Loading...
HomeMy WebLinkAboutContract 56475 CSC No.56475 FORT WORTH,,., ........................ ............................................................................. .... NON-EXCLUSIVE CARPET AND FLOORING SERVICES AGREEMENT This NON-EXCLUSIVE CARPET AND FLOORING SERVICES AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WORTH("City"),a Texas home rule municipal corporation, acting by and through its duly authorized Assistant City Manager, and Gomez Floor Covering, Inc. ("Contractor"), a Texas Corporation and acting by and through its duly authorized representative, each individually referred to as a "party" and collectively referred to as the "parties." WHEREAS, City, through its Property Management Department, contracts for carpet and flooring installation, repair,and related services at the City's various facilities; and WHEREAS, through Invitation to Bid (1713) No. 21-0060, the City solicited bids to award agreements for carpet and flooring services on an as-needed basis in the City with an aggregate amount of$4,100,000.0 per year for contracts awarded to the successful bidders; and WHEREAS, Contractor was one of the successful bidders awarded a contract to provide non-exclusive carpet and flooring services to the City; and WHEREAS, City and Contractor wish to set out the terms of Contractor's non-exclusive carpet and flooring services. AGREEMENT DOCUMENTS: The Agreement documents shall include the following: 1. This-Non-Exclusive Carpet and Flooring Services Agreement; and 2. Exhibit A Scope of Services;and 3. Exhibit B—Pricing Schedule; and 4. Exhibit C--Authorized Dealer Letter; and 5. Exhibit D—Contractor Contact Information; and 6. Exhibit E—Invoice Requirements; and 7. Exhibit F—Verification of Signature Authority. Exhibits A through F, 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 through F 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. Carpet and flooring repair and replacement("Services"), which are set forth in more detail in Exhibit"A,"attached hereto and incorporated herein for all purposes. OFFICIAL RECORD Gomez Floor Covering, Inc. CITY SECRETARY Non-Exclusive Carpet and Flooring Services Agreement FT. WORTH, TX ITB No.21-0060 2. Term. This Agreement shall begin on September 29,2021 ("Effective Date")and expires on September 30, 2022 ("Expiration Date"), unless terminated earlier in accordance with this Agreement ("Initial 'Term"). City will 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 option(s) (each a"Renewal Term"). 3. Compensation. 3.1 Contractor understands and agrees that the City may award non-exclusive services agreements to multiple bidders for carpet and flooring services as outlined in City of Fort Worth Bid Solicitation No.21-0060.Contractor further understands that the aggregate amount of all contracts awarded to multiple contractors under- Invitation to Bid (ITB)No. 21-0060 shall be in the amount of Four Million One Hundred Thousand and No/100 Dollars ($4,100,000.00) and that the City makes no promise or guarantee of the total amount of work that will be assigned to Contractor under this Agreement. City shall pay Contractor in accordance with this Agreement and the fee schedule attached hereto as Exhibit "B," Pricing Schedule, Contractor shall not perform any additional services or bill for expenses incurred not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City shall not be liable for any additional expenses of Contractor not specified by this Agreement unless City first approves such expenses in writing. 3.2 The City, through its Department Contract Managers,shall issue a written Purchase Order establishing the locations and schedules for each service to be completed by Contractor("Purchase Order"). Contractor shall perform the Services in accordance with each Purchase Order issued by a Department Contract Manager. The City may issue an amended Purchase Order to address any changes in the work to be performed after a Purchase Order has been issued. Except as otherwise specified in this Agreement, the fee established in each Purchase Order shall be based upon the fee schedule attached hereto as Exhibit"B," — Pricing Schedule. 4. Termination. 4.1. Written Notice. City or Contractor 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 fi€nds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Contractor of such occurrence and this Agreement will 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 will pay Contractor for services actually rendered up to the effective date of termination and Contractor will 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, Contractor will provide City with copies of all completed or partially completed documents prepared under this Agreement. In the event Contractor has received access to City Information or data as a requirement to perform services hereunder, Contractor will return all City provided data to City in a machine readable format or other format deemed acceptable to City. Gomez Floor Covering,Inc. Non-Exclusive Carpet and Flooring Services Agreement ITB No.21-0060 Page 2 of 54 5. Disclosure of Conflicts and Confidential Information. 5.1 Disclosure of Conflicts. Contractor hereby warrants to City that Contractor has made full disclosure in writing of any existing or potential conflicts of interest related to Contractor's services under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this Agreement, Contractor hereby agrees immediately to make full disclosure to City in writing. 5.2 Confidential Information. Contractor, for itself and its officers, agents and employees, agrees that it will treat all information provided to it by City ("City Information") as confidential and will 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. I n the event there is a request for information marked Confidential or Proprietary, City will promptly notify Contractor. It will be the responsibility of Contractor 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. 5A Unauthorized Access. Contractor must store and maintain City Information in a secure manner and will not allow unauthorized users to access, modify, delete or otherwise Corrupt City Information in any way. Contractor must 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,Contractor will,in good faith,use all commercially reasonable efforts to cooperate with City in identifying what information has been accessed by unauthorized means and will fully cooperate with City to protect such City Information from further unauthorized disclosure. 6. Right to Audit. Contractor agrees that City will, until the expiration of three (3) years after final payment under this Agreement, 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 Contractor involving transactions relating to this Agreement at no additional cost to City. Contractor agrees that City will have access during normal working hours to all necessary Contractor facilities and will be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City will give Contractor reasonable advance notice of intended audits. 7. Independent Contractor. It is expressly understood and agreed that Contractor will 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, Contractor will 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 subcontractors.Contractor acknowledges that the doctrine of respo€deal superior will not apply as between City, its officers, agents, servants and employees, and Contractor, its officers, agents, employees, servants, contractors, and subcontractors. Contractor further agrees that Gomez Floor Covering, Inc. Non-Exclusive Carpet and Flooring Services Agreement I'IB No.21-0060 Page 3 of 54 nothing herein will be constRied as the creation of a partnership or joint enterprise between City and Contractor. It is further Understood that City will in no way be considered a Co-employer or a Joint employer of Contractor or any officers,agents,servants,employees,contractors,or subcontractors. Neither Contractor, nor any officers, agents, servants, employees, contractors, or subcontractors of Contractor will be entitled to any employment benefits fro€n City. Contractor will 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, contractors, or contractors. 8. Liability and Indemnification. 8.1 LIABILITY- CONTRACTOR WILL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY,INCLUDING DEATH, TO ANYAND ALL PERSONS, OFANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF CONTRACTOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.2 GENERAL INDEMNIFICATION - CONTRACTOR HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CLAIMS OR LAWSUITS OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO CONTRACTOR'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 CONTRACTOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.3 INTELLECTUAL PROPERTY INDEMNIFICATION Contractor 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 marls, 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 will not apply if City modifies or misuses the software and/or documentation. So long as Contractor bears the cost and expense of payment for claims or actions against City pursuant to this section, Contractor will 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 will 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 Contractor 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 will have Gomez Floor Covering, Inc. Non-Exclusive Carpet and Flooring Services Agreement ITB No.21-0060 Page 4 of 54 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, Contractor will fully participate and cooperate with City in defense of such claim or action.City agrees to give Contractor 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 will not eliminate Contractor'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, Contractor will, 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 (e) 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 Contractor terminate this Agreement, and refund all amounts paid to Contractor by City, subsequent to which termination City may seep any and all remedies available to City under law. 9. Assignment and Subcontracting. 9.1 Assi n€g Went. Contractor will not assign or subcontract any of its duties,obligations or rights Linder this Agreement without the prior written consent of City. if City grants consent to an assignment,the assignee will execute a written agreement with City and Contractor under which the assignee agrees to be bound by the duties and obligations of Contractor under this Agreement. Contractor will be liable for all obligations of Contractor under this Agreement prior to the effective date of the assignment. 92 Subcontract. If City grants consent to a subcontract,the subcontractor will execute a written agreement with Contractor referencing this Agreement under which subcontractor agrees to be bound by the duties and obligations of Contractor under this Agreement as such duties and obligations may apply. Contractor must provide City with a fully executed copy of any such subcontract. 10. Insurance. Contractor must provide City with certificate(s) of insurance documenting policies of the following types and minimum coverage hinits 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: Gomez Floor Covering,Inc. Non-Exclusive Carpet and Flooring Services Agreeinent ITB No.21-0060 Page 5 of 54 $1,000,000 - Each occurrence on a combined single limit basis Coverage will be on any vehicle used by Contractor, or its employees, agents, or representatives in the course of providing Services finder this Agreement. "Any vehicle"will 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 Services are 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): ❑ Applicable ❑ NIA $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 (COL) policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage must be clairns-made, and maintained for the duration of the contractual agreement and for two (2) years following completion of services provided. An amival certificate of insurance must be submitted to City to evidence coverage. 10.2 General Re uirements (a) The commercial general liability and automobile liability policies must name City as an additional insured thereon, as its interests may appear. The term City includes its employees,officers, officials,agents, and volunteers in respect to the contracted services. (b) The workers' compensation policy must 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 must be provided to City. Ten (10) days' notice will be acceptable in the event of non-payment of premium.Notice must 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. (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- V11 in the current A.M. Best Key Rating Guide,or have reasonably equivalent financial Gomez Moor Covering,Inc. Non-Exclusive Carpet and Mooring Services Agreement 1TB No.21-0060 Page 6 of 54 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 will not constitute a waiver of the insurance requirement. (t) Certificates of Insurance evidencing that Contractor has obtained all required insurance will be delivered to the City prior to Contractor proceeding with any work pursuant to this Agreement. 11. Compliance with Laws, Ordinances,Rules and Regulations. Contractor 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 City notifies Contractor of any violation of such laws, ordinances, rules or regulations, Contractor must immediately desist from and correct the violation. 12. Non-Discrimination Covenant. Contractor, for itself, its personal representatives, assigns, contractors, subcontractors, and successors in interest, as part of the consideration herein, agrees that in the performance of Contractor's duties and obligations hereunder, it will 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 CONTRACTOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, CONTRACTORS, SUBCONTRACTORS, OR SUCCESSORS IN INTEREST, CONTRACTOR 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 will 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 CONTRACTOR: City of Fort Worth Gomez Floor Covering Attn: Assistant City Manager Jeff Carter,Branch Manager 200 Texas Street 1130 Inwood Road Fort Worth,TX 76102-6314 Dallas, TX 75247 Facsimile: (817)392-8654 Facsimile: (214)905-1904 With copy to Fort Worth City Attorney's Office at same address 14. Solicitation_of_Employees. Neither City nor Contractor will, during the term of this Agreement and additionally for a period of one year after its termination,solicit for employment or employ, whether as employee or independent contractor, any person who is or has been employed by the other during the term of this Agreement, without the prior written consent of the person's employer. Gomez Floor Covering,Inc. Non-Exclusive Carpet and Flooring Services Agreement ITB No.21-0060 Page 7 of 54 Notwithstanding the foregoing,this provision will 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 Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein does not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 17. Governina Law/Venue. This Agreement will 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 will 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 will not in any way be affected or impaired. 19. Force Ma ieure. City and Contractor will exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but will 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; tires; strikes; lockouts; natural disasters; wars; riots; epidemics or pandemics; government action or inaction; orders of government; 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;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 prevents or hinders the Party's performance, as soon as reasonably possible after the occurrence of the Force Majeure Event, with the reasonableness of such notice to be determined by the City in its sole discretion. The notice required by this section must be addressed and delivered in accordance with Section 13 of this Agreement. 20. Headings not Controlling. l-leadings and titles used in this Agreement are for reference purposes only,will 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 will not be employed in the interpretation of this Agreement or Exhibits A through F. 22. Amendments /Modifications / Extensions. No amendment, modification, or extension of this Agreement will be binding upon a party hereto unless set forth in a written instrument, which is executed by an authorized representative of each party. Gomez Floor Covering,Inc. Non-Exclusive Carpet and Flooring Services Agreement ITB No.21-0060 Page 8 of 54 23. Counterpaa•ts. This Agreement may be executed in one or more counterparts and each counterpart will, for all purposes, be deemed an original, but all such counterparts will together constitute one and the same instrument. 