Loading...
HomeMy WebLinkAboutContract 53100 CITY SFCRF-fARY COWRACTNO. 53 r Ck' VENDOR SERVICES AGREEMENT WATER DAMAGE MITIGATION SER VICES This VENDOR SERVICES AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WORTH("City"), a Texas home rule municipal corporation,acting by and through its duly authorized Assistant City Manager, and First Restoration, Inc. ("Vendor"), and acting by and through its duly authorized President, each individually referred to as a "party" and collectively referred to as the "parties." AGREEMENT DOCUMENTS: This Agreement and supporting documents shall include Exhibit A City of Fort Worth Bid Offer Sheet (in its entirety) and Vendor's incorporated Response thereto and Exhibit B — Verification of Signature Authority. Exhibits A and B,which are attached hereto and incorporated herein,are made a part of this Agreement for all purposes. In the event of any conflict between the terms and conditions of Exhibit A and the terms and conditions set forth in the body of this Agreement,the tcrrns and conditions of this Agreement shall control. 1. SCOPE OF SERVICES. Water Damage Mitigation Services. Exhibit A more specifically describes the services to be provided hereunder. 2. TERM. This Agreement shall begin on the Effective Date, as established herein, and shall expire on September 30, 2020, unless terminated earlier in accordance with this Agreement. City shall have the option. in its sale discretion, to renew this Agr-ecmunt under the same terms and conditions, lbr up to Four (4)one-year(October I September 30) renewal options, 3. COMPENSATION. City shall pay Vendor in accordance with the fee schedule of Vendor personnel who perform services under this Agreement in accordance with the provisions of this Agreement and Exhibit A. Total payment per term made under this Agreement shall not exceed the amount of ninety nine thousand dollars ($99,000). Vendor shall not perform any additional services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City shall not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. 4. TERMINATION. 4.1. Written Notice. City or Vendor may terminate this Agreement at any time and for any reason by providing the other party with 30 days' written notice of termination. 4.2 Non-appropriation of Funds. In the event no fiends or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as payments herein agreed upon for which funds have been appropriated. 1- FF0(5VAL RECORD Vendor Services Agreement _ P 1 �F 2 9 � , 4.3 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date, City shall pay Vendor for services actually rendered up to the effective date of termination and Vendor shall continue to provide City with services requested by City and in accordance with this Agreement up to the effective date of tennination. Upon termination of this Agreement for any reason,Vendor shall provide City with copies of all completed or partially completed documents prepared under this Agreement. In the event Vendor has received access to City Information or data as a requirement to perform services hereunder, Vendor shall return all City provided data to City in a machine readable format or other format deemed acceptable to City. 5. DISCLOSURE OF CONFLICTS AND CONFIDENTIAL INFORMATION. 5.1 Disclosure of Conflicts. Vendor hereby warrants to City that Vendor has made frill disclosure in writing of any existing or potential conflicts of interest related to Vendor's services under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this Agreement, Vendor hereby agrees immediately to make full disclosure to City in writing. 5.2 Confidential Information. Vendor, for itself and its officers, agents and employees, agrees that it shall treat all information provided to it by City ("City Information") as confidential and shall not disclose any such information to a third party without the prior written approval of City. 5.3 Unauthorized Access.Vendor shall store and maintain City Information in a secure manner and shall not allow unauthorized users to access, modify, delete or otherwise corrupt City Information in any way.Vendor shall notify City immediately if the security or integrity of any City Information has been compromised or is believed to have been compromised, in which event,Vendor shall,in good faith,use all commercially reasonable efforts to cooperate with City in identifying what information has been accessed by unauthorized means and shall fully cooperate with City to protect such City Information from further unauthorized disclosure. 6. RIGHT TO AUDIT. Vendor agrees that City shall, until the expiration of three(3)years after final payment under this contract, or the final conclusion of any audit commenced during the said three years,have access to and the right to examine at reasonable times any directly pertinent books,documents,papers and records, including, but not limited to, all electronic records, of Vendor involving transactions relating to this Agreement at no additional cost to City. Vendor agrees that City shall have access during normal working hours to all necessary Vendor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Vendor reasonable advance notice of intended audits. 7. INDEPENDENT CONTRACTOR. It is expressly understood and agreed that Vendor shall operate as an independent contractor as to all rights and privileges and work performed under this Agreement, and not as agent, representative or employee of City. Subject to and in accordance with the conditions and provisions of this Agreement, Vendor shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its officers, agents, servants, employees, consultants and subcontractors. Vendor acknowledges that the doctrine of respondeat superior shall not apply as between City, its officers, agents, servants and employees, and Vendor, its officers, agents, employees, servants, Vendors and subcontractors. Vendor further agrees that nothing herein shall be construed as the creation Vendor Services Agreement Page 2 of 12 of a partnership or joint enterprise between City and Vendor. It is further understood that City shall in no way be considered a co-employer or a joint employer of Vendor or any officers,agents,servants,employees or subcontractor of Vendor. Neither Vendor,nor any officers, agents,servants,employees or subcontractor of Vendor shall be entitled to any employment benefits from City. Vendor shall be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of its officers, agents, servants, employees or subcontractor. 8. LIABILITY AND INDEMNIFICATION. 8.1 LIABILITY- VENDOR 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 KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF VENDOR, ITS OFFICERS, AGENTS, SERVANTS OR EMPLOYEES 8.2 GENERAL INDEMNIFICATION- VENDOR HEREBYCOVENANTSANDAGREES TO INDEMNIFY,HOLD HARMLESSAND DEFEND CITY,ITS OFFICERS,AGENTS,SERVANTS AND EMPLOYEES,FROMAND AGAINSTANYAND ALL CLAIMS OR LAWSUITS OFANYKIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO VENDOR'S BUSINESS AND ANY RESULTING LOST PROFITS)AND/OR PERSONAL INJURY,INCLUDING DEATH, TO ANYAND ALL PERSONS, ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF VENDOR, ITS OFFICERS,AGENTS, SERVANTS OR EMPLOYEES. 8.3 INTELLECTUAL PROPERTY INDEMNIFICATION Vendor agrees to defend, settle, or pay, at its own cost and expense, any claim or action against City for infringement of any patent, copyright, trade mark, trade secret, or similar property right arising from City's use of the software and/or documentation in accordance with this Agreement, it being understood that this agreement to defend, settle or pay shall not apply if City modifies or misuses the software and/or documentation. So long as Vendor bears the cost and expense of payment for claims or actions against City pursuant to this section,Vendor 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 City's interest, and City agrees to cooperate with Vendor in doing so. In the event City, for whatever reason, assumes the responsibility for payment of costs and expenses for any claim or action brought against City for infringement arising under this Agreement, City shall have the sole right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, Vendor shall fully participate and cooperate with City in defense of such claim or action.City agrees to give Vendor timely written notice of any such claim or action,with copies of all papers City may receive relating thereto. Notwithstanding the foregoing, City's assumption of payment of costs or expenses shall not eliminate Vendor's duty to indemnify City under this Agreement. If the software and/or documentation or any part thereof is held to infringe and the use thereof is enjoined or restrained or,if as a result of a settlement or compromise,such use is materially adversely restricted, Vendor shall, at its own expense and as City's sole remedy, either: (a) procure for City the right to continue to use the software and/or documentation;or(b)modify the software and/or documentation to make it non-infringing, provided that such modification does not materially adversely affect City's authorized use of the software and/or documentation; or (c) replace the software and/or Vendor Services Agreement Page 3 of 12 documentation. with equally suitable, compatible, and functionally equivalent non-infringing software and/or documentation at no additional charge to City; or (d) if none of the foregoing alternatives is reasonably available to Vendor terminate this Agreement,and refund all amounts paid to Vendor by City,subsequent to which termination City way seek any and all remedies available to City under law. 9. ASSIGNMENT AND SUBCONTRACTING. 9.1 Assignment. Vendor shall not assign or subcontract any of its primary duties, obligations or rights under this Agreement without the prior written consent of City. If City grants consent to an assignment,the assignee shall execute a written agreement with City and Vendor under which the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement. Vendor and Assignee shall be jointly liable for all obligations of Vendor under this Agreement prior to the effective date of the assignment. 9.2 Subcontract. If City grants consent to a subcontract for primary duties,such subcontractor shall execute a written agreement with Vendor referencing this Agreement under which subcontractor shall agree to be bound by the duties and obligations of Vendor under this Agreement as such duties and obligations may apply.Vendor shall provide City with a fully executed copy of any such subcontract. 10. INSURANCE. Insurance requirements are found in Exhibit A. 11. COMPLIANCE WITH LAWS ORDINANCES RULES AND REGULATIONS. Vendor agrees that in the performance of its obligations hereunder, it shall comply with all applicable federal, state and local laws, ordinances, rules and regulations and that any work it produces in connection with this Agreement will also comply with all applicable federal, state and local laws, ordinances, rules and regulations. if City notifies Vendor of any violation of such laws, ordinances, rules or regulations, Vendor shall immediately desist from and correct the violation. 12. NON-DISCRIMINATION COVENANT. Vendor, for itself, its personal representatives, assigns, subcontractors and successors in interest, as pail of the consideration herein, agrees that in the performance of Vendor's duties and obligations hereunder,it shall not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. IF ANY CLAIM ARISES FROM AN ALLEGED VIOLATION OF THIS NON-DISCRIMINATION COVENANT BY VENDOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, SUBCONTRACTORS OR SUCCESSORS IN INTEREST, VENDOR AGREES TO ASSUME SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS FROM SUCH CLAIM. 13. NOTICES. Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have been delivered when (1) hand-delivered to the other party, its agents, employees, servants or representatives,(2)delivered by electronic means with confirmation of the transmission,or(3)received by the other party by United States Mail,registered, return receipt requested, addressed as follows: Vendor Services Agreement Page 4 of 12 To CITY: To VENDOR: City of Fort Worth First Restoration Services Inc. Attn: Dana Burghdoff,Assistant City Manager James H. Farley, President 200 Texas Street 1000 Enterprise Place Fort Worth, TX 76102-6314 Arlington, TX 76001 Facsimile: (817)392-8654 (817) 557-6810 With copy to Fort Worth City Attorney's Office at same address 14. SOLICITATION OF EMPLOYEES. Neither City nor Vendor shall, during the term of this Agreement and additionally for a period of one year after its termination, solicit for employment or employ, whether as employee or independent contractor,any person who is or has been employed by the other during the term of this Agreement,without the prior written consent of the person's employer. Notwithstanding the foregoing, this provision shall not apply to an employee of either party who responds to a general solicitation of advertisement of employment by either party. 15. GOVERNMENTAL POWERS. It is understood and agreed that by execution of this Agreement, City does not waive or surrender any of its governmental powers or immunities. M. NO WAIVER. The failure of City or Vendor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Vendor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 17. GOVERNING LAW/VENUE. This Agreement shall be construed in accordance with the laws of the State of Texas.If any action, whether real or asserted, at law or in equity, is brought pursuant to this Agreement, venue for such action shall lie in state courts located in Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort Worth Division. 18. SEVERABILITY. If any provision of this Agreement is held to be invalid, illegal or unenforceable, the validity, legality and enforceability of the remaining provisions shall not in any way be affected or impaired. 19. FORCE MAJEURE. City and Vendor shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but shall not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to: acts of the Vendor Services Agreement Page 5 of 12 public enemy, fires, strikes, lockouts, natural disasters, wars, riots, material or labor restrictions by any governmental authority, and/or any other similar causes. 20. HEADINGS NOT CONTROLLING. Headings and titles used in this Agreement are for reference purposes only, shall not be deemed a part of this Agreement, and are not intended to define or limit the scope of any provision of this Agreement. 21. REVIEW OF COUNSEL. The parties acknowledge that each party and its counsel have reviewed and revised this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party shall not be employed in the interpretation of this Agreement including its. 22. AMENDMENTS/MODIFICATIONS/EXTENSIONS. No amendment, modification, or extension of this Agreement shall be binding upon a party hereto unless set forth in a written instrument, which is executed by an authorized representative of each party. 23. ENTIRETY OF AGREEMENT. This Agreement, including its Exhibit, contains the entire understanding and agreement between City and Vendor, their assigns and successors in interest, as to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. 24. COUNTERPARTS. This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute one and the same instrument. 25. WARRANTY OF SERVICES. Vendor warrants that its services will be of a high quality and conform to generally prevailing industry standards. City must give written notice of any breach of this warranty within thirty(30)days from the date that the services are completed. In such event, at Vendor's option, Vendor shall either (a) use commercially reasonable efforts to re-perform the services in a manner that confonns with the warranty,or (b)refund the fees paid by City to Vendor for the nonconforming services. 