Loading...
HomeMy WebLinkAboutContract 57902Q4 _ `:` �� _ r �E'V�� _�� � � 1� 2 � �6'�ffl �I. FOR�A�� � , 1 �� ^ �4 � f . d � . � City 3ecreta�y Contract No. �� �� �� I� � � � � �: �. , _ NON-EXCLUS�VE VENDOR SERVICES AGREElIrIENT This NON-EXCLUSIVE VENDOR SERV�CES AGREENI�+NT ("Agreement") is made and entered into by and between tlae CITY OF �ORT WORTH ("City"}, a Texas horrie rule municipal corporation, acti.ng by ancl through its duly authorized Assistant City Manager, and So�,itl�west International Trucks, Inc. ("Vendor" or "Contracior"), a Texas Corporation and acting by az�d through its duly authorized representative, each individually referred to as a"party" and collectively referred to as the f4parties." WHEREAS, through R�P No. 22�Op17, the GiYs+ solicited bids io awatd non-exclusive services agreements to muitiple bidders to pravide repairs, maintenance and purchasa of parts For a varieiy of heavy duty vehicles, lawn, and marine equipment in the City's �eet, on an as needed basis, in the City with an aggregate amount of up to $1,305,2i8.00 per year for contracts awarded to the successfial bidders; WI3EREAS, Vendor was one of the successful bidders awarded a contract to provide non- axclusive repairs, maint�nance, and purehase parts for a variety of heauy duty vehicles, lawn, and marine equip�nent in the City's fleet; and WHEREAS, City and Vendor wisla to sat ottt ierttts af V�ndor's non-exclusive repairs, maintenance, and purchase parts for a variety of heavy duty v��icles, lawn, ar�d marine equipment in the City's fleet. NOW, TIiERE�'ORE, the parties, acting i�erein by the througll their duly auth�rized representatives, enter into the follc�wingagreemeni: AGIt�EM�NT DOCUII�NTS: The Agreement documents shall include the fallowing; 1. This Non-Exclusive Vendor Services Agreement; Z. Exhibit A-- Scope of Services; 3. Exhibit B— Price Schedule; 4. Exhibit C— City's RFP No. 22-0017 5, Exhibit D-- Vendor's Bid Response to City's RFP No. 22-0017; and 6. Exhibit E— Verifi�ation of Signature Authority Form. Exhibits A, B, C, D, and E, which are attached hereto and incorporated herein, ara made a part of this Agreement for all purpnses. In the event of any conflict beiwveen the terms and conditions of Exlvbits A, B, C, or D and the terms and conditions set forth in the body of this Agreement, the te�ns and conditions of this Agreement shall cont�•al. Scope of Services. „�a��1�.9�� ra��i�iti_ . �6i�tt �E���'A�� ..��� .. _ � Vendor Services Agr�ement --- -�e i of �G South�vest lnternational Tnzc[cs, Inc. 1.1 Vendor agrees to provide to the City repairs, maintenance and purchase of parts for a�ariety af heavy duty vehicles, lawn, and marine equipment in the City's fleet, nn an as needed basis ("Sarvices°'), which are se� forth in more detail in ErlYibit ��A," attached hereto and incorporated herein %r all purposes. 1.2 Vendor und�rstands and agreas ihat ihe City will award non-�xclusive purchas� agreements to multiple bidders for service repairs maintenance and purchase of parts for a variety of heavy d�ty vehiclea, lawn, and marine equipment in the City's fleet, an an as needed hasis, as outlined in City of Fort Worth Bid Salicitation (RFP Na.22�0017), which is attacked hereto as Exhibit C, and incarporated llerein for ali purposes. Vendar fi�rther understands that the aggregate amount of all contracts awarded to multiple Vendors under RFP No. 22-0017 slzall he an amaunt not to ex�eed $ I,3Q�,�i8.00 �er year, and the City inakes no promise ar guarantee af the toia3 a�nount of worI� that will be assigned to Vendor under this Agreement, Vendor's Response to CiTy of Foa�t Wo�•th ITB Nn 22-0017 ("Vendor's Responsa") is attached hereto as Exhibit D, and incorpora#e lzerein far alI purposes. 2. Term. This Agreement begins on June 14, 2022 ("Effective Date") and expires on 3une 13, 2023 ("Expiratian Date"j, unless termina#ed earlier in accordance with this Agresment ("Initial Term"). City will have the optzon, in its sole diseretion, to renew th.is A.greement under the same terms and conditions, for up to four (4) one-year renewal option(s) (each a"Renewal Term"). 3. ComAensation. 3.1 City �vill pay Vendor in accordance with the provisions of this Agreeinent, including E�ibit "B," whuch is attached hereto and in.cnrparated herein for a11 pu��poses, Total annual campensation annual under this Agreement will not excead One Mil4ian T�►ree Hundred Five Thausand 'I�vo Hundred and Seventy-Eight Dollars and No Cents ($1,305,278.Oq). Vendor will not perform any additional services or bill for expenses incurred for City not speci%ed by this Agree�nent unless City requests and appraves in writing the additional casts for such services. City wiIl not be Iiable for any additional expenses of Vendor not speeified by this Agreement unless City first approves such expenses in writing. Vendor understands and a�rees that the a�gregate amount of all contracts awarded to mult.iple Vendors under RF'P No. 22-0017 shall be an amount not to exceed $ 1,305,2'�8.00 per pe�r, and the City �nakes no proznise or guarantee ofthe tatal amaunt of work that will b� assigned ta Vendot• under this Agree�nent. 3.2 Vendar agrees to submit estimates and invoices in accardance with the estimate and invoice requirements stated in E�ibit "A'°. 4. Termination. 4.1, Written Notice. City or Vendor may tet•minate th�s Agreement at any time and for any reason by praviding the ather party with 30 days' written notice oiterinination. 4.2 Nan-a xo riation of F�Ynds. In the ��ent no £unds or insufficzent funds are appropriated by City in any fiscal period for any paymants due hereunder, City will notify Vendor of such occurrence and this Ageement will terminate on the last day af the fiscal period for which Vendor 5ervices Agre�men# Page 2 of26 Sauthwest Internatianal 'I'rucks, Inc. appropriations were received without penalty or expensa to City of any kind whatsoe�er, except as to ihe portions of the payinents harein agreed upon for which funds have been appropriated. 4.3 Duiies and Obligations of the Parties. In fihe even� that this Agreement is terzninated prior ta the Expiration Date, City will pay Vendor for service� actually rendereci �.tp to the effective date of termination and Vendor will cantinue to provide City with services requesYed by City and in accordance with this Agreement up to the ef%ctive date of tez-mination. iJpon tarmination of this Agreeinent for any reason, Vendar wi�I provide City with copies of all completed or partialSy completed dacuments prepared under this Agraemenk In t11e er�ent Vendor has recei�ed access to City Information or data as a requirement to p�rfarin services hereunder, Vendor will return all City provided data to City in a machir�e readable farmat or other format deemed acceptable to City. 5. Disclosnre of Conflicts and Confidential Informatiotn. S.1 DiscSasure of Conflicts. Vendar hereby warrants ta City that Vendor has made full disclasure in writing of any existing or poiential conflicts of interest related to Vendor's se:r�ices under tlais Agreemani. In the event that any conflicts of interest arise after the Effective Date of this .A.greement, Vendor hereby agrees immediately to make full disclosure to City in writing. S.2 Confidential Information. Vendor, for itseli and its officars, agents and employees, agrees that it will treat a.11 inforination provided to it by City {"City Information") as confidential and will nat disclose any such information to a third party without the priar written appraval of City. 53 Public Information Act. Crty is a gov�rnment ent�ty under tl�e laws of the State of Texas and all documents held or maintained by City are subj ect to dise�osure undar the T�xas Public InfQrmation Act. In the event the3rec is a request iar information marlced Confidential or Proprietary, CiTy wiii promptly notify Vendor. It will be tl�e responsibility of Vendor to submit reasons obj ecting ta disclosure. A determination on whe�her such reasons are sufficient wi11 not be decided by City, but hy the Office of the Attarney General of the State of Texas. or by a caurt of competent jurisdiction. 5.4 Unauthorized Access. VendQr ttzust store arid nnaintain City Infarmation in a secure manner and wilI not allow unautharized users to access, mod'afy, delete ar otherwise coi�rupt City Infarmation in any way. Vendor rnust notify City immediately if the security or integ�ity of any City Infortnation has been compromised car is believed td 11ava been compramised, in which event, Vendor will, in gaod faith, use all commercially reasanable efforts to cooperate with City in identifying what information has been accessed hy unauthorized means and will fu11y caoperate with City to protect such City Infarmation from furYher unauthorized disclosure. 6. Ri�ht to Audit. Vendor agrees thax City will, until the expiration of three (3) years af�er �nal paytnent under this Agreement, ar tha final eonclusion of any audit commenced during the said three yeat's, have access to and the right to examine at reasonable ti�nes any directly pertinent books, documents, papers and records, including, but not limited to, aIl eIectronic records, of Vendor involving transaetions relating to this Agreement at no additional cost to Cify. Vendor agrees that City will have access during normal woricing liours to alI necessary Vendar facilities and will be provided adequate and appropriate work space in order ta conduct audits in compliance with the provisions of this section. City will give Vendor Vendar Services Agreement Page 3 of 26 Sauthwest Intemational Trucks, Inc. reasonable ad�ance notice of intended audits. 7. Inde endent Contractor. It is expressly uncferstoad and agr�ed ihat Vendor will aperate as an independen� contractar as to all rights and privileges and work perforinad under this Agreernent, and not as agent, representative oz' �mployee of City. Subject ta and in accordance with the conditions and provisions of this Agreement, Vendor will have the exclusive right ta conhol the details of its operations and �cti�ities and be solely responsible for the aets and omissians of its officers, agents, servants, employees, Vendars, and subcontractars. Vendor acknowledges that the docttine of respa�adeat superior will not apply as between City, its officers, agentis, s�rvants and employees, and Vendor, its officers, agents, employees, servants, contractors, aild subcontractars. V�ndor fi�rther agrees that nothing herein �vil1 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 Ca-employer or a Joint employer of Vendor or any of#icers, agents, serva.nts, employees, contractars, or subcontractors. N�ither Vendor, nor any officers, agents, setvants, employe�s, contractors, or subcontractors of Vendor will be entitIed to any employment benefits irom City. Vendor will b� responsible and liable for any and all payznent and reporting of taxes on behalf of itself, and any of its officers, agents., servants, employees, contractars, or contractors. Liabilitv and Indemnifcatio�n. S.1 LIABILITY - VENDOR WXLL .I3E LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERT� DAMAGE f1ND/OR PERSONAL INJURY, INCL UD1'NG DEATH, TO ANY AND ALL PERSONS, OF ANY gIND OR CHARACTER, WFIETHER REA.L OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT{S} DR OMIS.S1`ON(S), MALFEASANCE OR INTENTIONA� MISCONDTiCT O�' VENDOR, ITS O�'FZCERS, AGENTS, SERVANTS, EMPLQYEES, COIVTRACTOR,4, OR ,SUBCONTRACTORS 8.2 GENERAL INDEMNIFI'CATIDN - YENDDR HEREBY CDVENANTS AND AGREES T4 INDEMNIFY, HOLD IIARMLESS AND DEFEND CITY, ITS OFFICERS, AGENTS, SERVANTSAND EMPLOYEES, FROMAIVDAGAINSTANYANDALL CI,AIMS OR LAWS`U1'TS DFEIIVYKIND OR C�IAIRACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROP.ERTYDAMAGE O� LOSS' (INCL UDINGALLEGED DAMAGE OR LOSS TO VENDOR'S BU�,SINESS AND ANY RESULTING LOST PR�FITS) ANIJ�/OR PERSONAL IN.TURY, INCLUDING DEATH, TO AIVYAND ALL PERSONS, ARISIIVG OUT OF OR IN CONNECTION Wl'TH THIS AGREEMENT, TO THE E�'TENT CAUSED BY THE NEGLIGENT ACTS �R OMIS,S'XONS OR M�ILFEASAIVCE OF VENDOR, XTS �FFICERS, AGENTS, SEI�YANT�', EMPLDYEES, CONTRACTORS, OR SUBCONTRACTORS 8.3 INTELLECTUAL PROPERT'Y 1'NDE.tl�I.NZFICATlON — Vendor agrees ta dcfend, settle, or pay, At its own cost and ex�ense, any claim or acHon again�t City for infringement of auy patent, copyright, tradc mark, trade secret, or similar property right arisin� from City's use of the sofhvare andlor doeuitnientation in accordance with this Agreement, it being ttnderstood that this agreement ta defend, settIe or pay will not apply if City madifics or misuses the software and/or documenta�ion. So long as Vendor bears the cost and expense af payment for elaims or actions against City �ursuant tn this section, Ve�dor will have the right to cpndue� the defens�e of any such clairn ar action atnd alI negoFiatians for its settlement or comp�romise and ta settle or compromise any sucl� t[aim; hovverrer, City will have the right to fuliy parHcipaEe in any and all such seftlement, Vendor Services Agr�ement Page 4 of 26 Southwest International Trucks, Inc. negotiations, or lawsuit as necessary to �rotect City's interest, and City agrees to cooperate v�+ith Vendor in doing so. In the event City, for whatever reason, assumes the responsibifity for payment of costs �nd expea�ses for any claim� or action bron�ht against City for infringem.ent arisitig under this Agree�nent, City will have the sole righf to conduct tltie defense of any such claim or attion and a11 negotiations far its sett[ement ar compramise and to settle or compromise any such claiim; however, Vendor will fulfy participafe and cooQerate with City in defense oisuch claim or action. City agrees to �ive Vendor t7irneiy vvritten notice of any such cisim or action, wi�h copies af aii papers City may receive relafiug thereto, Notwithstanding the fare�oing, City's assumpfion of pPyment af costs or expenses will no# eliminate Vendor's duty to indemnify City under this Agreement. �' the saftware andlor documentation or any part thereof i�s held to infr�nge and ti►e use thereof is enjoined or restrai�ed or, if as a result of a settlement or compromise, such use is mate�rially ad�ersely restricted, Vendar will, at its own expense and as City's sole remedy, eiiher: (a) procure for Gity the righE ta continue to use the software and/or documentation; or (b) modify the sofYware and/or documentation to znal�e it non-infringin�, provided that sach mo 'd�f'ication does not m�teriaily adversely affect City's authorized use of the soft►�vare andlor documentation; or (c) replace the saitware and/or documentation with equally suitab[e, compatible, and fu.ncfion�liy eqrxivalent non-infringing software and/or documentation at no a.dditional cE�arge to Ciiy; or {d} 'rf none of the foregaing alternatives is reasonably available to Vendor terminate thx� Agreemant, and reiund all amounts paid ta Vendor by City, suhsequent to which terrnination City may seek any and all remedies available to City under law. 9. Assignment and Subcontractin�. 9.1 Assi�nment. Vendor will not assign or subcontract any af its duties, obligations or rights under this Agreement without the prior written cansent of City. If City grants consent to an assignment, the assignee will exeeute a written agreement with City and Vendor under which the assignee agrees to be bound by the duties and obligations of Vandor under this Agreement. Vendor will be liahle %r all abligations af Vendor under this Agreeznent prior to the effective date of the assignment. 9.2 5ubcontract. If City grants consent to a subcQnt�act, the subcontractor wi11 execute a w.ritten agreemeni with Vendar referencing this Agreement under which subeontractor agrees to be baur�d by the duties and obligations of Vendor under this Agreement as such duties and abligations may apply. Vendor must provide City with a fully executed copy of any snch subcontract. l0. Insurance. Vendor must provide Gity wiYh certificate{s) af insurance d�ci�menting policies af the fa3lowing types and minimum coverage limits that are to be i� effect prior to commencement of any 5ervices gursuant to this Agreement: 10.1 Covera e and Limits (a} Commercial General Liability: $1,000,000 - Each Occurr�nca $2,000,000 - Ag�regate Vendor Services Agreement Page 5 of 26 Sauthwest International Trucks, Inc. {b) Automobile Liability: $I,OOO,QOD - Each occurrence on a combined single limit basis Coverage will be on any vehicle used by Vendor, or its employees, agents, ar representatives in the course of pro�iding Services under this Agreement. "Any vehicle" will be any vehicIe owned, hired and nan-c��vned. (c) Worker's Compensation; Statutory litzazts accord'uig to #he Texas Waxkers' Compensation Act or any other state workexs' compensation lacws where the Seivices are being pe��for�ned Employers' liability $100,Q00 - Bodily Injury by accident; each aecidentJoccurrence $100,Q00 - Bodily Injury by diseas�; each empIoyee $500,000 - Bndily Injury by disease; policy limit (d) P�ofessional Liability (Errors & Omissions): $1,000,000 - Each Cla��n Limit $I,OOQ,000 - Aggregate Liznit Prafessional L�ability coverage may be provided through an e�tdarsement to tha Co�nmercial General I_.iability (CGL) policy, or a separate policy specific to Professional E&D. Either is acceptable if coverage meets all other requireinents. Coverage a�ust be claims-made, and maintair�ed for the duration of th� eontractual agreement and for two (2) years %llowing comple#ion oi services pro�ided. An annual certlficate of insurance must be submitted ta City to evidence coverage. 10.2 Genet•al Re uirements (a) The commercial genei•al liability and autamobile liability policias inust name C.ity as an additional insui•ed therean, as its interests may appear. The term City includes its amployees, ofiicers, offTcials, agents, and volLuiteers in respect to the contracted services. {b) The workers' compeiisation policy must include a Waiver of Subt•ogation {Right of Recovery) in favor of City. {c) A minirnum of Thirty (3D) days' notice of cancellation or reductiozx in Iimits of coverage inust be pro�id�d to City, Tan (10) days' notice will be acceptab.Ie in the event of non-payment of prerraium. Notice must be sent to the Risk Manager, City of Fort Worth, 200 Texas Street, �'orf Worth, Texas 76102, with cflpies to the Farf Worth City Attorney at the aatne address. Vendor Serviees Agreement Page b of 26 Sauthwest Iniernatianal Trucks, Inc. (d) The insurers for alI palicies must be licensed andlor approve� ta do busina5s in the State of Texas. A11 insurers must have a minimum rafing of A- VII in the current A.M. Best Key Rating Guide, or have reasonably equivalent financial strength and solvency to the satisfaction nf Aisk Managemer�t. If the rating is belovc� that required, written approval of Risk Management is required. (e) Any failure on the part af City to request required insurance dacumentation wi11 not constitute a waiver of the insurance requirernent. {fl Certificates of Insurance evidencing that Ve�dor h�s obtained all required insurance will be delivered to the City prior to Vendor proceeding witl� any work pursuant to this Agreement. 11. Com lianc� with Laws Ordinances R�les and Re ulations. Vendor agrees that in the performance of its obligations hereunder, it will comply with all applicable federal, state and loeal laws, ordinances, rules and regulations and that any work it produces in cannectian with this Agreem.ent will also compiy with all applicable federal, state and local lavvs, ordin.ances, rrules and regulations. If City notifies Vendor of any �+iolation of such laws, ordinances, ruies or regulations, Vendor must immediately desist from and corract the violation. I2. Non-Discrimination Covenant. Ven.dar, foz' itself, its personal representatives, assigns, cantraetors, subcantractvrs, and successors in interest, as part of the consideration herein, agrees that in the performance of Vendor's duties and objigations hereunder, it will not discriminate in the treatment or employment of any individual or group of individuals on ar�y basis prohibited by Iaw. II+ ANY CLAIM ARIS�S FROM AN ALLEGED VIOLATION OF THZS NON-DI�CRIMINATION COV�NANT BY VEND�R, ITS PERSONAL REPRESENTATIVES, ASSIGNS, CONTRACTORS, SUBCONTRACTORS, OR SUCCES.SORS XN �1VT�REST, VENDOR AGREES TD A�SUME SUCH L�ABILITY AND TO INDENINIFY AND DEFEIVD CITY AND HOLD CTTY HAItIVILESS FROM SUCH CLAIM. l3. Notices. Notices required pursuant to the provisions ❑f this Agreetment will be cflnclusively det��7nined to have been deliver�d when (1) hand-delivered to the other party, its agents, employees, servants ar representatives, (2) deli�ered by facsimile with electronic confrma�ion of th� �ransmission, ar (3) received by the other party by i]nited States Mail, registered, return receipt requested, addressed �s fallows: Ta CITY: To VENDOR: City of Fart Worth Southwest International Trucks,. Inc. Attn: Assistant Gity Manager Dana �urghdoff 617 N. Freeway 200 Texas 5ireet Fart Worth, Texas 76102 �'ort Worth, TX 76102-63I4 Facsimile:N/A Facsimile: (817) 392-8654 Wifh copy to Fort Worth City Attorney's Ofiice at same addj•ess Vendor Services Agreement 1'age 7 of 26 Southwest International Truc�s, Inc. 14, Sc�licitatian of Emplovees. Neither City nor Vendor will, during the term of this Agreement and additianally for a period af one year after its termination, solicit for emp�oyrnant or emplay, whether as employee or independent contractor, any persnn who is or has been employed by the oti�ar during the term of this Agreement, without the prior written consent af the person's employer. Notwithstanding the foregoing, tttis pravisaon will not apply �o an amployee of eiiher party who responds to a general soIicitation of advertisement of employment by either party. 15. Gaoern.mental Powers. It is understood and agreed that by e�ecutian of this Agreement, City does not waive or sui�rer�der a�.y of its go�einmental powers or immunities. lb. Na Waiver. The failu�'e of City or Vendar to ins�st upon the performance of any terin or provision of this Agreement or to exercise any right granted herein does not constifute a waive�• af City's or Vendor's respective right to insist upon appropriate performance or to assert any such right on any iuture occasion. 17. Governin� Law ! Venue. This Agreement w111 be construed in accordance with the laws of th� �tate of Texas. If any action, whether real or asserte.d, at lavtr or in equity, is brought pursuant to this A.greeinent, venue for sucl� action wiII lie in state courts located in Tarrar�t County, Texas ar the United States District Court for the Northern Districfi of Texas, Fort Watth Division. 18, Severab�[itv. If an� provision of this Agreement is held ta be xnva.lid, illagal or unenforceable, Y�1e t�alidity, legality and enfat•ceability of the reinaining pravisions will not in any way be affected or impaired. I9. Force Majeare. City and Vendor will ex�rcise their best efforts to meet thei�• respective duties and obligatians as set fo:rth in this Agreement, but will not be held liable for any delay ar amissian in paz�fonnance due to force majeure or other causes beyand their reasonab�e eontro�, including, but not limited to, compliance with any governtnent Iaw, ordinance, ox regulatiqn; acts oi God; acts of the pubIic enemy; fres; strikes; lockouts; natural disasters; wars; riots; epidemics or pandenn.ics; go�errunent action or Enactian; orders of g4vertunent; inate�'ial or labor restrictions by any governmental authority; trausportation problems; restraints or prolubitions by any court, baard, depai�ttnent, cot�rzr�aission, or agency of the United States ar of any States; ci�il disturbances; othar national or regional emerger�cies; or any other similar cause not enumerated herein but whicla ts b�yond the reasonable control of the Party whose perforjnance is affected (coflecfively, "Force Majeure Event"). The perfnrmance of any such obligation is suspended dut•ing tl�e period of, and only to the axtent af, s�tch prevantion flr hindrance, provrded tl�� affected Paxty provides notice of the �'orce Majeura Event, and an explataation as to how it prevents or hinders the Party's performance, as soan as reasonably possible after the occurrence of the Force Majeure �vent, with the reasonableness of such notice io be determined by the City in zts sale discretion. T11e notice required by this section must be addressed and dali�ered in aecordance with Sectian 13 af this llgreement. 20. Headin�s not Cantrollin�. Headings and �itles used in this Agreeine�t are inr raferenee purposes only, will not he deemed a part of this A�re�in�nt, and are not intended to deiine or litnit the scope of any provision of this A�reement. 21. Review of Caunsel. TIie parties acknowledge tl�at each party and its counsel hava reviewed and revised this Agreement and that the normaI rules af consteuction to the effect that any am6iguiiies are to be resolved againsf th� drafting party will not be employed in the interpretation of this Agreement �r Exhibits A, B, and C. Vendar Services Agreem�nt Page 8 af 2G Southwest International Trucics., Inc. 22. Amend.ments / Modi�ications / E�ciensions. No amendment, modification, or extensian of tius Agreement will be binding upon a party hereto unless set farth in a written instrument, whicf� is ex�cuted by an authorized representative of each party. 23. Counternarts. This Agreemen� may be executed in one or more cou�terparts and each counterpasY wiIl, for all purposes, be deemed an original, bat all such counterparts will together constitute ane and th� satne instrument. 24. Warran of Services. Vendor warrants ihat its services will be of a high quality and cori%rm to generally prevailing indusiry standards, City must give written notice of any hreach of this warranty within fillirty {30) days fram the date that the ser�vices are completed. In such event, at Vendoe's option, Vendor will either (a) use commercia.11y reasonable efforts to re-perform the services in a manner that confortns with the warranty, or (b) refund the fees paid by City to Vendar for the noneonforming services. 25. Xnnmigration Nationality Act. Veridor must verify ihe identi�y and employment e�igibility of its employees wha perForm wo.rk under this A�reemeni, inc�uding completing the Employment Eligibility Verification Farm {I-9). Upon request by City, Vendor will provide City wifh copies af aS3 I-9 forms and supporting eligibllity documentatinn for each employee vvho performs work under this Agr�eznent. Vendor must adhere to all Federal and State Iaws as well as establish apprapriate proce�iures and controls so that no services will be perfarmed by any Vendor e�pIoyee who is not legaily eligible to perPor�n such services. VENDOR WILL IN7]EMNIFY CITY AND HOLD CITY HARIVILESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY VENDOR, VENDOR'S EMPLOYEES, CONTRACTOR�, SUBCONTRACTORS, UR AGENTS. City, upon written notice to Vendor, will have the rigi�t to immediately terminate this Agt'eement far violations of this �ravision by Vendar. 26. Ownershi of Work Pwoduct. City wi11 be the sole and exclusive owner of all reports, work papers, procedtires, guides, and documentatioza that are created, pL�blished, displayed, or produced in canjunction with the services provided unci�r this Agreement (coilectively, "Work Praduct"), Further, City wi1I b� the sole and exclusive owner of all cnpyright, patent, trademark, trade secret and other proprietary rights in and to the Work Product. Ownership of the Wark 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 expr�ssiozz (whicl�ever occurs �rst). Each copyrightable aspect af the Work Product wil� be consider�d a"v�rork-made- for-hire" v�ithin the meaning of the Copyright Act af 1976, as amended. If and to the extent suc� Work Product, ar any part thereof, is not considered a"work-made-for-hire" within the meaning af the C.opyrigllt Act of 1976, as amended, Vendor hez'eby expressIy assigns to City a.11 exclusive right, title and interest in and to the Work Product, and all copies thereaf, and in and to the copyright, patent, trademark, trad� secret, asad all ather proprietary ri.ghts therein, that City may have ar abtain, witl�out furiher cansidezatian, free from any claim, lien for balance due, or rights of retention Lhereto Qn the part af City. 27. Signature Authoritv. The person signing this Agreement hereby warrants that they ha�e the ]egal authority to exeeute this Agreement on behalf of the respective party, and that such binding authority has been granted by proper order, resolution, ordinance or other authorizatian of the entity. This �-lgreement and any amendment hereta, may be executed by any author�zed representati�e of Vendor. Each pat�ty is fully entitled to rely on these warranties and representations in entering into tlais Agreement ar any amendment hereto. Vendar Services Agreement Page 9 of �6 Southwest International Trucks, Inc. 28. Chan e in Gom an Name pr �wnershi . Vendor must notify City's Purchasing Managar, in writing, of a campany name, ownership, ar address change for the purpose of rnaintaining updated City records. The president of Vendor or authorized official must sign the letter, A letter indieating. ehanges in a company natne or ownership must be accompanied wi�11 supporting legal docu�nentatiqn s�ch as an updated W-9, dncuments filed with the stat� indi�ating such cha�ige, copy af the board of director's resolution approving the action, or an executed zrzerger or acquisition agreemen#. �ailtu`e to grovide the specified dqcumentation so may adversely impact iuture invoice payments. 29. No Boycott of � raeL If Vendor has fewer than 1Q emplayees or this Agreement is �or less than $100,000, this section cioes not apply. Vendor acknowledges that in accordance with Chapter 227I of tkie Texas Government Coda, the City is prohibited frpm entering into a contract with a compar�y for goods or services unless tha cvnt�act eontains a written �erification from the company that it; (1} does not baycott Isxael; and {2) wi11 not boycott Israel during the term of the contract, The tetms "boycott Israe�" and "company" has the meanings ascribed ta those tet�ms in Section 2271 of the Texas Ga�ernment Code. By signing this Agreement, Vendor certii�'�es that Vendor's signature provides wri�ten veri�cation to the Czty th�t Vendor: (1) daes not boycott Israel; and {2,) will not boycotf Israel during the term af the Agreement. 30. Prohihit'xon on Eo cottin Ener Com anies. Vendar acl�nowledges that, in accordance with Chapter 22'74 af the Texas Go�erntnent Code, as added by Acts 202I, 87th Leg., R.S., S.B. 13, § 2, the City is prol�ibited irom entering into a contract for goods or setviees that has a �alu� of $l Op,Q00 or more that is to be paid wholly or partly from public iunds of the City with a co�pany with I O or more full-time employees unless the contract contains a written ver��cation from the campany tha# it; (Z) does not boycott energy companies; and {2) will not boyeott energy cotnpanies dlu•ing the term of the contract. Tbe terms "boycott energy company" a�ad "company" have the meaning ascribed �o those terms by Chapter 2274 of th� Texas Governinent Code, as added by Acts 2021, 87th Lsg,, R.S., S.B. 13, § 2. To the extent fhat Cl�apter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, tilendor certifies that Vandor's signaiure pravides wiitten verification to the City that Vendor: (1 } daes not boycott energy connpanies; and (2) will nat boqcot� energy companies during the term oi this Agree�nent. 31. Prohibi�ion on D�iserimination A�ainsi Firearm and Ann�nunition Industries. Vendor acknowledges that except as otherwise pro vided by Chapter 2274 of the Te�as Goverrunent Code, as added by Acts 202J, $7th Leg., R.S., S.B. 19, § 1, the City is prohibited from entering into a contract for goads or services that has a value of $ I00,000 ar more that is to be paid wholIy or partIy from public funds of the City with a coinpany with 10 or mare ful�-tiine ernployees unless �Ile contract contains awritCen verification fram the coinpan� tisat it; (1) does not have a pracfice, policy, guidance, or di�ecti�e Y11at discriminates against a firearm entity or fix•earm trade associa.tion; a.nd (2) will not discriminate during the t�rm of ihe contract against a firear�n entity or firearm tt•ade associatian, T11e t�rms "discriniinate," "firearm entity" and "fuearz�.a trade associa#ion" have the aneaning ascribed to those taz•zaas by Chapter 227A� of the Te�as Government Code, as added by Acts 2021, 87th Leg., R.S., S,B. 19; § 1. To the extent that Chapter 2274 of the Govez'nmant Code is applicable to th.is A�•eement, by signing this Agreement, Vendor certifies that Vendor's signature prnvides written verificat�on tn the City that Vendar: (1) daes not have a practice, policy, guidance, ar directive that discriminates against a f�rearm entity or firearm trade association; and (2j wilI not discriminate against a firearm entity or firearin trade assnciation during tlie term of tl�is Agreement. 32. ElecEronic Si�natures. T`his Agreement ztzay be executed by eleett-onic signature, which Vendor �eivices Agz�eement Page lU of26 5outhwest In#ernational Trucks, Inc. w.i.11 he considered as an original signature for a11 purpases and have the same force a.nd effect as an original sigriature. For t3�ese purposes, "electronic signature" means electronzcally scanned and transmitted versions (e.g, via pdf file or facsimile transmission) of an original signatur�, or signatures e�ectronically inserted �ia software such as Adobe 5ign. 33. Entiretv o_f Agreement. This Agreement, including all attachmenis and e�iibits, cantains tl�e entire undarstanding and agreement between City and Vendor, tileir assigns and successors in in#erest, as to the matters contained herein. Any prior or cantemporaneous aral or written agreement is herehy declared null and void to the extent in conflict with ar�y provision of this Agreement. [SIGNATURE PAGE T4 FOLLOW] Vendor Services Agreement Page 11 of Z6 �outhwest Tnternational Trucks, Inc. ][r* WITN�S5S �OF, thepa�esherctohsve execc�trriihisllgre��2 �nmu[Sig7es. ��F��` ��s��� ��' �����; i� : ���� �'s � �,�'��, ''�•r ;;.� � � x ���a�. � ��. �,�,�.�•. - . [��YaFFORT WORT� Dra'viA 8[u�' h a �M on e¢urghJott{iul22,aosx , scon �'J �p,�,,�, _ i�9II7Bi �8R8+,.e+EY[�0� xF3e: Assis�utOtYM�B� AAPRf►i�'AL�7t�Cp11RiY.�d+iDk�: �\� � [ ~• ��: ; � N��: �F Q� , ��. � ���n;�� Bys�Rai$ Iacknowledgc[hatIaa[1hCpctauA scapaas�itfhrthemoaitcr�gand�dmina'ma,tivu oi' t� con[ract,�d"mg�ga��peUt'ounaac.�aad yCpL17fj6$ rrz i .��� j /�l�n ff„ S�r[�/Ynv � .._ .......:�x..��-,�— Name: A#an Shear � Title: A�sis�i DiQecter, Ge�al Services ��zovEn.�sxo�c�xnt.�r.���ur�r: $j1: ChfiStOphP.fA 'tria(Ju122,2.�i1F:'1.QCpT� p N'L�.' �C31� �fdLk.2I1 I rae: sr. Ass;staae .�''.ity nwor�� 5� �::r� �' COI�'RACZ'A'ET�"H�T�,4�ON; Nam . netleS.Goa 1►�&C: 22-0449 Yitle: " SecsGtary �brmiZ95:3a2?r836&13 �VE1+fAt3R: 83e Sourbwcsc7n armiTmcl�Inc. iQame: D�w ; d,, C,�� 7"uEe: �J.�I� rb•S. 5c,lrJ Date; � '� �f3 . 20 �� VemdorScrv¢:ros ASe��i Pa6�72 oi'25 Son+hmst Ia oema.t�na1lYusks.7nc. , �����..d�� ������ �Q� ������� K' 4s �1Nl.I� A �"' .��7 EXHIBIT A SCQ�'E OF SERVTCES 1. T�e Property Managernent Department (PMD) sha11 utilize t�is Agreement for service repairs maintenance and purchase af parts for a variety af heavy duty vehicles, lawn, and marine equiprnent in the City's fiee�, on an as n�eded basis, 2. Fallowing the award additional services of the same general category that could have been encornpassed in the award of this Agreement, and that are not already or� the Agreemeni, may be added in writing if jnutually agreed by the Vendor and City. 3. Unit prices shall include a11 costs associated with ttte 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. 4. All items suppIi�d resulting fram tlnis bid shall be of recent production, unused, and suitable for their in�ended purpose. 5. VENDQR RESPONSTBILTIES 5.1. Vendors sha13 provide pricing on parts and labor %r Y.he services and a list of brands pravided on the attached Bid Solicitation pages of this ITB. 5.2. Vendor shall pro�ide unit prices for listed items. Unit prices shall inciude a11 associated costs un�ess specified in Exhibit B, not limited to deliveiy, fuel and handling charges. No additional charges will he accepted or paid by the City. 5.2.1.The City wi31 ensure that vellicles will haue a minimum of a quarter (114) tank of fi�rei when dropped off for service. 5.3. Vendors may charge an hourly non��varranty lahax rate per service, a cost plus (+) for parts, a diagnastic feE (detailed out), anci any applicable transportation fees, if any, as indicafed an Exhibit B. There are no guaxantees the City will accept or held financially or fiahIe �or cosfis outside of labor and materials/ parts unless specifed on Exhibit B. 5.4. Vendors shall pravide documantation on their personnel a�thorized to parform work on City vehicles and equiprnent. This includes a11 certiiications, such as the National �nstitute for Automotive Service Excellence (ASE) or Manufacturer required iraining, which qualifies the ve�dor to perform said work. All licenses, permits, insurance anci any ather documentatzon that is required by local, state and/or fedaral agen�ias are to be maint�ined dut'ing the term af t�ais contract. 5.5. Vendors shaIl be authoi°ized to diagnose, repair and service vehicles and equipment for the City's Heavy duty fleet. 5.6. Vendors shall perform work usitzg the mos� up to date and appropriate methods a�ailahle for said work under industry standards. This includes, but is not limited to, all suitable repair equipment and parts to insure tha satisfaetory execuYion of any r�pair or installation. 5.7. V�ndors shall respond and suppiy requested materials or services requixed during regular business hours within the respanse time (DELIVERY) from receipt of request per section 6.0 or less ineluding shipment by mutual agreement %rnn the time original request is made. 5.8. Vendors shall provide the City priority service, as many City velticles are utilized for pu6lic safety and emergency response. Expeditious tarn-around is critical to City operations. Additional fe�s for priority services are prohibited. 6. HOLTRS 6. I. Vendors shall respond to a wark order wifhin 24 hours of natification. 6.2. Vendors shall d��i�er complefed vehicles to the Fleet 5ervice Center, Monday tluough Friday betwean 730 a.in. — 9:30 p.m. unl�ss expressly autharized by the Pleet Service Can.tar Supeivisor(s) or thei�• designee. Any deviation ft•om this timeframe shall require written approval from #he Fleet Ser�'rce Center Super�isor(s} or their designee_ 7. AFTER HOURS '1. I. After hours shaIl be considered #'rom Priday at 9:31 prn tln•ough Mo:nday at 6:59 am,l7olidays and weeksnds, 8. PARTS 8.1. AI1 parts u�ilized in repairs, replacements ar installations on City vehicles and equipment �nust be nevv unless athe:rwise requssted by PMD Fleet personnel. Any rebuilt or remanufactured pa��s can be cansidered but mu5t be appraved in writing by Ci�y PMD F1eet personn�l prior ta being utilized by avendor. 8.2. Vendor shall warranty all worIc and p.roducts supplied under this A�•eeinent aga�nst any defects in design, workrnanship, materials and �ailure to operate satisfactorily. Each product shall be construct�d to the highest industry standards. Products manufacturad of poor workmanship wiII not be accepted. 8.3. The City r�serves the rigllt to supply pa�s as the City determines is neeessary. 8,4. Vendor may charge a cast plus (�+} for parts as indicated on Exhibit B. There are n� guarantees the City will accept or held financially or liable for casts outside of labor and materials/ parts unless specified on E�ibit B 9. INVENTORY OF ASSETS 9.1. Assets that may need repairs and services but are not lim�ted to, the inventory listed below: Up to 3,Q00 on-road and l.,b�0 off -road �ehicles and eqnipmeni incluciing,'�ut not limited to: Tyges af Equiprnent Mannfacture�rs Fire Tracks DLimp Trucks Allison Mazda Heavy-Duty `C"railers Bucket Aitec Mereedesl Sprinter Trucks OffRoad Equipment Artic Cat Meritor Transfer Trucks Aquatech Metro Mator Homes Fuel T�,icks Water Bendix Mits�bishi Tar�ers Coniainer Trucks Big Tex I�ILu�eie Sewer Equipment BMW National Cran� Champion New Holland and other related types of Chevy Nissan equipment over 1 tan Curumins Onan Generatars Custom- Chris Trim Peterbilt Custom- Lawhan Pieree — Fire Apparatus Custom- Tommy Gate Pioneer Cusiom- Youngs Pipehunter/3eteye Delta Rigging Progard Detroit ROM Cozp Dadge Rasenbauer Doosan �p�� D�zetz Spitzlift Eaton Sterling E-One Tennant ��xd Tere� Freigt�tliner Texas Steer Honda Toyota Hywsdai Traeker Interr�ational Twister Interstate Trailers Vac-Cot� ��u� Vactor JCB Verneer Jeep Versalift �,G Volvo John Deare — Green (A G) WABCO Kawaski Wacicer Ksnworth Vi7helen Kobelco Yamaha KTM Zodiac Kubota and other related Mack manufacturez's over 1 ton M&D City 5ecretary Contract No. 10. ESTIMA`i`ES 10.I. Vendors wiII be required to provide written estimates to Fleet �ervica Center Sup�rvisors or designee persont�el before the start of any work, The estimates may be emailed to the Fleet Service Center Supervisors ar designee tiyho re�quested the services ta be c�mpleted, 10.2. Ii during the course of the originally esfitnated repairs, it is nated that further repairs wiIl be needed, a re�ised estunate must be prepared by Vendors for the additional work. I0,3. Esiimates pravided by vendars shall state `Warranty Service' if City vehicles or equip�i�ent will be serviced %r warranty work, 10.4. Warranty and billable repairs shaII be an saparate estimate(s) / in�voicing in ALL eases. 10.5. Vendors shall send eonfilnation and a cost estimate ta the FIeet Service Cent�r Supeivisor{s) or desip,�nee within 24 hours of receiving a list of equipment fo�• inspection and tasting, 10.b. Vendor s1�a11 identify the repair directi�n and sha11 ema.il an estimate with speciiic defails of ihe repairs needed regardless of warranty or non-wananty Ip,7, A11 estimat�s pravided by vendnrs will be quQted an a`tiine and matei7als' basis, adherenca to the agreed �zpan cont�act rate(s) and 'rteinized to illustrate the cost of each of the following, if applicable to the service ar wark perfarmed: 10.7.1. Estimates shall include number of and cost of part(s) ta be insta[Ied. 10,7,2. Estimates shall include cast of labor to perform repair and/or installatian; iteiniz,ed by number of labor hours per Iabor Iine. 10.7.3. Estirnates shall include ite�nized inspection/diagr�ostic fees. 1 �.7.4. Trans.portation fees, if any, for pick-up or dalivery, 10.7.5. Miscellaneaus shop fees will nat be allowed. This should be considered ruiaen bidding applicable costs in Yl�e other tixne and materials categories. 1 Q.7.6. Travel charges fo�• inobil� services will anly b� cansidered if included in E�ibit B and should be iteanized. 10.8. Final in�oicas subrnitted to the City for s,vork parfor�ned sliould always match the fnaI estimate r�cei�ed and approved by the City, All ret�ised estimates inust be approved in writing prior to biIling. 10.9. Fleet Service Center Supervisors or designee will provide written authorization di�d a Purchase Ord�z� (PO) to proceed with the inspection and testing ox' repairs a:fter evaluafing the estiinate. Vendoz's aa•e not authorized to proceed with inspection, testing or repairs based nn verbal authorizations and assumes all liability and responsibility for inspection, and testing performed based on such verba� authorizatiqns. 