HomeMy WebLinkAbout2011-238►Q
FILE REFERENCE FORM
Additional File Exists
2011-238
Additional File Contains Records Not Public, According to the Public Records
Act
Other
FILE(S) Date Initials
First Amendment — Ordinance No. 2013-174 07/09/13 jR
ORDINANCE NO. 2011-238
AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF DENTON, TEXAS
AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH ANIMAL
HOSPITAL ON TEASLEY LANE TO PERFORM VETERINARY SERVICES FOR THE CITY
OF DENTON ANIMAL SERVICES DIVISION, PROVIDING FOR THE EXPENDITURE OF
FUNDS THEREFOR AND PROVIDING AN EFFECTIVE DATE (RFP 4726-ANIMAL
SERVICES FOR THE CITY OF DENTON AWARDED TO ANIMAL HOSPITAL ON TEASLEY
LANE IN THE ESTIMATED ANNUAL AMOUNT OF $150,000).
WHEREAS, the City has solicited, received and evaluated competitive sealed proposals for
the purchase of veterinary services in accordance with the procedures of State law and City
ordinances; and
WHEREAS, the City Manager or a designated employee has received and reviewed and
recommended that the herein described proposals are the most advantageous to the City considering
the relative importance of price and the other evaluation factors included in the request for proposals;
and
WHEREAS, the City Council has provided in the City Budget for the appropriation of funds
to be used for the purchase of the materials, equipment, supplies or services approved and accepted
herein; NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS:
SECTION 1. The items in the following numbered request for proposal for materials,
equipment, supplies or services, shown in the "Request Proposals" on file in the office of the
Purchasing Agent, are hereby accepted and approved as being the most advantageous to the City
considering the relative importance of price and the other evaluation factors included in the request
for proposals.
RFP
NUMBER CONTRACTOR AMOUNT
4726 Animal Hospital on Teasley Lane Exhibit A
SECTION 2. By the acceptance and approval of the above numbered items of the submitted
proposals, the City accepts the offer of the persons submitting the proposals for such items and
agrees to purchase the materials, equipment, supplies or services in accordance with the terms,
specifications, standards, quantities and for the specified sums contained in the Proposal Invitations,
Proposals, and related documents.
SECTION 3 . Should the City and person submitting approved and accepted items and of
the submitted proposals wish to enter into a formal written agreement as a result of the acceptance,
approval, and awarding of the proposals, the City Manager or his designated representative is hereby
authorized to execute the written contract; provided that the written contract is in accordance with
the terms, conditions, specifications, standards, quantities and specified sums contained in the
Proposal and related documents herein approved and accepted.
SECTION 4. The City Council of the City of Denton, Texas hereby expressly delegates the
authority to take any actions that may be required or permitted to be performed by the City of Denton
under the RFP 4726 to the City Manager of the City of Denton, Texas, or his designee.
SECTION 5. By the acceptance and approval of the above enumerated bids, the City
Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with
the approved bids.
SECTION 6. This ordinance shall become effective immediately upon its passage and
approval.
2
PASSED AND APPROVED this the day of , 2011.
A. BURROUGHS 1 MAYOR
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
wd
�/! WM a rWIN /
APPROVED AS TO LEGAL FORM:
ANITA BURGESS, CITY ATTORNEY
r
BY:
31O - 4726
Exhibit A
RFP # 4726
Tuesday, October 04, 2011
Animal Services for the Citv of Denton
ITEM EST. UOM Type of Product/Service Requested
QTY.
Principal Place of Business
Best andFinal
Offer
Animal Hospital on
Teasley Lane
Denton, Tx
Type of Service Requested
Unit price
1
1
EA
Full Dog Package as Specified in Scope of Services Section
$115.00
Number of Days to Complete Service
la
1
EA
Female Dog Sterilization Under 50 lbs.
$45.00
Number of Days to Complete Service
I
1
EA
Female Dog Sterilization 50-80 lbs.
$45.00
Number of Days to Complete Service
lc
1
EA
Female Dog Sterilization Over 80 lbs.
$45.00
Number of Days to Complete Service
ld
1
EA
Pregnant
$45.00
Number of Days to Complete Service
le
1
EA
Male Dog Sterilization Under 50 lbs.
$45.00
Number of Days to Complete Service
if
1
EA
Male Dog Sterilization Over 50 lbs.
$45.00
Number of Days to Complete Service
2
1
EA
Dog -Full Shot Package only
$25.00
Number of Days to Complete Service
3
1
EA
Vaccination- Dog Rabies Only
$5.00
Number of Days to Complete Service
4
1
EA
Full Cat Package as Specified in Scope of Services Section
$105.00
Number of Days to Complete Service
4a
1
EA
Female Cat Sterilization
$45.00
Number of Days to Complete Service
4b
1
EA
Pregnant
$45.00
Number of Days to Complete Service
4c
1
EA
Male Cat Sterilization
$45.00
Number of Days to Complete Service
5
1
EA
Cat -Rabies Vaccination Only
$5.00
Number of Days to Complete Service
6
l
EA
Cat -Full Shot Package only
$25.00
Number of Days to Complete Service
7
Additional Services
7c
1
EA
Procedure for demodex and cercoptic mange treatment
$50.00
Number of Days to Complete Service
7d
1
EA
Treatment and medication for kennel cough
$50.00
Number of Days to Complete Service
7e
1
EA
Antibiotics for infection
$40.00
Number of Days to Complete Service
7f
1
EA
Packing Ears for Ear Infection
$40.00
Number of Days to Complete Service
7g
1
EA
Ear Mite Medication and Treatment
$10.00
Number of Days to Complete Service
Contract # 4726
Animal Services for City of Denton
CONTRACT BY AND BETWEEN
CITY OF DENTON, TEXAS AND ANIMAL HOSPITAL ON TEASLEY LANE
THIS CONTRACT is made and entered into this 64 k day of 0 e C • A.D., 2011,
by and between Animal Hospital On Teasley Lane a corporation, whose address is
3517 Teasley Lane Denton, TX 76210, hereinafter referred to as "Supplier," and the
CITY OF DENTON, TEXAS, a home rule municipal corporation, hereinafter referred to as
"City," to be effective upon approval of the Denton City Council and subsequent execution of
this Contract by the Denton City Manager or his duly authorized designee.
For and in consideration of the covenants and agreements contained herein, and for the
mutual benefits to be obtained hereby, the parties agree as follows:
SCOPE OF SERVICES
Supplier shall provide products or services in accordance with the Supplier's proposal in
response thereto, a copy of which is attached hereto and incorporated herein for all purposes as
Exhibit "D". The Contract consists of this written agreement and the following items which are
attached hereto and incorporated herein by reference:
(a) City of Denton Contract # 4726 including:
(b) General Requirements and Term of Contract
(c) Pricing section
(d) Scope of Work and Services
(e) Payment and Performance Requirements
(f) Standard Terms and Conditions
(g) Contractor Documentation from Solicitation
These documents make up the Contract documents and what is called for by one shall be
as binding as if called for by all. In the event of an inconsistency or conflict in any of the
provisions of the Contract documents, the inconsistency or conflict shall be resolved by giving
precedence first to the written agreement then to the contract documents in the order in which
they are listed above. These documents shall be referred to collectively as "Contract
Documents."
IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year
and day first above written.
ATTEST:
APPROVED AS TO FORM:
CONTRACTOlt
i
MAILING ADDRESS
E��,e -,� 6 4z��-z
PHONE NUMBER
FAX NU BE
BY:
TITL//E
PRINTED NAME
(SEAL)
EXHIBIT D
Contract # 4726
Term of Contract and General
-Requirements
CITY OF DENTON
RFP FOR ANIMAL SERVICES
General
1. INTRODUCTION
This RFP seeks to provide a program for sterilization and vaccination against rabies of
approximately 800-1500 dogs and cats adopted annually. The program will benefit the
health and safety of residents and animals by reducing the stray animal population and
provide for the control and mitigation of the rabies virus thus enhancing the quality of life
for the residents and animals of Denton.
The Denton Animal Services Center is located at 300 S. Woodrow Lane. It was
constructed in 1979 and was expanded in 1986. The facility comprises two buildings
totaling 7,000 enclosed square feet of area, providing 45 canine runs and 45 feline cages.
In accordance with the provisions of Texas Local Government Code, Chapter 252, The
City of Denton (the City) is requesting proposals to contract with an individual or
business with considerable experience in providing goods or services of this RFP. The
proposals and the cost solutions shall be submitted to the City of Denton in a sealed
submission, in accordance with Texas Local Government Code 252.0415 and 252.042.
The awarded individual or business shall possess a proven track record of using
innovative approaches to providing goods and services that represent the best value to
their clients. The awarded individual or business shall have the ability to accomplish all
aspects of the requested services. The selected individual or firm should be able to
provide innovative methods to deal with municipal challenges, and cost effective
solutions.
The City of Denton is exempt from Federal Excise and State Sales Tax.
A. COMMUNITY PROFILE
Denton, Texas is a Main Street City in the North Texas region. Established in 1857,
Denton is the county seat of Denton County and was named for John B. Denton. Denton
is unique in composition; the city is comprised of over 92 square miles which radiate out
in all directions from the downtown core. In addition to the unique physical
composition of the city, there is a unique character to the City. It is comprised of a
diversity of neighborhoods and land uses that range from historical residential and
commercial districts to new residential subdivisions and industrial complexes to
greenbelt areas and newly annexed rural areas. There are several active industries
operating within the City limits, including highly disputed gas well drilling, production,
and transmission. Denton is home to two state universities, the University of North
Texas, and Texas Woman's University, and two regional hospitals. The City is
traversed by state highways, rail lines, and Interstate 35 E & W. Denton County
Transportation Authority (DCTA) operates a passenger rail service that will ran from
downtown Denton to the City of Carrollton, where passengers may transfer to the Dallas
Area Rapid Transit (DART) system and continue travelling by rail within the Metroplex
region. The rail service includes two rail stations in Denton.
PAGE 10 OF RFP #4726 Respondent's Initials(4)
CITY OF DENTON
RFP FOR ANIMAL SERVICES
& BACKGROUND
The City of Denton has experienced significant growth over the past few years and
significant utilization of goods and services to meet the ever growing needs of a vibrant
community has driven the need to obtain long term commitments to supply materials
and services. The City desires an innovative solution that ensures a successful approach
to provide goods and services; and allows for fluid responsiveness to upcoming changes
— both anticipated and unforeseen. The use of technological opportunities throughout
the service delivery is encouraged.
2. N RMI[UM SUBMISSION REQUIREMENTS
The following minimum requirements must be demonstrated in order for the submission
to be considered responsive to the City of Denton. Any proposal received, which is
determined to not meet these mandatory requirements shall be immediately disqualified
and rejected as non -responsive.
• Three (3) years experience providing veterinary services
• Minimum Requirements -the second bulleted item replace with: Veterinarian practice
must be located within a 15 minute driving distance -see attached map.
• The Proposing individual or business must be registered by the State of Texas or the
County of Denton, to provide any services which may be required and the individual
or business must have all licensure required by the State to provide any services
required.
Certificate of Status — Issued by the Texas Secretary of State
A "certificate of status" is a certificate issued by the secretary of state that serves as
official evidence of an entity's existence or authority to transact business in Texas. A
certificate of status provides a statement of an entity's status, as well as the entity's current
legal name and date of formation or registration. How do I obtain information about filing
with the State of Texas, or obtaining copies or certificates from the Secretary of State?
Webpage: http://www.sos.state.tx.us/core/copies.shtmi; Phone 512-463-5578; or email
corpcert(cr�,sos.state.tx.us.
See the following State Certificate.
PAGE 11 OF RFP #4726 Respondent's Initials#cv
CITY OF DENTON
RFP FOR ANIMAL SERVICES
Certificate of Account Status - Letter of Good Standing Page 1 of 1
C
TEXAS CaMPrROLLER OF PuBuc ACCOU>` s
SUSAN COMBS • COMPTROLLER • AUSTIN, TEXAS 78774
September 7, 2011
CERTIFICATE OF ACCOUNT STATUS
THE STATE OF TEXAS
COUNTY OF TRAVIS
I, Susan Combs, Comptroller of Public Accounts of the State of Texas, DO
HERESY CERTIFY that according to the records of this office
ANIML HOSPITAL ON TZASLBY LANE, P.C.
is, as of this date, in good standing with this office having no franchise
tax reports or payments due at this time. This certificate is valid through
the date that the next franchise tax report will be due November 1S, 2011.
This certificate does not make a representation as to the status of the
entity's registration, if any, with the Texas Secretary of State.
This certificate is valid for the purpose of conversion when the converted
entity is subject to franchise tax as required by law. This certificate is
not valid for any other filing with the Texas Secretary of State.
GIVEN UNDER MY HAND AND
SEAL OF OFFICE in the City of
Austin, this 7th day of
September 2011 A.D.
/e�
Susan Combs
Texas Comptroller
Taxpayer number: 32037042747
File number: 0801079820
fwm OS-W4 (Rev.12-07117)
httpsd/ourcp&cpa.state.tx.us wdservlet/cpa.app.coa.CoaLetter 9711
CITY OF DENTON
RFP FOR ANIMAL SERVICES
Certificate of Account Status — Issued by the Texas Comptroller of Public Accounts
Information about certificates of account status is available from the State of Texas
Comptroller's Office. A Certificate of Account Status is utilized to determine whether a
taxable entity doing business in Texas is in good standing with its franchise tax reports
and payments. A Certificate of Account Status may be required in order to conduct real
estate or financial transactions in Texas. To check existing account status, utilize this
webpage: h!ips:Hourcpa.gpa.state.txus/coa/Index.html.
See the following Certificate.
PAGE 13 OF RFP #4726 Respondent's Initials"/
Corporations Section / INg OF Hope Andrade
P.O.Box 13697 �5` 1( Secretary of State
Austin, Texas 78711-3697
H
Office of the Secretary of State
CERTIFICATE OF CONVERSION
The undersigned, as Secretary of State of Texas, hereby certifies that a filing instrument for
Animal Hospital on Teasley Lane, Inc.
File Number: 800977096
Converting it to
ANIMAL HOSPITAL ON TEASLEY LANE, P.C.
File Number: 801079820
has been received in this office and has been found to conform to law. ACCORDINGLY, the
undersigned, as Secretary of State, and by virtue of the authority vested in the secretary by law, hereby
issues this certificate evidencing the acceptance and filing of the conversion on the date shown below.
Dated: 01/28/2009
Effective: 01 /2 8/2009
Hope Andrade
Secretary of State
Come visit us on the intemet at http://www.sos.state. tc usl
Phone: (512) 463-5555 Fax: (512) 463-5709 Dial: 7-1-1 for Relay Services
Prepared by: Lisa Sartin TID: 10340 Document: 244362110002
CITY OF DENTON
RFP FOR ANIMAL SERVICES
Corporations Section CE p
P.O.Box 13697 ��P F-11
Austin, Texas 78711-3697 x X
Office of the Secretary of State
CERTIFICATE OF FILING
OF
ANIMAL HOSPITAL ON TEASLEY LANE, P.C.
File Number: 801079820
Hope Andrade
Secretary of State
The undersigned, as Secretary of State of Texas, hereby certifies that a Certificate of Formation for the
above named Domestic Professional Corporation has been received in this office and has been found to
conform to the applicable provisions of law.
ACCORDINGLY, the undersigned, as Secretary of State, and by virtue of the authority vested in the
secretary by law, hereby issues this certificate evidencing filing effective on the date shown below.
The issuance of this certificate does not authorize the use of a name in this state in violation of the rights
of another under the federal Trademark Act of 1946, the Texas trademark law, the Assumed Business or
Professional Name Act, or the common law.
Dated: 01/28/2009
Effective: 01/28/2009
a
Hope Andrade
Come visit us on the internet at http://Www.sos.state. tx.vs/
Phone: (512) 463-5555 Fax: (512) 463-5709 Dial: 7-1-1 for Relay Services
Prepared by: Lisa Sartin TID: 10306 Document: 244434850001
FP #4726 Res ondenVs Initials ,
PAGE 14 OF R Jj"' p CL
CITY OF DENTON
RFP FOR ANIMAL SERVICES
• Veterinarian must be able to pick animals up every weekday and transport the animals
to their practice for medical services
• Veterinarian must be able to provide the City of Denton an individual receipt for each
animal that services are provided for (for Grant tracking purposes). In addition, a
monthly invoice listing all charges for that time period must be provided no later than
5 days after the end of the month
• Must complete Exhibitl Pricing sheet, checklist Attachment J, address all questions in
Attachment C-Budget and Compliance Questionnaire, and address all Scope of
Services items
• The respondent shall provide an electronic copy of the vendor's response to this RFP,
to ebids(a),cityofdenton.com The format shall be in portable data file (pdf) format. The
pricing submittal package shall be submitted in Microsoft Excel format.
3. CONTRACT TERM
It is the intention of the City of Denton to award a contract for an initial one (1) year period.
The City and the Awarded Contractor shall have the option to renew this contract for two
(2) additional one-year periods. Services undertaken pursuant to this RFP will be required to
commence within fourteen (14) days of delivery of a Notice to Proceed. The services shall
be accomplished per the Scope of Work and Services as identified in Section 11 and the
Schedule of Events as outlined in Section VI.
The Contract shall commence upon the issuance of a Notice of Award by the City of
Denton and shall automatically expire one year from award by City Council, with options
for renewal for two additional one-year periods. At the sole option of the City of Denton,
the Contract may be further extended as needed, not to exceed a total of six (6) months.
Renewal Periods:
I" Renewal—1/01/13—1/01/14
2nd Renewal—1/01/14—1/01/15
4. PRICING
Firm Price
Pricing and discounts proposed is firm for the initial one-year period specified in the
solicitation. Price decreases are allowed at any time. Price increases shall only be
considered as stipulated below in paragraph #5, "PRICE ADJUSTMENTS".
