Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2011-030TR12006 March 8, 2011 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. 2011- 30 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, TO APPROVE REQUEST FOR BID NO. 11-07B AND AWARD THE PURCHASE OF HYPOTHERMIA INDUCTION KITS TO BOUND TREE MEDICAL, LLC FOR A COST NOT TO EXCEED FORTY- THREE THOUSAND EIGHT HUNDRED FIFTY FIVE ($43,855), UNDER A BROWARD COUNTY EMERGENCY MEDICAL SERVICES (EMS) GRANT, AS PART OF THE STATE EMS COUNTY GRANT FUND; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac, through the Fire Rescue Department, provides Emergency Medical Services (EMS) and Advanced Life Support (ALS) transport as necessary to its residents, citizens and visitors; and, WHEREAS, the City Commission approved and executed a non -matching Grant Agreement (Resolution# R-2010-70) between the City of Tamarac and various Fire -Rescue sub -grantees under a Broward County EMS Grant for the purchase of hypothermia induction kits to be placed on Tamarac and various other ALS fire -rescue vehicles within Broward County; and, WHEREAS, the City of Tamarac Fire Rescue researched various hypothermia induction kits specific for pre -hospital use and recommended the Engel EMS cooler or similar product to the Purchasing Department for competitive bid; and, WHEREAS, the CITY published a Request for Bid (Bid No. 11-07B) for the purchase of hypothermia induction kits comprising the Engel EMS cooler, power supplies and thermal intravenous pressure infuser; and, TR12006 March 8, 2011 Page 2 WHEREAS, the Fire Chief and the Purchasing and Contracts Manger request approval to award RFB NO. 11-07B under the Broward County EMS Grant for the purchase of hypothermia kits in the amount of forty-three thousand eight hundred fifty five ($43,855) to Bound Tree Medical, LLC (attached hereto as Attachment A); and, WHEREAS, the City of Tamarac will be reimbursed by the Grant in the amount of forty-three thousand eight hundred fifty five ($43,855) for the purchase of hypothermia equipment, and has set aside appropriate funds in Account # 120-4520-522.52-05 (Project Code GT10H) for the same; and, WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens of the City of Tamarac to approve this bid. NOW, THEREFORE, BE IT RESOLVED BY THE CITY 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 Attachments hereto are expressly incorporated herein and made a part hereof. SECTION 2: That the City Commission approve RFB NO. 11-07B for the purchase of hypothermia kits and authorize the City Manager or his designee to approve the bid document (attached hereto as Attachment A). SECTION 3: That the City Commission award the purchase to Bound Tree Medical, LLC in the amount not to exceed forty-three thousand eight hundred fifty five ($43,855), which is 100% reimbursable under a Broward County EMS Grant. SECTION 4: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. 1 1 1 TR12006 March 8, 2011 Page 3 SECTION 5: 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. SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED AND ADOPTED BY THE CITY COMMISS ON OF THE CITY OF TAMARAC, FLORIDA THIS a3 DAY OF , 2011. ATTEST: PETER M. J. ICIf?iDBQ{)1�CRM, C CITY CLERK. 't.AMq �PB�1SHED : a O A I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM. SAMUEL S. G(JREV- CITY ATTORNEY -1 �i PAMELA BUSHNELL, MAYOR MC RECORD OF COMMISSION VOTE: MAYOR BUSHNELL DIST 2: V/M GOMEZ. DIST 3: COMM. GLAS R� DIST 4: COMM. DRESSLER." i III ;Z P'I'I40 4:I: iT:ji-rr1 QOpw City of Tamarac Purchasing and Contracts Division INVITATION FOR BID Bidder Acknowledgement BID NO.: 11-07B BID TITLE: Hypothermia Induction Kits BID OPENING DATE/TIME: WEDNESDAY, February 23,2011 4:0012M BUYER NAME: Steven J. Beamsderfer, CPPB BUYER PHONE: 954-597-3566 BUYER EMAIL: STEVENB@tamarac.org PRE -BID CONFERENCE/SITE INSPECTION: NONE BONDING: Not required for this bid. GENERAL CONDITIONS THESE INSTRUCTIONS ARE STANDARD FOR ALL BIDS FOR COMMODITIES/SERVICES ISSUED BY THE CITY OF TAMARAC. THE CITY OF TAMARAC MAY DELETE, SUPERSEDE OR MODIFY ANY OF THESE STANDARD INSTRUCTIONS FOR A PARTICULAR BID BY INDICATING SUCH CHANGE IN THE INSTRUCTIONS TO BIDDERS, IN THE SPECIAL CONDITIONS OF THE BID, OR IN THE SPECIFICATIONS/STATEMENT OF WORK, ANY AND ALL SPECIAL CONDITIONS THAT MAY VARY FROM THESE GENERAL CONDITIONS SHALL PREVAIL OVER THESE GENERAL CONDITIONS AND ANY CONFLICTING PROVISION WITHIN ANY VENDOR'S STANDARD TERMS AND CONDITIONS REGARDLESS OF ANY LANGUAGE IN VENDOR'S DOCUMENTATION TO THE CONTRARY, SEALED BIDS THIS FORM SHOULD BE EXECUTED AND SUBMITTED WITH ALL BID FORMS IN A SEALED ENVELOPE. THE FACE OF THE ENVELOPE SHALL CONTAIN THE ABOVE ADDRESS, THE BID NUMBER AND THE BID TITLE. BIDS NOT SUBMITTED ON THE ATTACHED BID FORM MAY BE DEEMED NON -RESPONSIVE. ALL BIDS ARE SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN. THOSE BIDS THAT DO NOT COMPLY WITH THESE CONDITIONS MAY BE DEEMED NON -RESPONSIVE. BIDDER COMPANY NAME: Bound Tree Medical, LLC COMPANY ADDRESS: 5000 Tuttle Crossing Blvd Dublin, OH 43017 COMPANY PHONE:1-800-533-0523 NAME OF AUTHORIZED AGENT: Mark Dougherty TITLE OF AUTHORIZED AGENT: CFO/Secretary/Treasurer AUTHORIZED AGENT EMAIL ADDRESS: Mark.DougheMb-Samoya.Com BIDDER TAXPAYER ID OR SOCIAL SECURITY NUMBER: 31- SIGNATURE OF AUTHORIZED AGENT: TR12006 - EXHIBIT A City of Tamarac Purchasing and Contracts Division Our Vision and Mission Our Vision: The City of Tamarac, our community of choice -- leading the nation in quality of life through safe neighborhoods, a vibrant economy, exceptional customer service and recognized excellence. Our Mission: We Are Committed to Excellence... Always" It is ourjob to foster and create an environment that Responds to the Customer Creates and Innovates Works as a Team Achieves Results, and Makes a Difference In the fulfillment of our vision and mission, as stewards of the public trust, we value vision, integrity, efficiency and quality service. Our vendors are truly partners in meeting these commitments to the community, and in support of that vision and mission, we are committed to ensuring that quaffed, competitive vendors who share our commitment to quality, efficiency, teamwork and customer service are employed to provide goods and services to the City. Our vendors are expected to deliver high quality products and offrcient service that is provided on time and as ordered, - in a manner that improves the overall value of the services that the City provides to its residents. In addition, we expect our vendors to work with the City as a team, and exhibit the highest level of integrity when dealing with any office or department of the City. Diligence in the execution of the requirements of this proposal will ultimately contribute to the overall quality of services provided to the entire community. The City is searching fora firm who will exemplify these ideals in the execution of their work, and the successful firm will be measured against the performance standards outlined in this bid invitation. INTRODUCTION It is the intent of the City to award this bid to the lowest responsible and responsive Bidder. