Loading...
10.08.24 Town Council Regular Meeting PacketPage 1 of 4 ] Welcome to the Prosper Town Council Meeting. Citizens may watch the meeting live by using the following link: www.prospertx.gov/livemeetings Addressing the Town Council: Those wishing to address the Town Council must complete the Public Comment Request Form located on the Town's website or in the Council Chambers. If you are attending in person, please submit this form to the Town Secretary or the person recording the minutes for the Board/Commission prior to the meeting. When called upon, please come to the podium, and state your name and address for the record. If you are watching online, please submit this form to the Town Secretary prior to 4:00 p.m. on the day of the meeting in order for your comments to be read into the record. The Town assumes no responsibility for technical issues beyond our control. In compliance with the Texas Open Meetings Act, the Town Council/Board/Commission may not deliberate or vote on any matter that does not appear on the agenda. The Council/Board/Commission, however, may provide statements of fact regarding the topic, request the topic be included as part of a future meeting, and/or refer the topic to Town staff for further assistance. Citizens and other visitors attending Town Council meetings shall observe the same rules of propriety, decorum, and good conduct applicable to members of the Town Council. Any person making personal, impertinent, profane or slanderous remarks or who becomes boisterous while addressing the Town Council or while attending the meeting shall be removed from the room, if so directed by the Mayor or presiding officer, and the person shall be barred from further audience before the Town Council during that session. Disruption of a public meeting could constitute a violation of Section 42.05 of the Texas Penal Code. Call to Order/ Roll Call. Invocation, Pledge of Allegiance and Pledge to the Texas Flag. Announcements of recent and upcoming events. CONSENT AGENDA: Items placed on the Consent Agenda are considered routine in nature and non-controversial. The Consent Agenda can be acted upon in one motion. Items may be removed from the Consent Agenda at the request of Council Members or staff. 1. Consider and act upon the minutes from the September 24, 2024, Town Council Regular meeting. (MLS) 2. Consider and act upon authorizing the Town Manager to execute an agreement with Medical City of Plano for Medical Control and Continuing Education Services for $86,625. (SB) Agenda Prosper Town Council Meeting Prosper Town Hall, Council Chambers 250 W. First Street, Prosper, Texas Tuesday, October 08, 2024 6:15 PM Page 1 Page 2 of 4 3. Consider and act upon approving the purchase of pharmaceuticals and emergency medical supplies from Bound Tree Medical, LLC, at the unit prices bid through a City of Richardson contract in an amount not to exceed $125,000. (SB) 4. Consider and act upon approving funding for expenses of scheduled and unscheduled maintenance and repairs by Siddons-Martin Emergency Group, LLC for the Fire Department apparatus including fire engines and aerial trucks in an amount not to exceed $150,000. (SB) 5. Consider and act upon approving the purchase of uniforms and equipment from Galls, LLC through the North Texas Share First Responder Uniforms Contract #2021-073 in an amount not to exceed $90,000. (SB) 6. Consider and act upon approving the purchase of one (1) new Caterpillar Inc. model: 303.5 compact construction mini-excavator (mini-ex) for the Stormwater Division of Public Works for $73,644. (CJ) 7. Consider and act upon authorizing the Town Manager to execute documents for the emergency repair of the signalized intersection at Frontier Parkway and Dallas North Tollway for $63,200. (CJ) 8. Consider and act upon an ordinance establishing a no-parking zone on Chaucer Drive from First Street to Clearwater Drive and Winsor Drive from First Street to Clearwater Drive. (HW) 9. Consider and act upon authorizing the Town Manager to execute a Construction Agreement awarding CSP No. 2024-32-B to WG Engineering & Construction, LLC, related to the Traffic Signal at Gee Road and Acacia Parkway project, for $454,478. (PA) 10. Consider and act upon a Resolution authorizing the Town Manager to execute a Local On-System Improvement Project Agreement between the Texas Department of Transportation (TxDOT), and the Town of Prosper, Texas, related to the design and construction of the FM 1385 at Magnolia traffic signal, in the amount of $440,004. (HW) 11. Consider and act upon authorizing the Town Manager to execute a License, Maintenance & Hold Harmless Agreement between The Tavern on Broadway, LLC, and the Town of Prosper relative to Silo Park Addition, Block A, Lot 3. (DH) CITIZEN COMMENTS The public is invited to address the Council on any topic. However, the Council is unable to discuss or take action on any topic not listed on this agenda. Please complete a “Public Comment Request Form” and present it to the Town Secretary prior to the meeting. Please limit your comments to three minutes. If multiple individuals wish to speak on a topic, they may yield their three minutes to one individual appointed to speak on their behalf. All individuals yielding their time must be present at the meeting, and the appointed individual will be limited to a total of 15 minutes. REGULAR AGENDA: Pursuant to Section 551.007 of the Texas Government Code, individuals wishing to address the Council for items listed as public hearings will be recognized when the public hearing is opened. [If you wish to address the Council, please fill out a “Public Comment Request Form” and present it to the Town Secretary, preferably before the meeting begins.] Items for Individual Consideration: Page 2 Page 3 of 4 12. Consider and act upon authorizing the Town Manager to execute Amendment #1 to a Letter Agreement between the Town of Prosper and Olsson Studio related to preparation of Construction Documents for the Downtown Monumentation Project for an amount not to exceed $92,700. (RB) 13. Consider and act upon approving Change Order No. 1 for CSP No. 2023-34-B, (Lakewood Park Construction) to Ratliff Hardscape related to the construction of an additional 52-space parking lot including subbase materials, striping, signage, and an evergreen screen, Zap Stand pad and electrical service, and a four-foot fence extension with windscreen around four pickleball courts for $411,819. (DB) 14. Discussion regarding the timing of a 2025 November Bond Election process. (RBS) 15. Discuss and consider Town Council Subcommittee reports. (DFB) Possibly direct Town staff to schedule topic(s) for discussion at a future meeting. EXECUTIVE SESSION: Recess into Closed Session in compliance with Section 551.001 et seq. Texas Government Code, as authorized by the Texas Open Meetings Act, to deliberate regarding: Section 551.087 – To discuss and consider economic development incentives and all matters incident and related thereto. Section 551.072 – To discuss and consider the purchase, exchange, lease, or value of real property for municipal purposes and all matters incident and related thereto. Section 551.074 – To discuss and consider personnel matters and all matters incident and related thereto. Section 551.071 – To consult with the Town Attorney regarding legal issues associated with code enforcement activities and substandard structures, and all matters incident and related thereto. Section 551.071 - To consult with the Town Attorney regarding BFS Real Estate LLC, et al., v. Town of Prosper, et al., pending in the 471st Judicial District Court of Collin County, Texas; discuss and consider legal issues regarding traffic ordinances; and all matters incident and related to the foregoing. Reconvene in Regular Session and take any action necessary as a result of the Closed Session. Adjourn. CERTIFICATION I, the undersigned authority, do hereby certify that this Notice of Meeting was posted at Prosper Town Hall, located at 250 W. First Street, Prosper, Texas 75078, a place convenient and readily accessible to the general public at all times, and said Notice was posted by 5:00 p.m., on Friday, October 4, 2024, and remained so posted at least 72 hours before said meeting was convened. ________________________________ _________________________ Michelle Lewis Sirianni, Town Secretary Date Notice Removed Page 3 Page 4 of 4 Pursuant to Section 551.071 of the Texas Government Code, the Town Council reserves the right to consult in closed session with its attorney and to receive legal advice regarding any item listed on this agenda. NOTICE Pursuant to Town of Prosper Ordinance No. 13-63, all speakers other than Town of Prosper staff are limited to three (3) minutes per person, per item, which may be extended for an additional two (2) minutes with approval of a majority vote of the Town Council. NOTICE OF ASSISTANCE AT PUBLIC MEETINGS: The Prosper Town Council meetings are wheelchair accessible. For special services or assistance, please contact the Town Secretary’s Office at (972) 569 -1073 at least 48 hours prior to the meeting time. Page 4 Page 1 of 6 ] Call to Order/ Roll Call. The meeting was called to order at 6:15 p.m. Council Members Present: Mayor David F. Bristol Mayor Pro-Tem Marcus E. Ray Deputy Mayor Pro-Tem Amy Bartley Councilmember Craig Andres Councilmember Chris Kern Councilmember Jeff Hodges Councilmember Cameron Reeves Staff Members Present: Terry Welch, Town Attorney Michelle Lewis Sirianni, Town Secretary Bob Scott, Deputy Town Manager Chuck Ewings, Assistant Town Manager Chris Landrum, Finance Director Whitney Rehm, Budget Officer & Grants Administrator David Hoover, Development Services Director Suzanne Porter, Planning Manager Hulon Webb, Engineering Director Pete Anaya, Assistant Engineering Director – Capital Projects Skyler Sparks, Help Desk Technician I Carrie Jones, Public Works Director Todd Rice, Communications Director Doug Kowalski, Police Chief Scott Brewer, Assistant Police Chief Stuart Blasingame, Fire Chief Invocation, Pledge of Allegiance and Pledge to the Texas Flag. Jeremy Meister with Gateway Church led the invocation. The Pledge of Allegiance and the Pledge to the Texas Flag were recited. An nouncements of recent and upcoming events. Councilmember Reeves made the following announcements: National Night Out will be held on Tuesday, October 1 from 6 pm to 9 pm. Prosper PD, Prosper ISD PD, Prosper Fire Rescue, and First Responder Volunteers will be driving to neighborhoods that want to participate. Visit prospertx.gov for more information on registering your neighborhood to host a block party. Join us for “Celebrate Prosper” on Saturday, October 5 at Frontier Park from 4:00 to 8:00 p.m. This free family event is jam-packed with live entertainment, food, refreshments, exhibits, vendors, and MINUTES Prosper Town Council Meeting Prosper Town Hall, Council Chambers 250 W. First Street, Prosper, Texas Tuesday, September 10, 2024 Page 5 Item 1. Page 2 of 6 a Kid Zone that spans the lawn. New Prosper residents are invited to the New Resident Mixer tent from 4:00 p.m. to 5:30 p.m. to get acquainted with Town staff and departments and to pick up a Prosper swag bag! For more information, visit the Special Events page under the Parks and Recreation Department. Join the Town in collaboration with the North Texas Food Bank in the annual peanut butter drive. Residents may drop off jars in the donation bin located in the lobby of Town Hall or visit the Town’s website to donate virtually. Donations are being accepted through September 30. Registration is now open for the annual Prosper Veterans Day Honor Run. This event will be held on Saturday, November 9, and is a salute to the men and women who have served in our nation’s military. This year the event has been extended to include a 5K, a 10K, and a fun run. Events are open to runners and walkers of all ages. All proceeds benefit the Prosper Veterans Memorial at Frontier Park. Register today by visiting prospertx.gov/veteransday5k. Presentations. 1. Recognition to Officer Hubbard of the Prosper Police Department for receiving an award for their work on Mental Health. (DK) Chief Kowalski presented Officer Hubbard with the 2024 Crisis Mental Team Officer of the Year award. 2. Proclamation to members of the Prosper Police and Fire Departments declaring October 1, 2024, as National Night Out. (MLS) Mayor Bristol read and presented a Proclamation to members of the Prosper Police and Fire and Rescue Department for National Night Out. 3. Proclamation to members of the Prosper Fire and Rescue Department declaring the month of October 2024 as Fire Prevention Month. (MLS) Mayor Bristol read and presented a Proclamation to members of the Prosper Fire and Rescue Department for Fire Prevention Month. CONSENT AGENDA: Items placed on the Consent Agenda are considered routine in nature and non-controversial. The Consent Agenda can be acted upon in one motion. Items may be removed from the Consent Agenda at the request of Council Members or staff. 4. Consider and act upon the minutes from the September 10, 2024, Town Council Work Session meeting. (MLS) 5. Consider and act upon the minutes from the September 10, 2024, Town Council Regular meeting. (MLS) 6. Consider and act upon the minutes from the September 17, 2024, Town Council and Planning and Zoning Commission Joint Work Session. (MLS) 7. Consider acceptance of the August 2024 monthly financial report. (CL) Page 6 Item 1. Page 3 of 6 8. Consider and act upon authorizing the Town Manager to execute an agreement with Flock Inc. for the lease of additional equipment, cameras, software, and services for $153,184. (DK) 9. Consider and act upon authorizing the Town Manager to execute a contract with Groves Electrical Service, Inc., in the amount of $98,700 for the installation of lighted bollards and pole lights between Town Hall and W. Broadway St. (CE) 10. Consider and act upon awarding Bid No. 2024-26-A to Wopac Construction, Inc. as the primary vendor, and Cam-Crete Contracting, Inc., as the secondary vendor, at the unit prices bid, to establish an annual contract for Miscellaneous Concrete Replacement Services; and authorizing the Town Manager to execute the same. (CJ) 11. Consider and act upon approving Change Order No. 04 for CSP 2022-48-B to Mario Sinacola & Sons Excavating, Inc., related to construction services for the First Street (Coit Road – Custer ) 4 Lane project; and authorizing the Town Manager to execute Change Order No. 4 for $122,820. (PA) 12. Consider and act upon authorizing the Town Manager to approve the purchase of traffic control-related items for Pedestrian Hybrid Beacons (PHB) at First/Copper Canyon, First/Chaucer, Gee/Lockwood, and traffic signal equipment at other project locations, from Consolidated Traffic Controls, Inc., utilizing the Houston-Galveston Area Council (HGAC) Cooperative Purchasing Program for $350,805. (PA) 13. Consider and act upon authorizing the Town Manager to enter into an agreement with Mels Electric, LLC, related to relocating existing traffic signal conduits and span wire poles at DNT / Frontier Parkway Intersection project; and authorizing the Town Manager to execute documents for $155,999.45. (PA) Councilmember Reeves made a motion to approve consent agenda items 4 through 13 as presented. Councilmember Andres seconded the motion. Motion carried unanimously. CITIZEN COMMENTS Fred Costa, 260 Burnett Court, expressed concerns regarding temporary outdoor lighting from neighboring residents and is seeking a resolution based on the current zoning standards and exemptions permitted. Items for Individual Consideration: 14. Discuss and consider Town Council Subcommittee reports. (DFB) Downtown Advisory Committee: Mayor Pro-Tem Ray noted the committee reviewed costs associated with the construction and design of the monumentation that will be presented to the Council at an upcoming meeting along with discussions on updates to historical markers in town. Page 7 Item 1. Page 4 of 6 Possibly direct Town staff to schedule topic(s) for discussion at a future meeting. No comments were made. EXECUTIVE SESSION: Recess into Closed Session in compliance with Section 551.001 et seq. Texas Government Code, as authorized by the Texas Open Meetings Act, to deliberate regarding: Section 551.087 – To discuss and consider economic development incentives and all matters incident and related thereto. Section 551.072 – To discuss and consider the purchase, exchange, lease, or value of real property for municipal purposes and all matters incident and related thereto. Section 551.074 – To discuss and consider personnel matters and all matters incident and related thereto. Section 551.071 - To receive legal advice from the Town Attorney regarding various planned development legal issues and all matters incident and related thereto. Section 551.074 - To discuss appointments to the Board of Adjustment/Construction Board of Appeals, Parks & Recreation Board, Library Board, Prosper Economic Development Corporation Board, Planning & Zoning Commission, Community Engagement Committee, and the Downtown Advisory Committee, and all matters incident and related thereto. The Town Council recessed into Executive Session at 6:38 p.m. Reconvene in Regular Session and take any action necessary as a result of the Closed Session. The Town Council reconvened into Regular Session at 8:03 p.m. Mayor Pro-Tem Ray made a motion to appoint the following individuals to the Town’s Board and Commissions. Board of Adjustments/Construction Board of Appeals Term Expires Brian Linden, Place 2 09/30/2026 Chibuzor Okeke, Place 4 (Alternate) 09/30/2026 CJ Alexander, Place 6 09/30/2026 Economic Development Corporation Chad Gilliand, Place 5 09/30/2027 Jeff Yates, Place 6 09/30/2027 Page 8 Item 1. Page 5 of 6 Don Perry, Place 7 09/30/2027 Grant Mendeljian, Place 1 09/30/2028 Community Engagement Committee Jai Muthu, Place 2 09/30/2026 Kari Willis, Place 4 09/30/2026 Andy Franco, Place 6 09/30/2026 Kimberly Smith, Place 8 09/30/2026 Soprina Reeves, Place 10 09/30/2026 Annie Bunger, Place 7 09/30/2027 Darlene Morton, Place 11 09/30/2027 Library Board Jennifer Lawler, Place 2 09/30/2026 Mary Beth Randecker, Place 4 09/30/2026 Jennifer Wattenbarger, Place 6 09/30/2026 Parks and Recreation Daniel Knox, Place 2 09/30/2026 Bob Benson, Place 4 09/30/2026 Kyle LaFerney, Place 6 09/30/2026 Planning and Zoning Commission John Hamilton, Place 2 09/30/2026 Josh Carson, Place 4 09/30/2026 Damon Jackson, Place 6 09/30/2026 Matthew Furay, Place 3 09/30/2027 Page 9 Item 1. Page 6 of 6 Downtown Advisory Committee: Mike Pettis, Megan Brandon, Chris Wardlaw, Melissa Randle, Mike Lopez, Matt Nohr, Don Perry, and Gavin Hernandez. Councilmember Reeves, Kern, and Mayor Pro-Tem Ray will serve as Council liaisons. Bond Committee 2025: Kevin Greene, Chair, Brett Butler, Shane Funk, Bob Benson, Yvettee Leslie, Rory Conley, Thomas Crystal, Jason Browning, Valerie Rodriquez, and Leigh Gressett. Councilmember Kern, Reeves, and Deputy Mayor Pro-Tem Bartley will serve as Council liaisons. In addition, a representative from PYSA will be determined at a later date. Deputy Mayor Pro-Tem Bartley seconded the motion. Motion carried unanimously. Adjourn. The meeting was adjourned at 8:06 p.m. These minutes were approved on the 8th day of October 2024. APPROVED: David F. Bristol, Mayor ATTEST: Michelle Lewis Sirianni, Town Secretary Page 10 Item 1. Page 1 of 1 To: Mayor and Town Council From: Stuart Blasingame, Fire Chief Through: Mario Canizares, Town Manager Re: Medical City of Plano Continuing Education Agreement Town Council Meeting – October 8, 2024 Strategic Visioning Priority: 4. Provide Excellent Municipal Services Agenda Item: Consider and act upon authorizing the Town Manager to execute an agreement with Medical City of Plano for Medical Control and Continuing Education Services for $86,625. Description of Agenda Item: The Fire Department entered into an annual agreement in 2019 with Medical City of Plano for Medical Control and EMS Continuing Education. This is the annual updated agreement which reflects the number of contact hours for Medical Direction and Education/Quality Assurance. Budget Impact: The annual cost of services is $86,625 and was budgeted in the FY24/25 budget. This item will be funded from account 100-5480-30-01. Legal Obligations and Review: Terrence Welch of Brown & Hofmeister, L.L.P., has previously approved the attached documents as to form and legality. Attached Documents: 1. Medical City of Plano Agreement & Fee Structure Town Staff Recommendation: Town Staff recommends the Town Council approve authorizing the Town Manager to execute an agreement with Medical City of Plano for Medical Control and Continuing Education Services for $86,625. Proposed Motion: I move to approve authorizing the Town Manager to execute an agreement with Medical City of Plano for Medical Control and Continuing Education Services for $86,625. FIRE DEPARTMENT Page 11 Item 2. Page 12 Item 2. Page 13 Item 2. Page 1 of 1 To: Mayor and Town Council From: Stuart Blasingame, Fire Chief Through: Mario Canizares, Town Manager Re: Bound Tree Medical Supplies Town Council Meeting – October 08, 2024 Strategic Visioning Priority: 4. Provide Excellent Municipal Services Agenda Item: Consider and act upon approving the purchase of pharmaceuticals and emergency medical supplies from Bound Tree Medical, LLC, at the unit prices bid through a City of Richardson contract in an amount not to exceed $125,000. Description of Agenda Item: This purchase will provide a blanket PO for the purchase of pharmaceuticals and emergency medical supplies for patients of medical emergencies and injuries. Budget Impact: The estimated annual expenditure for these items is $125,000.00 and will be funded from account 100-5440-30-10. Subsequent annual expenditures will be subject to appropriations granted in future fiscal years. Attached Documents: 1. Boundtree - City of Richardson Original Bid Award 2. Boundtree – City of Richardson Renewal Letter 3. Boundtree – City of Richardson Price List Town Staff Recommendation: Town Staff recommends approving the purchase of pharmaceuticals and emergency medical supplies from Bound Tree Medical, LLC, at the unit prices bid through a City of Richardson contract in an amount not to exceed $125,000. Proposed Motion: I move to approve the purchase of pharmaceuticals and emergency medical supplies from Bound Tree Medical, LLC, at the unit prices bid through a City of Richardson contract in an amount not to exceed $125,000. FIRE DEPARTMENT Page 14 Item 3. RICHARDSON TEXAS MEMO DATE : February 17 , 2020 TO: FROM: Keith Dagen -Director of Finance Todd Gastorf-Purchasing Manager')W SUBJECT: Award of Bid #28-20 for Annual Requirements Contract for Medical Supplies and Pharmaceuticals to Bound Tree Medical pursuant to unit prices Proposed Date of Award: February 24, 2020 concur w ith the recommendation of Curtis Poovey -Fire Chief, and request perm ission t o issue an annual requirements contract for medical supplies and pharmaceuticals to Bound Tree Medical pursuant to the attached unit prices . Bound T ree Medical has successfully worked w ith the city for many years under the existing contract and prov ided the best overall pricing for the li ne items requested in t he bid . The initial term of the contract is for one (1) year commencing on March 17, 2020 with options to renew for up to four (4) additional one-year periods , if exercised and mutually agreed upon by both parties . The award of th is contract allows the city to purchase medical supp li es and pharmaceutica ls as the requirements and needs of the city arise on an annual basis and during any subsequent renewal period (s). Since the c ity is not ob li gated to pay for a minimum or maxi mum amount of goods or services , payment will be rendered pursuant to the un it prices specified . City staff estimates annual expenditures to be approximate ly $255 ,000 and fund i ng is prov ided from the Fire Department Operating Budget. The b id was advertised i n The Dallas Morning News on December 11 & 18, 2019 and posted on B idSync. A total of 2 ,963 elect ronic solicitations were d istributed and fifty- three (53) vendors viewed the bid . A pre-bid conference was held on January 8 , 2020 and e ig ht (8) responsive bids were received . Concur: ~_R h Dagen r= ATTACHMENTS Page 15 Item 3. RICHARDSON TEXAS DATE: TO: FROM: RE: February 10, 2020 Todd Gastorf, Purchasing Manager Curtis Poovey, Fire Chief Of~ Bid 28-20 Medical Supplies and Pharmaceuticals MEMO My EMS Staff has reviewed the results for Bid 28-20 . Bound Tree Medical came in with the lowest price on both the Medical Supplies and Pharmaceuticals and they meet all bid requirements. We have been conducting business with Bound Tree for the past several years and are happy with their service. I recommend we award the contract to Bound Tree Medical. Page 16 Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.MEDICAL SUPPLIES CATEGORY 1 - AIRWAY SUPPLIES28-20-01-01BECK AIRWAY-AIRFLOW MONITOR (BAAM), GREAT PLAINS BALLISTICS 60 EA5.89 353.40$ 5.60 336.00$ 9.37 562.20$ 28-20-01-02CARBON DIOXIDE DETECTOR, EASY CAP (NELLCOR) 96 EA9.75 936.00$ 8.85 849.60$ 9.03 866.88$ 28-20-01-03CARBON DIOXIDE DETECTOR, PEDIATRIC, PEDI-CAP (NELLCOR) 48 EA9.43 452.64$ 8.85 424.80$ 9.14 438.72$ 28-20-01-04MEDICAL EID INTUBATION DETECTION, BULB STYLE, (WOLFE TROY OR CITY APPROVED EQUAL) 20 EA2.05 41.00$ 2.09 41.80$ 2.10 42.00$ 28-20-01-05PEDIATRIC NEBULIZING MASK, (NIC THE ASTHMATIC DRAGON OR CITY APPROVED EQUAL) 200 EA1.15 230.00$ 1.11 222.00$ 1.10 220.00$ 28-20-01-06NON-REBREATHING MASK, PEDIATRIC 1250 EA0.64 800.00$ 0.82 1,025.00$ 0.71 887.50$ 28-20-01-07NEUBLIZER WITH MASK, ADULT 300 EA0.74 222.00$ 1.00 300.00$ 0.73 219.00$ 28-20-01-08NEBULIZER WITH BAFFLED TEE ADAPTER, 7' OXYGEN TUBING WITH BLUE RIDGE TIP, MOUTHPIECE AND 6" FLEXTUBE (CARDNIAL HEALTH) 500 EA0.50 250.00$ 0.72 360.00$ 0.65 325.00$ 28-20-01-09DISPOABLE BAG/MASK RESUSCITATOR WITH OXYGEN TUBING AND RESERVOIR, ADULT (AMBU SPUR II ADULT BVM) - NO SUBSTITUTES 216 EA8.44 1,823.04$ 8.00 1,728.00$ 9.32 2,013.12$ 28-20-01-10DISPOABLE BAG/MASK RESUSCITATOR WITH OXYGEN TUBING AND RESERVOIR, CHILD (AMBU SPUR II CHILD BVM) - NO SUBSTITUTES 68 EA9.70 659.60$ 10.50 714.00$ 12.35 839.80$ 28-20-01-11DISPOABLE BAG/MASK RESUSCITATOR WITH OXYGEN TUBING AND RESERVOIR, INFANT (AMBU SPUR II INFANT BVM) - NO SUBSTITUTES 44 EA9.70 426.80$ 10.50 462.00$ 12.50 550.00$ 28-20-01-12DISPOSABLE POCKET FACE MASK FOR CPR WITH ONE-WAY VALVE AND AIR FILLED MASK 200 EA4.35 870.00$ 3.58 716.00$ 3.17 634.00$ 28-20-01-13MICRO'S POCKET BVM™ 30 EA37.30 1,119.00$ 33.77 1,013.10$ 36.79 1,103.70$ 28-20-01-14DISPOSABLE OXYGEN MASK, NON-REBREATHING WITH SAFETY VENT, ADULT 3700 EA0.65 2,405.00$ 0.66 2,442.00$ 0.64 2,368.00$ 28-20-01-15NASAL CANNULA CLEAR, ADULT 1300 EA0.25 325.00$ 0.25 325.00$ 0.29 370.50$ 28-20-01-16NASAL CANNUAL, PEDIATRIC 200 EA0.23 46.00$ 0.49 98.00$ 0.29 57.00$ 28-20-01-17OXYGEN FLOWMETER, OHIO 5 EA37.25 186.25$ 22.94 114.70$ 32.79 163.95$ 28-20-01-18FLOWMETER DIAL, 0-25 LPM 2 EA35.45 70.90$ 46.71 93.42$ 34.65 69.30$ 28-20-01-19FLOWMETER OHMEDA QC CHROME PLATED, 0-15 LPM 2 EA49.80 99.60$ 45.00 90.00$ 32.79 65.58$ 28-20-01-20ADAPTER OHMEDA TO 1/8" MALE NATIONAL PIPE THREAD 2 EA14.40 28.80$ 10.31 20.62$ 12.69 25.38$ 28-20-01-21OHIO MALE X DISS MALE 2 EA14.95 29.90$ 16.19 32.38$ 16.67 33.34$ 28-20-01-22BARBED FITTING PLASTIC 50 EA0.50 25.00$ 0.48 24.00$ 0.44 22.00$ 28-20-01-23REGULATOR 2 DISS, 1 BARB, 0-25 LPM 6 EA83.00 498.00$ 27.31 163.86$ 26.70 160.20$ 28-20-01-24REGULATOR, OXYGEN, CONSTANT FLOW, 1 BARB, 1 DISS OUTLET 10 EA14.95 149.50$ 59.22 592.20$ 26.70 267.00$ 28-20-01-25REGULATOR, DEMAND VALVE, SINGLE-STAGE PRESENT (WESTERN MEDICAL #M1-540-P OR CITY APPROVED EQUAL) 10 EA212.50 2,125.00$ 78.00 780.00$ 26.38 263.80$ 28-20-01-26NASAL AIRWAY KIT, RUSCH ULTRA ROBERTAZZI WITH LUBRICANT, SIZES 22 FR - 32 FR 48 EA12.52 600.96$ 13.71 658.08$ 11.11 533.28$ 28-20-01-27NASOPHARYNGEAL AIRWAY, 20 FR, LATEX FREE, ROBERTAZZI STYLE, Curaplex 40 EA2.12 84.80$ 1.64 65.60$ 1.51 60.40$ 28-20-01-28NASOPHARYNGEAL AIRWAY, 22 FR, LATEX FREE, ROBERTAZZI STYLE, Curaplex 40 EA2.12 84.80$ 1.64 65.60$ 1.51 60.40$ 28-20-01-29NASOPHARYNGEAL AIRWAY, 24 FR, LATEX FREE, ROBERTAZZI STYLE, Curaplex 40 EA2.12 84.80$ 1.64 65.60$ 1.51 60.40$ UNIT PRICE AMOUNTEST. QTY. UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNTBOUND TREE MEDICAL HENRY SCHEIN INC.LIFE-ASSIST, INC.Page 1 of 51Page 17Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.UNIT PRICE AMOUNTEST. QTY. UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNTBOUND TREE MEDICAL HENRY SCHEIN INC.LIFE-ASSIST, INC.28-20-01-30NASOPHARYNGEAL AIRWAY, 26 FR, LATEX FREE, ROBERTAZZI STYLE, Curaplex 40 EA2.12 84.80$ 1.64 65.60$ 1.51 60.40$ 28-20-01-31NASOPHARYNGEAL AIRWAY, 28 FR, LATEX FREE, ROBERTAZZI STYLE, Curaplex 40 EA2.12 84.80$ 1.64 65.60$ 1.51 60.40$ 28-20-01-32NASOPHARYNGEAL AIRWAY, 30 FR, LATEX FREE, ROBERTAZZI STYLE, Curaplex 40 EA2.12 84.80$ 1.64 65.60$ 1.51 60.40$ 28-20-01-33NASOPHARYNGEAL AIRWAY, 32 FR, LATEX FREE, ROBERTAZZI STYLE, Curaplex 40 EA2.12 84.80$ 1.64 65.60$ 1.51 60.40$ 28-20-01-34NASOPHARYNGEAL AIRWAY, 34 FR, LATEX FREE, ROBERTAZZI STYLE, Curaplex 40 EA2.12 84.80$ 1.64 65.60$ 1.51 60.40$ 28-20-01-35NASOPHARYNGEAL AIRWAY, 36 FR, LATEX FREE, ROBERTAZZI STYLE, Curaplex 40 EA2.12 84.80$ 1.64 65.60$ 1.51 60.40$ 28-20-01-36ENDOTRACHEAL TUBE, 2.0 UNCUFFED 20 EA0.45 9.00$ 0.77 15.40$ 0.62 12.40$ 28-20-01-37ENDOTRACHEAL TUBE, 2.5 UNCUFFED 20 EA1.47 29.40$ 0.77 15.40$ 0.49 9.80$ 28-20-01-38ENDOTRACHEAL TUBE, 3.0 UNCUFFED 20 EA0.66 13.20$ 0.77 15.40$ 0.49 9.80$ 28-20-01-39ENDOTRACHEAL TUBE, 3.5 UNCUFFED 20 EA0.66 13.20$ 0.77 15.40$ 0.49 9.80$ 28-20-01-40ENDOTRACHEAL TUBE, 4.0 UNCUFFED 20 EA0.66 13.20$ 0.77 15.40$ 0.49 9.80$ 28-20-01-41ENDOTRACHEAL TUBE, 4.5 UNCUFFED 20 EA0.66 13.20$ 0.77 15.40$ 0.49 9.80$ 28-20-01-42ENDOTRACHEAL TUBE, 5.0 CUFFED 20 EA0.66 13.20$ 0.82 16.40$ 0.66 13.20$ 28-20-01-43ENDOTRACHEAL TUBE, 5.5 CUFFED 30 EA0.66 19.80$ 0.82 24.60$ 0.66 19.80$ 28-20-01-44ENDOTRACHEAL TUBE, 6.0 CUFFED 30 EA0.66 19.80$ 0.82 24.60$ 0.66 19.80$ 28-20-01-45ENDOTRACHEAL TUBE, 6.5 CUFFED 50 EA0.66 33.00$ 0.82 41.00$ 0.66 33.00$ 28-20-01-46ENDOTRACHEAL TUBE, 7.0 CUFFED 50 EA0.66 33.00$ 0.82 41.00$ 0.66 33.00$ 28-20-01-47ENDOTRACHEAL TUBE, 7.5 CUFFED 75 EA0.66 49.50$ 0.82 61.50$ 0.66 49.50$ 28-20-01-48ENDOTRACHEAL TUBE, 8.0 CUFFED 75 EA0.66 49.50$ 0.82 61.50$ 0.66 49.50$ 28-20-01-49ENDOTRACHEAL TUBE, 8.5 CUFFED 75 EA0.66 49.50$ 0.82 61.50$ 0.66 49.50$ 28-20-01-50ENDOTRACHEAL TUBE, 9.0 CUFFED 30 EA0.66 19.80$ 0.82 24.60$ 0.66 19.80$ 28-20-01-51ENDOTRACHEAL TUBE, 9.5 CUFFED 30 EA0.66 19.80$ 0.82 24.60$ 0.66 19.80$ 28-20-01-52ENDOTRACHEAL TUBE HOLDER, ADULT (THOMAS OR CITY APPROVED EQUAL) 300 EA2.74 822.00$ 2.42 726.00$ 2.66 798.00$ 28-20-01-53ENDOTRACHEAL TUBE HOLDER, PEDIATRIC (THOMAS OR CITY APPROVED EQUAL) 150 EA2.70 405.00$ 2.42 363.00$ 2.66 399.00$ 28-20-01-54HUDSON RCI AIRWAY, INFANT SIZE (5.5), 55MM CATH-GUIDE 48 EA0.20 9.60$ 0.83 39.84$ 0.93 44.64$ 28-20-01-55HUDSON RCI AIRWAY, SMALL CHILD SIZE (6), 60MM CATH-GUIDE 48 EA0.20 9.60$ 0.83 39.84$ 0.93 44.64$ 28-20-01-56HUDSON RCI AIRWAY, CHILD SIZE (7), 70MM CATH-GUIDE 48 EA0.20 9.60$ 0.83 39.84$ 0.93 44.64$ 28-20-01-57HUDSON RCI AIRWAY, SMALL ADULT SIZE (8), 80MM CATH-GUIDE 48 EA0.20 9.60$ 0.83 39.84$ 0.93 44.64$ 28-20-01-58HUDSON RCI AIRWAY, SMALL/MEDIUM ADULT SIZE (9), 90 MM CATH-GUIDE) 48 EA0.20 9.60$ 0.83 39.84$ 0.93 44.64$ 28-20-01-59HUDSON RCI AIRWAY, MEDIUM ADULT SIZE (10), 100 MM CATH-GUIDE) 48 EA0.20 9.60$ 0.83 39.84$ 0.99 47.52$ 28-20-01-60HUDSON RCI AIRWAY, ORAL ADULT SIZE (11), 110 MM CATH-GUIDE) 48 EA0.20 9.60$ 0.83 39.84$ 0.93 44.64$ 28-20-01-61HUDSON RCI AIRWAY, LARGE ADULT SIZE (12), 120 MM CATH-GUIDE) 48 EA0.88 42.24$ 0.83 39.84$ 0.93 44.64$ 28-20-01-62HUDSON RCI AIRWAY, LIFESAVE AIRWAY KIT, #1173 4 EA25.45 101.80$ 23.10 92.40$ 28.35 113.40$ 28-20-01-63HUMIDIFIER, PREFILLED (HUDSON RCI) 36 EA1.90 68.40$ 1.87 67.32$ 1.69 60.84$ 28-20-01-64ET TUBE INTRODUCER PEDIATRIC 10 FR X 70 CM W/ COUDE TIP 125 EA4.35 543.75$ 6.27 783.75$ 3.00 375.00$ 28-20-01-65ET TUBE INTRODUCER W/COUDE TIP 15FR X 70CM 49 EA4.23 207.27$ 6.27 307.23$ 3.00 147.00$ 28-20-01-66INTUBATING STYLETTE, INFANT, 6 FR, RUSCH FLEXI-SLIP 49 EA0.90 44.10$ 2.68 131.32$ 1.33 65.17$ Page 2 of 51Page 18Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.UNIT PRICE AMOUNTEST. QTY. UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNTBOUND TREE MEDICAL HENRY SCHEIN INC.LIFE-ASSIST, INC.28-20-01-67BRITEVIEW™ DISPOSABLE MACINTOSH LARYNGOSCOPE BLADE, SIZE 1, PINK 50 EA3.95 197.50$ 6.27 313.50$ 7.61 380.50$ 28-20-01-68BRITEVIEW™ DISPOSABLE MACINTOSH LARYNGOSCOPE BLADE, SIZE 2, YELLOW 50 EA3.95 197.50$ 6.27 313.50$ 7.61 380.50$ 28-20-01-69BRITEVIEW™ DISPOSABLE MACINTOSH LARYNGOSCOPE BLADE, SIZE 3, ORANGE 20 EA3.95 79.00$ 6.27 125.40$ 7.61 152.20$ 28-20-01-70BRITEVIEW™ DISPOSABLE MACINTOSH LARYNGOSCOPE BLADE, SIZE 4, LIME 20 EA3.95 79.00$ 6.27 125.40$ 7.61 152.20$ 28-20-01-71BRITEVIEW™ DISPOSABLE MILLER LARYNGOSCOPE BLADE, SIZE 0, WHITE 20 EA3.95 79.00$ 6.27 125.40$ 7.61 152.20$ 28-20-01-72BRITEVIEW™ DISPOSABLE MILLER LARYNGOSCOPE BLADE, SIZE 1, PINK 20 EA3.95 79.00$ 6.27 125.40$ 7.61 152.20$ 28-20-01-73BRITEVIEW™ DISPOSABLE MILLER LARYNGOSCOPE BLADE, SIZE 2, YELLOW 20 EA3.95 79.00$ 6.27 125.40$ 7.61 152.20$ 28-20-01-74BRITEVIEW™ DISPOSABLE MILLER LARYNGOSCOPE BLADE, SIZE 3, ORANGE 20 EA3.95 79.00$ 6.27 125.40$ 7.61 152.20$ 28-20-01-75BRITEVIEW™ DISPOSABLE MILLER LARYNGOSCOPE BLADE, SIZE 4, LIME 50 EA3.95 197.50$ 6.27 313.50$ 7.61 380.50$ 28-20-01-76STANDARD LARYNGOSCOPE HANDLE, MEDIUM (MEDSOURCE MS-46000 OR CITY APPROVED EQUAL) 16 EA8.20 131.20$ 12.41 198.56$ 7.78 124.48$ 28-20-01-77i-gel® SUPRAGLOTTIC AIRWAY, SMALL ADULT, SIZE 3 30 EA14.95 448.50$ 13.00 390.00$ 13.64 409.20$ 28-20-01-78i-gel® SUPRAGLOTTIC AIRWAY, MEDIUM ADULT, SIZE 4 50 EA14.95 747.50$ 13.00 650.00$ 13.64 682.00$ 28-20-01-79i-gel® SUPRAGLOTTIC AIRWAY, LARGE ADULT, SIZE 5 50 EA14.95 747.50$ 13.00 650.00$ 13.64 682.00$ 28-20-01-80Hi-Flow™ SUCTION CANISTER WITH AEROSTAT FILTER, 1200 cc 100 EA2.49 249.00$ 2.97 297.00$ 2.53 253.00$ 28-20-01-81Hi-Flow™ SUCTION CANISTER WITH AEROSTATE FILTER AND FLOAT VALVE SHUTOFF, 800cc 75 EA1.99 149.25$ 2.94 220.50$ 1.71 128.25$ 28-20-01-82SUCTION CATHETER, 6 FR 120 EA0.14 16.80$ 0.21 25.20$ 0.17 20.40$ 28-20-01-83SUCTION CATHETER, 8 FR 20 EA0.14 2.80$ 0.21 4.20$ 0.17 3.40$ 28-20-01-84SUCTION CATHETER, 10 FR 120 EA0.14 16.80$ 0.21 25.20$ 0.17 20.40$ 28-20-01-85SUCTION CATHETER, 12 FR 20 EA0.14 2.80$ 0.21 4.20$ 0.17 3.40$ 28-20-01-86SUCTION CATHETER, 14 FR 120 EA0.14 16.80$ 0.21 25.20$ 0.17 20.40$ 28-20-01-87SUCTION CATHETER, 16 FR 30 EA0.14 4.20$ 0.21 6.30$ 0.17 5.10$ 28-20-01-88SUCTION CATHETER, 18 FR 30 EA0.14 4.20$ 0.21 6.30$ 0.17 5.10$ 28-20-01-89YANKAUER SUCTION TIP WITH CONTROL VENT 144 EA0.41 59.04$ 0.37 53.28$ 0.35 50.40$ 28-20-01-90YANKAUER FLEX SUCTION WITH VENT 100 EA0.41 41.00$ 1.20 120.00$ 1.17 117.00$ 28-20-01-91LAERDAL PORTABLE SUCTION UNIT 2 EA472.80 945.60$ 686.00 1,372.00$ 732.55 1,465.10$ 28-20-01-92V-Vac™ STARTER KIT (LAERDAL) 14 EA90.98 1,273.72$ 78.00 1,092.00$ 87.37 1,223.18$ 28-20-01-93V-Vac™ REPLACEMENT CARTRIDGE (LAERDAL) 14 EA94.50 1,323.00$ 19.00 266.00$ 21.24 297.36$ 28-20-01-94V-Vac™ REPLACEMENT ADAPTER TIP (LAERDAL) 24 EA27.30 655.20$ 7.00 168.00$ 6.58 157.92$ 28-20-01-95SSCOR D CELL SUCTION UNIT 2 EA999.55 1,999.10$ 936.25 1,872.50$ 1005.75 2,011.50$ 28-20-01-96SUCTION CONNECTING TUBING, 9/32" ID x 6' L (KENDALL OR CITY APPROVED EQUAL) 250 EA0.70 175.00$ 1.00 250.00$ 0.69 172.50$ 28-20-01-97OXYGEN CYLINDER SMALL HAND WHEEL WITH HARD RUBBER CUFF AND TIE DOWN CHAIN 50 EA9.60 480.00$ 9.51 475.50$ 9.59 479.50$ 28-20-01-98MUCOSAL ATOMIZATION DEVICE WITHOUT SYRINGE 350 EA6.89 2,411.50$ 6.45 2,257.50$ 6.67 2,334.50$ 28-20-01-99O2 MAX BiTrac ED Mask, w/ Neb, w/3-SET Valve ADULT MED AND LG (NO SUBSTITUTIONS) 350 EA37.85 13,247.50$ 37.40 13,090.00$ NO BID28-20-01-100Mucosal Atomization Device, MAD Nasal/Oral w/3cc Syringe, Latex Free 160 EA7.92 1,267.20$ 7.35 1,176.00$ 7.59 1,214.40$ 28-20-01-101ENDOTRACHEAL TUBE MALLEABLE INTRODUCER, PEDIATRIC 40 EA0.90 36.00$ 6.27 250.80$ 3.00 120.00$ 28-20-01-102DISPOSABLE PLASTIC BITE STICK20 EA0.35 7.00$ 0.36 7.20$ 0.25 5.00$ Page 3 of 51Page 19Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.UNIT PRICE AMOUNTEST. QTY. UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNTBOUND TREE MEDICAL HENRY SCHEIN INC.LIFE-ASSIST, INC.28-20-01-103STERILE, 6" TONGUE DEPRESSORS 24 EA0.03 0.72$ 0.03 0.72$ 0.03 0.70$ 28-20-01-104MAGILL INTUBATING FORCEPS, ADULT 31 EA3.55 110.05$ 3.60 111.60$ 3.50 108.50$ 28-20-01-105MAGILL INTUBATING FORCEPS, CHILD 31 EA3.55 110.05$ 3.60 111.60$ 3.41 105.71$ 28-20-01-106STERILE LUBRICANT, 5 GRAM TUBE 150 EA0.99 148.50$ 0.10 15.00$ 0.07 10.50$ TOTAL MEDICAL SUPPLIES CATEGORY 1 46,130.48$ 44,365.66$ 30,617.16$ Page 4 of 51Page 20Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.UNIT PRICE AMOUNTEST. QTY. UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNTBOUND TREE MEDICAL HENRY SCHEIN INC.LIFE-ASSIST, INC.MEDICAL SUPPLIES CATEGORY 2 - GLOVES28-20-02-01Apex Pro™ EXAM GLOVES, NITRITE, SMALL, 100 PER BOX - NO SUBSTITUTIONS50 BOX 11.75 587.50$ 12.430 621.50$ 15.43 771.50$ 28-20-02-02Apex Pro™ EXAM GLOVES, NITRITE, MEDIUM, 100 PER BOX - NO SUBSTITUTIONS100 BOX 11.75 1,175.00$ 12.430 1,243.00$ 15.43 1,543.00$ 28-20-02-03Apex Pro™ EXAM GLOVES, NITRITE, LARGE, 100 PER BOX - NO SUBSTITUTIONS1500 BOX 11.75 17,625.00$ 12.430 18,645.00$ 15.43 23,145.00$ 28-20-02-04Apex Pro™ EXAM GLOVES, NITRITE, X-LARGE, 100 PER BOX - NO SUBSTITUTIONS2100 BOX 11.75 24,675.00$ 12.430 26,103.00$ 15.43 32,403.00$ 28-20-02-05Apex Pro™ EXAM GLOVES, NITRITE, XX-LARGE, 100 PER BOX -NO SUBSTITUTIONS100 BOX 11.75 1,175.00$ 12.430 1,243.00$ 15.43 1,543.00$ 28-20-02-06Apex Pro™ EXAM GLOVES, NITRITE, XXX-LARGE, 100 PER BOX - NO SUBSTITUTIONS200 BOX 11.75 2,350.00$ 12.430 2,486.00$ 15.43 3,086.00$ 28-20-02-07Microflex SupernoEC™ EXAM GLOVES, NITRITE, SMALL, 50 PER BOX - NO SUBSTITUTIONS80 BOX 6.07 485.60$ 6.340 507.20$ 7.73 618.40$ 28-20-02-08Microflex SupernoEC™ EXAM GLOVES, NITRITE, MEDIUM, 50 PER BOX - NO SUBSTITUTIONS80 BOX 6.07 485.60$ 6.340 507.20$ 7.73 618.40$ 28-20-02-09Microflex SupernoEC™ EXAM GLOVES, NITRITE, LARGE, 50 PER BOX - NO SUBSTITUTIONS800 BOX 6.07 4,856.00$ 6.340 5,072.00$ 7.73 6,184.00$ 28-20-02-10Microflex SupernoEC™ EXAM GLOVES, NITRITE, X-LARGE, 50 PER BOX - NO SUBSTITUTIONS800 BOX 6.07 4,856.00$ 6.340 5,072.00$ 7.73 6,184.00$ 28-20-02-11Microflex SupernoEC™ EXAM GLOVES, NITRITE, XX-LARGE, 50 PER BOX - NO SUBSTITUTIONS50 BOX 6.07 303.50$ 6.340 317.00$ 7.73 386.50$ 28-20-02-12Microflex SupernoEC™ EXAM GLOVES, NITRITE, XXX-LARGE, 50 PER BOX - NO SUBSTITUTIONS5 BOX 6.07 30.35$ 6.340 31.70$ 7.73 38.65$ TOTAL MEDICAL SUPPLIES CATEGORY 2 58,604.55$ 61,848.60$ 76,521.45$ Page 5 of 51Page 21Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.UNIT PRICE AMOUNTEST. QTY. UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNTBOUND TREE MEDICAL HENRY SCHEIN INC.LIFE-ASSIST, INC.MEDICAL SUPPLIES CATEGORY 3 - INFECTION CONTROL SUPPLIES 28-20-03-01 SHARPS SHUTTLE CONTAINER 360 EA1.44 518.40$ 1.33 478.80$ 1.230 442.80$ 28-20-03-02SHARPS DISPOSABLE CONTAINER, 0.6 LITER (SMITHS MEDICAL OR CITY APPROVED EQUAL)100 EA 1.06 106.00$ 1.90 190.00$ 1.820 182.00$ 28-20-03-03SHARPS COLLECTOR, 3.3 QUART, BD™ 30548848 EA3.35 160.80$ 5.42 260.16$ 4.400 211.20$ 28-20-03-04SHARPS DISPOSABLE CONTAINER, 5 QUART (KENDALL DEVON SHARPS-A-GATOR® OR CITY APPROVED EQUAL)100 EA 2.95 295.00$ 3.61 361.00$ 2.990 299.00$ 28-20-03-05SHARPS COLLECTOR, 6.9 QUART, BD™ 30548924 EA2.73 65.52$ 8.62 206.88$ 6.610 158.64$ 28-20-03-06ANITBACTERIAL NO RINSE HANDWASH GEL, 4 oz168 EA1.35 226.80$ 1.48 248.64$ 0.650 109.20$ 28-20-03-07ANTIMICROBIAL HANDWIPES, TUB/CANISTER 6" x 7-1/2", APPROX. 135 COUNT (PDI SANI-HANDS™ ALC OR CITY APPROVED EQUAL)24 CANISTER 4.98 119.52$ 4.91 117.84$ 4.760 114.24$ 28-20-03-08DISPOSABLE CLOTH GERMICIDAL SURFACE WIPES, TUB/CANISTER 6" x 6-3/4", APPROX. 160 COUNT (PDI SUPER SANI-CLOTH™ OR CITY APPROVED EQUAL) 80 CANISTER 5.95 476.00$ 6.15 492.00$ 5.670 453.60$ 28-20-03-09SURFACE DISINFECTANT TOWELETTES, 10" X 12" (Metrex CaviWipes™ XL) 50 CANISTER 7.14 357.00$ 11.02 551.00$ 8.820 441.00$ 28-20-03-10DISPOSABLE CLOTH GERMICIDAL SURFACE WIPES, INDIVIDUAL FOIL PACKS, 5" x 8" (PDI SUPER SANI-CLOTH™ OR CITY APPROVED EQUAL) 750 EA 0.06 45.00$ 0.16 120.00$ 0.410 307.50$ 28-20-03-11SURFACE DISINFECTANT, SPRAY BOTTLE, 24 oz. (Metrex Envirocide™ or Cavicide™)74 BOTTLE 11.65 862.10$ 9.66 714.84$ 8.050 595.70$ 28-20-03-12SURFACE DISINFECTANT, ONE GALLON CONTAINER (Metrex Cavicide™)24 EA 14.96 359.04$ 25.20 604.80$ 22.350 536.40$ 28-20-03-13Cidex® 2.4% GLUTERALDEHYDE DISINFECTANT, ONE GALLON CONTAINER24 EA 34.50 828.00$ 37.50 900.00$ 32.140 771.36$ 28-20-03-14PARTICULATE RESPIRATOR WITH NOSE FLANGE, SMALL (MOLDEX N95)500 EA 0.98 490.00$ 0.75 375.00$ 1.095 547.50$ 28-20-03-15PARTICULATE RESPIRATOR WITH NOSE FLANGE, MEDIUM (MOLDEX N95)500 EA 0.98 490.00$ 0.75 375.00$ 1.095 547.50$ 28-20-03-16PARTICULATE RESPIRATOR WITH NOSE FLANGE, LARGE (MOLDEX N95)500 EA 0.98 490.00$ 0.75 375.00$ 1.095 547.50$ 28-20-03-17PROTECTIVE EYEWEAR, (NEMESIS V30)400 EA2.91 1,164.00$ 3.11 1,244.00$ 3.050 1,220.00$ 28-20-03-18PROTECTIVE EYEWEAR, POLARIZED (NEMESIS)100 EA16.21 1,621.00$ 15.84 1,584.00$ 14.600 1,460.00$ 28-20-03-19PROTECTIVE EYEWEAR, RX READER, 1.5, 2.0, 2.5 MAGNIFICATION, CLEAR (NEMESIS)120 EA 8.50 1,020.00$ 7.83 939.60$ 7.360 883.20$ 28-20-03-20FOG FREE, PROCEDURE FACE MASK WITH WRAP AROUND SPLASHGUARD VISOR (Fluidshied ® or CITY APPROVED EQUAL)750 EA 0.96 720.00$ 1.19 892.50$ 0.350 262.50$ 28-20-03-21MOLDER SURGICAL MASK1000 EA0.06 60.00$ 0.10 100.00$ 0.085 85.00$ 28-20-03-22COLLECTION BAG WITH HOOK, 3 LITER, 8" x 13" (HARTWELL'S BIOHOOP) - NO SUBSTITUTIONS360 EA 1.58 568.80$ 1.75 630.00$ 1.670 601.20$ 28-20-03-23BIOHAZARD INFECTIOUS WASTE BAG, 7-10 GALLON, 23" x 23", 1.5 mil THICK250 EA 0.08 20.00$ 0.25 62.50$ 0.100 25.00$ 28-20-03-24BIOHAZARD BAG, 17" x 18"20 PACKAGE 0.10 2.00$ 0.42 8.40$ 0.030 0.60$ 28-20-03-25TINCTURE OF BENZOIN SWAB STICK (PDI)500 EA0.69 345.00$ 0.42 210.00$ 0.235 117.65$ 28-20-03-26DELUXE INFECTION CONTROL KIT (MORRISON MEDICAL #4990721)20 EA 3.72 74.40$ 7.00 140.00$ 3.350 67.00$ 28-20-03-27SHOE COVER WITH ELASTIC TOP, NON-CONDUCTIVE, FLUID REPELLANT, ONE SIZE FITS ALL400 EA 0.14 56.00$ 0.12 48.00$ 0.050 20.00$ 28-20-03-28 SaniZide® DISINFECTANT SPRAY BOTTLE, 32 oz. (OR CITY APPROVED EQUAL)75 BOTTLE 5.25 393.75$ 6.13 459.75$ 4.760 357.00$ Page 6 of 51Page 22Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.UNIT PRICE AMOUNTEST. QTY. UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNTBOUND TREE MEDICAL HENRY SCHEIN INC.LIFE-ASSIST, INC.28-20-03-29 SaniZide® DISINFECTANT, GALLON BOTTLE (OR CITY APPROVED EQUAL)10 BOTTLE 13.55 135.50$ 15.80 158.00$ 12.720 127.20$ 28-20-03-30 SaniZide® DISINFECTANT WIPES, 160 COUNT CANISTER (OR CITY APPROVED EQUAL)50 CANISTER 7.20 360.00$ 8.33 416.50$ 6.520 326.00$ TOTAL MEDICAL SUPPLIES CATEGORY 3 12,429.63$ 13,264.21$ 11,817.49$ Page 7 of 51Page 23Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.UNIT PRICE AMOUNTEST. QTY. UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNTBOUND TREE MEDICAL HENRY SCHEIN INC.LIFE-ASSIST, INC.MEDICAL SUPPLIES CATEGORY 4 - INTRAVENOUS SUPPLIES28-20-04-01LATEX FREE DISPOSABLE TOURNIQUET, 1" X 18" 3800EA0.07 266.00$ 0.11 410.40$ 0.07 247.00$ 28-20-04-02Curaplex Select Ext Set, 8 in, Removable Luer Locking Site, Pinch Clamp, Spin Lock Connection 750EA 0.78 585.00$ 1.06 795.00$ 0.78 585.00$ 28-20-04-03Pressure Infusion (400psig) Extension Set, 7 in, w/Microclave, Purple Slide Clamp 500EA 1.85 925.00$ 2.26 1,130.00$ 1.78 890.00$ 28-20-04-04Curaplex Select IV Admin Set, 60 Drop, 83 in, 1 LL Site, 1 PP Site, Spin Lock Connection 100EA 1.01 101.00$ 1.22 122.00$ 1.00 100.00$ 28-20-04-05Curaplex Select IV Admin Set, 10 Drop, 83 in, 1 LL Site, 1 PP Site, Spin Lock Connection 1500EA 1.55 2,325.00$ 1.21 1,815.00$ 1.00 1,500.00$ 28-20-04-06Curaplex Select IV Admin Set, 10 Drop, 83 in, 1 LL Site, 1 PP Site, 6 in Ext Set w/Pinch Clamp 500EA 0.87 435.00$ 1.62 810.00$ 1.39 695.00$ 28-20-04-07CLEARSAFE® IV CATHETER, 14 GAUGE x 1-1/4" - NO SUBSTITUTIONS 400EA 1.15 460.00$ 1.33 532.00$ 1.31 524.00$ 28-20-04-08CLEARSAFE® IV CATHETER, 16 GAUGE x 1-1/4" - NO SUBSTITUTIONS 400EA 1.15 460.00$ 1.33 532.00$ 1.31 524.00$ 28-20-04-09CLEARSAFE® IV CATHETER, 18 GAUGE x 1-1/4" - NO SUBSTITUTIONS 1200EA 1.15 1,380.00$ 1.33 1,596.00$ 1.31 1,572.00$ 28-20-04-10CLEARSAFE® IV CATHETER, 20 GAUGE x 1-1/4" - NO SUBSTITUTIONS 1200EA 1.15 1,380.00$ 1.33 1,596.00$ 1.31 1,572.00$ 28-20-04-11CLEARSAFE® IV CATHETER, 22 GAUGE x 1" - NO SUBSTITUTIONS 400EA 1.15 460.00$ 1.33 532.00$ 1.31 524.00$ 28-20-04-12CLEARSAFE® IV CATHETER, 24 GAUGE x 3/4" - NO SUBSTITUTIONS 200EA 1.15 230.00$ 1.33 266.00$ 1.31 262.00$ 28-20-04-13STERILE NON-TOXIC, PYROGEN FREE NEEDLE, 18/8 STAINLESS STEEL, 18 GAUGE x 1-1/2" 400EA 0.05 20.00$ 0.04 16.00$ 0.02 8.60$ 28-20-04-14STERILE NON-TOXIC, PYROGEN FREE NEEDLE, 18/8 STAINLESS STEEL, 22 GAUGE x 1-1/2" 200EA 0.05 10.00$ 0.04 8.00$ 0.01 2.40$ 28-20-04-15HYPODERMIC NEEDLE, 21 GAUGE x 1" 200EA0.05 10.00$ 0.17 34.00$ 0.01 2.40$ 28-20-04-16HYPODERMIC NEEDLE, 27 GAUGE x 1/2" 200EA0.05 10.00$ 0.17 34.00$ 0.01 2.40$ 28-20-04-17SAFETY SYRINGE, 1cc, 25 GAUGE x 5/8" 250EA0.40 100.00$ 0.09 22.50$ 0.17 42.50$ 28-20-04-18Syringe and Needle, VanishPoint Retractable, 3cc, 25 ga x 1 inch 250EA0.58 145.00$ 0.39 97.50$ 0.33 83.35$ 28-20-04-19Syringe and Needle, VanishPoint Retractable, 5cc, 21 ga x 1 inch 400EA1.20 480.00$ 0.39 156.00$ 0.52 208.00$ 28-20-04-20Luer-Lok™ SYRINGE, 3cc 650EA0.08 52.00$ 0.08 52.00$ 0.05 30.23$ 28-20-04-21Luer-Lok™ SYRINGE, 5cc 300EA0.21 63.00$ 0.07 21.00$ 0.05 16.20$ 28-20-04-22Luer-Lok™ SYRINGE, 10cc 650EA0.24 156.00$ 0.07 45.50$ 0.05 35.10$ 28-20-04-23Luer-Lok™ SYRINGE, 12cc 400EA0.13 52.00$ 0.07 28.00$ 0.05 19.84$ 28-20-04-24Luer-Lok™ SYRINGE, 20cc 400EA0.64 256.00$ 0.29 116.00$ 0.15 59.60$ 28-20-04-25Luer-Lok™ SYRINGE, 30-35cc 100EA0.42 42.00$ 0.41 41.00$ 0.18 18.00$ 28-20-04-26Luer-Lok™ SYRINGE, 50-60cc 150EA0.61 91.50$ 0.41 61.50$ 0.34 51.00$ 28-20-04-27SYRINGE AND NEEDLE, 3cc, 18 GAUGE x 1-1/2" 300EA0.18 54.00$ 0.17 51.00$ 0.04 11.49$ 28-20-04-28SYRINGE AND NEEDLE, 5cc, 20 GAUGE x 1" 200EA0.22 44.00$ 0.39 78.00$ 0.10 20.00$ 28-20-04-29SYRINGE AND NEEDLE, 10cc, 20 GAUGE x 1" 400EA0.18 72.00$ 0.50 200.00$ 0.10 39.76$ 28-20-04-30BLUNT PLASTIC CANNULA (BD™ #303345) 100EA0.35 35.00$ 0.33 33.00$ 0.26 26.00$ 28-20-04-31BAXTER, 3-WAY STOPCOCK WITH EXTENSION TUBING 24EA0.97 23.28$ 3.52 84.48$ 1.19 28.56$ 28-20-04-32CHEST DECOMPRESSION KIT (MOTION MEDICAL #1681) 6EA13.48 80.88$ 15.40 92.40$ 12.45 74.70$ 28-20-04-33ARS NEEDLE DECOMPRESSION KIT, 10 GA X 3.25 IN, W/PROTECTIVE CASE 10EA 15.25 152.50$ 13.49 134.90$ 13.67 136.70$ 28-20-04-34ARS for Needle Decompression, 14 ga x 3.25 in, w/Protective Case10EA 8.20 82.00$ 7.40 74.00$ 7.43 74.30$ 28-20-04-35ALCOHOL PREPS, 70% ISOPROPYL, 1-1/4" x 2-1/2" 38800EA0.01 388.00$ 0.01 294.88$ 0.00 190.12$ 28-20-04-36POVIDONE-IODINE WIPES, 1-3/4" x 3-1/4" 3500EA0.03 105.00$ 0.15 525.00$ 0.03 109.55$ Page 8 of 51Page 24Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.UNIT PRICE AMOUNTEST. QTY. UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNTBOUND TREE MEDICAL HENRY SCHEIN INC.LIFE-ASSIST, INC.28-20-04-37DISPOSABLE INFU-SURGE PRESSURE BAG WITH BULB AND GAUGE, 1000ml (VENTLAB VC410 OR CITY APPROVED EQUAL) 125EA 6.55 818.75$ 7.20 900.00$ 7.45 931.25$ 28-20-04-38IV Start Kit - IV Guard, Lock, Flush 500EA1.55 775.00$ 4.60 2,300.00$ 4.89 2,445.00$ TOTAL MEDICAL SUPPLIES CATEGORY 4 13,124.91$ 15,637.06$ 13,662.05$ Page 9 of 51Page 25Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.UNIT PRICE AMOUNTEST. QTY. UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNTBOUND TREE MEDICAL HENRY SCHEIN INC.LIFE-ASSIST, INC.MEDICAL SUPPLIES CATEGORY 5 - MISCELLANEOUS SUPPLIES28-20-05-01DISPOSABLE COLD PACK/COMPRESS, QUICK ACTIVATION, 6" x 9" 500EA 0.25 125.00$ 0.61 305.00$ 0.43 215.00$ 28-20-05-02HOT PACKS, 6" x 8" 300EA0.33 99.00$ 0.53 159.00$ 0.52 156.00$ 28-20-05-03TRIAGE TAGS, METTAG, 50 PER PACKAGE 50PACKAGE 42.55 2,127.50$ 37.00 1,850.00$ 47.20 2,360.00$ 28-20-05-04TRIAGE TAGS, ALL RISK WRISTBAND STYLE, 50 PER PACKAGE (DISASTER MANAGEMENT SYSTEMS #05420) 5PACKAGE 63.90 319.50$ 58.00 290.00$ 60.33 301.65$ 28-20-05-05ALCOHOL, 70% ISOPROPYL, 16 oz BOTTTLE 250BOTTLE 1.12 280.00$ 1.50 375.00$ 1.09 272.50$ 28-20-05-06AMMONIA INHALANT AMPULES 1800AMPULE 0.18 324.00$ 0.20 360.00$ 0.17 297.00$ 28-20-05-07SCISSORS, 7-1/4" (PARA-MED OR CITY APPROVED EQUAL) 250EA0.64 160.00$ 1.87 467.50$ 0.63 157.50$ 28-20-05-08RING CUTTER 22EA4.19 92.18$ 5.79 127.38$ 3.76 82.72$ 28-20-05-09RING CUTTER REPLACEMENT BLADES 22EA1.57 34.54$ 1.74 38.28$ 1.37 30.14$ 28-20-05-10INFANT SWADDLING/BUNTING, ISOTHERMAL FOUL (GAM OR CITY APPROVED EQUAL) 20EA 4.43 88.60$ 4.38 87.60$ 1.95 39.00$ 28-20-05-11LIGHTWEIGHT ANODIZED ALUMINUM CLIPBOARD WITH SELF LOCKING LATCH AND DUAL TRAY, 9" x 14" (POSSEE OR CITY APPROVED EQUAL) 10EA 26.02 260.20$ 40.00 400.00$ 24.90 249.00$ 28-20-05-12DISPOSABLE OBSTRETICAL KIT, SHOULD CONTAIN: GLOVES, STERILE OB PAD, SCAPEL, DRAPE SHEET, RECEIVING BLANKET, OB TOWEL, PLASTIC BAG FOR PLACENTA, GAUZE SPONGES, BULB SYRINGE, UMBILICAL CLAMPS, ALCOHOL PREPS, TWIST TIES, NYLON TIE-OFFS, TOWELS) 60EA 5.90 354.00$ 7.55 453.00$ 5.06 303.60$ 28-20-05-13STERILE BULB SYRINGE, 3 oz 44EA0.93 40.92$ 0.67 29.48$ 0.93 40.92$ 28-20-05-14FIRST AID 10 PERSON KIT (First Aid Only® MODEL 222-U) 25EA12.75 318.75$ 37.00 925.00$ 10.15 253.75$ 28-20-05-15EAR PLUGS WITH CORD (SPARKPLUGS OR CITY APPROVED EQUAL) 500EA 0.22 110.00$ 0.16 80.00$ 0.27 133.25$ 28-20-05-16NAIL POLISH REMOVER WIPES 2400EA0.04 96.00$ 0.03 72.00$ 0.04 84.48$ 28-20-05-175.11 TACTILE RUSH MOAB 10 GEAR BAG, BLACK #56964-19 15EA66.55 998.25$ 109.99 1,649.85$ NO BID28-20-05-18EMS FIELD GUIDE 15EA21.25 318.75$ 30.00 450.00$ 18.60 279.00$ 28-20-05-19SunX® SPF30 LOTION POUCHES, 200 POUCHES PER PACKAGE #71430 5PACKAGE 84.56 422.80$ 80.00 400.00$ 196.72 983.60$ 28-20-05-20REPLACEMENT BATTERY FOR LAERDAL SUCTION UNIT, #L780400 6EA 109.00 654.00$ 94.88 569.28$ 100.46 602.76$ 28-20-05-21Suction Cups, for LUCAS 2, Disposable 100EA41.67 4,167.00$ 36.50 3,650.00$ 37.32 3,732.00$ TOTAL MEDICAL SUPPLIES CATEGORY 5 11,390.99$ 12,738.37$ 10,573.87$ Page 10 of 51Page 26Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.UNIT PRICE AMOUNTEST. QTY. UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNTBOUND TREE MEDICAL HENRY SCHEIN INC.LIFE-ASSIST, INC.MEDICAL SUPPLIES CATEGORY 6 - MONITOR/DIAGNOSTIC SUPPLIES28-20-06-01COVIDIEN MICROSTREAM FILTERLINE SET, ADULT/PEDIATRIC 1200EA 8.80 10,560.00$ 8.67 10,404.00$ 8.79 10,548.00$ 28-20-06-02COVIDIEN MICROSTREAM FILTERLINE SET, INFANT/NEONATE 200EA 11.90 2,380.00$ 9.61 1,922.00$ 17.21 3,442.00$ 28-20-06-03COVIDIEN MICROSTREAM SMART CAPNOLINE®, ADULT/INTERMEDIATE W/O2 TUBING 1000EA 8.80 8,800.00$ 9.40 9,400.00$ 10.97 10,970.00$ 28-20-06-04COVIDIEN MICROSTREAM SMART CAPNOLINE®, PEDIATRIC W/O2 TUBING 300EA 10.50 3,150.00$ 12.95 3,885.00$ 13.34 4,002.00$ 28-20-06-05COVIDIEN MICROSTREAM SMART CAPNOLINE®, PLUS NO O2 DELIVERY 500EA 9.20 4,600.00$ 8.73 4,365.00$ 9.88 4,940.00$ 28-20-06-06Nellcor™ OxiSensor® ll, ADULT, 18" CABLE 48EA16.05 770.40$ 13.96 670.08$ 15.05 722.40$ 28-20-06-07Nellcor™ OxiSensor® ll, ADULT, 36" CABLE 24EA17.55 421.20$ 15.43 370.32$ 16.55 397.20$ 28-20-06-08Nellcor™ OxiSensor® ll, PEDIATRIC 48EA16.25 780.00$ 23.45 1,125.60$ 15.05 722.40$ 28-20-06-09Nellcor™ OxiSensor® ll, INFANT 48EA21.15 1,015.20$ 30.28 1,453.44$ 19.56 938.88$ 28-20-06-10Nellcor™ DuraSensor DS100A FINGER CLIP SENSOR, ADULT 2EA91.35 182.70$ 169.00 338.00$ 68.80 137.60$ 28-20-06-11EC-4 Nellcor™ SENSOR EXTENSION CABLE, 4' length 2EA62.25 124.50$ 38.91 77.82$ 40.19 80.38$ 28-20-06-12PORTABLE CO-OXIMETER, MASIMO RAD 57C, #2711-25003 1EA4212.90 4,212.90$ 3392.00 3,392.00$ 4,096.59 4,096.59$ 28-20-06-13Masimo SET M-LNCS, Neo/Adult, Adhesive, Disposable, for use w/RC (Rainbow or SpO2) 10EA 18.48 184.80$ 14.38 143.80$ 14.20 142.00$ 28-20-06-14BLOOD PRESSURE KIT, SYSTEM 5 (MEDSOURCE #MS MED5N) 2EA 36.80 73.60$ 74.42 148.84$ 60.88 121.76$ 28-20-06-15HAND HELD OXIMETER (BCl® 3301) 6EA371.50 2,229.00$ 511.79 3,070.74$ 339.77 2,038.62$ 28-20-06-16CARRY CASE FOR BCI® 3301 HAND HELD OXIMETER 6EA47.80 286.80$ 60.00 360.00$ 43.96 263.76$ 28-20-06-17ELECTRODES, ADULT (AMBU® BlueSensor SP-00-S) 5000EA0.20 1,000.00$ 0.20 1,000.00$ 0.28 1,400.00$ 28-20-06-18ELECTRODES, PEDIATRIC (KENDALL MEDI-TRACE 135) 1000EA0.13 130.00$ 0.17 170.00$ 0.13 130.00$ 28-20-06-19SINGLE USE ELECTRODES, PRE-GELLED, 1-3/16" ROUND, ADULT (KENDALL MEDI-TRACE 530) - NO SUBSTITUTIONS 3600PK 0.11 396.00$ 4.55 16,380.00$ 5.22 18,792.00$ 28-20-06-20QUICK COMBO ELECTRODE PADS, ADULT, EDGE SYSTEM WITH PRECONNECT SYSTEM , PHYSIO CONTROL LIFEPAK 15 COMPATIBLE 80PAIR 14.99 1,199.20$ 26.99 2,159.20$ 25.70 2,056.00$ 28-20-06-21QUICK COMBO ELECTRODE PADS, PEDIATRIC, PHYSIO CONTROL LIFEPAK 15 COMPATIBLE 50PAIR 15.79 789.50$ 17.64 882.00$ 15.20 760.00$ 28-20-06-22QUICK COMBO REDI-PAK DEFIBRILLATION PADS, ADULT, PHSYIO CONTROL LIFEPAK 15 COMPATIBLE 50PAIR 17.50 875.00$ 16.27 813.50$ 15.20 760.00$ 28-20-06-23Masimo SET M-LNCS, Neo/Adult, Adhesive, Disposable, for use w/RC 20EA 18.48 369.60$ 14.38 287.60$ 14.94 298.80$ 28-20-06-24MASIMO SET LNCS INF-L INFANT ADHESIVE SENSOR, DISPOSABLE, FOR PTS 3-20KG 50EA 18.80 940.00$ 15.00 750.00$ 11.80 590.00$ 28-20-06-25MEDI-TRACE RECORDING PAPER, PHYSIO CONTROL LIFEPAK 15 COMPATIBLE 100ROLL 1.26 126.00$ 2.00 200.00$ 1.52 152.00$ 28-20-06-26DISPOSABLE PENLIGHT WITH PUPIL GAUGE 460EA0.63 289.80$ 0.66 303.60$ 0.56 257.60$ Page 11 of 51Page 27Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.UNIT PRICE AMOUNTEST. QTY. UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNTBOUND TREE MEDICAL HENRY SCHEIN INC.LIFE-ASSIST, INC.28-20-06-273M™ LITTMAN CLASSIC II STETHOSCOPE - NO SUBSTITUTIONS 30EA 98.14 2,944.20$ 79.66 2,389.80$ 90.52 2,715.60$ 28-20-06-28SPRAGUE-RAPPAPORT STETHOSCOPE WITH 5 INTERCHANGABLE CHEST PIECES, BLACK 24EA 3.80 91.20$ 8.75 210.00$ 4.45 106.80$ 28-20-06-29SPHYGMOMANOMETER, 300 mm HG GAUGE, WHITE FACE, BLACK NUMERALS, NO STOP PIN IN MANOMETER, NYLON Velcro™ CUFF WITH PLACEMENT MARKINGS, INFANT 16EA 5.99 95.84$ 7.00 112.00$ 4.84 77.44$ 28-20-06-30SPHYGMOMANOMETER, 300 mm HG GAUGE, WHITE FACE, BLACK NUMERALS, NO STOP PIN IN MANOMETER, NYLON Velcro™ CUFF WITH PLACEMENT MARKINGS, CHILD 16EA 5.99 95.84$ 7.00 112.00$ 4.84 77.44$ 28-20-06-31SPHYGMOMANOMETER, 300 mm HG GAUGE, WHITE FACE, BLACK NUMERALS, NO STOP PIN IN MANOMETER, NYLON Velcro™ CUFF WITH PLACEMENT MARKINGS, ADULT 16EA 5.99 95.84$ 8.12 129.92$ 4.84 77.44$ 28-20-06-32SPHYGMOMANOMETER, 300 mm HG GAUGE, WHITE FACE, BLACK NUMERALS, NO STOP PIN IN MANOMETER, NYLON Velcro™ CUFF WITH PLACEMENT MARKINGS, LARGE ADULT 10EA 5.99 59.90$ 7.00 70.00$ 4.99 49.90$ 28-20-06-33SPHYGMOMANOMETER, 300 mm HG GAUGE, WHITE FACE, BLACK NUMERALS, NO STOP PIN IN MANOMETER, NYLON Velcro™ CUFF WITH PLACEMENT MARKINGS, THIGH 10EA 6.55 65.50$ 7.00 70.00$ 5.33 53.30$ 28-20-06-34INFRARED TEMPORAL SCANNER (EXERGEN CORPORATION TAT-2000) - NO SUBSTITUTIONS 6EA 135.00 810.00$ 122.43 734.58$ 57.55 345.30$ 28-20-06-35EXERGEN DISPOSABLE THERMOMETER SHEATHS - NO SUBSTITUTIONS 300EA 0.13 39.00$ 0.07 21.00$ 0.17 50.10$ 28-20-06-36ELECTRONIC THERMOMETER WITH HOLDER (WELCH ALLYN SURETEMP PLUS, MODEL 690) NO SUBSTITUTIONS 6EA 269.50 1,617.00$ 243.00 1,458.00$ 252.15 1,512.90$ 28-20-06-37DISPOSABLE PROBE COVERS FOR WELCH ALLYN SURETEMP PLUS THERMOMETER 500EA 0.04 20.00$ 0.04 22.00$ 0.04 17.50$ 28-20-06-38DIGITAL THERMOMETER (Adtemp™ ll 413) 6EA3.70 22.20$ 3.72 22.32$ 3.44 20.64$ 28-20-06-39DISPOSABLE PROBE COVERS FOR Adtemp™ ll 413 DIGITAL THERMOMETER 400EA 0.03 12.00$ 0.03 12.00$ 0.03 11.08$ 28-20-06-40DISPOSABLE PROBE COVER FOR BRAUN THERMOSCAN® PRO 4000 EAR THERMOMETER 400EA 0.07 28.00$ 0.08 30.00$ 0.07 26.00$ 28-20-06-41BLOOD GLUCOSE METER (Assure Prism Multi) - NO SUBSTITUTIONS 3EA 5.90 17.70$ 0.01 0.03$ - -$ 28-20-06-42Control Solution, Assure Prism Multi, L1 and L2 NO SUBSTITUTIONS 10BOTTLE 9.60 96.00$ 10.75 107.50$ 9.22 92.20$ 28-20-06-43BLOOD GLUCOSE METER TEST STRIPS FOR ASSURE PRISM MULTI - NO SUBSTITUTIONS 150BX 9.08 1,362.00$ 11.50 1,725.00$ 9.79 1,468.50$ 28-20-06-44AUTOMATICE LANCET (HAEMOLANCE™ OR SENSILANCE™) 750BX 11.75 8,812.50$ 8.35 6,262.50$ 8.65 6,487.50$ 28-20-06-45Veni-Gard® CONMED, ADULT - NO SUBSTITUTIONS 5250EA0.48 2,520.00$ 0.35 1,837.50$ 0.33 1,749.83$ 28-20-06-46Veni-Gard® CONMED, PEDIATRIC - NO SUBSTITUTIONS 1200EA0.33 396.00$ 0.34 408.00$ 0.30 360.00$ 28-20-06-47DISPOSABLE PREP RAZOR (DYNAREX GALLANT OR CITY APPROVED EQUAL) 250EA 0.34 85.00$ 0.34 85.00$ 0.31 76.50$ TOTAL MEDICAL SUPPLIES CATEGORY 6 65,171.92$ 79,891.69$ 84,135.96$ Page 12 of 51Page 28Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.UNIT PRICE AMOUNTEST. QTY. UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNTBOUND TREE MEDICAL HENRY SCHEIN INC.LIFE-ASSIST, INC.MEDICAL SUPPLIES CATEGORY 7 - PATIENT HANDLING SUPPLIES28-20-07-01LONG PLASTIC BACKBOARD WITH PINS, RED (450 LB MINIMUM WEIGHT LOAD) 50EA 89.50 4,475.00$ 130.00 6,500.00$ 120.00 6,000.00$ 28-20-07-02IMPRINTING OF RICHARDSON FIRE DEPARTMENT ON BACKBOARDS (ALL INCLUSIVE PRICING) 50EA 22.00 1,100.00$ 20.00 1,000.00$ 19.50 975.00$ 28-20-07-03ULTRA SHORT BOARD, NO PINS, BLUE, DS 2EA279.50 559.00$ 55.00 110.00$ 48.60 97.20$ 28-20-07-04ULTRA SHORT BOARD, NO PINS, YELLOW 5EA272.50 1,362.50$ 55.00 275.00$ 48.60 243.00$ 28-20-07-05ULTRA SPACESAVER FOLDING BACKBOARD WITH PINS, YELLOW 5EA 285.50 1,427.50$ 275.00 1,375.00$ 295.56 1,477.80$ 28-20-07-06REUSABLE IMPERVIOUS HEAVY DUTY VINYL RESTRAINTS, TWO PIECE, METAL PUSH BUTTON RELEASE WITH LOOP LOCK, 5 FT 24EA 7.65 183.60$ 7.35 176.40$ 6.00 144.00$ 28-20-07-07DISPOSABLE IMPERVIOUS HEAVY DUTY VINYL RESTRAINTS, TWO PIECE, LOOP LOCK, 5 FT, ORANGE 24EA 1.72 41.28$ 7.35 176.40$ 6.00 144.00$ 28-20-07-08REUSABLE RESTRAINT STRAP, TWO-PIECE, METAL PUSH BUTTON BUCKLE WITH SWIVEL QUICK CLIP, 5 FT, MAROON 24EA 10.25 246.00$ 7.35 176.40$ 8.27 198.48$ 28-20-07-09EP&R SPIDER POLYPROPYLENE RESTRAINT STRAP, RED/BLACK 12EA 65.50 786.00$ 62.00 744.00$ 33.83 405.96$ 28-20-07-10QUICK RELEASES FOAM LIMB HOLDERS (Posey® # 2532) 200EA6.44 1,288.00$ 6.10 1,220.00$ 6.67 1,334.00$ 28-20-07-11ADJUSTABLE CERVICAL COLLAR, ADULT (AMBU PERFIT ACE) - NO SUBSTITUTIONS 1300EA 3.90 5,070.00$ 4.46 5,798.00$ 5.03 6,539.00$ 28-20-07-12ADJUSTABLE CERVICAL COLLAR, PEDIATRIC (AMBU PERFIT ACE) - NO SUBSTITUTIONS 400EA 3.90 1,560.00$ 4.46 1,784.00$ 5.03 2,012.00$ 28-20-07-13CERVICAL IMMOBILZATION DEVICE 900EA3.18 2,862.00$ 3.20 2,880.00$ 3.62 3,258.00$ 28-20-07-14DISPOSABLE PILLOW, 17" x 23" 20EA2.02 40.40$ 1.90 38.00$ 3.28 65.60$ 28-20-07-15STAPH-CHECK REUSABLE PILLOW, 17" x 20" 20EA3.95 79.00$ 5.21 104.20$ NO BID28-20-07-16DISPOSABLE PILLOWCASE, TISSUE POLY, WHITE, 21" x 30" 400EA0.17 68.00$ 0.33 132.00$ 0.19 74.00$ 28-20-07-17BIODEGRADABLE, FLUID RESISTANT, SPUNBOUND POLYPROPYLENE FITTED COT SHEET, 30" x 24" 150EA 0.71 106.50$ 0.78 117.00$ 0.86 128.25$ 28-20-07-18BIODEGRADABLE, FLUID RESISTANT, SPUNBOUND POLYPROPYLENE FLAT COT SHEET, 40" x 84" 250EA 0.69 172.50$ 2.40 600.00$ 2.29 572.50$ 28-20-07-19GRAHAM MEDIAL MEGA MOVER #51926 - NO SUBSTITUTIONS 100EA 17.90 1,790.00$ 15.24 1,524.00$ 17.15 1,715.00$ 28-20-07-20MED TECH VSB 6' 2EA822.50 1,645.00$ 775.00 1,550.00$ 755.90 1,511.80$ TOTAL MEDICAL SUPPLIES CATEGORY 7 24,862.28$ 26,280.40$ 26,895.59$ Page 13 of 51Page 29Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.UNIT PRICE AMOUNTEST. QTY. UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNTBOUND TREE MEDICAL HENRY SCHEIN INC.LIFE-ASSIST, INC.MEDICAL SUPPLIES CATEGORY 8 - WOUND CARE SUPPLIES28-20-08-01SOF TACTICAL TOURNIQUET, BLACK (#SOFTT-NH) - NO SUBSTITUTIONS 25EA 23.35 583.75$ 25.00 625.00$ 28.17 704.25$ 28-20-08-02CAT TOURNIQUET, ORANGE (TRAINER) - NO SUBSTITUTIONS 20EA 24.25 485.00$ 21.39 427.80$ 21.29 425.80$ 28-20-08-03CAT TOURNIQUET, BLACK - NO SUBSTITUTIONS 50EA24.25 1,212.50$ 22.51 1,125.50$ 21.29 1,064.50$ 28-20-08-04CHEST SEAL (ASHERMAN 8491) 300EA6.88 2,064.00$ 8.83 2,649.00$ 9.56 2,868.00$ 28-20-08-05NON-STERILE TRIANGULAR BANDAGE, 36" x 36" x 51" 700EA0.24 168.00$ 0.31 217.00$ 0.19 133.00$ 28-20-08-06Kendall's Kerlix® NON-STERILE BANDAGE ROLL, 4" (OR CITY APPROVED EQUAL) 1500EA 0.39 585.00$ 1.29 1,935.00$ 0.11 157.50$ 28-20-08-07DUKAL SELF ADHERING ELASTIC COMPRESSION BANDAGE, 4" (OR CITY APPROVED EQUAL) 350EA 0.83 290.50$ 1.53 535.50$ 0.84 294.00$ 28-20-08-08BENZION TINCTURE STERI-STRIP, .66ml/vl 120EA0.69 82.80$ 1.87 224.40$ 0.70 84.00$ 28-20-08-09Curaplex® Fabric Adhesive Bandage (X-Large), 2in x 4in – Item # 1122-14964 1000EA 0.03 30.00$ 0.06 60.00$ 0.05 45.00$ 28-20-08-10Curaplex Fabric Adhesive Bandage (Knuckle), 3in x 1 1/2in – Item # 1122-14966 1000EA 0.02 20.00$ 0.05 50.00$ 0.02 20.60$ 28-20-08-11Curaplex Fabric Adhesive Bandage (Fingertip), 1 3/4in x 2in – Item # 1122-14962 1000EA 0.02 20.00$ 0.05 45.00$ 0.03 34.40$ 28-20-08-12Curaplex Fabric Adhesive Bandage, 1in x 3in – Item # 1122-149601000EA0.02 20.00$ 0.03 30.00$ 0.01 12.70$ 28-20-08-13Looney Tunes Character Adhesive Bandage, 3/4in x 3in, Bugs Bunny and Daffy Duck - item: # 18721 or #18723 1000EA 0.04 40.00$ 0.05 50.00$ 0.05 45.00$ 28-20-08-14SHEER STRIP BANDAGE, 3/4" x 3" (J & J Band Aid® or Kendall Curity®) - NO SUBSTITUTIONS 250EA 0.01 2.50$ 0.06 13.75$ 0.02 5.25$ 28-20-08-15FLEXIBLE FABRIC ADHESIVE BANDAGE, 1" x 3" (J & J Band Aid® or Kendall Curity®) - NO SUBSTITUTIONS 3500EA 0.01 35.00$ 0.03 105.00$ 0.03 106.40$ 28-20-08-16NON-STERILE GAUZE, ROLLED, 4"1200EA0.33 396.00$ 0.27 324.00$ 0.11 126.00$ 28-20-08-17STERILE, WOVEN 2-PLY GAUZE, ROLLED, 4" 200EA0.49 98.00$ 0.62 124.00$ 0.50 100.00$ 28-20-08-18STERILE, WOVEN 2-PLY GAUZE, ROLLED, 6" 200EA0.77 154.00$ 1.08 216.00$ 0.80 160.00$ 28-20-08-19Celox™ Z-FOLD GAUZE, 3" x 5' 100EA31.50 3,150.00$ 31.35 3,135.00$ 34.52 3,452.00$ 28-20-08-20STERILE GAUZE PAD DRESSING, 12-PLY, INDIVIDUALLY PACKED, 4" x 4" 8000EA 0.05 400.00$ 0.06 480.00$ 0.09 736.00$ 28-20-08-21STERILE GAUZE PAD DRESSING, 12-PLY, INDIVIDUALLY PACKED, 5" x 9" 400EA 0.09 36.00$ 0.09 36.00$ 0.06 24.00$ 28-20-08-22STERILE GAUZE ABDOMNIAL PAD DRESSING, INDIVIDUALLY PACKED, 8" x 10" 248EA 0.16 39.68$ 0.18 44.64$ 0.10 23.56$ 28-20-08-23Vasoline® GAUZE PAD, 3" x 9" 300EA0.70 210.00$ 0.74 222.00$ 0.60 180.00$ 28-20-08-24MULTI-TRAUMA DRESSING, 12" x 30" 100EA0.88 88.00$ 0.78 78.00$ 0.71 71.00$ 28-20-08-25STERILE OVAL EYE PAD, 2-1/8" x 2-5/8" 500EA0.10 50.00$ 0.13 65.00$ 0.07 35.50$ 28-20-08-26Curasilk® HYPO-ALLERGENIC TAPE, 1" (OR CITY APPROVED EQUAL) 288EA 0.63 181.44$ 1.07 308.16$ 0.67 192.96$ 28-20-08-27Curasilk® HYPO-ALLERGENIC TAPE, 3" (OR CITY APPROVED EQUAL) 96EA 1.98 190.08$ 4.00 384.00$ 2.01 192.96$ 28-20-08-28Curity® HYPO-ALLERGENIC TAPE, CLEAR, 1" (OR CITY APPROVED EQUAL) 288EA 0.29 83.52$ 1.27 365.76$ 0.55 158.40$ Page 14 of 51Page 30Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.UNIT PRICE AMOUNTEST. QTY. UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNTBOUND TREE MEDICAL HENRY SCHEIN INC.LIFE-ASSIST, INC.28-20-08-29Curity® HYPO-ALLERGENIC TAPE, CLEAR, 3" (OR CITY APPROVED EQUAL) 96EA 0.88 84.48$ 4.00 384.00$ 1.65 158.40$ 28-20-08-303M™ DERMICEL SILK TAPE, 1" x 10 yds 12EA0.64 7.68$ 1.07 12.84$ 0.74 8.88$ 28-20-08-313M™ DERMICEL SILK TAPE, 2" x 10 yds 12EA1.28 15.36$ 2.14 25.68$ 1.48 17.76$ 28-20-08-323M™ DERMICEL CLOTH TAPE, 1/2" x 10 yds 12EA0.32 3.84$ 0.55 6.60$ 0.37 4.44$ 28-20-08-333M™ TRANSPORE, TAPE, 1" x 10 yds 144EA0.29 41.76$ 1.27 182.88$ 1.00 144.00$ 28-20-08-34HYDROGEN PEROXIDE, 16 oz BOTTLE 112BOTTLE 0.92 103.04$ 0.60 67.20$ 0.41 45.92$ 28-20-08-35TRIPLE ANTIBOTIC OINTMENT, 1 GRAM PACKET 1440EA0.16 230.40$ 0.08 115.20$ 0.06 79.20$ 28-20-08-36STERILE WATER IRRIGATION SOLUTION, 250ml 150BOTTLE 2.75 412.50$ 3.08 462.00$ 1.42 213.00$ 28-20-08-37STERILE WATER IRRIGATION SOLUTION, 500 ml (BRAUN) 200EA1.78 356.00$ 2.06 412.00$ 1.73 346.00$ 28-20-08-38STERILE, NON-WOVEN BURN SHEET, 60" x 96" 200EA1.89 378.00$ 2.03 406.00$ 1.15 230.00$ 28-20-08-393M™ COBAN SELF ADHERENT WRAP, 4" x 5 yds (OR CITY APPROVED EQUAL) 350EA 0.84 294.00$ 0.60 210.00$ 1.14 399.00$ 28-20-08-40SAM® SPLINT, 36" ROLL (OR CITY APPROVED EQUAL) 100EA4.55 455.00$ 5.50 550.00$ 3.00 300.00$ 28-20-08-41DISPOSABLE VACUUM SPLINT, WRIST/ANKLE (MD1 #562011) - NO SUBSTITUTIONS 20EA 19.80 396.00$ 17.70 354.00$ 17.00 340.00$ 28-20-08-42DISPOSABLE VACUUM SPLINT, ARM (MDI #562015) - NO SUBSTITUTIONS 20EA 21.50 430.00$ 19.30 386.00$ 19.95 399.00$ 28-20-08-43DISPOSABLE VACUUM SPLINT, LEG (MDI #562025) - NO SUBSTITUTIONS 20EA 33.50 670.00$ 31.00 620.00$ 28.27 565.40$ 28-20-08-44DISPOSABLE VACUUM SPLINT, SET (MDI #567701) - NO SUBSTITUTIONS 5EA 147.50 737.50$ 148.41 742.05$ 152.47 762.35$ 28-20-08-45PADDED BOARD SPLINT, 2" x 6" 6EA1.48 8.88$ 0.91 5.46$ 0.69 4.11$ 28-20-08-46PADDED BOARD SPLINT, 3" x 9" 12EA0.89 10.68$ 0.55 6.60$ 0.63 7.56$ 28-20-08-47PADDED BOARD SPLINT, 3" x 18" 12EA0.87 10.44$ 4.34 52.08$ 0.72 8.64$ 28-20-08-48PADDED BOARD SPLINT, KIT 2EA24.50 49.00$ 19.00 38.00$ 26.05 52.10$ 28-20-08-49QUIKCLOT COMBAT HEMOSTATIC GAUZE, 3" x 4yd Strip, Z-FOLD 20EA 35.19 703.80$ 31.35 627.00$ 34.52 690.40$ 28-20-08-50QuikClot EMS Rolled Gauze, 3 inch x 48 inch, Sterile, White, Nonwoven w/Kaoli 20EA 14.50 290.00$ 14.62 292.40$ 16.09 321.80$ 28-20-08-51Curaplex Stop the Bleed Basic Multi Pack5EA174.10 870.50$ 39.00 195.00$ 46.30 231.50$ 28-20-08-52SAM PELVIC SLING II - SMALL, MED, LG 30EA59.99 1,799.70$ 52.92 1,587.60$ 57.16 1,714.80$ 28-20-08-53Tourniquet, SAM Junctional, incl 2 Target Compression Devices, Hand Pump, Aux Strap, Extender, IFU 5EA 287.15 1,435.75$ 247.32 1,236.60$ 267.25 1,336.25$ TOTAL MEDICAL SUPPLIES CATEGORY 8 20,510.08$ 22,852.70$ 19,833.29$ MEDICAL SUPPLIES CATEGORY 9 - OVER THE COUNTER MEDICATION28-20-09-01ACETAMINOPHEN, 500 MG TABLET, 2 TABLETS PER PACKET250 EA 0.09 22.50$ 0.16 40.00$ 0.048 12.00$ 28-20-09-02PSEDUOVAL, 30 MG TABLET, 2 TABLETS PER PACKET100 EA0.10 10.00$ 1.50 150.00$ NO BID28-20-09-03IBUPROFEN, 30 MG TABLET, 2 TABLETS PER PACKET500 EA0.09 45.00$ 0.20 100.00$ NO BID28-20-09-04BISMUTH, 262 MG TABLET, 2 TABLETS PER PACKET100 EA0.15 15.00$ 0.40 40.00$ 0.150 15.00$ 28-20-09-05ASPIRIN, 325 MG TABLET, 2 TABLETS PER PACKET500 EA0.04 20.00$ 0.05 26.40$ 0.033 16.50$ 28-20-09-06TYLENOL® EXTRA STRENGTH CAPLETS, 500 MG CAPLET, 2 CAPLETS PER PACKET250 EA 0.09 22.50$ 0.02 4.00$ 0.250 62.50$ 28-20-09-07PHENLEPHRINE, 5 MG TABLET, 2 TABLETS PER PACKET 250 EA0.07 17.50$ 0.50 125.00$ 0.098 24.50$ TOTAL MEDICAL SUPPLIES CATEGORY 9 152.50$ 485.40$ 130.50$ Page 15 of 51Page 31Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.UNIT PRICE AMOUNTEST. QTY. UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNTBOUND TREE MEDICAL HENRY SCHEIN INC.LIFE-ASSIST, INC.PHARMACEUTICALS - GROUP I28-20-10-018.4% SODIUM BICARBONATE, INJECTION 50mEq19BOX 104.70 1,989.30$ 105.80 2,010.20$ 131.03 2,489.57$ 28-20-10-020.9% SODIUM CHLORIDE, IV BAG, 1000 ml 250CASE 