Loading...
HomeMy WebLinkAboutC2018-651 - 9/25/2018 - Approved 11 I SUPPLY AGREEMENT NO. 1752 Veterinary Medicines and Supplies THIS Veterinary Medicines and Supplies Supply Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Patterson Veterinary Supply, Inc. ("Supplier"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Supplier has bid to provide Veterinary Medicines and Supplies in response to Request for Bid No. 1752 ("RFB"), which RFB includes the required scope of work and all specifications and which RFB and the Supplier'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 Supplier agree as follows: 1. Scope. Supplier will provide Veterinary Medicines and Supplies 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 12 months. The parties may mutually extend the term of this Agreement for up to zero additional zero-month periods ("Option Period(s)"), provided, the parties do so in writing and 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. The total value of this Agreement is not to exceed $380,426.15, 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. 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. 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: CC2018-651 9/25/18 1 Page 1 of 7 M2018-181 /17 Patterson Veterinary Supply Inc. SCANNED Tom Brown Animal Care 361.826.4605 TomB@cctexas.com 5. Insurance. Before performance can begin under this Agreement, the Supplier 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 Supplier 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 Supplier 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 Supplier until such time as the products are delivered and accepted by the City. 7. Inspection and 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 Supplier, 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 Supplier within 30 days of receipt of City's invoice. 8. Warranty. (A) The Supplier 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 Supplier 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 Supplier 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. Supply Agreement Standard Form Page 2 of 7 Approved as to Legal Form 12/15/17 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. Supplier 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 Supplier be considered an employee of the City. 12. Subcontractors. Supplier may use subcontractors in connection with the work performed under this Agreement. When using subcontractors, however, the Supplier must obtain prior written approval from the Contract Administrator if the subcontractors were not named at the time of bid. In using subcontractors, the Supplier is responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of the Supplier. 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 Supplier and its employees had performed the work. 13. Amendments. This Agreement may be amended or modified only by written change order signed by both parties. Change orders may be used to modify quantities as deemed necessary by the City. 