Loading...
HomeMy WebLinkAboutContract 63265CSC No. 63265 FORT WORTH CITY OF FORT WORTH PURCHASE AGREEMENT BASED UPON AN INTERLOCAL AGREEMENT BETWEEN THE CITY OF FORT WORTH AND THE CITY OF MIDLOTHIAN WHEREAS, Section 271.102 of the Texas Local Government Code allows Local Governments to pursue mutually beneficial and cooperative purchasing programs; and WHEREAS, pursuant to Subchapter F, Chapter 271 of the Texas Local Government Code, the City of Fort Worth ("City"), a Texas home -rule municipality, and the City of Midlothian have entered into an Interlocal Cooperative Purchasing Agreement on October 5, 2009, which provides that when one of the Local Government Entities enters into a contract with a Vendor for goods and services, the other Local Government is able to enter into a Purchase Agreement with the Vendor under the same terms and conditions offered to the Original Local Government Entity so long as the Vendor is agreeable (Copy Attached as Exhibit "A"); and WHEREAS, Bound Tree Medical, LLC ("Vendor") responded to BID NO.2020-28 for EMS Fire Dept. Medical Supplies issued by the City of Midlothian, agreeing to allow other Local Governmental Entities to enter into a Purchase Agreement with Vendor under the same terms and conditions as those contained in BID NO.2020-28 (Copy attached as Exhibit "B"). NOW THEREFORE, City and Vendor, each of which will individually be referred to as a "Party" and collectively as the "Parties," enter into this Purchase Agreement. The Parties agree that any references to the City of Midlothian in Exhibit "B" shall be construed as the City of Fort Worth for the purposes of this Agreement and all rights, benefits, duties, and obligations shall inure to the City as if the contract in Exhibit `B" were originally executed between the City and Vendor. The Agreement includes the following documents which shall be construed in the order of precedence in which they are listed: 1. Exhibit A — Interlocal Agreement between the City of Fort Worth and the City of Midlothian; 2. Exhibit B — Agreement between The City of Midlothian and Vendor for BID NO. 2020-28 for EMS Fire Dept. Medical Supplies; 3. Exhibit C — Vendor's Pricing; and 4. Exhibit D - Conflict of Interest Questionnaire. Exhibits A, B, C and D which are attached hereto and incorporated herein, are made a part of this Agreement for all purposes. Vendor agrees to provide City with the services and goods included in Exhibit "B" pursuant to the terms and conditions of this Cooperative Purchase Agreement, including all exhibits OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX thereto. In the event of a conflict between Exhibit `B" and this Agreement or Exhibit "A", then this Agreement and Exhibit "A" shall control. City shall pay Vendor in accordance with the fee schedule in Exhibit "C" and in accordance with the provisions of this Agreement. Total annual payment made under this Agreement by City shall be in an amount up to three million dollars ($3,000,000.00). Vendor shall not provide any additional items or services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City shall not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. The term of this Agreement is effective beginning on the date signed by the Assistant City Manager ("Effective Date") and expires December 31, 2025 with no options to renew. Vendor agrees that City shall, until the expiration of three (3) years after final payment under this Agreement, or the final conclusion of any audit commenced during the said three years, have access to and the right to examine at reasonable times any directly pertinent documents and records of Vendor involving transactions relating to this Agreement. Vendor agrees that City shall have access during normal working hours to all necessary Vendor facilities subject to Vendor's reasonable rules and regulations while at Vendor's facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Vendor reasonable advance notice of intended audits, and all such audits shall be conducted on regular business days during Vendor's regular business hours in a manner that will not unreasonably interfere with Vendor's operations at its facilities. City's auditors shall present proper credentials to the manager of Vendor's facility at the time that they are admitted to such. This Agreement shall be construed in accordance with the laws of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought pursuant to this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have been delivered when (1) hand -delivered to the other party, its agents, employees, servants or representatives or (2) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: To CITY: To VENDOR: City of Fort Worth Bound Tree Medical, LLC Attn: Assistant City Manager Attn: Brian LaDuke/Greg Wolf I00 Fort Worth Trail 5000 Tuttle Crossing Blvd. Fort Worth, TX 76102 Dublin, OH 43016 greg.wolf@boundtree.com With copy to Fort Worth City Attorney's Office at same address City is a government entity under the laws of the State of Texas and all documents held or maintained by City are subject to disclosure under the Texas Public Information Act. To the extent the Agreement requires that City maintain records in violation of the Act, City hereby objects to such provisions and such provisions are hereby deleted from the Agreement and shall have no force or effect. In the event there is a request for information marked Confidential or Proprietary, City shall promptly notify Vendor. It will be the responsibility of Vendor to submit reasons objecting to disclosure. A determination on whether such reasons are sufficient will not be decided by City, but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction. The Agreement and the rights and obligations of the parties hereto shall be governed by, and construed in accordance with the laws of the United States and state of Texas, exclusive of conflicts of law provisions. Venue for any suit brought under the Agreement shall be in a court of competent jurisdiction in Tarrant County, Texas. To the extent the Agreement is required to be governed by any state law other than Texas or venue in Tarrant County, City objects to such terms and any such terms are hereby deleted from the Agreement and shall have no force or effect. Nothing herein constitutes a waiver of City's sovereign immunity. To the extent the Agreement requires City to waive its rights or immunities as a government entity; such provisions are hereby deleted and shall have no force or effect. To the extent the Agreement, in any way, limits the liability of Vendor or requires City to indemnify or hold Vendor or any third party harmless from damages of any kind or character, City objects to these terms and any such terms are hereby deleted from the Agreement and shall have no force or effect. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company 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. The terms "boycott Israel" and "company" has the meanings ascribed to those terms in Chapter 2271 of the Texas Government Code. By signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the Agreement. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the Vendor that it: (1) does not boycott energy companies; and (2) wiIl not boycott energy companies during the term of this Agreement. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the Vendor that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) wilI not discriminate during the term of the contract against a firearm entity or firearm trade association. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. [SIGNATURES FOLLOW1 The undersigned represents and warrants that he or she has the power and authority to execute this Agreement and bind the respective Vendor. CITY OF FORT WORTH: / CONTRACT COMPLIANCE MANAGER: (� By signing I acknowledge that I am the person By: William Johnson (MA y 13, 2025 10:51 CDT) responsible for the monitoring and administration of Name: William Johnson this contract, including ensuring all performance and Title: Assistant City Manager reporting requirements. Date: 05/13/2025 APPROVAL RECOMMENDED: By: James Davis (May 13, 2025 08:57 CDT) Name: Jim Davis Title: Fire Chief �n pO� pORT�YAA >= p°a ATTEST: adan nEo 6564p }Q � By: Name: Jannette S. Goodall Title: City Secretary VENDOR: BOUND TREE D A C By: i �7 Name: C.ragAM&W= Corey ase Title: -Reeeidwrtp- Chief Marketing Officer Date: 05/12/2025 By: 4�1 Name: Brenda Ray Title: Purchasing Manger APPROVED AS TO FORM AND LEGALITY: By: Name: Taylor C. Paris Title: Sr. Assistant City Attorney CONTRACT AUTHORIZATION: M&C: 25-0332 Date Approved: 4/22/2025 Form 1295 Certification No.: 2025-1260463 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Exhibit A Agreement between the City of Fort Worth and the City of Midlothian City of Fort Worth & Midlothian Cooperative Purchasing Agreement FORT WORTH CITY SECRETARY CONTRACT NO. __,��q COOPERATIVE PURCHASING AGREEMENT This Cooperative Purchasing Agreement ("Agreement") is made and entered into as of the date written below between the City of Midlothian, Texas ("Midlothian"} and the City of Fort Worth, Texas. WHEREAS, both lM'dlothian and the City of Fort Worth have each determined a need for a cooperative agreement to purchase like goods and services to avoid duplicate procurement efforts and obtain the benefits of volume purchasing; and WHEREAS, Midlothian and the City of Fort Worth are authorized by Section 271.102 of the Local Government Code to pursue mutually beneficial and cooperative purchasing programs. NOW, THEREFORE, for and in consideration of the mutual obligations and benefits contained herein, Midlothian and City of Fort Worth agree as follows: SECTION 1. The purpose of this Agreement is to provide Midlothian and the City of Fort Worth with additional purchasing options by satisfying the provisions of Section 271.102 of the Local Government Code. SECTION 2. The parties agree that each of the parties shall respectively designate a person to act under the direction of, and on behalf of, the designating party (the "Designated Representative"). SECTION 3. At the request of the other party, a party that enters into a contract with a vendor for goods or services (the "First Purchasing Party") shall attempt to obtain the vendor's agreement to offer those goods and services to the other party (the "Second Purchasing Party") for the same price and on the same terms and conditions as have been offered to the First Purchasing Party. If the vendor so agrees, and if the Second Purchasing Party is agreeable to such terms and conditions, the Second Purchasing Party may enter into its own separate contract with the vendor for the purchase of such goods or services. SECTION 4. Unless otherwise agreed between the Designated Representatives, payments for a purchase made by the Second Purchasing Party shall be paid directly to the vendor and not to the First Purchasing Party. The Second Purchasing Party shall have the responsibility of determining whether the vendor has complied with any provisions in its contract with the vendor, including but not limited to those relating to the quality of items and terms of delivery, and shall be responsible for enforcement of its contract against the vendor, including all cost of enforcement. SECTION 5. This Agreement will be subject to all applicable federal, state and local laws, ordinances, rules and regulations. Page 1 of 3 City of Fort Worth & Midlothian Cooperative Purchasing Agreement SECTION 6. This Agreement may be terminated by either party, without cause or penalty, upon not less than thirty days written notice to the other party. SECTION 7. The parties acknowledge that each party and, if it so chooses, its counsel have reviewed and revised this Agreement and that the nonnal rule of construction to the effect that any ambiguities are to be resolved against the drafting party must not be employed in the interpretation of this Agreement or any amendments or exhibits hereto. SECTION S. If any action, whether rest or asserted, at law or in equity, arises on the basis of any provision of this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas — Fort Worth Division. This Agreement shall be construed in accordance with the laws of the State of Texas. SECTION 9. If any term or provision of this Agreement is held to be illegal, invalid or unenforceable, the legality, validity or enforceability of the remaining terms or provisions of this Agreement shall not be affected thereby, and in lieu of each such illegal, invalid or unenforceable term or provision, the parties shall endeavor to agree to a legal, valid or enforceable term or provision as similar as possible to the term or provision declared illegal, invalid or unenforceable. SECTION lb. Execution of this Agreement does not obligate Midlothian or the City of Fort Worth to make any purchase, to pay any membership fee or to otherwise or in any manner incur any cost or obligation. SECTION 11. This Agreement may be executed in multiple counterparts, each of which shall be deemed an original, and all of which shall constitute but one and the same instrument. SECTION 12. The undersigned officers and/or agents are properly authorized to execute this Agreement on behalf of the parties hereto and each party hereby certifies to the other that any necessary actions extending such authority have been duly passed and are now in full force and effect. SECTION 13. All notices, requests, demands, and other communications which are required or permitted to be given under this Agreement shall be in writing and shall be deemed to have been duly given upon the delivery or receipt thereof, as the case may be, if delivered personally or sent by registered or certified mail, return receipt requested, postage prepaid, to the respective city representative set out below, or his/her designee. Page 2 of 3 City of Fort Worth & Midlothian Cooperative Purchasing Agreement -t�\ EXECUTED this __5 f day of 0 , 2009. CITY OF FORT WORTH City of Midlothian 1000 Throckmorton Street 104 West Avenue E Fort Worth, Texas 76102 Midlothi By arey: T�n L. Montgomery ol � Title: Assistant City Manager APPROVED AS TO FORM ANDEGALITY: -- 0?6)61 i Assistant bity Attomey Contract Authorixatsan �tS ity Secretary Date Page 3 of 3 astings, City Manager iey tie J) "'r2LO �. { 9 --ro ti 7r MiQt.0 r- (f16nl c r^ A-r-mi14/e r f � Date Exhibit B Agreement between The City of Midlothian and Vendor for BID NO.2020-28 for EMS Fire Dept. Medical Supplies STATE OF TEXAS § § AGREEMENT FOR EMS FIRE DEPT MEDICAL SUPPLIES COUNTY OF ELLIS S This Agreement for EMS Fire Dept. Medical Supplies ("Agreement") is made by and between the City of Midlothian, Texas ("City") and Bound Tree Medical, LLC ("Supplier") (each a "Party" and collectively the "Parties"), acting by and through their authorized representatives. RECITALS: WHEREAS, City desires to engage the services of Contractor as an independent contractor and not as an employee in accordance with the terms and conditions set forth in this Agreement; and WHEREAS, Contractor desires to render manufacturing and delivery services for the purchase of various medical supplies to support the fire department in emergency calls, as more fully described in Exhibit "A" and Exhibit "B" attached hereto and made a part herein by reference (the "Services"), and in accordance with the terms and conditions set forth in this Agreement; NOW THEREFORE, in exchange For the mutual covenants set forth herein and other valuable consideration, the sufficiency and receipt of which are hereby acknowledged, the Parties agree as follows: Article I Term The Term of this Agreement shall commence upon Contractor's receipt of the City's Notice to Proceed, and shall continue until completion of the Services, unless sooner terminated as provided here. Article II Contract Documents 2.1. This Agreement consists of the following items: (a) This Agreement; (b) City's Request for Bid Solicitation for Purchase of a 2020-28 EMS Fire Dept. Medical Supplies RFP ("City's Bid") (attached as Exhibit "A"); and (c) Supplier's Response to City's Bid (attached as Exhibit "B"). Ci y or Modlodrmn and aound Trec Mcd ical, LLC rage 1 Agreemenr ror EMS Fire pep[. Medical Supplies 2.2 In the event there exists a conflict in interpretation, the documents shall control in the order listed above. These documents shall be referred to collectively as "Contract Documents." Article III Scope of .ServIees The Parties agree that Contractor shall perform the Services specifically set forth under Exhibit "A" and Exhibit "H" attached hereto and incorporated herein by reference. Article IV Compensation 4. i City shall compensate Contractor in the total amount as set forth in Exhibit "S". 4.2 City shall pay Contractor within thirty (30) days after receiving an invoice for the Services. Contractor must submit a proper invoice with no errors or discrepancies and that all Services noted on the invoice has been completed. Any errors, discrepancies or the invoicing of Services not completed may result in a delay in payment. 4.3 Contractor shall be responsible for all expenses related to the Services provided pursuant to this Agreement including, but not limited to, travel, copying and facsimile charges, reproduction charges, and telephone, internet and e-mail charges. Article V Devotion of Time; Personnel; and Equipment 5.1 Contractor shall devote such time as reasonably necessary for the satisfactory performance of the Services under this Agreement. Should City require additional services not included under this Agreement, Contractor shall make reasonable efforts to provide such additional services at mutually agreed charges or rates, and within the time schedule prescribed by City, and without decreasing the effectiveness of the performance of Services required under this Agreement. 5.2 To the extent reasonably necessary for Contractor to perform the Services under this Agreement, Contractor shall be authorized to engage the services of any agents, assistants, persons, or corporations that Contractor may deem proper to aid or assist in the performance of the Services under this Agreement. The cost of such personnel and assistance shall be borne exclusively by Contractor. Article VI Suspension of Work The City shall have the right to immediately suspend work by Contractor if the City determines in its sole discretion that Contractor has, or will fail to perform, in accordance with City of Midlaftm and Hound Tree Mcdocat. LLC Poge 2 Agrccmmi. for GMS fire Dqu Medical Supplies this Agreement. In such event, any payments due Company shall be suspended until Contractor has taken satisfactory corrective action. Article VII Availability of Funds If monies are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal period, this Agreement shall be canceled and Contractor may only be reimbursed for the Services performed and goods delivered up to the effective date of the cancellation. Article VIII Insurance Contractor shall provide and maintain for the duration of this Agreement, and for the benefit of the City (naming the City and its officers, agents and employees as additional insureds), insurance coverage in full force and effect as set forth in Exhibit "A". Article IX Termination 9.1 Termination for Cause. City may terminate this Agreement, with or without cause, by giving Contractor thirty (30) days prior written notice. Upon receipt of a notice of termination, Contractor shall promptly cease placing orders and all Further work: pursuant to the Agreement, with such exceptions, if any, specified in the notice of termination. City shall pay Contractor, to the extent funds are appropriated or otherwise legally available for such purposes, for all goods delivered and services performed and obligations incurred prior to the date of termination in accordance with the terms hereof. 9.2 Termination for Default. City reserves the right to terminate this Agreement without prior notice in the event Contractor defaults or breaches any of the terms and conditions of the Agreement, or otherwise fails to perform in accordance with the bid specifications. In the event of termination, City reserves the right to complete the work or services in any manner it deems desirable, including engaging the services of other parties therefore and/or awarding the bid to the next lowest responsible respondent. Any such act by the City shall not be deemed a waiver of any other right or remedy of the City. If, after exercising any such remedy, the cost to City of the performance of the balance of the work or services is in excess of that part of the Agreement sum, which has not therefore been paid to Contractor hereunder, Contractor shall be liable for and shall reimburse the City for such excess. Article X Indemnification 10.1 CONTRACTOR AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY, ITS OFFICERS, AGENTS AND EMPLOYEES, BOTH PAST AND City or MtdWa an and Bound Trec Medicul, LLC Agreement for EMS Fire Dept Medical Supplies PRESENT, FROM AND AGAINST LIABILITY FOR ANY AND ALL CLAIMS, LIENS, SUITS, DEMANDS, AND ACTIONS FOR DAMAGES, INJURIES TO PERSONS (INCLUDING DEATH), PROPERTY DAMAGE (INCLUDING LOSS OF USE), AND EXPENSES, (INCLUDING COURT COSTS, ATTORNEYS' FEES AND OTHER REASONABLE COSTS OF LITIGATION) ARISING OUT OF OR RESULTING FROM CONTRACTOR'S WORK AND ACTIVITIES CONDUCTED IN CONNECTION WITH OR INCIDENTAL TO THIS CONTRACT AND FROM ANY LIABILITY ARISING OUT OF OR RESULTING FROM INTENTIONAL ACTS OR NEGLIGENCE OF THE CONTRACTOR, INCLUDING ALL SUCH CAUSES OF ACTION BASED UPON COMMON, CONSTITUTIONAL, OR STATUTORY LAW, OR BASED IN WHOLE OR IN PART UPON THE NEGLIGENT OR INTENTIONAL ACTS OR OMISSIONS OF CONTRACTOR, INCLUDING BUT NOT LIMITED TO ITS OFFICERS, AGENTS, EMPLOYEES, SUBCONTRACTORS, LICENSEES, INVITEES, AND OTHER PERSONS. 10.2 IT IS THE EXPRESS INTENTION OF THE PARTIES HERETO, BOTH THE CITY AND THE CONTRACTOR, THAT THE INDEMNITY PROVIDED FOR IN THIS AGREEMENT INDEMNIFIES AND PROTECTS THE CITY FROM THE CONSEQUENCES OF THE CONTRACTOR'S OWN NEGLIGENCE. 10.3 CONTRACTOR FURTHER AGREES THAT IT SHALL AT ALL TIMES EXERCISE REASONABLE PRECAUTIONS ON BEHALF OF, AND BE SOLELY RESPONSIBLE FOR, THE SAFETY OF ITS OFFICERS, AGENTS, EMPLOYEES, SUBCONTRACTORS, LICENSEES, INVITEES, AND OTHER PERSONS, AS WELL AS THEIR PROPERTY, WHILE IN THE VICINITY WHERE THE WORD IS BEING DONE. IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT CITY SHALL NOT BE LIABLE OR RESPONSIBLE FOR THE NEGLIGENCE OR OTHER FAULT OF THE CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES, SUBCONTRACTORS, LICENSEES, INVITEES, OR OTHER PERSONS ASSOCIATED WITH THE CONTRACTOR 1 ❑A CONTRACTOR AGREES TO INDEMNIFY AND SAVE TIME CITY HARMLESS FROM ALL CLAIMS GROWING OUT OF ANY DEMANDS OF SUBCONTRACTORS, LABORERS, WORKERS, MECHANICS, MATERIALMEN, AND FURNISHERS OF SUPPLIES, EQUIPMENT, FINANCING OR ANY OTHER GOODS OR SERVICES, TANGIBLE OR INTANGIBLE. WHEN THE CITY SO DESIRES, THE CONTRACTOR SHALL FURNISH SATISFACTORY EVIDENCE THAT ALL OBLIGATIONS OF THE NATURE HEREINABOVE DESIGNATED HAVE BEEN PAID, DISCHARGED OR WAIVED. City of Midlothian oral RourA Tree Medical, LLC Pugc 4 Agrmment for EMS Fire Dept Medical Supplies Article XI Miscellaneous 11.1 Entire Asreement. This Agreement constitutes the sole and only agreement between the Parties and supersedes any prior understandings written or oral agreements between the Parties with respect to this subject matter. 11.2 Assienment. Contractor may not assign this Agreement in whole or in part without the prior written consent of the City. In the event of an assignment by Contractor to which the City has consented, the assignee shall agree in writing witli the City to personally assume, perform, and be bound by all the covenants, and obligations contained in this Agreement. 11.3 Successors and Assie_ns. Subject to the provisions regarding assignment, this Agreement shall be binding on and inure to the benefit of the Parties to it and their respective heirs, executors, administrators, legal representatives, successors and assigns. 11.4 Governinu Law. The laws of the State of Texas shall govern this Agreement; and venue for any action concerning this Agreement shall be in Ellis County, Texas. The Parties agree to submit to the persona] and subject matter jurisdiction of said Court. 11.5 Amendments, This Agreement may be amended by the mutual written agreement of the Parties. 11.6 Severabilitv. In the event any one or more of the provisions contained in this Agreement shall for any reason be field to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality or unenforceability shall not affect any other provisions, and the Agreement shall be construed as if such invalid, illegal, or unenforceable provision had never been contained in it. 11.7 lnder)endent Contractor. It is understood and agreed by and between the Parties that Contractor, in satisfying the conditions of this Agreement, is acting independently, and that the City assumes no responsibility or liabilities to any third party in connection with these actions. Al] services to be performed by Contractor pursuant to this Agreement shall be in the capacity of an independent contractor, and not as an agent or employee of the City. Contractor shall supervise the performance of its services and shall be entitled to control the manner and means by which its services are to be performed, subject to the terms of this Agreement. 