55.30 13,825.00$ 60.00 15,000.00$ 36.40 9,100.00$ 28-20-10-030.9% SODIUM CHLORIDE, IV BAG, 500 ml 100CASE 80.40 8,040.00$ 65.00 6,500.00$ 62.40 6,240.00$ 28-20-10-040.9% SODIUM CHLORIDE, IV BAG, 250 ml 5CASE 113.76 568.80$ 122.00 610.00$ 93.60 468.00$ 28-20-10-050.9% SODIUM CHLORIDE FLUSH SYRINGE, 10 ml in 12ml LUER LOCK SYRINGE 48BOX 30.00 1,440.00$ 38.50 1,848.00$ 27.65 1,327.20$ 28-20-10-06CHEWABLE ASPIRIN, 81 mg, 36 COUNT 120BOTTLE 0.70 84.00$ 0.73 87.60$ 0.75 90.00$ 28-20-10-07PRE-FILLED ADENOSINE INJECTION, 12mg /4ml 10BOX 258.50 2,585.00$ 254.30 2,543.00$ 346.67 3,466.70$ 28-20-10-08ALBUTEROL SULFATE, 2.5 mg/3ml 30BOX 2.98 89.40$ 5.00 150.00$ 3.20 96.00$ 28-20-10-09AMIODARONE HYDROCHLORIDE INJECTION, 150mg/3ml VIAL 16PACK 11.85 189.60$ 20.25 324.00$ 35.00 560.00$ 28-20-10-10ATROPINE SULFATE INJECTION, 1mg/10ml LUER LOCK PRE-FILLED SYRINGE 40PACK 117.50 4,700.00$ 98.50 3,940.00$ 76.01 3,040.40$ 28-20-10-11CALCIUM CHLORIDE, 1 GRAM PRE-FILLED SYRINGE 17PACK108.50 1,844.50$ 120.00 2,040.00$ 93.42 1,588.14$ 28-20-10-1225% DEXTROSE, 2.5 grams/10ml LUER LOCK PRE-FILLED SYRINGE 10PACK 97.80 978.00$ 101.46 1,014.60$ 125.70 1,257.00$ 28-20-10-1350% DEXTROSE, 25 grams/50 ml LUER LOCK PRE-FILLED SYRINGE 52PACK 105.50 5,486.00$ 164.50 8,554.00$ 141.02 7,333.04$ 28-20-10-14DIPHENHYDRAMIN, 50mg/ml vial 10PACK29.90 299.00$ 27.11 271.10$ 37.80 378.00$ 28-20-10-15EPINEPHRINE, 1:1,000, 1mg/1ml AMPULE 12PACK129.48 1,553.76$ 120.75 1,449.00$ 168.10 2,017.20$ 28-20-10-16EPINEPHRINE, 1:1,000, 1mg/1ml, 1 ml VIAL 6PACK459.50 2,757.00$ 414.17 2,485.02$ 498.67 2,992.02$ 28-20-10-17EPINEPHRINE, 1:10,000 (.01mg/ml), 10 ml LUER LOCK PRE-FILLED SYRINGE 70PACK 53.90 3,773.00$ 63.00 4,410.00$ 101.46 7,102.20$ 28-20-10-18INSTA-GLUCOSE, 31 gm40PACK3.30 132.00$ 14.40 576.00$ 17.16 686.40$ 28-20-10-19Transcend Glucose Gel, Strawberry Flavor, 15g (OR CITY APPROVED EQUAL) 70PACK 1.15 80.50$ 3.36 235.20$ 3.77 263.90$ 28-20-10-20IPRATROPIUM BROMIDE, .02%, 2.5ml UNIT DOSE VIAL 32BOX 5.30 169.60$ 5.94 190.08$ 6.97 223.04$ 28-20-10-21LIDOCAINE INJECTION, 2%, 100mg (20mg/ml), 5ml PRE-FILLED LUERJET SYRINGE 30PACK 31.90 957.00$ 55.80 1,674.00$ 41.17 1,235.10$ 28-20-10-22LIDOCAINE HCI, 2%, 5mL, 20mg/ml TUBE 20PACK149.00 2,980.00$ 79.10 1,582.00$ 124.60 2,492.00$ 28-20-10-23Ansyr® MAGNESIUM SULFATE SYRINGE, 50%, 5 gm/10ml 12PACK214.90 2,578.80$ 22.00 264.00$ 248.68 2,984.16$ 28-20-10-24METHYLPREDNISOLONE SODIUM SUCCINATE, 125mg VIAL tablets 10BOX 295.00 2,950.00$ 1095.00 10,950.00$ 18.58 185.80$ 28-20-10-25ENGERIX-B, 20mcg/1ml SDV 5BOX 695.00 3,475.00$ 730.00 3,650.00$ 824.80 4,124.00$ 28-20-10-26NALOXONE HYDRACHLORIDE INJECTION, 2mg/ml IN 2ml LUER LOCK PRE-FILLED SYRINGE 35PACK 335.00 11,725.00$ 350.00 12,250.00$ 382.00 13,370.00$ 28-20-10-27DILTIAZEM, STERILE POWDER ADVANTAGE VIAL, 100mg7PACK145.00 1,015.00$ 165.00 1,155.00$ 165.97 1,161.79$ 28-20-10-28NITROGLYCERIN SPRAY, 4mg, 90 DOSE 145EA136.85 19,843.25$ 146.45 21,235.25$ 236.80 34,336.00$ 28-20-10-29NITROGLYCERIN TABLET, .4mg, 25 TABLETS PER BOTTLE 40BOTTLE 8.58 343.20$ 69.00 2,760.00$ 11.00 440.00$ 28-20-10-30ONDANSETRON INJECTION, 2mg/2ml, 4mg in 2ml VIAL 16PACK19.60 313.60$ 20.82 333.12$ 9.74 155.84$ 28-20-10-31ONDANSETRON, 4mg ORALLY DISENTEGRATING TABLETS 155BOX 4.55 705.25$ 6.58 1,019.90$ 4.32 669.60$ 28-20-10-32CYANOKIT, 5gm HYDROXOCOBALAMIN KIT (CONTAINS ONE IV AMIN SET AND ONE TRANSFER SPIKE) 20EA 975.12 19,502.40$ 913.96 18,279.20$ 1,138.89 22,777.80$ 28-20-10-33ROCURONIUM BROMIDE 10 mg/ml 10ML VIAL 3BOX 66.50 199.50$ 55.00 165.00$ 81.64 244.92$ 28-20-10-34VECURONIUM BROMIDE 10mg/10ml VIAL (POWDER) 3BOX 88.47 265.41$ 106.00 318.00$ 58.65 175.95$ 28-20-10-35TRANEXAMIC ACID, 100mg/ml, 10ml VIAL 3BOX 66.35 199.05$ 71.50 214.50$ 73.33 219.99$ 28-20-10-36ADENOSINE, 6mg, 2ml SDV 8BOX 21.50 172.00$ 130.25 1,042.00$ 90.82 726.56$ 28-20-10-37 10% DEXTROSE INJECTION 250ml IV Bag4 CASE 92.90 371.60$ 69.00 276.00$ 62.40 249.60$ TOTAL PHARMACEUTICALS - GROUP I 118,180.52$ 131,405.77$ 136,267.92$ Page 16 of 51Page 32Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.UNIT PRICE AMOUNTEST. QTY. UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNTBOUND TREE MEDICAL HENRY SCHEIN INC.LIFE-ASSIST, INC.PHARMACEUTICALS - GROUP II28-20-11-01FENTANYL CITRATE, .05mg/ml, 2ml VIAL 8BOX 31.66 253.28$ 89.38 715.04$ 61.80 494.40$ 28-20-11-02MIDAZOLAM INJECTION, 1mg/ml, 5mL VIAL 30BOX 12.15 364.50$ 30.00 900.00$ 19.16 574.80$ 28-20-11-03MORPHINE SULFATE INJECTION, 10mg/ml VIAL 4BOX 39.50 158.00$ 90.00 360.00$ 63.32 253.28$ 28-20-11-04KETAMINE HYDROCHLORIDE, 500mg/5ml VIAL 8BOX 87.50 700.00$ 150.00 1,200.00$ 126.60 1,012.80$ 28-20-11-05KETAMINE HYDROCHLORIDE, 500mg/10ml VIAL 8BOX 41.25 330.00$ 63.00 504.00$ 63.60 508.80$ TOTAL PHARMACEUTICALS - GROUP II 1,805.78$ 3,679.04$ 2,844.08$ MEDICAL SUPPLIES - TOTAL GROSS PRICEMEDICAL SUPPLIES - LINE ITEMS BID 334 out of 334 334 out of 334 329 out of 334PHARMACEUTICALS - TOTAL GROSS PRICEPHARMACEUTICALS - LINE ITEMS BID 42 out of 42 42 out of 42 42 out of 42COMBINED - TOTAL GROSS PRICECOMBINED - LINE ITEMS BID 376 out of 376 371 out of 376376 out of 376372,363.64$ 413,299.35$ 412,448.90$ 119,986.30$ 139,112.00$ 135,084.81$ 252,377.34$ 274,187.35$ 277,364.09$ Page 17 of 51Page 33Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.MEDICAL SUPPLIES CATEGORY 1 - AIRWAY SUPPLIES28-20-01-01BECK AIRWAY-AIRFLOW MONITOR (BAAM), GREAT PLAINS BALLISTICS 60 EA28-20-01-02CARBON DIOXIDE DETECTOR, EASY CAP (NELLCOR) 96 EA28-20-01-03CARBON DIOXIDE DETECTOR, PEDIATRIC, PEDI-CAP (NELLCOR) 48 EA28-20-01-04MEDICAL EID INTUBATION DETECTION, BULB STYLE, (WOLFE TROY OR CITY APPROVED EQUAL) 20 EA28-20-01-05PEDIATRIC NEBULIZING MASK, (NIC THE ASTHMATIC DRAGON OR CITY APPROVED EQUAL) 200 EA28-20-01-06NON-REBREATHING MASK, PEDIATRIC 1250 EA28-20-01-07NEUBLIZER WITH MASK, ADULT 300 EA28-20-01-08NEBULIZER WITH BAFFLED TEE ADAPTER, 7' OXYGEN TUBING WITH BLUE RIDGE TIP, MOUTHPIECE AND 6" FLEXTUBE (CARDNIAL HEALTH) 500 EA28-20-01-09DISPOABLE BAG/MASK RESUSCITATOR WITH OXYGEN TUBING AND RESERVOIR, ADULT (AMBU SPUR II ADULT BVM) - NO SUBSTITUTES 216 EA28-20-01-10DISPOABLE BAG/MASK RESUSCITATOR WITH OXYGEN TUBING AND RESERVOIR, CHILD (AMBU SPUR II CHILD BVM) - NO SUBSTITUTES 68 EA28-20-01-11DISPOABLE BAG/MASK RESUSCITATOR WITH OXYGEN TUBING AND RESERVOIR, INFANT (AMBU SPUR II INFANT BVM) - NO SUBSTITUTES 44 EA28-20-01-12DISPOSABLE POCKET FACE MASK FOR CPR WITH ONE-WAY VALVE AND AIR FILLED MASK 200 EA28-20-01-13MICRO'S POCKET BVM™ 30 EA28-20-01-14DISPOSABLE OXYGEN MASK, NON-REBREATHING WITH SAFETY VENT, ADULT 3700 EA28-20-01-15NASAL CANNULA CLEAR, ADULT 1300 EA28-20-01-16NASAL CANNUAL, PEDIATRIC 200 EA28-20-01-17OXYGEN FLOWMETER, OHIO 5 EA28-20-01-18FLOWMETER DIAL, 0-25 LPM 2 EA28-20-01-19FLOWMETER OHMEDA QC CHROME PLATED, 0-15 LPM 2 EA28-20-01-20ADAPTER OHMEDA TO 1/8" MALE NATIONAL PIPE THREAD 2 EA28-20-01-21OHIO MALE X DISS MALE 2 EA28-20-01-22BARBED FITTING PLASTIC 50 EA28-20-01-23REGULATOR 2 DISS, 1 BARB, 0-25 LPM 6 EA28-20-01-24REGULATOR, OXYGEN, CONSTANT FLOW, 1 BARB, 1 DISS OUTLET 10 EA28-20-01-25REGULATOR, DEMAND VALVE, SINGLE-STAGE PRESENT (WESTERN MEDICAL #M1-540-P OR CITY APPROVED EQUAL) 10 EA28-20-01-26NASAL AIRWAY KIT, RUSCH ULTRA ROBERTAZZI WITH LUBRICANT, SIZES 22 FR - 32 FR 48 EA28-20-01-27NASOPHARYNGEAL AIRWAY, 20 FR, LATEX FREE, ROBERTAZZI STYLE, Curaplex 40 EA28-20-01-28NASOPHARYNGEAL AIRWAY, 22 FR, LATEX FREE, ROBERTAZZI STYLE, Curaplex 40 EA28-20-01-29NASOPHARYNGEAL AIRWAY, 24 FR, LATEX FREE, ROBERTAZZI STYLE, Curaplex 40 EAEST. QTY. UNIT9.74 584.40$ 7.22$ 433.20$ 11.24 674.40$ 15.94 1,530.24$ 7.18$ 689.28$ 10.97 1,053.12$ 15.98 767.04$ 7.18$ 344.64$ 11.10 532.80$ 3.13 62.60$ 5.23$ 104.68$ 2.55 51.00$ 0.58 116.00$ 0.78$ 156.00$ 0.85 170.00$ 0.68 850.00$ 0.64$ 800.00$ 2.75 3,437.50$ 0.69 207.00$ 0.78$ 234.00$ 1.14 342.00$ 0.68 340.00$ 1.02$ 510.00$ 0.76 380.00$ 7.32 1,581.12$ 9.42$ 2,034.72$ 13.69 2,957.04$ 9.15 622.20$ 13.27$ 902.36$ 14.58 991.44$ 8.92 392.48$ 13.27$ 583.88$ 14.59 641.96$ 6.29 1,258.00$ 3.35$ 670.00$ 5.57 1,114.00$ 62.01 1,860.30$ 37.68$ 1,130.40$ 40.25 1,207.50$ 0.60 2,220.00$ 0.63$ 2,331.00$ 0.81 2,997.00$ 0.26 338.00$ 0.23$ 299.00$ 0.55 715.00$ 0.69 138.00$ 0.34$ 68.00$ 1.51 302.00$ 42.06 210.30$ 28.74$ 143.70$ 102.35 511.75$ 55.73 111.46$ 47.52$ 95.04$ NO BID44.68 89.36$ 21.83$ 43.66$ 34.50 69.00$ 16.50 33.00$ 12.36$ 24.72$ 55.20 110.40$ 45.14 90.28$ 14.89$ 29.78$ NO BID0.26 13.00$ 0.34$ 17.00$ NO BID31.32 187.92$ 26.38$ 158.28$ NO BID70.61 706.10$ 26.38$ 263.80$ NO BID204.33 2,043.30$ 183.78$ 1,837.80$ NO BID69.98 3,359.04$ 14.78$ 709.44$ 4.25 204.00$ 2.02 80.80$ 1.59$ 63.60$ 1.93 77.20$ 2.02 80.80$ 1.59$ 63.60$ 1.93 77.20$ 2.02 80.80$ 1.59$ 63.60$ 1.93 77.20$ UNIT PRICE AMOUNT UNIT PRICE AMOUNTUNIT PRICE AMOUNTQUADMED INC. ZHOU MEDICAL SOLUTIONSMEDLINEPage 18 of 51Page 34Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.EST. QTY. UNIT28-20-01-30NASOPHARYNGEAL AIRWAY, 26 FR, LATEX FREE, ROBERTAZZI STYLE, Curaplex 40 EA28-20-01-31NASOPHARYNGEAL AIRWAY, 28 FR, LATEX FREE, ROBERTAZZI STYLE, Curaplex 40 EA28-20-01-32NASOPHARYNGEAL AIRWAY, 30 FR, LATEX FREE, ROBERTAZZI STYLE, Curaplex 40 EA28-20-01-33NASOPHARYNGEAL AIRWAY, 32 FR, LATEX FREE, ROBERTAZZI STYLE, Curaplex 40 EA28-20-01-34NASOPHARYNGEAL AIRWAY, 34 FR, LATEX FREE, ROBERTAZZI STYLE, Curaplex 40 EA28-20-01-35NASOPHARYNGEAL AIRWAY, 36 FR, LATEX FREE, ROBERTAZZI STYLE, Curaplex 40 EA28-20-01-36ENDOTRACHEAL TUBE, 2.0 UNCUFFED 20 EA28-20-01-37ENDOTRACHEAL TUBE, 2.5 UNCUFFED 20 EA28-20-01-38ENDOTRACHEAL TUBE, 3.0 UNCUFFED 20 EA28-20-01-39ENDOTRACHEAL TUBE, 3.5 UNCUFFED 20 EA28-20-01-40ENDOTRACHEAL TUBE, 4.0 UNCUFFED 20 EA28-20-01-41ENDOTRACHEAL TUBE, 4.5 UNCUFFED 20 EA28-20-01-42ENDOTRACHEAL TUBE, 5.0 CUFFED 20 EA28-20-01-43ENDOTRACHEAL TUBE, 5.5 CUFFED 30 EA28-20-01-44ENDOTRACHEAL TUBE, 6.0 CUFFED 30 EA28-20-01-45ENDOTRACHEAL TUBE, 6.5 CUFFED 50 EA28-20-01-46ENDOTRACHEAL TUBE, 7.0 CUFFED 50 EA28-20-01-47ENDOTRACHEAL TUBE, 7.5 CUFFED 75 EA28-20-01-48ENDOTRACHEAL TUBE, 8.0 CUFFED 75 EA28-20-01-49ENDOTRACHEAL TUBE, 8.5 CUFFED 75 EA28-20-01-50ENDOTRACHEAL TUBE, 9.0 CUFFED 30 EA28-20-01-51ENDOTRACHEAL TUBE, 9.5 CUFFED 30 EA28-20-01-52ENDOTRACHEAL TUBE HOLDER, ADULT (THOMAS OR CITY APPROVED EQUAL) 300 EA28-20-01-53ENDOTRACHEAL TUBE HOLDER, PEDIATRIC (THOMAS OR CITY APPROVED EQUAL) 150 EA28-20-01-54HUDSON RCI AIRWAY, INFANT SIZE (5.5), 55MM CATH-GUIDE 48 EA28-20-01-55HUDSON RCI AIRWAY, SMALL CHILD SIZE (6), 60MM CATH-GUIDE 48 EA28-20-01-56HUDSON RCI AIRWAY, CHILD SIZE (7), 70MM CATH-GUIDE 48 EA28-20-01-57HUDSON RCI AIRWAY, SMALL ADULT SIZE (8), 80MM CATH-GUIDE 48 EA28-20-01-58HUDSON RCI AIRWAY, SMALL/MEDIUM ADULT SIZE (9), 90 MM CATH-GUIDE) 48 EA28-20-01-59HUDSON RCI AIRWAY, MEDIUM ADULT SIZE (10), 100 MM CATH-GUIDE) 48 EA28-20-01-60HUDSON RCI AIRWAY, ORAL ADULT SIZE (11), 110 MM CATH-GUIDE) 48 EA28-20-01-61HUDSON RCI AIRWAY, LARGE ADULT SIZE (12), 120 MM CATH-GUIDE) 48 EA28-20-01-62HUDSON RCI AIRWAY, LIFESAVE AIRWAY KIT, #1173 4 EA28-20-01-63HUMIDIFIER, PREFILLED (HUDSON RCI) 36 EA28-20-01-64ET TUBE INTRODUCER PEDIATRIC 10 FR X 70 CM W/ COUDE TIP 125 EA28-20-01-65ET TUBE INTRODUCER W/COUDE TIP 15FR X 70CM 49 EA28-20-01-66INTUBATING STYLETTE, INFANT, 6 FR, RUSCH FLEXI-SLIP 49 EAUNIT PRICE AMOUNT UNIT PRICE AMOUNTUNIT PRICE AMOUNTQUADMED INC. ZHOU MEDICAL SOLUTIONSMEDLINE2.02 80.80$ 1.59$ 63.60$ 1.93 77.20$ 2.02 80.80$ 1.59$ 63.60$ 1.93 77.20$ 2.02 80.80$ 1.59$ 63.60$ 1.93 77.20$ 2.02 80.80$ 1.59$ 63.60$ 1.93 77.20$ 2.02 80.80$ 1.59$ 63.60$ 1.93 77.20$ 2.05 82.00$ 1.59$ 63.60$ 1.93 77.20$ NO BID 1.05$ 21.00$ 0.87 17.40$ NO BID 1.38$ 27.60$ 0.87 17.40$ 1.13 22.60$ 0.88$ 17.60$ 0.87 17.40$ 1.13 22.60$ 0.88$ 17.60$ 0.87 17.40$ 1.13 22.60$ 0.88$ 17.60$ 0.87 17.40$ 1.13 22.60$ 0.88$ 17.60$ 0.87 17.40$ 1.13 22.60$ 0.88$ 17.60$ 1.08 21.60$ 1.13 33.90$ 0.88$ 26.40$ 1.08 32.40$ 1.13 33.90$ 0.88$ 26.40$ 1.08 32.40$ 1.13 56.50$ 0.88$ 44.00$ 1.08 54.00$ 1.13 56.50$ 0.88$ 44.00$ 1.08 54.00$ 1.13 84.75$ 0.88$ 66.00$ 1.08 81.00$ 1.13 84.75$ 0.88$ 66.00$ 1.08 81.00$ 1.13 84.75$ 0.88$ 66.00$ 1.08 81.00$ 1.13 33.90$ 0.88$ 26.40$ 1.08 32.40$ 1.13 33.90$ 1.46$ 43.80$ 1.08 32.40$ 3.09 927.00$ 3.06$ 918.00$ 3.16 948.00$ 3.09 463.50$ 3.56$ 534.00$ 3.16 474.00$ 1.09 52.32$ 0.99$ 47.52$ 1.09 52.32$ 1.09 52.32$ 0.99$ 47.52$ 1.09 52.32$ 1.09 52.32$ 0.99$ 47.52$ 1.09 52.32$ 1.09 52.32$ 0.97$ 46.56$ 1.09 52.32$ 1.09 52.32$ 0.97$ 46.56$ 1.09 52.32$ 1.25 60.00$ 0.97$ 46.56$ 1.15 55.20$ 1.09 52.32$ 0.97$ 46.56$ 1.15 55.20$ 1.09 52.32$ 0.97$ 46.56$ 1.09 52.32$ 32.43 129.72$ 22.10$ 88.40$ 32.97 131.88$ 2.72 97.92$ 5.69$ 204.84$ 2.52 90.72$ 5.02 627.50$ 0.99$ 123.75$ 6.21 776.25$ 5.02 245.98$ 0.99$ 48.51$ 6.21 304.29$ NO BID 0.99$ 48.51$ NO BIDPage 19 of 51Page 35Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.EST. QTY. UNIT28-20-01-67BRITEVIEW™ DISPOSABLE MACINTOSH LARYNGOSCOPE BLADE, SIZE 1, PINK 50 EA28-20-01-68BRITEVIEW™ DISPOSABLE MACINTOSH LARYNGOSCOPE BLADE, SIZE 2, YELLOW 50 EA28-20-01-69BRITEVIEW™ DISPOSABLE MACINTOSH LARYNGOSCOPE BLADE, SIZE 3, ORANGE 20 EA28-20-01-70BRITEVIEW™ DISPOSABLE MACINTOSH LARYNGOSCOPE BLADE, SIZE 4, LIME 20 EA28-20-01-71BRITEVIEW™ DISPOSABLE MILLER LARYNGOSCOPE BLADE, SIZE 0, WHITE 20 EA28-20-01-72BRITEVIEW™ DISPOSABLE MILLER LARYNGOSCOPE BLADE, SIZE 1, PINK 20 EA28-20-01-73BRITEVIEW™ DISPOSABLE MILLER LARYNGOSCOPE BLADE, SIZE 2, YELLOW 20 EA28-20-01-74BRITEVIEW™ DISPOSABLE MILLER LARYNGOSCOPE BLADE, SIZE 3, ORANGE 20 EA28-20-01-75BRITEVIEW™ DISPOSABLE MILLER LARYNGOSCOPE BLADE, SIZE 4, LIME 50 EA28-20-01-76STANDARD LARYNGOSCOPE HANDLE, MEDIUM (MEDSOURCE MS-46000 OR CITY APPROVED EQUAL) 16 EA28-20-01-77i-gel® SUPRAGLOTTIC AIRWAY, SMALL ADULT, SIZE 3 30 EA28-20-01-78i-gel® SUPRAGLOTTIC AIRWAY, MEDIUM ADULT, SIZE 4 50 EA28-20-01-79i-gel® SUPRAGLOTTIC AIRWAY, LARGE ADULT, SIZE 5 50 EA28-20-01-80Hi-Flow™ SUCTION CANISTER WITH AEROSTAT FILTER, 1200 cc 100 EA28-20-01-81Hi-Flow™ SUCTION CANISTER WITH AEROSTATE FILTER AND FLOAT VALVE SHUTOFF, 800cc 75 EA28-20-01-82SUCTION CATHETER, 6 FR 120 EA28-20-01-83SUCTION CATHETER, 8 FR 20 EA28-20-01-84SUCTION CATHETER, 10 FR 120 EA28-20-01-85SUCTION CATHETER, 12 FR 20 EA28-20-01-86SUCTION CATHETER, 14 FR 120 EA28-20-01-87SUCTION CATHETER, 16 FR 30 EA28-20-01-88SUCTION CATHETER, 18 FR 30 EA28-20-01-89YANKAUER SUCTION TIP WITH CONTROL VENT 144 EA28-20-01-90YANKAUER FLEX SUCTION WITH VENT 100 EA28-20-01-91LAERDAL PORTABLE SUCTION UNIT 2 EA28-20-01-92V-Vac™ STARTER KIT (LAERDAL) 14 EA28-20-01-93V-Vac™ REPLACEMENT CARTRIDGE (LAERDAL) 14 EA28-20-01-94V-Vac™ REPLACEMENT ADAPTER TIP (LAERDAL) 24 EA28-20-01-95SSCOR D CELL SUCTION UNIT 2 EA28-20-01-96SUCTION CONNECTING TUBING, 9/32" ID x 6' L (KENDALL OR CITY APPROVED EQUAL) 250 EA28-20-01-97OXYGEN CYLINDER SMALL HAND WHEEL WITH HARD RUBBER CUFF AND TIE DOWN CHAIN 50 EA28-20-01-98MUCOSAL ATOMIZATION DEVICE WITHOUT SYRINGE 350 EA28-20-01-99O2 MAX BiTrac ED Mask, w/ Neb, w/3-SET Valve ADULT MED AND LG (NO SUBSTITUTIONS) 350 EA28-20-01-100Mucosal Atomization Device, MAD Nasal/Oral w/3cc Syringe, Latex Free 160 EA28-20-01-101ENDOTRACHEAL TUBE MALLEABLE INTRODUCER, PEDIATRIC 40 EA28-20-01-102DISPOSABLE PLASTIC BITE STICK20 EAUNIT PRICE AMOUNT UNIT PRICE AMOUNTUNIT PRICE AMOUNTQUADMED INC. ZHOU MEDICAL SOLUTIONSMEDLINE3.91 195.50$ 3.89$ 194.50$ NO BID3.91 195.50$ 3.89$ 194.50$ NO BID3.91 78.20$ 3.89$ 77.80$ NO BID3.91 78.20$ 3.89$ 77.80$ NO BID3.91 78.20$ 3.89$ 77.80$ NO BID3.91 78.20$ 3.89$ 77.80$ NO BID3.91 78.20$ 3.89$ 77.80$ NO BID3.91 78.20$ 3.89$ 77.80$ NO BID3.91 195.50$ 3.89$ 194.50$ NO BID45.53 728.48$ 8.62$ 137.92$ NO BID15.84 475.20$ 19.00$ 570.00$ NO BID15.84 792.00$ 19.00$ 950.00$ NO BID15.84 792.00$ 19.00$ 950.00$ NO BID3.50 350.00$ 2.66$ 266.00$ NO BID2.56 192.00$ 2.33$ 174.75$ NO BID0.23 27.60$ 0.19$ 22.80$ NO BID0.23 4.60$ 0.19$ 3.80$ NO BID0.23 27.60$ 0.19$ 22.80$ NO BID0.23 4.60$ 0.19$ 3.80$ NO BID0.23 27.60$ 0.19$ 22.80$ NO BID0.23 6.90$ 0.19$ 5.70$ NO BID0.23 6.90$ 0.19$ 5.70$ NO BID0.43 61.92$ 1.67$ 240.48$ NO BID0.63 63.00$ 0.39$ 39.00$ NO BID871.87 1,743.74$ 877.94$ 1,755.88$ NO BID103.99 1,455.86$ 96.31$ 1,348.34$ NO BID30.62 428.68$ 23.53$ 329.42$ NO BID7.84 188.16$ 29.18$ 700.32$ NO BID551.68 1,103.36$ 1,470.59$ 2,941.18$ NO BID0.87 217.50$ 0.98$ 245.00$ NO BID10.86 543.00$ 16.58$ 829.00$ NO BID8.42 2,947.00$ 4.24$ 1,484.00$ NO BID119.68 41,888.00$ 35.40$ 12,390.00$ NO BID239.72 38,355.20$ 4.74$ 758.40$ NO BID8.00 320.00$ 2.76$ 110.40$ NO BID0.60 12.00$ 0.34$ 6.80$ NO BIDPage 20 of 51Page 36Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.EST. QTY. UNIT28-20-01-103STERILE, 6" TONGUE DEPRESSORS 24 EA28-20-01-104MAGILL INTUBATING FORCEPS, ADULT 31 EA28-20-01-105MAGILL INTUBATING FORCEPS, CHILD 31 EA28-20-01-106STERILE LUBRICANT, 5 GRAM TUBE 150 EATOTAL MEDICAL SUPPLIES CATEGORY 1UNIT PRICE AMOUNT UNIT PRICE AMOUNTUNIT PRICE AMOUNTQUADMED INC. ZHOU MEDICAL SOLUTIONSMEDLINE0.04 0.96$ 0.03$ 0.66$ 0.05 1.18$ 10.20 316.20$ 3.37$ 104.47$ NO BID10.82 335.42$ 3.37$ 104.47$ NO BID0.09 13.50$ 0.08$ 12.65$ 0.10 14.70$ 118,457.93$ 45,660.59$ 22,928.65$ Page 21 of 51Page 37Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.EST. QTY. UNITMEDICAL SUPPLIES CATEGORY 2 - GLOVES28-20-02-01Apex Pro™ EXAM GLOVES, NITRITE, SMALL, 100 PER BOX - NO SUBSTITUTIONS50 BOX28-20-02-02Apex Pro™ EXAM GLOVES, NITRITE, MEDIUM, 100 PER BOX - NO SUBSTITUTIONS100 BOX28-20-02-03Apex Pro™ EXAM GLOVES, NITRITE, LARGE, 100 PER BOX - NO SUBSTITUTIONS1500 BOX28-20-02-04Apex Pro™ EXAM GLOVES, NITRITE, X-LARGE, 100 PER BOX - NO SUBSTITUTIONS2100 BOX28-20-02-05Apex Pro™ EXAM GLOVES, NITRITE, XX-LARGE, 100 PER BOX -NO SUBSTITUTIONS100 BOX28-20-02-06Apex Pro™ EXAM GLOVES, NITRITE, XXX-LARGE, 100 PER BOX - NO SUBSTITUTIONS200 BOX28-20-02-07Microflex SupernoEC™ EXAM GLOVES, NITRITE, SMALL, 50 PER BOX - NO SUBSTITUTIONS80 BOX28-20-02-08Microflex SupernoEC™ EXAM GLOVES, NITRITE, MEDIUM, 50 PER BOX - NO SUBSTITUTIONS80 BOX28-20-02-09Microflex SupernoEC™ EXAM GLOVES, NITRITE, LARGE, 50 PER BOX - NO SUBSTITUTIONS800 BOX28-20-02-10Microflex SupernoEC™ EXAM GLOVES, NITRITE, X-LARGE, 50 PER BOX - NO SUBSTITUTIONS800 BOX28-20-02-11Microflex SupernoEC™ EXAM GLOVES, NITRITE, XX-LARGE, 50 PER BOX - NO SUBSTITUTIONS50 BOX28-20-02-12Microflex SupernoEC™ EXAM GLOVES, NITRITE, XXX-LARGE, 50 PER BOX - NO SUBSTITUTIONS5BOXTOTAL MEDICAL SUPPLIES CATEGORY 2UNIT PRICE AMOUNT UNIT PRICE AMOUNTUNIT PRICE AMOUNTQUADMED INC. ZHOU MEDICAL SOLUTIONSMEDLINE26.57 1,328.50$ 13.410 670.50$ 11.840 592.00$ 25.62 2,562.00$ 13.410 1,341.00$ 11.840 1,184.00$ 26.32 39,480.00$ 13.410 20,115.00$ 11.840 17,760.00$ 25.62 53,802.00$ 13.410 28,161.00$ 11.840 24,864.00$ 21.03 2,103.00$ 13.410 1,341.00$ 11.840 1,184.00$ NO BID 13.410 2,682.00$ 11.840 2,368.00$ 8.53 682.40$ 6.240 499.20$ 8.170 653.60$ 8.53 682.40$ 6.240 499.20$ 8.170 653.60$ 8.53 6,824.00$ 6.240 4,992.00$ 8.170 6,536.00$ 8.53 6,824.00$ 6.240 4,992.00$ 8.170 6,536.00$ 9.48 474.00$ 6.240 312.00$ 8.170 408.50$ 9.48 47.40$ 6.240 31.20$ 8.170 40.85$ 114,809.70$ 65,636.10$ 62,780.55$ Page 22 of 51Page 38Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.EST. QTY. UNITMEDICAL SUPPLIES CATEGORY 3 - INFECTION CONTROL SUPPLIES 28-20-03-01 SHARPS SHUTTLE CONTAINER 360 EA28-20-03-02SHARPS DISPOSABLE CONTAINER, 0.6 LITER (SMITHS MEDICAL OR CITY APPROVED EQUAL)100 EA28-20-03-03SHARPS COLLECTOR, 3.3 QUART, BD™ 30548848 EA28-20-03-04SHARPS DISPOSABLE CONTAINER, 5 QUART (KENDALL DEVON SHARPS-A-GATOR® OR CITY APPROVED EQUAL)100 EA28-20-03-05SHARPS COLLECTOR, 6.9 QUART, BD™ 30548924 EA28-20-03-06ANITBACTERIAL NO RINSE HANDWASH GEL, 4 oz168 EA28-20-03-07ANTIMICROBIAL HANDWIPES, TUB/CANISTER 6" x 7-1/2", APPROX. 135 COUNT (PDI SANI-HANDS™ ALC OR CITY APPROVED EQUAL)24 CANISTER28-20-03-08DISPOSABLE CLOTH GERMICIDAL SURFACE WIPES, TUB/CANISTER 6" x 6-3/4", APPROX. 160 COUNT (PDI SUPER SANI-CLOTH™ OR CITY APPROVED EQUAL) 80 CANISTER28-20-03-09SURFACE DISINFECTANT TOWELETTES, 10" X 12" (Metrex CaviWipes™ XL) 50 CANISTER28-20-03-10DISPOSABLE CLOTH GERMICIDAL SURFACE WIPES, INDIVIDUAL FOIL PACKS, 5" x 8" (PDI SUPER SANI-CLOTH™ OR CITY APPROVED EQUAL) 750 EA28-20-03-11SURFACE DISINFECTANT, SPRAY BOTTLE, 24 oz. (Metrex Envirocide™ or Cavicide™)74 BOTTLE28-20-03-12SURFACE DISINFECTANT, ONE GALLON CONTAINER (Metrex Cavicide™)24 EA28-20-03-13Cidex® 2.4% GLUTERALDEHYDE DISINFECTANT, ONE GALLON CONTAINER24 EA28-20-03-14PARTICULATE RESPIRATOR WITH NOSE FLANGE, SMALL (MOLDEX N95)500 EA28-20-03-15PARTICULATE RESPIRATOR WITH NOSE FLANGE, MEDIUM (MOLDEX N95)500 EA28-20-03-16PARTICULATE RESPIRATOR WITH NOSE FLANGE, LARGE (MOLDEX N95)500 EA28-20-03-17PROTECTIVE EYEWEAR, (NEMESIS V30)400 EA28-20-03-18PROTECTIVE EYEWEAR, POLARIZED (NEMESIS)100 EA28-20-03-19PROTECTIVE EYEWEAR, RX READER, 1.5, 2.0, 2.5 MAGNIFICATION, CLEAR (NEMESIS)120 EA28-20-03-20FOG FREE, PROCEDURE FACE MASK WITH WRAP AROUND SPLASHGUARD VISOR (Fluidshied ® or CITY APPROVED EQUAL)750 EA28-20-03-21MOLDER SURGICAL MASK1000 EA28-20-03-22COLLECTION BAG WITH HOOK, 3 LITER, 8" x 13" (HARTWELL'S BIOHOOP) - NO SUBSTITUTIONS360 EA28-20-03-23BIOHAZARD INFECTIOUS WASTE BAG, 7-10 GALLON, 23" x 23", 1.5 mil THICK250 EA28-20-03-24BIOHAZARD BAG, 17" x 18"20 PACKAGE28-20-03-25TINCTURE OF BENZOIN SWAB STICK (PDI)500 EA28-20-03-26DELUXE INFECTION CONTROL KIT (MORRISON MEDICAL #4990721)20 EA28-20-03-27SHOE COVER WITH ELASTIC TOP, NON-CONDUCTIVE, FLUID REPELLANT, ONE SIZE FITS ALL400 EA28-20-03-28 SaniZide® DISINFECTANT SPRAY BOTTLE, 32 oz. (OR CITY APPROVED EQUAL)75 BOTTLEUNIT PRICE AMOUNT UNIT PRICE AMOUNTUNIT PRICE AMOUNTQUADMED INC. ZHOU MEDICAL SOLUTIONSMEDLINE1.71 615.60$ 1.440 518.40$ 4.420 1,591.20$ 1.11 111.00$ 1.700 170.00$ NO BID5.19 249.12$ 5.400 259.20$ 4.590 220.32$ 2.66 266.00$ 3.060 306.00$ 5.860 586.00$ 8.26 198.24$ 8.260 198.24$ 2.710 65.04$ 0.99 166.32$ 1.330 223.44$ 4.380 735.84$ 5.16 123.84$ 4.760 114.24$ 5.560 133.44$ 5.63 450.40$ 6.010 480.80$ 6.030 482.40$ 5.87 293.50$ 10.290 514.50$ 8.510 425.50$ 0.26 195.00$ 21.630 16,222.50$ 0.161 120.75$ 8.94 661.56$ 9.340 691.16$ 6.210 459.54$ 23.34 560.16$ 25.500 612.00$ 18.360 440.64$ 34.06 817.44$ 91.500 2,196.00$ 33.990 815.76$ 1.13 565.00$ 1.029 514.35$ 1.034 517.00$ 1.16 580.00$ 1.332 665.80$ 1.034 517.00$ 1.14 570.00$ 1.029 514.35$ 1.034 517.00$ NO BID 3.020 1,208.00$ 3.640 1,456.00$ NO BID 3.940 394.00$ 16.810 1,681.00$ NO BID 12.500 1,500.00$ 9.000 1,080.00$ 0.97 727.50$ 0.903 677.18$ 1.070 802.50$ 0.11 110.00$ 0.092 91.50$ 0.090 90.00$ 2.47 889.20$ 1.143 411.48$ 1.990 716.40$ 0.11 27.50$ 0.180 45.00$ 0.145 36.25$ 0.25 5.00$ 11.160 223.20$ 40.250 805.00$ 0.41 205.00$ 19.520 9,760.00$ 0.476 238.00$ 4.75 95.00$ 3.300 66.00$ 5.790 115.80$ 0.12 48.00$ 0.096 38.24$ 0.081 32.40$ 5.79 434.25$ 8.540 640.50$ 5.490 411.75$ Page 23 of 51Page 39Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.EST. QTY. UNIT28-20-03-29 SaniZide® DISINFECTANT, GALLON BOTTLE (OR CITY APPROVED EQUAL)10 BOTTLE28-20-03-30 SaniZide® DISINFECTANT WIPES, 160 COUNT CANISTER (OR CITY APPROVED EQUAL)50 CANISTERTOTAL MEDICAL SUPPLIES CATEGORY 3UNIT PRICE AMOUNT UNIT PRICE AMOUNTUNIT PRICE AMOUNTQUADMED INC. ZHOU MEDICAL SOLUTIONSMEDLINE14.95 149.50$ 23.370 233.70$ 14.140 141.40$ 7.39 369.50$ 6.530 326.50$ 7.050 352.50$ 9,483.63$ 39,816.28$ 15,586.43$ Page 24 of 51Page 40Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.EST. QTY. UNITMEDICAL SUPPLIES CATEGORY 4 - INTRAVENOUS SUPPLIES28-20-04-01LATEX FREE DISPOSABLE TOURNIQUET, 1" X 18" 3800EA28-20-04-02Curaplex Select Ext Set, 8 in, Removable Luer Locking Site, Pinch Clamp, Spin Lock Connection 750EA28-20-04-03Pressure Infusion (400psig) Extension Set, 7 in, w/Microclave, Purple Slide Clamp 500EA28-20-04-04Curaplex Select IV Admin Set, 60 Drop, 83 in, 1 LL Site, 1 PP Site, Spin Lock Connection 100EA28-20-04-05Curaplex Select IV Admin Set, 10 Drop, 83 in, 1 LL Site, 1 PP Site, Spin Lock Connection 1500EA28-20-04-06Curaplex Select IV Admin Set, 10 Drop, 83 in, 1 LL Site, 1 PP Site, 6 in Ext Set w/Pinch Clamp 500EA28-20-04-07CLEARSAFE® IV CATHETER, 14 GAUGE x 1-1/4" - NO SUBSTITUTIONS 400EA28-20-04-08CLEARSAFE® IV CATHETER, 16 GAUGE x 1-1/4" - NO SUBSTITUTIONS 400EA28-20-04-09CLEARSAFE® IV CATHETER, 18 GAUGE x 1-1/4" - NO SUBSTITUTIONS 1200EA28-20-04-10CLEARSAFE® IV CATHETER, 20 GAUGE x 1-1/4" - NO SUBSTITUTIONS 1200EA28-20-04-11CLEARSAFE® IV CATHETER, 22 GAUGE x 1" - NO SUBSTITUTIONS 400EA28-20-04-12CLEARSAFE® IV CATHETER, 24 GAUGE x 3/4" - NO SUBSTITUTIONS 200EA28-20-04-13STERILE NON-TOXIC, PYROGEN FREE NEEDLE, 18/8 STAINLESS STEEL, 18 GAUGE x 1-1/2" 400EA28-20-04-14STERILE NON-TOXIC, PYROGEN FREE NEEDLE, 18/8 STAINLESS STEEL, 22 GAUGE x 1-1/2" 200EA28-20-04-15HYPODERMIC NEEDLE, 21 GAUGE x 1" 200EA28-20-04-16HYPODERMIC NEEDLE, 27 GAUGE x 1/2" 200EA28-20-04-17SAFETY SYRINGE, 1cc, 25 GAUGE x 5/8" 250EA28-20-04-18Syringe and Needle, VanishPoint Retractable, 3cc, 25 ga x 1 inch 250EA28-20-04-19Syringe and Needle, VanishPoint Retractable, 5cc, 21 ga x 1 inch 400EA28-20-04-20Luer-Lok™ SYRINGE, 3cc 650EA28-20-04-21Luer-Lok™ SYRINGE, 5cc 300EA28-20-04-22Luer-Lok™ SYRINGE, 10cc 650EA28-20-04-23Luer-Lok™ SYRINGE, 12cc 400EA28-20-04-24Luer-Lok™ SYRINGE, 20cc 400EA28-20-04-25Luer-Lok™ SYRINGE, 30-35cc 100EA28-20-04-26Luer-Lok™ SYRINGE, 50-60cc 150EA28-20-04-27SYRINGE AND NEEDLE, 3cc, 18 GAUGE x 1-1/2" 300EA28-20-04-28SYRINGE AND NEEDLE, 5cc, 20 GAUGE x 1" 200EA28-20-04-29SYRINGE AND NEEDLE, 10cc, 20 GAUGE x 1" 400EA28-20-04-30BLUNT PLASTIC CANNULA (BD™ #303345) 100EA28-20-04-31BAXTER, 3-WAY STOPCOCK WITH EXTENSION TUBING 24EA28-20-04-32CHEST DECOMPRESSION KIT (MOTION MEDICAL #1681) 6EA28-20-04-33ARS NEEDLE DECOMPRESSION KIT, 10 GA X 3.25 IN, W/PROTECTIVE CASE 10EA28-20-04-34ARS for Needle Decompression, 14 ga x 3.25 in, w/Protective Case10EA28-20-04-35ALCOHOL PREPS, 70% ISOPROPYL, 1-1/4" x 2-1/2" 38800EA28-20-04-36POVIDONE-IODINE WIPES, 1-3/4" x 3-1/4" 3500EAUNIT PRICE AMOUNT UNIT PRICE AMOUNTUNIT PRICE AMOUNTQUADMED INC. ZHOU MEDICAL SOLUTIONSMEDLINE0.10 380.00$ 0.082 311.60$ 0.120 456.00$ 0.83 622.50$ 1.020 765.00$ 0.970 727.50$ 3.31 1,655.00$ 1.030 515.00$ 2.250 1,125.00$ 1.35 135.00$ 1.040 104.00$ 1.990 199.00$ 1.35 2,025.00$ 1.040 1,560.00$ 2.740 4,110.00$ 1.35 675.00$ 2.050 1,025.00$ 2.740 1,370.00$ 3.06 1,224.00$ 1.295 518.00$ 1.560 624.00$ 3.06 1,224.00$ 1.295 518.00$ 1.630 652.00$ 3.06 3,672.00$ 1.295 1,554.00$ 1.560 1,872.00$ 3.06 3,672.00$ 1.295 1,554.00$ 1.560 1,872.00$ 3.06 1,224.00$ 1.295 518.00$ 1.630 652.00$ 3.06 612.00$ 1.295 259.00$ 1.560 312.00$ 0.02 8.00$ 0.029 11.48$ 0.047 18.80$ 0.02 4.00$ 0.029 5.74$ 0.047 9.40$ 0.03 6.00$ 0.029 5.74$ 16.000 3,200.00$ 0.14 28.00$ 0.029 5.74$ 0.013 2.60$ 0.02 5.00$ 0.613 153.28$ 0.095 23.75$ 0.75 187.50$ 0.412 102.95$ 0.760 190.00$ 0.83 332.00$ 0.996 398.56$ 0.850 340.00$ 0.05 32.50$ 0.055 35.69$ 0.060 39.00$ 0.06 18.00$ 0.069 20.70$ 0.084 25.20$ 0.09 58.50$ 0.073 47.58$ 0.120 78.00$ NO BID 0.101 40.36$ 0.060 24.00$ 0.13 52.00$ 0.207 82.92$ 0.180 72.00$ 0.18 18.00$ 0.218 21.84$ 0.440 44.00$ 0.28 42.00$ 0.414 62.07$ 0.810 121.50$ 0.12 36.00$ 0.264 79.32$ 0.044 13.20$ 0.07 14.00$ 0.363 72.68$ 0.120 24.00$ 0.09 36.00$ 0.373 149.16$ 0.120 48.00$ 0.30 30.00$ 0.185 18.51$ 0.300 30.00$ 1.54 36.96$ 0.700 16.80$ 0.790 18.96$ 33.38 200.28$ 4.560 27.36$ 15.200 91.20$ 17.27 172.70$ 14.470 144.70$ 15.910 159.10$ 9.30 93.00$ 9.220 92.20$ 8.650 86.50$ 0.01 388.00$ 0.007 256.08$ 0.005 209.52$ 0.03 105.00$ 0.035 120.75$ 0.087 304.50$ Page 25 of 51Page 41Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.EST. QTY. UNIT28-20-04-37DISPOSABLE INFU-SURGE PRESSURE BAG WITH BULB AND GAUGE, 1000ml (VENTLAB VC410 OR CITY APPROVED EQUAL) 125EA28-20-04-38IV Start Kit - IV Guard, Lock, Flush 500EATOTAL MEDICAL SUPPLIES CATEGORY 4UNIT PRICE AMOUNT UNIT PRICE AMOUNTUNIT PRICE AMOUNTQUADMED INC. ZHOU MEDICAL SOLUTIONSMEDLINE7.41 926.25$ 8.110 1,013.75$ 17.400 2,175.00$ 4.11 2,055.00$ 3.890 1,945.00$ 4.900 2,450.00$ 22,005.19$ 14,132.55$ 23769.73Page 26 of 51Page 42Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.EST. QTY. UNITMEDICAL SUPPLIES CATEGORY 5 - MISCELLANEOUS SUPPLIES28-20-05-01DISPOSABLE COLD PACK/COMPRESS, QUICK ACTIVATION, 6" x 9" 500EA28-20-05-02HOT PACKS, 6" x 8" 300EA28-20-05-03TRIAGE TAGS, METTAG, 50 PER PACKAGE 50PACKAGE28-20-05-04TRIAGE TAGS, ALL RISK WRISTBAND STYLE, 50 PER PACKAGE (DISASTER MANAGEMENT SYSTEMS #05420) 5PACKAGE28-20-05-05ALCOHOL, 70% ISOPROPYL, 16 oz BOTTTLE 250BOTTLE28-20-05-06AMMONIA INHALANT AMPULES 1800AMPULE28-20-05-07SCISSORS, 7-1/4" (PARA-MED OR CITY APPROVED EQUAL) 250EA28-20-05-08RING CUTTER 22EA28-20-05-09RING CUTTER REPLACEMENT BLADES 22EA28-20-05-10INFANT SWADDLING/BUNTING, ISOTHERMAL FOUL (GAM OR CITY APPROVED EQUAL) 20EA28-20-05-11LIGHTWEIGHT ANODIZED ALUMINUM CLIPBOARD WITH SELF LOCKING LATCH AND DUAL TRAY, 9" x 14" (POSSEE OR CITY APPROVED EQUAL) 10EA28-20-05-12DISPOSABLE OBSTRETICAL KIT, SHOULD CONTAIN: GLOVES, STERILE OB PAD, SCAPEL, DRAPE SHEET, RECEIVING BLANKET, OB TOWEL, PLASTIC BAG FOR PLACENTA, GAUZE SPONGES, BULB SYRINGE, UMBILICAL CLAMPS, ALCOHOL PREPS, TWIST TIES, NYLON TIE-OFFS, TOWELS) 60EA28-20-05-13STERILE BULB SYRINGE, 3 oz 44EA28-20-05-14FIRST AID 10 PERSON KIT (First Aid Only® MODEL 222-U) 25EA28-20-05-15EAR PLUGS WITH CORD (SPARKPLUGS OR CITY APPROVED EQUAL) 500EA28-20-05-16NAIL POLISH REMOVER WIPES 2400EA28-20-05-175.11 TACTILE RUSH MOAB 10 GEAR BAG, BLACK #56964-19 15EA28-20-05-18EMS FIELD GUIDE 15EA28-20-05-19SunX® SPF30 LOTION POUCHES, 200 POUCHES PER PACKAGE #71430 5PACKAGE28-20-05-20REPLACEMENT BATTERY FOR LAERDAL SUCTION UNIT, #L780400 6EA28-20-05-21Suction Cups, for LUCAS 2, Disposable 100EATOTAL MEDICAL SUPPLIES CATEGORY 5UNIT PRICE AMOUNT UNIT PRICE AMOUNTUNIT PRICE AMOUNTQUADMED INC. ZHOU MEDICAL SOLUTIONSMEDLINE0.46 230.00$ 0.303 151.65$ 0.471 235.50$ 0.63 189.00$ 0.483 144.81$ 0.540 162.00$ 17.47 873.50$ 48.170 2,408.50$ 69.350 3,467.50$ 86.85 434.25$ 55.300 276.50$ 60.200 301.00$ 1.12 280.00$ 1.430 357.50$ 1.180 295.00$ 0.23 414.00$ 0.167 300.60$ 0.248 446.40$ 1.05 262.50$ 0.670 167.50$ 1.540 385.00$ 37.43 823.46$ 4.470 98.34$ 4.570 100.54$ 9.87 217.14$ 1.220 26.84$ 1.660 36.52$ 5.27 105.40$ 2.130 42.60$ 6.610 132.20$ 33.98 339.80$ 25.560 255.60$ 64.100 641.00$ 11.50 690.00$ 4.670 280.20$ 5.750 345.00$ 2.00 88.00$ 1.010 44.44$ 1.230 54.12$ 43.30 1,082.50$ 13.230 330.75$ 10.920 273.00$ 0.19 95.00$ 0.235 117.60$ 1.100 550.00$ 0.02 48.00$ 0.012 28.32$ 0.024 58.08$ NO BID 78.620 1,179.30$ 119.000 1,785.00$ NO BID 25.600 384.00$ 30.990 464.85$ 87.87 439.35$ 12.750 63.75$ 185.990 929.95$ 116.28 697.68$ 30.240 181.44$ 121.620 729.72$ 41.29 4,129.00$ 44.520 4,452.00$ 168.740 16,874.00$ 11,438.58$ 11,292.24$ 28,266.38$ Page 27 of 51Page 43Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.EST. QTY. UNITMEDICAL SUPPLIES CATEGORY 6 - MONITOR/DIAGNOSTIC SUPPLIES28-20-06-01COVIDIEN MICROSTREAM FILTERLINE SET, ADULT/PEDIATRIC 1200EA28-20-06-02COVIDIEN MICROSTREAM FILTERLINE SET, INFANT/NEONATE 200EA28-20-06-03COVIDIEN MICROSTREAM SMART CAPNOLINE®, ADULT/INTERMEDIATE W/O2 TUBING 1000EA28-20-06-04COVIDIEN MICROSTREAM SMART CAPNOLINE®, PEDIATRIC W/O2 TUBING 300EA28-20-06-05COVIDIEN MICROSTREAM SMART CAPNOLINE®, PLUS NO O2 DELIVERY 500EA28-20-06-06Nellcor™ OxiSensor® ll, ADULT, 18" CABLE 48EA28-20-06-07Nellcor™ OxiSensor® ll, ADULT, 36" CABLE 24EA28-20-06-08Nellcor™ OxiSensor® ll, PEDIATRIC 48EA28-20-06-09Nellcor™ OxiSensor® ll, INFANT 48EA28-20-06-10Nellcor™ DuraSensor DS100A FINGER CLIP SENSOR, ADULT 2EA28-20-06-11EC-4 Nellcor™ SENSOR EXTENSION CABLE, 4' length 2EA28-20-06-12PORTABLE CO-OXIMETER, MASIMO RAD 57C, #2711-25003 1EA28-20-06-13Masimo SET M-LNCS, Neo/Adult, Adhesive, Disposable, for use w/RC (Rainbow or SpO2) 10EA28-20-06-14BLOOD PRESSURE KIT, SYSTEM 5 (MEDSOURCE #MS MED5N) 2EA28-20-06-15HAND HELD OXIMETER (BCl® 3301) 6EA28-20-06-16CARRY CASE FOR BCI® 3301 HAND HELD OXIMETER 6EA28-20-06-17ELECTRODES, ADULT (AMBU® BlueSensor SP-00-S) 5000EA28-20-06-18ELECTRODES, PEDIATRIC (KENDALL MEDI-TRACE 135) 1000EA28-20-06-19SINGLE USE ELECTRODES, PRE-GELLED, 1-3/16" ROUND, ADULT (KENDALL MEDI-TRACE 530) - NO SUBSTITUTIONS 3600PK28-20-06-20QUICK COMBO ELECTRODE PADS, ADULT, EDGE SYSTEM WITH PRECONNECT SYSTEM , PHYSIO CONTROL LIFEPAK 15 COMPATIBLE 80PAIR28-20-06-21QUICK COMBO ELECTRODE PADS, PEDIATRIC, PHYSIO CONTROL LIFEPAK 15 COMPATIBLE 50PAIR28-20-06-22QUICK COMBO REDI-PAK DEFIBRILLATION PADS, ADULT, PHSYIO CONTROL LIFEPAK 15 COMPATIBLE 50PAIR28-20-06-23Masimo SET M-LNCS, Neo/Adult, Adhesive, Disposable, for use w/RC 20EA28-20-06-24MASIMO SET LNCS INF-L INFANT ADHESIVE SENSOR, DISPOSABLE, FOR PTS 3-20KG 50EA28-20-06-25MEDI-TRACE RECORDING PAPER, PHYSIO CONTROL LIFEPAK 15 COMPATIBLE 100ROLL28-20-06-26DISPOSABLE PENLIGHT WITH PUPIL GAUGE 460EAUNIT PRICE AMOUNT UNIT PRICE AMOUNTUNIT PRICE AMOUNTQUADMED INC. ZHOU MEDICAL SOLUTIONSMEDLINE17.62 21,144.00$ 6.440 7,728.00$ 12.100 14,520.00$ NO BID 18.184 3,636.80$ 24.840 4,968.00$ 9.10 9,100.00$ 5.740 5,740.00$ 26.660 26,660.00$ 9.70 2,910.00$ 5.740 1,722.00$ 26.660 7,998.00$ NO BID 9.150 4,575.00$ 29.990 14,995.00$ 23.61 1,133.28$ 11.950 573.60$ 18.220 874.56$ 24.69 592.56$ 11.950 286.80$ 19.990 479.76$ 22.74 1,091.52$ 13.410 643.68$ 18.220 874.56$ 29.18 1,400.64$ 19.780 949.44$ 22.900 1,099.20$ 331.51 663.02$ 120.690 241.38$ 285.000 570.00$ 54.00 108.00$ 40.660 81.32$ 275.000 550.00$ 5970.68 5,970.68$ 3902.440 3,902.44$ 5900.000 5,900.00$ 83.31 833.10$ 237.800 2,378.00$ 16.530 165.30$ 57.95 115.90$ 36.470 72.94$ 72.150 144.30$ 403.08 2,418.48$ 243.120 1,458.72$ 405.920 2,435.52$ 52.65 315.90$ 39.950 239.70$ 69.000 414.00$ 0.33 1,650.00$ 0.303 1,517.00$ 0.340 1,700.00$ 0.25 250.00$ 0.163 163.20$ 0.220 220.00$ 85.00 306,000.00$ 3.840 13,824.00$ 0.420 1,512.00$ 14.75 1,180.00$ 13.500 1,080.00$ 26.420 2,113.60$ 14.90 745.00$ 14.950 747.50$ 31.980 1,599.00$ 57.97 2,898.50$ 25.330 1,266.50$ 29.900 1,495.00$ 11.51 230.20$ 14.370 287.40$ 15.870 317.40$ 389.60 19,480.00$ 14.370 718.50$ 17.420 871.00$ 7.83 783.00$ 5.500 550.00$ 9.830 983.00$ 1.14 524.40$ 0.640 294.49$ 0.710 326.60$ Page 28 of 51Page 44Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.EST. QTY. UNIT28-20-06-273M™ LITTMAN CLASSIC II STETHOSCOPE - NO SUBSTITUTIONS 30EA28-20-06-28SPRAGUE-RAPPAPORT STETHOSCOPE WITH 5 INTERCHANGABLE CHEST PIECES, BLACK 24EA28-20-06-29SPHYGMOMANOMETER, 300 mm HG GAUGE, WHITE FACE, BLACK NUMERALS, NO STOP PIN IN MANOMETER, NYLON Velcro™ CUFF WITH PLACEMENT MARKINGS, INFANT 16EA28-20-06-30SPHYGMOMANOMETER, 300 mm HG GAUGE, WHITE FACE, BLACK NUMERALS, NO STOP PIN IN MANOMETER, NYLON Velcro™ CUFF WITH PLACEMENT MARKINGS, CHILD 16EA28-20-06-31SPHYGMOMANOMETER, 300 mm HG GAUGE, WHITE FACE, BLACK NUMERALS, NO STOP PIN IN MANOMETER, NYLON Velcro™ CUFF WITH PLACEMENT MARKINGS, ADULT 16EA28-20-06-32SPHYGMOMANOMETER, 300 mm HG GAUGE, WHITE FACE, BLACK NUMERALS, NO STOP PIN IN MANOMETER, NYLON Velcro™ CUFF WITH PLACEMENT MARKINGS, LARGE ADULT 10EA28-20-06-33SPHYGMOMANOMETER, 300 mm HG GAUGE, WHITE FACE, BLACK NUMERALS, NO STOP PIN IN MANOMETER, NYLON Velcro™ CUFF WITH PLACEMENT MARKINGS, THIGH 10EA28-20-06-34INFRARED TEMPORAL SCANNER (EXERGEN CORPORATION TAT-2000) - NO SUBSTITUTIONS 6EA28-20-06-35EXERGEN DISPOSABLE THERMOMETER SHEATHS - NO SUBSTITUTIONS 300EA28-20-06-36ELECTRONIC THERMOMETER WITH HOLDER (WELCH ALLYN SURETEMP PLUS, MODEL 690) NO SUBSTITUTIONS 6EA28-20-06-37DISPOSABLE PROBE COVERS FOR WELCH ALLYN SURETEMP PLUS THERMOMETER 500EA28-20-06-38DIGITAL THERMOMETER (Adtemp™ ll 413) 6EA28-20-06-39DISPOSABLE PROBE COVERS FOR Adtemp™ ll 413 DIGITAL THERMOMETER 400EA28-20-06-40DISPOSABLE PROBE COVER FOR BRAUN THERMOSCAN® PRO 4000 EAR THERMOMETER 400EA28-20-06-41BLOOD GLUCOSE METER (Assure Prism Multi) - NO SUBSTITUTIONS 3EA28-20-06-42Control Solution, Assure Prism Multi, L1 and L2 NO SUBSTITUTIONS 10BOTTLE28-20-06-43BLOOD GLUCOSE METER TEST STRIPS FOR ASSURE PRISM MULTI - NO SUBSTITUTIONS 150BX28-20-06-44AUTOMATICE LANCET (HAEMOLANCE™ OR SENSILANCE™) 750BX28-20-06-45Veni-Gard® CONMED, ADULT - NO SUBSTITUTIONS 5250EA28-20-06-46Veni-Gard® CONMED, PEDIATRIC - NO SUBSTITUTIONS 1200EA28-20-06-47DISPOSABLE PREP RAZOR (DYNAREX GALLANT OR CITY APPROVED EQUAL) 250EATOTAL MEDICAL SUPPLIES CATEGORY 6UNIT PRICE AMOUNT UNIT PRICE AMOUNTUNIT PRICE AMOUNTQUADMED INC. ZHOU MEDICAL SOLUTIONSMEDLINE97.26 2,917.80$ 68.820 2,064.60$ NO BID5.23 125.52$ 5.990 143.76$ NO BID14.75 236.00$ 5.480 87.68$ NO BID14.05 224.80$ 5.480 87.68$ NO BID14.10 225.60$ 5.480 87.68$ NO BID16.75 167.50$ 5.480 54.80$ NO BID19.52 195.20$ 5.480 54.80$ NO BID78.33 469.98$ 175.140 1,050.84$ 65.220 391.32$ NO BID 0.164 49.05$ 0.156 46.80$ 288.94 1,733.64$ 312.640 1,875.84$ 336.950 2,021.70$ 0.05 25.00$ 0.049 24.35$ 0.043 21.50$ 4.77 28.62$ 3.650 21.90$ 4.000 24.00$ 0.04 16.00$ 0.030 11.92$ 0.050 20.00$ 0.08 32.00$ 16.670 6,668.00$ 0.079 31.60$ 8.71 26.13$ NO BID 6.690 20.07$ 11.34 113.40$ 13.670 136.70$ 10.720 107.20$ 11.48 1,722.00$ 17.990 2,698.50$ 22.750 3,412.50$ 15.50 11,625.00$ 17.870 13,402.50$ NO BID0.53 2,782.50$ 0.325 1,705.20$ NO BID0.53 636.00$ 0.325 389.76$ NO BID0.44 110.00$ 0.330 82.50$ NO BID404,950.87$ 85,376.47$ 99,882.49$ Page 29 of 51Page 45Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.EST. QTY. UNITMEDICAL SUPPLIES CATEGORY 7 - PATIENT HANDLING SUPPLIES28-20-07-01LONG PLASTIC BACKBOARD WITH PINS, RED (450 LB MINIMUM WEIGHT LOAD) 50EA28-20-07-02IMPRINTING OF RICHARDSON FIRE DEPARTMENT ON BACKBOARDS (ALL INCLUSIVE PRICING) 50EA28-20-07-03ULTRA SHORT BOARD, NO PINS, BLUE, DS 2EA28-20-07-04ULTRA SHORT BOARD, NO PINS, YELLOW 5EA28-20-07-05ULTRA SPACESAVER FOLDING BACKBOARD WITH PINS, YELLOW 5EA28-20-07-06REUSABLE IMPERVIOUS HEAVY DUTY VINYL RESTRAINTS, TWO PIECE, METAL PUSH BUTTON RELEASE WITH LOOP LOCK, 5 FT 24EA28-20-07-07DISPOSABLE IMPERVIOUS HEAVY DUTY VINYL RESTRAINTS, TWO PIECE, LOOP LOCK, 5 FT, ORANGE 24EA28-20-07-08REUSABLE RESTRAINT STRAP, TWO-PIECE, METAL PUSH BUTTON BUCKLE WITH SWIVEL QUICK CLIP, 5 FT, MAROON 24EA28-20-07-09EP&R SPIDER POLYPROPYLENE RESTRAINT STRAP, RED/BLACK 12EA28-20-07-10QUICK RELEASES FOAM LIMB HOLDERS (Posey® # 2532) 200EA28-20-07-11ADJUSTABLE CERVICAL COLLAR, ADULT (AMBU PERFIT ACE) - NO SUBSTITUTIONS 1300EA28-20-07-12ADJUSTABLE CERVICAL COLLAR, PEDIATRIC (AMBU PERFIT ACE) - NO SUBSTITUTIONS 400EA28-20-07-13CERVICAL IMMOBILZATION DEVICE 900EA28-20-07-14DISPOSABLE PILLOW, 17" x 23" 20EA28-20-07-15STAPH-CHECK REUSABLE PILLOW, 17" x 20" 20EA28-20-07-16DISPOSABLE PILLOWCASE, TISSUE POLY, WHITE, 21" x 30" 400EA28-20-07-17BIODEGRADABLE, FLUID RESISTANT, SPUNBOUND POLYPROPYLENE FITTED COT SHEET, 30" x 24" 150EA28-20-07-18BIODEGRADABLE, FLUID RESISTANT, SPUNBOUND POLYPROPYLENE FLAT COT SHEET, 40" x 84" 250EA28-20-07-19GRAHAM MEDIAL MEGA MOVER #51926 - NO SUBSTITUTIONS 100EA28-20-07-20MED TECH VSB 6' 2EATOTAL MEDICAL SUPPLIES CATEGORY 7UNIT PRICE AMOUNT UNIT PRICE AMOUNTUNIT PRICE AMOUNTQUADMED INC. ZHOU MEDICAL SOLUTIONSMEDLINE92.22 4,611.00$ 118.750 5,937.50$ NO BIDNO BID NO BID NO BIDNO BID 59.990 119.98$ 58.120 116.24$ NO BID 59.990 299.95$ 66.080 330.40$ 484.17 2,420.85$ 357.640 1,788.20$ 343.200 1,716.00$ 7.00 168.00$ 6.890 165.36$ 25.000 600.00$ 165.00 3,960.00$ 6.820 163.68$ 15.890 381.36$ 2.42 58.08$ 9.370 224.88$ 15.890 381.36$ 97.24 1,166.88$ 33.550 402.60$ 79.880 958.56$ 6.57 1,314.00$ 3.600 720.00$ 8.090 1,618.00$ 10.65 13,845.00$ 4.890 6,357.00$ 6.250 8,125.00$ 10.65 4,260.00$ 4.890 1,956.00$ 6.250 2,500.00$ 4.31 3,879.00$ 4.460 4,014.00$ 66.000 59,400.00$ 2.02 40.40$ 2.560 51.20$ 16.000 320.00$ 4.24 84.80$ 6.450 129.00$ 5.640 112.80$ 0.23 92.00$ 0.448 179.28$ 0.200 80.00$ 0.82 123.00$ 0.896 134.45$ 0.900 135.00$ 2.72 680.00$ 1.850 462.50$ 1.950 487.50$ 20.23 2,023.00$ 17.740 1,774.00$ 20.460 2,046.00$ NO BID 926.470 1,852.94$ 1032.500 2,065.00$ 38,726.01$ 26,732.52$ 81,373.22$ Page 30 of 51Page 46Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.EST. QTY. UNITMEDICAL SUPPLIES CATEGORY 8 - WOUND CARE SUPPLIES28-20-08-01SOF TACTICAL TOURNIQUET, BLACK (#SOFTT-NH) - NO SUBSTITUTIONS 25EA28-20-08-02CAT TOURNIQUET, ORANGE (TRAINER) - NO SUBSTITUTIONS 20EA28-20-08-03CAT TOURNIQUET, BLACK - NO SUBSTITUTIONS 50EA28-20-08-04CHEST SEAL (ASHERMAN 8491) 300EA28-20-08-05NON-STERILE TRIANGULAR BANDAGE, 36" x 36" x 51" 700EA28-20-08-06Kendall's Kerlix® NON-STERILE BANDAGE ROLL, 4" (OR CITY APPROVED EQUAL) 1500EA28-20-08-07DUKAL SELF ADHERING ELASTIC COMPRESSION BANDAGE, 4" (OR CITY APPROVED EQUAL) 350EA28-20-08-08BENZION TINCTURE STERI-STRIP, .66ml/vl 120EA28-20-08-09Curaplex® Fabric Adhesive Bandage (X-Large), 2in x 4in – Item # 1122-14964 1000EA28-20-08-10Curaplex Fabric Adhesive Bandage (Knuckle), 3in x 1 1/2in – Item # 1122-14966 1000EA28-20-08-11Curaplex Fabric Adhesive Bandage (Fingertip), 1 3/4in x 2in – Item # 1122-14962 1000EA28-20-08-12Curaplex Fabric Adhesive Bandage, 1in x 3in – Item # 1122-149601000EA28-20-08-13Looney Tunes Character Adhesive Bandage, 3/4in x 3in, Bugs Bunny and Daffy Duck - item: # 18721 or #18723 1000EA28-20-08-14SHEER STRIP BANDAGE, 3/4" x 3" (J & J Band Aid® or Kendall Curity®) - NO SUBSTITUTIONS 250EA28-20-08-15FLEXIBLE FABRIC ADHESIVE BANDAGE, 1" x 3" (J & J Band Aid® or Kendall Curity®) - NO SUBSTITUTIONS 3500EA28-20-08-16NON-STERILE GAUZE, ROLLED, 4"1200EA28-20-08-17STERILE, WOVEN 2-PLY GAUZE, ROLLED, 4" 200EA28-20-08-18STERILE, WOVEN 2-PLY GAUZE, ROLLED, 6" 200EA28-20-08-19Celox™ Z-FOLD GAUZE, 3" x 5' 100EA28-20-08-20STERILE GAUZE PAD DRESSING, 12-PLY, INDIVIDUALLY PACKED, 4" x 4" 8000EA28-20-08-21STERILE GAUZE PAD DRESSING, 12-PLY, INDIVIDUALLY PACKED, 5" x 9" 400EA28-20-08-22STERILE GAUZE ABDOMNIAL PAD DRESSING, INDIVIDUALLY PACKED, 8" x 10" 248EA28-20-08-23Vasoline® GAUZE PAD, 3" x 9" 300EA28-20-08-24MULTI-TRAUMA DRESSING, 12" x 30" 100EA28-20-08-25STERILE OVAL EYE PAD, 2-1/8" x 2-5/8" 500EA28-20-08-26Curasilk® HYPO-ALLERGENIC TAPE, 1" (OR CITY APPROVED EQUAL) 288EA28-20-08-27Curasilk® HYPO-ALLERGENIC TAPE, 3" (OR CITY APPROVED EQUAL) 96EA28-20-08-28Curity® HYPO-ALLERGENIC TAPE, CLEAR, 1" (OR CITY APPROVED EQUAL) 288EAUNIT PRICE AMOUNT UNIT PRICE AMOUNTUNIT PRICE AMOUNTQUADMED INC. ZHOU MEDICAL SOLUTIONSMEDLINE34.24 856.00$ 23.870 596.75$ 36.720 918.00$ 26.83 536.60$ 21.480 429.60$ 24.770 495.40$ 43.15 2,157.50$ 21.480 1,074.00$ 24.770 1,238.50$ 11.20 3,360.00$ 8.290 2,487.00$ 11.410 3,423.00$ 0.39 273.00$ 0.315 220.36$ 0.340 238.00$ 0.58 870.00$ 0.370 554.85$ 0.150 225.00$ 2.75 962.50$ 0.366 128.07$ 0.980 343.00$ 0.95 114.00$ 0.391 46.86$ 0.850 102.00$ 0.04 40.00$ 0.069 68.70$ 0.045 45.00$ 0.09 90.00$ 0.035 35.20$ 0.060 60.00$ 0.08 80.00$ 0.035 34.60$ 0.058 58.00$ 0.05 50.00$ 0.009 8.60$ 0.015 14.60$ 0.05 50.00$ 0.010 9.80$ 0.047 47.20$ 0.04 10.00$ 0.014 3.38$ 0.023 5.75$ 0.05 175.00$ 0.060 210.00$ 0.014 48.30$ 0.48 576.00$ 0.084 100.92$ 0.320 384.00$ 0.38 76.00$ 0.132 26.44$ 0.643 128.60$ 0.78 156.00$ 0.287 57.48$ 1.095 219.00$ 37.88 3,788.00$ 35.320 3,532.00$ 38.440 3,844.00$ 0.06 480.00$ 0.025 201.60$ 0.059 472.00$ 0.10 40.00$ 0.098 39.04$ 0.133 53.20$ 0.15 37.20$ 0.156 38.69$ 0.111 27.53$ 0.49 147.00$ 0.457 137.19$ 0.840 252.00$ 1.08 108.00$ 0.670 67.00$ 1.080 108.00$ 0.07 35.00$ 0.083 41.40$ 0.171 85.50$ 0.50 144.00$ 0.771 222.08$ 0.875 252.00$ 1.38 132.48$ 1.632 156.67$ 3.690 354.24$ 0.41 118.08$ 0.328 94.52$ 0.740 213.12$ Page 31 of 51Page 47Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.EST. QTY. UNIT28-20-08-29Curity® HYPO-ALLERGENIC TAPE, CLEAR, 3" (OR CITY APPROVED EQUAL) 96EA28-20-08-303M™ DERMICEL SILK TAPE, 1" x 10 yds 12EA28-20-08-313M™ DERMICEL SILK TAPE, 2" x 10 yds 12EA28-20-08-323M™ DERMICEL CLOTH TAPE, 1/2" x 10 yds 12EA28-20-08-333M™ TRANSPORE, TAPE, 1" x 10 yds 144EA28-20-08-34HYDROGEN PEROXIDE, 16 oz BOTTLE 112BOTTLE28-20-08-35TRIPLE ANTIBOTIC OINTMENT, 1 GRAM PACKET 1440EA28-20-08-36STERILE WATER IRRIGATION SOLUTION, 250ml 150BOTTLE28-20-08-37STERILE WATER IRRIGATION SOLUTION, 500 ml (BRAUN) 200EA28-20-08-38STERILE, NON-WOVEN BURN SHEET, 60" x 96" 200EA28-20-08-393M™ COBAN SELF ADHERENT WRAP, 4" x 5 yds (OR CITY APPROVED EQUAL) 350EA28-20-08-40SAM® SPLINT, 36" ROLL (OR CITY APPROVED EQUAL) 100EA28-20-08-41DISPOSABLE VACUUM SPLINT, WRIST/ANKLE (MD1 #562011) - NO SUBSTITUTIONS 20EA28-20-08-42DISPOSABLE VACUUM SPLINT, ARM (MDI #562015) - NO SUBSTITUTIONS 20EA28-20-08-43DISPOSABLE VACUUM SPLINT, LEG (MDI #562025) - NO SUBSTITUTIONS 20EA28-20-08-44DISPOSABLE VACUUM SPLINT, SET (MDI #567701) - NO SUBSTITUTIONS 5EA28-20-08-45PADDED BOARD SPLINT, 2" x 6" 6EA28-20-08-46PADDED BOARD SPLINT, 3" x 9" 12EA28-20-08-47PADDED BOARD SPLINT, 3" x 18" 12EA28-20-08-48PADDED BOARD SPLINT, KIT 2EA28-20-08-49QUIKCLOT COMBAT HEMOSTATIC GAUZE, 3" x 4yd Strip, Z-FOLD 20EA28-20-08-50QuikClot EMS Rolled Gauze, 3 inch x 48 inch, Sterile, White, Nonwoven w/Kaoli 20EA28-20-08-51Curaplex Stop the Bleed Basic Multi Pack5EA28-20-08-52SAM PELVIC SLING II - SMALL, MED, LG 30EA28-20-08-53Tourniquet, SAM Junctional, incl 2 Target Compression Devices, Hand Pump, Aux Strap, Extender, IFU 5EATOTAL MEDICAL SUPPLIES CATEGORY 8MEDICAL SUPPLIES CATEGORY 9 - OVER THE COUNTER MEDICATION28-20-09-01ACETAMINOPHEN, 500 MG TABLET, 2 TABLETS PER PACKET250 EA28-20-09-02PSEDUOVAL, 30 MG TABLET, 2 TABLETS PER PACKET100 EA28-20-09-03IBUPROFEN, 30 MG TABLET, 2 TABLETS PER PACKET500 EA28-20-09-04BISMUTH, 262 MG TABLET, 2 TABLETS PER PACKET100 EA28-20-09-05ASPIRIN, 325 MG TABLET, 2 TABLETS PER PACKET500 EA28-20-09-06TYLENOL® EXTRA STRENGTH CAPLETS, 500 MG CAPLET, 2 CAPLETS PER PACKET250 EA28-20-09-07PHENLEPHRINE, 5 MG TABLET, 2 TABLETS PER PACKET 250 EATOTAL MEDICAL SUPPLIES CATEGORY 9UNIT PRICE AMOUNT UNIT PRICE AMOUNTUNIT PRICE AMOUNTQUADMED INC. ZHOU MEDICAL SOLUTIONSMEDLINE1.56 149.76$ 0.985 94.51$ 3.460 332.16$ 0.50 6.00$ 0.853 10.23$ 0.820 9.84$ 1.00 12.00$ 1.686 20.24$ 1.640 19.68$ 0.43 5.16$ 0.126 1.52$ 0.400 4.80$ 0.41 59.04$ 0.794 114.35$ 1.120 161.28$ 0.51 57.12$ 0.590 66.08$ 0.470 52.64$ 0.04 57.60$ 0.013 19.30$ 0.063 90.00$ 1.07 160.50$ 6.220 933.00$ 4.800 720.00$ 2.98 596.00$ 6.250 1,250.00$ 2.900 580.00$ 4.25 850.00$ 1.460 292.00$ 12.800 2,560.00$ 2.30 805.00$ 0.680 237.90$ 2.620 917.00$ 10.08 1,008.00$ 3.050 305.00$ 5.180 518.00$ 43.40 868.00$ 22.350 447.00$ 20.520 410.40$ 29.30 586.00$ 24.400 488.00$ 24.600 492.00$ 72.19 1,443.80$ 38.570 771.40$ 37.660 753.20$ 192.85 964.25$ 188.870 944.35$ 182.980 914.90$ 0.65 3.90$ 0.290 1.74$ NO BID0.70 8.40$ 0.320 3.84$ NO BID4.37 52.44$ 0.850 10.20$ 3.370 40.44$ 30.00 60.00$ 35.830 71.66$ 47.710 95.42$ 38.78 775.60$ 34.510 690.20$ 40.800 816.00$ 18.43 368.60$ 16.080 321.60$ 19.500 390.00$ 62.10 310.50$ 512.160 2,560.80$ 263.360 1,316.80$ 88.06 2,641.80$ 59.760 1,792.80$ 67.840 2,035.20$ 310.29 1,551.45$ 242.680 1,213.40$ 319.000 1,595.00$ 28,863.28$ 23,283.89$ 28,479.70$ 19.35 4,837.50$ 12.400 3,100.00$ 0.085 21.25$ NO BID NO BID 1.160 116.00$ 10.34 5,170.00$ NO BID 0.096 48.00$ 35.25 3,525.00$ NO BID 0.169 16.90$ 6.75 3,375.00$ 6.350 3,175.00$ 0.039 19.50$ 19.35 4,837.50$ 17.200 4,300.00$ 0.284 71.00$ 18.10 4,525.00$ NO BID 0.111 27.75$ 26,270.00$ 10,575.00$ 320.40$ Page 32 of 51Page 48Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.EST. QTY. UNITPHARMACEUTICALS - GROUP I28-20-10-018.4% SODIUM BICARBONATE, INJECTION 50mEq19BOX28-20-10-020.9% SODIUM CHLORIDE, IV BAG, 1000 ml 250CASE28-20-10-030.9% SODIUM CHLORIDE, IV BAG, 500 ml 100CASE28-20-10-040.9% SODIUM CHLORIDE, IV BAG, 250 ml 5CASE28-20-10-050.9% SODIUM CHLORIDE FLUSH SYRINGE, 10 ml in 12ml LUER LOCK SYRINGE 48BOX28-20-10-06CHEWABLE ASPIRIN, 81 mg, 36 COUNT 120BOTTLE28-20-10-07PRE-FILLED ADENOSINE INJECTION, 12mg /4ml 10BOX28-20-10-08ALBUTEROL SULFATE, 2.5 mg/3ml 30BOX28-20-10-09AMIODARONE HYDROCHLORIDE INJECTION, 150mg/3ml VIAL 16PACK28-20-10-10ATROPINE SULFATE INJECTION, 1mg/10ml LUER LOCK PRE-FILLED SYRINGE 40PACK28-20-10-11CALCIUM CHLORIDE, 1 GRAM PRE-FILLED SYRINGE 17PACK28-20-10-1225% DEXTROSE, 2.5 grams/10ml LUER LOCK PRE-FILLED SYRINGE 10PACK28-20-10-1350% DEXTROSE, 25 grams/50 ml LUER LOCK PRE-FILLED SYRINGE 52PACK28-20-10-14DIPHENHYDRAMIN, 50mg/ml vial 10PACK28-20-10-15EPINEPHRINE, 1:1,000, 1mg/1ml AMPULE 12PACK28-20-10-16EPINEPHRINE, 1:1,000, 1mg/1ml, 1 ml VIAL 6PACK28-20-10-17EPINEPHRINE, 1:10,000 (.01mg/ml), 10 ml LUER LOCK PRE-FILLED SYRINGE 70PACK28-20-10-18INSTA-GLUCOSE, 31 gm40PACK28-20-10-19Transcend Glucose Gel, Strawberry Flavor, 15g (OR CITY APPROVED EQUAL) 70PACK28-20-10-20IPRATROPIUM BROMIDE, .02%, 2.5ml UNIT DOSE VIAL 32BOX28-20-10-21LIDOCAINE INJECTION, 2%, 100mg (20mg/ml), 5ml PRE-FILLED LUERJET SYRINGE 30PACK28-20-10-22LIDOCAINE HCI, 2%, 5mL, 20mg/ml TUBE 20PACK28-20-10-23Ansyr® MAGNESIUM SULFATE SYRINGE, 50%, 5 gm/10ml 12PACK28-20-10-24METHYLPREDNISOLONE SODIUM SUCCINATE, 125mg VIAL tablets 10BOX28-20-10-25ENGERIX-B, 20mcg/1ml SDV 5BOX28-20-10-26NALOXONE HYDRACHLORIDE INJECTION, 2mg/ml IN 2ml LUER LOCK PRE-FILLED SYRINGE 35PACK28-20-10-27DILTIAZEM, STERILE POWDER ADVANTAGE VIAL, 100mg7PACK28-20-10-28NITROGLYCERIN SPRAY, 4mg, 90 DOSE 145EA28-20-10-29NITROGLYCERIN TABLET, .4mg, 25 TABLETS PER BOTTLE 40BOTTLE28-20-10-30ONDANSETRON INJECTION, 2mg/2ml, 4mg in 2ml VIAL 16PACK28-20-10-31ONDANSETRON, 4mg ORALLY DISENTEGRATING TABLETS 155BOX28-20-10-32CYANOKIT, 5gm HYDROXOCOBALAMIN KIT (CONTAINS ONE IV AMIN SET AND ONE TRANSFER SPIKE) 20EA28-20-10-33ROCURONIUM BROMIDE 10 mg/ml 10ML VIAL 3BOX28-20-10-34VECURONIUM BROMIDE 10mg/10ml VIAL (POWDER) 3BOX28-20-10-35TRANEXAMIC ACID, 100mg/ml, 10ml VIAL 3BOX28-20-10-36ADENOSINE, 6mg, 2ml SDV 8BOX28-20-10-37 10% DEXTROSE INJECTION 250ml IV Bag4CASETOTAL PHARMACEUTICALS - GROUP IUNIT PRICE AMOUNT UNIT PRICE AMOUNTUNIT PRICE AMOUNTQUADMED INC. ZHOU MEDICAL SOLUTIONSMEDLINE268.30 5,097.70$ NO BID 162.070 3,079.33$ 41.34 10,335.00$ NO BID 32.260 8,065.00$ 76.39 7,639.00$ NO BID 64.510 6,451.00$ 72.27 361.35$ NO BID 64.510 322.55$ 24.00 1,152.00$ NO BID 41.760 2,004.48$ 0.85 102.00$ 0.930 111.60$ 0.830 99.60$ 237.22 2,372.20$ NO BID 169.200 1,692.00$ 5.73 171.90$ NO BID 7.200 216.00$ 38.96 623.36$ NO BID 44.420 710.72$ 65.53 2,621.20$ NO BID 78.660 3,146.40$ 81.22 1,380.74$ NO BID 120.000 2,040.00$ 108.39 1,083.90$ NO BID 135.800 1,358.00$ 105.80 5,501.60$ NO BID 145.880 7,585.76$ 75.87 758.70$ NO BID 39.110 391.10$ 103.74 1,244.88$ NO BID NO BID87.98 527.88$ NO BID 22.020 132.12$ 59.32 4,152.40$ NO BID 88.180 6,172.60$ 14.96 598.40$ 5.610 224.40$ 17.750 710.00$ 10.16 711.20$ 1.620 113.40$ 3.900 273.00$ 6.34 202.88$ NO BID 8.690 278.08$ 37.14 1,114.20$ NO BID 44.640 1,339.20$ 75.25 1,505.00$ NO BID NO BID213.06 2,556.72$ NO BID 257.260 3,087.12$ 11.25 112.50$ NO BID 3.940 39.40$ 328.70 1,643.50$ NO BID 853.220 4,266.10$ 355.27 12,434.45$ NO BID 3.960 138.60$ 143.42 1,003.94$ NO BID 171.690 1,201.83$ 145.35 21,075.75$ NO BID 163.200 23,664.00$ 50.58 2,023.20$ NO BID 48.350 1,934.00$ 10.91 174.56$ NO BID 10.080 161.28$ 11.40 1,767.00$ NO BID 4.480 694.40$ 902.18 18,043.60$ NO BID 1129.300 22,586.00$ 67.26 201.78$ NO BID 164.400 493.20$ 78.45 235.35$ NO BID 60.680 182.04$ 124.23 372.69$ NO BID 75.860 227.58$ 35.62 284.96$ NO BID 93.950 751.60$ 65.89 263.56$ NO BID 64.510 258.04$ 111,451.05$ 449.40$ 105,752.13$ Page 33 of 51Page 49Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.EST. QTY. UNITPHARMACEUTICALS - GROUP II28-20-11-01FENTANYL CITRATE, .05mg/ml, 2ml VIAL 8BOX28-20-11-02MIDAZOLAM INJECTION, 1mg/ml, 5mL VIAL 30BOX28-20-11-03MORPHINE SULFATE INJECTION, 10mg/ml VIAL 4BOX28-20-11-04KETAMINE HYDROCHLORIDE, 500mg/5ml VIAL 8BOX28-20-11-05KETAMINE HYDROCHLORIDE, 500mg/10ml VIAL 8BOXTOTAL PHARMACEUTICALS - GROUP IIMEDICAL SUPPLIES - TOTAL GROSS PRICEMEDICAL SUPPLIES - LINE ITEMS BIDPHARMACEUTICALS - TOTAL GROSS PRICEPHARMACEUTICALS - LINE ITEMS BIDCOMBINED - TOTAL GROSS PRICECOMBINED - LINE ITEMS BIDUNIT PRICE AMOUNT UNIT PRICE AMOUNTUNIT PRICE AMOUNTQUADMED INC. ZHOU MEDICAL SOLUTIONSMEDLINENO BID NO BID NO BIDNO BID NO BID NO BIDNO BID NO BID NO BIDNO BID NO BID NO BIDNO BID NO BID NO BID-$ -$ -$ 316 out of 334 328 out of 334 273 out of 33437 out of 42 3 out of 42 35 out of 42331 out of 376 308 out of 376353 out of 376105,752.13$ 886,456.24$ 322,955.03$ 445,369.94$ 775,005.19$ 322,505.63$ 339,617.81$ 111,451.05$ 449.40$ Page 34 of 51Page 50Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.MEDICAL SUPPLIES CATEGORY 1 - AIRWAY SUPPLIES28-20-01-01BECK AIRWAY-AIRFLOW MONITOR (BAAM), GREAT PLAINS BALLISTICS 60 EA28-20-01-02CARBON DIOXIDE DETECTOR, EASY CAP (NELLCOR) 96 EA28-20-01-03CARBON DIOXIDE DETECTOR, PEDIATRIC, PEDI-CAP (NELLCOR) 48 EA28-20-01-04MEDICAL EID INTUBATION DETECTION, BULB STYLE, (WOLFE TROY OR CITY APPROVED EQUAL) 20 EA28-20-01-05PEDIATRIC NEBULIZING MASK, (NIC THE ASTHMATIC DRAGON OR CITY APPROVED EQUAL) 200 EA28-20-01-06NON-REBREATHING MASK, PEDIATRIC 1250 EA28-20-01-07NEUBLIZER WITH MASK, ADULT 300 EA28-20-01-08NEBULIZER WITH BAFFLED TEE ADAPTER, 7' OXYGEN TUBING WITH BLUE RIDGE TIP, MOUTHPIECE AND 6" FLEXTUBE (CARDNIAL HEALTH) 500 EA28-20-01-09DISPOABLE BAG/MASK RESUSCITATOR WITH OXYGEN TUBING AND RESERVOIR, ADULT (AMBU SPUR II ADULT BVM) - NO SUBSTITUTES 216 EA28-20-01-10DISPOABLE BAG/MASK RESUSCITATOR WITH OXYGEN TUBING AND RESERVOIR, CHILD (AMBU SPUR II CHILD BVM) - NO SUBSTITUTES 68 EA28-20-01-11DISPOABLE BAG/MASK RESUSCITATOR WITH OXYGEN TUBING AND RESERVOIR, INFANT (AMBU SPUR II INFANT BVM) - NO SUBSTITUTES 44 EA28-20-01-12DISPOSABLE POCKET FACE MASK FOR CPR WITH ONE-WAY VALVE AND AIR FILLED MASK 200 EA28-20-01-13MICRO'S POCKET BVM™ 30 EA28-20-01-14DISPOSABLE OXYGEN MASK, NON-REBREATHING WITH SAFETY VENT, ADULT 3700 EA28-20-01-15NASAL CANNULA CLEAR, ADULT 1300 EA28-20-01-16NASAL CANNUAL, PEDIATRIC 200 EA28-20-01-17OXYGEN FLOWMETER, OHIO 5 EA28-20-01-18FLOWMETER DIAL, 0-25 LPM 2 EA28-20-01-19FLOWMETER OHMEDA QC CHROME PLATED, 0-15 LPM 2 EA28-20-01-20ADAPTER OHMEDA TO 1/8" MALE NATIONAL PIPE THREAD 2 EA28-20-01-21OHIO MALE X DISS MALE 2 EA28-20-01-22BARBED FITTING PLASTIC 50 EA28-20-01-23REGULATOR 2 DISS, 1 BARB, 0-25 LPM 6 EA28-20-01-24REGULATOR, OXYGEN, CONSTANT FLOW, 1 BARB, 1 DISS OUTLET 10 EA28-20-01-25REGULATOR, DEMAND VALVE, SINGLE-STAGE PRESENT (WESTERN MEDICAL #M1-540-P OR CITY APPROVED EQUAL) 10 EA28-20-01-26NASAL AIRWAY KIT, RUSCH ULTRA ROBERTAZZI WITH LUBRICANT, SIZES 22 FR - 32 FR 48 EA28-20-01-27NASOPHARYNGEAL AIRWAY, 20 FR, LATEX FREE, ROBERTAZZI STYLE, Curaplex 40 EA28-20-01-28NASOPHARYNGEAL AIRWAY, 22 FR, LATEX FREE, ROBERTAZZI STYLE, Curaplex 40 EA28-20-01-29NASOPHARYNGEAL AIRWAY, 24 FR, LATEX FREE, ROBERTAZZI STYLE, Curaplex 40 EAEST. QTY. UNITNO BID 95.90$ 5,754.00$ NO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BID1.34$ 402.00$ NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDUNIT PRICE AMOUNT UNIT PRICE AMOUNTINTEGRA PHARMA SOLUTIONS, LLCMEDCOPage 35 of 51Page 51Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.EST. QTY. UNIT28-20-01-30NASOPHARYNGEAL AIRWAY, 26 FR, LATEX FREE, ROBERTAZZI STYLE, Curaplex 40 EA28-20-01-31NASOPHARYNGEAL AIRWAY, 28 FR, LATEX FREE, ROBERTAZZI STYLE, Curaplex 40 EA28-20-01-32NASOPHARYNGEAL AIRWAY, 30 FR, LATEX FREE, ROBERTAZZI STYLE, Curaplex 40 EA28-20-01-33NASOPHARYNGEAL AIRWAY, 32 FR, LATEX FREE, ROBERTAZZI STYLE, Curaplex 40 EA28-20-01-34NASOPHARYNGEAL AIRWAY, 34 FR, LATEX FREE, ROBERTAZZI STYLE, Curaplex 40 EA28-20-01-35NASOPHARYNGEAL AIRWAY, 36 FR, LATEX FREE, ROBERTAZZI STYLE, Curaplex 40 EA28-20-01-36ENDOTRACHEAL TUBE, 2.0 UNCUFFED 20 EA28-20-01-37ENDOTRACHEAL TUBE, 2.5 UNCUFFED 20 EA28-20-01-38ENDOTRACHEAL TUBE, 3.0 UNCUFFED 20 EA28-20-01-39ENDOTRACHEAL TUBE, 3.5 UNCUFFED 20 EA28-20-01-40ENDOTRACHEAL TUBE, 4.0 UNCUFFED 20 EA28-20-01-41ENDOTRACHEAL TUBE, 4.5 UNCUFFED 20 EA28-20-01-42ENDOTRACHEAL TUBE, 5.0 CUFFED 20 EA28-20-01-43ENDOTRACHEAL TUBE, 5.5 CUFFED 30 EA28-20-01-44ENDOTRACHEAL TUBE, 6.0 CUFFED 30 EA28-20-01-45ENDOTRACHEAL TUBE, 6.5 CUFFED 50 EA28-20-01-46ENDOTRACHEAL TUBE, 7.0 CUFFED 50 EA28-20-01-47ENDOTRACHEAL TUBE, 7.5 CUFFED 75 EA28-20-01-48ENDOTRACHEAL TUBE, 8.0 CUFFED 75 EA28-20-01-49ENDOTRACHEAL TUBE, 8.5 CUFFED 75 EA28-20-01-50ENDOTRACHEAL TUBE, 9.0 CUFFED 30 EA28-20-01-51ENDOTRACHEAL TUBE, 9.5 CUFFED 30 EA28-20-01-52ENDOTRACHEAL TUBE HOLDER, ADULT (THOMAS OR CITY APPROVED EQUAL) 300 EA28-20-01-53ENDOTRACHEAL TUBE HOLDER, PEDIATRIC (THOMAS OR CITY APPROVED EQUAL) 150 EA28-20-01-54HUDSON RCI AIRWAY, INFANT SIZE (5.5), 55MM CATH-GUIDE 48 EA28-20-01-55HUDSON RCI AIRWAY, SMALL CHILD SIZE (6), 60MM CATH-GUIDE 48 EA28-20-01-56HUDSON RCI AIRWAY, CHILD SIZE (7), 70MM CATH-GUIDE 48 EA28-20-01-57HUDSON RCI AIRWAY, SMALL ADULT SIZE (8), 80MM CATH-GUIDE 48 EA28-20-01-58HUDSON RCI AIRWAY, SMALL/MEDIUM ADULT SIZE (9), 90 MM CATH-GUIDE) 48 EA28-20-01-59HUDSON RCI AIRWAY, MEDIUM ADULT SIZE (10), 100 MM CATH-GUIDE) 48 EA28-20-01-60HUDSON RCI AIRWAY, ORAL ADULT SIZE (11), 110 MM CATH-GUIDE) 48 EA28-20-01-61HUDSON RCI AIRWAY, LARGE ADULT SIZE (12), 120 MM CATH-GUIDE) 48 EA28-20-01-62HUDSON RCI AIRWAY, LIFESAVE AIRWAY KIT, #1173 4 EA28-20-01-63HUMIDIFIER, PREFILLED (HUDSON RCI) 36 EA28-20-01-64ET TUBE INTRODUCER PEDIATRIC 10 FR X 70 CM W/ COUDE TIP 125 EA28-20-01-65ET TUBE INTRODUCER W/COUDE TIP 15FR X 70CM 49 EA28-20-01-66INTUBATING STYLETTE, INFANT, 6 FR, RUSCH FLEXI-SLIP 49 EAUNIT PRICE AMOUNT UNIT PRICE AMOUNTINTEGRA PHARMA SOLUTIONS, LLCMEDCONO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDPage 36 of 51Page 52Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.EST. QTY. UNIT28-20-01-67BRITEVIEW™ DISPOSABLE MACINTOSH LARYNGOSCOPE BLADE, SIZE 1, PINK 50 EA28-20-01-68BRITEVIEW™ DISPOSABLE MACINTOSH LARYNGOSCOPE BLADE, SIZE 2, YELLOW 50 EA28-20-01-69BRITEVIEW™ DISPOSABLE MACINTOSH LARYNGOSCOPE BLADE, SIZE 3, ORANGE 20 EA28-20-01-70BRITEVIEW™ DISPOSABLE MACINTOSH LARYNGOSCOPE BLADE, SIZE 4, LIME 20 EA28-20-01-71BRITEVIEW™ DISPOSABLE MILLER LARYNGOSCOPE BLADE, SIZE 0, WHITE 20 EA28-20-01-72BRITEVIEW™ DISPOSABLE MILLER LARYNGOSCOPE BLADE, SIZE 1, PINK 20 EA28-20-01-73BRITEVIEW™ DISPOSABLE MILLER LARYNGOSCOPE BLADE, SIZE 2, YELLOW 20 EA28-20-01-74BRITEVIEW™ DISPOSABLE MILLER LARYNGOSCOPE BLADE, SIZE 3, ORANGE 20 EA28-20-01-75BRITEVIEW™ DISPOSABLE MILLER LARYNGOSCOPE BLADE, SIZE 4, LIME 50 EA28-20-01-76STANDARD LARYNGOSCOPE HANDLE, MEDIUM (MEDSOURCE MS-46000 OR CITY APPROVED EQUAL) 16 EA28-20-01-77i-gel® SUPRAGLOTTIC AIRWAY, SMALL ADULT, SIZE 3 30 EA28-20-01-78i-gel® SUPRAGLOTTIC AIRWAY, MEDIUM ADULT, SIZE 4 50 EA28-20-01-79i-gel® SUPRAGLOTTIC AIRWAY, LARGE ADULT, SIZE 5 50 EA28-20-01-80Hi-Flow™ SUCTION CANISTER WITH AEROSTAT FILTER, 1200 cc 100 EA28-20-01-81Hi-Flow™ SUCTION CANISTER WITH AEROSTATE FILTER AND FLOAT VALVE SHUTOFF, 800cc 75 EA28-20-01-82SUCTION CATHETER, 6 FR 120 EA28-20-01-83SUCTION CATHETER, 8 FR 20 EA28-20-01-84SUCTION CATHETER, 10 FR 120 EA28-20-01-85SUCTION CATHETER, 12 FR 20 EA28-20-01-86SUCTION CATHETER, 14 FR 120 EA28-20-01-87SUCTION CATHETER, 16 FR 30 EA28-20-01-88SUCTION CATHETER, 18 FR 30 EA28-20-01-89YANKAUER SUCTION TIP WITH CONTROL VENT 144 EA28-20-01-90YANKAUER FLEX SUCTION WITH VENT 100 EA28-20-01-91LAERDAL PORTABLE SUCTION UNIT 2 EA28-20-01-92V-Vac™ STARTER KIT (LAERDAL) 14 EA28-20-01-93V-Vac™ REPLACEMENT CARTRIDGE (LAERDAL) 14 EA28-20-01-94V-Vac™ REPLACEMENT ADAPTER TIP (LAERDAL) 24 EA28-20-01-95SSCOR D CELL SUCTION UNIT 2 EA28-20-01-96SUCTION CONNECTING TUBING, 9/32" ID x 6' L (KENDALL OR CITY APPROVED EQUAL) 250 EA28-20-01-97OXYGEN CYLINDER SMALL HAND WHEEL WITH HARD RUBBER CUFF AND TIE DOWN CHAIN 50 EA28-20-01-98MUCOSAL ATOMIZATION DEVICE WITHOUT SYRINGE 350 EA28-20-01-99O2 MAX BiTrac ED Mask, w/ Neb, w/3-SET Valve ADULT MED AND LG (NO SUBSTITUTIONS) 350 EA28-20-01-100Mucosal Atomization Device, MAD Nasal/Oral w/3cc Syringe, Latex Free 160 EA28-20-01-101ENDOTRACHEAL TUBE MALLEABLE INTRODUCER, PEDIATRIC 40 EA28-20-01-102DISPOSABLE PLASTIC BITE STICK20 EAUNIT PRICE AMOUNT UNIT PRICE AMOUNTINTEGRA PHARMA SOLUTIONS, LLCMEDCONO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BID0.38$ 7.60$ NO BIDPage 37 of 51Page 53Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.EST. QTY. UNIT28-20-01-103STERILE, 6" TONGUE DEPRESSORS 24 EA28-20-01-104MAGILL INTUBATING FORCEPS, ADULT 31 EA28-20-01-105MAGILL INTUBATING FORCEPS, CHILD 31 EA28-20-01-106STERILE LUBRICANT, 5 GRAM TUBE 150 EATOTAL MEDICAL SUPPLIES CATEGORY 1UNIT PRICE AMOUNT UNIT PRICE AMOUNTINTEGRA PHARMA SOLUTIONS, LLCMEDCONO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BID409.60$ 5,754.00$ Page 38 of 51Page 54Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.EST. QTY. UNITMEDICAL SUPPLIES CATEGORY 2 - GLOVES28-20-02-01Apex Pro™ EXAM GLOVES, NITRITE, SMALL, 100 PER BOX - NO SUBSTITUTIONS50 BOX28-20-02-02Apex Pro™ EXAM GLOVES, NITRITE, MEDIUM, 100 PER BOX - NO SUBSTITUTIONS100 BOX28-20-02-03Apex Pro™ EXAM GLOVES, NITRITE, LARGE, 100 PER BOX - NO SUBSTITUTIONS1500 BOX28-20-02-04Apex Pro™ EXAM GLOVES, NITRITE, X-LARGE, 100 PER BOX - NO SUBSTITUTIONS2100 BOX28-20-02-05Apex Pro™ EXAM GLOVES, NITRITE, XX-LARGE, 100 PER BOX -NO SUBSTITUTIONS100 BOX28-20-02-06Apex Pro™ EXAM GLOVES, NITRITE, XXX-LARGE, 100 PER BOX - NO SUBSTITUTIONS200 BOX28-20-02-07Microflex SupernoEC™ EXAM GLOVES, NITRITE, SMALL, 50 PER BOX - NO SUBSTITUTIONS80 BOX28-20-02-08Microflex SupernoEC™ EXAM GLOVES, NITRITE, MEDIUM, 50 PER BOX - NO SUBSTITUTIONS80 BOX28-20-02-09Microflex SupernoEC™ EXAM GLOVES, NITRITE, LARGE, 50 PER BOX - NO SUBSTITUTIONS800 BOX28-20-02-10Microflex SupernoEC™ EXAM GLOVES, NITRITE, X-LARGE, 50 PER BOX - NO SUBSTITUTIONS800 BOX28-20-02-11Microflex SupernoEC™ EXAM GLOVES, NITRITE, XX-LARGE, 50 PER BOX - NO SUBSTITUTIONS50 BOX28-20-02-12Microflex SupernoEC™ EXAM GLOVES, NITRITE, XXX-LARGE, 50 PER BOX - NO SUBSTITUTIONS5BOXTOTAL MEDICAL SUPPLIES CATEGORY 2UNIT PRICE AMOUNT UNIT PRICE AMOUNTINTEGRA PHARMA SOLUTIONS, LLCMEDCONO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BID-$ -$ Page 39 of 51Page 55Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.EST. QTY. UNITMEDICAL SUPPLIES CATEGORY 3 - INFECTION CONTROL SUPPLIES 28-20-03-01 SHARPS SHUTTLE CONTAINER 360 EA28-20-03-02SHARPS DISPOSABLE CONTAINER, 0.6 LITER (SMITHS MEDICAL OR CITY APPROVED EQUAL)100 EA28-20-03-03SHARPS COLLECTOR, 3.3 QUART, BD™ 30548848 EA28-20-03-04SHARPS DISPOSABLE CONTAINER, 5 QUART (KENDALL DEVON SHARPS-A-GATOR® OR CITY APPROVED EQUAL)100 EA28-20-03-05SHARPS COLLECTOR, 6.9 QUART, BD™ 30548924 EA28-20-03-06ANITBACTERIAL NO RINSE HANDWASH GEL, 4 oz168 EA28-20-03-07ANTIMICROBIAL HANDWIPES, TUB/CANISTER 6" x 7-1/2", APPROX. 135 COUNT (PDI SANI-HANDS™ ALC OR CITY APPROVED EQUAL)24 CANISTER28-20-03-08DISPOSABLE CLOTH GERMICIDAL SURFACE WIPES, TUB/CANISTER 6" x 6-3/4", APPROX. 