24. _Warranty of Services. Contractor warrants that its services will be of a high duality 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 Contractor's option,Contractor will 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 Contractor for the nonconforming services. 25. Immi ration Nationality Act. Contractor must verify the identity and employment eligibility of its employees who perform work under this Agreement,including completing the Employment Eligibility Verification Form (1-9). Upon request by City, Contractor will provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor must adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR WILL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, OR AGENTS. City, upon written notice to Contractor, will have the right to immediately terminate this Agreement for violations of this provision by Contractor. 26. Ownership of Work Product. City will be the sole and exclusive owner of all reports, work papers, procedures, guides, and documentation that are created, published, displayed, or produced in conjunction with the services provided under this Agreement(collectively,"Work Product"). Further, City will 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 will 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 will 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, Contractor hereby expressly assigns to City all exclusive right, title and interest in and to the Work Product, and all copies thereof, and in and to the copyright, patent, trademark, trade secret, and all other proprietary rights therein,that City may have or obtain, without further consideration, free from any claim, lien for balance due, or rights of retention thereto on the part of City. 27, Signature Authority. The person signing this Agreement hereby warrants that they have the legal authority to execute this Agreement on behalf of the respective party, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. This Agreement and any amendment hereto, may be executed by any authorized representative of Contractor. Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. 28. Chan a in Cotn an Name or Orvnerslii Contractor must 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 Contractor 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 Gomez Floor Covering,Inc. Non-Exclusive Carpet and Flooring Services Agreement ITB No. 21-0060 Page 9 of 54 to provide the specified documentation so may adversely impact fiiture invoice payments. 29. No Boycott of Israel. If Contractor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Contractor acknowledges that in accordance with Chapter 2271 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" has the meanings ascribed to those terms in Section 2271 of the Texas Government Code. By signing this Agreement, 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 Agreement. 30. Prohibition on Boycotting- Energy Com anics. Contractor acknowledges that in accordance with Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code,as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 31. Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1, the City is prohibited from entering into a contract for goods or services that has a value of$100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity"and"firearm trade association"have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 19, § t. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice,policy, guidance,or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 32. Electronic Signatures. This Agreement may be executed by electronic signature, which will be considered as an original signature for all purposes and have the same force and effect as an original signature. For these purposes,"electronic signature"means electronically scanned and transmitted versions (e.g, via pdf file or facsimile transmission)of an original signature, or signatures electronically inserted via software such as Adobe Sign. 33. Entirety of Agreement. This Agreement contains the entire understanding and agreement Gomez Floor Covering, Inc. Non-Exclusive Carpet and Flooring Services Agreeinent ITB No.21-0060 Page 10 of 54 between City and Contractor, 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. IN WITNESS WHEREOF,the parties hereto have executed this Agreement in multiples. CITY OF FORT WORTH: CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person D na SuYciLdOAC responsible for the monitoring and administration of this contract,including ensuring all performance and By. Dana Burghd off ct12,202116:20CDT) Name: Dana flurghcloff reporting requirements. Title: Assistant City Manager Date: Oct 12, 2021 20_ Age y: Alan H.Shuror(Oct 12,202112:08 CDT) Name: Aavo4a-GA}ta}av- Alan Shuror APPROVAL RECOMMENDED: Title: Faeiiteies-Strhe�tiiTteijf4errt Property Management Assistant Director APPROVED AS TO FORM AND LEGALITY: S'tene C&r'& By: Steve Cooke(Oct 12,202113:10 CDT) Name: Steve Cooke Title: Property Management Director By: 4ab4nan�� Name: Matthew Murray ATTEST: OF°FORrAaa Title: Assistant City Attorney ,cy'&.16 o � o w% % CONTRACT AUTHORIZATION: u/? P By: �� o a M&C: 21-0744 Approved on 9/28/21 °°°°°°°° *a Form 1295: 2021-793016 Name: Ron P. Gonzales aa��EXAS��p Title: Acting City Secretary CONTRACTOR: GOMLZ FLOOR COVERING, INC. By: Q4 - Name: Jelf&Ner Title: Branch Manager Date: 09/30/2021 OFFICIAL RECORD CITY SECRETARY Gomez Floor Covering, Inc. FT. WORTH, TX Non-ENclusive Carpet and Flooring Services Agreement ITB No. 21-0060 Page 11 of 54 EXHIBIT A SCOPE OF SERVICES 1.0 SCOPE 1.1 Materials and Services under this contract shall support all City-owned facilities varying in size on an as-needed basis. The City reserves the right to add or remove departments and locations at the City's discretion. The quantities listed are only estimates based on previous usage and do not indicate intent to purchase or a guarantee of future business. The City of Fort Worth is obligated to pay for only those materials and services actually ordered by an authorized City employee and the received as required and accepted by the City. 1.2 Contractor shall deliver and all services shall be rendered at the location specified in the Purchase Order. Contractor shall only provide services for Purchase Orders submitted by the City's Department Contract Managers, as provided in section 23.5 of this Scope of Services. 1.3 Additional materials and services of the same general category that could have been encompassed on this Agreement, and that are not already on the Agreement, may be added based on the Markup bid and price sheet provided in Exhibit"B," Pricing Schedule. 1.4 Any materials and/or services that have been omitted from this scope of work that are clearly necessary or in conformance shall be considered a requirement although not directly specified or called for in the scope of work. 1.5 Labor Rates per Square Foot or Per Yard, whichever is appropriate, shall include all costs associated with the specified work, including but not limited to all labor charges, handling, delivery, use of tools and equipment, needed materials, fuel charges, fees moving furniture, and certifications fees. 1.6 NO ADDITIONAL CHARGES WILL BE ACCEPTED OR PAID BY THE CITY. All items supplied shall be of recent production, unused, and suitable for their intended purpose. 1.7 City of Fort Worth permit fees shall be reimbursed at the actual cost of the permit tee. 2.0 FLOORING TYPES 2.1 The flooring types the Contractor can expect to repair shall include, but not limited to the following:carpet(both broadloom and tile),ceramic tile,hardwood flooring,linoleum,marble, poured seamless floors, raised flooring systems (including safety and computer flooring), rubber, stone, terrazzo, granite, limestone and VCT tile. Services shall also include sealing, leveling, demolition and removal of existing surface. Does not include stripping and waxing. 2.2 Conti-actor shall use the most sustainable, economically feasible products that protects the indoor air quality and health of the building occupants. It is the City's belief that there are sufficient selections of cost-competitive, durable, and environmentally responsible flooring options available. 3.0 CONTRACTOR QUALIFICATIONS 3.1 Contractor shall have a€ninimum of three(3)years of experience, within the last five(5) years as a commercial flooring Contractor providing services that are similar in size and scope to the City's. The City reserves the right to verify any and all proof of experience of Contractor Services Agreement Page 12 of 54 any staff added to the Agreement at a later date. 3.1.1 Minimum experience shall include working with, installation, and removal of carpet, epoxy floor, resilient flooring (linoleum, rubber stair treads, etc.), tilt (floor and wall), and wall base. 3.1.2 Minimum experience shall include the ability to level floors, surface and finish wood floors,paint wood floors and seal them for Basketball and other sports, and install water proof materials(vapor barriers, sealants, underlayment, etc.). 3.13 Minimum experience shall include the ability to inspect and repair subfloor for cracks, holes, abrasions, rough spots, ridges, and other conditions that may adversely affect a duality installation. 3.2 Contractor shall under 3.3 Category I D of Exhibit"B"have or have access to a Certified Stone Mason with a minimum of one (1)year of experience working with granite, limestone and other stone surfaces to perform all stone related services, litt s://www.masoncontractors.or certification/ 3.4 Contractor shall have technicians with a minimum of six(6) months of experience working with hard and soft tile, marble, stone, poured floors, and Terrazzo Floor and Basin 3.4.1 Contractor shall have employees/technicians that can perform as supervisors with a mitlimum of three (3) years of supervisory experience working in the flooring industry. 3.4.2 Contractor shall be an authorized deal er/resel ler of the flooring material to be installed and/or make the repairs with the ability to supply flooring materials from at least the following manufacturers: American Tile, Armstrong, Azrock, Bigelow, Dal Tile, Dex-O-Tex, Durkan, Everlast, Interface, Invision, J&J, Johnsonite, Lees, Milliken, Mohawk, Mannington,Patcraft, Roppe, Schluter Systems, and Shaw Contract group Throughout the term of the Agreement, the City may add or remove manufactures from this list. 3.4.2.1 The Contractor shall submit a statement on company letterhead confirming the manufacturers they are able to supply with the proposal (Exhibit"C") 3.4.2.2 Contractor shall have and operate a full-tiime, permanent business address with the ability to be reached by email and telephone. 3.4.23 Contractor shall provide and maintain a telephone dispatch system that is operational normal business hours Monday- Friday from 8:00AM to 5:00 PN4, 4.0 HOURS OF SERVICE 4.1 Contractor shall perform all non-expedited service requests during Regular Business Hours, which is defined as Monday through Friday from 8:00 am-5:00 pm whenever it is deemed in the best interest of the City. Such adjustments will be communicated in writing to the Contractor at least one (1)business day before work is to begin. Gomez Floor Covering,Inc. Non-Exclusive Cat-pet and Flooring Services Agreement ITB No.21-0060 Page 13 of 54 4.1.1 if Contractor is unable to provide these services during the designated regular hours, the Contractor shall obtain written approval from the Department Contract Manager or designee to perform the services during non-regular hours. Work performed during non-regular hours which are covered under this provision, shall be billed at the Regular Labor Rate per Exhibit"B,"—Pricing Schedule 4.1.1.1 If Contractor wishes to schedule work at night or City holidays, the Contractor shall provide a written request to the Department Contract Manager for the Department that issued the Purchase Order or designee at least two(2)business days prior to the scheduled work. 4.1.1.2 If Contractor wishes to schedule work on weekends, the Contractor shall provide a written notice to the Department Contract Manager for the Department that issued the Purchase Order in advance no later than noon (12:00 p.m.) on the Wednesday prior to the proposed weekend the Contractor wishes to work. 4.1.2 Contractor shall perform service requests during non-regular hours, which is defined as Monday through Friday from 5:01 p.m. to 7:59 a.m., weekends, and official City holidays, if requested by the City. The Contractor shall not invoice the non-regular labor rate for services unless requested and approved in writing by the Department Contract Manager or designee prior to starting the work. 4.1.3 Contractor shall not charge an overtime labor rate due to lack of available staff for services performed during non-regular hours that could reasonably he completed during regular business hours. Contractor's lack of available staff to perform services shall not constitute the City paying a higher rate or paying Contractor's employee for overtime. `fhe City shall not be responsible for paying over time of Contractor's employees 5.0 CONTRACTOR LABOR PERSONNEL 5.1 Contractor shall be responsible and ensure the safety of their employees, City employees, and the general public during performance of all services under this contract. Contractor shall ensure that all crews are fully and properly equipped to perform services promptly and safely. 5.2 Contractor shall comply with all provisions of the Occupational Health and Safety Act(OSHA) to protect the life and health of employees and other persons; to prevent damage to property, materials, supplies, and equipment; and to avoid work interruptions. 5.3 Contractor shall comply with the latest version of the 29 CFR 1910, Occupational Safety and Health Compliance with OSHA and other applicable laws and regulations for the protection of employees is exclusively the obligation of Contractor, and the City assumes no liability or responsibility for Contractor's compliance or noncompliance with such responsibilities. 5.4 Contractor shall ensure that all employees are continuously trained to meet the latest technology, industry standards, and safe use of substances identified as health or physical hazards by OSHA. Contractor shall submit proof of employee training and experience within five (5) business days upon request by the Department Contract Manager. 5.5 Contractor shall comply with all OSHA reporting requirements for record keeping and reporting. Contractor shall provide a verbal report to the City immediately, and no later than Gomez Floor Covering, Inc. Non-Exclusive Carpet and Flooring Services Agreement ITB No.21-0060 Page 14 of 54 one (1) business day, of the occurrence. The Contractor shall cooperate with the City and provide any written documentation and information required for record keeping purposes. 5.6 Contractor shall not require any person to work in surroundings or under working conditions that are unsanitary, hazardous, or dangerous to their health or safety. 5.7 Contractor shall require all individuals assigned to the project to wear necessary personal protective equipment as required by industry standards. 5.8 Contractor shall provide the Contractor employees with a uniform, or at a minimurn, company issued identification badges. 5.9 Contractor shall ensure that only authorized Contractor employees performing work under the contract are on the worksite. No acquaintances, family members, or any other person shall accompany a Contractor employee in the work area. 5.10 Contractor shall at all times maintain good discipline and professionalism while preforming services for the City. 6.0 SINGLE POINT OF CONTACT SPOC 6.1 Contractor shall provide a SPOC, who is able to communicate with the Department Contract Manager and is skilled, knowledgeable, and experienced in providing the types of services listed in this Scope of Se€•vices. The SPOC shall be available and on-call 24 horns a day, while the Contractor is performing services on City property. 6.2 Contractor's SPOC shall inspect,monitor,and supervise the Contractor's employees; ensuring adherence to the work schedule, safety requirements, and quality of work. 6.3 During times the SPOC is unavailable (due to vacation, travel, etc., for example), the Contractor shall provide a designee for the SPOC. The designee shall €meet the same requirements as specified for the SPOC within this SOW. 7.0 ON-SITE SUPERVISOR 7.1 Contractor shall have qualified working supervisor at the worksite at all times while services are being performed. 7.2 The working supervisor shall perform service requests tasks,have the authority to act on behalf of the Contractor, and be responsible for the conduct and performance of the Contractor's employees. 7.3 Contractor supervisor shall also serve as the Contractor's SPOC. 7.4 The supervisor shall report to the Department Contract Manager or designee daily when work is being performed on this contract, or on at a time that is mutually agreed between the Contractor and Department Contract Manager or designee. 