Loading...
Item G5 BOARD OF GOVERNORS FIRE AND AMBULANCE DISTRICT 1 AGENDA ITEM SUMMARY Meeting Date: October 21. 2009 Division: Emergency Services Bulk Item: Yes No X Department: Fire Rescue Staff Contact PersonlPhone #: D. Hayes / 6004 AGENDA ITEM WORDING: Approval of Agreement between Physio-Control, Inc. and the Board of Governors, Fire and Ambulance District 1 of Monroe County, Florida, for the maintenance of biomedical equipment in the amount of$16,780.00, commencing November 1,2009, and authorization for Mayor to execute same along with Technical Service Support Agreement. / I ITEM BACKGROUND: Physio-Control, Inc. is the sofe soUrce provider for the preventative inspection and maintenance of the biomedical equipment owned and operated by the Fire and Ambulance District 1. It is imperative that this equipment be maintained properly as it is used for cardiac monitoring of patients. PREVIOUS RELEVANT BOCC ACTION: At the December 17, 2008 MCBOCC meeting the Renewal Agreement by and between Board of Govemors of Fire and Ambulance District 1 of Monroe County, Florida and Physio-Control, Inc. for the preventative inspection and maintenance of biomedical equipment was approved. CONTRACT/AGREEMENT CHANGES: N/A. STAFF RECOMMENDATIONS: This contractor has always provided excellent service in the past. Also, as mentioned in the Item Background, this equipment must be maintained on a regular basis. In view of the foregoing, approval of the Agreement is recommended. TOTAL COST:$16.780.00 INDIRECT COST: _ BUDGETED: Yes X No DIFFERENTIAL OF LOCAL PREFERENCE: COST TO COUNTY:$16.780.00 SOURCE OF FUNDS: Ad Valorem Taxes REVENUE PRODUCING: Yes No X AMOUNT PER MONTH Year Q.,t-t/ APPROVED BY: County Atty ~ OMB/Purchasing _ Risk Management_ DOCUMENTATION: Included X Not Required DISPOSITION: AGENDA ITEM # Revised 7/09 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: Physio-Control. Inc. I Contract # Effective Date: Nov. 1,2009 / Expiration Date: Oct. 31, 2010 J Contract Purpose/Description: Maintenance agreement with Physio-Control for preventative and corrective maintenance of biomedical equipment for Fire and Ambulance District 1. / Contract Manager: Darice Hayes 6004 Fire Rescue / Stop #14 (Name) (Ext.) (Department/Stop #) for BOCC meeting on October 21,2009 Agenda Deadline: October 6, 2009 CONTRACT COSTS /. Total Dollar Value of Contract: $16,780.00 Budgeted? Yes[2;] No D Account Codes: Grant: $ County Match: $ Current Year Portio:JY'$ 141-13001-530460 ~-_ - - - - ----- - - - - ----- - - - - ----- Estimated Ongoing Costs: $~yr (Not included in dollar value above) ADDITIONAL COSTS For: . (eg. maintenance, utilities, janitorial, salaries, etc.) CONTRACT REVIEW Division Director Changes Needed , /.~ewer YesD NoD d--f- j, ~--2i){f; YesDNo~ ~)~ ~qlaq YeSDNOE6- ~~:~ Q-.JH1 YesDNog ~~ 1-. JH1fl Date Out Date In ~q.~b1 ooManage~ent O.M.B./Pur~asing County Attorney Comments: OMB Form Revised 2/27/01 MCP #2 PhyslocColltrol, Illc 11811 Willows Road NE, PO Box 97006. Redmond, WA 98052 Tel 425c8674000 Toll.free 800.4421142 m www.pl1ys io-contral.cam September 16, 2009 Billy Pruitt Monroe County Fire Rescue 490 63rd Street, Suite 160 Marathon, FL 33050 Dear Mr. Pruitt: Physio-Control, Inc. is the manufacturer of the L1FEPAK@ series of cardiac defibrillators/monitors. Physio-Control, Inc. authorized Technical Service Representatives are the manufacturer sole-authorized agents for all L1FEPAK@ products. This ensures your critical patient care equipment is serviced by factory-trained representatives, and that Rarts manufactured expressly for Physio-Control, Inc. are used. Sincerely, Physio-Control, Inc. C'hevy~ c utie-v - Roclv Cheryl Cutler-Rock Service Contract Specialist AGREEMENT This Agreement is made and entered into this day of 2009, by and between the Board of Governors, Fire and Ambulance District 1 of Monroe County, Florida, hereinafter referred to as "COUNTY" and Physio-Control, Inc., hereinafter refelTed to as "CONTRACTOR" . WHEREAS: That the parties hereto, for the consideration hereafter set forth, mutually agree as follows: 1. SCOPE OF THE WORK The CONTRACTOR shall furnish all1abor, materials, equipment, machinery, tools, apparatus and transportation and perroI'm all other work as described in the Technical Service Support Agreement for the preventive inspection and maintenance of biomedical equipment for the Board of Governors. The Technical Service Support Agreement is attached hereto as Exhibit B and made a palt of this Agreement by reference. 2. CONTRACT SUM / The COUNTY shall pay to the CONTRACTOR a total amount of $16,780.00 for the faithful p5'formance of the Contract, in lawful money of the United States. This will be paid in 12 equal monthly installments, on the firsv6f the month for the preceding month after invoice rendered by Contractor. 