Loading...
HomeMy WebLinkAboutContract 37171 (2)ENGINEERED COMPUTER ROOMS Steve Read City of Fort Worth 5001 James Ave Fort Worth, TX 76115 RE: Critical Power System Protection Contract: #244527 Password: #127242 Dear Steve: CITY SECRETARY CONTRACT NO. May 14, 2008 Thank for trusting Eaton Electrical Inc. (Formerly Powerware) as the service provider for your uninterruptible power system (UPS). This is just a friendly reminder that the protection provided by your Powerware maintenance agreement for your critical power system will expire on 3/12/08. Renewing your existing protection is easy. If you wish to renew your service agreement, simply sign the front of the service agreement and fax back to me at 214-55M562. If you are using a purchase order make it payable to Eaton Electrical Inc and reference quote #244527. You may also renew online at http://renewal.12owerware.com/renewal/ using the above contract number and password. As you know from experience, Powerware customer support engineers are the only individuals both authorized/certified and factory -trained to work on Powerware equipment. They are also the only field personnel with the authorized proprietary software essential to performing maintenance as well as access to confidential information regarding engineering changes or technical bulletins. Our CSE's receive continual training to ensure they are current on all product lines. Again, thank you for looking to Powerware for your service needs. If you see any errors in any of the enclosed equipment or account data, please let me know so I can correct our records. If you have any questions or desire in changes in the service level, please call me at 214-292-5108. Sincerely, Chris Coker Engineered Computer Rooms, Inc. Powerware Global Service Representative ., DALLAS: 10777 SANDEN DRIVE DALLAS, TX 75238 • 214/340-5771 ORIGINAL FAX 214/553-0562 EATON ELECTRICAL INC. (FORMERLY EATON POWER QUALITY CORP.) SERVICE AGREEMENT INVOICE TO: (CUSTOMER) INSTALL SITE: (CUSTOMER) Company Name: City of Fort Worth Company Name: City of Fort Worth street: 5001 James Ave street: 1000 Throckmorton City: Fort Worth city: Fort Worth State: TX zip: 76115 State: TX zip: 76102 contact: Steve Read contact: Steve Read PH: 817-991-0627 PH: 817-991-0627 Fax I E-Mail : steve.read fortworth ov.org Fax / E-Mail: steve,read fortworthgov.org PAYMENT TERM SELECTED: ®SINGLE YEAR ❑MULTI -YEAR Start Date: 411108 End Date: 3112109 PAYMENT CYCLE: ®ANNUAL ❑MULTI -YEAR PREPAY ❑ARREARS (GOV'T. ONLY) ❑ MVS PURCHASE ORDER NUMBER: ❑Tax Exempt Certification Attached T nr PI1\lC I]CIl Cl1111f]IIIIL\IT L V V •Product Item Line Model SIN# Service Choice CPM O Unit Annual Price Total Annual Price 1 Pware 9390-80/50 EX471CAA02 POWERTRUST SERVICE PLAN 7X24 1 $3,875.00 $3,875.00 2 PARTS, LABOR &UNLIMITED 7X24 INCLUDED SERVICE CALLS 3 ANNUAL UPS PREVENTIVE 7X24 1 INCLUDED MAINTENANCE MAJOR PM 1 Pware 9390-160 EX413CAA03 POWERTRUST SERVICE PLAN 7X24 1 $5,600.00 $5,600.00 2 PARTS, LABOR &UNLIMITED 7X24 INCLUDED SERVICE CALLS 3 ANNUAL UPS PREVENTIVE 7X24 1 INCLUDED MAINTENANCE MAJOR PM SEE ATTACHED SHEETS: EATION ELECTRICAL INC TERMS &CONDITIONS, SCOPE OF WORK DOCUMENTS R-18, R-2 NET TOTAL* $9,475.UU This Agreement, together with the te�ryns on the attached sheets mode part of this Agreement constitutes the entire Agreement between the parties and shall exclusively control the relationship of t/re parties, with regard to this Agreement. Printed, preprinted or other tens on the face or reverse side of Customer's Purchase Order shall not be binding. CUSTOMERIPURCHASER Company Name: talon tiecmcar roc. Signature: Signature: Date: Date: Printed Name:: Printed Name: Title: Title: Fax I E-Mail: Fax I E-Mail: Contract Number: Customer Number: Site Number: Bill To Number: Date Processed: "Important tax notice: Tax is not included in the above purchase price. In order to comply with tax regulations, sales/use tax will be added and itemized separately when you are invoiced If you are not liable for this tax please provide an executed tax exemption or resale certificate with this signed Agreement. �� .