Loading...
HomeMy WebLinkAboutContract 57048-R1 CSC No.57048-R1 CITY OF FORT WORTH REQUEST TO EXERCISE RENEWAL OPTION December 1, 2022 Real Network Services, Inc. Attn: Jose Reyes 5529 Redfield St. Dallas, TX 75235 Re: Contract Renewal Notice Contract No. CSC No.57048 (the"Contract") Renewal Term No. 1: February 1, 2023 to January 31, 2024 The above referenced Contract with the City of Fort Worth expires on January 31, 2023 (the "Expiration Date"). Pursuant to the Contract, contract renewals are at the mutual agreement of the parties. This letter is to inform you that the City is requesting to renew the Contract for an additional one (1) year period, which will begin immediately after the Expiration Date. All other terms and conditions of the Contract remain unchanged. To agree to renew the Contract for an additional one (1)year period,please sign and return this request to exercise renewal option, along with a copy of your current insurance certificate, to the address set forth below. Please log onto PeopleSoft Purchasing at http://fortworthtexas.gov/purchasing to insure that your company information is correct and up-to-date. If you have any questions concerning this Contract Renewal Notice, please contact me at the telephone number listed below. Sincerely, Megan Fowler Property Management Department 900 Monroe Street, 4th floor, Suite 402 Fort Worth, Texas 76102 817-392-6645 OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX Contract Renewal Page 1 of 2 CSC No. ACCEPTED AND AGREED: CITY OF FORT WORTH CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and 0490y 8U"A&f administration of this contract, including By:Dana Bur ehdoff( c12,20 09:48CST) ensuring all performance and reporting Name: Dana Burghdoff requirements. Title: Assistant City Manager 6Aonmq of Mal �l By: uevaraon behalf of Alan Shuror(Dec 6,202 09: 8CST) Name: Alan Shuror Title: Assistant Director, Property APPROVAL RECOMMENDED: Management Department By: Steve o ke(Dec 20220"` 9 APPROVED AS TO FORM AND Name: Steve Cooke LEGALITY: Title: Director, Property Management J J Department By: �Q 4 ooanb Name: Jeremy Anato Mensah p>o °°9°d Title: Assistant City Attorney I �o ATTEST: °aa�nezASap By: _ ette S.Goodall(Dec 12 2022 15 CSn CONTRACT AUTHORIZATION: Name: Jannette Goodall M&C: 22-0061 Title: City Secretary Date Approved: 1/25/22 Real Network Services, Inc. By: Name: Jose Reyes Title: President OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX Contract Renewal Page 2 of 2 City Secretary Contract No. 57048 ARTWORTH. NON-EXCLUSIVE REMODELING SERVICES AGREEMENT This NON-EXCLUSIVE REMODELING SERVICES AGREEMENT (the "Agreement") is made and entered into by and between the CITY OF FORT WORTH ("City"), a Texas home rule municipal corporation and Real Network Services, Inc. ("Vendor" or"Contractor"), a Texas Corporation, 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—Verification of Signature Authority Form; 5. Exhibit D—Aviation Concrete Specifications; and 6. Exhibit E—Vendor Contact Information Exhibits A, B, C, D, and E, which are attached hereto and incorporated herein, are made a part of this Agreement for all purposes. hi the event of any conflict between the terms and conditions of Exhibits A,B, C, D or E 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. Remodeling Services. Exhibit "A," - Scope of Services more specifically describes the services to be provided hereunder. Projects will be authorized by an individual written Purchase Order on an as-needed-basis. 2. Term. This Agreement shall begin on the date signed by the Assistant City Manager below ("Effective Date") and shall expire on January 31, 2023 ("Expiration Date"), unless terminated earlier in accordance with this Agreement("Initial Term"). City shall 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 options. 3. Compensation. City shall pay Vendor an amount not to exceed THREE MILLION, SIXTY-EIGHT THOUSAND, FOUR HUNDRED SIX DOLLARS AND 00/100 ($3,068,406.00) in accordance with the provisions of this Agreement and Exhibit`B,"Price Schedule,which is attached hereto and incorporated herein for all purposes. Vendor shall not perform any additional services for the City not specified by this Agreement unless the City requests and approves in writing the additional costs for such services. City shall not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. City agrees to pay all invoices of Vendor within thirty (30) days of receipt of such invoice. The City makes no promise or guarantee of the total amount of work that will be assigned to Vendor under this Agreement. OFFICIAL RECORD Remodeling Services Agreement CITY SECRETARY Real Network Services,Inc. FT.WORTH, TX City Secretary Contract No. 4. Termination. 4.1. Written Notice. City or Vendor may terminate this Agreement at any time and for any reason by providing the other party with 30 days' written notice of termination. 