11.8 Notice. Any notice required or permitted to be delivered hereunder may be sent by first class mail, overnight courier or by confirmed teIefax or facsimile to the address specified below, or to such other party or address as either party may designate in writing, and shall be deemed received three (3) days after delivery set forth herein: City of Midlothian and Bound Tree Medical, LLC I'uge 5 Agreement for EMS Firr Dept Medical Supplies If intended for City, to: City of Midlothian, Texas Attn. Chris Dick City Manager 104 West Avenue E Midlothian, Texas 76065 Phone: 972-775-3481 If intended for Supplier: With a copy to: Joseph J. Gorfida, Jr. Nichols, Jackson, Dillard, I•lager & Smith, L.L.P. 1800 Ross Tower 500 North Akard Dallas, Texas 75201 Phone: (214) 963-9900 Bound Tree Medical, LLC Attn: Brian LaDuke, President, Emergency Preparedness 5000 Tuttle Crossing Blvd Dublin, OH 43016 Phone: (800) 533-0523 11.9 Counterparts. This Agreement may be executed by the Parties hereto in separate counlerparts, each of which when so executed and delivered shall be an original, but all such counterparts sliall together constitute one and the same instrument. Each counterpart may consist of any number of copies hereof each signed by less than all, but together signed by all of the Parties hereto. 11.10 Exhibits. The exhibits attached hereto are incorporated herein and made a part hereof for all purposes. I Ll I Audits and Records. Contractor agrees that during the term hereof, the City and its representatives may, during normal business hours and as often as deemed necessary, inspect:, audit, examine and reproduce any and all of Contractor's records relating to the services provided pursuant to this Agreement for a period of one year following the date of completion of services as determined by City or date of termination ifsooner. 11.12 Conflicts ❑f Interests. Contractor represents that no official or employee of City has any direct or indirect pecuniary interest in this Agreement. 11.13 COmnliance with Federal. State & Local Laws. Contractor shall comply in performance of services under the terms of this Agreement with all applicable laws, ordinances and regulations, judicial decrees or administrative orders, ordinances, and codes of federal, state and local governments, including all applicable federal clauses. 11.14 Force Maicure. No Party will be liable for any default or delay in the performance of its obligations under this Agreement if and to the extent such default or delay is caused, directly or indirectly, by fire, flood, earthquake, elements of nature or acts of God, riots, civil disorders, acts of terrorism or any similar cause beyond the reasonable control of such party, provided that the non -performing party is without fault in causing such default or delay. City of M idlothion and Sound Tree Mrdi cal. LLC Pagc 5 Agreement for EMS Fire Dept Medical 5upplins The non -performing Party agrees to use commercially reasonable efforts to recommence performance as soon as possible. I I.15 Prohibition of Bovcott Israel. Contractor verifies that it does not Boycott Israel, and agrees that during the term of this Agreement will not Boycott Israel as that term is defined in Texas Government Code Section 808.001, as amended. (signature page to fallow) City of Midlothian and Bound Tree Medical, LLC Page 7 Agrumcm for EMS Fire Reps Medical Supplies EXECUTED this day of Edam b&' , 2020 City of Midlothian, Texas Chris Dick, City iG[ ger ,tip' [',1'T Y OA+'�i, Approved as to form: B�+ = co Jos pJJGo dXJr.,LC,ty Atta y rN rnN '►rlrlll,,,►►� EXECUTED this 1 4 day of Febrva ml 1202(. Bound Tree Medical, LLC By: �-"►,.. P Name: ,S'hA" V S'wyrrfr Title: G FQ City of Mndiothton and pound Tree Medical, LLC page 8 Agreement rbr EMS Fire Dept Medical Supplies EXHIBIT "A" City's Sid City of Midlothian and Hound 7rec Medical, LLC Ne 4 Agreement for EMS Fire Reps Medical Supplies AM mIdlothlah CITY OF MIDLOTHIAN 0FW's 5tatlthem 51ar INVITATION TO BID BID# 2020-28 EMS Fire Dept. Medical Supplies The City of Midlothian is now accepting sealed bids for Medical Supplies for the City of Midlothian Fire Department. Forms furnished by the City of Midlothian may be obtained without deposit by downloading from: City of Midlothian Website at www.midlothian.tx.us Purchasing Department All scaled bids shall be submitted including one marked original, one (1) duplicate on the original forms and one (1) electronic copy clearly marked with bid number and description. Bids sent via courier must be scaled in a separate envelope inside of the mailer. Bids cannot be received by email at this time. Bids will be received at the City of Midlothian, Purchasing Office, 104 W Avenue E, Midlothian, TX 76065 until 11:00 a.m. Wednesday, November 18, 2020. No late bids will be considered. The bids will be publicly opened after the closing on the said date. The City of Midlothian reserves the right to reject any and all proposals, to waive irregularities, and to accept the bid(s) deemed to provide the best value for the City. The City reserves the right to award the contract to a single contractor or to split the contract between contractors if it is deemed this will be the best value for the City. All inquiries about this bid or specifications must be made to Cheryl Allison, Purchasing Agent at chervl.allisonemidlothian.tx.us prior to Monday, November 16, 2020 at 11:00 AM. PUBLISHED: 10-29-20 1 i -05-20 _ Bidder Must bill In & Sign Ni id 1o# h i a n Name of Firm, Company OFW s Southem Star Agent's Name Agent's Title RIO TITLE: N.ms viRF. Dt vr. M F:DICAI, .%UPPI,IES BID NUMBER: 2020-28 PRE -BID MEETING: NIA Mailing Address 1111) OPENING mvrE. Wednesday, November 18, 2020 @ 11:00 AM city State Zip LATF IBU)S W rLL NOT BE CON%TDF.RFD. 'I'elephnne BIDDER AGREES TO COMPLY WITH ALL CONDITIONS BELOW, A1TACRED SPLC1FICATIONS, AND NMS. BIDDER I1AS READ AND AGREES TO COMPLY WITH ALL TERMS AND CONDITIONS OF INVITNUON TO 8107 PURCHASES MADE FOR CITY USE ARE. Email address: EXEMPT FROM THE STATE SALES TAX AND FEDERAL EXCISE TAX. DO NOT INCA,001: TAXES IN YOUR BID- f3II)I)I:It GUARANTEES PRODUCT OFFERED SHALL MEET OR EXCEED MINIMUM SPECIFICATION IDENTIFIED IN THIS INVITATION TO RID AUTHORIZED SIGNATURE All participating cities will provide a list of authorized persons and authorized delivery destinations. The City of Midlothian is desirous of the following. Please specify if your firm can provide the following. YES NO (1) Ability to order from a template over the internet? (2) Secure on-line ordering? (3) Vendors web site offers real-time indicators of product availability. (4) Local sale.. representation within 100 miles? (5) Sales representative has an EMS background, clinical experience, and familiarity with pre -hospital medicine? (6) Sales representative is able to provide training for products offered? (7) Sales representative must be available for routine visits? (S) Ability to requisition to a central purchaser via internet? (9) Ability to track product usage and cost fir each requisitioning agency? (10) Ability to ship to multiple delivery destinations? (11) Ability to dcliver within 48 hours with no additional charges? (12) Ability to track up to 24 months of purchase history (monthly)'? (13) Can additional cities purchase "of f'this contract? (14) Ability to produce quarterly consumption reports? (15) Local warehouse (within 50 miles of Midlothian)? (ld) Ability to pick up ordered supplies at a regional warehouse? (17) Multiple distribution centers through the country? (18) Please include your RUSH Carder policy in your bid. Winnina Vendor: Most provide one (1) yearly product review meeting. Meeting location and date will be decided upon between the City of Midlothian and the winning vendor. Blll SHEET F01.TND FOLLOWING S[''OPF, OF WORK "By ale signatiue hereon of )XtA the hi CULT hereby certifies that neither the hidder nor the firm corporation, partriership, or institution represented by the bidder, or anyone acting for such firm, corporation, or institution has violated the antitrust laws of the State, codified in Section 15.01, ct seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor conurounicated directly or indirectly the bid made to any competitor ar any other person eng"ed in such line of business." TERMS AND CONDITIONS 1. The City of Midlothian will accept sealed bids Monday through Friday, 8:00 a.m. — 5:00 p.m. Bids must be received before the specified hour and date of the opening. Bids will be publicly opened and read aloud 2. All sealed bids should be submitted on the original forms provided. Each bid must be sealed and should be placed in a properly identified envelope with bid number, time and date of bid opening. 3 Late bids will be UNOPENED Late bids will not be considered under any circumstances. 4. Bids CANNOT be altered or amended after opening time. Any alterations made before opening time must be initialed by bidder or his authorized agent. No bid may be withdrawn after opening without approval, and based on a written acceptable reason. 5 The City of Midlothian reserves the right to revise or amend the specifications prior to date set for opening bids Such revisions or amendments, if any, will be announced by amendments or addendum to these specifications. Copies of such amendments or addendum so issued will be famished to all prospective bidders by City website. If bidder demonstrates lust reason for a change, the City of Midlothian must have at least five working days' notice prior to bid opening date. 6 Should bidder find discrepancies in or omissions from the specifications or other documents or be in doubt as to their meaning, bidder should at once notify the Purchasing Department and obtain clarification prior to submitting a bid. 7. QUOTE F.O.B. destination. Price should include all costs including shipping, handling, and other related costs. Bid unit price on quantity specified — extend and show total. In case of errors in extension, UNIT prices shall govern. Bids subject to unlimited price increases will not be considered 8 Bid offered shall be valid for ninety (90) days from opening date. 9. The City of Midlothian is exempt from taxes. DO NOT INCLUDE TAX IN BID. 10 The City of Midlothian reserves the right to terminate this contract for any reason by notifying the Contractor/Supplier in writing thirty (30) days prior to the termination of this agreement. 11. Bidder MUST give full firm name and address. Person signing bid should show TITLE or AUTHORITY TO BIND HIS FIRM IN A CONTRACT Authorized signature should appear on each page of the bid, in the space provided. 12 Any catalog, brand name or manufacturer's reference used in bid invitation is descriptive — NOT restrictive — it is to indicate type and quality desired. Bids on brands of like nature and quality will be considered. If bidding on other than reference specifications, bidder must show manufacturer, brand or trade name, lot number, etc., of article offered If other than brand(s) specified is offered, illustrations and complete description should be made part of the bid. Ifbidder takes no exceptions to specifications or reference data, he will be required to furnish brand names, numbers, etc., as specified. All items bid shall be new, in first class condition and manufacturer's latest model and design including containers suitable for shipment and storage, unless otherwise indicated in bid invitation. Verbal agreements to the contrary will not be recognized. 13. If the brochure or information included with your bid does not exactly describe the item to be furnished, then notes in the attached form, "EXCEPTIONS TO BIDDER'S PROPOSAL," must explain the difference. Comments in this form signify that your proposal takes exception to the stated specifications Exceptions taken maybe just cause to disqualify bid 14. NO substitutions or cancellations permitted without written approval of the City of Midlothian. 15 All bidders must meet or exceed the minimum specifications to be considered as a valid bid. The City of Midlothian reserves the right to accept or reject all or any part of any bid, waive minor technicalities and award the bid either to the lowest responsible bidder or to the bidder who provides goods or services at the best value for the City of Midlothian. The City reserves the right to select one contractor or to split by North and South regions to two contractors. 16. DELIVERY Specifications indicate number of days required to place material in receiving department designated location under normal conditions. A difference in delivery promise may break a he bid. Unrealistically short or long delivery promises may cause bid to be disregarded Consistent failure to meet delivery promises without valid reason may cause removal from bid list Delivery shall be made during normal working hours only, 8:00 a m. to 5:00 p in. unless prior approval for late delivery has been obtained 17. Consistent and continued tie bidding could cause rejection of bids by the City of Midlothian and/or investigation for Ant -Trust violations. 18 If a bid contains proprietary information, the Bidder must declare such information as proprietary if Bidder does not want information to become public 19. The Contractor/Supplier agrees to protect the City of Midlottuan from claims involving infringement of patents or copyrights. 20. Purchase order number should be on original invoice and invoice sent to the City of Midlothian, 104 W Avenue E, Midlothian, TX 76065, Attn: Accounts Payable. 21. The City of Midlothian shall pay for the product/service within thirty (30) days of receipt and acceptance. Acceptance by the City of Midlothian shall constitute all items bid being received and in good working order to the City ofMidlothian's satisfaction. EMS FIRE DEPT. MEDICAL SUPPLIES BID NUMBER: 2020-28 SPECIFICATIONS (MINIMUM) SCOPE: The City of Midlothian seeks competitive bids for Medical Supplies for the City of Midlothian Fire Department. REQUIREMENTS: Any variance in any item(s) must be specified clearly under the Exceptions to Bidder's Proposal by Bidder in order to have a valid bid. Any exceptions taken may be just cause for disqualification. All unit nricine shall be specified on the attached Dricing sheets. Bidder shall indicate Grand Total pricing on Invitation to Bid for attached line items. GENERAL CONDITIONS: Sections must be filled out completely. The bid shall be awarded in whole or in part to the vendor(s) who provide(s) goods or services at the best value for the City. QUANTITIES: Proposed quantities are and may be subject to additions and/or deletions. The quantities listed in the bid schedule will be considered an approximate and will be used for the comparison of bids. The City of Midlothian reserves the right to increase or decrease quantities for any item dependent on available funding during the entire term of this contract. ACCEPTANCE AND NONCONFORMING STANDARDS: All deliveries shall be accepted subject to inspection, count, and/or testing. A waiver on one occasion does not constitute a waiver on future occasions. EVALUATION CRITERIA: Award of contract does not obligate the Buyer to order or accept more than Buyer's actual requirements during the period of this agreement, as determined by actual needs and availability of appropriated funds. Contract maybe awarded to the bidder or bidders who provides goods or services at the best value for the City of Midlothian. The City of Midlothian reserves the right to acceptor reject all or any part of any bid, waive minor technicalities and award the bid to best serve the interest of the City of Midlothian. AUDIT: Supplier shall provide the City of Midlothian a line item report of quantities and expenditures at any time during the term of this contract for materials, commodities, or services rendered as requested by the Purchasing Department. NON -FUNDING CLAUSE: The City of Midlothian's budget is funded on an October V to September 30' fiscal year basis. Accordingly, the City of Midlothian reserves the right to terminate this contract by giving Bidder thirty (30) days written notice, without liability to the City, in the event that funding for this contract is discontinued or is no longer available. TERM OF CONTRACT AND OPTION TO EXTEND: The contract shall be for an initial term of two (2) years beginning upon City Council approval or the assigned effective date. Three (1), one-year renewal periods will be available if both parties agree to contract renewal. Contract rates can be adjusted upward or downward as outlined in the Escalation/De-Escalation Clause of the bid. CONTRACT TERMINATION: The City of Midlothian reserves the right to terminate this contract for any reason by notifying the contractor in writing thirty (30) days prior to the termination of this agreement. INSURANCE AND BONDS: The Contractor is responsible for meeting the following minimum limits of insurance and bond coverage, or as outlined in the Scope of Work: Contractor shall maintain, at his sole cost, at all times while performing work hereunder, the insurance and bond coverage set forth below with companies satisfactory to the Owner with full policy limits applying, but not less than stated. BIDDER SHALL INCLUDE CERTIFICATE OF INSURANCE WITH THE INVITATION TO BID, OR PRIOR TO AWARD OF BID. BIDDER OR BIDDER'S INSURANCE AGENT SHALL INCLUDE BID NUMBER AND DESCRIPTION OF BID ON THE CERTIFICATE OF INSURANCE_ THE COMPANIES AFFORDING COVERAGE AND THE PRODUCER OF THE CERTIFICATE OF INSURANCE SHALL BE LICENSED WITH THE STATE BOARD OF INSURANCE TO DO BUSINESS IN THE STATE OF TEXAS. (a) Workman's Compensation Insurance as required by laws and regulations applicable to and covering employees of Contract engaged in the performance of the work under this agreement; (b) Emnlovers Liabilitv Insurance protecting contractor against common law liability, in the absence of statutory liability, for employee bodily injury arising out of the master -servant relationship with a limit of not less than $500.000. (b) Comprehensive General Liabilitv Insurance including products/completed operation with limits of liability of not less than: Bodily Injury $1,000,000 per each person, $1,000,000 per each occurrence/aggregate; Property Damage $1,000,000 per each occurrence; (c) Excess Liability Insurance, Comprehensive general Liability, Comprehensive Automobile Liability and coverages afforded by the policies above, with the minimum limits of $1,000,000 excess of specified limits. INDEMNITY AGREEMENT: THE CONTRACTOR HEREBY AGREES TO AND SHALL INDEMNIFY, HOLD HARMLESS, AND DEFEND THE CITY, ITS OFFICERS, AGENTS AND EMPLOYEES FROM AND AGAINST ANY AND ALL CLAIMS, LOSSES, DAMAGES, DEMANDS, CAUSES OF ACTION, SUITS AND LIABILITY OF EVERY KIND, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS AND ATTORNEYS' FEES, FOR INJURY TO OR DEATH OF ANY PERSON, FOR LOSS OF USE OR REVENUE, OR FOR DAMAGE TO ANY PROPERTY ARISING OUT OF OR IN CONNECTION WITH THE ACTUAL OR ALLEGED MALFUNCTION, DESIGN OR WORKMANSHIP IN THE MANUFACTURE OF EQUIPMENT, THE FULFILLMENT OF CONTRACT, OR THE BREACH OF ANY EXPRESS OR IMPLIED WARRANTIES UNDER THIS CONTRACT. SUCH INDEMNITY SHALL APPLY WHERE THE CLAIMS, LOSSES, DAMAGES, CAUSES OF ACTION, SUITS OR LIABILITY ARISE IN PART FROM (I) THE JOINT NEGLIGENCE OF THE CITY AND THE CONTRACTOR, AND/OR THEIR RESPECTIVE OFFICERS, AGENTS AND/OR EMPLOYEES OR (II) THE SOLE NEGLIGENCE OF THE CONTRACTOR, ITS OFFICERS, AGENTS AND EMPLOYEES. IT IS THE EXPRESSED INTENTION OF THE PARTIES HERETO, BOTH CONTRACTOR AND THE CITY, THAT THE INDEMNITY PROVIDED FOR IN THIS PARAGRAPH IS INDEMNITY BY CONTRACTOR TO INDEMNIFY AND PROTECT THE CITY FROM THE CONSEQUENCE OF (I) THE CITY'S OWN NEGLIGENCE WHERE THAT NEGLIGENCE IS A CONCURRING CAUSE WITH THAT OF THE CONTRACTOR OF THE INJURY, DEATH OR DAMAGE AND/OR (II) THE CONTRACTOR'S OWN NEGLIGENCE WHERE THAT NEGLIGENCE IS THE SOLE CAUSE OF THE INJURY, DEATH, OR DAMAGE. FURTHERMORE, THE INDEMNITY PROVIDED FOR IN THIS PARAGRAPH SHALL HAVE NO APPLICATION TO ANY CLAIM, LOSS, DAMAGE, CAUSE OF ACTION, SUIT AND LIABILITY WHERE IN INJURY, DEATH OR DAMAGE RESULTS FROM THE SOLE NEGLIGENCE OF THE CITY UNMIXED WITH THE FAULT OF ANY OTHER PERSON OR ENTITY. IN THE EVENT ANY ACTION OR PROCEEDING IS BROUGHT AGAINST THE CITY BY REASON OF ANY OF THE ABOVE, THE CONTRACTOR AGREES AND COVENANTS TO DEFEND THE ACTION OR PROCEEDING BY COUNSEL ACCEPTABLE TO THE CITY. THE INDEMNITY PROVIDED FOR HEREIN SHALL SURVIVE THE TERMINATION OR EXPIRATION OF THIS AGREEMENT. (REVISED 9-15-04) COMPLIANCE WITH LAWS: Bidder shall comply with all Federal and State laws and City Ordinances and Codes applicable to the Bidder's operation under this contract. These Specifications and the contract resulting here from shall be fully governed by the laws of the State of Texas, and shall be fully performable in Ellis County, Texas, where venue for any proceeding arising hereunder will lie. SILENCE OF SPECIFICATIONS: The apparent silence of specifications as to any detail, or the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practice is to prevail and that only material and workmanship of the finest quality shall be used. All interpretations of specifit c:alions shall be made on the hash of this slatement EFIIICS ACKNOWLEDGEMENT Any vendor or contractor entering into this contract or agreement with the City of Midlothian, Texas expressly acknowledges that it has familiarized itself with the provisions of Section 2-34(i) of the Code of Ordinances of the City of Midlothian which provides, among other things, that if within two years after the commencement of this contract or agreement the vendor or contractor hires a city official, former city official, appointed city officer, former appointed city officer, appointed city executive employee, or former appointed city executive employee or a city employee who, while acting in such capacity, had substantial and personal involvement with the negotiation of this contract or agreement, then this contract or agreement shall, at the option of the City Manager, be cancelled andlor the vendor or contractor shall be barred from additional contracting with the City of Midlothian for a period of three years. ASSIGNMENT: The successful bidder may not assign, sell or otherwise transfer this contract without prior written consent of the City Council of the City of Midlothian. SEVERABILITY: If any section, subsection, paragraph, sentence, clause, phrase or word of these requirements or specifications shall be held invalid, such holding shall not affect the remaining portions of these requirements and the specifications and it is hereby declared that such remaining portions would have been included in these requirements and the specifications as though the invalid portion had been omitted. C RTIFICATE OF INTERESTED PARTIES: In 2015, the Texas Legislature adopted Ilnuse Bill 1295, which added section 2252.908 of the Government Code and applies to all contracts entered into on or after January 1, 2016. The law states that a governmental entity may not enter into certain contracts with a business entity unless the business entity submits a disclosure of interested parties to the governmental entity at the time the business entity submits the signed contract to the governmental entity. The law applies to all contractslpurchascs of a governmental entity that require an action or vote by the governing body of the entity. With regards to City of Midlothian purchases, a vendor that is awarded a contract or purchase that is greater than $50,000 is required to electronically create a Dorm 1295 through the Texas Ethics Commission website (lhttps:llwww.etliies.state.tx.us/whatsnow/cif_ info _fornm1295.htm) and submit a signed and notarized copy of the form to the City. A contract, including City -issued purchase order, will not be enforceable or legally binding until the City receives and acknowledges receipt of the properly completed Form 1295 from the awarded vendor. RIGHT OF ASSURANCE: Whenever one (1) party to this contract in good faith has reason to question the otlhcr party's intent to perform, he may demand that the other party give a written assurance of this intent to perform. In the event that demand is made and no assurance is given within five (5) days, the demanding party may treat this failure as an anticipatory repudiation of this urntract. BID DELIVERY: The City of Midlothian Purchasing Department shall accept sealed bids Monday through Friday, 8:00 a.m. - 5:00 P.M. Bids must he received by the Purchasing Department before the specified hour and date of the opening_ Each hid must he sealed and should be placed in a properly identified envelope with bid number, time and date of bid opening. EMS FIRE DEPARTMENT MEDICAL SUPPLIES BID 2020-28 SPECIFICATIONS INTENT It is the intention of these specifications that the successful vendor shall furnish the City of Midlothian, Texas, with medical supplies covered by the Bid Specification which the City may require during the period of time specified. The products included in this bid represent many of the products ordered most frequently by the City and are listed for bid evaluation purposes only. Actual usage and quantities will vary and ordering will be based on actual requirements. The City of Midlothian has interlocal agreements with other cities for the purchase of supplies and it is believed that these cities will wish to join and have expressed such interest. MEDICAL SUPPLIES REOUIREMENTS/EXPECTATIONS The items included on the medical supplies requirement sheet represent many of the products ordered most frequently by the City and are listed for bid evaluation purposes. The City also desires to purchase from the successful bidder other medical supplies not listed on the requirement sheet. Bid award may be made in whole or part as deemed most advantageous to the City of Midlothian. The contract awarded to the successful bidder shall be for a period of (2) years. The City of Midlothian reserves the right to renew this contract for (3) additional one-year periods under the same terms, condition and should the City so desire and the current vendor agree. At the end of the two-year obligation, if the City and successful vendor wish to renew, the vendor shall submit a letter addressed to, City of Midlothian, Purchasing, 104 W. Ave E, Midlothian TX 76065. A). 