160 COUNT (PDI SUPER SANI-CLOTH™ OR CITY APPROVED EQUAL) 80 CANISTER28-20-03-09SURFACE DISINFECTANT TOWELETTES, 10" X 12" (Metrex CaviWipes™ XL) 50 CANISTER28-20-03-10DISPOSABLE CLOTH GERMICIDAL SURFACE WIPES, INDIVIDUAL FOIL PACKS, 5" x 8" (PDI SUPER SANI-CLOTH™ OR CITY APPROVED EQUAL) 750 EA28-20-03-11SURFACE DISINFECTANT, SPRAY BOTTLE, 24 oz. (Metrex Envirocide™ or Cavicide™)74 BOTTLE28-20-03-12SURFACE DISINFECTANT, ONE GALLON CONTAINER (Metrex Cavicide™)24 EA28-20-03-13Cidex® 2.4% GLUTERALDEHYDE DISINFECTANT, ONE GALLON CONTAINER24 EA28-20-03-14PARTICULATE RESPIRATOR WITH NOSE FLANGE, SMALL (MOLDEX N95)500 EA28-20-03-15PARTICULATE RESPIRATOR WITH NOSE FLANGE, MEDIUM (MOLDEX N95)500 EA28-20-03-16PARTICULATE RESPIRATOR WITH NOSE FLANGE, LARGE (MOLDEX N95)500 EA28-20-03-17PROTECTIVE EYEWEAR, (NEMESIS V30)400 EA28-20-03-18PROTECTIVE EYEWEAR, POLARIZED (NEMESIS)100 EA28-20-03-19PROTECTIVE EYEWEAR, RX READER, 1.5, 2.0, 2.5 MAGNIFICATION, CLEAR (NEMESIS)120 EA28-20-03-20FOG FREE, PROCEDURE FACE MASK WITH WRAP AROUND SPLASHGUARD VISOR (Fluidshied ® or CITY APPROVED EQUAL)750 EA28-20-03-21MOLDER SURGICAL MASK1000 EA28-20-03-22COLLECTION BAG WITH HOOK, 3 LITER, 8" x 13" (HARTWELL'S BIOHOOP) - NO SUBSTITUTIONS360 EA28-20-03-23BIOHAZARD INFECTIOUS WASTE BAG, 7-10 GALLON, 23" x 23", 1.5 mil THICK250 EA28-20-03-24BIOHAZARD BAG, 17" x 18"20 PACKAGE28-20-03-25TINCTURE OF BENZOIN SWAB STICK (PDI)500 EA28-20-03-26DELUXE INFECTION CONTROL KIT (MORRISON MEDICAL #4990721)20 EA28-20-03-27SHOE COVER WITH ELASTIC TOP, NON-CONDUCTIVE, FLUID REPELLANT, ONE SIZE FITS ALL400 EA28-20-03-28 SaniZide® DISINFECTANT SPRAY BOTTLE, 32 oz. (OR CITY APPROVED EQUAL)75 BOTTLEUNIT PRICE AMOUNT UNIT PRICE AMOUNTINTEGRA PHARMA SOLUTIONS, LLCMEDCONO BID NO BIDNO BID NO BID4.000 192.00$ NO BID5.870 587.00$ NO BID7.420 178.08$ NO BID0.520 87.36$ NO BIDNO BID NO BID5.660 452.80$ NO BID8.970 448.50$ NO BIDNO BID NO BID7.870 582.38$ NO BID20.560 493.44$ NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BID6.900 517.50$ NO BIDPage 40 of 51Page 56Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.EST. QTY. UNIT28-20-03-29 SaniZide® DISINFECTANT, GALLON BOTTLE (OR CITY APPROVED EQUAL)10 BOTTLE28-20-03-30 SaniZide® DISINFECTANT WIPES, 160 COUNT CANISTER (OR CITY APPROVED EQUAL)50 CANISTERTOTAL MEDICAL SUPPLIES CATEGORY 3UNIT PRICE AMOUNT UNIT PRICE AMOUNTINTEGRA PHARMA SOLUTIONS, LLCMEDCO19.020 190.20$ NO BIDNO BID NO BID3,729.26$ -$ Page 41 of 51Page 57Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.EST. QTY. UNITMEDICAL SUPPLIES CATEGORY 4 - INTRAVENOUS SUPPLIES28-20-04-01LATEX FREE DISPOSABLE TOURNIQUET, 1" X 18" 3800EA28-20-04-02Curaplex Select Ext Set, 8 in, Removable Luer Locking Site, Pinch Clamp, Spin Lock Connection 750EA28-20-04-03Pressure Infusion (400psig) Extension Set, 7 in, w/Microclave, Purple Slide Clamp 500EA28-20-04-04Curaplex Select IV Admin Set, 60 Drop, 83 in, 1 LL Site, 1 PP Site, Spin Lock Connection 100EA28-20-04-05Curaplex Select IV Admin Set, 10 Drop, 83 in, 1 LL Site, 1 PP Site, Spin Lock Connection 1500EA28-20-04-06Curaplex Select IV Admin Set, 10 Drop, 83 in, 1 LL Site, 1 PP Site, 6 in Ext Set w/Pinch Clamp 500EA28-20-04-07CLEARSAFE® IV CATHETER, 14 GAUGE x 1-1/4" - NO SUBSTITUTIONS 400EA28-20-04-08CLEARSAFE® IV CATHETER, 16 GAUGE x 1-1/4" - NO SUBSTITUTIONS 400EA28-20-04-09CLEARSAFE® IV CATHETER, 18 GAUGE x 1-1/4" - NO SUBSTITUTIONS 1200EA28-20-04-10CLEARSAFE® IV CATHETER, 20 GAUGE x 1-1/4" - NO SUBSTITUTIONS 1200EA28-20-04-11CLEARSAFE® IV CATHETER, 22 GAUGE x 1" - NO SUBSTITUTIONS 400EA28-20-04-12CLEARSAFE® IV CATHETER, 24 GAUGE x 3/4" - NO SUBSTITUTIONS 200EA28-20-04-13STERILE NON-TOXIC, PYROGEN FREE NEEDLE, 18/8 STAINLESS STEEL, 18 GAUGE x 1-1/2" 400EA28-20-04-14STERILE NON-TOXIC, PYROGEN FREE NEEDLE, 18/8 STAINLESS STEEL, 22 GAUGE x 1-1/2" 200EA28-20-04-15HYPODERMIC NEEDLE, 21 GAUGE x 1" 200EA28-20-04-16HYPODERMIC NEEDLE, 27 GAUGE x 1/2" 200EA28-20-04-17SAFETY SYRINGE, 1cc, 25 GAUGE x 5/8" 250EA28-20-04-18Syringe and Needle, VanishPoint Retractable, 3cc, 25 ga x 1 inch 250EA28-20-04-19Syringe and Needle, VanishPoint Retractable, 5cc, 21 ga x 1 inch 400EA28-20-04-20Luer-Lok™ SYRINGE, 3cc 650EA28-20-04-21Luer-Lok™ SYRINGE, 5cc 300EA28-20-04-22Luer-Lok™ SYRINGE, 10cc 650EA28-20-04-23Luer-Lok™ SYRINGE, 12cc 400EA28-20-04-24Luer-Lok™ SYRINGE, 20cc 400EA28-20-04-25Luer-Lok™ SYRINGE, 30-35cc 100EA28-20-04-26Luer-Lok™ SYRINGE, 50-60cc 150EA28-20-04-27SYRINGE AND NEEDLE, 3cc, 18 GAUGE x 1-1/2" 300EA28-20-04-28SYRINGE AND NEEDLE, 5cc, 20 GAUGE x 1" 200EA28-20-04-29SYRINGE AND NEEDLE, 10cc, 20 GAUGE x 1" 400EA28-20-04-30BLUNT PLASTIC CANNULA (BD™ #303345) 100EA28-20-04-31BAXTER, 3-WAY STOPCOCK WITH EXTENSION TUBING 24EA28-20-04-32CHEST DECOMPRESSION KIT (MOTION MEDICAL #1681) 6EA28-20-04-33ARS NEEDLE DECOMPRESSION KIT, 10 GA X 3.25 IN, W/PROTECTIVE CASE 10EA28-20-04-34ARS for Needle Decompression, 14 ga x 3.25 in, w/Protective Case10EA28-20-04-35ALCOHOL PREPS, 70% ISOPROPYL, 1-1/4" x 2-1/2" 38800EA28-20-04-36POVIDONE-IODINE WIPES, 1-3/4" x 3-1/4" 3500EAUNIT PRICE AMOUNT UNIT PRICE AMOUNTINTEGRA PHARMA SOLUTIONS, LLCMEDCONO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BID1.520 58,976.00$ NO BID3.990 13,965.00$ NO BIDPage 42 of 51Page 58Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.EST. QTY. UNIT28-20-04-37DISPOSABLE INFU-SURGE PRESSURE BAG WITH BULB AND GAUGE, 1000ml (VENTLAB VC410 OR CITY APPROVED EQUAL) 125EA28-20-04-38IV Start Kit - IV Guard, Lock, Flush 500EATOTAL MEDICAL SUPPLIES CATEGORY 4UNIT PRICE AMOUNT UNIT PRICE AMOUNTINTEGRA PHARMA SOLUTIONS, LLCMEDCONO BID NO BIDNO BID NO BID72,941.00$ -$ Page 43 of 51Page 59Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.EST. QTY. UNITMEDICAL SUPPLIES CATEGORY 5 - MISCELLANEOUS SUPPLIES28-20-05-01DISPOSABLE COLD PACK/COMPRESS, QUICK ACTIVATION, 6" x 9" 500EA28-20-05-02HOT PACKS, 6" x 8" 300EA28-20-05-03TRIAGE TAGS, METTAG, 50 PER PACKAGE 50PACKAGE28-20-05-04TRIAGE TAGS, ALL RISK WRISTBAND STYLE, 50 PER PACKAGE (DISASTER MANAGEMENT SYSTEMS #05420) 5PACKAGE28-20-05-05ALCOHOL, 70% ISOPROPYL, 16 oz BOTTTLE 250BOTTLE28-20-05-06AMMONIA INHALANT AMPULES 1800AMPULE28-20-05-07SCISSORS, 7-1/4" (PARA-MED OR CITY APPROVED EQUAL) 250EA28-20-05-08RING CUTTER 22EA28-20-05-09RING CUTTER REPLACEMENT BLADES 22EA28-20-05-10INFANT SWADDLING/BUNTING, ISOTHERMAL FOUL (GAM OR CITY APPROVED EQUAL) 20EA28-20-05-11LIGHTWEIGHT ANODIZED ALUMINUM CLIPBOARD WITH SELF LOCKING LATCH AND DUAL TRAY, 9" x 14" (POSSEE OR CITY APPROVED EQUAL) 10EA28-20-05-12DISPOSABLE OBSTRETICAL KIT, SHOULD CONTAIN: GLOVES, STERILE OB PAD, SCAPEL, DRAPE SHEET, RECEIVING BLANKET, OB TOWEL, PLASTIC BAG FOR PLACENTA, GAUZE SPONGES, BULB SYRINGE, UMBILICAL CLAMPS, ALCOHOL PREPS, TWIST TIES, NYLON TIE-OFFS, TOWELS) 60EA28-20-05-13STERILE BULB SYRINGE, 3 oz 44EA28-20-05-14FIRST AID 10 PERSON KIT (First Aid Only® MODEL 222-U) 25EA28-20-05-15EAR PLUGS WITH CORD (SPARKPLUGS OR CITY APPROVED EQUAL) 500EA28-20-05-16NAIL POLISH REMOVER WIPES 2400EA28-20-05-175.11 TACTILE RUSH MOAB 10 GEAR BAG, BLACK #56964-19 15EA28-20-05-18EMS FIELD GUIDE 15EA28-20-05-19SunX® SPF30 LOTION POUCHES, 200 POUCHES PER PACKAGE #71430 5PACKAGE28-20-05-20REPLACEMENT BATTERY FOR LAERDAL SUCTION UNIT, #L780400 6EA28-20-05-21Suction Cups, for LUCAS 2, Disposable 100EATOTAL MEDICAL SUPPLIES CATEGORY 5UNIT PRICE AMOUNT UNIT PRICE AMOUNTINTEGRA PHARMA SOLUTIONS, LLCMEDCO6.61 3,305.00$ NO BID10.31 3,093.00$ NO BIDNO BID NO BIDNO BID NO BID1.60 400.00$ NO BID2.61 4,698.00$ NO BID0.77 192.50$ NO BID5.57 122.54$ NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BID12.47 311.75$ NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BID12,122.79$ -$ Page 44 of 51Page 60Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.EST. QTY. UNITMEDICAL SUPPLIES CATEGORY 6 - MONITOR/DIAGNOSTIC SUPPLIES28-20-06-01COVIDIEN MICROSTREAM FILTERLINE SET, ADULT/PEDIATRIC 1200EA28-20-06-02COVIDIEN MICROSTREAM FILTERLINE SET, INFANT/NEONATE 200EA28-20-06-03COVIDIEN MICROSTREAM SMART CAPNOLINE®, ADULT/INTERMEDIATE W/O2 TUBING 1000EA28-20-06-04COVIDIEN MICROSTREAM SMART CAPNOLINE®, PEDIATRIC W/O2 TUBING 300EA28-20-06-05COVIDIEN MICROSTREAM SMART CAPNOLINE®, PLUS NO O2 DELIVERY 500EA28-20-06-06Nellcor™ OxiSensor® ll, ADULT, 18" CABLE 48EA28-20-06-07Nellcor™ OxiSensor® ll, ADULT, 36" CABLE 24EA28-20-06-08Nellcor™ OxiSensor® ll, PEDIATRIC 48EA28-20-06-09Nellcor™ OxiSensor® ll, INFANT 48EA28-20-06-10Nellcor™ DuraSensor DS100A FINGER CLIP SENSOR, ADULT 2EA28-20-06-11EC-4 Nellcor™ SENSOR EXTENSION CABLE, 4' length 2EA28-20-06-12PORTABLE CO-OXIMETER, MASIMO RAD 57C, #2711-25003 1EA28-20-06-13Masimo SET M-LNCS, Neo/Adult, Adhesive, Disposable, for use w/RC (Rainbow or SpO2) 10EA28-20-06-14BLOOD PRESSURE KIT, SYSTEM 5 (MEDSOURCE #MS MED5N) 2EA28-20-06-15HAND HELD OXIMETER (BCl® 3301) 6EA28-20-06-16CARRY CASE FOR BCI® 3301 HAND HELD OXIMETER 6EA28-20-06-17ELECTRODES, ADULT (AMBU® BlueSensor SP-00-S) 5000EA28-20-06-18ELECTRODES, PEDIATRIC (KENDALL MEDI-TRACE 135) 1000EA28-20-06-19SINGLE USE ELECTRODES, PRE-GELLED, 1-3/16" ROUND, ADULT (KENDALL MEDI-TRACE 530) - NO SUBSTITUTIONS 3600PK28-20-06-20QUICK COMBO ELECTRODE PADS, ADULT, EDGE SYSTEM WITH PRECONNECT SYSTEM , PHYSIO CONTROL LIFEPAK 15 COMPATIBLE 80PAIR28-20-06-21QUICK COMBO ELECTRODE PADS, PEDIATRIC, PHYSIO CONTROL LIFEPAK 15 COMPATIBLE 50PAIR28-20-06-22QUICK COMBO REDI-PAK DEFIBRILLATION PADS, ADULT, PHSYIO CONTROL LIFEPAK 15 COMPATIBLE 50PAIR28-20-06-23Masimo SET M-LNCS, Neo/Adult, Adhesive, Disposable, for use w/RC 20EA28-20-06-24MASIMO SET LNCS INF-L INFANT ADHESIVE SENSOR, DISPOSABLE, FOR PTS 3-20KG 50EA28-20-06-25MEDI-TRACE RECORDING PAPER, PHYSIO CONTROL LIFEPAK 15 COMPATIBLE 100ROLL28-20-06-26DISPOSABLE PENLIGHT WITH PUPIL GAUGE 460EAUNIT PRICE AMOUNT UNIT PRICE AMOUNTINTEGRA PHARMA SOLUTIONS, LLCMEDCONO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BID5.77 2,654.20$ NO BIDPage 45 of 51Page 61Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.EST. QTY. UNIT28-20-06-273M™ LITTMAN CLASSIC II STETHOSCOPE - NO SUBSTITUTIONS 30EA28-20-06-28SPRAGUE-RAPPAPORT STETHOSCOPE WITH 5 INTERCHANGABLE CHEST PIECES, BLACK 24EA28-20-06-29SPHYGMOMANOMETER, 300 mm HG GAUGE, WHITE FACE, BLACK NUMERALS, NO STOP PIN IN MANOMETER, NYLON Velcro™ CUFF WITH PLACEMENT MARKINGS, INFANT 16EA28-20-06-30SPHYGMOMANOMETER, 300 mm HG GAUGE, WHITE FACE, BLACK NUMERALS, NO STOP PIN IN MANOMETER, NYLON Velcro™ CUFF WITH PLACEMENT MARKINGS, CHILD 16EA28-20-06-31SPHYGMOMANOMETER, 300 mm HG GAUGE, WHITE FACE, BLACK NUMERALS, NO STOP PIN IN MANOMETER, NYLON Velcro™ CUFF WITH PLACEMENT MARKINGS, ADULT 16EA28-20-06-32SPHYGMOMANOMETER, 300 mm HG GAUGE, WHITE FACE, BLACK NUMERALS, NO STOP PIN IN MANOMETER, NYLON Velcro™ CUFF WITH PLACEMENT MARKINGS, LARGE ADULT 10EA28-20-06-33SPHYGMOMANOMETER, 300 mm HG GAUGE, WHITE FACE, BLACK NUMERALS, NO STOP PIN IN MANOMETER, NYLON Velcro™ CUFF WITH PLACEMENT MARKINGS, THIGH 10EA28-20-06-34INFRARED TEMPORAL SCANNER (EXERGEN CORPORATION TAT-2000) - NO SUBSTITUTIONS 6EA28-20-06-35EXERGEN DISPOSABLE THERMOMETER SHEATHS - NO SUBSTITUTIONS 300EA28-20-06-36ELECTRONIC THERMOMETER WITH HOLDER (WELCH ALLYN SURETEMP PLUS, MODEL 690) NO SUBSTITUTIONS 6EA28-20-06-37DISPOSABLE PROBE COVERS FOR WELCH ALLYN SURETEMP PLUS THERMOMETER 500EA28-20-06-38DIGITAL THERMOMETER (Adtemp™ ll 413) 6EA28-20-06-39DISPOSABLE PROBE COVERS FOR Adtemp™ ll 413 DIGITAL THERMOMETER 400EA28-20-06-40DISPOSABLE PROBE COVER FOR BRAUN THERMOSCAN® PRO 4000 EAR THERMOMETER 400EA28-20-06-41BLOOD GLUCOSE METER (Assure Prism Multi) - NO SUBSTITUTIONS 3EA28-20-06-42Control Solution, Assure Prism Multi, L1 and L2 NO SUBSTITUTIONS 10BOTTLE28-20-06-43BLOOD GLUCOSE METER TEST STRIPS FOR ASSURE PRISM MULTI - NO SUBSTITUTIONS 150BX28-20-06-44AUTOMATICE LANCET (HAEMOLANCE™ OR SENSILANCE™) 750BX28-20-06-45Veni-Gard® CONMED, ADULT - NO SUBSTITUTIONS 5250EA28-20-06-46Veni-Gard® CONMED, PEDIATRIC - NO SUBSTITUTIONS 1200EA28-20-06-47DISPOSABLE PREP RAZOR (DYNAREX GALLANT OR CITY APPROVED EQUAL) 250EATOTAL MEDICAL SUPPLIES CATEGORY 6UNIT PRICE AMOUNT UNIT PRICE AMOUNTINTEGRA PHARMA SOLUTIONS, LLCMEDCO48.13 1,443.90$ NO BID8.82 211.68$ NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BID9.850 4,925.00$ NO BID5.190 31.14$ NO BID2.830 1,132.00$ NO BID1.410 564.00$ NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BID1.440 360.00$ NO BID11,321.92$ -$ Page 46 of 51Page 62Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.EST. QTY. UNITMEDICAL SUPPLIES CATEGORY 7 - PATIENT HANDLING SUPPLIES28-20-07-01LONG PLASTIC BACKBOARD WITH PINS, RED (450 LB MINIMUM WEIGHT LOAD) 50EA28-20-07-02IMPRINTING OF RICHARDSON FIRE DEPARTMENT ON BACKBOARDS (ALL INCLUSIVE PRICING) 50EA28-20-07-03ULTRA SHORT BOARD, NO PINS, BLUE, DS 2EA28-20-07-04ULTRA SHORT BOARD, NO PINS, YELLOW 5EA28-20-07-05ULTRA SPACESAVER FOLDING BACKBOARD WITH PINS, YELLOW 5EA28-20-07-06REUSABLE IMPERVIOUS HEAVY DUTY VINYL RESTRAINTS, TWO PIECE, METAL PUSH BUTTON RELEASE WITH LOOP LOCK, 5 FT 24EA28-20-07-07DISPOSABLE IMPERVIOUS HEAVY DUTY VINYL RESTRAINTS, TWO PIECE, LOOP LOCK, 5 FT, ORANGE 24EA28-20-07-08REUSABLE RESTRAINT STRAP, TWO-PIECE, METAL PUSH BUTTON BUCKLE WITH SWIVEL QUICK CLIP, 5 FT, MAROON 24EA28-20-07-09EP&R SPIDER POLYPROPYLENE RESTRAINT STRAP, RED/BLACK 12EA28-20-07-10QUICK RELEASES FOAM LIMB HOLDERS (Posey® # 2532) 200EA28-20-07-11ADJUSTABLE CERVICAL COLLAR, ADULT (AMBU PERFIT ACE) - NO SUBSTITUTIONS 1300EA28-20-07-12ADJUSTABLE CERVICAL COLLAR, PEDIATRIC (AMBU PERFIT ACE) - NO SUBSTITUTIONS 400EA28-20-07-13CERVICAL IMMOBILZATION DEVICE 900EA28-20-07-14DISPOSABLE PILLOW, 17" x 23" 20EA28-20-07-15STAPH-CHECK REUSABLE PILLOW, 17" x 20" 20EA28-20-07-16DISPOSABLE PILLOWCASE, TISSUE POLY, WHITE, 21" x 30" 400EA28-20-07-17BIODEGRADABLE, FLUID RESISTANT, SPUNBOUND POLYPROPYLENE FITTED COT SHEET, 30" x 24" 150EA28-20-07-18BIODEGRADABLE, FLUID RESISTANT, SPUNBOUND POLYPROPYLENE FLAT COT SHEET, 40" x 84" 250EA28-20-07-19GRAHAM MEDIAL MEGA MOVER #51926 - NO SUBSTITUTIONS 100EA28-20-07-20MED TECH VSB 6' 2EATOTAL MEDICAL SUPPLIES CATEGORY 7UNIT PRICE AMOUNT UNIT PRICE AMOUNTINTEGRA PHARMA SOLUTIONS, LLCMEDCO166.750 8,337.50$ NO BIDNO BID NO BID153.470 306.94$ NO BID153.470 767.35$ NO BID371.950 1,859.75$ NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BID19.130 7,652.00$ NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BID18,923.54$ -$ Page 47 of 51Page 63Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.EST. QTY. UNITMEDICAL SUPPLIES CATEGORY 8 - WOUND CARE SUPPLIES28-20-08-01SOF TACTICAL TOURNIQUET, BLACK (#SOFTT-NH) - NO SUBSTITUTIONS 25EA28-20-08-02CAT TOURNIQUET, ORANGE (TRAINER) - NO SUBSTITUTIONS 20EA28-20-08-03CAT TOURNIQUET, BLACK - NO SUBSTITUTIONS 50EA28-20-08-04CHEST SEAL (ASHERMAN 8491) 300EA28-20-08-05NON-STERILE TRIANGULAR BANDAGE, 36" x 36" x 51" 700EA28-20-08-06Kendall's Kerlix® NON-STERILE BANDAGE ROLL, 4" (OR CITY APPROVED EQUAL) 1500EA28-20-08-07DUKAL SELF ADHERING ELASTIC COMPRESSION BANDAGE, 4" (OR CITY APPROVED EQUAL) 350EA28-20-08-08BENZION TINCTURE STERI-STRIP, .66ml/vl 120EA28-20-08-09Curaplex® Fabric Adhesive Bandage (X-Large), 2in x 4in – Item # 1122-14964 1000EA28-20-08-10Curaplex Fabric Adhesive Bandage (Knuckle), 3in x 1 1/2in – Item # 1122-14966 1000EA28-20-08-11Curaplex Fabric Adhesive Bandage (Fingertip), 1 3/4in x 2in – Item # 1122-14962 1000EA28-20-08-12Curaplex Fabric Adhesive Bandage, 1in x 3in – Item # 1122-149601000EA28-20-08-13Looney Tunes Character Adhesive Bandage, 3/4in x 3in, Bugs Bunny and Daffy Duck - item: # 18721 or #18723 1000EA28-20-08-14SHEER STRIP BANDAGE, 3/4" x 3" (J & J Band Aid® or Kendall Curity®) - NO SUBSTITUTIONS 250EA28-20-08-15FLEXIBLE FABRIC ADHESIVE BANDAGE, 1" x 3" (J & J Band Aid® or Kendall Curity®) - NO SUBSTITUTIONS 3500EA28-20-08-16NON-STERILE GAUZE, ROLLED, 4"1200EA28-20-08-17STERILE, WOVEN 2-PLY GAUZE, ROLLED, 4" 200EA28-20-08-18STERILE, WOVEN 2-PLY GAUZE, ROLLED, 6" 200EA28-20-08-19Celox™ Z-FOLD GAUZE, 3" x 5' 100EA28-20-08-20STERILE GAUZE PAD DRESSING, 12-PLY, INDIVIDUALLY PACKED, 4" x 4" 8000EA28-20-08-21STERILE GAUZE PAD DRESSING, 12-PLY, INDIVIDUALLY PACKED, 5" x 9" 400EA28-20-08-22STERILE GAUZE ABDOMNIAL PAD DRESSING, INDIVIDUALLY PACKED, 8" x 10" 248EA28-20-08-23Vasoline® GAUZE PAD, 3" x 9" 300EA28-20-08-24MULTI-TRAUMA DRESSING, 12" x 30" 100EA28-20-08-25STERILE OVAL EYE PAD, 2-1/8" x 2-5/8" 500EA28-20-08-26Curasilk® HYPO-ALLERGENIC TAPE, 1" (OR CITY APPROVED EQUAL) 288EA28-20-08-27Curasilk® HYPO-ALLERGENIC TAPE, 3" (OR CITY APPROVED EQUAL) 96EA28-20-08-28Curity® HYPO-ALLERGENIC TAPE, CLEAR, 1" (OR CITY APPROVED EQUAL) 288EAUNIT PRICE AMOUNT UNIT PRICE AMOUNTINTEGRA PHARMA SOLUTIONS, LLCMEDCONO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BID0.410 287.00$ NO BIDNO BID NO BIDNO BID NO BID35.880 4,305.60$ NO BIDNO BID NO BID1.470 1,470.00$ NO BID1.170 1,170.00$ NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BID6.600 23,100.00$ NO BID4.360 5,232.00$ NO BIDNO BID NO BID6.390 1,278.00$ NO BIDNO BID NO BID5.410 43,280.00$ NO BIDNO BID NO BID2.310 572.88$ NO BIDNO BID NO BID0.750 75.00$ NO BID3.480 1,740.00$ NO BID12.540 3,611.52$ NO BIDNO BID NO BID9.030 2,600.64$ NO BIDPage 48 of 51Page 64Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.EST. QTY. UNIT28-20-08-29Curity® HYPO-ALLERGENIC TAPE, CLEAR, 3" (OR CITY APPROVED EQUAL) 96EA28-20-08-303M™ DERMICEL SILK TAPE, 1" x 10 yds 12EA28-20-08-313M™ DERMICEL SILK TAPE, 2" x 10 yds 12EA28-20-08-323M™ DERMICEL CLOTH TAPE, 1/2" x 10 yds 12EA28-20-08-333M™ TRANSPORE, TAPE, 1" x 10 yds 144EA28-20-08-34HYDROGEN PEROXIDE, 16 oz BOTTLE 112BOTTLE28-20-08-35TRIPLE ANTIBOTIC OINTMENT, 1 GRAM PACKET 1440EA28-20-08-36STERILE WATER IRRIGATION SOLUTION, 250ml 150BOTTLE28-20-08-37STERILE WATER IRRIGATION SOLUTION, 500 ml (BRAUN) 200EA28-20-08-38STERILE, NON-WOVEN BURN SHEET, 60" x 96" 200EA28-20-08-393M™ COBAN SELF ADHERENT WRAP, 4" x 5 yds (OR CITY APPROVED EQUAL) 350EA28-20-08-40SAM® SPLINT, 36" ROLL (OR CITY APPROVED EQUAL) 100EA28-20-08-41DISPOSABLE VACUUM SPLINT, WRIST/ANKLE (MD1 #562011) - NO SUBSTITUTIONS 20EA28-20-08-42DISPOSABLE VACUUM SPLINT, ARM (MDI #562015) - NO SUBSTITUTIONS 20EA28-20-08-43DISPOSABLE VACUUM SPLINT, LEG (MDI #562025) - NO SUBSTITUTIONS 20EA28-20-08-44DISPOSABLE VACUUM SPLINT, SET (MDI #567701) - NO SUBSTITUTIONS 5EA28-20-08-45PADDED BOARD SPLINT, 2" x 6" 6EA28-20-08-46PADDED BOARD SPLINT, 3" x 9" 12EA28-20-08-47PADDED BOARD SPLINT, 3" x 18" 12EA28-20-08-48PADDED BOARD SPLINT, KIT 2EA28-20-08-49QUIKCLOT COMBAT HEMOSTATIC GAUZE, 3" x 4yd Strip, Z-FOLD 20EA28-20-08-50QuikClot EMS Rolled Gauze, 3 inch x 48 inch, Sterile, White, Nonwoven w/Kaoli 20EA28-20-08-51Curaplex Stop the Bleed Basic Multi Pack5EA28-20-08-52SAM PELVIC SLING II - SMALL, MED, LG 30EA28-20-08-53Tourniquet, SAM Junctional, incl 2 Target Compression Devices, Hand Pump, Aux Strap, Extender, IFU 5EATOTAL MEDICAL SUPPLIES CATEGORY 8MEDICAL SUPPLIES CATEGORY 9 - OVER THE COUNTER MEDICATION28-20-09-01ACETAMINOPHEN, 500 MG TABLET, 2 TABLETS PER PACKET250 EA28-20-09-02PSEDUOVAL, 30 MG TABLET, 2 TABLETS PER PACKET100 EA28-20-09-03IBUPROFEN, 30 MG TABLET, 2 TABLETS PER PACKET500 EA28-20-09-04BISMUTH, 262 MG TABLET, 2 TABLETS PER PACKET100 EA28-20-09-05ASPIRIN, 325 MG TABLET, 2 TABLETS PER PACKET500 EA28-20-09-06TYLENOL® EXTRA STRENGTH CAPLETS, 500 MG CAPLET, 2 CAPLETS PER PACKET250 EA28-20-09-07PHENLEPHRINE, 5 MG TABLET, 2 TABLETS PER PACKET 250 EATOTAL MEDICAL SUPPLIES CATEGORY 9UNIT PRICE AMOUNT UNIT PRICE AMOUNTINTEGRA PHARMA SOLUTIONS, LLCMEDCONO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BID14.700 2,116.80$ NO BID0.650 72.80$ NO BID6.710 9,662.40$ NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BID49.880 17,458.00$ NO BID7.010 701.00$ NO BID17.390 347.80$ NO BID19.490 389.80$ 14.99 299.80$ 29.610 592.20$ 49.99 999.80$ 151.110 755.55$ NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID 58.800 1,176.00$ NO BID NO BIDNO BID NO BIDNO BID 114.990 3,449.70$ NO BID NO BID120,818.99$ 5,925.30$ 4.670 1,167.50$ NO BIDNO BID NO BID15.450 7,725.00$ NO BIDNO BID 2.880 288.00$ 3.660 1,830.00$ NO BID12.570 3,142.50$ NO BIDNO BID NO BID13,865.00$ 288.00$ Page 49 of 51Page 65Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.EST. QTY. UNITPHARMACEUTICALS - GROUP I28-20-10-018.4% SODIUM BICARBONATE, INJECTION 50mEq19BOX28-20-10-020.9% SODIUM CHLORIDE, IV BAG, 1000 ml 250CASE28-20-10-030.9% SODIUM CHLORIDE, IV BAG, 500 ml 100CASE28-20-10-040.9% SODIUM CHLORIDE, IV BAG, 250 ml 5CASE28-20-10-050.9% SODIUM CHLORIDE FLUSH SYRINGE, 10 ml in 12ml LUER LOCK SYRINGE 48BOX28-20-10-06CHEWABLE ASPIRIN, 81 mg, 36 COUNT 120BOTTLE28-20-10-07PRE-FILLED ADENOSINE INJECTION, 12mg /4ml 10BOX28-20-10-08ALBUTEROL SULFATE, 2.5 mg/3ml 30BOX28-20-10-09AMIODARONE HYDROCHLORIDE INJECTION, 150mg/3ml VIAL 16PACK28-20-10-10ATROPINE SULFATE INJECTION, 1mg/10ml LUER LOCK PRE-FILLED SYRINGE 40PACK28-20-10-11CALCIUM CHLORIDE, 1 GRAM PRE-FILLED SYRINGE 17PACK28-20-10-1225% DEXTROSE, 2.5 grams/10ml LUER LOCK PRE-FILLED SYRINGE 10PACK28-20-10-1350% DEXTROSE, 25 grams/50 ml LUER LOCK PRE-FILLED SYRINGE 52PACK28-20-10-14DIPHENHYDRAMIN, 50mg/ml vial 10PACK28-20-10-15EPINEPHRINE, 1:1,000, 1mg/1ml AMPULE 12PACK28-20-10-16EPINEPHRINE, 1:1,000, 1mg/1ml, 1 ml VIAL 6PACK28-20-10-17EPINEPHRINE, 1:10,000 (.01mg/ml), 10 ml LUER LOCK PRE-FILLED SYRINGE 70PACK28-20-10-18INSTA-GLUCOSE, 31 gm40PACK28-20-10-19Transcend Glucose Gel, Strawberry Flavor, 15g (OR CITY APPROVED EQUAL) 70PACK28-20-10-20IPRATROPIUM BROMIDE, .02%, 2.5ml UNIT DOSE VIAL 32BOX28-20-10-21LIDOCAINE INJECTION, 2%, 100mg (20mg/ml), 5ml PRE-FILLED LUERJET SYRINGE 30PACK28-20-10-22LIDOCAINE HCI, 2%, 5mL, 20mg/ml TUBE 20PACK28-20-10-23Ansyr® MAGNESIUM SULFATE SYRINGE, 50%, 5 gm/10ml 12PACK28-20-10-24METHYLPREDNISOLONE SODIUM SUCCINATE, 125mg VIAL tablets 10BOX28-20-10-25ENGERIX-B, 20mcg/1ml SDV 5BOX28-20-10-26NALOXONE HYDRACHLORIDE INJECTION, 2mg/ml IN 2ml LUER LOCK PRE-FILLED SYRINGE 35PACK28-20-10-27DILTIAZEM, STERILE POWDER ADVANTAGE VIAL, 100mg7PACK28-20-10-28NITROGLYCERIN SPRAY, 4mg, 90 DOSE 145EA28-20-10-29NITROGLYCERIN TABLET, .4mg, 25 TABLETS PER BOTTLE 40BOTTLE28-20-10-30ONDANSETRON INJECTION, 2mg/2ml, 4mg in 2ml VIAL 16PACK28-20-10-31ONDANSETRON, 4mg ORALLY DISENTEGRATING TABLETS 155BOX28-20-10-32CYANOKIT, 5gm HYDROXOCOBALAMIN KIT (CONTAINS ONE IV AMIN SET AND ONE TRANSFER SPIKE) 20EA28-20-10-33ROCURONIUM BROMIDE 10 mg/ml 10ML VIAL 3BOX28-20-10-34VECURONIUM BROMIDE 10mg/10ml VIAL (POWDER) 3BOX28-20-10-35TRANEXAMIC ACID, 100mg/ml, 10ml VIAL 3BOX28-20-10-36ADENOSINE, 6mg, 2ml SDV 8BOX28-20-10-37 10% DEXTROSE INJECTION 250ml IV Bag4CASETOTAL PHARMACEUTICALS - GROUP IUNIT PRICE AMOUNT UNIT PRICE AMOUNTINTEGRA PHARMA SOLUTIONS, LLCMEDCONO BID 5.79 110.01$ NO BID 21.20 5,300.00$ NO BID 251.76 25,176.00$ NO BID 78.29 391.45$ NO BID 101.99 4,895.52$ 1.040 124.80$ 1.22 146.40$ NO BID 56.29 562.90$ NO BID 6.49 194.70$ NO BID 4.99 79.84$ NO BID 19.23 769.20$ NO BID NO BIDNO BID 27.49 274.90$ NO BID 28.79 1,497.08$ NO BID 4.99 49.90$ NO BID 29.29 351.48$ NO BID 62.39 374.34$ NO BID 17.99 1,259.30$ NO BID 24.29 971.60$ 44.100 3,087.00$ 4.79 335.30$ NO BID 6.79 217.28$ NO BID 9.79 293.70$ NO BID NO BIDNO BID 103.20 1,238.40$ NO BID NO BIDNO BID 91.77 458.85$ NO BID NO BIDNO BID 37.09 259.63$ NO BID 148.44 21,523.80$ NO BID 24.29 971.60$ NO BID 17.49 279.84$ NO BID 2.39 370.45$ NO BID 63.49 1,269.80$ NO BID 99.25 297.75$ NO BID 114.00 342.00$ NO BID 85.49 256.47$ NO BID 55.65 445.20$ NO BID 192.50 770.00$ 3,211.80$ 71,734.69$ Page 50 of 51Page 66Item 3. BID NUMBER: 28-20DATE OPENED: JANUARY 28, 2020BID TABULATIONANNUAL REQUIREMENTS CONTRACT FORMEDICAL SUPPLIES AND PHARMACEUTICALS ITEM DESCRIPTIONNO.EST. QTY. UNITPHARMACEUTICALS - GROUP II28-20-11-01FENTANYL CITRATE, .05mg/ml, 2ml VIAL 8BOX28-20-11-02MIDAZOLAM INJECTION, 1mg/ml, 5mL VIAL 30BOX28-20-11-03MORPHINE SULFATE INJECTION, 10mg/ml VIAL 4BOX28-20-11-04KETAMINE HYDROCHLORIDE, 500mg/5ml VIAL 8BOX28-20-11-05KETAMINE HYDROCHLORIDE, 500mg/10ml VIAL 8BOXTOTAL PHARMACEUTICALS - GROUP IIMEDICAL SUPPLIES - TOTAL GROSS PRICEMEDICAL SUPPLIES - LINE ITEMS BIDPHARMACEUTICALS - TOTAL GROSS PRICEPHARMACEUTICALS - LINE ITEMS BIDCOMBINED - TOTAL GROSS PRICECOMBINED - LINE ITEMS BIDUNIT PRICE AMOUNT UNIT PRICE AMOUNTINTEGRA PHARMA SOLUTIONS, LLCMEDCONO BID NO BIDNO BID NO BIDNO BID NO BIDNO BID 52.84 422.72$ NO BID 58.12 464.96$ -$ 887.68$ 60 out of 334 6 out of 3342 out of 42 35 out of 4241 out of 37662 out of 37684,589.67$ 257,343.90$ 72,622.37$ 3,211.80$ 11,967.30$ 254,132.10$ Page 51 of 51Page 67Item 3. February 15, 2024 City of Richardson 2360 Campbell Creek Blvd Suite 525 Richardson, TX 75082 Email: lisa.termorshuizen@cor.gov RE: Renewal for Pharmaceuticals & Medical Supplies Dear Lisa TerMorshuizen: Bound Tree would be like to move forward with the renewal of the above referenced contract for the renewal. Period of now, March 16th, 2024, through March 16th, 2025. As part of the contract renewal, we would need. To amend some of the contract pricing. All other portions of the contract will remain unchanged. Several key supplier partners have notified us of recent price increases. These were nationwide increases, not just increases for Bound Tree. The remaining items on the bid will stay at the same pricing. As a result, we are requesting a contract amendment to adjust the contract prices that have been impacted to reflect the direct pass-through of the manufacturer increases that cannot be absorbed. There is no action you need to take if you accept the increases and substitutions; your contract will be amended, and you will continue to have access to the products. If you do not accept the current increases, please notify us on or before March 8th, 2024, and the items will be removed from your contract. Thank you for you run wavering commitment to serving your communities and allowing us to be your trusted partner. We appreciate your partnership and your understanding of this situation. If you have any questions regarding these contract price changes, please reach out to your Bound Tree Account Manager our Contracts team by phone or email. Sincerely, Ashley Mihalyi Heather Legg Account Manager Pricing Analyst, Bids & Contracts 469.418.7615 614.760.5179 ashley.mihalyi@Boundtree.com heather.legg@Boundtree.com Page 68 Item 3. RICHARDSONTEXASFebruary15,2024BoundTreeMedicalLLC5000TuttleCrossingBlvdDublin,OH43016RE:AnnualContract:AIR/C:PHARMACEUTICALS&MEDICALSUPPLIESPurchaseOrder321000074CurrentEffectiveDate:03/17/2023through03/16/2024TheCityofRichardsondesirestorenewtheabovereferencedcontract,whichexpireson,03/16/2024foranadditionalone-yearperiod,through03/16/2025.ThisrenewalwouldbeconsistentwiththesametermsandconditionsasoutlinedintheoriginalCityofRichardsonInvitationtoBid#28-20.Ifyouareinagreement,pleasereplyinwriting,viaemailatlisa.termorshuizen(dcor.gov.Welookforwardtohearingfromyousoon.XYes,Iagreetorenewtheabovereferencedcontractatthesametermsandconditionsoftheoriginalbid.No,Idonotwanttorenewtheabovereferencedcontract.Respectfully,c%aTashutgnLisaTerMorshuizenPurchasingSupervisorAcknowledged&Approved:PrintedName:ReriweatrTitle:PresidentSignature:_________________________Date:02/lSi2024P.O.Box830309Richardson,TX75083972.744.4130Tel972.744.5808Fax.cor.netPage 69Item 3. LOWERTIERPARTICIPANTDEBARMENTCERTIFICATIONRobMeriweatherbeingduly(Nameofcertifyingofficial)swornorunderpenaltyofpeijuryunderthelawsoftheUnitedStates,certifiesthatneitherBoundTreeMedical,LLCnoritsprincipals(Nameoflowertierparticipant)arepresently:•debarred,suspended,proposedfordebarment,•declaredineligible,or•voluntarilyexcludedfromparticipationinthistransactionbyanyfederaldepartmentoragencyWheretheaboveidentifiedlowertierparticipantisunabletocertifytoanyoftheabovestatementsinthiscertification,suchprospectiveparticipantshallindicatebelowtowhomtheexceptionapplies,theinitiatingagency,anddatesofaction.Exceptionswillnotnecessarilyresultindenialofawardbutwillbeconsideredindeterminingcontractorresponsibility.Providingfalseinformationmayresultincriminalprosecutionofadministrativesanctions.EXCEPTIONS:NSignaturebPresidentTitle02/1512024DateofCertificationCertigOfficialPage 70Item 3. PROHIBITIONOFBOYCOTTOFENERGYCOMPANIESProhibitionofBoycottEnergyCompanies.InaccordancewithTexasGovernmentCodeChapter2274,Professional(Contractor)verifiesthatitdoesnotBoycottEnergyCompaniesandagreesthatduringthetermofthisAgreementwillnotBoycottEnergyCompaniesasthattermisdefinedinTexasGovernmentCodeSection809.001,asamended.ThissectiondoesnotapplyifProfessional(orContractor)isasoleproprietor,anon-profitentity,oragovernmentalentity;andonlyappliesif:(i)Professional(orContractor)hasten(10)ormorefulltimeemployeesand(ii)thisAgreementhasavalueof$100,000.00ormoretobepaidunderthetermsofthisAgreement.IRobMeriweatherthePresident(NameofCertifyingOfficial)(TitleorPositionofCertifyingOfficial)ofBoundTreeMedical,LLCdoesherebyverifyonbehalfofsaidcompanytothe(NameofCompany)CityofRichardsonthatsaidcompanydoesnotBoycottEnergyCompaniesandagreesthatduringthetermofthisAgreemntwillnotBoycottEnergyCompaniesasthattermisdefinedinTexasGovernmentCodeSectin809.001,asamended.SignaturlCeifyinOfficialPresidentTitle02/15/2024DateofCertificationPage 71Item 3. PROHIBITIONOFDISCRIMINATIONAGAINSTFIREARMENTITIESANDFIREARMTRADEASSOCIATIONSInaccordancewithTexasGovernmentCodeChapter2274,Professional(Contractor)verifiesthatitdoesnothaveapractice,policy,guidance,ordirectivethatdiscriminatesagainstafirearmentityorfirearmtradeassociation;and(ii)willnotdiscriminateduringthetermofthecontractagainstafirearmentityorfirearmtradeassociation.Thissectiononlyappliesif:(i)Professional(orContractor)hasten(10)ormorefulltimeemployeesand(N)thisAgreementhasavalueof$100,000.00ormoretobepaidunderthetermsofthisAgreement;anddoesnotapply:(i)ifProfessional(orContractor)isasoleproprietor,anon-profitentity,oragovernmentalentity;(N)toacontractwithasole-sourceprovider;or(Ni)toacontractforwhichnoneofthebidsfromacompanywereabletoprovidetherequiredcertification.IRobMeriweatherthePresident(NameofCertifyingOfficial)(TitleorPositionofCertifyingOfficial)BoundTreeMedical,LLCdoesherebyverifyonbehalfofsaidcompanytothe(NameofCompany)CityofRichardsonthatsaidcompanydoesnothaveapractice,policy,guidance,ordirectivethatdiscriminatesagainsfirearmentityorfirearmtradeassociation;andwillnotdiscriminateduringthetermofthecontctagainstafirearmentityorfirearmtradeassociation.SignatuñáfCertfyingOfficialPresidentTitle02/15/2024DateofCertificationPage 72Item 3. PROHIBITIONONCONTRACTSWITHCOMPANIESBOYCOTTINGISRAELTexasGovernmentCodeChapter2270,ProhibitsonContractswithCompaniesBoycottingIsrael.Astateagencyandapoliticalsubdivision(whichincludesacity)maynotenteracontractwithacompanyforgoodsorservicesunlessthecontractcontainsawrittenverificationfromthecompanythat;(i)itdoesnotBoycottIsrael;and(ü)willnotBoycottIsraelduringthetermofthecontract.ThissectiondoesnotapplyiftheCompanyisasoleproprietor,anon-profitentityoragovernmentalentity;andonlyappliesif:(i)theCompanyhasten(10)ormorefulltimeemployeesand(B)thisContracthasavalueof$100,000.00ormoretobepaidunderthetermsofthisContract.“BoycottIsrael”isdefinedtomeanrefusingtodealwith,terminatingbusinessactivitieswith,orotherwisetakinganyactionthatisintendedtopenalize,inflicteconomicharmon,orlimitcommercialrelationsspecificallywithIsrael,orwithapersonorentitydoingbusinessinIsraelorinanIsraeli-controlledterritory,butdoesnotincludeanactionmadeforordinarybusinesspurposes.“Company”isdefinedtomeanafor-profitsoleproprietorship,organization,association,corporation,partnership,jointventure,limitedpartnership,limitedliabilitypartnership,orlimitedliabilitycompany,includingawhollyownedsubsidiary,majority-ownedsubsidiary,parentcompany,oraffiliateofthoseentitiesorbusinessassociationsthatexiststomakeaprofit.IRobMeriweatherthePresident(NameofCertifyingOfficial)‘(TitleorPositionofCertifyingOfficial)ofBoundTreeMedical,LLCdoesherebyverifyonbehalfofsaidcompanytothe(NameofCompany)CityofRichardsonthsaidcompanydoesnotBoycottIsraelandwillnotBoycottIsrael(asthattermisdefinedinTexasoernmentCodeSection808.001,asamended)duringthetermofthiscontract.Signatur&bfCeif)hgOfficialPresidenTitle02/15/2024DateofCertificationPage 73Item 3. Price Sheet ID B21-A-103987-R4 Item ID Item Description UoM 0003 Bite stick, latex free 10ea/pk EA 0074490201 DEXTROSE 50% 25GM, 50ML LIFESHIELD SYRINGE 1013A 10EA/BX BX 0074491401 MAGNESIUM SULFATE 50% 5GM 10ML ANSYR 1027C 10EA/BX BX 0120-49 Nitroglycerin Lingual (4.9gm) Pump Spray (60 metered doses)EA 0128 Forceps, Magill, child EA 0129 Forceps, Magill, adult EA 0159-25EA Adrenalin (Epinephrine) 1mg, 1ml (1:1000) Vial 25ea/pk PK 0166-41 Tranexamic Acid 100mg/ml, 10ml vial 10EA/BX BX 020006 LTD QTY - AIRWAY LARGE ADULT SIZE 12 CATH-GUIDE 12/BG 4BG/CS EA 020009 *DCV-NO SUB * AIRWAY KIT SIZES 5.5,6,7,8,9,10,11,12 CATH-GUIDE LIFESAVER EA 020400 Endotracheal Tube Holder, Thomas, Pediatric/Child, for ET/SGA Tubes 4.3mm ID to 15.8mm OD EA 020500 Endotracheal Tube Holder, Thomas, Adult, for ET/SGA Tubes 6.5mm ID to 21mm OD EA 020550 HANDWHEEL WITH CHAIN PLASTIC EA 020634 O2 Connector, Barb, Nipple/Nut, Tapered, Plastic 50ea/cs EA 021410 AIR FLOW MONITOR BAAM 100/CS EA 028056 Curaplex Nasopharyngeal Airway Set of 5 in Poly Bag incl 20-22- 24-26-30 French EA 0301-68 Adenosine 12mg, 4ml Luer Lock Syringe 10/BX BX 0310-11 Cyanokit kit 5gm 1per kit EA 0318-04 Adenosine 12mg, 4ml Vial 10/bx BX 0367-25 Dexamethasone, 10mg/ml, 1ml Vial 25ea/pk PK 0390-10 Ondansetron 4mg Orally Disintegrating Tablet 3x10UD BX 0409-0047-22 Solu-Medrol, 125mg, 2ml ACT-O-VIAL 25EA/BX BX 0409-4350-03 Diltiazem 100mg ADD-vantage Vial, Non-Refrig 10/bx (diluent req'd -sold sep) BX 0436-01 LTD QTY - Nitroglycerin 0.4mg tabs 100 per bottle BT 044-AS00503SEA Bulb syringe, ear/ulcer, 3 oz, vinyl, sterile 50ea/cs EA 0582-82 Glucagon 1mg Emergency Kit EA 064-11 Magnesium Sulfate 50% 5gm, 10ml vial 25EA/BX BX Customer Contracts Price Sheet Description Richardson Supplies and Pharma Renewal 4 Page 74 Item 3. 0741-14 Tetracaine Hydrochloride (HCL) 4ml, 12ea/bx 4ml Bottle and Dropper/Blister Pack BX 080504 BANDAGE ELASTIC LATEX FREE 4 IN 10RLS/BX 5BX/CS RL 080841 EYE PADS OVAL STERILE 1 5/8 IN X 2 5/8 IN 50/BX 12BX/CS BX 0821-11 ENGERIX B 20MCG 1ML VIAL **REFRIGERATED** 10/BX BX 088534 Tape, Clear, Curity, 1 in x 10 yd, Hypo-allergenic 12/bx 10bx/cs BX 0931-44 VECURONIUM 10MG 10ML VIAL (POWDER) 10EA/BX BX 10013 I-PRIN, 200mg Ibuprofen Tablets 2/pk 250pk/bx 12bx/cs BX 101-25 Diphenhydramine 50mg, 1ml vial 25/BX BX 1015-10401 Gloves, LifeStar EC, SM, Nitrile, White Exterior/Blue Interior, Powder Free, 12 in 100/bx 10bx/cs BX 1015-10402 Gloves, LifeStar EC, MED, Nitrile, White Exterior/Blue Interior, Powder Free, 12 in 100/bx 10bx/cs BX 1015-10403 Gloves, LifeStar EC, LG, Nitrile, White Exterior/Blue Interior, Powder Free, 12 in 100/bx 10bx/cs BX 1015-10404 Gloves, LifeStar EC, XL, Nitrile, White Exterior/Blue Interior, Powder Free, 12 in 100/bx 10bx/cs BX 1015-10405 Gloves, LifeStar EC, 2XL, Nitrile, White Exterior/Blue Interior, Powder Free, 12 in 100/bx 10bx/cs BX 1015-10406 Gloves, LifeStar EC, 3XL, Nitrile, White Exterior/Blue Interior, Powder Free, 12 in 90/bx 10bx/cs BX 1022-15676 Safety Glasses, Nemesis V30, Black Frame, Clear Lens, Neck Cord included 12ea/cs EA 1022-28615 Safety Glasses, Nemesis Rx Reader, 1.5, Clear Lens, Black Frame 6ea/bx EA 1022-28637 Safety Glasses, Nemesis Polarized, Brown Frame, Brown Lens 12ea/bx EA 103-10 Epinephrine 1mg, 1ml ampule 1ea 10ea/pk PK 1031-91422 Face Mask, 3-Ply, Earloops, Blue, ASTM Level II, 50/BX, 6BX/CS BX 10391 Syringe and Needle, VanishPoint Retractable, 3cc, 25 ga x 1 inch 100/bx 10391 BX 1061-17517 PDI SUPER SANI CLOTH WIPES 6 IN X 6 IN 160/TB 12TB/CS TB 1071-17367 Curaplex Multi-Purpose Collection Bag with Hook 12/PK 40PK/CS PK 10868 GASKET REGULATOR O-RING 50EA/CS EA 1110-09734 Tape, Clear, Curity, 3 in x 10 yd, Hypo-allergenic 4/bx 10bx/cs BX 1110-14006 Curaplex Cloth (Silk) White Adhesive Tape, 10 yds, 1/2inch 24/bx, 12bx/cs BX 1110-14007 Curaplex Cloth (Silk) White Adhesive Tape, 1 in x 10 yds 12/bx, 12bx/cs BX 1110-14008 Curaplex Cloth (Silk) White Adhesive Tape, 10 yds, 2 inch 6/bx, 12bx/cs BX 1110-14009 Curaplex Cloth (Silk) White Adhesive Tape, 10 yds, 3 inch 4/bx, 12bx/cs BX 111500 MegaMover Transport Unit, 40 in x 80 in, Non-woven/Poly, White/Black, 14 Handles 10ea/cs EA 1121-36545 Curaplex Fluff Bandage Roll 4.5x4.1yds, 6ply Non-Sterile, 100rl/cs RL Page 75 Item 3. 1121-36556 Curaplex Conforming Stretch Gauze Bandage, Sterile, 4 in 12rl/bx 8bx/cs BX 1121-36557 Curaplex Conforming Stretch Gauze Bandage, Sterile, 6 in, 6rl/bx 8bx/cs BX 1121-36560 Curaplex Conforming Stretch Gauze Bandage, Non-Sterile, 4 in 12rl/bg, 8bg/cs BG 1121-36571 Curaplex Cohesive Elastic Bandage, 2 in, Blue, Latex Free 36rl/bx 6bx/cs BX 1121-36573 Curaplex Cohesive Elastic Bandage, 4 in, Blue, Latex Free 18rl/bx 6bx/cs BX 1122-14952 Curaplex Plastic Adhesive Bandage, 3/4in x 3in, 100/BX 60BX/CS BX 1122-14960 Curaplex Fabric Adhesive Bandage, 1in x 3in, 100/BX 60BX/CS BX 1124-32400 Curaplex Triangular Bandage, Muslin 12/pk 20pk/cs 40 in x 40 in x 56 in PK 11308 Syringe and Needle, EXEL, 10cc, 20 ga x 1 1/2 in 100ea/bx 8bx/cs EA 11309 Needle, Exel, hypodermic, regular bevel, 27 ga x 1/2 in 100ea/bx 20bx/cs EA 11313 Needle, Exel, hypodermic, regular bevel, 22 ga x 1 1/2 in 100ea/bx 20bx/cs EA 11314 Needle, Exel, hypodermic, regular bevel, 21 ga x 1 in 1/ea 10ea/ct 100ea/bx 20bx/cs EA 11613 Aspirin 325mg Tablets 2/pk, 250pk/bx 12bx/cs BX 1212-12110 Curaplex Abdominal Combine Dressing, Sterile, 5 in x 9 in, 25/BX 16BX/CS BX 1214-35034 QuikClot Combat Gauze, LE Z-Fold, 3 inch x 4 yards, Black Packaging EA 1214-39011 Celox RAPID Hemostatic Gauze, 5 ft Z-Fold, 100EA/CS EA 1214-47548 QuikClot EMS Rolled Gauze, 3 inch x 48 inch, Sterile, White, Nonwoven w/Kaolin EA 1220-40009 Tourniquet, SOF TOURNIQUET, Extremity Tourniquet, Black, 1.5 in Wide EA 12996 Curaplex Stylette, ET Tube Introducer, 6 Fr (2.0 - 3.5) 1/EA 20EA/BX 10BX/CS EA 1330-85300 Curaplex Alcohol Prep Pad, Medium, Sterile 200/BX 20BX/CS BX 1340-27000 Curaplex Lubricating Jelly, Foil Packet 2.7g 144/BX 12BX/CS BX 1340-40000 Curaplex Lubricating Jelly, Tube, 4 oz 1/EA 12EA/BX 6BX/CS EA 134-B505-1011 Pulse Oximeter Sensor Cable, Finger, 4 ft, Adult/Juvenile, New Style Clip, 7 pin, Nellcor-Compatible EA 1350-53205 Triple Antibiotic Ointment w/Bacitracin, Neomycin, Polymyxin B, 0.9gm UD 25/bx 36bx/cs BX 1350-53210 Triple Antibiotic Ointment w/Bacitracin, Neomycin, Polymyxin B, 0.9gm UD 144/bx 12bx/cs BX 1360-62022 Ammonia 15-30% Strength Towelettes 10/BX 30BX/CS bx 1421-40012 Hydrogen Peroxide 3%, 16 oz, 12EA/CS EA 14288 Curaplex Oxygen Regulator, All-Brass, 2 DISS, 1 Barb, CGA870 EA 1431-77000 Curaplex Cold Pack - Large 1/EA 24EA/CS EA 1432-67000 Curaplex Hot Pack - Large 1/EA 24EA/CS *HAZMAT*EA 150066K1 Vaseline Petrolatum Gauze Strip, 3in x 9in Peelable Foil PK 200ea/cs EA Page 76 Item 3. 1511 Particulate Respirator, N95 Mask, SM w/Nose Flange, Latex Free 20/bx 8bx/cs BX 1512 Particulate Respirator, N95, Med w/Nose Flange, Latex Free, 20/bx, 8bx/cs BX 1513 Particulate Respirator, N95 Mask, LG w/Nose Flange, Latex Free 20/bx 8bx/cs BX 151527 3M Tape, Surgical, Transpore, 1 in x 10 yd, Adhesive, Clear, Porous, Latex Free, 12/bx, 10bx/cs BX 16008 SUCTION TUBING 1/4 50EA/CS EA 16106 Curaplex Suction Tubing 1/4 in x 6 ft 1/EA 20EA/CS EA 16107 Curaplex Yankauer with Vent 20ea/CS EA 1612-84110 Curaplex IV Catheter, CuraSlide, 14 ga x 1 1/4 in, Safety 50ea/bx 4bx/cs EA 1612-84120 Curaplex IV Catheter, CuraSlide, 16 ga x 1 1/4 in, Safety 50ea/bx 4bx/cs EA 1612-84130 Curaplex IV Catheter, CuraSlide, 18 ga x 1 1/4 in, Safety 50ea/bx 4bx/cs EA 1612-84140 Curaplex IV Catheter, CuraSlide, 20 ga x 1 1/4 in, Safety 50ea/bx 4bx/cs EA 1612-84150 Curaplex IV Catheter, CuraSlide, 22 ga x 1 in, Safety 50ea/bx 4bx/cs EA 1612-84160 Curaplex IV Catheter, CuraSlide, 24 ga x 3/4 in, Safety 50ea/bx 4bx/cs EA 1613-26814 IV Catheter, ViaValve Safety w/Blood Control, 14 ga x 1.25 inch, Orange 200ea/cs EA 1613-32616 IV Catheter, ViaValve Safety w/Blood Control, 16 ga x 1.25 inch, Gray, Techrilon 50ea/bx 4bx/cs EA 1613-32618 IV Catheter, ViaValve Safety w/Blood Control, 18 ga x 1.25 inch, Green, Techrilon 50ea/bx 4bx/cs EA 1613-32620 IV Catheter, ViaValve Safety w/Blood Control, 20 ga x 1.25 inch, Pink, Techrilon 50ea/bx 4bx/cs EA 1613-32621 IV Catheter, ViaValve Safety w/Blood Control, 20 ga x 1 inch, Pink, Techrilon 50ea/bx 4bx/cs EA 1613-32622 IV Catheter, ViaValve Safety w/Blood Control, 22 ga x 1 inch, Blue, Techrilon 50ea/bx 4bx/cs EA 1613-32624 IV Catheter, ViaValve Safety w/Blood Control, 24 ga x .625 inch, Yellow, Techrilon 50ea/bx 4bx/cs EA 1613-86214 Curaplex CuraSlide BC Safety IV Catheter w/ Blood Control, 14ga x 1-1/4in, Orange 50EA/BX 4BX/CS EA 1613-86216 Curaplex CuraSlide BC Safety IV Catheter w/ Blood Control, 16ga x 1-1/4in, Gray 50EA/BX 4BX/CS EA 1613-86218 Curaplex CuraSlide BC Safety IV Catheter w/ Blood Control, 18ga x 1-1/4in, Green 50EA/BX 4BX/CS EA 1613-86220 Curaplex CuraSlide BC Safety IV Catheter w/ Blood Control, 20ga x 1-1/4in L, Pink 50EA/BX 4BX/CS EA 1613-862202 Curaplex CuraSlide BC Safety IV Catheter w/ Blood Control, 20ga x 1in L, Pink 50EA/BX 4BX/CS EA 1613-86222 Curaplex CuraSlide BC Safety IV Catheter w/ Blood Control, 22ga x 1in L, Blue 50EA/BX 4BX/CS EA 1613-86224 Curaplex CuraSlide BC Safety IV Catheter w/ Blood Control, 24ga x 5/8in L, Yellow 50EA/BX 4BX/CS EA 16242 Curaplex Select Defib Pads, Physio Adult/Child Combo, Leads Out Direct Connect >10KG/22LBS 10pr/cs PR 1631-50618 Syringe and Needle, BD, 3mL, 18 ga x 1.5 in Luer-Lok Blunt-fill Detachable 100/bx 8bx/cs BX 1632-01 DCB-USE 0931-44 * VECURONIUM 10MG 10ML VIAL (POWDER) 10EA/BX Mfg B/O until 2026 BX Page 77 Item 3. 1632-63420 Syringe and Needle, BD Luer Lok Tip, 5cc, 20 ga x 1 inch 100/bx 4bx/cs BX 1633-26510 Syringe, Luer Lock, 10-12cc, 100ea/bx 8bx/cs EA 1633-29030 Syringe, Luer Lock, 30-35cc, 50ea/bx 5bx/cs EA 1633-30303 Syringe Only, 3cc, Luer Lock, 100ea/bx 24bx/cs EA 16353 Curaplex Multi-Trauma Dressing, 12 in x 30 in, Sterile, 50ea/cs EA 16383 Curaplex Select Multi-Function Defib Pads, Physio-Control Pediatric/Infant <10kg/22lb 10pr/cs PR 16384 Curaplex Select Multi-Function Defib Pads, Physio-Control Adult/Child >10KG/22LBS 10pr/cs PR 1641-42018 Needle, Exel, hypodermic, regular bevel, 18 ga x 1 1/2 in 100ea/bx 20bx/cs EA 170002 THERMOMETER DIGITAL ADTEMP II 12ea/bx EA 1712-10830 Curaplex IV Admin Set, 10 Drp, 83in, Pre-Prcd Y-Site, SrLk Ndle-Free Y Ste, Rotat Male LL 50EA/CS EA 1712-10835 Curaplex IV Admin St, 10Drp, 89in, Rll Clmp,PP YSite, SrLk Ndle-Fr YSite, Atchd Ext Set,1/EA 50EA/CS EA 1712-60830 Curaplex IV Admin Set, 60Drp, 83in,PP Y-Site, Sure-Lok Ndle- Free Y-Site, Rotat Male LL 1/EA 50EA/CS EA 1714-31081 Curaplex Exten Set, 8 in, Rmvble Sure-Lok, NeedleFree Connect, Rotating Male LL 1/EA 50EA/CS EA 1714-41607 Pressure Infusion (400psig) Extension Set, 7 in, w/Microclave, Purple Slide Clamp 1/EA 50EA/CS EA 171950 SENSOR DISPOSABLE ADHESIVE INFANT 24/CS OXIMAX MAX-I EA 172132 Wall Holder for the SureTemp Plus 690/692 Thermometer EA 172190 Stethoscope, Littmann Lightweight II S.E., Black Tube, 28 inch, Double Sided Chestpiece EA 17513 Extra Strength APAP, 500mg Acetaminophen Tablets 2/pk 250pk/bx 12bx/cs BX 175412 SENSOR DISPOSABLE ADHESIVE ADULT 24/CS OXIMAX MAX-A EA 176324 FILTERLINE H SET INFANT/NEONATE, INCL AIRWAY ADAPTER, FILTERLINE, MICROSTREAM CONNECTION 25/BX EA 177266 SMART CAPNOLINE PEDIATRIC , NON INTUBATED, ORAL NASAL, NO O2 DELIVERY 25/BX 007266 EA 177268 SMART CAPNOLINE PLUS NON INTUBATED, ORAL NASAL W/O2 TUBING, ADULT/INTERMEDIATE 100EA/BX EA 177669 SMART CAPNOLINE, PEDIATRIC, NON INTUBATED, ORAL NASAL W/OXYGEN TUBING 25/BX EA 179200 Thermometer, Electronic, SureTemp Plus 690, 4 Ft Cord, Oral Probe w/Well EA 179642 THERMOMETER SHEATHS DISPOSABLE FOR EXERGEN THERMOMETER 250/BX BX 1841-14000 Curaplex Tourniquet 1 in x 18 in, Blue, Rolled, Latex-Free 250/BG 2BG/CS BG 1860-87064 Sharps Container, 4 Quart 12ea/cs EA 1860-87085 Sharps Container, 5.4 quart 12ea/cs EA 18721 BANDAID, KIDS BUGS AND DAFFY 100/BX 12/BX/CS BX Page 78 Item 3. 1880-13022 Combat Application Tourniquet (CAT) Tactical Black, Gen 7, One-handed Tourniquet - Windlass System EA 1880-23315 Combat Application Tourniquet (CAT) Orange, Gen 7, One- handed Tourniquet - Windlass System EA 1880-93102 Tourniquet, SAM Junctional, incl 2 Compression Devices, Hand Pump, Aux Strap, Extender, IFU 6/cs EA 1920-01010 IV flush syringe, Normal Saline, 10ml Prefilled in 10ml Syringe 30ea/bx 8bx/cs EA 199080 BLADE LARYNGOSCOPE SIZE 3 MAC MCGRATH STERILE DISPOSABLE 1/EA 50EA/BX EA 199081 BLADE LARYNGOSCOPE SIZE 4 MAC MCGRATH STERILE DISPOSABLE 1/EA 50EA/BX EA 199995 Fora GD20 Test Strips CLIA MODERATE 50/ bottle *Approved for Multipatient Use* (one bottle per box) BX 200024 SURFACE DISINFECTANT BOTTLE WITH SPRAYER 24 OZ 12/CS ENVIROCIDE EA 201001 ALCOHOL ISOPROPYL 70% 16 OZ 12/CS EA 2010-35050 Curaplex Disposable Guedel Oral Airway, 50mm (Blue) 1/EA 50EA/BG 50BG/CS EA 2010-35060 Curaplex Disposable Guedel Oral Airway, 60mm (Black) 1/EA 50EA/BG 40BG/CS EA 2010-35070 Curaplex Disposable Guedel Oral Airway, 70mm (White) 1/EA 50EA/BG 24BG/CS EA 2010-35080 Curaplex Disposable Guedel Oral Airway, 80mm (Green) 1/EA 50EA/BG 20BG/CS EA 2010-35090 Curaplex Disposable Guedel Oral Airway, 90mm (Yellow) Individually Wrapped 1/EA 50EA/BG 16BG/CS EA 2010-35100 Curaplex Disposable Guedel Oral Airway, 100mm (Red) Individually Wrapped 1/EA 50EA/BG 14BG/CS EA 2010-36110 CURAPLEX GUEDEL AIRWAY, 110 MM, ORANGE, 50EA/BG, 12BG/CS (600EA/CS) EA 2021-18120 *DCB-USE 2021-23970 * Curaplex Select Nasopharyngeal Airway, 20 Fr, 5.0mm, Robertazzi Style, 10ea/bx EA 2021-18122 *DCB-USE 2021-23972 * Curaplex Select Nasopharyngeal Airway, 22 Fr, 5.5mm, Robertazzi Style 10ea/bx EA 2021-18124 LTD QTY - Curaplex Select Nasopharyngeal Airway, 24 Fr, 6.0mm, Robertazzi Style, 10ea/bx EA 2021-18126 *DCB-USE 2021-23976 * Curaplex Select Nasopharyngeal Airway, 26 Fr, 6.5mm, Robertazzi Style, 10ea/bx EA 2021-18128 *DCB-USE 2021-23978 * Curaplex Select Nasopharyngeal Airway, 28 Fr, 7.0mm, Robertazzi Style 10/bx EA 2021-18130 LTD QTY - Curaplex Select Nasopharyngeal Airway, 30 Fr, 7.5mm, Robertazzi Style, LF 10/B EA 2021-18132 *DCB-USE 2021-23982 * Curaplex Select Nasopharyngeal Airway, 32 Fr, 8.0mm, Robertazzi Style, LF, 10/ EA 2021-18134 *DCB-USE 2021-23984 * Curaplex Select Nasopharyngeal Airway, 34 Fr, 8.5mm, Robertazzi Style, LF 10/b EA 2021-18136 *DCB-USE 2021-23986 * Curaplex Select Nasopharyngeal Airway, 36 Fr, 9.0mm, Robertazzi Style, LF, 10/ EA 2051-05 C3 KETAMINE 100MG/ML, 5ML VIAL, 10/BX BX Page 79 Item 3. 2113-10225 Curaplex Select Endotracheal Tube with Stylette, 2.5mm, Cuffed 10ea/bx 10bx/cs EA 2113-20230 Curaplex Select Endotracheal Tube, 3.0mm, Cuffed, w/o Stylette 10ea/bx 10bx/cs EA 2113-20235 Curaplex Select Endotracheal Tube, 3.5mm, Cuffed, w/o Stylette 10ea/bx 10bx/cs EA 2113-20240 Curaplex Select Endotracheal Tube, 4.0mm, Cuffed, w/o Stylette 10ea/bx 10bx/cs EA 2113-20245 Curaplex Select Endotracheal Tube, 4.5mm, Cuffed, w/o Stylette 10ea/bx 10bx/cs EA 2113-20250 Curaplex Select Endotracheal Tube, 5.0mm, Cuffed, w/o Stylette 10ea/bx 10bx/cs EA 2113-20255 Curaplex Select Endotracheal Tube, 5.5mm, Cuffed, w/o Stylette 10ea/bx 10bx/cs EA 2113-20260 Curaplex Select Endotracheal Tube, 6.0mm, Cuffed, w/o Stylette 10ea/bx 10bx/cs EA 2113-20265 Curaplex Select Endotracheal Tube, 6.5mm, Cuffed, w/o Stylette 10ea/bx 10bx/cs EA 2113-20270 Curaplex Select Endotracheal Tube, 7.0mm, Cuffed, w/o Stylette 10ea/bx 10bx/cs EA 2113-20275 Curaplex Select Endotracheal Tube, 7.5mm, Cuffed, w/o Stylette 10ea/bx 10bx/cs EA 2113-20280 Curaplex Select Endotracheal Tube, 8.0mm, Cuffed, w/o Stylette 10ea/bx 10bx/cs EA 2113-20285 Curaplex Select Endotracheal Tube, 8.5mm, Cuffed, w/o Stylette 10ea/bx 10bx/cs EA 2113-20290 Curaplex Select Endotracheal Tube, 9.0mm, Cuffed, w/o Stylette 10ea/bx 10bx/cs EA 2113-20295 Curaplex Select Endotracheal Tube, 9.5mm, Cuffed, w/o Stylette 10ea/bx 10bx/cs EA 2113-20320 Curaplex Select Endotracheal Tube, 2.0mm, Uncuffed, w/o Stylette 10ea/bx 10bx/cs EA 2114-08203 I-GEL SUPRAGLOTTIC AIRWAY FOR SMALL ADULTS (SIZE 3) 65-130 LBS (30-60 KG) 25EA/CS EA 2114-08204 I-GEL SUPRAGLOTTIC AIRWAY FOR MEDIUM ADULTS (SIZE 4) 110-200 LBS (50-90 KG) 25EA/CS EA 2114-08205 I-GEL SUPRAGLOTTIC AIRWAY FOR LARGE ADULTS (SIZE 5) 200+ LBS (90+ KG) 25EA/CS EA 2114-60005 Air-Q sp3G Size 0 Intubating Laryngeal Airway, Self- Pressurizing with Gastric Access 10EA/CS EA 2114-60055 Air-Q sp3G Size 0.5 Intubating Laryngeal Airway, Self- Pressurizing with Gastric Access 10EA/CS EA 2114-60105 Air-Q sp3G Size 1.0 Intubating Laryngeal Airway, Self- Pressurizing with Gastric Access 10EA/CS EA 2114-60155 Air-Q sp3G Size 1.5 Intubating Laryngeal Airway, Self- Pressurizing with Gastric Access 10EA/CS EA 2114-60205 Air-Q sp3G Size 2.0 Intubating Laryngeal Airway, Self- Pressurizing with Gastric Access 10EA/CS EA 2114-60305 Air-Q sp3G Size 3.0 Intubating Laryngeal Airway, Self- Pressurizing with Gastric Access 10EA/CS EA 2114-60405 Air-Q sp3G Size 4.0 Intubating Laryngeal Airway, Self- Pressurizing with Gastric Access 10EA/CS EA 2114-60505 Air-Q sp3G Size 5.0 Intubating Laryngeal Airway, Self- Pressurizing with Gastric Access 10EA/CS EA 2114-87301 i-gel O2 Resus Pack, SM Adult, incl size 3 i-gel O2, Lube, Strap, for Pts 30-60 kg 6ea/cs EA 2114-87302 i-gel O2 Resus Pack, MED Adult, incl size 4 i-gel O2, Lube, Strap, for Pts 50-90 kg 6ea/cs EA Page 80 Item 3. 2114-87303 i-gel O2 Resus Pack, LG Adult, incl size 5 i-gel O2, Lube, Strap, for Pts 90 plus kg 6ea/cs EA 2120-17010 ET TUBE INTRODUCER PEDIATRIC 10 FR X 70 CM W/ COUDE TIP 10/BX EA 2130-42560 Endotracheal Tube Holder, Thomas Select, Adult, for ET/SGA Tubes 6.5mm ID to 42mm OD 25ea/cs EA 2141-13510 Curaplex Select Laryngoscope Handle, Reusable, LED, Water- Resistant 24ea/bx 4bx/cs EA 2145-13401 Curaplex Select Laryngoscope Blade, Mac 1, LED, Disposable 20ea/bx EA 2145-13402 Curaplex Select Laryngoscope Blade, Mac 2, LED, Disposable 20ea/bx EA 2145-13403 Curaplex Select Laryngoscope Blade, Mac 3, LED, Disposable 20ea/bx EA 2145-13404 Curaplex Select Laryngoscope Blade, Mac 4, LED, Disposable 20ea/bx EA 2145-13501 Curaplex Select Laryngoscope Blade, Miller 0, LED, Disposable 20ea/bx EA 2145-13502 Curaplex Select Laryngoscope Blade, Miller 1, LED, Disposable 20ea/bx EA 2145-13503 Curaplex Select Laryngoscope Blade, Miller 2, LED, Disposable 20ea/bx EA 2145-13504 Curaplex Select Laryngoscope Blade, Miller 3, LED, Disposable 20ea/bx EA 2145-13505 Curaplex Select Laryngoscope Blade, Miller 4, LED, Disposable 20ea/bx EA 2146-00000 McGRATH MAC handle 2.5 LCD Color Display EA 2146-17000 BLADE LARYNGOSCOPE SIZE 2 MAC MCGRATH STERILE DISPOSABLE 1/EA 50EA/BX EA 2146-34000 MCGRATH 3.6V BATTERY EA 2146-72000 BLADE LARYNGOSCOPE SIZE 1 MAC MCGRATH STERILE DISPOSABLE 1/EA 50EA/BX EA 2160-56301 Needle Cricothyrotomy Kit, The Quick Fix Jr, Pediatric EA 2160-69265 EMERGENCY CRICOTHYROTOMY KIT INCL SCALPEL, 6FR ET TUBE, 10CC SYRINGE EA 2170-20300 Curaplex DART, No Syringe, Latex Free 1/EA 25EA/CS EA 2211-00002 Suction Catheter, SSCOR DuCanto Catheter 1/EA 50EA/CS EA 2212-10800 Curaplex Disposable Suction Canister, 800cc 1/EA 100EA/CS EA 2212-11200 Curaplex Disposable Suction Canister, 1200cc 1/EA 48EA/CS EA 2221-51088 Suction Unit, LCSU 4 (Laerdal Compact Suction Unit), 800ml w/carry case EA 2221-60601 Suction Unit, SSCOR DCell, 1200cc Canister, Runs on 12 D Cell Batteries EA 2222-85300 V-VAC Manual Suction Unit EA 2223-80078 LSU NiMH Battery EA 230005 Electrodes, BlueSensor SP, Medium Size, Pediatric/Adult 10/PK 200PK/CS PK 230267 CARRY CASE TOP POUCH FOR LP12 AND LP 15 CASE, LIFEPAK 12/15 EA 230500 Electrodes, BlueSensor SP, Medium Size, Pediatric/Adult, Foam 50/pk 20pk/bx 2bx/cs PK 2305-05 C4 Midazolam 5mg, 5ml vial 10/BX BX Page 81 Item 3. 2308-01 C4 Midazolam 5mg, 1ml Vial 10/bx BX 2361-50505 Nebulizer, AeroEclipse II BAN, SM Volume. with Elbow Adapter 50ea/cs EA 2442-BVMPAD Curaplex Select Adult BVM, Manometer PEEP Bacterial Filter 10EA/CS EA 2442-BVMPIN Curaplex Select Infant BVM, Manometer, Bacterial Filter, 10EA/CS EA 2442-BVMPSA Curaplex Select Sm Ad/Ped BVM Manometer PEEP Bacterial Filter 10EA/CS EA 2521-00407 Medication Kit EA 2521-00518 G3+ Perfusion, Red, 23in H x 17in W x 8in D EA 2522-00807 G3+ Breather, Green, 23in H x 17in W x 9in D EA 2524-00218 G3+ First Aid Circulatory Kit, Red, 10.5in H x 8in W x 3.5in D EA 2524-03618 G3+ First Aid Remedy Kit, Red, 6in H x 9in W x 5in D EA 2532 Foam Quick-Release Limb Holders, Single Strap w/Quick- Release Connecting Strap, 31 in, pair PR 260280 Extrication Collar, Ambu Mini Perfit ACE, Pediatric, Adjustable 12 Settings 30ea/cs EA 260281 Extrication Collar, Ambu Perfit ACE, Adult, Adjustable 16 Settings 30ea/cs EA 265901RB Backboard, Ultra Space Save, Royal Blue, No Pins, Folded 40 x 16 x 5 in, Ext 72 x 16 x 2 in EA 265901Y Backboard, Ultra Space Save, Yellow, No Pins, Folded 40 x 16 x 5 in, Ext 72 x 16 x 2 in EA 265901YP Backboard, Ultra Space Save, Yellow, With Pins, Folded 40 x 16 x 5 in, Ext 72 x 16 x 2 in EA 2712-03111 MASIMO SET LNCS INF-L INFANT ADHESIVE SENSOR, DISPOSABLE, FOR PTS 3-20KG, 18 IN 20EA/BX EA 2712-13313 SpO2 Pulse Oximetry Sensor, Neonate/Infant/Adult, Universal Size, Disp, 20ea/bx EA 2712-25102 LTD QTY - Sensor, M-LNCS, Pediatric, 18 in, SpO2 Adhesive, Disposable 20/bx BX 2712-25110 M-LNCS Pdtx-3 Spo2 Pediatric Pulse Oximeter Sensor 3 foot Cable 1EA 20EA/BX EA 2712-25120 Masimo SET M-LNCS SpO2 Sensor, Adhesive, Disposable, Infant 1/EA 20EA/BX EA 2712-25130 Masimo M-LNCS Infant-3 3 ft Adhesive Sensor SPO2 1/EA 20EA/BX EA 2712-32126 SENSOR, MASIMO LNCS PDTX, PEDIATRIC, ADHESIVE, DISPOSABLE, 10-50 KG 20EA/CS EA 2712-34196 *DCV-USE 2712-02219 * Sensor, Masimo SET Rainbow R25-L, Adult/Neo, RC Cable Comptble, LP 15 10/bx BX 2712-51418 M-LNCS Sensor with Replaceable Tape, Neonatal/Adult, SpO2 Adhesive Sensor, 18in, Disp, Latex Free EA 2712-52190 Sensor Reusable Finger Clip Adult Nellcor Durasensor Ds100A EA 2733-14605 Probe Covers, Braun Thermoscan PRO 6000 Ear Thermometer, Disposable 200/bx 25bx/cs BX 2733-53175 Probe Covers for SureTemp Thermometers 690, Disposable 250/bx 30bx/cs BX 2742-00021 Stryker CR2 AED Pads 1/PR PR 2743-04113 Therapy Cable, QUIK-COMBO,for LifePak 15,w/TRUE-LOCK Cable Connector,8 ft approx. length EA 2745-10080 Curaplex ECG Chart Paper, Thermal, 80mm, No grid, Compatible w/ Zoll X Series 1/RL 75RL/CT RL Page 82 Item 3. 2745-10108 Curaplex ECG Chart Paper, Thermal,108mm,Red Grid, for Physio-Control LP11, LP12 , LP15 1/RL 60RL/CT RL 2748-03960 Back Pouch for the LifePak 15 EA 2750-00165 CR2 Battery EA 2761-53010 *SEE NOTES* Blood Glucose Meter, Assure Prism Multi*Approved for Multipatient Use* EA 2762-53060 Control Solution, Assure Prism Multi, L1 and L2, 1 bottle of EA/BX BX 2763-53050 Blood Glucose Test Strips, Assure Prism Multi CLIA WAIVED 50/bt 1bt/box *Approved for Multi pt Use* BX 2764-70721 Curaplex Safety Lancet, 21g 100/BX 48BX/CS BX 2764-70725 Curaplex Safety Lancet, 25g 100/BX 48BX/CS BX 2764-70728 Curaplex Safety Lancet, 28g 100/BX 48BX/CS BX 279-1501BX Nail polish remover pad, Acetone Free 100BX, 10BX/CS BX 279-3614BX Bandage, Adhesive, Flexible Fabric, 2 x 4 1/2, x-large, sterile, strip, latex free 50/bx 24bx/cs BX 279-3617BX Bandage, Adhesive, Flexible Fabric, Fingertip, 1 3/4 in x 2 in 100/bx 24bx/cs BX 279-3619BX Bandage, Adhesive, Flexible Fabric, knuckle, 1 1/2 x 3, sterile 100/bx 24bx/cs BX 279-4314BX Tongue depressor, senior, sterile, 6 in. 100/bx 10bx/cs BX 2811-05524 Curaplex EMS Shears, Black, 7.25in 1/EA 200EA/CS EA 282-EP-504 Spineboard strap, Spider Strap, nylon, red/black, with 10 points of attachment EA 286984 SUPER SANI-CLOTH X-LG WIPE 65/TUB 6/CS TB 290116 BIOHAZARD BAG RED 7-10 GAL 23 X 23 1.2MIL 500/CS EA 290325 Gloves, Supreno EC, SM, Nitrile, Powder Free, Textured, High Risk, Extended Cuff 50/bx 10bx/cs BX 290326 Gloves, Supreno EC, MED, Nitrile, Powder Free, Textured, High Risk, Extended Cuff 50/bx 10bx/cs BX 290327 Gloves, Supreno EC, LG, Nitrile, Powder Free, Textured, High Risk, Extended Cuff 50/bx 10bx/cs BX 290328 Gloves, Supreno EC, XL, Nitrile, Powder Free, Textured, High Risk, Extended Cuff 50/bx 10bx/cs BX 290330 Gloves, Supreno EC, 3XL, Nitrile, Powder Free, Textured, High Risk, Extended Cuff 40/bx 10bx/cs BX 290540 SHOE COVER NON CONDUCTIVE FLUID REPELLANT WITH ELASTIC TOP ONE SIZE FITS ALL 200/CS EA 29080 Mask, Procedure, FluidShield, w/SplashGuard Visor, Orange 25/bx 4bx/cs BX 290-TAT-2000 Temporal artery thermometry, TemporalScanner TAT-2000, infrared, LED display, LED scan indicator EA 294128 *NON RETURNABLE* DISINFECTANT 1 GALLON 4/CS CAVICIDE EA 298303 SHARPS CONTAINER 1 QUART 8.75 IN X 4.25 IN X 2.50 IN 20/CS SAGE EA 298507SA SHARPS CONTAINER IN ROOM RED 5 QUART 12.5 IN X 5.5 IN X10.75 IN 20/CS EA 30056 Curaplex Oxygen Nasal Cannula, Pediatric, Conventional, Green, 7 ft Tubing 50ea/cs EA 30061MS Curaplex Burn Sheet, 60 inch x 90 inch, Sterile 50ea/cs EA 301-107EA Curaplex Oxygen Nasal Cannula, Adult, Conventional, Clear, Non-Flared Prongs, 7 ft tubing, 50ea/cs EA Page 83 Item 3. 301200 LIDOCAINE JELLY 2% 5ML URO-JET SYRINGE 25/BX BX 301-200EA Curaplex Select Nebulizer, Small-volume, Hand-held, T-piece, Mouthpiece, Flextube, 7 ft Tubing 50/cs EA 301-202EA Curaplex Select Nebulizer, Small-volume, Adult Aerosol Mask, 7 ft Tubing 50ea/cs EA 301-5107ET CURAPLEX CAPNOGRAPHY ADULT/PEDIATRIC 7FT ETCO2 SAMPLING LINE W/ AIRWAY ADAPTER INTUBATED 25/CS EA 301-5707F-SE CURAPLEX CAPNOGRAPHY ADULT 7FT ETCO2 ORAL- NASAL CANNULA 25/CS EA 301-5807F-SE CURAPLEX PED 7FT ETCO2 ORAL-NASAL CANNULA 25/CS EA 3020-26210 Slishman Traction Splint (STS), 21 oz, Telescoping Aluminum Poles 25ea/cs EA 30556 Curaplex Nebulizer w/Mask, Pediatric 50ea/cs EA 30557 Curaplex Nebulizer w/Mask, Adult 50ea/cs EA 313-4602NEA GO-PAP with BiTrac ED with Neb - Adult Medium EA 313-4603NEA GO-PAP with BiTrac ED with Neb- Adult Large EA 313-7555XN-1EA O2 MAX BiTrac ED Mask, w/ Neb, Adult LG, w/3-SET Valve, Ohmeda Connector, Fixed Flow 10ea/cs EA 313-7555XNEA O2 MAX BiTrac ED Mask, w/ Neb, Adult LG, w/3-SET Valve 10ea/cs EA 313-7556XN-1EA O2 MAX BiTrac ED Mask, w/ Neb, Adult MED, w/3-SET Valve, Ohmeda Connector, Fixed Flow 10ea/cs EA 313-7556XNEA O2 MAX BiTrac ED Mask, w/ Neb, Adult MED, w/3-SET Valve 10ea/cs EA 3141-91010 Curaplex Head Immobilizer, Adult, incl Head and Chin Straps,20ea/cs EA 3173-17225 Restraint Strap, Impervious, Yellow, 2 piece, 7 ft, Auto Buckle, Loop Lock EA 3245-19123 Curaplex Quick-Connect Carrier EA 3246-12345 Curaplex Patient Transporter, 1800 lb Capacity, 14 Handles 10ea/cs EA 3246-56307 MegaMover Transport Chair, 35 in x 35 in, Nonwoven/Poly, White/Yellow, 8 Handles 10ea/cs EA 3271-44125 Curaplex Disposable Pillow Case, 22x30 inches Tissue/Poly, White 100/CS CS 3271-72202 Cot Sheet, Fitted, Standard, 30 in x 72 in blue spunbond 50/cs CS 32762 LTBO - Curaplex Disposable Penlight 6/pk, 60pk/cs PK 331500 CARRYING CASE FOR PULSE OX 3301 W/BELT CLIP AND SHOULDER STRAP EA 3430-42004 ALL RISK TRIAGE TAG W/ WRISTBAND 50/PK PK 350310 Curaplex Pressure Infuser, Bag, 1000ml 5/bx 5bx/cs EA 35305903 Syringe and Needle, SafetyGlide, 1cc, 25 ga x 5/8 in 50/bx 8bx/cs BX 353367 VIAL ACCESS CANNULA 100/BX 10BX/CS INTERLINK EA 354431 IV Dressing, Veni-Gard, Transparent, Adult 100/BX 5BX/CS BX 354432 IV Dressing, Veni-Gard, Transparent, Junior 100/BX 5BX/CS BX Page 84 Item 3. 355001 STERILE WATER FOR IRRIGATION 500ML 16EA/CS BBRAUN EA 355-3226-EEA Oxygen Mask, Pediatric, NRB, 7ft tubing w/Universal Connector, Latex Free 50ea/cs EA 36002MS Curaplex IV Guard IV Dressing, Breathable Foam Dressing 100/bx 5bx/cs BX 36010 Curaplex Manual Blood Pressure Cuff, Infant, with Case 50ea/cs EA 36011 Curaplex Manual Blood Pressure Cuff, Child, with Case 50ea/cs EA 36012 Curaplex Manual Blood Pressure Cuff, Adult, with Case 50ea/cs EA 36013 Curaplex Manual Blood Pressure Cuff, LG Adult, with Case 50ea/cs EA 36014 Curaplex Manual Blood Pressure Cuff, Thigh, with Case 50ea/cs EA 36020 Curaplex Sprague Rappaport Style Stethoscope, Black, 22 in 50ea/cs EA 36090 Curaplex Suction Catheter, 6 Fr, Whistle Tip and Thumb Control Port 50ea/cs EA 36091 Curaplex Suction Catheter, 8 Fr, Whistle Tip and Thumb Control Port 50ea/cs EA 36092 Curaplex Suction Catheter, 10 Fr, Whistle Tip and Thumb Control Port 50ea/cs EA 36093 Curaplex Suction Catheter, 12 Fr, Whistle Tip and Thumb Control Port 50ea/cs EA 36094 Curaplex Suction Catheter, 14 Fr, Whistle Tip and Thumb Control Port 50ea/cs EA 36095 Curaplex Suction Catheter, 16 Fr, Whistle Tip and Thumb Control Port 50ea/cs EA 36096 Curaplex Suction Catheter, 18 Fr, Whistle Tip and Thumb Control Port 50ea/cs EA 36513 Stopcock, 3-way, Hi-Flo w/20 inch Extension, Slide Swivel Luer Lock MX412SL 50ea/cs EA 371035 Sodium Bicarbonate 8.4% 50ml Luer Jet 1035B 10ea/pk PK 371113 C4 MIDAZOLAM 10MG, 2ML VIAL (5MG/ML) 10/BOX CS13 (VERSED) BX 371631 CALCIUM CHLORIDE 1GM 10ML LIFESHIELD SYRINGE 10EA/BX BX 371775 Dextrose 25% 250mg/ml Ansyr Syringe Infant 10ea/bx BX 373304 Calcium Chloride 1gm, 10ml Luer Jet 1010B 10/BX BX 373316 Epinephrine 1:10000, 1mg, 10ml Luer Jet 1019B 10ea/pk PK 373369 NALOXONE 2MG 2ML LUER JET 1029B 10EA/CS CS 374904 LIDOCAINE 2% 100MG 5ML LIFESHIELD SYRINGE 1026A 10EA/BX BX 374911 ATROPINE 1MG 10ML LIFESHIELD SYRINGE 1006A 10EA/BX BX 374921 *MFG B/O 01/2025* EPINEPHRINE 1:10000 1MG 10ML LIFESHIELD SYRINGE 10EA/BX BX 376637 SODIUM BICARBONATE 8.4% LIFESHIELD SYRINGE 1035A 10EA/BX BX 379094 C2 FENTANYL 0.05MG/ML 2ML SDV 25/BX BX 379801 IPRATROPIUM BROMIDE 0.02%, 0.5MG/2.5ML INDIVIDUALLY WRAPPED 30/BX BX Page 85 Item 3. 3815-12 C2 MORPHINE 1MG/ML 10ML VIAL 5/BX BX 382105 Quick Connect, Oxygen, Ohmeda x DISS Male EA 3822-16122 Standard PASGT- Level IIIA NIJ 0101.06-Black, Large EA 3822-20004 TR Chassis Armor Panel EA 3822-20005 *EMS Agencies Only* *DS Only* Level 3A Cummerbund Armor, 2 panels per set EA 3822-28334 *DS ONLY* TR MKII Cummerbund Only, Navy, Set of 2 EA 3822-28335 *DS ONLY* TR MKII Cummerbund Only, Black, Set of 2 EA 3822-28341 *DS ONLY* TACTICAL RESPONDER MKII Plate Carrier Only - Navy EA 3822-28342 *DS ONLY* TACTICAL RESPONDER MKII Plate Carrier Only - Black EA 3822-31114 *DCV-USE 3822-12198 * Level III NIJ 0101.06 11x14 Shooter's Cut DKX MAX III Plates EA 3M2218BE Stethoscope, Littmann Classic III, Black Matted Finish, Black Tube, 27 in EA 4000053 Trauma Shear Neon Orange 7 1/4 In EA 400007 FORCEPS MAGILL INTUBATING CHILD 8 IN 12/BX EA 400008 FORCEPS MAGILL INTUBATING ADULT 10 IN 12EA/BX EA 400010 LTD QTY - RING CUTTER, MAGNUM MEDICAL EA 400011 LTD QTY - REPLACEMENT BLADES FOR MAGNUM MEDICAL RING CUTTER 4/PK (SOLD BY THE EACH) EA 400018 THERMOMETER SHEATHS FOR ADTEMP 100/BX BX 410340 HUMIDIFIER WITH ADAPTER 340ML AQUAPAK (20/CS)EA 440101 Convenience Bag, BioHoop, 50cc-2000cc, Emesis and Hazardous Waste Bag, incl Hook 12/pk 40pk/cs PK 4440010 Curaplex OB Kit Sealed Standard EA 444004 Curaplex OB Kit Boxed with Umbilical Scissors EA 444006 FOIL BABY BUNTING STERILE EA 4510-04676 Suction Cups, for LUCAS 2 and 3 Disposable 3/pk PK 4510-05576 Power Supply Cord for LUCAS 2 EA 464631 INSTA-GLUCOSE 31GM 2064 24EA/CS EA 47-31439766PK Electrode, Medi-Trace Mini, ECG monitoring, pediatric, foam, teardrop shape, adhesive hydrogel 5/pk PK 473560 Child Transport, Ferno Pedi-Mate, Designed to Hold a Child from 4.5 to 18.1 kg (10-40lb) EA 480378 Field Guide, EMS ALS, 20th Edition EA 480638 BATTERY FOR S-SCORT III 74000 OR 2315 NEW SENTINEL SUCTION UNIT EA 486654 EAR PLUGS CORDED, NOISE REDUCTION RATIO 31 MOLDEX SPARKPLUGS 100/BX BX 501110 RESTRAINT STRAPS LIMB HOLDER DISPOSABLE W/ DOUBLE D RING ADULT 1 IN X 60 IN 48PR/CS PR 5012172BK Strap Extender, Black, 3 ft, Nylon, Metal Push Button Buckle EA 505601SBKAB Restraint Straps, Black, 5 ft, 2 pc, Impervious Vinyl, Metal Push Button Buckle, Swivel Speed Clip EA Page 86 Item 3. 515527 Nic the Asthmatic Dragon Mask (No Neb) 50EA/CS EA 520-211 BVM, SPUR II, ADULT W/ MEDIUM ADULT MASK, INDIVIDUALLY BOXED 12/CS EA 530024 CO2 DETECTOR, EASY CAP 6EA/BX 4BX/CS (24/CS)EA 530025 CO2 DETECTOR, PEDI-CAP, PEDIATRIC 6EA/BX 4BX/CS (24/CS) EA 530-213 BVM, SPUR II, Pediatric w/Toddler Mask, Individually Boxed 12ea/cs EA 533-MS-25058EA Curaplex Oxygen Mask, Pediatric, Elongated, Total NRB, w/o Safety vent, 7 ft Tubing 50ea/cs EA 533-MS-25060EA Curaplex Oxygen Mask, Adult, Elongated, High Conc, Total NRB w/o Vent, Reservoir Bag, Tubing 50ea/cs EA 533-MS-SPLINT Flex-All splint, orange, bendable foam and aluminum splint, 4 in. x 36 in. rolled EA 536305 DEMAND VALVE ONLY 40 LPM LSP EA 540047 PREPARATION RAZORS 50/BX 5BX/CS GALLANT 4251 (250EA/CS) EA 540-211 BVM, SPUR II, Infant w/Neonate Mask 12ea/cs EA 541544 Benzoin Tincture Compound, Steri-Strip, 2/3cc Vial, 40/bx 4bx/cs BX 560801 FASPLINT VACUUM SMALL 10EA/CS EA 560803 FASPLINT VACUUM LARGE 10EA/CS EA 5815-804 BIOHAZARD BAG 4 GALLON 1.5ML 500/CS EA 58-64594050EA Nebulizer, AeroEclipse II BAN, W/O ELBOW, breath actuated, SM volume, w/mouthpiece, tubing 50ea/cs EA 590300 SUCTION ADAPTER TIPS 4/PK V-VAC PK 596400 SUCTION UNIT S-SCORT III W/ VINYL CASE RED, W/AC CHARGER AND DC CABLE INCLUDED EA 600001 TRIAGE TAGS 50/BG METTAG BG 6013-10 Diltiazem, 25mg, 5ml Vial *Refrigerate* 10ea/Box BX 601322 IV Solution, Sodium Chloride 0.9% 250ml Bag 36ea/cs Baxter 2B1322Q EA 601323 IV Solution, Sodium Chloride 0.9% 500ml Bag 24ea/cs Baxter 2B1323Q EA 601324X IV Solution, Sodium Chloride 0.9% 1000ml Bag 14ea/cs EA 601890 IV Catheter, Introcan Safety, 14 ga x 1.25 inch, Straight, FEP 50ea/bx 4bx/cs EA 605487 SHARPS CONTAINER STACKABLE 1 QUART 3.5 IN X 3.5 IN X 7 IN 72/CS EA 605489 SHARPS CONTAINER STACKABLE 2 GALLON 10 IN X 7 IN X 9.5 IN 24/CS EA 6063-25 C4 Midazolam 10mg,2ml vial 25/BX BX 607112 Sterile Water for Irrigation, 250ml Plastic Pour Bottle 24ea/cs EA 609153 POVIDONE IODINE (PVP) PREP PADS 100/BX 10BX/CS BX 6130-05 Ondansetron 4mg, 2ml vial 25EA/BX BX 6169-01 Tranexamic Acid 100mg/ ml, 10ml vial 10EA/BX BX 620005 SYRINGE ONLY LUER LOCK 5CC 100/BX EA 620010 SYRINGE ONLY LUER LOCK 10CC 100EA/BX EA Page 87 Item 3. 620020 SYRINGE ONLY LUER LOCK 20CC 50/BX EA 620300 SYRINGE DISPOSABLE LUER LOCK 50-60CC 25/BX 6BX/CS BX 620551 Syringe and Needle, VanishPoint Retractable, 5cc, 21 ga x 1 inch 100/bx 10551 BX 62735057 SYRINGE 35CC LUER TIP DISP F/ ESOPHAGEAL ORBURATOR AIRWAY (EOA) AND ESOPHAGEAL GASTRIC TUBE EA 64250 Curaplex Sharps Solo, Sharps container with one time lockable seal, 6.5 in 24ea/cs EA 660015 Splint, Padded Board Set, w/o Case, incl 2 each of 15 in, 36 in and 54 in ST 660274 SAFETY GLASSES, V20 PURITY, CLEAR ANTI-FOG LENS KIMBERLY CLARK 12PR/CS PR 661057 SunX30 Sunscreen Lotion Packets, 25/BX 8BX/CS BX 661209 ARS NEEDLE DECOMPRESSION KIT, 10 GA X 3.25 IN, W/PROTECTIVE CASE, BROWN BAND/HUB EA 664389 Glucose Gel, Strawberry 15gm 15/pack 5pk/cs *Will affect patients w/Strawberry Allergy* PK 665565 SAM Pelvic Sling II, Small, 27-47 in Hip 24ea/cs EA 665566 SAM Pelvic Sling II, Standard, 32-50 in Hip 24ea/cs EA 670201-KIT Curaplex PPE Kit- Basic, Mask w/Visor EA 670272-KIT Curaplex Capnography ETCO2/O2 Oral/Nasal Cannula Multipack (includes 10 #301-5707F-SE) 15pk/cs PK 670273-KIT Curaplex Capnography ETCO2 Sampling Lines with Airway Adapter Multipack (includes 10 #301-5107ET) PK 680025 Curaplex Chest Decompression Set 30ea/cs EA 686011 FIRST AID KIT IN POLYPROPYLENE BOX BULK XS #10 EA 7037-10 Rocuronium 100mg, 10ml vial (10/bx) Refrigeration required BX 715-7MFA1005PTO Oxygen flowmeter, click style, 0-15 LPM, Ohmeda connector, power take off EA 715-7MFA1102 Oxygen flowmeter, click style, 0-25 LPM, DISS female hex nut connector, taper barb fitting outlet EA 718491 CHEST SEAL ASHERMAN 849100 10EA/BX EA 7520-20 IV Solution, Dextrose 10% 250ml Bag 24ea/cs EA 759-17030rb Curaplex Intubation bag, royal blue, w/intubation silk screened reflective tape, 14 W x 10 H x 3 D EA 7800-09 IV Solution, Sodium Chloride 0.9% 1000ml Bag 12ea/cs EA 80948 Medi-First Sinus Decongestant Pseudoephedrine-Free Sinus Relief 1/pk 250pk/bx 12bx/cs BX 809878 DIOTAME TABS UNI DOSE 100/BX BX 8600-01284 Curaplex IV Start Kit (Curaplex Guard, Alcohol, Flush)EA 8600-01297 Medtronic Capnoline Multipack (includes 10 of #177268) Kit 10/PK, 20PK/CS PK 8600-STB001B Curaplex Stop the Bleed, Basic Kit Vacuum Sealed EA 9-01212-70 ET TUBE INTRODUCER W/COUDE TIP 15FR X 70CM 1/EA 10EA/PK EA 911316 Aspirin 81mg Chewable, Orange Flavor 36/Bottle BT 94-REUSE-MLT Blood pressure cuff kit BP, Welch Allyn, reusable, 1 tube, includes 8 different size cuffs 12st/cs ST 9501-25 LTD QTY - ALBUTEROL 0.083% 2.5MG, 3ML 25VIALS/BX BX Page 88 Item 3. 9508-10 C3 Ketamine 50mg/ml, 10ml Vial 10/ box BX 985030 V-VAC HANDLE EA 9875-20 Amiodarone 150mg, 3ml vial 25/bx BX A2041 ADAPTER OHIO 1/8 IN MALE NATIONAL PIPE THREAD (NPT) EA APLS1116Z *DCV-NO SUB * BENZOIN SWABSTICKS (50)BX B0033 COT SHEET, FLAT, POLY-PRO 40 IN X 84 IN 50/CS 40CS/PALLET CS B0036 PILLOW POLYESTER FIBER 18 IN X 24 IN 12/CS EA B0124 Restraint Strap, Orange, 5 ft, 2 pc, Economy Polypropylene, Plastic Side Release, Loop End EA D4114 FLOWMETER OXYGEN OHIO AND DISS EA D5230 BCI PULSE OXIMETER 3301 HAND HELD WITH FINGER PROBE EA DL20001 Wrist/Ankle Extremity Vacuum Splint EA DL20002 Arm Deluxe Extremity Vacuum Splint (Deluxe EVS)EA DL20003 Leg Deluxe Extremity Vacuum Splint (Deluxe EVS)EA DL80100 Deluxe Extremity Vacuum Splint Set Red/Orange EA E0082 PILLOW REUSABLE NYLEX 18 IN X 24 IN 20EA/CS EA E5910 ELECTRODES, MEDI-TRACE SERIES 530, ADULT 30/PK 20PK/CS 31013926 PK F816605 LTD QTY - ANTIMICROBIAL WIPES PERSONAL SMALL PULL OUT TUB, 50 WIPES/TUB 12/CS PAWS TB FS9000RCPL FASPLINT 9000 SM, MED, LG SPLINT KIT W/ RECTANGULAR CASE AND PLASTIC PUMP EA J2051 BANDAGE TRIANGULAR 40 IN X 40 IN X 56 IN 12EA/BG 20BG/CS EA LR1000 IV Solution, Lactated Ringers 1000ml Bag 10ea/cs EA LR500 IV Solution, Lactated Ringers 500ml Bag 20ea/cs EA LVE2001 LifeVac EMS Kit, Portable Airway Clearance Device EA MT90001 AIR TRANSPORT VACUUM SPINE BOARD (VSB) 6FT KIT W/ HAND/FOOT VACUUM PUMP AND CARRYING CASE EA N7491 MASK CPR MASK W/ONE WAY VALVE 02 INLET EA NACL1000 IV Solution, Sodium Chloride 0.9% 1000ml Bag 10ea/cs EA NACL250 IV Solution, Sodium Chloride 0.9% 250ml Bag 30ea/cs EA NACL500 IV Solution, Sodium Chloride 0.9% 500ml Bag 20ea/cs EA NARZZ-0056 ARS for Needle Decompression, 14 ga x 3.25 in, w/Protective Case, Orange Band/Hub EA PB37C POSSE BOX CLIPBOARD, SILVER, 9 IN X 14 IN X 1-1/2 IN EA PU80000 VACUUM SPLINT SET, DISPOSABLE EA Q20372 SANI-HANDS ALC ANTIMICROBIAL ALCOHOL GEL HAND WIPE 135 SHEETS (12TB/CS) TB R3119 Hand sanitizer waterless, A.B.H.C., fresh scent, 4 oz Bottle with aloe, 24ea/cs EA R3124 GERMICIDAL SOLUTION GALLON 4/CS SANIZIDE 34815 EA R3127 GERMICIDAL SOLUTION 32 OZ BOTTLE 6/CS SANIZIDE 34810 EA R4388 Gloves, Supreno EC, 2XL, Nitrile, Powder Free, Textured, High Risk, Extended Cuff 50/bx 10bx/cs BX R5014 Curaplex Select CPR Pocket Mask, O2 Inlet 1/ea 10ea/bx 10bx/cs EA Page 89 Item 3. SFP-NCR-18A SENSOR ADULT DISPOSABLE NELLCOR COMPATIBLE 24/CS EA Page 90 Item 3. Price Item Category Item Class 0.90 GENERAL FIRST AID/WOUND CARE GENERAL FIRST AID, WOUND CARE 230.94 PHARMACEUTICALS DRUGS, NON-NARCOTIC NON-REFRIG 463.29 PHARMACEUTICALS DRUGS, NON-NARCOTIC NON-REFRIG 136.85 PHARMACEUTICALS DRUGS, NON-NARCOTIC NON-REFRIG 3.45 GENERAL FIRST AID/WOUND CARE OTHER INSTRUMENTS(FORCEPS,ETC) 4.46 GENERAL FIRST AID/WOUND CARE OTHER INSTRUMENTS(FORCEPS,ETC) 459.50 PHARMACEUTICALS DRUGS, NON-NARCOTIC NON-REFRIG 117.50 PHARMACEUTICALS DRUGS, NON-NARCOTIC NON-REFRIG 1.52 AIRWAY MANAGEMENT ORAL AIRWAYS 45.96 AIRWAY MANAGEMENT ORAL AIRWAYS 3.10 AIRWAY MANAGEMENT ENDOTRACHEAL TUBE HOLDERS 3.10 AIRWAY MANAGEMENT ENDOTRACHEAL TUBE HOLDERS 14.05 OXYGEN WRENCHES AND OTHER ACCESS. 0.83 OXYGEN FITTINGS/QUICK CONNECTS/HOSE 5.89 AIRWAY MANAGEMENT TUBE PLACEMENT INDICATORS 13.85 AIRWAY MANAGEMENT NASOPHARYNGEAL AIRWAYS, FIXED 258.50 PHARMACEUTICALS DRUGS, NON-NARCOTIC NON-REFRIG 1,125.55 PHARMACEUTICALS DRUGS, NON-NARCOTIC NON-REFRIG 82.14 PHARMACEUTICALS DRUGS, NON-NARCOTIC NON-REFRIG 60.00 PHARMACEUTICALS DRUGS, NON-NARCOTIC NON-REFRIG 4.55 PHARMACEUTICALS DRUGS, NON-NARCOTIC NON-REFRIG 295.00 PHARMACEUTICALS DRUGS, NON-NARCOTIC NON-REFRIG 160.90 PHARMACEUTICALS DRUGS, NON-NARCOTIC NON-REFRIG 34.30 PHARMACEUTICALS DRUGS, NON-NARCOTIC NON-REFRIG 0.79 GENERAL FIRST AID/WOUND CARE BULB SYRINGE 275.00 PHARMACEUTICALS DRUGS, NON-NARCOTIC NON-REFRIG 76.03 PHARMACEUTICALS DRUGS, NON-NARCOTIC NON-REFRIG Customer Contracts Page 91 Item 3. 