Loading...
HomeMy WebLinkAboutContract 58386 City Secretary Contract No.58386 FORT WORTH. NON-EXCLUSIVE VENDOR SERVICES AGREEMENT Lone Star Auto Sound and Security This NON-EXCLUSIVE VENDOR SERVICES AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WORTH ("City"), a Texas home rule municipal corporation,acting by and through its duly authorized Assistant City Manager,and Lone Star Auto Sound and Security("Vendor"),a Texas Corporation and acting by and through its duly authorized representative, each individually referred to as a"party"and collectively referred to as the"parties." WHEREAS, the City needed vendors to provide service repairs, maintenance, and purchase of parts for a variety of light-duty vehicles, lawn, and marine equipment in the City's fleet, on an as needed basis and solicited bids under RFP 22-0122 to award non-exclusive services agreements to multiple bidders to provide light service repairs, maintenance, and purchase of parts for a variety of light-duty vehicles, lawn, and marine equipment in the City's fleet, on an as needed basis, for City of Fort Worth Property Management for an aggregate amount of up to $1,974,288 per year for contracts awarded to selected bidders; and WHEREAS,the Vendor was one of the vendors to submit a bid under RFP No.22-0122 and was awarded one of the contracts to provide light and heavy duty vehicle repairs and services for City of Fort Worth Property Management; and WHEREAS, the Vendor understands and agrees that the City will award non-exclusive service agreements to multiple bidders for service repairs,maintenance,and purchase of parts for a variety of light- duty vehicles,lawn,and marine equipment in the City's fleet,on an as needed basis,for City of Fort Worth Property Management and that compensation amount of$1,974,288 is a not to exceed amount and the City makes no promise or guarantee of the total amount of work that will be assigned to Vendor under this agreement; and WHEREAS,City and Vendor wish to set out terms of Vendor's non-exclusive services agreement. NOW, THEREFORE, the parties, acting herein by and through their duly authorized representatives,enter into the following agreement. AGREEMENT DOCUMENTS: OFFICIAL RECORD The Agreement documents shall include the following: 1. This Non-Exclusive Vendor Services Agreement; CITY SECRETARY 2. Exhibit A—Scope of Services; 3. Exhibit B—Price Schedule; FT. WORTH, T 4. Exhibit C—City's RFP No.22-0122 5. Exhibit D—Vendor's Bid Response to City's RFP No.22-0122; and Vendor Services Agreement Page 1 of 20 Lone Star Auto Sound and Security 6. Exhibit E—Verification of Signature Authority Form. Exhibits A, B, C, D, and E, which are attached hereto and incorporated herein, are made a part of this Agreement for all purposes.In the event of any conflict between the terms and conditions of Exhibits A,B, C, or D and the terms and conditions set forth in the body of this Agreement, the terms and conditions of this Agreement shall control. 1. Scope of Services. 1.1 Vendor agrees to provide the City with service repairs,maintenance,and purchase of parts for a variety of light-duty vehicles, lawn, and marine equipment in the City's fleet, on an as needed basis("Services"),which are set forth in more detail in Exhibit"A,"attached hereto and incorporated herein for all purposes. 1.2 Vendor understands and agrees that the City will award non-exclusive service agreements to multiple bidders for Services set for in more detail in Exhibit A and as outlined in City of Fort Worth Bid Solicitation (RFP 22-0122), which is attached hereto as Exhibit C, and incorporated herein for all purposes. Vendor further understands that the aggregate amount under RFP 22-0122 shall be an amount not to exceed 1,974,288 per year,and the City makes no promise or guarantee of the total amount of work that will be assigned to Vendor under this Agreement. Vendor's response to City of Fort Worth RFP No. 22-0122 ("Vendor's Response") is attached hereto as Exhibit D,and incorporated herein for all purposes. 2. Term. This Agreement begins on October 1, 2022 ("Effective Date") and expires on September 30, 2023 ("Expiration Date"), unless terminated earlier in accordance with this Agreement ("Initial Term"). City will have the option, in its sole discretion,to renew this Agreement under the same terms and conditions,for up to four(4)one-year renewal option(s) (each a"Renewal Term"). 3. Compensation. 3.1 City will pay Vendor in accordance with the provisions of this Agreement, including Exhibit `B", which is attached hereto and incorporated herein for all purposes. Total annual compensation under this Agreement will not exceed One Million Nine Hundred Seventy- Four Thousand Two Hundred Eighty-Eight Dollars and No Cents ($1,974,288.00) per year. Vendor will not perform any additional services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City will not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. Vendor understand and agrees that the total compensation stated above is an aggregate amount of all contracts awarded to multiple Vendors who may provide Services to the City,and the City makes no promise or guarantee of the total amount of work that will be assigned to the Vendor under this Agreement. 3.2 Vendor agrees to submit estimates and invoices in accordance with the estimate and invoice requirements stated in Exhibit"A". 4. Termination. 4.1. Written Notice. City or Vendor may terminate this Agreement at any time and for any reason by providing the other party with 30 days' written notice of termination. Vendor Services Agreement Page 2 of 20 Lone Star Auto Sound and Security 4.2 Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement will terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever,except as to the portions of the payments herein agreed upon for which funds have been appropriated. 4.3 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date, City will pay Vendor for services actually rendered up to the effective date of termination and Vendor will continue to provide City with services requested by City and in accordance with this Agreement up to the effective date of termination. Upon termination of this Agreement for any reason, Vendor will provide City with copies of all completed or partially completed documents prepared under this Agreement. In the event Vendor has received access to City Information or data as a requirement to perform services hereunder, Vendor will return all City provided data to City in a machine-readable format or other format deemed acceptable to City. 5. Disclosure of Conflicts and Confidential Information. 5.1 Disclosure of Conflicts.Vendor hereby warrants to City that Vendor has made full disclosure in writing of any existing or potential conflicts of interest related to Vendor's services under this Agreement.In the event that any conflicts of interest arise after the Effective Date of this Agreement,Vendor hereby agrees immediately to make full disclosure to City in writing. 5.2 Confidential Information.Vendor,for itself and its officers,agents and employees, agrees that it will treat all information provided to it by City ("City Information") as confidential and will not disclose any such information to a third party without the prior written approval of City. 5.3 Public Information Act. City is a government entity under the laws of the State of Texas and all documents held or maintained by City are subject to disclosure under the Texas Public Information Act.In the event there is a request for information marked Confidential or Proprietary, City will promptly notify Vendor.It will be the responsibility of Vendor to submit reasons objecting to disclosure. A determination on whether such reasons are sufficient will not be decided by City, but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction. 5.4 Unauthorized Access.Vendor must store and maintain City Information in a secure manner and will not allow unauthorized users to access, modify, delete or otherwise corrupt City Information in any way. Vendor must notify City immediately if the security or integrity of any City Information has been compromised or is believed to have been compromised,in which event, Vendor will, in good faith, use all commercially reasonable efforts to cooperate with City in identifying what information has been accessed by unauthorized means and will fully cooperate with City to protect such City Information from further unauthorized disclosure. 6. Right to Audit. Vendor agrees that City will, until the expiration of three (3)years after final payment under this Agreement,or the final conclusion of any audit commenced during the said three years,have access to and the right to examine at reasonable times any directly pertinent books,documents, papers and records, including, but not limited to, all electronic records, of Vendor involving transactions relating to this Agreement at no additional cost to City. Vendor agrees that City will have access during normal working hours to all necessary Vendor facilities and will be provided adequate and appropriate work Vendor Services Agreement Page 3 of 20 Lone Star Auto Sound and Security space in order to conduct audits in compliance with the provisions of this section. City will give Vendor reasonable advance notice of intended audits. 7. Independent Contractor. It is expressly understood and agreed that Vendor will operate as an independent contractor as to all rights and privileges and work performed under this Agreement, and not as agent, representative or employee of City. Subject to and in accordance with the conditions and provisions of this Agreement, Vendor will have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its officers, agents, servants, employees, Vendors, and subcontractors. Vendor acknowledges that the doctrine of respondent superior will not apply as between City,its officers,agents,servants and employees,and Vendor,its officers,agents, employees, servants, contractors, and subcontractors. Vendor further agrees that nothing herein will be construed as the creation of a partnership or joint enterprise between City and Vendor. It is further understood that City will in no way be considered a Co-employer or a Joint employer of Vendor or any officers, agents, servants, employees, contractors, or subcontractors. Neither Vendor, nor any officers, agents, servants, employees, contractors, or subcontractors of Vendor will be entitled to any employment benefits from City.Vendor will be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of its officers, agents, servants,employees,contractors,or contractors. 8. Liability and Indemnification. 8.1 LIABILITY- VENDOR WILL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF VENDOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.2 GENERAL INDEMNIFICATION- VENDOR HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS, AGENTS,SERVANTS AND EMPLOYEES,FROMAND AGAINST ANYAND ALL CLAIMS OR LAWSUITS OFANYMND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTYDAMAGE OR LOSS(INCL UDINGALLEGED DAMAGE OR LOSS TO VENDOR'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF VENDOR,ITS OFFICERS, AGENTS,SERVANTS,EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.3 INTELLECTUAL PROPERTY INDEMNIFICATION — Vendor agrees to defend, settle, or pay, at its own cost and expense, any claim or action against City for infringement of any patent, copyright, trade mark, trade secret, or similar property right arising from City's use of the software and/or documentation in accordance with this Agreement,it being understood that this agreement to defend, settle or pay will not apply if City modifies or misuses the software and/or documentation. So long as Vendor bears the cost and expense of payment for claims or actions against City pursuant to this section, Vendor will have the right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, City will have the right to fully participate in any and all such settlement, negotiations, or lawsuit as necessary to protect City's interest, and City agrees to cooperate Vendor Services Agreement Page 4 of 20 Lone Star Auto Sound and Security with Vendor in doing so. In the event City, for whatever reason, assumes the responsibility for payment of costs and expenses for any claim or action brought against City for infringement arising under this Agreement, City will have the sole right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however,Vendor will fully participate and cooperate with City in defense of such claim or action.City agrees to give Vendor timely written notice of any such claim or action, with copies of all papers City may receive relating thereto. Notwithstanding the foregoing, City's assumption of payment of costs or expenses will not eliminate Vendor's duty to indemnify City under this Agreement. If the software and/or documentation or any part thereof is held to infringe and the use thereof is enjoined or restrained or, if as a result of a settlement or compromise, such use is materially adversely restricted,Vendor will, at its own expense and as City's sole remedy, either: (a) procure for City the right to continue to use the software and/or documentation; or (b) modify the software and/or documentation to make it non-infringing, provided that such modification does not materially adversely affect City's authorized use of the software and/or documentation; or (c) replace the software and/or documentation with equally suitable, compatible,and functionally equivalent non-infringing software and/or documentation at no additional charge to City; or(d)if none of the foregoing alternatives is reasonably available to Vendor terminate this Agreement, and refund all amounts paid to Vendor by City, subsequent to which termination City may seek any and all remedies available to City under law. 9. Assignment and Subcontracting. 9.1 Assignment. Vendor will not assign or subcontract any of its duties, obligations or rights under this Agreement without the prior written consent of City. If City grants consent to an assignment, the assignee will execute a written agreement with City and Vendor under which the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement. Vendor will be liable for all obligations of Vendor under this Agreement prior to the effective date of the assignment. 9.2 Subcontract. If City grants consent to a subcontract,the subcontractor will execute a written agreement with Vendor referencing this Agreement under which subcontractor agrees to be bound by the duties and obligations of Vendor under this Agreement as such duties and obligations may apply. Vendor must provide City with a fully executed copy of any such subcontract. 10. Insurance. Vendor must provide City with certificate(s) of insurance documenting policies of the following types and minimum coverage limits that are to be in effect prior to commencement of any Services pursuant to this Agreement: 10.1 Coverage and Limits (a) Commercial General Liability: $1,000,000- Each Occurrence $2,000,000- Aggregate (b) Automobile Liability: Vendor Services Agreement Page 5 of 20 Lone Star Auto Sound and Security $1,000,000- Each occurrence on a combined single limit 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 vehicle"will be any vehicle owned,hired and non-owned. (c) Worker's Compensation: Statutory limits according to the Texas Workers' Compensation Act or any other state workers' compensation laws where the Services are being performed Employers' liability $100,000- Bodily Injury by accident; each accident/occurrence $100,000- Bodily Injury by disease; each employee $500,000- Bodily Injury by disease;policy limit (d) Professional Liability(Errors&Omissions): $1,000,000- Each Claim Limit $1,000,000- Aggregate Limit Professional Liability coverage may be provided through an endorsement to the Commercial General Liability (CGL) policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage must be claims-made,and maintained for the duration of the contractual agreement and for two (2) years following completion of services provided. An annual certificate of insurance must be submitted to City to evidence coverage. 10.2 General Requirements (a) The commercial general liability and automobile liability policies must name City as an additional insured thereon, as its interests may appear. The term City includes its employees,officers,officials,agents,and volunteers in respect to the contracted services. (b) The workers' compensation policy must include a Waiver of Subrogation (Right of Recovery)in favor of City. (c) A minimum of Thirty (30) days' notice of cancellation or reduction in limits of coverage must be provided to City. Ten (10) days' notice will be acceptable in the event of non-payment of premium.Notice must be sent to the Risk Manager, City of Fort Worth, 200 Texas Street, Fort Worth, Texas 76102, with copies to the Fort Worth City Attorney at the same address. (d) The insurers for all policies must be licensed and/or approved to do business in the State of Texas.All insurers must have a minimum rating of A-VII in the current A.M.Best Key Rating Guide,or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required,written approval of Risk Management is required. Vendor Services Agreement Page 6 of 20 Lone Star Auto Sound and Security (e) Any failure on the part of City to request required insurance documentation will not constitute a waiver of the insurance requirement. (f) Certificates of Insurance evidencing that Vendor has obtained all required insurance will be delivered to the City prior to Vendor proceeding with any work pursuant to this Agreement. 11. Compliance with Laws,Ordinances,Rules and ReEulations. Vendor agrees that in the performance of its obligations hereunder, it will comply with all applicable federal, state and local laws, ordinances,rules and regulations and that any work it produces in connection with this Agreement will also comply with all applicable federal, state and local laws, ordinances, rules and regulations. If City notifies Vendor of any violation of such laws, ordinances, rules or regulations, Vendor must immediately desist from and correct the violation. 12. Non-Discrimination Covenant. Vendor, for itself, its personal representatives, assigns, contractors,subcontractors,and successors in interest,as part of the consideration herein,agrees that in the performance of Vendor's duties and obligations hereunder, it will not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. IF ANY CLAIM ARISES FROM AN ALLEGED VIOLATION OF THIS NON-DISCRIMINATION COVENANT BY VENDOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, CONTRACTORS, SUBCONTRACTORS, OR SUCCESSORS IN INTEREST, VENDOR AGREES TO ASSUME SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS FROM SUCH CLAIM. 13. Notices. Notices required pursuant to the provisions of this Agreement will be conclusively determined to have been delivered when (1) hand-delivered to the other party, its agents, employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the transmission, or(3)received by the other party by United States Mail,registered,return receipt requested, addressed as follows: To CITY: To VENDOR: City of Fort Worth Lone Star Auto Sound and Security Attn: Assistant City Manager Attn: Mike Behrens 200 Texas Street 10128 N. Crowley Rd, Ste N Fort Worth,TX 76102-6314 Crowley, TX 76036 Facsimile: (817)392-8654 Facsimile: 817-568-9300 With copy to Fort Worth City Attorney's Office at same address 14. Solicitation of Employees. Neither City nor Vendor will, during the term of this Agreement and additionally for a period of one year after its termination,solicit for employment or employ, whether as employee or independent contractor, any person who is or has been employed by the other during the term of this Agreement, without the prior written consent of the person's employer. Notwithstanding the foregoing, this provision will not apply to an employee of either party who responds to a general solicitation of advertisement of employment by either party. Vendor Services Agreement Page 7 of 20 Lone Star Auto Sound and Security 15. Governmental Powers. It is understood and agreed that by execution of this Agreement, City does not waive or surrender any of its governmental powers or immunities. 16. No Waiver. The failure of City or Vendor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein does not constitute a waiver of City's or Vendor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 17. Governing Law/Venue. This Agreement will be construed in accordance with the laws of the State of Texas. If any action,whether real or asserted,at law or in equity,is brought pursuant to this Agreement, venue for such action will lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas,Fort Worth Division. 18. SeverabiH . If any provision of this Agreement is held to be invalid, illegal or unenforceable,the validity, legality and enforceability of the remaining provisions will not in any way be affected or impaired. 19. Force Majeure. City and Vendor will exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement,but will not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to, compliance with any government law, ordinance, or regulation; acts of God; acts of the public enemy; fires; strikes; lockouts; natural disasters; wars; riots; epidemics or pandemics; government action or inaction; orders of government; material or labor restrictions by any governmental authority; transportation problems;restraints or prohibitions by any court,board,department,commission,or agency of the United States or of any States;civil disturbances;other national or regional emergencies;or any other similar cause not enumerated herein but which is beyond the reasonable control of the Party whose performance is affected(collectively, "Force Majeure Event"). The performance of any such obligation is suspended during the period of, and only to the extent of, such prevention or hindrance, provided the affected Party provides notice of the Force Majeure Event, and an explanation as to how it prevents or hinders the Party's performance, as soon as reasonably possible after the occurrence of the Force Majeure Event,with the reasonableness of such notice to be determined by the City in its sole discretion.The notice required by this section must be addressed and delivered in accordance with Section 13 of this Agreement. 20. Headings not Controlling. Headings and titles used in this Agreement are for reference purposes only,will not be deemed a part of this Agreement,and are not intended to define or limit the scope of any provision of this Agreement. 21. Review of Counsel. The parties acknowledge that each party and its counsel have reviewed and revised this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party will not be employed in the interpretation of this Agreement or Exhibits A,B, and C. 22. Amendments/Modifications/Extensions. No amendment, modification, or extension of this Agreement will be binding upon a party hereto unless set forth in a written instrument, which is executed by an authorized representative of each party. 23. Counterparts. This Agreement may be executed in one or more counterparts and each counterpart will, for all purposes,be deemed an original,but all such counterparts will together constitute one and the same instrument. Vendor Services Agreement Page 8 of 20 Lone Star Auto Sound and Security 24. Warranty of Services. Vendor warrants that its services will be of a high quality and conform to generally prevailing industry standards. City must give written notice of any breach of this warranty within thirty(30) days from the date that the services are completed. In such event, at Vendor's option, Vendor will either(a) use commercially reasonable efforts to re-perform the services in a manner that conforms with the warranty, or (b) refund the fees paid by City to Vendor for the nonconforming services. 25. Immigration Nationality Act. Vendor must verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form(I-9). Upon request by City, Vendor will provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor must adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Vendor employee who is not legally eligible to perform such services.VENDOR WILL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES,LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY VENDOR, VENDOR'S EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, OR AGENTS.City,upon written notice to Vendor,will have the right to immediately terminate this Agreement for violations of this provision by Vendor. 26. Ownership of Work Product. City will be the sole and exclusive owner of all reports, work papers,procedures, guides, and documentation that are created,published, displayed, or produced in conjunction with the services provided under this Agreement(collectively,"Work Product"). Further,City will be the sole and exclusive owner of all copyright,patent,trademark,trade secret and other proprietary rights in and to the Work Product. Ownership of the Work Product will inure to the benefit of City from the date of conception, creation or fixation of the Work Product in a tangible medium of expression (whichever occurs first).Each copyrightable aspect of the Work Product will be considered a"work-made- for-hire" within the meaning of the Copyright Act of 1976, as amended. If and to the extent such Work Product,or any part thereof,is not considered a"work-made-for-hire"within the meaning of the Copyright Act of 1976, as amended,Vendor hereby expressly assigns to City all exclusive right, title and interest in and to the Work Product,and all copies thereof,and in and to the copyright,patent,trademark,trade secret, and all other proprietary rights therein, that City may have or obtain, without further consideration, free from any claim,lien for balance due,or rights of retention thereto on the part of City. 27. Signature Authority. The person signing this Agreement hereby warrants that they have the legal authority to execute this Agreement on behalf of the respective party, and that such binding authority has been granted by proper order,resolution, ordinance or other authorization of the entity. This Agreement and any amendment hereto,may be executed by any authorized representative of Vendor.Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. 28. Change in Company Name or Ownership. Vendor must notify City's Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records.The president of Vendor or authorized official must sign the letter.A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of director's resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the specified documentation so may adversely impact future invoice payments. 29. No Boycott of Israel. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter Vendor Services Agreement Page 9 of 20 Lone Star Auto Sound and Security 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel;and(2)will not boycott Israel during the term of the contract. The terms"boycott Israel" and"company"has the meanings ascribed to those terms in Section 2271 of the Texas Government Code. By signing this Agreement,Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott Israel; and (2)will not boycott Israel during the term of the Agreement. 30. Prohibition on Boycotting Energy Companies. Vendor acknowledges that, in accordance with Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and(2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and"company"have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code,as added by Acts 2021, 87th Leg.,R.S., S.B. 13, § 2. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement,Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott energy companies; and(2) will not boycott energy companies during the term of this Agreement. 31. Prohibition on Discrimination Against Firearm and Ammunition Industries. Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code,as added by Acts 2021,87th Leg.,R.S.,S.B. 19, § 1,the City is prohibited from entering into a contract for goods or services that has a value of$100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg.,R.S., S.B. 19, § 1. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement,by signing this Agreement,Vendor certifies that Vendor's signature provides written verification to the City that Vendor:(1)does not have a practice,policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and(2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 32. Electronic Signatures. This Agreement may be executed by electronic signature, which will be considered as an original signature for all purposes and have the same force and effect as an original signature.For these purposes,"electronic signature"means electronically scanned and transmitted versions (e.g.via pdf file or facsimile transmission)of an original signature,or signatures electronically inserted via software such as Adobe Sign. 33. Entirety of Agreement. This Agreement,including all attachments and exhibits,contains the entire understanding and agreement between City and Vendor,their assigns and successors in interest, as to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. Vendor Services Agreement Page 10 of 20 Lone Star Auto Sound and Security IN WITNESS WHEREOF,the parties hereto have executed this Agreement in multiples. CITY OF FORT WORTH: CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of By. Dana Burghdoff(Nov4,20 1:27CDT) this contract,including ensuring all performance and Name: Dana Burghdoff reporting requirements. Title: Assistant City Manager Alan H: Shuror By: Alan H.Shuror(Nov2,202211:47CDT) Name: Alan Shuror APPROVAL RECOMMENDED: Title: Assistant Director,General Services 3(l�Qo APPROVED AS TO FORM AND LEGALITY: By: Steve obke( ov 2,202213:50 CDT) Name: Steve Cooke Title: Property Management Director By: 4.0440pnq� ppF soar �Z Name: Christopher Austria ATTEST: o�a °°° °°° 09� Title: Assistant City Attorney �o dvo o=0 CONTRACT AUTHORIZATION: �it�r�cslfe-S. dow)k& ����Ildppwd5�pp M&C: 22-0748 By. JannetteS.Goodall(Nov4,202215:53CDT) Form 1295. 2022-930642 Name: Jannette S. Goodall Title: City Secretary VENDOR: OFFICIAL RECORD Lone Star Auto Sound and Security i CITY S E C R E TA RY relr�err� By: jmbehrens(Nov2,202211:03 CDT) Name: Mike Behrens FT. WORTH, T Title: Owner Date: Vendor Services Agreement Page 11 of 20 Lone Star Auto Sound and Security EXHIBIT A SCOPE OF SERVICES 1. The Property Management Department(PMD) shall utilize this Agreement for service repairs maintenance and purchase of parts for a variety of Contractor Light-duty vehicles,lawn, and marine equipment in the City's fleet, on an as needed basis. 2. Following the award additional services of the same general category that could have been encompassed in the award of this Agreement,and that are not already on the Agreement,may be added in writing if mutually agreed by the Vendor and City. 3. Unit prices shall include all costs associated with the specified work,including but not limited to handling,delivery, fuel charges, fees and certifications fees.No additional charges will be accepted or paid by the City. 4. All items supplied resulting from this bid shall be of recent production,unused,and suitable for their intended purpose. 5. VENDOR RESPONSIBILTIES 5.1. Vendor shall provide unit prices for listed items.Unit prices shall include all associated costs unless specified in Exhibit B,not limited to delivery, fuel and handling charges.No additional charges will be accepted or paid by the City. 5.1.1.The City will ensure that vehicles will have a minimum of a quarter(1/4)tank of fuel when dropped off for service. 5.2. Vendors may charge an hourly non-warranty labor rate per service,a cost plus(+) for parts, a diagnostic fee(detailed out),and any applicable transportation fees,if any, as indicated on Exhibit B. There are no guarantees the City will accept or held financially or liable for costs outside of labor and materials/parts unless specified on Exhibit B. 5.3. Vendors shall provide documentation on their personnel authorized to perform work on City vehicles and equipment.This includes all certifications, such as the National Institute for Automotive Service Excellence(ASE)or Manufacturer required training,which qualifies the vendor to perform said work.All licenses,permits,insurance and any other documentation that is required by local, state and/or federal agencies are to be maintained during the term of this contract. 5.4. Vendors shall be authorized to diagnose,repair and service vehicles and equipment for the City's Light-duty fleet. 5.5. Vendors shall perform work using the most up to date and appropriate methods available for said work under industry standards.This includes,but is not limited to, all suitable repair equipment and parts to insure the satisfactory execution of any repair or installation. 5.6. Vendors shall respond and supply requested materials or services required during regular business hours within the response time(DELIVERY)from receipt of request per section 6.0 or less including shipment by mutual agreement form the time original request is made. 5.7. Vendors shall provide the City priority service,as many City vehicles are utilized for public safety and emergency response. Expeditious turn-around is critical to City operations.Additional fees for priority services are prohibited. Vendor Services Agreement Page 12 of 20 Lone Star Auto Sound and Security City Secretary Contract No. 6. RESPONSE TIMES 6.1. Vendors shall respond to a work order within 24 hours of notification. 6.2. Vendors shall deliver completed vehicles to the Fleet Service Center,Monday through Friday between 7:30 a.m.—9:30 p.m.unless expressly authorized by the Fleet Service Center Supervisor(s)or their designee. Any deviation from this timeframe shall require written approval from the Fleet Service Center Supervisor(s)or their designee. 6.3. Vendors shall send confirmation and a cost estimate to the Fleet Service Center Supervisor(s)or designee within 24 hours of receiving a list of equipment for inspection and testing. 7. AFTER HOURS 7.1. After hours shall be considered from Friday at 9:31 pm through Monday at 6:59 am,holidays and weekends. 8. PARTS 8.1. All parts utilized in repairs,replacements or installations on City vehicles and equipment must be new unless otherwise requested by PMD Fleet personnel.Any rebuilt or remanufactured parts can be considered but must be approved in writing by City PMD Fleet personnel prior to being utilized by a vendor. 8.2. Vendor shall warranty all work and products supplied under this Agreement against any defects in design,workmanship,materials and failure to operate satisfactorily.Each product shall be constructed to the highest industry standards. Products manufactured of poor workmanship will not be accepted. 8.3. The City reserves the right to supply parts as the City determines is necessary. 