3. GENERAL PROVISIONS A. The CONTRACTOR agrees to indemnify the COUNTY and hold the COUNTY harmless from and against all claims, damages, losses and expenses, including reasonable attorneys' fees in any action arising out of perrormance of the work herein, including bodily injury, illness or death, or for property damage including loss of use, resulting from the CONTRACTOR'S work. B. The CONTRACTOR walTants that it has not employed, retained or otherwise had act on its behalf any former County officer or employee subject to the prohibition of Section 2 or Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 010-1990. For breach or violation of this provision the COUNTY may, in its discretion, terminate this Contract without liability and may also, in its discretion, deduct from the Contract or purchase pl1ce or otherwise recover, the full amount of any fee, commission, percentage, gift or consideration paid to the former County officer or employee. C. Before beginning work under this Contract, the CONTRACTOR must provide evidence satisfactory to the COUNTY'S Risk Management Director that the CONTRACTOR has in force and affect the insurance required as outlined in Exhibit A. Page 1 of 7 4. CONTRACT TERM A. The Contract shall commence on November 1,2009 and shall expire one year from that date on October 31,2010. The Contract may be renewed for two (2) additional one (1) year terms at the option of the COUNTY. The COUNTY shall exercise the option by a written notice to the CONTRACTOR, 30 days before expiration of the original term. B. The CONTRACTOR shall not be held liable for delay in delivery caused by strikes, inability to obtain materials or equipment, production or manufacturing problems and all other causes beyond the CONTRACTOR'S control. The CONTRACTOR shall not be liable for any incidental damages caused by delays in delivery. C. Monroe County's pelformance and obligation to pay under this contract, is contingent upon an annual appropriation by the Board of County Commissioners of Monroe County. 5. CONTRACTOR'S ACCEPTANCE OF CONDITIONS The CONTRACTOR understands all provisions of this Contract and of the Specifications and agrees to their sufficiency for the work to be done. Under no . - . circumstances, conditions or situations shall this Contract be more strongly construed against the COUNTY than against the CONTRACTOR. 6. PAYMENT A. The CONTRACTOR shall invoice the COUNTY, in accordance with the pricing and terms as outlined in the Contract documents. Invoices shall be submitted to Monroe County Fire Rescue, 490 63rd Street, Ocean, Suite 122, Marathon, Florida 33050, for approval and processing. B. All payments shall be made directly to the CONTRACTOR at the CONTRACTOR'S office, Physio-Control, Inc., 11811 Willows Rd., N.E., Redmond, W A 98073.. 7. INDEPENDENT CONTRACTOR At all times and for all purposes hereunder CONTRACTOR is an independent contractor and not an employee of the Board of County Commissioners of Monroe County. No statement contained in this Agreement shall be construed so as to find the CONTRACTOR or any of his/her employees, contractors, servants or agents to be employees of the Board of County Commissioners of Monroe County and they shall be entitled to none of the tights, pti vileges or benefits of employees of Monroe County. Page 2 of 7 8. COIv1PLIANCE WITH LAW In providing all services pursuant to this Agreement, the CONTRACTOR shall abide by all statutes, ordinances, rules and regulations pertaining to, or regulating the provisions of such goods, including those now in effect and hereinafter adopted. Any violation of said statutes, ordinances, rules or regulations shall constitute a material breach of this Agreement and shall entitle the Board of County Commissioners to terminate this Contract immediately upon delivery of written notice of termination to the CONTRACTOR. 9 . SUBCONTRACTING/ASSIGNMENT CONTRACTOR shall not assign, sublet, subcontract, sell or transfer any interest in this Contract without the prior written consent of the COUNTY thereto. 10. NOTICE - GENERAL Any notice or notices required or permitted to be given pursuant to this Contract may be personally served on the other party by the party giving such notice or may be served by certified mail, return receipt requested, to the following addresses: COUNTY: Monroe County Fire Rescue 490 63rd Street, Ocean, Suite 122 Marathon, Florida 33050 CONTRACTOR: Physio-Control, Inc. 11811 Willows Rd., N.E. Redmond, W A 98073 11. ANTI DISCRIMINATION CONTRACTOR agrees they will not discriminate against any of their employees or applicants for employment or against persons for any other benefit or service, because of their race, color, religion, sex or national origin, or physical or mental handicap where the handicap does not affect the ability of an individual to perform in a position of employment and to abide by all Federal and State laws regarding non-discrimination. 12. NONWAIVER Any waiver of any breach of covenants herein contained to be kept and performed by the CONTRACTOR shall not be deemed or considered as a continuing waiver and shall not operate to bar or prevent the COUNTY from declaring a forfeiture for any succeeding breach either of the same conditions or covenants or otherwise. Page 3 of 7 13. CONTRACTOR-GENERAL The CONTRACTOR warrants that it is authorized by law to engage in the performance of the activities encompassed by the program herein described, subject to the terms and conditions set forth in the Attachment, which is attached hereto and incorporated herein as part of this Agreement Each of the signatories for the CONTRACTOR, below, certifies and warrants that: A. The CONTRACTOR'S name in this Agreement is the full name as designated its corporate charter, if CONTRACTOR is a corporation; otherwise, CONTRACTOR'S name is the business entity, whether partnership or sole proprietorship, under which CONTRACTOR normally conducts business. B. They are empowered to act and contract for the CONTRACTOR and C. This Agreement has been approved by the Board of Directors of CONTRACTOR, if CONTRACTOR has a corporation. 14. ENTIRE AGREEMENT This Agreement constitutes the entire Agreement of the parties hereto with respect to the subject matter hereof and supersedes any and all prior Agreements with respect to such subject matter between CONTRACTOR and the Fire Rescue office or the COUNTY. This Agreement can never be amended except in a writing signed by both parties. 