Loading...
HomeMy WebLinkAboutContract 54512 City Secretary Contract No. 54512 FORT WORTH, "1141 VENDOR SERVICES AGREEMENT 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 and SEF BUILDERS INC. — SUPERIOR FENCING ("Vendor"), a domestic for-profit corporation, each individually referred to as a"party"and collectively referred to as the"parties." AGREEMENT DOCUMENTS: The Agreement documents shall include the following: 1. This Vendor Services Agreement; 2. Exhibit A—Scope of Services; 3. Exhibit B—Price Schedule;and 4. Exhibit C—Verification of Signature Authority Form. Exhibits A,B and C,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 Exhibits A, B or C and the terms and conditions set forth in the body of this Agreement,the terms and conditions of this Agreement shall control. 1. Scope of Services. Vendor agrees to provide services for a one time gate replacement and annual gate repairs on an as needed basis for the Police Department. Exhibit"A,"-Scope of Services more specifically describes the services to be provided hereunder. 2. Term. This Agreement shall begin on the date signed by the Assistant City Manager below ("Effective Date") and shall expire on October 31, 2021 ("Expiration Date"), unless terminated earlier in accordance with this Agreement("Initial Term"). City shall have the option,in its sole discretion,to renew this Agreement under the same terms and conditions,for up to four(4)one-year 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`B,"—Price Schedule. Total payment made under this Agreement for the [first] year by City shall be in an amount up to$105,200.00. Payments for the following years,if the Agreement is renewed pursuant to section 2 above, shall be as described in Exhibit B. 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. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Vendor Services Agreement Page 1 of 16 SEF Builders and FWPD City Secretary Contract No. 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 funds 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 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 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 termination. 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 full 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 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 Seller. It will be the responsibility of Seller 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. 5.4 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 Vendor Services Agreement Page 2 of 16 SEF Builders and FWPD City Secretary Contract No. 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,Vendors and subVendors.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 subVendors. Vendor further agrees that nothing herein shall be construed as the creation 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 subVendor of Vendor. Neither Vendor, nor any officers, agents, servants, employees or subVendor 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 subVendor. 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 HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS, AGENTS,SERVANTS AND EMPLOYEES,FROMAND AGAINST ANYAND ALL CLAIMS OR LAWSUITS OFANYKIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTYDAMAGE OR LOSS(INCL UDINGALLEGED DAMAGE OR LOSS TO VENDOR'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 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 Services Agreement Page 3 of 16 SEF Builders and FWPD City Secretary Contract No. 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 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 may 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 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, sub Vendor shall execute a written agreement with Vendor referencing this Agreement under which sub Vendor 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. Vendor shall provide City with certificate(s) of insurance documenting policies of the following types and 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 Vendor Services Agreement Page 4 of 16 SEF Builders and FWPD City Secretary Contract No. $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 Vendor, its employees, agents, representatives in the course of providing services under this Agreement. "Any vehicle" shall be any vehicle owned,hired and non-owned. (c) Worker's Compensation: Statutory limits according to the Texas Workers' Compensation Act or any other state workers' compensation laws where the work is being performed Employers' liability $100,000- Bodily Injury by accident; each accident/occurrence $100,000- Bodily Injury by disease; each employee $500,000- Bodily Injury by disease;policy limit (d) Professional Liability(Errors&Omissions): $1,000,000- Each Claim Limit $1,000,000- Aggregate Limit Professional Liability coverage may be provided through an endorsement to the Commercial General Liability (CGL) policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage shall be claims-made,and maintained for the duration of the contractual agreement and for two (2) years following completion of services provided. An annual certificate of insurance shall be submitted to City to evidence coverage. 