Loading...
Backup Documents 10/28/2014 Item #16D 7 (Collier Health Services) ORIGINAL DOCUMENTS CHECKLIST & UTING O ACCOMPANY ALL ORIGINAL OC MEONTS S NT - EpV D THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATVIVX 0 3 2015 Rlsk M n Routed by Purchasing Department to Office Initials Date the Following Addressee(s) (In routing order) 1. Risk Management Risk 3f* 2. County Attorney Office County Attorney Office 3. BCC Office Board of County1 (X-r 3(5 0 Commissioners \(4/ AACC 4. Minutes and Records**Please return Clerk of Court's Office an electronic copy to Procurement 3)(;)1(s- a Zs 5. Return to Procurement Services Procurement Services Department Contact: Diana DeLeon PRIMARY CONTACT INFORMATION Name of Primary Diana De Leon for Brenda Brilhart Phone Number 252-8375 Purchasing Staff March 2,2015 Contact and Date Agenda Date Item was October 28,2014✓ Agenda Item Number 16.D.7 v/ Approved by the BCC Type of Document Contract Number of Original 1** Attached Documents Attached PO number or account N/A Solicitation/Contract 14-6248 Collier Health number if document is Number/Vendor Name Services to be recorded INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A" in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature? DD 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be signed by the Chairman,with the exception of most letters,must be reviewed and signed,,I►j C— by the Office of the County Attorney. — ry 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the N/A document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's DD signature and initials are required. 7. In most cases(some contracts are an exception),an electronic copy of the document and DD this routing slip should be provided to the County Attorney's Office before the item is input into SIRE. 8. The document was approved by the BCC on the date above and all changes made DD during the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes,if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the BCC, all changes directed by the BCC have been made, and the document is ready for t,e Chairman's signature. i 1 6 D 7 MEMORANDUM Date: March 6, 2015 To: Diana De Leon, Contracts Technician Purchasing Department From: Teresa Cannon, Deputy Clerk Minutes & Records Department Re: Contract #14-6248 "Pharmacy Services" Contractors: Collier Health Services, Inc. Attached is a copy of the contract referenced above, (Agenda Item #16D7) approved by the Board of County Commissioners on Tuesday, October 28, 2014. The second original will be held on file in the Minutes and Records Department for the Board's Official Record. If you have any questions, please contact me at 252-8411. Thank you. Attachment AGREEMENT 14-6248 1 6D 7 for Pharmacy Services THIS AGREEMENT, made and entered into on this Zell day ofine4- 2014, by and between Collier Health Services, Inc., authorized to do business in the State of Florida, whose business address is 1454 Madison Avenue West, Immokalee, Florida 34142, (the "Contractor") and Collier County,a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. COMMENCEMENT. This Agreement shall commence on Date of Board award. 2. CONTRACT TERM. The Contract shall be for a two (2) year period, commencing on date of Board award and terminating two (years) from that date. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for one (1) additional two (2) year period.The County shall give the Contractor written notice of the County's intention to renew the Agreement term not less than ten(10) days prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to ninety (90) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. 3. STATEMENT OF WORK. The Contractor shall provide Pharmacy Services as provided in Exhibit A - "Scope of Work," which is hereby incorporated by reference, in accordance with the terms and conditions of ITB#14-6248 and the Contractor's proposal referred to herein and made an integral part of this Agreement. County residents utilizing this contract may acquire services from either awarded Pharmacy based on convenience to their health care facility and residence. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Contractor and the County Project or Contract Manager or his designee, in compliance with the County Purchasing Ordinance and Purchasing Procedures in effect at the time such services are authorized. 4. COMPENSATION. The County shall pay the Contractor for the performance of this Agreement as set forth in Exhibit B "Cost Schedule", attached to and made an integral part of this Agreement. Any item that is not included in Exhibit B"Cost Schedule" as of the effective date of this Agreement,hereinafter"Unlisted Items",shall be available for purchase when it is added to an updated list by the Contractor, and provided to the County.The Contractor may add any Unlisted Items in order to accommodate future purchases by the County. When an Unlisted Item is added to an updated list, the pricing shall be in accordance with the terms of this Agreement. I i ':i 1607 Any County agency may purchase products and services under this contract, provided sufficient funds are included in their budget(s). Payment will be made upon receipt of a proper invoice and upon approval by the Project Manager or designee,and in compliance with Chapter 218,Fla.Stats.,otherwise known as the "Local Government Prompt Payment Act". 4.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 4.2 The Average Wholesale Price (AWP)list will be provided with itemized invoice by the Contractor on a monthly basis. 4.3 Maximum Allowable Cost (MAC) List. If at any time after the award of this contract, the cost of the listed generic drugs have increased and exceeded the fixed price listed in Exhibit B-1, the Contractor may submit in writing, along with back-up documentation, a request for an increase or removal of item(s) from the list (MAC). The County's Project Manager,or designee,will determine if a request for cost increase is acceptable. If price increase is accepted, the item will then be invoiced per the Average Wholesale Price(AWP) markup as provided in Exhibit B-1,attached hereto. 5. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption#85-8015966531C-2. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or faxed to the Contractor at the following Address: Collier Health Services,Inc. 1454 Madison Avenue West Immokalee,Florida 34142 Attention:Mike Ellis,CEO Telephone: 239-658-3000 Facsimile: 239-658-3050 All Notices from the Contractor to the County shall be deemed duly served if mailed or faxed to the County to: Collier County Government Center Purchasing Department 3327 Tamiami Trail, East Naples,Florida 34112 Attention:Joanne Markiewicz, Director,Procurement Services Telephone: 239-252-8907 Facsimile: 239-252-6480 2 1 60 7 The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor.The County will not be obligated to pay for any permits obtained by Subcontractors/Subconsultants. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules,regulations and laws of Collier County, the State of Florida,or the U.S. Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 9. NO IMPROPER USE. The Contractor will not use,nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the contract of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said agreement for cause; further the County may terminate this Agreement for convenience with a ten (10) day written notice. The County shall be sole judge of non- performance. In the event that the County terminates this Agreement,Contractor's recovery against the County shall be limited to that portion of the Contract Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race,sex,color,creed or national origin. 3 ,% 1607 12. INSURANCE. The Contractor shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of $2,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors;Products and Completed Operations and Contractual Liability. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of$500,000 for each accident. C. Professional Liability: Shall be maintained by the Contractor to ensure its legal liability for claims arising out of the performance of professional services under this Agreement. Contractor waives its right of recovery against County as to any claims under this insurance. Such insurance shall have limits of not less than $1,000,000 each claim and in the aggregate. Special Requirements: Collier County Government shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability Policy. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: ten (10) days prior written notice, or in accordance with policy provisions. Contractor shall also notify County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Consultant from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors/Consultants comply with the same insurance requirements as the awarded firm. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the 4 1607 7 Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Department of Housing, Human and Veteran Services/Social Services Program. 15. CONFLICT OF INTEREST: Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS CONTRACT. This Contract consists of the following component parts, all of which are as fully a part of the contract as if herein set out verbatim: Exhibit A - "Scope of Work," Exhibit B - "Cost Proposal," Exhibit C - "Supplemental General Grant Terms and Conditions," and Insurance Certificate(s). 17. SUBTECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this agreement is subject to appropriation by the Board of County Commissioners. 18. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time;b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and,c. immediate termination of any contract held by the individual and/or firm for cause. 19. IMMIGRATION LAW COMPLIANCE. By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety (including, but not limited to, the Trench Safety Act,Chapter 553, Florida Statutes),and the Florida Public Records Law Chapter 119 (including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(d) and (3))). If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 1607 20. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 21. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in accordance with the Purchasing Ordinance and Purchasing Procedures 22. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties,the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution,and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102,Fla.Stat. 23. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 24. CONTRACT STAFFING. The Contractor's personnel and management to be utilized for this project shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the contract. The Contractor shall assign as many people as necessary to complete the required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the required service delivery dates. 25. ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at County's discretion. 26. ASSIGNMENT: Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement or any part herein, without the County's consent, shall be void. If Contractor does,with approval, assign this Agreement or any part thereof,it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. 6 • 1 6 0 7 IN WITNESS WHEREOF, the parties hereto,have each,respectively, by an authorized person or agent,have executed this Agreement on the date and year first written above. BOARD OF COUNTY COMMISSIONERS ATTEST: COLLIER COUNTY, FLORIDA Dwight E. Brock, Irk of Cour I,. 1 �r By: / e,' e _ 1° tTIM NANCE, CHAIRMAN r Dated. ' ,,b, 1 t C- (S s to Chairman's. /,-, .; �,��.�.�t�are�onl Collier Health Services,Inc. `` f` .„�, il Contractor _,1/A B iq, F r "- y Signature �—'� ik x . nom cit.,. CEc rots. Ells TType print witness nameT TType/print signature and tit1eT Second Wiyli•vssm!/ U'�RS �� y ,L- tType/print witness namet Approved as to Form and Legality: Clig127) .I4fr i, (21) Assist�yt �county ' ttorney LW( i 6ve tt-L—. Print Name Iter# -i. ,9-- Agenda O Date �/ j�) Date 3 b `{ Recd Deputy Clerk 7 G 1 607 14-6248 "Pharmacy Services" EXHIBIT A "SCOPE OF WORK" 1. Each of the Contracted pharmacists must possess a current license from the Florida State Board of Pharmacy in accordance with Revised Statutes of the State of Florida, and shall maintain said license in good standing for the duration of the contract. 2. The Contractor must be able to fill outpatient prescriptions as needed each day for the duration of the contract within the normal work hours of 8:30 am to 5:00 pm,M-F. 3. The Contractor shall provide at no additional cost to the County, pharmacy services at locations in areas which are not evacuated during a disaster, and be prepared to accept telephonic requests from the County Emergency Operations Center and fill such requests. Collier County Housing, Human and Veteran Services Department/Social Services Program will be responsible for the pick-up and delivery of any such prescriptions. 4. The Contractor shall be able to provide Generic equivalent drugs when one is available to fill the prescriptions. Prescriptions are limited to a 30-day supply. 5. The Contractor shall provide electronic transfer of invoices (billing) to a designated email address at least monthly per Clerk of Court's Finance standards. Such electronic data transfer capability shall be operational at contract start-up and the first billing shall be forthcoming within four (4) weeks after start up of contract. The Contractor shall provide a contact name and phone number for technical assistance when file format problems arise. 6. All of the Contractor's pharmacy locations shall be connected on a common network using the same database in order to monitor patient information and manage the formulary. In addition, all locations must be connected to the central system that contains client information. All clients will be given a voucher to provide to the pharmacy. Any physician can write a prescription; this includes Primary Care, specialists, emergency room physicians, dentists, etc. Collier County Housing and Human Services/Social Services will not pay for prescriptions if the client does not present a voucher which shows a valid begin and end date of eligibility. 7. Under the Health Insurance Portability and Accountability Act (HIPAA) of 1996, Contractor is expected to adhere to the same standards as the County and other HIPAA covered entities regarding the protection and non- authorized disclosure of Protected Health Information (PHI). The Contractor shall use File Transfer Protocol (FTP), or other HIPAA compliant compatible programs to transfer encrypted client information (automatically) to pharmacy database at least twice daily, without breaking security; full file transfer shall be done weekly. Contractor must comply with HIPAA 834 file format. 8. It is highly desirable that the Contract Manager be a pharmacist. 9. The Contractor shall identify rebates that are forthcoming and any savings realized from manufacturer's rebates shall be credit against the County's monthly invoice. A-1 16137 10. Payments shall be made in accordance with the Local Government Prompt Payment Act from a joint revolving account for the payment of services provided. 11. The Contractor shall fill all medications to patients for self-administration in accordance with all applicable Federal,State and Local laws. 12. The Contractor shall update and make readily retrievable at any time, all outpatient and drug data within the outpatient profile as each prescription is filled or refilled. The contractor shall automatically monitor drug allergies and interactions according to data available for each patient. 13. The Contractor shall provide monthly Utilization and Administrative reports including number of prescriptions filled, covered individuals, utilising individuals including physician dispensing profiles and other reports. 14. The Contractor must immediately advise the County whenever abuse, drug seeking or fraudulent behavior is suspected. 