HomeMy WebLinkAboutContract 59604City Secretary Contract No. 59604
FORTWORTH.
""I,
NON-EXCLUSIVE SERVICES AGREEMENT
This NON-EXCLUSIVE SERVICES AGREEMENT ("Agreement") is made and entered into
by and between the CITY OF FORT WORTH ("City"), a Texas home rule municipal corporation, acting
by and through its duly authorized Assistant City Manager, an RSVP SERVICES LLC ("Vendor or
Contractor"), a Texas corporation and acting by and through its duly authorized representative,
each individually referred to as a "party" and collectively referred to as the "parties."
WHEREAS, through RFP No. 23-0029, the City solicited proposals to award non-exclusive
services agreements to multiple Vendors for temporary veterinarian services for the City of Fort Worth
Animal Control, on an as needed basis, with an aggregate amount of up to $ 250,000 per year for
contracts awarded to the successful bidders;
WHEREAS, Vendor was one of the successful bidders awarded a contract to provide temporary
veterinarian services for the City of Fort Worth Animal Control, on an as needed basis; and
WHEREAS, City and Vendor wish to set out terms of Vendor's non-exclusive agreement for
temporary veterinarian services for the City of Fort Worth Animal Control, on an as needed basis.
NOW, THEREFORE, the parties, acting herein by the through their duly authorized
representatives, enter into the following agreement:
AGREEMENT DOCUMENTS:
The Agreement documents shall include the following:
1. This Non -Exclusive Vendor Services Agreement;
2. Exhibit A — Scope of Services;
3. Exhibit B — Price Schedule;
4. Exhibit C — City's RFP No. 23-0029
5. Exhibit D — Vendor's Bid Response to City's RFP No. 23-0029; and
6. Exhibit E — Verification of Signature Authority Form.
Exhibits A, B, C, D, and E, which are attached hereto and incorporated herein, are made a part of this
Agreement for all purposes. In the event of any conflict between the terms and conditions of Exhibits A, B,
C, or D and the terms and conditions set forth in the body of this Agreement, the terms and conditions of
this Agreement shall control.
Scope of Services.
1.1 Vendor agrees to provide to the City temporary veterinarian services for the City
of Fort Worth Animal Control, on an as needed basis ("Services"), which are set forth in more
detail in Exhibit "A," attached hereto and incorporated herein for all purposes.
Non- Exclusive Vendor Services Agreement
RFP No. 23-0029 — RSVP SERVICES LLC
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX Page 1 of 25
1.2 Vendor understands and agrees that the City will award non-exclusive services
agreements to multiple bidders for temporary veterinarian services for the City of Fort Worth
Animal Control, on an as needed basis, as outlined in City of Fort Worth Request for Proposal (RFP
No.23-0029), which is attached hereto as Exhibit C, and incorporated herein for all purposes.
Vendor further understands that the aggregate amount of all contracts awarded to multiple Vendors
under RFP No. 23-0029 shall be an amount not to exceed $ 250,000.00 per year, and the City
makes no promise or guarantee of the total amount of work that will be assigned to Vendor under
this Agreement. Vendor's Response to City of Fort Worth RFP No. 23-0029 ("Vendor's
Response") is attached hereto as Exhibit D, and incorporate herein for all purposes.
2. Term. This Agreement begins on the date the Assistant City Manager signs this
Agreement ("Effective Date") and expires one year from the Effective Date ("Expiration Date"),
unless terminated earlier in accordance with this Agreement ("Initial Term"). City will have the
option, in its sole discretion, to renew this Agreement under the same terms and conditions, for up
to four (4) one-year renewal option(s) (each a "Renewal Term").
3. Compensation.
3.1 City will pay Vendor in accordance with the provisions of this Agreement,
including Exhibit °B," which is attached hereto and incorporated herein for all purposes. Total
annual compensation under this Agreement will not exceed Two Hundred and Fifty
Thousand Dollars and No Cents ($250,000.00). Vendor will not perform any additional services
or bill for expenses incurred for City not specified by this Agreement unless City requests and
approves in writing the additional costs for such services. City will not be liable for any additional
expenses of Vendor not specified by this Agreement unless City first approves such expenses in
writing. Vendor understands and agrees that the aggregate amount of all contracts awarded to
multiple Vendors under RFP No. 23-0029 shall be an amount not to exceed $ 250,00.00 per year,
and the City makes no promise or guarantee of the total amount of work that will be assigned to
Vendor under this Agreement.
Termination.
4.1. Written Notice. City or Vendor may terminate this Agreement at any time and for
any reason by providing the other party with 30 days' written notice of termination.
4.2 Non -appropriation of Funds. In the event no funds or insufficient funds are
appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor
of such occurrence and this Agreement will terminate on the last day of the fiscal period for which
appropriations were received without penalty or expense to City of any kind whatsoever, except as
to the portions of the payments herein agreed upon for which funds have been appropriated.
4.3 Duties and Obligations of the Parties. In the event that this Agreement is
terminated prior to the Expiration Date, City will pay Vendor for services actually rendered up to
the effective date of termination and Vendor will continue to provide City with services requested
by City and in accordance with this Agreement up to the effective date of termination. Upon
termination of this Agreement for any reason, Vendor will provide City with copies of all
completed or partially completed documents prepared under this Agreement. In the event Vendor
has received access to City Information or data as a requirement to perform services hereunder,
Vendor will return all City provided data to City in a machine readable format or other format
deemed acceptable to City.
Non- Exclusive Vendor Services Agreement Page 2 of 25
RFP No. 23-0029 — RSVP SERVICES LLC
5. Disclosure of Conflicts and Confidential Information.
5.1 Disclosure of Conflicts. Vendor hereby warrants to City that Vendor has made full
disclosure in writing of any existing or potential conflicts of interest related to Vendor's services
under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this
Agreement, Vendor hereby agrees immediately to make full disclosure to City in writing.
5.2 Confidential Information. Vendor, for itself and its officers, agents and employees,
agrees that it will treat all information provided to it by City ("City Information") as confidential
and will not disclose any such information to a third party without the prior written approval of
City.
5.3 Public Information Act. City is a government entity under the laws of the State of
Texas and all documents held or maintained by City are subj ect to disclosure under the Texas Public
Information Act. In the event there is a request for information marked Confidential or Proprietary,
City will promptly notify Vendor. It will be the responsibility of Vendor to submit reasons objecting
to disclosure. A determination on whether such reasons are sufficient will not be decided by City,
but by the Office of the Attorney General of the State of Texas or by a court of competent
jurisdiction.
5.4 Unauthorized Access. Vendor must store and maintain City Information in a secure
manner and will not allow unauthorized users to access, modify, delete or otherwise corrupt City
Information in any way. Vendor must notify City immediately if the security or integrity of any
City Information has been compromised or is believed to have been compromised, in which event,
Vendor will, in good faith, use all commercially reasonable efforts to cooperate with City in
identifying what information has been accessed by unauthorized means and will fully cooperate
with City to protect such City Information from further unauthorized disclosure.
6. Right to Audit. Vendor agrees that City will, until the expiration of three (3) years after
final payment under this Agreement, or the final conclusion of any audit commenced during the said three
years, have access to and the right to examine at reasonable times any directly pertinent books, documents,
papers and records, including, but not limited to, all electronic records, of Vendor involving transactions
relating to this Agreement at no additional cost to City. Vendor agrees that City will have access during
normal working hours to all necessary Vendor facilities and will be provided adequate and appropriate work
space in order to conduct audits in compliance with the provisions of this section. City will give Vendor
reasonable advance notice of intended audits.
7. Independent Contractor. It is expressly understood and agreed that Vendor will operate
as an independent contractor as to all rights and privileges and work performed under this Agreement, and
not as agent, representative or employee of City. Subject to and in accordance with the conditions and
provisions of this Agreement, Vendor will have the exclusive right to control the details of its operations
and activities and be solely responsible for the acts and omissions of its officers, agents, servants,
employees, Vendors, and subcontractors. Vendor acknowledges that the doctrine of respondeat superior
will not apply as between City, its officers, agents, servants and employees, and Vendor, its officers, agents,
employees, servants, contractors, and subcontractors. Vendor further agrees that nothing herein will be
construed as the creation of a partnership or joint enterprise between City and Vendor. It is further
understood that City will in no way be considered a Co -employer or a Joint employer of Vendor or any
officers, agents, servants, employees, contractors, or subcontractors. Neither Vendor, nor any officers,
agents, servants, employees, contractors, or subcontractors of Vendor will be entitled to any employment
benefits from City. Vendor will be responsible and liable for any and all payment and reporting of taxes on
behalf of itself, and any of its officers, agents, servants, employees, contractors, or contractors.
Non- Exclusive Vendor Services Agreement Page 3 of 25
RFP No. 23-0029 — RSVP SERVICES LLC
8. Liability and Indemnification.
8.1 LIABILITY - VENDOR WILL BE LIABLE AND RESPONSIBLE FOR ANY
AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY,
INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER,
WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT
ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF
VENDOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR
SUBCONTRACTORS.
8.2 GENERAL INDEMNIFICATION- VENDOR HEREBY COVENANTS AND
AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS,
AGENTS, SERVANTS AND EMPLOYEES, FROMAND AGAINST ANYAND ALL CLAIMS
OR LAWSUITS OFANYKIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR
EITHER PROPERTYDAMAGE OR LOSS (INCL UDINGALLEGED DAMAGE OR LOSS TO
VENDOR'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL
INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, ARISING OUT OF OR IN
CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE
NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF VENDOR, ITS OFFICERS,
AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS.
8.3 INTELLECTUAL PROPERTY INDEMNIFICATION — Vendor agrees to
defend, settle, or pay, at its own cost and expense, any claim or action against City for
infringement of any patent, copyright, trade mark, trade secret, or similar property right
arising from City's use of the software and/or documentation in accordance with this
Agreement, it being understood that this agreement to defend, settle or pay will not apply if
City modifies or misuses the software and/or documentation. So long as Vendor bears the
cost and expense of payment for claims or actions against City pursuant to this section,
Vendor will have the right to conduct the defense of any such claim or action and all
negotiations for its settlement or compromise and to settle or compromise any such claim;
however, City will have the right to fully participate in any and all such settlement,
negotiations, or lawsuit as necessary to protect City's interest, and City agrees to cooperate
with Vendor in doing so. In the event City, for whatever reason, assumes the responsibility
for payment of costs and expenses for any claim or action brought against City for
infringement arising under this Agreement, City will have the sole right to conduct the
defense of any such claim or action and all negotiations for its settlement or compromise and
to settle or compromise any such claim; however, Vendor will fully participate and cooperate
with City in defense of such claim or action. City agrees to give Vendor timely written notice
of any such claim or action, with copies of all papers City may receive relating thereto.
Notwithstanding the foregoing, City's assumption of payment of costs or expenses will not
eliminate Vendor's duty to indemnify City under this Agreement. If the software and/or
documentation or any part thereof is held to infringe and the use thereof is enjoined or
restrained or, if as a result of a settlement or compromise, such use is materially adversely
restricted, Vendor will, at its own expense and as City's sole remedy, either: (a) procure for
City the right to continue to use the software and/or documentation; or (b) modify the
software and/or documentation to make it non -infringing, provided that such modification
does not materially adversely affect City's authorized use of the software and/or
documentation; or (c) replace the software and/or documentation with equally suitable,
compatible, and functionally equivalent non -infringing software and/or documentation at no
Non- Exclusive Vendor Services Agreement Page 4 of 25
RFP No. 23-0029 — RSVP SERVICES LLC
additional charge to City; or (d) if none of the foregoing alternatives is reasonably available
to Vendor terminate this Agreement, and refund all amounts paid to Vendor by City,
subsequent to which termination City may seek any and all remedies available to City under
law.
9. Assignment and Subcontracting.
9.1 Assignment. Vendor will not assign or subcontract any of its duties, obligations
or rights under this Agreement without the prior written consent of City. If City grants consent to
an assignment, the assignee will execute a written agreement with City and Vendor under which
the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement.
Vendor will be liable for all obligations of Vendor under this Agreement prior to the effective date
of the assignment.
9.2 Subcontract. If City grants consent to a subcontract, the subcontractor will execute
a written agreement with Vendor referencing this Agreement under which subcontractor agrees to
be bound by the duties and obligations of Vendor under this Agreement as such duties and
obligations may apply. Vendor must provide City with a fully executed copy of any such
subcontract.
10. Insurance. Vendor must provide City with certificate(s) of insurance documenting
policies of the following types and minimum coverage limits that are to be in effect prior to commencement
of any Services pursuant to this Agreement:
10.1 Coverage and Limits
(a) Commercial General Liability:
$1,000,000 - Each Occurrence
$2,000,000 - Aggregate
(b) Automobile Liability:
$1,000,000 - Each occurrence on a combined single limit basis
Coverage will be on any vehicle used by Vendor, or its employees, agents, or
representatives in the course of providing Services under this Agreement. "Any
vehicle" will be any vehicle owned, hired and non -owned.
(c) Worker's Compensation:
Statutory limits according to the Texas Workers' Compensation Act or any other
state workers' compensation laws where the Services are being performed
Employers' liability
$100,000 -
Bodily Injury by accident; each accident/occurrence
$100,000 -
Bodily Injury by disease; each employee
$500,000 -
Bodily Injury by disease; policy limit
(d) Professional Liability (Errors & Omissions):
Non- Exclusive Vendor Services Agreement Page 5 of 25
RFP No. 23-0029 — RSVP SERVICES LLC
$1,000,000 - Each Claim Limit
$1,000,000 - Aggregate Limit
Professional Liability coverage may be provided through an endorsement to the
Commercial General Liability (CGL) policy, or a separate policy specific to
Professional E&O. Either is acceptable if coverage meets all other requirements.
Coverage must be claims -made, and maintained for the duration of the contractual
agreement and for two (2) years following completion of services provided. An
annual certificate of insurance must be submitted to City to evidence coverage.
10.2 General Requirements
(a) The commercial general liability and automobile liability policies must
name City as an additional insured thereon, as its interests may appear. The term
City includes its employees, officers, officials, agents, and volunteers in respect to
the contracted services.
(b) The workers' compensation policy must include a Waiver of Subrogation
(Right of Recovery) in favor of City.
(c) A minimum of Thirty (30) days' notice of cancellation or reduction in
limits of coverage must be provided to City. Ten (10) days' notice will be
acceptable in the event of non-payment of premium. Notice must be sent to the
Risk Manager, City of Fort Worth, 200 Texas Street, Fort Worth, Texas 76102,
with copies to the Fort Worth City Attorney at the same address.
(d) The insurers for all policies must be licensed and/or approved to do
business in the State of Texas. All insurers must have a minimum rating of A- VII
in the current A.M. Best Key Rating Guide, or have reasonably equivalent financial
strength and solvency to the satisfaction of Risk Management. If the rating is
below that required, written approval of Risk Management is required.
(e) Any failure on the part of City to request required insurance
documentation will not constitute a waiver of the insurance requirement.
(f) Certificates of Insurance evidencing that Vendor has obtained all required
insurance will be delivered to the City prior to Vendor proceeding with any work
pursuant to this Agreement.
11. Compliance with Laws, Ordinances, Rules and Regulations. Vendor agrees that in the
performance of its obligations hereunder, it will comply with all applicable federal, state and local laws,
ordinances, rules and regulations and that any work it produces in connection with this Agreement will also
comply with all applicable federal, state and local laws, ordinances, rules and regulations. If City notifies
Vendor of any violation of such laws, ordinances, rules or regulations, Vendor must immediately desist
from and correct the violation.