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 Supplier covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other related 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 Supply Agreement Standard Form Page 3 of 7 Approved as to Legal Form 12/15/17 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: Tom Brown Management Assistant 2626 Holly Road, Corpus Christi, Texas 78415 361.826.4605 Fax: 361.826.4445 IF TO SUPPLIER: Patterson Veterinary Supply, Inc. Attn: Joel M. Funk General Counsel PO Box 1240, Greeley, Colorado 80632-1240 800.872.3867 Fax: 888.724.5836 17. SUPPLIER 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 AGREEMENT BY THE SUPPLIER OR RESULTS FROM THE NEGLIGENT ACT, OMISSION, MISCONDUCT, OR FAULT OF THE SUPPLIER OR ITS EMPLOYEES OR AGENTS. SUPPLIER 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 SUPPLIER UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. Supply Agreement Standard Form Page 4 of 7 Approved as to Legal Form 12/15/17 18. Termination. (A) The City Manager may terminate this Agreement for Supplier's failure to perform the work specified in this Agreement or to keep any required insurance policies in force during the entire term of this Agreement. The Contract Administrator must give the Supplier written notice of the breach and set out a reasonable opportunity to cure. If the Supplier 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 Supplier. The City Manager may also terminate this Agreement upon 24 hours written notice to the Supplier for failure to pay or provide proof of payment of taxes as set out in this Agreement. 19. Assignment. No assignment of this Agreement by the Supplier, 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 Supplier 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. 20. 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. 21. 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 Supplier's bid response (Exhibit 2). 22. Certificate of Interested Parties. Supplier 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. 23. Verification Regarding Israel. In accordance with Chapter 2270, Texas Government Code, the City may not enter into a contract with a company for Supply Agreement Standard Form Page 5 of 7 Approved as to Legal Form 12/15/17 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 signatory executing this Agreement on behalf of the Supplier verifies that the company does not boycott Israel and will not boycott Israel during the term of this Agreement. 24. Governing Law.This Agreement is subject to all federal, State, and local laws, rules, and regulations. 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. 25. 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) Supply Agreement Standard Form Page 6 of 7 Approved as to Legal Form 12/15/17 SUPPLIER George Henriques Signature: 9, "1' 7n18 09 04 I' / Printed Name: 12:11 :27 -06'00' Title: President Date: September 4, 2018 CITY OF CORPUS CHRISTI Signature: 1I V 0- E d Printed Name: YA -p LE1Z Title: fkG'c-. ri)l fv ( o . R.rYi nci i,L 2(vIC eS Date: 41 _ 7 62 , lf13 ATTEST: �IGLe.I. 1---ta IL L Attached and Incorporated by Reference: REB CCA HUERTA Attachment A: Scope of Work CITY SECRETARY Attachment B: Bid/Pricing Schedule Attachment C: Insurance Requirements Attachment D: Warranty Requirements Incorporated by Reference Only: Exhibit 1 : RFB No. 1752 Exhibit 2: Supplier's Bid Response 11-7.cla---- p4i HUKU.Le sEciF�av Supply Agreement Standard Form Page 7 of 7 Approved as to Legal Form 12/15/17 Attachment A: Scope of Work 1. General Requirements/Background Information The Contractor shall provide veterinary medications and supplies in accordance with the specifications listed herein. 