��;�a�i� a����� s ! � �� �. '� ORIGINAL Form Revised: 10/01/00 EATON ELECTRICAL INC. (FORMERLY EATON POWER QUALITY CORPORATION) Contract #: Coverage Period: Contract Price. Contract Renewal Acceptance Form 244527 3/13/08 - 3/12/09 1 Year total price: $20,848.00 **Per previously agreed upon Terms and Conditions** Billing Information: City of Fort Worth 5001 James Ave ATTN: Steve Read Fort Worth, TX 76115 Product/Site Information• **If any of this information is incorrect strike through and correct to the side City of Fort Worth Enduser # 328657 Serial #BN345A0094 3000 W Bolt Street Fort Worth, TX 76110 Brand: Exide Model: Plus 36 Contract Type: Proactive Service Plan Response Time: 8 HR Coverage: 7x24 1 UPS Preventative Maintenance 7x24 City of Fort Worth Enduser # 328657 Serial #EP134ZBA03 3000 W Bolt Street Fort Worth, TX 76110 Brand: Exide Model: Plus 50 Contract Type: Proactive Service Plan Response Time: 8 HR Coverage: 7x24 1 UPS Preventative Maintenance 7x24 City of Fort Worth Enduser # 328657 Serial #EV313ZBA04 3000 W Bolt Street Fort Worth, TX 76110 Brand: Exide Model: Plus 50 Contract Type: Proactive Service Plan Response Time: 8 HR Coverage: 7x24 1 UPS Preventative Maintenance 7x24 City of Fort Worth Enduser # 328658 Serial #EN424ZBA03 1000 Throckmorton Street Fort Worth, TX 76102 Brand: Exide Model: Plus 80 Contract Type: Proactive Service Plan Response Time: 8 HR � Coverage: 7x24 I UPS Preventative Maintenance 7x24 City of Fort Worth 1000 Throckmorton Street Fort Worth, Texas 76102 Enduser 11328658 Serial #ET442ZBA01 Brand: Exide Model: Plus 160 Contract Type: Proactive Service Plan Response Time: 8 HR Coverage: 7x24 lUPS Preventative maintenance 7x24 To renew your contract immediately, please review the above information for accuracy then send the following information to the address specified below. Purchase Order Number Site Contact Information: Recommended: City of Fort Worth Transportation & Public Works Dept. Attn: Steve Read 5001 James Avenue Fort Worth, Texas 76115 (817)392-6995 St eve.Read@fortworth og� v.org ■ MAR7 AL 'W'k cting Director Date and Public Works Attest: Marty He rix Date City Secretary Darrick Finan Director North American Sales CITY O� F FORTS WORTH Fernando Costa Date Assistant City Manager as to Form Q�y J. Ra ey N /Date Assistant ity ttorney 0 -a'3k- 0 C *tract Authorization 51 c ) o q i *Important tag notice: Tax is not included in the above purchase price. All order will be subject to all applicable sales tax unless a current tax exemption certificate is on file covering the state shown in the ship to address or service location. Please complete and return this form immediately either by mail or fax to: Eaton Electrical Inc (Federal Tax ID 34-1756467) CJO Engineered Computer Rooms, Inc. 10777 Sanden Drive Dallas, TX 75238 Phone: 214-292-5108 Fax: 214-553-0562 Make Payment to: Eaton Electrical Inc. P.O. Box 93531 Chicago, IL 60673-3531 Ect•N EATON ELECTRICAL INC. SERVICE AGREEMENT - TERMS AND CONDITIONS T- 0 1. DEFINITIONS: As used in this Service Agreement: (1.1) "Power Module" shall mean the electronics ponion of a UPS; (1.2) "Battery" shal mean the electric storage battery portion of a UPS; (1.3) Power System shall mean the Power Module and Battery; (1.4) "Proper" and all of its derivative forms shall mean in accordance with published Eaton specifications. (1.5) "Purchaser" or "Customer" shall mean the purchaser of this Service Agreement. (1.6) "Contractor" " shall mean Eaton Electrical Inc., a Delaware corporation, with an office located at 8609 Six Forks Road, Raleigh, NC 27615. 2. ELIGIBILITY: All equipment that has experienced a lapse in Contractor service coverage (or factory warranty coverage), or as had no service history with Contractor within the previous ninety (90) days, is subject to a Pre -Contract Survey (PCS) inspection by Contractor prior to eligibility for any service under this Agreement. Customer is subject to charges for this insppection service at Contractor's then current Time and Material Service Rate Schedule (Refer to Exhibit 1-PCS and Attachment X-1). 3 COVERED EQUIPMENT: "Covered Equipment" shall mean the Power System equipment listed on the front page of the Contractor's Service Agreement, or on separate titled page incorporated into this Agreement. If pre -contract inspection is required for eligibility, a list of Covered Equipment will be provided at that time and become incorporated into this Agreement. 4. HOURS OF SERVICE: Contractor will provide service during the Principal Period of Maintenance (PPM), which is defined as normal business hours (Monday - Friday, 8:00 AM to 5:00 PM, alternately described as "5x8 service") excluding holidays as observed by Contractor. The Contracted Period of Maintenance (CPM) is the PPM along with any additional extended hours of coverage optionally purchased by Customer (alternately described as "7x24 service") and excludes all of Contractor's observed holidays for planned maintenance activities. Contractor's observed holidays are as follows: New Year's Day, Martin Luther King Day, Good Friday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Post Thanksgiving Day, Christmas Eve Day and Christmas Day. 5. SCOPE OF SERVICES: espouse Time -Contractor will arrive at the equipment's location within eight (8) CPM hours following Customer's request for re ed al amtenance, provided the Installation Location is within one hundred (100) miles of a Contractor service location. If optionally purchased by Customer, Contractor