Loading...
HomeMy WebLinkAboutC2020-201 - 6/9/2020 - ApprovedSupply Agreement Standard Form Page 1 of 7 Approved as to Legal Form March 9, 2020 SUPPLY AGREEMENT NO. 3028 Veterinary Medicines and Supplies Group 4 THIS Veterinary Medicines and Supplies Group 4 Supply Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation (“City”) and Midwest Veterinary Supply, 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 4 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 4 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 $112,923.92, 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: 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: 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: 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: Midwest Veterinary Supply, Inc Attn: Jennifer Flickinger Title: Business Development Assoc. Address: 21467 Holyoke Ave., Lakeville, MN 55044 Phone: 800-643-9378 Fax: 952-894-5407 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 DocuSign Envelope ID: BDB91A02-ACE7-4C9A-9E59-EDC348857B57 Supply Agreement Standard Form Page 5 of 7 Approved as to Legal Form March 9, 2020 WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS 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: 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: BDB91A02-ACE7-4C9A-9E59-EDC348857B57 DocuSign Envelope ID: BDB91A02-ACE7-4C9A-9E59-EDC348857B57 ___________________Authorized By Council ________________________06/09/2020 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: 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: BDB91A02-ACE7-4C9A-9E59-EDC348857B57 CITY OF CORPUS CHRISTI CONTRACTS AND PROCUREMENT BID FORM RFB No. 2757 Veterinary Medicines and Supplies Date: \ { 1 \.Q \ ?PW PAGE 1 Of 8 Bidder: Jennifer Flickinger Authorhted /k� (J,,. �A,Signature: �vd 1.Refer to "Instructions to Bidders" and Contract Terms and Conditions before completing 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,comm unication, 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 of Ordinances, is current and true.c.Bidder is current with all taxes due and company is in good standing with all applicable governmental agencies. d.Bidder acknowledges receipt and review of all addenda for this RFB. $56.90 $34,140.00 $76.21 $1,905.25 $56.90 $5,690.00 _____________________ __________ ____________ ________ ATTACHMENT B: BID/PRICING SCHEDULE DocuSign Envelope ID: BDB91A02-ACE7-4C9A-9E59-EDC348857B57 DocuSign Envelope ID: BDB91A02-ACE7-4C9A-9E59-EDC348857B57 Page 2 or 8 0 Webmax (25 Meters - Violet Monofilament Polydioxanone 300 r---` Synthetic Absorbable Sterile Suture on a cassette) attc $83.62 $25,0> 00 Sterile Surgical Blade Size 10 cn Q„ i no 1 b2.99 —1-,171-4 .-(3-(100 I I = per box) .,,, .,.,' VV —7 -is k bottles-- 250FAI/bottho $2 19 $i,a47.20 G+P4o `D' cpId2=� �e9 VTTuThVf.4-T-V1peVV i$1-24 r-$248 34 —20 — ch 5 $24.478.8 --9--€FtSictrachV r-40 € .}cvhvc1 Tube -:0 20 -,c $1.21 $?^— cc u Tube 20 $--24 1- 1 otrchodl -4.5 ,- ccch -ogee - 12 Q 570 -20 G^cch $4-24 _ $24.