Medical Supplies for Fire Department Emergency Medical Services

Size: px
Start display at page:

Download "Medical Supplies for Fire Department Emergency Medical Services"

Transcription

1 City of Hoover, Alabama Medical Supplies for Fire Department Emergency Medical Services City of Hoover Purchasing Department 2/7/2018

2 INVITATION TO BID City of Hoover, Alabama Bid # Bid Title: Medical Supplies for Fire Department Emergency Medical Services Sealed bids for Medical Supplies for Fire Department Emergency Medical Services will be received by The City Clerk of the City of Hoover, Alabama, 100 Municipal Lane, Hoover, AL 35216, until 1:00 pm Central Time, on Monday, February 26, 2018, at which time they will be publicly opened and read. No Bids will be accepted or opened after the date and time set forth herein. The Bid Specifications are available for public view and copies may be obtained at the office of The City Clerk of the City of Hoover, 100 Municipal Lane, Hoover, Alabama, Bid Specifications and Bid Proposal Forms are also available for view and download from the City s website at Please note that Bid Specifications will NOT be mailed to prospective bidders. This Invitation-to-Bid, the Bid Specifications, and the Bid Proposal form(s) will comprise the total bid package and should be read very carefully. Bidders must provide all information and signatures on the Bid/Proposal form(s) as requested. Bids may be disqualified for non-compliance or may be deemed as non-responsive if bid documents are not submitted as requested. The bid award, if made, will be made to the lowest responsible bidder taking into consideration the quality of the commodities and services proposed to be supplied, their conformity with specifications, the purposes for which required, the terms of delivery, transportation charges, and the dates of delivery as evidenced by: (1) receipt of a properly completed Bid/Proposal Form submitted in accordance with the instructions to Bidders within the Bid Specifications and (2) the inclusion or absence of significant special conditions, exceptions, or qualifications made by the Bidder in the Bid/Proposal. Answers to questions, clarifications, corrections, and additions to the Bid Specifications will be issued in the form of Addenda to the Specifications which will not be distributed by delivery or mail but, rather, shall only be posted on the city s website. It shall be the responsibility of the bidder to frequently visit the city s website to view or download such Addendums, if any are issued The City of Hoover is exempt from all sales taxes. A copy of Hoover s Sales Tax Exemption form/documentation will be provided to you upon request. In compliance with SECTIONS 9(a) and (b) BEASON-HAMMON ALABAMA TAXPAYER AND CITIZEN ACT, Code of Alabama, Sections (a) and (b), the successful bidder may be required to submit proof of Immigration Compliance as the law applies. City Clerk City of Hoover, Alabama

3 City of Hoover Medical Supplies for Fire Department Emergency Medical Services TABLE OF CONTENTS Section Page I. INSTRUCTIONS FOR SUBMITTAL OF PROPOSALS... 2 II. GENERAL CONDITIONS... 3 III. DETAILED SPECIFICATIONS... 8 IV. SUBMITTAL CHECKLIST V. BID/PROPOSAL AGREEMENT VI. BID SPECIFICATION COMPLIANCE FORM VII. BID PRICE PROPOSAL SUMMARY FORM VIII. BID PRICE PROPOSAL WORKSHEETS Page 1

4 City of Hoover Medical Supplies for Fire Department Emergency Medical Services I. INSTRUCTIONS FOR SUBMITTAL OF PROPOSALS 1. Bid/Proposal Forms: All bidders must use the enclosed Bid Proposal Forms and Agreements (or copies thereof) to submit their Proposal. No alternate or substitute pricing forms will be accepted. All Proposal responses must be typed or written in ink. 2. Submittal of Bids/Proposals: All Bids/Proposals must be submitted in sealed envelopes that are clearly marked with the Bid Number and Bid Title, as shown in the Invitation to Bid Notice. Bids must be delivered, no later than the specified Bid Submittal Deadline, to the following address: City Clerk s Office Hoover City Hall 100 Municipal Lane Hoover, AL Electronic Transmittal of Proposals is Not Acceptable: Proposal submittals delivered by fax, electronic mail, or other electronic transmittal methods will NOT be accepted as qualified Bids. 4. Late Proposals are Not Acceptable: Late Proposals will not be opened nor accepted as qualified Bids. 5. No Bid: If you choose not to bid yet desire to remain on the city s vendor/supplier list for future consideration, please submit an envelope by the Bid deadline with NO BID clearly marked on the proposal form and on the outside of the sealed envelope. 6. Tax Exempt Pricing: Bid proposal prices must not include state or local sales taxes or federal excise tax. The City is exempt from such taxes and will provide documentation of such exemption upon request. 7. Notice of Award: Records showing successful bidder(s) and price(s) will be placed on file within the City Clerk s Office and may be examined upon request. 8. Bid Instructions: Bidders are asked to retain these instructions, conditions, and specifications for future reference. This document and its attachments will become part of your contract with the City of Hoover if you are the successful bidder. 9. Inquiries: All questions regarding this Invitation to Bid should be directed to: Patti Beavers Purchasing Specialist (205) beaversp@ci.hoover.al.us End of Instructions Section Ben Powell Director of Purchasing (205) powellb@ci.hoover.al.us Page 2

5 City of Hoover Medical Supplies for Fire Department Emergency Medical Services II. GENERAL CONDITIONS A. METHOD OF AWARD 1. While the bid award may be made to the lowest bidder meeting all product specifications, the City of Hoover may not award the bid on the basis of the low bid only. Quality, conformity with specifications, terms of delivery, terms of payment, past service history, and experience are among the factors that may be considered in determining the lowest responsible bidder. 2. In the event the City s first choice of Bidding vendors refuses to accept all City terms and conditions and/or other requirements without deviation, that vendor may then be disqualified. After such disqualification, the Bid may, at the sole discretion of the City, be awarded to the City s second choice and so forth and so on. B. BID PROPOSAL SHALL BE BINDING 1. The bidder agrees that this Invitation to Bids along with the bidder s proposal and supporting documentation will, when the Bid has been awarded, constitute a lawful and binding agreement between the City of Hoover and the successful bidder. 2. The bidder agrees that, if awarded the Bid, he/she shall furnish the products and services specified within this Invitation to Bid in compliance with all terms, scope of work, conditions, specifications, and amendments which are incorporated by reference as if fully set forth herein. C. CONTRACT PERIOD 1. This contract is for an initial period of one (1) year from date of award. 2. The contract may be extended for two (2) additional years, renewable annually, upon mutual agreement between the City of Hoover and the successful bidder. D. QUANTITIES 1. Quantities are estimates only and are not a commitment to buy. 2. Commodities will be purchased on an As-Needed basis. The actual quantities purchased may be more or less than the estimated quantities. 3. The quantities provided within the attached Bid Proposal Form have been developed to reflect the typical frequency of purchases of each item while also reflecting the approximate annual cost of meeting the city s needs. Bidders should complete the Bid Proposal Form to extend the total cost of each item listed at the specified quantities for each item and then summarize the extended costs of all items. 4. Approximate quantities, as provided herein, do not constitute an order, but only are provided for the purpose of comparing Proposal responses to each other to determine the lowest bidder and for the purpose of determining the impact of purchasing such items and quantities on the City s annual expense budget. Page 3

6 City of Hoover Medical Supplies for Fire Department Emergency Medical Services E. PROPOSAL PRICING 1. Each item is to be bid as a price per unit multiplied by an estimated purchase quantity. The estimated annual order quantity for each item has been provided on the Bid Proposal Form. 2. Bid prices are not to exceed four decimal places (i.e., $1.2525). 3. Unless specified otherwise herein, unit prices quoted must remain firm for the entire period of the contract including extensions and renewals thereof. 4. In the event of a delay in awarding the Bid, Bid prices shall remain firm for sixty (60) days from date of Bid opening. F. EXEMPTION FROM SALES TAXES 1. The City of Hoover is exempt from all sales taxes. This statement is in no way to be construed as relieving a seller or contractor of their obligation to pay appropriate taxes to each and every authorized taxing entity. 2. A copy of Hoover s Sales Tax Exemption form/documentation will be provided to you upon request. G. DELIVERY 1. Unless specified otherwise herein, the prices bid/quoted shall include inside delivery to the location(s) stipulated on the purchase order. 2. Unless specified otherwise herein, there shall be no fuel surcharges, loading/unloading fees, or other shipping/delivery fees added to the cost of the delivered goods. 3. Failure to deliver products as specified, in accordance with the terms of the Bid submitted, or failure to meet promised delivery dates will constitute sufficient grounds for cancellation of the contract/order at the sole discretion of the City of Hoover. 4. Any item needing to be exchanged or altered shall be picked up, at the bidder s expense, from any location designated by the City, within three (3) days following the date that the successful bidder was notified of a problem. H. PURCHASES AND ORDERS 1. s shall be ordered and supplied on an as needed basis during the life of this Bid/Proposal agreement. 2. The City of Hoover shall transmit or deliver authorized purchase orders to the winning bidder to initiate each order process. 3. The bidder/supplier will not be paid for any order placed without an authorized purchase order and, further, shall not be paid until the city has inspected delivered items and approves the quality and workmanship thereof. I. DISQUALIFICATION OF PROPOSALS 1. Bids may be disqualified before the awarding of the contract for any reason including but not limited to the following: a. Failure to deliver the Bid submittal as required; Page 4

7 City of Hoover Medical Supplies for Fire Department Emergency Medical Services b. Failure to sign and/or notarize the Bid documents as specified herein; c. Failure to include requested information or other details of the Bid; d. Excessive errors in calculating prices or total; 2. The successful bidder/supplier will be required to submit proof of compliance with the BEASON-HAMMON ALABAMA TAXPAYER AND CITIZEN PROTECTION ACT, Code of Alabama, Section Failure to submit any and all such documents within a reasonable period of time will constitute sufficient grounds for cancellation of the contract at the sole discretion of the City of Hoover. 3. Failure to complete all forms and to provide all information, as required herein, may result in rejection of the Bid/Proposal due to non-compliance with specifications. 4. Bids may be disqualified for any other reason that may be deemed appropriate by Hoover City officials. J. PRODUCT QUALITY, GUARANTEE, AND WARRANTY 1. The bidder attests that the items offered shall be new, original brand name items that have never been refurbished, repaired, or remanufactured. 2. The City of Hoover reserves the right to make quality inspections of products by any means determined by the City. 3. The bidder certifies that, by submitting a bid, he/she is fully aware of the conditions of service and purpose for which the items included in this Bid are to be purchased and certifies that his/her offer will meet these conditions of service and purpose to the satisfaction of the City of Hoover. 4. The successful bidder shall replace all defective materials immediately upon notification except when it is clearly shown that the defects were caused by misuse and not by faulty manufacture or installation. K. RESERVATION OF RIGHTS 1. Reservation of Rights The City of Hoover expressly reserves the right to: a. Waive minor deviations from specifications that do not impair overall functionality of the products; b. Waive any defect, irregularity, or informality in any bid procedure; c. Reject or cancel any or all Proposals; d. Reissue the bid invitation; e. Extend the bid opening time and date; f. Procure any item by other means; g. Increase or decrease the quantity specified in the bid invitation; h. Consider and accept alternate Proposals when most advantageous to the City. i. Negotiate with any bidder after proposals have been made regarding price, warranty, or any other factor being considered in this proposal. 2. The City of Hoover reserves the right to purchase any item from any supplier who has been awarded an Alabama State bid contract, a GSA contract, or other contracts made in accordance with and/or authorized by state bid laws. 3. The City of Hoover reserves the right to award the Proposal in any manner that is in the best interest of the City. Page 5

