HomeMy Public PortalAbout015-2020 - Fire - Boundtree Medical LLC - Medical SuppliesPURCHASE AGREEMENT
THIS PURCHASE AGREEMENT made and entered into this M day of V1101%,Q , 2020,
by and between the City of Richmond, Indiana, a municipal corporation acting by and through its
Board of Public Works and Safety (hereinafter referred to as the "City") and Bound Tree Medical,
LLC, 5000 Tuttle Crossing Boulevard, Dublin, Ohio, 43016 (hereinafter referred to as the
"Contractor"). _
SECTION 1. STATEMENT AND SUBJECT OF AGREEMENT
City hereby retains Contractor to furnish supplies, medication, equipment, and equipment dispensing
inventory machines (hereinafter collectively referred to as "equipment") for the City of Richmond
Fire Department as periodically ordered by the Fire Department during the 2020 calendar year.
A Request for Quotes, dated December 3, 2020, have been made available for inspection by
Contractor, are on file with the Fire Department, are hereby incorporated by reference, and made a
part of this Agreement. Contractor agrees to abide by the same. The response of Contractor to said
Request for Quotes is attached hereto as "Exhibit A", which Exhibit was received December 10,
2019, consists of seven (7) pages, and is hereby incorporated by reference and made a part of this
Agreement. Contractor agrees to comply with all terms and conditions contained in "Exhibit A."
Delivery of any equipment that does not meet all specifications listed on "Exhibit A" will be
considered a breach of this Agreement.
Contractor shall not, modify or alter any standard warranty from the manufacturer of the above
described equipment. Nothing contained herein shall prevent Contractor from providing any
additional or supplemental warranty in addition to that provided by the Manufacturer. Further,
Contractor shall provide City with copies of its warranty upon receiving a written or verbal request to
receive -such warranty.
Should any provisions, terms, or conditions contained in any of the documents attached hereto as
Exhibits, or in any of the documents incorporated by reference herein; conflict with any of the
provisions, terms, or conditions of this Agreement, this Agreement shall be controlling.
The Contractor shall furnish all labor material, equipment, and services necessary for and incidental
to the proper completion of this Purchase Agreement.
No performance of services shall commence until the following has been met:
1. The City is in receipt of any required certificates of insurance; and
2. A purchase order has been issued by the Purchasing Department.
Contract No. 15-2020.
Page 1 of 6
1 r,
SECTION II. STATUS OF CONTRACTOR
Contractor shall be deemed to be an independent contractor and is not an employee or agent of the.
City of Richmond. The Contractor shall provide, at its own expense, competent supervision of the
completion of this Purchase Agreement.
SECTION III. COMPENSATION
City shall pay Contractor at the quote amounts described on "Exhibit A" for equipment ordered and
to be furnished for the 2020 calendar year and for any additional years of this Agreement as
described in Section IV (Term of Agreement). The parties understand, acknowledge, and agree that
the Fire Department anticipates that it will purchase a minimum of Eighty Thousand Dollars
($80,000.00) worth of equipment annually for each year of this Agreement to be furnished pursuant
to this Agreement. As such, a specific not -to -exceed amount is not included with this Agreement,
although the parties expect a good faith willingness of the Fire Department to commit to ordering
equipment in amounts that collectively meet the above -described annual minimum. Notwithstanding
this, the annual payable amounts are anticipated not to exceed Ninety Thousand Dollars and Zero
Cents ($90,000.00) for each effective year of this Agreement.
SECTION IV. TERM OF AGREEMENT
This Agreement shall become effective when signed by all parties and shall continue in effect until
delivery and acceptance of the ordered equipment. The City shall retain two (2) options to renew this
Agreement for the 2021 and 2022 calendar years with the same quotes, rates, terms, and conditions
as set forth herein.
Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part,
for cause, at any time by giving at least five (5) working days written notice specifying the effective .
date and the reasons for termination which shall include but not be limited to the following:
a. failure, for any reason of the Contractor to fulfill in a timely and proper manner its
obligations under this Agreement;
b. submission by the Contractor to the City of reports that are incorrect or incomplete in any
material respect;
c. ineffective or improper use of funds provided under this Agreement;
d. suspension or termination of the grant funding to the City under which this Agreement is
made; or
e. unavailability of sufficient funds to make payment on this Agreement.
In the event of such termination, the City shall be required to make payment for all work performed
prior to the effective date by Contractor, but shall be relieved of any other responsibility herein.