12. Non -Discrimination Covenant. Vendor, for itself, its personal representatives, assigns,
contractors, subcontractors, and successors in interest, as part of the consideration herein, agrees that in the
performance of Vendor's duties and obligations hereunder, it will not discriminate in the treatment or
employment of any individual or group of individuals on any basis prohibited by law. IF ANY CLAIM
Non- Exclusive Vendor Services Agreement Page 6 of 25
RFP No. 23-0029 — RSVP SERVICES LLC
ARISES FROM AN ALLEGED VIOLATION OF THIS NON-DISCRIMINATION COVENANT
BY VENDOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, CONTRACTORS,
SUBCONTRACTORS, OR SUCCESSORS IN INTEREST, VENDOR AGREES TO ASSUME
SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS
FROM SUCH CLAIM.
13. Notices. Notices required pursuant to the provisions of this Agreement will be
conclusively determined to have been delivered when (1) hand -delivered to the other party, its agents,
employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the
transmission, or (3) received by the other party by United States Mail, registered, return receipt requested,
addressed as follows:
To CITY:
City of Fort Worth
Attn: Assistant City Manager Dana Burghdoff
200 Texas Street
Fort Worth, TX 76102-6314
Facsimile: (817) 392-8654
With copy to Fort Worth City Attorney's Office at
same address
WIXTAW11�3A
RSVP SERVICES LLC
Monica Hughes, Director
2701 Hartlee Field Rd
Denton TX 76208
14. Solicitation of Emplovees. Neither City nor Vendor will, during the term of this
Agreement and additionally for a period of one year after its termination, solicit for employment or employ,
whether as employee or independent contractor, any person who is or has been employed by the other
during the term of this Agreement, without the prior written consent of the person's employer.
Notwithstanding the foregoing, this provision will not apply to an employee of either party who responds
to a general solicitation of advertisement of employment by either party.
15. Governmental Powers. It is understood and agreed that by execution of this Agreement,
City does not waive or surrender any of its governmental powers or immunities.
16. No Waiver. The failure of City or Vendor to insist upon the performance of any term or
provision of this Agreement or to exercise any right granted herein does not constitute a waiver of City's or
Vendor's respective right to insist upon appropriate performance or to assert any such right on any future
occasion.
17. Governing Law / Venue. This Agreement will be construed in accordance with the laws
of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought pursuant to this
Agreement, venue for such action will lie in state courts located in Tarrant County, Texas or the United
States District Court for the Northern District of Texas, Fort Worth Division.
18. Severability. If any provision of this Agreement is held to be invalid, illegal or
unenforceable, the validity, legality and enforceability of the remaining provisions will not in any way be
affected or impaired.
19. Force Majeure. City and Vendor will exercise their best efforts to meet their respective
duties and obligations as set forth in this Agreement, but will not be held liable for any delay or omission
in performance due to force majeure or other causes beyond their reasonable control, including, but not
Non- Exclusive Vendor Services Agreement Page 7 of 25
RFP No. 23-0029 — RSVP SERVICES LLC
limited to, compliance with any government law, ordinance, or regulation; acts of God; acts of the public
enemy; fires; strikes; lockouts; natural disasters; wars; riots; epidemics or pandemics; government action
or inaction; orders of government; material or labor restrictions by any governmental authority;
transportation problems; restraints or prohibitions by any court, board, department, commission, or agency
of the United States or of any States; civil disturbances; other national or regional emergencies; or any other
similar cause not enumerated herein but which is beyond the reasonable control of the Party whose
performance is affected (collectively, "Force Majeure Event"). The performance of any such obligation is
suspended during the period of, and only to the extent of, such prevention or hindrance, provided the
affected Party provides notice of the Force Majeure Event, and an explanation as to how it prevents or
hinders the Party's performance, as soon as reasonably possible after the occurrence of the Force Majeure
Event, with the reasonableness of such notice to be determined by the City in its sole discretion. The notice
required by this section must be addressed and delivered in accordance with Section 13 of this Agreement.
20. Headings not Controlling. Headings and titles used in this Agreement are for reference
purposes only, will not be deemed a part of this Agreement, and are not intended to define or limit the scope
of any provision of this Agreement.
21. Review of Counsel. The parties acknowledge that each party and its counsel have
reviewed and revised this Agreement and that the normal rules of construction to the effect that any
ambiguities are to be resolved against the drafting party will not be employed in the interpretation of this
Agreement or Exhibits A, B, and C.
22. Amendments / Modifications / Extensions. No amendment, modification, or extension
of this Agreement will be binding upon a party hereto unless set forth in a written instrument, which is
executed by an authorized representative of each party.
23. Counterparts. This Agreement may be executed in one or more counterparts and each
counterpart will, for all purposes, be deemed an original, but all such counterparts will together constitute
one and the same instrument.
24. Warranty of Services. Vendor warrants that its services will be of a high quality and
conform to generally prevailing industry standards. City must give written notice of any breach of this
warranty within thirty (30) days from the date that the services are completed. In such event, at Vendor's
option, Vendor will either (a) use commercially reasonable efforts to re -perform the services in a manner
that conforms with the warranty, or (b) refund the fees paid by City to Vendor for the nonconforming
services.
25. Immigration Nationality Act. Vendor must verify the identity and employment eligibility
of its employees who perform work under this Agreement, including completing the Employment
Eligibility Verification Form (I-9). Upon request by City, Vendor will provide City with copies of all I-9
forms and supporting eligibility documentation for each employee who performs work under this
Agreement. Vendor must adhere to all Federal and State laws as well as establish appropriate procedures
and controls so that no services will be performed by any Vendor employee who is not legally eligible to
perform such services. VENDOR WILL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM
ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH
BY VENDOR, VENDOR'S EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, OR
AGENTS. City, upon written notice to Vendor, will have the right to immediately terminate this Agreement
for violations of this provision by Vendor.
26. Ownership of Work Product. City will be the sole and exclusive owner of all reports,
work papers, procedures, guides, and documentation that are created, published, displayed, or produced in
conjunction with the services provided under this Agreement (collectively, "Work Product"). Further, City
Non- Exclusive Vendor Services Agreement Page 8 of 25
RFP No. 23-0029 — RSVP SERVICES LLC
will be the sole and exclusive owner of all copyright, patent, trademark, trade secret and other proprietary
rights in and to the Work Product. Ownership of the Work Product will inure to the benefit of City from
the date of conception, creation or fixation of the Work Product in a tangible medium of expression
(whichever occurs first). Each copyrightable aspect of the Work Product will be considered a "work -made -
for -hire" within the meaning of the Copyright Act of 1976, as amended. If and to the extent such Work
Product, or any part thereof, is not considered a "work -made -for -hire" within the meaning of the Copyright
Act of 1976, as amended, Vendor hereby expressly assigns to City all exclusive right, title and interest in
and to the Work Product, and all copies thereof, and in and to the copyright, patent, trademark, trade secret,
and all other proprietary rights therein, that City may have or obtain, without further consideration, free
from any claim, lien for balance due, or rights of retention thereto on the part of City.
27. Signature Authority. The person signing this Agreement hereby warrants that they have
the legal authority to execute this Agreement on behalf of the respective party, and that such binding
authority has been granted by proper order, resolution, ordinance or other authorization of the entity. This
Agreement and any amendment hereto, may be executed by any authorized representative of Vendor. Each
party is fully entitled to rely on these warranties and representations in entering into this Agreement or any
amendment hereto.
28. Change in Company Name or Ownership. Vendor must notify City's Purchasing
Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining
updated City records. The president of Vendor or authorized official must sign the letter. A letter indicating
changes in a company name or ownership must be accompanied with supporting legal documentation such
as an updated W-9, documents filed with the state indicating such change, copy of the board of director's
resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the
specified documentation so may adversely impact future invoice payments.
29. No Boycott of Israel. If Vendor has fewer than 10 employees or this Agreement is for
less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter
2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company
for goods or services unless the contract contains a written verification from the company that it: (1) does
not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel"
and "company" has the meanings ascribed to those terms in Section 2271 of the Texas Government Code.
By signing this Agreement, Vendor certifies that Vendor's signature provides written verification to
the City that Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of
the Agreement.
30. Prohibition on Boycotting Energy Companies. Vendor acknowledges that, in
accordance with Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S.,
S.B. 13, § 2, the City is prohibited from entering into a contract for goods or services that has a value of
$100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10
or more full-time employees unless the contract contains a written verification from the company that it:
(1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the
contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms
by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2. To
the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this
Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor:
(1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this
Agreement.
31. Prohibition on Discrimination Against Firearm and Ammunition Industries. Vendor
acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, as added
Non- Exclusive Vendor Services Agreement Page 9 of 25
RFP No. 23-0029 — RSVP SERVICES LLC
by Acts 2021, 87th Leg., R.S., S.B. 19, § 1, the City is prohibited from entering into a contract for goods or
services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the
City with a company with 10 or more full-time employees unless the contract contains a written verification
from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates
against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the
contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity"
and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas
Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1. To the extent that Chapter 2274
of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that
Vendor's signature provides written verification to the City that Vendor: (1) does not have a practice, policy,
guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will
not discriminate against a firearm entity or firearm trade association during the term of this Agreement.
32. Electronic Signatures. This Agreement may be executed by electronic signature, which
will be considered as an original signature for all purposes and have the same force and effect as an original
signature. For these purposes, "electronic signature" means electronically scanned and transmitted versions
(e.g. via pdf file or facsimile transmission) of an original signature, or signatures electronically inserted via
software such as Adobe Sign.
33. Entirety of Agreement. This Agreement, including all attachments and exhibits, contains
the entire understanding and agreement between City and Vendor, their assigns and successors in interest,
as to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby
declared null and void to the extent in conflict with any provision of this Agreement.
[SIGNATURE PAGE TO FOLLOW]
Non- Exclusive Vendor Services Agreement Page 10 of 25
RFP No. 23-0029 — RSVP SERVICES LLC
City Secretary Contract No.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement in multiples.
/TKyD1911DII7:ViI7:T":11040413
CITY OF FORT WORTH:
__jh&.tN.
By: Valerie Washington (Jun 13, 202314:58 CDT)
Name: Valerie Washington
Title: Assistant City Manager
Date: 06/13/2023
APPROVAL RECOMMENDED:
By.
Name: Christopher McAllister
Title: Code Compliance Assistant Director
4a-UU04�
ATTEST: ��oFFol' o
d
v�oo
�o�'-�°o
°ono 1
." 4
oo
0-00
By: c
�q
Name: Jannette Goodall
Title: City Secretary
VENDOR: RSVP SERVICES LLC
By: Monic(Jun 023 13:22 CDT)
Name: Monica Hughes
Title: Director
Date: 6/2/2023
CONTRACT COMPLIANCE MANAGER:
By signing I acknowledge that I am the person
responsible for the monitoring and administration of
this contract, including ensuring all performance and
reporting requirements.
Name: Christopher Lirette
Title: Code Compliance Superintendent
APPROVED AS TO FORM AND LEGALITY:
By:ate
Name: Christopher Austria
Title: Assistant City Attorney
CONTRACT AUTHORIZATION:
M&C: 23-0397
Form 1295: 2023-1010726
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Non- Exclusive Vendor Services Agreement Page 11 of 25
RFP No. 23-0029 — RSVP SERVICES LLC
EXHIBIT A
SCOPE OF SERVICES
1.0 GENERAL CONDITIONS
RSVP SERVICES LLC (Contractor or Vendor) shall provide temporary licensed
veterinarian and veterinary technician to include the following:
1.1 The Vendor shall appoint one (1) person who is an employee of the
Vendor who will service this agreement and who will be the liaison
between the City and Vendor.
1.2 Veterinarian and veterinary technician services shall be performed for one (1) shift,
seven
(7) days per week, including holidays or as requested and approved by City staff.
1.3 The Vendor shall establish the schedules of all personnel.
1.3.1 Starting times shall vary and the shifts may be for varying lengths
of time. Typically, personnel will work the following shifts:
1.3.1.1 Licensed Doctor of Veterinary Medicine
(Veterinarian) — full time or part-time 8:OOAM —
4:OOPM.
1.3.1.2 Licensed Veterinary Technicians — full time or part-time
1.3.1.2.1 Ten (10) Hours Shift: 7:OOAM — 6:OOPM
1.3.1.2.2 Eight (8) Hours Shift: 8:OOAM — 5:OOPM
1.3.2 Temporary personnel will not be permitted to work two (2) shifts in one
twenty-four
(24) hour period unless otherwise approved by City staff.
1.3.3 Temporary personnel will be assigned to work at either of
the following City shelter's locations:
Non- Exclusive Vendor Services Agreement
RFP No. 23-0029 — RSVP SERVICES LLC Page 12 of 25
1.3.3.1 Silcox Animal Care and
Adoption Center 4900
Martin Street, Fort Worth,
Texas 76119
1.3.3.2 North Animal Campus
351 Hillshire Drive, Fort Worth, Texas 76052
1.3.3.3 The City reserves the right to add or remove
locations at the City's discretion.
1.4 The Vendor shall provide personnel within ten (10) business day
from the date City staff submits the request. The request will be
submitted via email to the Vendor's representative, unless other
method of communication is agreed upon.
1.5 The Vendor shall provide the City with temporary personnel to the
fullest competency and skill levels as set forth in the solicitation.
1.6 The City reserves the right to:
1.6.1 Immediately dismiss temporary personnel provided by the
Vendor, if City staff becomes dissatisfied with the service or
performance for any reason. The Vendor shall be paid for time
actually worked by the dismissed personnel.
1.6.2 Reject personnel provided by the Vendor if they are found to
be unacceptable before or after starting on the task to which
they have been assigned.
1.7 Vendor shall furnish personnel:
1.7.1 Capable of performing the duties who possess the necessary
skills, knowledge and ability to perform the roles into which
they are to be placed. Vendor will provide the City in advance a
report of the candidate's credentials, skill level and years of
experience.
1.7.2 Licensed and/or certified by the Texas Veterinary Board.
Provisional licenses and/or certifications granted by the Texas
Veterinary Board will be accepted by the City.
Non- Exclusive Vendor Services Agreement
RFP No. 23-0029 — RSVP SERVICES LLC Page 13 of 25
1.7.3 Appropriately dressed for the assignment and be clean.
1.7.4 Be no less than 18 years of age.
1.7.5 Possess a valid government identification.
1.7.6 Possess the ability to:
1.7.6.1 Deal effectively and courteously with the public;
1.7.6.2 Work with City clients;
1.7.6.3 Show attendees;
1.7.6.4 Verbally communicate effectively with others; and
1.7.6.5 Be willing to follow instructions from the City representatives.
1.8 Absolutely no visitors (including family members) shall be allowed at the
work site during the course of the work shift, unless they are, in fact,
personnel of the Vendor assigned to that job site.
1.9 Vendor shall also be solely responsible and liable for the safety, injury
and health of its personnel while its contract personnel is performing
their duties on City property.
1.10 The City may elect to convert temporary personnel to full-time status.
1.11 There shall be no obligation on the part of the City to hire any
personnel it is supplied under the terms of this agreement on a full-time
basis following the term of the part-time employment.
1.12 Vendor shall provide personnel with a form of identifying clothing and
name badge including a jacket, shirt, and/or cap.
1.13 The Vendor shall set the hourly rate of pay for all personnel. Vendor is
required to pay at least a minimum wage of $15.00 (fifteen dollars)
hourly rate, to all its employees
1.14 who perform work on behalf of the City. Vendor shall be required
quarterly, to provide satisfactory evidence in the form of a report to
Non- Exclusive Vendor Services Agreement
RFP No. 23-0029 — RSVP SERVICES LLC Page 14 of 25
reflect compliance with this requirement. The report should include
employee name, hourly rate and a copy of the latest paystub issued one
pay period prior to the completion of the report.
1.15 No overtime will be paid by the City. It is the Vendor's sole
responsibility to schedule and/or rotate personnel to ensure that they
do not qualify for overtime.
1.16 The Vendor and all personnel shall be required to provide their own
transportation to and from their assigned work site. If transportation is
provided by the Vendor, a fee may not be charged to their personnel.