15. CONSENT TO JURISDICTION This Agreement, its performance and all disputes arising hereunder, shall be governed by the laws of the State of Florida and both parties agree that the venue for any action shall be Monroe County. This Agreement is not subject to arbitration. 16. CONDITIONS OF TERMINATION A. The performance of work or provision of goods under this Agreement may be terminated, delayed or temporarily suspended by the COUNTY, in whole or in part, from time to time, wherever the COUNTY shall determine that such termination is in the best interest of the COUNTY. The COUNTY shall pay aU reasonable costs incurred by the CONTRACTOR up to the time of termination and all reasonable costs to the CONTRACTOR associated with termination. B. If the CONTRACTOR fails to fulfill the terms of this Agreement or attachments, properly or on time or otherwise violates the provisions of the Agreement or of applicable laws or regulations governing the use of funds, the COUNTY may terminate the Contract by written notice of 15 days. The notice shall specify cause. The COUNTY shall pay the CONTRACTOR fair and equitable compensation for expenses incurred plior to tennination of the Agreement, less any amount of Page 4 0[7 damages caused by the CONTRACTOR'S breach. If the damages are more than compensation payable, the CONTRACTOR will remain liable after termination and the COUNTY can affirmatively collect damages. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases or real property to public entity, may not be awarded or perlorm work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 17. The County does not pay sales tax or any other taxes. The provisions of this Agreement supercede any conflicting provisions in Exhibit B attached hereto as the Technical Service Support Agreement. 18. CONTRACT CLAUSES - GENERAL A. Financial Records Of Company Company shall maintain all books, records, and documents directly pertinent to perlormance under this Agreement in accordance with generally accepted accounting principles consistently applied. If an auditor employed by the County or Clerk determines that monies paid to Company pursuant to this Agreement were spent for purposes not authorized by this Agreement, the Company shall repay the monies together with interest calculated pursuant to Sec. 55.03, FS, running from the date the monies were paid to Company. B. Public Access The Company shall allow and permit reasonable access to, and inspection of, all documents, papers, letters or other materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statutes, and made or received by the Company in conjunction with this Agreement; and the Generator shall have the right to unilaterally cancel this Agreement upon violation of this provision by Company. C. Assignment/Subcontract Company shall not assign or subcontract its obligations under this agreement to others, except in writing and with the prior written approval of the Board of County Commissioners of Monroe County, which approval shall be subject to such conditions and provisions as the Board may deem necessary. This paragraph shall be incorporated by reference into any assignment or subcontract and any assignee or sub shall comply with all of the provisions of this agreement. Unless expressly provided for therein, such approval shall in no manner or event be deemed to impose any additional obligation upon the board. Page 5 of 7 D. Disclosure and Conflict of Interest Company represents that it, its directors, principles and employees, presently have no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required by this contract, as provided in Sect. 112.311, et seq., Florida Statutes. Company agrees that officers and employees of the Company recognize and will be required to comply with the standards of conduct for public officers and employees as delineated in Section 112.313, Florida Statutes, regarding, but not limited to, solicitation or acceptance of gifts; doing business with one's agency; unauthorized compensation; misuse of public position, conflicting employment or contractual relationship; and disclosure or use of certain information. Company warrants that, in respect to itself, it has neither employed nor retained any company or person, other than a bona fide employee working solely for it, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for it, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of the provision, the Company agrees that the Generator shall have the right to terminate this Agreement without liability and, at its discretion, to offset from monies owed, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. E. Governing Law. Venue. Interpretation. Costs. and Fees This Agreement shall be governed by and construed in accordance with the laws of the State of Florida applicable to Agreements made and to be performed entirely in the State. In the event that any cause of action or administrative proceeding is instituted for the enforcement or interpretation of this Agreement, the parties agree that venue will lie in the appropriate court or before the appropriate administrative body in Monroe County, Florida. F. Ethics Clause Company warrants that he/it has not employed, retained or otherwise had act on his/its behalf any former County officer or employee in violation of Section 2 of Ordinance No. 10-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 10-1990. For breach or violation of this provision the County may, in its discretion, terminate this contract without liability and may also, in its discretion, deduct from the contract or purchase price, or otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee. Page 6 of7 IN WITNESS WHEREOF, the parties hereto have executed this Contract the day and year first above written. BY: (SEAL) Attest: Danny L. Kolhage, Clerk By: Deputy Clerk Title: \\\\\\\11 //7/ ,\\\. O. Ol1t /1. ~'.:,.s'" ........ "0 ~ ~ ,,) ,. '.. ~ .:::fJ..,~..f './~~ ~ ..: \'P ~ ;::: . Corporat . ('l ~ - . e .. - :=: Seal ::: S:. 1966 : == ~ ~ : $ ~ '~. ... ~ ~ 1':-4. .. ~ ~~ ......, ~ "11// Sh i n gtO~\\\\\' /1/11/ 11111\1\\\\ Page 7 of 7 BOARD OF GOVERNORS OF FIRE AND AMBULANCE DISTRICT 1 OF MONROE COUNTY, FLORIDA MAYOR/CHAIRMAN PHYSIO-CONTROL, INC. ~ CYt<- "CoY1~ct Coo-rzf ;~+ur ./ EXHIBIT B TECHNICAL SERVICE SUPPORT AGREEMENT PHYSIO .....CONTRO L Contract Number: End User # 03189501 MONROE COUNTY FIRE RESCUE 490 63RD ST STE 160 MARATHON, FL 33050 Bill To # 03189501 MONROE COUNTY FIRE RESCUE 490 63RD ST STE 160 MARATHON, FL 33050 This Technical Service Support Agreement begins on 11/1/2009 and expires on 10/31/2010. The designated Covered Equipment and/or Software is listed on Schedule A. This Technical Service Agreement is subject to the Terms and Conditions on the reverse side of this document and any Schedule B, if attached. If any Data Management Support and Upgrade Service is included on Schedule A then this Technical Service Support Agreement is also subject to Physio-Control's Data Management Support and Upgrade Service Terms and Conditions, rev 7/99-1. Price of coverage specified on Schedule A is $16,780.00 per term, payable in Monthly in arrears installments. Special Terms 15% DISCOUNT ON ACCESSORIES Accepted: Physio-Control, Inc. By: CWD~L Title: C~LA.(!-t Cvul~ al2n Date: q~Ot; Customer: By: Print: Title: Date: Purchase Order Number: Territory Rep: EA VV67 Rodriguez, Miguel Phone: 800-442-1142 x2412 FAX: 800-772-3340 Customer Contact: Darice Hayes Phone: 305-289-6004 FAX: 305-289-6013 MONROE COUNTY ATTORNEY fWPROV~D..,Ag lOJ1FORM' L~{.'ffU.f-./<f . f-hUl{ . q - a ~ - 8...OD1 CYNTHIA L. HALL ASSISTANT COUNTY ATT()RMr=V Reference Number: V67-1059 Printed: 9/18/2009 Renewal Page 1 of 8 PHYSIO-CONTROL, INC. TECHNICAL SERVICE SUPPORT AGREEMENT TERMS AND CONDITIONS RENEWAL TERMS Physio-Control, Inc.'s ("Physio-Control") acceptance of Customer's Technical Service Support Agreement is expressly conditioned on Customer's assent to the terms set forth in this document and its attachments. Physio-Control agrees to furnish the services ordered by Customer only on these terms, and Customer's acceptance of any portion of the goods and services covered by this document shall confirm their acceptance by Customer. These terms constitute the complete agreement between the parties and they shall govern any conflicting or ambiguous terms on Customer's purchase order or on other documents submitted to Physio-Control by Customer. These terms may not be revised in any manner without the prior written consent of an officer of Physio-Control. REPAIR SERVICES If "Repair" services are designated, subject to the Exclusions identified below, they shall include, for the designated Covered Equipment, all repair parts and materials required, all required Physio-Control service technician labor, and all related travel expenses. For offsite (ship-in) services, units will be returned to Customer by Physio-Control freight prepaid. INSPECTION SERVICES If "Inspection" services are designated, subject to the Exclusions identified below, they shall include, for the designated Covered Equipment, verification of proper instrument calibration, verification that instrument mechanical operations and output measurements are consistent with applicable product specifications, performance of an electrical safety check in accordance with National Fire and Protection Guidelines, all required Physio-Control service technician labor and all related travel expenses. For offsite (ship-in) services, units will be returned to Customer by Physio-Control freight prepaid. DOCUMENTATION Following each Repair and/or Inspection, Physio-Control will provide Customer with a written report of actions taken or recommended and identification of any materials replaced or recommended for replacement. LOANERS If a Physio-Control product is designated as a unit of Covered Equipment for Repair Services and needs to be removed from service to complete repairs, an appropriate Loaner unit will be provided, if available, until the removed unit is returned. Customer assumes complete responsibility for the Loaner and shall return the Loaner to Physio-Control in the same condition as received, at Customer's expense, upon the earlier of the return of the removed unit or Physio-Control's request. EXCLUSIONS This Technical Service Support Agreement does not include: supply or repair of accessories or disposables (e.g., patient cables, recorder paper, etc.); repair of damage caused by misuse, abuse, abnormal operating conditions, operator errors, and/or acts of God; repairs to return an instrument to normal operating equipment at the time of initial service by Physio-Control under this Technical Service Support Agreement; case changes; repair or replacement of items not originally distributed or installed by Physio-Control; and exclusions on Schedule B to this Technical Service Support Agreement, if any, which apply to Covered Equipment. SCHEDULE SERVICES Designated Repair and Inspections Services will be performed at the designated service frequency and during designated service hours except where service technicians are rendered unavailable due to mandatory