Loading...
HomeMy WebLinkAboutR-97-0001J-97-10 12/24/96 RESOLUTION NO. 9 7 - 1 A RESOLUTION ACCEPTING THE BID OF TEMPLETON & FRANKLIN VETERINARY ASSOCIATES, FOR THE FURNISHING OF VETERINARY SERVICES TO THE DEPARTMENT OF POLICE ON A CONTRACT BASIS FOR ONE (1) YEAR WITH THE OPTION TO EXTEND FOR ONE (1) ADDITIONAL YEAR, AT A TOTAL PROPOSED AMOUNT OF $16,000.00; ALLOCATING FUNDS THEREFOR FROM THE POLICE DEPARTMENT FY' 96/97 GENERAL OPERATING BUDGET, ACCOUNT CODE NO. 001000-290201-6-260; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR THIS SERVICE, AND THEREAFTER TO EXTEND THIS CONTRACT FOR AN ADDITIONAL ONE (1) YEAR PERIOD AT THE SAME PRICE, TERMS AND CONDITIONS, SUBJECT TO THE AVAILABILITY OF FUNDS. WHEREAS, pursuant to public notice, sealed bids were received October 30, 1996 for the furnishing of veterinary services for the Department of Police; and WHEREAS, invitations were mailed to twenty one (21) potential bidders and one (1) bid was received; and WHEREAS, funds for this service are available from the Police Department FY'96-97 Operating Budget, Account Code No. 001000-290201-6-260; and WHEREAS, the Department of Police maintains a mounted patrol unit that is in need of veterinary services to maintain horses in a healthy manner; and CITY COMMISSION MEETING OF JAN 1. 6 119-97 � � �Resolution No. j C - 1 t. l WHEREAS, the City Manager and the Chief of Police recommend that the proposal received from Templeton & Franklin Veterinary Associates be accepted as the only responsible and responsive bid; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this section. Section 2. The bid submitted on October 30, 1996 by Templeton & Franklin Veterinary Associates for the furnishing of veterinary services to the Department of Police, on a contract basis for one (1) year with the option to extend for one (1) additional year, at a total proposed amount of $16,000.00, with funds therefor hereby allocated from the Police Department FY' 96/97 General Operating Budget, Account Code No. 001000-290201-6-260. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue purchase orders for this service and thereafter to extend this contract for an additional one (1) year period at the same price, terms and conditions, subject to the availability of funds . Section 4. This Resolution shall become effective immediately upon its adoption. Page 2 9 0 - U PASSED AND ADOPTED this 16th day of January1997. S)8*A�rlR""OLLO, MAYOR ATT T• ,r r � i ALTER J. (EQ AN CITY CLERK PREPARED AND APPROVED BY: RAFAEL 0. DIAZ DEPUTY CITY/ TORNEY APPROVED AS TO FORM AND CORRECTNESS: f A. QUI N flNES,,I I CITY ATTORN� W 1345:CSK AM CITY OF MIAMI, FLORIDA e• INTER -OFFICE MEMORANDUM TO: The Honorable Mayor and Members DATE: JAN - 6 1997 FILE of the City Commission SUBJECT: Proposed Resolution FROM: dward Marq eZ REFERENCES: Veterinary Services for City Manager Police Horses; ENCLOSURES: Bid No. 96-97-008 Recommendation: It is respectfully recommended that the award of Bid No. 96-97-008 and a Resolution accepting said bid be granted to Templeton and Franklin Veterinary Associates, a non -minority, Dade County vendor, whose owners' names are Richard S. Templeton and Zachary Franklin, located at 6700 SW 118"' Avenue, Miami, Florida, 33183, at a cost riot to exceed $16,000.00, be approved. Funding is to