7.5 The Contractor shall be responsible for any access keys/cards provided by the City used to unlock/lock spaces and shall be responsible for security of the worksite. The Conti-actor shall be responsible for the access keys/cards given to any employee and should return them when the job is complete.The Contractor shall be responsible for lost card and keys and shall replace the key/card and pay for rekeying all locks if a key is not returned. If necessary, Conti-actor Gomez Floor Covering,Inc. Mon-Exclusive Carpet and Flooring Services Agreement ITB No.21-0060 Page 15 of 54 shall also comply with all Criminal Justice Information Services (CJIS) security policies and regulations and take all steps necessary to provide appropriate controls to protect Criminal Justice Information. T6 Contractor shall understand and agree that the scheduling of events at City facilities takes precedence over any scheduled service requests agreed to by the Contractor and Department Contract Manager or designee. The Contractor shall not hold the City liable, financially or otherwise,if the City needs to reschedule services with the Contractor due to a new event scheduled at a City facility. The Department Contract Manager or designee will make every reasonable effort to immediately notify the Contractor of changes in the City's schedule of events which may have an impact on scheduled services. T7 Contractor shall perform services in a manner as not to interrupt or interfere with the operation of any existing activity on the premises or with the work of another Contractor.Contractor shall provide all transportation required to perform the work. Contractor shall park its vehicles in areas designated by the City, if available. in the event the City cannot make parking arrangements for the Contractor,the Contractor shal I be responsible for parking fees and fines. All vehicles parked on City property shall be clearly marked with the Contractor's or subcontractor's name on both sides of each vehicle. Magnetic signs are acceptable. 7.8 Contractor shall provide ample advance notice of the need for any utility service cut-off,which will be scheduled at the convenience of the City. 7.9 Contractor shall provide all equipment, materials, furniture moving, labor, tools, permits, incidentals, expendable items, personal protective equipment, transportation necessary, including electricity and water, if not available on site, for proper execution and completion of the service request. The materials and services provided by the Contractor shall comply with all current Federal, State and local laws, City ordinances, rules and regulations. 7.10 Contractor shall store any/all apparatus, materials, supplies, and equipment in an orderly fashion at the worksite in a manner that will not interfere with the progress of the Contractor's work of any other Contractor's work. 7.11 Contractor shall clean up all refuse, rubbish, scrap materials, and debris caused by the Contractor's operations on a daily basis. Work site shall present a neat, orderly, and workmanlike appearance. No such refuse, rubbish, scrap material, and debris shall be left within the completed work nor buried on the building site or any City premises, but shall be removed from the site by Contractor. 7.12 Contractor shall complete all clean up prior to payment being made for the service request. This shall include the removal of all surplus material,temporary structures,and debris of every nature resulting from the Contractor's operations, to return the worksite in a neat, orderly condition. Thoroughly clean and leave the worksite reasonably dust free all finished surfaces including all equipment, piping, etc., on the interior of any buildings affected by the service. If Contractor fails to clean up at the completion of the work, the City may clean the property and deduct the cost from any payments owed to Contractor or bill the Contractor to recover costs if no payments are owed. 7.13 Contractor shall note and report any damage found prior to any work at a job site to the Department Contract Manager or designee 7.14 Contractor shall understand that all work is subject to inspection and acceptance by the Gomez Floor Covering, Inc. Non-Exclusive Carpet and Flooring Services Agreement ITB No. 21-0060 Page 16 of 54 Department Contract Manger or designee. 7.15 Contractor shall not perform outside what was requested for a specific service request without first having written approval from the Department Contract Manager or designee 7.16 Contractor shall perform work under this contract in a manner that will not adversely affect the integrity of the building's structural, mechanical, electrical,fire protection, and life safety systems or any other building features that will overload or render useless any portion of the facility. 7.17 Conti-actor shall be responsible for the proper preparation of surfaces to be worked on including, protection of all non-movable items or equipment, and the proper application of all materials. 7.18 Contractor shall store, handle, and install all materials as per manufacturer's specifications. 7.19 Contractor shall inform the Department Contract Manager or designee whenever work is expected to be hazardous to City employees, City property, the general public, and/or City operations. 7.20 Contractor shall notify the Department Contract Manager or designee when work is to begin at the worksite and post warning signs and/or barriers when necessary. The Contractor and Contractor's employees shall exercise a particularly high level of discipline, safety and cooperation at all times while on the worksite. 7.21 Contractor shall coordinate the timing and transportation of equipment or materials to the work area. 7.22 Contractor shall take every precaution to ensure public safety if transportation through the interior of a facility is required. Under no circumstances shall the Contractor transport equipment or materials through the interior of a facility without prior written approval and coordination with the Department Contract Manager or designee. 7.23 Contractor shall be responsible for any and all damage to Contractor's or City equipment or property as a direct result of Contractor's equipment, employees, or Conti-actor's subcontractor's actions. 7.24 Contractor shall notify the Department Contract Manager immediately in writing if damage occurs to the City's equipment or property, Surfaces, fiat€€res, or furnishings damaged by the Contractor's employees shall be replaced or repaired to the satisfaction of the City by the Contractor, and 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. 7.25 Contractor shall set-up area in such a way as to protect/prevent damage to the site grounds. This protection may be, but is not limited to, laying out tarps or other protective materials. The Contractor shall be responsible for any damage to surrounding building walls, landscaping, parking lots,and sidewalks. 7.26 Contractor shall meet Safety Data Sheet (SDS) guidelines on adhesive limits and be able to install with both adhesive and tact tiles 8.0 MATERIAL REQUIREMENTS 8.1 Contractor shall use parts and materials that are factory new, free of defects in materials and Gomez Floor Covering,Inc. Non-Exclusive Carpet and Flooring Set-vices Agreement ITB No.21-0060 Page 17 of 54 workmanship, compatible with existing materials of the building involved, and comply with all applicable laws,ordinances,rules,regulations,codes as approved by the City's Department Contract Manager or designee. 8.2 Conti-actor shall deliver materials to the worksite in sufficient quantity to allow for continuity of work. 8.3 Contractor shall ensure materials be new, unopened, and well-marked packaging showing product and manufacturer's name. Damaged or unlabeled materials will not be accepted. Product shall not be diluted or reduced 8.4 Contractor shall be responsible for all materials delivered and the work performed until the City's acceptance of the work. 8.5 Contractor shall comply with manufacturer's recommendations as to environmental conditions under which material installations may be made. 8.5.1 Contractor shall provide carpet that meets Clam€nability requirements of recognized national building codes. 9.0 WORK PERFORMANCE 9.1 Contractor shall perform services on an as-needed basis for all City locations. 9.2 Contractor shall provide all maintenance manuals for all installations. 9.3 Contractor shall ensure the installed flooring is in full compliance with the Americans with Disabilities Act(ADA). 9.4 Demolition Services 9.4.1 Contractor shall not perfo€-m demolition services until asbestos clearance has been communicated in writing to the Contractor by the Department Contract Manager or designee. 9.4.2 Contractor shall remove existing surface coverings,glues,adhesives,and any other materials to bring the subfloor surface to as close to a "like new" condition are fiscally possible. 9.4.3 Contractor shall use best sustainable practices to remove ghee and adhesive with the least amount of chemicals, VOC's, and business interruption. 9.4.4 Contractor shall work with Department Contract Manager or designee to coordinate furniture and electronic moves as required. furniture moving shall be included with the price of Carpet Installation 9.4.5 Contractor shall determine the structural integrity of the subsurface following removal of the surface coverings. Any damages created by the Contractor during derolition not approved by the Department Conti-act Manager or designee shall be repaired at no cost to the City. 9.5 Installations 9.5.1 Contractor shall ensure the subsurface is clean and free from moisture,grease,wax, paint, or other foreign substances. Gomez Floor Covering, Inc. Non-Exclusive Carpet and Flooring Services Agreement ITB No.21-0060 Page 18 of 54 9.5.2 Contractor shall perform any moisture tests prior to installation and in compliance with applicable manufacturer's guidelines. 9.5.3 The Department Contract Manager or designee may inspect the subsurface to confirm that any irregularities have been removed prior to installation. 9.5.4 Contractor shall ensure that all materials used in subsurface preparation and repair shall be recommended by the manufacturer and shall be chemically and physically compatible with the system being installed. 9.6 Carpet Installations and Repairs 9.6.1 Contractor shall perform installations and repairs in accordance with Carpet and Rug Institute (CR1) standards and guidelines. Where manufacturer installation instructions or specifications exceed CRI standards and guidelines, the manufacturer's instructions shall be followed. 9.6.2 Contractor shall install or repair carpets in a mariner that will allow for immediate occupancy and require no airing-out, curing, or off gassing. This also includes installing or repairing transitions strips. 9.6.3 Contractor shall install or repair carpets so no wrinkles, buckles, or zippering appears and no seam failure. 9.6.4 Contractor shall install or repair carpet from the same dye lot.The Contractor shall provide a delivery ticket to the Department Contract Manager or designee that verifies manufacturer dye lots upon request. 9.6.5 Contractor shall not attach carpet to the floor using a hook tape system or school white glue. Contractor shall use manufacturer's recommended adhesive for installation and repairs. 9.6.6 Contractor shall contact the Department Contract Manager or designee to arrange time to unroll carpet materials 24 hours prior to the scheduled installation to allow the carpet to conform to the surrounding environment of 65' F degrees or higher. 9.6.7 Contractor shall contact the Department Contract Manager or designee to arrange time to condition carpet tiles 48 hours prior to the scheduled installation to allow the carpet tiles to be conditioned between 60°F and 90°F. The Contractor shall follow the manufacturer recommends installation preparation standards, if different then outlined in this scope. 9.6.8 The City reserves the right to request usable scraps and excess carpet to be left for City use; at no additional cost. 9.6.9 Contractor shall store carpet materials between 407 and 100°F, covered, and stored in a protected dry location. Rolls shall be stacked horizontally and no higher than two high on a flat surface. 9.7 Resilient Flooring Installation 9.7.1 Contractor shall perform installations in accordance with the Resilient Floor Covering Institute standards and guidelines. Move and replace Furniture. Gomez Floor Covering,Inc. Non-Exclusive Carpet and Flooring Services Agreement ITB No.21-0060 Page 19 of 54 9.7.2 Contractor shall include application of sealant and/or wax for flooring installation as directed by the City. 9.7.3 Contractor shall prepare the concrete, strip wood, plywood, old wood, and/or terrazzo/ceramic subsurface in accordance with the manufacturer's instructions. 9.7.4 Contractor shall use glues or adhesives that emit low to no VOCs,have little to no odor,and allow for immediate occupancy that requires no airing-out, curing,or off gassing. 9.8 Surface Refinishing, Cleaning and Resealing 9.8.1 Contractor shall use an oil-modified finish urethane product. Requests to use any other product shall be submitted in writing with the service quote. The Department Contract Manager or designee will provide approval in writing for any product exceptions. 9.8.2 Contractor shall apply refinishing and resealing products in strict accordance with manufacturer's instructions and specifications. The City may request a sample test of the finish to insure and verify the application rates meets the manufacturer's guidelines. 9.8.3 Contractor shall machine-sand surface with three (3) grits of sandpaper, edge all trim with same grades of paper, and screen disc entire floor with 80-grit screens. The Contractor shall vacuum completely removing all dust frorn the work-area. 9.8.4 Contractor shall apply two(2)coats of sealer and shall allow complete drying time between coats. The Contractor shall screen the surface with 100-grit sanding screen between coats, completely removing all dust from the surface before apply coat 9.8.5 Contractor shall ensure that any artwork, lines,and markings are restored to match existing work. This may include reproducing any distinctive markings, such as identification markings or logos from individual recreation centers. The Department Contract Manager or designee will provide written verification and approval of all marking and stripping before installation. 9.8.6 Contractor shall mask surface to ensure crisp lines. 9.8.7 Contractor shall apply oil-based enamel for lettering and lines in a manner that is mutually agreed to between the Contractor and City Department Contract Manager or designee. 9.8.9 Conti-actor shall apply three(3) coats of finish, burnishing surface with steel wool or 120-grit screens between coats, and shall allow complete drying time between coats as recommended by the manufacturer. 9.8.9 Contractor shall secure the area and allow surfaces to dry at a minimum of 72 hours for proper curing. 9.8.10 Contractor shall clean and reseal a surface as requested by the Department Contract Manager designee. 9.9 Epoxy Coating Gomez Floor Covering, Inc. Non-Exclusive Carpet and Flooring Services Agreement ITB No.21-0060 Page 20 of 54 9.9.1 Contractor shall provide a high-performance resinous material. 9.9.2 Contractor shall provide a coating that is sanitizes and degreaser proof/resistant. 9.9.3 Contractor shall provide a coating that is scratch/knick and slip resistant, urine proof, and highly durable that can withstand high foot traffic including dog nails and daily cleaning. 9.9.4 Contractor shall provide coating that in available in multiple colors including flake and have a vibrant and high gloss finish appearance. 9.10 Epoxy Coating for Animal for Control Center 9.10.1 Contractor shall sand existing coating. 9.10.2 Contractor shall use coating for floors of dog kennels for over 20,000 sq. ft, of existing concrete. 9.10.3 Contractor shall use flooring that is a high performance resinous material. 9.10.4 Contractor shall use flooring that is sanitizes and degreaser proof7resistant. 9.10.5 Contractor shall use flooring that is available in multiple colors including flake. 9.10.6 Contractor shal l use flooring that has a 5 or 10 year warranty. 9.10.7 Contractor shall use flooring that is Urine proof. 9.10.8 Contractor shall use flooring that is scratch/knick resistant. 9.10.9 Contractor shall use flooring that is slip resistant. 9.10.10 Contractor shall use flooring that has a quality appearance—vibrant colors and a high gloss finish. 9.10.11 Contractor shall use flooring that is highly durable that can withstand high foot traffic, dog nails,and daily cleaning, 9.10.12 Contractor shall use coatings at 4900 Martin St. Fort Worth Texas, 76119. 