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. 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 Page 1 of 2 Contractor shall provide supplies and medications with a minimum expiration date of 12 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 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 lnsfructions 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 Page 2 of 2 Attachment B: Bid/Pricing Schedule Govsc CITY OF CORPUS CHRISTI Ala BID FORM PURCHASING DIVISION RFB No. 1752 4°o4.oRVeterinary Medicines and Supplies 18522 PAGE 1 OF 6 Date: -7/ s Authorized Bidder: Signature: 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, 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 information on file with City's Purchasing 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. { GROUP 1 - SURGERY Item Description Unit Qty Unit Price Total Price 1 Ansell Sensi Touch sterile surgical Box/50 100 31 . .2.,5 3,\ 2�. 00 gloves latex powdered size 7 PF (Polydioxanone Suture Violet 2 monofilament 30" Reverse Cutting Box/12 200 38 \t , FS-1) 2-0 VFS-1 with 3/8 circle 24mm GENERIC Approved (Polydioxanone Suture Violet 3 monofilament 30" Reverse Cutting Box/36 55 58. V G 3, 2- '_).oo FS-1) 2-0 VFS-1 3/8 circle 24mm GENERIC Approved 2, (25 Meters-Violet Monofilament 4 Polydioxanone Synthetic Cassette 50 1G • 8 cl 3, �yti.Sa Absorbable Sterile Suture on a cassette) 2-0 GENERIC Approved 2_,\ Z�y Item Description Unit Qty Unit Price Total Price (Polydioxanone Suture "Violet monofilament 30" Reverse Cutting 5 Box/12 300 5-1 . -1Z. VI, 3\k. 00 CP-1) 0-0 1/2 circle 36mm GENERIC Approved 2,\ ,2_,-1--5 0 2_9. (Polydioxanone Suture Violet 6 monofilament 30" Reverse Cutting Box/36 50 51. 12 2, S E e.00 CP-1) 0-0 1/2 circle 36mm GENERIC Approved 2_,‘ 2,-1=,o ,zrc't (25 Meters-Violet Monofilament Polydioxanone Synthetic 7 Absorbable Sterile Suture on a Cassette 20 8"-N.2,0 1 , L8+--1 G o cassette) 0-0 GENERIC Approved,_‘z-1,32,12_ 8 Sterile Surgical Blade Size 10 (100 per Box 100 50 13 . o e�3 oa box) 2\ 2, -1 `1.1c ,o 9 Isoflurane, USP 250m1 bottles 250m1/bottle 60 22. '0 1 , .3 Z.00 1'.-oH"21alo,-,G� Marcaine 0.5% (bupivacaine HCI 10 injection, USP) 50m1 Multipe-Dose 50 ml/vial 60 S . -10 3-‘2..00 Vial 00-1ock\b 1050 1`�1c,.• ['../O - ,v,-.�. A./c.kn.r,‘e., 11 Carprofen 50mg/ml Injectable 20m1 20 ml/ vial 60 b5ti o 3, 2-+ oU bottle GENERIC Approved .2_�r,?,-, Z,\-o2 12 Carprofen 50mg/ml Injectable 50m1 50m1/bottle 60 30. ea --1, .53c.1 00 bottle GENERIC Approved 2 \2 ej GUS\ 13 Carprofen 25mg Chewable 180 Bottle/180 50 5S. 8 2, -1 8'-\ .00 tablets GENERIC Approved y,�\\yam, 14 Carprofen 75mg Chewable 180 Bottle/180 50 may. zy 3, ,Z..\2 00 Tablets GENERIC Approved y",\\,_,.\b 15 Carprofen 100mg Chewable 180 Bottle/180 50 6 \ . \ 8 --', , 0��. 00 Tables GENERIC Approved -\i-\ \ \,_\-1 Non-Sterile 200 Non-woven Sponges Box/10 50 ' n 81 . 50 16 4"x4", 4 PLY Pv - 7, ,-c,._.‘ 17 Endotracheal Tube 3.0 Single 15 , 3S 20 . 2-5 5GO 18 Endotracheal Tube 3.5 Single 15 l . 35 20 2.5 5035 19 Endotracheal Tube 4.0 .50 ,..,,\0 Single 15 \ . 3s Z o 25 20 Endotracheal Tube 4.5 ,�0,_‘5 Single 15 1. 55 2-0 .25 21 Endotracheal Tube 5.0 . 050 Single 15 \ 35 zo.2.,5 22 Endotracheal Tube 5.5 Single 15 \ . 35 ;Zo. Z5 23 Endotracheal Tube 6.0 ti 0 L-,c) Single 30 \ . 35 �-\0. 50 24 Endotracheal Tube 6.5 -=-,abs Single 30 1 . 