Loading...
HomeMy WebLinkAboutStaff Report 6968 City of Palo Alto (ID # 6968) City Council Staff Report Report Type: Consent Calendar Meeting Date: 6/6/2016 City of Palo Alto Page 1 Summary Title: Amendment to Current Purchase Order with BoundTree Medical Title: Approval to Amend the Current Purchase Order to Include Equipment for new Ambulance Purchase From: City Manager Lead Department: Fire Recommendation Staff recommends that Council approve an increase to existing Blanket Purchase Order (BPO) with BoundTree for the purchase of medical equipment to stock a new ambulance purchased in FY2015. Approve an increase to the BPO of $12,000 for FY 2016 to cover costs of putting the ambulance in service. Executive Summary The Palo Alto Fire Department has a BPO for $120,000 per year for medical equipment, medications and disposable supplies to treat and transport patients. This contract was based on three ambulances in operation daily and one spare ambulance. As of May 10, 2016, there is $9,000 left in the BPO to purchase the daily use medical equipment until June 30, 2016. Approximately $5,000 worth of medical supplies are used every two weeks. Due to the increase in emergency medical services (EMS) call volumes over the past four years, the BPO was able to cover the increased usage, but there is insufficient budget to stock the new ambulance without an increase of the approved limits to the current annual contract. The new ambulance buildout money was approved by council in full but the department didn’t consider the amount of the equipment, once ordered, to exceed the annual medical equipment budget of $120,000 (One hundred twenty thousand dollars and zero cents). City of Palo Alto Page 2 This FY Budget will cover the added expense. Background In FY2015 the fleet of ambulances increased from four to five due to an increase in EMS calls and a strategic reorganization towards EMS to meet community demands. Although the medical equipment was included in the purchase of the ambulances, it wasn’t purchased at the time of approval for the new ambulances. The current agreement (BPO) will not cover the costs of the equipment to stock one new ambulance. Ordering new disposable and other items will exceed the current BPO. The current contract with BoundTree Medical is budgeted for the smaller fleet and annual patient transport numbers. It does not cover the cost of an additional ambulance. The current agreement also didn’t include the increased pricing of medications and other medical supply increases over the past four years. Although the BPO was able to absorb the costs in previous years, the account will be at or near zero by June 30, 2016, without the increase requested. It is important to remember that the costs of medical supplies are billed to insurance companies and individuals who are transported in a Palo Alto Fire Department Ambulance. Costs are not recovered for patients who are treated and released at the scene, or who secure alternate transportation to the hospital. Staff will be going out for a new bid in 2017 to include the increase of call volume and the addition of the new ambulance. At that time the overall medical equipment budget will be updated and submitted with the new RFQ. Resource Impact The current FY EMS Budget will absorb the extra costs. There will be no additional funding at this time. Attachments:  Attachment A: BPO Boundtree 2015 (PDF)  Attachment B: Ambulance Equipment Quote (PDF) City of Palo Alto - Cover Letter Blankets City of Palo Alto Administrative Services Department Contract Administration Mezzanine Floor, Civic Center 250 Hamilton Avenue P.O. Box 10250 Palo Alto, CA 94303 (650) 329-2271 BLANKET ORDERS July 1, 2015 To all vendors for the City of Palo Alto: The attached blanket order has been issued with the intent to conduct business with your company for a period of one year. The products or services listed are based on our needs, and the total of the order is an estimated not-to-exceed amount to cover our annual requirements. The City makes no guarantee of actual or minimum purchases during the term of this order. Do not accept requests for materials or services without valid City of Palo identification AND a valid purchase order number. Without these items, the City of Palo Alto will not be responsible for payment for these