9.10.13 Hours of operation 8-5pm 10.0 OTHER MISCELLANEOUS SERVICES 10.1 The City may request other flooring related work or services that are not specified herein. The Contractor shall perform requested miscellaneous services after the Department Contract Manager authorizes such services, in writing, by issuing a Purchase Order. These related services shall be performed in accordance with all provisions of this Contract including the Project Quote Process. 11.0 EXPEDITED SERVICES 11.1 Contractor shall understand the City may require the Contractor to respond to expedited service requests. Expedited services are defined as a service that addresses a threat to public safety, health, or real property. The Department Contract Manager or designee will have the sole and final authority in determining when services will be designated as an expedited. 11.2 Contractor shall be available to perform expedited services twenty-four (24) hours per day, Gomez Floor Covering,Inc. Non-Exclusive Carpet and Flooring Services Agreement ITB No. 21-0060 Page 21 of 54 three hundred sixty-five (365) days per year. 11.3 Contractor shall acknowledge an expedited request within two(2)how's or less and be onsite within four(4) hours unless otherwise approved or agreed upon by the Department Contract Manager or designee. The response time shall begin at the time the call is made and end at the time the appropriate Contractor's employee signs in at the work site. 1 1 A Contractor shall provide a complete fixed-price quote with an estimated completion time to the Department Contract Manager or designee within two(2) hours of arrival to the job site. If two (2) hours is not eno€€gh time to complete the quote, Contractor shall notify the Department Contract Manager to request additional time or to request a verbal quote to be provided.The Contractor and Department Contract Manager or designee may mutually agree that a verbal quote for expedited flooring services will meet the needs of the City. Verbal quotes shall not release the Contractor frorn its responsibilities as described by the terms of this Document. 11.5 if providing a verbal fixed-price quote for expedited flooring services, Contractor shall provide the Department Contract Manager or designee with a written fixed-price quote, and summary of the services performed within two(2) business days of the request for expedited services, unless otherwise requested or specified by the Department Contract Manager or designee the terms of this Contract. 11.6 Contractor shall understand that the City reserves the right to contact other Contractors to fulfill the requirements of the expedited services in the event the Contractor cannot respond to the expedited repair as required by this Scope of Work. 12.0 CHARGES 12.1 Contractor shall submit an invoice that matches the firm fixed price quotation in accordance with the Exhibit "B," Pricing Schedule and copy of the invoice that shows the price the Contractor paid for the materials. FAILURE TO PROVIDE A COPY OF THE ORIGINAL INVOICE FOR THE MATERIALS SHALL RESULT IN CONTRACTOR NOT BEING PAID FOR THE MATERIALS UNTIL THE INVOICE IS RECEIVED. 12.2 Contractor shall provide an itemized invoice that contains, at a minimum,the following: 12.2.1 Address of work performed 12.2.2 City of Fort Worth Contract Number 12.2.3 City of Fort Worth Purchase Order(PO) number 12.2.4 Contractor's unique invoice number and date 12.2.5 Beginning and Ending dates of services rendered 12.2.6 Contractor's unique quotation number 12.2.7 For rates based on square or linear footage, the Contractor shall provide drawings and measurement indicating how the footage was determined. 12.2.8 Provide proof of all permit charges and permit closeout documentation are required with the invoice if applicable, and within five (5) business days upon the request by the City. Gomez Floor Covering, Inc. Non-Exclusive Carpet and Flooring Services Agreement ITB No.21-0060 Page 22 of 54 13.0 QUALITY ASSURANCE 13.1 Contractor shall provide the City the ability to perform quantitative and/or qualitative examination of the Contractor's materials or methods related to any request for service under the terms of this contract. The City may perform tests for film thickness, chemical resistance, color match, fla€ne spread, grout composition, and mastic volatility to name a few, but these are not all inclusive of the tests that may be required, The City will, to the best of its ability, specify any testing required in the request for services. 13.2 Contractor shall make available all supplies to the City for inspection and approval for use by the Department Contract Manager or designee. 13.3 Contractor shall understand that work performed is subject to inspection and approval by the Department Contract Manager upon completion of a project. Payment will not be made for any set-vice until all clean-up requirements have been met and the Department Contract Manager has approved acceptance of service as to contract compliance 14.0 JOB-SITE CONDITIONS 14.1 Contractor shall clean job sites on a daily basis and keep work areas in an uncluttered condition. Upon completion and prior to final inspection of a project, the Contractor shall be responsible for the removal of all debris and unused material from City premises, at the Contractor's expense. The Contractor shall leave work areas in a condition similar to or better than the condition of the area before any work was perfonned. 14.2 Contractor shall remove any drips of adhesives from all walls, floors, and other finished surfaces that were not present before work commenced at job completion. Failure to do so when asked by the City will result in the work being done by the City and charged to the Contractor. 14.3 Contractor shall understand that work performed is subject to inspection and approval by the Department Contract Manager upon completion of a project. Payment will not be made for any service until all clean-up requirements have been met and the Department Contract Manager has approved acceptance of services, both to the standards discussed during the job inspection/quote and as specified in this contract. 15.0 EQUIPMENT REQUIREMENTS 15.1 Contractor shall provide all equipment, in sufficient quantities to adequately perform all services, and made available to the Contractor's employees at all times. 15.2 Contractor shall provide all equipment in good operating condition and shall meet or exceed OSHA industry standards 15.3 Contractor shall not store equipment on the City premises, except that equipment may temporarily be left in buildings while work is being performed. 15.4 Contractor shall ensure that any motorized or mechanical equipment such as lifts, booms, scaffolds,etc, shall be approved by the Department Contract Manager or designee before use. The City reserves the right to inspect equipment before use at City facilities. 15.5 Contractor shall use no gasoline, natural gas, diesel, or propane-powered equipment inside a facility without the written permission of the Department Contract Manager. 15.6 Contractor shall use non-marking tires and they shall be cleaned before entry into the facility. Gomez Floor Covering, Inc. Non-Exclusive Carpet and Flooring Services Agreement ITB No. 21-0060 Page 23 of 54 In addition, the City may require a covering be laid on the floor to protect the floor from the equipment. 15.7 Contractor shall be responsible for any damage resulting from tire burns, battery leaks, oil or hydraulic leaks, scrapes or scratches. 15.8 The City may stop work at any time if inferior equipment (such as leaking solvents, safety risk, creating hazardous conditions, damaging City property, etc.) is in use by the Contractor. The City shall have the sole and final authority in determining if Contractor's equipment is inferior. The Contractor shall be responsible for any loss or damage to rented or owned equipment used while performing services ender this contract.The Contractor shall not charge the City for expenses incurred by Contractor or its Subcontractor for loss or damage to equipment or tools rented or Contractor owned equipment. 16.0 DISPOSAL OF PARTS NON-HAZARDOUS AND HAZARDOUS MATERIALS 16.1 Contractor shall be responsible for handling, transporting, and disposing of all material waste, oils and solvents, in accordance with all applicable laws, rules and regulations so as to ensure the highest level of safety to the environment and public health at no additional cost to the City. Recycle all carpet waste and scraps, as appropriate, and accounted for with disposal receipts for verification. 16.2 Contractor shall provide the manifest ticket for hazardous materials or other proof of proper disposal on request within ten(10)business days upon the request of the Department Contract Manager or designee. 16.3 Contractor shall be responsible for any hazardous materials brought to the site by the Contractor. 16.4 Contractor shall immediately notify the Department Contract Manager of any suspected hazardous materials encountered before or during performance of work and shall take all necessary precautions to avoid further disturbance of the materials.The City will be responsible for any hazardous material uncovered or revealed at the site which was not shown, indicated or identified previously. 16.5 Contractor shall resume work at the affected area of the Project only after the Department Contract Manager or designee provides written certification that the Hazardous Materials have been removed or rendered harmless and all necessary approvals have been obtained from all government and quasigovernment entities having jurisdiction over the project or site. Tire Contractor shall be responsible for continuing the work in the unaffected portion of the project and site. 17.0 WARRANTY 17.1 Contractor shall provide documentation of manufacturer's warranty along with the final invoice. 17.2 Contractor shall provide the Department Contract Manager a written warranty for all parts, labor, and workmanship upon completion of each job. Warrant that, unless otherwise specified, all materials and equipment incorporated in the work Under tine contract shall be new, in first class condition, and in accordance with the contract documents. 17.3 Contractor shall further warrant that all workmanship shall be of the highest quality, in accordance with contract documents, and shall be performed by persons qualified at their Gomez Floor Covering, Inc. Non-Exclusive Carpet and Flooring Services Agreement 1T B No. 21-0060 Page 24 of 54 respective trades. 17.4 Contractor shall understand that work not conforming to these warranties shall be considered defective. 17.5 Contractor shall understand this warranty of materials and workmanship is separate and independent from and in addition to any of the Contractor's other guarantees or obligations in this contract. 17.6 Except if otherwise specified,guaranteed all work by the Contractor against defects resulting from the use of inferior materials, equipment, or workmanship for one (1) year from the date of final acceptance of the entire project by the City in writing. Equipment and facilities, which have seasonal limitations on their operation, shall be guaranteed for one (1) full year from the date of seasonally appropriate tests and acceptance, in writing, by the City. The Contractor shall provide a warranty to include at a minimum, but not limited to the following: 17.6.1 Contractor shall repair or replace promptly, on a one-for-one basis without additional cost to the City of Fort Worth,any and all defective work and products. The City defines "prompt" repair or replacement to be within twenty- four (24) hours after notification by authorized City personnel or as agreed by City and Contractor. 17.6.2 Contractor shall remedy at the Conti-actor's expense any non-conforming or defective products or work. In addition, the Contractor shall remedy at Contractor's expense any damage to real or personal property owned by the City of Fort Worth, when that damage is the result of a defect of products furnished. 17.63 If the Contractor fails to remedy any failure,defect,or damage within a reasonable time after receipt of notice, the City of Fort Worth shall have the right to replace, repair, or otherwise remedy the failure, defect, or damage at the Contractor's expense. 17.7 Warranty shall not include failures attributable to accident, fire, or negligence on the part of City personnel. 17.7.1 With respect to all warranties, expressed or implied, from manufacturers, or suppliers for work performed and materials furnished under this contract 17.7.2 Contractor shall obtain all warranties that would be obtained in normal commercial practice; 18.0 PROJECT QUOTE PROCESS 18.1 Contractor shall acknowledge receipt of a standard service request Notification within two (2) business days by responding via phone or email to the Department Contract Manager or designee. 18.2 The Department Contract Manager or designee shall provide the Contractor with the location, onsite contact, and a general description of the service request. 18.3 For each project, Contractor shall submit a firm fixed price quotation to the Department Contract Manager or designee within five(5) business days of notification for review by the Department Contract Manager or designee, or at a time mutually agreed to between the Contractor and the Department Contract Manager or designee. Gomez Floor Covering, Inc. Non-Exclusive Carpet and Flooring Services Agreement I`1'B No.21-0060 Page 25 of 54 18.4 The quote shall be evaluated for accuracy, demonstrated understanding of the project scope of work, schedule and price and shall be awarded to the Contractor meeting the project requirements at the lowest price. 18.5 To comply with the quote process: 18.5.1 Contractor shall provide a written firm-fixed price quote, based on the labor rates listed on the Exhibit"B,"—Pricing Schedule. 18.5.2 The firm fixed price quotation shall include: 18.5.2.1 Description of the work to be performed including the type of service or products to be provided. 18.5.2.2 Itemized estimate of the materials including associated percent markup 18.5.2.3 Itemized estimate of any rental equipment required including associated percent markup. 18.5.2.4 Labor costs including number of hours, pay rates, and worker classifications. 18.5.2.5 A timeline, including proposed start and finish dates. 18.5.3 Contractor understands that the submission of a firm fixed price quotation is evidence that the Contractor has familiarized himself/herself with the nature and extent of the work and any local conditions that may, in any manner, affect the scope of the work to be done, and the equipment, materials, labor, etc. Required. No variation in price or conditions shall be permitted based on the claim of ignorance negligence, or false representation. 18JA Contractor shall understand that the Department Contract Manager or designee will review the quotations and, if in agreement/approves the quote, will issue a Department Purchase Order(PO)to the Contractor who submitted the lowest firm fixed price quote that meets the project scope of work requirements. 18.5.5 Contractor shall understand that the Contractor shall not begin work without a Purchase Order from the City and signed by a Department Contract Manager. 18.5.6 Contractor shall understand that the City reserves the right to reject any and all quotes. If the Department Contract Manager or designee does not agree with the lowest fixed- price quote as presented, the Department Contract Manager or designee may contact the Contractor to discuss and resolve. Once in agreement, the Contractor shall submit a revised fixed-price quote for approval to the Department Contract Manager or designee in one (1) business day, or at a time mutually agreed to between the Contractor and the Contractor Manager or designee. The City may elect to reject the lowest fixed-price quote that does not meet project scope requirements and award to the next lowest 18.5.7 Contractor shall acknowledge receipt of the PO by contacting the Department Contract Manager or designee by email or phone and within two(2) business days to schedule a start date. Services shall start within ten(10)business days of written approval by the City, or at a time mutually agreed to between the Contractor and Department Contract Manager or designee. Gomez Floor Covering, Inc. Non-Exclusive Caipet and Flooring Services Agreement ITB No.21-0060 Page 26 of 54 18.6 Contractor shall complete the work within the time stated in the firm fixed price quotation. 18.7 Contractor shall notify the Department Conti-act Manager or designee upon completion of the services. 