No preview available
Contract 2024-066ADocusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 AGREEMENT No. 2024-066 EMS MEDICAL SUPPLIES AND EQUIPMENT THIS AGREEMENT is made and entered into this 6th day of March by and between the CITY OF CLERMONT, FLORIDA, a municipal corporation under the laws of the State of Florida whose address is: 685 W. Montrose Street, Clermont, Florida (hereinafter referred to as "CITY"), and NORTH AMERICAN RESCUE, LLC, whose address is: 35 Tedwall Court, Greer, SC, 29650, (hereinafter referred to as "CONTRACTOR"). WHEREAS, Buy Board, through the public procurement process, awarded an Agreement for EMS Medical Supplies and Equipment Contract No. 704-23; WHEREAS, CITY desires to utilize the above -referenced awarded bid, CONTRACTOR's response thereto, and Agreement in accordance with CITY's procurement policy; and WHEREAS, CONTRACTOR desires to enter into a contract with CITY based on the terms and conditions of the Buy Board Contract Number 704-23; WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: 1. SCOPE OF WORK The CONTRACTOR shall furnish EMS emergency medical supplies and equipment as described in the Buy Board Contract Number 704-23, which is attached hereto and incorporated herein as Exhibit "A" and shall perform everything required by this Agreement and the other exhibits attached hereto. Provided, however, that nothing herein shall require CITY to purchase or acquire any items or services from CONTRACTOR that is not specified in CITY's purchase order. To the extent of a conflict between this Agreement and Exhibit "A", the terms and conditions of this Agreement shall prevail and govern. In all instances, the CITY purchasing policy, resolutions, and ordinances shall apply. 2. THE CONTRACT SUM CITY shall pay CONTRACTOR for the faithful performance of the Agreement as set forth in the Agreement documents and the Price Schedule as set forth in Exhibit "B", attached hereto and incorporated herein. 3. TERM AND TERMINATION A. This Agreement is to become effective upon execution by both parties, and shall remain in effect until Saturday, May 31, 2025 unless terminated or renewed by Buy Board. 1 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 Piggyback Agreement ...... EMS Medical Supplies and Equipment B. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement: a) without cause and for CITY's convenience upon thirty (30) days written notice to CONTRACTOR b) if CONTRACTOR is adjudged to be bankrupt; c) if CONTRACTOR makes a general assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of the conditions of provisions of this Agreement; or e) CONTRACTOR is experiencing a labor dispute, which threatens to have a substantial, adverse impact upon the performance of this Agreement, without prejudice to any other right or remedy CITY may have under this Agreement. In the event of such termination, CITY shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for work properly performed and accepted prior to the effective date of termination. C. Upon mutual Agreement of the parties, this Agreement may be renewed for one (1) additional one-year term. 4. PROVISION OF SERVICES AND COMPLETION OF WORK A. The CONTRACTOR shall only provide to CITY the services contained under the Scope of Work upon receipt of an authorized order from CITY and shall provide the requested items in the timeframe and as set forth in Buy Board Contract Number 704-23 or in the specific purchase order or authorized order submitted by CITY. Nothing herein shall obligate CITY to purchase any specific amount of product from CONTRACTOR or create an exclusive purchase agreement between CITY and CONTRACTOR. CITY shall not be obligated or required to pay for any items received until such time as CITY has accepted the items in accordance with the order provided to CONTRACTOR. B. CONTRACTOR, upon receipt of an order hereunder, shall immediately notify CITY if there is an issue or question related to the fulfillment of the order or whether there will be any delay in providing the items requested. Failure of CONTRACTOR to so notify CITY will preclude CONTRACTOR from seeking payment of any kind for any items that were delayed in delivery. Upon receipt of notification of the delay, CITY may, at its sole option, cancel the order and seek the items from any available source. C. It is expressly understood and agreed that the passing, approval, and/or acceptance of any gasoline, diesel, kerosene, LP gas, and bio-diesel herein by CITY or by any agent or representative as in compliance with the terms of this Contract shall not operate as a waiver by the CITY of strict compliance with the terms of this Contract and the CITY may require the CONTRACTOR replace the accepted gasoline, diesel, kerosene, LP gas, and bio-diesel so as to comply with the warranties and specifications hereof. 2 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 Piggyback Agreement ...... EMS Medical Supplies and Equipment D. COMPANY specifically acknowledges that this Contract does not bind or obligate CITY to purchase any minimum quantity of product during the term hereof. 5. PAYMENTS In accordance with the provisions fully set forth in the Contract Documents, the CONTRACTOR shall submit an invoice to the CITY upon completion of the services and delivery of products as set forth in the applicable purchase order. The CITY shall make payment to the CONTRACTOR for all accepted deliveries and undisputed products delivered and services provided within thirty (30) calendar days of receipt of the invoice. 6. DISPUTE RESOLUTION - MEDIATION A. Any claim, dispute, or other matter arising out of or related to this Agreement shall be subject to mediation as a condition precedent to voluntary arbitration or the institution of legal or equitable proceedings by either party. B. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes, and other matters in question between them by mediation. C. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in Clermont, Lake County, Florida unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement Agreements in any court having jurisdiction thereof. 7. INSURANCE AND INDEMNIFICATION RIDER 7.1. Worker's Compensation Insurance The CONTRACTOR shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all its employees connected with the work of this Project and, in case any work is sublet, the CONTRACTOR shall require the subCONTRACTOR similarly to provide Worker's Compensation Insurance for all of the subCONTRACTOR employees unless such employees are covered by the protection afforded by the CONTRACTOR. Such insurance shall comply with the Florida Worker's Compensation Law. In case any class of employees engaged in hazardous work under this Agreement at the site of the Project is not protected under the Worker's Compensation statute, the CONTRACTOR shall provide adequate insurance, satisfactory to the CITY, for the protection of employees not otherwise protected. 7.2. CONTRACTOR's Commercial General Liability Insurance The CONTRACTOR shall take out and maintain during the life of this Agreement, Commercial General Liability and Business Automobile Liability Insurance as shall protect it from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operating under this Agreement whether such operations are by itself or by anyone directly or indirectly employed by it, and the amount of such insurance shall be as follows: Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 Piggyback Agreement ...... EMS Medical Supplies and Equipment A. CONTRACTOR's Commercial General Liability, $1,000,000 Each ($2,000,000 aggregate). Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit B. Automobile Liability Coverages, $1,000,000 Each, Bodily Injury & Property Damage Occurrence, Combined Single Limit C. Excess Liability, Umbrella Form $2,000,000 Each Occurrence, Combined Single Limit The insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 7.3. Indemnification Rider A. To the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the CITY and its employees from and against all claims, damages, losses, and expenses, including but not limited to reasonable attorney's fees, arising out of or resulting from its performance of the Work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself), and (2) is caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not such acts are caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right to obligation of indemnity which would otherwise exist as to any party or person described in this Article; however, this indemnification does not include the sole acts of negligence, damage or losses caused by the CITY and its other contractors. B. In any and all claims against the CITY or any of its agents or employees by any employee of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligations under this Paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the CONTRACTOR or any subcontractor under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. C. The CONTRACTOR hereby acknowledges receipt of ten dollars and other good and valuable consideration from the CITY for the indemnification provided herein. 8. NOTICES All notices shall be in writing and sent by United States mail, certified or registered, with return receipt requested and postage prepaid, or by nationally recognized overnight courier service to the 4 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 Piggyback Agreement ...... EMS Medical Supplies and Equipment address of the party set forth below. Any such notice shall be deemed given when received by the party to whom it is intended. CONTRACTOR: North American Rescue, LLC 35 Tedwall Court, Greer, SC, 29650 Attn: Will Jamison, General Counsel OWNER: City of Clermont 685 W. Montrose Street, Clermont, FL 34711 Attn: Rick Van Wagner, Interim City Manager Either party may change the name of the person receiving notices and the address at which notices are received by so advising the other party in writing. 9. MISCELLANEOUS 9.1. Attorneys' Fees In the event a suit or action is instituted to enforce or interpret any provision of this Agreement, the prevailing party shall be entitled to recover such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any appeal, in addition to all other sums provided by law. 9.2. Waiver The waiver by CITY of breach of any provision of this Agreement shall not be construed or operate as a waiver of any subsequent breach of such provision or of such provision itself and shall in no way affect the enforcement of any other provisions of this Agreement. 9.3. Severability If any provision of this Agreement or the application thereof to any person or circumstance is to any extent invalid or unenforceable, such provision, or part thereof, shall be deleted or modified in such a manner as to make the Agreement valid and enforceable under applicable law, the remainder of this Agreement and the application of such a provision to other persons or circumstances shall be unaffected, and this Agreement shall be valid and enforceable to the fullest extent permitted by applicable law. Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 Piggyback Agreement ...... EMS Medical Supplies and Equipment 9.4. Amendment Except for as otherwise provided herein, this Agreement may not be modified or amended except by an Agreement in writing signed by both parties. 9.5. Entire Ap-reement This Agreement, including the documents incorporated by reference, contains the entire understanding of the parties hereto and supersedes all prior and contemporaneous Agreements between the parties with respect to the performance of services by CONTRACTOR. 9.6. Assi ng ment Except in the event of a merger, consolidation, or other change of control pursuant to the sale of all or substantially all of either party's assets, this Agreement is personal to the parties hereto and may not be assigned by CONTRACTOR, in whole or in part, without the prior written consent of CITY. 9.7. Venue The parties agree that the sole and exclusive venue for any cause of action arising out of this Agreement shall be Lake County, Florida. 9.8. Applicable Law This Agreement and any amendments hereto are executed and delivered in the State of Florida and shall be governed, interpreted, construed, and enforced in accordance with the laws of the State of Florida. 9.9. Public Records The CONTRACTOR expressly understands records associated with this project are public records and agrees to comply with Florida's Public Records law, including the following: A. Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the services contemplated herein. B. Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in Florida's Public Records law or as otherwise provided by law. C. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. D. Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of CONTRACTOR upon the termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. The CONTRACTOR shall make reasonable efforts to provide all records stored electronically to the CITY in a format compatible with the information technology systems of the CITY. 11 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 Piggyback Agreement ...... EMS Medical Supplies and Equipment E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, THE CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT THE CITY CLERK'S OFFICE, (352) 241-7331. 10. AGREEMENT DOCUMENTS The Agreement Documents, as listed below, are herein made fully a part of this Agreement as if herein repeated. Document Precedence: A. This Agreement B. Purchase Order / Notice To Proceed C. An applicable Contractor Quote or Statement of Work D. All documents contained in the Buy Board Contract Number 704-23. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this 6th day of March 2025. CITY OF CLERMONT Signed by: UNA, w 33260AB5B04D4AE... Rick Van Wagner, Interim City Manager DS ATTEST: E DocuSigned by: Z6GO GG WNyYVLEIN� 36CE73E6E94E49F... on Denair or Tracy Ackroyd Howe, City Clerk 7 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 NORTH AMERICAN RESCUE, LLC /I'' 11DocuSigned by: By: 9247470F6E334A1— (Signature) Print Name: Will Jamison Title: General Counsel Date: 3/6/2025 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 EXHIBIT A April 17, 2023 Sent Via Email: dpless@narescue.com Devon Pless North American Rescue LLC 35 Tedwall Ct. Greer, SC 29650 Welcome to BuyBoard! P.O. Box 400, Austin, Texas 78767 800.695.2919 • info@buyboard.com • buyboard.com Re: Notice of The Local Government Purchasing Cooperative ContractAward; Proposal Invitation No. 704- 23, First Aid, Emergency Medical, and Athletic Trainer Supplies and Equipment Congratulations, The Local Government Purchasing Cooperative (Cooperative) has awarded your company a BuyBoard® contract based on the above -referenced Proposal Invitation. The contract is effective for an initial one-year term of June 1, 2023, through May 31, 2024, and may be subject to two possible one-year renewals. Please refer to the Proposal Invitation for the contract documents, including the General Terms and Conditions of the Contract. To review the items your company has been awarded, please review Proposal Tabulation No. 704-23 at: www.buyboard.com/vendor. Only items marked as awarded to your company are included in this contract award, and only those awarded items may be sold through the BuyBoard contract. All sales must comply with the contract terms and must be at or below the awarded pricing as set forth in the General Terms and Conditions. The contract will be posted on the BuyBoard website as an online electronic catalog(s). You are reminded that, in accordance with the General Terms and Conditions, all purchase orders must be processed through the BuyBoard. Except as expressly authorized in writing by the Cooperative's administrator, you are not authorized to process a purchase order received directly from a Cooperative member that has not been processed through the BuyBoard or provided to the Cooperative. If you receive a purchase order directly from a Cooperative member that you have reason to believe has not been received by the Cooperative or processed through the BuyBoard, you must promptly forward a copy of the purchase order by email to info@buyboard.com. A list of Cooperative members is available on the buyboard.com website. The BuyBoard vendor relations staff will be contacting you to assist with the resources available and to provide any support you may need as an awarded BuyBoard vendor. On behalf of the Cooperative, we appreciate your interest in the Cooperative and we are looking forward to your participation in the program. If you have any questions, feel free contact me at 800-695-2919. Sincerely, Ava Benford, Cooperative Procurement Manager Texas Association of School Boards, Inc., Administrator for The Local Government Purchasing Cooperative v.02.01.2021 Endorsed by A TASA`i rNT 1 C Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 Board® National Purchasing Cooperative April 17, 2023 Sent Via Email: dpless@narescue.com Devon Pless North American Rescue LLC 35 Tedwall Ct. Greer, SC 29650 Welcome to BuyBoard! Re: Notice of National Purchasing Cooperative Award; Proposal Invitation No. 704-23, First Aid, Emergency Medical, and Athletic Trainer Supplies and Equipment Congratulations, The National Purchasing Cooperative (National Cooperative) has awarded your company a BuyBoard@ contract based on the above -referenced Proposal Invitation. The contract is effective for an initial one-year term of June 1, 2023, through May 31, 2024, and may be subject to two possible one-year renewals. Please refer to the Proposal Invitation for the contract documents, including the National Purchasing Cooperative Vendor Award Agreement and General Terms and Conditions of the Contract. To review the items your company has been awarded, please review Proposal Tabulation No. 704-23 at www.buyboard.com/vendor. Only items marked as awarded to your company are included in this contract award, and only those awarded items may be sold through the BuyBoard contract. All sales must comply with the contract terms and must be at or below the awarded pricing as set forth in the General Terms and Conditions. The contract will be posted on the BuyBoard website as an online electronic catalog(s). You are reminded that, in accordance with the General Terms and Conditions, all purchase orders from National Cooperative members must be processed through the BuyBoard. Except as expressly authorized in writing by the Cooperative's administrator, you are not authorized to process a purchase order received directly from a National Cooperative member that has not been processed through the BuyBoard or provided to the Cooperative. If you receive a purchase order directly from a National Cooperative member that you have reason to believe has not been received by the National Cooperative or processed through the BuyBoard, you must promptly forward a copy of the purchase order by e-mail to info@buyboard.com A list of National Cooperative members is available on the buyboard.com website. The BuyBoard vendor relations staff will be contacting you to assist with resources available and provide any support you may need as an awarded BuyBoard vendor. On behalf of the National Cooperative, we are looking forward to your participation in the program. If you have any questions, feel free to contact me at 800-695-2919. Sincerely, Ava Benford, Cooperative Procurement Manager Texas Association of School Boards, Inc., Procurement Administrator for the National Purchasing Cooperative v.02.01.2021 P. 0. Box 400, Austin, Texas 78767-0400 800.695.2919 • buyboard.com Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 Board PURCHASNY6 COOPERATIVE 12007 Research Boulevard ' Austin, Texas 78759-2439 ' PH: 800-695-2919 ' buyboard.com PROPOSER'S ACCEPTANCE AND AGREEMENT Proposal Invitation Name: First Aid, Emergency Medical, and Athletic Trainer Supplies and Equipment Proposal Invitation Number: 704-23 Contract Term: June 1, 2023, through May 31, 2024, with two possible one-year renewals. Proposal Due Date/Opening Date and Time: January 26, 2023, at 4:00 PM Location of Proposal Opening: Texas Association of School Boards, Inc. BuyBoard Department 12007 Research Blvd. Austin, TX 78759 Anticipated Cooperative Board Meeting Date: April 2023 By signature below, the undersigned acknowledges and agrees that you are authorized to submit this Proposal, including making all acknowledgements, consents, and certifications herein, on behalf of Proposer and, to the best of your knowledge, the information provided is true, accurate, and complete. North American Rescue, LLC Name of Proposing Company 35 Tedwall Ct. Street Address Greer, SC 29650 City, State, Zip (864) 675-9800 Telephone Number of Authorized Company Official (864) 675-9880 Fax Number of Authorized Company Official 27 December 2022 Date Signs re o rize Company Official Will Jamison Printed Name of Authorized Company Official Associate General Counsel Position or Title of Authorized Company Official 27-1030140 Federal ID Number Page 10 of 71 Proposal Forms COMM/SVCS v.08.11.2021 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 Board PURCHASiWB COOPERATIVE 12007 Research Boulevard ' Austin, Texas 78759-2439 ' PH: 800-695-2919 . buyboard.com PROPOSAL FORMS PART 1: COMPLIANCE FORMS INSTRUCTIONS: Proposer must review and complete all forms in this Proposal Forms Part 1: ■ Proposal Acknowledgements ■ Felony Conviction Disclosure ■ Resident/Nonresident Certification ■ Debarment Certification ■ Vendor Employment Certification ■ No Boycott Verification ■ No Excluded Nation or Foreign Terrorist Organization Certification ■ Historically Underutilized Business Certification ■ Acknowledgement of BuyBoard Technical Requirements ■ Construction -Related Goods and Services Affirmation ■ Deviation and Compliance ■ Vendor Consent for Name Brand Use ■ Confidential/Proprietary Information ■ EDGAR Vendor Certification ■ Compliance Forms Signature Page An authorized representative of Proposer must initial in the bottom right corner of each page where indicated and complete and sign the Compliance Forms Signature Page. Proposer's failure to fully complete, initial, and sign forms as required may result in your Proposal being rejected as non -responsive. PROPOSAL ACKNOWLEDGEMENTS The proposing company ("you" or "your' hereby acknowledges and agrees as follows: 1. You have carefully examined and understand all information and documentation associated with this Proposal Invitation, including the Instructions to Proposers, General Information, General Terms and Conditions, attachments/forms, appendices, item specifications, and line items (collectively "Requirements'); 2. By your response ("Proposal') to this Proposal Invitation, you propose to supply the products or services submitted at the pricing quoted in your Proposal and in strict compliance with the Requirements, unless specific deviations or exceptions are noted in the Proposal; 3. By your Proposal, you acknowledge and certify all items set forth in the General Terms and Conditions, Section B.12 (Certifications), including all non -collusion certifications and certifications regarding legal, ethical, and other matters set forth therein. 4. Any and all deviations and exceptions to the Requirements have been noted in your Proposal on the required form and no others will be claimed; Initial: Page 11 of 71 Proposal Forms COMM/SVCS v.08.11.2021 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 Board PURCHASUVO COOPERATIVE 12007 Research Boulevard ' Austin, Texas 78759-2439 ' PH: 800-695-2919 . buyboard.com 5. If the Cooperative accepts any part of your Proposal and awards you a Contract, you will furnish all awarded products or services at the pricing quoted and in strict compliance with the Requirements (unless specific deviations or exceptions are noted on the required form and accepted by the Cooperative), including without limitation the Requirements related to: a. conducting business with Cooperative members, including offering pricing to members that is the best you offer compared to similarly situated customers in similar circumstances; b. payment of a service fee in the amount specified and as provided for in this Proposal Invitation; c. the possible award of a piggy -back contract by the National Purchasing Cooperative or nonprofit entity, in which event you will offer the awarded products and services in accordance with the Requirements; and d. submitting price sheets or catalogs in the proper format as required by the Cooperative as a prerequisite to activation of your Contract; 6. You have clearly identified on the included form any information in your Proposal that you believe to be confidential or proprietary or that you do not consider to be public information subject to public disclosure under the Texas Public Information Act or similar public information law; 7. The individual submitting this Proposal is duly authorized to enter into the contractual relationship represented by this Proposal Invitation on your behalf and bind you to the Requirements, and such individual (and any individual signing a form or Proposal document) is authorized and has the requisite knowledge to provide the information and make the representations and certifications required in the Requirements; 8. You have carefully reviewed your Proposal, and certify that all information provided is true, complete, and accurate to the best of your knowledge, and you authorize the Cooperative to take such action as it deems appropriate to verify such information; and 9. Any misstatement, falsification, or omission in your Proposal, whenever or however discovered, will be grounds for disqualifying you from consideration for a contract award under this Proposal Invitation, termination of a contract award, or any other remedy or action provided for in the General Terms and Conditions or by law. FELONY CONVICTION DISCLOSURE Subsection (a) of Section 44.034 of the Texas Education Code (Notification of Criminal History of Contractor) states: "A person or business entity that enters into a contract with a school district must give advance notice to the district if the person or an owner or operator has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony." Section 44.034 further states in Subsection (b): "A school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract." Please check (,/) one of the following: x❑ My company Is a publicly -held corporation. (Advance notice requirement does not apply to publicly -held corporation.) ❑ My company is not owned or operated by anyone who has been convicted of a felony. ❑ My company is owned/operated by the following individual(s) who has/have been convicted of a felony: North American Rescue is majority -owned by Henry Schein, Inc., a publicly held corporation Name of Felon(s): Details of Conviction(s): Initial: Page 12 of 71 Proposal Forms COMM/SVCS v.08.11.2021 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 Board PURCHASNY6 COOPERATIVE 12007 Research Boulevard ' Austin, Texas 78759-2439 ' PH: 800-695-2919 . buyboard.com RESIDENT/ NONRESIDENT CERTIFICATION Chapter 2252, Subchapter A, of the Texas Government Code establishes certain requirements applicable to proposers who are not Texas residents. Under the statute, a "resident" proposer is a person whose principal place of business is in Texas, including a contractor whose ultimate parent company or majority owner has its principal place of business in Texas. A "nonresident" proposer is a person who is not a Texas resident. Please indicate the status of your company as a "resident" proposer or a "nonresident" proposer under these definitions. Please check (,/) one of the following: ❑ I certify that my company is a Resident Proposer. R1 I certify that my company is a Nonresident Proposer. If your company is a Nonresident Proposer, you must provide the following information for your resident state (the state in which your company's principal place of business is located): North American Rescue, LLC 35 Tedwall Ct. Company Name Address Greer SC 29650 City State Zip Code A. Does your resident state require a proposer whose principal place of business is in Texas to under -price proposers whose resident state is the same as yours by a prescribed amount or percentage to receive a comparable contract? ® Yes ❑ No B. What is the prescribed amount or percentage? $ or *It varies by contract type DEBARMENT CERTIFICATION By signature on the Compliance Forms Signature Page, I certify that neither my company nor an owner or principal of my company has been debarred, suspended or otherwise made ineligible for participation in Federal Assistance programs under Executive Order 12549, "Debarment and Suspension," as described in the Federal Register and Rules and Regulations. Neither my company nor an owner or principal of my company is currently listed on the government -wide exclusions in SAM, debarred, suspended, or otherwise excluded by agencies or declared ineligible under any statutory or regulatory authority. My company agrees to immediately notify the Cooperative and all Cooperative members with pending purchases or seeking to purchase from my company if my company or an owner or principal is later listed on the government -wide exclusions in SAM, or is debarred, suspended, or otherwise excluded by agencies or declared ineligible under any statutory or regulatory authority. VENDOR EMPLOYMENT CERTIFICATION Section 44.031(b) of the Texas Education Code establishes certain criteria that a school district must consider when determining to whom to award a contract. Among the criteria for certain contracts is whether the vendor or the vendor's ultimate parent or majority owner (i) has its principal place of business in Texas; or (ii) employs at least 500 people in Texas. If neither your company nor the ultimate parent company or majority owner has its principal place of business in Texas, does your company, ultimate parent company, or majority owner employ at least 500 people in Texas? Please check (,/) one of the following; ❑ Yes ® No Initial: �� Page 13 of 71 Proposal Forms COMM/SVCS v.08.11.2021 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 Board PURCHASNY6 COOPERATIVE 12007 Research Boulevard ' Austin, Texas 78759-2439 ' PH: 800-695-2919 ' buyboard.com NO BOYCOTT VERIFICATION A Texas governmental entity may not enter into a contract with a value of $100,000 or more that is to be paid wholly or partly from public funds with a company (excluding a sole proprietorship) that has 10 or more full-time employees for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel and will not boycott Israel during the term of the contract (TEx. Gov'T CODE Ch. 2271), (2) does not boycott energy companies and will not boycott energy companies during the term of the contract (TEx. Gov't CODE Ch. 2274 effective September 1, 2021), and (3) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association and will not discriminate during the term of the contract against a firearm entity or firearm trade association (TEx. Gov'T CODE Ch. 2274 effective September 1, 2021). Accordingly, this certification form is included to the extent required by law. "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes. TEx. Gov'T CODE §808.001(1). "Boycott energy company" means, without an ordinary business purpose, refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations with a company because the company: (A) engages in the exploration, production, utilization, transportation, sale, or manufacturing of fossil fuel -based energy and does not commit or pledge to meet environmental standards beyond applicable federal and state law; or (B) does business with a company described by Paragraph (A). TEx. Gov'T CODE §809.001(1) (effective September 1, 2021). "Discriminate against a firearm entity or firearm trade association" means, (A) with respect to the entity or association, to: (i) refuse to engage in the trade of any goods or services with the entity or association based solely on its status as a firearm entity or firearm trade association; (ii) refrain from continuing an existing business relationship with the entity or association based solely on its status as a firearm entity or firearm trade association; or (iii) terminate an existing business relationship with the entity or association based solely on its status as a firearm entity or firearm trade association; and (B) does not include: (i) the established policies of a merchant, retail seller, or platform that restrict or prohibit the listing or selling of ammunition, firearms, or firearm accessories; and (ii) a company's refusal to engage in the trade of any goods or services, decision to refrain from continuing an existing business relationship, or decision to terminate an existing business relationship: (aa) to comply with federal, state, or local law, policy, or regulations or a directive by a regulatory agency; or (bb) for any traditional business reason that is specific to the customer or potential customer and not based solely on an entity's or association's status as a firearm entity or firearm trade association. TEx. Gov'T CODE §2274.001(3) (effective September 1, 2021). By signature on the Compliance Forms Signature Page, to the extent applicable, I certify and verify that Vendor does not boycott Israel, boycott energy companies, or discriminate against a firearm entity or firearm trade association and will not do so during the term of any contract awarded under this Proposal Invitation, that this certification is true, complete and accurate, and that I am authorized by my company to make this certification. Initial:cc Page 14 of 71 Proposal Forms COMM/SVCS v.08.11.2021 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 Board PURCHASNY6 COOPERATIVE 12007 Research Boulevard ' Austin, Texas 78759-2439 ' PH: 800-695-2919 . buyboard.com NO EXCLUDED NATION OR FOREIGN TERRORIST ORGANIZATION CERTIFICATION Chapter 2252 of the Texas Government Code provides that a Texas governmental entity may not enter into a contract with a company engaged in active business operations with Sudan, Iran, or a foreign terrorist organization — specifically, any company identified on a list prepared and maintained by the Texas Comptroller under Texas Government Code §§806.051, 807.051, or 2252.153. (A company that the U.S. Government affirmatively declares to be excluded from its federal sanctions regime relating to Sudan, Iran, or any federal sanctions regime relating to a foreign terrorist organization is not subject to the contract prohibition.) By signature on the Compliance Forms Signature Page, I certify and verify that Vendor is not on the Texas Comptroller's list identified above; that this certification is true, complete and accurate; and that I am authorized by my