Page 2 of 6
This Agreement may also be terminated, in whole or in part, by mutual Agreement of the parties by
setting forth the reasons for such termination, the effective date; and in the case of partial
termination, the portion to be terminated.
SECTION V. INDEMNIFICATION AND INSURANCE
Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to person or
property or any other claims which may arise from the Contractor's conduct or performance of this
Agreement, either intentionally or negligently; provided, however, that nothing contained in this
Agreement shall be construed as rendering the Contractor liable for acts of the City, its officers,
agents, or employees. Contractor shall as a prerequisite to this Agreement, purchase and thereafter
maintain such insurance as will protect it from the claims set forth below which may arise out of or
result from the Contractor's operations under this Agreement, whether such operations by the
Contractor or by any sub -contractors or by anyone directly or indirectly employed by any of them; or
by anyone for whose acts the Contractor may be held responsible.
Coverage
Limits.
A.
Worker's Compensation &
Statutory
Disability Requirements
B.
Employer's Liability
$100,000
C.
Comprehensive General Liability
Section 1. Bodily Injury
$1,000,0.00. each occurrence
$2,000,000 aggregate
Section I Property Damage
$1,000,000 each occurrence
D.
Comprehensive Auto Liability
Section 1. Bodily.Injury
$1,000,000 each person
$1,000,000 each occurrence
Section 2. Property Damage
$1,000;000 each occurrence
E.
Comprehensive Umbrella Liability
$1,000,000 each occurrence
$2,000,0.00 each aggregate
SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW
Contractor shall comply with all provisions of the Indiana. Worker's Compensation law, and shall,
before commencing work under this Agreement, provide the City a certificate of insurance, or a
certificate from the industrial board showing that the Contractor has complied with Indiana Code
Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is. an out of state employer and therefore
subject to another state's worker's compensation law, Contractor may choose to comply with all
Page 3 of 6
provisions of its home state's worker's compensation law and provide the City proof of such
compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law.
SECTION VII. IRAN INVESTMENT ACTIVITIES
Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in
investment activities in Iran. In the. event City determines during the course of this Agreement that
this certification is no longer valid, City shall notify Contractor in writing of said determination and
shall give contractor ninety (90) days within which to respond to the written notice. In the event
Contractor fails to demonstrate to the City that the Contractor has ceased investment activities in Iran
within ninety (90) days after the written notice is given to the Contractor, the City may proceed with
any remedies it may have pursuant to IC 5-22-16.5. In the event the City determines during the
course of this Agreement that this certification is no longer valid and said determination is not
refuted by Contractor in the manner set forth in IC 5-22-16.5, the City reserves the right to consider
the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of
the ninety (90) day period set forth above.
SECTION VIII. PROHIBITION AGAINST DISCRIMINATION
A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting on
behalf of Contractor or any sub -contractor shall not discriminate against any employee or applicant
for employment to be employed in the performance of this Agreement, with respect to hire, tenure,
terms, conditions or privileges of employment or any matter directly or indirectly related to
employment, because of race, religion, color, sex, disability, national origin, or ancestry.
B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees:
1. That in the hiring of employees for the performance of work under this Agreement of
any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of
Contractor or any sub -contractor, shall not discriminate by reason of race, religion, color, sex,
national origin or ancestry against any citizen of the State of Indiana who is qualified and
available to perform the work to which the employment relates;
2. That Contractor, any sub -contractor, or any person action on behalf of Contractor or
any sub -contractor shall in no manner discriminate against or intimidate any employee hired
for the performance of work under this Agreement on account of race, religion, color, sex,
national origin or ancestry;
3. That there may be deducted from the amount payable to Contractor by the City under
this Agreement, a penalty of five dollars .($5.00) for each person for each calendar day during
which such person was discriminated against or intimidated in violation of the provisions of
the Agreement; and
4. That this Agreement may be canceled or terminated by the City and all monies due or
to become due hereunder may be forfeited, for a second or any subsequent violation of the
terms or conditions of this section of the Agreement.
Page 4 of 6
C. Violation of the terms or conditions .of this Agreement relating to discrimination or
intimidation shall be considered a material breach of this Agreement.
SECTION IX. RELEASE- OF LIABILITY
Contractor hereby agrees to release and hold harmless the City and all officers, employees, or agents
of the same from all liability for negligence which may arise in the course of Contractor's
performance of its obligations pursuant to this Agreement.
