Loading...
HomeMy WebLinkAboutContract 57772 CSC No. 57772 FORTWORTH. VENDOR SERVICES AGREEMENT This VENDOR SERVICES AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WORTH("City"),a Texas home rule municipal corporation,acting by and through its duly authorized Assistant City Manager, and Odessa Pumps & Equipment Inc. ("Vendor"), a Texas registered and acting by and through its duly authorized representative,each individually referred to as a"party"and collectively referred to as the"parties." 1. Scope of Services. Purchase(s) and service(s) of vertical turbine and centrifugal pumps, repair/overhaul, replacements and repair parts ("Services"), which are set forth in more detail in Exhibit "A,"attached hereto and incorporated herein for all purposes. 2. Term. The initial term of this Agreement is for 1 year(s),beginning on the date that this Agreement is executed by the City's Assistant City Manager("Effective 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 4 one-year renewal option(s) (each a "Renewal Term"). 3. Compensation. 3.1 Total compensation under this Agreement will not exceed One Hundred Fifty Thousand Dollars and Zero Cents($150,000.00). 3.2 City will pay Vendor in accordance with the Prompt Payment Act(Chapter 2251 of the Texas Government Code) and provisions of this Agreement,including Exhibit`B," which is attached hereto and incorporated herein for all purposes. 3.3 Vendor will not perform any additional services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City will not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. 4. Termination. 4.1. Written Notice. City or Vendor may terminate this Agreement at any time and for any reason by providing the other party with 30 days'written notice of termination. 4.2 Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement will terminate on the last day of the fiscal period for which OFFICIAL RECORD Vendor Services Agreement CITY SECRETARY v.1.4(November 30,2021) FT. WORTH, TX 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 Vendor for services actually rendered up to the effective date of termination and Vendor 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, Vendor will provide City with copies of all completed or partially completed documents prepared under this Agreement. In the event Vendor has received access to City Information or data as a requirement to perform services hereunder, Vendor will return all City provided data to City in a machine readable format or other format deemed acceptable to City. 5. Disclosure of Conflicts and Confidential Information. 5.1 Disclosure of Conflicts.Vendor hereby warrants to City that Vendor has made full disclosure in writing of any existing or potential conflicts of interest related to Vendor's services under this Agreement.In the event that any conflicts of interest arise after the Effective Date of this Agreement,Vendor hereby agrees immediately to make full disclosure to City in writing. 5.2 Confidential Information.Vendor,for itself and its officers,agents and employees, agrees that it 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.In the event there is a request for information marked Confidential or Proprietary, City will promptly notify Vendor.It will be the responsibility of Vendor to submit reasons objecting to disclosure.A determination on whether such reasons are sufficient will not be decided by City, but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction. 5.4 Unauthorized Access.Vendor 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. Vendor 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, Vendor 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. Vendor 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 Vendor involving transactions relating to this Agreement at no additional cost to City. Vendor agrees that City will have access during normal working hours to all necessary Vendor 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 Vendor reasonable advance notice of intended audits. Vendor Services Agreement Page 2 of 12 v.1.4(November 30,2021) 7. Independent Contractor. It is expressly understood and agreed that Vendor 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, Vendor 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. Vendor acknowledges that the doctrine of respondeat superior will not apply as between City,its officers,agents,servants and employees,and Vendor,its officers,agents, employees, servants, contractors, and subcontractors. Vendor further agrees that nothing herein will be construed as the creation of a partnership or joint enterprise between City and Vendor. It is further understood that City will in no way be considered a Co-employer or a Joint employer of Vendor or any officers, agents, servants, employees, contractors, or subcontractors. Neither Vendor, nor any officers, agents, servants, employees, contractors, or subcontractors of Vendor will be entitled to any employment benefits from City.Vendor 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,or contractors. 8. Liability and Indemnification. 