000,000.00 Pollution Liability $1,000,000.00 (3) Professional Liability Insurance. CONTRACTOR shall carry Professional Liability Insurance with limits of not less than One Million and No/l00 Dollars ($1,000,000.00). (4) Business Auto Policv. (A) CONTRACTOR's insurance must cover CONTRACTOR for those sources of liability which would be covered by Section 11 ofthe latest edition ofthe standard i' Business Auto Policy (ISO Form CA 00 01), as filed for use in the State of Florida by the insurance Services Office. Coverage must include owned, non -owned, and hired autos or any I auto used by CONTRACTOR. In the event CONTRACTOR does not own automobiles, CONTRACTOR shall maintain coverage for hired and non -owned auto liability for autos used by CONTRACTOR, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Liability policy. If the contract involves operations governed by Sections 29 or 30 of the Motor Carrier Act of 1980, endorsement MCS-90 is required. (B) The minimum limits to be maintained by CONTRACTOR must be per -accident combined single limit for bodily injury liability and property damage liability. Term Contract for EMS Medical Supplies and Related Components (IFB-604500-23/GCM) Page 12 of 21 ------------------------------------------------------------------------ Certified Copy - Grant ttiitaloy Seminole County Clerk of the Circuit Court and Comptroller Clerk of the Circuit Court anJ Comptroller Seminole County, eCertified at 05/03/2023 10:57:57 -04:00 Florid; y eCertified Id: 8DCB-5BEC-54EC Page 12 of 27 (C) The minimum amount of coverage under the Business Auto Policy is required to be the following: Combined Single Limit $1,000,000.00 (d) Coverage. The insurance provided by CONTRACTOR pursuant to this Agreement must apply on a primary and non-contributory basis, and any other insurance or self-insurance maintained by COUNTY or COUNTY's officials, officers, or employees must be in excess of and not i contributing to the insurance provided by or on behalf of CONTRACTOR. (e) Occurrence Basis. The Workers' Compensation policy, the Commercial General Liability, and the Umbrella policy required by this Agreement must be provided on an occurrence rather than a claims -made basis. The Professional Liability insurance policy may be on an occurrence basis or claims -made basis. If a claims -made basis, the coverage must respond to all claims reported within three (3) years following the period for which coverage is required and I which would have been covered had the coverage been on an occurrence basis. (f) Obligations. Compliance with the foregoing insurance requirements will not relieve CONTRACTOR, its employees, or its agents of liability from any obligation under this Section or any other Section of this Agreement. Section 18. Dispute Resolution. (a) In the event of a dispute related to any performance or payment obligation arising under this Agreement, the parties shall exhaust COUNTY administrative dispute resolution procedures prior to filing a lawsuit or otherwise pursuing legal remedies. COUNTY administrative I dispute resolution procedures for proper invoice and payment disputes are set forth in Section 22.15; "Prompt Payment Procedures," Seminole County Administrative Code. COUNTY I administrative dispute resolution procedures for contract claims related to this Agreement, other Tenn Contract for EMS Medical Supplies and Related Components (IFB-604500-23/GCM) Page 13 of 21 ------------------------------------------------------------------------ Certified Copy - Grant Nialoy ,r �, Seminole County Clerk of the Circuit Court and Comptroller Clerk of the Circuit Court an Comptroller Seminole County, Florida eCertified at 05/03/2023 10:57:57 -04:00 eCertified Id: 8DCB-5BEC-54EC Page 13 of 27 i that for proper invoice and payment disputes, are set forth in Section 3.5541, "Contract Claims," Seminole County Administrative Code. (b) In any lawsuit or legal proceeding arising under this Agreement, CONTRACTOR hereby waives any claim or defense based on facts or evidentiary materials that were not presented for consideration in COUNTY administrative dispute resolution procedures set forth in subsection (a) (above of which CONTRACTOR had knowledge and failed to present during COUNTY administrative dispute resolution procedures. (c) In the event that COUNTY administrative dispute resolution procedures are exhausted and a lawsuit or legal proceeding is filed, the parties shall exercise best efforts to resolve disputes through voluntary mediation and to select a mutually acceptable mediator. The parties participating in the voluntary mediation shall share the costs of mediation equally. Section 19. Representatives of COUNTY and CONTRACTOR. (a) It is recognized that questions in the day to day conduct of performance pursuant to this Agreement may arise. Upon request by CONTRACTOR, COUNTY shall designate and I advise CONTRACTOR in writing of one or more of its employees to whom to address all communications pertaining to the day to day conduct of this Agreement. The designated representative will have the authority to transmit instructions, receive information, and interpret and define COUNTY's policy and