15. The Contractor shall provide to the County any manufacturer's no cost, discounted or promotional health care items, which may be provided to them during the period of the contract. 16. The Contractor shall be available for periodic site visits by Collier County staff, to any of their locations,in order to monitor the quality of services provided. 17. The Contractor must respond within twenty-four (24) hours in writing via fax, email or letter, to all questions presented by the Collier County Housing, Human and Veteran Services Department. 18. The Contractor shall provide outpatient-packaging materials, including labeling, that meets all applicable laws and regulations. Labeling for outpatient packaging shall include: a. Patient Name b. Date of Dispensing c. Prescription Number d. Physician's Name e. Instructions for Patient Use f. Name and Strength of Drug g. Number of Doses Dispensed 19. The contractor shall maintain all outpatient drug profiles on a computerized dispersing system.Each outpatient drug profile must include: a. Patient Name b. Address/ Phone d. Birth Date/Social Security Number e. Sex f. Allergies g. Prescription Number Drug data within each outpatient drug profile must include: a. Drug Name 1 607 b. Drug Strengths c. Amount Ordered d. Amount Dispensed e. Instructions for Use f. Refills Authorized g. Physician Information h. Times and Dates Filled Electronic invoice data must include,but may not be limited to: a. Patient's Identification Number assigned by HHVS b. Control# c. Medication name d. Strength e. Quantity f. Date Filled (MM/DD/YY) g. Generic h. Retail Price i. Cost j. Total Price Due 3 1607 14-6248"Pharmacy Services" EXHIBIT B "COST SCHEDULE" 1. The following generic drugs will be offered at a maximum of $4.00 per 30 day dose (See attached list following this page,as Exhibit B-1). 2. All Drugs not listed on Exhibit B-1 shall be priced according to the following formulas based on McKesson Average Wholesale Price(AWP): All Medications: AWP plus 10% B-I s EXHIBIT B-1 I 6 D 7 11FA1Th 1..A RI.NL 1 V.'QIIY.01 SOUIIIWEST FLORIDA EXHIBIT BI 0111.10 rYICiNG LIST BASED ON MCKESSON 1/8/20:: _.,,.;vq -•1u, i.f Y:J.' :::.x ;.L. _.ii:. s::J1...:...;<I'.. IC.i. ..... ACTAVIS CHILD IBUP BERRY 402 100 MG/SML ORAL SUSP 00477125594 53.68 52.22 52.22 50.555 ACYCLOVIR CAP 200MG TEV 1000 200 MG CAPSULE 00093894001 597.20 $3.40 $3.40 $0.034 ALBUTEROL INH 0.083%WAT 250 2.5 MG/3ML VIAL-NEB 00591379783 530.75 $1.59 51.59 50.064 ALBUTEROL PRP 2MG/SMLO/P16020 2 MG/5 ML SYRUP 00603100858 $30.79 $1.98 51.98 50.124 ALBUTEROL TAB 2MG MYLN 1000 2MG TABLET 00378025501 $1,756.63 $62.90 $62.90 50.629 ALBUTEROL TAB 4MG MYLN 1000 4MG TABLET 00378057201 51,756.63 575.11 575.11 50.751 ALENDRONAT 500 T8 35MG CAM 40 35 MG TABLET 41616063768 581.93 50.73 $0.73 50.183 ALENDRONATE TAB 70MG APX 4 70 MG TABLET 60505259604 581.95 50.14 50.14 50.035 AMILOR+FICT2 TB 5/50 MYLN 5000 SMG-SOMG TABLET 00378057705 5579.53 569.00 569.00 50.138 AMITRIP TAB 100MG SAN 1000 100 MG TABLET 00781149001 $142.88 $0.68 50.68 50.007 AMITRIP TAB 10MG SAN 10000 10 MG TABLET 00781148610 5177.45 $7.31 57.31 50.007 AMITRIP TAB 25MG SAN 10000 25 MG TABLET 00781148710 $339.30 57.42 57.42 50.007 AMITRIP TAB 50MG SAN 1000 50 MG TABLET 00781148801 571.44 50.83 $0.33 $0.008 AMITRIP TAB 75MG Q/P 1000 75 MG TABLET 00603221521 5190.80 52.04 52.04 50.020 AMOXICIL CAP 250MG SAN 1000 250 MG CAPSULE 00781202001 $24.99 50.63 $0.63 50.006 AMOXICIL CAP 500MG SAN 12X300 500 MG CAPSULE 00781261376 5156.28 $6.74 $6.74 50.019 AMOXICIL 0/5 200/5ML AUROSOMLO 200 MG/SML SUSP RECON 65862007050 54.59 50.67 $0.67 50.670 AMOXICIL 0/5 250MG SAN 150M1.0 250 MG/SML SUSP RECON 00781604155 57.06 51.50 51.50 50.300 AMOXICIL OS 400MG OMR 75ML 400 MG/5ML SUSP RECON 43598020751 $7.33 50.78 $0.78 50.780 AMOXICIL SU5 125MG TEV 150ML0 125 MG/SML SUSP RECON 00093415030 $4.71 51.72 $1.72 50.344 ATENOL TAB 100MG TEV 500 100 MG TABLET 00093075305 5610.11 $3.59 53.59 50.007 ATENOL TAB 25MG MYLN 10000 25 MG TABLET 00378021810 5817.50 $11.29 $11.29 50.011 ATENOL TAB SOMG TEV 1000 50 MG TABLET 00093075201 $83.42 $0.30 $0.30 50.003 ATENOL•CHL TAB 1C/25 MYL 1000 100MG-25MG TABLET 00378206401 5211.65 55.16 55.16 50.052 ATROP SUL 0/5 1%2ML AKOR 12 0.01 DROPS 17478021420 $71.76 533.83 $33.83 52.819 BACLOFEN TAB 10MG QUAL 90 10 MG TABLET 00603240602 553.67 51.46 51.46 50.016 BENAZEP TAB 5MG SAN 1000 5MG TABLET 00185050501 $100.91 $1.64 51.64 50.016 BENAZEPR TA8 40MG AURO 1000 40 MG TABLET 65862011803 5105.11 52.64 $2.64 50.026 BENAZEPRIL TB 10MG SOLC 100 10 MG TABLET 43547033610 5105.00 51.46 51.46 50.015 BENAZEPRIL TB 20MG SOLC 100 20 MG TABLET 43547033710 5105.00 $1.73 51.73 50.017 BENZONATATE CAP 100MG ZYD 100 100 MG CAPSULE 68382024701 $101.33 $3.64 53.64 50.036 BENZTROP MES TAB 2MG PLIV 1000 2MG TABLET 50111039501 $24.29 55.83 $5.83 50.058 BISOPR TAB 10/6.25MG SAN 300 10-6.25MG TABLET 00185070730 $34.24 $0.33 50.33 50.011 BISOPR TAB 2.5/6.25MG MYLN1000 2.5-6.25MG TABLET 00378050101 $137.94 53.54 53.54 50.035 BISOPR+HCTZ SMG/6.25MGNIC1000 5-6.25MG TABLET 29300018801 5112.75 $3.39 53.39 50.034 BUMETAN TAB O.SMG TEV 1000 0.5 MG TABLET 00093423201 $99.67 51.66 51.66 50.017 BUMETAN TAB 1MG TEV 1000 1 MG TABLET 00093423301 5137.31 52.10 52.10 $0.021 BUSPIR TAB 10MG TEV 5000 10 MG TABLET 00093005405 5652.33 $18.49 518.49 50.037 BUSPIR TAB 5MG TEV 1000 5MG TABLET 00093005301 $77.12 $2.42 52.42 $0.024 CAPTOPR TAB 100MG WEST 100 100 MG TABLET 00143117401 5380.63 51.97 51.97 50.020 CAPTOPR TAB 12.5MG WEST 100 12.5 MG TABLET 00143117101 $155.82 50.75 $0.75 50.008 CAPTOPR TAB 25MG MYL 1000 25 MG TABLET 00378301201 5166.95 528.16 $28.18 50.282 CAPTOPR TAB SOMG WEST 100 50 MG TABLET 00143117301 5289.87 51.09 $1.09 50.011 CARBAMAZ TAB 200MG APX 100 200 MG TABLET 60505018300 5159.92 52.96 52.96 50.030 CARDIZEM TAB 30MG 100 30 MG TABLET 00187077147 5489.04 50.97 $0.97 50.010 CARDIZEM TAB 60MG 100 60 MG TABLET 00187077247 $767.29 $0.97 $0.97 50.010 CARVEDILOL TAB 3.125MG CAR1000 3.125 MG TABLET 57664024288 $211.31 51.20 51.20 50.012 CARVEDILOL TB 12.5MG TEV 1000 12.5 MG TABLET 00093729301 5213.69 51.52 51.52 50.016 CARVEDILOL T8 25MG TEV 5000 2.5 MG TABLET 00093729605 $1,041.74 59.86 S9.86 50.020 CARVEDILOL TB 6.25MG GLEN 1000 6.25 MG TABLET 68462016301 5210.13 52.59 52.59 $0.026 CEPHALEX CAP 500MG WEST 100 500 MG CAPSULE 00143989701 5134.71 52.15 52.15 50.022 CEPHALEX 0/5 250/SMLLUP1200ML0 250 MG/SML SUSP RECON 68160012402 551.21 56.71 56.71 51.007 CHLORHEX GLUC OR HI-T 16020 0.0012 MOUTHWASH 50383072016 510.50 52.11 52.11 50.132 °METH)TAB 800MG MYL 1000 800 MG TABLET 00378054101 5416.40 520.96 520.96 50.210 CIPRO O/SOL 10%500MG/SML100ML 500 MG/5ML SUS MC NEC 50419077301 5158.56 557.32 557.32 557.320 CIPRO 0/SOL 5%250MG/5ML 100ML 250 MG/SML SUS MC EEC 50419077701 5135.44 548.93 548.93 548.930 CITALOPRAM HER TB 40MG TOR1000 40 MG TABLET 13668001101 $277.97 52.41 52.41 50.024 CITALOPRAM TAB 20MG AURO 5000 20 MG TABLET 65862000605 $1,241.71 58.47 58.47 50.017 CLOMIPH CITR TAB 50MG TEV 100 50 MG TABLET 00093004103 568.55 51.50 51.50 50.150 CLONIDINE TAB 0.1MG MUT 1000 0.1 MG TABLET 53489021501 525.90 51.06 51.06 50.011 CLONIDINE TAB 0.2MG MUT 1000 0.2 MG TABLET 53489021601 537.55 50.95 50.95 50.010 CORGARO TAB 20MG 100 20 MG TABLET 60793080001 5431.46 54.67 $4.67 50.047 CORGARD TAB 40MG 100 40 MG TABLET 60793080101 5504.80 54.72 54.72 50.047 CYCLOBENZ TAB 10MG MYL 10000 10 MG TABLET 00378075110 51,091.50 $8.32 58.32 50.006 CYCLOBEN2 TAB 5MG CAO 1000 SMG TABLET 59746021110 51,642.50 545.83 543.83 50.044 CYTRA.2 501 16020 334-500MG SOLUTION 60258000116 514.24 53.18 $3.18 50.199 DEXAMETH TAB 0.5MG UD ROX 1000 0.5 MG TABLET 00054817925 $26.72 53.28 53.28 50.033 DEXAMETH TAB 0.75MG ROX 1000 0.75 MG TABLET 00054418025 536.39 54.81 54.81 50.048 DEXAMETH TAB 4MG UD ROX 1000 4MG TABLET 00054817525 568.26 53.37 53.37 50.034 DICYCLOM CAP 10MG MYL 1000 10 MG CAPSULE 00378161001 $26.38 52.03 52.03 50.020 DICYCLOM TAB 20MG MYL 1000 20 MG TABLET 