1.17 Vendor shall furnish a daily time sheet with names of the personnel
to the City representative. The hours worked by all personnel shall
be documented on this form.
1.18 If any Vendor's personnel leave the job site before completing their
shift, no payment shall be rendered for that shift. Payments shall be
rendered only for hours worked.
1.19 The Vendor shall provide a guarantee of performance
2.0 ADDITIONAL REQUIREMENTS
2.1 Temporary Personnel Services
2.1.1 The listed duties shown in this scope of services are only
illustrative and are not intended to describe every function that
may be performed by personnel. The Vendor shall have the sole
responsibility to assign specific duties which are logically
required for the assignment.
2.1.2 During the performance of the agreement, the Vendor shall
be required to adhere to the following requirements:
2.1.2.1 Vendor's personnel are prohibited from performing
duties while under the influence of alcohol or illegal
drugs, or if performance is impaired, while under the
influence of lawfully prescribed or over-the-counter
drugs. If in the opinion of the City official, Vendor's
personnel are suspected of being impaired due to the
influence of illegal drugs or lawfully prescribed or over
the counter drugs or alcohol, the personnel may be
dismissed at any time during the shift. Personnel may be
subject to random drug and alcohol testing; however,
Non- Exclusive Vendor Services Agreement
RFP No. 23-0029 — RSVP SERVICES LLC Page 15 of 25
Vendor will be solely responsible for administering any
drug or alcohol tests.
2.1.3 Dress Code for ALL job sites
2.1.3.1 Vendor shall ensure that all of Vendor's personnel
are clean and appropriately and safely dressed for
the assignment with proper footwear. No clothing
shall be worn with any promotion, logo, or
advertisement.
2.1.3.2 Vendor's personnel are expected to maintain
high standards of grooming and personal
hygiene.
2.1.3.3 Appropriate seasonal outerwear, Safety glasses, hard
hats or other personal protection equipment, if
necessary, must be supplied by the Vendor. The City is
not responsible for providing seasonal outerwear,
safety glasses, hard hats, or any other personal
protection equipment.
2.1.3.4 For safety reasons, while on duty, Vendor shall not
allow personnel to wear headphones, musical devices,
or sunglasses inside City facilities.
2.2 Shelter Licensed Doctor of Veterinary Medicine (Veterinarian) — General
Requirements
2.2.1 Veterinarian shall perform visual inspections, examinations and
treatments at all levels of care of animals brought into or held in
the shelter and ensure the overall health and care of each animal,
including:
2.2.1.1 Performing spay/neuter surgical procedures on eligible animals;
2.2.1.2 Overseeing the vaccination of eligible animals;
2.2.1.3 Release of domestic animals after rabies observation periods; and
2.2.1.4 Participating in all other aspects of animal care to
effectively care for animals and to control animal -
related human health concerns.
Non- Exclusive Vendor Services Agreement
RFP No. 23-0029 — RSVP SERVICES LLC Page 16 of 25
2.2.2 The City prefers Veterinarians with working knowledge and experience of
2.2.2.1 Veterinary science principles, practices and techniques;
2.2.2.2 Principles of anatomy, physiology and behavior of a large
variety of animal species;
2.2.2.3 Basic principles and procedures of safe animal
handling and restraint techniques;
2.2.2.4 Techniques and procedures required in the veterinary
medical care of a variety of domestic or exotic animals;
2.2.2.5 Animal species, nutrition, habitats, behaviors and reproduction.
2.2.3 Veterinarian Training and Experience
2.2.3.1 Graduation from a college or university accredited by the
American Veterinary Medical Association with a Doctor
of Veterinary Medicine (DVM) Degree.
2.2.3.2 Licensed by the Texas of Veterinary Board
2.2.3.3 Conform to all surgical standards as dictated by the
Texas Veterinary Medical Practices Act.
2.2.3.4 All veterinary staff is fully licensed and insured within
Texas to practice veterinary medicine.
2.2.3.5 Prepare clear and concise reports and maintain accurate records.
2.2.3.6 Establish and maintain effective working
relationships with those contacted in the course of
work.
2.2.3.7 Pet sterilization:
2.2.3.7.1 All drug and pet sterilization records will be
recorded and will be maintained by the City
as required by Texas law.
2.2.3.7.2 All soft goods (materials, drugs and supplies)
required for the sterilization of identified pets
will be provided by the City. This Agreement
Non- Exclusive Vendor Services Agreement
RFP No. 23-0029 — RSVP SERVICES LLC Page 17 of 25
also assumes the Vendor's use of existing
City materials (the use of large items at the
shelter, including, but not limited to, Fort
Worth Animal Care and Control (FWACC)
pet carriers for surgery transport or surgical
lights, tables, anesthesia machines, and
oxygen concentrators, mops and cleaning
materials) when surgeries are done onsite at
the shelter.
2.2.3.7.3 Shelter staff will fill out surgery forms for
animals to accurately track all services and
provide surgery documentation for each
animal serviced.
2.2.3.7.4 Fort Worth Animal Care and Control
(FWACC) kennel staff will monitor animals
daily during cage cleaning post -surgery and
alert Vendor of any concerns staff have about
animals' post -surgery as soon as problems
develop.
2.2.3.7.5 Post -surgical issues will be addressed on a
case -by -case basis.
2.2.3.8 Vendor will have the ability to decline animals the
Vendor determines are not good surgery candidates at
all times. NO in heat or pregnancy fees will be assessed.
2.2.3.9 The assigned task requires standing for prolonged
periods of time; heavy, moderate or light lifting.
2.3 Shelter Licensed Veterinary Technician — General Requirements
2.3.1 Veterinary Technician shall provide veterinarian technician services,
including:
2.3.1.1 Examining animals;
2.3.1.2 Immobilizing animals;
2.3.1.3 Conducting laboratory tests;
Non- Exclusive Vendor Services Agreement
RFP No. 23-0029 — RSVP SERVICES LLC Page 18 of 25
2.3.1.4 Maintaining laboratory results and medical files;
2.3.1.5 Administering vaccinations;
2.3.1.6 Performing a variety of medical procedures; and
2.3.1.7 Maintaining inventory, as directed by the Vendor.
2.3.2 The City prefers veterinary technicians with working knowledge and
experience of:
2.3.2.1 Basic methods; and
2.3.2.2 Techniques of veterinary procedures.
2.3.2.3 Basic principles of anatomy, physiology and behavior of
a large variety of animal species.
2.3.2.4 Basic principles and procedures of safe animal
handling and restraint techniques.
2.3.2.5 Operational knowledge of characteristics of veterinary
equipment and tools.
2.3.2.6 Proper feeding and diet strategies of a variety of animal species.
2.3.3 Veterinary Technician preferred training and experience:
2.3.3.1 One year of Veterinary nurse/tech experience.
2.3.3.2 Licensed by the Texas of Veterinary Board
2.3.3.3 Prepare clear and concise reports and maintain accurate records.
2.3.3.4 Establish and maintain effective working
relationships with those contacted in the course of
work.
2.3.4 The assigned task requires standing for prolonged periods of
time; heavy, moderate or light lifting.
3.0 HOURS OF OPERATIONS
Non- Exclusive Vendor Services Agreement
RFP No. 23-0029 — RSVP SERVICES LLC Page 19 of 25
3.1 Regular hours shall be:
3.1.1 Monday through Sunday 7:OOAM to 6:OOPM, including City Observed
Holidays.
3.2 Outside -Regular hours shall be:
3.2.1 Monday through Sunday 6:01PM to 6:59AM.
3.3 City Observed Holidays
3.3.1 New Year's
3.3.2 Martin Luther King
3.3.3 Memorial Day
3.3.4 Juneteenth
3.3.5 July 4th
3.3.6 Labor Day
3.3.7 Thanksgiving Thursday and the following Friday
3.3.8 Christmas
Non- Exclusive Vendor Services Agreement
RFP No. 23-0029 — RSVP SERVICES LLC Page 20 of 25
City Secretary Contract No.
SERVICE DESCRIPTION
EXHIBIT B
PAYMENT SCHEDULE
CONTRACTOR UNIT OF
HOURLY PAY MEASURE
TO
EMPLOYEE
TEMPORARY FULL-TIME - $150.00
LICENSED DOCTOR OF OR MORE
VETERINARY MEDICINE
(DVM)-FEE PER HOUR
TEMPORARY PART-TIME - $150.00
LICENSED DOCTOR OF OR MORE
VETERINARY MEDICINE
(DMV)-FEE PER HOUR
TEMPORARY FULL-TIME
LICENSED VETERINARY
TECHNICIAN (LVT)-FEE
PER HOUR
$23.00
OR MORE
TEMPORARY PART-TIME - $23.00
LICENSED VETERINARY OR MORE
TECHNICIAN (LVT)-FEE
PER HOUR
HOURLY
HOURLY
HOURLY
HOURLY
CITY
HOURLY
RATE
$190.00
$190.00
$37.00
$37.00
Non- Exclusive Vendor Services Agreement
RFP No. 23-0029 — RSVP SERVICES LLC
Page 21 of 25
FEE PER ANIMAL
SURGERY -PERFORMED
BY LICENSED DOCTOR OF
VETERINARY MEDICINE
(DVM)
Non- Exclusive Vendor Services Agreement
RFP No. 23-0029 — RSVP SERVICES LLC
EACH FEE PER
SURGERY:
$40 WITH 205X
MINIMUM
Page 22 of 66
EXHIBIT C
CITY'S RFP No. 23-0029
FORT WORTH
*Ir I RFP Cover Sheet
PURCHASING DIVISION
REQUEST FOR PROPOSALS (RFP)
for
23-0029 Temporary Veterinarian Services
Issued: Wednesday, February 8, 2023
PROPOSAL SUBMISSION DEADLINE: Thursday, March 16, 2023 by 1:30PM Local Time
NO LATE PROPOSALS WILL BE ACCEPTED
Proposal shall be delivered/mailed to: Legal Name, d/b/a and address of Proposer
submitting the Proposal:
The Sr. Purchasing Manager
City of Fort Worth
Purchasing Division, Lower Level, City Hall,
200 Texas Street, Fort Worth, Texas 76102
Note: Return this Cover Sheet with the Proposal
Pre -Proposal Conference will be held in person
10:OOAM (CST) on Tuesday, February 14, 2023
200 Texas, Fort Worth, TX, 76102 - Third Floor,
Northwest Corridor, City Manager's Office
Conference Room #3280
In case of inclement weather, in -person option
will be cancelled. The Proposer will be able to
access by video conference, please refer to
Page 5, section 8.3.2 for details.
For additional information/clarifications regarding
this RFP, please see Section 5.0.
Assigned Buyer: Maria Canoura
FMSPurchasinaResoonses(a)fortworthtexas.gov
Authorized Person:
Title:
Signature:
Contact Person Name:
Phone: ( ) Fax:
Email:
Bidder/Supplier ID with City of Fort Worth/ Federal
ID Number (TIN):
Will contract be available for Cooperative Agreement use? (See Section 29) Yes__ No
• PDF or Adobe or electronic signature is acceptable on this RFP cover page. The Authorized
Person, by his/her signature, represents that he/she is submitting a binding proposal and is
authorized to bind. By signing and submitting, acknowledges that he/she has received and read
the entire document packet, including all documents incorporated by reference, and agrees to be
bound by the terms therein.
• Proposals must be received in the Purchasing Office by 1:30 P.M., "Proposal Submission
Deadline" AND TIME STAMPED PRIOR TO THE 1:30 DEADLINE IN ORDER TO BE
CONSIDERED. Late bids will be returned or destroyed.
• Proposals must be submitted in a sealed envelope WITH THE RFP NUMBER, RFP TITLE AND
PROPOSER'S LEGAL NAME WRITTEN ON THE OUTSIDE OF THE ENVELOPE. In case of
courier, it should be on the outside of the courier's shipping envelope.
• Bids will be opened and read aloud publicly at 2:OOPM in the Council Chambers.
RFP 23-0029 Page 23 of 66
Temporary Veterinarian Services
Request for Proposal
The City of Fort Worth is seeking proposals from qualified firms to establish an Agreement for Temporary
Veterinarian Services in accordance with the descriptions and specifications listed in this solicitation.
1.0 SUBMISSION OF PROPOSALS
1.1 One (1) signed original, and one (1) USB flash drive containing electronic versions of all
Proposal documents must be submitted in a sealed package. Failure to submit a signed
original and a USB flash drive containing all proposal documents will deem the bid as non-
responsive. PROPOSER's name, address and bid number should be marked on the
outside of the package. Facsimile or electronic transmittals or offers communicated by
telephone will not be accepted or considered. Proposal information that is not submitted in
sealed packages will not be considered.
1.2 Mail or Deliver Responses to the Following Address:
City of Fort Worth
Purchasing Division
RFP # 23-0029
200 Texas Street, Lower Level
City Hall, Fort Worth, Texas, 76102
2.0 DELIVERY OF PROPOSALS
2.1 Proposals must be received in the CITY's Purchasing Division no later than the submission
deadline. The submitting PROPOSER is responsible for the means of on -time delivery of
the proposal to the location listed in paragraph 1.2. Delays due to any instrumentality used
to transmit the Proposals, including delay occasioned by the PROPOSER or the CITY's
internal mailing system, will be the responsibility of the PROPOSER. Proposals must be
completed and delivered in sufficient time to avoid disqualification for lateness due to
difficulties in delivery. The time and date stamp clock in CITY's Purchasing Division is the
official clock for determining whether submittals are submitted timely. Late Proposal
documents will not be accepted under any circumstances.
3.0 PROPRIETARY INFORMATION
3.1 If a PROPOSER does not desire proprietary information in the Proposal to be disclosed, it
is required to identify all proprietary information in the Proposal. This identification must
be done by noting the words "Proprietary Information" individually on each page on which
such proprietary information is found. If the PROPOSER fails to identify proprietary
information, it agrees that by submission of its Proposal that those sections shall be
deemed non-proprietary and made available upon public request.
3.2 PROPOSERs are advised that the CITY, to the extent permitted by law, will protect
Proposals from release. PROPOSER shall consider the implications of the Texas Public
Information Act, particularly after the Request for Proposals (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 determination on whether those standards
have been met will not be decided by the CITY, 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 make arguments to the Attorney General pursuant
to 552.305, Texas Government Code. The CITY will not make arguments to the Attorney
General on a PROPOSER's behalf.
RFP 23-0029
Temporary Veterinarian Services Page 24 of 66
4.0 COMPLETION OF PROPOSAL RESPONSES
4.1 Information presented in the Proposals will be used to evaluate the qualifications of the
PROPOSER(s) and to determine the PROPOSER(s) which will be selected to provide
services to the CITY.
4.2 Responses shall be completed in accordance with the requirements of this RFP.
Statements made by a PROPOSER shall be without ambiguity, and with adequate
elaboration, where necessary, for clear understanding.
4.3 Proposals shall be limited to a maximum of one hundred (100), 8-1/2" X 11" pages (one
side only and including cover letter) using a font size no smaller than 11 point and margins
of at least one inch in each direction. The required/requested attachments are not part of
this page limit.
4.4 Responses must include the all documents and information specified in this RFP.
5.0 CLARIFICATIONS AND ISSUANCE OF ADDENDA
5.1 Any requests for explanation, clarification, or interpretation desired by a PROPOSER
regarding any part of this RFP must be made prior to the published submission deadline,
as referenced in Section 8.3 of this RFP.
5.2 IN ORDER FOR QUESTIONS TO BE ANSWERED, ALL QUESTIONS MUST BE SENT
BY E-MAIL BEFORE THE QUESTION DEADLINE AND MUST BE IDENTIFIED AS
FOLLOWS:
5.2.1 All explanation, clarification or questions must clearly identify the buyer's name
and the bid number on the document or on the subject line, if sent by an email. For
example: "Attention: Buyer name and RFP No. XX-XXXX". If the buyer's name
and proposal number is not included as specified above, the question will
NOT be answered.