10,1 Q. PMD Flee� shall issue a purchase order f�r 6i.Ilable repaus and sent to the vendor via emaiI. Repairs are NDT to be performed until a purchase order has been issued and provided ta the VencEor from PMD Fleet Division. This ensures �raper trackin.g and documentation are in place for tI1e Vendor and the City 10.11. Fleet sha11 er�ate necessary worl� order for tracking. 10.12. Fleet staff shall document the approval and shall update the work order detailing all communications and repairs v�ith denia] or approval infonnation, Vendor 5ervices Agreement Page 16 of 2b Southwest Internatianal Truelcs, Inc. 10.13. Vendor sha11 be notified, �ia email, of re�airs needed and/or diagnosis from Fleet. 11. INVOICING REQUIREMEi�iTS 11.1. The City of Fnri Worth has b�gun implementing an automated invoicing system. 11.2. The Vendor shaif send in�oices elec�ronically to our centralized Accoun�s �'ayabie department invoice email address: supplierinvoices(e�forYworthtexas.�ov. This emai3 address is not inonitored so please do not send correspandence ta this ernail address. The sole purpose of tl�e supplier invoiccs email address is to teceipt and process su�plier invoices. 11.3. Please include the following on the subject line of yoti�r e-mail: vendor name, invoic� number, and PO number, separated by an underscore {ex: Example, Inc,_123456 FW013-0000001234) 11,4. To ensure the system can successfully process your invoice in an expedient manner, please adhere to ihe foliowing require�nents: 1 L4.1. All invoice5 must ba either a PDF or TIFF format. I 1.4.2. Image qua3ity musi be at least 300 DPI (dots per inch). 1 I.4.3. lnvoices must be sent as an attaclunent (i.e. no invoice in the body of the email). 11.4.4. One invoica per attachment (includes PDFs). Multiple attachments ger email is acceptable but each invoice must be a separate attachment. 11.4.5. Please do not send handwritten invoices or invoices that contain handwritten notes. 11.4.6. Doi matrix invoice format is not accepied. 11.4.'7. The invoice must coniain t11e following information: 11.4.7. l. Supplier Name and Address; 11.4.7.2. Remit to Supplier Name and Address, if different; 11.4.7.3. Applicable City Departrnent business unii# (i.e. FW013) 11.4.7.4. Complete City of Fort Worth PO number (i.e. tkie PO number mtist contain all preceding zeros); 11.4.'1.5. Invoice numher; 11.4.7.6. Invoiee date; and 11.5.. Invoices should be submitted after delivery of the gooda or services. J 1.6. To prevent invoice processing delays, please do not send invoices by mail and email and please do nat send the same invoice mnr� t�an once by email ta su ]ierinvoices fortrvorthtexas. ov. To check on the status of an invoice, please contact the City Departtnent ordering t3�te goods/services or t4�e Central Accounts Payable De}�artment by email at: ZZ FIN Aecauntsi'avable,�a7.fortworthtexas.go�. l l.7. If you are una6le ta send your invoice a5 outlined abave at this time, please send your invoice to our centralized Accounts Payable departmeni instead of directly to the individual city deparcment. This will allow the cit}+ sfaff to digitiz� the invoice far fast�r pracessing. 11.8. If electronic i�voicing is nat possib�e, you may send your paper invoice to: City of Fort Vtjorth, Attn: FM5 Central Accounts Payable, 200 Texas Street, Fort Wortt►, Te�as, 76IO2 11.9. The City's goai is to receive 100°fo of invoices electronically so that all supplier payments are processed efficiently. To achieve this goal, we need the Vendor's support. Vendor Services Agreemant Page 17 of26 Southvuest Internatiar�al Trucks, Inc. 11.10. If Vendor has any questions, please contact the Accounts Payahle team at (817) 392-2�51 or by etnail to ZZ FIN Accounts�a able for�worthtexas. ov, l 1.I 1, Vendor sha11 not include Federal, State of City saIes tax in its invoices. City shall fiunish a tax exeinptian certificate upon Vendor's z'�quest. 12. F�AZARDOUS CONDITIQNS 12.1, The Vendor is required ta noiiiy the City immediately of any hazardous conditions and/ot• d�nage to City property. I3. UNIT PRICE ADNSTMENT 13.1. The unit prlces �nay be adjusted for increases or decreases in Vendor's cost during the renewal perind but before the effective date of the xenewal upan written request from the Vendor. 7:3.�. The Vendor must submit its price adjustment raquest, in writing, at least 60 cEays before ih� renewal effecti�e period. `I'he Vendo�• shall pro�ide written proof of cost increases with price adjustment request. 13.3. If the City concludes that the rate increase being requested is e�orbitant, the City reserves the right to adjust the rate request, or rejecY the rate request in its entirety and allow tha contract to expi�•e at the end of the cantract terin. If the City elects r�at �o exercise tlie renewal option, the Purchasing Division will issue a new solicitation. 13.4. Pxices bid shall remain �rm for each one-year term of tlta Agreement and sIial� includ� all assoc.iated freight and deIivery costs. 13.5. Pric�s offered slaall be used for bid analysis and for Agre�ment pricing. In cases of et•rors in extensions ar totals, the unit prices offered vvill govern. 13.6. Upon expiratian af the Agreem�nt tertn the successful bidder, agrees to hold over under the tertns and conditions of this Agreement for a reasonable period of tirne to alIow the city to re-bid an agreemenY, not ta exceed ninety {RO} days. Vendar virill be reimbursed for this service at the prior agreetnent r�te(s), Vendor s1ial1 t•emain ob]igated to �he City under aII cla�ses of ihis Agreement �l1at expressly or by their nature extenas beyond and surt+ives the expiration or termination of this Agreerrient. 13.7. Goods and/or s�xvices s11a11 not be suspended by the Vendnr without a 30 day prior written notice to the City. 14. P�RFORMANCE �4.1. Failure of the City to insist in any ane or mare instances upon perforinance af any of the te:rms and conditions of this Agreement shall not be consfrued as a waiver or relinquishment of the fut�re perfornrlance of any terms and conditions, but the Vendor's obligation with respect to such performance sha�l continue in full force and effect. I5. COMPLAINTS 15.1. Cnmplaints procassed through the City Purchasing Division are to be corrected with.in fourteen (14) days of formal notice of cornplaint. Written response to the Purchasing Division is requtred. 15.2. Failure to properly resolve camplaints witl�in the fo�rteen (1�}) caIendaz' day time period may result in the canceIIation o.f tt�e applicable line item(s} in th.e price agreeinent. 16. CONTRACT ADM7NI,STRATION 16.1. Contract administration wil� be pez'formed by tlae City Department, In the e�ent the Vendor Vendor Serviees Agreement Page IS af26 5outhwest International Trucks, Inc. fails to perform accorciing to the tertns of the agreement, The Departzx�ent head or his/l�er designee wili nofify the Vendor, in writing, of its failures. A meeting may be arranged to discuss the Vendar's deficiencies. A written cure notica may be prepax'ed giving the Vendor 14 calendar days ta cure any deficiency. 16.2. In the event the Vendor continues with unsatisfactary performance, Yhe department will promptly notify the Purchasing Manager who will take appropriate action to cure i�he performance problem(s), which could include cancelIation, termination for convenience or default. If the agreement is terminated for defau3t, the Vendor may b� held liable for ex�ess cast. 16.3. The Vendor will be paid only �ose sums due and owing under the agreement for s�r�ices satisfactoriiy rendered, 16.4. The City reserves the right to terminate this agreement, or any part hereQf, for its sole convenience. In the event of such termination, the Ve�dor shalr immediateiy stop all work hereunder and shalI immediately cause any and all af its suppliers and subVendors to cease wark. Subjeci ta 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 fi11e natice of termination, plus reasonable charges the Vendor can demonstrate to the saiisfactinn of ihe City using its standard rec4rd keeping system, have resulted frorn the termination. Horvever, in no event shall the total of a11 amounts �aid to th� Vendor exceed. the agreement grice. `Z'he Vendor snall not be reimbursed %r any prafits whicl� may have been anticipated, but whicl� have not been earned up to the date of termination. Vendor Services Agreement Page 19 of 26 Santhwesk International Tivcks, Inc. City Secratary Contraci No. EXHIBIT B PAYMENT SCHEDULE �a��''�ry�� . �I� �����c���� i�� Ever��lp —"��ape, �r�vlted: pUElt.1CFVCh�Tt�fAlVfi c:wHas _�a-c��T _ {, k?wntR�und �"` 1��4�.n — �wratlumm - ,. _- _ ' YIF IEnnxv. �i.�,y_�COosis and t��=; � ;;�-.- 9k�i;tr�oa c-r�i�K7i�r SUAmkTn: Cilyr o�t�t�rL'Ne�ib ::�Zrr.�3iR:s�u:rn�cst_ _ .,,fc�c�au?2 s+_� ,r C. �IN'ANG1dk�.NIAN���Nt"�F.'F{YG[.`ES - - � �lf+RiNC�-P�nsi�g 240 T� S!. [Izrw�r [�.d''o Sauthj roM Vvaii� �X 74i01 UnHud Stalaa -FJ4'18�11 �iR�.�U1�T�Kih�J�68�,ltiifl&BB�Qf1.4LDfjfif�5.44Y l��M_ 1 Qnas�lCr aur l�n«--- un�nF`am _�'sli� _ 171ep1ioHllbE4e U�s n �.,:. �.... 79[14�9p �A � _ '�.'� � � _� � _`±'.'�'���c' .� u�: z � � �o : �_ _�..� _ �:i+��R r��- 3huMk �I�� yR� 4�K3:0[1nryF�J�Upri7 ddGo�O IIR — � /�� bl% �1or�6 - .,__� Lim4C � �rei¢4�Iptl.jaa' -. aN I�nF�: __. LlaliPr o.�.. ._ . 7aha1 _ �fev�fs�'��cS ul��'u,'kMieFlb7tno�mra;aGlPrn AMf3.Q4 MI� �- r �� �� ��d C#taC? 1.7nc: 4 ��zt���'° .�tY._� Urill � WYiEYAMIn� Tolnl iYunsponet�nFuu(Pi�a�p�CQ4Civiiy' 2ilU;�]A F�} �._ _� —"�"— fatluet�ajJla�e7i�F4numl7�'I> ,r�7. I.. �r.�f " — �Rr �� �fna; 6 �+���m�rrantrrisstanrtc� ° . '�+�" �n1L._ _ �n�t�I� b� - 9rtwualrt�lvkl�Pe�ner�lplY� Fl�wrt�wLckp iSf4U�� ku� Non-M1+Narrortyrh�uf� iF�arrafeE�Tond���wr {�ji. f>� _��. .~ ; ilku6lSp S �jWfilY��� �fl [k�nil �q6�P[198A47 . � R3? �� .� Llna: �6 7r�� apiti fA1nh amnriaiueic,'[:i�n ai�U -"�— " v�ll, U�hKon— - T°tes . - �Ineitl�woo}hlon,lVmrfltaryl�auA}Eal�eratr, a44R{q �IR it 7atn � pver, Ineis33ly��.9Peca711y d �tiJEp.�c1 �- j Fqu4�.nent� I��`�. �Gr �ff �w1d ..I I.lno: F �Pti: -_� , unsi �n81nb o�+'eCrf�Inepe�i9F(cFl�nA�vir��rA' • . 709p:1'� IIFi hoyr� latrar m�n �1 7on 8. f7�f; lndudlne sfwc� 3 OfT-l�oud �'R+apmcnF� L�p4: 8 YI IQ,�]t ncMlrsY�� lremalai��qnnr��r,9sikcry;=-.J.. �'— ;111.1i. I�lllon, Uph45� nlq] NnM1-iSqwunty nnad�d 009.'ptl HR In6errta4l�Tah8,04nY,i�clu�npSpe� q' d a1r=i§cw�i i3��u[pmgni� ur�ilve�na • --- �nti9 _ _ � ��a J`�.+PP' �� �'�� IIPvISq. ,__ TOLlI _ 'r-�—� � � ��v�, a�aD L. _ rr�22.0017 �1ua+�i+pUld s�pad�� See,isae �:. ,tle'a nt G2 Vendor Services Agreement Page 20 of26 Southwest Intertiational Trucks, Inc, EXHIBIT B PAYMENT SCHEDULE ��'�'4� E�O� ���,.��'�����'i�� �vmnert� � — �. if. — �m�a NmriC�ad= P�P�L1C ��t�l�b�l�51L� - .��a-aa�,7nT � __ _ _ - � ' Qyqvie'RtaV!xd� rp brr x - E�n4iNtf� ' 1��_ ,�45r R�' rwr�a C r a nr� 5t� �e[rr, H��rmsl!'%: �i �6 �retri�klCiil �nt�ma 6'-l�nln��- � � F���1�,pL CuGh'MU��Ic�l�� �E�I�E�� _,aris;xn�a _�9_:au: �o�x�_ ����ru�,.t_��z.z_�;,�, F1k+iAhiC�,�rs:i+�e1ag �C�'1"�ab`t {L-��vrQr lasu�l� S�tlth� ��irl'�'41�rii� `i�S'�141�' LFnilr�i aSMelYaa �n1r�f. �I�F�ur�eair�Eia€R��+�;It�waH[nlaee�e.�.w ��' � u�;� unuvF[e� _7'�1'l� .....� 13c� t1m�n:__ _ .__..._ . . - - �iL— �- - -- Rnau� �nl •C�np+fn�a� �a.�a 4�ds. In[�ker, Nk�yddlt�p,�oGx.�f�eH�'rtrhqud�*� B�AU HR {— -- raiu [1 �un�. 4+w , In�v�n�5��aslq+�, � ,� ;�� r a�'�' � C?R"�.nil E�9ulpEnartl9 I :F �'� � I �� � � l+itlAC 'IE7 1Jnk �.i��P�i'�9� Ti�wl _.....-_` �r.rle.�iaf�t _ �L-,_ - , -. t._ - — - ExNiI9U.�b1..A�sir �rr�N�slca�r� �paFs 4d i0.��tli� C3f+F tlerdd �++CH.SJa�n9���+hwe�t$�Ietn,Mel�ixar�oa �raa �1i elf [�Iaer�Vrercatrtp �-�dyr lytrvr raie ��I �:�� HE� f --�� ti'w�� ,s.�: rn�t�:� ��� � �rr.�dba F � � �•- � f ��� �� _ . E�iRI�'r�F �Jrwes 11 _��_ MJnll�+�_ 1�� - ISaacelollen: �ddar_._ � ,.� Fur71 �N�I�re�S�dr�emirWce.arv� ' .. 'r �n�:d11b - .. --- - � Mdc�'16'�nti�'� N64k1+� 7�'r�74 QT �Yi� 14 C9ver, i��+ �#A�n��ppd�&�RaRns��qub�m�+rCl ---_--...� ... �-�---.. �LIrSa: 12 ,�' Uio.��.._ €I9c�c�a _- �p�n,�i"`�cieE�.etytlF� h'�.s+� f�M�'��Iki�d�is�zP.ssle�].�r�iH1�3� 2D[S�sCG �°Ir"t ikluiWl�n�rs�p "�.W �C[lErorr�i�c ��sili9d$ }J�aa-Y45Y�i±�AY �'��1T 1sLcif r�19 �{M Tkn'i,R Gvar. In�n� 3f��jl' ¢ t�'-Fi�av�d Euul�cmanik !�lne: 1i� ' Gon: _ SdCty.� � �� -.W.�.� Ci�ielu�C�7s�'i� ��k.'�'��''llrteiu�tin� httnr�s{i� Of'.r�[J�.f�idICEP�d i�rtaf�l6�e �+�+qcSiz+'a, cWl �"�'�� Iwuf� 4W6¢ �dd1J� �FIR rs:� t7 3u1�+� �ww: IncR+�+B �R��h`�' {,Mff•FiAed �qulpm&iYlj � �a �a� u��c _ Q�aae . ._ C31±pri1� �.1 n�.`rc�3 F1fi� FCG�,Pk: �7i37ki8 ��:� � s77hq�nta�s�oe�t1od94[�IM�u��NGry�p� �CIU�:U67 HFt LUS�'k�q°; �_�'��� �Jdin€I 8pa�lefiF � ��' I�f�ra: '�� GIe�fY �8���� �eC�q N d�rren -- -'��.E�940 HFs ,�i�Crint1S15i4l�Cfi3fl�,o-x.r€+Pg'� �' B'4n�u���,x+hur a#mn �tl '��� � ��r: �utllr� SP�iBlf!' $�l3fi��in� �C7u�6 _��prf6fi_ _ iMel � �J'�.� -E.�'a+'__,t�+" �ea _'_LI�i4��lco=.. �,_—��� -�..- ���; � ������� ..,_ ,._, � e+�� -_-�a�l `-- ,��;� ���I �'��� . �' 13i�r1'� _ -�.�i .� y�„� � �"�� -- Llh�wt t�9 q1�r . �ltll�-- tJnH[Ptiou__ � it�t IV��itler�e�a gn �aa r{Mok RLt��nr�Seti � � Y S,`I�pkdbFlndr�lWiWs��b'ha++�9�r�io-Cii 71�9c4G ltk�d&�rl�ciuding:d�?5Cl�71EF0i �r� ,�,"�, � +��3 _� F�nt��naN? :I�f Fa �47 Hk'a,�+! ��u�3' ��pnpalr �nA ��rsici� 'F!n.g�+1 ad62 Vendor Services Agreement Santhwest Intarnational Trucks, lnc. _ ? 17°i _ i��, �� � Page 21 of 26 E�HISIT B PAYMENT SCHEDULE rv�r'4�a �j . � ��� ���I�I'��Ti�l� I�YnPtIQ •- _�. — -- Faq�. IevllRdl PLI�I,E�C �V�hli �k�lllL� �� i:21'� C�'%�IHKut�d 1hia+a7n --- -- — -- � ��� C'r9Flt i+�ame — _ � � — ` � �4�8 Ij�a�.y.,. �. �R �. �r ar�!1.�Sc=�t}.^.0 - ___ . 8aniilieQ F1nlehTinyo —I �uf�m6+;7a: �Jf a��tStiY�� _���sfl�ex ua�cr�;�3n e.�� --�r�?��srxqz� i�,��c�}z.a.c.sr I �I�ANCfkLI►�b�(ACi�MriENT��F�ViG�� _ FINl��IGE-Pu�#1e�21�g �tlU `�exas CR. (Lawrsr I,iru� �w4t) Fr,u7 W#��74781Q� klnl[esi St�+� �n�Ald; fhiSFurchselnpf�aspsm6as�faci+avrlMa�seergav tJngc 9F una ,.-.-.._.�SL_ TrLidid�dVllmHleinienoncaeod'RHW7i�(tVgl - L,�v�u+�e f�e�tifi6tlM �f+xF44'�'�u'� B�urSy� iC9GAs1 J�or rals (1 �� G Ov�; inr�.�lt�9 �Ao-W Ifi � �of��Raou Bpubm�ty t$1� f� o�scrlL��`_�.. - c?�+'_ i8rtll�furo �'iupoi-h�Ckl'��Wl. f2Al1k7ior �C%nliut"n5�,. 4�C.� C+�NJna� �HOJ}r�� ulK!- 4Nm1!l�in�Syolw�n {AJ� 85`.Etp*;. Ha�.ac� 44�Aar P?ar��,lindlolcr�lA:O�Cr$ACC:�w,��lp� 1C1p4�9R 1S811q�9Fi.aDi�{5 T �ak� ky,l ��I4�' � 0 �R��d Llire� 19 �Acec�l gm . ,__� V�I+:e6e ndli�,�rwKt��Nonancn.ond �tBpalr,�rrJu��opsd�kyhC71�Po9d�! 6fl0,U4 iic`ijWj�;ifi&ill ��' �,PI?Pf idUd (1 7al �'(�718� 4s���qi.^��t1�+�+P i7ii-R� �qulpmonlp Li�dt �Q 6'u f{�atrvfifl7��hqun9nAcdu�se�EnTard�A '�71X,7 � 7 i��o�a�uegue�,'rn.��►r� �Tm;a �,�; Intlud'msj Spef'.16`� � �nd Ltne- �7 un•'1,� u�prip� _ _ rwae HR ' __-"�+''� L.�f � —�� -4�li�.l� ---Tit�J ...--. MI� �Frle .. He� iiR .+�� ��J I f���� �pl�P+w ,,.,.__ _�In�: �. I � �� _�. . _.. --.� I t�r..�. � �� k __,�Ur�1P.ci�cR. ., �T�E , _ C.�'� .� L�� � n�e,eNAttnn'.. - - �11Y._._T4tnla --- _„-'UnuPrtcc �. T44n1 Wl«eI.PlipnmaP5��1+5Pa�oqHeir�"����r�. 1�CiA�� HR RnpulrAllQmTE�et�[9n44'11v.nl9r�sr.cln9 G7�+�?.-._.._ i (Inpu�PiaSt-EnQiFlupel�j#alraraefe� �/ce, � ��(.�'�— 41rr; 2z Rneerinll�n: �y iletb Alnkir�i.� t�.1nl ��9+.�'d�Ha��A■1os.8pnrs�� b16�9t1hp, et�1 �1�OU.C� t;� - _ .. _ � Ary, rnln [ea �'1 Fsn d�.7Y8� fnY?�Wdn� '�,� �a�{e1b � �M-i2qod E�ulpme?Ap t '��+�` I �� 4fm�a: Z� P��`�4feL+llL . ..C��r. 17n1E �1nAIP uo _. �_�d 1Nhacf�3sr�augFlutF�it2nlo(1t8n&+3upr ��CUk'0 iiii I= int�Ci�Q�purI�W6�L���4piAF-�441pmonl? f �� � i ' /��'1 _J L _ LIMr; $A ���.Ri�jn�l — — .!4RM .. ll._ h�i._ . , .�--- - - ... � --�— V4�rir69Mel�lAltlr�►t.snotl€t�rtlouilNl.�lwr �,a,oa— H� _ r'uno (�'�wr d 4ua, InW�nq 5anr�h�� �� �+ QR�1�R �qulpmflni� I � �t� � J ' " !7� +�'� � 47'9 :i��]Oti'J•lea++s' E]ufy ft�Rair er i Ssnvtee� ��8d* `�-i��62 Vendor Services Agreemenf Page 22 of 26 Southwest Intaniational Trucks, Inc. �XHIBIT B PAYMENT SCHEDULE �fa���' ��� �'����������I� ��r� — - ---��— �� i�ww��; pu��ie���r�•��ra�e�. r =_�- - _-ii i a - �' � �tn1 I��tl I�arul4.i - _ ' , �J. �__ - 1L�Ni �pl�ma � ��lia �!C_Si,�,�c[v.tfl�ll..iilrli- --. SII�hYE1��4� �i,�`i�`��Ofi�lt�1 Flhlf+►VCf�41-CulAtdAC�EMENf �i3V�G�S ��:E1.� �u"�_ae,oe_�c_x?T_ i��r6�r��aF,.2�,:3n.� filhtAdVCE•PU1�t�i�g 24GT+ri�s �k �L�ar Le+rel� &auUii rro�t �YarU, TS� ra10� u+�� s��s �.w�ll: ��1SPur+�`rs�nt�Eioaf�a����ue���e,s�o�,r 4�sina �S : xx-f�� Imtt _._,_.S�llM.1� -��1� �i d4fi[Kw•�l�ri ` E�"'s�5wi'W�P a touGdlQ HFx � � rra��nb�r�ntyHuu�+il��nrF��lotiTnnacwar_ f ��,� �+�,� �ncludln9 $�Ao�Ely i OIFRaetl �J�V'J LI116; ��fi� � Unit Ainl95�Fc� t�l� �C�iiRPltt4{*� �.Pe�id4F -- �= �M�araca,��.us�P�:�� �oa.o� ��. �uohrMan� up I'�r�nto� �t�r� �9ua,ao-'f� �,� ,r� ,rAa� Q�id 05ffb�J" C 81iiL E7Edmpt6:.� x1�' � r 9P5; 'Llr��: �7 ��peaillY�ie. . . __ �.���. -- 1�NnPdo2,-- . � 'Hc�w aaa:rser,�u' �#�t�msnif�F�Py � ry�} r � ,,,,, — �tfd�i'CiNF�8R��04-m�4:�C�' iIB�44 � I �t/dd� � 1'h8� Ri�x'88� qN91i8�Gf1i1G IlDU! l k� � IJnu= �iY Lf�ilPrios- �1'bh:7 d ��A-. ..- _ L119' I]li�l _... � H4na� �bs8�tl�3sRi(�7A�iFmBnl filEa'Cqum �A7U }kR � -- 1 ,��� FYk�ayr u1 v:3t pm • hland�s' St �4 smp �la� Iuutaneereet�urd�ruftl�aFxwa �rv�f i �n� �� om,eN nn: _ Allae 3ic��rs . I�fl�. G+I oin.9;9� �:m �;� ao r mR� st�tiuu�y�:�.a �fiiale; �¢aurm I�+1�� �wekx� __ �{�y 13n11 'Id7b.GJ Hf� i� .0�4 �-T�HR UnllP+l't3 —, �d�..--_'.- �1�� C�3 �j�.��. . _.— —� � •— �3�.� r�l.� — . /l�7: c� I ��_��� , 7o�1'q101�nGSlt�1; '�r{�f� ��' - A b'.!! c+�'�'(�$vAl�tia in[alG�elOd by 11�e C� te e ruo�[ii6r�m{ir40� iorn cnd' Ihd Cll�+es� MEAxpaa� lo pay ►or ihel3�Ytt. h�r'Q: s�'ha $+�r ec�eu �panee {6D�'�4� 4�n$� wlU 4� Enler�r.�6ti ��9a �y tl�a11t� {ff1'�t�� doe6 rxA wlsh 4a �'1d on tlici F9�'n. B� adF+bail. n'�cr ���rtn6 rcepeMB f�iily D@ l�+'af�ol�ee nuit�reBj�0i19t� r�i5r�`r�v:�t{n dhuv�ellBtaliqR oE lhiEBL�i 179 2��17 HooW g�V �37oft 9Yt� ;4t:Hrsos �sse� c[ S2 Vendor Services Agreement Page 23 of 26 5outhwest International Trucks, Inc. EXHIBIT C CZTY'S RFP No. 22-OUl� �"RFP No. 22-OOI7, Pages Follow) Vendor Sarvices Agreemenf Page 24 of Z6 5outhwest International Trucks, Inc. FORT VVOR'I'H� ����R ���� Invite.d: PUBLIC EVENT 1��TA1L5 Submit To: City of Fart Worth FINANCIAL MANACEMENT SERVICES FWANCE - Purchasing 200 7exas St, (Lower Level, South) Fort Worth TX 76102 United Staies Emai1: FMSPurchasingResponses@fortworthtexas.go� i�venfi �escriptian Th� City of Fart Worth (Gity) seeks bids ta finalize an annual agreement with multiple �endars for repair services for City owned hea�y duty vehicles and equipment and to establish an Annual Agreement ta pro�ide Original Equi ment Manufacturer (OEM) Authorized Ser+r�ce Facilities for the Properfy Management Department �PMD) an an as needed as specifisd in this lnvitation to Bid (ITB.) ierms & Gonditians All companieslindividuals wishing to do business with the Cit�r of Fort Worth must register as a Bidder on the PevpleSoft Supplier PortaL Please �isit https:llwww.fortworthtexas,govldepartmentslfinancelpu�chasinglregisker fpr more information, Assigned Buyer: Ashley Kadva Ther� wifl be a pre-proposal conference held on December 23, 2�21 at 2:00 PM Locatian: City Hall 2D0 Texas St Room 380, 3rd Floar Fort Worih, Texas 761 a2 Bids are solicited for furnishing the merchandise, supplies, services andlor equipment as set forth in this solicitation. Completed Bids including one executed ariginal and one USB fiash dri�e containing electronic versions of all bid docum�nts must �e recei�ed in the Purchasing Division by 1:30 P.M., December 16, 2021, and then publicly opened and read aloud af 2:OD P M. in the Cauncil Chambers. Bids must be submitEed in a sealed envelope WITH THE BID NtJMBER WF21"i-TEN ON THE OUTSID� OF THE E�IVELOPE, addressed to the Purchasing Manager. YOUR Slp MUST B� RECEfVEp BY THE PURC}iA51NG OFFICE A1�iD 71ME STAMP�D PRIOR TO 7HE 'f:30 DEAbLINE IN ORl]ER TO BE CONSIDERED. Bids shall ba mailed or hand deli�ered ta the following address: City of Fprt Worth, Purchasing i3ivision, Lower l.e�el, City Hall, 200 Texas Street, Fort Worth, Texas 76102 Bids deli�erec4 by special cour9er (i.e. Federal Express, 5p�cisl Delivery etc.) are ta be marked on the outside af the courier's shipping envelope "BID No. 22-0�97, ITB - Heavy Duty Repair and Service" AND M135T BE RECENEQ BY THE PURCHAS{IVG OFFICEAN� TIME STAMPED PFtIOR TO 7HE 1:30 DEAL7LWE IN ORQER TO B� CONSI�ERED. Late bids will be returned or destroyecl; they will nat be opened nor considered in the evaluation of the bid. Bids may be withdrawn at any time prior to the official opening. Bids may not be altered, am�nded or withdrawn after the offiaal opening. The unders�gned agrees, if the bid is accepted, to furnish any and all items upon which prices are offered, at the price(s) and upon the ierms, conditions and scopelspecifications contained in this document. 7he period far acceptance nf this bid will be 120 calendar days aiter the bid opening date. Solicitation �ocuments: 1.) Cover Page 2.) Bid Submiss�on Signature Page** 3.) Bid 5oficitation*' �4,) Part'f - {nstructions 5.) Pari 2 5cope of Servicesl5pecifications 6.) Attachment A- Conflict of Interest Disclosure Requirement�'" 7.) Attaohment B- Vendor's Contact lnformation S.) Attachment C- Consideration of Location of Bidder's Principal Place of Business`'*( if applicable) S.) Attachmen� D- Reference Sheet 9.) At�ack�mer+t E- Detailed Scape of Services 9.) Attachment F- Draft Se.rvices Agreement, attached as a separate documen# **Required to be completed and submitted. 5ee Sec�ian 142, Part 1 far a11 requir�d dncuments that neeci to t�e submitted. Failure to submit all iiems will be grounds for rejection of a bid as nan�responsive to the specifications. 1TB 22-0017 Heavy Duty Repair and Seroices Paga 1 af 52 FORT WORTH� ��entlD cEwo�-a ��ent Ro E�ent Name Start Time ��� ����d����� �I������� ���� Page � In�ited: PUBLIC EVENT DETAILS Finish Ztme Suhmit To: City of Fort Warth o� D6 zazz i3 :30:00 CST FINANCIAL MANAGEME�7 SERVICES FINANCE - Purchasing 200 Texas St. ([.ower Leval, South) Fort Worth TX 76102 United 5tates Email; FMSPurchasingResponses@fortworthtexas,gov The undersigned, hy hisltter signafure, represents that helsh�; is submitting a binding ofter and is authorized to bind the respondent to fully eomp[y with fha salicitafion document contalned hereiR. The Respondent, by s�6mitting and signing belaw, acknowledges that helshe has received and read t�e entire dpcument packet sections deiined abpve including al! dn�uments incorporated by reference, and agrees fo be bound by the terms therein. Legal Company Name: Company Address: Ciiy, 5tate, Zip: Vendor Registration No. Printed Name of O�cer or/luihorized Representative� Title: 5ignature of Officer orAufhorized Representafive: Daie; Email Address: Phone Number: Federal Identifieat€pn Number (FID): Will agreement be available for Cooperative Agreement use? Yes �fo ITB 22-OOi7 Heavy Duty Repalr and 5ervices Page 2 af S2 Fox�c Wox�rH� Version Event 117 c�wn�.-zz-o� �ventRound E�ent I�ame 5tart Time 1B./15/20: �I� ���ICIT�TI�R� Finish 2 13 Page ln�ites{: PUBLIC EVENT DETAILS Submit To: City af Fort Worth FINANCIAL MANAGEMENT FINANCE - Purchasi�g 2b4 7exas St. (Lower Le�el, Fort Worth TX 76102 United States SERVICES South) Email: FMSPurchasingResponses@fortworthtexas.go� Line: 1 �escri tion: Q Unit UnitPrice Totai DiagnosticlE�aluatinn F'ee 10Q0.00 EA l.ine: 2 bescriptinn: Qt Unit lInitPrice Total Shop Hourly Rate, Man-Fri 7:00 am -9:30 pm 4000.U0 HR _ Line: 3 Descriptlon: Qty Unit UnitPrice 7atal Houriy Field Rate, Mon-Fri 7:00 am -9:30 pm a000.00 HR [.i ne: 4 Uescription: QtV Unit Unit�rice Total Transportation Fee (Pick-up & Delivery 200,D4 �A Inc�usive) If appl9cable, Round Trip tine: 5 �escriptlon: Qty Unit UnitPrice Total _ _ Drivetfain and Transmission Repairs Driuetrain (Clutch Assembly, Flywheel, etc} 1 DU8.00 HR Non-Warra.n#y houriy labor rate (1 Ton & Over; Including Specialiy & Off Road Equipment) Llne: 6 17escrlption: (�tY Unit UnitPrice Total Transmission (Main, Transfer Case, Chaln and Final Drives.) Nen-1FVarranty haurly labor rate 1000.OD HR (1 Ton & Over; Including Specialfy & Off Raad Equipmenl} Line: 7 Oescri tion: Qf Unit Unitprice Tatal Engine Repairs EngineAnalysis Non-Warranly 1000.0� HR hourly labor rate (1 Ton & �ver; lncluding �� 5pecialty 8� dff-Road Equipment) Lfne: 8 Eleatrical (AlternatorlGenerator, Battery, Ignition, Lights, etc) Non-Warranry hourly labar rate (1 Ton & qver; Including Specialty & Off-Road Equipment) 900.OU FiR lT8 22-OD17 Heavy bury Repalr and 5erviees Page 3 of 52 �'oR��No��rx� Event fD CFW01-22-01 E�entRound 1 E�ent Name ITB Hea�lv I Start Tlme Verslon a:oo �I� ��LICni�o�O�R� Invited: PiJBLIG EVENT DETAILS Time 5ubmit To: Ciiy of Fort 1North /zazz 13;3Q:00 CST FINANCIALMANAGEMENTSERVICES F[NANGE - Purchasing 2D0 Texas St, (Lower Level, South) Fort Wolth 7X 7fi102 United 5tat�s �mail: FMSPurchasingResponses@forfworthtexas.go� �fne: 9 Descri tion: Qt [Jnit UnitPrice Tota! Power Plant (Engine, Belts, Heads, Intake, Rebuilding, eic.) Nan-Warranty hourly labor Ba0A0 HR rate {1 Ton & Ouer; Including Specialiy & Off-Road Equfpment) Line: 10 E]escri tinn: i Unit lJnitPrice Total Exhaust and Emissions Repairs to include DPF' and SCR Cleaning -�xhaust 5ystem Maintenance and Repair Non-Warrar�ty hourly labor rate (1 8DO.Od HR 7on & Over; Including Specialiy & Off-Road Equipmenf} Line: 11 Descrl tfon: Q Unit UnitPrice Totaf Fuel System Ma[nterlance and Repair 60a.aD HR — Non-Warranty houriy labor rate (1 Ton & pver; lncluding 5peciatty & �ff-Road Equipment) Line: 12 �escri tion: Qt Unit UnitPrice 7atal General Vehicle Repair (Spring, Misc.) Automobile and Other Passenger Vehicles Maintenance (Not Ofherwise Classified) 2000.00 HR Non-Warraniy haurly labor rate (9 Ton & Over; � Including 5pecialiy & Off Road Equipment) Line: 13 Descr7 tion: Qt Unit UnitPrice Totaf Custamlzing 5ervices, Ve�icle {Including Armoring of Vehicles, Handicapped and Van Conversians, etc) Non-Warranty hourly labor 20a.Op HR rate (1 Ton 8� pver; Inc[uding 5peclalty & dff-Raad Equiprr[ent} Line: 14 deseri tlon: Q Unit UnitPrfce 7otal General Maintenance and Repair, Vehic�e (Not Otherwise Cfasslfied} to Incl�de Oil Changes, 24D0.00 HR Lubrication, etc (1 Ton & Ov�r; Including �� �� 5pecialty 8� Off-Road Equipment) Llne: 15 nescri tion: Qt Unit UnitPrice Total Autan'�otive Machine Shop Services Non-Warraniy 400.OQ HR Hourly Labor Rate (1 TnR & Over; Including Specialty & Off-Road Equipment) Line: 96 �escri tivn; Q Unit UnitPrice Total Trailer Maintenance and Repair (Not Otherwise Classiiied) Non-Warranty hourly labor rate (1 700.00 HR 7'on & Over; Including Specialty & Off-Road �quipmeni) IT8 22-0017 Heavy I�uty Repair and SerViaes Page 4 of 52 FORT WDRTH� In�ited: PUBI.IC EVENT DETAILS 5ubmit To: City of Fori Worth �lNANCIAL MANAGEMENT FINAI�iCE - Pu�chasing 20� Texas St. (Lower Le�e1, Fort Worth TX 76102 United 5tates SERVICES Souih) Email: FMSPurchasingResponses@forfwarthtexas.gov Line: 17 �escription: QtY llnit UnikPrice _ Total Truck and Van Maintenance and Repair (Nol Qthervvise Classified) Non-Warranty hourly 95d0.00 HR labor rate {1 i'on & Over, lncluding 5pecialty & Off-Road Equipment) Llne: 18 Descriptian• Wtv _ Unit UnttPrice Total Temperature Repair-AIC, Heater, Radiator, Ventiiation, etc. Cnafing, Heating, and Venlilating 5ystem (AiC System, lioses, Water Pump, Radiator, Heafer & Accessorles, 10Q4.00 HR Ventilalion, etc} (1 Ton & Over; Including Specialty $� Off-Road Equipmenf) Line: 19 Descri tion: Linit UnitPrice Tofa� Vehicle Radia, 5peakers, Maintenance and Repair, including specialty & Off-Ftoad 500.00 HR �quipment Hourly Labor Rake (1 Ton & Over; Including Specialty & Off-Road Equipment) Line; 20 Descri tion: Q Unit UnitPrlce Total RetrofiEting Vehicles to Reduce Emissions 8� 740.OD HR Improve Rir Quality flat rate fee {1 Ton & pvef; Including 5peclalty & Dff-Road — l.ine: 21 Description: Qiv Unit _ UnitPrice Total INt+ee1, Alignment, 5uspension, Rear End, Etc. 1200.00 HR Repair Alignmenl and Wheel 8alancing (Including Front-End Repair) flat ratefee Line: 22 ��� SOL�CITAiI�N Suspension (Axles, Springs, Stearing, etc) 1204.�0 HR flat raie fas (1 Ton & Over; Including Speclalty & Off-Road Equiprnen#) Line; 23 DescrP tlan: (� lJnit UnitPrlce Total Wheel Balancing Flat Fee Rate (1 Ton & Over; 1244.00 HR lncluding 5pecialty & 4ff-Road Equ€pmsnl) L9ne: 24 Descrl tion: Qt Unk UnfitPrice Tatal Wheel Maintenance and Repair Hourly Lab.or 4DD.40 HI� Rate (1 Ton & Over; Including 5pecialty & Off-Rnad Equipment) — Il'B 22-0017 Heavy l�uiy Repair and Servlces Page 5 of 52 FORT WpRTH� E�ent1D c�wai-zz--oi EventRound � Event Name ITa Heav I 3tart Time i2/i.Slaozi l.ine: 25 Verslan Non-VWarranfy Hour�y Lapor Rate (1 Ton 8� pver; Including Speciaity & Off-F2aad Equipmenf) ��� �����0������ In�ited: PUBL[C EVENT DETAILS Time 5ubmit To: Ci#y of �or# Worth �2Q22 �3 :30: UO CST FlNANCIAL MANAGEMENT SERVICES FfNANCE - Purchasing 200 7exas St. (Lawer Level, 5ouft�) Fort Worth TX 76102 United S#ates OOO.DQ EmaiL• FMSPurchasingResponses@fortworthtexas.gov LI ne: 2fi Dascrf tion: Qt Unit Unitprice Total Parts- Cost Plus (+) percent of 'Ncanufacturers Llst Price' 30�.D0 EA (Apply Mark Up Percentage Bid to $3D0.00 To - Obtain Gorrect Surrt, �xample: 30D x1 d% = 30; Lfne: 27 Hase Repairs andlor Replacement {Manday - 33fi,00 Friday heiween 7:30 a.m.— 9:3Q p.m)Billed to the nearesf quarter pf the hour Llne: 28 �escri tion: Qt Unft Uroltprice Tatal Hos� Repairs and/or Replacement (After hours 336.00 HR Friday at 9;31 pm - Monday at 6:59 am) Biiled to the nearesl quarter of the hour Line: 29 Descr�— �� Un7t UnitPNce 7'otaf After Hnurs Field Rate, Man-Fri 7;00 am -9:30 1475A0 HR pm Line: 30 Shap Hourly Labor Rafe, Holidays, Weekends Total BidAmount: A bid of "0" (zero) will be interpreted by the City as a no-cfiarge {free) item and the Cfty will not expect to pay for ihat Ifem. A hid of "no bid" or na response {space left blankJ will be interpreted py the City that ihe Offeror does not wish to bid on t�af item. 8e advised, a"no bid" or no response may pe considered as nor�-responsive and may result in disqualifica#lan of the 6id. 9 475. p0 lTB 22-QD17 Heavy �uty f2epair and 5ervices Page 6 of 52 PART - 'f [NSTFiUCYlOfVS 1.0 SOLICIiA`CION 1.1 Review of Documents: Bidders are expected to examine all documents that make up the Solicitation as w�ll as any addendums. Bidders shall prompily notify the City of any orrsission, ambiguity, inconsistency or error that they may discover upon examination of khe Solicitation by ti�e cEeadline for questians listed in Section 2.0, Part 2. The City assumes na responsibili#y for any errors or misrepresenta#ions ihak result frorn Bidders nat using the cornpketed Solicitation document and addendums. 1.2 Location of Dncuments: Solicitations are issued by the F'urchasing Di�ision. The I�cation for the Purchasing Division are specified in tf�e ad�er#isement and on the first page of the solicitation. 2.Q EXPLANATfONS, CLARIFICATIOIVS OR Q11�5TIONS 2,1 Any explanatian, clarification, or question desir�d by a Bidder regarding any part of the Solicitafian must be requested in writing fram the Purchasing Di�isian by the question deadline listed in Section 2.0, Rart 2, so that a written addendum can be posfed before the subm�ssion dead{ine. Interpretations, corrections, or changes fo the 5olicitation made in any ather manner are not binding upon the Ciky, and Bidders shall nofi rely upon such interpretations, corrections or changes. Ora1 explanations or instructions given before the award ofi the Contract are not binding. 22 IN ORDER FOR QUESTIONS TO BE ANSWER�D, ALt QU�STIONS M115T BE HAND pELiV�RED OR SENT BY E-MAIL BEF�RE THE QUESTiON DEADL[NE AND MUS7 BE lDENTIF'I�D AS FOLLOWS: 2.2.1 All explanation, clarification ar questions must clearly identify the buyer's name and the bid nur�nber on #he document or on the subject line, if sent by and email. For example: "Attenfion: Buyer name and Sid No. XX-XXX". lf the buver's nam� and bid number is not inc�uded as sQecified above, the questionfsl will I�Oi 6e answered. 2,2.2 Deli�ery of questions 6y: 2.2.2.1 Hand Delivery — Fork Worth City Ha11, Purchasing Division, Lower Level, 200 Texas Stree#, Fort Warth Texas, 7fi1 Q2. 2.2.2.2 Via �mail — �MSpurchasingRespansesC?far#worthtexas,_qov_ 2.2.2.2.1 Please nate, if an e-mail confirming receipt of yaur e-mai! is not received within �(one} business day, please contact the City of Fart Wnrth Purchasing at 817-392-2462. 2,3 Interpretations, corrections, ar changes to the Solicitation made in any other manner are not binding upon the City, and Bidders shall nat rely upon such inferpretations, corrections or change�. Oral explanations or instructions gi�en before the award of the Confract are nof binding. 2.4 Any material information given to �ne Bidder concerning a Solicitatian will be furnished by an AeEdendum posted on the City's website under the corresponding bid number. 3.0 UNAUiHOCtIZ�D COMMUNICATIONS — Bidders' eontact regarding this [nvikation to Bid (ITB) with employees or affic9als of the City other than the I'urchasing Manager, the Business Equity Di�ision, or as otherwise indicated in the ITB is prohibifed and may result in disqualification from this procurement �rocess. No officer, employee, agent or rePreseniative of th� Respondent shall ha�e any contact or ITB 22-0417 Hea�y Duty Repalr and 5ervices Page 7 of 52 discussion, �erbal or writter�, with any members of the City Council, GiEy staff or City's consultanfs, or d'[rectly or indirectly through others, seek to influence any City Council member, Ci#y staff, ar City's consultants regarding any matters pertaining to this solicitation, except as herein provided. Any violation of this prohibition may resulk in the Respondent being disqualified fram the proc�rernent process, Any oral communicatio�s are cansidered unofficial and non-binding with regard to this ITB. 4,0 PR�BID CONFERENCE — A pre-bid conference and site visit will be held at 3:fl0 PM, Thursday, Recember 23, 2021 at City Hall, 200 Texas Sfireet, Raom 380, Fort Worth, TX 76102. Faifure to attend the pre-bid conference will impact a potential Vendor's a�ility to submit a fully informed and cornpetitive bid response. To join the Pre-bid Via Webex, please see Ca�er Page for details. 5.� PREPARATION OF �I�S �.1 Each Bidder must fumish all information required by the Solicitation in order to be evaluated.. Prices ar Percent Mar�Cuns suhmitted on ather than the forms included in the Sol➢cftation shalf be considered non-respansive. 5.2 Any attempt to alter the wording [n the Solicitation is �neffective and wil� result in rejection of the Bid. 6.0 QUANTIYES - The quantities listed nn the bid solicitation are only estimates based an previous usage and do not indicate intant to purchase or a guarantee of futuTe busir�ess. 7he City of Fort Worth is abliga#ed to pay fnr on�y those materials and seTvices actualfy ordered by an authorized City employee and then received as required and accepted by khe City. 7.0 TAXES - purchases of Goods or Services far City use are usually exempt from City, State, and mosfi Federal Taxes. Bids may not include exempted taxes. The successfuf Bidder should request a Tax Exemption Certificate from the Purchasing �ivisian. Under no circumstances shall the G�iy be liable to pay taxes far which the City has an exemption under any Contract. 8.0 [}EF![VITIONS 8.1 Brand Name or �qual: If the Solicitation indicates brand name or "equal" products are acceptable, th� Bidder may offer an "equal" product and must be prepar�d to demonstrate those features that render it �qual. Final determination of a product as "equal" remains wfth the City. 8.2 beli�ery iime: Deli�ery tirr�e, if stated as a n�mber of days, will 6e based on calendar days. Time is of the essence in any City purchase, lf the indicated date cannot be met or the date is not indicated, the Bid�er shalE state its best delivery time. 8.3 Free on Board (FQB} Point: Freight Terms shall be FOB Destinaiion, Freight Prepaid and Allowed. This means the Vendar or Shipper owns goods in transit and is liable for deli�ery to the paint of destination. 8.3.1 The Vendor or Shipper is responsible for fifing any claims with the delivering carrier for breakage or other loss and for any damage resulting from transportation. 8.3.2 The Bidder should quote its lowest and best price, with the goods delivered to the place specified, at the Bidder's expense and risk, and their #ender delivery to the City. 8.3.3 Bids offerin an other de�iver terms are not acce table and ma be cause for re�ection. 9.Q �RIC�5IPERCENiAG� MARKUP 9.1 Bid prices and percentage markup (if applicable) shall be firrn affers unless otherwise specified. Pricing and percentage markup (if ap�licabfe) shall be entered an ti�e �id OfFer Sheet. 9.2 In the e�ent of a discrepancy between unit price and extended price, tne unit pric� s�all go�ern, IT8 22-0017 Heavy Duty Repair and Serviccs Page 8 of 52 9.3 Prices shall be affered i� the Doflars of the United 5tates of America (or decimal fractions thereof}. 10.0 SIGI�� A7 UR� - The Bidder must provide a wet signature on each t{ocument in the Soliciiation requiring a signature. Any change made to the Bid must be initEa��d by the 69dcler. 11.p PROPRIETARY iNFORMATION SIIL�MITT�� iN TH� BID 11.1 All material submitted to fhe City becomes public praperty and is subjecf ta the i'exas Open Records acfi upon receipt. 11.1.1 If a Bidder cioes noi desire propri�tary info�'matian in the bid ta be disclosed, each page must be identified and marked proprietary at time of subrriittal, ihe City wilf, to the extent allawed by law, endeavor to protect such 9nformation fram disclosure. If a Public lnformation Request is made fior Bidder's proprietary information, the Bidder will be notified so that they can submit a letter to the Texas Attorney General, The final decision as to information that must be disclosed lies with the Texas Attorney GeneraL 11.1,2 Failure to identify proprietary information will resu{# in all unmarked seciions being deemed non-proprietary and available upon public request. 12,0 gID PF��PARA710N COSYS - Al! �osts assaciated with preparing a Bid in response to a 5olicitation shall be borne by the Bidder. 13.0 PAY� 13.1 All payment terms shall be "IVet 3q Days" from the dake ihe City reeeives a cor�ect invaice. 13.2 Successful bidders are encouraged to register for dir�ct deposit payments prior to providing goods andlor services using the forms posted on the City's website at https:llwww.fartworthtexas. qovldepartmentsl#ina n celpu rchasinqlach 1�.0 SUBMISSION 4� �SDS 14.1 Bidders sha11 submit the following items with their bid: 14.2 A completed and signed origina� Bid 5ubmissinn 5ignature page; 14.3 A completed Bid Solicitation. '14.4 5igned Addend�am(s) acknowledging receipt. 14.5 All items listed in Section 14.0, Bidders Q�alifications; Part 2 14,6 A completed and signed ariginal Conflict of Interest Questian�aire, Attachment A; 14.7 A completed Consideration af Lacation of �idder's Principal Place of Business, Attachment B, if applieable; 14.8 A campleted Bidder's Contact Information Farm, Attachment C; 14.9 A completed Bicider's Qualificatian Questiannaire, AttaChment D; 14.�0 A completed Business Equi�y Utiiization Form, Attachment G; 14.10.1 The Lefter of Intent (Only if the Prime Vendor submits a good fai�h effort). Atkachment H; I7B 22-0017 Heavy Duty Repair and Services Page 9 of 52 14.T 9 Qocumentation and certifications n�cessary to perfarm work on City vehicles and equipment. This includes af[ ceriificatians, such as the National Institute forAutamotive Service Excellence (ASE) or Manufacturer required training, which quafifies ihe vendor to perForm said woric. 14.12 List of materials, tools and equipment necessary to perFarm repairs #o city vehicles and eq�ipment. 14.13 Scanned capy of afl documents listed in paragraph 1A.'f in flash dri�e, 14.'�4 Documentation showing company has been in the market place for a minimum of tvuo years (i.e. Secretary of State). 14,95 Bidder shall pro�ide a minirrtum of three (3) references from projects similar in nature, size and scnpe completed or undertake in the pasf three years. Letters shall include the following items. 14.15.T.4 Company letterhead, inc�uding contact information. 14.15.1.2 Number of years working with Firrr�. �4.15,1.3 Brief explanation of customer's satisfaction and recarnmehdatiar� af Firm. Please provide a rating of 1-5. One (1) being unlikely to r�eommend and unsatisfied, and five (5) being highly satisfied an� highly recommended. 14.15,1.4 8rief explanafiion on likeliness to wark wfth Firm again. One ('!) being unlikely to cor�tinue to use Firm and five (5) highly likely to use F'irm again, 14.2 Any ather document included in the Solicitafion requiring compleiion or execution by the 8idder. 14,3 Failure to submit all the items iisted in Section 14.2, Part 9 will be grounds for rejection of a bid as non-responsive ta the specifications 15.0 LAT�, BIpS '15.1 Bids must be recei�ed in the Rurchasing Division �rior to the bid submission deadline. Afl Bids received after the submissian deadline are considered late and will be returned to the Bidder unopened. 15.2 Purchasing's time sfamp clock is the official time of record. Hawe�er, if the time stamp is not available or broken, the date and time written on the bid receipt by Purchasing staff shall he th� time af record. 15.3 It is the sflle responsibility of the Bidder to ensure timely delivery of the Bid to the PurcMasing Di�ision. The Ciiy will not be responsible for failure of service on the parE of the U.S. Postal Office, courier companies, or any other form of delivery senrice chosen by tf�e Bidder ta deliver before the bid due date and tim�. 15.A� Bids deli�ered to a City location other than the Rurchasing Division will not be considered. 7he Bid must be received by the purchasing Division and stamped before deadline to be considered. 16.0 MQD1FiCATION OR WITHDRAWAL OF Bli]5 16.1 Modification of Bids: Bids may be modified in writing at any time prior to fihe bid submission deadlir�e. �62 Withdrawai af �ids: Bids may �e witf�drawn in writing, ar by facsimile (provided that the facsimile is signed by the Bidder) at any time priar to the bid submission deadline. A Bid may afso be withdrawn in persan by a BiddEr, provided the withdrawal is made prior to the bid submission deadline. A receipt of withdrawa! must be signed by the Bidder. R!o Bids may be ITB 22-Op17 Heavy Duty Repair and Services Page 1 d af 52 withdrawn after the bid submission deadline without forFeiture of the Bicf guarantee, unless there is a mater9al error in the Bid. Withdrawn Bids may be resubmitted, with ar withaut modificatians, prior to khe bid submissien deadline. The City may require proof of ageney from the person withdrawing a bid. 17.0 OPENING OF BIDS 7he Purchasing Di�ision representative responsible far oper�ing Bids shall personally and publicly open all Bicis timely received, reading each bid aloud. 18.D �VALUAYION FACTORS AND AWARD 18.� �waluation: Bidders may furnish pr�cing for a!I or any poriion of the 5olicitation (unless otherwise specified}. Howe�er, the City may e�aluate and award #he Contract for any i�em or group of items shown on the 5olicikation, or any combination deemed rnost advantageous to the City. Bids that speciiy an "all or none" award may be considered if a single award is atfvantageaus. 