75 days in advance of contract termination a bona -fide manufacturer's documents directed to the City of Midlothian Purchasing Agent, of price listing (itemized) reflecting the anticipated changes (both increases and decreases) in prices, if any. Increase for the extension shall be limited to the actual cost increases to the current vendor and must be the guidelines outlined in the contract. Product acceptability will be at the sole discretion of the City of Midlothian. Any product delivered which does not meet the City's specifications, or otherwise found to be defective, will be returned at the vendor's expense for replacement or credit All products shall be of condition and quality "TO MEET ACCEPTABLE STANDARDS OF CARE". Any reference to requirements in the specifications that are brand or process specific is purely for the establishment of intended quality expectations and is not to be considered a disqualifying standard. The successful bidder shall make delivery of ordered supplies within 48 hours of the time the order is placed. Delivery must be made during normal working hours, Monday through Friday, 8:00 a.m. to 5 p.m. F.O.B. Destination: City of Midlothian has specified delivery locations. All unit and extensions shall include freight and other delivery charges. No med shall be shipped with an expiration date that is less than one year from the month the med was shipped. There are no minimum purchase amounts for an order and no service charges/delivery will be applied. Failure to deliver as required will result in the purchase of said order from the next highest bidder. Delivery tickets must accompany each delivery. Invoices must be legibly prepared showing the full description and price of items(s) delivered. EMS FIRE DEPARTMENT MEDICAL SUPPLIES 1111) 2020-28 CONDTIONS Ole BIDDING (full compliance with the following conditions is necessary for consideration of this bid) 1. Signature: This bid must be signed by a company representative authorized to bind the offer contractually. 2. Unit Prices and Extensions: If there is a difference between unit price and their extension, the unit price will govern. 3. Freight and Other Dclivcry Charges: All bids will be F.G.S. delivery address, freight prepaid. Charges will not he added after the hid is opened. The City of Midlothian assumes no liability for goods delivered in damaged or unacceptable condition. The suwessful bidder shall handle all claims with carriers, and in case of damaged goods, shall ship replacement goods immediately upon notification by the City of damage_ 4. Acceptance: 'Ihe materials and/or services delivered under this bid/quote sha11 remain the property of the seller until a physical inspection and actual usage of these materials and/or services supplied to the City are found to be defective or do not conform to specifications, the City reserves the right to cancel the order upon written notice to the seller and return such product to the seller at the seller's expense. 5. Discount-. Show rate, total amount, and latest day any discount will be allowed after receipt of article and correct invoice (per conditions of contract). h. Payment- net ail days from acceptance of goods/services, receipt of original vendor invoice, and/or all other required documents required in the detailed specification of this bid/quote. 7. Lscalation/De-Lscalation. The bid will be awarded with escalation/de-escalation pricing, in which the vendor is required to give a 30day written notice before price increases. Requested increases must be a factor beyond the control of the bidder. The increase shall not exceed the percentage increase passed on by the manufacturer, and proof of need for increase must be documented by manufacture's letter and forwarded to the Purchasing Agent. Any increase must be approver/ by the using department and the Purchasing Division before acceptance. Price increases are allmued on a quarterly basis only. Any contract awarded with an escalation clause shall be subject to de-escalation in the event of cost reduction. Part in red will be added to hid street nortion wide flee "quarterly" k t out to die romwleted by the bidder. 8_ Federal or State Taxes: The city is exempt from taxes by Federal Excise Registration #A-312726 and State Permit 975-6000-609. 9. Guarantees and Warranties: Must be attached to the bid and may be considered in awarding the bid. Seller shall guarantee and warrant that the equipment or product offered will meet or exceed specification identified in the bid invitation and are suitable for and will perform in accordance with their intended purpose. The seller shall, upon request, replace any equipment or product proved to be defective and make any and all adjustments necessary without any expense to the City. If at any time, the equipment or product cannot satisfactorily meet the requirements of the specification, the Seller shall upon written request from the City, promptly remove such equipment or product without further expense to the City at the City's request, the Vendor will provide evidence sufficient to demonstrate such equipment or product meets the foregoing. 10. Delivery or Contract Completion Time: Must be shown, as the date may, where time is of the essence, determines the contract award. Failure to state delivery time may cause bid to be rejected. Successful bidder shall notify the Purchasing Department immediately if delivery schedule cannot be met. If delay is foreseen, successful bidder shall give written notice to the Purchasing Agent and EMS Chief. The City of Midlothian has the right to extend delivery time if reason appears valid. In the event delivery is not made within the stated time period (without acceptable reason for delay and written consent from the City, the City reserves the right to place the order with the next available vendor and the successful bidder shall be liable for any increase in price as liquidated damages, if being agreed that said sum is a fair and reasonable estimate of actual damages the City will incur. Bidder will not be held liable for failure to make delivery because of strikes, conscriptions of property, governmental regulations, acts of God, or any other causes beyond its control; provided and extension of time is obtained from the Purchasing Department or EMS Chief. It. Bid Closing & Bid Preparation: Sealed bids received after the bid opening date and time will not be considered. It will be the SOLE RESPONSIBILITY of bidders to ensure bids are in the possession of the City of Midlothian Purchasing Department by the appointed date and time. The City will not be responsible for bids which are mismarked, delivered to the wrong place, or delayed in delivery. Electronic and Facsimile transmitted bids will not be accepted in the bid process. Each bid must be submitted in a sealed envelope bearing on the outside the name of the Bidder, his address, the name of the bid title, and bid number if any. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed as specified in the bid form and as above. 12. Item Bid: Each bidder shall describe (per specification requirements) each item bid as to Manufacture, Brand Name, Model, etc. Items shall be NEW unless stated otherwise in the City's specification. Any reference to model and/or make/manufacture used in bid specification is descriptive, not restrictive. It is used to indicate the type and quality desired. Bids on like quality will be considered. 13. Samples: Samples of items, when required, must be furnished free, and, if not called for within 30 days from date of bid opening, will be disposed of by the City. 14. Alternates: Must clearly state "ALTERNATE: and shown on the bid form with complete information attached. Alternate bids may or may not be considered in the bid process in the sole discretion of the City of Midlothian. 15. Exception/Substitutions: All bids meeting the intent of this invitation to bid will be considered for award. Bidders taking exception to the specifications, or offering considered for award. Bidders taking exception to the specification, or offering substitutions, shall state exceptions in the section provided or by attachment as part of the bid. The absence of such a list shall indicate that the bidder has not taken exceptions and City shall hold the bidder responsible to perform in strict accordance with the specification of the invitation. 16. Pharmaceutical Requirements: a) Vendor must be licensed with the Drug Enforcement Administration to sell and distribute Schedule II, Schedule III, and Schedule IV controlled substances. b) Vendor must be able to provide the Drug Enforcement Administration's electronic Controlled Substances ordering System (CSOS). c) Vendor must be in, and remain in compliance with the Drug Supply Chain Security Act and the Prescription Drug Marketing Act. Vendor must provide transaction reports with each shipment of pharmaceuticals. 17. Ambiguity in Bids: Any ambiguity in any bid as the result of omission, error, lack of clarity, or non-compliance by the bidder with specification, instruction, and all condition of bidding shall be construed in the light most favorable to the Citv. 18. Changes of Additions: No Changes or additions will be allowed after bid opening. Changes or addition submitted prior to bid opening must be in accordance with paragraph 11 above. 19. Funding: Funds for payment have been provided through the requesting entity. The State of Texas statues prohibit the obligation and expenditure of public funds beyond the fiscal year for which a budget has been approved. 20. Trade Secrets, Confidential information and the Texas Public Information Act: If you consider any portion of your bid to be privileged or confidential by statue or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. The City of Midlothian will honor your notation of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as privileged or confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged or confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. Marking your entire bid CONFIDENTIAL/PROPRIETARY will not necessarily make it, or anv_ hart thereof, exem_nt from the public disclosure requirement of the Texas Public Information Act. 21. HUBS: The City of Midlothian hereby notifies all bidders that in regard to any contract entered into pursuant to the invitation to Bid: Historically Underutilized Businesses (NUB'S) will be afforded equal opportunities to submit bids and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration of an award. HUB(s) are defined as certified businesses that are at least 51% owned, operated, and controlled by qualifying groups which include: Asian Pacific Americans, Black -Americans, Hispanic Americans, Native Americans, and women. 22. Any contract made, or purchase order issued, as a result of this invitation to Bid, shall be governed under the laws of the State of Texas with performance and venue to be in Ellis County, Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, And Local laws, regulation, and executive orders to the extent that the same may be applicable. 23. Minimum Standards for Responsible Prospective Bidders: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: a) Have adequate financial resources required, or the ability to obtain such resources as required; b) Be able to comply with the required or proposed delivery schedule; c) Have a satisfactory record of performance; d) Have a satisfactory record of integrity and ethics; e) Be otherwise qualified and eligible to receive an award. 24. Bidders may request withdrawal of a sealed proposal prior to the bid opening time provided the request for withdrawal is submitted to the City Purchasing Agent in writing. 25. Changes in Specifications or Interpretations: If it becomes necessary for the City to revise any part of this bid, a written addendum will be provided to all bidders. The City is not bound by and all bidders shall not rely upon any oral representations, clarifications, or changed made in the provided written specifications by City employees, unless such clarification or change is provided to bidders in written addendum form from the City Purchasing Agent. 26. Collusion: Any evidence of agreement or collusion among bidders and prospective bidders acting to restrain freedom of competition by agreement to bid a fixed price, or otherwise, will render the bids of such bidders' void. 27. All pages of this document packet, taken together comprise the Bid. Omission of or failure to complete or return any portion of the required document, at the time of bid opening, may be cause to reject he entire bid. 28. The Citv of Midlothian, as a governmental aRencv of the State of Texas, may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lowest bid submitted by a responsible resident bidder by an amount that is not less than the bidder to obtain a comparable contract in the state in which the nonresident principal place of business is located. (Government Code, section 2242.002) Bidder shall make answer to the following questions by encircling the appropriate response or completing the blank provided. 1.) Is your principle place of business in the State of Texas? YES NO 2.) If the answer to question (1) is "yes", no further information is necessary; if "no" please indicate: a.) In which state is your principle place of business located? b.) Does that state favor resident bidders (bidders in your state) by some dollar increment or percentage? YES NO c.) If yes, what is that dollar increment or percentage? The State Purchasing and General Services Commission defines Principal Place of Business as follows Principle Place of Business means, for any type of business entity recognized in the State of Texas, that the business entity; Has at least one permanent office located within the State of Texas, from which business activities other than submitting bids to governmental agencies are conducted and from which the bid is submitted, and has at least one employee who works in the Texas office. 29. Award: Unless stipulated in these bid specifications, the contract will be awarded to the lowest responsible bidder or to the bidder who provides the goods or services specified herein at the best value for the City. 30. Preference: Will be given to the vendor who is able to provide the most supplies/materials, at the most economical price. 31. Split Award: The City of Midlothian reserves the right to award a separate contract to separate vendors for each item/group or to award one contract for the entire bid. The vendor who is able to provide a large majority of items will be looked upon favorably. 32. No Prohibited Interest: Bidder acknowledges and represent that they are aware of the laws, City Charter, and City Code of Conduct regarding conflicts of interest. The City Charter states that "No officer or employee of the City shall have a financial interest, direct or indirect, in any contract with the City, to the extent prohibited by state law, or shall be financially interested, directly or indirectly, in the sale to the City of any land, materials, supplies, or service, where such financial interest is prohibited by state law. 33. Cooperative Purchasing: The City of Midlothian actively participates in cooperative purchasing opportunities. If it is determined to be in the best interest, the City reserves the right to reject any and all bids and purchase the services and/or goods through cooperative means. 34. Inter -Local Aereement: Successful bidder agrees to extend prices to all entities that have entered into or will enter into joint purchasing interlocal cooperation agreements with cooperative purchasing agreements with the City of Midlothian. The City of Midlothian is a participating member of several interlocal cooperative purchasing agreements. As such, the City of Midlothian has executed interlocal agreements, as permitted under Chapter 791 of the Texas Government Code, with certain other political subdivision, authorizing participation in a cooperative purchasing program. The successful vendor may be asked to provide products/services based on the bid price to any other participant. The city of Midlothian shall not be held responsible for any orders placed, deliveries made, or payment for materials ordered by these entities. 35. Tennination for Default: The City of Midlothian reserves the right to enforce the performance of this contract in any manner prescribed by law or deemed to be in the best interest of the City in the event of breach of this contract. The City reserves the right to terminate the contract immediately in the event the successful bidder fails to: a) Meet delivery schedules b) Perform in accordance with these specification and/or c) Transfers, assigns or conveys any or all of its obligations or duties to another. d) Breach of contract or default authorizes the City to, among other things, award to another bidder, or purchases elsewhere. e) THE CITY OF MIDLOTHIAN RESERVES THE RIGHT TO ACCEPT OR REJECT IN PART OR IN WHOLE ANY BID SUBMITTED, AND TO WAIVE ANY TECHNICALITIES DEEMED TO BE IN THE BEST INTEREST OF THE CITY. THE UNDERSIGNED HERBY CERTIFIES THAT IIE/SHE UNDERSTANDS THE SPECIFICATIONS, HAS READ THE DOUCMENT IN ITS ENTIRETY AND THAT THE BID PRICES CONTAINED IN THE BID HAVE BEEN CAREFULLY REVIEWED AND ARE SUBMITTED AS CORRECT AND FINAL. BIDDER FURTHER CERTIFIES AND AGREES TO FURNISH ANY OR ALL PRODUCT/SERVICES UPON WHICH PRICES ARE EXTENDED AT THE PRICE OFFERED, AND UPON CONDITIONS CONTAINED IN THE SPECIFICATIONS FO THE INVITATION FOR BID. Bidders who are able to provide the following services will be looked favorably upon. Vendor is able to provide and support a web -based inventory management system (Operative IQ) preferred to assist in the management of supplies and assets at an agreed upon cost. Vendor shall provide all licensing, on -site technical support, inclusive of training, in -servicing, report writing, refresher courses, and delivery training, to any and all personnel deemed necessary to ensure that the inventory management system is completed upon being awarded the bid. Vendor shall assist, in an on -going basis, with entering all equipment and supply data, report writing, and creating of checklists into the system for maximum functionality. Yes No 2. Is vendor an authorized distributor of controlled access phannaceutical dispensers and lockers (UCaplt) manufactured by the U-S elect -It -Corp oration or a comparable device? Yes No Vendor offers in-house kitting facilities, and is able to offer both standardized, and custom kitting solutions? Yes No 4. Is vendor able to provide high -quality, lower -cost, private label product alternatives? Yes No 5. During an emergency (natural or man-made) situations, is the vendor able to provide a comprehensive disaster response program, and are you able to supply requested merchandise within a thirty-six (36) hour time frame, twenty-four (24) hours a day, seven (7) days a week? Yes No Provide a copy of this program if available. REFERENCES Each Offeror is to provide a minimum of three (3) verifiable references in which the offeror has sold maintained or provided this or similar product or service. Company Name: Address: Contact Person: Telephone: ( ) Email: Product Purchased by Reference: Company Name: Address: Contact Person: Telephone: ( ) Email: Product Purchased by Reference: Company Name: Address: Contact Person: Telephone_ lrnail: Product Purchased by Reference, S[I)E PUitsk liil,iJWNiATION FORM COMPANY'S FULL BUSINESS NAME: rn i:la�kia. rla/a,�a 'J.l: �rtti� VIVIi; #: FAX #: CONTACT PERSON: REAM l ANUE AiJD" s: I 1f—ONC #• FAX #: i 1 h4 JLAk.l �,.X [I]#: FOR MINORITY ANINORWOMAN OWNED BUSINESS ENTERPRISES (To be completed only if applicable) Minority and/or Woman Owned Business Enterprises are encouraged to participate in the Midlothian procurement process. The Purchasing Division will provide additional clarification of specifications, assistance with Bids Forms, and further explanation of procedures to those who request it. The City of Midlothian recognizes the certifications of both the State of Texas Building and Procurcment Commission Historical Underutilized Business (IfUB) Program and the North Central Texas Regional Certification Agency. All companies secldng information concerning certification arc urged to contact: state of Texas IlUB Program North Central Texas Regional Texas Building and procurement Commission Certification Agency P.D. Box 13047 616 Six Flags L6vc, #416-LB 24 Austin TX 781-11-3047 Arlington TX 76011 (512) 463-5872 (817) 640-0606 httn://www.tbt)c.state.tx.us/hubbid htip://www.netrea.org In order to be identified as a Qualified Minority and/or Woman Owned Business Enterprise in the City of Midlothian vendor database, this form, along with a copy of your certification, must he returned to the City of Midlothian Purchasing Department. You should return these documents with this response, or if you have already submitted this form and a copy of your certification to the Purchasing Division, it is not necessary to ro- send certification. If you meet the criteria and are not currcartly certified, you may contact one of the above agencies for instructions to be certified. Upon receipt of certification, you may then return this form and a copy of your certification to, City of Midlothian, Purchasing Division, 104 West Avenue E_ Midlothian, Texas 76065. COMPANY NAME. RITIZE S1CiNTATIVE: ADDRENS: CITY, STATE, ZIP: EMAIL: TELEPHONENO.: FAX NO.: INDICATE ALL THAT APPLY Minority Owned BusinessEnterprise Woman Owned BusinessEnterprise C I T Y O F MIDLOTHIAN PURCHASING DEPARTMENT NO BID NOTIFICATION BID TITLE. BID NUMBER. SUPPLIER NAME ADDRESS: AGENT'S NAME. TELEPHONE: The CITY OF MIDLOTHIAN is interested in receiving competitive pricing on all items bid. We also desire to keep your firm as a bidder and a supplier of materials and equipment. Therefore, it is important for us to determine why you are not bidding on this item. We will analyze your input carefully and try to determine if future changes are needed in our specifications and procedures. I did not bid for the following reasons: (PLEASE CHECK ONE OF THE LISTED REASONS) Do not supply the requested product. Quantities offered are too small or too large to be supplied by your company. (Please circle one of the underlined ) Specifications are "too tight" or written around a particular product. (Please elaborate on this item.) Cannot bid against manufacturer or o� bber on this item. (Please circle one of the underlined). Time frame for bidding was too short for my organization. Not awarded a previous contract by the City when you felt you were low bidder. Other Failure to submit a bid or no -bid notification may result in removal from future bidders' lists. If you wish to remain on the City's bid list for this item, please indicate _ t� . I wish to remain. I do not wish to remain. Midlothian 0 OFW's Southern Star Purchasing Division Cheryl Allison Purchasing Agent ADDENDUM 91, November 13, 2020 BID NO.2020-28 EMS FIRE DEPT. MEDICAL SUPPLIES 1. ATTACHMENT A. Usage Spreadsheet B. Revised List of items for R P Spreadsheet 2. CLARIFICATION A. Will you consider price adjustments after the I st 12 months with documentation, during this time many of the manufacturers we are working with will not guarantee two-year pricing, and in fact are now changing pricing within less than a year. It has just become almost impossible to predict, so checking if this could be a consideration during these uncertain times. These terms should be outlined on page 2 item #19 of the bid. B. Also, during this time everyone is working remotely. Your bid requires signatures of our VP, will you allow an electronic signature? Yes C. Do you anticipate extending the bid due date? Not at this time. D. Was this bid posted to the nationwide free bid notification website at www.mygovwatch.com/free? No E. Other than your own website, where was this bid posted? The Midlothian News Mirror F. Could the City provide estimated annual usage./quantities for the items being requested in the bid? Attached is our usage report. This information is based on usage For Midlothian only and does not include usage by additional Cities which might utilize the cooperative agreement. G. If there are bid terms and conditions Vendor may not be able to agree to, will the City allow Vendor to include clarifications or exceptions as part of its bid submission? Clarifications and/or exceptions can be included as part of bid submission. The City will take these exceptions into consideration when determining the Best Value for the City. H. If there are insurance requirements that Vendor may not be able to agree to, will the City consider exceptions to insurance terms and conditions? Insurance exceptions can be included as part of bid submission. The City will take these exceptions into consideration when determining the Best Value for the City. I. Could you clarify the meaning of the last sentence in Section 7 on Page S (Conditions of Bidding, Esca lati a n/De-Escal atio n)? "Any contract awarded with an escalation clause shall be subject to de-escalation in the event of cost reduction." Vendor requests for price adjustments will be evaluated rased on cost increases and cost reductions in supplies that theveador may have experienced. ], Can the City please provide vendors with the most recent bid tabulation for awarded pricing and Unit of Measure for the items in the current bid? The City of Midlothian has utilized another City's contract in the past and does not have a bid tabulation to provide. K. Bidder MUST give full firm name and address. Person signing bid should show TITLE or AUTHORITY TO BIND HIS FIRM IN A CONTRACT. Authorized signature should appear on each page of the bid, in the space provided. I only find one place for signature on P2, and didn't find any other provided space for signatures. For this R.FP, P2 is the only required signature page. L. Stated in RFP- "REQUMEMENTS: Any variance in any item(s) must be specified clearly under the Exceptions to Bidder's Proposal by Bidder in order to have a valid bid. Any exceptions taken may be just cause for disqualification. All unit pricing shall be specified on the attached pricing sheets. Bidder shall indicate Grand Total pricing on Invitation to Bid for attached line items, if applicable." Again, this talks about Exceptions to Bidder's Proposal which is not available. Also, I didn't find Total or Unit pricing column on the excel sheet. Where are we supposed to input pricing? The List of Items Spreadsheet has been amended and is attached. The only changes to the Spreadsheet where to include the word Price above the `Each", "per Box", & "per Case" columns to indicate where the pricing should be listed. There was a column included on this Spreadsheet for Vendors Comments to be utilized for exceptions. An additional area has been added to the bottom for Exceptions should it be necessary. M. Stated in RFP- "Signature: This bid must be signed by a company representative authorized to bind the offer contractually." Does it have to be signed in wet, or electronic/scanned signature also works? Electronic/Scanned Signature is fine. N. Need manufacturer item numbers for the items below marked as No Substitutions Nebulizer, AeroEclipse I1 BAN, W/O ELBOW, breath actuated, SM volume, wlmouthpiece, tubing Nebulizer, AeroEclipsc It BAN, with ELBOW, breath actuated, SM volume, wlmouthpiece, tubing The only information we have been given is 64594050 AeroEclipsc Race Mask 58-65750 ea. O. Need to know if the Ohmeda and DISS fittings are male or female, manufacturer part#. Also, this item is repeated, line 69 and 423. Quick Connect Coupler, Oxygen, Ohmeda x DISS Hex Nut Quick Connect Coupler, Oxygen, Ohmeda x DISS Hex Nut This is male and not subject to a particular brand. P. Line number 122: Curap[ex Stop the Bleed, Basic Kit Vacuum Sealed. This item is an exclusive item with no substitutions allowed. Please remove this item from the bid. An alternative can be presented, but the requested Stop the Bleed kit is what is currently used in the city. This would maintain conformity. Q. Line number 123: Curaplex TOCS: Tactical Occlusive Chest Seal, 6 in x 6 in; 21PK This item is an exclusive item with no substitutions allowed. Please remove this item from the bid. No Substitutions was a typo. It says to the side or equivalent on the main line. R. Line number I41: Israeli Emergency Bandage, Green gin. This item has been discontinued by the manufacturer and no substitutions allowed. Please remove this item from the bid. This can be substituted with the 6in. S. Line number 194: Personal Wipes, FireWipes, for Soot Removal, 8 in x 12 in Textured, Disposable l2ibx. Can you supply the manufacturer name and part number? No part number available: Contact # for Fire Wipes at: (844) 947-3483 T. Line number 271: Multi -Function Defib Pads, Physio-Control Adult/Child or equivalent. Can you supply the manufacturer part number? It does not say it has to be physio-control brand pads 326 5000units. A different part number can be provided. U. Line number 272: Mulli-Function Defib Pads, Physio-Control Pediatric/Infant or equivalent. Can you supply the manufacturer part number? It does not say it has to be physio-control brand pads 326 5000units. A different part number can be provided. V. Line number 326: Heparin pre -mixed 250 or 500cc bag. Need the strength (how many units of heparin)? 