Loading...
HomeMy WebLinkAboutC2017-180 - 5/23/2017 - Approved S^ k III " IblOf' ibVP .04111 SUPPLY AGREEMENT NO. 800 ?,,c0„pPPIED 1852 Veterinary Medicine and Supplies Groups 1, 2, and 4 THIS Veterinary Medicine and Supplies Groups 1, 2, and 4 Supply Agreement ("Agreement") is enteredinto by and between the City of Corpus Christi, a Texas home-rule municipal-corporation ("City") and Patterson Veterinary Supply, 'Inc. ("Supplier"), effective for all purposes.upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Supplier has bid to provide Veterinary .Medicine and Supplies Groups 1, 2, and 4 in response to Request for Bid :No. 181 ("RFB"), which RFB includes the required scope of work and all specifications and which RFB and the Supplier's bid response are incorporated byreference 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 Medicine and Supplies Groups 1, 2 . and 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 12 months. This Agreement includes an option to extend the term for up to zero additional zero-month periods ("Option Period"), provided, the parties do:so prior to expiration of the original term or the then current Option Period. The decision to exercise the option to extend - the term of this Agreement is, at all times, within:the sole discretion of the City :. . and is conditioned upon the prior written agreement of the Supplier and the City Manager. 3. Compensation and Payment. The totalvalue of this Agreement is not to exceed $197,542.1.9, 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 pricingmust 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 City of Corpus Christi Page 1 of 7 sunnlv�ryr�� �c 2017-180 5/23/17 M2017-064 Patterson Veterinary Supply Inc. this Agreement, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Agreement is as follows: Ana Lisa Puente Animal Care Phone: 361-826-4630 Email: AnalisaP@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 001 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. 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. In addition, the products purchased under this City of Corpus Christi Page 2 of 7 Supply Agreement Standard Form Approved as to Legal Form 7/1/16 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. 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. City of Corpus Christi Page 3 of 7 Supply Agreement Standard Form Approved as to Legal Form 7/1/16 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 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: Ana Lisa Puente Title: Management Assistant Address: 2626 Holly Rd. Corpus Christi, Texas 78402 Fax: 361-826-461 1 IF TO SUPPLIER: Patterson Veterinary Supply, Inc. Attn: Melissa Vohs Title: Manager Address: 303 E. San Antonio St., Marion, Texas 78124 Fax: 888-724-5836 17. SUPPLIER AGREES TO 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 ANY NATURE WHATSOEVER ON ACCOUNT OF PERSONAL INJURIES (INCLUDING DEATH AND WORKERS' COMPENSATION CLAIMS), 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 THIS AGREEEMENT OR THE PERFORMANCE OF THIS AGREEMENT, REGARDLESS OF WHETHER THE INJURIES, DEATH OR DAMAGES ARE CAUSED OR ARE CLAIMED TO BE CAUSED BY THE City of Corpus Christi Page 4 of 7 Supply Agreement Standard Form Approved as to Legal Form 7/1/16 CONCURRENT OR CONTRIBUTORY NEGLIGENCE OF INDEMNITEES, BUT NOT IF BY THE SOLE NEGLIGENCE OF INDEMNITEES UNMIXED WITH THE FAULT OF ANY OTHER PERSON. 