Loading...
HomeMy WebLinkAboutContract 55959 CSC No. 55959 PURCHASE OFA LIEBERT UPS SYSTEM INSTALLATION AND START-UP SERVICES AGREEMENT This PURCHASE, INSTALLATION AND SERVICES AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WORTH(the"City"), a home rule municipal corporation situated in portions of Tarrant, Parker, Denton, and Wise Counties, Texas, as executed by Dana Burghdoff, its duly authorized Assistant City Manager, and DataSpan Holdings, Inc. ("Vendor"), a Texas Corporation, as executed by John J. Bates, its duly authorized Vice-President of Operations, each individually referred to as a"party" and collectively referred to as the "parties." CONTRACT DOCUMENTS: The Contract documents shall include the following: 1. This Agreement for the purchase of Liebert UPS System,which shall include the Liebert UPS,Battery Cabinet, Bypass Cabinet, Electrical Installation, Start-up Services and Warranty as fully described in Exhibit"A" 2. Exhibit"A": Scope of Services Specifications and Requirements 3. Exhibit"B": Vendor's Guaranteed Unit Prices 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 Purchase and Services Agreement shall control. 1. SCOPE OF SERVICES. Vendor hereby agrees to provide the City with a Liebert UPS System,which shall include the Liebert UPS, Battery Cabinet, Bypass Cabinet, Electrical Installation, Start-up Services and Warranty as fully described in Exhibit"A"with a three(3)year warranty and preventative maintenance and repair services for the City of Fort Worth.Attached hereto and incorporated for all purposes incident to this Agreement is Exhibit"A," Scope of Services Specifications and Requirements. Vendor warrants that it will exercise reasonable skill,care and diligence in the performance of its services and will carry out its responsibilities in accordance with customarily accepted professional practices and applicable laws. 2. TERM. This Agreement shall begin on the date it is completely executed and shall expire on July 31, 2025, unless terminated earlier in accordance with this Agreement("Initial Term"). 3. COMPENSATION. The City shall pay Vendor in accordance with the fee schedule in accordance with the provisions of this Agreement and Exhibit`B"—Unit Prices. The not to exceed amount of the Agreement shall be Nine-Eight Thousand Dollars($98,000.00)to include installation within six(6) months of Vendor receiving a purchase order and three (3) years of warranty for parts and labor with full preventative maintenance and repair. 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 expense in writing. 4. TERMINATION. 4.1. Written Notice. The 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. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 4.2 Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by the 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 the City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds shall have been appropriated. 4.3 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date,the City shall pay Vendor for services actually rendered up to the effective date of termination and Vendor shall continue to provide the City with services requested by the City and in accordance with this Agreement up to the effective date of termination. 5. DISCLOSURE OF CONFLICTS AND CONFIDENTIAL INFORMATION. Vendor hereby warrants to the City that Vendor has made full disclosure in writing of any existing 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 promptly to make full disclosure to the City in writing upon its first knowledge of such conflict. Vendor,for itself and its officers,agents and employees,further 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 panty without the prior written approval of the City, except to the extent that such disclosure is required by applicable law or court order and then only after prior notice to and consultation with the City. 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 the City promptly if the security or integrity of any City information has been compromised or is believed to have been compromised. 