26. IMMIGRATION NATIONALITY ACT. Vendor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (f-9). Upon request by City, Vendor shall provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Vendor employee who is not legally eligible to perform such services. VENDOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY VENDOR, Vendor Services Agreement Page 6 of 12 VENDOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Vendor, shall have the right to immediately terminate this Agreement for violations of this provision by Vendor. 27. OWNERSHIP OF WORK PRODUCT. City shall be the sole and exclusive owner of all reports, work papers, procedures, guides, and documentation, created, published, displayed, and/or produced in conjunction with the services provided under this Agreement(collectively, "Work Product"). Further, City shall be the sole and exclusive owner of all copyright, patent, trademark, trade secret and other proprietary rights in and to the Work Product. Ownership of the Work Product shall inure to the benefit of City from the date of conception, creation or fixation of the Work Product in a tangible medium of expression (whichever occurs first). Each copyrightable aspect of the Work Product shall be considered a "work-made-for-hire" within the meaning of the Copyright Act of 1976, as amended. If and to the extent such Work Product, or any part thereof, is not considered a "work-made-for-hire" within the meaning of the Copyright Act of 1976, as amended, Vendor hereby expressly assigns to City all exclusive right, title and interest in and to the Work Product, and all copies thereof, and in and to the copyright, patent,trademark,trade secret,and all other proprietary rights therein, that City may have or obtain, without further consideration, free from any claim, lien for balance due, or rights of retention thereto on the part of City. 28. SIGNATURE AUTHORITY. The person signing this Agreement hereby warrants that he/she has the legal authority to execute this Agreement on behalf of the respective party,and that such binding authority has been granted by proper order,resolution,ordinance or other authorization of the entity.This Agreement and any amendment hereto, may be executed by any authorized representative of Vendor whose name, title and signature is affixed on the Verification of Signature Authority Form, which is attached hereto as Exhibit B. Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. 29. CHANGE IN COMPANY NAME OR OWNERSHIP Vendor shall notify City's Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records.The president of Vendor or authorized official must sign the letter. A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of director's resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the specified documentation so may adversely impact future invoice payments. 30. PROHIBITION ON CONTRACTING WITH COMPANIES THAT BOYCOTT ISRAEL Vendor unless a sole proprietor, acknowledges that in accordance with Chapter 2270 of the Texas Government Code, if Vendor has 10 or more full time-employees and the contract value is $100,000 or more, 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, Vendor certifies that Vendor's signature provides written verification to the City that if Vendor Services Agreement Page 7 of 12 Chapter 2270,Texas Government Code applies,Vendor: (1) does not boycott Israel; and (2)will not boycott Israel during the term of the contract. IN WITNESS WHEREOF, the parties hereto have executed this Agreement in multiples this dav_ of , 20 , to be effective as of the date subscribed by the City's Assistant City Manage,- ("L=rfwctive Date"), (signature page anti exhibits follow) Vendor Services Agreement Page 8 of 12 ACCEPTED AND AGREED: CII'V OF FORT WO 'l I: 'ENDOR. M By: Nantc: Taal Burgh ..l' 13v: amc: James 1-1.Mat ey Title: Ass, ail City Manager itle: l('m dent . Date: Date: APPROVAL RGCOPYIME DLD: I Bv: Name: Christopher,l'.Harder Title: PF Director � ' WaterDcpartment Sys 1 6y: flame: Mar — y •title: city. etnry f APPROVED AS TO FORIN9 AND CONTRACT COMPLIA\Ci MANAGER: I,,LG:1IaI1 4': By signing I.icknowledge that I atn the person responsible for the moniloring and i1d3111nlstratloit o this contract, including ensuring;all perl'nrntance and reporting i;oti By: a . aughz Isla Title: Assistant City Attorney thy COVTRACI' IUTHORIZATION:ht&C: Services Coordinator DATE: 1295:_ Vendor Sorvires Agreement Page 9 of 13 r< OFFIC L RECORD CITY SECRE ARIF EXHIBIT A SCOPE OF SERVICES 70 pages attached behind this cover sheet. Vendor Services Agreement—Exhibit A Page 10 of 12 FoRTi WORTH. CITY OF FORT WORTH-11311) OFFER -Event­_1D_ _ ______ Page Invited: BIDDERS CFW0a J Event_;i ound Version l. __._11---------- Event Name ;TZ.� r Submit To: City of Fort Worth _?eryices start Finish Time PURCHASING DIVISION 9 8JQ 7/ __I.3�.3 LOWER LEVEL CITY HALL r�2019 09:00:00j�pj..... 19 R_ 200 TEXAS ST. Fort Worth TX 76102 United States Email- FMSPurchasingResponses@fbrtworthtexaE;.gov Event'Description The City of Fort Worth(City)seeks bids to establish an Annual Agreement for Water Damage Mitigation Services for the Water Department per the attached specifications.This Agreement shall begin on the date stated on the contra (Effective Date)and shall expire on upcoming September 30th,2020(Expiration Date),unless i terminated earlier in accordance with this Agreement(Initial Term).Upon the expiration of the Initial Term, the Agr6ament shall renew automatically under the same terms and conditions for up to four(4)one-year renewal periods(October I to September 30),unless City or Vendor provides the other party with notice of non-renewal at least 60 days before the expiration of the Initial Term or renewal period.Unit price shall include all cost associated including but not limited to delivery,installation,travel,materlials,freight and/or fuel charges.No additional charges will be accepted or paid by the City Terms & Conditions Pre-Bid Conference:None Bidslare solicited for furnishing the merchandise,supplies,services and/or equipment as set forth in this solicitation.Completed Bids including one executed original,one copy and one USB flash drive containing electronic versions of all bid documents must be received in the Purchasing Division by 1:30 P.M.,AUGUST 22, 2019,and then publicly opened and read aloud at 2:00 P.M_in the Council Chambers.Bids must be submitted In a sealed envelope WITH THE BID NUMBER WRITTEN ON THE OUTSIDE OF THE ENVELOPE,addressed to the Purchasing Manager.YOUR BID MUST BE RECEIVED BY THE PURCHASING OFFICEAND TIME STAMPED PRIOR TO THE 1.30 DEADLINE IN ORDER TO BE CONSIDERED- Bids shall be mailed or hand delivered to the following address: City bf Fort Worth,Purchasing Division, I Low6r Level,City Hall,200 Tens Street, Fort Worth,Texas 76102 1 Bidsi delivered by special courier(i.e. Federal Express,Special Delivery etc.)are to be marked on the I outside of the courier s shipping envelope BID No.19-0000025,tTB-WATER DAMAGE MITIGATION SERVICES AMD MU�T BE RECEIVED BY THE PURCHASING OFFICE AND TIME STAMPED PRIOR TO THE 1.30 DEADLINE IN ORDER TO BE CONSIDERED. Latel bids will be returned or destroyed;they will not be opened nor considered In the evaluation of the bid- Bidsi may be withdrawn at any time prior to the Official opening.Bids may not be altered,amended or withdrawn after,the official opening.The undersigned agrees,if the bid is accepted,to furnish any and all Items upon which prices are offered,at the price(s)and upon the terms,conditions and scope/specifications;contained in this document.The period for acceptance of this bid will be 90 calendar days after the bid opening date. Cooperative Purchasing'. Should other Governmental entities decide to participate In this contract,would you,the Vendor,agree that all terms,conditions,specifications,and pricing shall apply(see section J I)? Yds_jel No SECTION NAME- TITLE COVER PAGE BID OFFER SHEET'-Cover page of Final Bid Document V1 and attached as separate document PART 1 PURCHASING A(3RFFMFNT OF SPECIFICATIONS Part I of Final Bid Document VI PART 2 INSTRUCTION TO BIDDERS-Part 2 of Final Bid Document V1 PART SCOPE OF SERVICESISPECIFICATIONS-Part 3 of Final Bid Document V1 PART CITY OF FORT WORTH STANDARD TERMS AND CONDITIONS-Part 4 of Final Bid Document V1 ArQACHMENTA CONFLICT OF INTEREST QUESTIONNAIRE-Final Bid Document VI ATT1CHMENTB VENDOR CONTACT INFORMATION FORM-Final Bid Document V1 ATTACHMENT C CONSIDERATION OF BIDDER'S PRINCIPAL PLACE OF BUSINESS-Final Bid Document V1 ATTACHMENT D REFERENCE SHEET-Final Bid Document V1 ATTACHMENT E HOW TO REGISTER WITH THE CITY OF FORT WORTH-Final Bid Document V1 AT-11ACHMENT F NO BID SHEET-Final Bid Document V1 ATTACHMENT G SCOPE OF WORKfSPECIFICATIONS-Final Bid Document V1 *Requlred to be completed and submitted-See Section 2D.0, Part 3 for all required document submission- Doe,uments are hereby incorporated into this Solicitation by reference,with the same force and effect as if they were incorporated in full text- Fopa WoRTH., "* '9— ID OFFER CITY OF FORT WORTH B Event I? Invited: BIDDERS CE?Woi-,i9-0000025 --------------- 2 Event Round Version Event Name .6at. rj)?�M e ni�4qation Services Submit To: City of Fort Worth StartTime Finish Time PURCHASING DIVISION 08/07/ cL.;qkjoO CDT W8 L3.QO-00 CDT LOWER LEVEL CITY HALL 200 TEXAS ST. Fort Worth TX 76102 United States Email: FMSPurGhasingResponses@fortworthtexas.gov The undersigned,by his/her signature, represents that he/she is submitting a binding offer and is authorized to bind the respondent to fully comply with the solicitation document contained herein.The Respondent,by sul: itting and signing below,acknowledges that he/she has received and read the entire document packot sections defined above including all documents incorporated by reference,and agrees to be bound by the terms lor Com'pany Name: r3t -e-s a+i I Corn I IpanyAddress: 1QM n rLUr;Sq- Placo_ City,iState'Zip: 1; 41 4-fry) sR C70c) Vendor Registration No. Cown I qrA os Printled Name of Officer or Authorized Represeritaj'06%_ Titlei 1 1Kat H- Signiature of Officer arAuthorized Representative-. Date _q Email Address: S J2 C D/ Ph4e Number: r Elk FORT WORTYI, CITY OF r-ORT WOW1 H- BID OFFER Event ID --Page] Invited: BIDDERS CM01-.'19-0000025 Event Round Version Event Name damage t4itiq Submit To: City of Fort Worth iT.B - Water r ation servicew Start Tiine Finish Time PURCHASING DIVISION 08t22/2019 13:30.OU CDT LOWER LEVEL CITY HALL 200 TEXAS ST. Fort Worth TX 76102 United States Email: FMSPurchastngResponses@fbrtworthtexes.gov Line Details Description: Q__Ity Unit' Total EMERGENCY RFSTO &4- _FzR EX-TRACTION 10500-00 SF Unw� 2 1). Qtv Unit UnitPrice Total DEHUMIDIFIER(RENTAL)-SMALL SIZE-MIN 15.00 EA NU M bER OP DAYS(3) Line:! 3 nit DEHUMIDIFIER(RENTAL)-MEDIUM SIZE-MINIMUM 15.00 EA V,..... a'6 NUM I bER OF DAYS(3) F 20. 0ol _JjD_ Line] 4 Desftlion: - -------- Qtv__,__. Unit Uriitpkjce Total DFH MIDIFIER(RENTAL)-LARGESIZE-MINIMUM 15.00 EA NUMBER OF DAYS(3) LJ Line-" 5 l?"crictIOW ­_­.". Jptal . FAiqS�REf1NTAL)MiNJM'UM NUM6ffP 6F EA DAYS(3) Linea 6 DescApqqp: City Unit AIR 12-00 EA 6b DAY§(3) LInW, 7 esdrlpflqrr WALU(�WffY MAdHINE(RENTAL)MINIMUM 13.00 EA NUMBER OF DAYS(3) r 0. Line: 8 Unit —unitprice APP4rCATION OF ENVIRONMENTAL PROTECTION 10500-00 SF AGQJCY(EAP)REGISTERED BIOCIDE Fj� FORT,WORTH. CITY OF FORT WORTH RID OFFER Event 11) Paige Invited: BIDDERS '..CFW01­'1.9-0000025.__..___ Event Round Version Event Name li ITE -%�'er DamacLc Submit To: City of Fort Worth -N-a-rt Tii Finish Time PURCHASING DIVISION 013/2242(12.9 131:30--00 CDT LOWER LEVEL CITY HALL 200 TEXAS ST. Fort Worth TX 76102 United States Email: FMS?urchasingResponsesgfortworthtexas.gov Line:, 9 Qty Unit UnitPrice Total COVER BASE REMOVAL 10500.00 LF [_3 GUM Lineal 10 Unit UnitPrice Total REMOVAL AND DISPOSAL OF GLUED DOWN 10500.00 SF i - — CONTAMINATED CARPET Line*' 11 I Desc6tion, ply Unit UnitPrice Total j�ffM_6VAL&bj$Pd�kC df&7GLUED 10500.00 SF CONTAMINATED CARPET 3w"`__0D Line:1 12 Q Unit UnitPrice REMOVAL&DISPOSAL OF CONTAMINATED 10600.00 SF CARPET PADDING I - . Linea 13 Dpsdiip tiom U"It UnitPrice Total MINIMUM TRIP CHARGE(WHEN APPLICABLE) 5.00 EA Lineal 14 Dqpqr�priog, Qty_I unit UnitPrice Total. MINIMUM EMffkc5iJ�C RESPONUEIAFTER 5,00 EA HOURS TRIP DOI Line:, 15 qgkS_qr!p1L1oM-- ----- Q!Y volt ------ SEFOPAND REMOVAL OF EQUIPMF-NT(TOTALFOR 5.00 EA DOTA,ACTIONS) Line:! 16 Description:.- Unit UnitPrice Total FURNITURE MOVING-PER MANfPFR HOUR 10.00 HR Line., 17 qqqpkp!i-_n: unit ------ BLOCK AND Abb_PUR_N_1t`U­RE(VVHFN—APPLICABLE) 20.00 EA _T_,__­___, PRICE PER P15CP g. i FORTMORTNsty or rou'�r up r" Din orrF=R I E Event lD Page Invited: BIDDERS !- FW0I-'IL9-0000025 _ 5 I I Event R6und Version I I j Event Name i YTB_--,Water.Damage Mitigation Services —— i Submit To: City of Fort Worth I' Start Tiring Finish Time PURCHASING DIVISION I.087� 019 09:Ofl�00 CDC_._-____OB/22/Zb19 13:30:00_C➢r LOWER LEVEL CITY[-TALL 200 Fort Worth TEXAS TX 76102 I United States Ernall: FMSPurchusingResponses@fbrtworthtexas.gov i Line:: 18 I Descripjion. . _ J Qty Unit Unf#Price Total_.-. ............... ... .... DRILL WEEP HOLES 5.00 EA f I Line:; 19 Description: _... � Qtv Unit _ UnitPrice Total. EMERGENCY RESTORATION-SEWAGE 10500.o0 SF EXTRACTION(NORMAL CIRCUMSTANCES-UP TO TWO(2)INCHES DEEP -� Line: 20 Descrfptlan:_. Q;Y_--_-•__.--unit UnitPrice ------"..,... -._Total.__-.. EMERGENCY RESTORATION- -SEWAGE 10500.00 SF _ EXTRACTION (NORMAL CIRCUMSTANCES �1 � � I UP TO TWO(2)OR MORE INCHES DEEP �JJ i Line:i 21 Description; Qtv Unit UnitPrice Total. _- EMERGENCY REBUILD SEWAGE OR WATER 10500.00 SF Liner 22 OTHER RELATED SERVICES NOT LISTED SHA __ Unit —._- UnrtPrfce otal Descr[ption: _ T --- LL 1.00 EA BEAT5%DISCOUNT FROM VENDORS LIST PRICES.INCLUDE PRICE LIST IF AVAILABLE t SG,r u, ' ' { �' t Total Bid Amopnt: Q Q f'cJ I f V � il�-sZ 3— I � II � I � I ' I I - I ' I I I I i I i I � PART-II INSTRUCTION TO BIDDERS 1.0 SOLICITATION 1_l Review of Documents:Bidders are expected to examine all documents that make up the I Solicitation. Bidders shall promptly notify the City of any omission,ambiguity, inconsistency or error that they may discover upon examination of the Solicitation. i Bidders must use a complete Solicitation to prepare Bids. The City assumes no responsibility for any errors or misrepresentations that result from the use of incomplete Solicitations. I ; 1.2 Location of Documents:Solicitations are issued by the Purchasing Division. The location and phone number for the Purchasing Division are specified in the advertisement and in the solicitation. 2.0 EXPLANATIONS OR CLARIFICATIONS 2.1 Any explanation,clarification,or interpretation desired by a Bidder regarding any part of I the Solicitation must be requested in writing from the Purchasing Division with sufficient ° time allowed for a written addendum to reach each Bidder before the submission oftheir Bid. Interpretations,corrections,or changes to the Solicitation made in any other manner are not binding upon the City,and Bidders shall not rely upon such interpretations, corrections or changes. Oral explanations or instructions given before the award of the Contract are not binding. 2.2 Requests for explanations or clarifications may be faxed to the City's Purchasing Division at(817)392-8440. The fax must clearly identify the Buyer's name and the Solicitation number. Any material information given to one Bidder concerning a Solicitation will be furnished by an Addendum to all Bidders who have been issued a Solicitation. 