decisions pertinent to the work covered by this Agreement. (b) At all times during the normal work week, CONTRACTOR shall designate or appoint one or more representatives who are authorized to act on behalf of CONTRACTOR and bind CONTRACTOR regarding all matters involving the conduct of the performance pursuant to this Agreement, and who will keep COUNTY continually and effectively advised of such designation. Tenn Contract for EMS Medical Supplies and Related Components (IFB-6045oa23/GCM) Page 14 of 21 ------------------------------------------------------------------------ Certified Copy - Grant Maloy Seminole County Clerk of the Circuit Court and Comptroller Clerk of the Circuit Court an Comptroller Seminole County, Florid. eCertified at 05/03/2023 10:57:57 -04:00 4, eCertified Id: 8DCB-5BEC-54EC Page 14 of 27 Section 20. All Prior Agreements Superseded. This Agreement incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained in this Agreement and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that i are not contained or referred to in this document. Accordingly, it is agreed that no deviation from the terms of this Agreement may be predicated upon any prior representations or agreements, whether oral or written. t Section 21. Modifications, Amendments, or Alterations. No modification, amendment, or alteration in the terms or conditions contained in this Agreement will be effective unless contained in a written amendment executed with the same formality and of equal dignity with this Agreement. Section 22. Independent Contractor. Nothing in this Agreement is intended or may be construed as in any manner creating or establishing a relationship of co-partners between the parties, or as constituting CONTRACTOR (including its officers, employees, and agents) as an agent, representative, or employee of COUNTY for any purpose or in any manner whatsoever. CONTRACTOR is and will remain forever an independent contractor with respect to all services performed under this Agreement. Section 23. Employee Status. Persons employed by CONTRACTOR in the performance of services and functions pursuant to this Agreement have no claim to pension, workers' compensation, unemployment compensation, civil service, or other employee rights or privileges granti d to COUNTY's officers and employees, either by operation of law or by COUNTY. Section 24. Services Not Provided For. No claim for services provided by CONTRACTOR not specifically provided for in this Agreement will be honored by COUNTY Term Contract for EMS Medical Supplies and Related Components (I Fill-604500-23/GCM) Page 15 of 21 ------------------------------------------------------------------------ Certified Copy - Grant MalOSeminole County Clerk of the Circuit Court and Comptroller Clerk of the Circuit Court an Comptroller Seminole Count, Florid, eCertified at 05/03/2023 10:57:57 -04:00 eCertified Id: 8DCB-5BEC-54EC Page 15 of 27 Section 25. Public Records Law. (a) CONTRACTOR acknowledges COUNTY's obligations under Article I, Section 24, Florida Constitution and Chapter 119, Florida Statutes, to release public records to members of the public upon request. CONTRACTOR acknowledges that COUNTY is required to comply i with Article 1, Section 24, Florida Constitution and Chapter 119, Florida Statutes, in the handling of the materials created under this Agreement and this statute controls over the terms of this Agreement. Upon COUNTY's request, CONTRACTOR shall provide COUNTY with all requested public records in CONTRACTOR's possession, or shall allow COUNTY to inspect or copy the requested records within a reasonable time and at a cost that does not exceed costs as provided under Chapter 119, Florida Statutes. (b) CONTRACTOR specifically acknowledges its obligations to comply with Section 119.0701, Florida Statutes, with regard to public records and shall perform the following: (1) CONTRACTOR shall keep and maintain public records that ordinarily and necessarily would be required by COUNTY in order to perform the services required under this Agreement, (2) CONTRACTOR shall provide COUNTY with access to public records on the same terns and conditions that COUNTY would provide the records and at a cost that does not exceed the cost provided in Chapter 1 l 9, Florida Statutes, or as otherwise provided by law. (3) CONTRACTOR shall ensure public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law. (c) Upon termination of this Agreement, CONTRACTOR shall transfer, at no cost to COUNTY, all public records in possession of CONTRACTOR, or keep and maintain public records required by COUNTY under this Agreement. If CONTRACTOR transfers all public Term Contract for EMS Medical Supplies and Related Components (IFB-604500-23/GCM) Page 16 of 21 ------------------------------------------------------------------------ Certified Copy -Grant Maloy Seminole County Clerk of the Circuit Court and Comptroller Clerk of the Circuit Court an Comptroller `. eCertified at 05/03/2023 10:57:57 -04:00 Seminole County, Florid: eCertified Id: 8DCB-5BEC-54EC Page 16 of 27 records to COUNTY upon completion of this Agreement, CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If