8.4. Vendor may charge a cost plus(+) for parts as indicated on Exhibit B. There are no guarantees the City will accept or held financially or liable for costs outside of labor and materials/parts unless specified on Exhibit B. 9. INVENTORY OF ASSETS 9.1. Table A- Heavy Duty assets that may need repairs and services but are not limited to, the inventory listed below: Up to 3,000 on-road and 1,600 off-road vehicles and equipment including,but not limited to: Types of HEAVY Equipment Manufacturers Types of Fire Trucks Fuel Trucks Heavy Duty Dump Trucks Water Tankers Vehicles and Heavy-Duty Trailers Container Trucks Equipment Bucket Trucks Sewer Equipment Off Road Equipment Transfer Trucks Motor Homes *And other vehicles and equipment Over one (1)ton in GVW. Vendor Services Agreement Page 13 of 20 Lone Star Auto Sound and Security Heavy Duty Mazda Vehicles and Mercedes/Sprinter Equipment Meritor Manufacturers Metro Mitsubishi Muncie National Crane New Holland Nissan Onan Generators Peterbilt Pierce—Fire Apparatus Pioneer Pipehunter/Jeteye Progard ROM Corp Rosenbauer Spartan Spitzlift Sterling Tennant Terex Texas Steer Toyota Tracker Twister Vac-Con Vactor Verneer Versalift Volvo WABCO Wacker Whelen Yamaha Zodiac and other related manufacturers over 1 ton Table B- Light Duty assets that may need repairs and services but are not limited to, the inventory listed below: Types of LIGHT Equipment Manufacturers Types of Light Vehicles and Acura Lexus Equipment Dodge Sprinter Jeep VIP Ram Tracker Lincoln Zodiac Buick Cadillac *And other vehicles and Chevrolet equipment Under one 1 ton in Vendor Services Agreement Lone Star Auto Sound and Security Page 14 of 20 Infiniti GVW Light Duty Vehicles and Equipment BMW Kia Marine Kubota Manufacturers Mercedes Nissan Caddo Scag Stellantis Rivian Manufacturing Husqvarna (Chrysler) Subaru Bertram Toro Ford Toyota Boston Whaler Cub Cadet Lincoln Volkswagen Chaparral Jacobsen GMC Volvo Yamaha Snapper Honda Freightliner Zodiac Nautic *And other Hyundai Zodiac John Deere related White River (yellow iron) manufacturers equipment Under one(1) ton in GVW 10 ESTIMATES 10.1 Vendor shall provide written or electronically produced estimates to PMD Fleet personnel before the start of any work. The estimates must be emailed to the PMD Fleet Supervisor at the PMD Fleet facility location that requested the services to be completed. 10.2 ALL estimates shall be approved and authorized by PMD Fleet Supervisor in writing via email prior to work being performed.Verbal approvals should not be considered. 10.3 Fleet shall create necessary work order for tracking. 10.4 Vendor shall be notified,via email,of repairs needed/issue with City asset from PMD Fleet. 10.5 Vendor shall identify the repair direction and shall email an estimate with specific details of the repairs needed regardless of warranty or non-warranty. 10.6 Warranty and billable repairs shall be on separate estimate(s)and invoicing in ALL cases. 10.7 Fleet shall document the approval and shall update the work order detailing all communications and repairs with denial or approval information. 10.8 PMD Fleet shall issue a purchase order for billable repairs via email.Repairs are NOT to be performed until a purchase order has been issued in writing from PMD Fleet Division. This ensures proper tracking and documentation are in place for the Vendor and the City. 10.9 All estimates provided by vendors will be quoted on a`time and materials'basis,adherence to the agreed upon contract rate(s)and itemized to illustrate the cost of each of the following,if applicable to the service or work performed: 10.9.1 Estimates shall include number of and cost of part(s)to be installed. 10.9.2 Estimates shall include cost of labor to perform repair and/or installation; itemized by number of labor hours per labor line. Vendor Services Agreement Lone Star Auto Sound and Security Page 15 of 20 10.9.3 Estimates shall include itemized inspection/diagnostic fees. 10.9.4 Transportation fees,if any,for pick-up or delivery. 10.9.5 Miscellaneous shop fees will not be allowed. 10.9.6 Travel charges for mobile services will only be considered if included in Exhibit B and should be itemized. 10.9.7 If during the course of the originally estimated repairs,it is noted that further repairs will be needed,a revised estimate must be prepared by Vendors for the additional work. 10.9.8 Estimates provided by vendors shall state `Warranty Service' if City vehicles or equipment will be serviced for warranty work Vendor Services Agreement Lone Star Auto Sound and Security Page 16 of 20 EXHIBIT B PAYMENT SCHEDULE (Page left intentionally blank,documents to follow) Vendor Services Agreement Lone Star Auto Sound&Security Page 16 of 19 BID SOLICITATION =vent ID Page Invited: EVENT DETAILS 'FW01-22-0122 3 -vent Round Version Submit To: City of Fort Worth 1 FINANCIAL MANAGEMENT SERVICES °vent Name FINANCE-Purchasing :TE ADDITIONAL LIGHT AND HEAVY VEHICLES & EQUIPMENT SVS 200 Texas St. (Lower Level, South) ;tart Time Finish Time Fort Worth TX 76102 )4 27 2022 08:00:00 CDT 05 19 2022 13:30:00 CDT United States Email: FMSPurchasingResponses@fortworthtexas.gov Line: 1 Description: ON Unit UnitPrice Total Diagnostic/Evaluation Fee, Heavy Duty 1000.00 EA Line: 2 Description: Qtv Unit UnitPrice Total Shop Rate,Mon-Fri 7:00 am-9:30 pm, Heavy 4000.00 HR Duty Line: 3 Description: Qtv Unit UnitPrice Total Field Rate,Mon-Fri 7:00 am-9:30 pm,Heavy 4000.00 HR Duty Line: 4 Description: Qtv Unit UnitPrice Total Shop Labor Rate,After Hours(Friday from 2000.00 HR 9:31 pm through Monday at 6:59 am),Holidays, Weekends, Heavy Duty Line: 5 Description: ON Unit UnitPrice Total Transportation Fee(Pick-up&Delivery 200.00 EA Inclusive)If applicable, Round Trip, Heavy Duty Line: 6 Description: Drvetrain and Transmission Repairs Oty Unit UnitPrice Total Drivetrain(Clutch Assembly,Flywheel,etc) 1000.00 HR Non-Warranty hourly labor rate(1 Ton&Over; Including Specialty&Off-Road Equipment), Heavy Duty Line: 7 Description: Transmission(Main,Transfer Case,Chainand Qtv Unit UnitPrice Total Final Drives)Non-Warranty hourly labor rate 1000.00 HR (1 Ton&Over;Including Specialty&Off-Road Equipment),Heavy Duty ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 2 of 34 BID SOLICITATION -vent ID Page Invited: EVENT DETAILS :FW01-22-0122 4 -vent Round Version Submit To: City of Fort Worth 1 FINANCIAL MANAGEMENT SERVICES =vent Name FINANCE-Purchasing -TE ADDITIONAL LIGHT AND HEAVY VEHICLES & EQUIPMENT SVS 200 Texas St. (Lower Level, South) hart Time Finish Time Fort Worth TX 76102 )4 27 2022 08:00:00 CDT O5 19 2022 13:30:00 CDT United States Email: FMSPurchasingResponses@fortworthtexas.gov Line: 8 Description: ON Unit UnitPrice Total Engine Repairs Engine Analysis Non-Warranty 1000.00 HR hourly labor rate(1 Ton&Over;Including Specialty&Off-Road Equipment),Heavy Duty Line: 9 Description: Qtv Unit UnitPrice Total Electrical(Alternator/Generator,Battery, Ignition,Lights,etc)Non-Warranty Labor 900.00 HR rate(1 Ton&Over;Including Specialty& Off-Road Equipment),Heavy Duty Line: 10 Description: Qtv Unit UnitPrice Total Power Plant(Engine,Belts,Heads, Intake, Rebuilding,etc.)Non-Warranty hourly labor 800.00 HR rate(1 Ton&Over; Including Specialty& Off-Road Equipment), Heavy Duty Line: 11 Description: Qtv Unit UnitPrice Total Exhaust and Emissions Repairs to include DPF and SCR Cleaning-Exhaust System Maintenance and Repair Non-Warranty hourly labor rate(1 800.00 HR Ton&Over;Including Specialty&Off-Road Equipment),Heavy Duty Line: 12 Description: Qtv Unit UnitPrice Total Fuel System Maintenance and Repair 600.00 HR Non-Warranty Labor Rate(1 Ton&Over; Including Specialty&Off-Road Equipment), Heavy Duty Line: 13 Description: Qty Unit UnitPrice Total General Vehicle Repair(Spring,Misc.) Automobile and Other Passenger Vehicles Maintenance(Not Otherwise Classified) 2000.00 HR Non-Warranty hourly labor Rate(1 Ton&Over; Including Specialty&Off-Road Equipment), Heavy Duty Line: 14 Description: Qtv Unit UnitPrice Total Customizing Services,Vehicle(Including Armoring of Vehicles,Handicapped and Van Conversions,etc)Non-Warranty hourly labor 200.00 HR rate(1 Ton&Over;Including Specialty& Off-Road Equipment)-,Heavy Duty ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 3 of 34 BID SOLICITATION -vent ID Page Invited: EVENT DETAILS 'FW01-22-0122 5 :vent Round Version Submit To: City of Fort Worth 1 FINANCIAL MANAGEMENT SERVICES :vent Name FINANCE-Purchasing :TB ADDITIONAL VENDORS VEHICLES & EQUIPMENT SVS 200 Texas St. (Lower Level, South) hart Time Finish Time Fort Worth TX 76102 )4 27 2022 08:00:00 CDT 05 19 2022 13:30:00 CDT United States Email: FMSPurchasingResponses@fortworthtexas.gov Line: 15 Description: Qty Unit UnitPrice Total General Maintenance and Repair,Vehicle(Not Otherwise Classified)to include Oil Changes, 2000.00 HR Lubrication,etc(1 Ton&Over;Including Specialty&Off-Road Equipment),Heavy Duty Line: 16 Description: Qty Unit UnitPrice Total Automotive Machine Shop Services Non-Warranty 400.00 HR Labor Rate(1 Ton&Over;Including Specialty &Off-Road Equipment),Heavy Duty Line: 17 Description: ON Unit UnitPrice Total Trailer Maintenance and Repair(Not Otherwise Classified)Non-Warranty Labor Rate(1 Ton& 700.00 HR Over;Including Specialty&Off-Road Equipment),Heavy Duty Line: 18 Description: ON Unit UnitPrice Total Truck and Van Maintenance and Repair(Not Otherwise Classified)Non-Warranty Labor rate 1500.00 HR (1 Ton&Over,Including Specialty&Off-Road Equipment),Heavy Duty Line: 19 Description: Qty Unit UnitPrice Total Temperature Repair-A/C, Heater,Radiator, Ventilation,etc.Cooling,Heating,and Ventilating System(A/C System,Hoses,Water Pump,Radiator,Heater&Accessories, 1000.00 HR Ventilation,etc)(1 Ton&Over;Including Specialty&Off-Road Equipment), Heavy Duty Line: 20 Description: Qty Unit UnitPrice Total Vehicle Radio,Speakers,Maintenance and Repair,including specialty&Off-Road 500.00 HR Equipment Labor Rate(1 Ton&Over;Including Specialty&Off-Road Equipment), Heavy Duty V pb Line: 21 Description: Qty Unit UnitPrice Total Retrofitting Vehicles to Reduce Emissions& Improve Air Quality Flat Rate Fee(1 Ton& 700.00 HR Over;Including Specialty&Off-Road Equipment),Heavy Duty ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 4 of 34 BID SOLICITATION 'vent ID Page Invited: EVENT DETAILS ;FW01-22-0122 6 =vent Round Version Submit To: City of Fort Worth 1 FINANCIAL MANAGEMENT SERVICES :vent Name FINANCE-Purchasing :TB ADDITIONAL VENDORS VEHICLES & E UIPMENT SVS 200 Texas St. (Lower Level, South) ;tart Time Finish Time Fort Worth TX 76102 74 27 2022 08:00:00 CDT OS 19 2022 13:30:00 CDT United States Email: FMSPurchasingResponses@fortworthtexas.gov Line: 22 Description: Qtv Unit UnitPrice Total Wheel,Alignment,Suspension,Rear End,Etc. 1200.00 HR Repair Alignment and Wheel Balancing (Including Front-End Repair)Flat Rate,Heavy Duty Line: 23 Description: ON Unit UnitPrice Total Suspension(A)les,Springs,Steering,etc) 1200.00 HR flat rate fee(1 Ton&Over;Including Specialty&Off-Road Equipment),Heavy Duty Line: 24 Description: Qtv Unit UnitPrice Total Wheel Balancing Flat Fee Rate(1 Ton&Over; 1200.00 HR Including Specialty&Off-Road Equipment), Heavy Duty Line: 25 Description: Qtv Unit UnitPrice Total Wheel Maintenance and Repair Hourly Labor 400.00 HR Rate(1 Ton&Over; Including Specialty& Off-Road Equipment)-Heavy Duty Line: 26 Description: Qtv Unit UnitPrice Total Vehicle Reconditioning/Refurbishing Services Non-Warranty Hourly Labor Rate(1 Ton&Over; 1000.00 HR Including Specialty&Off-Road Equipment), Heavy Duty Line: 27 Description: Qty Unit UnitPrice Total Hose Repairs and/or Replacement(Monday- 336.00 HR Friday between 7:30 a.m.—9:30 p.m)Billed to the nearest quarter of the hour,Heavy Duty Line: 28 Description: Qty Unit UnitPrice Total Hose Repairs and/or Replacement(Billed to 336.00 HR the nearest quarter of the hour)-,Heavy Duty ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 5 of 34 _ BID SOLICITATION -vent ID Page Invited: EVENT DETAILS :FW01-22-0122 -vent Round Version Submit To: City of Fort Worth 1 FINANCIAL MANAGEMENT SERVICES :vent Name FINANCE-Purchasing :TB ADDITIONAL VENDORS VEHICLES & EQUIPMENT SVS 200 Texas St. (Lower Level, South) Aart Time Finish Time Fort Worth TX 76102 )4 27 2022 08:00:00 CDT 05 19 2022 13:30:00 CDT United States Email: FMSPurchasingResponses@fortworthtexas.gov Line: 29 Description: ON Unit UnitPrice Total Diagnostic/Evaluation Fee-Light Duty 2000.00 EA Line: 30 Description: Qty Unit UnitPrice Total Shop Rate,Mon-Fri 7am-9:30pm-Light Duty 6000.00 HR Line: 31 Description: ON Unit UnitPrice Total Hourly Field Rate,Mon-Fri 7am-9.30pm-Light 2000.00 HR Duty Line: 32 Description: Qtv Unit UnitPrice Total Shop Hourly Labor Rate,After Hours, 2950.00 HR Holidays,Weekends-Light Duty Line: 33 Description: Qtv Unit UnitPrice Total Transportation Fee(Pick-up&Delivery 1000.00 EA Inclusive)If applicable-Light Duty Line: 34 Description: Qtv Unit UnitPrice Total Texas State/Federal Inspection Fee,Light 3000.00 EA Duty Line: 35 Description: Qty Unit UnitPrice Total Omitted Line: 36 Description: Qtv Unit UnitPrice Total Washing,Waxing,Polishing,Stream Cleaning, 2000.00 EA Disinfecting,etc.Flat Rate Fee,Light Duty Line: 37 Description: Qty Unit UnitPrice Total Drvetrain and Transmission Repairs 200.00 HR Drivetrain(Clutch Assembly,Flywheel,etc) Non-Warranty Labor Rate,Light Duty ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 6 of 34 BID SOLICITATION _vent ID Page Invited: EVENT DETAILS .FW01-22-0122 8 _vent Round Version Submit To: City of Fort Worth 1 FINANCIAL MANAGEMENT SERVICES _vent Name FINANCE-Purchasing :TB ADDITIONAL VENDORS VEHICLES & EQUIPMENT SVS 200 Texas St. (Lower Level, South) start Time Finish Time ° Fort Worth TX 76102 )4 27 2022 08:00:00 CDT 05/19 2022 13:30:00 CDT United States Email: FMSPurchasingResponses@fortworthtexas.gov Line: 38 Description: ON Unit UnitPrice Total Transmission(Main,Transfer Case,Chain and 500.00 HR Final Drives)Non-Warranty Labor Rate,Light Duty Line: 39 Description: ON Unit UnitPrice Total Engine Repairs Engine Analysis Non-Warranty 1000.00 HR Labor rate,Light Duty Line: 40 Description: Qtv Unit UnitPrice Total Electrical(Alternator/Generator,Battery, 1000.00 HR Ignition, Lights,etc)Non-Warranty Labor Rate, Light Duty Line: 41 Description: Qtv Unit UnitPrice Total Power Plant(Engine, Belts,Heads, Intake, 1000.00 HR Rebuilding,etc.)Non-Warranty Labor Rate, Light Duty Line: 42 Description: Qtv Unit UnitPrice Total Exhaust and Emissions Repairs to include DPF and SCR Cleaning-Exhaust System Maintenance 900.00 HR and Repair Non-Warranty Labor Rate,Light Duty Line: 43 Description: Qtv Unit UnitPrice Total Fuel System Maintenance and Repair 800.00 HR Non-Warranty,Labor Rate, Light Duty Line: 44 Description: Qtv Unit UnitPrice Total General Vehicle Repair(Spring,Misc.) Automobile and Other Passenger Vehicles 800.00 HR Maintenance(Not Otherwise Classified) Non-Warranty Labor Rate,Light Duty Line: 45 Description: ON Unit UnitPrice Total Glass Replacement to include Windshield and 600.00 HR Door Glass,Light Duty ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 7 of 34 BID SOLICITATION :-vent ID Page Invited: EVENT DETAILS :FW01-22-0122 9 =vent Round Version Submit To: City of Fort Worth 1 FINANCIAL MANAGEMENT SERVICES :vent Name FINANCE-Purchasing :TB ADDITIONAL VENDORS VEHICLES & E UIPMENT SVS 200 Texas St. (Lower Level, South) hart Time Finish Time Fort Worth TX 76102 )4 27 2022 08:00:00 CDT Os 19/2022 13:30:00 CDT United States Email: FMSPurchasingResponses@fortworthtexas.gov Line: 46 Description: Qtv Unit UnitPrice Total Customizing Services,Vehicle(Including Armoring of Vehicles,Handicapped and Van 2000.00 HR Conversions,etc)Non-Warranty Labor Rate, Light Duty Line: 47 Description: Qtv Unit UnitPrice Total General Maintenance and Repair,Vehicle(No- 2000.00 HR Light Duty Otherwise Classified)to include Oil Changes, Lubrication,etc Line: 48 Description: Qtv Unit UnitPrice Total Automotive Machine Shop Services Non-Warranty 2000.00 HR Labor Rate, Light Duty Line: 49 Description: Qtv Unit UnitPrice Total Truck and Van Maintenance and Repair(Not 400.00 HR Otherwise Classified)Non-Warranty Labor Rate, Light Duty Line: 50 Description: Qtv Unit UnitPrice Total Temperature Repair-A/C,Heater,Radiator, Ventilation,etc.Cooling,Heating,and Ventilating System(A/C System,Hoses,Water 700.00 HR Pump,Radiator,Heater&Accessories, Ventilation,etc)-Light Duty Line: 51 Description: Qtv Unit UnitPrice Total Window Tinting Flat Rate,Fee, Light Duty 1500.00 HR d Line: 52 Description: Qtv Unit UnitPrice Total Vehicle Radio,Speakers,Maintenance and 1000.00 HR Repair,including specialty&Off-Road Equipment, Labor Rate,Light Duty Line: 53 Description: Qty Unit UnitPrice Total Retrofitting Vehicles to Reduce Emissions& 500.00 HR Improve Air Quality,Flat Rate Fee,Light Duty ITI3 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 8 of 34 FORT WORTH BID SOLICITATION -vent ID Page Invited: EVENT DETAILS 'FW01-22-0122 10 -vent Round Version Submit To: City of Fort Worth 1 FINANCIAL MANAGEMENT SERVICES =vent Name FINANCE-Purchasing :TE ADDITIONAL VENDORS VEHICLES & EQUIPMENT SVS 200 Texas St. (Lower Level, South) hart Time Finish Time Fort Worth TX 76102 )4 27 2022 08:00:00 CDT 05 19 2022 13:30:00 CDT United States Email: FMSPurchasingResponses@fortworthtexas.gov Line: 54 Description: Qty Unit UnitPrice Total Wheel,Alignment,Suspension,Rear End,Etc. Repair Alignment and Wheel Balancing 700.00 EA (Including Front-End Repair)Flat Rate Fee (Up to 3/4 ton)-Light Duty Line: 55 Description: Qty Unit UnitPrice Total Suspension(Axles,Springs,Steering,etc), 1200.00 HR Flat Rate Fee,Light Duty Line: 56 Description: Qty Unit UnitPrice Total Wheel Balancing,Flat Rate Fee,Light Duty 1200.00 EA Line: 57 Description: Qty Unit UnitPrice Total Wheel Maintenance and Repair,Flat Rate Fee, 1200.00 HR Light Duty Line: 58 Description: Qty Unit UnitPrice Total Vehicle Reconditioning/Refurbishing Services 400.00 EA Non-Warranty,Flat Rate Fee, Light Duty Total Bid Amount: OU A bid of"O"(zero)will be interpreted by the City as a no-charge(free)item and the City will not expect to pay for that item.A bid of"no bid"or no response(space left blank)will be interpreted by the City that the Offerer does not wish to bid on that item.Be advised,a"no bid"or no response may be considered as non-responsive and may result in disqualification Parts-Cost Plus(+)_percent of'Manufacturers List of the bid. Price'-for Heavy Duty Vehicles and Equipment Subcontracting,Cost+_percent of Total Sublet Invoice-for Heavy Duty Vehicles and Equipment Parts-Cost Plus_(+)percent of'Manufacturers List Price'-for Light Duty Vehicles and Equipment Subcontracting,Cost+ percent of Total Sublet Invoice-for Light Duty Vehicles and Equipment ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 9 of 34 EXHIBIT C CITY'S RFP No.22-0122 (RFP No. 22-0122,Pages Follow) Vendor Services Agreement Lone Star Auto Sound and Security Page 18 of 20 FORT WORTH. COVER PAGE Event ID Page Invited: EVENT DETAILS CFWO1-22-0122 1 Event Round Version Submit To: City of Fort Worth 1 1 FINANCIAL MANAGEMENT SERVICES Event Name FINANCE-Purchasing ITB ADDITIONAL LIGHT AND HEAVY VEHICLES & EQUIPMENT SVS 200 Texas St. (Lower Level, South) Start Time Finish Time Fort Worth TX 76102 04/27/2022 07:00:00 CDT 05/19/2022 13:30:00 CDT United States Email: FMSPurchasingResponses@fortworthtexas.gov Event Description The City of Fort Worth seeks bids to finalize an annual agreement for Additional Light and Heavy Duty Vehicle and Equipment Services for the Property Management Department on an as needed basis. Submission Requirements and Deadlines All companies/individuals wishing to do business with the City of Fort Worth must register as a Bidder on the PeopleSoft Supplier Portal.Please visit https://www.fortworthtexas.gov/departments/finance/purchasing/register for more information. Assigned Buyer: LaKita Slack-Johnson A pre-bid conference will be held at 10:30 AM,Wednesday, May 4,2022 at City Hall,200 Texas Street, Fort Worth,Texas 76102(3rd Floor, Room 376)and via WebEx. Join from the meeting li nk:https://fortworthtexas.webex.com/fortworthtexas/j.php?MTI D=m9890322218d3l 9292069730adO46429e Meeting number(access code): 2556 164 0462 Meeting password:vTt4339KnpF Mobile device(attendees only)+1-469-210-7159„25561640462## Video System or Application: 25561640462@fortworthtexas.webex.com Bids are solicited for furnishing the merchandise,supplies,services and/or equipment as set forth in this solicitation.Completed Bids including one executed original and one USB flash drive containing electronic versions of all bid documents must be received in the Purchasing Division by 1:30 P.M., May 4,2022,and then publicly opened and read aloud at 2:00 P.M. in the Council Chambers. Bids must be submitted in a sealed envelope WITH THE BID NUMBER WRITTEN ON THE OUTSIDE OF THE ENVELOPE, addressed to the Purchasing Manager.YOUR BID MUST BE RECEIVED BY THE PURCHASING OFFICE AND TIME STAMPED PRIOR TO THE 1:30 DEADLINE IN ORDER TO BE CONSIDERED. Bids shall be mailed or hand delivered to the following address: City of Fort Worth, Purchasing Division,City Hall,200 Texas Street, Fort Worth,Texas 76102 Bids delivered by special courier(i.e. Federal Express,Special Delivery etc.)are to be marked on the outside of the courier's shipping envelope"BID No.22-0122 Light and Heavy Duty Vehicle and Equipment Services"AND MUST BE RECEIVED BY THE PURCHASING OFFICE AND TIME STAMPED PRIOR TO THE 1:30 DEADLINE IN ORDER TO BE CONSIDERED. Late bids will be returned or destroyed;they will not 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,amended or withdrawn after the official opening.The undersigned agrees, if the bid is accepted,to furnish any and all items upon which prices are offered,at the price(s)and upon the terms,conditions and scope/specifications contained in this document.The period for acceptance of this bid will be 120 calendar days after the bid opening date. Cover Page Bid Submission Signature Page **Bid Solicitation** Part 1 Instructions Part 2 Scope of Services/Specifications Attachment A-Conflict of Interest Disclosure Requirement** Attachment B-Consideration of Location of Bidder's Principal Place of Business**(if applicable) Attachment C-Bidder's Contact Information** Attachment D-Bidder's Qualification Questionnaire** Attachment E-Draft Services Agreement,attached as a separate document **Required to be completed and submitted.See Section 14.0, Part 1 for all required documents that need to be submitted. Failure to submit all items will be grounds for rejection of a bid as non-responsive to specifications. FORT WORTH. BID SUBMISSION SIGNATURE PAGE Event ID Page Invited: EVENT DETAILS CFWO1-22-0122 2 Event Round Version Submit To: City of Fort Worth 1 1 FINANCIAL MANAGEMENT SERVICES Event Name FINANCE-Purchasing ITB ADDITIONAL LIGHT AND HEAVY VEHICLES & EQUIPMENT SVS 200 Texas St. (Lower Level, South) Start Time Finish Time Fort Worth TX 76102 04/27/2022 07:00:00 CDT 05/19/2022 13:30:00 CDT United States Email: FMSPurchasingResponses@fortworthtexas.gov The undersigned, by his/her signature, represents that he/she is submitting a binding offer and is authorized to bind the respondent to fully comply with the solicitation document contained herein.The Respondent, by submitting and signing below,acknowledges that he/she has received and read the entire document packet sections defined above including all documents incorporated by reference,and agrees to be bound by the terms therein. Company Name: Company Address: City, State,Zip: Vendor Registration No. Printed Name of Officer or Authorized Representative: Title: Signature of Officer or Authorized Representative: Date: Email Address: Phone Number: Federal ID(FID)Number: Will agreement be available for Cooperative Agreement use?Yes No(See Section 22, Part 1) ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 1 of 34 FORT WORTH. BID SOLICITATION Event ID Page Invited: EVENT DETAILS CFWO1-22-0122 3 Event Round Version Submit To: City of Fort Worth 1 1 FINANCIAL MANAGEMENT SERVICES Event Name FINANCE-Purchasing ITB ADDITIONAL LIGHT AND HEAVY VEHICLES & EQUIPMENT SVS 200 Texas St. (Lower Level, South) Start Time Finish Time Fort Worth TX 76102 04/27/2022 07:00:00 CDT 05/19/2022 13:30:00 CDT United States Email: FMSPurchasingResponses@fortworthtexas.gov Line: 1 Description: oty Unit UnitPrice Total Diagnostic/Evaluation Fee,Heavy Duty 1000.00 EA Line: 2 Description: oty Unit UnitPrice Total Shop Rate,Mon-Fri 7:00 am-9:30 pm,Heavy 4000.00 HR Duty Line: 3 Description: oty Unit UnitPrice Total Field Rate,Mon-Fri 7:00 am-9:30 pm,Heavy 4000.00 HR Duty Line: 4 Description: oty Unit UnitPrice Total Shop Labor Rate,After Hours(Friday from 2000.00 HR 9:31 pm through Monday at 6:59 am),Holidays, Weekends,Heavy Duty Line: 5 Description: oty Unit UnitPrice Total Transportation Fee(Pick-up&Delivery 200.00 EA Inclusive)If applicable,Round Trip,Heavy Duty Line: 6 Description: oty Unit UnitPrice Total Drivetrain and Transmission Repairs Drivetrain(Clutch Assembly,Flywheel,etc) 1000.00 HR Non-Warranty hourly labor rate(1 Ton&Over; Including Specialty&Off-Road Equipment), Heavy Duty Line: 7 Description: oty Unit UnitPrice Total Transmission(Main,Transfer Case,Chain and Final Drives)Non-Warranty hourly labor rate 1000.00 HR (1 Ton&Over;Including Specialty&Off-Road Equipment),Heavy Duty ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 2 of 34 FORT WORTH. BID SOLICITATION Event ID Page Invited: EVENT DETAILS CFWO1-22-0122 4 Event Round Version Submit To: City of Fort Worth 1 1 FINANCIAL MANAGEMENT SERVICES Event Name FINANCE-Purchasing ITB ADDITIONAL LIGHT AND HEAVY VEHICLES & EQUIPMENT SVS 200 Texas St. (Lower Level, South) Start Time Finish Time Fort Worth TX 76102 04/27/2022 07:00:00 CDT 05/19/2022 13:30:00 CDT United States Email: FMSPurchasingResponses@fortworthtexas.gov Line: 8 Description: Qty Unit UnitPrice Total Engine Repairs Engine Analysis Non-Warranty 1000.00 HR hourly labor rate(1 Ton&Over; Including Specialty&Off-Road Equipment),Heavy Duty Line: 9 Description: Qty Unit UnitPrice Total Electrical(Alternator/Generator,Battery, Ignition,Lights,etc)Non-Warranty Labor 900.00 HR rate(1 Ton&Over;Including Specialty& Off-Road Equipment),Heavy Duty Line: 10 Description: Qty Unit UnitPrice Total Power Plant(Engine,Belts,Heads, Intake, Rebuilding,etc.)Non-Warranty hourly labor 800.00 HR rate(1 Ton&Over;Including Specialty& Off-Road Equipment),Heavy Duty Line: 11 Description: Qty Unit UnitPrice Total Exhaust and Emissions Repairs to include DPF and SCR Cleaning-Exhaust System Maintenance and Repair Non-Warranty hourly labor rate(1 800.00 HR Ton&Over;Including Specialty&Off-Road Equipment),Heavy Duty Line: 12 Description: Qty Unit UnitPrice Total Fuel System Maintenance and Repair 600.00 HR Non-Warranty Labor Rate(1 Ton&Over; Including Specialty&Off-Road Equipment), Heavy Duty Line: 13 Description: Qty Unit UnitPrice Total General Vehicle Repair(Spring,Misc.) Automobile and Other Passenger Vehicles Maintenance(Not Otherwise Classified) 2000.00 HR Non-Warranty hourly labor Rate(1 Ton&Over; Including Specialty&Off-Road Equipment), Heavy Duty Line: 14 Description: Qty Unit UnitPrice Total Customizing Services,Vehicle(Including Armoring of Vehicles,Handicapped and Van Conversions,etc)Non-Warranty hourly labor 200.00 HR rate(1 Ton&Over;Including Specialty& Off-Road Equipment)-,Heavy Duty ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 3 of 34 FORT WORTH. BID SOLICITATION Event ID Page Invited: EVENT DETAILS CFWO1-22-0122 5 Event Round Version Submit To: City of Fort Worth 1 1 FINANCIAL MANAGEMENT SERVICES Event Name FINANCE-Purchasing ITB ADDITIONAL VENDORS VEHICLES & EQUIPMENT SVS 200 Texas St. (Lower Level, South) Start Time Finish Time Fort Worth TX 76102 04/27/2022 07:00:00 CDT 05/19/2022 13:30:00 CDT United States Email: FMSPurchasingResponses@fortworthtexas.gov Line: 15 Description: Qty Unit UnitPrice Total General Maintenance and Repair,Vehicle(Not Otherwise Classified)to include Oil Changes, 2000.00 HR Lubrication,etc(1 Ton&Over; Including Specialty&Off-Road Equipment),Heavy Duty Line: 16 Description: Qty Unit UnitPrice Total Automotive Machine Shop Services Non-Warranty 400.00 HR Labor Rate(1 Ton&Over; Including Specialty &Off-Road Equipment),Heavy Duty Line: 17 Description: Qty Unit UnitPrice Total Trailer Maintenance and Repair(Not Otherwise Classified)Non-Warranty Labor Rate(1 Ton& 700.00 HR Over; Including Specialty&Off-Road Equipment),Heavy Duty Line: 18 Description: Qty Unit UnitPrice Total Truck and Van Maintenance and Repair(Not Otherwise Classified)Non-Warranty Labor rate 1500.00 HR (1 Ton&Over; Including Specialty&Off-Road Equipment),Heavy Duty Line: 19 Description: Qty Unit UnitPrice Total Temperature Repair-A/C,Heater,Radiator, Ventilation,etc.Cooling,Heating,and Ventilating System(A/C System,Hoses,Water Pump,Radiator,Heater&Accessories, 1000.00 HR Ventilation,etc)(1 Ton&Over; Including Specialty&Off-Road Equipment),Heavy Duty Line: 20 Description: Qty Unit UnitPrice Total Vehicle Radio,Speakers,Maintenance and Repair,including specialty&Off-Road 500.00 HR Equipment Labor Rate(1 Ton&Over;Including Specialty&Off-Road Equipment),Heavy Duty Line: 21 Description: Qty Unit UnitPrice Total Retrofitting Vehicles to Reduce Emissions& Improve Air Quality Flat Rate Fee(1 Ton& 700.00 HR Over; Including Specialty&Off-Road Equipment),Heavy Duty ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 4 of 34 FORT WORTH. BID SOLICITATION Event ID Page Invited: EVENT DETAILS CFWO1-22-0122 6 Event Round Version Submit To: City of Fort Worth 1 1 FINANCIAL MANAGEMENT SERVICES Event Name FINANCE-Purchasing ITB ADDITIONAL VENDORS VEHICLES & EQUIPMENT SVS 200 Texas St. (Lower Level, South) Start Time Finish Time Fort Worth TX 76102 04/27/2022 07:00:00 CDT 05/19/2022 13:30:00 CDT United States Email: FMSPurchasingResponses@fortworthtexas.gov Line: 22 Description: oty Unit UnitPrice Total Wheel,Alignment,Suspension,Rear End,Etc. 1200.00 HR Repair Alignment and Wheel Balancing (Including Front-End Repair)Flat Rate,Heavy Duty Line: 23 Description: oty Unit UnitPrice Total Suspension(Axles,Springs,Steering,etc) 1200.00 HR flat rate fee(1 Ton&Over; Including Specialty&Off-Road Equipment),Heavy Duty Line: 24 Description: oty Unit UnitPrice Total Wheel Balancing Flat Fee Rate(1 Ton&Over; 1200.00 HR Including Specialty&Off-Road Equipment), Heavy Duty Line: 25 Description: oty Unit UnitPrice Total Wheel Maintenance and Repair Hourly Labor 400.00 HR Rate(1 Ton&Over; Including Specialty& Off-Road Equipment)-Heavy Duty Line: 26 Description: oty Unit UnitPrice Total Vehicle Reconditioning/Refurbishing Services Non-Warranty Hourly Labor Rate(1 Ton&Over; 1000.00 HR Including Specialty&Off-Road Equipment), Heavy Duty Line: 27 Description: oty Unit UnitPrice Total Hose Repairs and/or Replacement(Monday- 336.00 HR Friday between 7:30 a.m.—9:30 p.m)Billed to the nearest quarter of the hour,Heavy Duty Line: 28 Description: oty Unit UnitPrice Total Hose Repairs and/or Replacement(Billed to 336.00 HR the nearest quarter of the hour)-,Heavy Duty ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 5 of 34 FORT WORTH. BID SOLICITATION Event ID Page Invited: EVENT DETAILS CFWO1-22-0122 7 Event Round Version Submit To: City of Fort Worth 1 1 FINANCIAL MANAGEMENT SERVICES Event Name FINANCE-Purchasing ITB ADDITIONAL VENDORS VEHICLES & EQUIPMENT SVS 200 Texas St. (Lower Level, South) Start Time Finish Time Fort Worth TX 76102 04/27/2022 07:00:00 CDT 05/19/2022 13:30:00 CDT United States Email: FMSPurchasingResponses@fortworthtexas.gov Line: 29 Description: Qty Unit UnitPrice Total Diagnostic/Evaluation Fee-Light Duty 2000.00 EA Line: 30 Description: Qty Unit UnitPrice Total Shop Rate,Mon-Fri 7am-9:30pm-Light Duty 6000.00 HR Line: 31 Description: Qty Unit UnitPrice Total Hourly Field Rate,Mon-Fri 7am-9:30pm-Light 2000.00 HR Duty Line: 32 Description: Qty Unit UnitPrice Total Shop Hourly Labor Rate,After Hours, 2950.00 HR Holidays,Weekends-Light Duty Line: 33 Description: Qty Unit UnitPrice Total Transportation Fee(Pick-up&Delivery 1000.00 EA Inclusive)If applicable-Light Duty Line: 34 Description: Qty Unit UnitPrice Total Texas State/Federal Inspection Fee,Light 3000.00 EA Duty Line: 35 Description: Qty Unit UnitPrice Total Omitted Line: 36 Description: Qty Unit UnitPrice Total Washing,Waxing,Polishing,Stream Cleaning, 2000.00 EA Disinfecting,etc.Flat Rate Fee,Light Duty Line: 37 Description: Qty Unit UnitPrice Total Drivetrain and Transmission Repairs 200.00 HR Drivetrain(Clutch Assembly,Flywheel,etc) Non-Warranty Labor Rate,Light Duty ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 6 of 34 FORT WORTH. BID SOLICITATION Event ID Page Invited: EVENT DETAILS CFWO1-22-0122 8 Event Round Version Submit To: City of Fort Worth 1 1 FINANCIAL MANAGEMENT SERVICES Event Name FINANCE-Purchasing ITB ADDITIONAL VENDORS VEHICLES & EQUIPMENT SVS 200 Texas St. (Lower Level, South) Start Time Finish Time Fort Worth TX 76102 04/27/2022 07:00:00 CDT 05/19/2022 13:30:00 CDT United States Email: FMSPurchasingResponses@fortworthtexas.gov Line: 38 Description: Qty Unit UnitPrice Total Transmission(Main,Transfer Case,Chain and 500.00 HR Final Drives)Non-Warranty Labor Rate,Light Duty Line: 39 Description: Qty Unit UnitPrice Total Engine Repairs Engine Analysis Non-Warranty 1000.00 HR Labor rate,Light Duty Line: 40 Description: Qty Unit UnitPrice Total Electrical(Alternator/Generator,Battery, 1000.00 HR Ignition,Lights,etc)Non-Warranty Labor Rate, Light Duty Line: 41 Description: Qty Unit UnitPrice Total Power Plant(Engine,Belts,Heads, Intake, 1000.00 HR Rebuilding,etc.)Non-Warranty Labor Rate, Light Duty Line: 42 Description: Qty Unit UnitPrice Total Exhaust and Emissions Repairs to include DPF and SCR Cleaning-Exhaust System Maintenance 900.00 HR and Repair Non-Warranty Labor Rate,Light Duty Line: 43 Description: Qty Unit UnitPrice Total Fuel System Maintenance and Repair 800.00 HR Non-Warranty,Labor Rate,Light Duty Line: 44 Description: Qty Unit UnitPrice Total General Vehicle Repair(Spring,Misc.) Automobile and Other Passenger Vehicles 800.00 HR Maintenance(Not Otherwise Classified) Non-Warranty Labor Rate,Light Duty Line: 45 Description: Qty Unit UnitPrice Total Glass Replacement to include Windshield and 600.00 HR Door Glass,Light Duty ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 7 of 34 FORT WORTH. BID SOLICITATION Event ID Page Invited: EVENT DETAILS CFWO1-22-0122 9 Event Round Version Submit To: City of Fort Worth 1 1 FINANCIAL MANAGEMENT SERVICES Event Name FINANCE-Purchasing ITB ADDITIONAL VENDORS VEHICLES & EQUIPMENT SVS 200 Texas St. (Lower Level, South) Start Time Finish Time Fort Worth TX 76102 04/27/2022 07:00:00 CDT 05/19/2022 13:30:00 CDT United States Email: FMSPurchasingResponses@fortworthtexas.gov Line: 46 Description: Qty Unit UnitPrice Total Customizing Services,Vehicle(Including Armoring of Vehicles,Handicapped and Van 2000.00 HR Conversions,etc)Non-Warranty Labor Rate, Light Duty Line: 47 Description: Qty Unit UnitPrice Total General Maintenance and Repair,Vehicle(No- 2000.00 HR Light Duty Otherwise Classified)to include Oil Changes,Lubrication,etc Line: 48 Description: Qty Unit UnitPrice Total Automotive Machine Shop Services Non-Warranty 2000.00 HR Labor Rate,Light Duty Line: 49 Description: Qty Unit UnitPrice Total Truck and Van Maintenance and Repair(Not 400.00 HR Otherwise Classified)Non-Warranty Labor Rate,Light Duty Line: 50 Description: Qty Unit UnitPrice Total Temperature Repair-A/C,Heater,Radiator, Ventilation,etc.Cooling,Heating,and Ventilating System(A/C System,Hoses,Water 700.00 HR Pump,Radiator,Heater&Accessories, Ventilation,etc)-Light Duty Line: 51 Description: Qty Unit UnitPrice Total Window Tinting Flat Rate,Fee,Light Duty 1500.00 HR Line: 52 Description: Qty Unit UnitPrice Total Vehicle Radio,Speakers,Maintenance and 1000.00 HR Repair,including specialty&Off-Road Equipment,Labor Rate,Light Duty Line: 53 Description: Qty Unit UnitPrice Total Retrofitting Vehicles to Reduce Emissions& 500.00 HR Improve Air Quality,Flat Rate Fee,Light Duty ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 8 of 34 FORT WORTH. BID SOLICITATION Event ID Page Invited: EVENT DETAILS CFWO1-22-0122 10 Event Round Version Submit To: City of Fort Worth 1 1 FINANCIAL MANAGEMENT SERVICES Event Name FINANCE-Purchasing ITB ADDITIONAL VENDORS VEHICLES & EQUIPMENT SVS 200 Texas St. (Lower Level, South) Start Time Finish Time Fort Worth TX 76102 04/27/2022 07:00:00 CDT 05/19/2022 13:30:00 CDT United States Email: FMSPurchasingResponses@fortworthtexas.gov Line: 54 Description: Qty Unit UnitPrice Total Wheel,Alignment,Suspension,Rear End,Etc. Repair Alignment and Wheel Balancing 700.00 EA (Including Front-End Repair)Flat Rate Fee (Up to 3/4 ton)-Light Duty Line: 55 Description: Qty Unit UnitPrice Total Suspension(Axles,Springs,Steering,etc), 1200.00 HR Flat Rate Fee,Light Duty Line: 56 Description: Qty Unit UnitPrice Total Wheel Balancing,Flat Rate Fee,Light Duty 1200.00 EA Line: 57 Description: Qty Unit UnitPrice Total Wheel Maintenance and Repair,Flat Rate Fee, 1200.00 HR Light Duty Line: 58 Description: Qty Unit UnitPrice Total Vehicle Reconditioning/Refurbishing Services 400.00 EA Non-Warranty,Flat Rate Fee,Light Duty Total Bid Amount: A bid of"O"(zero)will be interpreted by the City as a no-charge(free)item and the City will not expect to pay for that item.A bid of"no bid"or no response(space left blank)will be interpreted by the City that the Offerer does not wish to bid on that item.Be advised,a"no Parts-Cost Plus + ercent of'Manufacturers List bid"or no response may be considered as non-responsive and may result in disqualification ( ) p Price' for Heavy Duty Vehicles and Equipment of the bid. Subcontracting,Cost+_percent of Total Sublet Invoice-for Heavy Duty Vehicles and Equipment Parts-Cost Plus_(+)percent of'Manufacturers List Price'-for Light Duty Vehicles and Equipment Subcontracting,Cost+ percent of Total Sublet Invoice-for Light Duty Vehicles and Equipment ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 9 of 34 PART- 1 INSTRUCTIONS 1.0 SOLICITATION 1.1 Review of Documents: Bidders are expected to examine all documents that make up the Solicitation as well as any addendums. Bidders shall promptly notify the City of any omission, ambiguity, inconsistency or error that they may discover upon examination of the Solicitation by the deadline for questions listed in Section 2.0, Part 2. The City assumes no responsibility for any errors or misrepresentations that result from Bidders not using the completed Solicitation document and addendums. 