Loading...
HomeMy WebLinkAboutContract 48764C�1Y SEC�q� . CONT'RqCT IVp, � CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR PROFESSIONAL SERVICES This AGREEMENT is beiween the City of Fort Worth, a Texas home-rule municipality (the "CITY"), and Moye I.T. Consulting, L.L.C, authorized to do E�usiness in Texas, an independent contractor ("Consulfanf"), for a PROJECT generally described as: Will Rogers Memorial Center, Campus Wide Fiber Network. Article I Scope of Services ('I) Consultant hereby agrees to pertorm as an independent contractor the services set forth in the Scope of Services attached herefio as Aftachment "A". These services shall be perForm�d in connection with Will Rogers Memorial Center, Campus Wide Fiber Network, Professional Services Proposal (rev.1). (2) Additional services, if any, will be requested in writing by the City. City shall not pay for any work perFormed by Consultant or its subconsultants, subcontractors and/or suppliers that has not been ardered in writing. It is specifically agreed that Consultant shall not be compensated for any aifeged additional work resulfing from oral orders of any person, Article li Compensation Consultant shall be compensated in accordance with the Fee Schedule shawn in Attachment "A". Payment shalf be considered full compensation for all labor, materials, supplies, and equipment necessary to complete the services described in Attachment "A". However the total fee paid by the City shalf not exceed a fotal of $81,365.00 unless the City and the Consultanfi mutualfy agree upon a fee amount for additional services and amend this Agreement according(y. The Consultant shall provide monthly invoices to fhe City. Payment for services rendered shali be due within thirty (30) days of the uncontested performance of the particufar services so ordered and receipf by City of Consultant's invoice for payment of same. Acceptance by Consultant of said payment shall aperate as and shall release the City from afl claims or liabi[ities under this Agreement for anything related to, dane, or furnished in connection with the services for which payment is rr►ade, including any act or omission of the City in connection with such services. Clly of Fort Worth, Texas Standard Agreement for Professional Servlces Revision pate: 9/2612 0 1 6 Page 1 of 8 ���'FICIAL RECQRp CITy SECRE7A�Y Fr. woRrH� rx � R �r C��� �. G `'�\��� ;,.;" � 0��� R�fP � ���,�''�� �` ���S� ,�_ ��; . ';:: -_ -_y __ _,g._�-� � is j� � fy �J' Article lil Term Unless terminafed pursuant to the terms herein, this Agreement shall be for a term af six (6) months, beginning upon the dafe of its execution, or until the completion of the subject matter contemplated herein, whichever occurs first. Article IV Independent Co�ntractor Consultant shall operafe hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the Giiy. Consultant shail have excfusive control of and the exc(usive right to control the details of its work to be perFormed hereunder and ali persons perForming same, and shall be solely responsible for the acts and omissions of its officers, agents, ernployees, contractors and subcontractors. The doctrine of respondent superior shall not apply as between City and Consealtant, its officers, agents, employees, contractors, and subcontractors, and nothing herein shall be construed as creating a partnership or joint venture between City and Consultant. Article V Professional Compe#ence and Indemnification (1) Work perFormed by Consul#ant shall comply in all aspects with all applicable ioca(, state and federal laws a�d with a(I applicable rules and regulatians promulgated by the [acal, state and national boards, bureaus and agencies. Approval by the City shall not constitute or be deemed to be a release of the responsibility and liability of Consultant or its officers, agents, employees, contractors and subcantractors far fihe accuracy and camp�tency of its services performed hereunder. (2) In accordance wit� Texas Local Government Code Sec#ion 271.904, the Consultant shall