18.8 Contractor shall request additional time, in writing, if the Contractor determines the services being pet-formed cannot be completed as specified in the firm fixed price quotation. The Contractor shall not increase the original fixed-price quote for any Contractor requested time extension due to delays caused by the Contractor. The Contractor and the Department Conti-act Manager or designee shall mutually agree to a new completion date. Under no circumstances shall the Contractor leave services unfinished without prior approval/arrangement from the Department Contract Manager or designee, 18.9 Changes to Project Quote 18.9.1 Contractor shall acknowledge and understand that the firm fixed price quote is the maximum amount the City will pay for the service,regardless of increases in labor, equipment or materials initiated by the Contractor. Contractor changes to the approved firm fixed price quotation shall not increase the total dollar amount of fixed price quotation. 18.9.2 Contractor shall immediately notify the Department Contract Manager or designee in writing (by email) if additions, deletions, and/or revisions to a job assignment are needed. 18.9.3 Within one (1) business day of verbal notification, the Contractor shall submit a written Project Quotation Change Request to the Department Contract Manager or designee. The City reserves the right to reject any changes to the project firm fixed price quotation requested by the Contractor. Under no circumstances shall Contractor proceed with changes to the project firm fixed price quotation without written approval from the Department Contract Manager or designee. 18.9.4 The Project Quotation Change Request shall include the following: 18.9.4.1The adjustment in the project time, if applicable. 18.9.4.2 The adjustment in the project price, if applicable. I8.9.4.31f the City requests to change a fixed-price quote due to a change in the scope of work that would increase the number of labor hours required or the amount of materials required, the Contractor shal l amend the original amount and, upon approval and acceptance by the Department Contract Manager, of the amended fixed-price quote, shall be reimbursed for the changes. 18.10 Property Management--Facilities Specific Requirements 18.10.1 Daily Log: The Contractor's supervisor shall be responsible for maintaining daily log of work performed for the City under this contract. The Contractor shall make the log available to the Department Contract Manager or designee for inspection at all times. The daily log format shall be agreed to by the Department Contract Manager and include but not limited to the following: 18.10.1.1 Detail of materials used Gomez Moor Covering, Inc. Non-Exclusive Carpet and Flooring Set-vices Agreement 1TB No.21-0060 Page 27 of 54 18.10.1.2 Square footage denioed, installed, or repaired 18,10.1.3 Labor hours expended 18.10.1.4 Quality control inspections and areas inspected 18.10.1.5 List of any complaints, discrepancies, needed maintenance, potential hazards, or conditions that have a direct impact on the ability of the Contractor to perform under this contract. 18,10.2 Additional Warranty 18.10.2.1 Contractor shall provide a minimum ten(10)year non-prorated warranty for carpeting against items such as de-lainination of the secondary backing from the primary backing, edge ravel, excessive wear, zippering,resiliency loss, moisture barrier, and excessive static, 18.10.2.2 Warranty must not be conditional. 19.0 CITY REQUIREMENTS 19.1 The City shall identify the location, on-site contact, and description of the service request to the Contractor. 19.2 The City shall be responsible for making the material selections for the service request. 19.3 The City shall notify personnel in the City facilities prior to cornmencement of work. 19.4 The City shall provide escorted access where applicable. 20.0 INVOICING REQUIREMENTS 20.1 Contractor shall provide an invoice as described in Exhibit"E." 21.0 LABOR ADJUSTMENT RATE 21.1 At the City's sole discretion, the labor rate may be adjusted for increases or decreases in Contractor's cost during a Renewal Term but before the effective date of the renewal upon written request from the Contractor. In no event shall any such increase exceed 5% of the total compensation amount provided in this Agreement. 21.2 The Contractor shall submit its labor rate adjustment request, in writing, at least 60 days before the renewal effective period. The Contractor shall provide written proof of cost increases with labor rate adjustment request. 21.3 If the City concludes that the labor rate increase being requested is exorbitant or otherwise unacceptable, the City reserves the right to adjust the rate request, or reject the rate request in its entirety and allow the contract to expire at the end of the contract term, If the City elects not to exercise the renewal option,the Purchasing Division will issue a new solicitation. 21.4 Labor rates shall remain firm for each one-year term of the Agreement and shall include all associated freight and delivery costs. 21.5 Labor rates offered shall be used for Agreement pricing. In cases of errors in extensions or totals,the labor rate pet,square foot offered will govern. 21.6 Goods and/or services shall not be suspended by the Contractor without a 30 day prior written Gomez Floor Covering,Inc. Non-Exclusive Carpet and Flooring Services Agreement ITB No.21-0060 Page 28 of 54 notice to the City. 22.0 PERFORMANCE 22.1 Failure of the City to insist in any one or more instances upon performance of any of the terms and conditions of this Agreement shall not be construed as a waiver or relinquishment of the firture performance of any terms and conditions, but the Contractor's obligation with respect to such performance shall continue in full force and effect. 23.0 CONTRACT ADMINISTRATION AND TERMINATION 23.1 Contract administration will be performed by the City's Property Management Department, 23.2 In the event the Contractor fails to perform according to the terms of the agreement, The Department head or his/her designee will notify the Contractor, in writing, of its failures. A meeting may be arranged to discuss the Contractor's deficiencies. A written cure notice may be prepared giving the Contractor fourteen (14)calendar days to cure any deficiency. In the event the Contractor continues with unsatisfactory performance, the department will promptly notify the Purchasing Manager who will take appropriate action to cure the performance problem(s), which could include cancellation, termination for convenience or default. If the agreement is terminated for default, the Contractor may be held liable for excess cost and/or liquidated damages. 23.3 The Contractor will be paid only those sums due and owing under the agreement for services satisfactorily rendered, subject to offset for damages and other amounts which are, or which may become, due and owing to the City 23.4 The City reserves the right to terminate this agreement, or any part hereof, without cause at any time. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers to cease work. Subject to the terms of this agreement, the Contractor shall be paid a percentage of the agreement price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the City using its standard record keeping system, have resulted from the termination. However, in no event shall the total of all amounts paid to the Contractor exceed the agreement price. The Contractor shall not be reimbursed for any profits which may have been anticipated, but which have not been earned up to the date of termination. 23.5 The City's Department Contract Managers are: Department Department Contract Manager Title Aviation Ricardo Barcelo Administrative Service Manager Code Christian Harper Contract Services Admin Parks Rebekah Doyle Sr Contract Compliance Specialist PE Andrea Wright Asst Pub Facilities/Events Director NHS Rhonda Hinz Sr Administrative Services Manager Water Maenica Berry Purchasing Manager Library Amara Russell Facilities Supervisor PNID Aaron Cutaiar Facilities Superintendent The City may, with notice to the Contractor,add or remove, Department Contract Managers Gomez Floor Covering,Inc. Non-Exclusive Carpet and Flooring Services Agreement ITB No.21-0060 Page 29 of 54 EXHIBIT B PRICING SCHEDULE Vola'1�{?ul l.. a_ ::. CITE' OF FORT WORTH BID OFFER Cverst Itl - Pag Invited; PUBLIC UVFNT DETAILS rrvnr.-zi-a�Uo a Gvarrt riound Vnrslan Submit To: City of Full Worth t=IN�INCIAL MANAGEMENT SERVICES Event tsafna ' —._�m i - FINANCE-Purdiasl j k7'o-%arr,�i 200 Texas St.(Lower LeWI,S®U111) Start Timno F€;nuts Time Fort Worth TX 76107 i)'t 0 02.1 1..1:30;u0 CUT � Urth dStains Email: F(YISPu(chUaingRespnnses@fortworthtoxas.gov Line t7tail Line: 1 goscripflan: ._ ._- _.... unit _ oraitPriaa Total - Labor r&la for CARPET TILE INSTALLATION 5�6gfJ.9u �f sarrvi es during normal bu-Inosa huuru, 0 25 02fl fl fl defined as Monday through Friday Line; 2 Pescripitun: .. Qtv Unit_ Un!lPrfca _.._. Total Lahnr rate for CARPET TILT=INSTALLATION yrrviosa after hours,derinud au MnrHtrsy tfi35€.00 SF I through Friday 5:01 pin-1:59 am,Saturday l O.b� S,170 Jfl and Sunduy and City holidays- l Line: 3 Description, Ott... Laborrnierat CARPLt TILE DFMO and REMOVAL 601U40 SF eornr:os durho normal husinoss Isuurs, 47:10 doriinerd R>Monday 11srou9b Hoy Lino: 4 pe„scr3 ion: —`_--, _ __ 94]L_ Unit UnItPrice --- Total Labor rate far CARPET TILE DEMO and REMOVAL servioes Ruor€Sours,ddlmd as Monday tzAUU.UU SF thraug1vFriday 5:01 pin-7:59 am,Saturday 0,3�, 380:00 and Sunday and City holidays- Lino: 5 oespt-101 on: Qtv Pit ..._._ UrdtP.i'14e __ _.___._R__ 50 -- 9,J00,00 Laborrnte rot CARPET TILE REPAIRaarwcas ttMigfstlp SF iSuring normal businessD haura,daffnod as r Monday€hrorx#s Friday 8:00 am•5;00 pm �....'. Lino: 0 pcsc.ripti�rrt: Qtv -._iJnrt UnllPrica _._, Taral t.nbrr fat©for CARPET TILE€tEPAIR services after tuners doliaod as Monday Piroulih Friday 1r40.t1t1 SF 10I pas 7:59 ant.Sntirrslny and Swiday and 0. 0 99-00 City hoUday;i Lino: Y Deseri-lion; _ Qtv Unl! __-.__. ., __ UnilPrlCn Labor rate for FLOOR PREPARATION for Carpet Tito InstallaWfi srtrricor; during norrnal 57557.0t3 SF ( hnnina9s hours,defined as Monday through 0 � 14,389.25 Friday 8:00 am-5;00 pm Gomez Floor Covering,Inc. Non-Exclusive Carpet and Flooring Services Agreement ITB No.21-0060 Page 30 of 54 r.! CITY OF FORT WORTH BID OFFER Euerrtlo —_. _ pogo invited: PUBLIC EVENT DETAILS cx,wl Event Rauncl Sslbrrlii To; Cit�r of Furl VJorltt Varslon 1 W FINANtZIAL MANAGEMENT SFRVK;EC want Name FiNANCf -Purahasinp V IL Ca1,ueL and t•_.Oarifiq kron i:.r i9 dace 200 Tvxw St.(Lr�W@f L dVol,SUUIh) startTlme Finish Time �� Fort Wodin TX 76102 _Wq4{2az1 airoo:ilO CDT._-.._..................._wF.L o/-20a.1 13:30!e0 Cer United States E"tllalli Fh1SPurchasintlF�eslSrarrse5Qftsrtv�c�rlhioxu,,flav Llnw B OcaCriFl3nr1: City -unit, UriilPrico__ : Total Mbar rasa for FLOOR PRrzPAHATION fat Carpet Tile Islallation U00.00 `IF _ Soivices after*u m M v:day-Fridpy 12,040 0d ] S:1)lpm-7:59gm,Saturdays and Sundays and City IF' Lino: 5 Oescrf alp elk: -_---.... . UntIPiICC --- Totat -- Labor rate,for CARPET ROLL iNsTALLATION a5054.R0 SF �ervives during nonaal business hour, I1045 26,572.50 doflned as 1vtorday lhr wph Friday 8:00 — r Line. 10 gee 1ptlan: LAbu rate for CAftFET ROI,1,1NBTALLATION servirov after hnuts,defined as hionday 4540.00 SF j through F ilday 5:01 pan-7:59 am,Saturday 0.CJ0 Fry�66 00 I and Sunday oral City holidays- IT 1 Lino: It pasgripiinn. .. .. .. ............ Labor rate for CARPFT ROLL DEMO and REMOVAI W850.09 SF servira..s t uring nofntal husirwss fours, 355.00 ,]*filled as Monday through Fridsy Line: 12 gescripllon: _.:__ �_ 4Ev tltoif Labor rate for CARPETTILE DEMO and REMOVAL services after hours,dulinud as Monday 1800.Ot3 5F _. through Friday 5 OI pm T50 am,Seturdny (}35 and Sutidiy owl City holidays- Lane: 13 Labof ralo for CARPET ROLL REPAIR sarvicos 7,7500,00 Sr tluristrg normal businoss hours,defined as L_50 13,750.00 Mor4ay liirvxrgh Friday 8;00 am-5:00 pro Lirae: 14 pascriptlan:.......... ......... qlv Unit ._.,..-------.,Un1 PrirU _ - Total - 1,ahrx rate foe GAR -r ROLL REPAIR ser*95�� altar hours,defined as tvlonday thretlrgh Friday 2100,00 SF 6 01 pin-7:59 am,Saturday and Sunday and O,6p � 1,230.00 City holidays Line: 15 Unit .... _._U_ntprica Tolnl , Latfor nitre,for FLOOR PREPERATION far Carpel Roll hnstallaflan services drainrd nblroel SF I busirkows hours,dogn0l on Mondry through I0.25 {14,46250 pfitlay€1 W on),5A0 pm ll GO111e7 Floor Covering, Inc. Non-Exclusive Carpet and Flooring Services Agreement ITB No.21-0060 Page 31 of 54 Fo la CITY OF FORT WORTH BID OFFER Event IO_- Pacer; Invited; Pllldt,[C 1=VENT DETAILS Event Romid Vorslon Submit To: Ciiy raf Fofl bY4,ih i 1 FINANCIAL MANAGEMENT SERVICES _.....Event Name FINANCE-Purettasinft 3TII calp aud,.F'.1:t1 a„n9_RPyu,!i rrrd R rJl.a �s 200 Texas S1. I.01NSr Lyvr/l,S4Ufi} I Start Time Finish Time Fort Worth TX 16102 4LR 3` __,o7fnLJ2_o_2�_1a:3u:ao CUT-_ tJnitadtatas Email; FMSPurviiasingRespionsesctTfoftollhteXas-rgov Lino: 15 neK(_1Ptlort; ...Lily.... ..- UnM 11r111Prics Total Labor rrile fnr FLOOR PRCPAIWION for Capel Roll installaWrl 460000 SF ervicns after hour,.,defined as Monday 0.3(l � 1,3$O.66 lhraugh Friday Salt pm-7.59 riot,Salutday Line: '1T 0rscripiloit: _ __ .,. t11 Unit llnifF'rleQ Labor rate fur RUBBER INSTALLATION setvicea 24bflg{34 SF during Formal buaOtess hairs,defined as 1.25 30,000.00 Monday thrago Friday 8:00 ant-5:4L1 pin -- Lhte: 19 aescriPtion: _ ....,—G1tY �Lini! UnF_t]'Rco.........._. Tolnl...._. .__...: Labor rate for RUl1 ER INSTALLATION snrvicas nflprhours doiined as Monday Ihrourgh Friday IQO t0 Sf _ 6:01 pm,7:69 arn,5alurday and Sunday and Cityhnlidays �75,00 Line: to t)nl! _.. .. UnIlPricF3 l abot rate for RUSHER DPMO and REMOVAL 1CL1.L1U SF aerviL:os duilrig normal business hours, defined as Monday thFough Friday 8:00 L -�O r�0�� Lino: 24 pgscrlP3inn. Qty Unit U=tllplfae_ __._ Tola] Labor rate for RUBBER DEMO arxl REMOVAL services atinr hours,doNiod as Mondry 24444,00 SF niraugh rdday 5 41 pot-7:69 air',Saturday 0.75 I 1$,Loo 00 and 5umlay snd Cily holidays Liw 21 PC6Crl�ti6n: ......, ______ qlY........_._... Unit _..-Uri#tPrlCu Tr?�A�.........- LobLw mta fr r RUQi ER REPAIR snrvlces during I WHO SF normal bunfnass hours,detirwd as Mortday OI} 100.�0 ihrough Friday 9:l10 arn-55:00 Pot Liam 22 Total , Labor rain-far RUBBER REPAIR sorvlces killer hours,definect a$t.Wdoy thruuyh Friday 5:01 50,f14 5F pot-7:5'd am.Saturday and Sunday and City �00 fic*days Lino: 23 L7oscripian: Unil UpgPrlce Total ----- -'-- filly Labia role fof FLOOR PREPARATION fur Nub5ar Ir:sta91311011 services 21400 00 Sf -- -: during narnlal business hours,defined 0.2 ed as 5 !350.00 Monday through Friday A:Ud arty 500 poi �.-.- .. ..I �.. _ Croniez Floor Covering, Inc. Non-Exclusive Carpet and Flooring Set-vices Agreement ITB No. 21-0060 Page 32 of 54 F0.10 VO d11 1-1:: CITY OF FORT WORTH BNB} OFFER �Cre. if ......... ........ _ ;fie Invited: PUBLIC FVENT MAIL$ €.C F"tt9I-.P1-Q060..._............. - G t Event Round Version _._ Submit To: City"I Foo Worth i.r i FINANCIAL MANAGEMENT SERVICES Event Name - FINANCE•PUtctlaBing [Xgfj� m zt Hoorinw V'[wai c an E tac 200 Toms St,(Lower Lavel,South) oro oaimlear u�i� FIn€shTiln� Foci Worth TX 105102 1iT_ .__ c12 uoZ 02i__y r 13u:90<[_i'-- United States Entail: FIVISPurdinsingResps)nsasCf,t?lorivforlhlexas.gov Line: 24 0050 htuep., Labor talc for I`LOOR Petlp€ttatl0n PRLPARAI'M for Rubber tnstaaaliun aarvim; raper t1PUru,dallrtad as Monday lhrcgh Friday 1g0.Uu SF 3 5:01 fnm•7:69 ant,3ahsrday and Sunday and 0,30 i 30.00 City holidays - ----One; 25 I}oscriplion: llty ___ unit Unilpfice Total Lnbor rate ferTILE INSTALLATION services 25t?I0 DO SF _ during normal lousiness hwts,defined as 4 7� Monday Ihroulilt Friday 8 00 am.5:00 pm [1�8,797,5© Line: 26 Pasa[Iplan: 9h_. Unit unl!'rce,._ Tot11... ......... LHWf Wei for TILL INSTALLATION sorkikas after hours,defned a3 Monday throrjUh Friday 2359,00 SF .... 5,01 pas-7:59 tun.Saturday and Svrrsiay and k ra-00 I ,7r�Q 00 City holidays E — Line: 27 Oesq!i0011: city Unit Labrx tale for TILE DEMO Find RE1A>]VAt sE,rvirrts 2F,0iC 00 8F --.--- _ during rotlnnf bu5ine-s hours,&MM'Is r Monday guough rllday 9:00 em G;W pm 3'00 75.03Q-00 Line: 26 Doscrlpflcn: �_ Qt� t�llh Ull"Pr __ Total _ Faber rate far l ILE DEMO aril REMOVAL serrse.s alter hours,defined as Monday lhroupfe rl day 2350.E Sr 5;31 pm-7:511 ani,Saturday and Sunday,yrxt 3.5 � U25.00 City 1101ways Him 23 posc,llPtion; . .... oty __Unit Labor fato€f1t'fiLF RFPAt,R 5gMree durlrM 69f v) Sr nomtal buriness hours,dafrrW as Monday 3.75 25;875 Ihrough Friday Ii:60 am�5:0f1 Pm - .00 ----� Line: 30 ------,_.----,_ ----q1v Unit ._ UnitPrige Total Labor rota for TILE REPAIR sotvlcea aflor hwrs,dntirled as Monday lhreu9h Friday 5:01 2100.d0 SF pm.T59 rim,Saturday and$uriday and City holidays Line: 31 Description .__...