1.2 Location of Documents: Solicitations are issued by the Purchasing Division. The location for the Purchasing Division are specified in the advertisement and on the first page of the solicitation. 2.0 EXPLANATIONS, CLARIFICATIONS OR QUESTIONS 2.1 Any explanation, clarification, or question desired by a Bidder regarding any part of the Solicitation must be requested in writing from the Purchasing Division by the question deadline listed in Section 2.0, Part 2, so that a written addendum can be posted before the submission deadline. Interpretations, corrections, or changes to the Solicitation made in any other manner are not binding upon the City, and Bidders shall not rely upon such interpretations, corrections or changes. Oral explanations or instructions given before the award of the Contract are not binding. 2.2 IN ORDER FOR QUESTIONS TO BE ANSWERED,ALL QUESTIONS MUST BE HAND DELIVERED OR SENT BY E-MAIL BEFORE THE QUESTION DEADLINE AND MUST BE IDENTIFIED AS FOLLOWS: 2.2.1 All explanation, clarification or questions must clearly identify the buyer's name and the bid number on the document or on the subject line, if sent by and email. For example: "Attention: Buyer name and Bid No. XX-XXX". If the buyer's name and bid number is not included as specified above,the ciuestion(s)will NOT be answered. 2.2.2 Delivery of questions by: 2.2.2.1 Hand Delivery—Fort Worth City Hall, Purchasing Division, Lower Level, 200 Texas Street, Fort Worth Texas, 76102. 2.2.2.2 Via Email—FMSPurchasingResponses(afortworthtexas.gov 2.2.2.2.1 Please note, if an e-mail confirming receipt of your e-mail is not received within 1 (one) business day, please contact the City of Fort Worth Purchasing at 817-392-2462. 2.3 Interpretations, corrections, or changes to the Solicitation made in any other manner are not binding upon the City, and Bidders shall not rely upon such interpretations, corrections or changes. Oral explanations or instructions given before the award of the Contract are not binding. 2.4 Any material information given to one Bidder concerning a Solicitation will be furnished by an Addendum posted on the City's website under the corresponding bid number. 3.0 UNAUTHORIZED COMMUNICATIONS—Bidders' contact regarding this Invitation to Bid (ITB)with employees or officials of the City other than the Purchasing Manager, the Business Equity Division, or as otherwise indicated in the ITB is prohibited and may result in disqualification from this procurement process. No officer, employee, agent or representative of the Respondent shall have any contact or ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 10 of 34 discussion, verbal or written, with any members of the City Council, City staff or City's consultants, or directly or indirectly through others, seek to influence any City Council member, City staff, or City's consultants regarding any matters pertaining to this solicitation, except as herein provided. Any violation of this prohibition may result in the Respondent being disqualified from the procurement process. Any oral communications are considered unofficial and non-binding with regard to this ITB. 4.0 PREBID CONFERENCE—A pre-bid conference and site visit will be held at 3:00 PM, Thursday, March 9, 2022 at City Hall, Via Webex. Failure to attend the pre-bid conference will impact a potential Vendor's ability to submit a fully informed and competitive bid response. To join the Pre-bid Via Webex, please see Cover Page for details. 5.0 PREPARATION OF BIDS 5.1 Each Bidder must furnish all information required by the Solicitation in order to be evaluated. Prices or Percent Markups submitted on other than the forms included in the Solicitation shall be considered non-responsive. 5.2 Any attempt to alter the wording in the Solicitation is ineffective and will result in rejection of the Bid. 6.0 QUANTITES-The quantities listed on the bid solicitation are only estimates based on previous usage and do not indicate intent to purchase or a guarantee of future business. The City of Fort Worth is obligated to pay for only those materials and services actually ordered by an authorized City employee and then received as required and accepted by the City. 7.0 TAXES - Purchases of Goods or Services for City use are usually exempt from City, State, and most Federal Taxes. Bids may not include exempted taxes. The successful Bidder should request a Tax Exemption Certificate from the Purchasing Division. Under no circumstances shall the City be liable to pay taxes for which the City has an exemption under any Contract. 8.0 DEFINITIONS 8.1 Brand Name or Equal: If the Solicitation indicates brand name or"equal" products are acceptable, the Bidder may offer an "equal" product and must be prepared to demonstrate those features that render it equal. Final determination of a product as "equal" remains with the City. 8.2 Delivery Time: Delivery time, if stated as a number of days, will be based on calendar days. Time is of the essence in any City purchase. If the indicated date cannot be met or the date is not indicated, the Bidder shall state its best delivery time. 8.3 Free on Board (FOB) Point: Freight Terms shall be FOB Destination, Freight Prepaid and Allowed. This means the Vendor or Shipper owns goods in transit and is liable for delivery to the point of destination. 8.3.1 The Vendor or Shipper is responsible for filing 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 tender delivery to the City. 8.3.3 Bids offering any other delivery terms are not acceptable and may be cause for resection. 9.0 PRICES/PERCENTAGE MARKUP 9.1 Bid prices and percentage markup(if applicable)shall be firm offers unless otherwise specified. Pricing and percentage markup (if applicable)shall be entered on the Bid Offer Sheet. 9.2 In the event of a discrepancy between unit price and extended price, the unit price shall govern. ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 11 of 34 9.3 Prices shall be offered in the Dollars of the United States of America (or decimal fractions thereof). 10.0 SIGNATURE-The Bidder must provide a wet signature on each document in the Solicitation requiring a signature. Any change made to the Bid must be initialed by the Bidder. 11.0 PROPRIETARY INFORMATION SUBMITTED IN THE BID 11.1 All material submitted to the City becomes public property and is subject to the Texas Open Records Act upon receipt. 11.1.1 If a Bidder does not desire proprietary information in the bid to be disclosed, each page must be identified and marked proprietary at time of submittal. The City will, to the extent allowed by law, endeavor to protect such information from disclosure. If a Public Information Request is made for 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 result in all unmarked sections being deemed non-proprietary and available upon public request. 12.0 BID PREPARATION COSTS-All costs associated with preparing a Bid in response to a Solicitation shall be borne by the Bidder. 13.0 PAYMENTS 13.1 All payment terms shall be"Net 30 Days"from the date the City receives a correct invoice. 13.2 Successful bidders are encouraged to register for direct deposit payments prior to providing goods and/or services using the forms posted on the City's website at https://www.fortworthtexas.gov/departments/finance/purchasing/ach 14.0 SUBMISSION OF BIDS 14.1 Bid documents: Unless otherwise specified, Bidders are required to submit a signed executed original and one scanned copy of the entire bid submittal on a flash drive. Bids must be submitted in a sealed envelope with the bid number written on the outside of the envelope. A completed and signed original Bid Submission Signature page; 14.2 Documents required to be submitted with Bid: Bidders shall submit all the items listed below and utilize the format below to submit their bid prior to the bid submission deadline.A completed Bid Solicitation. 14.2.1 A completed and signed Bid Solicitation: 14.2.2 Signed Addendum(s)acknowledging receipt. 14.2.3 All items listed in Section 5.0, Bidders Requirements; Part 2 14.2.4 A completed and signed original Conflict of Interest Questionnaire, Attachment A; 14.2.5 A completed Consideration of Location of Bidder's Principal Place of Business, Attachment B, if applicable; 14.2.6 A completed Bidder's Contact Information Form,Attachment C; 14.2.7 A completed Bidder's Qualification Questionnaire, Attachment D; ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 12 of 34 14.2.8 Documentation and certifications necessary to perform work on City vehicles and equipment. This includes all certifications, such as the National Institute for Automotive Service Excellence (ASE)or Manufacturer required training, which qualifies the vendor to perform said work. 14.2.9 List of materials, tools and equipment necessary to perform repairs to city vehicles and equipment. 14.2.10 Scanned copy of all documents listed in paragraph 14.1 in flash drive. 14.2.11 Documentation showing company has been in the market place for a minimum of two years(i.e. Secretary of State). 14.3 Bidder shall provide a minimum of three (3) references from projects similar in nature, size and scope completed or undertake in the past three years. Letters shall include the following items. 14.3.1 Company letterhead, including contact information. 14.3.2 Number of years working with Firm. 14.3.3 Brief explanation of customer's satisfaction and recommendation of Firm. Please provide a rating of 1-5. One (1) being unlikely to recommend and unsatisfied, and five (5) being highly satisfied and highly recommended. 14.3.4 Brief explanation on likeliness to work with Firm again. One(1) being unlikely to continue to use Firm and five (5) highly likely to use Firm again. 14.4 Any other document included in the Solicitation requiring completion or execution by the Bidder. 14.5 Failure to submit all the items listed in Section 14.2, Part 1 will be grounds for rejection of a bid as non-responsive to the specifications. 15.0 LATE BIDS 15.1 Bids must be received in the Purchasing Division prior to the bid submission deadline.All Bids received after the submission deadline are considered late and will be returned to the Bidder unopened. 15.2 Purchasing's time stamp clock is the official time of record. However, if the time stamp is not available or broken, the date and time written on the bid receipt by Purchasing staff shall be the time of record. 15.3 It is the sole responsibility of the Bidder to ensure timely delivery of the Bid to the Purchasing Division. The City will not be responsible for failure of service on the part of the U.S. Postal Office, courier companies, or any other form of delivery service chosen by the Bidder to deliver before the bid due date and time. 15.4 Bids delivered to a City location other than the Purchasing Division will not be considered. The Bid must be received by the Purchasing Division and stamped before deadline to be considered. 16.0 MODIFICATION OR WITHDRAWAL OF BIDS 16.1 Modification of Bids: Bids may be modified in writing at any time prior to the bid submission deadline. 16.2 Withdrawal of Bids: Bids may be withdrawn in writing, or by facsimile (provided that the facsimile is signed by the Bidder)at any time prior to the bid submission deadline. A Bid may also be withdrawn in person by a Bidder, provided the withdrawal is made prior to the bid ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 13 of 34 submission deadline. A receipt of withdrawal must be signed by the Bidder. No Bids may be withdrawn after the bid submission deadline without forfeiture of the Bid guarantee, unless there is a material error in the Bid. Withdrawn Bids may be resubmitted,with or without modifications, prior to the bid submission deadline. The City may require proof of agency from the person withdrawing a bid. 17.0 OPENING OF BIDS The Purchasing Division representative responsible for opening Bids shall personally and publicly open all Bids timely received, reading each bid aloud. 18.0 EVALUATION FACTORS AND AWARD 18.1 Evaluation: Bidders may furnish pricing for all or any portion of the Solicitation (unless otherwise specified). However, the City may evaluate and award the Contract for any item or group of items shown on the Solicitation, or any combination deemed most advantageous to the City. Bids that specify an "all or none"award may be considered if a single award is advantageous. 18.2 Award. The Method of Award is detailed in Section 4, Part 2. (Note:A Bidder that does not earn at least 50%of the technical points will be deem"non-responsive"and will not be awarded a contract.) 18.3 Acceptance and Award of Bid: Acceptance and award of a Bid will be in the form of a Purchase Order or a Contract. Subsequent Purchase Orders may be issued as appropriate. The contents of a Bid Response shall become a part of the Contract. Under no circumstances will the City be responsible for Goods or Services provided without a Purchase Order issued by the City. 19.0 RESERVATIONS -The City expressly reserves the right to: 19.1 Specify approximate quantities in the Solicitation; 19.2 Extend the Solicitation opening date and time; 19.3 Consider and accept alternate Bids, if specified in the Solicitation, when most advantageous to the City; 19.4 Waive as an informality, minor deviations from specifications provided they do not affect competition or result in functionally unacceptable goods or services; 19.5 Waive any minor informality in any Bid or Solicitation procedure (a minor informality is one that does not affect the competitiveness of the Bidder); 19.6 Add additional terms or modify existing terms in the Solicitation before the bid submission deadline; 19.7 Reject a bid because of unbalanced unit prices bid; 19.8 Reject or cancel any or all Bids; 19.9 Reissue a Solicitation; 19.10 Procure any item by other means; and/or 19.11 Award to multiple vendors on a non-exclusive award basis, or primary and secondary vendors. ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 14 of 34 20.0 POST-BID DOCUMENTS REQUIRED FROM BIDDERS 20.1 Certificates of Insurance: When insurance is required, the successful Bidder must provide Certificates of Insurance in the amounts and for the coverages required to the Purchasing Office within 14 calendar days after notification of award, or as otherwise required by the Solicitation. 20.2 Business Equity Division Documents: If a Business Equity goal has been established for the bid, the applicable documents must be submitted by all bidders wishing to continue in the bid evaluation process within two (2) City business days after the bid opening date, exclusive of the bid opening date, to the City location specified in the bid. Bidders shall obtain a receipt from the appropriate department as evidence that the City received the documentation. 20.3 Certificate of Interested Parties Form 1295: If the Purchase Agreement must be approved by the City Council before execution, the successful bidder is required to complete the Certificate of Interested Parties Form 1295 and submit the form to the Purchasing contact listed in the solicitation before the purchase/contract will be presented to the City Council. The form may be completed at https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm. 21.0 PROTEST PROCEDURE 21.1 Vendors who respond to Invitations to Bid have the right to protest the solicitation process or the bid award if they believe that there has been any impropriety or unfair criteria in the process. 21.2 The Vendor must submit any protest in writing to the Purchasing Manager within 14 days after the Vendor knows, or should have known, of the facts relating to the proposed action or award. 21.3 The Purchasing Manager, or designee, is authorized to resolve 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 meetings, the Purchasing Manager or designee will issue a decision in writing, state the reasons for the action taken and inform the protesting Vendor of the right to review by a panel made up of City staff. 21.5 A City protest review panel will consist of an Assistant City Attorney, a representative of the operating department, the Purchasing Manager and any other appropriate personnel or employees of the operating department. 21.6 If the panel is unable to resolve the protest, or if the panel makes a decision with which the Vendor does not agree, the protesting Vendor will be invited to attend the City Council meeting at which the recommended award is to be presented to the City Council and make known his/her concerns. The protesting Vendor will be instructed to arrive prior to the start of the City Council meeting and complete a card requesting to speak concerning the particular Mayor and Council Communication document(M&C) in question. 21.6.1 Vendors wishing to speak before the City Council should review the rules for registering to appear before City Council located at: http://fortworthtexas.gov/citysecretarv/info/default.aspx?id=2914 on the City's website. 22.0 COOPERATIVE PURCHASING 22.1 Should other governmental entities decide to participate in this contract, Bidder, shall indicate in their proposals whether they agree that all terms, conditions, specification, and pricing would apply. 22.2 If the successful Bidder agrees to extend the resulting contract to other governmental entities, the following shall apply: Governmental entities within utilizing Contracts with the City of Fort Worth shall be eligible, but not obligated, to purchase material/services under this contract(s)awarded ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 15 of 34 as a result of this solicitation. All purchases by governmental entities other than the City of Fort Worth shall be billed directly to that governmental entity and paid by that governmental entity. The City of Fort Worth shall not be responsible for another governmental entity's debts. Each governmental entity shall order its own material/services as needed. 23.0 RIGHT TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT If the Federal award meets the definition of"funding eCFR—Code of Federal Regulations agreement" under 37 CFR§401.2 (a)and the recipient or sub recipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that"funding agreement,"the recipient or sub recipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,"and any implementing regulations issued by the awarding agency. 24.0 DEBARMENT AND SUSPENSION Per Executive Orders 12549 and 12689, a contract award (see 2 CFR 180.220)shall not be made to parties listed on the government-wide exclusions in the System for Award Management(SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189)and 12689 (3 CFR part 1989 Comp., p. 235), "Debarment and Suspension."SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. 25.0 CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT Vendor shall comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act(42 U.S.C. 7401-7671q)and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency(EPA). 26.0 BYRD ANTI-LOBBYING AMENDMENT(31 U.S.C. 1352) Vendor shall comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act(42 U.S.C. 7401-7671q)and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency(EPA). 26.1 Firms that apply or bid for an award exceeding $100,000.00 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any 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 Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. 26.2 Bidders shall provide proof of Byrd Anti-Lobbying Amendment certification filings with their bid, if the bid exceeds$100,000.00. 27.0 PROHBITION ON BOYCOTTING ENERGY COMPANIES Vendor acknowledges that in accordance with Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, §2, the City is prohibited from entering into a contract for goods or services that has a value of$100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 16 of 34 the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 28.0 PROHIBITION ON DISCRIMINATION AGAINST FIREARM AND AMMUNITION INDUSTRIES Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1, the City is prohibited from entering into a contract for goods or services that has a value of$100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2)will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2)will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 17 of 34 PART-2 DETAILED SCOPE OF SERVICES/SPECIFICATIONS 1.0 SCOPE 1.1 The City of Fort Worth (City)seeks bids to finalize annual agreements with multiple vendors for repair services for City-owned Light and Heavy Duty vehicles, lawn, and marine equipment and to establish an Annual Agreement to provide Original Equipment Manufacturer(OEM)Authorized Service and Independent Service Facilities Agreement for the Property Management Department (PMD)as specified in this Invitation to Bid (ITB.) 1.2 The successful bidder(s), known hereafter as"Contractors"/"Contractors,"will be responsible for perform Light and Heavy Duty vehicle repairs and services for approximately 3,000 on road and 1,600 of-road vehicles and equipment. 1.3 The Term of the agreement shall begin on the date stated in the contract("Effective Date)and shall expire one year from the effective date, unless terminated earlier in accordance with the provisions of this Agreement. This agreement may be renewed under the same terms and conditions for four(4)additional one-year periods, unless the Contractor provides the other party with notice of non-renewal at least 60 days before the expiration of the initial term or renewal period. 1.4 The Property Management Department(PMD)shall utilize this Agreement for service, repair, maintain and purchase of parts for a variety of Light and Heavy Duty vehicles, lawn, and marine equipment and for a variety of manufacturers in the City fleet on an as needed basis. 1.5 Following the award additional services of the same general category that could have been encompassed in the award of this Agreement, and that are not already on the Agreement, may be added based on the discount bid and price sheet provided with the bid. 1.6 Unit prices shall include all costs associated with the specified work, including but not limited to handling, delivery, fuel charges, fees and certifications fees. No additional charges will be accepted or paid by the City. 1.7 All items supplied resulting from this bid shall be of recent production, unused, and suitable for their intended purpose. 1.8 The submission of a bid by the bidder shall be considered evidence of compliance with these requirements. 2.0 TENTATIVE SCHEDULE OF EVENTS TASK DATE ITB Release Date Aril 27, 2022 Pre-Bid Conference May 4, 2022 at 10:30 AM Deadline for Questions May 11, 2022 at 5PM (Local Time Answers Posted May 16, 2022 ITB Responses Due Date AT 1:30 p.m. (Local May 26, 2022 Time ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 18 of 34 Recommended Vendor Selection June 2022 Mayor and Council Consideration June 2022 Contract Execution July 2022 3.0 CHANGE IN COMPANY NAME OR OWNERSHIP-The Vendor shall notify the City's Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records. The president of the company or authorized official must sign the letter. A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of director's resolution approving the action, or an executed merger or acquisition agreement. Failure to do so may adversely impact future invoice payments. 4.0 METHOD OF AWARD 4.1 Bids will first be evaluated based upon bids received from a responsible bidder that presents the best value to the City.A responsible bidder is defined as a bidder that submits a completed bid package within the stated deadline and in accordance with the bid specifications. 4.2 Bids that do not receive 50% or more of the total available points, excluding the points for price, will be deemed non-responsive. 4.3 The following criteria will be used to determine the best value: 4.3.1 Cost of service—up to 50 points. 4.3.2 Contractor's qualification and certification, per section 5.0—up to 20 points. 4.3.3 Availability of resources to perform services using the most up to date and appropriate methods available for said work under industry per section 6.0—up to 15 points. 4.3.4 Experience working with government/similar size organization—up to 15 points. 4.4 In order for the City to receive adequate coverage on its requirements as specified in the solicitation, the City reserves the right to make multiple awards. 4.5 The City reserves the right to accept or reject in whole or in part any or all bids received and to make an award on the basis of individual item, combination of items, or overall bid, as it is deemed in the best interest of the City. The City also reserves the right to reject the bid of a bidder who has previously failed to perform properly or complete on time agreements of a similar nature. 4.6 The City reserves and shall be free to exercise the right to evaluate bid in relation to performance record of bidder with the City itself, another municipal corporation of like size, or private corporations during the past two-year period. Such precautions are deemed to be in the public interest inasmuch as Vendor failure or inability to furnish items within the prescribed time can create emergency situations and impose unnecessary hardship on both the City as a municipal corporation and the public at large. 4.7 The evaluation factors listed above will be applied in a comparative manner to all eligible, responsive bids.Award may be made without discussion with Bidders after bids are received. Bids should, therefore, be submitted on the most favorable terms. 4.8 Consideration of Location of Bidder's Principal Place of Business, Attachment B, if applicable; ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 19 of 34 4.8.1 If Attachment B. Local Preference is completed by any bidder the City will review the Attachment to determine whether local preference will apply to the award. 4.9 The City also reserves the right to reject the bid of a bidder who has previously failed to perform properly or complete on time agreements of a similar nature. 5.0 CONTRACTOR REQUIREMENTS IN ORDER FOR THE BID TO BE EVALUATED 5.1 The Contractor shall: 5.1.1 Have a minimum of 2 (two)years of experience conducting services similar or related to the Scope of Services. 5.1.2 Have and operate a full-time, permanent business address with the ability to be reached by email and telephone. 5.1.3 Documentation and certifications necessary to perform work on City vehicles and equipment. This includes all certifications, such as the National Institute for Automotive Service Excellence (ASE)or Manufacturer required training, which qualifies the vendor to perform said work. 6.0 CONTRACTOR RESPONSIBILTIES 6.1 Contractors shall provide pricing on parts and labor for the services and a list of brands provided on the attached Bid Solicitation pages of this ITB. 6.2 Contractor shall provide unit prices for listed items. Unit prices shall include all associated costs unless specified in Proposals Solicitation Page, not limited to delivery, fuel and handling charges. No additional charges will be accepted or paid by the City. 6.2.1 The City will ensure that vehicles will have a minimum of a quarter(1/4) tank of fuel when dropped off for service. 6.3 Contractors may charge an hourly non-warranty labor rate per service, a cost plus (+)for parts, a diagnostic fee (detailed out), and any applicable transportation fees, if any. There are no guarantees the City will accept or held financially or liable for costs outside of labor and materials/ parts if the submitted pricing is deemed excessive by the evaluation panel. 6.4 Contractors shall furnish provide documentation on their personnel authorized to perform work on City vehicles and equipment. This includes all certifications, such as the National Institute for Automotive Service Excellence (ASE)or Manufacturer required training, which qualifies the vendor to perform said work.All licenses, permits, insurance and any other documentation that is required by local, state and/or federal agencies are to be maintained during the term of this contract. 6.5 Contractors shall be authorized to diagnose, repair and service vehicles and equipment for the City of Fort Worth's(the"City") Light and Heavy Duty fleet. 6.6 Contractors shall perform work using the most up to date and appropriate methods available for said work under industry standards. This includes, but is not limited to, all suitable repair equipment and parts to insure the satisfactory execution of any repair or installation. 6.7 Contractors shall respond and supply requested materials or services required during regular business hours within the response time(DELIVERY)from receipt of request in the proposals solicitation page or less including shipment by mutual agreement form the time original request is made. ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 20 of 34 6.8 Contractors shall provide the City priority service, as many City vehicles are utilized for public safety and emergency response. Expeditious turn-around is critical to City operations.Additional fees for priority services are prohibited. 7.0 HOURS 7.1 Contractors shall respond to a work order within 24 hours of notification. 7.2 Contractors shall deliver completed vehicles to the Fleet Service Center, Monday through Friday between 7:30 a.m.—9:30 p.m. unless expressly authorized by the Fleet Service Center Supervisor(s)or their designee.Any deviation from this timeframe shall require written approval from the Fleet Service Center Supervisor(s)or their designee. 8.0 AFTER HOURS 8.1 After hours shall be considered from Friday at 9:31 pm through Monday at 6:59 am, holidays and weekends. 9.0 PARTS 9.1 All parts utilized in repairs, replacements or installations on City vehicles and equipment must be new unless otherwise requested by PMD Fleet personnel.Any rebuilt or remanufactured parts can be considered but must be approved in writing by City PMD Fleet personnel prior to being utilized by a vendor. 9.2 Vendor shall warranty and/or guarantee all work and products supplied under this Agreement against any defects in design, workmanship, materials and failure to operate satisfactorily. Each product shall be constructed to the highest industry standards. Products manufactured of poor workmanship will not be accepted. 9.3 The City reserves the right to supply parts as the City determines is necessary. 9.4 Vendor may charge a cost plus(+)for parts. The cost should be available for review by the City as requested. There are no guarantees the City will accept or held financially or liable for costs outside of labor and materials/parts if the submitted pricing is deemed excessive by the evaluation panel. 10.0 INVENTORY OF ASSETS 10.1 Table A- Heavy Duty assets that may need repairs and services but are not limited to, the inventory listed below: Up to 3,000 on-road and 1,600 off-road vehicles and equipment including, but not limited to: Types of Fire Trucks Fuel Trucks Heavy Duty Dump Trucks Water Tankers Vehicles and Heavy-Duty Trailers Container Trucks Equipment Bucket Trucks Sewer Equipment Off Road Equipment Transfer Trucks *And other vehicles and Motor Homes equipment Over one (1)ton in GVW ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 21 of 34 Heavy Duty Allison E-One Metro Terex Vehicles and Altec Ford Mitsubishi Texas Steer Equipment Artic Cat Freightliner Muncie Toyota Manufacturers Aquatech Honda National Tracker Bendix Hyundai Crane Twister Big Tex International New Vac-Con BMW Interstate Holland Vactor Champion Trailers Nissan Verneer Chevy Isuzu Onan Versalift Cummins JCB Generators Volvo Custom- Chris Jeep Peterbilt WABCO Trim JLG Pierce— Wacker Custom- John Deere— Fire Whelen Lawhon Green (AG) Apparatus Yamaha Custom- Kawaski Pioneer Zodiac Tommy Gate Kenworth Pipehunter/ Custom- Kobelco Jeteye *And other Youngs KTM Progard related Delta Rigging Kubota ROM Corp manufacturers Detroit Mack Rosenbauer vehicles and Dodge M&D Spartan equipment Doosan Mazda Spitzlift Over one(1) Duetz Mercedes/ Sterling ton in GVW Eaton Sprinter Tennant Meritor 10.2 Table B- Light Duty assets that may need repairs and services but are not limited to, the inventory listed below: Types of Acura Lexus Heavy Light Dodge Sprinter Vehicles and Jeep VIP Equipment Ram Tracker Lincoln Zodiac Buick Cadillac *And other vehicles and Chevrolet equipment Under one(1)ton in Infiniti GVW Light Duty BMW Kia Marine Kubota Vehicles and Mercedes Nissan Caddo Scag Equipment Stellantis Rivian Manufacturing Husqvarna Manufacturers (Chrysler) Subaru Bertram Toro Ford Toyota Boston Whaler Cub Cadet Lincoln Volkswagen Chaparral Jacobsen GMC Volvo Yamaha Snapper Honda Freightliner Zodiac Nautic Hyundai Zodiac John Deere *And other White River (yellow iron) related manufacturers equipment Under one (1) ton in GVW ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 22 of 34 11.0 ESTIMATES 11.1 Vendor shall be required to provide written or electronically produced estimates to PMD Fleet personnel before the start of any work. The estimates must be emailed to the PMD Fleet employee(s)and/or PMD Fleet facility location who requested the services to be completed. 11.2 Estimates shall be approved and authorized by PMD Fleet personnel in writing via email prior to work being performed. Verbal approvals should not be considered. 11.2.1 Fleet shall create necessary work order for tracking. 11.2.2 Vendor shall be notified, via email, of repairs needed and/or 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. 11.2.4 Warranty and billable repairs shall be on separate estimate(s)and invoicing in ALL cases. 11.2.5 Fleet shall document the approval and shall update the work order detailing all communications and repairs with denial or approval information. 11.2.6 PMD Fleet shall issue a purchase order for billable repairs via email. Repairs are NOT to be performed until a purchase order has been issued in writing from PMD Fleet Division. This ensures proper tracking and documentation are in place for the Vendor and the City. 11.3 Final submitted invoices submitted to the City for work performed should always match the final estimate received by the City.All revised estimates must be approved in writing prior to billing. 