be from the Police Department General Operating Budget, Account 001000.290201.6.260. Background The Police Department is responsible for maintaining and caring for the police horses within the Mounted Unit. The veterinary service will provide routine and emergency care for the horses ensuring the continued healthy state of these equines. On October 15`", 1996, invitations for sealed bids were sent to prospective vendors. Bids were opened on October 30`'', 1996, with one (1) responsive vendor. 97- 1 CITY OF MIAMI, FLORIDA BID SHEET (Continued) BID NO. 96-97-008 MPQR=: BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. Terms: Q,J� E (Include cash discount for prompt payment, if any) Additional discount of ti�1� % if awarded all items. Warranty and/or guarantees Delivery:-116--calendar days required upon receipt of Purchase Order or Notice of Award. Number of calendar days required to complete work after start. In accordance with the Invitation to Bid, .the Specifications, General Conditions, Special Conditions, and General Information to Bidders, we agree to furnish the Items) at Prices indicated on the- attached bid sheet(s). v1 NAMES OF COMPANY OWNER(S):' NAMES OF COMPANY OFFICER(S): RICHARD S__TEMPLETON, D.V.M. RICHARD S. TEMPLETON, D.V.M. ZACHARY FRANKLIN D.V.M. ZACHARY FRANK IN, D.V.M. a) List principal business address: (street address) z6700 S.W. 118 AVE. MIAMI FLORIDA 33183 b) List all other offices located in the State of Florida: (street address) N/A (Please use the back of this page if more space is necessary) MTNORTTv PROCUREMENT COMET -TAN The undersigned bidder acknowledges that (s)he has received y of ordinance #10062 as amended, the Minority Procurement ordinance of the City of Mi i au agrees to comply with all applicable substantive and procedural provisions therein, 'Inc!ud' g any ame en s theretQ.,,.,-, Bidder: TEMPLETON & FRANKLIN VET.ASSOG. Signature:- Date: (co a name) . v 2`� 9(o Print Name. R T('NAR]) S _ TFKPT ,F`f'f)ri, T) _ V _ M _ Indicate if Business is 51% Minority -owned: (Check Q.na box only) BLACK [ ] HISPANIC [ ] FEMALE If firm has an existing plan, effective date of implementation: ' N/A If firm does not have an existing plan, the Successful Bidder s) shall be required to establish an Affirmative Action Policy, pursuant to Ordinance #1 62 as amended. See Appendix I for sample. Bidder: TFMPT,FTnN & FRA LTN «T AggW Signature: (company name) FAIL IR TO UMPIEIIRN THIS FORM MAY DISQUALIFY THIS DID. 3 0 !HIV- 1 BID NUMBER: 96 — 97 — 008 COMMODITY / SERVICE: Veterinary Services for Poli-aa-Horses DEPARTMENT/CONTACT PERSON: Ron Hazzard - Miami Police Dept. Budget DIRECTIONS TO COMPLETE BID AWARD RECOMMENDATION FORM ON THE REVERSE SIDE: The top portion of the reverse side of this Bid Award Recommendation Form has been completed by the Procurement Management Division (PMD). The user department (s) is required to complete all remaining sections of this form, including the funding source(s), contract value (if applicable), and all other required approvals pL:or to Rorwardir'ig to PMD. V Rhin 10 day,FAX tuicompleted form along with approved and signed Bid Tabulation Form to Finance/PMD, ATTN: Aid/Contrnet Section, at 416-192& These forms will be utilized by PMD to prepare the resolution memo and the Resolution for submission to the