training commitments, in which case Physio-Control will provide alternate coverage. Customer is to ensure Covered Equipment is available for Repair and/or Inspection at scheduled times. If Covered Equipment is not available as scheduled and Customer requests additional services to be performed or if Physio-Control is requested to perform Repair or Inspection services not designated in this Technical Service Support Agreement (due to the nature of services selected, instruments involved not being Covered Equipment, request being outside of designated service frequency or hours, or application of the Exclusions); Customer shall reimburse Physio-Control at Physio-Control's standard labor rates less 10% (including overtime, if appropriate), plus standard list prices for related parts and materials less 15%, plus actual travel costs incu rred. PAYMENT The cost of services performed by Physio-Control shall be payable by Customer within thirty (30) days of Customer's receipt of Physio-Control's Invoice (or such other terms as Physio-Control confirms to Customer in writing). In addition to the cost of services performed, Customer shall payor reimburse Physio-Control for any taxes assessed Physio-Control. If the number or configuration of Covered Equipment is altered during the Term of this Technical Service Support Agreement, the price of Services shall be adjusted accordingly. . Reference Number: V67-1059 Printed: 9118/2009 Renewal Page 2 of 8 WARRANTY Physio.Control warrants Services performed under this Technical Service Support Agreement and replacement parts provided in performing such Services against defects in material and workmanship for ninety (90) days from the date a Service was performed or a part was provided. Customer's sole remedy shall be reservicing the affected unit and/or replacement of any part determined to be defective, without any additional Customer charge, provided Customer notifies Physio-Control of any allegedly defective condition within ten (10) calendar days of its discovery by Customer. Physio.Control makes no other warranties, express or implied, including, without limitation, NO WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE, AND IN NO EVENT SHALL PHYSIO-CONTROL BE LIABLE FOR INCIDENTAL, CONSEQUENTIAL, SPECIAL, OR OTHER DAMAGES. TERMINATION Either party may terminate this Technical Service Support Agreement at any time upon sixty (60) days prior written notice to the other, except that Physio.Control may terminate this Technical Service Support Agreement immediately upon Customer's failure to make timely payments for services rendered under this Technical Service Support Agreement. In the event of termination, Customer shall be obligated to reimburse Physio.Control for that portion of the designated price which corresponds to that portion of the Term and the scope of Services provided prior to the effective date of termination. DELAYS Physio-Control will not be liable for any loss or damage of any kind due to its failure to perform or delays in its performance resulting from any cause beyond its reasonable control, including, but not limited to, acts of God, labor disputes, labor shortages, the requirements of any governmental authority, war, civil unrest, delays in manufacture, obtaining any required license or permit, and Physio-Control's inability to obtain goods from its usual sources. Any such delay shall not be considered a breach of Physio.Control's obligations and the performance dates shall be extended for the length of such delay. MISCELLANEOUS a) Customer agrees to not employ or offer employment to anyone performing Services on Physio.Control's behalf during the Term of this Technical Service Support Agreement or for one (1) year following its expiration without Physio.Control's prior written consent. b) This Technical Service Support Agreement, and any related obligation of other party, may not be assigned in whole or in part without the prior written consent of the other party. c) The rights and obligations of Physio-Control and Customer under this Technical Service Support Agreement shall be governed by the laws of the State in which the service is provided. All costs and expenses incurred by the prevailing party related to the enforcement of its rights under this document, including reasonable attorney's fees, shall be reimbursed by the other party. ......... ..... .......... ......... ......... ..H..H................................ ..END....................... ....... ....................... .......... ..................... Reference Number: V67.1059 Printed: 9/18/2009 Renewal Page 3 of 8 PHYSIO-CONTROL, INC. TECHNICAL SERVICE SUPPORT AGREEMENT SCHEDULE A Contract Number: Servicing Rep: Rodriguez, Miguel, EA VV67 District: GULF COAST Phone: 800-442-1142 x2412 FAX: 800-772-3340 Equipment Location: MONROE COUNTY FIRE RESCUE, 03189501 490 63RD ST STE 160 MARATHON, FL 33050 Scope Of Service LP500 1 On Site Inspection per Year with 1 SLA Battery Ref. Effective Expiration Total Model Part Number Serial Number Line Date Date Inspections LlFEP AK@ 500 3011790-000113 12697911 17 111112009 10/31/2010 I LlFEPAK@ 500 3011790-000113 12697913 18 11/1/2009 10/3112010 LlFEP AK@ 500 3011790-000113 12697915 19 11/1/2009 10/31/2010 LIFEPAK@500 3011790-000113 12697916 20 1111/2009 10/31/2010 L1FEPAK@ 500 3011790-000113 12697917 21 11/1/2009 10/3112010 LIFEPAK@500 30.11790-000113 12697919 22 1111/2009 10131/2010 L1FEP AK@ 500 3011790-000113 12697920 23 11/1/2009 10/311201 0 LIFEPAK@500 3011790-000113 12697921 24 11/1/2009 10131/2010 LIFEPAK@500 301 ]790-000113 12697923 25 111112009 10/31/2010 