191.40 PHARMACEUTICALS DRUGS, NON-NARCOTIC NON-REFRIG 0.64 GENERAL FIRST AID/WOUND CARE WRAPS/COHESIVE/CONFORMING ROLL 6.16 GENERAL FIRST AID/WOUND CARE EYE PADS / SHIELDS 913.26 PHARMACEUTICALS VACCINES 9.28 GENERAL FIRST AID/WOUND CARE TAPES 88.47 PHARMACEUTICALS DRUGS, NON-NARCOTIC NON-REFRIG 27.32 PHARMACEUTICALS MEDICINALS 29.90 PHARMACEUTICALS DRUGS, NON-NARCOTIC NON-REFRIG 23.33 INFECTION CONTROL GLOVES, NON-LATEX, POWDER FREE 23.33 INFECTION CONTROL GLOVES, NON-LATEX, POWDER FREE 23.33 INFECTION CONTROL GLOVES, NON-LATEX, POWDER FREE 23.33 INFECTION CONTROL GLOVES, NON-LATEX, POWDER FREE 23.33 INFECTION CONTROL GLOVES, NON-LATEX, POWDER FREE 23.33 INFECTION CONTROL GLOVES, NON-LATEX, POWDER FREE 4.14 INFECTION CONTROL EYE PROTECTION, NON-DISPOSABLE 11.15 INFECTION CONTROL EYE PROTECTION, NON-DISPOSABLE 20.88 INFECTION CONTROL EYE PROTECTION, NON-DISPOSABLE 129.48 PHARMACEUTICALS DRUGS, NON-NARCOTIC NON-REFRIG 12.49 INFECTION CONTROL FACE MASKS, DISPOSABLE 59.45 SYRINGES/NEEDLES/BLOOD COLLECTION SYRINGES W/NEEDLES, SAFETY 7.06 INFECTION CONTROL CLEANER/DISINFECTANT/STERILANT 12.70 INFECTION CONTROL BIOHAZARD BAG,LABEL,CONVEN.BGS 0.86 OXYGEN REGULATOR PARTS & ACCESSORIES 10.36 GENERAL FIRST AID/WOUND CARE TAPES 7.70 GENERAL FIRST AID/WOUND CARE TAPES 7.50 GENERAL FIRST AID/WOUND CARE TAPES 7.70 GENERAL FIRST AID/WOUND CARE TAPES 7.90 GENERAL FIRST AID/WOUND CARE TAPES 22.65 PATIENT TRANSPORT & HANDLING TRANSFER SHEETS 0.52 GENERAL FIRST AID/WOUND CARE WRAPS/COHESIVE/CONFORMING ROLL Page 92 Item 3. 3.07 GENERAL FIRST AID/WOUND CARE WRAPS/COHESIVE/CONFORMING ROLL 2.24 GENERAL FIRST AID/WOUND CARE WRAPS/COHESIVE/CONFORMING ROLL 1.59 GENERAL FIRST AID/WOUND CARE WRAPS/COHESIVE/CONFORMING ROLL 16.25 GENERAL FIRST AID/WOUND CARE WRAPS/COHESIVE/CONFORMING ROLL 23.96 GENERAL FIRST AID/WOUND CARE WRAPS/COHESIVE/CONFORMING ROLL 0.92 GENERAL FIRST AID/WOUND CARE ADHESIVE BANDAGES 1.74 GENERAL FIRST AID/WOUND CARE ADHESIVE BANDAGES 4.38 GENERAL FIRST AID/WOUND CARE TRIANGULAR BANDAGE 0.22 SYRINGES/NEEDLES/BLOOD COLLECTION SYRINGES W/NEEDLES, CONVENT. 0.05 SYRINGES/NEEDLES/BLOOD COLLECTION HYPODERMIC NEEDLES 0.05 SYRINGES/NEEDLES/BLOOD COLLECTION HYPODERMIC NEEDLES 0.05 SYRINGES/NEEDLES/BLOOD COLLECTION HYPODERMIC NEEDLES 11.76 PHARMACEUTICALS MEDICINALS 3.92 GENERAL FIRST AID/WOUND CARE PADS / SPONGES 35.19 TACTICAL MEDICINE HEMOSTATIC PRODUCTS 33.78 TACTICAL MEDICINE HEMOSTATIC PRODUCTS 16.70 TACTICAL MEDICINE HEMOSTATIC PRODUCTS 23.35 TACTICAL MEDICINE TRAUMA TOURNIQUETS 0.90 AIRWAY MANAGEMENT STYLETTES ONLY 1.78 GENERAL FIRST AID/WOUND CARE ALCOHOL PREPS 6.53 GENERAL FIRST AID/WOUND CARE LUBRICATING JELLY 1.32 GENERAL FIRST AID/WOUND CARE LUBRICATING JELLY 62.25 MONITORING/DIAGNOSTIC PULSE OX PARTS & ACCESSORIES 3.99 GENERAL FIRST AID/WOUND CARE OINTMENTS / CREAMS 22.17 GENERAL FIRST AID/WOUND CARE OINTMENTS / CREAMS 2.46 GENERAL FIRST AID/WOUND CARE INHALANTS 0.92 GENERAL FIRST AID/WOUND CARE ALCOHOL / PEROXIDE 48.00 OXYGEN REGULATORS WITH DISS 0.42 GENERAL FIRST AID/WOUND CARE COMPRESSES, COLD 0.40 GENERAL FIRST AID/WOUND CARE COMPRESSES, HOT 0.82 GENERAL FIRST AID/WOUND CARE WET / VASELINE GAUZE Page 93 Item 3. 31.06 INFECTION CONTROL FACE MASKS, DISPOSABLE 27.30 INFECTION CONTROL FACE MASKS, DISPOSABLE 31.06 INFECTION CONTROL FACE MASKS, DISPOSABLE 24.99 GENERAL FIRST AID/WOUND CARE TAPES 0.95 SUCTION SUCTION CATHETERS /TIPS/TUBING 0.93 SUCTION SUCTION CATHETERS /TIPS/TUBING 0.43 SUCTION SUCTION CATHETERS /TIPS/TUBING 1.27 INTRAVENOUS/DRUG ADMINISTRATION IV CATHETERS, SAFETY 1.27 INTRAVENOUS/DRUG ADMINISTRATION IV CATHETERS, SAFETY 1.27 INTRAVENOUS/DRUG ADMINISTRATION IV CATHETERS, SAFETY 1.27 INTRAVENOUS/DRUG ADMINISTRATION IV CATHETERS, SAFETY 1.27 INTRAVENOUS/DRUG ADMINISTRATION IV CATHETERS, SAFETY 1.27 INTRAVENOUS/DRUG ADMINISTRATION IV CATHETERS, SAFETY 2.00 INTRAVENOUS/DRUG ADMINISTRATION IV CATH, SAFETY/BLOOD CONTROL 2.00 INTRAVENOUS/DRUG ADMINISTRATION IV CATH, SAFETY/BLOOD CONTROL 2.00 INTRAVENOUS/DRUG ADMINISTRATION IV CATH, SAFETY/BLOOD CONTROL 2.00 INTRAVENOUS/DRUG ADMINISTRATION IV CATH, SAFETY/BLOOD CONTROL 2.00 INTRAVENOUS/DRUG ADMINISTRATION IV CATH, SAFETY/BLOOD CONTROL 2.00 INTRAVENOUS/DRUG ADMINISTRATION IV CATH, SAFETY/BLOOD CONTROL 2.00 INTRAVENOUS/DRUG ADMINISTRATION IV CATH, SAFETY/BLOOD CONTROL 1.70 INTRAVENOUS/DRUG ADMINISTRATION IV CATH, SAFETY/BLOOD CONTROL 1.70 INTRAVENOUS/DRUG ADMINISTRATION IV CATH, SAFETY/BLOOD CONTROL 1.70 INTRAVENOUS/DRUG ADMINISTRATION IV CATH, SAFETY/BLOOD CONTROL 1.70 INTRAVENOUS/DRUG ADMINISTRATION IV CATH, SAFETY/BLOOD CONTROL 1.70 INTRAVENOUS/DRUG ADMINISTRATION IV CATH, SAFETY/BLOOD CONTROL 1.70 INTRAVENOUS/DRUG ADMINISTRATION IV CATH, SAFETY/BLOOD CONTROL 1.70 INTRAVENOUS/DRUG ADMINISTRATION IV CATH, SAFETY/BLOOD CONTROL 20.00 MONITORING/DIAGNOSTIC DEFIBRILLATION PADS 23.48 SYRINGES/NEEDLES/BLOOD COLLECTION SYRINGES W/NEEDLES, CONVENT. 98.47 PHARMACEUTICALS DRUGS, NON-NARCOTIC NON-REFRIG Page 94 Item 3. 27.70 SYRINGES/NEEDLES/BLOOD COLLECTION SYRINGES W/NEEDLES, CONVENT. 0.16 SYRINGES/NEEDLES/BLOOD COLLECTION SYRINGES ONLY 0.56 SYRINGES/NEEDLES/BLOOD COLLECTION SYRINGES ONLY 0.08 SYRINGES/NEEDLES/BLOOD COLLECTION SYRINGES ONLY 0.99 TACTICAL MEDICINE MULTI TRAUMA / BLOOD STOPPER 19.06 MONITORING/DIAGNOSTIC DEFIBRILLATION PADS 18.06 MONITORING/DIAGNOSTIC DEFIBRILLATION PADS 0.05 SYRINGES/NEEDLES/BLOOD COLLECTION HYPODERMIC NEEDLES 3.70 MONITORING/DIAGNOSTIC THERMOMETERS, REUSABLE 1.00 INTRAVENOUS/DRUG ADMINISTRATION ADMINISTRATION SET, SAFETY 1.55 INTRAVENOUS/DRUG ADMINISTRATION ADMINISTRATION SET, SAFETY 1.19 INTRAVENOUS/DRUG ADMINISTRATION ADMINISTRATION SET, SAFETY 0.84 INTRAVENOUS/DRUG ADMINISTRATION EXTENSION SET, SAFETY 2.12 INTRAVENOUS/DRUG ADMINISTRATION EXTENSION SET, SAFETY 21.15 MONITORING/DIAGNOSTIC PULSE OX PARTS & ACCESSORIES 48.50 MONITORING/DIAGNOSTIC THERMOM ACCESS; SHEATHS, BATTR 61.59 MONITORING/DIAGNOSTIC STETHOSCOPES 26.09 PHARMACEUTICALS MEDICINALS 16.05 MONITORING/DIAGNOSTIC PULSE OX PARTS & ACCESSORIES 11.90 MONITORING/DIAGNOSTIC CAPNOMETRY DISPOSABLES 9.20 MONITORING/DIAGNOSTIC CAPNOMETRY DISPOSABLES 8.80 MONITORING/DIAGNOSTIC CAPNOMETRY DISPOSABLES 10.50 MONITORING/DIAGNOSTIC CAPNOMETRY DISPOSABLES 314.73 MONITORING/DIAGNOSTIC THERMOMETERS, REUSABLE 39.45 MONITORING/DIAGNOSTIC THERMOM ACCESS; SHEATHS, BATTR 19.00 SYRINGES/NEEDLES/BLOOD COLLECTION IV TOURNIQUETS 5.50 INFECTION CONTROL SHARPS CONTAINERS+ACCESSORIES 6.69 INFECTION CONTROL SHARPS CONTAINERS+ACCESSORIES 4.27 GENERAL FIRST AID/WOUND CARE ADHESIVE BANDAGES Page 95 Item 3. 24.25 TACTICAL MEDICINE TRAUMA TOURNIQUETS 24.25 TACTICAL MEDICINE TRAUMA TOURNIQUETS 287.15 TACTICAL MEDICINE TRAUMA TOURNIQUETS 0.50 PHARMACEUTICALS IV FLUSH AND INHALATION 10.90 AIRWAY MANAGEMENT VIDEO LARYNGOSCOPE AND PARTS 10.90 AIRWAY MANAGEMENT VIDEO LARYNGOSCOPE AND PARTS 9.56 Point of Care POC Testing GLUCOSE TEST STRIPS FOR METERS 15.42 INFECTION CONTROL CLEANER/DISINFECTANT/STERILANT 1.75 GENERAL FIRST AID/WOUND CARE ALCOHOL / PEROXIDE 0.20 AIRWAY MANAGEMENT ORAL AIRWAYS 0.20 AIRWAY MANAGEMENT ORAL AIRWAYS 0.20 AIRWAY MANAGEMENT ORAL AIRWAYS 0.20 AIRWAY MANAGEMENT ORAL AIRWAYS 0.20 AIRWAY MANAGEMENT ORAL AIRWAYS 0.20 AIRWAY MANAGEMENT ORAL AIRWAYS 0.20 AIRWAY MANAGEMENT ORAL AIRWAYS 2.22 AIRWAY MANAGEMENT NASOPHARYNGEAL AIRWAYS, FIXED 2.22 AIRWAY MANAGEMENT NASOPHARYNGEAL AIRWAYS, FIXED 2.22 AIRWAY MANAGEMENT NASOPHARYNGEAL AIRWAYS, FIXED 2.22 AIRWAY MANAGEMENT NASOPHARYNGEAL AIRWAYS, FIXED 2.22 AIRWAY MANAGEMENT NASOPHARYNGEAL AIRWAYS, FIXED 2.22 AIRWAY MANAGEMENT NASOPHARYNGEAL AIRWAYS, FIXED 2.22 AIRWAY MANAGEMENT NASOPHARYNGEAL AIRWAYS, FIXED 2.22 AIRWAY MANAGEMENT NASOPHARYNGEAL AIRWAYS, FIXED 2.22 AIRWAY MANAGEMENT NASOPHARYNGEAL AIRWAYS, FIXED 99.80 PHARMACEUTICALS DRUGS, CLASS IV NON-REFRIG. Page 96 Item 3. 1.47 AIRWAY MANAGEMENT ET TUBES WITH STYLETTES 0.72 AIRWAY MANAGEMENT ENDOTRACHEAL TUBES, CUFFED 0.72 AIRWAY MANAGEMENT ENDOTRACHEAL TUBES, CUFFED 0.72 AIRWAY MANAGEMENT ENDOTRACHEAL TUBES, CUFFED 0.72 AIRWAY MANAGEMENT ENDOTRACHEAL TUBES, CUFFED 0.72 AIRWAY MANAGEMENT ENDOTRACHEAL TUBES, CUFFED 0.72 AIRWAY MANAGEMENT ENDOTRACHEAL TUBES, CUFFED 0.72 AIRWAY MANAGEMENT ENDOTRACHEAL TUBES, CUFFED 0.72 AIRWAY MANAGEMENT ENDOTRACHEAL TUBES, CUFFED 0.72 AIRWAY MANAGEMENT ENDOTRACHEAL TUBES, CUFFED 0.72 AIRWAY MANAGEMENT ENDOTRACHEAL TUBES, CUFFED 0.72 AIRWAY MANAGEMENT ENDOTRACHEAL TUBES, CUFFED 0.72 AIRWAY MANAGEMENT ENDOTRACHEAL TUBES, CUFFED 0.72 AIRWAY MANAGEMENT ENDOTRACHEAL TUBES, CUFFED 0.72 AIRWAY MANAGEMENT ENDOTRACHEAL TUBES, CUFFED 0.50 AIRWAY MANAGEMENT ENDOTRACHEAL TUBES, UNCUFFED 28.28 AIRWAY MANAGEMENT SPECIALTY TUBE (LMA,COMBITUBE) 28.28 AIRWAY MANAGEMENT SPECIALTY TUBE (LMA,COMBITUBE) 28.28 AIRWAY MANAGEMENT SPECIALTY TUBE (LMA,COMBITUBE) 19.75 AIRWAY MANAGEMENT SPECIALTY TUBE (LMA,COMBITUBE) 19.75 AIRWAY MANAGEMENT SPECIALTY TUBE (LMA,COMBITUBE) 18.75 AIRWAY MANAGEMENT SPECIALTY TUBE (LMA,COMBITUBE) 18.75 AIRWAY MANAGEMENT SPECIALTY TUBE (LMA,COMBITUBE) 18.75 AIRWAY MANAGEMENT SPECIALTY TUBE (LMA,COMBITUBE) 18.75 AIRWAY MANAGEMENT SPECIALTY TUBE (LMA,COMBITUBE) 18.75 AIRWAY MANAGEMENT SPECIALTY TUBE (LMA,COMBITUBE) 18.75 AIRWAY MANAGEMENT SPECIALTY TUBE (LMA,COMBITUBE) 27.14 AIRWAY MANAGEMENT SPECIALTY TUBE (LMA,COMBITUBE) 27.14 AIRWAY MANAGEMENT SPECIALTY TUBE (LMA,COMBITUBE) Page 97 Item 3. 27.14 AIRWAY MANAGEMENT SPECIALTY TUBE (LMA,COMBITUBE) 4.95 AIRWAY MANAGEMENT STYLETTES ONLY 3.85 AIRWAY MANAGEMENT ENDOTRACHEAL TUBE HOLDERS 10.85 AIRWAY MANAGEMENT LARYNGOSCOPE HANDLES 3.95 AIRWAY MANAGEMENT LARYNGOSCOPE BLADES/LED 3.95 AIRWAY MANAGEMENT LARYNGOSCOPE BLADES/LED 3.95 AIRWAY MANAGEMENT LARYNGOSCOPE BLADES/LED 3.95 AIRWAY MANAGEMENT LARYNGOSCOPE BLADES/LED 3.95 AIRWAY MANAGEMENT LARYNGOSCOPE BLADES/LED 3.95 AIRWAY MANAGEMENT LARYNGOSCOPE BLADES/LED 3.95 AIRWAY MANAGEMENT LARYNGOSCOPE BLADES/LED 3.95 AIRWAY MANAGEMENT LARYNGOSCOPE BLADES/LED 3.95 AIRWAY MANAGEMENT LARYNGOSCOPE BLADES/LED 1,700.00 AIRWAY MANAGEMENT VIDEO LARYNGOSCOPE AND PARTS 10.90 AIRWAY MANAGEMENT VIDEO LARYNGOSCOPE AND PARTS 40.01 AIRWAY MANAGEMENT VIDEO LARYNGOSCOPE AND PARTS 10.90 AIRWAY MANAGEMENT VIDEO LARYNGOSCOPE AND PARTS 17.57 AIRWAY MANAGEMENT DECOMPRESSION / CRIC SETS 94.38 AIRWAY MANAGEMENT DECOMPRESSION / CRIC SETS 6.25 INTRAVENOUS/DRUG ADMINISTRATION ALT MECH PHARMA DELIVERY (MAD) 2.80 SUCTION SUCTION CATHETERS /TIPS/TUBING 2.75 SUCTION SUCTION CANISTERS 3.48 SUCTION SUCTION CANISTERS 790.72 SUCTION SUCTION UNITS, BATTERY/GAS 1,049.00 SUCTION SUCTION UNITS, BATTERY/GAS 130.28 SUCTION SUCTION UNITS, MANUAL 131.05 SUCTION SUCTION PARTS (BATTERIES, ETC) 2.11 MONITORING/DIAGNOSTIC ELECTRODES 73.84 MONITORING/DIAGNOSTIC DEFIB CARRYING CASES 12.76 MONITORING/DIAGNOSTIC ELECTRODES 16.70 PHARMACEUTICALS DRUGS, CLASS IV NON-REFRIG. Page 98 Item 3. 12.15 PHARMACEUTICALS DRUGS, CLASS IV NON-REFRIG. 7.35 AIRWAY MANAGEMENT NEBULIZERS/MDI/PEAK FLOWMETERS 17.50 RESUSCITATION & VENTILATION BAG VALVE MASK, DISPOSABLE 17.50 RESUSCITATION & VENTILATION BAG VALVE MASK, DISPOSABLE 17.50 RESUSCITATION & VENTILATION BAG VALVE MASK, DISPOSABLE 230.39 MEDICAL/TRAUMA CASES & BOXES SOFT CASES, TRAUMA/FIRST RESP 257.65 MEDICAL/TRAUMA CASES & BOXES SOFT CASES, TRAUMA/FIRST RESP 257.65 MEDICAL/TRAUMA CASES & BOXES SOFT CASES, OXYGEN 40.24 MEDICAL/TRAUMA CASES & BOXES SOFT CASES, I.V. / DRUG 50.39 MEDICAL/TRAUMA CASES & BOXES SOFT CASES, I.V. / DRUG 8.69 IMMOBILIZATION RESTRAINT, MISC(LEATHER ANKLE) 3.90 IMMOBILIZATION CERVICAL COLLARS, DISPOSABLE 3.90 IMMOBILIZATION CERVICAL COLLARS, DISPOSABLE 279.50 IMMOBILIZATION BACKBOARD, PLASTIC & OTHER 272.50 IMMOBILIZATION BACKBOARD, PLASTIC & OTHER 285.50 IMMOBILIZATION BACKBOARD, PLASTIC & OTHER 26.35 MONITORING/DIAGNOSTIC PULSE OX PARTS & ACCESSORIES 15.99 MONITORING/DIAGNOSTIC PULSE OX PARTS & ACCESSORIES 269.99 MONITORING/DIAGNOSTIC PULSE OX PARTS & ACCESSORIES 14.74 MONITORING/DIAGNOSTIC PULSE OX PARTS & ACCESSORIES 16.03 MONITORING/DIAGNOSTIC PULSE OX PARTS & ACCESSORIES 16.88 MONITORING/DIAGNOSTIC PULSE OX PARTS & ACCESSORIES 14.10 MONITORING/DIAGNOSTIC PULSE OX PARTS & ACCESSORIES 761.47 MONITORING/DIAGNOSTIC PULSE OX PARTS & ACCESSORIES 18.15 MONITORING/DIAGNOSTIC PULSE OX PARTS & ACCESSORIES 189.25 MONITORING/DIAGNOSTIC PULSE OX PARTS & ACCESSORIES 14.78 MONITORING/DIAGNOSTIC THERMOM ACCESS; SHEATHS, BATTR 9.65 MONITORING/DIAGNOSTIC THERMOM ACCESS; SHEATHS, BATTR 145.51 MONITORING/DIAGNOSTIC DEFIBRILLATION PADS 525.39 MONITORING/DIAGNOSTIC CABLES FOR MONITORS 2.00 MONITORING/DIAGNOSTIC PAPER FOR MONITORS Page 99 Item 3. 1.84 MONITORING/DIAGNOSTIC PAPER FOR MONITORS 96.58 MONITORING/DIAGNOSTIC DEFIB CARRYING CASES 259.86 MONITORING/DIAGNOSTIC BATTERIES 5.90 Point of Care POC Testing GLUCOSE METERS INCL. PARTS 9.60 Point of Care POC Testing CONTROL SOLUTION FOR METERS 9.08 Point of Care POC Testing GLUCOSE TEST STRIPS FOR METERS 11.75 Point of Care POC Testing LANCETS 11.75 Point of Care POC Testing LANCETS 11.75 Point of Care POC Testing LANCETS 5.72 GENERAL FIRST AID/WOUND CARE SWABS / PADS / SPRAYS 3.58 GENERAL FIRST AID/WOUND CARE ADHESIVE BANDAGES 3.65 GENERAL FIRST AID/WOUND CARE ADHESIVE BANDAGES 3.46 GENERAL FIRST AID/WOUND CARE ADHESIVE BANDAGES 3.54 GENERAL FIRST AID/WOUND CARE GENERAL FIRST AID, WOUND CARE 0.70 GENERAL FIRST AID/WOUND CARE MEDIC SHEARS/SCISSORS/SCALPELS 65.50 IMMOBILIZATION RESTRAINT, SPIDER TYPE 11.47 INFECTION CONTROL CLEANER/DISINFECTANT/STERILANT 0.09 INFECTION CONTROL BIOHAZARD BAG,LABEL,CONVEN.BGS 9.08 INFECTION CONTROL GLOVES, NON-LATEX, POWDER FREE 9.08 INFECTION CONTROL GLOVES, NON-LATEX, POWDER FREE 9.08 INFECTION CONTROL GLOVES, NON-LATEX, POWDER FREE 9.08 INFECTION CONTROL GLOVES, NON-LATEX, POWDER FREE 9.08 INFECTION CONTROL GLOVES, NON-LATEX, POWDER FREE 0.26 INFECTION CONTROL SHOE COVERS,CAPS,SLEEVE COVERS 24.07 INFECTION CONTROL MASKS W/FACE SHIELDS 156.64 MONITORING/DIAGNOSTIC THERMOMETERS, REUSABLE 50.29 INFECTION CONTROL CLEANER/DISINFECTANT/STERILANT 4.70 INFECTION CONTROL SHARPS CONTAINERS+ACCESSORIES 6.20 INFECTION CONTROL SHARPS CONTAINERS+ACCESSORIES 0.27 AIRWAY MANAGEMENT NASAL CANNULA 2.46 BURN CARE BURN BLANKET/MASK/SPECIALTY 0.30 AIRWAY MANAGEMENT NASAL CANNULA Page 100 Item 3. 149.00 PHARMACEUTICALS DRUGS, NON-NARCOTIC NON-REFRIG 0.75 AIRWAY MANAGEMENT NEBULIZERS/MDI/PEAK FLOWMETERS 0.95 AIRWAY MANAGEMENT NEBULIZERS/MDI/PEAK FLOWMETERS 6.50 MONITORING/DIAGNOSTIC CAPNOMETRY DISPOSABLES 6.50 MONITORING/DIAGNOSTIC CAPNOMETRY DISPOSABLES 8.00 MONITORING/DIAGNOSTIC CAPNOMETRY DISPOSABLES 161.99 SPLINTS SPLINTS,TRACTION,PARTS&ACCESS. 1.35 AIRWAY MANAGEMENT NEBULIZERS/MDI/PEAK FLOWMETERS 1.25 AIRWAY MANAGEMENT NEBULIZERS/MDI/PEAK FLOWMETERS 48.50 RESUSCITATION & VENTILATION CPAP UNITS, ACCESS., PARTS 48.50 RESUSCITATION & VENTILATION CPAP UNITS, ACCESS., PARTS 55.14 RESUSCITATION & VENTILATION CPAP UNITS, ACCESS., PARTS 53.01 RESUSCITATION & VENTILATION CPAP UNITS, ACCESS., PARTS 55.14 RESUSCITATION & VENTILATION CPAP UNITS, ACCESS., PARTS 45.38 RESUSCITATION & VENTILATION CPAP UNITS, ACCESS., PARTS 3.82 IMMOBILIZATION HEAD IMMOBILIZERS 8.93 IMMOBILIZATION RESTRAINT, DISPOSABLE 849.59 PATIENT TRANSPORT & HANDLING STRETCHERS, SCOOP 15.66 PATIENT TRANSPORT & HANDLING TRANSFER SHEETS 10.15 PATIENT TRANSPORT & HANDLING TRANSFER SHEETS 16.50 PATIENT TRANSPORT & HANDLING BEDDING, DISPOSABLE 45.24 PATIENT TRANSPORT & HANDLING BEDDING, DISPOSABLE 4.00 MCI, SAFETY, TRAFFIC PENLIGHTS 65.12 MONITORING/DIAGNOSTIC PULSE OX PARTS & ACCESSORIES 69.35 MCI, SAFETY, TRAFFIC TRIAGE TAGS 6.59 INTRAVENOUS/DRUG ADMINISTRATION IV PUMPS/PRESSURE INFUSER, NEW 36.34 SYRINGES/NEEDLES/BLOOD COLLECTION SYRINGES W/NEEDLES, SAFETY 0.38 INTRAVENOUS/DRUG ADMINISTRATION IV COMPONENTS, SAFETY 47.55 INTRAVENOUS/DRUG ADMINISTRATION IV DRESSINGS / HOLDERS 51.72 INTRAVENOUS/DRUG ADMINISTRATION IV DRESSINGS / HOLDERS Page 101 Item 3. 2.55 PHARMACEUTICALS IRRIGATING SOLUTIONS 1.75 AIRWAY MANAGEMENT REBREATHER & OTHER O2 MASKS 24.50 INTRAVENOUS/DRUG ADMINISTRATION IV DRESSINGS / HOLDERS 6.91 MONITORING/DIAGNOSTIC BP CUFF REUSABLE 6.91 MONITORING/DIAGNOSTIC BP CUFF REUSABLE 6.91 MONITORING/DIAGNOSTIC BP CUFF REUSABLE 7.00 MONITORING/DIAGNOSTIC BP CUFF REUSABLE 8.55 MONITORING/DIAGNOSTIC BP CUFF REUSABLE 3.80 MONITORING/DIAGNOSTIC STETHOSCOPES 0.14 SUCTION SUCTION CATHETERS /TIPS/TUBING 0.14 SUCTION SUCTION CATHETERS /TIPS/TUBING 0.14 SUCTION SUCTION CATHETERS /TIPS/TUBING 0.14 SUCTION SUCTION CATHETERS /TIPS/TUBING 0.14 SUCTION SUCTION CATHETERS /TIPS/TUBING 0.14 SUCTION SUCTION CATHETERS /TIPS/TUBING 0.14 SUCTION SUCTION CATHETERS /TIPS/TUBING 1.02 INTRAVENOUS/DRUG ADMINISTRATION IV PUMPS/PRESSURE INFUSER, NEW 218.15 PHARMACEUTICALS DRUGS, NON-NARCOTIC NON-REFRIG 22.70 PHARMACEUTICALS DRUGS, CLASS IV NON-REFRIG. 230.63 PHARMACEUTICALS DRUGS, NON-NARCOTIC NON-REFRIG 229.13 PHARMACEUTICALS DRUGS, NON-NARCOTIC NON-REFRIG 120.95 PHARMACEUTICALS DRUGS, NON-NARCOTIC NON-REFRIG 133.19 PHARMACEUTICALS DRUGS, NON-NARCOTIC NON-REFRIG 275.00 PHARMACEUTICALS NALOXONE, OPIOD TREATMENTS 97.87 PHARMACEUTICALS DRUGS, NON-NARCOTIC NON-REFRIG 254.19 PHARMACEUTICALS DRUGS, NON-NARCOTIC NON-REFRIG 126.50 PHARMACEUTICALS DRUGS, NON-NARCOTIC NON-REFRIG 277.58 PHARMACEUTICALS DRUGS, NON-NARCOTIC NON-REFRIG 56.46 PHARMACEUTICALS DRUGS, CLASS II 7.61 PHARMACEUTICALS DRUGS, NON-NARCOTIC NON-REFRIG Page 102 Item 3. 66.00 PHARMACEUTICALS DRUGS, CLASS II 19.50 OXYGEN REGULATOR PARTS & ACCESSORIES 405.00 TACTICAL MEDICINE BODY ARMOUR, NON-CONCEALABLE 149.99 TACTICAL MEDICINE BODY ARMOUR, NON-CONCEALABLE 205.56 TACTICAL MEDICINE BODY ARMOUR, NON-CONCEALABLE 163.33 TACTICAL MEDICINE BODY ARMOUR, NON-CONCEALABLE 163.33 TACTICAL MEDICINE BODY ARMOUR, NON-CONCEALABLE 178.89 TACTICAL MEDICINE BODY ARMOUR, NON-CONCEALABLE 178.89 TACTICAL MEDICINE BODY ARMOUR, NON-CONCEALABLE 433.33 TACTICAL MEDICINE BODY ARMOUR, NON-CONCEALABLE 115.21 MONITORING/DIAGNOSTIC STETHOSCOPES 2.80 GENERAL FIRST AID/WOUND CARE MEDIC SHEARS/SCISSORS/SCALPELS 3.63 GENERAL FIRST AID/WOUND CARE OTHER INSTRUMENTS(FORCEPS,ETC) 3.78 GENERAL FIRST AID/WOUND CARE OTHER INSTRUMENTS(FORCEPS,ETC) 5.84 GENERAL FIRST AID/WOUND CARE RING CUTTERS & BLADES 1.57 GENERAL FIRST AID/WOUND CARE RING CUTTERS & BLADES 2.80 MONITORING/DIAGNOSTIC THERMOM ACCESS; SHEATHS, BATTR 1.90 AIRWAY MANAGEMENT HUMIDIFIERS 21.49 INFECTION CONTROL BIOHAZARD BAG,LABEL,CONVEN.BGS 8.19 GENERAL FIRST AID/WOUND CARE OBSTETRIC CARE 18.00 GENERAL FIRST AID/WOUND CARE OBSTETRIC CARE 4.88 GENERAL FIRST AID/WOUND CARE OBSTETRIC CARE 167.44 MONITORING/DIAGNOSTIC CIRCULATORY ENHANCEMENT/ACC 453.59 MONITORING/DIAGNOSTIC CIRCULATORY ENHANCEMENT/ACC 3.30 PHARMACEUTICALS MEDICINALS 1.18 MONITORING/DIAGNOSTIC ELECTRODES 378.22 PATIENT TRANSPORT & HANDLING CHILD TRANSPORT DEVICES 22.55 EDUCATION & TRAINING BOOKS & REFERENCE 62.99 SUCTION SUCTION PARTS (BATTERIES, ETC) 32.78 MCI, SAFETY, TRAFFIC HEARING PROTECTION 4.50 IMMOBILIZATION RESTRAINT, MISC(LEATHER ANKLE) 9.00 IMMOBILIZATION RESTRAINT, MISC(LEATHER ANKLE) 11.94 IMMOBILIZATION RESTRAINT, SPEED CLIP Page 103 Item 3. 1.33 AIRWAY MANAGEMENT NEBULIZERS/MDI/PEAK FLOWMETERS 8.84 RESUSCITATION & VENTILATION BAG VALVE MASK, DISPOSABLE 9.75 AIRWAY MANAGEMENT TUBE PLACEMENT INDICATORS 9.43 AIRWAY MANAGEMENT TUBE PLACEMENT INDICATORS 10.20 RESUSCITATION & VENTILATION BAG VALVE MASK, DISPOSABLE 0.80 AIRWAY MANAGEMENT REBREATHER & OTHER O2 MASKS 0.78 AIRWAY MANAGEMENT REBREATHER & OTHER O2 MASKS 5.60 SPLINTS SPLINTS, SAM TYPE 221.35 RESUSCITATION & VENTILATION DEMAND VALVES INCL. PARTS 0.39 MONITORING/DIAGNOSTIC DEFIB PREP (GEL, RAZORS, ETC) 10.20 RESUSCITATION & VENTILATION BAG VALVE MASK, DISPOSABLE 36.29 GENERAL FIRST AID/WOUND CARE SWABS / PADS / SPRAYS 19.80 SPLINTS SPLINTS, VACUUM INCL.PARTS 33.50 SPLINTS SPLINTS, VACUUM INCL.PARTS 0.13 INFECTION CONTROL BIOHAZARD BAG,LABEL,CONVEN.BGS 6.35 AIRWAY MANAGEMENT NEBULIZERS/MDI/PEAK FLOWMETERS 31.22 SUCTION SUCTION CATHETERS /TIPS/TUBING 708.11 SUCTION SUCTION UNITS, BATTERY/GAS 45.17 MCI, SAFETY, TRAFFIC TRIAGE TAGS 44.25 PHARMACEUTICALS DRUGS, NON-NARCOTIC REFRIGER. 3.65 PHARMACEUTICALS IV SOLUTIONS 3.86 PHARMACEUTICALS IV SOLUTIONS 4.56 PHARMACEUTICALS IV SOLUTIONS 2.03 INTRAVENOUS/DRUG ADMINISTRATION IV CATHETERS, SAFETY 1.75 INFECTION CONTROL SHARPS CONTAINERS+ACCESSORIES 4.60 INFECTION CONTROL SHARPS CONTAINERS+ACCESSORIES 40.00 PHARMACEUTICALS DRUGS, CLASS IV NON-REFRIG. 2.88 PHARMACEUTICALS IRRIGATING SOLUTIONS 4.20 GENERAL FIRST AID/WOUND CARE SWABS / PADS / SPRAYS 19.60 PHARMACEUTICALS DRUGS, NON-NARCOTIC NON-REFRIG 66.35 PHARMACEUTICALS DRUGS, NON-NARCOTIC NON-REFRIG 0.30 SYRINGES/NEEDLES/BLOOD COLLECTION SYRINGES ONLY 0.34 SYRINGES/NEEDLES/BLOOD COLLECTION SYRINGES ONLY Page 104 Item 3. 0.93 SYRINGES/NEEDLES/BLOOD COLLECTION SYRINGES ONLY 21.81 SYRINGES/NEEDLES/BLOOD COLLECTION SYRINGES ONLY 119.50 SYRINGES/NEEDLES/BLOOD COLLECTION SYRINGES W/NEEDLES, SAFETY 0.50 AIRWAY MANAGEMENT SPECIALTY TUBE (LMA,COMBITUBE) 1.50 INFECTION CONTROL SHARPS CONTAINERS+ACCESSORIES 26.65 SPLINTS SPLINTS, CARDBOARD, PADDED 2.87 INFECTION CONTROL EYE PROTECTION, NON-DISPOSABLE 10.57 GENERAL FIRST AID/WOUND CARE OINTMENTS / CREAMS 16.43 AIRWAY MANAGEMENT DECOMPRESSION / CRIC SETS 18.95 PHARMACEUTICALS MEDICINALS 64.20 SPLINTS SPLINTS, OTHER (SAMSLING) 70.62 SPLINTS SPLINTS, OTHER (SAMSLING) 5.39 INFECTION CONTROL INFECTION CONTROL KITS 65.00 MONITORING/DIAGNOSTIC CAPNOMETRY DISPOSABLES 70.50 MONITORING/DIAGNOSTIC CAPNOMETRY DISPOSABLES 20.27 AIRWAY MANAGEMENT DECOMPRESSION / CRIC SETS 17.17 GENERAL FIRST AID/WOUND CARE FIRST AID KITS, COMPLETE 87.22 PHARMACEUTICALS DRUGS, NON-NARCOTIC REFRIGER. 51.98 AIRWAY MANAGEMENT NEBULIZERS/MDI/PEAK FLOWMETERS 43.75 AIRWAY MANAGEMENT NEBULIZERS/MDI/PEAK FLOWMETERS 11.13 TACTICAL MEDICINE CHEST SEAL 4.89 PHARMACEUTICALS IV SOLUTIONS 65.00 MEDICAL/TRAUMA CASES & BOXES SOFT CASES, INTUBATION 2.96 PHARMACEUTICALS IV SOLUTIONS 26.29 PHARMACEUTICALS MEDICINALS 9.00 PHARMACEUTICALS MEDICINALS 2.00 PHARMACEUTICALS IV FLUSH AND INHALATION 88.80 MONITORING/DIAGNOSTIC CAPNOMETRY DISPOSABLES 57.59 TACTICAL MEDICINE IFAK KITS 4.95 AIRWAY MANAGEMENT STYLETTES ONLY 0.70 PHARMACEUTICALS MEDICINALS 193.60 MONITORING/DIAGNOSTIC BP CUFF REUSABLE 4.81 PHARMACEUTICALS DRUGS, NON-NARCOTIC NON-REFRIG Page 105 Item 3. 78.83 PHARMACEUTICALS DRUGS, CLASS IV NON-REFRIG. 103.63 SUCTION SUCTION PARTS (BATTERIES, ETC) 61.98 PHARMACEUTICALS DRUGS, NON-NARCOTIC NON-REFRIG 28.87 OXYGEN FITTINGS/QUICK CONNECTS/HOSE 38.63 GENERAL FIRST AID/WOUND CARE SWABS / PADS / SPRAYS 49.24 PATIENT TRANSPORT & HANDLING BEDDING, DISPOSABLE 2.98 PATIENT TRANSPORT & HANDLING BEDDING, DISPOSABLE 2.12 IMMOBILIZATION RESTRAINT, DISPOSABLE 45.19 AIRWAY MANAGEMENT NEBULIZERS/MDI/PEAK FLOWMETERS 462.82 MONITORING/DIAGNOSTIC PULSE OXIMETERS 195.99 SPLINTS SPLINTS, VACUUM INCL.PARTS 213.59 SPLINTS SPLINTS, VACUUM INCL.PARTS 235.19 SPLINTS SPLINTS, VACUUM INCL.PARTS 845.33 SPLINTS SPLINTS, VACUUM INCL.PARTS 7.21 PATIENT TRANSPORT & HANDLING BEDDING, NON-DISPOSABLE 4.76 MONITORING/DIAGNOSTIC ELECTRODES 3.96 INFECTION CONTROL PERSONAL CLEANERS (GELS,WIPES) 184.05 SPLINTS SPLINTS, VACUUM INCL.PARTS 0.39 GENERAL FIRST AID/WOUND CARE TRIANGULAR BANDAGE 3.29 PHARMACEUTICALS IV SOLUTIONS 4.95 PHARMACEUTICALS IV SOLUTIONS 56.00 SUCTION SUCTION UNITS, MANUAL 1,050.00 IMMOBILIZATION VACCUUM MATTRESS, FULL BODY 8.00 AIRWAY MANAGEMENT CPR MASKS AND BARRIERS 2.96 PHARMACEUTICALS IV SOLUTIONS 3.65 PHARMACEUTICALS IV SOLUTIONS 3.86 PHARMACEUTICALS IV SOLUTIONS 9.02 AIRWAY MANAGEMENT DECOMPRESSION / CRIC SETS 38.51 MCI, SAFETY, TRAFFIC CLIPBOARDS AND PENS 387.35 SPLINTS SPLINTS, VACUUM INCL.PARTS 6.06 INFECTION CONTROL PERSONAL CLEANERS (GELS,WIPES) 1.78 INFECTION CONTROL PERSONAL CLEANERS (GELS,WIPES) 20.00 INFECTION CONTROL CLEANER/DISINFECTANT/STERILANT 7.22 INFECTION CONTROL CLEANER/DISINFECTANT/STERILANT 9.08 INFECTION CONTROL GLOVES, NON-LATEX, POWDER FREE 5.51 AIRWAY MANAGEMENT CPR MASKS AND BARRIERS Page 106 Item 3. 13.11 MONITORING/DIAGNOSTIC PULSE OX PARTS & ACCESSORIES Page 107 Item 3. Page 1 of 1 To: Mayor and Town Council From: Stuart Blasingame, Fire Chief Through: Mario Canizares, Town Manager Re: Fire Apparatus Maintenance and Repairs Town Council Meeting – October 08, 2024 Strategic Visioning Priority: 4. Provide Excellent Municipal Services Agenda Item: Consider and act upon approving funding for expenses of scheduled and unscheduled maintenance and repairs by Siddons-Martin Emergency Group, LLC for the Fire Department apparatus including fire engines and aerial trucks in an amount not to exceed $150,000. Description of Agenda Item: This purchase will provide a blanket PO for the purchase of scheduled and unscheduled maintenance and repairs to the Fire Department apparatus. Siddons-Martin Emergency Group, LLC is the exclusive dealer for the sale, service, parts, and warranty of custom and commercial fire apparatus by Pierce in the state of Texas. Budget Impact: The estimated annual expenditure for this service is $150,000 and will be funded through the FY25 operating budget account number 100-5350-30-01. Attached Documents: 1. Sole Source Letter Town Staff Recommendation: Town Staff recommends approving funding for expenses of scheduled and unscheduled maintenance and repairs by Siddons-Martin Emergency Group, LLC for the Fire Department apparatus including fire engines and aerial trucks in an amount not to exceed $150,000. Proposed Motion: I move to approve funding for expenses of scheduled and unscheduled maintenance and repairs by Siddons-Martin Emergency Group, LLC for the Fire Department apparatus including fire engines and aerial trucks in an amount not to exceed $150,000. FIRE DEPARTMENT Page 108 Item 4. PIERCE MANUFACTURING INC. AN OSHKOSH CORPORATION COMPANY • ISO 9001 CERTIFIED 2600 AMERICAN DRIVE POST OFFICE BOX 2017 APPLETON, WISCONSIN 54912-2017 920-832-3000 • FAX 920-832-3208 www.piercemfg.com January 13, 2023 RE: Sole Source To whom it may concern: To provide you with the personalized level of sales, service, and warranty you deserve, Pierce has established a network of authorized dealers throughout the country. Siddons-Martin Emergency Group, LLC is the exclusive dealer for the sale, service, parts, and warranty of custom and commercial fire apparatus manufactured by Pierce in the states of Texas, Louisiana, New Mexico, Utah, and Nevada (except for Clark County in Nevada). Siddons-Martin Emergency Group, LLC is extremely qualified to provide you with the support you have come to expect from Pierce and has service & warranty facilities located in each state they represent. Please contact Siddons-Martin Emergency Group, LLC direct for Sales support or visit their website for more information at www.siddonsmartin.com. Sincerely, Charley Hopp Manager – Contracts and Sales Support Pierce Manufacturing Inc. Page 109 Item 4. Page 1 of 1 To: Mayor and Town Council From: Stuart Blasingame, Fire Chief Through: Mario Canizares, Town Manager Re: Galls Uniform & Equipment Purchase Town Council Meeting – October 8, 2024 Strategic Visioning Priority: 4. Provide Excellent Municipal Services Agenda Item: Consider and act upon approving the purchase of uniforms and equipment from Galls, LLC through the North Texas Share First Responder Uniforms Contract #2021-073 in an amount not to exceed $90,000. Description of Agenda Item: Galls, LLC is the incumbent vendor for uniform duty wear, dress uniforms, and athletic apparel to the Town. Budget Impact: The blanket order expenditure request is for $90,000.00. This was an approved budget item and will be funded by Account No. 100-5400-30-01. Attached Documents: 1. North Texas Share First Responder Uniforms Contract #2021-073. 2. North Texas Share First Responder Uniforms Contract Amendment #3 Town Staff Recommendation: Staff recommends approving the purchases of uniforms and equipment from Galls, LLC through the North Texas Share First Responder Uniforms Contract #2021-073 in an amount not to exceed $90,000. Proposed Motion: I move to approve the purchase of uniforms and equipment from Galls, LLC through the North Texas Share First Responder Uniforms Contract #2021-073 in an amount not to exceed $90,000. FIRE DEPARTMENT Page 110 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs.Page 1 of 36 MASTER SERVICES AGREEMENT #2021-073 First Responder Uniforms, Accessories, and Services THIS MASTER SERVICES AGREEMENT (“Agreement”), effective the last date of signed approval (“Effective Date”), is entered into by and between the North Central Texas Council of Governments (“NCTCOG”), a Texas political subdivision and non-profit corporation, with offices located at 616 Six Flags Drive, Arlington, TX 76011, and Galls, LLC. (“Contractor”) 1340 Russell Cave Rd. Lexington, KY 40505 ARTICLE I RETENTION OF THE CONTRACTOR 1.1 This Agreement defines the terms and conditions upon which the Contractor agrees to provide First Responder Uniforms, Accessories, and Services (hereinafter, “Services”) to governmental entities participating in the North Texas SHARE program (hereinafter “Participating Entities”). The Contractor is being retained to provide services described below to Participating Entities based on the Contractor’s demonstrated competence and requisite qualifications to perform the scope of the services described herein and in the Request for Proposals #2021-073 (hereinafter, “RFP”). The Contractor demonstrated they have the resources, experience, and qualifications to perform the described services, which is of interest to Participating Entities and was procured via the RFP. NCTCOG agrees to and hereby does retain the Contractor, as an independent contractor, and the Contractor agrees to provide services to Participating Entities, in accordance with the terms and conditions provided in this Agreement and consistent with Contractor’s response to the RFP. ARTICLE II SCOPE OF SERVICES 2.1 The Contractor will provide Services described in a written Purchase Order issued by NCTCOG or a SHARE Participating Entity. Any such Purchase Order is hereby incorporated by reference and made a part of this Agreement and shall be subject to the terms and conditions in this Agreement. In the event of a conflict between any term or provision in this Agreement and any term or provision in a Purchase Order, the term or provision in this Agreement shall control unless the conflicting term or provision in this Agreement is referenced, and expressly stated not to apply, in such Purchase Order. 2.2 All Services rendered under this Agreement will be performed by the Contractor: i) with due care; ii) in accordance with generally prevailing industry standards; iii) in accordance with Participating Entities’ standard operating procedures and applicable policies, as may be amended from time to time; and iv) in compliance with all applicable laws, government regulatory requirements, and any other written instructions, specifications, guidelines, or requirements provided by NCTCOG and/or Participating Entities. 2.3 Any agreed-upon changes to a Purchase Order shall be set forth in a subsequent Purchase Order amendment. Contractor will not implement any changes or any new Services until a Purchase Order has been duly executed by Participating Entity. For the avoidance of doubt, the Contractor acknowledges that Participating Entity is under no obligation to execute a Purchase Order. Participating Entity shall not be liable for any amounts not included in a Purchase Order in the absence of a fully executed amendment of Purchase Order. DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 Page 111 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs.Page 2 of 36 2.4 Pricing for items in Attachment 1 represent the maximum cost for each item offered by the Contractor. Contractor and Participating Entity may mutually agree to a lower cost for any item covered under this agreement. 2.5 NCTCOG Obligations 2.5.1 NCTCOG shall make available a contract page on its NorthTexasSHARE.org website which will include contact information for the Contractor(s). 2.6 Participating Entity Obligations. 2.6.1 In order to utilize the Services, Participating Entities must have executed a Master Interlocal Agreement for North Texas SHARE with NCTCOG. This agreement with the Participating Entity will define the legal relationship between NCTCOG and the Participating Entity. 2.6.2 In order to utilize the Services, Participating Entities must execute a Purchase Order with the Contractor. This agreement with the Participating Entity will define the Services and costs that the Participating Entity desires to have implemented by the Contractor. 2.7 Contractor Obligations. 2.7.1 Contractor must be able to deliver, perform, install, and implement services with the requirements and intent of RFP #2021-073 2.7.2 If applicable, Contractor shall provide all necessary material, labor and management required to perform this work. The scope of services shall include, but not be limited to, items listed in Attachment 1. 2.7.3 Contractor agrees to market and promote the use of the SHARE awarded contract whenever possible among its current and solicited customer base. Contractor shall agree to follow reporting requirements in report sales made under this Master Services Agreement in accordance with Section 4.2. ARTICLE III TERM 3.1 This Agreement will commence on the Effective Date and remain in effect for an initial term ending on November 1, 2022 (the “Term”), unless earlier terminated as provided herein. This Agreement may be renewed, at NCTCOG’s sole discretion, for up to four (4) additional one (1) year terms through November 1, 2026. 3.2 Termination. NCTCOG and/or Participating Entities may terminate this Agreement and/or any Purchase Order to which it is a signatory at any time, with or without cause, upon thirty (30) days’ prior written notice to Contractor. Upon its receipt of notice of termination of this Agreement or Purchase Order, Contractor shall follow any instructions of NCTCOG respecting work stoppage. Contractor shall cooperate with NCTCOG and/or Participating Entities to provide for an orderly conclusion of the Services. Contractor shall use its best efforts to minimize the amount of any non-cancelable obligations and shall assign any contracts related thereto to NCTCOG or Participating Entity at its request. If NCTCOG or Participating Entity elects to continue any activities underlying a terminated Purchase Order after termination, Contractor shall cooperate with NCTCOG or Participating Entity to provide for an orderly transfer of Contractor’s responsibilities with respect to such Purchase Order to NCTCOG or Participating Entity. Upon the effective date of any such termination, the Contractor shall submit a final invoice for payment in accordance with Article IV, and NCTCOG or Participating Entity shall pay such amounts as are due to Contractor through the effective date of termination. NCTCOG or Participating Entity shall only be liable for payment of services rendered before the effective date of termination. If Agreement is terminated, certain reporting requirements identified in this Agreement shall survive termination of this Agreement. DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 Page 112 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs.Page 3 of 36 3.2.1 Termination for Cause: Either party may immediately terminate this Agreement if the other party breaches its obligations specified within this Agreement, and, where capable of remedy, such breach has not been materially cured within thirty (30) days of the breaching party’s receipt of written notice describing the breach in reasonable detail. 3.2.2 Breach: Upon any material breach of this Agreement by either party, the non-breaching party may terminate this Agreement upon twenty (20) days written notice to the breaching party. The notice shall become effective at the end of the twenty (20) day period unless the breaching party cures such breach within such period. ARTICLE IV COMPENSATION 4.1 Invoices. Contractor shall submit an invoice to the ordering Participating Entity upon receipt of an executed Purchase Order and after completion of the work, with Net 30 payment terms. Costs incurred prior to execution of this Agreement are not eligible for reimbursement. There shall be no obligation whatsoever to pay for performance of this Agreement from the monies of the NCTCOG or Participating Entities, other than from the monies designated for this Agreement and/or executed Purchase Order. Contractor expressly agrees that NCTCOG shall not be liable, financial or otherwise, for Services provided to Participating Entities. 4.2 Reporting. NCTCOG intends to make this Agreement available to other governmental entities through its SHARE cooperative purchasing program. Contractor shall submit to NCTCOG on a calendar quarterly basis a report that identifies any new client Participating Entities, the date and order number, and the total contracted value of services that each Participating Entity has purchased and paid in full under this Master Service Agreement. Reporting and invoices should be submitted to: NCTCOG ATTN: North Texas SHARE PO Box 5888 Arlington, TX 76005-5888 Email: NorthTexasSHARE@nctcog.org DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 Page 113 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs.Page 4 of 36 ARTICLE V SERVICE FEE 5.1 Explanation. NCTCOG will make this Master Service Agreement available to other governmental entities, Participating Entities, and non-profit agencies in Texas and the rest of the United States through its SHARE cooperative purchasing program. The Contractor is able to market the Services under this Agreement to any Participating Entity with emphasis that competitive solicitation is not required when the Participating Entity purchases off of a cooperative purchasing program such as SHARE. However, each Participating Entity will make the decision that it feels is in compliance with its own purchasing requirements. The Contractor realizes substantial efficiencies through their ability to offer pricing through the SHARE Cooperative and that will increase the sales opportunities as well as reduce the need to repeatedly respond to Participating Entities’ Requests for Proposals. From these efficiencies, Contractor will pay an administrative fee to SHARE calculated as a percentage of sales processed through the SHARE Master Services Agreement. This administrative fee is not an added cost to SHARE participants. This administrative fee covers the costs of solicitation of the contract, marketing and facilitation, as well as offsets expenses incurred by SHARE. 5.2 Administrative Fee. NCTCOG will utilize an administrative fee, in the form of a percent of cost that will apply to all contracts between awarded contractor and NCTCOG or participants resulting from this solicitation. The administrative fee will be remitted by the contractor to NCTCOG on a quarterly basis, along with required quarterly reporting. The remuneration fee for this program will be 2% on sales. 5.3 Setup and Implementation. NCTCOG will provide instruction and guidance as needed to the Contractor to assist in maximizing mutual benefits from marketing these Services through the SHARE purchasing program. ARTICLE VI RELATIONSHIP BETWEEN THE PARTIES 6.1 Contractual Relationship. It is understood and agreed that the relationship described in this Agreement between the Parties is contractual in nature and is not to be construed to create a partnership or joint venture or agency relationship between the parties. Neither party shall have the right to act on behalf of the other except as expressly set forth in this Agreement. Contractor will be solely responsible for and will pay all taxes related to the receipt of payments hereunder and shall give reasonable proof and supporting documents, if reasonably requested, to verify the payment of such taxes. No Contractor personnel shall obtain the status of or otherwise be considered an employee of NCTCOG or Participating Entity by virtue of their activities under this Agreement. DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 Page 114 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs. Page 5 of 36 ARTICLE VII REPRESENTATION AND WARRANTIES 7.1 Representations and Warranties. Contractor represents and warrants that: 7.1.1 As of the Effective Date of this Agreement, it is not a party to any oral or written contract or understanding with any third party that is inconsistent with this Agreement and/or would affect the Contractor’s performance under this Agreement; or that will in any way limit or conflict with its ability to fulfill the terms of this Agreement. The Contractor further represents that it will not enter into any such agreement during the Term of this Agreement; 7.1.2 NCTCOG is prohibited from making any award or permitting any award at any tier to any party which is debarred or suspended or otherwise excluded from, or ineligible for, participation in federal assistance programs under Executive Order 12549, Debarment and Suspension. Contractor and its subcontractors shall include a statement of compliance with Federal and State Debarment and suspension regulations in all Third-party contracts. 7.1.3 Contractor shall notify NCTCOG if Contractor or any of the Contractor’s sub-contractors becomes debarred or suspended during the performance of this Agreement. Debarment or suspension of the Contractor or any of Contractor’s sub-contractors may result in immediate termination of this Agreement. 7.1.4 Contractor and its employees and sub-contractors have all necessary qualifications, licenses, permits, and/or registrations to perform the Services in accordance with the terms and conditions of this Agreement, and at all times during the Term, all such qualifications, licenses, permits, and/or registrations shall be current and in good standing. 7.1.5 Contractor shall, and shall cause its representatives to, comply with all municipal, state, and federal laws, rules, and regulations applicable to the performance of the Contractor’s obligations under this Agreement. ARTICLE VIII CONFIDENTIAL INFORMATION AND OWNERSHIP 8.1 Confidential Information. Contractor acknowledges that any information it or its employees, agents, or subcontractors obtain regarding the operation of NCTCOG or Participating Entities, its products, services, policies, customer, personnel, and other aspect of its operation (“Confidential Information”) is proprietary and confidential, and shall not be revealed, sold, exchanged, traded, or disclosed to any person, company, or other entity during the period of the Contractor’s retention hereunder or at any time thereafter without the express written permission of NCTCOG or Participating Entity. Notwithstanding anything in this Agreement to the contrary, Contractor shall have no obligation of confidentiality with respect to information that (i) is or becomes part of the public domain through no act or omission of Contractor; (ii) was in Contractor’s lawful possession prior to the disclosure and had not been obtained by Contractor either directly or indirectly from the NCTCOG or Participating Entity; (iii) is lawfully disclosed to Contractor by a third party without restriction on disclosure; (iv) is independently developed by Contractor without use of or reference to the NCTCOG’s Participating Entity's Confidential Information; or (v) is required to be disclosed by law or judicial, arbitral or governmental order or process, provided Contractor gives the NCTCOG or Participating Entity prompt written notice of such requirement to permit the NCTCOG or Participating Entity to seek a protective order or other appropriate relief. Contractor acknowledges that NCTCOG and Participating Entities must strictly comply with applicable public information laws, in responding to any request for public information. This obligation supersedes any conflicting provisions of this Agreement. 8.2 Ownership. No title or ownership rights to any applicable software are transferred to the NCTCOG by this agreement. The Contractor and its suppliers retain all right, title and interest, including all copyright and intellectual property rights, in and to, the software (as an independent work and as an underlying DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 Page 115 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs.Page 6 of 36 work serving as a basis for any improvements, modifications, derivative works, and applications NCTCOG may develop), and all copies thereof. All final documents, data, reports, information, or materials are and shall at all times be and remain, upon payment of Contractor’s invoices therefore, the property of NCTCOG or Participating Entity and shall not be subject to any restriction or limitation on their future use by, or on behalf of, NCTCOG or Participating Entity, except otherwise provided herein. Subject to the foregoing exception, if at any time demand be made by NCTCOG or Participating Entity for any documentation related to this Agreement and/or applicable Purchase Orders for the NCTCOG and/or any Participating Entity, whether after termination of this Agreement of otherwise, the same shall be turned over to NCTCOG without delay, and in no event later than thirty (30) days after such demand is made. Contractor shall have the right to retain copies of documentation, and other items for its archives. If for any reason the foregoing Agreement regarding the ownership of documentation is determined to be unenforceable, either in whole or in part, the Contractor hereby assigns and agrees to assign to NCTCOG all rights, title, and interest that the Contractor may have or at any time acquire in said documentation and other materials, provided that the Contractor has been paid the aforesaid. ARTICLE IX GENERAL PROVISIONS 9.1 Notices. All notices from one Party to another Party regarding this Agreement shall be in writing and delivered to the addresses shown below: If to NCTCOG: If to Contractor: North Central Texas Council of Governments P.O. Box 5888 Arlington, TX 76005-5888 Attn: Craigan Johnson (817) 695-9186 cjohnson@nctcog.org Galls, LLC Attn: Legal Dept. 1340 Russell Cave Rd. Lexington, KY 40505 (859) 800 - 1400 Smeltzer-Amelia@galls.com The above contact information may be modified without requiring an amendment to the Agreement. 9.2 Tax. NCTCOG and several participating entities are exempt from Texas limited sales, federal excise and use tax, and does not pay tax on purchase, rental, or lease of tangible personal property for the organization’s use. A tax exemption certificate will be issued upon request. 9.3 Indemnification. Contractor shall defend, indemnify, and hold harmless NCTCOG and Participating Entities, NCTCOG’s affiliates, and any of their respective directors, officers, employees, agents, subcontractors, successors, and assigns from any and all suits, actions, claims, demands, judgments, liabilities, losses, damages, costs, and expenses (including reasonable attorneys’ fees and court costs) (collectively, “Losses”) arising out of or relating to: (i) Services performed and carried out pursuant to this Agreement; (ii) breach of any obligation, warranty, or representation in this Agreement, (iii) the negligence or willful misconduct of Contractor and/or its employees or subcontractors; or (iv) any infringement, misappropriation, or violation by Contractor and/or its employees or subcontractors of any right of a third party; provided, however, that Contractor shall have no obligation to defend, indemnify, or hold harmless to the extent any Losses are the result of NCTCOG’s or Participating Entities’ gross negligence or willful misconduct. 9.4 Limitation of Liability. In no event shall either party be liable for special, consequential, incidental, indirect or punitive loss, damages or expenses arising out of or relating to this Agreement, whether arising from a breach of contract or warranty, or arising in tort, strict liability, by statute or otherwise, DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 Page 116 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs.Page 7 of 36 even if it has been advised of their possible existence or if such loss, damages or expenses were reasonably foreseeable. Notwithstanding any provision hereof to the contrary, neither party’s liability shall be limited by this Article with respect to claims arising from breach of any confidentiality obligation, arising from such party’s infringement of the other party’s intellectual property rights, covered by any express indemnity obligation of such party hereunder, arising from or with respect to injuries to persons or damages to tangible property, or arising out of the gross negligence or willful misconduct of the party or its employees. 9.5 Insurance. At all times during the term of this Agreement, Contractor shall procure, pay for, and maintain, with approved insurance carriers, the minimum insurance requirements set forth below, unless otherwise agreed in a Purchase Order between Contractor and Participating Entities. Further, Contractor shall require all contractors and sub-contractors performing work for which the same liabilities may apply under this Agreement to do likewise. All subcontractors performing work for which the same liabilities may apply under this contract shall be required to do likewise. Contractor may cause the insurance to be effected in whole or in part by the contractors or sub-contractors under their contracts. NCTCOG reserves the right to waive or modify insurance requirements at its sole discretion. 9.5.1 Workers’ Compensation: Statutory limits and employer’s liability of $100,000 for each accident or disease. 9.5.2 Commercial General Liability: 9.5.2.1 Required Limits: $1,000,000 per occurrence; $3,000,000 Annual Aggregate 9.5.2.2 Commercial General Liability policy shall include: 9.5.2.2.1 Coverage A: Bodily injury and property damage; 9.5.2.2.2 Coverage B: Personal and Advertising Injury liability; 9.5.2.2.3 Coverage C: Medical Payments; 9.5.2.2.4 Products: Completed Operations; 9.5.2.2.5 Fire Legal Liability; 9.5.2.3 Policy coverage must be on an “occurrence” basis using CGL forms as approved by the Texas State Board of Insurance. 9.5.3 Business Auto Liability: Coverage shall be provided for all owned hired, and non-owned vehicles. Required Limit: $1,000,000 combined single limit each accident. 9.5.4 Professional Errors and Omissions liability: 9.5.4.1 Required Limits: $1,000,000 Each Claim $1,000,000 Annual Aggregate 9.6 Conflict of Interest. During the term of this Agreement, and all extensions hereto and for a period of one (1) year thereafter, neither party, shall, without the prior written consent of the other, directly or indirectly, whether for its own account or with any other persons or entity whatsoever, employ, solicit to employ or endeavor to entice away any person who is employed by the other party. 9.7 Force Majeure. It is expressly understood and agreed by both parties to this Agreement that, if the performance of any provision of this Agreement is delayed by force majeure, defined as reason of war, civil commotion, act of God, governmental restriction, regulation or interference, fire, explosion, hurricane, flood, failure of transportation, court injunction, or any circumstances which are reasonably beyond the control of the party obligated or permitted under the terms of this Agreement to do or perform the same, regardless of whether any such circumstance is similar to any of those enumerated herein, the party so obligated or permitted shall be excused from doing or performing the same during such period of delay, so that the period of time applicable to such DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 Page 117 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs.Page 8 of 36 requirement shall be extended for a period of time equal to the period of time such party was delayed. Each party must inform the other in writing within a reasonable time of the existence of such force majeure. 9.8 Ability to Perform. Contractor agrees promptly to inform NCTCOG of any event or change in circumstances which may reasonably be expected to negatively affect the Contractor’s ability to perform its obligations under this Agreement in the manner contemplated by the parties. 9.9 Availability of Funding. This Agreement and all claims, suits, or obligations arising under or related to this Agreement are subject to and limited by the receipt and availability of funds which are received from the Participating Entities by NCTCOG dedicated for the purposes of this Agreement. 9.10 Governing Law. This Agreement will be governed by and construed in accordance with the laws of the State of Texas, United States of America. The mandatory and exclusive venue for the adjudication or resolution of any dispute arising out of this Agreement shall be in Tarrant County, Texas. 9.11 Waiver. Failure by either party to insist on strict adherence to any one or more of the terms or conditions of this Agreement, or on one or more occasions, will not be construed as a waiver, nor deprive that party of the right to require strict compliance with the same thereafter. 9.12 Entire Agreement. This Agreement and any attachments/addendums, as provided herein, constitutes the entire agreement of the parties and supersedes all other agreements, discussions, representations or understandings between the parties with respect to the subject matter hereof. No amendments hereto, or waivers or releases of obligations hereunder, shall be effective unless agreed to in writing by the parties hereto. 9.13 Assignment. This Agreement may not be assigned by either Party without the prior written consent of the other Party. 9.14 Severability. In the event any one or more of the provisions contained in this Agreement shall for any reason be held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability shall not affect any other provision(s) hereof, and this Agreement shall be revised so as to cure such invalid, illegal, or unenforceable provision(s) to carry out as near as possible the original intents of the Parties. 9.15 Amendments. This Agreement may be amended only by a written amendment executed by both Parties, except that any alterations, additions, or deletions to the terms of this Agreement, which are required by changes in Federal and State law or regulations or required by the funding source, are automatically incorporated into this Agreement without written amendment hereto and shall become effective on the date designated by such law or regulation. 9.16 Dispute Resolution. The parties to this Agreement agree to the extent possible and not in contravention of any applicable State or Federal law or procedure established for dispute resolution, to attempt to resolve any dispute between them regarding this Agreement informally through voluntary mediation, arbitration or any other local dispute mediation process, including but not limited to dispute resolution policies of NCTCOG, before resorting to litigation. 9.17 Publicity. Contractor shall not issue any press release or make any statement to the media with respect to this Agreement or the services provided hereunder without the prior written consent of NCTCOG. 9.18 Survival. Rights and obligations under this Agreement which by their nature should survive will remain in effect after termination or expiration hereof. DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 Page 118 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs. Page 9 of 36 ARTICLE X ADDITIONAL REQUIREMENTS 10.1 Equal Employment Opportunity. Contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, sexual orientation, gender identity, or national origin. Contractor shall take affirmative actions to ensure that applicants are employed, and that employees are treated, during their employment, without regard to their race, religion, color, sex, sexual orientation, gender identity, or national origin. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 10.2 Davis-Bacon Act. Contractor agrees to comply with all applicable provisions of 40 USC § 3141 – 3148. 10.3 Contract Work Hours and Selection Standards. Contractor agrees to comply with all applicable provisions of 40 USC § 3701 – 3708 to the extent this Agreement indicates any employment of mechanics or laborers. 10.4 Rights to Invention Made Under Contract or Agreement. Contractor agrees to comply with all applicable provisions of 37 CFR Part 401. 10.5 Clean Air Act, Federal Water Pollution Control Act, and Energy Policy Conservation Act. Contractor agrees to comply with all applicable provisions of the Clean Air Act under 42 USC § 7401 – 7671, the Energy Federal Water Pollution Control Act 33 USC § 1251 – 1387, and the Energy Policy Conservation Act under 42 USC § 6201. 10.6 Debarment/Suspension. Contractor is prohibited from making any award or permitting any award at any tier to any party which is debarred or suspended or otherwise excluded from or ineligible for participation in federal assistance programs under Executive Order 12549, Debarment and Suspension. Contractor and its subcontractors shall comply with the Certification Requirements for Recipients of Grants and Cooperative Agreements Regarding Debarments and Suspensions. 10.7 Restrictions on Lobbying. Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. 10.8 Procurement of Recovered Materials. Contractor agrees to comply with all applicable provisions of 2 CFR §200.322. 10.9 Drug-Free Workplace. Contractor shall provide a drug free work place in compliance with the Drug Free Work Place Act of 1988. 10.10 Texas Corporate Franchise Tax Certification. Pursuant to Article 2.45, Texas Business Corporation Act, state agencies may not contract with for profit corporations that are delinquent in making state franchise tax payments. 10.11 Civil Rights Compliance Compliance with Regulations: Contractor will comply with the Acts and the Regulations relative to Nondiscrimination in Federally-assisted programs of the U.S. Department of Transportation DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 Page 119 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs.Page 10 of 36 (USDOT), the Federal Highway Administration (FHWA), as they may be amended from time to time, which are herein incorporated by reference and made part of this agreement. Nondiscrimination: Contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, sex, or national origin in the selection and retention of subcontractors, including procurement of materials and leases of equipment. Contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 45 CFR Part 21. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by Contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier will be notified by Contractor of obligations under this contract and the Acts and Regulations relative to Nondiscrimination on the grounds of race, color, sex, or national origin. Information and Reports: Contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto, and will permit access to its books, records, accounts, other sources of information, and facilities as may be determined by the State or the FHWA to be pertinent to ascertain compliance with such Acts, Regulations or directives. Where any information required of Contractor is in the exclusive possession of another who fails or refuses to furnish this information, Contractor will so certify to NCTCOG, the Texas Department of Transportation (“the State”) or the Federal Highway Administration, as appropriate, and will set forth what efforts it has made to obtain the information. Sanctions for Noncompliance: In the event of Contractor’s noncompliance with the Nondiscrimination provisions of this Agreement, NCTCOG will impose such sanctions as it or the State or the FHWA may determine to be appropriate, including, but not limited to: withholding of payments to the Contractor under this Agreement until the Contractor compiles and/or cancelling, terminating or suspension of this Agreement, in whole or in part. Incorporation of Provisions: Contractor will include the provisions of the paragraphs listed above, in this section 10.11, in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. Contractor will take such action with respect to any subcontract or procurement as NCTCOG, the State, or the FHWA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if Contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier because of such direction, Contractor may request the State to enter into such litigation to protect the interests of the State. In addition, Contractor may request the United States to enter into such litigation to protect the interests of the United States. DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 Page 120 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs.Page 11 of 36 10.12 Disadvantaged Business Enterprise Program Requirements Contractor shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any U.S. Department of Transportation (DOT)-assisted contract or in the administration of its DBE program or the requirements of 49 CFR Part 26. Contractor shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure non-discrimination in award and administration of DOT-assisted contracts. Each sub-award or sub-contract must include the following assurance: The Contractor, sub-recipient, or sub-contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Agreement. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT- assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this agreement, which may result in the termination of this agreement or such other remedy as the recipient deems appropriate. 10.13 Pertinent Non-Discrimination Authorities During the performance of this Agreement, Contractor, for itself, its assignees, and successors in interest agree to comply with the following nondiscrimination statutes and authorities; including but not limited to: a.Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. b.The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects). c. Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), as amended, (prohibits discrimination on the basis of sex). d.Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.) as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27. e.The Age Discrimination Act of 1975, as amended, (49 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age). f.Airport and Airway Improvement Act of 1982, (49 U.S.C. Chapter 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex). g.The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms “programs or activities” to include all of the programs or activities of the Federal-aid recipients, subrecipients and contractors, whether such programs or activities are Federally funded or not). h.Titles II and III of the Americans with Disabilities Act, which prohibits discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38. i.The Federal Aviation Administration’s Nondiscrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex). j.Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures nondiscrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations. k.Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, the parties must take reasonable steps to ensure that LEP persons have meaningful access to the programs (70 Fed. Reg. at 74087 to 74100). i.Title IX of the Education Amendments of 1972, as amended, which prohibits the parties from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq.). 10.14 Ineligibility to Receive State Grants or Loans, or Receive Payment on State Contracts In accordance with Section 231.006 of the Texas Family Code, a child support obligor who is more DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 Page 121 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs.Page 12 of 36 than thirty (30) days delinquent in paying child support and a business entity in which the obligor is a sole proprietor, partner, shareholder, or owner with an ownership interest of at least twenty-five (25) percent is not eligible to: a. Receive payments from state funds under a contract to provide property, materials or services; or b. Receive a state-funded grant or loan. By signing this Agreement, the Contractor certifies compliance with this provision. 10.15 House Bill 89 Certification If contractor is required to make a certification pursuant to Section 2270.002 of the Texas Government Code, contractor certifies that contractor does not boycott Israel and will not boycott Israel during the term of the contract resulting from this solicitation. If contractor does not make that certification, contractor state in the space below why the certification is not required. _______________________________________________________________________________ _______________________________________________________________________________ _______________________________________________________________________________ _______________________________________________________________________________ 10.16 Certification Regarding Disclosure of Conflict of Interest. The undersigned certifies that, to the best of his or her knowledge or belief, that: “No employee of the contractor, no member of the contractor’s governing board or body, and no person who exercises any functions or responsibilities in the review or approval of the undertaking or carrying out of this contract shall participate in any decision relating to this contract which affects his/her personal pecuniary interest. Executives and employees of contractor shall be particularly aware of the varying degrees of influence that can be exerted by personal friends and associates and, in administering the contract, shall exercise due diligence to avoid situations which give rise to an assertion that favorable treatment is being granted to friends and associates. When it is in the public interest for the contractor to conduct business with a friend or associate of an executive or employee of the contractor, an elected official in the area or a member of the North Central Texas Council of Governments, a permanent record of the transaction shall be retained. Any executive or employee of the contractor, an elected official in the area or a member of the NCTCOG, shall not solicit or accept money or any other consideration from a third person, for the performance of an act reimbursed in whole or part by contractor or Department. Supplies, tools, materials, equipment or services purchased with contract funds shall be used solely for purposes allowed under this contract. No member of the NCTCOG shall cast a vote on the provision of services by that member (or any organization which that member represents) or vote on any matter which would provide a direct or indirect financial benefit to the member or any business or organization which the member directly represents”. No officer, employee or paid consultant of the contractor is a member of the NCTCOG. No officer, manager or paid consultant of the contractor is married to a member of the NCTCOG. No member of NCTCOG directly owns, controls or has interest in the contractor. The contractor has disclosed any interest, fact, or circumstance that does or may present a potential conflict of interest. No member of the NCTCOG receives compensation from the contractor for lobbying activities as defined in Chapter 305 of the Texas Government Code. DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 Page 122 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs.Page 13 of 36 Should the contractor fail to abide by the foregoing covenants and affirmations regarding conflict of interest, the contractor shall not be entitled to the recovery of any costs or expenses incurred in relation to the contract and shall immediately refund to the North Central Texas Council of Governments any fees or expenses that may have been paid under this contract and shall further be liable for any other costs incurred or damages sustained by the NCTCOG as it relates to this contract. 