Loading...
HomeMy WebLinkAboutContract 42890CRY SECRETARY CONTRACT NO. LI 9? q Q PROFESSIONAL SERVICES AGREEMENT This PROFESSIONAL SERVICES AGREEMENT ( "Agreement ") is made and entered into by and between the CITY OF FORT WORTH (the "City "), a home rule municipal corporation situated in portions of Tarrant, Denton, Parker, and Wise Counties, Texas, acting by and through Charles Daniels, its duly authorized Assistant City Manager, and ANIMAL HOSPITAL OF SOUTHWEST FORT WORTH, INC. ( "Contractor "), a Texas Corporation and acting by and through Michael L. Morris, its duly authorized President. 1. SCOPE OF SERVICES. Contractor hereby agrees to perform as an independent contractor the services set forth in the Scope of Work attached hereto as Attachment "A" subject to the terms specified in this contract. 2. TERM. This Agreement shall commence upon the date of execution by the City Manager and shall expire at midnight one year from date of execution unless terminated earlier in accordance with the provisions of this Agreement. This agreement may be extended for up to two additional terms of one year by a duly authorized amendment to this contract executed by the City Manager or Assistant City Manager. 3. COMPENSATION. The City shall pay Contractor an amount not to exceed One Hundred Twenty Five Thousand Dollars ($125,000) per annual contract term in accordance with the provisions of this Agreement and the Payment Schedule attached as Attachment B which is incorporated for all purposes herein. Contractor shall not perform any additional services for the City not specified by this Agreement unless the City requests and approves in a duly authorized writing the additional costs for such services. The City shall not be liable for any additional expenses of Contractor not specified by this Agreement unless the City first approves such expenses in writing. There is no guarantee expressed or implied as to the minimum quantity of work that the City is obligated to provide or the minimum compensation to be paid under this contract. This contract is not intended to establish an exclusive provider relationship and the City retains the right to retain the services of other providers of veterinary services. Acceptance by Contractor of payment shall operate as and shall release the City from all claims or liabilities under this Agreement for anything related to, done, or furnished in connection with the services for which payment is made, including any act or omission of the City in connection with such services. The Contractor shall provide monthly invoices to the City. Invoices shall contain a detailed breakdown to include: type of service performed including employee name, functional title, date and hours of work performed; internal supplies and services provided; and external supplies and services provided. Payment for services rendered shall be due within thirty (30) days of the uncontested performance of the particular services so ordered and receipt by City of Contractor's invoice for payment of same. In C 1 T Y ... ,... 'r -FT4 a� PROFESSIONAL SERVICES AGREEMENT This PROFESSIONAL SERVICES AGREEMENT ( "Agreement ") is made and entered into by and between the CITY OF FORT WORTH (the "City "), a home rule municipal corporation situated in portions of Tarrant, Denton, Parker, and Wise Counties, Texas, acting by and through Charles Daniels, its duly authorized Assistant City Manager, and Animal Hospital of Southwest Fort Worth, Inc. ( "Contractor "), a Texas Corporation and acting by and through Michael L. Morris, its duly authorized President. 1. SCOPE OF SERVICES. Contractor hereby agrees to perform as an independent contractor the services set forth in the Scope of Work attached hereto as Attachment "A" subject to the terms specified in this contract. 2. TERM. This Agreement shall commence upon the date of execution by the City Manager and shall expire at midnight one year from date of execution unless terminated earlier in accordance with the provisions of this Agreement. This agreement may be extended for up to two additional terms of one year by a duly authorized amendment to this contract executed by the City Manager or Assistant City Manager. 3. COMPENSATION. The City shall pay Contractor an amount not to exceed One Hundred Twenty Five Thousand Dollars ($125,000) per annual contract term in accordance with the provisions of this Agreement and the Payment Schedule attached as Attachment B which is incorporated for all purposes herein. Contractor shall not perform any additional services for the City not specified by this Agreement unless the City requests and approves in a duly authorized writing the additional costs for such services. The City shall not be liable for any additional expenses of Contractor not specified by this Agreement unless the City first approves such expenses in writing. There is no guarantee expressed or implied as to the minimum quantity of work that the City is obligated to provide or the minimum compensation to be paid under this contract. This contract is not intended to establish an exclusive provider relationship and the City retains the right to retain the services of other providers of veterinary services. Acceptance by Contractor of payment shall operate as and shall release the City from all claims or liabilities under this Agreement for anything related to, done, or furnished in connection with the services for which payment is made, including any act or omission of the City in connection with such services. The Contractor shall provide monthly invoices to the City. Invoices shall contain a detailed breakdown to include: type of service performed including employee name, functional title, date and hours of work performed; internal supplies and services provided; and external supplies and services provided. Payment for services rendered shall be due within thirty (30) days of the uncontested performance of the particular services so ordered and receipt by City of Contractor's invoice for payment of same. In the event of a disputed or contested billing, only that portion so contested may be withheld from payment, and the undisputed portion will be paid. No interest will accrue on any contested portion of the billing until mutually resolved. City will exercise reasonableness in contesting any billing or portion thereof. 4. TERMINATION. 4.1. Written Notice. The City or Contractor may terminate this Agreement at any time and for any reason, with or without cause, by providing the other party with 30 days written notice of termination. 