company to make this certification. HISTORICALLY UNDERUTILIZED BUSINESS CERTIFICATION A Proposer that has been certified as a Historically Underutilized Business (also known as a Minority/Women Business Enterprise or "MWBE" and all referred to in this form as a "HUB' is encouraged to indicate its HUB certification status when responding to this Proposal Invitation. The BuyBoard website will indicate HUB certifications for awarded Vendors that properly indicate and document their HUB certification on this form. Please check ( /) all that apply: ❑ I certify that my company has been certified as a HUB in the following categories: ❑ Minority Owned Business ❑ Women Owned Business ❑ Service -Disabled Veteran Owned Business (veteran defined by 38 U.S.C. §101(2), who has a service -connected disability as defined by 38 U.S.C. § 101(16), and who has a disability rating of 20% or more as determined by the U. S. Department of Veterans Affairs or Department of Defense) Certification Number: Name of Certifying Agency: ® My company has NOT been certified as a HUB. ACKNOWLEDGEMENT OF BUYBOARD TECHNICAL REQUIREMENTS Vendor shall review the BuyBoard Technical Requirements included in this Proposal Invitation. By signature on the Compliance Forms Signature Page, the undersigned affirms that Proposer has obtained a copy of the BuyBoard Technical Requirements, has read and understands the requirements, and certifies that Vendor is able to meet and will comply with those requirements except as follows: [List and explain BuyBoard Technical Requirements, if any, to which your company cannot or will not comply.] Note: In accordance with the General Terms and Conditions of the Contract, to the extent Vendor is awarded a Contract under this Proposal Invitation but is unable or unwilling to meet the applicable BuyBoard Technical Requirements, the information available on the BuyBoard for Vendor's awarded products or services may be limited, potentially placing Vendor at a disadvantage and impacting the ability of Cooperative members to search, find, review, and purchase Vendor's awarded products and services on the BuyBoard website. Further, to the extent Vendor has acknowledged ability to meet and comply with the BuyBoard Technical Requirements, any subsequent failure or refusal by Vendor to promptly provide information upon request to the Cooperative administrator in accordance with those technical requirements may be deemed a v t of default under the Contract. Initial: Page 15 of 71 Proposal Forms COMM/SVCS v.08.11.2021 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 Board PURCHASNY6 COOPERATIVE 12007 Research Boulevard ' Austin, Texas 78759-2439 ' PH: 800-695-2919 . buyboard.com CONSTRUCTION -RELATED GOODS AND SERVICES AFFIRMATION The Cooperative issued the BuyBoard Procurement and Construction -Related Goods and Services Advisory for Texas Members ("Advisory'), which provides information specifically relevant to the procurement of construction -related goods and services by Texas Cooperative members. The Advisory, available at.buyboard.com/Vendor/Resources.aspx, provides an overview of certain legal requirements that are potentially relevant to a Cooperative member's procurement of construction or construction -related goods and services, including those for projects that may involve or require architecture, engineering or independent testing services. A copy of the Advisory can also be provided upon request. Because many BuyBoard contracts include goods or installation services that might be considered construction -related, Proposer must make this Construction Related -Goods and Services Affirmation regardless of type of goods or services associated with this Proposal Invitation. A contract awarded under this Proposal Invitation covers only the specific goods and/or services awarded by the Cooperative. As explained in the Advisory ("Advisory', Texas law prohibits the procurement of architecture or engineering services through a purchasing cooperative. This Proposal Invitation and any Contract awarded thereunder does not include such services. Architecture or engineering services must be procured by a Cooperative member separately, in accordance with the Professional Services Procurement Act (Chapter 2254 of the Texas Government Code) and other applicable law and local policy. By signature on the Compliance Forms Signature Page, Proposer affirms that Proposer has obtained a copy of the Advisory, has read and understands the Advisory, and is authorized by Proposer to make this affirmation. If Proposer sells construction - related goods or services to a Cooperative member under a Contract awarded under this Proposal Invitation, Proposer will comply with the Advisory and applicable legal requirements, make a good faith effort to make its Cooperative member customers or potential Cooperative member customers aware of such requirements, and provide a Cooperative member with a copy of the Advisory before accepting the member's Purchase Order or other agreement for construction -related goods or services. Initial: N/A Page 16 of 71 Proposal Forms COMM/SVCS v.08.11.2021 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 Board PURCHASiWB COOPERATIVE 12007 Research Boulevard ' Austin, Texas 78759-2439 ' PH: 800-695-2919 . buyboard.com DEVIATION AND COMPLIANCE If your company intends to deviate from the General Terms and Conditions, Proposal Specifications or other requirements associated with this Proposal Invitation, you MUST list all such deviations on this form, and provide complete and detailed information regarding the deviations on this form or an attachment to this form. Prior to completing this form, Vendor shall review the General Terms and Conditions section B.4 (Deviations from Item Specifications and General Terms and Conditions). Please note that, as provided in section B.4, certain provisions of the General Terms and Conditions are NOT subject to deviation, and certain deviations will be deemed rejected without further action by the Cooperative. Any attempted deviation, whether directly or indirectly, to provisions identified in this Proposal Invitation as not subject to deviation shall be deemed rejected by the Cooperative and, unless otherwise withdrawn by Vendor, may result in Vendor's Proposal being rejected in its entirety. The Cooperative will consider any deviations in its contract award decision and reserves the right to accept or reject a proposal based upon any submitted deviation. In the absence of any deviation identified and described in accordance with the above, your company must fully comply with the General Terms and Conditions, Proposal Specifications and all other requirements associated with this Proposal Invitation if awarded a Contract under this Proposal Invitation. A deviation will not be effective unless accepted by the Cooperative. The Cooperative, by and through the Cooperative administrator, may, in its sole discretion, seek clarification from and/or communicate with Proposer(s) regarding any submitted deviation, consistent with general procurement principles of fair competition. The Cooperative reserves the right to accept or reject a Proposal based upon any submitted deviation. Please check ( /) one of the following_ BuyBoard accepted deviations ❑ NO; Deviations 0 Yes; Deviations List and fully explain any deviations you are submitting: North American Rescue, LLC (NAR) is unable to keep prices firm for one-year increments and cannot agree to such commitments in this contract (e.g., paragraph 4 on page 53 or paragraph (e) on page 54). NAR does agree when a BuyBoard customer reaches out, NAR will quote the customer and honor that price for 30 days. NAR cannot agree to paragraph 2 on page 21. Through this contract, customers may order custom products. NAR is unable to resell custom products. Therefore, once placed, custom, orders may not be canceled. Page 17 of 71 Proposal Forms COMM/SVCS v.08.11.2021 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 Board PURCHASNY6 COOPERATIVE 12007 Research Boulevard ' Austin, Texas 78759-2439 ' PH: 800-695-2919 . buyboard.com VENDOR CONSENT FOR NAME BRAND USE BuyBoard members seeking to make purchases using a Contract awarded under this Proposal Invitation may view information regarding awarded Vendors, including but not limited to product catalogs, pricelists, pricing, and Proposals, through the BuyBoard website. To improve and enhance the experience of BuyBoard members seeking to procure goods and services under the Contract utilizing the BuyBoard website, any Vendor logo, product images, and similar brand and trademark information provided by Vendor for purposes of the Contract ("Vendor Information's may be posted on the BuyBoard website. You acknowledge that, by submitting your Proposal, unless you specifically opt out below, you consent to use of your company's Vendor Information on the BuyBoard website if awarded a Contract. You further acknowledge that whether, where, and when to include the Vendor Information on the BuyBoard website shall be at the sole discretion of the BuyBoard Administrator. Vendor retains, however, the right of general quality control over the BuyBoard Administrator's authorized display of proprietary Vendor Information. Neither the BuyBoard nor its administrator will be responsible for the use or distribution of Vendor Information by BuyBoard members or any other third party using the BuyBoard website. This Vendor Consent shall be effective for the full term of the Contract, including renewals, unless Vendor provides a signed, written notice revoking consent to contractadmin@buyboard.com. BuyBoard shall have up to thirty days from the date of receipt of a termination or revocation of a Vendor Consent to remove Vendor information from the BuyBoard website. This Vendor Consent is subject to the Terms and Conditions of the Contract, including, but not limited to, those terms pertaining to Disclaimer of Warranty and Limitation of Liability, Indemnification, and Intellectual Property Infringement. Vendor logo files must be submitted in one of the formats set forth in the BuyBoard Technical Requirements. Proposers are requested to submit this information with Vendor's Proposal. (This consent shall not authorize use of your company's Vendor Information by BuyBoard if your company is not awarded a Contract.) OPT OUT: If your company wishes to opt out of the Vendor Consent for Name Brand Use, you must check the opt out box below. DO NOTselect this box unless your company is opting out of this Vendor Consent for Name Brand Use. ❑ By checking this box, Vendor hereby declines to provide consent for use of Vendor Information (as defined herein) on the BuyBoard website. By opting out, Vendor acknowledges and agrees that, if Vendor is awarded a Contract under this Proposal Invitation, information available on the BuyBoard for Vendor's awarded products or services may be limited, potentially placing Vendor at a disadvantage and impacting the ability of Cooperative members to search, find, review, and purchase Vendor's awarded products and services on the BuyBoard website. Initial: i Page 18 of 71 Proposal Forms COMM/SVCS v.08.11.2021 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 Board PURCHASUVO COOPERATIVE 12007 Research Boulevard ' Austin, Texas 78759-2439 ' PH: 800-695-2919 . buyboard.com CONFIDENTIAL/ PROPRIETARY INFORMATION A. Public Disclosure Laws All Proposals, forms, documentation, catalogs, pricelists, or other materials submitted by Vendor to the Cooperative in response to this Proposal Invitation, may be subject to the disclosure requirements of the Texas Public Information Act (Texas Government Code chapter 552.001, et, seq.) or similar disclosure law. Proposer must clearly identify on this form any information in its Proposal (including forms, documentation, or other materials submitted with the Proposal) that Proposer considers proprietary or confidential. If Proposer fails to properly identify the information, the Cooperative shall have no obligation to notify Vendor or seek protection of such information from public disclosure should a member of the public or other third party request access to the information under the Texas Public Information Act or similar disclosure law. When required by the Texas Public Information Act or other disclosure law, Proposer may be notified of any third -party request for information in a Proposal that Proposer has identified in this form as proprietary or confidential. Does your Proposal (including forms, documentation, catalogs, pricelists, or other materials submitted with the Proposal) contain information which Vendor considers proprietary or confidential? Please check W) one of the following: X NO, I certify that none of the information included with this Proposal is considered confidential or proprietary. ❑ YES, I certify that this Proposal contains information considered confidential or proprietary and all such information is specifically identified on this form. If you responded "YES", you must clearly identify below the specific information you consider confidential or proprietary. List each page number, form number, or other information sufficient to make the information readily identifiable. The Cooperative and Cooperative administrator shall not be responsible for a Proposer's failure to clearly identify information considered confidential or proprietary. Further, by submitting a Proposal, Proposer acknowledges that the Cooperative and Cooperative administrator will disclose information when required by law, even if such information has been identified herein as information Vendor considers confidential or proprietary. Confidential / Proprietary Information: (Attach additional sheets if needed.) Initial: �� Page 19 of 71 Proposal Forms COMM/SVCS v.08.11.2021 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 Board PURCHASUVO COOPERATIVE 12007 Research Boulevard ' Austin, Texas 78759-2439 ' PH: 800-695-2919 . buyboard.com B. Copyright Information Does your Proposal (including forms, documentation, pricelists, catalogs, or other materials submitted with the Proposal) contain copyright information? Please check C) one of the following: NO, Proposal (including forms, documentation, pricelists, catalogs, or other materials submitted with the Proposal) does not contain copyright information. X YES Proposal (including forms documentation pricelists, catalogs, or other materials submitted with the Proposal) does � P (� 9 ,P 9, p ) contain copyright information. If you responded "YES", clearly identify below the specific documents or pages containing copyright information. All catalogs Copyright Information: (Attach additional sheets if needed.) C. Consent to Release Confidential/Proorietarv/Coovriaht Information to BuvBoard Members BuyBoard members (Cooperative and nonprofit members) seeking to make purchases through the BuyBoard may wish to view information included in the Proposals of awarded Vendors. If you identified information on this form as confidential, proprietary, or subject to copyright, and you are awarded a BuyBoard contract, your acceptance of the BuyBoard contract award constitutes your consent to the disclosure of such information to BuyBoard members, including posting of such information on the secure BuyBoard website for members. Note: Neither the Cooperative nor Cooperative administrator will be responsible for the use or distribution of information by BuyBoard members or any other party. D. Consent to Release Proposal Tabulation Notwithstanding anything in this Confidential/Proprietary Information form to the contrary, by submitting a Proposal, Vendor consents and agrees that, upon Contract award, the Cooperative may publicly release, including posting on the public BuyBoard website, a copy of the proposal tabulation and award information for the Contract including Vendor name; proposed catalog/pricelist name(s); proposed percentage discount(s), hourly labor rate(s), or other specified pricing; and Vendor award or non -award information. Page 20 of 71 Initial: Cc 1z 1/Z Proposal Forms COMM/SVCS v.08.11.2021 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 Board PURCHASNY6 COOPERATIVE 12007 Research Boulevard ' Austin, Texas 78759-2439 ' PH: 800-695-2919 . buyboard.com EDGAR VENDOR CERTIFICATION (2 CFR Part 200 and Appendix II) When a Cooperative member seeks to procure goods and services using funds under a federal grant or contract, specific federal laws, regulations, and requirements may apply in addition to those under state law. This includes, but is not limited to, the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 CFR 200 (sometimes referred to as the "Uniform Guidance" or new "EDGAR'�. All Vendors submitting a Proposal must complete this EDGAR Certification Form regarding Vendor's willingness and ability to comply with certain requirements which may be applicable to specific Cooperative member purchases using federal grant funds. Completed forms will be made available to Cooperative members for their use while considering their purchasing options when using federal grant funds. Cooperative members may also require Vendors to enter into ancillary agreements, in addition to the terms and conditions of the BuyBoard contract, to address the member's specific contractual needs, including contract requirements for a procurement using federal grants or contracts. For each of the items below, Vendor should certify Vendor's agreement and ability to comply, where applicable, by having Vendor's authorized representative check the applicable boxes, initial each page, and sign the Compliance Forms Signature Page. If you fail to complete any item in this form, the Cooperative will consider and may list the Vendor's response on the BuyBoard as "NO,"the Vendor is unable or unwilling to comply. A "NO" response to any of the items may, if applicable, impact the ability of a Cooperative member to purchase from the Vendor using federal funds. 