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of the City. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated, whichever Is in the best interest of the City. This solicitation is issued pursuant to the City of Tamarac Code, Chapter 6, "Finance & Taxation", Article V, "Purchasing Procedures", Section 6-141 et seq. GENERAL TERMS AND CONDITIONS These general terms and conditions apply to all offers made to the City of Tamarac by all prospective Bidders including but not limited to Request for Quotes, Request for Bids and Request for Proposals_ As such the words "bid" and "proposal' are used interchangeably in reference to all offers submitted by prospective Bidders. Any and all special conditions in this IFB or any sample agreement document that may be in variance or conflict with these General Terms and Conditions shall have precedence over these General Terms and Conditions. If no changes or deletions to General Conditions are made in the Special Conditions, then the General Terms and Conditions shall prevail in their entirety. 1. SUBMISSION OF THE BID The Bidder is directed to deliver sealed bids to the City of Tamarac, Purchasing Division, 7525 N. W, 88th Avenue, Room 108, Tamarac, Florida 33321, no later than the date and time specified on the cover page of this solicitation document. At this time the bids will be opened, the names of all Bidders will be announced and all bids shall become a matter of public record. All Bidders and their representatives are invited to attend. The Bidder must show the bid number, bid name, time and date of the bid opening on the outside of the sealed bid package. Delivery of the sealed bids to the Purchasing Office on or before the above date is solely and strictly the responsibility of the Bidder. Late bids will be returned unopened to the Bidder. It is the Bidder's responsibility to read and understand the requirements of this bid. Unless otherwise specified, the Bidder must use the bid form furnished in the bid document. The Bidder is requested to submit one (1) original and two (2) copies of the bid. The original bid must be manually and duly signed in ink by a Corporate Officer, Principal, or Partner with the authority to bind the bidding company or firm by his/her signature. All bid forms must be typewritten or completed in ink. The Bidder must initial any erasures or corrections in ink. All bids shall be submitted in the English language. All prices, terms and conditions quoted in the submitted of Tamarac bid shall be expressed in U.S. Dollars, and will be firm for acceptance for sixty (60) calendar days from the date of the bid opening unless otherwise stated by the City. The Bidder preparing a bid in response to this solicitation shall bear all expenses associated with its preparation. The Bidder shall prepare a bid with the understanding that no claim for reimbursement shall be submitted to the City for expenses related to its preparation. BID DEPOSIT When required on the cover page, a bid deposit or bid surety bond in the amount specified shall accompany the bid. Bid deposits shall be in the form of cash, certified check or cashier's check, drawn on a responsible bank doing business in the United States, and shall be made payable to the City of Tamarac. In lieu of a bid deposit, a bid surety provided by a firm licensed to business in the State of Florida shall be provided to the City. Any bid deposits will be returned to the Bidders at the time of contract award. The bid deposit of the successful vendor shall be returned upon receipt of acceptable Performance and/or Payment bonds. 3. BONDING When required by the specification herein, the successful Bidder shall furnish a Performance and Payment bond, and/or Warranty bond, as stated on the cover page of this solicitation, on the City's forms, within fifteen (15) calendar days after notification of contract award. Failure to furnish the required bonds within the time specified may be cause for rejection of the bid and any bid deposit may be retained by the City as liquidated damages and not as a penalty. Said sum shall be a fair estimate of the amount of damages the City would sustain due to Bidder's failure to fumish said bonds. 4. WITHDRAWAL OF BID Any Bidder may withdraw its bid prior to the indicated opening time. The request for withdrawal must be submitted in writing to the Purchasing Office. 5. PUBLIC ENTITY CRIMES STATEMENT A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract Purchasing and Contracts Division with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. 6. NON -COLLUSIVE AFFIDAVIT Each Contractor shall complete the Non - Collusive Affidavit Form and shall submit this form with the bidtproposal. The City considers the failure of the Contractor to submit this document to be a major irregularity, and may be cause for rejection of the Proposal. 7. CONFLICT OF INTEREST The award hereunder is subject to the provisions of Chapter 112 of the State of Florida Statutes. Bidders shall disclose the name of any officer, director, partner, proprietor, associate or agent who is also a public officer or employee of the City or any of its agencies. 