indemnify, hold �arrniess, and defenc[ the City against liability for any damage caused by or resulting from an act of negligence, intentionai tort, intellectual property infringement, or failure �o pay a subcontractor ar supplier commit#ed by the Consultiant or Consul#ant's agent, consultant under con#racf, or another entity over which the Consultant's exercises contral. City of Fori Worth, 7exas Siandard Agreemeni for Professionaf Senrices Revision Date: 9/26/2016 Page 2 of 8 Article VI Insurance (1} Consultant shal[ not commence work under this Agreement until it has abtained a11 insurance required under this Article and the City has appraved such insurance, nor shall Gonsultant allow any subcontractor to commence work on its subcontract until al[ similar insurance of fh� subconfractor has been so obtained and approval given by #he City; provided, however, Consultant may elect to add any subconsuftant as an additional insured under its liability policies. Commercial General L.iability $�,000,000 each occurrence $2,000,00� aggregafe Automabile l..iability $1,000,000 each accident {or reasonably equivalent limits of coverage if written on a sp(it limits basis). Coverage shall be on any vehicle used in the caurse of the Project. Worker's Compensation Coverage A: sfatutory limits Co�erage B: $1Q0,0�0 each accident $500,000 disease -- policy limit $'[00,000 disease - �ach employee (2) Additional Insurance Requirements a. Except for emp[oyer's fiability insurance coverage under Consultant's worker's compensafiion insurance poticy, the City, its officers, employees and servants sha�f be endorsed as an additiona! insured on Consultant's insurance poficies. b. Gertificates of insurance shall be delivered to the Architectural Services, Attention: Brian R. Glass, 4Q'i Vltest '! 3t" Street, Fort Worth, TX 76012, prior to commencement of work. c. Any failure an part of the Cify to request required insurance documentatian shafl not constitute a waiver of the insurance requirements specified herein. d. �ach insurance policy shall be endorsed fo provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in poficy terms or coverage. A ten days natice shall be accep#able in the event of non-payment af premium. Ciiy of Fort Worth, 7exas Standard Agreemeni for ProFessional Services Revision Date: 9/26/2016 Fage 3 of 8 e. lnsurers must be authorized to do business in fhe State of Texas and have a current A,M. Best rating of A: VII or equivalent rneasure of financial strength and solvency. Other than worker's compensation insurance, in Iieu of traditionaf insurance, Gity may consider a[fernative coverage or risk ireatrr�ent measures #hraugh insurance pools or risk retention graups. The Cify must approve in writing any alternative coverage. g. Workers' compensation insurance policy(s} covering employees employed on the Projec# shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. h. City shall nof be responsible for the direct payrnent of insurance premium costs for Consu�tant's insurance. Consultant's insurance policies shall each be endorsed to provide that such insurance is primary profecEion and any self funded or comrnercial coverage maintained by City shal! nof be called upan to contribute to foss recovery. j. in the course of the Agreement, Consu[tant shal! repart, in a fimely manner, to City's officia(ly designafed contract administrator any known loss occurrence which couid give rise to a liability claim or fawsuit or which could result in a property loss. k. Consu[tanfs liability shall not be limited to the specified amounts of insurance re�uired herein. I. Upon the request of City, Consultant shall provide complete copies of all insurance policies required by these Agreement documents. Articie VII Transfer ar Assignment City and Consultant each bind fhemsefves, and their lawful successors and assigns, to this Agreement. Consultant, its (awful successors and assigns, shall not assign, sublet or transfer arty interest in this Agree�ment without prior written consent of the City. Article Vlli