HomeMy WebLinkAboutResolution - 2013-R0234 - Contract - JWL-LBB Veterinary Clinic PA - Veterinary Services - 07/23/2013Resolution No. 2013-RO234
July 23, 2013
Item No. 5.10
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to
execute for and on behalf of the City of Lubbock, Contract No. 11380 for veterinary
services, by and between the City of Lubbock and JLW-LBB Veterinary Clinic, PA d/bia
Kingsgate Animal Hospital, and related documents. Said Contract is attached hereto and
incorporated in this resolution as if fully set forth herein and shall be included in the
minutes of the City Council.
Passed by the City Council on July 23 2013
GLEN C. ROB RTSON, MAYOR
ATTEST:
— D�f-A��
Rebec a Garza, City Secretary
APPROVED AS TO CONTENT:
Quincy Whit , ssistant City Manager
APPROVED AS. TO FORM:
Chad Weaver, Assistant City Attorney
vw:ccdocs.'RES.Contract-Kingsgate Animal Hospital
July 8, 2013
Resolution N0. 2013—RO234
City of Lubbock, TX
Veterinary Services Agreement
RFP 13 -11380 -DT
CONTRACT 11380
This Service Agreement (this "Agreement") is entered into as of the 23`h day of July 2013,
("Effective Date") by and between JLW-LBB Veterinary Clinic, PA dba Kingsgate Animal Hospital of
Lubbock, Texas (the Contractor), and the City of Lubbock (the "City").
RECITALS
WHEREAS, the City has issued a Request for Proposals 13 -11380 -DT Veterinary Services.
WHEREAS, the proposal submitted by the Contractor has been selected as the proposal which best
meets the needs of the City for this service; and
WHEREAS, Contractor desires to perform as an independent contractor to provide Veterinary
Services, upon terms and conditions maintained in this Agreement; and
NOW THEREFORE, for and in consideration of the mutual promises contained herein, the City and
Contractor agree as follows:
City and Contractor acknowledge the Agreement consists of the following exhibits which are
attached hereto and incorporated herein by reference, listed in their order of priority in the event of
inconsistent or contradictory provisions:
1. This Agreement
2. Exhibit A — Best and Final Offer Price Sheet
3. Exhibit B — General Requirements
4. Exhibit C — Official City Holidays
5. Exhibit D — Insurance
Scope of Work
Contractor shall provide the services that are specified in Exhibit B. The Contractor shall comply with all the
applicable requirements set forth in Exhibit A, C and D attached hereto.
Article 1 Services
1.1 Contractor agrees to perform services for the City that are specified under the General
Requirements set forth in Exhibit B. The City agrees to pay the amounts stated in Exhibit A,
to Contractor for performing services.
1.2 Contractor shall use its commercially reasonable efforts to render Services under this
Agreement in a professional and business -like manner and in accordance with the standards
and practices recognized in the industry.
Nonappropriation clause. All funds for payment by the City under this Agreement are
subject to the availability of an annual appropriation for this purpose by the City. In the
event of nonappropriation of funds by the City Council of the City of Lubbock for the goods
or services provided under the Agreement, the City will terminate the Agreement, without
termination charge or other liability, on the last day of the then -current fiscal year or when
the appropriation made for the then -current year for the goods or services covered by this
Agreement is spent, whichever event occurs first. If at any time funds are not appropriated
for the continuance of this Agreement, cancellation shall be accepted by the contractor on
thirty (30) days prior written notice, but failure to give such notice shall be of no effect and
the City shall not be obligated under this Agreement beyond the date of termination.
Article 2 Miscellaneous.
2.1 This Agreement is made in the State of Texas and shall for all purposes be construed in
accordance with the laws of said State, without reference to choice of law provisions.
2.2 This Agreement is performable in, and venue of any action related or pertaining to this
Agreement shall lie in, Lubbock, Texas.
2.3 This Agreement and its Exhibits contains the entire agreement between the City and
Contractor and supersedes any and all previous agreements, written or oral, between the
parties relating to the subject matter hereof. No amendment or modification of the terms of
this Agreement shall be binding upon the parties unless reduced to writing and signed by
both parties.
