Loading...
HomeMy WebLinkAboutContract 53613 aEGE�v � CSC No. 53613 HELICOPTER PURCHASE AND SERVICES AGREEMENT �J )is made 0 3$ and entered s'Ho by and COPT�ERee PURCHASE e CITY OF FORT WORTH (the `City"),ENT a`home-rule'municipal corporation of the State of Texas, acting by and through Jay Chapa, its duly authorized Assistant City Manager,and BELL TEXTRON INC.("Supplier'),a Delaware Corporation and acting by and through Parker Perego,its duly authorized Regional Contracts Manager,each individually referred to as a"party" and collectively referred to as the"parties." WHEREAS, City, through its Police Department, operates and maintains law enforcement helicopters for patrol missions and aerial surveillance;and WHEREAS, through Request for Proposals No. 19-0017,the City solicited proposals to award the purchase of a new law enforcement helicopter;and WHEREAS,the City received two proposals that were evaluated based on reliability and support, congruence with the Police Department's objectives, warranty, number of recently completed law enforcement helicopters,delivery timeframe,and total long-term cost of ownership;and WHEREAS, an evaluation panel consisting of employees from multiple City departments determined that the proposal for the Bell 505 helicopter received the highest score and offered the best value to the City;and WHEREAS, on January 28, 2020, City Council approved the purchase of Bell 505 helicopter with related aftermarket services including training and maintenance(M&C 20-0042); NOW, THEREFORE, in consideration of the covenants and agreements contained in this Agreement,City and Supplier hereby agree as follows: CONTRACT DOCUMENTS: The Contract documents shall include the following: 1. This Agreement for Helicopter Purchase and Services 2. Exhibit A—Aircraft to be Furnished 3. Exhibit B—After Market Support and Services 4. Exhibit C—Payment Schedule 5. Exhibit D—Warranty 6. Exhibit E—Signature Verification Form All Exhibits attached hereto are incorporated herein and made a part of this Agreement for all purposes. In the event of any conflict between the documents, the terms and conditions of this Helicopter Purchase and Services Agreement shall control. 1. SCOPE OF SERVICES. Supplier hereby agrees to provide the City with a new, unused helicopter as more specifically described in Exhibit A — Aircraft to be Furnished, which is incorporated herein for all purposes. Additionally, Supplier hereby agrees to provide the City with the aftermarket services,including training and maintenance, as more specifically described in Exhibit B—After Market Support and Services, which is incorporated herein for all purposes. OFFIC44P RE~Ukt.l CITY SECRETARY F WORTHI,TX __j 2. TERM. This Agreement shall commence March 9', 2020("Effective Date")and shall expire on March 8t'',2023,unless terminated earlier in accordance with the provisions of this Agreement. 3. COMPENSATION. The City shall pay Supplier in accordance with the provisions of this Agreement and Exhibit C— Payment Schedule which is incorporated herein for all purposes;however,total payment made under this Agreement by the City for all equipment and services shall not exceed Four Million Four Hundred Fifty-Six Thousand Five Hundred and Eight Dollars($4,456,508.00). Supplier shall not perform any additional services for the City not specified by this Agreement unless the City requests and approves in writing the additional costs for such services. The City shall not be liable for any additional expenses of Supplier not specified by this Agreement unless the City first approves such expenses in writing. 4. TERMINATION. 4.1. Written Notice. City may terminate this Agreement at any time and for any reason by providing Supplier with 30 days' written notice of termination. 4.2 Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Supplier 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 to the portions of the payments herein agreed upon for which funds have been appropriated. 4.3 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date, City shall pay Supplier for services actually rendered up to the effective date of termination and Supplier shall continue to provide City with services requested by City and in accordance with this Agreement up to the effective date of termination. Upon termination of this Agreement for any reason,Supplier shall provide City with copies of all completed or partially completed documents prepared under this Agreement.In the event Supplier has received access to City Information or data as a requirement to perform services hereunder, Supplier 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. Supplier hereby warrants to the City that Supplier has made full disclosure in writing of any existing or potential conflicts of interest related to Supplier's services under this Agreement.In the event that any conflicts of interest arise after the Effective Date of this Agreement, Supplier hereby agrees immediately to make full disclosure to the City in writing. 5.2 Confidential Information. Supplier, for itself and its officers, agents and employees, agrees that it shall treat all information provided to it by the City as confidential and shall not disclose any such information to a third party without the prior written approval of the City. 5.3 Unauthorized Access. Supplier 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. Supplier shall notify the City immediately if the security or integrity of any City information has been compromised or is believed to have been compromised, in which event, Supplier shall,in good faith,use all commercially reasonable efforts to cooperate with the City in identifying what information has been accessed by unauthorized means and shall fully cooperate with the City to protect such information from further unauthorized disclosure. 5.3 Public Information Act. City is a government entity under the laws of the State of Texas and all documents held or maintained by City are subject to disclosure under the Texas Public Information Act.In the event there is a request for information marked Confidential or Proprietary,City shall promptly notify Supplier. It will be the responsibility of Supplier to submit reasons objecting to disclosure. A determination on whether such reasons are sufficient will not be decided by City,but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction. 6. RIGHT TO AUDIT. Supplier agrees that the 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 of the Supplier involving transactions relating to this Contract at no additional cost to the City. Supplier agrees that the City shall have access during normal working hours to all necessary Supplier facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give Supplier reasonable advance notice of intended audits. Supplier further agrees to include in all its subcontractor agreements hereunder a provision to the effect that the subcontractor agrees that the City shall,until expiration of three(3)years after final payment of the subcontract,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 of such subcontractor involving transactions related to the subcontract,and further that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this paragraph. City shall give subcontractor reasonable notice of intended audits. 