6. RIGHT TO AUDIT. Vendor agrees that the City shall, until the expiration of three (3) years after final payment Under this Agreement,have access to and the right to examine at reasonable times any directly pertinent books,documents,papers and records of the Vendor involving transactions relating to this Agreement at no additional cost to the City. Vendor agrees that the 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. The City shall give Vendor at least five(5)business days' advance notice of intended audits. Vendor 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, 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. The audit rights conferred by this section shall not permit the City to access records related to the pricing of fixed-price or lump sum amounts,the build-up of agreed rates or unit prices,or Vendor's estimating records. 7. INDEPENDENT CONTRACTOR. It is expressly understood and agreed that Vendor shall operate as an independent contractor as to all rights and privileges granted herein, and not as agent, representative or employee of the 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, contractors and subcontractors. Vendor acknowledges that the doctrine of respondeat superior shall not apply as between the City, its officers, agents, servants and employees, and Vendor, its officers, agents, employees, servants, contractors and subcontractors. Vendor further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Vendor. 8. LIABILITY AND INDEMNIFICATION. VENDOR SHALL RELEASE,DEFEND, INDEMNIFY AND HOLD HARMLESS CITY AND ITS OFFICERS, AGENTS AND EMPLOYEES FROM AND AGAINST ALL DAMAGES, CLAIMS, LOSSES, DEMANDS, SUITS, JUDGMENTS AND COSTS, INCLUDING REASONABLE ATTORNEYS FEES AND EXPENSES, FOR PERSONAL INJURIES (INCLUDING DEATH) AND THIRD-PARTY PROPERTY DAMAGE TO THE EXTENT CAUSED BY THE NEGLIGENT ACT OR OMISSION OF VENDOR, ITS OFFICERS,AGENTS,EMPLOYEES,OR SUBCONTRACTORS IN THE PERFORMANCE OF SERVICES UNDER THIS AGREEMENT. THE VENDOR SHALL NOT BE OBLIGATED OR LIABLE TO THE CITY FOR ANY CLAIM ARISING IN CONNECTION WITH THIS AGREEMENT EXCEPT ITS OWN NEGLIGENCE THAT IS THE FAULT OF THE VENDOR, AND/OR ITS AGENTS, EMPLOYEES, OR SUBCONTRACTORS,OR OTHERS FOR WHOM VENDOR IS LEGALLY RESPONSIBLE. NOTWITHSTANDING THE FOREGOING, VENDOR AGREES, TO THE FULLEST EXTENT PERMITTED BY LAW,TO INDEMNIFY AND HOLD HARMLESS CITY AND ITS OFFICERS,AGENTS AND EMPLOYEES AGAINST COSTS, DAMAGES, OR LOSSES, INCLUDING REASONABLE ATTORNEYS' FEES AND EXPENSES, RESULTING FROM CLAIMS BY THIRD PARTIES FOR PERSONAL INJURIES(INCLUDING DEATH)OR PROPERTY DAMAGE TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OF VENDOR, ITS OFFICERS, AGENTS, EMPLOYEES, OR SUBCONTRACTORS IN THE PERFORMANCE OF SERVICES UNDER THIS AGREEMENT. VENDOR SHALL NOT BE OBLIGATED TO DEFEND OR INDEMNIFY CITY AND ITS OFFICERS,AGENTS AND EMPLOYEES FOR THEIR RESPECTIVE NEGLIGENCE OR WILLFUL MISCONDUCT. 9. ASSIGNMENT AND SUBCONTRACTING. Vendor shall not assign or subcontract any of its duties,obligations or rights under this Agreement without the prior written consent of the City. If the City grants consent to an assignment, the assignee shall execute a written agreement with the City and the Vendor under which the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement, and Vendor shall have no further liability or obligations under the assigned portion of the Agreement. If the City grants consent to a subcontract, the Vendor shall require such subcontractor to execute a written agreement with the Vendor referencing this Agreement and requiring subcontractor to be bound by duties and obligations substantially similar to those of the Vendor under this Agreement as such duties and obligations may apply to the subcontractor's scope of services. The Vendor shall provide the City with a fully executed copy of any such subcontract upon request,with any financial and proprietary information redacted. 10. INSURANCE. Vendor shall provide the City with certificate(s)of insurance documenting policies of the following coverage limits that are to be in effect prior to commencement of any services 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 accident on a combined single limit basis or $250,000 Bodily injury per person $500,000 Bodily injury per occurrence $100,000 Property damage Coverage shall be on any vehicle used by the Vendor, 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 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. (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 the City to evidence coverage. 