PAGE .15 OF RFP #4726 Respondent's Initials W
CITY OF DENTON
RFP FOR ANIMAL SERVICES
Price Decreases/Discount Increases
Contractors are required to immediately implement any price decrease or discount
increase that may become available. The City of Denton must be notified in writing for
updating the contract.
5. PRICE ESCALATION
Prices quoted for staffing must be firm for a period of one year from date of contract
award. Any request for price increase must be based on the Consumer Price Index,
Inflation Calculator, or competitive wage adjustment and capped at 5%. Request must be
submitted in writing with supporting evidence for need of such increase to the Purchasing
Manager at least 90 days prior to January 1 st of each year. Respondent must also provide
supporting documentation as justification for the request.
Upon receipt of such request, the CPA reserves the right to either: accept the escalation as
competitive with the general market price at the time, and become effective January 1" of
the year the request is made or reject the increases within 30 calendar days after receipt of
a properly submitted request. If a properly submitted increase is rejected, the Contractor
may request cancellation of such items from the Contract by giving the City of Denton
written notice. Cancellation will not go into effect for 15 calendar days after a
determination has been issued. Pre -price increase prices must be honored on orders dated
up to the official date of the City of Denton approval and/or cancellation.
The request can be sent by e-mail to: purchasinggcityofdenton.com
Or mail to: Or call:
City of Denton City of Denton Purchasing
Attn: Purchasing Manager (940) 349-7100
901B Texas Street
Denton, Texas 76209
The City of Denton reserves the right to accept, reject, or negotiate the proposed price
changes.
6. SUBSTITUTIONS
Substitutions are not permitted without the written approval of The City of Denton
Purchasing Department.
7. DISQUALIFICATIONS
Any terms and conditions attached to a solicitation will not be considered unless
specifically referred to on a solicitation and may result in disqualification. Any proposals
that do not clearly outline all qualifications may be disqualified.
PAGE 16 OF RFP #4726 Respondent's Initials w
CITY OF DENTON
RFP FOR ANIMAL SERVICES
8. INTELLECTUAL PROPERTY INDEMNIFICATION
The contractor will indemnify, defend and hold harmless the City of Denton, and its
authorized users, against any action or claim brought against the City of Denton, or its
authorized users that is based on a claim that software infringes any patent rights,
copyright rights or incorporated misappropriated trade secrets. Contractor will pay any
damages attributable to such claim that are awarded against the City of Denton or its
authorized users, in a judgment or settlement. If the City of Denton or its authorized
users' utilization of the software becomes subject to a claim, or is likely to become
subject to a claim, in the sole opinion of the City of Denton, or its authorized users, the
Contractor shall, at its sole expense (1) procure for City of Denton or its authorized users,
the right to continue using such software under the terms of this Contract; or (2) replace
or modify the software so that it is non -infringing.
9. RIGHTS TO DATA, DOCUMENTS, AND COMPUTER SOFTWARE
(GOVERNMENTAL ENTITY OWNERSHIP)
Any software, research, reports studies, data, photographs, negatives or other documents,
drawings or materials prepared by contractor in the performance of its obligations under
this contract shall be the exclusive property of the City of Denton and all such materials
shall be delivered to the City by the contractor upon completion, termination, or
cancellation of this contract. Contractor may, at its own expense, keep copies of all its
writings for its personal files. Contractor shall not use, willingly allow, or cause to have
such materials used for any purpose other than the performance of contractor's
obligations under this contract without the prior written consent of the City; provided,
however, that contractor shall be allowed to use non -confidential materials for writing
samples in pursuit of the work.
The ownership rights described herein shall include, but not be limited to, the right to
copy, publish, display, transfer, prepare derivative works, or otherwise use the works.
A. ADDING NEW PRODUCTS OR SERVICES TO THE CONTRACT AFTER
AWARD
Following the Contract award, ADDITIONAL services or products of the same general
category that could have been encompassed in the award of this contract, and that are not
already on the contract, may be added. A formal written request may be sent to successful
Contractor (s) to provide a proposal on the additional services and shall submit proposals
to the City of Denton as instructed. All prices are subject to negotiation with a Best and
Final Offer ("BAFO"). The City of Denton may accept or reject any or all pricing
proposals, and may issue a separate RFP or IFB for the products after rejecting some or
all of the proposals. The commodities and services covered under this provision shall
conform to the statement of work, specifications, and requirements as outlined in the
request. Contract changes shall be made in accordance with Local Government Code
252.048
PAGE 17 OF RFP #4726 Respondent's Initials W
CITY OF DENTON
RFP FOR ANIMAL SERVICES
10. COOPERATIVE PURCHASING / PIGGYBACK OPTION- Not Applicable
11. QUANTITIES
The quantities indicated on the Pricing Sheet (Exhibit 1) are estimates based upon the
best available information. The City reserves the right to increase or decrease the
quantities to meet its actual needs without any adjustments in the prices. Individual -
purchase orders will be issued on an as needed basis.
12. PRODUCT CHANGES DURING CONTRACT TERM
The supplier shall not change specifications during the contract term without prior
approval. Any deviation in the specifications or change in the product, must be approved
in advance by the City of Denton. Notice of a change shall be submitted in writing to
purchasing@cityofdenton.com with the RFP number in the subject line, for review.
Products found to have changed specifications without notification, and acceptance, will
be returned at the supplier's expense. Products that have been installed will be replaced
at the supplier's expense.
PAGE 18 OF RFP #4726 Respondent's Initialsk�"L/
Contract # 4726
Pricing
110
91
c�
0
0
0
0
0
0
0
0
0
0
0
0
o
0
0
0
0
0
6
o
0
0
p a -a
Lri
vi
V)
V)
vi
ri
�i
c� N
C
O
d y
O
O
o
o
O
O
O
O
0
O
O
O
O
Q
o
0
0
0
0
0
0
o
0
0
to
kn
'
N
N
yea
L
vl
V
.. �
69
646
69
6r4,
69
69
fli--
�I
c
�
O
�
NU
d
N
U
N
U
Lj
O
U!
O
CL
CD
.Q
N
CL
O
U
Lo
m
CD
-
C
L
d
O
co
L
f!1
Q
N
U
cn
O
�
a
'O
G
>
0
Lo
L)
O
0
0
>,
8
M-
L
0
a)
a)
a)n
()
Qa)
-
)�
O
Cl)
O
cq
O
n
U)
n
>
n
n
Cl)
�
coaaEo)�
caaEn
a
o
p
a
aya
a)
a
a
—CL
m 0
a
aN0
o
CL
o
E
E
E
O
E
o
E
Ea)
Q
wE
ENE
O
E
o
O
O
N
O
oO
�+
O
U
Q
o
U
O
U
N
O
U
MO
N
U
U
U
07
U
d
U
,
r
U
U
R
O
U)
,4;
to
O
=_
O
=_
O
a-O
O
O
Q,- •
i-i_
Y
fq
—0
N
VJ
T
fA
fA
L
VJ
L
Vl
�'' fn
O
N
R
fA
N
NL-
Pa:
m
O
m
O
m
O
m
m
ca
m
s m
c
m
y
m
..
m
m
+r
a.
❑
p
❑
p
❑
❑
❑
❑
❑
❑
u� ❑
o
❑
a
❑
❑
❑
cn
w=
w
c
o
rn
o
M
_
o
o
w
o
p;
O
o
y
o
d
o
y
o
O
p
o
o
N
o
,.
`m
a>
a�
O
a�
O
a`)
u. a�
c
'C)
V
a�
c
a�
U
—
a
.o
tm-0
N
.O
N
a
�
E
E=
E
E
.O
E
0
.o
E
y
c/i
E
Qi
E
ai
E
Q:
E
m
E
E
E
O
f0
O
O
7
m
L
7
M
O
�¢
7
z
U.
7
z
U-
O
z
LL
7
z
L
a
7
z
3
z
7
z
7
o z>
7
z
u. ¢
7
z
a
z
a
z
En
4
a
y
a�
c.
`"
a�
w=
cd
'oN
�:
w
m
d
d�
a
N
cd'
'k
0
0
0
0
0
0
a o
N
o
o
o
0
0 0
cd
Gs
Ge
C)
0 0
'� N
o
0
o
0
0
o
S
o
0 0 0
��
Lr)
o
0
0
o
r,
o
o CD o
h
a
C
d
E
w
is
d
L
w
d
c
rn
0
W
CL
C
p4
p
0C
CD
U
C>
U
U
U
C
'�
U
O
.7
co
O
U)
�+
C
N
Cn
C
m
N
U)
N
(n
N
U)
+'
(fJ
)
L
�'..
N
CA
O
(D
K
a�
+,
a>
C
m
N
C
N
C
N
N
O
N
O_
y
Ol
N
O_
N
"i3
N
O.
16
Ci
_N
O.
O
;N
CL
L
O.
O
d
V
E
O
C
E
O
m
Y
E
O
y
a)E
O
E
o
o
41
E
O
u
Q1
E
O
W
E
o
c
O
E
O
vn
4-t
C)
C)
u
d
C)
E
C
C)
L
C)
W
U
p
m
m
m
N
m
V
pi
m
C)
M
❑
t
in
❑
N
G1
L
❑
+'
C
❑
V
❑
�p
W
❑
❑
VS
0
0
LD
o_
o
C
o
d
o
tp
o
o
A
5
M
N
E-i
z
cJ
z
o
z
1Q
n.
z
o--
z
Q
z
a.
z
w
z
kn
� p,
UWE-aa
�i
U
G
U
L
a
a
c
Ll
a
a
c
0
U
v
a
c
a
u
u
a
0
Q
O
u
LO
zz
o
4-j U
O
N
Q O
0
O
4-0 v
V �
O
L U
0
� U
v
O
U
O
u
E LO
n)
Q o
4
+, n,
G1
v
t v
bn o
U
�U a
a
�o
a�
N �
o
d' Q
a
U. Qj
ce
O
O
O
O
O
O
O
O
O
O
O
O
O
O
ZO
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
D
N
O
O
O
O
O
O
LI)
O
r-i
O
O
O
O
0
r1
ul
ul
O
O
O
Ln
N
Ln
r-I
to
Lr)
00
O
Q
c-I
ci
i!)-
{/}
{J}
r-I
N
i/}
ri
fQ-
0
H
O
O
O
O
O
O
O
O
O
O
O
O
O
O
o
0
0
o
O
o
o
O
0
0
0
0
0
0
w
v
o
0
0
0
0
0
0
ui
LO
o
0
0
o
Ln
v,
�
un
un
4j
�
�
�
�
�
qj
a
v�
H
z
LL
0
H
0 W W
w
m f' a —
V) >
Q 0
w
Z 0 u cn
d
d
V
V
U)
cn
O
O
0.
0.
0
c0i
w
ui
cn
S
�_
C
C
LO
�
O
'O
co
O
01
V
a)
O
0
O
?,
U
h
m
D
LO
0
c
o
a)
0
v
o.
cn
o
0
0
c
❑
>
0
U
a)
a
(lj
c
c
7
N
0
0
QJ
co
N
N
N
O
Y
MN
O
(Q
,O
m
'F
N
N
O
O
U
CJ
fa
N
_
_
a,
(a
a
_
O
a
o
0
0
CO
U)
c
(a
m
U)
en
a
U
+'
_
a�
❑
❑
❑
o
o
a
O
o
a>
a)
aD
0
❑
❑
a)
CO
ccu
0
m
m
c
0
°)
U
—
m
E
rn
0)
o
H
ci
ii
ti
ti
L
>
Li
LL
d
U
w
w
w
w
w
0
w
w
w
w
W
W
Z
Q}:
O
O
O
S
Cn
O
C9
—
O
~
N
N
ccoo
LO
N
Or
co
f7
N
co
N
�a
r
r
U)
W
W
r
co
U
r
U
N
r
N
M
d
rY
d
r-
r
a
s
•L°
ui
E
m
z
LA
Ln
Ln
O
Q.
O
L
m
v
v
c
a
N
a
c
a
C
v
a
a
c
0
u
v
Ln
c
a
v
u
v
Ln
0
n�
4
u
U
o
� O
_ m
G1 `O
Q o
0 c
O
p
++ v
U L
0
0 a
y" u
U �
Ln O
� � a
N U
_ h OJ
.0 cm a
a .3�
o
O
� 5 h
Qj L
s a o
Q u
� o
0 " o
u
a
a
W
'a c
o a
d a v
LL. ¢, a
OC cc
L—
0
0
0
0
0
0
z
o
0
0
0
0
O
N
0
a�
�
�
�°,
qj)-
J
t!1
'N'
41).
Fa-
O
H
W
0
0
0
0
0
C
U
un
o
O
o
O
O
a
tNi1
tin
tU)h
t
qj
t
f-
z
D
LL
O W
r
m a L)
to
Q O w
Z C U Ln
a�
E
m
N
rn
L
CD
E
U
U
0
o
N
c
c
C
a)
E
�
U
m
0
a
a
m
E
a
a>
m)
W
°'
U
c
�C:
o
m
OC
Y
d
o
o
E
o
a2
f6
Lu
C
o
U
CL
d
v
C
O
U
p
V1
`
�
c
�
0
U
�
o
N
ma
(n
U)
f6
N
C
a)'U
0
LU
O
LL
p
r
U
E
-
m
o
..0
c
Y
cc
G
a.
FT
U
m
Q
o
a.
a)
F
Q
U
W
W
W
W
W
W
W
W
z
Z }
a00
~
0
0
LO
0
0
(O
M
U)
LU
LU
co
rn
m
U
_0
a)
cn
00
tl�
LU
U_
R
CL
U
Z
O
U
J
a
Z
Z
Q
LU
Q
E-'
LL
J
Q
3
/
§
2
j
�
a
%
/
0
f
/
R
E
\
�
/
f
3
$
�
g o
§
E
G
-0
22
k
3
�\
°
/-
M
2
/\
/
>1E
/
O
2
a=
\
o
❑
k
\/
//
n
E
E
%
CL
0
U
En
B
x
°
E
k k
LU
\
■
£ §
.
2
®
o E
CN
e
)
%
I o
m
E
a
Contract # 4726
Scope of Work and Services
CITY OF DENTON
RFP FOR ANIMAL SERVICES
Section II
Scope of Work and Services
1. SCOPE OF WORK AND SERVICES
The scope of work shall be finalized upon the selection of the Firm. The proposal submission
shall have accurately described your understanding of the objectives and scope of the requested
products and services and provided an outline of your process to implement the requirements of
the Scope of Work and Services. It is anticipated that the scope proposal submission will
include, at a minimum, the following:
A. TECHNICAL RESPONSIBILITIES AND REQUIREMENTS
A. The City is seeking an independent contractor to provide the City with the following:
1. Implement and maintain an independent sterilization, rabies and/or full series of shots
vaccination program including the following services:
Dog Package
• Spay or Neuter
• Rabies Vaccination (if too young -appointment to return for vaccination)
• Bordatella
• DHLPP
• First treatment for fleas and ticks
• First Month Heartworm Preventative
• First Treatment for Tape Worms, Hook worms, and Round worms
• Pre -Surgical pain medication
• Microchip
• Parvo Virus Test (when applicable -this should be done prior to the other medical work if
the veterinarian believes the animal may be sick)
Cat Package
• Spay or Neuter
• Rabies Vaccination, FVCRPP and FELV (if too young -appointment to return for
vaccination).
• FDRT
• First treatment for fleas and ticks
• First Treatment for Tape Worms, Hook worms, and Round worms
• Treatment for Ear Mites
• Micro Chip
PAGE 19 OF RFP #4726 Respondent's Initial"'&w
CITY OF DENTON
RFP FOR ANIMAL SERVICES
A list of other services that may be requested include but are not limited to the following:
• Procedure for demodex and sarcoptic mange treatment and medication for Kennel
cough:
• Antibiotics for infection
• Packing ears for ear infection
• Ear Mite Medication and treatment
2. Identify the method and procedures for operating an independent sterilization and
rabies vaccination program. Specifically the contractor shall state their methodology
or procedures related to:
a. scheduling appointments and pre -surgery instructions :
Call 24 hours in advance, withhold food and water after 6 PM prior to day of surgery
b. pre -surgical physical examinations to determine surgical qualification:
Pet will receive a physical exam by the veterinarian, including pre surgical
temperature, heart rate, and other vitals.
C. administering pre -surgery anesthetics:
According to the weight of the patient, pre -surgery analgesics will be administered
d. surgical techniques:
Standard sterile operating room and equipment will be employed
e. post -operative recovery care and monitoring:
All pets will be monitored post -surgically until full recovery
f. providing post -operative pain medication:
Post -op pain meds administered according to animals weight
g. animal discharge care/complication instructions:
A written instruction sheet will be provided for each patient including immediate
post -op care, feeding instructions and all pertinent information
h. post -surgical inquires and/or complications related to sterilization surgery:
The professional staff will be available to answer questions or provide any care
post operatively related to sterilization surgery
de is Initials /Q "�
PAGE 20 OF RFP #4726 Respon n �l.
CITY OF DENTON
RFP FOR ANIMAL SERVICES
i. controlled drug control, inventory and record keeping:
Animal Hospital on Teasley Lane complies with all state and federal regulations
regarding the control, inventory and record keeping required by local, state and
federal authorities.
3. Identify what additional testing services are provided. E.g. FeLV, FIV, Heartworm,
Fecal, etc.
All of the above listed services are provided in house at Animal Hospital on Teasley
Lane upon request.
4. Identify what additional medical services are provided that may impact the
sterilization of the animal. E.g. Umbilical hernias, neutering of male dogs and cats
afflicted with Cryptorchidism, pregnant females, etc.
At time of sterilization all of the identified conditions can be repaired at Animal
Hospital on Teasley Lane
5. Identify the minimum sterilization age of an animal
The minimum sterilization age of an animal is month of age.
6. Identify what responsibilities, if any, the City will have in providing staffing
assistance, supplies, materials, equipment, or space requirements required for the
consultant to perform the identified services
None
7. Identify available financial resources and references that indicate consultants
capability of performing services
Northstar Bank of Denton can provide a letter of credit if needed. See attached
financial statement for 2010. See attached Financial Statement after Attachment K.