7. INDEPENDENT CONTRACTOR. It is expressly understood and agreed that Supplier 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 the City. Subject to and in accordance with the conditions and provisions of this Agreement, Supplier 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, contractors and subcontractors. Supplier acknowledges that the doctrine of respondeat superior shall not apply as between the City, its officers, agents, servants and employees, and Supplier, its officers, agents, employees, servants, contractors and subcontractors. Supplier further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Supplier. It is further understood that the City shall in no way be considered a Co-employer or a Joint employer of Supplier or any officers,agents,servants,employees or subcontractors of Supplier.Neither Supplier,nor any officers, agents, servants, employees or subcontractors of Supplier shall be entitled to any employment benefits from the City. Supplier 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 subcontractors. 8. LIABILITY AND INDEMNIFICATION. 8.1 LL4BILITY— SUPPLIER SHALL BE LL4BLE 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 SUPPLIER,ITS OFFICERS,AGENTS,SERVANTS OR EMPLOYEES. 8.2 GENERAL INDEMNIFICATION-SUPPLIER HEREBYCOVENANTSAND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS, AGENTS,SERVANTS AND EMPLOYEES,FROM AND AGAINST ANYAND ALL CLAIMS OR LAWSUITS OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED,FOR EITHER PROPERTYDAMAGE OR LOSS(INCLUDINGALLEGED DAMAGE OR LOSS TO SUPPLIER'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS,ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF SUPPLIER,ITS OFFICERS, AGENTS,SERVANTS OR EMPLOYEES. 8.3 INTELLECTUAL PROPERTY INDEMNIFICATION — Supplier 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 Supplier bears the cost and expense of payment for claims or actions against City pursuant to this section, Supplier 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 Supplier 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, Supplier shall fully participate and cooperate with City in defense of such claim or action. City agrees to give Supplier 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 Supplier'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,Supplier 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 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 Supplier terminate this Agreement, and refund all amounts paid to Supplier by City, subsequent to which termination City may seek any and all remedies available to City under law. Section 8 shall survive the termination or expiration of this Agreement. 9. ASSIGNMENT AND SUBCONTRACTING. 9.1 Assignment. Supplier shall not assign or subcontract any of its 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 Supplier under which the assignee agrees to be bound by the duties and obligations of Supplier under this Agreement. Supplier and Assignee shall be jointly liable for all obligations of Supplier under this Agreement prior to the effective date of the assignment. 9.2 Subcontract. If City grants consent to a subcontract, sub Supplier shall execute a written agreement with Supplier referencing this Agreement under which sub Supplier shall agree to be bound by the duties and obligations of Supplier under this Agreement as such duties and obligations may apply. Supplier shall provide City with a fully executed copy of any such subcontract. 10. INSURANCE. Supplier shall provide the City with certificate(s) of insurance documenting policies of the following minimum coverage limits that are to be in effect prior to commencement of any work pursuant to this Agreement: 10.1 Coverage and Limits (a) Commercial General Liability $1,000,000 Each Occurrence $2,000,000 Aggregate (b) Automobile Liability $1,000,000 Each occurrence on a combined single limit basis Coverage shall be on any vehicle used by the Supplier, its employees, agents, representatives in the course of the providing services under this Agreement. "Any vehicle" shall be any vehicle owned, hired and non-owned (c) Worker's Compensation-Statutory limits Employer's liability $100,000 Each accident/occurrence $100,000 Disease-per each employee $500,000 Disease-policy limit 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 10.2 General Requirements (a) A minimum of Thirty (30) days notice of cancellation or reduction in limits of coverage shall be provided to the City. Ten (10) days notice shall be acceptable in the event of non-payment of premium. Notice shall be sent to the Risk Manager,City of Fort Worth, 1000 Throckmorton, Fort Worth,Texas 76102,with copies to the City Attorney at the same address. (b) The insurers for all policies must be licensed and/or approved to do business in the State of Texas. All insurers must have a minimum rating of A- VII in the current A.M. Best Key Rating Guide, or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required,written approval of Risk Management is required. (c) Any failure on the part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirement. (d) Certificates of Insurance evidencing that the Supplier has obtained all required insurance shall be delivered to the City prior to Supplier proceeding with any work pursuant to this Agreement. (e) Supplier shall be allowed to retain(self-insure)in whole or in part any insurance obligation under this Agreement. Any retention shall be for the account of City. If Supplier elects to retain (self- insure) in whole or in part any insurance required by this Agreement, Supplier agrees that it shall provide City with the same coverage that would have been provided to it by the required commercial insurance policies had Supplier obtained commercial insurance. 11. COMPLIANCE WITH LAWS,ORDINANCES,RULES AND REGULATIONS. Supplier agrees that in the performance of its obligations hereunder, it will 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 the City notifies Supplier of any violation of such laws, ordinances, rules or regulations, Supplier shall immediately desist from and correct the violation. 