10.17 Certification of Fair Business Practices That the submitter affirms that the submitter has not been found guilty of unfair business practices in a judicial or state agency administrative proceeding during the preceding year. The submitter further affirms that no officer of the submitter has served as an officer of any company found guilty of unfair business practices in a judicial or state agency administrative during the preceding year. 10.18 Certification of Good Standing Texas Corporate Franchise Tax Certification Pursuant to Article 2.45, Texas Business Corporation Act, state agencies may not contract with for profit corporations that are delinquent in making state franchise tax payments. The undersigned authorized representative of the corporation making the offer herein certified that the following indicated Proposal is true and correct and that the undersigned understands that making a false Proposal is a material breach of contract and is grounds for contract cancellation. IN WITNESS WHEREOF, the parties have executed this Agreement as of the Effective Date. Galls, LLC. North Central Texas Council of Governments ___________________________________ Signature Date Signature Date Michael Eastland Executive Director Printed Name David Scheve 11/03/2021 DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 11/3/2021 Page 123 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs.Page 14 of 36 Attachment I Pricing for SHARE For First Responder Uniforms, Accessories, and Services, contractor shall quote participating SHARE Entities the rates and/or discount required for products and services specified by the RFP. Contractor’s proposed catalog discount for uniforms and services are found below. UNIFORM ALTERATION SERVICES The Contractor has indicated that they will provide uniform alteration services at a percentage- discount over catalogue pricing. The Contractor has provided a Uniform Customization catalog, which is found on the SHARE landing page. To this end, the Contractor has provided the following pricing information: Galls, LLC. will offer uniform alteration services at a minimum percent-discount rate of 15% Galls, LLC. will offer uniform embroidery services at a minimum percent-discount rate of 15% For additional information, please refer to Gall’s Uniform Customization Catalogue. UNIFORMS AND ACCESSORIES PRICING Product Supplier/Brand Catalogue Discount Pricing information is found on the following pages. DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 Page 124 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs.Page 15 of 36 Percent Discount proposal for catalogue Brands for items not listed in this Tab: Brand % Discount off catalog Atlanco 15% ASP 15% Blauer (Texas Retail Price List)15% 5.11 15% GT 15% Point Blank (Concealable)15% Point Blank (Tactical Armour& Accessories)15% Nardis 15% Safariland 15% Elbeco 15% Under Armour 15% Smith & Wesson 15% ESS 15% Blackhawk 15% Port Authority 15% Custom Made Items 15% Flying Cross 15% Any Additional Brands with Percent-Discounts offered for catalogues not listed above: Brand % Discount off catalog 221B Resources 15% 3M Company 15% 3M Company-Personal Safety Div 15% 5.11 Inc.15% 5.11 Inc. (CUSTOM SHOP)15% A E Nelson Leather Co 15% A+ CAREER APPAREL 15% ABX Group Inc 15% ACR ELECTRONICS, INC.15% ADVENTURE MEDICAL KIT 15% Advon 15% Aervoe Industries Inc 15% Aimpoint Inc 15% AKER INTERNATIONAL 15% AL NU PRODUCTS, INC 15% ALL AMERICAN BOOT MFG., INC.15% Alliance Sports Group (Nebo)15% ALLIED HEALTHCARE PRODUCTS, IN 15% Alpha Industries Inc 15% Alpha Shirt Co 15% ALPHABRODER 15% ALTA INDUSTRIES 15% Altai 15% DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 Page 125 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs.Page 16 of 36 ALTUS BRANDS LLC 15% AMBU INC 15% AMER SPORTS WINTER & OUTDOOR C 15% AMERICAN DIAGNOSTIC CORP 15% AMERICAN TECHNOLOGIES NETWORK 15% AMERIGLO, LLC 15% ANCHOR UNIFORM MFG LLC 15% ANGELUS SHOE POLISH COMPANY 15% ANSELL HEALTHCARE PRODUCTS 15% AOB Products Company 15% Arc'Teryx Equipment, Inc.15% Ariat International, Inc.15% Armament Leather Inc 15% ARMAMENT SYSTEMS AND PROCEDURE 15% ARMOR EXPRESS 15% ARMORPUR DIVISION OF LORENZA V 15% Arons Manufacturing Company 15% ARONS MFG CORP 15% ARTEX KNITTING MILLS, INC 15% Ash City USA 15% Ashley Worldwide Inc.15% Asmara International LTD 15% ASSEMBLED PRODUCTS CORP 15% ASSOCIATED PREMIUM CORP 15% AST Sportswear Inc 15% Astra Radio Communications 15% Atlanco 15% AUGUSTA SPORTSWEAR 15% Avon Protection Systems 15% Baffin Inc.15% Battleware Technologies Inc 15% BAYCO 15% BAYLY, INC.15% BELL SPORTS, INC.15% BELLEVILLE SHOE MANUFACTURING 15% Bellwether Cycling 15% BENCHMADE KNIFE CO USA 15% Berne Apparel 15% Best Made Designs 15% Better Emblem Co 15% BIANCHI/SAFARILAND LLC 15% Big Studio Inc 15% Bill Hicks & Co LTD 15% BLACK DIAMOND GROUP, INC.15% Black Rifle Coffee Company 15% BLADE-TECH INDUSTRIES 15% BLASTERS TOOL & SUPPLY CO INC 15% DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 Page 126 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs.Page 17 of 36 Blauer Mfg Co 15% BLAUER MFG CO - QUOTED ITEMS 15% BLUE FORCE GEAR INC 15% Blue Generation 15% Blue Line Production, Inc 15% Blue Water Treasures 15% BOLLE 15% BOSTON LEATHER INC 15% Bound Tree Medical, LLC 15% BREAK-FREE, INC/SAFARILAND LLC 15% BRITE-STRIKE TECHNOLOGIES, INC 15% Brixum Corp dba Gatorz Eyewear 15% BUCK KNIVES INC 15% BULLARD COMPANY 15% BUSHNELL (UNCLE MIKES)15% BUSHNELL OUTDOOR PRODUCTS 15% C.W. NIELSEN MFG 15% CAMELBAK PRODUCTS INC 15% CAMMENGA COMPANY LLC 15% CAMPCO INC 15% Capps Shoe Company 15% Careismatic Brands Inc 15% CARHARTT INC 15% CAROLINA SAFETY SPORT INT'L, L 15% Casa Raul Western Wear 15% Casual Duty Warehouse 15% Celestron Acquisition, LLC 15% CENTURY MARTIAL ART SUPPLY 15% Cerritos VAS Need 15% CFT INC LIFE MASK 15% Champion Athletic Wear 15% Champion Target 15% Charles River Apparel 15% CHINOOK MEDICAL GEAR INC 15% CHIPPEWA SHOE CO 15% Classic Cap & Embroidery 15% Cloud Unicorn LTD 15% CMI INC 15% COAST CUTLERY CO 15% COBMEX APPAREL LTD.15% CODE 3 INC 15% Code Red 15% COLUMBIA RIVER KNIFE & TOOL 15% COLUMBIA SPORTSWEAR COMPANY 15% CONCAP SPORTSWEAR 15% CONCEPT DEVELOPMENT CORPORATIO 15% Condor Outdoor Products Inc 15% DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 Page 127 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs.Page 18 of 36 COOLCOP LLC 15% Cortina Tool & Mold Co Inc 15% COURTLAND BOOT JACK CO.15% COVE SHOE COMPANY, INC.15% CRAMER DECKER INDUSTRIES MERET 15% Criss Optical Mfg CO 15% Crossbreed Holsters 15% Crye Precision LLC 15% CS SYSTEMS COMPANY INC 15% Culture Apparel & Automotive 15% Custom Identification Products 15% Cutter & Buck, Inc.15% CYALUME TECHNOLOGIES, INC.15% CYCLE FORCE GROUP LLC 15% DAMASCUS WORLDWIDE INC 15% DANGRA INC.15% Danner, Inc.15% DASH AMERICA INC.15% DAVIS & STANTON 15% DE SANTIS HOLSTER & LEATHER CO 15% Decal Impressions 15% Deer Stags Concepts, Inc.15% DEFENSE TECH/SAFARILAND LLC.15% Dehner Boot Co Inc 15% DICKE TOOL COMPANY 15% DNB NOR FINANS AS 15% DON HUME LEATHERGOODS 15% DP Packaging 15% DRIFIRE, LLC 15% DUTYMAN INC 15% DYNAREX CORPORATION 15% EAR PHONE CONNECTION 15% EarHugger Safety Products 15% EDWARDS GARMENT CO 15% EISEMAN-LUDMAR CO INC 15% Elbeco Incorporated 15% Eleven 10 LLC 15% Elite First Aid Inc 15% Emergency Medical Internationa 15% EMERGENCY PRODUCTS & RESEARCH 15% ENERGIZER 15% ERAZOR BITS 15% ERB INDUSTRIES INC 15% Ergodyne Corporation 15% ERMALINDA M LESLIE 15% ESMET INC 15% EYE SAFETY SYSTEMS 15% DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 Page 128 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs.Page 19 of 36 E-Z Cuff Inc 15% FCGI 15% FECHHEIMER BROTHERS UNIFORM CO 15% FEDERAL SIGNAL CORP 15% Feniex Industries, LLC 15% FERNO WASHINGTON, INC.15% Finger Fashions-GFP 15% FIRE DEX, LLC 15% FIRST SAMCO 15% First Tactical LLC 15% Fisher Print LLC 15% FISHER RESEARCH LAB, INC.15% FISHER SPACE PEN COMPANY 15% FISKARS BRANDS INC 15% FLAMBEAU PRODUCTS CORPORATION 15% FLEXFIT LLC 15% Flight Suits Ltd 15% Flitz International Ltd 15% FORENSIC SOURCE/SAFARILAND LLC 15% Forever Young Enterprise 15% FOX LABS INTERNATIONAL INC 15% Fox Outdoor Products 15% Fox River Mills Inc.15% FoxFury Lightning Solutions 15% FRED SHAW-BLUMENTHAL 15% Frogg Toggs 15% GA REL 15% GALCO INTERNATIONAL LTD 15% GALLANT INDUSTRIES CO LTD 15% GALLS INC 15% GALLS UNIQUE CONTRACT ITEMS 15% Galls, LLC 15% GAMBER JOHNSON 15% GAME SPORTSWEAR 15% GARMIN USA INC 15% Garmont Int'l N America Inc 15% GARRETT ELECTRONICS INC 15% GENN SHANG IND. CO LTD 15% Gentex Corporation 15% George Glove Company Inc 15% GH Armor Systems 15% GILDAN USA INC.15% Glendale Industries 15% Glock Inc 15% GO RHINO PRODUCTS 15% GOLIGHT, INC.15% GOULD & GOODRICH LEATHER INC 15% DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 Page 129 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs.Page 20 of 36 Granite Knitwear 15% Graphic Results 15% Grayhawk products 15% GRIP-FLEX CORPORATION 15% Grizzly Graphics NM 15% Grunt Style LLC 15% GT DISTRIBUTORS, INC.15% H & K Int'l CO., LTD.15% HAIX NORTH AMERICA INC.15% Hamburger Woolen Co Inc 15% HAMMERHEAD INDUSTRIES 15% HANDCUFF WAREHOUSE 15% Hanes Brands, Inc.15% Hankin Brothers Cap Company 15% Hat Trap Inc 15% HATCH/SAFARILAND LLC 15% HEAD MOST 15% HELMET HOUSE INC 15% HERO'S PRIDE 15% Hero's Pride - HG 15% HEXARMOR 15% High Noon Industries 15% High Speed Gear, Inc.15% HONEYWELL FIRST RESPONDER PROD 15% HONEYWELL SAFETY PRODUCTS 15% HOOK-FAST SPECIALTIES 15% Hope Uniform & Security 15% HWI Gear Inc 15% I Spiewak 15% IMPLUS FOOTCARE, LLC 15% IMPLUS FOOTCARE/LLC-FOR KIWI 15% INTOXIMETERS INC 15% IRON DUCK 15% IRONCLAD PERFORMANCE WEAR 15% J.L. DARLING CORPORATION 15% JEROME CUTTING/SNAP & WEAR 15% Johnson Plastics 15% Jox Sox 15% JS Leather Products 15% Justin Boots 15% KA-BAR KNIVES INC 15% Keen Inc 15% KERSHAW KNIVES 15% KESON INDUSTRIES 15% Keystone Uniform Cap Corp 15% KLEIN ELECTRONICS 15% KLENCH CO 15% DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 Page 130 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs.Page 21 of 36 Kohaut & Company 15% Kontoor Brands (Lee)15% Kontoor Brands (Wrangler)15% K-Power Industrial Co. LTD.15% KROLL INTERNATIONAL 15% KUHL Clothing 15% KUSTOM SIGNALS INC 15% L.R.I.15% LACROSSE FOOTWEAR, INC.15% LAERDAL MEDICAL CORP 15% Lakeview Trading, Inc 15% Landau 15% Landway International Corp 15% Lansky Sharpeners 15% LAW ENFORCEMENT SUPPLY INC 15% LC INDUSTRIES 15% Leader Mfg Co. Inc.15% LEAPERS, INC 15% Leather Luster Inc 15% LEATHERHEAD TOOLS 15% LEATHERMAN TOOL GROUP INC 15% LEICA CAMERA INC 15% LIARN YANN ENTERPRISE CO, LTD 15% LIBERTY UNIFORM MFG CO INC 15% Lighthouse Uniform Co.15% Lightning X Products, Inc.15% LION APPAREL INC 15% LOGO X PRESS 15% LOGO X PRESS LEX PO 15% LONDON BRIDGE TRADING COMPANY 15% LONGWORTH INDUSTRIES 15% LOWA BOOTS LLC 15% Luggage USA Inc 15% M L Kishigo Manufacturing Co 15% M. J. SOFFE CO 15% MACE SECURITY INTNL 15% MACHO PRODUCTS 15% Macs Worldwide, LLC 15% MAG INSTRUMENT INC 15% Magenav, Inc - Statgear 15% MAGNUM MEDICAL, INC.15% MAGPUL INDUSTRIES CORP 15% Majestic Glove 15% Major Surplus & Survival 15% MANZELLA PRODUCTIONS, INC.15% MAPTOOLS 15% Marketing Works 15% DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 Page 131 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs.Page 22 of 36 Marlow White 15% Marmot Mountain, Inc.15% MAXPEDITION HARD-USE GEAR 15% McRae Footwear 15% MECHANIX WEAR, INC.15% MEDIC FIRST AID INTERNATIONAL,15% MERCURY LUGGAGE 15% MICROTEK MEDICAL, INC.15% MIDWAY CAP COMPANY 15% Mil-Spec Monkey 15% Mission Critical Designs, LLC 15% MOCEAN 15% Modern Stitch & Ink 15% MoJack Distributors LLC 15% MONADNOCK/SAFARILAND, LLC.15% MOORE MEDICAL 15% MSA - MINE SAFETY APPLIANCES C 15% Muscatello Uniforms 15% MUSTANG SURVIVAL, INC.15% MUTUAL INDUSTRIES INC 15% National Products Inc 15% NEW BALANCE 15% New Bold Corporation 15% NEWCAL, LLC 15% Nick's Shoe Repair & Custom 15% NIKE 15% Nine Line Apparel, Inc.15% Ningbo Seahorse Electronics 15% NITE IZE INC/RCP ENTERPRISES 15% NOBLE MEDICAL INC 15% NoIR Laser Company 15% NOROTOS INC 15% NORTH AMERICAN RESCUE 15% NORTH SAFETY PRODUCTS 15% NRS 15% O Baltor & Sons 15% Oakley 15% Occunomix International LLC 15% ONGUARD INDUSTRIES, LLC 15% OPEN AIR BRANDS, LLC 15% Orchid Radio 15% Original Swat Footwear Co 15% ORION SAFETY PRODUCTS 15% Orpaz LLC 15% OTIS TECHNOLOGY, INC.15% OTTO INTERNATIONAL, INC.15% Outdoor Cap 15% DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 Page 132 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs.Page 23 of 36 OUTDOOR RESEARCH 15% Pacific Headwear, Inc.15% Pannell Swim Shop Inc 15% Parris Mfg Co 15% PAULSON MANUFACTURING CORP 15% PEERLESS HANDCUFF COMPANY 15% PELICAN PRODUCTS INC 15% PepperBall 15% PERFECT FIT 15% PERFORMANCE SYSTEMS 15% Petra Roc, Inc.15% PETZL AMERICA 15% PHILADELPHIA RAPID TRANSIT 15% PHOENIX INT'L LTD 15% Pickett Hosiery Mills, Inc.15% Pierside Promotions 15% PIGEON MOUNTAIN INDUSTRIES INC 15% Pinnacle Textile 15% Plano Molding Company 15% PM Adirondack 15% Pocket Press, Inc.15% POINT BLANK ENTERPRISES 15% Power Products Unlimited, Inc.15% PowerTraveller International 15% Premier Comm Corp dba Pryme Ra 15% PREMIER CROWN CORP 15% Premier Emblem - HG 15% PREMIER EMBLEMS 15% PRESCO PRODUCTS CO 15% Prestige Medical 15% PRINCETON TEC 15% PRO FEET INC 15% PRO LOK 15% PRO-FEET/EXECUSOX 15% PROFORCE EQUIPMENT 15% PROMARKETING INC 15% Propper International Sales 15% Protech Armored Prod/Safarilan 15% PROTECTIVE INDUSTRIAL PRODUCTS 15% PS Products Inc.15% Pudala Uniforms 15% Pyramex 15% Qalo 15% Qingdao Hellena Fashion Co.,Lt 15% Q-Series, LLC 15% QUARTERMASTER 15% QUIK-PIN LLC 15% DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 Page 133 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs.Page 24 of 36 R5 - HE03 Qingdao Hellena 15% R5 - RI09 RICHARDSON CAPS 15% RADIANS, INC.15% RAINE INC 15% Rapid Assault Tools 15% REEVES CO., INC.15% Reflect-A-Life 15% REFLECTIVE APPAREL FACTORY, IN 15% REGAL ALUMINUM PRODUCTS INC 15% Remington Arms Co (Bushmaster)15% Renfro Corporation 15% Resqme, Inc.15% REVISION MILITARY LTD 15% RICHARDSON CAPS 15% RICOH COMPANY (FORMERLY PENTAX 15% RIDGE OUTDOORS USA INC 15% RINGERS Technologies LLC 15% RINGS MANUFACTURING 15% RM Products 15% Roadside Safety Supply Inc 15% ROCKWOOD CORPORATION 15% Rocky Brands Wholesale, LLC.15% Ross Glove Co 15% ROTHCO 15% RSR Group 15% S & S Activewear 15% S H RESOURCE CO, LTD.15% SAFARILAND, LLC.15% SAFETEC OF AMERICA INC 15% Safety Flag Co 15% SAM MEDICAL PRODUCTS 15% Samson Manufacturing Corp 15% SAMUEL BROOME UNIFORM ACCESSOR 15% SANDPIPER OF CA 15% Sanmar Corp.15% SANTA CRUZ GUNLOCKS, LLC 15% SAS SAFETY CORP 15% SAUNDERS MFG CO., INC.15% Sayre Enterprises, Inc.15% SCHUMACHER ELECTRIC CORP 15% Security 20/20 Inc.15% SECURITY EQUIPMENT CORPORATION 15% Seirus Innovation 15% SELLMARK CORPORATION 15% SETINA MFG CO INC 15% Shadowfax Graphics 15% SHELBY SPECIALTY GLOVE 15% DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 Page 134 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs.Page 25 of 36 Shellback Tactical, LLC 15% Shooting Depot LLC 15% Silynx Communications, Inc.15% SIRCHIE FINGER PRINT LABORATOR 15% Skechers USA Inc 15% SKEDCO INC 15% SMITH & WARREN CO 15% Smith & Wesson Corp.15% Smith Sport Optics 15% SMITHS MEDICAL ASD 15% SOG SPECIALTY KNIVES 15% SOMAR CORPORATION 15% SOUND UNIFORM GROUP LLC 15% SOUNDOFF SIGNAL 15% Source Hydration USA LLC 15% SOUTHEASTERN SHIRT CORP.15% Southwest Boot Co 15% Spike Strip Mfg 15% SPORT SUPPLY GROUP, INC.15% SPORTIF USA 15% SPYDERCO, INC.15% SRI Monogramming &15% STA-Brite Products 15% STACK-ON PRODUCTS CO.15% Staedtler Mars LTD 15% Star Headlight & Lantern Co.15% STEARNS WEAR 15% STECK MANUFACTURING COMPANY, I 15% Steiner USA 15% Stitch Designers 15% STRATTON HATS, INC.15% Streamlight 15% STRONG LEATHER INC 15% Strong Suit Inc 15% Summatech Solutions LLC 15% SUPER SEER CORPORATION 15% Superfeet Worldwide, Inc.15% Supply Room Inc 15% SUREFIRE LLC 15% Survival Armor 15% Swiftwick LLC 15% TACT SQUAD GROUP, INC.15% Tactical Medical Solutions LLC 15% Tactical Tailor, Inc 15% TALENT CREATION 15% Tango Down, Inc.15% TASC Performance, Inc.15% DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 Page 135 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs.Page 26 of 36 TATJACKET 15% TAYLOR'S LEATHERWEAR 15% TEAMWALTERS 15% Ted Blocker Holsters 15% Tedder Industries LLC 15% TerraLux Inc 15% Texas Weapon Systems 15% THE COLEMAN COMPANY, INC.15% THE KEYSTONE GROUP 15% Thomas Printwroks/Visualogisti 15% THORLO, INC 15% Thyrm LLC 15% Tifosi Optics, Inc.15% Timber Rock Marketing LLC 15% TIMBERLAND CO 15% TIMEX GROUP USA, INC.15% Tingley Rubber Corporation 15% Todd A Moen Kreativ Launch LLC 15% Tommie Copper 15% Top Dawg Electronics 15% TORFINO ENTERPRISES INC 15% Training Center Pros Inc 15% Transcend Information Inc 15% TRANSPORTATION SAFETY APPAREL 15% TRI FOXCO 15% TRIDENT SECURITY & HOLDINGS LL 15% Trijicon, Inc.15% TRI-MOUNTAIN 15% TUFF PRODUCTS BRAND LLC 15% TYR Tactical, LLC 15% UBELT Co 15% UK INTERNATIONAL 15% UNDER ARMOUR 15% UNIDEN CORPORATION OF AMERICA 15% UNITED SHIELD INTERNATIONAL LL 15% UNITED UNIFORM MANUFACTURING 15% UNITY MANUFACTURING CO 15% UNIVERSAL OVERALL COMPANY 15% US Armor Corporation 15% US Footwear Holdings LLC 15% US NIGHT VISION CORPORATION 15% V H BLACKINTON CO. INC.15% VAN HEUSEN CORPORATION 15% Vanguard Industries West 15% Vanguard Military Equipment Co 15% Vertx 15% VF IMAGEWEAR INC (BULWARK)15% DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 Page 136 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs.Page 27 of 36 VF IMAGEWEAR INC (RED KAP)15% VF IMAGEWEAR INC (Workrite)15% VF IMAGEWEAR INC(HORACE SMALL)15% VF Workwear/Dickies 15% VH Blackinton 15% Viking Tactics, Inc.15% Viktos LLC 15% Vista Outdoor Sales, LLC 15% VLC Distribution Company, Inc 15% W.LBOUM HAT CO INC 15% WARSON GROUP, INC.15% WARWICK MILLS INC 15% WATERSHED LLC 15% Wawak 15% WEBSTER INNOVATIONS 15% WEINBRENNER SHOE COMPANY, INC.15% Wesol Distribution 15% Western Shelter Systems 15% Whelen Engineering Company Inc 15% Whistler Group Inc 15% White Horse Research & Develop 15% WHITE KNIGHT ENGINEERED PROD.,15% White Swan-META 15% Wilderness Solutions 15% WILEY X, INC.15% William Hollister Qwik Codes 15% Wise Company, Inc.15% Wolf Peak International Inc 15% WOLFMARK NECKWEAR CORP 15% Wolfpack Gear Inc 15% Wolverine World Wide (Harley)15% Wolverine World Wide (Merrell)15% Wolverine World Wide, Inc.15% Wolverine Worldwide (Bates)15% Wrightsock 15% WSI Sports 15% YATES GEAR, INC 15% YKK INC.15% Youngstown Glove Company 15% ZAK TOOL INC 15% Zan Headgear 15% ZARC INTERNATIONAL 15% Zero9 Solutions LTD 15% DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 Page 137 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs.Page 28 of 36 Attachment 2 Service Area Designations RFP 2021-073 Texas Service Area Designation or Identification Proposer Name: Notes: Indicate in the appropriate box whether you are proposing to service the entire State of Texas Will service the entire State of Texas Will not service the entire State of Texas If you are not proposing to service the entire State of Texas, designate on the form below the regions that you are proposing to provide goods and/or services to. By designating a region or regions, you are certifying that you are willing and able to provide the proposed goods and services. Item Region Metropolitan Statistical Areas Designated Service Area 1. North Central Texas 16 counties in the Dallas-Fort Worth Metropolitan area 2. High Plains Amarillo Lubbock 3. Northwest Abilene Wichita Falls 4. Upper East Longview Texarkana, TX-AR Metro Area Tyler 5. Southeast Beaumont-Port Arthur 6. Gulf Coast Houston-The Woodlands- Sugar Land 7. Central Texas College Station-Bryan Killeen-Temple Waco 8. Capital Texas Austin-Round Rock 9. Alamo San Antonio-New Braunfels Victoria 10. South Texas Brownsville-Harlingen Corpus Christi Laredo McAllen-Edinburg-Mission 11. West Texas Midland Odessa San Angelo 12. Upper Rio Grande El Paso Galls, LLC YES DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 Page 138 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs.Page 29 of 36 RFP 2021-073 Nationwide Service Area Designation or Identification Form Proposer Name: Notes: Indicate in the appropriate box whether you are proposing to provide service to all Fifty (50) States. Will service all Fifty (50) States Will not service Fifty (50) States If you are not proposing to service to all Fifty (50) States, then designate on the form below the States that you will provide service to. By designating a State or States, you are certifying that you are willing and able to provide the proposed goods and services in those States. If you are only proposing to service a specific region, metropolitan statistical area (MSA), or city in a State, then indicate as such in the appropriate column box. Item State Region/MSA/City Designated as a Service Ar ea 1. Alabama 2. Alaska 3. Arizona 4. Arkansas 5. California 6. Colorado 7. Connecticut 8. Delaware 9. Florida 10. Georgia 11. Hawaii 12. Idaho 13. Illinois 14. Indiana 15. Iowa 16. Kansas 17. Kentucky 18. Louisiana 19. Maine 20. Maryland 21. Massachusetts YES Galls, LLC DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 Page 139 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs.Page 30 of 36 22. Michigan 23. Minnesota 24. Mississippi 25. Missouri 26. Montana 27. Nebraska 28. Nevada 29. New Hampshire 30. New Jersey 31. New Mexico 32. New York 33. North Carolina 34. North Dakota 35. Ohio 36. Oregon 37. Oklahoma 38. Pennsylvania 39. Rhode Island 40. South Carolina 41. South Dakota 42. Tennessee 43. Texas 44. Utah 45. Vermont 46. Virginia 47. Washington 48. West Virginia 49. Wisconsin 50. Wyoming DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 Page 140 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs.Page 31 of 36 Attachment 3 Guarantees of the Contractor STOCKING, DISTRIBUTION & FULFILLMENT Galls has a fully staffed Inventory Management Department (“IM”) that is responsible for purchasing and managing our inventory. On average Galls holds approximately $80M in on-hand inventory. Galls utilizes our very own G3 planning and forecasting system software which is fully automated. The system uses complex algorithms to compute current and future needs on finished goods inventory. Galls' Inventory Planning reviews electronic data provided by the G3 system and then adds human logic as well as historical data from any previous contracts and customer input. Purchase Orders are then released for finished goods to our vendors. This process considers constraints such as lead time, process time, cycle time, instability in order patterns, and historical demand. For many of our large programs, we have negotiated with vendors to hold safety stock levels which allow us to react quicker on replenishment needs. Galls Fill Rate is 90% for un-customized orders. Galls’ distribution center (DC) is in Lexington, KY. The DC is approx. 350,000 square feet, containing 40,000 active pick locations and 38,000 reserve locations. Current capacity is 82% in active and 84% in reserve. Galls has a fully automated warehouse management software tool and state of the art conveyor system for order fulfillment allowing us to ship an average of 2,700 orders daily or 700k orders annually. Also note, Galls has 2 additional distribution centers: one in Cerritos, California with 50,000 square feet and the other in Lenexa, Kansas with 30,000 square feet. Galls is the NCTCOG’s reliable source for quality, in-stock public safety equipment and apparel. Like you, we're quick, efficient, and effective. Galls understands that the demanding needs of your profession drive your purchasing decisions, so we demand the quality gear you require to do your job. As the public safety industry leader, we pride ourselves on having the largest inventory in the industry. However, your options do not end with our inventory; Galls will leverage our experience and knowledge to find the products you require in the rare event we do not inventory the item or brand. ORDERING OPTIONS Galls provides a full-service ordering process with purchasing options available for online, in person, over the phone, or through email. We want our customers to purchase whichever way is easiest for them. Each account has dedicated representatives that can be emailed or called for order placement, this can also be handled by our expert customer service staff. Our customers can also utilize any of our branch locations to be sized and place orders directly. eQuip, our online ordering portal, will be setup with contract pricing exclusive to NCTCOG and participating members. DELIVERY RATE & EXPECTATIONS The NCTCOG can purchase the items under this contract directly from the eQuip system. Galls will ship all orders via FedEx from our Lexington, KY distribution center. Additional shipping options may be available upon request. Galls will provide a tracking number with every shipment and will be emailed to the user within 1 hour of the order being placed. Additionally, tracking options will be made available on eQuip. We will make sure that all shipments require signature for delivery, and we will not deliver any orders to personal residences or off-site locations. Shipping will be included in the price of each item and not be priced as a separate line item. RETURN & RESTOCKING POLICY Galls offers a "no hassle guarantee" on returned merchandise. This means if the NCTCOG and participating members are unhappy for any reason with their purchase, it can be returned to Galls for an exchange or refund. This does not apply to a non-Galls error on a personalized (embroidered, heat press, etc.) garment. Trust is crucial to a team and, as your partner, we want to make sure our products match your expectations. We offer two levels of returns: 30-day Comfort Guarantee If you are not completely satisfied with your boots or shoes, simply return them within 30 days from the date you received your order for a refund or exchange. DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 Page 141 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs.Page 32 of 36 One-Year Returns We accept returns of resalable items within one year of purchase that are unworn, in new condition, and in original packaging along with all packaging attachments and enclosures, including all applicable tags, instructions, etc. For apparel, return item in its original, packaging along with all packaging attachments and enclosures, including all applicable tags, instructions, etc. Return instructions are available on the reverse side of the packing slip. Refunds Refunds are deposited back to your original payment method. Shipping Refunds Original shipping charges are non-refundable unless the return is related to our error. Special Order or Embellished Items Special order items or items that have been altered, decorated, engraved, customized, or otherwise embellished at the request of our customers cannot be returned unless the return is related to our error. Electronic Items Body worn cameras, audio recording devices, and memory cards cannot be returned to a Galls store or at Galls.com; they must be returned directly to the manufacturer in accordance with that manufacturer's returns policy. Clearance Items All clearance items are sold "as is" and cannot be returned. HAZMAT or ORM-D Items Returns for these items, including but not limited to self-defense sprays, chemical kits, select first aid kits and components, road flares, and fire extinguishers cannot be accepted. If you are unsure if the product you are returning falls into this category, please contact Galls' Customer Service. WARRANTY All products will fall under the manufacturer’s standard warranties. In addition, Galls offers a “No Hassle Guarantee” on returned merchandise. This means that if you are unhappy for any reason with your purchase, you may return it to Galls for an exchange or refund within 1 year from purchase date. This does not apply to a non-Galls error on a personalized (embroidered, heat press, etc.) garment. Manufacturer Warranties - Many products sold by Galls offer extended manufacturer's warranties. For returns related to matters covered by a manufacturer's warranty, please visit the manufacturing brand's website and/or call their customer service line directly. PAYMENT TERMS & INVOICING Galls bills under Net 30 terms and accepts credit cards/ p-cards. There are no associated fees for the use of these payment methods. We will work with each individual customer to set up an accounting and invoicing system that will work with their needs. Our full service “in house” accounting and finance department and will work closely with customers to meet specific needs and make your billing process with Galls seamless. Billtrust can email, fax, or USPS invoices automatically and daily. Statements are generated once a month and go out the same way. Non- customized invoices can be emailed individually or strung together and sent in one email from Billtrust. Customized invoices are manually generated and can be emailed, faxed, or USPS bi-monthly or monthly. Statements can be generated mid-month or at requested intervals. This is essentially a download of current account balance information in excel format. Customized invoices are almost always strung together and manually emailed to customers. Non-customized invoices- the Billtrust Gateway can be activated so customers can print their own statements and invoices for up to two years. After two years, invoices/statements are not available on Billtrust, but invoices can be requested from Galls, and Galls can provide this information. Statements older than two years are not retained by Billtrust or Galls. CUSTOMIZED BILLING OPTIONS •Can have electronic signature capture of orders picked up at the branch/service centers • Can have up to 3 customizable fields (15 characters) printed on invoice • Can have contract descriptions printed after our item description • Can have contract line numbers printed on invoice DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 Page 142 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs.Page 33 of 36 Billtrust or customized invoices (not picked up) have FedEx or USPS tracking numbers (except of drop ship – items shipped from vendors directly). For orders where “shopping for” feature is selected, only customized invoices (GQ) has the feature at this time. Ticket open to have Billtrust invoicing to mirror. “Invoice notes” entered on eQUIP websites will print on both Billtrust and customized invoices (50 characters) – must be turned on at the website level and will say whatever is typed in by customer during order entry. Galls offers regular invoices which are customizable per account. Regular invoicing = 1 order with multiple shipments will = multiple invoices. FREQUENCY OPTIONS •Regular, non-customized invoices from Billtrust are held for 5 days or $500 (whichever comes first) and then sent automatically. •Customized invoices are manually generated by Galls team and are generally done bi-monthly or monthly depending on volume •Statements are once a month •All can be sent per customer’s choice of method to deliver SORTING CAPABILITIES Only the downloadable reports for customized invoices or Billtrust (non- customized invoices) are sortable as they are in excel format. Invoices that are printed/faxed/emailed are in sales order # and then date completed. PAYMENT METHODS Galls accepts ACH, checks and P-Card MEASUREMENTS AND FITTINGS Galls will utilize our nationwide branch network and Branch Service Representatives to meet with participating members for sizing and fitting needs. Galls employees go through various trainings to ensure they are providing proper fit on uniforms, equipment and ballistic products. QUALITY CONTROL Strategic training allows us to quickly expand and contract work cells to service both rush and more complex orders. Our integrated warehouse management system allows real time tracking of each order as it completes each Production operation. Shipments go through multiple phases of auditing in our distribution center, from picking and embellishments, to packing and shipping. *In the event that order issues may occur we can employ an individual inspection on a random selection of orders. Galls confirms that we take no exceptions to the statement of work or the requirements within the request for proposal. We have provided our best pricing solution and capabilities to service the needs of the NCTCOG and their participating members. We look forward to building a lasting partnership if selected for award. ONLINE UNIFORM PROGRAM “EQUIP” eQuip is a real time, secure online ordering system which is fully integrated into the Galls ERP platform. eQuip allows customers to manage uniform allotments, track orders, restrict views by rank or location, customize items, see inventory availability, manage inventory, and customize on demand reports for the agency, individual, or unit to provide a seamless order process. eQuip will notify customers of any backordered items in real time during order placement. Galls will work closely with our manufacturers to obtain products quickly in order to maintain a stock of necessary uniforms and equipment. The efficiencies gained by utilizing the Galls on-line solution results in real dollar savings beyond evaluating products at a line-item basis. By utilizing the eQuip system you are eliminating a lot of the hidden costs with managing your uniform program such as managing multiple suppliers. Time spent traveling to and from a store location to be sized or place orders can now be done from any mobile device. By utilizing eQuip you are lowering costs just by saving time, money and hours managing your uniform program, and increasing your buying power. DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 Page 143 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs.Page 34 of 36 Galls currently operates more than 15,000 eQuip sites nationwide, covering departments and agencies of all sizes between 5 and 100,000 users. Galls is more than capable of servicing all of your employees on eQuip. eQuip capabilities include: •Secure online ordering system •Site only accessible by username/password as assigned by customers •Contract pricing pre-loaded into each specific website. •Mobile device capability •Customer specific configuration •Product offering management •Integrated with Galls ERP system • Flexible On-Demand Reporting The Galls eQuip web system is an in-house technology owned and operated by Galls. This is important because it allows Galls to control the timelines of implementations and changes throughout the contract in a timeframe that is acceptable to the user. Galls does not outsource any of the work needed to build and maintain the website. The Galls eQuip system is a force multiplier for your agency that will dramatically amplify your effectiveness in managing contract purchases at no additional cost or effort to the NCTCOG and members. This is something Galls offers at no cost to the customer and is something we work hand in hand with customers to make sure it is catered to them. Please see the attached specification sheets that detail our eQuip program. EMBROIDERY & TAILORING No one can compare to our full spectrum of in-house customization options for apparel and gear. Utilizing single, double, six, and twelve head embroidery machines we are able to accommodate everything from the small individual order to the substantial agency order. Strategic training allows us to quickly expand and contract work cells to service both rush and more complex orders. Our integrated warehouse management system allows real time tracking of each order as it completes each Production operation. Galls’ embroidery options provide a complete catalog of Madeira poly-neon thread in wide-ranging colors to include red, gold, dark gold, navy, green, and white. DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 Page 144 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs.Page 35 of 36 APPENDIX A PROHIBITED TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT CERTIFICATION This Contract is subject to the Public Law 115-232, Section 889, and 2 Code of Federal Regulations (CFR) Part 200, including §200.216 and §200.471, for prohibition on certain telecommunications and video surveillance or equipment. Public Law 115-232, Section 889, identifies that restricted telecommunications and video surveillance equipment or services (e.g. phones, internet, video surveillance, cloud servers) include the following: A)Telecommunications equipment that is produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliates of such entities). B)Video surveillance and telecommunications equipment produced by Hytera Communications Corporations, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliates of such entities). C)Telecommunications or video surveillance services used by such entities or using such equipment. D)Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, Director of the National Intelligence, or the Director of the Federal Bureau of Investigation reasonably believes to be an entity owned or controlled by the government of a covered foreign country. The entity identified below, through its authorized representative, hereby certifies that no funds under this Contract will be obligated or expended to procure or obtain telecommunication or video surveillance services or equipment or systems that use covered telecommunications equipment or services as a substantial or essential component of any system, or as a critical technology as part of any system prohibited by 2 CFR §200.216 and §200.471, or applicable provisions in Public Law 115-232 Section 889. ☐The Contractor or Subrecipient hereby certifies that it does comply with the requirements of 2 CFR §200.216 and §200.471, or applicable regulations in Public Law 115-232 Section 889. SIGNATURE OF AUTHORIZED PERSON: NAME OF AUTHORIZED PERSON: NAME OF COMPANY: DATE: -OR- David Scheve Galls, LLC 11/03/2021 X DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 Page 145 Item 5. SHARE/Galls MSA Police & First Responder Uniforms, Accessories, and Svcs.Page 36 of 36 ☐The Contractor or Subrecipient hereby certifies that it cannot comply with the requirements of 2 CFR §200.216 and §200.471, or applicable regulations in Public Law 115-232 Section 889. SIGNATURE OF AUTHORIZED PERSON: NAME OF AUTHORIZED PERSON: NAME OF COMPANY: DATE: DocuSign Envelope ID: B1E996B7-347F-41E8-9558-04C348CAF517 Page 146 Item 5. AMENDMENT #3 to Agreement # 2021-073 First Responder Uniforms, Accessories and Services This AMENDMENT (“Amendment”) to the Services Agreement #2021-073 (“Original Contract”) is made and entered into effective the date of last signature below by and between the NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS, a Texas political subdivision and non-profit corporation, hereinafter referred to as “NCTCOG”, and Galls, LLC. 1340 Russell Cave Road Lexington, KY 40505 Attn: Legal Department (859) 800-1400 Smeltzer-amelia@galls.com hereinafter referred to as “Service Provider”, (collectively, “the Parties”). WHEREAS, the Parties entered into the Original Contract on November 3,2021; and WHEREAS, Section 9.15 if MSA of the Original Contract allows for amendments; and WHEREAS, the Parties agree to amend the Original Contract in accordance with the terms of the Original Contract, as well as the terms provided herein. NOW, THEREFORE, in consideration of the mutual covenants expressed herein, NCTCOG and the Service Provider mutually covenant and agree to: •Extend the Original Contract through November 1, 2024. This is year 2 of 4 of the optional renewals. •Amend the Original Contract to include the language on Attachment I incorporated Herein This Amendment binds and benefits both Parties and any successors or assigns. This document, including the Original Contract, is the entire agreement between the Parties. All other terms of the Original Contract remain unchanged and in full force and effect. IN WITNESS WHEREOF, the authorized representatives of the Parties hereby execute this Amendment. Galls, LLC. North Central Texas Council of Governments Signature Date Signature Date Printed Name R. Michael Eastland Executive Director Title 10/17/2023 Mike Fadden CEO DocuSign Envelope ID: 247628E6-96B3-40E4-B78D-A7912C3EF990 10/24/2023 Page 147 Item 5. ATTACHMENT I NCTCOG FEDERAL AND STATE OF TEXAS REQUIRED PROCUREMENT PROVISIONS The following provisions are mandated by Federal and/or State of Texas law. Failure to certify to the following will result in disqualification of consideration for contract. Entities or agencies that are not able to comply with the following will be ineligible for consideration of contract award. PROHIBITED TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT CERTIFICATION This Contract is subject to the Public Law 115 -232, Section 889, and 2 Code of Federal Regulations (CFR) Part 200, including §200.216 and §200.471, for prohibition on certain telecommunications and video surveillance or equipment. Public Law 115-232, Section 889, identifies that restricted telecommunications and video surveillance equipment or services (e.g., phones, internet, video surveillance, cloud servers) include the following: A)Telecommunications equipment that is produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliates of such entities). B)Video surveillance and telecommunications equipment produced by Hytera Communications Corporations, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliates of such entities). C)Telecommunications or video surveillance services used by such entities or using such equipment. D)Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, Director of the National Intelligence, or the Director of the Fed eral Bureau of Investigation reasonably believes to be an entity owned or controlled by the government of a covered foreign country. The entity identified below, through its authorized representative, hereby certifies that no funds under this Contract will be obligated or expended to procure or obtain telecommunication or video surveillance services or equipment or systems that use covered telecommunications equipment or services as a substantial or essential component of any system, or as a critical technology as part of any system prohibited by 2 CFR §200.216 and §200.471, or applicable provisions in Public Law 115 -232 Section 889. ☐The Contractor or Subrecipient hereby certifies that it does comply with the requirements of 2 CFR §200.216 and §200.471, or applicable regulations in Public Law 115-232 Section 889. SIGNATURE OF AUTHORIZED PERSON: NAME OF AUTHORIZED PERSON: NAME OF COMPANY: DATE: -OR- ☐ The Contractor or Subrecipient hereby certifies that it cannot comply with the requirements of 2 CFR §200.216 and §200.471, o r applicable regulations in Public Law 115-232 Section 889. SIGNATURE OF AUTHORIZED PERSON: NAME OF AUTHORIZED PERSON: NAME OF COMPANY: DATE: Mike Fadden Galls, LLC 10/16/2023 DocuSign Envelope ID: 247628E6-96B3-40E4-B78D-A7912C3EF990 Page 148 Item 5. DISCRIMINATION AGAINST FIREARMS ENTITIES OR FIREARMS TRADE ASSOCIATIONS This contract is subject to the Texas Local Government Code chapter 2274, Subtitle F, Title 10, prohibiting contracts with companies who discriminate against firearm and ammunition industries. TLGC chapter 2274, Subtitle F, Title 10, identifies that “discrimination against a firearm entity or firearm trade association” includes the following: A)means, with respect to the entity or association, to: I.refuse to engage in the trade of any goods or services with the entity or association based solely on its status as a firearm entity or firearm trade association; and II.refrain from continuing an existing business relationship with the entity or association based solely on its status as a firearm entity or firearm trade association; or III.terminate an existing business relationship with the ent ity or association based solely on its status as a firearm entity or firearm trade association. B)An exception to this provision excludes the following: I.contracts with a sole-source provider; or II.the government entity does not receive bids from companies who can provide written verification. The entity identified below, through its authorized representative, hereby certifies that they have no practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and that they will not discriminate during the term of the contract against a firearm entity or firearm trade association as prohibited by Chapter 2274, Subtitle F, Title 10 of the Texas Local Government Code. ☐The Contractor or Subrecipient hereby certifies that it does comply with the requirements of Chapter 2274, Subtitle F, Title 10. SIGNATURE OF AUTHORIZED PERSON: NAME OF AUTHORIZED PERSON: NAME OF COMPANY: DATE: -OR- ☐The Contractor or Subrecipient hereby certifies that it cannot comply with the requirements of Chapter 2274, Subtitle F, Title 10. SIGNATURE OF AUTHORIZED PERSON: NAME OF AUTHORIZED PERSON: NAME OF COMPANY: DATE: Mike Fadden Galls, LLC 10/17/2023 DocuSign Envelope ID: 247628E6-96B3-40E4-B78D-A7912C3EF990 Page 149 Item 5. BOYCOTTING OF CERTAIN ENERGY COMPANIES This contract is subject to the Texas Local Government Code chapter 809, Subtitle A, Title 8, prohibiting contracts with companies who boycott certain energy companies. TLGC chapter Code chapter 809, Subtitle A, Title 8, identifies that “boycott energy company” means, without an ordinary business purpose, refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations with a company because the company: I.engages in the exploration, production, utilization, transportation, sale, or manufacturing of fossil fuel-based energy and does not commit or pledge to meet environmental standards beyond applicable federal and state law; and II.does business with a company described by paragraph (I). The entity identified below, through its authorized representative, hereby certifies that they do not boycott energy companies, and that they will not boycott energy companies during the term of the contract as prohibited by Chapter 809, Subtitle A, Title 8 of the Texas Local Government Code. ☐The Contractor or Subrecipient hereby certifies that it does comply with the requirements of Chapter 809, Subtitle A, Title 8. SIGNATURE OF AUTHORIZED PERSON: NAME OF AUTHORIZED PERSON: NAME OF COMPANY: DATE: -OR- ☐The Contractor or Subrecipient hereby certifies that it cannot comply with the requirements of Chapter 809, Subtitle A, Title 8. SIGNATURE OF AUTHORIZED PERSON: NAME OF AUTHORIZED PERSON: NAME OF COMPANY: DATE: Mike Fadden Galls, LLC 10/17/2023 DocuSign Envelope ID: 247628E6-96B3-40E4-B78D-A7912C3EF990 Page 150 Item 5. Page 1 of 2 To: Mayor and Town Council From: Carrie Jones, Director of Public Works Through: Mario Canizares, Town Manager Chuck Ewings, Assistant Town Manager Re: Mini-Excavator Purchase Town Council Meeting – October 8, 2024 Strategic Visioning Priority: 4. Provide Excellent Municipal Services Agenda Item: Consider and act upon approving the purchase of one (1) new Caterpillar Inc. model: 303.5 compact construction mini-excavator (mini-ex) for the Stormwater Division of Public Works for $73,644. Description of Agenda Item: As part of the FY2024-2025 budget process, the Stormwater Division of Public Works requested funding for the purchase of a mini-ex. This piece of equipment will enable Staff to access narrower and smaller spaces than they previously could which would expedite the cleaning of smaller ditches. With the smaller footprint of the machinery, it would minimize the disturbance to private property. The purchase of the mini-ex is through a cooperative purchasing program which allows local governments to purchase goods and services from the cooperative’s purchasing systems while satisfying all competitive bidding requirements. The contract being utilized for this purchase is Sourcewell Contract 011723. Budget Impact: This is a budgeted expense as a FY24-25 Capital Expenditure – Equipment (450-6140-98-02). Legal Obligations and Review: Terrence Welch of Brown & Hofmeister, L.L.P. has approved the attached documents as to form and legality. Attached Documents: 1. Quote #:337574-01 from HOLT CAT PUBLIC WORKS Page 151 Item 6. Page 2 of 2 Town Staff Recommendation: Town Staff recommends the Town Council approve the purchase of one (1) new Caterpillar Inc. model: 303.5 compact construction mini-excavator (mini-ex) for the Stormwater Division of Public Works for $73,644. Proposed Motion: I move to approve the purchase of one (1) new Caterpillar Inc. model: 303.5 compact construction mini-excavator (mini-ex) for the Stormwater Division of Public Works for $73,644. Page 152 Item 6. Page 1 DATE: September 17, 2024 QUOTE #:337574-01 TOWN OF PROSPER LUIS GALVEZ PO BOX 307 PROSPER, TEXAS 75078-0307 Pemberton, Brent 817.219.6187 One (1) New Caterpillar Inc Model: 303.5 Compact Construction Mini-Ex Includes: Cab/Air + Angle Blade + Manual Pin Grabber + 24” Digging Bucket Does Not Include Hydraulic Thumb SALE PRICE $73,644 EXT WARRANTY Included TOTAL PRICE $73,644 Quote Through Sourcewell Contract 011723 – Member 100478 WARRANTY Standard Warranty: 24 Month/2000 Hour Total Machine Limited Warranty Extended Warranty: 60 MO/4000 HR POWERTRAIN + HYDRAULICS MACHINE SPECIFICATIONS DESCRIPTION REF.# LN3/QP4/CAB/ANGL BLD/LNG STK 616-3222 STICK, LONG, W/ THUMB BRACKET 571-9661 LINES, BOOM W/O BLCV 558-1760 LINES, STICK W/O SLCV 558-1763 UNDERCARRIAGE,FIXED,ANGLE BLD 571-9665 BLADE, ANGLE, BOCE 568-5199 TRACK, 12'', RUBBER 566-2914 CONTROL, 1ST AUX, JOYSTICK 575-4420 LINES, BUCKET, LONG STICK 575-2776 TRAVEL LEVERS AND PEDALS 568-5200 BOOM LIGHT, LED 542-8886 CAB, WITH HEAT AND A/C 558-1770 SEAT, SUSPENSION, FABRIC 519-9265 SEAT BELT, 3'' RETRACTABLE 599-7202 MONITOR NEXT GEN, NO CAMERA 580-7178 FLOORMAT, CAB, W/TRAVEL 594-7890 PRODUCT LINK, CELLULAR PLE643 572-0436 CAT KEY, WITH PASS CODE OPTION 525-4465 CWT, STANDARD 555-1839 LINES, 1ST AUX, LONG STICK 575-7225 LIGHTS, LED, FRONT&REAR 521-9512 INTEGRATED RADIO 521-9517 MIRRORS, LEFT AND RIGHT 519-9280 444-7494 COUPLER, PG, MAN.D.LOCK, 3-4T INCLUDED 464-9904 BUCKET-HD, 24'', 4.2 FT3, 3T INCLUDED STANDARD EQUIPMENT ON FOLLOWING PAGE Page 153 Item 6. Page 2 STANDARD EQUIPMENT POWERTRAIN Cat C1.7 NA engine Automatic engine shutdown (U.S. EPA Tier 4 Final/ Automatic two speed travel JAPAN MLIT Tier 3) Fuel water separator Automatic engine idle. UNDERCARRIAGE Track, 300 mm (11.8'') Tie downs on track frame Dozer blade(BOCE) with float HYDRAULICS Variable displacement piston pump Hydraulic lockout - all controls Smart tech electronic pump One and two way auxiliary flow Load sensing/flow sharing hydraulics Continuous auxiliary flow Automatic swing brake Bio oil capable ELECTRICAL 12 volt electrical system Battery disconnect Software (machine and monitor) Signaling/warning horn 65 ampere alternator 12 volt power socket 650CCA maintenance free battery OPERATOR ENVIRONMENT Product link PLE243 (regulations apply) Utility space for mobile phone Cab sound pressure 94dB(A) ISO 6395 ROPS - ISO 12117-2:2008 Coat hook TOPS - ISO 12117:1997 Next generation color LCD monitor (IP66) Top guard ISO 10262: 1998 Level I -Fuel level and coolant temperature Adjustable wrist rests gauges Non suspension vinyl seat -Maintenance and machine monitoring Retractable high visibility seat belt -Performance and machine adjustments Removable washable floormat -Numeric security code Tilt operator station -Multiple languages Storage pocket -Hour meter with wake up switch Skylight Cup Holder Mounting bosses for front guard OTHER STANDARD EQUIPMENT Control Pattern Changer Beacon socket Caterpillar corporate ''one key'' system Joystick travel and steering mode Door locks on cab door and external Travel cruise control enclosure doors Boom light Lockable fuel cap INSTRUCTIONS REGIONAL STANDARD EQUIPMENT INCLUDES: South America United States and Canada -Accumulator, certified -Accumulator, certified -Retractable high visibility -Retractable high visibility seat belt 75mm (3'') seat belt 75mm (3'') -Ecology drain - engine -Ecology drain - engine -Auxiliary hydraulic lines -Auxiliary hydraulic lines -Auxiliary line quick disconnects -Auxiliary line quick disconnects Page 154 Item 6. Page 1 of 2 To: Mayor and Town Council From: Carrie Jones, Director of Public Works Through: Mario Canizares, Town Manager Chuck Ewings, Assistant Town Manager Re: Emergency Repair of Signalized Intersection at Frontier and DNT Town Council Meeting – October 8, 2024 Strategic Visioning Priority: 4. Provide Excellent Municipal Services Agenda Item: Consider and act upon authorizing the Town Manager to execute documents for the emergency repair of the signalized intersection at Frontier Parkway and Dallas North Tollway for $63,200. Description of Agenda Item: On Thursday, September 12th due to a motor vehicle accident, the signalized intersection at Dallas North Tollway and Frontier Parkway was damaged. Due to the severity of the accident, breaking one pole, knocking down two span wires with six (6) signal heads, and damage to the guardrail, staff called Texas Traffic LLC to have an emergency repair in order to re-open the intersection to traffic. Budget Impact: The cost of the emergency repair will be charged to Signal Light Repairs, 100-5321-50-01. Since this damage was caused by a motor vehicle accident, a claim against the driver’s insurance policy will be submitted for reimbursement. Legal Obligations and Review: Terrence Welch of Brown & Hofmeister, L.L.P. has approved the attached documents as to form and legality. Attached Documents: 1. Invoice/Quote Number 2400917 from Texas Traffic LLC Town Staff Recommendation: Town Staff recommends that the Town Council authorize the Town Manager to execute documents for the emergency repair of the signalized intersection at Frontier Parkway and Dallas North Tollway for $63,200. PUBLIC WORKS Page 155 Item 7. Page 2 of 2 Proposed Motion: I move to authorize the Town Manager to execute documents for the emergency repair of the signalized intersection at Frontier Parkway and Dallas North Tollway for $63,200. Page 156 Item 7. INVOICE Texas Traffic LLC Date:9/17/2024 614-A Shelby Rd Quote Number #:2400917 Everman Tx 76140 To:Luis Galvez Project Location:Dallas PKWY & Frontier PKWY Streets Superintendent 601 W 5th Street Prosper Tx 75078 972-569-1059 POC Number Details Terms Job Adrian Olguin 210-769-0062 Emergency Call Out - Major accident at intersection. Damage to Traffic Signal and Guardrails Net 30 Emergency Repair Unit #QTY Description Unit Price Line Total 1 1 Emergency Mobilization 10,000.00$ 10,000.00$ 2 2 45 degree span GuardRail 5,300.00$ 10,600.00$ 3 20 REM/REP STEEL POSTS 150.00$ 3,000.00$ 4 20 Blockouts 25.00$ 500.00$ 5 1 LONG SPAN 500.00$ 500.00$ 6 1 40ft Timber pole TXDOT Spec 8,000.00$ 8,000.00$ 7 8 18' Drill Shaft by Ft 300.00$ 2,400.00$ 8 9 Re-install Span wire on Timber Pole 2,200.00$ 19,800.00$ 9 12 Span Wire 3 Bolt Clamps 200.00$ 2,400.00$ 10 5 Expansion Joints for Span 200.00$ 1,000.00$ 11 5 Re-install Traffic signal heads 900.00$ 4,500.00$ 12 1 Re-install Regulatory Sign 500.00$ 500.00$ TOTAL: 63,200.00$ Thank you for your business! Please visit us at our new location! 614-A Shelby Rd Everman Tx, 76140 Page 157 Item 7. Page 158 Item 7. Page 1 of 2 To: Mayor and Town Council From: Hulon T. Webb, Jr., P.E., Director of Engineering Services Through: Mario Canizares, Town Manager Chuck Ewing, Assistant Town Manager Re: Ordinance No-Parking: Chaucer Drive and Winsor Drive Town Council Meeting – October 8, 2024 Strategic Visioning Priority: 4. Provide Excellent Municipal Services Agenda Item: Consider and act upon an ordinance establishing a no-parking zone on Chaucer Drive from First Street to Clearwater Drive and Winsor Drive from First Street to Clearwater Drive. Description of Agenda Item: The Town has received complaints regarding parents parking along Chaucer Drive and Winsor Drive south of First Street near Rushing Middle School, blocking traffic. There are no homes on Chaucer Drive and Winsor Drive. In order to provide safety for kids crossing First Street at these intersections, the Police Department recommends restricting parking on Chaucer Drive from First Street to Clearwater Drive and Winsor Drive from First Street to Clearwater Drive. The parking restriction will be on school days from 7 AM-9 AM and 2 PM-4 PM. This restriction is the same as the following previously approved no-parking zones that have been successful in addressing similar concerns:  In 2020 – Wilson Drive (Coleman – Gray Lane) north of Reynolds Middle School  In 2022 – Meadowcreek Boulevard (Coit – Foxfield Court) north of Rogers Middle School  In 2022 – Prince William Lane (Coleman – Highbridge Lane) south of Prosper High School Budget Impact: The estimated cost for signs and poles is $600 and will be purchased from the Streets Department FY2025 Adopted Budget (Account Number 100-5640-50-01). Legal Obligations and Review: Terrence Welch of Brown & Hofmeister, L.L.P., has reviewed the ordinance as to form and legality. Attached Documents: 1. Location Map 2. No Parking Ordinance ENGINEERING SERVICES Page 159 Item 8. Page 2 of 2 Town Staff Recommendation: Town Staff recommends that the Town Council adopt an ordinance establishing a no parking zone on Chaucer Drive from First Street to Clearwater Drive and Winsor Drive from First Street to Clearwater Drive. Proposed Motion: I move to approve an ordinance establishing a no parking zone on Chaucer Drive from First Street to Clearwater Drive and Winsor Drive from First Street to Clearwater Drive. Page 160 Item 8. Location Map Proposed No Parking Zone on Chaucer Drive and Winsor Drive south of First Street: 7AM – 9AM 2PM – 4PM School Days Rushing Middle School Page 161 Item 8. TOWN OF PROSPER, TEXAS ORDINANCE NO. 2024-__ AN ORDINANCE OF THE TOWN COUNCIL OF THE TOWN OF PROSPER, TEXAS, AMENDING DIVISION 2, “NO-PARKING ZONES,” OF ARTICLE 12.05, “PARKING, STOPPING AND STANDING,” OF CHAPTER 12, “TRAFFIC AND VEHICLES,” OF THE CODE OF ORDINANCES OF THE TOWN OF PROSPER, TEXAS, BY ADDING A NEW SECTION 12.05.039, “CHAUCER DRIVE,” TO PROHIBIT PARKING ON A PORTION OF CHAUCER DRIVE, AND BY ADDING A NEW SECTION 12.05.040, “WINSOR DRIVE,” TO PROHIBIT PARKING ON A PORTION OF WINSOR DRIVE; PROVIDING FOR REPEALING, SAVINGS AND SEVERABILITY CLAUSES; PROVIDING FOR A PENALTY FOR THE VIOLATION OF THIS ORDINANCE; PROVIDING FOR AN EFFECTIVE DATE OF THIS ORDINANCE; AND PROVIDING FOR THE PUBLICATION OF THE CAPTION HEREOF. WHEREAS, the Town of Prosper, Texas (“Town”), is a home-rule municipal corporation duly organized under the laws of the State of Texas; and WHEREAS, the Texas Transportation Code, as amended, provides that the governing body of a municipality may adopt parking regulations; and WHEREAS, the Town has investigated and determined that no-parking zones on Chaucer Drive and on Winsor Drive, as more fully described herein, is both warranted and prudent, and it is the desire of the Town to adopt the following regulations related thereto. NOW, THEREFORE, BE IT ORDAINED BY THE TOWN COUNCIL OF THE TOWN OF PROSPER, TEXAS, THAT: SECTION 1 The findings set forth above are incorporated into the body of this Ordinance as if fully set forth herein. SECTION 2 Existing Division 2, “No-Parking Zones,” of Article 12.05, “Parking, Stopping and Standing,” of Chapter 12, “Traffic and Vehicles,” of the Code of Ordinances is hereby amended by adding a new Section 12.05.039, “Chaucer Drive,” and new Section 12.05.040, “Winsor Drive,” to read as follows: “ARTICLE 12.05 PARKING, STOPPING AND STANDING * * * Division 2. No-Parking Zones * * * Sec. 12.05.039 Chaucer Drive There shall be no parking on both sides of Chaucer Drive from its intersection with First Street south one-hundred seventy feet (170’) to the intersection of Clearwater Drive, from 7:00 a.m. until 9:00 a.m. and from 2:00 p.m. until 4:00 p.m. on school days. A person commits an offense by violating any provision of this section. Page 162 Item 8. Ordinance No. 2024-__, Page 2 Sec. 12.05.040 Winsor Drive There shall be no parking on both sides of Winsor Drive from its intersection with First Street south one-hundred seventy feet (170’) to the intersection of Clearwater Drive, from 7:00 a.m. until 9:00 a.m. and from 2:00 p.m. until 4:00 p.m. on school days. A person commits an offense by violating any provision of this section.” SECTION 3 All provisions of any ordinance in conflict with this Ordinance are hereby repealed to the extent they are in conflict, but such repeal shall not abate any pending prosecution for violation of the repealed ordinance, nor shall the repeal prevent a prosecution from being commenced for any violation if occurring prior to the repeal of the ordinance. Any remaining portion of conflicting ordinances shall remain in full force and effect. SECTION 4 If any section, subsection, sentence, clause or phrase of this Ordinance is for any reason, held to be unconstitutional or invalid by a court of competent jurisdiction, such decision shall not affect the validity of the remaining portions of this Ordinance. The Town of Prosper hereby declares that it would have passed this Ordinance, and each section, subsection, clause or phrase thereof, irrespective of the fact that any one or more sections, subsections, sentences, clauses, and phrases be declared unconstitutional. SECTION 5 Any person, firm or corporation violating any of the provisions or terms of this Ordinance shall be deemed guilty of a misdemeanor and, upon conviction, shall be punished by fine not to exceed the sum of five hundred dollars ($500.00) for each offense. SECTION 6 This Ordinance shall become effective after its passage and publication, as required by law. DULY PASSED AND APPROVED BY THE TOWN COUNCIL OF THE TOWN OF PROSPER, TEXAS, ON THIS 8TH DAY OF OCTOBER, 2024. APPROVED: ___________________________________ David F. Bristol, Mayor ATTEST: ____________________________________ Michelle Lewis Sirianni, Town Secretary APPROVED AS TO FORM AND LEGALITY: _____________________________________ Terrence S. Welch, Town Attorney Page 163 Item 8. Page 1 of 2 To: Mayor and Town Council From: Pete Anaya, P.E., Assistant Director of Engineering – Capital Projects Through: Mario Canizares, Town Manager Chuck Ewing, Assistant Town Manager Hulon T. Webb, Jr., P.E., Director of Engineering Services Re: Bid Award: Traffic Signal at Gee Road and Acacia Parkway Town Council Meeting – October 8, 2024 Strategic Visioning Priority: 1. Acceleration of Infrastructure Agenda Item: Consider and act upon authorizing the Town Manager to execute a Construction Agreement awarding CSP No. 2024-32-B to WG Engineering & Construction, LLC, related to the Traffic Signal at Gee Road and Acacia Parkway project, for $454,478. Description of Agenda Item: On September 17, 2024, at 2:00P.M., three (3) Competitive Sealed Proposals were received for the Traffic Signal at Gee Road and Acacia Parkway project. The project consists of all work needed to install a traffic signal at Gee Road and Acacia Parkway including all traffic signal poles and mast arms, underground electrical and communication conduits, ADA curb ramps, traffic signs, pedestrian signals, and pavement markings. The traffic signal poles, and mast arms pre- purchase were approved at the May 28, 2024, Town Council meeting in the amount of $125,448, and the traffic cabinet and battery backup unit pre-purchase was approved at the September 24, 2024, Town Council meeting in the amount of $26,948. The project was advertised using the Competitive Sealed Proposal Construction alternative procurement method to allow the Town to award the projects to the contractor that offers the best value proposal based on the following criteria, which includes recently revised standard percentages based on direction from the Town Council:  Qualifications and Experience (10%)  Outline contractor and subcontractor experience with similar projects.  Outline qualifications of key personnel assigned to this project.  Provide references.  