2.4 This Agreement may be executed in counterparts, each of which shall be deemed an
original.
2.5 In the event any provision of this Agreement is held illegal or invalid, the remaining
provisions of this Agreement shall not be affected thereby.
2.6 The waiver of a breach of any provision of this Agreement by any parties or the failure of
any parties otherwise to insist upon strict performance of any provision hereof shall not
constitute a waiver of any subsequent breach or of any subsequent failure to perform.
2.7 This Agreement shall be binding upon and inure to the benefit of the parties and their
respective heirs, representatives and successors and may be assigned by Contractor or the
City to any successor only on the written approval of the other party.
2.8 All claims, disputes, and other matters in question between the Parties arising out of or
relating to this Agreement or the breach thereof, shall be formally discussed and negotiated
between the Parties for resolution. In the event that the Parties are unable to resolve the
claims, disputes, or other matters in question within thirty (30) days of written notification
from the aggrieved Party to the other Party, the aggrieved Party shall be free to pursue all
remedies available at law or in equity.
2.9 At any time during the term of the contract, or thereafter, the City, or a duly authorized audit
representative of the City or the State of Texas, at its expense and at reasonable times,
reserves the right to audit Contractor's records and books relevant to all services provided to
the City under this Contract. In the event such an audit by the City reveals any errors or
overpayments by the City, Contractor shall refund the City the full amount of such
overpayments within thirty (30) days of such audit findings, or the City, at its option,
reserves the right to deduct such amounts owing the City from any payments due Contractor.
2.10 The City reserves the right to exercise any right or remedy to it by law, contract, equity, or
otherwise, including without limitation, the right to seek any and all forms of relief in a court
of competent jurisdiction. Further, the City shall not be subject to any arbitration process
prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth
herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of
any conflict between this provision and another provision in, or related to, this document,
this provision shall control.
IN WITNESS WHEREOF, this Agreement is executed as of the Effective Date.
CITY OF LUBBOCK, TX:
r
Glen , ayor
ATTEST:
Rebecc Garza, City Secretary
AP TO CONTENT:
To for of Animal Services
AP D AS FORM:
Chad Weaver, Assistant City Attorney
CONTRACTOR:
tractor's Signature
rated Name
Title
26 of 26
RFP 13 -11380 -DT
0 Page 2
CITY OF LUBBOCK, TEXAS
VETERINARY SERVICES
RFP 13 -11380 -DT
Best and Final Offer
Price Proposal Sheet
EXHIBIT A
July 5, 2013
ITEM
DESCRIPTION
Monthly Flat Rate Fee
1.
Veterinary Services for Quarantine Facility Services
$ , , O 467
2.
Consulting and Medical Treatment Services.$
, b
Alternate
Consulting and medical treatment services including
sterilization as specified herein.
$ `�
fo
Please include price deduct. This amount will be deducted for holidays
listed on Exhibit C. $_ 1�o3 (per day).
After -Hour Emergency Service Calls $ a 0 D (per occurrence)
Prepared by: kl
""
Title: Je-051�-AA+ - 17(,)f10r
Date: 1' G
REQUEST FOR PROPOSAL
FOR
Veterinary Services
City of Lubbock, Texas
RFP 13 -11380 -DT
H. GENERAL REQUIREMENTS
I. INTENT
EXHIBIT B
a) The City of Lubbock (hereinafter called "City") is seeking proposals from Veterinary Clinics and
individuals, (hereinafter called "Proposer") to provide veterinary services for the Animal Services
Department on a daily basis. The Animal Services Department receives approximately 12,000
animals into the shelter and provides veterinary service to a maximum of 4,000 animals annually.
b) Offerors are invited to submit demonstrated competence and qualifications of their firm for
providing these services.
c) The information contained within this document is intended to provide interested firms with the
requirements and criteria that will be used to make the selection.
II. BACKGROUND
The Animal Services department provides animal adoption promotions throughout the year which
includes spay/neuter surgeries, as well as rabies vaccination clinics for local pet owners. The objectives
of the Animal Services department are to ensure responsible pet ownership and humane treatment of
animals while protecting the public.