Agenda Otfice for Commission approval. Should the department not concur with the recommendation for award, FAX separate justification memo to PMD immediately. Emergency procurements are exempt. Contact Pamela Burns of the Bid/Contract Section at 416-1905 MX4NfJ9W should you have any questions. APPROVAL TO FORWARD TO DEPARTMENT/OFFICE: DATE: IraI h BIDRECOM.DOC 5/16/96 PAGE 1 OF 2 PAGES J / - BID, .'ARD RECOMMENDATION FOR, BID NUMBER: 96-97-008 COMMODITY/SERVICE:Veterinary Services for Horspc; DEPARTMENT / DIVISION: Miami Police Department - Mounted Detail TERM OF CONTRACT: One (1) year with the option to extend for one (1) additional year NUMBER OF BIDS DISTRIBUTED: 21 NUMBER OF BIDS RECEIVED: 1 METHOD OF AWARD: To the lowest most responsible and responsive bidder whose bid confonns to the specificat:Lgns and is mist ar3vanragen,�a t� City. RECOMMENDED VENDOR(Sh STATUS: CONTRACT VALUE: Templeton & Franklin Veterinary Assoc. Non-M; nnri tv/nave Co. ((O, oce CD TOTAL: THE FOLLOWING T,O BE COMIC D BV USER DEPARTMENT -.,,- JUSTIFICATION: These services are necessary for the continued good health of Mj''3mi 's of i nP !1f1YCPg To maintain thiness and vim" unnecessary downtime, by providing immediate attention to injury and illness as well as routine veterinary ACCOUNT CODE(S): ODIooD, a,?oaot, 6, a�o GIL DEPARTMENT APPROVAL: Department Director/ Designee BUDGET REVIEW APPROVAL: -DO Deputy Director OTHER FUNDING APPROVALS, IF APPLICABLE: PAGE 2 OF 2 PAGES R PROCUREMENT APPR VAL: Judy S. Carter Chief Procurement Officer TITLE: J f — 11 BID NO. 96-97-008 VETERIN. l SERVICES FOR POLICE HORSES BID TABULATION SERVICES FOR ITEMS: #1 Institute & maintain $ Annual Wellness Care & General Maintenance Program for 15 horses. (per vear) #2 ire -Examination $ for new police horses (per horse) #3 Acute Care a. Regular service call $ (per farm call) b. Daytime Emergency $ (per farm call) c. Nighttime Emergency $ (per farm call) #4 Other itemized Services A. Physical Exam $ B. Lameness Exam $ C. Xray cost, per view $ D. Basic Bloodwork a) CBC $ b) Blood chemistry $ E. Bandaging 1) Full leg above hock $ 2) Full leg above knee $ 3) Regular $ 4) Foot - large $ F. Urinalysis $ G. Ophthalmic exam $ w/stain $ 3,525.00 125.00 15.00 40.00 50.00 25.00 35.00 20.00 20.00 35.00 40.00 35.00 25.00 25.00 15.00 25.00 15.00 I C APPROVED BY: 4A e- Ady S. Carter DATE: Prepared by: Pamela Burns 11 /8/96 Templeton & Franklin Veterinary Assoc. 6700 S.W. 118 Avenue Miami, Florida 33183 Non -Minority / Dade County SERVICES FOR ITEMS (cont) H. Injections 1. Steriod - Intra (per inject.) $ - Joint $ 2. Antihistamines $ 3. Diuretics $ 4. Tranquilizer $ 5. Detomedine $ 6. Lasix $ 7. Tetra, Bute & Lasix combo $ 8. Tetracycline $ 9. Bute $ I. Laceration Repair $ (per hour) J. Rectal Exam (per horse) $ K. Abdonimal Paracentesis $ L. Pathology (per horse) $ M. Euthanasia $ Carcass Removal $ N. Anethesia 1. Combo - Temp. $ 2. Short Acting $ 3. Long Acting $ O. Antibiotics 1. Gentocin (per c.c.) $ 2. Penicillin (per inject.) $ 3. Tetryclvcline $ 4. Ketofen - $ P. I.V. Fluids - 6 liter bag $ PRICE 60.00 125.00 15.00 12.00 37.50 25.00 12.00 34.00 15.00 15.00 175.00 15.00 75.00 75.00 75.00 150.00 37.50 50.00 125.00 1.25 15.00 15.00 22.00 28.00 -7zy7 APPROVED BY: ce' ' � /�/h��-r�� Director / Designee Date 7 t 97-