2.3 Unauthorized Communications: Bidders'contact regarding this Invitation to Bid(ITB) with employees or officials of the City other than the Purchasing Manager,the Minority and Women Business Enterprise(M1W)3E)Office,or as otherwise indicated in the ITB is prohibited and may result in disqualification from this procurement process. No officer, employee,agent or representative ofthe Respondent shall have any contact or discussion, iverbal or written,with any members of the City Council,City staff or City's consultants, or directly or indirectly through others,seek to influence any City Council member,City staff,or City's consultants regardi ug any matters pertaining to this solicitation,except as j herein provided. Any violation of this prohibition may result in the Respondent being disqualified from the procurement process. Any oral communications are considered unofficial and non-binding-with regard to this ITB. 3.0 PRE-BED CONFERENCE NONE. 4.0 PREPARATION OF BIDS I , I Revised 7.11.18cg i I i i i Each Bidder must furnish all information required by a Solicitation on the documents provided. Bids submitted on other than the forms included in the Solicitation shall be considered non- responsive. Any attempt to alter the wording in the Solicitation is ineffective and will result in I rejection of the Bid. i 4.1 Taxes:Purchases of Goods or Services for City use are usually exempt from City,State, and most Federal Taxes. Bids may not include exempted taxes. The successful Bidder should request a Tax Exemption Certificate from the Purchasing Division. Under no circumstances shall the City be liable to pay taxes for which the City has an exemption I under any Contract. i I , 4.2 Brand Name or Equal:If the Solicitation indicates brand name or"equal"products are acceptable,the Bidder may offer an"equal"product and must be prepared to demonstrate those features that render it equal. Final determination of a product as "equal"remains with the City. 4.3 Delivery Time:Delivery time,if stated as a number of days,will be based on calendar days. Time is of the essence in any City purchase. if the indicated date cannot be met or j the date is not indicated,the Bidder shall state its best delivery time. I 4.4 Free on Board(FOR)Point:Freight Terms shall be FOB Destination,Freight Prepaid and Allowed. The Bidder should quote its lowest and best price,with the goods ` delivered to the place specified,at the Bidder's expense and risk,and there tender delivery to the City. Bids offering any other delivery terms are not acceptable and may I I be cause for rejection. 4.5 Prices: 4.5.1 Bids shall be firm priced offers unless otherwise specified. i 4.5.2 Pricing shall be entered on the Bid Sheet in ink. 4.5.3 Totals shall be entered in the "Total Price" column of the Bid Sheet. 4.5.4 In the event of a discrepancy between unit price and extended price,the unit I price shall govern. 4.5.5 Prices shall be offered in the Dollars of the United States of America (or decimal i 3 fractions thereol). 4.6 Signature:The Bidder must sign each document in the Solicitation requiring a signature. Any change made to the Bid must be initialed by the Bidder. 4.7 Bid Security:If a bid security is required for this purchase,the requirement will be reflected in the"Specification"section of the bid package. Cashier's check or an acceptable surety bond in the amount indicated in the Notice to Bidders must be submitted at the time the bid is submitted,and is subject to forfeiture in the event the I successful bidder fails to execute the contract documents within 10 calendar days after the contract has been awarded. 4.7.1 To be an acceptable surety on the bond: Revised 7.11.18cg I � i I I , I � 1 I , I I � I i 4.7.1.1 The name of the surety shall be included on the current Department of the Treasury's listing of Approved Sureties(Department Circular 570); or I ' 4.7.1.2 The surety must have capital and surplus equal 10 times the amount of the bond. The surety must be licensed to do business in the state of Texas. i 4.8 Alternate Bids:Bidders may offer an"equal"product as an alternate bid. Final "approved equal"determination remains with the City. 4.9 Proprietary Information: 4.9.1 All material submitted to the City becomes public property and is subject to the Texas Open Records Act upon receipt. I ' 4.9.2 1f a Bidder does not desire proprietary information in the bid to be disclosed, each page must be identified and marked proprietary at time of submittal. The ' City will,to the extent allowed by law,endeavor to protect such information I from disclosure_ The final decision as to information that must be disclosed lies with the Texas Attorney General_ 4.9.3 Failure to identify proprietary information will result in all unmarked sections I being deemed non-proprietary and available upon public request. I 4.10 Bid Preparation Costs:All costs associated with preparing a Bid in response to a Solicitation shall be borne by the Bidder. 4.11 Payments:All payment terms shall be"Net 30 Days"unless otherwise specified in the bid document. 4.11.1 Successful bidders are encouraged to register for direct deposit payments prior to providing goods and/or services using the forms posted on the City's website at hlW://www.foftwortb34ov.orZ/purchasi-ng/ click on"Automated Clearing House Setup„ I 5.0 SUBIVIISSION OF BIDS I i 5.1 Bid document:Unless otherwise specified,kidders are required to submit a signed I j executed original and one scanned copy in flash drive.Bids must be submitted in a sealed envelope with the bid number written on the outside of the envelope. I 5.2 Documents required with Bid:The following documents must be submitted with each Bid prior to the Due Date: j 5.2.1 The completed and signed first page of this document; 5.2.2 The Bid Offer in Bid Solicitation Sheet(s);and 5.2.3 Any other document included in the Solicitation requiring completion or execution by the Bidder. 5-3 Addenda:Receipt of an Addendum must be acknowledged by signing and returning the Addendum with the Bid if requested or under separate cover prior to the Due Date and Revised 7.11.1$cg I - i f i I Time. Addenda containing bid pricing should be returned in a sealed envelope marked i on the outside with the Bidder's name,address,the Solicitation number,and the Due i Date and time. 5.4 Late Bids:Bids must be received in the Purchasing Division prior to the Due hate and j Time. All Bids received after the Due Date and Time are considered late and will be returned to the Bidder unopened. The time stamp clock on the receptionist's desk in the I Purchasing Division is the time of record. It is the sole responsibility of the Bidder to ensure timely delivery of the Bid to the Purchasing Division. The City will not be responsible for failure of service on the part of the U.S.Postal Office,courier companies, or any other form of delivery service chosen by the Bidder_Bids delivered to a City location other than the Purchasing Division will not be considered. The Bid must be received by the Purchasing Division and stamped before deadline to be considered. i 6.0 MODIFICATION OR WITHDRAWAL OF BIDS 6.1 Modification of Bids:Bids may be modified in writing at any time prior to the Due Date. 6.2 Withdrawal of Bids:Bids may be withdrawn in writing,or by facsimile(provided that ithe facsimile is signed by the Bidder)at any time prior to the Due Date. A Bid may also I be withdrawn in person by a Bidder,provided the withdrawal is made prior to the Due Date. A receipt of withdrawal must be signed by the Bidder. No Bids may be withdrawn after the Due Date without forfeiture of the Bid guarantee,unless there is a material error in the laid. Withdrawn Bids may be resubmitted,with or without modifications,prior to I the Due Date. The City may require proof of agency from the person withdrawing a bid_ I I 7.0 OPENWG OF BIDS The Purchasing Division representative responsible for opening Bids shall personally and publicly open all Bids timely received,reading each bid aloud. I 8.0 EVALUATION FACTORS AND AWARD i 8.1 Evaluation:Bidders may furnish pricing for all or any portion of the Solicitation(unless otherwise specified). However,the City may evaluate and award the Contract for any item or group of items shown on the Solicitation,or any combination deemed most advantageous to the City. Bids that specify an"all or none"award may be considered if a single award is advantageous. I ' j 8.2 Award. The Method of Award is detailed in Section 19 in Part III Scope of Services/Specifications I 8.3 Acceptance of Bid:Acceptance of a Bid will be in the form of a Purchase Order or a Contract. Subsequent purchase releases may be issued as appropriate. The contents of a Bid shall become a part of the Contract. Under no circumstances will the City be responsible for Goods or Services provided without an acceptance signed by an Authorized City Representative 8.4 Reservations:The City expressly reserves the right to: 3.4.1 Specify approximate quantities in the Solicitation; 8.4.2 Extend the Solicitation opening date and time; Revised 7.11.18cg I I ; I � _ I I i 8.4.3 Consider and accept alternate Bids,if specified in the Solicitation,when most ' advantageous to the City; i 8.4.4 Waive as an informality,minor deviations from specifications provided they do not affect competition or result in functionally unacceptable goods or services; 3 8.4.5 Waive any minor informality in any Bid or Solicitation procedure(a minor informality is one that does not affect the competitiveness of the Bidder); 8.4.6 Add additional terms or modify existing terms in the Solicitation; 8.4.7 Reject a bid because of unbalanced unit prices bid; 8A.8 Reject or cancel any or all Bids; I I 8.4.9 Reissue a Solicitation; 8.4.10 Procure any item by other means;and/or I ' I 8.4.11 Award to multiple vendors on a non-exclusive award basis,or primary and ! secondary vendors. 9.0 POST-BID DOCUMENTS REQUIRED FROM BIDDERS 9.1 Certificates of Insurance: When insurance is required,the successful Bidder must provide Certificates of Insurance in the amounts and for the coverages required to the Purchasing Office within 14 calendar days after notification of award,or as otherwise required by the Solicitation. 9.2 Payment and/or Performance Bonds:When Payment and/or Performance Bonds are required,the successful Bidder must provide the bonds,in the amounts and on the conditions required,within 14 calendar days after notification of award, or as otherwise required by the Solicitation. 9.3 Minority Business Enterprise(MBE}Documents:If an MBE goal has been established for the bid,the applicable documents must be submitted by all bidders wishing to continue in the bid evaluation process within two (2)City business days after the bid opening date,exclusive of the bid opening date,to the City location specified in the bid. I Bidders shall obtain a receipt from the appropriate department as evidence that the City I received the documentation. 9.4 Certificate of Interested Parties Form 1295: If the Purchase Agreement must be approved by the City Council before execution,the successful bidder is required to complete the Certificate of Interested Parties Form 1295 and submit the form to the Purchasing contact listed in the solicitation before the purchase/contract will be presented to the City Council_ The form may be completed at https•//www.ethics.state.tx_us/whatsnew/elf info torm1295.htm. 10.0 PROTEST PROCEDURE f 10.1 Vendors who respond to Invitations to Bid have the right to protest the solicitation process or the bid award if they believe that there has been any impropriety or unfair criteria in the process. Revised 7.11.18cg I I I � 10.2 The vendor must submit any protest in writing to the Purchasing Manager within 14 days after the vendor knows,or should have known,of the facts relating to the proposed action or award_ 10.3 The Purchasing Manager,or designee,is authorized to resolve a protest concerning a purchasing action through telephone discussions,mail,email or in person meetings with i the protesting vendor. 10.4 After discussions or meetings,the Purchasing Manager or designee will issue a decision in writing,state the reasons for the action taken and inform the protesting vendor of the right to review by a panel made up of City staff. 10.5 A City protest review panel will consist of an Assistant City Attorney,a representative of the operating department,the Purchasing Manager and any other appropriate personnel or employees of the operating department. 10.6 If the panel is unable to resolve the protest,or if the panel makes a decision with which the vendor does not agree,the protesting vendor will be invited to attend the City Council meeting at which the recommended award is to be presented to the City Council and make known his/her concerns. The protesting vendor will be instructed to arrive prior to the start ofthe City Council meeting and complete a card requesting to speak concerning the particular Mayor and Council Communication document(M&C)in question. 1 Q.6.l Vendors wishing to speak before the City Council should review the rules for registering to appear before City Council Iocated at: hM://fortwortlatexas. og v/gitysecretary/info/default_4spx?id=2R14 on the City's i website. - I 11.0 COOPERATIVE PURCHASING 11.1 Should other governmental entities decide to participate in this contract,bidder,shall indicate in their proposals whether they agree that all terms, conditions,specification,and pricing would apply. I i 11.2 If the successful bidder agrees to extend the resulting contract to other governmental entities,the following shall apply:Governmental entities within utilizing Contracts with the City of Fort Worth shall be eligible,but not obligated,to purchase material/services under this contract(s)awarded as a result of this solicitation. All purchases by governmental entities other than the City of Port'Forth shall be billed directly to that governmental entity and paid by that governmental entity. The City of Fort Worth shall not be responsible for another governmental entity's debts. Each governmental entity shall order its own material/services as needed I ' i. Revised 7.11.18eg I I I I � f PART-III I i SCOPE OF SERVICESISPECIFICATIONS I , I 1.0 SCOPE 1.1 The City of Fort Worth(City)seeks bids to finalize an Agreement for Water Damage Mitigation Services as described herein on an"as needed basis for the Water Department. fhe successful bidder,known hereafter as"Corrkractor". 1.2 This Agreement shall begin on the date stated in the Contract("Effective Date")and shall expire on upcoming September 30th,2020("Expiration Date"),unless terminated earlier in accordance with this Agreement C`Initial Term")_Upon the expiration of the Initial Term,the Agreement shall renew automatically under the same terms and conditions for up to four(4)one-year renewal periods(October l to September 30),unless City or Vendor provides the other party with notice of non-renewal at least 60 days before the expiration of the Initial Terin or renewal period.However,if funds are not appropriated, the City may cancel the Agreement 30 calendar days after providing written notification to the Contractor I Vendor. 13 Following the award,additional services of the same general category that could have been encompassed in the award ofthis Agreement,and that are not already on the Agreement,may be added based on the discount bid and price sheet provided with the bid. 1.4 Unit prices shall include all costs associated with the specified work, including but not limited to handling,delivery,fuel charges,fees and certifications fees.No additional charges will be accepted or paid by the City. 1.5 All items supplied resulting from this bid shall be of recent production,unused,and 3 suitable for their intended purpose_ j 1.6 The submission of a bid by the bidder shall be considered evidence of compliance with these requirements. 2.0 DETAILED SCOPE OF SERVICES/SPECIFICATIONS The Vendor hereby agrees to provide the City with requirements attached hereto and incorporated for all purposes incident to this Agreement in Attachment "G", Scope of Services/Specifications, more specifically describing the services to be provided hereunder. 