Loading...
HomeMy WebLinkAboutC2016-386 - 9/20/2016 - Approved 46:71:13-1: I SUPPLY AGREEMENT NO. 150 ►OR ias2 Corpus Christi Fire Department Medications THIS Corpus Christi Fire Department Medications Supply Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Life-Assist, Inc ("Supplier"), effective for all purposes upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Supplier has bid to provide Corpus Christi Fire Department Medications in response to Request for Bid No. 150 ("RFB"),which RFB includes the required scope of work and all specifications and which RFB and the Supplier's bid response are incorporated by reference in this Agreement as Exhibits 1 and 2, respectively, as if each were fully set out here in its entirety. NOW, THEREFORE, City and Supplier agree as follows: 1. Scope. Supplier will provide Corpus Christi Fire Department Medications in accordance with the attached Scope of Work, as shown in Attachment A, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. "Goods," "products", and "supplies", as used in this Agreement, refer to and have the same meaning. 2. Term. This Agreement is for 12 months. This Agreement includes an option to extend the term for up to zero additional zero-month periods ("Option Period"), provided, the parties do so prior to expiration of the original term or the then-current Option Period. The decision to exercise the option to extend the term of this Agreement is, at all times, within the sole discretion of the City and is conditioned upon the prior written agreement of the Supplier and the City Manager. 3. Compensation and Payment. The total value of this Agreement is not to exceed $163,867.84, subject to approved extensions and changes. Payment will be made for goods delivered and accepted by the City within 30 days of acceptance, subject to receipt of an acceptable invoice. All pricing must be in accordance with the attached Bid/Pricing Schedule, as shown in Attachment B, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under City of Corpus Christi Page 1 of 7 2016-386 9/20/16 M2016-104 Life-Assist Inc. INDEXED this Agreement, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Agreement is as follows: Mickie Flores-Battalion Chief Fire Department Phone: 361-826-3941 Email: mickief@cctexas.com 5. Insurance. Before performance can begin under this Agreement, the Supplier must deliver a certificate of insurance ("COI"), as proof of the required insurance coverages, to the City's Risk Manager and the Contract Administrator. Additionally, the COI must state that the City will be given at least 30 days' advance written notice of cancellation, material change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within 10 days of the City Manager's written request. Insurance requirements are as stated in Attachment C, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. 6. Purchase Release Order. For multiple-release purchases of products to be provided by the Supplier over a period of time, the City will exercise its right to specify time, place and quantity of products to be delivered in the following manner: any City department or division may send to Supplier a purchase release order signed by an authorized agent of the department or division. The purchase release order must refer to this Agreement, and products will remain with the Supplier until such time as the products are delivered and accepted by the City. 7. Inspection and Acceptance. Any products that are delivered but not accepted by the City must be corrected or replaced immediately at no charge to the City. If immediate correction or replacement at no charge cannot be made by the Supplier, a replacement product may be bought by the City on the open market and any costs incurred, including additional costs over the item's bid price, must be paid by the Supplier within 30 days of receipt of City's invoice. 8. Warranty. The Supplier warrants that all products supplied under this Agreement are new, quality items that are free from defects, fit for their intended purpose, and of good material and workmanship. The Supplier warrants that it has clear title to the products and that the products are free of liens or encumbrances. In addition, the products purchased under this City of Corpus Christi Page 2 of 7 Supply Agreement Standard Form Approved as to Legal Form 7/1/16 Agreement shall be warranted by the Supplier or, if indicated in Attachment D by the manufacturer, for the period stated in Attachment D. Attachment D is attached to this Agreement and is incorporated by reference into this Agreement as if fully set out here in its entirety. 