18.2 Award. The Method of Award is detaifed in 5ection 4, Part 2. (Note: A Bidder that does not earn at least 50% of the t�chnica! points will be deem "nan-responsive" and will not be awarded a conk�act.) 18.3 Acceptance and Award of �id: Acc�ptance and award of a Bid will be in the form of a Purchase Order or a Contract. Subsequent Purchase Drcfers may be issued as appropria#e. The contents af a Bid Response shall become a part of #he Cor�tract. lJnder no circumstances will t�e City be responsibfe for Goods or Services pro�ided withaut a Purchase Order issued by the City. 19.0 RESERVA�'IONS - Th� City expressly reserves the right to: �9.1 Specify approximate quantifies in #he Solicitation; 19.2 Extand the 5olicitation apening date and time; '19.3 Consider and accept alternate Bids, if specified �n the Solicitation, when most ad�ar�tageo�s to the City; 19.4 Wai�e as an informality, minor de�iations from s�ecifications provided they do not af�ect competition or result in functionally unacceptable goods ar services; 19.5 Wai�e any minor informality in any Bid or Solicftation procedure (a minor informali�y is one that does not af€ect the competitiveness of the Bidder}; 19.6 Add additiona{ terms or modify existing terms in the Sa{icitation before the bid submission deadline; 19.7 R�ject a bid because af unbalanced unii prices bid; 99.8 Reject or cance! any or all Bids; 19.9 Reissue a Solicitafion; 19.1 Q Procure any item by other means; andlor 19.11 Award to muitiple �endars on a non-exciusi�e award basis, or primary and secondary vendors. ITB 22-0017 Heavy Duty Repair and Services Page 11 of 52 20.0 P05T-BID DOCUM�NTS REQUfRED FROiVP BIDDERS 20.'f Certificates of Insurance; When insurance is required, the successful Bidder rnust provide Certificates of Irosurance in the amounts and for the coverages required to the Purchasing Office vvi�hin '[4 calendar days after notification o€ award, or as otherwise required by the Solicitation. 20.2 Business �quity Di�ision Documenis: If a Business Equity goal has been established for the bid, fhe applicable docurnenis mwst be submitted by all bidd�rs wishing to continue in the bid e�aluation process within two (2) City business days after the bid apening date, exc�usive af the bid opening date, fo the City location specified in the bid. Bidders shall obtain a receip# from the appropria#e department as e�idence that #he City recei�ed the documentafion. 20.3 CertEficate of Interes�ed parties �orm 'I�95: If the Purchase Agreemeni musf be appro�ed by ihe City Council before execution, the successful bidder is req�ired to complete the Certifica#e of Interested Parties Form 1295 and submit the forrr� to the Purchasing contact iisted in the solicifation before the purchase/contract will be presented to the Ci#y CouneiL The farm may be completed at htt s:llwww.ethics.state.tx.uslwhatsnevvleff info fiarm1295.htm. 21.0 PROi�ST PROC�DURE 21.1 Vendors who respond to ln�i#ations to Bid have the right to protest the solicitatian process or the bid award if they believe that there has been any impropriefy or unfair criteria in th� process. 29.2 The Vendor mus# submit any protest in writing to the Purchasing Martag�r within 14 da.ys after the Vendor knows, or snould ha�e knawn, of the facts relating ta the praposed action or award. 21.3 7he Purchasing Man�ger, or designee, is authorized to resoi�e a protest concerning a purchasing action through telephone discussions, mail, e-mail or in person meetings with the protesting Vendor, 21.4 After discussions or rrt�etings, the Purchasing Manager or designee will issue a decision in writing, state the reasans far �he actio� taken and inform ti�e protesting Vendor of the right to review by a panel made up df City staff. 29,5 A City protest review panel will consist of an Assistant City Attorney, a re�r�sentative of the operating department, the Purchasing Manager and any o#her appropriate personnel or em�loyees of the aperating department. 21.� If #he panel is �nable to resafve the protest, or if the pane� ma�ces a d�cision with which the Vendor daes nat agree, the protesting Vendor will be invited to attend the City Council meeting at which the recornmended award is to be presented to the City Council and make knawn his/her concerns. The protesting Vendor will be instructed to arrive prior to the sfart of the City Council meeting and camplete a card requesting to speak concerning the particular Mayor and Council Communication document (M&C) in q�estion. 29,6.1 Vendars wishing to speak before the City Council s�auid review the rules for registering #o appear before City Council located af: htt :llforEworthtexas. ov/cit secre#a linfoldefauft.as x?id=2914 on the City's website, 22.0 CDOPEI�ATIVE Pl1RGHASiNG 22.1 Shoufd other governmental entities decide to participate in this contract, Bidder, shall indicate in their proposais whetner they agree that af[ terms, conditions, specification, and pricing would apply, 22.2 If the successful Bidder agrees to extend the resulting confraet to other governrnental entities, the following shall apply: Go�ernmental entities within utifizing Contracts with the City of Fort Wo�th shall be eligible, but nat obligated, to purchase material/services under this cantract(s) awarded ITB 22-0017 Heavy �uty Repair and Services Page 12 of 52 as a result of tl�is solicitatian. A{l purchases by governmental entiiies other than the City of Fort Wo�th shall be billed directly t4 that go�ernmental entity and paid by tha� governmenfal enfity. The City of Fort Worth shaH not be responsible for another go�ernmental entity's debts. Each gavernmental entity shall order its own mat�riallservices as needed. 23.0 RIGliT 70 INV�NTIONS MADE UND�R A CONTRACT OR AGR��MENT If the �ederal award meets the definitinn of funding eCFR — Code of Federal Regulations agreement" under 37 CFR §401,2 ta) and the r�cipient or sub recipient wishes to enter into a contract wikh a small business firm or nonprafit arganization regarding the substitution of par#ies, assignment or perfarmance of experimental, developrnental, or research work under ihat "funding agreement," the recipient or sub recipient must comply with the requirements of 37 CFR Part 4D1, "Rights to In�entions Made by Nanprofit Organizations and Sma11 Business Firms Uncier Government Grants, Contracts and Cooperative Agreements,u and any implementing regulations issued by the awarding agency. 24.4 ❑�BARMENT AND S115P�NSION Per Executive Orders �25�49 and 126$9, a contract award (see 2 CFR 180.220) shall not be made to parties listed on the government-�nride excl�sions in tf�e System far Award Management (SAM}, in accordance with the OMB guidelines at 2 C�R 180 that ir�plement Executive Drders 12549 (3 CFR part 1988 Comp., p. 18H) and 12689 (3 CFR part 1989 Comp., p. 235), "Debarment and Suspensian." SAM Exclusions contains the names of par�ies debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligihle under statutary ar r�gulatory authority other than �xecuti�e 4rder 125�F9, Z5.0 CLEAN AIFt ACT AND FEDERAL WA7ER F'OL,LIJTION CONTROL ACi 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 F�deral Water Poflukion Canirol Act as amended (33 U,S.C. 1251- 138i). Violations must be reported to tf�e Federal awarding agency and the Regional Office of the En�iranmenta{ Protectian Agency (EPA). 26.d BYRa A�VTI-LOB�YINC9 AMENDM�N7 31 U.S.C. 13�2 Vencior shali camply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 74D1-7671q} and the Federal Water Pollution Control Act as amendecf (33 U.S.C. 1251- 1387). Violatio�s must be repo�ted to the Federal swarding agency ancf the Regional Office af the Environmental F'rotection Agency (�PA}. 26.1 �irms t�at apply or bid for an award exce�ding $100,QOD.00 must file ihe required certification. Each iier certifies to the tier above that it will not and has not used Federal appropriated funds ta pay any persan or organization for influencing or attempting to influence an officer or emplayee of any agency, a mernber of Congress, officer or employee of Cong�ess, or an employee of a member of Congress in connection with abtaining ar�y Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any �ederal award. 5uch disclosures are fiorwarded from tier to tier up to the non-Federal award. 26.2 Bidders shall pro�ide proof of Byrd Anti-Lobbying Am�ndment cer�ification filings wikh their bid, if ihe bid exceeds $100,Oq0.00. 27.0 PRO�iB1TlON ON BOYCDYiING EN�RGY COMPANI�S Vendor acknowledges that in accordance with Chapter 2274 af the Texas Government Code, as acided by Acts 2021, 87ih Leg., R.S., S.B. 13, § 2, the City is prohibiied from entering into a contract for goods or services that has a valwe of $100,OOfl or more that is to be paid whally o� partly fram publie funds of the City wikh a company with 10 or more fvll-time employees unless the eontract contains a wrikten 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 I78 22-0017 Heavy Duly Repair and Services page 13 af 52 �he meaning ascribed to fihose terms by Chapter 2274 of the Texas Gov�rnment Code, as added by Acts 2021, 87th Leg., R.S,, S.B. 13, § 2. To the exten# khat Chapfier 2274 of the Gavernment Code is applicab�e ta this Agreement, by signing #his Agreement, Vendor certifies tha# Vendor's signature provides written verifica#ion to the City that Vendor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 28.Q PROHBITION ON D�SCf2�MINATION AGAII�ST FNREARi4fi AI�D AMMIJNfTION IN USTRIES Vendar ac�Cnowledges �hat except as otherwise pro�ided by Chapter 227A� of the Texas Governrnent Code, as added by Acts 2029, 87th Leg., R.S,, S.B. 19, § 1, the City is prohibited from entering into a contract for goods or services that has a �alue of $100,000 or rnore that is to be paid wholly or �arfly from public funds of the City with a company witf� 10 or more full-time errtployees unless the contract contains a written verification from the company tha# i#: (�} does not have a practice, palicy, guidance, or directive that discriminafies against a firearm entity or frearm trade association; and (2) will not discriminate during the term of fiha contrac� against a firearm entity or firearm trade association. The terms "discriminate," "firearm en#ity" and "firearm trade association° have the meaning ascribed to those terms by Chapter 2274 ofi the Texas Government Code, as added by Acts 2027, 87th Leg., R.S., S.B. 19, § 1. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by �igning this Agreemen#, Vendor certifies that Vendor's signature provides written �erification to the City that Vendor: (9) does not ha�e a practice, palicy, guidance, ar directi�� that discriminates against a firearm entity or firearm trade association; and (2} will not discr�mina#e against a firearm �ntity or firearm trade association during the term of this Agreement. I�'B 22-0017 Heavy ❑uty Repair and 5ervices Page 1a nf 52 PARi • 2 D�TAfLED SCOP� OF SERWICESlSPECIFICATIONS 1,0 2.0 SCOPE 1.1 The City of Fori Worth (City) seeks bids to finalize annual agreements with multiple vendors for repair services fnr City-owned heavy duty �ehicles, lawn, and mar9ne equipment and to establish an Annual Agreement to pro�ide Original Equipment Manufacturer (OEM) Authorized Service and Independent S�rvice Facilities Agreement for the Property Management Department (PMD) as specified in this In�itation to Bid (I7B.) 1.2 The successful bidder(s), known hereafter as "Contracfars"1"Contractors," wiff be responsible for Qerform hea�y duty �ehicle repairs and services for approximately 3,000 on road and 1,60� of- raad �ehicles and equipment. 1,3 7he Term af the agreement shall begin an tF�e date stated in ihe contract ("�ffecti�e Date) and shall expire one year from the eff�ctive dafe, unless terminated earlier in accordance with the provisions of this Agreement, This agreement may be renewed under the same terms and conditions for four (A} additional one-year periods, unless the Contractar provides the other party with notice af non-renewal at least 60 days before the expiration of the initial term or renewal period. 1.4 The Property Management Department (PMD) shaii utilize this Agreer�ent for serv�ce, repair, maintafi and purchase of parfs fior a �ariety of heavy duty vehicles, lawn, and marine equipm�nt and for a varieky of manufacturers in the City fleet on an as needed basis. 1.5 Following the award additional ser�ices of the same general category thaf couid have been encompassed in the award of this Agreement, and fhat are not already on ihe Agreement, may ba added based on the discount bid and price sheet provided with the bid. 1.S Unif prices shall include all costs associated with the specified work, including but not limited to handfing, deli�ery, fuel charges, fees and certifications fees. No additional chargas will be accepted or paid by the City. '{.7 AI! items supplied resulting from this bid shall be of recent production, unused, and suitable for their intended purpose. 1.8 The su.bmission of a bid by the bidder shafl be considered e�idence of compliance with these requirements. TENTATIVE SCHEDULE OF EVENTS ITB Release Date Pre-Bid Gonference qeadline for Questions Answers Qosted ITB Respor�ses Due qate AT 1:30 p.m. {Local December 15, 2021 qecember 23, 2021 3:00 PM December 27, 2021 at 5PM D�cember 31, 2021 January 6, 2022 ITB 22-0017 Heavy Duty Repair and Services Page 15 of 52 mrnended Vendor Selection r and Councii Consideration Cantract 2a�z �ebruar 2022 March 2a22 3.0 CNANGE IN COMPANY NAME �R OWNERSHIP - The Vendor shal� notify the City's purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updat�d City records, 7he presiden# of the company or authorized official rnust sign the letter. A letter indica#ing changes in a campany name or ovunership must be accampanied with supporting legal documentaiion such as an updated W-9, documents filed wikh the state intlica#ing sucf� change, copy of the board of director's resalution appro�ing the action, or an executed merger or acquisition agreement. Failure to do so may ad�ersely impact futvre invoice payments. 4.0 M�THOD 4F AWARb 4.1 Bids will first be evaluated based upon 6ids received from a responsible bidder that presents the best value to tl�e City. A responsibfe bidder is defined as a bidder that subrrmits a compfeted bid package within the stated deadline and in accardance with the bid specifications. 4.2 4.3 4.4 Bids that do nat recei�e 50%v or more of fhe total availabfe points, excluding th� points for price, wili be deemed non-respansiv�. The following crfteria wilf be Used to determine the best value: 4.3.9 4�.3.2 4.3.3 4.3.4 4.3.5 Cos# of service — �ap to 5Q points. Availability of reso�rces fo perform services, with qualitied personnel per section 5A — up ta 20 points. Contractor's qualification and certif�cation Per section 6.0 — up to 10 points. Experience working with governrrtenUsirnilar size organization — up to 1� points. Ability to mee# the Business �quity goal of 23%— up to 10 points, In order for the City ta recei�e adequate coverage on its requirements as specified in the salicitation, the City reser�es the right to make rrtultiple awards, 4.5 The City reserves the right to accept or reject in whole or in part any or alf bids received ana to make an award on the basis of indi�idual item, cot�bination of iterns, or overall bid, as it is deemed in the best interest af the City. The City aiso reserves tha right io rejec# the bid of a bidder who has pre�iously failed to perform properly or complete an time agreements of a s�milar nat�re. 4.6 The Cify reserves and shall be free to exercise #he right to evaluate bid in relation to pertormance record of bidder with the GiFy itself, anather municipal corporation of fike size, or private corporations during the pas# two-year period. Such precautions are deemed to be in the pUblic interest inasmueh as Vendor failure or inabiiity ta furnish items within the prescribed time can create emergency siivations and impose �nnec�ssary f�ardship an bath the City as a municipa! carporation and th� p�blic a# large. 4.7 The evaluation factors listed above wifl be applied in a comparative manner to all eligible, responsive bids. Award may be made without discussion with Bidders after bids are recei�ed. Bids should, therefore, be submitted an the mast favorable terms. 4.$ Consideration at Location of Bidder's Principal plac� of Business, At#achmen# g, if applicable; ITB 22-0017 Neavy �uty Repair and Services Aage i6 of 52 �4.8.1 if Attachment B. Local Preference is complsted by any bidder the City rNill review the Attachment fo cfetermine whether local preference will apply to the award. 4.9 Tha City also reserves the right io reject the bid flf a bidder who has pre�iously failed to perform properly ar complete on time agreements of a similar nature. 5.0 COlVTRACT�R REQUIREM�NTS IN ORDER FOR TH� 81D TO B� EVAtUATED 5.'l The Co�tracior shalL• 5.1.1 Haue a minimum of 2(two) years af experience conducting servic�s �imifar or related to the Scope of Services. 5.1.2 Have and operate a full-time, permanent business address with ihe ability t� be reached by emai! and telephone. 5.1.3 l7ocumentation and certifications necessary to perform work on Cify vehicles and equipment This 9ncludes ali certifications, such as the �fational Institute far Automotive 5ervice Excellence (ASE} ar Manufacturer required training, which qualifies the �endor to perform said work. 6.0 CON�RACTOR RESPON5IBILTIES 6.1 Contraetors shall provide pricing on parts and labor for the services and a list of brands pro�ided on the attached �id 5olicikation pages of this ITB. B.2 Contractor shall provide unit prices for listed items. Unit prices shalf include all assoeiated costs unl�ss specified in Proposals Solicitation Page, not limited to deli�ery, fue! and handling charges. IVo additional charges wiA be accepted or paid by the City. �.2.1 The City will ensure that vehicles wiA ha�e a minimum of a quarter (114) tank of fuel when dropped off for service. 6.3 Cantractors may charge an 1�aurly non-warranty labor rate per senrice, a cost plus (�-) for parts, a diagnastic fee (detailed out), and any applicable transportation fees, if any. 7here are no guarantees the City will accept or held financiaily or liable for costs outside of labor and mat�rialsl parts if the submitted pricing is deemed excessive by the evaluation panel. 6.4 Contractors shaN furnish pro�ide documentation on their personnel authorized to perform worlc on City vehicles and equipment, This includas all certifications, such as khe National lnstitute for Autamoti�e Ser�ice Excellence (AS�) or Manufacturer required training, which qualifies the �endor ta perForm said work. AI[ licenses, permits, insurance and any ot�er documentafion that is r�quired by local, state andlor federal agenc9es are to be mainkained during the term of this contract. 6.5 Contractors shall be aukhorized to diagnose, repair and s�rvice vehicles and equipment for the City of Fort Warth's (fhe "City°) Hea�y duty �leet. 6.6 Contractars shall perform work using the most up to date and appropriate methods a�ailable for said work under �ndustry standards. 7his includes, but is not lirnited to, all suitabfe repair equipment and parts to insure the satisfactory executian of any repair or installatian. 6.7 Contractors shall respond and supply requested materials or services required during regulsr business hours within tf�e response time (DELIVERY) #rom receipt of request in the proposals salicitation page or less ir�cluding shipment by mutual agreement forrrt the time orig9nal request is made. 1TB 22-0017 Heavy �uty Repair and 5ervices Page 17 of 52 6.8 Contractors shall provide the City priarity ser�ice, as many City vehicles are utilized for public safety and emergency response, Expeditious turn-around is critical to City operations. Addit�onal fees for priority services are prohibited. 7.0 HOIJRS 7.Z Contractors shall respond to a work order within 24 hours of notification. 7.2 Cantractors shall deliver completed r�ehicles to the Fleet Service Center, Monday thraugh Friday between 7;3Q a.m.— 9:30 p.m. unless expressfy authorized by the Fle�t Service Center Supervisor(s} or their t�esignee. Any deviation from this timeframe shall require written appro�al from the �leet Service Center 5upervisor(s) ar their des�gnee. 8.0 AFTER HOURS 8.1 Afier hours shall be considered from Friday at 9:31 pm through Monday at 6:59 am, holidays and weekends. 9.0 PART'S �.� All parts utilizecf in repairs, replacements ar installations on City vehicles and equipment must be new unfess otherwise requested by PMD Fleet persannel. Any rebuilt or remanufactured parts can be considered but must be appraved in writing by City PMb Fleet personnel prior to being utilized by a vendor. 9.2 Vendor shall warranty and/or guaranfee all work and products supplied under this Agreemenf against any defacts in design, worktnanship, materials and fa�lure to operate satisfactorily. Each product shall be constructed to the highest industry standards. Products manufactured of poor workmanship wiN not be aceepted. 9.3 The City reserves the righf to supply parts as the City deterrni�es is necessary, 9.4 Vendor may charge a cost plus (+) for parts. The cost should be avaifable for review �y the City as requested. There are na guarantees the City will accept or held financialiy ar liable for costs outside of labar and materials/ parts if the subrrtitted pricing is deemed excessive by tf�e evaluation panef. IT8 22-p017 Heavy Duty Repair and Services Page 18 0# 52 10.Q INVENTORY OF ASSETS 10.'l Assets that may need repairs and services but are not limitec� to, ihe inventory listed below: ITp to 3,000 on-road anc31,600 off -raad vehicles and equipment �ncludin�, but noi limite[i to: Types of �'ire Trucks Dump Trucks Hea�y-Duty Trailers Bucket Trueks Qfrf Road Equipment Transfer Trucks Motor Homes Fuel Trucks 1TVat�r Tankers Gontainer Trucks Sewer Equipment and other related types of equipment over 1 ton Manufactn�rers Allison A1tec Artic Cat Aquatech B endix Big Tex BMW Champion Chevy Cummins Custo�- Chris Trim Custom- Lawhon Custom- Tommy Gate Custom- You�gs De1ta Rigging Detroit Dadge Dnosan Duetz Eaton E-One Foz�d Freightliner Honda Hyundai International Interstate Trailers Isuzu JCS 7eep 7LG Jo�n Deere — Green (AG) Kawaski I�enworth Kobelco KTM Kubota Mack M&D Mazda Mercedesl Sprinter Meritor Metrn Mitsuhishi Muncie National Crane New Holland Nissan Onan Genez�ators Peterbilt Fierce — Fire Apparatus Pioneer Pspehunterl Jeteye Progard ROM Corp Rosenbauer Spartan Spitzlift Sterling Tennant Terex Te�as Steer ToyQta Tracker Twister Vac-Con Vactor Verryeer Versalift Volvo WABCQ Wacicer Whelen Yamaha Zodiac and other related manufacturers over 1 ton ITB 22-0017 Hearry Duty Repair and Services Page 19 of 52 91.0 E5Tf MATES 11..9 Vendor shall be required to provide written ar electronically produced estimates io PM� F'feet personnel before the start of any work. The estimates must be emailed to the PMD Fleet employee(s) andlor PMD Ffeet facility lacation who r�quesfied the ser�ices to be completed. 11.2 Estimates shall be approved and authorized by PMD Fleet personnel in writing vis email prior to work being performed. Verbal approvels s�ould not be considered, 7 7•2, 9 Flee# shall create necessary work order for tracking. 91.2.2 Vendor shalf be notified, via ernail, of repairs needed andlor diagnosis from Fleet. 11.2,3 Vendor shall identify the repair direction and shall email an estimate with specific details of the repairs needed regardless of warranty or non-warranty. 14.2.4 Warranty and billable repairs shall be on separate estimate(s) and invoicing in ALL cases. 11.2.5 Fleet shall document the a�pro�af and sl�aff update the work vrder detailing all cornmu.nications and repairs with denial or approva! information. 71.2.8 PMD Fleet shall issue a purchase order for billable repair5 �ia ema�l. Repairs are NOT to be perFormed until a purchase order has been issued in writing from PMD Fleet pivision. This ensures proper tracking and documentation are ir1 place for the Vendar and the City. 91.3 Final submi#ted invaices submitted to the City fnr work performed should always match the final estimate received by the City. Aff revised estimates m�st be approved in writing prinr ta billing. 1 i.4 If City vehicle or equipment is serviced by a Vendor for warranty work, an estimate provided by the Vendor to the City shall state `Warranty Service'. 11.5 AII estirr�ates pro�ided by vendnrs will be quoted on a`time and materials' basis, adherence to the agreed �p4n contract rate(s) and itemized to illustra#e the cost of each of fhe follawing., if applicabfe f� the service or work performed; 91.5.'i. Estimates shalf include number of and cast of part(s) to �e installed. 4 9.5.2 �stimates shall include cost of labor to perform repair andlor instaffation; itemized by number of labdr hours per labor line. 11.5.3 Es#imates shall �nclude itemized inspection/diagnostic fees. 11.5.4 Transportation fees, if any, for pick-up or delivery. 1'1.5.5 Misc�llaneous shop fees will not be allawed. 7his should be considered when bidding applicable costs in the other time and rt�aterials categories. 19.5.6 7rave! charges for mabil� seivices ean be considered and should be itemized. Standard flat fee wifl not be considered. 11.6 �leet shall Create necessary work orders fior tracking, 'I1.7 Contractor shall be notified, �ia emai�, of repairs needed and/or diagnosis from PMQ Fleet. 14.8 All est�mates provided by Vendors will be quoted on a'time and parts' basis, adhar�nce to the agreed upon cantract rates and itemized to illustrate the cost of each of t�e follawing, if appficable to the senrice or work pertormed: cost of part(s) to be installed, cost of labor to perForm repair ITB 22-p017 Heavy Duty Ftepair and ServlceS Page 20 of 52 andlor installation, inspection, diagnosfic fees; itemized by labor ho�rs except wh�n estimated as a turnkey projectljob. 11.9 Vendor shall identify the repair direction and shall email an estimate with specific details of ihe repairs needed regardfess af war�anty or non-warranty. 1�.90 Warranty and billable rapairs shall be on separate estimate(s} 1 in�oicing in ALL cases. 11.11 PMD Ffe�t shall document the approval and shall update the wark order detailing all cflmmunications and repairs with danial or appro�al information. 11.12 PMD �'leet shall issue a purchase order for billable repairs via email. Repairs witl� a cost associated to fhe City sre NOT to be performad un�il a purchase order has been issued in writing from PMD Fleet. Th9s ensures proper tracking and documentation are in place for the Vendor and the City. 11.13 Vendors shafi send confirmafion and a cost estimate to the Fleet Servic� Center 5�apervisor(s} or designee within 24 haurs of recei�ir�g a list of �quipment for inspection and testing. 'f 1.14 Fleet Ser�ice Center Supervisors ar designee wilf pro�ide written author�zation to proceed with tF�e inspection and tes#ing a�fer e�afuating the eskimate. Vendors are not authorized to proceed wikh inspection, testing based on ver�al autharizations and assumes all liability and respansibility for inspection, and testing perFormed based an such Werbal authorizations. 11.15 Vendors will be required to pro�ide written estimaies to Flset Service Center Supervisors or designe� personnei before ihe start of any worfc. The estimates may be emailed to the Fleet Service Center 5upervisors or designee who requested the services to be completed. � 1.16 Estimates must be appro�ed and authorized 6y City Fleet 5ervice Cent�r Supervisors or designea personnel in wriking (email, fax or written) prior to work being performed. Original 9nvoices submitted tn the City for wofk performed cannot be greater than initial estimate pravided uNess appro�ed by Fleet Service Cenfier Supervisors or designee in writing. 11.9 6 If during the course of the originally ss#imaied repairs, it is noted that further repairs will be ne�ded, a revised estirnate must be prepared by Vendors for the aciditianal work. 11.17 Estimates pro�ided by �endors shall state `Warranty Servic�' if City ��hicles or ec�ui�ment will be serviced for warranty work. 12.0 INVOICIIVG REQUIREMEN7S 12.1 The City of Fort Worth has begun implementing an autamated invoicing system. 122 The Contractor shall send in�oices electronically to our centralized Accounts Payable department invoice �maif address: suualierinvoicesCa�fortworthtexas.qov. This email address is not monitorecf so please do not send carrespondence to #his email adciress. The sola purpose of the supplier invoices email adc{ress is to receipt and process supplier invoices. 'i2.3 Please include the following on the subject line ofi your e-�nail: �en�or name, invoice number, and PO numbEr, separated by an underscore (ex: Example, 1nc._123456_FW013-0000001234) 12.4 �o ensure the system can successfully process your invoice in an expedient manner, pfease adhere ta the fallowing requirements: o All invoices musk be either a PDF or TIFF' format. • lmage quaiity must be at least 300 DPf {dots per inch), e Invoices must be sent as an attachment (i.e. no invoic� in the body of the emai!}, ITB 22-0017 Hea�ry Outy Repa4r and Services Page 21 of 52 � One invoice per attachment (includes PDFs}. Multiple attachments per email is acceptable I�ut each in�oice rnust be a s�parafie attachment. � Please do not send handwritten invoices or in�oices that contain handwriften notes. � Dot matrix invaice format is nat accepted. � T'he invoice must contain the following information: � Supplier Name and Address; • Remit to 5upplier Name and Address, if different; o Applicabfe City De�artment business unit# {i.e. FW073) � Cornplefe City of Fort Worth PO number (i.e. the PO number must contain afl prec�ding zeros); 4 Ir�voice number; � Invoice date; and �2,5 In�aices should be submitted after deliv�ry of th� goods or ser�ices. 12.6 To prevent invoice processing delays, please do not send invoices by mail and email and pfease da not send the same in�oiee more than once by emai! to su lierinvoices fortworthtexas. ov. To check on the status of an invoice, please contact the Ci#y Department ordering the goodslservices or the C�n.tral Accounts Payable bepartment by email at: ZZ F1N AccountsPayableCc�fortwarthtexas.aov. 92.7 !f you are unable to send your in�oice as autlined abov� at this time, please send your in�oice to aur centralized Accounts payabie department insfiead of directly to the individual city department. This will allow the city staff to digitize thte in�oice for faster processing, �2.8 !f electronic invoicing is not possible, yau may send your paper invoice ta: City of Fort Worth Attn: FMS Central Accounts Payable 20q 7exas Street Fort Worth, T�xas, 76102 92.9 The City's gaal is to rec�ive '100% of invoices electronically so that aff supplier payr��nts are processed efficiently. To achieve this gaal, we need the Contractar's suppart. 12.1 a If Cantractor has any questions, please contact the Accaunts Payable team at �817} 392-2451 or by em�il to ZZ FIN AccountsPayab�e[ fortworthtexas.qov. 12.1 � Cantractor shali no# include F'ederal, State of City sales tax in its invoices. City shall furnish a ta�c exemption certificafe upon Ver�dar's request, 13.0 HAZARDOUS CONDITi0N5 The Vendor is reqUired ta notify the City immediately of any F�azardous conditions and/or damage to City praperty. 'l4.0 IJNIT �RICE ADJLJSTMENT 14.1 ihe unit prices may be adjusted for increases or decreases in Vendor's cost during the renewal period but befor� the effective dat� of khe renewal upon written request from the Vendar. 1�4.2 The Vendor must submit its price adjustment request, in wrEfiing, ai least 6fl days before the renewal effective period. The Vendor sha!! pro�ide written proof of cost increases witl� price adjustment request. 14.3 If the City concfudes thaf the rate increase being requssted is exarbitan#, tn� c�ty ��5�r►fes tn� right to adjust the rat� request, or reject the rate request in its en#irety a�d alfow the contract to ITB 22-0p17 Heavy Duty Repair and Services Page 22 of 52 expire at the end of the contract term. If the City elects nok to exercise the renewal opiian, the Purchasing pivision will issue a new solicitation. 14,4� Prices bid shall rEmain firm for each one-year term of the Agreement and shafl include all associated freight and delivery costs. 1q.5 Prices offiered shail be us�d for bid analysis and for Agreement pricing. In cases of errors in extensions or fotals, the unif prices offered wil! goverr�. 14.6 Upon expiration of the Agreement term the successful b9dder, agrees to hald a�er under the ferms and conditions of this Agreement for a reasonable period of time to allow the city to re-bid an agreement, not to exceecf ninety (9D) days. Vendor will be reimbursed for this servica at th� prior agreement rate(sj. Vendar shall remain obligated to the City under all clauses o�f this Agreement t1�at expressly or by their nature e�ctends beyond and survives the expiration or terminatio� of this Agreement. 14.7 Goods andlor services shall not be suspended by the 1lencfor without a 30 day prior wri�ken notice fo the City. 15.p LAWS, REGULATIONS, AND ORDWANCES The Vendor shall be responsible for meeting aA Federal� laws, ordinances and regula#ions; State: laws, ordinance and regulafions; County: 1aws, ordinances and regulations; and City: laws, ardinances, and regulations for safety of people, en�ironment, and properiy. This includes, but is not limited to, all �ederal, State, County, and City Agencies, Administrations and Commissions such as ihe En�ironmental protectian Agency (EPA), Occupaiional Safety and Health AdministratiQn (05NA), and the Texas Camm9ssion on E.n�ironmental Quality (TCEQ}, In the e�ent any law, regulatian or ordinance becomes effective after the skart af this Agreement, the Vendor is required to comply wikh new policy. Any mandates requiring the City to comply with new guidelines will also require the Vendor ta camply. 16.0 Q�RFORMANC� Failure of the City to insist in any one or more ins#ances upon p�rforrnance of ar�y of the terms and condikions of this Agreement shall not be construed as a wai�er or relinquishment of ihe fukure Performance of any terms and conditions, but the Vendor`s obligation with respect to such perfarmance shaA cantinue in fu11 force and effect. 1T,0 COMPLAIN�"5 17.1 Complaints processed through the City Purchasing C7ivision are to be corrected within fourteen {94) days of forrrial notice of complaint. Wriften response to ihe Purchasing C�ivision is required. 17.Z Failure to properly resolve camplaints within the fourkeen (14) calendar day time period may result in the cancellation of the applicabfe lin� ikem(s) in the price agresment. 18.0 SUBCONTRACTING No subcontracting of the work under this purchase wi116e allowed without wriiten permission from the Ciiy. 19.4 CONTRACT AC]MINISTfiA710N 19.1 Cor�tract administrafion wiil be perFormed by the City Department. ln the e�ent the Vendor fails to perfnrm according to the terms of the agreement, The Departmank head or hislher designes will natify the Vendar, in writing, of ifs failures. A meeting may be arranged to discuss the Vendor's deficiencies. A written cure notice may be preparet3 giving the Vendor 94 calendar days to cure any c�eficiency. I'CB 22-Oq'i7 Heavy Quty Repair an[i 5ervices Page 23 af 52 �9.2 In the event fhe Vendor continues with �nsatisfactory performance, the department will promptly natify the Purchasing Manager who will take apprapriate action ta cure the perFormance problem{s), which could �ncl�de cancefla#ion, termination for convenience ar default. If tl�e agreement is terminated for default, the Vendor may be held fiable for excess cost. 19.3 The Vendor will be paid anly those sums due and owing under the agreement for s�rvices satisfacfiorily rendered. 19.4 The City reser�es the right to ierminate this agreement, or any part hereof, for its sole convenience. In the e�ent of such fiermination, the Vendor shall immediately stop all work hereunder and shafl irnmediately cause any and all of its suppliers and subVendars to cease work. Subject to the terms of this agreement, the Vendor shall be paid a percentag� of the agreement price reflecting #he percentage of the wark perfnrmed prior to the nofice of terminatian, plus reasonable charges th� Vendor can derr�onstrate to the satisfaction of the City using its standard record ke�ping system, have resulted from the term�nation. Hawever, in no e�ent shall #he total of all amoun#s paid to the Vendor exceed the agreement price, i�he Vendor shal! not be reimbursed for any profits which may haue besn anticipated, but which have not been earned up ta the date of termination. 20.0 �USINESS EQUITY GOAL 2Q.1 The City of Fort Worth impfemented the Business Equity 4rdinaroce (BEO) to reflect the C�ky's a�ailability and disparity study findings. All proposers shall noie that iti is the policy of the City to ensure the full and equitabfe participation of Busi�ess Equity Firms in the procurement of services $100,�00.00 or more. This Request for Qualifications requires praposers to plan how it will include only MBE or 1Ng� Busirtess Equify Firms to m�et a Business Equity goal. 20.2 The Business Equity goal is 23°/fl. 20.3 7he infarmafion fn meet the goa! shafl be submitted with the proposal on tf�e Business Equity Utilization form and �ncfude: ■ The company name, address, point of contact, email address, office and fax/telephone numbers of the Business Equity firms; d A defailed description of the work ta b� performed or sup�lied by each Business Equity firm; � The tier level, i.e„ 1 st, 2nd, 3rd, etc. (if other than 1 st tier, the plan m�st clearly identify the firm name and tier from whom the Business Equity firm will be recei�ing paymenf) ° Associat�d NAICS code for each company r The sub-contract anticipated val�e for each 8usiness Equity firm; � State tl�e Busir��ss �quify percentage level of commitment achieved; and � Prnvide the sama identification informatian for all non-Business Ey.uitv firms ' l.etter of lnfer�t will be required onfy for the Prime Vendor submits a good faith effart. ° The sub-contracf anticipated �afue for each Business �qufty firm; 20.4 It is important to note that onfy Business Equity firms that perForm a corr�mercially useful fur�ction may caunt towarcis the 5%.Business �quity goal. 20.5 A Certified MBE or WBE Susiness Equi#y Prime Con#ractor can count it's self-performance serUices towards meeting the Business Eq�ity Goal for the assigne� NAICS commadiky codes on fiheir curr�nt MBE or WBE certification. This rt�eans Business �quity prime Contraetors can only count the percentage of work associated with their assigned NAICS codes. If the Business Equity Prime Contractor cannot self -perForm all of the work, including prod�cing needed supplies it wi!! be held accountable for subcontracting with other current cer�ified Business �quity firms to meet the overall goal. 20.6 �xampie — A cert�fied MBE ar WB� concrete contractor, who anly lays down concrete and does ITB 22-�Q17 Heavy Qu{y Repalr and Services P�ge 24 of 52 not produce concrete wholesafe, cannot cfa�m 100% self-perfarmance to meet a Business Equity goal. To meet th� goal the certified MB� or WBE cantractor must hire anather certified MBE ar WB� subcantractor, with an assigned concrete supplier NAICS code, to supply the materials. 20.7 Furthermore, proposers ma obtain a request for listing o# certified firms firom the City af �ort Wor#h's Business Equity Di�ision h#t s:llwww.fortworthtexas. ovlfileslassetsl ublicldiversit - inclusionldacumentslbusiness�equit�lrequesi-for-listina-form-2021.pdf. 2Q.8 In its Utilizatian Plan, proposers' list of Business Equity Firms must be actively certified at the bid award. The City of Fort Worth accepts certifications from the following third-party agencies: North Central Texas Regional Certification Agency (NCTRCA}, DallaslFort Warth Minority Supplier De�elopment Council (pIFW MSDC), and t�e Women's Business Council Sfluthwest (WBCS). Participation can count towards the established goaL The certified firms must have a business located in the City's six-caunt marketplace that includes ihe counfies of Tarrant, Dallas, Denton, .]ohnson, Parker, and Wise. 20.9 If a proposer forms a joint venture with one or more Business Equity Firms, the business equity joint venture percentage will counk towards the established goaL The Business � uit Joink Venture form must be submitted for review and approval to apply tawards the goal. 20.10 1f Offeror fafled to meet the stated Business Equity goal, in part or in whole, tF�en a cfetailed explanation must be submitted to derr�onstrate the Good Faith Efforts made to secure Busi�ess Equ9ty participation. 20.11 Failure ta submit the Business Equity participation information or the detailed explanafion of the proposer's Gaod Faith Efforts par ordinance 25165-10-2021 to meet or exceed the stated Business Equity goal, may render the proposal non-responsive. 20.'i2 ihe �usiness �qui�y commitment will be par� of th� final weighted selection criteria. The undersigned acknowledges the City's MBE requirements as sfated above, and if selected as the most highly qualified Pro�ider(s), will comply with the requirement to submit a utilization plan during contract negotiations. 