12. NON-DISCRIMINATION COVENANT. Supplier,for itself, its personal representatives, assigns, subcontractors and successors in interest, as part of the consideration herein, agrees that in the performance of Supplier'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 Supplier,its personal representatives,assigns,subcontractors or successors in interest,Supplier agrees to assume such liability and to indemnify and defend the City and hold the 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 facsimile with electronic confirmation of the transmission,or(3)received by the other party by United States Mail,registered,return receipt requested, addressed as follows: To CITY: To SUPPLIER: City of Fort Worth Bell Textron Inc. Attn:Assistant City Manager for IT Parker Perego,Regional Contracts Manager 200 Texas Street 3255 Bell Flight Blvd Fort Worth,TX 76102-6314 Fort Worth,TX 76118 Facsimile:(817)392-8654 Facsimile:817-278-2149 With copy to Fort Worth City Attorney's Office at same address 14. SOLICITATION OF EMPLOYEES. Neither the City nor Supplier 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 Supplier,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/IMMUNITIES It is understood and agreed that by execution of this Agreement, the City does not waive or surrender any of its governmental powers or immunities. 16. NO WAIVER The failure of the City or Supplier 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 the City's or Supplier'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. The City and Supplier 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, compliance with any government law, ordinance or regulation, acts of God, acts of the public enemy, fires, strikes, lockouts, natural disasters, wars, riots, material or labor restrictions by any governmental authority,transportation problems 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 or exhibits hereto. 22. AMENDMENTS. No amendment of this Agreement shall be binding upon a party hereto unless such amendment is set forth in a written instrument,which is executed by an authorized representative of each party. 23. ENTIRETY OF AGREEMENT. This Agreement, including the schedule of exhibits attached hereto and any documents incorporated herein by reference, contains the entire understanding and agreement between the City and Supplier, 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. Supplier warrants that its equipment and services will be of a professional quality and conform to generally prevailing industry standards. Supplier's warranty is more accurately described in Exhibit D— Warranty which is incorporated herein for all purposes. 26. IMMIGRATION NATIONALITY ACT. Supplier shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Supplier shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Supplier 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 Supplier employee who is not legally eligible to perform such services. SUPPLIER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY VENDOR, SUPPLIER'S EMPLOYEES,SUBCONTRACTORS,AGENTS,OR LICENSEES.City,upon written notice to Supplier, shall have the right to immediately terminate this Agreement for violations of this provision by Supplier. 27. 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 Supplier whose name,title and signature is affixed on the Verification of Signature Authority Form,which is attached hereto as Exhibit E and incorporated herein for all purposes.Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. 28. SHIPMENT UNDER RESERVATION PROHIBITED. Supplier is not authorized to ship the airframe and equipment under reservation,and no tender of a bill of lading will operate as a tender of goods. 29. TITLE AND RISK OF LOSS. The title and risk of loss of the airframe and equipment shall not pass to City until City actually receives and takes possession of the airframe and equipment at the point after inspection and acceptance of the airframe and equipment. 30. DELIVERY TERMS AND TRANSPORTATION CHARGES. Freight terms shall be F.O.B. Destination, Freight Prepaid and Allowed. City agrees to reimburse Supplier for transportation costs in the amount specified in Supplier's proposal; provided, City shall have the right to designate what method of transportation shall be used to ship the goods. 31. PLACE OF DELIVERY. The place of delivery shall be: Fort Worth Air Support Unit 310 Gulf Stream Road Attn: Lt. Scott Keenum Fort Worth,TX 76115 32. RIGHT OF INSPECTION City shall have the right to inspect the airframe and equipment upon delivery before accepting them. Supplier shall be responsible for all charges for the return to Supplier of any airframe or equipment rejected as being nonconforming under the specifications. 33. INVOICES 33.1 Supplier 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. Supplier shall mail or deliver invoices to City's Police 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. 33.2 Supplier shall not include Federal Excise, State or City Sales Tax in its invoices.The City shall furnish a tax exemption certificate upon Supplier's request. 34. PRODUCT WARRANTY. Supplier warrants that the goods furnished will conform to City's specifications, drawings and descriptions listed in the proposal invitation, and the sample(s) furnished by Supplier, if any. In the event of a conflict between City's specifications,drawings,and descriptions,City's specifications shall govern. 35. SAFETY WARRANTY. Supplier warrants that the product sold to City 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, City may return the product for correction or replacement at Supplier's expense. In the event Supplier fails to make appropriate correction within a reasonable time, any correction made by City will be at Supplier's expense. Where no correction is or can be made, Supplier shall refund all monies received for such goods within thirty (30) days after request is made by City in writing and received by Supplier. Notice is considered to have been received upon hand delivery, or otherwise in accordance with Section 13 of this Agreement. Failure to make such refund shall constitute breach and cause this contract to terminate immediately. 36. NO BOYCOTT OF ISRAEL. If Supplier has fewer than 10 employees or this Agreement is for less than$100,000,this section does not apply. Supplier 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 Agreement,Supplier certifies that Supplier's signature provides written verification to the City that Supplier: (1)does not boycott Israel; and(2)will not boycott Israel during the term of the contract. IN WITNESS WHEREOF,City and Supplier hereto have executed this Agreement in multiples. (signature page follows) ACCEPTED AND AGREED: CITY OF FORT WORTH: CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract,including ensuring all performance and By: Jesus J.Chapa(Mar 4,2 20) reporting requirements. Name: Jay Chapa Title: Assistant City Manager ,��►�ri OMar Date: ,2020 By: fames Rodriguez(Mar t02O)2D2D) Name: James Rodriguez APPROVAL RECOMMENDED: Title: Senior Management Analyst,Police APPROVED AS TO FORM AND LEGALITY: By: E win Kraus(Mar 3,2020) Name: Edwin Kraus met yl Title: Chief of Police By. Matt Murray(Mar 4,2020 Name: Matthew A.Murray ATTEST: Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: M&C 20-0042 By: Mary J.K r(M ,2020) January 28,2020 Name: Mary Kayser FOR,)- ; Title: City Secretary Q . l a9 5: dt 0-5 79'�b 0 Q SUPPLIER: BELL TEXTRON INC. By: 44jv,, C Name: Parker Perego Title: Regional Contracts Manager Date: 3 J fAr 2020 f FF 074L.A--- iho, ITY SEcRE1.