Loading...
HomeMy WebLinkAboutC2017-181 - 5/23/2017 - Approved 0.411I ! .d/4,4, 1, • • : M A SUPPLY AGREEMENT NO. 1055. Veterinary Medicine and Supplies Group 3. THIS' Veterinary Medicine and. Supplies Group 3 Supply Agreement- ("Agreement") is entered info by and between..the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Zoetis US LLC ("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' Group 3 in response to Request for.Bid No. 181 ("RFB") which RFB includes the required scope of works and all specifiCations and which RFB and the Supplier's bid responseare incorporated by:reference in this.Agreement as,Exhibits,1 and Z respedtively, as if each were fully set out here in its entirety. N1Q.W„THEREFORE, City and SupPlier cigree.aslollows:. 1. Scope. supplier v411 provide Veterinary Medicine and Supplies *Group 3 in accordance With the attached Scope of Work, as shown in Attachment A, the content of which is incorporated by reference into this Agreement as if full '.set.out its entirety. "Goads," "products", and "supplies", as used in this Agreement referto 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 thesolediscretion of the City and is'conditioned upon theprior written agreement of the.Supplier and the City Manager. 3.. Compensation:and Payment. The total value of thiS Agreement is not to exceed $70,250.00; subject'to approved:extensions and changes. Payment will,be made for goods delivered and accepted by the City within 30 days of aCceptance,subject to receipt of an acceptable invoice 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 ih jts entirety. 4.. Contract-Administrator. 'The Contract Administrator designated by the City is responsible forapprOval of all phases of performance:and operations under Pciige 1 of 7 2017-181 5/23/17 M2017-064 Zoetis US LLC INDEXED this Agreement including deductions for nonperformance and authorizations, for.payment. The City's Contract Administrator for this: Agreement is:as:folk:Ws; Ana Lisa Puente 'Animal Care Phone: 61-8.26-4.630 Email: Analisali@cctexas„com -.5. Insurante.. linstranc.e 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. Pin:that6 Release Order.. For Multiple-release purchases of:prodOcis to be provided by the Supplier over a.period.of-time:,the City will exercise It 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 addepted. the:City,. 7. Inspection and Acceptance. Any product 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 chorge cannot be Made by the,SUPPliQ.r,, a replacement product may be baught by the City on the,open market and any cost incurred, including additional costs over the item's bid pride, must be paid.by the Supplierwithin 30 clays.of -receipt of City's 8. Warranty.. The Supplier warrants that all products supplied under this Agreement ore. new, 'quality items that are free from defects, fit for their intended pUrpOse, and Of good material..and-Workmanship.. The Supplier warrants that ithas clear title to the-products and that the:products are.free of liens.or eneumbrances. In addition, the products:purchased under.this .Agreemerit Shall be warranted by the'Supplier or, if indicated in Attachment D by the manufacturer, torthe. period stated in Attachment D.: Attachment D.is:attached to this Agreement and Is ihcorporafed by reforenceinto. this. Agreement as.if fully set out here in its entiretY, Quality/Quantity Adjustments:.. Any quantities indicated. 