III. SCOPE OF WORK
The Proposer shall perform veterinary services during the business hours of 8:00 A.M. to 12:00 P.M.,
Monday — Friday at the following locations: 401 N Ash Ave and/or 3323SE Loop 289, Lubbock, TX.
The responsive party must complete their services by 12:00 P.M. daily to allow eligible animals for
redemption starting at 1:00 P.M.
Hours of operation may be negotiated for reasonableness for minimal disruption to the contracting
veterinarian's private practice and while maintaining a high quality standard for citizen customer
satisfaction in redemption and adoption of animals.
3.1 Veterinary Services for Quarantine Facility Services
a) Provide health inspection of animals quarantined for rabies observation during the ten (10) day
period at all Animal Services quarantine facilities approved by the Texas Department of State
Health Services;
b) If the animal becomes ill during the observation period, the "performing agency" will make a
recommendation to the Director of Animal Services on the first day of observed animal illness
as to whether in the interest of public safety the animal should be humanely euthanized and
submitted for rabies testing;
c) At the end of the mandatory quarantine period, vaccinate the animal against rabies and release
the animal from quarantine by signing off on the bite report in accordance with the Texas
Health and Safety Code, Chapter 826; and
d) Provide quarterly inspection of ALL City of Lubbock Animal Services quarantine facilities, file
copies of the report with the Director of Animal Services on form prescribed by the Texas
Department of State Health Services in accordance with the Texas Health and Safety Code,
Chapter 823 and euthanasia (EU) solution usage, records and storage.
e) Animal Services will provide all necessary supplies for vaccination and city registration
including syringes, vaccine (as purchased by the City of Lubbock under the direction and
control of the contracting veterinary), and registration tags.
3.2 Consulting and Medical Treatment Services:
3.2.1 In accordance with procedures based on the Texas Health and Safety Code, regulations of the
Texas Veterinary Medical Association, and generally accepted standards of care:
a) Approve procedures and standing orders for medical treatment of adoption or pre -selected and
screened adoption animals at all City of Lubbock Animal Services facilities by kennel
attendants;
b) Provide consultation services on animals brought in to all City of Lubbock Animal Services
facilities that are injured, sick, diseased, or dangerous, so that they can be separated from
healthy animals in accordance with Texas Health and Safety Code, Chapter 823;
c) Provide rabies vaccinations for all reclaimed animals and adoption animals, as well as
immunizations of all adoption dogs, cats and ferrets at all City of Lubbock Animal Services
facilities.
d) Provide an annual audit in writing to the Director of Animal Services on the EU solution usage,
records and storage.
e) The City of Lubbock Animal Services will provide all necessary supplies for vaccination, city
registration and minor treatment regimes including syringes, vaccine (as purchased by the City
of Lubbock under the direction and control of the contracting veterinary), registration tags,
antibiotics and vaccination, as well as antibiotic treatment for reasonably expensed recoverable
animals.
3.3 Alternate / Consulting and Medical Treatment Services, including Sterilization:
3.3.1 In accordance with procedures based on the Texas Health and Safety Code, regulations of the
Texas Veterinary Medical Association, and generally accepted standards of care:
a) Approve procedures and standing orders for medical treatment of adoption or pre -selected
and screened adoption animals at all City of Lubbock Animal Services facilities by kennel
attendants;
b) Provide consultation services on animals brought in to all City of Lubbock Animal Services
facilities that are injured, sick, diseased, or dangerous, so that they can be separated from
healthy animals in accordance with Texas Health and Safety Code, Chapter 823;
c) Provide rabies vaccinations for all reclaimed animals and adoption animals, as well as
immunizations of all adoption dogs, cats and ferrets at all City of Lubbock Animal Services
facilities;
d) Provide sterilization of all adoption animals in accordance with the Texas Health and Safety
Code, Chapter 828; and
e) Provide sterilization of all animals that, as a result of a second impoundment, are in violation
of the City of Lubbock Ordinances, Chapter 4, Sec.4.02.005(d)(5).
f) The City of Lubbock Animal Services will provide all necessary supplies for
vaccination, city registration and minor treatment regimes including syringes, vaccine (as
purchased by the City of Lubbock under the direction and control of the contracting
veterinary), registration tags, antibiotics and core vaccinations as well as antibiotic treatment
for reasonably expensed recoverable animals.