Termination o# Con#ract (1) Cify may term�nate this Agreement for its convenience on 30 days' written notice. Either the City or the Consu[tant for cause may terminate this Agreement if either Party fails substaniial[y to perform through no faulf of the other and does not Cily of Fort Worfh, Texas Slandard Agreement for Professional Services Revision Date: 912s/2o16 Page 4 of 8 commerice correction of such nonperfarmance with 5 days af written notice and diligently complete the correction thereafter (2) [f City chooses to fierminate fihis Agreement under Articie S, upon receipt of natice of termination, Consulfant shafl discontinue services rendered up to the date of such termination and City shall compensate Consultant based upon calculations in Ar�icle II of this Agreement. (3) A(I repor�s, whether partial or comp(e#e, prepared under this Agreement, including any original drawings or documenfs, whether furnishad by the Cify, its officers, agents, employees, consultants, or contractors, or prepared E�y Consultant, shail �e or become the praperty of the City, and shall be furnished to the City prior ta or at the time such services are completed, or upon termination or exp�ration of fhis Agreement. Article IX Right to Audit (1) Consultant agrees that the City shall, until the expiration of three {3) years after final payment under this Agreement, have access to and the right fo examine any directly pertinent books, documents, papers and recards af Consultant invalving transactions relating to this Agreement. Consuftant agrees that the City shall have access during norma! working hours to all necessary facilities and shall be provided adequa#e and appropriate workspace in order to conduct audits in compliance with the provisions of this section. Ci#y shall give Consultant reasonable advance notice af intended auc{its. (2) Consuftant further agrees to include in a(i its subcontracts hereunder, a provision to the ef€ect that the subcontracting consultant agrees that the City shal�, untif the expiration of three {3} years after final payment uncier the subcontracfi, have access to and the right to examine any direcfly pertinent books, documents, papers and records of sUch sUb-consultant, invalving transactians to ihe subcontract, and further, that City shal[ have access during normal working hours to alI sub- consultant facilifies, and shall be provided adeq�ate and appropriate work space in order to conduct audits in compliance with the provisions of this ar�icle. City shall giv� Consultant and any sub-consulfant reasonable advance notice of intended audit. (3} Cansultant and sub-consultants agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Consultant for the cost of copies at the rate published in the Texas Adminisirative Code in effect as of the time copying is perFormec[. City of Fort Worth, Texas Standard Agreemenl for Professional Services Revislon Date: 9126/2096 Page 5 of 8 Article X Minori{y Business and Small Business Enterprise {MBE�(SBE) Par�icipation In accordance with the City's Business Diversity Enterprise Ordinance No. 20020-12-2011, as arnended, the City has goafs for the participation of minarity business enterprises and/or small business enterprises in City confracts. Consultant acknowfedges the MBE and SBE goals established far this Agreement and its accepted written commitment to MBE and SBE participatian. Any misrepresentation of facts (other than a negligent misrepresentation) andlor the comrnission of fraud by the Consultant may result in the terminafiion of this Agreement and debarment frorn participating in City cantracts for a period of time of nat less than three (3} years. Article XI Observe and Comply Consultanfi shall at all times observe and comply with all federaf, state, and loca) laws and regula#ions and with all Ciiy ordinances and regulations which in any way affect this Agreement and the work hereunder, and si�all observe and compiy with a(f orders, laws ordinances and regulations which may exist ar may be enacted later by governing badies