items. Please update your records to reflect the billing address, the contact, and invoicing person as noted. Any references to rates, costs, or quotes are based on the most current information we have or attained from your company. If any corrections are required – please contact me at the number below as soon as possible. Purchasing and Contract Administration: (650) 329-2271 fax (650) 329-2302 Attachment A 1 *** BLANKET PURCHASE AGREEMENT *** 0010 FY15-16 Medical Supplies for EMS 120,000 USD 1.00 120,000.00 **Supersedes Blanket Order 4615000006** Blanket service order for Emergency Medical Supplies and Services. The City of Palo Alto, Fire Department, will procure items as required. Pricing established from RFQ:152490. This blanket purchase agreement is for an amount not-to-exceed $120,000.00. . Term Pricing: . 2nd year of a three year Blanket - July 1, 2015 - June 30, 2016 . July 1, 2015 - June 30, 2016 - Contract allows up to a 5% annually increase for the first and second optional 12 month extension of the contract. Actual increased applied for the duration of the second year term is 4.92%. Products shall be shipped to the following locations: a. Station 1 at 301 Alma Street, Palo Alto, California 94301. b. Station 2 at 2675 Hanover Drive, Palo Alto, California 94304. c. Station 6 at 711 Serra Street, Stanford, California 94305. . Vendor Address BOUND TREE MEDICAL LLC PO Box 300 GALLOWAY OH 43119 Tel: 614-878-8581 Fax: 800-257-5713 Bill To: City of Palo Alto Account Payable P.O.Box 10250 Palo Alto, CA 94303 Ship To: Fire Department Administration City of Palo Alto 250 Hamilton Ave., 6th Floor Palo Alto CA 94301 Item Material/Description Quantity UM Unit Price Target $ Value ______________________________________ Interim Manager, Purchasing/Contract Administration THIS P.O. IS SUBJECT TO THE TERMS AND CONDITIONS STATED BELOW AND ON THE LAST PAGESPECIFICATIONS - Any specification and /or drawings referred to and/or attached hereto are expressly made a part of this Purchase Order.DELIVERY - Please notify the City promptly if delivery cannot be made on or before the date specified. If partial shipment is authorized, so indicate on all documents. Complete packing lists must accompany each shipment. INVOICE - A separate invoice is required for each order. Send to address indicated above. City of Palo Alto Purchasing and Contract Administration P.O.Box 10250 Palo Alto CA 94303 Tel:(650)329-2271 Fax:(650)329-2468 Blanket Order P.O. NUMBER MUST APPEAR ON ALL INVOICES, PACKAGES, SHIPPING PAPERS AND CORRESPONDENCE PERTAINING TO THIS ORDER PO Number 4616000112 Date 07/16/2015 Vendor No.102109 Payment Terms Payment Due 30 days FOB Point F.O.B. Palo Alto Ship via Ship BestWay Term 07/01/2015 - 06/30/2016 Buyer/Phone Gloria Jimenez / 650-329-2178 Email gloria.jimenez@cityofpaloalto.org DELIVERIES ACCEPTED ONLY BETWEEN 7:00 AM & 3:00 PM UNLESS OTHER ARRANGEMENTS ARE INDICATED HEREIN Page 1 of 2 Attachment A 2 City contact for invoices, all invoices to be submited to: Irene Evans, telephone: 650-329-2674 . Project Manager Kim Roderick . The City makes no guarantee of actual or minimum purchases during the term of this agreement. ------------------------- Sub-Total 120,000.00 Vendor Address BOUND TREE MEDICAL LLC PO Box 300 GALLOWAY OH 43119 Tel: 614-878-8581 Fax: 800-257-5713 Bill To: City of Palo Alto Account Payable P.O.Box 10250 Palo Alto, CA 94303 Ship To: Fire Department Administration City of Palo Alto 250 Hamilton Ave., 6th Floor Palo Alto CA 94301 Item Material/Description Quantity UM Unit Price Target $ Value ______________________________________ Interim Manager, Purchasing/Contract Administration Total 120,000.00 THIS P.O. IS SUBJECT TO THE TERMS AND CONDITIONS STATED BELOW AND ON THE LAST PAGESPECIFICATIONS - Any specification and /or drawings referred to and/or attached hereto are expressly made a part of this Purchase Order.DELIVERY - Please notify the City promptly if delivery cannot be made on or before the date specified. If partial shipment is authorized, so indicate on all documents. Complete packing lists must accompany each shipment. INVOICE - A separate invoice is required for each order. Send to address indicated above. City of Palo Alto Purchasing and Contract Administration P.O.Box 10250 Palo Alto CA 94303 Tel:(650)329-2271 Fax:(650)329-2468 Blanket