LlFEPAK@500 3011790-000113 12697925 26 1111/2009 10/3112010 LIFEP AK@ 500 3011790-000113 12697926 27 1111/2009 10/3112010 LlFEP AK@ 500 3011790-000113 12697927 28 111112009 10/3112010 LlFEPAK@ 500 3011790-000113 12697928 29 1111/2009 10/31/2010 LlFEP AK@ 500 3011790-000113 12697945 30 111112009 10/31/2010 LlFEPAK@ 500 3011790-000113 12697959 31 1111/2009 10/3112010 LlFEPAK@ 500 3011790-000113 12697961 32 I 1/1/2009 10/31/2010 LlFEP AK@ 500 3011790-000] 13 12703920 33 1111/2009 10/31/2010 LlFEPAK@500 3011790-000113 1270392] 34 [ 11112009 10/3112010 LlFEPAK@500 3011790-000113 12703922 35 111112009 10/3112010 LlFEP AK@ 500 301.1790-000113 ]2703923 36 111112009 10/31/2010 LlFEPAK@500 3011790-001502 34359569 37 11/112009 10131/2010 LlFEPAK@500 3011790-001502 34359570 38 1111/2009 10/31/2010 LlFEP AK@ 500 3005400-000 8679121 39 111112009 1 0131120 10 LIFEPAK@ 500 3005400-000 8679122 40 111112009 10/3.112010 LlFEPAK@500 3005400-000 8679124 41 111112009 10/3112010 LIFEP AK@ 500 3005400-000 8679126 42 11/1/2009 10/31120 I 0 L1FEPAK@500 3005400-000 8698384 43 1111/2009 10/3 I/20 10 L1FEPAK@ 500 3005400-000 8698388 44 111112009 10/3 [/2010 LlFEPAK@500 3005400-000 8698391 45 1 [11/2009 10/31/2010 Reference N urn ber: V67-1059 Renewal Printed: 9/18/2009 Page 4 of 8 LlFEPAK@500 3005400-000 8773438 46 11/1/2009 10/31/2010 Scope Of Service Ship In Repair - 1 On Site Inspection per year:M-F/8-5 Ref. Effective Expiration Total Model Part Number Serial Number Line Date Date Inspections LlFEPAK@ 12 VLP 12-02-002269 13451834 11/1/2009 10/31/2010 LlFEPAK@ 12 V LP 12-02-002269 13451839 2 11/112009 10/31/2010 LlFEP AK@ 12 VLPI2-02-002269 13451840 3 11/1/2009 10/31/2010 LlFEP AK@ 12 VLPI2-02-002269 13451841 4 11/1/2009 10/31/20 I 0 LlFEPAK@ [2 VLPI2-02-002269 13451 842 5 11/1/2009 1 0/31/2010 LlFEPAK@ 12 VLPI2-02-002269 13451843 6 11/1/2009 10131/20 to LlFEP AK@ 12 VLPI2-02-005013 32624452 13 1111/2009 10/31/2010 LlFEPAK@ 12 VLP 12-02-007228 37050535 15 1111/2009 10131/2010 Scope Of Service Ship In Repair Only:M-F/8-5 Ref. Effective Expiration Total Model Part Number Serial Number Line Date Date Inspections BATIERY SUPPORT SYSTEM 2 VBSS2-02-000009 36321031 16 1111/2009 10/3112010 0 BA TIERY SUPPORT SYSTEM 2 VBSS2-02-000009 32620322 14 1111/2009 10/31120 I 0 0 BA TIERY SUPPORT SYSTEM 2 VBSS2-02-000009 11122706 7 1111/2009 1 0/31120 10 0 BATIERY SUPPORT SYSTEM 2 VBSS2-02-000009 11122707 8 1111/2009 I 0/31120 1 0 0 BATIERY SUPPORT SYSTEM 2 VBSS2-02-000009 13426192 9 1111/2009 10/31/2010 0 BATIERY SUPPORT SYSTEM 2 VBSS2-02-000009 13445563 - 10 11Il/2009 10/31/2010 0 BATIERY SUPPORT SYSTEM 2 VBSS2-02-000009 13445566 11 11/112009 10/3112010 0 BA TIERY SUPPORT SYSTEM 2 VBSS2-02-000009 13445567 12 11/[/2009 10/31/2010 0 ** Denotes an inventory line that has changed since the last contract revision or addendum. Reference Number: V67-1059 Pri nted: 9/18/2009 Renewal Page 5 of 8 Contract Number: Additional Items Service Type CASE CHANGE MEDTRONIC EMERGENCY RESPONSE SYSTEMS, INC. TECHNICAL SERVICE SUPPORT AGREEMENT SCHEDULE A Item Quantity Start Date 11/1/2009 LP12/15/20 CASE CHG 1-5 .. Denotes an additional item line that has changed since the last contract revision or addendum. Reference Number: V67-1059 Printed: 9/18/2009 End Date 10/31/2010 Renewal Page 6 of 8 PHYSIO-CONTROL, INC. TECHNICAL SERVICE SUPPORT AGREEMENT SCHEDULE B LIFEPAK0 12 (LP 12) Defibrillator/Monitor Includes: Standard detachable hard paddle repairs LP12 upgrade installed by Physio-Control Technical Services Representative at a rate of 17% less than the then current fie]d-installed list price When listed in Equipment Inventory, Schedule A, LP 12 Defibrillator/Monitor Includes: AC Power Adapter DC Power Adapter LP 12 Defibrillator/Monitor Excludes: Internal, sterilizable and pediatric paddles Sp02 sensors and cables Communication cables Therapy cables Patient cables PCMCIA modems Case changes Discounts will not be combined with other special terms, discounts, and/or promotions. Physio-Control FASTPAK0, FASTPAK 2, LIFEPAK SLA, and LIFEPAK NiCd Battery Battery maintenance, performance testing, evaluation, removal, recycling, and replacement are the responsibility of the Customer, and should be performed in accordance with the LP 12 Series Operating Instructions section entitled Discarding/Recycling Batteries. Batteries replacement is available on a one-for-one basis, up to the number of devices listed in Equipment Inventory, Schedule A, upon the earlier of either (i) reported battery failure as determined by Customer's performance testing and evaluation in accordance with the LP 12 Operating Instructions section entitled Discarding/Recycling Batteries, or (ii) upon completion of the second year of use. Rep]acement Battery Pak shall be like for like, i.e. FASTPAK for FASTPAK, FASTPAK 2 for FASTPAK 2, etc. During the Term of this Agreement replacement shall occur no more than four times per two year period, notwithstanding prior Support Plans. Battery replacement is dependent upon Customer's notice to Physio-Control of the existence of either of the conditions referenced in (i) and (ii) above. At the discretion ofPhysio-Control, battery replacement shall be effected by shipment to Customer and replacement by Customer, or by on-site delivery and replacement by a Physio-Control Service Technician. Upon Customer's receipt of replacement battery, the affected battery referenced above shall become the property of Physio-Control, and must be returned to Physio-Control for proper disposal. In the event that Physio-Contro] does not receive the affected battery referenced above, Customer will be