Project Timeline (25%)  Cost Proposal (65%) ENGINEERING SERVICES Page 164 Item 9. Page 2 of 2 The verified proposal totals ranged from $438,946 to $471,679.52. The Engineer’s Estimate was $518,341.22. The proposal’s final completion times ranged from 50 to 175 calendar days. WG Engineering & Construction, LLC, was the firm that ranked the highest after consideration of Costs, Time, and Qualifications with a cost of $465,548.50 and a time of 50 calendar days. They also provided a preliminary construction schedule beginning the work in November 2024 and completing the signal in early January 2025. WG Engineering & Construction, LLC, has not done work for the Town of Prosper but has successfully completed similar projects for the City of Frisco and Texas Department of Transportation (TxDOT). Staff checked the references provided and received positive feedback. The Competitive Sealed Proposal Construction alternative procurement method allows for negotiations as part of the process to make sure that the best value is achieved. Staff worked with WG Engineering & Construction, LLC, on lowering proposed project costs for mobilization by 15% and a few more line items to reduce the initial cost proposal by $11,070.50. Budget Impact: The cost for the construction of the project is $454,478 and reflects the $11,070.50 reduction to the original cost proposal. The traffic signal poles, mast arms, traffic cabinet, and battery backup unit have been pre-ordered at a cost of $152,396 ($125,448 + $26,948), for a total cost of $606,874. The construction budget for the project is $460,000 in Account No. 680-6610-50-00- 2402-TR, the short fall of $146,874 will be funded from Traffic Improvement Projects - Project No. 2501-TR. This traffic signal project reflects unanticipated market increases for the equipment and labor. Legal Obligations and Review: Terrence Welch of Brown & Hofmeister, L.L.P., has approved the standard construction agreement as to form and legality. Attached Documents: 1. Location Map 2. Bid Tabulation Summary 3. Construction Agreement Town Staff Recommendation: Town Staff recommends authorizing the Town Manager to execute a Construction Agreement awarding CSP No. 2024-32-B to WG Engineering & Construction, LLC, related to the Traffic Signal at Gee Road and Acacia Parkway project, for $454,478. Proposed Motion: I move to authorize the Town Manager to execute a Construction Agreement awarding CSP No. 2024-32-B to WG Engineering & Construction, LLC, related to the Traffic Signal at Gee Road and Acacia Parkway project, for $454,478. Page 165 Item 9. LOCATION MAP Traffic Signal at Gee Road and Acacia Parkway Traffic Signal at Gee Road and Acacia Pkwy First Street Page 166 Item 9. Solicitation Number Solicitation Title Close Date Responding Supplier City State Response Submitted Response Total Roadway Solutions Inc Carrollton TX 9/16/2024 12:44:29 PM (CT)$438,946.00 WG Engineering & Construction, LLC ALLEN TX 9/17/2024 01:26:02 PM (CT)$465,584.50 Road Solutions LLC Lucas TX 9/17/2024 12:00:28 PM (CT)$471,679.52 Certified by: Jay Carter, NIGP-CPP, CPPB, C.P.M. Certified on:September 17, 2024 Purchasing Manager Town of Prosper, Texas **All bids/proposals submitted for the designated project are reflected on this tabulation sheet. However,the listing of the bid/proposal on this tabulation sheet shall not be construed as a comment on the responsiveness of such bid/proposal or as any indication that the agency accepts such bid/proposal as being responsive. The agency will make a determination as to the responsiveness of the vendor responses submitted based upon compliance with all applicable laws,purchasing guidelines and project documents,including but not limited to the project specifications and contract documents. The agency will notify the successful vendor upon award of the contract and, as according to the law, all bid/proposal responses received will be available for inspection at that time. TOWN OF PROSPER PROPOSAL TABULATION SUMMARY CSP No. 2024-32-B Traffic Signal at Gee Road and Acacia Parkway 09/17/2024 @ 2:00PM Page 167 Item 9. CSP NO: 2024-32-B TRAFFIC SIGNAL ACACIA PARKWAY / GEE ROAD (Document Version 04/24) 5 CONSTRUCTION AGREEMENT THE STATE OF TEXAS ) ) KNOW ALL MEN BY THESE PRESENTS: COUNTY OF COLLIN ) This Construction Agreement (the "Agreement") is made by and between WG Engineering & Construction, LLC, a company authorized to do business in Texas, (the "Contractor") and the Town of Prosper, Texas, a municipal corporation (the "Owner"). For and in consideration of the payment, agreements and conditions hereinafter mentioned, and under the conditions expressed in the bonds herein, Contractor hereby agrees to complete the construction of improvements described as follows: CSP NO. 2024-32-B TRAFFIC SIGNAL GEE ROAD & ACACIA PARKWAY in the Town of Prosper, Texas, and all extra work in connection therewith, under the terms as stated in the terms of this Contract, including all Contract Documents incorporated herein; and at his, her or their own proper cost and expense to furnish all superintendence, labor, insurance, equipment, tools and other accessories and services necessary to complete the said construction in accordance with all the Contract Documents, incorporated herein as if written word for word, and in accordance with the Plans, which include all maps, plats, blueprints, and other drawings and printed or written explanatory manner therefore, and the Specifications as prepared by Town of Prosper or its consultant hereinafter called Engineer, who has been identified by the endorsement of the Contractor's written proposal, the General Conditions of this Contract, the Special Conditions of this Contract, the payment, performance, and maintenance bonds hereto attached; all of which are made a part hereof and collectively evidence and constitute the entire Contract. A.Contract Documents and Order of Precedence The Contract Documents shall consist of the following documents: 1.this Construction Agreement; 2. properly authorized change orders; 3.the Special Conditions of this Contract; 4.the General Conditions of this Contract; 5.the Technical Specifications & Construction Drawings of this Contract; 6.the OWNER's Standard Construction Details; 7.the OWNER's Standard Construction Specifications; 8.the OWNER’s written notice to proceed to the CONTRACTOR; 9.the Contractor’s Cost Proposal; 10. any listed and numbered addenda; 11.the Performance, Payment, and Maintenance Bonds; and, 12. any other proposal materials distributed by the Owner that relate to the Project. These Contract Documents are incorporated by reference into this Construction Agreement as if set out here in their entirety. The Contract Documents are intended to be complementary; what is called for by one document shall be as binding as if called for by all Contract Documents. It is specifically provided, however, that in the event of any inconsistency in the Contract Documents, the inconsistency shall be Page 168 Item 9. CSP NO: 2024-32-B TRAFFIC SIGNAL ACACIA PARKWAY / GEE ROAD (Document Version 04/24) 6 resolved by giving precedence to the Contract Documents in the order in which they are listed herein above. If, however, there exists a conflict or inconsistency between the Technical Specifications and the Construction Drawings it shall be the Contractor’s obligation to seek clarification as to which requirements or provisions control before undertaking any work on that component of the project. Should the Contractor fail or refuse to seek a clarification of such conflicting or inconsistent requirements or provisions prior to any work on that component of the project, the Contractor shall be solely responsible for the costs and expenses - including additional time - necessary to cure, repair and/or correct that component of the project. B.Total of Payments Due Contractor For performance of the Work in accordance with the Contract Documents, the Owner shall pay the Contractor in current funds an amount not to exceed Four hundred fifty-four thousand four hundred seventy-eight dollars and cents ($454,478.00). This amount is subject to adjustment by change order in accordance with the Contract Documents. C.Dates to Start and Complete Work Contractor shall begin work within ten (10) calendar days after receiving a written Notice to Proceed or written Work Order from the Owner. All Work required under the Contract Documents shall be substantially completed within 40 calendar days after the date of the Notice to Proceed for the base proposal. Within 10 additional calendar days after Substantial Completion, all outstanding issues shall be addressed and ready for final payment. Under this Construction Agreement, all references to “day” are to be considered “calendar days” unless noted otherwise. For the purpose of tracking time, issuing payment of retainage, and assessing liquidated damages, Substantial Completion shall be defined as the date upon which all scheduled bid items included in the Contract have been constructed or installed completely to allow all facilities to function as designed and the Contractor has made a request for a final walk-through inspection with the Owner's Construction Superintendent, CIP Program Manager, Engineer, and other representatives. For the purpose of tracking time, issuing payment of retainage, and assessing liquidated damages, Final Completion shall be defined as the date upon which all items identified during the final walk-through inspection as being incomplete or not functioning as designed (the “punch list”) have been completed or corrected and the Contractor has requested final acceptance of the Project. D. CONTRACTOR'S INDEMNITY TO THE OWNER AND OTHERS CONTRACTOR DOES HEREBY AGREE TO WAIVE ALL CLAIMS, RELEASE, INDEMNIFY, DEFEND AND HOLD HARMLESS THE TOWN OF PROSPER (OWNER) TOGETHER WITH ITS MAYOR AND TOWN COUNCIL AND ALL OF ITS OFFICIALS, OFFICERS, AGENTS AND EMPLOYEES, IN BOTH THEIR PUBLIC AND PRIVATE CAPACITIES, FROM AND AGAINST ANY AND ALL CITATIONS, CLAIMS, COSTS, DAMAGES, DEMANDS, EXPENSES, FINES, JUDGMENTS, LIABILITY, LOSSES, PENALTIES, SUITS OR CAUSES OF ACTION OF EVERY KIND INCLUDING ALL EXPENSES OF LITIGATION AND/OR SETTLEMENT, COURT COSTS AND ATTORNEY FEES WHICH MAY ARISE BY REASON OF INJURY TO OR DEATH OF ANY PERSON OR FOR LOSS OF, DAMAGE TO, OR LOSS OF USE OF ANY PROPERTY Page 169 Item 9. CSP NO: 2024-32-B TRAFFIC SIGNAL ACACIA PARKWAY / GEE ROAD (Document Version 04/24) 7 OCCASIONED BY ERROR, OMISSION, OR NEGLIGENT ACT OF CONTRACTOR, ITS SUBCONTRACTORS, ANY OFFICERS, AGENTS OR EMPLOYEES OF CONTRACTOR OR ANY SUBCONTRACTORS, INVITEES, AND ANY OTHER THIRD PARTIES OR PERSONS FOR WHOM OR WHICH CONTRACTOR IS LEGALLY RESPONSIBLE, IN ANY WAY ARISING OUT OF, RELATING TO, RESULTING FROM, OR IN CONNECTION WITH THE PERFORMANCE OF THIS CONTRACT, AND CONTRACTOR WILL AT HIS OR HER OWN COST AND EXPENSE DEFEND AND PROTECT TOWN OF PROSPER (OWNER) FROM ANY AND ALL SUCH CLAIMS AND DEMANDS. CONTRACTOR DOES HEREBY AGREE TO WAIVE ALL CLAIMS, RELEASE, INDEMNIFY, DEFEND AND HOLD HARMLESS TOWN OF PROSPER (OWNER) TOGETHER WITH ITS MAYOR AND TOWN COUNCIL AND ALL OF ITS OFFICIALS, OFFICERS, AGENTS, AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CITATIONS, CLAIMS, COSTS, DAMAGES, DEMANDS, EXPENSES, FINES, JUDGMENTS, LIABILITY, LOSSES, PENALTIES, SUITS OR CAUSES OF ACTION OF EVERY KIND INCLUDING ALL EXPENSES OF LITIGATION AND/OR SETTLEMENT, COURT COSTS AND ATTORNEYS FEES FOR INJURY OR DEATH OF ANY PERSON OR FOR LOSS OF, DAMAGES TO, OR LOSS OF USE OF ANY PROPERTY, ARISING OUT OF OR IN CONNECTION WITH THE PERFORMANCE OF THIS CONTRACT. SUCH INDEMNITY SHALL APPLY WHETHER THE CITATIONS, CLAIMS, COSTS, DAMAGES, DEMANDS, EXPENSES, FINES, JUDGMENTS, LIABILITY, LOSSES, PENALTIES, SUITS OR CAUSES OF ACTION ARISE IN WHOLE OR IN PART FROM THE NEGLIGENCE OF THE TOWN OF PROSPER (OWNER), ITS MAYOR AND TOWN COUNCIL, OFFICERS, OFFICIALS, AGENTS OR EMPLOYEES. IT IS THE EXPRESS INTENTION OF THE PARTIES HERETO THAT THE INDEMNITY PROVIDED FOR IN THIS PARAGRAPH IS INDEMNITY BY CONTRACTOR TO INDEMNIFY AND PROTECT TOWN OF PROSPER (OWNER) FROM THE CONSEQUENCES OF TOWN OF PROSPER’S (OWNER'S) OWN NEGLIGENCE, WHETHER THAT NEGLIGENCE IS A SOLE OR CONCURRING CAUSE OF THE INJURY, DEATH OR DAMAGE. IN ANY AND ALL CLAIMS AGAINST ANY PARTY INDEMNIFIED HEREUNDER BY ANY EMPLOYEE OF THE CONTRACTOR, ANY SUB-CONTRACTOR, ANYONE DIRECTLY OR INDIRECTLY EMPLOYED BY ANY OF THEM OR ANYONE FOR WHOSE ACTS ANY OF THEM MAY BE LIABLE, THE INDEMNIFICATION OBLIGATION HEREIN PROVIDED SHALL NOT BE LIMITED IN ANY WAY BY ANY LIMITATION ON THE AMOUNT OR TYPE OF DAMAGES, COMPENSATION OR BENEFITS PAYABLE BY OR FOR THE CONTRACTOR OR ANY SUB-CONTRACTOR UNDER WORKMEN'S COMPENSATION OR OTHER EMPLOYEE BENEFIT ACTS. INDEMNIFIED ITEMS SHALL INCLUDE ATTORNEYS' FEES AND COSTS, COURT COSTS, AND SETTLEMENT COSTS. INDEMNIFIED ITEMS SHALL ALSO INCLUDE ANY EXPENSES, INCLUDING ATTORNEYS' FEES AND EXPENSES, INCURRED BY AN INDEMNIFIED INDIVIDUAL OR ENTITY IN ATTEMPTING TO ENFORCE THIS INDEMNITY. In its sole discretion, the Owner shall have the right to approve counsel to be retained by Contractor in fulfilling its obligation to defend and indemnify the Owner. Contractor shall retain approved counsel for the Owner within seven (7) business days after receiving written notice from the Owner that it is invoking its right to indemnification under this Construction Agreement. If Contractor does not retain counsel for the Owner within the required time, then the Owner shall have the right to retain counsel and the Contractor shall pay these attorneys' fees and expenses. Page 170 Item 9. CSP NO: 2024-32-B TRAFFIC SIGNAL ACACIA PARKWAY / GEE ROAD (Document Version 04/24) 8 The Owner retains the right to provide and pay for any or all costs of defending indemnified items, but it shall not be required to do so. To the extent that Owner elects to provide and pay for any such costs, Contractor shall indemnify and reimburse Owner for such costs. (Please note that this “broad-form” indemnification clause is not prohibited by Chapter 151 of the Texas Insurance Code as it falls within one of the exclusions contained in Section 151.105 of the Texas Insurance Code.) E.Insurance Requirements Contractor shall procure and maintain for the duration of the contract, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the vendor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in the contractor’s proposal. A certificate of insurance meeting all requirements and provisions outlined herein shall be provided to the Town prior to any services being performed or rendered. Renewal certificates shall also be supplied upon expiration. Certificates holder shall be listed as follows, with the project/contract number referenced: Town of Prosper Attn: Purchasing Manager P.O. Box 307 Prosper, Texas 75078 re: CSP No. 2024-32-B TRAFFIC SIGNAL GEE ROAD & ACACIA PARKWAY 1.Minimum Scope of Insurance Coverage shall be at least as broad as: a.ISO Form Number GL 00 01 (or similar form) covering Comprehensive General Liability. “Occurrence” form only, “claims made” forms are unacceptable. b.Workers’ Compensation insurance as required by the Labor Code of the State of Texas, including Employers’ Liability Insurance. c.Automobile Liability as required by the State of Texas, covering all owned, hired, or non-owned vehicles. Automobile Liability is only required if vehicle(s) will be used under this contract. 2.Minimum Limits of Insurance Contractor shall maintain throughout contract limits not less than: a.Commercial General Liability: $1,000,000 per occurrence / $2,000,000 in the aggregate for third party bodily injury, personal injury and property damage. Policy will include coverage for: Page 171 Item 9. CSP NO: 2024-32-B TRAFFIC SIGNAL ACACIA PARKWAY / GEE ROAD (Document Version 04/24) 9 1)Premises / Operations 2) Broad Form Contractual Liability 3) Products and Completed Operations 4) Personal Injury 5) Broad Form Property Damage 6) Explosion Collapse and Underground (XCU) Coverage. b.Workers’ Compensation and Employer’s Liability: Workers’ Compensation limits as required by the Labor Code of the State of Texas and Statutory Employer’s Liability minimum limits of $100,000 per injury, $300,000 per occurrence, and $100,000 per occupational disease. c.Automobile Liability: $1,000,000 Combined Single Limit. Limits can only be reduced if approved by the Town. Automobile liability shall apply to all owned, hired and non- owned autos. d. Builders’ Risk Insurance: Completed value form, insurance carried must be equal to the completed value of the structure. Town shall be listed as Loss Payee. e.$1,000,000 Umbrella Liability Limit that follows form over underlying Automobile Liability, General Liability, and Employers Liability coverages. 3. Deductible and Self-Insured Retentions Any deductible or self-insured retentions in excess of $10,000 must be declared to and approved by the Town. 4.Other Insurance Provisions The policies are to contain, or be endorsed to contain the following provisions: a. General Liability and Automobile Liability Coverage 1)The Town, its officers, officials, employees, boards and commissions and volunteers are to be added as “Additional Insured’s” relative to liability arising out of activities performed by or on behalf of the contractor, products and completed operations of the contractor, premises owned, occupied or used by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the Town, its officers, officials, employees or volunteers. Page 172 Item 9. CSP NO: 2024-32-B TRAFFIC SIGNAL ACACIA PARKWAY / GEE ROAD (Document Version 04/24) 10 2)The contractor’s insurance coverage shall be primary insurance in respects to the Town, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by the Town, its officers, officials, employees or volunteers shall be in excess of the contractor’s insurance and shall not contribute with it. 3)Any failure to comply with reporting provisions of the policy shall not affect coverage provided to the Town, its officers, officials, employees, boards and commissions or volunteers. 4)The contractor’s insurance shall apply separately to each insured against whom the claim is made or suit is brought, except to the limits of the insured’s limits of liability. b.Workers’ Compensation and Employer’s Liability Coverage The insurer shall agree to waive all rights of subrogation against the Town, its officers, officials, employees and volunteers for losses arising from work performed by the contractor for the Town. c.All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled or non-renewed by either party, reduced in coverage or in limits except after 30 days written notice to the Town for all occurrences, except 10 days written notice to the Town for non-payment. 5. Acceptability of Insurers The Town prefers that Insurance be placed with insurers with an A.M. Best’s rating of no less than A- VI, or better. 6.Verification of Coverage Contractor shall provide the Town with certificates of insurance indicating coverage’s required. The certificates are to be signed by a person authorized by that insurer to bind coverage on its behalf. Certificates of Insurance similar to the ACORD Form are acceptable. Town will not accept Memorandums of Insurance or Binders as proof of insurance. The Town reserves the right to require complete, certified copies of all required insurance policies at any time. F.Performance, Payment and Maintenance Bonds The Contractor shall procure and pay for a Performance Bond applicable to the work in the amount of one hundred fifteen percent (115%) of the total proposed price, and a Payment Bond applicable to the Page 173 Item 9. CSP NO: 2024-32-B TRAFFIC SIGNAL ACACIA PARKWAY / GEE ROAD (Document Version 04/24) 11 work in the amount of one hundred percent (100%) of the total proposed price. The Contractor shall also procure and pay for a Maintenance Bond applicable to the work in the amount of one hundred percent (100%) of the total proposed price. The period of the Maintenance Bond shall be two years from the date of acceptance of all work done under the contract, to cover the guarantee as set forth in this Construction Agreement. The performance, payment and maintenance bonds shall be issued in the form attached to this Construction Agreement as Exhibits A, B and C. Other performance, payment and maintenance bond forms shall not be accepted. Among other things, these bonds shall apply to any work performed during the two- year warranty period after acceptance as described in this Construction Agreement. The performance, payment and maintenance bonds shall be issued by a corporate surety, acceptable to and approved by the Town, authorized to do business in the State of Texas, pursuant to Chapter 2253 of the Texas Government Code. Further, the Contractor shall supply capital and surplus information concerning the surety and reinsurance information concerning the performance, payment and maintenance bonds upon Town request. In addition to the foregoing requirements, if the amount of the bond exceeds One Hundred Thousand Dollars ($100,000) the bond must be issued by a surety that is qualified as a surety on obligations permitted or required under federal law as indicated by publication of the surety’s name in the current U.S. Treasury Department Circular 570. In the alternative, an otherwise acceptable surety company (not qualified on federal obligations) that is authorized and admitted to write surety bonds in Texas must obtain reinsurance on any amounts in excess of One Hundred Thousand Dollars ($100,000) from a reinsurer that is authorized and admitted as a reinsurer in Texas who also qualifies as a surety or reinsurer on federal obligations as indicated by publication of the surety’s or reinsurer’s name in the current U.S. Treasury Department Circular 570. G.Progress Payments and Retainage As it completes portions of the Work, the Contractor may request progress payments from the Owner. Progress payments shall be made by the Owner based on the Owner's estimate of the value of the Work properly completed by the Contractor since the time the last progress payment was made. The "estimate of the value of the work properly completed" shall include the net invoice value of acceptable, non-perishable materials actually delivered to and currently at the job site only if the Contractor provides to the Owner satisfactory evidence that material suppliers have been paid for these materials. No progress payment shall be due to the Contractor until the Contractor furnishes to the Owner: 1. copies of documents reasonably necessary to aid the Owner in preparing an estimate of the value of Work properly completed; 2.full or partial releases of liens, including releases from subcontractors providing materials or delivery services relating to the Work, in a form acceptable to the Owner releasing all liens or claims relating to goods and services provided up to the date of the most recent previous progress payment; 3. an updated and current schedule clearly detailing the project’s critical path elements; and 4. any other documents required under the Contract Documents. Page 174 Item 9. CSP NO: 2024-32-B TRAFFIC SIGNAL ACACIA PARKWAY / GEE ROAD (Document Version 04/24) 12 Progress payments shall not be made more frequently than once every thirty (30) calendar days unless the Owner determines that more frequent payments are appropriate. Further, progress payments are to be based on estimates and these estimates are subject to correction through the adjustment of subsequent progress payments and the final payment to Contractor. If the Owner determines after final payment that it has overpaid the Contractor, then Contractor agrees to pay to the Owner the overpayment amount specified by the Owner within thirty (30) calendar days after it receives written demand from the Owner. The fact that the Owner makes a progress payment shall not be deemed to be an admission by the Owner concerning the quantity, quality or sufficiency of the Contractor's work. Progress payments shall not be deemed to be acceptance of the Work nor shall a progress payment release the Contractor from any of its responsibilities under the Contract Documents. After determining the amount of a progress payment to be made to the Contractor, the Owner shall withhold a percentage of the progress payment as retainage. The amount of retainage withheld from each progress payment shall be set at five percent (5%). Retainage shall be withheld and may be paid to: 1. ensure proper completion of the Work. The Owner may use retained funds to pay replacement or substitute contractors to complete unfinished or defective work; 2. ensure timely completion of the Work. The Owner may use retained funds to pay liquidated damages; and 3. provide an additional source of funds to pay claims for which the Owner is entitled to indemnification from Contractor under the Contract Documents. Retained funds shall be held by the Owner in accounts that shall not bear interest. Retainage not otherwise withheld in accordance with the Contract Documents shall be returned to the Contractor as part of the final payment. H.Withholding Payments to Contractor The Owner may withhold payment of some or all of any progress or final payment that would otherwise be due if the Owner determines, in its discretion, that the Work has not been performed in accordance with the Contract Documents. The Owner may use these funds to pay replacement or substitute contractors to complete unfinished or defective Work. The Owner may withhold payment of some or all of any progress or final payment that would otherwise be due if the Owner determines, in its discretion, that it is necessary and proper to provide an additional source of funds to pay claims for which the Owner is entitled to indemnification from Contractor under the Contract Documents. Amounts withheld under this section shall be in addition to any retainage. I.Acceptance of the Work When the Work is completed, the Contractor shall request that the Owner perform a final inspection. The Owner shall inspect the Work. If the Owner determines that the Work has been completed in accordance Page 175 Item 9. CSP NO: 2024-32-B TRAFFIC SIGNAL ACACIA PARKWAY / GEE ROAD (Document Version 04/24) 13 with the Contract Documents, it shall issue a written notice of acceptance of the Work. If the Owner determines that the Work has not been completed in accordance with the Contract Documents, then it shall provide the Contractor with a verbal or written list of items to be completed before another final inspection shall be scheduled. It is specifically provided that Work shall be deemed accepted on the date specified in the Owner's written notice of acceptance of the Work. The Work shall not be deemed to be accepted based on "substantial completion" of the Work, use or occupancy of the Work, or for any reason other than the Owner's written Notice of Acceptance. Further, the issuance of a certificate of occupancy for all or any part of the Work shall not constitute a Notice of Acceptance for that Work. In its discretion, the Owner may issue a Notice of Acceptance covering only a portion of the Work. In this event, the notice shall state specifically what portion of the Work is accepted. J. Acceptance of Erosion Control Measures When the erosion control measures have been completed, the Contractor shall request that the Owner perform a final inspection. The Owner shall inspect the Work. If the Owner determines that the Work has been completed in accordance with the Contract Documents and per TPDES General Construction Permit, it shall issue a written Notice of Acceptance of the Work. If the Owner determines that the Work has not been completed in accordance with the Contract Documents or TPDES General Construction Permit, then it shall provide the Contractor with a verbal or written list of items to be completed before another final inspection shall be scheduled. K.Final Payment After all Work required under the Contract Documents has been completed, inspected, and accepted, the Town shall calculate the final payment amount promptly after necessary measurements and computations are made. The final payment amount shall be calculated to: 1.include the estimate of the value of Work properly completed since the date of the most recent previous progress payment; 2.correct prior progress payments; and 3. include retainage or other amounts previously withheld that are to be returned to Contractor, if any. Final payment to the Contractor shall not be due until the Contractor provides original full releases of liens from the Contractor and its subcontractors, or other evidence satisfactory to the Owner to show that all sums due for labor, services, and materials furnished for or used in connection with the Work have been paid or shall be paid with the final payment. To ensure this result, Contractor consents to the issuance of the final payment in the form of joint checks made payable to Contractor and others. The Owner may, but is not obligated to issue final payment using joint checks. Final payment to the Contractor shall not be due until the Contractor has supplied to the Owner original copies of all documents that the Owner determines are reasonably necessary to ensure both that the Page 176 Item 9. CSP NO: 2024-32-B TRAFFIC SIGNAL ACACIA PARKWAY / GEE ROAD (Document Version 04/24) 14 final payment amount is properly calculated and that the Owner has satisfied its obligation to administer the Construction Agreement in accordance with applicable law. The following documents shall, at a minimum, be required to be submitted prior to final payment being due: redline as-built construction plans; consent of surety to final payment; public infrastructure inventory; affidavit of value for public infrastructure; and, final change order(s). “Redline as-built construction plans” shall include, but are not limited to markups for change orders, field revisions, and quantity overruns as applicable. The list of documents contained in this provision is not an exhaustive and exclusive list for every project performed pursuant to these Contract Documents and Contractor shall provide such other and further documents as may be requested and required by the Owner to close out a particular project. Subject to the requirements of the Contract Documents, the Owner shall pay the Final Payment within thirty (30) calendar days after the date specified in the Notice of Acceptance. This provision shall apply only after all Work called for by the Contract Documents has been accepted. L. Contractor’s Warranty For a two-year period after the date specified in a written notice of acceptance of Work, Contractor shall provide and pay for all labor and materials that the Owner determines are necessary to correct all defects in the Work arising because of defective materials or workmanship supplied or provided by Contractor or any subcontractor. This shall also include areas of vegetation that did meet TPDES General Construction Permit during final close out but have since become noncompliant. Forty-five (45) to sixty (60) calendar days before the end of the two-year warranty period, the Owner may make a warranty inspection of the Work. The Owner shall notify the Contractor of the date and time of this inspection so that a Contractor representative may be present. After the warranty inspection, and before the end of the two-year warranty period, the Owner shall mail to the Contractor a written notice that specifies the defects in the Work that are to be corrected. The Contractor shall begin the remedial work within ten (10) calendar days after receiving the written notice from the Town. If the Contractor does not begin the remedial work timely or prosecute it diligently, then the Owner may pay for necessary labor and materials to effect repairs and these expenses shall be paid by the Contractor, the performance bond surety, or both. If the Owner determines that a hazard exists because of defective materials and workmanship, then the Owner may take steps to alleviate the hazard, including making repairs. These steps may be taken without prior notice either to the Contractor or its surety. Expenses incurred by the Owner to alleviate the hazard shall be paid by the Contractor, the performance bond surety, or both. Any Work performed by or for the Contractor to fulfill its warranty obligations shall be performed in accordance with the Contract Documents. By way of example only, this is to ensure that Work performed during the warranty period is performed with required insurance and the performance and payment bonds still in effect. Work performed during the two-year warranty period shall itself be subject to a one-year warranty. This warranty shall be the same as described in this section. The Owner may make as many warranty inspections as it deems appropriate. Page 177 Item 9. CSP NO: 2024-32-B TRAFFIC SIGNAL ACACIA PARKWAY / GEE ROAD (Document Version 04/24) 15 M.Compliance with Laws The Contractor shall be responsible for ensuring that it and any subcontractors performing any portion of the Work required under the Contract Documents comply with all applicable federal, state, county, and municipal laws, regulations, and rules that relate in any way to the performance and completion of the Work. This provision applies whether or not a legal requirement is described or referred to in the Contract Documents. Ancillary/Integral Professional Services: In selecting an architect, engineer, land surveyor, or other professional to provide professional services, if any, that are required by the Contract Documents, Contractor shall not do so on the basis of competitive bids but shall make such selection on the basis of demonstrated competence and qualifications to perform the services in the manner provided by Section 2254.004 of the Texas Government Code and shall so certify to the Town the Contractor's agreement to comply with this provision with Contractor's bid. N.“Anti-Israel Boycott” Provision In accordance with Chapter 2270, Texas Government Code, a Texas governmental entity may not enter into a contract with a company for the provision of goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. Chapter 2270 does not apply to a (1) a company that is a sole proprietorship; (2) a company that has fewer than ten (10) full-time employees; or (3) a contract that has a value of less than One Hundred Thousand Dollars ($100,000.00). Unless the company is not subject to Chapter 2270 for the reasons stated herein, the signatory executing this Agreement on behalf of the company verifies by its signature to this Contract that the company does not boycott Israel and will not boycott Israel during the term of this Contract. O.IRAN, SUDAN AND FOREIGN TERRORIST ORGANIZATIONS. If § 2252.153 of the Texas Government Code is applicable to this Contract, by signing below Contractor does hereby represent, verify and warrant that (i) it does not engage in business with Iran, Sudan or any foreign terrorist organization and (ii) it is not listed by the Texas Comptroller under § 2252.153, Texas Government Code, as a company known to have contracts with or provide supplies or services to a “foreign terrorist organization” as defined in § 2252.151 of the Texas Government Code. P.PROHIBITION ON CONTRACTS WITH CERTAIN COMPANIES PROVISION. In accordance with Section 2252.152 of the Texas Government Code, the Parties covenant and agree that Contractor is not on a list maintained by the State Comptroller’s Office prepared and maintained pursuant to Section 2252.153 of the Texas Government Code. Q.Other Items The Contractor shall sign the Construction Agreement, and deliver signed performance, payment and maintenance bonds and proper insurance policy endorsements (and/or other evidence of coverage) Page 178 Item 9. CSP NO: 2024-32-B TRAFFIC SIGNAL ACACIA PARKWAY / GEE ROAD (Document Version 04/24) 16 within ten (10) calendar days after the Owner makes available to the Contractor copies of the Contract Documents for signature. The Construction Agreement "effective date" shall be the date on which the Town Council acts to approve the award of the Contract for the Work to Contractor. It is expressly provided, however, that the Town Council delegates the authority to the Town Manager or his designee to rescind the Contract award to Contractor at any time before the Owner delivers to the Contractor a copy of this Construction Agreement that bears the signature of the Town Manager and Town Secretary or their authorized designees. The purpose of this provision is to ensure: 1. that Contractor timely delivers to the Owner all bonds and insurance documents; and 2.that the Owner retains the discretion not to proceed if the Town Manager or his designee determines that information indicates that the Contractor was not the lowest responsible bidder or that the Contractor cannot perform all of its obligations under the Contract Documents. THE CONTRACTOR AGREES THAT IT SHALL HAVE NO CLAIM OR CAUSE OF ACTION OF ANY KIND AGAINST OWNER, INCLUDING A CLAIM FOR BREACH OF CONTRACT, NOR SHALL THE OWNER BE REQUIRED TO PERFORM UNDER THE CONTRACT DOCUMENTS, UNTIL THE DATE THE OWNER DELIVERS TO THE CONTRACTOR A COPY OF THE CONSTRUCTION AGREEMENT BEARING THE SIGNATURES JUST SPECIFIED. The Contract Documents shall be construed and interpreted by applying Texas law. Exclusive venue for any litigation concerning the Contract Documents shall be Collin County, Texas. In the event of any disagreement or conflict concerning the interpretation of this Agreement, and such disagreement cannot be resolved by the signatories hereto, the signatories agree to submit such disagreement to non-binding mediation. Although the Construction Agreement has been drafted by the Owner, should any portion of the Construction Agreement be disputed, the Owner and Contractor agree that it shall not be construed more favorably for either party. The Contract Documents are binding upon the Owner and Contractor and shall insure to their benefit and as well as that of their respective successors and assigns. If Town Council approval is not required for the Construction Agreement under applicable law, then the Construction Agreement "effective date" shall be the date on which the Town Manager and Town Secretary or their designees have signed the Construction Agreement. If the Town Manager and Town Secretary sign on different dates, then the later date shall be the effective date. [Signatures continued on following page.] Page 179 Item 9. Page 180 Item 9. CSP NO. 2024-32-B EVALUATION CRITERIA WEIGHTING POINTS WEIGHTED SCORE POINTS WEIGHTED SCORE POINTS WEIGHTED SCORE Cost Proposal 65%10.00 6.50 9.66 6.28 9.31 6.05 Proposed Project Timeline 25%2.86 0.71 10.00 2.50 8.33 2.08 Qualifications and Experience 10%4.67 0.47 9.17 0.92 6.67 0.67 TOTAL 100%7.68 9.69 8.80 Traffic Signal at Gee Rd and Acacia Pkwy EVALUATION MATRIX Roadway Solutions Group WG Engineering & Construction Road Solutions LLC Page 181 Item 9. Page 1 of 2 To: Mayor and Town Council From: Hulon T. Webb, Jr., P.E., Director of Engineering Services Through: Mario Canizares, Town Manager Chuck Ewing, Assistant Town Manager Re: Resolution for TxDOT Local On-System Improvement Project Agreement: Traffic Signal at FM 1385 and Magnolia Town Council Meeting – October 8, 2024 Strategic Visioning Priority: 1. Acceleration of Infrastructure Agenda Item: Consider and act upon a Resolution authorizing the Town Manager to execute a Local On-System Improvement Project Agreement between the Texas Department of Transportation (TxDOT), and the Town of Prosper, Texas, related to the design and construction of the FM 1385 at Magnolia traffic signal, in the amount of $440,004. Description of Agenda Item: With the development of the Costco at the northeast corner of US 380 and FM 1385, Costco is constructing a traffic signal at the intersection of FM 1385 and Magnolia to serve their development. Since the traffic signal is located on a TxDOT roadway, TxDOT requires the attached Local On-System Improvement Project Agreement which outlines the commitments of the different entities for the design and construction of the traffic signal. Budget Impact: The project budgets for the local government are $30,000 for design and $400,000 for construction for a total of $430,000. The additional direct costs of $10,004 and indirect costs of $5,000 to be paid to TxDOT. Per the terms of the Chapter 380 Economic Development Agreement between the Town and Costco, Costco is designing and constructing the traffic signal and Costco will receive a waiver of the roadway impact fees equivalent to the cost of the improvements, estimated at $440,004. Legal Obligations and Review: Terrence Welch of Brown & Hofmeister, L.L.P., has approved the attached documents as to form and legality. Attached Documents: 1. Resolution 2. Local On-System Improvement Project Agreement ENGINEERING SERVICES Page 182 Item 10. Page 2 of 2 Town Staff Recommendation: Town Staff recommends that the Town Council approve a Resolution authorizing the Town Manager to execute a Local On-System Improvement Project Agreement between the Texas Department of Transportation (TxDOT), and the Town of Prosper, Texas, related to the design and construction of the FM 1385 at Magnolia traffic signal, in the amount of $440,004. Proposed Motion: I move to approve a Resolution authorizing the Town Manager to execute a Local On-System Improvement Project Agreement between the Texas Department of Transportation (TxDOT), and the Town of Prosper, Texas, related to the design and construction of the FM 1385 at Magnolia traffic signal, in the amount of $440,004. Page 183 Item 10. TOWN OF PROSPER, TEXAS RESOLUTION NO. 2024-__ A RESOLUTION OF THE TOWN OF PROSPER, TEXAS, APPROVING A LOCAL ON-SYSTEM IMPROVEMENT PROJECT AGREEMENT WITH THE TEXAS DEPARTMENT OF TRANSPORTATION FOR THE DESIGN AND CONSTRUCTION OF A TRAFFIC SIGNAL AT FM 1385 AND MAGNOLIA; MAKING FINDINGS; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, Section 201.103 of the Texas Transportation Code establishes that the State of Texas shall design, construct, and operate a system of highways in cooperation with local governments, and further, Section 222.052 of the Texas Transportation Code authorizes the Texas Transportation Commission to accept contributions from political subdivisions for development and construction of public roads and the state highway system within the political subdivision; and WHEREAS, the Texas Transportation Commission passed Minute Order Number 115814, authorizing the State to accept Local Government funded projects performed on the state highway system. The project covered by this Agreement includes only work within the state right of way as described in the Agreement, in Article 2, Scope of Work (Project); and WHEREAS, all legal and statutory prerequisites for the adoption of this Resolution have been met, including but not limited to compliance with the Texas Open Meetings Act; and WHEREAS, the Town Council of the Town of Prosper deems the adoption of this Resolution to be in the best interests of the health, safety, and welfare of the public. NOW, THEREFORE, BE IT RESOLVED BY THE TOWN COUNCIL OF THE TOWN OF PROSPER, TEXAS. THAT: SECTION 1 All matters stated hereinabove are found to be true and correct and are incorporated herein by reference. SECTION 2 The Town Council approves and authorizes entering into the Local On-System Improvement Project Agreement (LOSA) with TxDOT. SECTION 3 The Town Manager of the Town of Prosper, Texas, is hereby authorized to execute the Local On-System Improvement Project Agreement, which is attached hereto as Exhibit 1 and incorporated by reference. SECTION 4 This Resolution shall take effect immediately upon and after its passage. DULY PASSED AND APPROVED BY THE TOWN COUNCIL OF THE TOWN OF PROSPER, TEXAS, THIS THE 8TH DAY OF OCTOBER, 2024. Page 184 Item 10. Resolution No. 2024-__, Page 2 _________________________ David F. Bristol, Mayor ATTEST: __________________________________ Michelle Lewis Sirianni, Town Secretary APPROVED AS TO FORM AND LEGALITY: ___________________________ Terrence S. Welch, Town Attorney Page 185 Item 10. Resolution No. 2024-__, Page 3 EXHIBIT 1 (Local On-System Improvement Project Agreement) NEXT 9 PAGES Page 186 Item 10. CSJ # 18-4LOSA006 District # 18/DAL Code Chart 64 # 34150 Project Name FM 1385 at Magnolia Traffic Signal Installation Page 1 of 7 LOSA Revised 07/28/2023 STATE OF TEXAS § COUNTY OF TRAVIS § AGREEMENT For A LOCAL ON-SYSTEM IMPROVEMENT PROJECT THIS AGREEMENT (Agreement) is made by and between the State of Texas, acting by and through the Texas Department of Transportation called the “State”, and the Town of Prosper, acting by and through its duly authorized officials, called the “Local Government.” The State and Local Government shall be collectively referred to as “the parties” hereinafter. WITNESSETH WHEREAS, the Texas Transportation Code, Section 201.103 establishes that the State shall design, construct and operate a system of highways in cooperation with local governments and Section 222.052 authorizes the Texas Transportation Commission to accept contributions from political subdivisions for development and construction of public roads and the state highway system within the political subdivision; and WHEREAS, the Texas Transportation Commission passed Minute Order Number 115814, authorizing the State to accept Local Government funded projects performed on the state highway system. The project covered by this Agreement includes only work within the state right of way as described in the Agreement, Article 2, Scope of Work (Project); and, WHEREAS, the Governing Body of the Local Government has approved entering into this Agreement by resolution, ordinance, or commissioners court order dated , which is attached to and made a part of this Agreement as Attachment C, Resolution, Ordinance, or Commissioners Court Order (Attachment C) for the improvement covered by this Agreement. A map showing the Project location appears in Attachment A, Project Location Map (Attachment A), which is attached to and made a part of this Agreement. NOW, THEREFORE, in consideration of the premises and of the mutual covenants and agreements of the parties, to be by them respectively kept and performed as set forth in this Agreement, it is agreed as follows: AGREEMENT 1. Period of the Agreement This Agreement becomes effective when signed by the last party whose signing makes the Agreement fully executed. This Agreement shall remain in effect until the completed Project is accepted by the State or unless terminated as provided below. Page 187 Item 10. CSJ # 18-4LOSA006 District # 18/DAL Code Chart 64 # 34150 Project Name FM 1385 at Magnolia Traffic Signal Installation Page 2 of 7 LOSA Revised 07/28/2023 2. Scope of Work The Project consists of construction of traffic signal on FM 1385 at Magnolia as shown in Attachment A. 3. Local Project Sources and Uses of Funds A. The total estimated cost of the Project is shown in Attachment B, Local On-System Improvement Project Budget (Attachment B), which is attached to and made a part of this Agreement. The estimated funds from the Local Government are shown in Attachment B. The State will pay for no Project costs performed by or managed by Local Government under this Agreement. B. Attachment B shows how necessary resources for completing the Project will be provided by major cost categories. These categories may include but are not limited to: (1) costs of real property (right of way); (2) costs of utility work; (3) costs of environmental assessment and remediation; (4) cost of preliminary engineering and design; (5) cost of construction and construction management; and (6) any other Project costs. C. The Local Government shall be solely responsible for all of its costs associated with the Project provided for in this Agreement. The Local Government shall be responsible for cost overruns for the Project in excess of the estimated amount to be paid by the Local Government on Attachment B. The Local Government shall also be responsible for direct and indirect costs incurred by the State related to performance of this project if so indicated on Attachment B. If the State determines that the on-system improvements are of significant operational benefit to the State, the State may waive its direct or indirect costs. The State’s waiver of its direct or indirect costs shall be indicated on Attachment B by showing the State as responsible for these costs. When the Local Government is responsible for the State’s direct or indirect costs, the amount indicated on Attachment B is a fixed fee and not subject to adjustment except through the execution of an amendment to this Agreement. D. Prior to the performance of any engineering review work by the State, the Local Government shall pay to the State the amount of direct and indirect State costs specified in Attachment B. E. Whenever funds are paid by the Local Government to the State under this Agreement, the Local Government shall remit a check or warrant made payable to the “Texas Department of Transportation” or may use the State’s Automated Clearing House (ACH) system for electronic transfer of funds in accordance with instructions provided by TxDOT’s Financial Management Division. The funds shall be deposited and managed by the State and are not refundable. F. The Local Government will begin construction on the Project within 6 months after execution of the Agreement. G. The Local Government will complete construction and receive the State’s acceptance of the project within 18 months after the date the State authorizes in writing for the Local Government to commence construction of the Project. H. If the Local Government chooses not to or fails to complete the work once construction on the Project commences, the State may terminate this Agreement in accordance with paragraph 4.C. below. The State may address unfinished construction work as it determines necessary to protect the interests of the State, which includes returning the Project area to its original condition or completing the work using State forces or Page 188 Item 10. CSJ # 18-4LOSA006 District # 18/DAL Code Chart 64 # 34150 Project Name FM 1385 at Magnolia Traffic Signal Installation Page 3 of 7 LOSA Revised 07/28/2023 contractors. The Local Government shall pay all costs incurred by the State under this provision. 4. Termination of this Agreement This Agreement shall remain in effect until the Project is completed and accepted by the State, unless: A. The Agreement is terminated in writing with the mutual consent of the parties; B. The State terminates the Agreement in writing due to the Local Government’s failure to comply with paragraphs 3.F or 3.G; or C. The Agreement is terminated by one party because of a breach, in which case any cost incurred because of the breach shall be paid by the breaching party. 5. Amendments Amendments to this Agreement due to changes in the character of the work, terms of the Agreement, or responsibilities of the parties relating to the Project may be enacted through a mutually agreed upon, written amendment. Amendments may not include the addition of State or Federal funds. If any funds other than Local Government funds are proposed, this Agreement must be terminated and a new agreement with appropriate terms and clauses executed in its place. 6. Remedies This Agreement shall not be considered as specifying the exclusive remedy for any Agreement default, but all remedies existing at law and in equity may be availed of by either party to this Agreement and shall be cumulative. 7. Architectural and Engineering Services The Local Government has responsibility for the performance of architectural and engineering services. The engineering plans shall be developed in accordance with the applicable State’s Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges and the special specifications and special provisions related to it. The Project design shall, at a minimum conform to applicable State manuals. The State shall review the plans, specifications, and estimates provided by the Local Government upon completion or at any time deemed necessary by the State. Should the State determine that the complete plans, specifications, and estimates for the Project are not acceptable, the Local Government shall correct the design documents to the State’s satisfaction. Should additional specifications or data be required by the State, the Local Government shall redesign the plans and specifications to the State’s satisfaction. The costs for additional work on the plans, specifications, and estimates shall be borne by the Local Government. 8. Environmental Assessment and Mitigation Development of a transportation project must comply with applicable environmental laws. The Local Government is responsible for: A. The identification and assessment of any environmental problems associated with the development of the Project governed by this Agreement. B. The cost of any environmental problem’s mitigation and remediation. Page 189 Item 10. CSJ # 18-4LOSA006 District # 18/DAL Code Chart 64 # 34150 Project Name FM 1385 at Magnolia Traffic Signal Installation Page 4 of 7 LOSA Revised 07/28/2023 C. Providing any public meetings or public hearings required for development of all required environmental documents and obtaining all required permits and approvals. D. The preparation of documents required for the environmental clearance of the Project. Before the advertisement for bids, the Local Government shall provide to the State written documentation from the appropriate regulatory agency or agencies that all environmental clearances and approvals have been obtained. 9. Right of Way and Real Property The Local Government shall acquire all required right of way and necessary right of entry for performance of the Project in accordance with applicable requirements of the Texas Department of Transportation Right of Way Manual, State law, and Federal law governing the acquisition of real property including but not limited to Title II and Title III of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 Title 42 U.S.C.A. Section 4601 et seq. Right of way acquired for improvements to the state highway system shall be acquired in the name of the State. Local Government shall provide right of entry to State personnel and its authorized representatives to areas off the state highway system throughout the duration of the Project for the State to perform inspection and oversight of the Project. 10. Utilities The Local Government shall be responsible for the adjustment, removal, or relocation of utility facilities for the Project in accordance with applicable State and Federal laws, regulations, rules, policies, and procedures, including any cost to the State of a delay resulting from the Local Government’s failure to ensure that utility facilities are adjusted, removed, or relocated before the scheduled beginning of construction. The Local Government will not be reimbursed for the cost of required utility work. The Local Government must obtain advance approval for any variance from established procedures. 11. Compliance with Texas Accessibility Standards and ADA Local Government shall ensure that the plans for and the construction of the Project are in compliance with standards issued or approved by the Texas Department of Licensing and Regulation (TDLR) as meeting or consistent with minimum accessibility requirements of the Americans with Disabilities Act (P.L. 101-336) (ADA). 12. Construction Responsibilities A. The Local Government shall advertise for construction bids, issue bid proposals, receive and tabulate the bids, and award and administer the contract for construction of the Project. Administration of the contract includes the responsibility for construction engineering and for issuance of any change orders, supplemental agreements, amendments, or additional work orders that may become necessary subsequent to the award of the construction contract. Project plans and specifications for improvements on the state highway system must be approved by the State prior to advertising for construction. Upon selection of a contractor and prior to commencing construction within the state highway system right of way, the Local Government shall request and obtain written authorization to commence construction of the Project from the State. The Local Government will supervise and inspect all work performed hereunder and Page 190 Item 10. CSJ # 18-4LOSA006 District # 18/DAL Code Chart 64 # 34150 Project Name FM 1385 at Magnolia Traffic Signal Installation Page 5 of 7 LOSA Revised 07/28/2023 provide such engineering inspection and testing services as may be required to ensure that the construction is accomplished in accordance with the approved plans and specifications. All construction change orders impacting the proposed improvements, traffic control, environmental mitigation, or drainage on the state highway system require written pre-approval by the State prior to execution by the Local Government. B. Upon completion of the Project, the Local Government will issue and sign a “Notification of Completion” acknowledging the Project’s construction completion. A copy will be provided to the State prior to State’s final acceptance of the improvements. C. Prior to the State’s acceptance of the improvements on the state highway system, Local Government shall furnish to the State written certification from a Texas Registered Professional Engineer that the Project was constructed in substantial compliance with the Project’s plans, specifications, and quality assurance requirements. 13. Project Maintenance After Local Government completion of the work and acceptance by the State, the State will be responsible for maintenance of the improvements within the state highway system right of way outside the boundaries of an incorporated city. This obligation may be fulfilled through other agreements signed by the State. 14. Notices All notices to either party shall be delivered personally or sent by certified or U.S. mail, postage prepaid, addressed to that party at the following address: Local Government Town of Prosper 250 W. First Street Prosper, TX 75078 State Director of Contract Services Texas Department of Transportation 125 E. 11th Street Austin, Texas 78701 All notices shall be deemed given on the date delivered in person or deposited in the mail, unless otherwise provided by this Agreement. Either party may change the above address by sending written notice of the change to the other party. Either party may request in writing that notices shall be delivered personally or by certified U.S. mail, and that request shall be carried out by the other party. 15. Legal Construction If one or more of the provisions contained in this Agreement shall for any reason be held invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability shall not affect any other provisions and this Agreement shall be construed as if it did not contain the invalid, illegal, or unenforceable provision. 16. Responsibilities of the Parties The State and the Local Government agree that neither party is an agent, servant, or employee of the other party, and each party agrees it is responsible for its individual acts and Page 191 Item 10. CSJ # 18-4LOSA006 District # 18/DAL Code Chart 64 # 34150 Project Name FM 1385 at Magnolia Traffic Signal Installation Page 6 of 7 LOSA Revised 07/28/2023 deeds as well as the acts and deeds of its contractors, employees, representatives, and agents. 17. Ownership of Documents Upon completion or termination of this Agreement, copies of all documents and data prepared under this Agreement by the Local Government for improvements within the state highway system right of way shall be provided to the State prior to State acceptance of the Project without restriction or limitation on their further use. The originals shall remain the property of the Local Government. At the request of the State, the Local Government shall submit any Project information required by the State in the format directed by the State. 18. Compliance with Laws The parties shall comply with all federal, state, and local laws, statutes, ordinances, rules and regulations, and the orders and decrees of any courts or administrative bodies or tribunals in any manner affecting the performance of this Agreement. When required, the Local Government shall furnish the State with satisfactory proof of this compliance. 19. Sole Agreement This Agreement constitutes the sole and only agreement between the parties and supersedes any prior understandings or written or oral agreements respecting the Agreement’s subject matter. 20. Inspection of Books and Records The parties to this Agreement shall maintain all books, documents, papers, accounting records, and other documentation relating to costs incurred and engineering inspection and testing services performed under this Agreement and shall make such materials available to the State and the Local Government or their duly authorized representatives for review and inspection at its office during the Agreement period and for seven (7) years from the date of completion of work defined under this Agreement or until any impending litigation or claims are resolved. Additionally, the State and the Local Government and their duly authorized representatives shall have access to all the governmental records that are directly applicable to this Agreement for the purpose of making audits, examinations, excerpts, and transcriptions. 21. Insurance Before beginning work on the state highway system, the Local Government and its contractor performing the work shall provide the State with a fully executed copy of the State's Form 1560 Certificate of Insurance verifying the existence of coverage in the amounts and types specified on the Certificate of Insurance for all persons and entities working on state right of way. Self- insurance documentation acceptable to the State may be substituted for all or part of the coverage’s required for the Local Government. This coverage shall be maintained until all work on the state right of way is complete. If coverage is not maintained, all work on state right of way shall cease immediately, and the State may recover damages and all costs of completing the work. Page 192 Item 10. CSJ # 18-4LOSA006 District # 18/DAL Code Chart 64 # 34150 Project Name FM 1385 at Magnolia Traffic Signal Installation Page 7 of 7 LOSA Revised 07/28/2023 22. Pertinent Non-Discrimination Authorities During the performance of this Agreement, the Local Government, for itself, its assignees, and successors in interest agree to comply with all applicable Federal and State nondiscrimination statutes and authorities. 23. Signatory Warranty Each signatory warrants that the signatory has necessary authority to execute this Agreement on behalf of the entity represented. Each party is signing this agreement on the date stated under that party’s signature. THE STATE OF TEXAS THE LOCAL GOVERNMENT Signature Signature Kenneth Stewart Town Manager Typed or Printed Name Typed or Printed Name Director of Contract Services Marlo Canizares Typed or Printed Title Typed or Printed Title Date Date Page 193 Item 10. CSJ # 18-4LOSA006 District # 18/DAL Code Chart 64 # 34150 Project Name FM 1385 at Magnolia Traffic Signal Installation Page 1 of 1 LOSA Attachment A ATTACHMENT A PROJECT LOCATION MAP Page 194 Item 10. CSJ # 18-4LOSA006 District # 18/DAL Code Chart 64 # 34150 Project Name FM 1385 at Magnolia Traffic Signal Installation Page 1 of 1 LOSA Attachment B ATTACHMENT B LOCAL ON-SYSTEM IMPROVEMENT PROJECT BUDGET (Locally Funded and Performed Project) The Local Government is responsible for 100% of the costs allocated to it as described below, including overruns. Description Estimated Costs Subtotals PROJECT PHASES: Work performed by the Local Government or its Consultant or Contractor Environmental $0.00 Right of Way $0.00 Engineering $30,000.00 Utility Work $0.00 Construction $400,000.00 Subtotal for Project Phases $430,000.00 DIRECT STATE COSTS: Paid By: ☐ Local Government  State Environmental $1.00 Right of Way $1.00 Engineering $1.00 Utility Work $1.00 Construction $10,000.00 Subtotal for Direct State Costs $10,004.00 INDIRECT STATE COSTS: Paid By: ☐ Local Government  State Subtotal for Indirect State Costs $5,000.00 TOTAL ESTIMATED COST OF PROJECT $440,004.00 $0.00 Fixed price amount of payment by the Local Government to the State for the State’s direct and indirect costs as stated in Article 3, C and D of the Agreement. Page 195 Item 10. Page 1 of 2 To: Mayor and Town Council From: David Hoover, AICP, Director of Development Services Through: Mario Canizares, Town Manager Chuck Ewings, Assistant Town Manager Re: License Agreement for Silo Park Addition, Block A, Lot 3 Town Council Meeting – October 8, 2024 Strategic Visioning Priority: 2. Development of Downtown as Destination Agenda Item: Consider and act upon authorizing the Town Manager to execute a License, Maintenance & Hold Harmless Agreement between The Tavern on Broadway, LLC, and the Town of Prosper relative to Silo Park Addition, Block A, Lot 3. Description of Agenda Item: The utilization of a patio area for The Tavern requires an encroachment into a sanitary sewer easement on the east side of the restaurant. A License, Maintenance & Hold Harmless Agreement has been prepared accordingly to address the placement of wrought iron fencing in a portion of the easement. Budget Impact: There is no budgetary impact affiliated with this item. Legal Obligations and Review: Terrence Welch of Brown & Hofmeister, L.L.P., has approved the attached documents as to form and legality. Attached Documents: 1. License, Maintenance & Hold Harmless Agreement 2. Patio Exhibit 3. Site Plan 4. Replat Town Staff Recommendation: Town Staff recommends that the Town Council authorize the Town Manager to execute a License, Maintenance & Hold Harmless Agreement between The Tavern on Broadway, LLC, and the Town of Prosper relative to Silo Park Addition, Block A, Lot 3. PLANNING Page 196 Item 11. Page 2 of 2 Proposed Motion: I move to authorize/not authorize the Town Manager to execute a License, Maintenance & Hold Harmless Agreement between The Tavern on Broadway, LLC, and the Town of Prosper relative to Silo Park Addition, Block A, Lot 3. Page 197 Item 11. License, Maintenance & Hold Harmless Agreement – Page 1 LICENSE, MAINTENANCE & HOLD HARMLESS AGREEMENT THIS LICENSE, MAINTENANCE & HOLD HARMLESS AGREEMENT (“Agreement”), dated _________________, 2024 (the “Effective Date”) is made by and between The Tavern on Broadway LLC, a Texas limited liability company (“Cox”), and the Town of Prosper, Texas, a Texas home-rule municipality (“Town”), and is made with reference to the recitals set forth below concerning certain Town easements on the east side of 350 West Broadway Street, Suite 60, including the placement of fencing in a portion of a sanitary sewer easement (the relevant portions of the patio area, including the fencing, are hereinafter collectively referred to as the “Property”), as described and depicted in Exhibit A, attached hereto and incorporated by reference. WHEREAS, Cox is the owner of The Tavern on Broadway located at 350 West Broadway Street, Suite 60 in the Town; and WHEREAS, Cox wishes to utilize the Property for patio purposes, including the placement of fencing in a sanitary sewer easement behind 350 West Broadway Street, Suite 60, for The Tavern on Broadway; and WHEREAS, Cox and the Town have agreed to the use of the Property as patio areas, including the placement of a grease trap and a gas meter in a portion of the alley behind 350 West Broadway Street, Suite 60, subject to the terms and conditions contained herein; and WHEREAS, Cox acknowledges and agrees that, at its sole cost and expense, it shall construct and maintain the patio areas, the fencing to be located on the Property. NOW, THEREFORE, for good and valuable consideration, the sufficiency of which is hereby acknowledged, the Parties agree as follows: 1. License. Subject to the terms and conditions of this Agreement, and to the extent of the right, title, and interest of the Town, and without any express or implied warranties, the Town grants to Cox permission to encroach into its Property and to construct and maintain patio areas only on the Property, including the placement of fencing in a portion of a sanitary sewer easement on the east side of 350 West Broadway Street, Suite 60, as referenced and depicted in attached Exhibit A. Further, Cox agrees that the patio areas it constructs shall fully comply with all Town ordinances, requirements, and regulations, including all building and construction codes. No other encroachments into or onto Town property are authorized other than those referenced herein. 2. Agreements Regarding the Property. Cox and the Town agree and acknowledge the following understandings and agreements regarding the Property: A. The Town does not and shall not abandon any of its right-of-way or any easements on or adjacent to 350 West Broadway Street, Suite 60; B. Other than the patio areas, the remainder of the sidewalk right-of-way and alley right-of-way shall remain open and accessible at all times for use by the public, any emergency vehicles or franchise utilities, and access shall not be impeded in any manner; Page 198 Item 11. License, Maintenance & Hold Harmless Agreement – Page 2 C. Cox or its successors and assigns, including any future owners of 350 West Broadway Street, Suite 60, shall fully maintain the patio areas, including the maintenance and mowing of the alley, and shall be responsible for all costs associated therewith, including keeping the patio areas free of trash, litter and debris. 