Order P.O. NUMBER MUST APPEAR ON ALL INVOICES, PACKAGES, SHIPPING PAPERS AND CORRESPONDENCE PERTAINING TO THIS ORDER PO Number 4616000112 Date 07/16/2015 Vendor No.102109 Payment Terms Payment Due 30 days FOB Point F.O.B. Palo Alto Ship via Ship BestWay Term 07/01/2015 - 06/30/2016 Buyer/Phone Gloria Jimenez / 650-329-2178 Email gloria.jimenez@cityofpaloalto.org DELIVERIES ACCEPTED ONLY BETWEEN 7:00 AM & 3:00 PM UNLESS OTHER ARRANGEMENTS ARE INDICATED HEREIN Page 2 of 2 Attachment A 3 CITY OF PALO ALTO GDS Rev. 09/28/2012 TERMS AND CONDITIONS OF PURCHASE PAGE 1 OF 3 ACCEPTANCE/AGREEMENT: City of Palo Alto (City) reserves the right to reject any and all quotations, to waive any informalities, and, unless otherwise specified by Seller, to accept any item in a quotation. By accepting or filing this Purchase Order (P.O.), Seller agrees to the terms and conditions herein which shall prevail over any inconsistent provision in any form or other paper submitted by Seller. All shipments or services performed shall be deemed to have been made pursuant hereto. No other terms are acceptable. This P.O., including all specifications and drawings, shall constitute the entire agreement between the parties unless modified in writing by City. CITY'S PROPERTY: Seller agrees that the information, tools, jigs, dies, or materials, and drawings, patterns, and specification supplied or paid for by City shall be and remain City property and shall be held by Seller for City unless directed otherwise. Seller shall account for such items and keep them protected, insured, and in good working conditions without expense to City. DELIVERY: The terms of delivery are as stated on the reverse side hereof. The obligation of Seller to meet the delivery dates, specifications, and quantities set forth herein is of the essence of this P.O. No boxing, packing, or cartage charge will be allowed unless authorized by this P.O. Deliveries are to be made both in quantities and at times specified herein or, if not, such quantities and times are specified pursuant to City's written instruction. Items not delivered may be canceled without penalty to City. Shipments in greater or lesser quantity that ordered may be returned at Seller's expense unless written authorization is issued by City. PRICES: The price which Seller charges in filling this P.O. shall not be higher than Seller's most recent quote or charge to City for such materials, supplies, services and/or installations unless City expressly agrees otherwise in writing. Notwithstanding the prices set forth the P.O. City shall receive the benefit of any general reduction in the price of any item(s) listed herein which may be made by Seller at any time prior to the last delivery of goods or services covered by this P.O. TERMINATION: City shall have the right to terminate this P.O. or any part thereof upon ten (10) days notice in writing to Seller. (1) Without Cause. City may terminate all or any part of this P.O. without cause. Any claim by Seller for damages due to termination without cause must be submitted to City within thirty (30) days after effective date of termination. (2) For Cause. If Seller fails to make any delivery in accordance with the agreed delivery date, delivery schedule, or otherwise fails to observe or comply with any of the other instructions, terms, conditions or warranties applicable to this P.O., City may, in addition to any other right or remedy provided by this P.O. or by law, terminate all or any part of this P.O. in writing without any liability of City with respect to Seller at any time during the term of this P.O. In the event of termination for cause, City may purchase supplies or services elsewhere on such terms or in such manner as City may deem appropriate and Seller shall be liable to City for any cost and other expenses incurred by City, which is charged to City. CHANGES: City shall have the right at any time by written notice via P.O. Change Order to Seller to make changes in the specifications, the quantity of items called for, delivery schedules, and requirements covering testing, packaging, or destination. Any claim by Seller for adjustment under this clause shall be deemed waived unless made in writing with then (10) days after receipt by Seller of notice of such change. Price increases or extensions of time