HomeMy WebLinkAboutContract 63154FORT WORTH CSC NO. 63154
CITY OF FORT WORTH
COOPERATIVE PURCHASE AGREEMENT
This Cooperative Purchase Agreement ("Agreement") is entered into by Medline Industries, LP.
("Vendor") and the City of Fort Worth ("City"), a Texas home rule municipality.
The Cooperative Purchase Agreement includes the following documents which shall be construed in the
order of precedence in which they are listed:
1. This Cooperative Purchase Agreement;
2. Exhibit A — Seller's Quote, Scope of Services or Purchase Order;
3. Exhibit B — Cooperative Agency Contract OMNIA 2021003157; and
4. Exhibit C — Conflict of Interest Questionnaire
Exhibits A, B, and C, which are attached hereto and incorporated herein, are made a part of this
Agreement for all purposes. Vendor agrees to provide City with the services and goods included in
Exhibit A pursuant to the terms and conditions of this Cooperative Purchase Agreement, including all
exhibits thereto. If any provisions of the attached Exhibits conflict with the terms herein, are prohibited
by applicable law, conflict with any applicable rule, regulation or ordinance of City, the terms in this
Cooperative Purchase Agreement shall control.
ZD
City shall pay Vendor in accordance with the fee schedule in Exhibit A and in accordance with
the provisions of this Agreement. Total payment made under this Agreement for the first year, or any
renewal term, by City shall not exceed three hundred thousand dollars ($300,000.00). Vendor shall
not provide any additional items or services or bill for expenses incurred for City not specified by this
Agreement unless City requests and approves in writing the additional costs for such services. City shall
not be liable for any additional expenses of Vendor not specified by this Agreement unless City first
approves such expenses in writing.
The term of this Agreement is effective beginning on the date signed by the Assistant City
Manager below ("Effective Date") and expires one year after, with three (3) additional one-year renewal
options.
Vendor agrees that City shall, until the expiration of three (3) years after final payment under this
Agreement, or the final conclusion of any audit commenced during the said three years, have access to
and the right to examine at reasonable times any directly pertinent books, documents, papers and records,
including, but not limited to, all electronic records, of Vendor involving transactions relating to this
Agreement at no additional cost to City. Vendor agrees that City shall have access during normal
working hours to all necessary Vendor facilities and shall be provided adequate and appropriate work
space in order to conduct audits in compliance with the provisions of this section. City shall give Vendor
reasonable advance notice of intended audits.
Notices required pursuant to the provisions of this Agreement shall be conclusively determined
to have been delivered when (1) hand -delivered to the other parry, its agents, employees, servants or
representatives, (2) delivered by facsimile with electronic confirmation of the transmission, or (3)
received by the other party by United States Mail, registered, return receipt requested, addressed as
follows:
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
To CITY:
City of Fort Worth
Attn: William Johnson, Assistant City Manager
100 Fort Worth Trail
Fort Worth, TX 76102
Facsimile: (817) 392-8654
With copy to Fort Worth City Attorney's Office at
same address
To VENDOR:
Medline Industries, LP.
Chris Powers, VP of Government Markets
3 Lakes Dr.
Northfield, IL 60093
govbids@medline.com
City is a government entity under the laws of the State of Texas and all documents held or
maintained by City are subject to disclosure under the Texas Public Information Act. To the extent the
Agreement requires that City maintain records in violation of the Act, City hereby objects to such
provisions and such provisions are hereby deleted from the Agreement and shall have no force or effect.
In the event there is a request for information marked Confidential or Proprietary, City shall promptly
notify Vendor. It will be the responsibility of Vendor to submit reasons objecting to disclosure. A
determination on whether such reasons are sufficient will not be decided by City, but by the Office of
the Attorney General of the State of Texas or by a court of competent jurisdiction.
The Agreement and the rights and obligations of the parties hereto shall be governed by, and
construed in accordance with the laws of the United States and state of Texas, exclusive of conflicts of
laws provisions. Venue for any suit brought under the Agreement shall be in a court of competent
jurisdiction in Tarrant County, Texas. To the extent the Agreement is required to be governed by any
state law other than Texas or venue in Tarrant County, City objects to such terms and any such terms are
hereby deleted from the Agreement and shall have no force or effect.