CONTRACTOR keeps and maintains the public records upon completion of this Agreement, CONTRACTOR shall meet all applicable requirements for retaining public records. All (records stored electronically must be provided to COUNTY, upon request of COUNTY, in a format that is compatible with the information technology systems of COUNTY. i (d) Failure to comply with this Section will be deemed a material breach of this Agreement for which COUNTY may terminate this Agreement immediately upon written notice to CONTRACTOR. CONTRACTOR may also be subject to statutory penalties as set forth in Section 119.10, Florida Statutes. (e) IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO CONTRACTOR's DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTRACTOR MAY CONTACT THE CUSTODIAN OF PUBLIC RECORDS, THE SEMINOLE COUNTY PURCHASING AND CONTRACTS MANAGER, AT 407-665-7,116, PURCH@SEMINOLECOUNTYFL.GOV, PURCHASING AND CONTRACTS DIVISION,1301 E. SECOND STREET, SANFORD, FL 32771. I Section 26. Governing Law, Jurisdiction, and Venue. The laws of the State of Florida govern the validity, enforcement, and interpretation of this Agreement. The sole jurisdiction and venue for any legal action in connection with this Agreement will be in the courts of Seminole County, Florida. Term Contract for EMS Medical Supplies and Related Components (IFB-W500-23/GCM) Page 17 of 21 ------------------------------------------------------------------------ Certified Copy - Grant Maloy ���-"-c=�,� Seminole County Clerk of the Circuit Court and Comptroller Clerk of the Circuit Court an Comptroller ° eCertified at 05/03/2023 10:57:57 -04:00 Seminole Count , Florid: eCertified Id: 8DCB-5BEC-54EC Page 17 of 27 i _ _ire;• G , 1 Section 27. Compliance with Laws and Regulations. In providing all services pursuant to this Agreement, CONTRACTOR shall abide by all statutes, ordinances, rules, and regulations pertaining to or regulating the provision of such services, including those now in effect and subsequently adopted. Any violation of these statutes, ordinances, rules, or regulations will constitute a material breach of this Agreement and will entitle COUNTY to terminate this Agreement immediately upon delivery of written notice of termination to CONTRACTOR. Section 28. Patents and Royalties. Unless otherwise provided, CONTRACTOR is solely responsible for obtaining the right to use any patented or copyrighted materials in the performance of this Agreement. CONTRACTOR, without exception, shall indemnify and save harmless COUNTY and its employees from liability of any nature or kind, including costs and expenses for or on account of any copyrighted, patented, or unliatented invention, process, or article manufactured or supplied by CONTRACTOR. In the event of any claim against COUNTY of copyright or patent infringement, COUNTY shall promptly provide written notification to CONTRACTOR. If such a claim is made, CONTRACTOR shall use its best efforts to promptly purchase for COUNTY the legitimate version of any infringing products or services or procure a license from the patent or copyright holder at no cost to COUNTY that will allow continued use of the service or product. If none of these alternatives are reasonably available, COUNTY shall return the article on request to CONTRACTOR and receive reimbursement, if any, as may be determined by a court of competent jurisdiction. Section 29. Notices. Whenever either party desires to give notice to the other, it must be given by written notice, sent by registered or certified United States mail, return receipt requested, addressed to the party for whom it is intended at the place last specified. The place for giving of notice will remain such until it has been changed by written notice in compliance with the Tenn Contract for EMS Medical Supplies and Related Components (IFB-�604500-23/GCM) Page 18 of 21 _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ Certified Copy - Crant Mato-"-^r,4,, Seminole County Clerk of the Circuit Court and Comptroller Clerk of the Circuit Court an Comptroller€' -' eCertified at 05/03/2023 10:57:57 -04:00 Seminole County, Florid: 4y eCertified Id: 8DCB-5BEC-54EC Page 18 of 27 provisions of this Section. For the present, the parties designate the following as the respective places for giving of notice: For COUNTY: Seminole County Fire Department 150 Eslinger Way Sanford, FL 32773 With a copy to: Seminole County Purchasing & Contracts Division 1301 E. Second Street Sanford, FL 32771 For CONTRACTOR: Bound Tree Medical, LLC 5000 Tuttle Crossing Boulevard Dublin, Ohio 43016 Section 30. Rights At Law Retained. The rights and remedies of COUNTY provided for under this Agreement are in addition and supplemental to any other rights and remedies provided by law. Section 31. Headings and Captions. All headings and captions contained in this Agrei ement are provided for convenience only, do not constitute a part of this Agreement, and may not be used to define, describe, interpret or construe any provision of this Agreement. Section 32. F,-Verify System Registration. (a) CONTRACTOR must register with and use the E-Verify system to verify the work authorization status of all new