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