IV. QUALIFICATIONS
a) Must have a current Doctor of Veterinary Medicine (DMV) license in good standing with
the State of Texas 2.4.2
b) Must have a current Department of Public Safety certificate.
C) Must have current Drug Enforcement Agency license.
d) The offeror shall supply three (3) references who can verify your performance as a
vendor. Performance should include goods or services, similar to those in this proposal,
within the last twenty-four (24) months.
V. COST PROPOSAL
5.1 Prices shall include travel required to and from respective sites. Offeror's pricing shall
include service call charge, all of the overhead, including, but not limited to, trip related
charges and mileage.
5.2 The successful Contractor shall provide services Monday through Fridays throughout the
year, except for official City Holidays according to Exhibit C. The Offeror shall provide a
price deduct according to the City's holiday schedule. The Offeror shall submit pricing on
Price Sheet, Exhibit B, including after hour emergency service calls.
5.2 The contract term shall be for an initial one (1) year period, said date of term beginning upon
City Council date of formal approval. The City and the contractor may, upon written mutual
consent, extend the contract for three (3) additional one (1) year periods. The rates may be
adjusted upward or downward at this time at a percentage not to exceed the effective change
in the Consumer Price Index (CPI) or Product Price Index (PPI), whichever is most
appropriate for the specific contract for the previous 12 months. At the City's discretion, the
effective change rate shall be based on either the local or national index average rate for all
items. If agreement cannot be reached, the contract is terminated at the end of the current
contract period.
VI. REPORTING REQUIREMENTS
6.1 The Contractor shall maintain a City -approved electronic database for reporting purposes.
Monthly reports of the previous month's activities will be due to the City by the 15'' day of
each month. Annual reports will be due 60 days following the completed fiscal year. At a
minimum, the Contractor shall include in each monthly report the following information:
• Date, type of animals and services provided.
VII. EVALUATION CRITERIA
The following criteria will be used to evaluate and rank submittals:
a) Experience — The offeror's experience in providing the services as requested in the
specifications. (25%)
b) Responsibility — The offeror who has the capability, in all respects, to perform fully the
contract requirements and the moral and business integrity and reliability that will assure good
faith performance as required by these specifications. (20%)
c) Capability and Skill — Offeror's capability, flexibility and skill to perform the services stated
in the specifications. (10%)
d) Responsiveness — The degree to which the offeror has responded to the purpose and scope of
specifications. (10%)
e) Record of performance based on previous work with the City and/or other client references.
(10%)
f) Cost (25%)
5 PROPOSAL FORMAT
a) Proposals should provide a straightforward, concise description of the Offeror's
capabilities to satisfy the requirements of the RFP. Emphasis should be on completeness,
clarity of content, and conveyance of the information requested by the City.
b) The proposal should be bound in a single volume where practical. All documentation
submitted with the proposal should be bound in that single volume. No spiral binding.
C) If the proposal includes any comment over and above the specific information requested
in the RFP, it is to be included as a separate appendix to the proposal.
d) The proposal must be organized into the following response item sections and submitted
in an indexed binder.
TAB A Qualifications and Experience
Briefly introduce your company, providing a summary of the
administration, organization. Provide a detailed description of your
experience.
TAB B Price Sheet
1. Use the provided price proposal sheet. Exhibit B.
TAB C References
1. Provide three references. Please include the name of the agency, contact
name, telephone, fax and email address. Performance should include
goods or services, similar to those in this proposal, within the last twenty-
four (24) months.