employees prior to entering into this Agreement with COUNTY. If COUNTY provides written approval to CONTRACTOR for engaging with or contracting for the services of any subcontractors under this Agreement, CONTRACTOR must require certification from the subcontractor that at the time of certification, the subcontractor does not employ, contract, Tenn Contract for EMS Medical Supplies and Related Components (IFB-604500-23/GCM) Page 19 of 21 ------------------------------------------------------------------------ Certified Copy - Grant Mato y » ° Seminole County Clerk of the Circuit Court and Comptroller Clerk of the Circuit Court an Comptroller`' `'t eCertified at 05/03/2023 10:57:57 -04:00 Seminole County, Florid ilx ` eCertified Id: 8DCB-5BEC-54EC Page 19 of 27 I or subcontract with an unauthorized alien. CONTRACTOR must maintain a copy of the foregoing certification from the subcontractor for the duration of the agreement with the subcontractor. (b) If COUNTY has a good faith belief that CONTRACTOR has knowingly violated I this Section, COUNTY shall terminate this Agreement. If COUNTY terminates this Agreement with CONTRACTOR, CONTRACTOR may not be awarded a public contract for at least one (1) year after the date on which this Agreement is terminated. If COUNTY has a good faith belief I that a subcontractor knowingly violated this Section, but CONTRACTOR otherwise complied i With this Section, COUNTY must promptly notify CONTRACTOR and order CONTRACTOR to imnuiediately terminate its agreement with the subcontractor. (c) CONTRACTOR shall execute and return the Affidavit of E-Verify Requirements Compliance, attached to this Agreement as Exhibit D, to COUNTY. IN WITNESS WHEREOF, the parties have made and executed this Agreement for the purposes stated above. *er ` Print Name W ness 11 Mendenbgll P int Name BOUND THE D1CAL, By: Corey Case Authorized Representative Date: 4202023 [Balance ofpage left intentionally blank] Term Contract for EMS Medical Supplies and Related Components (IFB-604500-23/GCM) Page 20 of 21 ------------------------------------------------------------------------ Certified Copy - Grant Maloy Seminole County Clerk of the Circuit Court and Comptroller Clerk of the Circuit Court an Comptroller eCertified at 05/03/2023 10:57:57 -04:00 Seminole County, Florid; r eCertified Id: 8DCB-5BEC-54EC Page 20 of 27 40, 4 �0 WIN MET vf t ess (� lvuoirl Print Name i For the use and reliance of Seminole County only. Approved as to form and legal sufficiency. SEMINOLE COUNTY, FLORIDA By: TAMMY R OR , Procurement ,Administrator Date: Within the authority delegated by the County Manager pursuant to Section 3.554, Seminole County Administrative Code. Countyttomey G(Usin 04/01=3 rue6utgal Smedley CSB Nmhuing 2GUN13-604500-23 (Bound Tmv Medical. LLC) dax Attachments: Exhibit A - Scope of Services Exhibit B - Sample Release Order Exhibit C - Contract Pricing Exhibit D - Affidavit of E-Verify Requirements Compliance Tenn Contract for EMS Medical Supplies and Related Components (IFB-604500-23/GCM) Page 21 of 21 Certified Copy - Grant Malloy w, Seminole County Clerk of the Circuit Court and Comptroller Clerk of the Circuit Court ano Comptroller � ' Seminole County, Florid eCertified at 05/03/2023 10:57:57 -04:00 eCertified Id: 8DCB-5BEC-54EC Page 21 of 27 Exhibit A Scope of Services The Seminole County Fire Department is looking for a Vendor to provide EMS Medical Supplies and Equipment at a percentage off catalog/list pricing. The qualified respondent shall be licensed to supply medications in the state of Florida, in accordance with Florida Statute 499.01 which states, "Any such person must comply with the licensing or permitting requirements of the jurisdiction in which the establishment is located and the federal act, and any product wholesaled into this state must comply with this part. If a person intends to import prescription drugs from a foreign country into this state, the nonresident prescription drug manufacturer must provide to the department a list identifying each prescription drug it intends to import and document approval by the United States Food and Drug Administration for such importation". The Vendor must notify the EMS Fire Office of any published cost price changes prior to the order being placed. Including a copy of the updated published cost price list. Include any categories and or manufactures excluded from this discount. Provide any other additional discounts or offers provided. Prices shall include all costs, including but not limited to General Administrative, overhead, fringe and benefits, transportation, and profit. All merchandise shall have a minimum expiration date of twelve (12) months from the date of shipment and the date must be displayed on the packages. Shipping labels shall be attached to each carton and shall contain the following information: delivery order number, quantity contained in each package and the total number of items being delivered. The County does not guarantee a minimum total purchase. The County's EMS Supplies Vendor must have the capability to complete orders, receive supplies and inventory, via UCAP devices integrated thru Operative IQ and IQ Tech. The