�,:T. WORT14 '"_b EXHIBIT A AIRCRAFT TO BE FURNISHED Bell 505 Patrol Helicopter Paint Rendering s. A BELL 505 HELICOPTER EQUIPMENT Basic Model 505 Helicopter Price Electronic Standby Instruments Included Inlet Barrier Filter Included Accessory Kits Price Dual Pilot Controls $7,000.00 Rotor Brake $14,400.00 Automatic Door Openers for Co-Pilot Door $4,300.00 Automatic Door Openers for Pilot Door $4,300.00 Cowling Access Door $5,900.00 Wire Strike Protection System $24,200.00 High Skid Gear(includes small crew step. Compatible with WSPS) $11,700.00 Air Conditioning System $46,300.00 Air Conditioning System- 3rd Evaporator $27,800.00 Avionics Shelf $4,800.00 Avionics Upgrade $48,800.00 Emergency Locator Transmitter $6,300.00 Radar Altimeter- Garmin GRA55 $30,300.00 Second VHF Comm - Garmin GTR 225E $12,800.00 Seats- Standard Interior(Black) $0.00 Hard Point (Forward Location) $20,200.00 Hard Point (AFT Location) $9,000.00 Full Length Trainer Shoe $5,200.00 Mechanical Ground Handling Wheels $2,700.00 Operator Accessory Package $7,000.00 Customizing Price_ AA L.E. STC includes: AEM LS System/ 150W Speaker(Qty 2) with LCS-22 $52,679.00 Siren Controller, LSA400 Speaker AA L.E. STC includes: Expanded Avionics Shelf $9,449.00 AA L.E. STC includes: Expanded Instrument Panel with Air-Conditioning $32,239.00 AA L.E. STC includes: Mission Buss Master Switch - Install a Mission bus $1,893.00 master switch that will power on/off the mission equipment ASU NVG Cockpit/Cabin Lighting $49,323.00 AA L.E. STC includes: Pilot & Copilot Foot Switch ICS/XMIT $998.00 Cigarette Lighter Plug. Two (2) Mouser 161-2050 cigarette lighter plugs, with $12,289.00 attached covers, one in the cockpit and one in the aft cabin. Location determined by the FW Police Dept in conference with the completion vendor. Eagle Copters G13000 Digital Audio Router $0.00I Quick release pins for Crew Doors $1,627.00 Technisonic TDFM-9100-P90598NV $139,810.00 Transponder GTX 345R $17,630.00 USB power plug. Two (2) USB power plugs with covers shall be installed, $7,313.00 one each in the cockpit and cabin. Location determined by the FW Police Dept in conference with the completion vendor. _ GDL 69HA SXM Datalink Receiver System &XM Radio/all activation & $25,093.00 subscription fees are the responsibility of the customer/Subject to Interface Update Custom Paint: Dupont Imron polyurethane paint. Shall be determined by the $37,031.00 FW Police Dept will be supplied by the FW Police Dept. The FW Police Dept shall provide decals that shall be applied during the painting process. No more than three (3) paint colors in the final paint scheme. Coinmat Floor Covering _ $5,774.00 Red LED light on Belly (controlled by a separate switch located in center of $4,707.00 cockpit) Replace basic ship map light with two (2) Soderberg Manufacturing Inc. (or $7,323.00 equivalent), NVG. Lock-out switch external power/ battery switch (location to be determined at $4,450.00 design review) Rear Cabin Center Console $20,369.00 Baggage bay avionic rack $10,887.00 Map /Chart Pockets (metal) in cockpit (exact location to be determined at $8,961.00 design review) Two (2) Cup holders/water bottle holders in cockpit (exact location to be $366.00 determined at design review) Binocular Holder (metal with retention strap or similar restraint device shall $4,017.00 hold the binoculars in place). Headset Hangar. Headset hangars/hooks shall be provided for the pilot, $5,305.00 copilot and rear seats. Audio System - Eagle Avionics Systems - 3 Control Panels (Cockpit(2) &Aft $77,759.00 Cabin) + Eagle Copters G13000 Digital Audio Router Certification Engineering $177,402.00 CNC Technologies Equipment Price Purchase of Equipment from CNC (Subtotal) $1,003,512.00 Wescam MX-10 $574,788.00 Aero Mapping System Aero UC6000 Mission Computer $165,736.00 Macro-Blue 15.6" NVG Monitor $24,696.00 Airborne Mini2 6.5GHz DL System $143,206.00 ELL 606 HELICOPTER EQUIPMENT Spectrolab SX-16 $95,086.00 Installation of CNC Technologies Supplied Equipment. (Subtotal) $168,920.00 Installation and testing of Wescam MX-10 $65,384.00 Installation and testing of Aero Mapping System Aero UC6000 $17,819.00 Mission Computer Installation and testing of Macro-Blue 15.6" NVG Monitor $9,085.00 Installation and testing of Airborne Mini2 6.5GHz DL System $30,282.00 Installation and testing of Spectrolab SX-16 $46,350.00 CNC Technologies Supplied Services (Subtotal) $536,578.00 CNC Provided Extended Warranties: Wescam Extended Warranty $39,540.00 CNC Aircraft Installation Supervision & Commissioning $66,150.00 Aircraft Training $8,380.00 Wescam Training $0.00 12 Months 24/7 Support $39,450.00 Handheld Receiver $40,648.00 Fixed Diversity Antenna Receive Site $107,632.00 CNC.Live $123,260.00 Ground Receive Site Installation, Project Engineering Management and $95,320.00 Support On-Site Training for up to 5 Operators/Maintenance Personnel $8,380.00 Shipping Charges $7,818.00 Loose Equipment Price Canon 18x50 IS All Weather Binocular $2,163.00 White Phosphor Night Vision Goggles (NVG). Aviation Specialties Unlimited, $22,351.00 Inc. (ASU)AVS-9 NVG system, or equivalent equipment as determined by the FW Police Dept., shall be provided. Included in the request are white phosphorous goggles, helmet mount kit (mounting bracket for most helmets), weighted battery pack, cable from the battery pack to the mount, and dovetail mount for mounting the battery pack to the back of the helmet. Also required is a battery pack for operation of the goggles when worn around the neck during training or other activities. Also required are 5 (five) mounting brackets (2658897-Alpha) for the current aviation unit's Alpha Eagle helmets. David Clark H10-13H Headsets $2,000.00 Coms Innovations part number CIX415VK3-6P Headset Extension Cords $1,732.00 Tesla T12000 GPU-24 Battery Cart $10,865.00 18 additional sets of cabin & locking fuel cap keys $88.00 EXHIBIT B-AFTERMARKET SUPPORT AND SERVICES Bell 505 Trainin Courses Quantity Unit Price Extended - - • rich Complimentary Pi!and ound, FTD, and Flight Training 1 $0.00 $0.00 Pilot Ground, FTD Flight Training 6 $16,500.00 $99,000.00 Complimentary Field Maintenance Training 1 $0.00 $0.00 Field Maintenance Training 1 $7,800.00 $7,800.00 Complimentary Engine Training 1 $0.00 $0.00 NVG Transition Training 7 $18,600.00 $130,200.00 WELL 505 MAINTENA ®. Recommended Tooling for One (1) Bell 505 1 Lot $94,807.00 BELL 506 TOOLS Part Numb Nomenclature Qty �­ 29335501 RAD ADAPTER KIT 1 1025 RESISTOR 1 1100-OTC LEG 1 111485654 Lifting Tool 1 111492115 Set Tool 1156 SLIDE HAMMER 1 1811GA665* TESTER PITOT STATIC 1 206-011-152-103 MAST NUT-MAIN ROTOR 1 