4.2 Non - appropriation of Funds. In the event no funds or insufficient funds are appropriated by the City in any fiscal period for any payments due hereunder, City will notify Contractor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to the City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds shall have been appropriated. 4.3 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date, the City shall pay Contractor for services actually rendered up to the effective date of termination and Contractor shall continue to provide the City with services requested by the City and in accordance with this Agreement up to the effective date of termination. 5. DISCLOSURE OF CONFLICTS AND CONFIDENTIAL INFORMATION. Contractor hereby warrants to the City that Contractor has made full disclosure in writing of any existing or potential conflicts of interest related to Contractor's services under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this Agreement, Contractor hereby agrees immediately to make full disclosure to the City in writing. Contractor, for itself and its officers, agents and employees, further agrees that it shall treat all information provided to it by the City as confidential and shall not disclose any such information to a third party without the prior written approval of the City. Contractor shall store and maintain City Information in a secure manner and shall not allow unauthorized users to access, modify, delete or otherwise corrupt City Information in any way. Contractor shall notify the City immediately if the security or integrity of any City information has been compromised or is believed to have been compromised. 6. RIGHT TO AUDIT. Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this Contract at no additional cost to the City. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give Contractor reasonable advance notice of intended audits. Contractor further agrees to include in all its subcontractor agreements hereunder a provision to Professional Services Agreement - Veterinary Services Page 2 of _21 Animal Hospital of Southwest Fort Worth, Inc. the effect that the subcontractor agrees that the City shall, until expiration of three (3) years after final payment of the subcontract, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records of such subcontractor involving transactions related to the subcontract, and further that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this paragraph. City shall give subcontractor reasonable notice of intended audits. 7. INDEPENDENT CONTRACTOR. It is expressly understood and agreed that Contractor shall operate as an independent contractor as to all rights and privileges granted herein, and not as agent, representative or employee of the City. Subject to and in accordance with the conditions and provisions of this Agreement, Contractor shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its officers, agents, servants, employees, contractors and subcontractors. Contractor acknowledges that the doctrine of respondeat superior shall not apply as between the City, its officers, agents, servants and employees, and Contractor, its officers, agents, employees, servants, contractors and subcontractors. Contractor further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Contractor. 8. LIABILITY AND INDEMNIFICATION. CONTRACTOR SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND /OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF CONTRACTOR, ITS OFFICERS, AGENTS, SERVANTS OR EMPLOYEES. CONTRACTOR COVENANTS AND AGREES TO, AND DOES HEREBY, INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CLAIMS OR LAWSUITS FOR EITHER PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO CONTRACTOR'S BUSINESS AND ANY RESULTING LOST PROFITS) AND /OR PERSONAL INJURY, INCLUDING DEATH, TO ANYAND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF CONTRACTOR, ITS OFFICERS, AGENTS, SERVANTS OR EMPLOYEES. 9. ASSIGNMENT AND SUBCONTRACTING. Contractor shall not assign or subcontract any of its duties, obligations or rights under this Agreement without the prior written consent of the City. If the City grants consent to an assignment, the assignee shall execute a written agreement with the City and the Contractor under which the assignee agrees to be bound by the duties and obligations of Contractor under this Agreement. The Contractor and Assignee shall be jointly liable for all obligations under this Agreement prior to the assignment. If the City grants consent to a subcontract, the subcontractor shall execute a written agreement with the Contractor referencing this Agreement under which the subcontractor shall agree to be bound by the duties and obligations of the Contractor under this Agreement as such duties and obligations may apply. The Contractor shall provide the City with a fully executed copy of any such subcontract. Professional Services Agreement - Veterinary Services Page 3 of 21 Animal Hospital of' Southwest Fort Worth, Inc. 10. INSURANCE. Contractor shall provide the City with certificate(s) of insurance documenting policies of the following minimum coverage limits that are to be in effect prior to commencement of any work pursuant to this Agreement: 10.1 Coverage and Limits (a) Commercial General Liability $1,000,000 Each Occurrence $2,000,000 Aggregate (b) Automobile Liability $1,000,000 Each accident on a combined single limit basis or $250,000 Bodily injury per person $500,000 Bodily injury per occurrence $100,000 Property damage Coverage shall be on any vehicle used by the Contractor, its employees, agents, representatives in the course of the providing services under this Agreement. "Any vehicle" shall be any vehicle owned, hired and non -owned (c) Worker's Compensation Statutory limits Employer's liability $100,000 Each accident/occurrence $100,000 Disease - per each employee $500,000 Disease - policy limit This coverage may be written as follows: Workers' Compensation and Employers' Liability coverage with limits consistent with statutory benefits outlined in the Texas workers' Compensation Act (Art. 8308 — 1.01 et seq. Tex. Rev. Civ. Stat.) and minimum policy limits for Employers' Liability of $100,000 each accident/occurrence, $500,000 bodily injury disease policy limit and $100,000 per disease per employee (d) Professional Liability (Errors & Omissions) $1,000,000 Each Claim