SECTION X. MISCELLANEOUS
This Agreement is personal to the parties hereto and neither party may assign or delegate any of its
rights or obligations hereunder without the prior written consent of the other party. It shall be
controlled by Indiana law and shall be binding upon the parties, their successors and assigns. It
constitutes the entire Agreement between the parties, although it may be altered or amended in whole
or in part at any time by filing with the Agreement a written instrument setting forth such changes
signed by both parties.
This Agreement may be simultaneously executed in several counterparts, each of which shall be an
original and all of which shall constitute but one and the same instrument.
The parties hereto submit to jurisdiction of the courts of Wayne County, .Indiana, and suit arising
under this Contract, if any, must be filed in said courts._ The parties specifically agree that no
arbitration or mediation shall be required prior to the commencement of legal proceedings in said
Courts
Any person executing this Contract in a representative capacity hereby warrants that he has been duly
authorized by his or her principal to execute this Contract.
In the event of any breach of this Agreement by Contractor, and in addition to any other damages or
remedies, Contractor shall be liable for all costs incurred by City due to the enforcement of this
Agreement, including but not limited to City's reasonable attorney's fees, whether or not suit is filed.
[Signature Page to Follow.]
Page 5 of 6
In the event that an ambiguity or question of intent or a need for interpretation of this Agreement
arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or
burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the
provisions of this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of the
day and:year first written above, although signatures may be affixed on different dates.
"CITY" "CONTRACTOR"
THE CITY OF RICHMOND, BOUND TREE MEDICAL, LLG.
INDIANA BY AND THROUGH ITS BOARD 5000 Tuttle Crossing Boulevard
OF PUBLIC WORKS AND SAFETY Dublin, OH 43016
By: iliL�[. ���� By:
Vicki Robinson, President
By:
mily almer, Member
By:
Matt Evans, Member
Date: - Z A.a 0 .
Page 6 of 6
Printed: . GiAA'0y'
Title: Wpl I11 f-7 WLAA rN4S S4 4;61K5
Bound Tree
F R.ICHMO%D -
FIRE DEPARTMENT
2020 EMS BID
DUE - DECEMBER 10, 2019
DAVE SNOW
Mayor
JERRY L PIURCELL
Fin: Chief
BENJAMIN K. SIMMONS
Chierof EMS
CITY OF RICHMOND
FIRE DEPARTMENT
101 SOUTH FIFTH STREET-RICHMOND, INDIANA 47374
PHONE (765) 993-7266 -- FAX (765) 962-1808
E-mail, jputccH@richmondindiana.gov
E-mail bs6monserichmondindiana.gov
In order to streamline purchases and alleviate repeated quotes during the year, this office has elected to
obtain quotes that would encompass the year 2020. The company submitting the lowest bid, for the
greatest number of exact items listed; and meeting_ the majority of additional criteria will be awarded a
Blanket Purchase Order for a one year period beginning January 1, 2020 through December 31,
2020. Items will be purchased against this purchase order multiple times throughout the year.
In order to be fair to all quoting, please quote the exact item listed. In the event the specific item is not
available through your company, please quote the next most comparable item. NOTE: PRICES MUST
BE FIRM JANUARY 1, 2020 THROUGH DECEMBER-31, 2020.
Please include responses to all additional criteria, including but not limited to, shipping and handling
charges, delivery time; and method of order placement:
P-lease-respond with your quotes, to this office via email, by Tuesday, December 10, 2019.'
If you should have any questions please feel free to contact me by phone or email.
THIS IS NOT AN ORDER
This is a request for a price quote for the services or materials described herein. Any additional
specifications may be attached hereto: This is not an order and the Richmond Fire. Department reserves
the right to accept all or part, or decline the entire proposal, Please complete your full name, address,
and phone number below with signature; itemize all prices and charges where requested; respond to
additional criteria in narrative form; and provide explanation for any substitution to specifications
altered. Please return in care of Richmond Fire Department via email. by the specified date and time to
be considered unless otherwise specified..
State Tax Exemption No. 003121909-001 NAME OF FIRM QUOTING
By:,,
Benjamin Simmons
Deputy Chief of EMS
Page 1 of 4
Bound Tree Medical, LLC
Christopher Fy e
BY tracts
AuthoWdBy / Title
Date 12/10/201.9
Phone 800.533.0523
Item name
UOM
Price '
Exact/Comp
i=Gel® 02 Resus Pack, Size 5, Large Adult
CS'(CS of 6 EA)
��FW
YES
i-Gel®-02"Resus Pack, Size4, Medium Adult
CS (CS of 6 EA)
WNW
YES
i=gel® 02 Re"sus Pack; Siie 3; 5ma11'Adult
CS (CS of 6 ESIM A)
YES
SPUR® lI Resuscitator with Bag Reservoir, Adult, Medium Mask;"Individually Bagged
CS (CS of 12 EA)
$11 8.80
YES.