will arrive at the equipment's location within four (4) or two (2) CPM hours following Customer's request for remedial maintenance, provided the Installation Location is within fifty (50) miles of a Contractor service location. Response time does not include battery replacement service. B. Start -Up Service — If optionally purchased by Customer, Contractor will provide Start -Up services during the CPM, for new or relocated equipment. Start -Up services will be limited to visual and mechanical inspections of the installation, electrical pre -checks, initial equipment energizations, verification of system operation, and user operational training as defined by Eaton. Eaton reserves the right to invoice Customer at prevailing rates for delays or correction of conditions beyond the control of Contractor, including but not limited to: postponements, cancellation, or delays of work while in route to, or at equipment location, performance of service not covered by equipment warranty or other valid service agreement, correction ofshippingor transit damage, or correction of installation errors, except where Contractor has installed or supervised the installation of the equipment. Verification of remote communications functions is performed only if LAN or phone connection is available at time of installation. Refer to the following Attachments as applicable per equipment type: Attachment L-2; UPS Start -Up Scope of Work Attachment 14; Intergy DC Power System Start -Up Scope of Work Attachment PF2-]; PF2 Flywheel Start -Up Scope of Work Attachment PDU-l; PDU, RPP, STS, PDU-R, SBR, ISO -Trans, VR Start -Up Scope of Work C. Preventive Maintenance - If optionally purchased by Customer, Contractor will provide scheduled preventive maintenance. Scope of Preventive Maintenance will be based on equipment specific manufacturer recommendations. Contractor's sole obligation will be to provide Customer with a sixty- (60) day period to schedule the Preventive Maintenance inspection, sixty (60) days prior to commencement of that period. Refer to the following Attachments as applicable per equipment type: Attachment R-2; UP9 Preventive Maintenance Scope of Work Attachment 1-2; Intergy DC Power System Preventive Maintenance Scope of Work Attachment 1`172-2; PF2 Flywheel Preventive Maintenance Scope of Work Attachment PF2-3; PF2 Flywheel Bearing Maintenance Scope of Work Attachment PF24; Flywheel Vacuum Pump Maintenance Scope of Work Attachment PDU-2; PDU, RPP, STS, PDU-R, SBR, ISO -Trans, VR Preventive Maintenance Scope of Work D. PowerTrust TM, PowerTrust Preferred, PowerTrust Ultra and PowerTrustTm VALUE Service Plan - If optionally purchased by Customer, Contractor will provide preventive and corrective service coverage. Refer to the following Attachments as applicable per equipment type: Attachment R-2; Preventive Maintenance Scope of Work Attachment R4; Flooded Lead Acid Battery Preventive Maintenance Scope of Work Attachment R-5; Valve Regulated (sealed) Battery System Preventive Maintenance Scope of Work Attachment R-8; Eaton Protection Audit Scope of Work Attachment R-18; UPS PowerTius Serviclan Scope of Work Attachment R49; UP PoNeiTtast Preferreffm Service Plan Scope of Work ?,Jt Y �i%73 �� Attachment R-23; PowerTrust U1mv Service Plan Scope of Work Attachment R-24; Battery Remote Monitoring Scope of Work Attachment R-25; Battery On -Site Visual Inspection Scope of Work Attachment II CELLWATCH %th Battery Remote Monitoring Scope of Work Attachment R-27; UPS PowerTrust VALUE Service Plan Scope of Work Attachment PDU-4; PDU, RPP, STS PowerTrust Service Plan Scope of Work E. Preventive Maintenance Service Plan — If optionally purchased by Customer, Contractor will provide one annual Preventive Maintenance Visit and one annual Battery Preventive Maintenance Check. Eaton's sole obligation will be to provide Customer with a sixty (60) day period to schedule the UPS Preventive Maintenance inspection and Battery System Preventive Maintenance (either Flooded Lead Acid or Valve Regulated (sealed) Battery) sixty (60) days prior to commencement of that period. Refer to the following Attachments: Attachment II UPS Preventive Maintenance Scope of Work Attachment R-4; Flooded Lead Acid Battery Preventive Maintenance Scope of Work Attachment R-5; Valve Regulated (sealed) Battery System Preventive Maintenance Scope of Work Attachment R-10; UPS Preventive Maintenance Service Plan F. ProActive Service Plan - If optionally purchased by Customer, Contractor will provide preventive and corrective service coverage. Refer to the following Attachments as applicable per equipment type: Attachment R-2; Preventive Maintenance Scope of Work Attachment R-3; UPS Performance Check Scope of Work Attachment R4; Flooded Lead Acid Battery Preventive Maintenance Scope of Work