8.1 LIABILITY- VENDOR WILL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND PERSONAL INJURY, INCLUDING, INCLUDING, BUT NOT LIMITED TO, DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CA USED BY THE NEGLIGENT ACTS) OR OMISSION(S),MALFEASANCE OR INTENTIONAL MISCONDUCT OF VENDOR, ITS OFFICERS, REPRESENTATIVES, AGENTS,SERVANTS,EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.2 GENERAL INDEMNIFICATION- VENDOR HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS, AND DEFEND CITY, ITS OFFICERS, AGENTS, REPRESENTATIVES, 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 VENDOR'S BUSINESS AND ANYRESULTING LOST PROFITS)AND PERSONAL INJURY,INCLUDING,BUT NOT LIMITED TO,DEATH, TO ANY AND ALL PERSONS, ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF VENDOR, ITS OFFICERS, AGENTS, REPRESNTATIVES, SERVANTS,EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.3 INTELLECTUAL PROPERTY INDEMNIFICATION — Vendor agrees to defend, settle, or pay, at its own cost and expense, any claim or action against City for infringement of any patent, copyright, trade mark, trade secret, or similar property right arising from City's use of the software 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 Vendor bears the cost and expense of payment for claims or actions against City pursuant to this section,Vendor 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 Vendor in doing so. In the event City, for whatever reason, assumes the responsibility for payment of costs and expenses for any claim or action brought against City for infringement arising under this Agreement,City Vendor Services Agreement Page 3 of 12 v.1.4(November 30,2021) will have the sole right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, Vendor will fully participate and cooperate with City in defense of such claim or action. City agrees to give Vendor timely written notice of any such claim or action,with copies of all papers City may receive relating thereto. Notwithstanding the foregoing, City's assumption of payment of costs or expenses will not eliminate Vendor's duty to indemnify City under this Agreement.If the software and/or documentation or any part thereof is held to infringe and the use thereof is enjoined or restrained or, if as a result of a settlement or compromise,such use is materially adversely restricted,Vendor 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(c) replace the software and documentation with equally suitable,compatible,and functionally equivalent non-infringing software and documentation at no additional charge to City; or (d) if none of the foregoing alternatives is reasonably available to Vendor terminate this Agreement, and refund all amounts paid to Vendor by City,subsequent to which termination City may seek any and all remedies available to City under law. 9. Assignment and Subcontracting. 9.1 Assignment. Vendor will not assign or subcontract any of its duties, obligations or rights under this Agreement without the prior written consent of City. If City grants consent to an assignment, the assignee will execute a written agreement with City and Vendor under which the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement. Vendor will be liable for all obligations of Vendor under this Agreement prior to the effective date of the assignment. 9.2 Subcontract. If City grants consent to a subcontract,the subcontractor will execute a written agreement with Vendor referencing this Agreement under which subcontractor agrees to be bound by the duties and obligations of Vendor under this Agreement as such duties and obligations may apply. Vendor must provide City with a fully executed copy of any such subcontract. 10. Insurance. Vendor must provide City with certificate(s) of insurance documenting policies of the following types and minimum coverage limits that are to be in effect prior to commencement of any Services pursuant to this Agreement: 10.1 Coverage and Limits (a) Commercial General Liability: $1,000,000- Each Occurrence $2,000,000- Aggregate (b) Automobile Liability: $1,000,000- Each occurrence on a combined single limit basis Vendor Services Agreement Page 4 of 12 v.1.4(November 30,2021) Coverage will be on any vehicle used by Vendor, or its employees, agents, or representatives in the course of providing Services under 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❑N/A $1,000,000- Each Claim Limit $1,000,000- Aggregate Limit Professional Liability coverage may be provided through an endorsement to the Commercial General Liability (CGL) policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage must be claims-made,and maintained for the duration of the contractual agreement and for two (2) years following completion of services provided. An annual certificate of insurance must be submitted to City to evidence coverage. 10.2 General Requirements (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 City in accordance with the notice provision of this Agreement. (d) The insurers for all policies must be licensed and/or approved to do business in the State of Texas.All insurers must have a minimum rating of A-VII in the current A.M.Best Key Rating Guide,or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required,written approval of Risk Management is required. (e) Any failure on the part of City to request required insurance documentation will not constitute a waiver of the insurance requirement. Vendor Services Agreement Page 5 of 12 v.1.4(November 30,2021) (fl Certificates of Insurance evidencing that Vendor has obtained all required insurance will be delivered to the City prior to Vendor proceeding with any work pursuant to this Agreement. 