HomeMy WebLinkAboutC2020-200 - 6/9/2020 - Approved
Supply Agreement Standard Form Page 1 of 7
Approved as to Legal Form March 9, 2020
SUPPLY AGREEMENT NO. 3027
Veterinary Medicines and Supplies - Group 3
THIS Veterinary Medicines and Supplies Group 3 Supply Agreement ("Agreement")
is entered into by and between the City of Corpus Christi, a Texas home-rule municipal
corporation (“City”) and Elanco US, Inc. (“Contractor"), effective upon execution by
the City Manager or the City Manager’s designee (“City Manager”).
WHEREAS, Contractor has bid to provide Veterinary Medicines and Supplies -
Group 3 in response to Request for Bid No. 2757 (“RFB”), which RFB includes the required
scope of work and all specifications and which RFB and the Contractor’s bid response
are incorporated by reference in this Agreement as Exhibits 1 and 2, respectively, as if
each were fully set out here in its entirety.
NOW, THEREFORE, City and Contractor agree as follows:
1. Scope. Contractor will provide Veterinary Medicines and Supplies - Group 3 in
accordance with the attached Scope of Work, as shown in Attachment A, the
content of which is incorporated by reference into this Agreement as if fully set
out here in its entirety. “Goods,” “products”, and “supplies”, as used in this
Agreement, refer to and have the same meaning.
2. Term. This Agreement is for two years. The parties may mutually extend the term
of this Agreement for up to one additional one-year periods (“Option Period(s)”),
provided, the parties do so by written amendment prior to the expiration of the
original term or the then-current Option Period. The City’s extension authorization
must be executed by the City Manager or designee.
3. Compensation and Payment. This Agreement is for an amount not to exceed
$122,921.00, subject to approved extensions and changes. Payment will be made
for goods delivered and accepted by the City within 30 days of acceptance,
subject to receipt of an acceptable invoice. Contractor shall invoice no more
frequently than once per month. All pricing must be in accordance with the
attached Bid/Pricing Schedule, as shown in Attachment B, the content of which
is incorporated by reference into this Agreement as if fully set out here in its
entirety. Any amount not expended during the initial term or any option period
may, at the City’s discretion, be allocated for use in the next option period.
Invoices will be mailed to the following address with a copy provided to the
Contract Administrator:
DocuSign Envelope ID: 73072BF6-8E16-4422-BC22-3F6680F172F5DocuSign Envelope ID: BDB91A02-ACE7-4C9A-9E59-EDC348857B57
Supply Agreement Standard Form Page 2 of 7
Approved as to Legal Form March 9, 2020
City of Corpus Christi
Attn: Accounts Payable
P.O. Box 9277
Corpus Christi, Texas 78469-9277
4. Contract Administrator. The Contract Administrator designated by the City is
responsible for approval of all phases of performance and operations under this
Agreement, including deductions for non-performance and authorizations for
payment. The City’s Contract Administrator for this Agreement is as follows:
Name: Michelle Joregensen
Department: Animal Care Services
Phone: 361-826-4605
Email: MichelleJ@cctexas.com
5. Insurance. Before performance can begin under this Agreement, the Contractor
must deliver a certificate of insurance (“COI”), as proof of the required insurance
coverages, to the City’s Risk Manager and the Contract Administrator.
Additionally, the COI must state that the City will be given at least 30 days’
advance written notice of cancellation, material change in coverage, or intent
not to renew any of the policies. The City must be named as an additional insured.
The City Attorney must be given copies of all insurance policies within 10 days of
the City Manager's written request. Insurance requirements are as stated in
Attachment C, the content of which is incorporated by reference into this
Agreement as if fully set out here in its entirety.
6. Purchase Release Order. For multiple-release purchases of products to be
provided by the Contractor over a period of time, the City will exercise its right to
specify time, place and quantity of products to be delivered in the following
manner: any City department or division may send to Contractor a purchase
release order signed by an authorized agent of the department or division. The
purchase release order must refer to this Agreement, and products will remain with
the Contractor until such time as the products are delivered and accepted by
the City.
7. Inspection and Acceptance. City may inspect all products supplied before
acceptance. Any products that are delivered but not accepted by the City must
be corrected or replaced immediately at no charge to the City. If immediate
correction or replacement at no charge cannot be made by the Contractor, a
replacement product may be bought by the City on the open market and any
costs incurred, including additional costs over the item’s bid price, must be paid
by the Contractor within 30 days of receipt of City’s invoice.
DocuSign Envelope ID: 73072BF6-8E16-4422-BC22-3F6680F172F5DocuSign Envelope ID: BDB91A02-ACE7-4C9A-9E59-EDC348857B57
Supply Agreement Standard Form Page 3 of 7
Approved as to Legal Form March 9, 2020
8. Warranty.
(A) The Contractor warrants that all products supplied under this Agreement
are new, quality items that are free from defects, fit for their intended purpose,
and of good material and workmanship. The Contractor warrants that it has clear
title to the products and that the products are free of liens or encumbrances.
(B) In addition, the products purchased under this Agreement shall be
warranted by the Contractor or, if indicated in Attachment D by the
manufacturer, for the period stated in Attachment D. Attachment D is attached
to this Agreement and is incorporated by reference into this Agreement as if fully
set out here in its entirety.