3.0 CHANGE IN COMPANY NAME OR OWNERSfM 3.1 The Vendor shall notify the City's Purchasing Manager,in writing,of a company name, ownership, or address change for the purpose of maintaining updated City records.The !f president of the company or authorized official must sign the Ietter.A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9,documents filed with the state indicating such change,copy of the board of director's resolution approving the action,or an executed merger or acquisition agreement"Failure to do so may adversely impact future invoice payments. Revised 7.11"18eg I ' I I f I i I i 4.0 LAWS REGULATIONS AND ORDINANCES 4.1 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 Federal,State,County, and City Agencies,Administrations and Commissions such as the Environmental I Protection Agency(EPA), occupational Safety and Health Administration(OSHA), and the Texas Commission on Environmental Quality(TCEQ). In the event any law, regulation or ordinance becomes effective after the start of this Agreement,the Vendor is required to comply with new policy.Any mandates requiring the City to comply with new guidelines will also require the Vendor to comply. 5.0 INVOICING REQUIREMENTS 5.1 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's division at the time the service is requested. 5.2 A properly prepared invoice shall be typewritten or computer printed and shall include the Vendor's name,number and federal tax identification number, invoice number, address,date,service or item description,unit price,extended cost,and City issued purchase order number. Incomplete or inaccurate invoices may result in delayed I payments,as they shall be returned to the Vendor for correction and re-submittal. 6.0 UNIT PRICE ADJUSTMENT I 6.1 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. I ; , 6.2 The Vendor trust 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. 6.3 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 I renewal option,the Purchasing Division will issue a new solicitation. f , 6.4 Prices bid shall remain firm for each one-year term of the Agreement and shall include all associated freight and delivery costs. 6.5 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. 6.6 Upon expiration of the Agreement term the successful bidder,agrees to hold over under the terms and conditions of this Agreement for a reasonable period of time to allow the Revised 7.11.18eg I � I I k � I ' i city to re-bid an agreement,not to exceed ninety(90)days.Vendor will be reimbursed for this service at the prior agreement rate(s).Vendor shall remain obligated to the City ' under all clauses of this Agreement that expressly or by their nature extends beyond and survives the expiration or termination of this Agreement. 6.7 Goods and/or services shall not be suspended by the Vendor without a 30 day prior written notice to the City. 7.0 QUANTITIES 7.1 The quantities listed on the bid solicitation are only estimates based on previous usage and do not indicate intent to purchase or a guarantee of future business. The City of Fort Worth is obligated to pay for only those materials and services actually ordered by an authorized City employee and then received as required and accepted by the City. $A INSURANCE REQUIREMENTS 8,1 The Vendor shall assi une 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. 8.1.1 Failure to provide such infoimation within five(5)calendar days may be grounds for Agreement termination. 8.2 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 he adjusted by the cost of the premium for such additional coverage plus 10%. 8.2.1 Statutory Workers'Compensation Insurance and Employer's Liability Insurance j at the following limits: I ; I $100,000 Each Accident $500,000 Disease—Policy limit $100,000 Disease—Eacb 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. I ; 8.2.2 Commercial General Liability Insurance including Explosion,Collapse, and i Underground Coverage shall.be provided as follows: $],000,000 Each Occurrence Revised 7.11.18cg I ` I I I ' $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. 8.2.3 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. I 8.2.4 The Vendor shall furnish the Purchasing Manager,with a certificate of insurance documenting the required insurance prior to the commencement of services. 8.2.5 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. 8.2.6 Applicable policies shall also be endorsed to name the City of Fort Worth as an additional insured,as its interests may appear(ATIMA). 9.0 .AbDITIONAL INSURANCE RE UIREMENTS 9.1 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. 9.2 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 Sid 419-0000025 200 Texas Street,Fort Worth,Texas 76102 9.3 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. 9.4 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 uncial strength and solvency. I 9.5 Deductible limits,or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. Revised 7.11.18cg I I i i 9.6 Other than worker's compensation in.suranee,in lieu oftradWonal insurance,Cityway consider alternative coverage or risk treatment measures through insurance pools or risk j retention groups.The City must approve in writing any alternative coverage. 9.7 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. 9.8 City shall not be responsible for the direct payment of insurance premium costs for Vendor's insurance. 9.9 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, i • 9.10 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. 9.11 Vendor's liability shall not be limited to the specified mounts of insurance required I herein. 10.0 PERFORMANCE 10.1 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. 11.0 CDMPLAINTS 11.1 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. 12.0 SUBCONTRACTING I � 12.1 Subcontracting of the work under this Agreement will be allowed with written permission from the City. 13.0 DELIVEA 13.1 Delivery shall be F.O.B.Destination and all other delivery charges shall be included in the unit price. The person placing the order will provide delivery and billing information. No additional--barges for expenses,freight,mileage,time,or similar items will be accepted or paid by the City. I 132 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. 13.3 in the event the Vendor is unable to meet the original delivery date(s),the City must be contacted immediately,but prior to the due date,and seek an extension of delivery time. Revised 7.11.18cg i EFailure to comply with the delivery terms may be legal grounds for canceling an order(s), E or the entire Agreement in accordance with the Termination Clause shown elsewhere in the solicitation. 13.4 Delivery tickets must include the City's Blanket Order Number and the ordering department's Release Number. 13.5 Delivered items that are determined to be defective or not meeting bid specifications shall be picked up and replaced by the Vendor,or the Vendor's designee,at no cost to the City. If the item(s)are not picked up within one(1)week after notification,the item shall become a donation to the City for disposition.. 14.0 WAI1tRANTY 14.1 The Vendor shall provide a warranty to include at a minimum,but not limited to the following: 14.1.1 In addition to any other warranties in this contract,the Vendor warrants that all work and products supplied under this agreement conforms to the agreement requirements and is free from any defect in workmms hip,equipment,material, or design furnished by the Vendor or any supplier at any tier. 14.1.2 Vendor agrees to repair or replace promptly,on a one-for-one basis without additional cost to the City of Fort Worth,any and all defective work and products.The City defines"prompt"repair or replacement to be within twenty- four(24)hours after notification by authorized City personnel. 14.1.3 This warranty shall continue for a period of90 days from date of acceptance of products and work by the City. 14.1.4 The Vendor shall remedy at the Vendor's expense any non-conforming or defective products or work.In addition,the Vendor shall remedy at Vendor's expense any damage to real or personal property owned by the City of Fort Worth,when that damage is the result of a defect of products furnished. 14.1.5 The Vendor's warranty with respect to products repaired or replaced will run for 90 days from date of installation and acceptance of such by the City. 14.1.6 The City of Fort Worth shall notify the Vendor,within a reasonable time after the discovery of any failure,defect,or damage_ 14.1.7 If-theVendor fails to remedy any failure,defect,or damage within areasonable time after receipt of notice,the City of Fort Worth shall have the right to replace, repair, or otherwise remedy the failure,defect,or damage at the Vendor's expense. 14.1.8 This warranty shall not include failures attributable to accident,fire,or negligence on the part of City personnel. 14.2 With respect to all warranties,expressed or implied,from manufacturers,or suppliers for work performed and materials furnished under this contract,the Vendor shall: Revised 7.11.18eg I i 14.2.1 Obtain all warranties that would be obtained in normal commercial practice; 14.2.2 Enforce all warranties for the benefit of the City of Fort Worth. 15.0 SAFETY 15.1 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). 16.0 HAZARDOUS CONDITIONS 16.1 The Vendor is required to notify the City immediately of any hazardous conditions and/or damage to City property. 17.0 CONTRACT ADMINISTRATION 17.1 Contract administration will be performed by the City Department_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. 17.2 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. 17.3 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. 17.4 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 sub Vendors 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 18,0 BIDDERS UALIFICAT'IONS 18.1 The following information must be submitted as part of the bid package and shall be supplied in the following order: Revised 7.11.1$eg I , 18.1.1 Bidder's background,services provided and number of years in business. 18.1.2 Bidders shall provide evidence that they are duly qualified and capable to fulfill and abide by the requirements listed herein with the bid.The bidder shall demonstrate its ability to secure and perform the services within the delivery requirements specified herein. 19.1.3 la order to receive bid award consideration,the bidder shall maintain sufficient resources to fulfill normal City of Fort Worth requirements. 1$.1.4 Bidders shall provide a reference list of a minimum of four(4)current customers (comparable in size)who the bidder has recently supplied subject item(s)on a continuing basis over a recent twelve(12)month period. 19.0 METHOD OF AWARD 19.1 Bids will be evaluated based on the lowest responsive and responsible bidder complying with all of the provisions of the solicitation,provided the bid price is reasonable,and it is in the best interest of the City to accept it. 19.1.1 A.responsive bidder is defined to be one who submits a completed bid packet within the stated time deadline and in accordance with the bid specification_ 19.1.2 A responsible bidder is defined to be one who demonstrates via responses to the selection criteria his/her ability to successfully deliver the supplies,equipment,or services being procured. 19.1 Any Bid that does not include a bid for ALL of the items,locations and services on the Bid Solicitation form may be rejected.The bid award will based on a best value model.The evaluation factors listed above will be applied in a comparative manner to all eligible,responsive bids. Award may be made without discussion with Bidders after bids are received.Bids should,therefore,be submitted on the most favorable teens. 19.2 Tentative Schedule of Events: ITB Release Date August 7,2019 Deadline for Questions August 13,2019 at 5:00 PM(Local fame) Answers Posted August 16,2019 ITB Due Date August 22,2019 by 1:30 PM(Local Time) Recommended Vendor Selection August 23-30th,2019 I 20.0 $IDES', 20.1 Bidders shall submit the following items with their bid: 20.1.1 A completed and signed original Invitation to Bid(ITB)Bid Offer Sheet; 20.1.2 A completed and signed original Did Solicitation/Pricing Sheet; 20.1.3 A completed and signed original Conflict of Interest Questionnaire,Attachment A; 20.I.4 A completed Bidder's Contact Information Fonn,Attachment B; Revised 7.11.1 Scg i I , 20.1.5 A completed Consideration of Location of Bidder's Principal Place of Business, Attachment C,if applicable; 20.1.6 A completed Reference Sheet,Attachment D; 20.1.7 A completed Vendor Qualification Questionnaire,Attachment H; 20.1.8 All items listed in Section 18.0,Bidder Qualifications; 20.1.9 Scanned copy of all documents listed in paragraph 20.0 in flash drive. 20.2 Failure to submit the items listed in paragraph 20.0 may be grounds for rejection of a bid as non-responsive to the specifications. 21.0 QUESTIONS 21.1 Questions, explanations or clarifications desired by a Vendor regarding any part of the bid must be requested in writing from the Purchasing Division by 5:00 PM—on August 13 2019.Interpretations,corrections or changes to the bid made in any other manner are not binding upon the City,and Vendors shall not rely on such interpretations,corrections or changes.Oral explanations or instructions given before the award of the Agreement are not binding. 21.2 IN ORDER FOR THE QUESTION TO BE ANSWERED ALL UEST ONS MUST BE HAND DELIVERED OR SENT BY E-MAJIL TO TIRE ADDRESS BELOW OR FAXED TO THE TELEPHONE NUMBER BELOW AND MUST BE IDENTIFIED AS LISTED BELOW: 21.2.1 Hand Delivery must be submitted to the Purchasing Department. 21.2.2 Email questions to:FMSPurchasin Res ones afortworthtexas. ov Please include the bid number,name of the bid and(Buyer's Name)in the subject line. Please note,if an e-mail confirming receipt of your e-mail is not received within 1 business day,please contact City of Fort Worth Purchasing at 817-392-2462. 21.2.3 Facsimile:(817)392-9 440,Attention:Sarah Czechowiez and Biel NO 19- 0000025, Revised 7.11.1$cg i PART-IV CITY OF FORT WORTH STANDARD PURCHASING TERMS AND CONDITIONS 1.0 n�TTi[lN OTR RilYi+lR 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 R FiNiTiON OF BELLE-1 E The consultant, Contractor(s), supplier, Contractor(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 PUlil[JE]NFORMATILON 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(d) (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"AO') regarding reasons the Seller believes that its information may not lawfully be released. If Seller does not make argurnents or the AG rejects the arguments Seller makes, SeIer's information will be released without penalty to the City. 4.0 L&OMs.l+ jC„T ALGAYN T PLAWNAL INTEREST IN_C_ONIRACTS 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 resider the contract invalid by the City Manager or the City Council. (Chapter XxV1I,Section 16,City of Fort Worth Charter) 5.0 MUMS 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 pare 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 1QXACK&UEXW0& Seiler 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) Revised 7.11.I8cg i 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. 7.0 IT-MENT UNDER RESERVATION PROHIBITEII 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 TI E I 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 ELLIVERY TERM&AM_THANSLQR ATIO_ 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 Iower, 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. lo,o EL ACE OF DELWERY 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 MaHT OF INSELCTIO 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 dchvcr 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 WARRANTS 1 M The 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 Revised 7.11.18cg { 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. 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 i or contingent fee,or otherwise to recover the full amount thereof. 