35 --1G so 25 Endotracheal Tube 7.0 S 0-10 Single 30 1 . .35 G. sc 26 Endotracheal Tube 7.5 X015 Sin_gle 30 1 - 3� \-\o. so 27 Endotracheal Tube 8.0 0?,o, Single 30 \ . 35 --\o. so 28 Endotrctcheal Tube : -- 0e:,----, Single 30 1 . 35 `-\o. so Page 2 of 6 Item Description Unit Qty Unit Price Total Price 29 Endotracheal Tube 9.0 ��-, o Single 30 \ . 35 o.50 30 Endotracheal Tube 9.5 SG w Single 30 \ . 35 y o. 5o 31 [ Endotracheal Tube 10.0 S \00 Single 30 i 0 32 Endotracheal Tube 11.0 Ac, Single 15 g \ 2 -15 33 Surgical Drape Material 300 yards Box/300 12 \ 3 0 -1bo 38.5 inches ,2--,yyards 34 Carb 02 Lime Sodasorb 5 gal _b-�z5 allon 20 t . \o \582 .00 35 Chlorohexidine Solution 2% gallon `{1 Gallon 5 co. bo 33 . o° 36 Chlorohexidine Scrub 2% gallon 1 gallon 5 35 7 37 Blue Medicine Vial Medium 400 ct 8 Box 3 3�\. 2_5 \ -\ . S drams2;� \ 38 Ketchum Animal Tattoo 1 ounce Tube 10 green 3 02.,-) ,,pc,5 3M Vetbond Tissue Glue .1 fl ounce 39 Tube 30 \ -55 y 3�. so (3m11 40 Ear Loop Masks 2 ply Jorvet a a . Box/50 5 y . \ 5 J 2,0 21" Bouffant Caps GENERIC 41 Box 5 Approved? 2. 2 \ S 42 Steam Indicator Tape ` P o oy o o Roll 15 2.. "�S y \ . .25 43 Allowance: Expedited Delivery Lump Sum 1 $125.00 $125.00 GROUP 1 -TOTAL `I k, GROUP 2 - ANESTHETICS Item Description Unit Qty Unit Price Total Price 44 Ketamine l OOmg/ml 1 Oml vial 10m1 vial 200 5 . G c\ \ o \g .°G GENERIC Approved 50c\e \ (,\�� 45 Torbugesic 10mg/m1 SOmI bottle 50m1/Bottle 20 p 3 \_ yo GENERIC Approved \-)s co Hydromorphine 2mg/m1 (20 ml) -) 22-2 46 GENERIC Approved 20m1/Bottle 80 k -) -� a \ , �-� \ . 00 y2 ,.k_ /S1- 47 Acepromazine 10mg/m1 50m1 bottle 50mI/Bottle 5 \ . .S 01 co. 2_5 GENERIC Approved G zc 48 Xylazine 100mg/m1SOmI bottle 50ml/Bottle 5 i . 3s g GENERIC Approved 9_x.y\_00.3 49 Medetomidine .Smg/ml lOml vial 10m1 Vial 60 czo. SG GENERIC Approved \o 50 Simbabol 1 .8m1 10m1 10m1 Vial 2 .2_\-1 . 00 --\ 3‘-\ . 00 DFA \- \c��\s� o.\ F= \ �E \� Exp\2CcJ - x / 301 \(3 Page3of6 Item Description Unit Qty Unit Price Total Price 51 Midazolam 5mg/ml 10m1 vial 10m1 Vial 300 t,, . 8 Z, o`=1`-k.oc) GENERIC Approved ; ,y-IF,o-2,...t, 0 52 Allowance: Expedited Delivery Lump Sum 1 $125.00 $125.00 GROUP 2 - TOTAL ts,o3z.zo GROUP 3 - VACCINATIONS r•-\ab,.�c . .'-...`-r-G,, ^t-„ a.c.t. Single ml 10,000 53 DHPP vaccine injectable 1 ml e•"--s6 Vial doses 2,. -1 8 z-1,25ao.00 ( 2.e>.5 ' ‘=, �O\m Bordetella bronchiseptica intranasal Single ml 10,000 54 NGj:J GL Co..�/G C� c�S - I \G Z. -1Z. Z-1 , Z00.00 1 ml ti��,,G Vial doses l'4o "..4 S ,tYC.0-t �a Deb 2-Q Single ml 10,000 55 Rabies 3 year vaccine eVial doses y ` O 3 t O, 3c70.0 o � � �G .;�e,`��.-,fi,.CAct. e.,�� Fee. :o t� Single ml 5,000 56 FVRCP vaccine injectable 1 ml '�Vial doses t 3 t o, k=;50 . 00 ( SZtc ) Revolution 85.1 - 130# GENERIC c co.-t,G✓ti g 57 (13t/6 c vd G.13 00 S . 00 Approved \a GO-\_ Q c� DHPP (Canine Distemper-Adenvirus) 58 Type 2- Para influenza-Parvo VirusBox/25 5,000 \o cA SO t ,c1dc) o 0 Vaccin IcY:.,`A cam-tet,.`'c,t, "c". ".)2"/‘c' Vanguard Intranasal B (IN) 59 Bordetella Bronchiseptica Vaccine - Box/25 5,000 N-N /A N- /A Avirulent Live Culture 5\-,e\,,,„ r A r ,r.q c,„-•‘y a.,ic.+\. o",,,„k_ -,4 ,.-+ Zae-„N.,s Felocell 4- Fline Rhinotracheitis - J 60 Calici-Panleukopenia-Chlamydia Box/25 5,000 ti\ /A., r. /A Psittaci Vaccine t--,C\.t,„ 4:„i L.,., 0r+\,1 G.1 C,',\ Ga \..P :_t t-. i ;.J ` , , � 7ACt. - ,_G 61 Defensor 3- Rabies Vaccine - Killed Single ml vial 10,000 N /A N / A Virus Single Dose Vials �4,,,o,,P,, ,, �,,.