8. Provide an invoice for services identifying the City animal identification number,
type of medical procedures performed and the rabies certificate number
Animal Hospital on Teasley Lane swill provide invoices with all required infonmation
as listed under section HA.8 of RFP #4726.
9. Provide the number of dog and cat deaths by causes (e.g., anesthetic, hemorrhage,
anaphylactic, etc....)
Animal Hospital on Teasley Lane will provide all information as required under
section IIA.9 of RFP.
PAGE 21 OF RFP #4726 Respondent's Initialsk& (4
CITY OF DENTON
RFP FOR ANIMAL SERVICES
10. Provide statistics related to the number of dogs and cats sterilized and vaccinated for
rabies
Animal Hospital on Teasley Lane will provide all information as required under
section IIA.10 of RFP.
11. Provide transportation from shelter to clinic. Pickup must be performed no later than
the next workday after notification from Animal Services staff.
Animal Hospital on Teasley Lane will provide transportation for all pets needing
surgical / medical attention under this contract to and from Animal Services to AHTL
as per requirements under section IIA. 11.
12. Included in the scope of services should be a descriptive statement dealing with the
stability and experience of staff and skill level of requirements for any staff
replacements
The professional veterinary staff is Dr. Wright and Dr. Epstein. Dr. Wright has
owned and operated Animal Hospital on Teasley Lane since August, 2000 and
Dr. Epstein worked as a technician for 6 years at Animal Hospital on Teasley Lane
before earning her DVM degree and has been a full time employee as a DVM for 3
years. Any individual who may be retained by Animal Hospital to spay or neuter
animals for Denton Animal Services will have a DVM degree and a license to
practice in the state of Texas.
Other staff members at Animal Hospital on Teasley Lane include office manager
Sarah George who has been on the staff for 8 years,
Beatrice Sauremnann, CVA who is the primary surgical and medical assistant and
has been for the last 7 years.
There are 7 other technical assistants whose employee status ranges from 1 to 4 years.
13. Clarify it is your intent to have a doctor in place after surgery to determine
complications, and offer post -operative care:
There will always be a veterinarian in place to provide treatment for complications
and post -operative care for animals identified in this contract.
14. Contractor shall provide an annual report within fifteen days after the end of the
calendar year which includes the number of cats and dogs sterilized (by age group as
specified by the City of Denton), number of animals treated for parvo virus, and
number of animals treated for kennel cough.
Animal Hospital on Teasley Lane will comply with all items required in this section
and all other sections of RFP 4726.
PAGE 22 OF RFP #4726 Respondent's Initialsj�(A
CITY OF DENTON
RFP FOR ANIMAL SERVICES
B. Working Paper and Rabies Vaccination Certificate Retention and Access to Working Papers
and Rabies Certificates
1. All working papers or medical reports must be retained at the contractor's expense. In
accordance with Section 169.29 (c) of the Texas Administrative Code Title 25 Part I.
2. A copy of each rabies vaccination certificate shall be retained and readily retrievable
for a period of not less than five years from the date of issuance.
3. The contractor will be required to make working papers or medical reports available
to the city upon request.
C. Full Shot Package: The full shot package is identified as in addition to the Rabies
vaccination:
Dog- DHLPP and Bordatella
Cat Package: Full Shot Package for Cat FVCRPP and FELV
B. GENERAL RESPONSIBILITIES AND REQUIREMENTS
1. Prior to commencement of the services, the City and selected individual or business
will conduct an initial meeting to review the overall scope, schedule, deliverables and
planning process to implement a successful program.
2. The awarded Contractor shall provide to the City of Denton, detailed reports of time
and services provided to the City on a monthly basis.
3. Staff available to assist the selected provider is limited; the proposals submitted
should not anticipate extensive staff assistance during service delivery.
4. Adopted animal is considered property of the City of Denton until recovered from
anesthesia and released to the new owner
5. No animal shall be released to the new owner until full recovery from surgical
anesthesia without complications.
6. Rabies shots will be prepaid as part of the adoption process, and administered when
the animal reaches the appropriate age.
7. City of Denton reserves the right to visit the service provider's facility as part of the
selection process and at any normal business hour during the contract period(s).
PAGE 23 OF RFP #4726 Respondent's Initialst)
CITY OF DENTON
RFP FOR ANIMAL SERVICES
8. The contractor will be responsible for the transportation of the animal before the
services are performed. The adopter will not be allowed to take possession of the
animal until the sterilization/vaccination services are completed.
9. The adopter must pick up the animal from the service provider following the services.
Warranties
The contractor shall provide a warranty that is standard in the industry.
Safety and Environmental Hazards
The City does not warrant or guarantee against the possibility that safety or
environmental hazards or potential hazards may exist with the treatment of animals.
The Contractor shall be responsible for identifying any hazardous conditions and
notifying the City of these conditions in writing no later than 30 days after contract
award.
All. contractors to the City of Denton are required to ensure absolute safety standards
are applied and enforced. The City of Denton will not be responsible for individual
contractor safety, and the awarded contractor shall not hold the City of Denton
responsible. Known hazards shall immediately be reported and all safety precautions
shall be taken to prevent potential safety issues from occurring.
Contractor Standards of Performance
Monthly Time Standards - Contractors shall fully understand that the City relies on the
performance of this contract to provide vital municipal services. With this in mind, the
Contractor shall meet the following performance standards at all times. Labor disputes,
strikes, and other events, except those beyond the Contractor's control such as acts of
God, shall not relieve the Contractor from meeting these standards. The Contractor
must ensure the given level of service is achieved, within the designated number of
working hours provided in the pricing sheet.
Contractor shall deliver services within specified delivery times for 95% of all orders.
B. ANTICIPATED PROBLEMS AND PROPOSED SOLUTIONS
Respondent shall offer written observations, based upon previous experiences in public
projects of this magnitude, addressing any anticipated problems and offer proposed
solutions to those problems.
Animal Hospital on Teasley Lane has no previous experience in this type of public
project. Animal Hospital on Teasley Lane does not anticipate any problems in fulfilling
the requirements as outlined in RFP 4726.
PAGE 24 OF RFP #4726 ' Res ondents Initials
P -Z�LW
CITY OF DENTON
RFP FOR ANIMAL SERVICES
C. RELEVANT EXPERIENCE AND CAPABILITIES
The responding individual or business shall provide pertinent information about the
individual or business and related experience(s) with the requested products or services.
Indicate what resources the individual or business will have available to allocate to the
project. The respondent must currently be licensed to perform work in the State of Texas.
A copy of current licensing must be included in your proposal. Relevant experiences and
capabilities of the individual or business team members and team as a whole will be rated
by the City by a review of both completed and on -going assignments, years of relevant
experience in communities of comparable size, and credentials; greater weight will be
given to project experience within the past five (5) years containing the team members
proposed:
Copies of all licenses held by staff members of Animal Hospital on Teasley Lane are
provided in this response to fulfill the requirements for the awarding of the contract
defined by RFP 4726.
The doctors and staff of Animal Hospital on Teasley Lane have provided low cost
medical and surgical services to over 140 rescue groups located in the Denton and North
Texas area over the last 10 years.
FIRMS ORGANIZATION
Name and Address of the Individual or Business
a. General overview of the Business
Animal Hospital on Teasley Ln., P.C.
3517 Teasley Lane
Denton, TX 76210
b. Business Profile(s), including:
i. Type of Business (limited partnership, corporation, eta)
Professional corporation
ii. Business History and Age
Animal Hospital on Teasley Lane was opened on August 28, 2000 and has
been in business in Denton for 11 years.
iii. Business Size (including number in each required discipline) Animal
Hospital on Teasley Lane supports 2 licensed veterinarians and 9 lay
employees.
PAGE 25 OF RFP #4726 Respondent's Initials& h)
CITY OF DENTON
RFP FOR ANIMAL SERVICES
iv. Areas of special concentration
Small animals only
V. Telephone number and fax number
Phone: 940/382-6939; Fax: 940/591-1495
Relevant prior experience information to include:
a. Entity Name and Location
b. Service description with specific descriptions of responsibilities,
successes and failures related to the project. Include website URLs for
any service projects for which they are available.
c. Name and contact information for the project manager or other key
contact with the entity contracting these services.
d. List of municipal and private client references for relevant projects
with contact names and telephone numbers
e. Past experience on similar and relevant projects.
L Details of any awards received.
Project Understanding:
Briefly describe your understanding of the requested services, important issues,
and City requirements.
Animal Hospital on Teasley. Lane understands the need for Denton Animal
Services to place pets in responsible homes as much as possible to avoid
euthanasia. It is Animal Hospital on Teasley Lanes goal to provide spay, neuter,
vaccinations, parasite control and other medical/surgical services appropriate for
these animals. It is the goal of Animal Hospital on Teasley Lane that citizens
who adopt pets from Denton Animal Services will have a positive experience
with both Denton Animal Services and Animal Hospital on Teasley Lane.
Relevant Experience:
The Respondent shall have the following minimum experience and
demonstrate compliance with the following requirements: (Firms
which have not detailed their experience as listed below shall be
considered nonresponsive).
PAGE 26 OF RFP #4726 Respondent's Initialsj�, W
CITY OF DENTON
RFP FOR ANIMAL SERVICES
a. Include three (3) examples of past work that has been successfully
implemented or services provided.
The doctors and staff have provided:
1. Vaccination and sterilization services for many
rescue groups and for Denton Animal Services
for over 10 years now.
2. Three groups we have done spays, neuters and
vaccinations for include Texas Great Pyrenees
Rescue, Texas Husky Rescue, and Legacy
Boxer Rescue.
b. Three (3) years experience with similar services, provide a description.
The doctors and staff of Animal Hospital on Teasley Lane have provided
low cost medical and surgical services to over 140 rescue groups located
in the Denton and North Texas area over the last 10 years.
c. A standard license or certification, if applicable.
See licenses behind Addendums 1 and 2 and Certificates after
Attachinent K.
d. The individual or business must be registered by the State of Texas or the
County of Denton as a business and the must have all licensure required
by the State to provide any services.
Animal Hospital on Teasley Lane is registered as a Professional
Corporation in the State of Texas and all veterinarians associated with
Animal Hospital on Teasley Lane are currently licensed to practice
veterinary medicine in the State of Texas.
e. The individual or business must disclose any business relationship that
would have an effect, of a conflict of interest. A conflict of interest
statement must be signed as part of the contract negotiated with the
awardee(s).
None
Respondent shall detail any and all relevant history of litigation involving public
projects.
Neither Animal Hospital on Teasley Lane nor any staff member has been involved in any
litigation involving public or private projects.
PAGE 27 OF RFP #4726 Respondent's Initials -( Q
CITY OF DENTON
RFP FOR ANIMAL SERVICES
Respondent shall detail any and all exceptions within the proposal response.
Animal Hospital on Teasley Lane has no exceptions to the proposal RFP 4726.
D. REFERENCES
Respondent shall provide references including contact names, e-mail addresses and current,
correct phone numbers of Firms or public entities for which you have performed similar
professional services. Respondent shall complete
Attachment F — References.
E. INSURANCE
Respondent shall provide, upon award, a certificate of insurance evidencing their insurance
coverage's and amounts per Insurance and Workers' Compensation Requirements -
Attachment A.
Animal Hospital on Teasley Lane is prepared to provide this information upon award of
the contract for RFP 4726.
L CONTRACTS
The signed acknowledgement (Attachment K), any negotiated exceptions, and the award
letter/notice to proceed shall serve as the execution of a contract for services for RFP
4726.
Animal Hospital on Teasley Lane is prepared to accept the requirements outlined in RFP
4726 without exceptions.
PAGE 28 OF RFP #4726 Respondent's Initials,& J
Contract # 4726
Payment and Performance
Requirements
CITY OF DENTON
RFP FOR ANIMAL SERVICES
SECTION III
Payment and Performance Requirements
V. PAYMENT AND INVOICES:
All proposals shall specify terms and conditions of payment, which will be considered as
part of, but not control, the award of proposals. City review, inspection, and processing
procedures ordinarily require thirty (30) days after receipt of invoice, materials, or
services. Proposals which call for payment before thirty (30) days from receipt of
invoice, or cash discounts given on such payment, will be considered only if, in the
opinion of the Purchasing Manager, the review, inspection, and processing procedures
can be completed as specified.
Invoices shall be sent directly to the City of Denton Accounts Payable Department, 215
E McKinney St, Denton, TX, 76201-4299. A pro -forma invoice shall be sent to the
contract administrator. It is the intention of the City of Denton to make payment on
completed orders within thirty days after receipt of invoice or items; whichever is later,
unless unusual circumstances arise. Invoices must be fully documented as to labor,
materials, and equipment provided, if applicable, and must reference the City of
Denton Purchase Order Number in order to be processed. No payments shall be
made on invoices not listing a Purchase Order Number.
Upon contract award, suppliers are encouraged to receive payments through direct
deposit. Additional information regarding direct deposit payments is available at
www.dentonpurchasing.com
VL TAX EXEMPTION:
The City of Denton qualifies for sales tax exemption pursuant to the provisions of Article
20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. Any Contractor
performing work under this contract for the City of Denton may purchase materials and
supplies and rent or lease equipment sales tax free. This is accomplished by issuing
exemption certificates to suppliers. Certificates must comply with State Comptroller's
ruling #95-0.07 and #95-0.09.
PAGE 29 OF RFP #4726 Respondent's Initials w
CITY OF DENTON
RFP FOR ANIMAL SERVICES
SECTION IV
Submittal Information
VIII. SCHEDULE OF EVENTS:
The City of Denton reserves the right to change the dates indicated below:
Solicitation Schedule:
Issue RFP:
Deadline for Submission of Questions
Deadline for Submission of Proposal:
Evaluate and rank initial results:
Completion of Negotiations:
Official Award:
9/6/2011
9/20/2011 at 2:00 PM Central Time
10/4/2011 at 2:00 PM Central Time
10/14/2011
10/28/2011
12/06/2011
The City of Denton is using the RFP `Issue Date' as noted in the Schedule of Events
above as the official 30 day notification requirement for an interview with a firni.
IX. PRE -SUBMITTAL CONFERENCE:
Not applicable
X. SUBMISSION REQUIREMENTS
The respondent shall provide an electronic copy of the vendor's response to this RFP, to
ehidsCa)cityofdenton. com The format shall be in portable data file (pdf) format. The
pricing submittal package shall be submitted in Microsoft Excel format.
The City of Denton shall accept written Proposals by the due date. All proposers shall
submit one original copy signed by an officer authorized to bind the company, and 2
copies of the completed RFP response in a sealed envelope. RFP responses may be hand
delivered (by Firm or express courier) to the address listed below. Where responses are sent
by mail or courier, the responsibility of timely delivery is the respondent's. Pages should
be numbered and contain an organized, paginated table of contents corresponding to the
section and page of the submittal. Appendices may be used for general Firm information
and resumes. The RFP response shall be no more than 100 pages in length. All
submittals, whether mailed or delivered by courier shall be sent to and received no later
than 2:00 p.m., Central Time by the response due date to the following address:
City -of Denton
Attention: Elton D. Brock, MBA, CTPM, CTCM, C.P.M.
Purchasing and Materials Manager
90113 Texas Street, Denton, TX 76209
940-349-7100
d is Initials e (
PAGE 30 OF RFP #4726 Respon en
CITY OF DENTON
RFP FOR ANIMAL SERVICES
Any proposal received after the date and/or hour set for proposal opening will be returned
unopened. The City of Denton reserves the right to accept or reject in part or in whole any
proposals submitted, and to waive technicalities of the submission, in the best interest of
obtaining best value for the City. Submitted proposals shall remain in effect for a (90) ninety
day period after due date, or until award is executed. Submittals shall include on the
envelope and cover sheet the RFP number and name.
XI. PROPOSERS COST TO DEVELOP SUBMITTAL:
Respondents to this RFP are responsible for all costs of submittal preparation, delivery
and any oral presentations required as part of the selection process. All materials
submitted in response to the RFP become property of the City of Denton and will be
returned only at the option of the City.
XIL MINIMUM RESPONSE:
Submittals that do not, at a minimum, contain the information as specified under Section I.2
Minimum Submission Requirements, Section H. Scope of Work and Services, Exhibit I
Pricing Sheet, and Attachment C, Budget and Compliance Questionnaire will be subject to
disqualification at the sole discretion of the City of Denton. If any Firm submitting a
Proposal is a corporation, it must be registered to conduct business in the State of Texas.
Proof of this registration must be included as past of the submittal.
XIM REJECTION OF SUBMITTAL:
ANY PROPOSAL SUBMITTED AFTER THE DUE DATE AND TV" SPECIFIED
WITHIN SECTION VIII, SHALL BE REJECTED. THE CITY SHALL REJECT
PROPOSALS SUBMITTED BY FIRMS THAT DO NOT MEET MINIMUM
QUALIFICATIONS.
The City of Denton reserves the right to reject any and all submittals received in response to
the RFP and to waive any minor technicalities or irregularities as determined to be in the
best interest of the City.
X1V. PROPRIETARY INFORMATION:
If a Proposer does not desire proprietary information in the Proposal to be disclosed, the
Proposer shall identify all proprietary information in the Proposal. This identification will
be accomplished by individually marking each page or line item detail with the words
"Proprietary Information". If the Proposer fails to identify proprietary information, the
Proposer agrees that by submission of its Proposal, that those sections shall be deemed
non-proprietary and made available upon public request. Proposers are advised that the
City, to the extent permitted by law, will protect the confidentiality of all Proposals.
Proposer shall consider the implications of the Texas Public Information Act, particularly
after the RFP process has ceased and the Contract has been awarded. While there are
provisions in the Texas Public Information Act to protect proprietary information, where
the Proposer can meet certain evidentiary standards, please be advised that a / . l
/�W
Respondent's Inifialsl.�
PAGE 31 OF RFP #4726
CITY OF DENTON
RFP FOR ANIMAL SERVICES
determination on whether those standards have been met will not be decided by the City
of Denton, but by the Office of the Attorney General of the State of Texas. In the event a
request for public information is made, the City will notify the Proposer, who may then
request an opinion from the Attorney General pursuant to 552.305, Texas Government
Code. The City will not make a request of the Attorney General.
