Loading...
HomeMy WebLinkAboutContract 52782 Purchase No. SS-PO-102668-R4 CITY OF FORT WORTH REQUEST TO EXERCISE RENEWAL OPTION CITY SECRETARY August 27, 2019 CONTRACT NO. 5a78 a Ford Hall Company, Inc. Attn: Margaret Mazurek P.O. Box 2110 Richmond,KY 40476 Re: Contract Renewal Notice Contract No. Purchase No. SS-PO-102668-R4 (the"Contract") Renewal Term No. 4: October 21, 2019 to October 20,2020 The above referenced Contract with the City of Fort Worth expires on October 20, 2019 (the "Expiration Date"). Pursuant to the Contract, contract renewals are at the mutual agreement of the parties. This letter is to inform you that the City is requesting to renew the Contract for an additional one (1) year period, which will begin immediately after the Expiration Date.All other terms and conditions of the Contract remain unchanged. To agree to renew the Contract for an additional one(1) year period,please sign and return this request to exercise renewal option, along with a copy of your current insurance certificate, to the address set forth below. Please log onto PeopleSoft Purchasing at http://fortworthtexas.tov/purchasing to insure that your company information is correct and up-to-date. If you have any questions concerning this Contract Renewal Notice,please contact me at the telephone number listed below. Sincerely, V4w.e4 Saes Monica Saenz/Admin Assistant 817-392-8267 OFFICIAL RECORD CITY SECRETARY FT' �,A ORTH,TX Contract Renewal Pagel of 2 Purchase No. SS-PO-I02668-R4 ACCEPTED AND AGREED: CITY OF FORT WORTH CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract,including By: 11AI IVA ensuring all performance and reporting Name: Dana Burgh ff requirements. Title: erg Assis ant City Manager By: _ — APPROVAL RECOMMENDED: Name: M in Philli ,���(�l_ Title: Engineering Manager By. Name: Chris Harder APPROVED AS TO FORM AND Title: Water Director LEGALITY: By: Nary rly Anga icheril By: TitteKisistant Water Director Name: Doug Black Title: Assistant City Attorney ATTEST: CONTRACT AUT ORIZATION: M&C: B y to Approved: Y: f►,, Name: ary J. Ka se F rrt� I �1295 Certification No.: IJIA- Title: City Secretary 14-4 By: M Ck JA- IL�C , tom_ Name: 11'lc r, 7,R-T �1c i� .1� 'i Title: ff FFICIAL RECORD ITY.SECRETARY T. WORTH, TX Contract Renewal Page 2 of 2 Form W=9 Request for Taxpayer (live Form to the (Rev.October2018) Identification Number and Certification requester.Do not Department of the Treasury send to the IRS. internal Revenue Service ►Go to www.irs.gov/FormW9 for instructions and the latest information. 1 Name(as shown on your Income tax return).Name Is required on this line;do not leave this line blank. FORD HALL COMPANY INC. 2 Business name/disregarded entity name,if different from above FORD W HALL COMPANY 3 Check appropriate box for federal tax classification of the y one of the 4 Exemptions(codes apply y to m pp person whose name Is entered on fine 1.Check only only following seven boxes. certain entities,not individuals:see a Instructions on page 3): c ❑ Individual/sole proprietor or ElC Corporation Q S Corporation ❑ Partnership ElTrust/estate c 1Dg si le-member LLC Exempt payee code(If any) 0 ❑ Limited liability company.Enter the tax classification(C=C corporation,S=S corporation,P=Partnership)► $ Note:Check the appropriate box In the line above for the tax classification of the single-member owner. Do not check Exemption from FATCA reporting LLC If the LLC Is classified as a single-member LLC that Is disregarded from the owner unless the owner of the LLC is another LLC that is not disregarded from the owner for U.S.federal tax purposes.Otherwise,a single-member LLC that code(it any) Is disregarded from the owner should check the appropriate box for the tax classification of Its owner. Other(see Instructions)► WcorarroWW&ONfl W1Mdouh+de00usJ N 5 Address(number,street,and apt.or suite no.)See instructions. Requester's name and address(optionaQ PO BOX 2110 6 City,state,and ZIP code RICHMOND KY 40476 T List account numbers)here(optlonaQ Taxpayer Identification Number IN Enter your TIN In the appropriate box.The TIN provided must match the name given on line 1 to avoid I Social security number backup withholding.For Individuals,this is generally your social security number(S .However,for a resident alien,sole proprietor,or disregarded entity,see the instructions for Part i,later.For other entities,it is your employer identification number(EIN).If you do not have a number,see How to get a TIN,later. or Note:If the account is in more than one name,see the instructions for line 1.Also see What Name and I Employer Identification number Number To Give the Requester for guidelines on whose number to enter. M61 — 1 1 1 1 6 1 6 1 5 E LEM Certification Under penalties of perjury,I certify that: 1.The number shown on this form Is my correct taxpayer Identification number(or I am wafting for a number to be Issued to me);and 2.1 am not subject to backup withholding because:(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all Interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding;and 3.1 am a U.S.citizen or other U.S.person(defined below);and 4.The FATCA code(s)entered on this form(if any)indicating that I am exempt from FATCA reporting is correct. Certification Instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid, acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement(IRA),and generally,payments other than interest and dividends,you are not required to sign tK e c rliflcatlon,but you must provide your correct TIN.See the instructions for Part II,later. Sign Signature of Here U.S.person► Date► (� ` General Instructions •Form 1099-DIV(dividends,including those from stocks or mutual funds) Section references are to the Internal Revenue Code unless otherwise •Form 1099-MISC(various types of income,prizes,awards,or gross noted. proceeds) Future developments.For the latest information about developments •Form 1099-B(stock or mutual fund sales and certain other related to Form W-9 and its Instructions,such as legislation enacted transactions by brokers) after they were published,go to www.irs.gov/F`ormW9. •Form 1099-S(proceeds from real estate transactions) Purpose of Form •Form 1099-K(merchant card and third party network transactions) An Individual or entity(Form W-9 requester)who is required to file an •Form 1098(home mortgage Interest), 1098-E(student loan Interest), information return with the IRS must obtain your correct taxpayer 1098-T(tuition) Identification number(TIN)which may be your social security number •Form 1099-C(canceled debt) (SSN),individual taxpayer identification number(ITIN),adoption •Form 1099-A(acquisition or abandonment of secured property) taxpayer identification number(ATIN),or employer identification number (EIN),to report on an information return the amount paid to you,or other Use Form W-9 only if you are a U.S.person(Including a resident amount reportable on an information return.Examples of information alien),to provide your correct TIN. retums include,but are not limited to,the following. If you do not return Form W-9 to the requester with a TIN,you might •Form 1099-INT(interest earned or paid) be subject to backup withholding.See What Is backup withholding, later. Cat.No.10231x Form W-8(Rev.10-2018) ^ P.O. Box 2 1 1 0 800 928-2070 +N1111111 WAM Nor♦ r Richmond,KY 40476 8 5 9 6 2 4.10 7 7 859 624.3320 Fax OMEN www.fordhall.com Ford Hall Company, Inc. Village Creek WWTP c/o Ft Worth 4500 Wilma lane Arlington,TX 76012 07-02-2019 To Whom It May Concern: The Ford W. Hall Co.,Inc. (FHC) is the Sole Manufacturer of the Weir-Wolf TM automated Clarifier Cleaning System. The Weir-Wolf TM system is the only stainless steel Weir Cleaning system containing a breakaway component in each Brush Holder Assmem-by, Weighing under 150 lbs. installed and uses spring loaded Brushes to clean the individual effluent surfaces. FHC has over 2000 units in operation at over 800 Wastewater Plants. We offer a Five Year Parts Warranty on our Brush Systems. FHC is the holder of U.S. Patent 8,499,405 Apparatus for Cleaning WasteWater Treatment Tanks implemented in 2013 and covers the Shear Safety TM breakaway component in each Brush Holder to allow the Weir Cleaner to break loose or free in case of snag or hang up.This Patent is Valid and Enforceable. "An apparatus for cleaning algae and other debris from a wastewater treatment tank including a mechanically driven component comprising: A breakaway water treatment tank scrubber assembly" This option protects the Brush system and the clarifier components(weirs, baffles, skimmer, drives, and motors)from additional damage. This option is now available in 304&316 SS. Thank you for your consideration. Sincerely, Margaret Mazurek Ford Hall Company 859-624-1077 Equal Opportunity Employer women" P,O. Box 2 1 1 0 800 9 2 8-2 0 7 0 ONE=" 111w— Richmond,KY 40476 8 5 9 6 2 4-10 7 7 859 624.3320 Fax MEN" ' www.fordhall.com Ford Hall Company, Inc. Village Creek WWTP c/o Ft Worth 4500 Wilma Lane Arlington, TX 76012 07-02-2019 To Whom It May Concern: Ford Hall Company Inc. is the only authorized manufacturer for the Weir Wolf TM/Algae Sweep AutomationTM Cleaning Equipment systems for clarifiers and thickeners in the U.S.A and Canada. The custom designed nature of the individually built Weir Wolf TM/Algae Sweep AutomationTM Cleaning Equipment systems, requires that FHC is the only authorized provider of maintenance, field services, replacement components and brushes for the above listed products. All FHC weir cleaning systems are custom designed and built to fit individual clarifiers and thickeners.Therefore the systems are not interchangeable. Thereby, requiring all replacement parts,components, brushes, and services be provided by the original manufacturer, Ford Hall Company Inc. For questions, or to receive quotes on services, components, and brushes please contact Ford Hall Company Inc. at the following numbers. Sincerely, mom. m a7.- . Margaret Mazurek Ford Hall Company 85"24-3320 Equal Opportunity Employer FORTWORTH, REQUEST FOR QUOTATIONS Purchasing Division 1000 Throckmorton Fort Worth,Texas 76102-6311 Phone: 817-392-8385 Fax: 817-392-8440 RFQ NO: 15-0040 CLOSING DATE: THURSDAY, DECEMBER 18, 2014 @ 1:30 PM COMMODITY: OEM FORD HALL WEIR WOLF ALGAE SWEEP AUTOMATION CLARIFIER CLEANING SYSTEM PM AND REPAIRS BUYER: JANE HUGHES, BUYER EMAIL: JANE.HUGHES@FORTWORTHTEXAS.GOV INSTRUCTIONS TO BIDDERS Quotes are solicited for furnishing the merchandise, supplies, services and/or equipment set forth. Completed Quote must be received in the Purchasing Division, 1000 Throckmorton, Fort Worth, Texas 76102 by the above quote deadline. Quotes must be faxed to 817-392-8440 or emailed, addressed to the above Buyer. City of Fort Worth and have the bid number and opening date clearly marked on the fax cover page. Late quotes will not be considered for award unless bidders are notified otherwise. Quotes may be withdrawn at any time prior to the official opening by written notification. Quotes may not be altered, amended or withdrawn after the official opening. • Your quote must be submitted on this form. • Freight and all other delivery charges shall be included in the unit price(s)bid. • The City is exempt from Federal Excise and State Sales Tax; therefore, tax must not be included in the quote price. Items quoted must meet or exceed City of Fort Worth Specifications; however, The City of Fort Worth may consider and accept alternate bids if specified herein when most advantageous to the City. The City reserves the right, however, to hold to City Specifications and to determine "or equal' status. The City reserves the right to accept or reject in part or whole any quote submitted, and to waive any technicalities for the best interest of the City. The undersigned agrees, if the quote is accepted, to furnish any and all items upon which prices are offered, at the price(s) and upon the terms and conditions contained in the specifications. The period for acceptance of this proposal will be 90 calendar days(unless the bidder inserts a different period)after opening date. City of Fort Worth Standard Terms and Conditions Shall Apply Company Name &Address QUOTE EVALUATION The quote award shall be based on, but not necessarily limited to,the following factors: Ford W. Hall Company Inc. 1. Unit Price PO BOX 2110 2. Total Quote Price 3. Terms and Discounts Richmond KY 40476 4. Delivery Date 5. Results of Testing Samples 6. Special Needs and Requirements of the City 7. Past experience with product/service 8. Vendor's past performance Telephone no.(AC 800) 928-2070 9. City's evaluation of the vendor's responsibility Fax no.( 859 ) 624 - 3320 10. Demurrage charges,freight costs and mileage 11.Estimated cost of supplies,maintenance, storage 12. Estimated Surplus value Signature E-mail Address: Date: 1 1/96/2o 14 Page 1 of 1 BID SOLICITATION Printed: 11/21/2014 BID OPENING DATE AND TIME 12/18/20141:30:00 PM BID NUMBER: 15-00.40 BUYER:Jane Hughes PHONE#: (817)392-8385 DELIVERY REQUIRED: 12/18/2014 V Vendor Name: Ford W. Hall Company Inc. H City of Ft Worth N Address: 1 VILLAGE CREEK WATER TREATMENT ID PO BOX 2110 p 4500 WILMA LANE 0 City,State Zip Code: Richmond KY 40476 ARLINGTON TX 76012 R T Item Class-Item Quantity Unit Unit Price Total 3.000 The City of Fort Worth is seeking an annual agreement for OEM Ford Hall $15,455.32 Weir Wolf Algae Sweep Automation Clarifier Cleaning System PM and Repairs.The agreement will be for one,one-year period with options to renew for up to four(4)additional one-year periods. Clarifiers#7,#8, #9 are not covered in this quote. ##Please see note below. 