8. QUANTITIES Quantities shown are estimates only. No guarantee or warranty is given or implied by the City as to the total amount that may or may not be purchased from any resulting contract. The City reserves the right to decrease or increase quantities or add or delete any item from the contract if it is determined that it best serves the interests of the City. 9. PRICES, PAYMENTS, DISCOUNTS & ELECTRONIC PAYMENTS 0 PdPdting: Bid prices shall be fixed and firm to the extent required under Special Conditions. In the absence of a reference in the Special Conditions, bid prices shall be fixed and firm for a period of sixty (60) calendar days, or ninety (90) calendar days when the contract must be approved by another agency. Payment will be made only after receipt and acceptance of materials/services. Cash discounts may be offered for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation. III A KIIIAM 4;4111:1 h r_1 of Tamarac Prompt Payment Discounts: Bidders are encouraged to provide prompt payment terms in the space provided on the Bid Form, If no payment discount is offered, the Bidder shall enter zero (0) for the percentage discount to indicate net 30 days. If the Bidder does not enter a percentage discount, it is understood and 12 agreed that the payment terns shall be 2% 10 days, net 30 days effective on the date that the City receives an accurate invoice or accepts the product, whichever is the later date. Payment is deemed made on the date of the mailing of the check. All payments shall be governed by the Local Government Prompt Payment Act, F.S. Chapter 218. Payments by Electronic );unds Transfer: Vendors may now receive payments by direct deposit via electronic funds transfer instead of by paper check. Vendors are strongly encouraged to register to receive all payments by direct deposit. 13. Access the City of Tamarac web -site at h ://www.tam / 'ty-departmgnMnancial= se i h sin /reist r-f -di -de i - payment.asox for more information. 10. DELIVERY All items shall be delivered F.O.B. destination to a specific City address. All delivery costs and charges must be included in the bid price. The City reserves the right to cancel orders or any part thereof, without obligation if delivery is not made at the time specified in the bid. 11. MANUFACTURER'S NAME & APPROVED EQUIVALENTS Manufacturers name, trade name, brand name information and/or modellcatalog numbers are used in these specifications for information and establishment of a quality level desired, and are not intended to restrict competition unless otherwise specified in the bid. The Bidder may offer any brand which meets or exceeds the specifications for any item(s). If bids are based on equivalent products, indicate on the bid form the manufacturers name and model/catalog number. Bidder shall submit complete descriptive literature andlor specifications with the bid. The burden of proof for specification compliance is solely on the Bidder. The City reserves the right to be the sole judge of what is equal and acceptable. Failure to provide this information within three (3) business days of the City's request may be grounds for bid and Contracts Division disqualification. If Bidder fails to name a substitute, it will be assumed that the Bidder has submitted a bid which conforms in all aspects to the requirements of the bid document, and that the Bidder intends to furnish goods identical to the bid standard, SAMPLES AND DEMONSTRATIONS When requested, samples are to be furnished free of charge to the City. If a sample is requested it must be delivered within seven days of the request unless otherwise stated in the bid. Each sample must be marked with the Bidder's name and manufacture's brand name. The City will not be responsible for returning samples. The City may request a full demonstration of any product or service before the award of a contract. All demonstrations will be done at the expense of the Bidder. BACKGROUND INVESTIGATION As a part of the Bid evaluation process, the City may conduct a background investigation including a criminal record check of Bidders officers and/or employees, by the Broward County Sheriffs Office. Bidders submission of a bid constitutes acknowledgement of and consent to such investigation. City shall be the sole judge in determining Bidders qualifications. 14. CONDITIONS OF MATERIALS All materials and products supplied by the Bidder in conjunction with this bid shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Bidder at no cost to the City. Successful Bidder shall furnish all guarantees and warranties to the Purchasing Division prior to final acceptance and payment. The warranty period shall commence upon final acceptance of the product. 16. COPYRIGHTS OR PATENT RIGHTS The Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods TR12006 - EXHIBIT A City of Tamarac Purchasing and Contracts Division shipped or ordered as a result of this bid. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 16. SAFETY STANDARDS The Bidder warrants that the product(s) supplied to the City confomt with all respects to the standards set forth in the Occupational Safety and Health Act of 1970 as amended, and shall be in compliance with Chapter 442, Florida Statutes as well as any industry standards, if applicable. Any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this order must be accompanied by a completed Material Safety Data Sheet (MSDS). 17. PERFORMANCE Failure on the part of the Bidder to comply with the conditions, terms, specifications and requirements of the bid shall be just cause for cancellation of the bid award, notwithstanding any additional requirements enumerated in the Special conditions herein relating to performance based contracting. The City may, by written notice to the Bidder, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance, 18. INSPECTION The City shall have the right to inspect any materials, components, equipment, supplies, services or completed work specified herein. Any of said items not complying with these specifications are subject to rejection at the option of the City. Any items rejected shall be removed from the premises of the City and/or replaced at the entire expense of the successful vendor. 19. TERMINATION a. DEFAULT: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the 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. b. TERMINATION FOR CONVENIENCE OF CITY: Notwithstanding any additional requirements for performance based contracting contained in the special conditions herein, the final 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. c. FUNDING OUT: 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. 20. ASSIGNMENT The Bidder shall not transfer or assign the performance required by this bid without the prior written consent of the City. Any award issued pursuant to this bid and monies that may become due hereunder are not assignable except with prior written approval of the City. 21. EMPLOYEES Employees of the Bidder shall at all times be under its sole direction and not an employee or agent of the City. The Bidder shall supply competent and physically capable employees. The City may require the Bidder to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Bidder shall be responsible to the City for the acts and omissions of all employees working under its directions. 