XV. NON -ENDORSEMENT:
If a Proposal is accepted, the successful Proposer shall not issue any news releases or
other statements pertaining to the award or servicing of the agreement that state or imply
the City of Denton's endorsement of the successful Proposer's services.
XVI. UNAUTHORIZED COMMUNICATIONS:
After release of this solicitation, Proposer contact regarding this RFP with members of
the RFP evaluation, interview or selection panels, employees of the City or officials of
the City other than the Purchasing Manager, or authorized City of Denton purchasing
staff, or as otherwise indicated is prohibited and may result in disqualification from this
procurement process. No officer, employee, agent or representative of the Proposer shall
have any contact or discussion, verbal or written, with any members of the City Council,
members of the RFP evaluation, interview, or selection panels, City staff or City's
consultants, or directly or indirectly through others, seeking to influence any City Council
member, City staff, or City's consultants regarding any matters pertaining to this
solicitation, except as herein provided. If a representative of any Proposer violates the
foregoing prohibition by contacting any of the above listed parties with who contact is
not authorized, such contact may result in the Proposer being disqualified from the
procurement process. Any oral communications are considered unofficial and non-
binding with regard to this RFP.
XV EL ADDENDUMS
Proposers are required to submit signed addendum acknowledgement(s) with their
proposal. Proposers will be responsible for monitoring the City of Denton Purchasing
Website at: http://www.cityofdenton.com/index.aspx?page=397 to ensure they have
downloaded and signed all addendum(s) required for submission with their proposal.
XVHL CONTACT BETWEEN PROPOSER AND THE CITY OF DENTON
Respondents shall direct all inquiries and communications concerning this RFP to the
Point of Contact(s) listed below:
City of Denton Procurement Point of Contact:
Elton D. Brock
Purchasing Manager
901-B Texas Street
Denton, TX 76209
(940) 349-7100
Fax: (940) 349-7302
elton.brock n,citvofdenton.com
PAGE 32 OF RFP #4726 Respondent's Initials 1. �V
Contract # 4726
Standard Terms and Conditions
CITY OF DENTON
RFP FOR ANIMAL SERVICES
SECTION VI
City of Denton
Standard Purchase Terms and Conditions
These standard Terms and Conditions and the Terms and Conditions, Specifications, Drawings and other
requirements included in the City of Denton's solicitation are applicable to Contracts/Purchase Orders
issued by the City of Denton hereinafter referred to as the City or Buyer and the Seller herein after
referred to as the Bidder, Contractor or Supplier. Any deviations must be in writing and signed by a
representative of the City's Procurement Department and the Supplier. No Terms and Conditions
contained in the Sellers Proposal response, Invoice or Statement shall serve to modify the terms set forth
herein. If there is a conflict between the provisions on the face of the Contract/Purchase Order these
written provisions will take precedence.
By submitting an Offer in response to the Solicitation, the Contractor agrees that the Contract shall be
governed by the following terms and conditions, unless exceptions are duly noted and fully negotiated.
Unless otherwise specified in the Contract, Sections 3, 4, 5, 6, 7, 8, 20, 21, and 36 shall apply only to a
Solicitation to purchase Goods, and Sections 9, 10, 11 and 22 shall apply only to a Solicitation to
purchase Services to be performed principally at the City's premises or on public rights -of -way.
1. CONTRACTOR'S OBLIGATIONS. The Contractor shall fully and timely provide all deliverables
described in the Solicitation and in the Contractor's Offer in strict accordance with the terms, covenants,
and conditions of the Contract and all applicable Federal, State, and local laws, rules, and regulations.
2. EFFECTIVE DATE/TERM. Unless otherwise specified in the Solicitation, this Contract shall be
effective as of the date the contract is signed by the City, and shall continue in effect until all obligations
are performed in accordance with the Contract.
3. CONTRACTOR TO PACKAGE DELIVERABLES: The Contractor will package deliverables in
accordance with good commercial practice and shall include a packing list showing the description of
each item, the quantity and unit price unless otherwise provided in the Specifications or Supplemental
Terms and Conditions, each shipping container shall be clearly and permanently marked as follows: (a)
The Contractor's name and address, (b) the City's name, address and purchase order or purchase release
number and the price agreement number if applicable, (c) Container number and total number of
containers, e.g. box 1 of 4 boxes, and (d) the number of the container bearing the packing list. The
Contractor shall bear cost of packaging. Deliverables shall be suitably packed to secure lowest
transportation costs and to conform to all the requirements of common carriers and any applicable
specification. The City's count or weight shall be final and conclusive on shipments not accompanied by
packing lists.
4. SHIPMENT UNDER RESERVATION PROHIBITED: The Contractor is not authorized to ship the
deliverables under reservation and no tender of a bill of lading will operate as a tender of deliverables.
5. TITLE & RISK OF LOSS: Title to and risk of loss of the deliverables shall pass to the City only
when the City actually receives and accepts the deliverables.
6. DELIVERY TERMS AND TRANSPORTATION CHARGES: Deliverables shall be shipped
F.O.B. point of delivery unless otherwise specified in the Supplemental Terms and Conditions. Unless
otherwise stated in the Offer, the Contractor's price shall be deemed to include all delivery and
PAGE 37 OF RFP #4726 Respondent's InitialskV
CITY OF DENTON
RFP FOR ANIMAL SERVICES
transportation charges. The City shall have the right to designate what method of transportation shall be
used to ship the deliverables. The place of delivery shall be that set forth the purchase order.
7. RIGHT OF INSPECTION AND REJECTION: The City expressly reserves all rights under law,
including, but not limited to the Uniform Commercial Code, to inspect the deliverables at delivery before
accepting them, and to reject defective or non -conforming deliverables. If the City has the right to inspect
the Contractor's, or the Contractor's Subcontractor's, facilities, or the deliverables at the Contractor's, or
the Contractor's Subcontractor's, premises, the Contractor shall furnish, or cause to be furnished, without
additional charge, all reasonable facilities and assistance to the City to facilitate such inspection.
8. NO REPLACEMENT OF DEFECTIVE TENDER: Every tender or delivery of deliverables must
fully comply with all provisions of the Contract as to time of delivery, quality, and quantity. Any non-
complying tender shall constitute a breach and the Contractor shall not have the right to substitute a
conforming tender; provided, where the time for performance has not yet expired, the Contractor may
notify the City of the intention to cure and may then make a conforming tender within the time allotted in
the contract.
9. PLACE AND CONDITION OF WORK: The City shall provide the Contractor access to the sites
where the Contractor is to perform the services as required in order for the Contractor to perform the
services in a timely and efficient manner, in accordance with and subject to the applicable security laws,
rules, and regulations. The Contractor acknowledges that it has satisfied itself as to the nature of the
City's service requirements and specifications, the location and essential characteristics of the work sites,
the quality and quantity of materials, equipment, labor and facilities necessary to perform the services,
and any other condition or state of fact which could in any way affect performance of the Contractor's
obligations under the contract. The Contractor hereby releases and holds the City harmless from and
against any liability or claim for damages of any kind or nature if the actual site or service conditions
differ from expected conditions.
10. WORKFORCE
A. The Contractor shall employ only orderly and competent workers, skilled in the performance of the
services which they will perform under the Contract.
B. The Contractor, its employees, subcontractors, and subcontractor's employees may not while engaged
in participating or responding to a solicitation or while in the course and scope of delivering goods or
services under a City of Denton contract or on the City's property,
i. use or possess a firearm, including a concealed handgun that is licensed under state law, except
as required by the terms of the contract; or
ii. use or possess alcoholic or other intoxicating beverages, illegal drugs or controlled substances,
nor may such workers be intoxicated, or under the influence of alcohol or drugs, on the job.
C. If the City or the City's representative notifies the Contractor that any worker is incompetent,
disorderly or disobedient, has knowingly or repeatedly violated safety regulations, has possessed any
firearms, or has possessed or was under the influence of alcohol or drugs on the job, the Contractor shall
immediately remove such worker from Contract services, and may not employ such worker again on
Contract services without the City's prior written consent.
Immigration: The Contractor represents and warrants that it shall comply with the requirements of the
Immigration Reform and Control Act of 1986 and 1990 regarding employment verification and retention
of verification forms for any individuals hired on or after November 6, 1986, who will perform any labor
or services under the Contract and the Illegal Immigration Reform and Immigrant Responsibility Act of
1996 ("IERIPA) enacted on September 30, 1996.
11. COMPLIANCE WITH HEALTH, SAFETY, AND ENVIRONMENTAL REGULATIONS: The
Contractor, it's Subcontractors, and their respective employees, shall comply fully with all applicable
PAGE 38 OF RFP #4726 Respondent's Initials—h—NV
CITY OF DENTON
RFP FOR ANIMAL SERVICES
federal, state, and local health, safety, and environmental laws, ordinances, rules and regulations in the
performance of the sei vices, including but not limited to those promulgated by the City and by the
Occupational Safety and Health Administration (OSHA). In case of conflict, the most stringent safety
requirement shall govern. The Contractor shall indemnify and hold the City harmless from and against all
claims, demands, suits, actions, judgments, fines, penalties and liability of every kind arising from the
breach of the Contractor's obligations under this paragraph.
Environmental Protection: The Respondent shall be in compliance with all applicable standards, orders,
or regulations issued pursuant to the mandates of the Clean Air Act (42 U.S.C. §7401 et seq.) and the
Federal Water Pollution Control Act, as amended, (33 U.S.C..§ 1251 et seq.).
12. INVOICES:
A. The Contractor shall submit separate invoices in duplicate on each purchase order or purchase
release after each delivery. If partial shipments or deliveries are authorized by the City, a separate
invoice must be sent for each shipment or delivery made.
B. Proper Invoices must include a unique invoice number, the purchase order or delivery order
number and the master agreement number if applicable, the Department's Name, and the
name of the point of contact for the Department. Invoices shall be itemized and transportation
charges, if any, shall be listed separately. A copy of the bill of lading and the freight waybill, when
applicable, shall be attached to the invoice. The Contractor's name, remittance address and, if applicable,
the tax identification number on the invoice must exactly match the information in the Vendor's
registration with the City. Unless otherwise instructed in writing, the City may rely on the remittance
address specified on the Contractor's invoice.
C. Invoices for labor shall include a copy of all time -sheets with trade labor rate and deliverables order
number clearly identified. Invoices shall also include a tabulation of work -hours at the appropriate rates
and grouped by work order number. Time billed for labor shall be limited to hours actually worked at the
work site.
D. Unless otherwise expressly authorized in the Contract, the Contractor shall pass through all
Subcontract and other authorized expenses at actual cost without markup.
E. Federal excise taxes, State taxes, or City sales taxes must not be included in the invoiced amount.
The City will furnish a tax exemption certificate upon request.
13. PAYMENT:
A. All proper invoices need to be sent to Accounts Payable. Approved invoices will be paid within thirty
(30) calendar days of the City's receipt of the deliverables or of the invoice being received in Accounts
Payable, whichever is later.
B. If payment is not timely made, (per paragraph A); interest shall accrue on the unpaid balance at
the lesser of the rate specified in Texas Government Code Section 2251.025 or the maximum
lawful rate; except, if payment is not timely made for a reason for which the City may withhold
payment hereunder, interest shall not accrue until ten (10) calendar days after the grounds for
withholding payment have been resolved.
C. If partial shipments or deliveries are authorized by the City, the Contractor will be paid for the partial
shipment or delivery, as stated above, provided that the invoice matches the shipment or delivery.
D. The City may withhold or set off the entire payment or part of any payment otherwise due the
Contractor to such extent as may be necessary on account of:
i. delivery of defective or non -conforming deliverables by the Contractor;
ii. third party claims, which are not covered by the insurance which the Contractor is required to
provide, are filed or reasonable evidence indicating probable filing of such claims;
iii. failure of the Contractor to pay Subcontractors, or for labor, materials or equipment;
iv. damage to the property of the City or the City's agents, employees or contractors, which is not
covered by insurance required to be provided by the Contractor;
PAGE 39 OF RFP #4726 Respondent's Initialskk
CITY OF DENTON
RFP FOR ANIMAL SERVICES
v. reasonable evidence that the Contractor's obligations will not be completed within the time
specified in the Contract, and that the unpaid balance would not be adequate to cover actual or
liquidated damages for the anticipated delay;
vi� failure of the Contractor to submit proper invoices with purchase order number, with all
required attachments and supporting
documentation; or
vii. failure of the Contractor to comply with any material provision of the Contract Documents.
E. Notice is hereby given that any awarded firm who is in arrears to the City of Denton for delinquent
taxes, the City may offset indebtedness owed the City through payment withholding.
F. Payment will be made by check unless the parties mutually agree to payment by credit card or
electronic transfer of funds. The Contractor agrees that there shall be no additional charges, surcharges, or
penalties to the City for payments made by credit card or electronic funds transfer.
G. The awarding or continuation of this contract is dependent upon the availability of funding. The City's
payment obligations are payable only and solely from fiimds Appropriated and available for this contract.
The absence of Appropriated or other lawfully available funds shall render the Contract null and void to
the extent funds are not Appropriated or available and any deliverables delivered but unpaid shall be
returned to the Contractor. The City shall provide the Contractor written notice of the failure of the City
to make an adequate Appropriation for any fiscal year to pay the amounts due under the Contract, or the
reduction of any Appropriation to an amount insufficient to permit the City to pay its obligations under
the Contract. In the event of none or inadequate appropriation of funds, there will be no penalty nor
removal fees charged to the City.
14. TRAVEL EXPENSES: All travel, lodging and per diem expenses in connection with the Contract
shall be paid by the Contractor, unless otherwise stated in the contract terms.
15. FINAL PAYMENT AND CLOSE-OUT:
A. If a DBE/MBE/WBE Program Plan is agreed to and the Contractor has identified Subcontractors, the
Contractor is required to submit a Contract Close -Out MBE/WBE Compliance Report to the Purchasing
Manager no later than the 15th calendar day after completion of all work under the contract. Final
payment, retainage, or both may be withheld if the Contractor is not in compliance with the requirements
as accepted by the City.
B. The making and acceptance of final payment will constitute:
i. a waiver of all claims by the City against the Contractor, except claims (1) which have been
previously asserted in writing and not yet settled, (2) arising from defective work appearing after final
inspection, (3) arising from failure of the Contractor to comply with the Contract or the terms of any
warranty specified herein, (4) arising from the Contractor's continuing obligations under the Contract,
including but not limited to indemnity and warranty obligations, or (5) arising under the City's right to
audit; and ii. a waiver of all claims by the Contractor against the City other than those previously asserted
in writing and not yet settled.
16. SPECIAL TOOLS & TEST EQUIPMENT: If the price stated on the Offer includes the cost of any
special tooling or special test equipment fabricated or required by the Contractor for the purpose of filling
this order, such special tooling equipment and any process sheets related thereto shall become the
property of the City and shall be identified by the Contractor as such.
17. RIGHT TO AUDIT:
A. The City shall have the right to audit and make copies of the books, records and computations
pertaining to the Contract. The Contractor shall retain such books, records, documents and other evidence
pertaining to the Contract period and five years thereafter, except if an audit is in progress or audit
findings are yet unresolved, in which case records shall be kept until all audit tasks are completed and
resolved. These books, records, documents and other evidence shall be available, within ten (10) business
PAGE 40 OF RFP #4726 Respondent's Initials/""
CITY OF DENTON
RFP FOR ANIMAL SERVICES
days of written request. Further, the Contractor shall also require all Subcontractors, material suppliers,
and other payees to retain all books, records, documents and other evidence pertaining to the Contract,
and to allow the City similar access to those documents. All books and records will be made available
within a 50 mile radius of the City of Denton. The cost of the audit will be borne by the City unless the
audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable
cost of the audit, including any travel costs, must be borne by the Contractor which must be payable
within five (5) business days of receipt of an invoice.
B. Failure to comply with the provisions of this section shall be a material breach of the Contract and
shall constitute, in the City's sole discretion, grounds for termination thereof. Each of the terms "books",
"records", "documents" and "other evidence", as used above, shall be construed to include drafts and
electronic files, even if such drafts or electronic files are subsequently used to generate or prepare a final
printed document.
18. SUBCONTRACTORS:
A. If the Contractor identified Subcontractors in a DBE/M BE/WBE agreed to Plan, the Contractor shall
comply with all requirements approved by the City. The Contractor shall not initially employ any
Subcontractor except as provided in the Contractor's Plan. The Contractor shall not substitute any
Subcontractor identified in the Plan, unless the substitute has been accepted by the City in writing. No
acceptance by the City of any Subcontractor shall constitute a waiver of any rights or remedies of the City
with respect to defective deliverables provided by a Subcontractor. If a Plan has been approved, the
Contractor is additionally required to submit a monthly Subcontract Awards and Expenditures Report to
the Procurement Manager, no later than the tenth calendar day of each month.
B. Work performed for the Contractor by a Subcontractor shall be pursuant to a written contract between
the Contractor and Subcontractor. The terms of the subcontract may not conflict with the terms of the
Contract, and shall contain provisions that:
i. require that all deliverables to be provided by the Subcontractor be provided in strict
accordance with the provisions, specifications and terms of the Contract;
ii. prohibit the Subcontractor from further subcontracting any portion of the Contract without the
prior written consent of the City and the Contractor. The City may require, as a condition to such further
subcontracting, that the Subcontractor post a payment bond in form, substance and amount acceptable to
the City;
iii. require Subcontractors to submit all invoices and applications for payments, including any
claims for additional payments, damages or otherwise, to the Contractor in sufficient time to enable the
Contractor to include same with its invoice or application for payment to the City in accordance with the
terms of the Contract;
iv. require that all Subcontractors obtain and maintain, throughout the term of their contract,
insurance in the type and amounts specified for the Contractor, with the City being a named insured as its
interest shall appear; and
v. require that the Subcontractor indemnify and hold the City harmless to the same extent as the
Contractor is required to indemnify the City.