for delivery shall not be binding on City unless evidenced by a P.O. Change Order issued by City's Purchasing Manager. INSPECTION: City shall have the right to inspect and approve or reject any materials, supplies, services and/or installations upon arrival of notice of completion prior to payment without regard to the manner of shipment, completion, or any shipping or price terms contained in this P.O. All materials, supplies, services and/or installations must be furnished as specified. (1) Defective, damaged, and nonconforming materials and/or supplies may be returned for credit or refund, at Seller's expense. City may charge Seller for all expenses of unpacking, examining, repacking and reshipping of such materials and/or supplies. (2) Defective, incorrect and nonconforming services and/or installations may be returned for credit or refund, at Seller's expense. All of the above notwithstanding prior payment by City. WARRANTY: Seller expressly warrants that all materials, supplies, services and/or installations covered by this P.O. shall: (1) conform to the specifications, drawings, samples, or other descriptions specified by City or if none are so specified, to Seller's standard specification or the standards of the ASTM or ANSI or other national standard organizations; (2) be new and unless specified to the contrary on the face hereof, will be free from defects in material and workmanship and will be free of all liens and encumbrances and will conform to any affirmation of facts made on the container or label; (3) be adequately contained, packaged, marked, labeled and/or provided in compliance with all applicable federal and state laws and regulations (including materials deemed hazardous); (4) be performed within the rules and regulations of the Occupational Safety and Health Act of 1970 (as amended); (5) be produced or transferred or disposed of as required by federal and state laws and regulation under the conditions of the Toxic Substances Control Act; the Hazardous Materials Control and Hazardous Waste Regulations; and other toxic laws and programs. Seller further expressly agrees to protect, indemnify, and hold harmless City, its employees and agents for any loss, damage, fine, liability, fee (including reasonable charges and fees) or expense arising in connection with or resulting from Seller's failure to furnish materials or supplies or perform services that conform with any warranty contained herein. (6) have good marketable title. GOVERNING LAW: This P.O. shall be governed by the laws of the State of California. INDEPENDENT CONTRACTOR, INSURANCE: Seller certifies, by acceptance, that he/she is an independent contractor. Seller shall protect, defend, and indemnify and hold City harmless against all damages, liability, claims, losses and expenses (including attorney's fees) arising out of , or resulting in any way from Seller's negligence in providing the goods or services purchased hereunder or from any act or omission of Seller, its agents, employees, or subcontractors, Seller shall maintain such public liability insurance, including contractual liability, automobile and general public liability, (including non-owned automobile liability) Worker's Compensation, and employer's liability insurance as well adequately protect City against such damage, liabilities, claims, losses, and expenses (including attorney's fees). Seller agrees to submit certificates of insurance, evidencing its insurance coverage when requested by City. EQUAL OPPORTUNITY CLAUSE: By acceptance of this P.O., Seller certifies it is in compliance with the Equal Opportunity Clause required by Executive Order 11246, as amended, and the Palo Alto Municipal Code, as amended, including Affirmative Action Compliance Programs for Veterans; Handicapped; and Minority Business, and other equal opportunity programs. FORCE MAJEURE: City may delay delivery or acceptance occasioned by causes beyond its control. Seller shall hold such materials, supplies, services and or installations at the direction of City and shall deliver them when the cause affecting the delay has been removed. City shall be responsible only for Seller's direct additional costs in holding the goods or delaying performance of this P.O. and City's request. Seller shall also be excused if delivery is delayed by unforeseen