10.2 Certificates. Certificates of hlsurance evidencing that the Vendor has obtained all required insurance shall be delivered to the City prior to Vendor proceeding with any services pursuant to this Agreement.All policies except Workers' Compensation and Professional Liability shall be endorsed to name the City as an additional insured thereon,as its interests may appear. All policies except Professional Liability and Employer's Liability shall contain a Waiver of Subrogation for the benefit of the City of Fort Worth. The term City shall include its employees,officers,officials,agent, and volunteers in respect to the contracted services.Any failure on the part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirement. A minimum of thirty (30) days' notice of cancellation of coverage shall be provided to the City. Ten(10)days' notice shall be acceptable in the event of non-payment of premium. Such terms shall be endorsed onto Vendor's insurance policies. 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. 10.3 Waiver of Subrogation for Property Insurance. The City and Vendor waive all rights against each other and their officers,officials,directors, agents, or employees for damage covered by builder's risk insurance during and after the completion of Vendor's services. If the services result in a construction phase related to the project, a provision similar to this shall be incorporated into all construction contracts entered into by the City, and all construction contractors shall be required to provide waivers of subrogation in favor of the City and Vendor for damage or liability covered by any construction contractor's policy of property insurance, including builder's risk provided by such contractor, if applicable. 11. COMPLIANCE WITH LAWS ORDINANCES RULES AND REGULATIONS. Vendor agrees to comply with all applicable federal,state and local laws,ordinances,rules and regulations. If the City notifies Vendor of any violation of such laws, ordinances, rules or regulations, Vendor shall promptly desist from and correct the violation. 12. NON-DISCRIMINATION COVENANT. Vendor,for itself, its personal representatives,assigns, subcontractors 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. 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 The CITY: To VENDOR: City of Fort Worth DataSpan Holdings, Inc. Attn: Chris Harder,PE, Water Dept. Director Attn: John J Bates, Vice-President, Operations 200 Texas Street 13755 Hutton Drive,#300 Fort Worth TX 76102-6311 Farmers Branch,TX 75234 Facsimile: (817)392-8654 Facsimile: (866)914-5686 14. GOVERNMENTAL POWERS. It is understood and agreed that by execution of this Agreement,the City does not waive or surrender any of its governmental powers. 15. NO WAIVER. The failure of the 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 the City's or Vendor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 16. GOVERNING LAW/VENUE. This Agreement shall be construed in accordance with the internal laws of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought on the basis of 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. 17. 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. 18. FORCE MAJEURE. The 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 (force majeure), 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. 19. HEADINGS NOT CONTROLLING. Headings and titles used in this Agreement are for reference purposes only and shall not be deemed a part of this Agreement. 20. 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. 21. AMENDMENTS/MODIFICATIONS/EXTENSIONS. No extension,modification or amendment of this Agreement shall be binding upon a party hereto unless such extension, modification, or amendment is set forth in a written instrument, which is executed by an authorized representative and delivered on behalf of such party. 