9. Quality/Quantity Adjustments. Any quantities indicated on the Bid/Pricing
Schedule are estimates only and do not obligate the City to order or accept more
than the City’s actual requirements nor do the estimates restrict the City from
ordering less than its actual needs during the term of the Agreement and including
any Option Period. Substitutions and deviations from the City’s product
requirements or specifications are prohibited without the prior written approval of
the Contract Administrator
10. Non-Appropriation. The continuation of this Agreement after the close of any
fiscal year of the City, which fiscal year ends on September 30th annually, is subject
to appropriations and budget approval specifically covering this Agreement as
an expenditure in said budget, and it is within the sole discretion of the City’s City
Council to determine whether or not to fund this Agreement. The City does not
represent that this budget item will be adopted, as said determination is within the
City Council's sole discretion when adopting each budget.
11. Independent Contractor. Contractor will perform the work required by this
Agreement as an independent contractor and will furnish such products in its own
manner and method, and under no circumstances or conditions will any agent,
servant or employee of the Contractor be considered an employee of the City.
12. Subcontractors. Contractor may use subcontractors in connection with the work
performed under this Agreement. When using subcontractors, however, the
Contractor must obtain prior written approval from the Contract Administrator
unless the subcontractors were named in the bid or in an attachment to this
Agreement. In using subcontractors, the Contractor is responsible for all their acts
and omissions to the same extent as if the subcontractor and its employees were
employees of the Contractor. All requirements set forth as part of this Agreement,
including the necessity of providing a COI in advance to the City, are applicable
to all subcontractors and their employees to the same extent as if the Contractor
and its employees had performed the work.
DocuSign Envelope ID: 73072BF6-8E16-4422-BC22-3F6680F172F5DocuSign Envelope ID: BDB91A02-ACE7-4C9A-9E59-EDC348857B57
Supply Agreement Standard Form Page 4 of 7
Approved as to Legal Form March 9, 2020
13. Amendments. This Agreement may be amended or modified only in writing
executed by authorized representatives of both parties.
14. Waiver. No waiver by either party of any breach of any term or condition of this
Agreement waives any subsequent breach of the same.
15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA
taxes, unemployment taxes and all other applicable taxes. Upon request, the City
Manager shall be provided proof of payment of these taxes within 15 days of such
request.
16. Notice. Any notice required under this Agreement must be given by fax, hand
delivery, or certified mail, postage prepaid, and is deemed received on the day
faxed or hand-delivered or on the third day after postmark if sent by certified mail.
Notice must be sent as follows:
IF TO CITY:
City of Corpus Christi
Attn: Michelle Jorgensen
Title: Assistant Program Manager
Address: 2626 Holly Road, Corpus Christi, Texas 78415
Phone: 361-826-4506
Fax: N/A
IF TO CONTRACTOR:
Elanco US, Inc.
Attn: Margaret Carney
Title: Associate Consultant Animal Welfare
Address: 2500 Innovation Way, Greenfield, Indiana, 46140
Phone: 800-782-8977
Fax: 317-651-1636
17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND
THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND
AGENTS (“INDEMNITEES”) FROM AND AGAINST ANY AND ALL LIABILITY,
LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF
WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF
PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND
OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF
LITIGATION, COURT COSTS, ATTORNEYS’ FEES AND EXPERT WITNESS FEES,
WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION
WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS
DocuSign Envelope ID: 73072BF6-8E16-4422-BC22-3F6680F172F5DocuSign Envelope ID: BDB91A02-ACE7-4C9A-9E59-EDC348857B57
Supply Agreement Standard Form Page 5 of 7
Approved as to Legal Form March 9, 2020
AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT
ACT, OMISSION, MISCONDUCT, OR FAULT OF THE CONTRACTOR OR ITS
EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE,
INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT
OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH
COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL
CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF
ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE,
LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION
OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE
THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT.
18. Termination.
(A) The City Manager may terminate this Agreement for Contractor’s failure to
comply with any of the terms of this Agreement. The Contract Administrator must
give the Contractor written notice of the breach and set out a reasonable
opportunity to cure. If the Contractor has not cured within the cure period, the
City Manager may terminate this Agreement immediately thereafter.
(B) Alternatively, the City Manager may terminate this Agreement for
convenience upon 30 days advance written notice to the Contractor. The City
Manager may also terminate this Agreement upon 24 hours written notice to the
Contractor for failure to pay or provide proof of payment of taxes as set out in this
Agreement.
19. Owner’s Manual and Preventative Maintenance. Contractor agrees to provide a
copy of the owner’s manual and/or preventative maintenance guidelines or
instructions if available for any equipment purchased by the City pursuant to this
Agreement. Contractor must provide such documentation upon delivery of such
equipment and prior to receipt of the final payment by the City.
20. Limitation of Liability. The City’s maximum liability under this Agreement is limited
to the total amount of compensation listed in Section 3 of this Agreement. In no
event shall the City be liable for incidental, consequential or special damages.
21. Assignment. No assignment of this Agreement by the Contractor, or of any right
or interest contained herein, is effective unless the City Manager first gives written
consent to such assignment. The performance of this Agreement by the
Contractor is of the essence of this Agreement, and the City Manager's right to
withhold consent to such assignment is within the sole discretion of the City
Manager on any ground whatsoever.