Nothing herein constitutes a waiver of City's sovereign immunity. To the extent the Agreement
requires City to waive its rights or immunities as a government entity; such provisions are hereby deleted
and shall have no force or effect.
To the extent the Agreement, in any way, limits the liability of Vendor or requires City to
indemnify or hold Vendor or any third party harmless from damages of any kind or character, City
objects to these terms and any such terms are hereby deleted from the Agreement and shall have no force
or effect.
The undersigned represents and warrants that he or she has the power and authority to execute
this Agreement and bind the respective Vendor.
CITY OF FORT WORTH:
By: William Johnson (Ayr 23, 2025 15:42 CDT)
Name: William Johnson
Title: Assistant City Manager
Date:
APPROVAL RECOMMENDED:
By: �7
a, dame ;NNjlTaVis61313.66 CGT)
Title: Fire Chief
pF F�!:T�IIO
a°p�00000 0 009�,�
�o
Oaa� nEXA`ogpp
By:
Name: Jannette Goodall
Title: City Secretary
OrKWIT11-014
Medline Industries, LP.
By: �tF
Name: Chris Powers,
Title: VP of Government Markets
CONTRACT COMPLIANCE MANAGER:
By signing I acknowledge that I am the person
responsible for the monitoring and administration
of this contract, including ensuring all performance
and reporting requirements.
arene&'
By: BrPnda Rav (Aor 23. 2 25 15:03 CDT)
Name: Brenda Ray
Title: Fire Purchasing Manger
APPROVED AS TO FORM AND LEGALITY:
By:
Name: Taylor Paris
Title: Sr. Assistant City Attorney
CONTRACT AUTHORIZATION:
M&C: 25-0333
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Exhibit A — Seller's Quote, Scope of Services or Purchase Order
Exhibit C
Business Proposal
Contracted Products:
Vendor's entire catalog of products will be available to Membership. Some products may require a
pharmacy license to ship to end -user, which will need to be provided prior to order.
Pandemic Product Categories: at the time of bid the following products are on allocation, and
availability is currently limited or inconsistent, and may not be available to members.
1. Facemasks
2. PPE — including Isolation gowns, and coveralls
3. Surgical drapes and gowns
4. Standard and custom packs
5. Exam and surgical gloves
Product Portfolio
Medline will offer its whole portfolio of products through this agreement. This includes 500,000+
products. Our portfolio is comprehensive and covers the med-surg needs for the entire continuum of
care. We also have ancillary products such as EVS and office supplies. A brief summary of some of our
product categories can be found below, but this list is not all inclusive. If there is a category or a product
that you need that you cannot find, please visit www.medline.com to search our catalog, contact
customer service at 1-800-MEDLINE (633-5463) or contact your sales rep directly.
Product Division Products
Advanced Skin Care Skin Care: Remedy", Soothe
& Cool, Carrington, MedSpa,
Dispensers
Support
Surfaces: Mattresses, OR
Table Pads, Stretcher Pads,
Seating Cushions, Overlays
Heel Protection: Heel Boots
Surgical Glue: Skin Affix
Air Care: Advanced Fresh,
Naturally Fresh, Simply Fresh
Advanced Wound Debridement
Care Products: Honey dressings,
TenderWet
Infection/Inflammation
Products: Silver powders,
gels, sheets, alginates, gelling
fibers and foams
Moisture Management
Products: foam, post -op
dressings, superabsorbent
dressings, alginates, gelling
fibers and hydrogels
Edge/Environment Products
(for stalled
wounds): collagen dressings
Supportive
Products: compression
therapy, wound cleansers,
skin protectants, dressing
retention tape, and contact
layers
Anesthesia General Anesthesia:
Circuits, masks, breathing
bags & hyperinflation
systems
Airways: ET Tube, Laryngeal
masks, bermans and guedels
Pressure Infusers
Temperature probes
Regional Anesthesia: Pain
trays, block trays, epidural