10.2 General Requirements (a) The commercial general liability and automobile liability policies shall name City as an additional insured thereon, as its interests may appear. The term City shall include its employees, officers, officials, agents, and volunteers in respect to the contracted services. (b) The workers' compensation policy shall include a Waiver of Subrogation (Right of Recovery)in favor of City. (c) A minimum of Thirty (30) days' notice of cancellation or reduction in limits of coverage shall be provided to 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, 200 Texas Street, Fort Worth, Texas 76102, with copies to the Fort Worth City Attorney at the same address. Vendor Services Agreement Page 5 of 16 SEF Builders and FWPD City Secretary Contract No. (d) 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. (e) Any failure on the part of City to request required insurance documentation shall not constitute a waiver of the insurance requirement. (f) Certificates of Insurance evidencing that Vendor has obtained all required insurance shall be delivered to the City prior to Vendor proceeding with any work pursuant to this Agreement. 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, subVendors and successors in interest, as part 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, SUBVENDORSS 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 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 VENDOR: City of Fort Worth SEF Builders,Inc. Attn: Jesus Chapa Superior Fencing 200 Texas Street Jeff Frank,President Fort Worth,TX 76102-6314 432 Blackjack Trail Facsimile: (817)392-8654 Keller,TX 76248 superiorfencing@earthlink.net 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 Vendor Services Agreement Page 6 of 16 SEF Builders and FWPD City Secretary Contract No. 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. 16. 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. Governine 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. SeverabiH . 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, compliance with any government law, ordinance or regulation, acts of God, acts of the public enemy, fires, strikes, lockouts, natural disasters, wars, riots, epidemics or pandemics, material or labor restrictions by any governmental authority,transportation problems,restraints or prohibitions by any court, board, department, commission, or agency of the United States or of any States, civil disturbances, other national or regional emergencies,and/or any other similar cause not enumerated herein but which is beyond the reasonable control of the Party whose performance is affected (collectively "Force Majeure Event"). The performance of any such obligation is suspended during the period of, and only to the extent of, such prevention or hindrance, provided the affected Party provides notice of the Force Majeure Event, and an explanation as to how it hinders the party's performance, as soon as reasonably possible, as determined in the City's discretion, after the occurrence of the Force Majeure Event. The form of notice required by this section shall be the same as section 13 above. 20. Headinas not ControllinE. 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 A,B, and C. 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. Vendor Services Agreement Page 7 of 16 SEF Builders and FWPD City Secretary Contract No. 23. Entirety of Agreement. This Agreement, including Exhibits A, B and C, 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 conforms with the warranty, or (b) refund the fees paid by City to Vendor for the nonconforming services. 26. ImmiEration 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(I-9). Upon request by City,Vendor shall provide City with copies of all I-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'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"C".Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. Vendor Services Agreement Page 8 of 16 SEF Builders and FWPD City Secretary Contract No. 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. No Boycott of Israel. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor 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,Vendor certifies that Vendor's signature provides written verification to the City that 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. (signature page follows) Vendor Services Agreement Page 9 of 16 SEF Builders and FWPD City Secretary Contract No. ACCEPTED AND AGREED: CITY OF FORT WORTH CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including By: Jesus J.Chapa(Sep 24, 02 ensuring all performance and reporting Name:Jesus J.Chapa requirements. Title: Deputy City Manager APPROVAL RECOMMENDED: By: �, , Kane(Sep 21,2020 22:00 CDT) Name: Sasha Kane 6Ol 1A,�'� 1 Title: Sr. Contract Compliance Specialist Edwin Kraus(Sep 24,2020 09:47 CDT) By: Name: Edwin Kraus APPROVED AS TO FORM AND Title: Chief of Police LEGALITY: paa�FORt��a ATTEST: v�o °9 d Pvo o=d By. dpQo° oaf 2 Name: Taylor Paris as y: rRonaldP.Gonzales(Sep24202014 DT) B : 61 Title: Assistant City Attorney TLX p5oa j Name: Mary J. Kayser Title: City Secretary CONTRACT AUTHORIZATION: M&C: 20-0654 Date Approved: 09-15-2020 Form 1295 Certification No.: 2020-659933 SEF BUILDERS INC. SUPERIOR FENCING By: Name: Jeff Fr.nk ' �� Title: President OFFICIAL RECORD CITY SECRETARY FT.WORTH, TX Vendor Services Agreement PASS 10 A 16 SEF Builders and FWPD City Secretary Contract No. EXHIBIT A SCOPE OF SERVICES Vendor will provide gate replacement and repair services for the below locations as described below. 