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 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. 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, City of Corpus Christi Page 5 of 7 Supply Agreement Standard Form Approved as to Legal Form 7/1/16 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 and its attachments B. the bid solicitation document, including addenda (Exhibit 1) C. 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. 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. 24. 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) City of Corpus Christi Page 6 of 7 Supply Agreement Standard Form Approved as to Legal Form 7/1/16 SUPPLIER Signature: TV\ Printed Name: �' ►'\Q —� q V (f),( Title: ailikhaLlk Date: CITY OF CORPUS CHRISTI Signature: Printed Name: { (\( i„r Title: `t'f0 C.__CAA(e Date: / s/ i 7A_ ATTEST: R CCA HUERTA Attached and Incorporated by Reference: CITY SECRETARY 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. 800 ;,,, . nun Exhibit 2: Supplier's Bid Response Y COMM 5 SECitf TA•V City of Corpus Christi Supply Agreement Standard Form Page 7 of 7 Approved as to Legal Form 7/1/16 Attachment A: Scope of Work 1. General Requirements The Contractor will provide supplies and medications 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 term contract will provide unit pricing for specified items to be purchased on an "as needed" basis by the Animal Care Services Division. 2. Scope of work 1. Delivery Contractor shall make inside delivery to City locations within five calendar days to the addresses specified. All prices will be quoted 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. 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. Cancelations 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 Contractor's expense. The City may seek the products from another party if Contractor fails to deliver on time. Delivery must be made during normal working hours, Monday through Friday, 8:00 a.m. to 5:00 p.m. C.T. 2. Defective Goods . Contractor shall pay for return shipment on any products that arrive in a defective, unusable or inoperable condition. Contractor must arrange for the return shipment of damaged products. 3. Product Expiration 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. 4. 