11. Compliance with Laws Ordinances Rules and Regulations. Vendor agrees that in the performance of its obligations hereunder, it 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 Vendor of any violation of such laws, ordinances, rules or regulations, Vendor must immediately desist from and correct the violation. 12. Non-Discrimination Covenant. Vendor, for itself, its personal representatives, assigns, contractors,subcontractors,and successors in interest,as part of the consideration herein,agrees that in the performance of Vendor'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 VENDOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, CONTRACTORS, SUBCONTRACTORS, OR SUCCESSORS IN INTEREST, VENDOR AGREES TO ASSUME SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS FROM SUCH CLAIM. 13. Notices. Notices required pursuant to the provisions of this Agreement 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 VENDOR: City of Fort Worth Odessa Pumps&Equipment Inc. Attn:Assistant City Manager Xavier Emanuelli, Sales/Applications 200 Texas Street 2321 E. Pioneer Drive Fort Worth,TX 76102-6314 Irving,TX 75061 Facsimile: (817)392-8654 Facsimile: With copy to Fort Worth City Attorney's Office at same address 14. Solicitation of Employees. Neither City nor Vendor 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. 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. Vendor Services Agreement Page 6 of 12 v.1.4(November 30,2021) 16. No Waiver. The failure of City or Vendor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein does not constitute a waiver of City's or Vendor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 17. Governing Law/Venue. This Agreement 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 Majeure. City and Vendor 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; fires; 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 Parry'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. Headings 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,B, and C. 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. 23. Counterparts. 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. Vendor warrants that its services will be of a high quality and conform to generally prevailing industry standards. City must give written notice of any breach of this warranty within thirty(30) days from the date that the services are completed. In such event, at Vendor's Vendor Services Agreement Page 7 of 12 v.1.4(November 30,2021) option,Vendor 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 Vendor for the nonconforming services. 25. Immigration Nationality Act. Vendor must verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form(I-9). Upon request by City,Vendor will provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor 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 Vendor employee who is not legally eligible to perform such services.VENDOR WILL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES,LIABILITIES,OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY VENDOR, VENDOR'S EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, OR AGENTS.City,upon written notice to Vendor,will have the right to immediately terminate this Agreement for violations of this provision by Vendor. 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,Vendor hereby expressly assigns to City all exclusive right, title and interest in and to the Work Product,and all copies thereof,and in and to the copyright,patent,trademark,trade secret, and all other proprietary rights therein, that City may have or obtain, without further consideration, free from any claim, lien for balance due, or rights of retention thereto on the part of City. 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 parry, and that such binding authority has been granted by proper order,resolution, ordinance or other authorization of the entity. This Agreement and any amendment hereto,may be executed by any authorized representative of Vendor.Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. 28. Change in Company Name or Ownership. Vendor 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 Vendor or authorized official must sign the letter.A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of director's resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the specified documentation so may adversely impact future invoice payments. 29. No Boycott of Israel. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 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" Vendor Services Agreement Page 8 of 12 v.1.4(November 30,2021) and"company"has the meanings ascribed to those terms in Section 2271 of the Texas Government Code. By signing this Agreement,Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott Israel; and (2)will not boycott Israel during the term of the Agreement. 