8 City of Hoover Medical Supplies for Fire Department Emergency Medical Services L. LICENSES AND PERMITS 1. Prior to issuance of any purchase orders for bid items/services, the successful bidder must obtain, if applicable, a City of Hoover Business License. 2. The successful bidder must also acquire all other licenses and/or permits required by local and state law. M. NON-COLLUSION By signing the Bid Proposal Form, the bidder certifies that that: 1. The price(s) and amount of this Bid have been arrived at independently and without consultation, communication, or agreement with any other contractor, bidder, or potential bidder; and 2. Neither the price(s) nor the amount of this Bid, and neither the approximate price(s) nor approximate amount of this Bid, have been disclosed to any other firm or person who is a bidder or potential bidder, and such pricing will not be disclosed prior to bid opening; and 3. No attempt has been made or will be made to induce any firm or person to refrain from bidding on this contract, or to submit a bid higher than this bid, or to submit any intentionally high or noncompetitive bid or other form of complementary bid. 4. The bid proposal has been made in good faith and has not been developed or submitted pursuant to any agreement or discussion with, or inducement from, any firm or person who has submitted or is/was known to be submitting a competing for these items to the City of Hoover. N. ALABAMA IMMIGRATION LAW COMPLIANCE REQUIREMENTS 1. Bidder/Vendor agrees that it will fully comply with the Immigration Reform and Control Act of 1986, as amended by the Immigration Act of 1990, and the Beason- Hammon Alabama Taxpayer and Citizen Protection Act, as amended, which makes it unlawful for an employer in Alabama to knowingly hire or continue to employ an alien who is or has become unauthorized with respect to such employment or to fail to comply with the I-9 requirements or fails to use E-Verify to verify the eligibility to legally work in the United States for all of its new hires who are employed to work in the State of Alabama. Without limiting the foregoing, Vendor shall not knowingly employ, hire for employment, or continue to employ an unauthorized alien. 2. Vendor shall also enroll in the E-Verify Program prior to performing any work, or continuing to perform any ongoing work, shall remain enrolled throughout the entire course of its performance hereunder, shall supply to the CITY a copy of its E-Verify Memorandum of Understanding and such other documentation as CITY may require to confirm Vendor s enrollment in the E-Verify Program and shall allow the CITY to inspect its records to confirm such compliance. 3. Vendor agrees that it shall, not knowingly, allow any of its suppliers, or any other party with whom it has a contract, to employ in the State of Alabama any illegal or undocumented aliens to perform any work in connection with the Project, and shall include in all of its contracts a provision substantially similar to this paragraph. If Vendor receives actual knowledge of the unauthorized status of one of its employees Page 6

9 City of Hoover Medical Supplies for Fire Department Emergency Medical Services in the State of Alabama, it will remove that employee from the project, jobsite or premises of CITY and shall comply with the Immigration Reform and Control Act of 1986, as amended by the Immigration Act of 1990, and the Beason-Hammon Alabama Taxpayer and Citizen Protection Act, as amended. Bidder/Vendor shall require each of its suppliers, or other parties with whom it has a contract, to act in a similar fashion. If Vendor violates any term of this provision, this Agreement will be subject to immediate termination by CITY. 4. To the fullest extent permitted by law, Bidder/Vendor shall defend, indemnify and hold harmless CITY from any and all losses, consequential damages, expenses (including, but not limited to, attorneys fees), claims, suits, liabilities, fines, penalties, and any other costs arising out of or in any way related to Vendor s failure to fulfill its obligations contained in this paragraph. 5. The following language is required by (k) Code of Alabama 1975 to be placed in all contracts covered by the Act: By signing this contract, the contracting parties affirm, for the duration of the agreement, that they will not violate federal immigration law or knowingly employ, hire for employment, or continue to employ an unauthorized alien within the state of Alabama. Furthermore, a contracting party found to be in violation of this provision shall be deemed in breach of the agreement and shall be responsible for all damages resulting therefrom. To the extent that there is no formal written contract between CITY and the Bidder/Vendor, such as where business is conducted by purchase order, this document shall serve as the Alabama Immigration Compliance Contract. If you have received a copy of this Proposal Document and choose to do business with the CITY, it will be deemed that you have accepted the terms even if you fail to sign and return the Agreement. O. ADDITIONAL PROPOSAL REQUIREMENTS, TERMS, AND CONDITIONS 1. Each and every item listed must be included in your Bid or it may be disqualified. 2. In order to submit a responsive Bid, it is important that all terms, conditions, and specifications are read and understood thoroughly. Please, therefore, sign each and every page of the Bid Proposal portion of this document in the space provided at the bottom of each page and submit all such signed pages with your Proposal submittal. End of General Conditions Section Page 7

10 City of Hoover Medical Supplies for Fire Department Emergency Medical Services III. DETAILED SPECIFICATIONS A. SUPPLEMENTAL TERMS AND CONDITIONS 1. This bid contract is for a period of one (1) year from date of award. The contract may be renewed for two (2) additional one-year periods upon mutual agreement of the City and winning bidder. 2. Due to price volatility in the pharmaceutical/medical supply market, the City will consider approval of limited price increases at the time of each contract renewal provided that the winning bidder submits a request for such price increases along with clear and convincing evidence from the product manufacturer attesting to the bidder s increased acquisition costs for specific items. Failure to agree upon price increases shall not, necessarily, affect the renewal of the contract for items with undisputed prices. Items with disputed prices may, in such cases, be removed from the contract for the remainder of the contract period and renewals, thereof. 3. In the event that items on contract are discontinued, backordered, or unavailable then replacements or substitutes must be offered at a discounted price. B. BIDDER QUALIFICATIONS 1. Bidder is actively licensed as a wholesale distributor of pharmaceutical products by the Alabama State Board of Pharmacy and possesses a current Controlled Substance Registration Certificate issued by the U.S. Department of Justice, Drug Enforcement Administration (DEA). Bidder is able to provide copies of the above mentioned licenses and certificates at the time of bidding. 2. Bidder is licensed with the Drug Enforcement Administration and able to sell and distribute Schedule II, Schedule III, and Schedule IV controlled substances. 3. Bidder can accommodate controlled substance orders from the Drug Enforcement Administration s electronic Controlled Substances Ordering System (CSOS). 4. Bidder is an authorized distributor for all items bid, sources all items directly from their original manufacturers and is able to provide detailed reporting on the chain of custody of any item upon request. 5. Bidder can provide documentation that the bidder is accredited as a Verified- Accredited Wholesale Distributor (VAWD) by the National Association of Boards of Pharmacy, demonstrating compliance with state and federal laws and that prescription drugs are sold and distributed safely and securely. 6. Bidder is and will remain in compliance with the Drug Supply Chain Security Act and the Prescription Drug Marketing Act. Bidder can provide transaction reports with each shipment of pharmaceuticals. C. OPERATIONAL REQUIREMENTS 1. Medical supplies must be routinely delivered to multiple Fire Department locations within the City on the NEXT BUSINESS DAY following the City s issuance and transmittal of a purchase order. No shipping/delivery charges shall be paid. Failure to deliver items as specified shall be grounds for termination of the contract. Page 8

11 City of Hoover Medical Supplies for Fire Department Emergency Medical Services 2. Bidder must designate a representative who shall be accessible and available for local (on-site) calls, meetings, and training sessions to provide sales, support, and instructional services to the City and its employees. 3. Bidder must designate a second representative who shall be accessible and available via common long-distance communication methods (i.e., toll-free telephone, , and/or other messaging technologies) to provide sales, support, and instructional services to the City and its employees. 4. Bidder must have adopted an Employee Code of Conduct Policy and ensure that it is applicable and adhered to by all bidder representatives providing services to the City. 5. Bidder must supply the City with, at no additional charge, a computerized medical supply inventory management system such as Operative IQ (or equivalent) that will allow for Supply Room Inventory Management, Field Inventory Management, and Order Processing. Such system shall include software, setup, barcode printer and related software, two (2) wireless bar code scanners with interfaces that will provide the ability to scan received inventory, issued inventory, and transfers of inventory. 6. Bidder is able to offer secure online ordering and order status inquiry. 7. Bidder must provide a website that supports real time, on-demand management reports of orders and transactions, exportable to spreadsheet format, including purchase summary report, purchase per month report, quantity remaining report, and DSCSA Transactions Report. 8. Bidder must be able to provide secure online ordering and secure online access to information pertaining to pharmaceutical backorders or shortages. This should include estimated dates/times of availability, and any suggested alternatives. This should be updated regularly (preferably daily but at least weekly). 9. Bidder must be able to deliver each item in the specified units of measure (i.e. each, box, case). 10. Bidder must offer online CAPCE-accredited continuing education courses at no cost. 11. Bidder will provide and deliver pharmaceuticals products in a manner such that they can reasonably be used prior to their expiration date. 12. Bidder will provide preferred customer pricing that is lower than list price for every item in their catalog. D. COMPLIANCE WITH PRODUCT SPECIFICATIONS IS REQUIRED 1. All items within the bidder s proposal must meet both the general specifications, as provided herein, AND the detailed specifications for that particular item, as described herein. 2. If the successful bidder fails to deliver the products as specified in this Proposal, the City, at its sole discretion, may not accept delivery of such products or may not remit payment for such substitute items. 3. Compliance with product specifications must be indicated on your proposal. a. Please indicate YES if your item meets or exceeds the item specifications. b. Please indicate NO if your item does not meet or exceed the minimum specifications. c. If NO is selected or neither YES nor NO are indicated, the Bidder must create a detailed list of each and every substitute/alternate item in the Page 9

12 City of Hoover Medical Supplies for Fire Department Emergency Medical Services manner described in the section below entitled EXCEPTIONS AND ALTERNATES TO SPECIFICATIONS and must enclose such page(s) with your Bid/Proposal submittal. d. Failure to indicate YES or NO or to furnish the required information may disqualify your bid. 4. Brand names and model/product names and numbers are provided for each item whenever possible. Except for the items specified as No Alternates, the use of specific brands, model/product names, and numbers is not intended to restrict the bidding by any supplier and/or manufacturer, but is provided for the purpose of indicating the quality of materials, products, and service best adapted to the City s intended use. E. EXCEPTIONS AND ALTERNATES 1. If a price is bid/proposed for a substitute or alternate brand/product (anything other than the specified brand/product), then the bidder must create a detailed list of substitute/alternate items bid/quoted on a separate page or pages entitled EXCEPTIONS AND ALTERNATES TO SPECIFICATIONS and must enclose such pages with your Bid/Proposal submittal: including, at a minimum, the following information about each and every substitute/alternate items: a. Bid Reference Number this number shall be used to clearly identify which specified line items are being replaced with a substitute/alternate; b. Bid/quoted Brand/; c. Bid/quoted Make/Model; d. Bid/quoted Part/ Number; e. Bid/quoted Detailed Specifications to the extent required to establish that the substitute or alternate item meets or exceeds the item specified; f. Additional information or documentation related to substitute/alternate items must be clearly referenced and cross-referenced to the corresponding items within the list of EXCEPTIONS AND ALTERNATES TO SPECIFICATIONS. 2. Samples of alternate items must be made available for review upon request by the City of Hoover and, if requested, must be delivered promptly at the bidder s expense, for such review. If the bidder desires that the sample items should be returned, the bidder must include packaging materials and pre-paid postage for such return. 3. Samples will only be required for items marked No for compliance on the bid specification sheets, thus indicating that an alternate item is being bid. 4. Samples submitted as alternates may be subjected to testing at the discretion of the City of Hoover. Bidders are responsible for all costs associated with testing of their sample products. 5. The City of Hoover, in its sole discretion, will determine whether or not alternate items meet or exceed bid specifications. The Proposal will be disqualified if an alternate product does not meet or exceed all specifications for the specified brand/product. End of Detailed Specifications Section Page 10