'on the ifid/Pricing Schedule are estimates only and.do'not obligate-the City to order or accept rnorethan the City's. actual requh'ements. nor do"the estim.ates restrict the- Pcsge.2 of 7 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 yecrends on.September 30th annually, is subject to appropriations and: budgetapprovalspecifically 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 ornot to fund thiS Agreement. The City does •not represent that this budget item will be adopted, as. said determination is within the City Councils 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 Agreernent. When using .subcontractors, however, th.e SupPliermust.obtain prior written.approval from the' ontract Administrator if the subcontractors Werenot named at the time.of bid. In using subcontractors,the Supplier:is respOnSible for all their act t and-omissions to the same extent as if the subcontractor and its employeeswere emplbyeeS of the Supplier. All reduirehtentS set. .forth q '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 at if'the SOpplierandrts eMployees.had performed the work 13. Amendments: This Agreement may be amended ormodifted only by written ohange.order signed by both parties Change orders may 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 Supplier's payroll taxes, Medicare taxes,. FICA.faxes, unemployment taxes. and all other related taxes. Upon request-the City Managershall beprovidedproof-of payment of these taxes' within'15'days of such request. Page 3.of 7 • • NOtice.Any notice required under this Agreement Must be given by fax, hand delivery, or certified mail, postage prepaid, and it 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:foilows: IF TO CITY: City.of COrptis Christi Attn: Ana Lisa Puente Title: Management Assistant Address: 2626 Holly Road, Corpus Christi;Texas 78402 Fax: 361-826-4611 IF TO SUPPLIER: Zoetis US LLC. Attn: Brian l3rust Title: Territory Branch Manager Address:. 10 Sylvan Way, Parsippany, New Jersey 07054 Fax: 9.36-689-9065 17.. SUPPLIER.AGREES TO INDEMNIFY; HOLD HARMLESS AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS (if INDfAINITEEV9 FROM AND AGAINST ANY AND. ALL LIABILITY, Loss, CLAIMS, DEMANDS; SUITS AND CAUSES OF ACTION OF ANY NATURE. WHATSOEVER ON ACCOUNT OF VIOLATION BY SUPPLIER OF' A FEDERAL, STATE, OR CITY LAW, REGULATION, OR ORDINANCE, 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 AGREEMENT OR THE PERFORMANCE OF THIS AGREEMENT, EXCEPT AND IN.PROPORTION TO THE EXTENT CAUSED BY THE INTENTIONAL MISCONDUCT OR NEGLIGENCE OF INDEMNITEES 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. Page 4 of 7 18.. Termination. • (A) The City Manager May-terminate-this Agreement for-Supplier's failure to perform the work specified_ this Agreement or to keep any required insurance policies in force .during the entire .terrn of this AgreeMeht. The • Contract Administrator must.give the Supplier written notice. of'the breach and.set out a reasonable opportunity to cure. If The S.upplier has not cured within the cure period, the City Manager may terrninate. this Agreement immediately thereafter.. (B) .Alternatively, the chi Manager may terminate this. -Agreement far • convenience upon 30 days adv.ance.written 'notice to the Supplier. The City Manager may also terminate this Agreement uporr24 hOurs written notice • the Supplier for failure to payor provide proof of payment of taxesas set out • in ihis.Agreement. 19.. AssignMent. No assignment of this .Agreement -by the SuPplier, .orof 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 Mdnager 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 invalidityshall not impair the operation.of nor affect those portions of this'Agreement that'are valid, but this Agreement shall be-construec.1-and enforced.,in all respects.as if the invalid or unenforceable prbvision orpart.had been.'ornitted. 