22. NON-DISCRIMINATION & EQUAL OPPORTUNITY EMPLOYMENT During the performance of the Contract, the Contractor shall not discriminate against any employee or applicant for employment because of race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. The Contractor will take affirmative action to ensure that employees are treated during employment, without regard to their race, color, sex. Religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, or disability if qualified Such actions must include, but not be limited to, the TR12006 - EXHIBIT A of Tamarac 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 shall agree to post in conspicuous places, available to 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 Subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 23. TAXES The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 24. OMISSION OF DETAILS Omission of any essential details from these specifications will not relieve the Bidder of supplying such product(s) as specified. 25. INSURANCE REQUIREMENTS Bidder agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to Contractor, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. Bidder shall obtain at Bidder's expense all necessary insurance in such form and amount as required by the City's Risk & Safety Officer before beginning work under this Agreement. Bidder shall maintain such insurance in full force and effect during the life of this Agreement. Bidder shall provide to the City's Risk & Safety Officer certificates of all insurance required under this section prior to beginning any work under this Agreement. Bidder shall indemnify and save the City harmless from any damage resulting to it for failure of either Bidder or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage, which the Bidder agrees to maintain during the term of this contract: Line of Business/ Occurrence Aggregate and Contracts Division Coverage Commercial General $1,000,000 $1,000,000 Liability Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability $1,000,000 $1,000,000 Workers' Compensation Statutory & Employer's Liability The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Bidder nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Bidder will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverage throughout the term of this Agreement. All Insurance carriers shall be rated at least A- VII per A.M. Bests Key Rating Guide and be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation. The Bidder's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Bidder's Worker's Compensation carrier will provide a Waiver of Subrogation to the City. The Bidder shall be responsible for the payment of all deductibles and self -insured retentions. The City may require that the Bidder purchase a bond to cover the full amount of the deductible or self -insured retention. If the Bidder is to provide professional services under this Agreement, the Bidder must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims - Made" forms are acceptable for Professional Liability insurWs TR12006 - EXHIBIT A of Tamarac F��1►f�7 N11I1r4[e7_`ireN1 The Bidder shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees 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 Bidder or his Subcontractors, agents, officers, employees 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 of Tamarac or its elected or appointed officials and employees. 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��1►1�]�;i�►1�1�.><iteTe1�71eY[�7;3 An Agreement resulting from this solicitation does not create an employee%mployer 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 Workets 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 any potential 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. Any potential Agreement shall not be construed as creating any joint and Contracts Division 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. 28. CLARIFICATION & ADDENDA Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Detailed Specifications outlined in this bid, the Special Conditions and/or the Detailed Specifications shall prevail. The Bidder shall examine all bid documents and shall judge all matters relating to the adequacy and accuracy of such documents. If, upon review, any material errors in specifications are found, the Bidder shall contact the Purchasing Office immediately. Any inquiries, suggestions, requests concerning clarification, or requests for additional information shall be submitted in writing to the Purchasing and Contracts Manager. The City of Tamarac reserves the right to amend this bid prior to the Bid opening date indicated by written addenda. Written addenda shall serve as the sole means of clarification. The City shall not be responsible for oral interpretations given by any City employee or its representative. 29. BID TABULATION Bidders may download the bid tabulation directly from the Internet at httD:/Miww.tama jgfg. The City does not notify unsuccessful Bidders of contract awards. Pursuant to Florida Statute Chapter 119, Section 7(m), sealed bids or proposals received by an agency pursuant to invitations to bid or requests for proposals are exempt from the provisions of subsection (1) and s. 24(a), Art. I of the State Constitution until such time as the agency provides notice of a decision or intended decision pursuant to F.S. §120.57(3)(a), or within 10 days after bid/proposal opening, whichever is earlier. 