1T6 22-0017 Heavy Duty Repair and 5erviCes F'age 25 of 52 ATTACHMENT -A CONFI.ICT �F INTEREST DISCLOSURE REQUIR�MENT Pursuant ta Chapfer 176 of th� Local Governm�nf Code, any person or agent of a person wi�o contracfis or seeks to contract far the sale or purchase of properEy, goods, or services with a local go�ernmental entity (i,e. T�e City of Fort Worth) must disclose in the Questionnair� Form C!Q ("Questionnaire") th� person's affiliation or business relationship that might cause a conflict of interesf wifh the local governmental entity. By law, the Questionnaire must be fiied w�fh the Fort Worth City 5ecretary no lat�r than sev�n days after the date the person begins contract discussions or negotiations with the City, or submits an application or response to a request for proposals or bids, correspondence, or another writing related to a�otential Agreement with the City. LJpdated Questionnaires must be filed in conformance with Chapter 976, A copy of the Questionnaire Form CIQ is enclosed wifh #he submittal documents, The fiorm is also a�ailable at htt ://www,athics.state.tx.us/forms/Cl . df. !f you have any questions about complianc�, please consult your own legal counsel. Compfiance is the individual respansib�lity of each person or agent of a person who is subject to t�e filing requirement. An offense under Chapter 176 is a Class C misdemeanar, NO7E: If you are not aware of a Conflict af Interest in any business relationship that you might have with the Cify, stata Vendor name in the #� 1, use NIA in each of the areas ort the form. Howev�r, a signature is required in the #4 box in all cases. IiB 22-001 i Heavy �u#y Rep.air and Services Page 28 of 52 GOiV�Lf�i Ci� 11�Y����i G1UES�l�Nf��.1Fd� ���M �I�$ �ar vendor doing business wi#h loca! governmenta! entity This questiannalre ratiects changes made to the iaw by H.B. 23, 84Eh LBg., Regular Session. oF�cEus�.oNtv Tl,is questlonnaire is bai�ig filed in accord�uua w[th Chapter 176, Local Govamment Code, by a vendor vullo oate Aeaeived has a bLislnass relationship as deflned by SecBon 176.441(f-a) v+i1h a local governmen�il sntity and tha vejidor meets rsqulrements undes Sactlon 176.006(af. By law dlis questlannaire m�r6t be filed wlih Ihe records adminisvalor af qie local governmental en�ty not kaEer �ian li�e 71ii huslness day after !he date 1}ia vandor becomes aware of fiac�s that require tlie s�isment to ba tited. SeoSection 1'78.008(�s-1)� Local Governmeni Cade. A vendor commits an offense if ilte vendor knowingly vialales 5ection 17S.o06, Local Govemment Code. An offense under this sectiof� Is a misdemaa�or. � Namentvendorwhohasabusinessrelationshipwithlocalgovernmen�lentity. �Checkthisbaxifyouare�flingartupdaietoaprevious6yfiledquestionnaire,(Thelawrequfresthatyoutileanupdated co�ipleted questionnafre with the approprlate filing authority not Sater ihan the 7th business day after ihe date on which you became aware that the or'sginaily flled questiannaire was inoomplete or inaccutate.y IVame of lacal government ofiicer about whom theinFo�mation is being disc[osed, Name of Officer �eacribe each empl4ymeni or other bus9neas relationsMip wiih the local governme�rt offcer, or a famiEy member of the nificer, �a describecf by SQciion 176.003(a}(2)(A). Also desciibe any family reietionship vuiih the local governmet�f oificer. Cotnpletesuk�parisAanclSforeachemp(aymer�torbusinessrelaiionshipdeseribed. Attacherlditian�ipagestotMisForm GIQ as necessary. A. Is the 1oaa1 gavernm�nt officer or a family member of the otilcer receiving �r likely ta receive taxable income, nther than Investment income, from the vendor7 � Yes � No 8. ls the vendnr receiving or �ikely to receive taxat�le incnme, oiher than investment income, trom or at the direction oi the local government officer or a fiamily memher af the otlicer AND the taxable income is not received from the local governmenta� entiry? � Yes � No �cscribe each amployment or business relahonsliip thai tiie venctor n�meti in 5eciion 1 mainiains with acorporaifon ar oiher basiness entity with respect to which the loc�l governmettt offiaer serves es an of�ice�' or director, or hnids an ovunership intexest of one percent or more. �6 heck this box if the vendor has gfven the local gavemment officer ar afiamliy mein6er of the offic,�r ane nr more giits as descrlaed in Section t78.OQ3{a)(2)(B1, exeiuding gifts desaribed In Secilon 176.003(a-1). 7 gignatura oi �endor doing business witii Ei�e govemmentai entiry �a� _ Form provlded by Texas Ethics Commission www.ethics.slate.tx.iis Revise.d 1I112021 ITB 22-D�i7 Heavy �uty Repair and Services Page 27 of 52 C4N�'LlCY QF ��'��q�S� QU�STIOI�NAI�t� For vendor doing business wit� lacaf goverr�mental et�tity Acomp#ete copy oi Chapier f76 oi the Local Government Code may be found a# hitp://www,statutes.legis.state.tx,usl bocs/�Glhtml�G.� 76,htm. For easy re#erence, below are some of the sections citerl on this €orm. �ocal �ovsrnment Code 176.ODi -1-a ;�°�usiness relationship" means a eonnection between two or more parties based or� cornmercial activi#y of or�e of the parties. The tertn do�es no# include a connectio� based on: (A} a transaction that is s�bjectto rate orfee regulation by.a federaf, staie, or Iocal governmental entliy oran agency of a federal, state, or locaf gove�-nmental entity; (Bj a transaction concluc#ed at a price ar�d subject to te�ms available to the publin; or (Cj a purchase or lease of goods or services from a person that is charterec� by a sta#e or federal agency and that is subj�ct to regular examination by, and reporting to, ihaf agency. Local Government Gode i 76.003 a 2 A and B: {a) A local govemment officer shal! fi le a cc�nfliets disclost�re staierrient with respeci to a verrdor iF: �� (2) thever�dor: (A) hasan�mpinymentoroi��rbusinessrelatianshipwlil�fhelocalgov�rnme��to#ircerora fami�y member ot the otficer that results in the officer or iamily member receiving taxable income, ofi�er t�an invesiment incom�, ihat exeeeds $2,500 during the 12-manif� perrod preceding the tlate that the officer becomts aware that (i) a coniract between the iocal governmenta! entiiy andvendorhas been executed; ar (ii) ihe focal gnv�rnrnentai entity is considering entering inta a contra�t with the vendQr; (B) has given to tha �oeal gavemrnent officer ar a tamily member ot the officer one or mnre gifts ti�athave an aggregate vaiue of more than $100 in fhe 12-monfh perfod precedrng the date ihe officer becom�s aware that, {i) a contract between the local governmental entity and vendor has been executad; or (ii) the lo�al governmenlal entily is considering entering into a cantract with the vendor, Lacal GoV�rnman Code 176.D0B a and a--1 (a) Avendor shafl lile a completed canliic#of inierest questionnaire if the vendor has a business relatiortsh'[p with a loeal c�overnmental .entity and: {1 } has an �mployment or ather businsss relatlonship with a local gov�rnmer�t o#ficer of that Ivcal governmental entiry, or a family member nf the officer; d�scribed by S�ction 176.003{a){2}{A); �2) has glven a local governmer�:t oificer of that local governmental entlty, or a family rriernbar od tha aiiicer, ot�e or more giftswith the �gr�9ate value speoified by Section 17�,p03(a)(2j{B), exe�uding any giftefescribedbySection #76,OD3(a-1);or (3) has a family relationship with a loeal government otficer of that local governrnental en�ity, (a-1} Theconipl�tedcor�fiicto#{nterestquesffonnairernusthefiledwithti�eappropriat�recordsadministrafar no1 later #han the saventh busiri�ss day afier the later a{; (f) the date that the �endnr: (A) begins discussio.ns or nec�otiations to enter into a �oiltract with the local governmental �ntity; or (B) su�mits ta the local governmenta! entily an applicafian, response t� a request tor proposals or bids, correspondence, or anather writing r�lated to a potential con�ract with tf�e local gavernmental enlit • o y, r {2j the dat� the v�ndor becomes aware; (A} of an employment or ather bus:iness relationsi�ip wiih a local government officer, or a famiiy member of the officer, d�scribed by Subsection (a); (B) that the vendor has giv�n one or more gifts described by Subsection (a}; or (C) af a farnify relaiions�tp wiih a lacal government nfiicer, ^=orm pravfded by TeXas Etf�les Commisslon .,..,,,.. _.�_�__ _. _. ,".�•"•".`"."a ReviSed 1/1/202'! 1TB 22-OOT7 Heavy Duty Repair and 5ervices Page 28 of 52 AT�'ACHM�NT — B CON5IDERAiION OF LOCA'�ION OF �IDD�R'S PRINCIPAL PLACE OF �USIN�SS Sectian 2-14 of the Fort Worth Code of Ordinances authorizes the City Council, when cansidering campetitive sealed bids, to enter into a cantract for certain purchases with a bidder whose principal piace of husiness is in the corpnrate limits of the City of �ort Warth and whose bid is within 3 or 5 per�ent af ihe Nowest bid, depending on the r►afua of the request and goods or services requested, if the Inwest bid is from a business outside t�e municipality and contracting w`sth the local bidder wauld prov'rde the hest combinafion of price and o�her economic benefits to the municipsli�y. Requests to be consider�d a local business must be submitted on this form with bid packages to be considered by khe City of Fort Worth. Questions should be addressed to the Purchasing staff listed in the bid or request package. The Fort Warth City Council requires the following infiormation for cons9deration of facation af a bidder's principal place of business. Add additional sheets if needed to provide this information. 1. Lacational Eligilaility: Principal Place of �usiness in Fort Worih, Texas, a. po y4u have a Fort Worth office? If yes, identify address: p, What percentage of estimated grass company sales {worldwide) are sales originating in Fort Worth? "Originating in Fort Workh" shall mean payable at the Fo�t Wor�h office. �must exceed �Jfl%� 2. �conomic D�velopment opportuniiies resulting from contract. a. Number af Fort Wor#h resident-employees? Amount of City of Fart Worth ad valorem taxes (real and business personal property) paid by company (for prior tax year — Fort Worth office or form�r location, if Fort 1f�lorth ofFice is €�ewly- esfia.blished)? Certification of information: 7he unciersigned does fiereby affirm that the information supplied is true and eorrect as of the date hereof, unrler penalty of perjury. (Company Name) (Dat�} (Signatuee) (F'rinted Name and Title ) ITB 22-0017 Heavy �uty Repair an[i Services Page 29 of 52 A`fTAGHMENT' � C B�D�ER'S CONTACT lNFORMATION Bidder's Name: Bidde�'s Local Address: Phona: Fax: �Email; Name of person assigned specifically for this Agreement: NamelTitls PF�one: Fax: Name of persans far renewal inforrr�ation andlar biNing quesfions: Namel�'itle Phon�: Email: Name/Title Phone: Fax: Fax: 5ignature Prmted Name bafe 1TB 22-0a17 Heavy Dufy Repair and Services Page 3D of 52 AiTACHM�NT - D B1DQ�R'S QUALIF'ICAiION QUEST��NI�A1R� 1, Has the Vendor ever defaulked on a Contraci? C1 Yes ❑ [�o 2. Number af years in business under current company name: Years, Piease note, it is req�aired to have a minimum of 2 years, otherwise, your submission will be deemed as non- responsive. List any former names your arganization has operated under and the timeframe: 3. 1s your company able to fulfill the response time listed in section 6.0 if not, why? Please note, that it is required to ha�e a minim�m 24 hours response time. Foc the remainder of minimum requirements, pl�ase refer to section 6.0 4. is the Cantractor able to pro�ide ce�tifications for their personnel, such as the National Institute for Autamoti�e 5ervice �xcellence (ASE) or Manufac#urer required training, which qualifies the Contractor ko perform necessary for this 1TB? Please nate, we do require you to ha�e an Original Equipment Manufackurer's (OEM) documentation. If you are unable to pro�ide this dacument, your submission will be deemed as non-res onsi�e. In order to be considered, you must be qualified. 5. What types of re�pairs from the item list can you perfoem? Pfease provide a Vist. If you are unable to provide a repair, please state which flne and why. 6. Haw rnany people will be on the service team ta complete the requests and fuifil our needs? 7. ❑oes khe confractor have the ability to ramp up qualified personnel, resaurces and equipment to meet fhe growing needs o# the City? (f nok, why? 8. Please pro�ide a detailed explanation of t�e methodology your firm will use approach to completing repairs. {i.e. whak is your process from the receipt af Purchas� Order all khe way to completion}. Also, pl�ase include descripkive details about how you wilf communicat�, how will you handlE set-backs, what is your procass for compleiing the work on time, if you discover there will be a delay in service, how will you overcome this? 9. Does tl�e service tearr� hold any special certifications that furfher qualify yvu to perform the requiremants of this iTB. . If Yes, please list and pra�ide copies of these certifications. 10. Please pro�ide your work history perForming these same services for other Cities or go�ernmental entities of tne same size. (Attach Separate Sheetj lTB 22-00'I7 Heavy Dufy Repair and Servlces Page 31 of 52 AiTACMiwE[VT E bRAFT SERVlCF AGR��NI�NT Draft Service Agre�ment is af#ached a separate document. ITB 22-Od17 Heavy puty Repafr and Services Page 32 of 52 A'IiACF4NiI�NT F NO BI� SH��Y (Piease complete this form, only if, your firm has chosen not to submit a bid} Ashley Kativa, �uyer ll Purchasing Division Fax No. 8'17-392-8440 E-mail address: FMSPurchasinqRespons�sCa7fortworthtexas.qa� lf your firm l�as chosen not to submik a bid for this procurement, please complete fhis form and subm9t to: City of Fort Worth, Purchasing Division 200 Texas Street Fort Worth, Texas 76'{42 for fax to above address} please check the items that apply: � Do not sell the item(s) required. � Cannat be competiti�e. d Cannot meet the 5pecifications highlighted in the attached Bid. � Cannot provide insurance required. � Cannot provide Bonding required. a Cannot comply with lndemnificatian requir�ments. � Job too large. � Job koo small. p Da nak wish to do business with the City. a Other reason, Company Name: Autharized Officer or Agent Signature: Telephone: (_ ) FAX Number: (�) ITB 22-4017 Heavy Duty Repair and Services Page 33 of 52 A7�ACHM�NT G BIiSIN�SS EQUITY UTILfZA710N FORMS Business EquEty is attached a separaCe document. 17B 22-Op17 Heavy Duty Repair anc� Services Page 34 of 52 ATTAC}iMENT H I��eiT"�R O�' fNT�NT Letter of Inient is attached a separate document. This aitachment must be completed only ff the Prime Vendor submits a good faith effart. ITB 22�D017 Heavy Duty Repair and 5ervices page 35 of 52 � �,� �� � ����� ATTACHMENT F- VENDOR SEi2VICES AGREEMENT This VENDOR SERVTCES AGREEMENT ("Agreeznent'°) is nnade and entered into by and between the CITY OF FORT WORTH ("City"), a Texas l�ome rule municipal corporation, acting by and through its duly autharized Asszstant City Manager, and [LEGAL NAME OF THE PA�tTY] ("Vendor"), a 8'T'ATE REGISTERED AND TYPE OF COMPAN and acting b_y and through its duly authorized reprasentative, each indir�iduaI}y referred to as a"party" and collectively�ref�rred to as the "parties." AGREEM�NT DOCUMENTS: Th� Agreem�nt docuinents shall inelude the following: 1, This Vendor Services Agreement; ' 2. E�ibit A— 5cope of Ser�ices; ? 3. E�ibit B— Price ScheduIe; 4. Exllibit C— City's RFP No. 5. Exhibit D— Cant�actor's Bid Response ia �'ii�r'� RFP ]Va. ; and 6. E�ibit E— Verification o� Signatura h�1th�ri �y l� c�n:n. Exhibits A, B, C, D, and E, which �r� attachud heret�� and incorporated herein, are inade a pait of t11is A�reement for ail purposes. In the e���nt nf ;�n}� tion�licl i�etvveen the terms and conditions of E�ibits A, B, C, or D and the terms and eonditiol7s set 1'� �reY� iiY Eftc; �ody of this Agreeineni, the terms and conditions oi this Agree�nent shali contrci_ 1. SconE pl' Services. �SIMPLL DESCRIPTION 4F SCOP� OF SERVICE] {"Services") wIlich are set foi�tl� in mpre s�etail in Fx�Gibit "A," attached hereto and incorparatec! herein for a11 puz'poses.. �. Term. This A�,reeivent 6egins on [MON`I'H DAY, YEAR] ("Effective Date"} and expires on [MONTH DAY, YEAR] (`'1��piration Date"}, unless terminated earlier in accordance with this Agreement {"Initial Ter�n"). City will have tha aption, in its sole discretion, to renew this Agreement under the same tea�ins and conditions, for up to (� one-year renewal option(s) (each a"Renewal Term "). 3. ComPensation. City will pay Vendor in accordance with the provisions of ihis Agreair�ent, including Exhibit `B," which is attached hereto and incorporated herein for all purposes, Total compensation under this Agreement will nat exceed Dollars {$ ,�. Vendar will not p�r%rm any additional ser�ices or bill for expenses incurred for City not specified by this Agreement unless City request� and approves in writing tlze additional costs for such services. City will not b� liable for any addiiional expanses of Vendor not specified by this Agreement unless City �rst appraWes such expenses in writing. 4. Ternnination. ITB 22-0017 Heavy Duiy Repair and Services Page 36 of 52 4.i. WrittenNotice. City ar Vendar may terminata this Agreement at any time and far any reason by providing the other party �r�rith 3Q days' writt�n notice of terrnination. 4.2 Non-anuro�riation of Funds. In the event no funds or insliffcient funds are apprapriated by City in any fiscal period far any payments dLta hereunder, City will notify Vendor of s�ch occurrence and this Agreement wiil terminate on th� last day of �he fiscal period for vwhich appropriatlons were received without pena�ty or exper�se to City of any kind whatsoever, except as to the poriions of the payments herein agreed upon for which funds haue be�n ap}�ropriated. 4.3 Duties and �b1i ations af the Paxties. Tn the event that tih.is Agreement is terminated prior to the Expiration Date, City wili pay Vendar for serviees actually rendered up to the effective date of t�rmination and Vendor wi11 con�inue to provide City vaith s.ervices requested by City and in accordance with this Agreement up to the effective date of termination. Upon termination of tl�is Agreement for any reason, Vendor will provide City with copies of all completed or p�rtially completed docurnents prepared under this.Agreem�nt. In the event Vendor has received access to City Information ar data as a requireni`�n� k� perform services hereunder, Veador will return ail City provided data to City in a nna��3Ete- readabl� format or other format deemed acceptable to City. 5. Disciosure af Cn�fii�cts and Confxdential'�itl'c�r�ation. S.1 Disclosure of ConflicYs. Vendor Ite��chy �w'arrants to City tk�at Vendor has made full disclosure in writing of any existirig ar r�t�ntial cor�fli�ts of interesi related to Vendor's services under this Agreement. In the event ihat ��iy �u�� � � itif� oi ir�t��'�st arise after the Effective Date of ti�is Agreement, Vendor hereby agrees immedi�iely'c� ��ake tulf disclosure to City in vvriting. S.2 Confidantiall��r�natiun. V��dor, for itself and its officers, agents and �mployees, agre�s that it will tt'eat all i�fi�nrmati�n �rovicl��1 ia it by City ("City Information"} as confidential and wi11 not disclase any�s�i4.h Snfi���atio� i��a thu'd party without the prior wriiten appro�al aF City. 5.3 1'�Ulic In#�urmatian Ar €. City is a govemment entit� under the laws of the State oi Texas and all d�xe.�iments held �r maintained by City are subj ect to disclosure under the Texas Public Information Act. Ii� tl;� event 1h�rc is a request for infonnation marked Confidential or Proprietaxy, City wiil promptly natiiy� Vei�tlor. If will be the responsibiliiy of Vendor to submit reasons ohjecting to disclosure. A determination on whether such reasons are sufflcient wi11 not he decided by City, but by the Office of the At�arney General of the State oi Texas or i�y a eourt pf competeni jurisdiction. 5.� Unauthorized Access. Vendor must store and maintain City Infarmation in a sec�re rnanner and vvill not a11ow unauthorized users to access, modify, delete or otherwise carrupt City Information in any way. Vendar must notify City immediaiely if the security or integrity of any City Infortnation has been compromised or is believed ta have be�n compromised, in which e�ent, Vendor wi11, in �ood faith, use ail commercially reasonable efforts to cooperate with City in identifying what information l�as been accessed by unaufihorized means and will fully cooperate vvith City to proteet st�ch Cii�+ Infarmation from further unautharized disclosure. 6. Ri�ht to Audit. Vendor agrees tinat City. will, until the expiration of three (3) years aftar final payment under this Agreeinent, ar the �nal conclusion of any audit cflmmenced during the said three years, hava access to and the right to examine at reasonable times any diractly� pertinent books, documents, ITB 22-Q417 FEeavy Duty Repair and 5ervices Page 37 of 52 papers and records, inclutling, but not timited ta, al7 electronic records, of Vendar involving transactions relating to this A�reement at no additional cost to City. Vendor agrees that City wi71 have access during normal working houcs ta all necessary Vendor faci�ities and wiIl be provided adequate and appropriate work spac� in order to conduct audits in coinplianee with tlae pro�isions of this section. City will give Vendor reasonable advance notice of intended audits. 7. Indepe�dent Contractor. It is expressly understood and agreed that Vendor will operate as an independent contractor as to all rights and privileges and work perforr�aed u�der this Agreement, and not as agent, representative or employee of City. Subject to an.d in accordance with the conditions and provisior�s of this Agreeanent, Vendor will have the exclusive right to control the details of its operatia.ns and activities and be solely responsible for the ac�.s and ornissions of its of�cers, agents, s�rvants, employees, Vendors, and subcontractors, Vendor acknot�ledges that tlae doctrine of respondeat superior will nat apply as between City, its officers, agents, servants and emp�oyees, and Vendaa•, its officers, ag�nts, employees, servants, cantractors, and su6cantractors. Vendor further agrees that nothing herein wtll be eonstrued as the creation of a partnership oa• joint enterprise betwaer.. City and Veaador, It is furtl�er understood that City wilt in no way be considered a Co-employer t�;� ��R .�oint employer of Vendor or any officers, agents, servants, emplayees, con�ractot•s, ai• subcontractnrs. Neither Vendor, nor any offieers, agents, servants, employees, contractnrs, or subcontractors of'�cFidor v,'iPl be entitled ta any employment henefits from City. Vendor vvill be respansible and laa.bie for an�7 and all pa;yii3�nt and reporting of taxes on behalf af i�self, and any o�Fits officers, agents, servants, empf�yees, eontractars,;�r contractors. Liabilitv and Indemnification. 8.1 LIABILITY - VENDO}� if'{i r BE LI�I L��E A1VD RESPONSIBLE F�R ANY AND .ALL PROPERTY LOSS, PROFCR�'3' {:��r�AGE AND/OR PERSONAL INJURY, INCL UDZNG DEATI�, TO AN:E' �l1VD ,�f: r Y,�,8,SU1vS, OF ANY XIND OR CHARACTER, WHETHER REAL OR A,�,SX'R3'}_�F�, TO 7�►IE EXTENT CAUSED BY TX�E NEGLIGENT ACT(S) OR OMISSION�S�, MA#!*�ASAr1�CE 4R INTENTI`QNAL MI,S`CDNDUCT 4F VENDOR, ITS OFFICE'�45, A('�'11+'f 3•, ,�`F'1�'T�ANTS, EMPLOYEES, CONTi�ACTORS, OR SUBCONTRACTORS 8.2 GENERAL !1!iD�h�,�N1'FICATIOIV - VENDOR 1YEREBY COYENAN�'S AND AGREES TO .��'�EMNIFI', HOLD HARMLE,�S AND DEFEND CXTY, ITS OFFZCEItS, AGENTS, SERYf�f4'7"SAN7l 1�1VIFLDYEES', FROMANDAGAINSTAIVYANDALL CLAIMS OR LAWSUITS OF.,�"t�Y I�{I'�D OR CHARACTER, WHETHER I�EAL QR AS,4ERTED, FOR EXTHER PRDPERTY D,��YIAGE OR LOS,� {INCL UDINGALLEGED DAMAGE OR LOS.S �'O YENDDR'S B�ISINESS .�1ND ANY RE,SULTI11tG LDST PROFTTS) AND/OR PERS4NAL INTURY, INCL UDTNG DEATH, TO ANY AND ALL PERSONS, ARISING QUT OF OR ZN CONNECTION �ITH THXS AGREEMENT, TD T`HE EXTENT CAUSED BY THE NEGLrGENT ACTS OR OMI,SSIDNS' 4R 1l�ALFEASANCE DF YENDDR, ITS OFFICER,S', AGENTS, S'ERYAIVTS, EMPLDYEE,4, CONTRACTORS, OR �`UBCONTRACT4R,� 8.3 INTELLECTUAL PROP�RTY INI]EMNIFI'CATION — Vendor agrees to defend, settle, or pay, at its own cost and expense, any cIaim or action against City for iwfringement of any patenf, copyright, trade mark, �rade secret, or similar property rzght arising fram City's use of the saftrvare and/or documentation in accordance with this Agreement, it bezng understood that this agreement to defend, settte or pay will not apply if City �odi�ies or �misuses the sof�rvare andlor documentation. �o long as Vendor bears the cost a�ad expense of payment for cdaims or actions against City pursuant to this section, Vendor wiI� have tl�e right to conduct the defense of any such claim or aci�on and all ITB 22-6017 Heavy Duty Repair and Services Page 38 of 52 �egatiaiions for its settleme�t or compromise and ta settle or cornipromise any such claim, bowever, City wi1X have the right to fuliy participate in any and all snch settlement, negot�akions, or lawsuft �ts necessary to protect Cily's intcrest, a�d City agrees to cooperate wiEh Vendor in doing so. Tn the evenf City, far whatever reason, assumes the respo�sibi�ity for payment of eosts and expenses for any claim or action brou�ht against City for infringement arising under this Agreement, City w�l1 have the sole right to co.nduct the defense af any such claim or action and all negatiations for its sett[ement or compramise and ko settle or compromise any such claim; however, Vendor will fully participate and coo�erate with Ciiy in defense of s�ch clae�n or action. City agrees to give Vendor tirt�eEy written notice of any such claim or action, with copies of all pa�ers City m�ay receive rclating thereto. Notwithstanding tl�e foregoing, City's assumption ai payment of costs ar exQenses will not eliminatc Vendor's duty to indemnify City un[ier this Agreement. If the softvvare andlor documeniatian or any part thereof is held to infringe and the use thereof is enjoined or restrained ar, if as a result of a settlemenE or comgromise, sue� use is mater�ally adversely restricted, Vendor will, at its own expense atnd as Ciiy's sale ��medy, either: (a) procure for City the right to continue to use the saftware andlor [Ed�'�menteilO�; or (b) modify the �oftware andlor documentatiqn to make i� non-infrin.�i�ig, �►rovided that such modiiication does taat materially adv�rsely affect City's autl��rri?ed u�e of the software anci/or documentatian; ar (c) replaee th� software andli,r documeniat'son r�it� equally �nitable, compati6ie, and iunctianally eqaivalent no�-inf� rn�in� software s�ns�Ior documentation at no additional charge to Ciiy; or (d) if �ane o�tf�� �`nregoin� alte�rnative� is reasonably availa�le to Ve�ndor ter�ninate this Agreement, and re�-�m�� oM.i1 amounts paid to Vendor by CiLy, subsequent �n which termination City mav aeelc an}� :�n!� all remedies �vailable ta City under law. ` 9. Assi�nment and 5ubcontract' ��� q.1 Assi en#,. �'endrn' k=�ill nt�� :�Csign or subcontract any of its duties, obligations or rights under Lhis Agreel�crn wit�i��u�. tl�e �ri�r �writter� consent of City. If Ci�'y grants consent to an assigeutsent, ihe assi�.nee wi I1 e�cecute a written agreement with City and Vendor under which the assignee agree;� to be Lit,��nd �y i.rZe dutjes and obligations af Vendor under this Agreeanent. Vendor will be :i�lyle xor all tsbiigatioTtis af Vendor ur�der this Agreement prior to the effective date n� the assignm�, n l, 9.2 Subcr�r�ira�t, lf City gra.nts consent to a subcontract, the subcontractor will execute a written agreement wi�i3 lfendnr teferencing this Agreement under which subcantractor agrees to be bound by t�e duties and obligations af Vendor under this Agreement as sueh duYies and obligations m�.y apply. Vendo.r must pro�ide City with a fully executed copy of any such subcontract. 10. Insuran�e. Vendor must provide City with certificate(s) af institz'ance documeriting policies of the following types and minimum coverage limits that are to be in effect prior to cammencement of any Services pursuant ta this Agr�em�nt: 10.I Covera�e and Limits (a� Commereial Genaral Liability: $1,p00,000 - Each Occurrence $2,000,000 - Aggregate l7� 22-D097 Heavy Duty Repair and Services Page 39 af 52 (b) Automobile Liability: $1,000,000 - Each nccurrence on a combined single �imit basis 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 vehicl�" wi11 be any vehicle owned, hired and non-c�wne�l. (c) Worker's Compensation: Statutory limits according to the Texas Workers' Compensation Act nr any other state workexs' compensation laws where the Services are being perforined Einployers' fiability $100,000 - Bodily Injury by �cc3dent; each accidentloecurrence �lOQ,00D - Badily Injlu•y by disease; each employee $SOO,OQO - Bodily Injury 15y disaase; policy limit (d) Pro%ssional Liability ��;r�•�rs & (�l�issions): $I,Q00,000 - Eac�a Claim Liinit $I,000,000 - ��;gi'e�#ate Liri7il Professional T,iab�]ity cov�;rW�c may ba�provided through an endarsen;ient to the Comanercial lxc:�crai' Lia6ihrt� (CGL) policy, or a separ�te palicy speci�c to Prafession�il �'&O. �i�her is �cceptable if coverage meets aI� other requtrements. Co�erag� tt74�Z�t be � I�ims-niwc��, and maintained far the duration of the cantract�taI agreement an�l f�.� two (2) years folIowing completion of services provid�d, An arnM��E �ea�{ifcate u�Finsurance must b� submitted to City to evidence caverage. 10.2 CrPnet•al Rept�i��ernents (a) 'I'h� cominercial general IiabiIity and aufornobile liability policies m�tst name �'lly as an additional insured thereon, as its interests may appear. The term City includes its ernployees, officers, offic2als, agents, and volunteers in respect to the contracted services. (b) The workers' compensation policy must include a Waiver of Subragatian (Right of Recovery) ir� favor of City. (c) A minimum o� Thirty (30) days' notice of cancellation ar reduction in limits of coverage must be provided io City. Ten (10) days' notice will be acceptable in the event af non-payment of premium. Notice musi be sent to the Risk 1Vlanager, City of Fort Worth, 200 Texas Street, Fort Worth, Texas 76202, with copies to th� Fot�t Worth City Aiiorney at fihe same address. {d) The insurers for all policies must be licensed antl/or approved to do business in the State of Texas. Al] insurers must have a m�r�imum rating of A- VII ITB 22-Op97 Heavy Duty Repair and Services Page 44 of 52 in tl�e current A.M. Best Key Rating Guide, or have reasonably equivalent financial strengtia and solvancy ta the satisfaction of Risk Management. If the rating is below that required, written approval of Risk Management is required. {e) As�y failtu�e an the part of City to request required insurance documeniation wi1l not constitute a vwaiver of the insurance reQuirement. (f� Gertificates oflnsura�ce eviden�ing that Vendor has abtained all required insurance wili be deliver�d to the City grior to Vendor proceeding with any work pursuant ta this Agreement. � T. Compliance with Laws Ordinances Rules and Re ulations. Vendor agrees that in ihe performance of its obliga#ions hereunder, it will comply with all applicabje federal, state and 1oc�l laws, ordznar�ces, rujes and regulations and that any work it produces in cannection with this Agreement vt+ill also cornply with all applicable federal, state and local �aws, ordinances, rule� and regulations. Jf City notifies Vendar of any violation of such laws, ordinanees, ru�es or regulation's, V:ndor must immediately desist from and correct the violation. 12. Non-Discrimination Covena�t. V�ndar, fof' its�lf, its perso�al representatives, assigns, con�ractors, subcontractors, and successors in interest, as pai�s +j�the consider�f4�o� herein, agrees th.at in the per%rmance of Vendor's duties and obligaiions hez•eu�i+,l��r, it will not discriminate in the treatment or employment of any indsvidual or group of individuals or: �wtt� i.>�sis prohibited by law. IF ANY CLAIM ARIS�S FROM AN ALLEGED VIOLATION OF THtS N�3N-DTSCRIlI'IINATION COVENANT By VENDOR, ITS P�RSdNAL RE�'1�T;�;I;�T`;'AT4V��;, ASSIGNS, CONTRACTORS, SUBCONTRACTORS, OR SUCCESSORS I�1 Il\�1'r,4�L�T, `.�+NDOR AGREES TO ASSIIME SUCH LXABILITY AND TO iNDEMNI!+'Y AND'��'1�'EN�} CITY AND HOLD CITY HARMLES� FROM S[TCH CLAIM. 13. Notiees. Nofic�5. r'uqui�'r:c! ���u:w4«il[ la fhe provisions of this Agreement will be cvnclusively determined to have bec:� de4ivered when (1) hand-delivered to the other party, its agents, emplayees, 5ervant5 ar r��x��s�nt[Ni+�ew, ��k� deliver�d by facsimile with electranic conf�irmatian oi the S�ransm'sssion, ox (3) reoP�vcd `oy th� �xtGier ��irE1� by LTnited States Mail, re�istered, return receipt requested, add��essed as follov�s: To CITY: CiLy af Fort Wortn Attn: Assistant City Nianager 200 Texa� Street Fort Wort.4►, TX 76102-6314 �acsimile: {817} 392-8654 To VENDOR: �, Tit1e Facsimile: With copy to �ort �Jarth City Attoraey's Office at same address 14. Solicitation of Employees. Neither City nor Vendor will, during the term of this Agreement and additionally for a pariod of one year after its termination, solicit for employrnent or employ, whether as em.playee or independent contractor, any person who is ar has been employed by the other during the term of tivs Agreement, witlloLrt the prior written consent af the person's emplayer. IiB 22 D017 Ffeavy l7uty Repair and Services Page 41 oi 52 Notwithstanding the �oregoing, this provision will nat apply to an employee of ei�lier party who responds to a gener�� salicitation of advertisement of einployment by eithez' party. 15. Governmental Powers, It is understood and agreed that by execution of tk�is Agreeinent, Ciiy does not waive or surrender any of its gnvernmental pavvers or immunities. 16. No Waiver. Tke iailure of City or Vendor to insist upon the performance of any term or provis�nn of this Agreement or to exarcise any right gratated l�erein cloes not constituta a waiver of City's or Vendor's respec�ive right to insist upon appxopriate performance or to asse�t any such right on any future occasion, 17. Got�ernin� Law / Venue. This Agreament w�ill be construed in accordance with the laws of tiae State of Texas, If any action, whether real or assertetl, at Iaw ar in equity, �s brought pursuant to this Agreement, venue for such action will lie in state caurts 1ocaYed in `Tarrant Caunty, Texas or the United 5ta#es District Caur� far the Northern Dislxict of Te�as, FOT"� WDi'�]1 DTV15j012. 18, 5everal�ili , If any pi°ovisron of this Agree�n��3t is held to be invalid, illegat or unenforceabl�, the va7idity, Iegality and enforceability of the ran:�ining ��; �visions wl'll not in any way be affected or impaired. 19. �'orce Ma'eure. City and Vendor will e:��:rcise tl,�,ir best efforts to meat their respective duties and abligations. as set farth in this Agreement, but wii; i�ot, be held Iiable for any dalay or omission in perfarmanc�e due to force majeure or othe�• ca�?ses beyoracl ��eir reasonable control, including, but not lim2ted io, coinpliance with any government law, (]pLli i IanCeS or i+��ulafion; acts of Gnd; acts of ihe public enemy; fires; strikes; lockouts, natural disasters; w�s; ri��s:�en���tnics ar pandeinics; go�ez'nment action ar inaciion; orders of government; tnaierial or l�ttor restructions by any gavarnmental autharity; transpoz�tafion problems; resiraints or �3�ai�i��l� i'nns by any court, board, departm�nt, com3nission, or agency of the United States or of any Staie�; c f.�✓iI di��u, i�ancas; ��ther national or regional emergencies; ar any other simila.r cause not enum.erated her�e3;� bu' wl7i�li i's �eyonc! the reasonable control of the Party whose performance is affected (collectively, "�a r,rce Majeure Event"), The perform;ance of any such obligaiian is suspended during the per;s�c! of, r����i onJ}� ?'o ihe exYent of, such pxevention or hindrarice, provided the aff�cted Party provides iuF�ice of tiae F`���� ]j�ajeure E�ent, and an explanation as to hnw it pre�rents or hindars tke Yaa�-I;y's pert'ur�m.ance, as sna�n as reasonably possibl� after the occurrence of the Force Majeure Event, with tlie reaso.nablei�,��s of sucfk notice to be detez�mined by the City in its sole discretion. The notice required 6y this seetion must b� �d��a��ssed and delivered in accordance with Section l3 of this Agreement. 2Q. Headin s nat Controllin . Headings and titles usect in this Agreement are for reference purposes onIy, �ill nat be deeined a part of this Ag�ement, and are not intended to define or liinit the scope of any provision of tliis Agreement. 21. Review af Courzsel, The parties aclrnowladge that each pae�y and its couns�l hava reviewed and re�ised this Agree�nent and that i1�E �ormal rules of construction to tlre effect that any ambrguities are to be resolved against the drafting party will not 6e employed in the interpretation of this Agreement ar Exhibits A, B, and C, 22. Amendments / Modi��ations / Extensions. No atnendment, rnodification, ar extension of this Agreemant u+ill be binding upon a party he�•eto unless set forth in a written inst�•ument, which is ex�cuted by an a4�thorized representative of each party. 23. Counter�arts. This Agreement may be executed in one or more counterparts and each ITB 22-0017 Meavy Duty Repair and Services Page 42 of 52 counterpart will, for all purposes, he deemed an original, but all such eounterparts wiIl together con:stitute one and the sam� instrument. 24. Warran of Services. Vendor warrants that its services will be of a high quality and cc�nfnrtn to generally prevailing industry standat'ds. Ciiy must give vt+ritten notice of any breach of Yhis waiTanty witivn thirty (3C�) days from the date that the ser�iees are cornpleted. In such event, at Vendar's aption, Vendor �viii either (a) use cammercially reasonabla efforts to re-perforrn the services in a m�anner ihat conforms with the warranty, ar (b) refund the fees paid by City to Vendor for the nonconfarming services. 25. Immigration Nationali Act. �endoz' mus# verify ihe identity and employment eligibiSity of its employees who perfarm woric under this Agreement, including completing the Employinent Eligibility V�rification Form (I-9}. Upon request by City, Vendar will provide City with copies of all I-9 forms and supporting eligibi.lity docuu�entation for each employee who perforins work under this Agreement. Vendor must adhere fo a1I Federal and State laws as well ac establish appropriate procedures and controls so that no services wiil be perfarmed by any Vendor err.�r;yee who is not legally eligi6le to perform such sarvices. VENDOR WILL INDEMNII'Y CTTY ANI� L�4'7.LD CITY I3ARMLESS FROIWI ANY PENALTIES, LIABXLITL�S, OR LOSSES DUE T� Va�f�)r�AT�ONS OF TFIIS PARAGRAPH SY VENDOR, V�NDOR'S EMPLOYEES, CONTR�►�TORS, S�TBCONTRACTORS, OR AGENTS. City, �apon written notice to Vendor, will have t1:� i'��ht to immediat�ly termina�e this Agreeinent For violations of this provision by Vendor. 26. Ownershi of Worlc Product. �ity will b� �l�e �nle and excl�tsive owner of all reports, work papars, procedures, guides, and docu�nent�Glir+n r.l7at ,are c��eate�, published, displayed, or pz'aduced sn con.jtu�ction with the services pravided under this .�1�reei�e�� [c��1e�%tively, "Work Pxoduct"). Further, City will be the sole and exclusive own�r of all copyri�l���, r-4t�;nt, trademarlc, trade secret and afi.her pz'aprietary rights in and to ihe �Vork Product. 0ti��1t�'�±�i4� �ft��: �,j�rk Product will inure ta the benefit oi City from the date of concepti�n, creation ar �Ixation� rei �he W�jrk Pz'aduct in a tangib�e medium of expression (whichever occurs �rst). Each �op�+ri�hiable ����c�:� ut ta:e 'WorkProduct will be ca�sidered a"wark made- %r-hire" within the nneaning of the (:n�+}�right Act of I976, as amended. If and to the extent such Work Product, or any partthareof, is not ccr�!s�c���'��;i a"work-made-for-hire" within the mEaning ofthe Copyrigl�t Act flf 197b, as atnended, V�ndor her�by csR�essly assigns to City a11 exclusjve right, title and interest in and to the Work Produ�t, 4i�d all copie5 [hereof, and in and to the copyrigl�t, patent, trademark, trade secret, and all other proprietary raF;E�1� �tr�reii�, �hat City may have or obtain, without iurther consideration, free fram any claim,lian far balan�� duP. nr r�ghts of retention thereto on �e part of City. 27. Si nature Authori . The persnn signing this Agreement Ilere�y warrants t�1at they have the 1ega1 authority fo execute this Agreement on beha.lf of the respeetive party, a�d that such bir�ding autharity has been granted by proper nrder, re.salution, ordin.ance or ather authorization of the entity. This Agreetnent and any amendment hereto, znay be executed by any authorized representative of Vendor. Each pa�-ty is f�lly entitled to reiy on these warranties and representatians in entering into this Agreement ar any amendinent hereto. 28. Chan�e in Comnan� Name or Owuership. Vendar must notify Ciiry's Purchasing Manager, in writing, of a cc�mpany name, ownership, or address change for the purpose oi maintaining updated City recards. The president of Vendor or authorized official must sign the letter. A let�er indicating changes in a company narne or ownership �nust be accompanied with supporting legal documen�ation such as an updated W-9, documen#s filed with the state indicating suc� change, copy of ihe board of director's resolution approving the action, or an executed merger ar acquisition agreement. Failure to provide the specified doctunentation so m�.y adversely iinpact future invoice payments. ITB 22-0017 Neavy �uty Repair and 8erviees Page �43 of 52 29. No Bo cott of IsraeI. Tf Vendor has fewer than 10 emplayees or this Agreemient is for less than $lOQ,000, ihis section does not apply. Vendar aclrnowl�dges that in accordance with Cl�apter 227I of the Texas Gover�ament Code, the City is prohibited from enterzng into a cnntract with a campany %r goods or services unless the contract contains a written verificatian from the company that it: (1) does not boycott Israel; atid (2) will not bayco.tt Israel during the term of the contract. The terms "baycott Israel" and "company'° has the meanings ascribed ta those terms in Section 2271 of the Texas Goverrunent Code. By signing this AgreEment, Vendor cer#i�"ies Ehat Vendor's signature provides �vri��en veriiicatian io the Ci�y that Vendor: (1.) does not boycott Israel; and (2) will not boycott Israel during the term af the Agreement, 3Q. Prohihitiion pn Bo cotti�n Ener Conn anies. Vendar acknavuledges that, in accordance �uith Chapter 2274 o�'the Texas Government Code, as added by Acts 2Q21, 87th Leg,, R.S., S.B, 13, § 2, the City is prahibited from entering into a contract for goods or services that has a�alu� of $ Z00,040 0�• inore that is to be paid wholly ar partly fram �ublic funds o, the City wi�h a company witli 10 ar more full-time employees unless fhe contract contains a written veriFcation fro�n the company that it: (1) does not boycati energy coinpanies; and (2) will not boycott e�efk�}� cornpanies during tlse term af tI1e cont;ract. The terins "boycott energy com.pany" and "company" have Ch� inearung ascribec! to those terms by Chapter 2274 of th� Te�as Gnvermnent Code, as added by Acts 2021, 87th; Leg., R,S., S.B. 13, § 2, To the extent that Chapter 2274 of the Gavernment Code is :applicable to this I��reement, by signing thts Agreeinent, Vendar eertifes that Vendor's signature pr�viaes w��itt��n verificationto the City that V�ndar: {1) does not boycott energy com�anies; and (2) will not hay��i� c;nergy companies during the terin of this Agreem�nt. 31. Prohibition on Discrimanation 4�ainsl ��r�arrn and Ammunition Ind�stries. Vendor acI�owledges that except as atherw�se pro��ided by �ha�xcer 227,� of the Texas Government Gode, as added by Acts 2021, $7tka Leg., R.S., S.B. I9, � 1, tftc City is ��rohibited from entering into a contract for goods or ser�ices that has a value of $100,{!�1{� �r more that is Er� be paid whally or �artly from public funds of the City witl� a company with I O ar inurc i�ull-ti,ne �nt��]�}�es unless the contract contains a writien vari�'ication, fi•om the company that it; (1) does nn# Js�ve a practice, policy, guiclance, or directive that discrimir�ates against a fit•earm entity or #�irrarr�} 4�ade.a��ociation; and (2) w�ill not disn�•iminate during the term of the contract against a fixearn� entity or .firt�arm i�ade association. The terms "discrinrainate," "firearm entity" an.d "firearzn t�•ade asst�iA*ion" have i�ie meazain� ascribed to those tei7ns by Chapter 2274 of the Texas Governinent Code, as added by Acts 2021, 87th Leg., R.S., S.B. I9, § 1. To the e�ctent that Chapter 2274 of the Government Cnde is a��p]ic�a�e�to this Agreeinent, by signing �liis Agreement, Vendoz• certi�es that Vendor's signat�ire provides wrzft�r: verification ta the City that Vendor: (1) does nat have apractice, policy, guidance, or directive that discriminates agairlst a firearm entity or firearm trade assaciation; and (2) u�ill not discriininate against a�irearcn entity or firearm tz•ade association during the term of this Agi�eement. 