9. Quality/Quantity Adjustments. Any quantities indicated on the Bid/Pricing Schedule are estimates only and do not obligate the City to order or accept more than the City's actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the Agreement and including any Option Period. Substitutions and deviations from the City's product requirements or specifications are prohibited without the prior written approval of the Contract Administrator 10. Non-Appropriation. The continuation of this Agreement after the close of any fiscal year of the City,which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Agreement as an expenditure in said budget, and it is within the sole discretion of the City's City Council to determine whether or not to fund this Agreement. The City does not represent that this budget item will be adopted, as said determination is within the City Council's sole discretion when adopting each budget. 11. Independent Contractor. Supplier will perform the work required by this Agreement as an independent contractor and will furnish such products in its own manner and method, and under no circumstances or conditions will any agent, servant or employee of the Supplier be considered an employee of the City. 12. Subcontractors. Supplier may use subcontractors in connection with the work performed under this Agreement. When using subcontractors, however, the Supplier must obtain prior written approval from the Contract Administrator if the subcontractors were not named at the time of bid. In using subcontractors, the Supplier is responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of the Supplier. All requirements set forth as part of this Agreement, including the necessity of providing a COI in advance to the City, are applicable to all subcontractors and their employees to the same extent as if the Supplier and its employees had performed the work. 13. Amendments. This Agreement may be amended or modified only by written change order signed by both parties. Change orders may be used to modify quantities as deemed necessary by the City. City of Corpus Christi Page 3 of 7 Supply Agreement Standard Form Approved as to Legal Form 7/1/16 14. Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. 15. Taxes. The Supplier covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other related taxes. Upon request, the City Manager shall be provided proof of payment of these taxes within 15 days of such request. 16. Notice. Any notice required under this Agreement must be given by fax, hand delivery, or certified mail, postage prepaid, and is deemed received on the day faxed or hand-delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO CITY: City of Corpus Christi Attn: Mickie Flores Battalion Chief 1201 Leopard St. Corpus Christi, Texas 78401 Fax: 361-826-3968 IF TO SUPPLIER: Life-Assist, Inc Attn: Cherise Akers Contract Manager Address:1 1277 Sunrise Park Drive, Rancho Cordova, California 95742 Fax: 800-290-9794 17. SUPPLIER AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS ("INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS AND CAUSES OF ACTION OF ANY NATURE WHATSOEVER ON ACCOUNT OF PERSONAL INJURIES (INCLUDING DEATH AND WORKERS' COMPENSATION CLAIMS), PROPERTY LOSS OR DAMAGE, OR ANY OTHER KIND OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH THIS AGREEEMENT OR THE PERFORMANCE OF THIS AGREEMENT, REGARDLESS OF WHETHER THE INJURIES, DEATH OR DAMAGES ARE CAUSED OR ARE CLAIMED TO BE CAUSED BY THE City of Corpus Christi Page 4 of 7 Supply Agreement Standard Form Approved as to Legal Form 7/1/16 CONCURRENT OR CONTRIBUTORY NEGLIGENCE OF INDEMNITEES, BUT NOT IF BY THE SOLE NEGLIGENCE OF INDEMNITEES UNMIXED WITH THE FAULT OF ANY OTHER PERSON. SUPPLIER MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING FROM ANY SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF SUPPLIER UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. 