5.2.2 Delivery of questions:
5.2.2.1 Via Email - FMSPurchasinaResponses(cDfortworthtexas.aov
5.2.2.1.1 Please note, if an e-mail confirming receipt of your e-mail is
not received within one (1) business day, please contact the
Purchasing Office at 817-392-2462.
5.3 If the CITY, in its sole discretion, determines that a change or additional information is
needed or a clarification is required, the CITY shall issue a written addendum regarding
such change, additional information, or clarification. Sole authority for issuing of addenda
shall be vested in the CITY's Purchasing Division.
5.4 Interpretations, corrections or changes to the RFP are not binding upon the CITY if they
are made in any manner other than a written addendum, and PROPOSERs shall not rely
upon such written interpretations, corrections or changes. Oral explanations or instructions
given before the award of the Contract are not binding. Each PROPOSER must
acknowledge receipt of all addenda within its response.
6.0 UNAUTHORIZED COMMUNICATIONS
6.1 Any oral communications are considered unofficial and non -binding with regard to this
RFP. After release of this solicitation, PROPOSERs are prohibited from contacting or
communicating with any CITY officer, employee, or representative regarding this RFP other
than (i) the point of contact designated on the cover page of this RFP or (ii) the Minority
Women and Business Enterprise (MWBE) Office. No officer, employee, agent or
RFP 23-0029
Temporary Veterinarian Services Page 25 of 66
representative of the PROPOSERs shall, directly or indirectly through others, have any
contact or discussion, oral 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
seek to influence any CITY Council member, CITY staff, or CITY's consultants regarding
any matters pertaining to this solicitation, except as expressly provided herein. If a
representative of any PROPOSER violates the foregoing prohibition by contacting any of
the above listed parties with whom contact is not authorized, such contact may result in
the PROPOSER's being disqualified from the procurement process.
7.0 WITHDRAWAL OF PROPOSALS
7.1 An authorized representative of the PROPOSER may withdraw a Proposal at any time
prior to the RFP submission deadline, upon presentation of acceptable identification as a
representative of such company.
8.0 AWARD OF CONTRACT
8.1 It is understood that the CITY reserves the right to accept or reject any and all Proposals
and to re -solicit for Proposals, as it shall deem to be in the best interests of the CITY.
Receipt and consideration of any Proposals shall under no circumstances obligate the
CITY to accept any Proposals. If an award of contract is made, it shall be made to the
responsible PROPOSER whose Proposal is determined to be the best evaluated offer
taking into consideration the relative importance of the evaluation factors set forth in the
RFP.
8.2 The information provided in this Request for Proposals is only to be used for the purpose
of preparing a proposal or response to the CITY's requested services. This Agreement
shall begin on the date stated in agreement ("Effective Date") and shall expire one year
after effective date, ("Expiration Date"), unless terminated earlier in accordance with this
Agreement ("Initial Term"). Upon the expiration of the Initial Term, the Agreement shall
renew automatically under the same terms and conditions for up to four (4) one-year
renewal periods, unless CITY or PROPOSER provides the other party with notice of non -
renewal at least 60 days before the expiration of the Initial Term or renewal period.
However, if funds are not appropriated, the City may cancel the Agreement 30 calendar
days after providing written notification to the PROPOSER. A PROPOSER may submit a
proposal for all or part of the requested services. Selection of a successful PROPOSER
will be made on the basis of the proposal deemed most advantageous and beneficial to
the CITY.
8.3 Tentative Schedule of Events
8.3.1 Timeline and tasks related to this solicitation
RFP Release Date:
Wednesday, February 8, 2023 at 8:00 AM (CST)
Pre -Proposal Conference:
Tuesday, February 14, 2023 at 10:OOAM (CST)
Deadline for Questions:
Friday, February 17, 2023 at 5:OOPM (CST)
Deadline for Answers
Wednesday, February 22, 2023
Proposals Due Date and Time:
March 16, 2023 1:30 PM (CST)
Evaluation of Proposals:
March 2023
Vendor Interview, if applicable
April 2023 (*)
Mayor and Council Consideration
April 2023
Contract Effective (anticipated):
May 2023
* If you submit a proposal, you are agreeing to be available for Vendor interviews, if
requested by the Evaluation Panel, during the month of April 2023. Not being available
will deem your proposal as non -responsive.
RFP 23-0029
Temporary Veterinarian Services Page 26 of 66
8.3.2 Video Conference Details for Pre -Proposal Conference on Tuesday, February 14,
2023:
8.3.2.1 Join from the meeting link:
https://fortworthtexas.webex.com/fortworthtexas/j.php?MTID=mbl ec7e7
b9ad47c20da5dc9ecc9d6da5b
8.3.2.2 Join by meeting number:
Meeting number (access code): 2559 709 0688
Meeting password: 7xHD6vXRek9
8.3.2.3 Tap to join from a mobile device (attendees only)
+1-469-210-7159„25597090688## United States Toll (Dallas
8.3.2.4 Join by phone
+1-469-210-7159 United States Toll (Dallas)
8.3.2.5 Join from a video system or application
Dial 25597090688@fortworthtexas.webex.com
You can also dial 173.243.2.68 and enter your meeting number.
8.3.3 Failure to attend the Pre -Proposal Conference will impact potential Bidder's ability to submit
a fully informed and competitive response. Attendance is not mandatory but is strongly
encouraged.
9.0 PERIOD OF ACCEPTANCE
9.1 PROPOSER acknowledges that by submitting the Proposal, PROPOSER makes an offer
that, if accepted in whole or part by the CITY, constitutes a valid and binding contract as to
any and all items accepted in writing by the CITY. The period of acceptance of proposals
is one hundred and eighty (180) calendar days from the date of opening, unless the
PROPOSER notes a different period.
10.0 TAX EXEMPTION
10.1 The CITY of Fort Worth is exempt from Federal Excise and State Sale Tax; therefore, tax
must not be included in any contract that may be awarded from this RFP.
11.0 COST INCURRED IN RESPONDING
11.1 All costs directly or indirectly related to preparation of a response to the RFP or any oral
presentation required to supplement and/or clarify a Proposal which may be required by
the CITY shall be the sole responsibility of and shall be borne by the participating
PROPOSER.
12.0 NEGOTIATIONS
12.1 The CITY reserves the right to negotiate all elements that comprise the successful
PROPOSER's response to ensure that the best possible consideration be afforded to all
concerned.
RFP 23-0029 Page 27 of 66
Temporary Veterinarian Services
13.0 CONTRACT INCORPORATION
13.1 The contract documents shall include this RFP, the PROPOSER's Response to the RFP,
the CITY's Vendor Services Agreement (Attachment E), and such other terms and
conditions as the parties may agree.
14.0 NON -ENDORSEMENT
14.1 If a Proposal is accepted, the successful PROPOSER, hereinafter "Contractor," 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 Fort Worth's endorsement of the successful
PROPOSER's services.
15.0 PROPOSAL EVALUATION PROCESS
15.1 The CITY Purchasing Division will guide the evaluation of PROPOSER responses
received.
15.2 An Evaluation Committee consisting of representatives from various CITY departments
and CITY consultants may be appointed to review and evaluate RFP responses in
accordance with this RFP. CITY reserves the right at its sole discretion to include additional
representatives from other CITY departments and or other contractors.
15.3 CITY reserves the right at its sole discretion to determine the process for proposal
evaluation and may elect to accelerate and/or decelerate the evaluation process by
combining, eliminating or expanding phases as it is deemed in the public interest to do so.
15.4 The Evaluation Committee will review PROPOSER's references and criteria and may
select PROPOSER candidates for onsite interviews.
15.5 RFP responses that deviate substantially from the requirements of the RFP will be rejected.
15.6 The CITY reserves the right to reject any or all proposals.
15.7 Contract award will be by section or overall total whichever the CITY determines to be in
the CITY's best interest.
15.8 The CITY anticipates selecting PROPOSER(s) that will be recommended to the CITY
Council for award of a contract to provide the requested services to the CITY.
16.0 PROPOSAL EVALUATION FACTORS
16.1 Selection will be based on the qualified PROPOSER that is determined to be the most
advantageous to the CITY considering the relative importance of evaluation factors listed
below. A bidder will be disqualified if they do not meet at least 50% of the points available,
excluding the points for price.
16.1.1 Cost —up to 35 points available
16.1.1.1 Cost will be evaluated based on prices indicated on Attachment C
16.1.2 Qualifications, Experience and References of Licensed Doctor of Veterinary
Medicine (Veterinarian) and Licensed Veterinary Technicians — up to 25 points
available
16.1.2.1 This evaluation factor will be evaluated based on the information provided
in Sections 33.1.3, 33.1.4, 33.1.5 and 33.1.6.
16.1.3 Ability to meet the City's need - up to 20 points available
RFP 23-0029
Temporary Veterinarian Services Page 28 of 66
16.1.3.1 This evaluation factor will be evaluated based on the information provided
on Attachment D.
16.1.4 Approach and methodology to provide services related to the scope of work — up
to 20 points available
16.1.4.1 This evaluation factor will be evaluated based on the solution provided by
the PROPOSER on Section 33.1.6.
17.0 SUBCONTRACTORS
17.1 PROPOSERS may include subcontractors for any part of services offered. CITY reserves
the right at its sole discretion to accept or reject any proposal that includes subcontractors.
Upon award of a contract, CITY reserves the right to pre -approve use of any and all
subcontractors.
18.0 BEST AND FINAL OFFER
18.1 The CITY at its sole discretion may elect to have PROPOSERs submitting proposals
deemed most advantageous to the CITY may be requested to prepare a Best and Final
Offer for consideration by the Evaluation Committee. Contract negotiations will then be
based on submitted Best and Final Offers.
19.0 ASSIGNMENT
19.1 The PROPOSERS shall not assign its rights or duties under an award without the prior
written consent of the CITY. Such consent shall not relieve the assignor of liability in the
event of default by its assignee.
20.0 ERRORS OR OMISSIONS
20.1 The PROPOSER shall not be allowed to take advantage of any errors or omissions in this
RFP. Where errors or omissions appear in this RFP, the PROPOSER shall promptly notify
the CITY's Purchasing Division in writing of such error or omission it discovers. Any
significant errors, omissions or inconsistencies in this RFP are to be reported no later than
ten (10) days before time for the RFP response is to be submitted.
21.0 TERMINATION
21.1 If this award results in a contract, it shall remain in effect until contract expires, delivery and
acceptance of products and/or performance of services ordered or terminated by the CITY
or Contractor with a thirty (30) day written notice prior to cancellation. In the event of
termination, the CITY reserves the right to award a contract to next lowest and best
PROPOSER as it deems to be in the best interest of the CITY.
21.2 Further, the CITY may cancel this contract without expense to the CITY in the event that
funds have not been appropriated for expenditures under this contract. The CITY will
return any delivered but unpaid goods in normal condition to the PROPOSER or pay for
the goods, at the CITY's sole direction.
22.0 TERMINATION, REMEDIES, AND CANCELLATION
22.1 Right to Assurance. Whenever the CITY has reason to question the PROPOSER's intent
to perform, the CITY may demand that the PROPOSER(s) give written assurance of
PROPOSER's intent to perform. In the event a demand is made, and no assurance is
given within ten (10) calendar days, the CITY may treat this failure as an anticipatory
repudiation of the contract.
RFP 23-0029
Temporary Veterinarian Services Page 29 of 66
23.0 CHANGE ORDERS
23.1 No oral statement of any person shall modify or otherwise change or affect the terms,
conditions or specifications stated in the resulting contract. All change orders to the con-
tract will be made in writing by the CITY's Financial Management Services Department and
signed by both parties. Change orders must be approved by CITY Council if dollar amount
is over $100,000.00.
24.0 VENUE
24.1 The agreement(s) will be governed and construed according to the laws of the State of
Texas. The agreement(s) is (are) performable in Tarrant County, Texas. Venue shall lie
exclusively in Tarrant County, Texas.
25.0 CONFLICT OF INTEREST
25.1 No public official shall have interest in this contract, in accordance with Vernon's Texas
Codes Annotated, Local Government Code Title 5, Subtitled C., Chapter 171. (see
Attachment A).
26.0 INSURANCE
26.1 For the duration of a contract resulting from this RFP, PROPOSER shall carry insurance
in the types and amounts as specified in Attachment E of this RFP. Insurance coverage(s)
required herein are intended to respond to occurrences which may arise from services
and/or goods related to this bid solicitation.
27.0 CONTRACT CONSTRAINTS AND CONDITIONS
27.1 All services shall be provided in accordance with applicable requirements and ordinances
of the CITY, laws of the State of Texas, and applicable federal laws.
27.2 The proposed Services Agreement has been provided with this RFP as Attachment E.
PROPOSERS must submit any objections to the contract provisions along with responses.
27.3 A fully executed contract shall be comprised of the following documents:
I. Vendor Services Agreement
II. This Request for Proposals, including all Attachments
III. The Successful PROPOSERS written Proposal
28.0 INVOLVEMENT OF MINORITY BUSINESS ENTERPRISE (MBE):
28.1 MBE participation is not part of the selection criteria.
29.0 COOPERATIVE PURCHASING
29.1 Should other governmental entities decide to participate in this Contract, PROPOSERs
shall indicate in their proposals whether they agree that all terms, conditions, specification,
and pricing would apply.
29.2 If the successful PROPOSER agrees to extend the resulting Contract to other
governmental entities, the following will apply: Governmental entities within utilizing
Contracts with the CITY of Fort Worth will be eligible, but not obligated, to purchase
material/services under this Contract(s) awarded as a result of this solicitation. All
purchases by governmental entities other than the CITY of Fort Worth will be billed directly
to that governmental entity and paid by that governmental entity. The CITY of Fort Worth
RFP 23-0029
Temporary Veterinarian Services Page 30 of 66
will not be responsible for another governmental entity's debts. Each governmental entity
will order its own material/services as needed.
30.0 BILLING FOR SERVICES. PAYMENT
30.1 PROPOSER shall bill for services based on the Proposed Service Fees and Charges
Schedule for actual services performed, as presented in Attachment C.
30.2 All payment terms shall be "Net 30 Days" unless specified in the proposal.
30.3 Service PROPOSER shall invoice no more frequently than monthly for services provided.
30.4 Invoices shall be submitted to the CITY department designated by the CITY. Service
PROPOSER shall submit separate invoices in duplicate, on each purchase order or
purchase change order after each transaction. Invoices shall indicate the purchase order
or purchase change order number. Invoices shall be itemized and Service PROPOSER
shall mail or deliver invoices to Buyer's Department and address as set forth in the block
of the purchase order, purchase change order or release order entitled "Ship to." Payment
shall not be made until the above instruments have been submitted after delivery and
acceptance of the goods and/or services.
30.5 Successful PROPOSERs are encouraged to register for direct deposit payments prior to
providing goods and/or services using the forms posted on the CITY website at
httD://www.fortworthtexas.aov/ourchasina.
31.0 CERTIFICATE OF INTERESTED PARTIES FORM 1295
31.1 The successful PROPOSER is required to complete online and notarize the Certificate of
Interested Parties Form 1295 and the form must be submitted to the Purchasing contact
listed in the solicitation before the purchase/contact will be presented to the City Council.
The form may be completed at:
httos://www.ethics.state.tx.us/whatsnew/elf info form1295.htm.
32.0 CHANGE IN COMPANY NAME OR OWNERSHIP
32.1 The Vendor shall notify the CITY's Purchasing Manager, in writing, of a company name,
ownership, or address change for the purpose of maintaining updated CITY records. The
president of the company or authorized official must sign the letter. A letter indicating
changes in a company name or ownership must be accompanied with supporting legal
documentation such as an updated W-9, documents filed with the state indicating such
change, copy of the board of director's resolution approving the action, or an executed
merger or acquisition agreement. Failure to do so may adversely impact future invoice
payments.