1.000 Yearly PM on 19 Weir Wolf Algae Sweep Automation Clarifier Cleaning 1 EA Systems by factory trained Technicians. 2.000 Any other repairs/parts needed to maintain Weir Wolf Algae Sweep 5000 EA Systems Any parts that exceed the included in Annual allot- am/ount off �wst ll�be quoted TOTAL: $15,455.32 WE AGREE TO FURNISH ANY OR ALL OF THE ITEMS QUOTED AT THE PRICES SHOWN.QUOTE MUST BE HELD FIRM FOR PERIOD OF 60 DAYS. WE AGREE TO FURNISH ANY OR ALL OF THE ITEMS QUOTED AT THE PRICES SHOWN.QUOTE MUST BE HELD FIRM FOR PERIOD OF 60 DAYS. TERM OF PAYMENT: 30 days from completion of serviceCOMPANY: Ford W. Hall Company Inc. DELIVERY: SIGNATURE: TELEPHONE NUMBER: 800 928 2070 NAME AND TITLE: Chris Daniel After Market Sales ## This quote is only valid for the 2015 Preventative Maintenance Plan. Clarifier#9 should be back in service by the time the 2016 Preventative Maintenance Plan will be needed. This will cause a change in price at that time. DETAILED SPECIFICATIONS FOR OEM FORD HALL WEIR WOLF ALGAE SWEEP AUTOMATION CLARIFIER CLEANING SYSTEM PM AND REPAIRS 1.0 SCOPE 1.1 The intent of these specifications is to describe the minimum requirements necessary to establish an annual agreement with Ford Hall Company to provide Original Equipment Manufacturer(OEM)Weir Wolf Algae Sweep Automation Clarifier Cleaning System Preventative Maintenance(PM)and Repairs. 1.2 The term of the agreement shall be for a period of one (1) year with options to renew annually for up to four(4) additional one-year terms. However, if funds are not appropriated, the City of Fort Worth (City) may cancel the agreement 30 calendar days after providing written notification to the successful bidder, known hereafter as"Vendor." 2.0 PURPOSE The Water Department/Village Creek Wastewater Treatment plant currently has 19 OEM Ford Hall Weir Wolf Algae Sweep Automation Clarifier Cleaning Systems in service throughout the Secondary area of the facility. Operational efficiency of these systems are critical in the prevention of algae from growing on the Clarifier weirs and Texas Commission Environmental Quality(TCEQ) regulations. 3.0 REQUIREMENTS 3.1 Ford Hall Company must provide OEM Weir Wolf Algae Sweep Automation Clarifier Cleaning System PM, repairs, replacement parts and components at manufacturer's list book price less percentage discount. 3.2 Repairs to be performed by an authorized OEM Ford Hall Weir Wolf Algae Sweep Automation Clarifier Cleaning System technician. 3.3 Ford Hall Company shall provide annual PM program. 4.0 INVOICING REQUIREMENTS 4.1 All invoices should be submitted directly to the requesting department. It is the responsibility of the Vendor to get the name of the responsible person, telephone numbers and address of the department at the time the service is requested. The requesting department is required to issue a release number to the Vendor during this process. 4.2 A properly prepared invoice shall consist of the Vendor's name, invoice number, address, date, service/item description, City issued purchase order and release number. Incomplete or inaccurate invoices may result in delayed payments, as they shall be returned to the Vendor for correction and re-submittal. 4.3 The Vendor shall submit corrected/revised invoices within seven (7) calendar days of notification from the City. 5.0 WARRANTY 5.1 All parts installed under this contract shall carry the standard manufacturer warranty. Warranties shall be effective on the date the parts are accepted by the City. 5.2 No repair or service work provided on any existing equipment shall void the existing warranty on the equipment. 15-0040 OEM FORD HALL WEIR WOLF ALGAE SWEEP AUTOMATION CLARIFIER CLEANING SYSTEM PM AND REPAIRS Page 3 of 18 6.0 DELIVERY 6.1 Deliveries to be made to Village Creek Wastewater Treatment Plant,4500 Wilma Lane, Arlington,Texas, 76012 as ordered by the City between the hours of 7:00 am and 4:00 pm unless special arrangements are made with City personnel. 6.2 Delivery shall be F.O.B. Destination and all delivery charges shall be included in the unit prices. The person placing the order will provide delivery and billing information. Deliveries will be on an "as needed"to various locations as instructed by the Water Department. No additional charges for expenses, freight, mileage, time, or similar items will be accepted or paid by the City. 6.3 There may be instances when the Vendor may be asked to accelerate delivery of an order(s) due to extenuating circumstances. When this occurs, the Vendor will be expected to provide this service at no additional cost 6.4 The Vendor shall provide a list of names and telephone/pager numbers to the Purchasing Division of the persons to be notified of a request for service. 7.0 ESTIMATED QUANTITIES The quantities listed in this RFQ are only estimates based on anticipated usage and are not an intent to purchase or a guarantee of future orders. The actual quantities may vary according to the needs to the City. The City is only obligated to pay for goods and/or services actually ordered by an authorized City employee and then received and accepted as required by the City. 8.0 UNIT PRICE ADJUSTMENTS 8.1 Unit prices shall include all associated costs, not limited to delivery, fuel and handling charges. No additional charges will be accepted or paid by the City. 8.2 Prices offered shall be used for bid analysis and for agreement pricing. In cases of errors in extensions or totals, the unit prices offered will govern. 8.3 Prices shall be firm for a period of twelve (12) months from the date of Purchasing Manager's approval. 8.4 The unit prices may be adjusted for increases or decreases in Vendor's cost during the renewal period but before the effective date of the renewal upon written request from the Vendor. 8.5 At the time the City exercises the renewal options, the Vendor may request a rate adjustment in an amount not to exceed the current Producer Price Index(PPI) rate of the original contract rate price or subsequent renewal rate price. 8.6 The Vendor must submit its price adjustment request, in writing, at least 60 days before the renewal effective period. The Vendor shall provide written proof of cost increases with price adjustment request. 8.7 If the City concludes that the rate increase being requested is exorbitant, the City reserves the right to adjust the rate request, or reject the rate request in its entirety and allow the contract to expire at the end of the contract term. If the City elects not to exercise the renewal option, the Purchasing Division will issue a new solicitation. 8.8 For no reason shall the Vendor suspended services without giving a thirty (30) day prior written notice to the Purchasing Manager. 15-0040 OEM FORD HALL WEIR WOLF ALGAE SWEEP AUTOMATION CLARIFIER CLEANING SYSTEM PM AND REPAIRS Page 4 of 18 9.0 INSURANCE REQUIREMENTS 9.1 The Vendor shall assume all risk and liability for accidents and damages that may occur to persons or property during the prosecution of work under this Agreement. The Vendor shall file with the City of Fort Worth Purchasing Division, prior to the commencement of services, a certificate of insurance documenting the following required insurance within five (5) calendar days of notification. 9.2 Policies shall have no exclusions by endorsements which nullify the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved by the City. In the event a contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the Vendor to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9.2.1 Statutory Workers' Compensation Insurance and Employer's Liability Insurance at the following limits: $100,000 Each Accident $500,000 Disease—Policy limit $100,000 Disease—Each Employee This coverage may be written as follows: Workers' Compensation and Employers' Liability coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Art. 8308—1.01 et seq. Tex. Rev. Civ. Stat.) and minimum policy limits for Employers' Liability of$100,000 each accident/occurrence, $500,000 bodily injury disease policy limit and $100,000 per disease per employee. 9.2.2 Commercial General Liability Insurance including Explosion, Collapse, and Underground Coverage shall be provided as follows: $1,000,000 Each Occurrence $2,000,000 Annual Aggregate Coverage shall include but not be limited to the following: premises/operations, independent vendors, products/completed operations, personal injury, and contractual liability. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office(ISO) policy. 9.2.3 Auto Liability Insurance shall be provided as follows: $1,000,000 Combined Single Limit Each Accident A commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. 9.2.4 The Vendor shall furnish the Purchasing Manager, with a certificate of insurance documenting the required insurance prior to the commencement of services. 9.2.5 Policies shall be endorsed to provide the City of Fort Worth a thirty-(30) day notice of cancellation, material change in coverage, or non-renewal of coverage. 9.2.6 Applicable policies shall also be endorsed to name the City of Fort Worth as an additional insured, as its interests may appear(ATIMA). 15-0040 OEM FORD HALL WEIR WOLF ALGAE SWEEP AUTOMATION CLARIFIER CLEANING SYSTEM PM AND REPAIRS Page 5 of 18 10.0 ADDITIONAL INSURANCE REQUIREMENTS 10.1 The City, its officers, employees and servants shall be endorsed as an additional insured on Vendor's insurance policies excepting employer's liability insurance coverage under Vendor's workers' compensation insurance policy. 10.2 Certificates of insurance satisfactory to the City and Worker's Compensation Affidavit must be received before Vendor can begin work. Failure to supply and maintain such insurance shall be a breach of contract. Vendor shall provide complete copies of all insurance policies required by this Agreement. Certificates of insurance must be supplied to: Financial Management Services Department Attention: Purchasing Division 1000 Throckmorton Street Fort Worth, Texas 76102 10.3 Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. Each insurance policy shall be endorsed to provide the City a minimum 30 days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten (10) day notice shall be acceptable in the event of non-payment of premium. 10.4 Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. 10.5 Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. 10.6 Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. 10.7 Workers' compensation insurance policy(s) covering employees of the Vendor shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. 10.8 City shall not be responsible for the direct payment of insurance premium costs for Vendor's insurance. 10.9 Vendor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. 10.10 While the purchase order is in effect, Vendor shall report, in a timely manner, to the Purchasing Department any known loss occurrence that could give rise to a liability claim or lawsuit or which could result in a property loss. 10.11 Vendor's liability shall not be limited to the specified amounts of insurance required herein. 15-0040 OEM FORD HALL WEIR WOLF ALGAE SWEEP AUTOMATION CLARIFIER CLEANING SYSTEM PM AND REPAIRS Page 6 of 18 11.0 SAFETY—The Vendor shall be responsible for meeting all Federal: laws, ordinances and regulations; State: laws, ordinance and regulations; County: laws, ordinances and regulations; and City: laws, ordinances, and regulations for safety of people, environment, and property. This includes, but is not limited to, all licenses, all Federal, State, County, and City Agencies, Administrations and Commissions such as the Environmental Protection Agency (EPA), Occupational Safety and Health Administration (OSHA), and the Texas Commission on Environmental Quality(TCEQ). 12.0 PERFORMANCE- Failure of the City to insist in any one or more instances upon performance of any of the terms and conditions of this Agreement shall not be construed as a waiver or relinquishment of the future performance of any terms and conditions, but the Vendor's obligation with respect to such performance shall continue in full force and effect. 13.0 COMPLAINTS-Complaints processed through the City Purchasing Division are to be corrected within fourteen (14) days of formal notice of complaint. Written response to the Purchasing Division is required. Failure to properly resolve complaints within the fourteen (14) calendar day time period may result in the cancellation of the applicable line item(s) in the price agreement. 14.0 HAZARDOUS CONDITIONS-The Vendor is required to notify the City immediately of any hazardous conditions and/or damage to City property. 15.0 CONTRACT ADMINISTRATION 15.1 Contract administration will be performed by the Water Department/Village Creek Wastewater Treatment Plant. In the event the Vendor fails to perform according to the terms of the agreement, the Department head or his/her designee will notify the Vendor, in writing, of its failures. A meeting may be arranged to discuss the Vendor's deficiencies. A written cure notice may be prepared giving the Vendor 14 calendar days to cure any deficiency. 15.2 In the event the Vendor continues with unsatisfactory performance, the department will promptly notify the Purchasing Manager who will take appropriate action to cure the performance problem(s),which could include cancellation, termination for convenience or default. If the agreement is terminated for default, the Vendor may be held liable for excess cost and/or liquidated damages. 