� seal-Tvb*G —4 eisi TIvc: 20 C(7Q0 ec✓V VV--'-cT- 1 * Ende T;; 40 eeeh $l2 d0:.e0 the -&9 ,p a.vv r= "... ...r rra.+iTvvv v.v ., cC7c1..'r—it-i4"+24 1-6 T:;b� -7.00 24 �� idctrcch^.c-! —140 scree $49.GO -1 7C hTe<TV . L. . 7V 40 -- cQ^ ERG�e±T.e1 �i34,e4,ar9. o - ����^ E! TOb.4^ .dVethe . 0 V .��. Lt:t44 uyY.oII 19 Enaietfee Tve.Q7 4cocb *4-r24 $49,60 et4. 2D E 0 etie$4 —$40:60-- t:J c, ed Tubo 4:0 21 EA yep 40--eee 51.24 E AFV CC1 cc.c. -r 'Cp9 .vV otr-eeheel,T� -,O, -s � ^�r o vc.. T- T 22 Fndctracheal T; 40 54,24 e40:0 e ch —549.60 23 ERd_tf...ehcaI Tubs 11.0 40 ---- ^x--32 ,,4 ` Surgical Drape Material �n a„.� ,nn , A r„ 300yds 38.5 yards "" �"'"�— $69.43 "'''1`" r'`"' Carb 02 Lime Sodasorb 5 gal 70 r......-1 $87.00 $r;7�o.ov (generic) y Marcaine 0.5% (bupivacaine Boxes' „V Box of 25 vials 2'S 4441-in;ection711:W-Stiff L Multiple -Dose Vial .,0teri oi� $69.54 $139.08 27 Carprofen 50mg/mL -Iffieeteble 20m5 sr 50m' bottle 200 50-m1 viol $4-59:6-7— 1 ►;434.00 ,,Q Carprofen 25mg Chewable ----►=°�##1�� `., (Generic) $84.60 4)o,ioo.00 _ Carprofen 75mg Chewable r, n 8� Bettie/ 1~8.. $104.401-$87302-.00— (Generics yv Carprofen 100mc,� Chewable SD i�v' ierl80 Q$ =:o®—� '" 5129.60 (Generic) 31 ChloFahe inti-Sclu-#lon- —0 1 ga on $6 95 $60.60 C, hc..;dfT - 1-V 1-ga on V .77 3t4 — O cf � ICctch A —lo t$4-58-,..30— nlrnol -e e q yb T,J'v 44147 beRd v' GIeV 30yV I 143,9" .) G00 nBy 50 a� 78 -C -Lee v4i Vp+ Ylu r.J VVV UV/�IJV Wim• �1 pJvUv— 178 Vaccine (Modified Live Virus) 25ct Tra Canine Bordetella Feline Rhinotracheitis-Calci­ Panleukopenia-Chlamydia Live Virus and Chlamydia) 25ct Tra Rabies Vaccine (Killed Virus) 3 year 50ct Tra e 3 of 8 $78.25 $46,950.00 ____________________ ____________________ _______ _____________________ DocuSign Envelope ID: BDB91A02-ACE7-4C9A-9E59-EDC348857B57 DocuSign Envelope ID: BDB91A02-ACE7-4C9A-9E59-EDC348857B57 vi vuI '-r, ICI I I v 1, /4, i �, 1 �, i u, 0 1, 00, 1, Ute, 95, 101, 104, 106, 107, 110, 111, 112, 118, 120, 121, 130, 131, 133, 138 have been removed due to issues with bidding for this item Initial to acknowledge Page 4 of 8 53 Allowance: Expedited t 4_44F4p Sum $125.00 $125.00 Delivery GROUP 3 TOTAL �*� , x GROUP 4 -Medical Supplies $146,075 00 Item Description Qty Unit Unit-Price=Totgi Price 54 JorVet Conductive Breathing Bag 2 L 15 each $18.18 $272.70 55 JorVet Conductive Breathing Bag 3 L 15 each $21.29 $319.35 56 Chamber Brite AutoClave Cleaner 'Generic) Integrated Serum Separator Tube 13mmx75mm (Generic) Tiger top 15 10 16 ounce 100 count $16.28 $36.23 $244.20 $362.30 57 58 DipQuick Stain 500mL #3 Counter Stain 2 500 ml $19.89 $39.78 59 DipQuick Stain 500mL #2 Stain Solution 2 500 ml $18.74 $37.48 60 DipQuick Stain 500mL #1 Fixative 2 500 ml $17.59 35.18 l Virbantel (pyrantel pamoate/praziquantel) $130.28 $6,514.00 , b Flavored Chewables (Generic) 30 mg 50/bottle 62 Fecal Float (Sodium Nitrate) 1 gal (Generic) 30 1g allon $7.56 $226.80 63 TraZODONE Hydrochloride Tablets USP 100mg 500ct bottle 25 500 ct $16.28 $407.00 64 TraZODONE Hydrochloride Tablets USP 50mg 100ct bottle 25 100 ct $2.38 $59.50 65 Kimwipes EX -L (Delicate Task Wipes) 200 Box of 280 $1.98 $396.00 