427-201-001-141 RIG PIN ASSY 1 427-201-001-145 RIG PIN ASSY 2 505-099-001 Adapter Kit, Track and Balance 1 505-700-101 BRACKET, CARRIER 2 BDW-206LR GROUND HANDLING WHEEL 2 DB3225L DRAIN UNIT 1 DG-200 SCALE 1 IN-6 SPRING SCALE 1 NAS9926-5L NUT 8 SKSP1425-501 TOOL SET 1 T103140-101 COVER&LIFT ASSY 1 FLUKE 179* MULTIMETER, DIGITAL 1 T101626* SLING ASSY 1 T102137-111* LIFTING TOOL 1 Technical Publications Technical publications for the helicopters and engines are provided via hard copy or online as described below. Aircraft technical publications are complimentary during the warranty period. Following the warranty period, a one-year subscription is available for $500. This provides unlimited users per model during the subscription year. Flight Manuals: Upon aircraft delivery, Bell will provide one (1) hardcopy set of Flight Manual publications. Each set of Flight Manual publications consists of a Flight Manual (FM), Flight Manual Supplement (FMS), Manufacturing Data (MD) and an Integrated Avionics Manual (IAM) as applicable. Flight Manual publications come with free electronic access and hardcopy revision services. Maintenance Manuals: Also, upon delivery, every customer will be granted free electronic access to maintenance publications and revision services via https:Hmybell.com. Bulletins: All applicable Bell technical bulletins, alert service bulletins, and service instructions will be provided in electronic format and printable from two different websites (www.bellcustomer.com and hftps://mybell.com)with notification services. Engine Manuals: Safran, the manufacturer of the Bell 505's engine, will provide one (1) set of electronic publications. Each set of publications consists of a Maintenance Manual, Illustrated Parts Catalogue, and Service Bulletin Index. Revision services are provided by Safran free of charge for a period of two (2)years following aircraft delivery. Any associated charges for revision services beyond two (2) years shall be the responsibility of the customer. Commercial Warranty Bell offers a new helicopter warranty and spares warranty summarized below as part of the purchase price. Engine warranty will be provided by the engine manufacturer. Three Years / 2,000 Hours Non-Prorated: Bell warrants each new helicopter to be free from defect in material or workmanship under normal use and service for 2,000 hours of operation or three (3) years from acceptance, whichever occurs first. Spare parts installed as warranty replacement on helicopters which are covered by this New Helicopter Warranty will be warranted for the balance of the original aircraft warranty. Seller assigns each manufacturer's warranty to Buyer to the extent such manufacturer's warranty exists and is assignable. Spare Parts Warranty: Bell warrants each new helicopter part or helicopter part reconditioned by Seller to be free from defect in material and workmanship under normal use and service and if installed on Bell helicopters for up to 1,000 hours of operation, one (1) year from date of installation, or two(2)years from date of shipment by Seller, whichever occurs first. Seller assigns each manufacturer's warranty to Buyer to the extent such manufacturer's warranty exists and is assignable. Safran Engine Warranty: New engines are provided with an operational warranty of 24 months or 1,000 flying hours for new equipment installed on the helicopter airframe at aircraft delivery and for spare engines or modules. Twelve months or 1,000 flying hours for spare accessories and twelve months for spare parts and tools. CAMP for Helicopters Each helicopter delivered comes with an initial one-year subscription to the CAMP Maintenance Tracking Service for Helicopters in the form of the powerful CAMP MTX service. CAMP MTX is renowned for reliability, technologically advanced software and value protection. MTX now has additional features which make it the ideal choice for helicopters. These include automatic formula-based penalty and RIN calculations, and enhanced flight log tracking. In addition, CAMP has added a dedicated team of helicopter analysts, field service personnel, and general operational staff ready to provide direct support to our helicopter operators. Renewal subscription service is available through sales(cD-campsystems.com. Training The Bell Training Academy (BTA) is recognized worldwide for providing quality military and commercial training. The BTA is located at Bell's Fort Worth, Texas headquarters, approximately 15 miles from the FWPD hangar The BTA features seventeen (17) multimedia classrooms, three (3) overhaul labs fitted for the newest learning technology tools, a 20,000 sq. ft. training hangar space for crucial hands-on maintenance training, and five advanced Flight Training Devices(FTD) designed to train on seven different Bell helicopter models. The facility also features a new NVG- compatible Bell 407GX Full Flight Simulator. Student Registration: After contract award, the BTA will coordinate a firm training schedule of classes based on the specific number of attendees for each type of training upon request by the Purchaser. The program representative may select course dates for the specific number of attendees identified for each type of training from our published course schedules at www.BellHelicopter.com/training. Any changes to the agreed schedule, terms and conditions, courses, and number of attendees may result in additional charges to the program. It is encouraged that all training be scheduled at least(90) days prior to the start of established course date to ensure space and instructor availability. The FWPD training provided with the purchase of the Bell helicopter(s) may be scheduled within six (6) months prior to the ship delivery or within thirty-six (36) months after the ship is delivered. The training courses will expire after the thirty-six (36) month period. Summary of Proposed Bell 505 Training Program Bell provides complimentary pilot and maintenance training with each Bell 505 helicopter purchased. The standard complimentary training based on the number of helicopter(s) proposed and additional training is outlined in Figure 2-4. Course descriptions are provided in Appendix C, following the Bell 505 Product Specifications brochure. BELL 505 TRAINING SUMMARY Number of Course Course Training Length per Location Candidates Trainer Complimentary Pilot Training Pilot Ground, FTD, and Flight Training 1 1 week BTA Complimentary Maintenance Training Engine Training 1 3 weeks safran, Grand Prairie,Tx Additional Training Pilot Ground, FTD,and Flight Training 6 1 week BTA Field Maintenance Training 1 3 weeks BTA NVG Transition Training 7 1 week BTA Figure 2-1.Bell 505 Training Summary. Bell 505 Course Descriptions Bell 505 Pilot Ground, Simulator&Transition Flight Course Course Length 1 week per pilot Ground&Simulator 15 hours of ground, 1 flight training device event Flight Training 4 events