�, U -,\...\ ..jU; ,,rt f„ r,rn...-4L.;,... 4 \ >, c_ c, , 7 Rimadyl 50mg/m1 (carprofen)Leb” -1-5?\- z 62 injectable GENERIC Approved Singl ml vial 10,000 Z \ 3 2-4.., 12,0.00 Heartworm Tests--I-dela Heartworm 63Snap Tests AbGx��. z Box/� 10,000 25.2.00 2_--s, ,Z00.GU G0-\'SO,�, \00 64 Parvo Tests- Idexx or baxJ2,,,o_6.006-�,,0Box/1,PI,ZQ 5,000 -2-')2. 2.0 e, GSo .00 65 Allowance: Expedited Delivery Lump Sum 1 $125.00 $125.00 GROUP 3 - TOTAL lc,0‘,ytis oo GROUP 4-MEDICAL SUPPLIES Item Description Unit Qty Unit Price Total Price Arfifical Tears Ointment (Lubricant , �2 er`'b`� 66 \�-�`'w p �,., 20 -kc:). Bo 8 \ b co Ophthalmic Ointment (Sterile) 1/8 oz _ packay'' 67 Strongid T (pyrantel pamoate) 1 qt Quart bottle 50 2_,-. . -\--5 1,2_2_2 5o 68 Panacur (fenbendazole) Suspension 1,000 ml 100 \ ty . 32 t\, ti 3Z.CO 10% (100 mg/ml) 1,000m1 bciZb-1 Bottle Page 4 of 6 Item Description Unit Qty Unit Price Total Price Y co 6,000 69 Heartworm antigen test Varies :�, .52. t5, \ 2,0.00 200- \502, tests 25 3,000 70 FeLV antigen and FIL antibody test Varies t Z. \s 3b -\5C o0 2-50-nocJo_2 tests 71 1 ml Nipro Syringes w/o needles Box/100 100 -7 . .35 35 . 00 (Sterile); Alternate: Terumo 5Dh G11- 72 1 ml Syringes w/25g x 5/8" Needle Box 100 100 . e5 8%c)5 . 00 (Sterile) 1) t 01,-25\c. 73 3ml Syringes w/22g x 3/4" Needle Box 100 100 5 . S �5.Gc (Sterile) 74 Insulin Syringe 2/29g x '/" Needle U- Box/100 20 cl . o O 100 100ct (.5cc syringes) z,eoz 1 8 v. 00 75 3m1 Syringes w/20g Needle Box/100 100 5 . 1 5 51 5. 00 Sfl 0352o2.=; Plain Microscope Slides 72ct-Clear 76 Glass - Ground edges- 1" x 3" Box/72 20 5 00 0 . GO 1 .0mm x 1.2 mm Thick 3 p ;a)3F 77 Microscope Cover Slips Box 24 Z. 25 5 y .Q G So.=,3co 78 Nipro Syringes 5ml w/o needle Box .d+ca 30 1 . co 2.3-1 . 00 Alternate: Terumo 5- + 05� 79 Nipro Syringes 10m1 w/o needle Box/100 30 c\.c 5 2.--) \ S 0 Alternate: Terumo an, 80 Nipro Syringes 20m1 w/o needle Box/50 30 ; t_ 15 3 3,-1/4 .50 Alternate: Terumo 7 n* zo E. Powdered Latex exam gloves size 81 Small. Alternate: non-powdered Box/100 20 '-\ . c\c ci . G o neoprene gloves 2 \) , a 2_,qS Powdered Latex exam gloves size 82 Large Alternate: non-powdered Box/100 20 L Qycj c1 .Go neoprene gloves z� b2 2� 3 83 Z'c,•l!\ c. ro' `''ro d-x?� -1 \ Eo y 3oc; c,o `il 8`-1 ?�x�. acct-, 84 Amber Medicine Vial 100ct 2 ounce gox/100 t 10 2_.5 . 15 25 \ .50 - 16dram. Can be liquid or pill form Terramycin ophthalmic ointment 1/8 \a �c"-h 85 oz. tube Pkg/12 10 ‘53. 00 k, 5 30. 00 �oaocjLs�y 86 Praziquantel Injectable 56.8mg/ml Box/50m1 10 GENERIC Approved 1 p Apo y 3' 2, S 87 Cephalexine (Rilexine) 3003E Bottle/500 20 '- o .00 500 0 0 88 Minocycline 100mg GENERIC Bottle/500 ct 10 18 z.oo +, E 2-v .coo Approved (,,n • 2021tG 89 Minocycline 50mg GENERIC Bottle/500 ct 10 z 1 . 20 \ ,o�a .0o Approved 1 1,c>1.=,F3o`-•\E,9,0 \ 90 Metronidizole 250mg GENERIC Bottle/100 10 (... .55 Approved ,mac, 2,000 , a \ tab Page 5 of 6 Item Description Unit Qty Unit Price Total Price Terbinafine 250mg GENERIC Bottle/30 91 20 'x .00 E, 0 . C'O Approved \.;� iO5„zb z;}, tab 92 Prednisone 10mg GENERIC Bottle/1000 2 \ 68.05 2 \ b . 0 Approvedc; \ S �\y2\0 93 Carprofen 100mg caplets GENERIC Bottle/180 30 1 vg. 5O Approved 2,\2-i e 2 �g c+5 94 Carprofen 25mg caplets GENERIC Bottle/180 30 3 ct . 