5000 units W_ Line number 403: Certa Dose PALS Syringe Holder Kit I /KT 4KT/BX. Can you supply the manufacturer part number? For Certi-Dose line 403 see below. Due to the nature of this product, orders must he made through: Concordance Healthcare Solutions Purchasing www.coneordancebealtheare.com Item: 278950 Call 800-473-2332 to set up an account if you are not a current Concordance customer. Cardinal Health Purchasing www.orderexpress.eardinalhealth.com Item: 5513643 Call 800-926-3161 to set up an account if you are not a current Cardinal customer. Bound Tree Purchasing www.bouncitree.com Item: 0001-05 Email contaetcustoinerservicerii.boundtree.com to set up an account 1f you are not a current Boundtree customer. McKesson Pharmaceutical www.cunjiect.mckesson.com NDC 9 71754-0001-05 Call 855-571-2100 to set up an account if you are not a current McKesson Pharmaceutical customer. X. Line number 432: Stop The Bleed Sticker Kit (10 Stickers/Kit). This item is an exclusive item. Please remove this item from the bid. Will not remove from the bid. An alternative can be presented. The Stop the BIeed goes with our city kits. ACKNOWLEDGING RECEIPT OF THIS ADDENDUM SHOULD BE SIGNED AND RETURNED WITH YOUR BID NAME AND ADDRESS OF COMPANY: AUTHORIZED REPRESENTATIVE Signature Name Title Tel. No. IAIdlothian 0 DFW's Soluthem Star Purchasing Division Cheryl Allison Purchasing Agent ADDENDUM 92, November 13, 2020 BID NO.2020-28 EMS FIRE DEPT. MEDICAL SUPPLIES I. ANNOUNCEMENT OF CHANGE TO BID OPENING DATE A. The bid opening has been extended to Friday, November 20, 2020 at 1 1 :00 AM. No other exceptions to the hid opening have been made. 2. REMINDER AS STATED IN RFP A. All scaled bids shall be submitted including one marked original, one (1) duplicate on the original forms and one ( I ) electronic copy clearly marked with bid number and description. Bids sent via courier must be sealed in a separate envelope inside of the mailer. Bids cannot be received by email at this time. B. All inquiries about this bid or specifications must be made to Cheryl Allison, Purchasing Agent at cheryi.allison@midlothian.tx.us prior to Monday, November 16, 2020 at l 1 :00 AM. ACKNOWLEDGING RECEIPT OF THIS ADDENDUM SHOULD BE SIGNED AND RETURNED WITH YOUR BID NAME, AND ADDRESS OF COMPANY: AUTHORIZED REPRESENTATIVE Signature Name Title Tel. No. EXHIBIT "B" Contractor's Response to City's Bid Ciry of MMlvthian and BOand Tree Medical, LLC law I ,] Agreement for EMS Fire Dept Medical Supplres kb. Bound Tree Your Fpanar hr FAIS November 18, 2020 City of Midlothian Purchasing Department 104 West Ave. E Midlothian, TX, 76065 Dear Cheryl Allison, ATTACHMENT 500010il le cry I Ing Blvd. OUbiln. OH 630 i0 61476059P0 www.lwurrdrre•.corrt Bound Tree Medical is pleased to offer the attached proposal for the City of Midlothian EMS Medical Supplies Bid. Please review the following proposal for Bound Tree's competitive bid pricing. We want to emphasize our continued commitment to you to provide the most complete offering of products and services. The proposal includes the following: • Proposal Information & Pricing • STM Item Numbers & Descriptions ■ $TM Pharmaceutical Advantage/ VAWD CertificalIon • 8TM Price Increase Policy • Disaster Program Information • BTM university • References ■ Customer Service • ❑istribution Center Information • Return Policy • Warranty Information • Online Ordering Capabilities ■ Sample C01 • W-9 We thank you again for the opportunity to provide all your EMS equipment and information needs. If you require add itlonaI information, our contact Information is heIow- Greg Wolf, LP AddieShough Account Manager pricing Analyst, Bids & Contracts 817.658.4168 800.533.0523 x 5352 Grea. Wolf Sboundtree- ccm Add ie.5houaht@boundifee. co Ago ldlothian CITY OF MIDLOTH!AN qFIV`8 Southern Star INVITATION TO BID BID# 2020-28 )EM5 Tire Dept. Medical Supplies The City of Midlothian is now accepting scaled bids for Medical Supplies for the City of Midlothian Fire Department. Forms furnished by the City of Midlothian may he obtained without deposit by downloading from: City of Midlothian Website at www.midlothiatUx.us Purchasing Department All sealed bids shall be submitted including one marked original, one (1) duplicate on the original forms and one (1) electronic copy clearly marked with bid number and description. Bids sent via courier must be scaled in a separate envelope inside of the mailer. Bids cannot be received by email at this time. Bids will be received at the City of Midlothian, Purchasing Office, 104 W Avenue E, Midlothian, TIC 76065 until 11.00 a.m. Wednesday, November 18, 2020. No late Rids will be considered, The bids will be publicly opened after the closing on the said date. The City of Midlothian reserves the right to reject any and all proposals, to waive irregularities, and to accept the bid(s) deemed to provide the best value for the City. The City reserves the right to award the contract to a single contractor or to split the contract between contractors if it is deemed this will he the best value far the City. All inquiries about this bid or specifications must be made to Cheryl Allison, Purchasing Agent at rvl.al l isnn ri mid lotlrian,tk.us prior to Thursday, November 12, 2020 at 11:00 AM. PUBLISHED: 10-29�20 11.05.20 AM 1VIIdlothlan 40DWI; Southem Star Purchasing Division Cheryl A11isoH Purchasing Agent ADDENDUM 0, November 13, 2020 BID NO.2020-28 EMS FIRE DEFT. M I DICAL SUPPLIES 1. ATTACHMENT A. usage Spreadsheet D. Revised List of Items for RFP Spreadsheet CLARIFICATION A. Will you consider price adjustments after the Ist 12 months with documentation, during this time many of the manufacturers we are working with will not guarantee two-year pricing, and in fact are now changing pricing within less than a year. It has just become almost impossible to predict, so checking if this could be a consideration during these uncertain times. These terms should be outlined on page 2 item 419 of the bid, B. Also, during this time everyone is working remotely. Your bid requires signatures of our VP, will you allow an electronic signature? Yes C. Do you anticipate extending the bid due date? Not at this time. D. Was this bid posted to the nationwide free bid notification website at www,mygovwalch.com/free? No E. Other than your own website, where was this bid posted? The Midlothian News Mirror F. Could the City provide estimated annual usage/quantities for the items being requested in the bid? Attached is our usage report. This information Is based on usage for Midlothian only and does not include usage by additional Cities which might utilize the cooperative agreement, Q. If there are bid terms and conditions Vendor may not be able to agree to, will the City allow Vendor to include clarlfications or exceptions as part of its bid submission? Clarifications and/or exceptions can be Included as part of bid submission. The City will take these exceptions into consideration when determining the Best Value for the City. K If there are insurance requirements that Vendor may not be able to agree to, will the City consider exceptions to insurance terms and conditions? Insurance exceptions can be included as part of bits submission. The City will take these exceptions into consideration when determining the Best Value for the City. I, Could you clarify the meaning of the last sentence in Section 7 on Page g (Conditions of Bidding, Escalation/De-E,scalation)7 "Any contract awarded with an escalation clause shall be subject to de-escalation In the event of cost reduction," Vendor requests for price adjustments will be evaluated rased on cost increases and cost reductions in supplies that theveador may have experienced. ], Can the City please provide vendors with the most recent bid tabulation for awarded pricing and Unit of Measure for the items in the current bid? The City of Midlothian has utilized another City's contract in the past and does not have a bid tabulation to provide. K. Bidder MUST give full firm name and address. Person signing bid should show TITLE or AUTHORITY TO BIND HIS FIRM IN A CONTRACT. Authorized signature should appear on each page of the bid, in the space provided. I only find one place for signature on P2, and didn't find any other provided space for signatures. For this R.FP, P2 is the only required signature page. L. Stated in RFP- "REQUMEMENTS: Any variance in any item(s) must be specified clearly under the Exceptions to Bidder's Proposal by Bidder in order to have a valid bid. Any exceptions taken may be just cause for disqualification. All unit pricing shall be specified on the attached pricing sheets. Bidder shall indicate Grand Total pricing on Invitation to Bid for attached line items, if applicable." Again, this talks about Exceptions to Bidder's Proposal which is not available. Also, I didn't find Total or Unit pricing column on the excel sheet. Where are we supposed to input pricing? The List of Items Spreadsheet has been amended and is attached. The only changes to the Spreadsheet where to include the word Price above the `Each", "per Box", & "per Case" columns to indicate where the pricing should be listed. There was a column included on this Spreadsheet for Vendors Comments to be utilized for exceptions. An additional area has been added to the bottom for Exceptions should it be necessary. M. Stated in RFP- "Signature: This bid must be signed by a company representative authorized to bind the offer contractually." Does it have to be signed in wet, or electronic/scanned signature also works? Electronic/Scanned Signature is fine. N. Need manufacturer item numbers for the items below marked as No Substitutions Nebulizer, AeroEclipse I1 BAN, W/O ELBOW, breath actuated, SM volume, wlmouthpiece, tubing Nebulizer, AeroEclipsc It BAN, with ELBOW, breath actuated, SM volume, wlmouthpiece, tubing The only information we have been given is 64594050 AeroEclipsc Race Mask 58-65750 ea. O. Need to know if the Ohmeda and DISS fittings are male or female, manufacturer part#. Also, this item is repeated, line 69 and 423. Quick Connect Coupler, Oxygen, Ohmeda x DISS Hex Nut Quick Connect Coupler, Oxygen, Ohmeda x DISS Hex Nut This is male and not subject to a particular brand. P. Line number 122: Curap[ex Stop the Bleed, Basic Kit Vacuum Sealed. This item is an exclusive item with no substitutions allowed. Please remove this item from the bid. An alternative can be presented, but the requested Stop the Bleed kit is what is currently used in the city. This would maintain conformity. Q. Line number 123: Curaplex TOCS: Tactical Occlusive Chest Seal, 6 in x 6 in; 21PK This item is an exclusive item with no substitutions allowed. Please remove this item from the bid. No Substitutions was a typo. It says to the side or equivalent on the main line. R. Line number I41: Israeli Emergency Bandage, Green gin. This item has been discontinued by the manufacturer and no substitutions allowed. Please remove this item from the bid. This can be substituted with the 6in. S. Line number 194: Personal Wipes, FireWipes, for Soot Removal, 8 in x 12 in Textured, Disposable 12/bx. Can you supply the manufacturer name and pert number? No part number available: Contact # for Fire Wipes at, (844) 947»3483 T. Line number 271: Multi -Function Defib Pads, Physio-Control Adult/Child or equivalent. Can you supply the manufacturer part number? it does not say it has to be physio-control brand pads 326 5000units. A different part number can be provided. U. Line number 272: Multi -Function De1ib Pads, Physio-Control Pediatric/Infant or equivalent. Can you supply the manufacturer part number? It does not say it has to be physio-control brand pads 326 5000units. A different part number can be provided. V. Line number 326: Hcparin pre -mixed 250 or 500cc bag. Need the strength (how many units of heparin)? 5000 units W. Line number 403: Certa Dose PALS Syringe Holder Kit MT 4KT/BX. Can you supply the manufacturer part number? For Certi-Dose line 403 see below. Due to file nature of this product, orders must be made through: Concordance Healthcare Solutions Purchasing www.concordancehcalthcare.com Item: 278950 Call 800473-2332 to set up an account if you are not a current Concordance customer. Cardinal Health Purchasing www.nrderexpress.cardinalliealth.com Item: 5513643 Call 800-926-3161 to set up an account if you are not a current Cardinal customer. Bound Tree Purchasing www.boundtreexom Item, 0001-05 Email con tacteustomerservice(a?boundtree.com fo set up an account If you are not a current Boundtree customer. McKesson Pharmaceutical www.connect,mckesson.com NDC # 71754-0001-05 Call 855-511-2100 to set up an account if you are not a current McKesson Pharmaceutical customer. X. Line number 432: Stop The Bleed Sticker Kit (10 Stickers/Kit). This item is an exclusive item. Please remove this item from the bid. Will not remove from the bid. An alternative van be presented. The Stop the Bleed goes with our city kits. ACKNOWLEDGING RE FIPT OF THIS ADDENDUM SHOULD BE SIGNED AND RETURNED W NAME AND ADDRESS OF COMPANY: ACl'THORIZEDDRREPPRESEN I Via Signature _. Name Brian Ladukc Title President. Pmeraency Prcoarednrm Tel. No. 800.533.0521 llltldlothien DFW's Southern Star Purchasing Division Cheryl Al 6vn Purchasing Agent ADDENDUM #2, November 13, 2020 BID NO.2820-28 EMS FIRE DEPT. MEDICAL SUPPLIES I. ,ANNOUNCEMENT OF CHANCE TO DID OPENING BATE A. The bid opening has been extended to Friday, November 20, 2020 at 11;00 AM. No other exceptions to the bid opening have been made. 2. REMINDER AS STATED IN RFP A. All sealed bids shall be submitted including one marked original, one (1) duplicate on the original forms and one (1) electronic copy clearly marked with bid number and description. Bids sent via courier must be sealed in a separate envelope inside of the mailer, Bids cannot be received by email at this time. 8. All inquiries about this bid or specifications must be made to Cheryl Allison, Purchasing Agent at ohetyl.alliscn@midlothian.tx.us prior to Monday, November 16, 2020 at 11.00 AM. ACK YOWLEDCINC RQ2EIPT OF THIS ADDENDUM SU"LD BE SIGNED AND 13�IRNED WITH YOUR BID NAME AND ADDRESS OF COMPANY: AUTHORIZED REPRESENTATIVE Signature i_ l� Name Hriae CpDuke Title President, Emergency Prepercdnes9 Tel. No. soo.533•p52•i AlIM Bidder Mast Fill In & Sign Idlothlan Ilpgad The Neicl, 1.17,FirCompany x' ��rS Southeftl Saar Agent's Brian LLa tt[yuke Agent's Title J BID TITLE* EMS FIRE DEPT. MEDICAL, SUPPLIES President, Emergenay Preparedness III NUMBER: 2620-211 PRE -BID MEETING: NIA Mailing Address HID OPENING DATE: __ Snnn runln Crngsin&nrvd Wednesday, November 18, 2020 g 11.00 AM City Slate zip LATE BIDS WILL NOT HE CONSIDERED. Uubiin rkkh. 41016- Tetepltona 010DIElt AGREES TO COMPLY WITH ALL CONDITIONS BELOw. pn .ss3_ns7a ATTACHED SPECIFICATIONS, AND NOTES, BIDDER HAS READ Fax No. AND AGREES TO COMPLY WITH ALL TBRMs AND CONDITIONS 877.311.2437 Ott INVITATION TO DID. PUPCEtnshS MADE FOR CITY USE ARE Email address: address EXEMPT FROM THE STATE SALES TAX AND FEDERAL EXCISE TAX. DO NOT INCLUDE TAXES IN YOUR BID. BIDDER —sub bottndlreacam GUARANTEES PRODUCT OITEREO SHALL MEET OR EXCEED MINIMUM SPECIFICATION IOCNTIFiED IN THIS INVITATION TO + DID. AU r IORIZED SIGNATURE ■ All participating cities will provide a list of authorized persons and authorized delivery destinations. The City or Midlothian is desirous of the following. Please specify if your firm can provide the following. YES NO (1) Abillly to order from a template over the internet? ,n (2) Secure on-line ordering? x _ (3) Vendors web site offers real-time indicators ofproduct availability. x _ (4) Local Sales representation within 100 miles? x (5) Sales represe tuitivo has an EMS background, clinical experience, and familiarity with pre -hospital medicine? x _ (6) Sales representative is able to provide training for products offered? K (7) Sales representative must be available for routine visits? x (8) Ability to requisition to a central purchaser via inlemel7 x (9) Ability to track product usage and cost for each requisitioning agency? (10) Ability to ship to multiple delivery destinations? �L (I 1) Ability to deliver within 48 hours with no additional charges? ,_ (12) Ability to track up to 24 months of purchase history (monthly)? x (15) Can additional cities purchase "off" this contract? (14) Ability to produce quarterly consumption reports? (15) Local warehouse (within 50 miles of Midlothian)? x _ (16) Ability to pick up ordered supplies at a regional warehouse? x (17) Multiple distribution centers through the country? x (IS) Please include your RUSH Order policy in your bid. lncluded.Inrennonse (19) Escalation/De-Escalation price consideration would be requested on a _nanufactumr _ basis only. Winni.n.uandor: Must provide one (1) yearly product review meeting. Meeting location and date will be decided upon between the City of Midlothian and the winning vendor. BID SHEETS FOUND FOLLOWING SCOPE OF WORK "By the signoturc herenn aaixcd, the bidder liereby cenitics that all{her the bidder nor Ilse nrtn, corporation, partnership, or Institution represented by the bidder, or anyone acting far such firm, corporation, or Institution has violated the ontilrusl iam or tht State, codified In Section 15 01, et seq., Texas Business and Commerm Code, or the Fedcmi ahilintst IdWs, nor communicated directly or Indirectly dre bid nude to any competltor ar any athcr perAan engaged in such line of bu siness." TERMS AND CONDITIONS I. The City of Midlolhtan will accept a led bids Monday through Friday, 9:00 a.m. — 5:00 p,m. Bids must be received before the specified hour and dale orthie opening. Bids will be publicly opened smd read aloud. 2. All sealed bids should be submitted on the original forms provided with one (1) duplicate and one (1) electronic copy. No email copies will be accepted. Each bid must be sealed and should be placed in a properly identified envelope Wilk bid number, time and date of bid opening. 3. Lute bids will be UNOPENEM Late bids will not he considered under any circumslanccs. 4. Bids CANNOT be altered or amended after opening time. Any alterations made berare opening time must be initialed by bidder or his authorized agent. No bid may be withdrawn aner opening without approval, and based on a wrilten acceptable reason. 5. The City ofMidloWan reserves the right 10 revise or amend the specifications prior to data set for opening bids. Such revisions oramcndmeMs, if any, will be announced by amerid mcnls or addandam to these specifications, Copies of sorh amendments or addendum so issued will be furnished to all prospective bidders by City wcbsite. If bidder demonstrates just reason for a change, the City or Mid loth ion must have at least five working days' notice prior to bid opening dote. 6. Should bidder find discrepancies in or omissions from the sp eciffeat I u ns or other docutocais or ba in doubt as to (heir meaning, bidder should al on cc nolify the Purebasing Department and obtain elarlGWIon prior to suban itling a bid. 7. QUOTE F.MB. destination. Price should include all costs including shipping, handling, and other related costs. Bid unit price an quantity specified — cxtcnd and show total. In case oferrars in extension, UNIT prices shall govern. Bids subject io unlimited price increases will not be considered. a. Bid offered shall be valid fbr ninety (90) days from opening data. 9. The City of Midlothian is exempt from taxes. DO NOT INCLUDE TAX IN 133D. I0, The City of Midlothian reserves The right to terminate this cord ract for any reason by notifying the CommicidSupplicr in writing thirty (30) tlnys prior to the terminatian orthis agreement. 11. Bidder MUST give full firm name and address. Person signing bid should show TITLE or AUTIIORITY TO BIND HIS FIRM IN A CONTRACT. Authorized signature should appear on each page afdmo bid, in the space provided, 12. Any catalog, brand name or manufactu re is reference used In bid invitation is descrlpt lve— NOT restrictive — iI is to In d Ionic typo and quality desired. Bids on brands of fikc nature and quality wilt be considered. If bidding on other Man fcfawrice spccirrcatiuns, bidder must she%v manufacturer, brand or trade name, lot aumber, etc., of arlicle offered. If other than brand(s) specified is offered, illuslmlioms and complete description should be made part of the bid. Irbidder takes na exceptions to specifications or reference dola, lie will be required to furnish brand names, numbers, Cie., as specified. All items bid shall be ne%v, in first class catldilien and manufacturer's latest model and design including containers suitable for shipment imd storage, unless ombenvise indicated in bid invitation. Verbal agreements to the contrary will tint be recognized. 13, If the braehure or informalion included with your bid does not exactly describe the item to he furnished, than notes In the attached farm, "EXCEPTIONS TO BIDDER'S PROPOSAL," must explain the diMIcurcc. Comments in this form signify that your proposal takes exception to Ilse slated specificalions. Exceptions taken may bejusl cause to disqualify bid. 14. NO substitutions arcancelhalions permltled tvilltoul written approval of time City ofMidlot Non. 15. All bidders must meet or exceed the minimum specifications to be considered as a valid bid. The City of Midlothian reserves the right to accept or reject all or any part or any bid, waive minor technlcaI[Iles and award the bid either to the lowest responsible bidder or to die bidder who provides goods or services at mho best value for the City of Midlothian. The City reserves the. right to soled one contractor or 10 split by Noah and South regions to two contractors. 16. DELIVERY; Specifications indicate number of days required to place material in receiving departmeat designated local ion arid cr nominal conditions. A difromace in delivery promise may break a tie bid. Unrealistically short of long delivery promises may cause bid in be dismgarded. Consistent failure to meet delivery promises without valid reason may cause removal firm bid list. Delivery shall be made during normal worMng hours only, &00 n.m. to 5:00 p.ln. emboss prior approval for late delivery itas been obtained. l7. ConsislonI and continued Iic bidding could cause rejection of bids by Ili City aFMidlathIan andlor investigation Tar Anti -Trust violin in as, It, I f a bid contains proprietary information, die Bidder must declare such information as proprielary ifBiddcr does not want information to become public. 19. The Comraclor/Supplier agrees to protect the City of Midlathian from claims invuIviris infringement of patents 0 r copy rights. 