Attachment R-5; Valve Regulated (sealed) Battery System Preventive Maintenance Scope of Work Attachment R-6; UPS ProActive Service Plan Scope of Work Attachment R-8; Power Protection Audit Scope of Work Attachment PDU-3; PDU, PDU- R, SBR IsoTrans, VR ProActive Service Plan Scope of Work Attachment 1`172-6; PF2 Flywheel ProActive Service Plan Scope of Work G. UpTime Guarantee Service Plan — If optionally purchased by Customer, The UpTime Guarantee Service Plan is Contractor's recommended Service Plan. Subject to the conditions and limitations contained in Attachment T-I Eaton UpTime Guarantee - Terms and Conditions, if Contractor's Recommended Service Plan is optionally purchased by Customer, Contractor guarantees that there will be no load loss directly attributable to improper function or failure of the Contractor uninterruptible power supply. Said load must be roperly connected to the Contractor uninterruptible power supply, which must be covered by a manufacturer's recommended service plan. Refer to the following Attachments: Attachment T-1; UpTime Guarantee — Supplemental Terms and Conditions. Attachment R-2; Preventive Maintenance Scope of Work Attachment R4; Flooded Lead Acid Battery Preventive Maintenance Scope of Work Attachment R-5; Valve Regulated (sealed) Battery System Preventive Maintenance Scope of Work Attachment R-8; Power Protection Audit Scope of Work Attachment R-11; UPS UpTime Guarantee Service Plan Scope of Work H. Battery Preventive Maintenance - If optionally purchased, Contractor will provide scheduled periodic maintenance of the UPS battery during the CPM. Scheduled maintenance may be performed concurrent with remedial maintenance of the Power Module at Eaton's discretion. Scope of Battery Preventive Maintenance will be based on industry standards and Contractor's recommendation for the particular covered equipment. Contractor recommends two (2) inspections visit per year for valve -regulated (sealed) type systems and four (4) inspections per year for flooded (wet) type systems. UNLESS SPECIFICALLY STATED, BATTERY UPDATES AND REPLACEMENTS ARE NOT INCLUDED WITH BATTERY PREVENTIVE MAINTENANCE. If separately provided from the Power Module remedial maintenance, Contractor will provide Customer thirty (30) days notice to schedule inspection at a mutually convenient time during the CPM. Refer to the following Attachments as applicable per equipment type: Attachment II Flooded Lead Acid Battery Preventive Maintenance Scope of Work Attachment II Valve Regulated (sealed) Battery System Preventive Maintenance Scope of Work I. Full Battery Coverage - If optionally purchased by Customer in conjunction with an on -site corrective maintenance Power Module Service Agreement of the same duration, with battery update service performed by Contractor within the prior twelve- (12) month period and batteries pass the associated performance requirements (Refer to Attachment R-9), Contractor will provide battery remedial service (for replacement of failed batteries or batteries with less than 80% of their published rated capacity) during the CPM. This battery coverage includes all maintenance parts and labor necessary to maintain the Covered Battery Equipment in good operating condition during the CPM. Refer to the following Attachments: Attachment T-2; Battery Coverage Supplemental Terms and Conditions Attachment R-9; Battery Replacement Guidelines Attachment R-13; Full Battery Coverage Scope of Work J. Legacy Service Plan — If optionally purchased by Customer after contract coverage ends and unit is either out of production or declared obsolete Contractor will offer the Legacy Service Plan for a duration not to exceed one year. No response time guarantee is available with the Legacy Service Plan. Contractor will provide reasonable effort on parts and repair time but is not liable for delayed or incomplete repairs due to parts availability. Refer to the following Attachment: Attachment E-1; Legacy Service Plan Scope of Work K. Powerware CELLWATCH Battery Monitoring Installation/First Year Coverage/Additional Years of Corrective Coverage - If optionally purchased by Customer, Contractor will provide Installation, Start -Up services and First Year Coverage for Contractor's Cellwatch Battery Monitoring Systems. This coverage provides full corrective maintenance coverage for one year after Start -Up date. This includes repair materials labor and related expenses for Lite repair of failures in the Cellwatch hardware and software system. Batteries are not included. The PPM is 7x24. Response time requests for remedial service is eight hours within 100 miles of an,established service location. Verification of remote communications fUnctions is performed only if LAN or phone connection is available at time of installation. Refer to the following Attachments: Attachment CW-1: Contractor CELLWATCH Installation/Start-Up/First Year Corrective Maintenance Coverage Attachment CW-2; Contractor CELLWATCH Additional Years of Corrective Coverage Scope of Work 6. LABOR AND MATERIAL RATES: For any additional services outside the Scope of Services purchased for Covered Equipment under this Agreement (as referenced above in Section 5), Customer shall be billed as per Contractor's then current Time and Material Rate Schedule (refer to Attachment X-1). This excludes any flat rate services quoted by a Contractor's Representative. 