15.3 The Vendor will be paid only those sums due and owing under the agreement for services satisfactorily rendered, subject to offset for damages and other amounts which are, or which may become, due and owing to the City. 15.4 The City reserves the right to terminate this agreement, or any part hereof, for its sole convenience. In the event of such termination, the Vendor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this agreement,the Vendor shall be paid a percentage of the agreement price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Vendor can demonstrate to the satisfaction of the City using its standard record keeping system, have resulted from the termination. However, in no event shall the total of all amounts paid to the Vendor exceed the agreement price. The Vendor shall not be reimbursed for any profits which may have been anticipated, but which have not been earned up to the date of termination. 15-0040 OEM FORD HALL WEIR WOLF ALGAE SWEEP AUTOMATION CLARIFIER CLEANING SYSTEM PM AND REPAIRS Page 7 of 18 16.0 OPTION TO EXTEND/RENEW THE TERM OF THE AGREEMENT 16.1 The term of the agreement shall be for a period of one(1) year, with options to renew annually for up to four(4) additional one-year terms. The City may extend the term of this agreement by written notice to the Vendor within 30 calendar days; provided, the City gives the Vendor a preliminary written notice of its intent to extend at least 60 calendar days before the agreement expires, and the renewal/extension is mutually agreed upon by both parties to the agreement. 16.2 The preliminary notice does not commit the City to an extension. If the City exercises this option, the extended agreement shall be considered to include this option clause. 17.0 BIDS 17.1 Vendor shall submit the following items with their bid: 17.1.1 A completed and signed original Request for Quotations cover page; 17.1.2 A completed and signed original Bid Solicitation form; 17.1.3 A completed and signed original Conflict of Interest Questionnaire, Attachment A. 17.1.4 Annual PM Program. 15-0040 OEM FORD HALL WEIR WOLF ALGAE SWEEP AUTOMATION CLARIFIER CLEANING SYSTEM PM AND REPAIRS Page 8 of 18 CITY OF FORT WORTH, TEXAS STANDARD PURCHASING TERMS AND CONDITIONS 1.0 DEFINITION OF BUYER The City of Fort Worth, its officers, agents, servants, authorized employees, vendors and subvendors who act on behalf of various City departments, bodies or agencies. 2.0 DEFINITION OF SELLER The consultant, contractor, supplier, vendor or other provider of goods and/or services, its officers, agents, servants, employees, vendors and subvendors who act on behalf of the entity under a contract with the City of Fort Worth. 3.0 PUBLIC INFORMATION Any information submitted to the City of Fort Worth (the"City") may be requested by a member of the public under the Texas Public Information Act. See TEx. GOVT CODE ANN. §§ 552.002, 552.128(c) (West Supp. 2006). If the City receives a request for a Seller's proprietary information, the Seller listed in the request will be notified and given an opportunity to make arguments to the Texas Attorney General's Office (the "AG") regarding reasons the Seller believes that its information may not lawfully be released. If Seller does not make arguments or the AG rejects the arguments Seller makes, Seller's information will be released without penalty to the City. 4.0 PROHIBITION AGAINST PERSONAL INTEREST IN CONTRACTS No officer or employee of Buyer shall have a financial interest, direct or indirect, in any contract with Buyer or be financially interested, directly or indirectly, in the sale to Buyer of any land, materials, supplies or services, except on behalf of Buyer as an officer or employee. Any willful violation of this section shall constitute malfeasance in office, and any officer or employee found guilty thereof shall thereby forfeit his office or position. Any violation of this section with the knowledge, expressed or implied, of the person or corporation contracting with the City Council shall render the contract invalid by the City Manager or the City Council. (Chapter XXVII, Section 16, City of Fort Worth Charter) 5.0 ORDERS 5.1 No employees of the Buyer or its officers, agents, servants, vendors or subvendors who act on behalf of various City departments, bodies or agencies are authorized to place orders for goods and/or services without providing approved contract numbers, purchase order numbers, or release numbers issued by the Buyer. The only exceptions are Purchasing Card orders and emergencies pursuant to Texas Local Government Code Section 252.022(a)(1), (2), or (3). In the case of emergencies, the Buyer's Purchasing Division will place such orders. 5.2 Acceptance of an order and delivery on the part of the Seller without an approved contract number, purchase order number, or release number issued by the Buyer may result in rejection of delivery, return of goods at the Seller's cost and/or non-payment. 6.0 SELLER TO PACKAGE GOODS Seller will package goods in accordance with good commercial practice. Each shipping container, shall be clearly and permanently marked as follows: (a) Seller's name and address: (b) Consignee's name, address and purchase order or purchase change order number; (c) Container number and total number of containers, e.g., box 1 of 4 boxes; and (d) Number of the container 15-0040 OEM FORD HALL WEIR WOLF ALGAE SWEEP AUTOMATION CLARIFIER CLEANING SYSTEM PM AND REPAIRS Page 9 of 18 bearing the packing slip. Seller shall bear the cost of packaging unless otherwise provided. Goods shall be suitably packed to secure lowest transportation costs and to conform to requirements of common carriers and any applicable specifications. Buyer's count or weight shall be final and conclusive on shipments not accompanied by packing lists. 7.0 SHIPMENT UNDER RESERVATION PROHIBITED Seller is not authorized to ship the goods under reservation, and no tender of a bill of lading will operate as a tender of goods. 8.0 TITLE AND RISK OF LOSS The title and risk of loss of the goods shall not pass to Buyer until Buyer actually receives and takes possession of the goods at the point or points of delivery after inspection and acceptance of the goods. 9.0 DELIVERY TERMS AND TRANSPORTATION CHARGES Freight terms shall be F.O.B. Destination, Freight Prepaid and Allowed, unless delivery terms are specified otherwise in Seller's bid. Buyer agrees to reimburse Seller for transportation costs in the amount specified in Seller's bid or actual costs, whichever is lower, if the quoted delivery terms do not include transportation costs; provided, Buyer shall have the right to designate what method of transportation shall be used to ship the goods. 10.0 PLACE OF DELIVERY The place of delivery shall be set forth in the "Ship to" block of the purchase order, purchase change order, or release order. 11.0 RIGHT OF INSPECTION Buyer shall have the right to inspect the goods upon delivery before accepting them. Seller shall be responsible for all charges for the return to Seller of any goods rejected as being nonconforming under the specifications. 12.0 INVOICES 12.1 Seller shall submit separate invoices in duplicate, on each purchase order or purchase change order after each delivery. Invoices shall indicate the purchase order or purchase change order number. Invoices shall be itemized and transportation charges, if any, shall be listed separately. A copy of the bill of lading and the freight waybill, when applicable, should be attached to the invoice. Seller 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. 12.2 Seller shall not include Federal Excise, State or City Sales Tax in its invoices. The Buyer shall furnish a tax exemption certificate upon Seller's request. 13.0 PRICE WARRANTY 13.1 The price to be paid by Buyer shall be that contained in Seller's bid which Seller warrants to be no higher than Seller's current prices on orders by others for products and services of the kind and specification covered by this agreement for similar quantities under like conditions and methods of purchase. In the event Seller breaches this warranty, the prices of the items shall be reduced to the prices contained in Seller's bid, or in the alternative upon Buyer's option, Buyer shall have the right to cancel this contract without any liability to Seller for breach or for Seller's actual expense. Such remedies are in addition to and not in lieu of any other remedies which Buyer may have in law or equity. 15-0040 OEM FORD HALL WEIR WOLF ALGAE SWEEP AUTOMATION CLARIFIER CLEANING SYSTEM PM AND REPAIRS Page 10 of 18 13.2 Seller warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for commission, percentage, brokerage or contingent fee, excepting employees of an established commercial or selling agency that is maintained by Seller for the purpose of securing business. For breach or violation of this warranty, Buyer shall have the right, in addition to any other right or rights arising pursuant to said purchase(s), to cancel this contract without liability and to deduct from the contract price such commission percentage, brokerage or contingent fee, or otherwise to recover the full amount thereof. 14.0 PRODUCT WARRANTY Seller shall not limit or exclude any express or implied warranties and any attempt to do so shall render this contract voidable at the option of Buyer. Seller warrants that the goods furnished will conform to Buyer's specifications, drawings and descriptions listed in the bid invitation, and the sample(s) furnished by Seller, if any. In the event of a conflict between Buyer's specifications, drawings, and descriptions, Buyer's specifications shall govern. 15.0 SAFETY WARRANTY Seller warrants that the product sold to Buyer shall conform to the standards promulgated by the U.S. Department of Labor under the Occupational Safety and Health Act (OSHA) of 1970, as amended. In the event the product does not conform to OSHA standards, Buyer may return the product for correction or replacement at Seller's expense. In the event Seller fails to make appropriate correction within a reasonable time, any correction made by Buyer will be at Seller's expense. Where no correction is or can be made, Seller shall refund all monies received for such goods within thirty (30) days after request is made by Buyer in writing and received by Seller. Notice is considered to have been received upon hand delivery, or otherwise in accordance with Section 29.0 of these terms and conditions. Failure to make such refund shall constitute breach and cause this contract to terminate immediately. 16.0 SOFTWARE LICENSE TO SELLER If this purchase is for the license of software products and/or services, and unless otherwise agreed, Seller hereby grants to Buyer, a perpetual, irrevocable, non-exclusive, nontransferable, royalty free license to use the software. This software is "proprietary" to Seller, and is licensed and provided to the Buyer for its sole use for purposes under this Agreement and any attached work orders or invoices. The City may not use or share this software without permission of the Seller; however Buyer may make copies of the software expressly for backup purposes. 17.0 WARRANTY AGAINST INFRINGEMENT OF INTELLECTUAL PROPERTY Seller warrants that the goods or services do not infringe upon or violate any United States patent, copyright, or trade secret. Seller will defend at its expense any action against Buyer or Buyer as licensee to the extent that it is based on a claim that goods used or services provided used within the scope of the license hereunder infringe upon a United States patent, copyright or trade secret, and Seller will pay any and all costs and damages finally awarded against Buyer or Buyer as licensee in such actions which is attributable to such claim. Should the products or services become, or in Seller's opinion be likely to become, the subject of any claim of infringement, Seller shall either: (a) procure for Buyer the right to continue to use the goods or services; or (b) modify the goods or services to make them non-infringing, provided that such modification does not materially adversely affect Buyer's authorized use; or (c) replace the goods or services with equally suitable, compatible, and functionally equivalent non-infringing goods or services at no additional cost to the Buyer; or (d) if none of the foregoing alternatives is reasonably available to Seller, terminate this agreement and refund to Buyer the payments actually made to Seller under this agreement. 15-0040 OEM FORD HALL WEIR WOLF ALGAE SWEEP AUTOMATION CLARIFIER CLEANING SYSTEM PM AND REPAIRS Page 11 of 18 18.0 OWNERSHIP OF WORK PRODUCT Seller agrees that any and all analyses, evaluations, reports, memoranda, letters, ideas, processes, methods, programs, and manuals that were developed, prepared, conceived, made or suggested by the Seller for the City pursuant to a Work Order, including all such developments as are originated or conceived during the term of the Contract and that are completed or reduced to writing thereafter (the "Work Product") and Seller acknowledges that such Work Product may be considered "work(s) made for hire" and will be and remain the exclusive property of the City. To the extent that the Work Product, under applicable law, may not be considered work(s) made for hire, Seller hereby agrees that this Agreement effectively transfers, grants, conveys, and assigns exclusively to Buyer, all rights, title and ownership interests, including copyright, which Seller may have in any Work Product or any tangible media embodying such Work Product, without the necessity of any further consideration, and Buyer shall be entitled to obtain and hold in its own name, all Intellectual Property rights in and to the Work Product. Seller for itself and on behalf of its vendors hereby waives any property interest in such Work Product. 