21.: Order of Precedence. In the event' of any .conflicts or inconsistencies between. this Agreement, its-attachments, and exhibits, such conflicts and incansistencieswill be resolved by reference 'to: the daturnents in the •followingorder of'priority: A. this Agreement and its.attachments B. the bid solicitation document, including addenda (Exhibit 1) C.-th.e:SUpplier's bid response (Exhibit 2) 22. Certificate Of Interested parties.- Supplier agrees to comply with Texas Government Code Section 222.908, as. .it- may be amended, and to Page S'of Complete Form 1295 "certifitate of Interested Parties" as part of this" Areennentl 23. Governing LaW.This fttgreemeht 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 distritt,county, or justice court in and for Nueces County, Texas. 24. Entire Agreement.This.Agreerrient 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) Page.6 of 7 SUPPLIER Signature: Printed Name: S Title: Svc 2- 4 Date: `I r CITY OF CORPUS CHRISTI Approved as to form: • I/7 Signature:Infl moo,. , P ). / Printed Name: marl Assist. City Attor ey 0 For C'i Attorney Title: T mCure I� Date: / 7 ATTEST: f i REBECCA HUERTA CITY SECRETARY Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Attachment C: insurance Requirements. Attachment D: Warranty Requirements Incorporated by Reference Only: Exhibit 1: RFB No. 181 I D VV o Exhibit 2: Supplier's Bid Response ,y ,�,�,,,_ sY COUNCIL_ �Ft`QfTAR�° Page 7 of 7 Attachment A Section 4 - Scope of Work 1. Genera! 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 contract provides unit pricing for specified items to be purchased on an"as needed" bOsis by the Animal Core Services Diyision, 2. Scone of work 1. Delivery A. Contractor shall make inside delivery to City locations within five calendar days to the addt'eSsesspecified; All prices ore:F.O.B.. destination, inside delivery to City of Corpus Christi facility, freight prepaid. .Expedited forty-eight hour delivery seryites,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 mode a request for expedited:delivery. B. Delivery, as used in this seCtiOn, rripons 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.Controctorsinability to deliver the product Within the five calendar day Stipulation. Cancelations shall be in. writing and sent to Vendor by email, fcix; or mail.. No restocking fee or payment of any kind shall be owed for Orders canceled due to Contractors Inability to meet the five day deiiVeryldeadlinei 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 Ito deliver on.time; C. Delivery must-be made during normal working hours,Monday through Friday,800 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 mustarrange for the:return shipment of damaged products gFB Ternpide 10.1o.16 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 Tess than 12 months.will be returned 'to Contractor for'credit or.replacement-at- ' Contractor's expense. t i 4. Discontinued'ltems • In the event that o manufacturer discontinues. particularroduct(s),..the.City( ) ' may allow Contractor to.provide.a substitute for the.discontinued products) or delete the prod.uct(s) from the; contract. altogether. If Contractor requests permission to: ; substitute'a new product, Contractor shall provide'the.fol#owing to the City: a. Documentation:from the.manufacturerthat.the product has been discontinued. b. Documentation that names the replocement.product: ( c. Documentation that .provides clear and convincing evidence that the• replacement product meets or exceeds alt,specifiications:of The.original product: Documentation that provides clear and convincing evidence that the. replacement product will be compatible with, all the. functions or uses:of the I 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'iisted'.in'this solicitation'd.ocument. 