30. RECORDS/AUDITS The Contractor shall maintain during the term of the contract all books, reports and records in accordance with generally accepted accounting TR12006 - EXHIBIT A City of Tamarac Purchasing and Contracts Division practices and standards for records directly a Form Agreement document. Bidders shall be related to this contract. The form of all records responsible for complying with all of the terms and reports shall be subject to the approval of and conditions of the Form Agreement the City's Auditor. The Contractor agrees to document if included herein, except where make available to the City's Auditor, during variant or conflicting language may be included normal business hours and in Broward, Dade or in any Special Conditions contained herein. Palm Beach Counties, all books of account, Bidders shall note any deviation or variance with reports and records relating to this contract for the Form Agreement document at the time of the duration of the contract and retain them for a bid submission. minimum period of one (1) year beyond the last 35. OTHER GOVERNMENTAL ENTITIES day or the contract term. 31. UNBALANCED BIDS If a Bidder is awarded a contract as a result of this Invitation for Bid, Bidder will, if Bidder has When a unit price bid has variable or estimated sufficient capacity or quantities available, quantities, and the bid shows evidence of provide to other governmental agencies, so unbalanced bid pricing, such bid may be requesting, the products or services awarded in rejected. accordance with the terms and conditions of the 32. UNIT PRICES Invitation for Bid and resulting contract. Prices shall be F.O.B. Destination to the requesting Where a discrepancy between unit price and agency. total price is indicated on a Bidder's submitted Schedule of Bid Prices or Price Proposal Form, 36. UUUGETARY the unit prices shall prevail. 33. VENUE In the event the City is required to reduce contract costs due to budgetary constraints, all services specified in this document may be Any Agreement resulting from this solicitation subject to a permanent or temporary reduction in shall be governed b the laws of the State of g Y budget. In such an event, the total cost for the Florida as now and hereafter in force. The affected service shah be reduced as required, venue for actions arising out of this agreement is The Contractor shall also be provided with a fixed in Broward County, Florida. minimum 30-day notice prior to any such 34. FORM AGREEMENT DOCUMENT reduction in budget. The City may attach as a part of this solicitation, TR12006 - EXHIBIT A City of Tamarac Purchasing and Contracts Division INVITATION TO BID HYPOTHERMIA INDUCTION KITS BID NO. 11-07B Sealed bids, addressed to the Purchasing and Contracts Manager of the City of Tamarac, Broward County, Florida, will be received in the Purchasing Office, Room 108, 7525 NW 88th Avenue, Tamarac, Florida 33321-2401 until 4:OO12M local time Wednesday, February 23, 2011 at which time bids will be publicly opened and announced for, HYPOTHERMIA INDUCTION KITS. All bids received after the date and time stated above will be returned unopened. All firms are invited to attend the opening. Submit one (1) original document, marked "Original' on its exterior, prior to the bid opening deadline. Late bids will not be accepted. Two (2) photocopies should accompany your original. Bids must be submitted on the official Bid Forms furnished with this bid package; and those submitted otherwise will not be considered responsive. The submittal should be plainly marked, "11-07B HYPOTHERMIA INDUCTION KITS" on outside of the envelope. The City of Tamarac, Fire Department, is seeking bids to provide HYPOTHERMIA INDUCTION KITS. The City reserves the right to accept or reject any or all bids, or any part of any bid, to waive any informalities, and to award in the best interest of the City of Tamarac. The Bid document will be available for no charge at Tamarac City Hall, 7525 NW 88t" Avenue, Tamarac, FL 33321, Purchasing, Room 108, or may be downloaded at wVffl.tamA[%1r,.org- For non -technical inquiries, contact the Purchasing Office at (954) 597-3570. For technical issues, direct questions by fax or e-mail to the EMS Division Manager, Tom Sheridan, Tamarac Fire Department via email at tomsh0tamarac.orq or Fax at (954) 597-3810. Be sure to include the Project Name and Bid Number on all correspondence. Steven J. Beamsderfer, CPPB Buyer Publish Dates: February 6, and February 13, 2011 TR12006 - EXHIBIT A City of Tamarac Purchasing and Contracts Division TABLE OF CONTENTS Bid No. 11-078 General Terms and Conditions........................................................................................... 2 Invitationto Bid.................................................................................................................. 9 Tableof Contents.............................................................................................................. 10 SpecialConditions.............................................................................................................11 TechnicalSpecifications.................................................................................................... 13 Bidder's Checklist.............................................................................................................. 14 Bid Form and Pricing ............................. ............... 15 — 18 Non -Collusive Affidavit......................................................................................................19 Certification....................................................................................................................... 21 Bidder's Qualification Statement....................................................................................... 22 References........................................................................................................................ 23 Vendor Drug -Free Workplace........................................................................................... 24 SwornStatement............................................................................................................... 25 CertifiedResolution........................................................................................................... 28 10 TR12006 - EXHIBIT A City of 7 amarac Purchasing and Contracts Division SPECIAL CONDITIONS HYPOTHERMIA INDUCTION KITS BID NO. 11-078 PURPOSE OF BID The City of Tamarac is hereby requesting Bids, from qualified vendors, to provide the Tamarac Fire Department with Hypothermia Induction Kits meeting the specifications contained herein. Funding for this purchase is being made available under a Broward County Emergency Medical Services (EMS) grant, as a part of the state EMS county grant. The City of Tamarac is a sub -grant project coordinator and has entered into an agreement with various neighboring Fire Rescue Sub -Grantees for the purchase and receipt of hypothermia Induction Kits to be placed on Tamarac and various other ALS fire rescue vehicles in "Broward County. In its' role as sub -grant project coordinator, the City of Tamarac will distribute the Hypothermia Induction Kits to the various neighboring Fire Rescue sub -grantees based on their established requests. 