4.2 Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall 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 shall pay Vendor for services actually rendered up to the effective date of termination and Vendor shall 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 shall 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 shall 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 shall treat all information provided to it by City ("City Information") as confidential and shall 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 shall promptly notify Seller. It will be the responsibility of Seller 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. 5.3 Unauthorized Access.Vendor shall store and maintain City Information in a secure manner and shall not allow unauthorized users to access,modify, delete or otherwise corrupt City Information in any way. Vendor shall notify 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 shall, in good faith, use all commercially reasonable efforts to cooperate with City in identifying what information has been accessed by unauthorized means and shall fully cooperate with City to protect such City Information from further unauthorized disclosure. Remodeling Services Agreement Page 2 of 43 Real Network Services,Inc. City Secretary Contract No. 6. Right to Audit. Vendor agrees that City shall,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 shall have access during normal working hours to all necessary Vendor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Vendor reasonable advance notice of intended audits. 7. Independent Contractor. It is expressly understood and agreed that Vendor shall 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 shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its officers, agents, servants, employees,Vendors and subVendors.Vendor acknowledges that the doctrine of respondeat superior shall not apply as between City, its officers, agents, servants and employees, and Vendor, its officers, agents, employees, servants, Vendors and subVendors. Vendor further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Vendor. It is further understood that City shall in no way be considered a Co-employer or a Joint employer of Vendor or any officers, agents, servants, employees or subVendor of Vendor. Neither Vendor, nor any officers, agents, servants, employees or subVendor of Vendor shall be entitled to any employment benefits from City. Vendor shall be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of its officers, agents, servants, employees or subVendor. 8. Liability and Indemnification. 8.1 LIABILITY- VENDOR SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY, INCL UDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CA USED BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF VENDOR,ITS OFFICERS,AGENTS,SERVANTS OR EMPLOYEES. 8.2 GENERAL INDEMNIFICATION- VENDOR HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS, AGENTS,SERVANTSAND EMPLOYEES, FROMANDAGAINSTANYANDALL CLAIMS OR LAWSUITS OFANYKIND OR CHARACTER, WHETHERREAL ORASSERTED, FOR EITHER PROPERTY DAMAGE OR LOSS 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 OR EMPLOYEES. 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 shall not apply if City modifies or misuses the software and/or documentation. So long as Vendor bears the Remodeling Services Agreement Page 3 of 43 Real Network Services,Inc. City Secretary Contract No. cost and expense of payment for claims or actions against City pursuant to this section, Vendor shall 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 shall 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 shall 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 shall 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 shall 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 shall, 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 shall 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 shall 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 and Assignee shall be jointly 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, sub Vendor shall execute a written agreement with Vendor referencing this Agreement under which sub Vendor shall agree to be bound by the duties and obligations of Vendor under this Agreement as such duties and obligations may apply. Vendor shall provide City with a fully executed copy of any such subcontract. 10. Insurance. Vendor shall 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 work pursuant to this Agreement: 10.1 Coverage and Limits (a) Commercial General Liability: Remodeling Services Agreement Page 4 of 43 Real Network Services,Inc. City Secretary Contract No. $1,000,000 - Each Occurrence $2,000,000 - Aggregate (b) Automobile Liability: $1,000,000 - Each occurrence on a combined single limit basis Coverage shall be on any vehicle used by Vendor, its employees, agents, representatives in the course of providing services under this Agreement. "Any vehicle" shall 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 work is 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 shall be claims-made,and maintained for the duration of the contractual agreement and for two (2) years following completion of services provided. An annual certificate of insurance shall be submitted to City to evidence coverage. 