33.0 PROPOSAL REQUIREMENTS/FORMAT
33.1 Proposals should adequately address all evaluation factors listed on 16.0 and include the
following list of required items that that will be used as part of the evaluation. Proposals
should be prepared as simply as possible and provide a straightforward, concise
description of the proposer's capabilities to satisfy the requirements of the RFP. Utmost
attention should be given to accuracy, completeness, and clarity of content. All parts,
pages, figures, or tables should be numbered and clearly labeled. Response information
should be limited to pertinent information only. PROPOSER shall utilize the format below
to submit their proposal. PROPOSER'S proposal submission must include the
following information, failure to provide all the information will deem the bid non-
responsive:
RFP 23-0029 Page 31 of 66
Temporary Veterinarian Services
33.1.1 A completed and signed original Request for Proposals (RFP) Cover Sheet. The
primary contact should be identified, together with both telephone and email
contact information. The cover letter will not be included in the page count;
33.1.2 A completed Document Checklist, Attachment F to aid in responsiveness. This
page will not be included in the page count;
33.1.3 Provide Firm's background, years in business, capabilities and experience of key
personnel as it relates to the scope of work for this solicitation.
33.1.4 References: Proposals shall list a minimum of three (3) references from projects
similar in nature, size and scope completed or undertake in the past two years.
Letters shall include the following items:
33.1.4.1 Company letterhead, including contact information;
33.1.4.2 Description of Services/Scope of Work;
33.1.4.3 Number of years working with Firm;
33.1.4.4 Brief explanation of customer's satisfaction and recommendation of Firm.
Please provide a rating of 1-5. One (1) being unlikely to recommend and
unsatisfied, and five (5) being highly satisfied and highly recommended;
33.1.4.5 Brief explanation on likeliness to work with Firm again. One (1) being
unlikely to continue to use Firm and five (5) highly likely to use Firm again;
33.1.5 Please provide three (3) examples of previous clients who are similar to the City in
which you have provided this service and product for. Please note, this question
does not negate the required references requested in section 33.1.4. This question
is asking for a detailed description of the type of client, size, number of personnel
being provided, etc.
33.1.6 Firm's project approach and methodology to provide services. Demonstrate the
firms understanding of the City's specifications, to include:
33.1.6.1 How the firm plans to provide services;
33.1.6.2 Description of the Proposer's onboarding process to obtain Licensed
Doctor of Veterinary Medicine (Veterinarian) and Licensed Veterinary
Technicians (LVT);
33.1.6.3 Number of licensed Doctor of Veterinary Medicine (Veterinarian) and
Licensed Veterinary Technicians (LVT) available, please include
provisional licensees, if applicable;
33.1.6.4 Any relevant certifications, trainings, licenses related to the scope of
work.
33.1.7 A completed and signed Conflict of Interest Questionnaire, Attachment A;
33.1.8 A completed and signed Proposer Contact Information, Attachment B;
33.1.9 A completed and signed Price Schedule, Attachment C. All pricing shall be
submitted in a separate seal envelope labeled "Pricing" with your proposal;
33.1.10 A completed and signed Proposer Qualification Questionnaire, Attachment D;
RFP 23-0029 Page 32 of 66
Temporary Veterinarian Services
33.1.11 Any and all exceptions to the RFP must be listed on an item -by -item basis and
cross-referenced. If there are no exceptions, the Firm must expressly state that no
exceptions are taken;
33.1.12 Any addendums sent out after the release of the bid. Should there be any, the
signed addendums will not be included in the page count;
33.1.13 Scanned copy of all documents listed in Section 33.0 in a USB flash drive. Please
note, only the items on the USB will be evaluated, therefore, all documents must
be uploaded to the USB.
RFP 23-0029
Temporary Veterinarian Services Page 33 of 66
EXHIBIT A
SCOPE OF SERVICES
The City of Fort Worth is seeking proposals from qualified firms to establish an Agreement for Temporary
Veterinarian Services in accordance with the descriptions and specifications listed in this solicitation.
1.0 GENERAL CONDITIONS
The successful Proposer(s) shall provide temporary licensed veterinarian and veterinary technician
to include the following:
1.1 The selected Proposer shall appoint one (1) person who is an employee of the Proposer
who will service this agreement and who will be the liaison between the City and
Proposer.
1.2 Veterinarian and veterinary technician services shall be performed for one (1) shift, seven
(7) days per week, including holidays or as requested and approved by City staff.
1.3 The Proposer shall establish the schedules of all personnel.
1.3.1 Starting times shall vary and the shifts may be for varying lengths of time. Typically,
personnel will work the following shifts:
1.3.1.1 Licensed Doctor of Veterinary Medicine (Veterinarian) — full time or
part-time 8:OOAM — 4:OOPM.
1.3.1.2 Licensed Veterinary Technicians — full time or part-time
1.3.1.2.1 Ten (10) Hours Shift: 7:OOAM — 6:OOPM
1.3.1.2.2 Eight (8) Hours Shift: 8:OOAM — 5:OOPM
1.3.2 Temporary personnel will not be permitted to work two (2) shifts in one twenty-four
(24) hour period unless otherwise approved by City staff.
1.3.3 Temporary personnel will be assigned to work at either of the following City
shelter's locations:
1.3.3.1 Silcox Animal Care and Adoption Center
4900 Martin Street, Fort Worth, Texas 76119
1.3.3.2 North Animal Campus
351 Hillshire Drive, Fort Worth, Texas 76052
1.3.3.3 The City reserves the right to add or remove locations at the City's
discretion.
1.4 The Proposer shall provide personnel within ten (10) business day from the date City
staff submits the request. The request will be submitted via email to the Proposer's
representative, unless other method of communication is agreed upon.
RFP 23-0029
Temporary Veterinarian Services Page 34 of 66
1.5
1.6
1.7
1.8
1.9
1.10
The Proposer shall provide the City with temporary personnel to the fullest competency
and skill levels as set forth in the solicitation.
The City reserves the right to:
1.6.1 Immediately dismiss temporary personnel provided by the Proposer, if City staff
becomes dissatisfied with the service or performance for any reason. The
Proposer shall be paid for time actually worked by the dismissed personnel.
1.6.2 Reject personnel provided by the Proposer if they are found to be unacceptable
before or after starting on the task to which they have been assigned.
Proposer shall furnish personnel:
1.7.1 Capable of performing the duties who possess the necessary skills, knowledge
and ability to perform the roles into which they are to be placed. Proposer will
provide the City in advance a report of the candidate's credentials, skill level and
years of experience.
1.7.2 Licensed and/or certified by the Texas Veterinary Board. Provisional licenses
and/or certifications granted by the Texas Veterinary Board will be accepted by
the City.
1.7.3 Appropriately dressed for the assignment and be clean.
1.7.4 Be no less than 18 years of age.
1.7.5 Possess a valid government identification.
1.7.6 Possess the ability to:
1.7.6.1 Deal effectively and courteously with the public;
1.7.6.2 Work with City clients;
1.7.6.3 Show attendees;
1.7.6.4 Verbally communicate effectively with others; and
1.7.6.5 Be willing to follow instructions from the City representatives.
Absolutely no visitors (including family members) shall be allowed at the work site during
the course of the work shift, unless they are, in fact, personnel of the Proposer assigned
to that job site.
Proposer shall also be solely responsible and liable for the safety, injury and health of its
personnel while its contract personnel is performing their duties on City property.
The City may elect to convert temporary personnel to full-time status.
1.11 There shall be no obligation on the part of the City to hire any personnel it is supplied
under the terms of this agreement on a full-time basis following the term of the part-time
employment.
1.12 Proposer shall provide personnel with a form of identifying clothing and name badge
including a jacket, shirt, and/or cap.
1.13 The Proposer shall set the hourly rate of pay for all personnel. Proposer is required to
pay at least a minimum wage of $15.00 (fifteen dollars) hourly rate, to all its employees
RFP 23-0029
Temporary Veterinarian Services Page 35 of 66
who perform work on behalf of the City. Proposer shall be required quarterly, to provide
satisfactory evidence in the form of a report to reflect compliance with this requirement.
The report should include employee name, hourly rate and a copy of the latest paystub
issued one pay period prior to the completion of the report.
1.14 No overtime will be paid by the City. It is the Proposer's sole responsibility to schedule
and/or rotate personnel to ensure that they do not qualify for overtime.
1.15 The Proposer and all personnel shall be required to provide their own transportation to
and from their assigned work site. If transportation is provided by the Proposer, a fee may
not be charged to their personnel.
1.16 Proposer shall furnish a daily time sheet with names of the personnel to the City
representative. The hours worked by all personnel shall be documented on this form.
1.17 If any Proposer's personnel leave the job site before completing their shift, no payment
shall be rendered for that shift. Payments shall be rendered only for hours worked.
1.18 The Proposer shall provide a guarantee of performance
2.0 ADDITIONAL REQUIREMENTS
2.1 Temporary Personnel Services
2.1.1 The listed duties shown in this scope of services are only illustrative and are not
intended to describe every function that may be performed by personnel. The
Proposer shall have the sole responsibility to assign specific duties which are
logically required for the assignment.
2.1.2 During the performance of the agreement, the Proposer shall be required to
adhere to the following requirements:
2.1.2.1 Proposer's personnel are prohibited from performing duties while under
the influence of alcohol or illegal drugs, or if performance is impaired,
while under the influence of lawfully prescribed or over-the-counter
drugs. If in the opinion of the City official, Proposer's personnel are
suspected of being impaired due to the influence of illegal drugs or
lawfully prescribed or over the counter drugs or alcohol, the personnel
may be dismissed at any time during the shift. Personnel may be subject
to random drug and alcohol testing; however, Proposer will be solely
responsible for administering any drug or alcohol tests.
2.1.3 Dress Code for ALL job sites
2.1.3.1 Proposer shall ensure that all of Proposer's personnel are clean and
appropriately and safely dressed for the assignment with proper
footwear. No clothing shall be worn with any promotion, logo, or
advertisement.
2.1.3.2 Proposer's personnel are expected to maintain high standards of
grooming and personal hygiene.
2.1.3.3 Appropriate seasonal outerwear, Safety glasses, hard hats or other
personal protection equipment, if necessary, must be supplied by the
Proposer. The City is not responsible for providing seasonal outerwear,
safety glasses, hard hats, or any other personal protection equipment.
RFP 23-0029
Temporary Veterinarian Services Page 36 of 66
2.1.3.4 For safety reasons, while on duty, Proposer shall not allow personnel to
wear headphones, musical devices, or sunglasses inside City facilities.
2.2 Shelter Licensed Doctor of Veterinary Medicine (Veterinarian) — General Requirements
2.2.1 Veterinarian shall perform visual inspections, examinations and treatments at all
levels of care of animals brought into or held in the shelter and ensure the overall
health and care of each animal, including:
2.2.1.1
Performing spay/neuter surgical procedures on eligible animals;
2.2.1.2
Overseeing the vaccination of eligible animals;
2.2.1.3
Release of domestic animals after rabies observation periods; and
2.2.1.4
Participating in all other aspects of animal care to effectively care for
animals and to control animal -related human health concerns.
2.2.2 The City
prefers Veterinarians with working knowledge and experience of:
2.2.2.1
Veterinary science principles, practices and techniques;
2.2.2.2
Principles of anatomy, physiology and behavior of a large variety of animal
species;
2.2.2.3
Basic principles and procedures of safe animal handling and restraint
techniques;
2.2.2.4
Techniques and procedures required in the veterinary medical care of a
variety of domestic or exotic animals;
2.2.2.5
Animal species, nutrition, habitats, behaviors and reproduction.
2.2.3 Veterinarian Training and Experience
2.2.3.1 Graduation from a college or university accredited by the American
Veterinary Medical Association with a Doctor of Veterinary Medicine
(DVM) Degree.
2.2.3.2 Licensed by the Texas of Veterinary Board
2.2.3.3 Conform to all surgical standards as dictated by the Texas Veterinary
Medical Practices Act.
2.2.3.4 All veterinary staff is fully licensed and insured within Texas to practice
veterinary medicine.
2.2.3.5 Prepare clear and concise reports and maintain accurate records.
2.2.3.6 Establish and maintain effective working relationships with those
contacted in the course of work.
2.2.3.7 Pet sterilization:
2.2.3.7.1 All drug and pet sterilization records will be recorded and will
be maintained by the City as required by Texas law.
RFP 23-0029 Page 37 of 66
Temporary Veterinarian Services
2.2.3.7.2 All soft goods (materials, drugs and supplies) required for the
sterilization of identified pets will be provided by the City. This
Agreement also assumes the Contractor's use of existing City
materials (the use of large items at the shelter, including, but
not limited to, Fort Worth Animal Care and Control (FWACC)
pet carriers for surgery transport or surgical lights, tables,
anesthesia machines, and oxygen concentrators, mops and
cleaning materials) when surgeries are done onsite at the
shelter.
2.2.3.7.3 Shelter staff will fill out surgery forms for animals to accurately
track all services and provide surgery documentation for each
animal serviced.
2.2.3.7.4 Fort Worth Animal Care and Control (FWACC) kennel staff
will monitor animals daily during cage cleaning post -surgery
and alert Proposer of any concerns staff have about animals'
post -surgery as soon as problems develop.
2.2.3.7.5 Post -surgical issues will be addressed on a case -by -case
basis.
2.2.3.8 Proposer will have the ability to decline animals the Proposer determines
are not good surgery candidates at all times. NO in heat or pregnancy
fees will be assessed.
2.2.3.9 The assigned task requires standing for prolonged periods of time; heavy,
moderate or light lifting.
2.3 Shelter Licensed Veterinary Technician — General Requirements
2.3.1 Veterinary Technician shall provide veterinarian technician services, including:
2.3.1.1 Examining animals;
2.3.1.2 Immobilizing animals;
2.3.1.3 Conducting laboratory tests;
2.3.1.4 Maintaining laboratory results and medical files;
2.3.1.5 Administering vaccinations;
2.3.1.6 Performing a variety of medical procedures; and
2.3.1.7 Maintaining inventory, as directed by the Proposer.
2.3.2 The City prefers veterinary technicians with working knowledge and experience of:
2.3.2.1 Basic methods; and
2.3.2.2 Techniques of veterinary procedures.
2.3.2.3 Basic principles of anatomy, physiology and behavior of a large variety of
animal species.
2.3.2.4 Basic principles and procedures of safe animal handling and restraint
techniques.
RFP 23-0029
Temporary Veterinarian Services Page 38 of 66
2.3.2.5 Operational knowledge of characteristics of veterinary equipment and
tools.
2.3.2.6 Proper feeding and diet strategies of a variety of animal species.
2.3.3
Veterinary Technician preferred training and experience:
2.3.3.1 One year of Veterinary nurse/tech experience.
2.3.3.2 Licensed by the Texas of Veterinary Board
2.3.3.3 Prepare clear and concise reports and maintain accurate records.
2.3.3.4 Establish and maintain effective working relationships with those
contacted in the course of work.
2.3.4
The assigned task requires standing for prolonged periods of time; heavy,
moderate or light lifting.
3.0 HOURS OF OPERATIONS
3.1 Regular hours shall be:
3.1.1
Monday through Sunday 7:OOAM to 6:OOPM, including City Observed Holidays.
3.2 Outside
-Regular hours shall be:
3.2.1
Monday through Sunday 6:01 PM to 6:59AM.