Limit $1,000,000 Aggregate Limit Professional Liability coverage may be provided through an endorsement to the Commercial General Liability (CGL) policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage shall be claims -made, and maintained for the duration of the contractual agreement and for two (2) years following completion of services provided. An annual certificate of insurance shall be submitted to the City to evidence coverage. Professional Services Agreement - Veterinary Services Page 4 of 21 Animal Hospital of Southwest Fort Worth, Inc. 10.2 Certificates. Certificates of Insurance evidencing that the Contractor has obtained all required insurance shall be delivered to the City prior to Contractor proceeding with any work pursuant to this Agreement. All policies except Workers' Compensation shall be endorsed to name the City as an additional insured thereon, as its interests may appear. All policies shall contain a Waiver of Subrogation for the benefit of the City of Fort Worth. The term City shall include its employees, officers, officials, agent, and volunteers in respect to the contracted services. Any failure on the part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirement. A minimum of thirty (30) days notice of cancellation or reduction in limits of coverage shall be provided to the City. Ten (10) days notice shall be acceptable in the event of non - payment of premium. Such terms shall be endorsed onto Contractor's insurance policies. Notice shall be sent to the Risk Manager, City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102, with copies to the City Attorney at the same address. 11. PROFESSIONAL COMPETANCE AND COMPLIANCE WITH LAWS ORDINANCES RULES, AND REGULATIONS. Contractor agrees to comply with all applicable federal, state and local laws, ordinances, rules and regulations. Contractor and staff shall maintain all required licenses and certifications to perform the services to be rendered under this contract. Contractor also certifies that if it uses any employees, subcontractors, or other agents in the performance of this contract, that such persons shall have and maintain all of the current, valid, and appropriate federal, state, and local licenses and permits necessary for the provision of services under this contract. Contractor has a duty to inform the City within 24 hours of any violations of applicable federal, state and local laws, ordinances, rules and regulations. If the City or another regulatory agency notifies Contractor of any violation of such laws, ordinances, rules or regulations, Contractor shall immediately desist from and correct the violation. All work under this contract shall be performed in accordance with the applicable professional standard of care. Acceptance of work, payments, or approvals issued by the City or another entity shall not constitute or be deemed to be a release of the responsibility and liability of Contractor or its officers, agents, employees, contractors and subcontractors for the accuracy and competency of its services performed hereunder. 12. NON - DISCRIMINATION COVENANT. Contractor, for itself, its personal representatives, assigns, subcontractors and successors in interest, as part of the consideration herein, agrees that in the performance of Contractor's duties and obligations hereunder, it shall not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. If any claim arises from an alleged violation of this non- discrimination covenant by Contractor, its personal representatives, assigns, subcontractors or successors in interest, Contractor agrees to assume such liability and to indemnify and defend the City and hold the City harmless from such claim. Contractor agrees not to discriminate against any employee or applicant for employment because of because of age, race, color, religion, sex, disability, national origin, sexual orientation, transgender, Professional Services Agreement - Veterinary Services Page 5 of 21 Animal Hospital of Southwest Fort Worth, Inc. gender identity or gender expression in any manner involving employment, including the recruitment of applicants for employment, advertising, hiring, layoff, recall, termination of employment, promotion, demotion, transfer, compensation, employment classification, training and selection for training or any other terms, conditions or privileges of employment. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of the non- discrimination clause. Contractor also agrees that in all solicitations or advertisements for employees placed by or on behalf of this contract, that Contractor is an equal opportunity employer. Notices, advertisements, and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting the requirements of this section. 13. NOTICES. Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have been delivered when (1) hand- delivered to the other party, its agents, employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the transmission, or (3) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: To CITY: City of Fort Worth Attn: Brandon Bennett , Director Code Compliance Department 1000 Throckmorton Fort Worth TX 76102-6311 14. MODIFICATION To CONTRACTOR: Michael Morris, DVM Animal Hospital of Southwest Fort Worth 6716 South Hulen Street Fort Worth, TX 76133 No modification of this Contract shall be binding on the Contractor or the City unless set out in writing and duly executed by both parties. Any changes to the scope of work or compensation must be in the form of a written, formal, authorized modification of this contract that is in accordance with all applicable state and city laws, regulations, and ordinances. In no event shall any verbal authorization changing the scope of work or verbal agreements for additional compensation be binding upon the City. Contractor expressly agrees a) not to make changes to its legal, financial, or logistical position on any matter based on any oral representation by an employee or agent of the City prior to obtaining a written modification to this contract; b) that it waives any claim based upon quasi- contract, reliance, or estoppel as a result of acting or not acting due to an alleged oral change to a material term of this contract from the City, its employees, or agents; and c) that it waives any claim for compensation for work performed based upon an alleged oral change to a material term of this contract from the City, its employees, or agents. 