22. ENTIRETY OF AGREEMENT. This Agreement contains all of the covenants,statements,representations and promises agreed to by the parties. To the extent of any conflict, this Agreement supersedes the terms, conditions, and representations set forth in the City's Request for Proposals,Vendor's Proposal and revised cost. No agent of either party has authority to make,and the parties shall not be bound by,nor liable for,any covenant,statement,representation or promise not set forth herein. The parties may amend this Agreement only by a written amendment executed by both parties. 23. 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. The other party is fully entitled to rely on this warranty and representation in entering into this Agreement. 24. PROHIBITION ON CONTRACTING WITH COMPANIES THAT BOYCOTT ISRAEL Contractor 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, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott Israel; and (2)will not boycott Israel during the term of the contract. Signature wage for Liebert UPS System I-N WITNIi,,S,W13ER OF,this Agreement shall be deeuted fully executed and effective as of the date signed by the City Secretary shown beloNk. CITY OF FORT WORTH DATASPAN HOLDINGS, INC. Dana Burghdoff(Jul 6,202 :09 CDT) J Dana E3urghdoff Nat .lolm.1. Bates Assistant City Manager -1"itle: Vicc-President.Operations APPROVAL_RECOMMENDED: aw_45l� HArd&r Date: T Z! 1 2_c)Z 1 }IV:Christopher Harder(Jun 23,202107:33CDT) Chris Harder,P.E. Director, Water APPROVED AS TO FORM AND LEGALITY: Witness: Chrisfop R. -E4ynolds Christy R.Lopez-Reynolds(Jul 2,202113:14 CDT) By; Christa R, Lopez-Reynolds Name: _ OiN_.,.._ , �i�it/61L- Sr.Assistant City Attorney Title: � Date: ATTEST: OiOFORrA�a o Fj�° °0�0. CC�� ..° o_3y. Mary Kayser ^�v o T., gCity Secretary � o° �[ Date: Jul 7,2021 aa��EXASoAp� No M&C"Requited Contract Compliance Manager: By signing 1 acknowledge that I am the person responsible for the monitorim)and administration of lhis contract,including ensuring all performance and reporting requirements. e Patricia Stanley(Jun 22,20 r10:13 CDT) Patricia E: Stanley klanagement rtnalyst 11 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX EXHIBIT A SPECIFICATIONS FOR LIEBERT UPS SYSTEMS 1.0 SCOPE l.1. The City of Fort Worth Water and Wastewater Central Laboratory(City) seeks bids from qualified suppliers for the replacement of a Liebert UPS System, which shall include the Liebert UPS, Battery Cabinet, Bypass Cabinet, Electrical Installation, Start-up Services and Warranty. 1.2. The purpose of the Liebert UPS Systems is to protect highly sensitive laboratory equipment in preventing any power interruptions during critical analyses. 1.3. The submission of a quote by the bidder shall be considered evidence of compliance with the requirements. 1.4. Unit price shall be inclusive all cost for the Liebert UPS System including hazardous handling fee, fuel, fuel surcharge, travel and shipping/delivery charges. The City of Fort Worth also reserves the right to order and be charged in the method that is most advantageous for the City. No additional charges will be acceptedor paid by the City. 1.5. All items supplied resulting from this bid shall be of recent production, unused and suitable for their intended purpose. 2.0 DURATION 2.1. The term of the Agreement shall be for(3)three-year period to include the purchase of the Liebert UPS System, installation and service agreement. Installation to be completed within 6- months of supplier receiving the purchase order. 3.0 DOCUMENTS 3.1. Operating Manuals 3.2. UL Product Certificate 4.0 DEFINITIONS 4.1. No Substitutions or Equivalent: product shall be supplied as the specific item by the originating manufacturer and/or supplier. 4.2. UL Product Certificate/UL Listed: The National Electrical Code requires that all items installed in a building be tested by an NRTL, generally that means UL listed. The product has been tested by UL to nationally recognized safety and sustainability standards. NO SUBSTITUTIONS OR EQUIVALENT 5.0 REQUIREMENTS FOR LIEBERT EXM SINGLE MODULE UPS SYSTEM 5.1. System Input Voltage of 480V, 60Hz, 3-Phase 3-Wire plus ground 5.2. System Output Voltage of 28/120V, #-Phase, 4-Wire plus ground 5.3. Fixed Capacity 40kVA UPS System 5.4. System to include 20kVA 208V redundant module 5.5. 