30. Prohibition on Boycotting Energy Companies. Vendor 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,Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (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. Vendor 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, § 1. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement,by signing this Agreement,Vendor certifies that Vendor's signature provides written verification to the City that Vendor:(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 between City and Vendor,their assigns and successors in interest, as to the matters contained herein.Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. (signature page follows) Vendor Services Agreement Page 9 of 12 v.1.4(November 30,2021) IN WITNESS WHEREOF,the parties hereto have executed this Agreement in multiples. City: Vendor: Digitally signed by:Jonathan Gaffney J on ath �:CN=Jonathan Gaffney email= ln"w'au.-AA&IO E an ionathan.gaffney@dnow.com C=US i OIJ=Odessa Pumps By: Dana Burghdoff(1011,202 :06 CDT) By: Gaffney Date:2022.062909:SD:18.06'00' Name: Dana Burghdoff Name: Title: Assistant City Manager Title: Branch Manager-Odessa Pumps Date: Date: 6/29/2022 FOR CITY OF FORT WORTH INTERNAL PROCESSES: Approval Recommended: Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract,including ensuring all By: Christopher Hard (Jun 29,202214:02 CDT) performance and reporting requirements. Name: Chris Harder Title: Water Department Director By: a Approved as to Form and Legality: Name: Shatabya Bergland Title: Contract Compliance Specialist WA By: eel de29,20nJ2:2otorl City Secretary: ICY � Name: Doug Black CY �°°°000 0 ol0�� Title: Assistant City Attorney 0 °o'f� �7G1`I`!°��2 cs C7000t�Gl�G tO v$ g_ By: Jannette S.Goodall(Jun 29,202214:03 CDT) '(� O O Contract Authorization: Name: Jannette Goodall �� o° o M&C: 22-0377 Title: City Secretary �� ° °°°°OO°°° d Form 1295: ��nEXASoA OFFICIAL RECORD CITY SECRETARY Vendor Services Agreement v.1.4(November 30,2021) FT. WORTH, TX EXHIBIT A SCOPE OF SERVICES Please see next page. Vendor Services Agreement Page 11 of 12 v.1.4(November 30,2021) PART—2 SCOPE OF SERVICES/SPECIFICATIONS 1.0 SCOPE 1.1 The City of Fort Worth (City)seeks bids to finalize annual non-exclusive agreement from qualified suppliers to purchase vertical turbine and centrifugal pumps,repair/overhaul, replacements and repair parts for the Water Department on an"as needed"basis. Prospective responding bidders should ensure they download all attachments for complete responses and understanding of the agreement the City intends to award from this solicitation.The successful bidder(s), known hereafter as"Contra ctorn/"Vendor." 1.2 The quantities listed on the bid solicitation are only estimates based on previous usage and do not indicate intent to purchase or a guarantee of future business.The City is obligated to pay for only those services actually ordered by an authorized City employee and then received as required and accepted by the City. 1.3 Following the award, additional services of the same general category that could have been encompassed in the award of this Agreement,and that are not already on the Agreement, may be added based on the discount bid and price sheet provided with the bid. 1.4 Unit prices shall include all costs associated with the specified work, including but not limited to handling, delivery,fuel charges,fees and certifications fees. NO ADDITIONAL CHARGES WILL BE ACCEPTED OR PAID BY THE CITY. 1.5 Any specifications or equipment that have been omitted from this scope of service that are clearly necessary or in conformance shall be considered a requirement although not directly specified or called for in the scope of services. 1.6 The submission of a bid by the bidder shall be considered evidence of compliance with these requirements. 1.7 Labor hours and part and equipment prices shall be set at the Vaughen's list price plus a percent discount. 1.8 Any parts or services that are not on the Vaughen's list shall be provided at the manufacturer's price plus a percent markup. 2.0 TENTATIVE SCHEDULE OF EVENTS TASK DATE ITB Release Date January 18,2022 Pre-Bid Conference January 24,2022 at 10:OOAM Deadline for Questions January 26,2022 at 5PM (Local Time Answers Posted January 31,2022 ITB Responses Due Date AT 1:30 p.m. Local Time February 10,2022 Recommended Vendor Selection February 11 through 18,2022 Mayor and Council Consideration March 2022 22-0044 Vertical Turbine and Pump Services Page 9 of 26 5.0 CONTRACTOR REQUIREMENTS IN ORDER FOR THE BID TO BE EVALUATE 5.1 Have a minimum of three(3)years of experience,within the last five(5)years selling vertical turbine and centrifugal pumps, repair/overhaul, replacement, repair parts, and components. 5.2 Provide certifications for sales and repairing of vertical turbine and centrifugal pumps, parts and components that are sold and repaired. 6.0 SCOPE 6.1 The Water Department currently has vertical turbine and centrifugal pumps located at various Water and Wastewater facilities throughout the City. This contract will be utilized to purchase pumps, repair/overhaul pumps and/or obtain replacement parts to repair existing pumps. 6.2 Vendor shall provide vertical turbine and centrifugal pumps,repair services,replacement parts and components. 