13 City of Hoover Medical Supplies for Fire Department Emergency Medical Services IV. SUBMITTAL CHECKLIST A. REQUIRED FULLY-COMPLETED ORIGINAL DOCUMENTS THAT MUST BE SUBMITTED IN PAPER FORM: 1. Bid/Proposal Agreement 2. Bid Specification Compliance Form 3. EXCEPTIONS AND ALTERNATES TO SPECIFICATIONS (if needed) 4. Bid Price Proposal Worksheets (One for each Category) 5. Bid Price Proposal Summary Form B. ADDITIONAL MATERIALS THAT MAY BE SUBMITTED WITH YOUR BID/PROPOSAL: 1. Specification Sheets for s/goods to be Acquired 2. Sales Brochures and Marketing Materials 3. Documentation Supporting Proof of Performance 4. Warranties 5. Other Materials that Document the Suitability of s/goods in Meeting the Needs of the City of Hoover. End of Submittal Checklist Section Page 11

14 City of Hoover Medical Supplies for Fire Department Emergency Medical Services V. BID/PROPOSAL AGREEMENT INSTRUCTIONS: COMPLETE AND NOTARIZE THIS PAGE. PLACE IT DIRECTLY BEHIND THE PRICE SUBMITTAL SHEET. AGREEMENT: The undersigned hereby offers and agrees to furnish the material or service in compliance with all terms, scope of work, conditions, specifications, and amendments within this Bid which is incorporated by reference as if fully set forth herein. The undersigned further agrees to honor the prices, attached hereto, throughout the specified term of this agreement. The following language is required by (k) Code of Alabama 1975 to be placed in all contracts covered by the Act: By signing this contract, the contracting parties affirm, for the duration of the agreement, that they will not violate federal immigration law or knowingly employ, hire for employment, or continue to employ an unauthorized alien within the state of Alabama. Furthermore, a contracting party found to be in violation of this provision shall be deemed in breach of the agreement and shall be responsible for all damages resulting therefrom. AGREED, BY: BIDDER/COMPANY NAME: ADDRESS: TELEPHONE #: MOBILE PHONE #: FAX #: Name of Authorized Company Official (Print or Type) Signature Authorized Official s Title (Print or Type) Date NOTARY: Sworn to and subscribed before me on this date, Notary s Name (Print or Type) Signature of Notary Public My commission expires on (Date). NOTARY SEAL End of Bid Proposal Agreement Section Page 12

15 City of Hoover Medical Supplies for Fire Department Emergency Medical Services VI. BID SPECIFICATION COMPLIANCE FORM Please select the appropriate responses regarding your Bid/Proposal: 1. Has the Bidder submitted prices for ALL items listed? Yes No 2. Do you have offices and/or representatives based in the State of Alabama? 3. Shipping and Delivery Will items routinely be delivered on Next Business Day? 4. Shipping and Delivery Can items appearing on one purchase order be delivered to multiple Fire Department locations? 5. Shipping and Delivery Will there be any additional charges or surcharges for delivering items as specified? 6. Will you supply the City, at no additional charge, a computerized medical supply inventory management system such as Operative IQ (or equivalent) that will allow for Supply Room Inventory Management, Field Inventory Management, and Order Processing and does that system include software, setup, barcode printer and related software, two (2) wireless bar code scanners with related interfaces that will provide the ability to scan received inventory, issued inventory, and transfers of inventory? 7. Are all items to be provided to the City to fulfill this Bid/Proposal in full compliance with all specifications described herein? IMPORTANT: if no is answered to this question, you must complete and submit additional documentation as Exceptions and Alternates to Specifications to provide information about the extent to which your proposed goods/products comply with the listed and required detailed specifications and to explain your rationale and/or justification for providing an alternate good/product. Yes Yes Yes Yes Yes Yes No No No No No No Company Name Authorized Official s Title Signature Date Page 13

16 City of Hoover Medical Supplies for Fire Department Emergency Medical Services VII. BID PRICE PROPOSAL SUMMARY FORM BASE BID / PROPOSAL BY PRODUCT CATEGORY SUB-TOTAL BY PRODUCT CATEGORY (From Pricing Worksheets) A. First Aid $ B. Patient Handling & Safety $ C. Medications $ D. Airway & Suction $ E. Intravenous & IV-Related $ F. Diagnostics & Equipment $ TOTAL BID AMOUNT (Sum of All Categories) $ NOTE: Bid prices shall include delivery to location(s) stipulated by the City of Hoover ADDITIONAL CATALOG DISCOUNT PRICING: MANUFACTURER/SUPPLIER CATALOG # OR TITLE DISCOUNT OFF CATALOG PRICE (%) ATTACH ADDITIONAL SHEETS, IF NECESSARY Company Name Authorized Official s Title Signature Date Page 14

17 City of Hoover Medical Supplies for Fire Department Emergency Medical Services VIII. BID PRICE PROPOSAL WORKSHEETS INSTRUCTIONS: Please complete the worksheets that appear on the pages immediately following this page. All completed worksheets should be submitted with your Bid/Proposal Submittal one for each of the following Categories: A. First Aid B. Patient Handling & Safety C. Medications D. Airway & Suction E. Intravenous & IV-Related F. Diagnostics & Equipment Please calculate and record the total of extended prices FOR EACH PRODUCT CATEGORY on these worksheets and then transfer those Category Totals to the Bid Price Proposal Summary Form in order to calculate the Total Bid Amount. Company Name Authorized Official s Title Signature Date Page 15

18 City of Hoover, Alabama Bid Medical Supplies - Item Lists By Category FINAL.xlsx Seq. # Category Name/Description 's Code/Number Unit of Measure Alternate Allowed? Yes/No Bid Price Per Unit 1 First Aid Adhesive Bandage, 1inch x 3inch N/A N/A BX Yes 30 Estimated Annual Quantity Extended Bid Price 2 First Aid Air Splint, Adult, Foot and Ankle N/A N/A EA Yes 15 3 First Aid Air Splint, Adult, Full Arm N/A N/A EA Yes 5 4 First Aid Air Splint, Adult, Full Leg N/A N/A EA Yes 10 5 First Aid Air Splint, Adult, Half Arm N/A N/A EA Yes 10 6 First Aid Air Splint, Adult, Half Leg N/A N/A EA Yes 20 7 First Aid Air Splint, Adult, Hand and Wrist N/A N/A EA Yes 10 8 First Aid Alcohol Prep Pads, Medium, 2-ply, Sterile N/A N/A BX Yes 40 9 First Aid Ammonia Inhalants Ampules N/A N/A BX Yes First Aid Burn Sheet, Sterile, SMS Blue, 60inch x 90inch N/A N/A EA Yes First Aid Chitosan based Hemostatic Guaze, min-10ft, Z-fold N/A N/A EA Yes First Aid Combat Application Tourniquet (CAT) Black N/A N/A EA Yes 5 13 First Aid Combat Application Tourniquet (CAT) Orange N/A N/A EA Yes First Aid Conforming Stretch Bandage Gauze, Non-Sterile, 3inch N/A N/A BG Yes First Aid Conforming Stretch Bandage Gauze, Non-Sterile, 6inch N/A N/A BG Yes First Aid Petrolatum Dressing, Sterile, 4inch x 4inch N/A N/A EA Yes First Aid Traction Splint, Adult N/A N/A EA Yes 2 18 First Aid Traction Device, Adult (tent pole design) N/A N/A EA Yes 5 19 First Aid Chest Decompression Set N/A N/A EA Yes First Aid Instant Cold Pack N/A N/A BX Yes 5 21 First Aid Instant Hot Pack N/A N/A BX Yes 2 22 First Aid Multi-Trauma Dressing, 12inch x 30inch, Sterile N/A N/A EA Yes 20 1

19 City of Hoover, Alabama Bid Medical Supplies - Item Lists By Category FINAL.xlsx Seq. # Category Name/Description 's Code/Number Unit of Measure Alternate Allowed? Yes/No Bid Price Per Unit 23 First Aid OB Kit with Umbilical Clamps and Scalpel or Scissors N/A N/A EA Yes 15 Estimated Annual Quantity Extended Bid Price 24 First Aid Triangular Bandage, 40inch x 40inch x 56inch N/A N/A EA Yes First Aid Adhesive Bandage, 2inch x 3 1/2inch N/A N/A BX Yes 5 26 First Aid Elastic Bandage Roll, 3inch N/A N/A EA Yes First Aid Elastic Bandage Roll, 6inch N/A N/A EA Yes First Aid Elastic Bandage w/ Velcro Closure, 3inch N/A N/A EA Yes First Aid Flexible Splint Orange, 36inch x 4inch, Rolled N/A N/A EA Yes First Aid Gauze Sponge, 100% Woven Cotton, Sterile, 12 ply, 4inch x 4inch N/A N/A TR Yes First Aid Cloth Surgical Tape, Hypoallergenic, 1/2 inch N/A N/A EA Yes First Aid Cloth Surgical Tape, Hypoallergenic, 1 inch N/A N/A EA Yes First Aid Cloth Surgical Tape, Hypoallergenic, 2 inch N/A N/A EA Yes First Aid Cloth Surgical Tape, Hypoallergenic, 3 inch N/A N/A EA Yes First Aid Ladder Splint, Wire, Plastic-Coated N/A N/A EA Yes First Aid Insect Sting Wipe N/A N/A BX Yes First Aid Nail Polish Remover Pads N/A N/A BX Yes 5 38 First Aid Chest Seal with Vent, SAM SCS or equivalent N/A N/A PK Yes First Aid Sterile Water, Irrigation, 500ml N/A N/A EA Yes First Aid Antibiotic Ointment, 0.9gm Unit Dose N/A N/A BX Yes 5 41 First Aid Abdominal Pad, Sterile, 5"x9" N/A N/A BX Yes 5 42 First Aid Chest Decompression Needle, 14ga. X 3.25" N/A N/A EA Yes First Aid Triple Antibiotic Ointment, 0.9gm, single dose N/A N/A BX Yes 5 * First Aid TOTAL * * * * * * 2