2. RESTRICTIONS The components of these kits are restricted only to those shown in the technical specifications section of this document. These restrictions are a result of a comprehensive market analysis of the needs and capabilities for the products specified herein. 3. BIDDER QUALIFICATIONS To submit a bid for this solicitation, potential vendors must be an authorized dealer or distributor for the product manufacturer or manufacturers herein shown. Additionally, vendors must be able to offer full manufacturers' warranty as well as warranty service or have the ability to coordinate such service through the manufacturer. 11 TR12006 - EXHIBIT A City o/ Tamarac I Purchasing and Contracts Division 9 A 6. 7 8. 9. WARRANTIES Awarded vendor must extend full factory warranties on kits distributed to the various Fire Rescue sub -grantees without any involvement or obligation on the part of the City of Tamarac. All warranty issues will be handled directly with the various sub -grantees. The City of Tamarac will provide information as to the identity of the sub -grantee, the quantity and serial number of kits distributed to each sub -grantee upon request CONDITION OF GOODS All bid items and ancillarty accessories must be new, never used and of first quality. No factory seconds, rejects, refurbished or remanufactured items will be accepted. DELIVERY All costs for freight, delivery and packaging shall be included in the bid price . All items will be shipped FOB destination. BASIS FOR AWARD This bid will be awarded to the responsive and responsible bidder submitting the lowest Bid Price per Hypothermia Induction Kit that complies fully with all terms, specifications and conditions of this bid. It is anticipated that the requirement will be for 49 Kits. The City reserves the right to adjust the total number of kits required by approximately 10% either up or down at its' sole discretion without a change in the unit ptice bid. CONTINGENCY ITEMS As Contingency Items, the City is requesting pricing on unspecified quantities of Hypothermia Induction Kits. Contingency items are items which the City may elect to purchase in the future, but for which the City has no immediate requirements. Contingency Item pricing will not be a factor in determining the lowest responsive and responsible bidder for purposes of evaluation for bid award. The City reserves the right not to purchase these items, and is under no obligation to do so, from the same vendor awarded this bid. DELIVERY DATE All items ordered shall be delivered to the City of Tamarac no later than 30 days after the issuance of a written Purchase Order. 12 TR12006 - EXHIBIT A City of Tamarac purchasing and Contracts Division TECHNICAL SPECIFICATIONS HYPOTHERMIS INDUCTION KITS BID NO. 11-07B HYPOTHERMIA INDUCTION KIT MAKEUP For purposes of this bid a Hypothermia Induction Kit shall consist of one each of the following four items: Item 1 Engel model #MHD13F-D (Engel EMScooler This cooler must have a built-in digital thermometer with LED display. Cooler must be capable of automatically maintaining a constant temperature of 2-30C (35-37°F) in its' storage compartment despite fluctuating ambient temperatures. The unit must be capable of 12V DC (hard wire or 12V adapter) and capable of 110V AC conversion. Item 2 Engel Converter/Power Supply (120v) The adapter/converter converts AC to DC to operate with the MHD13F-DM unit. Item 3 Engel (or egual) Intravenous (M Pressure Infuser The insulated IV pressure infuser must be capable of holding a 1000 mL saline bag to assist in maintaining the temperature infused solution for patient care. The solution should be visible during administration to ensure fluid accuracy. Item 4; En el DC Thermal Fuse re lacement This fuse is intended as a spare and will be in addition to the fuse which comes pre -installed in the MHD13F-DM unit 13 TR12006 - EXHIBIT A City of Tarnarac Purchasing and Contracts Division COMPANY NAME (Please Print): Bound Tree Medical, LLC Phone: 800-533-0523 Fax: 800-257-5713 BEFORE SUBMITTING YOUR BID, MAKE SURE YOU... 0 1. Carefully read the General Terms & Conditions, Special Conditions and the General Requirements. E 2. Properly fill out the Bid Form. 0 3. Fill out and sign the Non -Collusive Affidavit and have it properly notarized. 0 4. Sign the Certification page. Failure to do so will result in your Bid being deemed non -responsive. 0 5. Fill out the Bidder's Qualification Statement. ❑x 6. Fill out the References page. ❑x 7. Sign the Vendor Drug Free Workplace Form. []x 8. Fill out the Public Entity Crimes Statement. 0 9. Fill out and sign the Certified Resolution. []x 10. Submit ONE (1) Original AND TWO (2) Photocopies of your bid, clearly marked with the BID NUMBER AND BID NAME on the outside of the package. Make sure your Bid is submitted PRIOR to the deadline. Late Bids will not be accepted. Failure to provide the requested attachments may result in your bid being deemed non -responsive. THIS SHOULD BE THE FIRST PAGE OF YOUR BID. 14 TR12006 - EXHIBIT A City of Tamarac Purchasing and Contracts Division BID FORM HYPOTHERMIA INDUCTION KITS BID NO.11-07B Submitted by: Bound Tree Medical, LLC Date 02/2111 THIS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 88t" Avenue Tamarac, Florida 33321 The undersigned Bidder proposes and agrees, if this bid is accepted, to furnish all items as specified herein for the Bid Price and within theDelivery Period indicated in this bid. 2. This bid will remain subject to acceptance for sixty (60) days after the day of bid opening. Bidder will sign and submit the necessary documents required by the City within fifteen (15) days prior to the date of the City's Award. a) Bidder has familiarized itself with the specifications and requirements of the bid documents, locality, and all laws and regulations that in any manner may affect cost, progress, performance or furnishing of the items. b) Bidder has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the contract documents and the written resolution thereof by the City is acceptable to Bidder. c) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the City. 3. Bidder will provide items bid for the prices shown in the "Bid Form". 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. 