C. The Contractor shall be fully responsible to the City for all acts and omissions of the Subcontractors
just as the Contractor is responsible for the Contractor's own acts and omissions. Nothing in the Contract
shall create for the benefit of any such Subcontractor any contractual relationship between the City and
any such Subcontractor, nor shall it create any obligation on the part of the City to pay or to see to the
payment of any moneys due any such Subcontractor except as may otherwise be required by law.
D. The Contractor shall pay each Subcontractor its appropriate share of payments made to the Contractor
not later than ten (10) calendar days after receipt of payment from the City.
19. WARRANTY -PRICE:
A. The Contractor warrants the prices quoted in the Offer are no higher than the Contractor's current
prices on orders by others for like deliverables under similar terms of purchase.
e is Initials
PAGE 41 OF RFP #4726 Respond n i
CITY OF DENTON
RFP FOR ANIMAL SERVICES
B. The Contractor certifies that the prices in the Offer have been arrived at independently without
consultation, communication, or agreement for the purpose of restricting competition, as to any matter
relating to such fees with any other firm or with any competitor.
C. In addition to any other remedy available, the City may deduct from any amounts owed to the
Contractor, or otherwise recover, any amounts paid for items in excess of the Contractor's current prices
on orders by others for like deliverables under similar terms of purchase.
20. WARRANTY — TITLE: The Contractor warrants that it has good and indefeasible title to all
deliverables furnished under the Contract, and that the deliverables are free and clear of all liens, claims,
security interests and encumbrances. The Contractor shall indemnify and hold the City harmless from and
against all adverse title claims to the deliverables.
21. WARRANTY — DELIVERABLES: The Contractor warrants and represents that all deliverables
sold the City under the Contract shall be free from defects in design, workmanship or manufacture, and
conform in all material respects to the specifications, drawings, and descriptions in the Solicitation, to any
samples fuunished by the Contractor, to the terms, covenants and conditions of the Contract, and to all
applicable State, Federal or local laws, rules, and regulations, and industry codes and standards. Unless
otherwise stated in the Solicitation, the deliverables shall be new or recycled merchandise, and not used or
reconditioned.
A. Recycled deliverables shall be clearly identified as such.
B. The Contractor may not limit, exclude or disclaim the foregoing warranty or any warranty implied by
law; and any attempt to do so shall be without force or effect.
C. Unless otherwise specified in the Contract, the warranty period shall be at least one year from the date
of acceptance of the deliverables or from the date of acceptance of any replacement deliverables. If during
the warranty period, one or more of the above warranties are breached, the Contractor shall promptly
upon receipt of demand either repair the non -conforming deliverables, or replace the non -conforming
deliverables with fully conforming deliverables, at the City's option and at no additional cost to the City.
All costs incidental to such repair or replacement, including but not limited to, any packaging and
shipping costs shall be borne exclusively by the Contractor. The City shall endeavor to give the
Contractor written notice of the breach of warranty within thirty (30) calendar days of discovery of the
breach of warranty, but failure to give timely notice shall not impair the City's rights under this section.
D. If the Contractor is unable or unwilling to repair or replace defective or non -conforming deliverables
as required by the City, then in addition to any other available remedy, the City may reduce the quantity
of deliverables it may be required to purchase under the Contract from the Contractor, and purchase
conforming deliverables from other sources. In such event, the Contractor shall pay to the City upon
demand the increased cost, if any, incurred by the City to procure such deliverables from another source.
E. If the Contractor is not the manufacturer, and the deliverables are covered by a separate manufacturer's
warranty, the Contractor shall transfer and assign such manufacturer's warranty to the City. If for any
reason the manufacturer's warranty cannot be fully transferred to the City, the Contractor shall assist and
cooperate with the City to the fullest extent to enforce such manufacturer's warranty for the benefit of the
City.
22. WARRANTY — SERVICES: The Contractor warrants and represents that all services to be provided
the City under the Contract will be fully and timely performed in a good and workmanlike manner in
accordance with generally accepted industry standards and practices, the terms, conditions, and covenants
of the Contract, and all applicable Federal, State and local laws, rules or regulations.
A. The Contractor may not limit, exclude or disclaim the foregoing warranty or any warranty. implied by
law, and any attempt to do so shall be without force or effect.
B. Unless otherwise specified in the Contract, the warranty period shall be at least one year from the
Acceptance Date. If during the warranty period, one or more of the above warranties are breached, the
Contractor shall promptly upon receipt of demand perform the services again in accordance with above
PAGE 42 OF RFP.#4726 Respondent's InitiaisX, W
CITY OF DENTON
RFP FOR ANIMAL SERVICES
standard at no additional cost to the City. All costs incidental to such additional performance shall be
borne by the Contractor. The City shall endeavor to give the Contractor written notice of the breach of
warranty within thirty (30) calendar days of discovery of the breach warranty, but failure to give timely
notice shall not impair the City's rights under this section.
C. If the Contractor is unable or unwilling to perform its services in accordance with the above standard
as required by the City, then in addition to any other available remedy, the City may reduce the amount of
services it may be required to purchase under the Contract from the Contractor, and purchase conforming
services from other sources. In such event, the Contractor shall pay to the City upon demand the increased
cost, if any, incurred by the City to procure such services from another source.
23. ACCEPTANCE OF INCOMPLETE OR NON -CONFORMING DELIVERABLES: If, instead
of requiring immediate correction or removal and replacement of defective or non -conforming
deliverables, the City prefers to accept it, the City may do so. The Contractor shall pay all claims, costs,
losses and damages attributable to the City's evaluation of and determination to accept such defective or
non -conforming deliverables. If any such acceptance occurs prior to final payment, the City may deduct
such amounts as are necessary to compensate the City for the diminished value of the defective or non-
conforming deliverables. If the acceptance occurs after final payment, such amount will be refunded to
the City by the Contractor.
24. RIGHT TO ASSURANCE: Whenever one party to the Contract in good faith has reason to question
the other party's intent to perform, demand may be made to the other party for written assurance of the
intent to perform. In the event that no assurance is given within the time specified after demand is made,
the demanding party may treat this failure as an anticipatory repudiation of the Contract.
25. STOP WORK.NOTICE: The City may issue an immediate Stop Work Notice in the event the
Contractor is observed performing in a manner that is in violation of Federal, State, or local guidelines, or
in a manner that is determined by the City to be unsafe to either life or property. Upon notification, the
Contractor will cease all work until notified by the City that the violation or unsafe condition has been
corrected. The Contractor shall be liable for all costs incurred by the City as a result of the issuance of
such Stop Work Notice.
26. DEFAULT: The Contractor shall be in default under the Contract if the Contractor (a) fails to fully,
timely and faithfully perform any of its material obligations under the Contract, (b) fails to provide
adequate assurance of performance under Paragraph 24, (c) becomes insolvent or seeks relief under the
bankruptcy laws of the United States or (d) makes a material misrepresentation in Contractor's Offer, or
in any report or deliverable required to be submitted by the Contractor to the City.
27. TERMINATION FOR CAUSE: In the event of a default by the Contractor, the City shall have the
right to terminate the Contract for cause, by written notice effective ten (10) calendar days, unless
otherwise specified, after the date of such notice, unless the Contractor, within such ten (10) day period,
cures such default, or provides evidence sufficient to prove to the City's reasonable satisfaction that such
default does not, in fact, exist. In addition to any other remedy available under law or in equity, the City
shall be entitled to recover all actual damages, costs, losses and expenses, incurred by the City as a result
of the Contractor's default, including, without limitation, cost of cover, reasonable attorneys' fees, court
costs, and prejudgment and post judgment interest at the maximum lawful rate. Additionally, in the event
of a default by the Contractor, the City may remove the Contractor from the City's vendor list for three
(3) years and any Offer submitted by the Contractor may be disqualified for up to three (3) years. All
rights and remedies under the Contract are cumulative and are not exclusive of any other right or remedy
provided by law.
PAGE 43 OF RFP #4726 Respondent's Initials W
CITY OF DENTON
RFP FOR ANIMAL SERVICES
28. TERMINATION WITHOUT CAUSE: The City shall have the right to terminate the Contract, in
whole or in part, without cause any time upon thirty (30) calendar days' prior written notice. Upon receipt
of a notice of termination, the Contractor shall promptly cease all further work pursuant to the Contract,
with such exceptions, if any, specified in the notice of termination. The City shall pay the Contractor, to
the extent of funds Appropriated or otherwise legally available for such purposes, for all goods delivered
and services performed and obligations incurred prior to the date of termination in accordance with the
terms hereof.
29. FRAUD: Fraudulent statements by the Contractor on any Offer or in any report or deliverable
required to be submitted by the Contractor to the City shall be grounds for the termination of the Contract
for cause by the City and may result in legal action.
30. DELAYS:
A. The City may delay scheduled delivery or other due dates by written notice to the Contractor if the
City deems it is in its best interest. If such delay causes an increase in the cost of the work under the
Contract, the City and the Contractor shall negotiate an equitable adjustment for costs incurred by the
Contractor in the Contract price and execute an amendment to the Contract. The Contractor must assert its
right to an adjustment within thirty (30) calendar days from the date of receipt of the notice of delay.
Failure to agree on any adjusted price shall be handled under the Dispute Resolution process specified in
paragraph 49. However, nothing in this provision shall excuse the Contractor from delaying the delivery
as notified.
B. Neither party shall be liable for any default or delay in the performance of its obligations under this
Contract if, while and to the extent such default or delay is caused by acts of God, fire, riots, civil
commotion, labor disruptions, sabotage, sovereign conduct, or any other cause beyond the reasonable
control of such Party. In the event of default or delay in contract performance due to any of the foregoing
causes, then the time for completion of the services will be extended; provided, however, in such an
event, a conference will be held within three (3) business days to establish a mutually agreeable period of
time reasonably necessary to overcome the effect of such failure to perform.
31. INDEMNITY:
A. Definitions:
i. "Indemnified Claims" shall include any and all claims, demands, suits, causes of action,
judgments and liability of every character, type or description, including all reasonable costs and
expenses of litigation, mediation or other alternate dispute resolution mechanism, including
attorney and other professional fees for: (1) damage to or loss of the property of any person
(including, but not limited to the City, the Contractor, their respective agents, officers, employees
and subcontractors; the officers, agents, and employees of such subcontractors; and third parties);
and/or (2) death, bodily injury, illness, disease, worker's compensation, loss of services, or loss of
income or wages to any person (including but not limited to the agents, officers and employees of
the City, the Contractor, the Contractor's subcontractors, and third parties), ii. "Fault" shall
include the sale of defective or non -conforming deliverables, negligence, willful misconduct or a
breach of any legally imposed strict liability standard.
B. THE CONTRACTOR SHALL DEFEND (AT THE OPTION OF THE CITY), INDEMNIFY,
AND HOLD THE CITY, ITS SUCCESSORS, ASSIGNS, OFFICERS, EMPLOYEES AND
ELECTED OFFICIALS HARMLESS FROM AND AGAINST ALL INDEMNIFIED CLAIMS
DIRECTLY ARISING OUT OF, INCIDENT TO, CONCERNING OR RESULTING FROM THE
FAULT OF THE CONTRACTOR, OR THE CONTRACTOR'S AGENTS, EMPLOYEES OR
SUBCONTRACTORS, IN THE PERFORMANCE OF THE CONTRACTOR'S OBLIGATIONS
UNDER THE CONTRACT. NOTHING HEREIN SHALL BE DEEMED TO LIMIT THE
RIGHTS OF THE CITY OR THE CONTRACTOR (INCLUDING, BUT NOT LIMITED TO,
PAGE 44 OF RFP #4726 Respondent's Initials �
CITY OF DENTON
RFP FOR ANIMAL SERVICES
THE RIGHT TO SEEK CONTRIBUTION) AGAINST ANY THIRD PARTY WHO MAY BE
LIABLE FOR AN INDEMNIFIED CLAIM.
32. INSURANCE: The following insurance requirements are applicable, in addition to the specific
insurance requirements detailed in Attachment A. The successful firm shall procure and maintain
insurance of the types and in the minimum amounts acceptable to the City of Denton. The insurance shall be
written by a company licensed to do business in the State of Texas and satisfactory to the City of Denton,
A. General Requirements:
i. The Contractor shall at a minimum carry insurance in the types and amounts indicated and
agreed to, as submitted to the City and approved by the City within the procurement process, for
the duration of the Contract, including extension options and hold over periods, and during any
warranty period.
ii. The Contractor shall provide Certificates of Insurance with the coverage's and endorsements
required to the City as verification of coverage prior to contract execution and within fourteen
(14) calendar days after written request from the City. Failure to provide the required Certificate
of Insurance may subject the Offer to disqualification from consideration for award. The
Contractor must also forward a Certificate of Insurance to the City whenever a previously
identified policy period has expired, or an extension option or hold over period is exercised, as
verification of continuing coverage.
iii. The Contractor shall not commence work until the required insurance is obtained and until
such insurance has been reviewed by the City. Approval of insurance by the City shall not relieve
or decrease the liability of the Contractor hereunder and shall not be construed to be a limitation
of liability on the part of the Contractor.
iv. The Contractor must submit certificates of insurance to the City for all subcontractors prior to
the subcontractors commencing work on the project.
v. The Contractor's and all subcontractors' insurance coverage shall be written by companies
licensed to do business in the State of Texas at the time the policies are issued and shall be
written by companies with A.M. Best ratings of B+VII or better. The City will accept workers'
compensation coverage written by the Texas Workers' Compensation Insurance Fund.
vi. All endorsements naming the City as additional insured, waivers, and notices of cancellation
endorsements as well as the Certificate of Insurance shall contain the solicitation number and the
following information:
City of Denton
Materials Management Department
901B Texas Street
Denton, Texas 76209
vii. The "other" insurance clause shall not apply to the City where the City is an additional
insured shown on any policy. It is intended that policies required in the Contract, covering both
the City and the Contractor, shall be considered primary coverage as applicable.
viii. If insurance policies are not written for amounts agreed to with the City, the Contractor shall
carry Umbrella or Excess Liability Insurance for any differences in amounts specified. If Excess
Liability Insurance is provided, it shall follow the form of the primary coverage.
ix, The City shall be entitled, upon request, at an agreed upon location, and without expense, to
review certified copies of policies and endorsements thereto and may make any reasonable
requests for deletion or revision or modification of particular policy terms, conditions, limitations,
or exclusions except where policy provisions are established by law or regulations binding upon
either of the parties hereto or the underwriter on any such policies.
x. The City reserves the right to review the insurance requirements set forth during the effective
period of the Contract and to make reasonable adjustments to insurance coverage, limits, and
PAGE 45 OF RFP #4726 Respondent's Initials'Gi!/
CITY OF DENTON
RFP FOR ANIMAL SERVICES
exclusions when deemed necessary and prudent by the City based upon changes in statutory law,
court decisions, the claims history of the industry or financial condition of the insurance company
as well as the Contractor.
A The Contractor shall not cause any insurance to be canceled nor permit any insurance to lapse
during the term of the Contract or as required in the Contract.
xii. The Contractor shall be responsible for premiums, deductibles and self -insured retentions, if
any, stated in policies. All deductibles or self -insured retentions shall be disclosed on the
Certificate of Insurance.
xiii. The Contractor shall endeavor to provide the City thirty (30) calendar days' written notice of
erosion of the aggregate limits below occurrence limits for all applicable coverage's indicated
within the Contract.
xiv. The insurance coverage's specified in within the solicitation and requirements are required
minimums and are not intended to limit the responsibility or liability of the Contractor.
B. Specific Coverage Requirements: Specific insurance requirements are contained in the solicitation
instrument.
33. CLAIMS: If any claim, demand, suit, or other action is asserted against the Contractor which arises
under or concerns the Contract, or which could have a material adverse affect on the Contractor's ability
to perform thereunder, the Contractor shall give written notice thereof to the City within ten (10) calendar
days after receipt of notice by the Contractor. Such notice to the City shall state the date of notification of
any such claim, demand, suit, or other action; the names and addresses of the claimant(s); the basis
thereof; and the name of each person against whom such claim is being asserted. Such notice shall be
delivered personally or by mail and shall be sent to the City and to the Denton City Attorney. Personal
delivery to the City Attorney shall be to City Hall, 215 East McKinney Street, Denton, Texas 76201.
34. NOTICES: Unless otherwise specified, all notices, requests, or other communications required or
appropriate to be given under the Contract shall be in writing and shall be deemed delivered three (3)
business days after postmarked if sent by U.S. Postal Service Certified or Registered Mail, Return Receipt
Requested. Notices delivered by other means shall be deemed delivered upon receipt by the addressee.
Routine communications may be made by first class mail, telefax, or other commercially accepted means.
Notices to the Contractor shall be sent to the address specified in the Contractor's Offer, or at such other
address as a party may notify the other in writing. Notices to the City shall be addressed to the City at
901E Texas Street, Denton, Texas 76209 and marked to the attention of the Purchasing Manager.
35. RIGHTS TO BID, PROPOSAL AND CONTRACTUAL MATERIAL: All material submitted by
the Contractor to the City shall become property of the City upon receipt. Any portions of such material
claimed by the Contractor to be proprietary must be clearly marked as such. Determination of the public
nature of the material is subject to the Texas Public Information Act, Chapter 552, and Texas Government
Code.