1. Vendor Violation or Breach of Contract Terms: Contracts for more than the simplified acquisition threshold, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 USC 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. Provisions regarding Vendor default are included in the BuyBoard General Terms and Conditions, including Section E.18, Remedies for Default and Termination of Contract. Any Contract award will be subject to such BuyBoard General Terms and Conditions, as well as any additional terms and conditions in any Purchase Order or Cooperative member ancillary contract agreed upon by Vendor and the Cooperative member which must be consistent with and protect the Cooperative member at least to the same extent as the BuyBoard Terms and Conditions. The remedies under the Contract are in addition to any other remedies that may be available under law or in equity. By submitting a Proposal, you agree to these Vendor violation and breach of contract terms. In YES, I agree. ❑ NO, I do not agree. 2. Termination for Cause or Convenience: For any Cooperative member purchase or contract in excess of $10,000 made using federal funds, you agree that the following term and condition shall apply: The Cooperative member may terminate or cancel any Purchase Order under this Contract at any time, with or without cause, by providing seven (7) business days advance written notice to the Vendor. If this Agreement is terminated in accordance with this Paragraph, the Cooperative member shall only be required to pay Vendor for goods or services delivered to the Cooperative member prior to the termination and not otherwise returned in accordance with Vendors return policy. If the Cooperative member has paid Vendor for goods or services not yet provided as of the date of termination, Vendor shall immediately refund such payment(s). If an alternate provision for termination of a Cooperative member purchase for cause and convenience, including the manner by which it will be effected and the basis for settlement, is included in the Cooperative member's Purchase Order or ancillary agreement agreed to by the Vendor, the Cooperative member's provision shall control. ❑ YES, I agree. L] NO, I do not agree. Initial: Page 21 of 71 Proposal Forms COMM/SVCS v.08.11.2021 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 Board PURCHASNY6 COOPERATIVE 12007 Research Boulevard ' Austin, Texas 78759-2439 ' PH: 800-695-2919 . buyboard.com 3. Equal Employment Opportunity: Except as otherwise provided under 41 CFR Part 60, all Cooperative member purchases or contracts that meet the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 shall be deemed to include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR Part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." The equal opportunity clause provided under 41 CFR 60-1.4(b) is hereby incorporated by reference. Vendor agrees that such provision applies to any Cooperative member purchase or contract that meets the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 and Vendor agrees that it shall comply with such provision. In YES, I agree. ❑ NO, I do not agree. 4. Davis -Bacon Act: When required by Federal program legislation, Vendor agrees that, for all Cooperative member prime construction contracts/purchases in excess of $2,000, Vendor shall comply with the Davis -Bacon Act (40 USC 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction'. In accordance with the statute, Vendor is required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determinate made by the Secretary of Labor. In addition, Vendor shall pay wages not less than once a week. Current prevailing wage determinations issued by the Department of Labor are available at beta.sam.gov. Vendor agrees that, for any purchase to which this requirement applies, the award of the purchase to the Vendor is conditioned upon Vendor's acceptance of the wage determination. Vendor further agrees that it shall also comply with the Copeland "Anti -Kickback" Act (40 USC 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. ❑ YES, I agree. L!7 NO, I do not agree. N/A to NAR S. Contract Work Hours and Safety Standards Act: Where applicable, for all Cooperative member contracts or purchases in excess of $100,000 that involve the employment of mechanics or laborers, Vendor agrees to comply with 40 USC 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 USC 3702 of the Act, Vendor is required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 USC 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. ❑ YES, I agree. L NO, I do not agree. N/A to NAR Page 22 of 71 Initial: 2 Proposal Forms COMM/SVCS v.08.11.2021 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 Board PURCHASNY6 COOPERATIVE 12007 Research Boulevard ' Austin, Texas 78759-2439 ' PH: 800-695-2919 . buyboard.com 6. Right to Inventions Made Under a Contract or Agreement: If the Cooperative member's Federal award meets the definition of "funding agreement" under 37 CFR 401.2(a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance or experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Vendor agrees to comply with the above requirements when applicable. ❑ YES, I agree. In NO, I do not agree. N/A to NAR 7. Clean Air Act and Federal Water Pollution Control Act: Clean Air Act (42 USC 7401-7671q.) and the Federal Water Pollution Control Act (33 USC 1251-1387), as amended — Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non -Federal award to agree to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act (42 USC 7401-7671q.) and the Federal Water Pollution Control Act, as amended (33 USC 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). When required, Vendor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act and the Federal Water Pollution Control Act. ❑ YES, I agree. Lx7 NO, I do not agree. N/A to NAR S. Debarment and Suspension: Debarment and Suspension (Executive Orders 12549 and 12689) — A contract award (see 2 CFR 180.220) must not be made to parties listed on the government -wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR Part 1966 Comp. p. 189) and 12689 (3 CFR Part 1989 Comp. p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor certifies that Vendor is not currently listed on the government -wide exclusions in SAM, is not debarred, suspended, or otherwise excluded by agencies or declared ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor further agrees to immediately notify the Cooperative and all Cooperative members with pending purchases or seeking to purchase from Vendor if Vendor is later listed on the government -wide exclusions in SAM, or is debarred, suspended, or otherwise excluded by agencies or declared ineligible under statutory or regulatory authority other than Executive Order 12549. In YES, I agree. ❑ NO, I do not agree. 9. Byrd Anti -Lobbying Amendment: Byrd Anti -Lobbying Amendment (31 USC 1352) - Vendors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 USC 1352. Each tier must also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non -Federal award. As applicable, Vendor agrees to file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti -Lobbying Amendment (31 USC 1352). In YES, I agree. ❑ NO, I do not agree. Initial: Page 23 of 71 Proposal Forms COMM/SVCS v.08.11.2021 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 Board PURCHASNY6 COOPERATIVE 12007 Research Boulevard ' Austin, Texas 78759-2439 ' PH: 800-695-2919 . buyboard.com 10. Procurement of Recovered Materials: For Cooperative member purchases utilizing Federal funds, Vendor agrees to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act where applicable and provide such information and certifications as a Cooperative member may require to confirm estimates and otherwise comply. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery, and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. ❑ YES, I agree. In NO, I do not agree. N/A to NAR 11. Domestic Preferences for Procurements: Where appropriate and consistent with law, 2 CFR §200.322 contains certain considerations for domestic preferences for procurements which may be applicable to Cooperative members using federal funds. When required by a Cooperative member, Vendor agrees to provide such information or certification as may reasonably be requested by the Cooperative member regarding Vendor's products, including whether goods, products, or materials are produced in the United States. [n YES, I agree. ❑ NO, I do not agree. 12. Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment 2 CFR §200.216 prohibits expending federal loan or grant funds to procure or obtain certain telecommunications and video surveillance services or equipment. To the extent applicable and when required by a Cooperative member, Vendor agrees to provide such information or certification as may reasonably be requested by the Cooperative member to confirm whether any telecommunications or video surveillance services or equipment provided by Vendor is covered equipment or covered services under 2 CFR §200.216. Lx7 YES, I agree. ❑ NO, I do not agree. 13. Profit as a Separate Element of Price: For purchases using federal funds in excess of the Simplified Acquisition Threshold, a Cooperative member may be required to negotiate profit as a separate element of the price. See, 2 CFR 200.324(b). When required by a Cooperative member, Vendor agrees to provide information and negotiate with the Cooperative member regarding profit as a separate element of the price for a particular purchase. However, Vendor agrees that the total price, including profit, charged by Vendor to the Cooperative member shall not exceed the awarded pricing, including any applicable discount, under Vendor's Cooperative Contract. ❑ YES, I agree. In NO, I do not agree. N/A to NAR 14. General Compliance and Cooperation with Cooperative Members: In addition to the foregoing specific requirements, Vendor agrees, in accepting any Purchase Order from a Cooperative member, it shall make a good faith effort to work with Cooperative members to provide such information and to satisfy such requirements as may apply to a particular Cooperative member purchase or purchases including, but not limited to, applicable recordkeeping and record retention requirements. [n YES, I agree. ❑ NO, I do not agree. MM Page 24 of 71 Proposal Forms COMM/SVCS v.08.11.2021 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 Board PURCHASNY6 COOPERATIVE 12007 Research Boulevard ' Austin, Texas 78759-2439 ' PH: 800-695-2919 ' buyboard.com COMPLIANCE FORMS SIGNATURE PAGE By initialing pages and by signature below, I certify that I have reviewed the following forms; that the information provided therein is true, complete, and accurate; and that I am authorized by my company to make all certifications, consents, acknowledgements, and agreements contained herein: ■ Proposal Acknowledgements ■ Felony Conviction Disclosure ■ Debarment Certification ■ Resident/Nonresident Certification ■ Vendor Employment Certification ■ No Boycott Verification ■ No Excluded Nation or Foreign Terrorist Organization Certification ■ Historically Underutilized Business Certification ■ Construction -Related Goods and Services Affirmation ■ Acknowledgement of BuyBoard Technical Requirements ■ Deviation and Compliance ■ Vendor Consent for Name Brand Use ■ Confidential/Proprietary Information ■ EDGAR Vendor Certification North American Rescue, LLC Comp N e Ign e of Authorized Company Official Wil Jamison, Associate General Counsel Printed Name and Title 27 December 2022 Date Page 25 of 71 Proposal Forms COMM/SVCS v.08.11.2021 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 Board PURCHASNY6 COOPERATIVE 12007 Research Boulevard ' Austin, Texas 78759-2439 ' PH: 800-695-2919 ' buyboard.com PROPOSAL FORMS PART 2: VENDOR INFORMATION FORMS INSTRUCTIONS: Proposer must completely and accurately provide all information requested in the following Vendor Information Forms or your Proposal may be rejected as non -responsive: ■ Vendor Business Name ■ Vendor Contact Information ■ Federal and State/Purchasing Cooperative Experience ■ Governmental References ■ Company Profile ■ Texas Regional Service Designation ■ State Service Designation ■ National Purchasing Cooperative Vendor Award Agreement (vendors serving outside Texas only) ■ Local/Authorized Seller Listings ■ Manufacturer Dealer Designation ■ Proposal Invitation Questionnaire ■ Vendor Request to Self -Report BuyBoard Purchases (optional) To the extent any information requested is not applicable to your company, you must so indicate on the form. VENDOR BUSINESS NAME By submitting a Proposal, Vendor is seeking to enter into a legal contract with the Cooperative. As such, Vendor must be an individual or legal business entity capable of entering into a binding contract. North American Rescue, LLC Name of Proposing Company: (List the /eaa/ name of the company seeking to contract with the Cooperative. Do NOT list an assumed name, dba, aka, etc. here. Such information may be provided below. If you are submitting a joint proposal with another entity to provide the same proposed goods or services, each submitting entity should complete a separate vendor information form. Separately operating legal business entities, even if affiliated entitles, which propose to provide goods or services separately must submit their own Proposals.) Please check W) one of the following: Type of Business: ❑ Individual/Sole Proprietor ❑ Other (Specify: Delaware State of Incorporation (if applicable): ❑ Corporation Lf7 Limited Liability Company ❑ Partnership 27-1030140 Federal Employer Identification Number: (Vendor must include a completed IRS W- form with their Proposal) Name by which Vendor, if awarded, wishes to be identified on the BuyBoard: (Note: Ifdiberentthan the Name of Proposing Company listed above, only valid trade names (dba, aka, etc.) of the Proposing Company may be used and a copy of your Assumed Name Certificate(s), if applicable, must be attached) Page 26 of 71 Proposal Forms COMM/SVCS v.08.11.2021 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 Request for Taxpayer Give Form to the Form (Rev. October2018) Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. Internal Revenue Service ► Go to wwwJrs.gov/FormW9 for instructions and the latest information. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. North American Rescue Holdings LLC 2 Business name/disregarded entity name, if different from above North American Rescue LLC (27-1024029) a� 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to to following seven boxes. certain entities, not individuals; see a instructions on page 3): o ElIndividual/sole proprietor or ElC Corporation ElS Corporation ❑ Partnership ❑ Trust/estate c single -member LLC Exempt payee code (if any) ao 5 ❑✓ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► P p Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting *' w c LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is code (if any) a ° w another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that is disregarded from the owner should check the appropriate box for the tax classification of its owner. V N ❑ Other (see instructions) ► (Applies to accounts maintained outside the U.S.) fn 5 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optional) a 35 Tedwall Court 6 City, state, and ZIP code Greer SC 29650 7 List account number(s) here (optional) Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number backup withholding. For individuals, this is generally your social security number (SHowever, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Employer identification number Number To Give the Requester for guidelines on whose number to enter. M27 - 1 0 3 0 1 4 0 11 Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later. Sign Signature of Here U.S. person ► General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) Date ► 1 / 13/2022 • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 Board PURCHASNY6 COOPERATIVE 12007 Research Boulevard ' Austin, Texas 78759-2439 ' PH: 800-695-2919 . buyboard.com VENDOR CONTACT INFORMATION Vendor shall pro vide the requested Vendor Contact Information in the electronic proposal submission system including contract, purchase order, RFQ, and invoice contacts (or, if submitting a hard copy Proposal, timely request and complete the Vendor Contact Information form in accordance with the Instructions to Proposers). FEDERAL AND STATE/ PURCHASING COOPERATIVE EXPERIENCE The Cooperative strives to provide Cooperative members with the best services and products at the best prices available from Vendors with the technical resources and ability to serve Cooperative members. Please respond to the following questions. Provide the dollar value of sales to or through purchasing cooperatives at or based on an established catalog or market price during the previous 12-month period or the last fiscal year: $ . (The period of the 12-month period is / ). In the event that a dollar value is not an appropriate measure of the sales, provide and describe your own measure of the sales of the item(s). By submitting a proposal, you agree that, based on your written discounting policies, the discounts you offer the Cooperative are equal to or better than the best price you offer other purchasing cooperatives for the same items under equivalent circumstances. Provide the information requested below for other purchasing cooperatives for which Proposer currently serves, or in the past has served, as an awarded vendor. Rows should be added to accommodate as many purchasing cooperatives as required. PURCHASING GROUPCURRENT 1. Federal General Services Administration VENDOR? N FORMER VENDOR (Y/N)? — IF YES, LIST YEARS D•• AWARDED COMMODITY •• 2. T-PASS (State of Texas) N 3. OMNIA Partners N 4. Sourcewell (NIPA) N 5. E&I Cooperative N 6. Houston -Galveston Area Council (HGAC) N 7. Choice Partners N 8. The Interlocal Purchasing System (TIPS) N 9. Other N x❑ MY COMPANY DOES NOT CURRENTLY HAVE ANY OF THE ABOVE OR SIMILAR TYPE CONTRACTS. CURRENT BUYBOARD VENDORS If you are a current BuyBoard vendor in the same contract category as proposed in this Proposal Invitation, indicate the discount for your current BuyBoard contract and the proposed discount in this Proposal. Explain any difference between your current and proposed discounts. Current Discount (%): Proposed Discount (%): Explanation: Page 27 of 71 Proposal Forms COMM/SVCS v.08.11.2021 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 Board PURCHASUVO COOPERATIVE 12007 Research Boulevard ' Austin, Texas 78759-2439 ' PH: 800-695-2919 ' buyboard.com GOVERNMENTAL REFERENCES For your Proposal to be considered, you must supply a minimum of five (5) individual governmental entity references. The Cooperative may contact any and all references provided as part of the Proposal evaluation. Provide the information requested below, including the existing pricing/discounts you offer each customer. The Cooperative may determine whether pricing/discounts are fair and reasonable by comparing pricing/discounts stated in your Proposal with the pricing/discounts you offer other governmental customers. Attach additional pages if necessary. Quantity/ Entity Name Contact Phone# Email Address Discount Volume 1. Clearwater Fire & Rescue LT. Travis Connolly (727) 452-3444 travis.connolly@myclearwater.com n/a 2. Susquehanna Univ Cindie Sheesley (570) 373-4161 sheesley@susqu.edu n/a 3. New Spring Church Jacob Brown (864) 209-0876 jacob.brown@newspring.cc n/a 4 Pinellas County Sheriffs Office Eric Soderland (727) 204-1358 esoderland@pcsonet.com n/a 5. Humble ISD Susan Luethold (281) 641-8422 susan.luethold@humbleisd.net n/a Do you ever modify your written policies or standard governmental sales practices as identified in the above chart to give better discounts (lower pricing) than indicated? YES ❑ NO ❑ If YES, please explain: N/A COMPANY PROFILE Information on awarded Cooperative Contracts is available to Cooperative Members on the BuyBoard website. If your company is awarded a Contract under this Proposal Invitation, please provide a brief company description that you would like to have included with your company profile on the BuyBoard website. Submit your company profile in a separate file, in Word format, with your Proposal. (Note: Vendor is solely responsible for any content provided for inclusion on the BuyBoard website. The Cooperative reserves the right to exclude or remove any content in its sole discretion, with or without prior notice, including but not limited to any content deemed by the Cooperative to be inappropriate, irrelevant to the Contract, inaccurate, or misleading.) Page 28 of 71 Proposal Forms COMM/SVCS v.08.11.2021 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 NORTH AMERICAN RESCUE' 23 January 2023 To whom it may concern, The products we develop have a critical and defined mission... each is an innovative lifesaving solution to the unique challenges that arise during casualty care in difficult to manage situations and environments. From tactical medicine to bystander intervention, North American Rescue's trusted, reliable prehospital equipment delivers the critical tools necessary to increase survivability by empowering responders to take immediate action in life threatening emergencies. At North American Rescue, our roots run deep and wide in the world of tactical medicine and rescue. Our business was built from the ground up on the vision and experience of seasoned military medics seeking to fill the equipment gaps commonly encountered in the field of operation. Since then, we have continued to broaden our vision to include other invaluable first responder perspectives such as prehospital healthcare providers in civilian law enforcement, emergency medical services, and community public safety initiatives. This first-hand reality fosters a unique insight into the extreme challenges and evolving requirements of tactical medicine and rescue for the entire prehospital team both on the battlefield and the homefront. Products with a Mission® means we are driven by Tactical Combat Casualty Care guidelines, supported by Evidence -based Medicine and validated by Laboratory Tested - Combat Proven® history. From the point of wounding to the doors of the trauma center, NAR is your dedicated partner in life-saving medical gear and training designed to empower today's Warfighter, First Responder and Prehospital Healthcare Provider with the mission critical solutions that increase survivability by reducing potentially preventable causes of death. Commitment to our customers is NAR's top priority. Whether you are on the battlefield, in an urban landscape or in austere environments, hostile conditions pose unique challenges for managing traumatic injury. At NAR, we recognize that in a post 9/11 world requirements are ever -changing for those dedicated combat lifesavers, tactical healthcare providers and law enforcement / EMS professionals who stand in harm's way to save the life of another. You are our customers and empowering you to save lives is the very heart of our business and our culture. Sincerely, Z�)u,,iqw, 10&dd, Mrs. Devon Pless Public Safety Sales North American Rescue, LLC Main: 864.675.9800 ext. 211 Fax: 864.675.9880 Cell: 864.704.0510 35 Tedwail Court ■ Greer, South Carolina 29650-4791 Office: (864) 675-980D ■ Fax: [864] 675-9880 • Toil Free: 1886) 689-6277 www.NARescue.com Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 Board PURCHASNY6 COOPERATIVE 12007 Research Boulevard ' Austin, Texas 78759-2439 ' PH: 800-695-2919 ' buyboard.com TEXAS REGIONAL SERVICE DESIGNATION This form must be completed in the electronic proposal submission system (or, if submitting a hard copy Proposal, timely request and complete the form in accordance with the Instructions to Proposers). The Cooperative (referred to as "Texas Cooperative" in this form and in the State Service Designation form) offers vendors the opportunity to service its members throughout the entire State of Texas. In the electronic proposal submission system, you must indicate if you will service Texas Cooperative members statewide or, if you do not plan to service all Texas Cooperative members statewide, you must indicate the specific regions you will service. If you propose to serve different regions for different products or services included in your Proposal, you must complete and submit a separate Texas Regional Service Designation form for each group of products and clearly indicate the products or services to which the designation applies. (Additional forms can be obtained by contacting bids@buyboard.com at least five (5) business days prior to the Proposal Due Date.) By designating a region or regions, you are certifying that you are authorized and willing to provide the proposed products and services in those regions. Designating regions in which you are either unable or unwilling to provide the specified products and services shall be grounds for either rejection of your Proposal or, if awarded, termination of your Contract. Additionally, if you do not plan to service Texas Cooperative members (i.e., if you will service only states other than Texas), you must so indicate on the form in the electronic proposal submission system. Regional Education Service Centers Region and Headauarters 1 Edinburg 2 Corpus Christi 3 Victoria 4 Houston 5 Beaumont 6 Huntsville 7 Kilgore 8 Mount Pleasant 9 Wichita Falls 10 Richardson 11 Fort Worth 12 Waco 13 Austin 14 Abilene 15 San Angelo 16 Amarillo 17 Lubbock 18 Midland 19 El Paso 20 San Antonio Page 29 of 71 Proposal Forms COMM/SVCS v.08.11.2021 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 oard� PURCNASiNG! OOPERATIDE 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • buyboard.com STATE SERVICE DESIGNATION This form must be completed in the electronic proposal submission system (or, if submitting a hard copy Proposal, timely request and complete the in accordance with the Instructions to Proposers). As set forth in the Proposal Invitation, it is the Cooperative's intent that other governmental entities in the United States have the opportunity to purchase goods or services awarded under the Contract, subject to applicable state law, through a piggy- back award or similar agreement through the National Purchasing Cooperative BuyBoard. If you plan to service the entire United States or only specific states, you must complete the State Service Designation information in the electronic proposal submission system. (Note: If you plan to service Texas Cooperative members, be sure that you complete the Texas Regional Service Designation form.) In addition to this form, to be considered for a piggy -back award by the National Purchasing Cooperative, you must have an authorized representative sign the National Purchasing Cooperative Vendor Award Agreement that follows this page. If you serve different states for different products or services included in your Proposal, you must complete and submit a separate State Service Designation form for each group of products and clearly indicate the products or services to which the designation applies. (Additional forms can be obtained by contacting bids@buyboard.com at least five U business days prior to the Proposal Due Date.) By designating a state or states, you are certifying that you are authorized and willing to provide the proposed products and services in those states. Designating states in which you are either unable or unwilling to provide the specified products and services shall be grounds for either rejection of your Proposal or, if awarded, termination of your Contract. I will service all states in the United States. Yes I will not service all states in the United States. Alabama Alaska Nebraska Arizona Nevada Arkansas New Hampshire California (Public Contract Code 20118 & 20652) New Jersey Colorado New Mexico Connecticut New York Delaware North Carolina District of Columbia North Dakota Florida Ohio Georgia Oklahoma Hawaii Oregon Idaho Pennsylvania Illinois Rhode Island Indiana South Carolina Iowa South Dakota Kansas Tennessee Kentucky Texas Louisiana Utah Maine Vermont Maryland Virginia Massachusetts Washington Michigan West Virginia Minnesota Wisconsin Mississippi Wyoming Missouri Montana Proposal Forms COMM/SVCS v.08.11.2021 Page 30 of 71 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 oard� PURCNASiNG! OOPERATIDE 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • buyboard.com NATIONAL PURCHASING COOPERATIVE VENDOR AWARD AGREEMENT In accordance with the Terms and Conditions associated with this Proposal Invitation, a contract awarded under this Proposal Invitation may be "piggy -backed" by another governmental entity. The National Purchasing Cooperative is an intergovernmental purchasing cooperative formed by certain school districts outside of Texas to serve its members throughout the United States. If you agree to be considered for a piggy -back award by the National Purchasing Cooperative, you agree to the following terms and agree to serve National Purchasing Cooperative members in the states you have indicated on the State Service Designation form, in your Proposal. By signing this form, Proposer (referred to in this Agreement as "Vendor") agrees as follows: 1. Vendor acknowledges that if The Local Government Purchasing Cooperative ("Texas Cooperative") awards Vendor a contract under this Proposal Invitation ("Underlying Award', the National Purchasing Cooperative ("National Cooperative") may - but is not required to - "piggy -back" on or re -award all or a portion of that Underlying Award ("Piggy -Back Award"). By signing this National Cooperative Vendor Award Agreement ("Agreement"), Vendor accepts and agrees to be bound by any such Piggy -Back Award as provided for herein. 2. In the event National Cooperative awards Vendor a Piggy -Back Award, the National Cooperative Administrator ("BuyBoard Administrator") will notify Vendor in writing of such Piggy -Back Award, which award shall commence on the effective date stated in the Notice and end on the expiration date of the Underlying Award, subject to annual renewals as authorized in writing by the BuyBoard Administrator. Vendor agrees that no further signature or other action is required of Vendor in order for the Piggy -Back Award and this Agreement to be binding upon Vendor. Vendor further agrees that no interlineations or changes to this Agreement by Vendor will be binding on National Cooperative, unless such changes are agreed to by its BuyBoard Administrator in writing. 3. Vendor agrees that it shall offer its goods and services to National Cooperative members at the same unit pricing and same general terms and conditions, subject to applicable state laws in the state of purchase, as required by the Underlying Award. However, nothing in this Agreement prevents Vendor from offering National Cooperative members better (i.e., lower) competitive pricing and more favorable terms and conditions than those in the Underlying Award. 4. Vendor hereby agrees and confirms that it will serve those states it has designated on the State Service Designation Form of this Proposal Invitation. Any changes to the states designated on the State Service Designation Form must be approved in writing by the BuyBoard Administrator. 5. Vendor agrees to pay National Cooperative the service fee provided for in the Underlying Award based on the amount of purchases generated from National Cooperative members through the Piggy -Back Award. Vendor shall remit payment to National Cooperative on such schedule as it specifies (which shall not be more often than monthly). Further, upon request, Vendor shall provide National Cooperative with copies of all purchase orders generated from National Cooperative members, vendor invoices, and/or such other documentation regarding those purchase orders as the Cooperative's administrators may require in their reasonable discretion for purposes of reviewing and verifying purchase activity. Vendor further agrees that National Cooperative shall have the right, upon reasonable written notice, to review Vendor's records pertaining to purchases made by National Cooperative members in order to verify the accuracy of service fees. 6. Vendor agrees that the Underlying Award, including its General Terms and Conditions, are adopted by reference to the fullest extent such provisions can reasonably apply to the post-proposal/contract award phase. The rights and responsibilities that would ordinarily inure to the Texas Cooperative pursuant to the Underlying Award shall inure to National Cooperative; and, conversely, the rights and responsibilities that would ordinarily inure to Vendor in the Underlying Award shall inure to Vendor in this Agreement. Vendor recognizes and agrees that Vendor and National Cooperative are the only parties to this Agreement, and that nothing in this Agreement has application to other third parties, including the Texas Cooperative. In the event of conflict between this Agreement and the terms of the Underlying Award, the terms of this Agreement shall control, and then only to the extent necessary to reconcile the conflict. Proposal Forms COMM/SVCS v.08.11.2021 Page 31 of 71 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 oard� PURCNASiNG! OOPERATIDE 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • buyboard.com 7. This Agreement shall be governed and construed in accordance with the laws of the State of Rhode Island and venue for any dispute shall lie in the federal district court of Alexandria, Virginia. 