DocuSign Envelope ID: 73072BF6-8E16-4422-BC22-3F6680F172F5DocuSign Envelope ID: BDB91A02-ACE7-4C9A-9E59-EDC348857B57
Supply Agreement Standard Form Page 6 of 7
Approved as to Legal Form March 9, 2020
22. Severability. Each provision of this Agreement is considered to be severable and,
if, for any reason, any provision or part of this Agreement is determined to be
invalid and contrary to applicable law, such invalidity shall not impair the
operation of nor affect those portions of this Agreement that are valid, but this
Agreement shall be construed and enforced in all respects as if the invalid or
unenforceable provision or part had been omitted.
23. Order of Precedence. In the event of any conflicts or inconsistencies between this
Agreement, its attachments, and exhibits, such conflicts and inconsistencies will
be resolved by reference to the documents in the following order of priority:
A. this Agreement (excluding attachments and exhibits);
B. its attachments;
C. the bid solicitation document including any addenda (Exhibit 1); then,
D. the Contractor’s bid response (Exhibit 2).
24. Certificate of Interested Parties. Contractor agrees to comply with Texas
Government Code Section 2252.908, as it may be amended, and to complete
Form 1295 “Certificate of Interested Parties” as part of this Agreement if required
by said statute.
25. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws
in the performance of this Agreement. The applicable law for any legal disputes
arising out of this Agreement is the law of the State of Texas, and such form and
venue for such disputes is the appropriate district, county, or justice court in and
for Nueces County, Texas.
26. Public Information Act Requirements. This paragraph applies only to agreements
that have a stated expenditure of at least $1,000,000 or that result in the
expenditure of at least $1,000,000 by the City. The requirements of Subchapter J,
Chapter 552, Government Code, may apply to this contract and the Contractor
agrees that the contract can be terminated if the Contractor knowingly or
intentionally fails to comply with a requirement of that subchapter.
27. Entire Agreement. This Agreement constitutes the entire agreement between the
parties concerning the subject matter of this Agreement and supersedes all prior
negotiations, arrangements, agreements and understandings, either oral or
written, between the parties.
(SIGNATURE PAGE FOLLOWS)
DocuSign Envelope ID: 73072BF6-8E16-4422-BC22-3F6680F172F5DocuSign Envelope ID: BDB91A02-ACE7-4C9A-9E59-EDC348857B57
Supply Agreement Standard Form Page 7 of 7
Approved as to Legal Form March 9, 2020
CONTRACTOR
Signature:
Printed Name:
Title:
Date:
CITY OF CORPUS CHRISTI
_________________________________________________
Kim Baker
Director of Contracts and Procurement
Date:
Attached and Incorporated by Reference:
Attachment A: Scope of Work
Attachment B: Bid/Pricing Schedule
Attachment C: Insurance Requirements
Attachment D: Warranty Requirements
Incorporated by Reference Only:
Exhibit 1: RFB No. 2757
Exhibit 2: Contractor’s Bid Response
DocuSign Envelope ID: 73072BF6-8E16-4422-BC22-3F6680F172F5
Assoc Consultant Animal Welfare
5/8/2020
Margaret Carney
DocuSign Envelope ID: BDB91A02-ACE7-4C9A-9E59-EDC348857B57
06/09/2020
___________________Authorized By
Council ________________________
M2020-098
6/10/2020
ATTEST:
_____________________________
Rebecca Huerta
City Secretary
Page 1 of 2
ATTACHMENT A: SCOPE OF WORK
1 General Requirements/Background Information
The Contractor shall provide veterinary medications and supplies. These supplies and
medicines will be utilized by the Corpus Christi Police Department Animal Care
Services Division, Veterinarian, to treat animals. This contract provides unit pricing for
specified items to be purchased on an “as needed” basis by the Animal Care Services
Division.
2.Scope of Work
A. Products – veterinary medications outlined on the contract pricing sheet shall be
provided on an as needed basis. Such supplies include surgery supplies,
anesthetics, vaccinations and medical supplies.
B.Delivery
1. Contractor shall make inside delivery to City locations within five calendar days
to the addresses specified. All prices are F.O.B. destination, inside delivery to
City of Corpus Christi facility, freight prepaid. Expedited forty-eight hour
delivery services may be required in some instances; therefore, Contractor
must be able to provide such service. Additional freight will be paid only when
the City has made a request for expedited delivery.
2.Delivery, as used in this section, means the products have been ordered and
received by the City. Receipt of products that do not conform to specifications
will not be accepted by the City. Contractor understands and agrees that the
City may, at its discretion, cancel any backorders due to the Contractor’s
inability to deliver the product within the five calendar day stipulation.
Cancellations shall be in writing and sent to Vendor by email, fax, or mail. No
restocking fee or payment of any kind shall be owed for orders canceled due
to Contractor’s inability to meet the five day delivery deadline. Returns to
Contractor of late orders received after the cancellation notice has been sent
shall be at the Contractors expense. The City may seek the products from
another party if Contractor fails to deliver on time.
3. Delivery must be made during normal working hours, Monday through Friday,
8:00 am to 5:00 pm C.T.