3. Indemnity and Hold Harmless. Cox shall fully indemnify and hold harmless the Town and the Town’s Council Members, officers, agents, employees, representatives, successors and assigns from, against, for and in respect of all damages, losses, obligations, liabilities, claims, deficiencies, costs and expenses in any way related to the patio areas to be constructed and maintained by Cox, including any costs in any way associated with the construction, on-going maintenance, and/or on-going repair costs incurred by Cox. 4. Release. Cox hereby releases the Town, its Council Members, officers, agents, representatives and employees, from and against, and waives any and all rights to, any and all claims and/or demands for damages (personal or property), injury (including death), or otherwise, it may have with regard to the construction, maintenance, or repair of the Property, in whole or in part, directly or indirectly, as provided in this Agreement. 5. No Lease or Conveyance of Property Interest. This Agreement shall not be construed as a lease or as a conveyance of any right, title, or interest in any of the Town’s public right-of-way referenced herein, but instead, this Agreement constitutes a grant of the privilege, permit, and license for Cox. 6. Termination of License. The Parties agree and acknowledge that at such time in the future if the Town opts to terminate this Agreement, then this Agreement shall cease upon thirty (30) days’ written notice to Cox, and Cox shall remove, or cause to be removed, all patio areas in the Town’s right-of-way, at its expense. In the event Cox wishes to terminate this Agreement, it shall give the Town at least thirty (30) days’ written notice. 7. Mediation. In the event of any disagreement or conflict concerning the interpretation of this Agreement, and such disagreement cannot be resolved by the signatories hereto, the signatories agree to submit such disagreement to non-binding mediation. 8. Sovereign Immunity. The Parties agree that the Town has not waived its sovereign or governmental immunity from suit by entering into and performing its obligations under this Agreement. 9. Filing in County Deed Records. Cox and the Town further agree that the provisions of this Agreement shall constitute a covenant running with the land described in Exhibit A, attached hereto. The parties agree that this Agreement shall be filed in the Deed Records of Collin County, Texas. 10. Binding Effect. This Agreement shall inure to and bind the heirs, personal representatives, successors and assigns of the Parties hereto. 11. Severability. If any provision in this Agreement be held to be void or unenforceable under the laws of any place governing its construction or enforcement, this Agreement shall not Page 199 Item 11. License, Maintenance & Hold Harmless Agreement – Page 3 be void, but shall be construed to be in force with the same effect as though such provision were omitted. 12. Venue. This Agreement shall be governed by and construed in accordance with the laws of the State of Texas, and is specifically performable in Collin County, Texas. 13. Execution in Counterparts. This Agreement may be executed in counterparts, each of which shall be deemed an original, but all of which, together, shall constitute one and the same instrument. 14. Notice. Any notices required or permitted to be given hereunder (each, a “Notice”) shall be given by certified or registered mail, return receipt requested, to the addresses set forth below or to such other single address as either party hereto shall notify the other: If to the Town: Town of Prosper 250 W. First Street P.O. Box 307 Prosper, Texas 75078 Attention: Town Manager If to Cox: The Tavern on Broadway LLC 961 Deer Run Lane Prosper, Texas 75078 Attention: Jason Keats Cox 15. Incorporation of Recitals. The recitals set forth above are incorporated herein as if repeated verbatim. 16. Amendment. This Agreement shall not be modified or amended except in writing signed by the Parties. [REMAINDER OF PAGE INTENTIONALLY LEFT BLANK.] Page 200 Item 11. License, Maintenance & Hold Harmless Agreement – Page 4 IN WITNESS WHEREOF, each of the parties hereto has caused this Agreement to be signed as of the date first above written. TOWN: THE TOWN OF PROSPER, TEXAS By: ___________________________ Name: Mario Canizares Title: Town Manager, Town of Prosper STATE OF TEXAS ) ) COUNTY OF COLLIN ) This instrument was acknowledged before me on the ___ day of _______________, 2024, by Mario Canizares, Town Manager of the Town of Prosper, Texas, on behalf of the Town of Prosper, Texas. _____________________________________ Notary Public, State of Texas My Commission Expires: _________________ Page 201 Item 11. License, Maintenance & Hold Harmless Agreement – Page 5 COX: THE TAVERN ON BROADWAY, LLC, a Texas limited liability company By: ________________________________ Name: Jason Keats Cox Title: President STATE OF TEXAS ) ) COUNTY OF COLLIN ) This instrument was acknowledged before me on the ___ day of _______________, 2024, by Jason Keats Cox, in his capacity as President of The Tavern on Broadway LLC, a Texas limited liability company, known to be the person whose name is subscribed to the foregoing instrument, and that he executed the same on behalf of and as the act of The Tavern on Broadway LLC. _____________________________________ Notary Public, State of Texas My Commission Expires: _________________ Page 202 Item 11. License, Maintenance & Hold Harmless Agreement – Page 6 Exhibit A (Property Description and Depiction) Page 203 Item 11. Page 204 Item 11. W. BROADWAY STREETVARIABLE WIDTH RIGHT-OF-WAYMcKINLEY STREET50' RIGHT-OF-WAY CROCKETT STREET (UNIMPROVED) 30' RIGHT-OF-WAY (VOL. 116, PG. 162 - D.R.C.C.T.)LOT 2BLOCK ASILO PARK ADDITIONVOLUME 2020, PAGE 67P.R.C.C.T.ZONE "AE"ZONE XNON-SHADEDAPPROXIMATE LOCATIONOF FLOOD LINE ASSCALED PER FEMA MAPLOT 1LOT 2BLOCK 1BRYANT'S ADDITIONVOLUME 116, PAGE 162D.R.C.C.T.LOT 23LOT 22LOT 21BLOCK 1BRYANT'S ADDITIONVOLUME 116, PAGE 162D.R.C.C.T.LOT 1LOT 2BLOCK 3BRYANT'S ADDITIONVOLUME 116, PAGE 162D.R.C.C.T.LOT 3LOT 1G, BLOCK 27RAILROAD ADDITIONVOLUME 2017, PAGE 568P.R.C.C.T.SARAH NELL MORRIS TEMPLINVOLUME 5132, PAGE 4351O.P.R.C.C.T.LOT 2, BLOCK APRECISION ADDITIONCABINET I, PAGE 132P.R.C.C.T.LOT 1, BLOCK APRECISION ADDITIONCABINET I, PAGE 132P.R.C.C.T.LOT 1RBLOCK ASILO PARK ADDITIONVOLUME 2020, PAGE 67P.R.C.C.T.TBM X-CUTELEV.=655.10TBM X-CUTELEV.=654.18W. FIFTH STREETVARIABLE WIDTH RIGHT-OF-WAY20' ALLEY(VOL. 116, PG. 162D.R.C.C.T.)654654654655 65 6 6 5 7 6586596586576 5 7656654653 654 656 653655 654654656 657658658 EX. BLDG1,500 SFS CROCKETT STREET 9'TYP20' 18'4.98'16.98'15'69.85' 8'10.34'183.99'R3'R 3 '16'22447778PROP11,843 SFBUILDINGFUTURE11,900 SFBUILDINGZONING: DTR (PD-84)LAND USE: FOOD TRUCK PARKZONING: DTRLAND USE: RETAIL/RESTAURANTZONING: DTRLAND USE: ROOFING CONTRACTORZONING: DTRLAND USE: CARPET TECHZONING: DTRLAND USE: CARPET TECHZONING: DTR-CLAND USE: RESIDENTIALZONING: DTRLAND USE: AGRICULTURESTEPPEDFFEEX GRATE INLETEXCURBINLETEX SSMHEX SSMHEX FENCEEX FH26.07'24.38'7.85'ZONING: DTR-CLAND USE: RESIDENTIALFDCPROPFH73'163'87.49'79.92'56FUTURE PARKINGFUTURE PARKINGFUTURE PARKING1217.5'344R3 0 '10'4'18.25' 18.25' 17.5'9'9'9'9'R3'R3'R3 ' 13'15'53.62'RELOCATEDPOWER POLERELOCATEDPOWER POLEPROPPATIOAREA56R30'RELOCATED FHR2'R30'R30'417.5'R30'R 3 0 ' 6.24' 5' LS S E T B A C K 5' LS SETBACKR3'DATENo.REVISION BYDATE:SHEETFile No.06/01/2021CHECKED:ASDDRAWN:RDSDESIGN:ASDBGREA BROADWAY RETAIL 308 W BROADWAY STREET PROSPER, TEXAS 1105 CHEEK SPARGER RD. SUITE #1 PHONE: 817.281.0572 COLLEYVILLE, TX 76034 WWW.CLAYMOOREENG.COM TEXAS REGISTRATION #141992021-056PRELIMINARYCLAYMOORE ENGINEERING0GRAPHIC SCALE1 inch = ft.3030603015LEGENDMODERATE DUTY CONCRETE PAVEMENTTRUCK/DUMPSTER AREA CONCRETEPAVEMENTPROPOSED CONCRETE SIDEWALKPROPOSED ENHANCED SIDEWALKPROPOSED CONCRETE CURB AND GUTTERPARKING COUNTSITE PLANSP-1COUNTYSURVEY:ABSTRACT NO.COLLIN COUNTY SCHOOL147CITY:STATE:TOWN OF PROSPERTEXASLEGAL DESCRIPTION:OWNER:APPLICANT/ENGINEER:CLAYMOORE ENGINEERING, INC.1903 CENTRAL DRIVE, SUITE #406BEDFORD, TX 76021PH: 817.281.0572BROWN & GRIFFIN REAL ESTATE ADVISORS, LP1061 N. COLEMAN STPROSPER, TX 75078PH: CASE #: D21-0059CONTACT NAME: LUKE BROWNCONTACT NAME: MATT MOORECOLLINLOT 2, OF BLOCK A, LOTS 1R & 2 OF SILO PARKADDITION, AN ADDITION TO THE TOWN OF PROSPER, COLLINCOUNTY, TEXAS, ACCORDING TO THE PLAT THEREOF RECORDEDIN VOLUME 2020, PAGE 67, PLAT RECORDS, COLLIN COUNTY, TEXAS.SURVEYOREAGLE SURVEYING, LLC210 SOUTH ELM STREET, SUITE 104DENTON, TX 76201PH: 940.222.3009CONTACT NAME: DAN RICKTOWN OF PROSPER SITE PLAN NOTES:1. DUMPSTERS AND TRASH COMPACTORS SHALL BE SCREENED PER THE ZONINGORDINANCE.2. OPEN STORAGE, WHERE PERMITTED, SHALL BE SCREENED PER THE ZONINGORDINANCE.3. OUTDOOR LIGHTING SHALL COMPLY WITH THE LIGHTING AND GLARE STANDARDSCONTAINED WITHIN THE ZONING ORDINANCE AND SUBDIVISION ORDINANCE.4. LANDSCAPING SHALL CONFORM TO LANDSCAPE PLANS APPROVED BY THE TOWN.5. ALL ELEVATIONS SHALL COMPLY WITH THE STANDARDS CONTAINED WITHIN THEZONING ORDINANCE.6. BUILDINGS OF 5,000 SQUARE FEET OR GREATER SHALL BE 100% FIRE SPRINKLED.ALTERNATIVE FIRE PROTECTION MEASURES MAY BE APPROVED BY THE FIREDEPARTMENT.7. OCCUPANT NOTIFICATION PER THIS SECTION AND 907.5 SHALL BE REQUIRED FORALL NEW CONSTRUCTION, OR EXISTING CONSTRUCTION COMPLYING WITH THEINTERNATIONAL BUILDING CODE, FOR RENOVATIONS TO EXISTING BUILDINGS,TENANT SPACES, CHANGES IN OCCUPANCY, REPLACEMENT OR MODIFICATION OFTHE EXISTING FIRE ALARM SYSTEM, OR AS REQUIRED BY THE FIRE CODEOFFICIAL, FOR ALL BUILDINGS OR SPACES PROVIDED WITH AN APPROVEDAUTOMATIC SPRINKLER SYSTEM.8. FIRE LANES SHALL BE DESIGNED AND CONSTRUCTED PER TOWN STANDARDS ORAS DIRECTED BY THE FIRE DEPARTMENT.9. TWO POINTS OF ACCESS SHALL BE MAINTAINED FOR THE PROPERTY AT ALLTIMES.10. SPEED BUMPS/HUMPS ARE NOT PERMITTED WITHIN A FIRE LANE.11. FIRE LANES SHALL BE PROVIDED WITHIN 150 FEET OF ALL EXTERIOR WALLS OFANY BUILDING FOR HOSE LAY REQUIREMENTS. AMENDMENT 503.1.112. THE FIRE LANE SHALL BE A MINIMUM OF 24 FEET WIDE. AMENDMENT 503.2.113. BUILDINGS MORE THAN 30 FEET IN HEIGHT ARE REQUIRED TO HAVE A MINIMUM OFA 26-FOOT WIDE FIRE LANE IN THE IMMEDIATE VICINITY FOR FIREFIGHTINGOPERATIONS OF THE BUILDING. ONE OF THE 26-FOOT WIDE FIRE LANES SHALL BELOCATED A MINIMUM OF 15 FEET FROM THE BUILDING AND NO MORE THAN 30FEET. APPENDIX D10514. THE INSIDE TURNING RADIUS OF THE 24-FOOT FIRE LANE SHALL BE A MINIMUM OF30 FEET. AMENDMENT 503.2.415. THE INSIDE TURNING RADIUS OF THE 26-FOOT FIRE LANE SHALL BE A MINIMUM OF30 FEET. AMENDMENT 503.2.416. DEAD-END FIRE LANES ARE ONLY PERMITTED WITH APPROVED HAMMERHEADS.17. FIRE HYDRANTS SHALL BE PROVIDED AT THE ENTRANCES AND INTERSECTIONS.AMENDMENT 507.5.118. AS PROPERTIES DEVELOP, FIRE HYDRANTS SHALL BE LOCATED AT ALLINTERSECTING STREETS AND THE MAXIMUM SPACING SHALL BE EVERY 300 FEET(300') FOR ALL DEVELOPMENTS, AND FACILITIES OTHER THAN R3. R-3DEVELOPMENTS SHALL BE EVERY 500 FEET (500'). DISTANCES BETWEENHYDRANTS SHALL BE MEASURED ALONG THE ROUTE THAT FIRE HOSE IS LAID BYA FIRE APPARATUS FROM HYDRANT–TO-HYDRANT, NOT AS THE "CROWFLIES." AMENDMENT 507.5.119. FIRE DEPARTMENT CONNECTION (FDC) FOR THE FIRE SPRINKLER SYSTEM SHALLBE LOCATED WITHIN 50 FEET OF A FIRE HYDRANT AND 50 FEET OF A FIRELANE. 5” STORZ, 30-DEGREE DOWNWARD TURN WITH LOCKINGCAP. AMENDMENT 507.5.120. FIRE HYDRANTS SHALL BE LOCATED 2 FOOT (2') TO 6 FOOT (6') BACK FROM THECURB OR FIRE LANE AND SHALL NOT BE LOCATED IN THE BULB OF A CUL-DE-SAC.AMENDMENT 507.5.121. THERE SHALL BE A MINIMUM OF TWO (2) FIRE HYDRANTS SERVING EACHPROPERTY WITHIN THE PRESCRIBED DISTANCES LISTED ABOVE. A MINIMUM OFONE FIRE HYDRANT SHALL BE LOCATED ON EACH LOT. AMENDMENT 507.5.122. A MINIMUM 10-FOOT UNOBSTRUCTED WIDTH SHALL BE PROVIDED AROUND ABUILDING FOR ADEQUATE FIRE DEPARTMENT ABOVE. A CONTINUOUS ROW OFPARKING AND LANDSCAPING SHALL BE CONSIDERED A BARRIER. AMENDMENT503.1.123. THE MAXIMUM DEAD- END CUL-DE-SAC LENGTH SHALL NOT EXCEED SIX HUNDREDFEET (600') AS MEASURED FROM THE CENTERLINE OF THE INTERSECTION STREETTO THE CENTER POINT OF THE RADIUS. AMENDMENT 503.1.524. ONE-AND TWO-FAMILY DWELLINGS AUTOMATIC FIRE SYSTEMS. AUTOMATIC FIREPROTECTION SYSTEMS PER NFPA 13D OR NFPA 13R SHALL BE PROVIDED IN ALLONE-AND TWO-FAMILY DWELLINGS WITH A CONDITIONED FLOOR AREA OF 5,500SQUARE FEET (511 M2) OR GREATER, DWELLINGS THREE (3) STORIES ORGREATER, OR DWELLINGS WITH ROOF HEIGHTS EXCEEDING THIRTY-FIVE FEET(35') FROM GRADE. IRC-2015 AMENDMENT R313.225. HANDICAPPED PARKING AREAS AND BUILDING ACCESSIBILITY SHALL CONFORMTO THE AMERICANS WITH DISABILITIES ACT (ADA) AND WITH THE REQUIREMENTSOF THE CURRENT, ADOPTED BUILDING CODE.26. ALL SIGNAGE IS SUBJECT TO BUILDING OFFICIAL APPROVAL.27. ALL FENCES AND RETAINING WALLS SHALL BE SHOWN ON THE SITE PLAN ANDARE SUBJECT TO BUILDING OFFICIAL APPROVAL.28. ALL EXTERIOR BUILDING MATERIALS ARE SUBJECT TO BUILDING OFFICIALAPPROVAL AND SHALL CONFORM TO THE APPROVED FAÇADE PLAN.29. SIDEWALKS OF NOT LESS THAN SIX (6) FEET IN WIDTH ALONG THOROUGHFARESAND COLLECTORS AND FIVE (5) FEET IN WIDTH ALONG RESIDENTIAL STREETS ANDBARRIER-FREE RAMPS AT ALL CURB CROSSINGS SHALL BE PROVIDED PER TOWNSTANDARDS.30. APPROVAL OF THE SITE PLAN IS NOT FINAL UNTIL ALL ENGINEERING PLANS AREAPPROVED BY THE ENGINEERING SERVICES DEPARTMENT.31. SITE PLAN APPROVAL IS REQUIRED BEFORE THE GRADING RELEASE.32. ALL NEW ELECTRICAL LINES SHALL BE INSTALLED AND/OR RELOCATEDUNDERGROUND.33. ALL MECHANICAL EQUIPMENT SHALL BE SCREENED FROM PUBLIC VIEW PER THEZONING ORDINANCE.34. ALL LANDSCAPE EASEMENTS MUST BE EXCLUSIVE OF ANY OTHER TYPE OFEASEMENT.35. IMPACT FEES WILL BE ASSESSED PER THE LAND USE CLASSIFICATION(S)IDENTIFIED ON THE SITE DATA SUMMARY TABLE; HOWEVER, CHANGES TO THEPROPOSED LAND USE AT THE TIME OF CO AND/OR FINISH-OUT PERMIT MAYRESULT IN ADDITIONAL IMPACT FEES AND/OR PARKING REQUIREMENTS.36. THE APPROVAL OF A SITE PLAN SHALL BE EFFECTIVE FOR EIGHTEEN (18) MONTHSFROM THE DATE OF APPROVAL BY THE PLANNING & ZONING COMMISSION, AT THEEND OF WHICH TIME THE APPLICANT MUST HAVE SUBMITTED AND RECEIVED THEAPPROVAL OF ENGINEERING PLANS AND BUILDING PERMITS. IF THE ENGINEERINGPLANS AND BUILDING PERMITS ARE NOT APPROVED, THE SITE PLAN APPROVAL,TOGETHER WITH ANY PRELIMINARY SITE PLAN FOR THE PROPERTY, IS NULL ANDVOID.CONSTRUCTION SCHEDULE4" PARKING STALL STRIPING COLOR: WHITE (TYP)CURB & GUTTERPROPOSED PEDESTRIAN RAMPHANDICAP SYMBOLPAVEMENT STRIPINGPROPOSED SIDEWALKPROPOSED TRASH ECLOSUREPROPOSED SERVICE RAMP23456789GENERAL SITE PLAN NOTES:1. ALL DIMENSIONS ARE TO FACE OF CURB UNLESSOTHERWISE NOTED.2. REFER TO ARCHITECTURAL PLANS FOR BUILDINGDIMENSIONS AND EXACT DOOR LOCATIONS.3. REFER TO ARCHITECTURAL PLANS FOR FENCE AND GATEDETAILS.BENCHMARKS:NO. 1"X-CUT" AT THE CENTER OF CURB RETURN ON THE NORTHEASTCORNER OF E BROADWAY STREET AND MCKINLEY STREET.ELEV: 654.18'NO. 2"X-CUT AT THE CENTER OF THE EAST CURB RETURN LOCATEDON THE SOUTH SIDE OF E BROADWAY STREET APPROXIMATELY230' EAST OF THE INTERSECTION OF E BROADWAY STREET ANDMCKINLEY STREETELEV: 655.10'VICINITY MAPN.T.S.SITEMETER TABLEDOMESTIC METER12Page 205Item 11. Page 206 Item 11. Page 1 of 2 To: Mayor and Town Council From: Robyn Battle, Executive Director Through: Mario Canizares, Town Manager Re: Downtown Monumentation Construction Documents Town Council Meeting – October 8, 2024 Strategic Visioning Priority: 2. Development of Downtown as Destination Agenda Item: Consider and act upon authorizing the Town Manager to execute Amendment #1 to a Letter Agreement between the Town of Prosper and Olsson Studio related to preparation of Construction Documents for the Downtown Monumentation Project for an amount not to exceed $92,700. Description of Agenda Item: On June 11, 2024, the Town Council approved a Letter Agreement with Olsson Studio for the development of conceptual designs for a series of monuments in Downtown Prosper following a recommendation by the Downtown Advisory Committee (DTAC). The conceptual development process was comprised of a kickoff meeting with staff, a three-day design charrette with the DTAC, Town Council and other Downtown stakeholders, the development of a Downtown Monumentation Master Plan, and an opinion of probable cost for construction. At the August 19, 2024, DTAC meeting, the Committee was presented with the Downtown Monumentation Master Plan and the opinion of probable cost. The Committee approved the Downtown Monumentation Master Plan as presented and recommended entering into a contract with Olsson Studio for the preparation of construction documents. Rather than build all of the monuments at the same time, the DTAC recommended the following phasing plan: 1. The Icon (Silo) monument and the Secondary Gateway (3 corners at Broadway and Main Street) should be constructed first; and, 2. Tertiary monuments with lanterns to match the existing streetlights on Broadway should be constructed on the north side of Broadway near the intersections of Crockett and McKinley at the same time as the Silo and Secondary Gateway monuments; and, 3. Construction of the Primary Gateway monument at Broadway and Coleman should be incorporated into the Coleman Street widening project; and, 4. An additional Primary Gateway Monument should be constructed at First Street and Main Street in conjunction with the widening of First Street; and, 5. A monument within the future roundabout at First Street and Coleman should be constructed at a later date as a stand-alone project that is similar in style to the Downtown Monumentation. COMMUNICATIONS Page 207 Item 12. Page 2 of 2 At the September 16, 2024, DTAC meeting, the Committee reaffirmed the recommendation to proceed with the preparation of construction documents after receiving the updated cost proposal from Olsson Studio. The Scope of Services in the attached Amendment outlines the services that will be provided by Olsson Studio through the Construction Documents stage (Phase 400) at a cost of $89,700, plus additional reimbursable expenses up to $3,000, for an amount not to exceed $92,700. The deliverables for Phase 400 are comprised of a design/topographic survey and construction documents, details and specifications including demolition, hardscape, structural, lighting, landscape and irrigation for the Primary, Secondary, Icon and Tertiary monuments in the Downtown Monumentation Master Plan. The Amendment provides for the development of Construction Documents for the entire family of monuments, although not all of the monuments will be constructed at the same time. The estimated date of completion for the Construction Documents is February 15, 2025. If the Town Council decides to move forward with construction of the project, funding will need to be identified, and the Town will solicit bids from qualified vendors. The Town may enter into a separate Agreement with Olsson Studio to provide Construction Administration Services at that time. Budget Impact: The project fee for the Construction Documents portion of the project will not exceed $92,700. Funds are available in the Capital Fund account 750-5410-10-00-PK for Downtown Improvements. Legal Obligations and Review: Terrence Welch of Brown & Hofmeister, L.L.P., has approved the attached documents as to form and legality. Attached Documents: 1. Amendment #1 to Letter Agreement 2. Olsson Studio Letter Agreement 3. Downtown Monumentation Master Plan Town Staff Recommendation: Town Staff recommends the Town Council authorize the Town Manager to execute Amendment #1 to a Letter Agreement between the Town of Prosper and Olsson Studio related to preparation of Construction Documents for the Downtown Monumentation Project for an amount not to exceed $92,700. Proposed Motion: I move to authorize the Town Manager to execute Amendment #1 to a Letter Agreement between the Town of Prosper and Olsson Studio related to preparation of Construction Documents for the Downtown Monumentation Project for an amount not to exceed $92,700. Page 208 Item 12. 1814 Main / Kansas City, MO 64108 O 816.842.8844 / olsson-studio.com LETTER AGREEMENT AMENDMENT #1 August 29, 2024 This AMENDMENT (“Amendment”) shall amend and become a part of the Letter Agreement for Professional Services dated May 16, 2024 between Town of Prosper, Texas (“Client”) and Olsson, Inc. dba Olsson Studio (“Olsson”) providing for professional services for the following Project (the “Agreement”): PROJECT DESCRIPTION AND LOCATION Project is located at: Downtown Monumentation Project Description: Prosper, Texas SCOPE OF SERVICES Client and Olsson hereby agree that Olsson’s Scope of Services under the Agreement is amended by adding the services specifically described below for the additional compensation set forth below: Phase 400 – Construction Documents Based upon Client’s Town Council approved downtown monumentation master plan, Olsson shall provide construction documents for phase one monuments, including: • Primary gateway located at Broadway and Coleman intersection, per the attached Exhibit A • Secondary gateway columns located at Broadway and Main intersection, per the attached Exhibit B • Icon silo monument located at Broadway and Main intersection, per the attached Exhibit C • Tertiary monuments located along Broadway at Crockett and McKinley, per the attached Exhibit D Olsson shall provide a design / topographic survey, including a two (2)-person survey crew to set control, based on the Texas State Plane Coordinate System-North Central Texas Zone 4202, NAVD 88 (Geoid 18). Olsson shall prepare a design/topographic survey of four (4) locations along West Broadway Street between South McKinney Street and South Coleman Street, as shown on the attached Exhibit E, locate above ground visible / observed improvements, locate utilities (including storm drain/sanitary sewer manhole locations with inverts, pipe size, and directions, if accessible), and locate underground utilities based on an 811 Call and Public Works Department markings. Page 209 Item 12. Page 2 of 6 Olsson shall prepare three (3) submittals of construction documents for Client-selected monument elements at the 60-percent, 90-percent, and 100-percent complete construction documents design phases. Construction documents shall include: Demolition Plan will outline removal of existing hardscape material. Hardscape Plan will layout proposed monument elements in relation to existing buildings, street parking, and intersection right of way (ROW). Horizontal dimensions will be included for construction staking purposes. Hardscape construction specifications will be provided. Monument Details will include elevations and detailing for selected monumentation elements. Structural Plans will include structural details and general notes for monumentation. Lighting Plans will include the following services for monumentation: • Electrical engineering: o Luminaire selection of exterior structures and interior to silo o Exterior red, green, blue, and white (RGBW) lighting at silo o Lighting design, including foot-candle calculations, lighting control, and compliance with locally adopted energy code o Power of signage components that are internally lit o General power layout and event power inside of silo o Branch power design o Electrical service design to be located inside silo • Energy calculations to comply with the locally adopted energy code • Opinion of Probable Cost (OPC) for Project construction work Landscape Plans will identify location, species and variety, quantity, planting sizes, and special requirements or conditions for plant materials. Final landscape planting details and specifications will be included. Irrigation Plans will identify modifications to original Broadway construction documents, including location of mainline and lateral piping, zone control valves, irrigation heads, and required equipment. Construction documents will indicate pipe sizes, valve sizes, head type, controller type, and circuit zoning. Irrigation installation details and specifications will be included. Domestic irrigation systems will be used at Project site. Meetings Olsson will attend each of the following meetings: • Eight (8) total bi-weekly Project meetings • 60-percent completion design review meeting • 90-percent completion design review meeting • 100-percent completion design review meeting Page 210 Item 12. Page 3 of 6 Work Products: Design/topographic survey; construction documents including demolition, hardscape, structural, lighting, landscape, and irrigation construction documents, details, specifications; and meeting notes and memorandums as required Phase 400 Fee: $89,700.00 Phase 900 – Expenses Includes all Project related reimbursable expenses, as defined in the Reimbursable Expense Schedule attached to this Agreement. Phase 900 Fee: Estimated $3,000.00 TOTAL SCOPE OF SERVICES: $89,700.00 +Reimbursable Expenses, estimated $3,000.00 ADDITIONAL SERVICES Upon Client’s approval, Olsson will provide the below services under a separate Agreement. Fees will be determined upon completion of the above Phase 400 Scope of Services. Phase 500 – Construction Administration Services Olsson will provide contract negotiation/procurement services for Project phase one including, but not limited to, bidding assistance including responding to Client’s Contractors’ questions submitted through Client and providing clarifications to construction documents. Olsson will review shop drawings and submittals from Client’s Contractors for conformance to construction documents. Olsson will review and submit necessary requests for information (RFI’s), architect’s supplemental information (ASI’s), and potential change orders (PCO’s) for conformance to construction documents and Project work completed. All information shall be submitted to Olsson through Client. Installation Observation and Construction Meetings Olsson shall observe construction pertaining to hardscape, landscape, and irrigation construction documents listed within this Scope of Services. Olsson will visit the Project site to review construction and attend construction progress meetings. Olsson shall provide a final site observation to produce punch lists for hardscape, landscape, and irrigation construction documents listed within this Scope of Services. Olsson will coordinate punch list requirements with Client’s Contractors, prior to Project substantial completion. Meetings Olsson will attend each of the following meetings: • Twelve (12) bi-weekly, virtual Project meetings • One (1) in-person site visit for 50-percent completion construction review • One (1) in-person site visit for construction punch list Page 211 Item 12. Page 4 of 6 Work Products: RFI’s, ASI, and PCO’s, as required; meeting notes and memorandum, as required Phase 500 Fee: TBD upon completion of Phase 400 ASSUMPTIONS • City to provide public utility maps of Project areas • Photometric study not included ADDITIONAL SERVICES • Geotechnical services • Environmental studies • Electrical evaluations, studies, or additional services requested by Owner • Detailed energy analysis • CCTV intrusion detection • Dry utility coordination • Stormwater drainage memo • Public improvement stormwater drainage plans • Traffic impact study / traffic signal design • Flood study • Mechanical/electrical/plumbing engineering plans • Audio visual/technology • Additional as-built drawings / certifications • Full-time construction observation • Construction staking EXCLUSIONS • TX DOT and State of Texas coordination • Boundary/Right-of-Way verification • Wi-fi and communication design • Water utility plan • Music/sound systems and security/emergency system • Additional coordination and revisions outside of the Scope of Services described above • Additional coordination, Project delays, extensions, and revisions • Value engineering revisions • Six (6)- and twelve (12)-month review of Project site after construction • Permitting and submittal fees • Title policy • Post-construction survey • Pot-holing existing utilities Page 212 Item 12. Page 5 of 6 SCHEDULE FOR OLSSON’S SERVICES Unless otherwise agreed, Olsson expects to perform its services covered by this Amendment as follows: Anticipated Start Date: October 15, 2024 Anticipated Completion Date: February 15, 2025 Olsson will endeavor to start its services on the Anticipated Start Date and to complete its services on the Anticipated Completion Date. However, the Anticipated Start Date, the Anticipated Completion Date, and any milestone dates are approximate only, and Olsson reserves the right to adjust its schedule and any or all of those dates at its sole discretion, for any reason, including, but not limited to, delays caused by Client or delays caused by third parties. COMPENSATION For the additional Scope of Services specifically set forth in this Amendment, Client shall pay Olsson the following fee in addition to the fee(s) set forth in the Agreement: Client shall pay to Olsson for the performance of the Scope of Services a lump sum of Eighty- Nine Thousand Seven Hundred Dollars ($89,700.00) plus reimbursable expenses in accordance with the Reimbursable Expense Schedule attached to this Amendment. Olsson shall submit invoices on a monthly basis, and payment is due within 30 calendar days of invoice date. Reimbursable Expenses are estimated to total Three Thousand Dollars ($3,000.00). TERMS AND CONDITIONS OF SERVICE All provisions of the original Agreement not specifically amended herein shall remain unchanged. Page 213 Item 12. Page 6 of 6 If this Contract Amendment satisfactorily sets forth your understanding of our agreement, please sign in the space provided below. Retain a copy for your files and return an executed original to Olsson. This proposal will be open for acceptance for a period of 30 days from the date set forth above, unless changed by us in writing., OLSSON, INC. DBA OLSSON STUDIO By __________________________________ By __________________________________ Korey Schulz, PLA, ASLA Emily Deeker, PLA, ASLA By signing below, you acknowledge that you have full authority to bind Client to the terms of this Amendment. If you accept this Amendment, please sign: TOWN OF PROSPER, TEXAS By _____________________________ Signature Printed Name ____________________ Title ____________________________ Dated: _________________________ Attachments Reimbursable Expense Schedule Exhibit A Exhibit B Exhibit C Exhibit D Exhibit E Page 214 Item 12. Eff. 01/2024 Page 1 of 1 REIMBURSABLE EXPENSE SCHEDULE The expenses incurred by Olsson or Olsson's independent professional associates or consultants directly or indirectly in connection with the Project shall be included in periodic billing as follows: Classification Cost Automobiles (Personal Vehicle) $0.67/mile* Suburban’s and Pick-Ups $0.75/mile* Automobiles (Olsson Vehicle) $95.00/day Other Travel or Lodging Cost Actual Cost Meals Actual Cost Printing and Duplication including Mylars and Linens In-House Actual Cost Outside Actual Cost+10% Postage & Shipping Charges for Project Related Materials including Express Mail and Special Delivery Actual Cost Film and Photo Developing Actual Cost+10% Telephone and Fax Transmissions Actual Cost+10% Miscellaneous Materials & Supplies Applicable to this Project Actual Cost+10% Copies of Deeds, Easements or other Project Related Documents Actual Cost+10% Fees for Applications or Permits Actual Cost+10% Sub-Consultants Actual Cost+10% Taxes Levied on Services and Reimbursable Expenses Actual Cost *Rates consistent with the IRS Mileage Rate Reimbursement Guidelines (Subject to Change). Page 215 Item 12. Page 1 of 1 EXHIBIT A Page 216 Item 12. Page 1 of 1 EXHIBIT B Page 217 Item 12. Page 1 of 1 EXHIBIT C Page 218 Item 12. Page 1 of 1 EXHIBIT D Page 219 Item 12. Page 1 of 1 EXHIBIT E Page 220 Item 12. 1814 Main / Kansas City, MO 64108 O 816.842.8844 / olsson-studio.com LETTER AGREEMENT FOR PROFESSIONAL SERVICES May 16, 2024 Town of Prosper, Texas Attn: Robyn Battle 250 W First St Prosper, TX 75078 Re: LETTER AGREEMENT FOR PROFESSIONAL SERVICES Downtown Monumentation (the “Project”) Prosper, Texas Dear Ms. Battle: It is our understanding that Town of Prosper, Texas (“Client”) requests Olsson, Inc. dba Olsson Studio (“Olsson”) to perform the services described herein pursuant to the terms of this Letter Agreement for Professional Services, Olsson’s General Provisions and any exhibits attached hereto (all documents constitute and are referred to herein as the “Agreement”) for the Project. Olsson has acquainted itself with the information provided by Client relative to the Project and based upon such information offers to provide the services described below for the Project. Client warrants that it is either the legal owner of the property to be improved by this Project or that Client is acting as the duly authorized agent of the legal owner of such property. Client acknowledges that it has reviewed the General Provisions and any exhibits attached hereto, which are expressly made a part of and incorporated into the Agreement by this reference. In the event of any conflict or inconsistency between this Letter Agreement, and the General Provisions regarding the services to be performed by Olsson, the terms of the General Provisions shall take precedence. Olsson shall provide the following services (“Scope of Services”) to Client for the Project as more specifically described in “Scope of Services” attached hereto. Should Client request work in addition to the Scope of Services, Olsson shall invoice Client for such additional services (Optional Additional Services) at the standard hourly billing labor rate charged for those employees actually performing the work, plus reimbursable expenses if any. Olsson shall not commence work on Optional Additional Services without Client’s prior written approval. Olsson agrees to provide all of its services in a timely, competent and professional manner, in accordance with applicable standards of care, for projects of similar geographic location, quality and scope. Page 221 Item 12. Page 2 of 3 SCHEDULE FOR OLSSON’S SERVICES Unless otherwise agreed, Olsson expects to perform its services under the Agreement as follows: Anticipated Start Date: June 1, 2024 Anticipated Completion Date: October 1, 2024 Olsson will endeavor to start its services on the Anticipated Start Date and to complete its services on the Anticipated Completion Date. However, the Anticipated Start Date, the Anticipated Completion Date, and any milestone dates are approximate only, and Olsson reserves the right to adjust its schedule and any or all of those dates at its sole discretion, for any reason, including, but not limited to, delays caused by Client or delays caused by third parties. COMPENSATION Client shall pay to Olsson for the performance of the Scope of Services a lump sum of Sixty-Two Thousand Nine Hundred Dollars ($62,900.00) plus reimbursable expenses in accordance with the Reimbursable Expense Schedule attached to this agreement. Olsson shall submit invoices on a monthly basis, and payment is due within 30 calendar days of invoice date. TERMS AND CONDITIONS OF SERVICE We have discussed with you the risks, rewards and benefits of the Project, the Scope of Services, and our fees for such services and the Agreement represents the entire understanding between Client and Olsson with respect to the Project. The Agreement may only be modified in writing signed by both parties. Client’s designated Project Representative shall be _____________________________. Page 222 Item 12. Page 3 of 3 If this Agreement satisfactorily sets forth your understanding of our agreement, please sign in the space provided below. Retain one original for your files and return an executed original to Olsson. This proposal will be open for acceptance for a period of 30 days from the date set forth above, unless changed by us in writing. OLSSON, INC. DBA OLSSON STUDIO By __________________________________ By __________________________________ Korey Schulz, PLA, ASLA Emily Deeker, PLA, ASLA By signing below, you acknowledge that you have full authority to bind Client to the terms of the Agreement. If you accept the terms set forth herein, please sign: TOWN OF PROSPER, TEXAS By _______________________________ Signature Print Name _________________________ Title _______________________________ Dated _________________________ Attachments General Provisions Scope of Services Reimbursable Expense Schedule Exhibit A Page 223 Item 12. Page 1 of 9 GENERAL PROVISIONS These General Provisions are attached to and made a part of the respective Letter Agreement or Master Agreement, dated May 16, 2024 between Town of Prosper, Texas (“Client”) and Olsson, Inc. (“Olsson”) for professional services in connection with the project or projects arising under such Letter Agreement or Master Agreement (the “Project(s)”). As used herein, the term "this Agreement" refers to these General Provisions, the applicable Letter Agreement or Master Agreement, and any other exhibits or attachments thereto as if they were part of one and the same document. SECTION 1—OLSSON’S SCOPE OF SERVICES Olsson’s scope of services for the Project(s) is set forth in the applicable Letter Agreement or Master Agreement (“Scope of Services”). SECTION 2—ADDITIONAL SERVICES 2.1 Unless otherwise expressly included, Scope of Services does not include the categories of additional services set forth in Sections 2.2 and 2.3. 2.2 If Client and Olsson mutually agree for Olsson to perform any optional additional services as set forth in this Section 2.2 (“Optional Additional Services”), Client will provide written approval of the agreed-upon Optional Additional Services, and Olsson shall perform or obtain from others such services and will be entitled to an increase in compensation at rates provided in this Agreement. Olsson may elect not to perform all or any of the Optional Additional Services without cause or explanation: 2.2.1 Preparation of applications and supporting documents for governmental financial support of the Project(s); preparation or review of environmental studies and related services; and assistance in obtaining environmental approvals. 2.2.2 Services to make measured drawings of or to investigate existing conditions of facilities. 2.2.3 Services resulting from changes in the general scope, extent or character of the Project(s) or major changes in documentation previously accepted by Client where changes are due to causes beyond Olsson's control. 2.2.4 Services resulting from the discovery of conditions or circumstances which were not contemplated by Olsson at the commencement of this Agreement. Olsson shall notify Client of the newly discovered conditions or circumstances and Client and Olsson shall renegotiate, in good faith, the compensation for this Agreement, if amended terms cannot be agreed upon, Olsson may terminate this Agreement and Olsson shall be paid for its services through the date of termination. 2.2.5 Providing renderings or models. 2.2.6 Preparing documents for alternate bids requested by Client. 2.2.7 Analysis of operations, maintenance or overhead expenses; value engineering; the preparation of rate schedules; earnings or expense statements; cash flow or economic evaluations or; feasibility studies, appraisals or valuations. 2.2.8 Furnishing the services of independent professional associates or consultants for work beyond the Scope of Services. 2.2.9 Services necessary due to the Client’s award of more than one prime contract for the Project(s); services necessary due to the construction contract containing cost plus or incentive-savings provisions; services necessary in order to arrange for performance by persons other than the prime contractor; or those services necessary to administer Client’s contract(s). 2.2.10 Services in connection with staking out the work of contractor(s). 2.2.11 Services during out-of-town travel or visits to the site beyond those specifically identified in this Agreement. 2.2.12 Preparation of operating and maintenance manuals. 2.2.13 Services to redesign some or all of the Project(s). 2.2.14 Preparing to serve or serving as a consultant or witness or assisting Client with any litigation, arbitration or other legal or administrative proceeding. 2.2.15 Services relating to Construction Observation, Certification, Inspection, Construction Cost Estimating, project observation, construction management, construction scheduling, construction phasing or review of Contractor's performance means or methods. 2.3 Whenever, in its sole discretion, Olsson determines additional services as set forth in this Section 2.3 are necessary to avoid a delay in the completion of the Project(s) (“Necessary Additional Services”), Olsson shall perform or obtain from others such services without waiting for specific instructions from Client, and Olsson will be entitled to an increase in compensation for such services at the standard hourly billing rate charged for those employees performing the services, plus reimbursable expenses, if any: 2.3.1 Services in connection with work directive changes and/or change orders directed by the Client to any contractors. 2.3.2 Services in making revisions to drawings and specifications occasioned by the acceptance of substitutions proposed by contractor(s); services after the award of each contract in evaluating and determining the acceptability of an unreasonable or excessive number of substitutions proposed by contractor(s); or evaluating an unreasonable or extensive number of claims submitted by contractor(s) or others in connection with the Project(s). 2.3.3 Services resulting from significant delays, changes or price increases occurring as a direct or indirect result of material, equipment or energy shortages. Page 224 Item 12. Page 2 of 9 2.3.4 Additional or extended services during construction made necessary by (1) work damaged during construction, (2) a defective, inefficient or neglected work by any contractor, (3) acceleration of the progress schedule involving services beyond normal working hours, or (4) default by any contractor. SECTION 3—CLIENT'S RESPONSIBILITIES 3.1. Client shall provide all criteria and full information as to Client's requirements for the Project(s); designate and identify in writing a person to act with authority on Client's behalf in respect of all aspects of the Project(s); examine and respond promptly to Olsson's submissions; and give prompt written notice to Olsson whenever Client observes or otherwise becomes aware of any defect in the Olsson’s services. 3.2 Client agrees to pay Olsson the amounts due for services rendered and expenses within thirty (30) days after Olsson has provided its invoice for such services. In the event Client disputes any invoice item, Client shall give Olsson written notice of such disputed item within fifteen (15) days after receipt of such invoice and shall pay to Olsson the undisputed portion of the invoice according to the provisions hereof. If Client fails to pay any invoiced amounts when due, interest will accrue on each unpaid amount at the rate of thirteen percent (13%) per annum from the date due until paid according to the provisions of this Agreement. Interest shall not be charged on any disputed invoice item which is finally resolved in Client’s favor. Payment of interest shall not excuse or cure any default or delay in payment of amounts due. 3.2.1 If Client fails to make any payment due Olsson for services and expenses within thirty (30) days after receipt of Olsson's statement therefore, Olsson may, after giving seven (7) days written notice to Client, suspend services to Client under this Agreement until Olsson has been paid in full all amounts due for services, expenses and charges and Client will not obtain any license to any Work Product or be entitled to retain or use any Work Product pursuant to Section 7.1 unless and until Olsson has been paid in full and Client has fully satisfied all of its obligations under this Agreement. 3.3 Payments to Olsson shall not be withheld, postponed or made contingent on the construction, completion or success of the Project(s) or upon receipt by the Client of offsetting reimbursements or credit from other parties who may have caused the need for additional services. No withholdings, deductions or offsets shall be made from Olsson’s compensation for any reason unless and until Olsson has been found to be legally liable for such amounts. 3.4 Client shall also do the following and pay all costs incident thereto: 3.4.1 Furnish to Olsson any existing and/or required borings, probings or subsurface explorations; hydrographic surveys; laboratory tests or inspections of samples, materials or equipment; appropriate professional interpretations of any of the foregoing; environmental assessment and impact statements; property, boundary, easement, right-of-way, topographic or utility surveys; property descriptions; and/or zoning or deed restrictions; all of which Olsson may rely upon in performing services hereunder. 3.4.2 Guarantee access to and make all provisions for Olsson to enter upon public and private property reasonably necessary to perform its services on the Project(s). 3.4.3 Provide such legal, accounting, independent cost estimating or insurance counseling services as may be required for the Project(s); any auditing service required in respect of contractor(s)' applications for payment; and/or any inspection services to determine if contractor(s) are performing the work legally. 3.4.4 Provide engineering surveys to establish reference points for construction unless specifically included in Olsson’s Scope of Services. 3.4.5 Furnish approvals and permits from all governmental authorities having jurisdiction over the Project(s). 3.4.6 If more than one prime contractor is to be awarded the contract for construction, designate a party to have responsibility and authority for coordinating and interfacing the activities of the various prime contractors. 3.4.7 All fees and other amounts payable by Client under this Agreement are exclusive of taxes and similar assessments. Without limiting the foregoing, Client is responsible and liable for all sales, service, use, and excise taxes, and any other similar taxes, duties, and charges of any kind imposed by any federal, state, county or local governmental authority on any amounts payable by Client under this Agreement, other than any taxes imposed on Olsson’s income. In the event any governmental authority assesses Olsson for taxes, duties, or charges of any kind in connection with Scope of Services provided by Olsson to Client, Olsson shall be entitled to submit an invoice to Client, its successors or assigns, for the amount of said assessment and related int erest and penalties. Client shall pay such invoice in accordance with Olsson’s standard payment terms. 3.5 Client shall pay all costs incident to obtaining bids or proposals from contractor(s). 3.6 Client shall pay all permit application review costs for government authorities having jurisdiction over the Project(s). 3.7 Contemporaneously with the execution of this Agreement, Client shall designate in writing an individual to act as its duly authorized Project(s) representative. 3.8 Client shall bear sole responsibility for: 3.8.1 Jobsite safety. Neither the professional activities of Olsson, nor the presence of Olsson or its employees or sub - consultants at the Project shall impose any duty on Olsson relating to any health or safety laws, regulations, rules, programs or procedures. 3.8.2 Notifying third parties including any governmental agency or prospective purchaser, of the existence of any hazardous or dangerous materials located in or around the Project(s) site. 3.8.3 Providing and updating Olsson with accurate information regarding existing conditions, including the existence of hazardous or dangerous materials, proposed Page 225 Item 12. Page 3 of 9 Project(s) site uses, any change in Project(s) plans, and all subsurface installations, such as pipes, tanks, cables and utilities within the Project(s) site. 3.8.4 Providing and assuming all responsibility for: interpretation of contract documents; Construction Observations; Certifications; Inspections; Construction Cost Estimating; project observations; construction management; construction scheduling; construction phasing; and review of Contractor’s performance, means and methods. Client waives any claims against Olsson and releases Olsson from liability relating to or arising out of such services and agrees, to the fullest extent permitted by law, to indemnify and hold Olsson harmless from any and all damages, liabilities or costs, including reasonable attorneys’ fees and defense costs, relating to such actions and services. 3.9 Client releases Olsson from liability for any incorrect advice, judgment or decision based on inaccurate information furnished by Client or others. 3.10 If reasonable precautions will be inadequate to prevent foreseeable bodily injury or death to persons resulting from a material or substance, including hazardous materials, encountered on the site, Olsson may immediately stop work in the affected area and report the condition to Client. Client shall be solely responsible for retaining independent consultant(s) to determine the nature of the material and to abate or remove the material. Olsson shall not be required to perform any services or work relating to or in the area of such material until the material has been removed or rendered harmless and only after approval, if necessary of the government agency with jurisdiction. SECTION 4—MEANING OF TERMS 4.1 The “Cost of Construction” of the entire Project(s) (herein referred to as "Cost of Construction") means the total cost to Client of those portions of the entire Project(s) designed and specified by Olsson, but it will not include Olsson's compensation and expenses, the cost of land, rights-of-way, or compensation for or damages to, properties unless this Agreement so specifies, nor will it include Client's legal, accounting, insurance counseling or auditing services, or interest and financing charges incurred in connection with the Project(s) or the cost of other services to be provided by others to Client pursuant to Section 3. 4.2 The “Salary Costs”: Used as a basis for payment mean salaries and wages (base and incentive) paid to all Olsson's personnel engaged directly on the Project(s), including, but not limited to, engineers, architects, surveyors, designers, draftsmen, specification writers, estimators, other technical and business personnel; plus the cost of customary and statutory benefits, including, but not limited to, social security contributions, unemployment, excise and payroll taxes, workers' compensation, health and retirement benefits, sick leave, vacation and holiday pay and other group benefits. 4.3 “Certify” or “a Certification”: If included in the Scope of Services, such services shall be limited to a statement of Olsson’s opinion, to the best of Olsson’s professional knowledge, information and belief, based upon its periodic observations and reasonable review of reports and tests created by Olsson or provided to Olsson. Olsson shall not be responsible for constant or exhaustive observation of the work. Client understands and agrees that any certifications based upon discrete sampling observations and that such observations indicate conditions that exist only at the locations and times the observations were performed. Performance of such observation services and certification does not constitute a warranty or guarantee of any type, since even with diligent observation, some construction defects, deficiencies or omissions in the work may occur. Olsson shall have no responsibility for the means, methods, techniques, sequences or procedures selected by the contractor(s) or for the contractor’s safety precautions and programs nor for failure by the contractor(s) to comply with any laws or regulations relating to the performance or furnishing of any work by the contractor(s). Client shall hold its contractor(s) solely responsible for the quality and completion of the Project(s), including construction in accordance with the construction documents. Any duty under this Agreement is for the sole benefit of the Client and not for any third party, including the contractor(s) or any subcontractor(s). Olsson shall sign pre- printed form certifications only if (a) Olsson approves the form of such certification prior to the commencement of its services, (b) such certification is expressly included in the Scope of Services, (c) the certification is limited to a statement of professional opinion and does not constitute a warranty or guarantee, express or implied. It is understood that any certification by Olsson shall not relieve the Client or the Client’s contractors of any responsibility or obligation they may have by industry custom or under any contract. 4.4 “Opinion of Probable Cost”: An opinion of probable construction cost made by Olsson. In providing opinions of probable construction cost, it is recognized that neither the Client nor Olsson has control over the costs of labor, equipment or materials, or over the contractor’s methods of determining prices or bidding. The opinion of probable construction costs is based on Olsson’s reasonable professional judgment and experience and does not constitute a warranty, express or implied, that the contractor’s bids or the negotiated price of the work on the Project(s) will not vary from the Client’s budget or from any opinion of probable cost prepared by Olsson. 4.5 “Day”: A calendar day of 24 hours. The term “days” shall mean consecutive calendar days of 24 hours each, or fraction thereof. 4.6 “Construction Observation”: If included in the Scope of Services, such services during construction shall be limited to periodic visual observation and testing of the work to determine that the observed work generally conforms to the contract documents. Olsson shall not be responsible for constant or exhaustive observation of the work. Client understands and agrees that such visual observations are discrete sampling procedures and that such procedures indicate conditions that exist only at the locations and times the observations were performed. Performance of Construction Observation services does not constitute a warranty or guarantee of any type, since even with diligent observation, some construction defects, deficiencies or omissions in the work may occur. Olsson shall have no responsibility for the means, methods, techniques, sequences or procedures selected by the contractor or for the contractor’s safety precautions and programs nor for failure by the contractor to comply with any laws or regulations relating to the performance or furnishing of any work by the contractor. Client shall hold its contractor(s) solely responsible for the quality and completion of the Project(s), including construction in accordance with the construction documents. Any duty under this Agreement is for the sole benefit of the Client and not for Page 226 Item 12. Page 4 of 9 any third party, including the contractor or any subcontractor. Client, or its designees shall notify Olsson at least twenty-four (24) hours in advance of any field tests and observations required by the construction documents. 4.7 “Inspect” or “Inspection”: If included in the Scope of Services, such services shall be limited to the periodic visual observation of the contractor’s completed work to permit Olsson, as an experienced and qualified professional, to determine that the observed work, generally conforms to the contract documents. Olsson shall not be responsible for constant or exhaustive observation of the work. Client understands and agrees that such visual observations are discrete sampling procedures and that such procedures indicate conditions that exist only at the locations and times the observations were performed. Performance of such observation services does not constitute a warranty or guarantee of any type, since even with diligent observation, some construction defects, deficiencies or omissions in the work may occur. Olsson shall have no responsibility for the means, methods, techniques, sequences or procedures selected by the contractor(s) or for the contractor’s safety precautions and programs nor for failure by the contractor(s) to comply with any laws or regulations relating to the performance or furnishing of any work by the contractor(s). Client shall hold its contractor(s) solely responsible for the quality and completion of the Project(s), including construction in accordance with the construction documents. Any duty under this Agreement is for the sole benefit of the Client and not for any third party, including the contractor(s) or any subcontractor(s). Client, or its designees, shall notify Olsson at least twenty-four (24) hours in advance of any inspections required by the construction documents. 4.8 “Record Documents”: Drawings prepared by Olsson upon the completion of construction based upon the drawings and other data furnished to Olsson by the Contractor and others showing significant changes in the work on the Project(s) made during construction. Because Record Documents are prepared based on unverified information provided by others, Olsson makes no warranty of the accuracy or completeness of the Record Documents. SECTION 5—TERMINATION 5.1 Either party may terminate this Agreement, for cause upon giving the other party not less than seven (7) calendar days written notice of default for any of the following reasons; provided, however, that the notified party shall have the same seven (7) calendar day period in which to cure the default: 5.1.1 Substantial failure by the other party to perform in accordance with the terms of this Agreement and through no fault of the terminating party; 5.1.2 Assignment of this Agreement or transfer of the Project(s) by either party to any other entity without the prior written consent of the other party; 5.1.3 Suspension of the Project(s) or Olsson’s services by the Client for more than ninety (90) calendar days, consecutive or in the aggregate. 5.2 In the event of a “for cause” termination of this Agreement by either party, the Client shall, within fifteen (15) calendar days after receiving Olsson’s final invoice, pay Olsson for all services rendered and all reimbursable costs incurred by Olsson up to the date of termination, in accordance with the payment provisions of this Agreement. 5.2.1 In the event of a “for cause” termination of this Agreement by Client and (a) a final determination of default is entered against Olsson under Section 6.2 and (b) Client has fully satisfied all of its obligations under this Agreement, Olsson shall grant Client a limited license to use the Work Product pursuant to Section 7.1. 5.3 The Client may terminate this Agreement for the Client’s convenience and without cause upon giving Olsson not less than seven (7) calendar days written notice. In the event of any termination that is not the fault of Olsson, the Client shall pay Olsson, in addition to payment for services rendered and reimbursable costs incurred, for all expenses reasonably incurred by Olsson in connection with the orderly termination of this Agreement, including but not limited to demobilization, reassignment of personnel, associated overhead costs, any fees, costs or expenses incurred by Olsson in preparing or negotiating any proposals submitted to Client for Olsson’s Scope of Services or Optional Additional Services under this Agreement and all other expenses directly resulting from the termination and a reasonable profit of ten percent (10%) of Olsson’s actual costs (including overhead) incurred. SECTION 6—DISPUTE RESOLUTION 6.1. Mediation 6.1.1 All questions in dispute under this Agreement shall be submitted to mediation. On the written notice of either party to the other of the election to submit any dispute under this Agreement to mediation, each party shall designate their representatives and shall meet within ten (10) days after the service of the notice. The parties themselves shall then attempt to resolve the dispute within ten (10) days of meeting. 6.1.2 Should the parties themselves be unable to agree on a resolution of the dispute, and then the parties shall appoint a third party who shall be a competent and impartial party and who shall be acceptable to each party, to mediate the dispute. Any third party mediator shall be qualified to evaluate the performance of both of the parties, and shall be familiar with the design and construction progress. The third party shall meet to hear the dispute within ten (10) days of their selection and shall attempt to resolve the dispute within fifteen (15) days of first meeting. 6.1.3 Each party shall pay the fees and expenses of the third party mediator and such costs shall be borne equally by both parties. 6.2 Arbitration or Litigation 6.2.1 Olsson and Client agree that from time to time, there may be conflicts, disputes and/or disagreements between them, arising out of or relating to the services of Olsson, the Project(s), or this Agreement (hereinafter collectively referred to as “Disputes”) which may not be resolved through mediation. Therefore, Olsson and Client agree that all Disputes shall be resolved by binding arbitration or litigation at the sole discretion and choice of Olsson. If Olsson chooses arbitration, the arbitration proceeding shall proceed in accordance with the Construction Industry Arbitration Rules of the AAA. Page 227 Item 12. Page 5 of 9 6.2.2 Client hereby agrees that Olsson shall have the right to include Client, by consolidation, joinder or other manner, in any arbitration or litigation involving Olsson and a subconsultant or subcontractor of Olsson or Olsson and any other person or entity, regardless of who originally initiated such proceedings. 6.2.3 If Olsson chooses arbitration or litigation, either may be commenced at any time prior to or after completion of the Project(s), provided that if arbitration or litigation is commenced prior to the completion of the Project(s), the obligations of the parties under the terms of this Agreement shall not be altered by reason of the arbitration or litigation being conducted. Any arbitration hearings or litigation shall take place in Lincoln, Nebraska, the location of Olsson’s home office. 6.2.4 Except to the extent prohibited by law, the prevailing party in any arbitration or litigation relating to any Dispute shall be entitled to recover from the other party those reasonable attorney fees, costs and expenses incurred by the prevailing party in connection with the Dispute. In the event of a Dispute involving a Claim (as hereinafter defined) against Olsson, Olsson shall be considered the “prevailing party” if Client is awarded materially less than the full amount of damages claimed by the Client in connection with the Dispute. In all other Disputes, “prevailing party” shall mean the party (if any) who obtains all, or substantially all, of the relief requested by that party in connection with the Dispute. 6.3 Certification of Merit Client agrees that it will not assert any claim, including but not limited to, professional negligence, negligence, breach of contract, misconduct, error, omission, fraud, or misrepresentation (“Claim”) against Olsson, or any Olsson subconsultant, unless Client has first provided Olsson with a sworn certificate of merit affidavit setting forth the factual and legal basis for such Claim (the “Certificate”). The Certificate shall be executed by an independent engineer (“Certifying Engineer”) currently licensed and practicing in the jurisdiction of the Project site. The Certificate must contain: (a) the name and license number of the Certifying Engineer; (b the qualifications of the Certifying Engineer, including a list of all publications authored in the previous 10 years and a list of all cases in which the Certifying Engineer testified within the previous 4 years ; (c) a statement by the Certifying Engineer setting forth the factual basis for the Claim; (d) a statement by the Certifying Engineer of each and every act, error, or omission that the Certifying Engineer contends supports the Claim or any alleged violation of any applicable standard of care; (e) a statement by the Certifying Engineer of all opinions the Certifying Engineer holds regarding the Claim or any alleged violation of any applicable standard of care; (f) a list of every document related to the Project reviewed by the Certifying Engineer; and (g) a list of every individual who provided Certifying Engineer with any information regarding the Project. The Certificate shall be provided to Olsson not less than thirty (30) days prior to any arbitration or litigation commenced by Client or not less than ten (10) days prior to the initial response submitted by Client in any arbitration or litigation commenced by someone other than Client. The Certificate is a condition precedent to the right of Client to assert any Claim in any litigation or arbitration and Client’s failure to timely provide a Certificate to Olsson will be grounds for automatic dismissal of the Claim with prejudice. In any such instance, Olsson shall be entitled to an award of attorney’s fees, costs, and expenses. SECTION 7—MISCELLANEOUS 7.1 Reuse of Documents All documents, including drawings, specifications, reports, boring logs, maps, field data, data, test results, information, recommendations, or opinions prepared or furnished by Olsson (and Olsson's independent professional associates and consultants) pursuant to this Agreement (“Work Product”), are all Olsson’s instruments of service, do not constitute goods or products, and are copyrighted works of Olsson. Olsson shall retain an ownership and property interest in such Work Product whether or not the Project(s) is completed. If Client has fully satisfied all of its obligations under this Agreement, Olsson shall grant Client a limited license to use the Work Product and Client may make and retain copies of Work Product for use in connection with the Project(s); however, such Work Product is for the exclusive use and benefit of Client or its agents in connection with the Project(s), are not intended to inform, guide or otherwise influence any other entities or persons with respect to any particular business transactions, and should not be relied upon by any entities or persons other than Client or its agents for any purpose other than the Project(s). Such Work Product is not intended or represented to be suitable for reuse by Client or others on extensions of the Project(s) or on any other Project(s). Client will not distribute or convey such Work Product to any other persons or entities without Olsson's prior written consent which shall include a release of Olsson from liability and indemnification by the third party. Any reuse of Work Product without written verification or adaptation by Olsson for the specific purpose intended will be at Client's sole risk and without liability or legal exposure to Olsson, or to Olsson's independent professional associates or consultants, and to the fullest extent authorized by law, Client shall indemnify and hold harmless Olsson and Olsson's independent professional associates and consultants from all claims, damages, losses and expenses including attorneys' fees arising out of or resulting therefrom. Any such verification or adaptation of Work Product will entitle Olsson to further compensation at rates to be agreed upon by Client and Olsson. 