00378162001 535.50 53.08 $3.08 50.031 DIGOXIN TAB 0.125MG LANN 1000 125 MCG TABLET 00527132401 $230.00 $22.79 522.79 50.228 DIGOXIN TAB 0.25MG LANK 1000 250 MCG TABLET 00527132501 5230.00 $21.22 521.22 $0.212 DILTIAZEM TAB 120MG MYL 1000 120 MG TABLET 00378052501 5151.81 58.75 $8.75 50.088 DILTIAZEM TAB 90MG MYL 1000 90 MG TABLET 00378013501 5112.75 $6.99 56.99 50.070 DOXAZOSIN TAB 1MG TEV 1000 1 MG TABLET 00093812001 5134.86 514.07 514.07 50.141 DOXAZOSIN TAB 2MG TEV 1000 2 MG TABLET 00093812101 5134.86 $12.86 $12.86 50.129 DOXAZOSIN TAB 4MG TEV 1000 4 MG TABLET 00093812201 5141.55 $17.63 517.63 50.176 DOXAZOSIN TAB 8MG TEV 1000 8 MG TABLET 00093812301 5148.64 57.81 57.81 $0.078 DOXYCYC NYC CAP 100MG WEST 500 100 MG CAPSULE 00143314250 5276.61 $44.76 544.76 50.895 , i .., 1607 DOXYCYC HYC CAP 50MG MUT 500/ SO MG CAPSULE 53489011802 $112.66 $36.46 $36.46 50.729 ENALAPR MAL TB 2.5MG TEV 1005) 2.5 MG TABLET 00093002601 $145.74 $5.07 $5.07 $0.051 ENALAPR TAB 10MG WOCK 1000 10 MG TABLET 64679092502 $117.81 $3.18 $3.1B $0.032 ENALAPR TAB 20MG WOCK 100@ 20 MG TABLET 64679092602 $167.64 $3.97 53.97 $0.040 ENALAPR TAB 5MG WOCK 10058 5MG TABLET 64679092402 $112.20 $309 53.09 $0.031 ENALAPR TB 5MG/12.5MG TAR 1000 5MG-12.5MG TABLET 51672404501 5109.60 $0.71 $0.71 $0.007 ERYTHR 0/0 04%1GM UD 8&L 50@ 5MG/G 01NT.(0) 24208091019 $620.73 $41.31 $41.31 50.826 ESTRADIOL TAB 0.5MG BARR 100@ 0.5 MG TABLET 00555089902 529.01 $3.31 $3.31 50.033 ESTRADIOL TAB 1MG BARR 1000 1 MG TABLET 00555088602 535.79 $3.25 $3.25 50.033 ESTRADIOL TAB 2MG BARR 1000 2MG TABLET 00555088702 549.55 54.30 $4.30 50.043 FAMOTID TAB 20MG ZEN 1000 20 MG TABLET 00172572860 $17300 $1.53 $1.53 50.015 FINASTER TAB 5640 AURO 5000/ 5MG TABLET 65862014905 51,563.25 $13.90 $13.90 50.023 FLUOCINON CR 0.05%TEV 30GM@ 0.0005 CREAM(G) 00093026230 $91.10 $5.24 $5.24 55.240 FLUORIDE CHW TB 0.5MG L1010000 0.5(1.1)MG TAB CHEW 51862017110 5140.80 59.69 $9.69 $0.010 FLUOXET CAP 20MG PLIV 1005) 20 MG CAPSULE 50111064801 $266.81 $1.07 $1.07 $0.011 FLUOXET CAP 40MG AURO 30@ 40 MG CAPSULE 65862019430 5160.09 $1.46 51.46 50.049 FLUOXET CAP 40MG AURO 300 40 MG CAPSULE 65862019430 5160.09 $1.46 $1.46 $0.049 FLUOXET TAB 10MG PAR 300 10 MG TABLET 49884073411 581.93 $1.19 $1.19 50.040 FLUPHENAZ TB 1MG SAN 1000 1 MG TABLET 00781143601 549.75 54.47 $4.47 50.045 FOLIC ACID TB 1MG 0/P 1000@ 1 MG TABLET 00603316232 579.49 $7.26 $7.26 50.007 FUROSEM TAB 20MG ROX 100@ 20 MG TABLET 00054429725 $14.30 $0.35 $0.35 50.004 FUROSEM TAB 40MG ROX 1000/ 40 MG TABLET 00054429925 $16.30 50.42 50.42 50.004 FUROSEM TAB 80MG ROX 100@ 80 MG TABLET 00054430125 $43.70 $0.12 $0.12 50.001 GENTAMIC OINT 0.1%PERR 15GM@ 0.001 DINT.IG) 45802004635 532.92 $8.64 58.64 58.640 GENTAMIC OPH SOLGENTAK 5ML 0.003 DROPS 17478028310 $19.18 $2.97 $2.97 $2.970 GENTAMIC SUL OPH 0.3%OAC SML 0.003 DROPS 60758018805 58.75 51.36 51.36 51.360 GLIMEPIR TAB 1MG ACC 100 1 MG TABLET 16729000101 $40.15 51.02 51.02 50.010 GLIMEPIR TAB 2MG DR/R 500(,0 2 MG TABLET 55111032105 $315.85 $5.18 55.18 50.010 GLIMEPIR TAB 4MG ORA 500@ 4 MG TABLET 55111032205 5595.73 57.28 57.28 50.015 GLIPIZIDE TAB 10MG SAN 1000 10 MG TABLET 00781145301 558.50 50.19 50.19 50.002 GUPIZIDE TAB 5MG SAN 10000 5MG TABLET 00781145210 5316.40 $4.85 54.85 50.005 GLYBURIDE M TAB 2.5MG TEV 90 2.5 MG TABLET 00093834398 541.34 $1.78 51.78 50.020 GLYBURIDE MET 5/500 ACT 500@ 5 MG-500MG TABLET 00228279350 5502.03 $3.08 53.08 50.006 GUANFAC TAB IMG WAT 1000P 1MG TABLET 00591044401 $87.20 53.08 $3.08 50.031 HALOP TAB 0.5MG SAN 1000 0.5 MG TABLET 00781139101 532.55 58.79 $8.79 50.088 HALOP TAB 1MG UD MMP 100 1 MG TABLET 00904592361 579.81 57.18 57.18 50.072 HALOP TAB 2MG UD SAN 1000 2MG TABLET 00781139313 560.19 517.49 $17.49 50.175 HALOP TAB 5MG SAN 1008P $MG TABLET 00781139601 $102.38 $12.38 512.38 50.124 HYDRAL TAB 10MG PLIV 1000 10 MG TABLET 50111039801 $41.15 $1.96 51.96 50.020 HYDRAL TAB 2510G PAR 1000 25 MG TABLET 49884002701 $50.83 51.69 $1.69 50.017 HYDROCHL CAP 12.5MG WAT S00@ 12.5 MG CAPSULE 00591034705 5201.64 54.78 54.78 50.010 HYDROCHL TB 50MG UD IVA 100 50 MG TABLET 00172208910 517.14 51.00 51.00 50.010 HYOROCORT AC CRM 1%ACTA30GM@ 0.01 CREAM(G) 00472034356 $3.48 50.76 50.76 50.760 HYOROCORT SUPP 25MG PA00 120/ 25 MG SUPP.RECT 00574709012 5173.10 55.48 55.68 50.457 IBUPROF TAB 400MG DR/R 1000 400 MG TABLET 55111068201 $20.50 $1.53 51.53 50.015 19UPROF TAB 600MG DOR 10050 600 MG TABLET 55111068301 529.04 51.27 51.27 50.013 IBUPROF TAB B00MG DR/R 100@ 800 MG TABLET 55111068401 $38.10 $2.27 $2.27 50.023 INDAPAM TAB 1.25MG MYLN 1000 1.25 MG TABLET 00378006901 5142.12 54.38 54.38 50.044 INDAPAM TAB 2.5MG MYLN 1000 2.5 MG TABLET 00378008001 5154.94 55.28 $5.28 50.053 INDOMET CAP 25640 CAME 100 25 MG CAPSULE 31722054201 538.00 52.63 $2.63 50.026 IPRATRO NEB SGLPK 0.02%NEPH300 0.2 MG/ML SOLUTION 00487980101 539.60 54.07 $4.07 50.136 IPRATRO/ALB 0.5/3MG SAN3ML6X5@ 0.5.3640/3 AMPUL-NEB 00781714664 565.61 51.90 51.90 50.063 ISONIAZID TB 300640 BARR 308P 300 MG TABLET 00555007101 510.15 52.15 $2.15 50.072 150505 MON ER TB 30MG KRE 10058 30 MG TAB ER 2414 62175012837 $51.64 58.06 58.06 50.081 ISOSOR MON ER TB 60MG KRE 100@ 60 MG TAB ER 24H 62175011937 554.34 59.25 $9.25 50.093 KLARON LOT 10%402 0.1 SUSPENSION 00187519804 5307.48 51.14 51.14 51.140 LACTULOSE SOL 100/15MLHI-T16Z0 10 G/15 ML SOLUTION 50383077916 536.50 52.83 $2.83 50.177 LEVOBUN HCL ON 0.5%PAC 5ML 0.005 DROPS 60758006005 $16.64 50.93 50.93 50.930 LEVOTHYROX 150MCG SAN 10000/ 150 MCG TABLET 00781518710 5706.16 $18.55 518.55 50.019 LEVOTHYROX TAB 12SMCG SAN 900 125 MCG TABLET 00781516692 561.75 56.04 55.04 50.056 LEVOTHYROX TAB 137MCG SAN 900 137 MCG TABLET 00781519192 562.61 55.04 55.04 50.056 LEVOTHYROX TAB 175MCG SAN 900 175MCG TABLET 00781518692 575.55 5504 55.04 50.056 LEVOTHYROX TAB 200MCG SAN 900 200 MCG TABLET 00781518992 575.69 55.04 55.04 50.056 LEVOTHYROX TAB 88MCG SAN 900 88 MCG TABLET 00781518392 $52.28 50.01 $0.01 50.000 LEVOTHYROX TB 112MCG SAN 900 112 MCG TABLET 00781518592 560.91 55.04 55.04 50.056 LEVOTHYROX TB 1CMCG SAN 10000) 100 MCG TABLET 00781518410 $585.26 $6.02 56.02 50.006 LEVOTHYROX TB 25MCG SAN 10000/ 25 MCG TABLET 00781518010 5455.14 50.03 50.03 LEVOTHYROX TB 50MCG SAN 10000 50 MCG TABLET 00781518110 $516.66 514.78 $14.78 50.015 LEVOTHYROX TB 75MCG SAN 10000 75 MCG TABLET 00781518210 5570.95 515.08 515.08 50.015 LIDOCA HCIOS 2%0/P IOoML5) 0.02 SOLUTION 00603139364 $14.20 50.94 50.94 50.940 LISINOPR TAB 10MG WAT 100@ 10 MG TABLET 00391040701 598.92 50.30 50.30 50.003 LISINOPR TAB 2.5MG EON 100@ 2.5 MG TABLET 00185002501 564.85 50.50 50.50 50.005 LISINOPR TAB 20MG WAT 10000/ 20 MG TABLET 00591040810 51,052.80 510.83 $10.83 50.011 LISINOPE TAB 5MG SAN 1000 5MG TABLET 00185540001 $97.23 50.54 50.54 50.005 LISINOPR+HCTZ 10/12.5 LUPI10089 10.12.5MG TABLET 68180051801 $112.04 51.38 51.38 $0.014 LISINOPR+HCTZ 20/12.5 LUPI100@ 2042.5 MG TABLET 68180051901 $121.28 $2.02 52.02 50.020 LISINOPR•HCTZ 20/25 IVA 1000 20-25MG TABLET 00172503260 5120.90 51.98 $1.98 50.020 UTHOBID TAB 300MG 100 300 MG TABLET ER 62559028001 5594.00 $0.01 $0.01 50.000 LORATADINE TAB 10MG PER 1000 10 MG TABLET 45802065078 $30.07 52.57 52.57 50.026 LOSARTAN P/HYD 100/25 TEV 300 100MG•25MG TABLET 00093736856 5102.23 51.35 51.35 50.045 LOVASTAT TAB 10MG LUPI 100 10 MG TABLET 68180046701 5134.55 52.81 52.81 50.028 LOVASTAT TAB 20MG SAN 1000 20 MG TABLET 00185007201 5237.28 51.80 51.80 50.018 ( 1r) 1 6 D 7 MAG 64 TAB RIS 600 64 MG TABLET ER 68585000575 $8.65 54.42 54.42 50.074 MAGNESIUM OXID TAB VIRR 1200 400 MG TABLET 76439021712 510.89 51,85 51.85 50.015 MEDROXYPR TAB 10MG GRE 1000 10 MG TABLET 59762374202 549.14 51.46 51.46 50.015 MEDROXYPR TAB SMG GRE 1000 S MG TABLET 59762374101 $47.25 $2.94 52.94 50.029 MEGESTR TAB 20MG PAR 100@ 20 MG TABLET 49884028901 569.20 $5.56 55,56 50.056 MELOXICAM TAB 15MG ZYD 100 15 MG TABLET 68382005101 5484.49 51.52 51.92 50.015 MELOXICAM TAB 7.5MG UNIC 100 7.5 MG TABLET 29300012401 5316.87 50,97 $0.97 50.010 METFORM ER TAB 500MG SAN 100 S00 MG TAB ER 24N 