charged at the then current rate for the replacement battery. Only batteries manufactured by Physio-Control are covered under this Service Agreement. Batteries not manufactured by Physio-Control are expressly excluded from coverage under this Service Agreement. Physio-Control does not guarantee the operation, safety, and/or performance of our product when operating with a battery not manufactured by Physio-ControL Repairs and inspections performed under this Agreement meet original equipment manufacturer's product specifications only when operating with a battery manufactured by Physio-Control. Any repairs, as determined by a Physio-Control Service Representative, resulting from the use of a battery not manufactured by Physio-Control, wiU be billed at Physio-Contral's then current standard list prices for parts and labor, including actual travel costs incurred. LIFEPAK 12 Software Updates If combined Repair and Inspection services are designated for LP 12 units listed in Schedule A, a Physio-Control Technical Services Representative will install LP 12 software updates at no additional cost, provided it is installed at the time of a regularly scheduled inspection. In addition, during the Term of this Agreement, where an assembly, i.e., printed circuit board, must be replaced to accommodate installation of new software, such assembly may be purchased by the Customer at a rate of 50% less than the then current list price. Software updates, when installed at a time other than the regularly scheduled inspection, will be billed at the rate of $205.00 per unit per software update. The cost of such software update will be billed in a separate invoice. Dependent upon availability of Customer software loading too], and at Customer's request, Technical Services Representative shall provide Customer Reference Number: V67-1059 Printed: 9/18/2009 Renewal Page 7 of 8 PHYSIO-CONTROL, INC. TECHNICAL SERVICE SUPPORT AGREE:MENT SCHEDULE B access to software loading tool at no additional charge. If Repair-Only services are designated for LP 12 units listed in Schedule A, a Physio-Control Technical Services Representative will install aLP 12 software update at the rate of $205.00 per unit per software update. In addition, during the Tenn of this Agreement, where an assembly, i.e., printed circuit board, must be replaced to accommodate installation of new software, such assembly may be purchased by the Customer at a rate of 50% less than the then current list price. The cost of such software update will be billed in a separate invoice. Dependent upon availability of Customer software loading tool, and at Customer's request, Technical Services Representative shall provide Customer access to software loading tool at no additional charge. Physio-Control will replace the internal coin cell battery according to the number of such batteries listed in the Additional Items section of Schedule A. It is the Customer's responsibility to request such coin cell battery replacement, gather in a single location the devices that will receive such battery replacement, and to provide to the Physio-Control Technical Services Representative access to those devices. Coin cell battery replacement will take place during the Term of this Agreement, according to the number of coin cell batteries listed in the Additional Items section of Schedule A. LIFEPAK@ 500 AED INSPECTION-ONLY WITH BAITERY OPTION . This plan includes periodic inspections as described on Schedule A. If any repairs are requested by customer that are not otherwise covered by warranty then customer shall pay Physio-Control at its then current labor rate less 10%. Parts required for such repairs will be at 15% less than the then current list price for the parts. . Customer retains the responsibility to perform the battery maintenance and evaluation procedures outlined in the service manual and to replace batteries that do not pass the conditions outlined under "DiscardinglRecycling Batteries." Batteries failing to meet battery performance tests should be remov~d from service and properly discarded (recycled). . If customer provides evidence that a Physio-Control Battery Pak fails to meet the performance tests noted above and/or the Battery Pak age exceeds 2 years in the case of sealed lead acid batteries and 3 years in the case of lithium ion batteries, Physio-Control shall replace said Physio-Control Battery Pak (like for like) i.e. LIFEPAK 500 SLA for LIFEPAK 500 SLA or LIFEPAK 500 lithium ion for LIFEPAK 500 lithium ion, up to a maximum of 2 LIFEPAK 500 SLA Battery Paks every two years or up to a maximum of 1 LIFEPAK 500 lithium ion Battery Pak every 3 years (including prior Support Plan periods) per LIFEPAK@ 500 automatic advisory defibrillator (listed on Schedule A). To assist in proper recycling and removal of low capacity batteries, replaced Battery Paks become the property of Physio-Control and must be returned at the time of exchange. . Only batteries manufactured by Physio-Control are covered under this Service Agreement. Any batteries manufactured by other sources are expressly excluded from coverage under this Service Agreement. Physio-Control cannot guarantee the operation, safety and/or performance of our product when operating with a non-Physio-Control battery. Repairs and inspections perfonned under this Agreement meet original equipment manufacturer's product specifications only when operating with a Physio-Control battery. Any repairs, as determined by a Physio-Control Service Representative, resulting from the use of a non-Physio-Control battery, will be billed at our standard list