18. Termination. (A) The City Manager may terminate this Agreement for Supplier's failure to perform the work specified in this Agreement or to keep any required insurance policies in force during the entire term of this Agreement. The Contract Administrator must give the Supplier written notice of the breach and set out a reasonable opportunity to cure. If the Supplier has not cured within the cure period, the City Manager may terminate this Agreement immediately thereafter. (B) Alternatively, the City Manager may terminate this Agreement for convenience upon 30 days advance written notice to the Supplier. The City Manager may also terminate this Agreement upon 24 hours written notice to the Supplier for failure to pay or provide proof of payment of taxes as set out in this Agreement. 19. Assignment. No assignment of this Agreement by the Supplier, or of any right or interest contained herein, is effective unless the City Manager first gives written consent to such assignment. The performance of this Agreement by the Supplier is of the essence of this Agreement, and the City Manager's right to withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. 20. Severability. Each provision of this Agreement is considered to be severable and, if, for any reason, any provision or part of this Agreement is determined to be invalid and contrary to applicable law, such invalidity shall not impair the operation of nor affect those portions of this Agreement that are valid, City of Corpus Christi Page 5 of 7 Supply Agreement Standard Form Approved as to Legal Form 7/1/16 but this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 21. Order of Precedence. In the event of any conflicts or inconsistencies between this Agreement, its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference to the documents in the following order of priority: A. this Agreement and its attachments B. the bid solicitation document, including addenda (Exhibit 1) C. the Supplier's bid response (Exhibit 2) 22. Certificate of Interested Parties. Supplier agrees to comply with Texas Government Code Section 2252.908, as it may be amended, and to complete Form 1295 "Certificate of Interested Parties" as part of this Agreement. 23. Governing Law. This Agreement is subject to all federal, State, and local laws, rules, and regulations. The applicable law for any legal disputes arising out of this Agreement is the law of the State of Texas, and such form and venue for such disputes is the appropriate district, county, or justice court in and for Nueces County, Texas. 24. Entire Agreement.This Agreement constitutes the entire agreement between the parties concerning the subject matter of this Agreement and supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties. (SIGNATURE PAGE FOLLOWS) City of Corpus Christi Page 6 of 7 Supply Agreement Standard Form Approved as to Legal Form 7/1/16 • SUPPLIER ( 4LLL - Printed Signature: /Name: Cherise Akers Title: Contracts Manager Date: 9/6/16 CITY OF CORPUS CHRISTI (� Signature: MO�� - Printed Name: c__ ` r G--z_. Title: 60 cLA-e e i v .a„4 Date: q - - ' e I ATTEST: ce._�y At't.Q�t REBECCA HUERTA CITY SECRETARY Attached and Incorporated by Reference: Attachment A: Scope of Work ��I ��- ��, I Attachment B: Bid/Pricing Schedule .AUINUtc�c�. Attachment C: Insurance Requirements Attachment D: Warranty Requirements sY COUNCIL Y-' Incorporated by Reference Only: SECRETARY Exhibit 1: RFB No. 150 Exhibit 2: Supplier's Bid Response City of Corpus Christi Page 7 of 7 Supply Agreement Standard Form Approved as to Legal Form 7/1/16 ATTACHMENT A- SCOPE OF WORK Section 4 - Scope of Work 4.1 General Requirements The Contractor will provide medications in accordance with the specifications listed herein. These medicines will be utilized by the Corpus Christi Fire Department, Emergency Medical Services (EMS) technicians, to treat patients. This term contract will provide unit pricing for specified items to be purchased on an "as needed" basis by the Emergency Medical Services (EMS) Division of the Corpus Christi Fire Department. 