7. ENGINEERING CHANGES/INFORMATION0 All changes deemed necessary by Contractor will be installed during sche uled maintenance visits during the CPM. Other changes, deemed optional by Contractor, will be offered to the Customer on an as -available, per charge basis. All information of the Customer shall be deemed non -confidential and Contractor will be under no duty of non -disclosure unless both parties execute Contractor's Mutual Confidential Disclosure Agreement, 8. CUSTOMER'S RESPONSIBILITY: Communication and c edulmg - The Customer shall contact Contractor's Customer Support Service Center (1-Oulu-043- 9433) regarding all service and Preventative Maintenance requests and all other matters arising out of or relating to this Agreement. With respect to Preventative Maintenance services purchased by Customer from Contractor under paragraphs 5(c 4 5(d), 5(e), 5(9, 5(g), 5(h), 5(i), 50), and/or 5(k) above, it shall be the Customer's responsibility to contact Contractor to schedulle the Preventative Maintenance services. Should the Customer fail to schedule and/or not permit for any reason any Preventative Maintenance services to be completed within ninety (90) days of the scheduled service date, Contractor shall deem its obligation for that Preventative Maintenance service to have been met. B. Movement - If Covered Equipment is moved to another location in the fifty (50 U.S. States (or District of Columbia), coverage will continue only upon the following conditions: (i) Customer shall notify Contractor in writing at least thirty (30) days in advance of equipment power -down; (ii) Contractor reserves the right to supervise the power -down, disconnection, rig ,in , packing, movement, unpacking, reinstallation and re -start of the new s stem. This service will be charged at Contractor s then current Time and Material Service Rate Schedule. (iii) Resumption ofYcoverage under this Agreement is subject to acceptance by Contractor of Covered Equipment at the new location. C. Safety -The Customer shall, at all times during the provision of services hereunder, have a representative present at the maintenance site at no cost to, and solely for the safety of Contractor. D. Access - In order that Contractor may perform its obligations under this Agreement, Customer shall grant ready access to the Covered Equipment subject to reasonable security requirements. 9. TERM AND TERMINATION: This Agreement and all that is stated herein shall automatically be renewed for successive twelve (12) month periods at t e prices in. effect at the time of each renewal. In the event Customer elects not to renew this Agreement, then Customer shall provide thirty- (30) days written notice prior to the renewal date. Customer will be provided with written notice of renewal sixty (60) days prior to expiration, stating the prices for the applicable renewal term prior to each renewal date. Notwithstanding the foregoing, either Customer or Contractor may terminate this Agreement at any time upon thirty (30) days written notices to the other, subject to provision 16 below. 10. INSURANCE: During the term of this Agreement, Contractor at its own cost and expense, shall obtain and maintain in full orce an effect t e following insurance with sound and reputable insurers: (1) Worker's Compensation insurance in accordance with the statutory requirements of the state in which the maintenance is to be performed; (2) Automobile Liability insurance on all motor vehicles licensed for highway use, both owned and non -owned and, (3) Comprehensive Liability insurance for bodily injury and property damage. 