per pilot To ensure complete knowledge of the current Bell 505 flight manual, to demonstrate and practice all flight maneuvers and to establish proficiency and safety in every phase of flight. Objective Successful completion of the course will enable the qualified helicopter pilot to transition to the Bell 505 helicopter with comprehensive knowledge of the aircraft systems and components and a thorough understanding of the operational characteristics and flight limitations. This course is designed specifically for helicopter pilots possessing current FAA pilot certificates with appropriate ratings or the equivalent licenses issued by a foreign regulatory agency. Prerequisites This course is designed specifically for helicopter pilots possessing current FAA pilot certificates with appropriate ratings or the equivalent licenses issued by a foreign regulatory agency. Course Content Classroom presentations will cover the cockpit controls and instrumentation, airframe, powerplant, and aircraft systems. In addition, Normal Procedures, Emergency Procedures, Operating Limitations and performance will be studied. The flight procedures training includes complete familiarization of the Bell 505 helicopter, instruction in the turbine engine operation, and flight instruction in normal flight maneuvers and emergency procedures. The simulated emergency procedures include, hydraulic boost failure, engine failure and tail rotor malfunctions. A period in the FTD (Flight Training Device is also a normal part of this course, covering Normal and Emergency procedures. Bell 505 Field Maintenance Course Course Length 13 days Objective Upon successful completion the attendee will be able to troubleshoot, inspect, perform, or supervise the maintenance of the helicopter, up to but not including, major repair or overhaul of the helicopter and its components. Acceptable airworthiness techniques, procedures, and practices established by regulatory agencies and Bell shall be used as satisfactory performance measurements. Prerequisites Attendees should meet one or more of the following requirements: 1. Certified Aircraft Maintenance Technician with one (1) year of experience as a rated maintenance technician. 2. One(1)year of experience as an active maintenance technician on helicopters. 3. Three(3)years general experience as an aircraft maintenance technician. Course Content This is a comprehensive coverage of the description, function, and maintenance procedures required for field maintenance of the helicopter.Classroom or shop work in the following areas will be covered:airframe,ground handling and servicing, main rotor,main rotor controls,main rotor drive system, powerplant(installation and rigging as related to the airframe),fuel system, tail rotor drive system, tail rotor, hydraulic system(s), flight controls, electrical system(s), and avionics system(s). The function, location of components and access provisions, will be presented to enable the student to assist in the performance of the inspection, servicing, use of special tools, materials, manuals, and equipment to perform field level maintenance, recommended troubleshooting procedures will be discussed using known and probable fault symptoms in the classroom to prepare the student for actual work on the helicopter. Night Vision Goggle (NVG) Training Course Length 1 week per pilot Objective To educate the aircrew member on Night Vision Goggles(NVG),design considerations, and operational applications. To teach the pilot about the NVG limitations, capabilities and aided night flight procedures in the applicable Bell Helicopter. Prerequisites FAA Helicopter pilot certificate or equivalent issued by the military or foreign regulatory agency. All officers nominated for pilot transition training shall have flown at least 500 hours as first pilot of helicopters or have had at least 18 months service in an operational helicopter appointment and are proficient in instrument flying skills. Course Content Academic classroom training is designed to present all necessary academic subjects to the customer that are critical to customer understanding of the NVG flight portions of training including: General course description, Introduction to Anvis/ NVGs, Limitation / Emergency Procedures, NVG Aero-medical, Considerations and Night Terrain Interpretation. Blind Cockpit and NVG Flight Training will consist of those tasks necessary to properly operate the aircraft in a safe manner. The tasks selected for this training are basic helicopter flight tasks.A thorough crewmember briefing will precede all training flights. Note: All NVG training for Foreign Nationals must have U.S.Government Export Authorization prior to the conduct of training. Authorization can take 60-120+days;planning must be done well in advance! EXHIBIT C PAYMENT SCHEDULE Initial Deposit. An initial non-refundable deposit in the amount of fifteen percent (15%) of the total negotiated purchase agreement price be paid to a Bell designated bank account via a wire transfer within twenty (20) calendar days after the purchase agreement is executed by the Parties and receipt of a valid invoice for the deposit from Bell. Initial Deposit Amount: $668,476.20 Final Payment. The balance of payment is due Net 30 from the City's inspection and acceptance of the airframe and equipment and receipt of a valid Bell invoice. All payments shall be made in United States dollars by a single wire transfer or check drawn from Purchaser's account or such other negotiable instruments acceptable to Bell. Total Price: $4,456,508.00 Initial Deposit: $668,476.20 Balance Due: $3,788,031.80 EXHIBIT D WARRANTY Seller warrants each new helicopter to be free from defect in material or workmanship under normal use and service for 2,000 hours of operation or three (3) years from acceptance,whichever occurs first. Spare parts installed as warranty replacement on helicopters which are covered by this New Helicopter Warranty will be warranted for the balance of the original aircraft warranty. Seller assigns each manufacturer's warranty to Buyer to the extent such manufacturer's warranty exists and is assignable. Parts,components and assemblies of all helicopter parts may have been restored or reworked due to mars, blemishes,dents or other irregularities during the manufacturing process. Such restoration and/or rework are permitted under Seller's approved manufacturing and engineering processes and guidelines. The restoration and/or rework so completed do not render such items defective in material or workmanship. Seller's sole obligation under this warranty is limited to the repair or replacement of parts which are determined to Seller's reasonable satisfaction to have been defective within the applicable warranty period as described above. Replacement of parts may be either new or reconditioned at Seller's election and at the lowest allowable maintenance