11.4 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 All estimates provided by vendors will be quoted on a 'time and materials' basis, adherence to the agreed upon contract rate(s)and itemized to illustrate the cost of each of the following, if applicable to the service or work performed: 11.5.1 Estimates shall include number of and cost of part(s)to be installed. 11.5.2 Estimates shall include cost of labor to perform repair and/or installation; itemized by number of labor hours per labor line. 11.5.3 Estimates shall include itemized inspection/diagnostic fees. 11.5.4 Transportation fees, if any, for pick-up or delivery. 11.5.5 Miscellaneous shop fees will not be allowed. This should be considered when bidding applicable costs in the other time and materials categories. 11.5.6 Travel charges for mobile services can be considered and should be itemized. Standard flat fee will not be considered. 11.6 Fleet shall create necessary work orders for tracking. 11.7 Contractor shall be notified, via email, of repairs needed and/or diagnosis from PMD Fleet. 11.8 All estimates provided by Vendors will be quoted on a'time and parts' basis, adherence to the agreed upon contract rates and itemized to illustrate the cost of each of the following, if applicable to the service or work performed: cost of part(s)to be installed, cost of labor to perform repair ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 23 of 34 and/or installation, inspection, diagnostic fees; itemized by labor hours except when estimated as a turnkey project/job. 11.9 Vendor shall identify the repair direction and shall email an estimate with specific details of the repairs needed regardless of warranty or non-warranty. 11.10 Warranty and billable repairs shall be on separate estimate(s)/invoicing in ALL cases. 11.11 PMD Fleet shall document the approval and shall update the work order detailing all communications and repairs with denial or approval information. 11.12 PMD Fleet shall issue a purchase order for billable repairs via email. Repairs with a cost associated to the City are NOT to be performed until a purchase order has been issued in writing from PMD Fleet. This ensures proper tracking and documentation are in place for the Vendor and the City. 11.13 Vendors shall send confirmation and a cost estimate to the Fleet Service Center Supervisor(s)or designee within 24 hours of receiving a list of equipment for inspection and testing. 11.14 Fleet Service Center Supervisors or designee will provide written authorization to proceed with the inspection and testing after evaluating the estimate. Vendors are not authorized to proceed with inspection, testing based on verbal authorizations and assumes all liability and responsibility for inspection, and testing performed based on such verbal authorizations. 11.15 Vendors will be required to provide written estimates to Fleet Service Center Supervisors or designee personnel before the start of any work. The estimates may be emailed to the Fleet Service Center Supervisors or designee who requested the services to be completed. 11.16 Estimates must be approved and authorized by City Fleet Service Center Supervisors or designee personnel in writing (email, fax or written) prior to work being performed. Original invoices submitted to the City for work performed cannot be greater than initial estimate provided unless approved by Fleet Service Center Supervisors or designee in writing. 11.16 If during the course of the originally estimated repairs, it is noted that further repairs will be needed, a revised estimate must be prepared by Vendors for the additional work. 11.17 Estimates provided by vendors shall state 'Warranty Service' if City vehicles or equipment will be serviced for warranty work. 12.0 INVOICING REQUIREMENTS 12.1 The City of Fort Worth has begun implementing an automated invoicing system. 12.2 The Contractor shall send invoices electronically to our centralized Accounts Payable department invoice email address: suoolierinvoices(@fortworthtexas.gov. This email address is not monitored so please do not send correspondence to this email address. The sole purpose of the supplier invoices email address is to receipt and process supplier invoices. 12.3 Please include the following on the subject line of your e-mail: vendor name, invoice number, and PO number, separated by an underscore (ex: Example, Inc._123456_FW013-0000001234) 12.4 To ensure the system can successfully process your invoice in an expedient manner, please adhere to the following requirements: • All invoices must be either a PDF or TIFF format. • Image quality must be at least 300 DPI (dots per inch). • Invoices must be sent as an attachment(i.e. no invoice in the body of the email). ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 24 of 34 • One invoice per attachment (includes PDFs). Multiple attachments per email is acceptable but each invoice must be a separate attachment. • Please do not send handwritten invoices or invoices that contain handwritten notes. • Dot matrix invoice format is not accepted. • The invoice must contain the following information: • Supplier Name and Address; • Remit to Supplier Name and Address, if different; • Applicable City Department business unit#(i.e. FW013) • Complete City of Fort Worth PO number (i.e. the PO number must contain all preceding zeros); • Invoice number; • Invoice date; and 12.5 Invoices should be submitted after delivery of the goods or services. 12.6 To prevent invoice processing delays, please do not send invoices by mail and email and please do not send the same invoice more than once by email to sugglierinvoices(@-fortworthtexas.gov. To check on the status of an invoice, please contact the City Department ordering the goods/services or the Central Accounts Payable Department by email at: ZZ FIN AccountsPayable(d-)fortworthtexas.gov. 12.7 If you are unable to send your invoice as outlined above at this time, please send your invoice to our centralized Accounts Payable department instead of directly to the individual city department. This will allow the city staff to digitize the invoice for faster processing. 12.8 If electronic invoicing is not possible, you may send your paper invoice to: City of Fort Worth Attn: FMS Central Accounts Payable 200 Texas Street Fort Worth, Texas, 76102 12.9 The City's goal is to receive 100% of invoices electronically so that all supplier payments are processed efficiently. To achieve this goal, we need the Contractor's support. 12.10 If Contractor has any questions, please contact the Accounts Payable team at (817) 392-2451 or by email to ZZ FIN AccountsPayableO)fortworthtexas.gov. 12.11 Contractor shall not include Federal, State of City sales tax in its invoices. City shall furnish a tax exemption certificate upon Vendor's request. 13.0 HAZARDOUS CONDITIONS The Vendor is required to notify the City immediately of any hazardous conditions and/or damage to City property. 14.0 UNIT PRICE ADJUSTMENT 14.1 The unit prices may be adjusted for increases or decreases in Vendor's cost during the renewal period but before the effective date of the renewal upon written request from the Vendor. 14.2 The Vendor must submit its price adjustment request, in writing, at least 60 days before the renewal effective period. The Vendor shall provide written proof of cost increases with price adjustment request. 14.3 If the City concludes that the rate increase being requested is exorbitant, the City reserves the right to adjust the rate request, or reject the rate request in its entirety and allow the contract to ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 25 of 34 expire at the end of the contract term. If the City elects not to exercise the renewal option, the Purchasing Division will issue a new solicitation. 14.4 Prices bid shall remain firm for each one-year term of the Agreement and shall include all associated freight and delivery costs. 14.5 Prices offered shall be used for bid analysis and for Agreement pricing. In cases of errors in extensions or totals, the unit prices offered will govern. 14.6 Upon expiration of the Agreement term the successful bidder, agrees to hold over under the terms and conditions of this Agreement for a reasonable period of time to allow the city to re-bid an agreement, not to exceed ninety(90)days. Vendor will be reimbursed for this service at the prior agreement rate(s). Vendor shall remain obligated to the City under all clauses of this Agreement that expressly or by their nature extends beyond and survives the expiration or termination of this Agreement. 14.7 Goods and/or services shall not be suspended by the Vendor without a 30 day prior written notice to the City. 15.0 LAWS, REGULATIONS, AND ORDINANCES The Vendor shall be responsible for meeting all Federal: laws, ordinances and regulations; State: laws, ordinance and regulations; County: laws, ordinances and regulations; and City: laws, ordinances, and regulations for safety of people, environment, and property. This includes, but is not limited to, all Federal, State, County, and City Agencies,Administrations and Commissions such as the Environmental Protection Agency(EPA), Occupational Safety and Health Administration (OSHA), and the Texas Commission on Environmental Quality(TCEQ). In the event any law, regulation or ordinance becomes effective after the start of this Agreement, the Vendor is required to comply with new policy. Any mandates requiring the City to comply with new guidelines will also require the Vendor to comply. 16.0 PERFORMANCE Failure of the City to insist in any one or more instances upon performance of any of the terms and conditions of this Agreement shall not be construed as a waiver or relinquishment of the future performance of any terms and conditions, but the Vendor's obligation with respect to such performance shall continue in full force and effect. 17.0 COMPLAINTS 17.1 Complaints processed through the City Purchasing Division are to be corrected within fourteen (14)days of formal notice of complaint. Written response to the Purchasing Division is required. 17.2 Failure to properly resolve complaints within the fourteen (14)calendar day time period may result in the cancellation of the applicable line item(s) in the price agreement. 18.0 SUBCONTRACTING No subcontracting of the work under this purchase will be allowed without written permission from the City. 19.0 CONTRACT ADMINISTRATION 19.1 Contract administration will be performed by the City Department. In the event the Vendor fails to perform according to the terms of the agreement, The Department head or his/her designee will notify the Vendor, in writing, of its failures.A meeting may be arranged to discuss the Vendor's deficiencies. A written cure notice may be prepared giving the Vendor 14 calendar days to cure any deficiency. ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 26 of 34 19.2 In the event the Vendor continues with unsatisfactory performance, the department will promptly notify the Purchasing Manager who will take appropriate action to cure the performance problem(s), which could include cancellation, termination for convenience or default. If the agreement is terminated for default, the Vendor may be held liable for excess cost. 19.3 The Vendor will be paid only those sums due and owing under the agreement for services satisfactorily rendered. 19.4 The City reserves the right to terminate this agreement, or any part hereof, for its sole convenience. In the event of such termination, the Vendor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subVendors to cease work. Subject to the terms of this agreement, the Vendor shall be paid a percentage of the agreement price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Vendor can demonstrate to the satisfaction of the City using its standard record keeping system, have resulted from the termination. However, in no event shall the total of all amounts paid to the Vendor exceed the agreement price. The Vendor shall not be reimbursed for any profits which may have been anticipated, but which have not been earned up to the date of termination. ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 27 of 34 ATTACHMENT -A CONFLICT OF INTEREST DISCLOSURE REQUIREMENT Pursuant to Chapter 176 of the Local Government Code, any person or agent of a person who contracts or seeks to contract for the sale or purchase of property, goods, or services with a local governmental entity(i.e. The City of Fort Worth) must disclose in the Questionnaire Form CIQ ("Questionnaire")the person's affiliation or business relationship that might cause a conflict of interest with the local governmental entity. By law, the Questionnaire must be filed with the Fort Worth City Secretary no later than seven 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 potential Agreement with the City. Updated Questionnaires must be filed in conformance with Chapter 176. A copy of the Questionnaire Form CIQ is enclosed with the submittal documents. The form is also available at http://www.ethics.state.tx.us/forms/CIQ.Pdf. If you have any questions about compliance, please consult your own legal counsel. Compliance is the individual responsibility of each person or agent of a person who is subject to the filing requirement. An offense under Chapter 176 is a Class C misdemeanor. NOTE: If you are not aware of a Conflict of Interest in any business relationship that you might have with the City, state Vendor name in the # 1, use N/A in each of the areas on the form. However, a signature is required in the#4 box in all cases. ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 28 of 34 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICEUSEONLY This questionnaire is being filed in accordance with Chapter 176,Local Government Code,by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a)with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006,Local Government Code.An offense under this section is a misdemeanor. jJ Name of vendor who has a business relationship with local governmental entity. JL Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information is being disclosed. Name of Officer AJ Describe each employment or other business relationship with the local government officer,or a family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? Yes F-1 No B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes E7 No 5 Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director,or holds an ownership interest of one percent or more. 6 ElCheck this box if the vendor has given the local government officer or afamily member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). 7 Signature of vendor doing business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021 ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 29 of 34 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity Acomplete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form. Local Government Code§176.001(1-a):"Business relationship"means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an agency of a federal,state,or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public;or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by,and reporting to,that agency. Local Government Code§176.003(a)(2)(A)and(B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than$100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code§176.006(a)and(a-1) (a) Avendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity,or a family member of the officer,described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity,or a family member of the officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any gift described by Section 176.003(a-1);or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the data that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity; or (B) submits to the local governmental entity an application,response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity;or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer,described by Subsection (a); (B) that the vendor has given one or more gifts described by Subsection(a);or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021 ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 30 of 34 ATTACHMENT—B CONSIDERATION OF LOCATION OF BIDDER'S PRINCIPAL PLACE OF BUSINESS Section 2-14 of the Fort Worth Code of Ordinances authorizes the City Council, when considering competitive sealed bids, to enter into a contract for certain purchases with a bidder whose principal place of business is in the corporate limits of the City of Fort Worth and whose bid is within 3 or 5 percent of the lowest bid, depending on the value of the request and goods or services requested, if the lowest bid is from a business outside the municipality and contracting with the local bidder would provide the best combination of price and other economic benefits to the municipality. Requests to be considered a local business must be submitted on this form with bid packages to be considered by the City of Fort Worth. Questions should be addressed to the Purchasing staff listed in the bid or request package. The Fort Worth City Council requires the following information for consideration of location of a bidder's principal place of business. Add additional sheets if needed to provide this information. 1. Locational Eligibility: Principal Place of Business in Fort Worth, Texas. a. Do you have a Fort Worth office? If yes, identify address: b. What percentage of estimated gross company sales (worldwide) are sales originating in Fort Worth? "Originating in Fort Worth" shall mean payable at the Fort Worth office. [must exceed 50%] 2. Economic Development opportunities resulting from contract. a. Number of Fort Worth resident-employees? b. Amount of City of Fort Worth ad valorem taxes (real and business personal property) paid by company(for prior tax year— Fort Worth office or former location, if Fort Worth office is newly- established)? Certification of information: The undersigned does hereby affirm that the information supplied is true and correct as of the date hereof, under penalty of perjury. (Company Name) (Date) (Signature) (Printed Name and Title) ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 31 of 34 ATTACHMENT—C BIDDER'S CONTACT INFORMATION Bidder's Name: Bidder's Local Address: Phone: Fax: Email: Name of person assigned specifically for this Agreement: Name/Title Phone: Fax: Email: Name of persons for renewal information and/or billing questions: Name/Title Phone: Fax: Email: Name/Title Phone: Fax: Email: Signature Printed Name Date ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 32 of 34 ATTACHMENT-D BIDDER'S QUALIFICATION QUESTIONNAIRE 1. Has the Vendor ever defaulted on a Contract? ❑ Yes ❑ No 2. Number of years in business under current company name: Years. Please note, it is required to have a minimum of 2 years, otherwise, your submission will be deemed as non- responsive. a. List any former names your organization has operated under and the timeframe: 3. Is your company able to fulfill the response time listed in section 6.0 if not, why? Please note, that it is required to have a minimum 24 hours response time. For the remainder of minimum requirements, please refer to section 11.13 4. Is the Contractor able to provide certifications for their personnel, such as the National Institute for Automotive Service Excellence (ASE) or Manufacturer required training, which qualifies the Contractor to perform necessary for this ITB? Please note, we do require you to have an Original Equipment Manufacturer's (OEM) documentation. If you are unable to provide this document, your submission will be deemed as non-responsive. In order to be considered, you must be qualified. ❑ Yes ❑ No 5. What types of repairs from the item list can you perform? Please provide a list. If you are unable to provide a repair, please state which one and why. 6. How many people will be on the service team to complete the requests and fulfil our needs? 7. Does the contractor have the ability to ramp up qualified personnel, resources and equipment to meet the growing needs of the City? If not, why? 8. Please provide a detailed explanation of the methodology your firm will use approach to completing repairs. (i.e. what is your process from the receipt of Purchase Order all the way to completion). Also, please include descriptive details about how you will communicate, how will you handle set-backs, what is your process for completing the work on time, if you discover there will be a delay in service, how will you overcome this? 9. Does the service team hold any special certifications that further qualify you to perform the requirements of this ITB. . If Yes, please list and provide copies of these certifications. 10. Please provide your work history performing these same services for other Cities or governmental entities of the same size. (Attach Separate Sheet) ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 33 of 34 ATTACHMENT E DRAFT SERVICE AGREEMENT Draft Service Agreement is attached a separate document. ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 34 of 34 EXHIBIT D VENDOR'S BID RESPONSE TO CITY'S RFP No.22-0122 (Vendor's Bid Response to City's RFP No. 22-0122,Pages follow) Vendor Services Agreement Lone Star Auto Sound and Security Page 19 of 20 COVER PAGE :vent ID JPage Invited: EVENT DETAILS ;FW01-22-0122 =vent Round Version Submit To: City of Fort Worth 1 vent Name FINANCIAL MANAGEMENT SERVICES = FINANCE-Purchasing :TB ADDITIONAL LIGHT AND HEAVY VEHICLES & EQUIPMENT SVS 200 Texas St. (Lower Level, South) Mart Time Finish Time Fort Worth TX 76102 )4 27 2022 oa:oo:oo CDT 05 1S 2022 13:30:00 CDT United States Email: FMSPurchasingResponses@fortworthtexas.gov vent Description ie City of Fort Worth seeks bids to finalize an annual agreement for Additional Light and Heavy Duty chicle and Equipment Services for the Property Management Department on an as needed basis. ubmission Requirements and Deadlines All companies/individuals wishing to do business with the City of Fort Worth must register as a Bidder on the PeopleSoft Supplier Portal.Please visit https://www.fortworthtexas.gov/departments/finance/purchasing/register for more information. Assigned Buyer: LaKita Slack-Johnson A pre-bid conference will be held at 10:30 AM,Wednesday, May 4,2022 at City Hall,200 Texas Street, Fort Worth,Texas 76102(3rd Floor, Room 376)and via WebEx. Join from the meeting link:https://fortworthtexas.webex.com/fortworthtexas/j.ph p?MTI D=m9890322218d3l 9292069730adO46429e Meeting number(access code):2556 164 0462 Meeting password:vTt4339KnpF Mobile device(attendees only)+1-469-210-7159„25561640462## Video System or Application:25561640462@fortworthtexas.webex.com Bids are solicited for fumishing the merchandise, supplies, services and/or equipment as set forth in this solicitation. Completed Bids including one executed original and one USB flash drive containing electronic versions of all bid documents must be received in the Purchasing Division by 1:30 P.M., May 19, 2022,and then publicly opened and read aloud at 2:00 P.M. in the Council Chambers. Bids must be submitted in a sealed envelope WITH THE BID NUMBER WRITTEN ON THE OUTSIDE OF THE ENVELOPE, addressed to the Purchasing Manager.YOUR BID MUST BE RECEIVED BY THE PURCHASING OFFICE AND TIME STAMPED PRIOR TO THE 1:30 DEADLINE IN ORDER TO BE CONSIDERED. Bids shall be mailed or hand delivered to the following address: City of Fort Worth, Purchasing Division, City Hall,200 Texas Street, Fort Worth,Texas 76102 Bids delivered by special courier(i.e. Federal Express,Special Delivery etc.)are to be marked on the outside of the courier's shipping envelope"BID No. 22-0122 Light and Heavy Duty Vehicle and Equipment Services"AND MUST BE RECEIVED BY THE PURCHASING OFFICE AND TIME STAMPED PRIOR TO THE 1:30 DEADLINE IN ORDER TO BE CONSIDERED. Late bids will be returned or destroyed;they will not 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,amended or withdrawn after the official opening.The undersigned agrees, if the bid is accepted,to furnish any and all items upon which prices are offered, at the price(s)and upon the terms, conditions and scope/specifications contained in this document.The period for acceptance of this bid will be 120 calendar days after the bid opening date. Cover Page Bid Submission Signature Page **Bid Solicitation` Part 1 Instructions Part 2 Scope of Services/Specifications Attachment A-Conflict of Interest Disclosure Requirement** Attachment B-Consideration of Location of Bidder's Principal Place of Business**(if applicable) Attachment C-Bidder's Contact Information** Attachment D-Bidder's Qualification Questionnaire** Attachment E-Draft Services Agreement, attached as a separate document **Required to be completed and submitted. See Section 14.0, Part 1 for all required documents that need to be submitted. Failure to submit all items will be grounds for rejection of a bid as non-responsive to specifications. BID SUBMISSION SIGNATURE PAGE =vent ID Page Invited: EVENT DETAILS :FW01-22-0122 2 :vent Round Version Submit To: City of Fort Worth 1 FINANCIAL MANAGEMENT SERVICES :vent Name FINANCE-Purchasing -TE ADDITIONAL LIGHT AND HEAVY VEHICLES & EQUIPMENT SVS 200 Texas St. (Lower Level, South) >tart Time Finish Time Fort Worth TX 76102 )4 27 2022 08:00:00 CDT 05 19/2022 13:30:00 CDT United States Email: FMSPurchasingResponses@fortworthtexas.gov The undersigned, by his/her signature, represents that he/she is submitting a binding offer and is authorized to bind the respondent to fully comply with the solicitation document contained herein. The Respondent, by submitting and signing below,acknowledges that he/she has received and read the entire document packet sections defined above including all documents incorporated by reference,and agrees to be bound by the terms therein.Company Name: / N� S la J— A Z dr r ,� ��Ccli-, f� Company Address//:{� �b ffZ Ti( 6r0;.ulef �,Q, `✓/2 City, State,Zip: (.� CCL�/fy / 7r!L�J3�G Vendor Registration No. / Printed Name of Officer or Authorized Representative: ��/ `1""19 5 Title: a)mer Signature of Officer or Authorized Representativ Date: JJ?i--� Email Address:_ C�711 :5 4 5'S Gl G L'c 7z'1 Phone Number: S-.,/17"/5('9�`9:3a 0 Federal ID(FID)Number: Will agreement be available for Cooperative Agreement us r- Yesqo(See Section 22, Part 1) ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 1 of 34 BID SOLICITATION =vent ID Page Invited: EVENT DETAILS 'FW01-22-0122 3 -vent Round Version Submit To: City of Fort Worth 1 FINANCIAL MANAGEMENT SERVICES °vent Name FINANCE-Purchasing :TE ADDITIONAL LIGHT AND HEAVY VEHICLES & EQUIPMENT SVS 200 Texas St. (Lower Level, South) ;tart Time Finish Time Fort Worth TX 76102 )4 27 2022 08:00:00 CDT 05 19 2022 13:30:00 CDT United States Email: FMSPurchasingResponses@fortworthtexas.gov Line: 1 Description: ON Unit UnitPrice Total Diagnostic/Evaluation Fee, Heavy Duty 1000.00 EA Line: 2 Description: Qtv Unit UnitPrice Total Shop Rate,Mon-Fri 7:00 am-9:30 pm, Heavy 4000.00 HR Duty Line: 3 Description: Qtv Unit UnitPrice Total Field Rate,Mon-Fri 7:00 am-9:30 pm,Heavy 4000.00 HR Duty Line: 4 Description: Qtv Unit UnitPrice Total Shop Labor Rate,After Hours(Friday from 2000.00 HR 9:31 pm through Monday at 6:59 am),Holidays, Weekends, Heavy Duty Line: 5 Description: ON Unit UnitPrice Total Transportation Fee(Pick-up&Delivery 200.00 EA Inclusive)If applicable, Round Trip, Heavy Duty Line: 6 Description: Drvetrain and Transmission Repairs Oty Unit UnitPrice Total Drivetrain(Clutch Assembly,Flywheel,etc) 1000.00 HR Non-Warranty hourly labor rate(1 Ton&Over; Including Specialty&Off-Road Equipment), Heavy Duty Line: 7 Description: Transmission(Main,Transfer Case,Chainand Qtv Unit UnitPrice Total Final Drives)Non-Warranty hourly labor rate 1000.00 HR (1 Ton&Over;Including Specialty&Off-Road Equipment),Heavy Duty ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 2 of 34 BID SOLICITATION -vent ID Page Invited: EVENT DETAILS :FW01-22-0122 4 -vent Round Version Submit To: City of Fort Worth 1 FINANCIAL MANAGEMENT SERVICES =vent Name FINANCE-Purchasing -TE ADDITIONAL LIGHT AND HEAVY VEHICLES & EQUIPMENT SVS 200 Texas St. (Lower Level, South) hart Time Finish Time Fort Worth TX 76102 )4 27 2022 08:00:00 CDT O5 19 2022 13:30:00 CDT United States Email: FMSPurchasingResponses@fortworthtexas.gov Line: 8 Description: ON Unit UnitPrice Total Engine Repairs Engine Analysis Non-Warranty 1000.00 HR hourly labor rate(1 Ton&Over;Including Specialty&Off-Road Equipment),Heavy Duty Line: 9 Description: Qtv Unit UnitPrice Total Electrical(Alternator/Generator,Battery, Ignition,Lights,etc)Non-Warranty Labor 900.00 HR rate(1 Ton&Over;Including Specialty& Off-Road Equipment),Heavy Duty Line: 10 Description: Qtv Unit UnitPrice Total Power Plant(Engine,Belts,Heads, Intake, Rebuilding,etc.)Non-Warranty hourly labor 800.00 HR rate(1 Ton&Over; Including Specialty& Off-Road Equipment), Heavy Duty Line: 11 Description: Qtv Unit UnitPrice Total Exhaust and Emissions Repairs to include DPF and SCR Cleaning-Exhaust System Maintenance and Repair Non-Warranty hourly labor rate(1 800.00 HR Ton&Over;Including Specialty&Off-Road Equipment),Heavy Duty Line: 12 Description: Qtv Unit UnitPrice Total Fuel System Maintenance and Repair 600.00 HR Non-Warranty Labor Rate(1 Ton&Over; Including Specialty&Off-Road Equipment), Heavy Duty Line: 13 Description: Qty Unit UnitPrice Total General Vehicle Repair(Spring,Misc.) Automobile and Other Passenger Vehicles Maintenance(Not Otherwise Classified) 2000.00 HR Non-Warranty hourly labor Rate(1 Ton&Over; Including Specialty&Off-Road Equipment), Heavy Duty Line: 14 Description: Qtv Unit UnitPrice Total Customizing Services,Vehicle(Including Armoring of Vehicles,Handicapped and Van Conversions,etc)Non-Warranty hourly labor 200.00 HR rate(1 Ton&Over;Including Specialty& Off-Road Equipment)-,Heavy Duty ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 3 of 34 BID SOLICITATION -vent ID Page Invited: EVENT DETAILS 'FW01-22-0122 5 :vent Round Version Submit To: City of Fort Worth 1 FINANCIAL MANAGEMENT SERVICES :vent Name FINANCE-Purchasing :TB ADDITIONAL VENDORS VEHICLES & EQUIPMENT SVS 200 Texas St. (Lower Level, South) hart Time Finish Time Fort Worth TX 76102 )4 27 2022 08:00:00 CDT 05 19 2022 13:30:00 CDT United States Email: FMSPurchasingResponses@fortworthtexas.gov Line: 15 Description: Qty Unit UnitPrice Total General Maintenance and Repair,Vehicle(Not Otherwise Classified)to include Oil Changes, 2000.00 HR Lubrication,etc(1 Ton&Over;Including Specialty&Off-Road Equipment),Heavy Duty Line: 16 Description: Qty Unit UnitPrice Total Automotive Machine Shop Services Non-Warranty 400.00 HR Labor Rate(1 Ton&Over;Including Specialty &Off-Road Equipment),Heavy Duty Line: 17 Description: ON Unit UnitPrice Total Trailer Maintenance and Repair(Not Otherwise Classified)Non-Warranty Labor Rate(1 Ton& 700.00 HR Over;Including Specialty&Off-Road Equipment),Heavy Duty Line: 18 Description: ON Unit UnitPrice Total Truck and Van Maintenance and Repair(Not Otherwise Classified)Non-Warranty Labor rate 1500.00 HR (1 Ton&Over,Including Specialty&Off-Road Equipment),Heavy Duty Line: 19 Description: Qty Unit UnitPrice Total Temperature Repair-A/C, Heater,Radiator, Ventilation,etc.Cooling,Heating,and Ventilating System(A/C System,Hoses,Water Pump,Radiator,Heater&Accessories, 1000.00 HR Ventilation,etc)(1 Ton&Over;Including Specialty&Off-Road Equipment), Heavy Duty Line: 20 Description: Qty Unit UnitPrice Total Vehicle Radio,Speakers,Maintenance and Repair,including specialty&Off-Road 500.00 HR Equipment Labor Rate(1 Ton&Over;Including Specialty&Off-Road Equipment), Heavy Duty V pb Line: 21 Description: Qty Unit UnitPrice Total Retrofitting Vehicles to Reduce Emissions& Improve Air Quality Flat Rate Fee(1 Ton& 700.00 HR Over;Including Specialty&Off-Road Equipment),Heavy Duty ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 4 of 34 BID SOLICITATION 'vent ID Page Invited: EVENT DETAILS ;FW01-22-0122 6 =vent Round Version Submit To: City of Fort Worth 1 FINANCIAL MANAGEMENT SERVICES :vent Name FINANCE-Purchasing :TB ADDITIONAL VENDORS VEHICLES & E UIPMENT SVS 200 Texas St. (Lower Level, South) ;tart Time Finish Time Fort Worth TX 76102 74 27 2022 08:00:00 CDT OS 19 2022 13:30:00 CDT United States Email: FMSPurchasingResponses@fortworthtexas.gov Line: 22 Description: Qtv Unit UnitPrice Total Wheel,Alignment,Suspension,Rear End,Etc. 1200.00 HR Repair Alignment and Wheel Balancing (Including Front-End Repair)Flat Rate,Heavy Duty Line: 23 Description: ON Unit UnitPrice Total Suspension(A)les,Springs,Steering,etc) 1200.00 HR flat rate fee(1 Ton&Over;Including Specialty&Off-Road Equipment),Heavy Duty Line: 24 Description: Qtv Unit UnitPrice Total Wheel Balancing Flat Fee Rate(1 Ton&Over; 1200.00 HR Including Specialty&Off-Road Equipment), Heavy Duty Line: 25 Description: Qtv Unit UnitPrice Total Wheel Maintenance and Repair Hourly Labor 400.00 HR Rate(1 Ton&Over; Including Specialty& Off-Road Equipment)-Heavy Duty Line: 26 Description: Qtv Unit UnitPrice Total Vehicle Reconditioning/Refurbishing Services Non-Warranty Hourly Labor Rate(1 Ton&Over; 1000.00 HR Including Specialty&Off-Road Equipment), Heavy Duty Line: 27 Description: Qty Unit UnitPrice Total Hose Repairs and/or Replacement(Monday- 336.00 HR Friday between 7:30 a.m.