11. WARRANTY: Contractor shall perform all services in a professional and workmanlike manner. Contractor warrants to repair or replace defective materials and correct defective workmanship reported to Contractor and/or diagnosed by Contractor's personnel during the term of this Agreement. Contractor warrants its corrective maintenance and spare parts to be free from defects in material and workmanship for a period of ninety (90) days from the completion date of the repair or replacement endeavor for which those repair materials and/or equipment were used. In the event the materials or equipment fails to meet its published specifications due to a defect in material or workmanship covered by this Warranty, Contractor will repair or replace the warranted materials or equipment at no cost to Customer for the material repaired or replaced. This Warranty shall not apply to any Power Module and/or Battery that has been subject to damage caused by accident, fire, flood, lightning, vandalism, acts of God, Customer's neglect, misuse, misapplication, incorrect connection or external damage; or that has been subject to repair or aIteration by Customer (or a third party not authorized by Contractor in writing. THIS WARRANTY IS CUSTOMER'S SOLE REMEDY AND IS EXPRESSLY IN LIEU OF, AND THERE ARE NO OTHER, EXPRESSED OR IMPLIED GUARANTEES OR WARRANTIES INCLUDING ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. Equipment supplied, but not manufactured by Contractor is warranted solely by the equipment manufacturer. Contractor's obligation under said Warranty is conditioned upon receipt of all payments due from Customer including interest charges, if any. 12. ASSIGNMENT: Customer shall not assign this Agreement or any of its rights hereunder without the prior written consent of Contractor. 13. SUBCONTRACTING: Contractor reserves the right to subcontract any portion of the services provided for under this Agreement wit out the prior consent of Customer. 14. INDEMNITY: Subject to the limitations of liability in Section 15 hereof, C trac shall defend, indemnify and hold arm ess Customer, its officers, employees and agents, from and against any and all claims, liabilities, damages, demands, losses, causes of action and suits, including reasonable ey's fees mcidenf ffiet' , to the extent they result directly from or out of: (1) any injury to or death of any person or d age to oi_ destiuctti6n )#, a y property caused by the negligent acts, errors, r`1e f omissions or willful misconduct of Contractor, its agents or employees; and (2) any violation of federal or state regulations, orders, rules or the violation of any other governmental entity by Eaton, its agents or employees. 15. LIABILITY: In no event shall Contractor or Customer, or their respective officers, directors, employees or agents be liable to the other for any incidental, indirect, special or consequential damages, such as, but not limited to, delay damages, lost profits or revenue, lost data or lost opportunity damages, resulting from or in connection with any claim or cause of action, whether brought in contract or in tort, even if Contractor or Customer knew or should have known of the possibility of such damages. Under no circumstances shall the aggregate liability arising out of or in connection with this Agreement exceed the price paid hereunder for the goods and services provided. 16. PAYMENT: All payments are due net 30 days in full from date of invoice, and any payment not made when due shall be subject to an interest charge of 1.5% per month or fraction thereof, or maximum permitted by law, whichever is less. Additionally, Customer shall be invoiced for, and shall pay for, all services not expressly provided for by the terms hereof, such as, but not limited to, site calls involving no-fault found inspections where no corrective maintenance was required. If any payment is not made when due, Contractor reserves the right to refuse to provide any further services until such payment and the applicable interest have been received. Contractor reserves the right to invoice Customer either the full amount due under this Agreement or in accordance with Contractor's Time and Materials Service Rate Schedule (Attachment X-1) for services rendered, whichever amount is greater, if this Agreement is terminated by Contractor for non-payment. Customer shall be liable for expenses including reasonable attorneys' fees, associated with collection proceedings for non-payment. In the event of early termination: A) Customer will be liable for any services rendered to the reasonable satisfaction of Customer prior to the effective date of termination, and B) Contractor at its discretion will provide a credit against any advance payments received as follows: 1) a pro -rated amount based on the terminated portion of the fixed -price fee due Contractor, or 2) an amount based on the difference between the amount paid by Customer prior to the effective date of early termination and the actual cost of service options completed (including emergency repair calls) by Contractor prior to the effective date of early termination. 17. TAX: Contractor's price is exclusive of any applicable tax. All orders will be subject to all applicable sales tax unless a current tax exemption certificate is on file with Contractor covering that state shown in the ship -to address or service location of the Customer's purchase order or the installation location of the Covered Equipment under this Service Agreement. 