4.2 Scope of work 1. Delivery Contractor shall make inside delivery to City locations within five calendar days to the addresses specified. All prices will be quoted F.O.B. destination, inside delivery to City of Corpus Christi facility, freight prepaid. Expedited forty-eight hour delivery services may be required in some instances; therefore, Contractor must be able to provide such service. Additional freight will be paid only when the City has made a request for expedited delivery. Delivery, as used in this section, means the goods ordered and received by the City. Receipt of goods that do not conform to specifications will not be accepted by the City. Contractor understands and agrees that the City may, at its discretion, cancel any backorders due to the Contractor's inability to deliver the product within the five calendar day stipulation. Cancelations shall be in writing and sent to Vendor by email, fax, or mail. No restocking fee or payment of any kind shall be owed for orders canceled due to Contractor's inability to meet the five day delivery deadline. Returns to Contractor of late orders received after the cancellation notice has been sent shall be at Contractor's expense. The City may seek the products from another party if Contractor fails to deliver on time. Delivery must be made during normal working hours, Monday through Friday, 8:00 a.m. to 5:00 p.m. C.T. 2. Defective Goods Contractor shall pay for return shipment on any goods that arrive in a defective, unusable or inoperable condition. Contractor must arrange for the return shipment of damaged goods. 3. Product Expiration Contractor shall provide medical supplies with a minimum expiration date of 12 months after the delivery date. Any materials delivered with an expiration date of Page 13 of 15 RFB Template 4.15.16 • less than 12 months will be returned to Contractor for credit or replacement at Cotnractor's expense. 4. Discontinued Items In the event that a manufacturer discontinues particular product(s), the City may allow Contractor to provide a substitute for the discontinued product(s) or delete the product(s) from the contract altogether. If Contractor requests permission to substitute a new product, Cotnractor shall provide the following to the City: a. Documentation from the manufacturer that the product has been discontinued. b. Documentation that names the replacement product. c. Documentation that provides clear and convincing evidence that the replacement product meets or exceeds all specifications of the original product. d. Documentation that provides clear and convincing evidence that the replacement product will be compatible with all the functions or uses of the discontinued product. e. Documentation confirming that the price for the replacement is the same as or less than the discontinued product. f. These provisions related to product discontinuance apply only to products specifically listed in this solicitation document. 4.3 Special Instructions Monthly orders of required medications (except for controlled medications listed below in special instructions section), will need to be shipped to: Corpus Christi Fire Department Attention: EMS Supply Coordinator 1501 Holly Road Corpus Christi, Texas, 78417 *All controlled medications to be shipped as per DEA regulations to address on DEA Certificate. Corpus Christi Fire Department 2406 Leopard Street, Suite 300 Corpus Christi, Texas 78408 Controlled Medication: *Diazepam (Valium) *Midazolam (Versed) *Morphine Sulfate Page 14 of 15 RFB Template 4.15.16 ATTACHMENT B-BID/PRICING SCHEDULE gyt35 off' il. CITY OF CORPUS CHRISTI BID FORM PURCHASING DIVISION 4+10 RFB NO. 150 M Il URh Corpus Christi Fire Department Medications Date: 7/22/16 Authorized Bidder: Life-Assist, Inc. Signature:a/a/Se4t/a )— 1. Refer to "Instructions to Bidders" and Contract Terms and Conditions before completing bid. 2. Quote your best price for each item. 3. In submitting this bid, Bidder certifies that: a. the prices in this bid have been arrived at independently,without consultation, communication, or agreement with any other Bidder or competitor, for the purpose of restricting competition with regard to prices; b. Bidder is an Equal Opportunity Employer: and the Disclosure of Interest information on file with City's purchasing office, pursuant to the Code of Ordinances, is current and true. c. Bidder is current with all taxes due and company is in good standing with all required governmental agencies. Est. Unit Total Item Description Annual Price Quantity (A) (B) (A x B) 1 ADENOSINE $60.00 PK-10 $ 3,600.00 6mg/2m1 60 NDC # 25021-301-02 