36. NO WARRANTY BY CITY AGAINST INFRINGEMENTS: The Contractor represents and
warrants to the City that: (i) the Contractor shall provide the City good and indefeasible title to the
deliverables and (ii) the deliverables supplied by the Contractor in accordance with the specifications in
the Contract will not infringe, directly or contributorily, any patent, trademark, copyright, trade secret, or
any other intellectual property right of any kind of any third party; that no claims have been made by any
person or entity with respect to the ownership or operation of the deliverables and the Contractor does not
know of any valid basis for any such claims. The Contractor shall, at its sole expense, defend, indemnify,
and hold the City harmless from and against all liability, damages, and costs (including court costs and
reasonable fees of attorneys and other professionals) arising out of or resulting from: (i) any claim that the
City's exercise anywhere in the world of the rights associated with the City's' ownership, and if
applicable, license rights, and its use of the deliverables infringes the intellectual property rights of any
PAGE 46 OF RFP #4726 Respondent's Initials c'k
CITY OF DENTON
RFP FOR ANIMAL SERVICES
third parry; or (ii) the Contractor's breach of any of Contractor's representations of warranties stated in
this Contract. In the event of any such claim, the City shall have the right to monitor such claim or at its
option engage its own separate counsel to act as co -counsel on the City's behalf. Further, Contractor
agrees that the City's specifications regarding the deliverables shall in no way diminish Contractor's
warranties or obligations under this paragraph and the City makes no warranty that the production,
development, or delivery of such deliverables will not impact such warranties of Contractor.
37. CONFIDENTIALITY: In order to provide the deliverables to the City, Contractor may require
access to certain of the City's and/or its licensors' confidential information (including inventions,
employee information, trade secrets, confidential know-how, confidential business information, and other
information which the City or its licensors consider confidential) (collectively, "Confidential
Information"). Contractor acknowledges and agrees that the Confidential Information is the valuable
property of the City and/or its licensors and any unauthorized use, disclosure, dissemination, or other
release of the Confidential Information will substantially injure the City and/or its licensors. The
Contractor (including its employees, subcontractors, agents, or representatives) agrees that it will
maintain the Confidential Information in strict confidence and shall not disclose, disseminate, copy,
divulge, recreate, or otherwise use the Confidential Information without the prior written consent of the
City or in a manner not expressly permitted under this Agreement, unless the Confidential Information is
required to be disclosed by law or an order of any court or other governmental authority with proper
jurisdiction, provided the Contractor promptly notifies the City before disclosing such information so as
to permit the City reasonable time to seek an appropriate protective order. The Contractor agrees to use
protective measures no less stringent than the Contractor uses within its own business to protect its own
most valuable information, which protective measures shall under all circumstances be at least reasonable
measures to ensure the continued confidentiality of the Confidential Information.
38. OWNERSMP AND USE OF DELIVERABLES: The City shall own all rights, titles, and interests
throughout the world in and to the deliverables.
A. Patents. As to any patentable subject matter contained in the deliverables, the Contractor agrees to
disclose such patentable subject matter to the City. Further, if requested by the City, the Contractor agrees
to assign and, if necessary, cause each of its employees to assign the entire right, title, and interest to
specific inventions under such patentable subject matter to the City and to execute, acknowledge, and
deliver and, if necessary, cause each of its employees to execute, acknowledge, and deliver an assignment
of letters patent, in a form to be reasonably approved by the City, to the City upon request by the City.
B. Copyrights. As to any deliverables containing copyrightable subject matter, the Contractor agrees that
upon their creation, such deliverables shall be considered as work made -for -hire by the Contractor for the
City and the City shall own all copyrights in and to such deliverables, provided however, that nothing in
this Paragraph 38 shall negate the City's sole or joint ownership of any such deliverables arising by virtue
of the City's sole or joint authorship of such deliverables. Should by operation of law, such deliverables
not be considered works made -for -hire, the Contractor hereby assigns to the City (and agrees to cause
each of its employees providing services to the City hereunder to execute, acknowledge, and deliver an
assignment to the City of) all worldwide right, title, and interest in and to such deliverables. With respect
to such work made -for -hire, the Contractor agrees to execute, acknowledge, and deliver and cause each of
its employees providing services to the City hereunder to execute, acknowledge, and deliver a work -
made -for -hire agreement, in a form to be reasonably approved by the City, to the City upon delivery of
such deliverables to the City or at such other time as the City may request.
C. Additional Assignments. The Contractor further agrees to, and if applicable, cause each of its
employees to, execute, acknowledge, and deliver all applications, specifications, oaths, assignments, and
all other instruments which the City might reasonably deem necessary in order to apply for and obtain
copyright protection, mask work registration, trademark registration and/or protection, letters patent, or
any similar rights in any and all countries and in order to assign and convey to the City, its successors,
assigns and nominees, the sole and exclusive right, title, and interest in and to the deliverables. The
PAGE 47 OF RFP #4726 Respondent's Initialsbu
CITY OF DENTON
RFP FOR ANIMAL SERVICES
Contractor's obligations to execute, acknowledge, and deliver (or cause to be executed, acknowledged,
and delivered) instruments or papers such as those described in this Paragraph 38 a., b., and c. shall
continue after the termination of this Contract with respect to such deliverables. In the event the City
should not seek to obtain copyright protection, mask work registration or patent protection for any of the
deliverables, but should desire to keep the same secret, the Contractor agrees to treat the same as
Confidential Information under the terms of Paragraph 37 above.
39. PUBLICATIONS: All published material and written reports submitted under the Contract must be
originally developed material unless otherwise specifically provided in the Contract. When material not
originally developed is included in a report in any form, the source shall be identified.
40. ADVERTISING: The Contractor shall not advertise or publish, without the City's prior consent, the
fact that the City has entered into the Contract, except to the extent required by law.
41. NO CONTINGENT FEES: The Contractor warrants that no person or selling agency has been
employed or retained to solicit or secure the Contract upon any agreement or understanding for
commission, percentage, brokerage, or contingent fee, excepting bona fide employees of bona fide
established commercial or selling agencies maintained by the Contractor for the purpose of securing
business. For breach or violation of this warranty, the City shall have the right, in addition to any other
remedy available, to cancel the Contract without liability and to deduct from any amounts owed to the
Contractor, or otherwise recover, the full amount of such commission, percentage, brokerage or
contingent fee.
42. GRATUITIES: The City may, by written notice to the Contractor, cancel the Contract without
liability if it is determined by the City that gratuities were offered or given by the Contractor or any agent
or representative of the Contractor to any officer or employee of the City of Denton with a view toward
securing the Contract or securing favorable treatment with respect to the awarding or amending or the
making of any determinations with respect to the performing of such contract. In the event the Contract is
canceled by the City pursuant to this provision, the City shall be entitled, in addition to any other rights
and remedies, to recover or withhold the amount of the cost incurred by the Contractor in providing such
gratuities.
43. PROHIBITION AGAINST PERSONAL INTEREST IN CONTRACTS: No officer, employee,
independent consultant, or elected official of the City who is involved in the development, evaluation, or
decision -making process of the performance of any solicitation shall have a financial interest, direct or
indirect, in the Contract resulting from that solicitation. Any willful violation of this section shall
constitute impropriety in office, and any officer or employee guilty thereof shall be subject to disciplinary
action up to and including dismissal. Any violation of this provision, with the knowledge, expressed or
implied, of the Contractor shall render the Contract voidable by the City. The Contractor shall complete
and submit the City's Conflict of Interest Questionnaire (Attachment B).
44. INDEPENDENT CONTRACTOR: The Contract shallnot be construed as creating an
employer/employee relationship, a partnership, or a joint venture. The Contractor's services shall be those
of an independent contractor. The Contractor agrees and understands that the Contract does not grant any
rights or privileges established for employees of the City of Denton, Texas for the purposes of income tax,
withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City
employee benefit. The City shall not have supervision and control of the Contractor or any employee of the
Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to
the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his
designee under this agreement.
PAGE 48 OF RFP #4726 Respondent's Initials, 6k
CITY OF DENTON
RFP FOR ANIMAL SERVICES
45. ASSIGNMENT -DELEGATION: The Contract shall be binding upon and ensure to the benefit of
the City and the Contractor and their respective successors and assigns, provided however, that no right or
interest in the Contract shall be assigned and no obligation shall be delegated by the Contractor without
the prior written consent of the City. Any attempted assignment or delegation by the Contractor shall be
void unless made in conformity with this paragraph. The Contract is not intended to confer rights or
benefits on any person, firm or entity not a party hereto; it being the intention of the parties that there are
no third party beneficiaries to the Contract.
46. WAIVER: No claim or right arising out of a breach of the Contract can be discharged in whole or in
part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by
consideration and is in writing signed by the aggrieved party. No waiver by either the Contractor or the
City of any one or more events of default by the other party shall operate as, or be construed to be, a
permanent waiver of any rights or obligations under the Contract, or an express or implied acceptance of
any other existing or future default or defaults, whether of a similar or different character.
47. MODIFICATIONS: The Contract can be modified or amended only by a writing signed by both
parties. No pre-printed or similar terms on any the Contractor invoice, order or other document shall have
any force or effect to change the terms, covenants, and conditions of the Contract.
48. INTERPRETATION: The Contract is intended by the parties as a final, complete and exclusive
statement of the terms of their agreement. No course of prior dealing between the parties or course of
performance or usage of the trade shall be relevant to supplement or explain any term used in the
Contract. Although the Contract may have been substantially drafted by one party, it is the intent of the
parties that all provisions be construed in a manner to be fair to both parties, reading no provisions more
strictly against one party or the other. Whenever a term defined by the Uniform Commercial Code, as
enacted by the State of Texas, is used in the Contract, the UCC definition shall control, unless otherwise
defined in the Contract.
49. DISPUTE RESOLUTION:
A. If a dispute arises out of or relates to the Contract, or the breach thereof, the parties agree to negotiate
prior to prosecuting a suit for damages. However, this section does not prohibit the filing of a lawsuit to
toll the running of a statute of limitations or to seek injunctive relief. Either party may make a written
request for a meeting between representatives of each party within fourteen (14) calendar days after
receipt of the request or such later period as agreed by the parties. Each party shall include, at a minimum,
one (1) senior level individual with decision -making authority regarding the dispute. The purpose of this
and any subsequent meeting is to attempt in good faith to negotiate a resolution of the dispute. If, within
thirty (30) calendar days after such meeting, the patties have not succeeded in negotiating a resolution of
the dispute, they will proceed directly to mediation as described below. Negotiation may be waived by a
written agreement signed by both parties, in which event the parties may proceed directly to mediation as
described below.
B. If the efforts to resolve the dispute through negotiation fail, or the parties waive the negotiation
process, the parties may select, within thirty (30) calendar days, a mediator trained in mediation skills to
assist with resolution of the dispute. Should they choose this option; the City and the Contractor agree to
act in good faith in the selection of the mediator and to give consideration to qualified individuals
nominated to act as mediator. Nothing in the Contract prevents the parties from relying on the skills of a
person who is trained in the subject matter of the dispute or a contract interpretation expert. If the parties
fail to agree on a mediator within thirty (30) calendar days of initiation of the mediation process, the
mediator shall be selected by the Denton County Alternative Dispute Resolution Program (DCAP). The
parties agree to participate in mediation in good faith for up to thirty (30) calendar days from the date of
the first mediation session. The City and the Contractor will share the mediator's fees equally and the
PAGE 49 OF RFP #4726 Respondent's Initials(;�
CITY OF DENTON
RFP FOR ANIMAL SERVICES
parties will bear their own costs of participation such as fees for any consultants or attorneys they may
utilize to represent them or otherwise assist them in the mediation.
50. JURISDICTION AND VENUE: The Contract is made under and shall be governed by the laws of
the State of Texas, including, when applicable, the Uniform Commercial Code as adopted in Texas,
V.T.C.A., Bus. & Comm. Code, Chapter 1, excluding any rule or principle that would refer to and apply
the substantive law of another state or jurisdiction. All issues arising from this Contract shall be resolved
in the courts of Denton County, Texas and the parties agree to submit to the exclusive personal
jurisdiction of such courts. The foregoing, however, shall not be construed or interpreted to limit or
restrict the right or ability of the City to seek and secure injunctive relief from any competent authority as
contemplated herein.
51. INVALIDITY: The invalidity, illegality, or unenforceability of any provision of the Contract shall in
no way affect the validity or enforceability of any other portion or provision of the Contract. Any void
provision shall be deemed severed from the Contract and the balance of the Contract shall be construed
and enforced as if the Contract did not contain the particular portion or provision held to be void. The
parties further agree to reform the Contract to replace any stricken provision with a valid provision that
comes as close as possible to the intent of the stricken provision. The provisions of this section shall not
prevent this entire Contract from being void should a provision which is the essence of the Contract be
determined to be void.
52. HOLIDAYS: The following holidays are observed by the City:
New Year's Day (observed)
MLK Day
Memorial Day
4th of July
Labor Day
Thanksgiving Day
Day After Thanksgiving
Christmas Eve (observed)
Christmas Day (observed)
New Year's Da observed
If a Legal Holiday falls on Saturday, it will be observed on the preceding Friday. If a Legal Holiday falls
on Sunday, it will be observed on the following Monday. Normal hours of operation shall be between
8:00 am and 4:00 pm, Monday through Friday, excluding City of Denton Holidays. Any scheduled
deliveries or work performance not within the normal hours of operation must be approved by the City
Manager of Denton, Texas or his authorized designee.
53. SURVIVABILITY OF OBLIGATIONS: All provisions of the Contract that impose continuing
obligations on the parries, including but not limited to the warranty, indemnity, and confidentiality
obligations of the parties, shall survive the expiration or termination of the Contract.
54. NON -SUSPENSION OR DEBARMENT CERTIFICATION:
The City of Denton is prohibited from contracting with or making prime or sub -awards to parties that are
suspended or debarred or whose principals are suspended or debarred from Federal, State, or City of
Denton Contracts. By accepting a Contract with the City, the Vendor certifies that its firm and its
principals are not currently suspended or debarred from doing business with the Federal Government, as
indicated by the General Services Administration List of Parties Excluded from Federal Procurement and
Non -Procurement Programs, the State of Texas, or the City of Denton.
PAGE 50 OF RFP #4726 Respondent's Initials., ; `'�
CITY OF DENTON
RFP FOR ANIMAL SERVICES
55. EQUAL OPPORTUNITY
A. Equal Employment Opportunity: No Offeror, or Offeror's agent, shall engage in any discriminatory -
employment practice. No person shall, on the grounds of race, sex, age, disability, creed, color, genetic
testing, or national origin, be refused the benefits of, or be otherwise subjected to discrimination under any
activities resulting from this RFQ.
B. Americans with Disabilities Act (ADA) Compliance: No Offeror, or Offeror's agent, shall
engage in any discriminatory employment practice against individuals with disabilities as defined
in the ADA.
56. BUY AMERICAN ACT -SUPPLIES (Applicable to certain federally funded requirements)
The following federally funded requirements are applicable, in addition to the specific federally funded
requirements detailed in Attachment C.
A. Definitions. As used in this paragraph —
i. "Component" means an article, material, or supply incorporated directly into an end product.
ii. "Cost of components" means -
(1) For components purchased by the Contractor, the acquisition cost, including transportation costs to the
place of incorporation into the end product (whether or not such costs are paid to a domestic firm), and
any applicable duty (whether or not a duty-free entry certificate is issued); or
(2) For components manufactured by the Contractor, all costs associated with the manufacture of the
component, including transportation costs as described in paragraph (1) of this definition, plus allocable
overhead costs, but excluding profit. Cost of components does not include any costs associated with the
manufacture of the end product.
iii. "Domestic end product" means-
(1) An umnanufactured end product mined or produced in the United States; or
(2) An end product manufactured in the United States, if the cost of its components mined, produced, or
manufactured in the United States exceeds 50 percent of the cost of all its components. Components of
foreign origin of the same class or kind as those that the agency determines are not mined, produced, or
manufactured in sufficient and reasonably available commercial quantities of a satisfactory quality are
treated as domestic. Scrap generated, collected, and prepared for processing in the United States is
considered domestic.
iv. "End product" means those articles, materials, and supplies to be acquired under the contract for public
use.
v. "Foreign end product" means an end product other than a domestic end product.
vi. "United States" means the 50 States, the District of Columbia, and outlying areas.
B. The Buy American Act (41 U.S.C. 10a - 10d) provides a preference for domestic end products for
supplies acquired for use in the United States.
C. The City does not maintain a list of foreign articles that will be treated as domestic for this Contract;
but will consider for approval foreign articles as domestic for this product if the articles are on a list
approved by another Governmental Agency. The Offeror shall submit documentation with their Offer
demonstrating that the article is on an approved Governmental list.
D. The Contractor shall deliver only domestic end products except to the extent that it specified delivery
of foreign end products in the provision of the Solicitation entitled "Buy American Act Certificate".
57. RIGHT TO INFORMATION: The City of Denton reserves the right to use any and all information
presented in any response to this solicitation, whether amended or not, except as prohibited by law.
Selection of rejection of the submittal does not affect this right.
58. LICENSE FEES OR TAXES: Provided the solicitation requires an awarded contractor or supplier to be
licensed by the State of Texas, any and all fees and taxes are the responsibility of the respondent.
PAGE 51 OF RFP #4726 Respondent's Initials W
CITY OF DENTON
RFP FOR ANIMAL SERVICES
59. PREVAILING WAGE RATES: All respondents will be required to comply with Provision 5159a of
"Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage
rates and prohibiting discrimination in the employment practices.
htt-o://www.access.aDo.Rov/davisbacon/tx.html
60. COMPLIANCE WITH ALL STATE, FEDERAL, AND LOCAL LAWS: The contractor or
supplier shall comply with all State, Federal, and Local laws and requirements. The Respondent must
comply with all applicable laws at all times, including, without limitation, the following: (i) §36.02 of the
Texas Penal Code, which prohibits bribery; (ii) §36.09 of the Texas Penal Code, which prohibits the
offering or conferring of benefits to public servants. The Respondent shall give all notices and comply
with all laws and regulations applicable to furnishing and performance of the Contract.