20 City of Hoover, Alabama Bid Medical Supplies - Item Lists By Category FINAL.xlsx Seq. # Category Name/Description 's Code/Number Unit of Measure Alternate Allowed? Yes/No Bid Price Per Unit 44 Patient Handling & Safety Biohazard Waste Bag, 3 mil, 15 Gal. N/A N/A EA Yes 100 Estimated Annual Quantity Extended Bid Price 45 Patient Handling & Safety Biohazard Waste Bag, Lock Top, 3 mil, 5 Gal. N/A N/A EA Yes Patient Handling & Safety Body Bag, Basic, 6 Ga, 36inch x 90inch, White N/A N/A EA Yes 5 47 Patient Handling & Safety CaviCide, Surface Disinfectant, 1 Gallon N/A N/A EA Yes 5 48 Patient Handling & Safety Citrace Hospital Germicide/Deodorizer, 14oz Clorox EA No Patient Handling & Safety Convenience Bag, Clean-up, High Density, 1000 cc N/A N/A CS Yes 2 50 Patient Handling & Safety 51 Patient Handling & Safety Flat Sheet, Stretcher, Disposable, Spunbound Polypropylene Fitted Cot Sheet, Square Ends, Disposable, 72inch x 30inch N/A N/A CS Yes 3 N/A N/A CS Yes Patient Handling & Safety Extrication Device,KED, Head Straps, Carrying Case N/A N/A EA Yes 2 53 Patient Handling & Safety Patient Transporter, White w/handles, minimum 1000 lbs, 40inch x 80inch 54 Patient Handling & Safety Head Wedge Head Immobilizer, Yellow N/A N/A EA Yes Patient Handling & Safety Vacuum Splint Set, Leg, Arm and Wrist/Ankle Splints N/A N/A EA Yes 1 56 Patient Handling & Safety Limb Restraints, Adult Wrist & Ankle, Adjustable, Disposable N/A N/A PR Yes Patient Handling & Safety Mask & Face Shield, Full Face N/A N/A EA Yes Patient Handling & Safety Perfit ACE Adjustable Collar, Adult AMBU EA No Patient Handling & Safety Perfit Mini ACE Adjustable Collar, Pediatric AMBU EA No Patient Handling & Safety Pillow, Disposable N/A N/A EA Yes Patient Handling & Safety Pillow, Disposable, Inflatable N/A N/A EA Yes 2 62 Patient Handling & Safety 63 Patient Handling & Safety 64 Patient Handling & Safety Security Seal, Consecutively Numbered, One-piece, Green, 1/8 " locking increments Security Seal, Consecutively Numbered, One-piece, Red, 1/8 " locking increments Roehampton Blanket, Disposable, 60 Inches x 90 Inches, Yellow N/A N/A PK Yes 1 N/A N/A PK Yes 20 Roehampton 690 EA No Patient Handling & Safety Germicidal Disposable Wipes, 65/tub N/A N/A TB Yes 10 3

21 City of Hoover, Alabama Bid Medical Supplies - Item Lists By Category FINAL.xlsx Seq. # Category Name/Description 's Code/Number Unit of Measure Alternate Allowed? Yes/No Bid Price Per Unit 66 Patient Handling & Safety Sharps-A-Gator Container, Red, 8 Quart N/A N/A EA Yes 15 Estimated Annual Quantity Extended Bid Price 67 Patient Handling & Safety Sharps Solo, Curaplex or comparable 68 Patient Handling & Safety Shoe Cover w/fluid Repel & Elastic Top, One Size Fits All N/A N/A CS Yes 1 69 Patient Handling & Safety Safety Glasses w/clear Poly Lens N/A N/A EA Yes Patient Handling & Safety 71 Patient Handling & Safety 72 Patient Handling & Safety 73 Patient Handling & Safety 74 Patient Handling & Safety Backboard Strap, 2 Piece, Loop Ends, Plastic Side Release Buckle, 5 foot Supreno EC Gloves, Nitrile, Textured, Extended Cuff, 11.6inch, SM Supreno EC Gloves, Nitrile, Textured, Extended Cuff, 11.6inch, MED Supreno EC Gloves, Nitrile, Textured, Extended Cuff, 11.6inch, LG Supreno EC Gloves, Nitrile, Textured, Extended Cuff, 11.6inch, XL N/A N/A EA Yes 30 MicroFlex SEC-375-S BX No 30 MicroFlex SEC-375-M BX No 70 MicroFlex SEC-375-L BX No 550 MicroFlex SEC-375-XL BX No Patient Handling & Safety No Rinse Hand Cleanser, Gel, Flip Top Bottle, 4oz N/A N/A EA Yes Patient Handling & Safety Long Spine Board, Allied Healthcare XTRA, model #L812000A, yellow N/A N/A EA No Patient Handling & Safety Long Spine Board, Folding, Full Length, Aluminum N/A N/A EA Yes 3 78 Patient Handling & Safety Scoop Stretcher, Aluminum N/A N/A EA Yes 79 Patient Handling & Safety Blanket, Polyester, 72x90 N/A N/A EA Yes 30 * Patient Handling & Safety TOTAL * * * * * * 4

22 City of Hoover, Alabama Bid Medical Supplies - Item Lists By Category FINAL.xlsx Seq. # Category Name/Description 's Code/Number Unit of Measure Alternate Allowed? Yes/No Bid Price Per Unit 80 Medications Adenosine, 6mg, 2ml Vial N/A N/A EA Yes 30 Estimated Annual Quantity Extended Bid Price 81 Medications Albuterol, 2.5mg, 0.83mg/ml, 3ml Vials, 25/Box N/A N/A BX Yes 3 82 Medications Amiodarone, 150mg, 3ml Vial N/A N/A EA Yes Medications Aspirin, 81 mg Chewable Tablets, Orange Flavor 36/Bottle N/A N/A BT Yes Medications Atropine, 1mg, 10ml Luer Jet Prefilled Syringe N/A N/A EA Yes Medications Calcium Chloride, 1gm, 10ml Luer Jet Prefilled Syringe N/A N/A EA Yes Medications Dextrose, 10%, 250ml Bag N/A N/A EA Yes Medications Dextrose, 50%, 25gm, 50ml Luer Jet Prefilled Syringe 88 Medications Diazepam, 5mg/ml, 2ml Carpuject N/A N/A EA Yes Medications Diphenhydramine, 50mg/ml, 1ml Vial N/A N/A EA Yes Medications Dopamine 400mg / Dextrose 5%, 250ml Bag N/A N/A EA Yes Medications Epinephrine, 1:1,000, 1mg, 1ml, Ampule N/A N/A EA Yes Medications Epinephrine, 1:1,000, 30mg, 30ml Vial N/A N/A EA Yes 5 93 Medications Epinephrine, 1:10,000, 1mg, 10ml, Prefilled Syringe N/A N/A EA Yes Medications Furosemide, 40mg, 4ml Vial N/A N/A EA Yes Medications Glutose, Single Unit Dose, 15gm 96 Medications Haloperidol, 5mg, 1ml Vial N/A N/A EA Yes Medications Lidocaine 2gm / Dextrose 5%, 500ml Bag N/A N/A EA Yes Medications Lidocaine, 2%, 100mg, 5ml Luer Jet Prefilled Syringe N/A N/A EA Yes Medications Magnesium Sulfate 50%, 5gm, 10ml Vial N/A N/A EA Yes Medications Midazolam, 2mg/2ml Vial 101 Medications Morphine Sulfate, 2mg/ml, 1ml Carpuject N/A N/A EA Yes 100 5

23 City of Hoover, Alabama Bid Medical Supplies - Item Lists By Category FINAL.xlsx Seq. # Category Name/Description 's Code/Number Unit of Measure Alternate Allowed? Yes/No Bid Price Per Unit 102 Medications Naloxone, 2 mg, 2ml, Luer Jet Prefilled Syringe N/A N/A EA Yes 150 Estimated Annual Quantity Extended Bid Price 103 Medications Nitrostat, 0.4mg Sublingual Tablets, 25/Bottle N/A N/A BT Yes Medications Ondansetron, 4mg, 2ml Vial N/A N/A EA Yes Medications Sodium Bicarbonate, 8.4%, 50ml Luer Jet Prefilled Syringe N/A N/A EA Yes Medications Thiamine, 100mg/ml, 2ml Vial N/A N/A EA Yes Medications Vasopressin 20U-1ML N/A N/A EA Yes 10 * Medications TOTAL * * * * * * 6

24 City of Hoover, Alabama Bid Medical Supplies - Item Lists By Category FINAL.xlsx Seq. # Category 108 Airway & Suction 109 Airway & Suction 110 Airway & Suction 111 Airway & Suction Name/Description AMBU SPUR II BVM, Adult, w/bag Reservoir, CO2 Detector, MED Adult Mask AMBU SPUR II BVM, Bag Res w/ Neonate, Infant, and Toddler Masks, CO2 Detector Pulmodyne 02-Max Emergency Disposable CPAP, LG, with Ohmeda Quick-Connect Pulmodyne 02-Max Emergency Disposable CPAP, MD, with Ohmeda Quick-Connect 's Code/Number Unit of Measure Alternate Allowed? Yes/No Bid Price Per Unit Estimated Annual Quantity AMBU EA No 100 AMBU EA No 25 Pulmodyne 02-MAX EA No 20 Pulmodyne 02-MAX EA No Airway & Suction CPR Mask, Pocket Style, Pre Inflated Cuff N/A N/A EA Yes Airway & Suction 114 Airway & Suction 115 Airway & Suction 116 Airway & Suction 117 Airway & Suction 118 Airway & Suction 119 Airway & Suction 120 Airway & Suction 121 Airway & Suction 122 Airway & Suction 123 Airway & Suction 124 Airway & Suction 125 Airway & Suction 126 Airway & Suction 127 Airway & Suction 128 Airway & Suction Endotracheal Tube, Cuffed, w/ Stylette, 5.5mm, Rush Quality Endotracheal Tube, Cuffed, w/ Stylette, 6.0mm, Rush Quality Endotracheal Tube, Cuffed, w/ Stylette, 6.5mm, Rush Quality Endotracheal Tube, Cuffed, w/ Stylette, 7.0mm, Rush Quality Endotracheal Tube, Cuffed, w/ Stylette, 7.5mm, Rush Quality Endotracheal Tube, Cuffed, w/ Stylette, 8.0mm, Rush Quality Endotracheal Tube, Cuffed, w/ Stylette, 8.5mm, Rush Quality Endotracheal Tube, Cuffed, w/ Stylette, 9.0mm, Rush Quality Endotracheal Tube, Uncuffed, w/o Stylette, 2.0mm, Rush Quality Endotracheal Tube, Uncuffed, w/o Stylette, 2.5mm. Rush Quality Endotracheal Tube, Uncuffed, w/o Stylette, 3.0mm, Rush Quality Endotracheal Tube, Uncuffed, w/o Stylette, 3.5mm, Rush Quality Endotracheal Tube, Uncuffed, w/o Stylette, 4.0mm, Rush Quality Endotracheal Tube, Uncuffed, w/o Stylette, 4.5mm, Rush Quality Endotracheal Tube, Uncuffed, w/o Stylette, 4.5mm, Rush Quality Endotracheal Tube, Uncuffed, w/o Stylette, 5.0mm, Rush Quality N/A N/A BX Yes Airway & Suction Esophageal Intubation Detector, Bulb Style N/A N/A EA Yes 20 Extended Bid Price 7

25 City of Hoover, Alabama Bid Medical Supplies - Item Lists By Category FINAL.xlsx Seq. # Category Name/Description 's Code/Number Unit of Measure Alternate Allowed? Yes/No Bid Price Per Unit 130 Airway & Suction CO2 Detector, End Tital, BVM attachment N/A N/A EA Yes 30 Estimated Annual Quantity Extended Bid Price 131 Airway & Suction ET Tube Introducer, Adult, Bougie-To-Go N/A N/A EA Yes Airway & Suction Forceps, Magill, Adult N/A N/A EA Yes Airway & Suction Forceps, Magill, Child N/A N/A EA Yes Airway & Suction Intubation Stylette, 10F N/A N/A EA Yes Airway & Suction Intubation Stylette, 14F N/A N/A EA Yes Airway & Suction 137 Airway & Suction 138 Airway & Suction 139 Airway & Suction King Airway Kit, LTS-D, Purple, Double Lumen Tube, Size 5 (manufacturer assembled kit) King Airway Kit, LTS-D, Red, Double Lumen Tube, Adult, Size 4 (manufacturer assembled kit) King Airway Kit, LTS-D, Yellow, Double Lumen Tube, Adult, Size 3 (manufacturer assembled kit) ET Tube Holder, Adult, Thomas Select, up to 42mm OD Tubes King Systems KLTSD415 EA No 20 King Systems KLTSD414 EA No 20 King Systems KLTSD413 EA No 20 Laerdal EA No Airway & Suction ET Tube Holder, Pediatric, Thomas Laerdal EA No Airway & Suction Laryngoscope Bag N/A N/A EA Yes Airway & Suction Laryngoscope Blade, Reusable, LED, MAC 1 N/A N/A EA Yes Airway & Suction Laryngoscope Blade, Reusable, LED, MAC 2 N/A N/A EA Yes Airway & Suction Laryngoscope Blade, Reusable, LED, MAC 3 N/A N/A EA Yes Airway & Suction Laryngoscope Blade, Reusable, LED, MAC 4 N/A N/A EA Yes Airway & Suction Laryngoscope Blade, Reusable, LED, Miller 00 N/A N/A EA Yes Airway & Suction Laryngoscope Blade, Reusable, LED, Miller 1 N/A N/A EA Yes Airway & Suction Laryngoscope Blade, Reusable, LED, Miller 2 N/A N/A EA Yes Airway & Suction Laryngoscope Blade, Reusable, LED, Miller 3 N/A N/A EA Yes Airway & Suction Laryngoscope Blade, Reusable, LED, Miller 4 N/A N/A EA Yes Airway & Suction Laryngoscope Handle, Stainless Steel, Water-Resistant, 2 C Batteries N/A N/A EA Yes 5 8