C. Defective Goods
Contractor shall pay for return shipment on any products that arrive in a defective,
unusable or inoperable condition. Contractor shall arrange for the return shipment
of damaged products.
D. Product Expiration
Contractor shall provide supplies and medications with a minimum expiration
date of 16 months after the delivery date. Any materials delivered with an
expiration date of less than 12 months will be returned to Contractor for credit or
replacement at Contractor’s expense.
E.Discontinued Items
DocuSign Envelope ID: 73072BF6-8E16-4422-BC22-3F6680F172F5DocuSign Envelope ID: BDB91A02-ACE7-4C9A-9E59-EDC348857B57
Page 2 of 2
In the event that a manufacturer discontinues particular product(s), the City may
allow Contractor to provide a substitute for the discontinued product(s) or delete
the product(s) from the contract altogether. If Contractor requests permission to
substitute a new product, Contractor shall provide the following to the City:
1.Documentation from the manufacturer that the product has been
discontinued.
2.Documentation that names the replacement product.
3.Documentation that provides clear and convincing evidence that the
replacement product meets or exceeds all specifications of the original
product.
4.Documentation that provides clear and convincing evidence that the
replacement product will be compatible with all the functions or uses of the
discontinued product.
5.Documentation confirming that the price for the replacement is the same as or
less than the discontinued product.
6.These provisions related to product discontinuance apply only to products
specifically listed in this solicitation document.
3.Special Instructions
All medications and supplies including controlled medications, will be shipped to:
Animal Care Services
c/o Melissa Draper, DVM
2626 Holly Road
Corpus Christi, TX 78402
DocuSign Envelope ID: 73072BF6-8E16-4422-BC22-3F6680F172F5DocuSign Envelope ID: BDB91A02-ACE7-4C9A-9E59-EDC348857B57
ATTACHMENT B: BID/PRICING SCHEDULE
CITY OF CORPUS CHRISTI
CONTRACTS AND PROCUREMENT
BID FORM
RFB No. 2757
Veterinary Medicines and Supplies
I/ 3 J I :J.O� o PAGE 1 OF8 Date: I I
Bidder: Gl¥'.l.QW LJ.&, ToLe Authorized L/Y] � Signature:�4 M fa A &>.I., (f
1.Refer to "Instructions to Bidders" and Contract Terms and Conditions beforecompleting bid.
2.Quote your best price for each item.
3.In submitting this bid, Bidder certifies that:a. the prices in this bid have been arrived at independently, without consultation,communication, or agreement with any other Bidder or competitor, for the purpose of restricting competition with regard to prices. b.Bidder is an Equal Opportunity Employer, and the Disclosure of Interest informationon file with City's Contracts and Procurement office, pursuant to the Code ofOrdinances, is current and true.c.Bidder is current with all taxes due and company is in good standing with allapplicable governmental agencies.d.Bidder acknowledges receipt and review of all addenda for this RFB.
Item
1
,,-
,., V
A
GROUP 1 -SURGERY
Description Sensi Touch sterile surgical aloves Sizes 6-8 2-0 Webmax (Polydioxanone
C' .� --\/0-1-i ----f:i----� ...,_ ----- -� -30" Reverse Cutting FS-1) 2-0 Webmax (25 Meters -Violet Monofilament
r, - I J•-- - C' --�I,... i• -'-'', �· -,_ ,_ -, -·~ Absorbable Sterile Suture on a cassette) 0 Webmax (Polydioxanone
C' -� -- \/:_,_. -- ---,., -.----� � ,_ - -· -30" Reverse Cutting CP-1)
Qty
,...,f"lf"I ---
Ll"'\I"'\ ---
,,C' --
, f"lf"I ��
Unit
r, _ IC'I"'\ --·,, --
D-11') --
,..._ ___ -
-
i_ - -
D-,,,, --.,-
Unit Price. -
-
Total Price
____________________
DocuSign Envelope ID: 73072BF6-8E16-4422-BC22-3F6680F172F5DocuSign Envelope ID: BDB91A02-ACE7-4C9A-9E59-EDC348857B57
� v
L
-,
n ...., n , ('\
1 1
1") ,,.,
1 A
·-, I:.