61. FEDERAL, STATE, AND LOCAL REQUIREMENTS: Respondent shall demonstrate on -site
compliance with the Federal Tax Reform Act of 1986, Section 1706, amending Section 530 of the
Revenue Act of of 1978, dealing with issuance of Form W-2`s to common law employees. Respondent is
responsible for both federal and State unemployment insurance coverage and standard Worker's
Compensation insurance coverage. Respondent shall ensure compliance with all federal and State tax
laws and withholding requirements. The City of Denton shall not be liable to Respondent or its employees
for any Unemployment or Workers' Compensation coverage, or federal or State withholding
requirements. Contractor shall indemnify the City of Denton and shall pay all costs, penalties, or losses
resulting from Respondent's omission or breach of this Section.
62, DRUG FREE WORKPLACE: The contractor shall comply with the applicable provisions of the
Drug -Free Work Place Act of 1988 (Public Law 100-690, Title V, Subtitle D; 41 U.S.C. 701 ET SEQ.)
and maintain a drug -free work environment; and the final rule, government -wide requirements for drug -
free work place (grants), issued by the Office of Management and Budget and the Department of Defense
(32 CFR Part 280, Subpart F) to implement the provisions of the Drug -Free Work Place Act of 1998 is
incorporated by reference and the contractor shall comply with the relevant provisions thereof, including
any amendments to the final rule that may hereafter be issued.
63. RESPONDENT LIABILITY FOR DAMAGE TO GOVERNMENT PROPERTY: The
Respondent shall be liable for all damages to government -owned, leased, or occupied property and
equipment caused by the Respondent and its employees, agents, subcontractors, and suppliers, including
any delivery or cartage company, in connection with any performance pursuant to the Contract. The
Respondent shall notify the City of Denton Procurement Manager in writing of any such damage within
one (1) calendar day.
64. FORCE MAJEURE: The City of Denton, any Customer, and the Respondent shall not be
responsible for performance under the Contract should it be prevented from performance by an act of war,
order of legal authority, act of God, or other unavoidable cause not attributable to the fault or negligence
of the City of Denton. In the event of an occurrence under this Section, the Respondent will be excused
from any further performance or observance of the requirements so affected for as long as such
circumstances prevail and the Respondent continues to use commercially reasonable efforts to
recommence performance or observance whenever and to whatever extent possible without delay. The
Respondent shall immediately notify the City of Denton Procurement Manager by telephone (to be
confirmed in writing within five (5) calendar days of the inception of such occurrence) and describe at a
reasonable level of detail the circumstances causing the non-performance or delay in performance.
65. NON -WAIVER OF RIGHTS: Failure of a Party to require performance by another Party under the
Contract will not affect the right of such Party to require performance in the future. No delay, failure, or
waiver of either Party's exercise or partial exercise of any right or remedy under the Contract shall
PAGE 52 OF RF.P #4726 Respondent's InitialsplA
CITY OF DENTON
RFP FOR ANIMAL SERVICES
operate to limit, impair, preclude, cancel, waive or otherwise affect such right or remedy. A waiver by a
Party of any breach of any term of the Contract will not be construed as a waiver of any continuing or
succeeding breach.
66. NO WAIVER OF SOVEREIGN IMMUNITY: The Parties expressly agree that no provision of the
Contract is in any way intended to constitute a waiver by the City of Denton of any immunities from suit
or from liability that the City of Denton may have by operation of law.
67. RECORDS RETENTION: The Respondent shall retain all financial records, supporting documents,
statistical records, and any other records or books relating to the performances called for in the Contract.
The Respondent shall retain all such records for a period of four (4) years after the expiration of the
Contract, or until the CPA or State Auditor's Office is satisfied that all audit and litigation matters are
resolved, whichever period is longer. The Respondent shall grant access to all books, records and
documents pertinent to the Contract to the CPA, the State Auditor of Texas, and any federal governmental
entity that has authority to review records due to federal funds being spent under the Contract.
PAGE 53 OF RFP #4726 Respondent's Initials)f tt
Contract # 4726
Contractor Documentation
Purchasing Department
901-B Texas St.
Denton, TX 76209
(940) 349-7100
www.dentonpurchasing.com
ADDENDUM # 1
R F P # 4726
Request for Proposals for Animal Services for
the City of Denton
PROPOSALS DUE: OCTOBER 4, 2011
@ 2:00 PM
Submitted by:
Animal Hospital on Teasley Ln., PC
Company Name
Addendum # 1 to be returned with Proposal
The following are changes to the proposal specifications:
Section 1-2. Minimum Requirements -the second bulleted item replace with: Veterinarian
practice must be located within a 15 minute driving distance -see attached map.
Section II.1A1. Cat Package- the second bulleted item replace with:
Rabies Vaccination, FVCRPP and FELV (if too young -appointment to return for vaccination).
Section 11-1 C. Full Shot Package for Cat -replace with FVCRPP and FELV
Exhibit 1-Pricing Sheet- has been revised to provide clarification to Items 1, 2, 4 and 6-see
attached.
Answers to submitted questions:
1. What information is required under Section II-A.7-Financial Resources? A financial
statement or comparable document is desired.
2. Attachment C-Budget and Compliance Questionnaire- 11 and 12 are not applicable -just
list current business information.
3. Attachment C-Budget and Compliance Questionnaire-# Registered -please list the
number of employees by category such as DVM, RVT. Also, provide proof of licensing
such as a copy of licensing certificate or license #.
NO OTHER CHANGES AT THIS TIME.
This form shall be signed and returned with your bid
Name: Granville C. Wright, DVM
Signature: 04
/n
Company: Animal Hospital on Teasley LA., PC
Title: Owner/ Corp. Pres./ Veterinarian
Date:
CITY OF DENTON
RFP FOR ANIMAL SERVICES
Purchasing Department
901-B Texas St.
Denton, TX 76209
(940) 349-7100
www.dentonpurchasing.com
ADDENDUM # 2
RFP # 4726
Request for Proposals for Animal Services
for the City of Denton
PROPOSALS DUE: OCTOBER 4, 2011 @
2:00 PM
Submitted by:
Animal Hospital on Teasley Lane, PC
Company Name
E 5 OF RFP #4726 Res ondent's Initialsk�
PAGE P
CITY OF DENTON
RFP FOR ANIMAL SERVICES
RFP # 4726 — ADDENDUM #2 Addendum # 2 to be returned with Proposal
The following are changes to the proposal specifications:
Section II 1A: Dog Package -Delete Heartworm Testing (when applicable)
Section II 1A: Other Services -Delete Heartworm Treatment by weight
Delete Dental/Cleaning/Teeth Pulling
Section IIE: Insurance Requirements- General Liability Insurance Limit has been
changed to $500,000 and Professional Liability Insurance Limit has been changed to
$300,000.
Question submitted
On Exhibit 1, a quote is requested for the Full Dog package as specified in the Scope of
Service. Since larger dogs require larger doses of all medications than smaller dogs, how
do we quote this?
Answer:
Quote one set price for the full dog package regardless of weight. Weight is factored in only
for sterilization services which are priced separately.
NO OTHER CHANGES AT THIS TIME.
This form shall be signed and retumed with your bid.
Name: Granville C. Wright
Signature:
Company: Animal Hospital on Teasley Lane, PC
Title: Owner, Corporate President
Date:
PAGE 6 OF RFP #4726 Respondents Initials
CITY OF DENTON
RFP FOR ANIMAL SERVICES
ATTACHMENT A
INSURANCE REQUIREMENTS AND
WORKER'S COMPENSENTATION REQUIREMENTS
Respondent's attention is directed to the insurance requirements below. It is highly
recommended that respondents confer with their respective insurance carriers or brokers to
determine in advance of Proposal/Bid submission the availability of insurance certificates and
endorsements as prescribed and provided herein. If an apparent low respondent fails to comply
strictly with the insurance requirements, that respondent may be disqualified from award of the
contract. Upon contract award, all insurance requirements shall become contractual
obligations, which the successful contractor shall have a duty to maintain throughout the course
of this contract.
STANDARD PROVISIONS:
Without limiting any of the other obligations or liabilities of the Contractor, the
Contractor shall provide and maintain until the contracted work has been completed and
accepted by the City of Denton, Owner, the minimum insurance coverage as indicated
hereinafter.
As soon as practicable after notification of contract award, Contractor shall rile with the
Purchasing Department satisfactory certificates of insurance, containing the contract
number and title of the project. Contractor may, upon written request to the
Purchasing Department, ask for clarification of any insurance requirements at any time;
however, Contractors are strongly advised to make such requests prior to proposal/bid
opening, since the insurance requirements may not be modified or waived after
proposal/bid opening unless a written exception has been submitted with the
proposal/bid. Contractor shall not commence any work or deliver any material until he or
she receives notification that the contract has been accepted, approved, and signed by
the City of Denton.
All insurance policies proposed or obtained in satisfaction of these requirements shall
comply with the following general specifications, and shall be maintained in compliance
with these general specifications throughout the duration of the Contract, or longer, if so
noted. -
Each policy shall be issued by a company authorized to do business in the State of
Texas with an A.M. Best Company rating of at least A.
Any deductibles or self -insured retentions shall be declared in the proposal. If requested
by the City, the insurer shall reduce or eliminate such deductibles or self -insured
retentions with respect to the City, its officials, agents, employees and volunteers; or, the
contractor shall procure a bond guaranteeing payment of losses and related
investigations, claim administration and defense expenses.
Liability policies shall be endorsed to provide the following:
■ Name as additional insured the City of Denton, its Officials, Agents, Employees
and volunteers.
■ That such insurance is primary to any other insurance available to the additional !
PAGE 54 OF RFP #4726 Respondent's Initials2b Vt/
CITY OF DENTON
RFP FOR ANIMAL SERVICES
insured with respect to claims covered under the policy and that this insurance
applies separately to each insured against whom claim is made or suit is brought.
The inclusion of more than one insured shall not operate to increase the insurer's
limit of liability.
• Cancellation: City requires 30 day written notice should any of the policies
described on the certifcate be cancelled or materially changed before the
expiration date.
• Should any of the required insurance be provided under a claims made form, Contractor
shall maintain such coverage continuously throughout the term of this contract and,
without lapse, for a period of three years beyond the contract expiration, such that
occurrences arising during the contract term which give rise to claims made after
expiration of the contract shall be covered.
• Should any of the required insurance be provided under a form of coverage that includes
a general annual aggregate limit providing for claims investigation or legal defense costs
to be included in the general annual aggregate limit, the Contractor shall either double
the occurrence limits or obtain Owners and Contractors Protective Liability Insurance.
• Should any required insurance lapse during the contract term, requests for payments
originating after such lapse shall not be processed until the City receives satisfactory
evidence of reinstated coverage as required by this contract, effective as of the lapse
date. If insurance is not reinstated, City may, at its sole option, terminate this agreement
effective on the date of the lapse.
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS:
All insurance policies proposed or obtained in satisfaction of this Contract shall
additionally comply with the following marked specifications, and shall be maintained in
compliance with these additional specifications throughout the duration of the Contract,
or longer, if so noted;
[X] A. General Liability Insurance:
General Liability insurance with combined single limits of not less than $500,000
shall be provided and maintained by the Contractor. The policy shall be written on
an occurrence basis either in a single policy or in a combination of underlying and
umbrella or excess policies.
If the Commercial General Liability form (ISO Form CG 0001 current edition) is
used:
• Coverage A shall include premises, operations, products, and completed
operations, independent contractors, contractual liability covering this
contract and broad form property damage coverage.
• Coverage B shall include personal injury.
• Coverage C, medical payments, is not required.
If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition
PAGE 55 OF RFP #4726 Respondent's Initials W
CITY OF DENTON
RFP FOR ANIMAL SERVICES
and ISO Form GL 0404) is used, it shall include at least:
• Bodily injury and Property Damage Liability for premises, operations,
products and completed operations, independent contractors and property
damage resulting from explosion, collapse or underground (XCU) exposures.
Broad form contractual liability (preferably by endorsement) covering this
contract, personal injury liability and broad form property damage liability.
[X] Automobile Liability Insurance:
Contractor shall provide Commercial Automobile Liability insurance with Combined
Single Limits (CSL) of not less than $500,000 either in a single policy or in a combination
of basic and umbrella or excess policies. The policy will include bodily injury and
property damage liability arising out of the operation, maintenance and use of all
automobiles and mobile equipment used in conjunction with this contract.
Satisfaction of the above requirement shall be in the form of a policy
endorsement for:
• any auto, or
• all owned hired and non -owned autos.
[X] Workers Compensation Insurance
Contractor shall purchase and maintain Worker's Compensation insurance which, in
addition to meeting the minimum statutory requirements for issuance of such insurance,
has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each
employee, and a $500,000 policy limit for occupational disease. The City need not be
named as an "Additional Insured" but the insurer shall agree to waive all rights of
subrogation against the City, its officials, agents, employees and volunteers for any work
performed for the City by the Named Insured. For building or construction projects, the
Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096
of the Texas Labor Code and rule 28TAC 110.110 of the Texas Worker's Compensation
Commission (TWCC).
[ ] Owner's and Contractor's Protective Liability Insurance
The Contractor shall obtain, pay for and maintain at all times during the prosecution of
the work under this contract, an Owner's and Contractor's Protective Liability insurance
policy naming the City as insured for property damage and bodily injury which may arise
in the prosecution of the work or Contractor's operations under this contract. Coverage
shall be on an "occurrence" basis and the policy shall be issued by the same insurance
company that carries the Contractor's liability insurance. Policy limits will be at least
$600,000.00 combined bodily injury and property damage per occurrence with a
$1,000,000.00 aggregate.
[ ] Fire Damage Legal Liability Insurance
Coverage is required if Broad form General Liability is not provided or is unavailable to
the contractor or if a contractor leases or rents a portion of a City building. Limits of not
less than each occurrence are required.
PAGE 56 OF RFP #4726 Respondent's Initials,&4)
CITY OF DENTON
RFP FOR ANIMAL SERVICES
[X ] Professional Liability Insurance (Veterinary Malpractice Coverage)
Professional liability insurance with limits not less than $300,000.00 per claim with
respect to negligent acts, errors or omissions in connection with professional services is
required under this Agreement.
[ ] Builders' Risk Insurance
Builders' Risk Insurance, on an All -Risk form for'100% of the completed
value shall be provided. Such policy shall include as "Named Insured" the
City of Denton and all subcontractors as their interests may appear.
[I Commercial Crime
Provides coverage for the theft or disappearance of cash or checks, robbery
insideloutside the premises, burglary of the premises, and employee fidelity. The
employee fidelity portion of this coverage should be written on a "blanket" basis to cover
all employees, including new hires. This type insurance should be required if the
contractor has access to City funds. Limits of not less than $ each
occurrence are required.
0 Additional Insurance
Other insurance may be required on an individual basis for extra hazardous contracts
and specific service agreements. If such additional insurance is required for a specific
contract, that requirement will be described in the "Specific Conditions" of the contract
specifications.
PAGE!57 OF RFP #4726 Respondent's Initialski)
CITY OF DENTON
RFP FOR ANIMAL SERVICES
ATTACIL%IENT C
BUDGET AND COMPLIANCE QUESTIONNAIRE AND FORMS
1.Firm Name: Animal Hospital on Teasley Ln. PC
2.Address: 3517 Teasley Lane, Denton, TX 76210
3. Tax Payer 1D#: 26-2598053
4.Email Address of Primary contact: ganville—wright@yahoo.com
5. Website Address: http://wNviA,.animathospitalteasley.com
6. Telephone: 940/382-6939
7. Fax: 940/591-1495
8.Other Locations: None
9.Organization Class: Professional Corporation
10. Date Established: August 18, 2000
11. Former Business Name: NA
12. Date of Dissolution: NA
13. Subsidiary of: NA
14. Historically Underutilized Business: Yes or No
15. Principals and Officers:
Please detail responsibilities with the name of each principal or officer.
Granville C. Wright, DVM — President of the Corporation, Trustee for retirement plans, owner
of Animal Hospital on Teasley Lane and veterinarian.
Linda F. Wright — Secretary of the Corporation. Business duties include: payroll, tax
payments, retirement funds information manager.
PAGE 62 OF RFP #4726 Respondent's tnitials2co
CITY OF DENTON
RFP FOR ANIMAL SERVICES
16. Key Personnel and Responsibilities:
Granville C. Wright, DVM : Responsibilities are owner / operator of Animal Hospital on
Teasley Lane.
Cassie Epstein: Associate veterinarian, responsibilities are surgical / medical treatment of
animals presented to Animal Hospital on Teasley Lane.
Beatrix Saurenmann, CVA: Responsibilities are assisting in the care and treatment of animals
presented for veterinary work at Animal Hospital on Teasley Lane.
Sarah M. George, Office Manager. Employed at Animal Hospital on Teasley Lane for 8
years. Responsibilities: operation Animal Hospital on Teasley Lane on a daily basis,
interviewing new applicants, hiring suggestions, purchasing goods for clinic.
17. Number of Personnel by Discipline:
Discipline
Veterinarians
Vet tech (CVA)
Office manager
Business manager
Vet clinical
Number of Staff
2
1
18. Services Provided by Firm
7
# Registered
2 DVMs
1 CVA
Diagnostic and Therapeutic Services: Our hospital is equipped to provide diagnostic and therapeutic
services to care for your pets' complete healthcare needs. We have state of the art digital x-ray on site.
Surgical Services: Our state-of-the-art surgical suite provides for the performance of a wide variety of
surgical procedures.
Anesthesia: We utilize the safest available anesthetics to provide an extra margin of safety, especially for our
older or high -risk patients. Using the most modem equipment, the patient's vital signs are monitored during all
anesthetic procedures.
Internal medicine consults: We offer in -hospital referrals to an internal medicine specialist who performs
ultrasounds, endoscopic procedures and helps us with the diagnosis of more complicated cases.
Radiology Services: Our on -site, modern X-ray equipment provides high quality radiographs to aid in the
quick diagnosis of many disorders.
Electrocardiography Services: We provide ECG services on -site as well as consultations with cardiology
specialists.
Dentistry: Our denial services include teeth cleaning and polishing, dental X-rays, tooth extractions and
minor oral surgery.