—9:30 p.m)Billed to the nearest quarter of the hour,Heavy Duty Line: 28 Description: Qty Unit UnitPrice Total Hose Repairs and/or Replacement(Billed to 336.00 HR the nearest quarter of the hour)-,Heavy Duty ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 5 of 34 _ BID SOLICITATION -vent ID Page Invited: EVENT DETAILS :FW01-22-0122 -vent Round Version Submit To: City of Fort Worth 1 FINANCIAL MANAGEMENT SERVICES :vent Name FINANCE-Purchasing :TB ADDITIONAL VENDORS VEHICLES & EQUIPMENT SVS 200 Texas St. (Lower Level, South) Aart Time Finish Time Fort Worth TX 76102 )4 27 2022 08:00:00 CDT 05 19 2022 13:30:00 CDT United States Email: FMSPurchasingResponses@fortworthtexas.gov Line: 29 Description: ON Unit UnitPrice Total Diagnostic/Evaluation Fee-Light Duty 2000.00 EA Line: 30 Description: Qty Unit UnitPrice Total Shop Rate,Mon-Fri 7am-9:30pm-Light Duty 6000.00 HR Line: 31 Description: ON Unit UnitPrice Total Hourly Field Rate,Mon-Fri 7am-9.30pm-Light 2000.00 HR Duty Line: 32 Description: Qtv Unit UnitPrice Total Shop Hourly Labor Rate,After Hours, 2950.00 HR Holidays,Weekends-Light Duty Line: 33 Description: Qtv Unit UnitPrice Total Transportation Fee(Pick-up&Delivery 1000.00 EA Inclusive)If applicable-Light Duty Line: 34 Description: Qtv Unit UnitPrice Total Texas State/Federal Inspection Fee,Light 3000.00 EA Duty Line: 35 Description: Qty Unit UnitPrice Total Omitted Line: 36 Description: Qtv Unit UnitPrice Total Washing,Waxing,Polishing,Stream Cleaning, 2000.00 EA Disinfecting,etc.Flat Rate Fee,Light Duty Line: 37 Description: Qty Unit UnitPrice Total Drvetrain and Transmission Repairs 200.00 HR Drivetrain(Clutch Assembly,Flywheel,etc) Non-Warranty Labor Rate,Light Duty ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 6 of 34 BID SOLICITATION _vent ID Page Invited: EVENT DETAILS .FW01-22-0122 8 _vent Round Version Submit To: City of Fort Worth 1 FINANCIAL MANAGEMENT SERVICES _vent Name FINANCE-Purchasing :TB ADDITIONAL VENDORS VEHICLES & EQUIPMENT SVS 200 Texas St. (Lower Level, South) start Time Finish Time ° Fort Worth TX 76102 )4 27 2022 08:00:00 CDT 05/19 2022 13:30:00 CDT United States Email: FMSPurchasingResponses@fortworthtexas.gov Line: 38 Description: ON Unit UnitPrice Total Transmission(Main,Transfer Case,Chain and 500.00 HR Final Drives)Non-Warranty Labor Rate,Light Duty Line: 39 Description: ON Unit UnitPrice Total Engine Repairs Engine Analysis Non-Warranty 1000.00 HR Labor rate,Light Duty Line: 40 Description: Qtv Unit UnitPrice Total Electrical(Alternator/Generator,Battery, 1000.00 HR Ignition, Lights,etc)Non-Warranty Labor Rate, Light Duty Line: 41 Description: Qtv Unit UnitPrice Total Power Plant(Engine, Belts,Heads, Intake, 1000.00 HR Rebuilding,etc.)Non-Warranty Labor Rate, Light Duty Line: 42 Description: Qtv Unit UnitPrice Total Exhaust and Emissions Repairs to include DPF and SCR Cleaning-Exhaust System Maintenance 900.00 HR and Repair Non-Warranty Labor Rate,Light Duty Line: 43 Description: Qtv Unit UnitPrice Total Fuel System Maintenance and Repair 800.00 HR Non-Warranty,Labor Rate, Light Duty Line: 44 Description: Qtv Unit UnitPrice Total General Vehicle Repair(Spring,Misc.) Automobile and Other Passenger Vehicles 800.00 HR Maintenance(Not Otherwise Classified) Non-Warranty Labor Rate,Light Duty Line: 45 Description: ON Unit UnitPrice Total Glass Replacement to include Windshield and 600.00 HR Door Glass,Light Duty ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 7 of 34 BID SOLICITATION :-vent ID Page Invited: EVENT DETAILS :FW01-22-0122 9 =vent Round Version Submit To: City of Fort Worth 1 FINANCIAL MANAGEMENT SERVICES :vent Name FINANCE-Purchasing :TB ADDITIONAL VENDORS VEHICLES & E UIPMENT SVS 200 Texas St. (Lower Level, South) hart Time Finish Time Fort Worth TX 76102 )4 27 2022 08:00:00 CDT Os 19/2022 13:30:00 CDT United States Email: FMSPurchasingResponses@fortworthtexas.gov Line: 46 Description: Qtv Unit UnitPrice Total Customizing Services,Vehicle(Including Armoring of Vehicles,Handicapped and Van 2000.00 HR Conversions,etc)Non-Warranty Labor Rate, Light Duty Line: 47 Description: Qtv Unit UnitPrice Total General Maintenance and Repair,Vehicle(No- 2000.00 HR Light Duty Otherwise Classified)to include Oil Changes, Lubrication,etc Line: 48 Description: Qtv Unit UnitPrice Total Automotive Machine Shop Services Non-Warranty 2000.00 HR Labor Rate, Light Duty Line: 49 Description: Qtv Unit UnitPrice Total Truck and Van Maintenance and Repair(Not 400.00 HR Otherwise Classified)Non-Warranty Labor Rate, Light Duty Line: 50 Description: Qtv Unit UnitPrice Total Temperature Repair-A/C,Heater,Radiator, Ventilation,etc.Cooling,Heating,and Ventilating System(A/C System,Hoses,Water 700.00 HR Pump,Radiator,Heater&Accessories, Ventilation,etc)-Light Duty Line: 51 Description: Qtv Unit UnitPrice Total Window Tinting Flat Rate,Fee, Light Duty 1500.00 HR d Line: 52 Description: Qtv Unit UnitPrice Total Vehicle Radio,Speakers,Maintenance and 1000.00 HR Repair,including specialty&Off-Road Equipment, Labor Rate,Light Duty Line: 53 Description: Qty Unit UnitPrice Total Retrofitting Vehicles to Reduce Emissions& 500.00 HR Improve Air Quality,Flat Rate Fee,Light Duty ITI3 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 8 of 34 FORT WORTH BID SOLICITATION -vent ID Page Invited: EVENT DETAILS 'FW01-22-0122 10 -vent Round Version Submit To: City of Fort Worth 1 FINANCIAL MANAGEMENT SERVICES =vent Name FINANCE-Purchasing :TE ADDITIONAL VENDORS VEHICLES & EQUIPMENT SVS 200 Texas St. (Lower Level, South) hart Time Finish Time Fort Worth TX 76102 )4 27 2022 08:00:00 CDT 05 19 2022 13:30:00 CDT United States Email: FMSPurchasingResponses@fortworthtexas.gov Line: 54 Description: Qty Unit UnitPrice Total Wheel,Alignment,Suspension,Rear End,Etc. Repair Alignment and Wheel Balancing 700.00 EA (Including Front-End Repair)Flat Rate Fee (Up to 3/4 ton)-Light Duty Line: 55 Description: Qty Unit UnitPrice Total Suspension(Axles,Springs,Steering,etc), 1200.00 HR Flat Rate Fee,Light Duty Line: 56 Description: Qty Unit UnitPrice Total Wheel Balancing,Flat Rate Fee,Light Duty 1200.00 EA Line: 57 Description: Qty Unit UnitPrice Total Wheel Maintenance and Repair,Flat Rate Fee, 1200.00 HR Light Duty Line: 58 Description: Qty Unit UnitPrice Total Vehicle Reconditioning/Refurbishing Services 400.00 EA Non-Warranty,Flat Rate Fee, Light Duty Total Bid Amount: OU A bid of"O"(zero)will be interpreted by the City as a no-charge(free)item and the City will not expect to pay for that item.A bid of"no bid"or no response(space left blank)will be interpreted by the City that the Offerer does not wish to bid on that item.Be advised,a"no bid"or no response may be considered as non-responsive and may result in disqualification Parts-Cost Plus(+)_percent of'Manufacturers List of the bid. Price'-for Heavy Duty Vehicles and Equipment Subcontracting,Cost+_percent of Total Sublet Invoice-for Heavy Duty Vehicles and Equipment Parts-Cost Plus_(+)percent of'Manufacturers List Price'-for Light Duty Vehicles and Equipment Subcontracting,Cost+ percent of Total Sublet Invoice-for Light Duty Vehicles and Equipment ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 9 of 34 PART-1 INSTRUCTIONS 1.0 SOLICITATION 1.1 Review of Documents: Bidders are expected to examine all documents that make up the Solicitation as well as any addendums. Bidders shall promptly notify the City of any omission, ambiguity, inconsistency or error that they may discover upon examination of the Solicitation by the deadline for questions listed in Section 2.0, Part 2. The City assumes no responsibility for any errors or misrepresentations that result from Bidders not using the completed Solicitation document and addendums. 1.2 Location of Documents: Solicitations are issued by the Purchasing Division. The location for the Purchasing Division are specified in the advertisement and on the first page of the solicitation. 2.0 EXPLANATIONS, CLARIFICATIONS OR QUESTIONS 2.1 Any explanation, clarification, or question desired by a Bidder regarding any part of the Solicitation must be requested in writing from the Purchasing Division by the question deadline listed in Section 2.0, Part 2, so that a written addendum can be posted before the submission deadline. Interpretations, corrections, or changes to the Solicitation made in any other manner are not binding upon the City, and Bidders shall not rely upon such interpretations, corrections or changes. Oral explanations or instructions given before the award of the Contract are not binding. 2.2 IN ORDER FOR QUESTIONS TO BE ANSWERED,ALL QUESTIONS MUST BE HAND DELIVERED OR SENT BY E-MAIL BEFORE THE QUESTION DEADLINE AND MUST BE IDENTIFIED AS FOLLOWS: 2.2.1 All explanation, clarification or questions must clearly identify the buyer's name and the bid number on the document or on the subject line, if sent by and email. For example: "Attention: Buyer name and Bid No.XX-XXX". If the buyer's name and bid number is not included as specified above,the question(s)will NOT be answered 2.2.2 Delivery of questions by: 2.2.2.1 Hand Delivery—Fort Worth City Hall, Purchasing Division, Lower Level,200 Texas Street, Fort Worth Texas, 76102. 2.2.2.2 Via Email—FMSPurr-h.asincResoonses(c�fort�n,orthtexes.gov 2.2.2.2.1 Please note, if an e-mail confirming receipt of your e-mail is not received within 1 (one) business day, please contact the City of Fort Worth Purchasing at 817-392-2462. 2.3 Interpretations, corrections, or changes to the Solicitation made in any other manner are not binding upon the City, and Bidders shall not rely upon such interpretations, corrections or changes. Oral explanations or instructions given before the award of the Contract are not binding. 2.4 Any material information given to one Bidder concerning a Solicitation will be furnished by an Addendum posted on the City's website under the corresponding bid number. 3.0 UNAUTHORIZED COMMUNICATIONS—Bidders'contact regarding this Invitation to Bid (ITB)with employees or officials of the City other than the Purchasing Manager, the Business Equity Division, or as otherwise indicated in the ITB is prohibited and may result in disqualification from this procurement process. No officer, employee, agent or representative of the Respondent shall have any contact or ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 10 of 34 discussion, verbal or written,with any members of the City Council, City staff or City's consultants, or directly or indirectly through others, seek to influence any City Council member, City staff, or City's consultants regarding any matters pertaining to this solicitation, except as herein provided. Any violation of this prohibition may result in the Respondent being disqualified from the procurement process. Any oral communications are considered unofficial and non-binding with regard to this ITB. 4.0 PREBID CONFERENCE—A pre-bid conference and site visit will be held at 3:00 PM, Thursday, March 9, 2022 at City Hall, Via Webex. Failure to attend the pre-bid conference will impact a potential Vendor's ability to submit a fully informed and competitive bid response. To join the Pre-bid Via Webex, please see Cover Page for details. 5.0 PREPARATION OF BIDS 5.1 Each Bidder must furnish all information required by the Solicitation in order to be evaluated. Prices or Percent Markups submitted on other than the forms included in the Solicitation shall be considered non-responsive. 5.2 Any attempt to alter the wording in the Solicitation is ineffective and will result in rejection of the Bid. 6.0 QUANTITES-The quantities listed on the bid solicitation are only estimates based on previous usage and do not indicate intent to purchase or a guarantee of future business. The City of Fort Worth is obligated to pay for only those materials and services actually ordered by an authorized City employee and then received as required and accepted by the City. 7.0 TAXES- Purchases of Goods or Services for City use are usually exempt from City, State, and most Federal Taxes. Bids may not include exempted taxes. The successful Bidder should request.a Tax Exemption Certificate from the Purchasing Division. Under no circumstances shall the City be liable to pay taxes for which the City has an exemption under any Contract. 8.0 DEFINITIONS 8.1 Brand Name or Equal: If the Solicitation indicates brand name or"equal"products are acceptable, the Bidder may offer an "equal"product and must be prepared to demonstrate those features that render it equal. Final determination of a product as "equal"remains with the City. 8.2 Delivery Time: Delivery time, if stated as a number of days,will be based on calendar days. Time is of the essence in any City purchase. If the indicated date cannot be met or the date is not indicated,the Bidder shall state its best delivery time. 8.3 Free on Board (FOB) Point: Freight Terms shall be FOB Destination, Freight Prepaid and Allowed. This means the Vendor or Shipper owns goods in transit and is liable for delivery to the point of destination. 8.3.1 The Vendor or Shipper is responsible for filing 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 specked, at the Bidder's expense and risk, and their tender delivery to the City. 8.3.3 Bids offering any other delivery terms are not acceptable and may be cause for rejection 9.0 PRICES/PERCENTAGE MARKUP 9.1 Bid prices and percentage markup(if applicable)shall be firm offers unless otherwise specified. Pricing and percentage markup (if applicable)shall be entered on the Bid Offer Sheet. 9.2 In the event of a discrepancy between unit price and extended price, the unit price shall govern. ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 11 of 34 9.3 Prices shall be offered in the Dollars of the United States of America (or decimal fractions thereof). 10.0 SIGNATURE-The Bidder must provide a wet signature on each document in the Solicitation requiring a signature. Any change made to the Bid must be initialed by the Bidder. 11.0 PROPRIETARY INFORMATION SUBMITTED IN THE BID 11.1 All material submitted to the City becomes public property and is subject to the Texas Open Records Act upon receipt. 11.1.1 If a Bidder does not desire proprietary information in the bid to be disclosed, each page must be identified and marked proprietary at time of submittal. The City will, to the extent allowed by law, endeavor to protect such information from disclosure. If a Public Information Request is made for 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 result in all unmarked sections being deemed non-proprietary and available upon public request. 12.0 BID PREPARATION COSTS-All costs associated with preparing a Bid in response to a Solicitation shall be borne by the Bidder. 13.0 PAYMENTS 13.1 All payment terms shall be"Net 30 Days"from the date the City receives a correct invoice. 13.2 Successful bidders are encouraged to register for direct deposit payments prior to providing goods and/or services using the forms posted on the City s website at https://www.fortworthtexas.gov/depat-: 14.0 SUBMISSION OF BIDS 14.1 Bid documents: Unless otherwise specified, Bidders are required to submit a signed executed original and one scanned copy of the entire bid submittal on a flash drive. Bids must be submitted in a sealed envelope with the bid number written on the outside of the envelope. A completed and signed original Bid Submission Signature page; 14.2 Documents required to be submitted with Bid: Bidders shall submit all the items listed below and utilize the format below to submit their bid prior to the bid submission deadline.A completed Bid Solicitation. 14.2.1 A completed and signed Bid Solicitation: 14.2.2 Signed Addendum(s)acknowledging receipt. 14.2.3 All items listed in Section 5.0, Bidders Requirements; Part 2 14.2.4 A completed and signed original Conflict of Interest Questionnaire,Attachment A; 14.2.5 A completed Consideration of Location of Bidder's Principal Place of Business, Attachment B, if applicable; 14.2.6 A completed Bidder's Contact Information Form,Attachment C; 14.2.7 A completed Bidder's Qualification Questionnaire,Attachment D; ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 12 of 34 14.2.8 Documentation and certifications necessary to perform work on City vehicles and equipment. This includes all certifications, such as the National Institute for Automotive Service Excellence(ASE)or Manufacturer required training, which qualifies the vendor to perform said work. 14.2.9 Scanned copy of all documents listed in paragraph 14.1 in flash drive. 14.2.10 Documentation showing company has been in the market place for a minimum of two years (i.e. Secretary of State). 14.3 Bidder shall provide a minimum of three(3) references from projects similar in nature,size and scope completed or undertake in the past three years. Letters shall include the following items. 14.3.1 Company letterhead, including contact information. 14.3.2 Number of years working with Firm. 14.3.3 Brief explanation of customer's satisfaction and recommendation of Firm. Please provide a rating of 1-5. One(1) being unlikely to recommend and unsatisfied, and five(5) being highly satisfied and highly recommended. 14.3.4 Brief explanation on likeliness to work with Firm again. One(1) being unlikely to continue to use Firm and five (5)highly likely to use Firm again. 14.4 Any other document included in the Solicitation requiring completion or execution by the Bidder. 14.5 Failure to submit all the items listed in Section 14.2, Part 1 will be grounds for rejection of a bid as non-responsive to the specifications. 15.0 LATE BIDS 15.1 Bids must be received in the Purchasing Division prior to the bid submission deadline.All Bids received after the submission deadline are considered late and will be returned to the Bidder unopened. 15.2 Purchasing's time stamp clock is the official time of record. However, if the time stamp is not available or broken,the date and time written on the bid receipt by Purchasing staff shall be the time of record. 15.3 It is the sole responsibility of the Bidder to ensure timely delivery of the Bid to the Purchasing Division. The City will not be responsible for failure of service on the part of the U.S. Postal Office, courier companies, or any other form of delivery service chosen by the Bidder to deliver before the bid due date and time. 15.4 Bids delivered to a City location other than the Purchasing Division will not be considered. The Bid must be received by the Purchasing Division and stamped before deadline to be considered. 16.0 MODIFICATION OR WITHDRAWAL OF BIDS 16.1 Modification of Bids: Bids may be modified in writing at any time prior to the bid submission deadline. 16.2 Withdrawal of Bids: Bids may be withdrawn in writing, or by facsimile(provided that the facsimile is signed by the Bidder)at any time prior to the bid submission deadline. A Bid may also be withdrawn in person by a Bidder, provided the withdrawal is made prior to the bid submission deadline. A receipt of withdrawal must be signed by the Bidder. No Bids may be withdrawn after the bid submission deadline without forfeiture of the Bid guarantee, unless there is a material error in the Bid. Withdrawn Bids may be resubmitted, with or without modifications, ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 13 of 34 prior to the bid submission deadline. The City may require proof of agency from the person withdrawing a bid. 17.0 OPENING OF BIDS The Purchasing Division representative responsible for opening Bids shall personally and publicly open all Bids timely received, reading each bid aloud. 18.0 EVALUATION FACTORS AND AWARD 18.1 Evaluation: Bidders may furnish pricing for all or any portion of the Solicitation (unless otherwise specified). However, the City may evaluate and award the Contract for any item or group of items shown on the Solicitation, or any combination deemed most advantageous to the City. Bids that specify an "all or none"award may be considered if a single award is advantageous. 18.2 Award. The Method of Award is detailed in Section 4, Part 2. (Note:A Bidder that does not earn at least 50%of the technical points will be deem "non-responsive"and will not be awarded a contract.) 18.3 Acceptance and Award of Bid:Acceptance and award of a Bid will be in the form of a Purchase Order or a Contract. Subsequent Purchase Orders may be issued as appropriate.The contents of a Bid Response shall become a part of the Contract. Under no circumstances will the City be responsible for Goods or Services provided without a Purchase Order issued by the City. 19.0 RESERVATIONS-The City expressly reserves the right to: 19.1 Specify approximate quantities in the Solicitation; 19.2 Extend the Solicitation opening date and time; 19.3 Consider and accept alternate Bids, if specified in the Solicitation, when most advantageous to the City, 19.4 Waive as an informality, minor deviations from specifications provided they do not affect competition or result in functionally unacceptable goods or services; 19.5 Waive any minor informality in any Bid or Solicitation procedure (a minor informality is one that does not affect the competitiveness of the Bidder); 19.6 Add additional terms or modify existing terms in the Solicitation before the bid submission deadline; 19.7 Reject a bid because of unbalanced unit prices bid; 19.8 Reject or cancel any or all Bids; 19.9 Reissue a Solicitation; 19.10 Procure any item by other means; and/or 19.11 Award to multiple vendors on a non-exclusive award basis, or primary and secondary vendors. 20.0 POST-BID DOCUMENTS REQUIRED FROM BIDDERS ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 14 of 34 20.1 Certificates of Insurance:When insurance is required,the successful Bidder must provide Certificates of Insurance in the amounts and for the coverages required to the Purchasing Office within 14 calendar days after notification of award, or as otherwise required by the Solicitation. 20.2 Business Equity Division Documents: If a Business Equity goal has been established for the bid, the applicable documents must be submitted by all bidders wishing to continue in the bid evaluation process within two (2)City business days after the bid opening date, exclusive of the bid opening date, to the City location specified in the bid. Bidders shall obtain a receipt from the appropriate department as evidence that the City received the documentation. 20.3 Certificate of Interested Parties Form 1295: If the Purchase Agreement must be approved by the City Council before execution,the successful bidder is required to complete the Certificate of Interested Parties Form 1295 and submit the form to the Purchasing contact listed in the solicitation before the purchase/contract will be presented to the City Council. The form may be completed at https://www.ethics.state.tx.us/whatsnew/elf info form1295.htr . 21.0 PROTEST PROCEDURE 21.1 Vendors who respond to Invitations to Bid have the right to protest the solicitation process or the bid award if they believe that there has been any impropriety or unfair criteria in the process. 21.2 The Vendor must submit any protest in writing to the Purchasing Manager within 14 days after the Vendor knows, or should have known, of the facts relating to the proposed action or award. 21.3 The Purchasing Manager, or designee, is authorized to resolve 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 meetings,the Purchasing Manager or designee will issue a decision in writing, state the reasons for the action taken and inform the protesting Vendor of the right to review by a panel made up of City staff. 21.5 A City protest review panel will consist of an Assistant City Attorney, a representative of the operating department, the Purchasing Manager and any other appropriate personnel or employees of the operating department. 21.6 If the panel is unable to resolve the protest, or if the panel makes a decision with which the Vendor does not agree,the protesting Vendor will be invited to attend the City Council meeting at which the recommended award is to be presented to the City Council and make known his/her concerns. The protesting Vendor will be instructed to arrive prior to the start of the City Council meeting and complete a card requesting to speak concerning the particular Mayor and Council Communication document(M&C) in question. 21.6.1 Vendors wishing to speak before the City Council should review the rules for registering to appear before City Council located at: /defau1t.aspx?id=29 .- on the City's website. 22.0 COOPERATIVE PURCHASING 22.1 Should other governmental entities decide to participate in this contract, Bidder, shall indicate in their proposals whether they agree that all terms, conditions,specification, and pricing would apply. 22.2 If the successful Bidder agrees to extend the resulting contract to other governmental entities, the following shall apply: Governmental entities within utilizing Contracts with the City of Fort Worth shall be eligible, but not obligated, to purchase material/services under this contract(s)awarded as a result of this solicitation. All purchases by governmental entities other than the City of Fort Worth shall be billed directly to that governmental entity and paid by that governmental entity. ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 15 of 34 The City of Fort Worth shall not be responsible for another governmental entity's debts. Each governmental entity shall order its own material/services as needed. 23.0 RIGHT TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT If the Federal award meets the definition of"funding eCFR—Code of Federal Regulations agreement" under 37 CFR§401.2 (a)and the recipient or sub recipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that"funding agreement,"the recipient or sub recipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,"and any implementing regulations issued by the awarding agency. 24.0 DEBARMENT AND SUSPENSION Per Executive Orders 12549 and 12689,a contract award (see 2 CFR 180.220)shall not be made to parties listed on the government-wide exclusions in the System for Award Management(SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549(3 CFR part 1986 Comp., p. 189)and 12689 (3 CFR part 1989 Comp., p. 235), "Debarment and Suspension."SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. 25.0 CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT Vendor shall comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act(42 U.S.C. 7401-7671q)and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency(EPA). 26.0 BYRD ANTI-LOBBYING AMENDMENT(31 U.S.C. 1352) Vendor shall comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act(42 U.S.C. 7401-7671q)and the Federal Water Pollution Control Act as amended (33 U.S.C: 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency(EPA). 26.1 Firms that apply or bid for an award exceeding$100,000.00 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any 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 Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. 26.2 Bidders shall provide proof of Byrd Anti-Lobbying Amendment certification filings with their bid, if the bid exceeds$100,000.00. 27.0 PROHBITION ON BOYCOTTING ENERGY COMPANIES Vendor acknowledges that in accordance with Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, §2,the City is prohibited from entering into a contract for goods or services that has a value of$100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company' have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2. To the extent that Chapter 2274 of the Government Code is ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 16 of 34 applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 28.0 PROHIBITION ON DISCRIMINATION AGAINST FIREARM AND AMMUNITION INDUSTRIES Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1, the City is prohibited from entering into a contract for goods or services that has a value of$100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 29.0 RIGHT TO AUDIT Vendor agrees that City shall, until the expiration of three(3)years after final payment under the Agreement, have access to and the right to examine any directly pertinent books, documents, papers and records of Vendor involving transactions relating to the Agreement. Vendor agrees that City shall have access during normal working hours to all necessary Vendor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. City shall give Vendor reasonable advance notice of intended audits. ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 17 of 34 PART-2 DETAILED SCOPE OF SERVICES/SPECIFICATIONS 1.0 SCOPE 1.1 The City of Fort Worth (City)seeks bids to finalize annual agreements with multiple vendors for repair services for City-owned Light and Heavy Duty vehicles, lawn, and marine equipment and to establish an Annual Agreement to provide Original Equipment Manufacturer(OEM)Authorized Service and Independent Service Facilities Agreement for the Property Management Department (PMD)as specified in this Invitation to Bid (ITB.) 1.2 The successful bidder(s), known hereafter as"Contractors"P'Contractors,"will be responsible for perform Light and Heavy Duty vehicle repairs and services for approximately 3,000 on road and 1,600 of-road vehicles and equipment. 1.3 The Term of the agreement shall begin on the date stated in the contract("Effective Date)and shall expire one year from the effective date, unless terminated earlier in accordance with the provisions of this Agreement. This agreement may be renewed under the same terms and conditions for four(4)additional one-year periods, unless the Contractor provides the other party with notice of non-renewal at least 60 days before the expiration of the initial term or renewal period. 1.4 The Property Management Department(PMD)shall utilize this Agreement for service, repair, maintain and purchase of parts for a variety of Light and Heavy Duty vehicles, lawn, and marine equipment and for a variety of manufacturers in the City fleet on an as needed basis. 1.5 Following the award additional services of the same general category that could have been encompassed in the award of this Agreement, and that are not already on the Agreement, may be added based on the discount bid and price sheet provided with the bid. 1.6 Unit prices shall include all costs associated with the specified work, including but not limited to handling, delivery,fuel charges,fees and certifications fees. No additional charges will be accepted or paid by the City. 1.7 All items supplied resulting from this bid shall be of recent production, unused, and suitable for their intended purpose. 1.8 The submission of a bid by the bidder shall be considered evidence of compliance with these requirements. 2.0 TENTATIVE SCHEDULE OF EVENTS TASK DATE ITB Release Date Aril 27, 2022 Pre-Bid Conference May 4, 2022 at 10:30 AM Deadline for Questions May 11, 2022 at 5PM(Local Time Answers Posted May 16, 2022 ITB Responses Due Date AT 1:30 p.m. (Local May 26, 2022 Time ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 18 of 34 Recommended Vendor Selection June 2022 Mayor and Council Consideration June 2022 Contract Execution July 2022 3.0 CHANGE IN COMPANY NAME OR OWNERSHIP-The Vendor shall notify the City s Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records.The president of the company or authorized official must sign the letter.A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of director's resolution approving the action, or an executed merger or acquisition agreement. Failure to do so may adversely impact future invoice payments. 4.0 METHOD OF AWARD 4.1 Bids will first be evaluated based upon bids received from a responsible bidder that presents the best value to the City.A responsible bidder is defined as a bidder that submits a completed bid package within the stated deadline and in accordance with the bid specifications. 4.2 Bids that do not receive 50% or more of the total available points, excluding the points for price, will be deemed non-responsive. 4.3 The following criteria will be used to determine the best value: 4.3.1 Cost of service—up to 50 points. 4.3.2 Contractor's qualification and certification, per section 5.0—up to 20 points. 4.3.3 Ability to meet the City's per section 6.0—up to 15 points. 4.3.4 Approach to perform services—up to 15 points. 4.4 In order for the City to receive adequate coverage on its requirements as specified in the solicitation,the City reserves the right to make multiple awards. 4.5 The City reserves the right to accept or reject in whole or in part any or all bids received and to make an award on the basis of individual item, combination of items, or overall bid, as it is deemed in the best interest of the City. The City also reserves the right to reject the bid of a bidder who has previously failed to perform properly or complete on time agreements of a similar nature. 4.6 The City reserves and shall be free to exercise the right to evaluate bid in relation to performance record of bidder with the City itself, another municipal corporation of like size, or private corporations during the past two-year period. Such precautions are deemed to be in the public interest inasmuch as Vendor failure or inability to furnish items within the prescribed time can create emergency situations and impose unnecessary hardship on both the City as a municipal corporation and the public at large. 4.7 The evaluation factors listed above will be applied in a comparative manner to all eligible, responsive bids.Award may be made without discussion with Bidders after bids are received. Bids should,therefore, be submitted on the most favorable terms. 4.8 Consideration of Location of Bidder's Principal Place of Business,Attachment B, if applicable; 4.8.1 If Attachment B. Local Preference is completed by any bidder the City will review the Attachment to determine whether local preference will apply to the award. ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 19 of 34 4.9 The City also reserves the right to reject the bid of a bidder who has previously failed to perform properly or complete on time agreements of a similar nature. 5.0 CONTRACTOR REQUIREMENTS IN ORDER FOR THE BID TO BE EVALUATED 5.1 The Contractor shall: 5.1.1 Have a minimum of 2 (two) years of experience conducting services similar or related to the Scope of Services. 5.1.2 Have and operate a full-time, permanent business address with the ability to be reached by email and telephone. 5.1.3 Documentation and certifications necessary to perform work on City vehicles and equipment. This includes all certifications, such as the National Institute for Automotive Service Excellence(ASE)or Manufacturer required training, which qualifies the vendor to perform said work. 6.0 CONTRACTOR RESPONSIBILTIES 6.1 Contractors shall provide pricing on parts and labor for the services and a list of brands provided on the attached Bid Solicitation pages of this ITB. 6.2 Contractor shall provide unit prices for listed items. Unit prices shall include all associated costs unless specified in Proposals Solicitation Page, not limited to delivery,fuel and handling charges. No additional charges will be accepted or paid by the City. 6.2.1 The City will ensure that vehicles will have a minimum of a quarter(1/4) tank of fuel when dropped off for service. 6.3 Contractors may charge an hourly non-warranty labor rate per service, a cost plus (+)for parts, a diagnostic fee (detailed out), and any applicable transportation fees, if any. There are no guarantees the City will accept or held financially or liable for costs outside of labor and materials/ parts if the submitted pricing is deemed excessive by the evaluation panel. 6.4 Contractors shall furnish provide documentation on their personnel authorized to perform work on City vehicles and equipment.This includes all certifications, such as the National Institute for Automotive Service Excellence (ASE) or Manufacturer required training, which qualifies the vendor to perform said work.All licenses, permits, insurance and any other documentation that is required by local, state and/or federal agencies are to be maintained during the term of this contract. 6.5 Contractors shall be authorized to diagnose, repair and service vehicles and equipment for the City of Fort Worth's (the"City")Light and Heavy Duty fleet. 6.6 Contractors shall perform work using the most up to date and appropriate methods available for said work under industry standards. This includes, but is not limited to, all suitable repair equipment and parts to insure the satisfactory execution of any repair or installation. 6.7 Contractors shall respond and supply requested materials or services required during regular business hours within the response time (DELIVERY)from receipt of request in the proposals solicitation page or less including shipment by mutual agreement form the time original request is made. ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 20 of 34 20.1 Certificates of Insurance: When insurance is reauired. Certificates of Insurance in the amounts and for the coveraGes reawre.d c the Pu,Ohlasi-:�G w:mice within 14 calendar days after notification of award, or a Q'Ehervvis�, re-ci ,ired LV"c I N' Gv V I FORT WORTH. ADDENDUM TO INVITATION TO BID ITB 22-0122 Additional Light and Heavy Duty Vehicles and Equipment Services PURCHASING DIVISION Addendum: No.2 Date Issued April 29,2022 INVITATION TO BID (ITB):22-0122 BID OPENING DATE: May 19,2022 (CHANGED) REVISED BID OPENING DATE: June 2, 2022 ITB No. 22-0122 issued April 27, 2022 is hereby amended as follows: 1. Bid opening date has been changed from May 19, 2022 at 1:30 PM (Local Time)to June 2, 2022, at 1:30PM (Local Time). 2. The Pre-Bid Conference date has been changed from May 4, 2022 at 10:30 AM (Local Time) to May 10, 2022 at 10:30 AM (Local Time).All potential bidders are encourage to attend the pre-bid conference located at City Hall, 200 Texas Street, Fort Worth, Texas 76102 (3rd Floor, Room 380)and via Webex. Join Webex: https://fortworthtex8d319292069730ad046429e Meeting number(access code): 2556 164 0462 Meeting password: vTt4339KnpF Mobile device (attendees only)+1-469-210-7159„25561640462##Video System or Application: 25561640462@fortworthtexas.webex.com 3. Section 2.0, Page 18"Tentative Schedule of Events"has been changed to read: ITB Release Date Aril 27, 2022 Pre-Bid Conference May 10, 2022 Deadline for Questions May 16,2022 at 5PM (Local Time Answers Posted May 19,2022 ITB Responses Due Date AT 1:30 p.m. June 2, 2022 Local Time Recommended Vendor Selection June 2022 Mayor and Council Consideration June 2022 Contract Execution July 2022 All other terms and conditions remain the same. LaXita Slack-Johnson Buyer 11, Purchasing 6.8 Contractors shall provide the City priority service, as many City vehicles are utilized for public safety and emergency response. Expeditious turn-around is critical to City operations. Additional fees for priority services are prohibited. 