66 JorVet Conductive Breathing Bag .5 L 15 each $18.18 $272.70 67 JorVet Conductive Breathing Bag 1 L 15 each $18.18 $272.70 68 Antisedan (Atipamezole hydrochloride f'enenc: Revertadine 10 l Oml vial $142.00 $1,420.00 69 Capstar 25 Ib and up 20 , 60/box $236.70 $4,734.80 $4,734.00 initial correction DocuSign Envelope ID: BDB91A02-ACE7-4C9A-9E59-EDC348857B57 Pa 5 of 8 70 Virbantel (pyrantel pamoate/praziquantel) Flavored Chewables (Generic) 114 mg 50 50/bottle $331.43 $16,571.50 71 Capstar 2-251b blue 20 60/box $227.48 $4,549.60 Epinephrine 1:1000 1 mg/mL 30mL vial (Generic) 30 50m1 Bottle .29 $768.70 72 73 Convenia 80mg/mL l OmL 30 lOml vial $324.35 $0,730.50 Vial Injectable 74 Oral/Liquid Gabapentin 250mg/5m1 20 16 ounces $92.66 $1,853.20 75 Lime Sulfur Concentrated 10 1cllcn 5 $� r.14 $872.40 gallon size g Dexamethasone Injectable 5 bOmis 76 100m1 Vial $4.16 $20.75 , , 2mg/mL E0„1 \S ,►I 77 Ivomec 1% Solution Injectable 500mL 4 500mIs $64.33 $257.32 78 Provecta Advanced XL over 551bs 160 4 x 4 pack $71.80 $11,488.00 79 Miltex Surgical Cleaner Neutral pH Liquid (Generic) 25 8 ounce bottle $7.07 $176.75 80 Monoject Blood Tube 7mL 13mmx100mm 10 100 count $19.27 $192.70 Abaxis Micro Tube 1.3mL 10 100 O1 EDTA (Purple) count $30.57 $305.70 82 Microlube Instrument Lubricant 1 gallon 25 gallon $16.55 $413.75 83 Elizabethan Collar (Buster Style) Sz 12.5 600 each $1.30 $780.00 84 Elizabethan Collar (Buster Style) Sz 15.0 600 each $1.56 $936.00 85 Elizabethan Collar (Buster Style) Sz 20.0 600 each $2.41 $1,446.00 86 Elizabethan Collar (Buster Style) Sz 25.0 600 each $3.06 $1,836.00 87 Elizabethan Collar (Buster Style) Sz 30.0 600 each $3.86 $2,316.00 i. °0,t 32:0.73 68 3 e3ollon :It carps Contairrcr ,W 4e, $57.05 89 Gabapentin 100mg capsules 500 count 40 500 ct $11.38 $455.20 90 Gabapentin 300mg capsules 500 count 40 500 ct $19.63 $785.20 Abaxis Micro Tube 1.3mL tee cuv,.t $2,460.00 91 Lithium Heparin (Green) 166 -$24.60 DocuSign Envelope ID: BDB91A02-ACE7-4C9A-9E59-EDC348857B57 Paae 6 of 8 92 Abaxis VetScan HM5 Hematology Reagent Pack 5 box $467.87 $2,339.35 93 Abaxis VetScan Hemoclean 5 Box of 6 $17.06 $85.30 Terramycin Ophthalmic 500 Individual 94 Ointment 1 /8oz tube 5B ky "1 1 $13.00 $6,050.00 59 50 sheets per ►- o Crafco Lcns er pap $13.60 Book $0.87 96 Praziquantel Injectable 56.8mg/mL 50mL Vial 50 50m1 bottle $335.52 $16,776.00 97 Cephalexine (Rilexine)300mg 100ct or 500ct bottle (generic) 100 100count $40.00 $4,000.00 98 Minocycline 100mg 500ct bottle 25 500 ct $116.54 $2,913.50 99 Minocycline 50mg 25 100 ct $14.76 $369.00 100 Metronidizole 250mg 25 100 ct $4.43 $110.75 Plain Microscope Slides 72ct - Clear Glass - Ground Edges :: -- 72ct $1.86 $03.00 - 101-1„x3„ 1.0mm x 1.2mm Thick 102 Terbinafine 250mg 30ct bottle 25 30 ct $2.91 $72.75 103 Prednisone 10mg 1000ct bottle 5 1000ct $50.62 $253.10 Frosted Microscope Slides 72ct� .. 