26 City of Hoover, Alabama Bid Medical Supplies - Item Lists By Category FINAL.xlsx Seq. # Category 152 Airway & Suction Name/Description Laryngoscope Handle, Stainless Steel, Water-Resistant, 2 AA Batteries 's Code/Number Unit of Measure Alternate Allowed? Yes/No Bid Price Per Unit Estimated Annual Quantity N/A N/A EA Yes Airway & Suction Laryngoscope Replacement Bulb, LG N/A N/A EA Yes 10 Extended Bid Price 154 Airway & Suction Laryngoscope Replacement Bulb, SM N/A N/A EA Yes Airway & Suction Nasal Cannula, Adult N/A N/A EA Yes Airway & Suction Nasal Cannula, Infant N/A N/A EA Yes Airway & Suction Nasal Cannula, Pediatric 158 Airway & Suction Nasopharyngeal Airways Kit, incl Sizes N/A N/A PK Yes Airway & Suction Nebulizer with Mask, Adult N/A N/A EA Yes Airway & Suction Nebulizer with Mask, Pediatric N/A N/A EA Yes Airway & Suction Non-Rebreather Mask, Adult N/A N/A EA Yes Airway & Suction Non-Rebreather Mask, Infant N/A N/A EA Yes Airway & Suction Non-Rebreather Mask, Pediatric 164 Airway & Suction Oral Airway Kit, 6 sizes; 43mm, 60mm, 80mm, 90mm, 100mm and 110mm N/A N/A EA Yes Airway & Suction Tracheostomy Mask, Adult N/A N/A EA Yes Airway & Suction Tracheostomy Mask, Pediatric N/A N/A EA Yes Airway & Suction Lubricating Jelly, Single use Packets, Box of 144 packets N/A N/A EA Yes Airway & Suction Suction Tubing, 1/4inch N/A N/A EA Yes Airway & Suction Suction Handle, Yankauer, with Vent N/A N/A EA Yes Airway & Suction Hi-Flow Suction Canister, Rigid, Aerostat Filter, 1200cc N/A N/A EA Yes Airway & Suction 172 Airway & Suction 173 Airway & Suction Replacement Battery, for Quickdraw Suction Unit, Rechargeable Replacement Battery, for Quickdraw Suction Unit, Alkaline Battery Suction Canister, S-SCORT Quickdraw Suction Unit, with Tubing and Suction Tip SSCOR EA No 5 SSCOR EA No 5 SSCOR 2483 EA No 10 9

27 City of Hoover, Alabama Bid Medical Supplies - Item Lists By Category FINAL.xlsx Seq. # Category Name/Description 's Code/Number Unit of Measure Alternate Allowed? Yes/No Bid Price Per Unit 174 Airway & Suction Suction Catheter, 6 French N/A N/A EA Yes 20 Estimated Annual Quantity Extended Bid Price 175 Airway & Suction Suction Catheter, 8 French N/A N/A EA Yes Airway & Suction Suction Catheter, 10 French N/A N/A EA Yes Airway & Suction Suction Catheter, 12 French N/A N/A EA Yes Airway & Suction Suction Catheter, 14 French N/A N/A EA Yes Airway & Suction Suction Catheter, 16 French N/A N/A EA Yes Airway & Suction Suction Catheter, 18 French N/A N/A EA Yes 20 * Airway & Suction TOTAL * * * * * * 10

COUNTY OF SAN LUIS OBISPO EMS EQUIPMENT AND SUPPLY LIST Policy 205 Attachment A - 04/15/2017

COUNTY OF SAN LUIS OBISPO EMS EQUIPMENT AND SUPPLY LIST Policy 205 Attachment A - 04/15/2017 COUNTY OF SAN LUIS OBISPO EMS EQUIPMENT AND SUPPLY LIST Policy 205 Attachment A - 04/15/2017 Description First MEDICATIONS Activated charcoal 50 gm bottle (aqueous solution) 1 1 0 0 Adenosine 6.0 mg/2

More information

SAN LUIS OBISPO COUNTY EMERGENCY MEDICAL SERVICES AGENCY PREHOSPITAL POLICY SUBJECT: ADVANCED LIFE SUPPORT AMBULANCE EQUIPMENT AND SUPPLY

SAN LUIS OBISPO COUNTY EMERGENCY MEDICAL SERVICES AGENCY PREHOSPITAL POLICY SUBJECT: ADVANCED LIFE SUPPORT AMBULANCE EQUIPMENT AND SUPPLY SAN LUIS OBISPO COUNTY EMERGENCY MEDICAL SERVICES AGENCY PREHOSPITAL POLICY Policy Reference No: 112 Effective Date: 12/01/2011 Supersedes: 06/21/2010 Review Date: 12/01/2013 SUBJECT: ADVANCED LIFE SUPPORT

More information

OFF OFFICE OF THE CHIEF OF RESCUE

OFF OFFICE OF THE CHIEF OF RESCUE OFF OFFICE OF THE CHIEF OF RESCUE January 4, 2013 INSTRUCTIONAL BULLETIN #13-02 TO: FROM: All Fire and Rescue Personnel Ivan T. Mote, Division Chief/Rescue RE: INTERNAL BLS/ALS AUDIT 2013 The following

More information

This equipment list is not intended to provide a complete description of every item required by regulation. For details refer to COMAR 30.

This equipment list is not intended to provide a complete description of every item required by regulation. For details refer to COMAR 30. Vehicle & Safety N/A DEF PASS Vehicle is clean & dust/debris/opim free Vehicle is free of hazards 40 Ch. UHF medical radio Vehicle Doors open & close securely Cabinet Doors open & close securely Emergency

More information

SAINT FRANCIS EMS SYSTEM

SAINT FRANCIS EMS SYSTEM Provider/Vehicle ID: Date: VIN: Inspected by: SAINT FRANCIS EMS SYSTEM Alternate Response Vehicles DRUG, SUPPLY, AND INVENTORY LIST 2014 Version ALL EXCHANGE ITEMS MUST BE IMMEDIATELY AVAILABLE TO ALL

More information

PRACTICE GUIDELINE EM004 EMERGENCY CENTRE EQUIPMENT

PRACTICE GUIDELINE EM004 EMERGENCY CENTRE EQUIPMENT PRACTICE GUIDELINE EM004 EMERGENCY CENTRE EQUIPMENT This Practice Guideline sets out the minimum recommended equipment for an Emergency Centre. It should be read in conjunction with Practice Guideline

More information

REQUEST FOR BIDS For Intake Tunnel Project Bid Notice

REQUEST FOR BIDS For Intake Tunnel Project Bid Notice REQUEST FOR BIDS For Intake Tunnel Project 2018 Bid Notice Bell County Water Control & Improvement District No. 1 (District) is soliciting Request for Bids for the videoing and cleaning, replacing trash

More information

FIRST AID POLICY PROGRAM

FIRST AID POLICY PROGRAM FIRST AID POLICY PROGRAM REVISION HISTORY Revision Number Document Section Details of Amendments 0 New Program 1 All New Format of Program 2 All New Combined Policy and Program Date August 2012 December

More information

SAINT FRANCIS EMS SYSTEM

SAINT FRANCIS EMS SYSTEM INSPECTED BY: DATE: DEPARTMENT/COMPANY: LOCAL ID#: VIN #: SAINT FRANCIS EMS SYSTEM TRANSPORT VEHICLES INVENTORY LIST (INCLUDING BLS MANDATED EQUIPMENT IN BOLD) ALL EXCHANGE ITEMS MUST BE IMMEDIATELY AVAILABLE

More information

LETTER OF TRANSMITTAL

LETTER OF TRANSMITTAL LETTER OF TRANSMITTAL Pursuant to the Offer to Purchase for Cash Up to $50 Million But Not Less than $20 Million Aggregate Principal Amount of Outstanding 0% Subordinated Debentures due 2015 (CUSIP No.

More information

New York State Volunteer Ambulance and Rescue Association

New York State Volunteer Ambulance and Rescue Association New York State Volunteer Ambulance and Rescue Association Drill Rules and Procedures MAY 2018 Table of Contents 1) Drill Officials and Local Drills a) Drills Committee b) Drills Committee Chair c) Evaluators

More information

EMERGENCY EQUIPMENT TROLLEY DAILY SIGNATURE SHEET. Please refer to the Emergency Equipment stock poster for detailed information

EMERGENCY EQUIPMENT TROLLEY DAILY SIGNATURE SHEET. Please refer to the Emergency Equipment stock poster for detailed information EMERGENCY EQUIPMENT TROLLEY DAILY SIGNATURE SHEET Please refer to the Emergency Equipment stock poster for detailed information Equipment must be checked daily and immediately following an emergency event

More information

SWIM POOL MANAGEMENT City of Blue Springs, Missouri

SWIM POOL MANAGEMENT City of Blue Springs, Missouri Request for Qualifications SWIM POOL MANAGEMENT City of Blue Springs, Missouri The City of Blue Springs, Missouri will accept Request for Qualifications (RFQ) statements from interested firms to provide

More information

Bainbridge Decatur County Recreation Authority P.O. Box 7520 Bainbridge, GA December 19, 2018 INVITATION TO BID

Bainbridge Decatur County Recreation Authority P.O. Box 7520 Bainbridge, GA December 19, 2018 INVITATION TO BID Bainbridge Decatur County Recreation Authority P.O. Box 7520 Bainbridge, GA 39818 December 19, 2018 INVITATION TO BID The will receive sealed bids for Baseball and Softball Supplies as described in the

More information

Website Years in Business Number of Full-time Employees. Architect Electrical Contractor Industrial Services Mechanical Contractor

Website Years in Business Number of Full-time Employees. Architect Electrical Contractor Industrial Services Mechanical Contractor The Preferred Partners Network (PPN) is an exclusive network of approved commercial and industrial trade allies. PPN members are experts in their field, provide sound advice on energy solutions, install

More information

Bids received after the appointed date set for receipt will be returned unopened.

Bids received after the appointed date set for receipt will be returned unopened. REQUEST FOR PROPOSAL (RFP) Item(s) up for Bid: Umpire Assignor Outside Contractor Ripken Pigeon Forge LLC, (RPF) dba The Ripken Experience Pigeon Forge, (Temporary Mailing Address) Ripken Baseball C/O

More information

FIELD USE AGREEMENT. DATE: This Agreement is made on the day of, 2016.