20. Purchase order number should be on originat Invoice and invoice sent to the City afMidlodtinn, 104 W Avenue E, Midlothian, TX 76065; Attn: Accounts Payable, 21. The City of Midlothian shall pay for the productlservicc within Wity (30) days orreceipt and acceplance. Acceptance by the City orMidlolkian shall constitute all items bid being received and in good Working order In the City of Midlnlhian's satisfacthon. EMS FIRE DEPT. MEDICAL SUPPLIES BID NUMBER: 2020-28 SPECIFICATIONS (NUNIMUM): SCOPE: The City of Midlothian seeks competitive bids for Medical Supplies for the City of Midlothian Fire Department. REOUIREMENTS: Any variance in any items) must be specified clearly under the Exceptions to Bidder's Proposal by Bidder in order to have a vaiid bid. Any exceptions taken may be just cause for disquaIif cation. All unit nricing shall he spccifed on the attached nricing sheets. Bidder shall indicate Grand Total pricing on invitation to Bid for attached line items, if applicable. GENERAL CONi]IT] 0NS: Sections must be filled out completely. The bid shall be awarded in whole or in part to the vendor(s) who provides) goods or services at the best value for the City. OUANTITIES: Proposed quantities are and may be subject to additions and/or deletions. The quantities listed in the bid schedule will be considered an approximate and will be used for the comparison of bids. The City of Midlothian reserves the right to increase or decrease quantities for any item dependent on available funding during the entire term of this contract. ACCEPTANCE AND NONCONFORMING STANDARDS: All deliveries shall be accepted subject to inspection, count, and/or testing. A waiver on one occasion does not constitute a waiver on future occasions. EVALUATION CRITERIA: Award of contract does not obligate the Buyer to order or accept more than Buyer's actual requirements during the period of this agreement, as determined by actual needs and availability of appropriated funds. Contract may be awarded to the bidder or bidders who provides goods or services at the best value for the City of Midlothian. The City of Midlothian reserves the right to acceptor reject all or any part of any bid, waive minor technicalities and award the bid to best serve the interest of the City of Midlothian. AUDIT: Supplier shall provide the City of Midlothian aline item report of quantities and expenditures at any time during the term of this contract for materials, commodities, or services rendered as requested by the Purchasing Department. NON -FUNDING CLAUSE: The City of Midlothian's budget is funded on an October 1" to September 30"' fiscal year basis. Accordingly, the City of Midlothian reserves the right to term inate this contract by giving 13idder thirty (30) days written notice, without liability to the City, in the event that funding for this contract is discontinued or is no longer available, TERM OF CONTRACT AND OPTION TO EXTEND: The contract shall be for an initial term of two (2) years beginning upon City Council approval or the assigned effective date. Three (I), one-year renewal periods will be available if both parties agree to contract rene►val. Contract mtes can be adjusted upward or downward as outlined in the Escalation/De-Escalation Clause of the bid. CONTRACT TERMINATION.: The City of Midlothian reserves the right to terminate this contract for any reason by notifying the contraclor in writing thirty (30) days prior to the termination of this agreement. INSURANCE AND BONDS: The Contractor is responsible for meeting the following minimum limits of insurance and bond coverage, or as outlined in the Scope of Work; Contractor shall maintain, at his sale cast, at all times while performing work hereunder, the insurance and band coverage set forth below with companies satisfactory to the Owner with full policy limits applying, but not less than stated. BIDDER SHALL INCLUDE CERTIFICATE OF INSURANCE WITH THE INVITATION TO BID, OR PRIOR TO AWARD OF BID, BIDDER OR BIDDER'S INSURANCE AGENT SHALL INCLUDE BID NUMBER AND DESCRIPTION OF DID ON THE CERTIFICATE OF INSURANCE. THE COMPANIES AFFORDING COVERAGE AND THE PRODUCER OF THE CERTIFICATE OF INSURANCE SHALL BE LICENSED WITH THE STATE BOARD OF INSURANCE TO DO BUSINESS IN THE STATE OF TEXAS. (a) Workman's Comoensation Insurance as required by laws and regulations applicable to and covering employees of Contract engaged in the performance of the work under this agreement; (b) Emulovers Liability Insurance protecting contractor against common law liability, in the absence of statutory liability, for employee bodily injury arising out of the master -servant relationship with a limit of not less than 1500,000. (b) Comprehensive General Liability insurance including producislcompleted operation with limits of liability of not less than: Bodily Injury $1.000.000 per each person, $1.000.000 per each occurrencelaggregate; Property Damage S1.000.ODO per each occurrence; (c) Excess Liability Insurance. Comprehensive general Liability, Comprehensive Automobile Liability and coverages afforded by the policies above, with the minimum limits of $1.000.000 excess of specified limits. INDEMNITY AGREEMENT; THE CONTRACTOR HEREBY AGREES TO AND SHALT, INDEMNIFY, HOLD HARMLESS, AND DEFEND THE CITY, ITS OFFICERS, AGENTS AND EMPLOYEES FROM AND AGAINST ANY AND ALL CLAIMS, LOSSES, DAMAGES, DEMANDS, CAUSES OF ACTION, SUITS AND LIABILITY OF EVERY KIND, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS AND ATTORNEYS' FEES, FOR INJURY TO OR DEATH OF ANY PERSON, FOR LOSS OF USE OR REVENUE, OR FOR DAMAGE TO ANY PROPERTY ARISING OUT OF OR 1N CONNECTION WITH THE ACTUAL OR ALLEGED MALFUNCTION, DESIGN OR WORKMANSHIP IN THE MANUFACTURE OF EQUIPMENT, THE FULFILLMENT OF CONTRACT, OR THE BREACH OF ANY EXPRESS OR IMPLIED WARRANTIES UNDER THIS CONTRACT. SUCH INDEMNITY SHALL APPLY WHERE THE CLAIMS, LOSSES, DAMAGES, CAUSES OF ACTION, SUITS OR LIABILITY ARISE IN PART FROM (1) THE JOINT NEGLIGENCE OF THE CITY AND THE CONTRACTOR, ANDIOR THEIR RESPECTIVE OFFICERS, AGENTS AND/OR EMPLOYEES OR (11) THE SOLE NEGLIGENCE OF THE CONTRACTOR, ITS OFFICERS, AGENTS AND EMPLOYEES. IT IS THE EXPRESSED INTENTION OF THE PARTIES HERETO, BOTH CONTRACTOR AND THE CITY, THAT THE INDEMNITY PROVIDED FOR IN THIS PARAGRAPH IS INDEMNITY BY CONTRACTOR TO INDEMNIFY AND PROTECT THE CITY FROM THE CONSEQUENCE OF (1) THE CITY'S OWN NEGLIGENCE WHERE THAT NEGLIGENCE IS A CONCURRING CAUSE WITH THAT OF THE CONTRACTOR OF THE INJURY, DEATH OR DAMAGE ANDIOR (11) THE CONTRACTOR'S OWN NEGLIGENCE WHERE THAT NEGLIGENCE 1S THE SOLE CAUSE OF THE INJURY, DEATH, OR DAMAGE, FURTHERMORE, THE INDEMNITY PROVIDED FOR IN THIS PARAGRAPH SHALL HAVE NO APPLICATION TO ANY CLAIM, LOSS, DAMAGE, CAUSE OF ACTION, SUIT AND LIABILITY WHERE IN INJURY, DEATH OR DAMAGE RESULTS FRONT THE SOLE NEGLIGENCE OF THE CITY UNMIXED WITH THE FAULT OF ANY OTHER PERSON OR ENTITY. IN THE EVENT ANY ACTION OR PROCEEDING IS BROUGHT AGAINST THE CITY BY REASON OF ANY OF THE ABOVE, THE. CONTRACTOR AGREES AND COVENANTS TO DEFEND THE ACTION OR PROCEEDING BY COUNSEL ACCEPTABLE TO THE CITY, THE INDEMNITY PROVIDED FOR HEREIN SHALL SURVIVE THETERMINATION OR EXPIRATION OF THIS AGREEMENT. (REVISED 9-15- 04) COMPLIANCE WITH LAWS. Bidder shall comply with all Federal and State laws and City Ordinances and Codes applicable to the Bidders operation under this contract. These Specifications and the contract resulting here from shall be fully governed by the laws of the State of Texas, and shall be fully performable in EItis County, Texas, where venue for any proceeding arising hereunder will lie. SILENCE OF SPECIFICATIONS: The apparent silence of specifications as to any detail, or the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practice is to prevail and that only material and workmanship of the finest quality shall be used. All interpretations of specifications shall be made on the basis of this statement. ETHICS ACJCNOWLEDGEMF,NT Any vendor or contractor entering into this contract or agreement with the City of Midlothian, Texas expressly acknowledges that it has familiarized itself with the provisions of Section 2-34(i) of the Cade of Ordinances of the City of Midlothian which provides, among other things, that if within two years after the commencement or this contract or agreement the vendor or contractor hires a city official, former city official, appointed city officer, former appointed city officer, appointed city executive employee, or former appointed city executive employee or a city employee who, while acting in such capacity, had substantial and personal involvement with the negotiation of this contract or agreement, then this contract or agreement shall, at the option of the City Manager, be cancelled and/or the vendor or contractor shall be barred from additional contracting with the City of Midlothian for a period of three years. ASSIGNMENT: The successful bidder may not assign, sell or otherwise transfer this contract without prior written consent of the City Council of the City of Midlothian. SEvERAt31LITYt if any section, subsection, paragraph, sentence, clause, phrase or word of these requirements or specifications shall be held invalid, such holding shall not affect the remaining portions of these requirements and the specifications and it is hereby declared that such remaining portions would have been included in these requirements and the specifications as though the invalid portion had been omitted. _CERTIFICAT , OF INTMEUERYARTIES: In 2p15, the Texas Legislature adopted Flouse Bill 1295, which added section 2152.909 of the Government Code and applies to all contracts entered into on or after January 1, 2016. The law states that a governmental entity may not enter into certain contracts with a business entity unless the business entity submits a disclosure of interested parties to the governmental entity at the time the business entity submits the signed contract to the governmental entity. The law applies to all contracts/purchases of a governmental entity that require an action or vote by the governing body of the entity_ With regards to City of Midlothian purchases, a vendor that is awarded a contract or purchase that is greater than $50,000 is required to electronically create a Form. 1295 through the Texas Ethics Commission web5ite (htlpyahvwx'.ethicsstntr.lx.uslrrhutsnewlelf iota fnrml2QS.htm) and submit a signed and notarized copy or the form to the City. A contract, including City -issued purchase order, will not be enforceable or legally binding until the City receives and acknowledges receipt of the properly completed Form 1295 from the awarded vendor. RIGHT nF ASSURANCE: Whenever one(]) party to this contract in good faith has reason to question the other party's intent to perform, Ile may demand that the other party give a written assurance of this intent to perform. In the event that demand is made and no assurance is given within five (5) days, the demanding party may treat this failure as an anticipatory repudiation of this contract. BID DFLIVERY: The City of Midlothian Purchasing Department shall accept scaled bids Monday through Friday, 8:00 a.m. - 5:00 p.m_ Bids must be received by the Purchasing Department before the specified hour and date of the opening, Each bid must be „sealed and should be placed in a properly identified envelope with bid number, time and date of bid opening. CMS FIRE DEPARTMENT MEDICAL SUPPLIES BID 2020-28 SPECIFICATIONS INTENT It is the intention of these specifications that the successful vendor shall furnish the City of Midlothian, Texas, with medical supplies covered by the Bid Specification which the City may require during the period of time specified. The products included in this bid represent many of the products ordered most frequently by the City and are listed for bid evaluation purposes only. Actual usage and quantities will vary and ordering will be based on actual requirements. The City of Midlothian has interlocal agreements with other cities for the purchase of supplies and it is believed that these cities will wish to join and have expressed such interest. MEDICAL SUPPLIES REOUIREMENTSIEXPECTATIONS The items included an the medical supplies' requirement sheet represent many of the products ordered most frequently by the City and are listed for bid evaluation purposes. The City also desires to purchase from the successful bidder other medical supplies not listed on the requirement sheet, Bid award may be made in whole or part as deemed most advantageous to the City of Midlothian. The contract awarded to the successful bidder shall be for a period of (2) years. The City of Midlothian reserves the right to renew this contract for (3) additional one-year periods under the same terms, condition and should the City so desire and the current vendor agree. At the end of the two-year obligation, if the City and successful vendor wish to renew, tite vendor shall submit a letter addressed to, City of Midlothian, Purchasing, 104 W. Ave E, Midlothian TX 76065. A). 75 days in advance of contract termination a bona -fide manufacturer's documents directed to the City of Midlothian Purchasing Agent, of price listing (itemized) reflecting the anticipated changes (both increases and decreases) in prices, if any. Increase for the extension shall be limited to the actual cost increases to the current vendor and must be the guidelines outlined in the contract. Product acceptability will be at the sole discretion of the City of Midlothian. Any product delivered which does not meet the City's specifications, or otherwise found to be defective, will be returned at the vendor's expense for replacement or credit. All products shall be of condition and quality "TO MEET ACCEPTABLE STANDARDS OF CARE". Any reference to requirements in the specifications that are brand or process specific is purely for the establishment of intended quality expectations and is not to be considered a disqualifying standard. The successful bidder shall make delivery of ordered supplies within 49 hours of the time the order is placed. Delivery must be made during normal working hours, Monday through Friday, 8:00 a.m. to 5 p.m. F.O.H. Destination. City of Midlothian has specified delivery locations. All unit and extensions shall include freight and other delivery charges. Na med shall be shipped with an expiration date that is less than one year from the month the med was shipped. There are no minimum purchase amounts for an order and na service chargesldeIivery will he applied. Failure to deliver as required will result in the purchase of said order from the next highest bidder. Delivery tickets must accompany each delivery, Invoices must be legibly prepared showing the full description and price of items(s) delivered. EMS FIRE DEPARTMENT MEDICAL SUPPLIES RID 2020-28 CONDTIGNS OF BIDDING (Full compliance with the following conditions is necessary for consideration of this bid) I. Signature: This bid must be signed by a company representative authorized to bind the offer contractually. 2. Unit Prices and Extensions: If there is a difference Wween unit price and their extension, the unit price will govern. 3. Freiaht and Other De11very Chartres: All bids will be F.O.S. delivery address, freight prepaid. Charges will not be added after the bid is opened. 'Ilia City aFMidIolhion assumes no liability for goods delivered in damaged or unacceptable condition, The successful bidder shall handle all claims with carriers, and in case of damaged goods, shall ship replacement goods immediately upon notification by the City of damage. 4. Acceptance; The materials and/or services delivered under this bidiquote shall remain the property of the seller until a physical inspection and actual usage of these materials and/or services supplied to the City are found to be defective or do not conform to specifications, tite City reserves the right to cancel the order upon written notice to the seller and return such product to the seller at the seller's expense. 5. Discount: Show rate, total amount, and latest day any discount will be allowed after receipt of article and correct invoice (per conditions of contract). 6. Payment: net 30 days from acceptance of goods/services, receipt of original vendor invoice, and/or all other required documents required in the detailed specification of this bid/quote. 7. Escalation/De-Escalation. The bid will be awarded with escalation/de-escalation pricing, in which tale vendor is required to give a 30-day written notice be Fore price increases. Requested increases must be a factor beyond the control of the bidder. The increase shall not exceed the percentage increase passed on by the manufacturer, and proof of need for increase must be documented by manufacture's letter and forwarded to the Purchasing Agent. Any increase must be approved by the using department and the Purchasing Division before acceptance. Price adjustments sehedirled and allowed as agreed upon in RFP only. Any contract awarded with an escalation clause shall be subject to de-escalation In the event of cost reduclion 8. Federal or State Taxes: The city is exempt from taxes by Federal Excise Registration #A-312726 and State Permit #75-6000-609. 9. Guarantees and Warranties: Must be attached to the bid and may be considered in awarding the bid. Seller shall guarantee and warrant that the equipment or product offered will meet or exceed specification identified in the bid invitation and are suitable for and will perform in accordance with their intended purpose. The seller shall, upon request, replace any equipment or product proved to be defective and make any and all adjustments necessary without any expense to the City. If at any time, the equipment or product cannot satisfactorily meet the requirements of the specification, the Seller shall upon written request from the City, promptly remove such equipment or product without further expense to the City at the City's request, the Vendor will provide evidence sufficient to demonstrate such equipment or product meets the foregoing. 10. Delivery or Contract Completion Time: Must be shown, as the date may, where time is of the essence, determines the contract award. Failure to state delivery time may cause bid to be rejected. Successful bidder shall notify the Purchasing Department immediately if delivery schedule cannot be met. If delay is foreseen, successful bidder shall give written notice to the Purchasing Agent and EMS Chief. The City of Midlothian has the right to extend delivery time if reason appears valid. In the event delivery is not made within the stated time period (without acceptable reason for delay and written consent from the City, the City reserves the right to place the order with the next available vendor and the successful bidder shall be liable for any increase in price as liquidated damages, if being agreed that said sum is a fair and reasonable estimate of actual damages the City will incur. Bidder will not be held liable for failure to make delivery because of strikes, conscriptions of property, governmental reguintions, acts of God, or any other causes beyond its control; provided and extension; of time is obtained from the Purchasing Department or EMS Chief. 11. Bid Closine & Bid Preparation: Sealed bids received after the bid opening date and time will not be considered. I will be the SOLE RESPONS]BILITY of bidders to ensure bids are in the possession of the City of Midlothian Purchasing Department by the appointed date and time. The City will not be responsible for bids which are mismarked, delivered to the wrong place, or delayed in delivery. Electronic and Facsimile transmitted bids will not be accepted in the bid process. Each bid must be submitted in a sealed envelope bearing on the outside the name of the Bidder, his address, the name of the bid title, and bid number if any. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed as specified in the bid form and as above. 12. Item Bid; Each bidder shall describe (per specification requirements) each item bid as to Manufacture, Brand Name, Model, etc. Items shall be NEW unless stated otherwise in the City's specification. Any reference to model and/or make/manufacture used in bid specification is descriptive, not restrictive. It is used to indicate the type and quality desired. Bids on like quality will be considered. 13. les: Samples of items, when required, must be furnished free, and, if not called for within 30 days from date of bid opening, will be disposed of by the City. ]A. Alternates: Must clearly state "ALTERNATE: and shown on the bid form with complete information attached. Alternate bids may or may not be considered in the bid process in the sole discretion of the City of Midlothian. 15, Excention/Substi(utions: All bids meeting the intent of this invitation to bid will be considered for award. Bidders taking exception to the specifications, or offering considered for award. Bidders taking exception to the specification, or offering substitutions, shall state exceptions in the section provided or by attachment as part of the bid. The absence of such a list shall indicate that the bidder has not taken exceptions and City shall hold the bidder responsible to perform in strict accordance with the specification of the invitation. 16. Pharmaceutical Reauirements; a) Vendor must be licensed with the Drug Enforcement Administration to sell and distribute Schedule II, Schedule I[1, and Schedule IV controlled substances. b) Vendor must be able to provide the Drug Enforcement Administration's electronic Controlled Substances ordering System (CSOS). c) Vendor must be in, and remain in compliance with the Drug Supply Chain Security Act and the Prescription Drug Marketing Act. Vendor must provide transaction reports with each shipment of pharmaceuticals. t 7. Amblauity in Bids: Any ambiguity in any bid as the result of omission, error, lack of clarity, or non-compliance by the bidder with specification. instruction. and all condition of biddine shall be construed in the light most favorable to the Citv. 18, Changes of Additions: No Changes or additions will be allowed after bid opening. Changes or addition submitted prior to bid opening must be in accordance with paragraph I 1 above. 19, Fundin : Funds for payment have been provided through the requesting entity. The State of 'texas statues prohibit the obligation and expenditure of public funds beyond the Fiscal year for which a budget has been approved. 20. Trade Secrets. Confidential information and the Texas Public Information Act: If you consider any portion of your bid to be privileged or confidential by statue or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. The City of Midlothian will honor your notation of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret a commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as privileged or confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the Texas Attomey General pursuant to Section 5 52.3 05 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged or confidential under Section 552.1 I0 of the Government Code and Section 252.049 a the Local Government Cade, then such information will be made available to the requester. Marking your entire bid CONFIDENT]AUPROPRIETARY will not necessarily make it. or anv hart thereof. exempt from the public disclosure reouirement of the Texas Public Information Act. 21. HUBS: The City of Midlothian hereby notifies all bidders that in regard to any contract entered into pursuant to the invitation to Bid: Historically Underutilized Businesses (NUB'S) will be afforded equal opportunities to submit bids and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration of an award. HUB(s) are defined as certified businesses that are at least 5I% owned, operated, and controlled by qualifying groups which include: Asian Pacific Americans, Black -Americans, I-[ispanic Americans, Native Americans, and women. 22, Any contract made, ❑r purchase order issued, as a result of this invitation to Bid, shall be governed under the laws of the State of Texas with performance and venue to be in Ellis County, Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, And Local laws, regulation, and executive orders to the extent that the same may be applicable, 23, Minimum Standards for Responsible Prosnective Bidders: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: a) Have adequate financial resources required, or the ability to obtain such resources as required; b) Be able to comply with the required or proposed delivery schedule; c) Have a satisfactory record of performance; d) Have a satisfactory record of integrity and ethics; e) Be otherwise qualified and eligible to receive an award. 24, Bidders may recuest withdrawal of a sealed proposal prior to the bid opening time provided the request for withdrawal is submitted to the City Purchasing Agent in writing. 25, Chances in Soeci ficati a ns. or Interaretatians: if it becomes necessary for the City to revise any part of this hid, a written addendum will be provided to all bidders. The City is not bound by and all bidders shall not rely upon any oral representations, clarifications, or changed made in the provided written specifications by City employees, unless such clarification or change is provided to bidders in written addendum form from the City Purchasing Agent. 26. Collusion: Any evidence of agreement or collusion among bidders and prospective bidders acting to restrain freedom of competition by agreement to bid a fixed price, or otherwise, will render the bids of such bidders' void. 27. All naves of this document packet. taken to Let her comnrise the Hid. ❑mission of or failure to complete or return any portion of the required document, at the time of bid opening, may be cause to reject he entire bid. 28. The Citv of Midlothian. as a sovernmental aeenev of the State of Texas, may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lowest bid submitted by a responsible resident bidder by an amount that is not less than the bidder to obtain a comparable contract in the state in which the nonresident principal place of business is located. (Government Cede, section 2242.002) Bidder shall make answer to the following questions by encircling the appropriate response or completing the blank provided. 