-- — 9FY.. .._.... -- Unit unitPrice Totai Labor rain far 1_00R PREPARMION FOR TILE INSTALLTION sorvlcas 2t2.10,00 SIP during rinrmrd bwion a hours,defined as D�rO i 3 00 Monday Ihrmigh Friday 8:00 am-5JW prtt Gomez Floor Coveting, Inc. Non-Exclusive Carpet and Flooring Services Agreement ITB No.2I-0060 Page 33 of 54 r;Folo,wolull, CITY OF FORT WORTH BID OFFER Evt l'a4;j Invltod: PUBLIC EVENT DETAILS Event r26und Vcrsiarl 3ribailP To; City of Fort Worth r FINANCIAL.MANAGFIAENT SERVICES i Event Narna FINANCE-f'urchasir,y� l m caEput' yn 1.�;;<>wiow Rrn,tr -rd..l�Irl as 200 Fexas St.(Lower Level,Snulh) Start Time Flnicfr Time Fort Warih TX 76102 United Sitfles __, _ __.._,____. �tt1�l€: Fhdsf�urohsasirt�F2esponscs(�fartvror€htexus:tlav Line: 32 Doscrigtlot, C�ly Unit__- UnISP.rI�e I ntxx Tale for FLOOR PREPARATION FOR'TILE INSTALLTION 5ervwn5 after hours,OnMW as 2 f50.00 SF Monday mrdugh Frday 01 pa, 7:59 am, 0.30 ) 0 .00 Sulurday and Sdoday and Gtly holidays Lino: 33 P?QAcrtplion;.._.. Labor rate lur SfONV,TILE INSTALLATION 5w,co Sr _--, aarvlces do iriq wfmal bw;lnesa Furs, 6,p0 500.00 i defined os Momlay Ovough Friday 8;00 — - Lino: 34 Dascriollow __ city tJglt UnilPflaa _ Yatal Labor islo for STO[ir 710E INSTACLATION services aster hours dahned as Monday 100.00 SF _ Ifirough Friday 5:Ot pan-7:50 wo.3nlurdr+y end Sunday nrxt City holldays Line: 35 €loscri tlftn: ---..... I Unft_ Unll'.Tm, tat Ta .---- ..._.-- i nhor rdta Ior S rONE TII F fkGfAO and REtvtOVRt 59R.99 � C sarvux,s during nomrat bu5ineS5 hours. r}Od 2,(00.00 ' deMQd as Monday dnriugh Friday .J Lloo; 36 Q09 1 fiori: Qfv Unl! _UnitPrica Labor ralo for$TONGOLE T 6' 0 and REMOVAL s4rviaes altar hours,dorim)d as thanday 1no-90 wF - Wrou0h Friday Ul pm-7:59 am,Satarcay r artd Sunday and City holidays �.50 4J0.00 Line: 37 gescriplion; t1lV Unit..._, Unlif'rlce Total Labor rain for VONC TILE REPAIR ser lees 700,OiT SF during nahaal businesq hauls,defined as 600 11,29 200,00 through Monday rgday 8:00 an-5:00 lit" - Ltna; sa unitpfica Labor(At 10f STONE TILE RFPAIR soivices after hours ttplinetl as Monday Ifirough Friday 50 90 SF 3 p1 pm 159 am,Stiturdny and Sunday and Clty hu€hiays 0.00� [OOmm�}0 Line: 39 I)aecrinitan; _ .__._..city.____- Unit __- Ur:itPa'lao ....... Labor tato rot F[0014 PREPARATION FOR STONE TILT INBTALLTION services during normal 500.06 SF buslaiaaa hours,de mead as Monday through 1 (} � 500,00 Friday 8;1I0 mn-500 pm Gomez Floor Covering, Inc. Mon-Exclusive Carpet and Flooring Services Agreement I`FB No.21-0060 Page 34 of 54 ORT 'a r>r.. CITY F FORT WORTH BID OFFER _ . E:vont IA Paso Invited; PtlE3t.lC EVKNT DETAILS Cvnrit Round version Submit To: City of Fort Worth 1._ --_ ._ t FINAWAI=MANAGEMENT SI=FtVICES FVOnt-Nano - _._ FINANCE-Purchil5ing .L'lctfri�iq Reca±�And R pl„�!p 200 Texas uL(Lower Level,South) start Time Finish Time Fort Worth TX 76102 fu /_r._ i,_na, tus:ra_q_cuT 07ln an?i .1 ;Au_ulr_U,11'S' United States €mall: Ft�SPurchusinsTR stc,r7sesQfariwnaittlexa,.�au Linn: 40 De5t;rlPtton,. Aty. ...... _nItTotal _ tiabor rate for FLUOR PREPARATION FOR STONE TILE INSTAUT01 fwvires aflar hours, 1t10,0i7 SF _ dalinnd as Monday through Friday 6:0 d put 7,60 am,Saturday and Sunday and City �� - �. �� � Line: 41 Unit ._ UnIlPtlec Total La but tale faf VINYL TILE INSTALLATION mF 3411350.00 FF services during normal I}uslness Itoury, 0 65 22 522 rep detinud as Monday through{'ridgy 8,00 -.—..� ' line; 42 Doscri tion: - __-- _ ____Unit _ Ualip€Crc 7g#01.. ........._... _ I.abrtt rule far VINYL'flLE INSTALLATION nervices aftor hatim defined as Monday S26rt.00 SF __-- through f'd=toy 5:01 pro-r:59 an),Saturday 0.70 �2,2p6 OQ and Sunday and Gity holidays Llrro: 43 Aos_psiptlan Qky..,:,.--- Urtlt .._UpIlPrlea ._ ,.._—_ TotaC Lubar rife fcv VINYL TILE DENIQ and REMOVAL 1`l5r}j-QO $F strvlms during normal business hours, I� I L6j;5pp 0( define-d Re Mar'alay tl�uugii Friday L L tine: 44 Dascriptlon:_ _ _��__ _—_..tJrtLt------ Unitprico Labor fate for VINYL.T[LE DEMO and REMOVAL satviuos atlor hours,defined as Monday 32a0.00 SF ._ _ - . ....... Through Friday 6,01 Pm-7:5'J am,Saturday Ora 13� �]Q and Suirday a 10.nd City holidays 1 Uno: 45 Dcserlhllnn: y IJr11t Unilpricn. Total I-char rate for VINYL TILE REPAIR services 112595-00 8F — during normal bv*o-s9 ltoi,r$,deffnad as 3.75 I 47,231.25 Monday ih€augh Frlday 8,(Xi ana.6A0 pm .................................. Line: 46 I]escriPtton: _ —Qty_-- Unli__,,,. UnttPrice Labor tale(of VI14YL TILE REPAIR servicos after hntars,ttettnad as Monday through Frirdny 170100 SF 5:01 pin-l: L 59 aln,Saturday and Sunday and Iff��dl75 07 pp Cily holidays .'_: Llnc: 47 Doscri Lion: Unitprlca _Dill..... ............ TIL SITALLTION etvk-w d ing n mEA VINYL ., 9 normal :7500.00 tsusliioss hours,derinad as Monday through 0 Ora 1 17,g75.00 Friday 8:00 am-5:110 P11 Gomez Floor Covering, Inc. Non-Exclusive Cal-pet and Flooring Services Agreement ITB No.21-0060 Page 35 of 54 CITY OF FORT WORTH BID OFFER - - Evert icy liege Invited: PUBLIC EVENT DETAILS Event Rokind Vorsfan Subrnit To: City of Fort WorIll a FINANCIAL MANAGEMENT SERVICES Event Nama FINANCE-Purchasing I1`Il CerLer 17rri_-T,h�1.�?t:�t1J REP Iir ants IIeRtace 200 Texas St.(Lowy Lolcl,SOilli]} Start Time Finish Time Fort 11Varth TX 76102 oG O(i 2('' 08i0G:1ip C'1f'.0 .. 07 tl8 2U21.13;7U;na CUl' (_1t11tL'dStatus Entail: F'MSPLirchasirtgReoponsns@ fortviotthtexas.gov Line: Ail Dosed lion:_ ,..,- ___ QtY - unit UnllPricn __ __ Ta1al tabor rate fdr FLUOR PREPARATION FOR VINYL TILE INS I•AU TION servirxis after houm, 3280.0n 8F dedfner!an,Monday Through F?Iday 5:01 pol. 0.75 "� �0, 7:59 am.Saturday and Sunday anti City ---� =-— 00 Line: 49 besotlion; _GtEy unit 3JrtitYfi-ec __ ToEai Ltrb2rra(e for VINYL SIIEETIROLLINSTALLATION 10MA0 �SF services doting narm3i business Murs, 1 30 1,300 00 definedas Monday through Friday&00nm 5700 L- - -- U, -- - Lino: 50 Description: Q[y__.__ unit UnitPrlcn —_- 7o1.a1_., LaborraleforVINYLSHEET 0LLINSTALLATION sArvkes after hours,deflt}ed as Monday 100.00 SF through Friday 5:01 pm-7:50 tim,Saturday I-� �� 140.00 and Sunday and City holidays L - Linn: 51 Way Deseriptlon: Unit UL1iIPrice-- --,.- 7atal �._ I.alxir rate(4T VINYL SI IEEDROLL DEMO and REMOVAL_sarvico�during normal business 1000100 SF hours,delved as hdvnday tnruugit Friday 6;00 LQ.7� �- 750.00 l nm-5:00 Fri) Line: 52 0ostr tt:lotld _Qty_,__.____-�1nit Ur1LtPrirte_____._., Total Laborr ntle far V€NYL SI IEETJROLL DEMO ar l ACMOVAL sarvicas after hours,defined as 14i1A0 5f fdanday Ihrrsugh Fr day 5.01 pal 7:59 and, Gaturday and Sunday and City NnIklays tins: 53 Ruscrip'llan..__ Rty ___..l3nit ._ _ Uf111Prlae — Ta131_ Labor rate for VINYL 6tiff DROLL REPAIR &QO.aO SF Sai`V"S dudnrg neanal b"InaSS 110ars. .3V V derineo as MoridWl dirough Friday --- Lino; 54 llnit UrtilPYlca , __ Total 9escrl lion: Labor rate far VINYL SHEi_TIROLL REPAIR 50rvloee Eller haufs.dollned as Monday 50:00 SF —---- Ihfough Friday 5:01 pin-T.59 am,Saturday 1 40 � 00 and Sunday and City holidays - Line: 65 Oasctptlort: WtY_.. ......-Unit _ UJINPrige .. ......_ Total Labor role for n.00Ft PREPARATION FOR VINYL 81 iEETJRoLL INSTALLWIN srvices during nuanal 1000,00 5u5ino3s hours,d,3fined os Ulomlay lhrou h Friday t5.t1U 0ttll 5,00 Pill 0.2�J 250,nd-- Gomez Floor Covering,Inc. Non-Exclusive Carpet and Flooring Set-vices Agreement t'FB No. 21-0060 Page 36 of 54 .plq wolf'`1t. CITE' OF FORT WORTH BID OFFER _.- i 6-ant10 pago Itivited; PUBLIC EVENT DETAILS ;crrle]� I__=¢U6rJ ..___ _...._.. _ _ -.fir! City of EvantRannd V&r firs Submit TO; FINANCIAL MANAGEMENTSERVICES - I Event Name FINANCE-Ptucllasing •. T.CF1 thorinq ke�nir,.z., ;,t?lue:e 2f10 Taxas St.(I_uWer Laval,SOOT) Start Time Fhsish Tirtro — Fort Worth TX 76102 D6LEL24)_2_1 oa:aa:oa -yr as-0&:on cr=J_..__. UnllodStatos Email: FJOSPurehasingRespansos@furWorthteXd$,(Jt Y Linn: 56 ©eperl s€lion: (}ky Ullii UnitPricd Labor rate for FLOOR PRFPARt1TION pOR VINYL SHEtTiROLL INSTALL rION Services affix hours, 309.t 0 SF _ _ _ .. donned as Monday through Friday 5:61 prat_ a 136 r TGO urn,Saturday and Sunday and City s Line-, al fly Y Uniiprlce ppsCYinkiart: — Labor ralt�ror ti1)001)BASED FLOORING INSTALLATION TION sarvfcoo during Rarrem bu*ess 272a5.06 SF Iiouas,defined as hienday through Friday 8:00 i€4 �291656.001 am- 5�00 pen Line: 58 DascrialIon: 4ty ::..... _. Linit unitPrlce ..:..... Total.__ I.ahar isle for WOOD BASED FLOORING INS'TALLAAON sorvices after hours,6a5n&d as 1$'162.00 SF _ Monday Ili mugh Friday 5:01 put 7:59 am, �� � 180,810,00_ Saturday and Sunday and City holidays Uite: 59 p&scClptEar............ .:.:. Lobes rate for WWU BASED FLOORNG DEMO and REMOVAL aervir.os durinq normal business 3`aH62.00 SF hours,defined ar;Marnlay through F ddny&RI _-�0: 14 g,448.0�1 ant-6:00 pot � _ I_Ina; 60 Dasctiptlop -- lY_,-_—__ Unit _ UnitPrrcg Total LpJmr rat&for WOOD BASED FLOORING D0.10 artd REMOVAL sarvlces a(for houm dofined as 3it{r.00 Sp v_.. .. . . . Monday through I'fkfay 5:01 pm•T59 am, 4�rO �r�7�. Saturday and Sunday and City holidays ::................::.:.I —_ 00 Lino. 61 DescrEpl s?11i... __.. . QtY _._lJr Ik unikprieu —— Total,._.. T _. Labor ratr for WOOD BASED rLOORINV REPAIR _ 58&62 t10 Sp 5ewire—q during normal bu5irms houT5, .� "---- ^1 03,0V$ J0 ir d&tiru;d as Mat day€hrough FridaY Lino: 0 Deatrintion; Qky _ Unit (initP(I�#__ �'rot al L,rbar rate for WUOD RASED FLOORING REPAIR survlm Afterr hours,defined as idosuday 100,00 SF Ilwough F€Itsay 5:61 pm•7:59 am,Saturday 2. 00 and Sunday and City h0davR _................-- Line: 69 Dascri klp._aft; QrY... _.__ Unit Ur-1061cn .__......... Twat _ i rabot rate itrr t-LOOR PREPARATION FOR WOOD SA5LD FLOORING INSTALLTION services during 5E3562,0U SF -- nrywl buwasn hours defined as Monday (hiotigh t:ddaY&.08 am-6:00 prt's j ,E3��. Goinez Floor Covering, Inc. Non-Exclusive Carpet and Flooring Services Agreement ITB No.21-0060 Page 37 of 54 Tbuftini. i IT'S OF FORT WORTH BID OFFER uvoril 1R - — Page; Invited; PUBLIC EVENT DETAILS .vent Round Verdun SU4111it To: Cif'at Eorl worth T __ FINANCIAL MANAGEMENT SERVICES t — i ...._..... ............ --a Lvant Narrao FINANCE-Purchasing 3 S`Y3-f:tall2.t:Y_+7nd Flo yinff Rrpait_.-t1d 4 r7L-ar��s __.., � 200 Texas St.(LowerLevol,Soulh) Start Time Flniuh Than Fart Worth TX 76102 nr uu,zu;_t na�g4;_no.�pT .-.--. ailaufaaaa 13.:r_u:eirctr$� .,-_.,,...1 United818tes Entail: FMSf'urchtlsir7yl�e5lstrnse:,rfortwcr1lhirxns.gov LhIM 64 ResCrlAlror! — Qty. Unit uslitpricu _ Total Labof rate for FLOOR PRE PARAFION FOR WOOD BASM Fk,00RING INSTAL€.TION services after 17aura,f load as Mwday lhrorlQh r€iday 6:oi 394.tx] 8F pnl•7;59 am,Ssfuniay rind Sunday and City IrtMayu 0.3Q._.__� �f}.00 Line, 85 Dascri.li;-A: C L Unit llnitPrica _„�__ To1a1 - La6a rate for WOOD BASED FLOORING REPAIR AND PAINTING sorvlcus durhaU normal husiness 10000,00 SF _______ Itours,defined as Mn€iay tluuuylr I"riday 0:00 I(� z 0-'-00�ab am-ROG prig r-.- ___...................� �_______- Line: tiB Description:.... --.. .. ................._... _ _Unit _ UnILPYleo R)ta{ €nhax rate for WOOD BASED FLOORING REPAIR AND PAINTING services after Mum,defined as 4000 CO SF _ Monday Ihrrogfi riiday 5:U1 put-'7:t 9 all', j � 5,200.00 sa€urday and Sunday and Cily hr}lidays - Line: 67 N—Scriptlort ___..__.- �_.._..-._.__ - -Qly-- Unit UnitPrlra _. Total labor rrite f«CONCRETE&TERRAZZO €F-FINISHING services during normal Uusinuss 234859.00 SF hours,dafinert as bloriday throutth Friday&M 75 am-6.00 pm �� Line: 68 DDSCriAtlpp: ...-._.,., €X-_-._-____- L7rlfar tarn for CONCRETE&TFRRAZ7p REFINISHING sarvicea after hours,dollood at 3970.i70 SF Monday through rriday 6:a 1 pm,7r59 om. 3.00 1 1 910,00 Saturday and Solufly and City holidays ! Lino: 69 PCs gliptlom...._ � Otty €1ntI.., .. _..- ---UnitPriu Talal Lataur rota for WOOD REFIRMING services 30114.()0 3r durIN rofnial Wslness hours,dnffned as 0.7 22.585 50 ivrlonaSay tluuugh Friday 6;00 ant 5;110 Pm ------ -� Line: 7G 06serip lion; Qtv unit.,. _ _�_LIMPrtca LaUor tale for wOOI)PPA"INISHING services � after hours,d.olhiW as Monday through Friday 1000.60 8F 5:01 pm•7;59 am.Saturday and Sunday and City haloayr 0.B0 $Q0.00 Gomez Floor Covering, Inc. Nan-Exclusive Carpet and Flooring Services Agreement 1TB No.21-0060 Page 38 of 54 vil CITY OF FORT WORTH{ BID OFFER i Ivartt EU Patle hrilted; PUBLIC EVENT DETAILS Event Round Version Submit To: City of Fort Worth FINANCIAL MANAGEMENT SERVICES Event Name: FINANCE-Purc acing f 11 B-Q.Arpar_ aad f?icarira9 Kcpair,and,}{ p1 200Texas St,(LOWGr L�O40I,Swill) Slart7iirip Finish Thna Furl Wo ttt TX 7GID2 ar., r�a�a .i❑c:ou:oc cur - --u'r irN�2�21 z}.;3asoo cn^ _ Unilod States Emailt Fh1SPurchn sing ResponseSc@f0r1w0dh(exas,rdov Linn: 71 Pl'scriPfion: _...._ -_ --. _.-.-- CitY.._....______.. Total_._: Latwr rala ror Mao fiFFINISHING AND PAINTING 80000,00 sr 4crvines dunrxt nounnl busfnoss flours, deflmd as Monday through Friday 9:441m- tine; 72 150acrlpllolti:_..__.._._. - _---_qty Unit _,._W__,UnilPricn _ Total_ S.aior ralo(or VJUou RERNISHING AND PAINTING sarvlo s alter Etaurs,defined as Monday 14t?0.04 sp through Friday 5:111 pm.7:59 ant,Saturday 1, and Sunday and Oily holldop Line: 13 tDoscrirrtion _ __t fy- _ Unil [J.nitPricu _ - Total__ Loba We for WALL BASE:INSTALLATION 41000.00 SF sotvicos during norm l businoss hours, 1.00 41,000,9:01 drfirmd as Ivlorxfay rhtauyh Frdoy S:f14 nrtt- Llne: 74 Doscrintion Rky_,_-T Unit._....___,.. UniRPrlGy __total Labor rate tor WALL BASE INSTALLATION sorvlcus after hotxs,defined as Monday 1f14GU.40 SF _ through Friday 5:01 pn,.7:59 run,Saturday and Suriduy and City holiday$ — L1nei 75 Hescrlptlon: Qtv Unit Labor rate for WALL BASE REMOVAL r rvices 2600000 SF __. doiing normal haieiness hours,(Infinud as 0.1 Q I 2,600,00 Monday Ihrouglh Friday 8:00 am-5:00 prn Line: 76 opstripiiort: _..._ 4lY - Unit UitltP{ac. _........—_ Total _. Labot rate for HALL 1345E REMOVAL servfaes tiller hours,duhned as Monday through Friday 14G110.00 SF 5:01 pro•7:59 om,Saturday and Sunday and Q 1 Cilyhalidays 1- ; Dl .QQ �._.._......_._._� 71 Line: 77 12 sariptlart: Labor rate for URICK INS l'ALLATION serviGas_ 4w CO SF dtvinag normid buskasa hours,defined as Monday through Friday a-00 ant-6:00 pin Lin©. M DoScfIA1�n: __ GF1Y Labor rato fer BRICK IHSTALLATtON soivieav after hours,dafinld as Monday throagh Friday 400.00 SF I 5:01 pro-7:69 ant,Saturday and Sunday grid 4.7a 1,900 0d ] City holidays Gomez Gomez Floor Covering, Inc. Non-Exclusive Carpet and Flooring Set-vices Agreement fl'B No.21-0060 Page 39 of 54 .� CITY OF FORT WORTH BID OFFER Bvent to P.Ago Invltod: PUt3L1C[VENT t)ETAILS _CIrn01-21=f3r}b _33 ..........� ._m___...._�.___._._-_ Stibi-nit To: C%Ifyy raI Fort WMh Event Round Version FINAI`ICIAL MANAG-FMFNT SERVICCS ! i FINANCV,-Nrchaslrs l Eywit Name 3Ta catiat_a-jR 1.]nnis .,yet and r rill u r 7.U0 Tomas 5t.(Lowe eVe1, oUll}y Sfarl Time Finish Tlmn Fort Wrarth TX 7f107. tEJoe. xnzi ug_o�:.0 _cqY� u�.aa oa�_a =�u:o; crn 1,101ddStatns EtssaiL' FMSPtircl}aslnORosponses(n�fUrt'��tsrthtrx�s.gov Line, 79 L7tv..-. Un€f UpitPrics �, Total [leacri tln__ Labor rat*for BRICK MMO and REMOVAL Ap0.00 5F snrvicw duting nom9l huirrwss hours, 3.00 � 1,206.00 dellned as Mcmdoy IMOUPh Friday Line: 80 t]C CrIP.tion: My U€LI Unrl a Toti _.— LDrar rate for BRICK OEMO untl ftCMOVAL 8mcps aftor hours,defined A Monday 44r}.UB SF ---- €wough t Aday 5V pm 7 59 ant,Salurday 3,� _ l,�d�.00..-- and Sunday and City holidays Lino: 81 Dgmri tP..lars_ qIv Unit._ Labe rate for BRICK REPAIR services dririny W - 400.0o SF nonnei husinoss Wirs,de8nO as Monday I .00 Iltrough Friday 8 0a tern 5:YJ prn 2�k00.a0 Line: Q RaS.Crlpliori: _.._ t�tv Emit.- .,ilnitprfce,_ Labor rate fa BRIG REPAIR of y!Cos alter hours dPirned ay Monday Ihroagit I=lldoy 5AI 4Dom SF pm 7.59 ans,SalUrday and Sundry and City �.7 rwlidays '~ Lion: 83 RBserlptiors: at UniE _h.t}LII'_ricn.__-- .