15 TR12006 - EXHIBIT A of Tamarac BID FORM (continued) HYPOTHERMIA INDUCTION KITS BID NO. 11-07B To: The Purchasing and Contracts Manager of the City of Tamarac: and Contracts Division We propose to furnish the following in conformity with the terms, specifications and special conditions of this bid at the following bid prices. The bid prices quoted have been checked and certified to be correct. Item Anticipated Bid Price (each) Extended Quantity Hypothermia Induction Kit *Part Ps Below 49 each $ 748.38/ea each $136,670.62 **BTM #1890-1361414gt fridge/heating ability,digital thermometer w/display 12v, DC, EMS, Engel $665.65/ea BTM #1890-64020 5.25amp Converter for the Engel 15gt Model $32.50/ea BASIS OF AWARD: Shall be as outlined in the Special Conditions section of this document. BTM *2530-10604 Insulated IV Pressure Infuser Bag $45.83/ea BTM #1890-20061 Replacement Thermal Fuse for the Engel DC Power Cord Plug $4.40/ea CONTINGENCY ITEM(S): Pricing for the following Contingency Items will not be a factor in determining the lowest responsive and responsible bidder for purposes of evaluation for bid award Item Price prior to 7/31/2011 Price 8/1/2011 until 12/31/2011 Hypothermia Induction Kit $748.38/ea each $ 36,670.62 each 16 TR12OO6 - EXHIBIT A of Tamarac Purchasing and Contracts Division The City reserves the right to reject any bid, if it deems that a vendor has deliberately provided erroneous information. The undersigned declare to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this bid request, and hereby promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid together with all guarantees and warranties thereto. The undersigned bidding firm further certifies the product and/or equipment meets or exceeds the specification as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet bid specifications will be rejected by the City within thirty (30) days of delivery. Return of rejection will be at the expense of the bidder. Bound Tree Medical, LLC Company Name 5000 Tuttle Crossing Blvd Address Dublin OH 43017 City, State, ZIP Contractor's License Number (if applicable) .P211 - . - Mark Dougherty Typed/Printed Name 800-533-0523 & 800-257-5713 Telephone & Fax Number 31-1739487 Federal Tax ID# 17 TR12006 - EXHIBIT A of Tamarac BID FORM (continued) HYPOTHERMIA INDUCTION KITS BID NO.11.07B Bidders Name: Bound Tree Medical LLC and Contracts Division TERMS: U % (percent discount, if any, if payment made within U DAYS; otherwise, terms are NET 30 days. To be considered eligible for award, one (1) original and three (3) copies of this bid form should be submitted with the Bid. Copies must be provided within 3 business days of City's request. NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder, as evidenced by completion of the Certified Resolution form contained herein (or acceptable Corporate Resolution) may be deemed non -responsive and ineligible for award. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a Bid Proposal is not being submitted at this time. Return the Bid Form to avoid removal of Bidder from the City of Tamarac's vendor listing. 18 TR12006 - EXHIBIT A City of Tamarac Purchasing and Contracts Division NON -COLLUSIVE AFFIDAVIT State of Ohio County of Franklin )ss. Mark Dou ihedy BEING FIRST DULY SWORN, DEPOSES AND SAYS THAT: I. He/she is the CFO/Secreta treasurer , (Owner, Partner, Officer, Representative or Agent) of Bound Tree Medical LLC , the Offeror that has submitted the attached Proposal; 2. He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 3. Such Proposal is genuine and is not a collusive or sham Proposal; 4. Neither the said Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Offeror, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix the price or prices in the attached Proposal or of any other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Offeror, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; 5. The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Offeror or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed, sealed and delivered in the presence of: By Witness Mark Doughedy Witness Printed Name CFO/Secrets /Treasurer Title 19 City of Tamarac Purchasing and Contracts Division ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of ptofi Ohio County of Franklin On this the 21 day of February_ , 2011 , before me, the undersigned Notary Public of the State of Florida, personally appeared Mark Dougherty _ _ and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. l►Le�l_L'�'11113pro SEAL OF OFFICE: rs1 . NOTARY PUBLIC, STATE OF AMMOA OW.10 Mit`a: L hCTY (Name of Notary Public: Print, Stamp, or Type as Commissioned) :Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath 20 TR12006 - EXHIBIT A City of Tamarac Purchasing and Contracts Division A;IZ41119 X-111 0#1111 THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (1), the undersigned, hereby agree to furnish the item(s)/service(s) described in the Invitation to Bid. We (1) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL ❑ If "Other", Explain: PARTNERSHIP ❑x "Z166�z� A tWeiied-Sigfiature Mark Dougherty Typed/Printed Name 800-533-0523 Telephone 800-257-5713 Fax CORPORATION ❑ OTHER ❑ Bound Tree Medical, LLC Company Name 5000 Tuttle Crossing Blvd Address Dublin, OH 43017 City, State, ZIP 31-1739487 Federal Tax ID Number Mark.Dougherty@Samova.com N/A _ Email address for above signer (if any) Contractor's license Number V TR12006 - EXHIBIT A City of Tamarac Purchasing and Contracts Division BIDDERS QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter: Name of Company Address City State Zip Telephone Bound Tree Medical, LLC 5000 Tuttle Crossing Blvd Dublin, OH 43017 800-533-0523 Fax Number 800-257-5713 1. How many years has your organization been in business under its present name? 33 Years 2. If Vendor is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: N/A 3. Under what former name(s) has your business operated? N/A List former address(es) of that business (if any). N/A 4. Are you Certified? Yes ❑ No El If Yes, attach copy of Certification 5. Are you Licensed? Yes ❑ No ❑x If Yes, attach copy of License 6. Has your company ever declared bankruptcy? Yes ❑ No ] If Yes, explain: 7. Are you a Sales Representative 0 Distributor ❑ Broker ❑ or Manufacturer ❑ of the commodities/services bid upon? 8. Have you ever received a contract or a purchase order from the City of Tamarac or other governmental entity? Yes ❑x No ❑ If yes, explain (date, service/project, bid title etc.) There was an order placed on Februa 14 2011 for some suoplies. 