1 L
17
10
10
I')('\ --
') 1 --��
t"\"'l --
"I.A -
l")C:
" , L.U
"17 -·
"" --
--
"" ,_,_
,.., . --...,_ ""' --
"
"� vv
0 Webmax (25 Meters -Violet
Monofilament Polydioxanone
Synthetic Absorbable Sterile
Suture on a cassette)
Sterile Surgical Blade Size 10
( 100 per box)
1--LI ·--_ 1 •�n f'"\r-. I L.. ---·----,---.. --
,--l-J.---'---1 T, •'--'> r, .... , --
.... .J J. -· --
'-"'� --· --- ...,;.v
-'---1 T ,L,..._ '> C �-·---�--·-
r-...J--'--_,_ --' T, ·'-- .A f'\ -· -------·-
c�-'-J.---h-~1 T, •'-- .A C: -· -------·-
,-,_ ,_,_J._ -·'---1 T, ·'-- Cr,
,... _ _._ ---
-·-
-L --1 T. ·'-- C C -----�--·-
,-_,.J_J. __ -h-~I T, ·'--L f'\ -· --
r-.J-J. -· --_..._. , __ -�--·-
-h--1 T •'-- I r ---v.v
- -1-.&.-�-L.-_t T .. L--, r'\ -· ------· ---·-
c�....1-♦r--h-~I T, ·'-- 7 C: ----
r-. .I 1,.,. __ , T Of'\ -· ------· -� --·-
,-_-' _J. __ -.h-~1 T, ·'--0 r -· --
,-.I .1. -· -------�--·-
'---t T ·'-nA �------
t"--'--'---h-r-.l T ·'--0 C: -· ---------·--·--L-..-.....,1 T - 11"'1 ('\ ..... -----------·-
.... .J --'----1 T. '--1 1 I"\ L-1 --11....,.....,.1 IV'-AI ,...,.__ I . ...,
Sun::iical Drape Material
300vds 38.5 vards
Carb 02 Lime Sodasorb 5 gal
(qenericl
Marcaine 0.5% (bupivacaine " r----I l'-.;I II IJv'--IIVI ,, Uvl J vVI I IL
Multiple-Dose Vial
Carprofen 50mg/ml
I J. - '"II"\ 'J--_...,_ - --bottle
I C::('\ � ---I ..
Carprofen 25mo Chewable
(Generic}
Carprofen 75mq Chewable
(Generic)
Carprofen 1 00ma Chewable
(Generic)
,--.1 I I •.J:-- t' I .1.' -1')07 � - V -1 ...... ,. - --·- -� ·v
"' I I . _,. " .I --
'-'1 ....., VI _, ,f\,.,,(11 .....,. --• .._,...., .L. •v
.., 1 A-• -IT J. __ ,_lvl '-' II/ \11111 IUI IUIIVV
" , �· � '-''•I Y vi UV I IU I ,.,.,vs;:, '-71Vv .... '-""'' ._.._,..._,,,....., IYIU..}1,-.,
".lf'lf'I ---
Cf'\
Lf'\
')('\
t"\I"\
')('\-
I")('\ --
t"\l"'I --
')('\ --
Ar. -
.Al"\ -
.If'\ -
.If'\ -
Al"\ -
.Al"\ -
.Af'\ -
,I('\-
,Ir, -
,,... -�---
I')('\ --
" --
'"If'\('\ ---------,_,_
vv
lf'\ ...,
, r, ...,
, f'\ IV --vu
r--__,_...,
r-... ,.-.Ll.--�--·--
n_ , , r,r, --.,
t"\f:f'l--l /1.-. -J.J.!-
-
·,--
---h ---------_,_----__ ,_ ------L-.. ---___ ,_ --___ ....... ------t-. --- I --
---'------'-------.h ---
---h ----
-----L-------1..... ---
---L '-'--
--
-
...,._.,_...,,_ yu.,
r __ ,
- -=i-
�-I ·-·'--T 1'-"
C::1"'1-1 .:_, --.. -
" HI I, ----,,....,, --
.... . ,..,,_ --·••'-'/ , __
----�'-'lllv/ IVV
l --11--
��•'-'
l --11--,_,_, -.... ·'---~-
,u...,...., .... �,... UV/\/ vV
Page 2 or 8
-
-
-
-
-
--
--
--
-
-
�
---
DocuSign Envelope ID: 73072BF6-8E16-4422-BC22-3F6680F172F5DocuSign Envelope ID: BDB91A02-ACE7-4C9A-9E59-EDC348857B57
,, , --
•')7
..,n--
n >'.,� ,.'1' ..k,.
Item ,...,...
Jf'\ -
.A,
It .A')
,I')
,1,1
AC
• I
J.., C/
'r, ·-
l"'\1 n n - .c..r. ..... � r-,,_ ------..--
c-• -1-....J•--.L-.-T----'-'"" ·-·----,...,� Allowance: Expedited
Delivery
.ti » ._./-,:; � \ ;:'�•;� ,i,
,.:t.!\ .. -.r •
. ,
C -
, r -
1
& � • - �
I --
.
h -..,_,.''-'"
-C' <1'1 "lC f'\I'\ 'I" --... --. --
,..,."'''" ..------.
, _"?,
• ...... •Al . ...... --
o·Jo
0 .iJ-,1•; •;-;-
,-. ftl"\I ID � A 111.lr:c.'TL�CTlrt'
Description
c-: '--..J-1 , ,... � ---....... ·=I .I ·-
Midazolam Smo/ml 10ml
Vial
A ,-.,.._-r_ -:--,n ·--1--.1
--r----,,..,r::�r.+, ':If'\-./ \J:-1�-·�
V, ·•--:�,... 1 f\f'\� - 1�1 --·-� ·-
·-
Medetomidine .5mg/ml
10ml Vial
Ketamine 1 00mg/mL 10ml
vial ... ----·-r--,:_, ,--1 .I IVl-....-,:,,-,,-JI'-,, --Ill 1',_ IVI 1'-4 II
Hvdromorphone 2mq/ml
120ml)
Allowance: Expedited
Delivery
'
-· -
Qty
')(\ --
...,_
')(\ --
Cf\f\ -,..,,.