�_...Total_-------- Labw rate for FLOOF PI`UARATION FOR BRICK INSTA(LTION serv[ccs dtallig aorma€business 400.00 rwurs,debnud as Monday tlsdougls Fflday B-.00 g 00 � �3,200.00—] am•5:00pm Line: 84 Uescriplion: _._ ptY..:...:. :: ... UnIt _,UnItPrIco Tutal Labor rale ror#FLOOR PREPAAATM FOR BRICK 4d[}.ai3 SF _ INSTA(I_A"f10N sorvirn filter hours 8�5 - 5Q6.00 _i Total H id Amount: �T 11,964,672,351 Gomez Floor Covering,Inc. Non-Exclusive Carpet and Flooring Set-vices Agreement ITB No.2I-0060 Page 40 of 54 .. .................. ....... At;taehiiiei t H Price:and Percentage SEiaet Old 21 0060 l 16iiitng Itistaliation anE#Repair Services Special Instructions:Bidders mus€use this Price Sheet to submit pricing.By advisrd that excoptions taken to any portion of the solicitatians may jeopardize acceptance of your Offer.Failure lu respond to all sections of this Price Sheet or altering this Price sheet may result in the disqualification of the Respondent's offer. The quantities noted below am ostimatos and not a gtraranteo of actual volume.The City does not guarantee the purchase of the quantities listed. Quantities are provided as a guide based on histarical or anticipated usage.Actual purchases may he more or Quantities will be,as-needed and specified by the City for each order.The City reserves the right to award a single contract based on overall low Cost or multiple awards based on individual or categories/,groups of specific line items,cost,or any criteria or combination deemed most advantageous to the City CATFGORY,1A 'f AOpR;;RATES Pw$(!UAHE Fool , 777777 Labor Rates per Square Foot shall include all costs associated with the specified work,including but not limited to all labor charges, handling,delivery,use of tools and equipment,needed materials,fuel charges,administralive, insurance, overhead, per diern,and transportation(te,travel time,mileage,and f(4el)Costs, fees and certifications fees. All expenses shall be included in the"Labor bate per Scluare Foot"and no additional costs exce t fora QLty of Fort Worth permit can be paid separately, By providing the"Labor Rate per Square Foot"City Departi-nents will know the total labor costs for a project before requesting a quote. It is not necessary for a Bidder to offer pricing on all flooring services labor rates in Category 1. Respondents may choose to provide pricing on one or more types of Flooring services labor rates. A rate of'0'(zero)will he interpreted by the City as a no-char go frao line item and the City will not expect to pay for that line item.A blank rate or a rate of'no bid`wilf be interpreted by the City that the Offeror does not wish to offer a rate for that line itern CATEGORY I A-.CARPET FLOORING LABOR.RATES.PER SQUARE FOOT ESTIMATED ESTIMATES SQUARE ANNUAL LABOR RATE FOOTAGE x ITEM SQUARE PER SQUARE LABOR RATE PER No. LABOR FOOTAGE FOOT SQUARE FOOT L.abiu rate for CARPET TILE INSTALLATION services during normal 1 business hours,defined as Mondry through Friday 0:00 am-5:00 pen m 55,Ei00$0.45 $2S,020.00 Labor tale for CARPET TILE INSTALLATION services after hours, defined as Monday through f'rlday 5:01 pin-7:59 ant,Saturday and 2 Sunday and Cltv holidays- 16,357$0.50 $8,178.50 or rate pt an scrvIces urrng normal business hours,defined as Monday through Friday 8:00 am- 3 6:00 pm 60,157%30 $18,047,10 Labor rate for CARPET TILE DEMO and REMOVAL services after hours,defined as Monday through Friday 5:01 pint-7:50 am,Saturday 4 and Sunda and City holidays- 6,R00$o•3s $2,384.00 Gomez Floor Covering, Inc. Non-Exclusive Carpet and Flooring Services Agreement ITB No.21-0060 Page 41 of 54 Labor rate for CARPET TILE REPAIR servicoR during ormatl?®� t�usirless, s hours,defined as Monday through Friday 8:00 am-6:00 pni 14,000$U.50 $9,5moo I,abor rate.for CARPET TILE REPAIR services aftsr..h..atus,defined as Monday through Friday 5:01 pm-7:59 ern,Saturday and Sunday and City 6 holfda s 1.,600$0.60 $96n.00 Labor rate for FLOOR PREPERATION for Carpet Tile Installation servir-es during normal buslncss hours,donned as Monday thsouph 7 Rida &00 am•5.00 rrk s7,557$n-25 $1a,3s 7,� La13or rate,for FLOOR PREPFRATION for Carpet Tile Installation services after hours,defined as Monday through Friday 5,01 pre-7:5g t nm 5aturda and Sunda and Cit holida s 6,800$0.30 $2,040.00 Labor rate for CARPET ROLL INSTALLATION services during normal 9 business hours,defined as Monday through Friday 8:00 am-ROD pen 59,050,5'm5 $26.572.50 Labor rate for CARPET ROLL INSTALLATION services after hours, defined as Monday through Friday 5:01 pm-7:69 am,Saturday and 10 Sunda and Pit holidays- 4,600$0.50 $2,300.00 a r ra a or an E;0)Ices t ttnng normal husiness_hpurs,defitted as Monday through Fr€day 8:00 am 1t 6,00 pre 57,850$0.30 $17,355,0o Labor rate for CARPET TILE DEMO and REMOVAL services after hours,def€ned as Monday lluoulih Friday 5:01 pm-7:59 am,Saturday 12 and Sunday and City holida s- 4,60i1$0,35 $1,610.00 Labor rate for CARPET ROLL REPAIR scrviccs during normal business 13 hours,defined as Monday through Friday 8:00 am-5,00 pm 21,500$0.50 $13,750,00 Labor tale for CARPET ROLL REPAIR services after hours,defiled afi Monday through Friday&0t pm-7:59 am,Saturday end Sunday and City 14 holida. Z,100$n.6q $1,260.00 Labor rate for rLOOR PREPERATION for Carpet Roll Installation services during normal busirlsis_hou ,defined as Monday through 15 Pride 8:00 am•5,00 Dm 57,850$0.25 $14,462.50 Labor rate for FLOOR PREP ERAVON for Carpet(Toll Installation services after flours,deGnod as Monday through Friday 5:01 pert-7:59 10 am,Saturda and Sunday,and City holidays 4,6p0$0.30 $1,380,00 TOTAL.ESTIMATED PRICE-CATEGORY lA $1sJ,z04.a5 CATEGORY I B, RUBBER FLOORING LABOR RATES PER SQUARE FOOT ESTIMATED SQUARE: ESTIMATES FOOTAGE X ANNUAL LABOR RATE LABOR RATE PER ITEM SQUARE PER SQUARE SQUARE FOOT = NO, LABOR FOOTAGE FOOT Line total Labor rate,for RUBBER INSTALLATION services duritV ore mal 17 business hours,defined as Monday through Friday 8:00 nIn 5:00 pm 24r000$1.25 $30,000.00 Labor rate for RU08ER INSTALLATION sefvfces attar hours,donned as ,Vlunday through Friday 5:01 pm-7:69 ani,Saturday and Sunday and City, 18 holidays 100$1.75 $175.00 Labor vale far RUBBER DEMO and REMOVAL services during nornEal 19 business hours,defined as Monday through Friday 8:00 ant-5:W pm 100$0.50 $SO.DO Gomez Floor Covering,Inc. Non-Exclusive Cat-pet and Flooring Services Agreeinent ITI3 No.21-0060 Page 42 of 54 Labor rate for RU1313ER DEMO and REMOVAL srirvicos actor hours, defined as Monday through Friday 5�01 pm•7:59 ant,Saturday and 20 sunda and City.netida ?4,000 $0.75 $18,0(am Labor rate for RUBBER REPAIR service,during normal f usfltess,., 21 hours defined as Monday fhrou h Frlda 13:00 am-5:00 m 1,1110$LAO $1,wo.09 Labor rate for RUBBER REPAIR services after hours,defined as Monday through Friday 5:01 pm-7:59 am,Saturday and Sunday and city __ 22 holida v 50$2,00 $io0.on Labor rate for FLOOR PREPARATION for Rubber Installation sefvicos during normal buslnes5 hours,defined ras Monday throuWt Friday 8:00 23 am-5:00 orn 2A,400 50.25 $5,350.00 �LaboT rate for FLOOR PREPERATION for Rubber installation seiuicecs after hours,defined as Monday Ihw;,gAh Friday 5;01 pm-7:59 am, 24 Saturda and Sunda and C:il holida s_ lUD$0'30 $30'00 TOTAL,ESTIMATED PRICE.,CATEGORY 1R ti54,805.00 CATEGORY Ic-'CERAMIC AND PORCELAIN TILE("Tile")FLOORING LABOR BATES LSTIMATED ESTIMATES SQUARE ANNUAL LABOR RATE FOOTAGE X ITEM SQUARE PER SQUARE LABOR RATE PER No, LABOR FOOTAGE FOOT SQUARE FOOT E Labor rate for TILE INSTA"TION services during normal.bu hours,derned as Monday through FrWay 8:00 am 5:00 pm — -- 25,010$4,75 $7 18,979,50 Labor rate for TIt.F INSTALLATION services after hours,defined es Monday through Ffiday 5:01 prrt-7:59 am,Saturday and Sunday and City 2,350$5,00 $J1,75a,0o holidays Labor rate far TILL DEMO and REMOVAL services during yof_r l 27 business hourHours,defined as Monday Through Friday 6:00 am-6.00 pm 25,010$3.00 $75,030.130 _ Labor rule for TILE DEMO and REMOVAL services After hours,defined as Monday it Friday 5:01 pm-7:59 am,5altirday and Sunday and 7,B City holidays 2,35o$3,50 $8,225.00 Labor rats for TILE REPAIR services during norhial business hours, 25 defined as Monde lftrau h Frida 8;00 am-5:00 m 6,900$3.75 $25,ff75.00 Labor rate far TILE REPAIR services sitar hours,defined as Monday 30 through Friday 5,01 pill-7-59 ant,Saturday and Sunday and City holidays 2,100$4,00 $A,400,00 Labor rate for FLOOR PREPARATION FOR TILE INSTALLTION services during normal business hours,defined as Monday through 31 Frida 8:00 am-5:00 m 21,210$0,25 $5,302.50 Labor rats for FLOOR PREPARATION FOR TILE INSTALLTION s,orvtces after flours,d❑fined as Monday through Friday t5:01 pm-7:50 32 1aril AMi irff!w nnif St1hri-AV and Git holida s 2,350$ 10 TOTAL ESTIMATED PRICE-CATEGORY IC$254,085.0u CATEGORY ID-STONE TILT;.FLOORING LABOR RATES PER SQUARE FOOT ESTIMA11D ESTIMATES SQUARE ANNUAL LABOR RATE FOOTAGEX ITEM SQUARE PER SQUARE LABOR RATE PER NO, LABOR FOOTAGE FOOT SQUARE rOOT Gomez Floor Covering, Inc. Non-Exclusive Carpet and Flooring Services Agreement ITB No.21-0060 Page 43 of 54 Lataor rate for STONE TILE INSTALLATION serviros during rLnnnnal 33 business hours,dQ(ined os Monday through Friday 8:00 ani-5:06 poi 500$5.00 $2,50p.40 Lahar rate for STONE TILE 1NSTALLAYION services after hours, deftned as Monday through Friday 5:01 put-7:59 ain,Saturday and 34 SU ides and Cityhalides 100 6.oa $60{1.00 Labor rate for STONE TILE DEMO and REMOVAL services during normal buslness_ho ,;,defined as Monday lhraugh Friday 8:00 ant 35 5:00 itt 500$dA0 _ 52.40t1,Q0 Labor rate for STONE TILE DEMO and REMOVAL services after hours, defined as Monday through Friday 5:01 pm-7:59 am,Saturday and 36 5unda acid(Ay holida s 100$4.54 $4%00 Lubof rate for STONE TILE REPAIR service's during normal business 7 hours,defined es Monday through Friday 8:00 am-6:00 pm 200$6.00 $1,2r,T0,00 Labor rate for STONE TILE REPAIR services after hours,d(Anad as Monday through Friday 6:01 pm-7:59 ant,Saturday and 8unday and City 38 holidan So$6,00 $ 0f7-00 Labor ralo for FLOOR PREPARATION FOR STONE 11LE INSTALLTION services during normal busines5_hours,defined as 3`)Monday through Friday&00 am-5:00 pril 500$1.00 $500.00 Labor rato for 1=L_OOR PREPARATION FOR STONE TILE INSTALLTION services after hours,defined as Monday through Friday 40 5:01 pin-7:59 stcn.Saturday artd Sunda and Cif holida 100$2.00 $2o0.Of] TOTAL ESTIMATED PRICE-CATEGfOO 1D $7,750.00 CATEGORY IE-VINYL FLOORING LABOR RATES PER SQUARE FOOT ESTIMATED t:STIMATtES SQUARE ANNUAL LA90R RATE FOOTAUI:X ITEM SQUAREPER SQUARE LABOR RATE PER No, LABOR FOOTAGE FOOT SQUAREFOOT Labor rate for VINYL TILE INSTALLATION services during normal 41 business hbttrsbttrs,defined as Monday through Friday 8:00 am-5:00 ptn 34,650$0.6S $22,522.50 Labor rate for VINYL.TILE INSTALLATION services after hours,defined as Monday through Friday 5:01 pin-7:59 am,Saturday and Sunday and 42 oil holidays3,280$0.70 $2,196M0 L aWr race for VINYL TILE DEMO and REMOVAL services during normal business hours,defined as Monday through Friday 8:00 am 43 5:00 m 2-1,500$0.60 $16,500.00 Labor rate for VINYL TILE DEMO and REMOVAL smicas after'hours, defined as Monday through Friday 5:01 pm-7:69 am,Saturday and 44 Sunda end Cii betides �,280$0,65 $2,I32.00 _Labor fate foi' VINYL.TILE:REPAIR services during normal business 45 Iiours,defined as Monday through Friday 8:00 aril-&00 pill 12,595$3,75 $47,23L25 Labor rate for VINYL TILE REPAIR services after liQttrs,defined as Monday through Friday 5:01 par-P,59 am,Saturday and Sunday and City 1,'7U0$a,75 $8,075.00 46 halides Labor rate for FLOOR PREPARATION FOR VINYL.TILE INSTALLTION cervices during normal business hours,defined as Monday through 47 Frida 8:00 am 5:00 m 27,500$0.65 $17,875,4o Labor rate for FLOOR PREPARATION FOR VINYL TtLE INSTALLTION services After hours,defined as Monday throiigh Friday 5:01 pm-7:5!i 481arri,Saturday and SundAy and City holidays 3,280$0.75 $2,460.00 Gomez Floor Covering, Inc. Non-Exclusive Carpet and Flooring Services Agreement ITB No.Z I-0060 Page 44 of 54 f,ahor role for VINYL SHEETIROLL INSTALLATION services during normal business hours,defirind as Monday thiougli Friday 8:00 am- 99 5:00 plyl 1,UUU$1.30 $J,3aq.oU Labor rate for VINYL SHEET/ROLL INSTALLATION services after hours,defined as Monday through Friday 5:01 pro-7:59 am,Saturday 50 and Sunda and Ci( holidays 100$t.4t] $1d0.00 Labor rate for VINYL SHEETIROLL DEMO and Rr MOVAL services during nonnal business hours,delinwNI as Monday through Friday 8;04 51 am-G;04 m 1,p(70 $rJ.75 $750.00 Labor rate for VINYL SHEETIROLL DEMO and REMOVAL ser vlces after hours,defined as Monday Through Friday 5;01 pn,-7;59 ant, 52 Saturda and Sunda and Cif holidays 100 44,II0 $IIQ.UD Labor rater for VINYL SHEETIROLL REPAIR services during normal 53 busht@ss hours,dolmud 7s Monday through Fnday 8:00 an,-5;0()Pro 600$1.30 $780.00 Labor rate for VINYL SHEETIROLL REPAIR services after hours, defined as Monday Through Friday 5:01 pm.7:59 are,Saturday and 54 Sunda and Cit holidays 50$1.40 $74.rf0 Labor rate for FLOOR PREPARATION FOR VINYL SHEETIROLL INSTALLTION services during riarinal business hours,defined as 55 Mronda (l)ra-€ b Frida 83 04 am•5:00 Pin 1,000$0.25 $250.00 Tabor rate fur FLOOR PREPARATION FOR VINYL SHEETIROLL INSTALLTION services a tar hours,defined as Moriday through Friday 55 5;()1 nt-7:59 am S aturday and Surula and city hollda s 100$0.3o $30-00 TOTAL ESTIMATED PRICE---CATEGORY 1E $12- ,491.75 ESTIMAND E STtIvIATES SQUARE. ANNUAL. LASER RA7t Ff7DTl GP X ITEM SQUARE PER SQUARE LABOR RATE PER NO,. LA86R FOOTAGE FOOT SQVARE.FOOT Labor rate for WOOD SA$Et)FLOORING INSTALLATION services (luring normal business hours,defined as Mandoy through Friday 8;04 57 am-6:09 m 77,29G$4.75 $729,6fi5,44 Labor rate for WOOD BASED FLOORING INSTALLATION services after hours,defined as Monday through Friday 5:01 pot-T59 rini, J8 Saturda grid Sunda and Git holida s 16,167.$5,+10 $80,810.00 Labor rate for WOOD BASER FLOORING DEMO and REMOVAL services during normal business hours,defined as Monday through 59 Frida 13:00 ant-5:0p 1rn 35,8fiZ$I.OU $143,448,40 Labor rate for WOOD RASED FLOORING DEMO and REMOVAL services afar hours,defined as Monday thmtigh Friday 5;01 I5ti1-7:.59 60 am Satrirday and.Sunday and Cif hollda s 300$4.25 $1,'27i.p4 Labor rate for WOOD BASED FLOORING REPAIR services during narrnal business hours,defined as Monday through Friday 8:00 am- . 5f3,8G2$1,75 $103,008.50 61 5:00 m _ Labor fate for WOOD BASED FLOORING REPAIR services after hours, defined as Monday through Friday 5:01 pm-7;59 arn,Saturday and 62 Sunda and fait holidays ................ . 100$2.90 $200.00 _. Labor rate for FLOOR PREPARATION FOR WOOL)BASED FLOORING INSTALLTION services during normal itusin+3ss hours,dctined as 63 Mondav ihrou h Friday 8:00 am-5:€J(1 pro 58,5ri2$0.25 $f4,644.54 Goniez Floor Covering, Inc. Non-Exclusive Carpet and Flooring Services Agreeitient 1`l'B No.21-0060 Page 45 of 54 Libor rate for FLOOR PREPARATION FOR WOOD E3ASED FLOORING INSTALLTION services after hours,defirted as Monday through Friday 64 5:01 pm-7:50 ain,Saturday and Sunday and City holidays 300$0.30 $90,Q0 Labor rate for WOOD BASED FLOORING REPAIR AND PAINTING services during normal bushless hours,defined as Monday through 65 Friday 8:00 am-5:00 ym 40,000$E25 $50,000.00 Labor rate for Wood BASED FLOORING REPAIR AND PAINTING services after hours,defined as Monday through Friday 51 pin 7:6J 56 am Saturda and Sunda and CII IioGda s 4,000,30 $5,1.00.00 TOTAL ESTIMATED PRICE-CATEGORY 1F $528,328.00 CATORY 3 G CONCRETE Si,TERRRZZO REFINISHING SERVICES LAI3I3R RATES PER SQUARE FOOT, ESTIMAT[D ESTIMATES SQUARE ANNUAL LABOR RATE FOOTAGE X ITEM SQUARE PER SQUARE LABOR RATE_PER NO. LABOR FOOTAU FOOT SQUARE FOOT Labor rate for CONCRETE&TERRAZZO REFINISHING services during normal business hours,defined as Monday through Friday 8:00 am- 61 5;00 lit 234,BS9 � ,7'a $G<15,RbZ:25 Labor rate for CONCRETE&TERRAZZd REFINISHING services after ours,defined as Monday through Friday 5:01 pm•7:59 aril,Saturday 68 and Bundpy and Cil holida s 3,970$3.00 $11,910.00 TOTAL ESTIMATED PRICE-CATEGORY 1Cr $657,777..25 CAT GORY I.H a V11 t p REFI 1lSHINC I vice ABOR RIATES" ESrIMA'I ED LABOR RATE ITENt, ANNUALSQUARF PER SQUARE No. LABOR FOOTAGE FOOT EXTENDED PRICE Labm rate for WOOD REFINISHING services durirsg normal business 59 hours,defined as Monday through Friday 80 aril-5;00 Pm 30,114 $0.75 $2-2,585.50 Labor rate forWOOD REFINISHING services after hours,defined as Monday thrc,ugli Friday 5:t11 pm-7:5q arn,Saturday and Sunday and City 70 holidays- 1,fl00$0,80 $800.00 Labor sale for WOOD REFINISHING AND PAINTING services during tiorrna,l-business hours,defined as Moriday through Friday 13:00 am, 7'1 5:00 rn 80,000$1.40 $80,tx1n.Qo Labor rate for WOOD REFINISHING A14D PAINTING services after hours,defined as Monday through Friday 5:01 him-7:59 am,Saturday 72 and Sunda and{i1 holidays 7 a0D$1.25 $d,7.50,00 TOTAL ESTIMATED PRICE-CATEGORY 1H $104,535.50 CATE�C}RY;�.I WPiLt RA���I�RUI�frS LABOR ESTIMATED RATE ITEM` ANNUAL . LABOR PER EXTENDED PRICE LINEAR NO. LINEAR FOOTAGE FOOT Gomez Floor Covering, Inc. Non-Exclusive Carpet and Flooring Services Agreernent ITB No.21-0060 Page 46 of 54 Labor rate for WALL BAST:INSTALLATION sorvit'.os during ttorrnal 41,000 73 business hours,defined,js Mmiday through Friday 8:00 rill-60 011 $'I.,pO $41,Opp.pO Labor rate for WALL BASE INSTALLATION services after hours, 74 defined as Monday thravglj Friday 5:01 Pm 1:59 am,Saturday and 10,000 Sunda and Ci€ hnikia s $"t•?,5 a12,500.i10 75 Labor rate for WALL BASE REMOVAL services during norrltaf 11.L►s..i.rlass 26,000 hours,defined as Monday through Friday 8;00 ant•5:00 lane $0,10 $2,f;p0.00 Labor rate for WALL BASE REMOVAL serviNs a hours,defined ras 76 Monday through Friday 6:01 pin-7:59 am,Saturday and Sunday and Gily 10,000 ,holiday s $p.15 $1,!i00.p0 TOTAL ESTIMATED PRICE-CATEGORY 11 $57,700.00 CATEGORY 1,M.