1.) 1s your principle place of business in the State of Texas? YES NO x 2.) If the answer to question (1) is "yes", no further information is necessary; if"no" please indicate: a.) in which state is your principle place of business located? Ohi° b.) Does that state favor resident bidders (bidders in your state) by some dollar increment or percentage? YES NO x c.) If yes, what is that dollar increment or percentage? The State purchasing and General Services Commission defines Principal Place of Business as follows Principle Place of Business means, for any type of business entity recognized in the State of Texas, that the business entity; Has at least one permanent office located within the State of Texas, from which business activities other than submitting bids to governmental agencies are conducted and from which the bid is submitted, and has at least one employee who works in the Texas office, 29. Award; Unless stipulated in these bid specifications, the contract will be awarded to the lowest responsible bidder or to the bidder who provides the goods or services specified herein at the best value for the City. 30. Prererence: Will be given to the vendor who is able to provide the most supplies/materials, at the most economical price. 31. Snlit Award.: The City of Midlothian reserves the right to award a separate contract to separate vendors for each itemfgroup or to award one contract for the entire bid, The vendor who is able to provide a large majority of items will be looked upon favorably. 32. No Prohibited Interest: Bidder acknowledges and represent that they are aware of the laws, City Charter, and City Code of Conduct regarding conflicts or interest. The City Charter states that "No officer or employee of the City shall have a financial interest, direct or indirect, in any contract with the City, to the extent prohibited by state law, or shall be financially interested, directly or indimet ly, in the sale to the City of any land, materials, supplies, or service, where such financial interest is prohibited by state law. 33, Coonerative Purchasine: The City of Midlothian actively participates in cooperative purchasing opportunities. If it is determined to be in the best interest, the City reserves the right to reject any and all bids and purchase the services and/or goods through cooperative means. 34. Inter -Local Aareement: Successful bidder agrees to extend prices to all entities that have entered into or will enter into joint purchasing interlocal cooperation agreements with cooperative purchasing agreements with the City of Midlothian. The City of Midlothian is a participating member of several interlocal cooperative purchasing agreements. As such, the City of Midlothian has executed interlocal agreements, as permitted under Chapter 791 of tine Texas Government Code, with certain other political subdivision, authorizing participation in a cooperative purchasing program. The successful vendor may be asked to provide products/services based on the bid price to any other participant. The city of Midlothian shall not be held responsible for any orders placed, deliveries made, or payment for materials ordered by these entities. 35. Termination for Default: The City afMidlothian reserves the right to enforce the performance of this contract in any manner prescribed by law or deemed to be in the best interest of the City in the event of breach of this contract. The City reserves the right to terminate the contract immediately in the event the successful bidder fails to: a) Meet delivery schedules b) Perform in accordance with these specifications and/or c) Transfers, assigns or conveys any or all of its obligations or duties to another. d) Breach of contract or default authorizes the City to, among other things, award to another bidder, or purchases elsewhere. e) THE CITY OF MIDLOTH[AN RESERVES THE RIGHT TO ACCEPT OR REJECT IN PART OR IN WHOLE ANY BID SUBMITTED, AND TO WAIVE ANY TECHNICALITIES DEEMED TO BE IN THE BEST INTEREST OF THE CITY. THE UNDERSIGNED HERBY CERTIFIES THAT HE/SHE UNDERSTANDS THE SPECIFICATIONS, HAS READ THE DOUCMENT IN ITS ENTIRETY AND THAT THE BID PRICES CONTAINED IN THE BID HAVE BEEN CAREFULLY REVIEWED AND ARE SUBMITTED AS CORRECT AND FINAL, BIDDER FURTHER CERTIFIES AND AGREES TO FURNISH ANY OR ALL PRODUCT/SERVICES UPON WHICH PRICES ARE EXTENDED AT THE PRICE OFFERED, AND UPON CONDITIONS CONTAINED IN THE SPECIFICATIONS FO THE INVITATION FOR BID. Bidders who are able to provide the following services will be looked favorably upon. I. Vendor is able to provide and support a web -based inventory management system (Operative 1Q) preferred to assist in the management of supplies and assets at an agreed upon cost. Vendor shall provide all licensing, on - site technical support, inclusive of training in -servicing, report writing, refresher courses, and delivery training, to any and all personnel deemed necessary to ensure that the inventory management system is completed upon being awarded the bid. Vendor shall assist, in an on -going basis, with entering all equipment and supply data, report writing, and creating of checklists into the system For maximum functionality. Yes x No— 2. Is vendor an authorized distributor of controlled access pharmaceutical dispensers and lockers (UCaplt) manufactured by the U-Select-It-Corporation or a comparable device? Yes x No 3. Vendor offers in-house kitting facilities, and is able to offer both standardized, and custom kitting solutions? Yes x No� 4. Is vendor able to provide high -quality, lower -cost, private label product alternatives? Yes x No 5. During an emergency (natural or man-made) situation, is the vendor able to provide a comprehensive disaster response program, and are you able to supply requested merchandise within a thirty-six (36) hour time frame, twenty-four (24) hours a day, seven (7) days a week? Yes x No Provide a copy of this program if available. REFERENCES Each Offeror is to provide a win innan of three (3) verifiable references in which the offeror has sold, maintained or provided ibis or similar product or service. Company Name: Medstar Ambulance Address: 2900 Alta Mere Drive, Fort Worth, Texas 76116 Contact Person: Shaun Curtis, Logistics Manager Telephone: ( 817 ) 923-3700 Email: scurtisOmedstar9i 1,orR Product Purchased by Reference: Sumlies and aharrnaceuticals Company Name: City of Columbus Fire Department Address: 2028 Williams Road, Columbus, Ohio 43207 Contact Person: Rick Meadows Telephone: ( 614 ) 221-3132 Email: Product Purchased by Reference: Suonlies and oharmaceuticals Company Name: New Orleans EMS Address: 1300 Perdido Street, Ste 4W07, New Orleans, LA 70112 Contact Person: Carl Flares, Director of Logistics Telephone: ( 504 ) 558-1552 Email: chores r@cityofno.com Product Purchased by Reference: Supplies and pharmaceuticals SUPPLIER INFORMATION FORM CO1IPAYY'S FULL BUSINESS NAME: Bound Tree Medical. LLC PHYSICAL ADDRESS: 5000 Tuttle Cross ine Blvd Dublin, Ohio 43016 I I PHONE 0., 300.533.0523 FAX W: 877.311.2437 CONTACT PERSON: Gres Wolf. Account Maaaeer PI ION E 0. R IT658.4168 REMITTANCE ADDRESS: $nand Tree Medical- L.LC 23 53 7 Network Place I Chicago, IL 60673.1235 1-800.533.0523 PHONNE►., Rnn m n577 rAx N: 977-311.2417 CONTACT' I'ERSOV: Addig ShopPh. Pik. 1111ONE 0: Al A 7rn PAYhIENT TERh1S DISCOUNT: 0 Net 130 COMPANY TAX ID#- 31-1739497 FOR MINORITY AND/OR WOMAN OWNED BUSINESS ENTERPRISES 'Not Applicable (To be completed only if rrpplicabte) Minority and/or Woman Owned Business Enterprises are encouraged to participate in the Midlothian procurement process. The Purchasing Division will provide additional clarification of specifications, assistance with Bids Forms, and further explanation of procedures to those who request it. The City of Midlothian recognizes the certifications of both the State of Texas Building and Procurement Commission Historical Underutilized Business (HUH) Program and the North Central Texas Regional Certification Agency. All companies seeking information concerning certification are urged to contact: State of Texas HUB Program Notch Central Texas Regional Texas Building and Procurement Commission Certification Agency P.O. Box 13047 6f 6 Six Flags Drive, #416-LB 24 Austin TX 787113047 Arlington TX 76011 (512) 463.5872 (817) 640-0606 httn:llwww.Iboc.siate, ix.uslhubbid http:/,r%v vw.nctrca,org In order to be identified as a Qualified Minority and/or Woman Owned Business Enterprise in the City of Midlothian vendor database, this farm, slung with a copy of your certi fic a li o n, must be returned to the C1ry of Midlothian Purchasing Department. You should return these documents with this response, or if you have already submitted this farm and a copy of your Ccrtil-rcadan to the Purchasing Division, it 1s not necessary to re - send certification. if you meet the criteria and are not currently certified, you may contact one of the above agencies for instructions to be certified, Upon receipt of certification, you may then return this fort and a copy of your certification to: City of Midlothian, Purchasing Division, 104 West Avenue R., Midlothian. Texas 76065, COMPANYNAME. REPRESENTATIVE: ADDRESS: CFFY, 5TATE,21P: EMAIL: TEL£PHONENO.: FAX NO,+ fNDICATE ALL THAT APPLY Minority Awned 8 us i n es s En terprise Woman Owned BusinessEwerpriss 4, Bound Tree CffY OF MIDLOTHAN EMS MEDICAL SUPPLIES DID NO. 20M28 DUE - NOVEM3ER 20, 20201MAM Item list for dty of MldloiWan EMS Medkal5uppiILs Bid No - 2020.29 1 Akwav Resrpdteti lr.Ed411a1�n F'J C( ter p74"140MOCA MWIMnaler// ERhWadonlilliv W.v-qFT MRPORATKW AF31RWr9R 5 9.50 11CA BVM,A[rlkrw Manua Resu a P atrkl. Manemrler, AtrFbw BVM, hrftalri�Mas Rew Ir g: VENTLAG Z As�'+W N= 47-AF:IIWMBFA Manometer j-�j�4,�°4TpH pF7i0RMR S 1250 11FA � Reausdiilat,{Aduhl Manomeler, A flow BVM,SM Adult, Mask, Re erocir 02 Bag. YE'fiFi14B 3 4i—v Eah;;Iun F1her or enu"ent 87-AFS140MBCA ERhaWlon Fiher. Manometer OORPORATION AF5140MD 5 530 11EA RVM, SPUR d, ATAHT, BAG RESERVOIR ME RIUM AIrlSX SPUR 9 5VK Adull, wlBag llesw%tir. Eap Filer. 4 *hno WIMAN0METT.11 1447411701 Manometer,PresltlreUmltkutYahre.MEDAdL*Me* Ahm S23613017 S T2.25 11EA RVM. Sfy1R R, Chlid, w/ChlW mask hag Feserytor, meth Pen, Podia We SPUN i BVM wfrodder Mask (lire 1 and sins 21, 5 Airway 2442-53213 Oww" Aeserrar Ile[. Pressure Limhine Valve AMBU 530213000 $ 89B 1/rA SPUR K. infant, wlinfans mask hag veseryn,r, mrdl 6 alrwav oen- d p p6S540212ODDEA SPUR II BVM, Warm. wMae Reservoir, Wain Mask AMRU 540212000 5 bSB 11tA CWVPIrs Select NeWliter. Small Volume, Mud HcK with Cull"LEX By ROUND 7 Awwor cum pkv Nehuliter wlMask Quit er cool lent pal-W CA Addl Aerosol Marl. 7ft lank Ressltarn Tubl ne TREE 102 S 0.70 11EA Toll Non -Retreat -her Elongated High Concentration Gwaplex Daypn Mask• Adutl. 9Funtated, Hfgh CoK Total Mask without Vem, Tit Oxygen Tutse, Rermolr Bag. rfpl AUFAPLEX BY ROUND 11 eLwae 111111 SYfo YeAL Retemolt W—TuW Iry C urlyjexOvYgen Mask, lid^ EIpzted, Party! NR6 S131MS-M&UFA GI a. Greek Vibe. Eialie A rack. Adult TREE CVRAPLEK BY BOUND gT-75060 S 6.7O IJFA 9 Alnr r iy/� eu��r Ba f(7 ys f a en Mas Ef old N w ( jpBSl 0-sjAec Partial Hon Rehreathrr. Adull '[g[� LiR1i1pLEX BY90UND 3005i S 0-71) 1 E& ID Akwar 59etvvenl. 711 Tubint 01 eorirNent 30053 Curaolex Partial Hon RebreAthwr Psrdialde TREE 30053 5 0,70 11fA Curapk4 Oas-gm Nasal Cannula, A,ckdr, Ca notnUgnal, Gear, 0ry3en Nas al pmula. Clwwenl hear, Non4kred Nara) CURAPM BY BOUND I Nrway on- P[gply 7 1uhirr(r rx N Nara Camulk P sat k.liver-thtEu, 7 R 301.1GTfA 1"iy. tls!ar 7r Tyf/y�, t Wmen Nas�l i, A Over 7 TT� RT 7e0d0 5 025 FICA 12 4kvvatr n sue Lumen iubll� or t 533-Nt5.241A]EA irk, -The -Ear Style, foot Star omen Tablet L'tJ 1pL BY BWMD ME BT-24131 S 0.25 ILEA Curaplea D4yam Arid o�ran Care, 2 DiSS OvIlers, 1 CUFAPUEX BY B0UNOEMSREG8725-57F6 13 #MAP awti. 0.25 LPK Black or tWJvalerrl 142" Cu raot ra All Dress Rrtularur. 4 irk -Style TREE MTM S 4150 11EA BY B04.M li Nrw+r �iI,I�may, �dr�'i.�URAPIEX Cafipkx Select Errdot ra�he W11h 5o t . Mm, 3 S CuSurapka CPR Muk wSrYr 47 14k1 a" BY BCWND 3�5 S i.2p 1lfA IS Airway �plf�+Ped er knt I113-I0i25 Endod-aeheal Tubes, Cuffed wJWe4 t.smm TREE 2113-1022S S 1.42 I/lA Clample. Wed Dwolratlseal Tub a VA StYIHte, 3.Ilmm, CURAP LEA BY BOUND 16 AW-" (�y�gp0� ��rlecl Er+dalracheatTeda wMh StYkese, 4 omm, 2113 10730 Endohacheol Tubes. Cuffed wAc iar. 3Anm 1EX BY BOUND 2113.1.0130 5 3.42 T/EA 17 Alrwav [ur'�Sppii�C�e rarneal7ubewllh 5tyhn r, 4.5nrm, 40 fri 2113.102413 EnAelrxheal robin Cuffed wJSni el. coons BY ROUND 2113-11R411 $ I.42 11FA 1B Arway f&1lgQ nrS 1gR1 rrra rrarheal Tube frith 5lylen SAMM. 2113•TOZ45 EndalrxhealTub n. Cuffed WSW or. 45mas CirR ," T71FFF� Z113-101A5 S 1,42 11EA 13 Airway e, Culled or Qent CuraplftsZ r "theATube Slyldlr,SSrnm, 2113.IC250 EndaiMcheal Tuba, Cuffed WSlyke, S.Omnt y - T ( CL •.. 2113.10250 5 IA2 ]IEA 2B AlW—V wlRr Cuffed or uh�r� Cuoplea Selma Ensfalrachral Tubewhh "low. 4Anm, M3.10155 rmiciracheat Tubes, Wed *lSiviet. S.S+hrn .a' - :;" r 1. T�[� CU�k/M BY BOMIJ 2113.1LT251i 5 3-42 IfEA 21 #A— rook or R113.107W prdotrachealTalei.Cuffed wr4%W.GRnm TREE 2113•f0260 $ 1.42 ILEA Cuspkx rachealTubewithSlyletfe,B5rarn, CURAPLEXBY63MO 22 Airway CulfedoreOWraient 2113.10265 EndotmhealTubes. Cuffed wrah%t.fiSorm TREE ZII3-10765 5 1-42 1IEA 1 eT 19 30und Tree Mediref. LLC CWaplex Select NmWharynReaf Airway. 32 Fr,&0mm, 42 � nWlky kbEnMi Style• Larex Free. 51C rite Or F4t*Ai9M 2621-19132 Curaplu 5ekrn euiu pharynaral Airway, 34 Fr, ■.5mm, 43 Atrw4e Rubertatrl snlry Latex Ftee. Stmik or euufma*M 2021-34134 Curaplex Wtrs Hawphi "#Al Airway, 36 Fr, 9ilmm, 44 Akw&w Re6erk"SMe. Ulex Free. Simi He or eaulratent 2OZI-10136 Cure plea SeIM NeLuRaer, Sinai l•adume, Handheld, Adair 45 Wrway Ae(�ypl M�� 7 ry Tu6i(1i p � W ew Leryrgo de udk, Ouposablr, �1.1D2EA 16 Alraray Mac2Or 1101-LEP020S Cmrafflew EED Laryajosvolae &ark & Harolle. 04pasabse, AT l 6,W *Y4w f� wrnL 301•LED-D305 Spew iED LaryrWncope Ruck & Handle, Disposable, 14B klr y Mac 4 or f j* Jy Anr D Rude & Handle, Disposable, Cu��WWOBerBor 301•LED-0405 I49 Alrwar ravlew eicdpe �SrraVlew �osrape Rude d, HAn04, ft"sable, P01•LFDODOS ISO iU" " Her SOrLlyalerw w-UG-IO1S ryn6oscupe Blade & Handle, Disposable, 5l �41nyaY �Jf, �% pe OWe & Handle. Dlsposabl4 0Pl•lEO-1475 52 Airway Mi kr 3 or encalralent 301-kE0-IOU S3 Amery DkaasaWGuedelOral Almarv.40mmiPkW 2OW3SO4D S4 Al.way DUssable GLwW Drat Airway, 50mm (N"u 2HI -3SM Sr. Airway Disoosable Guedel OW Alrwu.60mm IRaacki 2010.3506U S6 A2rwar Diseos able Guedel Oral Airway. 7Dmm IWhllet 2010.3511,70 57 A4w2r Dispaubla Caaedel Orel Ab►,W. etOmm {Green} WIG-250RD 53 Airway Oral/Aiirrmy. 90mm ITellow DissDmlyj�abkk� 09 2010.350 Ai,way `Guf�edddr 0m 201Q35100 Erldaiiachlll TuGefWder, TFrpmes SekCl, uh, for 60 ,A).— ET/QS�WAluu4bbri &,5��}mm� 110In 42mm]m 00 213DA2560 61 Aim" Pediatric 02040D EiTi18E [NfB00LILE'� Yk 011lTRli( 7(1 C1r1 WI COLIOE 62 A1rray lip 2120F17W0 63 At— 9-01212.70 MIRM WRIVI4=10.15 N lPM M1 Airway GO PAP with Btlrae W - Adult Medium 1346OZER Hem List iar City d1 ZAWOW an EMS MedhA S upplies gild No 2030.29 Cwapfe- Selen hasdpha"lleal Airway,Neoprene, CURAPLEY BY 5D17ND RObers3m Shle. 32 French TREE 7.OZ 11-a132 5 112 11F.k CuraFkx5dwNasopharyngealAk".Neoprene. CURAPLF%6YBDUHP Rubertarri Srsie. 34 French THEE �-0711.8t34 5 L12 JAA CuraplexSe%cl KnWharyMeal Airway, Neoprene. CURAPIEX RY WORn Rabe0sTiIsmle.36French TREE "111.4136 5 L17 11EA Cumplea Sefen Nebulizer,5m2I Volume, Hand Held, wilh LURAPKX BY BOUND 7k Kink Reslslaat Too EF D npowupe Blade & Hande, Disposable, REANIM HEALTH a02 S GAG IIEA Mac211Cy_jQEjLf811]BK1Cs fERVICES CuRview Blade& Ohp—bee, TIWAHM 301•LED-D2D5 3 6.51! 11SA ryn10SC0Pe Handle, HEALTH iN1aS$2IFJJ li1[3lKICS �Fj11(�'.F CyrjNew( Blade & Handle, Dispaiable, iAI AFj HEALTH 301-IED•a305 S 6-98 1JEA ryngmmpe M=41 j 4�S SERVICES CrxasRrw ® ivpe !lade & Handle, OhpOMable, iM 301-LED-0405 s &98 1JFA ryrr WM HFAtTH �qxer 02,p {IJBIf 39XlCS CmwVlew D nganWe Blade & Hande, D13pwable, #ATHEALTH 301•CED•0005 5 6.94 11FR Mil 11 3wes SE }� t etude & Handty Del 301-LED•I01S 5 69S t1FA �n��ayyr�aWnlryA =gn(rvpe posable, 5■pC.91 fiqr=" RW1MHEALTH rL�rlV!lW KrZIdpe & Handle. Dhpdsabrr, �1•LER 107S S 6.9>f 1IEA elide rRI Maier 3 1JCA MrAN1X 3ea/G5 5EMCES 301-LEG-103S 5 6.99 11EA CURAPIF1t By SatkiD Curadkr&err, Gnedel Alrwar. 40MM, pink TREE 12990 5 0.2t LIFA C11.•e .......... Cu Plan&rrt Guedd Akw2w. SGawn, Rke TREE 13p57M5 5 U-21 11EA CURRPLIX BY DOWD Curades6reC Guedef Airway, 60rnm, Black TWE 13059 5 0.71 CURAPLEX By BUW40 Cu raNea&nm Guedel Al rwav, Mnnm. White go tURAPLE7I BY BIXiNP li_ D54 4 1171 1/FA -- - C4rauier&ser: Guedel kmar. 1SOmm. Green TREE 1306D S: 021 INA CUMP1F.x ety 6WND Cd Vlex&ter: Gunki A'rwar, 90mm, Yellow 13061 5 0-22 1/EA Cu 9 Ahw UILI 13062 5 D.21 IIFJ1 EHdoI eubbHolder, Thcmae�A&^ for MEDKAL ETISGRTuW 6Sorn ID In Qrnrn 00 qp�p [dt.AbAt MEDICJIL 60D 47500 5 3.W 19A mw��ip�j �jj � / P�(��j UDRP. ETubeP6{Inuedrr28r,vue[o(Iih 60020709 5 7.75 11EA encha Mf e"ric SUN Mal .DupInuaduur,&ueCOudeRWISFrench P4211-TO 5 CU ,SIEA . Aduh SIpYMED 94U212.70 5 A-22 VFA Flowmeley AAKNM um, 0-15 LPM, wXbmtdi r,/41n ronnecl p60� A��,rM�'�i �fi},, t■ 3 WPAPAP w1 ht MTrac W-Adult ME31 �EOICAA 313f�602F s 5o IIFA 3 OF 11 Bound Tree Mec0al, LLC So 41-0. VEkcope 7 blade Site 02 2146-030210 91 Akrwar UEkape 2 Blade Site 03 214&03030 92 Airway UEScoos2Olado5irlW 714603040 83 Al rwav 11EScapr 2llL460 Kit I146.01700 94 �X YdDne Smal l Volume Nehulliser of efK"eol A911203 #ing15p 45 ABDOMINAL PADS STERILE B IN X 10 IN 1212 12111 Randagfnt(Sp % .�BANDAGE NOLLSfERILE 210IN 44F.A�CS KERUX Mukl•Tnuma Ores In& 10 301n, 5wire. L50030 97 BtSp40and age, n x 'Nip25n-fm 16353 �fLda�nTJsp 9111 ja�aNpd1SP Board so1W. padded. 3a to In WL.. aranee riml Corer 660012 99 ad a Bmrd tOim. Swhfed, 3s36in roll. won" rims cwry alhVlSP 666a13 100 mina Board sNYY,Padded. 3e54inlar%, Anrevimlroan "MIA Bndaen=15p Coral Applkatron Tau wl4uet{GT)Tactiml BlIck Gen 7, 101 [[((11 f One•handedToimkluer-vsndkassSvstam Id80•I302Z Binz)aginilSP 102 ,,,wN.+ny' CoNsiveElmliCBandMeZinWool 1121-36S71 Ba�ntliOln(/SP 103 ��1Q� Baarydj�aB"WIP TyN�,3n.nnn•sutle,dean 1121.36572 104 yCo(nnFor�rmingn1aaaeYeiiban 3121.36559 ]OS midryi pprt {,y�sbraknt ,a21i"#1sia npin Akulwl Prep Pad, Large, Sledk 1001811 or 04150 205 ;rrllne padqpm 1330•66100 andaglnySO tundea Akchd Pray Fad. Medium. WIN 2001OX or 107 AW " don }330•86300 afidaginitfSp CdadiefnLaBraU board 5ttnlp�,fBeluoe,,, 5 ft,Side Release Buckle, Jrd 103 3a�n��yydal ft'sp C apkr B�7rm . rs�Je, 1R»kon•sledle, blur, self 166ffi lag 1123.36572 r2ginwSp Ili Bull`! ,=Gee, hReca, 6o Ina 90 in, 1Beales ]]O IleyJry r /� �(uNBandatrRuB4S'a4.lyds.6pIT.5[arik, 17fO0R15 111 BlrsglSp IhljTa t�� BandaynLMp iwaplea Farad Imngbirber, AdvR, ind Head and Chin 3131.366A5 j12 Rntk?/ rflj, }0ea•Isti 3141.91010 B anda�JfWsp 313 Qpt y swidaclowsp 1432.560M 114 Rntini Voraalnasim the Eked. Bask Kit Vlanwlm Sealed 6601:11-STIMIR Item Eisl far City of Midlothian EMS Met iral 5upplie5 Sid No.:2OZO-28 Singe Un Blade She DZ for UE5CU PE 2 We 910.302o S 40.6S IMA it male Ilse Blade Site DI fair UESCID PE 2 �i •r,t,,....�..t � nx. UI:iAfGILOEVICES EO i10.3 BJ0 S 401i5 ifu Sl vale Use Blade Site 04 for UMCD PE 1 010-30W $ 40-RS IjFA VE460Starlet Kit WUU Tye, Flea How. MEDMALOEvias INF 46M11D0 5 t,600D0 VISA hullrer w1iAnu1hniese, ;nd7 Fear Kink; Aesiasm Tubing INC. p210 $ 095 11EA J me �ecAbdomkial CombLne Dsq ',3tedIe Hn c 10(n TREE �(�'x Gaue Randage Rdl, Steflle, Paurly mall, 1232.32111 5 3.40 tolax 2JSirmA a 3.0 weal CAROBrAL HEALTH P206 S 0.7S IJEA ._. _.... .-Jilt! Cfrao lec MuRi4muna 0res7Mt. 321nds a 34%rxiL 5lelae TREE NORM•[ IMOGISO 3 0.79 I&A_ Spill, Padded Raard 31neh a 1SY,rh, Onnae Vinyl [Guff OW Own 5 2.45 t EA Sams. Padded Rand, 3irch c 3UJ h, Orange Vinyl Coat OMS 6aoxM 5 4.15 1/EA Swint. Padded kard.31n[he5<inch.Ora naeNmIcm" UNIS R0G54M 3 5-55 IJEA Combat Applleatkon Tou i tiet (CAT1, Orw handed NORTH AMERICAN ToatHvu4t 1100 n Idrkldiass SCitem,Tacllol Black =1199}/(j5 5 24.70 UFA O'0001 ESi ��(�� a Cunplea Cdheslve Etffe Bandage, 26% Blue 7p[�� �17.f-36571 S 1E55 761Bx GIri�TeaCdrrifR3Baddlaw age, Nprp tk.l G,i �123.36572 5 15.90 y41Bx 51eelle.3kL, 12nlfbg:bglo .,,,r - IM-36559 5 CU O 17IRG LGRAPLE3I BY bouHd Curam"ShmpaSolo P Bb64250 S L2S IfEA CIIBAPEfl[ BY ROL1Hd Curaplea Starlre Afro hot Prer Pads, Lana TREE 1330-86100 S 1.60 100fEA tURAPLO(SY0OUH0 CuraP)p Stevie Alwhal Pr Pik Med ham C urapEra Rackboard Scrap, �jNeur &uUq 2 Place .r' .I . Y . ij $`d ,,� F a . , .• CUE 5 IS2 70mx W Loop Lock, PolsaroPNene. blue. 5 feel TREE IN010o NOT CUT S 2.35 YEA Cumin Cohesive Elavic aa: -v.3in. Elsie 'Ii1� id�LE% BY BOUND 1121.36572 S I6-45 24XX Cunplea Blaniet. Fleece. 60inch e90alm Navv Blue TREE 171001015 5 3.50 11EA [uratl'ea FAdf bandage Pall GPh. Sredk.45' trr4.lyd {UikA�jF - - PIEX BY BOUND 1121.36645 5 D.60 WRL Cvaplre Instant Herd ImmobIll fee. Adult 1BFpp ctfR1PLEII BY eaur4a BT-91010 s 3.12 IJEA Curapkea Hut Pack, Sma# TREE Hsa50 j D.22 VEA Cl. ...a.. ... I. Compiea Slop the 6laedirev, Basic Kit TREE 96MS BMIB 5 39.50 I1EA 5 of 19 Bound Tree Med"IF LLC n Cantrcl/Cleac !iB 'FP Mkrodol bleach Wipes &em m ISSBO&I2 179 Cantrcimlean lry Multi•Pu row a EallerGon a se vdth H oc! enrdn IWI.11367 Carriml/cpan I80 Part slate Rewralef. N95 Mask Larje Sloe I513 nwn CdnroVCfean Pacdcdate Respicatur, N95 Mask. Tecrrd. Re=ular Stop 351br I81 Ipr 66a1a 0518 Idrh EontmlXC aor 102 11� Pa"kUbte Reso"W'. N95 Ma s1. KL $ire Anion 1031-466P7 ContralJOean Perse+W Wipes, FireWipts, Tor Spot RerrmmP, 8 on x 12 In 183 Tenured flLspcprhse 17Iht 3063.20763 I dl�iap. ContmIlCltdn SAFETY Coitus, V20 PURITY, CLEAR ANTI -TOG LEw 194 17 RIMBEBLY CtARK w eAi.sra[ML coon 66D274 CuhsmUUeln 105 i SCAUFfLDISPOSRRLESTERIIE II111EA1BR4111 5 ilnlon 4ON12 ControlMean SHARPS CGNTAIHER IN ROOM RED 5 QUART 1251N X 55 386 I IN x10.75 1N 2WE5 Ion 11150 0-5198 Canuel/Crean SHARPS CCINYAINER OLD STYLE SQUARE RED 4.7 QUART 10 197 j P) X 61N X 775 IN 12105 Iwealon 1Bb0-O87W rAnstall0ean SHARPS CC{NTAINER STACK RED WITH C1EAA UP 1 QUART IN A.25 W H X 4.251N 0 X 451N Infe— 1860-MG1 ConWIclean SLEEVE vadTF GAUNTLET, ELASTIC OFNINGS, IB IN Iarrn 189 W ror 'r rwl W.. 295502 Eontrolfdean 190 Pr SPIT SOCK FACE COVER TO PREIMI T PATIENT SP1ITING 1033 15311 IV Supplks 191 wad Needks cwadtr Dart wMal adanerksl 67021z-KIT WSupPlfcs 192 and Needier UIYHMR INTRAVEROUS EN1 16 M a 111A IN SOIbK 35306Z tV Supplies CATHETER INIRAVENOU5 (NJ 1B GAUGE X 1.251N SDMX 19) and Httdle7 PROTECIN PLUS 353G65 IV Supplies CATHETER INTRAVENOUS (N) 20 GAUGE X 1,251N 5"X 194 and Needles PROTECTIV PLUS 35M67 90119 Item List far City of mw alIlia c E M5 MA IC41 Soppl leg Rid No.: 2020.28 Carnhrlrlge 5e:.rsan 'MFG StO • YAP ES. BLEACH MIC ROOM 11601TLIal USA. LLC SM12 Currple.r Alullf-Purpose Colrrcrioq Bag With Hook 121P9 CUPAPLEX BY BDUND 4BPKIC5 TREE 1071-17367 W51SMSedesRes piratorAlas Dlspuwble.Molded MOLDEX•METRIE, Nose Br idda. LG INC. 1S 13 FCIXDSHIELD N% Panlrulate Phee Relplrator and kmlcal Mask. wlHeadbrnQ O+arga. Safrly Seal R"ular OF1N Hilvard. Tnc P6767 fhQSNi old. N9S Res&rat Dr. Shnall 5ue.."ICX 6WICS O6M Plaivard. tnc 46627 FireWlpes, Personal Wipes. for Spilt Remov8. Bin K lain. Tealwed. III Paine Firewides FWMD7CA MEO PLUS SERVICES KimLmiv tlaik V20 Saute Glassts. Cl ear Am FFol Lense USA 25654 OPNAAEX Aledi nut SCa bet. Sterile. Dis wsabl e. Size 11 CORPORATION 4111 Cyuraplex 5hahps Corr talmir, Mallbce/Rctaliry Lid, 1GSin v LOFIAPLEX 611BOLIND 3S6w x 1051n.5.4 Ovact TREE 186"8708 CungAu Sharps Container, FlaL IWn L x Tin W x 6.751n R, Cl1FLAPLEX BY ROVM ■[Wart TREE 1960-097116 Curap'ea ShWPSCmt*Rr. FLp, 3-Sln L a 3-$n W a 7ks N. CURAPLEX BY ROUND 1 Quirt TACO I NG 08702 •HON•AETURNA BLE' SLEEVE UMFIS YELLOW 18 IN 100PMlLiC SAFETY TODAY 0025U1-YPF Shct S06 Hood, to Pret•e 4 Sp losing cw,,oaex pan: WI Viyl Adamw KK I3EC Sri k"I Prole niv Plus N Ca4h He n, I6 ra x 1 1141ncch Prolecow 14w IV Calhelms. Itch x 1114fnch Frotediv Plus NCalhelm. 2GBSir lrneh S Tom IN" 5 8.75 171PK 5 21-" Xmx S 0-74 IIFA S 209-99 15Aex $ SO.TB 12M S 1.95 lAl 5 G-45 1iFA S 337 31FA $ 135 IIFA S 1-15 POEA jMR6 61 �{ 4..r. I S►ET 90C1t WHIFE 3 TREE ~ 670712-KIT $ SMITHS ME DICAL AM, INC. 3GSZ01 $ SMITHS MEDICAL ASO, INC 306501 5 5 PATIM MEDICAL ASD. WC. 306701 S 3.10 TlEA 755 iJEA 1.14 ILEA 154 11ZA 3.54 111A Bound Tree Medical, LlL IV Supplles Lamm, Unlsllk 3 Comfarl Safely, 21t Ea x 1J mm, Sf njle 237 and Needles Use, F-We 2764.70728 NSuWIL4 Lancets, Uninlik 3 Nurmal Safety, 23 gal IA mm, SIn6k 213 and Needles Vie. Yellow 675-ATIOO2 IV 54pTls Needle Ry podat mk: SafrWide, 10 la x 1.5 inch, with 214 'p od laerdles shl Clone mrLhanhm 1641.75618 WSupplies Needle Hypodermic, SafetyGBde, 21 tax 1 kdr, with 215 and Needles shlrldimamecpanirm 623CS916 IV$uppEe[ 215 ad Needles SrrinAe and H—rite. lom 21 sa s 1 112 inch 11297 IV 5WpIIe3 217 and Needirs Sarver and Nrrdlr. WU I"Tubelculn, 25 u a 5A inch 11279 IV Supplies 219 and Needles Sainte and Needle. Ex Ft. it[ YuhemAIn, 26 [a i LO IrKh P62601ORk IV Supplies Syrinje and Safety Needle, 0I 3cc It wjftliose 21111 x 1 In 219 and Needles Detadabte Needle M779 rV 5Upp5a! $ydn&and Sala ly Needle. 