14.0 pR pUCTWARBANTY 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. 15_0 SAFETYWARRAN 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 29A of these terms and conditions. Failure to make such refund shall constitute breach and cause this contract to terminate immediately. 16.0 NO ARE LICENSE TO SEL 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 WLki UKEY TY AUAIMI INYRINGENTENT!1E INTEUICTUAL PR 17.1 The SELLER warrants that all Deliiverables, 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 f°Deliverable" and collectively as the "Deliverables,") do not infringe upon or violate any patent, copyrights,trademarks, service marls, trade secrets, or any intellectual property rights or other third party proprietary nights,in the performance of services under this Agreement. 17.2 SELLER shall be Iiable and responsible for any and all claims made against•the Revised 7.11.1 Bog i City for infringement of any patent, copyright, trademark, service marl, tirade i 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. 17.3 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 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 themlit 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 novae 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. 18.0 0WigRRfiNl1'O> WORKPROD11rT, I 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 Revised 7.11.18cg 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 NETW RKACCESS 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 CANCC LLATI�l�i 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 carncellation is in addition to and not in lieu of any other remedies,which Buyer may have in law or equity. 21.0 TERII+IINA]UM 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 ASSIUNMENT 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, Seiler 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 Iimited to, Articles of Incorporation and related amendments, Certificate of Merger, IRS Form W-9 to verify tax identification number, etc. Bayer 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. 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 MOBIEL(:&jIQM Revised 7.11.18eg i This contract can be modified or rescinded only by a written agreement signed by bothparties. 25.0 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 proposal documents published by the Buyer and Seller's Response to such proposal ('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 teen 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 proposal documents and the Seller's response. If Buyer and Seller have otherwise negotiated a contract,this Agreement shall not apply. 26.0 AP LA 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 'N3:CONTRACTOR Seller shall operate hereunder as an independent Contractor(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 respondeat superior shall Trot 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 LlattlL11Y AND INL)EMNIFICATION. 28.1 LaAB LITY - 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 KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE i EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF SELLER, ITS OFFICERS, AGENTS,SERVANTS OR EMPLOYEES. 28.2 IN)2EAffIELCATH N - SELLER. HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD IIARMLESS 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 KIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR Revised 7.11.18cg I ' I , 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, SUBCONTRACTOR(S)S, SERVANTS OR EMPLOYEES. 29.0 5EVERABI 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 uneniforceability 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 FUNDINGUDIITATIUDI 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 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 North, Texas 76102.Notices to Seller shall be conclusively determined to have been deliverer]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. 32.0 �ML*T-DISCHTMINATION 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, Contractor(s)or subContractor(s)has been discriminated against according to the terms of such Ordinance by Seiler, its employees, j officers,agents, Contractor(s)or subvendors herein. 33.0 IMMIGRATION NA1112NALITYT 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 (I-9),maintain photocopies of all supporting employment eligibility and identity documentation for all Revised 7.11.J 8cg 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. 34.0 HE LTII.SAFETY AND ENVIRONMENTAL REWJIREMENTS Services, products, materials, and supplies provided by the Seller must meet or exceed all applicable health, safety, and the environmental laws,requiremen% 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 RIG]UT TO AUlyIT 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 1n accordance with the provisions ofthe 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 I_DISIPUTE RLSOLUTION 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 alter 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 Revised 7.11.18cg I I i 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 hales 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. 38.0 DROHMITION ON CONTRACTING WITH COIVMANIES THAT BOYCOTT ISIRAEL 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. Revised August 31,2017. Revised 7.11.18cg I i PART—V ATTACHMENTS ATTACHMENT-A CONFLICT OF INTEREST DISCLOSURE REQUIREMENT Pursuant to Chapter 176 of the Local Government Code,any person or agent of a person who contracts or seeks to contract for the sale or purchase of property,goods,or services with a local governmental entity (i.e.The City of Fort Worth)must disclose in the Questionnaire Form CIQ("Questionnaire")the parson'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 httn://www.ethics.state.tx.us/forms/CIQ_pdf. If you have any questions about compliance,please consult your own legal counsel.Compliance is the individual responsibility of each person or agent of a person who is subject to the filing requirement.An offense under Chapter 176 is a Class C misdemeanor. NOTE: If you are not aware of a Conflict of Interest in any business relationship that you might have with the City, state Vendor name in the # 1, use NIA in each of the areas on the form. However,a signature is required in the#4 box in all cases. Revised 7.11.1 Beg CIO CONFLICT OF ;INTEREST QUESTIONNAIRE FOR For vundrsr doing business 1Mth local governmental entity This quasaionttalm reflects cttangss made Jo the law by MEL 23,84th Lag.,Be far session. OP EDGE )NLY This questionnaire is teeing filed in awordanca with Chapter 176,Locai GovernmentGode, eta i�a�caa by a vets€who has a buslross refaiionstdp is mined by Sectfon 1 M.001(I*with in[goal governmental entity and Thevenclor meets requfremnts under Section 176.006(a), By law this must beft-dvvith'the Temirds adn-finistratorrof the local govarrimer l entity nut lator than the 7th business day after the date the vendor becomes aware of fiacts that FagiAre tine statement to be fllad. Sae Section 176.4106(a.-'l),Local Government Code_ Aw vendor tx7s7imits an offense if the vendor knovvingly violates Section 178.006,Local GovemmentGode.Ain offense fart ier iris s€cdont is a rrlisderneanor. Name O /A a chec:i4 this box ifyovere-Hi"kin update to a.Previously filed questionnaire. (The law rei*ror. tint you file an updated completed quesriorinWrs with the appropriate tiling authority not Wer than the 7th business day aftar ttra date can Mich you beta aware that glee rrrVmaf�MW goestion:wire was Incomplete or irm=urate.) 3 Name crl fecal goyrt'rftrn ertl officer abottt►lrttolin the iryforrrmiticsn in tltts saw-rvrt is Being disciosetd. Name of Officer This scion(itigrn 3 k-mKadng sWTasts A. B,G, & 9) must be oompletw for each officer with wharn the vendor has an employment or ether business relationsiyip as defined by Swgon 17fi.0010-a}_Local Government GQde. Affach ad&twnal pages to this Form GIQ as necessary. A. Is the local government officer r'amed in this section iving or i&eiy to receive taxable irzoDme,other than inneatment income,from the vendor9 Fl Yes F7 wo 13- Is thm v-eridor receiving or llisely ter receive taxable income,otheg ltmn investment imorne,from or atthe direct'tttn ofthakcai governrneni officer narrted in this section AND the taxable irscorne is not recelued from the focal governmental entrty? Yes F--j No G. le the filer of this clu,Wsuonnaive ernployL.l by a corporaflon or other mess entity w1th respect to%vbich the local +ernrment off aer seNss as an officer or dreavr,or golds an ownership 3ntereet of one percent or more? ED Yes LJ A10 13-Uascribe each employment or business and farrii1y witb the local gaverriment officer named in this sectlon- dDt rtg brrsir3esa vAth 3°ae gu-�-rnmenkvE enffty Cate AMpted BM'20t3 Revised 7.11.18cg i i ATTACHMENT-B BIDDER'S CONTACT INFORMATION Bidder's Name- F` ,5* A QSf 1 � Del .L C.-- Bidder's Local Address: Inon EnhrAriso— ' �y Phone- 7 55 91 Fax: — q/g--lgon— Email_: • Name of person assigned specifically for this Agreement; Name/Title P Phone: lq ,55 9` (o h n Fax: fEmail:�� Name of persons for renewal information and/or billing questions: Name/Title V. P �g Phone; / J J r Fax. � f Email: i• 6 � Nameffitle Ja Fa-(-Ip ia Phone: rla» Fax: � �� Email: ' . E-z _ aley � Sign re Printed Name Date Revised 7.11.1$cg I I I ATTACIIMENT-C CONSIDERATION OF LOCATION OI'BIDDEW S PW NCIPAL PLACE OF BUSINESS Section 2-14 of the Fort Worth Code of Ordinances authorizes the City Council, when considering competitive sealed bids,to enter into a contract for certain purchases with a bidder whose principal place of business is in the corporate limits of the City of Fort North and whose bid is within 3 or 5 percent of the lowest bid,depending on the value of the request and goods or services requested,if the lowest bid is from a business outside the munic3ip2lity and contracting with the local bidder would provide the best combination of price and other economic benefits to the municipality. Requests to be considered a local business must be submitted on this form with bid packages to be considered by the City of Fort Worth. Questions should be addressed to the Purchasing staff listed in the bid or request package. The Fort Worhh City Council requires the following information for consideration of location of a bidder's principal place of business. Add additional sheets if needed to provide this information. 1. Locational Eligibility: Principal Place of Business in Fort Worth,Texas_ a. Do you have a Fort Worth office? if yes,identify address: h4 o b. What percentage of estimated gross company sales (worldwide) are sales originating in Fort Worth? "Originating in Fort Worth"shall mean payable at the Fort Worth office_[must exceed SO%] 2. Economic Development opportunities resulting from contract. a. Number ofFort Worth resident-employees? b. Amount of City of Fort Worth ad valorem taxes(real and business personal property)paid by company (for p for tax year--Fort Worth office or former location,if Fort Worth office is newly-established)? Q. Certification of information: The undersigned does hereby affirm that the information supplied is true and correct as of the date hereof, under penalty of perjury. tm.�a, N • e) 'f (Date) 4. @ rip - ) (Printed Name and Title) Revised 7.11.18cg i i ATTACHMENT-D REFERENCE SHEET Please complete and return this form with your bid. The bidder shall furnish references for at least three(3)recent customers to whom products and/or services have been provided that are similar to those required by this solicitation_The City will be the sole judge of references.Please use additional sheets. - 1. Company's Name A r s P 5 D Name of ContactKoh;YI-Son Title of Contact Present Address i ra 0 J orb dn' City,State,Zip Code r I,' Telephone Number ( ) % O Fax.Number( ) Email }"'(� '7 f ,P • i1 fJ 2. Company's Name 04ho Df f 3 (ry kv Mvlva Name of Contact Title of Contact i o-r Present Address " ® . City,State,Zip Code , W o f-f-- h Telephone Number ?1 T981 -` f 11 Fax Number( ) �- EmaiI CO ca±hn t) , 3. Company's Name Name of Contact Title of Contact ra c- Present address iP''8 - l City,state,Zip Code A U - Telephone Number ( ) 1i _ Fax Number( ) Email 15 A4Q.I-L- ` r-S tin 66tr; e 4. Company's Name Name of Contact Title of Contact ' ` Present address F City,State,Zip Code Telephone Number ( �� ` Fax Number( ) Email Revised 7.11.18eg ATTACHMENT-E HOW TO REGISTER WITH THE CITY OF FORT WORTH There are two ways that any business can bid on an event with the City of Fort Worth: 1. Access hW://fQ—rtworthtexas.gnu/Qurchasinpl and view listed Bids&Requests without registering 2. Registering to become a Bidder To register as a Bidder Please follow the below steeps: Step 1—Access httn://fortworthtexas.trov/purchasing/ Step 2—On the right side under PeopleSoft Supplier Portal—Select Log In Step 3—Select."Register as a Bidder" Step 4—Under Select Activity Below—select Business Step 5—Under Unique ID&Company Profile-Enter the following: TIN Number • Entity Name o Any Additional Names(DBA's) o Wcbsite URL Step 6—Under Profile Questions—Complete the following questions by using the calendar and magnifying glass accordingly for each question. Step 7—Under Standard Industry Codes—Select the following: • SIC Code Type—Use dropdown and select UNSPSC • Category Code—Select magnifying glass + Lookup Category Code —Under SIC Code Type—Description change`Begins With"to "Contains" * Tel. The search is recommended to use the"contains feed':in order to search all category codes_associated with your business._ Step S—Under Primary Address—Complete the following: a) Country b) Address Lines c) City d) County e) Postal f) State g) EmaiI ID(Email Address) Step 9--Under Otb er Addresses--Check the correspondent that correspond to your business Step 10—Under Company Contacts—Select the Add Contact,Determiner if Primary Contact—Enter the following: a) First Name b) Last Name o) Title—Current Job Title d) Entail ID—Emall Address e) Telephone t) Fax g) Contact Type Step 11 -Under User Profile Information—Enter the following a) Requested User ID—Create a Username b) Enter Description—Current Job Title c) Language Code d) Time Zone e) Currency Code Step 12—Review email address-Under Terms and Conditions—Select the Terms and Agreement Hyperlink- Select the box to accept the Terms- Step 13—Click,Submit Revised 7.11.1 Scg i I i ATTACHMENT—)F NO DID SHEET (Please complete this form,only if,your firm has chosen not to submit a bid) Sarah Czeehowiez,Buyer Purchasing Division Fax No.817-392-8440 E-mail address: FMSPurchasingResponses@fortworthtexas If your firm has chosen not to submit a bid for this procurement,please complete this form and submit to: City of Fort Worth,Purchasing Division 200 Texas Street Fort Worth,Texas 76102 {or fax to above address) Please check the items that apply: EJ Do not sell the items)required. Cannot be competitive. 0 Cannot meet the Specifications highlighted in the.attached Bid. Cannot provide Insurance required. Q Cannot provide Bonding required. Q Cannot comply with Indemnification requirements. 0 Job too large. ED Job too small. EJ Do not wish to do business with the City. 0 Other reason. 17; rs-� 42s4vm Comp Name. Autho ' d Officer or Agent Sig ature: Telephone:( } 5 — two I&AX Number:(� ) Revised 7.11.18eg ATTACHMENT--G DETAILED SCOPE OF SERVICES/SPECIFICATIONS FOR WATER DAMAGE MITIGATION SERVICES 1. SCa�� I.I. The City of Fort Worth Water Department,hereinafter referred to as City,seeks bids from qualified vendors,hereinafter referred to as Contractors,to furnish all services,supervision,labor, supplies,tools,and equipment necessary to immediately provide Water Damage Mitigation Services to residential properties and buildings designated by City to receive such services,after water or sewage from City main breaks,sewer overflows,sewer backups,etc.,enters them. 1.2. On average,the City experiences 3-5 Water Damage Mitigation events per year,involving 1-5 properties per event. Rarely,an event Haight involve as many as l 0-15 properties. As stated in Section 6 below,all quatkities Iisted in these specifications are only estimates,and they are not intended to guarantee future business. 