3.Special Instructions • All supplies,. vaccinations and medications,. including controlled medications, will be. shipped to:. Anirncii Care Services Melissa Draper,.DVM 2626 Holly Road Corpus Christi,TX 78402 } { 6 RFS Template 10_!0:1.6 Attachment.B Aop1JB A.. CITY OF CORPUS CHRISTI 6, 1, • ' BID FORM PURCHASING DIVISION RF LI No. 181 " Java Veterinary Medicine andSupplies Date:. I '24 — IL Bidder: 2 _ Authorized .7 Signature: . 1. Referto"InstructiOns to Bidders"and Contract Terms and Ccinditions before completing bid. 2. Quote your bedprice for each'Hein. 3. In Submitting:this bid,'Bidder certifies that: a. the prices in this bid have.been arrived at ihdependently; without consultation,- cornmunication, or agreernent•with any other Bidder Or 'cbrripetitOr, for the purpose of restricting competition with,regard to prices; b. Bidder is an Equal Opportunity EMployer;and the DistlbsUre Of interest information On file with Citys purchasing Oface,pu'rsuant.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 required govornenerOidgenCies. d. Bidderacknowledges receipt and review of all addenda for this RH,. Item • . DetcriltiOn QTY Unit • Unit-Price Total Price Antell:Sensi TouOh sterile 1 surgical glOVeslateX powdered 100 Bo /50 $ jV. b; 4 $ size 7 (Polydioxanone Suture Violet rtionofilament30" Reverse 2 200. Box/12 $, $ Cutting FS-11 VFS-1 with 3/8. P circle 24mm GENERIC OKAY (PorydlOkanOne Suture Violet monotifament30." Reverse 3 55 Box/36 $ fifi, 1 /6( Cutting FS-1) VFS-1 3/8 circle 24mrn GENERIC OKAY X Meters-Violet Monafilament • PolydioXanohe Synthetic 4 50. Cassette $ 1'4 $ AbSbitaple Sterile Suture on ci cassette)2-0 GENERIC OKAY (POlydiOxanone Suture Violet • Monofilament 30" Reverse 300: Box/12 $ A ; $ tutting CP-l)00 'A circle 36mm GENERIC OKAY r Heft., .. :,.Description • . .(QTY: Unit. • UM:Prid 3atalsP c - . • {Polydioxanone Suture Violet 6 rn onbfilament.3Q" Reverse Cutting CP-1)0-0 '!2 circle. Mtn Box/36. $ {�e f mm GENERIC OKAY. /� {25.Meters-Violet Monofilarrient. 7 P.olydioxanone.Synthetic 20 Cassette $ 1i t A, 7 $- Absarbbble Sterile Suture on,a I" r t rE cassette)0-0 GENERIC OKAY .Sterile Surgical.Blade Size 1.0 8 50 Box/100 $ ;a (100 per box) �? $ • 9 Isoflurane, USP..250n?L bottles 60 250ml/ bottle. N 41 +I $ Marcaine 0.5%:(bupivacaine 10 I-ICI injection, USP).50rrmL. 60 54rrii vial $ .r.4;d $ Multiple-Dose Vial Carprofen.50ing/mL Injectable 11 20mL bottle GENERIC OKAY 60 20m1 via! $" Carprofen 5Orng/mL injectable .50m1 12 50mL bottle GENERIC OKAY 60 bottle $ $ ^~ Carprofen 25mg Chewable 13 180 tablets.GENERIC�OKAY 50 Bottle/180 $ �,�; ;, , $ 14 Carprofen 75mg Chewable 50 Botfile/180 $ r $ 1 180 tablets GENERIC OKAY Ju /' Carprofen 100mg Chewable. 15 180.tablets GENERIC.OKAY • 50 Bottle/18D $ t $ Nan-Sterile 200 Non-woven , 16: Sponges 4"x 4' 4 PLY 50Box/TO $ . , $ 17 Endotracheal Tube 3,0 15 single $ rid • id $ 18 Endotracheal Tube 3.5 15 single $ :$ 19. Endotracheal Tube 40 15 single $ �,l,r $• 20 Endotracheal Tube.4.5 l5 single `$ ,j .4; ' $ 21 Endotracheal Tube.5:0 15 single ;5 /,i.4 $ .22 Endafrdcheal Tube 5.5 '15' single .$ :•J 5 23 Er dotracheat Tube:6 0 .30 single :$ ,, .¢r $ 24 Endotracheal Tube.6.5. 30 single $ cjc 25 Endotracheal Tube 7.0 30 • single •$ 7;j $ 26" Endotracheal Tube 7.5 30 single $ $ .27 Endotracheal Tube 8.0 30 single .