-BRICK FLOORING LAB, R RATES PER SQUARE FOOT ESTIMATED ESTIMATES SQUARE ANNUAL LABOR RATE FOOTAGE X ITEM SQUARE PER SQUARE LABOR RATE PER NO. LABOR EOOTAOE FOOT SQUARE FOOT Labor rate for BRICK INSTALLATION services during normal busineus 77 h2M.defined as Monday tfirough Friday HO ant-&GO Pitt 400$4,00 $1,600.00 I.abor rate for BRICK INSTALLATION services after 110U ,defined as Monday through Friday 5:01 prn-7:60 ant,Saturday and Sunday arid City 78 tiolida s 400$435 $1,900,00 Labor tale for BRICK DEMO and REMOVAL senvices during normal 79 busi ,dalinad as Monday through Friday 8:00 am-5:00 pal AOO$3.00 $1,200.00 Labor rate for BRICK DEMO and REMOVAL services after hours, defined as Monday through Friday 5:01 pia-7:59 am,Saturday and 80 Sunda and Cil hollda s 400 $3.75 r��2,400-00 Labor rate for BRICK REPAIR services dkOng r�ornjal brIsinass hour,81 do#ined as Monda throw h Frfda 8:001am-6:00 m 100$6.UQ Labor raft:tot BRICK REPAIR services after hours,defined a$Monday 42 through Friday 5:01 pin,7:59 am,Saturday and Scrnday and Lily holidays r100 0.75 $2,700.00 Labor rFale for FLOOR PREPARATION FOR BRICK IN87ALLTION services during normal-iusiness hours,doruled as Monday through 83 -I`' S:Op arlt-60 rn 400$8.00 $3 20it,00 nda Labor raid for FLOOR PREPARATION FOP BRICKINSTALLTION sefvicos after hours,defined as Monday through Friday 6:01 lint-7:59 84 ant,Saturday and Sunda .and.Cit holida s 400$8,75 $3,500,00 TOTAL ESTIMATED PRICE-CATEGORY 1J $1.8,000,00 TOTAL EXTEND51)PRICE-CATEGORIES 1A to IJ $1°,964,67235 Gomez Floor Covering, Inc. Non-Exclusive Carpet and Flooring Services Agreement ITB No.21-0060 Page 47 of 54 CATEGORY 2-MARKUP TO COSTS FOR MATERIALS The City estimates an annual spending need of$T,SSQ,an4.db for materials related to flooring installation and repair services. Bidder shall be able to provide materials to complete the Installations and repairs,The percentage markup to erases listed shall be the maximum amount offered for the category line throughout the term of the contract including any subsequent rentwml periods,and are not subject to change.The invoice prices for these parts shall be based off a markup to costs paid by the offeror as indicated below.The percentage markup given should take Into all costs(administrative,overhead,shipping charges,etc.)to deliver tho parts to the tort Worth,7X area.These costs shall be factored into the markup to costs rates and shall not be paid separately, A bid of'O'jzeral or left blank will be interpretpd by the City as a zero Percent markup to the City.The pprcentage markup shall be fixed throughout the term of the Contract Including any subsequent renewal periods,and are not subject to increase. The funding wrmount is an estimate and not a guarantee of actual volume.The City resorvcs the right to purchase more or less of these quantities as may be required during the Contract Term. Quantities will he as-needed and specified by the City for each order. ESTIMATED MARKUP Btintated ITEM ITEM DESCRIPTION ANNUAL, TO COSTS Material spend NO, MATCRIAI (PERCEN x Mark Up SPEND TALE) costs Markup to Costs for all related Materirais vut associated Cornpononts 1 850,000.00 15 % $277,500.00 TOTAL PRICE FOR CATEGORIES 'I THRU 2 Com an Name Gomez Floor Covering, Inc, Email Address of R��fesentative jcarlar�7a gorT�ezfc,aam Gomez Floor Covering, Inc. Non-Exclusive Carpet and Flooring Services Agreement ITB No. 21-0060 Page 48 of 5�4 EXHIBIT C AUTHORIZED DEALER LETTER Ot.GFC Part II 7.1 Contractor Qualifications 7.1.1 Minimum 3 Years of Experience Gomez Floor Covering:Inc.dba GFC Contracting is a family owned and operated Business,successfully providing duality commercial flooring since 1996 and general contracting R building renovation services since 2005. 7.1.1.1 Demo and Installation 7.1.1.2 Surface Prep and Leveling 7.1.1.3 Subiloor Inspections and Repair GFC self-performs in the following c ategories- v Carpet-Modular. Powerbond(6'1,and Broadloom (12') ✓ vinyl-Tile, flank.,and Sheet ✓ Tile-Ceramic,Porcelain,and Large Format(LFf) ✓ Rubber-Tile and Roll ✓ Gyms&Sports Flooring / dance Floors&Stages ✓ Logo Installation ✓ Laminate ✓ Stairwell Systems ✓ Waterproofing ✓ epoxy Systems ✓ Concrete Sealing ✓ Entrance Systems ✓ Wall Covering ✓ Library Moving ✓ Large-Scale Flooring Demo ✓ Ccrpet Cleaning# ✓ Ceramic Cleaning ✓ Tile Restoration ✓ Pcintino ✓ Building Renovation Repair Work ✓ Floor Products&Floor Prep Supplies 7.1.2 Ceri'rfled Stone Mason GFC has collaborated with certified stane mason Fenimore-Kythe Commercial Masonry, LLC on past projects. Gannez Floor Covering,Inc. Cite of Fort Worth 421•COCO Ficoriq Insls'.lalion&Repair Services t of 2 Gomez Floor Covering,Inc. Non-Exclusive Carpet and Flooring Services Agreement ITB No.21-0060 Page 49 of 54 OAF GFC 7.1.3 Technicians GFC employs can experienced croup of trained team leads, insto(iers,and laborers with bodging &oockgrounding capabilities to self-perform all commercial flooring labor. The coral fined average:length of employment of our current in--house production crew is 7 years. 7.1.4 Employee Supervisors GFC. employs fuii-time Field Superintendents with experience working in the flooring industry.The combined average length of employment of our current Field Superintendents is 6 years. 7.1.5 Technician Supervisors GFC ernploys full-time Field Superintendents with experience working in the flooring industry.The combined average length of employMealt of our current Field Supe€intencients is 6 years. 7.1.6 Authorized Deafer/Reseller GFC maintains current on-credit accounts In good standing with numerous vendors and manufacturers to supply the City of Fort Werth with a variety of Flooring Products & Accessories, Floor Prep &Maintenance Supplies, and Building Renovation Moteririls Vendors include;Adleta (Armstrnngj,American Tile, C&C Wholesale fAzwck, Tarkett), [ altile, Engineered Floors (J8J}, Interface,tvlannincJton, Milliken, Mohawk, PFS (Roppe), Shaw/Patcroft,Sparts Flooring f Everlcast), Surfuce Materiols (Schluter),Torkett (Jonhsonite),among several others. See attached "GFC Manufacturers List." 7,1.7 Business Address 1 130 Inwood Rd, Dallas,TX 75247 Contract: Jeff Carter,jcarter@gomezfe.com 7.1.6 Business Phone Office & Normal Work Flours: Monduy-Friday, 8:00 Aft-5:00 PjM Phone (214) 905-1901 Fax (214) 905-1904 Gomez FEnar Caverina.Inc. City cf Fcrk 1Narih t 2t-00&9 FlcanP instaf[aticn&Fcepair Ser1ltes 2 of 2 Gomez Floor Covering,Inc. Non-Exclusive Carpet and Flooring Services Agreement IT13 No.21-0060 Page 50 of 54 Ok.GFC Manufacturers List Gomez Floor Covering, Inc. maintains current on-credit accounts in good standing with numerous vendors and manufacturers to supply the City of Fort Worth with a variety of Flooring Products&Accessories,Floor Prep& Maintenance Supplies,and Building Renovation Materials.Likewise,GFC recognizes that throughout the term of the contract, the City may add or remove manufacturers from the list supplied on bid f#21-€3060 Flooring Installation 8 Repair Services. GFC confirms material from the following vendors and manufacturers can be supplied. Adleta EF Contract ON Surfaces Aegis Floor Systems EJ Welch Files-Tek Altro Fleganza Tile Roppe American Glean Emser Tile Schonox American Tile Engineered Floors Schluter Ardex Enso Fabrication Shaw Contract Group Armasco Everlast Sika Armstrong Expanko Southwest Flooring Arizona Tile Flexco Sports Flooring Artistek Florida Tice SSl Atlas Concorde Forbo Supply Works/Jan Pak Balco USA Fritz Tile Surface Materials Barnsco Decorative FSG Lighting Swiff-Train Bedrosians Fut€ara T&L Distributing Bentley Mills Gerflor Tarkett Bigelow, HD Supply TEC BPI Horizon Italian Tile Teknofbr C&C Wholesale Innovatech Texdte CapriCork Interceram€c Tok CSC Americas Corp. Interface U9 S Rubber CIVIC J&J Flooring Walker Zanger Complete Supply Karndean Westcoat Concept Surfaces Knox Tile XL Brands Connectrac Konecto Zoche Constructton Specialties Laticrete Craddock Lumber Mannington Commercial Crossville Mapel Custom Masland Dallas Door& Supply Mats Inc. Daidle-Marazzi Ivierkrete Designweave Milliken DinoFlex Mohawk DK Hardware NoraNurazzo DynaChem Pantheon Tile EcoCore Sports Patcraft Ecogio PFS Ecore Athletic Philadelphia/Queen FKMS Dc itKCTpic A!s:_FRCA CC-h'T-Td Gomez Floor Covering, Inc. Non-Exclusive Carpet and Flooring Services Agreement ITB No.21-0060 Page 51 of 54 EXHIBIT D CONTACT INFORMATION PART IV ATTACHMENT-_B BIDDER'S CONTACT INFORMATION Vendor's Name: Gomez Floor Covering, Inc. Vendor's Local Address.:. '1130 Inwood Rd, Dallas, TX 75247 Phone: 2"14-905-1901 Fax: 214-905-1904 caner c atne�.r,..��... Ernail: l J zfc.com Name of parsons to contact when placing an order or billing questions: Narnef1itleJeff Carter, Branch Manager Phone: 214-905-1901 Fax: 214-905-1004 Errrail:jcarterQgomezfc.corn NamefTitle Accounts Receivable Phone: 210-651-5002 Fax: 2'10-651-6910 Enlail:accountsreceivahle@a gorrrezfc.com Narnerritle Mary dears Garcia, Accounting Manager Phone: 2,10-651,5002 Fax: 210-651-69'10 .... .. ... .. ... ..... .. ..... . Email:n� arcia oirrezfc.com •._. .r� Jeff Carter 07f011202'1 _ r. SI a Printed Name Gate Gomez Floor Covering,Inc. Non-Exclusive Carpet and Flooring Services Agreement ITB No.21-0060 Page 52 of 54 EXHIBIT E INVOICE REQUIREMENTS PART IV To ensure the system,can successfully process your invoice in an expedient manner,please adhere to the following reClUirements: • All invoices must be either a PDF or TIFF format. Image quality must be at least 300 DPI(dots per inch). Invoices must be sent as an attachment(i.e.no invoice in the body of the email). One invoice per attachment (includes POFs)- Multiple attachments per email is acceptable but each invoice must be a separate attachment_ Please do not send handwritten invoices or invoices that contain handwritten notes: • Dot matrix invoice format is not accepted. • The invoice must contain the following information, Supplier Name and Address; + Remit to Supplier Name and Address,if different; Applicable City Department business unit##(i.e. FW013) • Complete City of Fort Worth PO number(i.e. the ISO number must contain all preceding zeros); Invoice number; • Invoice(late; and • Invoices should be submitted after delivery of the goods or services. ***To prevent invoice processing delays,please do not send invoices by mail and entail and please do not send the same invoice more than once by email to supplierinvoices@fortworthtexas.gov*** To check on the status of an invoice, please contact the City Department ordering the goads/services or the Central Accounts Payable Department by email at: ZZ FIN Accounts Pa able forhvorthtexas. ov. If you are unable to send your Invoice as outlined above at this time, please send your invoice to our centralized Accounts Payable department instead of directly to the individual city department. This will allow the city staff to digitize the invoice for faster processing. If electronic invoicing is not possible, you may send your paper invoice to: City of Fort Worth Attn: FMS Central Accounts Payable 200 Texas Street Fort Worth, Texas, 76102 The city`s goal is to receive 400% of invoices electronically so that all supplier payments are processed efficiently.To achieve this goal,we need your support! If you have any questions, please contact the Accounts Payable team at (817) 302-2451 or by email to ZZ FIN Accounts PayableCoVortworthtexas.goy. Gomez Floor Covering, Inc. Non-Exclusive Carpet and Flooring Services Agreement ITB No.21-0050 Page 53 of 54 i ila ttafltr7 r� VC,Mr,ICATION OF SIGNATURE 11 urHORrTY Gonlcz F'IoorCovering? Ills, durrCarter,Branch 1Vlallilk,'er 1 130 Inwood Road Dallas,TX 752,17 EXCCll0011 0f this Sff;nrilnl'e WrIffealion Form ("Form") hcrchy CCPtifics hull the following 11IdIV1dtKI1S aIKI/11l' IMS11101IS I111Ve the 111.1010rity (0 1e91111y Wild COI11l'ac1Ol' 1111d to execute any ai;reernent, lunendnlcnt or ChIinge order oil hehalf of Contractor. Suell binding atithorhy has boon granted by proper 0111e1',I'M01ut1an,ol-dinilllee 01'other atilhodZiltion orConvactor,My is fully entitled to rely on Ilia warrooty and t'epresenlatisln set forth in Ih1S Form in entering into any agrccnlent or amendment with Contractor, Co1111'110101' will Submit an updated Dorm within ten (IQ) business d11y5 If (hero are any Chungos to tilC signatory authority. City is enlitled to rely ail ally Current execuled Forill until it receives a revised Vol-III that has been properly executed by Contractor, 1. Name: Kevin Whitener Position:Regional Vlce President Signature 2. Nanlo: Jeff Cartel' 110sl(loll:BM11011 Manager Signatyfe 3. Name: Randy Whitener posit' 1: Re ' nal Vice President S 1llure Name;: Signature or Presidonl/Cl"a0 OtherTit1w Owner Dole: 10/7/2021 goaluz Flour Covoriug, lee. Non-ExclusIve Carpet and Floorhlg 5arvleas Agreement ITB No,2 1-0060 Pine 54 of 54 M&C Review Page 1 of 2 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FORT�Tli REFERENCE **M&C 21- 13P ITB 21-0060 CARPET DATE: 9/28/2021 NO.: 0744 LOG NAME: AND FLOORING REPAIR AND REPLACE ADK 01 CODE: P TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (ALL) Authorize an Agreement for the Purchase of Carpet and Flooring Repair and Replacement with Gomez Floor Covering Inc. and DMCA Inc. in a First Year Amount Up to $4,100,000.00 and Authorize Four One-Year Renewals with a Five Percent Annual Increase for Multiple City Departments RECOMMENDATION: It is recommended that the City Council authorize an agreement for carpet and flooring repair and replacement with Gomez Floor Covering Inc. and DMCA Inc. in a first year amount up to $4,100,000.00 and authorize four one-year renewals with a five percent annual increase for multiple city departments. DISCUSSION: The Aviation, Code Compliance, Library, Neighborhood Services, Park& Recreation, Public Events, Property Management and the Water Departments approached the Purchasing Division with the intent to establish a contract for carpet and flooring repair and replacement. The Purchasing Division reviewed the request and subsequently issued an Invitation to Bid (ITB) for these services. ITB 21-0066 consisted of detailed specifications and was advertised in the Fort Worth Star-Telegram each Wednesday beginning on May 19, 2021 through June 16, 2021. A pre-bid conference was held on June 15, 2021 which provided an opportunity for interested bidders to learn more about the City of Fort Worth's requirements and to seek clarification on the ITB requirements. A total of 14 vendors were solicited and responses were received from three (3) potential vendors. All bids were evaluated by a three (3) person team consisting of representatives from Property Management, Business Equity and Parks and Recreation. Each bid was evaluated based on the number of products the vendor is authorized to sell in each category, positive references from entities of similar size, and documentation on how Business Equity Firm(s) services will be utilized to meet the 18\% goal. Based on the qualifications, the City recommends awarding the agreement to Gomez Floor Covering, Inc., and DMCA, Inc. BUSINESS EQUITY: Gomez Floor Covering, Inc. is in compliance with the City's Business Equity Ordinance by commiting to 60\% Business Equity participation on this project. The City's Business Equity goal on this project is 18\%. Additionally, Gomez Floor Covering, Inc. is a certified MBE firm. DMCA, Inc. is in compliance with the City's Business Equity Ordinance by committing to 100\% Business Equity participation on this project. The City's Business Equity goal on this project is 18\%. Additionally, DMCA, Inc. is a certified MBE firm. ADMINISTRATIVE CHANGE ORDER: 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. AGREEMENT TERMS: Upon City Council's approval, this agreement shall begin upon execution and expire one year from that date. RENEWAL TERMS: This agreement may be renewed for four additional one-year terms to include a five percent annual increase to the total amount. This action does not require specific City Council approval provided that the City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal term. FISCAL INFORMATION/CERTIFICATION: http://apps.cfwnet.org/council_packet/mc_review.asp?ID=29292&councildate=9/28/2021 10/13/2021 M&C Review Page 2 of 2 The Director of Finance certifies that funds are available in the current operating budget, as previously appropriated, in the participating departments' Operating Funds to support the approval of the above recommendation and authorization of an agreement. Prior to any expenditure being incurred, the participating departments have the responsibility to validate the availability of funds. BQN\\ TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program EAaivity Budget Reference# Amount ID ID Year (Chartfield 2) Submitted for City Manager's Office by: Jay Chapa (5804) Dana Burgdoff(8018) Originating Department Head: Reginald Zeno (8517) Steve Cook(5134) Additional Information Contact: Cynthia Garcia (8525) Ashley Kadva (2047) ATTACHMENTS http://apps.cfwnet.org/council_packet/mc_review.asp?ID=29292&councildate=9/28/2021 10/13/2021