inventory system must include licenses to track inventory and assets at all Seminole County fire stations. The web -based inventory management system will also track preventative maintenance data for all assets. The inventory solution shall be included at no additional cost to the County and should be hosted by,the vendor and accessible by the County through the internet. The system should be web based, manage inventory and assets, manage preventative maintenance data, manage multiple facility locations for ordering, manage inventory at the truck level as well as the supply room level, provide multi- level reporting, password protected, barcode process enabled, provide multi -level authorization of orders, and have an auto -replenishment feature that can be turned on or off. The system must be in a hosted environment by the vendor. No onsite computer servers or IT support will be provided. Data Back -Ups shall be provided by the vendor however, in the event that the awarded respondent should lose the contract in the future, the County reserves the right to retain any and all data placed into the system prior to and up to contract termination. The UCAP devices shall check multiple forms of ID and will prompt for station or dispatch specific data. All withdrawals are cataloged, time stamped and regulated by tech clearance/training level. The UCAP aggregates all dispensing history and alerts for low stock position, expiring product and creates a pick list for restocking. It will generate individual call reports based on products restocked. This information can be printed or exported to the County Accounts Payable/Receivable Software. ------------------------------------------------------------------------ Certified Copy - Crant MalOV _ > " .,, Seminole County Clerk of the Circuit Court and Comptroller Clerk of the Circuit Court on Comptroller ;" ' eCertified at 05/03/2023 10:57:57 -04:00 Seminole County, Florid. eCertified Id: 8DCB-5BEC-54EC ti Page 22 of 27 EXHIBIT B -SAMPLE ORDER NUMBER: .48148 FLORIDA SALES: 85 8013708974C-0 Board of County Commissioner FEDERAL SALES/USE: 59-6000856 RELEASE ORDER S H T �,' r .' ;. I O &IINOLF- COUNTY- p nc.�s,ruTurka,aQ;' ORDER r INQUIRIES. I ALL PACKING SLIPS INVOICES AND CORRESPONDENCE MUST REFER TO THIS ORDER NUMBER ORDER DATE 01/14/2021 REQUISITION 63930 - OR REQUESTOR VENDOR # 409286 ANALYST SUBMIT ALL INVOICES TO:' AP@seminoleclerk.org Seminole Count Clerk & Comptroller POST OFFICE BOX 8080 SANFORD, FL 32772 Accts: Payable Inquiries - Phone (407) 665 7656 ITEM # QTY UNIT ITEM DESCRIPTION UNIT PRICE EXTENDED PRICE 1.D0 EA 0.00 I I ' a - THIS ORDER IS SUBJECT TO THE TERMS & CONDITIONS TOTAL AMOUNT 00.00- ON THE REVERSE SIDE OF THIS ORDER. PURCHASING AND CONTRACT DIVISION 1301 EAST SECOND STREET .SANFORD FLORIDA 32771 PHONE (407) 665-7116 / FAX (407) 665-7956 AUTHORIZED SIGNATURE FOR THE SEMINOLE COUNTY BOARD OF COUNTY COMMISSIONERS Page 1 of 1 ------------------------------------------------------------------------ Certified Copy - Grant Mato y 11.......... Seminole County Clerk of the Circuit Court and Comptroller Clerk of the Circuit Court anji Comptroller Seminole CounhoriJ - eCertified at 05/03/2023 10:57:57 -04:00 , Fl y.' eCertified Id: 8DCB-5BEC-54EC Page 23 of 27 Terms and Conditions 1. AcceptancelEntlre Agreement. This Purchase Order ("PO") is entered obligations under PO must not be limited by any insurance coverage or by into between Seminole, County, Florida ("County") and the Supplier any provision in or exclusion or omission from any policy of insurance. referenced herein(individually, referred to as "Party,' and collectively, 9. Insurance. Supplier, at its sole expense, shall maintain insurance "Parties"). By accepting this PO, Supplier accepts all Terms and Conditions coverage acceptable to County. All policies must name County as an contained herein. This PO, including specifications and drawings, if any, and additional insured. All Insurance Certificates must be, provided to the referenced documents, such as solicitations and responses constitutes the Purchasing and Contracts Division within ten (10) days of request. Supplier entire agreement between the Parties. Whenever terms'and conditions of shall notify County, in writing, of any cancellation, material change, or Main Agreement, !if any, conflict with any PO issued pursuant, to Main' alteration to Supplier's Certificate of Insurance. Agreement, Main Agreement will control. 10. Modifications. PO may be modified or rescinded in writing by County. 