trays and sterile procedural
needles
Diagnostics
Blood Pressure
Cuffs,Electrodes, Blood
Glucose, Lancets, Diagnostic
Instruments,
Thermometers, Diagnostic
Capital
Distributed
Brand -Name product lines
Products
used in our distribution
contracts
Dynacor
Plastics: Non -Sterile Kits
Sterile Trays: Laceration,
Suture Removal, IV Start,
Dressing Change.11
Equipment and
ADLs, Bath Safety, Canes,
Furnishing (DME)
Crutches, Hampers, Homecare
Beds, Hot and Cold,
Orthopedic Softgoods,
Patient Lifts, Physical Therapy,
PVC, Rollators, Stretchers,
Walkers and Wheelchairs,
Cubicle, Draperies, Furniture,
Beds, Carts, Stainless Steel,
Scales, Charting
Exam Gloves
Exam Gloves
Interiors Soft Good Items
Laboratory Specimen Containers, Point -
of -Care Testinq, Lab Capital
Na m i c Access
Products: Angiographic
Needles, Guidewires, and
accessories
Fluid Management: Custom
Kitting, Manifolds, accessories
used in the Catheterization
(Cath) & Interventional
Radiology Labs relating to
Contrast Management
Pressure
Monitoring: Disposable
Pressure Transducers,
Pressure Monitoring Tubing,
and Fluid Administration
System Wide
Accessories: Dead End Caps,
Stopcocks, Decanters and
Syringes
Nutrition & AmerisourceBergen OTC
Pharmaceuticals Items, Cough, Cold and
Allergy, Dietary Supplements
and Vitamins, Laxatives and
Antacids, Lotions, Creams and
Ointments, Miscellaneous
OTCs, Non direct Foot and
Ankle sourcing, Pain
Management Relievers, Unit
Dose OTC s and Topical
Analge, Pharma Short Dated
Product, Podiatry,
Pharmaceuticals (OTC and
Rx), Drug management
devices (pill crusher, splitters,
storage), Enteral feeding
devices (Pumps, feeding sets,
feeding tubes, syringes,
Specialty nutrients (Protein
supplements, dysphagia, GI
management), Foot and
Ankle specialty products.
OR Division Surgical Instruments,
Sterilization Products, Care
and Handling items, lab
products
Suction: Open Catheters,
Closed Suction, Connection
Tubing, ET tubes, Fluid
Solidifiers, Canisters
Orthopedics
Foot & Ankle
Implants: Ankle Fracture
Plating System, Foot Recon
Plating System, Mini Foot
Plating System, Cannulated
Screw System, Snap -Off
Screw System, Pre -Hydrated
Structural Bioimplants
(UNITE Foot & Orthobiologics: Viable
Ankle) Cellular Bone Matrix,
Demineralized Bone Matrix
(DBM), Synthetic Bioactive
Bone Graft, Amniotic
Membrane and Fluid,
Cancellous Chips
Personal Care
Incontinence Products —
Disposable Adult Briefs,
Diapers,
Underpads
Preventive Care
Disposable Protective
Apparel, Headwear and
Footwear, Isolation
Orqanizers
Primary Care
Gauze, Bandages, Tapes,
DVTs, Lap Sponges, O.R.
Towels, Clear Count, DASH
Proxima
Surgical Gowns, Drapes, and
Packs
Readycare
Patient Cleansing: Wet
Wipes, ReadyBath, Shampoo
Caps, Remedy Wipes
Hand Hygiene: Hand Soaps
and Sanitizers
CHG/PVP: CHG Bottles and
Kits, Aegis CHG Discs, PVP
bottles
Oral and Nasal Care: Oral
Care Kits and Components,
Nasal Antiseptic Swabs and
Kits
ReNewal Reprocessed single -use
devices including: ablation
electrodes, EP catheters,
tissue sealers, pulse oximeter
sensors, manifolds,
tourniquets, ultrasonic
scalpels, compression sleeves,
air transfer mattresses,
arthroscopic shavers and
abraders, ECG leads,
orthopedic manual surgical
instruments, trocars and
cannulas
Repositioning & Support
Offloading
Surfaces: Mattresses, OR
Table Pads, Stretcher Pads,
Seating Cushions, Overlays,
Comfort Glide products
Respiratory
Oxygen Therapy,
Resuscitation, Pulse Oximetry,
Medication Delivery,
Humidification and Filtration,
Suction and Trach Care,
Airway Management
SPT
Custom Sterile Surgical Trays,
CDS, Standard Trays
Surgical Gloves
Surgeons Gloves
Textiles &
Textiles: Scrubs, lab coats,
Environmental
uniforms, patient & pediatric
Services (EVS)
apparel, surgical & protective
apparel, terries, blankets,
sheets, underpads, adult bibs,
slippers, mattress pads and
hamper bags.