1.3. This is a multi-year,non-exclusive contract for rapid,on-site water damage mitigation,including assessment,item moving, extraction,drying and dehumidification,cleaning and sanitizing,and restoration of drywall and molding affected by water and/or mitigation activities. The terms and conditions contained herein shall apply to this"Water Damage Mitigation Services"contract, hereinafter referred to as the Agreement. 1.4. Vendors may add service line items of the same general category,along with their unit costs,to the discount bid and price sheet provided with the bid. These additional services may be utilized at the City's discretion. 2. EVTENT 2.1. The intent of these specifications is to describe the scope,as well as the minimum Contractor capacity and qualifications necessary to establish an Agreement between City and Contractors for'Water Damage Mitigation services. 3. WATER DAMAGE MITIGATION SERVICES 3.1. Water Damage Mitigation Services shall include,but not be limited to: 3.2. Inspection and water damage assessment 3.3. Identifying water type. 3.4. Surveying the extent of water damage and inspect premises,including safety inspection. 3.5. Using moisture detectors,hygrometers,and other meters to measure the extent of moisture saturation.This shall include infrared cameras to find bidden water,behind walls and ceilings_ 3.6. Within an hour of arriving at an event site,Contractor shall photograph conditions prior to beginning work,prepare a detailed,room-by-room estimate of the work to be performed,and telephone the Warehouse Supervisor for verbal authorization of the work. 3.7. The work estimate and accompanying photographs shall be emailed to the Warehouse Supervisor within 24 hours of a request far service. See Section 4 below,for more information Revised 7.11.18cg about communication and work authorization. 3.8. ITEM MOVING 3.8.1.Contractor shall move furniture, nuisance property contents, as well as block items to prevent further water damage,rust or furniture stains on wet carpet or flooring. 3.8.2.Definition: Move-out / Pack-out — if a home requires extensive restoration or cleaning, conduct move-out to protect belongings from further damage,if necessary. 3.9. WATER EXTRAC TION 3.9.1.Defrnition: Emergency Water Removal T-remove excess water, using submersible pumps, industrial wet/dry vacuums and pumps, and truck-mounted and portable extraction equipment as necessary. 3.9.2.Contract shall thoroughly inspect flooring,carpet pad, and carpet. 3.9.3.Upon completion of an inspection,Contractor shall remove wooden flooring and pad and/or carpet if necessary. 3.14.DR'YING AND DEHUMIDIFICATION 3.10.1. Contractor shall use room measurements,including temperature and relative humidity,to determine the optimal number of air movers and dehumidifiers necessary to dry a residence. 3.10-2_ Contractor shall monitor moisture levels in floors and walls. 3.10.3_ Contractor shall drill holes and remove drywall, cabinet walls, etc., as necessary to facilitate drying and dehumidification. 3.10.4. Contractor shall use industrial grade dehumidifiers and high speed air movers. 3.I1.CLEANING AND SANITIZING 3.11.1. Sanitizing Treatments — Contractor shall use Environmental Protection Agency (EPA) registered biocide antimicrobial, antibacterial, sanitizing and disinfecting treatments to control bacterial,viruses,and mold. 3.11.2. Cleaning and Disposal — clean, remove, and dispose of cleaning/drying/construction debris and dirt,damaged materials,and refuse. 3.12_RESTORATION 3.12.1. Drywall removal,installation,and painting—restore drywall and baseboards,damaged by water and/or drying operations,to prior condition. 3.12.2. Replacement of carpet or other flooring damaged by water and/or removed for drying operations, will be addressed in claims filed with City Risk Management, by affected customers. 3.12.3. Contractor shall photograph condition of property after Water Damage Mitigation work is completed, and prepare a detailed, room-by-room report of the work performed, to be included with the invoice. Revised 7.1 I.18eg 4. COMMUNICATION WITH CITY AND AUTHORIZATION OF WORK 4.1. Contractor shall designate a Project Manager (PM) and an alternate Project Manager for this Agreement, and provide direct 24-hour phone numbers for them. City will :not utilize 800 or main numbers to place service orders. 4.2. In consultation with the Assistant Director, City Warehouse Supervisor or Assistant Warehouse Supervisor will telephone the Contractor PM, to place orders and authorize work for an event requiring Water Damage Mitigation Services. 4.3. During each event response, Contractor will contact and communicate with the Warehouse Supervisor, to obtain authorization .for all work, including any additional work not previously authorized. 5. RESPONSE RE UIREMENTS 5.1. Contractor shall be capable of providing Water Damage Mitigation Services at any time, on every day,including all holidays recognized by the City. 52. Contractor shall respond to City emergency requests by returning phone calls within one (1) hour,and by arriving at an event site within two(2)hours. 5.3. Contractor shall be local and located within in Tarrant County,Texas. 5.4. Contractor shall be capable of conducting Water Damage Mitigation services at a minimum of five(5)properties for City simultaneously. 6. BIDDING QUALIFICATIONS 6.1. Contractor shall provide proof his/her company has provided excellent services and his/her company has been in business performing described services in Tarrant County for the past five (5)consecutive years. 6.2. Contractor shall provide a minimum of four(4)references establishing proof of experience. 6.3. The Contractor is responsible for familiarizing themselves with the character, quality and quantity of work to be performed,materials required and equipment required. 6.4. The Contractors shall meet and provide proof of the following qualifications in his/her bid response: 6.5. Contractor has available facilities and adequate equipment to render the services requested. 6.6. Contractor has available qualified and trained personnel to perform the services requested, and are adequately staffed and have the type and quantity of equipment necessary to respond to emergency requests 2417. 6.7. Contractors shaII be able to provide proof of all applicable licenses and certifications for services described herein. 6.8. Contractor shall not be listed on a local, state or federal consolidated List of Debarred, Snspended and Ineligible Contractors and Grantees. I Revised 7.I 1.1&cg I 7. ESTIMAT]3D QUANTITIES 7.1, All quantities listed in these specifications are only estimates and are not intended to guarantee future business. 7.2. The City is only obligated to pay for services actually ordered by an authorized City employee and then received as required by the City Revised 7.11.18cg ATTACHMENT H Vendor Qualification Questionnaire 1. Date your company was established? rr3 2. What sqrvices ar provided by o r company pertaining to th's bid? €� 3. How,Many years leas your organization been in business under its present name? -10 a. Lisf any former names your organization has operated under and the tirneframe(s). /A 4. Please provide any applicable contractor(s)licenses which are currently active and in good standing with the state of Texas. a. Name of License b. License Classification c. License Code(s) d. License number e. Date Issued f Expiration Date g. Name of License h. License Classification 1. License Codes) j. License number k. Date Issued 1. Expiration Date 5. Please provide a Iist of most commonly used equipment/materials for Water Damage Mitigation services: P a E L ! b. t` 'dt r ie,f�-5 e. �1C'iX5 L*t I k g• a 1 tOCK MQVet f',j-fQf` 6. Hayelyou ever defaulted on a contract?If so,why were you unable to fulfill the obligation? i SAMPLE CONTRACTOR SERVICES AGREEMENT (WATER DAMAGE MITIGATION SERVICES) ITS No.19-0000025 This CONTRACTOR SERVICES AGREEMENT ("Agreement")is made and entered into by and between the CITY OF FORT WORTH ("City"), a Texas home rule municipal corporation, acting by and through its duly authorized Assistant City Manager, and ("Contractor"), an entity authorized to perform work in Texas,acting by and through its duly authorized .This Agreement shall be effective as of the Effective Bate established herein. AGREEME111T DOCUMENTS: The additional documents comprising this Contractor Service ement shall include the following: 1, Attachment A—Standard Terms and Conditions,Parts I H; 2. Attachment B -The City's Invitation to Bid("ITB" lading Part hments E and F thereto, 3. Attachment C Contractor's Response to IT ificaily art I-A Bid S ationForm; 4. Attachment D-Verification of Signature A ty Fo Attachments A-E,are incorporated h " and made a this Agreement for all purposes_In the event of any conflict between the terms ons of ems A - C and the terms and conditions set forth in the body of this Agre t, and ditions of this Agreement shall control_ 1. E OF SER—VJE Contractor hereby es to p e Water age Mitigation Services for the City of Fort Worth 'Water Department r tlk which more specifically describe the services to be provided hereunder. 2. TER1 T greement is a ve as the date subscribed below by the City's designated Assistant City Manag ffective Date d shall expire on the immediately following September 30d'("Initial Term").Upon piration o Initial Term,the Agreement shall renew automatically under the same terms and con diti or up ur (4) one-year renewal periods (October I to September 30) and for a fifth renewal perio l expire on the month and day of the Effective Date creating a five year total duration. City ma t or Contractor may request a non-renewal by providing the other party with notice of same at least 60 days before the expiration of the Initial Term or any renewal period. 3, f'[)MPENSATIQN City shall pay Contractor in accordance with the provisions of this Agreement and Attachment B. Total payment made under this Agreement per term shall be the amount of ("Contract Amount"). Contractor shall not perform any additional services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City shall not be liable for any additional expenses of Contractor not specified by this Agreement unless City first approves such expenses inwriting. I I 4. TERMINATION/CANCELLATION Termination: The City reserves the right to terminate this agreement, or any part hereof, with or without cause, for its sole convenience. The City shall deliver to Contractor 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. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. The Contractor shall be paid a percentage of the agreement price reflecting the percentage of th work performed prior to the notice of termination, plus reasonable charges the Contractor can de to to the reasonable satisfaction of the City, incurred as a result of the termination. In no eve 1 the total of all amounts paid to the Contractor under this section exceed the price stated in the ent. The Contractor shall not be reimbursed for any profit which may have been anticipated, i e not been earned up to the date oftermination. Cancellation.: City shall have the sole right to cancel ontract prior to mmencement of work should there be a change in the need for the produc ervices as determine c Department Head or his/her Assistant City Manager. Non A ro riation of Funds: In the event no icient funds are appropriated and budgeted in any fiscal period for payments due under this o t, then City will immediately notify Contractor of such occurrence and this contr be tertnina the last day of the fiscal period for which funds have been appropriated without nse to f any kind whatsoever,except to the portions of annual payments herein afire an d all have been appropriated and budgeted or are otherwise available. 5. DISC C VAL Disclosure of C Con r hereby ants to City that Contractor has made full disclosure in writing of an Ling of interest related to Contractor's services under this Agreement.In the event nflicts o rest arise after the Effective Date ofthis Agreement, Contractor hereb to make full disclosure to City inwriting. Co tial Inform Co r,for itself and its officers, agents and employees,agrees that it shall tr I information Wded t it by City {"City Information") as confidential and shall not disclose any information ird party without the prior written approval of City. Unauthori cce ntractor shall store and maintain City Information in a secure manner and shall not allow u ed users to access,modify, delete or otherwise corrupt City Information in any way. Contractor sh otify City immediately if the security or integrity of any City Information has been compromised or is believed to have been compromised, in which event, Contractor shall, in good faith,use all commercially reasonable efforts to cooperate with City in identifying what information has been accessed by unauthorized means and shall fully cooperate with City to protect such City Information from further unauthorized disclosure. 6. INDEPENDENT CONTRACTOR It is expressly understood and agreed that Contractor shall operate as an independent Contractor as to all rights and privileges and work performed under this Agreement, and not as an agent, representative or employee of City. Subject to and in accordance with the conditions and provisions of this Agreement, Contractor shall have the exclusive right to control the details of its operations and activities and shall be solely responsible for the acts and omissions of its officers, agents, servants, employees, consultants and subcontractors. Contractor acknowledges that the doctrine of respondeat superior shall not apply as between City, its officers, agents, servants and employees, and Contractor, its officers, agents, employees, servants, Contractors and subcontractors. Contractor further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Contractor. It is further -understood that City shall in no way be considered a co-employer or a joint employer of Contractor or any officers, agents, servants, employees or subcontractor of Contractor. Neither Contractor, nor any officers, agents, servants, employees or subcontractor of Contractor shall be entitled to any employment benefits from City.Contractor shall be responsible and liable for any and all payment and reporting of taxes on behalf of itself and any of its officers, age servants,employees or subcontractor. 7. LIAEILITY AND INDENWFICATION LIABILITY_ CONTRACTOR SHALL BE LIABLE RESPO FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/ ERSONAL Ili► INCLUDING DEAT 11, TO ANY AND ALL PERSONS, OF ANY X- C CTER, WII ER REAL OR ASSERTED, TO THE EXTENT CAUSED BY T EGLIG ACT(S) OR OMISSIONS), MALFEASANCE OR INTENTIONAL MISC03D F CTOR, ITS OFFICERS, AGENTS,SERYANTSS'OR EMPLOYEES [JVDLffffLELU TION - CO NT REBY NANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND D TS CERS,AGENTS, SERVANTS AND EMPLOYEES, FROM AND AGAI11i Y TMS OR LAWSUITS OF ANY K ND OR CHARACTER, WHET .REAL O TED, R EITHER PROPERTY DAMAGE OR LOSS (INCLUDING ALz MAG OSS TO CONTRACTOR IS BUSINESS AND ANY RESULTING LOST I?"S) 10Id ONAL INJURY, INCLUDING DEATH, TO ANYAND ALL PERSON SING OF CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CA BY T ACTS OR OMISSIONS OR MALFEASANCE OF CONTRACTOR,ITS PANTS OR EMPLOYEES 8. ASS IG C for shall not n any its duties, obligations or rights under this Agreement without the prior rug consent of Ci If City grants consent to an assignment, the assignee shall execute a written agree ith City ontractor under which the assignee agrees to be bound by the duties and obligations a tracto er this Agreement.Contractor and assignee shall be jointly liable for all obligations of Contn this Agreement prior to the effective date of the assignment. 