having jurisdiction or authority for such enac#ment. No plea of misunderstanding or ignorance thereof shall be considered. Consultant agrees to defend, indernnify and hold harm[ess City and all of its officers, agents and emplayees from and against alf claims or liability arising ouf of fihe vioiation of any such order, law, ordinance, or regu[afion, whether it be by itself or its emplaye�s. Article XII Venue and Jurisdicfiion ]f any action, whether rea[ or asserted, at law or in equiiy, arises on fhe basis of any provision of this Agreement, venue for such action shall lie in stafie cour�s located in Tarrant County, Texas ar the United States Disfirict Court for the Nor�hern District of Texas — Fort Warth Divisian. This Agreement shall be construed in accordance with the laws of the State of Texas. Article XIII Contract Construction The Parties acknow[edge that each party and, if it so chooses, its counsel have reviewed and revised fhis Agreement and that the normal rule of canstruc#ion fio the effect that any ambiguities are to be resolved agains# the drafting parfy must not be empfayed in the Clly of Fort Worih, Texas Slandard Agreemeni tor Professional Services Revlsion Date: 9/26/2016 Page 6 of 8 interpretation of this Agreerrient or any amendments or exhibits hereto. Article XIV Severability The provisians of this Agreement are severable, and if ar�y word, phrase, clause, senience, paragraph, section ar other part of this Agreement or the applicatiar� thereof to any person or circumstance shal] ever be held by any cour� of cflmpetent jurisdiction to be invalid or unconstitutional for any reason, the remainder of this Agreement and the application of such word, phrase, clause, sentence, paragraph, secfion, or other par� of this Agreement to other persons or circumstances shalf not be affecied thereby and fhis Agreement shafl be construsd as if such inva(id or unconstitutional portion had never been contained therein. Article XV Nofices Notices #o be pravided hereunder shall be sufficient i hand-de(ivery or via U.S. Postal Service certi�fied mail prepaid, ta the address af the other Party si�own below: City of Far� Warth; Attn: Brian R. Glass, AIA Architectural Services Manager 401 West `[ 3th Sfireet Fort Worth, Texas 76102 Consultant: Moye 1_7. Consulting, L.L.0 Attn: Jan Moye 1255 Corparate Drive, Suite 100 Irving, Texas 7�03$ Article XVI Headings f forwarded to the other Party by refurn receipt requested, postage The headings containad herein are for fihe convenience in reference and are not intended to define or limit the scope of any provision of this Agreement. City af Fort Worth, Texas Slandard Agreement %r Professional Services Revision Dafe: 9I26/2o1fi Page 7 of 8 Ar'ticle XV�I Counterparts This Agreement may be executed in one or more counterparts and each counterpart shall, for alf pUrposes, be deemed an original, but all such counterparts shall togefher constiiute but one and the same ins#rument. Executed and effective this the �� day of�,'1 , 2017. BY: BY: CITY OF FORT�WORTH CONSULTANT Moye I.T. Consulting, LLC .��� � � --�-c�--�-� r��-- -� - ���' �Jesus J. Chapa Jan Moye, PMP " Assistant City Manager Principal Date: ��` �� � � Date: 62 • � `7" ! ^7 APPROVAL RECOMMENDED: , ,� By:-- � ti � ��'', � '-- � terie Cook Director, Property Management M&C No.: n/a APPROVED AS TO FORM AND LEGALITY � M&C Date: n/a By: �.S r J 0� Assis#ant City Attorne � �: ���� �: � � .• ••.�'I�� ATTE � '� �� ` i �y, - :. --�1 ,,�_ ��, ��� �� • z Ma � . a ser %�1 City Secretary ' �''�• ..••••'''� � i'_t�. �:1iii•���'` Form 1295 Certifcation: Cantract Compliance Manager:�`'�"`' "�" By signing I acknowledge ti�af I am fihe person responsible for the monitoring and administration of this contract, including ensuring al! pertormance and repor�ing requirements. � 0 Y!� • �5�� Brian R. Giass, AIA Architecturaf Services Manager City of Fort Worth, Texas Slandard Agreemenl for Professional Services Revision pate: 9l26/2�16 Page 8 of 8 �FFICIAL RECOR %, CITY SECRETARY F'1'. WORTH, TX �, � 0 N � � 0 U c 0 m N .