15. GOVERNMENTAL POWERS. It is understood and agreed that by execution of this Agreement, the City does not waive or surrender any of its governmental powers. 16. NO WAIVER. The failure of the City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of the City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any Professional Services Agreement - Veterinary Services Page 6 ol'21 Animal Hospital of Southwest Fort Worth, Inc. future occasion. 17. GOVERNING LAW / VENUE. This Agreement shall be construed in accordance with the internal laws of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought on the basis of this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. 18. SEVERABILITY. If any provision of this Agreement is held to be invalid, illegal or unenforceable, the validity, legality and enforceability of the remaining provisions shall not in any way be affected or impaired. 19. FORCE MAJEURE. The City and Contractor shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but shall not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control (force majeure), including, but not limited to, compliance with any government law, ordinance or regulation, acts of God, acts of the public enemy, fires, strikes, lockouts, natural disasters, wars, riots, material or labor restrictions by any governmental authority, transportation problems and/or any other similar causes. 20. HEADINGS NOT CONTROLLING. Headings and titles used in this Agreement are for reference purposes only and shall not be deemed a part of this Agreement. 21. REVIEW OF COUNSEL. The parties acknowledge that each party and its counsel have reviewed and revised this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party shall not be employed in the interpretation of this Agreement or exhibits hereto. 22. AMENDMENTS / MODIFICATIONS / EXTENSIONS. No extension, modification or amendment of this Agreement shall be binding upon a party hereto unless such extension, modification, or amendment is set forth in a written instrument, which is executed by an authorized representative and delivered on behalf of such party. 23. ENTIRETY OF AGREEMENT. This Agreement, including the schedule of exhibits attached hereto and any documents incorporated specifically herein by reference, contains the entire understanding and agreement between the City and Contractor, their assigns and successors in interest, as to the matters contained herein. Any prior or contemporaneous oral or written agreement or other documents are hereby declared null and void to the extent they may conflict with any provision of this Agreement. 24. NO THIRD PARTY BENEFICIARIES. This Agreement shall inure only to the benefit of the parties hereto and third persons not privy Professional Services Agreement Veterinary Services Page ? of 21 Animal Hospital of Southwest Fort Worth, Inc. hereto shall not, in any form or manner, be considered a third party beneficiary of this Agreement. Each party hereto shall be solely responsible for the fulfillment of its own contracts or commitments. 24. SIGNATURE AUTHORITY. The person signing this agreement hereby warrants that he/she has the legal authority to execute this agreement on behalf of the respective party, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. The other party is fully entitled to rely on this warranty and representation in entering into this Agreement. The remainder of this page is left blank intentionally Professional Services Agreement - Veterinary Services Page 8 of 21 Animal Hospital of Southwest Fort Worth, Inc. ATTACHMENT A SCOPE OF SERVICES 1. Perform visual inspections, examinations and treatments at all levels of care for animals brought into or held in the shelter (and the Animal Hospital of Southwest Fort Worth) and ensure the overall health and care of each animal. 2. Provide emergency veterinary treatment to animals as required. 3. Perform spay /neuter surgery, recovery, discharge and any other operations and activities of veterinarians. 4. Conform to all surgical standards as dictated by the Texas Veterinary Medical Practice Act. 5. Coordinate the administration of various aspects of animal care to effectively care for animals and control animal - related human health problems. 6. Consult with medical, dental, veterinary professionals to facilitate specialty animal care services. 7. Provide veterinary consultation in the administration of animal care and regulatory issues. 8. Provide rabies and core vaccinations for adopted and reclaimed animals. 9. Assist with investigations of animal cruelty, inspections of pet stores, court testimony and administrative hearings and assists the public with animal care issues. 10. Assist manager in the development and implementation of policies which impact animal and, indirectly, human health. 11. Coordinate the planning of the daily activities of the veterinary function to ensure efficient and effective operations. 12. Conduct staff training on recommended practices on topics involving animal health, well being, medical care or other related topics. 13. Participate in City- sponsored low cost rabies vaccination and registration clinics. 14. Order and provide security for all controlled drugs used in the clinics, euthanasia lab and the chemical immobilization program. 15. Services are to be provided year -round during the regular operating hours of the Chuck Silcox Animal Care and Control Center Monday through Friday from 9:00 AM to 6:00 PM, Saturday from 1:00 PM to 5:00 PM, and Sunday from 9:00 AM to 11:00 AM, or as those hours may be revised by the City in the future, and at other such times as may be mutually agreed. 16. Emergency services are to be provided at all other times at the Animal Hospital of Southwest Fort Worth or at the Chuck Silcox Animal Care and Control Center. 