19.0 NETWORK ACCESS The City owns and operates a computing environment and network (collectively the "Network"). If Seller requires access, whether onsite or remote, to the City's network to provide services hereunder, and the Seller is required to utilize the Internet, Intranet, email, City database, or other network application, Seller shall separately execute the City's Network Access Agreement prior to providing such services. A copy of the City's standard Network Access Agreement can be provided upon request. 20.0 CANCELLATION Buyer shall have the right to cancel this contract immediately for default on all or any part of the undelivered portion of this order if Seller breaches any of the terms hereof, including warranties of Seller. Such right of cancellation is in addition to and not in lieu of any other remedies, which Buyer may have in law or equity. 21.0 TERMINATION The performance of work or purchase of goods under this order may be terminated in whole or in part by Buyer, with or without cause, at any time upon the delivery to Seller of a written "Notice of Termination" specifying the extent to which performance of work or the goods to be purchased under the order is terminated and the date upon which such termination becomes effective. Such right of termination is in addition to and not in lieu of any other termination rights of Buyer as set forth herein. 22.0 ASSIGNMENT/DELEGATION No interest, obligation or right of Seller, including the right to receive payment, under this contract shall be assigned or delegated to another entity without the express written consent of Buyer. Any attempted assignment or delegation of Seller shall be wholly void and totally ineffective for all purposes unless made in conformity with this paragraph. Prior to Buyer giving its consent, Seller agrees that Seller shall provide, at no additional cost to Buyer, all documents, as determined by Buyer, that are reasonable and necessary to verify Seller's legal status and transfer of rights, interests, or obligations to another entity. The documents that may be requested include, but are not limited to, Articles of Incorporation and related amendments, Certificate of Merger, IRS Form W-9 to verify tax identification number, etc. Buyer reserves the right to withhold all payments to any entity other than Seller, if Seller is not in compliance with this provision. If Seller fails to 15-0040 OEM FORD HALL WEIR WOLF ALGAE SWEEP AUTOMATION CLARIFIER CLEANING SYSTEM PM AND REPAIRS Page 12of18 provide necessary information in accordance with this section, Buyer shall not be liable for any penalties, fees or interest resulting therefrom. 23.0 WAIVER No claim or right arising out of a breach of this contract can be discharged in whole or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration in writing and is signed by the aggrieved party. 24.0 MODIFICATIONS This contract can be modified or rescinded only by a written agreement signed by both parties. 25.0 THE AGREEMENT In the absence of an otherwise negotiated contract, or unless stated otherwise, the Agreement between Buyer and Seller shall consist of these Standard Terms and Conditions together with any applicable bid documents published by the Buyer and Seller's Response to such bid (the "contract documents"). This Agreement is intended by the parties as a final expression of their agreement and is intended also as a complete and exclusive statement of the terms of their agreement. No course of prior dealings between the parties and no usage of trade shall be relevant to supplement or explain any term used in this Agreement. Acceptance of or acquiescence in a course of performance under this Agreement shall not be relevant to determine the meaning of this Agreement even though the accepting or acquiescing party has knowledge of the performance and opportunity for objection. Whenever a term defined by the Uniform Commercial Code (UCC) is used in this Agreement, the definition contained in the UCC shall control. In the event of a conflict between the contract documents, the order of precedence shall be these Standard Terms and Conditions, the Buyer's published bid documents and the Seller's response. If Buyer and Seller have otherwise negotiated a contract, this Agreement shall not apply. 26.0 APPLICABLE LAW/VENUE This agreement shall be governed by the Uniform Commercial Code wherever the term "Uniform Commercial Code" or"UCC" is used. It shall be construed as meaning the Uniform Commercial Code as adopted and amended in the State of Texas. Both parties agree that venue for any litigation arising from this contract shall be in Fort Worth, Tarrant County, Texas. This contract shall be governed, construed and enforced under the laws of the State of Texas. 27.0 INDEPENDENT VENDOR Seller shall operate hereunder as an independent vendor and not as an officer, agent, servant or employee of Buyer. Seller shall have exclusive control of, and the exclusive right to control, the details of its operations hereunder, and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees, vendors and sub- vendors. The doctrine of respondeat superior shall not apply as between Buyer and Seller, its officers, agents, employees, vendors and subvendors. Nothing herein shall be construed as creating a partnership or joint enterprise between Buyer and Seller, its officers, agents, employees, vendors and subvendors. 28.0 INDEMNIFICATION/LIABILITY SELLER COVENANTS AND AGREES TO, AND DOES HEREBY, INDEMNIFY, HOLD HARMLESS, AND DEFEND BUYER, ITS OFFICERS AND EMPLOYEES, FROM AND AGAINST ANY AND ALL SUITS OR CLAIMS FOR DAMAGES OR INJURIES, INCLUDING DEATH, TO ANY AND ALL PERSONS OR PROPERTY, WHETHER REAL OR ASSERTED, ARISING OUT OF OR IN CONNECTION WITH ANY NEGLIGENT ACT, OMISSION, ANY ACT OR OMISSION TRIGGERING STRICT LIABILITY,THE VIOLATION OF ANY LAW OR 15-0040 OEM FORD HALL WEIR WOLF ALGAE SWEEP AUTOMATION CLARIFIER CLEANING SYSTEM PM AND REPAIRS Page 13 of 18 REGULATION, OR INTENTIONAL CONDUCT ON THE PART OF THE SELLER, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES OR SUBVENDORS, AND SELLER DOES HEREBY ASSUME ALL LIABILITY AND RESPONSIBILITY FOR INJURIES, CLAIMS OR SUITS FOR DAMAGES TO PERSONS OR PROPERTY, OF WHATSOEVER KIND OR CHARACTER, WHETHER REAL OR ASSERTED, OCCURRING DURING OR ARISING OUT OF THE PEFORMANCE OF THIS CONTRACT AS A RESULT OF ANY NEGLIGENT ACT, OMISSION OR INTENTIONAL CONDUCT ON THE PART OF THE SELLER, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES OR SUBVENDORS. 29.0 SEVERABILITY In case any one or more of the provisions contained in this agreement shall for any reason, be held to be invalid, illegal or unenforceable in any respect, such invalidity, illegality or unenforceability shall not affect any other provision of this agreement, which agreement shall be construed as if such invalid, illegal or unenforceable provision had never been contained herein. 30.0 FISCAL FUNDING LIMITATION In the event no funds or insufficient funds are appropriated and budgeted in any fiscal period for payments due under this contract, then Buyer will immediately notify Seller of such occurrence and this contract shall be terminated on the last day of the fiscal period for which funds have been appropriated without penalty or expense to Buyer of any kind whatsoever, except to the portions of annual payments herein agreed upon for which funds shall have been appropriated and budgeted or are otherwise available. 31.0 NOTICES TO PARTIES Notices addressed to Buyer pursuant to the provisions hereof shall be conclusively determined to have been delivered three (3) business days following the day such notice is deposited in the United States mail, in a sealed envelope with sufficient postage attached, addressed to Purchasing Manager, City of Forth Worth, Purchasing Division, 1000 Throckmorton Street, Fort Worth, Texas 76102. Notices to Seller shall be conclusively determined to have been delivered three (3) business days following the day such notice is deposited in the United States mail, in a sealed envelope with sufficient postage attached, addressed to the address given by Seller in its response to Buyer's invitation to bid. Or if sent via express courier or hand delivery, notice is considered received upon delivery. 32.0 NON-DISCRIMINATION This contract is made and entered into with reference specifically to Chapter 17, Article III, Division 3 ("Employment Practices"), of the City Code of the City of Fort Worth (1986), as amended, and Seller hereby covenants and agrees that Seller, its employees, officers, agents, vendors or subvendors, have fully complied with all provisions of same and that no employee, participant, applicant, vendor or subvendor has been discriminated against according to the terms of such Ordinance by Seller, its employees, officers, agents, vendor or subvendors herein. 33.0 IMMIGRATION NATIONALITY ACT The City of Fort Worth actively supports the Immigration & Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Seller shall verify the identity and employment eligibility of all employees who perform work under this Agreement. Seller shall complete the Employment Eligibility Verification Form (1-9), maintain photocopies of all supporting employment eligibility and identity documentation for all employees, and upon request, provide Seller with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Seller shall establish appropriate procedures and controls so that no services will be performed by any worker who is not legally eligible to perform such services. Seller shall provide Buyer with a certification letter that it has complied with the verification requirements required by this 15-0040 OEM FORD HALL WEIR WOLF ALGAE SWEEP AUTOMATION CLARIFIER CLEANING SYSTEM PM AND REPAIRS Page 14 of 18 Agreement. Seller shall indemnify Buyer from any penalties or liabilities due to violations of this provision. Buyer shall have the right to immediately terminate this Agreement for violations of this provision by Seller. 34.0 HEALTH, SAFETY,AND ENVIRONMENTAL REQUIREMENTS Services, products, materials, and supplies provided by the Seller must meet or exceed all applicable health, safety, and the environmental laws, requirements, and standards. In addition, Seller agrees to obtain and pay, at its own expense, for all licenses, permits, certificates, and inspections necessary to provide the products or to perform the services hereunder. Seller shall indemnify Buyer from any penalties or liabilities due to violations of this provision. Buyer shall have the right to immediately terminate this Agreement for violations of this provision by Seller. 35.0 RIGHT TO AUDIT Seller agrees that the Buyer, or Buyer's authorized representative, shall, until the expiration of three (3) years after final payment under this contract, and at no additional cost to Buyer, have access to and the right to examine and copy any directly pertinent books, computer disks, digital files, documents, papers and records of the Seller involving transactions relating to this contract, including any and all records maintained pursuant to Section 31 of this Agreement. Seller agrees that the Buyer shall have access, during normal working hours, to all necessary Seller facilities, and shall be provided adequate and appropriate workspace, in order to conduct audits in compliance with the provisions of this section. Buyer shall pay Seller for reasonable costs of any copying in accordance with the standards set forth in the Texas Administrative Code. The Buyer shall give Seller reasonable advance written notice of intended audits, but no less than ten (10) business days. 36.0 DISABILITY In accordance with the provisions of the Americans With Disabilities Act of 1990 (ADA), Seller warrants that it and any and all of its subvendors will not unlawfully discriminate on the basis of disability in the provision of services to general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Seller or any of its subvendors. Seller warrants it will fully comply with ADA's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold Buyer harmless against any claims or allegations asserted by third parties or subvendors against Buyer arising out of Seller's and/or its subvendor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this agreement. 