9. IIJR E A NDING Contractor shall provide City with certificate(s) of insurance documenting policies of the types and znWmum coverage limits and performance and/or payment bonds (if required) each to be in effect prior to commencement of any work pursuant to this Agreement as provided for in Attachments D and D- 1,attached hereto and incorporated herein. I 10. COMPLIANCE WITH L,A'VUS.QRMNANC1 S.RULES AND REGULAT_IO�iS Contractor agrees that in the performance of its obligations hereunder, it shall comply with all applicable federal,state and local laws,ordinances,rules and regulations and that any work it produces in connection with this Agreement will also comply with all applicable federal, state and local laws, ordinances, rules and regulations as set forth in Attachment A, Part 11, Section 14. If City notifies Contractor of any violation of such Iaws, ordinances, rules or regulations, Contractor shall immediately desist from and correct the violation. 11. &Q,j LDISCRIDIINATION COVENANT Contractor, for itself, its personal representatives, assigns, subo ors and successors in interest, as part of the consideration herein, agrees that in the perfo of Contractor's duties and obligations hereunder,it shall not discriminate in the treatment or am any individual or group of individuals on any basis prohibited by law, including Chapter 1 'ele ivision 3 of the Fort Worth Code. IF ANY CLAIM ARISES FROM AN ALLJ&D VIOLA OF THIS NON- DISCRIMINATION COVENANT BY CONTRACTOR, ERSONAL SENTATIVES, ASSIGNS, SUBCONTRACTORS OR SUCCESSORS TERE T, CONT R AGREES TO ASSUME SUCH LIABILITY AND TO I NDE A FEND CITY AND HOLD CITY HARMLESS FROM SUCH CLAIM. 12. NOTICES Notices required pursuant to the 1provis o emen 1 be conclusively determined to have been delivered when (1) hand-delivered the s agents, employees, servants or representatives, (2)delivered by eleatmnic mean onic firmation of the transmission,or (3) received by the other party by as gistered, return receipt requested, addressed as follows: To CITY: CONTRACTOR: City of Fort Worth Contractor business name Attn:Project M N dTifle 200 Texas S Fort Wo 76102-6314 Email• Phone: Phone: Facsimile: Facsimile:(817) 654 Email: With copy to Fort ttorney's Office at same address 13. SOLICITATIONS thjELQYFZ. I Neither City nor Contractor shall,during the term of this Agreement and additionally for a period I of one year after its termination, solicit for employment or employ,whether as employee or independent Contractor, any person who is or has been employed by the other during the term of this Agreement, without the prior written consent of the person's employer.Notwithstanding the foregoing,this provision shall not apply to an employee of either party who independently responds to a general solicitation of advertisement of employment by either party. 14. GOVERNMENTAL POWERS It is understood and$greed that by execution of this Agreement,City does not waive or surrender any of its governmental powers or immunities. 15. MQ WAIVE, The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any fixture occasion. 16, GdVERNING LAW I VENUE This Agreement shall be construed in accordance with the a State of Texas. if any action,whether real or asserted,at law or in equity,is brought pursu o this ment,venue for such action shall lie in state courts located in Tarrant County,Texas United S trict Court for the Northern District of Texas,Fort Worth Division. 17. SEVERABILITY If any provision of this Agreement is he to be 1 egal or unenforceable, the validity, legality and enforceability of the remaining pro ' ions shall not way be affected or impaired. 1S. MRIZE MAJEURE City and Contractor shall exercise th fforts meet their respective duties and obligations as set forth in this , but s of be held liable for any delay or omission in performance due to force ma or o causes and their reasonable control, including, but not limited to,acts of the publi my,fire es,loc ,natural disasters,wars,riots,material or labor restrictions by any gove auth or similarcauses. 19. AlY1ENDM I lYt No ment, tion, of this Agreement shall be binding upon a party hereto unless set xn a written in ent,�Vension h is executed by an authorized representative of each party. 20. E This Agre ding its attachments and exhibits, contains the entire understanding and agreement between d Contractor, their respective assigns and successors-in-interest, as to the matters contained herein.Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. 21.. WARRANTY Contractor warrants that its services will be of a professional quality and conform to generally prevailing industry standards. Contractor warrants that it will perform all services under this contract in a safe, efficient and lawful manner using industry accepted practices, and in full compliance with all applicable state and federal laws governing its activities and is under no restraint or order which would prohibit performance of services under this contract. Additional specific warranty provision are found in Attachment A„pant I, Sections 9-13_ City shall give written notice of a breach of any warranty within thirty (30) days from the date that the cause for same is discovered. 22. ARrtMBITION ON C ONTltAC'TtNG WITH COMPANIES TA AT RGYC:`C►TTISRAEL Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2270 of the Texas Government Code, if Contractor has 10 or more fall time-employees and the contract value is $100,000 or more, 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 s "boycott Israel" and "company"shall have the meanings ascribed to those terms in Section 808. f the Texas Government Code. By signing this contract, Contractor certifies that Contra cto ignatare. provides written verification to the City that if Chapter 2270,Texas Government es,Contractor: (1) does not boycott Israel;and(2)will not boycott Israel during the ter eco t. 23. LICENaES AND PERMITS Contractor certifies that on the day work is t ence this contract, and during the duration of the contract, it shall have and maintain cunrezx ropriate federal and state licenses and permits necessary for the provision of services under . Contractor also certifies that if it uses any subcontractor in the performance o s agree men such subcontractor shall have and maintain current valid and appropriate feder licenses ermits necessary for the provision of services under this contract. 24. HEADINGS C N Headings and titles as this ement or reference purposes only,shall not be deemed a part of this Agreement, e not i ded to or limit the scope of any provision of this Agreement. 25. The s aclrno a tl, party and its counsel have had an opportunity to review and revisc this ement and tha norm les of construction to the effect that any ambiguities are to be resolved a the dratling p shall not be employed in the interpretation of this Agreement or its attachments_ 26. This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute one and the same instrument. 27, E A TA Rff The person signing this Agreement hereby warrants that he/she has the legal authority to execute this Agreement on behalf of the respective party, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. This Agreement and any amendment hereto,may be executed by any authorized representative of Contractor whose name,title and goods and/or services shall not be suspended by the Contractor without a 30 day prior written notice to the City. 28. OUANTITiES The quantities listed on the Part l-A Bid Solicitation Form are estimates and do not indicate intent to purchase a certain amount or any amount.The City of Fort Worth is obligated to pay for only those materials and services actually ordered by an authorized City employee and then received as required and accepted by theCity. 29. IN RA E AND BONDING -OMIT A valid certificate of insurance shall be provided with the signed ent. Failure to provide such information witbin five (5) calendar days thereof may be ds for termination of the Agreement. Policies shall have no exclusions by endorsements whit n the Iines of coverage, nor decrease the limits of said coverage unless such ements are a ed by the City. In the event a contract has been bid or executed the exclusions ar ined to be ! unacceptable or the City desires additional cc co ge, and the ity desires the Contractor to obtain such coverage, the co ce be adjusted by the cost of the premium for such additional coverage plus 10%. 30. -CDMPLAINTS Complaints processed through the Ci c sion o be corrected within fourteen (14) days of formal notice of complaint. en he Purchasing Division is required. Failme to properly resolve c mplaints fo (14) calendar day time period may result in the cancellation icable em(s)in the price agreement_ 31. SURCONTRA Subcontracting of t u t will be allowed provided Contractor notifies the Project Manager at lea rs in advance.If Contractor intends to engage a subcontractor(s) to perform iiga erein, subcontractor(s) shall agree to be bound by the duties and obliga' Cc un Contract as such duties and obligations may apply. Contractor shal n request, 'de th a fully executed copy of any agreement -making such su act. 32. D L, .3 1 Del be F.O.B. Destination and all other delivery charges shall be included in the unit price. person placing the order will provide delivery and billing information_ No additional charges for expenses, freight, mileage,time, or similar items will be accepted or paid by the City. 32.2 There may be instances when the Contractor may be asked to accelerate delivery of an ! order or services due to extenuating or emergency circumstances. When this occurs, the Contractor will be expected to provide this service at no additional cost. i 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. City's count or weight shall be final and conclusive on shipments not accompanied by packing lists. 33.0 SHIPMENT IWD-ER RFSFEVATIONPRUHiBITED Contractor is not authorized to ship the goods under reservation,and no tender of a bill of lading will operate as a tender ofgoods. 34.0 TITLE AND MSK OF LOM If applicable to the scope of work,the title and risk of loss of the shall not pass to City until City actually receives and takes possession of the goods at int or points of delivery after inspection and acceptance of the goods. 35.0 If applicable to the scope of work, the place of deliv all be set fo the "Ship to,, block of the purchase order,purchase change order, ease order. 36.0 RIGHT E TI If applicable to the scope of work, City shall have inspect the goods upon delivery before accepting them_ Contractor shall be respo for all charges for the return to Contractor of any goods rejeeted as b ' conforming the specifications. 37.0 SOFTIYARE LICENSE If this purchase is for the license p and/or services, and unless otherwise agreed, Contr by City, a perpetual, irrevocable, non-exclusive, nontransferable, roya ee li a to us a software. This software is "proprietary" to Contractor, and is " sod and ided to City for its sole use far purposes under this Agreement and shed voices. The City may not use or share this software wit1lout pa a r;however City may make copies of the software expressly fo pp 38.0 AII' K If icable to the se of work, Contractor agrees that City shall be the sole and exclusive owD all reports, papers, procedures, guides, and documentation, created, published, display, d/or pro -d in conjunction with the services provided under this Agreement (collectiv `Wor oduct"). Further, City shall be the sole and exclusive owner of all copyright,p ek,trade secret and other proprietary rights in and to the Work Product. Ownership of t ork Product shall inure to the benefit of City from the date of conception, creation or fixation of the Work Product in a tangible medium of expression(whichever occurs first).Each copyrightable aspect of the Work Product shall be considered a "work made-for-bire" within the meaning of the Copyright Act of 1976, as amended. If and to the extent such Work Product, or any part thereof; is not considered a"work-made-for-hire" within the meaning of the Copyright Act of 1976, as amended, Contractor hereby expressly assigns to City all exclusive right, title and interest in and to the Work Product, and all copies thereof, and in and to the copyright, patent, trademark, trade secret, and all other proprietary rights therein, that City may have or obtain, without further consideration,free from any claim, lien for balance due,or rights of retention thereto on the part of City. Contractor for itself and on behalf of its contractors hereby waives any property interest in such Work Product. ATTACHMENT C CONTRA.CTOR'S RESPONSE TO CALL FOR SIDS/PROPOSAL S (Inserted behind this page) I i i i Al TACHMENT D j VERIFICATION OF SIGNATURE AUTHORITY I Contractor: Address: City,state,zip: Execution of this Signature Verification Form ("Form")hereby certifies that the following individuals and/oi positions have the authority to legally bind Contractor and to execute ree:ment, amendment or change order on behalf of Contractor. Such binding authority has b an#ed by proper order, resolution,ordinance or other authorization of Contractor.City is fully #o rely on the warranty and representation set forth in this Form in entering into any agreem dment with Contractor_ Contractor will submit an updated Form within ten (10) business if a any changes to the signatory authority. City is entitled to rely on any current exec orrm until i ves a revised Form that has been properly executed by Contractor. 1. Name: Position: Signature 2. Name: Position: Signature I 3. Name: Pos' ' Signature Name. Signature of 1' t/CEO Other Title: Date: I . FIRST RESTORA71 ION, INC. 18.1.1 First Restoration, Inc. is a family owned company with over 36 years of experience in the fire and water restoration industry. We provide 24 hour emergency service along with restoration and reconstruction services for residential and commercial structures damaged by fire,water and storms. First Restoration, Inc. has been in business for 20 years. 18.1.2 First Restoration, Inc. has their IICRC(Institute of Inspection Cleaning and Restoration)certifications. The company is certified along with the owner and employees. I REFERENCE LAST 1. Colliers international—Contact: Join Barrett, Portfolio Manager 717 N. Harwood, Suite 300 Dallas,TX 75021 (214)217-1212 John.barrett@colliers.com 2, Abbott Laboratories—Contact: George Stamoyannos, Facility Manager 1915 Hurd Street Irving, TX 75038 (224)667-9726 George.stamovannos@abbott.com 3. Make-A-Wish—Contact: Ashley Hankins,Office Manger 16803 Dallas Parkway,Suite 100 Addison,TX 75001 (214)496-5055 ahankins@ntx.wish.or 4. Life Protection Sprinklers—Contact: David Bacon P.O. Box 164309 Fort Worth,TX 76161 (817) 616-0297 d.bacon@Ipsfirg& m " 1. ;a 415 �.• A, wY. ti ��I^a"I WiY � -1. d�,sR �� }{.} 15 f'tf !l Cleaning Yl q. q9- Institute tG Vl Inspection Cleaning a>'�;:',�•` r3'4 j < a l and Restoration Certification ,. lip W r Certified ,3 2019 Al be it known that: FIRST RESTORATION INC �n is registered with the IICRC and has pledged to maintain.an awareness of and knowledge about the IICRC's published standards relevant to fhe Certified Firm's operations; will seek and promote educational training for technicians to enhance proficiency; provide service that results in elevated levels of customer satisfaction; be t prompt; conduct business with honesty, integrity dnd.fairness; build consurner :;. confidence in the industry; and, promote good relations with affiliate industries. tW n. i 74�12 Richard Greene Company a President/CEO Valid Through ": YS.";ill?'d"���lwlNS,rNRAi:Y;' � zA,Hfish'# 'd49At4Uf'eii�HAx; 7uC-'ill!I��J! "s ;?.' '4d� 'S($AdWEY'Y1�1N7E9l.Piki ?off.97fl' t'i£ �nNmdek��".kexuix:j,-..,Wu;��:,et4..,•,�. .. . ... .