3.3 City Observed
Holidays
3.3.1
New Year's
3.3.2
Martin Luther King
3.3.3
Memorial Day
3.3.4
Juneteenth
3.3.5
July 4th
3.3.6
Labor Day
3.3.7
Thanksgiving Thursday and the following Friday
3.3.8
Christmas
RFP 23-0029 Page 39 of 66
Temporary Veterinarian Services
ATTACHMENT - A
CONFLICT OF INTEREST DISCLOSURE REQUIREMENT
Pursuant to Chapter 176 of the Local Government Code, any person or agent of a person who
contracts or seeks to contract for the sale or purchase of property, goods, or services with a local
governmental entity (i.e. The CITY of Fort Worth) must disclose in the Questionnaire Form CIQ
("Questionnaire") the person's affiliation or business relationship that might cause a conflict of
interest with the local governmental entity. Bylaw, the Questionnaire must be filed with the Fort
Worth CITY Secretary no later than seven days after the date the person begins contract
discussions or negotiations with the CITY, or submits an application or response to a request for
proposals or bids, correspondence, or another writing related to a potential agreement with the
CITY. Updated Questionnaires must be filed in conformance with Chapter 176.
A copy of the Questionnaire Form CIQ is enclosed with the submittal documents. The form is
also available at http://www.ethics.state.tx.us/forms/CIQ.pdf.
If you have any questions about compliance, please consult your own legal counsel. Compliance
is the individual responsibility of each person or agent of a person who is subject to the filing
requirement. An offense under Chapter 176 is a Class C misdemeanor.
NOTE: If you are not aware of a Conflict of Interest in any business relationship that you
might have with the CITY, state Vendor name in the # 1, use N/A in each of the areas on the
form. However, a signature is required in the #7 box in all cases.
RFP 23-0029
Temporary Veterinarian Services Page 40 of 66
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business wr th local governmental entity
This questionnaiw refiacts changes made to the law by WIL 23, &tth Leg., Regular Session
This quashonnara is bone filed in acoordarice with Chaplet 176, Local Govmrvrient Cody, t)y a vandor who
has a business relationship as defined by Section 175.0010-a) twtsft a loeW f;wmwenta) orew and the
vendor moats requirements udder Section 176.00641.
Ry lave this questionnaire artist be filed with the records administralhr of the local gawei r ntal - my not later
than the 7th busiiness day after Ore date the vendor becomes aware of facts ria: ►WWe the 5Wijmerrt to be
Mod. Sec Sectim 176 Uo6(a 1). Loral GGoremmed Code
A vendor commits an olfonse 0 the vendor kriowir4 ft violates Section 175.o06. Local Gavernmw Code. An
offense under to section is a msdameanrar.
J Nam of wendorwho has abusiness rolationshipwith local governmontalonttty.
FORM CIO
oFFICE USE ONLY
J ❑ Check this box It you era filing an update to a prow iousty tiled questionnaire. (The law requires that you file an updated
completed questionnaire with the appropriate filing authority not later than ttte 7th business day after the date on wfiich
you became aware that the originally filed questionnaire was incomplete or inaccurate.)
31 Nam of local goverrlrnent Officer about whom the Information is boiling disclowd.
3.11 a C'=:11;:e1
J Describe each employment or other business relationship with the local government officer. carts lamity memhAr of the
otficer. as described by Section 176.0031a)(2)(A)_ Also describe any family relationship with the local government offker_
Complete subparts A and 0 for each omploymenI air business relationship described Attach additional paws to this Form
CIO as necessary.
A. Is me local govommont oificor or a family mg-bv of Pie officer receiving or likely to rec4mo taxable incorno-
ol:W than irvestmrirr income. from the vendor?
7]Yes F7No
B. Is thavim," receiving of lili®ly to recarwe taxable incoma. other &w bnvasttrlant income, hem at ai the &action
of the local government afficor or a family member of the officer AND the taxable income is rout received from the
local govornmental entity?
Y&5 = No
11 Deserlbo inch employment or business relationship that the vendor named in Section t maintains with a corporation or
other business entity with respect to which the local government officer serves as an offerer or director. or holds an
ownership Iniernsl of one potcent or morn,
J
❑ Check ih-a box it the vendor has grvon Me local Qavernm---r t aflism or a fanny marriber of the of!xw am or more gitls
as descried in Section 176.003(a)(2}0E . excluding gft descried in Section 176.D03ta-1)-
7 1
Signature of vendor doing business w th the governirlerital entity
Gala
Form pravided by Texas Ethos Cammis&on www.athics.state_rx.us Reused t 1,2021
RFP 23-0029
Temporary Veterinarian Services
Page 41 of 66
CONFLICT OF INTEREST OUESTIONNA,IRE
For vendor doing business with local govervirmntal entity
A complete copy of Chapter 176 of the Local Government Code my be found at rttp',Viww-slatules_legis.stale. bc-us
Oocs LGlhtm LG 176 htm For easy reference, below are some of the sechors cited on itrs form,
1oUl Gaaromrrm"I f'.or aj 17f,W111=;'Business relationship" mans a connection between two or more parties
based on commemal activity of one of the parties. The term does not include a cx7nnection.based on:
(A) atransacction that is subject to rate or fee regulation by a tecieral, state, or locatgovernmental entity or an
agency of a federal, state, or local governmental entity:
(8) a trartsacwn conducted at a price and subject to terms available to the public; or
(C) apurchase or tease of goods or servl s front a person that is chartered by a slate or feral agency and
that is sltblsct to regular examination by, and reporting to, that ago".
Local Govetry)Ymni Code 4 17G.O=aH 2)(A) and(B);
(a) A local governmam offrcat shall file a coMlicts disclosure slatementwtn tespecl ib aveodor If:
(2) the vendor:
(A) has an employment or other business relationship vn h the local government ofticet or a
family member or the officer that results in the officer or family mernber receiving taxable
income. other than irwestirient income. that exceeds 52,500 during the 12-month period
preceaing thedatethat theotlycet becomes aware that
(i) a conlracl between the local governmental entity and venclor has been executed
or
() the local governmental entity is cons,ictering entering into a contract with the
vendor;
(8) has given to the local government officerora family member of the officer one or more gifts
that have an aggl egate value of more than $1 DO in the t 2-month pert od preceding the date the
officei becornes aware that-
(i) a contract between the local governmental entity andvendor has been executed, or
(ii) the local governme lital enttly s considering entering into a contract with" vendor.
Local Governrrmnit Code 6176,OMa) and (.a-1)
i a) A vendor shall file a completed conflict of interest questionnaire it the vendor has a business relationship
with a local governmental entity and-,
(1 has an employment or other business relations ilpwith a local governmeni officer of that local
glovem,mental entity, or a family member at the officer. described by Section 176 0031ao(2)(Al;
(2) has given a local govemmm otttcer of that local governmental entity, or a family member of the
officer, one or more grits with the aggregate value `p@OiedbySection 176 003(a)(2)(5),excluding any
giftdescribed t y Section 176.003(a- t ); or
(3) has afamily relationshlpwith a local governmert officerol that local governmental entity-
(a-11 -rho Completed donflx:t 01 interest questionnaire must beffledwitlithe appropriate records administrator
not later than the seventh business day after the later of
(1) the dale that the vendor.
(A) begins discussions of negotiations to eater into a contract wrth the local governmental
entity; or
(8 st mds to the local governmental entity an acoicanon, response to a request for proposals
of olds, correspondence, or another writing related to a potential contract with the local
governmental entry'. OF
(2) the date the vendor becomes aware:
(A) ref an employment or other busyness relabonsrtip with a local governmeol officer, or a
family member of the oft cer, descrbed by Subsection [a'
(6) that thevendar has given one ar more gifts described by SubsecDon (a); or
(G) of a tamlly relationship wan a local govemrnent otlicer.
Form prwded by Taxas Ethics Corm►issian wrrw.olhiC& stale.lx.us
RFP 23-0029
Temporary Veterinarian Services Page 42 of 66
ATTACHMENT - B
PROPOSER CONTACT INFORMATION
Proposer's Name:
Proposer's Local Address:
Phone: Fax:
Email:
Name of persons to contact when coordinating services:
Name/Title
Phone: Fax:
Email:
Name/Title
Phone: Fax:
Email:
Name/Title
Phone: Fax:
Email:
I hereby attest that all information provided in Attachment — B has been completed to the best of my
knowledge, truthfully.
Name: Signature:
Title: Date:
RFP 23-0029
Temporary Veterinarian Services Page 43 of 66
ATTACHMENT — C
PRICE SCHEDULE
This sheet will be used to evaluate costs and pricing. This sheet must be in a separate sealed envelope
inside the main package marked "PRICING." Please do not include pricing within the bid response
documents whatsoever.
The price proposal asks for details concerning the components of the pricing that goes into each vendor's
overall proposal. Understanding the level of effort and cost for each service helps the City to better
understand the structure of the proposed work. Note that the City may choose to purchase some, all, or
none of these components
Proposer may include any additional services and fees. However, pricing for this RFP will only be
evaluated for the cost of items below.
1.0 Price Schedule for services provided during regular hours of operations as defined in Exhibit A,
Section 3.0, subsection 3.1
Proposer Estimated^
Hourly Unit of Quantity City Hourly Total Cost
Service Description Pay to Measure of Hours Rate
Employee per Year
Temporary Full -Time -Licensed
Hourly 2,080.00
Doctor of Veterinary Medicine
(DVM) — Fee per hour
Hourly 1,040.00
Temporary Part -Time - Licensed
Doctor of Veterinary Medicine
(DVM) — Fee per hour
Temporary Full -Time Licensed
Hourly 2,080.00
Veterinary Technician (LVT) — Fee
per hour
Hourly 1,040.00
Temporary Part -Time - Licensed
Veterinary Technician (LVT) — Fee
per hour
(*) Please note that Proposer's base pay to employee should be a minimum of an hourly rate of $15.00
(fifteen dollars).
RFP 23-0029 Page 44 of 66
Temporary Veterinarian Services
2.0 Price Schedule for services provided during regular hours of operations as defined in Exhibit A,
Section 3.0, subsection 3.1
Estimated
Unit of Quantity Fee per Total Cost
Service Description Measure of Surgery
Surgeries
per Year
Fee per Animal Surgery— performed by Each 1,000.00
Licensed Doctor of Veterinary Medicine (DVM)
(**) The quantities listed on the Price Schedule are only estimates based on previous usage and do not
indicate intent to purchase or a guarantee of future business.
The Proposer may also provide optional services, please specify each service type in a separate sheet.
Name: Signature:
Title: Date:
RFP 23-0029 Page 45 of 66
Temporary Veterinarian Services
ATTACHMENT— D
PROPOSER QUALIFICATION QUESTIONNAIRE
1. Describe Proposer's years of knowledge and expertise in providing Temporary Veterinarian
Services to a similar or same size entity
2. How many years has your company been in business under its present name?
3. List any former names your company has operated under and the timeframe.
Name
Timeframe
4. Is your company able to provide personnel within ten (10) business days from the date of City staff
request as required in this solicitation? Yes ❑ No ❑ . If answered "No", please state the timeframe
that your company will be able to provide personnel
5. Is your company able to provide personnel at the City request in case an emergency arises that
requires a prompt response from the Proposer? Yes ❑ No ❑ If answered "No", please state the
time it will take your company to fulfill a short notice request from the City
6. How many Licensed Doctor of Veterinary Medicine (DVM) and Licensed Veterinary Technician
does your company have available?
7. Does your company keep Licensed Doctor of Veterinary Medicine (DVM) and Licensed Veterinary
Technician on call for emergency requests? Yes ❑ No ❑
8. Does your company have the ability to provide services 24 hours a day, seven days a week,
including City Observed Holidays if required by the City of Fort Worth? Yes ❑ No ❑
9. Please describe in a separate sheet, your company onboarding process to include verification of
licenses, credentials and/or certifications, skill level and years of experience.
10. Please provide in a separate sheet, information related to current veterinarian staff as requested in
this solicitation to include: licenses, tenure with your company and availability.
11. Please describe in a separate sheet, your company's method of quality control.
I hereby attest that all information provided in Attachment - D has been completed to the best of my
knowledge, truthfully.
Name: Signature:
Title: Date:
RFP 23-0029
Temporary Veterinarian Services Page 46 of 66
ATTACHMENT — E
DRAFT VENDOR SERVICES AGREEMENT
The draft vendor services agreement is attached as a separate document
RFP 23-0029
Temporary Veterinarian Services Page 47 of 66
ATTACHMENT -F
DOCUMENTATION CHECKLIST
*Proposer shall complete the below to aid in responsiveness*
Refer to Section 33.0 for more information on the below required documents.
Renuired Documents 2gqument Angshgd? Yes/No
Paae_Num.grL&JQf
*Answering No to the below will
BA Rg&non,
result in the bid being deemed
*Bidder will need tc
non -responsive*
number each page
of their proposal.
A completed and signed Request for Proposals (RFP)
Cover Sheet
A completed Document Checklist, Attachment F
A completed and signed — Conflict of Interest
Questionnaire, Attachment A
Firm's background, capabilities and experience of the
project team members of the Firm or sub -consultant
Firms who will actually be performing services
described in this RFP.
Please refer to section 33.0
Three Letters of reference similar to the scope of this
RFP.
Please refer to section 33.0
Please provide three (3) examples of previous clients
who are similar to the City in which you have provided
this service and product for
Please refer to section 33.0
Firm's project approach and methodology to provide
services.
Please refer to section 33.0
A completed and signed Proposer Contact Information,
Attachment B.
A completed and signed Price Schedule, Attachment C.
Separate Sealed
Envelope labeled
"Pricing"
A completed and signed Proposer Qualification
Questionnaire, Attachment D.
Any and all exceptions to the RFP must be listed on an
item -by -item basis and cross-referenced. If there are no,
exceptions, the Firm must expressly state that no
exceptions are taken.
Any addendums sent out after the release of the bid.
Scanned Copy of all required documents and electronic
files saved in an USB flash drive/thumb drive. —:>—<
RFP 23-0029
Temporary Veterinarian Services Page 48 of 66
EXHIBIT D
VENDOR'S BID RESPONSE TO CITY'S RFP No. 23-0029
FORTWORTH,
RFP Cover Sheet
PURCHASING DIVISION
REQUEST FOR PROPOSALS (RFP)
for
23-0029 Temporary Veterinarian Services
Issued: Wednesday, February 8, 2023
PROPOSAL SUBMISSION DEADLINE: Thursday, March 16, 2023 by.1:30PM Local Time
NO LATE PROPOSALS WILL BE ACCEPTED
Pron_ osal shall be delivered/mailed to: Legal Name, d/b/a and address of Proposer
The Sr. Purchasing Manager submitting the Proposal:
City of Fort Worthl/� �V PLC,
Purchasing Division, Lower Level, City Hall, ��
200 Texas Street, Fort Worth, Texas 76102 �]pi Ageaut FI c-0 � , t F&VrbAJ � X.
Note: Return this Cover Sheet with the Proposal
Pre -Proposal Conference will be held in person
10:OOAM (CST) on Tuesday, February 14, 2023
200 Texas, Fort Worth, TX, 76102 - Third Floor,
Northwest Corridor, City Manager's Office
Conference Room #3280
In case of inclement weather, in -person option
will be cancelled. The Proposer will be able to
access by video conference, please refer to
Page 5, section 8.3.2 for details.
For additional information/clarifications regarding
this RFP, please see Section 5.0.
Assigned Buyer: Maria Canoura
FMSPurchasingResponses(c-)fortworthtexas.gov
Authorized Person: A 10A C 4 A*A
Title: MP_ C C170 1iZ_
Signature�(�u _ cz
Contact Person Name:
Phone: (900)Z,v-#07W Fax OVO).-22&
Email: 01 DACIg, . NU6,14E5 6 ,el pc✓P
Bidder/Supplier ID with City of Fort Worth/ Federal
ID Number (TIN): _'�L-_-1C70 T j?97
Will contract be available for Cooperative Agreement use? (See Section 29) Yes No
• PDF or Adobe or electronic signature is acceptable on this RFP cover page. The Authorized
Person, by his/her signature, represents that he/she is submitting a binding proposal and is
authorized to bind. By signing and submitting, acknowledges that he/she has received and read
the entire document packet, including all documents incorporated by reference, and agrees to be
bound by the terms therein.