00 See tL wfEGipm 22 to x 3 In 220 ppd NRedlu OetkdlatAt Needle E012350 NSupples TIT and Needles SYRINGE ONLYLUERLOCK3OCC 1633-30430 IV Su PPI°es 122 aid Needles SYWNG E ONLY LVER LOCK 6WE 620100 N Sup p lm 223 and Needles Sw6v-. Lmr tmL 30-3SM R631.29M IV Supplies 224 and Needles Toundarret f Dan latefl Ihdw d-al raged 1941 14OD0 IV Supplies 225 d My SL VIAL AtI155 CANN ULA 1OQ/BX IOBXILS INWRUNK 153357 ucas 4 WIRE LIMB LEAD' WITH II LEAD CAPABK3TY ECG 8 FT 726 S1k E11 lR TRUNK CAUE•XTANGLE MNNECIFOR-LPI2LP15 27421=11 Lucas 6-WiRE PA[ODMI AL LEADS POR A 3141FAd RG CABLE FOR 227 j{1q ll' UFEPAX IS 2743.02I11 1. n%i1Y0 ECG Chart Paper, Themw1,106 mm,Rld Grid, for Plryskp 2219 Supplies Comrol LP IS or eauka4nr 2745-ICIOR Item tilt for CftV of Midlothian EMS Medical5upplles old No.: 2V2o-I8 wRAPL EX BY BOUNC/SLLM-2764 - Cuno;exLret5aletYLmeet, 20 Gevffe.Onnee FREE 70728 S 525 10"9 O W EN M UMFORO Unls Rk 3 N0emal Safety La ncel. llmen. Z316 10006nr We Ar 1002 5 17.25 10"X BD Ed i w Salere Nee&m [offs: 1 1IZInch BECTON ElKR1NSON P05766 5 2235 SOWBX Safety Gide H4P9dern1�E Needle, ISO K linrh Beclon Oicidnsort 3OS916 5 0-4a IIEA SYKnIe wdh Needle, Luer-lock Yip, 3cc.21la c I.11Ikt EXEL Pfto r,tM Nub MTERHATIONAL, INN- JAI07 S 0.09 lIEA E10EL TubercuM Slnkree w1 Needle Lw-Slip. I" 7Srta t Sldin INTERNATIONAL INC 26044 S O.t4 IIFA ExEL iube=11n Sydntff w1 Ne"%. Iuct. Sin. Iw- 27ffa x 117ka INTERNATIONAL INC. 26048 S 10-40 loam S"hge DeN[lwWe E Ume Needle, 21 as x line K. ace BECTON O1tKINSON 305729 9 0-16 la Safely Glide Iiypo&,rnk Net dLe. 222a x 1 112indl OFCTON DKKIN90N 3059W 5 15.90 5015X B. BRAUN ME G IYAL So,-' a Ork Luet locL 30cc INC 4617300,01 S 0.44 VEA Ex EL 5rrimate IOrOY I. Luer Lock wlcap. 54filkt INTERNATIONAL INL 263M 5 l6.32 2stax EXEL Syri nee Luer loci w1cau. 30.35cc INTERNATIONAL INC 26250 S 0.42 I/FA CURAP LEX BY BOON a [ur2c I" romt 4uct. Lai ea free Iin a 1BIn. Rolled. Bfue THEE 1941.16000 S 1996 250IBG kHmOrd. Vial Access Cami0a, 35[a BECTON DICKINSON ID3367 5 0.35 IIEA A WARE UMS LEAD WITH 12 LEAD CAPABRM ECG 0 FT I UNK CABLE4IT ANGLE CONN ECfOR-LP 12 UP 35 Pl1YKER 11111-CODWO S 345.70 ]&A 6-VOM Pfecordlal Leads for a 12-lead LCG Cable STRMIL 1111I.0000�2 5 13I.25 '12EA Camoer6reg;1CGChanPaper. The mat, 10Mrwrr,+rd CURAPLEX by BOUND 4rkL 1pr PhvVc,Cenl rel LP11. LP 12, LPI5 TREE LP 12 $ IA0 IIRL 11 of 19 BoandTFee Mettical, LUC Lucas I46 LF•lS ino LUCA5 451O•U4G76 tl/ ucaass 247 In 5 cans Mastro SET Rainbow CDrrlw6sle Cable. 41t 2743.02406 LUCAS Masimo Rslnbow W Adult Reusable SoO2. SpCD, Sp Met 24A rl"In �( ]5 and Sensor, 31r. for use with RC Patient Cable 2712.04971 Lutat Masimo Rainbow, DCIP Pe"Is: Reusable Sp02, SpC% 249 _SutyJ}es S~ Sensor, 3R for uuwith RC Paliem Cable 274342069 �tY-�5 cares Lucas MON Battery Chatger IPhysfoli Includes AC and DC power 250 curds 2150-S7711 Lucas MuIWFumilonDe0bPads, Physic •ContrdAdL*/Ch7dor 251 Ron. [Y' -1 lvalent 16394 ss ak1 Lucas Mutti-Function Defib Pads, Physic -Control Pedla Ulc/infant 2S2 WI; Aries or equmalent 16984 i and Ls s 253 $upl4PE r. f1 Sir o MOP CW-Remabie, Adult 2515.635D1 Lum 2S4 tkipwies LP-15 a- MOP CaN•Reusabk, Chad 2615.32DD3 Lucas 25S Y"' Z Li i Z. NIBP CuH-Reusabk, Want 26I5-81409 Lucas 256 jwMIIP ]Sand Cuff-Reutabfe. Lane AdA 2615-24212 tucas 257 SuftV II.P•i and fJIOP Cuff -Reusable. Small Adult 2615.82619 Lusts 258 Su IT. fs ihd ll Tables Celled IPhnb1 2613.2R148 Lucas 259 SWp0es REDI-Clurte Base 2746.11541 lP•75 and funs 5R"R. MASIM0 LNCSADI7t, ADULT IB W ADHESIVE 260 Wjtp.!'Ai �1SL DISPOSABLE SP02. GREATER THAN 3pLG 2712 D4126 o Lus Smton. Mail mo SET M•WES A6A Aditeskm DisA for use 261 1 w/RC jRaLrthow or SPO2 o-W 44 Cabla NI203911 and lum Sensors, Ma imis SET M•LNCS, Infant, Adh, D•rsp, for ute 262 Supplies w/RC IRaYsbaw or SpO2 wssyj P1 Cade 2712-41171 Item Lhl for City of MWlolhian EMS Medical Supplies Old No.: 2D2O.28 Lucas 2 5uchon Cups. Dsposable, 3/pacf STAYKER 115,76000046 5 125.90 37PK MYslma Ralnbaw FICA CssmPac'bie Cable for SDO2. 4It MASIMO 114O6 S 9435 1IEA MatWm SET Rainbow 5emx, 3 h, Reusabbc AL ilt STRYKER 11171.O0OD49 5 55775 1/fA Sensor, Rainbow Direct Comma, Pediattic. 3 Foot DCIP, SpO_ Wn, SOMet Imethe"tioNn!_ fAA-900O 2G69 S 779.00 1ICA M oblle Rat lm lT aram fa the UfePak IS LP1S STRYKER I L577 0"t 1. 5 1 869 47 1lEA Ctaaplea Select Muitl-function Defibrillator Paris, Physic CURAPLEX BY BOUND Control, AdA TREE 66W2O5H 5 1555 I/PR CUnpka Seim Muhl. Function Defdsditalor Pads, Physic CURAPLEIC BY BDUNO Control, Adult TREE 66002OSH S ISM 1/PR UltraCheck SP Cuff, Adult Single Tube, Reusable, 26- SPAC"11S 3 km HP fihhl HEALTHCARE 1152635HP-05 5 13.28 1/E►. UWC beck OP Cull. Child Single Tube, Rmable, 13. SPACEWS 20cen. HP fill IN HEALTHCARE W1320HP-05 $ EL95 1/EA UltnOseck RP Culf, Infant Single Tube, Reusable, O•ldem, SPACELABS HP Fitting HEALTHCARE USOa14HP-05 S 7.95 I/EA UlltaCheck BP Cuff, LG Adult ShLle Tube, Reusable, 32. SPACTLARS HP Fitlin t HEALTHCARE U53242110-05 S 14.95 I/FA 142cm. IUItnCheck BP CuN. SM Adult Sngle Tube, Reusable, 18- SPACEIABS 2km. HP FiHIna HEALTHCARE US1R26NP-05 S 1035 ILEA 1111W Hose. BatDeet Omlin, CoRr4911 iSTRYKER 2130O4)O11148 5 82.25 IAA IREDI-CHARGE BalmycHarter Bass ISTRYKER 11341-000115 S 1.3119.90 I/EA M2%imo SET 1 NCS AdLi Adheslve Se nwr. D 4posable. l Asiult. Grealerthan 30Az IMASIMD 1859 S 12.92 11EA Mailrm $ET M-LNC S Adheslre Sensor, 18 inch. Adult ISTRWER 11171.0017039 S 13.90 11ffA Maslmg SEE M4.NCS 5pD2 Serum, Adheshe, Disposable, ISTRYKER infant 11171.0000a1 5 1R.18 I/EA 13 of 19 Bound Tree Medical, LLC Item list for City of Midlothian EMS Medical5uppiIas Bld No.: ZD20 28 283 Wdiwk— CAt 00PA ❑iLrltil DE MM 10ML LUFAIET 313344 Cal d m drldrlde, hem. 113r A Lu., let Prellred swirtre IMS UMITED 7631933041 5 110.15 101BX 28a MatialluM CalciumChlttrlde3M30m1Luerlet1DWS ,3733B4 CaldumChloik*..Ism. 10m1LuerktPrennedSvnrtre Lfi f Re" �j}� 7632933041 5 ui-42 19t911 Cena Dole Epfnephrine Converlktsre flit llml vu1, 2 SPECIALTY PHARM 295 Medicatiom Cerra Ooze rpinenarrlae Co Wence Kit owl.05 Win crtl UFA 5FAICT SYC 1D1•EPF005 S MPS 176A Kin FI INC. 766 Med.=IOnr PEMOSE SM ZWNI, SOML AN5YR SYRINGE 1013C 37751S Dextrose, SON, SOrnl AnSW Plel3led svrirrfe (11CI l") pm097S1716 5 108.70 1018K 2117 Medotlects p EMOSE SO% 25GM. SOW Ll1E P. In 10138 3723M Dertrasr.5M 2Scm. 501st I hoer le t Preilled Svrkw IMSX tw= 7637933011 $ ISx,70 1401PK 21f0 Medications Dtrlrose 01D 19Da 757a70 13more, 10%. 250ml b4c 2-72 31EA Ama OYost em Hyd—,hit"W Injectlun, 3SmI/Scnl j5ma m11 Phannace Ut& USA 299 Medcall7As CPAlturm.25-2.5ml%ftl 1lekiterate' b013-10 Via] IHefrirewTonReuuiredl Inc 0641601330 S 35.15 1016x IFRCquilllk-nCOAL 290 tAedicatlotts dPHENHYARA1NiHE50MWMLIMLSRV2G35-BEFLAORYE 1000200 �Qj`p ��� �1i1it',�'j'IR,1'mlirShkdi Preldled .7a§I�Rljljtl 1000200 S 435 lIFA 291 MedkaUans Etttne 7hrine 1-100001MG IOML UFESIHELD SYRINGE 1019A "4921 l 0409492I34 $ 61.15 IWBX Ep doe, t 1GA00, hind, IOrM, UIrSh'Nd Pre0lkd FI?r � Hl� 292 malaliens E P lneohriae 1! lo000. Imf. I il" 374921 14+In1e HGSPIRAI DtO%92134 S 61-15 WAX p nephdne, 1:16AW , Irat IDm4 tuer lel preitW 293 MedkWum E0 GEOMM 1!10000. 1m& IDW Luer le 110190 373315 SwInie 7MS UMREO 7632913161 S 9575 1WPs CARDINAL HEALTH 2% Meft000ny Folnedhriria13000 0150.25EA Adret%W tnMaheohilnellnu.1WVia liI ID001 Rj{ 9%934 S 465.75 25IPh xFR WE 295 Medkatian6 j'enracr1100mVlmlvial 379094 Femem).04M11.0.05mr/ml.2mlVial P=PULA1 0409909422 S 32ju WIN G luarorI Nit lmr rontairn 1 vial or 1rrw 6lucarmm uul I Vial of 3MI $terile WAler. QhO XOd i$ in powder soon M a OTHER 2% Medicaliarts Gluraert Scar_ I W Vial Lit with IwA fierce Water 359341 lrjjF �f with lml olsleAle walpr [qf�}ullap Glts:a TmI Vl7l Emerrency 6;323.0593-03 S 147-W f iEA 297 MedcaHuns Gk,Esson.lnrr,llhRed Kit ODDD0214ROI F Powder.IPmMbedSygVHMu3Widen I PHARMA 735B090 5 3e950 MA 29a Mtelicallons Gkrcoac Gel. 35 rm. Scrawl rrrvfLwm 31aL f1wmendl 661240 Transcend Ekwase Gel Slrawlxrev Flavor.3lok UFE NUTRffKM LLC 6379 S 355 Spit 299 Wdk3llWS GL rose Gel, 15fFn, Orenee Flavor 311* fTr2(dC0ndI LN76P Gurme Transcend. I W m Gel, Orartle g I m T "" LLC 7637 5 3S5 xw 300 Medications HALGPERMDL5MGIMLVIAL .173474 N4luterk!10.Sr"LIW9VIPl WfACTWER 437403125IPLi 5 387.70 x91PR W1 madeatiotu Heouln SDDIkjI-wv!}l A1121"-MC n �n ]MI VIA `%'g Unlls, Ile �,�1(ra+ j, �'I� lnjWU ILK it..Iw- p}Ii rmw"23•01 S 34.9D WSX 302 KkNck limn Ha pgrin pfe-mi.ed 25D "some Gas 7670,03 pa�ri4 �s� or PD-1 5 0409752M 5 74,75 MC5 I P�IIA�Ti+Rnr3PIUM GFICPML06 Ok2%, 05 MWL5lA L Ipratropium 6omrde, 0G21L, 25m1, Indeiduslly PHAnMAa UT1[uS 303 medlraUons 379901 CORP 910"1 $ 590 VAIX IV FNtsRSyringe, HorMallne, 10 rnl, P,ef red 12 a p 70aw inee, 51MK 1Ms No nasal T5agn e, 304 Medication Wrier. Sletile p00.10 12tnI Syr fte b,(4��ALTHr�4Rf 2TD000 S G.33 IITA 305 Medcatkma IV Woifon. Oe.lrose 10% 2Wm I Ba r 36erla Barter IM-16217 Qecl row 10%. 250mi B.af Dw 2110I620 S 552 JPEA IS of 19 BoW Tree Medical, LLC Item L1ll for City of MlillDthlan EMS Mel9cal Supplies Bid No.: 2010.2E 330 Mellk ilons WWM WCAB110e10E OAX 176525 "um liarhawxe, 8.4%, Wml VJaI (HWIRA1 0405662502 S 280jDO ,151Rx 3311 Medllsuoam SadluaSk2ibonale8.4%SOmlIuerJet 10MI MUM BlpFbeiube. IL �Lu JelPreRl Nr,le Imftnare, 8.4 UreShteld Pwl LIMIFED R WC 7631433521 $ 147.I2 SOIPIC 332 Medkalions SAOIMA BICARSCHATE RA% LIFEW MD SYRWGE 2035A 176637 54a MMifyl R104563734 $ 115,90 ID/Ex 333 Medauons Solu•Medrok 125m& 2rn1 ACT•0-MAL er e4uirewt 0409-0047.22 SOLU-MEDROL7 Act-O-mal Sr item, I2S W. 2rnl wPAAI OD09-W47-22 $ 242.3S 25 0X Pharmam llofs NSA 334 pedkwion. TelbtraMne. lmIt lml Vial 9745-1GEA ,TE11oularine. ImL 101 Vial IDeallaa Inc 0142974610 S 47S5 10111R CAROINALIIMTH- 335 Medlealions 7raneamic Acid IDOrnrlml Ilan[via] P)66.41 Tlanzwok Add lODmanA ]Oral rlal BAIA bRDNM HEALTH- 5099519 5 11730 W/OY 336 Medications rona►n ger Sue'I e110mlvW ih sraprerY url At, Bulb Tipand TW1AR ?331�4 VocuronA41 1wAjF oy(dRr Yankauer n "a a Ill$ pu(6�ip e ind COMFW Vnt, 11AI1MA I �•::., $+FSDO:S S 41.15 10181C 337 SUCTION wKonlydVent. 114In0x6itTabamoreoumaleAt 5331MS492017A Ph Tube Dimple.t Disposable HydrnphahkSuplon Canister, . ....I' T� BY BOUND FT-YK20 5 lA4 IaA Pit SUCTION Curader OlsotlYable SucWon Cad1mr, 11011cc ar eeluiQleAt "32.11700 120ft Yac L/IELFL MEDICAL 1F44IO $ 2.4E IlFA 339 SUCTION aerdal Wakal Cmaial Vaaiu m Camnnor 33cm1 P!L 2743.80422 Kuaafal Vaclrrn Ctoonectw 33cm]21PR M422 S IIAS LIIPIC SII SNC�nDNR�tynURIrrL LF W1 u�x uuKwc w �u� cn I MEOr" 340 SUi'fITN �[:uitaran 00pouble Hard Suction laYamr L7BWtO j�y +'��((� ll �e�aa •Lawler dspdsa Is5u71ion i�t'Fhoof, �LAyEIym�E ,�%: ,•.y. i:.:.,.•. ? 200I S EB7,lIS 1/fA 341 sucliaN 2DOMI ;U12-132W 12a0cc TEES 46"10 S 2.48 ]ILA anion CA ftW. 5 Fr, cc led, WJWN Mle 10 Ind thumb .. .. .... .:.. ....i, 342 SMIVN [f (ed, thumb laCflit w.11F4.� P16M Cursp'ee Suction Cal hew, 6F LEll BY BOUND $6WD 5 0.12 KA 343 WC11ON w►rhreM 1 and ��r At0erj,.5lFrqQ p.LF P6091 Civaplet Suction CM bet er. OF NMI S 0.12 ]fEA SFamtlon Catheter, i��I. Well, w/whistk lip and thumb LE118T BOUND 344 5ucnam glplrolsarr Aprpr• im.EF Suction l Up pwq'? CumAnSsx-donCal heln.:OF 't �, 3W9I S 0.1T fI£A 945 SUCTION Cs r,lI r, , W1Wit List e and IlXmlb p j I% �C CJF W33 Cure airs Suction Catheter, 12F 36W3 5 0.12 1RA on Milli• er, lAF7, ml led, wlwhntle Up anq llnrrth CWRA:LEN BY DOUNO j46 sucnON {��1� f1ef�1 li��.F 36094 frumolec Suction Ca$helm, 14F Too 36M 5 0.72 IIEA Slr[11on �lef. L Ff, ed. w1 whist le to and thumb CL •, ,• , c . .-NO 347 PUCTION � , ilpr� r, A LT aloe moiled. wlwhIM a lip and thumb 36095 i[wa/k:SuclIwo Cinhelu, 15F THEE CURAPLEX BY ROUNC 3om 5 0.12 MA 11 q mPVLF06 d. slerne, dkd. LF 36096 tmaer Sucl Lon Catheter. 1OF LEx By ROUND 36Q7f S 017 tlrA 349 `��Ril Sii{ CueseleeBlankeLFleeceW.Mblue 17100MS CuatekBlanket.Fleem.6dnchx901rKh.N3walu: ra PU:x BY 80NH0 17100M5 5 MO tfrA 50 INM,[r� EA �rjj� { FiNBFt[. 4Da80, LUrWer i a I 1 Rteal er coo" Or 3271.63802 rur+Ck+BlanMI.IBM Pdmler, a0m mr [ RGA_ G THEE CURAPLEit BY BDNND 3I71-63R02 S 30.99 Iwn 351 Pll Uts (I �&R Apuigilent Kura" xPS Filled S1 rekher Sheet. 35 x 9D, Fluid Re;M 3246.12349 Curop4lPalientTransprlm.ISON hCap+cily THEE CUIWLf1C BY BOUND 3246-32945 S Isis 11EA 352 SWPYS$ jG(p er�lrm W 1271.06M •[amour Sh Fidler S heei, Fit led THEE 3271.5i6112 5 45.50 330CS 5THEMUl. t Ie, 10 g 24, 12 ur., puheitkr Tai, Ann- 353 St1PPUES '31011! C 3, la 2DGOR4.7015EA fjllhw, q, pay3ple, Pyiy;slBr FBI.191nch a 7411Rh, 16ar CaFIE LINE IHt [i147015 S 2.40 11xA STBETI]1ER Restnini rap, Rlark, 2 pc, 5 R. Hykotl, Metll Push Swop p1, Y it lullore Buckle, 2 RIM witoop 354 SUPPUES Buckle. tow Ends 58IMM Cods, DUdr. 5 reet Elms L11528x S 8.39 IRA 17 ar 19 SourId Tree M[dkal, LLC Item List far Cl IV of M id 101 k an EMS Mediol5uppiles Bid No-; 202O.29 313 Various L—;N L124 S'A am SOOD60921 WmVr L11A 5Ys1 em �j'�jF i 1f1(LirJll FU56"2 5 5.119,00 31EA 354 Various LUMiNS4 1 &uedk 511OO.6S640 Lumifv S4-I Rundle SG OICAL Fi7SM4 5 5.119,00 1IEA US Various Lud"V CS-7 Bundk. SOO M11 Ltsrpllr C3-2 &usage Rali ffilCAt Ai �4E FU56EB1 S 5,119.00 PEA 346 Varlow MANIION FAC E SRR:L03VXL_ 6RLJCS L151200 Manikin Eare Shies d s. 361roll cow 15120103 S 10.% Will, CURAPSIX BY B0UND 3E7 Vadpus Q@ ILi{d .d with sod .I 44400I Curapfax OR tat Pa lr fisued Wilh Sul rW TREE 444001 S IIAS 11FA p� Anerad Replarement Gaule for 703, 705, 731, 732, RMERICAN 3" Varlrpn 740 and 766541143. MCA Generallvn 540104 Di ie path MMN palm Stwic EP Ren4 cc men{ Wale Onlx DIAGNOSM CORP DOW S 35.00 1fEA 389 Yarfora PmbeColrers for SureTemo Thermamalersfi90. Oistxssahlr 2733.53175 p[obi. �Jo j_j uT rmomeleJs,1Oflpre Hau, 6' �f�S WEW1nLI.M. INC-- P031-7% 5 10,40 75WRR 390 Various Guk-1 Cow ict Cc+upler, Orr{ler, Ohrneda K DtZ Hum Hui 2320-14180 mpan m oy r co .ve Female ife- Nut ppEK�1�H MI.) NA UlrA 0O150 5 51.75 INA L. ,T .. .1 391 Yariew VIA Cutler 151511 CurarksR14MCLlter TREE 47-373 S 4.15 11FA FWS Custer, Reptacrmenl 6iadC Magnum Medical Ring CURAPLEX RY 60UNd 392 Various Culler 61512 Cwap'ex Mae Colter Replacement blades W. AR6x E15 S 1-60 WA 393 Yarl0ut SCALPEL OLWOSABLE STERRE II WE"x ill 1 40MIZ Meckut Scaiwk Sterile. Dhimasatke. Six 11 CORPORATION 4111 S M45 2 11A HMTH CARE 394 Vaf1p111 SiWr, Lim Tans Pon Bubble Ba&, 41nA S.S ill- 1OO10 30MG1010 S1rrel a -Use Trans pen Bubble 67t, 4irKh x 5 Winch LOGISTICS 761E.141 5 2IL70 10OIN RATER HEALi}SrJWi 395 Itartnus Sl true Water for t tnVallon. 750mI Pfasfic Pour Bottle 607112 mer � , km --.du PlisilcP" BOH 5r W ��j� Sle SUa-U MIN MEOH'11L, 2F7112 S 1-77 11EA 1395 VRduus Slerxe Water for lrrilatlnn, SOBrmS PIAVIC Pow B4lde 355001 rd: lwerat MuWAN R5001-61 5 IIt4 I/EA 1397 Various Saeli—ae lAdfrope-Ii1e 6 19 39 In lent1h Red[ 2671.6391.2 e619. Black Off E, Yl Smgle Head, 32 BigG NOSTIC CORP. 619611: 5 1955 ILEA 13n various Stat110u vas ttfisn4a.l We Sin Sit head{ 267L01135 e psi . m O"(211 L enith WAX 10BYXS DUKALCORP 1115 S 10.70 101ax CURAPtEK BY BOUHD 399 Varka Stop The Ble ed Sticker W 110 S tick4rs7K it i 570156-KIT St op l Ise bleed Sulker f0i TREE 6MI5&KIT S 25AS 1WEA 19 01 19 Bound Tree Med1W1, LLC k6- Bound Tree Your PBrf!!Cr In EMS 11 /18/2020 City of Midlothian RED Price Increase Policy To Whom It May Concern: 6000 Tui On Crou In d Blvd, OWJA, OH 4701E 614.760.50oa �.ww,pa�ndune•cam As you are well aware, the COVID-19 pandemic has had a considerable impact on the global supply chain of emergency medical products, leading to limited access of personal protective equipment ('PPE') and other crucial supplies for the EMS market. While the supply chain looks to be improving in some areas, Bound Tree is still experiencing extended lead times and product shortages on PPE and other critical supplies. Additionally, there have been significant shipping costs imposed by manufacturers. Despite the current market dynamics, Bound Tree has been working daily with our supplier partners to secure additional inventory at reasonable costs Even with our proactive efforts to source inventory, many our key supplier partners have increased prices and others have signaled additional price updates will be coming, some of which may be significant. In the event such a price increase occurs after the bid award, Bound Tree will notify you of such increase and will make all efforts to provide adequate documentation from the supplier as evidence or the price modifications. The new contract pricing will then go into effect based on the notification period provided in the contract. If the price increase is not accepted, Bound Tree reserves the right to remove the product(s) from the contact or provide an alternative product, which may come at a different price. Sincerely, J Brian LaDuke, President, Emergency Preparedness Partners in EMS In -Service Training 0ur EMS -experienced Account Managers can provide puahty In-semee training and support to you and your department. Since they live in your area, Shay understand state and local +0puiremants and protocols Advanced Online Tools From free online continuing education courses at www 8ouridTreeUniversirycom to elabQF0$0 online 1 ordering tools at www.houndtree corn, we are focused on the mass rvttin9 edge tachnCie gy that will streamline your dayto-day oparat rons 24-Hour Disaster Support Our Emergency Disaster Support Program can N provide relief atforts to ego miss that require rmmed ate deployment of emergency medical supplies Toseuveto ftprogram. call 800.863-0953 end identify your needs Grants Support Safety and paent care siwr[dnever W mmpromwd because of inadequate budgets Our expenenced grant inners can help you find funding opt=urubw for equipment. trarkg, personnel and veTintles at www boundtieegra nts co m Passion and Perspective r At tha heart of Sound Trae Medical is a team of employees who are passroneta about EMS and the corn muinitias they serve Ws have the expeneme required to meet your needs Sound Tree Medical is a specialty distributor of emergency medical equipment, supplies, pharmaceuticals and product expertise for fire departments, military, government institutions and other EMS organizations that provide pre -hospital, erergency care. We support our customers with our team of EMS•experianced product specialists, customer service representatives and local account managers, backed by strong vendors and a national distribution network. From everyday disposable items to extensive capital equipment, we offer thousands of quality products from leading manufacturers to help our customers save lives, Our cutting -edge distribution model and five nationwide distribution centers allow us to provide prompt and accurate delivery anywhere in the United States. We are passionate about EMS and have developed specialty programs to demonstrate our dedication, including scholarships, grants support and disaster support. We strive to truly understand the needs and demands of EMS providers and deliver the products and services that address those needs. ko. Bound Tree 800,533,0523 I www.looundtr".com cura�p I ens" by found Tree NAVIGATING EVERY PAY CARE At w ramPT=M Lv4LCNM ewrM CL ;4.:."Ep4..&t =j.,FpaW Cf•: jCg (M eud. Cut m bW ptuMd. m d&m %umMy t+ru'm. t mod iam. a "ierg PnlaRaf Wm n ro3uH u-ftdb of - - , v P'od"u W uwdoq rdcdam 8v 1 M%M:yv dhknl=upgodn. Cr p4q to oml.ev barU=We*a r.md. of mmarar& hmim rn —w macvr" m %h. r..d or i e..y T3Lugw d5 of aon[[[canl E.Olrl■WWnI Conifnvou. N.Ilonnld. t+rzw.dn Nnv rtMdd . B-Ing, mu ooll nor ty I mm'". m..I bitulbrlbe hnd-l. ■ U' W L • I'P Va 4 NEW CATALOG i *A-ntdm•n utmg—1 . Wool" contrw. v xu w Gr�rM' • 1Ynrnd Gn . :f w SHOP ALL CURAPL.W PRODUCTS a Bound Tree Your Part nar In EA.fs Customer Service 5000 T. 11 fs Cs as 13 np 9wd o„ n!sR, aN 4$0 16 614 760.$000 wYw".Wundtrea com Bound Tree Medical is focused on providing service to meet the needs of our customers throughout the United States We have a deep commitment to help those that help others. The specialized market that we serve drives us to create the best passible solutions for our customers. We are here to serve you. Our nationwide toll -free Customer Service line is 800-53M523. Bound Tree Medical routes calls by origin of the zip code of the caller which. results in more customer awareness among those agents responding to customer cans There are a variety of methods to place orders and verify pricing 1) I ter ernet. Customers have access to real-time pricing and stock availability 24 hours a day, 7 days a week www.boundtree.com 2) Email: Orders may be emailed to customer service at customerserviceraboundtree.conr 3) Phone. Our dedicated team of customer service representatives can answer questions or take your orders from 7:30 AM to 8.00 pm EST. 4) Fax. ❑ur natianwide toil -free fax tine is avallable 24 hours a day at 600-257-5713, 5) h ii: Orders may be mailed to our corporate office An order form is inctuded in the back of our catalog forcon venlence. The Customer Service Department Is comprised of 27 staff members. Customer Service Representatives respond to inbound calls and make outbound calls to customers to provide information regarding product availability, shipment and delivery schedule changes. These some representatives are available to answer questions about shipments or process returns when necessary. if an item goes onto a long tern backorder, Bound Tree wIII work to find equivalent substitute items for the backorder. If it is the customer preference to approve all substituted items, Bound Tree Customer Service will seek approval prior to shipping sub items_ Bound Tree Medical is proud to oiler our customers access to an Emergency Disaster Support line at 800-663-0953, which operates 24 hours a day, 7 days per week, It is staffed by on -call managers, who are accessible through routing of calls to cell phones. After leaving a message, a return call is originated within 20 minutes. Bound Tree Medical allows customers to purchase on open account. The proper account application must be corn pleted and submitted, Bound Tree Medical will assign an account number to each application. Each account has one billing/payables address but may have several shippingfreceiving addresses. In addition, the Federal Drug Administration (FDA) requires Bound: Tree Medical to retain a Medical Director (physician) signature, contact information and license photocopy when purchasing legend items and/or pharmaceuticals, Customers may purchase by Master Card, VISA, ❑iscover or American Express. Prepaid orders are also accepted Bound Tree Your Partner In EMS WO Tuttle Cr us NnO ERYd NMI., OH d7018 014 750 5000 www houndirse ram Product Return Information NON -WARRANTY PRODUCT RETURN POLICY Prior to returning a product. please contact the Bound Tree Medical Customer Service Department at 800- 633-0523 to obtain a return merchandise authorization {RMA} number. This will help us to expedite your return and allow us to give you the proper credit. Once you have received your RMA number please follow the return policy guidelines All pharmaceuticals, items with expiration dates. and items that are subject to FDA tracking requirements are not returnable. Bound Tree Medical will only accept returns for pharmaceuticals if it was an error on our part. If so, please contact us within 7 calendar days of receipt of the product to obtain an RMA number. Items received without an RMA or after 15 calendar days will not receive credit If Bound Tree Medical makes an error in fulfilling or shipping your order, we will promptly rectify the mistake at no cost to you If we have made an error and you wish to return the product(s) to us, notification must be received within 15 days of invoice. FoIlowing the initial error notification. please follow the return policy guidelines: Nan -returnable Items Include. 1. Items that are special order items. 2. Items that are buy -to -order (BTO) items. 3. Items that have been marked or engraved. 4. Items retumed with broken packaging or not in original packaging. 5. Customized items, any sterile product that has been opened or items determined by Bound Tree Medical not to be in resalable condition, 6. Product that is more than 60 days older than the Invoice date. Return Policy Guidelines: 1. Items retumed within 30 days of the invoice date will not be subject to a restocking fee. 2. Items returned 31 - 60 days than the invoice date will be subject to a 15% restocking fee. 3. Items older than 60 days from the invoice date will not be accepted in our warehouse and will be returned to the customer. 4. Please write the RMA number clearly on the package label 5. Enclose a copy of the original invoice or packing list in the box. S. Send the package freight prepaid. 4o, Bound Tree YGbr Parmor In EMS SUM Tvtl I Cr0ul no aNd 0 01W ❑H 40070 614 705000 wr .bcundsree cam Online Ordering Capabilities a. Bound Tree Medical provides a user-friendly online ordering system with advanced features that restrict user access to predefined products that can be approved for purchase using a predefined purchasing path with maximum or minimum users as defined by the contracted cusic mer, b The advanced user platform of BoundTree cam allows customers to self-administer (add/delete) Iheir specific product offering based on the entire Bound Tree Medical online catalog. c. Users on BoundTree cam can gather information and prepare self-administered reports based on up to two years of historical data. ■ Trends can he tracked by running reports that can include all shipping locations, or that can be tailored to a specific shipping address ■ A purchase summary report can be self -generated to view total products purchased over a selected period of time The purchase summary report can be sorted in ascending order by total sales per item • Purchase summary reports and items per month reports can be self -exported in spreadsheet format far additional evaluation ■ The purchase summary report provides item usage totals based on monthly. quarterly and yearly expenditures ■ Reports can be self -exported in spreadsheet format. d, Product name, short description and detailed descriptions are maintained for items on BoundTree.com. Product photography is uploaded to the website based on manufacturer availability. Custom photography is also available to supplement manufacturer -supplied items. e. A "sold by" column is available on product detail pages to clearly describe available units of measure. f Purchase requisition and order processing paths are predefined and self-administered by an online administrator. User roles include "order submitters" and "order approvers". Multiple -levels of approvers can be established with the apt ion to auto -forward orders awaiting approval with no activity g. Unit and total price for each order are displayed in the shopping cart checkout process, h. A web administralor can setup and self-administer user IDs which trigger an' e-mail to the user for password setup Self-administered password reset tools are available to users. L The system does permit an administrator to specify maximum quantities that can be ordered for a given item on a single order. Quotas provide away for an administrator to self-administer total purchases. To maintain maximum item thresholds, order approvers can monitor and adjust each item on purchase requests throughout the approving and purchasing process. j. The purchase requisition process provides date and time stamps for all purchase requisition activities k. Invoice history is posted on BoundTree. com for user access. d�a tll%N yoraNL fMLEa �rrm WO, .BCI 4u��o gqd.Sts�dla� +rdmz �adx.