$ N. Lid $ 28 Endotracheal Tube.8.5 30 single $ item Description _ QTY Unit Unit Price Total Price 29 Endotracheal Tube 9.0 30 single $ �/� (, ,t $ 30 Endotracheal Tube 9.5 30 ^ single $ Af a 44/ $ 31 Endotracheal Tube 10.0 30 single $ $ 32 Endotracheal Tube 11.0 15 single $ „ 1,;,o $ Surgical Drape Material 300 yds12 Box/ 38.5 inch 300 yds $ $ 34 Carb 02 Lime Sodasorb 5 gal 20 5 gallon $ ,, ),•%4 $ _ Chlorohexidine Solution 296 35 gallon 5 1 Gal. $ (1 a $ Chlorohexidine Scrub 2% 36 gallon 5 1 Gal. $ iv) � 1 $ Blue Medicine Vial Medium 37 400ct 8 dram 3 Box $ !�j a �;,� $ Ketchum Animal Tattoo 1 10 Tube $ ounce green $ 3M Vetbond Tissue Glue.1 fl 39 ounce (3m1) 30 Tube $ ��, b;.{ $ 40 Ear Loop Masks 2ply Jorvet 5 Box/50 $ 13:1 $ 41 21" Bouffant Caps GENERIC 5 Box $ pi, b•`J $ OKAY 42 Steam Indicator Tape 15 Roll $ ,J.> h, $ GROUP 1 - TOTAL $ GROUP 2 - ANESTHETICS item Description QTY Unit Unit Price Total Price 43 Ketamine 100mg/mL 10m1 vial 200 iomt viol $ f f..1 $ GENERIC OKAY Torbugesic 10mg/m150m1 50m1 44 bottle GENERIC OKAY 20 Bottle $ /4, h` $ Hydromorphine 2mg/mL 20m1 (20mL) GENERIC OKAY Bottle 80 $ /4).: P'1 $ Acepromazine 10mg/mL 50m1 50m144 $ bottle GENERIC OKAY 5 NiBottle $ �'`I 47 Xylazine 100mg/mL 50m1 bottle 5 50m1 $ Nb ;,t $ GENERIC OKAY Bottle Medetomidlne .5mg/m1 10m1 60 10m1 vial $ F:•� $ vial GENERIC OKAY JU` 49 Simbabol 1.8mL 10mL vial 2 IOmL vial $ /,i,r 6. ./ $ GENERIC OKAY Midazolam 5mg/ml 10mI vial 300 10m1 vial $ ,v b: $ GENERIC OKAY GROUP 2 - TOTAL GROUP 1:- VACCINATIONS' Item DiscdpHen QTY Unit Unit Price Total Price 10,000 e .e) c. 51 .DHPP vaccine injectable I ml Single ml aoses vial 4: ,A.y i $ --f 'Bordetella bronchiseptica 10,000 Single ml 52 intranasal lrnl doses vial 5 91.SS * LS, S D 10,000 Single 53 Rabies 3 year vaccine Ml li>cl() , doses vial , : c 0 i 54 FVRCP vaccine injectable lml Single Mt '.° t $ / GROUP 3 - TOTAL $ 7 o 2-So 1 lanr•Wfd'. 11=71Maritnr--:.--".--17.:''i4 V:4. -712r:7- ,.,, _„.,,.,,.,. , . GROUP 4 - MEDICALSUPPLIE3 ::..: -: ,'.:::'-::.:i.i,::::.:•:. ' ' item : . ::.::::Deteitipticie '7-' QTY Unit: Unitrtitei' : Ufa'Price' Artificial Tears Ointment 12 per 55 (Lubricant Ophthalmic 20 ackage i: •$ r i:, ,t $ P Ointment{Sterile ) 1/8oz p cA Strongid T(pyrantel pamoate) 0 Quart "" 1 QT battle $ IJ Panacur (fenbendazole) 1000 ml 57 Suspension 10% (100 mg/mL) 100 Bottle $ 1;000rnL 6;000 58 Heatiworrn antigen test Varies S g1. i"):,1 $ tests co FeLV antigen and FIV antibody 3,000 test tests Varies $ ,Ab. 4.$) $ ,t, 1ML Nipro Syrin.ges w/o 70 Box/100 $ pf ),;,t ' needles (Sterile) 61 (Sterile Iml..Syringes w/250 x 5/8" 100 Box/100 $ ii4r /,,/ $ Needle ) zq 3ML Syringes W/22G x 3/4" 100 Box/100 $ ,.J,,, ("3„A $ w` Needle (Sterile) Insulin Syringe w/29g x 'A" 63 Needle U-100 TOOct(.5cC 20 100/box .5 gc 1,;,4 5 syringes) .. :64 3mL Syringes w/20g Needle 100 Box/100 $ /tie k-et $ Plain Microscope Slides 72ct- 65 Clear Glass-Ground Edges- 20 Box/72 $ M, 6;) $ _ 1"x 3" 1.0mm x 1.2mm Thick 66 Microscope Cover Slips 24 Box $ it.J. 6; .f $ Nipro Swinges flll.without 67 30 Box/50 5 Cc bk-ei 3 needle • item -...:. : .-. .;Descnptloii':.::•::••• t TY``•`:: .`-�ltoiit` - `Unit.r ce ' : •• : ii140 Pric . isipro.Syringes-:10mL without .68 needle 30 Box/100 $ N 1,;..:e' $ b9 Nipro Syringes•20rnL without 30 Box/50 $ needle _ '' $ : i 7a Powered Latex exam gloves 20 Box%100 $ ; . size•Sm'aIl -71 Powered Latex exam Gloves 20 Box/100 $ size Large _•_�_ /'� ;`f: 72 Actiyyl Plus 88=1321bs. 40' Box/6x6 $ �,; ;;• S. 73 Amber Medicine Vial 10act 2 0_.