17. Veterinary services are to be provided by Dr. Michael Morris, DVM and his associates. Professional Services Agreement - Veterinary Services Page 9 of 2 l Animal Hospital of Southwest Fort Worth, Inc. ATTACHMENT B FEE SCHEDULE Labor: Veterinarian services during the normal operating hours of the Chuck Silcox Animal Care and Control Center shall be provided at $55.00 per hour. Veterinarian Services after hours shall be provided at $110.00 per hour. Materials: The agreed price for materials is 75% of the Contractor's list price as set forth below. Item # Description Size or QyAnitlpf List Price gnt Price 003845 ACEPROMAZINE INJECTABLE 50ML $12.58 $9.44 003846 ACEPROMAZINE TAB 10MG 100 $18.57 $13.93 003847 ACEPROMAZINE TAB 25 MG 100 $27.40 $20.55 032698 ADEQUAN EACH $83.50 $62.63 022140 ADMIN SET MACRODRP CNV 78 ACCLAIM AB Each $1.85 $1.39 022117 ADMIN SET VENOST MICRODRP ACCLAIM AB Each $1.78 $1.34 012186 ALCOHOL 70% BUFFERED PVL GAL Each $13.30 $9.98 011842 ALCOHOL 70% PVL 32OZ Each $2.20 $1.65 038877 ALPRAZOLAM .25MG 100 $3.61 $2.71 038878 ALPRAZOLAM .SMG 100 $3.66 $2.75 038879 ALPRAZOLAM 1MG 100 $3.89 $2.92 038880 ALPRAZOLAM 2MG 100 $5.75 $4.31 004936 AMINOPH TAB 100MG 1000 $23.58 $17.69 035912 AMOXICILIN 250MG 100 $8.80 $6.60 035913 AMOXICILIN 500MG 100 $12.97 $9.73 033349 AMOXICILIN 50MG 500 $47.97 $35.98 033351 AMOXICILIN TABLET 100MG 500 $69.30 $51.98 022065 AMOXICILLIN ORAL 50MG /ML GNR 30MLDWS Each $2.91 $2.18 033355 AMOXIDROPS 50MG /ML 15M1 15ML $3.34 $2.51 039755 AMPICILLIN INJ 1GR 10 $36.57 $27.43 023839 ANES ABSORB CARBOLIME CHT 40LB Each $78.50 $58.88 021061 ANES BREATH BAG GR 1 LITER SUR EA Each $5.44 $4.08 F021060 021062 ANES BREATH BAG GR 1/2 LITER SUR EA ANES BREATH BAG GR 2 LITER SUR EA Each Eh i ac $5.44 $5.44 _ $4.08 $4.08 Professional Services Agreement - Vetennary Services Page 10 of 21 Animal Hospital of Southwest Fort Worth, Inc. 021063 1 ANES BREATH BAG GR 3 LITER SUR EA Each $5.44 $4.08 022031 ANES CIRCUIT F PED W /BAG J248K EA Each $17.78 $13.34 022108 ANES HOSE CONN 22x19 EACH $4.05 $3.04 004451 ANES MASK K9 LG W /DIA MTR EA Each $38.11 $28.58 004450 ANES MASK K9 SM W /DIA MTR EA Each $38.11 $28.58 034363 ANTISEDAN 10ML $128.40 $96.30 002590 ARTIFICIAL TEARS 15cc $2.22 $1.67 002452 ATROJECT SA ATROPINE 1 /120GR 100ML Each $2.38 $1.79 035906 ATROPINE 1% OPTH. OINT 3.5 GR $14.75 $11.06 001655 AUTOCLAVE POUCH 3.5x8 200 $29.27 $21.95 001656 AUTOCLAVE POUCH 5.25x10 200 $29.27 $21.95 001655 AUTOCLAVE POUCH SELF SEAL3X9 MDA 200 Each $13.45 $10.09 001656 AUTOCLAVE POUCH SELF SEAL5X10MDA 200 Each $16.72 $12.54 038592 AUTOCLAVE STERIL INDIC BOX $16.60 $12.45 005138 AUTOCLAVE STRIP STEAM 4X9/16 PRP 250 Each $11.39 $8.54 040940 AUTOCLAVE TAPE BULK 1 /21N EACH $4.24 $3.18 033767 BAYTIL 223MG 100 $64.42 $48.32 033769 BAYTIL 68MG 50 $82.03 $61.52 033771 BAYTRIL 136MG 50 $147.33 $110.50 033766 BAYTRIL INJECTABLE 2.27% 20ML $31.03 $23.27 039740 BENAZEPRIL 5MG 100 $4.69 $3.52 015349 BIOPSY PUNCH DISP 2MM Each $1.86 $1.40 015350 BIOPSY PUNCH DISP 4MM Each $1.86 $1.40 015351 BIOPSY PUNCH DISP 6MM Each $1.86 $1.40 000611 BIOSYN 2/0 (GS11) 36 $168.53 $126.40 023018 BIOSYN 4/0 (V20) 36 $165.90 $124.43 008993 BITTER ORANGE 2 OZ $3.75 $2.81 007319 BLADES SS STER 10 PVL BX100 Each $9.83 $7.37 007320 BLADES SS STER 11 PVL BX100 Each $9.83 $7.37 011965 BLOOD ADMIN SET 80 IN EACH $5.79 $4.34 037756 BLOOD COLLECT BAG 250ML EACH $5.55 $4.16 012499 BLOOD COLLECT BAG 450ML EACH $5.90 $4.43 000006 BLOOD COLLECT SET 40" EACH $7.74 $5.81 003366 BOTTLE PLAS TRIG SPRAYER 16OZ PK6 PV Each $6.13 $4.60 032651 BOUFFANT CAPS LARGE 1ORG CA500 J734L Each $38.20 $28.65 029415 BUPIVACAINE 50ML $3.34_ $2.51 031919 BUPRENEX .3MG /MI 5x1 $51.95 $38.96 032705 CAPSTAR BLUE 60 $170.00 $127.50 032706 CAPSTAR GREEN 60 $180.00 $135.00 001527 CAST PADDING 2 24 $18.92 $14.19 012851 CAST PADDING 44 SPEC EACH $14.92 $11.19 Professional Services .Agreement Veterinary Services Page I I of 21 Animal Hospital of Southwest Fort Worth, Inc. 017386 1 CATH IV INSYTE 20x1.88 Each $1.06 $0.80 010284 CATH SURFLO 18X2 TW TU EA Each $0.70 $0.53 010287 CATH SURFLO 20X1 1/4 TW TU Each $0.70 $0.53 010289 CATH SURFLO 22X1 TW TU EA Each $0.70 $0.53 010290 CATH SURFLO 24X3/4 TW TU EA Each $0.70 $0.53 002094 CATH TOM CAT CLOSED 5 1/2 Each $0.85 $0.64 002095 CATH TOM CAT OPEN 4 1/2 Each $0.84 $0.63 010286 CATHETER 20x1 Each $1.26 $0.95 010290 CATHETER 24x3/4 Each $1.26 $0.95 038523 CATHETER PERIPHERAL 20 Each $1.14 $0.86 033330 CEFAZOLIN 1 GM 10ML $1.17 $0.88 033157 Cephalexin Capsules 250mg GNR 500 KAR Each $26.03 $19.52 033159 Cephalexin Capsules 500mg GNR 500 KAR Each $42.35 $31.76 001916 CHEW GUARD SPRAY 4OZ $13.33 $10.00 031156 CHONDRO FLEX CATS Each $11.84 $8.88 032545 CLAVAMOX 125MG 210 $125.80 $94.35 032546 CLAVAMOX 250MG 210 $207.10 $155.33 032547 CLAVAMOX 375MG 210 $296.05 $222.04 032543 CLAVAMOX 62.5MG 210 $67.90 $50.93 032548 CLAVAMOX DROPS 15ML $11.10 $8.33 032548 CLAVAMOX DROPS 15ML PFZ EA Each $11.10 $8.33 014619 CLINDAM DROPS 25MG /MI 20ML $3.77 $2.83 022584 CLINDAMYCIN 150MG 100 $89.70 $67.28 033049 CLINDAMYCIN 25MG 400 $100.58 $75.44 022585 CLINDAMYCIN 75MG 200 $136.83 $102.62 014619 CLINDROPS CLINDAMYCIN ORAL 20ML PVL Each $2.94 $2.21 025111 CLIPPER AS 2 SPD 10 BLD OST EA Each $66.76 $50.07 025104 CLIPPER BLADE CRYOX SZ 10 OST EA Each $19.74 $14.81 025107 CLIPPER BLADE CRYOX SZ 40 OST EA Each $19.74 $14.81 003458 CLIPPER SPRAY KOOL LUBE 14OZ OST Each $5.35 $4.01 041679 CLOMICALM 20MG 30 $23.10 $17.33 041680 CLOMICALM 40MG 30 $25.75 $19.31 041681 CLOMICALM 80MG 30 $31.75 $23.81 033948 CLOMIPRAMINE 25MG 90 $29.75 $22.31 033949 CLOMIPRAMINE 50MG 90 $38.38 $28.79 033950 CLOMIPRAMINE 75MG 90 $26.36 $19.77 001405 COMFORM STRETCH BANDAGE 1 24 $5.70 $4.28 001406 COMFORM STRETCH BANDAGE 2 EACH $3.71 $2.78 001407 COMFORM STRETCH BANDAGE 3 EACH $4.81 $3.61 035903 CORTROSYN INJECTION .25MG 1ML $78.00 $58.50 024702 COSEQ CATS /SM DOGS 8180 BTTL $36.00 $27.00 Professional Services Agreement - Veterinary Services Page 12 of 21 Animal Hospital of Southwest Fort Worth, Inc. 024698 COSEQUIN DS CAPS #132 132 $35.15 $26.36 024694 COSEQUIN DS CHEWS #132 132 $35.15 $26.36 024703 COSEQUIN FELINE B80 Each $1.45 $1.09 006901 COTTON BALLS MEDIUM PVL 2000 Each $5.67 $4.25 003263 COTTON TIP APPL 1000 $7.20 $5.40 004091 COUGH TABS 100 $43.76 $32.82 002269 Depo Medrol 20mg/20cc 20ML $37.90 $28.43 007081 DERMACHLOR SOL 2% GAL CHLORHEX PVL Each $6.72 $5.04 002459 DEXAMETHASON INJECTABLE 2 100ML $3.60 $2.70 002458 DEXAMETHASON INJECTABLE 4 100ML $14.93 $11.20 035907 DEXAMETHASON OPTH. SOL..019 5ML $16.85 $12.64 034362 DEXDOMITOR 10ML $128.40 $96.30 002460 DEXTROSE SOLUTION 50% 500ML $2.71 $2.03 002460 DEXTROSE SOLUTION 50% PVL 500ML Each $2.56 $1.92 007232 DIAG KIT ATS SNAP COMBO FELV /F 30T Each $371.25 $278.44 017277 DIAG KIT SNAP 5 PARVO IDX RT 5T Each $57.60 $43.20 033970 DIAG KIT SNAP FELINE TRIPLE 30T Each $371.25 $278.44 011042 DIAG KIT SNAP HW W.B. R -T ATG 30T Each $155.25 $116.44 033545 DIAZEPAM 5MG 1000 $19.38 $14.54 032977 DIAZEPAM INJ 5MG /ML C4 10X10ML GNR Each $13.56 $10.17 006618 DIPHENHYDRAMINE CAP 25MG GNR 1000 Each $9.98 $7.49 006619 DIPHENHYDRAMINE CAP 50MG GNR 1000 