18. PARTS: Parts removed for replacement shall be Contractor's property. Maintenance parts used from Customer -owned spare part�rt sI 71 be replaced by Contractor at no cost. Replacement parts shall be new or of the same quality as new. 19. FORCE MAJEURE: Contractor shall not be liable for any failure to deliver, or delay in delivering services to Customer to the extent that such failure or delay results from causes beyond its reasonable control including, without any limitation, any act of God or force majeure, war, revolution, riot, civil commotion, or any applicable governmental or judicial law or regulation, order or decree. 20. GENERAL: The terms and conditions of this Agreement cannot be modified or waived except by a writing signed by the parties hereto and waiver by Contractor or Customer of any provision hereof in any one instance shall not constitute a waiver as to any other instance. If a provision of this Agreement is invalidated for any reason, this Agreement remains binding except for such invalid provision. This Agreement shall be construed in accordance with and governed by the laws of the State of North Carolina. Customer and Contractor hereby agree that all disputes arising out of this Agreement shall be submitted solely to the jurisdiction of the State and Federal Courts located in Wake County, North Carolina. 4 ._ City of Fort Worth, Texas Mayor and Council Communication - COUNCIL ACTION: Approved on 5/6/2008 - -- DATE: Tuesday, May 06, 2008 LOG NAME: 20EATON08 REFERENCE NO.: **C-22790 SUBJECT: Authorize Renewal and Amendment No. 1 to City Secretary Contract No. 35101 in the Amount of $30,323.00 for Preventive Maintenance of Uninterrupted Power Supply Systems at Various City Facilities RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute renewal and Amendment No. 1 to City Secretary Contract No. 35101 for a total of $30,323.00 for preventive maintenance of Uninterrupted Power Supply (UPS) systems located at various City facilities. DISCUSSION: City Secretary Contract No. 35101 for preventive maintenance of UPS systems was executed on March 16, 2007 in the amount of $19,874.00. During the past year manufacturer's warranties have expired for two units making it necessary to add the units to the existing preventive maintenance contract at an additional cost of $9,475.00. The renewal price for the contract is $20,848.00 and with the additional units added the total contract price is $30,323.00 Eaton Electrical (Powerware) customer support engineers are the only factory authorized/certified and factory trained personnel available to work on these UPS systems. Eaton Electrical does not furnish proprietary technical information to non -qualified entities; therefore this is a sole source purchase. M/WBE — A waiver of the goal for M/WBE subcontracting requirements was requested by the Transportation and Public Works Department and approved by the M/WBE Office because the purchase of goods or services is from a documented sole source provider. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current operating budget, as appropriated, of the Information Systems Fund and the General Fund. TO Fund/Account/Centers Submitted for City Manager's Office bv: Originating Department Head: Additional Information Contact: FROM Fund/Account/Centers P168 536010 0043020 7 922.24 P168 536010 0046020 $18,525.76 GG01 536010 0028000 $1,430w78 GG01 539120 0028000 $2,444m22 Fernando Costa (8476) Greg Simmons (7862) Glenn Balog (2028) CONTRACT NO, 1- EATON CORPORTION SERVICE AGREEMENT ACCEPTANCE FORM Contract # 244527 Coverage period: 5/6/09 Contract price: 1 year total price: $34,966.00 Bill information: City of Fort Worth 5001 James Avenue Fort Worth, TX 76115 ATTN: Steve Read Product/Site Information City of Fort Worth 3000 W. Bolt Street For Worth, TX 76110 Brand: Exide/Powerware Enduser 4328657 Model: Plus 36 Serial #BN345A0094 Contract type: Proactive Service Plan with one 7x24 UPS Preventative Maintenance Visit Response time: 8 hour Coverage: 7x24 City of Fort Worth 3000 W. Bolt Street For Worth, TX 76110 Brand: Exide/Powerware Enduser#328657 Model: Plus 50 Serial #EP134ZBA03 Contract type; Proactive Service Plan with one 7x24 UPS Preventative Maintenance Visit Response time: 8 hour Coverage: 7x24 City of Fort Worth 3000 W. Bolt Street For Worth, TX 76110 Brand: Exide/Powerware Enduser#328657 Model; Plus 50 Serial #EV313ZBA04 Contract type: Proactive Service Plan with one 7x24 UPS Preventative Maintenance Visit nse time: 8 hour Coverage; 7x24 CITY ETAR� City of Fort Worth Enduser #328658 Serial #EN424ZBA03 1000 Throckmorton Street For Worth, TX 76102 Brand: Exide/Powerware Model: Plus 80 Contract type: Proactive Service Plan with one 7x24 UPS