6.3 Vendor shall provide proof that company is authorized to sell and repair these types of pumps. 6.4 Vendor's shall provide point of contact and respond to calls,voicemails and emails within one(1)hour during normal business hours(Monday-Friday,7:OOam-4:OOpm)once contract has been awarded and fully executed. 6.5 Vendor shall designate at least one(1)person as Point of Contact with office phone or cell phone number and email for accessibility. 6.6 Vendor shall maintain a written or electronic record of all work activities and equipment provided to the City during the lifetime of this agreement.When called upon,Vendor shall provide maintenance and repair records to the City. 6.7 Vendor shall provide a quote for repairs before proceeding with any repair work. 6.7.1 If repair costs exceed the cost of a new pump,the City should be notified and sent quote for a new pump. 6.7.2 All repairs must meet or exceed the manufacturer's original specifications and comply with appropriate hydraulic institute standards. 6.8 A scope of work shall be submitted within(48)hours of receiving the pump at the Vendor's repair facility. 6.8.1 The scope of work should include the work to be performed with pictures detailing the current condition of the pump with pictures;the expected repair time;and the estimated cost to make the repairs.The work shall only proceed upon written approval from the City. 6.9 Rates 6.9.1 Due to the wide range of work to be performed with this agreement,compensation to the Vendor shall be broken into regular hourly, overtime and weekend/holiday rates with regular time being defined as Monday through Friday, 7:00 am to 4:00 pm and overtime being defined as any time outside of those times, including weekends and holidays.The unit prices for hourly rates shall be full compensation for all salaries, benefits,transportation costs, overhead,and profits. No additional 22-0044 Vertical Turbine and Pump Services Page 11 of 26 compensation will be provided for tools,testing equipment,or software necessary to perform the work. 6.10 Deliveries 6.10.1 Deliveries will be made to the various facilities throughout the term of the contract (for addresses,see Section 7.4, Facilities). 6.10.2 Equipment requiring shop work shall be delivered and picked up by the Vendor unless otherwise requested by the City. Pickup and delivery of equipment shall be billed as labor hours.The time should start when the vendor leaves their facility and proceed until the vendor makes it back to their facility. 6.10.3 All deliveries to be scheduled at least 24 hours prior to arrival to ensure adequate lifting devices are available on the plant site. 6.10.4 Delivery schedule for all Plants shall be between the hours of 6:30am and 3:00pm only, Monday through Friday, unless otherwise arranged by a plant superintendent. 7.0 VERTICAL PUMPS GENERAL REQUIREMENTS 7.1 All work,equipment,and materials shall be in accordance with the following applicable codes and standards except as provided. 7.1.1 National Electrical Manufacturer's Association (NEMA) 7.1.2 American Society for Testing and Materials(ASTM) 7.1.3 Underwriters Laboratories(UL) 7.1.3.1 HI—Hydraulics Institute 7.1.4 American Water Works Association (AWWA)E103-15 7.2 Shop Description& Requirements 7.2.1 Vendor shall have a vibration analysis technician and at least three(3)qualified service technician on staff. 7.2.2 Vendor shall be capable of machining up to and including a 78-inch diameter and 10-foot long part. 7.2.3 Vendor shall have lathes, boring mills, and other equipment that is able to accommodate large pumps, including pumps up to 80,000 GPM. 7.2.4 Vendor shall be capable of providing dynamically balanced parts and impellers, and shall be capable of restoring wear ring back to factory specified clearances. 7.2.5 Vendor shall be able to reproduce or replace impellers on split case centrifugal pumps and end suction centrifugal pumps. 7.2.6 Vendor shall be capable of engineering, manufacturing,or supplying original equipment manufacturer parts for various models of vertical turbine and centrifugal pumps. 7.2.7 Vendor shall be capable of lifting and hauling pumps of various sizes. 22-0044 Vertical Turbine and Pump Services Page 12 of 26 7.2.8 All pumps shall be checked for proper alignment after repairs are made. If the pump is re-installed and not properly aligned,the vendor shall make adjustments to bring the pump back into alignment at the Vendor's cost. 7.2.9 Shafts shall be straightened to.0005-in/foot. 7.2.10 Vendor shall get coating specifications from the City before applying a coating. 7.2.11 All inspections,tests and troubleshooting shall follow manufacturer's recommendations and Hydraulic Institute standards. 7.3 Field Capabilities and Requirements 7.3.1 Upon request,Vendor shall provide a field service representative for pump installation and start-up or troubleshooting. 7.3.2 Upon request,Vendor shall provide a field service laser alignment with soft foot correction and report. 7.3.3 Upon request,Vendor shall provide a field vibration test and report. 7.3.4 Vendor shall be capable of performing sole plate repair/inspection,anchoring,and grouting. 7.3.5 Vendor shall provide their staff with all personal protective equipment associated with the job requirements. 