7.0 HOURS 7.1 Contractors shall respond to a work order within 24 hours of notification. 7.2 Contractors shall deliver completed vehicles to t,Ic Fleet Sarvice i:Fntpr- Mon a; t'EI rou4__:i r=ricry between 7:30 a.m.-9:30 p.m. unless expressly authorized by the Flee!Service *`.enter Supervisor(s)or their designee.Any deviation from this tirr;e;iume she reu 'ire written a... cva; from the Fleet Service Center Supervisor(s)or theirQ. Q= - 4 II fler hn-lrs chaff be vnnciriarari from Pricing n+G_11 nm thrntlnh hAnnriav at F,-5Q am hnfiriatjc and U.U r rii i i is f.7 r• ��/./IIZC�/1Cf011 nIT___qT nP:4nn] n-v;r . 1 jnr• %J 9.2 Ve-jnr yi'ai:';n;arranty anr�inr nI rara Wrap afi Inrnrk arm nrnrii lr Tc CI Innll Pri I InriPr ThIC L1nrPPmP T '.�+7<:.i L[�l.n'• a17 uLi VG.3'ru tlu d LW MIV IItVt 1Gj' lSIV L1JL1 V JLQIIV QIL.IJ. i'I V1,2 UlrLJ IILQ11LlIG4LuI GV VL W'JM b5h'}mmansnlp wiii not De accepie:u. 9.4 \lar i „r _ern a rn. f r i, /+�fn g rim ,he rnC n d �i_ 8_�.. u _. .. -C' S. T.._.. . r a.-_--- - -.?gh rli a vaiiahig fnr raylPut h%r tha rihr eVaiei i 1().1 Tafjia A_ f iga�ni ill_rf_�r acggic gnat mar naari ranairc and cenrir-gc but are not iimitPri to. tiiP I UD to 3.000 on-road an i.Ouu oT.T-road venicies aria eff-U MMMIIT Ties Of I Fire Trucks I Fuel Trucks i heavy Du'.y + Dump Trucks Water Tankers � i..yui}riirciii i uuinci i iLiina � vciiJci i_yui}»liciii i 0ii Huad Equiprneni ! xn-= - --- - -- -- I r �nnr iTB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services 'age 21 of 34 Heavy Duty Allison E-One Metro Terex Vehicles and Altec Ford Mitsubishi Texas Steer Equipment Artic Cat Freightliner Muncie Toyota Manufacturers Aquatech Honda National Tracker Bendix Hyundai Crane Twister Big Tex International New Vac-Con BMW Interstate Holland Vactor Champion Trailers Nissan Vemeer Chevy Isuzu Onan Versalift Cummins JCB Generators Volvo Custom-Chris Jeep Peterbilt WABCO Trim JLG Pierce— Wacker Custom- John Deere— Fire Whelen Lawhon Green (AG) Apparatus Yamaha Custom- Kawaski Pioneer Zodiac Tommy Gate Kenworth Pipehunter/ Custom- Kobelco Jeteye *And other Youngs KTM Progard related Delta Rigging Kubota ROM Corp manufacturers Detroit Mack Rosenbauer vehicles and Dodge M&D Spartan equipment Doosan Mazda Spitzlift Over one (1) Duetz Mercedes/ Sterling ton in GVW Eaton Sprinter Tennant Meritor 10.2 Table B- Light Duty assets that may need repairs and services but are not limited to,the inventory listed below: Types of Acura Lexus Heavy Light Dodge Sprinter Vehicles and Jeep VIP Equipment Ram Tracker Lincoln Zodiac Buick Cadillac *And other vehicles and Chevrolet equipment Under one (1)ton in Infiniti GVW Light Duty BMW Kia Marine Kubota Vehicles and Mercedes Nissan Caddo Scag I Equipment Stellantis Rivian Manufacturing i Husgvarna Manufacturers (Chrysler) Subaru Bertr am Toro Ford I Toyoi i Bost, dvInaie I flub Cad—, i 1.� -3in voIkswagen Chaparral Jacobsen GMC Volvo Yamaha Snapper iv-o Hyur-02! I Zodiac John Deere And other i iWhite River (yellow iron) related ;anutacturers I CI�UII.J111Cl11 Under one (1) I i ton in GVW ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 22 of 34 11.0 ESTIMATES 11.1 Vendor shall be required to provide written or electronically produced estimates to PMD Fleet personnel before the start of any work. The estimates must be emailed to the PMD Fleet employee(s)and/or PMD Fleet facility location who requested the services to be completed. 11.2 Estimates shall be approved and authorized by PMD Fleet personnel in writing via email prior to work being performed. Verbal approvals should not be considered. 11.2.1 Fleet shall create necessary work order for tracking. 11.2.2 Vendor shall be notified, via email, of repairs needed and/or 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. 11.2.4 Warranty and billable repairs shall be on separate estimate(s) and invoicing in ALL cases. 11.2.5 Fleet shall document the approval and shall update the work order detailing all communications and repairs with denial or approval information. 11.2.6 PMD Fleet shall issue a purchase order for billable repairs via email. Repairs are NOT to be performed until a purchase order has been issued in writing from PMD Fleet Division. This ensures proper tracking and documentation are in place for the Vendor and the City. 11.3 Final submitted invoices submitted to the City for work performed should always match the final estimate received by the City.All revised estimates must be approved in writing prior to billing. 11.4 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 All estimates provided by vendors will be quoted on a `time and materials' basis, adherence to the agreed upon contract rate(s)and itemized to illustrate the cost of each of the following, if applicable to the service or work performed: 11.5.1 Estimates shall include number of and cost of part(s)to be installed. 11.5.2 Estimates shall include cost of labor to perform repair and/or installation; itemized by number of labor hours per labor line. 11.5.3 Estimates shall include itemized inspection/diagnostic fees. 11.5.4 Transportation fees, if any, for pick-up or delivery. 11.5.5 Miscellaneous shop fees will not be allowed. This should be considered when bidding applicable costs in the other time and materials categories. 11.5.6 Travel charges for mobile services can be considered and should be itemized. Standard flat fee will not be considered. 11.6 Fleet shall create necessary work orders for tracking. 11.7 Contractor shall be notified,via email, of repairs needed and/or diagnosis from PMD Fleet. 11.8 All estimates provided by Vendors will be quoted on a `time and parts' basis, adherence to the agreed upon contract rates and itemized to illustrate the cost of each of the following, if applicable to the service or work performed: cost of part(s)to be installed, cost of labor to perform repair ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 23 of 34 and/or installation, inspection, diagnostic fees; itemized by labor hours except when estimated as a turnkey project/job. 11.9 Vendor shall identify the repair direction and shall email an estimate with specific details of the repairs needed regardless of warranty or non-warranty. 11.10 Warranty and billable repairs shall be on separate estimate(s)/invoicing in ALL cases. 11.11 PMD Fleet shall document the approval and shall update the work order detailing all communications and repairs with denial or approval information. 11.12 PMD Fleet shall issue a purchase order for billable repairs via email. Repairs with a cost associated to the City are NOT to be performed until a purchase order has been issued in writing from PMD Fleet. This ensures proper tracking and documentation are in place for the Vendor and the City. 11.13 Vendors shall send confirmation and a cost estimate to the Fleet Service Center Supervisor(s)or designee within 24 hours of receiving a list of equipment for inspection and testing. 11.14 Fleet Service Center Supervisors or designee will provide written authorization to proceed with the inspection and testing after evaluating the estimate. Vendors are not authorized to proceed with inspection, testing based on verbal authorizations and assumes all liability and responsibility for inspection, and testing performed based on such verbal authorizations. 11.15 Vendors will be required to provide written estimates to Fleet Service Center Supervisors or designee personnel before the start of any work.The estimates may be emailed to the Fleet Service Center Supervisors or designee who requested the services to be completed. 11.16 Estimates must be approved and authorized by City Fleet Service Center Supervisors or designee personnel in writing(email, fax or written)prior to work being performed. Original invoices submitted to the City for work performed cannot be greater than initial estimate provided unless approved by Fleet Service Center Supervisors or designee in writing. 11.16 If during the course of the originally estimated repairs, it is noted that further repairs will be needed, a revised estimate must be prepared by Vendors for the additional work. 11.17 Estimates provided by vendors shall state`Warranty Service' if City vehicles or equipment will be serviced for warranty work. 12.0 INVOICING REQUIREMENTS 12.1 The City of Fort Worth has begun implementing an automated invoicing system. 12.2 The Contractor shall send invoices electronically to our centralized Accounts Payable department invoice email address: supplierinvoices(cDfortworthtexas.gov. This email address is not monitored so please do not send correspondence to this email address. The sole purpose of the supplier invoices email address is to receipt and process supplier invoices. 12.3 Please include the following on the subject line of your e-mail: vendor name, invoice number, and PO number, separated by an underscore(ex: Example, Inc._123456_FW013-0000001234) 12.4 To ensure the system can successfully process your invoice in an expedient manner, please adhere to the following requirements: • All invoices must be either a PDF or TIFF format. • Image quality must be at least 300 DPI (dots per inch). • Invoices must be sent as an attachment(i.e. no invoice in the body of the email). ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 24 of 34 • One invoice per attachment (includes PDFs). Multiple attachments per email is acceptable but each invoice must be a separate attachment. • Please do not send handwritten invoices or invoices that contain handwritten notes. • Dot matrix invoice format is not accepted. • The invoice must contain the following information: • Supplier Name and Address; • Remit to Supplier Name and Address, if different; • Applicable City Department business unit#(i.e. FW013) • Complete City of Fort Worth PO number (i.e. the PO number must contain all preceding zeros); • Invoice number; • Invoice date; and 12.5 Invoices should be submitted after delivery of the goods or services. 12.6 To prevent invoice processing delays, please do not send invoices by mail and email and please do not send the same invoice more than once by email to supplierinvoices(a-)_fortworthtexas.gov. To check on the status of an invoice, please contact the City Department ordering the goods/services or the Central Accounts Payable Department by email at: ZZ FIN AccountsPayable ,fortworthtexas.gov. 12.7 If you are unable to send your invoice as outlined above at this time, please send your invoice to our centralized Accounts Payable department instead of directly to the individual city department. This will allow the city staff to digitize the invoice for faster processing. 12.8 If electronic invoicing is not possible, you may send your paper invoice to: City of Fort Worth Attn: FMS Central Accounts Payable 200 Texas Street Fort Worth, Texas, 76102 12.9 The City's goal is to receive 100% of invoices electronically so that all supplier payments are processed efficiently. To achieve this goal,we need the Contractor's support. 12.10 If Contractor has any questions, please contact the Accounts Payable team at(817) 392-2451 or by email to ZZ FIN AccountsPayable(a�fortworthtexas.gov. 12.11 Contractor shall not include Federal, State of City sales tax in its invoices. City shall fumish a tax exemption certificate upon Vendor's request. 13.0 HAZARDOUS CONDITIONS The Vendor is required to notify the City immediately of any hazardous conditions and/or damage to City property. 14.0 UNIT PRICE ADJUSTMENT 14.1 The unit prices may be adjusted for increases or decreases in Vendor's cost during the renewal period but before the effective date of the renewal upon written request from the Vendor. 14.2 The Vendor must submit its price adjustment request, in writing, at least 60 days before the renewal effective period. The Vendor shall provide written proof of cost increases with price adjustment request. 14.3 If the City concludes that the rate increase being requested is exorbitant, the City reserves the right to adjust the rate request, or reject the rate request in its entirety and allow the contract to ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 25 of 34 expire at the end of the contract term. If the City elects not to exercise the renewal option, the Purchasing Division will issue a new solicitation. 14.4 Prices bid shall remain firm for each one-year term of the Agreement and shall include all associated freight and delivery costs. 14.5 Prices offered shall be used for bid analysis and for Agreement pricing. In cases of errors in extensions or totals,the unit prices offered will govern. 14.6 Upon expiration of the Agreement term the successful bidder, agrees to hold over under the terms and conditions of this Agreement for a reasonable period of time to allow the city to re-bid an agreement, not to exceed ninety(90) days. Vendor will be reimbursed for this service at the prior agreement rate(s). Vendor shall remain obligated to the City under all clauses of this Agreement that expressly or by their nature extends beyond and survives the expiration or termination of this Agreement. 14.7 Goods and/or services shall not be suspended by the Vendor without a 30 day prior written notice to the City. 15.0 LAWS, REGULATIONS, AND ORDINANCES The Vendor shall be responsible for meeting all Federal: laws, ordinances and regulations; State: laws, ordinance and regulations; County: laws, ordinances and regulations; and City: laws, ordinances, and regulations for safety of people, environment, and property. This includes, but is not limited to, all Federal, State, County, and City Agencies,Administrations and Commissions such as the Environmental Protection Agency(EPA), Occupational Safety and Health Administration (OSHA), and the Texas Commission on Environmental Quality(TCEQ). In the event any law, regulation or ordinance becomes effective after the start of this Agreement, the Vendor is required to comply with new policy. Any mandates requiring the City to comply with new guidelines will also require the Vendor to comply. 16.0 PERFORMANCE Failure of the City to insist in any one or more instances upon performance of any of the terms and conditions of this Agreement shall not be construed as a waiver or relinquishment of the future performance of any terms and conditions, but the Vendor's obligation with respect to such performance shall continue in full force and effect. 17.0 COMPLAINTS 17.1 Complaints processed through the City Purchasing Division are to be corrected within fourteen (14)days of formal notice of complaint.Written response to the Purchasing Division is required. 17.2 Failure to properly resolve complaints within the fourteen (14)calendar day time period may result in the cancellation of the applicable line item(s) in the price agreement. 18.0 SUBCONTRACTING No subcontracting of the work under this purchase will be allowed without written permission from the City. 19.0 CONTRACT ADMINISTRATION 19.1 Contract administration will be performed by the City Department. In the event the Vendor fails to perform according to the terms of the agreement,The Department head or his/her designee will notify the Vendor, in writing, of its failures.A meeting may be arranged to discuss the Vendor's deficiencies. A written cure notice may be prepared giving the Vendor 14 calendar days to cure any deficiency. ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 26 of 34 19.2 In the event the Vendor continues with unsatisfactory performance, the department will promptly notify the Purchasing Manager who will take appropriate action to cure the performance problem(s),which could include cancellation,termination for convenience or default. If the agreement is terminated for default, the Vendor may be held liable for excess cost. 19.3 The Vendor will be paid only those sums due and owing under the agreement for services satisfactorily rendered. 19.4 The City reserves the right to terminate this agreement, or any part hereof,for its sole convenience. In the event of such termination,the Vendor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subVendors to cease work. Subject to the terms of this agreement,the Vendor shall be paid a percentage of the agreement price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Vendor can demonstrate to the satisfaction of the City using its standard record keeping system, have resulted from the termination. However, in no event shall the total of all amounts paid to the Vendor exceed the agreement price. The Vendor shall not be reimbursed for any profits which may have been anticipated, but which have not been earned up to the date of termination. ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 27 of 34 ATTACHMENT-A CONFLICT OF INTEREST DISCLOSURE REQUIREMENT Pursuant to Chapter 176 of the Local Government Code, any person or agent of a person who contracts or seeks to contract for the sale or purchase of property, goods, or services with a local governmental entity(i.e.The City of Fort Worth) must disclose in the Questionnaire Form CIQ ("Questionnaire")the person's affiliation or business relationship that might cause a conflict of interest with the local governmental entity. By law,the Questionnaire must be filed with the Fort Worth City Secretary no later than seven 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 potential Agreement with the City. Updated Questionnaires must be filed in conformance with Chapter 176. A copy of the Questionnaire Form CIQ is enclosed with the submittal documents.The form is also available at http://www.ethics.state.tx.us/forms/CIQ.pdf. If you have any questions about compliance, please consult your own legal counsel. Compliance is the individual responsibility of each person or agent of a person who is subject to the filing requirement.An offense under Chapter 176 is a Class C misdemeanor. NOTE: If you are not aware of a Conflict of Interest in any business relationship that you might have with the City, state Vendor name in the # 1, use NIA in each of the areas on the form. However, a signature is required in the#4 box in all cases. Revised 6.25.18cg ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 28 of 34 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the later by FLB_23,84th Leg.,Regular session_ C -� ONLY This questionnaire is being fled in accordance with Chapter 176,Local Govemment Code,by a vendor who Date has a business relationship as defined by Section 176.001(1-a)with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be fled with the records administrator of the local'governmental entity not later than the 7ih.business day after the date the vendor becomes aware of facts that require the statement to be fled_ See Section 1.76.006(a-iJ,Loral Government Code. A vendor commits an offense if the vendor knowingly violates Sector 176.006,Local Government Code_An offense under this section is a misdemeanor. 1 Nameof vendorwho has business relationship with local governmental entity.. 2 QCheck this box illyour1re filing In update to a previously filed questionnaire-(The law reclufres thatyou file an updated completed questionnaire wiith the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information is beingdisclosed. Name of Officer AJ Describe each employment or other business relationship with the local government officer or a family member of the officer as described by Sectio n 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Completesubparts Rand.B foreach employment or business relationship described.Attach additional pages to this Form CIO as necessary. A- Is the local.government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income,from the vendor? Yes F-1 No B. is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local.government officer or a family member of.the officer AND the taxable income is not received from the local governmental entity? Yes F-� No 5 Descdbeeachemploymentor business relationship thatthevendor named in Section 1makdaatswitha corporation or other business entity with respect to which the local government officer serves as an officer or director,or holds an ownership interest of one percent or more. 6 ❑ Check this box if the vendor has given the local government officer or afamily member of the:officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1)_ 7 Signature of vendor doing business with tie governmental entity Date Form provided:by Texas Ethics Commission www.etftFcs_state_tx.us Revised INr2 21 Revised 7.11.18cg ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 29 of 34 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity Acomplete copy of Chapter 176 of the Local Government Code maybe found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm. For easy reference,below are some of the sections cited on this form. Local Government Code§176.0010-a):'Business relationship"means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an agency of a federal,state,or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public;or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by,and reporting to,that agency. Local Government Code§176.003(a)(2)(A)and(8); (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer ora family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds$2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than$100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code§176.006(a)and(a-1) (a) Avendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity,or a family member of the officer,described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity,ora family member of the officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any gift described by Section 176.003(a-1);or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity;or (B) submits to the local governmental entity an application,response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity;or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer,described by Subsection(a); (B) that the vendor has given one or more gifts described by Subsection(a);or (C) of a family relationship with a local government officer. Form provided.by Texas Ethics Commission www_ethics.state.tx_us Revised IAM21 Revised 7.11.18cg ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 30 of 34 ATTACHMENT—B CONSIDERATION OF LOCATION OF BIDDER'S PRINCIPAL PLACE OF BUSINESS Section 2-14 of the Fort Worth Code of Ordinances authorizes the City Council, when considering competitive sealed bids, to enter into a contract for certain purchases with a bidder whose principal place of business is in the corporate limits of the City of Fort Worth and whose bid is within 3 or 5 percent of the lowest bid, depending on the value of the request and goods or services requested, if the lowest bid is from a business outside the municipality and contracting with the local bidder would provide the best combination of price and other economic benefits to the municipality. Requests to be considered a local business must be submitted on this form with bid packages to be considered by the City of Fort Worth. Questions should be addressed to the Purchasing staff listed in the bid or request package. The Fort Worth City Council requires the following information for consideration of location of a bidder's principal place of business. Add additional sheets if needed to provide this information. 1. Locational Eligibility: Principal Place of Business in Fort Worth, Texas. a. Do you have a Fort Worth office? If yes, identify address: 1`Y 7al, b. What percentage of estimated gross company sales (worldwide) are sales originating in Fort Worth? "Originating in Fort Worth" shall mean payable at the Fort Worth office. [must exceed 50%] /U 6�j;o 2. Economic Development opportunities resulting from contract. a. Number of Fort Worth resident-employees? b. Amount of City of Fort Worth ad valorem taxes (real and business personal property) paid by company(for prior tax year—Fort Worth office or former location, if Fort Worth office is newly- established)? Certification of information: The undersigned does hereby irm that the information supplied is true and correct as of the date hereof, under penalty of erjury. Z,�ZZ4-Sk,r- /W,, (Compa Na e) / (date) ;�"r(ure) (Printed Name and Title) Revised 7.11.18cg ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 31 of 34 ATTACHMENT-C BIDDER'S CONTACT INFORMATION Bidder's Name: zj 9I, S lc r 4ry S6 0__vV&6, Bidder's Local Address: &( z`,S Al, 72A &4,,, /A 71263Co Phone: 5 i7- 5 6 f5-9.3 c 6 Fax: S 17- 566 I �3 6 2— Email: s i c s 5 a 6 l Ce-m Name of person assigned specifically for this Ag76'e-c(l7e ent: Name/Title k r �Lre rr Phone: Fax: 9'(7-66k -g3a2— Email: C-" 5 tr'Q 5 S Lt'c'7. C'epA Name of persons for renewal information and/or billing questions: Name/Title 1 rlCc' /• Phone: 'X�`9 1- 56S-73ed Fax: 7-5-69-q3a Email: Z`7`7 S �rc S5 Ca a o` (Yr m Name/Title Phone: Fax: Email: Sig t re Printed Name Dafe Revised 7.11.18cg ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 32 of 34 ATTACHMENT-D BIDDER'S QUALIFICATION QUESTIONNAIRE 1. Has the Vendor ever defaulted on a Contract? Ws 2. Number of years in business under current company name:�Years. Please note, it is required to have a minimum of 2 years, otherwise, your submission will be deemed as non- responsive. a. List any former names your organization has operated under and the timeframe: 3. Is your company able to fulfill the response time listed in section 6.0 if not, why? Please note, that it is required to have a minimum 24 hours response time. For the remainder of minimum requirements, please refer to section 11.13 0 4. Is the Contractor able to provide certifications for their personnel, such as the National Institute for Automotive Service Excellence (ASE) or Manufacturer required training, which qualifies the Contractor to perform necessary for this ITB? Please note, we do require you to have an Original Equipment Manufacturer's (OEM) documentation. If you are unable to provide this document, your submission will be deemed as non-responsive. In order to be considered, you musp6e qualified. es ❑ No 5. What types of repairs from the item list can you perform? Please provide a list. If you are unable to provide a repair, please state which one and why. l AtDa V- ��j'/� ¢. WIn=5 4 re10&rr- 6. H� many r people will be on the service team to complete the requests and fulfil our needs? 7. Does the contractor have the ability to ramp up qualified personnel, resources and equipment to meet the growing ep5 of the City? If not, why? 8. Please provide a detailed approach to diagnose, repair and service vehicles and equipment for the City of Fort Worth's (the"City")Light and Heavy Duty fleet. 9. Is the Contractor able to provide written or electronically produced esti ates to PMD Fleet personnel before the start of any work as stated in Section 7.1? 10. Please provide your work history performing these same services for other Cities or governmental entities of the same size. (Attach Separate Sheet) Revised 7.11.18cg ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 33 of 34 ATTACHMENT E DRAFT SERVICE AGREEMENT Draft Service Agreement is attached a separate document. Revised 7.11.18cg ITB 22-0122 Additional Light and Heavy Duty Vehicle and Equipment Services Page 34 of 34 --------------------------- By the signature affixed below, Addendum 1 is hereby incorporated into and made part of the above referenced Invitation to Bid. / COMPANY NAME: � '� �Q v J2c�riT" SIGNATUR€'/ � G NOTE: Company e( a and signature must be the same as on the original bid documents 9 Failure to return viis form with your sealed bid may constitute grounds for rejection of your offer. FO RT W) ADDENDUM TO INVITATION TO BID ITB 22-0122 Additional Light and Heavy Duty Vehicles and Equipment Services PURCHASING DIVISION Addendum: No. 1 Date Issued April 28,2022 INVITATION TO BID (ITB):22-0122 BID OPENING DATE: May 19,2022(UNCHANGED) ITB No. 22-0122 issued April 27, 2022 is hereby amended as follows: 1. The room for the pre-bid conference has changed from room 376 to 380. The pre-bid conference will be held at 10:30 AM,Wednesday, May 4, 2022 at City Hall, 200 Texas Street, Fort Worth, Texas 76102 (3rd Floor, Room 380)and via WebEx. 2. The Bid Opening date is May 19,2022 at 1:30pm (local time). All other terms and conditions remain the same. Z_aA4?_e1_ 15760� La'Kita Slack-Johnson Buyer 11, Purchasing ----------------------------------/�ei------------------------------------ By the signature affixed below, Addendum is hereby incorporated into and made part of the above referenced Invitation to Bidc 1 COMPANY NAME:, J"T i J%G Ja�s x n L Jri SIGNATURE: NOTE: Company na and signature must be the same as on the original bid documents. Failure to return this rm with your sealed bid may constitute grounds for rejection of your offer. FORTWORTW, ADDENDUM TO INVITATION TO BID ITB 22-0122 Additional Light and Heavy Duty Vehicles and Equipment Services PURCHASING DIVISION Addendum: No.2 Date Issued April 29,2022 INVITATION TO BID (ITB):22-0122 BID OPENING DATE: May 19,2022(CHANGED) REVISED BID OPENING DATE: June 2, 2022 ITB No. 22-0122 issued April 27, 2022 is hereby amended as follows: 1. Bid opening date has been changed from May 19, 2022 at 1:30 PM (Local Time)to June 2, 2022, at 1:30PM (Local Time). 2. The Pre-Bid Conference date has been changed from May 4, 2022 at 10:30 AM (Local Time) to May 10, 2022 at 10:30 AM (Local Time).All potential bidders are encourage to attend the pre-bid conference located at City Hall, 200 Texas Street, Fort Worth, Texas 76102 (3rd Floor, Room 380)and via WebEx. Join Webex: https://fortworthtex8d319292069730ad046429e Meeting number(access code): 2556 164 0462 Meeting password: vTt4339KnpF Mobile device(attendees only)+1-469-210-7159„25561640462##Video System or Application: 25561640462@fortworthtexas.webex.com 3. Section 2.0, Page 18"Tentative Schedule of Events"has been changed to read: ITB Release Date Aril 27, 2022 Pre-Bid Conference May 10, 2022 Deadline for Questions May 16, 2022 at 5PM(Local Time Answers Posted May 19, 2022 ITB Responses Due Date AT 1:30 p.m. June 2, 2022 Local Time Recommended Vendor Selection June 2022 Mayor and Council Consideration June 2022 Contract Execution July 2022 All other terms and conditions remain the same. Z��� �" LaXita Slack-,Johnson Buyer II, Purchasing ------------------------------------- ----------------------------------- By the signature affixed below,Addendum 1 ' 'hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY NAME: A c' 711 SIGNATURE:/ 1-41 NOTE: Compa ame and signature must be the same as on the original bid documents. Failure to retu this form with your sealed bid may constitute grounds for rejection of your offer. City Secretary Contract No. M1, VENDOR SERVICES AGREEMENT This VENDOR SERVICES AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WORTH("City"),a Texas home rule municipal corporation,acting by and through its duly authorized Assistant City Manager, and [LEGAL NAME OF THE PARTY] ("Vendor"), a rSTATE REGISTERED AND TYPE OF COMPANY] and acting by and through its duly authorized representative, each individually referred to as a"party" and collectively referred to as the"parties." AGREEMENT DOCUMENTS: The Agreement documents shall include the following: 1. This Vendor Services Agreement; 2. Exhibit A—Scope of Services; 3. Exhibit B—Price Schedule; 4. Exhibit C— City's RFP No. 5. Exhibit D— Contractor's Bid Response to City's RFP No. ; and 6. Exhibit E—Verification of Signature Authority Form. Exhibits A, B, C, D, and E, which are attached hereto and incorporated herein, are made a part of this Agreement for all purposes.In the event of any conflict between the terms and conditions of Exhibits A,B, C, or D and the terms and conditions set forth in the body of this Agreement, the terms and conditions of this Agreement shall control. 1. Scope of Services. [SIMPLE DESCRIPTION OF SCOPE OF SERVICE] ("Services"), which are set forth in more detail in Exhibit"A,"attached hereto and incorporated herein for all purposes. 2. Term. This Agreement begins on[MONTH DAY,YEAR] ("Effective Date")and expires on [MONTH DAY, YEAR] ("Expiration Date"), unless terminated earlier in accordance with this Agreement("Initial Term"). City will have the option,in its sole discretion,to renew this Agreement under the same terms and conditions, for up to one-year renewal option(s) (each a "Renewal Term"). 3. Compensation. City will pay Vendor in accordance with the provisions of this Agreement, including Exhibit `B," which is attached hereto and incorporated herein for all purposes. Total compensation under this Agreement will not exceed Dollars($).Vendor will not perform any additional services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City will not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. 4. Termination. Vendor Services Agreement Page 1 of 13 4.1. Written Notice. City or Vendor may terminate this Agreement at any time and for any reason by providing the other party with 30 days' written notice of termination. 4.2 Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement will terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. 4.3 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date, City will pay Vendor for services actually rendered up to the effective date of termination and Vendor will continue to provide City with services requested by City and in accordance with this Agreement up to the effective date of termination. Upon termination of this Agreement for any reason, Vendor will provide City with copies of all completed or partially completed documents prepared under this Agreement. In the event Vendor has received access to City Information or data as a requirement to perform services hereunder, Vendor will return all City provided data to City in a machine readable format or other format deemed acceptable to City. 5. Disclosure of Conflicts and Confidential Information. 5.1 Disclosure of Conflicts.Vendor hereby warrants to City that Vendor has made full disclosure in writing of any existing or potential conflicts of interest related to Vendor's services under this Agreement.In the event that any conflicts of interest arise after the Effective Date of this Agreement,Vendor hereby agrees immediately to make full disclosure to City in writing. 5.2 Confidential Information.Vendor,for itself and its officers,agents and employees, agrees that it will treat all information provided to it by City ("City Information") as confidential and will not disclose any such information to a third parry without the prior written approval of City. 5.3 Public Information Act. City is a government entity under the laws of the State of Texas and all documents held or maintained by City are subject to disclosure under the Texas Public Information Act.In the event there is a request for information marked Confidential or Proprietary, City will promptly notify Vendor.It will be the responsibility of Vendor to submit reasons objecting to disclosure. A determination on whether such reasons are sufficient will not be decided by City, but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction. 