prices for parts and labor, including actual travel charges incurred. . Inspections are performed Monday thm Friday 8am to 5pm (excluding holidays). Reference Number: V67-I059 Printed: 9/1812009 Renewal Page 8 of 8 2005 Edition EXHIBIT A Page 1 of3 GENERAL LIABILITY INSURANCE REQUIREMENTS FOR CONTRACT BETWEEN MONROE COUNTY, FLORIDA AND Prior to the commencement of work governed by this contract, the Contractor shall obtain General Liability Insurance. Coverage shall be maintained throughout the life of the contract and include, as a minimum: · Premises Operations . Products and Completed Operations . Blanket Contractual Liability . Personal Injury Liability · Expanded Definition of Property Damage The minimum limits acceptable shall be: $300,000 Combined Single Limit (CSL) If split limits are provided, the minimum limits acceptable shall be: $100,000 per Person $300,000 per Occurrence $ 50,000 Property Damage An Occurrence Form policy is preferred. If coverage is provided on a Claims Made policy, its provisions should include coverage for claims filed on or after the effective date of this contract. In addition, the period for which claims may be reported should extend for a minimum of twelve (12) months following the acceptance of work by the County. The Monroe County Board of County Commissioners shall be named as Additional Insured on all policies issued to satisfy the above requirements. GLl Administration Instruction #7500 55 2005 Edition EXHIBIT A Page 2 of 3 WORKERS' COMPENSATION INSURANCE REQUIREMENTS FOR CONTRACT BETWEEN MONROE COUNTY, FLORIDA AND Prior to the commencement of work governed by this contract, the Contractor shall obtain Workers' Compensation Insurance with limits sufficient to respond to Florida Statute 440. In addition, the Contractor shall obtain Employers' Liability Insurance with limits of not less than: $100,000 Bodily Injury by Accident $500,000 Bodily Injury by Disease, policy limits $100,000 Bodily Injury by Disease, each employee Coverage shall be maintained throughout the entire term ofthe contract. Coverage shall be provided by a company or companies authorized to transact business in the state of Florida. If the Contractor has been approved by the Florida's Department of Labor, as an authorized self- insurer, the County shall recognize and honor the Contractor's status. The Contractor may be required to submit a Letter of Authorization issued by the Department of Labor and a Certificate of Insurance, providing details on the Contractor's Excess Insurance Program. If the Contractor participates in a self-insurance fund, a Certificate of Insurance will be required. In addition, the Contractor may be required to submit updated financial statements from the fund upon request from the County. wel Administration Instruction #7500 89 2005 Edition EXHIBIT A Page 3 of3 VEHICLE LIABILITY INSURANCE REQUIREMENTS FOR CONTRACT BETWEEN MONROE COUNTY, FLORIDA AND Recognizing that the work governed by this contract requires the use of vehicles, the Contractor, prior to the commencement of work, shall obtain Vehicle Liability Insurance. Coverage shall be maintained throughout the life of the contract and include, as a minimum, liability coverage for: · Owned, Non-Owned, and Hired Vehicles The minimum limits acceptable shall be: $100,000 Combined Single Limit (CSL) If split limits are provided, the minimum limits acceptable shall be: $ 50,000 per Person $100,000 per Occurrence $ 25,000 Property Damage The Monroe County Board of County Commissioners shall be named as Additional Insured on all policies issued to satisfY the above requirements. VLl Administration Instruction #7500 82 ST A TEMENT OF INSURANCE FOR MEDTRONIC, INC. DATE ISSUED: 24-Sep-2009 INSURED: COVERAGES: The policies of insurance and coverages listed below have been issued to the insured named to the left for the policy period indicated. The insurance afforded by these policies is subject to all of the terms, conditions and exclusions of the actual policies. This statement of insurance does not grant the recipient any rights under these policies. Limits shown may have been reduced by paid claims. Physio-Control, Inc. Medtronic, Inc. 710 Medtronic Parkway, LC310 Minneapolis, :MN 55432 II CARRIER I TYPE OF COVERAGE . COVERAGEI LIMITS PERIOD . . ! ACE USA General Liability including products/ 5/1/09 - Per Occurrence $5,000,000 ; (Ace American completed operations, for worldwide 5/1/10 General $5,000,000 ! Insurance Company) operfiti()ns. Policy.#HDCG24930786 A~gregate . ; ACE USA Automobile Liability 5/1/09 - Combined , (Ace American Hired, Non-owned and Owned Autos 5/l/l 0 Single Limit ' $1,000,000' Insurance ComPa.ny! ._n. Policy~!S}\ H08577419 . Workers' Compensation* ACE USA . and Employers Liability (Ace American . Policy #WLRC45697502 Statutory Limits Insurance Company) . Policy #SCFC45697514 5/1/09 - -Each Accident $1,000,000: ; Policy #WLRC45697526 511110 -Each Emp. $1,000,000 (ACE American Ins. e Policy #WCUC4569754A - -Policy Limit $1,000,000 Co.) . Policy #SCFC45697538 . *MN, AZ, WA self-insured ,-^" COMMENTS: Waiver of Subrogation and/or additional insured status applies only if it is reflected in your written agreement with insured. THIS STATEMENT ISSUED TO: CANCELLA TION Monroe County Fire Rescue 490 63rd Street, Suite 122 Marathon, FL 33050 SHOULD ANY OF THE ABOVE DESCRIBED COVERAGES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF WE WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE STATEMENT HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. 6Mdw-- Gary A. Nelson, VP, Risk Mgmt & Legal Administrative Services