7.3.6 Vendor shall coordinate with City staff to de-energize equipment prior to initiating field work activities. 7.3.6.1 The City will supply the successful bidder with point of contact names and numbers for all facilities. 7.4 Facilities 7.4.1 Below is the list of water and wastewater facilities were services and delivery will be needed. Facility Address Village Creek Treatment Plant 4500 Wilma Lane Arlington,TX 76012 Rolling Hills Water Treatment Plant 2500 SE Loop 820 Fort Worth,TX 76140 Eagle Mountain Treatment Plant 6801 Bowman Roberts Rd Fort Worth,TX 76179 North/South Holly Treatment Plant 1500 11'h Ave Fort Worth,TX 76102 Westside Treatment Plant 12200 Old Weatherford Rd Aledo,TX 76008 8.0 LAWS, REGULATIONS,AND ORDINANCES 8.1 The Vendor shall be responsible for meeting all Federal: laws,ordinances and regulations; State:laws, ordinance and regulations;County: laws, ordinances and regulations;and City: laws,ordinances, and regulations for safety of people, environment,and property. This includes, but is not limited to,all Federal, State, County,and City Agencies,Administrations and Commissions such as the Environmental Protection Agency(EPA), Occupational Safety and Health Administration (OSHA),and the Texas Commission on Environmental 22-0044 Vertical Turbine and Pump Services Page 13 of 26 Quality(TCEQ). In the event any law,regulation or ordinance becomes effective after the start of this Agreement,the Vendor is required to comply with new policy.Any mandates requiring the City to comply with new guidelines will also require the Vendor to comply. 9.0 INVOICING REQUIREMENTS 9.1 The City of Fort Worth has begun implementing an automated invoicing system. 9.2 The Contractor shall send invoices electronically to our centralized Accounts Payable department invoice email address:supplierinvoicesc)fortworthtexas.gov.This email address is not monitored so please do not send correspondence to this email address. The sole purpose of the supplier invoices email address is to receipt and process supplier invoices. 9.3 Please include the following on the subject line of your e-mail:vendor name, invoice number,and PO number,separated by an underscore(ex: Example, Inc._1 23456FW013- 0000001234). 9.4 To ensure the system can successfully process your invoice in an expedient manner, please adhere to the following requirements: • 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 PDFs). 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 PO number must contain all preceding zeros); • Invoice number; • Invoice date;and • Invoices should be submitted after delivery of the goods or services. 9.5 To prevent invoice processing delays, please do not send invoices by mail and email and please do not send the same invoice more than once by email to supplierinvoices(a)fortworthtexas.aov.To check on the status of an invoice, please contact the City Department ordering the goods/services or the Central Accounts Payable Department by email at: ZZ FIN AccountsPavable(c)fortworthtexas gov. 9.6 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. 9.7 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 100% of invoices electronically so that all supplier payments are processed efficiently.To achieve this goal,we need the Contractor's support. 22-0044 Vertical Turbine and Pump Services Page 14 of 26 If Contractor has any questions, please contact the Accounts Payable team at (817) 392- 2451 or by email to ZZ FIN AccountsPayable(cDfortworthtexas.gov. 9.8 Contractor shall not include Federal, State of City sales tax in its invoices. City shall furnish a tax exemption certificate upon Vendor's request. 10.0 UNIT PRICE ADJUSTMENT 10.1 The unit prices may be adjusted for increases or decreases in Vendor's cost during the renewal period but before the effective date of the renewal upon written request from the Vendor. 10.2 The Vendor must submit its price adjustment request,in writing, at least 60 days before the renewal effective period. The Vendor shall provide written proof of cost increases with price adjustment request. 10.3 If the City concludes that the rate increase being requested is exorbitant,the City reserves the right to adjust the rate request, or reject the rate request in its entirety and allow the contract to expire at the end of the contract term. If the City elects not to exercise the renewal option,the Purchasing Division will issue a new solicitation. 10.4 Prices bid shall remain firm for each one-year term of the Agreement and shall include all associated freight and delivery costs. 10.5 Prices offered shall be used for bid analysis and for Agreement pricing. In cases of errors in extensions or totals,the unit prices offered will govern. 10.6 Upon expiration of the Agreement term the successful bidder,agrees to hold over under the terms and conditions of this Agreement for a reasonable period of time to allow the city to re-bid an agreement, not to exceed ninety(90)days.Vendor will be reimbursed for this service at the prior agreement rate(s).Vendor shall remain obligated to the City under all clauses of this Agreement that expressly or by their nature extends beyond and survives the expiration or termination of this Agreement. 