9. Have you ever received a complaint on a contract or bid awarded to you by any governmental entity? Yes ❑ No ❑x If yes, explain: 10. Have you ever been debarred or suspended from doing business with any governmental entity? Yes ❑ No N If yes, explain: 22 TR12006 - EXHIBIT A City of Tamarac Purchasing and Contracts Division REFERENCES 'Please see attachment Please list government agencies and/or private firms with whom you have done business during the last five years: Your Company Name _Bound Tree Medical. LLC Address 5000 Tuttle Crossing Blvd City State zip Dublin, OH 43017 Phone/Fax - 33-0523/800-257-5713 E-mail customerservice boundtree.com Agency/Firm Name: Miami Beach Fire Department Address 1680 Meridian Ave Ste 203 City State Zip Miami Beach, FL 33139 Phone/Fax . 305-673-7000 Contact Name Ray Morris - -- - - Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name 23 TR12006 - EXHIBIT A BounaTree . . medical . h&Ow Avelovs Mlnwes Omni..."` REFERENCES 1) Randy Ogden City of Tucson, Purchasing 4004 S Park Ave Tucson, AZ 85714 520-791-4515 2) William Clark City of Pittsburgh Purchasing Agent 414 Grant Street, First Floor Pittsburgh, PA 15219 415-255-2485 3) Tom Ferkaluk Phoenix Fire Department Supplies Supervisor 2625 S. 19th Ave Phoenix, AZ 85009 (602) 256-3534 tom.ferkaluk@phoenix.gov 4) Rick Meadows City of Columbus Fire Department 2028 Williams Road Columbus, Ohio 43207 614-221-3132 P.O. Box 8023 Dublin, OH 43016 phone 614.760.5000 fax 614.760.5010 www.houndtrce.com TR12006 - EXHIBIT A City of Tamarac Purchasing and Contracts Division VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAf__TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. Bound Tree Medical, LLC gutofiied SkShature Y Company Name 24 TR12006 - EXHIBIT A City of Tamarac Purchasing and Contracts Division SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted with Bid, Proposal or Contract No. 1„1�476 _ _ to the City of Tamarac for Hyp2thermla Induction Kits 2. This sworn statement is submitted by Bound Tree Medical, LLC (Name of entity submitting sworn statement) Federal Employer Identification Number (FEIN) 31-1739487 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 3. My name is Mark Dougherty _ _ (Print name of individual signing) My relationship to the entity named above is CFO/Secretaryfrreasurer 4. 1 understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services, any lease for real property, or any contract for the construction or repair of a public building or public work, involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida to u means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1,1989, as a result of a jury verdict, non -jury trial, or entity of a plea of guilt or nolo contendere. 6. 1 understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: a. A predecessor or successor of a person convicted of a public entity crime: or b. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The owner by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 7. 1 understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal.power to enter into a binding contract and which bids or applies to bid on contracts led by a public entity or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members and agents who are active in management of an 25 TR12006 - EXHIBIT A of Tamarac Purchasing and Contracts Division entity. 8. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies.) x❑ Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity were charged with and convicted of a public entity crime after July 1, 1989. ❑ The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity was charged with and convicted of a public entity crime after July 1, 1989. ❑ The entity submitting this sworn statement, or one of its officers, director, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or the affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Attach a copy of the final order.) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH (ONE) ABOVE, IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT 1 AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. (Signature) 02/21/11 (Date) 26 TR12006 - EXHIBIT A City of Tamarac Purchasing and Contracts Division ��GI]M.ICIM11" State of f4e6da-- Ohio County of Franklin 2011 On this the 21 day of February , 20", before me, the undersigned Notary Public of the State of Florida, personally appeared MM.3507511011 (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. SEAL OF OFFICE: NOTARY PUBLIC, STATE OF RGEMMA oFtu.o (Name of Notary Public: Print, Stamp, or Type as Commissioned) I Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath 27 TR12006 - EXHIBIT A City of Tamarac Purchasing and C017tracts Division CERTIFIED RESOLUTION I, Mark Dougherty (Name), the duly elected Secretary of Bound Tree Medical LLC (Corporate Title), a corporation organized and existing under the laws of the State of OH , do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT Mark -Dougherty (Name)", the duly elected CFO/Secretary/Treasurer (Title of Officer) of Bound Tree Medical a_LC _ (Corporate Title) be and is hereby authorized to execute and submit a Bid and/or Bid Bond, if such bond is required, to the City of Tamarac and such other instruments In writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME TITLE SIG ATU Mark Dougherty CFO/Secretary/Treasurer Given under my hand and the Seal of the said corporation this 21 day of Februa� 2011 . (SEAL) By: ecretary CFO/Secretary/Treasurer Corporate Title NOTE: The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. 28 TR12006 - EXHIBIT A B,-,voundt"Eree 1rr • ng PnM(aNr h kNMs ConN(... ................ .. .... .... ........ . ... .. ... . ......--...._._.. _........_ . February 25, 2011 Steven Beamsderfer Purchasing and Contracts Division City of Tamarac 7525 NW 8811i Ave, Room 108 Tamarac, I+L 33321 RE; ITB 11-07B Hypothermia Induction Kits Dear Steven, In regard to Subject bid, we are able to hold the price of $748.38 each for any purchase of the kit as listed on page 16 of our submitted bid through 12/3 1/1I . In addition, we are offering free shipping for these products. If you need additional information, please contact Bethany Moore, Manager, Bids/Contracts at 614-760- 5233 or bniooreRboundtree.com. Thank you for your assistance. Sincerely, Ma Daughert' y CFO/Treasurer P.O. Box 8023 1 Dublin, OH 43016 1 phone 614.760.5000 1 fax 614,760.5010 1 www.boundrree.cnrn