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: a. Documentation from the manufacturer that the product has been discontinued. b. Documentation that names the replacement product. c. Documentation that provides clear and convincing evidence that the replacement product meets or exceeds all specifications of the original product. d. Documentation that provides clear and convincing evidence that the replacement product will be compatible with all the functions or uses of the discontinued product. e. Documentation confirming that the price for the replacement is the same as or less than the discontinued product. f. These provisions related to product discontinuance apply only to products specifically listed in this solicitation document. 3. Special Instructions All vaccinations and medications, including controlled medications, will be shipped to: Animal Care Services Melissa Draper, DVM 2626 Holly Road Corpus Christi, TX 78402 ' ATTACHMENT B - BID/PRICING SCHEDULE i UBC 11 ',o0°,,- .f CITY OF CORPUS CHRISTI / i , v `" BID FORM ` v ii: PURCHASING DIVISION RFB No. 1.81 ' Veterinary medicine anc Supplies Date: .@,,, i Authorized Bidder: �t l ' iignature: 1� V ES2 sy 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 doe ono company is in good standing with a(; required governmenal agencies. , d. Bidder acxnowledges receipt and review at all addenda for this RFB. , : GROUP 1 - SURGERY item _i)escrip#ion i Q1Y L Unit Unit Price Total Price Ansell Sensi Touch sterile — ati 1 surgical gloves latex powdered 100 ! Box/50 1 $ a3 ,G(t)y $ r9} -3 9u size 7 T (Polydioxanone Suture Violet l ! monofilament 30" Reverse 200 Box/ 2 $ �� , (�j�,l $ (1t I Cutting FS 1) 2-0 VFS 1 with 3/8 1 1I i i, � • � circle 24mm GENERIC OKAY DV 4 (Polydioxanone Suture Violet i ' monofiiarrrent 30" Reverse Q/' dox/3bLi �-'" Cutting i S ! 2-0 VFS i 3/8 55 391- / r c rcie ��,mrn GcNERIC OKAY 1 (25 Meters-Violet Monotiioment • Pol4ydioxanonSynthetic yec la { Absorbable Sterile Suture on a 5f, Cassette ; $ ,81 4 $3,54 q l cassette)2-0 GENERIC OKAY ; i (Polydioxanone Suture Violet monofilame jt 30" Reversf �i $' t i„ 1 I S CuttingCP-! 0-0 '/2 circle . , 3Q0 Box/12 ! $ of ` 4 36mm GENERIC OKAY (� b , . . 1-- F Item Description _ WY unit , Unit Price Total Price (Polydioxanone Suture Viole 1 6 rronofilament 30" Reverse/4)cl 50 Box/36 ,aW, At ( 3 511 . 1 90 Cutting CP-1)0-0 V.2 clic:1,re T d,is' t . 36mm GENERIC OKAY 4.. 81193- ... . , (25 Meters-Violer Monofilament : 7 Polyaioxcinone Synthetic , 1 Siti " A- l' $1 (0 ae.°14, (96 J . i Absorbable Sterile Suture on a 20 Cassette. $ / I cassette10-0 GENERIC OKAY I ------- ......._ ! i ) 8 Sterile Surgical Blade Size 10 r ...„ „,.. 1 50 1 Box/100 $ Dit D'.-.3 (100 per box) • --- r- -I - -- --i- 1 9 Isaflurane, USP 250mL bottles ' 60 . 2o5o0tm1/ i $ O• 1 10 ' $\ 3\4.(X) 1 Marcaine 0.5% (bupivacaine 1 , 1 10 HO injection, USP) 50mL 60 :30mi vial I $ 5.50 - , • Multiple-Dose Vial Carproten 50mg/mL Injectable ( k..) : 11 L ENEKAY 60 2Orni vid )(It 1 i.3,.,go. s 20mbottle GRIC O • - - xv • I r Carproten 50 /mL Injectae bl 12 rng60 50m! 140 ottleGENERICrib. bici No -f71 l C 50mL bOKAY i)o --._ i Carproten 25mg Chewable ,i,C (t...v 13 50 , Bottle/18C' 55z, 7 -a..„ a& ' . 180 tablets GENERIC OKAY Ise‘.