5.4 Unauthorized Access.Vendor must store and maintain City Information in a secure manner and will not allow unauthorized users to access, modify, delete or otherwise corrupt City Information in any way. Vendor must notify City immediately if the security or integrity of any City Information has been compromised or is believed to have been compromised,in which event, Vendor will, in good faith, use all commercially reasonable efforts to cooperate with City in identifying what information has been accessed by unauthorized means and will fully cooperate with City to protect such City Information from further unauthorized disclosure. 6. RiLht to Audit. Vendor agrees that City will,until the expiration of three (3) years after final payment under this Agreement,or the final conclusion of any audit commenced during the said three years,have access to and the right to examine at reasonable times any directly pertinent books,documents, Vendor Services Agreement Page 2 of 13 papers and records, including, but not limited to, all electronic records, of Vendor involving transactions relating to this Agreement at no additional cost to City. Vendor agrees that City will have access during normal working hours to all necessary Vendor facilities and will be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City will give Vendor reasonable advance notice of intended audits. 7. Independent Contractor. It is expressly understood and agreed that Vendor will operate as an independent contractor as to all rights and privileges and work performed under this Agreement, and not as agent, representative or employee of City. Subject to and in accordance with the conditions and provisions of this Agreement, Vendor will have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its officers, agents, servants, employees, Vendors, and subcontractors. Vendor acknowledges that the doctrine of respondeat superior will not apply as between City,its officers,agents,servants and employees,and Vendor,its officers,agents, employees, servants, contractors, and subcontractors. Vendor further agrees that nothing herein will be construed as the creation of a partnership or joint enterprise between City and Vendor. It is further understood that City will in no way be considered a Co-employer or a Joint employer of Vendor or any officers, agents, servants, employees, contractors, or subcontractors. Neither Vendor, nor any officers, agents, servants, employees, contractors, or subcontractors of Vendor will be entitled to any employment benefits from City.Vendor will be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of its officers, agents, servants,employees, contractors, or contractors. 8. Liability and Indemnification. 8.1 LIABILITY- VENDOR WILL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF VENDOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.2 GENERAL INDEMNIFICATION- VENDOR HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS, AGENTS,SERVANTS AND EMPLOYEES,FROMAND AGAINST ANY AND ALL CLAIMS OR LAWSUITS OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED,FOR EITHER PR OPER TY DAMA GE OR LOSS(INCL UDING ALLEGED DAMAGE OR LOSS TO VENDOR'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF VENDOR,ITS OFFICERS, AGENTS,SERVANTS,EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.3 INTELLECTUAL PROPERTY INDEMNIFICATION — Vendor agrees to defend, settle, or pay, at its own cost and expense, any claim or action against City for infringement of any patent, copyright, trade mark, trade secret, or similar property right arising from City's use of the software and/or documentation in accordance with this Agreement,it being understood that this agreement to defend, settle or pay will not apply if City modifies or misuses the software and/or documentation.So long as Vendor bears the cost and expense of payment for claims or actions against City pursuant to this section, Vendor will have the right to conduct the defense of any such claim or action and all Vendor Services Agreement Page 3 of 13 negotiations for its settlement or compromise and to settle or compromise any such claim; however, City will have the right to fully participate in any and all such settlement, negotiations, or lawsuit as necessary to protect City's interest, and City agrees to cooperate with Vendor in doing so. In the event City, for whatever reason, assumes the responsibility for payment of costs and expenses for any claim or action brought against City for infringement arising under this Agreement, City will have the sole right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim;however,Vendor will fully participate and cooperate with City in defense of such claim or action.City agrees to give Vendor timely written notice of any such claim or action, with copies of all papers City may receive relating thereto. Notwithstanding the foregoing, City's assumption of payment of costs or expenses will not eliminate Vendor's duty to indemnify City under this Agreement. If the software and/or documentation or any part thereof is held to infringe and the use thereof is enjoined or restrained or, if as a result of a settlement or compromise, such use is materially adversely restricted,Vendor will, at its own expense and as City's sole remedy, either: (a) procure for City the right to continue to use the software and/or documentation; or (b) modify the software and/or documentation to make it non-infringing, provided that such modification does not materially adversely affect City's authorized use of the software and/or documentation; or (c) replace the software and/or documentation with equally suitable, compatible,and functionally equivalent non-infringing software and/or documentation at no additional charge to City; or(d)if none of the foregoing alternatives is reasonably available to Vendor terminate this Agreement, and refund all amounts paid to Vendor by City, subsequent to which termination City may seek any and all remedies available to City under law. 9. Assignment and Subcontracting. 9.1 Assignment. Vendor will not assign or subcontract any of its duties, obligations or rights under this Agreement without the prior written consent of City. If City grants consent to an assignment, the assignee will execute a written agreement with City and Vendor under which the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement. Vendor will be liable for all obligations of Vendor under this Agreement prior to the effective date of the assignment. 9.2 Subcontract. If City grants consent to a subcontract,the subcontractor will execute a written agreement with Vendor referencing this Agreement under which subcontractor agrees to be bound by the duties and obligations of Vendor under this Agreement as such duties and obligations may apply. Vendor must provide City with a fully executed copy of any such subcontract. 10. Insurance. Vendor must provide City with certificate(s) of insurance documenting policies of the following types and minimum coverage limits that are to be in effect prior to commencement of any Services pursuant to this Agreement: 10.1 Coverage and Limits (a) Commercial General Liability: $1,000,000- Each Occurrence $2,000,000- Aggregate Vendor Services Agreement Page 4 of 13 (b) Automobile Liability: $1,000,000- Each occurrence on a combined single limit 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 vehicle"will be any vehicle owned,hired and non-owned. (c) Worker's Compensation: Statutory limits according to the Texas Workers' Compensation Act or any other state workers' compensation laws where the Services are being performed Employers' liability $100,000- Bodily Injury by accident; each accident/occurrence $100,000- Bodily Injury by disease; each employee $500,000- Bodily Injury by disease;policy limit (d) Professional Liability(Errors&Omissions): $1,000,000- Each Claim Limit $1,000,000- Aggregate Limit Professional Liability coverage may be provided through an endorsement to the Commercial General Liability (CGL) policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage must be claims-made,and maintained for the duration of the contractual agreement and for two (2) years following completion of services provided. An annual certificate of insurance must be submitted to City to evidence coverage. 10.2 General Requirements (a) The commercial general liability and automobile liability policies must name City as an additional insured thereon, as its interests may appear.The term City includes its employees,officers,officials,agents, and volunteers in respect to the contracted services. (b) The workers' compensation policy must include a Waiver of Subrogation (Right of Recovery)in favor of City. (c) A minimum of Thirty (30) days' notice of cancellation or reduction in limits of coverage must be provided to City. Ten (10) days' notice will be acceptable in the event of non-payment of premium.Notice must be sent to the Risk Manager, City of Fort Worth, 200 Texas Street, Fort Worth, Texas 76102, with copies to the Fort Worth City Attorney at the same address. (d) The insurers for all policies must be licensed and/or approved to do business in the State of Texas.All insurers must have a minimum rating of A-VII Vendor Services Agreement Page 5 of 13 in the current A.M.Best Key Raring Guide,or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management.If the rating is below that required,written approval of Risk Management is required. (e) Any failure on the part of City to request required insurance documentation will not constitute a waiver of the insurance requirement. (f) Certificates of Insurance evidencing that Vendor has obtained all required insurance will be delivered to the City prior to Vendor proceeding with any work pursuant to this Agreement. 11. Compliance with Laws,Ordinances,Rules and Regulations. Vendor agrees that in the performance of its obligations hereunder, it will comply with all applicable federal, state and local laws, ordinances,rules and regulations and that any work it produces in connection with this Agreement will also comply with all applicable federal, state and local laws, ordinances,rules and regulations. If City notifies Vendor of any violation of such laws, ordinances, rules or regulations, Vendor must immediately desist from and correct the violation. 12. Non-Discrimination Covenant. Vendor, for itself, its personal representatives, assigns, contractors,subcontractors,and successors in interest,as part of the consideration herein,agrees that in the performance of Vendor's duties and obligations hereunder, it will not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. IF ANY CLAIM ARISES FROM AN ALLEGED VIOLATION OF THIS NON-DISCRIMINATION COVENANT BY VENDOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, CONTRACTORS, SUBCONTRACTORS, OR SUCCESSORS IN INTEREST, VENDOR AGREES TO ASSUME SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS FROM SUCH CLAIM. 13. Notices. Notices required pursuant to the provisions of this Agreement will be conclusively determined to have been delivered when (1) hand-delivered to the other party, its agents, employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the transmission,or(3)received by the other party by United States Mail,registered,return receipt requested, addressed as follows: To CITY: To VENDOR: City of Fort Worth Attn:Assistant City Manager Title 200 Texas Street of; C rc �1 c� �� 5 T f-, A( Fort Worth, TX 76102-6314 Facsimile: (817)392-8654 Facsimile: i With copy to Fort Worth City Attorney's Office at same address 14. Solicitation of Employees. Neither City nor Vendor will, during the term of this Agreement and additionally for a period of one year after its termination,solicit for employment or employ, whether as employee or independent contractor, any person who is or has been employed by the other during the term of this Agreement, without the prior written consent of the person's employer. Vendor Services Agreement Page 6 of 13 Notwithstanding the foregoing, this provision will not apply to an employee of either party who responds to a general solicitation of advertisement of employment by either party. 15. Governmental Powers. It is understood and agreed that by execution of this Agreement, City does not waive or surrender any of its governmental powers or immunities. 16. No Waiver. The failure of City or Vendor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein does not constitute a waiver of City's or Vendor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 17. Governing Law/Venue. This Agreement will be construed in accordance with the laws of the State of Texas. If any action,whether real or asserted,at law or in equity,is brought pursuant to this Agreement, venue for such action will lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas,Fort Worth Division. 18. Severability. If any provision of this Agreement is held to be invalid, illegal or unenforceable,the validity, legality and enforceability of the remaining provisions will not in any way be affected or impaired. 19. Force Maieure. City and Vendor will exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement,but will not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to, compliance with any government law, ordinance, or regulation; acts of God; acts of the public enemy; fires; strikes; lockouts; natural disasters; wars; riots; epidemics or pandemics; government action or inaction; orders of government; material or labor restrictions by any governmental authority; transportation problems;restraints or prohibitions by any court,board,department,commission,or agency of the United States or of any States;civil disturbances;other national or regional emergencies;or any other similar cause not enumerated herein but which is beyond the reasonable control of the Party whose performance is affected(collectively, "Force Majeure Event"). The performance of any such obligation is suspended during the period of, and only to the extent of, such prevention or hindrance, provided the affected Party provides notice of the Force Majeure Event, and an explanation as to how it prevents or hinders the Party's performance, as soon as reasonably possible after the occurrence of the Force Majeure Event,with the reasonableness of such notice to be determined by the City in its sole discretion.The notice required by this section must be addressed and delivered in accordance with Section 13 of this Agreement. 20. Headings not Controlling. Headings and titles used in this Agreement are for reference purposes only,will not be deemed a part of this Agreement,and are not intended to define or limit the scope of any provision of this Agreement. 21. Review of Counsel. The parties acknowledge that each party and its counsel have reviewed and revised this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party will not be employed in the interpretation of this Agreement or Exhibits A,B, and C. 22. Amendments/Modifications /Extensions. No amendment, modification, or extension of this Agreement will be binding upon a party hereto unless set forth in a written instrument, which is executed by an authorized representative of each party. 23. Counterparts. This Agreement may be executed in one or more counterparts and each Vendor Services Agreement Page 7 of 13 counterpart will, for all purposes, be deemed an original,but all such counterparts will together constitute one and the same instrument. 24. Warranty of Services. Vendor warrants that its services will be of a high quality and conform to generally prevailing industry standards. City must give written notice of any breach of this warranty within thirty (30) days from the date that the services are completed. In such event, at Vendor's option, Vendor will either(a) use commercially reasonable efforts to re-perform the services in a manner that conforms with the warranty, or (b) refund the fees paid by City to Vendor for the nonconforming services. 25. Immigration Nationality Act. Vendor must verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Vendor will provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor must adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Vendor employee who is not legally eligible to perform such services.VENDOR WILL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES,LIABILITIES,OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY VENDOR, VENDOR'S EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, OR AGENTS.City,upon written notice to Vendor,will have the right to immediately terminate this Agreement for violations of this provision by Vendor. 26. Ownership of Work Product. City will be the sole and exclusive owner of all reports, work papers,procedures,guides, and documentation that are created,published,displayed,or produced in conjunction with the services provided under this Agreement(collectively,"Work Product"). Further,City will be the sole and exclusive owner of all copyright,patent,trademark,trade secret and other proprietary rights in and to the Work Product. Ownership of the Work Product will inure to the benefit of City from the date of conception, creation or fixation of the Work Product in a tangible medium of expression (whichever occurs first).Each copyrightable aspect of the Work Product will be considered a"work-made- for-hire" within the meaning of the Copyright Act of 1976, as amended. If and to the extent such Work Product,or any part thereof,is not considered a"work-made-for-hire"within the meaning of the Copyright Act of 1976, as amended, Vendor hereby expressly assigns to City all exclusive right, title and interest in and to the Work Product,and all copies thereof,and in and to the copyright,patent,trademark,trade secret, and all other proprietary rights therein, that City may have or obtain, without further consideration, free from any claim, lien for balance due,or rights of retention thereto on the part of City. 27. Signature Authority. The person signing this Agreement hereby warrants that they have the legal authority to execute this Agreement on behalf of the respective party, and that such binding authority has been granted by proper order,resolution, ordinance or other authorization of the entity. This Agreement and any amendment hereto,may be executed by any authorized representative of Vendor.Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. 28. Change in Company Name or Ownership. Vendor must notify City's Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records.The president of Vendor or authorized official must sign the letter.A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of director's resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the specified documentation so may adversely impact future invoice payments. Vendor Services Agreement Page 8 of 13 29. No Boycott of Israel. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2271 of the Texas Government Code,the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel;and(2)will not boycott Israel during the term of the contract. The terms"boycott Israel" and"company"has the meanings ascribed to those terms in Section 2271 of the Texas Government Code. By signing this Agreement,Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott Israel; and (2)will not boycott Israel during the term of the Agreement. 30. Electronic Signatures. This Agreement may be executed by electronic signature, which will be considered as an original signature for all purposes and have the same force and effect as an original signature.For these purposes,"electronic signature"means electronically scanned and transmitted versions (e.g.via pdf file or facsimile transmission)of an original signature,or signatures electronically inserted via software such as Adobe Sign. 31. Entirety of Agreement. This Agreement,including all attachments and exhibits,contains the entire understanding and agreement between City and Vendor,their assigns and successors in interest, as to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. (signature page follows) Vendor Services Agreement Page 9 of 13 IN WITNESS WHEREOF,the parties hereto have executed this Agreement in multiples_ CITY OF FORT WORTH: CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of By: this contract,including ensuring all performance and Name: reporting requirements. Title: Assistant City Manager Date: ,20_ By: Name: APPROVAL RECOMMENDED: Title: APPROVED AS TO FORM AND LEGALITY: By: Name: Title: By: Name: ATTEST: Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: By: Form 1295: Name: Title: City Secretary VENDOR: By: <a /17 F �Tz r- J�' ') sz) Name: /l B-e hre'n s Title: G4Ct5'7Ee 'r— Date: ,20 Zv Vendor Services Agreement Page 10 of 13 City Secretary Contract No. EXHIBIT A SCOPE OF SERVICES Vendor Services Agreement Page 11 of 13 City Secretary Contract No. EXHIBIT B PAYMENT SCHEDULE Vendor Services Agreement Page 12 of 13 EXHIBIT D VERIFICATION OF SIGNATURE AUTHORITY Execution of this Signature Verification Form ("Form") hereby certifies that the following individuals and/or positions have the authority to legally bind Vendor and to execute any agreement, amendment or change order on behalf of Vendor. Such binding authority has been granted by proper order, resolution, ordinance or other authorization of Vendor. City is fully entitled to rely on the warranty and representation set forth in this Form in entering into any agreement or amendment with Vendor. Vendor will submit an updated Form within ten (10) business days if there are any changes to the signatory authority.City is entitled to rely on any current executed Form until it receives a revised Form that has been properly executed by Vendor. 1. Name: Position: Signature 2. Name: Position: Signature 3. Name: Position: Signature Name: Signature of President/CEO Other Title: Date: Professional Services Agreement MAXIMUS Consulting Services,Inc.,Page 13 of 13 COMMON POLICY DECLARATIONS Colony Insurance Company POLICY NUMBER 8720 Stony Point Parkway, Suite 300 GP8462722 Richmond, VA 23235 RENEWAL OF: G P8374404 Underwriting Office: Colony Management Services, Inc. 4600 S. Syracuse Street Ste. 400 Denver, CO 80237 1-800-456-8458 1. NAMED INSURED AND MAILING ADDRESS: PRODUCER: LONE STAR CONVERSIONS DBA LON STAR AUTO SOUND&SE BURNS&WILCOX, LTD. (SAN ANTONIO) 10128 N CROWLEY RD 70 NE LOOP 410, SUITE 1075 CROWLEY, TX 76036 San Antonio, TX 78216 Producer Number: 42098 2. POLICY PERIOD:From 6/23/2021 to 6/23/2022 12:01 A.M. Standard Time at your Mailing Address above. Named Insured is (Check One): ❑ Individual ❑ Partnership ® Corporation ❑ Other: IN RETURN FOR THE PAYMENT OF THE PREMIUM.AND SUBJECT TO ALL OF THE TERMS OF THIS POLICY.WE.AGREE WITH YOU TO PROVIDE THE INSURANCE AS STATED IN THIS POLICY, 3. THIS POLICY CONSISTS OF THE FOLLOWING COVERAGE PARTS FOR WHICH A PREMIUM IS INDICATED. THIS PREMIUM MAY BE SUBJECT TO ADJUSTMENT. COVERAGE PARTS PREMIUM Commercial Auto Garage Coverage Part $2,700.00 Business Automobile Coverage Part $N/A Commercial Property Coverage Part $N/A Commercial Crime Coverage Part $N/A Commercial Inland Marine Coverage Part $N/A TOTAL $2,700.00 Policy Fee: $265.00 I ax: $151.08 SOF: $2.34 Broker Fee: $150.00 Premium shown is payable at inception. Total: $3,268.42 4. FORMS APPLICABLE TO ALL COVERAGES: See Schedule of Forms and Endorsements— G1502 5. BUSINESS DESCRIPTION: Service& Repair (T03) Car 122100 Sainad C'ia ctc Countersigned: 8/2/2021 By: Date Authorized Representative G1500-0918 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of with its permission V VTVLIL This insurance contract is with an insurer not licensed to transact insurance in this state and is issued and delivered as surplus line coverage under the Texas insurance statutes. The Texas Department of Insurance does not audit the finances or review the solvency of the surplus lines insurer providing this coverage, and the insurer is not a member of the property and casualty insurance guaranty association created under Chapter 462, Insurance Code. Chapter 225, Insurance Code, requires payment of a 4.85 percent tax on gross premium. SCHEDULE OF INSURED LOCATIONS LOCATION LOCATION ADDRESS OCCUPANCY 100% MOBILE OPS? NUMBER 1 10128 N CROWLEY RD, CROWLEY TX 76036 Car Service/Repair NO G1500-0918 Includes copyrighted material of Insurance Services Office, Inc., Page 2 of with its permission. V V`TJilf GARAGE COVERAGE PART DECLARATIONS Made a part of Policy Number GP8452722 Effective Date 6/23/2021 (12:01 a.m. Standard Time) ITEM ONE—NAMED INSURED AND MAILING ADDRESS/POLICY PERIOD/BUSINESS DESCRIPTION Shown in Common Policy Declarations ITEM TWO—SCHEDULE OF COVERAGES AND COVERED AUTOS: This policy provides only those coverages identified by entry of a PREMIUM and by entry of the applicable COVERED "AUTO" DESIGNATION SYMBOL in the columns below(numerical symbols are defined in Section 1 of the Garage Coverage Formy Entry of a covered"auto-symbol next to Liability provides coverage for"garage operations". LIMIT GARAGE COVERAGE COVERED THE MOST WE WILL PAY FOR ANY ONE PREMIUM "AUTOS" ACCIDENT OR LOSS Each"Accident""Garage Operations- Aggregate-"Garage Operations' LIABILITY 29 "Auto-Only 10ther Than"Auto"Only Other Than"Auto'Only $500.000 $500,000 $1.000,000 $2,105 G I. A E- SPECIFIED CAUSES OF LOSS SEE R E 30 LIMITS OF A Y COMPREHENSIVE INSURANCE G T ON PAGE 2 OF S442 E. R COLLISION 30 DECLARATIONS S P H D SPECIFIED CAUSES OF LOSS SEE Y A I LIMITS OF S h1 COMPREHENSIVE INSURANCE I A COLLISION ON PAGE 3 OF 4 E DECLARATIONS L MEDICAL PAYMENTS 29 $5,000 $loll MEDICAL EXPENSE AND INCOME I SEPARATELY STATED IN THE ENDORSEMENT S LOSS BENEFITS(VIRGINIA ONLY) UNINSURED/UNDERINSURED SEPARATELY STATED IN THE ENDORSEMENT MOTORIST S PERSONAL INJURY PROTECTION SEPARATELY STATED IN THE ENDORSEMENT S PROPERTY PROTECTION SEPARATELY STATED IN THE ENDORSEMENT S INSURANCE(MICHIGAN ONLY) FIRE LEGAL LIABILITY SEPARATELY STATED IN THE ENDORSEMENT $ PREMIUM FOR ENDORSEMENTS $50 TOTAL POLICY PREMIUM S2.%00 ITEM THREE—LOCATIONS WHERE YOU CONDUCT GARAGE OPERATIONS See Common Policy Declarations G1501-0117 Page 1 of 4 ITEM FOUR-LIABILITY COVERAGES-PREMIUMS LOC.NO. Rating Units Payroll Premium 1. 15,600 $2,105 ITEM FIVE—RESERVED FOR FUTURE USE ITEM SIX—GARAGEKEEPERS COVERAGES AND PREMIUMS LOC.NO. Coverages Limit of Insurance for Each Location Premium For All Location Specified Causes of $100,000 MINUS$1,000 DEDUCTIBLE FOR EACH COVERED AUTO FOR Loss,or LOSS SUBJECT TO$5,000 MAXIMUM DEDUCTIBLE FOR ALL SUCH LOSS 1 Comprehensive Collision $100,000 MINUS$1,000 DEDUCTIBLE FOR EACH COVERED AUTO Specified Causes of $ MINUS$ DEDUCTIBLE FOR EACH COVERED AUTO FOR Loss,or Comprehensive LOSS SUBJECT TO$ MAXIMUM DEDUCTIBLE FOR ALL SUCH LOSS Specified Causes of Loss Collision $ MINUS$ DEDUCTIBLE FOR EACH COVERED AUTO Comprehensive $234 Specified Causes of $ MINUS$ DEDUCTIBLE FOR EACH COVERED AUTO FOR Loss,or LOSS SUBJECT TO$ MAXIMUM DEDUCTIBLE FOR ALL SUCH LOSS Comprehensive Collision $208 Collision $ MINUS$ DEDUCTIBLE FOR EACH COVERED AUTO Specified Causes of $ MINUS$ DEDUCTIBLE FOR EACH COVERED AUTO FOR Loss,or Comprehensive LOSS SUBJECT TO$ MAXIMUM DEDUCTIBLE FOR ALL SUCH LOSS Collision $ MINUS$ DEDUCTIBLE FOR EACH COVERED AUTO ALL Stated Amount per Vehicle $50,000 I$INCL TOTAL PREMIUM $442 GARAGEKEEPERS COVERAGE applies on a legal liability basis unless the Primary Option has been selected indicated by"X". ❑ PRIMARY INSURANCE GARAGEKEEPERS COVERAGE is changed to apply without regard to your or any other"insured's"legal liability for "loss"to a covered"auto"and is Primary Insurance. G1501-0117 Page 2 of 4 v vw�ss ITEM SEVEN—PHYSICAL DAMAGE COVERAGE FOR DEALERS AND NON-REPORTING PREMIUM Each of the following Physical Damage coverages that is indicated in ITEM TWO applies only to the type of"autos"and interests indicated below by"X". ❑ Used Autos ❑ Your interest in covered"autos"you own ❑ New Autos ❑ Your interest and the interest of any creditor named as loss payee ❑All interests in covered"autos"while in your possession on consignment for sale LOC. NO. Coverages Limit of Insurance for Each Location Premium For All Locations Specified Causes of $ MINUS$ DEDUCTIBLE FOR EACH COVERED AUTO FOR Loss,or LOSS SUBJECT TO$ MAXIMUM DEDUCTIBLE FOR ALL SUCH LOSS 1' Comprehensive Specified Causes of Specified Causes of $ MINUS$ DEDUCTIBLE FOR EACH COVERED AUTO FOR Loss Loss,or LOSS SUBJECT TO$ MAXIMUM DEDUCTIBLE FOR ALL SUCH LOSS $ Comprehensive Comprehensive Specified Causes of $ MINUS$ DEDUCTIBLE FOR EACH COVERED AUTO FOR $ Loss,or LOSS SUBJECT TO$ MAXIMUM DEDUCTIBLE FOR ALL SUCH LOSS Comprehensive Collision Specified Causes of $ MINUS$ DEDUCTIBLE FOR EACH COVERED AUTO FOR $ Loss,or LOSS SUBJECTTO$ MAXIMUM DEDUCTIBLE FOR ALL SUCH LOSS Comprehensive ALL Collision $ MINUS$ DEDUCTIBLE FOR EACH COVERED AUTO ALL Stated Amount per $ $ Vehicle Our Limit of Insurance for"loss"at locations other than those stated in ITEM THREE is TOTAL PREMIUM $ $ at additional locations where you store covered"autos"and$ while in transit. Loss Payee: ITEM EIGHT—RESERVED FOR FUTURE USE ITEM NINE—SCHEDULE OF SPECIFICALLY DESCRIBED"AUTOS" NO. Year, Make,Body Type,Vehicle Identification Number Stated Amount ISO Company NO. Territory GVW Use Radius Code Code Loss Payee COVERAGES III apply as indicated by entry of a premium.) Liability Specified Causes of Comprehensive Collision Medical UM/UIM Personal Injury Loss Payments Protection NO. Premium Ded Premium Ded Premium Ded Premium Premium Premium Premium ota I XXX XXX I XXX ITEM TEN—RESERVED FOR FUTURE USE ITEM ELEVEN—OTHER COVERAGES Coverage Form Limit of Insurance Deductible Premium Errors and Omissions G1551 $ per incident,subject to a policy $ Per Claim $ period Aggregate of$ G1501-011 r Page 3 of 4 VI _� &A SECTION III—GARAGEKEEPERS COVERAGE b. The cost of bonds to release attachments in A. Coverage any "suit" against the "insured" we defend, but only for bond amounts within our Limit 1. We will pay all sums the "insured" legally must of Insurance. pay as damages for "loss" to a "customer's auto"or"customer's auto"equipment left in the c. All reasonable expenses incurred by the "insured's" care while the "insured" is attend- "insured" at our request, including actual ing, servicing, repairing, parking or storing it in loss of earnings up to $25Q a day because of time off from work. your "garage operations" under: a. Comprehensive Coverage d. All court costs taxed against the "insured" in any "suit" against the "insured" we defend. From any cause except: However, these payments do not include (1) The "customer's autos" collision with attorneys' fees or attorneys' expenses another object; or taxed against the"insured". (2) The"customer's auto's"overturn. e. All interest on the full amount of any judg- ment that accrues after entry of the judg- ment in any "suit" against the "insured" we Caused by: defend; but our duty to pay interest ends (1) Fire, lightning or explosion; when we have paid, offered to pay or de- (2) Theft; or posited in court the part of the judgment that is within our Limit of Insurance. (3) Mischief or vandalism. These payments will not reduce the Limit of In- c. Collision Coverage surance. Caused by: B. Exclusions (1) The "customer's auto's" collision with 1. This insurance does not apply to any of the another object; or following: (2) The"customer's auto's"overturn. a. Contractual Obligations 2. We have the right and duty to defend any "in- Liability resulting from any contract or sured" against a "suit" asking for these dam- agreement by which the "insured" accepts ages. However, we have no duty to defend any responsibility for "loss". But this exclusion "insured" against a "suit" seeking damages for does not apply to liability for "loss"that the any loss to which this insurance does not ap- "insured" would have in the absence of the ply. We may investigate and settle any claim or contract or agreement. "suit" as we consider appropriate. Our duty to b. Theft defend or settle ends for a coverage when the Limit of Insurance for that coverage has been "Loss" due to theft or conversion caused in exhausted by payment of judgments or settle- any way by you, your "employees" or by ments. your shareholders. 3. Who Is An Insured c. Defective Parts The following are "insureds" for "loss" to "cus- Defective parts or materials_ tomer's autos" and "customer's auto" equip- d. Faulty Work ment: Faulty'wvorkyou performed". a. You. 2. We will not pay for "loss" to any of the follow- b. Your partners (if you are a partnership), ing: members (if you are a limited liability com- a. Tape decks or other sound-reproducing pany), "employees", directors or sharehold- equipment unless permanently installed in a ers while acting within the scope of their du- "customer's auto". ties as such_ 4. Coverage Extensions b. Tapes, records or other sound-reproducing devices designed for use with sound-re- The following apply as Supplementary Pay- producing equipment. ments.We will pay for the "insured": a. All expenses we incur. CA 00 05 0310 0 Insurance Services Office, Inc., 2009 Page 9 of 17 ❑ V t V'TVf.I i c. Sound-receiving equipment designed for 3. Sometimes to settle a claim or "suit", we may use as a citizens' band radio, two-way mo- pay all or any part of the deductible. If this bile radio or telephone or scanning monitor happens you must reimburse us for the de- receiver, including its antennas and other ductible or that portion of the deductible that accessories, unless permanently installed we paid. in the dash or console opening normally SECTION IV—PHYSICAL DAMAGE COVERAGE used by the "customer's auto" manufacturer for the installation of a radio. A. Coverage d. Any device designed or used to detect 1. We will pay for "loss"to a covered "auto" or its speed-measuring equipment such as radar equipment under: or laser detectors and any jamming appara- a. Comprehensive Coverage tus intended to elude or disrupt speed- From any cause except: measuring equipment. 3. We will not pay for"loss"caused by or resulting (1) The covered "auto's" collision with an- from the following. Such "loss" is excluded re- gardless of any other cause or event that con- (2) The covered"auto's"overturn. tributes concurrently or in any sequence to the b. Specified Causes Of Loss Coverage "loss Caused by: a. War, including undeclared or civil war; (1) Fire, lightning or explosion; b. Warlike action by a military force, including (2) Theft; action in hindering or defending against an actual or expected attack, by any govern- (3) Windstorm, hail or earthquake; ment, sovereign or other authority using (4) Flood; military personnel or other agents; or c. Insurrection, rebellion, revolution, usurped (5) Mischief or vandalism; or or action taken by governmental au- {6) The sinking, burning, collision or derail- power,thority in hindering or defending against any the any conveyance transporting covered of these. the cred "auto". C. Limits Of Insurance And Deductibles c. Collision Coverage 1. Regardless of the number of "customer's Caused by: autos", 'Insureds", premiums paid, claims (1) The covered "auto's" collision with an- made or "suits" brought, the most we will pay other object; or for each "loss" at each location is the Ga- (2) The covered"auto's"overturn. ragekeepers Coverage Limit of Insurance shown in the Declarations for that location. 