32. Electeonic Si natures,. This Agreement may be executed by e�ectronic signature, which vri11 be considered �s an ariginal signature for a11 purpases and lZave the satne force and effect as an original szgnature. For tl�ese purposes, "electronic signature" ineans eleeYronically scanned anc! transmitted ��rsions (0.g, via ptlf file or facsimile transinission) of an original signature, or signatures electc•onicaIly inset�t�d via sni�ware such as Ac�a6e Sign. 33. �ntire of A reement. This Agreement, including all attachments azld e�ibrts, contains the entire understanding and agreement betw+een City and Vendor, their assigns and successors in interest, as to the matters contaizaed herein. Any prior or conte�nporaneous oral or writ�en agreement is hereby declared null and void to the extent in eonflict with any provision of this Agreement. fTB 22-OD97 Hea�y Duty Repair and Servic�s Page 44 of 52 IN WITNESS WHEREOF, the parties hereto have exeeuted this Agreement in znul#iples. 4y: _ �ame: -- 'itje: Assistant Ciiy Manager )ate: , 20. �PPROVAL RECOMMENDED: 3y: . Vame: I'iile: _ � City �ecretary � V�NDOR: By: , Name: Title: I Date: � 20 �ONTRACT COMPLIANCE MANAGER: 3y signiag I acknowledge tha� I am the person �esponsible far the monitaring and administratian of his cantract, inciuding ensuring ali performance and •eparting requirements. gY� _ - - [�Tame: Title: __ _ APPROVF� f�� TO FORM AND LEGALX'I`Y As�istant City �.ttorney CU�I'I`l��►�:T ALTTHORIZATIUN: fVT�&C: }�^nrm 1�95; _ ITB 22-0017 Heavy Duty Repair and Services Page 45 of 52 CITY OF FORT WORTH: EXHIBIT A SCOPE �F SERVICES � � ITB 22-OQ17 Heavy pufy Repair and 5ervices Page 46 of 52 EXHIBIT B PAYMENT SCHEDUL� � ITB 22-0097 Heavy auty Repair and 5ervices Page 47 of 52 EXHZBIT D VER7FZ�ATIQN DF SIGNATURE AUTHORITY Execution of this Signature Verrfication Form ("Foxm") hereby cer#ifies that the following individuaIs anc�lat• positions have the authority to legally bind Vendor and to exeeute any agreement, amendment ar change order on behalf of Vendor. Such binding authority has been granted by praper order, resoluti�rn, ordinance or other authorization of Vendar. C1Ly is fully entitled to rely an the warranty and representation set farth in �is Form in entering into any agreement or amendment with Vendor. Vendor t�vi�l submit an updated Form within ten {10) bUsiness days if ther� are any changes to the signatory authority, City is entitled to re.ly on any cuxrent exacuted Forna until it recei�es a revised Form that has been propet•ly executed by Vendar. 1. Name: Position: Signature 2. Na�ne: Position: � Signature 3. Name: 1�' Position: ., � � � Signaturc Name: Signature of President / CEO �ther Titla; Date: � .M� !Tg 22-Od17 Heavy Duty Repalr and Services Page 48 of b2 � � � Q � � � � � � � � � tid � � "� � � LL b. QI '� L,L � � ,o a � � � � � � ++ � � � �� � � � � .� � � F� � � � � N N .� ` C � � � � C W m Z W � ❑ N b M ,C p, n � u� � � � � � .� N � � Q � ❑ ❑ � C N� � � � � � � � a � u°0i 1° � � Q ❑ � N D � � � O � w � � a � o '� � c O �3 tl�i •� � • m � � � e � c C � ❑ W -y .� � � � C � `L3 LLI � ;� � ,4-��_- m o � Z � � � ❑ � � � �p O M 0 • �7 O l� LL! � � � a � f� � � .� N � m � � � ? � � OI ❑ ❑ ❑ � C W �L � � c m �. �' �J] � �N SL LJ..I C y � " C9 '- `� a� cn � � � � N � v �x � '� � �' ❑ ❑ F- U m � � ❑ ❑ � � o` O � C � � � � U � � � � � � � � Z 7 � -a � �. W O � � � y :9 � � � � � V a`� � � .v � � � n � � U � m � � � � �� H � V � � = w x `� Z � � � C) � � � � � �' � A �' °1 a+ � •� � � � � � � � L.�7 Q m T g e � Q � � Qf Q � � O CI V �� � � � ° a �; 'o r�+ ° a � � � o � �' ° _ � � � � v d � � � � U � � � � t] � 8 2 � � a �7 �. C '� �C �} � C '6 E� � � P � 7 � '� a X � N V ffl � '� o d � O a � y '..��i N y � � � �_ � �� � Vi C C , N 7 � � U �, a U � � � �s � �P N �� m ❑ oU E c aro o Q �U CV — � � -t'C+ �.-7 N C Stl .� O � � U � x P �LJ �� N � � a o �� . � � V U {�j. � N n. b m � A � � � 7 O �a � e � p '� �q C � � a ��� C '� 7 w �p •Q .� tj :ti � .- C Q m � � � o -� � ���L � � f� � � (i7 � a� o o N p U � 'p o.^.a � � � ? m A uStl. � a UI ..�� ;}rn C � � � � � � N C�.1 � fli C � � O = � �' � _ m � N� C C � o � Sl. � p � U N c �'= O � :M � � � C � �� ai � � � N [�U N � � N O C �' U � N �- �_ � � � � � �� � � � w �N �� O � p �' fi � � � y N � � o' C � '� ,N 7 � m @ C� t � �12 Y � L � o � �. C ro m � � o � C � � O 'C y-. � � a� c ' � � o � p [�6 p U V7 � U � D Q � m � � �, � � � .n P � Q m O ~_' a 'a �� E � O a I.L � ,a L m � O C � '� C N O � �ti � C 7 p � m ,� � F�8 N L c � C N N d � � N e .N � m C({� U c C71 C4 (0 N � L +� C N U c � �� � .n � � D y�-+ � O � p � N O � N� � � �� � L �F N `� P a� — � m 'i7 v � N � � � N �� U a1 � � � c p -� C � � �° O b W v � � � � a � � o� �! � � ,I N �0 1 aK .���.. y I O3 L' ci m• � a � C i �' a �! o� �; �� � � N� � + � � �J �f U W i � ! Q� � C � . � a; C� s � X � � U (� O `� z .� N � w 3 L � � � O N � .� � Q. U N � �U � � � C c, �m C N N � � � `o � � � 4�G eU �� A � �� �o w � N LL � � � �U N � .o � O o U � � m d C � �. P 4,3 N @ � '� N ❑ � L � Q � � N� � m c � o �, C °�� [51 L � Q j X� c� Q � = N � c p �'U � � �U oz �U C �F ¢ N N � O ��-+ p m � � m � U � o i..) � 7 � ) s > i S J p 4 0 C 6 u ) a Z u C a W N ,Q L O j � � `.W'� "' �' E N C C N � � N � CO p �N o .� �E � � U. 07 N -p N � V � N = 97 �"O � � � � � � oQ-a�+ O µ- O �� m � m � ���� f6 � m N N .�'.�p� N � U=' O lNS � W � � a � 7, ° m`c� � C � Q � N = 6! Nm3�' � +� � O �.O � � ;�3 •�' .� ro o N � w � o � 7 �' �.N � ���N Li.1 W o v y C '� � � � � � 'N U 41 m 3 �C � m r� N � In.Q "� � � \ (u�p Dw G �D ��:�vi N p W D �w N� ... y �n � �3 U C m � � 'N � U.: a � ;�m� 0 � � C w C 9 � o � = E� _ o�c'�� L � � � � � 0 � y � � W p��7 r�n � � � N m � E� � '� � � � C _N�;''m �, 7 • � � � tT +—• p_T ..., N O uj � N f6 � � •� �. ,���.., QO � 6 y � � � r �o� � 7 �' C � �� �� � '�' � U �CO W O� � � m � m 'C � � � � � � � y 3 'O p U1 N � � � O `c- L � "O • L L (n Q �o a � o'm.u�n� � fQ �- �O fA N � .�w � 7 � O � N Ul CiS vi o � � � � N � Q N � � � m E :� N (Q N N O E � � � � ° � �L � C N � N� N_ ��W � C p � O � � U � �wou� o� a� N' I�?��. O ,c � � � ro O O p � � m �' 'r��n a` �'��m a. i]. Q' L "� a o O � 'O (�iY r C m ul � � � � � (17 � — �j � U � L N � � � � l�6 O Qj � � u1 `� � ��E.� L Q � O p N U� li] U � P m '� � �fI� � N � y�_. � 0 0_ � � � � 'O � d m � m��� �,oa�� tO vy tl 'r C �- � 3 � 4 � p � y � U ,C L� u� L �' •� m � � � •� � � C � � N � 0 N � � O �4 � ti � � w m � E 0 oi �a� �m°1@ � C � � � O a p v �� Q�' � rnen �t�i � � a ` � U Ql W a� �m m � cu o �j q � :«� 07 y Ili � � c m .0 � L N •� � d.r� C � Uvai c � � Q N N � � Y O N � O Q 7 d '� ta � � � c� Z m � � C m m � � O 3 V Q � � � 2 ti O O m � � � � � N �+ � �� � � Cfi � � .� � � E � � � � �. L] {�1 p %� m �� �a u::� rh � C Q a � ,��C 0. a��n� � r �y � �4 — rs � � � �C Q ] • U . if� ;� � � ,��, � c � � 4� '� n �u �a # u �� �i ;:� � F� � ,f14 J ds � -- ;-��:� .a � c ;'�'�' a �m m � s,� � � � >, o -� 1� � ,� cry � � 'a -- _r..... `� � o. � �[T'°'w i: � � [Y] �I v [u ..: -- � � r�� � 49 YJ �. ;� � .`.�- � � 411 � �� 0 � � ?7 Vj Nf Q. C ' E � u � � � } �n � �� �:'�o r.nw �:r*;� r �,� � � r �� ry� � s� � ���x��U � �E �� �� �s ui � rx� E �9 C� Sri � � iq" ' ti � {p �} v� :� '� � � cu r� -��, � ,� � cri �,.� Q � Q { � � - � �� � .� ,h .�: .... � _q .� U� �in � � n7 u� '� tr �� � r,n co � �? f� c t�, � t a ,r d O � �� �� a " � �.�y in w �� , � � � � � ? '0 ra � � ' h � � {7 � � ��j y0 � �. � �� � [b t] � .� �n �cx � '� ' i7 al: �B � � .iN � . {} us ._ €u � u+ �n o � r_, C iU � {7 {i7 1 .Ur � �F � �k�di�� � rr� E 4� ; • Qt _ "L�-, � {_`ST � :� � �i � � ?, s� :' � � q•'a v °"� m '" � iii t� �; � . �:T r_, � Y � � in �m�ry� �� dry R1 � � a� k � � C � G m �rs �`-� � �c m cr ? '� ,p� a. � �, �. �o [xI T,} t � « ` f p T] � � tlF �n •J o � ❑ � G9 � � d s � � U7 ry {� .i � m a � � G � :� s ^r" x� � ro m �+ � � � � m� t� � vj 49 E c °� -r N C` � � li n � �_ � "e L�7 4 � � ., � � � �� '� e iY 'C n �� r� � �. � "�t :r �i i� ���� �� � � � � 7� $ iu � �� � �i � � � t u 47 � J �_ � � LI. a o f� �� � �{,�� � � ca C] -� '•'- t� py � _r� � � � ti L� cp � f �3 ili G w � f � � � �w � � i�} .�n � `° � �� Ja � "� � �. _ ��'`� C: � �� w, 0 0� � � � .� m � �7 N m l� O � � � � � 0 v � � 6 �� � d � .� � � a� � �. � � � � � � � � O C� � .� � .� � � fl v l8 g O U Oi .g � � � � � 0 � .� � � � � (6 ti C f6 U Ct6 L{1 U C�{ C .c � � �C U � C U Cd � N.` CO � U1 •C � ro N•� c �- •� m c �- �� c a 7 m ,�+ � N i� E o � iu � o N tt� C u Z � Z¢ Z Z Z Q � Z Z Q � ❑ ❑ ❑ ❑ � ❑ ❑ � � u� � d � C � � N C fff � l� N � � � U � 'ti � '� �a`r wE w c ❑ � m � a � � � � Q Q N � 'a� � �� � �� � � � � � � .� � � � c�i � � � .� �m m � w �rA Rf � �u�-. �W f� �¢ a c� ��¢ � � Q a � ❑❑❑❑ ❑❑❑❑ ❑ ❑0❑ � � � � � (a U U � � � � � U U U � � D 7, � �� a O v� UR' p � m� U H � � � � ❑ � m � r a � a � � o � � U X� "- U� O '� ❑ z I-X- O " � �l�[�o � oo❑❑ � ❑❑❑I� L � r � � � �. R �n z _ �� w -�; � a ' ff� � m � � d N � '� � .� .� V Q � � a � � d a `m W � v W v L,1. � N Gf ,� G� � n7 � � � U .7� w U � � U .�7 � p n o � a 0 a d U � d U � � U � R � a h � v� � � t+g h � vr LL � 0 � � � Na ll.� �"' � 0� a� 0 4Q � C� �� � O � p � O Q� � � � � � � Z V � � � � � � Q1 N � �f UN1 � fA I/J �, � � .. � �; � � a► � � � c.� � � �1 � � V � '� �Fd Fr � 'q �i-� Lr � ' �4d � a ,� � o � � .°e � a � a .°c � o a� a a w c� n a�� c� ao a a ru c� N � 0 �. � O � o� O � v 'T� � wa N � .� � � m � m� � v �� Q py ma � � � 0 0 N � � � � � � � � � � � � �p� 1� � C�9 � ,� � � ;�" C L w � C 14 a `� C a ca A t� c m d � p o � � � �0 � U F- � d � � p a� � � � nnn� C U C �C � m a m � N Z � Z Q � � � w m � E � Qy U LL, 'C ❑ � � � �N � °� � � a � Q Q U � ❑❑� � U U � �, � � �w T N W � C1 Q� °' v�'i z .� y wa � J a � �- `� � a 6 G � � � � � U� Q � � Q VJ O u�,[ Z � v �� � �� m � O� N n � O�, o � �a � � � � — � m m � � .� � � a � LL � � O� +� cn w o �� �a a+ uNi � � U a � �, a Q � �� � a � � �� � °� � D � i v �; .� � � � •� � °' �q Q � w � Cy � U � C .0 � U m Q � � z � Z¢ � � � � � � � 'C � � � Q � � �y a� � � � � � ❑ � �❑ � U � U � � s U � r.t � O � � � � L � nnnn a .� � 7 K� u .6 z rn � o 0 a a ; frr � m � a t: N U � � � U m � � 'U � ? `m � � •� � � Z � � � � a� (p C L�mL � N ❑� c a 19 C py � � � � � Q Q U ❑ ❑❑❑ � J � U � � � U �- L' ;ti � U X � �a Z�- � ❑❑OQ a�i .� a � � � .� �, i cn a Q O m Q A'. �, f" y � 0 U � � � z a O � a e� c � o � o �a � � � � � m � e� � � �- svv c aNi m� � �� 01 0 � b" •� ,�. eo � •� �+ F- � '�. wr .�� o a � .°e� o � � �°� o �[u U m Q a� iJ C+� Q �I� C� � � � C •� V 'C m Q � � � � O � � � a� � � N � � 'C � ❑E, c ¢ � C N m �� � � � � � 'w m � ❑❑� � U � U � C1 � � U F- � � � � � p z � o � nnnn � � :� a � � w w a a F w fl � �� D �) � � � � N y � � d .. � � � � � a a� � � � v iC � 0 C] N N O d N N o� � �� Q o � � $ n � Q- wa N � m � a � � p, N ai �+ � a d � � �0. T h 0 Q � � � � LJ. � � � � � � � � � � .� � o� � �I � � � � � � � � � a� � ..d � a 7 � � � � � O � � � U � U �+L-' (� � N � � �"' U Q} � C�.f � pa, � � � � � c`[1 � r�i� � O �J U (/i � ro � U � � � � � U � � �ma �'^ � i� VJ O � �, L4 � O � � � � � � � � N � � W � F� � � N � � u. � c �1 O � � o � � n � � o n o � C � � a � � � � Q Q Q � (U CO I� � O O p � ° � ° a � � � � �- � �-' � � o � C � � O � � O � � -- .� � � ,� c� � � �� � -� � .� � � 3 � � � � � '� � N � � � U� I� � u� � � � o C � ,r, G N _ � � � � m � � •C N � cn O � � — � D C a � � � o� `o a��i aO�'cu Q.��� � � � � -�-L � E � �- U � +� Q1 -� .� N �— o � ~ o � ,� V � � � C �, � ID . N � � Q � Q � W � N tNj� "� � ""' C �1/ 1 � � � 0 � � N m .� C .0 'L3 n � a � c �' rn � O � N o .N 4� -� C� a--� �1 US � .fl � p � �� ��L � O � +r � C �-�:' O ; � �y � � � O -o �R � � vi � � a� c � '�s a o � � � � � o � � � a c ����o � ��� � � u� tii . � �� �E �o��� = � � U 'p � ` � � QI � � 'n N N •� � N � � � O � a � � � � N � U •� .G U � [U d � � � C � O C �y N �- � U L � �i C � � L O o � „yG � (��" � � � C � � � � o � � j �. � `� c � � � (l5 p f� � ,N?r W C L � � � �,N �,N L�f p � � •� c�—�sroo c ° � � � � N 0 � � � � C � � � � O � � Q��� y� � •N •-� ��E�a� }: � c s '� � d � � a � � � � .�, Q ` O O 3 p U � .-. Q.. ,� � C.1 � ..Mi � � � � � � � � � � � � ~ � � � C O � � uj N �, IC p � ��Q.� w� I� C C2 Vj A � a"' � U:� p �-� � � � � .ti ` O 4. �-� � p � � y O a V � 'a N .� � N 7 C t- � O � � � Q � � � N O pm� �.�� c � p p � C � � j .N �. b1 � O iU Q �1C Q.0 � � � � � � � L �" � O w p � U U � � �" � .� .� U N ,� � .n � � L N �i � � � p � �, N � � � � � � U � � c cu c� � s� .��� a�� n`�i c d N � � � � � .� � c-o E � � � � � � � ��� �� �° °� � � �- �a� ��a��,w� �°`'°�E a w� °'�� �o�� � JL � � �fA N � L � � � � � T N m � C � (� � V � Q) .� � � O � N � p � � �} � U� � �+ � � •� � C � � � ro C `� O m � aXi `o. o. � � � � � � � � � � � � v � � O � 0� � � � � � � a � O �� ,a � LLI O W � � � � � � O � � � � � � � N .N � N �'' B � � � � � � � O "�O'� .��'' ¢ � c� a c� N '� O N � N c� N O � �� �� � c. L1J � �i .� � � � o. N � Q O� a� � d m T ti 0 a N CV � � O .� � � � a w � � a� � '� � � m �, � �; �x •p N �� �o c � tv � � � � 'p`O� � O m� N � � � 0 ti [�•�oTp awo ExH�xT n VENDOR'S BID R.ESPONSE TO CITY'S RFP No. 22-001'% (Yeradof°'s Bid Response to Cr.ty�s RFP No. 22-OO17, Pages, foLLow) Vendor Services Agreement Page 25 of �6 Southwest Tnternational Tracks, Inc. FoR�rH6 ���'�� ��►�� E��ntla Page. CFw01-22�0017 �vent Round Versioq 1 i �ven� Nams ITS Heav Aut R air nd Sexv.ice Start Tlme FTnisE�'time ].2 15/2p21 68:D0:00 CST Ffl 06 202� 13:30:Oa CST In�ited: i'tJBLIC EV�NT1]E7'AILS Submit To: City of �art Worth F!�lANClAL MANAGEMENT SERVIC�S FINANCE - Pur�hasing 2D0 7exas St. (Lawer Level, South) Fort Worth FX 76102 llnited States �mail: FMSPurahasingResponses�for[warthtexas.gov �Vet]� ��SC��p �1011 the City pf Fnrt Wartn (Ciiyj seeks afds tn flnalize an annual agreement with multiple �endors far rapair services far Cify ownedheavy duty �ehiclps and equipment $nd to establlsh an Annuaf Agreement ta provPde Original Equ� ment Manu�aaturer (Q�M) Authorized Servi� Faeflitfes for iha Property Manegerrtant �epartment {PM4) on an as neaded as specified in fhis Invltatinn to Bid {IT8_p %rims � �anditi�ns WI compan[es�rndi�ldua�s wishing tv do business wit� the City of Fort Worth rrcust register as a Bidder on the Pe4pleSof# Supplier Portai. �laasa visit i�itps:l/wvdw,farlworthtexas.goWdepartmentslfiRancelpurch�singlregister far more Inforrrtation. Assigned 8uyer. Aahley Karlva There will be a pre-proposra! r.anferenae hald nn �ecember 23, 2021 at 2:D0 PM Locatian: CiRy Flgll 240'iexas 5i Rnom 38D, 3rd Floor Fort Worfh, Texas 75102 BEds are solicitad for furn'ishi�g the merchandise, supplies, servic>es andlar equipment as set forth in thls soliaita6on. Compfeied Bids including one executad arEginal and one USB fiash dr�ve con#alning ele�trania versions of al! bid doauments mus# be received in tha PurChasing Division by �:30 P.M., �eaember 16, 2p21, and then putrlia�ly opened and read a[aud at 2:flD P M. in the Gnunc�l Chambsrs. BEds rnust be submitted ln a sealed enve`ope WiTH THE 8f17 NUMB�R WRITfEA1 ON THE QUT5IQE OF TN� �NV�LOAE, �ddressed to the Purchasing Manager. YOUR BI� MIJST BE R�CEf11�D BY'�HE PiJRCNAS�fVG (?FFICEANd TIM� SiASU1PEQ RR1QR TO THE 4:30 DEADLrNE IN ORDER Tp BL� CQNalDERED, Bids shall b� maileci or hand delivered to the foflowing address: City 4{ Fort Wnrth, Purchasirtg Divisinn, Lower l.evel, city Hair, 2Q0 Texas 5treet, Fort 1NArth, Texas 761U2 E3ids delivered by specia! cnurler (i,e. Federal Express, SpaCial C�elivery etc.) are to ba rr�arked on th� outside of the cour��r's shipping en�e�ape "B�D No. 22-�pi7, ITB - Fleavy Duty F�epair and SenriCe" A�iD MUST BE R�C�IVEl7 8Y THE I'URCHASING OFFICE AN� "CEME STAMPEI] PRlOR TO T�EE 9:3Q dEqDl.INE 1N C)RpER TO BE CONSi�ERED. Late bids will be returned ar destroysd; they wili nnt be opened norconsidered in the evaluafion of the hid. Eids may be wit�drawn at any fime prior to tha o�cial opening, B�ds may r�ot be altered, amended or withdrawn after the offinial openEng. 7he undersigned agrees, if the bid is accepked, to t'urnish �ny and all �terns upnn which priees are offered, at the pr[ca(s) and �pan Che t�rrr�s, cnndltEons and saopelspecifications avnta�ned fn th�s docvmant, The period €or aCceptance of th[s bid r�+ill he 120 calendar days afker the b�d apening da#e. Soficltation Dacumenfs: 1. Ca�er Page 2. Bid Svbmission Signature page"'" 3. Bid 5oliciiationr'� 4. Part 9 - Instructions 5. Pari Z Scope �f Servlcesl5peclflcatlons 6. Atiachment A- Cnnflict af Interest Disclosure Ftequirament"" 7. Aftachment B- Ver�dor's Cantenf Information 6. Aff�chmen# C- Canslderatlan of Locailfln of Bidder"s Arincipal Piace of Busfness"( if applicable) 8. Attac�sment p- Reference Sheet 9.) Attac�ment E- I;etaifed Scope of S�rvices 8.) Atfaahment F- praft 5ervfces Agreement, attached as a s�parate cfocument "'"i�equired to be carnpletad and su�m�ited. See Seciion i4,2, Part 1 fap all requirad dncumenis that need to ba supmit6ad, Failure to submit afl items u�ilf be grounds for rejeciion of a bid as non-riespnnslve ta the spacificafiqns. ITB 22-0017 Heavy Duty Repair and Setvices Page 1 af 52 FoR.�" T�_� �OD ����Y�S��R� ����l6�`$'��� �l��a� Inv�ted: PU�tIC EVElVT C��TAlL.S Submi� %. C�iy of Fort Wurth FINANCiAL hAANAGECV�I�T SERVIC�S FINAI�IC� - Purchasing 200 �exas St. (Lower l,evel, 5o�th) �ort Worth TX 76102 United States �mail: FMSPurchasingResparlsesQforlwa�thtexas,gav The Undetsigned, by hislher s9gnature, represenks ih�t helshe is suhmittiflg a binding affer and is authorized to hind the respondent to iully comply witit the soli�lt�tion document contalned herain. The Respondent, hy submitling end slgnln0 befow, acicnow[edgea thai he/sha has received gnd read the entlre documettt packet gecliona de�ned �bave inc[utiing all documenEs incorporqted 6y re%rence, and agrees ta ba bound by the lerms therein, � � � J �i► Legal Company Name: � �"�^��'"''G Company Addresa: �� `� � � c��y, s�ate, z�p: r�- W � b I°'� Vendar Fiegistratlon No. �� ' � 3'� g Z printed f�lame af OHicer or Ruthortzed Reprgsentatiue: _ 1 le u�� f- A�nh Title: �lgnafure af Q�icer or Authorized Reprc�sentakiva:, �E� � — Date: � " ` � �mailAddress: �avY�.�. SW+-�'- Car� Phone Number: l 7 ` � � ` � � � � �ederal Idanlificadon {Vumber(FII]): �� � � �� Q � �� Will agteement be availgble for Cooperative Agreement uae? Ye� �! iV0 � 1TB 22-D417 Weavy buty Repairand 5erv[ces Page 2 of 52 o�T�o�rr�o C�I� �������'��'��I� �vsntlD �age CFW01--22-U017 3 Eveni Raund Versldn 1 1 Even! Name LTS Heav ❑�it tte air an SerVice Sfar# Time F'lnish 7ImB 12 15 2021 08;Oq:00 CST 01 0612022 13:30:G0 CST Invited: PUBLIC �VEhT oETAILS Suhntit To: GEy f Fott �1Vdrth FlN�1NCIAL MA{NAGEM�NT SERVIGES �INAI�GE - Purchasing 200 Texas St. Lower L�vel, Sout[�) Fart Wor#h TX�6702 U�itscE 5tatea �m�il: FfVESPurchasing�espnnsesQfartwvr#htexas.gav Lfne: 1 aeacrl tian: Unit U�RPrice i'otal Diegnos�ciEvaluallqn Fee �ooa.oa EA � �IS � y�1.�3�v l.ine: 2 Descri ion: Unit Uni#Price %tal 5ho� Haur[y Ra#e, Mon-Fri 7:afl am -9:3D pm 400i1.Ofl HR !b �. ao ,vf �04 Line: 3 �escrit�tion: � 4Qty llnit _ lfnit�dce Tatal Hnuriy F�eld Rate, Mon-Fn 7-00 am -9:30 pm 44D0,00 HR 1 bs, DU �f� oo� Line: 4 Des�rlptia� C�tv Unit UnitPrine 7dtaf Trensppltafion Fes (Pick-up & Delivary 2QA.00 ER .L � I .. L_ �_�.J " Incluslve) ff applicabfe, Round Trip LPne: 5 [7asCriptPon: _ _ Qtv Ueft [1nitPrice ,Y, , Totel Qrkvetrain andTransmissian Fiepairs Driuetrain �CluFchAssemhly, Flywheei, BtG) 100U.D0 MR �Jon-Warranty hourly 1�6ar r�te (1 Ton & Over, ��� p� �,� �ncfuding Spealalty $ Off Road �quipmentj r ��i �� l.Pne: fi Transmissi0n (Ma[n, Transfer Case, CMaln and Final L]rives) hlon-Warranfy hourly labar rate 9DU0.�0 HR (1 Ton 8 Over; Including Spec3alty &(7ff-Road Equipment) ��J• � E��,vYal� Lina: 7 Descriphan: - - �h+ _ Unit Un[tPrias �'otal _ ` Engin� Repaire �ngfneAnalgsls Nnn-Warranty '�040.D0 HR hovr�y lebor rata (1 Ton 8� Ouer; InCludirsg C Specieliy &�if Rd&d Eguipment) �� J' UQ %� a!J �i Llne: 8 Desariailon: Q�r Unit UnitPrlce Taf,�l ��Ipc�rioal (Alt6makorl�enerator, Bal#ery, � �� � — �' — . .. Ignitlon, Llghts, etc) Nan-1Narranty hourly 900.U0 HR labor rate (1 Ton 8� Over, Incfuding 3peclalty � & Ot� Road Equlprnent) � �� �d r� ✓J ��� !TB 22-0417 Haavy puiy Repair and Servtcas Page 3 of 52 pRT �URT e �Q� ��a.��B��T��� Invlted: PUBLIC �VENT DETALL.S Submit ia: City of Far� Warth Fl1VANC�AL MANAGEI�IENT SE�tVICES �INA�ICE - Purch�sing 200 7exas St. (Lower Level, Sflut�} Fort Worih TX 76702 Unfted Sta#es �mail. �MSPurchasingRespansesQforlworthtexas.ga� Lirte: 3 Reb�ilding, etc.) Non-Warranty houdy labor SU0.04 FiR rate (1 �'on & �ver, Includieg Spscaalty & ' � �, D� � ��� (��� afRRo�a Eq�rprnent) Lltte: 10 17esaWptlan. lity Unil- -- Unit�rice Tota! —-- Exhauat and Em[ssions Repairs to inCiude pPF and SCR Cleaning - Exhauat Sysfem Maintenance and Repatr Nan-Werranty hauriy labar rate ('1 800•0� HR Ton &8ver; 1ncEuding 5pscia{ty & Qff-Road ��5� (�Q 1�� pp� Equipment} L�i1�C '��i __ .._.. ���un..t.... 7Ah1 Non-Wsrranly ltaurfy 18bar rate (4 7on & Over. Including Speclally 8 �tf-Road Equipment) Line: 12 Autornahile and ather Pessenger venia[es N{aintertanee (Not DtherwEse Clpssified) Nnn-W�rranty hnurly labor rate (1 ian & Over; Including 5gscialty 8 Oif-Road �quipmenty Line: 13 r.�5. �d �� a�� 2004.00 FiR 1 �5, v� 3d ��� Armoring af Vehiclas, Handteappsd and Van Conversians, eka) Non-WBrranly hourly labor 20U.00 HR tatEa �1 Ton & Qver lncluding 8pecial4y & f�5, pd �,�J OQ Z1 Off Raad EqulpmentJ Line: i4 �mscrl tion• � Unit UnitPrir.e _ 7otaE General Nfair�enance and Repai , Vehicla (�[ol OthenivTse Clessifled} ta Inc[uda �il Changes, 2U00•fl0 FiR Lu6dcatlon, etc ('E %n � OveY; Inciuding � 65• [� D � �'� � Special[y � ��f Road Equfpment) Line.: 15 9e,�ari tlon: Uni{ L1nitPric� �oYal Autamotive Nlachine Sttop Services Non-Warsanty 4UO.q[t HR Haurly Labor Rata (1 TOn 8, dver; InCluding ��,,y, .c �/� Spacialty $� Off-Raad Equipment) �.jt18. 1$ _. _ ,.__� �i..un.s..e Tn491 Classilied} Nan-Warranty hourly latlor rate (9 Ton &�ver; lncluding 5peciaily 8� Qff-Road Equipl�n0nt) 7"09.40 MR i5�d� ITB 22-0017 He2vy Uury Repair and 8eroices Page 4 ot 52 ��'� �B FoR�. �1� ���I�B�'����i� �ventlD Page c�o1-22-ooz 5 �vent Rcund Version 1 1 Ev�nt Nar�e ITB Heav ISut AQ air dnd Service Star� Tlme �nish'lime 12/15 2021 08:00:6if C5T O1 Ofi/2022 13:3U:110 CST bin�: 77 Otherwise Classfiedj iVpn-Warranl labar rate (9 Ton 8� (]var; Includ[ng & Off-Rned Equ]prn�nt} Line: 18 Verttll�tion, etc� Coolfng, Nesting, and Vpritilatfng Sysiam (:41C Syalem, Hos�s, Water Pump, Redl�tor, Heater & Aecessorfes, Ventilaflon, etn) (9 Ton & Over, fnc[uding SpeclaSty & OfF Road Equipment) Line: 19 Repair, inel�diRg spscialty & Off-Road �qulpment Mourty L�6or Rafe (7 Ton E� Aver, lnal�sdina $peclafiy & Off Roed Equiprnenl) 450Q.QU HR 4QOQ.p� HR �Uni 500.00 HF� Line: 20 �lascri tian: Q Unit Unit�WGe 7otal FisirafitUng Vehicles to Reduce �missions & 7U4.40 HFi Imprave Afr �uaiity 4at re�te'fee �'i Tan & . �/� ,`�� Over; Including SpecialEy & Off-Roac! l� !�' Line; 2'f Description; Qtv Unit UnitPrice Total Wheef, Alignment, 5uspension, Resr End, Etc. 1206AD HR RepalrAlignment �nd Wheel Balaneing � � (]ncluding Front-End Repafr) flal rata [ee �'ret '�'�� Line: 22 flaf rate fee (1 Tan & aver; Including 5�sgalty 8� C1ff Road Equipment} �,ine: 23 Whee! Balanain� FEat F'ea Ftate (9 1`on & Over, Inc[uding SpQalally 8� Off-Eioad Equipmertt} Lfne: 24 3�ate (1 7on & Ov�r; Includlns Off-RCgd Equlpment) �� �� "l200.d0 ,�1� .�� �+� sth� i �� �l� 6 � GF.,iiO li'$ 22-D01 T Hea�y Duty Re�alr and Services Pega 5 of 52 Inrrited: PUBLIC EV�NT DETAI�S 5ubmit %: Ci�v of For# Worth F4�7ANCIAL MA�l,4G�ME�Ir S�Rvlc�s FINANC� - Pu�cheaing 2�p Texas St (Lnwer Leval, SQut�) �art Worth TX 78102 Unitad 5tates €maiL• �MSPurchasingRespor►ses@fiarlworfhtexas.go� Unllpr�ce Total �� �� ��S'� �ad ,��.r�o 0 Fou�m Line: 25 Npn-Warranty Hourly Lal�ar RtaEe (1 'ian & dver, Including Specialty & �if-Road E4uiprne�tj Lin2: 26 Parts- Cast Plue �+) _.�.�.—.��'��"��� "'� 'M�nufaoU.�rers List Prica' {Appiy Mar'[c Up Percentage Bid to $30D.04 7a Obtain Carract Sum. �xample: 3U0 x1 D95 = 30: Lina: 27 Hpse Repairs a�dlo� Replecr,m0m tnnonaay - Friday between 7:30 a.m.- 9:30 p.m)H1ped ta the ns8rest gua�ter af the ha�r L1ne: 28 ppseri i an; Hose Repair� andlar Repl�cerner�i (After hou �rlday at 9:31 pm - Ntanday at 6:5� am) Bllled tp #he nearest quarter of th� haur Lir�e: 29 oescrrotlon• Aiter Hours Fie1d Rete. Mon-Fti 7:D4 a�'1t -9,3C pm �,ing: 34 Holfd3�ys, �I� ���V��1'°�o�O�N 300.00 �A i �' "` � %' ' .,� ,i . �� %� o�Q UnitPrice 'Co�l � '��- -� r �L._--��� r� ��� �O /�r.,�o Toiel Sid Amomtt: �� 37� � �,� ��,� `� 6/a�( �JrD p b[d of "0" (zero) will be InterQreEed by the Clfy as a nn-charge {tree} ilern and the Clty will not ea�pect ta pey for lhat ftem. A bid cA "no bld" ar no esponse maY be co el deretk las non�re ponstve and m�ay resu t�lnd squa lfica#i ntof�thetbid�d on that item. Be advised, a"no 1TB 22-0017 Heavy Duty Repelr and Services page S of 52 Irl�ited: PUBLIC EVENT DETAILS Suf�mlt'�A: C9ty ofi Fart Wotth FINANCVAL MANAGENlE�T' �Ei3UiC�5 FINANCE - Purchasing 20D Texas 5t. (Lower Levgl, Sauthj �ort Wort� TX 769 D2 Uniked States �Email: FMSPurcha89�gRespansea@fartvuorthtexas.gov �ART-1 IAIS�RU�TI@P3S 9 _0 S�G 1pR1 1.1 Review o� Docum�nts: 6ldders �re expected to examine all documents that make up �e Salicitation as we[l as any add�ndums. B9dders shall promptly na6fy tF�e Gity of �ny omission, ambiguity, inconsistency or error that they may discover upon examination of the Soiicitation by the deaclline for questions listed in Seetion 2.D, Part 2. The City assumes no re�ponsibilityfar any errors or misre�resent�tions ti�at result frflm Bidd�rs not using the cnmpleted Solicltation dor.�ment and addendums. 1,2 I�ocation af I�ocuments: �olicitatfnns are issued by the Purehasing Division_ The location for the Purchasing 17ivision �re spacified in the advertisem�nt and on the #irst page of the solicitafion. 2A �XPI,�.�„d►�ID�IS CLARI�iCA�1�RfS AR @�I�5�'fCJAiS 2.1 Any expianation, nlari�cation, or guesli�n daslred by a Bidder regarding any part of the S�licitation must be requasted in writing from the Purahasing Division by the quQstEnr� deadl�ne Ilsfed in Sscti�n 2.0, Par� 2, so that a wriften adtlendum can be posted befiore the submissinn deadline. fnterpretations, corre�tions, ar changes to the Soliciiatian mad� in �ny other manner are nofi bi�ding upon th� Ci#y, and Bidders shall not reky upon such interp�eta;iar�s, corre�tions or changes. Oral explanationS or instructians given before the aw�rd oi the CpntraEi are not �inding. 2.2 IN OR��.R FQR QU�STIOEVS TO B� AIVSWERED, ALL QUEST!()NS MlJBT �E l�AND D�LIVEREC) OF2 SEI�T BY E-MAlL gEFOR� THE QUES710N D�ADLfN� ANC! MUST B� 1[?E'�fTIFi�D AS FQl,�.OWS: 2.2.9 All explanatlan, cl�rificakian or quastinns must clearly ident�fy fhe buyer's rrame and the bid numher on the dacument or on the su�jecf lir�e, if sent by and errrail. Frar example: "Rtfentaon: Buyer name and Bid Na. XX-XX1(". I�t�� bwer's narrre an$ hld numb�� is no# included_affi sl�eeified �bo� #I�e dues#ionfsi wllf AIC1i k� an�w�red. �,2.2 Delivery of questions by. 2.2.2.� Hand pelivery -- Fort Worth City Hall, F'u�chasing plvlsion, Lawer Le�el, 2Q� T�;xas Street, Fart Worth Texas, 761 A2. 2,2.2.2 Via Email -- �MSP rshasin Res onses fort4vo htexas. 2.2.2.2.9 f�le�se rtote, if an e-mall confrming receipt of your e-maif is not received within 1(one) busin�ss tiayt pieaae conta�t tFze City af Fort Worth Purchasing at 81 i-392 2462. 2.3 lntsrpreta�ons, cor��CiiDl�s, or char�ges in the Solici#ation made fn a�y other rrt�nner are not bi�ding �pan th� City, and Bidders shall nQt rely upon such inter�retations, corr�ctions or changes. dra! explanarions or 9nstructions give� befar� the award of the Cantr�ct are rtot b9nding_ 2,4 Rny makeria] infarmation given ta one Bidder concerning a aali�itation will ba furinished by an Add�nd�m posted an the Cit�'s wabsite under #he corresponding bid nurnber. 3,U iliddUT'HOR���� CO�MUNICA[I�— Bidd�rs' con#act regarding this InYitatinn ta E3id (IT8) with em�loyees ar officials of fhe City other than tF�e Purchasing Manager, the BuSirtess Eqt�ity Division, t�r as ntherwise indicated in the I'�B is prohibited and may resutt i� disqual�cation from this pr�curement process. Na officer, em�layee, agent ar representafive of ihe R�spondent shal! hav� any contact or IT8 22-d017 Neavy ouiy f�epair and Servfcgs PagB 7 af 52 disCussion, �►erbal arwritken, with any mernbets of the City Council, Gity staif or City's consultants, or directky or indirectty through c�thers, seek to influence xny Gity Cauncil member, Ciry staff, or City's consu[tants ragarding any makters �erta9ning to this solicitation, except as herefin pra�ided. Any violatjon of this pral�ibitian may result in the I�espondent be�ng disquaiified from fh� procuremsnt process. ,4ny oral communiCatians are considered unofficial and non-binding with regard to this ITB. �4.0 �'���I� �Oh1F�l��F1C� — A pre-bid conference and site vtsif wiil be held at 3:00 PM, Thursday, Decernber 23, 202'I at Ciiy Flall, 200 7exas Straet, Room 384, Fort Worth, TX 761D2. Fa9lure ta atiend ti�e pre-6id conFarence will impact a potential Vendor"s abillfy tc� submit a fr.illy informed and competitive bid response. To jnin the Pre-bid Via Webex, please see Caver f'age far details. 5.a p��P RA'�I�N 8F �195 5.1 Each Bidder rrtust furnis.h all infarmaHon requlreri by the Sol9citatian in orrier to be e�a[uated. Pric�,s or �ercent Mark qa su mitt�d r�n ther#han the forms included in_t}�� Soli�itat�n sh�a�l be cansid�red nan-respansive. 5.2 Any attempt ta alt�r the vuordi�g in the Solici#atinn is ir�effective and will result in r�jec#ion of the Bli�. 6.0 RiJA�lili�S - The q�aaniitfes listed on the bid solicitation are or�ly estirr�ates based an previous usage and d� nat indicate intEni to purcf�ase or a guarantee of future business. �he City of Fort Worth is obligafed fo �aayfnr only thase msterials and services a�tually ordereci by an authorized City emplayse and then received as required and accepted by the Clfy. 7,0 T�JC�� - Purch�ses csf Goods or Services for City use are usually exempt frflm Gity, Sfate, and rr�ast Federa{ 7axas. Bids may not include exempted taxes. 'ihe suacessful Bidder should request a Tau �xemption Certifcate from the Purchas9ng Division. Under na circumstances shaf! t�e C9ty 6e fiable tv pay taxes fior whiah 'the City has an exemptian under any Contract, s.o ���ir�rri��� 8.1 �ranr� Plame or �quaL• If the Salicitation indicates brand name ar "equal" producfs are acceptable, #he �idder rnay affer an "equal" product and must be prepared to demonstrate those features that r�nder it equaE. �inal determinakian af a product as "equal" remains with Che City. �.2 Deiivery Tima: Deiivery iime, if stated as a number of days, wi�l be based on calendar days. Tlme is of the essenc� in any City purehase. lf t�se indicated date cannot be met or the da�e is not indicated, the Bidder shall state its best de[ivery time. 8,3 �ree an Bnard (FO@) Paint: Freight Terms shall be F�B �astination, Freight Prepaid and Allowed. 7his means the Vendor or Shipper owns gaads in transii and is �iable for delivery to tF�e painf ai destinafian. �.3,1 The Versdar or Shipper is respor�sibfs for filing any clairr�s with the deiivering carrierfor breakage ar c�tk�er ioss and fo�` any damage result�ng from fransportat�on. 8.3.2 The Bidder should quote its lowest and best price, with the goads delivered to the piace specified, at the Bidder's expense and risk, and their tender delivery ko the City. g.3.3 Bids ofFerin an othar tle�ive terms are rrot acce tabl� and ma be cause for re"ectton. J.D �Rl��S����G�N7A�� [I�A�KU� 9.1 BEd prices and p�rcentag� m�rfcup (if applieable) shal[ be firm offers unless otherwlse speaifled. Pricin� and percertitage m�rkup (if applicahle) shali be entered on the �id OfFer Sheet. 9.2 ln the event of a discrepa�cy Faatween unii price an� sx#er�ded price, the �nif price sh�ll govern. ITB 22-O�i 7 Hesvy Duty Repair and Services Page S af 52 9.3 Pr�ces shall be AfFered in the Dnllars of the CJnited States of Arnerica (ar dec�mal fractions thereaf�. 10.0 SI�NA'�4i�c - 7he Bidder must provide a wet signafure on eaeh document iR the Soli.citation requiring a signature. Any change made ta the Bid must be initialed by the �iddar. 11.0 �ROPRI�TARY IN�O�P�YAilOR4 �I��NRI1T�� [f� TH� �I� 1 �,1 All material submitted kn the City becomes public prnperfy and is sUbject t4 the Taxas flpen Recards Act upon receipi. 11,1.1 If a Bidder dfles not desire propri�tary infarmation in the bid to ba disclo�ed, ea�h page must be identifed and m$rked propriatary at time of su 6rriittal. The City wi[l, to the extent allavve[4 by law, endea�or to protect such infonnation fram disclosure. I$ a Public lr�ormation Request is made far Bi�der's proprietary infarrrtatiQn, the �idder will ba nnti�ed so fihak they can submit a lett�r to #he iexas Attomey Gener�L The fznal decision as ta i�farmai3on that must be disclased lies with the Tvxas Attarney General. 11.1.2 Failure to identify proprietary infarmatior� will result in all unmarked seqfiipns being deemed non-propriekary and ava�lable upon pubiic request. 92.0 �19 �R�PAG�Rf IC�P[ GOS�'� - Ali casts associated with preparing a�i.d in resp�nse to a 5olicita#ion shafl be borrie by t�e �lidder, 13.4 i��►Y�i�I�iS 13.1 All payment terms shall be `Net 30 Days" from the date the City receives a correat in�nice. 13.2 Successful bidders are encourageci #n regis#er far direct depasit peyments prior to providing goods andlor services using the forms posted an fihe Cit�s website at it �!lwww.forlwo htexas. vlde artme islfinance! urchasi ach 14.Q SU�iINfS�I@�f C7� �l�S 14,� Bidders shall su6mit tf�e following items with their bid: 4�.2 A campleted and sign�d ariginal Bid Submission �ignature page; ��,3 Aeompleted Bid Saliciteiion. i4.4 5igned �lddendum(s) acknaw�edging raceipt. ]4.� All items lisked in Section 74.Q, Bidders Qualifieations; Pa�t 2 14_� A completed and slgned nriginal Car�fliei� oi lnteresf Questionn�ire, Attachment �1; ��."7 A ecampleted Ca�siderafian af Lncatian of Bidder's Principal Place af Busi�e�s, �ktaeF�men# B, if applicable; 1A_B A aompleied Bidder's Contacf Informati�n Form, ACtachment C: 1A.9 A completed �i�d�r's Qua�ification Quesfionnaire, Atkachment D; 14.10 A complet�d Business �qufty Utilization Form, Attachmet�t G; �4.10.1 The Letter of lntent (Dniy if the Prima Vendor s�bmits a good faith ofFartj. Attachmenk H; 1TB 22-D617 Heavy Dwty Rqpalr and Seroices Page 9 df 52 ��. � � DOCUI11�Rtat1011 911{� C��Cak10115 TIBCASSa[jl t0 �3BT'FR[Cfl WOTK DIl Cl�i VeIlICI85 allF� 8q111�TT1E11�. This includes all c�rkificatinns, such as the Nati�r�al Institute for Automokive Servfce �x�ellence {AS�) or Manufacturer raquired training, whinh qualifies the �endar to perfarm said w4rk. �19,-1 � List of materials, tools ar�d equipment neces5ery io pe�fiorm repairs Ca city vehicl�s and equiprner�t. 14.13 Scanned copy n# all documenfs listed in paragraph 14_1 in flash drive. 14,1� �acumentation showing company has been in the mar'kst piace for a minimum ef iwo years (i.e. Secrek�ry of State}. 1�,15 Bidd�r shall provide a minimum of three (3) references from projects similar in naiure, size and scope campleted or underEsice in the pasi three years. �.etters sh�ll include ihe fOVEowing items. 1�,1 �.1.1 Company latterhe�d, inciuding cnntaat informa#ian. ��t,15_ 1? '�lumber of years warking u�ri#h Firm. ��_t �,�.� Brief explanatian af custumer's satis#ac�ion and recom�nendatlon of Firm. Please pro�ide a raiing of 1-5. One (1 j b�ing �nlikely to recammend 8n� unsafis�ied, and five (5} being highly satisfied and highly recommended. ti�,��.i,� �r1ef �xplanaiion on likefiness t� woric with Firm again. One {4) being unlikefy to cantinue to use Firm and �ive (5} hlghly lifcely to use V�ifm again. i4.2 Any ofh�r dacument ineluded in the Solicitation requiring com�letion or exeoution by the Bidder. �}4.3 Failura to submit all fhe items lis�d in Sscfion i4.2, Part 1 will be graunds for r��ection af a bid as non-responsi�+e ta the specifications. 15.0 �Ai� �I�� 15,9 Bids muat be receivad in the Purchasing Division pnor to the bid submissian dead{ine. All �ids recei�ed after ttte swbrnissiorl deadk9rle are considered late and will be retul'ned to the �idder unopened. 15.2 I�urchasing's fime stamp clock is �he officiai time of r�card. Fkowever, if ths time stamp is not avaifable or bralcen, the date and �me written on the hid recel}�t by Purchasing atai� sF�all be the time of r�card. 15.3 It is the sole responsibifity of the Bidder �o ensure timely del�ery of fhe Bid to the Purchasing Divisian. 7he City w�ll not be responsible for failure of ser�ice an the part n� the U.S. Postal pffice, courier companies, ar any other for�n of delivery service chosen by the &idder io deliver before fhe bid ciue date and tim�. 15.4 Bids deli�ered to � City lacation otherthan the Purchasing Division will not be cansid�red. ihe Bld must be recaived byihe Purchasing �ivision and stamped before deadline Lo bs c�nsider�cl. 1fi.0 i�O�I�IGAi10�1 OR WiT�i�RI��IA�. Bl� �I�S 16.9 illfoditi�a�ian c�g �ids: Bids may be mod9fied in writing at any time prior to the bid subrriission deadiine. 16.2 Withdraw�l o� �ids: Bids may be withdrawn in writing, or by faasimilE {provideq that i1�e facsirnile is signed by the Bidde.r} at any time priar tn the bid subrrrissfan deadiir�e. A Bld m�y afso be withdrawn in persnn by a Bidder, provided the wiihdrawal is made priar kp the bid submission deadifne. a receipt ofwithdrawal must be signed hy the Bidder. No Bids may be ITB 22-D017 He�vy auiy Repair and Serv[ces Page 10 af 52 wit�drawn af�er the bid subrnissio� deadline withouk forfeiture of the Bid guarantee, unless thare is a maierial arror in the Bid. Withdrawn �ids may b� resu6mifted, with or wikhout modifrcatinns, prior io the bid submiss9nn deadline. The City rrtay require prnof of agency firam the person wi#hdrawing a bid. 'i7.0 ['J��NIld� OF FIDS The Purch�sing Division representa#ive responsible for opening Bids shali personally and publicly npen all Bids time[y recelved, reading each b�d aloud. 48.0 �IA�' UA�I�N I�A�TOI�S,4NA AWA�a 1�.1 �valuation: Bid�ers mayfurnish �ricing for afE or �ny portian of #he Solicit�tion (unless otherwise speciflsdj. Hawever, fhe City may eva[uate and auvar�i the Contract fior any item or group of �tems shawn on the Solicitation, or any combinaiion deemed most advantageous ta #he City. �ids that specify an "all or none" award may be oonsidered if a single �ward is advantagaous. 18.2 Award. The Methad of Award is deEaiied in Saction 4, Aart 2. (Note_ A Biddar that does not earn at feast 5Q% af the technical pvints will 6e deem "non-raspvnsive" and will not �e awarded a contract.} �8.3 Hcceptanee and Awsrd o� �id: Acceptance and award of a Bid will be in the fnrm of a�'urehas� Order or a�antract. 5ubsaq�enk Pur�has� {?rders may be issued as apprc�pri�Ye. ihe contants of a Bid Response shall become a pari of the Contract. Un�er no ciraumstances will the City be respans9ble for Goads or Serv�ces pro�rided withaut a Purohase Order issuad by the City. 19.0 ����iZVATICiR1S - The City expressiy reserves ihe right to: 99,� Specliy app�aximate quantities in the Solicitation; 99.2 Exkend tE�a Snlicitation opening date and #ime; 99.3 Consider and accepk altem�te E3ids, if specified in the Solicikation, when most advantageous ta the City; �9.4 Waive as an infarmality, minar deviations �rom speGifications prvvided tf�ey cio not aff�ot competition or result In fuRetfonally unaccspta�le goods or services; 99.5 Waive any minor fnformal��+ ln any B9d ar Salieita#ian pr�ced�re (a minor irtformality i� one that does not affect the campetitiveness of ihe �idder); 19.6 Add additlonal terrns or rriodify ex�ting terms in the 5olicitation 6efore the bid submission deadllne; 49,7' Re}ect a hid because of unbelanced un�t prices �id; �9.8 RejeCt or cancel any or al) Bids; 19_9 Reissue a 5alicita#ion; '! 9.10 �rocvre any item by �ther means; andlar '�9.'I1 Award fo muitiple vendars on a non-exclusi�e atin+ard basis, or primary and secondary vendors. 178 22-0017 Heavy I]uly Repair and 5ervices Pagp '[ 1 of 52 2o.R Pd3Y��l� �4G�M�RlT a Ft�- GilJ-IR� �ROM �IoD��� 2Q,1 G�lficates of fnsurance: V1�hen insurance is required, the auccessfuk Bidder must provide Certificates af Insur�nce in the amounts and for the coverages required to the P�rchasing Dffice within 14 calendar �ays after nnkificatian of award, or as otherwise required by ifie Salicitation. 2D.2 �us9ness �quifiy Divis��n �ocurne��s: I{ a�usiness ��uity goa{ has been establish�d for k�e bid, the applicable dacumenia must be submitted by aB bidders wishing to continue 9n Ehe bid e.Ualuation process within two (2) City businesS days after the b�d opening date, exClusive nf th� bid opening daie, ta t�e City location specified in the bici. Bidders shall ot�tain � re�eipt from the apprppriate department as evidance that the Giry received ihe documerltation. 2Q.3 �etiifica�e cf fnierested Pa�ties F��t� ��9�: [f the Purehase Agreemerst must be approved by the City Council befare eX�cuiion, the successful 6idder is required to compfe�e t�e Certificafe of InterFsted Rarties Farm 1�95 �nd submit the fiarm ta the Purchasing con�act list�d in the snlicitatian #�efore #he purchasafcontract �ril� 6e presenied t[� the Ctty Cauncil. Tl�e form may be cQmpleted at httos�llwww athics.sta e-tx.us/whatsnewteEf info„�orm129 .�. 2'1.0 �R�i��T PitO���U� 21.1 V�ndors whn respand to lnvifatinng fo Bid have the right #o pratest fhe solicitation pracess or the bid award if they beifeve th�t there h�s been any imprapriety or un#air criteria ln the pracess. 21.2 �e VeRdor must submi� any protest in +nrriGng to the Purchasing Manager wEthin 94 days after the Vendor knows, or should have known, af the #ac�s relating to the pr�posed ac#ian or award. 21.3 7he Purchasing Manager, ar designee, is authori�ed to resolve a profest conceming a purch�sing action thrnugl� telephone dlsCussions, mai�, e-mail or in person meef3ngs with ih� proieaking Vendor. 21.4 ARer discussions nr meetirsgs, #he F'urchasing Manager or designee wif{ issue a decision in writing, state the reasans for the ac�ion taken ar�d inf�rm the protes#Ing Vendnr pfi tha right ta review by a panel �nade �p af C�ty stsf€. 29 .5 A City pro#est review panek wip con5ist of an Assistanf City Attorney, a representative af fhe ap�rating department, fhe Purc�a�ing Manager and any other ap�ropriate perso�nel or empiny�es of the aperaiin� department. 21.6 If the panef is unable to resolvc� ihe protes#, ar if ihe p�nel makes a decision with whiclt the Vendor doss not agree. #he pra#esting Vendor wiil be invited ta aktend the Ci'ty Cau�cil �rteeting at which #he recammendecf award is fo be presented ta the City Counci[ and make knawn hi�Iher concems. The pratesting Vendor wlll be instructed to arrNe prior to the start af the City Council mee�ng and complete a card requestin� to speak aoncerr�ing the particular Mayror and Council ComrnUnlcatian document (M&C) in question. 21.8.1 Vendar� wishing to speak befvre #h� City Councif shauld re�,iew the rules for regisierin� to appear be�ore City Cn�ncil located at: htt :llfar#worthtexas. ovlcit secretar /infQldefault.as x?it{=2914 on the Gity's webSit�. 22.0 C�OP��A�'4d� RI�RCHA�II�� 22.1 Shauld oth�r gavernmental entities decide to participate in ihis contrdct, Bidder, shaU indicate in thsir proposais wf�ether tF�ey agree that all terms, conditions, specifiaation, and pricing wouid appiy. 22,2 lf the 5uccessfui �idder agrees ta �xtend tile resulting cantract ta other go�emmantal entitier, the foilowing sha11 apply: Gavernmerltal enti#i�s within �akilizing Contracts with the Gi�y Qf Fort Worth sha11 be eligble, but nat obligaEed, to purchase materiallservices un�er this contract(s} awarded ITB 72-D017 Heavy Duiy Repair and Services Page t2 af 52 as a result of th'ss soticitation. All purai�ases by governmentai entitias othar than the C�fy of �ort Wnrth shatl be billed directly fa t�at govr�rnmental �nt[ty and pafd by khaf governmental entity. The Ciiy oi Fort Warth shal[ not be responsible for another gaverr�mentai entity's debts. Each governmental entity �hal� orcler i#s own materiallser+ricgs as needed. 