-A r--- Carproten 75mg Chewable 14 1 50 Bottie/180 1 $6:10 g 3 1 s 10(4 i 180 tablets GENERIC OKAY , g : ! --, Carprofen 100mg Chewable ' 15 50 ; Bottle/180 slillt,V94-I $3L/ 3 ..„) 180 tablets GENERIC OKAY _i j , i — 1 Non-Sterile 200 Non-woven g-9-k)to:41- 1 16 1 Loo it), 1 17 Endotracheal Tube 3.0 1:3 ! single ! $ l L.i 18 Endotracheal Tube 3.5 15 single 5 id 3 5 $ (94) (3 (:-, H 1 19 1 Endotracheai Tuoe 4.0 15 single ' $ 1_ -35 20 1 Endotrocneal lupe 4.5 .5 .!ngie $ 1 , :3C:;) .5 :}-1) , .. 5 21 Endotracnea! Tube .5.0 15 singie , S i ""•`"-‹ 5 S. ;-.)-k) . '-'1..c._.),_, , 22 1 Endotracheal lube 5.5 5 s ingle : $ ---7--c)- 5 ,, 5 .., . ' 23 Endotracheal Tube 6.0 30 , single 24 Endotracheal Tube 6.5 , 301 single $ . 3 S , $ YO . rt i 25 Endotracheal Tube 7.0 30 i single 1 $A 3 i $ i--0 . 5P . .1 , --.- 26 Endotracheal Tube 7.5 ' 30 1 single $ I , 3 5 ! s y 1 il 27 Endotracheal Tuoe 8.0 30 ! single , $ i -3 ! $ L10, 5-0.', it _28 LEndotracheol Tube 8.5 30 single ' $ I , 3 5 . -—- ----- .. riem Description QTY 29 Endotracheal Tube 9,0 30 I 30 Endotracheal Tube 9.5 I 30 31 I -I 32 33 34 Endotracheal Tube 10.0 30 Endotracheal Tube 11.0 Surgical Drape Material yds 38.5 incn Carb 02 Lime Sodasorb 5goi Chloronexidine Solution 2% gailo 35 Chloronexidine Scrub 2% ' 36 gallon Blue Medicine Vial Medium 77 Unit Unit Price 1 $ single single I sne $ -4 Total Price Box/ • - f 100 yos , s \\CU.F0 $ ".›C ) _440ct 8 ciram Ketchum Animal Tattoo 1 38 10 T ounce green 5(0 Au %?. Gal' '1 I $ $cfg /-I5 114-535 ube is 5,640 Box 3M Vetbond Tissue Glue .1f1 39 30 ounce (3m1) 40 Ear Loop Masks 2ply Jorvet Tube $ 1,14 $ LIQ3 oe) 5 Box/50 $4, sq.3S s 42 Stearn Indicator Tape Roil GROUP I - TOTAL F I 41 21 Bouffant Caps GENERIC OKAY • 5 Box GROUP 2 - ANESTHETICS iitem Description Ketamine 10Orng/ml 10m1 i vial 43 GENERIC OKAY 44 Torougesic 10mg/mI 50m1 bottle GENERIC OKAY 1 QTY Unit - i Unit Price 1 Total Price _i 200 10m1 vial ; $ 5 09 )5 20 50m1 $ I 4 .4.( ov s oR L9 '-/0. isw 5200trttliei i $ 6 ,c)0 , $ ‘3....4._ 9,1 co Acepromazine Omg/mL 50m1 50m1 r - 415 (20mL) GENERIC OKAY Hydromorphine 2mg/mL 80 Bottle 1 46 bottle GENERIC OKAY , Bottle Xylazine 100mg/rnl 50m1 bottle 47 GENERIC OKAY Bottic 48 Mecietomidine .5mg/m1 10m! I S:mbabol 49 via, GENERIC OKAY GENERIC OKAY Midazolam 5mg/rni lOrni vie, 50 300 . Offli Vial ' ;Jmi !Om vial GENERIC OKAY , 5 5 ) (Nobts iNto L )1i) KO 61) GROUP 2 - TOTAL - - 1 :1;2 ISIIIE.Z.-. 7: 44?':4#1-3t1C-4004141:44-4:P.;..ii:.;172'1[EJID::::4i-1-16.1Y"4:27.7.1,7 "-il: i GROUP 3 - VACCINATiONS .3(1Gl 16rt 44.4.6044hipeoloirrent=ocripon-- ni3 ci hd 11 Item Des ,i' Unit Price , Total Price 1 — 1— -1-- - ' - .../ I • t, ------.----------.--;".7-! " Bordetella bronchise tica in „,,,, c'cizh 5: $15" -r ' tro v"v ! " intranasal I milokS ' iti'ltiu`i v ) j_cc,.., ,------------ , , 401,, •p4,j,/, r 2 Ai JMO \ d) .5q5 _-(v ) ritio e, „ i I ORO t; 1() 1i;''-Z, 1 ::,-,,;±..;'tf'4,'.'; ':;.:'::''''''' ';';;LA',:;:4,4's;';;;4::;;; L1IL';'-',- ,;;L:1',""ii,A:i4i'it'Vq:',,,t4arliiiir MEDICAL SUPPLIES GROUP 4 - . 