2. Glass Breakage—Hitting A Bird Or Animal— Prior to the application of this limit, the dam- Falling Objects Or Missiles ages for"loss"that would otherwise be payable If you carry Comprehensive Coverage for the will be reduced by the applicable deductibles damaged covered "auto", we will pay for the for"loss"caused by: following under Comprehensive Coverage: a. Collision; or a. Glass breakage; b. With respect to Garagekeepers Coverage b. "Loss" caused by hitting a bird or animal; Comprehensive or Specified Causes Of and Loss Coverage: c. "Loss"caused by falling objects or missiles. (1) Theft or mischief or vandalism; or However, you have the option of having glass (2) All perils_ breakage caused by a covered "auto's" colli- 2. The maximum deductible stated in the Declara- sion or overturn considered a "loss" under Col- tions for Garagekeepers Coverage Compre- lision Coverage. hensive or Specified Causes Of Loss Cover- age is the most that will be deducted for all "loss" in any one event caused by a. Theft or mischief or vandalism; or b. All perils. Page 10 of 17 0 Insurance Services Office, Inc., 2009 CA 00 05 0310 13 V V�lVLfi 3. Coverage Extension—Loss Of Use b. Any covered "auto" while used in any pro- Expenses fessional or organized racing or demolition For Hired Auto Physical Damage, we will pay contest or stunting activity, or while practic- expenses for which an "insured" becomes le- ing for such contest or activity. We will also gally responsible to pay for loss of use of a ve- not pay for "loss" to any covered "auto" hicle rented or hired without a driver, under a while that covered "auto" is being prepared written rental contract or agreement. We will for such contest or activity. pay for loss of use expenses if caused by: c. Tapes, records, discs or other similar audio, a. Other than collision only if the Declarations visual or data electronic devices designed indicate that Comprehensive Coverage is for use with audio, visual or data electronic provided for any covered"auto", equipment. b. Specified Causes Of Loss only if the Decla- d. Any device designed or used to detect rations indicate that Specked Causes Of speed measuring equipment such as radar Loss Coverage is provided for any covered or laser detectors and any jamming appara- "auto'; or tus intended to elude or disrupt speed- measurement equipment. c. Collision only if the Declarations indicate e. Any electronic equipment, without regard to that Collision Coverage is provided for any covered auto . whether this equipment is permanently in- stalled, that reproduces, receives or trans- However, the most we will pay for any ex- mits audio, visual or data signals. penses for loss of use is $20 per day, to a maximum of$600. f. Any accessories used with the electronic B. Exclusions equipment described in Paragraph e. above. 1. We will not pay for"loss"caused by or resulting 3. Exclusions 2.e. and 2.f. do not apply to equip- from any of the following. Such "loss" is ex- ment designed to be operated solely by use of cluded regardless of any other cause or event the power from the "auto's" electrical system that contributes concurrently or in any se- that, at the time of"loss", is: quence to the"loss". a. Permanently installed in or upon the cov- a. Nuclear Hazard ered"auto'; (1) The explosion of any weapon employing b. Removable from a housing unit which is atomic fission or fusion; or permanently installed in or upon the cov- (2) Nuclear reaction or radiation, or radioac- ered"auto'; tive contamination, however caused. c. An integral part of the same unit housing b. War Or Military Action any electronic equipment described in (1) War, including undeclared or civil war; Paragraphs a.and b.above; or (2) Warlike action by a military force, includ- d. Necessary for the normal operation of the ing action in hindering or defending covered auto or the monitoring of the against an actual or expected attack, by covered autos operating system. any government, sovereign or other au- 4. False Pretense thority using military personnel or other We will not pay for "loss" to a covered "auto" agents; or caused by or resulting from.- (3) Insurrection, rebellion, revolution, a. Someone causing you to voluntarily part usurped power or action taken by gov- with it by trick or scheme or under false pre- ernmental authority in hindering or de- tenses;or fending against any of these. b. Your acquiring an "auto" from a seller who 2. We will not pay for "loss" to any of the follow- did not have legal title. ing: 5. We will not pay for: a. Any covered "auto" leased or rented to oth- ers unless rented to one of your customers a. Your expected profit including loss of mar- while their "auto" is left with you for service ket value or resale value. or repair. CA 00 05 0310 0 Insurance Services Office, Inc., 2009 Page 11 of 17 ❑ V■ V�IVL/i b. "Loss" to any covered "auto" displayed or 5. The following provisions also apply: stored at any location not shown in Item a. Regardless of the number of covered Three of the Declarations if the "loss" oc- "autos" involved in the "loss", the most we curs more than 45 days after your use of will pay for all "loss" at any one location is the location begins. the amount shown in the Declarations for c. Under the Collision Coverage, "loss"to any that location. Regardless of the number of covered "auto" while being driven or trans- covered "autos" involved in the "loss", the ported from the point of purchase or distri- most we will pay for all "loss"in transit is the bution to its destination if such points are amount shown in the Declarations for"loss" more than 50 road miles apart. in transit. d. Under the Specified Causes Of Loss Cov- b. Quarterly Or Monthly Reporting erage, "loss" to any covered "auto" caused Premium Basis by or resulting from the collision or upset of If, on the date of your last report, the actual any vehicle transporting it. value of the covered "autos" at the "loss" 6. We will not pay for "loss" to a covered "auto" location exceeds what you last reported, due to"diminution in value". when a "loss" occurs we will pay only a 7. Other Exclusions percentage of what we would otherwise be We will not for"loss"due and confined to: obligated to pay. We will determine this pay percentage by dividing your total reported a. Wear and tear, freezing, mechanical or value for the involved location by the total electrical breakdown. actual value at the "loss" location on the b. Blowouts, punctures or other road damage date of your last report. to tires. If the first report due is delinquent on the This exclusion does not apply to such "loss" date of "loss", the most we will pay will not resulting from the total theft of a covered exceed 75 percent of the Limit of Insurance "auto". shown in the Declarations for the applicable location. C. Limits Of Insurance c. Non-reporting Premium Basis 1. The most we will pay for"loss"to any one cov- If, when "loss" occurs, the total value of ered"auto" is the lesser of: your covered "autos" exceeds the Limit of a. The actual cash value of the damaged or Insurance shown in the Declarations, we stolen property as of the time of"loss'; or will pay only a percentage of what we would b. The cost of repairing or replacing the dam- otherwise be obligated to pay. We will de- aged or stolen property with other property termine this percentage by dividing the of like kind and quality. Limit of Insurance by the total actual value 2. $1,000 is the most we will pay for"loss" in any at the "loss" location at the time the "loss" one "accident" to all electronic equipment that occurred. reproduces, receives or transmits audio, visual D. Deductible or data signals which, at the time of"loss", is: For each covered "auto", our obligation to pay for, a. Permanently installed in or upon the cov- repair, return or replace damaged or stolen prop- ered "auto" in a housing, opening or other erty will be reduced by the applicable deductible location that is not normally used by the shown in the Declarations prior to the application "auto" manufacturer for the installation of of the Limit of Insurance shown in the Declara- such equipment; tions, provided that.- b. Removable from a permanently installed 1. The Comprehensive or Specified Causes Of housing unit as described in Paragraph 2.a. Loss Coverage deductible applies only to"loss" above; or caused by.- c. An integral part of such equipment. a. Theft or mischief or vandalism; or 3. An adjustment for depreciation and physical b. All perils. condition will be made in determining actual cash value in the event of a total "loss". 4. If a repair or replacement results in better than like kind or quality, we will not pay for the amount of the betterment. Page 12 of 17 C Insurance Services Office, Inc., 2009 CA 00 06 0310 ❑ 2. Regardless of the number of covered "autos" (2) Immediately send us copies of any re- damaged or stolen, the per"loss"deductible for quest, demand, order, notice, summons Comprehensive or Specified Causes Of Loss or legal paper received concerning the Coverage shown in the Declarations is the claim or"suit". maximum deductible applicable for all "loss" in (3) Cooperate with us in the investigation or any one event caused by: settlement of the claim or defense a. Theft or mischief or vandalism; or against the"suit". b. All perils. (4) Authorize us to obtain medical records SECTION V—GARAGE CONDITIONS or other pertinent information. The following conditions apply in addition to the (5) Submit to examination at our expense, Common Policy Conditions: by physicians of our choice, as often as A. Loss Conditions we reasonably require. c. If there is "loss" to a covered "auto" or its 1. Appraisal For Physical Damage Loss equipment you must also do the following: If you and we disagree on the amount of"loss", (1) Promptly notify the police if the covered either may demand an appraisal of the "loss". "auto"or any of its equipment is stolen. In this event, each party will select a competent appraiser. The two appraisers will select a (2) Take all reasonable steps to protect the competent and impartial umpire. covered "auto" from further damage. Also keep a record of your expenses for The appraisers will state separately the actual consideration in the settlement of the cash value and amount of "loss". If they fail to claim. agree, they will submit their differences to the umpire. A decision agreed to by any two will be (3) Permit us to inspect the covered "auto" binding. Each party will: and records proving the "loss" before its repair or disposition. a. Pay its chosen appraiser; and (4) Agree to examinations under oath at our b. Bear the other expenses of the appraisal request and give us a signed statement . and umpire equally. of your answers. If we submit to an appraisal, we will still retain 3. Legal Action Against Us our right to deny the claim. No one may bring a legal action against us un- 2. Duties In The Event Of Accident,Claim, Suit der this coverage form until: Or Loss a. There has been full compliance with all the We have no duty to provide coverage under terms of this coverage form; and this policy unless there has been full compli- ance with the following duties: b. Under Liability Coverage, we agree in writ- ing that the "insured" has an obligation to a. In the event of "accident', claim, "suit" or pay or until the amount of that obligation "loss", you must give us or our authorized has finally been determined by judgment af- representative prompt notice of the accident ter trial. No one has the right under this pol- or"loss". Include: icy to bring us into an action to determine (1) How, when and where the "accident" or the"insured's" liability. "loss"occurred; 4. Loss Payment—Physical Damage (2) The"insured's"name and address, and Coverages (3) To the extent possible, the names and At our option we may: addresses of any injured persons and a. Pay for, repair or replace damaged or sto- witnesses. len property; b. Additionally, you and any other involved b. Return the stolen property, at our expense. "insured"must: We will pay for any damage that results to (1) Assume no obligation, make no pay- the"auto"from the theft; or ment or incur no expense without our c. Take all or any part of the damaged or sto- consent, except at the "insureds own len property at an agreed or appraised cost_ value. CA 00 05 0310 ©Insurance Services Office, Inc., 2009 Page 13 of 17 13 Have a complaint or need help? If you have a problem with a claim or your premium,call your insurance company first. If you can't work out the issue,the Texas Department of Insurance may be able to help. Even if you file a complaint with the Texas Department of Insurance,you should also file a complaint or appeal through your insurance company. If you don't,you may lose your right to appeal. Argo Group US To get information orfile a complaintwith your insurance company: Call: General Counsel toll free at 1-877-474-8808 Online: argolimited.com Email: ConsumerComplaints@,ArgoGroupUS.com Mail: General Counsel Argo Group US, Inc. P.O. Box 469012 San Antonio,TX 78246 The Texas Departmentof Insurance To get help with an insurance question or file a complaint with the state: Call with a question: 1-800-252-3439 File a complaint: vwwvtdi.texas.gov Email: ConsumerProtection@tdi.texas.gov Mail: MC 111-1 A, P.O. Box 149091,Austin, TX78714-9091 ZTiene una queja o necesita ayuda? Si tiene un problema con una reclamacion o con su prima de seguro, Ilame primero a su companfa de seguros. Si no puede resolver el problems,es posible que el Departamento de Seguros de Texas (Texas Department of Insurance,por su nombre en ingles) pueda ayudar. Aun si usted presenta una queja ante el Departamento de Seguros de Texas,tambien debe presenter una queja a traves del proceso de quejas o de apelaciones de su companfa de seguros. Si no to hace, podrfa perder su derecho para apelar. Argo Group US Para obtener informacion o para presentar una queja ante su compaiifa de seguros: Llame a: General Counsel Ilamadagratuita al 1-8T7-474-8808 En Ifnea: argolimited.com Correo electronico: ConsumerComplaints@ArgoGroupUS.com Direccion postal: General Counsel Argo Group US, Inc. P.O. Box 469012 San Antonio,TX78246 El Departamento de Seguros de Texas Para obtener ayuda con una pregunta relacionada con los seguros o para presenter una qu eja ante el estado: Llame con sus preguntas al: 1-800-252-3439 Presente una queja en: wvwv.tdi.texas.gov Correo electronico: ConsumerProtection@tdi.texas.gov Direccion postal: MC 111-1 A, P.O.Box 149091,Austin,TX78714-9091 TXNOTICE-0320 Page 1 of 1 V W'f 'A COMMERCIAL AUTO CA 25 05 03 06 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GARAGE LOCATIONS AND OPERATIONS MEDICAL PAYMENTS COVERAGE This endorsement modifies insurance provided under the following: GARAGE COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. A. Coverage 3. "Bodily injury" arising directly or indirectly out We will pay reasonable medical and funeral ex- of: penses to or for each person who sustains "bodily a. War, including undeclared or civil war; injury' to which this coverage applies, caused by b. Warlike action by a military force, including an "accident"and resulting from: action in hindering or defending against an 1. The maintenance or use of the locations actual or expected attack, by any govern- shown in the Declarations and that portion of meat, sovereign or other authority using the roads or other accesses that adjoin these military personnel or other agents; or locations for garage business. c. Insurrection, rebellion, revolution, usurped 2. All operations necessary or incidental to a power, or action taken by governmental au- garage business. thority in hindering or defending against any We will pay only those expenses incurred for ser- of these. vices rendered within one year from the date of 4. "Bodily injury"to any"insured". the"accident". C. Limit Of Insurance B. Exclusions Regardless of the number of persons who sustain This insurance does not apply to: "bodily injury" or claims made, the most we will 1. "Bodily injury" resulting from the maintenance pay for "bodily injury" for each person injured in or use of any"auto". any one "accident" is the Limit of Medical Pay- 2. "Bodily injury to a person, whether or not an ments Coverage shown in the Declarations. "employee" of any "insured", if benefits for the D. Changes In Conditions "bodily injury"are payable or must be provided The Transfer Of Rights Of Recovery Against under a workers' compensation or disability Others To Us Garage Condition does not apply. benefits law or a similar law. CA 25 05 03 06 ©ISO Properties, Inc., 2005 Page 1 of 1 13 V� V1VLIi POLICY NUMBER-GP8452722 COMMERCIAL AUTO CA 25 0712 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LOCATIONS AND OPERATIONS NOT COVERED This endorsement modifies insurance provided under the following: GARAGE COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement_ This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective 6 23 2021 Named Insured Lone Star Conversions dba LonestarAut Countersigned By Samud ewoa an (Authorized Representative) SCHEDULE Locations and Operations Not Covered: Louestar Saddles&. Horsetack (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The Garage Coverage Form does not apply to the locations or operations described in the Schedule. CA 25 0712 93 Copyright, Insurance Services Office, Inc., 1993 Page 1 of 1 COMMERCIAL AUTO CA 99 03 03 06 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO MEDICAL PAYMENTS COVERAGE This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorse- 3. "Bodily injury" sustained by any "family mem- ment, the provisions of the Coverage Form apply ber'while "occupying" or struck by any vehicle unless modified by the endorsement. (other than a covered "auto") owned by or fur- A. Coverage nished or available for the regular use of any We will pay reasonable expenses incurred for "family member'. necessary medical and funeral services to or for 4. "Bodily injury"to your"employee"arising out of an "insured" who sustains "bodily injury" caused and in the course of employment by you. How- by "accident". We will pay only those expenses in- ever, we will cover "bodily injury" to your do- curred, for services rendered within three years mestic "employees" if not entitled to workers' from the date of the"accident". compensation benefits. For the purposes of this endorsement, a domestic "employee" is a B. Who Is An Insured person engaged in household or domestic 1. You while "occupying" or, while a pedestrian, work performed principally in connection with a when struck by any"auto". residence premises. 2. If you are an individual, any "family member' 5. "Bodily injury" to an "insured" while working in while "occupying" or, while a pedestrian, when a business of selling, servicing, repairing or struck by any"auto". parking"autos" unless that business is yours. 3. Anyone else "occupying"a covered "auto"or a 6. "Bodily injury" arising directly or indirectly out . temporary substitute for a covered "auto". The of: covered "auto" must be out of service because a. War, including undeclared or civil war; of its breakdown, repair, servicing, loss or de- struction. b. Warlike action by a military force, including C. Exclusions action in hindering or defending against an actual or expected attack, by any govern- This insurance does not apply to any of the follow- ment, sovereign or other authority using ing: military personnel or other agents; or 1. "Bodily injury" sustained by an "insured" while c. Insurrection, rebellion, revolution, usurped "occupying" a vehicle located for use as a power, or action taken by governmental au- premises. thority in hindering or defending against any 2. "Bodily injury" sustained by you or any "family of these. member' while "occupying" or struck by any vehicle (other than a covered "auto") owned by you or furnished or available for your regular use. CA 99 03 03 06 ©ISO Properties, Inc., 2005 Page 1 of 2 ❑ 7. "Bodily injury" to anyone using a vehicle with- E. Changes In Conditions out a reasonable belief that the person is enti- The Conditions are changed for Auto Medical tled to do so. Payments Coverage as follows: 8. "Bodily Injury" sustained by an "insured" while 1. The Transfer Of Rights Of Recovery Against "occupying" any covered "auto" while used in g ry g any professional racing or demolition contest Others To Us Condition does not apply. or stunting activity, or while practicing for such 2. The reference in Other Insurance in the Busi- contest or activity. This insurance also does ness Auto and Garage Coverage Forms and not apply to any "bodily injury" sustained by an Other Insurance — Primary And Excess Insur- "insured"while the "auto" is being prepared for ance Provisions in the Truckers and Motor such a contest or activity. Carrier Coverage Forms to "other collectible insurance"applies only to other collectible auto D. Limit Of Insurance medical payments insurance. Regardless of the number of covered "autos", "in- F. Additional Definitions sureds", premiums paid, claims made or vehicles involved in the "accident", the most we will pay for As used in this endorsement: "bodily injury"for each "insured" injured in any one 1. "Family member' means a person related to "accident" is the Limit Of Insurance for Auto Medi- you by blood, marriage or adoption who is a cal Payments Coverage shown in the Declara- resident of your household, including a ward or tions. foster child. No one will be entitled to receive duplicate pay- 2. "Occupying" means in, upon, getting in, on, out ments for the same elements of "loss" under this or off. coverage and any Liability Coverage Form, Unin- sured Motorists Coverage Endorsement or Under- insured Motorists Coverage Endorsement at- tached to this Coverage Park Page 2 of 2 © ISO Properties, Inc., 2005 CA 99 03 03 06 ❑ V■ V�VLIi COMMERCIAL AUTO CA 01 97 0312 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES - GARAGE COVERAGE FORM For a covered "auto" licensed or principally garaged in, or "garage operations" conducted in, Texas, this endorsement modifies insurance provided under the following: GARAGE COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. Changes In Garagekeepers Coverage C. Changes In Conditions If the Garagekeepers Coverage in the Garage The following condition is added: Coverage Form is selected or the Garagekeepers Claim-handling Procedures Coverage — Customers' Sound-receiving Equipment endorsement is attached, the following 1. Within 15 days after we receive written notice exclusion is added: of a claim, we will: Texas Controlled Substance Act a. Acknowledge receipt of the claim. If we do We will not pay for "loss" due to or as a not acknowledge receipt of the claim inwriting, we will keep a record of the date consequence of a seizure of a covered "auto" by method and content of the federal or state law enforcement officers as acknowledgment; evidence in a case against you under the Texas Controlled Substances Act or the federal b. Begin any investigation of the claim; and Controlled Substances Act if you are convicted in c. Specify the information you must provide in such case. accordance with Paragraph b. of the Duties B. Changes In Physical Damage Coverage Condition_ 1. The following exclusion is added to Paragraph We may request more information at a later B. Exclusions of Section IV — Physical date, if during the investigation of the claim Damage Coverage: such additional information is necessary. We will not pay for "loss" due to or as a 2• After we receive the information we request, consequence of a seizure of a covered "auto" we will notify you in writing as to whether: by federal or state law enforcement officers as a. The claim will be paid; evidence in a case against you under the b. The claim has been denied, and inform you Texas Controlled Substances Act or the federal of the reasons for denial; Controlled Substances Act if you are convicted in such case. c. More information is necessary; or 2. Paragraphs C.3. and CA. of the Limit Of d. We need additional time to reach a Insurance provision under Section IV — decision. If we need additional time, we will Physical Damage Coverage do not apply. inform you of the reasons for such need. 3. Paragraph D. Deductible of Section IV — We will provide notification, as described in Physical Damage Coverage is amended by 2.a.through 2.d. above, within: the addition of the following paragraph: (1) 15 "business days'; or At the mutual agreement of you and us, we will (2) 30 days if we have reason to believe the not apply the deductible to "loss"to glass, if the "loss"resulted from arson. glass is repaired rather than replaced. CA 0197 0312 0 Insurance Services Office, Inc., 2012 Page 1 of 2 f If we have notified you that we need additional b. Any settlement of a claim made or "suit" time to reach a decision, we must then either brought against the "insured" under the approve or deny the claim within 45 days of Liability Coverage section of this policy. The such notice. notice will be given not later than the 30th 3. If a claim results from a weather-related day after the date of settlement. catastrophe or a major natural disaster as As used in this condition, "business day" means a defined by the Texas Department of Insurance, day other than Saturday, Sunday or a holiday the claim-handling deadlines described above recognized by the state of Texas. are extended for an additional 15 days. D. Changes In Uninsured/Underinsured Motorists 4. If we notify you that we will pay your claim, or Coverage part of your claim, we will pay within five All references to "Uninsured Motorists Coverage" "business days"after we notify you_ in the title or text of any Coverage Form or However, if payment of the claim or part of the endorsement thereto are changed to read claim is conditioned on your compliance with "Uninsured/Underinsured Motorists Coverage". any of the terms under this policy, we will make payment within five "business days" after the date you have complied with such terms. S. We will notify the first Named Insured in writing of: a. An initial offer to settle a claim made or "suit" brought against any "insured" under the Liability Coverage section of this policy. The notice will be given no later than the 10th day after the date on which the offer is made. Page 2 of 2 0 Insurance Services Office, Inc., 2012 CA 0197 0312 V V7VLfi Have a complaintor need help? If you have a problem with a claim or your premium,call your insurance company first. If you can't work out the issue,the Texas Department of Insurance may be able to help. Even if you file a complaint with the Texas Department of Insurance,you should also file a complaint or appeal through your insurance company. If you don't, you may lose your right to appeal. Argo Group US To get information orfile a complaintwith your insurance company: Call: General Counsel toll free at 1-877-474-8808 Online: argolimited.com Email: ConsumerComplaints@,ArgoGroupUS.com Mail: General Counsel Argo Group US, Inc. P.O. Box 469012 San Antonio,TX78246 The Texas Department of Insurance To get help with an insurance question or file a complaint with the state: Call with a question: 1-800-252-3439 File a complaint: vwwv.tdi.texas.gov Email: ConsumerProtection@tdi.texas.gov Mail: MC 111-1 A, P.O. Box 149091,Austin, TX78714-9091 ZTiene una queja o necesita ayuda? Si tiene un problema con una reclamaci6n o con su prima de seguro, Ilame primero a su compania de seguros. Si no puede resolver el problema,es posible que el Departamento de Seguros de Texas (Texas Department of Insurance, por su nombre en ingles) pueda ayudar. Aun si usted presenta una queja ante el Departamento de Seguros de Texas,tambien debe presentar una queja a traves del proceso de quejas o de apelaciones de su compania de seguros. Si no to hace, podria perder su derecho para apelar. Argo Group US Para obtener informaci6n o para presentar una queja ante su companfa de seguros: Uame a: General Counsel Ilamadagratuita al 1-877.474-8808 En linea: argolimited.com Correo electr6nico: ConsumerComplaints@ArgoGroupUS.com Direcci6n postal: General Counsel Argo Group US, Inc. P.O. Box 469012 San Antonio,TX 78246 El Departamento de Seguros de Texas Para obtener ayuda con una pregunta relacionada con los seguros o para presenter una qu eja ante el estado: Llame con sus preguntas al: 1-800-252-3439 Presente una queja en: vwwv.tdi.texas.gov Correo electr6nico: ConsumerProtection@tdi.texas.gov tdi.texas.gov Direcci6n postal: MC 111-1A, P.O.Box 149091,Austin,TX78714-9091 TXNOTICE-0320 Page 1 of 1 EXHIBIT E VERIFICATION OF SIGNATURE AUTHORITY LONE STAR AUTO SOUND AND SECURITY 10128 N.CROWLEY RD, STE N CROWLEY,TX 76036 Execution of this Signature Verification Form ("Form") hereby certifies that the following individuals and/or positions have the authority to legally bind Vendor and to execute any agreement, amendment or change order on behalf of Vendor. Such binding authority has been granted by proper order, resolution, ordinance or other authorization of Vendor. City is fully entitled to rely on the warranty and representation set forth in this Form in entering into any agreement or amendment with Vendor. Vendor will submit an updated Form within ten (10) business days if there are any changes to the signatory authority.City is entitled to rely on any current executed Form until it receives a revised Form that has been properly executed by Vendor. 1. Name: Mike Behrens Position: Owner Signature 2. Name: Position: Signature: 3. Name: Position: Signature: Name: Signature of President Other Title: Date: Vendor Services Agreement Lone Star Auto Sound and Security Page 20 of 20 10/19/22,8:28 AM M&C Review Official site of the City of Fort Worth,Texas WoRym CITY COUNCIL AGENDA FoR Create New From This M&C DATE: 9/27/2022 REFERENCE**M&C 22- LOG 13P22-0122 ADDITIONAL LT & HVY NO.: 0748 NAME: DUTY VEHICLES & EQP SVS LSJ PMD CODE: P TYPE: CONSENT PUBLIC NO HEARING: SUBJECT. (ALL) Authorize Non-Exclusive Purchase Agreements with BMW Motorcycles of North Dallas, Custom Truck One Source, L.P., Frank's Wheel Aligning, Inc., Lone Star Auto Sound & Security, Premier Truck Group and Siddons Martin Emergency Group, LLC., for Additional Light and Heavy Duty Vehicle and Equipment Services for the Property Management Department for a Combined Annual Amount Up to $1,974,288.00 for the Initial Term and Authorize Four One-Year Renewals for the Same Annual Amount RECOMMENDATION: It is recommended that the City Council authorize non-exclusive purchase agreements with BMW Motorcycles of North Dallas, Custom Truck One Source, L.P., Frank's Wheel Aligning, Inc., Lone Star Auto Sound & Security, Premier Truck Group and Siddons Martin Emergency Group, LLC., for additional light and heavy duty vehicle and equipment services for the Property Management Department for a combined annual amount up to $1,974,288.00 for the initial term and authorize four one-year renewals for the same annual amount. DISCUSSION: The Property Management (Fleet) Department approached the Purchasing Division for assistance with securing an annual agreement for additional light and heavy duty vehicles and equipment services. Purchasing previously issued Invitation to Bid (ITB) No. 22-0017 which resulted in the award of an annual agreement; however there were not enough Vendors to provide services for the City's mixed fleet of light and heavy duty vehicles, other motorized equipment. In order to procure additional services, Purchasing staff issued ITB No. 22-0122. The ITB included detailed specifications describing the requirements for light and heavy duty vehicle repairs and services. The bid was advertised in the Fort Worth Star-Telegram for six consecutive Wednesdays beginning April 27, 2022 through June 1, 2022. The City received six bids. An evaluation panel consisting of representatives of the Property Management Department reviewed and scored the submittals using Best Value criteria. The individual scores were averaged for each of the criteria and the final scores are listed in the table below. Bidders Evaluation Criteria F—a F_bF_c_F_d Total BMW Motorcycles of North Dallas. 13.3 F8 8.5 F0 30 Custom Truck One Source, L.P. F1 9.5 F_9F TO 31 Frank's Wheel Aligning, Inc. F13 3 F-9 F_8F_0 30 Lone Star Auto Sound & Security 13.3F85 Flo 50 82 Fpremier Truck Group 13.3 F9 8.5 F0 31 Siddons Martin Emergency Group, LLC 12.6 F9 10.5 F 32 Best Value criteria: (a) Contractor's qualification and experience; apps.cfwnet.org/council packet/mc_review.asp?ID=30300&councildate=9/27/2022 1/3 10/19/22,8:28 AM M&C Review (b) Extent to which the goods and services meet the City's needs; (c) Contractor's Reputation (d) Cost of service After evaluation, the panel concluded that BMW Motorcycles of North Dallas, Custom Truck One Source, L.P., Frank's Wheel Aligning, Inc., Lone Star Auto Sound & Security, Premier Truck Group and Siddons Martin Emergency Group, LLC, presented the best value to the City and therefore, recommends that Council authorize agreements with BMW Motorcycles of North Dallas, Custom Truck One Source, L.P., Frank's Wheel Aligning, Inc., Lone Star Auto Sound & Security, Premier Truck Group and Siddons Martin Emergency Group, LLC. Under these non-exclusive agreements, the department will order services according to the lowest cost and availability. No guarantee was made that a specific amount of services would be purchased. Staff certifies that the recommended vendors' bids met specifications. Funding is budgeted in the Fleet Services Outside Repair& Maintenance account of the Property Management Parts & Fuel Inventory Department's Fleet & Equipment Service Fund for Fiscal Year 2022 & Fiscal Year 2023. DIVERSITY AND INCLUSION (DVIN) - A waiver of the goal for Business Equity subcontracting requirement is approved by the DVIN-BE, in accordance with the Business Equity Ordinance, because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. AGREEMENT TERMS - Upon City Council approval, this agreement shall begin upon execution and expire one year from that date. This agreement will be concurrent with the annual agreement awarded from ITB No. 22-0017. RENEWAL TERMS -This agreement may be renewed for four additional one-year renewal periods. This action does not require specific City Council approval provided that the City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal term. ADMINISTRATIVE CHANGE ORDERS - In addition, an administrative change order or increase may be made by the City Manager up to the amount allowed by relevant law and the Fort Worth City Code and does not require specific City Council approval. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendation, funds are available in the current operating budget, as previously appropriated, and upon adoption of the Fiscal Year 2023 Budget by the City Council, funds will be available in the Fiscal Year 2023 Operating Budget, as appropriated, in the Fleet & Equipment Service Fund. Prior to an expenditure being incurred, the Property Management Department has the responsibility to validate the availability of funds. BQN\\ TO Fund Department Account Project Program Activity Budget Reference# Amount i ID I 11 I I Year (Chartfield 2)] FROM Fund Department Account Project Program Activity Budget Reference# Amount ID I I ID Year (Chartfield 2) Submitted for City Manager's Office by: Reginald Zeno (8517) Dana Burghdoff (8018) Originating Department Head: Anthony Rousseau (8338) g g—P Steve Cooke (5134) apps.cfwnet.org/council packet/mc_review.asp?ID=30300&councildate=9/27/2022 2/3 10/19/22,8:28 AM M&C Review Additional Information Contact: Cynthia Garcia (8525) LaKita Slack-Johnson (8314) ATTACHMENTS 13P22-0122 ADDITIONAL LIGHT& HEAVY VEHICLES & EQUP SVS LSJ PMD funds availabilitypdf (CFW Internal) Approved Waiver Form-22-0122.pdf (CFW Internal) Combined FID TABLE.xlsx (CFW Internal) Form 1295 BMW.pdf (CFW Internal) apps.cfwnet.org/council packet/mc_review.asp?ID=30300&councildate=9/27/2022 3/3 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2022-930642 lonestar auto sound&security crowley,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 09/07/2022 being filed. city of fort worth Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identity the contract,and provide a description of the services,goods,or other property to be provided under the contract. 22-0122 window tint, back-up camera,am/fm radio Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party. X 6 UNSWORN DECLARATION My name is mike behrens and my date of birth is 05-24-1953 My address is 10128 n crowley rd Crowley TX 76036 usa (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in Tarrant County, State of Texas on the 06 day ofSeptember,2p 22 (month) (year) Signatur a orized agent of c tracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.191b5cdc