� � .N � � N � a� u� ¢ = C "= O U �, � U a � � y T N C N � � U a — � o ro �� � � � � > s O U � O ¢ � T C � � �� � m � � �� �� � � u � � 'o � d m � c _ �„ N � C � 00 m — U G � = C E � E m U n' � � � y � v a N � v � a � /''��"1��N1 M�) 'i' "A,� � Moye Consuking —1255 Corporate Drive, Saite 100, lrving, Texas 75038 — 9 72.887.5355 — www.moyeconsulting.com December 20, 2016 Mr. James D. Horner Assistant Facilities & Public Events Director CiCy of Fart Worth Public Events Department 1201 Mouston Street Fort Worth, 7'X 76102 Re: Wil) Rogers Memorial Center Campus Wide Fiber Network Professiona! Services Proposa) (re�.1} Dear Mr. Horner: Moye I. 7. Consulting (MOYE} is pleased to presentto the City of Fort Worth, as sponsored by the Will Rogers Memoria) Center, (CITY) this proposal for technology cons�lting services associated with the design development, construction documents, request for proposal and proposal evaivations of new cabling (optical fiber and copper} infrastructure, network hardware infrastructure anc! associated spaces at the Will Rogers Memoriaf Center campus. These services will be performed in cooperaeion with the City of Ft, Worth and Wi11 Rogers Memorial Center staff. This proposal includes 1) detailed cabling infrastructure design to include both communications rooms design and network hardware, as needed, 2) support in the creatian of a detailed request for praposal (RFP) for designed elements, and 3) bidder evaluation of the responses to the RFP. Other elements of work can be proposed separately upon your request. These services are geographically bounded by W. Lancaster Avenue, University Drive, Trail Drive, Harley Avenue and Montgomery Street. REFERENCES The following documents further define or clarify tf�e scope af project, and are incorporated by this reference. 1. W RMC provided notes `20Z60809 Event Technology Needs summary jh draft.doc'. 2. WRMC provided 'Campus Fiber.pdf'. � 3. WRMC provided `Smart City RFP No. 14-Od59_2014.pdf'. 4. WRMC provided 'Smart City Executed Contract 46140_.pdf'. Wherever this letter contradicts the reference documents, this letter shal! supersede. pecember 20, 2d16 {rev.lj p 1 of 5 City of Fort Worth, WRMC m � � a N E E 0 U � O � � G N Q1 - N � VJ Q � F .� o '� L d U a � � � ` N C y O � U � _ c — c �a � � � C N � .� � � U � o Q � �. � -. w �� E U v � � N � — � � � � U U � L O N �- N � _ N ,m � �, � o m— U C � � C � � E m c_i 4' � °e � Q � N � Maye Consulting-1255 CorporaYe t�rtve, Su1te 100, lrving, Texas 7503&-972.887.SS55 — www.moyeconsultfng.com z. SYSTEMS SCOPE Fhis proposal is for services addressing the following technology systems. 1, Cabling {optical fiber and copper) and Pathway Infrastructure 2. Network Hardware Infrastructure 3. Supporting Facilities/IT Spaces 3. PREDECESSOR PROlECTS Will Rogers Memorial Center; Campus Wide Fiber Network Assessment dated October 22, 2013 4. SCOPE OF SERVICES This proposai incfudes the following services: DES16N PHASE SERVICES Cansisting of four (4) phases, including Progress Sets 1. Schematic Design and Request for Proposal Phase 2. Solicitation and Evaluation Phase 3. Construction Documents Phase 4. Construction Suppor� Services Phase SCHEMATIC DESI6N Af�O REQUEST FOR PROPOSAI. PHASE 1. Review record documents of both th� cabling infrastructure and existing network systems. 2. Perfarm site surveys, as necessary, ta confirm existing system{s) points of presence, in- house cabling, systems capacities and existing conditions. 3. Participate in, as-needed, bath Stakeholder and pesign Team coordination sessions to . develop operationa! requirements to support demolition and modifications of technology pathways, cabling infrastructure, network systems and IT spaces. 4. Incorporate baseline design rec{uirements from CITY specifications and design guidance into project specifications in outline form. 5. Develop a Basis of Design document in narrative form. 6. Develop drawings to include site overview, technology floor plans, cable routing diagrams, telecom room enlarged plans and elevation drawings, as required. . 