23.0 RI�Hi Tg IfdY�MYI[)FIS IMAA�f� U1dD�Ft A CUIVTRA�T C1R AGREEM�I�� If the Federal av�ard meets khe �efirrition of "funciing eCFR — Code of Federal Regulatfons agreement� under 37 CFF2 §401.2 {a� �nd the racipient or sub recipient wishes ta enter into a contrac# with a smaU business firm or nonprafii organizatian regarding the substiiufipn of par�ies, assignmenf Ar perFarrr�ance o�' experimen#al, de�elopmental, ar research wark under that "funding agream�nt," the reciQi�nt ar sub recipient must corrtply w[th the reqUirements of 37 CFR Pa�t 401, "RighEs to Inventions Made by IYanprofit Qrganizations and 5mal[ Business Firms Under Gavernment Grants, Contracts and Coopera#ive Agreements," and any imp[ernenting regulations issued �y the awarding agency. 24.� D�B�A�M�h1i AN SUSP�I�SION Per �xecutive Orders 12549 and 'i2B89, 2� contract award (sa� 2 CFR 180.220) shall not be rr�ade to parties f�stad on the gavernment-wlde exclusions in ihe System forAward Management (SAM), in accordance vuith the OMB guidelines at 2 CFR 980 fhat implement Exec�#ive Urcfers 12549 (3 CFR part 1986 Comp., p, i89} and 1Z689 (3 CFR parf 1959 Camp., p. 235j, "Deb�rment and Suspension." SAM �xclusions contains the names of pgrties debarred, susp�nded, or otherwtse excluded by agencies, as well as parties declared ineligible under sistufory or regul�tory authority other than Executive Order � 2549. 25.� G��AA�id AIRr4G�',4NR ��RERA�,lIVAI'�R POLLUifbP� C�N7R��p.CT Vendor shall comply with all applicebf� standarcfs, orders or regulafions issued pursuani to the C1ean Air Act (�42 U.S.C. 7401-7679q} and the Fedvral Water Pallution Canfrof Act as amended (3� U.S.C. 4251- 9387), Viafations mu5t be reported to the Federal awarding agency and the Regional Office of the En�irnnmental Protection Ag�ncy (�PA). 26,0 �YR� Af�TI-�.IZB�Y� _ f,� AM�'fVDMEI�i {37 U,S.C. 13�2]. Vendnr shall aamply with all applicable standgrds, ore[ers or regufafians issuad pursusnt tc� khe Clean Air Act (42 U.S.C. 7441-767'lq} and the Federal Water Pollution Contml Act as amended (33 U.S.C. 125'{- 1387). Vialations must be reported to the Federal awarding agency and the Regional Office of the �nviranmental Profectinn Agency (�f�A). 26.9 Firms that a�ply or bid for an award exeeeding $1 a0,U00_00 must f[e the required certificatian. �ach tier oertifies ta the tier aqoue that if will not and has not used Federai appropriated funds to pay any person or organixatian for influencing or aitemptin� to influenCe an office�r or er-nployee af any agency, a rnember of Congress, officar ar employee of Congeass, or an ernployee of a member of Gangress in cnnn�cfion with ointaining any Federal cantract, grant aC any other award covered by 31 U.S.C. 1352. Each tier must alsa disclose any lobbying with non-�ederal funds thefi tak�s place in CtsnReckion with obtaining any Feci�rai eward. Such disC�osures are forwarded from tiar to tier up to the non-Federal award. 26.2 Bidders shall provide praof pf �yrci Anti-Lobbying Amendment certi�cation filings with their bid, if t}1e �id �xceeris $'1�0,0�0.00. 27.Q I�RQb�I'�I�N ON BUYCOT'TINC �N�R�Y ��MAANIES Vendor ackr�owiedges that in accordance with Chapter 2274 of tha Texas Gav$mment Code, as added by Acts 2021, 87#h Leg., R.S., 5.8. 13, § 2, the City is prohiblted fram entering into a �antract for gaads or services that has a value of $100,�00 or mare fhat is ta be paid wholfy ar partly from public funds of the City with a cornpany with �0 or more full-time empl�yees unless i�he contract contains a written ver�fcatia� from the company that it: (9) does not baycott energy companies; and (�) will not baycott ertergy campanies during the term of the confr�ct, The terms "boycott �nargy cdmpany" and �comp.an�' have 1T9 22-0017 Heavy Dlity Repair and 5erviaes Paga 13 af 5x the meaning ascri�ed to ihose terms by Cha�ter 2274 of the 7exas Governm�nt Code, as added Iay Acts Zp��1, g7�h Leg_, F�.S,, S,B, 13, � 2. To the �xtent that Chapier 2274 of the {sovernrr�ent Cade is applicabfe ta this AgreemeRt, t�y si�nir�g ihis Agreemenk, Vendor cartifies that t/endor's signature provides written verificat9an to tF�e Clty that Vendor: (�) daes nat baycott energy compar�ies; and 42} will not boycatt energy campani�s during the term o# this �c reemsnk. 28A ��0�1�1il�f� OI� �f�CRIAIIINATlON ACyA1 ST FtR�Ai�Afl A D Aii�M[1P1 I�l� IIVDUaiRl�S Vendor �oknowledges thst except as atherwise pro�9ded by Ghapter 2274 of the Texas Governmeni Code, as added by Acis 202'l, 87tY� Leg•, R.�•� S•�• 19, § 1, �he City is prohibited from enfering irrto a contract fnr g�ods or services that has a valu� of $100,OQ0 or more tF�at Is tc� be paid whally or partly frorn pubfic fu�ds afi the Gity with a carnpany with 'l4 or more full-time empkoyees unless the contract contains a wriiten �erlflcatinn from the campany that Ef: (1) does not have a practice, pol�cy, guidance, flr directive that disarimin�tes against a firearm entity ar firearm #rade associatian; and {2? will not disariminate during the term af the contract against a firearm ent�t}r ar firearrr► tra�e association. The terms "d�scri}ni�ate," "firearm entit�' and "f[rearrn trade assaciati�n" have the maaning ascribed to those terrns by Cf�apter 2274 of the 7exas Goyernmant Code, as added by Aats 2021, 87fh Le9•+ R•S•� 5•$. '�9, § �• To the exten# that Chapter 2274 af the Government Cade is applicabls to this Agreemeni, by signing this Agreement, Vendor certifes th�k Vendor's signaturs prov�des wr'�ten verificat€on io the City that Vendor: (1) does nat have a practiae, policy, gu"rdance, or dir�ctive ti�at discrirninates againsf a Tirearm en#ity or firearm trade association; and (2) will nat discriminate aga�nst a f+rearrn entity or firearm #rade association during the term of this Agreerne.nt. 1TB 22-D�17 Meavy C]uty Rap�ir and Servicas Page 1A of 52 �AR�n� ��YAI�,�� ��0�� O�' 5�RVIC�SlSP�CI�[CATIQNS 1.Q � SCDP� 9.4 �he City of Fort Wortft �City) seeks bids to finafize annuaf agreements wit�r mu�tiple venaors for repair servic�s for Clty-awned heavy duty vehicles, lawn, and marine equipment and to �stablish an Annual Agreement to provide Origina� Eq�ipment Manufacturer (O�M� Authoriz�:d Ser�ioa and lndependent Ser�ice Facilities Agraer,'ient far the Praperry Management Qepartment (PMp) as s�eciflea in this Inv�tatian fo Bid �1T�.j 1.2 Tfte successfuf bidder(s), known hereafter as "Contractors"1"Contractors," wili be responslble #or perform heavy duty vet►icle repairs and serv[oes for approximately 3,OOQ an road and 1,80� of- raad vehicles and s�uipment. 1.3 The Term of the agreement shall begln on the date stated in th� corttract {"EfFec�i�re Date) and shail expire one year from the efifective date, unless terminated earlier in accardance wifh th� provisions of this Agreement, This agreement rnay be renewed under the same terms and cor�ditiarts fpr four (4) additivnal nne-year periods, unless fhe Con�ractar pravides the other Parfy �ri#h no�ice of non,renewal at least 6Q days before the expiration of the initial term or renewal �eriad. The Property Management Depa�Ernent (PMDy sheE! utilize this Agreement for servi�e, repafr, maintain and purchase of parts for a �ariety of heavy duty vehicles, lawn, and m�rine equipm�nt and for a varie#y of manufacturers in the City fleet on an as needed 6aais. "� .4 �ollowing the award additiona� services of t�e same general category that couid have heen enpomp�ssed in the ausr�rd of this A�reement, and thak are nat already an the Agreemertt, may be addecf based on the discount bid anct price sheet provided with the 6id, 1.5 1.6 Unit pricas shall include ai� costs associated wfth the specifi�d work, Including bt�t not limited to handfing, delivery, fuel cE�arges, faes and certifiicatPans fees, Na �dditional oharges will be accepted ar paid by the C9ty. All items supplied resulting fram this bid shall be of recent productian, unused, and suitable far their intend�t� purpose. '�he submission af a bid by the bidder shal� be considered evider►ce of comptianoe with these requirem�n�s_ '1.7 '{,B TENTATIVE SCH�DUI.E QF EVEf�TS fTB Deadline for Quesfions ITB Responses Due Date A7 �:3D p.m, (�o�al Deoernber 15 2021 Decemt�er 23, 2a21 3:00 P[ Decerszber 2i, 202'i at SPfVI (�ocal Time) Decernber 3'f , 2024 Jan�ary 6, 2022 ITB 22�4417 Neavy ❑uty Rep�ir and 5arvices PBge'!5 of 52 vendar and Council Cor�sideratian I�ebruary 2022 2p22 3.0 CHANGE !IV COMPANY NAME �R �WfVERSMlP � ihe Vendor shall nQtify the City's Purch�sing M�nager, In wri�ing, af a company n�me, awnersF�ip, or address changefarthe purp�se �f maintaining updake� City rscords. ihe president of the cn�n�any ar authorized ofFcial must sign fhe I�tter. A letter indicating changes in a company name or ownership must be accampar�ied vukth supPortfng legal documentatinn such as an updated W-9, documanis �led with the sk�te indicating such change, capy nf tfi�e board af �irector'S resolution �pproving the �ciuon, or an executed merger or acquisition agreement. F�ilure to da sv may adversely impacf future invaice payments. Q.0 METH�[7 OF AWARD 4.1 Bids will first be evaluated based upon bids received from a responsible bidder that presenis th� best �aiue to the City. A responsible bidder is defined as a bidder ihat submit5 a compl�tad bid pae4cage within ihe staied deadline and in aecardance with the bid specifioations. 4,2 Bids that do not r�csive �0% or mnre af #he total avaifable points, excluding t�e points for priae, will be deerr�e� nan-responsi�+e. 4,3 7he following criteria will be used to determine the hest �alue: 4,3.1 Cosf af service — up ta 54 points. 4.3.2 Availability of resaurae� to p�rform services, with qualifled persannel per section 5.0 — up t4 2O �i1��3. 4.3.3 Contraator's qualifiication and esriif catian per sec�on fi.0 — up to 10 paints. 4.3,�4 �xperience working with government/similar si�e organization — up io 10 poir�ts, 4.3.5 Ability to meef the Business Equ�iy goai of 2�%— up to � Q points. 4.4 In prder for the City io rece9ve adequaie coverage an Its requiremenks as specified in #he solicitatiar�, the City reserves the r�ght to malce rnu[tiple awards. 4.5 The City resenres the right ta accept or reject in whole or in part any or all bids received and to make �� awa�ci qn khe �asis af individual item, combination of Iiems, or o�erall hid, as i# is deemed in the best inierest of the City. 'Ti�e City also resenres the r�ght to reJect the bid of a bidderwho has pr�vi�usiyfaile� to perform proper�y or comple#e an time agreements of a similar fiStUi$. 4,6 Trre City reserves and shaU be free to exercise the right to svaluate bid in retation to per�orm�nce reaard of bidder wi[h fhe City itself, anot�er mur�icipaf corporatlan o# like s�ze, or private corppratiorts during the past two-year period. Such precautions are deemad ta be in the puhlic interest inasr�uc�r as Ver�dar faii�re ar inablli�y to fc►rn ish items within t�e prs5crlbed tirne can create emergency situ�tions and impose �nnecessary hardship on t�oth th� Gliy as a municipal �orporakPon and the p�blic af large. 4,7 7he evaCuakion fiactors lisfed above r�vill be appli�d in a comparative manneria a.11 �ligible, responsive bids. Award may be made r�vithout discussion with �idders after bids are receivad. Blds shauld, tfi�erefore, �e submitted on the most favorable terms. �}.8 Consideratian of Locat�on af Bldder's Principal Pl�cs of Susiness, Att�chment 6, if applicable; {TB 22-OU17 Heavy I�uly Repair and Seroic�s Page 'f 8 of 52 4.8.'1 If At#achrrtent B. LAcal Preference is completed by any bidder the City wiEl rc►tiew the Attactlment io determine whether locel pref�rence wi�l apply to the award. 4.9 'Fhe City alsa reserves #he right to reject the b9d of a bidder who has .previously failed to perForm �roperly or compiete on time agreements of a similar nature_ �.Q CDNTRAC7DR REQUlREMENTS I�I ORD�R FdR THE B1D TO B�. EVALl1ATED 5.1 The Cantractor shali: 5.1.9 Have a minimum of 2(tyvo) years of experienc� conducting services Simflar or rekated to the SCope of Services. 5.1.2 Ha�e and operate a fufE-ti�ne, �ermanent b�asiness adr�ress with the ahllity io �e reached by email and talephone_ 5.1.3 Documentatinn and certlfications neoessary to perform woek an City vahicles ar�d equipmenk. This �nclutles all certifications, such as fhs Na#ional lnstitute for Autarnoti�a 5er�fce �acoeRenca (A8�) or Manuf�cturer required lrairting, which qualifies the �endor ta perform said work. 6.0 CQ[�TRACTOR RESPONSIBILTlES G. 7 Cantractars sha[� pravide pricing on parts and labnr for the services an� a Eis# af br�nds provided 4n the attanhed Bid Soliciiation pages of fF�is ITB. 6.2 Contractor shafl provide �nit prices far listed ikems. Unit prices shali includa all associated costs unfess speeifled in Rropasals SoGaitation Page, not limited to daliuery, fuel and hand�ing charges. i�o additianal aharges wili be accepted ar paid by�e City. fi.�.9 ihe C�ty wifl ensure that vehicles w+ll have a minimum of a quarter (1/4) tank of fu�l wh�n dropped aff for servlce. 6.3 Contractors may charge an haurly non-vu�rranty labor rate per service, � cost plus (-�) �for parts, a diagnosfic fee (detaffed out), and any applic�bfe transpartatlan fees, if any. There are no guarantees the Cify v�rill accept or hefd financlally ot liable for cflsts outside of labor and materialsl parts if the submitted priciRg i� deFmed excessi�e �y the evaluafion panel, �.4 Cant�actars shall #�rnish provide documentafion on their personne[ authorized to pe�'orm wprk on Clty vehicies and equipment. Ti�is includes ail certifEcatians, suah as the N�#i�nal Inst�tuie for Automative Ser+�ic� �xcellenae (ASEj ar Manufacturer required trafning, which q�talifes the v�ndor to pertarm said work, A!I lic�nses, permiis, ingurance and any other dacumentation that is required by laaal, state andlarf9deral agencies are ta be maintained dur�ng trie term of this contract. 6.5 Contrac#ars shall be autharized to diagnose, repair ar�d service v�hicfes and equipmenf far #he Clty of Fort Warfin's (the "City") Heavy duty fleet. 6.B Contractors shafl �erForm �nrark using the rc3ast up to date and appropriate mefhods avallable for said wark under 9ndustry standards. Thls includes, buf is not fimited to, a!I suitalxle repair equipment and p�rks fo insure the safisfactory executian af �sny rgpair or ins#allation. 6.7 Con#ractor5 s�all respond and suppfy requested maierials or serviees required during regular business haurs wifi�in the r$sponse tirns (pELiVERYj fram receipf of request in the proposals salicitaiiort page or less inc[uding shipment hy mufual agreement forrn tf�e tim�a original requesk is m ade. ITB 22-00'k7 Heavy i7uty Repa€r and Services Paga '� 7 ot 52 6.g Contractors shall prov[d� the Ciry priarity serv�ce, as many City �ehicles are utilized for publlc safety and em�rgericy response. �x�editious turn-around is critical to City operations. Addliianai fe�s far priority services are prohiBiied. T.0 FkOURS 7,�i Contractors sf�all respand ko a work order within 24 haurs of natificaiion. 7,2 Conkractors shall deliver campleted vehicles ta the FEeet Service Genkar, Monci�y thrvugh Friday between 7:30 a.r'rt_� 9:30 p•m_ unless expressly authorfzed by fhe Fle�i Se►vice Center Supenrisor�s) or their desigrtee. Any deviation frvm this �imeframe sh�il require written appra�al from the Fleei Senrice CenCer 5upervisor(s) or their designee. 8.0 AFTER HOURS 8,1 After hour� shall be u*onsldered from Friday at 9:39 pm thrau�h Monday at 6:59 am, hoiidays and weeicends. 9.D PARTS 9.1 All parts uf+lized fn repairs, replacemsnts or installatiqns or� City �ehicles and equipment rnusfi be ttew unless otherw+se requested by PMR Fle�et qersanne�. Any rebuf�t or remanufactured parts ee�n be considered but mwst be approved in vuriting by City PMD Fleet persannei pr�orta being ukilizeri by a vendor. 9,2 Vendor shall r�arranty andfar guarantee all work arsci products suppliad under this Agreement against any defects ln design, workmansh9p, materials and f�ilure to aperate s�tisfactorily. ��ch prQduct shall be cor�str�c�ed to the highest industry standards. Producis manuf��tured �f pnor workmanship will nat be accepked. 9,3 The City reservas the right to supply Qaris as the City determines is necessary. 9.4 Vendor may charge a cost pfus (-�-) fvr parts. The cost should be a�alfabla for revfew by the City as req�esf�ed. There are no guarantees ihe G�ty will accept or held finar�cial3y ar liable fiar costs autside of labor �nd materialsl parts 1� the submitted prieing is deemed excessfve by the evaluation p�ane�. !TB 22-qU17 Heauy tluty Repair and Servlces F'age 18 af 52 � o.o i�vv��vroRv oF ����-rs 10.� Assets that may need repa�rs and services �ut are nof limited fio, t�e inven�ary listed balow: Up to 3,OOQ on��road anc� �,,(DO o�'f -road ve��c�es and equipnt�ett# iu;cluding, but ot limited tp: Types of Manuf'acturers E vi rnent Fire Trucks A1Jisan Mazc}a bump Trucks Altec Merced�s/ Sprin#er Hea�y-D�ty Ariic Cat Meritor Trai�ers A,quatech Metro Bucket Tntcks Benaix Mitsubishi Oif Road Big Tex Muucie ���p���� �� Nakional Crane �'ransf�r Chaxnpion 1Vew HaIland Tz�ucics Chevy NI55.SC1 Motor Homes Cutruvins Oz�an Ganar�tors �ruel Trucks Custam- Chris Txium Pet�arbilt '�irater Tar►kers Custam- Law�on �ierce — T'i��e A�paraius Cautaiuer Castnm� Tn�my Gafe Piqnees' Trucks CusY�m- Youngs Pi���untex/ Jeteye S�wer Delta Rigging pzngard �quipn�ent Datrait ROM Corp Dodge Aosenbau�r �td oYIier Daosat� ,�partan Xelated types of Duetz Spifzlift �quipment ave�r Eatan Sterling 1 tan E-Qne Tennaxat Ford Terex Frezgl�tliner Texas Steer Honda Toyata Hyundai Tracker internat�onal Twister In�erstaie Traile�•s Vac-Con Isuza Vaotar .�CB Vemeer Jeep Versalift 7�� Volvo John Deere — Gre�a (AG} WAB�O K.�Waski WaCksr Kenvvarth WheIen KabaIca Yarnab,a KTM �odiac Kubota and other related Mack manufaciurers over 1 ton M&D I`fB 22-0017 Hea�y C?uty Repair and Sarvlces page 19 af �2 1'1.4 ES�'IMAT�S 11.1 Vendnr shall be required to pravide written or electranically produced estimates to PMa Ffeet personnel befare fhe start of any work. The esiimates must be emailecl k� the PMD Fleet employee(s) andlor PMQ F1eet faai�it}r lacation wha requested the sarvices ta be compieted. 11.2 �stimat�s s��[f �e ap�roved and authoriaed by PMD Fieet personnel in wrifing via email priar to wark being per€orrned_ Verhal approvals sho�fd not be cansidered. 11.2.1 Fleet shall create necessa� work order for tracking. 1'I,2.2 �lendor sh�El be noiufierJ, via email, of rep�irs needed ancilor diagnasis from F'ieet. 11.2.3 Vendor shali iden#ify the re�aly direction and shall emai! an estimat� wiEh specific details of the re�aairs needed regardless of warraniy or non warranty. '(1.2.4 Warranky and hillable rep��rs shaai be on separate estimate(s) and invoic{ng in A�L C�SG'S. 11,2.� Fleet shall doCument the app�'nval and shaA �pda�e the vvork order detai[ing all communications and repairs wi� denial 4r appra�al informat[an. 19.2.6 PM�] Fleat shal{ issue a purCf�ase ordar far billsble repairs via amail. Repairs are NaT to �e perfiormed vnti4 � purchase order has beer isswed in wrrting fror� PMD Fleet �ivi�ian. This ensures proper fr�cking and dooamentation are in pfaae forthe Vendar and the City. 11.3 Fnal 5ubmitted invoices subrnii#e� to the Ciky for work performed should always ma#ch the firsal �stimate received by the City. All revised estimates must be appro�ed in writing prior ta bilNing. 1'[.4 If City vehicle or equipment is serviced by a Vendnr for warranty wark, ars estimate provideci by ihe Vertdor to the City shali state 'Warranty Service'. 11.5 Ali eskimates �r�vided by vsndors will be quoted on a'�ime and maierials' basis, �dharence to the agi�ed upan confract rate�s) and itemized to illustrate the aast of each of the folEaruing, if applicabls ta the service nr wor�C performeci: 11.5.� Estimates shalf include number of and cost oi �art{s) to he installed. 91.5.2 Estimates shall �nclude cost of labor ta perform repair andlar insta�lation; iternized by number of lab�r hours per labor line. 17.5.3 Estimafes shall ino[ude iterriized inspectiorrldiagn�stic fees, 19 .5.4 Transparkakian fees, 9f any, fnr pick-up or d�liuery. 'f 1,5.5 Miscell�neous shop fees wili not be allowed. This s�ould bs considered when bidding applicabl� aasis in the other time and meterials categarias. 11.5.6 Tra�el charges for mobqe servic�s can �e considered and sMould be itamized_ Standard flat fe� wip not be cnnsidered. i 1.6 Fleet shall �reate neaessary wark orders for trac�Cing. 11.i Contraatar shall be notifled, via �mail, of repairs neaded andlor diagnnsls from PM� Flset. 11.8 Ail e&timates pravided by Vendors will be quated on a'time and parts' besis, adherence #o the agreed upon contract rates and itemized to illusErate the cast af e�ch nf the fol�dwing, if applicable to the service or work performed: cost of part(s} to be installed, cost of labor to perForm repair ITB 22-OOi7 Heavyr f]uty Repalr and 5ervice& page 20 of 52 and/ar installation, inspectfon, diagnastic fees; itemized by [abor hnurs exce�t when estimated as a tumkay projectljob. 91.9 Vendar sha�l identify the repair direciion and shali email an estima�t� with speci�a datails of tF�e repairs needed regardless af warranty or non-warranty. 1'1.1 D fNarranty and bill�bl� repairs shell be on separate estimate{s)1 invaicing in ALL eases, 11.11 PMD Fk�et shaq document the approval and shalf update f�e work order detailing all comr�unications �n� repairs with deniaE or appraval infarmation. 11.12 PMD Fleet sha�l issue a p�rchase order for blilable repafrs via email. Repairs wit� a cost associate� to the City are iVOT to be performed until a purcF�ase order has baen i�s+��d in wri#ing from PIU4p �I�et. This eRsures pra��r tra�cking and docwmentatian are in place farthe Vendar and �e Cify. 9 9.'i3 Vendors shall send confirma�ian and a cast estfm$te tn the Fleat �ervice Cen#er 5lipenrisor(s} or cfesfgnea w�fh[n 24 hours of receiving a list of equipment far inapection and testing. 91.1A� Fleet 5erviee Center Supervisars or designee will provide written authorizatior� to procead wiih 1he ir�spection �nd testing after e�aluating the estirn�tte. Vandars are not au{horized to proceed vsiith ins�ectior�, testing 6a�ed on aerbal auti�orizations anti �asumes all liability and respdnsibiliiy f�r inspection, and festing performed based on such rrerbal authori�atians. 71.15 Vendnrs uvlii be required to pravide wriiten estirnates ko Fleet Service Center 5up�rvisors or designee personnel before fhe start of any wark. 7he estimakes may be emailed #o tf�e Fleet Service Center Supervisars or designee who requested the services to be r.amp]eted. 1'!.'16 Estimates must be approued and aufharized by City Fleet Serrriae Center Superwisors or desig�ee persannel in wrlting (emall, fax nrwrltten) pr[or to wark being perFormed. Original invoices su�mitted tv the Cliy for wark performad aannot be greafer tF�an inifia[ estimate pravide� unless appro�ed by Fleet Servic.� Center Supsrvisars or designee in wrifing. 11.16 If during the course of #he originafly �stimaked repairs, it is noted th�t further repairs wlll be needed, a re�ised estimats must be pr�pared by Uendors for the ad�itional wor[�. i'f.97 Estimates provldsd by uendars shall state'UVarranty Service' irf City vehicles or �quipment wlll be ser�iced inr warr8�niy vuork. 12.0 (NV�ICIhIG R��U4R�M�NTS 12.1 Tkse Clty of Fo�t WQrth has begun implementing an automated invoicing system. 12.2 `r'he Contractor shall send invo�aes electranically to aur centralized Accvun�s Payabfe deparfinent invoice email address: suppli�rimuicesC�foriworihtexas.aov. �his email addr�ss is not monitored so please da not se+nd correspondenCB to #his email addr�ss. Ths sole purpose oithe suppller invofces email ad+dress is to raceipt �nd process supplier in�oices. 12.3 Please include ti�e foklowing on the subject fina of yovr e-maii; �endvr n�me, invalce nurn�er, and P� nurnher, seper$ted byart underscare (ex: �xample, Inc._123456_�W01�-OOQ0001234) 12.4 Ta ensurer the sys#em can success#ully process yaur in�nice in an expadient rnannar, please adhere ta fhe f�llowing re�uiremsnts: � AIE invq[ces must be either a PDF ar TI�F format. � Image quality must be at 2eask 300 DF't (dots psr inch). � Invoices musf be sent as an at�ac�me�t (i.e. no Er�vaice in the body nf the email}. I78 22-0417 Heavy Quty Rapalr and Services Page 21 of 52 � One invaice p�r attachmeni {includes PDFs). Multiple attachmertts per email �s aceeptable but each inv�ice must be a separaie ati�chment. o Please do noi send handwritten invaice$ or in�oic�s that co�tain handwritten notes_ o pat mat�ix in�oic�form�t is not accepted. � The invoice must cantain the fbllowing information: + Supplier �lame and Address; o Rer�i� to Suppl�er N�rire and Address, if differe�t; � Appiicable Ciry Deparimer�t business unil# {i.e. �W013j � Camplete City of Fort Wnrth Pt] number (i.e, the PD number R�ust cantain aif preceding ze�os); � lnvoice number; � fnvaiee d�te; and �[2.5 Invo9oes should bs s+�bmitted after d�liuery of the goads or services. 12.6 Ta pr�vent in�oi�e proc�ssing delays, please do nat send in�oiCes by mail and ,smail and please dn not send th� sama invoics mare than once by emaii to suq�►�ierinvoices(c�fia�r[wo _ h#ex�s.pav, �o check on 'the stat�s af an in�oice, pl�ase c�nkact the C�fy Department ardering the gaodslservices or the Central Accounts Payable �ep�rtment hy email at: �I Acca Pa able fortworthtexas. �v- 12.7 lf you are unabie to send your invoice as outlined abo�e at this t[me, please sen� yflur Invoice ta aur centt�,lized Accflunts Payab�e depariment instead o� d�reatly to the indi�idua! city d�partment. This will allow the city staff to dig�tize the in�aice for faster prti�ssing. 12.8 If electranic invaici�g is not passfble, you may send your pa}�er in�aice tfl: City of Fort Warth Attn: FMS Centt�al Accounts �'ayab�e �00 iexas Street Fort Warth, Texas, 76102 12.9 7he Gity"s gaal i� to recsi�e 100% of invoices electronieally sa that all supplier payrnents are processed efficiently. 7o achie�e this gaal, we need the CaniracEafs svppar#. 12,10 If GoriUractor has any questiflns, please contact the Accounis Paya�le team at (�17) 392-�451 or by email to 7 F1N aceoun#sPa�ableCc�far[vvorth#exas.go�. 12.11 Gon#ractor s�all nat include Feclera[r S�a�@ 4f GI�I 58IBS taX IT1 i�5 I�iVa1Ge3. City shall fu�n9sh � tax exemption certificate upon Venclor`s req�esi. '13.0 HAZARDDUS CONDITIONS The Vendor is requlred to natiiy the Ciiy immediately of any h�zard4us condi�ans sndlar �damage ta City properky. 14.� UNl7 PRICE ADJ[1STMENT 14.'f The uni� �rioes may be adjust�d for increases or deoreases in Vendor's cost during the ren�wal period but bsfare #he efFeckive daie of the renewal upan written request from the Vendar. 14,x The Vendor must submit its pric$ adjustment request, in writing, at least 60 days befnre the ranewaf effective period. The Vendar shall provide writfien praof of cos# increases witM price acijustment rec�uest. 14.3 tf the City caneludea that the rate Incre�se being requested is exorbitant, the City resen►es the rfght ta adjust the rats requssi, or reject tFie rate request En its entirety and allow the avntract bv ITB 22-OQ17 Heavy Duty Repair and Servlces Page 2z of fi2 a�pire at the end o# 1he cortfract term, If the City �leats not to e�ercise the re��wal option, the Pt�rchasing division will issue a new solicit�tion. �4.4 F'rices bid shall remain firm for �ach ona�year term af the Agreement and shall i��lude all ass�ciated fr�ighf and delivery costs. 1�4.5 Prices affered shafl be used for bi� analysis and for Agr�ement pricing. In cases of errors in ex#ensians or to�ta[s, the unit prices ofFered will go�em. 14.6 Upon expirafian of the Agreement term the successful btdder, agrees to hold over under the #erms and conditinns of this Agreement far a reasonable perioc! of time to ailow th� city to re-bid an agreement, not to exceeci ninety (90) days. Vendor wiil be reimbursed far this senrice at tt�e priar agreement raia(s}. Venddr shall remain obligated ta fhe City underall clauses of this Agreement that expressly or by their nature extends beyond and s�rviv�s the expiration or termi�ation of fhis Agreement. 14.7' Gflods and/or serv�ces sh�ll nof bs suspended �y the Vendar without a 30 day priorwritken notice to the City, 15.0 LAWS, R�GULATIONS, AND QRDINANC�S The Vendor shail be responsihla for rne�ting all Faderal: 1�ws, ordinances a.nd regulations; State: laws, orcCinanae �nd regulati�ns; Cou�iy: laws, ordlnances and r�gulatians; and City: laws, ordinances, and regulativns for safety o� people, environment, and property. This includes, but is nat lirnited ta, all Fed�raf, 5tate, Caunty, and City Aganc9es, Administrations and Commissinns such as the �nvironmentaf Prateoiion Ag�ncy (EPA), Ooeupational Sa#�ty and Hea[fh Administratian {OS�IA), and the 7ex$s Camrrtission on Environmental Quality (TCEQ). In the evettt any f�w, regulatian or ordir�ance becomes e�Fective after ihe start of �Is Agreeme�t, the Vendor is required to comply wiih n�w pnlicy. ,4�y mandates r�quirEng the City fo camply wi#h new guidelines +�iU also require the Vendar to camply. 16.p P�R�QRMANC� �'ailure of #he City to insist in any ane nr more instances upon perfarmar�ce of any of the te.rms and conditians of fhis Agreemenk shall not be const�ued as a wa€ver ar relinquishrner�t of the futuro perFormance of any terms and conditions, but �he Vendor's nbligation with reapect to suah perFormanae shaA continue in f�tll force and efF�at. 97.0 GOMPLAINTS 77.1 Corr�plain�s pracessed thraugh the Cify Purcl�asing Rivisiort �ra ta be carrected wiihin fourteen (1A) days at'formal notice of complaint. Wntten respot�se tp the Purchasing Divisian �s r�quired. 'E7.2 �ailure to properly resol�e camplafn�s within the fvur�een (14} calsndar day ti�e �eriod may result in the cancel�ation nf the appGcabfe I[ne item(s) in tha price agreement. 18.0 SUBCON7'RACTING [Vo subcon#racting aF ti�e work urtdar #his purahase will be allowed without writ�en permissian from the Gity. 9&A C:ONTRACTAQMINiSTRA710N 19.1 Contraci administratlbn will �e performed by the City Aepartment. in ti�e euent ti�e Vendor fails to pe�form accordin,g to tha terrris af #i7e agreament, The Departmer�t head or hislher deslgnee will r�otify tite Vendor, in writing, of its failures. A rr�eeting may be arrang�d to discuss the Versdor's deficierzcies. A wriftert cure notice may be prepared giving thg Vendor 14 c�iendar days to cure any dsflciency. Ii8 22-0017 HeOvy buiy Repair and Services Pe�a 23 of 52 19.2 in the e�ent ihe Vendor continues wlth unsat�sfactary ge�farmance, the depariment wi�l prnmptly notify the Purc�►asing Manager who wi11 take appropriate aciian to cure the perfor�'nance problem(sj, which could include canceflation, termination for conver�ier►ce or defau4t. If the agreement is termir�ated for defau{t, khe Vendor may be held 4iabfe for excess cos#. 19,3 The Vendor wi�l be paid only those sums due and owing under the agreemenk far services satisfactorlly rendered. 1�.� Tfie City reseroes the right tn terminate this agreernent, or any par� hereaf, far its sole convenience. ln the evenf of such #e.rm9natinn, th� Vendar shal! immed�ately stop all work hereunderand shali immediateiy cause any and all of i#s suppfiers and subVendors to ceasa wark. 5ubjac� to the tarms t�f th�s agreement, the Vendar shall be paid a percentage of the agreement price refl�cting the percenfage of the worfc performed prfor to fhe notice of terminakior�. plus reasQnable charges the Vendor can demonstrate to the satisfaciio� of the Ciiy using its standard recard keeping system, have resulted from the termination. However, in no ever�t shall the tofal af al� amaunts �aid to th� Vendar exceed the agreement price. The Vendor shall not be reimbursed for any profits whi�h may have been anticip�ied, bui which have not bee� earne� up ta the date of termination. 20.0 BLiSINESS EQUI�Y C�AI. 20.1 Tha City nf Fari Warth implemer�ted 3he Busin�ss Equlty Ordinance (S�O} to r�flect the City'a availability and dispariiy siudy findings. Alf proposers sha[I nate ff�at it is fhe poliay of the Giiy ta ensure the full and ec�uitable particip�tion of Business Equity �irms in the procurement of services $1UQ,DOp.00 or mare. This Request far Quafiflcatians requires praposars to plan how �t wi�l includ� on[y Ni�E or V4f�� Business Equiiy �irms to �'neet a Business �qulty ga�l. 20,2 The Business Equifiy go�f is 23°/a. 2�.3 The info�rnation ta meet the goai shall be submitted wlth the propasai on the Business �quity lltilization form and incl�e: 4 The company name, addre5s, point of contact, email address, affice and faxitelepF►Qr�e numb�rs o#tha Business Equityflrms, ■ A detailed dascription of the wark to be performed or supplisd by each Business Equfty ffrm; � 7he tier level, i.e., 1st, 2nd, 3rcf, �tc. (if o.ther fhany st tier, the plan mus�t c�lea�r.l1y i� ntify the �irm name and Ner from whom the Business Equft firm will be rece{�in a eni � Associated �lAICS code for each company � The suk}canfiact anticipated value for ea�h B�siness �quity firm; � State the Business €quity peraentage level of commiiment aehieved; �nd d Provide tha sarrte identification inFormation for a1S nan-Busin�ss Eaui�firms o Letter af fnierrt wili be required only for the Prime Vendor submits a gond faith eifnrt. � The sub-contract anticipated vaiue for each 8usinass �quity firrn; 20.A� It is impartant �o note that an�y Business �Auity firms ihat perfnr�n a commerciaEly useful function m�y caunt tavuards the 5%.Business Equity goal. 20,5 A Cerkified �VB� or ViIB� Business �qu3tY Prime Contractor can caunt it's self-perForrnance serv�ces towards meeting the Business Equity Goal fivr trie assigned �4AlCS commvdlty codes on thair cunrent MBE or WBE certification. Ti�is means Bus9ness Equity Prime Cantractars can 4nly countihe parcentage afwark asaoela#ed wifh kheir asslgned NAICS codas. If t�e Business Equity Prime Contractor cannot self -perform a�l of the work, fncluding prod�cing needed supplies it wiil bs held accountabfe for subc�sntrac#ing with other current certifiad Business Equity firms to me�t the overall goal. 2p.0 �xample -- A cerki�ied M9E ar W 6E concrete cvntrac#or, who only lays dowr� aan�refe and daes IT� 22-4097 Heavy Dury Repalrand Services paga 24 vf 52 no# produce aoncreke whole5ale, cannot claim 9�0% s�elf-performanca tn meet a B�siness Equify gaai, Ta meet #he gnal t�e �ertifted MB� or WBE c�ntractar musk i�ire gnofher Cartifred MBE br W�E subcontractor, wi�h an assigned concrete �uppfi�r NAICS code, to suppiy the materi�ls. 20.7 �'urthermore, proposers ma�Y obtain a request for [isting of certified �irms from ti�� City of �ori Worth's Business Equity Divisior� httqs:llw�rw.fortwort�s.qavlfileslassetsloubfic/diversitv� ZO_8 In its Utiliza�fion Plsn, pr�pos�rs' Ilst of Busin�ss �yuity Ffrms must be �cti�ely c�r��fied at the bid awarrl. The Gity of Fart Warfh acce�#s certifcations irom the follawing third�party agencies: Nor�h Cenfra[ Texas Regianal Certification �ency {NCTRCA), Dallasl�art Worth Minoriiy Supplier peuefopment Councik (DIFW MSDC), and t�e Women's B�siness Council 8outhwest {WBGS). Partinipatian can count tawards the established goai. The certi�ied firms must have a business Ivca#�d in the Cif}+'s six-counfv marketpEace that includes the counties vf �arrant„ Qallas, Denton, ,lahns�n, Par[cer, �nd Wise. 20.9 If a propaserforms a joint venture with one or more Busin�ss �quity Firms, ii�e husiness equity joint �enturs percentage wi11 count towards the established gnal_ The Business �guity Joint Venture fnrm must be submitted far review and approvaf ta apply towards ti�e ga�l. 20.1 U If OfFeror#ailed to meet the siated Business Equity goal, in pa�t or in wilale, then a detaiied explanation rnust be svbmitted to demonstrate the Gaad Faiih Efforts made io seoure Business Equlty particfpatian_ 20.11 Failure to submit ti7e Business �q�ity par�icipatipn infnrmation or the c!e#ailed expI�natian of the propoae�s Good Fai#h Efforts per ordinanee 25155-10-2021 to meet or axce�d #he skatad Bus9r�ess Equiiy goal, may rer�der the �roposal non-respansive. 2p.1 �'�he ��siness �quifiy cnmmitme.nt wiEl be p�rt of the fir�al w�i�htea s�lecilan crit�ria. The u�tdersigned acknow�edges ti�e Ciry's MBE requPrernents as atatecf above, a�nd if selecfed as the mast highly yuall�ed Pravid�r(s), w7! comply with #he requi�ment to svbmlt a utilization pfan dur+ng cantrac# negQtiations. 1TB 22-0017 Haavy buly Repairand 3Bruices Paae 2S o{ 5� � �� ������ E1�dL1�E�Ufl11 TO lWVli�►�1��4 �O �Id ��Q09i H�AVY �l1iY �����t A1V� S�RVIC� �ur��b�si�� �i��sr�� AL�9�fd��iFl� h�0. 9 IN11i'F��'I�?� i0 �I� (fi�): 2�-001�' �!� �p�,P�ll�� 9A�: Januapy 6, ia� (1��7C�R�C��j DAi� l��U��: �ecer'�ber �96, 2b2i IT� 22-OOi7, issued Decetnber '15, ZD21, fs hereby amanded as follows: 1_ On page 1 of 52, entitled "�ovar page," it siates that tk�e submissian is due by Dec�mber 1�, 2021. 7his is a mistake in the bid dflcumenis. Please referto'the teniative schedule �of events faursd on page i 5, which statea the ITB re.sponses are due or� January 6, 2022. Pte�se refer to khe screen shats an page twn• All other terms �nd condi�ior� remain unchanget�. Ashley F��dva �UY�R11 �o�aann�r�tio�u�ipann���o�ana�no�no���rnnsnna�no�n�in�r�nde��o�o�ano��r.��o�nodydta■ By the signature afflxed below, Addendurn I�o. 1 is hereby incorpora#ed into and made part of the aharre referenced IYB. COMF�ANY NAME: �� r���ta � �,�+'��'n�.��'`a � �f .� �-�� f '�i� C , SIGMATURE�: � ��� � N07�: Company name and aignafi.�re must b� the same as an fhe original bid documents. �ailure to raturn fhis form with your seafed bici may consfituts grounds for rejection of your offer. ITB 22-00171ieavy buty Repair and 9erv�ce p�ge i af 2 8i�s are salici�ed fafurnishing the merc�andi�e, supplies, �en�ces andlor equipment as set fotlh i� tl�� saffici��an. Campleted Bids inc�uding a�e e�ec�ed onginal and one USB fl�s� dmre Gonf��r,�g k�e��onic YErsiaris of all bid tlocumen�s rnus� be re�ei�e� in 1he Purchas�n� �ir�ion by 1;3� Pi,i.. �ece�n�ar ��, ���i, and ihen u�li�1 opane� an� t�ad al�d at 2,Q6 P,M, in �e Cou�cil �hamb�rs. Bids musf ba subm�ed�n a se��d .,..,.�.,, ufrn i tri �r nm tic u��7rn �timP�"r'��i n�i 7i m ni �rninr nr r� ir r�uiri nnr .rJ.._,.,,.�+„ �t,, n.W„w,,,. 2Q ❑eadllqe for purosdans � Decembor 27, �029 at 5PM �iotv�+ndsfJWeDa1aA71"3¢P1n.Il.oca! � 'na.traryG,2�22 fTB 22�OOt7 Hea�y Puly Rspe'vand &eMcea P�uo 15 87 QR'1'�0 TI?. ����� ���� EventlD � Page InvY' crwai-ax-onz'r � EventRaund � Verslan t t Event Nsme � 1•1B HonvY 1]uCv R�ani1• and ��rvic�e Steri Tfma FSrtf:.� 1f�m■ Suh ���7c��n�� ns�.nn;nnn=m !IL i3fiJ3LL�3 ]7c]6:48.CS'P ITH 22-U01? Heavy Quty Repair and Servlce Page 2 of 2 � x � � a r,�i � � m m 0. �C7 N 3 C� � � 3 d q W � N � � � m R� C N �t Q. Q) N � N Op� 7 ri 1 a =L•• ' -. 1 I � - �� � � � � � ����f .s�: -_ 'Lr-�1 . ' itf I �lt3LLL_"-,-r �l � R f* `�� ` ,� + �� � - � N N � � � 4�f � � � d `.ri � � � � �� � �Q � �� � � � � � � � � � � � � �d � � � �° � � � � � � � � � � � � � �a � � � y�� O �E 1 � � �� �� ��� �� ,.�y � � � �7 � n a a> O cd .� ` � N N N t)1 W � � � g N J ti v ,� �� _. � � � � � � � �a � � �� �a m�a�, �� � x � � � 0 � �' �' A. � `� � � � }1��+ �(�7 � 1-� � w a. �� � � �� na 0 � � � � � E�' � ro n G a �. � a� � �. � � rb � � � � a, � w � ���. �., - ; r I 4 � "', ��; � �? � ; `�� �l.i{4,� � �-� � � �: ri� [�^ rf� F• _ � .� � 3 �� R� �f� �7� f�v+� �. " �"'+Y ,�. , � . i' : , i � , , _ . �z �� � � � � � � � !� �� � �� � �� �� �� �� � �� • x �� � � � � � � �� � � ,� � ' '� � � � � � � � � � � � � � �. � � � � � � � � � � � � � � �� � n � � �i • � � �,*, � � �a n � �. � � �� �- � m a, � � ��� � � � � �,4 � � � � � � � � �� . _ . � � � �_ � , � � � c � ' i F� � � � o � I ■i �� ��� �'i � �� . � '�r ���� � T�'f� 2 � . �� � �QQQ���` y � C � � � �'� � � � �. n A. q�._ � � � c� � �, � � r � a �+ Cd � ET ca M � � � N � � � � ��7 Cu a �' � 0 a � �r' aa � � � f�D m � � �' �` '� � �-�� � ��� � � � - � A � .� E--; . � _� � �_ � � � � :� C� �{ � l'�J ! _� {__. � i ; � � I � �, - - ,+ '� � , - - F � a � e � � � � � � � �u � �p�p� �`� � �� � �� � �y+ V � y �Y �G/� � � � '� � � � 6t � r� � � , ��i, � ..7 � �Y � � � Y� I r � � [� 'ly � � � � �� � � � � � � � e � � � 8 z �a � a � � � � � � � � � O � � � � � � .i�.� � �C [�7 � � C� � � � z � a b � � � � � � � � n � r � �z � � � s� � z � � � 0 � {� � -�. C/] � � � � m � � �+ � r, f� � �� � � �� � � � � � � � � � � �' � � � � � c� w• � n � � � �.� � 1J �-+ r. C� � � C3 � � � � 0 � � u�a � � C n � ��f � � 1^+ �. � �, � � � � �S� � � � � � � � � �� � 5,�r�;_�.p.�•t-��:t_-"- . '� ;.� ,�.i ��� -r .� . � � -s - pr=�� L� `f5_� -��.;� i� ��.k a� u�.. ,� �'S'� {f�. � - h. .��,..,if',1r}. rr�._�'�i� - 1 l�'a�r 'r.r .K , "��{vkF�.F;1,� ��;'.Fr , '�{. .�4'}i� ='.1.`;I�'. ��'~2-'�.'� �il' 'tr'f. -��.`i�:��y�1L+ti��t. ' _ �. , I . . , , - -•-�� . � - }��'4�{i�y � �li � �y� � �'' L'� ,� . �L Isy�- ' � �Y L�1}i+�s�L�4�* nEr—. � Q � � �t 1-�+ � � � � K � cr �. G E � � � � � �� B� � � � �� � �� �� z� � r` � � �i � Cl,� CI) � � � €"i C/] � � Cl.i � � � . � � � � � � a � � � � � � � � . �'_ � ., _ � � ��� � � � � . I� � � � IF� � . � � ��-� �r1 �' � � � � � � � � � � � o � � � C�G � � C�/a �i`, m �- � c� � � � � �. � � � � a �1 � � � F=� c�o � o.' � � � � � d f/� � � o � �••1 �'. � �ro � R� � �� � � � � � � � �. � � � � a n �� � � � � � � � � � � � � � � � � � I-� � � � � � � � � �,a�� ������ � T�LTCI� CER.T�F�ED .� 0 � . � , � : � �� k�. � I I ��. , , D���r� 1 �������, ��� s i �9��-001 �ongratu�ations! We i�vite ya� to �ake the 2�19 Navistar T�chnician Rodeo entrance exam, Additivnal fnformation will �e provided in Aprif 2019. �a�� �]�A��1lTL� TRU�K C E R T I F I� D i+�' . �r �.i :.�!j+ ' � ii.l tr2+4,��a w si.���ti }: �tL1.iV I.IJCl'�1V.t.C�L YI�.EI Hus suc�easfuily compleied ell the requirements and le here6y 2[1l9 cenified 3n;he falTnrving categarles: • FflT1NAlf�'SxC11V • BASICS • EL�C'I'1t�EAL1�+LECTRUNIC3 • ri�i'i'ERIYl1'€IANA.T.��TBUCI{ • BR?L�S • STS�RING & 6iJ$PEP[�ION • PERF`OR14IA1�ICE i�M! • D�.IVE TItAiN � I3Vi1�C • iVIFI?IUM AIITY E1�fGINE • i1EA'VY Uit'�'Y �NC,rIPTE � �� '/� � �1���� L1+r� 1'L�+9fl. i' .i . i' � i'� I r q'� � 1tiu���Fsltir i.: U1 %i YY1■V�C���, � 6Dy`1yIQV aaooa�axs3 �rreriaaaosr� ]`�CAHICIAW RA9 �:.��.�.- ,..-z� � � �.{ y r: � il/i � � � a � � � � � � � 3 � � � a` � � � � ; ro n; � o � � � � � �. � � � � � I � N �� o a ; = � •y ` �I � i ' r � f. Y i � � � � �� � �' � .� 0 � p C� �q � � :�� [�fq �' � F� — ',-J w � "� . �y.� � � �� � � . �=•�,. � �. � �h:. � '.. ._� �� � �� o � � � *s � Q --��-J � '�� o °. ":t � ,,� I. � °, cu c��ny. o � � � w � � � �� � � Q 1 �^h � � � �r�- �'. � � l �( � � � '.-� � � � � '3 � � �+ a � � � P'F LPQ � k�'d �� � j- � � �' � � . � � ��--.� •-9 � � �-� �� � � � � � -� �o �. � � a � o. � � � �' P � � �' � C�3' � �S. � � �m F-� � � � � � � � � � � �� a.�p� � N �� � � f � � � � � � � � � � � � � � �w � j � � L� h�l � � � � � �� � � � � � � � � � � � � y � �.. � "�i � � � � Q ��i � � � I� Ir I� �I ,; �' i �, �i I I �; I� �? �I i �� �i �' ��I � �; ,� ,; �; ,�,��,� - � � ��� � � } � �k � �� � a� �� �r :+ , d m NBtional fnetitule iar �$l�T�[Oi°I!