37.0 DISPUTE RESOLUTION If either Buyer or Seller has a claim, dispute, or other matter in question for breach of duty, obligations, services rendered or any warranty that arises under this Agreement, the parties shall first attempt to resolve the matter through this dispute resolution process. The disputing party shall notify the other party in writing as soon as practicable after discovering the claim, dispute, or breach. The notice shall state the nature of the dispute and list the party's specific reasons for such dispute. Within ten (10) business days of receipt of the notice, both parties shall make a good faith effort, either through email, mail, phone conference, in person meetings, or other reasonable means to resolve any claim, dispute, breach or other matter in question that may arise out of, or in connection with this Agreement. If the parties fail to resolve the dispute within sixty (60) days of the date of receipt of the notice of the dispute, then the parties may submit the matter to non-binding mediation upon written consent of authorized representatives of both parties in accordance with the Industry Arbitration Rules of the American Arbitration Association or other applicable rules governing mediation then in effect. If the parties cannot resolve the dispute through mediation,then either party shall have the right to exercise any and all remedies available under law regarding the dispute. Revised November 13, 2012 15-0040 OEM FORD HALL WEIR WOLF ALGAE SWEEP AUTOMATION CLARIFIER CLEANING SYSTEM PM AND REPAIRS Page 15 of 18 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 Forms CIQ ("Questionnaire")the person's affiliation or business relationship that might cause a conflict of interest with the local governmental entity. By law, 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 potential agreement with the City. Updated Questionnaires must be filed in conformance with Chapter 176. A copy of the Questionnaires Form CIQ is enclosed with 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. 15-0040 OEM FORD HALL WEIR WOLF ALGAE SWEEP AUTOMATION CLARIFIER CLEANING SYSTEM PM AND REPAIRS Page 16 of 18 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity OFFICE USE ONLY This questionnaire is being filed in accordance with chapter 176 of the Date Received Local Government Code by a person doing business with the governmental entity. 12/15/2014 By law this questionnaire must be filed with the records administrator of the local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. Ford W. Hall Company Inc. 1. Name of person doing business with local governmental entity. 2. Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than September 1 of the year for which an activity described in Section 176.006(a), Local Government Code, is pending and not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3. Describe each affiliation or business relationship with an employee or contractor of the local governmental entity who makes recommendations to a local government officer of the local governmental entity with respect to expenditure of money. NA 4. Describe each affiliation or business relationship with a person who is a local government officer and who appoints or employs a local government officer of the local governmental entity that is the subject of this questionnaire. NA 15-0040 OEM FORD HALL WEIR WOLF ALGAE SWEEP AUTOMATION CLARIFIER CLEANING SYSTEM PM AND REPAIRS Page 17 of 18 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor or other person doing business with local governmental entity Page 2 5. Name of local government officer with whom filer has affiliation or business relationship. (Complete this section only if the answer to A, B, or C is YES.) This section, item 5 including subparts A, B, C & D, must be completed for each officer with whom the filer has affiliation or business relationship. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income from the filer of the questionnaire? ❑ Yes LY No B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local government officer named in this section AND the taxable income is not from the local governmental entity? ❑ Yes 1�r No C. Is the filer of this questionnaire affiliated with a corporation or other business entity that the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? ElYes L(/No D. Describe each affiliation or business relationship. NA 6. Describe any other affiliation or business relationship that might cause a conflict of interest. NA 7, Chris Daniel After Market Sales Ford W. Hall Company Inc. 12/15/2014 Signature of person doing business with the governmental entity Date 15-0040 OEM FORD HALL WEIR WOLF ALGAE SWEEP AUTOMATION CLARIFIER CLEANING SYSTEM PM AND REPAIRS Page 18 of 18 P.O. No. Q +►� Bid No. ;'SS18- 10! FORT WORT CITY OF FORT WORTH SOLE SOURCE PURCHASE VENDOR AGREEMENT This Sole Source Purchase Vendor Agreement ("Agreement") is entered into by and between Ford Hall Company Inc., ("Vendor") and the City of Fort Worth, ("Customer" or "Authorized Customer"), a Texas local government entity. The Vendor agrees to the Terms and Conditions which are attached as Exhibit "A" and incorporated herein by reference The Conflict of Interest Questionnaire (Exhibit "B"), the Vendor Contact Information(Exhibit"C"),Vendor's Sole Source Justification Letter(Exhibit"D) and Vendor's Quote (Exhibit"E)are hereby incorporated by reference." The undersigned represents and warrants that he or she has the power and authority to execute this Agreement and bind the respective Vendor. Vendor and Customer have caused this Agreement to be executed by their duly authorized representatives to be effective as of the date signed below. Vendor Name: P O C'cX C p: owr N C Authorized Signature Printed Name: M0.0 0.0 M AIL Title: Date: z� City of Fort Worth: Authorized Signature / Printed Name: Title: Date: Sole Source Agreement—Ford Hall Company Inc 1 Revised 1.21.18cg P.O. No. Bid No. :SS18- Exhibit A CITY OF FORT WORTH,TEXAS STANDARD PURCHASING TERMS AND CONDITIONS 1.0 DEFINITION OF BUYER The City of Fort Worth, its officers, agents, servants, authorized employees, vendors and subvendors who act on behalf of various City departments, bodies or agencies. 2.0 DEFINITION OF SELLER The consultant, Vendor(s), supplier, Vendor(s)or other provider of goods and/or services, its officers, agents, servants, employees, vendors and subvendors who act on behalf of the entity under a contract with the City of Fort Worth. 3.0 TER The initial term of the Agreement shall be for a one-year(1)period. 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 successful bidder,known hereinafter as "Vendor",provides the other party with notice of non-renewal at least 30 days before the expiration of the Initial Term or renewal period. 4.0 PUBLIC INFORMATION Any information submitted to the City of Fort Worth(the"City")may be requested by a member of the public under the Texas Public Information Act. See TEX. GOV'T CODE ANN. §§ 552.002, 552.128(c)(West Supp. 2006).If the City receives a request for a Seller's proprietary information, the Seller listed in the request will be notified and given an opportunity to make arguments to the Texas Attorney General's Office (the "AG") regarding reasons the Seller believes that its information may not lawfully be released. If Seller does not make arguments or the AG rejects the arguments Seller makes, Seller's information will be released without penalty to the City. 5.0 PROHIBITION AGAINST PERSONAL INTEREST IN CONTRACTS No officer or employee of Buyer shall have a financial interest,direct or indirect,in any contract with Buyer or be financially interested, directly or indirectly, in the sale to Buyer of any land, materials, supplies or services, except on behalf of Buyer as an officer or employee. Any willful violation of this section shall constitute malfeasance in office, and any officer or employee found guilty thereof shall thereby forfeit his office or position. Any violation of this section with the knowledge,expressed or implied,of the person or corporation contracting with the City Council shall render the contract invalid by the City Manager or the City Council. (Chapter XXVII, Section 16, City of Fort Worth Charter) Sole Source Agreement—Ford Hall Company Inc 2 Revised 1.21.18cg P.O. No. Bid No. :SS18- 6:0 ORDERS 6.1 No employees of the Buyer or its officers, agents, servants, vendors or subvendors who act on behalf of various City departments, bodies or agencies are authorized to place orders for goods and/or services without providing approved contract numbers, purchase order numbers,or release numbers issued by the Buyer.The only exceptions are Purchasing Card orders and emergencies pursuant to Texas Local Government Code Section 252.022(a)(1), (2), or (3). In the case of emergencies, the Buyer's Purchasing Division will place such orders. 6.2•Acceptance of an order and delivery on the part of the Seller without an approved contract number, purchase order number, or release number issued by the Buyer may result in rejection of delivery,return of goods at the Seller's cost and/or non-payment. 7.0 SELLER TO PACKAGE GOODS Seller will package goods in accordance with good commercial practice. Each shipping container, shall be clearly and permanently marked as follows: (a) Seller's name and address: (b) Consignee's name, address and purchase order or purchase change order number; (c) Container number and total number of containers,e.g.,box 1 of 4 boxes; and(d)Number of the container bearing the packing slip. Seller shall bear the cost of packaging unless otherwise provided. Goods shall be suitably packed to secure lowest transportation costs and to conform to requirements of common carriers and any applicable specifications. Buyer's count or weight shall be final and conclusive on shipments not accompanied by packing lists. 8.0 SHIPMENT UNDER RESERVATION PROHIBITED Seller is not authorized to ship the goods under reservation, and no tender of a bill of lading will operate as a tender of goods. 9.0 TITLE AND RISK OF LOSS The title and risk of loss of the goods shall not pass to Buyer until Buyer actually receives and takes possession of the goods at the point or points of delivery after inspection and acceptance of the goods. 10.0 DELIVERY TERMS AND TRANSPORTATION CHARGES Freight terms shall be F.O.B. Destination, Freight Prepaid and Allowed, unless delivery terms are specified otherwise in Seller's proposals. Buyer agrees to reimburse Seller for transportation costs in the amount specified in Seller's proposals or actual costs, whichever is lower, if the quoted delivery terms do not include transportation costs; provided, Buyer shall have the right to designate what method of transportation shall be used to ship the goods. 11.0 PLACE OF DELIVERY The place of delivery shall be set forth in the "Ship to" block of the purchase order, purchase change order, or release order. 12.0 RIGHT OF INSPECTION Buyer shall have the right to inspect the goods upon delivery before accepting them.Seller shall be responsible for all charges for the return to Seller of any goods rejected as being nonconforming under the specifications. Sole Source Agreement—Ford Hall Company Inc 3 Revised 1,21.18cg P.O. No. Bid No. :SS18- 13.0 INVOICES 13.1 Seller shall submit separate invoices in duplicate, on each purchase order or purchase change order after each delivery. Invoices shall indicate the purchase order or purchase change order number. Invoices shall be itemized and transportation charges, if any, shall be listed separately. A copy of the bill of lading and the freight waybill, when applicable, should be attached to the invoice. Seller 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. 13.2 Seller shall not include Federal Excise, State or City Sales Tax in its invoices.The Buyer shall furnish a tax exemption certificate upon Seller's request. 13.3 Payment. All payment terms shall be "Net 30 Days" unless otherwise agreed to in writing. Before the l'payment is due to Seller, Seller shall register for direct deposit payments prior to providing goods and/or services using the forms posted on the City's website". 14.0 PRICE WARRANTY 14.1The price to be paid by Buyer shall be that contained in Seller's proposals which Seller warrants to be no higher than Seller's current prices on orders by others for products and services of the kind and specification covered by this agreement for similar quantities under like conditions and methods of purchase. In the event Seller breaches this warranty, the prices of the items shall be reduced to the prices contained in Seller's proposals, or in the alternative upon Buyer's option,Buyer shall have the right to cancel this contract without any liability to Seller for breach or for Seller's actual expense. Such remedies are in addition to and not in lieu of any other remedies which Buyer may have in law or equity. 14.2Seller warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for commission, percentage, brokerage or contingent fee, excepting employees of an established commercial or selling agency that is maintained by Seller for the purpose of securing business. For breach or violation of this warranty,Buyer shall have the right, in addition to any other right or rights arising pursuant to said purchase(s), to cancel this contract without liability and to deduct from the contract price such commission percentage, brokerage or contingent fee, or otherwise to recover the full amount thereof. 15.0 PRODUCT WARRANTY Seller shall not limit or exclude any express or implied warranties and any attempt to do so shall render this contract voidable at the option of Buyer. Seller warrants that the goods furnished will conform to Buyer's specifications, drawings and descriptions listed in the proposal invitation, and the sample(s) furnished by Seller, if any. In the event of a conflict between Buyer's specifications, drawings, and descriptions,Buyer's specifications shall govern. 