8. Vendor acknowledges and agrees that the award of a Piggy -Back Award is within the sole discretion of National Cooperative, and that this Agreement does not take effect unless and until National Cooperative awards Vendor a Piggy -Back Award and the BuyBoard Administrator notifies Vendor in writing of such Piggy -Back Award as provided for herein. WHEREFORE, by signing below Vendor agrees to the foregoing and warrants that it has the authority to enter into this Agreement. North American Rescue, LLC Name of V r Sig na re uthorized Company Official 27 December 2022 Date 704-23 Proposal Invitation Number Will Jamison Printed Name of Authorized Company Official Page 32 of 71 Proposal Forms COMM/SVCS v.08.11.2021 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 oard� PURCNASiNG! OOPERATIDE 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • buyboard.com LOCATION/AUTHORIZED SELLER LISTINGS If you have more than one location/authorized seller that will service a Contract awarded under this Proposal Invitation, please list each location/authorized seller below. If additional sheets are required, please duplicate this form as necessary. NOTE: Awarded Vendors shall remain responsible for all aspects of the Contract, including processing of Purchase Orders, and shall be responsible for the performance of all locations and authorized sellers under and in accordance with the Contract. If you are a product manufacturer and wish to designate Designated Dealers as defined in the General Terms and Conditions to receive Cooperative member Purchase Orders on your behalf, you must complete the Manufacturer Designated Dealer form. Authorized Seller Name Contact Person Contact Information Address,Location/ (Mailing • Proposal Forms COMM/SVCS v.08.11.2021 Page 33 of 71 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 oard� PURCNASiNG! OOPERATIDE 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • buyboard.com MANUFACTURER DEALER DESIGNATION If Vendor is a manufacturer that sells products through a dealer network and wishes to designate a dealer or multiple dealers ("Designated Dealers') to receive Cooperative member Purchase Orders on Vendor's behalf, you must complete this form for each dealer you wish to designate. Regardless of any Designated Dealers submitted by Vendor, Vendor specifically agrees and acknowledges that any such designations are for Vendor's convenience only and shall not, if Vendor is awarded a Contract, relieve Vendor of any obligations under the Contract, including payment of Cooperative service fees on all Purchase Orders submitted to Vendor or any Designated Dealer. In accordance with the General Terms and Conditions, an awarded Vendor shall remain responsible and liable for all of its obligations under the Contract and the performance of both Vendor and any of Vendor's Designated Dealers under and in accordance with the Contract and remain subject to all remedies for default thereunder, including, but not limited to suspension and termination of Vendor's Contract for nonpayment of service fees. If awarded, Vendor authorizes the Cooperative, in its sole discretion, to list any Vendor Designated Dealers in the BuyBoard system and to receive Purchase Orders directly from Cooperative members on behalf of Vendor. To the extent a Vendor with Designated Dealers receives a Purchase Order directly, it shall be the responsibility of Vendor to appropriately process such Purchase Order in accordance with the Contract, including but not limited to timely forwarding such Purchase Order to a Designated Dealer for processing. The Cooperative reserves the right, in its sole discretion, to refuse addition of, or request removal of, any Designated Dealer, and Vendor agrees to immediately require such Designated Dealer to cease accepting Purchase Orders or otherwise acting on Vendor's behalf under the Contract. Further, the Cooperative administrator shall be authorized to remove or suspend any or all Designated Dealers from the BuyBoard at any time in its sole discretion. If you wish to designate a dealer to service a contract awarded under this Proposal Invitation, please list the Designated Dealer below. If you wish to designate multiple dealers, please duplicate this form as necessary. Designated Dealer Name Designated Dealer Contact Person Designated Dealer Address City Phone Number Email address State Zip Fax Number Designated Dealer Tax ID Number* (*attach W-9) Proposal Forms COMM/SVCS v.08.11.2021 Page 34 of 71 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 oard� PURCNASiNG! OOPERATIDE 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • buyboard.com PROPOSAL INVITATION QUESTIONNAIRE The Cooperative will use your responses to the questions below in evaluating your Proposal and technical and financial resources to provide the goods and perform the services ("Work' under the BuyBoard contract contemplated by this Proposal Invitation ("Contract'). Proposers must fully answer each question, numbering your responses to correspond to the questions/numbers below. Proposers must complete below or attach your responses to this questionnaire and submit in one document with your Proposal. You must submit the questionnaire and responses with your Proposal or the Proposal will not be considered. 1. List the number of years Proposer has been in business and former business names (if applicable). Note whether your company is currently for sale or involved in any transaction that would significantly alter its business or result in acquisition by another entity. 26 years 2. Describe the resources Proposer has to manage staff and successfully perform the Work contemplated under this Contract. State the number and summarize the experience of company personnel who may be utilized for the Work, including those who will be available to Cooperative members for assistance with project development, technical issues, and product selection for Work associated with this Contract. NAR provides commercial off the shelf items and has done so successfully to Federal Government, State & Local Government & retail customers for 26 years. It will use these same resources to satisfy this contract. 3. Marketing Strategy: For your Proposal to be considered, you must submit the Marketing Strategy you will use if the Cooperative accepts all or part of your Proposal. (Example: Explain how your company will initially inform Cooperative members of your BuyBoard Contract, and how you will continue to support the BuyBoard for the duration of the Contract term.) Attach additional pages if necessary. North American Rescue will inform the Cooperative members of our BuyBoard contract by continuing to respond to requests or quotes, educating the members of our team and continuing to partner with our current customers from our previous two BuyBoard Contracts (530-17 & 610-20) We have been awarded the previous two contracts for First Aid, Emergency Medical and Athletic Trainer Supplies & Equipment and received both the possible one year renewals. Our Sales Team attends over 160 tradeshows each year, where we have the ability to inform customers of our products and BuyBoard Purchasing Co-op Contract. Proposal Forms COMM/SVCS v.08.11.2021 Page 35 of 71 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 oard� PURCNASiNG! OOPERATIDE 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • buyboard.com 4. Describe Proposer's financial capability to perform the Contract. State or describe the firm's financial strength and rating, bonding capacity, and insurance coverage limits. State whether the firm, or any of the firm's past or present owners, principal shareholders or stockholders, or officers, have been a debtor party to a bankruptcy, receivership, or insolvency proceeding in the last 7 years, and identify any such debtor party by name and relationship to or position with your firm. North American Rescue has 26 years of successful operation. We have no knowledge of relevant bankruptcy filings. 5. Does your company have any outstanding financial judgments and/or is it currently in default on any loan or financing agreement? If so, provide detailed information on the nature of such items and prospects for resolution. No 6. List all contracts, if any, in the last 10 years on which Proposer has defaulted, failed to complete or deliver the work, or that have been terminated for any reason. For each such contract, provide the project name, scope, value and date and the name of the procuring entity. Fully explain the circumstances of the default, failure to complete or deliver the work, or termination. N/A 7. List all litigation or other legal proceedings (including arbitration proceedings), if any, in the last 10 years brought against your firm, or any of the firm's past or present owners, principal shareholders or stockholders, officers, agents or employees, that relate to or arise from a contract similar to this Contract or the Work contemplated under this Contract. Provide the style of the lawsuit or proceeding (name of parties and court or tribunal in which filed), nature of the claim, and resolution or current status. None Proposal Forms COMM/SVCS v.08.11.2021 Page 36 of 71 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 oard� PURCNASiNG! OOPERATIDE 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • buyboard.com VENDOR REQUEST TO SELF -REPORT BUYBOARD PURCHASES The General Terms and Conditions require that all Purchase Orders generated by or under any Contract awarded under this Proposal Invitation be processed through the BuyBoard and, except as expressly authorized in writing by the Cooperative administrator, Vendors are not authorized to process Purchase Orders received directly from Cooperative members that have not been processed through the BuyBoard or provided to the Cooperative. In accordance with this provision, Vendor may request authorization of the Cooperative administrator to self -report Cooperative member purchases if awarded a Contract under this Proposal Invitation. By making such a request, Vendor acknowledges and agrees that self -reporting is specifically subject to and conditioned upon (1) Vendor's agreement to the Additional Terms and Conditions for BuyBoard Self -Reporting which are included in this Proposal Invitation and incorporated herein for all purposes and (2) approval of this request in writing by the Cooperative administrator. Note: This form is NOT required as part of your proposal. You should sign and return this form ONLY if you wish to request authorization to self -report BuyBoard purchases. Any request to self -report will not be effective, and Vendor shall not be authorized to self -report BuyBoard member purchases, unless and until (1) Vendor is awarded a Contract under this Proposal Invitation, and (2) the request has been approved in writing by the Cooperative administrator. By my signature below, I hereby request authorization from the Cooperative administrator to self -report BuyBoard purchases if my company is awarded a Contract. I certify that I am authorized by the above -named Vendor to approve this form, and I have received and read the Additional Terms and Conditions for BuyBoard Self -Reporting included in this Proposal Invitation and do hereby approve and agree to such terms and conditions on behalf of Vendor. North American Rescue, LLC NAME OF VE OR: Sig na u re,4 Vendor Authorized Representative Will Jamison Printed Name: Associate General Counsel Title: 27 December 2022 Date: (For Cooperative Administrator Use Only) Approved by BuyBoard Administrator: Effective/Start Date for Self -Reporting: Proposal Forms COMM/SVCS v.08.11.2021 Page 37 of 71 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 oard� PURCNASiNG rOOPERA TIVE 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • buyboard.com REQUIRED FORMS CHECKLIST (Please check (-V) the following) ❑ Reviewed/Completed: Proposer's Acceptance and Agreement PROPOSAL FORMS PART 1: COMPLIANCE FORMS Reviewed/Completed: Proposal Acknowledgements Reviewed/Completed: Felony Conviction Disclosure Reviewed/Completed: Resident/Nonresident Certification Reviewed/Completed: Debarment Certification Reviewed/Completed: Vendor Employment Certification Reviewed/Completed: No Boycott Verification Reviewed/Completed: No Excluded Nation or Foreign Terrorist Organization Certification Reviewed/Completed: Historically Underutilized Business Certification Reviewed/Completed: Acknowledgement of BuyBoard Technical Requirements Reviewed/Completed: Construction -Related Goods and Services Affirmation Reviewed/Completed: Deviation and Compliance Reviewed/Completed: Vendor Consent for Name Brand Use Reviewed/Completed: Confidential/Proprietary Information Reviewed/Completed: EDGAR Vendor Certification Reviewed/Completed: Compliance Forms Signature Page PROPOSAL FORMS PART 2: VENDOR INFORMATION FORMS Reviewed/Completed: Vendor Business Name Reviewed/Completed: Vendor Contact Information (complete ine%tronicproposalsubmission system) Reviewed/Completed: Federal and State/Purchasing Cooperative Experience Reviewed/Completed: Governmental References Reviewed/Completed: Company Profile Reviewed/Completed: Texas Regional Service Designation (complete in electronic proposal submission system) Reviewed/Completed: State Service Designation(complete inelectronic proposal submission system) Reviewed/Completed: National Purchasing Cooperative Vendor Award Agreement (vendors serving outside Texas only) Reviewed/Completed: Local/Authorized Seller Listings Reviewed/Completed: Manufacturer Dealer Designation Reviewed/Completed: Proposal Invitation Questionnaire Reviewed/Completed: Vendor Request to Self -Report BuyBoard Purchases (optional) ❑ Reviewed/Completed: Proposal Specifications Discount (%) off Catalog/Pricelist and/or other required pricing information including Catalogs/Pricelists (or no bid response) must be submitted with the Proposal or the Proposal will not be considered. Proposal Forms COMM/SVCS v.08.11.2021 Page 39 of 71 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 oard� PURCNASiNG! OOPERATIDE 12007 Research Boulevard • Austin, Texas 78759-2439 • PH: 800-695-2919 • buyboard.com PROPOSAL SPECIFICATION SUMMARY The categories and items specified for this Proposal Invitation are summarized below. For full Proposal Specifications, you must review and complete the Proposal Specification information in the electronic proposal submission system in accordance with the Instructions to Proposers (or, if submitting a hard copy Proposal, timely request and complete the Proposal Specification Form in accordance with the Instructions to Proposers). PROPOSAL NOTE: Vendors shall submit catalog (s)/pricel ist(s) with their Proposal response or the Proposal will not be considered. Vendors shall submit catalog (s)/pricel ist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Section I: First Aid Equipment, Products, and Supplies 1. Discount (%) off catalog/pricelist for First Aid Equipment and Supplies. 2. Discount (%) off catalog/pricelist for First Aid Furniture. 3. Discount (%) off catalog/pricelist for Bleeding Control Stations. 4. Discount (%) off catalog/pricelist for All Other First Aid, Health, and Nursing Products. Section II: Athletic Trainer/Rehabilitation Eauipment, Products, and Supplies 5. Discount (%) off catalog/pricelist for Athletic Trainer/Rehabilitation Equipment and Supplies. 6. Discount (%) off catalog/pricelist for Athletic Trainer/Rehabilitation Furniture. 7. Discount (%) off catalog/pricelist for All Other Athletic Trainer/Rehabilitation Products. Section III: Emergency Medical Equipment, Products, and Supplies 8. Discount (%) off catalog/pricelist for Emergency Medical Equipment and Supplies. 9. Discount (%) off catalog/pricelist for All Other Emergency Medical Products. Section IV: Pharmaceuticals and Vaccines 10. Discount (%) off catalog/pricelist for Pharmaceuticals and Vaccines. 11. Discount (%) off catalog/pricelist for Intra-Venous Pharmaceutical Supplies. 12. Discount (%) off catalog/pricelist for Drug Testing Kits and Supplies. Section V: Audiology Equipment and Other Related Items 13. Discount (%) off catalog/pricelist for Audiology Equipment, Hearing Aids, and Other Related Items. Section VI: Drug/Diagnostic/Laboratory Testing Services 14. Discount (%) off catalog/pricelist for Drug and Alcohol Diagnostic Testing Services (onsite and offsite including laboratory services). Section VII: Installation and Repair Service 15. Hourly Labor Rate for Installation/Repair Service of First Aid, Athletic Trainer/Rehabilitation, and Emergency Medical Equipment and Products - Not to Exceed hourly labor rate for Installation/Repair Service of Equipment and Products. 16. Hourly Labor Rate for Installation/Repair of Audiology Equipment and Products - Not to Exceed hourly labor rate for Installation/Repair Service of Equipment and Products. Proposal Forms COMM/SVCS v.08.11.2021 Page 38 of 71 Docusign Envelope ID: 9FD2841 E-5B5F-4833-BD02-DEC89D4AC764 North American Rescue LLC Information Contact: JENNIFER MCCALLION Address: 35 Tedwall Court Greer, SC 29650 Phone: (864) 675-9800 Fax: (864) 675-9880 Toll Free: (888) 689-6277 Email: JMCCALLION@NARESCUE.COM Web Address: www.narescue.com By submitting your response, you certify that you are authorized to represent and bind your company. Devon Pless Signature Submitted at 112512023 01:42:41 PM (CT) Requested Attachments dpless@narescue.com Email Exceptions and/or Detailed Information Related to Discount % and/or NAR - price list explanation.pdf Hourly Labor Rate Proposed In PDF format and if necessary, vendor shall attach detailed information regarding exceptions to pricing and/or discount percentage and define the services that are proposed to be provided. NOTE: IF DETAILED INFORMATION IS NOT SUBMITTED, PROPOSAL MAY NOT BE CONSIDERED. (Please DO NOT password protect uploaded files.) BuyBoard Proposal Invitation No. 704-23 First Aid, Emergency Medical, Proposal-No-704-23 Signed.pdf and Athletic Trainer Supplies and Equipment REQUIRED -In PDF format, upload all proposal invitation documents available for download at vendor.buyboard.com including any additional pages, as necessary. NOTICE: DO NOT complete proposal forms in internet browser. No data will be stored. Download file to computer and complete proposal forms prior to submitting. (Please DO NOT password protect uploaded files.) Catalog/Pricelist BuyBoard 704-23 Price List.xlsx REQUIRED -In Excel or PDF format, upload catalog(s)/pricelist(s) in accordance with proposal invitation instructions. Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or Proposal will not be considered. No paper catalogs or manufacturer/vendor websites will be accepted. File size must not exceed 250MB. (Please DO NOT password protect uploaded files.) Company Profile NAR Company Profile.pdf REQUIRED -Information on awarded Cooperative Contracts is available to Cooperative Members on the BuyBoard website. If your company is awarded a Contract under this Proposal Invitation, please provide a brief company description that you would like to have included with your company profile on the BuyBoard website. Submit your company profile in a separate file, in Word format, with your Proposal. (Note: Vendor is solely responsible for any content provided for inclusion on the BuyBoard website. The Cooperative reserves the right to exclude or remove any content in its sole discretion, with or without prior notice, including but not limited to any content deemed by the Cooperative to be inappropriate, irrelevant to the Contract, inaccurate, or misleading.) IRS Form W-9 Request for Taxpayer Identification Number and Certification NAR W9 2022.pdf REQUIRED -In PDF format, upload W-9 form. (Please DO NOT password protect uploaded files.) Response Attachments Henry Schein 2021 Form 10-K.pdf Form 10-k Page 3 of 31 pages Vendor: North American Rescue LLC 704-23 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 NAR Return Policy.pdf Return Policy Bid Attributes 1 Federal Identification Number Federal Identification Number 27-1030140 2 HUB/No Israel Boycott Certification/No Excluded Nation or Foreign Terrorist Certification HUB/No Israel Boycott Certification/No Excluded Nation or Foreign Terrorist Certification 3 No Israel Boycott Certification A Texas governmental entity may not enter into a contract with a value of $100,000 or more that is to be paid wholly or partly from public funds with a company (excluding a sole proprietorship) that has 10 or more full-time employees for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. (TEX. GOV'T CODE Ch. 2270). Accordingly, this certification form is included to the extent required by law. "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes. TEX. GOV'T CODE §808.001(1). By signature on the Compliance Forms Signature Page, to the extent applicable, I certify and verify that Vendor does not boycott Israel and will not boycott Israel during the term of any contract awarded under this Proposal Invitation, that this certification is true, complete and accurate, and that I am authorized by my company to make this certification. Yes 4 No Excluded Nation or Foreign Terrorist Organization Certification Chapter 2252 of the Texas Government Code provides that a Texas governmental entity may not enter into a contract with a company engaged in active business operations with Sudan, Iran, or a foreign terrorist organization — specifically, any company identified on a list prepared and maintained by the Texas Comptroller under Texas Government Code §§806.051, 807.051, or 2252.153. (A company that the U.S. Government affirmatively declares to be excluded from its federal sanctions regime relating to Sudan, Iran, or any federal sanctions regime relating to a foreign terrorist organization is not subject to the contract prohibition.) By signature on the Compliance Forms Signature Page, I certify and verify that Vendor is not on the Texas Comptroller's list identified above; that this certification is true, complete and accurate; and that I am authorized by my company to make this certification. Yes 5 MWBE/HUB Status Certification A Proposer that has been certified as a Historically Underutilized Business (also known as a Minority/Women Business Enterprise or "MWBE" and all referred to in this form as a "HUB") is encouraged to indicate its HUB certification status when responding to this Proposal Invitation. The BuyBoard website will indicate HUB certifications for awarded Vendors that properly indicate and document their HUB certification on this form. certify that my company has been certified as a MWBE/HUB in the following categories: (Please check all that apply) Page 4 of 31 pages Vendor: North American Rescue LLC 704-23 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 6 Minority Owned Business Minority Owned Business ❑ Minority Owned Business (Yes) 7 Women Owned Business Women Owned Business ❑ Women Owned Business (Yes) 8 Service -Disabled Veteran Owned Business Service -Disabled Veteran Owned Business (veteran defined by 38 U.S.C. §101(2), who has a service -connected disability as defined by 38 U.S.C. § 101(16), and who has a disability rating of 20% or more as determined by the U. S. Department of Veterans Affairs or Department of Defense) ❑ Service -Disabled Veteran Owned Business (Yes) 9 Certification Number Certification Number No response 1 U Name of Certifying Agency Certifying Agency No response 1 1 Non-MWBE/HUB My company has NOT been certified as a MWBE/HUB ❑ Non -HUB (Yes) 1 2 Vendor General Contact Information Proposal/Contract General Contact Information 1 3 Vendor Proposal/Contract Contact Name Vendor Proposal/Contract Contact Name Devon Pless 1 4 Vendor Proposal/Contract Contact E-mail Address Vendor Proposal/Contract Contact E-mail Address dpless@narescue.com 1 5 Vendor Proposal/Contract Mailing Address Vendor Proposal/Contract Mailing Address 35 Tedwall Ct. 1 6 Vendor Proposal/Contact Mailing Address - City Vendor Proposal/Contact Mailing Address - City Greer 1 7 Vendor Proposal/Contact Mailing Address - State Vendor Proposal/Contact Mailing Address - State (Abbreviate State Name) SC Page 5 of 31 pages Vendor: North American Rescue LLC 704-23 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 1 8 Vendor Proposal/Contact Mailing Address - Zip Code Vendor Proposal/Contact Mailing Address - Zip Code 29650 1 9 Vendor Proposal/Contact Phone Number Vendor Proposal/Contact Phone Number (xxx-xxx->o=) (864-675-9800) 2 U Vendor Proposal/Contact Extension Number Vendor Proposal/Contact Extension Number No response 2 1 Company Website Company Website (www.xxxxx.com) www.narescue.com 2 2 Purchase Orders Contact Information All Purchase Orders from Cooperative members will be available through the Internet. Vendors need Internet access and at least one e-mail address so that notification of new orders can be sent to the Internet contact when a new purchase order arrives. An information guide will be provided to Vendors to assist them with retrieving their orders. Please select options below for receipt of Purchase Orders and provide the requested information: . I will use the internet to receive Purchase Orders at the following address Yes 2 3 Purchase Order E-mail Address Purchase Order E-mail Address orders@narescue.com 2 4 Purchase Order Contact Name Purchase Order Contact Name Customer Service 2 5 Purchase Order Contact Phone Number Purchase Order Contact Phone Number ()=-)=-x)=) (864-675-9800) 2 6 Purchase Order Contact Extension Number Purchase Order Contact Extension Number No response 2 7 Alternate Purchase Order E-mail Address Alternate Purchase Order E-mail Address dpless@narescue.com Page 6 of 31 pages Vendor: North American Rescue LLC 704-23 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 2 8 Alternate Purchase Order Contact Name Alternate Purchase Order Contact Name Devon Pless 2 9 Alternate Purchase Order Contact Phone Number Alternate Purchase Order Contact Phone Number (xxx-xxx-xxxx) No response 3 U Alternate Purchase Order Contact Extension Number Alternate Purchase Order Contact Extension Number No response 3 1 Purchase Orders Contact Information All Purchase Orders from Cooperative members will be available through the Internet. Vendors need Internet access and at least one e-mail address so that notification of new orders can be sent to the Internet contact when a new purchase order arrives. An information guide will be provided to Vendors to assist them with retrieving their orders. Please select options below for receipt of Purchase Orders and provide the requested information: • Purchase Orders may be received by the Designated Dealer(s) identified on my company's Dealer Designation form as provided to the Cooperative administrator. I understand that my company shall remain responsible for the Contract and the performance of all Designated Dealers under and in accordance with the Contract. Yes 3 2 Request for Quotes (RFQ) Cooperative members will send RFQs to you by e-mail. Please provide e-mail addresses for the receipt of RFQs: 3 3 Request for Quote (RFQ) E-mail Address Request for Quote (RFQ) E-mail Address dpless@narescue.com 3 4 Request for Quote (RFQ) Contact Name Request for Quote (RFQ) Contact Name Devon Pless 3 5 Request for Quote (RFQ) Contact Phone Number Request for Quote (RFQ) Contact Phone Number (xxx-xxx-xxxx) (864-675-9800) 3 6 Request for Quote (RFQ) Contact Extension Number Request for Quote (RFQ) Contact Extension Number No response 3 7 Alternate Request for Quote (RFQ) E-mail Address Alternate Request for Quote (RFQ) E-mail Address info@narescue.com Page 7 of 31 pages Vendor: North American Rescue LLC 704-23 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 3 8 Alternate Request for Quote (RFQ) Contact Name Alternate Request for Quote (RFQ) Contact Name No response 3 9 Alternate Request for Quote (RFQ) Contact Phone Number Alternate Request for Quote (RFQ) Contact Phone Number (xxx-xxx-xxxx) No response 4 U Alternate Request for Quote (RFQ) Contact Extension Number Alternate Request for Quote (RFQ) Contact Extension Number No response 4 Invoices Your company will be billed monthly for the service fee due under a Contract awarded under this Proposal Invitation. All invoices are available on the BuyBoard website and e-mail notifications will be sent when they are ready to be retrieved. 4 2 Invoices Please choose only one (1) of the following options for receipt of invoices and provide the requested information: (a) Service fee invoices and related communications should be provided directly to my company at: or (b) In lieu of my company, I request and authorize all service fee invoices to be provided directly to the following billing agent: If Vendor authorizes a billing agent to receive and process service fee invoices, in accordance with the General Terms and Conditions of the Contract, Vendor specifically acknowledges and agrees that nothing in that designation shall relieve Vendor of its responsibilities and obligations under the Contract including, but not limited to, payment of all service fees under any Contract awarded Vendor. Service fee invoices and notices direct to company 4 3 Invoice Company Name Invoice Company Name North American Rescue, LLC 4 4 Invoice Company Department Name Invoice Company Department Name Accounting 4 5 Invoice Contact Name Invoice Contact Name Jamie Fields 4 6 Invoice Mailing Address Invoice Mailing Address (P.O. Box or Street Address) 35 Tedwall Ct. Page 8 of 31 pages Vendor: North American Rescue LLC 704-23 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 4 7 Invoice Mailing Address - City Invoice Mailing Address - City Greer 4 8 Invoice Mailing Address - State Invoice Mailing Address - State (Abbreviate State Name) SC 4 9 Invoice Mailing Address - Zip Code Invoice Mailing Address (Zip Code) 29650 5 U Invoice Contact Phone Number Invoice Contact Phone Number (xxx-xxx-xxxx) (864-675-9800) 5 Invoice Contact Extension Number Invoice Contact Extension Number No response 5 2 Invoice Contact Fax Number Invoice Contact Fax Number (xxx-xxx-xxxx) No response 5 3 Invoice Contact E-mail Address Invoice Contact E-mail jfields@narescue.com 5 4 Invoice Contact Alternate E-mail Address Invoice Contact Alternate E-mail Address No response 5 5 Billing Agent Company Name Billing Agent Company Name No response 5 6 Billing Agent Department Name Billing Agent Department Name No response 5 7 Billing Agent Contact Name Billing Agent Contact Name No response 5 8 Billing Agent Mailing Address Billing Agent Mailing Address (P.O. Box or Street Address) No response Page 9 of 31 pages Vendor: North American Rescue LLC 704-23 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 5 9 Billing Agent Mailing Address - City Billing Agent Mailing Address - City No response 6 U Billing Agent Mailing Address - State Billing Agent Mailing Address - State (Abbreviate State Name) No response 6 Billing Agent Mailing Address - Zip Code Billing Agent Mailing Address - Zip Code No response 6 2 Billing Agent Contact Phone Number Billing Agent Contact Phone Number (xxx-xxx-xxxx) No response 6 3 Billing Agent Contact Extension Number Billing Agent Contact Extension Number No response 6 4 Billing Agent Fax Number Billing Agent Fax Number No response 6 5 Billing Agent Contact E-mail Address Billing Agent Contact E-mail Address No response 6 6 Billing Agent Alternative E-mail Address Billing Agent Alternative E-mail Address No response 6 7 Shipping Via Common Carrier, Company Truck, Prepaid and Add to Invoice, or Other Prepaid and Add to Invoice 6 8 Payment Terms Note: Vendor payment terms must comply with the BuyBoard General Terms and Conditions and the Texas Prompt Payment Act (Texas Government Code Ch. 2251). NET 30 or prepaid/credit card 6 9 Vendor's Internal/Assigned Reference/Quote Number Vendor's Internal/Assigned Reference/Quote Number No response Page 10 of 31 pages Vendor: North American Rescue LLC 704-23 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 7 State or Attach Return Policy U Note: Only return requirements and processes will be deemed part of Vendor's return policy. Any unrelated contract terms, terms of sale, or other information not specifically related to return requirements and processes included in Vendor's return policy shall not apply to any awarded Contract unless specifically included as a deviation in the Deviation and Compliance Form and accepted by the Cooperative. Attached 7 Electronic Payments Are electronic payments acceptable to your company? Yes 7 Credit Card Payments 2 Are credit card payments acceptable to your company? Yes 7 Texas Regional Service Designation 3 Texas Regional Service Designation - Refer to Form in Proposal Invitation The Cooperative (referred to as "Texas Cooperative" in this form and in the State Service Designation form) offers vendors the opportunity to service its members throughout the entire State of Texas. If you do not plan to service all Texas Cooperative members statewide, you must indicate the specific regions you will service on this form. If you propose to serve different regions for different products or services included in your Proposal, you must complete and submit a separate Texas Regional Service Designation form for each group of products and clearly indicate the products or services to which the designation applies. By designating a region or regions, you are certifying that you are authorized and willing to provide the proposed products and services in those regions. Designating regions in which you are either unable or unwilling to provide the specified products and services shall be grounds for either rejection of your Proposal or, if awarded, termination of your Contract. Additionally, if you do not plan to service Texas Cooperative members (i.e., if you will service only states other than Texas), you must so indicate on this form. 7 Company Name 4 Company Name North American Rescue, LLC 7 Texas Regional Service Designation 5 Select only one of the following options. If you select "I will NOT serve all Regions of Texas", you must then check the individual Regions you wish to serve. All Regions 7 Region 1 6 Region 1 - Edinburg ❑ Region 1 (1) 7 Region 2 7 Region 2 - Corpus Christi ❑ Region 2 (2) 7 Region 3 8 Region 3 - Victoria ❑ Region 3 (3) Page 11 of 31 pages Vendor: North American Rescue LLC 704-23 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 7 Region 4 9 Region 4 - Houston ❑ Region 4 (4) 8 Region 5 0 Region 5 - Beaumont ❑ Region 5 (5) 8 Region 6 1 Region 6 - Huntsville ❑ Region 6 (6) 8 Region 7 2 Region 7 - Kilgore ❑ Region 7 (7) 8 Region 8 3 Region 8 - Mount Pleasant ❑ Region 8 (8) 8 Region 9 4 Region 9 - Wichita Falls ❑ Region 9 (9) 8 Region 10 5 Region 10 - Richardson ❑ Region 10 (10) 8 Region 11 6 Region 11 - Fort Worth ❑ Region 11 (11) 8 Region 12 7 Region 12 - Waco ❑ Region 12 (12) 8 Region 13 8 Region 13 - Austin ❑ Region 13 (13) 8 Region 14 9 Region 14 - Abilene ❑ Region 14 (14) 9 Region 15 0 Region 15 -San Angelo ❑ Region 15 (15) Page 12 of 31 pages Vendor: North American Rescue LLC 704-23 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 9 Region 16 1 Region 16 - Amarillo ❑ Region 16 (16) 9 Region 17 2 Region 17 - Lubbock ❑ Region 17 (17) 9 Region 18 3 Region 18 - Midland ❑ Region 18 (18) 9 Region 19 4 Region 19 - El Paso ❑ Region 19 (19) 9 Region 20 5 Region 20 - San Antonio ❑ Region 20 (20) 9 State Service Designation 6 State Service Designation - Refer to Form in Proposal Invitation. As set forth in the Proposal Invitation, it is the Cooperative's intent that other governmental entities in the United States have the opportunity to purchase goods or services awarded under the Contract, subject to applicable state law, through a piggy -back award or similar agreement through the National Purchasing Cooperative BuyBoard. If you plan to service the entire United States or only specific states, you must complete this form accordingly. (Note: If you plan to service Texas Cooperative members, be sure that you complete the Texas Regional Service Designation form.) In addition to this form, to be considered for a piggy -back award by the National Purchasing Cooperative, you must have an authorized representative sign the National Purchasing Cooperative Vendor Award Agreement that follows this form. If you serve different states for different products or services included in your Proposal, you must complete and submit a separate State Service Designation form for each group of products and clearly indicate the products or services to which the designation applies. By designating a state or states, you are certifying that you are authorized and willing to provide the proposed products and services in those states. Designating states in which you are either unable or unwilling to provide the specified products and services shall be grounds for either rejection of your Proposal or, if awarded, termination of your Contract. 