208V Native Output Voltage 5.6. Single Input Configuration 5.7. IntelliSlot Unity Dual Protocol Card; Monitoring, configuration and environmental sensors through stand-alone Web Ul. 5.8. Transformer-Free Architecture: Efficiency up to 95% in double conversion mode 5.9. Unity Power Factor Rating: Deliver more usable power per kVA 5.10. Load Power Factor Support: Supports loads 0.5 lagging to unity without derating 5.11. EOM [Energy Optimization Mode—Eco Mode] 5.12. 65kAIC Rating: Provides interrupting rating and labeling of 65kA 5.13. Active Power Factor Corrected IGBT Input Converter 5.14. PWM transistorized [IGBT] inverter 5.15. Continuous Duty Static Bypass Switch 5.16. Input Contacts: Dry contacts for functions including a permissive signal to maintenance bypass SKRU, to trip external breakers, and other functions 5.17. Generator Load Control: Suppresses battery charging reducing power demand by an external signal. Shifts unit from Eco Mode to double conversion (if applicable), and synchronizes the inverter output with the bypass. 5.18. Automatic retransfer: Provides return to inverter power after an overload 5.19. DSP based controls: Provides digital control of power conversion and system operation 5.20. Backlit LCD display: Monitors power conversion, UPS operation and utility conditions. Deviations are logged for troubleshooting 5.21. Temperature-Compensated Charging/Battery Load Test 5.22. Top-and-bottom-entry cable access 5.23. Front only service access 5.24. Local Emergency Power Off(EPO) 5.25. IP 20 enclosure 5.26. Casters and leveling feet 5.27. UL Listed to UL Standard 1778 4th Edition or current Edition 5.28. Liebert EXM Factory Services Certified Test Report 6.0 REQUIREMENTS FOR LIEBERT EXM BATTERY CABINET SYSTEM 6.1. 18 min @ 40 kVA, 1 -600 MM External Cabinet(s) of ENERSYS HX330-FR Batteries 6.2. 18 min: Run Time at Ordered KVA 6.3. BE-Alber Battery Monitoring Included. 6.4. BDSUi Control Module(s) 6.5. BDSUi Battery Module(s) 6.6. Cabinet Mounted Left Attached to Module 6.7. The battery with a 3 year full and 7 year prorated warranty 6.8. IS-UNITY-DP Card per Control Module. 7.0 REQUIREMENTS FOR MAINTENANCE BYPASS CABINET 7.1. 3 Switching Devices (BIB,MBB,MIB) 7.2. 175 Amp Breaker Trip Rating 7.3. Key Interlock(SKRU) 7.4. Cabinet Mounted Right Attached to Module with connecting cables factory supplied 7.5. 600 MM -23.6 inches Frame Size 7.6. 480V/208V Input Transformer Included 7.7. Front Access service design 7.8. Input Voltage of 480V, 60Hz, 3 Phase, 3 wire plus ground 7.9. Output Voltage of 208/120V, 3 Phase, 4 wire plus ground 8.0 REQUIREMENTS FOR SYSTEM STARTUP SERVICES 8.1. Startup shall include one site trip by an engineer after the UPS has been installed. 8.2. The site trip shall include the following services for UPS module: 8.2.1. Non-powered inspection 8.2.2. UPS electrical and operational checkout 8.2.3. Full parts and labor for any remedial work required on the UPS or battery cabinets 8.2.4. Customer operation training. 8.3. Startup shall include remedial onsite labor, parts, and travel for the full one-year warranty period. 8.4. Startup 24x7 shall be scheduled at the City of Fort Worth designated time 8.5. MBC/BDC/Wall-Mount Panel Startup 9.0 REQUIREMENTS FOR LIEBERT EXM UPS ELECTRICAL INSTALLATION SERVICES 9.1. Furnish all labor and materials to provide the following Scope of Work: 9.1.1. On overtime basis [if applicable], disconnect existing UPS from service breaker. 9.1.2. Remove and haul off old UPS and battery cabinet. 9.1.3. Set new UPS and battery in place and bolt together. 9.1.4. Reconnect new UPS utilizing existing feed. 9.1.5. Furnish and install new 50A fuses inside existing fused I OOA bucket located in Main gear. 9.1.6. Furnish and install one (1) new 42Ckt 225A 3 phase 4 wire GE panel board to double existing available output distribution breakers. 9.1.7. New panel to be fed from existing UPS distribution panel. 9.1.8. Furnish and install all conduit and wire to locate new panel next to existing GE panel board. 9.1.9. Furnish and install new conduit and wire from UPS distribution panel to existing 175A GE panel board. 9.1.10. Assist with UPS start up as needed. 10.0 THREE (3) YEAR FULL PARTS AND LABOR WARRANTY WITH FULL PM CONTRACT 10.1. Liebert Service Excellence Program for the UPS module 10.1.1. Preferred 7x24 with services, Single Module 40kVA/40kW EXM UPS 10.2. Liebert Service Excellence Program for the Maintenance Bypass unit 10.2.1. Preferred 7x24, EXM Peripheral 10.3. Liebert Service Excellence Program for the Battery system 11.0 DELIVERY 1.1. Supplier shall respond and supply requested products and services required during regular business hours. 