SputQsl 11 Pediatric Resuscitators W/Bag Reservoir, Neo, Infant and Toddler Masks
CS (CS of 6 EA)
$91.50.
YES.
Combat Application Tourniquet, Orange
EA (EA)
$25.13
YES
InsyteT"I AutoguardT"I BC Shielded Non -winged IV Catheters with Blood Control Technology,
..20a x 1.16in I.. Pink.
CS (CS of 200 EA)
$456.00
.YES
InsyteT"1 AutoguardT"I BC Shielded Non -winged IV Catheters with Blood Control Technology,
22ga x l in L, Blue
CS (CS o f 200 EA) "
456.00
YES
InsyteT"' AutoguardT"r BC Shielded Non -winged IV Catheters with Blood Control Technology,
18ga x 1.16in L. Green
"CS (CS of 200 EA)
456.00
YES
InsyteT111 Autoguardn' BC Shielded Non -winged IV Catheters with Blood Control Technology,
24ga x 0.75in L, Yellow
CS (CS of 200 EA)
456.00
YES
InsyteT"+ AutoguardT111 BC Shielded Non -winged IV Catheters with Blood Control Technology,
.16ga x 1.16in. L, Gray
CS (Cs of200 EA)
$482.00
YES .
Assure® Pfism Multi Blood Glucose Test Strips '
BX (BX of5TEA)
YES'
Perfit ACE® Extrication Collar, Adult, White/Light Grey
CS (CS of 30
YES
Mini Perfit ACEV Extrication Collar, Pediatric, Yellow/Light Grey'
CS (CS of 30
YESDisposable
Finger Sensor, Pediatric
BX (BX of 1
YES
MAD NasalT"r Intranasal Mucosal Atomization Device without Syringe :
BX (BX of 2
YES
Multi -use One Piece Sharps Collector, 6.94t
CS (CS of 12 EA)
YES
Safety Sharp -Trap Non -sterile Bio-Disposable Container, Red
CS (CS of (00 EA)
175.00
YES
Wallsafe Sharps Container, 5qt, Red
CS (CS of 24 EA)
142.80
YES
OMNIT"r PRO BLSIALS Toial System Bag with M4L Ballistic Armored Protection, Blue
EA (EA)
$345.6
YES
LA'Rescue 02 To Go Pro Plus Bag. 28in L x 12in W x 10in H
EA (EA)
$ I QH.I 5
YES
Supreno® SE Exam Gloves, Blue, Small
CS (CS of 10 BX)
$97,00.
.YES
Supreno® SE Exam Gloves, Blue, Medium
CS (CS of 10 BX)
$97.00 ,
YES
Supreno® SE Exam Gloves, Blue,.Large
CS (CS of 10 BX)
$97.00
YES
Supreno® SE Exam Gloves, Blue, XL
CS (CS of 10 BX)
$97.00:
YES:
Smart CapnoL'ineg Plus, Oral -Nasal, Adult/Intermediate, Tubing Female Connector
BX (BX of 100 EA)
YES
FilteiLincO Set,'Adult/Pediatric, 13ft
BX (BX of 100 EA)
YES
Rapid Cold"I Disposable Ice Packs, 5-1/2m x.IDin
CS (CS of 24 EA)52
, ,
YES:
ARSO Needle DecompressionKit, 14 Gauge
EA (EA) .:
YES
CPR Pocket Mask'with Oxygen Inlet, Head Strap and Case
EA (EA) '
YES
Curti"p lez® Tracheostom Nook, Stainless S[ee1.
y. ....
EA (EA)
YES.
Thomas ET Tube. Holder, Adult, Blue
EA (EA)
$_2 .88
YES:
Thomas ET Tube Holder, Pediatric, Pink
EA (EA)
$7.88
YES
Curaplex® Cuffed Endotracheal Tube Flexx Set with. Introducer, 9mm Size
BX (BX of 10 EA)
14.60 .