EVS: Liners, paper, ATP,
chemicals, germicides,
microfiber, batteries and
housekeeping equipment
Decorate Textiles — Cubicle
curtains, OTRT, room dividers,
window treatments, quilts,
pillows and disposable linen_
Tissue Regeneration Hyalomatrix, PluroGel
Urology Urologicals, Bulb Irrigation
Syringes, Bulb Irrigation Trays,
External Catheters, Foley
Catheter Trays, Intermittent
Cath Trays, Intermittent
Catheters, Leg Bags, Piston
Irrigation Syringes, Piston
Irrigation Trays
Urologicals: Foleys, Drain
Bags, Urinemeters, Closed
Systems, MEC's
Vascular Access Excelsior, Peripheral IV
Catheters, Vascular Access
Insertion
Pricing Proposal
Medline will offer the below Minimum discounts off Medline list price. This is a discount floor, and in
many cases deeper discounts can be offered. Medline can provide list pricing by product upon request
from either OMNIA or OMNIA member. List pricing may fluctuate over the term of the contract in
accordance with market conditions or costing changes. Medline reserves the right to negotiate pricing
independent pricing agreements through the OMNIA contract with individual members as long as it falls
within the below discount structure.
Description Minimum Discount
Medline Brand Products 30% off Medline list price
Non-Medline/National Brand Products 125% off Medline list price
Freight/Minimum Orders
A. Minimum Order Requirements: Three hundred and fifty dollars ($350)
B. Freight: Orders over minimum will ship free freight with the following exceptions
a. Emergency/rush orders
b. Orders outside ship -schedule
c. Non -stock or vendor direct ship items may incur freight charges
C. Lost Products: All lost Products will be reported to Vendor's customer service department.
Vendor will issue credit within ten (10) days of notification of lost Product; alternatively, re-
shipment of missing Product will occur immediately after notification.
D. Ship schedule: Each account will be assigned a delivery schedule to provide consistent shipment
points. Any orders occurring outside this ship schedule, or orders placed after ship cutoff may
incur additional freight charges.
E. Lead time: Standard lead time for stocked products is 2 days ARO, including in Alaska and
Hawaii-
F. Local Agreements: In some cases, local agreements may be negotiated which will supersede
contract freight terms listed above. These agreements will be communicated to OMNIA.
Return Policy
Please see attachment D — Return goods policy
New Account Setup/Credit
New Account Setup: In order to process and account through the OMNIA contract, each member
location must have a standalone account setup with Medline. In order to setup a new account we need
the following documentation from government facilities
1. A copy of the W9, with the purchasing facilities address
2. A sales tax exempt certificate (if applicable)
Credit: Accounts can be setup as Credit Card only, or with Net 30 day terms.
1. Credit Card Purchase: Are subject to a 2% processing fee on all purchases
2. Terms: If an account wishes to be setup with credit terms, a government PO must be
provided (either voided, or an actual order). Terms will be provided upon receipt of PO.
Non -Gov't Accounts: Non -government accounts will be required to provide all the above
documentation, and will also have to fill out the standard new account application whether using a
credit card or requesting terms.
Exhibit B — Cooperative Agency Contract
OMNIA®
P A R T N E R S
NATIGNALIPA us.cox>cuvmcs
Medical and Surgical Supplies
Executive Summary
Lead Agency: University of California Solicitation: 002109-JUL202-MED/SURG RFP 2018AO
RFP Issued: August 21", 2020 Pre -Proposal Date: August 26", 2020, 9:00am
Response Due Date: September 241h, 2020 Proposals Received: # 9
Awarded to:
The University of California San Diego Department of Procurement issued002109-JUL202-MED/SURG RFP
2018AO on August 21", 2020, to establish a national cooperative contract for Medical and Surgical Supplies.
The solicitation included cooperative purchasing language in Section 1.1.0 Purpose & Objectives of the RFP.