16.0 SAFETY WARRANTY Seller warrants that the product sold to Buyer shall conform to the standards promulgated by the U.S. Department of Labor under the Occupational Safety and Health Act (OSHA) of 1970, as amended. In the event the product does not conform to OSHA standards, Buyer may return the Sole Source Agreement—Ford Hall Company Inc 4 Revised 1.21.18cg P.O. No... _ Bid No. :SS18- product for correction or replacement at Seller's expense. In the event Seller fails to make appropriate correction within a reasonable time,any correction made by Buyer will be at Seller's expense. Where no correction is or can be made, Seller shall refund all monies received for such goods within thirty (30) days after request is made by Buyer in writing and received by Seller. Notice is considered to have been received upon hand delivery, or otherwise in accordance with Section 29.0 of these terms and conditions. Failure to make such refund shall constitute breach and cause this contract to terminate immediately. 17.0 SOFTWARE LICENSE TO SELLER If this purchase is for the license of software products and/or services, and unless otherwise agreed,Seller hereby grants to Buyer, a perpetual, irrevocable, non-exclusive, nontransferable, royaltyfree license to use the software. This software is "proprietary"to Seller, and is licensed and provided to the Buyer for its sole use for purposes under this Agreement and any attached work orders or invoices. The City may not use or share this software without permission of the Seller; however Buyer may make copies of the software expressly for backuppurposes. 18.0 WARRANTY AGAINST INFRINGEMENT OF INTELLECTUAL PROPERTY 18.1 The SELLER warrants that all Deliverables, or any part thereof, furnished hereunder, including but not limited to: programs, documentation, software, analyses, applications, methods, ways, and processes (in this Section each individually referred to as a"Deliverable" and collectively as the "Deliverables,") do not infringe upon or violate any patent,copyrights,trademarks, service marks, trade secrets, or any intellectual property rights or other third party proprietary rights,in the performance of services under this Agreement. 18.2 SELLER shall be liable and responsible for any and all claims made against the City for infringement of any patent, copyright, trademark, service mark, trade. secret, or other intellectual property rights by the use of or supplying of any Deliverable(s) in the course of performance or completion of, or in any way connected with providing the services, or the City's continued use of the Deliverable(s) hereunder. 18.3 SELLER agrees to indemnify, defend, settle, or pay, at its own cost and expense, including the payment of attorney's fees, any claim or action against the City for infringement of any patent, copyright, trade mark, service mark, trade secret, or other intellectual property right arising from City's use of the Deliverable(s), or any part thereof, in accordance with this Agreement, it being understood that this agreement to indemnify, defend,settle or pay shall not apply if the City modifies or misuses the Deliverable(s). So long as SELLER bears the cost and expense of payment for claims or actions against the City pursuant to this section 8, SELLER shall 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 shall have the right to fully participate in any and all such settlement, negotiations, or lawsuit as necessary to protect the City's interest, and City agrees to cooperate with SELLER 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 the City for infringement arising under this Agreement, the City shall have the sole right to conduct the defense of any such claim or action and all negotiations for its Sole Source Agreement—Ford Hall Company Inc 5 Revised 1.21.18cg P.O. No, Bid No. :SS18- settlement or compromise and to settle or compromise any such claim; however, SELLER shall fully participate and cooperate with the City in defense of such claim or action. City agrees to give SELLER timely written notice of any such claim or action, with copies of all papers City may receive relating thereto. Notwithstanding the foregoing, the City's assumption of payment of costs or expenses shall not eliminate SELLER's duty to indemnify the City under this Agreement.If the Deliverable(s),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, SELLER shall, at its own expense and as City's sole remedy, either: (a) procure for City the right to continue to use the Deliverable(s); or (b) modify the Deliverable(s) to make them/it non-infringing, provided that such modification does not materially adversely affect City's authorized use of the Deliverable(s); or (c) replace the Deliverable(s) with equally suitable, compatible, and functionally equivalent non-infringing Deliverable(s) at no additional charge to City; or (d) if none of the foregoing alternatives is reasonably available to SELLER, terminate this Agreement, and refund all amounts paid to SELLER by the City,subsequent to which termination City may seek any and all remedies available to City under law. 19.0 OWNERSHIP OF WORK PRODUCT Seller agrees that any and all analyses,evaluations,reports,memoranda,letters, ideas,processes, methods, programs, and manuals that were developed, prepared, conceived, made or suggested by the Seller for the City pursuant to a Work Order, including all such developments as are originated or conceived during the term of the Contract and that are completed or reduced to writing thereafter (the "Work Product") and Seller acknowledges that such Work Product may be considered"work(s)made for hire"and will be and remain the exclusive property of the City. To the extent that the Work Product,under applicable law,may not be considered work(s)made for hire, Seller hereby agrees that this Agreement effectively transfers, grants, conveys, and assigns exclusively to Buyer, all rights,title and ownership interests, including copyright,which Seller may have in any Work Product or any tangible media embodying such Work Product, without the necessity of any further consideration,and Buyer shall be entitled to obtain and hold in its own name, all Intellectual Property rights in and to the Work Product. Seller for itself and on behalf of its vendors hereby waives any property interest in such Work Product, 20.0 NETWORK ACCESS The City owns and operates a computing environment and network(collectively the "Network"). If Seller requires access, whether onsite or remote, to the City's network to provide services hereunder,and the Seller is required to utilize the Internet,Intranet,email,City database,or other network application, Seller shall separately execute the City's Network Access Agreement prior to providing such services. A copy of the City's standard Network Access Agreement can be provided upon request. 21.0 CANCELLATION Buyer shall have the right to cancel this contract immediately for default on all or any part of the undelivered portion of this order if Seller breaches any of the terms hereof, including warranties Sole Source Agreement—Ford Hall Company Inc 6 Revised 1.21.18cg P.O. No. Bid No. :SS18- of Seller. Such right of cancellation is in addition to and not in lieu of any other remedies,which Buyer may have in law or equity. 22.0 TERMINATION The performance of work or purchase of goods under this order may be terminated in whole or in part by Buyer, with or without cause, at any time upon the delivery to Seller of a written "Notice of Termination" specifying the extent to which performance of work or the goods to be purchased under the order is terminated and the date upon which such termination becomes effective. Such right of termination is in addition to and not in lieu of any other termination rights of Buyer as set forth herein. 23.0 ASSIGNMENT/DELEGATION No interest, obligation or right of Seller, including the right to receive payment, under this contract shall be assigned or delegated to another entity without the express written consent of Buyer. Any attempted assignment or delegation of Seller shall be wholly void and totally ineffective for all purposes unless made in conformity with this paragraph.Prior to Buyer giving its consent, Seller agrees that Seller shall provide,at no additional cost to Buyer, all documents, as determined by Buyer, that are reasonable and necessary to verify Seller's legal status and transfer of rights,interests,or obligations to another entity.The documents that may be requested include, but are not limited to, Articles of Incorporation and related amendments, Certificate of Merger, IRS Form W-9 to verify tax identification number, etc. Buyer reserves the right to withhold all payments to any entity other than Seller, if Seller is not in compliance with this provision. If Seller fails to provide necessary information in accordance with this section,Buyer shall not be liable for any penalties, fees or interest resulting therefrom. 24.0 WAIVER No claim or right arising out of a breach of this contract can be discharged in whole or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration in writing and is signed by the aggrieved party. 25.0 MODIFICATIONS This contract can be modified or rescinded only by a written agreement signed by both parties. 26.0 THE AGREEMENT In the absence of an otherwise negotiated contract, or unless stated otherwise, the Agreement between Buyer and Seller shall consist of these Standard Terms and Conditions together with any attachments and exhibits. This Agreement is intended by the parties as a final expression of their agreement and is intended also as a complete and exclusive statement of the terms of their agreement.No course of prior dealings between the parties and no usage of trade shall be relevant to supplement or explain any term used in this Agreement. Acceptance of or acquiescence in a course of performance under this Agreement shall not be relevant to determine the meaning of this Agreement even though the accepting or acquiescing party has knowledge of the performance and opportunity for objection. Whenever a term defined by the Uniform Commercial Code (UCC) is used in this Agreement, the definition contained in the UCC shall Sole Source Agreement—Ford Hall Company Inc 7 Revised 1.21.18cg P.O. No. Bid No. :SS18- control. In the event of a conflict between the contract documents,the order of precedence shall be these Standard Terms and Conditions, and the Seller's Quote. 27.0 APPLICABLE LAW/VENUE This agreement shall be governed by the Uniform Commercial Code wherever the term"Uniform Commercial.Code"or"UCC"is used. It shall be construed as meaning the Uniform Commercial Code as adopted and amended in the State of Texas. Both parties agree that venue for any litigation arising from this contract shall be in Fort Worth, Tarrant County, Texas. This contract shall be governed, construed and enforced under the laws of the State of Texas. 28.0 INDEPENDENT VENDOR(S) Seller shall operate hereunder as an independent Vendor(s)and not as an officer,agent, servant or employee of Buyer. Seller shall have exclusive control of, and the exclusive right to control, the details of its operations hereunder, and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees, vendors and sub- vendors. The doctrine of respondent superior shall not apply as between Buyer and Seller, its officers, agents, employees, vendors and subvendors. Nothing herein shall be construed as creating a partnership or joint enterprise between Buyer and Seller, its officers, agents, employees,vendors and subvendors. 29.0 LIABILITY AND INDEMNIFICATION. 29.1 LIABILITY - SELLER SHALL 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 HIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF SELLER, ITS OFFICERS, AGENTS, SERVANTS OR EMPLOYEES. 29.2 INDEMNIFICATION - SELLER HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY (ALSO REFERRED TO AS BUYER), ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES,FROM AND AGAINST ANY AND ALL CLAIMS OR LAWSUITS OF ANY HIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTY DAMAGE OR LOSS(INCLUDING ALLEGED DAMAGE OR LOSS TO SELLER'S BUSINESS,AND ANY RESULTING LOST PROFITS) PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, AND DAMAGES FOR CLAIMS OF INTELLECTUAL PROPERTY INFRINGEMENT, ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT,TO THE EXTENT CAUSED BY THE ACTS OR OMISSIONS OF SELLER, ITS OFFICERS, AGENTS, SUBVENDOR(S)S, SERVANTS OR EMPLOYEES. 30.0 S .VERA I .ITY In case any one or more of the provisions contained in this agreement shall for any reason, be held to be invalid, illegal or unenforceable in any respect, such invalidity, illegality or Sole Source Agreement—Ford Hall Company Inc 8 Revised 1.21.18cg P.O. No. Bid No. :SS18- unenforceability shall not affect any other provision of this agreement, which agreement shall be construed as if such invalid, illegal or unenforceable provision had never been contained herein. 31.0 FISCAL FUNDING LIMITATION In the event no funds or insufficient funds are appropriated and budgeted in any fiscal period for payments due under this contract, then Buyer will immediately notify Seller of such occurrence and this contract shall be terminated on the last day of the fiscal period for which funds have been appropriated without penalty or expense to Buyer of any kind whatsoever, except to the portions of annual payments herein agreed upon for which funds shall have been appropriated and budgeted or are otherwise available. 