1; Itel7U Descriptio , ...,iir,. Unit Price l Toter, Price Artificial Tears Oim niem qo e-44-e- • _ .. i 55 (1 Joricarr CriThthalric ^-1!7*- 1 ... . .,,,A;vp;•44,444 :_,)Ointment {Sterile}) 1/8oz -; Strongid T ipyrantel pamoate) Guar' 56 50 $ 5. 5 QT i bottle , Panacur (fenbendazole) 57 Suspension 10% (100 mg/rnL) i ino 1000 ml . c 1 10.-*, aZ)I $ ,, 1,COOmL 11 Vit,-4: 40 °1-it -'r095 1 $.c2,P° 1 $14 040. -II cP ' ii 58 Heartworrn antigen test ei-5 ii 1. FeLV antigeat5n and FIV antibodY : 1 A -1 : 5. C' (Xi 59 test Vtet,"/ (954Atic 1 - ' 1 c.4.1 -'114'113 : s).ci I .33 s 3 Li •()1 ) 1 I 60 needles (Sterile) 10 ; Oh00 DO ! q Lib--- $ ,/CA i• , x ' mL Syringes w/ 25g x5/8'' ! 6 100 Box[00 ' $9 :9-9 (1-9-v - I Needle (Sterile) 3mL Syringes wl 22G 62 x3/4" 100 Box/100 sn, i (3 $ Needle (Sterile) Insulin Syringe w/ 29g x Vv." _ ! 63 Needle U-100 100ct 1.5oc I 20 ' 100/box ; $(-1 06 , §1 1 ,----- 1 syringet - -t-- r.„, .- 64 3mL Syringes w/20g Needle ! 100 ii Box/100 ! $.`j i 5 1 $ Cs-. 90 1 Plain Microscope Slides 72ct— ; . , I 9V 65 1 Clear Glass-Ground Edges- 20 ' Box/72 $ 3 'Q'CI 1 $ '_.1" x 3" 1.0mm x 1.2mm Thick 06 --N J 1 66 I Microscope Cover Slips : 24 ' Box 67 _i Nipro Syringes 5n1L without I1 i 3C Box/50 ' 5; 40 l'-') $ L__ Lheedle . • L _ . . ----------------- - ---- ______ . . , - --- — - - Mil Description -) — —--- i QTY 1 UnitPrice ; Total Price ;, 8 , , Nepro Syringes 10mL without ' , 30 Box/I00 1 $q L g , s 69. needle Nipro Syringes 20mL without 30 Box/50 1 $ 1 ) oet)w , $ L oves Powered Latex exam gl , 1 . 70 20 i Box/ 00 size Small Powered .-atex exam Gveslo 71 I !iox/10G LIV $ i 02 •&i 72 1 Aeliyyl Pius 88-132Ibs 40 , Box/6x6 $ 1 I,14.7 1 1 Ok 1 ) 1 •/_,--- ,, lox, ite) , ,Amber Medicine Vial 100ct 2 , io Box/ $ I ounce-I 6dram _ __ _Hcult.k.4100 el__ 1 . 1 , I 74 Terramycin ophthalmic —I-P-, .4?-kg/-1-2- , $ 1 I 90 $ 1106. kW : L.._ ointment 1/8 oz. tube ' _,_ . _ _ _ 1 -149' -11 Praziquantel Injectable 36.0m9/ML GENERIC OKAY Cephalexine (Rilexine)300mg 76 20 Bottle/SOO ! $31 (9.?'"5 I $ ok5Pt; [ GENERIC OKAY 77 Bottle/ 1 -) '5 .4) Minocycline 100mg GENERIC 140 c ....\ 1 a) 5 3, 4',- !0 OKAY 500c 1'1 s..-1<-,i . Minocycline 5Orng IC GENERBottle/ ' 78 G -t-,.: itj0,1- 1V-77) $ r • — .."Metronsaizole 250mg GENERIC Bathe/ e $3- (1-0 $ It-i.,30 OKAY 1: itn ; Teroinatine 250mg GENERIC Bottle/ , $1-7-N 0,e) _ — OKAY 20 I Preanisone 10mg GENERIC Bottle! • 81 2 • $ 1 Ati,.15 $ drif(1 30 ; k82 Carproten 100mg caplets 30 Bottle/180 $ / i $ I 4 i GENERIC OKAY 4, Carprafen 25mg caplets . i 83 30 ' Bottle/I80 i Vi,019 GENERIC OKAY --- Carprofen 75mg caplets 84 ' 30 ; Bo-tle/180 i $50 .ik , — . 'l Lime Sulfur dip concentrated .85 i 0 gallon s79 S c---v-- •ailon :_ _ . __ rS86 Dexamethasone Injectable ,z -7, 1001*- ' m, 5 Ci --) $ - (4) ....-.. I L.., 1 i 50mis/bottle 2mg/m! .. • 87 i 5Iv0o0mneL c %Solution Injectable -, o50o0tmtleI A,L..-./ 7 4'S- 3Ve 1 4 tTElizabetnan Collar (Buster Style) : ' 88 50 t single $ ( 55 : s'71-71 .