, (\('I ------�-
,..,... ----vv
,
. ·-
Unit ,,... -..·-·-
IV 1111
,.,... __ , L. ---··-- ··-
')('\ .I .:_1 --.. ,..,...--
1 f\ I -
, ,...
·-·
,:_1 ·-
•,I ·-
IV 1111 ••-•
,..,... ·'-·'--'" '""'
LVI 111 I.JVI IIC
" ._...,. 'r-'" -- I
Unit Price
-
d'-1 l"'\I --..., --·--
,..n"'11nn --•a1 -·-----.. -.,_,._
��- t:-- 'ji ! ;c;'#: ir��'.i� r1 ,ii:. _:/f::·'·;,. �:: /:i Ill : i -.l _ i�-\ -
.f;. , ,, f.i f, ,., , _;'' .··, �,j • ,;,,:;:; \l:,f
GROUP 3 -VACCINATIONS
Item Description Qty Unit Unit Price
Canine Distemper-
Adneovirus Type 2 -G3. IL, 49 Parainfluenza-Parvovirus 600 25 ct/tray
Vaccine (Modified Live Virus)
25ct Tray
Canine Bordetella
50 Bronchiseptica Vaccine 600 25 ct/tray l.Pa.�5(Avirulent Live Culture)
25ct Tray
Feline Rhinotracheitis-Calci-
Panleukopenia-Chlamydia 53 .. --+6 51 Psittaci Vaccine (Modified 600 25 ct/tray
Live Virus and Chlamydia)
25ct Tray
52 Rabies Vaccine (Killed Virus) 300 50 ct/tray 51.OD3 year S0ct Tray
Page 3 of 8
___,
(t11')t:' f\f\ T - •--
-.�� � �' ,; F � , .
Total Price
-
rt-, ,-...r --
'+" --·--
c\' · . ., , ,;;,rii� .. ·. • ··.: · .
Total Price
3+, �q'°
3+, 35D
3�)�9)
/5 1 3bO
DocuSign Envelope ID: 73072BF6-8E16-4422-BC22-3F6680F172F5DocuSign Envelope ID: BDB91A02-ACE7-4C9A-9E59-EDC348857B57
53 Allowance: Expedited 1 Lump Sum $125.00 Delivery
GROUP 3 -TOTAL
\ ,. , :,:,' fJ ,i,'l� � �v �•�tl��!j i}I ••� :, � •A· ' :; �-• � :ti '�· .� ;f \/', "' ., .n:• � .. �� i r 0' � -•• ,l,;;;:;; 'I,
�Dl"\IID A u-�t--1 C 11 1!--
Item
C:A
c:c: --
r , --
r-r -
--vU
r,..,_
-�...,
, , UI
, ,., --
, ,.., --
,:.,1 -
LC
/ I
I "7 -�uu
If'\ VF
Description
JorVet Conductive Breathing
Bag 2 L
JorVet Conductive Breathing
Bag 3 L
Chamber Brite Autoclave
Cleaner (Generic)
Integrated Serum Separator
,-. 1 ,... ---.....,.
Tiger top
-,r ,.... .. ., ...,I'--''-' ''-'' ''--1
DioQuick Stain 500ml #3
Counter Stain
DipQuick Stain 500ml #2
Stain Solution
DioQuick Stain 500ml # 1
Fixative
Virbantel (pyrantel
pamoate/praziquantel)
Flavored Chewables
(Generic) 30 mq
Fecal Float (Sodium Nitrate) 1
qal (Generic)
TraZODONE Hydrochloride .,. 1-.L llf"or""\ ,--,..,...,... ---.., ----I 1:::::, ----•
bottle
TraZODONE Hydrochloride
T-1,,..1-.1. I IC'n C'A - 1/V'\ .1.��-..J-- ---
bottle ;::, -----
Kimwipes EX-L (Delicate Task
Wipes)
JorVet Conductive Breathing
Baq .5 L
JorVet Conductive Breathing
Bag 1 L
Antisedan / A tioamezole
hydrochloride)
,.... ___ � r,r: IL..----' •-'-''-'I-'-''-• -- ,.._, '-"1 ''-' "'I'"'
Qty
1 C: �
1 r ...,
• r ...,
, ,... V
L.
I"\ �
-L
--,JU
---.JV
r.r _...,
,.,r --
l"\l"lr. ---
, ,. ...,
1 r: ...,
,� IV
,...,... --
� Unit --...,�-.,
..., '-''--
1 , IV....,.._,, 1--
, --, __ --- I
vVV 1111 ------1111
vVV 1111
vV/UVlllv
I l:,1UIIVII
------\,..,,I
·----..,
n -L --.r'\u-'\,J ---
--_ .... ---
---'-----
, r, 0 VI OU Yl'-AI
�r"\." ------
Unit Price
---
-
-
--
-
-
Page 4 of 8
$125.00
\-�ff.��-.� ;�-\� '.) i� '�-.
Total Price -
-
-
--
$122,921.00 _____
Initial
DocuSign Envelope ID: 73072BF6-8E16-4422-BC22-3F6680F172F5DocuSign Envelope ID: BDB91A02-ACE7-4C9A-9E59-EDC348857B57
...,,.,
71
_,.,
--''-'
... ,
....,,. IV -/ V
77
--IV
"7t"l
--vv
n, VI
"" --
"" --
,.., .