events beyond its reasonable control, provided Seller notifies City as soon as they occur. City may cancel this P.O. if such delay exceeds thirty (30) days from the original delivery date. Seller shall use its best efforts to grant preference to this P.O. over those of other customers, which were placed after this P.O. AUTHORITY OF AGENT OR FACTOR: Seller represents that, whenever it executes this P.O. on behalf of a third party as an agent or factor, it shall disclose the existence of the agency or factor relationship to City. Seller shall be deemed to have the legal authority to enter into this P.O. with City on behalf of the third party. INTERPRETATION OF CONTRACT DOCUMENTS: In the event of a conflict between the terms of this P.O. and the attached specification with respect to any obligation of Seller, the provision which impose the greater obligations upon Seller shall prevail. Attachment A 4 CITY OF PALO ALTO GDS Rev. 09/28/2012 TERMS AND CONDITIONS OF PURCHASE PAGE 2 OF 3 ENVIRONMENTALLY PREFERRED PURCHASING REQUIREMENTS: Seller agrees to comply with the City's Environmentally Preferred Purchasing Requirements. (1) Hazardous Waste: Seller shall take-back all spent or otherwise discarded hazardous products sold to the City by the Seller if the spent or discarded products are classified as hazardous or universal wastes by State or Federal regulations. Seller shall provide convenient collection and recycling services (or disposal services if recycling technology is unavailable) for all universal wastes, which originate from the Vendor. Hazardous waste manifests or bills of lading must be provided to City staff upon request. Recycling and reuse of hazardous wastes must occur within the United States. Universal waste lists and information are available www.dtsc.ca.gov/HazardousWaste/UniversalWaste/. A hazardous waste list is available at http://www.calrecycle.ca.gov/LEA/Training/wasteclass/yep.htm. Additional information can be obtained by contacting the City of Palo Alto Hazardous Waste Department at (650) 496-6980. (2) Zero Waste: Seller shall comply with the waste reduction, reuse and recycling requirements of the City's Zero Waste Program. Seller acknowledges and agrees that if Seller fails to fully and satisfactorily comply with these requirements, the City will suffer, as a result of Seller's failure, substantial damages which are both extremely difficult and impracticable to ascertain. Therefore, the Seller agrees that in addition to all other damages to which the City may be entitled, in the event Seller fails to comply with the below requirements Seller shall pay City as liquidated damages the amounts specified below. The liquidated damage amount is not a penalty but considered to be a reasonable estimate of the amount of damages City will suffer as a result of such non-compliance. Sellers shall adhere to the standard that all printed materials provided to the City that are generated from a personal computer and printer including, proposals, quotes, invoices, reports, and public education materials shall be double-sided, printed on a minimum of 30% post-consumer content paper or greater unless otherwise approved by the City's Environmental Services Division (650) 329-2117. Materials printed by a professional printing company shall be a minimum of 30% post-consumer material or greater and printed with vegetable based inks. Liquidated damages of $30 per document will be assessed by City for failure to adhere to this requirement. All secondary and shipping (tertiary) packaging generated shall first be minimized/reduced to the maximum extent feasible while protecting the product shipped. All paper packaging must be Forest Stewardship Council (FSC) Certified. Expanded plastics (e.g., foam or cushion blocks, trays, packing 'peanuts'), such as but not limited to polystyrene (aka Styrofoam[tm]), polypropylene, or polyurethane shall not be used as secondary or tertiary/shipping packaging. Liquidated damages of $235 or a minimum of $50 if the combined product and shipping cost is $235 or less will be assessed by City for failure to adhere to this requirement. All secondary and shipping packaging shall be recyclable in the City's recycling program. A complete list of items accepted for recycling are found at www.zerowastepaloalto.org or by calling (650) 496-5910. If