FIELD USE AGREEMENT. DATE: This Agreement is made on the day of, 2016. FIELD USE AGREEMENT DATE: This Agreement is made on the day of, 2016. PARTIES: This Agreement is made between the following parties: SANDY CITY, a Utah municipal Corporation, 10000 South Centennial Parkway,

More information

TROUSERS - Approved colors only (Dark navy, black, tan, khaki)

TROUSERS - Approved colors only (Dark navy, black, tan, khaki) 2.0 Uniform Criteria and Pricing GPA is requesting quotations for a twelve month contract, whereby the successful vendor will provide GPA Manager, Assistant Manager and uniforms and other services per

More information

PHOTOGRAPHY SUBMISSION GUIDELINES FOR YEAR 2014 CALENDARS. August 3, 2012

PHOTOGRAPHY SUBMISSION GUIDELINES FOR YEAR 2014 CALENDARS. August 3, 2012 T H E C A L E N D A R C O M P A N Y PHOTOGRAPHY SUBMISSION GUIDELINES FOR YEAR 2014 CALENDARS August 3, 2012 BrownTrout Publishers, Inc. ( BrownTrout ) is pleased to present the following Photography Submission

More information

TROUSERS - Approved colors only (Dark navy, black, tan)

TROUSERS - Approved colors only (Dark navy, black, tan) 2.0 Uniform Criteria and Pricing GPA is requesting quotations for a twelve month contract, whereby the successful vendor will provide GPA Manager and Assistant Manager uniforms and other services per the

More information

(a) The Breeder may not assign or transfer this Agreement or any interest in this Agreement. 2. STALLION.

(a) The Breeder may not assign or transfer this Agreement or any interest in this Agreement. 2. STALLION. 2-Year Equine Breeding Agreement This Equine Breeding Agreement (the Agreement ) is entered into as of by and between Hilltop Farm, Inc., a Maryland corporation with its principal place of business at

More information

RMM 1204 First Aid Program Page 2 June 2016

RMM 1204 First Aid Program Page 2 June 2016 RMM 1204 First Aid Program Page 2 3.5 McMaster University Return to Work Program, RMM# 1002. 3.6 WSIB poster In Case of Injury at Work" (Form 82). 3.7 McMaster University Health and Safety Board Maintenance

More information

Bradford Fire Department. Seeks Bids for the Purchase of Self Contained Breathing Apparatus and Related Equipment GENERAL SPECIFICATIONS WARRANTY

Bradford Fire Department. Seeks Bids for the Purchase of Self Contained Breathing Apparatus and Related Equipment GENERAL SPECIFICATIONS WARRANTY Bradford Fire Department Seeks Bids for the Purchase of Self Contained Breathing Apparatus and Related Equipment The Bradford Fire Department seeks Bids to purchase 17 Air-Pak Self Contained Breathing

More information

T E N D E R Tender # T SCOTT SCBA AIR PACKS AND ACCESSORIES SAINT JOHN FIRE DEPARTMENT

T E N D E R Tender # T SCOTT SCBA AIR PACKS AND ACCESSORIES SAINT JOHN FIRE DEPARTMENT T E N D E R Tender # 2011-424002T SCOTT SCBA AIR PACKS AND ACCESSORIES SAINT JOHN FIRE DEPARTMENT Sealed tenders addressed to the Purchasing Agent, c/o Materials and Fleet Management, 2 nd Floor, 175 Rothesay

More information

Grayslake Fire Protection District Request for Self-Contained Breathing Apparatus (SCBA) Bid

Grayslake Fire Protection District Request for Self-Contained Breathing Apparatus (SCBA) Bid Grayslake Fire Protection District Request for Self-Contained Breathing Apparatus (SCBA) Bid The Grayslake Fire Protection District invites interested and qualified parties to submit a bid for a Self-Contained

More information

ZUMIEZ WIN EVERYTHING IN THE CATALOG SWEEPSTAKES. Official Rules. Dates 7/6/16 9/6/16

ZUMIEZ WIN EVERYTHING IN THE CATALOG SWEEPSTAKES. Official Rules. Dates 7/6/16 9/6/16 ZUMIEZ WIN EVERYTHING IN THE CATALOG SWEEPSTAKES Official Rules Dates 7/6/16 9/6/16 1. NO PURCHASE NECESSARY. Zumiez Win Everything in the Catalog Sweepstakes (the Sweepstakes ) begins at 12:01 a.m., July

More information

2.1 STS Crane Glass Pricing - Savannah Crane # Drawing # Item # Type Of Glass Cost. Sav LV50:112-L1 1. Sav LV50:112-L1 2

2.1 STS Crane Glass Pricing - Savannah Crane # Drawing # Item # Type Of Glass Cost. Sav LV50:112-L1 1. Sav LV50:112-L1 2 2.0 RTG / STS Glass Repairs Criteria and Pricing The Georgia Ports Authority (GPA) is requesting quotes, whereby the successful contractor will provide providing all labor, consumable materials, tools,

More information

For mutual consideration received, which is hereby acknowledged, the parties agree as follows:

For mutual consideration received, which is hereby acknowledged, the parties agree as follows: [Date] [Golf Club Name] [Handicap Chair] [Club Address] [City, State Zip] Dear Handicap Chair: Pursuant to this letter agreement (this Agreement ) between the United States Golf Association ( USGA ) and

More information

1.1 The Program is administered by the RSL Victoria. Certain services relating to the Program may be provided by Tabcorp.

1.1 The Program is administered by the RSL Victoria. Certain services relating to the Program may be provided by Tabcorp. RSL Rewards Rules These Rules set out the agreement between the person named in the attached membership application form and the RSL Victoria in relation to their membership of the RSL Rewards Loyalty

More information

Terms and Conditions

Terms and Conditions Terms and Conditions GENERAL These terms ( Terms ) form part of the application form (the Agreement ) you signed at the time you applied for the Service. They apply to your legal relationship with Singtel

More information

Bid Document/Request for Proposal. For

Bid Document/Request for Proposal. For Pakistan Telecommunication Company Limited Tender No. RFQ/NW-Ops LHR/Frame Contract/DG-Filters/2018-2019 Bid Document/Request for Proposal For Frame Contract of Unit Based Rates of Different Types of DG

More information

(a) The Breeder may not assign or transfer this Agreement or any interest in this Agreement. 2. STALLION.

(a) The Breeder may not assign or transfer this Agreement or any interest in this Agreement. 2. STALLION. 2-Year Equine Breeding Agreement This Equine Breeding Agreement (the Agreement ) is entered into as of by and between Hilltop Farm, Inc., a Maryland corporation with its principal place of business at

More information

GENERAL ASSEMBLY OF NORTH CAROLINA SESSION SENATE BILL DRS45071-MQf-19. Short Title: Off-Track Pari-Mutuel Betting. (Public)

GENERAL ASSEMBLY OF NORTH CAROLINA SESSION SENATE BILL DRS45071-MQf-19. Short Title: Off-Track Pari-Mutuel Betting. (Public) S GENERAL ASSEMBLY OF NORTH CAROLINA SESSION 0 SENATE BILL DRS0-MQf- FILED SENATE Feb, 0 S.B. PRINCIPAL CLERK D Short Title: Off-Track Pari-Mutuel Betting. (Public) Sponsors: Referred to: Senator Fitch

More information

YMCA of Greater Erie #UnlimitedY Photo Contest Official Entry Rules

YMCA of Greater Erie #UnlimitedY Photo Contest Official Entry Rules YMCA of Greater Erie #UnlimitedY Photo Contest Official Entry Rules NO PURCHASE IS NECESSARY TO ENTER OR WIN. A PURCHASE DOES NOT INCREASE THE CHANCES OF WINNING. 1. Eligibility: This Contest is open only

More information

Town of Wells Vehicle Bid Package

Town of Wells Vehicle Bid Package Town of Wells Vehicle Bid Package One (1) - 2018 Ford Utility Police Interceptor Vehicle January 19, 2018 2018 Ford Utility Police Interceptor Vehicle Bid Page 2 TOWN OF WELLS INVITATION FOR BID PROPOSALS

More information

LAPEER COMMUNITY SCHOOLS. BID PROJECT: District Athletic Uniforms-Winter and Spring (#15-2) INSTRUCTIONS TO BIDDERS

LAPEER COMMUNITY SCHOOLS. BID PROJECT: District Athletic Uniforms-Winter and Spring (#15-2) INSTRUCTIONS TO BIDDERS LAPEER COMMUNITY SCHOOLS BID PROJECT: District Athletic Uniforms-Winter and Spring (#15-2) SUBMISSION OF BIDS: INSTRUCTIONS TO BIDDERS Sealed bids will be received until 9:00 AM, EST on Friday, October

More information

Preferred Partners Network

Preferred Partners Network Preferred Partners Network Preferred Partners Network - Commercial Trade Ally Requirements 1. Purpose The Preferred Partners Network (PPN) for commercial trade allies is a master list, maintained by TVA,

More information

CONTRACT FOR SERVICES AGREEMENT MANAGER OF MEADOWBROOK GOLF COURSE CLUBHOUSE AND PRO-SHOP

CONTRACT FOR SERVICES AGREEMENT MANAGER OF MEADOWBROOK GOLF COURSE CLUBHOUSE AND PRO-SHOP / ' CONTRACT FOR SERVICES AGREEMENT MANAGER OF MEADOWBROOK GOLF COURSE CLUBHOUSE AND PRO-SHOP This agreement entered into this //// day of /"t'l/u^i'^. 2013 by and between the City of Rapid City, a municipal

More information

Safety Plan for Sole Proprietors

Safety Plan for Sole Proprietors Safety Plan for Sole Proprietors SAFETY POLICY Safety Policy for (Company Name) It is the policy of that safety is a number one priority and to provide as safe a workplace as possible for all of our colleagues

More information

2018 BREEDING CONTRACT QH SERENGETI

2018 BREEDING CONTRACT QH SERENGETI STACHOWSKI FARM INC. 12561 State Route 44 Mantua, Ohio 44255 330-274-2494 2018 BREEDING CONTRACT QH SERENGETI 1. BREEDING FEE: The undersigned, Owner ( Mare Owner ) of the Mare (Name) Registration # and

More information

AUTHENTIC IBN NAWAAL 50 Dunkard Church Road Stockton, NJ Tele: (609) Fax: (609)

AUTHENTIC IBN NAWAAL 50 Dunkard Church Road Stockton, NJ Tele: (609) Fax: (609) AUTHENTIC IBN NAWAAL 50 Dunkard Church Road Stockton, NJ 08559 Tele: (609) 577-1976 Fax: (609) 397-1369 Email: IBNNAAWAL@gmail.com COOLED SEMEN BREEDING AGREEMENT THIS COOLED SEMEN BREEDING AGREEMENT is

More information

ISSUING AGENCY: New Mexico Department of Game and Fish. [ NMAC - Rp, NMAC, 01/01/2018]

ISSUING AGENCY: New Mexico Department of Game and Fish. [ NMAC - Rp, NMAC, 01/01/2018] TITLE 19 CHAPTER 30 PART 8 NATURAL RESOURCES AND WILDLIFE WILDLIFE ADMINISTRATION GUIDE AND OUTFITTER REGISTRATION 19.30.8.1 ISSUING AGENCY: New Mexico Department of Game and Fish. [19.30.8.1 NMAC - Rp,

More information

United States Figure Skating Association Eligible Skater s Compensation Agreement Program (ESCA)

United States Figure Skating Association Eligible Skater s Compensation Agreement Program (ESCA) United States Figure Skating Association Eligible Skater s Compensation Agreement Program (ESCA) ESCA Program Overview U.S. Figure Skating ( USFS ) is recognized by the United States Olympic Committee