--vv
,.,, ----V/
nn '-''-'
....,,., V/
""
,...,
Virbantel (pyrantel
pamoate/praziquantel)
Flavored Chewables
(Generic) 114 mQ
r, -··- _J. ___ I) ,-.,r11- hi, -
.....,_r,,'># _, - -- - - --Epinephrine 1 :1000 1 mq/mL
30mL vial (Generic)
Convenia 80ma/mL l 0mL
Vial Injectable
Oral/Liquid Gabapentin
250mg/5ml
Lime Sulfur Concentrated
gallon size
Dexamethasone Injectable
2mg/mL 50mL Vial
lvomec 1 % Solution
Injectable 500mL
Provecta Advanced XL over
SSlbs
Miltex Surgical Cleaner
Neutral pH Liquid (Generic)
Monoiect Blood Tube 7mL
13mmx100mm
Abaxis Micro Tube l .3mL
EDTA (Purple}
Microlube Instrument
Lubricant 1 qallon
Elizabethan Collar (Buster
Style) Sz 1 2.5
Elizabethan Collar (Buster
Style) Sz 15.0
Elizabethan Collar (Buster
Style} Sz 20.0
Elizabethan Collar (Buster
Stvle l Sz 25.0
Elizabethan Collar (Buster
Style l Sz 30.0
" ,,.... " " ,....
V '.../_,,._, I -,_ ,.._,-.J -.... -• V -
Gabapentin l 00mg capsules
500 count
Gabapentin 300mq capsules
500 count
Abaxis Micro Tube 1.3ml
Lithium Heparin (Green)
CCA --
I)('\ ----'-'V
-
vV ----
, ,....-
,.. ..., . ...,.
1 /A ----L...J
1,.., •v
, ,... -
,..,,. �v ,-----
I"" ---
,---�-
,-----,--uvv
,..,... --
,n ·-
.,., ..,.v
,--, __
PaQe 5 of 8
CCA IL-..--'" -_ _,, "-""' ....,
Lf'\ lh-_.,. --
,,,_ vVIIII UVI I,-.. --
·-IVIIII VIUI -
1 / -_...,, , __ ..,-
1 - -"- -� .... --
,..,., --·1111.J
,---VVVllll.l -
A, A ---1., ,----
8 ounce
bottle --
, ---1-----
, l"\I"\ -- .-J. -----
�UIIVII -
___ ,I -
-----
-----
v-...v, -
vU\.,I I -
--·v-...v, ------VI ____,.. -
.. --VVV vi -
, "" I --___ .._, II -
DocuSign Envelope ID: 73072BF6-8E16-4422-BC22-3F6680F172F5DocuSign Envelope ID: BDB91A02-ACE7-4C9A-9E59-EDC348857B57
,...,... -
,..,,.., , ....,
n • , ...,.
ni--
f"\, 'V
,..-, ,
nn ,v
nn
1 An --
1/'\1 V
1 Ar\ --,--...,...,
1,.... ,
, ,-..,.. ,...,...,
1 n, --
, ,.......,
,,...,... ...,...,
, --_,
1 1 f\ ...,
, , ,
, , ,.., I 1-'-
, , ,.., I IV
Abaxis VetScan HM5
Hematoloqy Reaqent Pack . ,_ •' I ,-. I 1--_,_ -, ---.. ,.., '--' _.. __ , f '-"J J --''--'"""I l
Terramycin Oohthalmic
Ointment 1 /8oz tube
r-.r. __ I ..., ..... '-''-' -- ,.., r--J'--'1-''-'
Praziauantel lniectable
56.8mg/mL 50ml Vial
Cephalexine (Rilexine)300mg ,-----1---1 VI .._,_...,_, "'-"'-'11 . .....,
(generic)
Minocycline 100mg 500ct
bottle
I\_A�---• -1�--Cf'\-----'-' - --,,_.
• A .._ -·...J• ·-,..,,..,...·- ....., I-•--...., --- I �
Plain Microscope Slides 72ct
-Clear Glass -Ground Edges
-1" X 3"
1.0mm x l .2mm Thick
Terbinafine 250mg 30ct
bottle
Prednisone 1 0mq 1 000ct
bottle
Frosted Microscope Slides
72ct l "x3"
Syringes 50ml Disposable
svrinqe without needle
Penicillin Suspension 250ml
300,000 Units/ml (Generic)
Blue Medicine Vial Medium
400ct 8 dram
Disposable Fecal Loops
(Small/Large)
Vet -10 Urine Reaoent Tests
Strip 100/Bottle - 1 bottle
Amber Medicine Vial 1 00ct 2
ounce-16dram
Ultra Sonic Cleaner Super
concentrate
Nioro Svrinqes 5ml without
needle (Luer Lock)
Nipro Svrino.es 10ml without
needle (Slip)
-V
,.. V
_,... vv --vv
--
,.,JV
, --I V''V
,... ,.. LV
,..,c
,...,..