7. Review concurrent design documents of other projects relating to i�-scope systems alterations thaC may impact this project — i.e. the new �ort Worth Multipurpose Arena. S. Create a progress set of documents at week three of six. 9. Simultaneously, coordinate with the CiTY on their requirements and how MOYE wilf provide the needed d�cumentation ar�d technica( support to create a Request for Proposal to be issued by the CITY. December 20, 2016 (rev,lj p2of5 City of Fort Worth, WRMC Moye Consulting —1255 Corporate Drive, Suite 100, /rving, Tex4s 73038 — 972 887.5555 — www.moyeconsulting.com 10. Obtain and incorporate CITY review comments and publish a Scherrtatic Design and Request for Proposal document at the end of six weel<s. 11. Participate in the solicitation preparation process, committee reviews and interviews with the C(TY. 12. Maintain a set of conformed documents, logging the subject matter changes, if needed. 13. Completion of the solicitation effort at the end of four weeks. RFP RESPONSE REVIEW PHASE 1. Assist the CITY in their effort to log, review, compare, analyze and provide both technical merit and pricing analysis. 2. Answer questions and provide clarification to bidder questions and comments as directed by the CITY. 3. Maintain a log for above bidder questions and comments. 4. Maintain a set of conformed documents, logging the subject matter changes, if needed. 5. Participate in the bidder interview process with the CITY, as requested. by the C1TY. 6. Completion of this effort at the end of eight weeks. CONSTRUCTION DOCUMENTS 1. Continued site survey and documentation of existingconditions. 2. Participate in, as-needed, both Stakeholder and Design Team coordination sessions to continue and finaliae the development of requirements to support demolition and modifications of technology pathways, cabling infrastructure, network systems and IT spaces. �. Coordinate and finalize other discip(ine's deliverables, if needed. 4. Mature and finalize the Basis of Design. 5. Create a progress set of documents at week five of twelve. 6. Detailed design drawings taken to completion; to include all in-scope systems, technology fioor plans, device locations, cable routing and pathway diagrams, telecom room enlarged and elevation drawings, system cannectivity diagrams and techno(ogy schedules. 7. Mature the project specifications to a finished level of documents. 8. Create a progress set of documents at week nine of twelve. 9. Obtain and incorporate CITY review comments and publish a Construction Document (100%) at the end of twelve weeks, 10. Provide a progress cost estimate/rough-order-of-magnitude. CONSTRUCTIQN SUPPORTSERVICES PHASE 1. Attend Construction Meetings, up to a total of 3 meetings, for coordination, cost estimating, scheduling, and discussing value engineering option as requested by the C1TY, 2. Attend up to six site vEsits during the canstrucYion supporY services phase. 3. Attend up to two site visits during the close-out phase. December 20, 2016 �rev.1) p 3 af 5 City of Fort Worth, WRMC m � � 0 .N N E E 0 U C 0 � � � C � v = N � a� cn Q U C w Q U �, � U �- 7 � � T N C 0 � U �_ _ � —o m � � c � � > E O V � O ¢ � a = •- a � � � m a � � � _� �� � U o � � o w a m C C _ � N �y C � d o ia — U � � C E � E m � a c � E N � a � E N � Moye Consulting —1255 Corpornte Drive Suite 100, lrvFng, 7exas 75038 —9 72.887.5555 — www.moyeconsulting.com 4. Review and respond to Contractor Submittals. 5. Review and respond to Contractar RFI's during construction. 6. Completion of this effort at the end of six months. 5. DELIVERABLES Design deliverables wil! be provided by MOYE to the CITY as described above and listed below: 1. SD Progress Set at week three of six 2. SD Final Set 3. CD Progress Set at week five of twelve 4. CD Progress Set at week nine of twelve 5. CD Final Set All deliverable documents will be delivered as follows: 2. Progress Set's; electranically only. 3. Final Set's; hardcopy (3) and electronically. 