• Proposals must be received in the Purchasing Office by 1:30 P.M., "Proposal Submission
Deadline" AND TIME STAMPED PRIOR TO THE 1:30 DEADLINE IN ORDER TO BE
CONSIDERED. Late bids will be returned or destroyed.
• Proposals must be submitted in a sealed envelope WITH THE RFP NUMBER, RFP TITLE AND
PROPOSER'S LEGAL NAME WRITTEN ON THE OUTSIDE OF THE ENVELOPE. In case of
courier, it should be on the outside of the courier's shipping envelope.
• Bids will be opened and read aloud publicly at 2:00PM in the Council Chambers.
Page 49 of 66
ATTACHMENT -F
DOCUMENTATION CHECKLIST
*Proposer shall complete the below to aid in responsiveness*
Refer to Section 33.0 for more information on the below required documents.
[A completed and signed Request for Proposals (RFP)
Cover Sheet
1A completed Document Checklist, Attachment F
JA completed and signed — Conflict of Interest
Questionnaire, Attachment A
Firm's background, capabilities and experience of the
roject team members of the Firm or sub -consultant
Firms who will actually be performing services
Oescribed in this RFP.
Please refer to section 33.0
[Three Letters of reference similar to the scope of this
RFP.
Please refer to section 33.0
Please provide three (3) examples of previous clients
who are similar to the City in which you have provided
this service and product for
Please refer to section 33.0
iFirm's project approach and methodology to provide
sservices.
(Please refer to section 33.0
�A completed and signed Proposer Contact Information,
Attachment B.
W completed and signed Price Schedule, Attachment C.
JA completed and signed Proposer Qualification
'Questionnaire, Attachment D.
Any and all exceptions to the RFP must be listed on an
!item -by -item basis and cross-referenced. If there are no
exceptions, the Firm must expressly state that no
exceptions are taken.
gAny addendums sent out after the release of the bid
Scanned Copy of all required documents and electronic
,Files saved in an USB flash drive/thumb drive.
Document Attached? Yes/No Paae.Number(s)-21
*Answering No to the below will JW.&j2 1=
result in the bid being deemed *Bidder will need to
non -responsive* number each page
of their proposal. *
CS
yes i
v r✓ 5
g
t
Separate Sealed
Envelope labeled
"Pricing"
1.3
v�S
i
1+15
Page 50 of 66
ATTACHMENT — C
PRICE SCHEDULE
This sheet will be used to evaluate costs and pricing. This sheet must be in a separate sealed envelope
inside the main package marked "PRICING." Please do not include pricing within the bid response
documents whatsoever.
The price proposal asks for details concerning the components of the pricing that goes into each vendor's
overall proposal. Understanding the level of effort and cost for each service helps the City to better
understand the structure of the proposed work. Note that the City may choose to purchase some, all, or
none of these components
Proposer may include any additional services and fees. However, pricing for this RFP will only be
evaluated for the cost of items below.
1.0 Price Schedule for services provided during regular hours of operations as defined in Exhibit A,
Section 3.0, subsection 3.1
Proposer Estimated
Hourly Unit of Quantity City Hourly Total Cost
Service Description Pay to Measure of Hours Rate
Employee per Year
Temporary Full -Time - Licensed
Doctor of Veterinary Medicine
(DVM) — Fee per hour
Temporary Part -Time - Licensed
Doctor of Veterinary Medicine
(DVM) — Fee per hour
Temporary Full -Time Licensed
Veterinary Technician (LVT) — Fee
per hour
Temporary Part -Time - Licensed
Veterinary Technician (LVT) — Fee
per hour
FHourly
/1V
Hourly
Hourly
�L
Bn�
Hourly
2,080.00
� 9D
1,040.00
l IVY &CO
2,080.00
1,040.00 $ 311 00
�3�1;��10•a
(*) Please note that Proposer's base pay to employee should be a minimum of an hourly rate of $15.00
(fifteen dollars).
Page 51 of 66
2.0 Price Schedule for services provided during regular hours of operations as defined in Exhibit A,
Section 3.0, subsection 3.1
Estimated
Unit of Quantity Fee per Total Cost
Service Description Measure of Surgery
Surgeries
per Year
Fee per Animal Surgery— performed by WITI+ 40 000
Each 1,000.00
Licensed Doctor of Veterinary Medicine (DVM) XO 5� mINLMurn '
("") The quantities listed on the Price Schedule are only estimates based on previous usage and do not
indicate intent to purchase or a guarantee of future business.
The Proposer may also provide optional services, please specify each service type in a separate sheet.
Name: rE-t)_A Signature:
Title: 1)1 LL L,,7-01'_
Date; '� ILA o�
Page 52 of 66
RFP 23-0029 Temporary Veterinarian Services City of Fort Worth
Attachment C-Price Schedule
Additional RSVP Services offered
Relief Veterinarian shifts (not guaranteed coverage until confirmed by RSVP manager)
Wellness only $145 p/hr with 5 hr minimum
Hi -volume spay/neuter sx (doctor can leave when done) $200 p/hr or $40 per animal, both with an
$800 minimum
Relief Veterinary Technicians (not guaranteed coverage until confirmed by RSVP manager)
Regular rate (includes credentialed and non credentialed experienced staff) $31 p/hr with 5 hr
minimum
Relief Veterinary Technician employment/scheduling for City of Fort Worth candidates
(includes RSVP onboarding/screening/booked to your specifications for a guaranteed 320 hours then
transition to City employment as a means of retaining City candidates, with no placement fee)
Regular rate $31 p/hr
Permanent placement of RSVP Veterinarian with the City of Fort Worth $25,000
Permanent placement of RSVP Veterinary Technician with the City of Fort Worth $6,000
Page 53 of 66
CONFLICT OF INTEREST OUESTIONNAIRE
For vendor doing business with focal governmental entity
This questionnaire rpllects changes made to the law by R.R. 23, 84th Leg.. Regular Ssssiom
FORM CIO
OFFICE USE ONLY
'Ns is : irq 1Gd d' 3cwidefKr3'b'I" CriaplFA 17f;, l.ccal Govi ri-nent anal U, bg a 4.*n'3c:. whG
13S a tUs:riess r_iaac,-, in as a-Mcd R 5ac.os 1.76.(ji`•T'1-al An ; . wyern-�n*ai :mj and the
Vgndc- =at5 rc.-,lJirarrr?rC; under artic - 176.Ijosal
5Y I-1n nz quos maairi r tr-S1 tk %.d -6"n tic- i r- ; ajr--:ratar ct the IC;-z aomar,—z2m:ai c-nuN nez, xer
bU Wra r, aftc_r M dire -s, vandx `.aoarrw; a+sarc of fac—,tar. �uia th8 3?8r11.•nt'a C�
t:a�J X:�c sr 1'6 W-Vlla.T).!£�- G=�arIlnlffi?
A voroy mmmin 7r: ",�.n d 7'r? Y9r^+l-"- vx vinq vidae%.� Loral •'cN@mr:K3rt it*:. An
wrr'9, , a :m-.J�vr111Fan5cr
�11 Flame of ve ndorwho has a busin2s.+s relationship with local governmental -ont ty-
i . VP sEt✓z.VICE-5 LLt,
l Check this box If you am filing an update to a prey iously hlpd questlonmu iro. i7hi �a raq as t 1a S+ou ir;< an ula .:��
C, rr: ?'gd .^,,;F Uorrraire :V'r-'h9 :9j;iropria,t "•ling z: thcTity ^o', 31ar "1zin !^3 7th tc.ay . ` _ sf 9 - ar.. x ,ic
jcu Wcame --kMaro t^st the. or,gmaft: Ned a,to A;2.i mcompiala Cr r aC-:gate.}
3 Narrlo of Iocat Ccvernmwni officer aboul. whom ttw Information is being disclosed,
Name at'Cl! :,Gf
+. Dascrlbs each amployrnent or other busi.ness relationship with tiro local gvvernmast offices or a family membar of the
officer. as described by section t 76.002(a)(2)(A}_ Also describe any family relationship with the local government officer:_
Compivia subparts A and B foroach omploymcmt or businoss mlationship described. Attach additional papas to this Farm
CID ,is rlecessary_
d. is tno 1,—.=. rgovar^:slont ;'fiCar o7 3 tarnik .-n,cnbar ul :no office' cash';rn, or i key to rocawe trrestio r.- -rno
G:thef man i^tres:rn6r:+ incur- tram u:;� veran,1?
Yap F ''-
E.. I: n—. uV !,Vz r racopwing Or. :•va2:y 1;: riwi. ir6 :::xxjnhP*her man i W'w :Citr,C I^ir ':rime. frnir tf at tha dr.,icrior,
cf nr I r;al or<vcrn-ic : offir-^ ar a %-vy 1r1s?r'DET cs tna =ffirr AND the Ma able it oma is -ot rar•.,--vad the
Ix3i .cvasrme+nitl cntr-y7
FiYes = f.:=
Describe each employment or business relationship that the vendor named an Section t maintains with a corporation or
other business entity with respect to which it* local government officer servos as an officer or directot. or holds an
ownership inlarast of one parcent or more.
: hi; Ck bo it 4 tha v ^A-l.' 93 Y g fV0n tb0 t.=aI y^:�4.3'nti"fir`t �f��_Q r or a t.Mmily ^S3r' zQr Jt ?t'k7 otlh:- d'1£i or Moto
U a_ des d+_d in eC1C' 17E w,(2,t51,.4x 'ding qi's das--ted it Szcr:'xr 1,76.tI':3;3-1j.
it pl,:Y,.,dod ty i4.XasEW $ ccmjlllsshr, .. rl!l.CS. SI'M."..X.US
Page 54 of 66
IN
ATTACHMENT - B
PROPOSER CONTACT INFORMATION
Proposer's Name: S� Vp 6 �jw I Ct ,<� 1 L L.(.,
Proposer's Local Address:: _-/O A2TL EE FI ELL .e O o ► 7��
Phone: Fax:
Email: 1"M1C14. IWAWES ?�✓7�. C�✓rl
Name of persons to contact when coordinating services:
Name/Ti tle APL& �� � H (liz rS 1 �l 26L7�
Phone: 4,% -40 7 ,�' Fax:
Email: M MCA, 4 &- C5a�2Sre) vh
Vame/Tit le (,tr�/1i151 ,�1�✓+11NSK 1 /� SUPS 5WI ACC /►' 4AJ,4lTjL_�f,
Phone: ciao- .�/ <1, `�% f Fax: q40 cv 3 J 0
Email: Luc n/D f IG Ili SK-/ ®4� /�✓1°. C.O MV
Name/Title
Phone:
Email:
Fax:
I hereby attest that all information provided in Attachment — B has been completed to the best of my
knowledge, truthfully.
Name: I)V A 4 4WD -ACS Signature:��
Title: QjLO� t VX Date: �i72c
Page 55 of 66
�44k--
I RV
To: City of Fort Worth
From: Dee Johnson
Subject: RSVP - Letter of Reference
Date: March 15, 2023
The purpose of this memo is to confirm that the City of Irving is currently using RSVP Services
to staff veterinarians and technicians. Through our high turnover rates, staff illnesses, and the
covid-19 pandemic, RSVP has been a constant support for our staff.
Recommendation:
On a scale of 1-5, our department would rate RSVP a 5 — highly satisfied and highly
recommended.
Likeliness/ Satisfaction:
On a scale of 1-5, our department would rate RSVP a 5 — highly likely to use firm again.
The following are the reasons for our departments' ratings:
- Professional and Punctual — Timely communication when RSVP staff claim veterinary shifts so
we can plan out the weekly schedule. In the event an employee is going to arrive late our
department is made aware the evening before.
• Efficiency — The RSVP staff are productive and effective when they are on site. Technicians
are constantly working to meet all shelter needs.
• Excellence — RSVP staff have never failed to meet our department's high standards for quality
care in Animal Services.
Thank you,
Dorcas Johnson I Animal Services Manager
Irving Police Department JAnimal Services
4140 Valley View Lane Irving, TX 75038
P: (972) 721-2258 C: (469) 261-9975
deejolinson(u':citvofirvinF;.org I citvofirvinia.ort;
City of Irving 1 4140ValleyView Lane I Irving,TX 75038 1 (972) 721-2256 1 (972) 721-2106 fax I www.cityofirving.org Page 56 of 66
3/15/23, 10:05 AM Relief Services for Veterinary Practitioners Mail - Fwd: Reference
6T}, Jessica Oleksak <jessica.oleksak@4rsvp.com>
Fwd: Reference
Monica Hughes <Monica.Hughes@4rsvp.com> Wed, Mar 15, 2023 at 9:58 AM
To: Jessica Oleksak <jessica.oleksak@4rsvp.com>
To Whom it may Concern:
The City of Lewisville is currently utilizing RSVP Services for veterinary staff and has since 2020. 1 also used their
services while at Grand Prairie Animal Services in 2018 and prior to that at the SPCA of Texas in 2014. My rating of their
services and the likelihood of using them in the future are both a 5. They are always quick to respond and will go above
and beyond to attempt to fill an open shift, even with short notice. Please feel free to contact me if you have any
questions.
Thank you,
Amanda Earl, MBA I Animal Services Coordinator
Lewisville Animal Services
995 E Valley Ridge Blvd
Lewisville, TX 75057
Office: 469.635.5471 1 Main: 972.219.3478
Email I Lewisville Animal Services
DISCLAIMER: http://www,cityoflewisville.com/index.aspx?page=905
Page 57 of 66
https://mail. google.com/mail/u/0/?ik=5bb70138e8&view=pt&search=all&permmsgid=msg-f°/a 3A1760446190575656537&simpl=msg-f%3A1760446190... 1 /1
3/15/23, 3:58 PM Relief Services for Veterinary Practitioners Mail - Fwd: RSVP Services
7
u p Itjuniall
Fwd: RSVPR-Services .
1 message
Monica Hughes <Monica.Hughes@4rsvp.com>
To: Jessica Oleksak <jessica.oleksak@4rsvp.com>
Good afternoon,
Jessica Oleksak <jessica.oleksak@4rsvp.com>
Wed, Mar 15, 2023 at 3:52 PM
Harris County Veterinary Public Health is currently using RSVP Services for veterinary staff and has since 2014. The
agency is very responsive, very friendly and helpful. The veterinary staff that has been referred to our shelter has been a
great help and we have rarely had a complaint.
On a scale of 1-5, 1 give it a 5 as being highly satisfied and highly recommend. And 5 for we are highly likely to use the
firm again.
Kindly,
County Pets
, jc ' Public flealtb
Wendi Kaminski
Texas Support Staff Manager
RSVP Services
940-320-9125 (ex--t 237)
Toni D. Riojas I Executive Assistant
Veterinary Public Health
Phone: (832) 927-1120 1 Fax: (281) 847-1911
Email: ton i.rioias(dphs.hctx.net
612 Canino Rd, Houston, TX 77076
Page 58 of 66
https://mail.google.com/mail/u/0/?ik=5bb70138e8&view=pt&search=all&permthid=thread-f:1760468448776383794&simpl=msg-f:1760468448776383794 1 /1
RFP 23-0029 Temporary Veterinarian Services City of Fort Worth
33.1.5 Examples of previous (some are current) clients who are similar to the City in which you have
provided this service for
1. Weatherford Animal Services
2. Denton Animal Services/City of Denton
3. City of Grand Prairie Shelter
4. City of Arlington Animal Shelter
5. City of Sherman Animal Shelter
6. Harris County Veterinary Public Health Shelter
7. City of Dallas Animal Shelter
Page 59 of 66
RFP 23-0029 Temporary Veterinarian Services City of Fort Worth
Attachment D, line item 9
Please describe in a separate sheet your company onboarding process to include verification of
licenses, credentials and/or certifications, skill level and years of experience.