level contained in Seller's manuals, service bulletins or applicable supplier manuals.In addition,during the first year or within 2,000 hours of total aircraft time, whichever occurs first,the Seller shall reimburse Buyer at a rate up to$85.00 USD per hour for reasonable actual labor costs directly related to removal and reinstallation of parts determined to be defective; such reimbursement amount shall be in Seller's sole discretion and Seller shall not reimburse any labor costs which it does not deem to be reasonable or directly related to removal and reinstallation. Seller shall also reimburse reasonable freight charges, excluding insurance, customs fees, duties, handling fees, and taxes. Seller shall not reimburse Buyer for any parts repaired or replaced outside of the Seller's Warranty Claims Process unless express prior written authorization is granted by Seller's Warranty Department to Buyer for such repair or replacement. NO FAULT FOUND: Seller shall not reimburse Buyer for any costs related to the removal or reinstallation of such a part. WARRANTY CLAIM PROCESS: Defective parts must be reported in writing to the Seller's Warranty Administration within fourteen(14)days of being found defective.Parts may be repaired or replaced with new or reconditioned parts, at Seller's election. Warranty adjustment is contingent upon the Buyer complying with the Seller's Warranty Process as described in the Bell Helicopter VISTA Customer Portal and with the Seller's Warranty Administration disposition instructions for defective parts. Failure to properly comply with Seller's Warranty Process may,at Seller's sole option,void Seller's warranty as to the allegedly defective part. RETURN SHIPMENT: Parts returned to Seller will be eligible for remedy under this warranty only if the part is carefully packed by the Buyer for the return shipment. Damage occurring to a part due to improper packaging may result in the denial of a warranty claim. The party initiating shipment bears the risk of loss or damage to parts in transit. CORE RETURNS: Any core removed by Buyer for which Seller has furnished a replacement part through the Warranty Process shall be shipped by Buyer, with all historical service records, to a facility designated by Seller,within fourteen(14) days of receipt by Buyer of the replacement part. Buyer shall provide Seller with proof of shipment within fourteen(14)days following receipt of the replacement part. In the event that Buyer fails to provide Seller with such proof of shipment within the fourteen (14) days or fails to provide the applicable historical service records, Buyer shall be charged the invoiced value of the replacement part. WARRANTY AND LIABILITY DISCLAIMERS AND EXCLUSIONS: EXCEPT AS PROVIDED BY THIS AGREEMENT, THIS WARRANTY IS GIVEN AND ACCEPTED IN PLACE OF (i) ALL OTHER WARRANTIES OR CONDITIONS, EXPRESS OR IMPLIED, INCLUDING BUT NOT LIMITED TO THE IMPLIED WARRANTIES OR CONDITIONS OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE AND (ii) ANY OBLIGATION, LIABILITY, RIGHT, CLAIM OR REMEDY IN CONTRACT OR IN TORT, INCLUDING PRODUCT LIABILITIES BASED UPON STRICT LIABILITY,NEGLIGENCE, OR IMPLIED WARRANTY IN LAW. Except as provided by this Agreement, this warranty is the only warranty made by Seller. The Buyer's sole remedy for a breach of this warranty or any defect in a part is the repair or replacement of the helicopter part, reimbursement of reasonable freight charges, and reimbursement of reasonable labor costs directly related to removal and reinstallation as provided herein. Seller excludes liability, whether as a result of a breach of contract or warranty, negligence or strict product liability, for incidental or consequential damages, including without limitation, damage to the helicopter or other property, costs and expenses resulting from required changes or modifications to helicopter components and assemblies, changes in retirement lives and overhaul periods, local customs fees and taxes, and costs or expenses for commercial losses or lost profits due to loss of use or grounding of helicopters or otherwise. Seller makes no warranty and disclaims all liability in contract or in tort, including, without limitation, negligence and strict tort liability, with respect to work performed by third parties at Buyer's request and with respect to engines, engine accessories, batteries, paint, radios, Garmin equipment,Honeywell equipment,and Buyer furnished equipment or equipment manufactured by others and installed at Buyer's request. Seller makes no warranty and disclaims all liability with respect to components or parts damaged by, or worn due to, normal wear and tear, erosion or corrosion. Seller makes no warranty and disclaims all liability for consumables which are defined as items required for normal and routine maintenance or replaced at scheduled intervals shorter than the warranty period. "Consumables" include but are not limited to engine and hydraulic oil, oil filters, packings and o-rings, anti- corrosion and/or sealing compounds,brush plating material,nuts,bolts,washers,screws,fluids,compounds, and standard aircraft hardware that is readily available to aircraft operators from sources other than Seller. This warranty shall not apply to any helicopter part which has been repaired or altered outside Seller's factory in any way so as, in Seller's sole judgment, to affect its stability, safety or reliability.This warranty shall not apply to any helicopter part which has been subject to misuse,negligence or accident, or which has been installed in any aircraft which has been destroyed. Repairs and alterations which use or incorporate parts and components other than genuine Bell parts or parts approved by Bell for direct acquisition from sources other than Bell itself are not warranted by Bell,and this warranty shall be void to the extent that such repairs and alterations, in Seller's sole judgment,affect the stability,safety or reliability of the helicopter or any part thereof,or damage genuine Bell or Bell-approved parts. No person, corporation or organization, including Bell Authorized Customer Service Facilities, is authorized by Seller to assume for it any other liability in connection with the sale of its helicopters and parts. NO STATEMENT, WHETHER WRITTEN OR ORAL, MADE BY ANY PERSON, CORPORATION OR ORGANIZATION, INCLUDING BELL AUTHORIZED CUSTOMER SERVICE FACILITIES,MAY BE TAKEN AS A WARRANTY NOR WILL IT BIND SELLER. CHOICE OF LAW AND JURISDICTION: This warranty shall be interpreted under and governed by the laws of the State of Texas. All legal actions based upon claims or disputes pertaining to or involving this warranty including,but not limited to,Seller's denial of any claim or portion thereof under this warranty,must be filed in the courts of general jurisdiction of Tarrant County,Texas or in the United States District Court for the Northern District of Texas, Ft. Worth Division located in Ft. Worth, Tarrant County,Texas. EXHIBIT G E VERIFICATION OF SIGNATURE AUTHORITY Name: Bell Helicopter Textron Inc. Address: 3255 Bell Flight Blvd. Fort Worth, TX 76118 Execution of this Signature Verification Form ("Form") hereby certifies that the following individuals and/or positions have the authority to legally bind the Company and to execute any agreement, amendment or change order on behalf of Company. Such binding authority has been granted by proper order, resolution, ordinance or other authorization of Company. The City is fully entitled to rely on the warranty and representation set forth in this Form in entering into any agreement or amendment with Company. Company will submit an updated Form within ten (10) business days if there are any changes to the signatory authority. The City is entitled to rely on any current executed Form until it receives a revised Form that has been properly executed by the Company. 