32.0 NOTICES TO PARTIES Notices addressed to Buyer pursuant to the provisions hereof shall be conclusively determined to have been delivered three(3)business days following the day such notice is deposited in the United States mail, in a sealed envelope with sufficient postage attached, addressed to Purchasing Manager, City of Fort Worth, Purchasing Division, 200 Texas Street, Fort Worth, Texas 76102. Notices to Seller shall be conclusively determined to have been delivered three (3) business days following the day such notice is deposited in the United States mail, in a sealed envelope with sufficient postage attached,addressed to the address given by Seller in its response to Buyer's invitation to proposals. Or if sent via express courier or hand delivery, notice is considered received upon delivery. 33.0 NON-DISCRIMINATION This contract is made and entered into with reference specifically to Chapter 17, Article III, Division 3 ("Employment Practices"), of the City Code of the City of Fort Worth (1986), as amended, and Seller hereby covenants and agrees that Seller, its employees, officers, agents,vendors or subvendors, have fully complied with all provisions of same and that no employee, participant, applicant, Vendor(s)or subVendor(s)has been discriminated against according to the terms of such Ordinance by Seller, its employees, officers, agents, Vendor(s)or subvendors herein. 34.0 IMMIGRATION NATIONALITY ACT City actively supports the Immigration & Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Vendor shall verify the identity and employment eligibility of all employees who perform work under this Agreement. Vendor shall complete the Employment Eligibility Verification Form (1-9), maintain photocopies of all supporting employment eligibility and identity documentation for all employees,and upon request,provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor shall establish appropriate procedures and controls so that no services will be performed by any employee who is not legally eligible to perform such services. Vendor shall provide City with a certification letter that it has complied with the verification requirements required by this Agreement.Vendor shall indemnify City from any penalties or liabilities due to violations of this provision.City shall have the right to immediately terminate this Agreement for violations of this provision by Vendor. Sole Source Agreement—Ford Hall Company Inc 9 Revised 1.21.18cg P.O. No. Bid No. :SS18- 35.0 HEALTH. SAFETY,AND ENVIRONMENTAL REQUIREMENTS Services, products, materials, and supplies provided by the Seller must meet or exceed all applicable health, safety,and the environmental laws,requirements,and standards. In addition, Seller agrees to obtain and pay, at its own expense, for all licenses, permits, certificates, and inspections necessary to provide the products or to perform the services hereunder. Seller shall indemnify Buyer from any penalties or liabilities due to violations of this provision. Buyer shall have the right to immediately terminate this Agreement for violations of this provision by Seller. 36.0 RIGHT TO AUDIT Seller agrees that the Buyer, or Buyer's authorized representative, shall, until the expiration of three (3) years after final payment under this contract, and at no additional cost to Buyer, have access to and the right to examine and copy any directly pertinent books,computer disks, digital files, documents,papers and records of the Seller involving transactions relating to this contract, including any and all records maintained pursuant to this Agreement. Seller agrees that the Buyer shall have access, during normal working hours, to all necessary Seller facilities, and shall be provided adequate and appropriate workspace, in order to conduct audits in compliance with the provisions of this section. Buyer shall pay Seller for reasonable costs of any copying in accordance with the standards set forth in the Texas Administrative Code. The Buyer shall give Seller reasonable advance written notice of intended audits, but no less than ten (10)business days. 37.0 DISABILITY In accordance with the provisions of the Americans With Disabilities Act of 1990(ADA),Seller warrants that it and any and all of its subvendors will not unlawfully discriminate on the basis of disability in the provision of services to general public, nor in the availability,terms and/or conditions of employment for applicants for employment with,or employees of Seller or any of its subvendors. Seller warrants it will fully comply with ADA's provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold Buyer harmless against any claims or allegations asserted by third parties or subvendors against Buyer arising out of Seller's and/or its subvendor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this agreement. 38.0 DISPUTE RESOLUTION If either Buyer or Seller has a claim, dispute, or other matter in question for breach of duty, obligations,services rendered or any warranty that arises under this Agreement,the parties shall first attempt to resolve the matter through this dispute resolution process. The disputing party shall notify the other party in writing as soon as practicable after discovering the claim,dispute, or breach. The notice shall state the nature of the dispute and list the party's specific reasons for such dispute. Within ten (10) business days of receipt of the notice, both parties shall make a good faith effort, either through email, mail, phone conference, in person meetings, or other reasonable means to resolve any claim, dispute, breach or other matter in question that may arise out of,or in connection with this Agreement.If the parties fail to resolve the dispute within sixty (60) days of the date of receipt of the notice of the dispute, then the parties may submit the matter to non-binding mediation upon written consent of authorized representatives of both Sole Source Agreement—Ford Hall Company Inc 10 Revised 1.21.18cg P.O. No. Bid No. :SS18- parties in accordance with the Industry Arbitration Rules of the American Arbitration Association or other applicable rules governing mediation then in effect. If the parties cannot resolve the dispute through mediation,then either party shall have the right to exercise any and all remedies available under law regarding the dispute. 39.0 PROHIBITION ON CONTRACTING WITH COMPANIES THAT BOYCOTT ISRAEL Seller acknowledges that in accordance with Chapter 2270 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"shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Seller certifies that Seller's signature provides written verification to the City that Seller:(1)does not boycott Israel;and(2)will not boycott Israel during the term of the contract. 40.0 INSURANCE REQUIREMENTS 40.1 Seller shall assume all risk and liability for accidents and damages that may occur to persons or property during the prosecution of work under this Agreement. Seller shall file with the City of Fort Worth Purchasing Division, prior to the commencement of services, a certificate of insurance documenting the following required insurance within five(5) calendar days of notification. 40.2 Policies shall have no exclusions by endorsements which nullify the required lines of coverage,nor decrease the limits of said coverage unless such endorsements are approved by the City. In the event a contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the Vendor to obtain such coverage,the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 40.2.1 Statutory Workers' Compensation Insurance and Employer's Liability Insurance at the following limits: $100,000 Each Accident $500,000 Disease—Policy limit $100,000 Disease—Each Employee This coverage may be written as follows: Workers' Compensation and Employers' Liability coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act(Art. 8308— 1.01 et seq. Tex. Rev. Civ. Stat.)and minimum policy limits for Employers' Liability of$100,000 each accident/occurrence, $500,000 bodily injury disease policy limit and $100,000 per disease per employee. 40.2.2 Commercial General Liability Insurance including Explosion,Collapse, and Underground Coverage shall be provided as follows: $1,000,000 Each Occurrence $2,000,000 Annual Aggregate Sole Source Agreement—Ford Hall Company Inc 11 Revised 1.21.18cg P.O. No. Bid No. :SS18- Coverage shall include but not be limited to the following:premises/operations, independent vendors,products/completed operations,personal injury,and contractual liability. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO)policy. 40.2.3 Auto Liability Insurance shall be provided as follows: $1,000,000 Combined Single Limit Each Accident A commercial business policy shall provide coverage on "Any Auto",defined as autos owned, hired and non-owned. 40.2.4 The Contractor shall furnish the Purchasing Manager,with a certificate of insurance documenting the required insurance prior to the commencement of services. 40.2.5 Policies shall be endorsed to provide the City of Fort Worth a thirty-(30)day notice of cancellation,material change in coverage, or non-renewal of coverage. 40.2.6 Applicable policies shall also be endorsed to name the City of Fort Worth as an additional insured, as its interests may appear(ATIMA). 41.0 ADDITIONAL INSURANCE REQUIREMENTS 41.1 The City, its officers, employees and servants shall be endorsed as an additional insured on Vendor's insurance policies excepting employer's liability insurance coverage under Vendor's workers' compensation insurance policy. 41.2 Certificates of insurance satisfactory to the City and Worker's Compensation Affidavit must be received before Vendor can begin work. Failure to supply and maintain such insurance shall be a breach of contract.Vendor shall provide complete copies of all insurance policies required by this Agreement. Certificates of insurance must be supplied to: Financial Management Services Department Attention:Purchasing Division SS# 200 Texas Street Fort Worth, Texas 76102 41.3 Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein.Each insurance policy shall be endorsed to provide the City a minimum 30 day notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten (10)day notice shall be acceptable in the event of non-payment of premium. Sole Source Agreement—Ford,Hall Company Inc 12 Revised 1.21.18cg P.O. No. Bid No. :SS18- 41.4 Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A:VII or equivalent measure of financial strength and solvency. 41.5 Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. 41.6 Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups.The City must approve in writing any alternative coverage. 41.7 Workers' compensation insurance policy(s)covering employees of the Vendor shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. 41.8 City shall not be responsible for the direct payment of insurance premium costs for Vendor's insurance. 41.9 Vendor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. 41.10 While the purchase order is in effect, Contractor shall report, in a timely manner, to the Purchasing Department any known loss occurrence that could give rise to a liability claim or lawsuit or which could result in a property loss. 41.11 Vendor's liability shall not be limited to the specified amounts of insurance required herein. Sole Source Agreement—Ford Hall Company Inc 13 Revised 1.21.18cg P.O. No. Bid No. :SS18- Exhibit B—CONFLICT OF INTEREST QUESTIONNAIRE 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. By law,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 htti)://www.ethics.state.tx.us/forms/CIQ.ndf. 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#4 box in all cases. Sole Source Agreement—Ford Hall Company Inc 14 Revised 1.21.18cg P.O. No. Bid No. ;SS18- CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23,84th Leg„ Regular Session, OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176,Local Government Code, Date Received by a vendorwho has a business relationship as defined by Section 176.001(1-a)with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filedwith the records administrator of the local govemmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1),Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An offense under this section Is a misdemeanor. 1 Name of vendor who has a business relationship with local governmental entity. FoRD HALL ComPRNy v4C , ChecK this box it you are filing an update to a prevlousfy flied questionnaire. ,VIA (The law requires that you file an updated completed questionnaire with the appropriate filing authority not 1{ ,"� later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) Name of local government officer about whom the information in this section Is being disclosed. fVr 1A Name of Officer This section(item 3 including subparts A, B, C, to D) must be completed for each officer with whom the vendor has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIO as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income,other than investment income,from the vendor? Yes � No B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer named in this section AND the taxable income Is not received from the local governmental entity? Yes E] No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director,or holds an ownership Interest of one percent or more? Yes No D. Describe each employment or business and family relationship with the local government officer named in this section, 4 VP FoRb 14ALL Co'.Ige, 1 . l Signature of ve or doing business with ilia governmental entity Date Adopted 8/7/2015 Sole Source Agreement—Ford Hall Company Inc 15 Revised 1.21.18cg P.O. No. Bid No. :SS18- EXHIBIT C-VENDOR CONTACT INFORMATION Vendor's Name: FO R b A Ll CO 1 t C Vendor's Local Address: P6 �dx 2 O R lC' L/MDN I7 !�y y �� Phone: Fax: � � r 3 3 2 LO Name of persons to contact when placing an order or invoice questions: I I I Name/Title j-a`Y bo W ER..