YES
Curaplex® Cuffed Endotracheal Tube Flexx Set with Introducer, 6mm Size
BX (BX of I0,EA)
14.60
YES
Curaplex® Cuffed Endotracheal Tube Flexx Set with Introducer, 6.5mm Size
BX (BX of 10 EA)
14.60
YES'
Cuiaplex® Cuffed Endotracheal Tube Flexx Set with lntroducei, 7mm Size
BX (BX of 10 EA)
14.60
YES
Curaplex®Ctiffed Endotracheal Tube Flexx Set with Introducer; 7.5rnm'Size
BX BX of 10 EA
( )
14.60
S
Curaplex®Cuffed Endotracheal Tube Flexx Set with Introducer, 8mm Size
BX (BX of 10 EA)
14,60
YES
Curti lex® Cuffed Endotracheal Tube Flexx Set with Introducer, 8.5mm' Size"
p
BX BX-of l0 EA
( )
14:60
YES
Page 2 of 4
co)
Nose Clip, Plastic
BG (BG of 100 EA)YES
Cumplex@ Nasal Cannula, Green, Pediatric
CS (CS of 50 EA)
YES
CumplexG Nasal Cannula, Green, Adult
CS (CS of 50 EA)
YES
Bum Sheet, Sterile, SMS Blue, 60in x 90in
CS CS of 12 EAYES
'07
Rapid HeatTM Disposable Hot Compress, I Iin x 5-1/2in
CS (CS of 24 EA)
YES
Cumplex@ OB Kit with Umbilical Scissors; Poly Bagged, Latex -Free
EA (EA)
YES
CuraplexV Paramedic Shear, Size 7.5in, Neon Pink
BX (BX of 50 PR)
YES
Nail Polish Remover Pad
CS (CS of 10 BX)
31
YES
Multi•Trauma Dressing, Sterile, loin x 30in
CS (CS of 50 EA)YES
Curaplex® Instant Head Immobilizer, Adult
CS (CS of 20 EA)
YES
SAMO Splint, Aluminum/Foam, Orange/Blue, Rolled
CS (CS.of 60 EA)
YES
Naloxone, 2 mg, 2ml, Luer let Prefilled Syringe
CS (CS of 10 EA)
YES
Adenosine 6mg, 2ml Vial
BX (BX of 10 EA)
YES
Adrenalin (Epinephrine) ]mg. 1 ml Vial (l :1000)
PK (PK of 25 EA)
47t5-�
YES
,Epinephrine, 1:10,000, lmg,l0ml, LifeShield Prefilled Syringe *Box Quantity*
BX (BX of 10 EA)
YES
Epinephrine, 1:10,000, 1 mg. 10ml, Lucr Jet Prefilled Syringe
PK (PK of 10 EA)
$95.50
YES
Amiodarone, 150mg, 3ml Vial
PK (PK of 25 EA)
3700.00
YES
Sodium Bicarbonate, 8.4%, 50ml Luer let Prefilled Syringe
PK (PK of 10 EA)
$146 g
YES:
Sodium Bicarbonate, 8.4 %, 50ml LifeShield Prefilled Syringe *Box Quantity*
BX (BX of 10 EA)
$ l 08.2
YES.
Ondansetron, 4MG, 2ML Vial
BX (BX of 25 EA)
YES
Benadryl® Diphenhydmmine Hydrochloride Injection, 50mg/ml,1 ml Vial
PK (PK of 25 EA)
YES
Tranexamic Acid I00mg/m1, I Oml vial
BX (BX of 10 EA)
YES
Magnesium Sulfate 50%, 1gm, 2ml Vial
BX (BX of 25 EA)
YES
Aspirin Chewable Tablets, 81 mg, Orange Flavor, 36/BT
BT (BT of 36 EA)
l
YES
Nitrostat, 0.4mg Sublingual Tablets, 25/Bottle
BX (BX of 4 BT)
$153.5
YES
Dopamine 400mg / Dextrose 5%, 250ml Bag
CS (CS of 18 EA)
$247.5
YES
Dextrose LifeShield Prefilled Syringe, 50116, 25g, 50mL *Box Quantity*
BX (BX of 10 EA) .
$99,90
YES
Dextrose Injection Solution, USP Grade, 50%, 5OmL
PK (PK of 10 EA)
YES
Dextrose Ansyr Prefilled Syringe, 50%, 50mL *Box Quantity*
BX (BX of 10 EA)
YES
Lidocaine, 2%, 100mg, 5ml Luer Jet Prefilled Syringe
PK (PK of 10 EA)
369.90
YES
Lidocaine, 2%, I00mg, 5ml Ansyr Prefilled Syringe *Box Quantity*
BX (BX of 10 EA)
$39.00
YES
Atropine, 1 mg, i Oml Luer Jet Prefilled Syringe
PK (PK of 10 EA)
$111.49
YES
Atropine, 1 mg, I Oml LifeShield Prefilled Syringe *Box Quantity*
BX (BX of 10 EA)
$114.9S
YES
Albuterol, 2.5mg, 0.83mg/ml, 3ml Unit Dose, Individually Wrapped, 30/Box
BX (BX of 30 EA)
YES .