104 72ct 1"x3" $138.00 105 Syringes 50mL Disposable syringe without needle 50 25 per box $10.99 $549.50 Penicillin Suspension 250mL 100 250m1s 106 300,000 Units/mL (Generic) $808.00 -$8758 Blue Medicine Vial Medium BOX 107-400of 410ct $55.88 $167.64 8 dram 10809- Disposable Fecal Loops (Small/Large) 100ct!box -moi blo $12.31 $12.31 1 109 Vet - 10 Urine Reagent Tests Strip 100/Bottle - 1 bottle 5 100/bottle $20.29 $101.45 Amber Medicine Vial lOeef 2 Box +99 , 110 ounce -1 6dram 220ct 220 count $232.60 $16.60 Ultra Sonic Cleaner Super 26 }b ©unccs $10.00 $1,000.00 1 1 1 concentrate Nipro Syringes 5mL without y Box/56 10. $7•'12 1.30 1 12 needle (Luer Lock) T5 1 13 Nipro Syringes l0mL without needle Slip) 30 Box/100 $8.86 $265.80 DocuSign Envelope ID: BDB91A02-ACE7-4C9A-9E59-EDC348857B57 Paae 7 of 8 1 14 Nipro Syringes 20mL without needle (Slip) 30 Box 50 $10.93 $327.90 1 15 Powered Latex Exam gloves sz Small 500 Box 100 $3.72 $1,860.00 116 Powered Latex Exam Gloves Sz Medium 500 Box 100 $3.72 $1,860.00 1 17 Powered Latex Exam Gloves sz Large 500 Box 100 $3.72 $1,860.00 lution for Dogs 85 130Ibs 100 5 boxes with 118 Rev 6 doses VIWJ.15 ,..i 119 Individual Autoclave Instrument Pouch (5.25" x 10") W/dual internal/external indicators 100 200/box $10.17 $1,017.00 Abaxis Vet Scan FeLV/FIV 100 25 count $337.60 $33,750.00 120 (25ct) box 121 Hi Vito Drops 1oz bottic QTY:100 {g 249E Bottlo $0.66 $056.00 122 lmL Nipro Syringes w/o needles (Sterile) (Slip) 150 Box/100 $7.13 $1,069.50 123 lmL Nipro Syringes w/ 25g x 5/8" Needle (Sterile) (Slip) 150 Box/100 $8.47 $1,270.50 124 3mL Nipro Syringes w/ 22G x 3/4" Needle (Sterile) (Luer Lock) 150 Box/100 $5.51 $826.50 125 Non -Sterile 200 Non -woven Sponges 4" x 4", 4 PLY 100 Box/10 $2.29 $229.00 126 Insulin Syringe w/ 29g x'/2" Needle U-100 100ct 20 100/box $8.05 $161.00 127 Hypodermic Needle 20g x 1/2" Sterile (100ct) 30 100 per box $3.34 $100.20 128 Hypodermic Needle 25g x 5/8" Sterile (100ct) 30 100 per box $3.40 $102.00 129 Hypodermic Needle 22g x 3/4" Sterile (100ct) 30 100 per box $3.40 $102.00 Mesh Gauze Bandage Roll 180/bx $50.31 $5031.00 130 l 80ct Rolls 1" x 30' 100 Plain Microscope Slides 72ct 72ct _ .. - 1" x 3" 1.0mm x 1.2mm thick :- .. 132 Microscope Cover Slips 80 1 ounce $2.07 $165.60 $1.42 $532.50 1-33-- -te, ile Lubricuting Jelly QTY:375 See 4 5 ounce 134 Heparin Injectable 30,000 USP Units/30mL 50 30m1 $8.05 $402.50 135 Strongid T (pyrantel pamoate) 1 QT 50 Quart bottle $17.99 $899.50 DocuSign Envelope ID: BDB91A02-ACE7-4C9A-9E59-EDC348857B57 Paae 8 of 8 136 Panacur (fenbendazole) Suspension 10% (100 mg/mL) 1,000mL 100 1000 ml bottle $117.75 $11,775.00 137 Alban (sulfadimethoxine) Oral Suspension 5% 250 mg/5 mL 473 mL 100 16 ounce $77.65 $7,765.00 Artificial Tears Ointment42 are 20gm Individuals L. $8.30 $348.60 138 (Lubricant Ophthalmic -24 Ointment {Sterile}) 1 /8oz-3.5gm 24 o fiumikpoia 139 Allowance: Expedited Delivery 1 Lump Sum $125.00 $125.00 eras:a^ .. ..,% 1 GROUP 4 TOTAL $112,923.92 Initial ATTACHMENT C: INSURANCE REQUIREMENTS No insurance is required therefore; Section 5. Insurance is void for this agreement. Page 1 of 1 DocuSign Envelope ID: BDB91A02-ACE7-4C9A-9E59-EDC348857B57 Page 1 of 1 ATTACHMENT D: WARRANTY REQUIREMENTS Manufacturer's Warranty DocuSign Envelope ID: BDB91A02-ACE7-4C9A-9E59-EDC348857B57