\l So l e 5 D) c e , Phone: $ 5 9 - (Q 2-`-4 — (D-7 7 Fax: {, Email: I d W e r rc�h a L l co m Name/Title M r a(-e I !y" I� �u Ri , k PR�L�C r Mower ti lv Phone: g 5 - 6 2 4 - 10 7 -7 _ Fax: 1 6 7 W ` 3 3,Z y_ Email;,- ! fl fYl�,l�'`( 1'P q {'l07 conq Name/TitieJ n ! 'r e.coyn-h �. Phone: 5q Vj 7 l{ 1 6 7 7 Fax: t✓tj 332v Email: C Q, r(t � f U V 0 1 , n--) VP� he r L Ye I �-w1 I g Signature Printed Name Date Sole Source Agreement—Ford Hall Company Inc 16 Revised 1.21.18cg P.O. No. Bid No. :SS18- EXHIBIT D—Vendor's Sole Source Justification Letter "POWP.O. Box 2110 $00 926-2070 @khmond,K7/0476 $5 9 6 2 A-1'0 7 7 .■� $59 424-3320 Fog awn Ford Hall Company, loo, 1=018 Mr.Jerry Pressl1eeyy VlAage Creek MP cf0 Ft Worth 4500 W16na Lane Arlington,TX 76012 To Whom a may Concern: Ford I lld-Cctnpeny Inc,Is-the only authort ed m»nufaniurer for the Weir Wolf 7M IAlgae$weep• AirtomattanTM Cleaning Equipment systains•for clarifiers and 11116 nem In the U.BA and Ca mda. The cWstom designed nature or the Indivlduatly bW It Weir.Wolf TM/Aigee,.S reep AutomaWTM Cleaning Equipment systems;requires that FHC is the only auttlodzed provider at maintenance,fled"wkes, napiaoameM oarrlponanla and brush for the shave lisped pry, AIt PHC welt oteaning systerrrs are custom dQsigrled aqd pWJIEfo At lndivkival vlfW#iers artd filiakeners.Th�reiore tfle systerns•err;!not 1pterohangeabla. '►'hereby,requlring eq replaoemeint Parts,components,�rltahea,and servlces•be• •provided bYtha original meogdacturer,Ford Haq Companylrlo. For questtonffi,of to.racelve quotes on asrrvlces,components,and brushes pleas@ nphlsct Ford Halt Company Ina,.at the fbPOWing numbers. Sin MIA. J LOW (re r 0OH24- 1bwe� corn Sole Source Agreement—Ford Hall Company Inc 17 Revised 1.21.18cg P.O. No. Bid No. :SS18- EXHIBIT E -Vendor's Quote FORD HALL COMPANY,INC. PREVENTATIVE MAINTENANCE PLAN Village Creek WWTP c/o Ft Worth Arlington TX 76012 817-392-4960 10/26/2017 Having a Ford Hall Company Preventative Maintenance Program (PMP) In place will protect your Investment and ensure you will receive maximum performance from your Algae Sweep Automation®/Weir-Wolf®clarifier cleaning system(s). Maintenance will be done on 19 Algae Sweep Automation®/ Weir-Wolf® clarifier cleaning systems,by factory trained Ford Hall technlcian(s),so you can expect a high standard of service. Preventative Maintenance Program --------$ 27381.00 _ (_Visit per year)Brushes are Included. Customer Signature: Date PO# FHC JOB# The following is an outline of the services provided by the Ford Hail factory technician during a service visit. A. Brushes 1, Replace all brushes, 2. The position of the brushes in the holders will be checked for position consistency, ensuring maximum cleaning efficiency. 3. Torque of the brush holder bolts(approximate torque 3-5 foot pounds)will be verified. This includes channel,weir,baffle and spillway brush holders. 4. Brush arms will be inspected and adjusted as needed. Replacement or a maximum of 1 brush holder per unit per visit. B. Spring Maintenance: 1, Springs will be inspected for wear and damage. 2. Damaged,worn or over stretched springs will be replaced(maximum of 2 single springs per unit per visit). 3. Spring tension will he inspected and adjusted if necessary to ensure maximum cleaning efficiency. C. Inspect,repair or replace the following if necessary: 1, Ramps over effluent discharge outlet. 2. Ramps over scum box. 3. Stops on collars., 4.Lock out hooks and rings. 5. All fasteners,including shear pins(if applicable)will be inspected for security purposes. Any loose fasteners will be tightened. D. Ford hall Company Inc.field technicians will witness the operation of the weir cleaning systems in all areas of concern and inspect the effluent surfaces for signs of intermittent cleaning and make any needed adjustments to maximize cleaning. E. O&M training: A 30 minute training class for any new or a refresher course for existing personnel will be offered. Invoice will be sent upon completion of services.Terms are net 30_PMPs do not qualify for"early payment discounts or delayed payment plans'.Work quoted is based on normal wear of ASAAMeir-Wolf clarifier cleaning systems as deemed by Ford Hall Company(FHC).H pane are needed,beyond those provided In the PMP,FHC will quote time and material at the Ume of PMP vislt.FHC Is the axle provider for Gushes,parts,maintenance and services for the ASAI Weir-Wolf clarifier cleaning systems.Any use of materials not supplied by the FHC I.e.brushes,parts,etc...voids any active warranties.Modifications to clarifier mechanisms,baffles,weirs,etc.. must be disclosed to FHC before PMP purchase.Due to the custom nature of the FHC cleaning systems,failure to inform FHC of any Clarifier or Brush system modifications will nullify any warranties and could cancel the PMP FHC reserves the right to Invoice In part or lull If non disclosed modifications are discovered during PMP visit and void part or all of the PMP. Sole Source Agreement—Ford Hall Company Inc 18 Revised 1.21.18cg PA.No. Bid No. :SS18SS18 P.D. Dfx 2110 000'929-2070, `ram Ric MAC KY 44478 1159 12 4-10 7 7 869 624-3320 Frx ago" t,�wAr Ford lull Company, Inc. Tuesday,January 02,2018 Mr.Jwq Prmley 4600 Wilma Lana Creak WWTP c/o Pt Worth Adinotm,TA 76012 Jerry,pressley®foslv�orthgovotg ' Dear Jerry: Ford Hall Company(FHC)is pleAlved to be able to offer you a"trade,W value for your old Algae Sheep Weir Cleaning,pours towards the ndw Wetr-Wolf systems. Please note,the Fard Hall Company(FHC)Is the.Sole manufacturer of the.Welt-Wolf autornatoid for Cladperand Thid4ner Cling. The Weir-Wolf system to rile Olt e(e*ss'*A Weir ewnin8.system eon*ing'a breakaway compotwth quh Brush holder. elgt>tnA under 160 On installed and uses spring leaded fishes to clean to individual efttuent surfaces: FHC has over 1;000 units In operatjon at gvar Tg0 Wastewv*f plants. We offers 5 year parts wanwwy on bur'Bruah systems. FHQ Is the'holder of patent#8.499.45 AppamaJQ for cleaning Wastewater Treatment Tanks imp1 mlirtted In 2013 and coven the${roar Sefety?*bro*kowey component In each Brush holder to AJlQ r the Weer'cleaner to break loos®or free In pass of ones onions up,TMa option protects the Brushsystern from'addRional damage and protects the clarifiers components(weirs,battles, skimmer,drives end►notors).This option.ts dow available to our 304ss ur>i<s and Me units.. - Furthennore,given the custom nature oaf the Brush sus."(...each Wier-Wolf system Wcustorn nd bide to the.InOviduai dimension a measurements of the clarftrsj,FHC factory trainod personnel we lire only,per4oMel pern i ted ffi work,servlre;p 4d-or pertly th8 Weir--Wolf Brush Systems. I thank you for being o customer and we took forward to'having you as a-customerfor nagny more Ye"to coma Since r a)as*$ GtOr Ford Hall Co 040-77e-4113*Wl and Woe mail 1y Revised 1.21.18cg P.O. No. Bid No. :SS18- �� amoM RO Box 2 1 1 0 800 9 2 6-2 0 7 0 Richmond,KY 40476 859 6 2 4-1 D 7 7 859 624-3320 Fax E-1MAILS ""M WWW.lDfdholl.com rtsf - Ford Hall Thursday,January 05,2017 C o M p a n y, I f1 C. Mr-Donald David Village Creek WWTP c/o Ft Worth 4500 Wilma Lane Arlington,TX 76012 Donald,davld@fortworthgov.org;jerry.pressiey@fortworthgov.org Dear Donald: As a present Ford Hall Company Algae Sweep Automation customer, FHC would also like to make the following proposal to'trade in"your old ASA system and design, manufacture and install our upgraded, Weir-Wolf TM debris control system to clean the weirs,baffle,spillways and launder surfaces at your facility.' Your status as a existing FHC customer, make you eligiable for the trade in offer and a discounted' installation price. The patented Weir-Wolf system resembles the older model but comes with several new advancements. The new Weir-Wolf system is constructed entirely of stainless steel. Our mainframe and attachment assemblies have been upgrade to 304ss from carbon steel. The Weir-Wolf unit has lower profile Brush holders which are lighter. Each Weir-Wolf offers the option of a brush holder with our patented Shear Sa%tyTm(breakaway)feature. Additionally,we have new grooved brushes which make for a more snug fit reducing brushes "working free from holder". Lastly, we have new Brushes available which are more abrasion resistant and creating longer brush life. New Weir-Wolf system typically run $15,000,00 installed per clarifier but with your previous prep work completed on your clarifiers, the trade in of your older system and your long standing status as a FHC customer,we are able to pass along a substantial discount. Each Cleaning systems is custom built based on field measurements taken at the time of installation. It Is easier and less expensive to trade in the Clarifier Cleaners instead of salvaging,deconstruction,modifying, rebuilding and re-installing an old system. Our goal is to replace the old Brush system with New Brush systems(and old one removed)from your site. The existing Brush systems on clariflem 788 at your site were installed in 1997 that is 20 years In operation,Given the age and operation of your Clarifier Cleaning systems, We worry that components that were normally tight have"bored out'and Items that were normally flexible will seize up. Also,replacement parts from our newer model may not align exactly with the older system and could lead to poor performance,create problems or cause damage to your Brush systems or your Clarifiers. Please Zook over the following information and give me a call with any questions or need for additional information. Sln rely; atl al Sales D or F¢if W.Hall ids,c (800)928-2D70 Jiowery@fordhall.com cc: file enc: proposal,SBDW-001ww drawing Sole Source Agreement—Ford Hall Company Inc 20 Revised 1.21.18cg P.O. No, Bid No. :SS18- P.O. Box 2 1 1 0 BOB 928-2070 rr+�l Richmond,KY 40476 8 5 9 6 2 4-1 0 7 7 659 624.3320 Fax wwwAordhall.com 0 r� Ford Hall Ford Hall Company proposal for the manufacture&installation of the Weir-Wolflu debris control system for Company, Inc. Village Creek WWTP c/o Ft Worth;Arlington,TX Ford Hall Company will custom design, manufacture&Install a debris control system to provide over 50 points of flexibility and adjustment allowing the automated system to remove algae and debris from the following surfaces: Inner Baffle,Outer Baffle, Inner Weir#1,Outer Weir#1, Inner Upper&Lower Launder Wall, Launder Bottom,Outer Lower&Upper Launder Wall,Inner Weir#2,Outer Weir#2 Once installed and fine tuned, brush replacement is virtually the only maintenance on the Weir-Wolf system, A typical brush replacement set complete and ready to install will cost approximately $175.00-$250,00. Brush life varies with the frequency of use but generally averages twelve (12) months. Design,manufacture&provide automated 304ss Weir-Wolf debris control unit(s)- Model:3BDWL-001ASABA Labor,Hotel&per diems for factory representatives —Re-use stainless steel ramps over scum box and add any missing(incline&decline) Re-use stainless steel ramps across effluent discharge outlet Confirm that all bale bolts have been trimmed to less than 1/4- Provide and install New 12ft Attachment Assembly to skimmer arm Provide and install New 10ft Mainframe In 304 stainless steel Provide,build,install and fine-tune custom designed stainless steel Weir-Wolf system Provide all adjustments for lock-In/lock-out capability of Weir-Wolf system -Provide all startup and testing of Weir-Wolf system Provide updated operations&maintenance training to operators at time of installation Five year parts warranty(except brushes) One year labor warranty Quote for a Custom Designed Weir-Wolf System: Full Installation Two(2) New 304 so Weir-Wolf UNITS wi new 304 so Att.assb,MFs&Shear Safety $ 23,986.00 Complete turn key operation with FHC providing all materials, tools, labor, field building of the units, installation,start up,testing and training. Price includes a 5 year warranty on Weir-Wolf systems excluding brushes. -Price quote requires no modMcetlons to the present clarifiers by Ford Hall Company,Inc.,with the exception of the aforementioned, Price Is based on clarifier coNlgura8one compatible with the Wefr-Wont system.FHC reserves the riAhi for held reproaatUlhros to modMy the Wek Won syali m,Price does not include any taxes,Ucenses,prevailing wags requfremems or fees associated with working at this site. Price quote Is v#9d for go days.The Ford Hell Company holds the petard of the Algae sweep Automation system.6 Year warranty Is contingent on the use of brushes provided by the Ford Hell Company during the wemmty period. Price Is based on one mobAtra6on to the&fie with consecutive Instaliefion for purchased unds uniess otherwise noted in proposal. If delays occur due to Improper or negligent handling of lna Installation schedule,additional days or return trips will be charged to die site or contractor, Sole Source Agreement—Ford Hall Company Inc 21 Revised 1.21.18cg i P.O. No. Bid No. :SS18- OUg11Wi XW'"M!ii(N.W111P&5 1`01)fW,WIFA 1.1c./A0 W [aef!ttl+:yl aN V.b7 W71 at tFl;pue-.*Ci top()ills"AP416*1•.R.M.SOMI 0.`11flIAl 41, CIRVIY S1 19*Wily F as$Y UENV d4 to M af1(FUS. '—..� —r7 G i 4 I q V 1 1 � A e _ 02 QLUE bnFFLL ^d 101 SFILL\Ill St l\\E 1PFIlt'2 013 �w 1 u ttF to 0!f f J,WHR 211'LlR 1VQl F1Q 04 L>LttER 1141Ra M RK.LW\C rl CIAR'UR CLEAMING 05 `�iFO j'Lt 4A,t'*i fi,Ri LL ir' 5"!5I E.11� 46 @4\f K.`k1 L&h i.S,s°dil°\11.:v: : TF:.Ie .r"ilt 07 VLI cC EATL'A'.Y lLL 1 0M LiI,I\ct.�� o1`:i"tr _ .. _ G1 a Sole Source Agreement—Ford Hall Company Inc 22 Revised 1.21.18cg