Packaged: 10 vial/Carton 2 ALBUTEROL $6.30 PK-30 $307.20 2.5 mg/3m1 48 NDC# 0487-9501-01 Packaged: 30 pouch/Carton 3 ASPRIN $1.08 BT-36 $311.04 81mg/1 tablet 288 NDC#0904-4040-73 • Packaged: 36 tabs/bottle _ 4 ATROPINE SULFATE $11.60 EA $8,352.00 aid as I each but lmg/5m1 720 sold in box-10 NDC# 0409-4910-34 for$116.00 Packaged: 1 syringe/Carton Est. Unit Total Item Description Annual Price Quantity B (A) (A x B) 5 CA GLUCONATE 10% IV $249.00 PK-25 $2,988.00 1 gm/10m1 12 NDC# 63323-311-19 Packaged: 25 vial/Tray 6 CA GLUCONATE 2.5% GEL $36.00 EA $4,320.00 Bid as 1 eachbutsold 25g/1 tube inr$packs f2 o NDC# N/A Packaged: N/A 7 DEXTROSE 60% $68.00 BX-10 $5,712.00 25g/50m1 84 NDC#0409-7517-16 Packaged: 10 syringe/Container 8 DIAZEPAM $314.00 BX-10 $7,536.00 10mg/2m1 24 NDC# 0409-1273-32 Packaged: 10 cartridge/Carton 9 DIPHENHYDRAMINE $24.50Bx-25 $588.00 50mg/1 ml 24 NDC#0641-0376-25 Packaged: 25 vial/Package 10 DOPAMINE $68.50 BX-25 $822.00 Bid as BOX 25 but 200mg/5m112 sold in case-50 NDC#0409-5820-01 for$137.00 Packaged: 25 vial/Tray 11 EPINEPHRINE 1:1000 $375.00 BX-25 $4,500.00 lmg/iml 12 NDC# 42023-159-25 Packaged: 25 vial/Carton 12 EPINEPHRINE 1:10,000 $50.00BX-10 $4,200.00 l mg/10m1 84 NDC#0409-4921-34 Packaged:10 syringe/Package 13 FUROMESIDE $121.00 BX-25 $2,904.00 40mg/4m1 24 NDC#0409-6102-04 Packaged: 25 vial/Tray 14 GLUCAGON $188.75 EA $45,300.00 l mg/l ml 240 NDC#0597-0260-10 Packaged: 1 kit/Per kit Est. Total Annual Unit Item Description _Price Quantity 'CB) (A x B) 15 GLUCOSE PASTE $3.75 EA $1,890.00 15g 504 NDC# N/A Packaged: N/A 16 LABETALOL $75.00 BX-10 $2,700.00 20mg/4m1 36 NDC#0409-2339-34 Packaged: 10 cartridge/Package 17 LIDOCAINE $28.00 BX-10 $2,352.00 100mg/5ml 84 NDC#0409-4903-34 Packaged: 10 syringe/Container 18 LIDOCAINE (PRE-MIXED) $195.00 CS-24 $975.00 2g/500m1 5 NDC#0264-9594-10 Packaged: 24 contanier/Case 19 MAGNESIUM SULFATE 50% $63.00 BX-25 $756.00 5g/10m1 12 NDC# 63323-064-10 Packaged: 25 vial/Tray 20 METHYLPRED $ 4.94 ea $ 2964.00 40mg/1 ml 600 NDC#0009-0047-25 Packaged: N/A sold by bx/25 21 METHYLPRED $235.00 BX-25 $ 5,640.00 125mg/2m1 24 NDC#0009-0047-22 Packaged: 25 vial/Carton 22 NALOXONE $356.25 BX-1C $29,925.00 2mg/2m1 84 NDC# 76329-3369-1 Packaged: 10 syringe/Box 23 MIDAZOLAM $30.00 BX-10 $720.00 5mg/5m1 24 NDC#0409-2305-05 Packaged: 10 vial/Carton _ 24 MORPHINE SULFATE $39.20 BX-10 $1,881.60 10mg/2m1 48 NDC#0409-1893-01 Packaged: 10 cartridge/Carton Est. Unit Total Item Description Annual Price Quantity (B) (A) (A x B) 25 NITROSTAT SPRAY $153.00 EA $ 18,360.00 0.4mg/60m dose 120 NDC# 45802-210-01 Packaged: 1 bottle/Carton 26 ONDANSETRON $16.00 BX-10 $960.00 4mg/2m1 60 NDC# 0409-1120-11 Packaged: 10 syringe/Carton 27 SODIUM BICARBONATE $9.60 EA $ 2,304.00 50mEq/50m1 240 NDC#0409-6637-34 Packaged: 50m1/1 Syringe Allowance: Expedited deliveries for Medications is to be issued by the 1 $1,000.00 $1,000.00 Contract Administrator via task orders. TOTAL 163,867.84 ATTACHMENT C- INSURANCE REQUIREMENTS No Insurance Requirement is necessary for this Supply Agreement. ATTACHMENT D- WARRANTY REQUIREMENTS No warranty is required for the Supply Agreement. CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2016-88917 Life-Assist,Inc. Rancho Cordova,CA United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form Is 07/21/2016 being filed. City of Corpus ChristiCA Date ck�t ^ 3 Provide the identification number used by the governmental entity or state agency to track or identify the co act, provide a description of the services,goods,or other property to be provided under the contract 150 Corpus Christi Fire Department Medications 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary 5 Check only It there is NO Interested Party. ❑ X 6 AFFIDAVIT I swear,or affirm,undern pe airy of perjury,that the above disclosure Is true and correct. ' P. HUYNHU:'i. i>�,' COMM.#210331 7 NR -cKIFINu ACRAMENTO COUNTY U A -COWL EXPIRES 201114 '' - - Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP I SEAL ABOVE h - D• , Sworn o and subscribed before me,by the said t k�i� 3v i I f'"�V ,this the a _day of ( 20 LP d,to certify which,witness my hand and seal of office. ((( NObt Sin tune of r 19esth ring Printed name of offic r administeringoath Title of offi administeringoath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277