00 \ / \ -1 o. co Approved .2 \ 2_ --)U q Carprofen 75mg caplets GENERIC 95 Bottle/180 30 a a G ; , •--\\--\a . Cc.) Approved \ -1-1 e 2, \ 96 Lime Sulfur dip concentrated 1 Gallon 10 1 \. er , 8 2.2. 30 gallon c, n� $718.60 97 Dexamethasone Injectable 2 SOmI 3 . 95 1 O 50m1/bottle 2mg/m1 , --I (-,,\8i- I 98 c6 e-e'llo Solution Injectable 500m1 400m1 BQttie 2 \ 85 \ `-k 3. -1 a Elizabethan Collar (buster style) Sz. ���� L� 50 99 12 5 Single \ 3 o z \28\ \ab 100 Elizabethan Collar (buster style) Sz. Single 50 Zc} \ \ c . cc; 15.0 2_ k2 8 \ \ 0--1 Elizabethan Collar (buster style) Sz. 100 101 Single 2. .�\ S 2'-15 . 00 20 2, \ 28 \ 108 102 Elizabethan Collar (buster style) Sz. Single 100 3 .00 3 a o. Go 25.0 2 Lz,a \ 10 cl _ 103 Elizabethan Collar (buster style) Sz. Single 100 3 60 3 p 30.0 2- \ 2.e) \ z. "A0 104 3ieGallon Sharps Container 7.5k,5\,--‘,E5Eytz, Single 20 -1 - 30 ; t y 6. co _ x ,'N ,s i 105 Canine Parvo SNAP test Varies 300 232 .2.0 3,,-\8.3 a o 2.,30 -anon- c �.o tests 106 Epinephrine 1 :1000 1 mg/ml 30m1 30m1 bottle 5 \-A . c..,S - 3 . 2Z_S bottle NERIC Approved 107 Empty eFnl Vials yo9- s8.\,c,- 3\ Box/ 2'25 .8'y mss.--\5 2-3 • ao 108 Gabapentin 100mg capsules 500 500ct bottle 20 \ o bs 2..\ 3.o 0 count GENERIC Approved ,--y---,c-1,._,,,0,5-5 S-50 109 Gabapentin 400mg capsules 500 500ct bottle 20 2.�. o s \2 . 0 0 count GENERIC Approved b-1E-1-107,-)yos suspension 250 250m1 bottle 40 t o . y 5 LA \a. CO 110 ml bottle 300,000 units/ml `� ,7a- c,..,- c,toe-1c , _ 1 1 1 Allowance: Expedited Delivery Lump Sum 1 $125.00 $125.00 _ GROUP 4 - TOTAL .�. .. ? a 73 SPECIAL PRICING NOTE:The prices quoted above are firm for 180 days from the date the contract is awarde.. Thereafter, prices may be increased after written notice from Patterson Veterinary Supply, as and when manufacturers of the products change their prices. Any such price change will be the same percentage as the manufacturer's price increase. SPECIAL WARRANTY NOTE: Patterson Veterinary Supply is not the manufacturer of the products quoted above. Patterson Veterinary Supply warrants merchantable title to the products, free of liens, claims or encumbrances. All products carry only their respective manufacturer's warranty with respect to defects, materials, workmanship, or fitness for any intended purpose. Patterson Veterinary Supply will use commercially reasonable efforts to assist with any manufacturer warranty claims. Page 6 of 6 Attachment C: Insurance and Bond Requirements A. CONTRACTOR'S LIABILITY INSURANCE 1. Contractor must not commence work under this contract until all insurance required has been obtained and such insurance has been approved by the City. Contractor must not allow any subcontractor, to commence work until all similar insurance required of the subcontractor has been obtained. 2. Contractor must furnish to the City's Risk Manager and Contract Administrator one (1) copy of Certificates of Insurance with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability policy by endorsement, and a waiver of subrogation endorsement is required on all applicable policies. Endorsements must be provided with Certificate of Insurance. Project name and/or number must be listed in Description Box of Certificate of Insurance. Construction contracts including excavation at (3) three feet or more requires Pollution Liability Coverage. In addition Construction contracts of more than (5) five million dollars require Umbrella Liability Insurance. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-day advance written notice of Bodily Injury and Property Damage cancellation, non-renewal, material Per occurrence - aggregate change or termination required on all certificates and policies. COMMERCIAL GENERAL LIABILITY $1,000,000 Per Occurrence including: $1,000,000 Aggregate 1. Commercial Broad Form 2. Premises-Operations 3. Products/ Completed Operations Hazard 4. Contractual Liability 5. Independent Contractors 6. Personal Injury- Advertising Injury 7. Underground Hazard (If Applicable) 3. In the event of accidents of any kind related to this contract, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. Page 1 of 3 B. ADDITIONAL REQUIREMENTS 1. Applicable for paid employees, Contractor must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in statutory amounts according to the Texas Department of Insurance, Division of Workers' Compensation. An All States Endorsement shall be required if Contractor is not domiciled in the State of Texas. 2. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. 3. Contractor shall be required to submit renewal certificates of insurance throughout the term of this contract and any extensions within 10 days of the policy expiration dates. All notices under this Exhibit shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 4. Contractor agrees that, with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • List the City and its officers, officials, employees, and volunteers, as additional insureds by endorsement with regard to operations, completed operations, and activities of or on behalf of the named insured performed under contract with the City, with the exception of the workers' compensation policy; • Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • Provide thirty (30) calendar days advance written notice directly to City of any, cancellation, non-renewal, material change or termination in coverage and not less than ten (10) calendar days advance written notice for nonpayment of premium. Page 2 of 3 5. Within five (5) calendar days of a cancellation, non-renewal, material change or termination of coverage, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. 6. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Contractor to stop work hereunder, and/or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. 7. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor's performance of the work covered under this contract. 8. It is agreed that Contractor's insurance shall be deemed primary and non- contributory with respect to any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations under this contract. 9. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. 2018 Insurance Requirements Animal Care Services Animal Care Supply 06/06/2018 sw Risk Management Valid Through 12/31/2018 No Bond is required for this agreement Page 3 of 3 Attachment D: Warranty Requirements All products carry only their respective manufacturer's warranty with respect to defects, materials, workmanship, or fitness for any intended purpose. Contractor shall use commercially reasonable efforts to assist with any manufacturer warranty claims. Page 1 of 1