any portion is received that does not meet this requirement, liquidated damages of $235 or a minimum of $50 if the combined product and shipping cost is $235 or less will be assessed by City for failure to adhere to this requirement. If approved by the City's Environmental Services Division and Administrative Services Department, a packaging takeback program may be proposed by the vendor or manufacturer for City use if the service is provided at no additional cost to the City. Staff will review proposed takeback programs to ensure the program meets City needs. If approved by the City's Environmental Services Division, a packaging requirement may be waived if no other viable alternative exists and not using the current packaging presents the likelihood of product damage. Reusable/returnable pallets shall be used and taken back by the Seller, at no additional cost to the City. Seller shall provide documentation upon request ensuring reuse of pallets and/or recycling of broken pallets. Liquidated damages of $262 or a minimum of $50 if the combined product and shipping cost is $262 or less will be assessed by City for failure to adhere to this requirement. (3) Energy and Water Efficiency: Seller shall provide products with an ENERGY STAR, Water Sense or State of California standard rating, whichever is more efficient, when ratings exist for those products. A life cycle cost analysis shall be provided to the City upon request and shall at minimum include: first cost, operating costs, maintenance costs, and disposal costs. Contacts for additional information about City of Palo Alto Hazardous Waste, Zero Waste and Utilities programs: Hazardous Waste Program (Public Works) (650) 496-6980 Zero Waste Program (Public Works) (650) 496-5910 Watershed Protection (650) 329-2117 Energy Efficiency (650) 496-2244 (4) Liquidated Damages: Seller agrees that failure to comply with the City's Environmentally Preferred Purchasing Requirements will result in Liquidated Damages, according to the table marked Liquidated Damages on page 3 of this P.O. Attachment A 5 Event of Non-Performance Recycled Paper Use Failure to use 30% recycled content paper Recyclable Packaging Materials Failure of Seller to use secondary and shipping packaging that is recyclable in the City's recycling program. Expanded Foam Plastics Unapproved use of expanded foam plastics for secondary or shipping packaging Pallet Use Failure of Seller to take-back and reuse pallets, recycling only broken pallets, at no additional cost to the City. Acceptable Performance Level (Allowed events per Fiscal Year) 1 1 0 1 Liquidated Damage Amount $30 per each document $235 or a minimum of $50 if the combined product and shipping cost is $250 or less will be incurred if this is not adhered to. $235 or a minimum of $50 if the combined product and shipping cost is $235 or less $262 or a minimum of $50 if the combined product and shipping cost is $2 or less CITY OF PALO ALTO GDS Rev. 09/28/2012 TERMS AND CONDITIONS OF PURCHASE NONCOMPLIANCE WITH EVIRONMENTALLY PREFERRED PURCHASING REQUIREMENTS, LIQUIDATED DAMAGES: The following table lists the events that constitute breaches of the Agreement's standard of performance warranting the imposition of liquidated damages; the acceptable performance level, and the amount of liquidated damages for failure to meet the contractually required standards of performance. PAGE 3 OF 3 Attachment A 6 EMS Order Station One Page 1 of 5 5000 Tuttle Crossing Blvd Date:5/6/2016 Dublin, OH 43016 Phone: 800-533-0523 Fax: 800-257-5713 Account Name:Palo Alto Fire Department 114086 BILL TO:250 Hamilton Avenue Palo Alto, California 94301 Account Name:Palo Alto Fire Department MARK SHIP TO ADDRESS FOR ORDER: SHIP 001:301 Alma Street Palo Alto, California 94301 xxxxxxxxxxxx Attn: Sunny Gutter Johnson (650) 329-2102 Account Name:Palo Alto Fire Department MARK SHIP TO ADDRESS FOR ORDER: SHIP 003:2675 Hanover Drive Palo Alto, California 94301 Attn: Adam King (650) 329-2256 Account Name:Palo Alto Fire Department MARK SHIP TO ADDRESS FOR ORDER: SHIP 011:250 Hamilton Avenue Palo Alto, California 94301 Contact: EMS Chief Kim Roderick (650) 329-2102 Acct. Manager:Brian Hartley (925) 719-0139 Ship Method Payment Terms bhartley@boundtree.com Item Number BTM's Description U/M Price Quantity Extended Price EMS SUPPLIES 