The purpose of this Request for Proposal ('RFP') is far qualified suppliers to prepare and submit
a proposal to furnish Medical and Surgical Supplies in accordance with the requirements set
forth in this RFP.
The overall objective of this RFP is to award multiple qualified suppliers that will assist UCSon
Diego in establishing a sustainable program that provides medical and surgical supplies,
exceptional customer service and cost-effective processes to all University of California (UQ
campuses, medical centers, and laboratories on a needed basis.
Supplier agrees to make available the services to any UC location and other public agencies upon
the terms, conditions and pricing set forth in an agreement awarded in response to the supplier's
proposal. OMNIA Partners will be supporting our efforts to market the outcome of the
solicitation nationally.
Notice of the solicitation was sent to potential offerors, as well as advertised in the following:
• University of California CalUsource website
• OMNIA Partners website
• USA Today, nationwide
• Arizona Business Gazette, AZ
• San Bernardino Sun, CA
Version August 19, 2020
• Honolulu Star -Advertiser, HI
• The Advocate — New Orleans, LA
• New Jersey Herald, NJ
• Times Union, NY
• Daily Journal of Commerce, OR
• The State, SC
• South Carolina webs ite/newsletter (get from Chris White)
• Houston Community Newspapers, Cy Creek Mirror, TX
• Deseret News, UT
• Richmond Times, VA
• Seattle Daily Journal of Commerce, WA
• Helena Independent Record, MT
• Kennebec ME Journal
On September 241", 2020, proposals were received from the following offerors:
• Asp Global • McKesson
• Caleb Milne • Medline
• Cardinal Health • Sports Brand Group
• Deepka Import • Uweport
• Henry Schein Medical
The proposals were evaluated by an evaluation committee. Using the evaluation criteria established in the RFP
the committee elected to enter into negotiations with Medline Industries. LP. and proceeding with contract
award upon successful completion of negotiations.
Geographic Preferences: No geographic preferences were included in the evaluation of the responses.
The University of California San Diego, OMNIA Partners and Medline Industries Inc. successfully negotiated a
contract, and the University of California San Diego executed the agreement with a contract effective date of
November 3rd, 2021.
Diversity Certification:
Contract includes:
• 550,000 products
• Free Freight over $350
Term:
Initial agreement from November 3rd, 2021, through November 2"d, 2026, with the option to renew for
three (3) additional one-year periods through November 2"d, 2029.
Pricing/Discount:
• 30% off Medline Brand Products off list price
• 25% off non-Medline/National Brand products off list price
• Market Basket
Version August 19, 2020
`P< UNIVERSITY
o F
CALIFORNIA
Purchasing Agreement # 2021003157
Asa result of Request for Proposal ff 201SAO UC San Diego Medical and Surgical Supplies, the Master Agreement to furnish
certain goods and services described herein and in the documents referenced herein ("Goods and/or Services") is made by
and between The Regents of the University of California, a California public corporation ("UC") on behalf of the University of
California, San Diego and the supplier named below ("Supplier'). This Agreement is binding only if it is negotiated and
executed by an authorized representative with the proper delegation of authority.
1. Statement of Work
Supplier agrees to perform the Services listed in the statement of work attached as Attachment A ("Statement of Work"} and
any other documents referenced in the Incorporated Documents section herein, at the prices set forth in the Statement of
Work and any other documents referenced in the Incorporated Documents section herein. Unless otherwise provided in the
Agreement, UC will not be obligated to purchase a minimum amountof Goods and/or Services from Supplier_
2. Term of Agreement/Termination
a) The initial term of the Agreement will be from November3'a, 2021, and through November 2ntl, 2026 and is
subject to earlier termination as provided below_ UC may renew the Agreement for 3 successive 1-year
periods (each, a Renewal Term).
b) UC may terminate the Agreement for convenience by giving Supplier at least 30 calendar days' written notice.
c) UC or Supplier may terminate the Agreement for cause by giving the other party at least 15 days' notice to
cure a breach of the Agreement (Cure Period). If the breaching party fails to cure the breach within the Cure
Period, the non -breaching party may immediately terminate the Agreement.
d) This agreement shall supersede and replace all other agreements between the Parties including UCCP-186.