1.0 5650 E LANCASTER AVENUE GATE 1.1 The Lancaster location currently has two automatic gates (entrance and exit), see picture below. The gates no longer operate appropriately. Contractor shall repair gates to fully functioning condition. 1.2. Contractor shall submit a proposal that includes the price breakdown to repair gates. The price breakdown shall include, but not limited to, the number of labor hours and parts needed to make the gates fully functioning. 1.3 After initial repair,Contractor shall continue to provide repair services onan as needed basis throughout the duration of this agreement. y p _ - W4Rn ANEIIp no� Q • L �� map MaXF 2.0 3235 MARQUITA LOCATION 2.1 The Marquita location currently has two manual gates (entrance and exit), see picture below. The City is requesting that Contractor replace these gates with automatic gates. 2.2 Contractor shall submit a proposal that includes the price breakdown to replace both manual gates to automatic gates.Price breakdown shall include,but not limited to installation cost,labor,motors,gates,etc. Proposal shall also state the type of automatic gates replacing location's manual gates. 2.2.1 Contractor's Total Cost shall be provided on Line item 2 of the City of Fort Worth Bid Offer. 2.3 Contractor shall perform all work during normal business hours,Monday through Friday,8AM-5PM. Vendor Services Agreement Page 11 of 16 SEF Builders and FWPD City Secretary Contract No. 2.4 Contractor shall coordinate with City of Fort Worth Property Management and ITS360 to install new gates, operators,andpedestals. 2.4.1 After award, City shall provide contact information to awardedContractor. 2.5 Contractor shall provide repair services on an as needed basis throughout the duration of this Agreement. .rGuxc9gaTp'.yr"-t`.,'9&'- ••--• ._. A+ _ 3.0 REPAIR REQUIREMENTS 3.1 The Contractor shall provide all equipment,materials,labor,tools,incidentals, expendable items,personnel protective equipment, and transportation necessary for proper execution and completion of maintenance,repair,and replacement services for gates. The materials and services provided by the Contractor shall comply with all current Federal, State and local laws,City of Fort Worth ordinances,rules and regulations. 3.2 The Contractor shall notify the City's identified point of contact at each work site with an estimated time of arrival one(1)business day prior to beginning work at the City location,unless the City representative indicates additional notification time at the time of the request. 3.3 In response to a repair call,the Contractor shall inspect the entire gate and mechanismbefore repairs begin to ensure that no other repairs arerequired. 3.4 The Contractor shall repair all gates,components,and associated equipment when requested by the City so that they operate to the original manufacturer's performance specifications. Vendor Services Agreement Page 12 of 16 SEF Builders and FWPD City Secretary Contract No. 35 The Contractor shall provide a work order ticket to the City representative detailing all repairs performed. The work order ticket shall be signed by the City representative on completion ofvx& 3.6 Contractor shall provide a minimum one(1)year warranty against defects of materials, services,and workmanship. 3.7 The Contractor shall be responsible for the immediate clean-up of the work area and the removal of debris to broom clean status.Cleaning of the work area shall be subject to the City representative's inspection and approval. 3.8 The Contractor shall be responsible for damage done to property or equipment as direct result of the Contractor's actions. 3.9 Should the Contractor and/or his employees cause any damage to City property,the Contractor shall immediately inform the City's representative. The Contractor shall make repairs or replacement to the satisfaction of the City representative at no cost to the City. The City may,however, at its sole discretion, elect to make repairs or replacements of damaged property and deduct the cost from any payments owed to Contractor or to recover costs if no payments are owed. 3.10 The Contractor shall perform non-emergency repair services on an as-needed basis for both Lancaster and Marquita locations when requested by the Police Department. Non-emergency repairs are defined as minor repairs that are needed,but not required,to keep the gate functioning(immediately opening and closing). 3.11 The Contractor shall acknowledge receipt of non-emergency repair requests within two(2)business hours by phone or email to the Cityrepresentative. 3.12 The Contractor shall provide a quote that clearly distinguishes the cost of parts and labor in writing or email within one(1)business day for approval by the City representative in writing or email prior to the start of thework. 3.13 The Contractor shall complete non-emergency repairs within two (2)business days of the City's request,or in a timeframe mutually agreed upon between the Contractor and City representative. 3.14 Contractor shall provide repair service as-needed,Monday-Friday8:00AM-5:OOPM. 4.0 REPLACEMENT PARTS 4.1 The Contractor shall be able to provide replacement parts,including up to a complete installation/replacement of new automatic gates for bothlocations. 4.2 The Contractor shall maintain an adequate inventory of replacement parts to ensure minimal down time during the replacement and repair of both gate locations. The City and Contractor can estimate an adequate parts inventory for repairs. 