00185441601 574.50 51.58 51.58 50.016 METFORM IR TAB 850MG AMN 100 850 MG TABLET 65162017410 5119.70 50.49 50.49 50.005 METFORM TAB 1000MG TEV 10000 1000 MG TABLET 00093721410 51,450.60 515.44 515.44 50.01$ METFORM TAB SOOMG CARA 90 S00 MG TABLET 57664039799 563.36 51.16 51.16 50.013 METHYLO TAB 250MG TEV 100@ 250 MG TABLET 00093293101 538.40 53.94 53.94 50.039 METOCLOPR SYRP SMG MOR 160Z0 5 MG/5 ML SOLUTION 60432062216 519.25 52.31 52.31 50.144 METOCLOPR TAB 10MG TEV 500@ 10 MG TABLET 00093220305 $130.25 59.04 59.04 50.018 METOPROL TB TRT SOMG TEV 1000 50 MG TABLET 00093073301 555.50 50.64 $0.64 $0.006 METOPROL TB TRT 50MG TEV 1000 SO MG TABLET 00093073301 555.50 50.64 50.64 50.006 METOPROL TRT TB 25MG RAN 10000 25 MG TABLET 63304057910 5235.22 510.74 510.74 50.011 MICRON GLYB TB 3MG STA 100 3 MG TABLET 67253046110 563.88 50.48 50,48 50.005 MICRON GLYB TB 6MG STA 100 6 MG TABLET 67253046210 510732 52.59 $2.59 50.026 NAPROXEN TAB 375MG TEV 1000 375 MG TABLET 00093014801 $106.40 52.01 $2.01 S0.020 NAPROXEN TAB 500MG TEV 1000 500 MG TABLET 00093014901 $129.90 52.13 $2.13 50.021 NEOMY+POLY 8+0E%0/0 FAL3.5GM@ 3.5.10E-.1 OINT,(0) 61314063136 544.00 50.01 50.01 50.010 NEOSPORIN G.U.IRRIG AMP 10 40.200E/ML AMPUL 61570004710 $366.28 50.10 $0.10 50.010 NYSTATIN OS SOOMU SML UDP/A100 100000/ML ORAL SUSP 00121478535 5131.I5 $74.52 574.52 50.745 OXYBUTYNIN TAB SMG UD UDL 100 5MG TABLET 51079062820 $44.59 510.97 510.97 50.110 PAMELOR CAP 10540 30 10 MG CAPSULE 00406991003 5839.65 50.29 50.29 50.010 PAMELOR CAP 25MG 30 25 MG CAPSULE 00406991103 $856.44 $0.29 50.29 50.010 PAROXETIN TAB 10MG AURO 300 10 MG TABLET 13107015430 $78.55 51.09 51.09 50.036 PAROIETIN TAB 20MG GRE 30 20 MG TABLET 59762181001 $79.30 50.35 $0.35 $0.012 PENICIL-V POT TB 250MG GRE100 250 MG TABLET 59762153401 523.48 51,66 $1.66 50.017 PENIOL•VK O/5`125MG TEV 2CML@ 125 MG/SML SOLN RECON 00093412574 55.64 52.16 52.16 50.324 PENICiL•VI 0/S 250MG TEV 2CML0 250 MG/SML SOLN RECON 00093412774 56.23 52.40 52.40 50.360 PHENAZ TAB 200MG AKY 1000 200 MG TABLET 65162052010 5205.14 55.38 55.38 50.054 PHENAZ TAB 200MG AKY 1000 200 MG TABLET 65162052010 5205.14 55.38 55.38 50.054 PILOCAR OPHT SOL 2%FAL 1SML 0,02 DROPS 61314020415 595.13 550.33 550.33 550.330 PILOCAR OS IOMG/ML AKOR)SML 0.01 DROPS 17478022312 544.70 $16.30 516.30 516.300 PRAVAST NA TAB 10MG APX 900 10 MG TABLET 60505016809 $289.33 $16.19 516.19 50.180 PRAVAST SOD TAB 40MG GLEN 5000 40 MG TABLET 68462019705 52,397.20 523.67 523.67 50.047 PRAVAST TAB 20MG TEV 9001 20 MG TABLET 00093720198 $294.04 $10.23 510.23 $0.114 PRAZOSIN CAP 1MG MYL 1000 1 MG CAPSULE 00318110101 574.62 $7.31 $7.31 50.073 PREDNISON TAB 10MG UD ROE 1000 10 MG TABLET 00054001720 526.70 50.98 50.98 50.010 PREDNISON TAB 2.5MG ROT 100@ 2.5 MG TABLET 00054474225 516.48 $3.18 $3.18 $0,032 PREDNISON TAB 20MG UD ROX 1000 20 MG TABLET 00054001820 528.49 55.15 55.15 50.052 PREDNISON TAB 5MG ROE 10009 5MG TABLET 00054472831 $223.86 516.41 516.41 50.016 PRENATAL 1 PLUS 1 T8 AKY 100 27 MG-1 MG TABLET 65162066810 $36.25 53.89 53.89 50.039 PROCHLORP TAB 10MG TEV 1000 10 MG TABLET 00093965201 $157.34 50.56 50.56 50.006 PROCTOZ NC CRM 2.5%RIS 30GM 0.025 CREAM/APPL 64980030130 537.33 $5.53 55.53 55.530 PROMETH DM SYRP Q/P 16020 15.6.25/5 SYRUP 00603358658 $21.64 53.33 53.33 50.208 PROMETH HCL TB 25MG CATIA 1000 25 MG TABLET 57664010888 550.64 51.06 51.06 50.011 PROMETH SYRP 6.25/SML Q/P 4020 6.2SMG/SML SYRUP 00603158454 57.35 50.58 $0.58 50.580 PROPRAN TAB 10MG PLIV 1000 10 MG TABLET 50111046701 533.55 50.30 $0.30 50.003 PROPRAN TAB 20MG MYLN 1000 20 MG TABLET 00378018301 526.75 52.92 52.62 50.026 PROPRAN TAB 40MG PLIV 1000 40 MG TABLET 50111046901 $69.15 50.45 50.45 50.005 PROPRAN TAB 80MG PLIV 1000 80 MG TABLET 50111047101 563.39 51.22 51.22 $0.012 PROVERA TA8 25MG 100 2,5 MG TABLET 00009006404 5164.14 51.09 $1.09 $0.011 RANITID TAB 150MG IVA 60 150 MG TABLET 00172435749 595.30 52.41 52.41 50.040 RANITID TAB 300MG WOO/1000 300 MG TABLET 64679074204 $270.13 52.06 52.06 50.021 SILVADENE CRM 1%TBE 20GM 0.01 CREAM(0) 61570013120 $9.98 50.64 50.64 50.640 SOTALOL HCI TAB 80MG APX 100 80 MG TABLET 60505008000 $256.21 52.93 52.93 50.029 SPIRONOL TAB 25MG ACTA 100 25 MG TABLET 00228280311 545.94 $1.35 51.35 50.014 SULFAM+TRI OS CHRY AURO 473ML@ 200.40MG/S ORAL SUSP 65862049647 5215.40 513.40 513.40 50.838 SULFAM+TRI TB 400/80MG AURO100 400MG-80MG TABLET 65862041901 566.45 52.79 52.79 50.028 SULFAM+TRI TB 800/160MGAUR0500 800.160 MG TABLET 65862042005 5454.60 511.71 $11.71 50.023 TAMOXIFEN CIT TAB 10MG WATS600 10 MG TABLET 00591247260 $113.64 54.45 54.45 50.074 TAMOXIFEN CITR T8 20MG MYL 300 20 MG TABLET 00378027493 $113.65 54.57 54.57 50.152 TERAZOSIN CAP IOMG SAN 1000 10 MG CAPSULE 00781205401 $160.38 51.77 51.77 50.018 TERAZOSIN CAP 1MG SAN 1000 1 MG CAPSULE 00781205101 $160.38 $2.25 52.25 50.023 TERAZOSIN CAP 2MG SAN 1000 2 MG CAPSULE 00781205201 5160.38 $1.43 51.43 50.014 TERAZOSIN CAP SMG SAN 1000 5 MG CAPSULE 00781205301 $160.38 $1.52 51.52 50.015 TERBINAF TAB 250MG CAME 30 250 MG TABLET 31722020930 $390.70 52.9$ $7.95 50.098 TIMOLOL OPH SOL 0.25%FAL SML@ 0.0025 DROPS 61314022605 515.00 $0.79 50.79 50.790 TIMOLOL OPH SOL 0.5%AKOR ISML 0.005 DROPS 17478028812 $11.20 52.93 52.93 52.930 TOBREX DROP 0.3%OT SML 0.003 DROPS 00065064305 $97.92 $0.32 $0.32 50.320 TRAZOD TAB 100MG PLIV 10001 100 MG TABLET 50111043401 573.25 52.21 52.21 50.022 TRAZOD TAB 150MG PLIV 100@ ISO MG TABLET 50111044101 $146.91 $4.45 $4.45 50.045 TRA20D TAB SOMG PIN 1000 50 MG TABLET 50111043301 556.52 $1.16 $1.16 $0.012 TRIAM+HCTZ TB 75/50 MYL 1000 75 MG-50MG TABLET 00378135501 5111.32 50.97 $0.97 50.010 TRIAMCIN CRM 0.025%PERK 150M0 0.00025 CREAM(G) 45802006335 $4.4S 50.50 50.50 50.500 TRIAMCIN CRM 0.5%POUG 15GM@ 0.00$ CREAM(0) 00168000215 511.10 $2.32 52.32 52.320 TRIAMCIN OINT 0.1%PERK 15G M@ 0.001 OINT.(G) 45802005535 55.57 50.59 $0.59 50.590 TRIHEXPH TAB 2MG WAT 1000 2MG TABLET 00591533501 518.29 52.97 32.97 50.030 TRI•SPRINTEC TAB BARR 6X280 7DAYSX3 28 TABLET 00555901858 $235,94 $1018 510.68 50.065 ,( 160 7 TRI•SPRINTEC TAB BARR 6X28@ 7DAY5X3 28 TABLET 00555901858 $235.94 $10.88 $10.88 50.065 VERAPAM TAB 120MG WHT WAT 100e 120 MG TABLET 00591034501 $68.43 54.31 54.31 50.043 VERAPAM TAB 80MG MYLN 1008➢ 80 MG TABLET 00378051201 5339.11 53.58 $3.58 50.036 WARFARIN SOD TAB 1MG BARR 100@ 1 MG TABLET 00555083102 $61.26 52.36 52.36 50.024 WARFARIN SOD TAB 4MG BARR 100® 4 MG TABLET 00555087402 $66.41 52.63 52.63 50.026 WARFARIN SOO TB 10MG ZYD 100 10 MG TABLET 68332005901 598.56 52.46 52.46 50.025 WARFARIN SOD TB 2MG ZYD 100 2 MG TABLET 68382005301 563.40 52.40 52.40 50.024 WARFARIN SOD 78 3MG ZYD 100 3 MG TABLET 68382005401 565.40 52.44 $2.44 50.024 WARFARIN SOD TO 5MG ZYD 100 5 MG TABLET 68382005601 566.80 52.33 $2.33 $0.023 WARFARIN 50D TB 6MG ZYD 100 6 MG TABLET 68382005701 592.30 52.55 52.55 50.026 WARFARIN 500 T8 7.5MG ZYD 100 7.5 MG TABLET 68382005801 594.69 52.44 $2.44 50.024 WARFARIN TAB 2.5MG ZYD 100 2.5 MG TABLET 68382006401 564.50 52.38 52.38 50.024 ZYLOPRIM TAB 100MG 100 100 MG TABLET 65483099110 5175.22 50.97 50.97 50.010 ZYLOPRIM TAB 300MG 100 300 MG TABLET 65483099310 $479.93 50.97 50.97 S0.010 1607 14-6248"Pharmacy Services" EXHIBIT C "Supplemental General Grant Terms and Conditions" (Following this page) C-1 1607 Exhibit C Supplemental General Grant Terms and Conditions The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract, the Supplemental Conditions shall govern. Flow Down of Terms and Conditions from the Grant Agreement k Ike Subcontracts: If the vendor subcontracts any of the work required under'this Agreement, a copy of the signed subcontract must be forwarded to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractors is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all daims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. 