For the avoidance of doubt, no rebates or other fees shall be due and payable to UC by Supplier under any
previous agreement following the effective date of this agreement.
3. Cooperative Purchasing:
Supplier may, extend Goods and/or Services to public a=encies (state and local governmental entities. public and private
primary. secondary and higher education entities, non-profit entities, and agencies for the public benefit ("Public ARcncics")
registered with OMNIA Partners, Public Sector f~Participating Public Agencies") under the terrrts of this agreement. All
contractual administration (e.g. terms, conditions. cxtcnsions, and rcncn•als) will remain the UC's responsibility except as
outlined in the above referenced RFP (title of RFP). Operational issues. Educian, responsibility, payment issues and liabilities,
and disputes involving individual Participating Public Agencies will be addressed, administered, and resoled by each
Participating Public :lgcncy_
4. Purchase Order; Advance Payments
Unless otherwise provided in the Agreement, Supplier may not begin providing Goods and/or Services until UC approves a
Purchase Order for the Goods and/or Services.
S. Pricing, Invoicing Method, and Settlement Method and Terms
Refer to Statement of Work or Purchase Order for Pricing. Each UC Location will specify the Invoicing Method and Payment
Options that will apply, taking into account the operational capabilities of Supplier and the UC Location. See UC's Procure to
Pay Standards http://%vww.ucco.edu/procurement-services/ files/Matrix b20for%20vrebsite.13dF.forthe options thatwill be
Template revised on 10.1.19 Page 2 of 6
UNIVERSITY
OF
\G` CALIFORNIA
.. Purchasing Agreement # 2021003157
considered. in the case of systemwide agreements., each UC Location will specify these teems in a Statement of Work or
Purchase Order, as the case may be.]
For non -systemwide agreements, the Invoicing Method, and Settlement Method and Terms are addressed below:
Template revised on 10-1.19 Page 2 of 6
Invoicine Method
Notwithstanding the provisions of Article 3 of the Terms and Conditions of Purchase, Supplier will submit invoices following
the designated invoice method directly to UC Accounts Payable Departments at each UC Location.
Notwithstanding the provisions of Article 3 of the Terms and Conditions of Purchase, UC will pay freight and shipping/hand ling
as follows: Supplier will pay FOB Destination Prepaid.
All invoices must clearly indicate the following information:.
California sales tax as a separate line item;
Shipping costs as a separate line item;
UC Purchase Order or Release Number;
Description, quantity, catalog number and manufacturer number of the item ordered;
Net cost of each item;
Any pay/earned/dynamic discount;
Reference to original order number for all credit memos issued;
Supplier will submit invoices following the designated invoice method directly to UC Accounts Payable Departments at each
UC Location, unless UC notifies the Supplier otherwise by amendment to the Agreement.
Settlement Method and Terms
Notwithstanding the provisions of Article 3 of the Terms and Conditions of Purchase, the Settlement Method and Terms for
any other campus will be as established by each campus location.
5. Notices
As provided in the UCTerms and Conditions of Purchase, notices may be given by email, which will be considered legal notice
only if such communications include the following text in the Subject field: FORMAL LEGAL NOTICE— jinsert, as the case may
be, Supplier name or University of California]. If a physical format notice is required, it must be sent by overnight delivery or
by certified mail with return receipt requested, at the addresses specified below.
To UC, regarding confirmed or suspected Breaches as defined under Appendix — Data Security:
Name Daniel Quach
Phone 858-246-5779
Email douach afwiucsd.edu
Address Information Technology Services
TPC/S 3rd FI/152 Mail Code 0929 J
MailingAddress:9500 Gilman Driver0928 La Jolla, CA 92093-0928
To UC, regarding confirmed or suspected Breaches as defined under Appendix— Electronic Commerce:
Name Anne Hewett
Phone 858-534-9426
Email ahewettPucsd.edu
Address 10280 N. Torrey Pines Rd_, Ste. 415 La Jolla, CA 92037
To UC, regarding contract issues not addressed above:
Template revised on 10.1.19 Page 2 of 6
Name Andrea Orozco
Phone 858-534-5730
Email anorozcoPucsd.edu
Address 10280 N. Torrey Pines Rd., Ste. 415 La Jolla, CA 92037
Name
Antony Esquer
Phone
858-534-1479
Email
amesouer(aucsd.edu
Address
10280 N. Torrey Pines Rd., Ste. 415 La Jolla, CA 92037
To Supplier:
Name
Kevin Feighery
Phone
704-975-5477
Email
kfeighery@medline_com
Address
1 Medline PI Mundelein, IL 60060
6. Intellectual Property, Copyright and Patents
/___/x The Goods and/or Services do not involve Work Made for Hire
7. Patient Protection and Affordable Care Act (PPACA)
/JI x The Services do not involve temporary or supplementary staffing, and they are notsubject to the PPACA warranties
in the T&Cs.