10.7 Goods and/or services shall not be suspended by the Vendor without a 30 day prior written notice to the City. 11.0 INSURANCE REQUIREMENTS—The Contractor shall carry insurance in the types and amounts for the duration of this contract as listed in the draft service agreement,Attachment D to this solicitation, and furnish certificates of insurance along with copies of policy declaration pages and policy endorsements as evidence thereof. 12.0 PERFORMANCE-Failure of the City to insist in any one or more instances upon performance of any of the terms and conditions of this Agreement shall not be construed as a waiver or relinquishment of the future performance of any terms and conditions, but the Vendor's obligation with respect to such performance shall continue in full force and effect. 13.0 SUBCONTRACTING-No subcontracting of the work under this contract will be allowed without written permission from the City. 14.0 HAZARDOUS CONDITIONS 22-0044 Vertical Turbine and Pump Services Page 15 of 26 14.1 The Vendor is required to notify the City immediately of any hazardous conditions and/or damage to any property. 14.2 Hazardous materials shall be handled with care and workers shall wear Personal Protective Equipment(PPE)while handling hazardous material. If there are questions regarding how to dispose of materials,the Contractor shall contact City of Fort Worth Code Compliance at 817-392-1234. 15.0 CONTRACT ADMINISTRATION AND TERMINATION 15.1 Contract administration will be performed by the City Department. In the event the Vendor fails to perform according to the terms of the agreement,The Department head or his/her designee will notify the Vendor,in writing, of its failures.A meeting may be arranged to discuss the Vendor's deficiencies. A written cure notice may be prepared giving the Vendor 14 calendar days to cure any deficiency. 15.2 In the event the Vendor continues with unsatisfactory performance,the department will promptly notify the Purchasing Manager who will take appropriate action to cure the performance problem(s),which could include cancellation,termination for convenience or default. If the agreement is terminated for default,the Vendor may be held liable for excess cost and/or liquidated damages. 15.3 The Vendor will be paid only those sums due and owing under the agreement for services satisfactorily rendered,subject to offset for damages and other amounts which are, or which may become, due and owing to the City. 15.4 The City reserves the right to terminate this agreement, or any part hereof,for its sole convenience. In the event of such termination,the Vendor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subVendors to cease work. Subject to the terms of this agreement,the Vendor shall be paid a percentage of the agreement price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Vendor can demonstrate to the satisfaction of the City using its standard record keeping system,have resulted from the termination. However, in no event shall the total of all amounts paid to the Vendor exceed the agreement price.The Vendor shall not be reimbursed for any profits which may have been anticipated, but which have not been earned up to the date of termination. 16.0 RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT 16.1 If the Federal award meets the definition of"funding eCFR—Code of Federal Regulations agreement"under 37 CFR§401.2(a)and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental,or research work under that"funding agreement,"the recipient or subrecipient must comply with the requirements of 37 CFR Part 401,"Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,"and any implementing regulations issued by the awarding agency. 17.0 CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT 17.1 Vendor shall comply with all applicable standards,orders or regulations issued pursuant to the Clean Air Act(42 U.S.C.7401-7671q)and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387).Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency(EPA). 18.0 DEBARMENT AND SUSPENSION 22-0044 Vertical Turbine and Pump Services Page 16 of 26 EXHIBIT B PAYMENT SCHEDULE Please see next page. Vendor Services Agreement Page 12 of 12 v.1.4(November 30,2021) FORT WORTH, ­*_� BID SOLICITATION Event ID Page Invited: PUBLIC EVENT DETAILS CEW01-22-0044 3 Event Round Version 1 1 Event Name ITB vertical Turbine and Pump Services Submit To: City of Fort Worth Start Time Finish Time FINANCIAL MANAGEMENT SERVICES 01 18 2022 17:00:00 CST 02 10 2022 13:30:00 CST FINANCE-Purchasing 200 Texas St.(Lower Level,South) Fort Worth TX 76102 United States Email: FMSPurchasingResponses@fortworthtexas.gov Line Details Line: 1 Description: Qty Unit UnitPrice Total Labor Regular Hours Monday through Friday 200.00 HR 8:00 am-to 5:00 pm �� i Z y oOO a0 Line: 2 (J�p Description: Qty Unit UnitPrice Total Labor After Hours Friday 5 01 pm to Monday 100.00 HR 7:59 am and Holidays 92.00 g Zook Line: 3 Description: Qty Unit UnitPrice Total Parts Materials and Equipment @ Vaughen s List Price Plus 0 %Discount.Quantity listed is estimated annual cost.The Total to 450000.00 EA �•g0 be listed in far right column for example; 0 $450,000-$45,000(10%)=$405,000. 