• .Box/ $ �5.?. �; $ ounce-16d:ram 100•ct 74 Terramycin ophthalmic 10 •Pkg/12 $ .1' $ • ointment 1/3 oz.tube `' '` 75 Praziquantel Injectable 10 Box!50rriL $ A),4.,..1 $ 56.8m.g/hiL GENERIC:-OKAY 76 •Cephaiexine (Rilexine}300mg 20 • Bottle/500 : $ 4 $ GENERIC OKAY �'i' Minocycline 100mg�GENERIC Bottle! 77 OKAY 10 500et $' 4::R' $. Minocycline 50mg GENERIC Bottle/ 78 10 •OKAY .500 ct $ pi.: ••.. $ 79. .Metronidizole.250mg GENERIC 10 Bottle/ $ OKAY •1 OOTab. fL �`� $ Terbinafine:250mg GENERIC ` Bottle/ 8U OKAY 20 30Tab. $ 4, $ Prednisone l0mg GENERIC. Bottle/ • , $ 'J 81 . OKAY 2 1.000 ?% $ Carprofen 100mg.,coplets 82 30 Bottle/180. $ .�; se $. GENERIC OKAY .83. -Carproten 25mg caplets ,,3p Bottle/1$0 $ /L •/i:.e $ GENERIC OKAY Carproferi 75mg caplets 84 � •30 Bottle/1.80 $ /iJ,-. la.r.4 $ GENERIC OKAY 85 Lime.Sulfur dip concentrated: l 10. gallon $ 4r b,`, $ gallon Dexctimethasone..Injectab1e $6' 2 50m1 $. WI-, bV. $ 50tnIs/bottle 2mg/m1 lyomec 1%Solution Injectable 2 :500m1 •87 5•00mL bottle. $ 1`I $ Eiizabethan.CoIlar{Buster.Style) 88 Sz 12:5 50 single $ ,:.h d) $ 89 Elizabethan Collar(Buster Style) 50 single $ �,1 t;,,V $ Sz 1.5.0 90 Elizabethan Collar(Buster-Style) j 00 single $ `_ he" $ Sz20.0 J item Description QTY Unit Unit Price Total Pike 91 Elizabethan Collar (Buster Style) Sz 25.0 100 single $ Ai, b,'i $ 92 Elizabethan Collar(Buster Style) 100 single $ Sz 3.0.0 tid tsI.e 93 5 Gallon Sharps Container 20 single $ p),!- (>,-,,1 $ 94 Canine Parvo SNAP Test e00 varies $ N�,, '_,# $ sts95 Epinephrine 1:1000 1 mg/mI 30m1 30m1 bottle GENERIC OKAY $ Bottle $ /LP; I, '`1 $ 96 Empty 5OmL Vials 8 Box/12 $ 11.1,5 Fq $ Gabapentin 100mg capsules 500ct 97500 count GENERIC OKAY 20 bottle / �'' $ 98 Gabapentin 400mg capsules 500ct t $ 500 count GENERIC OKAY 20 bottle $ '� �'` Penicillin G Procaine 99 suspension 250m1 bottle 40 250m1 $ m. ci $ 300,000 units/mi bottle GROUP 4 - TOTAL $ J, e ,. ;,.! ALL GROUPS — EXTENDED TOTAL, $ ATTACHMENT C INSURANCE REQUIREMENTS Section 5 Insurance Of theSupi6Iy Agreement is null and Insurance is not requiredfOr tnis.Suppljt Agreement. • ATTACHMENT C- BOND REQUIREMENTS Section 5 Insurance of the Supply Agreem:ent is null and void. Bond is not required for this SuptdV Agreement, • ATTACHMENT El-WARRANTY REQUIREMENTS Section 8 Warranty of the Supply Agreement is null and void. Warranty.is not required for this Supply Agreement. CERTIFICATE OF INTERESTED PARTIES FORM 1295 I 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 no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-199627 Zoetis US LLC Parsippany, NJ United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 04/27/2017 being filed. City of Corpus Christi Date Ackno dged1 yr-1')3 Provide the identification number used by the governmental entity or state agency to track or identify the c n aand prove a ct, description of the services,goods,or other property to be provided under the contract. 181 Vaccines for dogs and cats;other medications for dogs and cats Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party. pl 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. j i • ,./''1 • y . . „P',.-(eA' '74' wir,h- /.1AC: ignature of authorized agent of contracting business entity AcFIX NOTARY STAT,P I SEAL ABOVE Sworn to and subscribed before me,by to said Lydia Pickens ,this the 1 day of _Ekikly_ 20 1 A ,to certify which.witness my hand and seal of office. — , \ a. _-C`I-A .\-k_ L 1\-7 0‘1.1-cberN-C.(\NNI\ Sign ure of officer adminisL,ring oath Printed name of officer administering oath Title of officer ministering oath k000s oa)k Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version`1C�.883