6. ADMIi�1STRATIVE ASSUMPTIONS 1. T�avel to CfTY offices and project site is induded in the reimbursab[e fees. 2. CITY to provide [ceys, or a properly credentialed escort, as necessary, to gain access to all in-scope spaces. 3. Defiverable documents will be provided as stated above. Additional report copies are available at a cost to the CITY. 4. Work will be performed under the oversight of a B1CSI Registered Communications Distribution Designer (RCDD). 5. Review and print cycles beyond those outlined in the scope of services may be considered additional services to the CITY, 6. Any fees (ie: for permittingj nat ►isted herein are excluded. 7. Drawings will be developed in AutoDesk AutoCad or AutoDesk Revit at the discretion of MOYE, unless oeherwise agreed to prior to commencement of work. 8. Any systems not listed in Section 2 above are explicitly excluded. SCHEDUL� This proposa! assumes a performance period as outlined below, and we are prepared to commence work upon your notice to proceed. 1, Schematic Design Phase is estimafied at: six weeks Request for Proposal Phase is estimated at: four weeks 2. RFP Response Phase is estimated at: eight weeks 3. Construction DocumenYatian Phase is estimated at: twelve weeks 4. Construction Support Phase is estimated at: six months Decernher 20, 2016 (rev.i) p 4 of 5 City of Fart Worth, WRMC � � 0 N N E E U C O .� N i � .N � � � � a� � Q U � �. 0 � U d � � � �� C N � � U C J .-. � — O � m � c N � > � o � � o 4 � >, c = � � � � m � � � C �� a u U � � o �, a � � � _ �, N 'N C � O � f6 — U � � � � e � � @ o a U c � E m � N N Q y � N N a � Moye Consultfng --1255 Corporate Drive, Suite 10a, irving, Texas 75038 —972.887.5555 — www.moyeconsuiting.com 8. FEE For the scope and performance period outlined herein, MOYE proposes a fixed price contract in the amount: of $ 81,365.00. Payment wil! be done on a phase by phase basis, based on compfetion of each efement in the table below. TasEc Fee Expenses Total Schematic Design and RFP Phase Completion $ 12,756.80 $ 252.30 $ 13,0�9.10 BID Phase Completion 4,471.00 63.10 4,534.10 Constructian Drawings 42,041.40 946.10 4z,987,50 Phase Comp(etion Construction Support Services Phase 20,516.20 315.40 20,834.30 Completion ,� 81,365.00 Thanl< you very rnuch for this opportunity. Should you have any questions please feel free to call me at 972,887.5550 office direct, or 972.740.6693 ceA. Best regards, Jan Moye, PMP Principal cc: A. Rose, T. Barry, M. Weber, W. King December 20, 2016 (rev.i) p5of5 City of Fort Worth, WRMC CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFiCE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form, and the city, state and country of the business entity's place Certificate Number: of business. 2017-166453 Moye I T Consulting, LLC Irving, TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 02/14/2017 being filed. City of Fort Worth Date Acknowledged: g Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. P M D2017-01 Professional services supporting the construction of Campus Wide Fiber Network upgrades to Will Rogers Memorial Center. Nature of interest 4 Name of Interested Party City, State, Country (place of business) (check applicable) Controlling Intermediary Rose, Aaron Irving, TX United States X Moye, Jan Irving, TX United States X King, Whitfield Irving, TX United States X Frain, Troy Irving, TX United States X Barry, Tracy Irving, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. �' r � KELSEY SH W a' `;*p( ��8��:. ��_�;' +_ MYCOMMISSIONEXPIRES {, :N;,��q; JANUARY 24, 2021 -�- �%`-` �i�',t ��f',�'� NOTARY ID: 130979574 Signature of authorized agent of�contracting business entity '--W-'�'= �s.....a.na�+m.� AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said �/`-' � I O ''V , this the _I�_ day of �i r Qv , itness m hand and seal of office. � 20��, to certify which, w y -e 5-e S Y I�W �ll 14V1 S Signature officer administering oath Printed name of officer adminis[ering oath Title of officer administering oath Forms provided bv Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277