More information

USA Water Ski Event Sanction Agreement

USA Water Ski Event Sanction Agreement USA Water Ski Event Sanction Agreement This is a contract (the Agreement ) between USA Water Ski ( USA-WS: ), a New Jersey not-for-profit corporation, the event promoter(s) or director(s) and all other

More information

City of Conway Mayor s Office 1201 Oak Street Conway, AR Invitation and Bid

City of Conway Mayor s Office 1201 Oak Street Conway, AR Invitation and Bid City of Conway Mayor s Office 1201 Oak Street Conway, AR 72032 www.cityofconway.org Invitation and Bid 2010-25 INVITATION TO THE VENDOR ADDRESSED: Bidders are invited to furnish the items listed herein

More information

REQUEST FOR PROPOSALS (RFP) Specification No C FOR Emergency Medical Supplies and Equipment PROPOSALS WILL NOT BE OPENED AND READ PUBLICLY

REQUEST FOR PROPOSALS (RFP) Specification No C FOR Emergency Medical Supplies and Equipment PROPOSALS WILL NOT BE OPENED AND READ PUBLICLY Finance Department Purchasing Division REQUEST FOR PROPOSALS (RFP) Specification No. 14-10863-C FOR Emergency Medical Supplies and Equipment PROPOSALS WILL NOT BE OPENED AND READ PUBLICLY ADDENDUM C May

More information

Home: (808) TAXES $0.00 $0.00 RESERVATIONS

Home: (808) TAXES $0.00 $0.00 RESERVATIONS Waipio Peninsula Soccer Park c/o District V Office 93-061 Waipio Point Access Road Waipahu, HI 96797 (808) 678-0593 THIS IS NOT A PERMIT AYSO Region 769 94-104 Kolea Pl. Waipahu, HI 96797 Customer Type:

More information

IOWA LOTTERY GAME SPECIFIC RULES LOTTO AMERICA SM

IOWA LOTTERY GAME SPECIFIC RULES LOTTO AMERICA SM IOWA LOTTERY GAME SPECIFIC RULES LOTTO AMERICA SM The following are the game specific rules for the Iowa Lottery s implementation of the LOTTO AMERICA SM multi-jurisdictional game. These game-specific

More information

5901 Mt. Gainor Rd Wimberley, Tx HUNT AGREEMENT AND LIABILITY RELEASE

5901 Mt. Gainor Rd Wimberley, Tx HUNT AGREEMENT AND LIABILITY RELEASE HUNT AGREEMENT AND LIABILITY RELEASE This agreement is made by DOUBLE F RANCH hereinafter referred to as the OUTFITTER and (NAME, ADDRESS AND PHONE NUMBER) hereinafter referred to as the CLIENT. This agreement

More information

For Sale by Bid 2002 Chev Astro Van

For Sale by Bid 2002 Chev Astro Van For Sale by Bid 2002 Chev Astro Van FOR SALE BY BID Bid# 007-18 One (1) 2002 Chev Astro Van Engine: 4.3 V6 Automatic Transmission 244,118 Kms 1 set of (4) winter tires 95% 1 set of (4) summer tires 90%

More information

1. BREEDER: Equine Breeding Agreement

1. BREEDER: Equine Breeding Agreement Equine Breeding Agreement This Equine Breeding Agreement (the Agreement ) is entered into as of by and between Hilltop Farm, Inc., a Maryland corporation with its principal place of business at 1089 Nesbitt

More information

Contract with Rowell Ranch Rodeo, Inc. for Law Enforcement Services

Contract with Rowell Ranch Rodeo, Inc. for Law Enforcement Services c\llllll. d~1 (:()lil1t\ Shcntf\ (J/Ticc Lakeside Plaza, 1401 Lakeside Drive, 12'1. Floor, Oakland, CA 94612-4305 Coroner - Public Administrator - Marshal Director of Emergency Services May 5,2008 AGENDA

More information

TERMS AND CONDITIONS

TERMS AND CONDITIONS Frozen Semen Breeding Contract, Paul Schockemoehle Hengsthaltung GmbH and Yancey Farms U.S. Contract is for the 2019 Breeding Season TERMS AND CONDITIONS Mare Owner Name: Phone: Address: Email:, hereby

More information

ROJO ARABIANS BREEDING CONTRACT

ROJO ARABIANS BREEDING CONTRACT ROJO ARABIANS BREEDING CONTRACT This agreement (the Agreement ) is made by and between the Mare Owner set forth below and Rojo Arabians Ltd., and is made with respect to one or more breeding rights ( Breeding

More information

CHURCHILL DOWNS INCORPORATED FOUNDATION Official Rules

CHURCHILL DOWNS INCORPORATED FOUNDATION Official Rules CHURCHILL DOWNS INCORPORATED FOUNDATION Official Rules Below are the official rules ( Official Rules ) of the Churchill Downs Incorporated Foundation s, a 501(c)(3) charitable organization (the Foundation

More information

Contractor Compensation and Agreement Overview

Contractor Compensation and Agreement Overview Contractor Compensation and Agreement Overview Compensation Information Relationship: Independent Contractor Compensation: 1) $2500 per month (1 st year contract) 2) 85% of lessons/instruction revenue

More information

USA RUGBY EVENT SANCTION AGREEMENT

USA RUGBY EVENT SANCTION AGREEMENT USA RUGBY EVENT SANCTION AGREEMENT This agreement, entered into and between USA Rugby and (name of Local Organizing Group/club shall be a part of the Sanction Agreement for the Event known as (name of

More information

DALLAS STARS STH TERMS AND CONDITIONS

DALLAS STARS STH TERMS AND CONDITIONS DALLAS STARS STH TERMS AND CONDITIONS The following terms and conditions (the Terms ) are applicable to all Dallas Stars Season Ticket Holders ( STH ). For purposes of these Terms, STH is defined as any

More information

3800 SERIES END SUCTION PUMP REPAIR PARTS INDEX. Model Model 3804

3800 SERIES END SUCTION PUMP REPAIR PARTS INDEX. Model Model 3804 Model 3801 Model 3804 3800 SERIES END SUCTION PUMP REPAIR PARTS INDEX NOTE! To the installer: Please make sure you provide this manual to the owner of the equip ment or to the responsible party who maintains

More information

12160 East 216 th Street Noblesville, IN ANNUAL MEMBERSHIP APPLICATION AND CONTRACT. Application for category type Date of Application

12160 East 216 th Street Noblesville, IN ANNUAL MEMBERSHIP APPLICATION AND CONTRACT. Application for category type Date of Application 12160 East 216 th Street Noblesville, IN 46060 2017 ANNUAL MEMBERSHIP APPLICATION AND CONTRACT Application for category type Date of Application Range Mem Spouse Range Mem Primary Season Pass Holder Last

More information

Procedures. 3. UCCAL will then purchase the bicycle/safety equipment on the employee s behalf.

Procedures. 3. UCCAL will then purchase the bicycle/safety equipment on the employee s behalf. Cycle-to-Work UCCAL Academy Employer Bicycle Scheme Subject Procedures UCCAL Academy Ltd. (UCCAL) is offering all its employees the option to purchase a bicycle and related bicycle safety equipment through

More information

Singtel Mobile Legends Tournament Promotion Terms & Conditions

Singtel Mobile Legends Tournament Promotion Terms & Conditions Singtel Mobile Legends Tournament Promotion Terms & Conditions This Singtel Mobile Legends Tournament ( Promo ) is conducted by SingTel Mobile Singapore Pte. Ltd ( Singapore Telecommunications, Singtel

More information

BID SPECIFICATIONS. Tablets FOR. Hardeman County Schools

BID SPECIFICATIONS. Tablets FOR. Hardeman County Schools BID SPECIFICATIONS Tablets FOR Hardeman County Schools General: Hardeman County School District is requesting bid proposals for tablet equipment, which may be purchased periodically over the school year.

More information

General Anaethesia Airway

General Anaethesia Airway General Anaethesia Airway Breathing Systems Catalogue Breathing Circuits Face Masks Circuit Accessories Contents I Expandable Length Dual-Limb Circuits... 4 I Fixed Length Dual-Limb Circuits... 7 I Fixed

More information

Boys & Girls Clubs of Greater Conejo Valley, Inc. Grand Prize: 2018 Twin Vee Ocean Cat 225 Power Catamaran Boat and Trailer

Boys & Girls Clubs of Greater Conejo Valley, Inc. Grand Prize: 2018 Twin Vee Ocean Cat 225 Power Catamaran Boat and Trailer Boys & Girls Clubs of Greater Conejo Valley, Inc. Grand Prize: 2018 Twin Vee Ocean Cat 225 Power Catamaran Boat and Trailer Official 2017 Raffle Rules 1. Official Raffle Rules. These are the Official 2018

More information

OFFICIAL RULES AND REGULATIONS

OFFICIAL RULES AND REGULATIONS OFFICIAL RULES AND REGULATIONS 1. NO PURCHASE NECESSARY. The 2012 PGA TEE IT FORWARD Sweepstakes ( Sweepstakes ) is open to all legal residents of the 50 United States and the District of Columbia, age

More information

HAWKS LANDING GOLF CLUB MEMBERSHIP AGREEMENT

HAWKS LANDING GOLF CLUB MEMBERSHIP AGREEMENT Revised 11/16/2017 HAWKS LANDING GOLF CLUB MEMBERSHIP AGREEMENT THIS AGREEMENT (the Agreement ), by and between Hawks Landing Golf Corp. (the Golf Club ) and the adult person(s) executing this Agreement

More information

Appendix A Canadian Football League Standard Player Contract

Appendix A Canadian Football League Standard Player Contract Appendix A Canadian Football League Standard Player Contract BETWEEN:... a member of the Canadian Football League (hereinafter called the Club ) - and -... of the City/Town of... in the Province / State

More information

Wiloma Plantation, Inc Breeding Contract

Wiloma Plantation, Inc Breeding Contract Wiloma Plantation, Inc. 2018 Breeding Contract 1. BREEDING FEE: Stallion: The undersigned, Owner ( Mare Owner ) of the Mare (Name) Registration # and Breed hereby agrees to breed to the (insert breed)

More information

Standard Terms and Conditions

Standard Terms and Conditions Standard Terms and Conditions Introduction 1. In these terms: 'MIDWICH LIMITED' means Midwich Limited ABN 82 082 281 543; 'Products' means the products and / or services supplied, or proposed to be supplied,

More information

Tennessee Wildlife Federation s 2019 Youth Hunt. Hold Harmless & Release Agreement

Tennessee Wildlife Federation s 2019 Youth Hunt. Hold Harmless & Release Agreement Tennessee Wildlife Federation s 2019 Youth Hunt Hold Harmless & Release Agreement In consideration of being permitted to participate in the Tennessee Wildlife Federation s Youth Hunt (the Youth Hunt ),

More information

PROMOTIONS DEPARTMENT TournEvent of Champions May 1 st June 10 th, 2018 Official Rules

PROMOTIONS DEPARTMENT TournEvent of Champions May 1 st June 10 th, 2018 Official Rules PROMOTIONS DEPARTMENT TournEvent of Champions May 1 st June 10 th, 2018 Official Rules 1. Eligibility. TournEvent of Champions is open to those 21 years of age or older at the time of entry and must not

More information

Session of HOUSE BILL No By Committee on Commerce, Labor and Economic Development 2-12

Session of HOUSE BILL No By Committee on Commerce, Labor and Economic Development 2-12 Session of 0 HOUSE BILL No. 0 By Committee on Commerce, Labor and Economic Development - 0 0 0 AN ACT concerning the Kansas expanded lottery act; relating to racetrack gaming facilities; relating to parimutuel

More information

Stallion Breeding Contract

Stallion Breeding Contract Stallion Breeding Contract Fresh and/or Frozen Semen Breeding Agreement for the Hanoverian Stallion Waterford This Agreement is made this day of, by and between Lynn McEnespy of P.O. Box 773, Chico, Calif.