7.2 Electronic Files By accepting and utilizing any electronic file of any Work Product or other data transmitted by Olsson, the Client agrees for itself, its successors, assigns, insurers and all those claiming under or through it, that by using any of the information contained in the attached electronic file, all users agree to be bound by the following terms. All of the information contained in any electronic file is the work product and instrument of service of Olsson, who shall be deemed the author, and shall retain all common law, statutory law and other rights, including copyrights, unless the same have previously been transferred in writing to the Client. The information contained in any electronic file is provided for the convenience to the Client and is provided in “as is” condition. The Client is aware that differences may exist between the electronic files transferred and the printed hard-copy original signed and stamped drawings or reports. In the event of a conflict between the signed original documents prepared by Olsson and the electronic files, which may be transferred, the signed and sealed original documents shall govern. Olsson specifically disclaims all warranties, expressed or implied, including without limitation, and any warranty of merchantability or fitness for a particular purpose with respect to any electronic files. It shall be Client’s responsibility to confirm the accuracy of the information contained in the electronic file and that it Page 228 Item 12. Page 6 of 9 accurately reflects the information needed by the Client. Client shall not retransmit any electronic files, or any portion thereof, without including this disclaimer as part of any such transmissions. In addition, Client agrees, to the fullest extent permitted by law, to indemnify and hold harmless Olsson, its officers, directors, employees and sub consultants against any and all damages, liabilities, claims or costs, including reasonable attorney’s and expert witness fees and defense costs, arising from any changes made by anyone other than Olsson or from any reuse of the electronic files without the prior written consent of Olsson. 7.3 Opinion of Probable Cost Since Olsson has no control over the cost of labor, materials, equipment or services furnished by others, or over the contractor(s)' methods of determining prices, or over competitive bidding or market conditions, Olsson's Opinion of Probable Cost provided for herein is made on the basis of Olsson's experience and qualifications and represent Olsson's best judgment as an experienced and qualified professional engineer, familiar with the construction industry. Client acknowledges and agrees that Olsson cannot and does not guarantee proposals or bids and that actual total Project(s) or construction costs may reasonably vary from Olsson’s Opinion of Probable Cost. If prior to the bidding or negotiating phase Client wishes greater assurance as to total Project(s) or construction costs, Client shall employ an independent cost estimator as provided in paragraph 3.4.3. If Olsson’s Opinion of Probable Cost was performed in accordance with its standard of care and was reasonable under the total circumstances, any services performed by Olsson to modify the contract documents to bring the construction cost within any limitation established by Client will be considered Optional Additional Services and paid for as such by Client. If, however, Olsson’s Opinion of Probable Cost was not performed in accordance with its standard of care and was unreasonable under the total circumstances and the lowest negotiated bid for construction of the Project(s) unreasonably exceeds Olsson's Opinion of Probable Cost, Olsson shall modify its work as necessary to adjust the Project(s)’ size, and/or quality to reasonably comply with the Client’s budget at no additional cost to Client. Under such circumstances, Olsson’s modification of its work at no cost shall be the limit of Olsson’s respons ibility with regard to any unreasonable Opinion of Probable Cost. 7.4 Prevailing Wages It is Client's responsibility to determine whether the Project(s) is covered under any prevailing wage regulations. Unless Client specifically informs Olsson in writing that the Project(s) is a prevailing wage project and is identified as such in the Scope of Services. To the fullest extent authorize by law, Client agrees to reimburse Olsson and to defend, indemnify and hold harmless Olsson from and against any liability, including costs, fines and attorneys' fees, resulting from a subsequent determination that the Project(s) was covered under any prevailing wage regulations. 7.5 Samples All material testing samples shall remain the property of the Client. If appropriate, Olsson shall preserve samples obtained no longer than forty-five (45) days after the issuance of any document that includes the data obtained from those samples. After that date, Olsson may dispose of the samples or return them to Client at Client's cost. 7.6 Standard of Care Olsson will strive to perform its services in a manner consistent with that level of care and skill ordinarily exercised by members of Olsson’s profession providing similar services in the same locality under similar circumstances at the time Olsson’s services are performed. This Agreement creates no other representation, warranty or guarantee, express or implied. 7.7 Force Majeure Any delay in the performance of any of the duties or obligations of either party hereto (except the payment of money) shall not be considered a breach of this Agreement and the time required for performance shall be extended for a period equal to the period of such delay, provided that such delay has been caused by or is the result of any acts of God, acts of the public enemy, insurrections, riots, embargoes, labor disputes, including strikes, lockouts, job actions, boycotts, fires, explosions, floods, shortages of material or energy, or other unforeseeable causes beyond the control and without the fault or negligence of the party so affected. The affected party shall give prompt notice to the other party of such cause, and shall take promptly whatever reasonable steps are necessary to relieve the effect of such cause. 7.8 Equal Employment Opportunity Olsson and any sub-consultant or subcontractor shall abide by the requirements of 41 CFR 60-1.4(a), 60-300.5(a) and 60- 741.5(a). These regulations prohibit discrimination against qualified individuals based on their status as protected veterans or individuals with disabilities, and prohibit discrimination against all individuals based on their race, color, religion, sex, sexual orientation, gender identity or national origin. Moreover, these regulations require that covered prime contractors and subcontractors take affirmative action to employ and advance in employment individuals without regard to race, color, religion, sex, sexual orientation, gender identity, national origin, disability or veteran status. 7.9 Confidentiality In performing this Agreement, the parties may disclose to each other written, oral, electronic, graphic, machine-readable, tangible or intangible, non-public, confidential or proprietary data or information in any form or medium, including but not limited to: (1) information of a business, planning, marketing, conceptual, design, or technical nature; (2) models, tools, hardware, software or source code; and (3) any documents, videos, photographs, audio files, data, studies, reports, flowcharts, works in progress, memoranda, notes, files or analyses that contain, summarize or are based upon any non- public, proprietary or confidential information (hereafter referred to as the "Information"). The Information is not required to be marked as confidential. 7.9.1 Therefore, Olsson and Client agree that the party receiving Information from the other party to this Agreement (the “Receiving Party”) shall keep Information confidential and not use the Information in any manner other than in the performance of this Agreement without prior written approval of the party disclosing Information (the “Disclosing Page 229 Item 12. Page 7 of 9 Party”) unless Client is a public entity and the release of Information is required by law or legal process. 7.9.2 Prior to the start of construction on the Project, the existence of discussions between the parties, the purpose of this Agreement, and this Agreement shall be considered Information subject to the confidentiality provisions of this Agreement. 7.9.3 Notwithstanding anything to the contrary herein, the Receiving Party shall have no obligation to preserve the confidentiality of any Information which: 7.9.3.1 was previously known to the Receiving Party free of any obligation to keep it confidential; or 7.9.3.2 is or becomes publicly available by other than unauthorized disclosures; or 7.9.3.3 is independently developed by the Receiving Party without a breach of this Agreement; or 7.9.3.4 is disclosed to third parties by the Disclosing Party without restrictions; or 7.9.3.5 is received from a third party not subject to any confidentiality obligations. 7.9.4 In the event that the Receiving Party is required by law or legal process to disclose any of Information of the Disclosing Party, the Receiving Party required to disclose such Information shall provide the Disclosing Party with prompt oral and written notice, unless notice is prohibited by law (in which case such notice shall be provided as early as may be legally permissible), of any such requirement so that the Disclosing Party may seek a protective order or other appropriate remedy. 7.9.5 Notwithstanding anything to the contrary herein (or to the contrary of any existing or future nondisclosure, confidentiality or similar agreement between the parties), Olsson is authorized, to use, display, reproduce, publish, transmit, and distribute Information (including, but not limited to, videos and photographs of the Project) on and in any and all formats and media (including, but not limited to, Olsson’s internet website) throughout the world and in all languages in connection with or in any manner relating to the marketing, advertising, selling, qualifying, proposing, commercializing, and promotion of Olsson and/or its services and business and in connection with any other lawful purpose of Olsson. In the event of any conflict or inconsistency between the provisions of this section and any other prior or future nondisclosure, confidentiality or similar agreement between the parties, the terms of this section shall take precedence. 7.9.6 Nothing contained in this Agreement shall be construed as altering any rights that the Disclosing Party has in the Information exchanged with or disclosed to the Receiving Party, and upon request, the Receiving Party will return all Information received in tangible form to the Disclosing Party, or at the Receiving Party’s option, destroy all such Information. If the Receiving Party exercises its option to destroy the Information, the Receiving Party shall certify such destruction to the Disclosing Party. 7.9.7 The parties acknowledge that disclosure or use of Information in violation of this Agreement could cause irreparable harm for which monetary damages may be difficult to ascertain or constitute an inadequate remedy. Each party therefore agrees that the Disclosing Party shall be entitled in addition to its other rights to seek injunctive relief for any violation of this Agreement. 7.9.8 The obligations of confidentiality set forth herein shall survive termination of this Agreement but shall only remain in effect for a period of one (1) year from the date the Information is first disclosed. 7.10 Damage or Injury to Subterranean Structures or Utilities, Hazardous Materials, Pollution and Contamination 7.10.1 To the extent that work pursuant to this Agreement requires any sampling, boring, excavation, ditching or other disruption of the soil or subsurface at the Site, Olsson shall confer with Client prior to such activity and Client will be responsible for identifying, locating and marking, as necessary, any private subterranean structures or utilities and Olsson shall be responsible for arranging investigation of public subterranean structures or utilities through an appropriate utility one-call provider. Thereafter, Olsson shall take all reasonable precautions to avoid damage or injury to subterranean structures or utilities which were identified by Client or the one- call provider. Olsson shall not be responsible for any damage, liability or costs, for any property damage, injury or economic loss arising or allegedly arising from damages to subterranean structures or utilities caused by subsurface penetrations in locations approved by Client and/or the one call provider or not correctly shown on any plans, drawings or utility clearance provided to Olsson, except for damages caused by the negligence of Olsson in the use of such information. 7.10.2 It is understood and agreed that any assistance Olsson may provide Client in the disposal of waste materials shall not result in Olsson being deemed as a generator, arranger, transporter or disposer of hazardous materials or hazardous waste as defined under any law or regulation. Title to all samples and waste materials remains with Client, and at no time shall Olsson take title to the above material. Client may authorize Olsson to execute Hazardous Waste Manifest, Bill of Lading or other forms as agent of Client. If Client requests Olsson to execute such documents as its agent, the Hazardous Waste Manifest, Bill of Lading or other similar documents shall be completed in the name of the Client. To the fullest extent authorized by law, Client agrees to indemnify and hold Olsson harmless from any and all claims that Olsson is a generator, arranger, transporter, or disposer of hazardous waste as a result of any actions of Olsson, including, but not limited to, Olsson signing a Hazardous Waste Manifest, Bill of Lading or other form on behalf of Client. 7.10.3 At any time, Olsson can request in writing that Client remove samples, cuttings and hazardous substances generated by the Project(s) from the project site or other location. Client shall promptly comply with such request, and pay and be responsible for the removal and lawful disposal of samples, cuttings and hazardous substances, unless other arrangements are mutually agreed upon in writing. 7.10.4 To the fullest extent authorized by law, Client shall release Olsson of any liability for, and shall defend and indemnify Olsson against any and all claims, liability and expense resulting from operations under this Agreement on account of injury to, destruction of, or loss or impairment of any Page 230 Item 12. Page 8 of 9 property right in or to oil, gas, or other mineral substance or water, if at the time of the act or omission causing such injury, destruction, loss or impairment, said substance had not been reduced to physical possession above the surface of the earth, and for any loss or damage to any formation, strata, reservoir beneath the surface of the earth. 7.10.5 Notwithstanding anything to the contrary contained herein, it is understood and agreed by and between Olsson and Client that the responsibility for pollution and contamination shall be as follows: 7.10.5.1 Unless otherwise provided herein, Client shall assume all responsibility for, including control and removal of, and protect, defend and save harmless Olsson from and against all claims, demands and causes of action of every kind and character arising from pollution or contamination (including naturally occurring radioactive material) which originates above the surface of the land or water from spills of fuels, lubricants, motor oils, pipe dope, paints, solvents, ballast, bilge and garbage, except unavoidable pollution from reserve pits, wholly in Olsson’s possession and control and directly associated with Olsson’s equipment. 7.10.5.2 In the event a third party commits an act or omission which results in pollution or contamination for which either Olsson or Client, for whom such party is performing work, is held to be legally liable, the responsibility therefore shall be considered as between Olsson and Client, to be the same as if the party for whom the work was performed had performed the same and all of the obligations regarding defense, indemnity, holding harmless and limitation of responsibility and liability, as set forth herein, shall be specifically applied. 7.11 Controlling Law and Venue The parties agree that this Agreement and any legal actions concerning its validity, interpretation or performance shall be governed by the laws of the State of Nebraska. It is further agreed that any legal action between the parties arising out of this Agreement or the performance of services shall be brought in a court of competent jurisdiction in Nebraska. 7.12 Subconsultants Olsson may utilize as necessary in its discretion subconsultants and other subcontractors. Olsson will be paid for all services rendered by its subconsultants and other subconsultants as set forth in this Agreement. 7.13 Assignment 7.13.1 Client and Olsson each are hereby bound and the partners, successors, executors, administrators and legal representatives of Client and Olsson (and to the extent permitted by paragraph 7.13.2 the assigns of Client and Olsson) are hereby bound to the other party to this Agreement and to the partners, successors, executors, administrators and legal representatives (and said assigns) of such other party, in respect of all covenants, agreements and obligations of this Agreement. 7.13.2 Neither Client nor Olsson shall assign, sublet or transfer any rights under or interest in (including, but without limitation, moneys that may become due or moneys that are due) this Agreement without the written consent of the other, except to the extent that any assignment, subletting or transfer is mandated by law or the effect of this limitation may be restricted by law. Unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under this Agreement. Nothing contained in this paragraph shall prevent Olsson from employing such subconsultants and other subcontractors as Olsson may deem appropriate to assist in the performance of services under this Agreement. 7.13.3 Nothing under this Agreement shall be construed to give any rights or benefits in this Agreement to anyone other than Client and Olsson, and all duties and responsibilities undertaken pursuant to this Agreement will be for the sole and exclusive benefit of Client and Olsson and not for the benefit of any other party. There are no third-party beneficiaries of this Agreement. 7.14 Indemnity Olsson and Client mutually agree, to the fullest extent permitted by law, to indemnify and hold each other harmless from any and all damages, liabilities or costs, including reasonable attorneys’ fees and defense costs, relating to third party personal injury or third party property damage and arising from their own negligent acts, errors or omissions in the performance of their services under this Agreement, but only to the extent that each party is responsible for such damages, liabilities or costs on a comparative basis of fault. 7.15 Limitation on Damages 7.15.1 Notwithstanding any other provision of this Agreement, and to the fullest extent permitted by law, neither party’s individual employees, principals, officers or directors shall be subject to personal liability or damages arising out of or connected in any way to the Project(s) or to this Agreement. 7.15.2 Notwithstanding any other provision of this Agreement, and to the fullest extent permitted by law, neither Client nor Olsson, their respective officers, directors, partners, employees, contractors or subconsultants shall be liable to the other or shall make any claim for any delay damages, any punitive damages or any incidental, indirect or consequential damages arising out of or connected in any way to the Project(s) or to this Agreement. This mutual waiver of delay damages and consequential damages shall include, but is not limited to, disruptions, accelerations, inefficiencies, increased construction costs, increased home office overhead, loss of use, loss of profit, loss of business, loss of income, loss of reputation or any other delay or consequential damages that either party may have incurred from any cause of action including, but not limited to, negligence, statutory violations, misrepresentation, fraud, deceptive trade practices, breach of fiduciary duties, strict liability, breach of contract and/or breach of strict or implied warranty. Both the Client and Olsson shall require similar waivers of consequential damages protecting all the entities or persons named herein in all contracts and subcontracts with others involved in the Project(s). 7.15.3 Notwithstanding any other provision of this Agreement, Client agrees that, to the fullest extent permitted by law, Olsson’s total liability to the Client for any and all injuries, claims, losses, expenses, damages, or claims expenses of any kind arising from any services provided by or through Olsson under this Agreement, shall not exceed the amount of Olsson’s Page 231 Item 12. Page 9 of 9 fee earned under this Agreement. Client acknowledges that such causes include, but are not limited to, negligence, statutory violations, misrepresentation, fraud, deceptive trade practices, breach of fiduciary duties, strict liability, breach of contract and/or breach of strict or implied warranty. This limitation of liability shall apply to all phases of Olsson’s services performed in connection with the Project(s), whether subsequent to or prior to the execution of this Agreement. 7.16 Entire Agreement/Severability This Agreement supersedes all prior communications, understandings and agreements, whether oral or written. Amendments to this Agreement must be in writing and signed by the Client and Olsson. If any part of this Agreement is found to conflict with applicable law, such part alone shall be null and void and considered stricken, but the remainder of this Agreement shall be given full force and effect. General Provisions Updated: 06/06/2024 Page 232 Item 12. Page 1 of 5 SCOPE OF SERVICES This exhibit is hereby attached to and made a part of the Letter Agreement for Professional Services dated May 16, 2024 between Town of Prosper, Texas (“Client”) and Olsson, Inc. dba Olsson Studio (“Olsson”) providing for professional services. Olsson’s Scope of Services for the Agreement is indicated below. PROJECT DESCRIPTION AND LOCATION Project will be located at: Prosper, Texas Project Description: Downtown Monumentation SCOPE OF SERVICES Olsson shall provide the following services (Scope of Services) to Client for the Project: Phase 100 – Discovery Olsson will provide Project management coordination, quality/cost control, information coordination, and maintain Project schedules. Project site is outlined in the attached Exhibit A. Olsson will attend one (1) kick-off meeting with Client’s Project management team to define expectations and clarify Project goals. Olsson will review Project scope, schedule, and Stakeholder Committee makeup and responsibilities. Following Project kick-off, Client will provide Olsson with existing conditions data, including: • GIS data (parcels, Town boundary, aerial imagery, utility infrastructure, street centerlines, transit routes/stops, bicycle lanes, sidewalks, trails, roadways, street classifications/typology, edge of pavement, public right-of-way, parking lots, building footprints, et cetera) • Survey data and past streetscape construction documents. Olsson will review available information provided by Client and will assemble a base map for required plan documents. Client shall provide current and accurate base information to Olsson. Meetings Olsson shall attend the following meetings: • One (1) virtual kick-off meeting Work Products: Meeting notes and memorandums, as needed Phase 100 Fee: $5,400.00 Page 233 Item 12. Page 2 of 5 Phase 200 – Design Generation and Engagement Olsson will coordinate and facilitate a three (3)-day in-person monumentation design charrette with Client’s stakeholder committee. The goal of this event is to develop a monumentation master plan and a family of signs. Collaborative Design Programming Workshop During the first day, Olsson will lead stakeholders through a half-day exploration and verification of the type of monumentation. Project design team will go through a programming session to discuss the process of ‘Why’, ‘What’, and ‘Where’ to help determine types of elements needed. Based on feedback received, Olsson will prepare concept designs that explore design solutions, addressing wayfinding, iconography, size, and character aesthetics. Depending upon feedback, potential family of monument element concepts will include primary, secondary, gateway monument, wayfinding, and iconic art piece. Designs will consider materials, overall site, pedestrians, appropriateness of materials / massing, contextual fit, themes, and reinforcement of pedestrian scale. Olsson will prepare hand- drawn concepts and elevations. On the second day, design charrette will include a half-day stakeholder workshop to review concept sketches generated from the programming session. Client will provide feedback for sketches to be finalized. Pros and cons of each concept will be discussed with regard to cost, maintenance, and implementation. On the third day, updated monument concepts will be presented to the stakeholder committee. Concept designs will incorporate feedback from previous workshop sessions and will consider appropriate materials to fit within the Project site. Meetings Olsson will attend the following meetings: • Three (3)-day in-person charette meeting Work Products: Monumentation master plan, concept designs; and meeting notes and memorandums, as needed Phase 200 Fee: $32,800.00 Phase 300 – Final Concept Design Olsson will incorporate feedback from the charrette to produce final conceptual designs for proposed monuments. Olsson will generate three (3)-dimensional color-rendered graphic views of monumentation masterplan elements using SketchUp, Lumion, and Adobe Photoshop software. Monumentation Plan Presentation Olsson shall meet with Client to review final monumentation masterplan and proposed elements. Depending upon feedback, potential elements will include primary, secondary, gateway monument, wayfinding, and iconic art piece. Page 234 Item 12. Page 3 of 5 Opinion of Probably Costs Olsson shall provide a magnitude of cost based upon the selected master plan elements. Meetings Olsson will attend the following meetings: • Attendance at one (1) virtual Client review meeting Work Products: Final concept design master plan and three (3)-dimensional renderings, opinion of probable cost; and meeting notes and memorandums, as needed Phase 300 Fee: $24,700.00 Phase 900 – Expenses Includes all Project related reimbursable expenses, as defined in the Reimbursable Expense Schedule attached to this Agreement. Phase 900 Fee: Estimated $3,600.00 TOTAL PROJECT FEE: $62,900.00 +Reimbursable Expenses ADDITIONAL SERVICES Upon Client’s request, Olsson shall provide the following services under a separate Agreement: Phase 400 – Construction Documents Based upon final concept designs and opinion of probable cost, Client will provide written feedback and direction for which monumentation elements to proceed with. Olsson shall prepare three (3) submittals of construction documents for Client-selected monument elements at the 60 percent, 90 percent, and 100 percent completion construction documents. Demolition Plan will be prepared for removal of existing hardscape material. Hardscape Plan will layout proposed monument elements in relation to existing buildings, street parking, and intersection right of way. Horizontal dimensions will be included for construction staking purposes. Hardscape construction specifications will be included. Monument Details will include construction elevation and detailing for the selected family of monument elements. Structural engineering and lighting design of the monuments is included. Potential elements to include: • Gateway monument • Primary monument • Secondary monument • Wayfinding monument • Iconic monument Page 235 Item 12. Page 4 of 5 Work Products: Demolition plan, hardscape plan, monument details, amenities, and lighting construction documents, specifications; and meeting notes and memorandums, as needed Estimated Total Phase 400 Fee: $47,000 to $68,000.00 Phase 500 – Construction Administration Services Olsson will provide contract negotiation / procurement services, including but not limited to, bidding assistance including responding to Client’s Contractors’ questions submitted through Client, and providing clarifications to construction documents. Olsson will review shop drawings and submittals from Client’s Contractors for conformance to the contract documents. Olsson will review and submit necessary RFI’s, ASI’s, and PCO’s for conformance to contract documents and Project work completed. All information shall be submitted to Olsson through Client. Installation Observation and Construction Meetings Olsson shall observe construction pertaining to hardscape and monument signage construction documents listed within this Scope of Services. Olsson will visit the Project site for review of construction and for construction progress meetings. Olsson shall provide a final site observation to produce punch lists for hardscape and monument signage construction documents listed within this Scope of Services. Olsson will coordinate punch list requirements with Client’s Contractor, prior to Project substantial completion. Phase 500 Fee: $Hourly ASSUMPTIONS • GIS and Base map material will be provided by Client to Olsson EXCLUSIONS • Boundary and topographic survey • Geotechnical services • Environmental studies • Dry utility coordination • Stormwater drainage memo • Public improvement stormwater drainage plans • Traffic impact study / traffic signal design • Flood study • Mechanical / electrical / plumbing engineering plans • Additional as-built drawings / certifications • Construction staking • Survey services • Photometric study • TX DOT and State of Texas Coordination • Architectural and structural building design • Wi-Fi and communication design • MEP and structural engineering, including electrical circuiting of low voltage lighting and photometric plan. • Water utility plan Page 236 Item 12. Page 5 of 5 • Music/sound systems and security/emergency system • Additional coordination and revisions outside of the Scope of Services described above • Additional coordination, Project delays, extensions, and revisions • Value engineering revisions • Six (6)- and twelve (12)-month review of Project site after construction • Permitting and submittal fees • Title policy • Post-construction survey • Pot-holing existing utilities • Design of additional significant architectural features (towers, stage canopy, enclosed pavilions, open air buildings, et cetera) Should Client request work in addition to the Scope of Services, Olsson shall invoice Client for such additional services (Optional Additional Services) at the standard hourly billing labor rate charged for those employees actually performing the work, plus reimbursable expenses if any. Olsson shall not commence work on Optional Additional Services without Client’s prior written approval. Olsson agrees to provide all of its services in a timely, competent and professional manner, in accordance with applicable standards of care, for projects of similar geographic location, quality and scope. Page 237 Item 12. Eff. 01/2024 Page 1 of 1 REIMBURSABLE EXPENSE SCHEDULE The expenses incurred by Olsson or Olsson's independent professional associates or consultants directly or indirectly in connection with the Project shall be included in periodic billing as follows: Classification Cost Automobiles (Personal Vehicle) $0.67/mile* Suburban’s and Pick-Ups $0.75/mile* Automobiles (Olsson Vehicle) $95.00/day Other Travel or Lodging Cost Actual Cost Meals Actual Cost Printing and Duplication including Mylars and Linens In-House Actual Cost Outside Actual Cost+10% Postage & Shipping Charges for Project Related Materials including Express Mail and Special Delivery Actual Cost Film and Photo Developing Actual Cost+10% Telephone and Fax Transmissions Actual Cost+10% Miscellaneous Materials & Supplies Applicable to this Project Actual Cost+10% Copies of Deeds, Easements or other Project Related Documents Actual Cost+10% Fees for Applications or Permits Actual Cost+10% Sub-Consultants Actual Cost+10% Taxes Levied on Services and Reimbursable Expenses Actual Cost *Rates consistent with the IRS Mileage Rate Reimbursement Guidelines (Subject to Change). Page 238 Item 12. Page 1 of 1 EXHIBIT A Page 239 Item 12. DOWNTOWN PROSPER, TEXAS 1 AUGUST 2024 DOWNTOWN MONUMENTATION MASTER PLAN Page 240 Item 12. DOWNTOWN MONUMENTATION MASTER PLAN2 ACKNOWLEDGEMENTS DOWNTOWN ADVISORY COMMITTEE Marcus Ray, Mayor Pro-Term Cameron Reeves, Councilmember Chris Kern, Councilmember Chris Wardlaw, Chair Melissa Randle, Vice Chair Mike Pettis Grant Mendeljian Mike Lopez Trovette Tottress Don Perry Gavin Hernandez TOWN COUNCIL David Bristol, Mayor Marcus Ray, Mayor Pro-Term Amy Bartley, Deputy Mayor Pro-Term Craig Andres Chris Kern Jeff Hodges Cameron Reeves TOWN STAFF & DEPARTMENTS Mario Canizares, Town Manager Chuck Ewings, Assistant Town Manager Robyn Battle, Executive Director Dan Baker, Parks and Recreation Director David Hoover, Development Services Director Leigh Johnson, IT Director CONSULTING TEAM DOWNTOWN STAKEHOLDERS Iris Meneley Teague Griffin Page 241 Item 12. DOWNTOWN PROSPER, TEXAS 3 01 02 APPENDIX A TABLE OF CONTENTS DISCOVERY OPINION OF PROBABLE COST FINAL MASTER PLAN CONCEPT The beginning process of working together as a team to bring together individual ideas into a shared goal. An outline of concept planning level opinions of probable cost. This process includes 3D modeling of the stakeholder selected final concepts that explore proposed materials, scale and lighting of the downtown monumentation elements. PRELIMINARY DESIGN PROCESS Design interpretations of the comments, goals and feedback from the discovery process leading to preliminary ideas. REVISED CONCEPT Additional concept refinement based upon stakeholder discussions and feedback . APPENDIX B APPENDIX C Page 242 Item 12. DOWNTOWN MONUMENTATION MASTER PLAN4 DOWNTOWN MONUMENTATION CHARRETTE, DAY 1 Page 243 Item 12. DOWNTOWN PROSPER, TEXAS 5 01 FINAL MASTER PLAN CONCEPT The downtown monumentation project was a combined effort between the Downtown Advisory committee, town council and town staff. The design team lead the stakeholders through a process of discovery starting with goals, working through details such as materials and locations, and building consensus with the final designs. Page 244 Item 12. DOWNTOWN MONUMENTATION MASTER PLAN6 Downtown Monumentation Project In the spring of 2024, the Town of Prosper issued a Statement of Qualifications for the Downtown Archway Structures Project. The project identified the desire for gateways and monumentation to be located downtown along Broadway Street at the intersections of Coleman Street, Main Street, Crockett Street, and McKinley Street. Olsson Studio was selected to engage with the Downtown Advisory Committee, (DTAC) to help explore what the ‘brand’ of downtown Prosper currently is, and what it wants to be. The extents of the district were identified, as well as the importance and hierarchy of those locations, today and in the future. Those locations were identified as Primary, secondary, and tertiary based upon that hierarchy. Locations were prioritized into Phase one and future phases depending upon existing conditions and upcoming planned road expansion projects. The project began with a discovery process during a 3-day in-person charrette. This process not only helped the design team, but was also a valuable tool for the Town and DTAC to identify that ‘one thing’ downtown needs, its project goals, and what the project needs to accomplish. Ultimately, the goal was to develop a consesus built design for the gateway and monuments. Building off of the feedback, multiple concept designs were developed and presented proposing monuments for the primary, secondary, iconic, and tertiary locations. These concepts varied in size, shape, and materials. Additional feedback was shared by the stakeholders and incorporated into revised concepts. The following downtown monument master plan images represent a continued collaboration between the DTAC, Town, and design team to build upon the exciting theme for the Town of Prosper Page 245 Item 12. DOWNTOWN PROSPER, TEXAS 7 Monument Locations The monument locations have evolved through the concept design process. Taking into account for future development patterns as well as planned road expansion projects for both First Street and Coleman Street. The first phase for the monument installations would include a primary monument at Broadway & Coleman, secondary monument at Broadway & Main, and tertiary monuments at Broadway & Crockett, Broadway & McKinley. After road construction is complete, a future primary location is at First & Main, and a secondary monument at First and McKinley. A future icon should be developed at the round-a-bout intersection of First & Coleman. And lastly, as downtown expands to the north, future tertiary monuments should be added along fifth to identify the extents of the north side of downtown. Page 246 Item 12. DOWNTOWN MONUMENTATION MASTER PLAN8 PRIMARY GATEWAY - LOOKING WEST AT BROADWAY & COLEMAN The primary gateway location on the west side of the Broadway and Coleman intersection will welcome residents and visitors to the downtown district. The overhead truss frames the horizon and the historic grain bins, preserving this beautiful view for generations.The gateway structure is grounded by brick and cast stone masonry columns. Historical dates at the base of the column highlight the Town of Prospers established date of 1902 and its incorporated date of 1914. The overhead gateway is composed of I-beam structural steal truss that reflects the towns railroad past. The overhead signage cabinet will have standoff letters and a lighted cabinet background to provide clear visibility during the day or night. The rear side, or west side of the truss will contain the same signage, providing a great backdrop for closed street events or festivals. Page 247 Item 12. DOWNTOWN PROSPER, TEXAS 9 PRIMARY GATEWAY - LOOKING WEST AT BROADWAY & COLEMAN PRIMARY GATEWAY - LOOKING EAST AT BROADWAY & COLEMAN Page 248 Item 12. DOWNTOWN MONUMENTATION MASTER PLAN10 SECONDARY GATEWAY AND ICON - LOOKING EAST AT BROADWAY & MAIN SECONDARY GATEWAY AND ICON - BIRDS-EYE VIEW LOOKING NE AT BROADWAY & MAIN The intersection of Broadway and Main will be updated with three secondary columns and an iconic silo stage structure. Additional updates to the intersection include historic hardscape medallions, landscaping, and lighting. The base of the columns will consist of brick masonry inspired from the downtown buildings and will contain cast stone inlay downtown prosper logos. Steel I-beam columns extend above the masonry base and reflect the towns railroad history. Page 249 Item 12. DOWNTOWN PROSPER, TEXAS 11 SECONDARY GATEWAY AND ICON - LOOKING WEST AT BROADWAY & MAIN Page 250 Item 12. DOWNTOWN MONUMENTATION MASTER PLAN12 SECONDARY GATEWAY AND ICON - LOOKING NORTH AT BROADWAY & MAIN [Top Photo] The intersection of Broadway and Main will consist of three secondary columns and the iconic silo stage structure. Updated landscape at the intersections corners will soften the pedestrian experience downtown. [Top Photo, Opposite Page] Looking west, two secondary gateway columns frame the view of the historic grain bins near the railroad tracks. Updated hardscape elements include bronze medallions describing Prospers historic citizens and events as well as bronze street names near the accessible ADA ramps. [Top Photo, Opposite Page] The secondary column materials are inspired from the existing downtown infrastructure. The use of brick and cast stone reflect the surrounding buildings, where as the steel I-beam columns reflect the towns railroad history. Page 251 Item 12. DOWNTOWN PROSPER, TEXAS 13 SECONDARY GATEWAY - LOOKING WEST AT BROADWAY & MAIN SECONDARY GATEWAY - LOOKING NORTHWEST AT BROADWAY & MAIN Page 252 Item 12. DOWNTOWN MONUMENTATION MASTER PLAN14 PRIMARY GATEWAY - LOOKING WEST AT BROADWAY & COLEMAN PRIMARY GATEWAY - LOOKING EAST AT BROADWAY & COLEMAN The primary gateway will be an attractive feature during the day and at night. The main truss signage cabinet is 24” tall and contains 16” tall standoff letters. The cabinet will be let with color changing LED lights allowing the Town to change colors of the signage for events or holidays. The truss will have internal LED lighting that will illuminate the architectural character of the steel truss. Lastly, in-ground uplights will highlight the decorative brick columns providing a complete viewable monument at night. Page 253 Item 12. DOWNTOWN PROSPER, TEXAS 15 SECONDARY GATEWAY AND ICON - LOOKING EAST AT BROADWAY & MAIN The intersection of Broadway and Main will be a fun destination for residents and visitors to check out during the evenings. The secondary gateway columns will have a front and rear light fixture that matches the current street light fixtures in downtown. The iconic silo stage will have artistic perforated panels on the top portion of the silo that will glow and represent the proud history of Prosper. Connecting the secondary columns and the iconic silo with festive string lighting will identify this intersection as the heart of downtown. Page 254 Item 12. DOWNTOWN MONUMENTATION MASTER PLAN16 SECONDARY GATEWAY - LOOKING WEST AT BROADWAY & MAIN Page 255 Item 12. DOWNTOWN PROSPER, TEXAS 17 SECONDARY GATEWAY AND ICON - BIRDS-EYE VIEW LOOKING NE AT BROADWAY & MAIN [Top Photo, Opposite Page] Looking west at the intersection of Broadway and Main, the secondary gateway columns will have a front and rear light fixture that matches the current street light fixtures in downtown. SECONDARY GATEWAY - LOOKING WEST AT BROADWAY & MAIN [Bottom Photo] The iconic silo stage with artistic perforated panels on the top portion of the silo that will represent the proud history of Prosper. String lighting will connect the three secondary gateway columns with the iconic silo bringing the heart of downtown Prosper to life every night. Page 256 Item 12. DOWNTOWN MONUMENTATION MASTER PLAN18 TERTIARY GATEWAYS Tertiary gateways are located at less prominent intersections within the downtown district. These columns are smaller versions than the primary and secondary gateways, but are equally important at tying a district together. Whether used for wayfinding singage, dual head light fixture, or just a district marker, these columns are built with similar masonry and steel materials to reinforce the district branding. DOWNTOWN EDGE/ TERTIARY MARKER/ NEIGHBORHOOD MARKER TERTIARY DOWNTOWN MARKER WITH PENDANT LIGHTS TERTIARY WAYFINDING AND DIRECTIONAL MONUMENT Page 257 Item 12. DOWNTOWN PROSPER, TEXAS 19 An important step in the master plan process is a conceptual planning level opinion of probable cost. This estimate includes current assumptions regarding timing of construction, market conditions, and availability of construction materials. It also assumes construction of all Phase one monuments together, including the Primary gateway at Broadway & Coleman, the Secondary gateway and Icon at Broadway & Main, and the Tertiary monuments along Broadway at both Crockett and McKinley. If components are added or subtracted, OPCs should be developed. Future OPCs should be updated as design and construction documents are prepared and specific materials are specified. 02 OPINION OF PROBABLE COST Page 258 Item 12. DOWNTOWN MONUMENTATION MASTER PLAN20 PRIMARY GATEWAY (1 LOCATION) 1.0 General Items $57,500 2.0 Demolition Items $3,900 3.0 Streetscape Items $300,000 4.0 Landscape Items $8,700 Subtotal $370,100 10% Contingency $37,010 Total $407,110 Downtown Monumentation Master Plan - Opinion of Probable Cost SECONDARY GATEWAY (3 CORNERS) 1.0 General Items $57,500 2.0 Demolition Items $2,000 3.0 Streetscape Items $318,000 4.0 Landscape Items $21,000 Subtotal $398,500 10% Contingency $39,850 Total $438,350 PRIMARY GATEWAY SECONDARY GATEWAY * Does not include design fees.Page 259 Item 12. DOWNTOWN PROSPER, TEXAS 21 ICON (1 CORNER) 1.0 General Items $57,500 2.0 Demolition Items $6,700 3.0 Streetscape Items $575,000 4.0 Landscape Items $0 Subtotal $639,200 10% Contingency $63,920 Total $703,120 TERTIARY GATEWAY (4 COLUMNS) 1.0 General Items $27,500 2.0 Demolition Items $2,000 3.0 Streetscape Items $76,400 4.0 Landscape Items $0 Subtotal $105,900 10% Contingency $10,590 Total $116,490 ICON TERTIARY * Does not include design fees. Complete Total = $1,665,070 Page 260 Item 12. DOWNTOWN MONUMENTATION MASTER PLAN22 Page 261 Item 12. DOWNTOWN PROSPER, TEXAS 1 APPENDIX A DISCOVERY To kick off the downtown monumentation project, Olsson Studio facilitated a design charrette with the Town of Prosper stakeholder group. The group was composed of the downtown advisory council, town council members, and town staff designated to inform the development of monumentation concepts. The initial kickoff meeting served as a visioning and discovery session where stakeholders were challenged to provide feedback and answer questions that get to the heart of the project, including the goals for downtown monumentation and gateways, and what they should accomplish. This Discovery phase laid the foundation for concept development. Page 262 Item 12. DOWNTOWN MONUMENTATION MASTER PLAN2 The One Thing: The community expressed a strong desire for a clear and unique identity for the downtown area, one that reflects its history, culture, and values. They envision a gateway design that attracts visitors by offering a distinctive, authentic experience, creating a downtown character that fosters pride and belonging among residents and businesses alike. This gateway should serve as an iconic landmark visible from afar, drawing people in with a timeless design that transcends trends and leaves a lasting legacy for future generations. The goal is to establish a true sense of place for the downtown area. Project Goals: The community envisions an entertainment district that showcases Prosper’s history and culture while driving traffic and investment to the downtown area. They propose a lively district with a diverse range of venues—restaurants, bars, shops, cinemas, and museums—that cater to various audiences. The signage for this district should highlight historical and architectural features like the old courthouse, the railway station, and heritage buildings, while also incorporating Instagram-worthy elements such as colorful murals, sculptures, or lighting effects. These features would not only enhance the area’s fun and excitement but also encourage visitors to share their experiences online, helping to spread the word about downtown Prosper. The entertainment district should create a distinct sense of arrival and identity for downtown, setting it apart from the rest of the town. What We Want to Accomplish: The Prosper community wants the gateway plan to reflect their pride, heritage, and vision for the future, creating a welcoming sense of place for both visitors and residents. The gateways should highlight the historic silos as landmarks, symbolizing Prosper’s agricultural roots and economic growth. These gateways should be easily identifiable and help distinguish Prosper from other towns in the region. They should be iconic, memorable, and create a sense of arrival and anticipation, telling the story of Prosper—its history, its people, and its aspirations. Page 263 Item 12. DOWNTOWN PROSPER, TEXAS 3 The stakeholders were separated into groups to explore the topics of: A) what is the One Thing that downtown Proser needs; B) What is the goal for the monument signs; and C) What do the signs need to accomplish. Patterns were identified in this visioning process, as represented by the word cloud graphic. Identifying Themes Through Visioning Page 264 Item 12. DOWNTOWN MONUMENTATION MASTER PLAN4 Signage Verbiage: The group prefers signage that emphasizes both the historical significance and the welcoming nature of the downtown area. “Historic Downtown Prosper” is favored for its ability to evoke a sense of tradition and legacy, while “Welcome to Downtown Prosper Est. 1912” offers a more inviting approach that also highlights the town’s establishment year, grounding the area in its rich past. The use of “Downtown Prosper” or “Downtown District” is seen as appropriate for simpler, more straightforward signage, but the inclusion of an establishment date is generally preferred for adding historical context and character. Gateway Elements: The group values gateways that are significant and immediately noticeable, serving as prominent landmarks for the downtown area. Primary gateway arches or a primary archway are seen as essential, providing a grand and memorable entry point. Complementary monuments could enhance the overall design by adding depth and character to the surroundings. The inclusion of a downtown logo is important for branding, while lighting— especially with the option for special holiday or event lighting—is considered crucial for visibility and atmosphere. Additionally, the gateways should incorporate historical information about Prosper, allowing visitors to learn about the town’s heritage. The design of the gateways should be unique, ensuring that they stand out and reflect the distinct identity of Prosper. Material Preferences: The group prefers a combination of durable and visually appealing materials that convey both strength and historical significance. Stone, brick, and metal—particularly steel and iron—are favored for their timeless quality and ability to evoke a sense of permanence. These materials also reflect Prosper’s industrial and agricultural roots, with brick and stone offering a traditional feel, and metal providing a more modern touch. The inclusion of railroad tracks is suggested to pay homage to the town’s history and its connection to the railway. Lighting is essential for both functionality and aesthetic appeal, with options for both permanent fixtures and adaptable lighting for special occasions. This blend of materials should create a cohesive and enduring design that resonates with Prosper’s heritage while also embracing its future. Page 265 Item 12. DOWNTOWN PROSPER, TEXAS 5 Monument Locations During the discovery process, the design team introduced the concept of monument families composed of a primary gateway, secondary gateway, tertiary, and iconic monuments. These gateways would differ in scale and size, but would help unify the downtown by the use of similar materials, signage and theme. The stakeholders participated in several exercises helping identify the main entry points to downtown Prosper. Important intersections were identified as Broadway & Coleman, Broadway & Main, Broadway & Crockett, Broadway & McKinley, First & Coleman, First & Main, and First and McKinley. DOWNTOWN MONUMENTATION CHARRETTE, DAY 1, PRIMARY, SECONDARY, AND TERTIARY MONUMENT LOCATIONS Page 266 Item 12. DOWNTOWN MONUMENTATION MASTER PLAN6 DOWNTOWN MONUMENTATION CHARETTE, DAY 2 Page 267 Item 12. DOWNTOWN PROSPER, TEXAS 7 PRELIMINARY DESIGN Using project goals established by the stakeholders, the design team began initial concept designs, building upon the family design concept where the primary, secondary, tertiary and iconic elements are tied together by theme, material selection, and scale. The goal of the second day of the charrette was to produce multiple concepts to gather feedback from the stakeholders to help shape the community vision for the downtown monumentation. APPENDIX B Page 268 Item 12. DOWNTOWN MONUMENTATION MASTER PLAN8 Family of Monuments - Grain Bin Concept Family of Monuments - Windmill Concept Page 269 Item 12. DOWNTOWN PROSPER, TEXAS 9 Primary Gateway, Classic Column Concepts Page 270 Item 12. DOWNTOWN MONUMENTATION MASTER PLAN10 Thought Bubble Exercise Page 271 Item 12. DOWNTOWN PROSPER, TEXAS 11 DOWNTOWN MONUMENTATION CHARETTE, DAY 2, DESIGN PRESENTATION DOWNTOWN MONUMENTATION CHARETTE, DAY 2, STAKEHOLDERS PROVIDING FEEDBACK Page 272 Item 12. DOWNTOWN MONUMENTATION MASTER PLAN12 Icon Ideas Page 273 Item 12. DOWNTOWN PROSPER, TEXAS 13 Linear Low Rider Signage Walls Page 274 Item 12. DOWNTOWN MONUMENTATION MASTER PLAN14 Page 275 Item 12. DOWNTOWN PROSPER, TEXAS 15 Revised Concepts The team responded to stakeholder feedback on preliminary design and refined the initial concepts to better capture the vision and desired aesthetic for downtown monumentation as described by the group. This section shows preliminary concepts presented to and refined by the stakeholder group. APPENDIX C Page 276 Item 12. DOWNTOWN MONUMENTATION MASTER PLAN16 Plan Locations Page 277 Item 12. DOWNTOWN PROSPER, TEXAS 17 Concept 1 - Primary Column with cast stone base, brick column, and railroad inspired truss that would mark the main entrances to downtown from the north and south. The column would feature a metal plaque with the town name and an abstract representation of a train. The truss would span over the road and create a sense of arrival and identity for the downtown area. The design would reflect the historic role of the railroad in the town’s development and commerce. Page 278 Item 12. DOWNTOWN MONUMENTATION MASTER PLAN18 Concept 1 - Secondary Columns with cast stone base and brick column that would mark the secondary entrances to downtown from the east and west. The column would feature a metal plaque with the town name and a railroad motif. The design would echo the primary gateway but with a lighter and simpler appearance. The secondary gateway would reinforce the downtown identity and create a sense of anticipation for the visitors. Page 279 Item 12. DOWNTOWN PROSPER, TEXAS 19 Concept 1 - Icon A unique and eye-catching feature of the downtown area is the grain bin silo icon, which serves as a multifunctional stage and landmark. The silo pays tribute to the agricultural heritage of the town and its connection to the railroad. The structure consists of a limestone base, brick walls, and artistic perforated panels at the top that create a stunning light show at night. The grain bin silo can host various events and performances, such as concerts, festivals, markets, or exhibitions, and provide a lively and vibrant atmosphere for the community. The iconic element also offers an opportunity for visitors and residents to capture memorable moments and share them on social media, creating a buzz and a sense of pride for the downtown area. Page 280 Item 12. DOWNTOWN MONUMENTATION MASTER PLAN20 Concept 1 - Secondary Broadway and Main Street Page 281 Item 12. DOWNTOWN PROSPER, TEXAS 21 Concept 1 - Secondary Broadway and Main Street A rustic and functional icon that celebrates the town’s agricultural heritage and serves as a focal point for community events is the vision of the Broadway and Main concept. The icon would consist of a grain bin silo structure with a limestone base, brick walls, and artistic perforated panels at the top that would create interesting patterns of light and shadow during the day and glow at night. The silo would be situated on the northeast corner of the intersection, within the right-of-way, and would double as a stage for performances and gatherings, facing the intersection and creating a lively and interactive space. The Broadway and Main concept would honor the town’s past and present while enhancing its social and cultural life. Page 282 Item 12. DOWNTOWN MONUMENTATION MASTER PLAN22 Concept 2 - Gateways A welcoming and historical entrance that reflects the town’s identity and heritage is the goal of the gateway concept for downtown Prosper. The gateway would feature cast stone bases with brick columns, creating a contrast of materials and colors. Signage elements that display the town’s name, founding year, and incorporation year would be incorporated into the columns, highlighting its history and achievements. Internal lighting would illuminate the signage and create a festive and inviting atmosphere at night. The gateway would be a landmark and a symbol of pride for the town and its residents. Concept 2 - Primary Concept 2 - Secondary Page 283 Item 12. DOWNTOWN PROSPER, TEXAS 23 Concept 2 - Tertiary Columns A versatile and functional addition that enhances the town’s aesthetics and navigation is the idea of the tertiary columns concept. The tertiary columns would be smaller stone and brick columns that match the materials and colors of the gateway, creating a sense of consistency and harmony throughout the downtown area. The columns could be used for various purposes, such as directional wayfinding, signage monuments, or decorative double lightpole columns. The columns would provide useful information and guidance for visitors and residents, as well as adding charm and character to the streetscape. The tertiary columns concept would complement the other elements and complete the town’s vision for downtown Prosper. Concept 2 - Column alternatives Concept 2 - Plan Concept 2 - Tertiary alternatives Page 284 Item 12. DOWNTOWN MONUMENTATION MASTER PLAN24 Page 285 Item 12. Page 1 of 2 To: Mayor and Town Council From: Dan Baker, Parks and Recreation Director Through: Mario Canizares, Town Manager Robyn Battle – Executive Director Re: Lakewood Park Change Order Town Council Meeting – October 8, 2024 Strategic Visioning Priority: 4. Provide Excellent Municipal Services Agenda Item: Consider and act upon approving Change Order No. 1 for CSP No. 2023-34-B, (Lakewood Park Construction) to Ratliff Hardscape related to the construction of an additional 52-space parking lot including subbase materials, striping, signage, and an evergreen screen, Zap Stand pad and electrical service, and a four-foot fence extension with windscreen around four pickleball courts for $411,819. Description of Agenda Item: Staff met with the CIP Subcommittee on August 28, 2024, to discuss additional parking at Lakewood Park. The CIP Subcommittee was supportive and asked staff to acquire a design and cost to maximize parking on the south side of the existing parking lot. Staff met with several residents who reside along the park’s southern border and whose yards and fences are open to the park. They raised concerns regarding the construction of a parking lot that would impact the views from their home. Staff shared with them that the parking lot is needed to minimize the negative impact that could be caused by not offering the public an adequate amount of parking, and also described to them what would be done to screen the parking lot from their backyards. Staff will be presenting this item to the Parks and Recreation Board on October 7, 2024, for a recommendation to bring forth to the Town Council meeting on October 8, 2024. Budget Impact: Funds will be provided through a combination of park fees, tree mitigation fees, and park bond interest from the 2020 Bond Program. These funds are funded as part of Fiscal Year 2025, CIP additions account 750-6610-10-00-2107-PK. The current project budget is not able to fund this change order. Legal Obligations and Review: Terrence Welch of Brown & Hofmeister, L.L.P., has approved the attached documents as to form and legality. PARKS AND RECREATION Page 286 Item 13. Page 2 of 2 Attached Documents: 1. Change Order / Quote from Ratliff Hardscape 2. Park Plan 3. Parking Plan Town Staff Recommendation: Town Staff recommends that the Town Council authorize the approval of Change Order No. 1 for CSP No. 2023-34-B, (Lakewood Park Construction) to Ratliff Hardscape related to the construction of an additional 52-space parking lot including subbase materials, striping, signage, and an evergreen screen, Zap Stand pad and electrical service, and a four-foot fence extension with windscreen around four pickleball courts for $411,819. Proposed Motion: I move to authorize the approval of Change Order No. 1 for CSP No. 2023-34-B, (Lakewood Park Construction) to Ratliff Hardscape related to the construction of an additional 52-space parking lot including subbase materials, striping, signage, and an evergreen screen, Zap Stand pad and electrical service, and a four-foot fence extension with windscreen around four pickleball courts for $411,819. Page 287 Item 13. Change Order Ratliff Hardscape, LTD. 1740 Midway Road Lewisville, TX 75056 Project: Lakewood Preserve Park Contract Number: Prosper, TX Proposed Change Order #: Change Order Date : C.O. Item Contract Item 2315007- Lakewood Preserve Park CO #1 Lakewood Preserve Park Amount You are directed to make the following changes in this Contract: 09/26/24 in Days Change UMUnits Unit Price Prosper, TX 75078 Town of Prosper 250 W. First Street To (Owner): 4,420.00 CO 01.01 LF170.000 26.00000Sawcut and Remove Curb and Gutter 32,500.00 CO 01.02 CY2,500.000 13.00000Import and Grade parking Area to Desired Elevation 13,000.00 CO 01.03 EA1.000 13,000.00000Adjust Curb Inlet 70,410.00 CO 01.04 SY2,347.000 30.000006" Flexbase Subrade 176,013.00 CO 01.05 SY19,557.000 9.000007" Concrete Paving 4,225.00 CO 01.06 LS0.000 0.00000Striping and Signage for 52 Parking Spots 1,560.00 CO 01.07 LS0.000 0.000009SY Type A Dry Rip Rap 15,504.00 CO 01.08 LF969.000 16.00000Concrete Curb in Parking Lot 12,587.00 CO 01.09 LS0.000 0.0000015 Gal Nelli R Stevens Hollies at New Parking Lot 35,100.00 CO 01.10 LS0.000 0.00000Raise Fence from 4' to 8' and Add Windscreen at Pickle Ball 1,500.00 CO 01.11 LS0.000 0.00000Zap Stand Pad and 2' Chase 45,000.00 CO 01.12 LS0.000 0.00000Additional Sod Pond, some Slopes, Pickle Outline ETC Total For Change Order: 411,819.00 The net change by previously authorized Change Orders was . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4,866,455.95The original Contract Sum was . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ______________________________ 411,819.00 _____________________________Date:Date: 09/26/24 By: ______________________________ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . By: Lewisville, TX 75056Prosper, TX 75078 250 W. First Street 1740 Midway Road Town of Prosper Ratliff Hardscape, LTD. Authorized By Owner: Accepted By Contractor: The new Contract Sum will be 5,278,274.95 The Contract Sum will be increased by this Change Order 4,866,455.95The Contract Sum prior to this Change Order was 0.00 CHANGE ORDER AUTHORIZATION This Change Order does not include changes in the Contract Sum, Contract Days or Total Contract Amount which have been authorized by Construction Change Directive until cost and time have been agreed upon by both the Owner and Contractor, in which case a Change Order is executed to supersede Construction Change Directive as shown in this document. Page 1 Page 288 Item 13. Page 289 Item 13. Page 290 Item 13. Page 1 of 1 To: Mayor and Town Council From: Bob Scott, Deputy Town Manager & Chris Landrum, Finance Director Through: Mario Canizares, Town Manager Re: Timing of 2025 Bond Election Process Town Council Meeting –October 08, 2024 Strategic Visioning Priority: 1. Acceleration of Infrastructure Agenda Item: Discussion regarding the timing of a 2025 November Bond Election process. Description of Agenda Item: Planning for the Town’s next Bond Election began with its addition to the Long-Term Priorities section of the 2023 Town Council Strategic Vison. With the 2020 Bond Election program expected to be complete or near complete by 2026, it is important for the Town to obtain additional voter authorization to continue the capital improvements needed for the community. With the appointment of a Bond Committee at the September 10, 2024, meeting, staff is proposing the attached timetable to ensure a thorough review and prioritization of projects pri or to the deadline for calling the election. Budget Impact: In addition to debt service impacts, bonds for additional facilities will also eventually impact the Town’s Maintenance and Operations (M & O) budget. Staff will incorporate these impacts into its multi-year budget projection and include projections of both debt service and M & O for each proposed project for consideration by the committee. Legal Obligations and Review: Terrence Welch of Brown & Hofmeister, L.L.P., has approved the attached documents as to form and legality. Attached Documents: 1. Timing of the 2025 Bond Election Process Staff Recommendation Town Staff requests Town Council feedback regarding the proposed process. TOWN MANAGER’S OFFICE Page 291 Item 14. Timing of Prosper November 2025 Bond Election November 4, 2025 Election Day October 20-October 31, 2025 Early Voting August 13, 2025 Bond Committee Disbanded, Any citizen who wishes to form “Vote Yes” Committee is free to do so but Town must remain neutral and provide informational literature only. August 12, 2025 Last Council Meeting for Calling Election July 22, 2025 Planned Council Meeting for Calling Election July 8, 2022 Committee Recommendation to Council April-June 2025 Bond Committee receives project presentations and prioritizes projects into ballot questions April 2025 Committee receives a financial overview, Town’s financial policies, debt levels, and “No Tax Rate Increase” size Early April 2025 Preliminary rolls received from CADs and final “No Tax Rate Increase” size is calculated. March 2025 Executive Team prioritizes and refines cost estimates for staff identified projects prior to presentations to committee. December-March 2025 Staff identifies potential projects, creates project and operating cost estimates and project descriptions. October/November 2024 Kickoff Meeting with whole Committee to explain timing, process and to familiarize them with status of 2020 Bond Program. Notes: Principal staff liaisons: Bob Scott, Chris Landrum, Chuck Ewings and Robyn Battle. All ballot questions will be reviewed and approved by bond counsel prior to Council presentation. Town cannot provide financial support or otherwise advocate for passage. Its role will be strictly informational in nature. Page 292 Item 14.