1.2. Unit price shall be inclusive all cost. The City of Fort Worth also reserves the right to order and be charged in the method that is most advantageous for the City. No additional charges will be accepted or paid by the City. 1.3. Delivery Addresses CFW Water and Wastewater Central Laboratory 2600 SE Loop 820 Fort Worth, TX 76140 2.0 QUALITY ASSURANCE AND TESTING 2.1. All product under the Agreement shall be of recent production, unused and suitable for their intended purposes. 2.2. UL Product Certificate 2.2.1. Suppliers will be required to provide the UL Certificate for product as evidence that it meets a minimum set of regulatory, technical and safety requirements. 2.2.2. Any items requiring a UL Certificate will be subject to rejection, if not provided. The supplier will be responsible for the return of rejected items. 3.0 SUBCONTRACTING: Vendor will not assign or subcontract any or all of itsrights or responsibilities under this Agreement without the prior written approval of the City. Any purported assignments without such approval will be a breach of this Agreement and void in allrespects. 4.0 INVOICING REQUIREMENTS 4.1. A properly prepared invoice shall be typewritten or computer printed and shall include the Supplier's name and federal tax identification number, invoice number, address, date, service or item description, unit price, extended cost, and City issued purchase order number. 4.2. Incomplete or inaccurate invoices will result in delayed payments, as they shall be returned to the Supplier for correction and re-submittal with the current date. 4.3. All disputed invoices will be resolved and resubmitted within Five (5) business days from the date of dispute. Invoices not returned will be subject to a CAR [corrective action]. 4.4. Supplier shall not include Federal Excise, State or City Sales Tax on its invoices. City shall furnish a tax exemption certificate upon Supplier's request. 4.5. Invoice will be processed upon completion and sign-off of installation. EXHIBIT B VENDOR GUARANTEED UNIT PRICES FoRTWOR-rsi, -._ CITY OF FORT WORTH BID OFFER :E++ant to _..- _... P.O. ktivlted: PUBLIC EVENT DETAIL$ 'Evem Round Varslem Submit To: City tit Fort Worth i i -.---....... n.... F1N,4C+JCIAL MANAGEMENT SERVICES Esenf taama _. _... FINANCE-Purchasi -5 rac _ 1 200 T—s St {tAvaar Level SouVh) t r TVry e - >=1ni h Tlana Fort Worth Tat 76102 f I,.2 0 21 11 tea United Statrgs Email: FfAS Purch asfn gRp.sponses(ap)fortwcrrthiexa s.gov tine Oetails Una: t 11—jo_ar: __.. dtY _ Uebx en n EXAA Sale Module UPS System too EA Uri.: 2 ri ee-•lnri:n. _ 9ty Unit UnitPriea..._.. Total _... L aeban LIPS Systcem Preva n1.0— 1,00 FA tvtaen�—.—,3 Vaar Term inckrf 9 battacy .' t cabins.bypass cab"rset l,4eclnical anstellat on, f rIB C. .•�$-:-:5 CIY) C}d�i�y i '-'t. y "£ -q Ci c,? .Ytan r+n senAca aril mnnimum i one Y'e ar trf3�?ft l n G?tt Geer�t"... .3 j / � _) s•.. vs rraniy-Pans,lancer,arxi tr/Icaved exir-en&e d i� f Total Bid Amount ei tP � y� r DF l 1 _� t x u Cj Ali part,—f repiacertmnt Parts may be addend an an ea naadoJ basin tlxraug hotR ttae fife of the agreerrrent,itue2fintn,the nbdder 3hati aubmit a friars fist Far all available lrems-Ah ti—[rid submttai.AN other parts,repfaceman s,a"d materials Iroan M anufacturePa tJ at Pri�xt wl0 ba:at yr%di.oa—l. `.`uot?3t4nn off£ .f? � h ,t.71-f 1 t1,1 N001e1 i"'- 11 1- I 7 -T,j hl, C,Nl;—,En -ITC'SF 3FF .,liner h t I—r ( E l4lfiv... Elli Ta ;,1 €?: Pfelowc-i Liy i r-,iippr�ri J t t.rn. 1—N,` -1, n vt x,,r{ F;F+I �I.-t 1 >":..rt,4 irL'<7 t�fVL GA! 13f sr I`Jpr I �CC Po°ntf ttL t:t�tF'n Y t I el Yr,eyi f"a,t ���eri 7[ I I � .,"`�, i Fx.[_L !'+r f �:tLt I f.....rY`,-�e.E.i.i u�.ur r,1�,3(.➢Kf,:s£ t t.s± *',flr�'.1 l ,C7 4,'yv a o 1.CJE7 " t f 1 it C%l T'1 J 1IFR R f E�Vl UPd,EL EC-1 RIC;.AL (1n.���4 i rf F—I i d,i_if?TL Il f_^A St Li"C�'+,t�L li.a.d^aUi-2L It;.E�e W dh Rid tkff... NMI l;, I ='L:i l,i FTi it! -li-1f,LL 37 (EAC"<t t II S d'At T i Atdil t A zl�i L 1 1 ran C itr ,fi f-'"csry 17U A'ARRAl'fl .'VI I I f t Ll ,'bl _I,"ITPA , W,11P,Hid0 ff-