2. Inspection. Notwithstanding any prior payment or inspection, all 11. Material Safety Data Sheets. At time of delivery, Supplier agrees to goods/services are subject to inspection/rejection by County at any time, provide County with a current Material Safety Data Sheet for any hazardous including during manufacture, construction or preparation. To the extent a chemicals or toxic substances, as required by law. PO requires a series of performances by Supplier, County reserves right to 12. Pricing. Supplier agrees that pricing included on PO shall remain firm cancel remainder of PO if goods/services provided during the term of PO are through and until delivery of goods and/or completion. of services, unless non -conforming or otherwise rejected. Without limiting any rights County may otherwise agreed to by the Parties in writing. have, County, at its sole option, may require Supplier, at Suppliers expense 13. Invoicing & Payment. After delivery of goods/services by Supplier and to: (a) promptly repair or replace any or all rejected goods, or to cure or re- acceptance by the County, the Supplier must electronically submit an original perform any or all rejected services; or (b) refund price of any or all rejected invoice via email to APOseminoleclerk.ora or may mail the invoice, if goods or services. All rejected goods will be held for Suppliers prompt electronic invoice is not available, to: Seminole County Clerk of the Circuit inspection at Suppliers risk. Nothing contained in PO will relieve Suppliers Court and Comptroller, P.O. Box 8080, Sanford, Florida 32T72. Invoices obligation of testing, inspection and quality control: must be billed at pricing stipulated on PO and must include the County's 3. Packing & Shipping. Unless otherwise spedfied, all goods must be Purchase Order Number. Thereafter, all payments and interest on any late packed, packaged, I marked and prepared for shipment in a manner that is: payments will be paid in compliancewith Flonda Prompt Payment Act, §218. (a) in accordance with good commercial practice; (b) acceptable to common 70, Florida Statutes. carriers for shipment at the lowest rate for the particular good; (c) in 14. Taxes. County is exempt from Florida sales tax, federal taxes on accordance with local, state, and federal regulations; and (d) protected transportation charges and any federal excise tax. County will not reimburse against weather. Supplier must mark all containers with necessary lifting, Supplier for taxes paid.' — handling, shipping information,' PO number, date of shipment and the name 15. Termination. County may terminate PO, in whole or in part, at any time, of the consignee i and consignor. An itemized packing sheet must either for County's convenience or because of Suppliers failure to fulfill its accompany each shipment. obligations under PO, by written notice to Supplier. Upon receipt of written 4. Delivery; Risk of Loss. All goods are FOB destination, and risk of loss notice, Supplier must discontinue all deliveries affected unless written notice will remain with Supplier until delivery by Supplier and acceptance by directs otherwise. In the event of termination, County will be liable only for County. Goods delivered by Supplier that are damaged, defective, or materials procured, work completed or services rendered or supplies partially otherwise fail to conform to PO may be rejected by County or held by County fabricated, within the authorization of PO. In no event will County be liable for at Suppliers risk and expense. County may charge Supplier for cost(s) to incidental or consequential damages by reason of such termination, inspect, unpack, repack, store and re -ship rejected goods. 16. Equal. Opportunity Employer. County is an Equal Employment S. Delivery of Excess Quantities. If Supplier delivers excess quantities of Opportunity ('EEO') employer, and as such, requires all Suppliers to comply goods without prioriwritten authorization from County, excess quantities of with EEO regulations with regards to race, color, religion, sex, national origin, goods may be returned to Supplier at Suppliers expense, age, disability or genetic information, as may be applicable to Supplier. Any 6. Time Is of the Essence. Time is of the essence for delivery of goods subcontracts entered into, as authorized by County, must make reference to /services under PO: Failure to meet delivery schedules or deliver within a this clause with the same degree of application being encouraged. reasonable time, as determined by County, entities County to seek all 17. Assignment. Supplier may not assign, transfer, or subcontract PO or remedies available at law or in equity. County reserves right to cancel any. any right or obligation 'under it without County's written consent. Any PO and procure goods/services elsewhere if delivery is not timely. Supplier purported assignment, transfer, or subcontract will be null and void. agrees to reimburse County' for all costs incurred in enforcing its rights. 18. Venue & Applicable Law. The laws of the State of Florida govern 'Failure of County to'cancel PO, acceptance, or payment will not be deemed validity, enforcement, and interpretation of PO. The sole jurisdiction and a waiver of County's'right to cancel remainder of PO. Delivery date or time in venue for any legal action in connection with PO will be in the courts of PO may be extended if Supplier provides a written request in advance of Seminole County, Florida. originally scheduled' delivery date and time and County agrees to delayed 19. Fiscal Non -Funding. In the event sufficient budgeted funds ere not delivery in writing prior to originally scheduled delivery date and time. available for payment to Supplier for a new fiscal period, County shall notify T. Warranties. Supplier warrants to County that all goods/services