Preventative Maintenance Visit Response time: 8 hour Coverage: 7x24 City of Fort Worth 1000 Throckmorton Street For Worth, TX 76102 Brand: Exide/Powerware Enduser #328658 Model: Plus 160 Serial #ET442ZBA01 Contract type: Proactive Service Plan with one 7x24 UPS Preventative Maintenance Visit Response time: 8 hour Coverage: 7x24 City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 Brand: Exide/Powerware Enduser 44328658 Model: Plus 80 Serial #EX471CAA02 Contract type: Proactive Service Plan with one 7x24 UPS Preventative Maintenance Visit Response time: 8 hour Coverage: 7x24 City of Fort Worth 1000 Throckmorton Street For Worth, TX 76102 Brand: Exide/Powerware Enduser #328658 Model: Plus 80 Serial #EX413CAA03 Contract type: Proactive Service Plan with one 7x24 UPS Preventative Maintenance Visit Response time: 8 hour Coverage: 7x24 City of Fort Worth Enduser #328658 Serial #EY233CAA02 1000 Throckmorton For Worth, TX 76102 �dTY SECRETARY Brand: Exide/Powerware Model: Plus 80 a WORTH, TX Contract type: Proactive Service Pl an with one 7x24 UPS Preventative Maintenance Visit onse time: 8 hour 7x24 Purchase order Number Site Contact information: Steve Read (817)392-6995 steve readC�fortworthgov.org Approval Recommended: � �William� A. Verkest, P.E. Date Director, Transportation and Public Works Fernando Costa Assistant City Manager Amy Ramsey Assistant City Attorney Marty Hendrix Darrick S. Finan Eaton Corporation Director, North America Sales 7 G o! 4F or Date Date Date Date �FF9CiAL RECORD i CITY SECRETARy FT. WORTH, TX Please return for to Eaton Corporation c/o Critical Site Solutions 8304 Esters Blvd., Suite 870 Irving, TX 75063 ALL PURCHASE ORDERS MUST BE MADE OUT TO EATON CORPORATION ITYSKRETARY Page 1 of 2 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 5/26/2009 --- --- DATE: Tuesday, May 26, 2009 REFERENCE NO.: **C-23544 LOG NAME: 20EATON09 SUBJECT: Authorize Amendment No. 2 to City Secretary Contract No. 37171 with Eaton Corporation in the Amount of $34,966.00 for Preventive Maintenance of Uninterrupted Power Supply Systems Located at Various City Facilities RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute Amendment No. 2 to City Secretary Contract No. 37171 with Eaton Corporation (formerly Eaton Electrical /Powerware), for preventive maintenance of Uninterrupted Power Supply systems located at various City facilities. DISCUSSION: City Secretary Contract No. 35101 for preventive maintenance of Uninterrupted Power Supply (UPS) systems was executed on March 16, 2007, in the amount of $19,874.00. Renewal of the contract and Amendment No. 1 was approved on May 6, 2008, (City Secretary Contract No. 37171, M&C C-22790) for $30,323.00. During the past year the manufacturer warranty expired for one unit making it necessary to add the unit to the existing preventive maintenance contract at an additional cost of $4,706.00. The renewal price for the contract is $34,966.00 which includes the additional unit and a $63.00 price decrease from the previous contact. The UPS systems are installed at City Hall, Eagle Mountain Transmitter Site, 6869 Bowman Roberts Road and Fire and Police Communications, 3000 West Bolt Street. Eaton Corporation customer support engineers are the only factory authorized/certified and factory trained personnel available to work on these UPS systems. Eaton Corporation does not furnish proprietary technical information to non -qualified entities; therefore this is a sole source purchase. M/WBE — A waiver of the goal for M/WBE subcontracting requirements was requested by the Transportation and Public Works Department and approved by the M/WBE Office because the purchase of goods or services is from a documented sole source provider. RENEWAL OPTIONS —The contract is automatically renewed every year unless terminated by the City. The UPS systems are located in COUNCIL DISTRICTS 7 and 9, but will serve Fort Worth residents in all Council Districts. FISCAL INFORMATION /CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current operating budgets, as appropriated, of the Information Systems Fund and General Fund. FUND CENTERS: TO Fund/AccountlCenters FROM Fund/Account/Centers i i �nn�,,,-;nt=t,-„PX�T��cTvne=Print 6/11/2009 Page 2 of 2 CERTIFICATIONS: Submitted for City Manager's Office bv: Originating Department Head: Additional Information Contact: ATTACHMENTS 1. 2009 Dept Waiver.pdf (CFW Internal) 2. 2009 Sole Source.pdf (CFW Internal) 3. 536010 0028000.pdf (CFW Internal) 4. 539120 0028000.pdf (CFW Internal) 5. 539120 0043020.pdf (CFW Internal) 6. Eaton Contract.pdf (CFW Internal) P168 539120 0043020 GG01 536010 0028000 GG01 539120 0028000 Fernando Costa (6122) William Verkest (7801) Glenn Balog (2028) $30 260.00 1 742.00 2 964.00 /o.,..,,,,..;1/,.r„-,4,-,-..� oor.7i.7=11�(1(1Rrnrint=tn�aRrTlnrTvna=Print