4.3 The Contractor and the City will mutually agree on what an adequate parts inventory is based on the gates at City locations. Vendor Services Agreement Page 13 of 16 SEF Builders and FWPD City Secretary Contract No. 4.4 The Contractor shall use parts,lubricants, and chemicals associated with the repairs of the gates that meet the manufacturers' specifications and standards for the type of gates being repaired. 4.5 All replacement parts shall be of the same or higher quality and of the same manufacturing design as the parts being replaced. Replacement parts may be new or reconditioned to the original manufacturer's specifications. 4.6 The Contractor shall invoice all parts used for gate repairs at the percentage discount off listed on the City of Fort Worth Bid Offer. Vendor Services Agreement Page 14 of 16 SEF Builders and FWPD City Secretary Contract No. EXHIBIT B PRICE SCHEDULE Line Details Line: 1 Description: Qty Unit UnitPrice Total Labor,Gate repair,Monday-Friday,8AM-5PM 1000.00 HR $60.00 $60,000.00 Line: 2 Description: Qty Unit UnitPrice Total Total cost to replace Marquita gate with 1.00 automatic gate $45,200.00 $45,200.00 Total Bid Amount: $105,200.00 All other parts and materials at Manufacturer's List Price less O%discount Professional Services Agreement MAXIMUS Consulting Services, Inc.,Page 15 of 16 EXHIBIT C VERIFICATION OF SIGNATURE AUTHORITY Execution of this Signature Verification Form ("Form") hereby certifies that the following individuals and/or positions have the authority to legally bind Vendor and to execute any agreement, amendment or change order on behalf of Vendor. Such binding authority has been granted by proper order, resolution, ordinance or other authorization of Vendor. City is fully 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) business 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. 1. Name: Position: Signature 2. Name: Position: Signature 3. Name: Position: Signature Name T �FZfl o k— Signat a of President/CEO Other Title: I (� Date: 9 � � v . 1 Vendor Services Agreement—Exhibit C Page 16 of 16 M&C Review Page 1 of 2 Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FORT, REFERENCE **M&C 20- 13P20-0177 GATE DATE: 9/15/2020 NO.: 0654 LOG NAME: REPLACEMENT AND REPAIRS AR PD CODE: P TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 3 and CD 5)Authorize Agreement with SEF Builders, Inc. in an Annual Amount Up to$105,200.00 for Gate Replacement and Continued Repairs for the Police Department and Authorize Four Annual Renewal Options RECOMMENDATION: It is recommended that the City Council authorize an agreement with SEF Builders, Inc. in an annual amount up to $105,200.00 for gate replacement and continued repairs for the Police Department and authorize four one-year renewal options. DISCUSSION: The Police department approached the Purchasing Division to procure an annual agreement for gate replacement and repair services for their East and West Divisions. The procurement will be for the one time replacement of gates located at 3525 Marquita Drive, and an annual agreement for maintenance repair services as needed for both divisions. The replacement and repair of the gates at both locations will provide safety and security for City personnel. In order to procure these services, Purchasing issued a Request for Proposals (RFP)consisting of detailed specifications including the requirements for the replacement and repair of the gates. This RFP was advertised in the Fort Worth Star-Telegram on July 1, 2020, July 8, 2020 and July 15, 2020. The City received one bid. The Bid was evaluated on best value criteria including extent of the services meeting the City's needs, reputation of proposers and services offered, and cost. Staff from the Police Department evaluated the proposal submitted and recommends awarding a one-year agreement to SEF Builders, Inc. with four one-year options to renew. No guarantee was made that a specific amount of the repair services will be purchased. In addition, an administrative change order or increase may be made by the City Manager up to the amount allowed by relevant law and the Fort Worth City Code and does not require specific City Council approval as long as sufficient funds have been appropriated. A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Purchasing Division and approved by the M/WBE Office, in accordance with the BDE Ordinance, because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. Upon City Council approval, the contract shall begin on execution and end one year from that date. The West Division is located in COUNCIL DISTRICT 3 and East Division is located in COUNCIL DISTRICT 5. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the CCPD Capital Projects Fund for the PD Gate/Fence Improvements project to support the approval of the above recommendation and authorization of the agreement. Prior to any expenditure being incurred, the Police Department has the responsibility to validate the availability of funds. BQN\\ http://apps.cfwnet.org/council_packet/mc—review.asp?ID=28223... 9/24/2020 M&C Review Page 2 of 2 TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year (Chartfield 2) Submitted for City Manager's Office by: Jesus J. Chapa (5804) Originating Department Head: Reginald Zeno (8517) Additional Information Contact: Cynthia Garcia (8285) A'ja Robertson (8585) ATTACHMENTS http://apps.cfwnet.org/council_packet/mc—review.asp?ID=28223... 9/24/2020