10.2 General Requirements (a) The commercial general liability and automobile liability policies shall name City as an additional insured thereon, as its interests may appear. The term City shall include its employees, officers, officials, agents, and volunteers in respect to the contracted services. (b) The workers' compensation policy shall 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 shall be provided to City. Ten (10) days' notice shall be acceptable in the event of non-payment of premium.Notice shall 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. Remodeling Services Agreement Page 5 of 43 Real Network Services,Inc. City Secretary Contract No. (d) The insurers for all policies must be licensed and/or approved to do business in the State of Texas.All insurers must have a minimum rating of A-VII in the current A.M.Best Key Rating Guide,or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required,written approval of Risk Management is required. (e) Any failure on the part of City to request required insurance documentation shall not constitute a waiver of the insurance requirement. (f) Certificates of Insurance evidencing that Vendor has obtained all required insurance shall 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 shall 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 shall immediately desist from and correct the violation. 12. Non-Discrimination Covenant. Vendor, for itself, its personal representatives, assigns, subcontractors and successors in interest,as part of the consideration herein,agrees that in the performance of Vendor's duties and obligations hereunder, it shall not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. IF ANY CLAIM ARISES FROM AN ALLEGED VIOLATION OF THIS NON-DISCRIMINATION COVENANT BY VENDOR,ITS PERSONAL REPRESENTATIVES, ASSIGNS, SUBVENDORSS 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 shall be conclusively determined to have been delivered when (1) hand-delivered to the other party, its agents, employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the transmission, or(3) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: To CITY: To VENDOR: City of Fort Worth Real Network Services, Inc. Attn: Assistant City Manager Jose Reyes, President 200 Texas Street 5529 Redfield Street Fort Worth,TX 76102-6314 Dallas, TX 75235 Facsimile: (817) 392-8654 Facsimile: (469) 336-1117 With copy to Fort Worth City Attorney's Office at same address 14. Solicitation of Employees. Neither City nor Vendor shall, 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 Remodeling Services Agreement Page 6 of 43 Real Network Services,Inc. City Secretary Contract No. during the term of this Agreement, without the prior written consent of the person's employer. Notwithstanding the foregoing,this provision shall 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 shall 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 shall 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 shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas,Fort Worth Division. 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 shall not in any way be affected or impaired. 19. Force Maieure. City and Vendor shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but shall not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to, compliance with any government law, ordinance or regulation, acts of God, acts of the public enemy, fires, strikes, lockouts, natural disasters, wars, riots, material or labor restrictions by any governmental authority,transportation problems and/or any other similar causes. 20. Headings not Controlling. Headings and titles used in this Agreement are for reference purposes only, shall 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 shall 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 shall be binding upon a party hereto unless set forth in a written instrument, which is executed by an authorized representative of each party. 23. Entirety of Agreement. This Agreement, including Exhibits A, B and C, 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. 24. Counterparts. This Agreement may be executed in one or more counterparts and each counterpart shall,for all purposes,be deemed an original,but all such counterparts shall together constitute one and the same instrument. Remodeling Services Agreement Page 7 of 43 Real Network Services,Inc. City Secretary Contract No. 25. 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 shall 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. 