More information

USA RUGBY EVENT SANCTION AGREEMENT

USA RUGBY EVENT SANCTION AGREEMENT USA RUGBY EVENT SANCTION AGREEMENT This agreement, entered into and between USA Rugby and (name of Local Organizing Group/Club) shall be a part of the Sanction Agreement for the Event known as (name of

More information

Name: License #: Year: FUR BUYER RECORD

Name: License #: Year: FUR BUYER RECORD Name: License #: Year: FUR BUYER RECORD This booklet is your permanent record of the coming year s sales. Before you send it back to us, be sure to make copies for your own records. Not only is this book

More information

USTA Northern California Tournament Sanction Rules

USTA Northern California Tournament Sanction Rules USTA Northern California Tournament Sanction Rules As of June 16, 2016 TABLE OF CONTENTS Changes Since Sanctioning of 2015 Tournament Calendar... 1 1. Meaning of Sanctioning...1 2. Eligible Applicants...

More information

AXALTA ALL-PRO TEACHERS PROMOTION OFFICIAL RULES

AXALTA ALL-PRO TEACHERS PROMOTION OFFICIAL RULES AXALTA ALL-PRO TEACHERS PROMOTION OFFICIAL RULES NO PURCHASE NECESSARY TO ENTER OR WIN. A PURCHASE WILL NOT INCREASE YOUR CHANCES OF WINNING. VOID WHERE PROHIBITED OR RESTRICTED BY LAW. 1. Eligibility

More information

ZUMIEZ Win a Mystery Trip with Herschel Supply Co. CONTEST. Official Rules. Dates: 7/18/2017 8/14/2017

ZUMIEZ Win a Mystery Trip with Herschel Supply Co. CONTEST. Official Rules. Dates: 7/18/2017 8/14/2017 ZUMIEZ Win a Mystery Trip with Herschel Supply Co. CONTEST Official Rules Dates: 7/18/2017 8/14/2017 1. NO PURCHASE NECESSARY. The Zumiez Win a Mystery Trip with Herschel Supply Co. Contest (the Contest

More information

2018 BREEDING CONTRACT NUTCRACKER S NIRVANA

2018 BREEDING CONTRACT NUTCRACKER S NIRVANA STACHOWSKI FARM INC. 12561 State Route 44 Mantua, Ohio 44255 330-274-2494 2018 BREEDING CONTRACT NUTCRACKER S NIRVANA 1. BREEDING FEE: The undersigned, Owner ( Mare Owner ) of the Mare (Name) Registration

More information

2018 Boat Slip & Mooring Lease Agreement

2018 Boat Slip & Mooring Lease Agreement BOATER INFORMATION 2018 Boat Slip & Mooring Lease Agreement Boat Owner(s) Name: Phone(s): Contact Email: Boat Name: Make: Registration #: Boat Length: Model: Boat Color: ** A copy of your current, valid

More information

FISHHAWK TENNIS CENTER RECREATION PROGRAM AND AMENITY MANAGEMENT AGREEMENT {Discussion Draft November 7, 2018} This Fishhawk Tennis Center Recreation

FISHHAWK TENNIS CENTER RECREATION PROGRAM AND AMENITY MANAGEMENT AGREEMENT {Discussion Draft November 7, 2018} This Fishhawk Tennis Center Recreation FISHHAWK TENNIS CENTER RECREATION PROGRAM AND AMENITY MANAGEMENT AGREEMENT {Discussion Draft November 7, 2018} This Fishhawk Tennis Center Recreation Program and Amenity Management Agreement dated as of

More information

BREEDING AGREEMENT (New Zealand)

BREEDING AGREEMENT (New Zealand) BREEDING AGREEMENT (New Zealand) THIS AGREEMENT is made and entered into on this day of, 200, by and between WILD TURKEY FARM LLC a Oregon Limited Liability Company (hereinafter referred to as WT and,

More information

SERVICE LETTER WARRANTY CONDITIONS FOR ROTAX

SERVICE LETTER WARRANTY CONDITIONS FOR ROTAX SERVICE LETTER WARRANTY CONDITIONS FOR ROTAX ENGINE TYPES 912 AND 914 (SERIES) AND 2-STROKE AIRCRAFT ENGINES Repeating symbols: Please, pay attention to the following symbols throughout this document emphasizing

More information

OFFICIAL RULES AND REGULATIONS 2018 Senior PGA Championship PGA PLAY May 24 th Sweepstakes

OFFICIAL RULES AND REGULATIONS 2018 Senior PGA Championship PGA PLAY May 24 th Sweepstakes OFFICIAL RULES AND REGULATIONS 2018 Senior PGA Championship PGA PLAY May 24 th Sweepstakes 1. NO PURCHASE NECESSARY. The 2018 KitchenAid Senior PGA Championship PGA PLAY Grand Prize Sweepstakes May 24th

More information

NIT LIMITED NO. RD-NC-40-SPS-PH

NIT LIMITED NO. RD-NC-40-SPS-PH NIT LIMITED NO. RD-NC-40-SPS-PH1302-14-15 ARGON GAS & CO2 with CYLINDER NATIONAL INSTITUTE OF SCIENCE EDUCATION & RESEARCH INSTITUTE OF PHYSICS CAMPUS, P.O.: SAINIK SCHOOL, BHUBANESWAR-751 005 Tender Notice

More information

CONTESTANT APPLICATION

CONTESTANT APPLICATION CONTESTANT APPLICATION NAME BIRTHDATE AGE ADDRESS CITY ZIP PHONE CELL PHONE E-MAIL ADDRESS EDUCATION HIGH SCHOOL COLLEGE / TECHNICAL SCHOOL / YEARS ATTENDED LIST MAJORS AND ANY DEGREES THAT YOU HOLD SCHOLASTIC

More information

WEF SPORT HORSE AUCTION. Featuring VDL Stud. March 1, Bidder Registration Package

WEF SPORT HORSE AUCTION. Featuring VDL Stud. March 1, Bidder Registration Package WEF SPORT HORSE AUCTION Bidder Registration Package 2018 WEF SPORT HORSE AUCTION BIDDER REGISTRATION FORM NAME ADDRESS PHONE FAX EMAIL PURCHASES WILL BE MADE IN THE NAME OF: NAME OF RESPONSIBLE PARTY (IF

More information

SENATE, No STATE OF NEW JERSEY. 218th LEGISLATURE INTRODUCED MARCH 5, 2018

SENATE, No STATE OF NEW JERSEY. 218th LEGISLATURE INTRODUCED MARCH 5, 2018 SENATE, No. 0 STATE OF NEW JERSEY th LEGISLATURE INTRODUCED MARCH, 0 Sponsored by: Senator JAMES BEACH District (Burlington and Camden) Co-Sponsored by: Senator Cryan SYNOPSIS Provides for licensing of

More information

CHEERLEADER POLICY FOR LAUREL MIDDLE SCHOOL

CHEERLEADER POLICY FOR LAUREL MIDDLE SCHOOL CHEERLEADER POLICY FOR LAUREL MIDDLE SCHOOL I. Establishment There will be a 6 th, 7 th and 8 th grade combined cheerleading squad at Laurel Middle School. II. Responsibility A. To create and maintain

More information

NIT LIMITED NO. NC-185-SCS-P-NOCB ARGON & NITROGEN CYLINDER WITH REGULATOR

NIT LIMITED NO. NC-185-SCS-P-NOCB ARGON & NITROGEN CYLINDER WITH REGULATOR NIT LIMITED NO. NC-185-SCS-P-NOCB-15-16 ARGON & NITROGEN CYLINDER WITH REGULATOR NATIONAL INSTITUTE OF SCIENCE EDUCATION & RESEARCH JATNI CAMPUS, P.O.: BHIMPUR-PADANPUR, VIA:-JATNI Khurdha-752050 Tender

More information

MEMORANDUM OF AGREEMENT

MEMORANDUM OF AGREEMENT MEMORANDUM OF AGREEMENT ENTERED INTO BY AND BETWEEN NHT HIGHVELD HORSE CARE UNIT (A COMPANY INCORPORATED IN TERMS OF SECTION 21) REGISTRATION NUMBER : 2002/026387/08 (duly represented by : ) (hereinafter

More information

WBO FEMALE REGULATIONS OF WORLD CHAMPIONSHIP CONTESTS

WBO FEMALE REGULATIONS OF WORLD CHAMPIONSHIP CONTESTS WBO FEMALE REGULATIONS OF WORLD CHAMPIONSHIP CONTESTS (Any rule not included in the Female Regulations of World Championship Contests will be subject to the World Boxing Organization Regulations of World

More information

NIT LIMITED NO. NC-105-P-SCS-NOCB CYLINDERS & REGULATORS

NIT LIMITED NO. NC-105-P-SCS-NOCB CYLINDERS & REGULATORS NIT LIMITED NO. CYLINDERS & REGULATORS NATIONAL INSTITUTE OF SCIENCE EDUCATION & RESEARCH JATNI CAMPUS, P.O.: JATNI, Khurdha-752050 Tender Notice No. NIT Limited NO. Sealed Tenders are invited on behalf

More information

TITLE 11. DEPARTMENT OF JUSTICE NOTICE OF PROPOSED RULEMAKING

TITLE 11. DEPARTMENT OF JUSTICE NOTICE OF PROPOSED RULEMAKING TITLE 11. DEPARTMENT OF JUSTICE NOTICE OF PROPOSED RULEMAKING NOTICE IS HEREBY GIVEN that the Department of Justice (DOJ) proposes to adopt as permanent regulations the Attorney General s establishment

More information

CLEVELAND INDIANS GROUP TICKET SALES AGREEMENT

CLEVELAND INDIANS GROUP TICKET SALES AGREEMENT CLEVELAND INDIANS GROUP TICKET SALES AGREEMENT This Cleveland Indians Group Ticket Sales Agreement (the Agreement ) is entered into between the purchaser of Cleveland Indians group tickets ( Group Tickets

More information

th St. SE Ada, MI ANNUAL MEMBERSHIP APPLICATION AND CONTRACT. Application for category type Date of Application

th St. SE Ada, MI ANNUAL MEMBERSHIP APPLICATION AND CONTRACT. Application for category type Date of Application 8375 36 th St. SE Ada, MI 49301 2015 ANNUAL MEMBERSHIP APPLICATION AND CONTRACT Application for category type Date of Application Primary Season Pass Holder Last Name First Name, M.I. Date of Birth Spouse

More information

BREEDING AGREEMENT THEREFORE, THE PARTIES AGREE AS FOLLOWS: 1. RECITALS. The above Recitals are made a part of this Agreement.

BREEDING AGREEMENT THEREFORE, THE PARTIES AGREE AS FOLLOWS: 1. RECITALS. The above Recitals are made a part of this Agreement. BREEDING AGREEMENT THIS AGREEMENT is made and entered into on this day of 20, by and between WILD TURKEY FARM (hereinafter referred to as WT ) and located at (hereinafter referred to as Owner ). RECITALS:

More information

BREEDING CONTRACT FROZEN SEMEN

BREEDING CONTRACT FROZEN SEMEN Foothills Farm of Sedro-Woolley LLC Breeding Manager/Stallion Agent Kari Klingenberg 360-202-9008 BREEDING CONTRACT FROZEN SEMEN This contract dated this day of, 20 is between herein referred to as Mare

More information