Veterinarians -
RSVP Veterinarians are 1099 Independent Contractors. Every veterinarian active with RSVP has had their
license confirmed on the Texas Board of Veterinary Medical Examiners website license lookup
(www.veterinary.texas.gov/verify,php) to be active and in good standing. Additionally, proof of PUT
coverage is a mandatory requirement for RSVP active veterinarians. RSVP managers screen veterinarians
for experience and skill set for those uniquely qualified and appropriate for shelter medicine, and only
those who qualify would be able to work at the City of Fort Worth shelters. This process is what is
producing the exceptional veterinarians working at the City of Fort Worth shelters currently.
Veterinary Technicians -
RSVP Veterinary Technicians are employees of RSVP and covered under RSVP's Workers Comp. They
have all been drug screened, background checked and reference checked in their onboarding process.
Additionally, RSVP Support Staff Managers screen RSVP Veterinary Technicians for competency in skill
set and experience so that only those qualified to work in shelter medicine would be booked for those
shifts. In the state of Texas, Veterinary Technicians are not required to be registered or licensed for
shelter work and the majority of RSVP Veterinary Technicians are not. However, RSVP staffs many
experience and qualified Veterinary Technicians in shelters across Texas every day, currently including
the City of Fort Worth shelters. RSVP recommends the City of Fort Worth allows non credentialled
Veterinary Technicians for this contract but could still supply some licensed Veterinary Technicians if
that is a requirement.
Page 60 of 66
RFP 23-0029 Temporary Veterinarian Services City of Fort Worth
Attachment D, line item 10
Please provide on a separate sheet, information related to current veterinarian staff as requested in this
solicitation to include: licenses, tenure with your company and availability.
Currently in the veterinary industry there is a shortage of veterinarians and veterinary technicians, and
those with the skill set and experience for shelter work are even harder to secure. However, RSVP has
maintained a deep roster of qualified and experienced veterinary professionals throughout. Many DFW
RSVP Veterinarians have over a decade active with RSVP..some have been on the roster since 1992. This
long history and depth of knowledge allows booking with confidence Fort Worth is getting a quality
deliverable. While guaranteeing coverage for all of Fort Worth's requests is not possible at this time due
to the current industry shortage, RSVP could cover most if not all requests especially with advanced
notice and booking strategies. RSVP is currently staffing Veterinarians and Veterinary Technicians to the
City of Fort Worth and filling most (often all) shifts requested. RSVP regularly covers last
minute/emergency requests, holiday coverage and is operational/responsive 24/7/365.
Page 61 of 66
RFP 23-0029 Temporary Veterinarian Services City of Fort Worth
Attachment D, line item 11
Please describe in a separate sheet, your company's method of quality control.
RSVP is the industry leader in providing quality and qualified veterinary staffing and has been since
1992. All RSVP managers are from the veterinary industry with copious experience. After several years
working in a veterinary clinic, Monica Hughes has been staffing RSVP Veterinarians in DFW since 1998.
Wendi Kaminski, RSVP's Support Staff Manager, has been a leader in the DFW veterinary community for
over 30 years. These managers overseeing the City of Fort Worth shifts are uniquely qualified and
experienced to deliver appropriately matched staff to meet the City of Fort Worth's needs. All RSVP
Veterinarians and Veterinary Technicians have been professionally screened, both for competency in
skills and experience, but also for personality and performance. Managers maintain constant
communication with both the veterinarians and technicians, and the site managers to ensure
expectation are being met and any issues are resolved.
Page 62 of 66
ATTACHMENT — D
PROPOSER QUALIFICATION QUESTIONNAIRE
1. Describe Proposer's years of knowledge and expertise in providing Temporary Veterinarian
Services to a similar or same size entity
_ 2D✓1 DC" �r�1e �NAr2,/ U E� Si R FFl �JG- S/nICE
1 a L!/° /S i /E /N WSTK V L EAQL=-rr ItV I-gC-5C 56k I C.a
f
2. How many years has your company been in business under its present name? _3 %4r2$
3. List any former names your company has operated under and the timeframe.
Name
Timeframe
4. Is your company able to provide personnel within ten (10) business days from the date of City staff
request as required in this solicitation? Yes Dd No ❑ . If answered "No", please state the timeframe
that your company will be able to provide personnel 6LIr "Juyr (-.fl Jl% b6D
5. Is your company able to provide personnel at the City request in case an emergency arises that
requires a prompt response from the Proposer? Yes P No ❑ If answered "No", please state the
time it will take your company to fulfill a short notice request from the City__ _6L A.i-Ji
6. How many Licensed Doctor of Veterinary Medicine (DVM) and Licensed Veterinary Technician
does your company have available?
7. Does your company keep Licensed Doctor of Veterinary Medicine (DVM) and Licensed Veterinary
Technician on call for emergency requests? Yes V� No ❑
8. Does your company have the ability to provide services 24 hours a day, seven days a week,
including City Observed Holidays if required by the City of Fort Worth? Yes tR No ❑
9. Please describe in a separate sheet, your company onboarding process to include verification of
licenses, credentials and/or certifications, skill level and years of experience.
10. Please provide in a separate sheet, information related to current veterinarian staff as requested in
this solicitation to include: licenses, tenure with your company and availability.
11. Please describe in a separate sheet, your company's method of quality control.
I hereby attest that all information provided in Attachment - D has been completed to the best of my
knowledge, truthfully.
Nam�;[I�/�--
Title: n ) P-F-,ol-0 2
Signature,
Date:
Page 63 of 66
ADDENDUM TO REQUEST FOR PROPOSAL NO. 23-0029
TEMPORARY VETERINARIAN SERVICES
PURCHASING DIVISION
ADDENDUM NO. 1 DATE ISSUED: March 2, 2023
REQUEST FOR PROPOSAL (RFP): 23-0029
BID OPENING DATE: March 16, 2023 (UNCHANGED)
RFP No. 23-0029 issued February 8, 2023, is hereby amended as follows:
1. Questions and Answers document is hereby incorporated, in full text on page 2 of this addendum.
All other terms and conditions remain unchanged.
Wr[Li C2vxouro
Maria Canoura
BUYER
By the signature affixed below, Addendum No. 1 is hereby incorporated into and made part of the above
referenced Request for Proposal.
r
COMPANY NAME:
SIGNATURE
i
NOTE: Company name and signature mus a the same as on the original bid documents. Failure to return
this form with your sealed bid may constitute grounds for rejection of your offer.
Page 64 of 66
Questions and Answers
Q1 Is there ever a time where we would have more than a 10-day lead time to find a DVM or LVT
for a shift?
Al The 10-day lead time is a preference, this can be arranged with City Staff.
Q2 What are the cancellation terms for the City of Fort Worth to cancel a DVM or LVT?
A2 This is at the City's sole discretion and would be discussed with Vendor prior to release of DVM or
LVT.
Q3 Is there a list of expected surgeries a DVM would need to be able to carry out?
1. 1 saw the Spay/Neuter on the addendum.
A3 In addition to Q3.1, other duties are recovery, discharge, prescribe medications, perform health
exams, provide medical or surgical treatment to maintain or improve the health of animals. Including;
veterinary checks, heartworm treatments, health exams for transport and other veterinary tasks as
needed.
Q4 The shift for DVMs is listed at 8AM to 4PM.
1. Is there a 30-minute lunch included or is it a straight 8-hour day?
2. The same goes for the LVT on their 7A-6P (11-hours) and 8AM-5PM (9-hours).
A4 Yes, lunch breaks are included for Q4.1 and Q4.2 shifts. The City is flexible and able to adapt.
Normally, the Code Compliance Department performs about 20-30 surgeries a day and this usually
takes from 9:OOAM to 1:OOPM/2:OOPM.
Q5 Is there a minimum number of hours a clinician (DVM or LVT) would work before the City of Fort
Worth could take them on in a permanent capacity with or without a fee?
A5 There is no minimum in the number of hours a clinician (DVM or LVT) would work before the City
would take them on in a permanent capacity. This would be on a case by case basis and is
dependent on City vacancies.
Q6 How many relief clinicians (DVM or LVT) currently work with the City of Fort Worth?
A6 One (1) DVM, and one (1) LVT.
Q7 Would our DVMs ever be the only DVM on site?
A7 This is a possibility; however, the Code Compliance Department has full-time DVM's on site at both
locations. No temporary DVM's work outside of normal business hours. A Supervisor or
Superintendent will always be on site if a DVM is not.
Q8 Is there a location (Silcox or North Animal) that uses more often than the other?
A8 The Silcox location tends to be the City busier shelter. Right now, the Code Compliance Department
is only doing spay/neuters at the North Campus. However, both locations should be open and
running within the next few weeks.
Q9 Is the 30-day billing cycle flexible?
A9 All vendors must be paid within 30 days. Please refer to Chapter 2251 Texas Prompt Payment Act.
RFP 23-0029 Temporary Veterinarian Services
Addendum No. 1 - Page 2 of 2
Page 65 of 66
EXHIBIT E
VERIFICATION OF SIGNATURE AUTHORITY
RSVP SERVICES LLC
2701 Hartlee Field Rd
Denton TX 76208
Execution of this Signature Verification Form ("Form") hereby certifies that the following
individuals and/or positions have the authority to legally bind Vendor and to execute any agreement,
amendment or change order on behalf of Vendor. Such binding authority has been granted by proper order,
resolution, ordinance or other authorization of Vendor. City is fully entitled to rely on the warranty and
representation set forth in this Form in entering into any agreement or amendment with Vendor. Vendor
will submit an updated Form within ten (10) business days if there are any changes to the signatory
authority. City is entitled to rely on any current executed Form until it receives a revised Form that has been
properly executed by Vendor.
1. Name: MONICA HUGHES
Position: DIRECTOR
�1tirt�_l��
Monica Hughes (Jun ,202313:22 CDT)
Signature
2. Name:
Position:
Signature
3. Name:
Position:
Signature
Name:
Signature of President / CEO
Other Title: DIRECTOR
Date:
Non- Exclusive Vendor Services Agreement
RFP No. 23-0029 — RSVP SERVICES LLC Page 66 of 66
M&C Review
Page 1 of 3
A CITY COUNCIL AGEND
Create New From This M&C
Official site of the City of Fort Worth, Texas
FoRT WORTH
REFERENCE **M&C 23- 13P RFP 23-0029
DATE: 5/23/2023 NO.: 0397 LOG NAME: TEMPORARY VETERINARIAN
SERVICES MC CODE
CODE: P TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: (ALL) Authorize Execution of Non -Exclusive Purchase Agreements with VetIQ Staffing,
Inc and RSVP Services, LLC for Temporary Veterinarian Services in an Annual Amount
Up to $250,000.00 for the Initial Term and Authorize Four One -Year Renewal Options for
the Same Amount for the Code Compliance Department
RECOMMENDATION:
It is recommended that the City Council authorize execution of non-exclusive purchase agreements
with VetIQ Staffing, Inc and RSVP Services, LLC for temporary veterinarian services in an annual
amount up to $250,000.00 for the initial term and authorize four one-year renewal options for the same
amount for the Code Compliance Department.
DISCUSSION:
The Code Compliance Department approached the Purchasing Division to procure an agreement with
qualified vendors to provide relief licensed Doctor of Veterinary Medicine (Veterinarian) and licensed
Veterinarian Technician services to the City of Fort Worth (City). The City will utilize this agreement to
provide care to animals housed at the City's Animal Care and Control facilities.
In order to procure these services, staff issued Request for Proposal (RFP) No. 23-0029. The RFP
consisted of detailed specifications of services to be performed by the relief personnel. Furthermore,
the RFP required that potential bidders must comply with minimum requirements; in particular, the
ability to provide personnel within ten (10) business days, licensing requirements and efficiency of the
bidder's onboarding process.
The RFP was advertised in the Fort Worth Star -Telegram on February 8, 2023, February 15, 2023,
February 22, 2023, March 1, 2023, March 8, 2023, and March 15, 2023. The City received two (2)
responses.
An evaluation panel, consisting of representatives from the Code Compliance and Police Departments
reviewed and scored the submittal using Best Value criteria. The individual scores were averaged for
each of the criteria and the final scores are listed in the following table:
Evaluation Criteria
Bidders a b c d Total Score Rank
VetIQ 12.50 10.00 10.00 35.00 67.50 1
Staffing, Inc
RSVP
Services, 46.73
LLC 15.00 10.00 10.00 11.73 2
Best Value Criteria:
a. Bidder's qualifications, experience and references of Licensed Doctor of Veterinary Medicine
(Veterinarian) and Licensed Veterinary Technicians;
http://apps.cfwnet.org/council_packet/mc review.asp?ID=31028&councildate=5/23/2023 6/13/2023
M&C Review Page 2 of 3
b. Bidder's ability to meet the City's needs;
c. Bidder's approach and methodology to provide services related to the scope of work; and
d. Cost of service.
After evaluation, the panel concluded that VetIQ Staffing, Inc and RSVP Services, LLC presented the
best value to the City. Therefore, the panel recommends that Council authorize non-exclusive
purchase agreements for temporary veterinarian services with VetIQ Staffing, Inc and RSVP Services,
LLC. No guarantee was made that a specific amount of services would be purchased. Staff certifies
that the recommended vendors' bids meet specifications.
FUNDING: The maximum amount allowed under this agreement will be $250,000.00; however, the
actual amount used will be based on the need of the department and available budget. The annual
department allocation for this agreement is:
Department (Estimated Annual Amount�Account Name
Code Compliance $250,000.00 (Other Contractual Services
Funding is budgeted in the Code Compliance rollup within the General Fund.
DVIN-BE: A waiver of the goal for Business Equity subcontracting requirement is approved by the
DVIN-BE, in accordance with the Business Equity Ordinance, because the purchase of goods or
services is from sources where subcontracting or supplier opportunities are negligible.
ADMINISTRATIVE CHANGE ORDER: An administrative change order or increase may be made by
the City Manager up to the amount allowed by relevant law and the Fort Worth City Code and does not
require specific City Council approval as long as sufficient funds have been appropriated.
AGREEMENT TERMS: Upon City Council approval, this agreement shall begin upon execution and
shall expire one year from that date.
RENEWAL OPTIONS: The City shall have four one-year options to renew the Agreement. This action
does not require specific City Council approval provided that the City Council has appropriated
sufficient funds to satisfy the City's obligations during the renewal term.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that funds are available in the current operating budget, as
previously appropriated, in the General Fund to support the approval of the above recommendation
and execution of the purchase agreement. Prior to any expenditure being incurred, the Code
Compliance Department has the responsibility to validate the availability of funds.
BQN\\
TO
Fund I Department Account I Project
ID ID
FROM
Fund ' Department Account Project
ID ID
Submitted for Citv Manager's Office bv:
Oriciinatinq Department Head:
Program Activity Budget Reference # Amount
Year (Chartfield 2)
Program Activity Budget Reference #
Year (Chartfield 2)
Reginald Zeno (8517)
Valerie Washington (6192)
Reginald Zeno (8517)
Brandon Bennett (6322)
Amount
http://apps.cfwnet.org/council_packet/mc review.asp?ID=31028&councildate=5/23/2023 6/13/2023
M&C Review
Page 3 of 3
Additional Information Contact:
ATTACHMENTS
Jo Ann Gunn (8525)
Maria Canoura (2526)
13P RFP 23-0029 TEMPORARY VETERINARIAN SERVICES MC CODE funds availabilitv.r)df (CFW Internal)
DVIN -Waiver Temoorary Veterinary Services.odf (CFW Internal)
Form 1295 - RSVP Services LLC.r)df (CFW Internal)
Form 1295 VetIQ Staffing Inc.odf (CFW Internal)
SAMs Report - RSVP Services LLC.Ddf (CFW Internal)
SAMs Report - VetIQ Staffinq Inc.gdf (CFW Internal)
http://apps.cfwnet.org/council_packet/mc review.asp?ID=31028&councildate=5/23/2023 6/13/2023