covered Supplier of such occurrence and PO will terminate on the last day of the by PO conform strictly to specifications, drawings or samples specified or current fiscal period without penalty or expense to County. furnished by County; and are free from: (a) defects in title; and (b) latent or 20. Public • Records Supplier acknowledges that PO and any related patent defects in material or workmanship. If no quality is specified by financial records, audits, reports, plans, correspondence and other County, Supplier warrants to County that goods/services are of the best documents may be subject to disclosure to members of the public pursuant grade of their respective kinds, meet or exceed applicable standards for to Chapter 119, Florida Statutes. Supplier shall maintain all public records industry represented; are merchantable (as to goods) and are fit for County's and, upon request, provide a copy of requested records or allow records to particular purpose. Supplier warrants that at the time County accepts the be inspected within a reasonable time. Supplier shall also ensure that any , goods/services, the goods/services will have been produced, sold, delivered public records that are exempt or confidential from disclosure are not and furnished in strict compliance with all applicable federal and state laws, disclosed except as authorized by law. In event Supplier fails to abide by regulations, ordinances, rules, labor agreements and working conditions to provisions of Chapter 119, Florida Statutes, County may, without prejudice to which goods/services are subject. Supplier warrants 'the title to goods any other right or remedy and after giving Supplier seven (7) days written furnished under PO is valid, transfer of such title to County is rightful and notice, during which period Supplier still .fails to allowaccess to such goods are free of any claims or liens of any nature whatsoever, whether documents, terminate PO. IF SUPPLIER HAS QUESTIONS REGARDING rightful or otherwise, 'of any person, corporation, partnership or association. APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO SUPPLIER' All applicable manufacturers' warranties must be furnished to County at time S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO PO, CONTACT of delivery of goods or completion of service. All warranties are cumulative CUSTODIAN OF PUBLIC RECORDS AT: 407-665-7116, and are in addition to any other express or implied warranties provided by PURCHOSEMINOLECOUNTYFI GOV, PURCHASING AND CONTRACTS law. DIVISION, 1301 E. SECOND STREET, SANFORD, FL 32771. 8. Indemnification. To the fullest extent permitted by law,' Supplier assumes 21. Right to Audit Records. County will be entitled to audit the books and any and all liability for damages, breach of PO, loss or injury of any kind or records of Supplier to the extent that the books and records relate to this PO. nature whatsoever to persons or property caused by, resulting from or Supplier must maintain books and records relating to this PO for a period of related to the goods/services provided under PO. To the fullest extent three (3) years from the date of final payment under the PO, unless the permitted by law, Supplier shall indemnity and hold harmless County, its County authorizes otherwise in writing. commissioners, officers, employees and agents from and against any and all 22. Severability. If any section, sentence, clause, phrase or portion of PO daims, damages, demands, lawsuits, losses, costs and expenses, including are, for any reason, held invalid or unconstitutional by any court of attorneys' fees, patent, copyright or trademark infringement, judgments, competent jurisdiction, such portion will be deemed separate, distinct, and decrees of whatsoever nature which County may incur as a result of claims, independent and such holding will not affect validity of remaining portion of demands, lawsuits or'causes of action of any kind or nature arising from, caused by or related!to goods/services furnished by Supplier, its PO. 23. Headings & Captions. All headings in PO officers, employees, agents, 1partners, principals or subcontractors. Remedies and captions contained are provided for convenience only, do not constitute a part of PO, and may not afforded to County by this section are cumulative with and in no way affect be used to define, describe, interpret or construe any provision of PO. any other legal remedy County may have under PO or at law. Suppliers Rev. 1012021 --————————————————————————————————————————————————————————————— Certified Copy, - Grant Maloy ,n ` °' Seminole County Clerk of the Circuit Court and Comptroller Clerk of the Circuit Coort ao Comptroller I - y` eCertified at 05/03/2023 10:57:57 -04:00 Seminole County, Florid. eCertified Id: 8DCB-5BEC-54EC Page 24 of 27 I i � r PROPOSAL DOCUMENT REPORT IFB No. IFB-604500-23/GCM Purchase of'EMS Supplies and Related Components EXHIBIT C Item DescriptionLine 1 Percentage off Medical Supplies 1 35% 2 Percentage off Medical Equipment . 