PAGE 63 OF RFP #4726 Respondent's Initialsja(',
CITY OF DENTON
RFP FOR ANIMAL SERVICES
Laboratory: Our in-house laboratory facilities provide for serum chemistry, hematology, serology, urinalysis
and parasite testing. We also utilize commercial veterinary laboratories for specialized diagnostics and
consultations.
Pharmacy: We maintain a complete inventory of pharmaceuticals, vitamins, shampoos, flea and tick control
products and heartworm preventatives to meet the needs of your pet. We also carry a full line of prescription
diets.
individualized Flea Control Programs: We develop programs for the specific needs of your pet and your
own particular environmental situation. We will review with you the best ways to control fleas in your house,
in your yard and on your pet.
Dietary Counseling: We will provide guidance regarding your pet's nutritional needs for each life stage,
including dietary requirements for growth, weight maintenance and performance.
Emergency Care: Please call our main telephone number for instructions for after -hour emergencies..
19. Veterinary Malpractice Coverage
Amount: $4,000,000
20. Not Applicable -Work Type — Distribution by Proportion of Annual Average:
Work Type % by Fee % by No of Projects
21. Please indicate the total number of veterinary service contracts your Firm has undertaken
within the last five years?
None
22. Has your company filed or been named in any litigation involving your company and the
Owner on a contract within the last five years under your current company name or any
other company name? If so provide details of the issues and resolution if available_ Include
lawsuits where Owner was involved.
No.
23. Please provide at least (3) three references (preferably municipalities) and contract
amounts.
Animal Hospital on Teasley Lane has no contracts with municipality or private entity.
PAGE 64 OF RFP #4726 Respondent's InitialvP4
CITY OF DENTON
RFP FOR ANIMAL SERVICES
24. Please describe your volunteer work regarding animal services within the community
Dr. Wright is a board Member of the Advisory Board of Denton Animal Services. Dr.
Wright has provided inspection services of Denton Animal Control Facilities (at no charge)
for the last 8 years. Animal Hospital on Teasley Lane has conducted vaccination and micro
chipping services three times yearly for four years at the Denton Animal Services facility.
The proceeds from one vaccination clinic per year have been donated back to the medical
fund of Denton Animal Services. Animal Hospital on Teasley Lane has provided many low
cost or no cost treatments of sick and injured animals presented by Denton Animal Services
and has provided signed opinions of a number cases of animal cruelty including autopsy
results of starvation and heat related deaths. Dr. Wright is a member of Denton Rotary
Club.
25. Please provide the number of community service hours you have performed within the last
calendar year and describe the types of services performed
Approximately 40 hours which include medical services rendered at low or no cost to
animals in the care of Denton Animal Control Services and vaccination clinics held 3 times
yearly at the Denton Animal Control facilities.
26. Please provide any information that makes your practice different from other veterinary
practices.
I believe that all of my colleagues/veterinary practices in the Denton area practice good
and up to date medicine as Animal Hospital on Teasley Lane does. The main thing that
Animal Hospital on Teasley Lane does that, some others may not do, is the provision of
low cost medical and surgical services to many local rescue groups that other practices
ignore. Also Animal Hospital on Teasley Lane, many times, provides low cost medical
and surgical services to financially stressed individuals that have been referred by a
number of local human societies and rescue groups.
27. Have you ever defaulted on or failed to complete a contract under your current company
name or any other company name? If so, where and why? Give name and telephone
number of Owner.
No
28. Have you ever had a contract terminated by the Owner? If so, where and why? Give name
and telephone number (s) of Owner (s).
No
PAGE 65 OF RFP #4726 Respondent's Initialsge(
CITY OF DENTON
RFP FOR ANIMAL SERVICES
29. Has your company implemented an Employee Health and Safety Program compliant with
29 CFR 1910 "General Industry Standards" and/or 29 CFR 1926 "General Construction
Standards" as they apply to your Company's customary activities?
hgp://www.osha.goy/pls/oshaweb/owasreh.search form?p doc type=STANDARDS&p toc
_level=l&p keyyalue=1926
Animal Hospital on Teasley Ln., PC complies with all OSHA regulations that apply to
veterinary practices.
PAGE 66 OF RFP #4726 Respondent's Initials-,bW
CITY OF DENTON
RFP FOR ANIMAL SERVICES
ATTACHMENT G
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For vendor or other person doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B.1491, Spth Leg., Regular Session.
OFFICE USE ONLY
This questionnaire is being filed in accordance with chapter 176 of the Local Government Code by a person
Date.ik"ved
who .has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the
person meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local government entity not later
than the 7th business day after the date the person becomes aware of facts that require the statement to be filed.
See Section 176.006, Local Government Code.
A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An
offense under this section is a Class .0 misdemeanor..
1 Name of person who a business relationship with local governmental entity.Nune
'1 L,�,
,
, P, C ,
SDI
r-1 Check this box if you are filing an update to a previously filed questionnaire.
(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7'h business day after the
date the originally filed questionnaire becomes incomplete or inaccurate)
3 Name of local government officer with whom filer has ar rmployment or business relationship.
'Wfi01k�e
01, JcLc �ry sots
Name of Officer
>i) in(4 L &Y vi c—&,6
This section, (item 3 Including subparts A, B, C & D), must be completed for each officer with whom the filer has an employment or other business
relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIO as necessary.
A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the
filer of the questionnaire?
0 Yes ® No
B. Is the tiler of the questionnaire receiving or likely to receive taxable income, other than investment income, from ar at the direction of the
local government officer named in this section AND the taxable income is not received from the local governmental entity?
0 Yes FONo
C. is the filer of this questionnaite:employed by a corporation or other business entity with respect to which the local government officer
serves as an officer or director, or holds an ownership of 10 percent or more?
0 Yes 5K] No
D. Describe each affiliation or business relationship.
Iz
Signature of person doing business with the gov menta(entity Date
AdoWpd o6MaR
PAGE 70 OF RFP #4726 Respondent's Initials eLf )
CITY OF DENTON
RFP FOR ANIMAL SERVICES
4. ATTACBMENT K
ACKNOWLEDGEMENT
THE STATE OF TEXAS
COUNTY OF DENTON
The undersigned agrees this RFP becomes the property of the City of Denton after the official opening
The undersigned affirms he has familiarized himself with the local conditions under which the work is to be performed;
satisfied himself of the conditions of delivery, handling and storage of equipment and all other matters that may be incidental
to the work, before submitting a proposal.
The undersigned agrees, if this proposal is accepted, to furnish any and all items/services upon which prices are offered, at
the price(s) and upon the terms and conditions contained in the Specifications. The period for acceptance of this Proposal
will be ninety (90) calendar days unless a different period is noted.
The undersigned affirms that they are duly authorized to execute this contract, that this RFP has not been prepared in
collusion with any other Bidder, nor any employee of the City of Denton, and that the contents of this RFP have not been
communicated to any other proposer or to any employee of the City of Denton prior to the official opening of this bid.
Respondent hereby assigns to the City any and all claims for overcharges associated with this contract which arise under the
antitrust laws of the United States, 15 USCA Section 1 et sea., and which arise under the antitrust laws of the State of Texas,
Tex. Bus. & Com. Code, Section 15.01, et sea.
The undersigned affirms that they have read and do understand the specifications and any attachments contained in this RFP
package.
The undersigned agrees that the RFP posted on the website are the official specifications and shall not alter the electronic
copy of the specifications and/or pricing sheet (Exhibit 1), without clearly identifying changes.
The undersigned understands they will be responsible for monitoring the City of Denton Purchasing Website at:
http://www.cityofdenton.com/index.aspx?page7--397 to ensure they have downloaded and signed all addendum(s) required for
submission with their proposal.
Should a conflict arise between the PO, supplier terms, or contract; the terms and conditions set forth in this RFP shall
prevail.
I certify that I have made no willful misrepresentations in this Proposal Submission, nor have I withheld information in my
statements and answers to questions. I am aware that the information given by me in this proposal will be investigated, with
my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected.
NAME AND ADDRESS OF COMPANY:
Animal Hospital on Teasley Ln., PC
3517 Teasley Lane
Denton, TX 76210
Tel. No. 940/382-6939
Email. granville wnghtdvm@yahoo.com
AUTHORIZED REPRESENT TIVE:
Signature
Date /Z, 1 Lf
Name u le C, lcl, 147,
//' ✓it'1
Title
Fax No, 940/591-1495
PAGE 73 OF RFP #4726 Respondent's Initials A w
CERTIFICATE OF INSURANCE
This is to Certify, that a policy in the name of
NAMED INSURED and ADDRESS /
�hTHIS CERTIFICATE OF INSURANCE NEITHER
ANIMAL HOSPITAL ON TEASLEY LANE/
`\Ir AFFIRMATIVELY NOR NEGATIVELY AMENDS,
3517 TEASLEY LANE �� EXTENDE5 OR ALTERS THE COVERAGE
DENTON TX 76210=0000 L AFF6RDED BY THE POLICY DESCRIBED
HEREIN.
lc in fnrne at tha date hereof as follows:
TYPE OF
POLICY
POLICY
INSURANCE
NUMBER
PERIOD
LIMITS
AUTOMOBILE LIABILIT
Scheduled. Automobiles
EFFECTIVE
Bodily Injury
$
$
Each person
Each accident
12/ 44/2011
Hired Automobiles /
WBTX5343
12:00:00 AM
to
Property Damage
$
Each accident
Non -Owned Automobiles
EXPIRATION
Combined Single Limit
$
500.;0Q0
Each accident
12/1412012
12:00:00 AM
Description of operations/locatlons/vehicles/exclusions added by endorsements/special provisions. /
CERTIFICATE HOLDER IS SHOWN AS AN ADDITIONAL INSURED AS THEIR INTEREST MAY APPEAR&,"
In the event of any material change in, or cancellation of, this policy, the undersigned company will endeavor to give
written notice to the party to whom this certificate is issued, but failure to give such notice shall impose neither
obligation nor liability upon the company.
Worth Casualty Company y
WorX 6,/th 6101-006
AUTHORIZED REPRESENTATIVE
CERTIFICATE ISSUED TA:
CITY OF DENTON
ATTN: ELTON BROCK OR JULIA KLINCK
300 S WOODROW LN
DENTON, TX 76205
A AI IKfiWn CPTYR
ACORDTM CERTIFICATE OF LIABILITY INSURANCE
DATE (MMIDDIYYYY)
1 12/14/2011
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
AVMA PUT Business Insurance
Hub International Midwest Limited
55 East Jackson Boulevard, Ste 14B
Chicago, IL 60604
CONTACT
NAME:
PHONE E312 922-5000 ICC, No : 312 922-5358
H0 No, xt
E-MAIL
ADDRESS:
INSURER(S) AFFORDING COVERAGE
NAIC#
INSURERA: Travelers Property Casualty
36161
INSURED ✓
Animal Hospital Teasley Lane, PC
L,
3517 Teasley Lane �lp
^`A
Denton, TX 76210 �I'
INSURER B : Twin City Fire Insurance Co.
29459
INSURER C
INSURER D
INSURER E :
INSURER F :
RFVISIOM NIIMRFR:
VVYLI-LJ
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FORTHE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR 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
A
TYPE OF I RANCE
GENERALLIABILI
X COMMERCIAL GENERAL LIABILITY
/
CLAIMS -MADE a OCCURe
NSR
X
SUB
POLICY NUMBER
PACP0467R570
MM/DDYIYYYY
6/26/2011
MMlDIDY/YYYY
06/2612012
LIMITS
EACHOCCURRENCE
$2,000,000
DAMAGE T RENTED
PREMISES Ea occurrence
$300,000
MED EXP (Any oneperson)
$ 5,000
PERSONAL & ADV INJURY
$2,000,000
GENERAL AGGREGATE
$4,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG
$4,000,000
Ea accidentED SINGLE LIMIT
$
POLICY1:1 JECT LOC
AUTOMOBILE LIABILITY
BODILY INJURY (Per person)
$
ANY AUTO
ALL OWNED SCHEDULED
AUTOS AUTOS NON -OWNED
HIRED AUTOS AUTOS
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
Per accident
$
UMBRELLA LIAB
OCCUR
EACH OCCURRENCE
$
AGGREGATE
$
EXCESS LIAB
CLAIMS -MADE
DED RETENTION $
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE Y I N
OFFICER/MEMBER EXCLUDED? FN—]
(Mandatory In NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
X WC- OTH-
STATUPp
$
B
N / A
83WBGPA8255
6/1012011
06/10/201
E.L. EACH ACCIDENT
$500,000
E.L. DISEASE - EA EMPLOYEE
$500 000
E.L. DISEASE - POLICY LIMIT
$500,000
DESCRIPTION OF OPERATIONS / LOCATIONS I V ICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required)
RE: RFP4726 -Animal Sevic—
City of De ton, its Officials, Agents, Employees and Volu eers are listed as Additional Insured as their
interests may appear with respects to general liabilit . _
(See Attached Descriptions)
fC HULU
City of Denton✓
Materials Management Division
901-B Texas Street
Denton, TX 76209
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
V lyoo-Lu IU �Wn_ v ". vv-., .+... �... ,.y..-.. .
ACORD 25 (2010105) 1 of 2 The ACORD name and logo are registered marks of ACORD
#S498614/M498613 LXT
Loc# 1 - 3517 TEASLEY LANE; Denton, TX
Subject to policy terms, conditions, and exclusions.
SAGITTA 25.3 (2010105) 2 of 2
#S498614/M498613
Fm:Hub International Midwest Limited To:AVMA PLIT (19403497302) 12:53 12/14111 GMT-05 Pg 02-02
COi'•iLJMI
DATE (MMiDO/YY)
..:.,. 13 2011
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
AVMA Professional Liability
Insurance Trust
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW,
c/o Hub International Midwest
55 East Jackson Boulevard
COMPANIES AFFORDING COVERAGE
} COMPANY ----
-Chicago, _IL 60604-4187.
A Zurich ,American Insurance Co.
INSURED
Granville C . Wright { D`IM
c/o Animal Hospital on TeaslY
3517 TeasleyLane
'; COMPANY
B
�� i COMPANY
C
Denton, TES 76210
����i COMPANY
D
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.
CO i TYPE OF INSURANCE I POLICY NUMBER
LTA
POLICY EFFECTIVE `POUCY EXPIRATION
DATE (MMIDO/YYJ I DATE (MMIDD/YYI LIMITS
A
1 GENERAL LIABILITY I
COMMERCIAL GENERAL LIABILIT'
} yM1•+_ I CLAIMS MADE �� OCCUR
OWNER'S & CONTRACTOR'S OT I
I X I Prof . Liab i 088126✓
—?;!Prof.
I
!
I
ZiPL I 1/01/11
� 1 01/12,i"FIRE
'
GENERAL AGGREGATE mm=$ 3 `O O O, 0 0 0
PRODUCTS COMP.,'OP AGG
`PERSONAL
_& ADV INJURY
�E�^CH OCCURRENCE 1 9d , O O O O O O
DAMAGE !AnYone fitol ) $
MED EXP (Any one pnrsonl I S
AUTOMOBILABILITY
t ^
I.,._...�
E LIANY AUTO i
ALL OWNED AUTOS
SCHEDULED AUTOS f
HIRED AUTOS
!
I
i
i
'
COMBINED SINGLE LIMIT S
I BODILY INJURY
(Per person) $
..—�.-.._..
!
NON -OWNED AUTOS
�
I
BO�'--•-
DILY INJURY i $
• IPer eccidencl
PROPERTY DAMAGE I $
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
ANY AUTO
7I!
; !
fI' -S-�--�---^-
OTHER THAN AUTO ONLY;
EACH ACCIDENT $ ^�
AGGREGATE �$
I
iEXCESS
LIABILITY
UMBRELLA FORM
' OTHER THAN UMBRELLA FORM
I
I
I
EACH OCCURRENCE 19
AGGREGATE
!
I
i
!
iOR
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
i
THE PROPRIETOR/ INCL !`
PARTNERSIEXECUTIVE --
OFFICERS ARE: I ' EXC° '
I !
i
-
1
I
I
WC STf
ATU- OTH-�.::
' TAR J.11ALL.S>�t.,�p s' • ' ' '" -^---^---
EEL EACH ACCIDENT
---m,_-_I —.,••�
kL DISEASE; POLICYLIMIT $
EL DISEASE - EA EMPLOYEE F $
I
OTHER
I
I
I!
! I
i (
!
!
I
DESCRIPTION OF OPERATIONSiLOCATIONS!VEHICLES/SPECIAL ITEMS
Subject to policy terms and conditions A�7MA
Professional Liability Insurance
Trust Master Policy #EOL 5241302- 06
::.} ::....
O ....:.:. ::::,...
�.. �A:f� tits tik� . : ............. ......
y f Dent
.:........... }
.
SHOULD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLEOF BEFORE THE
EXPIRATIOO DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
ffAYS WflITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
bxm
OF ANY RIND UPON THE COMP ITS ENTS OR DEPRESFNJATIVES,
AUTHOR! REP E
,
r�n........................:......
::::_ ,, ......
1. . v: �y
..::: :: .}�r<: _ ��- :�y�>�.>'.; ;ADO#�L�'•G�tpt11�ATK3N-19�tf<�s:
Fm:Hub International Midwest Limited To:Attn: Elton Brock (19403497302) 10:11 12113111GMT-05 Pg 01-02
Sincerely,
Brian Migdow
Program Representative
HUB International Midwest Limited
PO Box 1629
Chicago, IL 60690
Phone: 800-228-7548, Option 2
Fax: 888-754-8329
Please consider the eirnironment before printinw this a -mail.
Follow HUB on Twitter
Connect to HUB Facebook
Confidentiality Notice: This electronic message, together with its attachments, if any, is intended to be viewed only by the individual to whom it is addressed. It
may contain information that is privileged, confidential, protected health information and/or exempt from disclosure under applicable law. Any dissemination,
distribution or copying of this communication is strictly prohibited without our prior permission. If the reader of this message is not the attended recipient or if you
have received this communication in error, please notify us immediatelyby return e-mail and delete the original message and any copies of it from your computer
system.