-') Sz 12.5 1--- - -----4-— Elizabethan Collar !Buster Style) s'ngle ; $0? .50 50 L u' Sz 15.0 i 90 Elizabethan Collar (Buster Style) 100 i single I $‘,2 ,g- ) - --)..eico . ,,, c , Sz 20.0 Item I Description ' COY Unit Unit Price Total Price I 91 1 Elizabethan Collar (Buster Style) ' 100 single $ -;:.)71 -26 $ Sz 25.0 ," -92 --E-11z-b-bet-ITI-a-n-Collar (Buster Styie) ' ---1- — WO I single. oq. i__ Sz 30.0 —---t-- - --+- . 93 5 Gallon Sharps Container , 20 singe 5 i 94 Canine itParvtao,,It_Aes _ ! ( 9 0 • - 411: j--11"..-7, ' 1 1 i 95 ,Epinephrine 1:1000 1mg/m1 , !7 1 -MH n h $ I/I --7---7 , $ ---:-.), . k:5) 0m1 bottle GENERIC OKAY Bottle 96 Empty nk47)17\--rials ''4\a,6 Ai Boxir Gabapentin 11)00mg capsules , -, )/ ti' 97 , — - r-) *(-1- S 500 count GENERIC OKAY ,c,tr,e L -) - :1 Gabapentin 400mg capsules '20 500c: S ' 1:3 LS VI count4 616) 98 500 GENEC OKAY RI ' 1-- — — I , Penicillin G Procaine 99 suspension 250m1 bottle I 40 250m1 yo ! $ 3519,1.) boe $ ; i ttl 300,000 units/ml , - -- ----j-- .,r- --- GROUP 4 - TOTAL 147 ). JAI 7 ..1.M.Milankftlimidaisikiatibm. ALL GROUPS - EXTENDED TOTAL 1111 tdiV ' 1 Ci ATTACHMENT C - INSURANCE REQUIREMENTS No insurance is required for this Supply Agreement. ATTACHMENT C- BOND REQUIREMENTS No Bond Requirement is necessary for this Supply Agreement. ATTACHMENT D- WARRANTY REQUIREMENTS No warranty is required for the Supply Agreement. CERTIFICATE OF INTERESTED PARTIES 4 FORM 1 295 lot 1. Complete Nos:1-4 and 6 if there are interested parties. OFFICE_USE ONLY Complete Nos:1,2,.3,:5,and 6 if there are ho interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity',s place CertificateNumber: of business. 2017-165091 Patterson Veterinary:Supply Inc. San Antonio,Tx UNited States,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 02./1012017 being filed. CITY OF CORPUS CHRISTI/CORPUS CHRISTI ANIMAL CARE Data Acknow edged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to.be.provided under the contract: RFB181 1- Veterinary Supplies:and Veterinary.Supplies:and Equipment. 4 Nature of interest . Name of Interested Party :City,State,Country(placeof business) (check applicable) Controlling I Intermediary TURNER, MORGAN • VICTORIA;TX United States X Damerau,GAIL : SAN ANTONIO,TX United States X • • 5 Check only if there is:NO Interested Party. 6 AFF S IT: -I swear;or affirm,under penalty of perjury,that the above disclosure is true and correct. SHEILA KING Notary Public-Notary Seal State of Missouri,Clay County Commission# 11522986 +n ' :My Commission Expires Nov 1,2019 t„�f } Signature of authorized agent of contracting business entity - - AFFIX NOTARY STAMP I SEAL ABOVE II Sworn to and subscribed before me,by the said f 1 L J , J 0 Vo h.S ,this the ID day of Ijitkatiii 20 11 ,to certify which,witness my hand and seal of office. ke kL Signature of officer administering-9‘j Printed name'of officer ad inistering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state:tx:us Versien:V1.0.277