� �i�Vt� �Ce��L�N�� AS(� �er�ificatian Status Greg J Shimanak Keller, TX 762�48 ASE I D:1i5E-�5 i 8-989D This indivfdual currer�iy has the AS� certtficatian sta#us shown belaw: �+ � ---- � �OJIT�:,�•, � �% � ��ADIF44SL�L4Yrki � . Skl4i��R r r.�T+F7L� �A•+n� � ILY"'liNY7114 � r�ri,���au�� C�rrent A5� De�ignations _.i.r�l��:�_. . ,'�'""�.n�;+�,�;�' ���,a'}�x,��,ti,� : •:�;.J � �� .�, r�,� � Ad:+anced Level 8peclaHst h+�asks�: hhe€Si��m�Hedvy '�ru�t� �"�c�'inlc�Qri ASE Certi#icatian �etaiis ,�� ,f= '�;�*��' "��� : r�=7.i�� fi?�'.' � =�} �:��' � T . � - L2 �iectrnnlc Diese! Engine Dlagnasls 7-� ,�',:�saii�e �ttglnes T2 �iesel �ngines 73 Drlve Tr�IrG T4 Firakes 'f5 Slts�enslun and �keeris�� T6 �� !�ar.trlr.�ll�I$Ctfi7fllC S�6C�1'P15 - T7 Haalir�g� �l�nill�tlon. �ttd I�1� J Tg Preventive Maintenance and lns�ection �t'� �a+.,�;-�;;:;`�i��:-; , ,,,',:�': „ �.. � ; - -- 0613012U�1 0�.+34���a�fi os�sol2oz� 06�3{�f24�1 OG13�12021 �$f3���0�� � Q613412D21 U�@�+30���� 7 06I30I2[]21 Created: July 39, 2019 9:56:5f AM L: Ativanced Leva� 'k'; Nie�il�m�H���y i t ;;r�: Current �xftlred �Currant C4irr�l�� Gurrent �urrer�t Curre�nE ��'illf�$f�� Gurrent , � - :;; io bed�rne AS� certE�led, you rnust pass an A5� tesi and have the required amaunt of relevant hands-on work ex�erience, Yau �an down�oad the 1Noelc Experi�nae Form aiwww�as�:.comlexpform. ,�n�i �atplred certlfic�iion can b� reinstated by taking the aorresponding recettificatian test. If you have any �uesti�ns, please contack us. Page'1 af 2 AS� • 1503 �dwarda Ferry }iaad NE, 8uite aEl1, Leesburg, VA2A17S • www:asa,cnm 1 � Nation�l IrisGtWe lor AL1T�1R���'#�fi� ��!li�� ����i�L�E�II�� aS� Ger�ifica�lon Status Gr�g � Shfmaneic Ke�ler, TX 78248 P,SE fq; ASE-25'IS-9560 6ir�e�.a�ctu�as ,� cam AS� Cuatomer �er+rloe Phane:9-8.Q0-390�G789 Fax. (703} 66$-6122 fiage2of2 Greated; July 3'I, 2Q'18 9:�a6:56 AiVI AS� • 15U9 Edwards Ferry Ruad NE, 8�1[a 4p1, �.eesburg, VA 20978 • www,ase.com �r � � � e4�� C��ifrca#ion Status 6ock, AEex Godlsy, �X 7604�4-414Q ASE fD: A5�-1799-1933 T�is individual currently has the AS� cer�ificatian skatus shown be[ow: �yyy,,ppp��� i 1 liiLllKl} uhf �• iJ1 fa': �t ■ v� � �l�7 r9* . f:� � �1 _'� �� � �� � s�� ,��: a�ri4k'iY�JF�{,IL�f 7lCI'�LCl/�?i CurrentASE Des9gnatians _ ��� � Advanced LeveY Speciafist Mast�r MeciitamlFleavy Truck Technician _ AS� Certifcatian peiaiEs � � � � L2R �lectr�nic Qiesel Engine Oiagnosis Recert T2R Diesel Engines Recert T3R I�riva Train Recert T4R Brakes i�ecerk � �'�R 5uspension & Steering Recert T�R Electricall�lectronic Systems Recert T7R Heating V�n�ilatian & Air Conditioning Recert T8R Frerrentive Maintenance & Inspectian {PMi) Recert Created: January 05, 2022 .�i�.��4• . 12l3112025 D6I3412D2fi 'f 2!3'{ 12�025 0613QI2022 1213112(�25 121311242� 12I3112025 9 213112�25 3�55:05 PM . . ,�—s Current Current Current Current Gurrent Current Current Current Ta become ASE eerfified, yo� m�st pass an AS� kest and have the required amount of relevant hands-on wark experier�ce. Refer �o the ASE Work �xperience Requirernents lmpar�ant Informatlon s�ction for defails ar submit tt�e AS� Work Experfence Form ak ht� s:liworkex .ase.com. An expired ce�ifieation can be refnstated by taking and passing ihe carrespanding reeertificatiQn iest. Pleasa c�ntact ws if you i�ave any quesiinns. ' ` ' �Q19 -„ � ������� �, ,�' C�.ktTiFT ED i� �� ����� __�.� � � � � a � �J-.Ji�� ��1�� + ' '�_ . Has successfully completed pll tha iequi�emnnts and is herahy 2U19 certified in the follow�og catagories: � i • L�bC.1]�A7`IO�I • BASICS •�T�C3'RICAY,I�ifiCTRONICS • Il�'T�RNATICINAT.°'fRrJCIC f � + ��iRA;KES + 5'��ERIiVG � SU3PEN5EDT� • PLRFpRMANCE PM � DRIYE TRAIN 1 F CiVAC � MEDIilM DU'FY EI1�GI1� � HEAVY 1i30�'Y EHGIR'� ' � � ,I � r 1-• � -� ��.�� i +� ' { +` � � ��� . r `„r��'. . {�'.L�I--- , �� ��� � :.i.��a f�r,�s uni,uiiu r - i ' � ��� �� I�'�45� �'' ���I_��4i r Jalrn 7. Phnnlgdr ��— i7ifeclP .Olo�pi (7grellrp1Z16111 November 1, 2a18 pate %J��% �.AS'T�R BUS c���r�z�n 7 V� 1� ��` e 4 � � �`� As i+O WtIC.�Tpry I OQ004�4233 TkIT1Q18q3EN � f' ��� ���� Hus sn�essfully eamplciad nll the requiramenls and is hereby 2p 19 certiii�d in the fallowiag aalegarics: • F0�]1VAA'i'��Id • BASICS • I�L�G'i7ZYCAT.t�LECTZiONCCS � TC gUS� • BIiAKL�S BI1S • 51'��RI3VG & 9U5PENSION �IIS � X�RN�7.`IL4Yl�' &C15 • 1VfEDYUM riUTY �rlGTli�� � 8.SL �NG�TI� B�1& � 3tthnJ. Pfonnib ]r Pir�tut. Glabal OevWnpnpnt �TOF'0A7bCT �.^�OrH . on�o A!4 �$v' �tl.�i �7e�� eaucattnY4 OOOq434233 TArITi�l8U3EN 0 A7i,4�liR��N� �,� G�R1FLiGT OF Ildi�l��5i �IS�L��U�� R�(�i�1��tA�[d'� Pursuant tn Chapter 176 of the L.acai Govemment Cod�, any persan ar agent of a persan who ctintrac#s Or seeks to contract far the sale or purch�se of property, gaods, or senrices wit� a Iocal gavernm�ntal entity (i.e. The City of Fort Worth} must disclose in #he (�Uestionnaire Form CIC� ("Questionna➢re") the p�rson's affiliatlon or busineas ralationship th�t mlght cauae a canfllck of interest with #he iocal go�emmantal en#ity. By lew, the Questiannaire must b� filed with the Far� Wvrkh Cify Secretary no later than seven days after the date the person begins contract rfiscussians or negotiations with fhe City, ar subrnits an application ar response to a request %r propasals ar k�ids, carrespondence, or anbiher writing rel�ted tn a patential Agreerrtent uvi#� the City. lJpda#ed Questionnaires must be flled in canfa�rnance wiiit Chapter 17�. A copy �f the Questiar�naire Fonm CIQ is enclosad with ti�e submittal doeuments. The form is aEso avaifa6le at http./luvww.ethics.state.bc.uslformslClQ.adf_ If you h�v� any qu�stions about compfiance, �lease cartsult yaur own le�#al counsel. Compliance is the fndlvidua[ responsibility af each pers�n or agent af a person wi�o Is subject ta tf�e fll�ng requirement. An offense undet Chapter 176 is a Class C m€sdeme�nar. �lOT'�: If yau ape nd4 aw�rre o� a Corrfllef of Int�eest in any bus➢ness pelati�nship th�t you mi�h4 har►e �+ri�h th� Gity, ska�e Vendvr name ➢n the a� i, use P�IA in �ach of tfle �eas an tF�e form. �iowever, a signat�re 1s requlr�d in 3�t� #� box in alf cases. 17B 22 �D17 Heavy Dury Rgpairand 5ervlces �'age 26 of 52 ���F6M�`� �� �N�'����r �u�s�����►ta� �'��� �I�! �'or �e�dor �aing bus[��ss wiih locat g�vernmeni�l enilty 7hls qusstlotmaEra railacts ohange� mads tn tha law by N.B. 23, B4�h Lag., Aegular Sosalan. O�FICEUg�OMLY �is questiannaira Is be1ng Aled fn accardar�ce With Chapter 178, Local Govemment Code, by a vandv� who 4aia 5eoahr�i has a b�[nass ralatlonship as daffned hy Section 178.o01(i�a) w[th a local gwernmenta� entiry and tltie vendor mea� �eqUiremanis under Sectinn 17B.o0B(a], 6ylaw �ls questlonnalre must ba �fad wltl� ihe recards adminf�trater of tha local goverrm►ental endly noi intar then tha 71h lwsinasa day efter the date tha vendor hecomas awar� of facYs �hat reguire t�e sta�ament to ba Alad SesSactlon 178,OUG(a-9j, Laca1 GovemmeneCods. pvendor oommils an nifan�a if ihe vendar knowingly riolates 5ectian 178.1�08, Eoca1 Gnvernment Cada, An oHansa undar dtis sec�ion is a misdameanor, � Nameafvendorw�tfli�saha�sinesareiedo�ahipwiihlocalgoverameniai�liliy. �. W �a �'h�c.s-�����, � �r� � e. � r. � . � �Chec�cthis�oxifyouarefllinganupelatetoapreviauslyfiEedquesllar�a+r�.(Thelawr�quiresthatyoulileahupdated � tampleted questlonnatre w�th the apprapdate filing aulhotiEy nat later then the Tth buslness day after �he date on uufi�Ch ya� 6ecame awars that the origlnelly ik�ed qu�stbnnaire was lncample�e or fnaccurate.} 3 Na�+eaflo�I�ovmrntnantofiHceraboutwhomthelnfarmalfanisheingdisclosed, � Name at fl�loer a peaol�iba each em�iloyslteht or Mi�eP 1'�nsin�se xelat�onahfp wiif� the lacsl govemmetrk n�iicer, or a famlly membsr of Ihe oificer, 8s deactibeii hy Saction 17s,003(�]{2j(A), A�sa d�ecdbeany family r�la�onsh9p w7th the lo�l governme� afticer. CompQe�esub�arts Aand H ioreach emriloymentar �usiness �elationsh�d�scriired. /�ttach artditfonal q�ges taiHia For;n ClQas necessery. R. 1s ihe �ocal govemmant off[cer or a iamily member af the ofNcer �eceiving or Ilkely io rec�ive taxahle ineame, ather than inveslmem Inoome, irom the vendar7 � Ygs � No B. Is tha vendor recefvin9 ar Ikely ia re+�ive iaxal�le income, other ihan investment incame, from ar at th� direetion af the bcal gwernment of�cer ar a fem�iy member oi the nfficer AN� the iaxable income Is nd receiued itom !he loeal governmental entily? � YeB �NO g �esc�ibaeachemp[oymenEarb�sin�ssrelaUonshEp�tth�►t�ndornamettlnsectfanimpinieinswithacorporationor pthar 6usln�ss etsiity w11h respect to which (hs local qovernmerrt oiticer aerves as an oificer or diY�ttor, oC holds an owtlership irHereaf nf one perte� ar snore� � � ` — 8 Checktttis box lf the vencfor has ghren the locai gev�mmenl af�cer or afamify member of the aificer one ae rnora gifls �� as daseribed In Sactlon �76.463(a){2}(B}, excluding glfts descrbed In Seclion 476,Q03(a-1j, � ,�,�,� - � � �. � &gn rea� o( vendor ng b ness wlth tl�e goremrnentsl en iy a�e Forcn provlded 6y Texas Etfiics Commissian ww4vethies.state.tx.us Ravised 1111zA21 IT6 22-Oa77 lisa�y Duty Ftepxir and Serviaes Psge 27 of 52 co��'���� o� �����s� �u����o������ �oe vendor doin+g bus9��ss witit loa�l gaveenrnental �nfiity A camplete co py of Chapter 17fi at the i.00al Covernment Code may be iound aE http:/lwv�w.staiates.leg i s.�[�te,1x, usl DoosILQlhtmlLQ.i 7B,hEm. For easy reference, below are some of the seetions cited an #his fo4�m. cal va B Ca � 1 001 1• :"Businass re{aqnnship" means a connection bOtvVeen iwA or mare parties based on cammercial aciivity of one of ti�e paNies. i'he term does not include a connectian basetl nn� (Aj atransactionthatissuhjecttarateorfseregulatianbyafedera[,state,orlocalgovernmentalentityoran agency oiafederal, siate, or local governmental entity; (8) atransaciion cflnducted at a price arid auhject to terms available io Ihe public; or {CJ a purchase or leass of goo�s nr servtaes iram a person fhat is ehartared by a state ar f0d�ral a�ency and fhai is subject ta regu.lar exarnination 6y, and reporting to, that agency. Loca�� C�o�r�men�Cade �78.QaS a [2��rtd 1� (a} A local gnvemment alfiser shall file a confiicks disclasure staternent�rith respeci to a vendor if; � (2) the vendor: (A} has �n amploymentar aiherhuslnass relatianshipwith ihe lacal government officer or a family rnernber 9f ihe o�ticer that resulls in the ofticer ar family memher reCelYing taxable incoms, o�her t�an in�esirrient incarne, that exceeds $2,50� during the 12-monih �erioci pre❑eding the date that the afficer becornes au+rarathat (i) acantract 6eiween th� local gavernmental enlity andv8ndor has bs�n executed; � (ii) ihe ldcal gavemrneniai entiry is oansidering Entering inSo a cor��raci with the uenda , (8j has given to the loca! gnvamment afiicer ar a iarnily marrthe�of ths officar ana or rnore gifts thathaveanaggreyatev�lueaf�norethan$fb0 inthel2-monthper'todprecedingthedakethe a{ficer becornes aw&t'e thal; (i) a cnntracf beiween the local gnvernmenfal entlty and vendor has been �xecuted; or {i� ths laca! gavemmental enlity isconsidering eniering into acontraci wiih thevendor. Local Gavernman �ade 17�6 6 a a d a-1 {a) ,4�endor shalf file acornpleted coniiietof Interest qusstlonnaire lf the �andarl�as �z business relaiionship trlith a I ocal govem mental en tity and: (i) has an employrrteni ar other businass relationshlp with a loeal governm2nt oHicer oi ihat lacal gouarn mental entlty, ar a farnily member of the afficer, descrl b ed �y Sgction 176.003(a)��) (R�; [2} h�s given a local g.ovemment oi�csr of that lacal govarnmental entity, or a family rrtember of tF►e officer, one arrnoregittswith fhe a�gregat��alue spe�ified by 5ectian 176.0�3(a){2j(B}, �xcluding any giftclescribed by Seciion 176,0(3�(a-1}.; or (3) has a family relation ship with a local gouernment oilicer of ihat lneal governmental entity. (a i} 7t1e com�al�tedconilicf oi interestqueatlonnairs must beiiled with the apprnpriate records adrninistratar nat laterihan the seventh business day aft�r t�e later ot: {1} the date tha! thevendor: (Rj begins disausslans or negot�aiiqn6 to enfer Into a onniraci wlth the local �ouernrnental entiiy; ar (B) subl�itstotiteloca[governrttentalentltyanapplleatian,respansstoarequasEiorproposais or bids, corraspondence, or anothar wri�ing related to a polsntial confract with th� Ioeal gavernmental sntity; ar {2} the tEate the vendor beeomes aware: (A) of an emplaymenS or ot�rer buslness relationshlp wiih a local goYernment otfice�r, or a family msmber of ihe pEficer, ctescribed by Su6sactioR {a}; (9) that the vendor has given one or mors gifis described by Subaeotion (a}; or (G} o€ a famify relationship with a local government otficer. Fnrm provlded by Texas Ethlce Coromission wwva.ethics.s�ate.tx.us Revfsed 1l�fZ021 ITB 22-0017 Heavy ��try Rep�Ir and 5ervices Page 28 aA 52 A�'TA�HI��Ni � S CO1+[SI���ATk�N Q� LdCAiIQN 0� Bl�ID�R'� PRI�ICIQAl� K�LAG� 0� ��151Pl��S Sec�on 2-�4 of if�e Fart lfifforth �ode of Ort�inances authnrizes the City �ouncil, wh�n �Gonsidering comp�titir►e sealad bids, to en4e� info a aontrack far ce�tain purchases wlth a bidde� rnthose prir�cipal pl�ce a4 buslness is in tFra corperat� fimits of tl�e �ity af Far! WartM and whase b"rd is wlthin 3 or 5 percent o� the lowest bid, depenciing on the �alue nf the req�est ar�d goods ar �er�vices requ�sted, if tlle 18�+est bid is from a business oc�tsld� t�e municipeKity and aon�raating vu�if� ih� Iocal l�ictder would p�o�i[Ee the best combination of price and ather economic benefits ta th� mur�icipailty. Ftgque5ts to be considered a ioca! business must he submitt�d on ihis farm vwitM bid packages to be consid�red by the City afi fort Worth. Q�estions should be addressed to the PurcY�asing staff iisted in the bid or request package. 7he Fort Worth City Council requires kh� fopowing information far consideratian af locatio� of a hiddet's prinnipa! place of buslness• Add addltional sheets if neederi to provide fhis information. 1, �ocational �ligibilitq: Principal Place ofi Business in Fork Workh, Texas. �. Qo you have 2 For� Worth afFice? if yes, ir�enkify addre5s: . �r �, �L f � �� t� �-�-- k �}� � y� � �. WQrth7 �Origirtati g in Fo�rt�Warth' shall me�n payable at the �art Warth oTfice. `[mu�s9exce�d 50%] b 2. Econnmic ne�elopment opportunifies resuiting from contra�t. a. Number oi Fo�t Worth resident-employees? `� �� b. Amaunt af City o'f Fari Wqrth ad valorern taxes (real and business persorial prop�rty) paid bY campany (ivr priar tax year — Fnrt �O3 �p�� � or farmer lacation, [fi Fori Warth office is newly-� esfablished)? � �� c�r�+- �P� c.; �'7 � a s a a� Certificatian af infarma�ion_ 7he und�rsi�ned does hereby afiEirm that the informatFon supplied is trae and coerect as of �he datg hereof, under peRalty of perjary- f' �e 1 ��.___1,`n_nl -i r�1��P1 �1��_ ��� �� ITB 22-OU17 Heavy Duty Repair and 5ervices page 29 af 52 AiTACHM�iV f — G �19R@R'� �ANTA�i IWFQRiUTA�I�t� Bidder's Name: ��—i� u,J��' �ir�'�e4`1+�.���'�• � �r�'�s �i1�G . � . . . Bidder's Local Address: �1? �. �fee. �J ���1-� ��r�'� 1 �G "7 61 � 2. I�hone: � t'] - � b°� ' �`�''6�7 Fax: J� � � .. Email; C� D Su,� ��` �-�-- r1, Narne of person ass'rgned spsnificaily for this Agreement: NamelTitEe �ct,,�a �0�� L�vk Sc� r�12 i��c��' ,� j�,"J � Phane: l� Z7- ,� .5 7 Fax; �� _ �_ _, � Email; fJt,c�.,�ir� • i��� �� Sw ; 'f "'�"x � n �, Name of persons fior renewal information andlor billing �uestions: NameCfitle , �i �o � � � �r� � �i� a �� Phone; ►7 �? bL!- � fr� o Fax: �.1� !� � , . EmaiL• r�, �_ . S �, �y� cc3 5 �c1 ��' :^'�"Xr • G�� � Phane: _��- %�,`�- �&�.� _.. ._ Fax: �rnaii:_�h � l I,,., . i�.; 1 ��a�. �� S�� �' � ��-�. �� •.. f ��--.� ��i'I% a ,�; � L.r�� �. �-��• Signature Printed Name patq ITB 22-Op17 Weavy I7uiy R6pair and Services Page 30 of 52 �eiiAGHM�N�' - D 81���R'S C�UA�I�l�AT10M �lU�5T40t�NA1R� 1. Has the Vendor ever defaulted an a Gontract? � Yes �{o 2. Number of years in business under curreni company nama: �,Years. Rlease note, ii is required to ha�e a minimum nf 2 years, csfherwise, your submissian will be deemed as non- respo�sive. a. L.ist any former natnes your organization has operated under and the timeframe: 3, ls your company abie to fuffiill the response time {isted in section B.0 if not, vuhy? Please nate, tMa# it is required io have a minimum 24 haurs response time. �or 4he ramainder of rrjinimum requirements, please refer to sectiat� 6.0 ,�1e � 4. Is the Contractor able to pravic3e aertific�tions for their persflnnel, such as the N�tior�al Institute whlch ualifies the for Autnmotive Sen�ice �xce!lenCe (AS�j or Manufacturer �equired tralning, q Contraator to perForm necessary for this IiB7 P[ease r�ote, v+re do require ynu to hav� an Otiginal Equipment ManufacturEr's (O�M) dacumentation. If ynu are unable tc� provids this document, your subrrsissfon wlll be deemed as non-resaonsive. In arder to be considered, you must be qualifieci. 5, Wf�at types ofi repairs from the item list can you par�orm? Please pr�vide a list. If you are unahle to provide a repair, please &�ate which one and Why. 6. How many people ►nrill be on fhe servlce team to complete the requests and fiuifil our needs? � 7. Does the cantractor har�e the abifity to ramp up qualified pe�sonnel, r�sources and equipment to meet the growing needs of the City? i# not, v�r�y? ��� 8. Please provlde a d�tailed explanation af the mekhadology your frm wili use approach tn completing repa'srs. (i.e. what is your process fro�'n ti�e receipt of Purchase Order alf t�e way to campletionj. Also, please include descrip�i�e details aboui how you will oommuniaate, how will you handle set backs, whak is your process for complat�ng t�e work on fime, if you discover ihere will be a delay in service, how wiil yau o�ercome this? g, Dves the service tieam hold any speciaf certjfications that further quaCify yau to perform the requirements of fhis ITB. ��• If Yes, please [ist and provide copies of these �ertifiicafions. 10. Please provicfe yaur wark history petforming thes� same services for ather Cities ti!' gaver�mental entities of the same size. (Attach 5eparate 5heet� lT9 22-0D17 Neavy Duty Repair and Serviaes page 31 af 52 Yype of Repairs o We are an O�M Deai�rship Repairs to aII units of aur manufacture and other C1ENf's � Bumper �o �umper pepairs we �10 it a!I � �r�gPne repairs internal and externat � Electricaf repairs o HVAC RepairS � Whe�l End Repairs 0 5uspension Re�airs Ca� and Body R�pairs • Full Paint Snoth o PM Services • Transmission Re�airs I�ternal �nd �xterna] Service Met4�odalogy . lfnit shows up at the dealer, custamer is greeted by our 5ervice Writers o We obtatn �Il service information, eustomer cantact, emails and phone numhers 9 We send a greeting email out to email provided at time of rurite up informing customer of our communicaCian system. . INith-in 24 hours we have the truck in the bay vuith dia�nosis heing performed. � We fflrmulate a detailed parts list and �abor SRT's � V11� then emaii the custamer #rom our 1360 pra�r�rn �a infarm them ofi the findings • W� rr�afc,e a full repair estimate for all it�ms that were documented durir�gthe write-u� process � Afterthe approves are given we order parts if no� in stock and start repairs. � As the repairs are in progress, we send at least one email a day with the status of the unit(s) o After repairs are campleted, we then notifythe custamer and pufi the unit{sj in aur QC [qualE#y eontral] process. . C1C process, we raad test a minimum af a8 miles �o get the unit �Co operating temp, and simulate real world conditions. o After th� return the QC tech veri�€y a[l r�pairs are that of dealer quality, check a�er the unit as �, whole tao. � QC tech then turns paperwork in to the servfce oftice, the serv�ce office natifiea custom�r af the uni�s cornperition o� the repairs and preps the RO and send to customer with PO that ►tvas �iven at time of a}�provals. g When the unit is picked up nr cieliuered, we invoice the RD and our �ccounts department acquires paymen�. .i1FYM1�� 1 _ _ _ __ -- �� �l��'i�i�'�3`� ������d��[�%i�L 'T�U�f�cS 3722 IR�TNG BLVD o DAI,I.AS, TEXAS 75247 Te! 2l4 589-I40D � Metro 972.445-5312 0�� 214 6$9-1441 T��� AN� �QUIP1����' �ULiIP'�� ��OY� L I �'1�� �.IV � J�� �C� .�1� II�ACH![��� �IL F����l���Y ��J�K�`�'� AL�� �EA�N��il� ���Tii�l�R� 11�YULi�P�� f1l���IL� �J[VIiS AL� iC���l�� R��IJI��� �1� I�r��1��A� !�l���i �3AY �AI iV� ��C�TH ���Y �I��� � ��LIl�1�RY T`R�CK� ��L ��11I��S �� � Ir�� ������� ���� �}�,, �u'`� � _� � � �Y� ��S��l� �`���s��������� �����°t�e�.� 34$CentralDrive �' Axle, 1'exas74p2i? (817}444-1322—Offir.� * E�a'1)444-6379— Pax T"o whom �t may conc�rn, X take �reat p leasure in re�ommending David Gobb. I hav� had the pleasu.re ofhaving David ea11 an us as our rep for 5out�west In�ernat�onat for approximata�y 6 years. r would give David a 5-siar rating withnufi a doubt. Sir�ce he tnok ove�r aur a�countwehavebe�n extremely satisfiedw�thhis suppo�t. I hop� to have I�avid as oux rep far as long as I am in this p�sition as Director o�Transportation. � would have to �ve a 5 as far as likeline�s io wark wrth David and Southw�st. Tl�ank you, Chuck Weiss TransportationL7uectior Azle ISD $1 i-444�13�2 �R��L� OS� �°i�4��R�R`�`�TI�� �EP�o 153 Cook St., Argyle� T�x�s 76226 (94�) 464�7241 www argy�eisd.com/transportation/ 01/o�/2aa2 � �. �, As �he Direc�or of Transportation I ha�e been working wiih David Cobb and Southwes� Internati.nnal fo� five years. Axgyle ISD has been a�ustomer of Southwest International for mn�re than �5 pears. David Cobb is my main c�n�act for parts and se�crice fax .�outhwest International. David is respons�ve and professional.! Any questians or concerns T have he is qui�k to r�e�pond and resolve if needed. �UVh�n our mechanic has qu�stions regarding r�paix issues David is one of th� �irst people an his list to call. Dauid rates � aut of � for customer satisfact�on, He visi�s us at leas�t 2 times a mnnth to ensur� we are r�c�iving excellent sexvice fram his comp�n� and we are happy wi�th his produe� and ser�ic�. Dairid rate� 5 out of ��n the Iike2ihood we would �ontinue our ���ationsh�p wiich him and Southwes�t In�err�a�ional. It is b�cause of David's �ffar�s and comrnunicat�on on the parts and s�rvices sid� w� decided to buy In#�rnationai Schoal Buses �gain. David as a represent��ive for Sauthwest Inter�xational is ex�eptional. Since�ely, Alb�rt Rutiedge Directqr of Transporiatian DI���T�� A��T. 9ir�ct�or Alber� Ru�l�dge Mrs. Michele Mit�chel E�.13(}�1 Ext.13�10 � � . � � r�rt��� ; ,�.��� �,,, � � � Sch��t �is%�� �ro�� n:� off�� o,� Brian Cr�r�ih�rs Director of Traa;sport�u�ion 0 500 itI I-]annaford • Granbury, Texas 76448 � Phone (S17j 40�157 o Ftix (817j 408�169 `�'Ot WHpIVi IT MAY �ONCERN �U�IECT: LET�'��. OF REFERENCE — S4UTHW E5T iNTERN,A,TIQNAL �ATE: 1/�/�1}2� CF1045E 0;4E: [�9G7'1C1NRlsQUIRED Q FPI' ❑ I)Is^]'RIBifT$ Gra.tabury ISD has been wor�ti.�ng vvith 5outijwest Internatianal for nnan�' (aver l Oj� ye�rs. As the Tran�s�o�ta#io�a Direc�oP, I have bee� VERY s�.tis�ed with their custaz�er �ex^vice and their wiilingness to startd bek�d #b.eir woxk. I vvould rate thc;m as S(k�ighly s�tasf�d). Vi�e a�so plan on aontin�uing workin� wi� Sout�west Imt�natzonal and wonld rate� th�t �,s a 5{v�ry �ikely} � continue aur xelakit�nship with the�n. I�IGHLY a1s� ra�ammend nontacts wi� David Cobb, Mik�: 5laugh, �nd Dean i�a.hn, 'These are Si1FER fa�� peo�le tf►at witl treat you right a�r� make sure #�at yout jo� is da�e iin a�imely mannet° at ��aix pr�ce. Sincexel � �, t� Brisn Caruthers Tz'a�spartation T3irecfar — Granbury iSD 5LfQ I�1. �-fannaford o Grtn6ury. Texas 7bD18 o I'hCane ($I7) 94A�4t57 e FAx (8'l7) 4081li69 3��L'r�bun'.k12tx.us �,TiACbi4��Rl� � COP�YACT INF�R{'��TI�R� Gom�l�ie and �etur�n ihis �'o�m �1ith the �id �idders shall provide a Ilst of names with cor�tact numbers to �he Ciiy of Fart Worth PwTc�asing Divlsion with thls bid. The fisi will contain th� names and phon� numhers of Vendnr staff to be noii�e� a� a�equest for service, Successful Ven�or shall k��p list up fo date throt�ghout the life oF the agreement. Contact Name: ff'`l i�� _��{� i: �in Cantact T�tle� �a.� � � ��� �, �� Phone Number_ �l' I�7- �] ��'T � 77 j j� _ --Email : t,r, ; k � . S o ��i� s �' i k - "�-1�• G� � ; Fax Number: (�-��/,� _----� --- - _..._.__ _. Contact Nartae: I � .�Q � .._ _�_��-l_� r �...___._�.._ .. Cantact Titla:. _ .. � � f' ��" cr (�'1 � n.o� � �r', PhoneNumbar_ ._���: �4� 7��� Z Email: �'�� � ��. l .�� y �- - �lG, c-�.y►. Fax N�m6er: � � �i Contaet Name: ` � ., . . . �,v:,._.c�,_.�'��'1!� _ --- . ._..-- - -. .. .. _._. �antact Title�: (���-�_ �.�� _ _ ��-� !�� Phone Number: ��� ]„ `i .S�` 7 - Em�.il' r�.�J.��,. ��� Su� ►-�- -- `'��• C;�nn, � Faa� Num�er: i �� f ,r� 1TB Na. � 7-OZ�3 Multiple Vendar List for Heavy Dwty Vehkcle and Equipment Repair P�qe 25 of 28 �i��- -- �E�iI�I��T� 8i� �Ipe���1�1� 1���1�14NI�� ����amm 09IQBI2q21 1'H1S C�E�ll'lFiCA'�� 13 tSSIf��} AS A INAT'�R QP INFORAHATIOIJ� ONI.YAND COMFE�S HQ WGH'iS L4FQN THE CLRTIFiGATE FIR�-pER. TNIS ��RYI�iCA'?L ilQ6�'` H(Yi�FFIR�'�V�LY iiR �IEGA'fiil�LY AIH�N�� ���N� OI� A1,'i��i'�F46 COV�RAGE A�FOC�0�0 �lY Tff� POLdCiE� ��L01lV. vHl� C��YIF1�1a'I� Og 1x�l�RANCE Q��S NO`� CaNS7fiUY� A corrr�A�T ��7W�F.� TH� rS8[��1G lfVBURE[�8}, l���io�z�� t���i�sENTATNE OR PRt7�l10E�,16HD TF3E C�RTIFiCAY� kldil7FR --- — 1� 8U�RO�A�4N !S WA1V�D, a t�is �erliFicele da�$ nW coniar PR4DUCER 5hephatd lnsurence, LLC. 117 Cangrsss�otfatBaufevard Sulte �00 Carrrrel IN6UR� #he terms snd aondEttone M the poli �e ce�tiiiaaie T�oEder in Ileu of �uch IN A6032 SauUtwest IdSaleaSe; 3ouiht�V98t Inf�maaon2i T'tuCks, Irsc. Scr��ihyyest Leasing 37?Z Inring Boulevard f F.D. Bax 58R865 4allss 77( 78368 sj musi hav� At7�i7iolVA�, �tJ5URE1� grovEsion� er l� enda�e� �ertaln paiiC3�s m8y requirg an e�ldars�me�t� Astatecr�ent an Aill�mertca insura AGCS R�arine in� c: e: JYL'iiA{563 .t�...-„—"'.—'__'_' —_ THl518 Ti! OERTfFY THATTHE POL[CI�8 OF Ih1$13Ri9PIC� L1STEn SEl.fl1N �IAVE 8E�h1 �36UED776TIiE INSURF� NAME�A90VE FOit iWE AOL[ p�R A I[�I�IGATGII. �[OTWlTH6TAfV[3lN� ANY R�4WIRF.�AEId'1;1'ERAA OR CDh1D1TlON OFRNY CONTTiACT QR QTHER �OCliNi�N71MThi R�SPECf T6 YdN{CFtiH€9 G�iiTiFECA7E [41AY B� fSSUE� OR A9AY PERTA�N�'fw1E IMSUilANCE A�ORdE{1 �Y7H� pOLfCI�S dESCRIBED FiE1tEIN 1S Si1$.lECi'r4ALLTME'f&RMS. F�CCE.ElSiONSAN� COI��T[10N3 OP SLICH POL[GIES.I.IMCf3 SHQWPi MAY 1�1AU� ���N li�QL14Ef7 BY PAID CIAf[uIS. . . ... — �-�-- -----.. —••._...�....., uG113'9 !dRRCIALGRtdE;tAL l.IRBS}'tY CWMS•MADE � OCCItk't A A A Y iN � N!{l GPB8761'EA � 081q1I2021 � a9161l2022 a4a�g4a� 22897 S �a �$ T S 1,0OO.OU4 BQAl1.Y33�1JUflY{PePp9f8m1 R rW` (3P8878194 flB10112d21 U9f01J2d22 �GAN.Y11+i.EllRY{Pa�audde�T � re � $ umn: s �,000,oUo eic�sers�la � Q8101I2021 � asra�r�nrz p�RlpTi4NOFOPFRATIDNS�� C,jcCotliplColf I]ed:3,90q Gk$10,750.�fl� GaragBkeeper9 GP8878114IiWC19SUT9i96 0910T12Q21 0910112n�2 InvCom�fGollQed:(S0e lnv�4 6,B50,pn0 � PhYsi�IDatrtaSe(�nventatYl Attached) LlmitsAtta�ed �Esct�mnmogo�aanONsrtOCA'nontslVeHrar� G►cor�lol�AdrANonalRamarksSehedule.ma�lha�iterhedIImursepacuiare�l�1 Par at�ahed ivrm 3-2907, a�iamallc addRt�na1 tnswed 8� blanke# walver ofauhrngallon appqes for garage, aulo & gene�81 iia�lltty 3f rqq�irgtl by wdfien rmntract, Per poilcy lemts� Rrnuisicns en�i exdusEons. Q BHOL]i.PAMY i7F 7iiE ABOVtl Cg9GRIHI�P POLlC1�S BE CANCgLLEl1 B��FQR� '[}{�Ts7(PIRAYI�HDA� "iHER�Op, MOiiC@ WILL 86 pEi.JVBR�91N gputliweat Inh2raaEional'Fmcks� Inc. P►�OOF OF IN5Uk2ANCE pCCORqRN�E WY'R# 7Ft8 PDLicY ptiOVIS�S. 3722 InAng 8ouferdrd AUTHORC6EA AEPRCSL'NipT�Y� P.D. BD�c D�11R6 7X 79SB6 �. ACORa 25 ($a'iE103j C3LN'LA(�C3REQAFE W4d1YAPPLIF� PFR: POLICY ❑ ,pf �.�'�T � � OiripR: ,�,�,,,� Ai17tlA108i1.� 11ABkL1'�Y � AMYAUT4 A TU tltl ONIX A�l1�6 � HIREO N[3N•DwlVE� q4J7QSOHLY Rt1fU3[]NLY � Garage 1-[ab litABR�llR� � qCCUR e�tCESSUA� cuie�a� �� Q 1888-2415 ACORp C�RWO�A71EfN. All r�hts �� pCpi� name arzd Ingv ara regtsfiared marka ofRCORD �"'"�,%, ���� AGENCY SheAherdlnsuranCe.LLC paICY NUfABk[t AGENCY C�STOa4el4lb: �OC �: ����iI�NAL ��IR�A�.44S ��N��UL� Nan�ED IHSl1RER Southwast Ideaiease; 3outhNre&t fnUemBii0n81 Truaks, ina CARR�FR NA1C COOE �FECTIVE 17A1E: Aql�7`IO�+IAL R�MARiCS � 1 - THIS M��'fiONAt R�AIIAIiKS FQ�M IS ASGF��Ri3L� 7�.ACaRi] I���Nf� �Q�l1A NUI��: z5 FI?RM�iil.�: Certificalaof L€abiffty Insuranse: R�otes Local[� 8ahedu�e� I�oc#�#; 8722 Irvlag B[vd� Re!les,17[ 7sSS8 4kmlt oilnsuva�ce: �1,8Q0,000 Deduclible' Wafi �S,uoO t�svea�35.460 paraec & a❑y one beADp 32,b0� per vehl$10,0�0 per occ & eny one foo 2: 817 N Fn�awatl� FartWar#h, Ti(7B7o2 uF Insuranae; �9U0,4VU uwu4�isnc. Hatl $f,aDo pet+nehl536,6Q0 per aec & any nne IocIA�P $2,809 per veh�10,000 per o�c & any nne bc LaC#3: 2'f05 N��'dl E7SPY� fu�iqnney� TX 75079 Llinit aF 1►i61!ldRCe: $350,OOB paduclibfe: Hall 55,000 per vehf$35.Ut10 per ocv 8 any on� IOCA(lA $2� 5d0 P� ��� d�o� G�r occ 8 any ane loc 1907 pharr Street, FodVYarth. T]( 7890211mft o1' Ins�eranca: $200,fl6t1 Deduclible: Hali $S�OdD }aer veft1�38,0UD pe� oca & any �+a 100AOP $�,6A0 per veh�� 4,OU0 per noc & anY ene !uc �Per�l af FlOod is eX�luded at thls lccsilon. >� 3335 Irvmg Blvd, Dallas, i3t P8247 af insuranC9: $20�,fl� ueaucuci�a: I�ai� $6,(100 per veh)$3K,006 perACC �any ons 1aoA4P S2.b09 per vehl�'fo,no0 par ax & anY onr !�e Loc#6: 3648 11'ultlg plYd, D'diSle.TX 75247 Llmit Of 1n5�tfanCe: 514�,000 ❑eductifote: I•lall �s,aoo per veh1S35�o00 A�' occ & any oi�e iaeAOP�2,5� per vehr510,00o per acc & anyr one Im Loc�7 24D1 E Pionesr Pku4y, Arlir�gtan, 7%76fl10 Limt�of tneurance: �,uo� �Pduelible, iiail �s,�nb per vehf�3�,ao-n par aca & srry one �ocaop s2,50o pervehiS10,U00 pee acc & amr one lae a6001rving 6svd, C1eHes, Ti� 76247 Limit oFlnsurance: B1 d0,400 veaucsivie, tia�l �5;n04 per vehl�35,4U0 petaco & any ana [ncA0p�2,sod per vehl$10,OflA per ooe & any ons loc Loc�k9; 2959 IruinB aFVd, fl�llas, T% 75247 limlt aFinSurdnc$ �,6a0,400 DeducUbt� Ha41$6,�0 p�rvehl�,3K��9fl Aer oco & any one focA[?P�,590 perveh1�10,L4o per o� & erry orte loc LaC�90: 5707 Iruing Blvd {Parto[ i-7 Lo�, Daqas. TK 7b247 LImFt aF Insurance:5425,4n0 �5,OQ4 p8� V8h1535,OflL1 pBt acc &9qy pne IpC � 52,5ao per vehls4o,nOn perocc & any ane foc Lac#47: 5411 Mercanllle Rd, Oallas, T;( 75247 Lsrnkt of tnsuranoe: Stl Lot#'i2; 5116 NJa�centlfa i�d (8ack of lAc 12-1 Laij, Aatlas. iX 752471.im1€vP I�sutence: �50;000 4educEi�fe: tiail �S,Ob� parveis�S35�utl0 Perace & any qie Ina AOP �2,5La per vet+f�1�,00D per aoc& a�ry ane loa Loc�7 3: 3�ao dack Kull�en �xgy 5,, VYaea, TX 7ffI08 Limit of InsureRce: $�60,ObD Deductlble: M ail �5,Ooa pervet�3a�,�0o P� Q� & any one IacApP $2,60fi pervahf�1�,990 per occ & anyane lac Lod�7a: 7 �9D Har+aon, �+d�'17� 79sz7 (eHeGlNe dat� 1�15Y�41�) I.Imllof inauranc9: �16G,OOb Peduclible: 3E,600 per vehlSTG,o00 per oce & arry a�e lac •pedl aP fSaod is exduded at Ihis [ocation- Th�ACORQ nair�e end (aga �re repis6eret� me�rlsg cf ACDRI} �e�$ nfi rights AGENCY CUS70A�R lA; '- �,OC � � ����`f I��.��., R'�NY��fr�� S�I-��I)11L� page i�e wuure:r neme anq Eago anp reg�atered marks of pCpRp ��l�TI�1��4Y� �� 1�li�F��Si�� ��►F�TI�� Complete Nos. �. - 4 and 6 iE there are interested pariies. COmpfeta Nos. �., 2, 3, 6, and 6"rf i�tere are no interes#ed parties. 1 Nasne of Business entiiy filing 1armT and tF�e city, 5tat+a as�d couniry nf the husiness entity's of 6usiness. Southwest IntemaEianal'Trucks lnc. Fart Worth, T)c United 5tates being fi�ed. CITY I]F FOR7 WQR7H a �o�n� 2��5 snfy O�FI�� US� ONLY CFR'�I�ICATIOi� �� �[�ING �ertifEcate Numi�er� Filed; Date Acknow=edged: g Pravide khe identific�tloR numbeT used Gy tl'te gou'�fnmer!#af entity or st$tB agency' ta traak or identify the c4ntTac#, and provide a description of the senrices, goods, or otNer pCoperky to 6e prpulded under the carttract. CFtN01-22-0017 PAR7S, SEI�VIGE AND BODY SHOP Name of [nterested party C08B� IaAVID 6 Ch�cl[ anly IP thgre Is NA Interested Party. � City, 5iat�, Caurrtry (place of husiness} Nature �i' WORTN, TX United �#ate5 � X UN5WGRN DECLARIKTIC2N tJ�y name Is _ ���• U` ���� , and my date of bir�h is 1� �'Z `� � Itf 7�— r' i . � + W�7r�- �, 7 b�"�ti _ 'f'ev�r4. � My address is �.1 l� �-e-r� a�.�.•s 6 ra � or �G�) ' istate) (z]P code) �[wuntrv) (streeq l dealare u�tder pan�lty of perjury that the firegoing €s kfwe and Correct j�, `r t�,,.}- Guunty. 5tate oi ��� J _. on the,.,��d�yof.'Sw�•.,u� 20 Z2. . Executed in [monm) {year) 5ignatu� f autttorlaed agen�t nf�rdcting husit185s entlry (�eclarant) �omis pravided by Texas � ��� {kev. �r2AtSj �� � a�o�T�wy � ��[��i$ ��� ��fi4��{�F Q�������� ��if�lb�� �i� �o�T���l�t'! ��� farinstru�ttu� at�df�alatest i�lur�t[on. ��u� �e�n �r �ft� ��'. �� � send 4a �e IF�, � � r,�e�,ro�a�r���,c��r,�a��w�r����sonima�.cr��,�ya��t�r,o 4 Fxc�pt14tt9�aad�hPAlyor�yt0 fd���, [�. �4�+orHl�, not Ina4vtduaH; ae�, � C] ���� C] car�� �ls "�����`�: � C� �,�a � �a�+s ��d E�mPt pery� cado (Uany} ' � u�tl ft�l[Y �F�'7Y� �HeY �lsl�td�l[oaNdn EK�f'+ C�aa� �S apJpo�tlo[� Rs�} �� _ . _ —..�•..� ��� NaL�dle�ctheap�pp�pbm��tlp[ne�au.�iaPlhmUocda�1111p�h�5���6ro�.O4t�cSr,�iick �ctmOkfoRirc�m�AYQ0.repastaq� � u�f�ereu�C�r�tenmse�r�.membaru.cfh�t3���aa�arne�ea�w�sa�sa,�rat�e�.r.�� � ��LOthqRis�est�fieAitft�t�sP�iltU'�.,ii41�1t�p�.�p,p�:�p��LClhal ��� b �EIi�1p'6T� (rolt� �1B �Uli�f�p�:�j��lea�qpP�1iC BGxiOfihlf t�t �IFoi� 41Rf� Qih�r acel�struClbnn)P G4�W.ro�aae.0 u�wa.wan�kra��,vs� � ��� '��' �Pt.���°.�������, Requesier'sn�meendeddresslnotaoaan m an�G�s, R (� ?'illF, �. t� ts �� �ed muat matcb tha n�ma gWan o� Itn� 7#o avard y�ur sccl�i aav�rity numb�r (SsM. H�yar, i�r � Rea tha lnapt�Cttars [ar P�tl, fa�ter Far �thel� �. itye� c�o nvthevs a nuRiber, sssl�W 1��pets� I�s�tas �f Ii� e�r.asu�tl6a in mmre �1 ar�e �ams, rs,a Ihr�6ism�� k�c �ne 1. A�o eaa Wl�Nema �d hRrul�r Y� C,lvs t�r+i R9queaf�r �r�u8�elineg e� �s+i�aau mustt�ewta �rtt�r. s. �'F[e �bossF�wN on ihk� f� 1s my mt�ai t��er�itan nvrr�r(ar k am �efdrig fora R�ntrer M i�e ts��dto rrEak � ��°T� p�}�� ��� ba�k p� �g� tearlea�'alas�i�r�,rt��ar�hrf�titis.n�r(�� 3� �otiitsalme ��n ao Wng�a s��Bt���'w�p� �� 5. I am a u,8. cn's�en ara�r�!' U.9� �r�cn (tf�dae�l bel�u}: o�d �. T�ia FA7CH cod6i�7 �I�tursd an thF� fo�t� {!F �niii ���e�'►914�Y ! arR exemP3 iro�1 FAT�Fi r�p�arR.� Lsaore+ec�, �+ i�o� Ya� muss raoes o�t k�n E�a� � yr� 1� �►� 6y�o I�iS'qRatyw� � YoN i�+eiaik�ig r�t s�lrritc�r6atanddlv7d�c�son �xe'� ��t re�ls�ato �s, fi�m 8d��r�lo ��C(qp wii�holding �t�a �ssquiafli� a�c�d�¢�r�i3 od�ee�t p��y. G�4a� a�� �r�rf6u�orn to•e+� i��bvid�! �Il�ement mr� �q}� ,��y�a��, � 3�tF�ertlt�r� t�ta�as8 aa� �vJda�da, yau a�x�at �ul�ad to �n 4�e.�, �ut m�k ywr e�ct�m� tl� l�atw�ei�s A�r �,ti ,� Fa�r ynu �xwlde ����rr�� In��ti��� ��tlon re�r+en� are. ta �a b�emai HeVer,�e Cn�� �a afi�er�ufsa r�at�d. i�uRur� de�re�Tai. F�'the �test inf�+nnallon �ue caevab�r�ents raf�i9[310 Fcmd W 8�d i[91�, �.+cb ��t[qn � AR�r 1119y iV6il� �II�U�Tr SD � ��fiVIFAi1�i�. ���� A� �i�i M hldlviderB� nl' ea�l�jl(Fo'rm W'� � WifO i� fe�qyh�aEl t�0 ii[a� � f� ttamii �4�y r�ux�aeRfn iirr,a I� rt�� abmi�i your qarrer� t�ayuy� ��tl9hp v�4uCi r9�ay � y�� sa�al sea�rit,y e��mr ��]��h�tu�l�Yu�r[d�b��l�r�ll �epilmo p�sr fdenitA�kr�1 rt�m�er (�1Tl�q, o�'�P(� t�tiifcaHaa nur�aT [€F�F1� ffi r�p�rt � 9n ind�a�i�sn ratwn tF� �a�ni pw�8 ta � uf�er +uno+ai! Ae�� an ultarm�n r�. E�rnp�eaat in�i�n �H�d1Erl� � �lat �Ce i1Gt �r1�0d �Q. ��Q�8S5IIIt�. o�orr� to99-tt+l t'�te�eet sarr�rd or#�a1tij �m J- � L Ll' ;?'� -' � itl9��1V (�{ir�len�s„ �clu tha�e fiom� eeaofw er rrtu�rel •�ar�n t999-MfBC {varf�u� ty�s o! bvcarne, P+t�4�, 0��6 gr �r�s p�cedhs) � �►� ��n� muh,�l fi�td � and nq� �IRet � Furm 1�8$ (��ceeafEs irom rer! eat�te ir�n�� ��Y11i1! �d99-I4 (ft:el�Cti�d �Ild 8[itl lh�d' P��H' RS�Nfa� 11dd19eCNOnej ��Fonn-T'� �(�rte mor� �isr�i]. tG�l-� (�e�k�ua�s lntergalj� � �'mm 10��C (car�ed r�abtl ��e 10�,A(acquls�No� or�a�ndor�rftant Cf s9ol�red properiy) It�e Corm W-9 o�tty }� y�pe� sre � U,B. p�r�r� {tncf��&i� a raald�t etea3. to pra�idaycaQ �rteat'T�I. �Y� tf8 filltr8t[1i�1 �G11!! Y1�9 tG �IB qV1if? 8 7i1� i'at7 t�j'� basu�a�ro b�ck„� �, �e t F� �ntarp v�ltnf�lna� � Caf-N�,1t1�3fX �ornri� $�ar.t�i8j � � � - � � � . �n � z W�q . lY � � � � � Q � q � r N � 0 � � � � �' � � ° � n m � 9 � � '� � � � n � � � � �. � �� � �. � �� °° " � � � � �i o �- �' � � C� Q � �' `� ° C� �"1 �• � � W � � � Q � � �r �^] � � � � l'J � � � �@ � � � � � �� � � � � � � � � � .� w' �_� � �. � � � � � � c�° � � � � � � � r� � d b�" �ro -n � � k� � y �� � � � . � W 4� k� � � � � � � �. � � � � � � � � � � m � � � � � ('� r� � � � � *� � o, � ti � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � y � � � � � � � � � �"� �'�t � � � O � O �� �i� � � � ATTAC�IlViEIi3T F � V��VDOR �ERV�CES AGREE1VYEliiT This VEI�TDQR SERVIC�S AGF�.EEMENT ("Agreement"} �s rnade and er�tered inta by and between the C�TY OF FORT WORTkZ {"�ity"�, a T�xas home ru�e municipal corporatian, acting hy and t3�raugh its duly auti�orized Assista�t City Manager, and [L�GAL NA.ME ��' 'I`�& PARTYJ ("Vendor"), �,LSxA'I'� R�GI TERED AND TY'PE OF COMPANY] and aoting by arnd ttuou� its duly authorized represe�tative, each individually referred to as a°°parfy" and collectiv� I}� �efen•ed to as the "p�rki�es." AGREEMENT D(]CUMENT�; The .A.gr�ernent documents shall in:c�ude the %llowi�g: 1. This Ve�ador Services Agreement; � 2. Exhibit A— Scope of �eivices; .. 3. �xhibit B — Price Schedule; 4. Exhi�it C— City's 1tFP Na.�F��1 y�� -�0�� S. Exhibit D— Contractar's �rd Respo��� ta City's RFP �Io. ; and b. Exhibit L� -- Verificat�an of Signature A�1�tronty F�s�. Exhibits A, B, C, D, anci E, which �r� af±aai��d hn:7cC� �nd incorporated herein, are inade u part of this Agreement for a11 purposes. In thc ew��nt n�.���y �nntlict between the terms �nd conditions of �x.hibits A, �, C, or D and the terms and eonditions i}: li}��.h ;ii ��� �iody of this Agreement, the terms and conditions of this Agreeznent shall contrQ�, 1, Scnpe ��f Services, f�<<IvIPLi; DE�SCRIPTiON 0� SGOPE OF SER�CE) ("Services"}, whieh are set foi�h in mur� �etail in ExFitbit "A," attaehed h�reto and iucorpnr$ted herein for all purpases.. 2,. Term, `�`has A�;req ment begins o� [MONTH DAY, YEAR] ("Effectiva D�gte") and expires on [MO�`H DF1.Y, YEA�i.] (`��xpiratian Date"}, u�iless tent�►inat�d earli�r itz aceoxdance vv�;th this Agreement ("�nitial Term"). City will �tave the aption, in its sole diseretian, ta renew this Ageement utxder the. same temis and cnndi�ions, for up ta L� one-year renewal aption(s) (eacl� a"Renewal Term'�. 3. ComnensaHoau. City wi11 gay Vendor in aceor�da�ce with the pro�viszans of rhis Agreement, inciurling Exhibit "B," which is attached hereto and yncorparated f�erein for a�l pur�nses. Tatal oornpensation und�r this Agreement wi31 nqt exceed Ilollars (S .,�. Vendor wil� not perforrn any additional serviees �r bil� for expenses incuYxed for City not specified bq this AgreeznenC unless City reqnests and approves in writing the addiCional cosCs for such services. Ciiy wi.il not be liable for any additionaI axpenses of Vendor r�ot specified by #his A�reernent uriless Ciry frst approves such expenses in r�vritang, 4. Terminahon. ITB 22-OU17 Heavy Duty Repeirand 5ervices Pege 3fi of 52 4,1. Written Not�ce. City ar Vendor may terminate t.lais Agreement at an� t�rne a�d fnr any reasan by �rovidin� the nther par4y witti 30 days' written notice oitermination. �4,2 Non-a�pzopriation of Funds. In the event no f�ds ar insufficient funds axe app�rapriated by Cily in any fisea.l per�od far any paytneztts due hereunder, City will notify Vendar af such occurre�ce and this Agreert►�nt will termivaate on thc last d�y of the fiscal period for whic�. a�prop�ia�ans w�re received withaut penal�y' ar expense to City a.f any Idnd whatsoever, except as tca the �ortions oithe payrnents 7�erein agreed upon for vvhich funds have been ap�o}�riated. 4.3 Duti�s and Ob�i�ations of the Parties. In the event that this Agreement is ierminated prior to the E7cpiration l�ate, City w�ill pay Vendar far servicea actually rende�red up to t�e effecti�e date of tennination attrl Vendor vrill con.tinue to provide City with services requested by City and in accnrdance witfi this Agreement up to the efFect�ve date oi' texxr�ination. Upon terr�ination of this Agreement �or an.y reasan, Ver�dor wilf pravide Ciry with capies of a14 canrjpleted or �artially connpi�ted docunlents prepa�ed under tl�i.s °�,�•ee�ncnt. �n tk�e �vent Vend�r has received access ta City In�'orniation or d�ta as a requirei�ie�; to pez�£onn s�rvices hereuuder, Vendor will return all City �rrovided data to City in a ma�hinc readable fas�nat or other format deemed acc�p#able to City. g, Disclosure of Cnnt�icts and Con�dential Ini'oem$tion. 5.1 Disclosuz� of Conflicts. V�e�darheiau;' .�warrants to City #�at Vendor �ias made full disclosure in writing of any existing or potential conflicis of in�texest related to Vendor`s s�rviees under this Agrea�ent. Tn the eve�t tk�t ariy co�tiitet� �rf i nt�.r}st arise afier t�e Effective Date o£t4x'ts Agreer:x�ent,'Vendor hereby agrees irnmed�at�Iy to makt full disclasuxe to City in writin�. 5.2 CanFidential In'f�rn�st%�n. V�rtdor, foritself as�d ite of�xcer$, agenks and e$tplayees, agrees t�at it wi11 treat all ir�fiormatio� ;�rc�vi�d ra i� by City ("City In€ormation") as canfidential and wilt nat disclose any�suti:i inf�m+ati�r� iu a third party without the prior written approv�l of City. 5,3 r���zc ltlfarrnatio�r f�ct. City i� a governme�t antxty urrder tl�e laws nfthe State af Tescas and all c�a�ur+�±��ts held or nc�ainiained by City' ate subject to discloswre u�nder the Tegcas Public Informa�ion Act. I n tltc �vent i�r�re is a request for informaCion �arked Crnafidentiai c�r Proprietary, City will ptnn�ptly nc�tify �jend��r. Yt wiU. be the respoa}si�ility of Vendor Cn submit reasons abjecti,ng ta disclosure. A determ�natinn an whether such reasons are s�fficient will not be decided by Ciry, but by the Office of the �lttarney Genexal of the State af Te�as or by a court o� coXnpetent ,}uris�iction. 5.4 CJna�ihorizedAccess. Ve�dor must stoxe and maintain City �o�nnation i� a secure xnanner anci will not allaw w�.ukhorized users #o access, modify, delete or atherwise corrupt City infarimati�n in any �c�vay. Vendor must no�ify City immediatuly if th� security �r integCity t�i az�y City �fnrniation has been aomprainised or is believ�d ta have be� campramiseci, i� which e�ent, Vendor will, in good faith, use a11 commeresally reasonable e�orts Co coaperate with City it� iden�ifying what information has k�een accessed hy unautl�oxi�.zed means and will fully cao�aexate with City to protect such CiLy in%rma€�an frnm furthar unaut�►orized d'zsclosure. b, Ri _ht to Aur�it. V�ztdo� agrees that City will, until the eacpiration of three (3) ye�s a.f�er final payment u�der #,�is Agree�ent, or the �naS coneiusion o� any audit co�nmen ced duri.ng the said t�ree yeats, b.ave access to and t4xe right ta exalniue at xeasnnable times any directiy pertinent baol�s, docum�nts, 17B 22-0017 Haavy Duty Repair�nd 5ervices Page 37 of �2 p�pers and records, inctuding, bnt not limited to, all electrnrric records, of Vendor involvin� (ransaati�ns relatiung ta this Agreemeat at na add�rianal cost to City. Vendor agrees that City wiI] h�ave access during. normal war�ghours to allnecessary Vendor fao�Ii�ies and wil[ be provided ade�uate and app�opriate r�ark spaee in order to conduct audits in compIiance wxth t�e prn�isions of tl�is section. City wiIl gi�e Vendor reasonable adv�.nc� qoiice of intended audits. 