8. Prevailing Wages
/_,/ x Supplier is not required to pay prevailing wages when providing the Services.
9. Fair Wage/Fair 'Work
/_j x Supplier is not required to pay the UC Fair Wage (defined as $13 per hour as of 1011/15, $14 per hour as of 10/1116,
and $15 per hour as of 10/1/17) when providing the Services.
10. Restriction Relating to Consulting Services or Similar Contracts —
Follow-on Contracts
Please note a Supplier that is awarded a consulting services or similar contract cannot later submit a bid or be considered for
any work "required, suggested, or otherwise deemed appropriate" as the end product of the Services (see Public Contract
Code Section 10515).
Template revised on 10.1.19 Page 4 of 6
11. Insurance
Deliver the PDF version of the Certificate of Insurance to UC's Buyer, by email with the following text in the Subject field:
CERTIFICATE OF INSURANCE— Medline Industries, Inc.
12. Service -Specific and/or Goods -Specific Provisions
a. Pandemic response
b. Stock arrangements
c. Last Mile
d. Sustainability Incentive: To support UC's zero waste goal and to improve campus waste and diversion, Medline agrees
to provide an annual sustainability incentive, in the amount of $5,000 payable to the UC Regents_ This incentive will be
allocated to all 10 campus sustainability programs, to support campus waste and diversion programs.
PricinE Protection
Prices quoted on this solicitation must be firm for the first twelve (12) months of the initial term of any awarded agreement(s).
Price changes after the initial period, if any, shall be made on an annual basis as negotiated by both parties. Any price changes
require prior written notification and must follow the process outlined in Appendix B_ However, in no event shall price
increase on an aggregate basis exceed three (3) percent or CPI whichever is less_ Price increases for any agreement renewal
periods must be supported by documented evidence of manufacturers' price increases. If the supplier's catalog or list price
is reduced, the University shall benefit from a corresponding price reduction_
13. Records about Individuals
Records created pursuant to the Agreement that contain personal information about individuals (including statements made
by or about individuals) may become subject to the California Information Practices Act of 1977, which includes a right of
access by the subject individual. While ownership of confidential or personal information about individuals is subject to
negotiated agreement between LIC and Supplier, records will normally become UC s property, and subject to state law and
UC policies governing privacy and access to files. When collecting the information, Supplier must inform the individual that
the record is being made, and the purpose of the record. Use of recording devices in discussions with employees is permitted
only as specified in the Statement of Work.
14. Piggyback UC
Supplier agrees to extend the pricing basis, terms and conditions of the Agreement to all UC Locations. Supplier will make
available to any UC Location its its improved pricing basis, terms or conditions resulting from increased usage or aggregation of
activity by multiple UC Locations. All contractual administration issues (e.g. terms and conditions, extensions, and
renewals), operational issues, fiduciary responsibility, payment issues, performance issues and liabilities, and disputes
involving individual UC Locations will be addressed, administered, and resolved by each UC Location. Any delay in payment
or other operational issue involving one UC Location will not adversely affect any other UC Location.