9 Company Name 7 Company Name North American Rescue, LLC 9 State Service Designation 8 Select only one of the following options. If you select "I will NOT serve all States", you must then check the individual States you wish to serve. All States 9 Alabama 9 Alabama ❑ Alabama (AL) Page 13 of 31 pages Vendor: North American Rescue LLC 704-23 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 1 Alaska 0 0 Alaska ❑ Alaska (AK) 1 Arizona Arizona ❑ Arizona (AZ) 1 Arkansas 0 Arkansas ❑ Arkansas (AR) 1 California 0 3 California (Public Contract Code 20118 & 20652) ❑ California (CA) 1 Colorado 0 4 Colorado ❑ Colorado (CO) 1 Connecticut 0 Connecticut ❑ Connecticut (CT) 1 Delaware 00 Delaware ❑ Delaware (DE) 1 District of Columbia 0 7 District of Columbia ❑ District of Columbia (DC) 1 Florida 0 8 Florida ❑ Florida (FL) 1 Georgia 9 Georgia ❑ Georgia (GA) 1 Hawaii UHawaii ❑ Hawaii (HI) 1 Idaho 1 1 Idaho ❑ Idaho (ID) Page 14 of 31 pages Vendor: North American Rescue LLC 704-23 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 1 Illinois 1 2 Illinois ❑ Illinois (IL) 1 Indiana 1 Indiana ❑ Indiana (IN) 1 Iowa 4 Iowa ❑ Iowa (IA) 1 Kansas 5 Kansas ❑ Kansas (KS) 1 Kentucky 1 6 Kentucky ❑ Kentucky (KY) 1 Louisiana 1 Louisiana ❑ Louisiana (LA) 1 Maine 1 Maine ❑ Maine (ME) 1 Maryland 1 9 Maryland ❑ Maryland (MD) 1 Massachusetts 0 6 Massachusetts ❑ Massachusetts (MA) 1 Michigan 2 1 Michigan ❑ Michigan (MI) 1 Minnesota 2 Minnesota ❑ Minnesota (MN) 1 Mississippi 2 3 Mississippi ❑ Mississippi (MS) Page 15 of 31 pages Vendor: North American Rescue LLC 704-23 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 1 Missouri 2 Missouri ❑ Missouri (MO) 1 Montana 25 Montana ❑ Montana (MT) 1 Nebraska 2 6 Nebraska ❑ Nebraska (NE) 1 Nevada 2 Nevada ❑ Nevada (NV) 1 New Hampshire 2 8 New Hampshire ❑ New Hampshire (NH) 1 New Jersey 2 9 New Jersey ❑ New Jersey (NJ) 1 New Mexico 6 New Mexico ❑ New Mexico (NM) 1 New York 3 1 New York ❑ New York (NY) 1 North Carolina 3 2 North Carolina ❑ North Carolina (NC) 1 North Dakota 3 3 North Dakota ❑ North Dakota (ND) 1 Ohio 4 Ohio ❑ Ohio (OH) 1 Oklahoma 3 5 Oklahoma ❑ Oklahoma (OK) Page 16 of 31 pages Vendor: North American Rescue LLC 704-23 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 1 Oregon 6 Oregon ❑ Oregon (OR) 1 Pennsylvania 3 7 Pennsylvania ❑ Pennsylvania (PA) 1 Rhode Island 3 Rhode Island ❑ Rhode Island (RI) 1 South Carolina 3 9 South Carolina ❑ South Carolina (SC) 1 South Dakota 4 0 South Dakota ❑ South Dakota (SD) 1 Tennessee Tennessee ❑ Tennessee (TN) 1 Texas 4 Texas ❑ Texas (TX) 1 Utah 3 Utah ❑ Utah (UT) 1 Vermont 4 Vermont ❑ Vermont (VT) 1 Virginia 44 Virginia ❑ Virginia (VA) 1 Washington 4 6 Washington ❑ Washington (WA) 1 West Virginia 4 7 West Virginia ❑ West Virginia (WV) Page 17 of 31 pages Vendor: North American Rescue LLC 704-23 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 1 Wisconsin 8 Wisconsin ❑ Wisconsin (WI) 4 Wyoming 9 Wyoming ❑ Wyoming (WY) Bid Lines 1 Section I: First Aid Equipment, Products, and Supplies Discount (%) off catalog/pricelist for First Aid Equipment and Supplies. Catalog/Pricelist MUST be included or proposal will not be considered. Total: 0% Item Notes: PROPOSAL NOTE: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". BuyBoard 704-23 Price List Page 18 of 31 pages Vendor: North American Rescue LLC 704-23 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 2 Section I: First Aid Equipment. Products. and Supplies Discount (%) off catalog/pricelist for First Aid Furniture. Catalog/Pricelist MUST be included or proposal will not be considered. No Bid Item Notes: PROPOSAL NOTE: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response Page 19 of 31 pages Vendor: North American Rescue LLC 704-23 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 3 Section I: Equipment. Products, and Supplies Discount (%) off catalog/pricelist for Bleeding Control Stations. Catalog/Pricelist MUST be included or proposal will not be considered. Total: 0% Item Notes: PROPOSAL NOTE: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". BuyBoard 704-23 Price List Page 20 of 31 pages Vendor: North American Rescue LLC 704-23 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 4 Section I: Equipment. Products. and Supplies Discount (%) off catalog/pricelist for All Other First Aid, Health, and Nursing Products. Catalog/Price list MUST be included or proposal will not be considered. No Bid Item Notes: PROPOSAL NOTE: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response Page 21 of 31 pages Vendor: North American Rescue LLC 704-23 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 5 Section II: Athletic Trainer/Rehabilitation Equipment. Products, and Supplies Discount (%) off catalog/pricelist for Athletic Trainer/Rehabilitation Equipment and Supplies. Catalog/Pricelist MUST be included or proposal will not be considered. No Bid Item Notes: PROPOSAL NOTE: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response Page 22 of 31 pages Vendor: North American Rescue LLC 704-23 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 6 Section II: Athletic Trainer/Rehabilitation Equipment. Products. and Supplies Discount (%) off catalog/pricelist for Athletic Trainer/Rehabilitation Furniture. Catalog/Pricelist MUST be included or proposal will not be considered. No Bid Item Notes: PROPOSAL NOTE: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response Page 23 of 31 pages Vendor: North American Rescue LLC 704-23 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 7 Section II: Athletic Trainer/Rehabilitation Equipment. Products. and Supplies Discount (%) off catalog/pricelist for All Other Athletic Trainer/Rehabilitation Products. Catalog/Pricelist MUST be included or proposal will not be considered. No Bid Item Notes: PROPOSAL NOTE: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response Page 24 of 31 pages Vendor: North American Rescue LLC 704-23 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 8 Section III: Emergency Medical Equipment. Products. and Supplies Discount (%) off catalog/pricelist for Emergency Medical Equipment and Supplies. Catalog/Pricelist MUST be included or proposal will not be considered. Total: 0% Item Notes: PROPOSAL NOTE: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". BuyBoard 704-23 Price List Page 25 of 31 pages Vendor: North American Rescue LLC 704-23 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 9 Section III: Emergency Medical Equipment. Products. and Supplies Discount (%) off catalog/pricelist for All Other Emergency Medical Products. Catalog/Pricelist MUST be included or proposal will not be considered. Total: 0% Item Notes: PROPOSAL NOTE: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". BuyBoard 704-23 Price List Page 26 of 31 pages Vendor: North American Rescue LLC 704-23 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 1 Section IV: Pharmaceuticals and Vaccines 0 Discount (%) off catalog/pricelist for Pharmaceuticals and Vaccines. Catalog/Pricelist MUST be included or proposal will not be considered. No Bid Item Notes: PROPOSAL NOTE: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response Page 27 of 31 pages Vendor: North American Rescue LLC 704-23 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 1 Section IV: Pharmaceuticals and Vaccines 1 Discount (%) off catalog/pricelist for Intra-Venous Pharmaceutical Supplies. Catalog/Pricelist MUST be included or proposal will not be considered. No Bid Item Notes: PROPOSAL NOTE: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response Page 28 of 31 pages Vendor: North American Rescue LLC 704-23 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 1 Section IV: Pharmaceuticals and Vaccines 2 Discount (%) off catalog/pricelist for Drug Testing Kits and Supplies. Catalog/Pricelist MUST be included or proposal will not be considered. No Bid Item Notes: PROPOSAL NOTE: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response Page 29 of 31 pages Vendor: North American Rescue LLC 704-23 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 1 Section V: Audiology Equipment and Other Related Items 3 Discount (%) off catalog/pricelist for Audiology Equipment, Hearing Aids, and Other Related Items. Catalog/Pricelist MUST be included or proposal will not be considered. No Bid Item Notes: PROPOSAL NOTE: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response Page 30 of 31 pages Vendor: North American Rescue LLC 704-23 Docusiqn Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 1 Section VI: Drug/Diagnostic/Laboratory Testing Services 4 Discount (%) off catalog/pricelist for Drug and Alcohol Diagnostic Testing Services (onsite and offsite including laboratory services). Catalog/Pricelist MUST be included or proposal will not be considered. No Bid Item Notes: PROPOSAL NOTE: Vendors shall submit catalog (s)/pricelist(s) with their Proposal response or the Proposal will not be considered. Vendors shall submit catalog (s)/pricelist(s) with the Proposal in a readily available and readable electronic format, with Excel or searchable PDF preferred. No paper catalogs or manufacturer/vendor websites will be accepted. Vendors proposing multiple manufacturer product lines and/or catalog/pricelist per line item must submit the information as follows or proposal may not be considered: • Select "Add Alternate" for each additional manufacturer product line and/or catalog/pricelist proposed • Vendor's must list one specific percentage discount for each manufacturer and/or catalog/pricelist listed Item Attributes 1. State Name of Catalog/Pricelist Proposed with Discount Percentage NOTE: Do not include SKU, Reference Numbers, Websites, and/or "See Attached/Enclosed". No response 1 Section II: Installation and Repair Service 5 Hourly Labor Rate for Installation/Repair Service of First Aid, Athletic Trainer/Rehabilitation, and Emergency Medical Equipment and Products - Not to Exceed hourly labor rate for Installation/Repair Service of Equipment and Products. Quantity: 1 UOM: Hourly Labor Rate No Bid 1 Section II: Installation and Repair Service 6 Hourly Labor Rate for Installation/Repair Service of Audiology Equipment and Products - Not to Exceed hourly labor rate for Installation/Repair Service of Equipment and Products. Quantity: 1 UOM: Hourly Labor Rate No Bid Response Total: $0.00 Page 31 of 31 pages Vendor: North American Rescue LLC 704-23 Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 NORTH AMERICAN RESCUE' 23 January 2023 To whom it may concern, NAR carefully inspects all products prior to shipment, but if you receive the incorrect product or a product with a defect covered by NAR's warranty, please notify NAR customer service within 24 hours of receipt. NAR's warranty only applies to products purchased directly from NAR or an authorized distributor with proof of purchase, unless otherwise prohibited by law. The only warranty on Products are those provided by the manufacturer, if any. THE ONLY WARRANTY NAR PROVIDES TO ANY CUSTOMER IS THAT PRODUCTS ARE MERCHANTABLE; NAR DISCLAIMS ALL OTHER EXPRESS OR IMPLIED WARRANTIES. NAR EXPRESSLY DISCLAIMS LIABILITY FOR THE MANNER IN WHICH NAR'S PRODUCTS ARE USED. THE ONLY REMEDIES FOR BREACH OF WARRANTY ARE (A) REPAIR OR REPLACEMENT OF THE DEFECTIVE PRODUCT OR (B) REFUND OF THE PURCHASE PRICE. SELECTION OF THE APPROPRIATE REMEDY WILL BE IN NAR'S REASONABLE DISCRETION. TO THE MAXIMUM EXTENT PERMITTED BY APPLICABLE LAW, NAR SHALL NOT BE LIABLE FOR ANY SPECIAL, EXEMPLARY, CONSEQUENTIAL, OR SIMILAR DAMAGES; CUSTOMER'S SOLE REMEDIES ARE SET FORTH IN THIS WARRANTY. If you have any questions, please let me know. Sincerely, Mrs. Devon Pless Public Safety Sales North American Rescue, LLC Main: 864.675.9800 ext. 211 Fax: 864.675.9880 Cell: 864.704.0510 35 Tedwall Court ■ Greer, South Carolina 29650-4791 Office: (864) 675-980D ■ Fax: [864] 675-9880 • Toll Free: 1886) 689-6277 www.NARescue.com Docusign Envelope ID: 9FD2841E-5B5F-4833-BD02-DEC89D4AC764 EXHIBIT B Item Number Item Description UOM BuyBoard Price Retail 30-0001 TOURNIQUET, COMBAT APPLICATION - BLK EA $ 22.98 $ 31.99 30-0023 TOURNIQUET, COMBAT APPLICATION - ORG EA $ 22.98 $ 31.99 10-0037 DRESSING, CHEST SEAL - HYFIN (VENTED) TWIN PACK EA $ 12.08 $ 16.39 10-0042 DRESSING, CHEST SEAL- HYFIN COMPACT (VENTED) TWIN PACK EA $ 9.98 $ 13.29 30-0109 HEMOSTATIC BANDAGE, COMBAT GAUZE w' Z-FOLD - LE EA $ 34.48 $ 42.89 30-0033 TOURNIQUET, COMBAT APPLICATION - BLU (TRAINER) EA $ 22.98 $ 31.99 30-0039 HEMOSTATIC BANDAGE, COMBAT GAUZE w' Z-FOLD EA $ 34.98 $ 53.24 80-0465 KIT, INDIVIDUAL BLEEDING CONTROL- BASIC (vac) EA $ 42.68 $ 59.59 80-1031 KIT, M-FAK RESUPPLY W COMBAT GAUZE EA $ 80.48 $ 112.29 ZZ-0056 NEEDLE, DECOMPRESSION -ARS-14GAx3.25" EA $ 7.98 $ 12.99 ZZ-0298 NEEDLE, DECOMPRESSION - AIRS -10 GA x 3.25" EA $ 13.89 $ 16.57 80-0494 KIT, M-FAK BASIC - BLK EA $ 58.98 $ 82.29 80-0167 KIT, INDIVIDUAL PATROL OFFICER W WOUND PACKING EA $ 33.58 $ 46.89 35-0006 LIFEWARMER, QUANTUM BLOOD & IV FLUID INFUSION WARMER EA $ 2,399.98 $ 2,999.99 93-0035 SIMULATOR, TOMMANIKIN - BASIC EA $ 42,865.76 $ 61,236.00 80-0452 KIT, INDIVIDUAL BLEEDING CONTROL - BASIC - RED EA $ 53.98 $ 75.19 10-0015 DRESSING, CHEST SEAL -HYFIN EA $ 9.18 $ 11.09 30-0052 GAUZE, COMPRESSED - 4.5" x 4.1yd EA $ 2.08 $ 3.99 30-0069 HEMOSTATIC DRESSING, CELOXRAPID -5ftZ-Fold EA $ 33.98 $ 43.69 30-0057 TOURNIQUET HOLDER - BLK EA $ 17.48 $ 24.99 93-0040 SIMULATOR,TOMMANIKIN -GSW EA $ 46,511.36 $66,444.00 80-0168 KIT, INDIVIDUAL PATROL OFFICER - CG - COMBAT GAUZE EA $ 71.98 $ 100.29 80-0471 STATION, PABC - 8 PACK - CLEAR - BASIC (vac) EA $ 552.28 $ 770.69 80-0453 KIT, INDIVIDUAL BLEEDING CONTROL - INTERMEDIATE - RED EA $ 62.38 $ 86.99 35-0005 LIFEWARMER, QUANTUM THERMAL TRANSFUSION SET (2-Pack) EA $ 249.98 $ 325.99 80-0498 KIT, M-FAK BASIC W COMBAT GAUZE - BLK EA $ 96.88 $ 135.09 60-0002 LITTER, TALON II 90C EA $ 649.98 $ 899.99 10-0029 DRESSING, CHEST SEAL- HYFIN VENT EA $ 8.98 $ 11.99 10-0051 KIT, NEEDLE DECOMPRESSION - SPEAR EA $ 28.98 $ 41.99 93-0039 SIMULATOR, TOMMANIKIN - FEMALE EA $ 45,116.02 $ 66,444.00 80-1030 KIT, M-FAK RESUPPLY - BASIC EA $ 42.28 $ 58.99 30-0161 DRESSING, BLEEDING CONTROL- QUIKCLOT (Z-FOLD) 3" x 4yd EA $ 24.98 $ 34.99 80-0479 CASE, G7 CAT RIGID TQ BELT- BLK EA $ 28.98 $ 40.99 ZZ-0063 SHEARS, TRAUMA (LRG) - 71/4" EA $ 6.98 $ 10.99 80-0565 KIT, MCI WALK -QL - RED EA $ 1,246.88 $ 1,739.89 80-0466 KIT, INDIVIDUAL BLEEDING CONTROL- INTERMEDIATE (vac) EA $ 51.08 $ 71.29 30-0164 DRESSING, BLEEDING CONTROL- QUIKCLOT (ROLLED) 3" x 4ft EA $ 19.98 $ 24.99 10-0032 DRESSING, CHEST SEAL- HYFIN TRAINER TWIN PACK EA $ 11.08 $ 15.49 80-1213 KIT, NAR RESPONDER BALLISTIC VEST SYSTEM - BLK EA $ 1,044.98 $ 1,449.99 80-1214 KIT, NAR RESPONDER BALLISTIC VEST SYSTEM - COY EA $ 1,044.98 $ 1,449.99 80-1215 KIT, NAR RESPONDER BALLISTIC VEST SYSTEM - NVY EA $ 1,044.98 $ 1,449.99 80-1216 KIT, NAR RESPONDER BALLISTIC VEST SYSTEM - RED EA $ 1,044.98 $ 1,449.99 80-1217 KIT, NAR RESPONDER BALLISTIC VEST SYSTEM - BLK W ORG REFLECTIVE EA $ 1,086.98 $ 1,505.99 80-1218 KIT, NAR RESPONDER BALLISTIC VEST SYSTEM - BLK W YEL REFLECTIVE EA $ 1,086.98 $ 1,505.99 80-1219 KIT, NAR RESPONDER BALLISTIC VEST SYSTEM - COY W ORG REFLECTIVE EA $ 1,086.98 $ 1,505.99 80-1220 KIT, NAR RESPONDER BALLISTIC VEST SYSTEM - COYw' YEL REFLECTIVE EA $ 1,086.98 $ 1,505.99 80-1221 KIT, NAR RESPONDER BALLISTIC VEST SYSTEM - NVY W YEL REFLECTIVE EA $ 1,086.98 $ 1,505.99 80-1222 KIT, NAR RESPONDER BALLISTIC VEST SYSTEM - RED W ORG REFLECTIVE EA $ 1,086.98 $ 1,505.99 80-1223 KIT, NAR RESPONDER BALLISTIC VEST SYSTEM - RED W YEL REFLECTIVE EA $ 1,086.98 $ 1,505.99 70-0428 ARMOR, LEVEL III+ UHMWPE PLATE - STAND ALONE, 10" x 12", MULTI CURVE - SHOOTER CUT EA $ 315.98 $ 455.99 70-0081 HELMET, BATLSKIN VIPER A5 w' MSS - FULL CUT - BLK - SIZE SML EA $ 549.98 $ 637.99 70-0082 HELMET, BATLSKIN VIPER A5 w' MSS - FULL CUT - BLK - SIZE MED EA $ 549.98 $ 637.99 70-0083 HELMET, BATLSKIN VIPER A5 w' MSS - FULL CUT - BLK - SIZE LGE EA $ 549.98 $ 637.99 70-0084 1 HELMET, BATLSKIN VIPER A5 w' MSS - FULL CUT - BLK - SIZE XLG JEA 1 $ 549.98 $ 637.99 84-0019 1 KIT, PERSONAL STOP THE BLEED - ENHANCED - TEXAS HB496COMPLIANT -ACS JEA 1 $ 75.00 $ 80.00