26. Immigration Nationality Act. Vendor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (1-9). Upon request by City,Vendor shall provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor shall 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 SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY VENDOR, VENDOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Vendor, shall have the right to immediately terminate this Agreement for violations of this provision by Vendor. 27. Ownership of Work Product. City shall be the sole and exclusive owner of all reports, work papers, procedures, guides, and documentation, created, published, displayed, and/or produced in conjunction with the services provided under this Agreement(collectively,"Work Product"). Further, City shall 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 shall 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 shall 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. 28. Signature Authority. The person signing this Agreement hereby warrants that he/she has the legal authority to execute this Agreement on behalf of the respective party, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. This Agreement and any amendment hereto,may be executed by any authorized representative of Vendor whose name, title and signature is affixed on the Verification of Signature Authority Form, which is attached hereto as Exhibit"C".Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. 29. Change in Company Name or Ownership. Vendor shall 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. 30. No Boycott of Israel. If Vendor has fewer than 10 employees or this Agreement is for Remodeling Services Agreement Page 8 of 43 Real Network Services,Inc. City Secretary Contract No. less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2270 of the Texas Government Code,the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel;and(2)will not boycott Israel during the term of the contract. The terms"boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract,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 contract. 31. Prohibition on Bovcottin2 Ener2y 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,which will 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. 32. 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 which will 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. 33. Payment Bonds and Performance Bonds. For construction costs of individual Purchase Orders in excess of$25,000 and that utilize subcontractors, the Vendor will be required to give the City surety in a sum equal to the amount of the Purchase Order awarded. The form of the bond shall be as provided by the City and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Texas Government Code Section 2253,as amended. hi order for a surety to be acceptable to the City,the surety must(1)hold a certificate of authority from the United States Secretary of the Treasury to qualify as a surety on obligations permitted or required under federal law; or(2)have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the State of Texas and is the holder of a certificate of authority from the United States Secretary of the Treasury to qualify as a surety on obligations permitted or required Remodeling Services Agreement Page 9 of 43 Real Network Services,Inc. City Secretary Contract No. under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion,will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City,notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. If the construction cost for a Purchase Order is $25,000 or less, payment to the Vendor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City. If the construction cost of the Purchase Order is in excess of$25,000 and subcontractors are utilized, a Payment Bond shall be executed, in the amount of the Purchase Order, solely for the protection of all claimants supplying labor and materials in the prosecution of the work. If the construction cost of the Purchase Order is in excess of$100,000, a Performance Bond shall also be provided, in the amount of the Purchase Order, conditioned on the faithful performance of the work in accordance with the plans,specification,and contract documents. Said bond shall be solely for the protection of the City. 34. Permits. Vendor shall apply for all City of Fort Worth Permits and for any other permits required by the specific Purchase Order projects. City of Fort Worth Building and Trade Permit fees are waived. Separate permits may be required for each work location. Permit fees shall be reimbursed at the actual cost of the permit fee. 35. Wage Rates.Not less than the prevailing wage rates must be paid for the specific Purchase Order project. On Purchase Orders where special wage rates (e. g. Davis-Bacon) apply, then the Vendor must meet all requirements of such programs. 36. Workers' Compensation Insurance. Vendor will be required to demonstrate that Workers Compensation Insurance coverage is in effect at time of issuance of each Purchase Order. A Certificate of Insurance or other proof will be required. 37. Taxes.Equipment and materials not consumed by or incorporated into the work are subject to State sales taxes. 