1 6 0 7 Exhibit C Supplemental General Grant Terms and Conditions 1. Administrative, 2. contractual, or legal remedies Unless otherwise provided in this contract, all claims, counter-claims, disputes and other matters in question between the local government and the contractor, arising out of or relating to this contract, or the breach of it, will be decided by arbitration, if the parties mutually agree, or in a Florida court of competent jurisdiction. 3. Energy Conservation Requirements - The Energy Conservation requirements are applicable to all contracts and subcontracts. The Contractor shall comply with any mandatory standards and policies relating to energy efficiency contained in the State Energy Conservation Plan issued in compliance with the Energy Policy and Conservation Act(42 U.S.C. Section 6201) 4. Access to Records and Reports -The vendor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Vendor agrees to maintain same until the Purchaser, the Grantor Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. 5. No Government Obligation to Third Parties - Applies to all contracts. The Purchaser and Vendor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Vendor, or any other party(whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. It is further agreed that the clause shall not be modified, except to identify the subcontract who will be subject to its provisions. 6. Clean Air Act, Federal Water Pollution Control Act, Executive Order 11738, and US EPA Regulations - Contracts and subgrants of amounts in excess of$100,000 shall contain a provision that requires the Contractor or recipient to comply with all applicable standards, orders, or requirements issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency(EPA). 7. Energy Policy and Conservation Act - The contractor shall comply with any mandatory standards and policies relating to energy efficiency which are contained in the Florida state energy conservation plan issued in compliance with the Energy Policy and Conservation Act(Pub. L. 94-163, 89 Stat. 871). 8. Debarment and Suspension (Executive Orders 12549 and 12689) - Contract awards that exceed the small purchase threshold and certain other contract awards shall not be made to parties listed on the government wide Excluded Parties List System in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR Part 1986 Comp., p. 189) and 12689 (3 CFR Part 1989 Comp., p. 235), "Debarment and Suspension."The Excluded Parties List System in SAM contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. 9. Byrd Anti-Lobbying Amendment (31 U.S.C. 1352) - Vendors must certify it will not and has not used Federal appropriated funds have been paid or will be paid, by or to any person or organization for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. The certification includes any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. 1 60 7 Exhibit C Supplemental General Grant Terms and Conditions 10. Procurement of Recovered Materials - (a) In accordance with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act, the Contractor shall procure items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition. The Contractor shall procure items designated in the EPA guidelines that contain the highest percentage of recovered materials practicable unless the Contractor determines that such items: (1) are not reasonably available in a reasonable period of time; (2)fail to meet reasonable performance standards, which shall be determined on the basis of the guidelines of the National Institute of Standards and Technology, if applicable to the item; or (3) are only available at an unreasonable price. (b) Paragraph (a) of this clause shall apply to items purchased under this contract where: (1) the Contractor purchases in excess of$10,000 of the item under this contract; or (2) during the preceding Federal fiscal year, the Contractor: (i) purchased any amount of the items for use under a contract that was funded with Federal appropriations and was with a Federal agency or a State agency or agency of a political subdivision of a State; and (ii) purchased a total of in excess of$10,000 of the item both under and outside that contract. 11. Disadvantaged Business Enterprise (DBE) - Vendors shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. Vendors shall make a good faith effort to assure that registered disadvantaged business enterprises are used as sources of supplies, equipment, construction, and services as much as possible. Each vendor shall identify the anticipated level of participation by DBE's in the project and report its actual DBE participation (if any)." The offeror will be required to report its DBE participation obtained through race-neutral means throughout the period of performance and required to convey all changes in anticipated levels of participation to the County in a timely manner. The vendor is required to pay its DBE subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the vendor's receipt of payment for that work from Collier County. In addition, the vendor is required to return any retainage payments to those subcontractors within thirty (30) days after the subcontractor's work related to this contract is satisfactorily completed. The vendor must promptly notify Collier County, whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The vendor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of Collier County. 12. Equal Employment Opportunity - Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246,"Equal Employment Opportunity"(30 FR 12319, 12935, 3 CFR Part, 1964— 1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity,"and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." §60-4.3 Equal opportunity clauses. (a) The equal opportunity clause published at 41 CFR 60-1.4(a) of this chapter is required to be included in, and is part of, all nonexempt Federal contracts and subcontracts, including construction contracts and subcontracts. The equal opportunity clause published at 41 CFR 60-1.4 (b) is required to be included in, and is a part of, all nonexempt federally assisted construction contracts and subcontracts. In addition to the clauses described above, all Federal contracting officers, all applicants and all nonconstruction contractors, as applicable, shall include the specifications set forth in this section in all Federal and federally assisted construction contracts in excess of $10,000 to be performed in geographical areas designated by the Director pursuant to §60-4.6 of this part and in construction subcontracts in excess of $10,000 necessary in whole or in part to the performance of nonconstruction Federal contracts and subcontracts covered under the Executive order. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS (EXECUTIVE ORDER 11246) 1. As used in these specifications: a. "Covered area"means the geographical area described in the solicitation from which this contract resulted; 3 16137 Exhibit C Supplemental General Grant Terms and Conditions b. "Director" means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U.S.Treasury Department Form 941. d."Minority" includes: (i) Black(all persons having origins in any of the Black African racial groups not of Hispanic origin); (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin, regardless of race); (iii)Asian and Pacific Islander(all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent,or the Pacific Islands); and (iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7 a through p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered Construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted constuction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities.Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7.The Contractor shall take specific affirmative actions to ensure equal employment opportunity.The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have 4 Exhibit C . 60 7 Supplemental General Grant Terms and Conditions employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newpaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with onsite supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k.Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. I. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their 5 1613 7 Exhibit C Supplemental General Grant Terms and Conditions affirmative action obligations (7a through p).The efforts of a contractor association,joint contractor-union, contractor- community, or other similar group of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these Specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, Is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race,color, religion, sex, or national origin. 11. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be In violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). 13. Termination 1. TERMINATION FOR DEFAULT. 1. Contractor shall be considered in material default of the Agreement and such default shall be considered cause for Owner to terminate the Agreement, in whole or in part, as further set forth in this Section, if Contractor: (1) fails to begin the Work under the Contract Documents within the time specified herein; or (2) fails to properly and timely perform the Work as directed by the Project Manager or as provided for in the approved Progress Schedule; or (3) performs the Work unsuitably or neglects or refuses to remove materials or to correct or replace such Work as may be rejected as unacceptable or unsuitable; or(4) discontinues the prosecution of the Work; or(5) fails to resume Work which has been suspended within a reasonable time after being notified to do so; or(6) becomes insolvent or is declared bankrupt, or commits any act of bankruptcy; or (7) allows any final judgment to stand against it unsatisfied for more than ten (10) days; or (8) makes an assignment for the benefit of creditors; or (9) fails to obey any applicable codes, laws, ordinances, rules or regulations with respect to the Work; or (10) materially breaches any other provision of the Contract Documents. 6 16137 Exhibit C Supplemental General Grant Terms and Conditions 2. Owner shall notify Contractor in writing of Contractor's default(s). If Owner determines that Contractor has not remedied and cured the default(s) within seven (7) calendar days following receipt by Contractor of said written notice or such longer period of time as may be consented to by Owner in writing and in its sole discretion, then Owner, at its option, without releasing or waiving its rights and remedies against the Contractor's sureties and without prejudice to any other right or remedy it may be entitled to hereunder or by law, may terminate Contractor's right to proceed under the Agreement, in whole or in part, and take possession of all or any portion of the Work and any materials, tools, equipment, and appliances of Contractor, take assignments of any of Contractor's subcontracts and purchase orders, and complete all or any portion of Contractor's Work by whatever means, method or agency which Owner, in its sole discretion, may choose. 3. If Owner deems any of the foregoing remedies necessary, Contractor agrees that it shall not be entitled to receive any further payments hereunder until after the Project is completed. All moneys expended and all of the costs, losses, damages and extra expenses, including all management, administrative and other overhead and other direct and indirect expenses (including Design Professional and attorneys' fees) or damages incurred by Owner incident to such completion, shall be deducted from the Contract Amount, and if such expenditures exceed the unpaid balance of the Contract Amount, Contractor agrees to pay promptly to Owner on demand the full amount of such excess, including costs of collection, attorneys' fees (including appeals) and interest thereon at the maximum legal rate of interest until paid. If the unpaid balance of the Contract Amount exceeds all such costs, expenditures and damages incurred by the Owner to complete the Work, such excess shall be paid to the Contractor. The amount to be paid to the Contractor or Owner, as the case may be, shall be approved by the Project Manager, upon application, and this obligation for payment shall survive termination of the Agreement. 4. The liability of Contractor hereunder shall extend to and include the full amount of any and all sums paid, expenses and losses incurred, damages sustained, and obligations assumed by Owner in good faith under the belief that such payments or assumptions were necessary or required, in completing the Work and providing labor, materials, equipment, supplies, and other items therefore or re-letting the Work, and in settlement, discharge or compromise of any claims, demands, suits, and judgments pertaining to or arising out of the Work hereunder. 5. If, after notice of termination of Contractor's right to proceed pursuant to this Section, it is determined for any reason that Contractor was not in default, or that its default was excusable, or that Owner is not entitled to the remedies against Contractor provided herein, then the termination will be deemed a termination for convenience and Contractor's remedies against Owner shall be the same as and limited to those afforded Contractor under Section 19 below. 6. In the event (i) Owner fails to make any undisputed payment to Contractor within thirty (30) days after such payment is due or Owner otherwise persistently fails to fulfill some material obligation owed by Owner to Contractor under this Agreement, and (ii)Owner has failed to cure such default within fourteen (14) days of receiving written notice of same from Contractor, then Contractor may stop its performance under this Agreement until such default is cured, after giving Owner a second fourteen (14) days written notice of Contractor's intention to stop performance under the Agreement. If the Work is so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the Contractor or its Subcontractors or their agents or employees or any other persons performing portions of the Work under contract with the Contractor or any Subcontractor, the Contractor may terminate this Agreement by giving written notice to Owner of Contractor's intent to terminate this Agreement. If Owner does not cure its default within fourteen (14) days after receipt of Contractor's written notice, Contractor may, upon fourteen (14) additional days' written notice to the Owner, terminate the Agreement and recover from the Owner payment for Work performed through the termination date, but in no event shall Contractor be entitled to payment for Work not performed or any other damages from Owner. 2. TERMINATION FOR CONVENIENCE AND RIGHT OF SUSPENSION. 1. Owner shall have the right to terminate this Agreement without cause upon seven (7) calendar days written notice to Contractor. In the event of such termination for convenience, Contractor's recovery against Owner shall be limited to that portion of the Contract Amount earned through the date of termination, together with any retainage withheld and reasonable termination expenses incurred, but Contractor shall not be entitled to any other or further recovery against Owner, including, but not limited to, damages or any anticipated profit on portions of the Work not performed. 2. Owner shall have the right to suspend all or any portions of the Work upon giving Contractor not less than two (2) calendar days' prior written notice of such suspension. If all or any portion of the Work is so suspended, 7 16 0 7 Exhibit C Supplemental General Grant Terms and Conditions Contractor's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in the Contract Documents. In no event shall the Contractor be entitled to any additional compensation or damages. Provided, however, if the ordered suspension exceeds six (6) months, the Contractor shall have the right to terminate the Agreement with respect to that portion of the Work which is subject to the ordered suspension. CERTIFICATIONS AND FORMS THE FOLLOWING DOCUMENTS NEED TO BE RETURNED WITH SOLICIATION DOCUMENTS BY DEADLINE TO BE CONSIDERED RESPONSIVE 1. Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions 2. General Grant Clauses 3. Disclosure of Lobbying Activities 8 1 60 7 Exhibit C Supplemental General Grant Terms and Conditions Certification Regarding Debarment,Suspension,and Other Responsibility Matters Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local)with commission of any of the offenses enumerated in paragraph (I)(b)of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local)terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Lr/t/Z40_ P r� i -c'' ER.v, c S Name Project Name G / 0 (4- —6a4-s Title Project Number COLt-,ER, MEaLT I-f SexviccSINc 61 — I-7y" i`gi7 J Firm Tax ID Number (9-5L. -1Pr►b/So s/ Ave. 085 0I95-1/ Street Address DUNS Number (rv1 MOKALEE FL 3z-rat 2 City, State, Zip 9 160 7 Exhibit C Supplemental General Grant Terms and Conditions General Grant Clauses On behalf of my firm, I acknowledge,and agree to perform all of the specifications and grant requirements identified in this solicitation documents) j ; - • Q,j. Vendor/Contracto Name f%� ITC& 1`?_ •d vi !d 1 Date - Authorized Signature Address It/. / , �iw,i �; y,,:.; i le' Solicitation Contract # 10 cq 160 7 Exhibit C Supplemental General Grant Terms and Conditions CERTIFICATION REGARDING LOBBYING (To be submitted with each bid or offer exceeding$100,000) The undersigned&J/'c'! I`� x/11.�P(r'cc C( Contractor)certifies, to the best of his or her knowledge and belief, that: cfjbGL flPILL` ttrc e ar4 (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency,a Member of Congress,an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form--LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, etseq.)] (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. [Note: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.] The Contractor, ( Oil:LI fllG(-rt(, )(l v((.('i , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the prisions-of 31 U.S.C. A 3801, et seq.,apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official '-f4/L--7 47471 f') C_'L�• Name and Title of Contractor's Authorized Official Date 11 1 6 8749 0 7 '`x !20DATE(MMIDDIYYYV)CERTIFICATE OF LIABILITY INSURANCE 2/27/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Lad Eichstedt NAME: Commercial Lines-(813)639-3000 PHONE FAX IA/C.No.Ext): 813-636-5390 (A/C,No):877-299-7117 Wells Fargo Insurance Services USA,Inc. E-MAIL ADDRESS: 2502 N.Rocky Point Drive,Suite 400 INSURER(S)AFFORDING COVERAGE NAIC# Tampa,FL 33607 INSURER A: Hartford Casualty Insurance Company 29424 INSURED INSURER B: Travelers Indemnity Co of America 25666 Collier Health Services,Inc. INSURER c: FCCI Insurance Company 10178 1454 Madison Avenue West, INSURER D: INSURER E: Immokalee FL 34142 INSURER F: COVERAGES CERTIFICATE NUMBER: 8801000 REVISION NUMBER: See below THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD END POLICY NUMBER (MMIDD/YYYY) (MM/DD/YYYY) A X COMMERCIAL GENERAL LIABILITY 21UUNAG2894 4/1/2014 4/1/2015 EACH OCCURRENCE _ $ 1,000,000 DAMAGE TO RENTED CLAIMS-MADE X OCCUR PREMISES Ea occurrence) $ 100,000 MED EXP(Any one person) $ 5,000 PERSONAL 8 ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY PRO JECT X LOC PRODUCTS-COMP/OP AGG $ Included OTHER: $ B AUTOMOBILE LIABILITY BA-6854X888 4/1/2014 4/1/2015 COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE X HIRED AUTOS x AUTOS (Per accident) A X UMBRELLA LIAB X OCCUR 21 RHUKK8426 4/1/2014 4/1/2015 EACH OCCURRENCE $ 5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 5,000,000 DED X RETENTION$ 10,000 $ WORKERS COMPENSATION 4/1/2014 4/1/2015 X PER X OTH- C AND EMPLOYERS'LIABILITY Y/N 001WC14A63972 STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE:re:Pharmacy Services contract#14-6248.The certificate holder is an additional insured as it relates to General Liabiltiy as per policy terms and conditions. The umbrella is follow form as it relates to additional insured on the underlying policies. CERTIFICATE HOLDER CANCELLATION Collier County Government Center purchasing dept. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN attn:Joanne Markiewicz Dir.Procurement Sery ACCORDANCE WITH THE POLICY PROVISIONS. 3327 Tamiami Trail East Naples,FL 34112 AUTHORIZED REPRESENTATIVE The ACORD name and logo are registered marks of ACORD ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) 1607 FTCA DEEMING NOTICE NO.: GRANT NUMBER: 1-F00000237-14-01 H80CS00735 �r Collier Health Services 1454 MADISON AVE W IMMOKALEE, FL34142-2200 Dear William M Ellis: The Health Resources and Services Administration(HRSA),in accordance with the Federally Supported Health Centers Assistance Act(FSHCAA),as amended,sections 224(g)-(n)of the Public Health Service(PHS)Act,42 U.S.C.§§233(g)-(n),deems Collier Health Services to be an employee of the PHS,for the purposes of section 224, effective 1/1/2015 through 12/31/2015. Section 224(a)of the PHS Act provides liability protection under the Federal Tort Claims Act(FTCA),28 U.S.C.§§ 1346(b),2672,or by alternative benefits provided by the United States where the availability of such benefits precludes a remedy under the FTCA,for damage for personal injury,including death,resulting from the performance of medical,surgical,dental,or related functions by PHS employees while acting within the scope of such employment.This protection is exclusive of any other civil action or proceeding.Coverage extends to deemed entities and their(1)officers;(2)governing board members;(3)full-and part-time employees;and(4)contractors who are licensed or certified individual health care practitioners providing full-time services(i.e.,on average at least 32'h hours per week for the entity for the period of the contract),or,if providing an average of less than 321/2 hours per week of such service,are licensed or certified providers in the fields of family practice,general internal medicine, general pediatrics,or obstetrics/gynecology.Volunteers are neither employees nor contractors and therefore are not eligible for FTCA coverage under FSHCAA. This Notice of Deeming Action(NDA)is also confirmation of medical malpractice coverage for both Collier Health Services and its covered individuals as described above.This NDA,along with documentation confirming employment or contractor status with the deemed entity,may be used to show liability coverage for damage for personal injury,including death,resulting from the performance of medical,surgical,dental,or related functions by PHS employees while acting within the scope of such employment. In addition,FTCA coverage is comparable to an"occurrence"policy without a monetary cap.Therefore,any coverage limits that may be mandated by other organizations are met. This action is based on the information provided in your FTCA deeming application,as required under 42 U.S.C.§ 233(h),with regard to your entity's:(1)implementation of appropriate policies and procedures to reduce the risk of malpractice and litigation;(2)review and verification of professional credentials and privileges, references,claims history,fitness, professional review organization findings,and licensure status of health professionals;(3) cooperation with the Department of Justice(DOJ)in the defense of claims and actions to prevent claims in the future;and(4)cooperation with DOJ in providing information related to previous malpractice claims history. Deemed health centers must continue to receive funding under Section 330 of the PHS Act,42 U.S.C.§254b,in order to maintain coverage as a deemed PHS employee. If the deemed entity loses its Section 330 funding,such coverage will end immediately upon termination of the grant.In addition to the relevant statutory and regulatory requirements,every deemed health center is expected to follow HRSA's FTCA-related policies and procedures, which may be found online at http://www.bphc.hrsa.gov. For further information, please contact your HRSA Project Officer as listed on your Notice of Grant Award or the Bureau of Primary Health Care(BPHC)Help Line at 1-877-974-2742 or bphchelpline@hrsa.gov.