000- 20 Line: 4 Description: Qty Unit UnitPrice Total Parts Materials and Equipment @ Manufacturer Cost Plus 2-0%Markup.Quantity listed is estimated annual cost.The Total to be 447500.00 EA O.QO listed in far right column for right column for example;$447,500+$44,750(10%)= I f $ S.`� SSrJ 3�5.0D $492,250. Total Bid Amount: �� S •Qp A bid of0"(zero)will be interpreted by the City as a no-charge(free)item and the City will not expect to pay for that item.A bid of"no bid"or no response(space left blank will be interpreted by the City that the offerer does not wish to bid on that item.Be advised,a"no bid"or no response may be considered as non-responsive and may result in disqualification of the bid. 6/1/22,9:45 AM M&C Review Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FORT Create New From This M&C DATE: 5/24/2022 REFERENCE**M&C 22- LOG 13PP 22-0044 VERTICAL TURBINE NO.: 0377 NAME: PUMP SERVICES WATER LSJ CODE: P TYPE: CONSENT PUBLIC NO HEARING: SUBJECT. (ALL)Authorize Non-Exclusive Purchase Agreement with Odessa Pumps & Equipment and Wiesinger Incorporated for Vertical Turbine Pump Services for a Combined Annual Amount Up to $939,575.00 during the Initial Term and Authorize Four, One Year Renewals Options for the Same Annual Amount for the Water Department RECOMMENDATION: It is recommended that the City Council authorize non-exclusive purchase agreements with Odessa Pumps & Equipment and Weisinger Incorporated for vertical turbine pump services for a combined annual amount up to $939,575.00 during the initial term and authorize four, one year renewal options for the same annual amount for the Water department. DISCUSSION: The Water Department approached the Purchasing Division for assistance to finalize non-exclusive annual agreements for vertical turbine and centrifugal pump services for City owned facilities. The Purchasing Division issued an Invitation to Bid (ITB) that included detailed specifications describing performance expectations, types of pumps and locations requiring services that will be purchased on an "as-needed" basis. The bid was advertised in the Fort Worth Star-Telegram for four consecutive Wednesdays beginning on January 18, 2022, through February 9, 2022. The City received seven bids. An evaluation panel comprised of representatives of the Water Department reviewed and scored the submittals using the Best Value criteria which included: (a) Contractor's qualification and experience; (b) Extent to which the goods and services meet the City's needs; (c) Contractor Reputation (d) Cost of service The individual scores were averaged for each of the criteria and the final scores are listed in the following table. Points for pricing is determined as follows: Bidder must receive at least 50\% or more of the total available points for technical criteria. Bidder's Evaluation Factors [a ��Total Score Odessa Pumps & Equipment Co. 11 0 82 Weisinger Incorporated I6 Iv 12 56 80 Allen Electric 10 57 I�' IJ 77 Smith Pump Company, Inc. 6 �_ 12 46 70 Staff recommends awarding one-year non-exclusive agreements to Odessa Pumps & Equipment Co., and Weisinger Incorporated in a combined annual amount up to $939,575.00 for the Water Department and four annual renewal options for the same amount. No guarantee was made that a specific amount of these services will be purchased. apps.cfwnet.org/council_Packet/mc_review.asp?ID=29929&councildate=5/24/2022 1/2 6/1/22,9:45 AM M&C Review Funding is budgeted in the Other Contractual Services account of the Water Distribution Systems Department within the Water& Sewer Fund. DIVERSITY AND INCLUSION (DVIN) -A waiver of the goal for Business Equity subcontracting requirement is approved by the DVIN-BE, in accordance with the Business Equity Ordinance, because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. AGREEMENT TERMS - Upon City Council 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 renewal periods. 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. ADMINISTRATIVE CHANGE ORDERS - In addition, an administrative change order or increase may be made by the City Manager up to the amount allowed by relevant law and the Fort Worth City Code and does not require specific City Council approval. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current operating budget, as previously appropriated, in the Water and Sewer Fund to support the approval of the above recommendation and execution of the purchase agreement. Prior to any expenditure being incurred, the Water Department has 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 Activity Budget Reference# Amount ID ID Year (Chartfield 2 Submitted for City Manager's Office by: Reginald Zeno (8517)Dana Burghdoff (8018) Originating Department Head: Anthony Rousseau (8338) Chris Harder (6344) Additional Information Contact: Cynthia Garcia (8525) LaKita Slack-Johnson (8314) ATTACHMENTS 13PP 22-0044 VERTICAL TURBINE&PUMP SVCS WATER LSI.docx (CFW Internal) FID Table-Vertical Pumps.xlsx (CFW Internal) Odessa 1295 Form.pdf (CFW Internal) Odessa SAMS.pdf (CFW Internal) Purchasing Waiver Form-2021 Vertical Pumps.pdf (CFW Internal) Weisinger 1295.pdf (CFW Internal) Weisinger Incorporated Sams.pdf (CFW Internal) apps.cfwnet.org/council_packet/mc_review.asp?ID=29929&councildate=5/24/2022 2/2