1 35% 3 Any additional discounts offered by your Company. Please include any other discounts, benefits to the Countylri your solicitation as a separate attachment 1 40% I PROPOSAL DOCUMENT REPORT Invitation For Bid - Purchase of EMS Supplies and Related Components . Page 13 1 r I 1 I Certified Copy - Grant Maloy `,,..m Seminole County Clerk of the Circuit Court and Comptroller Clerk of the Circuit Court an Comptroller a t eCertified at 05/03/2023 10:57:57 -04:00 Seminole County, Florid eCertified Id: 8DCB-5BEC-54EC Page 25 of 27 -Exhibit D Agreement Name: Purchase of EMS Supplies and Related Components Agreement Number: IFB-604500-23/GCM AFFIDAVIT OF E-VERIFY REQUIREMENTS COMPLIANCE The CONSULTANT/CONTRACTOR agrees to comply with section 448.095, Florida Statutes, and to . incorporate In all subcontracts the obligation to comply with section 448.095, Florida Statutes. 1. The CONSULTANT/CONTRACTOR shall utilize the U.S. Department.of Homeland Security's E-Verify system to virify.the employment eligibility of all new employees hired by the CONSULTANT during the term of the, m Agreeent and shall expressly require any subcontractors performing work or providing . services pursuant to the Agreement to likewise utilize the U.S. Department of Homeland Securitys E- Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Agreement term. 2. That the CONSULTANT/CONTRACTOR understands and agrees that its failure to comply with the verification requirements of Section 448.095, Florida Statutes or Its failure to ensure that all employees and subcontractors performing work under Agreement NumberIFB-6 4500-23/GCM are legally authorized to work In the United States and the State of Florida,_constitutes a breach of this Agreement for which Seminole County may Immediately terminate the Agreement without notice and without penalty. The CONSULTANT/CONTRACTOR further understands and agrees that in the event of such termination, the CONSULTANT/CONTRACTOR shall be liable to the county for any costs Incurred by the County as a result of the CONSULTANTS/CONTRACTOR'S breach. DATED this 20 day of Audi - Bound Tree Medical LLC ' Consultant N By _ _ Print/Type Name: Corey Case Title: Senior Vice President of Marketing STATE COUNTY OF • -c C�YPr c Swom to, affirmed) and subscribed before ' by. mea of c hysical presence OR:o online notarization, this 2Al thday of _1� 4ne i 20�3, by?16 r 4 _ ,(Full Name of Affiant). , IMMAwaiyptwKMARTWI(Y. My Comm 6 Prin Nam a Notary Public In and 'County, --=-,11`1-- and State Aforernentloned •xr- My commission expires:_ F) �A cy., 910.2 I E-Verify Affidavit Revised 5/19/2021 I ------------------------------------------------------------------------ C@rt fied COPY - Ct at11 MalOy Seminole County Clerk of the Circuit Court and Comptroller Clerk of the Circuit Court an Comptroller +: eCertified at 05/03/2023 10:57:57 -04:00 Seminole County, Florid eCertified Id: 8DCB-5BEC-54EC Page 26 of 27 . w • i BOUND TREE MEDICAL, LLC OFFICER'S CERTIFICATE October 21, 2021 The undersigned, as Secretary of Bound Tree Medical, LLC, an Ohio limited liability company (the "Company") does hereby certify as follows: (a) Corey Case; Senior Vice President for Company; has the authority to sign customer . contracts' and otherwise bind the Company.where the anticipated annual revenue associated i with such contract does not exceed an amount of $1M. IN WITNESS WHEREOF, the undersigned has executed this certificate as of the date set forth above. Darrell A. Hughes, Secretary i --------- ---- ----------------------------------------------------------- EXHIBIT B ,. Bound Tree 5000 Tuttle Crossing Blvd. Dublin, CH 43016 614,760.5000 www.boundtree.com September 29, 2023 City of Tamarac Purchasing & Contracts Division 7525 NW 88th Ave. Tamarac, FL 33321 Subject: Offer of Seminole County Agreement Contract and Pricing To Whom it May Concern: This letter is to serve as confirmation that Bound Tree Medical would offer the same contract terms and pricing offered to Seminole County as part of IFB #IFB-604500-23/GCM for the "Purchase of EMS Supplies and Related Components." This follows section 3.31 Purchasing Agreements with Other Governmental Agencies outlined within the Seminole County terms and conditions. 3.31- All Applicants submitting a response to this solicitation agree that such response also constitutes a submittal to all governmental agencies within the State of Florida, under the same conditions, for the same contract price, and for the same effective period as this proposal, should the Applicant feels it is in their best interest to do so. Each governmental agency desiring to accept these submittals, and make an award thereof, shall do so independently of any other governmental agency. Each agency shall be responsible for its own purchases, and each shall be liable only for materials and/or services ordered and received by it, and no agency assumes any liability by virtue of this solicitation. This agreement in no way restricts or interferes with the right of any governmental agency to re -solicit any or all items. We thank you again for the opportunity to provide all your EMS equipment and information needs. If you require additional information, our contact information is below. Sincerely, 6Tiris4opher PVf Manager, Bids & Contracts 614-760-5374 Christopher. Fyffe(a)Boundtree.com