Each $12.21 $9.16 022020 DIPHENHYDRAMINE INJ 50MG 25X1ML BAX Each $22.78 $17.09 002509 DMSO 90% SOLVENT PVL GAL Each $24.22 $18.17 031947 DOUXO SEBORRHEA SPOT ON EACH $44.73 $33.55 005197 DOXYCYCLINE TAB 100MG GNR 500 WWP Each $20.43 $15.32 003003 DRAPE STER NONFEN 18X26 WA 50 /CTN Each $11.66 $8.75 010408 DRAPE SURG DISP 38X100YD JOR J258 EA Each $56.18 $42.14 033784 DRONCIT INJ 10ML $81.09 $60.82 033789 DRONTAL 136MG 30 $400.11 $300.08 033787 DRONTAL 22.7MG 50 $142.53 $106.90 033788 DRONTAL 68MG 50 $370.79 $278.09 033786 DRONTAL CATS 50 $143.25 $107.44 012614 EAR CLEANSING SOLUTION VTS GL Each $49.65 $37.24 007991 EFA Z PLUS 8OZ 8OZ $8.71 $6.53 000923 ELASTIKON 1" 12 $20.45 $15.34 000924 ELASTIKON 2" 6 $20.45 $15.34 001778 ENDOTUBE CL W /CF 10.OMM MURPHY PVL E Each $1.18 $0.89 007944 ENDOTUBE CL W /CF 3.5MM MAGIL PVL EA Each $1.18 $0.89 007945 ENDOTUBE CL W /CF 4.OMM MAGIL PVL EA Each $1.18 $0.89 L007946 ENDOTUBE CL W /CF 4.5MM MAGIL PVL EA Each $1.18 $0.89 Professional Services Agreement Vetennary Services Page 13 of 21 Animal Hospital of Southwest Fort Worth, Inc. 001768 1 ENDOTUBE CL W /CF S.OMM MURPHY PVL EA Each $1.18 $0.89 001769 ENDOTUBE CL W /CF 5.5MM MURPHY PVL EA Each $1.18 $0.89 001770 ENDOTUBE CL W /CF 6.OMM MURPHY PVL EA Each $1.18 $0.89 001772 ENDOTUBE CL W /CF 7.OMM MURPHY PVL EA Each $1.18 $0.89 001773 ENDOTUBE CL W /CF 7.5MM MURPHY PVL EA Each $1.18 $0.89 001774 ENDOTUBE CL W /CF 8.OMM MURPHY PVL EA Each $1.18 $0.89 001775 ENDOTUBE CL W /CF 8.5MM MURPHY PVL EA Each $1.18 $0.89 001776 ENDOTUBE CL W /CF 9.OMM MURPHY PVL EA Each $1.18 $0.89 001777 ENDOTUBE CL W /CF 9.5MM MURPHY PVL EA Each $1.18 $0.89 002515 ENEMA DSS 12ML 1 $2.12 $1.59 033004 ENISYL 100ML 1 $15.66 $11.75 031200 EPAKITIN 50GM $14.81 $11.11 002461 EPINJECT 1:1000 HCL 30ML PVL Each $2.78 $2.09 024352 EUTHASOL 100ML $39.57 $29.68 032544 FAMOTIDINE 10MG /ML 20ML $7.09 $5.32 007791 FELINE URETHRAL CATH. DE -7 EACH $88.24 $66.18 014718 FELIWAY SPRAY 75ML $18.88 $14.16 005004 FLAGYL 250MG 100 $18.75 $14.06 038209 FLAGYL 500MG 50 $24.56 $18.42 033931 FLUOR STRIPS 100 $13.09 $9.82 005040 FLURAFOAM 5.5 OZ $39.90 $29.93 000108 FOR BID 12 $15.23 $11.42 033046 FORTI FLORA FELINE 30PKT /BOX $87.00 $65.25 033047 FORTI FLORA K9 30PKT /BOX $87.00 $65.25 033931 FUL -GLO FLUORESCEIN STRIPS BX /100 AK Each $10.28 $7.71 019923 GAUZE SPONGE 2x2 200 $1.40 $1.05 019924 GAUZE SPONGE 30 200 $2.08 $1.56 019925 GAUZE SPONGE 4x4 200 $4.07 $3.05 006913 GENTAFUSE GENTAMICIN100MG /ML 100 PVL Each $13.58 $10.19 006913 GENTAMICIN IN1 100MG /ML 100ML $18.73 $14.05 014778 GENTASPRAY (GENT -BETA) 60ML PVL Each $4.30 $3.23 036024 GLOVE, EXAM LARGE POWDER 100 $7.02 $5.27 036022 GLOVE, EXAM MEDIUM POWDER 100 $7.02 $5.27 021538 GLOVES O.R. SURG STER 6 1/2 PVL BX50 Each $15.90 $11.93 021539 GLOVES O.R. SURG STER 7 PVL BX50 Each $17.36 $13.02 021540 GLOVES O.R. SURG STER 71/2 PVL BX50 Each $15.90 $11.93 021540 GLOVES O.R. SURG STER 71/2 PVL BX50 Each $17.36 $13.02 021542 GLOVES O.R. SURG STER 8 1/2 PVL BX50 Each $17.36 $13.02 021542 GLOVES O.R. SURG STER 8 1/2 PVL BX50 Each $17.36 $13.02 021541 GLOVES O.R. SURG STER 8 PVL BX50 Each $17.36 $13.02 021541 GLOVES O.R. SURG STER 8 PVL BX50 Each $17.36 i $13.02 Professional Services Agreement - Veterinary Services Page 14 of 21 Animal Hospital of Southwest Fort Worth, Inc. 000833 GOODWINOL OINTMENT GDW 1OZ Each $4.22 $3.17 010254 GOWN SURG LRG GRN REUSE ANG EA Each $20.65 $15.49 012597 HEARTGARD CHEW CAT 6 -15LBS 10CARDS /BOX $192.80 $144.60 009572 HEARTGARD CHEW PLUS BLUE 10CARDS /BOX $170.15 $127.61 009573 HEARTGARD CHEW PLUS BROWN 10CARDS /BOX $220.46 $165.35 009574 HEARTGARD CHEW PLUS GREEN 10CARDS /BOX $265.94 $199.46 033185 HEPARIN 10ML $10.30 $7.73 033186 HEPARIN SODIUM 1000USP 30ML MDV APP Each $13.35 $10.01 002522 HYDROGEN PEROXIDE LISP 3% PVL GAL Each $3.06 $2.30 033185 HYDROXYZINE PAMOATE 50MG 100 $7.90 $5.93 033153 HYDROXYZINE TAB 10MG 100 $6.16 $4.62 N/A IMURAN 50MG 100 $0.00 $0.00 025000 IV EXTENSION SET 1 $2.34 $1.76 025202 IV SET B SERIES 105" EACH $8.58 $6.44 023207 IVERMECTIN1% INJ 50ML 50ML $20.93 $15.70 034336 K BROVET 250 Each $10.28 $7.71 034337 K BROVET 500 60 $19.24 $14.43 034335 K BROVET ORAL SOLUTION 10OZ $21.32 $15.99 023061 KETATHESIA 100MG /ML 10ML C3N PVL Each $5.00 $3.75 034972 KETOCONAZOLE 200MG 100 $17.99 $13.A-Q- 004355 K -JECT (VITAMIN K1) 100ML PVL Each $7.39 $5.54 009851 LACTATED RINGERS 12 $21.39 $16.04 022877 LASER TIP CERAMIC .4mm 10 mm 1 $16.00 $12.00 022876 LASER TIP CERAMIC .8mm 10mm 1 $16.00 $12.00 039059 LASERCYTE 50 $271.15 $203.36 002556 LASIX 12.5MG 500 $34.99 $26.24 002463 LASIX 5`Yo INJECT 50ML $14.99 $11.24 002558 LASIX 50MG 500 $64.99 $48.74 000787 LAXATONE EVS 2 1 /2OZ Each $3.06 $2.30 032462 LEASH FLAT BLUE 54" 12PK DEE Each $4.56 $3.42 002468 LIDOJECT (LIDOCAINE2%) INJ 100ML PVL Each $1.62 $1.22 017697 LYSODREN 500MG 100 $527.44 $395.58 031310 MALACETIC OTIC 8OZ $10.46 $7.85 003981 MAXON 3/0 GS22 36 $165.03 $123.77 026267 MEDROL 4MG 100 $42.89 $32.17 925115 METACAM 100ML EACH $60.65 $45.49 025117 METACAM 10ML EACH $13.85 $10.39 025116 METACAM 32ML 1 $27.20 $20.40 025114 METACAM INJ 10ML $83.80 $62.85 015220 MICRO COVER GLASS 22X22MM JOR BX100 Each $1.82 $1.37 020665 MIDAZOLAM 5MG /ML 10 $159.89 $119.92 Professional Services Agreement - Veterinary Services Page 15 of 21 Animal Hospital of Southwest Fort Worth, Inc. 007404 MINERAL OIL 95V PVL GAL Each $10.65 $7.99 035151 MIRTAZAPINE 15MG 30 $3.65 $2.74 014157 MONOCRYL 3/0 CT -1 36 $215.54 $161.66 033058 MORPHINE 15MG /ML 20ML $9.41 $7.06 033058 MORPHINE SULF 15MG /ML 20ML C2 BAX Each $8.99 $6.74 040157 MUPIROCIN OINT EACH $9.91 $7.43 002028 NDL DISP 250 23X3/4 SHW 100 Each $6.91 $5.18 004474 NEEDLE 20x3/4 100 $7.98 $5.99 029483 NEEDLE 25x 5/8 100 $2.52 $1.89 029470 NEEDLES 18X1 NIP 100 AH1825 Each $2.52 $1.89 029474 NEEDLES 20X1 NIP 100 AH2025 Each $2.52 $1.89 029476 NEEDLES 21X1 NIP 100 AH2125 Each $2.52 $1.89 029480 NEEDLES 22X11/2 NIP 100 AH2238 Each $2.52 $1.89 029479 NEEDLES 22X1 NIP 100 AH2225 Each $2.52 $1.89 029477 NEEDLES 22X3/4 NIP 100 AH2219 Each $2.52 $1.89 029481 NEEDLES 23X1 NIP 100 AH2325 Each $2.52 $1.89 002598 NEO -POLY BAC OINT 3.5GM $14.77 $11.08 039045 NEO -POLY DEX SOLUTION 5ML $10.53 $7.90 023689 NICH STRETCH NET 11/2 IN 1 $21.63 $16.22 002585 NITROTOP (NITROFURAZONE) 1LB PVL Each $4.57 $3.43 000364 NOSORB 5LB $54.61 $40.96 000790 NUTRI CAL SUPPLEMENT EVS 4.25OZ Each $4.18 $3.14 041272 OPTIMMUNE 3.5GM 6 TUBES /BOX $130.91 $98.18 022731 ORA VET 8PK 10 