_...,
_,... --
,.._ --
,.. v
_,... --
,..,.. ..,...,
,--...,...,
,.., .., ,--lv-v -...., -IV
,...,.. ----vv
,.,,.. vV
UVA
n , , V_, VI V
~ r , ,... I vi'.� VI IV
50 sheets oer
Book
--
,.,JVIIII UVlllv
,,...,... I V'V�VUI ll
_,..._
VVV' \.., I
n
, An .._ --'-'
,_,... .I. Iv" \...,I
1 fV\ ----
,..,... -- '-...I
,---•--v-1
D,...., 1AA ---
,..,.. ... ..., I'"'"'' --
,... -----v,, ,..,
--
Disposable
each
1 -- II VU/,_, •'-'
Box 100
count
, IV \JVI ''-''-'�
� ----,,, --
� ,., .......... UVA/ I VV
Paoe 6 of 8 --
--
-
---
-------
-
-
---
,,...,...... -
DocuSign Envelope ID: 73072BF6-8E16-4422-BC22-3F6680F172F5DocuSign Envelope ID: BDB91A02-ACE7-4C9A-9E59-EDC348857B57
'
1 1 A
, , r
, 1 /
1 , "7
. -I IV
, , ,....' ,
, ,;r, --
, ", ·--ILL
, lj') --
1 I"\ A
l l')C.
1 lj' --
1 '17
l '"lO
, ,;n
l '"Jf"I --
1 '"J 1 -
l '"J'"l ,,.,,.., --
, ,.., J Iv
, ,.., ,.. ...,...,
Nipro Syringes 20ml without
needle (Slip)
Powered Latex Exam qloves
sz Small
Powered Latex Exam Gloves
SzMedium
Powered Latex Exam Gloves
sz Larqe
~r ---,. __, r..C::VVIUIIVI I IVI L.JV�:::P U,.r 1-.JUIU.>
Individual Autoclave
Instrument Pouch (5.25" x
10") W / dual internal/ external
indicators
Abaxis Vet Scan Fel V /FIV
(25ct)
I I' \l:.1.- ,..,_ ____ - ...... "-'r--1 ml Nioro Svrinqes w/o
needles (Sterile) (Slip)
1 ml Nipro Syringes w/ 25g x
5/8" Needle (Sterile) (Slip)
3ml Nipro Syringes w/ 22G x
�,,, U----''-rr-• ••-I /I '� '-''-' ...... ''-' \""' '-'1 """/ \--......
Lock)
Non-Sterile 200 Non-woven
Sponqes 4" x 4", 4 PLY
Insulin Syringe w/ 29g x ½"
Needle U-100 1 OOct
Hypodermic Needle 20g x
1 /2" Sterile ( 1 OOctl
Hypodermic Needle 25g x
5/8" Sterile ( 1 00ct)
Hypodermic Needle 22g x ¾"
Sterile ( 1 OOct)
Mesh Gauze Bandage Roll
l �:SUct Rolls l" x 30'
Plain Microscope Slides 72ct
r-, --,� r•---r-.�- ,---' r--1�---------- ----•.::,---l" x 3" 1.0mm x 1.2mm thick
AA"----��--r"'---C'I:-----r---..... - '"'
ri __ ,o_ I _,___, __ ,i: __ 1-11-...,.._, l��\.J......,1'-'"'-,..AIIII�--••
Heparin Injectable 30,000
USP Units/30ml
Stronqid T (pyrantel
pamoate) 1 QT
'"'>l"I --
---vvv
rl"ll"I '-'VV
C't"lt"I
·--IUU
, l"\I"\ --
·--vv----. _,... lvv
1i::n --
, r-r. --
·------,._...,
,:,r,
,.,,...
,...,... --
, l"\t"I
'")f"lf"I
or,
'"J/"1/"I ---vv
rA vv
n_ r-1"1 ... - -·-
... ,--U\JF I VV
n , l"\r-. '-""'-"' I vv
r,_ , t"lt"I �
5 boxes with
6 doses
l"\l"\r-." ------
25 count
box -
...... _;L.. L.I'-' 1'-'
" -,, --
"""- 'I -...,.
Oro.v/lr.A --,, _,
n -11 "" --,, --
... - ,. ,... __ ,..._, u
, --/I_ -I VV/ ,._, '-''
1f"lf"I -- -- '--
--t-" - __ ,,
, r.r. --' --,..., ............
, l"\I"\ ---'---- t-'� ~ -
r-,
, f">t"l /1....
1nnthro.v
,-·---
t: - ··- ---�� --' vv
'--'-l(VUI ,.._.,'--' I llv
--
-
--
----
-
-
----
---
DocuSign Envelope ID: 73072BF6-8E16-4422-BC22-3F6680F172F5DocuSign Envelope ID: BDB91A02-ACE7-4C9A-9E59-EDC348857B57
Paqe 8 of 8
Panacur (fenbendazole} 1000ml
bottle
12per
package
Allowance:
Delive
DocuSign Envelope ID: 73072BF6-8E16-4422-BC22-3F6680F172F5DocuSign Envelope ID: BDB91A02-ACE7-4C9A-9E59-EDC348857B57
ATTACHMENT C: INSURANCE REQUIREMENTS
No insurance is required therefore; Section 5. Insurance is void for
this agreement.
Page 1 of 1
DocuSign Envelope ID: 73072BF6-8E16-4422-BC22-3F6680F172F5DocuSign Envelope ID: BDB91A02-ACE7-4C9A-9E59-EDC348857B57