7. Independent Contracto�r. It i� expressly uuderstood and agre�d t��at Vendar will operate as an independent contractor as to al� rights a�d privileges and rvork p�r�'oixned under tlsis Agr�e�m.eat, and not as agent, representa�i�e ar emptnyee of Cily. Subjecr tp and in accordance with the con�ihons and provisians oi tikis Agreement, Vet�dar will have tiie exclusi�e ri�ht to conirol tb,e details of its oparataaps and activi�ies and be solely respvnsible for the acfs and arnissians of its o�'�cers, agents, servants, empioyees, Vendors, and subcQntractars, Ven�dor acl�owledges that the doctrine af respnndeat supeYiar wiil[ not apply as betw�en City, its officers, ttgents, servants and ernployees, and Vandar, its of�cers, agents, ernployees, servants, contract�rs, and subcontractors. Vendor fur#her a�'ees that natlling herein will be constr�xed as i�e creation o£ a partnersk►ip or joint enterprise between City and Vendor, zt is further under�toad that City will in �n way he considered a Co-employe,� �r u]oint employcx of Vendnx or any offxcers, a�ents, seraants, errzployees, cnntraetors, ot subcontract�rw. Ncitl3er 'Vendor, nnr any officers, agents, servants, �tI1p10�iCS� COII'trBCtQXS� OT SLlI7CQI3�TdCfOTS 4f :renr�o� wik� be etat�t[ed to a.ny ezuployme�,t b��ne�ts fram City. Vendor �vi11 be responsii�le and Iiable for a�y �€td all nay t�»�tt and reporti�g of taxes on beha�£ af itsalf, and any of its off�esrs, agents, sexvants, et3ti�1 ayees, contract�rs, or cAn�t'actots_ 8, Liabilftv �nd Indemnificat3ot►. 8.1 L�AB.ILITY - VENDt7R f{�L �� 8E L!rlBLE A1VD .R�SPONS`iBLE FOR ANY AND r�LL PRDFEI"iTY LQS,S, t'R'�'�'i�'Rt�' f+AMAC;'E A1V'D/OR PERSfJN�11L I11�JUi'iP, INCL UDIIYG D.EATH', TO AN. �' A1YD � L+I. P�:R�QlVS, QF ANY ,�11'D OR L'�Irit�ACTER; WH��'H�R REAL OR .9.��5�1{7`L•'L}., TQ 7'�Pl'E EXTEN'T CAUSED BX T1�1'E 1YEGLIGL�'Ni ACT(S) OR QMISSICIN�S`�, ,21q4L�%EAS4I4��L' OR ,�1VTENTIDNAL MIS'CQ1VD£fCT OF VEIVD�R, ITS OFFIC!�'RS� QG'Islti'1S', ��l�YA1V�'S, ,EMPLOYEES, COIVTRACTORS, OR SUBCOI�'TRAG'TQRS. $,2 �Fli'ER�3L f.ND.Ehi�Nl'FICATION - VE11�0'R HEREBY COT/EiIVANT`5' AND AGREES TD f19r�EMNIF}; ,FIQLD H,�I.RMLL�'SS .A11tD DEFEND CITY, ITS OFFICEI�S', AGENTS, S.�'R�'�fl�TS AND �'MPLOYE�S, FROt�lAND.4GAI11�ST ANYAND ALL CL,FIaTMS OR LAWSU�'TS OF ��' 1ifND OR CX�ARACTER, 6YH�'�'HER REAL OR ASSERTED, FOR EITH�'R PRClFERTI" D,� 11I�AGE OR LOSS (INCLUDI'�V'GALIsEGED DAMAGE �CIR LD�SS 7'Q YENDOR'S BUSINESS AND ANY RESULTING ,�05T P�OFITS) AND10R PEIt50NAL INJU.RY, i7VCb UDING TIEATH, TD ANY.4ND ALL FERSONS, ARlSxNG O�lT OF QR �IN COII'NECTI`DN T�I7'.H TH.�'S AGREEMENT, TO �'HE EXTENT CArISLb BY TH�' NEGLIGENT ACPS Ol� 01�IISSIDNS Ol� MAZFEASANCE OF I'.END�R,1'T,� Olti`�ICERS, AGE.NTS, SER T�'�4N�TS, EMPLOYE�S, C01'V'TRACTORS, 4R S�IBCONTRACTORS. &.3 IIVTEL�L,L4`C�'UAL PROPERTY I,NI�E1l�NI.F`ICA?70N — Vendor agrees �n de�end,, settle, ox p��y, at its own cvst and expense, sny claim or action against City for infrfin�ement of any patent, eo�yright, trade marIi, trade secret, or �iriaelar pruperty izght arising fram City's vsc af th� sofhr�ax� ancl/or documentatio� in acCurda�ce with this Agreement, 3t being understaod that this agreement t+u de�'end, seitle or pay �i�� not a�ply if City modifies or misuses tbe softvva�'C andlor documentatiou. So long as Vendor be�rs �i�e cast and e�cpense oi paymenf �'or claims or actions agaiast Ci�ly pursna�nt ta ihis section, Vendrsr wil] have the ri�ht ta coz�duct the dcfense of aoy sucl� claiw or a.ctiou and all iTB 22-441 T Heavy Dlify Repair a�nQ Services ��se �a o� sz negotaatious fox it� settlement or campronnise and to settle or compromise any s�ch elaim; howewer, Cfty wi11 have #he rfght to fully participate in any aad all sach se�ticment, fie�oti�tians, nr lawsnii as necessat'y to protecr City's interest, and City a�rees #o ca�rperate witi� Vencior in dafng sv. �n the event City, fnr whateve�° reasQ�, assumes ti�e responsibility for payment a�` costs and e�enses for any clai�xn or action brought agaf�st City far in�ri�ngement aris�a� under #.lus A�reem�ent, Crty wil� ha�ve the sale ri�'�t to condu�ct the defense of any sueh claiun s�r action and all ne�o�iations for its settiement ar camproini�e and to settje or cotuprcr�m�se any such claim; harve�er,'Vendor r�+ill fnlly parl�ciga�e and caoperate wi,t4 City in defense of Such claim 6r actio�. City a�rees fu give V�ndar timely Wri#te� notite of any such claim ar �ction, 'with Copie� of a�l papers Cit-� may receive relating there�o, Nutwrthstand�ng the %regoing, Ciiy's asst�mption �f payment ai ca�sts or expenses wi�l not elitninate Vendor's d�ty to ��tdem�nify City o�der t�is Agreemen� if tl�e soit�ware and0or doct�mentation ar an� part thereaf �s held tu infringe and the u�se thexeof is eajoined or �resteained or, if as a result of a seti�le�nent or Compromise, such use Ys mater���iy adv'ersely Ke�trricted, Vendor wfl�, at its own e�ense and as Cs�Ey's snle ret�edy, eiti�er: (a� procure for City�he rii�t to contin�ue to use the sof�vare a�dlor d��u�nentatinn; nr (b) aaodffy the softrvare andlor dacu�tentat�a�n to xnake it non�infringii�g, �rovided that suc� mndi�'iica�ion does not materially adversely at�'ect City's auth�thzec� u�e af the soitware andlor documentattan; o�' (c) �eplace the gof#vv�re an�ll�i° dpeumertot�on R'ith equ��lly suifable, cam�atahle, and funct�onally equivalent nan�infrr�nning soft.ware ana�nr docum.enta#ion at no addii3onal char�e ru C!«ty, or (d) if no�te af ttt�' �ate�ajn}; �Itexnati�vea is reasonably avaaXab�e tn Vendor terminate t�ia Agreement, and r�i�nd n.Yl amo�nts p�id to Vendor by Cxty, subae�uent to r�vhich terminatian Cfty r�tsy seek �,uy� ��n�l aIl remedi.es av�ilable ia CiLy under Zaw. � 9. Assisnt�ent and Subcontracti�. 9.1 AS5]�T[1iY4�ill�, �� �11c�OC t"'1•1 fi�tti� ��sqig� or subc�ntract any af its dulies, abligatians or rights under this A,,�ree`mo��� witha�t ���e �rivr written consent of City. Xf Ciry grants consent ta an assignment, the assi�nee ;will c;ceeute a�vriiien agreemet�t vtrith City and Vendox under wb.ich the assigne� agrees trn c� b�tand �y t�?e duties and abligafions of Vendo�' under tk►is Ageeement_ Vendor will be ]�abie far �,114b�: gations af Vendor under tl�is Agreement prior to t�.e e�k'ec�ive date ofth� assignnic��t, 9.2 5ubr.o�.�racE. t� City grants consent tn a subcontraci, the subcnr�tractor will execute a written agreeinent w��lt ��ndor referencing tbis Agr�;ment under wlaich suhcontractwr agrees to be baund by tl�e duties and obligations af Vendor under thss A�ment as sttch duties and t�biigatapns may app[y. Vendar rnust pxovide City with a fu�ly executed copy of any such subcatrtrac#. ],p. Insur �ance. Vendor rnust provide City �ri� cerhificate(s) of insurance documen�i�tg �oiicies of the foIlow'sng types and min.imum covB�'age li�mats that ar� to �ie in e�fect priar to cdmm�ncement of any Services pursuant to this Agreezne�nt: 10.1 Covera�,e and �imits (a) Commercial GeneraL Uiabilzty: $i,000,�Q0 - Each �ccurr�nce $2,OOQ,000 - Ag�gate ITB 22a0017 Heavy Duty Repair and Servtces Page 39 af 52 {h) Au�onnobile Liability: $1,QQO,AOU � Each occurrence on a cambined single limit basis Co�erage will be on �ny vehicle us�d by Vendor, ar i.ts empjoy�es, agents, or representatives in the cnurse af providing Scrvices undex t��is Agr�ement. "Azry vehicle" wiIl be az�.y vehicle owned, hired and non-owned. {c) Wnrker's Com�ez�sation: �tatutary Ii�nits aecarding tQ the Texas Riorkers' Compensation ,�#ct ar any ather state workers' cornpensatian laws where the Services are bein� performed Fanployers' Iiability $1U0,00� - Badiiy �jury'by s�ci�l:+�t; eaeh sccidentloccurrence $10�,00a - Badily Injury by diseaee; each empinyee $54Q,000 - Bodily Inje�3y t�y diseast; pr,licy limit (d) Prafessional Li�aility (Err_ors & (}missions): $1,000,000 - �'ach C12.itn I_irr►it $1,0O�,OQO - A.���batc Lirnit Professional Liahiiity crYcr:�ge rnay be provided tbt�augh an endat�ement to the Coxnmercia] Gen�rai I�iahili�y (CGL) policy, or a sep�.rafe goiicy speci�ic to i'rofessional ��0. �ith�x is �c�eptabje if coverage m.eets aIl nfher requirements. Covera�;e must be c la� ms-:�a�c�e, and maintained for tt�e duxation a�'the contractual a�'e�nient aYrd fos two �?y years follawing corn�le�ion pi services pravided. An �ilr���1 cCnG�tCr!1e �.�f insuranc8 muSt �e aubxxutted tD City to CVlt�erlCO COV�i'age. 1p.2 Cieneral Rec�uir'��nents {a) T11c comrner�ial gener�l liability aa.d aut�mabile liability policies z�zust name Cily as an addit�onaZ insured thereon, �s its interests may ap�ear. The t�►xn City in�ludes its ennplo}rees, officers, afficials, agents, an,c! volunteexs in respect to the �a�txacted seivices. (b) The vvorkers' compensatian �olicy must incletde a Waiver esi Subrogati�n (Right of Recpve3ry) in fa�or of City, (c} A t�r►inimum of Thirty {3a) days' notice oi cazicellatioz� ox reductinn in limits nf coveraga must be provided to City. Tan (1Q} days' z�atice x�ill be accepta.ble in the eve:nt of non-paym�nt of pre�nium, Notice �ust be se�,t to the �tisk Manager, City of Fort Ws�s�k�, 200 '�'exas 5ireet, �`ort VJo�h, Texas 76102, v�+iih capies to the Fork Wortk� City Attorney at the same address. (d} The in�uters for all policies must be licensed and/or approved to do business in tlae 5fate of'x`exas. All insuaers must l�ave a minimum ratirig of A- VIZ ITB 22-Ofl17 Heavy Duty €ie�alr and 5ervices Page 40 of b2 in the eurre�t A.M. Best Key l�ating Guide, or har�e reasoF►ably equivalent fmancial strength and solvency to t�e satisfaction c�f I�s�C Manage�mnent. If the rat�n� is belaw that required, �uritien approval of Risk Manageme:ni is xeguired. {e) Any failure an the part af City to request rec�u�ed insurance docurnentation wiil not co�stitute a waiver of the insurance requirer�.�nt_ {� Certificaies of Ins►.�raci�e evzdencing t�at Vendar has obtained aIl requued insurance will be delivered ta t�te City prior ta Vendax proeeeding wifih any work pursuant to tbi5 Agreement. 11, Comnlianee v�rith Laws, Ordinances Rulrs aad ReEulations. Vendor agrees that in the performance of ifs abligations hereunder, it will comply with all appltcable federal, state artd Ioca1 laws, ardinances, n�les and xegulations and tha�E any work it praduces in connection witlx this Agreement rvill also eam�ly �ith aIl appizc�ble �edera.�, state an.d Iaeal laws, ordinances, rulcs and regulat�ons. If Ciry na�i�.es 'V'endor of any vinlafzan of suc�i laws, ordinances, niles or regulation�. �endor must immediately desist from and carrect the vinlation. 12. Non-Dfscriminakiun Cnvenant. Vendor, f�X i�self, its pers��al representatives, assigt►s, coni�actvrs, subcontractars, ar�d successars in interest, as �a�t «i'±:'!? con�iclei��ian �?�rein, agrees khat in the perfornaance of Vendor's duties and obligations hereu�s��r, it wxll not dLscriminaiGe iz� the treatment or employment oi any i�.dividual or group oi indivxduals at1 any� '���i� pro�aibiYed by law_ IF A1�dY C�.,AiM ,ARISES FRC1M Al� ALLEGEp V�OLATION �� THIS ���v-�n�se�a�on� eo�N�r BY VENDOR, ITS PERSDI�IAL itEPfir���T+1'k'iV�S. ASSIGN�, CaNTRACTORS, SUBCOI�ITRACTOR�, UR SUCCESSORS I1V �N"a'�i��T, '�� �NDQR AGREES TO ASSUME gpCg �,IABII,ITY ANp TO I1V��MNlFY �►NY} ��'�'�Nfl i:1TY AND �i4LD CITX �ARNILESS FRUM �UCFI CLA.I.M. 13. Noticea. Natice� reyuire� ��r��ant io the pra�isions oi this .Py,greemer�t wi1Y 1�� oo�aclusivel� det�r�iained to have beer� �i�:li:�ered �vhen (1) hand-delivar�[i to the other part}+, its ag�nts, ernployees, setv�nts or ret��:ae�r3�i4�i�:. {�] �eliver�d by facsiznile witli electronic confirm�tion af #he transznission, ox {3) rcee�`ver� by trrr uth�r �ya�l±� by j]rlit�d Statas Mail,.xegistered, ret�rtt rec�ipt requested, addressed �s foilqws: ` To CITY: City of Fart Workh Arin: Assistant City M�nager 200 Texas Street �ort Worth, T� 76102-6314 Facsitnile: (817} 392-8�i54 To VENDOR: �,' r.�c� ., � S�.k , Tit�e fa!'] N . �rt.t�i�+-�► - — ��.wo.'Ir� . 5G '� b t'3'� Facsinnile: With. capy ia Fort Wortk� Ciiy Attorney's Office at same addxe.sa I4. 5olicit�t�on of Emulovees. Neitl�r Ci#y nor Vendor wi11, during the tez�m af this Agre.�ment and addi�ionaily for a period oi oz�e year after its termination, solicit far employ�aent or emp�oy, w�ether as employee or is�d�pe�ndent contractnrr, any per�on who is or has beetz enaplayed by the other d�ring t11e ter�n of tktis Agreement, with.aut tlie prior written conseni of tlae persan's employer. fT8 22-U017 Heavy 6aty Repair and 5ervices Page 41 of 52 Not�witiv�ta�ding tlie foregoing, this provision wi11 not appXy ta an ernployee of eit�er pariy who respoa.ds ta a gen.eral salicitatian of advertisemez�t of ennployment by either party. 15. Go�ernmentgl �'oWers. It is wo.derstood and agreed that by axeaution of this Ageement, City does noC'�vai�e or surrender any ofits governmen#al �rowers ar inr►munities. 16. No Waivex. Thc failur� af City nr Vendar ln i�sist upon the performanc�; n#' at�y term or provi,sion nf this Agreemeut or to �ea�cise any right granted herein, does not co�stitufe a wsiver �f City's or Vendor's respective �ight to i�sist upnn apprrspria,te performance or to assr�rt any such right on any futuxe 4CC851atI_ l7. Gooernin� La 1 Venue, This Agreement �ill be cor�strue� in a�cordance wifh the laws of the State of Texas. X£ any action, whether xeal or asserCed, at Iaw or in eqtuty, is brought �Sursu�nt to this A:greement, venue fox such action will Iie in state courts iocated in Tareant County, Texas or the United St�tes District Court for tlie Nariher� District of Texas, For� Worth D��l:sion. 1$. Severabiii'L�. If any provision of thi.s Agrepment is held to be invalid, illegal or �ttenforceable, the validity, legality and enfoxceability of the reiat�i�iin� provisions wiil! no1 in a�ay way be affected ar impair�d. � 19. rorce Maieure. City and Vendor will �xercisP �Iti'e�r best et�i'orts to meet tUU�ir xespective duties �d obligations as aet forth in fihis .Ag�reen�ent, but wfill ��ca � E e�.�ld 1ia61e for any delay ar amission. in perfoi�cnaz�ce due tn �aree znajeure ar other ca�3ses beya�+� �eix reasonable contral, ineluding, but not limiteti to, compiiance �'vith a�,y gouert�ment 1��v, �rdiru�nce, ar r��ulatian; acts of God; act�q of fh.e pubIic enemp; fures; strikes; lockouts; natural disastes's; xv�rs; rinks;-�r idcmics or pand�r►v�cs; gove�nme�t actzon or inactivn; oz'dars of go�erarnent; n?at�rial cr l�r res#�-ictions by any governmental autlloz•ity; transportatiora peo.blcros; restraints ar�ar�rE�:hii�or�s �iv �try cnurt, baard, depart�aenf, commissi�on, o� agency of the United Sfates or of any Siates; �.i �ii dis��itbanc�s; +�ther national ar ragional e� nergencias; or any other similar cause not enutnerat,�d herrir�, b�l w�aicl� is. beyond the reasonable cantrol af tk�e Party whase perf�rman�ce is af%ctad (collectively, "���r�e Maj�ux�e Event'�. The performance of any such obligation is suspended duxing the ��ri+�d n�; a�d unly• �o the e�n.t of, such prevention or hindrance, pro�ided the affected Farty pravidcs RnYic� nf the Force �l�iajcure Cv�:nt, and an ex,planation as to how it pr�vez�ts ar hix�ders tk�.� Party's pe�#orfi�ance, as soan as reasonabIy possible after fihe occurrence af #k�e Force Majeure Event, w�th the reaso��ablr «� s of su� ii natice ta be det�nnined by the City in its sole discr��ian. The natice zequired by Ehis section must �w a��Vr�ss� an.d deiivered in accordance with Seedon,l3 of this Agreernent. 20. Headin�s not Confirollin�. Headings and titles used in this Agreemant at'e for refer�nce purposes only, vvill not be de�m�d a pai� of tnis AgreeniEnt, and are not intended to defi.ne or limit tlxe scope ��£ any pro�vision of ttiis Agreem�nt, 21. Review pf Counsel. The parties aaknowledge that each party and its coumsel have re�iewed and revised this Agreement and that the normal rules nf canstruction to tl�e eff'ect #hat az�.y ambiguities axe to be resalved against ��e dra�ing parcy will �not Ue employed in the interpretation of this Agreement or Er�ibits A, B, and C. 22.. Amendm�ents 1 Modification$ ! Extensious. No arnendmerst, rnodi�tcation, or extension o� this A,�reerne,�.t wi11 be binding upon a paz�y h�reto unless set forth in a written instrurnent, wllick� is executed by an authorized r�presentative of each party. Z3, Caunterparts, T'hia Agreement may be ex�cutsd �n one or xriore cont►tetparts and each ITB 22-OU77 Heavy puiy Repafr and Servicas Page 42 of 82 c�unterpart wi11, %r all purposes, he deem.ed an original, but ail s�ch coun.terparts vvill tpgether constitute one and the same instruinent. 24. Warra�n�v of ervifces. '�endor warrants tlzat its services rv�ll he of a high qua1i'ty and ccfnForm to g�t�erally prevailing industry standacds. City must give w�tt�n nntice of any bxeach of this wa�ranty wxthin thitty (3p) days frotn t�e date that tlie serv�ces are c�mpleted. In such event, at Vet�dor's aption, Vs�dor will eith�r (a) use commerczally reasonable efforts to re-perfot�tn tJxe services in a manner th�t cnnforms with t�e vsranrar�tY, c►r {h) xeiund t�e fees paici by City to Vendar far the nonca�forming services. 25. Immi�ra€ion Nat�onality Act. V end,or must �erify die identity and enaglvymeni eligibiiity of its emg}oyees wha perfo�rria work under tl�is Agresment, iz�cluding completing i'�e Employment E1igibility `ierificatian Fo� (X-$), Upo� request by City, Vencior �uvill provide City with co�ies nf aIl I-9 fo�xss as�d su�por�ing eligihilitY dacumentatio�n for each em�loyee who perfnrr�s work under tlus Agreem�t. �lwndor must adhers to a11 Federal and State laws as �uvell as cs+�:�bli&h appropriate procedures and can�arols so tbat no serviaes will be perfozmed by any 'i�endor e��►p��+j��? 'w1n� is not legall� etigible to periazm such services. VENDOR WI�LL INDEIYIlVI�Y CITX AN���it�LD CITY HA.RNII.���S FR011+I ANY PENALT�s, LLASiLT�"iES, OR �USSES DUE TO v�c�r�:��i-�[��s DF xHIS P�RAGRAPH B'Y VENDCIR, V�NDUR'S EI1�'LOYE�S: CONTI��iCTORS, SL.�RCONTRA�TORS, UR AGENTS. City, upon r�ritt�n notice to Vendor, will have t?�� �ight to irn�nedia� e�;�� ¢.�rminate this A�C-eement for rriolations oF this provision by Vendor. 26. O�vaershin of Work Produet. Ci±v will be thti sole anti exclusive owner af aII seports, wark papers, procedures, guide�, anui dncurnent�li[�� ti��t t�re creatc�, publFsi�ed, displayed, orr produced it� cc�nj�ct�onw�iththeser�+ieespro�idec�underthisA�ree�en�{c��l�ecfiively,"WorkProduct"). Furt�xe�,City wili be the sole and exclusive owner af al l_r.nnyright, p�tcnt, �rudenaark, trade secret and other proprictary rig�ts in and to the Wor�c Pxdduct. Oti�iers�ip nf the �V�rk Product wi� inu�e to the benefit of City from the date. o� conception, C�eat�On �r r���tiun� �i +he 1N��-k Product i� a tangible medium fl£ �pression (�c�vhic�ever accurs fit'st). Each cogyrt�htabl� �.�p��� ai �.lie Wvrk �'roduct �srill be considered a"work made- for-l�ire" wlthtn the �ea�ning of the C�yri;ht Act �lf I976, as atnended. If and to the extant suclx Work Product, ar any part thereof, t� ��t �cf�+�i��re�a a"wor�-zriade-for-hire" witlain the rr�aning of t�ie Copyri$ht Act of ] 976, as ainexsde�i, �endor ?�e�i�y� � xpressly �ssigns to City all exalusive right, title and. interest in and to fi�e'UVark Produ�5� , u�ati a11 copics €h�=rcvf, atxd it1 and to t�e copyri.ght, patent, ttadexr�.rl�, trade secrek, �nd all o�her proprietary riglt,s �hereii, that City may have ar obtaiii, r�vst�out further consideration, �'ree fram any claim, lien for bakr�nc e du�, ox rigizts of retention tlxereta on the pa.t� of City. 27. �i�natuxe Autf�uritv. '�'he person signing this A�reemsnt hereby vuerrants that th�y have the Iegal authoriLy to e�ecute t�is Agreement on lsehalf' of �he respec�ive party, and that such biaciing auihority has been granted by praper order, resalutinn, ordi�aaoe ox other authoxization of the en�ity. This Agteeme�t and ata�y amendment hereto, m,ay be executed by any au�orized represe�ttatst�e flf Vendor, Each party xs fuliy entitled to rely on these war�anties and re�z�esenta�ians iu� entering into this Agreeme�t or any amendment hereto. 28, C�snQe in Casnvanv Name or Ownexs�. Vendor �nust nntify City°s Purchasing IVlanagar, in vvtiting, of a coxnpany uame, own�rship, ox acidress chan:ge for the puYpns� af maintaining updat�d City recards. Tlxe preside�at of Vencfor ur authorized official must sign the aetfer. A letfer indicating citang�s in a eonr�any name or ownership uaust he accom�anieti with supporting le�al docurnentatian such as a� upciated W 9, documents filed with �ite state indicating such change, copy of the board of dit�ectar's �esolution apprvving the action, or a�n executed merger or acquisitian agreement. �ailuxe ta prnvide the specified documentation so may ad�ersely imp�ct iutnre invoice pay%ents. ITB 22 p0�[T Hesvy duty Repalr and Senrieea Page 43 ot 52 29. No Bavcott of Israel. Ifi Ventior has fewer than 10 emplayees or this AgreemEnt is f��r less t�►an ��Q0,400, t6is s�ction docs nat apply. Vendor acknvwledges that sn accordance tivith Chapter 2271 of �e Texas Governrnent Coda, the City is prohibit�d frnm en.tering into a contract with a company Far good� or services �niess the contract cantains a written uerif cation from tke oamgany tha# it: (1) dae�s not boycott Israel; arid (2) wi11 not boycot� ZsraeJ during the term af the contract. T�ae tertr�s "baycott Israel" �nd "c�xnpany'° has the meanings asciibed to t�aose terms in Section 2271 of the Texas Govertu�nent C'ode. �y si�uin� this Agreement, Vendar ceetifies that Vendor's signature p�ro�ides written veri�sc�tion to the City that Vendor: (1) [��es not �oycatt Isr�e�; anrl (Z) will nnt boycatk Isrsel daring t�e ter�n oi #he Agreernent. 30. Prnhrbitio� an Bn_�Cting Energy Com,�,anies. V�ndor acknowledges tltat, in accordanee r�vith Chapter 2274 of the Texas Gavernment CAde, as added by Acts 2�21, 87th Leg,, fLS., ,S.B, 13, § 2, the City is proi�ibif.ed frorn entez�ng ii�to a contract �'oK goads or �ervices that has a ualsxe af $100,0�0 or mar� that ia to b� paid wholly or partly froxn public fimds c�� r,he City rvith a conr►pany with 10 or moKe £utl-time employees unless the co�tract co�.tains a wtittte:n vcritication fror�a tlae company that it: {1) does nvk baycolt energy eompanies; and (2) witl not boycot� e�ar�� companies durin� tk�e ter�n of the contract, The kez�aas "boycott energy aompauy" and "company" hr��e lF�e rneaning ascribed tb those terms by Chapter Z274 of the Texas Government Cade, as added by r�cts 2021, �R 7tfi Leg., R.S., S.B. 13, § 2. To the extent that Chapter 2274 of the Gov�r�tent Code is �pplicable to t�liis �ogreeinent, by signing this Agreement, Ven.dar certifies that Verfdar's signaiuz�$ presvi�es wi i�:en verification to the C�ty tk�at Vendor: (1} da�s not boycott e:n�rgy compani�s; and (2) will not bay�cu�� r�tergY companies during the ten� af t�xs Agreernent. 31. Prahibifiion on Discriminatio[t ��ainst S�it�earm and Ammuniti�n Indt�st�•ies, Vendor acknawledges that except as otherwise prnvided by Ct�np��:r: �74`af t�e Texas Gove�nt CAde, as add�d byActs 2021,. 87th Leg,, R.S., S.B. ] S', �!, �1rY Cit}� arr prahibited from enter.ing into s cantract far goods or services tk�at has a value of $ZOO,i'tl�i t�r m�7� that is to be paid wholly or partjq from puh[ic �ds o�Fthe City wi�s a cozngany with I Q ar n�ore �till=ti�n� e�r1� F;,�,�es unless the cantrao� conYai�s a written veri�icatiqn firom the aompany #�at i� t1) does nnt h:+ve a pra�:Eice, �olicy, guidanee, or directiv� that discrin�inates against a i�rearrn ent'rty c�� l��re�rnz hade :���aci�tion; and (2) will n,at discriminate dur�ng ih[e tanm of the con�r�ct ag,aim5t a�Crr�a�m cntity o.� f'�fcai�� �i;adc association. The terms "diss,�riznunate," "f�r�arm �utity" az�d "iirearm trade assc��i�!fion" ha�e ��xe meaning ascribed tn tk�ase terms by Chapter 2274� of tha 'Texas Crovernnlent Code, as add�d hy Acts .�,1�21, 87th Le�., RS., S.B. 19, § I. To t�e ext�nt th.at Chapter 2274 of the Gvvemraent Code is �p�r�iC��i�t� I[o t�15 AgCe�irie�7lty by signing this Agreement, Vendor c�rti�tes that Vendox's si�nature prnvides wri���Fn �veri�"ication to the City �at Vendor; { 1} does nat ha�e a prrac�ca, policy, �uidance, or direCtive that discrirninates against a fiY'earm entity or F'irearnn tr�de associa�ion; and (2} �viIl nat discriminate against a firearm �ntity orr firearrn Erade association dun�iz�g tk�e term Q�this Agraez�cxent. 32. Electron�G.Si�na#ures. This Agreeua�ent may be e�cecuted by eIeetronic signature, whic�, rvill be considered as an original signatu�re for all purposes and have the sa�ne force and effect as axa original signat-ut'e, Fnr these purposes, "elecxror►ic signature" meax�s electronically snarwed and transixxitted versions (e.g. vza pd£file or facsimile ixaxisrnission) ofaxi original signature, or signatures electron,ically i�serted �vi� s�ftware sueh as Adabe Sign. 33. Entirety of AtJreement. Thi� Agreement, including all attac�tnnen4� a�d exhil�its, contain5 the entire undet'standing and agree:txxent batween Ciiy and Vendor, their assigns and su�cessars in interesc, as tn tl�e matters eontained herein. Az�y prior or conte�nporaneous oral or wiritten agreernent is hereb�+ declared nuli and void to the extent in conflict with any pravision of Y.his Agreenaent. 17B 22-0017 Heavy I]uty Rgpair and 3ervioes Paga �+4 of b2 IN WITNE�S WHEREUF, the parties hereta ha�e e�ecuted this Agreement in mu��iples. CITY C3R FURT W()RTH: By: Narne: Title: Assistant ['�r� Msnager Dat�: 2� APPROVAL REC()MMEi►�DED: Sy: Name: Title: A'Pl"EST: I $Y" — - Narne: I Titie: City S�ca'etary VENDOR: � Z,U�I L�AL�I- 4V1V1,CLlAI\l.� 4ruu�nvF�• By signing I ackntiwledge #hat � am tiie person responsibie for the rnonitoring and adrminis1ration� of this contract, in.cluding ensari�►g alI perfarariance an[i reporting requirem�ents. By: � . Name: Title: � I APPR�V�U �� '�'U �C1RM ti1rTD LEGALITY: �� � Nam�: _ , '�itle: As���tant City At#ox�ey � iCQJti'��iA�:'T AYJTHORIZA'I`IOl�: 14�&C: _- 1:frrm 1295: _ a�; ,{ia„��.�+�a� ��'trti+��:) i'!'jC�� �t4. NAri10: �.� '. t,� 1 �,�, �,,� Tit�e: �:�f- ��'�' �c'-�`�— Date; 1- "' , 2� �. L ITB 22-pfl17 Heevy Duty Repalr and Services Page 45 of 52 �XH�KIT A SCOPE OF SERVICES, .�' - � � ITB 22-U01T Heavy puty Repa[r and 3ervices Page 4B of 52 EXAISIT B PAYNiENT SCHEDULE �� � �� � � ITB 22-0017 Heavy fJuty Repxir and 5ervices Page �47 of 62 EI��1T � VERIFICATION OF SIGNATURE AUTIiUR�TY F�cecutxon of �s Signature Verificaiion Form ("�'or�t�") hereby eertifies that �'►e fnlLawutg indiva,duals andlor pasitions have t�o €tuthority to legalIy bind Vendor �ind to execute any a�reems�t, amendment or change arder on behalf of Vendor, Such binding autltority kas been granted by prap�r order, resalutio�, ordina;nc� nr ather authorizat�o:n af Vendor. City is fuliy entitled to rely bn the warra.nfy and representation se# forth in ihis Form in entering into any agreement ar amendment v�rith Vendor. Vendvr will submit an u�dated Form within teaa {10) business days if ihere are any changes to ir.he sign�tory aut�ority. City is entitled to rely on any current ex�cuted Form rantil it rec�iv�s a revisett Form t�iat has been properly exe�uted by Vendor. 1, Name; r*'�:kt S1+�y�� Positian: r�� -..� � � � � P ��' . Sigr�ature 2. Nawe; �,` wr�� !k►��,�., a.�.:.•,. �, �ositio�.: ��; t�,.�- par-i� f��•; 4 � Sig ture Nazne; �� � �, 1-,L`, �`� � Pvsition: Se1`,��r.� r�na � ��' � -" �-�1'� _ . � ._�. Signa�ure � Nanne: ..�=� �:--�`' Signature of Presxdent l CEO Other Title: �,J�1 � � � �.� � Date: i � a � � �•. �8 22-0017 He�vy Duty Repair �nd Bervirss Pqga 48 af 62 Ai�ACHi�i�N� C �115lN��� �QUI'i'Y' UTILI�ATiON �OkNiS �usiness �quity 9s attached a separate documeni. IFB 22-00'{7 Heavy Outy Repair and Servicea Page 34 of 52 � W '� Q � � d � � � � � �d � � � � �r 1� � � � � � � � � V � � � � � � �'"" � � � � � � � � � �� � � � � � � � � 111 � � � O � �� �� � bd � � � � � � � � � � � � � � � � � W � t�.� � � � � iY7 O � � � o ,� � � m .� � � � n_ J � m � � � � � � N � � �� �. � �� � � � �� �� � � � � �� � U .� � .� � � ll.� � m � � � C � n � � � LL � a� � � b � � � c� � � � � � � � � � � CLl � �L a �SI6 ❑ � � � � '6 � U � as � y� � � � '� �tl1 � � � � � � � 'S � � � o � � �� �� U A � � � � � y � � U � � � � � � � C] c N � � ❑ �g � w m � 'C � � � � � � � N � B .� w G L�1 m c .� � c a> O � � 0 N .0 � G LIJ � � .� � � � � U � � !!J � � :� e B O c � � m 0 � @ d � {Q .� � .� Q z � � 0 � � � � ci� W � � ..�.. 7 A 9 � � � c .� � � 7 b � � .� � 2 � � � � �R d O s�a ¢ �� C N � C � U O W _N � � o� � C s m � n � N � � � � o a� .a � •C Q. � � m C � m C '��y m � � � E� ,° p � R �� � � �� d � lL � m « � � �� �? .0 � � d U �+ t9 C 4 � � � � 3 W � C � Q C � � �� � .� 8� � O 9 � N � �� e 6 O 6 � n � �� y G � � �� �` �d G �. o :� � � C LLl � N � y a C L .� � m N � � � � C S 'Y E� � �p� � LO � �� � � � N � � � � � o� D � ��� � � � � � „4 � � � p'''-'°' } �°�c � � � � � � o � �� � � ��d � o � � 'c_�i 8 � C � N � � � C � �1 [� �� a�i �Gi 3 � n � � �� �� o ro � � y � �� � � i'o � .E1� m � � � � �+ a �� a 'p C �� � c � .o �° �� � � �� � C � O �� � �' c E �.i a� � U ro �e �� � �� � . � � W � �� 'm � � � � U rn � � O �� r v A �j ar N •�. GJ � � �U �� A m G !A N � 3 � � o .a � � `a � � `� � �� � � � 'L3 m� A � c.°� S � �G • O �1 � �� � �� a � ili � � �, cp � � �� � 1� d � � �a � .�-, �U � �U o� � � �� � C � :� �� �U �� � � � °' � �� � w � � � N � � � � iil O �� � GS � ���� a m C N . lC � �"4 � ��£ �g�� � � t � � A � � � � ���� � m � � � � � � C O � � y = � �rm�� ���� O r � � a � � E � � � � �- e ���� ���� IiJ �' � � ���� tl7 � � C � � !S� � C � �m�Q �� Gl R � � � ���� ro��� � y7� �� '� ` y � U,,.r � !.� C N � � � +h � 0 .rn _ K � Q .A � q � 'S Vl N Q ���� � � �a;�� ��'� � � Tw ����a� � 7 � � �mw-;g N��.� .� � � Wp��O �� U c N � � g m '� uai� m � w ���`m rs � y � � 7 � � w o` d m � � � W � � � � � �� �$ �� w.. c� 7 p � G Q- N O'7� N� � � a� N m y � � �a � � � � � O Q � tll ltl wame� m .,� �� � Q. �a � *�, �,u; E� � ro m � p ,��v �do..° •� � C � m �y a C � N ���'o � w o � p m�y �. i�' L�I m L �y�..�� �� $� � � G QS .- � � �. � � '� a� � ��o�y �"� @ v��� - � � 6 � N O d o � '� '� t'i n� .- � s�a°�� � E 0 � � � -� U Or��. ,°��-i m ��°� _�� ��a� C � (�q C]. ���� o � � � � � y O N � d y � � � �� 7 t6 � �� � o`�m'S ���� � � � w W `N � 0 �� „' N � m a�o� c ,� � �0� �o �.}V � �" 7 T� � LLl m �� oa o � E �� � G�'�Q� c'¢� uA'o � ci �_� � �� o� N 'C �� � in C � � �� �� O1 � d ai tC � a` � � O Q � � � � � � ,� au .� t� � u .���3� ��,�� 1�A ih � 1} � � l"a � ;�� ���� �L�� � � � � � �� � � � �� � � m��°� v ��� n �, .Q�� � ,' � '� � � �� Q �� �� �� ��� � ���� n � � � ¢ � � � � � � Gi � � _ . r£ � c�! � LL � � � � ���'�� ����� � � E '�a�,��q � � � � E � ����$ �� ��� ����� ����� �.� ��� �� �� � � � s��-�� ����� G �� � ' ,h��� � ����� ��m ����� �' C�' 6� .'� ��°�� •H � � � � ��� �� �� �T�� � ���� �� ��-� � �' � e � ��'� � �.c� ��a a �� � � � ��� �� � ��� � A � � � � � �� � �" � �� � � +h N �� � ti � .� � � �, 0 � � � �� Q �� � �� A � � � � {n � a� � -� � � �° � or � � � �� �� �� � � � � � �4u o, � � � Y � rri � � � � � � � �� � � � � � �� � � � � � .� � � � �� � � �� � � � tl � � � � � 4� i � {6 m '� `� . � � a �� � � � � '� �; �� � � �� � �� � � � � � c'� � � o� � � �'+�€ � _ � � � F� r ���� � d ,� � � � � � •� �� � � �- � � ,� a . ��� ��4 x � �� � � C � � � .� � ` � � � ,� � � � a, + c� � � � c � .� � � � � � � � � o � z z � � C C C�S � � •- 'c '�^ c6 � � � � ❑ ❑ m c � a •� :� � � z ❑ � � LL. � � � � � �N @ � � � � a � � � ��� � ` LL � � � � � C � w � � � a � � � U ❑ �l � LJ � � U � � � �c p � � � � � � � � � U � ��� 1� � � � � � � � � � a �� m 6 � � � w �. �� � � a v, �� u � � •� o� � � � � �� � � �� � �c , �� � �- � �° � �� a� �� 4 N � �� �Q� �� � � � � � � � � 1 � z ❑ � � � � � � l�.� � c .� � � Q .� �. z zd� � � � U .� � a !� C � � �N � `�'q 4 U �� � c� � � � �:, � .� N b � u � 4 � �� g � � I� t� iv � rn � � � � � � � � � � � � � � � �. � � � � � � � � � � � � � � � � I� � � � � � � � N � �' � � o � .. � � ai ,s„ �' � �o e � �� � � � e � �+� .ay � '� s '�n � � � � '� � � � � ab �S ��i t�� m B �ti t� �� �� t� � z i� � T 4 � � � o� �� �� � f1i ,y c ,� .� �� � o A� v� _ ti N N � � � � � � � '� � f�s � � p C m '� � ,��° �` z° � z a � � � � � � .�y � c � � � � � �i � ❑ � � � Q t0 � � •� m = � � _ � � � � � ❑�❑ C � m �¢ � � ❑ :� n � � � � � � � "" � � � � oa G �_��� 6 � � � � � � m � � � �� — � H �� a '� � � � a `= � � y� � � �� � � �� � � o� � o � a G�C ' e�n � � a. � � � �. � Ay � � � � �� �� �� ��� �� � � � � W � b � � aa� � � � � U � L � � •s � � � � �� � � � m � g E � �� � � c � � �� �► � � � � � � � � ��� � V � � � � � c� � � � � � +,� � U X � �n�rir� � � � C � � � ; -� c a :zr � � � �a m � � � °— � � .� � lq m 8 � Q � ¢ a� c� ❑ � �� � � c.i � 0 � � � � � � W � o � � nnn� a � ,� .� � � u IW s� � � w c � c� � ° ua � � u�i � �a � a �# � �A � � � �� � � � pi � iu � � � � � � � � � � � ql � .. � � y .. � 1� � ` U � � � � " � �10 � � � � �14 � � � �� c� � � �� � �' � � •� � �� °' � � �a � � � � � LL '� � � � C Q � � �N @ a� � � � � � Q U � ��� � ffUl � � � � � � o � r f��7 I I ��I I .� � .� � � � � v o � � � C7 H � � � � � � � � � '� � � 4 a�i. w�i v 6 N � O 4 � 00 �� '� ,6 w� �wy Li � C ro '� u�'' a� �� m �� _ ti 4 � � � � � � 1�1 � 000� � i�� �� �' O � � �p O � 3 0 � � i L � � � � � O c � � � � ❑ � Q � N Q. �. 7 � O .� 0 C] � � <A � � � .� � � � 4� .A ,� � 1i�J � � '�' .� � �O � � Q t� Q ❑ � b N d .¢ a � � 0 � 0 U .Q � N +� .� a � � � S .N � � � D � � 0 � IS O � r-�+ � � � l�J � � � � � � � � � � � � � �� � � � � � C_± � � � � � Q � � � � 0 � C SV � � � � ��� � � X � � � '[� �'�-� G� a��� ���� a� c� � ���� � � � � �� ��� W y vl � �e—n� � o � � a�,N�s mna�� � Q � �' � w� �, ... a� � � � � .����s Q1 �p +�.r Q) � � � '.`�'a r' T � � � � .� � � �' N �'' '� � � � � � � � d � e� � � � � � � N � � � O � � � � � � � c�+n� ���a� � �� � � e� ���� � Q .Y � � � 4 � � .� ���o � � cc .v C '0 �a G Q � � � Q G � � � � � � � � � � � n,�•� � �; e°��-� ����-�� G7 C � � � � a 0 � C � � � � � � � � r � � � � � � a� H.� v.�� G L � L � Q � � � � � � � � 11S � a.+ � � ��✓. � � � tj G y � � �'s�"� c���d�� c�a � •°' � � c"u ° m aa o � � :�, .� � �;�� 3 �:�c�+� � � � � � Q �., •� vr � � � e�=0 � c°� � �, � �; � c � ,�, � � ��Q � cu ��� ��� c m �y CU� � � � � -c ... LL G� "" �j w � � O � � � � � � C .� � � Q � � Q � t7] � a � �+ �" � '`'' � N �, D �y n1 N � � •f.� � w• Q -� � C � � . � � Vy � .O, � O a�aa�i°� d m '� �' ,I�� fl � �� � o� +/� O � .� � a� c �rn-' m ��,� amg, ������ ,��3$��0 �.��� � 7 d O� t�1�� �"�a�$t� � ay � o� s��.� ����a°� � � � � � � � � G � � � � � � � � � � � � � �•N fA � N a L� � O � � � � � �, c ��� � � N � � � � � [31 f� � � � N '(q ,� Q � A UJ � �� °� � 0 � �7 � tl3 � 7, •X C � � � � >+ � •�'� � � a, m�mc.c�.� � �� d � o� � r�. lti � � � � �. � iYw' a Q � m �� m s � � � c 0 .N � .� w � LEi �S � Ilj � � �� � o ro� �U1 [] � '" � � O m�N � 4�1�� � � r ro•�w au�� A�T�CH���7 � DRAr i 5�,�.WfC� �,CR��M�Ni Dra�tService Agreemer�t Es attach�d a ssparate documen#. lTB 22-OD17 Heavy Quty Repair and Services pags 32 of 52 �iiACH���� � FE� �I� SFf��T tPlease complete fhis form, anly if, your flrm has chasen nat ta submlt a�id} AsF�ley Kadva, �uye� il Purchasing �iv9s�on Fax No. 817-3$2-8440 �-mail address; FMSP rnhasin Res ons s farEworkhiexas. ov If yaur firm has chosen nat to submit a bid for this procurement, please c�mptete this form and submit ta: City of �art Wcsrth, Purchasing Division 2�0 Tex�s Street Fort WorEh, 7exas 761�� {nr fax tn aborre address} Please cf�eck the i#ems thafi apply: d L]o nat sell th� item(s} regu9red_ � Cannat be campetitive. g C$n�toi meet the Specificatians highlighted in tha attached Sid, � Cannot pranide insurance required. � Cannok prorride Bonding required. � Can�atcomplywit� Indemnification requiremenis. � dnb tao large. � Job toa small. � Da not wish to da business with the CiEy. Q �EF�er reasun. �ampany Name: Authorized Oificer or Agent Signature: Telepi�on�: (�) FAX Number: ( ,.. ) ITB 22-0817 Heavy puty Repair and Servicss Pege 33 of 52 AiTA,C€��4A�F�i H ��TT'�R OF Ihli�N Lettar of In#ent is attached a separate document. 7his attachment must be corrzplefed anly if the Prime VendoC aubmits a good f�ith effort. ITB 22�Ofl77 Heavy puty Repair and Servlaes Psga 36 of 52 �H��IT E VER�CATI�N dF SYGNATUEi;E AU'If HORITY SdIITHW��T INTERNATIONAL'�RUG`I�,INC. 617 N. Freeway Fort Wartb, Texas i61fl2 �xecution �f this Signature Ver'�'icativaa Form ("Form") hereby certifies that the followir�g �tdividuals �nu�'�orpasitions S�a've the authorit� to legaily bind 'S!'endoz and tv ��recute any agre�men� amandment or change order on behalf af Vendor. Such binding authority has been granted by �raper order, reso�ution, ordinance ar other authorization of Vendar. City is fully enti�led to r�ly on the warranty and [ep�'�:5entatiol� &et�art41 in this Fo�7n. iw 8nteruig into any ag�reemen.t or ainendmeont with Vendor. Vendcur wiII subrnit an updated Forrn within ten (10) business days if there are �ny chan�es to the signatnry autho�ty. City is en�itled to rely an any current execUtedForm.until itreceives a re�vised Fonn that hasbeen pra�erly executed by Vend�r. 1. �ame: �}G�, t� ��.1� Posiiion_ U� ak.t. ti-�- ��`'�'> T J' 1 n / l.A/ � r�y�� .�1gI1StUTe 2. N&IT10: Po sition: Signature 3. Nam,e: Po sitiQn: �ign ature Naine: 5iguature of President / CEO Other Ti.tle: na�: � - ��� �,"� 'Vepdor 5ervices A�reement Page �.G o£2G Southweat IntematwualTrucks, Tnc. M&C Review �II7�' �O��C�� ��EI��A Creaf� Nevv �eom ih�s [�I�C Page 1 of 3 aPficial site aF the City of �ort Warth, Texas F{l�T��RTI�C _���� R���R�NC� **M&C 22- 13P ITB 22-0017 HEAVY �A��: 619412�22 �0.: 0449 ��� ��'��: DUTY SERVIC� AND REPAIRS ADK PM❑ CO��: P iY��: CONSENT ����'�� NO H��RIfVC. SUBJ�CT': {ALL) Authorize Non-Exclusive Purchase Agreements w�th C�stom Truck One Source, L.P., ❑aco Fire �quipment., Frank's Whee[ Aligning, Inc., Grape�ine DCJ, LLC., Hundley Hydraulics., Metra Fire., CDA Hydraulic Solutions dba Pirtek., Adams Wefding Com�any, Inc. dba Shaw Bros Welding., Southwest Internaiiona[ Trucks, Inc_, Texas Kenworth Co dba MHC Kenworth., and Zimmerer Kubota and Equipment, for Hea�y Duty Repair and 5ervices in an Annua� Amount Up to $1,305,278.Oa and Authorize �our One Year Renewals far tl�e Same Annual Amount for the Property Management Department R�COAlIM�fd�r4'�I�R�: !t is recommended that the City Council autharize the award af non-exclusi�e purchase agreements with Custom 7ruck One Source, L.P., Daco Fire �quipment., Frank's Wheel Aligning, inc., Grape�ir�e DCJ, LLC., Hundley Hydraulics., Metro Fire., CDA Hydraulic So[utions dba Pirte[c., Adams Welding Company, Inc. dba 5haw Bros Welding., 5outhwest Internatfonal Trucks, Inc., Texas Kenworth Co dba MHC Kenworth., an� Zimm�rer Kubota and Equipment, for heavy duty repair and services in an annual amount Up to $9,305,278.00 and authorize #our one-year renewals for ihe same annual amount for fhe Properky Management Departmeni DIS�USSIO[V: The Property Management Department approached the Purchasing Division to procure an agreement for hea�y d�ty repair and services of Ci#y of Fort Worth {City} owned vehicles and equipmenk. Fleet is responsibl� for acquisition, pre�entafive maintenance, repairs, ar�d fueling for ihe City's mixed fleet of vehicles, off-road equipmenfi and other related equipment. The Purchasing Di�ision issued an Invitation to Bid (1TB) 22-00'I7. The bid detailed specificatians describing the services and repairs required to mainiain the vehicles and equipment. The I7B was adveriised in the Fori Worih Star Telegram from D�cember 15, 2027 through January 6, 2022 and 11 respons�s were receirred. StafF e�afuated the responses based on a Bes�-Value criteria, which included (a} a�ailability of reso�r�es to perForm services with qualified personne�, (b} bidder's qualification and certification, (c) experience working with go�ernmentlsimilar size organization, (d) cost. The individual scor�s were a�eraged for each of the criteria and the final scnres lisied m the fallawing table. lJpon re�iew of the bid submissions, scores and pricing, Purchasing stafF recommends awarcfiRg a non-exclusir�e agreement with alE bidders. siom iruc� One ur�ce, �.�. co �ire C�quipmenf inks Used �lighning, ne ��J. ��C �va[uafion �`ac�ors �1 E2 Pricing 15 20 0 '15 17 40 15 17 0 15 1$ 0 otal Score 3.5 1.5 �.5 http://apps.cfwnet.orglcouncil�aacket/mc r�vievv.asp?ID=30003&councildate=6/14/2022 71]I2022 M&C Review undle� F;vdraulic� 115 119 I� 122.5 �ire 115 123 I� D� F�ydraulic Solitons �� 20 0 23.5 ba Pir�e� .dams �4lelding Co, Inc., 15 20 0 23 ba �haw �ros 11Velding ouf+�vesg Interna�ional � 5 22 0 25 rucks, [r�c. �exas Kenworfih Co. dba 15 fi�liC F�enwQrih Page 2 of 3 'immerer KuFaofia and I� � I� $ � I�� I =quipment, Inc. FUNDING: The maximum annual amount allowed underthis agreem�ntwill be $1,305,278.00, howe�er the actual amount used will be bas�d on the need of the department and a�ailable budget F�nding is budgeted in fhe FEeet Services Outside Rep & Maintenance account of tf�e Property Management Fleet Rarts & Fuel lnuentory Department's Flee# & Equipment Services F�nd. gUSIN�SS �QUITY - A waiver of th� goal for Business Equity subcontracting requiremeRt is appro�ed by the DV1N-BE, in accordance with kf�e Business Equity �rdinance, because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible, AGREEMENi TERMS: llpon City Council approval, the agreement will begin upon execution and wif! end ane year from kF�at date. RENEWAL OPTIONS: This agre�m�nt may be renewed for up fio (4) four one-year terms a# the Gity's option. This action does not require specific City Council approval provided that the City Council has appraptiated sufficienf funds to satisfy the Ciiy's obligations during t�e renewal term, ADMNISTRATIVE CHANG� ORD�R: An administrative change order or ir�crease may be made by the City Manager up ia the amount alfowed by rele�an# law and the Fort Worth City Code and daes not require specific Cify Council appra�al as long as sufficient funds haue been appropriated. �ISCAf� IP�FORPfiATIOPlIC�RTI�ICa,iIDl�: ihe Director of F'inance c�rtifies that upon approval a�F the recommendation, funds are available in the current operating budget, a� pre�iously appropriated, in the Fleet & Equipment Sery Fund. Pri�r #a an ex�enditure being incurred, the ProPerty Management department has ihe responsi�ili#y ta validate the a�ailability nf funds. BQNII Fund Department Accaunt ID OM Fund Department Accounf ID �roject IR Prograrn Activity I �udgf Year art�iald roject ID Submit4ed for Ci�y AflanacLer's O_ffice h� �riginaiing �epartmenfi Head: Year Reginald Zeno (8517) Qana eurghdoff (8a18) AnthQny Rousseau (8338) Steve Cooke (5134) http:llapps.cfwnet.orglcouncil�acket/me review.asp?ID=30003&councilda�e=6114/2022 7/1/2Q22 M&C Review Addi�innal In�or�mation Contacfi: Cynthia Garcia (8525) ashley Kadva (2047} Page 3 of 3 A�ACF�141pER1T� 1295 Form- Custam Truck One Source.p�f (CFW Internai) 1295 Form- Southwest International Trucks Inc..pdf (CFw lnternaq 1295 Form- Texas Ker�warth Co dba MHC Kenwortt�.pdf (CFw �nternal) 1295,pdf (CFVN [nternal} 13P ITB 22-0017 HEAVY DUTY SERVICE AND REPAIRS ADK PMD funds a�a9[abilit . df (CFW Internal) F1D TABLE.xlsx (CFW Internal) Farm 1295 Adams Weldin Cv. Inc.. df (cFw �nternal) Fo�m 1295 Cer�ificate �009020�7 SIGNED, df {CFW Internal) Form 1295 Certificate 9�0902462 ClTY �F F�RT WORTH.�df (C�W lnternaf) F'ranks 1295.iu4 (CFw Internal) Hundleypdf (CFW Internal) scan.�df (CFW Internaf) http:llapps.cfwzzet.orglcouncil�acket/mc review.asp?ID=300d3&cauncildate=6/14/2022 7/1/2022