KITS /BOX $167.70 $125.78 037821 ORBAX ORAL SOLUTION 20ML 6 /BOX $125.94 $94.46 007222 PAD TOUGH SPRAY 4OZ $12.73 $9.55 025258 PANACUR 1GM 1OPKG /BOX $33.32 $24.99 025259 PANACUR 2GM 1OPKG /BOX $51.45 $38.59 025260 PANACUR 4GM 1OPKG /BOX $81.54 $61.16 001555 PANACUR SUSP 10% 40DS 1L Each $96.07 $72.05 035001 Penject +B (Pen - Benzathine) 100mi Each $4.83 $3.62 032716 PERCORTEN V 4ML $132.95 $99.71 004729 PET HAIR /LINT ROLLER BOX 8 $36.53 $27.40 033059 PHENOBARB 65MG /ML 25x1 $40.00 $30.00 033059 PHENOBARB 65MG /ML 25X1ML C4 BAX Each $37.78 $2834 005013 PHENOBARBITAL 1 /2GR 1000 $49.93 $37.45 005012 PHENOBARBITAL 1 /4GR 1000 $33.20 $24.90 005014 PHENOBARBITAL 1GR 1000 $66.55 $49.91 002479 PHYSIOLOGICAL SALINE 1 LITER $3.49 $2.62 035191 POTASSIUM CHLORIDE 20MEQ 10ML $0.61 $0.46 003659 I POVIDERM SCRUB GAL POVIDONE IOD PVL Each $12.87 $9.65 Professional Services .Agreement - Veterinary Services Page 16 of 21 Animal Hospital of Southwest Fort Worth, Inc. 022407 1 PRAZITABS CANINE 34MG 50CT PVL Each $88.89 $66.67 033061 PREDNISOLONE 1%OPHTH 10ML $17.95 $13.46 006368 PREDNISOLONE 5MG 1000 $33.25 $24.94 015512 PREDNISONE 10MG 1000 $23.51 $17.63 034435 PREDNISONE 20MG 500 $38.56 $28.92 034436 PREDNISONE TAB 5MG GNR 1000 WWP Each $8.97 $6.73 033036 PREVENTIC COLLAR 18" Each $10.56 $7.92 041879 PREVICOX 227MG 30 CT BLISTER 6 $159.30 $119.48 041880 PREVICOX 57MG 30 CT BLISTER BOX 6 $313.56 $235.17 020629 PROIN 25MG B60 60 $8.32 $6.24 020628 PROIN 50MG B180 180 $27.65 $20.74 012141 PROIN 50MG B60 60 $10.49 $7.87 040661 PROPOFLO 20ML 28 BOX 5 $56.13 $42.10 008897 PURALUBE OPH OINT 1 /8OZ Each $4.20 $3.15 018149 PYRANTEL PAMOATE LIQUID GAL 50MG /ML Each $73.57 $55.18 006567 QUADRITOP OINTMENT 7.5ML PVL Each $2.56 $1.92 007421 QUICKSPLINT FRT LRG 2 $18.40 $13.80 007420 QUICKSPLINT FRT MED EACH $14.80 $11.10 007419 QUICKSPLINT FRT SM Each $12.80 $9.60 032514 RECONCILE 32MG 30 $28.91 $21.68 032512 RECONCILE 8MG 30 $21.41 $16.06 001397 REDI -CUT BANDAGE ROLL 1" 180 $67.17 $50.38 001398 REDI -CUT BANDAGE ROLL 2" 90 $67.17 $50.38 006435 REGLAN INJ GNR 30ML BAX Each $5.23 $3.92 040778 REMEND CORNEAL REPAIR DRO EACH $52.00 $39.00 009885 RINGERS INJECTION AB 12X1L Each $22.40 $16.80 004998 ROBAXIN 500MG 100 $3.53 $2.65 033317 ROBAXIN INJECTABLE 100MG /ML 10ML $39.37 $29.53 022022 S ADENOSYL 100MG 30 $17.23 $12.92 022177 S ADENOSYL 225MG 30 $23.66 $17.75 033863 SAFE CLIP NEEDLE CLIPPER 1 $3.49 $2.62 007319 SCALPEL BLADES #10 100 $14.75 $11.06 007320 SCALPEL BLADES #11 1000 $14.75 $11.06 010769 SCHIRMER TEAR TEST STRIPS 50 $43.24 $32.43 002364 SCS BDG LISTER 5.51N VAN EA Each $5.31 $3.98 035152 SELEGILINE CAPS 5 MG 60 $51.54 $38.66 012679 SEVOFLO (SEVOFLURANE) AB 250ML Each $199.00 $149.25 035189 1 SEVOTHESIA PVL 250ML Each $147.06 $110.30 004240 SHARPS CONT 4QT 1 $2.89 $2.17 017716 SHARPS CONT 5.4QT EACH $7.17 $5.38 004377 SHARPS CONTAINER MDA 23QT Each $9.89 $7.42 Professional Services Agreement - Veterinary Services Page 17 of _21 Animal hospital of Southwest Fort Worth, Inc. 004239 1 SHARPS CONTAINER IVIED 8 -QT RED SHW Each $3.57 $2.68 037598 SILITONE INST ID BANDS 480 $59.25 $44.44 005383 SILVER NITRATE STICKS 100 $29.25 $21.94 034352 SIMPLICEF 100MG 100 $97.90 $73.43 034354 SIMPLICEF 200MG 100 $189.75 $142.31 015218 SLIDES MICRO 3X1 CLEAR JOR CT72 J335 Each $1.82 $1.37 009861 SOD CHL 0.9% AB 12X11 Each $22.40 $16.80 002248 SOLU DELTA CORT 100MG INJ 10ML $13.20 $9.90 002275 SOLU DELTA CORT 500MG INJ 10ML $31.70 $23.78 038131 SOTALOL 80MG 100 $11.68 $8.76 021769 SPIRONOLACTONE 25MG 100 $16.17 $12.13 006936 SPONGES GAUZE NS 2X2 12PLY PVL PK200 Each $0.91 $0.68 006937 SPONGES GAUZE NS 3X3 12PLY PVL PK200 Each $1.93 $1.45 006938 SPONGES GAUZE NS 4X4 12 -PLY PVL 200 Each $3.42 $2.57 011054 SPONGES LAP STERILE 18X181N WA PK5 Each $1.98 $1.49 022346 STAPLE REMOVER SURGICLOSE SX 1OR EA Each $4.72 $3.54 019643 STAPLER DISP ROYAL 35W USS EA Each $13.94 $10.46 002971 STOCKINETT425 EACH $14.22 $10.67 039016 SUCRALFATE 1G /10ML 140Z $23.05 $17.29 035477 SUCRALFATE 1GM 100 $26.26 $19.70 023872 SURGICAL LUBRICANT 4 1 /20Z EACH $4.77 $3.58 037893 SURGICAL MASK (EARLOOP) EACH $7.43 $5.57 001034 SUT CASS GUT 2 50M JOR J91C2 EA Each $55.00 $41.25 001030 SUT CASS GUT 2/0 50M JOR J91C2/0 Each $96.48 $72.36 011328 SUT ETH 2 -0 27" PDS. W /FS -1 VIO NOV Each $243.84 $182.88 011330 SUT ETH 3 -0 27" PDS W /FS -2 NOV 3DZ Each $248.86 $186.65 011329 SUT ETH 4 -0 27" PDS W /FS -2 NOV 3DZ Each $268.26 $201.20 017952 SUT MONOMEND MT 2/0 36" DS24 VPL DZ Each $53.62 $40.22 017951 SUT MONOMEND MT 2/0 36" HR26 VPL DZ Each $56.53 $42.40 017955 SUT MONOMEND MT 2/0 36" HR37S VPL DZ Each $60.80 $45.60 017941 SUT MONOMEND MT 2/0 36" HS37S VPL DZ Each $54.73 $41.05 017945 SUT MONOMEND MT 3/0 36" DS24 VPL DZ Each $54.12 $40.59 017950 SUT MONOMEND MT 3/0 36" HR26 VPL DZ Each $54.76 $41.07 017944 SUT MONOMEND MT 4/0 36" DS19 VPL DZ Each $54.07 $40.55 017954 SUT MONOMEND MT 4/0 36" HR26 VPL DZ _ Each $55.36 $41.52 029208 SUTUREVET CHRGUT 2/0 CAS 50M CG201 Each $54.44 $40.83 029279 SUTUREVET MONOSB 2/0 CP1 BX12 M466 Each $40.74 $30.56 029253 SUTUREVET MONOSB 2/0 FS1 SP M451 DZ Each $38.71 $29.03 029255 SUTUREVET MONOSB 3/0 FS1 SP M452 DZ Each $40.13 $30.10 029256 SUTUREVET MONOSB 4/0 FS2 SP M397 DZ Each $39.98 $29.99 029287 _ SUTURVET SKIN STAP 35R j EACH $9.06 $6.80 Professional Services Agreement - Vetennary Services Page 18 of 2 l Animal Hospital of Southwest Port Worth, Inc. 029510 SYR 10ML LL NIP 100 JD10L Each $8.76 $6.57 029504 SYR 1CC 25X5/8 TB LS NIP 100 2516 Each $7.86 $5.90 029500 SYR 3CC 22X3/4 LL NIP 100 31-2219 Each $5.04 $3.78 029505 SYR 3CC LL NIP 100 JD03L Each $4.68 $3.51 029507 SYR 5ML NO NEEDLE LL NIP 100JD05L Each $7.38 $5.54 032938 SYR Insulin 3/10 29x1/2 100 $12.51 $9.38 029504 SYRINGE 1 ML 25x1/2 100 $11.26 $8.45 012570 SYRINGE 12 ML ET 80 $16.62 $12.47 012809 SYRINGE 20 ML ET 50 $24.78 $18.59 029498 SYRINGE 3 ML 20x1 100 $735 $5.51 029500 SYRINGE 3 ML 22x3/4 LL 100 $7.35 $5.51 029505 SYRINGE 3 ML LL 100 $6.77 $5.08 029507 SYRINGE 5 ML LL 50 $10.80 $8.10 029506 SYRINGE 5 ML LS 50 $10.80 $8.10 029514 SYRINGE 50 ML CT 20 $8.89 $6.67 029521 SYRINGE 50 ML ET 20 $15.61 $11.71 029514 SYRINGE 50 ML LL 20 $15.61 $11.71 033370 T4 SNAP TEST 15 $191.25 $143.44 026117 TAMIFLU 75MG 10 $140.70 $105.53 032585 TAPAZOLE 10MG 100 $20.33 $15.25 034407 TAPAZOLE 5MG 500 $55.31 $41.48 032584 TAPAZOLE TABLET 5MG 100 $11.23 $8.42 000914 TAPE ZONAS POROUS 1" JNJ 12 /BX Each $10.60 $7.95 001415 TAPE, POROUS 1" Box12 $13.64 $10.23 001427 TAPE, POROUS 2" Box6 $13.64 $10.23 003062 TATTOO INK GREEN PAST 10Z $12.57 $9.43 004866 TELAZOL INJ 100MG /ML C3N 5ML Each $49.04 $36.78 034979 TELFA PADS 2x3 100 $8.84 $6.63 007400 THEOPHYLLINE 100MG 100 $13.52 $10.14 007401 THEOPHYLLINE 200MG 100 $19.67 $14.75 022996 THERM DIGITAL FLEX TIP J134F JOR EA Each $4.72 $3.54 008794 THERM DIGITAL PROBE CVR DISP 50 Each $2.12 $1.59 004670 THYROTAB .1MG 1000 $13.25 $9.94 004671 THYROTAB .2MG 1000 $25.95 $19.46 004672 THYROTAB .3MG 1000 $37.75 $28.31 006859 THYROTAB .4MG 1000 $46.95 $35.21 004673 THYROTAB .5MG 1000 $53.08 $39.81 006860 THYROTAB .6MG 1000 $57.42 $43.07 006861 THYROTAB .7MG 1000 $63.15 $47.36 004674 THYROTAB .8MG 1000 $67.55 $50.66 041070 TOBRAMYCIN _ EACH i $6.75 i _ $5.06 Professional Services Agreement Veterinary Services Page 19 of 21 Animal Hospital of Southwest Fort Worth, Inc. 0120901 TORBUTROL 10MG 100 $274.00 $205.50 012088 TORBUTROL 1MG 100 $72.90 $54.68 034946 TRAMADOL 50MG 100 $3.67 $2.75 013286 TUMIL K TABS 100 $11.95 $8.96 006347 UNDERCAST PADDING 3x4 EACH $14.63 $10.97 002047 UREATH POLY 5FR CATH 12 $13.02 $9.77 001505 VETBOND TISSUE ADHESIVE MMM 3ML Each $12.66 $9.50 032801 VETMEDIN 1.25MG 50 $19.20 $14.40 032802 VETMEDIN 5MG 50 $38.50 $28.88 034059 VETORYL 30MG #30 30 $37.50 $28.13 034060 VETORYL 60MG #30 EACH $48.75 $36.56 012177 VETRAP 2 6 COLOR ASSORT PACK CT18 Each $20.16 $15.12 010441 VETRAP GREEN 2 in 18 $24.25 $18.19 010430 VETRAP RED 2 in 18 $24.25 $18.19 031328 VETSTAT CALIBRATE GAS EACH $55.00 $41.25 006656 VETTEST REAGENT GLU 25 $109.51 $82.13 005797 VICETON TAB 500MG 500 $85.67 $64.25 002493 VITAMIN B12 3000MCG /ML 100ML PVL Each $6.46 $4.85 032234 VITAMIN K 25MG 50 $18.51 $13.88 002993 WRAPPER INSTR 24X24IN WA EA Each $6.32 $4.74 005470 X -JECT E (XYLAZINE100MG /ML) 50ML PVL Each $15.00 $11.25 035100 ZITHROMAX SUSP 200MG /5ML 15ML 13.46 $10.10 The remainder of this page is left blank intentionally Professional Services Agreement - Veterinary Services Page 20 of 21 Animal Hospital of Southwest Fort Worth, Inc. SIGNATURE PAGE IN WITNESS THEREOF, the parties hereto have made and executed this Agreement in multiple originals in Fort Worth, Tarrant County, Texas. CITY OF FORT WORTH: Chafleg Daniels Assistant City Manager O .Z . O 7 /Z Date APPROVED AS TO FORM AND LEGALITY: Zlt /---� Arthur N. Bashor Assistant City Attorney ATTEST: Ltty Secretary P —1131 9 M &C '� LI IA Approved ANIMAL HOSPITAL OF SOUTHWEST FORT WORTH, INC. Michael L. Morris Pr ident r WiKess Seal: 45��- f OR 0000000 A6 ° *-6 ° yV a o 0 0 ° 00-00000000 Ty A Professional Services Agreement Veterinary Services Animal Hospital of Southwest Fort Worth, Inc. ID Cain SV� 14 Page 21 of 21 M &C Review CITY COUNCIL AGENDA Page 1 of 2 Official site of the City of Fort Worth, Texas oR T COUNCIL ACTION: Approved on 1/24/2012 M. REFERENCE ** 13P12 -0004 VETERINARY DATE: 1/24/2012 NO.: P -11349 LOG NAME: SERVICES JR CODE: P TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of a Professional Services Agreement with Animal Hospital of Southwest Fort Worth for Veterinarian Services for the Code Compliance Department in the Amount of $125,000.00 for the First Year (ALL COUNCIL DISTRICTS) iIYNNtlYMWIWNXWXX .... a; W .MNdWM+Wr9WR>bW&MIII4l19WNAYlI iXIINYIIWpIIYNIIWINW W'M1k MNNph1G.SXti€ti&... dNIW�nIceIMM MWWMkIOVIMNNIIYbNIWNHNNIIRNNIIIIAIYARfa cC:: ".. iMriX !IINNIWI!Lp¢wYIWINNMIMNIWIa' MIiX!f.. .tlX YNI!LL41 RECOMMENDATION: It is recommended that the City Council authorize execution of a Professional Services Agreement in the amount of $125,000.00 for the first year for the provision of veterinarian services for the Code Compliance Department in support of the City's animal shelter spay /neuter clinic. DISCUSSION: The Code Compliance Department's Animal Care and Control Center will use this Agreement to provide care for animals housed in the shelter, as well as spay /neuter surgeries, rabies vaccinations and core vaccinations for adopted and reclaimed animals. After -hours emergency care will be handled on an as needed basis. On October 12, 2011, the City issued a Request for Qualifications (RFQ) for prospective firms to provide Veterinarian Services. Qualifications were received from one vendor, Animal Hospital of Southwest Fort Worth, on November 10, 2011. The qualifications received were evaluated for experience and ability of veterinarian /vendor and staff, ability to provide scope of services, time spent at the shelter, references, and cost to ensure the vendor can successfully provide the services required. Staff certifies the recommended firm is qualified to provide the required veterinarian services. PRICE ANALYSIS - The requested annual amount for this Agreement is 25 percent higher than the previous Agreement. The increase is a result of an increase in the number of spay /neuter procedures, projected emergency after -hours services and veterinarian services making the monthly cost for services approximately $10,416.66 for an annual total of $125,000.00. ADVERTISEMENT - This RFQ was advertised in the Fort Worth Star - Telegram on October 12, 2011, October 19, 2011, October 26, 2011 and November 3, 2011. The Purchasing Division notified 160 vendors from the City's purchasing database system of this RFQ. M/WBE - A waiver of the goal for M/WBE subcontracting requirements was requested by the Purchasing Division and approved by the M/WBE Office because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. RENEWAL OPTIONS - This Agreement may be renewed for up to four successive one -year terms at the City's option. This action does not require specific City Council approval provided that the City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal term. The Chuck Silcox Animal Care and Control Center is located in COUNCIL DISTRICT 5 and serves ALL COUNCIL DISTRICTS. http: // apps. cfwnet .org /council _packetlmc_ review. asp ?ID =163 00 &councildate =1 /24/2012 1/30/2012 M &C Review FISCAL INFORMATION /CERTIFICATION: The Financial Management Services Director certifies that the funds are available in the current operating budget, as appropriated, of the General Fund. BQN \12- 0004 \JCR TO Fund /Account/Centers FROM Fund /Account/Centers GG01 539120 0239003 $125,000.00 Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS Thomas Higgins (6192) Lena Ellis (8517) Jack Dale (8357) James Rodriguez (2057) http://apps.cfwnet.org/council_packet/mc—review.asp?ID= 163 00&councildate= 1/24/2012 Page 2 of 2 1/30/2012