CITY OF LUBBOCK, TEXAS
VETERINARY SERVICES
RFP 13 -11380 -DT
"EXHIBIT C"
OFFICIAL CITY HOLIDAYS
New Year's Day
Martin Luther King Day
Good Friday
Memorial Day
Independence Day
Labor Day
Thanksgiving Day
Friday After Thanksgiving
Christmas Day
Christmas Eve
EXHIBIT D
VETERINARY SERVICES
CITY OF LUBBOCK, TEXAS
RFP 13 -11380 -DT
II. INSURANCE
SECTION A. Prior to the approval of this contract by the City, the Contractor shall furnish a completed
Insurance Certificate to the City, which shall be completed by an agent authorized to bind the named
underwriter(s) to the coverages, limits, and termination provisions shown thereon, and which shall furnish
and contain all required information referenced or indicated thereon. THE CITY SHALL HAVE NO DUTY
TO PAY OR PERFORM UNDER THIS CONTRACT UNTIL SUCH CERTIFICATE SHALL HAVE
BEEN DELIVERED TO THE CITY.
INSURANCE COVERAGE REQUIRED
SECTION B. The City reserves the right to review the insurance requirements of this section during the
effective period of the contract and to require adjustment of insurance coverages and their limits when
deemed necessary and prudent by the City based upon changes in statutory law, court decisions, or the claims
history of the industry as well as the Contractor.
SECTION C. Subject to the Contractor's right to maintain reasonable deductibles in such amounts as are
approved by the City, the Contractor shall obtain and maintain in full force and effect for the duration of this
contract, and any extension hereof, at Contractor's sole expense, insurance coverage written by companies
approved by the State of Texas and acceptable to the City, in the following type(s) and amount(s):
Type
Worker's Compensation
Employers Liability or Occupational Medical and Disability
Commercial General (public) Liability
a. Products-Comp/Op AGG
Comprehensive Automobile Liability
a. Any Auto
Amount
Statutory
$500,000
Combined single limit for bodily
injury and property damage of
$1,000,000 per occurrence.
Combined single limit for bodily
injury and of $500,000 per
occurrence or its equivalent
The City of Lubbock shall be named as additional insured on auto/general liability on a primary and
non-contributory basis with a waiver of subrogation in favor of the City on all coverage's. To include
products of completed operations endorsement. All copies of the Certificates of Insurance shall reference
the RFP or proposal number for which the insurance is being supplied.
ADDITIONAL POLICY ENDORSEMENTS
The City shall be entitled, upon request, and without expense, to receive copies of the policies and all
endorsements thereto and may make any reasonable request for deletion, revision, or modification of
particular policy terms, conditions, limitations, or exclusions (except where policy provisions are established
by law or regulation binding upon either of the parties hereto or the underwriter of any of such policies).
Upon such request by the City, the Contractor shall exercise reasonable efforts to accomplish such changes in
policy coverages, and shall pay the cost thereof.
REQUIRED PROVISIONS
The Contractor agrees that with respect to the above required insurance, all insurance contracts and
certificate(s) of insurance will contain and state, in writing, on the certificate or its attachment, the following
required provisions:
a. Name the City of Lubbock and its officers, employees, and elected representatives as additional
insureds, (as the interest of each insured may appear) as to all applicable coverage;
b. Provide for 30 days notice to the City for cancellation, nonrenewal, or material change;
c. Provide for notice to the City at the address shown below by registered mail;
d. The Contractor agrees to waive subrogation against the City of Lubbock, its officers, employees, and
elected representatives for injuries, including death, property damage, or any other loss to the extent
same may be covered by the proceeds of insurance;
e. Provide that all provisions of this contract concerning liability, duty, and standard of care together
with the indemnification provision, shall be underwritten by contractual liability coverage sufficient
to include such obligations within applicable policies.
f All copies of the Certificates of Insurance shall reference the project name or proposal number for
which the insurance is being supplied.
NOTICES
The Contractor shall notify the City in the event of any change in coverage and shall give such notices not
less than 30 days prior the change, which notice must be accompanied by a replacement CERTIFICATE OF
INSURANCE.
All notices shall be given to the City at the following address:
Marta Alvarez, Director of Purchasing and Contract Management
City of Lubbock
1625 13`h Street, Room 204
Lubbock, Texas 79401
SECTION D. Approval, disapproval, or failure to act by the City regarding any insurance supplied by the
Contractor shall not relieve the Contractor of full responsibility or liability for damages and accidents as set
forth in the contract documents. Neither shall the bankruptcy, insolvency, or denial of liability by the
insurance company exonerate the Contractor from liability.