Loading...
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