Ipmtropium Bromide Inhalation Solution, 2.5mL, 0.02%, Individually Wrapped
BX (BX of 30 EA)
. ;
YES
SOLU-MEDROLO Act-O-Vial System,125 mg, 2ml *Box Quantity*
BX (BX of 25 EA)
2- _ ,.
YES
Glucagon Kit Img w/ 1 Vial, Sterile Water ImL
EA (EA)
$148.9S
YES
G3 Medicine Cell, Red _
EA (EA) .
$55.99
YES
Vial Strandn'
PK (PK of4 EA)
$16.50
YES
*Please see: attached document to see how to save S60 per case.
Page of
:�, y6,-lm
* viz 75
F.. � Bound Tree
- •
Quotation#:
12/16/2019
Account Number: 110677-SHIP004
BILL -TO
SHIP -TO
CITY OF RICHMOND
CITY OF RICHMOND
50 N 5TH ST
101 S 5TH ST
RICHMOND, IN 47374-4277
RICHMOND, IN 47374-4222
Ship Method:.: >$150. NO FRT
Payment Terms: NET 30
Contact Name'
Phone Number
Item UOM Description
Qty
Price
Ext.Price Exp.Date
AMIODARONE 150MG 3ML VIAL 25EA/PK
0616 03 25/PK 30PK/CS-
1 $ 42.75
$ 42.75 06/30/2020
F918601 24/CS RAPID HEAT WITH DIVIDER 24/CS
$ 26.75
$ 26.75 06/30/2020
Quote Total
$ 69.60
SARAH DAWES
Boundtree INDIANA ACCOUNT MANAGER
i
Phone:.317.508.8439 1 Fax:
SARAH.DAWES@BOUNDTREE.COM
Sales tax will be applied to customers who are not exempt.
Shipping charges will be prepaid and added to the -invoice unless otherwise stated.
This quotation is valid until the quote expires or the manufacturer's price to Bound Tree Medical increases.
To place an order, please visit our website. at www.boundtree.com, login and add to your shopping cart
or.call (800) 533-0523
fax (800) 257-5713
j ;j .
c
Additional Criteria
1. Is shipping and handling included/waived?
Shipping is reflected in the pricing provided.
2. Is delivery time within 2 business days?
Yes. Shipping takes 2-3 days ARO for items. that are in stock at time of purchase.
3. Is online order placement available?
Yes. Please visit www.boundtree.com to place an order.
4. Are purchase orders accepted?
Yes.
5. Are you able to provide a Controlled Access Inventory Management and Tracking System?
Yes. Please see attached documents for additional information.
6. Does the Sales Representative reside and operate in the Central Indiana region in order to provide
local monitoring and maintenance of the account?
Yes. The Bound Tree Medical sales representative for the Central Indiana region is Sarah Dawes.
Page 4 of 4
Bound Tree Medical would like to offer an inventory management_system (UCAPIT-hardware /
VendNovations/Operative IQ -software) as part of our bid submission. If the City of Richmond is
Interested in understanding this more please reach out to your local Bound Tree Account Manager.
The inventory management system would be available to the City. of Richmond at no cost for the
entirety contract with additional terms and conditions applied. Please note: This is an additional
offering and does not change our bid submission.
COST SAVINGS AND MATERIALS MANAGEMENT PROVIDED BY BOUND TREE MEDICALS INVENTORY
MANAGEMENT SOLUTION:
d
■ii
III
1=.1
Fieduces Inventory carrying
Eliminates'shrink7 and hoarding
Eliminates waste due to expired
Provides full, real-time reporting
costs
products and pharmaceuticals
of haw, what; why and where
Provides access to inventory
Meets the FDA and DEA federal
Reduces administration costs
Increases the time apparatus
while maintaining control and
guidelines for pharmaceutical
and streamlining operations
trucks can be in service
security
management
UPCAPIT PRODUCTS AVAILABLE:
j
r
,5
CAP 5 Dispenser
CAP 3 Dispenser
CAP 12 Door Locker
CAP 3 or Door Locker