-.�.,.:-a�x:.,e •.; •r,•a rn-. + Ilk 11CRC institute of inspection Cleaning V :ty r'r .3:"e`�4i "f"sTtiiv r.� '' <1. and Restorction Certiticat'in he it known that.- JAMES FARLEY Is a registrant in good standing with TICRC, and has qualified by service:Ind examin-wivil for Certifiicatiup in the following areas: WATER DAMAGE RESTORATION ODOR CONTROL FIRE & smokE'RESTORATION CARPET CLEANING and has pledged to perfbrm'seur ices.in-these areas with skill, honesty, and integrity in order to provide the consurner with the h ighest degree of}�rcfessionalisnl possible. 37426 9/2t319 RLtsISTEIiNUMBER & PIRArIOND irr: l.'T. � . ..w;�-i7*•k4k�5'{y;n'LrLd;L:"'ti'- -x€_rsq:-;�: :-4"SF:r„' �„�.. .:'. .,'-.� .. 1' �' - � � .. .� ,, �'i [d"'t. i'r?�i��••'.Z,�'s'Y�e;$�F13�3�:$F3'<+Y�sE:-Xkt'c'•l'i"-'R,'.�Yv�u rty�,.iT�'+r,�c++7;'S'•+'�'�_-4:'::-..•..s:'.;-.-� ., � r.- -.. - .I . .� __ _._,-^-��'.G�'. .,. ':'!"' �.-...-.......,.r_,. �.-- ....�'y�.:F+`}'":'�i!5:-,.�,.v�'r.`r;.3s; ,`_:.�.,.w!'n-_-`,"- ;I• ._..-.- - .. i I ' % '11C -RC Institute of iiisiaertion CIeFr7iim and Restoratioi� CertiticalJon eat+ be it known that: LEONARD FARLEY Is a registrant rn good standing with T1CRC, and has qualified by service and emimimilion far Certification in the following areas: FIRE & SMOKE RESTORATION , ,TER DAMAGE RESTORATION ODOR CONTROL ,APPLIED STRUCTURAL DRYING rind has fledged to perforni,services in these areas with skill, lionesiv- and integrity in order to provide the consumer with the highest degree orprofessionalisrn possible. 48914 8/2019 REGI S7,R NUMBER EXPIRA9ION PA TE i J. - ..._ i .':Fi _ _ r...':�,i,. .x -� .:.4j�i'i.}.1 •sL�S:n'. i5:,:a^.1y�1'.Fr F.'�.M1���41j:drya'i -9�.+!4.: �.e}•b�%.+C^�. _ i N .. _ ..�. -::i`.'.. ... .. :�xls.'�:E".�::S.t::3°",:'�`:,'�'::�':,'`w. !"'�.'ae;;!'TS=��L:�'z-'��'�'`°r.�.' '..u":"^d`�'C:h '!'��'r�3.air,�"•'T':-o'�^'w'°met?r:�:'�:'- .....-..,.,:':'9r`:.. ..: ...- .. - .. ,. r -"" Via•, F��A`•3'�' `}' 'N:� '=�{ =tie ' I .-ICR t����ppS.f SIC A.• -?� -ri,`' �'-'Y�� ��ilYV' . �����;��1�,-t fS��r l L•fi.i.A,6.. ,•'3 %� InstitLlte of Inspection Cleaning and Restoration Certification be it known that: Is a registrant in good standing with IICR(�,and has qualified by service mid examimilion for Certification in the follo«iiig areas: WATER DAMAGE RESTORATION and has pledged to peeform services in these areas with skill, horiesty, and integrity in order to provide the consurner with the highest degree of professionalism possible. 172169 912019 REGHTER Nd AIV ER EXPIRAT ION D i 77-, ,�.Y.:�'.y..�G.•��. ;•P., .' ':-k5,^ ,`nr,..mn,tti"�:`.-�,r.. ,i;5u-"�.�, � �.'i i'.,x�� �a��,f... �f•�iP:�.4.;zs..: _.n�•r..� ...-... .,, ..- � �. ... ,.. s ... I II a cn ;..... hi CD 041 O 00 ; —a :t Sze �. z @ CD ro ro o' y a a ell v, CPI ' min. T, ti v '` A a 3ibwmi 0Q n @ s @ _ , ,. ,.:fir'• ,®,s, C x , Y o a CD `�s - 3 � �, Y503 s CL rD Q owe CD CD C � FL 2 c-� €D CD r M. ry rn f* Q (n m CD in —tea, Q 3 � n i 'ON JA9V watt :Zl MZ 'OZ 'jdd t C ' CD CL E• 73 m jr ac n 9 c c: CD 0 I n (p c' (D _ C 3 f N � co arl CO a CC y s CD— CD rL 01 CD �Jt Ins o CDCD N p-{ 5 i (d Cr E CD CD 0 3 0 CDeD 1 C A i 9 1m n x FR n t'Y Co Z3 C' C) Cr CD Ch tj tic c 8 _ j x n i CQ sa m . .� o C? CC a` T 7 Y � a rl O • F W� I i nirtr klrrgg F�i� v J TEXAS DEPARTMENT OF LICENSING AND REGULATION P.O. Box 12067 Austin, Texas 7871.1-2057 1-800-803-9202 (512)463-6699 www.tdir-texas.gov If you cut around the border of the license it will fit in a standard 5"x 7"frame. FIRST RESTORATION INC PO BOX 173307 ARL.INGTON TX 76003-3307 I Mike Arismewfez , �j � � CeratdT- C [la'y,N.D., Chair , � ` z IfeCen Calfier r. Rick T queroa fimvas F. > utler `" Gamy F. Wesson,D.D_S.,N.S. Vice Clair .,' „+•. Deborah A. yur-co :Mold Aemediation Company FIRST RESTORATION INC License Number: RC01000 I The entity named above is licensed by the Texas Department of licensing and Regulation_ License Expires: April 23,2021 --------- Brian E. Francis . Executive Director I 4 TEXAS DEPARTMENT OF LICENSING AND REGULATION P.Q. Box 12057 Austin,Texas-78711-2067 1-800-803-9202 (512) 463-6699 www.tdir.texas.gov If you cut around the border of the license it will fit in a standard 5"x 7"frame. NOTE. Issuance o the Wallet card is in a separate mailing. JAMES HC?WARD FARLEY 2510 KIRT'L.EY ANN DRIVE ARLINGT'ON TX 76001 Ij Nike.Arisnwndez � geral"CfR. Caitas, 41.D_,Y.A-S--AL Chair 3feCen Caffier Rick Figueroa Thomas F. Butter Gary-T. 'Wesson,.D_D.S.,_74-s. 'Vice Chair Deborah A. yurco -Mot-dieme&-Cation 'Worker J.Ai1VdES HOWARD FAFEEY License Number: MRW16529 i The person named above is licensed by the Texas Department of Licensing and Regulation. License Expires: March 25,2021 Brian E. Francis " Executive Director • ,�ceF]•1S:s TEXAS DEPARTMENT OF LICENSING AND REGULATION P.O, Box 12057 Austin, Texas 78711-2057 1-800-803-9202 (512) 463-6599 wwwMir_texas_gov If you cut around the border of the license it will fit in a standard 5" x 7" frame. N071.-: Issuance of the wallet card is ir1 a sWarate nutilin LEONARDFARLEY P O BOX 173307 ARL.INGTON TX 76003 i I I :Ahfie Ai'ismends Z Cidf'r.7lcf?:. Ccrllris, y- '�-4..'•t- .�` � '7licrrrr.a,,_/: 'lSrrtli:7 � 4] Crary'l: •11'r°rtir�ri, :17.??-<_. .'�t.�'. Yrr•1> L77cai1" � ,(4�` .1)�'t7t77"!I/1 .'l. tlirl'�'r I LFONARD FARLE4 Y License Number: MRC0382 The person named above is licensed by the Texas Department of Licensing and [Regulation License Expires: July 31, 201-0 � Brian F. Franris Executive Director �x LIG TEXAS DEPARTMENT OF LICENSING AND REGULATION P.G: Box 12067 Austin, Texas 78711-2057 ' 1-800-803-9202 - (512)463-6599 i www_tdJr.texas.aov If you cut around the border of the license it will fit in a standard 5"x 7"frame. .COTE: Issuance of the wallet card is in a separate mailing LESTER EARL FARLEY •1026 NELSON ROAD AZL.E TX 76020 Q�LI 'mike-%rismendez geraCdE. Callas, ai.D.,F--12i SQL. chair 9 i4ieCen CalCfer ?tick Figueroa Thomas F Butler 0 vary Y. 'Wesson, D-D_S_, -W-S- { 'Vice Chair Debora(A. yurco -MoCr, Remediatian 'Worker LESTEK EARL YALRE Y License Number: MRWI6531 The person named above is licensed by the Texas Department of Licensing and Regulation. License Expires: March 26,2021 ,_---- Brian E. Francis Executive Director •I 73 ti r Y r .. _ -lot . f iV [\ ' - � t•1=Ilse I rr, I I - - 4787 nr - --', 4f � { f h d- NEW r r+ lr 3 3i i s - �SI _ f _ - ' [[ I Mms r i€ rI I I r r 1LV1 - I r wax; 11 ri C1WIrTr I- r I�III•S �1 .. � ..bi f r x-' '� �- r x_I I I --i nAkI r � 1 Aid`�Ir I(II�r!< � � '�I��� S1'i ' h 1 €'s I 'R€'r ' 1 _ -Y f ll�l f i l srr s (fl}l 04�lsll ..I jr fl!II!k k _ t��llill I I - w.Q.l ` 3 Oct. i {!YI a- !I -€r I II r ZL�r I f r{T I ! '.' r-i--II F 1 h !• - I _ T� I _ _ ,' `�+.3 Lam. (3� k.IrJYArI - ", €l .M.'- IIn, I �i� ;ll�I1�HVI,€3#��'l{Iif�.�! _� �Ir,1 � I r f1 E 1,t r n.�,�� �Y'�I,fhA iQ�3 I,�€_!!11 d���hl ' �1��:I I '1'.f I IYe�;-IJl! r- F ry n�I ¢_€ 'I-�.#-F I ryry $$ !If l'� I k71.- I IIJ�,IIk�� p { Y IE 3 !31 !I I_'�i I- �� 71pI S 1R �'I�:: <'�"'.� €�!�'i" 'f�-!# .�t IS �i��u f I--II 5 It'd i k�f�-'s�s : s1�I• ]I_-, - !.. 'i.},is Ir E€ - 1'r- I € � s €�" 3 1!slrr � - ra+ F�cItY I,- i n I II If YF�� rl' i �I€-I IS'I,�IEI r 'S - 77 '"SH,,'i1p I�fInJ I rr! A {II -s vt r f I Il M IR I f{'li '�I, S13".I ldl--� +J,{ it f3 'liy -!I'xIAr kin I U #'kl-id I' i k€�i jly-�F Id }'- ' �I ' YY..I - 3 t,{ I r:{ slriq Iq _ i ! In 1 r -f - ..,r.lf, F 7�><p'"Y Ir '}"�i,I€tII [I(rh I �3 I-, ihY I E F _ A�--!'F F fl s I I r;. s�S v.- - {_ �I I� tl�put—nag - --� 111 ll' -- =" .` 1 - � �I III .•x.I.,.H1.x.. :::-. I.If i..i,[5..:..•..E.�.-, - .-.,,. .. � �' .• - TEXAS DEPARTMENT OF LICENSING AND REGULATION P.O. Box 12067 Austin, Texas 76711-2057 1-800-303-9202 (512)463-6699 www.tdir.texas.gov If you cut around the border of the license it will fit in a standard 5° x 7"frame_ NOTE. Issuance of the wallet card is in a separate.rnailink. IRIS D ARRIAGA 1232 MERIWETHER FORT WORTH TX 76115 I Q �j .�Ii1�e.;4rismencfez CerafdR Ca�Cas,.7v1_D.,F.A.S.� Chan- 3-'Jr CaCCier 1 Rick Figueroa Thomas F Butter Cary F. -Wesson, D.D.S., M_S. i "Vice Chair Deborah A Jurco I -%IoCd-R.emedc'ation 'Worker i IRIS D ARRIAGA License Number: MRW16526 The person named above is licensed by the Texas Department of Licensing and Regulation. i License Expires. March 25,2021 Brian E. Francis Executive Director I� h I I I I I !i f - i TEXAS DEPARTMENT 0f LICENSING AND REGULATION P.O. Sox 12057 Austin, Texas 78711-2057 1-800-803-9202 (6612)463-6699 www.tdlr.texas.aov If you cur around the border of the license it will fit in a standard 5" x 7"frame- NOTE: Issuance o the wallet card is 1.v a separate mailing RANDALL SIMMONS 10012 SILENT HOLLOW DR FORT WORTH TX 76140 mike�lrismenctez CJeraCdR. CaCCas>3W.D.,F.A.S.-A- - Chair � ,� Heren Cattier Rick Figueroa j 'Thomas F. Butter g ry Y. 'Wesson, D.v.s., m-s- Vice Chair _ w` Deborah-AL Yureo -%1oCd gzemediation 'Worker P,A A T.T, SIA MION S License Number: MRW16455 The person named above is licensed by the Texas Department of Licensing and Regulation. License Expires. March 04,2021 Irian E. Francis L Executive Director i FArp rx TEXAS DEPARTMENT OF LICENSING AND REGULATION P.O. Box 12067 Austin, Texas 78711-2067 1-800-803-9202 (612)463-6699 www.tdfr.texas.gov If you cut around the border of the license it will fit in a standard 5"x 7"frame. NOTE. Issuance of the wallet card is in u separate mailing: ROBERTO GARCIA 1814 EDNA STREET ARLINGTON TX 76010 ,'dike-�krismendez � GeraldR- Ca[Cas, 7vi_27.,y A. Chair , .-fefen CccCtrer Rick-Tigueroa -jT2vmras.r- Butcer ' Crary F 'Wesson, D.D.S_, MS Vice Chair Q Deborah-A- VLtrco mofid Remediation `Worker R.013.E+RTO G"CIA License Number MRW16527 The person named above is licensed by the Texas Department of Licensing and Regulation. License Expires: March 25,2021 _ Brian E. Francis Executive Director 4.1. TEXAS DEPARTMENT OF LICENSING AND REGULATION P.O. Box 12457 Austin, Texas 78711-2057 1-800-803-9202 (512)463-6599 www:td i r.texas.gov If you cut around the border of the license it will fit in a standard 5"x 7"frame. NOTE. Issuance of the mallet card is in a separate mailing ELVIRA MUNOZ 1825 GUINEVERE'STREET ARLINGTON TX 76014 rS p Li� 'Alike-qrismendez , geraLd'R Caffias, 7v1.O., S.-A Chair .3fefen Cal ier Rick Yigueroa Thomas y. Butfer 4r GaryY. -Wesson, D.D.S., :M.S `Vice Chair Q _ Deborah-:k yurco IaCd emec iation or er ELVIRA MUNOZ License Number: MRW16528 The person named above is licensed by the Texas Department of Licensing and Regulation. License Expires: ]March 25,2021 Brian E. Francis j� Executive Director i TEXAS DEPARTMENT OF LICENSING AND REGULATION! P.O. Box 12057 Austin, Texas 78711-2057 1-800-803-9202 (512)463-6599 www.tdir_texas.gov �If you cut around the border of the license it will fit in a standard 5"x 7"frame_ NOTE. Issuance of the wallet carat is in a separate Mailinh i GEORGINA CANDELA 3043 E PARK ROW DID APT 151 ARLINGTON TX 79010 JUIike-Arismendez G CeraCd R. Ccdfas, .M.D.,F:_st.S.A. chair .3-feCen Caller �I Rick Figueroa Thomas,- Butter . 0 Cary_T: -Wesson, D_D_S., J41_S_ `Dice Chair Deborah A. yurco em 'on Wor.�vloCc��Z. edzc�t� fier GEORGINA CANDR+LA License Number. MRWIG530 I The person named above is licensed by the Texas Department of Licensing and Regulation. License Expires. March 25,202I Brian E_ Francis a Executive Director I GLEN' BEGAR TEXAS COMPTROLLER OF PUBLIC ACCOUNTS The Texas Comptroller of Public Accounts (CPA) administers the Statewide Historically Underutilized Business (HUB) Program for the State of Texas, which includes certifying minority-, woman- and service disabled veteran-owned businesses as HUBS and facilitates the use of HUBs in state procurement and provides them with information on the state's procurement process. We are pleased to inform you that your application for certfficationlre-certification as a HUB has been approved- Your company's profile is listed in the State of Texas HUB Directory and may be viewed online at https./Imycpa,cpa-state.tx.usltpasscmbisearch/index,jsp. Provided that your company continues to meet HUB eligibility requirements, the attached HUB certificate is valid for the time period specified. You must notify the HUB Program in Writing of any changes affecting your company's compliance with the HUB eligibility requirements, including changes in ownership, day-to-day management, control and/or principal place of business, Note:Ally changes made to your company's information may require the HUB Program to re-evalciate your company's eligibility. Please visit our welasite at http,/Icomptroller,texas-goWprocurement/prog/hubf and reference our publications (i.e. Grow Your Business pamphlet, HUB Brochure and Vendor Guide) providing addition information on state procurement resources that can increase your company's chances of doing business with the state. Thank you for your participation in the HUB Programl If you have any questions, you may contact a HUB Program representative at 512-463-5872 or tall-free in Texas at 1-888-863-5881. Texas Historically Underutilized Business (MOB) Certificate Gertificate[VID Number: 17528087723 File/Vendor Number: 83173 Approval Date. 07-SEP-2016 Scheduled Lxpiration Date, 07-SEP-2020 The Texas Comptroller of Publid Accounts (CPA), hereby certifies;that FIRST RESTORATION, WC. has successfully rnet the established requirements of the State of Texas Historically Underutilized Business Program to be recognized as a HUB. This certificate printed 28-DEC-2016, supersedes any registration and certificate previously issued by the HUB Program. 'If there are any changes regarding the information (i.e., business structure, ownership, day-to-day management, operational control, business location) provided in the submission of the business' application for registration/certification as a HUB, you must immediately (within 30 days of such changes) notify the HUB Program in writing- The CPA reserves the right to conduct a compliance review at any time to confirm HUB eligibility, HUB certification may be suspended or revoked upon findings of ineligibility. ca., Paul Gibson, Statewide HUB Program Manager Statewide Support Services Division Note- In order for State agencies and institutions of higher education (universities)to be credited for utilizing this business as a HUES,they must award payment under the Certiffcatc-IVID Number identified above. Agencies,universities and prime contractors are encouraged to verify the company's HUB certification prior to issuing a notice of award by accessing the Internet(https.,Ilmyepa.epa.state.tx.uzftpassembiscarchfindex.jsp) or by contacting the HUB Program at 512-463-5872 or toll-free in Texas at 1-888-863-5881- VERIFICA'IIOiN OF'SIGNATURE URE AUTHORITY First Restoration Inc. James Parley,President Vendor hereby agrees to provide City with independent audit basic financial statements, but also Ilre lair presents€ion ofdte finanCial statements ol'individull funds. Exceution of this Signature Verification [Form ("Dorm")hereby certifies that the following individuals andfor Positions have III"authority to legally bind Vendor and to execute any agivement,sunendincnl or change order on beltall'of Vendor, Such binding authority has been granted by proper order. resolution, ordinance or other authorization of Vendor. City. is filly entitled to rely on the warranty and representation set forth in this form in entering into any agreement or amendment with Vendor. Vendor will submit an updated Form within ten (10) bushtess days if there are any changes to the signatory authority. City is entitled to rely on any Current executed form until it receives a revised form that has been properly executed by Vendor, I. Name: Position: Signature I Name: Position: i Signature 3, Name: Position: Signature , Na Ic: am Si n tureofPresident/ l.'+hFp1 _. Of icr•t ille: Da Venidor Services Agreement-Exhibit C13 Page 12 of 13 1 l� I �v A I