901003 ACTIVATED CHARCOAL ACTIDOSE AQUA 25GM/120ML BOTTLE 12/CS EA 17.18$ 6 103.08$ 301-04 Adenosine 12mg, 4ml Vial, 10ea/bx EA 12.99$ 10 129.90$ 0542-02 Adenosine 6mg, 2ml Vial 10ea/bx EA 5.99$ 5 29.95$ 379501 ALBUTEROL 2.5MG, 0.83MG/ML, 3ML UNIT DOSE, INDIVIDUALLY WRAPPED 30/BX BX 5.69$ 1 5.69$ 911316 Aspirin 81mg Chewable, Orange Flavor 36/Bottle BT 0.89$ 6 5.34$ 6006-10 Atropine 8 mg 20 ml Vial 10ea/bx EA 42.29$ 3 126.87$ 371006 ATROPINE 1MG 10ML LUER JET 1006B 10EA/PK EA 11.06$ 10 110.60$ 170775 BLOOD PRESSURE CUFF NAVY SIZE 11 ADULT 20/CS PROSPHYG 775 EA 11.84$ 1 11.84$ 170775C BLOOD PRESSURE CUFF NAVY SIZE 10 SMALL ADULT PROSPHYG 775 EA 11.84$ 1 11.84$ 170775X BLOOD PRESSURE CUFF NAVY SIZE 12 LARGE ADULT PROSPHYG 775 EA 11.84$ 1 11.84$ 170775I BLOOD PRESSURE CUFF NAVY SIZE 9 CHILD PROSPHYG 775 EA 11.84$ 1 11.84$ 373304 CALCIUM CHLORIDE 1GM, 10 ML LUER JET 1010B EA 11.25$ 4 45.00$ Free Freight Net 30 Account Number: EMS Order Station One Page 2 of 5 Attn: Sunny Gutter Johnson (650) 329-2102 Account Name:Palo Alto Fire Department MARK SHIP TO ADDRESS FOR ORDER: SHIP 003:2675 Hanover Drive Palo Alto, California 94301 Attn: Adam King (650) 329-2256 Account Name:Palo Alto Fire Department MARK SHIP TO ADDRESS FOR ORDER: SHIP 011:250 Hamilton Avenue Palo Alto, California 94301 Contact: EMS Chief Kim Roderick (650) 329-2102 Acct. Manager:Brian Hartley (925) 719-0139 Ship Method Payment Terms bhartley@boundtree.com Item Number BTM's Description U/M Price Quantity Extended Price Free Freight Net 30 D250 CARPUJECT HOLDER 2024 EA 0.50$ 2 1.00$ 488512 CLIPBOARD BOX OVER ANOTHER BOX 8.5 IN X 12 IN CRUISER MATE 6EA/CS EA 22.99$ 1 22.99$ 179662 Clipper Charger Stand, for 3M 9661 Rechargeable Surgical Clippers EA 56.84$ 1 56.84$ 177432 CONTROL SOLUTION 1 LOW 1 HIGH FOR OPTIUM OR PRECISION XTRA 6/CS EA 10.15$ 1 10.15$ 1071-36013 Convenience Bag, Yack Sack Personal Access Bag, For Vomit or Urine Disposal 240ea/cs EA 1.28$ 50 64.00$ D5101 CURAPLEX RESUSCITATOR COMPACT MANUAL ADULT, BVM 16/CS EA 11.99$ 2 23.98$ D5102 CURAPLEX RESUSCITATOR COMPACT MANUAL CHILD, BVM 16/CS EA 13.99$ 2 27.98$ D5103 CURAPLEX RESUSCITATOR COMPACT MANUAL INFANT, BVM 16/CS EA 13.99$ 2 27.98$ 230107 DEFIB/PACING/ECG PADS PEDI W/ QUIK-COMBO CONNECTOR FOR LP12 & LP10 & LP5 11996-000093 PR 28.95$ 10 289.50$ 373301 DEXTROSE 50% 25GM 50ML LUER JET 1013B EA 11.96$ 5 59.80$ 0376-25 DIPHENHYDRAMINE 50MG/ML 1ML SDV 2035 - BENADRYL 25 VIALS/PK EA 1.10$ 25 27.50$ 118-2B0842EA Dopamine, 400 mg, 5% Dextrose, injection, 250 ml 18ea/cs EA $ 14.28 4 57.12$ 620-01 DUODOTE AUTO-INJECTOR, 30EA/CS EA 49.85$ 4 199.40$ 238497 ELECTRODES ADULT REDI-PAK PRECONNECT SYSTEM QUIK-COMBO PACE/DEFIB/ECG LP500, LP1000, LP12, LP15 11996-000017 PR 25.85$ 5 129.25$ 533-MS-SH005R EMS shears, red, 7 1/4 in., safety bandage tip, fully autoclavable, surgical stainless steel blades EA 1.29$ 10 12.90$ 0641142035 EPINEPHRINE 1:1000 1MG 1ML AMPULE 2043 EA 3.72$ 10 37.20$ 373316 EPINEPHRINE 1:10000 1 MG 10 ML LUER JET 1019B EA 5.89$ 6 35.34$ 2142-84101 EQUIPLITE LARYNGOSCOPE BLADE, MAC 1, DISPOSABLE, LED, STAINLESS STEEL, FITS STANDARD HANDLES EA 4.99$ 3 14.97$ EMS Order Station One Page 3 of 5 Attn: Sunny Gutter Johnson (650) 329-2102 Account Name:Palo Alto Fire Department MARK SHIP TO ADDRESS FOR ORDER: SHIP 003:2675 Hanover Drive Palo Alto, California 94301 Attn: Adam King (650) 329-2256 Account Name:Palo Alto Fire Department MARK SHIP TO ADDRESS FOR ORDER: SHIP 011:250 Hamilton Avenue Palo Alto, California 94301 Contact: EMS Chief Kim Roderick (650) 329-2102 Acct. Manager:Brian Hartley (925) 719-0139 Ship Method Payment Terms bhartley@boundtree.com Item Number BTM's Description U/M Price Quantity Extended Price Free Freight Net 30 2142-84202 EQUIPLITE LARYNGOSCOPE BLADE, MAC 2, DISPOSABLE, LED, STAINLESS STEEL, FITS STANDARD HANDLES EA 4.99$ 3 14.97$ 2142-84303 EQUIPLITE LARYNGOSCOPE BLADE, MAC 3, DISPOSABLE, LED, STAINLESS STEEL, FITS STANDARD HANDLES EA 4.99$ 3 14.97$ 2142-84404 EQUIPLITE LARYNGOSCOPE BLADE, MAC 4, DISPOSABLE, LED, STAINLESS STEEL, FITS STANDARD HANDLES EA 4.99$ 3 14.97$ 2142-82000 EQUIPLITE LARYNGOSCOPE BLADE, MILLER 0, DISPOSABLE, LED, STAINLESS STEEL, FITS STANDARD HANDLES EA 4.99$ 3 14.97$ 2142-82101 EQUIPLITE LARYNGOSCOPE BLADE, MILLER 1, DISPOSABLE, LED, STAINLESS STEEL, FITS STANDARD HANDLES EA 4.99$ 3 14.97$ 