15. Incorporated Documents
This Agreement and its Incorporated Documents contain the entire agreement between the Parties, in order of
the below precedent, concerning its subject matter and shall supersede all prior or other agreements, oral and
written declarations of intent and other legal arrangements (whether binding or non -binding) made by the Parties
in respect thereof.
a. Attachment A: UDC San Diego Medical and Surgical Supplies €iFP #2018AO
Template revised on 10.1.19 Page 5 of 6
b. Appendix A: UC Terms and Conditions of Purchase
c. Appendix B: UC Appendix —Electronic Commerce
d. Appendix C: Federal Government Contracts Special Terms and Conditions
e. Appendix D: Certification Regarding Debarment, Suspension, ineligibility, and Voluntary Exclusion
f. Appendix E: Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions
g. Appendix F: Certification Regarding Debarment, Suspension, Proposed Debarment, and Other
responsibility Matters (First Tier Subcontractor)
h. Appendix G: UC Appendix —Data Security
i. Appendix H: UC FEMA Appendix
j. Exhibit A: Response for National Cooperative Contract
k. Exhibit F: Federal Funds Certifications
1. Exhibit G: New Jersey Business Compliance
20. Entire Agreement
The Agreement and its Incorporated Documents contain the entire Agreement between the parties and supersede all prior
written or oral agreements with respect to the subject matter herein.
This Agreement can only be signed by an authorized representative with the proper delegation of authority.
THE REGENTS OF THE
MEDLINE INDUSTRIES, LP.
UNIVERSITY OF CALIFORNIA
p` 1
(Signature)
(Signature)
Todd Adams
Chris Poviers
(Printed Name, Title)
11/10/2021
November 3'', 2C21
(Printed Name, Title)
11/9/2021
November3rd 2021
Template revised on 10.1.19 Page 6 of 6
City of Fort Worth, Texas
Mayor and Council Communication
DATE: 04/22/25 M&C FILE NUMBER: M&C 25-0333
LOG NAME: 36COOP OMNIA 2021003157 MEDLINE
SUBJECT
(ALL) Authorize Execution of a Purchase Agreement with Medline Industries, LP Using OMNIA Partners Cooperative Contract No. 2021003157
for Medical Supplies in an Annual Amount Up to $300,000.00 for the Initial Term and Authorize Three One -Year Renewal Options for the Same
Amount for the Fire Department
RECOMMENDATION:
It is recommended that the City Council authorize execution of a purchase agreement with Medline Industries, LP using OMNIA Partners
Cooperative Contract No. 2021003157 for medical supplies in an annual amount up to $300,000.00 for the initial term and authorize three one-
year renewal options for the same amount for the Fire Department.
DISCUSSION:
The purpose of this Mayor and Council Communication (M&C) is to authorize execution of an agreement with Medline Industries, LP for medical
supplies to support emergency medical response activities in the amount up to $300,000.00 for the Fire Department.
COOPERATIVE PURCHASE: State law provides that a local government purchasing an item under a cooperative purchasing agreement
satisfies State laws requiring that the local government seek competitive bids for the purchase of items. Omnia Partners Contracts have been
competitively bid to increase and simplify the purchasing power of local government entities.
University of California published Request for Proposal No. 2018AO, available through Omnia Partners for medical and surgical supplies on
August 15, 2020, August 20, 2020, August 21, 2020, and August 28, 2020. Contract No. 2021003157 was awarded to Medline Industries, LP on
November 3, 2021.
FUNDING: Upon adoption of the Fiscal Year 2025 operating budget for Emergency Medical Services, funding will be available in the Emergency
Medical Services Fund for the Fire Department.
ADMINISTRATIVE CHANGE ORDERS -An administrative change order or increase may be made by the City Manager up to the amount
allowed by relevant law and the Fort Worth City Code and does not require specific City Council approval.
TERM: The initial term of the agreement will begin upon execution and end on November 2, 2026.
RENEWAL TERMS: The agreement may be renewed for three additional one-year terms. This action does not require specific City Council
approval provided that the City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal term.
BUSINESS EQUITY: A Business Equity goal is not assigned when purchasing from an approved purchasing cooperative or public entity
This agreement will serve ALL COUNCIL DISTRICTS.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that upon approval of the recommendation and adoption of the Fiscal Year 2025 Budget for Emergency Medical
Services by the City Council, funds will be available in the current operating budget, as appropriated, in the Emergency Medical Services
Fund. Prior to an expenditure being incurred, the Fire Department has the responsibility to validate the availability of funds.
Submitted for Citv Manaaer's Office bv: William Johnson
Oriainatina Business Unit Head: Jim Davis 6801
Additional Information Contact: