Loading...
8862 - Contract Executed Docusign City Council Transmittal Coversheet File Name Purchasing Contact City Council Target Date Piggy Back Option Contract Expiration Ordinance Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 No 8862 RFP Kayla Clark Kennel and Veterinary Supplies AUGUST 19, 2025 AUGUST 19, 2030 25-1416 Contract 8862 CONTRACT BY AND BETWEEN CITY OF DENTON, TEXAS AND Midwest Veterinary Supply, Inc. (Contract #8862 ) THIS CONTRACT is made and entered into this date _______________________, by and between Midwest Veterinary Supply, Inc. a North Dakota corporation, whose address 11965 LARC INDUSTRIAL BOULEVARD BURNSVILLE, MN 55337, hereinafter referred to as “Contractor,” and the CITY OF DENTON, TEXAS, a home rule municipal corporation, hereinafter referred to as “City,” to be effective upon approval of the Denton City Council and subsequent execution of this Contract by the Denton City Manager or their duly authorized designee. For and in consideration of the covenants and agreements contained herein, and for the mutual benefits to be obtained hereby, the parties agree as follows: SCOPE OF SERVICES Contractor shall provide products in accordance with the City’s #8862 - Kennel and Veterinary Supplies, a copy of which is on file at the office of Purchasing Agent and incorporated herein for all purposes. The Contract consists of this written agreement and the following items which are attached hereto, or on file, and incorporated herein by reference: (a) Special Terms and Conditions (Exhibit “A”); (b) City of Denton’s IFB 8862 (the “Solicitation”) (Exhibit “B” on file at the office of the Purchasing Agent); (c) City of Denton Standard Terms and Conditions (Exhibit “C”); (d) Certificate of Interested Parties Electronic Filing (Exhibit “D”); (e) Contractor’s Proposal (“Contractor’s Offer”) (Exhibit “E”); (f) Form CIQ – Conflict of Interest Questionnaire (Exhibit “F”) These documents make up the Contract documents and what is called for by one shall be as binding as if called for by all. In the event of an inconsistency or conflict in any of the provisions of the Contract documents, the inconsistency or conflict shall be resolved by giving precedence first to the written agreement then to the contract documents in the order in which they are listed above. These documents shall be referred to collectively as “Contract Documents.” Prohibition on Contracts with Companies Boycotting Israel Contractor acknowledges that in accordance with Chapter 2271 of the Texas Government Code, City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms “boycott Israel” and “company” shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this Contract, Contractor certifies that Contractor’s signature provides written verification to the City that Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the Contract. Failure to meet or maintain the requirements under this provision will be considered a material breach. Prohibition on Contracts with Companies Boycotting Certain Energy Companies Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, City is prohibited from entering into a contract with a company for goods or services unless the contract contains Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 08/19/2025 Contract 8862 written verification from the company that it (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms “boycott energy company” and “company” shall have the meanings ascribed to those terms in Section 809.001 of the Texas Government Code. By signing this agreement, Contractor certifies that Contractor’s signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the Contract. Failure to meet or maintain the requirements under this provision will be considered a material breach. Prohibition on Contracts with Companies Boycotting Certain Firearm Entities and Firearm Trade Associations Contractor acknowledges that in accordance with Chapter 2274 of the Texas Government Code, City is prohibited from entering into a contract with a company for goods or services unless the contract contains written verification from the company that it (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms “discriminate against a firearm entity or firearm trade association,” “firearm entity” and “firearm trade association” shall have the meanings ascribed to those terms in Chapter 2274 of the Texas Government Code. By signing this Contract, Contractor certifies that Contractor’s signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of this Contract against a firearm entity or firearm trade association. Failure to meet or maintain the requirements under this provision will be considered a material breach. Prohibition On Contracts with Companies Doing Business with Iran, Sudan, or a Foreign Terrorist Organization Section 2252 of the Texas Government Code restricts City from contracting with companies that do business with Iran, Sudan, or a foreign terrorist organization. By signing this Contract, Contractor certifies that Contractor’s signature provides written verification to the City that Contractor, pursuant to Chapter 2252, is not ineligible to enter into this Contract and will not become ineligible to receive payments under this Contract by doing business with Iran, Sudan, or a foreign terrorist organization. Failure to meet or maintain the requirements under this provision will be considered a material breach. Termination Right for Contracts with Companies Doing Business with Certain Foreign-Owned Companies The City of Denton may terminate this Contract immediately without any further liability if the City of Denton determines, in its sole judgment, that this Contract meets the requirements under Chapter 2275, and Contractor is, or will be in the future, (i) owned by or the majority of stock or other ownership interest of the company is held or controlled by individuals who are citizens of China, Iran, North Korea, Russia, or other designated country (ii) directly controlled by the Government of China, Iran, North Korea, Russia, or other designated country, or (iii) is headquartered in China, Iran, North Korea, Russia, or other designated country. The parties agree to transact business electronically. Any statutory requirements that certain terms be in writing will be satisfied using electronic documents and signing. Electronic signing of this document will be deemed an original for all legal purposes. IN WITNESS WHEREOF, the parties of these presents have executed this Contract in the year and day first above written. Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 Contract 8862 CONTRACTOR BY: ______________________________ AUTHORIZED SIGNATURE Printed Name:________________________ Title: _______________________________ PHONE NUMBER _________________________________ EMAIL ADDRESS ___________________________________ TEXAS ETHICS COMMISSION CERTIFICATE NUMBER THIS CONTRACT HAS BEEN BOTH REVIEWED AND APPROVED as to financial and operational obligations and business terms. _______________ ________________ SIGNATURE PRINTED NAME __________________________________ TITLE __________________________________ DEPARTMENT CITY OF DENTON, TEXAS BY: ____________________________ SARA HENSLEY CITY MANAGER ATTEST: LAUREN THODEN, CITY SECRETARY BY: _______________________________ APPROVED AS TO LEGAL FORM: MACK REINWAND, CITY ATTORNEY BY: _______________________________ Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 Strategic Accounts Manager 800753405 lauren.freak@midwestvet.net Lauren Freak 6122101201 Nikki Sassenus Director of Animal Services Animal Services Contract 8862 Exhibit A Special Terms and Conditions 1. The Quantities The quantities indicated on Exhibit E are estimates based upon the best available information. The City reserves the right to increase or decrease the quantities to meet its actual needs without any adjustments in the bid price. Individual purchase orders will be issued on an as needed basis. 2. Product Changes During Contract Term The Contractor shall not change specifications during the contract term without prior approval. Any deviation in the specifications or change in the product must be approved in advance by the City of Denton. Notice of a change shall be submitted in writing to purchasing@cityofdenton.com, with the above file number in the subject line, for review. Products found to have changed specifications without notification, and acceptance, will be returned at the contractor’s expense. Products that have been installed will be replaced at the contractor’s expense. 3. Authorized Distributor The Contractor shall be the manufacturer or authorized distributor of the proposed products. The distributor shall be authorized to sell to the City of Denton, and make available the manufacturer’s representative as needed by the City. 4. Contract Terms The contract term will be one (1) year, effective from date of award. The City and the Contractor shall have the option to renew this contract for four additional one (1) one-year periods. The Contract shall commence upon the issuance of a Notice of Award by the City of Denton. The contract will renew upon mutual agreement of the parties each year on the anniversary of the date of award by City Council. This mutual agreement will be evidenced by a letter agreement signed by the parties at least ninety (90) days prior to the expiration of the then current term. The letter agreement will incorporate the terms and conditions of this Contract unless specifically negotiated. . The Contractor’s request to not renew the contract must be submitted in writing to the Purchasing Manager at least 60 days prior to the contract renewal date for each year. Upon mutual agreement as set forth above, the Contract may be further extended as needed, not to exceed a total of six (6) months. 5. Price Escalation and De-escalation Prices will be changed based on manufacturer contractual prices. There will be no limit or PPI associated with these price changes. Requests will be submitted each time we are notified of a price increase by the manufacturer. Respondent must also provide supporting documentation as Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 Contract 8862 justification for the request. If no request is made, then it will be assumed that the current contract price will be in effect. Upon receipt of such request, the City of Denton reserves the right to either: accept the escalation as competitive with the general market price at the time, or reject the increases within 30 calendar days after receipt of a properly submitted request. If a properly submitted increase is rejected, the Contractor may request cancellation of such items from the Contract by giving the City of Denton written notice. Cancellation will not go into effect for 7 calendar days after a determination has been issued. Pre-price increase prices must be honored on orders dated up to the official date of the City of Denton approval and/or cancellation. The request can be sent by e-mail to: purchasing@cityofdenton.com noting the solicitation number. The City of Denton reserves the right to accept, reject, or negotiate the proposed price changes. 6. Total Contract Amount The contract total shall not exceed $1,500,000. Pricing shall be per Exhibit E attached. 7. Delivery Lead Time Product deliveries shall be made between 8:00 AM – 4:30 PM Monday through Friday, excluding holidays. All products shall be delivered to City of Denton Animal Shelter located at 3717 N. Elm St., Denton, TX 76209. The shelter staff and veterinary clinic staff shall ensure the accuracy of each delivery. 8. Performance Liquidated Damages – Intentionally Omitted Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 Contract 8862 Exhibit C City of Denton Standard Purchase Terms and Conditions These standard Terms and Conditions and the Terms and Conditions, Specifications, Drawings and other requirements included in the City of Denton’s contract are applicable to contracts/purchase orders issued by the City of Denton hereinafter referred to as the City or Buyer and the Seller or respondent herein after referred to as Contractor. Any deviations must be in writing and signed by a representative of the City’s Procurement Department and the Contractor . No Terms and Conditions contained in the seller’s proposal response, invoice, or statement shall serve to modify the terms set forth herein. If there is a conflict between the provisions on the face of the contract/purchase order these written provisions will take precedence. The Contractor agrees that the Contract shall be governed by the following terms and conditions, unless exceptions are duly noted and fully negotiated. Unless otherwise specified in the Contract, Sections 3, 4, 5, 6, 7, 8, 20, and 21 shall apply only to a solicitation to purchase goods, and sections 9, 10, 11, and 22 shall apply only to a solicitation to purchase services to be performed principally at the City’s premises or on public rights-of-way. 1. CONTRACTOR’S OBLIGATIONS. The Contractor shall fully and timely provide all deliverables described in the Solicitation and in the Contractor’s Offer in strict accordance with the terms, covenants, and conditions of the Contract and all applicable federal, State, and local laws, rules, and regulations. 2. EFFECTIVE DATE/TERM. Unless otherwise specified in the Solicitation or Exhibit A, this Contract shall be effective as of the date this Contract is signed by the City and shall continue in effect until all obligations are performed in accordance with the Contract. 3. CONTRACTOR TO PACKAGE DELIVERABLES: The Contractor will package deliverables in accordance with good commercial practice and shall include a packing list showing the description of each item, the quantity and unit price unless otherwise provided in the Solicitation or Contractor’s Offer, each shipping container shall be clearly and permanently marked as follows: (a) The Contractor’s name and address, (b) the City’s name, address, purchase order or purchase release number, and the price agreement number, if applicable, (c) container number and total number of containers, e.g. box 1 of 4 boxes, and (d) the number of the container bearing the packing list. The Contractor shall bear cost of packaging. Deliverables shall be suitably packed to secure lowest transportation costs and to conform to all the requirements of common carriers and any applicable specification. The City’s count or weight shall be final and conclusive on shipments not accompanied by packing lists. 4. SHIPMENT UNDER RESERVATION PROHIBITED: The Contractor is not authorized to ship the deliverables under reservation and no tender of a bill of lading will operate as a tender of deliverables. 5. TITLE & RISK OF LOSS: Title to and risk of loss of the deliverables shall pass to the City only when the City actually receives and accepts the deliverables. Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 Contract 8862 6. DELIVERY TERMS AND TRANSPORTATION CHARGES: Deliverables shall be shipped F.O.B. point of delivery unless otherwise specified in the Solicitation or Contractor’s Offer. Unless otherwise stated in the Contractor’s Offer, the Contractor’s price shall be deemed to include all delivery and transportation charges. The City shall have the right to designate what method of transportation shall be used to ship the deliverables. The place of delivery shall be that set forth in the purchase order. The cost of shipping and delivery for Rescue 55-Gallon Drums will be given when an order is placed. This cost may change based on the time of purchase and quantity ordered. 7. RIGHT OF INSPECTION AND REJECTION: The City expressly reserves all rights under law, including, but not limited to the Uniform Commercial Code, to inspect the deliverables at delivery before accepting them, and to reject defective or non-conforming deliverables. If the City has the right to inspect the Contractor’s, or the Contractor’s Subcontractor’s, facilities, or the deliverables at the Contractor’s, or the Contractor’s Subcontractor’s, premises, the Contractor shall furnish, or cause to be furnished, without additional charge, all reasonable facilities and assistance to the City to facilitate such inspection. 8. NO REPLACEMENT OF DEFECTIVE TENDER: Every tender or delivery of deliverables must fully comply with all provisions of the Contract as to time of delivery, quality, and quantity. Any non-complying tender shall constitute a breach and the Contractor shall not have the right to substitute a conforming tender; provided, where the time for performance has not yet expired, the Contractor may notify the City of the intention to cure and may then make a conforming tender within the time allotted in the contract to perform but not afterward. If, instead of requiring immediate correction or removal and replacement of defective or non-conforming deliverables, the City prefers to accept it, the City may do so. The Contractor shall pay all claims, costs, losses and damages attributable to the City’s evaluation of and determination to accept such defective or non-conforming deliverables. If any such acceptance occurs prior to final payment, the City may deduct such amounts as are necessary to compensate the City for the diminished value of the defective or non-conforming deliverables. If the acceptance occurs after final payment, such amount will be refunded to the City by the Contractor. 9. PLACE AND CONDITION OF WORK: This paragraph only applies to the purchase of services to be primarily performed at the City’s premises or on City property/right-of-way. The City shall provide the Contractor access to the sites where the Contractor is to perform the services as required in order for the Contractor to perform the services in a timely and efficient manner, in accordance with and subject to the applicable security laws, rules, and regulations. The Contractor acknowledges that it has satisfied itself as to the nature of the City’s service requirements and specifications, the location and essential characteristics of the work sites, the quality and quantity of materials, equipment, labor and facilities necessary to perform the services, and any other condition or state of fact which could in any way affect performance of the Contractor’s obligations under the Contract. The Contractor hereby releases and holds the City harmless from and against any liability or claim for damages of any kind or nature if the actual site or service conditions differ from expected conditions. The Contractor shall, at all times, exercise reasonable precautions for the safety of their employees, City Staff, participants and others on or near the City’s facilities. Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 Contract 8862 10. WORKFORCE This paragraph only applies to the purchase of services to be primarily performed at the City’s premises or on City property/right-of-way. A. The Contractor shall employ only orderly and competent workers, skilled in the performance of the services which they will perform under the Contract. B. The Contractor, its employees, Subcontractors, and Subcontractor’s employees may not (1) while engaged in, participating, or responding to a solicitation; or (2) while in the course and scope of delivering goods or services under a City of Denton contract; or (3) on the City’s property. i. use or possess a firearm, including a concealed handgun that is licensed under State law, except as required by the terms of the contract; or ii. use or possess alcoholic or other intoxicating beverages, illegal drugs, or controlled substances, nor may such workers be intoxicated, or under the influence of alcohol or drugs. C. If the City or the City’s representative notifies the Contractor that any worker is incompetent, disorderly or disobedient, has knowingly or repeatedly violated safety regulations, has possessed any firearms, or has possessed or was under the influence of alcohol or drugs, the Contractor shall immediately remove such worker from Contract services, and may not employ such worker again on Contract services without the City’s prior written consent. IMMIGRATION: THE CONTRACTOR REPRESENTS AND WARRANTS THAT IT SHALL COMPLY WITH THE REQUIREMENTS OF THE IMMIGRATION REFORM AND CONTROL ACT OF 1986 AND 1990 REGARDING EMPLOYMENT VERIFICATION AND RETENTION OF VERIFICATION FORMS FOR ANY INDIVIDUALS HIRED ON OR AFTER NOVEMBER 6, 1986, WHO WILL PERFORM ANY LABOR OR SERVICES UNDER THE CONTRACT AND THE ILLEGAL IMMIGRATION REFORM AND IMMIGRANT RESPONSIBILITY ACT OF 1996 (“IIRIRA) ENACTED ON SEPTEMBER 30, 1996, AND SHALL INDEMNIFY AND HOLD THE CITY HARMLESS FROM ANY ACTION ARISING RELATED THERETO. 11. COMPLIANCE WITH HEALTH, SAFETY, AND ENVIRONMENTAL REGULATIONS: This paragraph only applies to the purchase of services to be primarily performed at the City’s premises or on City property/right-of-way. The Contractor, its Subcontractors, and their respective employees, shall comply fully with all applicable federal, state, and local health, safety, and environmental laws, ordinances, rules, and regulations in the performance of the services, including but not limited to those promulgated by the City and by the Occupational Safety and Health Administration (OSHA). In case of conflict, the most stringent safety requirement shall govern. THE CONTRACTOR SHALL INDEMNIFY AND HOLD THE CITY HARMLESS FROM AND AGAINST ALL CLAIMS, DEMANDS, SUITS, ACTIONS, JUDGMENTS, FINES, PENALTIES AND LIABILITY OF EVERY KIND ARISING FROM THE BREACH OF THE CONTRACTOR’S OBLIGATIONS UNDER THIS PARAGRAPH. Environmental Protection: The Contractor shall be in compliance with all applicable standards, orders, or regulations issued pursuant to the mandates of the Clean Air Act (42 U.S.C. §7401 et seq.) and the Federal Water Pollution Control Act, as amended, (33 U.S.C. §1251 et seq.). 12. INVOICES: A. The Contractor shall submit separate invoices on each purchase order or purchase release after each delivery. If partial shipments or deliveries are authorized by the City, a separate invoice must be sent for each shipment or delivery made. B. Proper Invoices must include a unique invoice number, invoice date, the purchase order number, and the master agreement number if applicable, the Department’s Name, and the name of the point of contact for the Department. Invoices shall be itemized and transportation Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 Contract 8862 charges, if any, shall be listed separately. A copy of the bill of lading and the freight waybill, when applicable, shall be attached to the invoice. The Contractor’s name, remittance address and, if applicable, the tax identification number on the invoice must exactly match the information in the Vendor’s registration with the City. Unless otherwise instructed in writing, the City may rely on the remittance address specified on the Contractor’s invoice. C. Invoices for labor shall include a copy of all time-sheets with trade labor rate and deliverables order number clearly identified. Invoices shall also include a tabulation of work-hours at the appropriate rates and grouped by work order number. Time billed for labor shall be limited to hours actually worked at the work site. D. Unless otherwise expressly authorized in the Contract, the Contractor shall pass through all Subcontract and other authorized expenses at actual cost without markup. E. Federal excise taxes, State taxes, or City sales taxes must not be included in the invoiced amount. The City will furnish a tax exemption certificate upon request. 13. PAYMENT: A. All proper invoices need to be sent to Accounts Payable – accountspayable@cityofdenton.com. Approved invoices will be paid within thirty (30) calendar days of the invoice being received in Accounts Payable. B. If payment is not timely made, (per paragraph A); interest shall accrue on the unpaid balance at the lesser of the rate specified in Texas Government Code Section 2251.025 or the maximum lawful rate; except, if payment is not timely made for a reason for which the City may withhold payment hereunder, including, but not limited to, those in Paragraph D , below, interest shall not accrue until ten (10) calendar days after the grounds for withholding payment have been resolved. C. If partial shipments or deliveries are authorized by the City, the Contractor will be paid for the partial shipment or delivery, as stated above, provided that the invoice matches such shipment or delivery. D. The City may withhold or set off the entire payment or part of any payment otherwise due to the Contractor to such extent as may be necessary on account of: i. delivery of defective or non-conforming deliverables by the Contractor; ii. third party claims, which are not covered by the insurance which the Contractor is required to provide, are filed or reasonable evidence indicating probable filing of such claims; iii. failure of the Contractor to pay Subcontractors, or for labor, materials, or equipment; iv. damage to the property of the City or the City’s agents, employees, or contractors, which is not covered by insurance required to be provided by the Contractor; v. reasonable evidence that the Contractor’s obligations will not be completed within the time specified in the Contract, and that the unpaid balance would not be adequate to cover actual or liquidated damages for the anticipated delay; vi. failure of the Contractor to submit proper invoices with purchase order number, all required attachments, and supporting documentation; or vii. failure of the Contractor to comply with any material provision of the Contract Documents. E. Notice is hereby given to any awarded firm who is in arrears to the City for delinquent taxes of any kind or otherwise indebted to the City that the City shall be entitled to counterclaim and/or offset against any such debt, claim, demand, or account owed to the City through payment withholding until the debt is paid in full, and no assignment of such debt, claim, demand, or account after the said taxes or debt are due shall affect the right of the City to offset the said taxes Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 Contract 8862 or debt against same. F. Payment will be made by check unless the parties mutually agree to payment by credit card or electronic transfer of funds. The Contractor agrees that there shall be no additional charges, surcharges, or penalties to the City for payments made by credit card or electronic funds transfer. G. The Contractor acknowledges and agrees that the awarding or continuation of this Contract is dependent upon the availability of funding. The City’s payment obligations are payable only and solely from funds appropriated and available for this Contract. The absence of appropriated or other lawfully available funds shall render the Contract null and void to the extent funds are not appropriated or available and any deliverables delivered but unpaid shall be returned to the Contractor. The City will not incur a debt or obligation to pay Contractor any amounts the City does not have the current funds available to pay. The City shall provide the Contractor written notice of the failure of the City to make an adequate appropriation for any fiscal year to pay the amounts due under the Contract, or the reduction of any appropriation to an amount insufficient to permit the City to pay its obligations under the Contract. In the event of none or inadequate appropriation of funds, there will be no penalty or liability to the City, nor removal fees, cancellation fees, or the like charged to the City. 14. TRAVEL EXPENSES: All travel, lodging, and per diem expenses in connection with the Contract shall be paid by the Contractor, unless otherwise stated in the Contract Documents. During the term of this Contract, the Contractor shall bill and the City shall reimburse Contractor for all reasonable and approved out of pocket expenses which are incurred in the connection with the performance of duties hereunder. Notwithstanding the foregoing, expenses for the time spent by the Contractor in traveling to and from City facilities shall not be reimbursed, unless otherwise negotiated. 15. FINAL PAYMENT AND CLOSE-OUT: A. If a DBE/MBE/WBE Program Plan is agreed to and the Contractor has identified Subcontractors, the Contractor is required to submit a Contract Close-Out MBE/WBE Compliance Report to the Purchasing Manager no later than the fifteenth (15th) calendar day after completion of all work under the contract. Final payment, retainage, or both may be withheld if the Contractor is not in compliance with the requirements as accepted by the City. B. The making and acceptance of final payment will constitute: i. a waiver of all claims by the City against the Contractor, except claims (1) which have been previously asserted in writing and not yet settled, (2) arising from defective work appearing after final inspection, (3) arising from failure of the Contractor to comply with the Contract or the terms of any warranty specified herein, (4) arising from the Contractor’s continuing obligations under the Contract, including but not limited to indemnity and warranty obligations, or (5) arising under the City’s right to audit; and ii. a waiver of all claims by the Contractor against the City other than those previously asserted in writing and not yet settled. 16. SPECIAL TOOLS & TEST EQUIPMENT: If the price stated on the Contractor’s Offer includes the cost of any special tooling or special test equipment fabricated or required by the Contractor for the purpose of filling this order, such special tooling equipment and any process sheets related thereto shall become the property of the City and shall be identified by the Contractor as such. 17. RIGHT TO AUDIT: Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 Contract 8862 A. The Contractor agrees that the City shall, until the expiration of five (5) years after final payment under this Contract unless required to be retained for longer under applicable law, have electronic access to and the right to examine all books, records, and computations pertaining to this Contract. If necessary, the City shall have the right to audit and make copies of the books, records, and computations pertaining to the Contract. The Contractor shall retain such books, records, documents, and other evidence pertaining to the Contract period and five (5) years thereafter, except if an audit is in progress or audit findings are yet unresolved, in which case records shall be kept until all audit tasks are completed and resolved. These books, records, documents, and other evidence shall be available, within ten (10) business days of written request. All books and records will be made available within a fifty (50) mile radius of the City of Denton if the vendor is not able to provide electronic access. The cost of the audit will be borne by the City unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the Contractor which must be payable within five (5) business days of receipt of an invoice. B. The Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the Subcontractor, material supplier, or other payee agrees that the City shall, until the expiration of five (5) years after final payment under the subcontract unless required to be retained for longer under applicable law, have electronic access to and the right to examine all books, records, documents, and other evidence of the Subcontractor, material supplier, or other payee involving transactions relating to the subcontract. If necessary, the City maintains the right to photocopy any physical books, documents, papers, and records of the subconsultant involving transactions relating to the subcontract. All books and records will be made available within a fifty (50) mile radius of the City of Denton. The cost of the audit will be borne by the City unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the Contractor which must be payable within five (5) business days of receipt of an invoice. C. Failure to comply with the provisions of this section shall be a material breach of the Contract and shall constitute, in the City’s sole discretion, grounds for termination thereof. Each of the terms “books”, “records”, “documents”, and “other evidence”, as used above, shall be construed to include drafts and electronic files, even if such drafts or electronic files are subsequently used to generate or prepare a final printed document. 18. SUBCONTRACTORS: A. If the Contractor-identified subcontractors (“Subcontractor”) in a DBE/MBE/WBE agreed-to plan (the “Plan”), the Contractor shall comply with all requirements approved by the City. The Contractor shall not initially employ any subcontractor except as provided in the Contractor’s Plan. The Contractor shall not substitute any Subcontractor identified in the Plan, unless the substitute has been accepted by the City in writing. No acceptance by the City of any subcontractor shall constitute a waiver of any rights or remedies of the City with respect to defective deliverables provided by a Subcontractor. If a Plan has been approved, the Contractor is additionally required to submit a monthly Subcontract Awards and Expenditures Report to the Procurement Manager, no later than the tenth calendar day of each month. B. Work performed for the Contractor by a Subcontractor shall be pursuant to a written contract between the Contractor and Subcontractor. The terms of the subcontract may not conflict with the terms of the Contract Documents, and shall contain provisions that: i. require that all deliverables to be provided by the Subcontractor be provided in strict Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 Contract 8862 accordance with the provisions, specifications and terms of the Contract; ii. prohibit the Subcontractor from further subcontracting any portion of the Contract without the prior written consent of the City and the Contractor. The City may require, as a condition to such further subcontracting, that the Subcontractor post a payment bond in form, substance and amount acceptable to the City; iii. require Subcontractors to submit all invoices and applications for payments, including any claims for additional payments, damages or otherwise, to the Contractor in sufficient time to enable the Contractor to include same with its invoice or application for payment to the City in accordance with the terms of the Contract; iv. require that all Subcontractors obtain and maintain, throughout the term of their contract, insurance in the type and amounts specified for the Contractor, with the City being a named insured as its interest shall appear; and V. REQUIRE THAT THE SUBCONTRACTOR INDEMNIFY AND HOLD THE CITY HARMLESS TO THE SAME EXTENT AS THE CONTRACTOR IS REQUIRED TO INDEMNIFY THE CITY. C. The Contractor shall be fully responsible to the City for all acts and omissions of the Subcontractors just as the Contractor is responsible for the Contractor’s own acts and omissions. Nothing in the Contract shall create for the benefit of any such Subcontractor any contractual relationship between the City and any such Subcontractor, nor shall it create any obligation on the part of the City to pay or to see to the payment of any moneys due any such Subcontractor except as may otherwise be required by law. D. The Contractor shall pay each Subcontractor its appropriate share of payments made to the Contractor not later than ten (10) calendar days after receipt of payment from the City. 19. WARRANTY-PRICE: A. The Contractor warrants the prices quoted in the Contractor’s Offer are no higher than the Contractor’s current prices on orders by others for like deliverables under similar terms of purchase. B. The Contractor certifies that the prices in the Contractor’s Offer have been arrived at independently without consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such fees with any other firm or with any competitor. C. In the event Contractor breaches this warranty, in addition to any other remedy available, the City may deduct from any amounts owed to the Contractor, or otherwise recover, any amounts paid for items in excess of the Contractor’s current prices on orders by others for like deliverables under similar terms of purchase, or in the alternative, the City may cancel this Contract without liability to Contractor for breach. 20. WARRANTY – TITLE: THE CONTRACTOR WARRANTS THAT IT HAS GOOD AND INDEFEASIBLE TITLE TO ALL DELIVERABLES FURNISHED UNDER THE CONTRACT, AND THAT THE DELIVERABLES ARE FREE AND CLEAR OF ALL LIENS, CLAIMS, SECURITY INTERESTS, AND ENCUMBRANCES. THE CONTRACTOR SHALL INDEMNIFY AND HOLD THE CITY HARMLESS FROM AND AGAINST ALL ADVERSE TITLE CLAIMS TO THE DELIVERABLES. 21. WARRANTY – DELIVERABLES: The Contractor warrants and represents that all deliverables sold the City under the Contract shall be free from defects in design, workmanship, or manufacture, and conform in all material respects to the specifications, drawings, and descriptions in the Contract Documents, to any samples furnished by the Contractor, to the terms, covenants, and conditions of the Contract, and to all applicable State, federal, or local laws, rules, and regulations, and industry codes and standards. Unless otherwise stated in the Solicitation, the Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 Contract 8862 deliverables shall be new or recycled merchandise, and not used or reconditioned. In addition, Contractor warrants that the goods sold to City shall conform to the standards promulgated by the U.S. Department of Labor under the Occupational Safety and Health Act (OSHA). In the event the product does not conform to OSHA standards, City may return the product for correction or replacement at the Contractor’s expense. In the event Contractor fails to make the appropriate correction within a reasonable time, correction made by City will be at Contractor’s expense. A. Recycled deliverables shall be clearly identified as such. B. The Contractor may not limit, exclude, or disclaim the foregoing warranty or any warranty implied by law; and any attempt to do so shall be without force or effect. C. Unless otherwise specified in the Contract or required by the Solicitation, the warranty period shall be at least one (1) year from the date of acceptance of the deliverables or from the date of acceptance of any replacement deliverables. If during the warranty period, one or more of the above warranties are breached, the Contractor shall promptly upon receipt of demand either repair the non-conforming deliverables, or replace the non-conforming deliverables with fully conforming deliverables, at the City’s option and at no additional cost to the City. All costs incidental to such repair or replacement, including but not limited to, any packaging and shipping costs shall be borne exclusively by the Contractor. The City shall endeavor to give the Contractor written notice of the breach of warranty within thirty (30) calendar days of discovery of the breach of warranty, but failure to give timely notice shall not impair the City’s rights under this section. D. If the Contractor is unable or unwilling to repair or replace defective or non-conforming deliverables as required by the City, then in addition to any other available remedy, the City may reduce the quantity of deliverables it may be required to purchase under the Contract from the Contractor, and purchase conforming deliverables from other sources. In such event, the Contractor shall pay to the City upon demand the increased cost, if any, incurred by the City to procure such deliverables from another source. E. If the Contractor is not the manufacturer, and the deliverables are covered by a separate manufacturer’s warranty, the Contractor shall transfer and assign such manufacturer’s warranty to the City. If for any reason the manufacturer’s warranty cannot be fully transferred to the City, the Contractor shall assist and cooperate with the City to the fullest extent to enforce such manufacturer’s warranty for the benefit of the City. F. Contractor shall not limit, exclude, or disclaim any implied warranties, and any attempt to do so shall be without force or effect, or alternatively, at the City’s option, render this Contract voidable. 22. WARRANTY – SERVICES: The Contractor warrants and represents that all services to be provided to the City under the Contract will be fully and timely performed in a good and workmanlike manner in accordance with generally accepted industry standards and practices, the terms, conditions, and covenants of the Contract, and all applicable federal, State, and local laws, rules or regulations. A. The Contractor may not limit, exclude, or disclaim the foregoing warranty or any warranty implied by law, and any attempt to do so shall be without force or effect, or alternatively, at the City’s option, render this Contract voidable. B. Unless otherwise specified in the Contract, the warranty period shall be at least one (1) year from the date of acceptance of the work. If during the warranty period, one or more of the above warranties are breached, the Contractor shall promptly upon receipt of demand perform the services again in accordance with above standard at no additional cost to the City. All costs incidental to such additional performance shall be borne by the Contractor. The City shall endeavor to give the Contractor written notice of the breach of warranty within thirty (30) calendar days of Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 Contract 8862 discovery of the breach warranty, but failure to give timely notice shall not impair the City’s rights under this section. C. If the Contractor is unable or unwilling to perform its services in accordance with the above standard as required by the City, then in addition to any other available remedy, the City may reduce the amount of services it may be required to purchase under the Contract from the Contractor, and purchase conforming services from other sources. In such event, the Contractor shall pay to the City upon demand the increased cost, if any, incurred by the City to procure such services from another source. 23. ACCEPTANCE OF INCOMPLETE OR NON-CONFORMING DELIVERABLES: If, instead of requiring immediate correction or removal and replacement of defective or non- conforming deliverables, the City prefers to accept it, the City may do so. The Contractor shall pay all claims, costs, losses, and damages attributable to the City’s evaluation of and determination to accept such defective or non-conforming deliverables. If any such acceptance occurs prior to final payment, the City may deduct such amounts as are necessary to compensate the City for the diminished value of the defective or non-conforming deliverables. If the acceptance occurs after final payment, such amount will be refunded to the City by the Contractor. 24. RIGHT TO ASSURANCE: Whenever one party to the Contract in good faith has reason to question the other party’s intent to perform, demand may be made to the other party for written assurance of the intent to perform. In the event that no assurance is given within the time specified (being a minimum of 5 days) after demand is made, the demanding party may treat this failure as an anticipatory repudiation of the Contract. 25. STOP WORK NOTICE: The City may issue an immediate Stop Work Notice in the event the Contractor is observed performing in a manner that is in violation of federal, State, or local guidelines, or in a manner that is determined by the City to be unsafe to either life or property. Upon notification, the Contractor will cease all work until notified by the City that the violation or unsafe condition has been corrected. The Contractor shall be liable for all costs incurred by the City as a result of the issuance of such Stop Work Notice. 26. DEFAULT: A. The Contractor shall be in default under the Contract if the Contractor (a) fails to fully, timely, and faithfully perform any of its material obligations under the Contract, (b) fails to provide adequate assurance of performance under Paragraph 25, (c) becomes insolvent or seeks relief under the bankruptcy laws of the United States or (d) makes a material misrepresentation in Contractor’s Offer, or in any report or deliverable required to be submitted by the Contractor to the City. B. In the event the City terminates the awarded contract for default or any other reason, the Contractor shall not be relieved of liability to the City for damages sustained by the City by reason of any default of the contract by the Contractor or otherwise, and the City may withhold any payments to the Contractor for the purpose of an offset until such time as the amount of damages due the City from the Contractor can be determined. 27. TERMINATION FOR CAUSE: In the event of a default by the Contractor, the City shall have the right to terminate the Contract for cause, by written notice effective ten (10) calendar days, unless otherwise specified, after the date of such notice, unless the Contractor, within such ten (10) day period, cures such default, or provides evidence sufficient to prove to the City’s Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 Contract 8862 reasonable satisfaction that such default does not, in fact, exist. In addition to any other remedy available under law or in equity, the City shall be entitled to recover all actual damages, costs, losses and expenses, incurred by the City as a result of the Contractor’s default, including, without limitation, cost of cover, reasonable attorneys’ fees, court costs, and prejudgment and post- judgment interest at the maximum lawful rate. Additionally, in the event of a default by the Contractor, the City may remove the Contractor from the City’s vendor list for three (3) years and/or any offer submitted by the Contractor may be disqualified for up to three (3) years. All rights and remedies under the Contract are cumulative and are not exclusive of any other right or remedy provided by law. The requirements of Subchapter J, Chapter 552 of the Texas Government Code, may apply to this Contract and the Contractor agrees that the Contract can be terminated if the Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. 28. TERMINATION WITHOUT CAUSE: The City shall have the right to terminate the Contract, in whole or in part, without cause and/or for convenience any time upon thirty (30) calendar days’ prior written notice. Upon receipt of a notice of termination, the Contractor shall promptly cease all further work pursuant to the Contract, with such exceptions, if any, specified in the notice of termination. The City shall pay the Contractor, to the extent of funds appropriated or otherwise legally available for such purposes, for all goods delivered and services performed and obligations incurred prior to the date of termination in accordance with the terms hereof, provided such payment amount is not disputed by City. The City reserves all rights, causes of action, and remedies available under law or in equity with respect to any dispute under this Contract and a termination under this provision does not waive such rights, causes of action, and remedies. 29. FRAUD: Fraudulent statements by the Contractor in any offer, Contract Document, or in any report or deliverable required to be submitted by the Contractor to the City shall be grounds for the termination of the Contract for cause by the City and may result in legal action. 30. DELAYS: A. The City may delay scheduled delivery or other due dates by written notice to the Contractor if the City deems it is in its best interest. If such delay causes an increase in the cost of the work under the Contract, the City and the Contractor shall negotiate an equitable adjustment for costs incurred by the Contractor in the Contract price and execute an amendment to the Contract. The Contractor must assert its right to an adjustment within thirty (30) calendar days from the date of receipt of the notice of delay. Failure to agree on any adjusted price shall be handled under the Dispute Resolution process specified in Paragraph 53. However, nothing in this provision shall excuse the Contractor from delaying the delivery as notified. B. Neither party shall be liable for any default or delay in the performance of its obligations under this Contract if, while and to the extent such default or delay is caused by acts of God, fire, riots, civil commotion, labor disruptions, sabotage, sovereign conduct, or any other cause beyond the reasonable control of such party. In the event of default or delay in Contract performance due to any of the foregoing causes, then the time for completion of the services will be extended; provided, however, in such an event, a conference will be held within three (3) business days to establish a mutually agreeable period of time reasonably necessary to overcome the effect of such failure to perform. 31. TIME OF COMPLETION AND LIQUIDATED DAMAGES: Contractor agrees and acknowledges that completing the services and/or delivering the goods described in this Contract in a timely manner is very important to the City. Contractor agrees to perform all obligations Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 Contract 8862 within the timeframes required. As it is impracticable and extremely difficult to fix the actual damages, if any, that may proximately result from a failure by Contractor to provide the goods or perform the service, should Contractor fail to timely perform its obligations, Contractor agrees to pay to City, or have withheld and offset from monies due it, the amount stated in the Contract Documents as liquidated damages for each calendar day of delay or nonperformance. Any sums due and payable hereunder by the Contractor shall be payable, not as a penalty, but as liquidated damages representing an estimate of delay damages likely to be sustained by the City, estimated at the time of executing this Contract. Execution of the Contract shall constitute agreement by the City and Contractor that said amount is the minimum value of the costs and actual damage caused by the Contractor’s failure to timely perform. Adjustments to the contract times can only be made as provided in the Contract Documents and any conditions or specifications referenced therein. 32. INDEMNITY: A. Definitions: i. “Indemnified Claims” shall include any and all claims, demands, suits, causes of action, judgments, and liability of every character, type, or description, including all reasonable costs and expenses of litigation, mediation, or other alternate dispute resolution mechanism, including attorney and other professional fees for: (1) damage to or loss of the property of any person (including, but not limited to the City, the Contractor, their respective agents, officers, employees and Subcontractors; the officers, agents, and employees of such Subcontractors; and third parties); and/or (2) death, bodily injury, illness, disease, worker’s compensation, loss of services, or loss of income or wages to any person (including but not limited to the agents, officers and employees of the City, the Contractor, the Contractor’s Subcontractors, and third parties), ii. “Fault” shall include the sale of defective or non-conforming deliverables, negligence, willful misconduct or a breach of any legally imposed strict liability standard. B. THE CONTRACTOR SHALL DEFEND (AT THE OPTION OF THE CITY), INDEMNIFY, AND HOLD THE CITY, ITS SUCCESSORS, ASSIGNS, OFFICERS, EMPLOYEES AND ELECTED OFFICIALS HARMLESS FROM AND AGAINST ALL INDEMNIFIED CLAIMS DIRECTLY ARISING OUT OF, INCIDENT TO, CONCERNING OR RESULTING FROM THE FAULT OF THE CONTRACTOR, OR THE CONTRACTOR’S AGENTS, EMPLOYEES OR SUBCONTRACTORS, IN THE PERFORMANCE OF THE CONTRACTOR’S OBLIGATIONS UNDER THE CONTRACT. NOTHING HEREIN SHALL BE DEEMED TO LIMIT THE RIGHTS OF THE CITY OR THE CONTRACTOR (INCLUDING, BUT NOT LIMITED TO, THE RIGHT TO SEEK CONTRIBUTION) AGAINST ANY THIRD PARTY WHO MAY BE LIABLE FOR AN INDEMNIFIED CLAIM. 33. LIMITATION OF LIABILITY: This Contract does not, and shall not be interpreted to, contain an artificial limitation of liability (e.g. liability limited to contract price or liability capped at an amount actually paid in previous 3 months, etc.) or an artificial statute of limitations (e.g. any lawsuit must be commenced within one year of the event). 34. INSURANCE: The Contractor shall procure and maintain insurance of the types and in the minimum amounts acceptable to the City of Denton outlined in the Insurance Exhibit attached hereto, if applicable. The insurance shall be written by a company licensed to do business in the State of Texas and satisfactory to the City of Denton. The City of Denton reserves the right to add insurance Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 Contract 8862 during the contract term. B. Specific Coverage Requirements: Specific insurance requirements are contained in the Solicitation and the Insurance Exhibit. 35. CLAIMS: If any claim, demand, suit, or other action is asserted against the Contractor which arises under or concerns the Contract, or which could have a material adverse effect on the Contractor’s ability to perform thereunder, the Contractor shall give written notice thereof to the City within ten (10) calendar days after receipt of notice by the Contractor. Such notice to the City shall state the date of notification of any such claim, demand, suit, or other action; the names and addresses of the claimant(s); the basis thereof; and the name of each person against whom such claim is being asserted. Such notice shall be delivered personally or by mail and shall be sent to the City and to the Denton City Attorney. Personal delivery to the City Attorney shall be to City Hall, 215 East McKinney Street, Denton, Texas 76201. 36. NOTICES: Unless otherwise specified, all notices, requests, or other communications required or appropriate to be given under the Contract shall be in writing and shall be deemed delivered three (3) business days after postmarked if sent by U.S. Postal Service Certified or Registered Mail, Return Receipt Requested. Notices delivered by other means shall be deemed delivered upon receipt by the addressee. Routine communications may be made by first class mail, telefax, or other commercially accepted means. Notices to the Contractor shall be sent to the address specified in the Contractor’s Offer, or at such other address as a party may notify the other in writing. Notices to the City shall be addressed to the City at 901B Texas Street, Denton, Texas 76209 and marked to the attention of the Purchasing Manager. 37. RIGHTS TO BID, PROPOSAL AND CONTRACTUAL MATERIAL: All material submitted by the Contractor to the City shall become property of the City upon receipt. Any portions of such material claimed by the Contractor to be proprietary must be clearly marked as such. Determination of the public nature of the material is subject to the Texas Public Information Act, Chapter 552, and Texas Government Code. The requirements of Subchapter J, Chapter 552 of the Texas Government Code, may apply to this Contract and the Contractor agrees that the Contract can be terminated if the Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. 38. INDEMNIFICATION AGAINST INFRINGEMENTS: The Contractor represents and warrants to the City that: (i) the Contractor shall provide the City good and indefeasible title to the deliverables and (ii) the deliverables supplied by the Contractor in accordance with the specifications in the Contract will not infringe, directly or contributorily, any patent, trademark, copyright, trade secret, or any other intellectual property right of any kind of any third party; that no claims have been made by any person or entity with respect to the ownership or operation of the deliverables and the Contractor does not know of any valid basis for any such claims. Moreover, Contractor does not know of any valid basis for any such claims. THE CONTRACTOR SHALL, AT ITS SOLE EXPENSE, DEFEND, INDEMNIFY, AND HOLD THE CITY HARMLESS FROM AND AGAINST ALL LIABILITY, DAMAGES, AND COSTS (INCLUDING COURT COSTS AND REASONABLE FEES OF ATTORNEYS AND OTHER PROFESSIONALS) ARISING OUT OF OR RESULTING FROM: (I) ANY CLAIM THAT THE CITY’S EXERCISE ANYWHERE IN THE WORLD OF THE RIGHTS ASSOCIATED WITH THE CITY’S’ OWNERSHIP, AND IF APPLICABLE, LICENSE RIGHTS, AND ITS USE OF THE DELIVERABLES INFRINGES THE INTELLECTUAL PROPERTY RIGHTS OF ANY THIRD PARTY; OR (II) Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 Contract 8862 THE CONTRACTOR’S BREACH OF ANY OF CONTRACTOR’S REPRESENTATIONS OR WARRANTIES STATED IN THIS CONTRACT. IN THE EVENT OF ANY SUCH CLAIM, THE CITY SHALL HAVE THE RIGHT TO MONITOR SUCH CLAIM OR AT ITS OPTION ENGAGE ITS OWN SEPARATE COUNSEL TO ACT AS CO-COUNSEL ON THE CITY’S BEHALF. FURTHER, CONTRACTOR AGREES THAT THE CITY’S SPECIFICATIONS REGARDING THE DELIVERABLES SHALL IN NO WAY DIMINISH CONTRACTOR’S WARRANTIES OR OBLIGATIONS UNDER THIS PARAGRAPH AND THE CITY MAKES NO WARRANTY THAT THE PRODUCTION, DEVELOPMENT, OR DELIVERY OF SUCH DELIVERABLES WILL NOT IMPACT SUCH WARRANTIES OF CONTRACTOR. THIS PARAGRAPH SHALL SURVIVE THE TERMINATION OF THIS CONTRACT. 39. CONFIDENTIALITY: In order to provide the deliverables to the City, Contractor may require access to certain of the City’s and/or its licensors’ confidential information (including inventions, employee information, trade secrets, confidential know-how, confidential business information, and other information which the City or its licensors consider confidential) (collectively, “Confidential Information”). Contractor acknowledges and agrees that the Confidential Information is the valuable property of the City and/or its licensors and any unauthorized use, disclosure, dissemination, or other release of the Confidential Information will substantially injure the City and/or its licensors. The Contractor (including its employees, subcontractors, agents, or representatives) agrees that it will maintain the Confidential Information in strict confidence and shall not disclose, disseminate, copy, divulge, recreate, or otherwise use the Confidential Information without the prior written consent of the City or in a manner not expressly permitted under this Contract, unless the Confidential Information is required to be disclosed by law or an order of any court or other governmental authority with proper jurisdiction, provided the Contractor promptly notifies the City before disclosing such information so as to permit the City reasonable time to seek an appropriate protective order. The Contractor agrees to use protective measures no less stringent than the Contractor uses within its own business to protect its own most valuable information, which protective measures shall under all circumstances be at least reasonable measures to ensure the continued confidentiality of the Confidential Information. 40. OWNERSHIP AND USE OF DELIVERABLES: The City shall own all rights, titles, and interests throughout the world in and to the deliverables. A. Patents. As to any patentable subject matter contained in the deliverables, the Contractor agrees to disclose such patentable subject matter to the City. Further, if requested by the City, the Contractor agrees to assign and, if necessary, cause each of its employees to assign the entire right, title, and interest to specific inventions under such patentable subject matter to the City and to execute, acknowledge, and deliver and, if necessary, cause each of its employees to execute, acknowledge, and deliver an assignment of letters patent, in a form to be reasonably approved by the City, to the City upon request by the City. B. Copyrights. As to any deliverables containing copyrightable subject matter, the Contractor agrees that upon their creation, such deliverables shall be considered as work made-for-hire by the Contractor for the City and the City shall own all copyrights in and to such deliverables, provided however, that nothing in this Paragraph 41 shall negate the City’s sole or joint ownership of any such deliverables arising by virtue of the City’s sole or joint authorship of such deliverables. Should by operation of law, such deliverables not be considered works made-for-hire, the Contractor hereby assigns to the City (and agrees to cause each of its employees providing services to the City hereunder to execute, acknowledge, and deliver an assignment to the City of) all worldwide right, title, and interest in and to such deliverables. With respect to such work made- for-hire, the Contractor agrees to execute, acknowledge, and deliver and cause each of its Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 Contract 8862 employees providing services to the City hereunder to execute, acknowledge, and deliver a work- made-for-hire agreement, in a form to be reasonably approved by the City, to the City upon delivery of such deliverables to the City or at such other time as the City may request. C. Additional Assignments. The Contractor further agrees to, and if applicable, cause each of its employees to, execute, acknowledge, and deliver all applications, specifications, oaths, assignments, and all other instruments which the City might reasonably deem necessary in order to apply for and obtain copyright protection, mask work registration, trademark registration and/or protection, letters patent, or any similar rights in any and all countries and in order to assign and convey to the City, its successors, assigns and nominees, the sole and exclusive right, title, and interest in and to the deliverables. The Contractor’s obligations to execute, acknowledge, and deliver (or cause to be executed, acknowledged, and delivered) instruments or papers such as those described in this Paragraph 41 A., B., and C. shall continue after the termination of this Contract with respect to such deliverables. In the event the City should not seek to obtain copyright protection, mask work registration or patent protection for any of the deliverables, but should desire to keep the same secret, the Contractor agrees to treat the same as Confidential Information under the terms of Paragraph 40 above. 41. PUBLICATIONS: All published material and written reports submitted under the Contract must be originally developed material unless otherwise specifically provided in the Contract. When material not originally developed is included in a report in any form, the source shall be identified. 42. ADVERTISING: The Contractor shall not advertise or publish, without the City’s prior consent, the fact that the City has entered into the Contract, except to the extent necessary to comply with proper requests for information from an authorized representative of the federal, State, or local government. 43. NO CONTINGENT FEES: The Contractor warrants that no person or selling agency has been employed or retained to solicit or secure the Contract upon any agreement or understanding for commission, percentage, brokerage, or contingent fee, excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Contractor for the purpose of securing business. For breach or violation of this warranty, the City shall have the right, in addition to any other remedy available, to cancel the Contract without liability and to deduct from any amounts owed to the Contractor, or otherwise recover, the full amount of such commission, percentage, brokerage or contingent fee. 44. GRATUITIES: The City may, by written notice to the Contractor, cancel the Contract without liability if it is determined by the City that gratuities were offered or given by the Contractor or any agent or representative of the Contractor to any officer or employee of the City of Denton with a view toward securing the Contract or securing favorable treatment with respect to the awarding or amending or the making of any determinations with respect to the performing of such contract. In the event the Contract is canceled by the City pursuant to this provision, the City shall be entitled, in addition to any other rights and remedies, to recover or withhold the amount of the cost incurred by the Contractor in providing such gratuities. 45. PROHIBITION AGAINST PERSONAL INTEREST IN CONTRACTS: The Contractor agrees to comply with the conflict of interest provisions of the City of Denon Code of Ordinances and/or State law. No officer, employee, independent consultant, or elected official of the City who Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 Contract 8862 is involved in the development, evaluation, or decision-making process of the performance of any solicitation shall have a financial interest, direct or indirect, in the Contract resulting from that solicitation as defined in the City’s Ethic Ordinance codified at Chapter 2, Article XI and in the City Charter Section 14.04, as amended. Any willful violation of this section shall constitute impropriety in office, and any officer or employee guilty thereof shall be subject to disciplinary action up to and including dismissal. Any violation of this provision, with the knowledge, expressed or implied, of the Contractor shall render the Contract voidable by the City. The Contractor shall complete and submit the City’s Conflict of Interest Questionnaire. The Contractor agrees to maintain current, updated disclosure of information on file with the Procurement Department throughout the term of this Contract. 46. NO SUBCONTRACTING BID AFTER AWARD: Following the award of the Contract, no subcontracting except that specifically identified in the response to the Solicitation will be permitted without the express prior written consent of the City. 47. NO GIFT OF PUBLIC PROPERTY: The City will not agree to any terms or conditions that cause the City to lend its credit or grant public money or anything of value to the selected Contractor. 48. INDEPENDENT CONTRACTOR: The Contract shall not be construed as creating an employer/employee relationship, a partnership, or a joint venture. The Contractor’s services shall be those of an independent contractor. The Contractor agrees and understands that the Contract does not grant any rights or privileges established for employees of the City of Denton, Texas for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker’s compensation, or any other City employee benefit. The City shall not have supervision and control of the Contractor or any employee of the Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or their designee under this Contract. The Contractor is expressly free to advertise and perform services for other parties while performing services for the City. 49. ASSIGNMENT-DELEGATION: The Contract shall be binding upon and enure to the benefit of the City and the Contractor and their respective successors and assigns, provided however, that no right or interest in the Contract shall be assigned and no obligation shall be delegated by the Contractor without the prior written consent of the City. Any attempted assignment or delegation by the Contractor shall be void unless made in conformity with this Paragraph. The Contract is not intended to confer rights or benefits on any person, firm or entity not a party hereto; it being the intention of the parties that there are no third party beneficiaries to the Contract. The Vendor shall notify the City’s Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records. The president of the company or authorized official must sign the letter. A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of director’s resolution approving the action, or an executed merger or acquisition agreement. Failure to do so may adversely impact future invoice payments. 50. WAIVER: No claim or right arising out of a breach of the Contract can be discharged in whole Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 Contract 8862 or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in writing signed by the aggrieved party. No waiver by either the Contractor or the City of any one or more events of default by the other party shall operate as, or be construed to be, a permanent waiver of any rights or obligations under the Contract, or an express or implied acceptance of any other existing or future default or defaults, whether of a similar or different character. No delay, failure, or waiver of either party’s exercise or partial exercise of any right or remedy under the Contract shall operate to limit, impair, preclude, cancel, waive or otherwise affect such right or remedy. 51. MODIFICATIONS: The Contract can be modified or amended only by a writing signed by both parties. No pre-printed or similar terms on any the Contractor invoice, order or other document submitted to the City by Contractor shall have any force or effect to change the terms, covenants, and conditions of the Contract. 52. INTERPRETATION: The Contract is intended by the parties as a final, complete and exclusive statement of the terms of their agreement. No course of prior dealing between the parties or course of performance or usage of the trade shall be relevant to supplement or explain any term used in the Contract. Acceptance or acquiescence in a course of performance rendered under this Contract shall not be relevant to determine the meaning of this agreement even though the accepting or acquiescing party has knowledge of the performance and opportunity for objection. Although the Contract may have been substantially drafted by one party, it is the intent of the parties that all provisions be construed in a manner to be fair to both parties, reading no provisions more strictly against one party or the other. Whenever a term defined by the Uniform Commercial Code, as enacted by the State of Texas, is used in the Contract, the UCC definition shall control, unless otherwise defined in the Contract. 53. DISPUTE RESOLUTION: A. If a dispute arises out of or relates to the Contract, or the breach thereof, the parties agree to negotiate prior to prosecuting a suit for damages. However, this section does not prohibit the filing of a lawsuit to toll the running of a statute of limitations or to seek injunctive relief. Either party may make a written request for a meeting between representatives of each party within fourteen (14) calendar days after receipt of the request or such later period as agreed by the parties. Each party shall include, at a minimum, one (1) senior level individual with decision-making authority regarding the dispute, however any decision requiring approval of the City Council of the City will be required to be submitted to the City Council and the senior level person shall have authority to recommend approval of any resolution. The purpose of this and any subsequent meeting is to attempt in good faith to negotiate a resolution of the dispute. If, within thirty (30) calendar days after such meeting, the parties have not succeeded in negotiating a resolution of the dispute, they will proceed directly to mediation as described below. Negotiation may be waived by a written agreement signed by both parties, in which event the parties may proceed directly to mediation as described below. B. If the efforts to resolve the dispute through negotiation fail, or the parties waive the negotiation process, the parties may select, within thirty (30) calendar days, a mediator trained in mediation skills to assist with resolution of the dispute. Should they choose this option; the City and the Contractor agree to act in good faith in the selection of the mediator and to give consideration to qualified individuals nominated to act as mediator. Nothing in the Contract prevents the parties from relying on the skills of a person who is trained in the subject matter of the dispute or a contract interpretation expert. If the parties fail to agree on a mediator within thirty (30) calendar days of Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 Contract 8862 initiation of the mediation process, the mediator shall be selected by the Denton County Alternative Dispute Resolution Program (DCAP). The parties agree to participate in mediation in good faith for up to thirty (30) calendar days from the date of the first mediation session. The City and the Contractor will share the mediator’s fees equally and the parties will bear their own costs of participation such as fees for any consultants or attorneys they may utilize to represent them or otherwise assist them in the mediation. C. The parties shall not be required to submit to binding arbitration. 54. JURISDICTION AND VENUE: The Contract is made under and shall be governed by the laws of the State of Texas, including, when applicable, the Uniform Commercial Code as adopted in Texas, V.T.C.A., Bus. & Comm. Code, Chapter 1, excluding any rule or principle that would refer to and apply the substantive law of another state or jurisdiction. All issues arising from this Contract shall be resolved in the courts of Denton County, Texas and the parties agree to submit to the exclusive personal jurisdiction of such courts. The foregoing, however, shall not be construed or interpreted to limit or restrict the right or ability of the City to seek and secure injunctive relief from any competent authority as contemplated herein. 55. INVALIDITY: The invalidity, illegality, or unenforceability of any provision of the Contract shall in no way affect the validity or enforceability of any other portion or provision of the Contract. Any void provision shall be deemed severed from the Contract and the balance of the Contract shall be construed and enforced as if the Contract did not contain the particular portion or provision held to be void. The parties further agree to reform the Contract to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Contract from being void should a provision which is the essence of the Contract be determined to be void. 56. HOLIDAYS: The following holidays are observed by the City: New Year’s Day (observed) Martin Luther King, Jr. Day Memorial Day Juneteenth Independence Day Labor Day Veteran’s Day Thanksgiving Day Friday After Thanksgiving Christmas Eve (observed) Christmas Day (observed) If a Legal Holiday falls on Saturday, it will be observed on the preceding Friday. If a Legal Holiday falls on Sunday, it will be observed on the following Monday. Normal hours of operation shall be between 8:00 am and 4:00 pm, Monday through Friday, excluding City of Denton Holidays. Any scheduled deliveries or work performance not within the normal hours of operation must be approved by the City Manager of Denton, Texas or their authorized designee. 57. SURVIVABILITY OF OBLIGATIONS: All provisions of the Contract that impose continuing obligations on the parties, including but not limited to the warranty, indemnity, and Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 Contract 8862 confidentiality obligations of the parties, shall survive the expiration or termination of the Contract for fifteen (15) years. 58. NON-SUSPENSION OR DEBARMENT CERTIFICATION: The City of Denton is prohibited from contracting with or making prime or sub-awards to parties that are suspended or debarred or whose principals are suspended or debarred from Federal, State, or City of Denton Contracts. By accepting a Contract with the City, the Vendor certifies that its firm and its principals are not currently suspended or debarred from doing business with the Federal Government, as indicated by the General Services Administration List of Parties Excluded from Federal Procurement and Non-Procurement Programs, the State of Texas, or the City of Denton. 59. EQUAL OPPORTUNITY Contractor agrees that during the performance of its contract it will: A. Treat all applicants and employees without discrimination as to race, color, religion, sex, national origin, marital status, age, or handicap. B. Identify itself as an “Equal Opportunity Employer” in all help wanted advertising or request. The Contractor shall be advised of any complaints filed with the City alleging that Contractor is not an Equal Opportunity Employer. The City reserves the right to consider its reports from its human relations administrator in response to such complaints in determining whether or not to terminate any portion of this contract for which purchase orders or authorities to deliver have not been included, however, the Contractor is specifically advised that no Equal Opportunity Employment complaint will be the basis for cancellation of this contract for which a purchase order has been issued or authority to deliver granted. C. Americans with Disabilities Act (ADA) Compliance: No Contractor, or Contractor’s agent, shall engage in any discriminatory employment practice against individuals with disabilities as defined in the ADA. 60. BUY AMERICAN ACT-SUPPLIES (Applicable to certain federally funded requirements) The following federally funded requirements are applicable. A. Definitions. As used in this paragraph – i. “Component” means an article, material, or supply incorporated directly into an end product. ii. “Cost of components” means - (1) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the end product (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or (2) For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the end product. iii. “Domestic end product” means- (1) An unmanufactured end product mined or produced in the United States; or (2) An end product manufactured in the United States, if the cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. Components of foreign origin of the same class or kind as those that the agency determines are not mined, produced, or manufactured in sufficient and reasonably available Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 Contract 8862 commercial quantities of a satisfactory quality are treated as domestic. Scrap generated, collected, and prepared for processing in the United States is considered domestic. iv. “End product” means those articles, materials, and supplies to be acquired under the contract for public use. v. “Foreign end product” means an end product other than a domestic end product. vi. “United States” means the 50 States, the District of Columbia, and outlying areas. B. The Buy American Act (41 U.S.C. 10a - 10d) provides a preference for domestic end products for supplies acquired for use in the United States. C. The City does not maintain a list of foreign articles that will be treated as domestic for this Contract; but will consider for approval foreign articles as domestic for this product if the articles are on a list approved by another Governmental Agency. The Contractor shall submit documentation with their offer demonstrating that the article is on an approved Governmental list. D. The Contractor shall deliver only domestic end products except to the extent that it specified delivery of foreign end products in the provision of the Solicitation entitled “Buy American Act Certificate”. 61. RIGHT TO INFORMATION: The City of Denton reserves the right to use any and all information presented in any response to this Contract, whether amended or not, except as prohibited by law. Selection of rejection of the submittal does not affect this right. 62. LICENSE FEES OR TAXES: Provided the solicitation requires an awarded contractor or supplier to be licensed by the State of Texas, any and all fees and taxes are the responsibility of the respondent. 63. PREVAILING WAGE RATES: The Contractor shall comply with prevailing wage rates as defined by the United States Department of Labor Davis-Bacon Wage Determination at http://www.dol.gov/whd/contracts/dbra.htm and at the Wage Determinations website www.wdol.gov for Denton County, Texas (WD-2509). 64. COMPLIANCE WITH ALL STATE, FEDERAL, AND LOCAL LAWS: The Contractor or supplier shall comply with all State, federal, and local laws and requirements. The Contractor must comply with all applicable laws at all times, including, without limitation, the following: (i) §36.02 of the Texas Penal Code, which prohibits bribery; (ii) §36.09 of the Texas Penal Code, which prohibits the offering or conferring of benefits to public servants; and (iii) Chapter 552 of the Texas Government Code, which outlines policy for public information. The Contractor shall give all notices and comply with all laws and regulations applicable to furnishing and performance of the Contract. 65. FEDERAL, STATE, AND LOCAL REQUIREMENTS: Contractor shall demonstrate on- site compliance with the provisions of federal law dealing with issuance of Form W-2’s to common law employees. Contractor is responsible for both federal and State unemployment insurance coverage and standard Workers’ Compensation insurance coverage. Contractor shall ensure compliance with all federal and State tax laws and withholding requirements. The City of Denton shall not be liable to Contractor or its employees for any Unemployment or Workers’ Compensation coverage, or federal or State withholding requirements. Contractor shall indemnify the City of Denton and shall pay all costs, penalties, or losses resulting from Contractor’s omission or breach of this Section. Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 Contract 8862 66. ATTORNEY’S FEES; LEGAL COSTS: Contractor and City agree that the City will not be required to pay Contractor’s attorney’s fees or legal costs under any circumstances, unless expressly required by law. 67. DRUG FREE WORKPLACE: The Contractor shall comply with the applicable provisions of the Drug-Free Work Place Act of 1988 (Public Law 100-690, Title V, Subtitle D; 41 U.S.C. 701 ET SEQ.) and maintain a drug-free work environment; and the final rule, government-wide requirements for drug-free work place (grants), issued by the Office of Management and Budget and the Department of Defense (32 CFR Part 280, Subpart F) to implement the provisions of the Drug-Free Work Place Act of 1988 is incorporated by reference and the Contractor shall comply with the relevant provisions thereof, including any amendments to the final rule that may hereafter be issued. 68. CONTRACTOR LIABILITY FOR DAMAGE TO GOVERNMENT PROPERTY: The Contractor shall be liable for all damages to government-owned, leased, or occupied property and equipment caused by the Contractor and its employees, agents, subcontractors, and suppliers, including any delivery or cartage company, in connection with any performance pursuant to the Contract. The Contractor shall notify the City of Denton Procurement Manager in writing of any such damage within one (1) calendar day. 69. FORCE MAJEURE: The City of Denton, any Customer, and the Contractor shall not be responsible for performance under the Contract should it be prevented from performance by an act of war, order of legal authority, act of God, or other unavoidable cause not attributable to the fault or negligence of the City of Denton. In the event of an occurrence under this Section, the Contractor will be excused from any further performance or observance of the requirements so affected for as long as such circumstances prevail and the Contractor continues to use commercially reasonable efforts to recommence performance or observance whenever and to whatever extent possible without delay. The Contractor shall immediately notify the City of Denton Procurement Manager by telephone (to be confirmed in writing within five (5) calendar days of the inception of such occurrence) and describe at a reasonable level of detail the circumstances causing the non-performance or delay in performance. 70. NON-WAIVER OF RIGHTS: Failure of a Party to require performance by another Party under the Contract will not affect the right of such Party to require performance in the future. No delay, failure, or waiver of either Party’s exercise or partial exercise of any right or remedy under the Contract shall operate to limit, impair, preclude, cancel, waive or otherwise affect such right or remedy. A waiver by a Party of any breach of any term of the Contract will not be construed as a waiver of any continuing or succeeding breach. 71. NO WAIVER OF SOVEREIGN IMMUNITY: The Parties expressly agree that no provision of the Contract is in any way intended to constitute a waiver by the City of Denton of any immunities from suit or from liability that the City of Denton may have by operation of law. 72. RECORDS RETENTION: The Contractor shall retain all financial records, supporting documents, statistical records, and any other records or books relating to the performances called for in the Contract. The Contractor shall retain all such records for a period of four (4) years after the expiration of the Contract, or until the CPA or State Auditor’s Office is satisfied that all audit and litigation matters are resolved, whichever period is longer. The Contractor shall grant access Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 Contract 8862 to all books, records and documents pertinent to the Contract to the CPA, the State Auditor of Texas, and any federal governmental entity that has authority to review records due to federal funds being spent under the Contract. In the event the value of this Contract is One Million ($1,000,000) Dollars or greater: (i) all contracting information related to this contract will be preserved for the duration of the Contact; (ii) the Contractor shall provide any contracting information in its possession promptly upon request by the City; and (iii) at the expiration of this Contract, the Contractor will either provide all contracting information in its possession to the City or preserve same as required by the record retention requirements of the State of Texas. 73. PROCUREMENT LAWS: The City will not agree to any terms or conditions that cause the City to violate any federal, State, or local procurement laws, including its own Charter or Procurement Policy and any such laws included in boilerplate terms, online terms or other terms provided by the Contractor are considered null and void. 74. AUTHORITY: Contractor represents and warrants to the other that (a) it has company authority to execute and perform this Contract; (b) executing this Contract does not constitute a material conflict with, breach, or default under any applicable law, its respective organizational documents, or any documents, agreements, contracts or instruments which are binding upon it; and (c) this Contract creates valid, legal, and binding obligation enforceable against it, subject to applicable insolvency and bankruptcy laws. Contractor recognizes and agrees that a violation of this provision constitutes a material breach under this Contract. Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 Contract 8862 Exhibit D Certificate of Interested Parties Electronic Filing In 2015, the Texas Legislature adopted House Bill 1295, which added section 2252.908 of the Government Code. The law states that the City may not enter into this contract unless the Contractor submits a disclosure of interested parties (Form 1295) to the City at the time the Contractor submits the signed contract. The Texas Ethics Commission has adopted rules requiring the business entity to file Form 1295 electronically with the Commission. Contractor will be required to furnish a Certificate of Interest Parties before the Contract is awarded, in accordance with Government Code 2252.908. The Contractor shall: 1. Log onto the State Ethics Commission Website at :https://www.ethics.state.tx.us/filinginfo/1295/ 2. Register utilizing the tutorial provided by the State 3. Print a copy of the completed Form 1295 4. Enter the Certificate Number on page 2 of this contract. 5. Complete and sign the Form 1295 6. Email the form to purchasing@cityofdenton.com with the contract number in the subject line. (EX: Contract 1234 – Form 1295) The City must acknowledge the receipt of the filed Form 1295 not later than the 30th day after Council award. Once a Form 1295 is acknowledged, it will be posted to the Texas Ethics Commission’s website within seven business days. Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 Line #Description Mfgno QTY UOM Unit Item numbers 1 ACAREXX .01% INVERMECTION OTIC SUSPENSION 1 EA No Bid 2 ACEPROMAZINE INJ 10MG (RX) 50ML 136059 1 EA 26.91 090.00500.3 3 ACEPROMAZINE TABS 10 MG 100 CT 86117004907 1 EA 38.4 586.00040.3 4 AGRIMECTIN 1% INJ 50ML 225 3 EA 17.11 801.00235.3 5 AIRCARE ENDO TUBE 9.5MM 1 EA 1.22 5 ALT1 Clear endotube with cuff 9.5 mm 000.00413.3 1 EA 1.22 000.00413.3 6 ALBAN 5% ORAL SUSPENSION 473ML BOTTLE 10000296 2 EA 107.95 885.10025.3 7 ALBON 5% ORAL SUSPENSION 2 OZ 10000295 1 EA 20.85 885.10021.3 8 ALBON TABLETS 250 MG 500 CT 10000292 1 EA 238.5 885.10005.3 9 ALBON TABLETS 500 MG 500 CT 10000294 1 EA 393.65 885.10011.3 10 ALBON TABS 125MG 200CT 10000291 1 EA 61.3 885.10000.3 11 ALBON TABS 500MG 100CT 10000293 1 EA 106.25 885.10010.3 12 ALCONOX LAB DETERGENT 4 LB.800057 2 EA 59.71 348.10040.2 13 ALLERDERM FOAMING CLEANSER 13500 1 EA 11.6 724.01520.3 14 ALLOPURINOL TABS 300 MG 100 CT (ZYLOPRIM)191.09010.3 3 EA 4.85 191.09010.3 15 ALPHATRAK 3 CONTROL SOLUTION 10024745 1 EA 18.4 004.00285.2 16 ALPHATRAK 3 LANCETS 50 CT 10024744 1 EA 11.8 004.00292.2 17 ALPHATRAK 3 STARTER KIT 10026571 1 EA 59.95 553.00265.2 18 ALPHATRAK 3 TEST STRIPS 50 CT 10026572 1 EA 46.2 553.00275.2 19 ALPHATRAK LANCING DEVICE 10024747 1 EA 7.35 004.00295.2 20 ALUSPRAY AEROSOL BANDAGE 08887 14 EA 19.39 193.02050.3 21 AMOXI & CLAY POT .OS-DROPS 15 ML 50/12.5MG (62.5MG/M 69043-024-11 8 EA 12.3 666.00018.3 22 AMOXICILLIN CAPS 500MG 500CT 191.15260.3 2 EA 26.5 191.15260.3 23 AMOXICILLIN CAPS 250MG 100CT 191.15200.3 1 EA 5.43 191.15200.3 24 AMOXICILLIN CAPS 500MG 100CT 191.15240.3 1 EA 8.45 191.15240.3 25 AMOXICILLIN CAPSULE 250MG (RX) 500S 191.15220.3 2 EA 24.33 191.15220.3 26 AMOXICILLIN CAPSULE 500MG (RX) 500S 191.15260.3 1 EA 26.5 191.15260.3 27 AMOXI-CLAV ORAL SUSP 15ML *50MG/12.5MG/ML (CLAVACILLIN)69043-024-11 6 EA 12.3 666.00018.3 28 ANESTHESIA MASK ELDRIDGE SET/3 J0355S 2 EA 112.77 350.10192.2 29 ANESTHESIA MASK FELINE SM 32393B5 1 EA 19.42 685.01750.2 30 ANESTHESIA MASK LG FELINE 93805029 3 EA 45.11 432.02266.2 31 ANESTHESIA MASK SET WITH DIAPHRAGMS 3 CT ACC531 1 EA 119.39 644.00160.2 32 ANIMAX OINTMENT 7.5ML 122-75 32 EA 6.68 193.02800.3 33 ANTISEDAN 10ML 10000449 5 EA 258.9 193.02854.3 34 APNEA MONITOR BREATHE SAFE III BS-3 2 EA 158.8 472.02020.2 35 APPOSE STAPLER 35WIDE 88868037-12 8886803712 1 EA 10.93 366.71420.4 36 ATROPINE SULF OPTH SOL 1% 5ML 191.18020.3 1 EA 21.49 191.18020.3 37 ATROPINE SULFATE 1/120GR 100 ML .54MG/ML A-3054-04 2 EA 24.69 193.03705.3 38 AUTOCLAVE BAG 5.25"X10" 200S MPP100525GS CRO P015410 5 EA 13.86 001.38722.2 39 AUTOCLAVE CHEMICAL INDICATOR STRIPS MMM 1250 1 EA 28.97 470.00098.4 40 AUTOCLAVE CLEANER CHAMBER BRITE 10 CT CB0010-1 1 EA 52.33 195.00018.2 41 AUTOCLAVE TAP LF 1/2"X60YD (COMPLY STEAM INDICATOR TAPE)1322-12MM 4 EA 4.02 470.00018.4 42 AVAGARD SURGICAL SCRUB 500ML 470.00006.4 2 EA 43.89 470.00006.4 43 AZITHROMYCIN ORL PWD 100MG/5ML 15ML (ZITHROMAX)191.19000.3 58 EA 2.73 191.19000.3 44 AZITHROMYCIN ORL PWD 200MG/5ML 30ML (ZITHROMAX)191.19040.3 39 EA 2.85 191.19040.3 45 AZITHROMYCIN TABLETS 250 MG 30 CT 191.19205.3 1 EA 3.25 191.19205.3 46 AZITHROMYCIN TABLETS 500 MG 30 CT 191.19225.3 1 EA 7.59 191.19225.3 47 BARIUM SULFATE SUSPENSION 16 OZ JI350 J1350 2 EA 18.3 350.70000.3 48 BETADINE SOLUTION GALLON BVSO1G 5 EA 46.88 575.00020.3 Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 Exhibit E 49 BETAGEN TOPICAL SPRAY 60ML *GTS72-60 3 EA 7.18 193.23600.3 50 BIBULOUS PAPER BOOK 50 X 6 CT 3718 1 EA 18.81 290.00005.2 51 BIOMOX SUSPENSION 50MG/ML 30ML 92530 1 EA 9.05 724.08420.3 52 BLACK BREATHING BAG .5 LITER *DS*280-05AP 3 EA 18.12 715.75197.2 53 BLADE 5 IN 1 NON-ADJUST 45 41873-7190 8 EA 29.34 762.08040.2 54 BLADE A5 7 SKIP TOOTH 78919056005 1 EA 26.2 525.00330.2 55 BLADE A5 7F 78919166005 1 EA 26.2 525.00387.2 56 BLADE SET 5 IN 1 FINE 9-40 02179-301 2 EA 29.34 762.05420.2 57 BOSTON ROUND AMBER .5OZ W/20MM ORAPAC INSERT & 1ML ORAL SYR SP-ON-012-12 248 EA 0.98 130.40095.2 58 BOTTLE ADAPTER INSERT 24MM 17283 2 EA 3.36 321.00225.2 59 BRAUN CHROMIC 0 50M J0091C0 3 EA 122.7 350.03420.2 60 BRAUN CHROMIC 1 50M J0091C1 3 EA 143.5 350.03430.2 61 BRAUN CHROMIC 3 50M J0091C3 2 EA 187.95 350.03450.2 62 BRAVECTO TOPICAL CANINE 88 - 123 LBS PINK 10 CT 153307 1 EA 450.7 349.09140.3 63 BREATHING BAG 1 LITER 91316041 3 EA 33.03 432.00215.2 64 BREATHING BAG 2 LITER 7/8 BUSH NICK BICKFORD 18702 2 EA 16.59 080.00064.2 65 BREATHING BAG 2 LITTER J0249R2 J0249R2 2 EA 32 350.05483.2 66 BREATHING BAG 3 LITER 91316043 3 EA 33.03 432.00191.2 67 BREATHING BAG 4 LITER 91316044 2 EA 33.03 432.00192.2 68 BROWN COTTON CLING GAUZE ROLL 3" X 5 YARDS 12 CT J0192A 1 EA 6.21 350.05515.2 69 BROWN COTTON CLING GAUZE ROLL 6" X 5 YARDS 12 CT J0192B 1 EA 11.07 350.05520.2 70 BUPIVACAINE HCL INJ 5MG/ML (RX) 50ML 191.26567.3 1 EA 4.38 191.26567.3 71 BUPIVACAINE INJ 0.5% 50ML MDV 191.26567.3 2 EA 4.38 191.26567.3 72 BUPRENORPHINE INJ .3MG/ML CIII 5X1ML VIALS (PARS)191.26890.3 9 EA 91.88 191.26890.3 73 BUPRENORPHINE INJ .3MG/ML CIII 5XLML VIALS (PAR)191.26890.3 9 EA 91.88 191.26890.3 74 CALM AND CONFIDENT 60CT 0900780.060 2 EA 17.43 740.13420.3 75 CANINE AND/OR FELINE CN CRITICAL NUTRITION 24X5.5OZ 003810014720 19 EA 55.79 578.16220.5 76 CANINE EN HOSPITAL PACK 25LB 10 EA 26.7 578.20025.5 77 CANINE EN HOSPITAL PACK 32LB GASTRONINTESTINAL 2 EA No Bid 78 CAPROVET CHEWABLE TABS 75MG CARPROFEN 180 CT CCH75-180 2 EA 69.7 193.07730.3 79 CAPSTAR TABLETS 11.4 MG CANINE 2 LBS - 25 LBS BLUE 10 X 6 CT 3075 1 EA 276.42 298.30100.3 80 CAPSTAR TABLETS 11.4 MG FELINE 2 LBS - 25 LBS PINK 10 X 6 CT 3077 1 EA 276.42 298.30200.3 81 CAPSTAR TABLETS 57 MG CANINE OVER 25 LBS GREEN 10 X 6 CT 3076 1 EA 276.42 298.30050.3 82 CARPRIEVE INJ 50 MG/ML 50 ML CARPROFEN 6451506670 24 EA 129.63 515.00719.3 83 CARPRIEVE INJ 50MG/ML 20ML 6451503670 3 EA 54.57 515.00718.3 84 CARPRODYL INJ 50MG/ML 20ML **6451503670 26 EA 54.57 515.00718.3 85 CARPROFEN CAPLET 100MG (RX) 180S CCAP100-180 1 EA 60.77 577.31062.3 86 CARPROVET CHEWABLE TABS 100MG CCH100-180 5 EA 88.28 193.07736.3 87 CARPROVET FLAVORED TABS 100MG*CCH100-180 1 EA 88.28 193.07736.3 88 CAST PADDINGS 2059- 1 EA 11.73 366.27100.4 89 CATEGO <9LBS 36 COUNT C70850B 1 EA 330.16 681.72205.3 90 CEFPODERM TABS 100MG 100CT CEFPODOXIME 17033-431-10 2 EA 36.24 577.31100.3 91 CENTRIFUGE TUBES DISP 15ML JO546A CONICAL POLYSTYR 100 CT J0546A 8 EA 19.5 350.11122.2 92 CEPHALEXIN CAPS 250MG 100CT 191.32000.3 2 EA 4.99 191.32000.3 93 CEPHALEXIN CAPS 500 MG 500 CT (KEFLEX)191.32060.3 2 EA 35.67 191.32060.3 94 CEPHALEXIN CAPS 500MG 100CT 191.32040.3 1 EA 9 191.32040.3 95 CEPHALEXIN CAPSULE 250MG (RX) 500S 191.32020.3 1 EA 19.56 191.32020.3 96 CEPODERM TABS 200MG 100 CT - CEFPODOXINE PROXETIL VET LABEL 17033-432-10 3 EA 70.7 577.31105.3 97 CERENIA INJ 10MG/ML 20ML 10021317 12 EA 225.55 553.00001.3 98 CHLORADINE SCRUB 2% GAL 9006-01-00 1 EA 33.95 370.80010.3 99 CHLORHEXIDINE Q SCRUB 2% GAL VINV-CLOR-SCRB 7 EA 37.97 562.30804.3 100 CHLORHEXIDINE SOLUTION 2% GAL 57319-414-09 1 EA 10 193.08855.3 Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 101 CIPROFLOXACIN TABLET 250MG (RX) 100S 191.34400.3 1 EA 5.29 191.34400.3 102 CIPROFLOXACIN TABS 500MG 100CT 191.34420.3 1 EA 9.75 191.34420.3 103 CLAVACILLIN DROPS 15ML 17033-451-15 8 EA 12.29 193.12358.3 104 CLAVACILLIN TABS 125MG 210CT - AMOXICILLIN/CLAV POT.17033-441-21 1 EA 119.56 193.02352.3 105 CLAVACILLIN TABS 250MG 210CT - AMOXICILLIN/CLAV POT.17033-442-21 2 EA 196.9 193.02354.3 106 CLAVACILLIN TABS 375MG 210CT - AMOXICILLIN/CLAV. POT 17033-443-21 2 EA 281.35 193.02356.3 107 CLAVACILLIN TABS 62.5MG 210CT - AMOXICILLIN/CLAV. POT 17033-440-21 1 EA 64.52 193.02350.3 108 CLAVAMOX DROPS 15ML 12CT 10000485 1 EA 255.6 193.09500.3 109 CLAVE MULTI-DOSE VIAL ADAPTER 10014486 35 EA 3.11 004.27000.2 110 CLEAN & SIMPLE TABLETS 64CT CS0064 1 EA 50.72 195.00025.2 111 CLEVOR .3ML PRE-FILLED DROPPER 5 PK 462253 1 EA 131.82 733.93000.3 112 CLINDA GUARD DROPS (RX) 20ML 1CLI005 3 EA 3.13 193.09702.3 113 CLINDAMYCIN CAPS 300MG 100CT 6904301601 2 EA 16.36 666.00058.3 114 CLINDAMYCIN CAPS 300MG 100CT (CLEOCIN)191.35540.3 2 EA 9.9 191.35540.3 115 CLINDAMYCIN CAPS 75MG 200CT 6904301420 1 EA 53.64 666.00052.3 116 CLINDAMYCIN HCL CAPSULE 150MG (RX) 200S 1 EA No Bid 117 CLINDAMYCIN HCL CAPSULE 75MG (RX) 200S 6904301420 1 EA 53.64 666.00052.3 118 CLIPPER AID SPRAY DISINFECTANT 16OZ 76300102005 2 EA 5.44 525.00482.2 119 CONVENIA 10 ML 10001498 26 EA 457.4 885.10380.3 120 CONVENIA STERILE WATER 10ML 10025200 19 EA 0 885.10386.3 121 CONVENIA STERILE WATER 10ML *10025200 7 EA 0 885.10386.3 122 CONVENIENT CAUTERY KIT J0313 1 EA 65.59 350.05936.2 123 COOL CARE PLUS 15.5OZ ANDIS 12750 4 EA 8.34 046.15000.2 124 COSEQUIN CAPS FOR CATS 80 CT CQCAT80 4 EA 13.48 193.11050.3 125 COSEQUIN FOR CATS SOFT CHEWS CQSCFEL60 1 EA 7.52 193.11052.3 126 COTTON BALL N/S MEDIUM 2000S 801 20050 1 EA 6.18 000.30010.2 127 COTTON SURGICAL TOWEL BLUE 17" X 30"T-3B 1 EA 4.56 272.05001.2 128 COTTON TIP APPLICATOR+WD STEM 100S J0195 - NON STERILE J0195 1 EA 15.65 350.05136.2 129 COTTON TIPPED APPLICATORS 6" 1000 CT 000.30020.2 1 EA 5.02 000.30020.2 130 COUGH TABLET 1000S D47410B 2 EA 171.26 153.00180.3 131 COVER GLASS 22X22 1OZ 14120200 6 EA 6.04 573.14122.2 132 CROPAMEZOLE INJ 10ML 69043-039-10 23 EA 95.68 666.00074.3 133 CURITY STRETCH BANDAGE 1"2239 2 EA 5.59 366.02000.4 134 CURITY STRETCH GAUZE BANDAGE 2" X 2.1 YDS 12 CT 2242- 1 EA 4.02 366.02010.4 135 CURITY STRETCH GAUZE BANDAGE 3" X 2.1 YDS 12 CT 2244- 1 EA 5.21 366.02020.4 136 CURITY STRETCH GAUZE BANDAGE 4" 2.1 YDS 12 CT 2247 1 EA 7.26 366.02030.4 137 CURITY STRETCH GAUZE BANDAGE 6" X 2.1 YDS 6 CT 2249 1 EA 5.41 366.02050.4 138 CURVED TIP SYRINGES 8881412012 1 EA 23.79 366.69402.4 139 DASUQUIN LG 150CT DASUL150 2 EA 50.21 193.12160.3 140 DASUQUIN SM/MED 150CT DASUS150 2 EA 45.09 193.12180.3 141 DECHRA TENNIS BALL THROWER 5 EA No Bid 142 DENOSYL SD4 TABS 90MG 30CT DEN90 1 EA 16.39 193.13000.3 143 DEPO MEDROL 20MG/ML (RX) 20ML 10000792 1 EA 79.75 555.04050.3 144 DEXAMETHASANE 2MG/1ML 100ML BOTTLE 1DEX022 1 EA 10.4 193.13275.3 145 DEXAMETHASONE INJ. 2MG 100 ML D-2953-04 2 EA 10 193.13214.3 146 DEXDOMITOR INJECTION 0.5 MG/ML 10 ML 10002752 1 EA 236.25 193.13250.3 147 DEXIUM SP 4MG 100ML DEXAMETHASONE (BIMEDA LABEL)1DEX023 1 EA 33.37 193.13211.3 148 DEXMEDESED INJ. .5MG/ML 10ML - DEXMEDETOMIDINE HYDROCHLORIDE 17033-005-10 102 EA 113.82 193.13291.3 149 DEXMEDETOMIDINE INJECTION 0.5 MG/ML VINV-PNL1-0334 8 EA 112.98 562.80860.3 150 DEXMEDVET 10ML 69043-038-10 2 EA 105.7 666.00072.3 151 DEXTROSE SOLUTION 50% 500ML BOTTLE 57319-543-07 2 EA 4.12 193.13340.3 Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 152 DIAGEL CAT 6X1ML NEW FORMULA 571606 3 EA 74.62 712.45025.3 153 DIAGEL KITTEN 6X.5ML NEW FORMULA 571605 22 EA 69.62 712.45020.3 154 DIAGEL SM DOG 6X1ML 570601 2 EA 74.7 712.45000.3 155 DIP QUICK STAIN #1 500ML JO322A2 J0322A2 1 EA 27 350.10072.2 156 DIPHENHYDRAMINE .25MG CAPSULE 191.41100.3 1 EA 1.96 191.41100.3 157 DIPHENHYDRAMINE .50MG CAPSULE 191.41120.3 1 EA 2.19 191.41120.3 158 DIPHENHYDRAMINE INJ 10ML *1 EA No Bid 159 DIPHENHYDRAMINE INJ 25X1ML 191.41320.3 1 EA 22.25 191.41320.3 160 DIPQUICK 2 STAIN RED 500ML JO322A2 J0322A2 1 EA 27 350.10072.2 161 DIPQUICK 3 COUNTER STAIN BLUE 500ML JO322A3 J0322A3 1 EA 27 350.10074.2 162 DIPQUICK FIXATIVE TEAL 500ML JO322A1 J0322A1 1 EA 24 350.10070.2 163 DIROBAN 50MG W/DILUENT 5PK 10012868 41 EA 283.25 885.10390.3 164 DOLOREX INJ 10MG/ML 50ML C-IV (BUTORPHANOL)017070 22 EA 173.53 349.12100.3 165 DOXYCYCLINE HCL CAPSULE 50MG (RX) 500S 3 EA No Bid 166 DOXYCYCLINE HYCLATE TABS 191.42390.3 6 EA 21.45 191.42390.3 167 DOXYCYCLINE HYCLATE TABS 100MG 500CT (VIBRA-TABS)191.42390.3 35 EA 21.45 191.42390.3 168 DRONTAL PLUS 68MG 50CT 90207984 1 EA 492.7 405.00414.3 169 DRONTAL PLUS 136MG 30CT 90207985 1 EA 531.64 405.00416.3 170 DRONTAL PLUS TAB 136MG 30CT 90207985 1 EA 531.64 405.00416.3 171 DRONTAL PLUS TABLETS SMALL CANINE 22.7 MG 50 CT 90207983 1 EA 192.97 405.00412.3 172 DRONTAL TAB CAT 72.6MG 50CT 90207982 1 EA 235.23 405.00424.3 173 DYNE HIGH CALORIE LIQUID NUTRITIONAL SUPPLEMENT FOR DOGS 16 OZ 20510 1 EA 9.77 105.00019.3 174 DYNE HIGH CALORIE LIQUID NUTRITIONAL SUPPLEMENT FOR DOGS 32 OZ 20514 1 EA 15.44 105.00042.3 175 EAZE-OFF SPRAY 50ML FEO0050A 2 EA 19.89 193.15068.3 176 ELASTIC ADHESIVE BANDAGE 2"J1030A 2 EA 16.11 350.78725.2 177 ELASTIC TAPE 2"X5YD 3668 1 EA 10.74 001.06063.2 178 ELASTIC TAPE 4"X5YD 3670 1 EA 20.14 001.06061.2 179 ELASTIKON 1"X2 5 YD 12 CT VINV-ELAS-5172 1 EA 26.28 001.10700.2 180 ENCORE SENSI-TOUCH LATEXSURGICAL GLOVES POWDER FREESIZE 8 - 50 PAIR ANS 7826PF 5 EA 36.33 001.09045.2 181 ENDO TUBE PVC CUFFED 10.5MM J0149L J0149L 1 EA 8.7 350.04581.2 182 ENDOSORB SUSPENSION 4OZ 30021704 1 EA 11.45 193.17322.3 183 ENDOSORB TABLETS FOR DOGS & CATS 500 CT 30030251 1 EA 86.44 193.17326.3 184 ENDOTRACH TUBE AIRACE CUFFED 10.0MM 5100 1 EA 1.22 198.25100.2 185 ENDOTRACH TUBE AIRACE CUFFED 3.0MM 100/100/030 1 EA 1.82 685.01420.2 186 ENDOTRACH TUBE AIRACE CUFFED 3.5MM 100/100/035 1 EA 1.82 685.01422.2 187 ENDOTRACH TUBE AIRACE CUFFED 4.0MM 100/100/040 1 EA 1.82 685.01424.2 188 ENDOTRACH TUBE AIRACE CUFFED 4.5MM 100/100/045 1 EA 1.82 685.01426.2 189 ENDOTRACH TUBE AIRACE CUFFED 5.0MM 100/100/050 1 EA 1.82 685.01428.2 190 ENDOTRACH TUBE AIRACE CUFFED 5.5MM 100/100/055 1 EA 1.82 685.01430.2 191 ENDOTRACH TUBE AIRACE CUFFED 6.0MM 100/100/060 1 EA 1.82 685.01432.2 192 ENDOTRACH TUBE AIRACE CUFFED 6.5MM 100/100/065 1 EA 1.82 685.01434.2 193 ENDOTRACH TUBE AIRACE CUFFED 7.0MM 100/100/070 1 EA 1.82 685.01436.2 194 ENDOTRACH TUBE AIRACE CUFFED 8.00MM 100/100/080 1 EA 1.82 685.01440.2 195 ENDOTRACH TUBE AIRACE CUFFED 8.5MM 100/100/085 1 EA 1.82 685.01442.2 196 ENDOTUBE CLEAR NO CUFF 2MM 91316526 2 EA 4.03 432.01325.2 197 ENDOTUBE CLEAR W/CUFF 11MM 5110 2 EA 8.4 198.25110.2 198 ENDOTUBE CLEAR W/CUFF 12MM 5120 2 EA 8.4 198.25120.2 199 ENDOTUBE CLEAR W/CUFF 5MM 5050 4 EA 1.22 198.25050.2 200 ENDOTUBE CLEAR W/CUFF 6.5MM 5065 5 EA 1.22 198.25065.2 201 ENDOTUBE CLEAR W/CUFF 6.5MM 5105 2 EA 8.4 198.25105.2 202 ENDOTUBE CLEAR W/CUFF 6MM 5060 4 EA 1.22 198.25060.2 203 ENDOTUBE CLEAR W/CUFF 7.5MM 100/100/075 3 EA 1.82 685.01438.2 204 ENDOTUBE CLEAR W/CUFF 7MM 5070 3 EA 1.22 198.25070.2 205 ENDOTUBE CLEAR W/CUFF 8MM 5080 2 EA 1.22 198.25080.2 206 ENDOTUBE CLEAR W/CUFF 9MM 100/100/090 3 EA 1.82 685.01444.2 Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 207 ENDOTUBE CLEAR W/CUFF 9MM 5090 2 EA 1.22 198.25090.2 208 ENDOTUBE NO CUFF 2.5MM 100382025 2 EA 2.07 001.10600.2 209 ENROFLOX 100 INJ 100ML 606840867002 1 EA 45.08 515.10000.3 210 ENROFLOX 2.27% FOR DOGS 20ML 1 EA No Bid 211 ENROFLOX 2.27% FOR DOGS 50ML 6068906670 1 EA 56.02 515.10012.3 212 ENROFLOX CHEW TAB 136MG 50CT 6102462670 1 EA 92.48 193.10010.3 213 ENROFLOX CHEW TAB 22.7MG 50CT 6102262670 1 EA 20.35 193.10001.3 214 ENROFLOX CHEW TAB 68MG 200CT 6102368670 1 EA 175.59 193.10008.3 215 ENROFLOX CHEW TAB 68MG 50CT 6102362670 1 EA 51.17 193.10006.3 216 ENTYCE 30MG/ML - 15ML BOTTLE CA5535015AM 3 EA 37.88 131.25005.3 217 EPINEPHRINE ING 1:1000 50 ML E-4000-02 2 EA 31.21 193.17556.3 218 EPI-OTIC ADVANCED 8 OZ 003108 3 EA 12.12 724.35120.3 219 EYE IRRIGATING SOLUTION 4OZ **191.43600.3 4 EA 3.03 191.43600.3 220 E-Z SCRUB POVIDONE IODINE BEC 372053 3 EA 32.51 751.25130.2 221 FAMOTIDINE INJECTION 10 MG 20 ML 10 CT 191.43861.3 1 EA 90.33 191.43861.3 222 FAMOTIDINE INJECTION 20 MG/ 2 ML 25 X 2 ML 191.43855.3 1 EA 23.88 191.43855.3 223 FAMOTIDINE ORAL SUSPENSION 40 MG/5 ML 50 ML 191.43867.3 1 EA 4.56 191.43867.3 224 FAMOTIDINE TABLETS 10 MG 30 CT 191.43800.3 1 EA 1.44 191.43800.3 225 FAMOTIDINE TABLETS 20 MG 100 CT 191.43810.3 1 EA 1.46 191.43810.3 226 FAMOTIDINE TABLETS 40 MG 100 CT 191.43820.3 1 EA 2.31 191.43820.3 227 FATAL - PLUS SOL. 250ML C-II PENTOBARBITAL SODIUM 0298-9373-68 11 EA 109.33 749.20000.3 228 FECAL LOOP DUAL END 100CT DISP FOR ADULT & PUPPY 3500 7 EA 13.36 198.26000.2 229 FECASOL GAL 411470 5 EA 49.26 266.20100.3 230 FEEDING TUBE 3.5FR 12" PVC 461206E 3 EA 2.81 366.40501.4 231 FEEDING TUBE RED 8FR 16"8890700811 2 EA 1.5 366.72200.4 232 FELINE EN 24.5.5 OZ 003810013636 5 EA 50.86 578.00219.5 233 FELINE HYDRA CARE 6X12CT DRY VET SUPPLEMENTS 003810018472 5 EA 59.94 578.00328.5 234 FELINE OM 6LB 003810013832 1 EA 33.16 578.00234.5 235 FELINE PET-EMA 6ML SYRINGE 30021934 7 EA 4.12 193.61300.3 236 FELINE UR ST/OX 6LB 003810013830 1 EA 34.52 578.00293.5 237 FELIWAY SPRAY 219ML PROFESSIONAL PACK 281020D 2 EA 58.52 153.00608.3 238 FLAVORX 2OZ CRISPY BACON VINV-FLAV-0046 1 EA 61.9 562.90002.3 239 FLAVORX 2OZ GRILLED TUNA VINV-FLAV-0044 1 EA 61.9 562.90008.3 240 FLUCONAZOLE TABS 150MG 12CT 191.44240.3 2 EA 3.78 191.44240.3 241 FLUNAZINE INJ 100ML 1FLU003 1 EA 9.09 193.20620.3 242 FLUOXETINE CAPSULES 10 MG 100 CT 191.44900.3 1 EA 2.32 191.44900.3 243 FLUOXETINE CAPSULES 10 MG 1000 CT 191.44901.3 1 EA 14.44 191.44901.3 244 FLUOXETINE CAPSULES 20 MG 100 CT 191.44910.3 1 EA 2.32 191.44910.3 245 FLUOXETINE CAPSULES 20 MG 1000 CT 191.44915.3 1 EA 15.5 191.44915.3 246 FLUOXETINE CAPSULES 40 MG 100 CT 191.44920.3 1 EA 3.01 191.44920.3 247 FLUOXETINE ORAL SOLUTION 20 MG/5 ML 4 OZ 191.44930.3 1 EA 22.55 191.44930.3 248 FLUOXETINE TABLET 10 MG 30 CT 191.44905.3 1 EA 1.49 191.44905.3 249 FLUOXETINE TABLETS 10 MG 100 CT 191.44940.3 1 EA 3.36 191.44940.3 250 FOR-BID COPROPHAGIA DETERRENT 12 CT 030.00010.3 1 EA 11.39 030.00010.3 251 FORTIFLORA CANINE CHEW TABS PRO PLAN PROBIOTIC 6X90CT 003810018784 5 EA 298.14 578.01561.5 252 FORTIFLORA SA PRO FELINE SYNBIOTIC ACTION 30X1GM 6CT 003810018726 14 EA 125.94 578.01536.5 253 FUROSEMIDE SYRUP 10MG/ML 60 ML 191.45460.3 1 EA 4.65 191.45460.3 254 FUROSEMIDE TABLET 20 MG 100 CT 191.45400.3 1 EA 1.55 191.45400.3 255 FUROSEMIDE TABLETS 40 MG 100 CT 191.45420.3 1 EA 2.52 191.45420.3 256 FUROSEMIDE TABLETS 80 MG 100 CT 191.45440.3 1 EA 3.71 191.45440.3 257 GABAPENTIN CAPS 100MG 500CT 191.45610.3 2 EA 6.99 191.45610.3 258 GABAPENTIN CAPS 400MG 500CT 191.45650.3 2 EA 15.26 191.45650.3 259 GABAPENTIN CAPSULES 300 MG 500 CT 191.45630.3 1 EA 11.51 191.45630.3 260 GABAPENTIN CAPSULES 400 MG 100 CT 191.45640.3 1 EA 3.57 191.45640.3 261 GABAPENTIN CAPSULES, 100MG 191.45600.3 8 EA 1.71 191.45600.3 262 GABAPENTIN CAPSULES, 300MG 191.45620.3 9 EA 2.51 191.45620.3 Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 263 GABAPENTIN TABLET 800 MG 100 CT 191.45680.3 1 EA 6.06 191.45680.3 264 GABAPENTIN TABS 600MG 100CT 191.45660.3 1 EA 4.89 191.45660.3 265 GABAPENTIN TABS 600MG 500 CT (NEURONTIN)191.45670.3 4 EA 21.66 191.45670.3 266 GABAPENTIN TABS 800MG 500CT 191.45690.3 1 EA 28.77 191.45690.3 267 GARDEN HOSE GUN 320423 7 EA 11.09 193.00181.2 268 GAUZE 4X4, 4 PLY NON WOVEN CASE (10BAGS OF 200 SHEETS)3254 1 EA 2.91 001.14116.2 269 GAUZE SPONGE DERMACEA 3"X3" 4 PLY 4000CT 441401 6 EA 38.37 366.03529.4 270 GAUZE SPONGE NON-ADHERENT PADS STERILE 2" X 3" 100 CT 3423 1 EA 4.32 001.14118.2 271 GAUZE SPONGE NON-ADHERENT PADS STERILE 3" X 4" 100CT 3434 1 EA 5.56 001.14119.2 272 GENTACALM SPRAY (RX) 120ML GTS72-120 4 EA 12.28 193.23601.3 273 GENTAMICIN .3% OPTHALMIC SOLUTION 5ML BOTTLE 191.46020.3 2 EA 1.97 191.46020.3 274 GERMAN EYE PACK 75215G 75215G 1 EA 222.09 474.99069.3 275 GLOVES EXAM NITRILE LG 100CT ANS 92134090 6 EA 5.13 001.10033.2 276 GLOVES EXAM NITRILE MED 100CT ANS 92134080 12 EA 5.13 001.10032.2 277 GLOVES EXAM NITRILE PF LG 200CT NDC P359024 32 EA 7.38 001.14803.2 278 GLOVES EXAM NITRILE PF MED 200CT NDC P359023 67 EA 7.38 001.14802.2 279 GLOVES EXAM NITRILE SM 100CT ANS 92134070 11 EA 5.13 001.10031.2 280 GLOVES SURGICAL LATEX PF 5.5 IHC 133550 2 EA 26.71 001.09020.3 281 GLOVES SURGICAL LATEX PF 6 ANS 7822PF 3 EA 36.33 001.09041.2 282 GLOVES SURGICAL LATEX PF 6 IHC 133600 2 EA 26.71 001.09021.3 283 GLOVES SURGICAL LATEX PF 7 IHC 133700 2 EA 26.71 001.09023.3 284 GLOVES SURGICAL LATEX PF 7 50CT ENCORE SENSI-TOUCH ANS 7824PF 13 EA 36.33 001.09043.2 285 GLOVES SURGICAL LATEX PF 7.5 ANS 7825PF 9 EA 36.33 001.09044.2 286 GLOVES, EXAM NITRILE PF SM 200 CT NDC P359022 40 EA 7.38 001.14801.2 287 GLOVES, SURGICAL LATEX 6.5 50CT ENCORE SENSI-TOUCH ANS 7823PF 22 EA 36.33 001.09042.2 288 GOWN ISOLATION OS NS XL YEL 50S 301XL J0739B 1 EA 5.75 350.50133.2 289 GOWN ISOLATION YELLOW 50 CT GRA 86793 48 EA 69.25 001.14305.2 290 GRAM STAIN KIT 4X250ML J0323 1 EA 33.9 350.05950.2 291 HEPARIN SOD. 1000 UNIT/ML 10ML 191.46701.3 2 EA 86.31 191.46701.3 292 HEPARIN SODIUM 1000 U/ML INJECRTION 30 ML 25 CT 191.46722.3 1 EA 197.93 191.46722.3 293 HYDROGEN PEROXIDE 3% GAL H-0350-07 2 EA 6.23 193.30352.3 294 HYDROXXYZINE HCL TABS 25MG 500CT (ATARAX)191.47650.3 1 EA 7.99 191.47650.3 295 HYDROXXYZINE HCL TABS 50MG 100CT (ATARAX)191.47670.3 1 EA 2.65 191.47670.3 296 HYDROXYZINE HCL TABS 25MG 191.47640.3 1 EA 2.03 191.47640.3 297 I-GLO J1191 1 EA 14.8 350.79999.2 298 IMMERSON OIL MED VISCOSITY 120ML J0326A J0326A 1 EA 25.5 350.09630.2 299 INSTRUMENT CLEANER/LUBE GAL 3-710 3-710 13 EA 28.93 475.20065.2 300 INSTRUMENT MILK CONCENTRATE GAL J0648 J0648 1 EA 51 350.08000.2 301 INSTRUMENT PUMP SPRAY LUBE 3-700 3 EA 9.54 475.03000.2 302 ISOPROPYL ALCOHOL 70% QUART 113232 7 EA 4.46 000.50052.3 303 ISOSPIRE (ISOFLURANE) 250ML INHALATION ANESTHETIC ISO-250 41 EA 29.92 193.33270.3 304 ITRAFUNGOL ORAL SOLUTION 10MG/ML 52 ML 11605 38 EA 39.77 405.43100.3 305 IV CATHETER 16GAX2"SRFF1651U 11 EA 1.84 193.75204.2 306 IV CATHETER 18GAX2"SRFF1851U 11 EA 1.84 193.75220.2 307 IV CATHETER 20GAX1"SRFF2025U 11 EA 1.84 193.75230.2 308 IV CATHETER 22GAX1"SRFF2225U 11 EA 1.84 193.75250.2 309 IV CATHETER 24GAX.75"SRFF2419U 11 EA 1.84 193.75260.2 310 IV CATHETER GUARD SET/4 J0644S 1 EA 23.59 350.25750.2 311 IV EXTENSION SET W/FLOW RATE J1038 3 EA 4.66 350.78750.2 312 IV EXTENSION SET W/T SM BORE J0467E 5.5 NEEDLELESS J0467E 11 EA 5.9 350.10698.2 313 IV MICROCLAVE MULTI-DOSE VIAL VINV-PRAC-0012 5 EA 2.06 541.49568.2 314 IV SET SER A PRIM 78' 15DR 32065-46 10014507 1 EA 3.22 004.43050.2 315 IVER SLIP AND IVER LOCK SYRINGE CAPS 8881682085 1 EA 7.09 366.78500.4 316 IVERMECTIN 1% STERILE SOLUTION 226 6 EA 43.14 801.00236.3 317 KENALOG 10 - 50MG PER 5ML 1 EA No Bid Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 318 KETAMINE 100MG/ML 10 ML CIII (N) DECHRA LABEL KET-10 108 EA 7.61 193.40620.3 319 KETOCHLOR SHAMPOO 16 OZ 002916 1 EA 21.91 724.41710.3 320 KETOCHLOR SHAMPOO 8 OZ 002908 1 EA 13.93 724.41700.3 321 KETOCONAZOLE TABLET 200MG (RX)100S 191.48830.3 5 EA 30.24 191.48830.3 322 KIMWIPES 280S KCP 34155 2 EA 2.88 500.00050.4 323 KOOL LUBE SPRAY 14OZ 076300-101-004 76300101005 1 EA 6.13 525.00480.2 324 KWIK STOP STYPTIC POWDER 14GM 0.5OZ 463501 1 EA 4.41 153.00874.3 325 KWIK STOP STYPTIC POWDER 42GM 463522 3 EA 11.81 153.00877.3 326 LACTATED RINGERS 1000ML 07953-09 26 EA 6.88 004.40200.3 327 LACTULOSE 10G/15ML - ANY SIZE BOTTLE 191.49160.3 1 EA 5.85 191.49160.3 328 LACTULOSE ORAL SOLUTION 8OZ *1 EA No Bid 329 LAP SPONGE 18"X18" 5CT NS J0490A 4 EA 4.9 350.10860.2 330 LAXATONE TUNA FLAVOR 4.25OZ 410620 2 EA 10.6 266.50060.3 331 LEVETIRACETAM ER TABLET 500 MG 60 CT 191.49570.3 1 EA 4.83 191.49570.3 332 LEVETIRACETAM ER TABLET 750 MG 60 CT 191.49575.3 1 EA 7.19 191.49575.3 333 LEVETIRACETAM INJECTION 100 MG/ML 10 X 5 ML 191.49480.3 1 EA 17.28 191.49480.3 334 LEVETIRACETAM ORAL SOLUTION 100 MG/ML 473 ML 191.49490.3 1 EA 11.02 191.49490.3 335 LEVETIRACETAM TABLET 1000 MG 60 CT 191.49560.3 1 EA 5.7 191.49560.3 336 LEVETIRACETAM TABLET 250 MG 120 CT 191.49500.3 1 EA 3.05 191.49500.3 337 LEVETIRACETAM TABLET 500 MG 120 CT 191.49520.3 1 EA 4.71 191.49520.3 338 LEVETIRACETAM TABLET 750 MG 120 CT 191.49540.3 1 EA 8 191.49540.3 339 LEVETIRACETAM TABLETS 500 MG 500 CT 191.49521.3 1 EA 20.48 191.49521.3 340 LEVETIRACETAM TABLETS 750 MG 500 CT 191.49541.3 1 EA 29.34 191.49541.3 341 LEVETIRACETAM TABS 250 MG 500 CT 191.49502.3 1 EA 14.9 191.49502.3 342 LIDOCAINE HCL 2% (RX) 100ML L-2000-04 2 EA 3.73 193.43111.3 343 LIDOCAINE ORAL SOL. 2% 100ML 191.49630.3 1 EA 12.6 191.49630.3 344 LIME SULFUR CREAM 2OZ LSCREAM2OZ 12 EA 16.09 181.53005.3 345 LITTAUER STITCH SCISSORS 4.5"V99-102 1 EA 8.95 475.01290.2 346 LOXICOM INJ 5MG/ML 20 ML MELOXICAM 6451603670 13 EA 95.34 515.50005.3 347 MAL-A-KET PLUS TRIZEDTA FLUSH 12 OZ 12MKTW 1 EA 22.37 247.55110.3 348 MAL-A-KET PLUS TRIZEDTA FLUSH 4 OZ MKTW 1 EA 12.86 247.55100.3 349 MAL-A-KET SHAMPOO 8OZ MKW 4 EA 15.44 247.55000.3 350 MAL-A-KET WIPES 50 CT WMKW 1 EA 11.43 247.55040.3 351 MAROPITANT 160MG 1X4CT (MAROPITANT TABLET)86117-0030-17 4 EA 23.34 586.00016.3 352 MAROPITANT 16MG 1X4CT (MAROPITANT TABLET)86117-0027-17 2 EA 10.62 586.00010.3 353 MAROPITANT 24MG 1X4CT (MAROPITANT TABLET)86117-0028-17 4 EA 11.03 586.00012.3 354 MAROPITANT 60MG 1X4CT (MAROPITANT TABLET)86117-0029-17 3 EA 20.05 586.00014.3 355 MARQUIS ORAL PASTE 127GM 126672 1 EA 298.73 090.00454.3 356 MASK SURGICAL ANTI-FOG 50CT KIM 49215 1 EA 18.46 001.00998.2 357 MAX & MOLLY 500G FREEZE DRIED BEEF LIVER TREAT MM-LT-500 2 EA 19.54 052.01006.3 358 MEASURING SCOOP & DISPENSING 8 EA No Bid 359 MELATONIN TABS 3MG 60CT 191.50900.3 1 EA 1.55 191.50900.3 360 MELOXICAM INJ 5MG/ML 10ML 6451602670 1 EA 56.93 515.50000.3 361 MELOXIDYL ORAL SUS 1.5MG/ML C531010A 2 EA 15.36 153.00936.3 362 MELOXIDYL ORAL SUSP 1.5MG/ML (RX) 100ML C531100A 1 EA 64.55 153.00940.3 363 METHOCARBAMOL TABLETS 750 MG 100 CT 191.51640.3 1 EA 3.34 191.51640.3 364 METHOCARBAMOL TABS 500MG 100CT 191.51600.3 2 EA 2.59 191.51600.3 365 METOCLOPRAMIDE INJ. 5MG/ML 2 ML 25 CT (REGLAN)191.52005.3 1 EA 32.9 191.52005.3 366 METOCLOPRAMIDE SYRUP 16OZ 191.52100.3 1 EA 72.6 191.52100.3 367 METRONIDAZOLE TABLET 250MG (RX) 500S 191.52540.3 4 EA 12.3 191.52540.3 368 METRONIDAZOLE TABLET 500MG (RX) 500S 191.52580.3 2 EA 22.38 191.52580.3 369 MICONAHEX+TRIZ MOUSSE 7.1OZ MHTMW 4 EA 17.37 193.49492.3 370 MICONAZOLE CREAM 2% 1OZ 191.52710.3 3 EA 1.43 191.52710.3 371 MICONOSOL SPRAY 1% 120ML *3 EA No Bid 372 MICROSCOPE COVER SLIP 22X22CM 100S J0336 2 EA 2.15 372 ALT1 Glass cover slips 22 x 22 aprox 156 count 5959.2 2 EA 2.15 000.05959.2 373 MICROSCOPE SLIDE CLEAR 72S J0335 J0335 5 EA 2.19 350.05957.2 374 MICROSCOPE SLIDES FROSTED 72 CT 1 EA 3.23 Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 374 ALT1 Frosted edge microscope slides 72 count 5958.2 1 EA 3.23 000.05958.2 375 MILBEMITE OTIC 10X2CT CA480007JAM 2 EA 214.8 298.50000.3 376 MILBEMITE OTIC 10X2CT CA480007JAM 1 EA 214.8 298.50000.3 377 MILLERSFORGE CAT CLAW SCISSORS 541C 1 EA 5.49 458.00100.2 378 MILLERSFORGE DOG NAIL CLIPPER 767 3 EA 12.97 458.00767.2 379 MINI GELPI RETRACTOR 5.5" J0240ME ECON *SO*J0240ME 1 EA 29.92 350.05414.2 380 MIRATAZ TRANSDERMAL OINTMENT 5GRAM TUBE 17033-060-05 12 EA 25.08 809.50000.3 381 MIRTAZAPINE TABS 15MG 30CT 191.52900.3 2 EA 1.08 191.52900.3 382 MIRTAZAPINE TABS 7.5MG 30CT 191.52895.3 1 EA 6.9 191.52895.3 383 MISSING LINK CANINE 16OZ 80006 2 EA 10.64 241.50020.3 384 MISSION URINE 10SG 100CT U031-101-10U 1 EA 23.57 456.55100.2 385 MODEL 15 COMPACT AIRLESS FOAMER LOW VOLUME 969920-B32 1 EA 152.99 193.00175.2 386 MONOJECT SYRINGE 12 CC CURVE TIP FOR EARS 50 CT 8881412012 1 EA 23.79 366.69402.4 387 MONOSWIFT PS 0 PFSL 36" VIOLET PS0987 12CT PS0987 27 EA 74.47 193.50388.2 388 MONOSWIFT PS 2/0 PFSI 36" PS0943 VIOLET 12CT PS0943 76 EA 74.72 193.50382.2 389 MONOSWIFT PS 3/0 PSH 30"PSL316 2 EA 77.64 193.50411.2 390 MONOSWIFT PS 4/0 PFS2 36"PS0922 4 EA 74.72 193.50401.2 391 MONOSWIFT PS SUTURE 3/0 PFS-1 12S PS0942 PS0942 75 EA 74.72 193.50383.2 392 MUPIROCIN OINTMENT 2% 22GM 191.53450.3 2 EA 2.05 191.53450.3 393 MUPIROCIN OINTMENT 2% 22GM *1 EA No Bid 394 MURICIN OINTMENT 2% 15GM 420-15 2 EA 11.69 193.51200.3 395 MVET 2" COHESIVE WRAP NEON COLOR PACK 07011PK 1 EA 43.88 000.07011.2 396 MVET 4" COHESIVE WRAP 07039PK 1 EA 36.78 000.07039.2 397 MVET 4.75' ADSON BROWN GERMAN 75364G-542 7 EA 19.8 000.36308.2 398 MVET 5.5 GERMAN OLSEN HEGAR NEEDLE HOLDER TUNGSTEN CARBIDE 75614G-542 7 EA 56.57 000.36463.2 399 MVET 5.5 KELLY HEMOSTAT CURVED GERMAN 75306CG-542 1 EA 20.16 000.36307.2 400 MVET 5.5" SUPERCUT HI LEVEL 75460PK-542 1 EA 20.25 000.36312.2 401 MVET BASIC CLEAR COLLAR 12CM MVBC312 7 EA 1.51 000.02027.2 402 MVET BASIC CLEAR COLLAR 25CM (15.5"-19")MVBC625 17 EA 3.46 000.02030.2 403 MVET BASIC OPAQUE COLLAR 10CM MVB210 8 EA 1.19 000.02011.2 404 MVET BOSTON ROUND BOTTLES WITH YORKER 0.25 OZ 50 CT YRKBTL1/4 1 EA 13.1 000.00500.2 405 MVET BOSTON ROUND BOTTLES WITH YORKER 0.5 OZ 50 CT YRKBTL1/2 1 EA 13.73 000.00503.2 406 MVET BOSTON ROUND BOTTLES WITH YORKER 1 OZ 50 CT YRKBTL01 1 EA 16.56 000.00505.2 407 MVET BOSTON ROUND BOTTLES WITH YORKER 16 OZ 25 CT YRKBTL16 1 EA 11.66 000.00515.2 408 MVET BOSTON ROUND BOTTLES WITH YORKER 4 OZ 25 CT YRKBTL04 1 EA 12.2 000.00509.2 409 MVET BOSTON ROUND BOTTLES WITH YORKER 6 OZ 25 CT YRKBTL06 1 EA 14 000.00511.2 410 MVET BOSTON ROUND BOTTLES WITH YORKER 8 OZ 25 CT YRKBTL08 1 EA 16.43 000.00513.2 411 MVET BOSTON ROUND W/YORKER 2 OZ 50 CT YRKBTL02 1 EA 20.03 000.00507.2 412 MVET CANINE E-COLLAR BASIC 20 CM MVB520 14 EA 2.66 000.02014.2 413 MVET CANINE E-COLLAR BASIC 7.5 CM MVB175 4 EA 1.1 000.02010.2 414 MVET CANINE E-COLLAR COMFORTPRO INFLATABLE 2X- LARGE MVCP-XXL 1 EA 17.94 000.03045.2 415 MVET CANINE E-COLLAR COMFORTPRO INFLATABLE SMALL MVCP-S 1 EA 8.6 000.03041.2 416 MVET CANINE E-COLLAR COMFORTPRO INFLATABLE X- SMALL MVCP-XS 1 EA 7.94 000.03040.2 417 MVET COMFORTPRO COLLAR LG MVCP-L 1 EA 12.11 000.03043.2 418 MVET COMFORTPRO COLLAR MED MVCP-M 1 EA 9.59 000.03042.2 419 MVET COMFORTPRO COLLAR XL MVCP-XL 1 EA 14.69 000.03044.2 420 MVET COTTON BALLS (LG)1000CT 20051 1 EA 6.18 000.30012.2 421 MVET COVER SLIPS GLASS 22X22 5959.2 2 EA 2.15 000.05959.2 422 MVET E-COLLAR FREE FLEX 4"10 CM MVFF4 21 EA 5.4 000.03015.2 423 MVET E-COLLAR FREE FLEX 5.5" 14 CM MVFF5.5 8 EA 5.55 000.03016.2 424 MVET FLEX TIP THERMOMETER 20001 5 EA 3.85 000.20001.2 Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 425 MVET FREE FLEX E-COLLAR 12"MVFF12 6 EA 14.01 000.03037.2 426 MVET FREE FLEX E-COLLAR 6.5"MVFF6.5 6 EA 7.9 000.03017.2 427 MVET FREE FLEX E-COLLAR 8"MVFF8 6 EA 10.55 000.03018.2 428 MVET FREE FLEX E-COLLAR 9.5"MVFF9.5 6 EA 11.85 000.03019.2 429 MVET GAUZE SPONGE NON-WOVEN 2" X 2" 4 PLY 200 CT 20024 1 EA 0.77 000.30150.2 430 MVET GAUZE SPONGE NON-WOVEN 3" X 3" 4 PLY 200 CT 20034 1 EA 1.73 000.30154.2 431 MVET GAUZE SPONGE NON-WOVEN 4" X 4" 4 PLY 200 CT 20045 1 EA 3.59 000.30156.2 432 MVET GERMAN 6.75" MAYO SCISSORS STRAIGHT 75410SG-542 6 EA 18.06 000.36316.2 433 MVET GRADUATED OVAL BOTTLE 2OZ SCBOTCRC02 1 EA 102.06 000.00540.2 434 MVET INSTRUMENT WRAP GREEN 20" X 20"MVIWG2020 1 EA 6.91 000.19084.2 435 MVET INSTRUMENT WRAP GREEN 24" X 24"MVIWG2424 1 EA 8.29 000.19086.2 436 MVET INSTRUMENT WRAP GREEN 30" X 30"MVIWG3030 1 EA 10.64 000.19088.2 437 MVET INSTRUMENT WRAP GREEN 40" X 40"MVIWG4040 1 EA 16.81 000.19090.2 438 MVET ISOPROPYL ALCOHOL 70% 32 OZ 113232 1 EA 4.46 000.50052.3 439 MVET ISOPROPYL ALCOHOL 70% GAL 113232 1 EA 4.46 000.50052.3 440 MVET IV 10 DROP ADMIN SET 103"ECO168806-10B 24 EA 2.55 000.41100.2 441 MVET IV EXTENSION SET 30"ECO188801 6 EA 1.85 000.41125.2 442 MVET IV SET 15 DROP WITH NEEDLE FREE INJECTION SITE 103"1 EA No Bid 443 MVET LOCK COLLAR W/TAB 15CM MVL15 6 EA 1.75 000.12013.2 444 MVET LOCK COLLAR W/TAB 25CM (CLIC TYPE) (15.5"-10")MVL25 14 EA 3.38 000.12015.2 445 MVET LOCK COLLAR W/TABS 30CM MVL30 19 EA 4.51 000.12016.2 446 MVET LOCK COLLAR W/TABS 35M CLIC TYPE 22" - 26"MVL35 6 EA 7.93 000.12017.2 447 MVET MALE ADAPTER STD RESEAL ECO168822 11 EA 0.54 000.41000.2 448 MVET ORAL SYRINGE WITH CAPCLEAR 1 CC 100 CT ORDISP01MWV 50 EA 23.15 000.00550.2 449 MVET PF NITRILE EXAM SM **13371 3 EA 4.03 000.30190.2 450 MVET PLASTIC DISPENSE BAG 12X9 I HEART MY PET 100CT 000.40003.2 3 EA 12.58 000.40003.2 451 MVET ROCHESTER CARMALT 6.25" GERMAN CURVED 75316CG-542 5 EA 21.73 000.36318.2 452 MVET SHARPS CONTAINER 0320-150C - MVS 4 EA 4.31 000.71150.4 453 MVET SHARPS CONTAINER RED 4 QT SM W/CHIMNEY TOP 0319-150C - MVS 4 EA 3.95 000.71050.4 454 MVET SHOE COVERS XL 100CT 000.02034.3 1 EA 9.89 000.02034.3 455 MVET STAPLER RP35W 35WIDE EA RP35W 5 EA 10.48 000.60001.2 456 MVET SURGICAL DRAPE 30"X30" BLUE FENESTRATION MVSD30301 3 EA 8.88 000.19011.2 457 MVET SURGICAL DRAPE 30"X30" GREEN FENESTRATION MVSDG30307 3 EA 9.92 000.19076.2 458 MVET SURGICAL DRAPE 30"X30" W/4"X75" FENESTRATIN GREEN MVSDG30304 6 EA 9.92 000.19074.2 459 MVET SURGICAL DRAPE WITH FENESTRATION 4" X 0.75" GREEN 30" X 30"MVSDG30304 1 EA 9.92 000.19074.2 460 MVET SURGICAL TOWEL 18'X33" BLUE MVSTG1833 3 EA 3.49 000.19092.2 461 MVET SURGICAL TOWELS GREEN 18" X 33"MVSTG1833 1 EA 3.49 000.19092.2 462 MVET THERMOMETER COVERS N/A 3 EA 2.6 000.20007.2 463 MVET THIN FLEX TAPE EASY TEAR LATEX FREE PINK 1" X 7.5 YARD 12 CT MVETAVTF100PNK 1 EA 19.85 000.08011.2 464 MVET THIN FLEX TAPE EASY TEAR LATEX FREE PINK 2" X 7.5 YARD 6 CT MVETAVTF200PNK 1 EA 19.85 000.08012.2 465 MVET THIN FLEX TAPE .5"X7.5YD MVETAVTF50PNK 2 EA 19.85 000.08010.2 466 MVET VIAL AMBER 13 DRAM 275CT MWREV13 2 EA 60.29 000.00563.2 467 MVET VIAL AMBER 8 DRAM 410CT MWREV08 2 EA 67.97 000.00559.2 468 MVET VIAL BLUE 6 DRAM 600CT MWCRC06BL 3 EA 72.21 000.00587.2 469 MVET VIAL GREEN 20 DRAM 270CT MWCRC06BL 3 EA 72.21 000.00587.2 470 MVET VIAL GREEN 20 DRAM 270CT MWREV20GR 1 EA 69.42 000.00619.2 471 MVET WHITE POROUS TAPE 1"6061.2 2 EA 12.3 000.06061.2 472 MVET WHITE POROUS TAPE 2"6062.2 2 EA 12.22 000.06062.2 473 NAIL CLIPPER CAT CLAW 3"J0084C 1 EA 5.29 350.03186.2 474 NDL AH 14GAX2" 100CT HARD PACK 9402AL 1 EA 20.23 335.90266.2 475 NDL HYPO 18GA X1.5" RW 100CT ENGAUGE EXE 26420 3 EA 6.58 001.12023.2 476 NDL HYPO 20GA X1" RW 100CT ENGAUGE EXE 26417 3 EA 6.58 001.12033.2 477 NDL HYPO 22GA X1" RW 100CT ENGAUGE EXE 26411 1 EA 6.58 001.12055.2 Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 478 NDL HYPO 22GAX.1" RW 100CT *EXE 26411 3 EA 6.58 001.12055.2 479 NDL HYPO 22GAX.1.5" RW 100CT *NN2238R 1 EA 10.39 193.52870.2 480 NDL HYPO 22GAX.75" RW 100CT *EXE 26410 3 EA 6.58 001.12052.2 481 NDL PH 18GAX1" 100CT PEEL EXE 26419 3 EA 6.58 001.12020.2 482 NDL PH 20GAX3/4" 100CT PEEL EXE 26430 7 EA 6.58 001.12032.2 483 NDL PH 21GAX1" 100CT PEEL EXE 26414 2 EA 6.58 001.12040.2 484 NDL PH 22GA X3/4" RW 100CT SURVET 100215 47 EA 9.13 193.52880.2 485 NDL PH 22GAX1.5" TW 100CT NN2238R 1 EA 10.39 193.52870.2 486 NDL PH 23GAX1" 100CT PEEL EXE 26408 1 EA 6.58 001.12061.1 487 NDL PH 23GAX1" TW 100CT NN2325R 2 EA 10.39 193.52890.2 488 NDL PH 25GAX1.5" 100CT 8881250545 1 EA 9.83 366.52510.4 489 NDL PH 25GAX5/8" TW 100CT 100280 6 EA 9.13 193.52902.2 490 NDL PH 25GAX5/8” RW 100CT 100220 172 EA 9.13 193.52900.2 491 NEEDLE 18X1 TW 100S NN 1825R NN1825R 2 EA 10.39 193.52800.2 492 NEEDLE 18X1.5" TW 100S NN 1838R NN1838R 5 EA 10.39 193.52810.2 493 NEEDLE 20X1" RW SUR-VET 100S 100204 100204 3 EA 9.13 193.52830.2 494 NEO POLY B BACIT ZN OPHTH OINT(RX) 3.5GM 191.64210.3 19 EA 5.18 191.64210.3 495 NEO POLY DEX OPHTH SUSP (RX) 5ML 191.54520.3 1 EA 4.4 191.54520.3 496 NEO PREDEF WITH TETRACAINE TOPICAL POWDER 15 GM 12 CT 10000815 1 EA 264.4 885.10410.3 497 NEO/POLY/DEX OPHTH OINT 1/8OZ 191.54500.3 6 EA 4.88 191.54500.3 498 NEW METHYLENE BLUE 2OZ J0324A 1 EA 9.9 350.09627.2 499 NEXGARD CHEW TABS 10X3DS ORANGE SM 1 EA No Bid 500 NEXGARD CHEW TABS 10X6DS - BLUE MED 10 1 EA No Bid 501 NEXGARD CHEW TABS 10X6DS - ORANGE 1 EA No Bid 502 NEXGARD CHEW TABS 10X6DS PURPLE LG 24 1 EA No Bid 503 NEXGARD CHEW TABS DOGS 6'S - XL 60 1 EA No Bid 504 NEXGARD SOFT CHEWABLES CANINE 10.1 - 24 LBS BLUE 10 X 3 CT 1 EA No Bid 505 NEXGARD SOFT CHEWABLES CANINE 24.1 - 60 LBS PURPLE 10 X 3 CT 1 EA No Bid 506 NEXGARD SOFT CHEWABLES CANINE 4 - 10 LBS ORANGE 10 X 3 CT 1 EA No Bid 507 NEXGARD SOFT CHEWABLES CANINE 60.1 - 121 LBS RED 10 X 3 CT 1 EA No Bid 508 NOBIVAC 1-RABIES 5X10DS 065441 4 EA 77.08 349.56600.1 509 NOBIVAC 3-RABIES 5X10DS 065440 61 EA 83.03 349.56620.1 510 NOBIVAC CANINE 1-DAPPV 25X1DS 065288 107 EA 94.92 349.56030.1 511 NOBIVAC FELINE 1-HCP 25X1DS 065264 152 EA 79.28 349.56500.1 512 NOBIVAC INTRA-TRAC 3 25X1DS 065313 87 EA 96.91 349.56420.1 513 NON SPERMICIDAL STERILE LUBE JELLY 5OZ HRP 201 6 EA 1.66 001.38697.2 514 NOROCILLIN SUSPENSION 250 ML PROCAINE PEN-G 603301067001 12 EA 20.85 562.57205.3 515 NUTRI-CAL 4.25 OZ 411557 42 EA 9.5 266.62000.3 516 OFLOXACIN OPTHALMIC SOLUTION .3% 5ML BOTTLE 191.54700.3 3 EA 3.78 191.54700.3 517 OK STERI STRIPS 4" 250CT 26410100 8 EA 17.32 573.00211.4 518 OMNICOM F/AIR CANISTER 80120 80120 49 EA 5.75 080.00100.2 519 ONDANSETRON INJ.2MG/ML 20ML (ZOFRAN)191.55010.3 1 EA 2.83 191.55010.3 520 ONSIOR TABS 6MG 30CT (10X3)CA4875030AM 1 EA 94 298.56000.3 521 OPHTHALMIC SOLUTION EYEWASH 98.3% PURIFIED WATER 4 OZ 78949275 1 EA 2.73 578.00001.2 522 OPTHALMIC STERILE EYEWASH 8OZ 1 EA No Bid 523 OPTIMMUNE OINTMENT 6X3.5GM 058804 2 EA 226.02 349.60300.3 524 OPTIXCARE EYE LUBE PLUS 20GM EA.OPX-4252 76 EA 8.78 052.50310.3 525 OPTIXCARE EYE LUBRICANT GEL 20 GM OPX-4242 1 EA 8.78 052.50300.3 526 OPTIXCARE L-LYSINE PASTE 142ML OPX-7210 2 EA 11.98 052.50105.3 527 OPTIXCARE L-LYSINE POWDER 100G OPX-7220 2 EA 11.98 052.50107.3 528 OSTER BLADE WASH 18OZ 076300-103-000 76300103005 2 EA 5.44 525.00490.2 529 OXYTOCIN 100ML (BIMEDA LABEL)1OXY015 1 EA 8.88 193.59751.3 Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 530 PANACUR PWD DISPENSING BAGS 100 CT FENBENDAZOLE 069942 1 EA 0 349.99990.3 531 PANACUR SUSPENSION 10% (RX) LITER 069267 5 EA 159.29 349.65600.3 532 PANACURE GRANULES CANINE 1 LB FENBENDAZOLE 069269 4 EA 423.52 349.65100.3 533 PANACURE SUSPENSION GAL FENBENDAZOLE 210981 2 EA 413.28 349.65630.3 534 PEN AQUEOUS (PEN G) 250ML 603301067001 1 EA 20.85 562.57205.3 535 PENROSE DRAIN 1"X12" 10CT 30414-100 1 EA 14.72 366.70165.4 536 PENROSE DRAIN 1/2"X12" 10CT 30414-050 1 EA 12.1 366.70085.4 537 PENROSE DRAIN 1/4"X12" 10CT 30414-025 1 EA 10.89 366.70015.4 538 PENROSE DRAIN 3/4"X12" 10CT 30414-075 1 EA 13.71 366.70145.4 539 PET-EMA 12ML SYRINGE 30022835 2 EA 4.37 193.61310.3 540 PET-TINIC 1OZ 10000497 2 EA 11.1 885.10590.3 541 PET-TINIC 4OZ 10000498 2 EA 13.9 885.10595.3 542 PILL SPLITTER NON135000 1 EA 2.67 462.20200.2 543 PILL SPLITTER AND CRUSHER J0698 1 EA 14.38 350.50020.2 544 PILL WRAP 56 SERV 429022 262 EA 10.84 733.67500.3 545 PLASTILITTER GAL (BLACK)3310 1 EA 28.77 198.53310.2 546 PRAZIQUANTEL INJ 50ML (BIMEDA LABEL)1PRA004 4 EA 397.31 193.62406.3 547 PRECISE AHP TEST STRIPS AHP425 1 EA 25 193.00148.2 548 PREDNIS TAB 5MG 1000CT 2481 1 EA 48.14 730.00365.3 549 PREDNISOLONE SOD PHOSPHATE SOL 191.57230.3 1 EA 17.73 191.57230.3 550 PREDNISONE TABS 10MG 500CT 191.57340.3 1 EA 15.29 191.57340.3 551 PREDNISONE TABS 20MG 1000CT 191.57380.3 1 EA 48.1 191.57380.3 552 PREDNISONE TABS 20MG 100CT 191.57360.3 1 EA 4.53 191.57360.3 553 PREDNISONE TABS 5MG 100CT 191.57310.3 3 EA 2.13 191.57310.3 554 PREDNISONE TABS, 10MG 1000CT (ORASONE)191.57350.3 3 EA 27.53 191.57350.3 555 PRO PLAN VETERINARY CANINEDIET EN 12 X 13.3 OZ 003810015934 12 EA 35.45 578.00044.5 556 PRO PLAN VETERINARY FELINEDIET EN 10 LBS 003810013837 3 EA 48.11 578.00213.5 557 PRO X DISC PILL SPLITTER J1403 1 EA 10.93 350.71394.2 558 PROBIOWRAP 4.2OZ JAR 17033-020-20 19 EA 7.78 193.89600.2 559 PRODINE SOLUTION - IODINE 1% SOLUTION - 1 GALLON PI050PH 1 EA 51.49 193.62604.3 560 PROMACE TABS 25MG 100CT 136062 1 EA 72.1 090.00530.3 561 PROPARACAINE HCL OPHTH SOL .5% (RX) 15ML 191.58500.3 2 EA 28.94 191.58500.3 562 PRO-PECTALIN CHEWABLE TABLETS FOR DOGS & CATS 250 CT 410817 1 EA 58.65 733.68020.3 563 PRO-PECTALIN CHEWABLE TABLETS FOR DOGS & CATS 60 CT 1004548 1 EA 18.89 733.40090.3 564 PRO-PECTALIN GEL 15 ML SYRINGE 410815 1 EA 14.13 733.68000.3 565 PRO-PECTALIN GEL SYR 30ML 410816 7 EA 18.04 733.68010.3 566 PUPPY SM BREED 6LB 003810011368 1 EA 13.86 578.18003.5 567 PURALUBE VET OPHTHALMIC OINTMENT 3.5GM 211-38 1 EA 6.27 193.63200.3 568 PYRANTEL PAMOTE QT ORAL-PRO LABEL 21013 22 EA 27.62 053.59000.3 569 QUICK SPLINT REAR LG J0119S 1 EA 20 350.04352.2 570 QUICK SPLINT REAR MED J0119R 1 EA 16.8 350.04351.2 571 QUICK SPLINT REAR SM J0119Q 2 EA 15 350.04350.2 572 REBOUND RECUPERATION CATS 5.1OZ 10851 5 EA 11.02 724.54005.3 573 REBOUND RECUPERATION FOR DOGS 5.1 OZ 10850 1 EA 11.02 724.54006.3 574 RECONCILE CHEWABLE TABLETS 16 MG 30 CT 10034157 1 EA 16.04 193.40004.2 575 RECONCILE CHEWABLE TABLETS 16 MG 90 CT 10036944 1 EA 46.58 193.40005.2 576 RECONCILE CHEWABLE TABLETS 32 MG 30 CT 10034257 1 EA 20.41 193.40006.2 577 RECONCILE CHEWABLE TABLETS 32 MG 90 CT 10037044 1 EA 59.34 193.40007.2 578 RECONCILE CHEWABLE TABLETS 64 MG 30 CT 10034357 1 EA 40.78 193.40008.2 579 RECONCILE CHEWABLE TABLETS 64 MG 90 CT 10037144 1 EA 118.62 193.40009.2 580 RECONCILE CHEWABLE TABLETS 8 MG 30 CT 10034057 1 EA 10.66 193.40002.2 581 RECONCILE CHEWABLE TABLETS 8 MG 90 CT 10036844 1 EA 31.01 193.40003.2 582 RESCUE BOTTLE ONLY WITH FOAMING TRIGGER SPRAYER 32 OZ 801753 1 EA 7.25 193.00114.2 583 RESCUE CONCENTRATE 5 GAL PAIL FORMERLY ACCEL 23309-005C 4 EA 180.94 193.69001.3 Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 584 RESCUE CONCENTRATE 55 GAL DRUM *additional shipping/delivery charge will be added and is based on qty and delivery location 23311-055C 11 EA 1646 193.69011.3 585 RESCUE DELUXE HOSE END FOAMER 32OZ GUN 969930-B32 1 EA 242.17 193.00178.2 586 RESCUE DISINFECTANT CANISTER 23229-6X7W 2 EA 78.88 193.69030.3 587 RESCUE KENNEL FOAMER BLUE VC-1000 1 EA 166.94 193.01192.2 588 RESCUE LID FOR FOAMER - BLUE 3 EA No Bid 589 RESCUE MIXING STATION INTAKE - PVC TUBE 1/2" X 4.5'473404 1 EA 5.12 193.00232.2 590 RESCUE MIXING STATION INTAKE - PVC TUBE 1/4" X 6'473006 1 EA 2.83 193.00230.2 591 RESCUE MIXING STATION STRAINER - SUCTION HASTELLOY 1/4"150115 1 EA 7.55 193.00234.2 592 RESCUE MODEL 25 COMPACT BLUE VC-1000 10 EA 166.94 193.01192.2 593 RESCUE PUMP 5 GA 1 OZ PER PUMP 160108 1 EA 7.51 193.00132.2 594 RESCUE QD SS SOCKET 1/4"350423 1 EA 26.8 193.00204.2 595 RESCUE SPRAY BOTTLES LABELS 1 EA No Bid 596 RESCUE TB WIPES 6"X7" 160CT DISINFECTANT 23221-6X7W 13 EA 14.61 193.69008.3 597 RESCUE WIPES 11" X 12" 160CT BUCKET DISINFECTANT 23226 5 EA 42.06 193.69020.3 598 REVERTIDINE 5MG/ML 10ML (ATIPAMEZOLE HYDROCHLORIDE)69043-039-10 12 EA 95.68 666.00074.3 599 RILEXINE CHEW TABS 150MG 100CT CEPHALEXIN 07620 2 EA 31.37 724.57700.3 600 RILEXINE CHEW TABS 300MG 100CT 07630 1 EA 49.31 724.57705.3 601 RILEXINE CHEW TABS 600MG 100CT 07640 1 EA 88.11 724.57710.3 602 ROCHESTER CARMALT FORCEPS 6.25 7-170 6 EA 88.06 475.00410.2 603 ROLL ON GREEN TATTOO INK 10-142 1 EA 5.18 259.72111.4 604 ROMPUN INJ 100MG 50ML ROMP100-50 5 EA 28.9 193.70500.3 605 SAFESEAL 20MM CAPS EA 760020 11 EA 0.21 035.60000.2 606 SAFESEAL 24MM CAPS EA 760024 21 EA 0.23 035.60005.2 607 SAFESEAL 28MM CAPS EA 760028 58 EA 0.25 035.60010.2 608 SALIX INJECTION 50 MG/ML 50 ML 710461 1 EA 20.12 349.79000.3 609 SALIX TABLETS 12.5 MG 500 CT 066999 1 EA 70.66 349.79020.3 610 SANITARY SHEATH ROLL 80CT 005563 1 EA 12.87 348.20100.2 611 SCALER DE 12/12 70-110 1 EA 35.4 475.00525.2 612 SCALPEL BLADE 11 CS 100CT 4-111 STERILE MILTEX 4-111 7 EA 38.39 475.22010.2 613 SCALPEL BLADE SS 10 STERILE 4-310 6 EA 38.39 475.00040.2 614 SCALPEL BLADE SS 11 STERILE 4-311 1 EA 38.39 475.00213.2 615 SCALPEL BLADE SS 15 STERILE J0583S 2 EA 18.3 350.11237.2 616 SCALPEL BLADE SS 15 STERILE 100 CT MILTEX 4-315 24 EA 38.39 475.00214.2 617 SCANFINDR COMPACT MAX SCANNER VINV-DATA-SCN5 7 EA 249 237.80205.2 618 SCHIRMER TEAR TEST STRIPS 063059 2 EA 78.4 349.80000.3 619 SENERGY KITTEN & PUPPY 10X3DS UP TO 51B 50090 2 EA 242.7 724.95900.3 620 SENERGY TOPICAL FOR CATS 15 - 22 LBS 10 X 3 DOSE 50097 1 EA 286.67 724.95904.3 621 SENERGY TOPICAL FOR CATS 5.1 - 15 LBS 10 X 3 DOSE 50095 1 EA 279.59 724.95902.3 622 SHARPS CONTAINER .5 LITER J0886A 7 EA 3.45 350.60901.2 623 SHARPS CONTAINER DEVON RED 4QT 31143699 5 EA 3.18 366.71000.4 624 SHARPS CONTAINER MEDIUM 8 QT 676285 8881676285 4 EA 4.57 366.71150.4 625 SHARPS CONTAINER RED 14QT 8881676434 3 EA 8.26 366.71250.4 626 SHARPS CONTAINER+HINGED LID 8 GAL 8980 8980- 5 EA 12.6 366.71320.4 627 SHOE COVER NON CONDUCTIVE 150 PAIR 2131 000.02023.2 1 EA 9.17 000.02023.2 628 SHOE COVER NON SKID BLUE XL 100S 000.02034.3 1 EA 9.89 000.02034.3 629 SILVER NITRATE STICKS 100CT DUKAL TEC 7482 2 EA 18.95 001.14168.2 630 SILVER SULFADIAZINE CREAM 1%400 GM 191.59920.3 4 EA 17.12 191.59920.3 631 SIMBADOL INJ 1/8MG/ML CIII 10ML (BUPREMPHINE)10014402 2 EA 317.45 004.75900.3 632 SIMPLERA OTIC SOLUTION 10X1ML 457394 3 EA 150.84 733.88103.2 633 SKIN STAPLE REMOVER PREMIUM EA 150462 2 EA 2.82 366.71445.4 634 SODA LIME BAG 3 LB J0553 19 EA 7.13 350.11151.2 635 SODA LIME BUCKET 5GAL J0553B J0553B 1 EA 102 350.11152.2 636 SODIUM CHLORIDE IN .9% AAH (RX) 250ML 07983-02 1 EA 5.69 004.78000.3 637 SOLUTIONKITS - DOXYCYCLINE 46144-604-1 3 EA 85 302.00005.3 Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 638 SOLUTIONKITS - ENROFLOXACIN 46144-605-1 1 EA 119 302.00014.3 639 SOLUTIONKITS - GABAPENTIN 46144-600-1 3 EA 82 302.00002.3 640 SOLUTIONKITS - METRONIDAZOLE 46144-602-1 2 EA 71 302.00001.3 641 SOLUTIONKITS - PIMOBENDAN 2.5 MG W/SUSPENSION 46144-606-1 1 EA 133 302.00013.3 642 SOVEREIGN FEEDING TUBE 10 FR X 16"8890701017 1 EA 1.5 366.72400.4 643 SOVEREIGN FEEDING TUBE 12 FR X 16"8890701215 1 EA 1.4 366.72500.4 644 SOVEREIGN FEEDING TUBE 14 FR X 16"8890701413 1 EA 1.4 366.72600.4 645 SOVEREIGN FEEDING TUBE 18 FR X 16"8890701819 1 EA 1.5 366.72700.4 646 SOVEREIGN FEEDING TUBE 3.5 FR X 16"8890700316 1 EA 1.5 366.72000.4 647 SOVEREIGN FEEDING TUBE 5 FR X 16"8890700514 1 EA 1.5 366.72100.4 648 SOVEREIGN FEEDING TUBE 8 FR X 22"8890710810 1 EA 1.5 366.72300.4 649 SPAY HOOK 8" (2-28131 *DS*)2-28131 6 EA 13.05 552.50000.4 650 SPECIALIST 2"X4YD COTTON 9062 1 EA 15.05 125.62000.2 651 SPECIALIST 3"X4YD COTTON 9043 1 EA 10.9 125.62020.2 652 SPECIALIST 4"X4YD COTTON 9044 1 EA 15.48 125.62040.2 653 SPECIALIST 6"X4YD COTTON 9046 1 EA 12.26 125.62060.2 654 SPLINT LARGE 5172 2 EA 2.12 198.60202.2 655 SPLINT MEDIUM 5171 2 EA 1.53 198.60201.2 656 SPLINT SMALL 5170 2 EA 1.31 198.60200.2 657 STERILE POWDER FREE SURGICAL GLOVES SIZE 6-8 IHC 133650 1 EA 26.71 001.09022.3 658 STERILE SALINE SOLUTION .9%(RX) 250ML 57319-555-06 1 EA 3.78 193.74500.3 659 STERILE WATER FOR INJECTION (RX) 250ML 57319-546-06 1 EA 3.79 193.74601.3 660 STERILIZATION POUCH 3 5"X9" 200 CT CRO P013590 4 EA 8.68 001.38721.2 661 STOCKINETTE COTTON NS 6"X25YD 3696 1 EA 16.97 001.06035.2 662 STOCKINETTE SYNTHETIC 3"X25YD MS03 1 EA 22.61 470.00361.4 663 SUCRALFATE TABS 1GM 100CT 191.61000.3 1 EA 19.94 191.61000.3 664 SULFAMETHOXAZOLE/TRIMETHOPRIM 191.61300.3 1 EA 3.05 191.61300.3 665 SURFLO WINGED INFUSION SET 18 GA X 0.75" 12" TUBING SV-18BLK 1 EA 0.8 193.89499.2 666 SURFLO WINGED INFUSION SET 21 GA X 0.75" 12" TUBING SV-21BLK 1 EA 0.8 193.89505.2 667 SURFLO WINGED INFUSION SET 22 GA X 0.75" 12" TUBING SV22BLK 1 EA 0.8 193.89507.2 668 SURGERY SHOE COVERS NON-SKID NON-CONDUCTIVE 100 CT.J0730 1 EA 19.33 350.50119.2 669 SURGERY TIE DOWNS 46” 8CT ST-8 1 EA 7.65 272.18030.2 670 SURGICAL BLADE CARBON STRL #10 50S 37110 BEC 371110 4 EA 34.29 049.25005.2 671 SURGICAL BLADE CARBON STRL #15 50S 37115 BEC 371115 1 EA 34.29 049.25035.2 672 SURGI-LUBE FOIL PKT 3GM 144CT FOU 0281-0205-43 1 EA 21.45 001.38690.2 673 SURGI-LUBE TUBE 4.25OZ FOU 0281-0205-37 3 EA 3.52 001.38694.2 674 SUR-VET NEEDLES REGULAR WALL 22 GA X 1" - 100 CT 100211 1 EA 9.13 193.52860.2 675 SYNTHETIC CAST PADDING 4"X4YD CMW04 1 EA 36.54 470.00353.4 676 SYR 10CC ELS 100CT SS-10ES 5 EA 29.99 193.75823.2 677 SYR 10CC LL 100 CT SS-10S 16 EA 29.99 193.75805.2 678 SYR 10CC LL 100CT 6990 5 EA 15.82 001.12613.2 679 SYR 20CC LL NO NDL 50CT SS-20L2 3 EA 41.23 193.75815.2 680 SYR 3CC LL 22GALX1” 100CT EXE 26102 21 EA 11.44 001.12141.2 681 SYR 3CC LL 22GAX3/4" 100 CT SURVET 100276 126 EA 17.46 193.75940.2 682 SYR 3CC LL 25GAX5/8" 100CT 100278 2 EA 17.46 193.75950.2 683 SYR 3CC LL NO NDL 100CT SS-03L 4 EA 15.13 193.75850.2 684 SYR 3CC LS 100 CT SS-03S 29 EA 15.13 193.75855.2 685 SYR 50-60CC ELS W/CAP 25 CT EXE 26301 5 EA 22.35 001.12214.2 686 SYR 50-60CC LL 25CT EXE 26300 1 EA 22.35 001.12250.2 687 SYR 5CC LL 100CT 6989 2 EA 8.98 001.12612.2 688 SYR 5CC LL 100CT SURVET SS-05L 6 EA 26.78 193.75860.2 689 SYR 60CC LL 25 CT SS-60L 5 EA 28.33 193.75880.2 690 SYR ALLISON 12ML 100CT LS NO NDL 551201 5 EA 16.86 015.36100.2 691 SYR ALLISSON 35ML 50 CT 553501 9 EA 17.32 015.36102.2 692 SYR COMAR ORAL 10ML CLEAR/BLUE 16039B 3 EA 22.26 321.55012.2 693 SYR COMAR ORAL 5ML CLEAR/BLUE 16035B 9 EA 21.13 321.55010.2 694 SYR ORAL 1CC 100CT 8881901014 18 EA 17.11 366.60900.4 Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 695 SYR ORAL 1CC AMBER W/CAP 100CT VINV-BD30-5207 11 EA 17.79 751.79985.2 696 SYR ORAL 1CC W/CAP CLEAR W/BLUE PLUNGER 50CT 17234B 154 EA 17.61 321.55000.2 697 SYR ORAL 5CC AMBER W/CAP 100CT VINV-BD30-5208 2 EA 18.13 751.80195.2 698 SYR ORAL W/CAP 3CC CLEAR W/BLUE PLUNGER 50CT 16031B 87 EA 18.34 321.55004.2 699 SYR TB 1CC LL 1000CT EXE 26049 4 EA 280.14 001.12103.2 700 SYR TB 1CC LS NO NDL 100 CT SS-01T 35 EA 20.23 193.75960.2 701 SYR TB 1CC W/O NEEDLE LS 100S SS-0IT EXE 26048 1 EA 13.94 001.12102.2 702 SYRINGE 10CC LL 100 SS-10L SS-10L 5 EA 29.99 193.75800.2 703 SYRINGE 3CC+22X1 LS 100S JD+03S2225 EXE 26605 1 EA 11.44 001.12146.2 704 SYRINGE 3ML WITH 22 X 3/4 INCH NEEDLE EXE 26115 16 EA 11.44 001.12140.2 705 SYRINGE 5CC LS LF 100S JD+05S SS-05S 12 EA 26.78 193.75865.2 706 SYRINGE DISP 12CC LL 80S 8881512878 8885 1 EA 36.99 335.90027.2 707 SYRINGE DISP 20CC LL 50S 8881520657 8881520657 2 EA 30.79 366.66100.4 708 SYRINGE ORAL MED 3CC 100S 8881903002 8881903002 6 EA 18.26 366.61200.4 709 SYRINGE TB 1CC+25X5/8 100S JD+01T2516 100281 1 EA 28.39 193.75970.2 710 TATTOO PASTE 5 OZ GREEN J0276PG 1 EA 20.71 350.05767.2 711 TEAT CANNULA 100CT DISPOSABLE J0012 1 EA 6 350.00150.2 712 TELFA PADS 2132- 1 EA 20.76 366.22100.4 713 TELFA PADS STERILE 3"X8" 50CT 1238- 1 EA 11.62 366.22105.4 714 TERRAMYCIN OPH OINT 1/8OZ 10CT 10000474 2 EA 197 555.00255.3 715 TERRAMYCIN OPH OINT 1/8OZ EA**142 EA No Bid 716 THERMOMETER DIGITAL F EA 32-681W 3 EA 2.42 259.70030.4 717 THUNDEREASE PHEROMONE SPRAY 60ML C95631J 12 EA 22.94 153.90040.3 718 TOBRADEX OPHTHALMIC SOL 3MG/ML 191.63000.3 7 EA 10.31 191.63000.3 719 TOBRAMYCIN OPHTH SOL .3% 5ML 191.05040.3 11 EA 2.34 191.05040.3 720 TONGUE DEPRESSORS, NON STERILE DUK 9002 2 EA 8.04 001.41000.2 721 TOXIBAN GRANULES 1LB 0423 1 EA 33.19 730.00435.3 722 TRAZODONE 100MG 191.63730.3 11 EA 28.52 191.63730.3 723 TRAZODONE TABS 100MG 500CT 191.63725.3 13 EA 15.25 191.63725.3 724 TRIAMCINOLONE INJ 40MG/ML 10ML 191.48605.3 1 EA 33.37 191.48605.3 725 TRIAMCINOLONE INJECTION 10 MG/ML 5 ML 191.48600.3 1 EA 14.96 191.48600.3 726 TRI-HEART PLUS 136MCG 10X6 GREEN 26-50 LBS 049636 10 EA 196.7 349.87020.3 727 TRI-HEART PLUS 272MCG 10X6 BROWN 51-100 LBS 073919 10 EA 256.47 349.87040.3 728 TRI-HEART PLUS 68MCG10X6 BLUE UP TO 25LBS 052716 9 EA 146.4 349.87000.3 729 TRIZCHLOR FLUSH 4 OZ TPW 1 EA 11.68 247.70040.3 730 TRIZEDTA AQUEOUS FLUSH 16 OZ 16TZAQW 1 EA 22.41 247.70030.3 731 TRIZEDTA AQUEOUS FLUSH 4 OZ TZAQW 1 EA 11.6 247.70020.3 732 TRIZULTRA + KETO FLUSH 4 OZ TUW 1 EA 10.71 247.80000.3 733 TRIZULTRA+KETO FLUSH 12 OZ 12TUW 4 EA 19.71 247.80005.3 734 TRUCAN BAPI (IN) 25X1DS AV716281AAM 1 EA 213.75 090.14000.1 735 TRUCAN DAPPI 25X1DS AV705581AAM 1 EA 216.5 090.29020.1 736 TRUFEL HC2P 25X1DS AV7124025AM 1 EA 198.75 090.39099.1 737 TUBERCULIN SYRINGES 1 CC LUERLOCK 100 CT VINV-BD30-9628 99 EA 41.5 751.79995.2 738 U 40 INSULIN SYRINGES 164948 1 EA 36 349.91100.2 739 ULTRNASAL FVRC FELINE 20DS AV428580TAM 29 EA 114 326.70201.1 740 UNIVERSAL F CIRCUIT ADULT 60"J0248FLA 2 EA 24 350.05651.2 741 URINE SEDIMENT STAIN 15 ML J0326U J0326U 1 EA 16.2 350.10110.2 742 VECTRA <95LBS 36 COUNT D73840D 1 EA 511.8 681.72300.3 743 VET-10 URINE REAGENT STRIP 100S J0630X J0630X 2 EA 43.73 350.11572.2 744 VETBOND 3ML APPLICATOR BOTTLE 1469SB 57 EA 17.89 470.00369.4 745 VETERICYN VF ALL ANIMAL WOUND 2000 2 EA 20.05 352.88000.2 746 VETIGEL HEMO GEL ACCESSORIES 2 CT (2) DENTAL TIP) (1) SYR ADAPTER ACC-01 1 EA 20 900.00009.3 747 VETIGEL X COVETRUS HEMOSTATIC GEL 5ML SYR 2CT VET-02 1 EA 84.71 900.00005.3 748 VETIGEL X COVETRUS HEMOSTATIC GEL 5ML SYR 5CT VET-05 1 EA 200 900.00007.3 749 VETIVEX LACTATED RINGERS INJECTION 1000 ML 14 CT VINV-VET4-9101 7 EA 85.13 562.85518.3 750 VET-KEM FLEA TICK BOT SPRAY 100527067 6 EA 12.82 193.59554.3 751 VETPROFEN FLAVORED TABS 25MG 441145 2 EA 41.8 733.97026.3 Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 752 VETSPON DENTAL ABSORBABLE HEMOSTATIC GELATIN SPONGE 1CM X 1CM X 1CM 16 CT CA5520016AM 1 EA 98.52 295.86000.2 753 VETSPON FLEX ABSORBABLE HEMOSTATIC GELATIN SPONGE 2CM X 6CM X 0.7CM 6 CT CA5525006AM 1 EA 98.52 295.86001.2 754 VETSULIN (U-40 INSULIN)127260 1 EA 41.29 349.91000.3 755 VETSULIN INSULIN U40 10 ML 127260 1 EA 41.29 349.91000.3 756 VICRYL 4/0 SHI 27" VIOLET 36 CT J310H 1 EA 231.82 295.92200.2 757 VICRYL 6/0 P1 18" UNDYED 12CT J489G 1 EA 220.27 295.90000.2 758 VIRALYS GEL 5OZ 410632 3 EA 18.89 733.90000.3 759 VIRALYS POWDER FOR CATS 100 GM 410633 1 EA 23.65 733.91000.3 760 VIRALYS PWD 600GM 410634 8 EA 98.65 733.91100.3 761 VIRBANTEL TABS M/L 114MG 50CT 51114 2 EA 432.98 724.81150.3 762 VIRBANTEL TABS SM 30MG 50CT 6-25LBS 54030 2 EA 182.23 724.81050.3 763 VITA JEC B COMPLEX FORTIFIED 250ML V-0606-05 1 EA 14.91 193.86221.3 764 VITA JEC K1 INIJ 10MG/ML (RX) 100ML 09089 1 EA 21.63 193.86267.3 765 VITAMIN B12 3000MCG 100ML 002-DME2262 2 EA 15.3 258.00072.3 766 VITAMIN K1 INJECTION 100ML 09089 1 EA 21.63 193.86267.3 767 WINGED INFUSION SET 23GAX3/4"SV-23BLK 6 EA 0.8 193.89515.2 768 WINGED INFUSION SET 25GAX3/4"SV-25BLK 6 EA 0.8 193.89520.2 769 WOODS LIGHT AAR UV59 1 EA 42.45 001.46025.2 770 XYLAMED INJ 100MG 50ML ROMP100-50 1 EA 28.9 310.01150.3 771 ZENALPHA INJ 10ML ZEN-10 4 EA 120.02 193.13391.3 772 ZIPPIT BAGS AMBER 6"X8" 100CT 7575 1 EA 24.3 321.01010.2 773 ZOLETIL 100MG/ML 5ML C-III(N)71805 1 EA 54.7 344.90000.3 774 ZONAS POROUS TAPE 1"X10YD 12S 005104 VINV-ZP00-5104 1 EA 28.71 001.85010.2 775 ACAREXX .01% INVERMECTION OTIC SUSPENSION 1 EA No Bid Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 CONFLICT OF INTEREST QUESTIONNAIRE - FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a) and by City of Denton Ethics Code, Ordinance 18-757. By law this questionnaire must be filed with the records administrator of the local government entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. 1 Name of vendor who has a business relationship with local governmental entity. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information in this section is being disclosed. Name of Officer Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section 176.003(a)(2)(A). Also describe any family relations hip with the local government officer. This section, (item 3 including subparts A, B, C & D), must be completed for each officer with whom the vendor has an employment or other business relationship as defined by Section 176.00 1(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the vendor? Yes No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of one percent or more? Yes No D. Describe each employment or business and family relationship with the local government officer named in this section. 4 I have no Conflict of Interest to disclose. 5 Signature of vendor doing business with the governmental entity Date Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 Midwest Veterinary Supply, Inc. Exhibit F X X 7/30/2025 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form. Local Government Code § 176.001(1-a): "Business relationship" means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public; or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to, that agency. Local Government Code § 176.003(a)(2)(A) and (B): (A) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than $100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code § 176.006(a) and (a-1) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity, or a family member of the officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any gift described by Section 176.003(a-1); or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity; or (B) submits to the local governmental entity an application, response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity; or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer, described by Subsection (a); (B) that the vendor has given one or more gifts described by Subsection (a); or (C) of a family relationship with a local government officer. City of Denton Ethics Code Ordinance Number 18-757 Definitions: Relative: a family member related to a City Official within the third 3rd degree of affinity (marriage) or consanguinity (blood or adoption) City Official: for purpose of this article, the term consists of the Council Members, Department Heads, or member of the Board of Ethics, Planning and zoning Commission Members, Board of Adjustment, Historic Landmark Commission, or Public Utilities Board Vendor: a person who provides or seeks to provide goods, services, and/or real property to the City in exchange for compensation. This definition does not include those property owners from whom the City acquires public right-of-way or other real property interests for public use. Per the City of Denton Ethics Code, Section 2-273. – Prohibitions (3) It shall be a violation of this Article for a Vendor to offer or give a Gift to City Official exceeding fifty dollars ($50.00) per gift, or multiple gifts cumulatively valued at more than two hundred dollars ($200.00) per a single fiscal year. Per the City of Denton Ethics Code, Section 2-282. – Disposition (b), (5) Ineligibility If the Board of Ethics finds that a Vendor has violated this Article, the Board may recommend to the City Manager that the Vendor be deemed ineligible to enter into a City contract or other arrangement for goods, services, or real property, for a period of one (1) year. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 Docusign Envelope ID: DC7B7176-73CF-42A1-9A38-7EC0202AD482 Certificate Of Completion Envelope Id: DC7B7176-73CF-42A1-9A38-7EC0202AD482 Status: Completed Subject: Please DocuSign: City Council Contract 8862 - Kennel and Veterinary Supplies Source Envelope: Document Pages: 45 Signatures: 6 Envelope Originator: Certificate Pages: 6 Initials: 1 Kayla Clark AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-08:00) Pacific Time (US & Canada) 901B Texas Street Denton, TX 76209 kayla.clark@cityofdenton.com IP Address: 198.49.140.10 Record Tracking Status: Original 7/29/2025 11:19:04 AM Holder: Kayla Clark kayla.clark@cityofdenton.com Location: DocuSign Signer Events Signature Timestamp Kayla Clark kayla.clark@cityofdenton.com Buyer City of Denton Security Level: Email, Account Authentication (None) Completed Using IP Address: 198.49.140.10 Sent: 7/30/2025 7:31:25 AM Viewed: 7/30/2025 7:33:01 AM Signed: 7/30/2025 7:33:14 AM Electronic Record and Signature Disclosure: Not Offered via Docusign Lori Hewell lori.hewell@cityofdenton.com Purchasing Manager City of Denton Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 198.49.140.10 Sent: 7/30/2025 7:33:18 AM Viewed: 7/30/2025 9:17:17 AM Signed: 7/30/2025 9:20:06 AM Electronic Record and Signature Disclosure: Not Offered via Docusign Marcella Lunn marcella.lunn@cityofdenton.com Senior Deputy City Attorney City of Denton Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 198.49.140.10 Sent: 7/30/2025 9:20:09 AM Viewed: 7/30/2025 11:21:40 AM Signed: 7/30/2025 11:31:05 AM Electronic Record and Signature Disclosure: Not Offered via Docusign Lauren Freak lauren.freak@midwestvet.net Strategic Accounts Manager Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Using IP Address: 70.97.201.154 Sent: 7/30/2025 11:31:09 AM Viewed: 7/30/2025 12:18:05 PM Signed: 7/30/2025 12:20:41 PM Electronic Record and Signature Disclosure: Accepted: 7/30/2025 12:18:05 PM ID: a7c5d8ae-cee4-49fa-b799-9ebc139f45cc Signer Events Signature Timestamp Nikki Sassenus Nikki.Sassenus@cityofdenton.com Director of Animal Services Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Using IP Address: 198.49.140.10 Sent: 7/30/2025 12:20:46 PM Viewed: 7/30/2025 12:23:48 PM Signed: 7/30/2025 12:24:14 PM Electronic Record and Signature Disclosure: Not Offered via Docusign Cheyenne Defee cheyenne.defee@cityofdenton.com Procurement Administration Supervisor City of Denton Security Level: Email, Account Authentication (None) Completed Using IP Address: 198.49.140.10 Sent: 7/30/2025 12:24:17 PM Viewed: 8/20/2025 7:02:14 AM Signed: 8/20/2025 7:02:27 AM Electronic Record and Signature Disclosure: Not Offered via Docusign Sara Hensley sara.hensley@cityofdenton.com City Manager City of Denton Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 198.49.140.10 Sent: 8/20/2025 7:02:31 AM Viewed: 8/20/2025 7:29:09 AM Signed: 8/20/2025 7:29:14 AM Electronic Record and Signature Disclosure: Not Offered via Docusign Lauren Thoden lauren.thoden@cityofdenton.com City Secretary Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Using IP Address: 198.49.140.10 Sent: 8/20/2025 7:29:17 AM Viewed: 8/20/2025 7:48:03 AM Signed: 8/20/2025 7:48:14 AM Electronic Record and Signature Disclosure: Not Offered via Docusign In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Cheyenne Defee cheyenne.defee@cityofdenton.com Procurement Administration Supervisor City of Denton Security Level: Email, Account Authentication (None) Sent: 7/30/2025 7:33:18 AM Electronic Record and Signature Disclosure: Not Offered via Docusign Carbon Copy Events Status Timestamp Gretna Jones gretna.jones@cityofdenton.com Legal Secretary City of Denton Security Level: Email, Account Authentication (None) Sent: 7/30/2025 12:24:17 PM Viewed: 7/31/2025 11:46:01 AM Electronic Record and Signature Disclosure: Not Offered via Docusign City Secretary Office citysecretary@cityofdenton.com Security Level: Email, Account Authentication (None) Sent: 8/20/2025 7:48:18 AM Electronic Record and Signature Disclosure: Not Offered via Docusign Mark jackson Mark.Jackson@cityofdenton.com Administration Manager Security Level: Email, Account Authentication (None) Sent: 8/20/2025 7:48:19 AM Electronic Record and Signature Disclosure: Not Offered via Docusign Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 7/30/2025 7:31:25 AM Certified Delivered Security Checked 8/20/2025 7:48:03 AM Signing Complete Security Checked 8/20/2025 7:48:14 AM Completed Security Checked 8/20/2025 7:48:19 AM Payment Events Status Timestamps Electronic Record and Signature Disclosure ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, City of Denton (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through your DocuSign, Inc. (DocuSign) Express user account. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to these terms and conditions, please confirm your agreement by clicking the 'I agree' button at the bottom of this document. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. For such copies, as long as you are an authorized user of the DocuSign system you will have the ability to download and print any documents we send to you through your DocuSign user account for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. To indicate to us that you are changing your mind, you must withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your DocuSign account. This will indicate to us that you have withdrawn your consent to receive required notices and disclosures electronically from us and you will no longer be able to use your DocuSign Express user account to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through your DocuSign user account all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. Electronic Record and Signature Disclosure created on: 7/21/2017 1:59:03 PM Parties agreed to: Lauren Freak How to contact City of Denton: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: purchasing@cityofdenton.com To advise City of Denton of your new e-mail address To let us know of a change in your e-mail address where we should send notices and disclosures electronically to you, you must send an email message to us at melissa.kraft@cityofdenton.com and in the body of such request you must state: your previous e-mail address, your new e-mail address. We do not require any other information from you to change your email address.. In addition, you must notify DocuSign, Inc to arrange for your new email address to be reflected in your DocuSign account by following the process for changing e-mail in DocuSign. To request paper copies from City of Denton To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an e-mail to purchasing@cityofdenton.com and in the body of such request you must state your e-mail address, full name, US Postal address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with City of Denton To inform us that you no longer want to receive future notices and disclosures in electronic format you may: i. decline to sign a document from within your DocuSign account, and on the subsequent page, select the check-box indicating you wish to withdraw your consent, or you may; ii. send us an e-mail to purchasing@cityofdenton.com and in the body of such request you must state your e-mail, full name, IS Postal Address, telephone number, and account number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software Operating Systems: Windows2000? or WindowsXP? Browsers (for SENDERS): Internet Explorer 6.0? or above Browsers (for SIGNERS): Internet Explorer 6.0?, Mozilla FireFox 1.0, NetScape 7.2 (or above) Email: Access to a valid email account Screen Resolution: 800 x 600 minimum Enabled Security Settings: •Allow per session cookies •Users accessing the internet behind a Proxy Server must enable HTTP 1.1 settings via proxy connection ** These minimum requirements are subject to change. If these requirements change, we will provide you with an email message at the email address we have on file for you at that time providing you with the revised hardware and software requirements, at which time you will have the right to withdraw your consent. Acknowledging your access and consent to receive materials electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please verify that you were able to read this electronic disclosure and that you also were able to print on paper or electronically save this page for your future reference and access or that you were able to e-mail this disclosure and consent to an address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format on the terms and conditions described above, please let us know by clicking the 'I agree' button below. By checking the 'I Agree' box, I confirm that: • I can access and read this Electronic CONSENT TO ELECTRONIC RECEIPT OF ELECTRONIC RECORD AND SIGNATURE DISCLOSURES document; and • I can print on paper the disclosure or save or send the disclosure to a place where I can print it, for future reference and access; and • Until or unless I notify City of Denton as described above, I consent to receive from exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to me by City of Denton during the course of my relationship with you.