2142-82202 EQUIPLITE LARYNGOSCOPE BLADE, MILLER 2, DISPOSABLE, LED, STAINLESS STEEL, FITS STANDARD HANDLES EA 4.99$ 3 14.97$ 2142-82303 EQUIPLITE LARYNGOSCOPE BLADE, MILLER 3, DISPOSABLE, LED, STAINLESS STEEL, FITS STANDARD HANDLES EA 4.99$ 3 14.97$ 2142-82404 EQUIPLITE LARYNGOSCOPE BLADE, MILLER 4, DISPOSABLE, LED, STAINLESS STEEL, FITS STANDARD HANDLES EA 4.99$ 3 14.97$ F0208 EXTRICATION COLLAR CARRY CASE ALLIANCE 24X 10 X 5.5 EA 15.89$ 4 63.56$ 15329 Extrication device, green, for immobilizing and extricating patients, carry case EA 69.85$ 1 69.85$ 470065 FERNO WASHINGTON XCEL SCOOP STRETCHER EA 839.85$ 2 1,679.70$ 0129 forceps, Magill, adult EA 3.75$ 2 7.50$ 0128 forceps, Magill, child EA 3.75$ 2 7.50$ 2761-71181 FreeStyle Precision H Meter 50ea/cs EA 0.01$ 3 0.03$ 0260-10 Glucagen Kit 1 mg Inj EA 214.85$ 2 429.70$ 264840 IMMOBILIZATION BOARD WITHOUT CARRY CASE; BROSELOW READY PEDIATRIC EA 217.40$ 1 217.40$ 464631 INSTA-GLUCOSE 31GM 2064 EA 3.60$ 6 21.60$ 028620 LARYNGOSCOPE HANDLE RUSCH PEDIATRIC EA 13.99$ 2 27.98$ EMS Order Station One Page 4 of 5 Attn: Sunny Gutter Johnson (650) 329-2102 Account Name:Palo Alto Fire Department MARK SHIP TO ADDRESS FOR ORDER: SHIP 003:2675 Hanover Drive Palo Alto, California 94301 Attn: Adam King (650) 329-2256 Account Name:Palo Alto Fire Department MARK SHIP TO ADDRESS FOR ORDER: SHIP 011:250 Hamilton Avenue Palo Alto, California 94301 Contact: EMS Chief Kim Roderick (650) 329-2102 Acct. Manager:Brian Hartley (925) 719-0139 Ship Method Payment Terms bhartley@boundtree.com Item Number BTM's Description U/M Price Quantity Extended Price Free Freight Net 30 028621 LARYNGOSCOPE HANDLE RUSCH STANDARD EA 13.99$ 2 27.98$ 373390 LIDOCAINE 2% 100MG 5ML LUER JET 1026B 10EA/PK EA 3.80$ 5 19.00$ 2B0973 LIDOCAINE 2GM IN DEXTROSE 5% 500ML BAG 18BG/CS 3029 EA 7.70$ 2 15.40$ 373369 NALOXONE 2MG 2ML LUER JET 1029B 10EA/CS EA 39.85$ 6 239.10$ 0418-13 NITROSTAT 0.4MG TABS SL 25/BT 4BT/BX BT 16.99$ 4 67.96$ J2234 OB KIT DISPOSABLE 10/CS 1703 EA 6.29$ 3 18.87$ 5265-64 ONDANSETRON 4MG DISSOLVE TABS 30UD/BX BX 10.25$ 4 41.00$ 1120-12 Ondansetron Injection, 4 mg, 2 ml iSecure v2 10ea/bx 10bx/cs EA 1.59$ 4 6.36$ 354010 PRESSURE INFUSER W/BULB & GAUGE 1000ML DISPOSABLE 25/CS EA 17.85$ 2 35.70$ 400010 RING CUTTER, MAGNUM MEDICAL EA 8.10$ 2 16.20$ 298507SA SHARPS CONTAINER IN ROOM RED 5 QUART 12.5 IN X 5.5 IN X10.75 IN 20/CS EA 4.99$ 2 9.98$ 295489 SHARPS CONTAINER RED 6.9 QUART 11.5 IN X 8.75 IN X 5.5 IN 12/CS EA 6.74$ 2 13.48$ 371035 SODIUM BICARBONATE 8.4% 50ML LUER JET 1035B 10EA/PK EA 12.37$ 2 24.74$ 660202 SPLINT, TRACTION ADULT OR CHILD 6 YEARS AND UP SAGER TOTAL CONCEPT SUPER BILATERAL S-304 EA 348.95$ 1 348.95$ 592109 S-SCORT 9 SUCTION UNIT EA 699.85$ 1 699.85$ 1034RE StatPacks G1 Perfusion Pack Red/Gray EA 203.90$ 1 203.90$ 1037RE STATPACKS G2 TIDAL VOLUME PACK RED/GRAY 4/PK EA 123.10$ 1 123.10$ 2523-02818 STATPACKS INTUBATION KIT RED/GRAY EA 38.50$ 1 38.50$ EMS Order Station One Page 5 of 5 Attn: Sunny Gutter Johnson (650) 329-2102 Account Name:Palo Alto Fire Department MARK SHIP TO ADDRESS FOR ORDER: SHIP 003:2675 Hanover Drive Palo Alto, California 94301 Attn: Adam King (650) 329-2256 Account Name:Palo Alto Fire Department MARK SHIP TO ADDRESS FOR ORDER: SHIP 011:250 Hamilton Avenue Palo Alto, California 94301 Contact: EMS Chief Kim Roderick (650) 329-2102 Acct. Manager:Brian Hartley (925) 719-0139 Ship Method Payment Terms bhartley@boundtree.com Item Number BTM's Description U/M Price Quantity Extended Price Free Freight Net 30 1028TK STATPACKS INTUBATION KIT TACTICAL BLACK EA 38.50$ 1 38.50$ 598066 SUCTION UNIT DC CABLE ASSEMBLY CIGARETTE LIGHTER ADAPTER FOR S- SCORT EA 13.55$ 1 13.55$ 477-KLTSD415EA Supraglottic airway kit, KING LTS-D, purple, size 5, adult over 6 ft, 60cc syringe, lube 5ea/cs EA 36.99$ 2 73.98$ 477-KLTSD414EA Supraglottic airway kit, KING LTS-D, red, size 4, adult 5-6 ft, 60cc syringe, lube jelly 5ea/cs EA 36.99$ 2 73.98$ 477-KLTSD413EA Supraglottic airway kit, KING LTS-D, yellow, size 3, adult 4-5 ft, double lumen tube 5ea/cs EA 36.99$ 2 73.98$ J2260 Surgical Clipper Starter Kit, incl Clipper Body 9661 and Charger 9662, No Blade Assembly KT 112.24$ 1 112.24$ 684015RB TRAUMA BAG ADVANCED LIFE SUPPORT (ALS) PEDIATRIC PACK ROYAL BLUE 20 IN X 18 IN X 6 IN EA 215.63$ 1 215.63$ SUB 6,898.20$ TAX 638.08$ TOTAL 7,536.28$