1. Name: Rick D. Van Zandt Position: Director, Commercial Business Contracts Signature 2. Name: Veronica Rojas P s' ion:Manager, Contracts e,,-_� Signature 3. Name: Parker Perego Position:Regional Contracts Manager Signature Name: Mi nyd Signature of resident/CEO Other Title: Date: ' S JoAe ;L01q City of Fort Worth, Texas Mayor and Council Communication DATE: 01/28/20 M&C FILE NUMBER: M&C 20-0042 LOG NAME: 13P19-0017 HELICOPTER PD CG SUBJECT Authorize the Execution of an Agreement in the Amount of$4,464,308.00 with Bell Textron Inc.for the Purchase of a Bell 505 Helicopter for the Police Department using existing CCPD Capital Projects Fund Appropriations and Adopt Appropriation Ordinance in the General Capital Projects Fund in the Amount of$876,808.00 (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the execution of an Agreement with Bell Textron Inc.in an amount up to$4,464,308.00 for the purchase of a Bell 505 helicopter, training courses,and maintenance tooling;and 2. Adopt the attached appropriation ordinance adjusting appropriations in the General Capital Projects Fund by decreasing receipts and appropriations in the Technology-Police project(City Project No. P00034)in the amount of$876,808.00 and increasing receipts and appropriations in the Police—Helicopter project(City Project No. 101348)by the same amount. DISCUSSION: In 2016,the Police Department approached the Purchasing Division for assistance with the purchase of a new Police helicopter to aid in Police patrol missions and for air monitoring. The Police Department currently has two helicopters,a 1996 helicopter with 24,000 flight hours and a 2003 helicopter with 13,900 flight hours. The Police Department originally intended to use Grant Funds to purchase a new helicopter. In July 2016,the Purchasing Division issued a Request for Proposals(RFP)for the purchase of a helicopter. The city received three proposals. The proposals were subsequently rejected by City Council in June of 2017 because the grant funds were scheduled to expire and the analysis of the proposals was not completed in time(M&C P-12064). After the proposals were rejected,the Purchasing Division worked with Police staff to restructure the RFP and to revise the RFP's specifications to ensure that all of Police's requirements were included in the new RFP. In addition, Police staff worked to secure non-grant funds for the purchase of a new helicopter. A new RFP for the helicopter was issued on June 5, 2019 with the responses due on July 19, 2019. The RFP allowed the City to consider purchasing a larger helicopter to perform various missions, a smaller patrol/observation helicopter, or both helicopters. In addition,the RFP requested information and pricing for training and tooling. The RFP used the following criteria for the evaluation of the proposals: Product liability and product support of the proposer and Up to 10 the proposer's goods or services, including references points Extent to which the proposed helicopter meets or exceeds Up to 30 the City's needs points Warranty Up to 10 points Delivery timeframe Up to 10 points Quantity of airframes completed as law enforcement Up to 15 helicopters for US based law enforcement agencies in the points last 60 months Total long-term cost to the City to acquire,maintain,and ]�Upto25� operate the proposer's helicopter points The City received two proposals. The proposals were evaluated by a panel made up of representatives from the Police Department and the Aviation Department. It was determined that the patrol/observation helicopter best suited the Police Department's needs. Bell Textron Inc. (Bell)received a higher score for the patrol/observation helicopter through the evaluation process; therefore, staff recommends awarding a contract to Bell for the purchase of a Bell 505 helicopter. The contract price is as follows: Bell 505 Aircraft, Kits,and Customization $2,415,690.00 Purchase and Installation of Technology Equipment $ 1,709,011.00 Bell Training Course $ 244,800.00 Maintenance Tooling 1$ 94,807.00 Total $4,464,308.00 Bell will provide a 3-year/2000-hour warranty. It is anticipated that the helicopter will be delivered in November 2020. The funding for the purchase will come from funds from the Crime Control and Prevention District(CCPD)and unused police capital funds. Funds from the CCPD The Crime Control and Prevention District Board approved funding of$3,600,000.00 for the purchase of a helicopter.The City Council approved the funding for the helicopter in 2016 and 2017(M&C G-18795, Resolution Number 4675-09-2016,and M&C G-19095). Unused Police Capital Funds The remaining$876,808.00 will come from unused police capital projects from 2016 as detailed in the FY2016 Windup M&C(G-18828). In 2016, $2,650,000.00 was allocated to cover the costs of various police capital projects, including an upgrade to the police in-car video system. This project was later funded by an alternate funding source leaving$876,808.00 available to use towards the purchase of the police helicopter. MWBE Office-A waiver of the goal for MWWBE subcontracting requirements was requested by the Purchasing Division and then approved by the M/WBE office, in accordance with the BDE Ordinance, because the purchase of goods or services is from sources where contracting or supplier opportunities are negligible. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies upon approval of the above recommendations,execution of the contract,and adoption of the attached appropriation ordinance,funds will be available in the General Capital Projects and CCPD Capital Projects Funds Police-Helicopter project. Prior to an expenditure being incurred,the Police Department has the responsibility of verifying the availability of funds. Submitted for City Manager's Office by. Kevin Gunn 2015 Originating Business Unit Head: Reginald Zeno 8517 Edwin Kraus 4212 Additional Information Contact: Cynthia Garcia 8525 Jack Dale 8357