+•x ... vm.x.mp oe�+npxn wrn oerupxn U"MWlbenW a►a• y.tNLiA16R,1��,....... k ��g* x..wFwsa.m.vp xem u .fplwa'rAj'.cs�)rf IPoN. 41 Y Flo A74W\tuxe.wk R�F.iJ+�vAxs s kk IIiQ"Yi�l� u CUM •1y\�L4.��n. rc...rx...rm.n...p•r a CW�p[5em�i��.�n �.mromm a w ({�YiDa�/Gn�YW+CO � rr�oY�g31W11tiu r . K � 9!!Slkxrr rereev.rn..an. .. ��i..rrw.vww.v�..¢nnw ry �(.cww� �a.�wup.axr wx rx Exhibit C Vendor's Pricing wrs NvnCHa .ivauucFH.rx��p kuuo-u:�" re. g.mo,x:xFrxna ci�F•e�.�Ny / •')i A'.rY11q"lYt((��{j{yy D♦J�W.n0.J4W n�r...4i\4 yy�����}� JCtioluh�lAp � 1 InWY .rut1�3�.`C�(s IMita RIll4i.\v[H:.il NdN5.L [All'W.IIUItVJn.�rnkuAd'S4,vv n vn unwrru.¢e.[n* Fwa+ucxvr� RaeceFe a dom4 u.Jiwxnn.m .wl/.�:.`^°'Y \iWg1'1ti\rs ! ��� YAr11yL�U4L`ti. � 4kMstic�x0'iiti� I �►,.����' ���m���� aim I¢� aurmu,wM�r.w In �e "Ef.0 k . , Aa 1Yti t44u�y�,+� If6 ���IIf1Y{ Um III 1 i 1W 0.xyyrixal..pwpyrq C.uC rTln 1d y [/L. X11, t`17-.i N3G.u,4L 1 AW AVllil'9i\�YJ4! I�Y+IG..J�7F�T Rl�IW i n .. IA ! . �iaAht NYALJ6! wrlBlifB� n ¢Jl .vec*nncen.mo. aprtana.u.a rvrvw.ea n ¢m .rr[*oxcW4Aw xavwa W.u*sc.wvw F.� n ¢� Nrvc*oxcvnrnn Nt�JnSxw.Y�rla wnvw•.a n .�Jigyw,..w�4rcgr 1 �g.mp gClll�\�aA� did MUM R!/A:kiRUrADGN�hwfru& e am w[l415a"sakYpea xvHA�wwearea a m.A wp[/yx[wrruin 0.vnn MLh.*cS w.vW rpFc n ¢ vW HrFclpx cell\np vm nrrc.nx conrFxu UV•n(�i\ZW➢a wJpy�\xF� e.muewuro.rvwoa�res } vrv.ra�uxw•rxw w ,._ Hr7 sn .[,.N,aw.,rR.aF= wra'W?du,HN.,.:cn RFrHn f � Ii-s..mrF.auvs�ru n .ems .r`[*nx c4.�.oF criptnmre..r<...xsrFxr„wr � as •ree4loxes?FlBa Fu,evxueJiwevetvaiwrem a vn •ra rnn cynmu mnv.n¢u.ai.uulil� ¢ov n nm 6tsstx r�e:..e.eu..v c.xr ,wrr; tlliel wllWi�a,..,�utt,uW.�.y.e�tiP,......rr. a k�,.IiNl�.xi�an.aweewH ,.x, tstu�sa ,. ��.�..w,w c..�rw.�La.vtN�M�Yw \l [1l rrxe�Y /N111�iWCllh><evn�ea,a,ie. ,.e.�,. ..,..,,a. .��e...r...r.,.n..�......n..wv.�M.v .. ..�.,»Y-wwwwa.ww...•v.�.'. w aw �.M.+..,..,..w.w.�.�.r «,..r..�,.e. .d ,,.w......,.....v„r��.a «,,,..r..,.ww.JAU1��15au ,.xrww c5�v.w.. wrr•,..a.,ms�.rcrR . sw ww+a,xs,.o+.v.�Hvr... .v..v....,.r..00s , .ww ii�f ��ry ,«�...�w�r.w.w�. vwrw.o�..� Ac 417.lE�alr.w.l.a�,w nerwn�w.a. w. w . f g„ aevx,�.n.�,.vcraa ,..•Avv.n w�.n av c+..wr,a.aeusa.wo r.n.as.nccncz[o.re.*. [ w•e�xa a,f.•,w. uvw+u..a c. f [ a. av ae.[:w.wv r ... vmaae ....wire.v.,wrw. o. . w.s 7CMwcxc wc,.,.r. awdostonr. vma.w , a./k .w+.......w f a�aswxtwsr.,n.rvwvrrs w:.mava ❑,+wf•t 4n�ppya ..xbw `y`.��y\L` ryt � d W •pt,x..rwe nn ee W1�TL��!l... tfLt+xirsn+ws. C.1.. 6. . ! n,w rnc�a.[wcr�e xpgq.ni[ I.eou<*a ... xp.p tnrt KCWC*a gwcm 1 pa.q �% �..... .. ! uww�ail�l...�...,o �w�'wr�a.,. m7oa.r��?�•r•�.t vaoan,. �'M t..—.,x.x.»«..,...sw�:L►dl x . tw www..,.c�.,u.w.n..ra .i.t•,�....�r. wv aw cnww+++.✓1�14:'(Yi�saf .r+�nw.cs w . .O w.m.a,.a.v..w.bc.a w.��c.-H.w., tvuvem a/41Wff�.ry.wM.RW'a....f/1I...w n . a'n w...a,wRw.owvu.r. w.�c.nw�sa• ..moon e.�dbati...,....,.....r�.dur.'..�...w ... �,. w•w....aa,.V—.... v.. .w.«..n. w,..m �s.c! W 1 as . ,�n�l�*YIU1�i4y�rrr .Irua fA 4 •! .•�... ..I�IA� I,�J��j �. i"y}�f�.:ie M1 i1\b1Rc111{ti'( 1.1J��11 ��..c.r�'gda��t�vspl�.+l'L'YBN� l>, , r.�,:va�a run,Yauwu.itury,ty�o,�, alu d� d t '. d(11'�Lll�i,1�lIN �u6isn ntawm 72d�1�ai�eigr!!�J/�d[�ue�.,u sac.e.do �� u-!' u`.crme. tey.twweuW n f ..F,v pt .,.Al ucuHc,[ax 5ntiv •nwm e�ywuei..r.ena.,.uy.,ne..rw..d .. . to �lq�.•l ....cxe,re.twa.r `.: .q.ze •q1�171%itN-'�.a....s.,.r.,.....�.. ., . .. rruxrnnx.wc,. •nwm pw+r Ne/1�...e.er.n.,er., w...w ., : � .r...c...xe,rnnera,v •n..r t,,�' a"s.o.`.x.a...,wgm .a n � , -q a rwxcrux.wc-r. •dYib C.1a NCI{wr.ceOM.x.»...... a+.Y w i � Y n ...OH xrriHFrtAx YME.Y ter. •n �m aAA4. m4iwwW. nlor. .a r . a u ew"�.. nmi�aon. v l4�raw wr aa. u.wx.as...c..rxx. emnnFauu �astr � .m A1�A,c�.»•asav►n—..,,...—.� T ..u, >r.�.�...,�o,�. laeFW.,��.w. �.. yaw.. rm MWupw0 wmw �L�R�VIx.w...www..w.•.. r . nw' �tt�N�u .. .. .. fw. ai-enx. ww.ta.io. wHtll� nuel4ln`.YdAW�'Gr;�n.rllrw.� p! a Y)b� urA:ttll5v�h'tluA�a 011LBl1`!WW`xKdl� vu. wfw Fw.t7Ytdtt1l.a..I/iR a 3Sa-. t aiuveaG41$Id]tillu ,.dlWAir rf�f` e K 1 .van ��.G::... „'r.�o 8hu,tl.atxu�4NFal� nd1� i�L�ITLII�Yd-�bt! pR , i�lx,e. fir.. xrx�ua3tuill`prt611n wl!/Ela �7►YI.,dY(6kLe•oMa U � r-s xan. •.. avve AiSYllhlYilSilB r31a, •�sr LL ! .o.,. j. � MIN)'�asx,u.r�x,ea ,f® l w 1 dYi�>�lSLS�x�eGl iWe"47L11�t�bnr�. .qw Ill�Svti�1�1L(6' N uWi+WVi �dl, f.xtlll���1141s4. W 1 AWJ �rUC�3fi�. ��xIkRY.�u fi'a11 n,cwr cre"tw.w:rdMlir\�,.w..w.,+.uv r. .w .,., r.. ..,.,.`......•.vv^d wa...N.u.,r.v,...,. evaz �y ,,•• a>„.w.gKq><�gtfl. m• f ,me .xw¢.�ra.scr,vrsn nmemo � �- - - . r.�«ar a• f ,.a av s .w.,a+�,a.xr,esn n,.tica, �hsws�Naay..,r:G.Cr.wr. r.,wr•M e• f ve n. W1pl�uB r...uma�xr.won r Llv"NF ��,rc "0°a' +W, ,b. �+ , MION$" cin•war�P!(tA$^' ` Y�`�Hfn"M11F`,°fl�tfi:;i..scm. w f na w.nmr,.w.Aws.r c�.m�r..o�xos.,N.: crmerro �`"` ,r.se an+xwnaxenusnn.,�..vmnx ww� x .w�r,.m.en�.rr�..oa co�mx rc me.o , sa w.gar��w.anrnosrc c,rr,a.Kx.rr�ervr.ae, ,rrvo,N,fj1���,''+9"'��rr R�.�ow �E��i �l�.ahe.....,w w , xw .rw.ocr.rwwv.wo ..row•ouss ,eumnr twr«nw.x,�n.w�m.rr� x , ,a,am �1YeWv W" Mow%a n.wryn.gyfla, r.�afp,r,p. nlPOCn xedlW}1 Wqr tl�'4ap, w>•asa,nn wrsr^/^v o• �.r.µp r.,.�.w,w o+,- u 6NWKr•r•Wr-xiWirr NaY• .-. � f aNA '�1•..W�_J�V xfA! rNu� x.V•�lM.%unF. wVIN..P• Ilxuwr0oPv4ue1] w��+l[ks .#1 Sr"` jylgdy �i. j !Y �n.G �iAWi. MI�Ywl ,. ... . 4Wv'4q i11]."`hH�A i�l1>lLrlU+d�.rr• I uvlN°d�xu�uupil`�. 4v�w•a ur.90[w0 yrG:S�! pll5 ..r;;.�r=C(y►^4r�",i 11lUl++w ' zo� t. l'►�,ww� w+.w.r uww[.wr ou...R.,.., aaa� cri i�"'�%/.e.�'��`�'oWWW r' > on ..n.. Wxp�. nw •ra.m�. aona� ���o/.r ��� il1`�rr�Fp L�o...rn•re u > on ..w.r,..,wnr.�. aw.R.m f,[,xoYWtB wm� �vaao-v �rw.•a.eaenww�ur.,..w.m.r+ursr.0 w L�e�.•ar�mr�lww�urq.w..w.v.wn. w , __. �..r r.,,,.nar.,,r or .M..r r..,.n,r,r,. wa.e.,.�, w.....,ru am:aw dony�6 .i...w w > on w�..r r..,.vrr.,,r c,w r+..r•. .J..M� . ";�C""'�.,-.w�ri ..,fix. � ..r ,...,,.....�..,., .�,...�.r~�..M.,..,•� .J..Mr, �rr,,�,M.-lrugpi"^^rq^YlNI. r. ..�r,...,,.....�..,., .�,..�,.,r~.r<..,...x,•.� xavo,rs �mx. wew,eslfex.K � 7��rgfloe..�a°!IC ��g'r.m.nv.r w , vc .ax„r r.rwvwr .wa�.rox.�...,ns,rwa ara.r•A YAthb rorx ��.�+•nurw,�w«.b�wy.,„�". w rorxuxan,sfofa. h. > > w .xxnr,.r<.ri..cx. YW npw,tr r.r..yV(«r >uw„�,xotw•...+f,,wa wwovwwhrDw •,.nnf. r.yp •W\ A.,wA\W,ni�A�i7YiNi1�t L3'I�YU.. Av 111E dw Ylv4k•70.."-'la rm4Ua Ci > I.�1gf114v�MC�\ (1 r�YWtllASarWir¢s arT� ��'cqyJ�i��B!�ipp9Y��ilL�f�begra/W11!'V�1`N'%F1.Sla1n Craf4'(QiAC�Ri'lrll tili���.)cun �a > ..� f,{�\'NWYIMJIir¢s am1l� �r�y �1f fAuu.m, 'A > iL'*V*VwlwtAWl 61tiY1Y� vmsare a*(ft c + i AwiQ%WSM%I i4w W rry pr Wry , 4 'IiMPIN iWt+5114d1 a A\i>' -I9 Tm NiAU r,wN►�, Aw\ur1� ,4�iYW y IIwc�W1 `AIiX� .1V`11d1ll tl,+� A «td . AW`w�tx ;t,�llYM aP� .17E`h 11:'�\ij11 renww A )r 'A1R(to:. .VAm,w 1YN�5o k:w�E�ull�i.ltG.1,'+.b.✓<Nu1F w trwv..vm.. C3M�ewaE�w/lifi.Vi�'l,I.r.{n,.a 4l �.Yb�P.+�w1pEr�M.u(yf�.�`dr�rw.YkwA %l e.�ytw•9AJE„wi.r.w.n Y,yw.tmw u aie�/rJ�a��t.J/t'afr Wlf.�i'lrr..N w il1E�14�E�ll��RlO7� A�A r��11W 1�k1'�iN\ W �xwEMn.w.. nwu...w.L.w w .�u`x �� IIJYLb�i�rw x .,ox. e,rEL�CPLIA u tr.%lul]tifN6lirllJ�l.Sdi�c...�rY P Y.w.. i�Virro,r.ti..c.LN�r {} �7-cil^�tfvi7��li�.slu�vk.m w ry Wi�rt65lL�,.,ar.w r. r Wi.W r��`Anc.w.�wMa �Nrutfif3Ct 95 1. wY��(���i,N w r/GLtVr4,irYL• !� 4N'vknAa✓kl��N9JYSVtlRo Kk�'hYll IA lI IA A M a f.�V�� CNrg1.1h� 11YWyp%WV .1 c. ®gffiy �tn..hwW:/Ika �Qt&w.S 1\ ,r a wfllxwealr %i wrx.Yv lfWlnYJl�i 11 r.rAAV(YALa�it il: rww�vlYiiLlVdll �1v i11AA4., ii�,cxr ire-�{YAYiYa�,wo1 11 11tQIAi�` L2'f�R Ii4 1!\NA��1�LU' )rN�ii'1 �1viGNas`�,„fir ti wJ(/NIItiB�, wuakil�i db�fliftiao><:alaE�r l'(4J kAl�,l rwrfdt�h E�'.rltkY LYuldwa�* e. rr Wl1QJ11�1 �� rw.r vwnflf�ll JP Y�r-ry uaW((Lp, Ivr .mkrr 11w.uNyi a�J rNi{r {rlllfw(♦�l Ud uAVI�r....oFM, r�.�.Alpitu�l N� `rflluh`w..t>l�;l fir, �1l`"bwrc(lf�� .. 1. .►?�/ ,ua.. aJaprl�l ��}}�� �Mx�ty➢�i�e1Y�k66�I +p�A i�xkpmnl�. klh�uNAN8WLCl1� k4hlTsYiY7i8hl.d{Aa Er ItlofnxnkYll�i � Ef11R��aldP��,� klhofa xrrlLsnun� el iVokLl�i'N8T1.6i1� E, lUlll'Nr(MrIlL4rfl� weawxfu.11l�Ym\� 111�wxxenrvus.rur,Ev IS#711'i3'tl@A NWr.rNl� 1Atil rbxp2a rfllta'cur,® u,��xEwrv� Eur,® Y��aali�i Nlu. cOlSa 43k�urxxs,W rvan. Eursm Y-UIIAAW. Yl)ft"lll\`W k»t14iYlA N1i1.'c/N11t1 i»bWCtA� /NAia1V/ td5�,. 1Rn. iyP- ,ul s�d114t�xEr'nlu.. •, ,-ul dWCCJ1�Ct'dl`s; nla,. ,, .,r, �6'Nu�xtr rnu.. .: er ar,l�..., •1\tKll,, (YI�IIM 6W1�kIF1Nai IISIyGYAU UWl�r��3 klltcx M.M.tbU`XohHi.,•v, R,r 11R*"r.,.r+.,vcvvs.wrv, mm eryawd+Al.0..�I�La..1 �...uLMY'Il a u['Npplwr�..r�/N1� ivs laex i+INuwe[umrro.wl ii=.� w�,e.d..Ai�{A4IM�.Mi1-� l !� L .Jl�rx wanex na m11PSY� �� �j �4v W. . re nrN DN40, lde �erxl^Ivseal �3' '�4iIa7/Il0'uRil Sin .at �I�ti/ti�t1��awi w !� I► .zr u� to tertie i7/!i� aaxa J14tWlr�K diA l.RWill ... � =�F.r...r..e,...N.r.eK 1 rc . .G iA. � Av't sa wmrc�.wvaxuvrc Gl¢iadV. w.nnovw WE E -�ER�.... w,e .—w."LM�«y.�., �Pfr® �.LN/iormw arvercaew.w. wssrwrw a �WNoel urc� i�IpV'arl,l[x[axic�ruwn xa ovm "�nilMwli�ulNu�i��iii�vN�i� w a » Nimi�ii111N1r/o��La'Iw u�rulrn z«wu,rar irVYe.rlw a.aw,5w a✓ane.,.v a.m..nrx �VUAI !SA\ WE m� a.Y(fWl ao.aas L�ilc/�WeLL.q,,,pnL,yn+ee Y.. w.,u.,a v.re. 41L p.v[prY. (,w('R{/hBiY�pxYq r.wrwrw x Jin•x8•.n e.:.Jl M.aw.acrn.q serw�w,w Yn prw.. rwmY.�yTitrd'+>idilv»nnx�r. x fworb.. c..L.,. SA7'G L�dM.a�w nc ww..r.rwwarr.. a f /.LA11����..b✓✓ti�.axtiltl�.d{��.._.whw'i.,x....d. qq i��dr�6Ln S�wYdd►rn.r�..55 iJ ��I3n xx,rry RF ro.e ar W�A'v11N7961y: lgyyap, wOas. C.ro t�.eqw�y✓�ti�C�Wp.\rr[A�lYr/nBfLt. i.ew...gc/NB. r. wwrce.as vew.+r.eo3 1/Pn. w.wd.4rtxrn4Y. rnW.w....a. ra d eYe�lexP.lAiR`WYKe TW•Wwr w deyr.Yelw.7r.�`JaldK rewee �wry.wr to �yp.�. o.e,(6,.Y.�sepy x..a2inpy. w � nk bkcC: 0. YMn •Y.— R +��/f�I� 1 �� estgw.v«pipr F � M iaxi.nrem umnc eo.�n aaaae.e, ane� i�cYe�vYie �li,aa..ru � rr�rcUl['LM1m(6x . �[3grtn..IJXj W+turMl t�tflAmrtranrawcnual� 4+.,v. a w ewscne..m Rw+r.nrw . cw ,�rnmm�RYw..�,u« a.o Rewscm,m.Rxe+*.�+e« i 1R0 FFNStnne]e RNvruTpv a RW .Elncnn.or+RYw*.n,.n w..awt.�.Lvn.owe ..v.n�.lUiL�Nwveu aa...x..�vu.orau 9n wL�rwyL9v )vBLE w..�.k.�9c on.pyptc 'y { 1 � .. ,il���Irt10C►rt.rcr s i ^IISiyp4¢ LWWY.rW/u.WS.O..Of . na ulxepnr.pR.µ05rC VLu+•�l�'+�.+ . nz urYvwwep..xos[ f/ „w u,xep�nr�gy^�p'epxo5,[ vL�er vi n.wiu Jrl •Ynu.nis IE S .�W agxnpnr.uanpxV=ns «hcL perxi;x:nctL•xpw[•i 1 i ��lA1Ru�tALs�Yrnerd r�Eor.M.v,Mt�Y�I� EIT f 44�v r0+lllmnp{�W�IIGIC !1'�ksroanvrrMe . � �e.l��iylT WYNF+Oa[UMtiaes a / U�+(/G4(I/iYINR wuu ) nil seihYrd /� � Wi9llall M {4r....B.. h wr Y l�iL.YLY. 0 Nk,w+ta+rrw mn. r,.. na�.rucwww�aP W vow ws.�•�..rn w .µ r. cuwn.vercrnavwr�� ��>>. vq;�ct wcuota fw.cwyvenaawm w `:s.icw:w. mco roar=,.. rncwo.r. u nwrr..nanr*rnwv.w�.. w-.r�r a uwdwa. we.. wr.oew.wt w !/IN.�FY �Nd4�n�µew��.veeswa u i� WnrcdS�uWiti��atiY i LWti �xr�MXlIA�6.wdW! �/dA1�elilWsy 1 texA' 14dAV&WAI%An 1 ly �Y� \� •.ridxe od�pk9�111I��.erc� a ! .W11bxRvwn.e..xenr �earuxonaczc� na�erLro�enace� ! dW .exdlu.R$'i�! liMiiillB"1111SsvRe 1 1xl .exirtlS�GaMv r /Rtlrnon uwmm�s Al -x—"664 ."fmu.4w. 1 UAIY�f%M,l1ur.was7@ dBB e,a(k4110`E1iEl Y p�"��pmp T "9" i WV n�.nLylVbc /IY� JWui13\'i�ia(111�1 FMA 1 ufa a�UcyWl lhGl l'.AIU.?INlreirrk. ,..A��illl�7w r+S� 6lTvrl�GiY.�aw•�. �a e.rvwnc 4>a ��pp •Jr � py.wcswn� a �n. w.tt.nn�o.nwc 1 Ya'cn..rubta.Z aans.a•woc �w:Rrr =wv iel Z.Zhle tlaF •S1itiSYWlq�l nN1A`�71Y1�1PY4\i1"lilgxa NLr l $� l".11[(w�mlllariai 4a r� \ •«ra s/ ���t i I� ! ax 1 "r ilr.raw.�r ►e��a<+ll.0 +..wsruaua :J�.,.a,.11.R�v.�'!••.,..6..,Mn.¢6!!,. G .nw r.,,e....x,�ealBwrruka eNuriwala�l�lw.,, C. f �w emewe. euVe►?#� m. e�ri.,wwasrzt.L�ili�.�d1r' M c. , itrb Yxli�R;/iXlYLAl�rl4u7itl A➢x/(LL"J•1 C. , e�ya>N i\`i�tl i..Hp\.y�1.LilYIY\.y. '. IMWIASV:S\��f\��lae li�{�Iil\ aFi.�li` i umryy,�ym ffryry �y'( gig, 520.— ��� 't����4]N� ll � �;�!\��vJ�•�'J/� u �.jiin�[4nG NYM RFInw lfYi �¢[e IupGf IpVlClw •lrlNe feWY•H.wl.f •,Rf r1t � „i Y.i.WCn.lWti[ fM„YCfwY n-n`• P��. iddi'r".-:::.::.ra.H.. u , .... :..a,., ..w..�rAcw�,. ..,., aJITom.-,..�.....��,.....,.r,..,.., .. .V....p....,..�, _ww.,,.x JHYM c......Vr...Vmr....wW{r u.r..Y x , w ..vnwaras•waiums 1ST Cra.. ww..YYik.O fl. ri►vfll�'ILII P 1 tl• WtiV.N��er.� �vr ➢1��i.ekMlvt,►�syrre ➢Yn �,�„�(i2','�..�la..iutcc.a�(puwvrip .. � u+a.�,�W USa�Wv.��aal�>�,vr�s�.w�. .ni pip.,r.rwsrl�F'f➢la.�$n.w.�(4r1,ti+ !a � u� ae� 41y�Yu+tirl�`fEHin'�:v�(U►Sn im :Sl�1Z��S�,..a„varwiy�ri�, G die 3�.�.d +�:'irl➢hiq;iir•�e�w�ha�1N 1MV .iN�ol�tA ��l1! G . ,+Id%+�GnJX"nW �NY�iW1�ViUi4l➢i.�iYWh an emu, ,.r• r4lF,d+>g'fi9L1► "•yy1'tl4[,►� � r bra lv+nnit�rarlh�a .riNN�. n1>, dk I-Ina.�� Oa, r.,sgr�rp � xey(Iglc. x41� ��pp..�� ��y�`�.*m, � a rgx.lamno o..9 GlaYx ryerye.[i 11 moo.. y,Y,� 1 l s 1P4\ itV'rt� rrw��12�1o�u>vu1.[rtir.X�fly,�' 61iu17GYlll1a/INA aeA dt%�l/...,ijr�tt�o.J,1S s•.lLwdq .i «nw .,w-�...._... eiti N::,..�."J,�+-l.dl\i.0 41iw • adL1R$�CYi\�. yl�a1L ��IL •ldAl)Z SSA a i�`.rM�LW L..0 dVlv�..,}.rdYp\bll,WfLL12#LbR'u Ai n'1���Yi���l d+��luu Pk � lt�,� �'� � I► f '1� afv. �x i�ws.lfrv�. �� 1 <wu au�r irl v a�n�yy yu�imtMY �p� �,y ensµ bfL4.u�wo�nw,irlh Jlf�t malls�w ,liir .,. .d�evu> vrtull �ttliti.wno, �ar��,,.erwa +sue tea„ nauones annx. c« a . s,am swnweeunnus exu«.xo«a.xmncru«aerxw xLbs �y� w..a�,e��j,��` �l. � ! iw wra�cca�iral auvazl,�7au�➢v{iiMkcm:ruN A4k ',ii� �J� �fi«QJMoy.. .. . {-h ,dkvw,An .W1'rsF l6►N'CU�: 2�'. tl�t+e.,„,,,, a a wl! ktvdW uLayL.rlaruuRal�(L�JkL� x/Vv �AiAl.asulia�Ultr,, •.�..ra.�..a: r. .N. aesl VliA.ddsmq YqC LSGVl aa�i..,�druWfl'rieCti�.v41`L'.�e...,. A /YS/a��r.r(.,vwUtiti4l.{a W'nmecns �W� .fl9p,Aliirlxl' qR N .il�i.11W6iY1 d►: Id'�1iw y`�•�x••[E�•mEL av,me, r11��..�.4b'a1',tA�A w-... %/.K.. wwmwawniw uwr..3 n< . 3xm w�arn.onr.xva.c crmuurwc. �.x.xa�.*,.cc vacv. Vrvnu-sr.w�xw \ .,aSi`s:..�., i. r. ,� .. � � arw,.r..•. �..... .�. � .- �.�� a �,.�.. w.w.r �u..a rw.eu.�..rm.. w +r �A���r....owr....,�,,...ww�rr.a...•,u �«,.a VAomr iW�3n 9Y�R„CNY".Tfi�311.f►P 85 u[enoea pMl�R•r.K3r./NNW,Y H ! ! ,WOi� j(��¢nl�0e. r.w+OGarA[CWC WK ,O4txx[RiViwry,{ 3f,5GI �V .. �NCx.4ROGriwry.Z mroxn ...r,Va vuonnw...ran»-ar..wu«wx. e.. 490�nrRp.[a•emOnv�Vwwwr+i 6. , f A.pA a�v[o ntloR. +uw.wr,rccwc .e.a,nrcxw.vu..rrc A o .@W r.w+0[Wru1CCYK vl+rWOratx.�[Ridiw,� wNnfOe. A.Q! s■Af7Wo,�. •••ann 99 v.V Vcgn•«pwsvnw• V+ , ,atACO uwy{vax rK(vykC WKWO4txn[R,Viwry.{ �w[,r �u W9lm m,,,v rov v�arwr.nnMvwnnueo-w,r�c.r.ww»- w aw*a wnrw.rv. xifwfvwoov.�wfrm.fa r.kw x.cnw �� Zaq.ncreMx,oxq.V y�n.q V. Re✓�gh...,,..r.a..an�rvvru., M f f f , .xcJ ��ERR7���1+..+vf.c.r,xcwc vfn � Aw .wgnaL[Yr[.0 w ..gewp.nq. w�o.,vr.cx..c.vnn.rn vxn.w e..rrrsna.emsf.em vavw.M .. . Refuurp.wf,runmrr,w�vo xeara>< Cl*Mv Ayp,q od,Au u R•a. pRp��b''I.Iff�,l Df ,NVar'.Biiv#cwgl N Wy�,p,Im r«w,.acEwpM..s[vm rqR y, 1 1 A11 0.q Mr.w.r.rxWw}r RFNrC.KCLf.N,rPc�ru e9'mn,M:,.O1n0•�f.,Wy rc AiL.»xrwR. a 1 Ch 1M�B Yuc�9.f«. nIA LVty+ri4M l�..�e ,O t,a�rn Aw *q ap�p�vtwm 6a 1 ,N tut,rpr 9ut*4 Cnir4rf lnK[VFO [QpOI 1 f��U ba a t�..�+yp+�,c rwsd is t��p�, y�, url�YSmNYII�'/hWq �yIjG�J[/nd� ww.".. .ascn �}[e.. rew nA..e-b xv 4 �n�..eSdp.lMx1' il.C.,Ox,�o[t{�Q/{1r w�.6n�fHR.W.wr.t f a a eer ww[r ux.x.W. !Ap iWM� wm.e.,xcx.v�.c..r.•wa !+#nM v�'t l.tt[,+.Oat Wo[a~im 11�L S"/ :��0 Wt es. wun a a ra iw,.m a.muew,stw.*,rn[cr*n m �'��`, r es •1M�i M1�"Lp. ,n,y u a oW n.'p.,eRu*r.0 �wix u1p'ixxM*,[u4a[*n �v.nr wi V..a.�f rw�d e�.�ruvru�; coK.Crnnp' �iL.1.Ld1.1RA(/191!!I ,,AtiIm, rme 1 �,.A�1�..iRnw.r®M.y.ww w. w r w Awnweeu,RNs W6ii3 L ..mwrnxa mn: s���Y/{,Lexlw.m.irwla•�.ew.ar.v r an nweweeu.[c.��se nwwill�eaauwxa ��1� �exn vtii.4.111��M�A.?>'-:�1�Y...m.-d i1i ! 1v1 A,Gn!"�1�30 �\•wauncrru«re.xw sa.wRxc..,.no-.p qra� �,,L" N tYp Y� uucnd w .w �� �•.a.,.�.«..« s.� �virjJ� », r ,.e ����rnm,. w.wp ca,v�h�wq:craw,xca All ` In �IiFfl1. 11ov.eu M Y ia�.}$„conmm cJfIKr15L`•f �VirowWrsf °� � lc,..nw 1 : xe ' 4[A ViM*- ��...yq.■■I/7! qq dRA�ll�i /���. (�StlIR4l A11�.rw�w Pw i :� W�rxttwr:»'aywyw omit. Al '.d�Vr��dkll4 r!�(�,���I1 vouswr Va,ny`• �Vti�,�..�.a xcW .a>vscrrn,[.fewr...no« .nrixm..caa.r.xra �. j 'A%v*RN.gfr�.d uinBrt�a �rox�.on„ ciTcom dNk3f.�i ��j.p�.►,iilwe�il�.d11Y�R:w.wr.o.rc1 C�#�YA�n ►H N f���Na.r.r.r r }a � 1M`�1ye'�ncv.raJA� CW p� rpimsnri kcli! L�1lAa,�wns wmtsl7\ erw,a.n.rrU`.l,rW11{xd(�ir"�—... L. Y Ila.. Yx MI tl 1�1111I"Y19YMAQ-..lL.,p w At— tlV!'—jjTi.; Ll zaa 'rmmr . I ... . n "pJ6.�iiihns.a.xr r„lCb. cs Irk. .. 6. eRu mem ww��aw,w w+a.^n.ron.Awvww u a��djjayotryryx(�IM,Y'/un�"�,...d�..,.n.rmLrH67Si'W D. N�l� ��1�((�y�11�M'Re L�'a�rrllgi i511'�. �'i\�`ro��iQir��etYnisr.zra} g rNcv,v �mrw _ v tlYcmwo .rnr.r Lf10�NdYlalll4w[.. wRAfi4�tr li .1� V�i Uai >••a,wn,rll�.� m..a�. �(w.�!51�e�/� rpw mP :L'Ll31 dJL[`II�kiSn�IWNu1 maw.aa+ n�:vUlh.c� wc.w«uz w cw�.a u.roo� w ws.w. �gwrn�o�eao�cioce�.�lw.,r.. 1WL66ti,...w.ro�mwawn,waw w �z,a.c oen:woR��lk�ra�,tawa�.=a n With uvu�, �u�itlV�wc?Illcetlb. � VI�IMIXI ILWM�I1HFWv �>�m 'C4YviYPol � LT �AuN� tom.. RMQ �R.Twwa wwL �RY.W'Nttlr P !d9 iwMpV(CCNau[.C+-MEDR.eaa K�c4 an.{u c+ PWA&,,'o Fu/t gq"`i7'an ll�ll!'1 [h'dAlv�+"IMtly wu�N>`�L.�.rkY�o rr. r~ a a InKAIIY Lr rrtn Hfl)i.`lVilmritMb, i n�l"IYIiWrEitP'.Ic ley wrtni ,rAli �r�a�s,'�1l�,iuu�w,� �n►api4,�us.�..t„: ! kb ned�eF>�'wkR C4U7Yf.,w fAV�N►1'a7•�a. ran .rA the r�PoRYtt�lw.r ew. r.— eil3r�rpaYlYlIY411'1�1',:,��(/ld►�i MwurAl.Ia.;s. Rev y!L wnuw.avl�wip`e\� novae rnd wn�ie3r�r,v>,oae soYVGIWI`4Re GRlk. grPfW1 �.& Mt1aLY�`aa� Ittl�,rttl�j Rwo.v.rdp LtlLUA�d�R`�1a�. x " ! t!N R�dti�uxws !N 4Yil�¢�Yu,�;il(P,�,J1x4�n 4X���NwCLt�l*.a.Lr.nq wuw TAI u Ll JUYU pm >YlW� Yp v,xRrra,� g,vRr f r , ew .•.Rmlf u+we o.uaa.nwn.co*r Rwtre..e gr....ccurr�us �:,�SratS'�JPv rrc r.wwwn,R. nuvc.�rulXirsJs r 3om 1 0I1(1ry13'c iS� � tra 1'111kiYY1\I,NI)t}I. U13�1�. C/P{J,ArSl�71t�! , aw trc teh wox.R w�tr tewyrw, ppp erOgla , ,AY it tr.L HDgK n .rv..• f 1;W, w>Ln tR.yrw, q„ya xtOtSLR wn, Rm 1 t�'i�ItAW ti d,6v SLw nJI raltillMV�luviw�.rn l �lI1RiFltvltfd9 IY4LWIt$P� �y� tl�i1W( .. W ��u q�p ms dM i�li//RL9.[�i�fl�j�Q�pROYW*VJp I„ ; ll��4 Y'Yl! gAll )a..��.W1 'Y. i�11 1i� .rl�w�m.cM� �, Exbibit D Conflict of Interest Questionnaire CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 8411h Log.. Regular Session, This Questionnaire is being Gied in acwrdaria with CI13pter 176. Local C,ovensnent Code, by a vendor who has a business relationship as defined by Section 176 001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). Sy law this questionnaire must be filed voth the records administrator of the local governmental entiry not later than Via 7th business day after the date the vendor becomes aware of fans that r+quire die statement to be filed See Section 176 006(a-1 i, Local Government, Code. A vends commits an offense if the vendor knowingly violates Section 176 006, Local Government Code- An otfenoa under this saction is a misdomoanor. J Name of vendor who has business relationship with local governmental entity. FORM CIQ OFFICEUSEONLY Date RocowM Bound Tree Medical, LLC J ❑Check this box if you are filing an update to a previously riled questionnaire. 'The law requires that you file anupdated completed questionnaire with the appropriate tiling authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate) J Name of local government officer about whom the information is being disclosed. N/A Name of Officer J Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts Aand B for each employment or business relationshipdescribed. Attach additional pages to this Form CIO as necessary. A. Is the local government officer or afamity member of the officer receiving or likely to receive taxable income. other than investment income. from the vendor? a Yes No B, Is the vendor receiving or likely to receive taxable income. other than investment Income. from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? F7 Yes a No J Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. J ❑C11edc this box if the vendor has given the government officer or a family member of the officer one or more gifts as described I ection 176.003(a)f i ), eluding gifts described in Section 176.003(a-1). J 05/12/2025 Sag_(i a of vendor ong business vngl the Q rammentai enbrj Dale Form provided by Texas Ethics Commission lsvmv.othi cs.state.tx.us Revised 1/1/2021 G CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity Acomplete copy of Chapter 176 of the Local Government Code maybe found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form. Local Government Code S 176.0010-a): "Business relationship" means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public; or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to, that agency. Local Government Code S 176.003(a)(2)(A) and (B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than $100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code S 176.006(a) and (a-1) (a) Avendor shall file acompleted conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity, or a family member of the officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any gift described by Section 176.003(a-1); or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity; or (B) submits to the local governmental entity an application, response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity; or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer, described by Subsection (a); (B) that the vendor has given one or more gifts described by Subsection (a); or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethics state tx.us Revised 1/1/2021 M&C Review Page 1 of 2 ORidaI site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FaRT_11 Create New From This M&C DATE: 4/22/2026 REFERENCE "M&C 25- LOG NAME: 361LA BOUNDTREE NO.: 0332 MEDICAL SUPPLIES CODE: P TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (ALL) Authorize Execution of Agreementwith Bound Tree Medical, LLC for Medical Supplies in an Annual Amount Up to $3,000,000.00 Using an Interlocal Agreement wth the City of Midlothian RECOMMENDATION: It is recommended that the City Council authorize the execution of an agreement with Bound Tree Medical, LLC for medical supplies in an annual amount up to $3.000,000 00 using an interlocal agreement with the City of Midlothian. DISCUSSION: The purpose of this Mayor & Council Communication (M&C) is to authorize execution of a purchase agreement with Bound Tree Medical, LLC for medical supplies in the amount up to $3.000.000 00 using an Interlocal Agreementwith the City of Midlothian (Midlothian). This agreementwill be used bythe Fire Department in support of emergency medical service (EMS) operations. State law provides that a local government purchasing an item under an Interlocal Agreement satisfies state laws requiring that the local government seek competitive bids for the purchase of the item or service in order to increase and simplify the purchasing power of government entities. Midlothian issued Invitation to Bid (ITB) 2020-28 and awarded a contra ctto Bound Tree Medical, LLC based on Best Value evaluation criteria on December 8, 2020. With this Agreement, the City of Fort Worth Fire Department will purchase medical supplies in support of its EMS operations. FUNDING: Upon adoption of the Fiscal Year 2026 operating budgetfor Emergency Medical Services, funding will be available in the Emergency Medical Services Fund for the Fire Department. TERM: The initial term of the agreement will begin upon execution and end on December 31, 2025. There are no renewal options. ADMINISTRATIVE CHANGE ORDERS - An administrative change order or increase may be made by the City Manager or his designee up to the amount allowed by relevant Law and the Fart Worth City Cade and does not require specific City Council approval as long as sufficientfund s have been appropriated. BUSINESS EQUITY - A Business Equity goal is not assigned when purchasing from an approved purchasing cooperative or public entity. The agreement serves ALL COUNCIL DISTRICTS FISCAL INFORMATIONlCERTIFICA TION: The Director of Finance certifies that upon approval of the recommendation and adoption of the Fiscal Year 2025 Budget for Emergency Medical Services by the City Council, funds will be available in the current operating budget, as appropriated, in the Emergency Medical Services Fund. Prior to an expenditure being incurred, the Fire Department has the responsibility to validate the availability of funds. httpJ/apps.cfwneL.org/councll_packeUmc—review asp7ID=33194&councildate=4{22{2025 4/23/2025 M&C Rcvicw Page 2 of 2 TO Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) FROM _ Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year (Chartfield 2) Submitted for Citv Manaoer's Office bv: William Johnson 0 ❑rininatinp Department Head: Jim Davis (6801) Additional Information Contact: ATTACHMENTS 1295 Form Forth Worth Sioned.Ddf (CFVV Internal) BTree Extension Letter Reouest-Three-Sivned.Ddf (CFW Intemal) Midlothian Citv ❑f.Ddf (GFW Internal) Midlothian Sinned Executed Contract- EMS Medical SupDlies.Pdf (CFW Internal) http-./'apps.cfwnet.Orgicounc-tl_packct/mc rcvicw.asp?ID=33194&wunoildato=4./22!2025 4r23i2025