38. Utilities and Impact Fees. The City will pay water and sewer utility tap fees and impact fees. Unless shown otherwise,the City will coordinate and pay for water and sewer taps and meters to the property line.The Vendor will include all remaining fees from the electrical and gas companies in the base bid. The Vendor will be responsible for coordinating with City and utility companies for installation of utilities. Unless indicated otherwise on the plans,the Vendor will be responsible for costs and installations from the building side of the water meter and sewer tap. 39. Testing Services. The City shall provide for, independently of the Contractor, the inspection services, the testing of construction materials engineering, and the verification testing services necessary for the acceptance of the construction work. 40. Warranty of Construction. The Vendor shall warrant that all work performed conforms to the Purchase Order requirements and is free of any defect in equipment, material, design furnished, or Remodeling Services Agreement Page 10 of 43 Real Network Services,Inc. City Secretary Contract No. workmanship performed by the Vendor or any of its design professionals, subcontractors or suppliers at any tier. All work provided by the Vendor shall be warranted for a minimum period of one (1) year from the date of final acceptance of the Purchase Order work. 41. City Inspection and Acceptance. Inspection and acceptance shall be as stated in the specific Purchase Order. City hereby reserves the right to perform inspections of the work and any and all inspections performed by the City or by others for the City shall be for the sole benefit of the City. The presence or absence of a City inspector does not relieve the Vendor from any contract requirement,nor is the inspector authorized to change any term or condition of this Agreement or a Purchase Order without the City's written authorization. Quality control for the work is the responsibility of Vendor. Vendor shall, without charge, replace or correct work found by the City not to conform to the contract requirements, unless in the public interest,the City consents to accept the work with an appropriate adjustment in Purchase Order price. IN WITNESS WHEREOF,the parties hereto have executed this Agreement in multiples. (signature page follows) Remodeling Services Agreement Page 11 of 43 Real Network Services,Inc. City Secretary Contract No. ACCEPTED AND AGREED: City: Real Network Services,Inc.: ,GZ-4ma&�6ILd By: Dana Burghd off(Jan26,20221 :35CST) By Name: Dana Burghdoff Name: J6sekeyes Title: Assistant City Manager Title: President Date: Jan 26,2022 Date: 01/24/2022 CITY OF FORT WORTH INTERNAL ROUTING PROCESS: Approval Recommended: Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all By Steve robke(Jan 26,202208:42 CST) performance and reporting requirements. Name: Steve Cooke Title: Director, Property Management Department spy By: Alan H.Shuror(Jan 26,2022 08:10 CST) Name: Alan Shuror Approved as to Form and Legality: Title: Assistant Director, Property Management Department By: City Secretary: a�FORr��aa Name: Matthew Murray p° Od� o,p Title: Assistant City Attorney Tclnnefite S. Goo�la// ..�1i o �0 By: Jannette S.Goodall(Jan 27,202207:34 CST) �-0 0=� Name: Jannette S. Goodall (V�°o o0 d �� ° ° Contract Authorization: Title: City Secretary �a °°°°°°°°°°° a M&C: 22-0061 a� �'EXpSoaA 1295 Certification No.: 2021-832931 OFFICIAL RECORD Remodeling Services Agreement CITY SECRETARY Real Network Services,Inc. FT.WORTH, TX EXHIBIT A SCOPE OF SERVICES 1.0 SCOPE 1.1 Vendor understands and agrees that additional services of the same general category that could have been encompassed in the Agreement, and that are not already on the Agreement,may be added based on the discount and price sheet. 1.2 Vendor understands and agrees that any services that have been omitted from this scope that are clearly necessary or in conformance shall be considered a requirement although not directly specified or called for in the scope of services. 2.0 DEFINITIONS 2.1 Department Contract Compliance Manager shall mean a City of Fort Worth employee assigned to manage the compliance, oversight, or administration of the contract or project for their department of employment. 2.2 Designee shall mean a City of Fort Worth employee assigned by the Department Contract Compliance Manager to assist with the compliance,oversight,or administration of the contract or project for their department of employment. 2.3 Expedited or Emergency Services shall mean the delivery of parts, equipment, materials, or services that address a threat to public safety, health or real property, and includes restoration of services following a catastrophic event,theft, intentional or accident damage. 2.4 Minor Repairs and Remodeling shall mean repair,replacement,or alteration of an existing part or parts of a structure, parking lot, sidewalk, fence, wall, HVAC, Electrical, or Plumbing System, etc. 3.0 CONTRACTOR RESPONSIBILITIES 3.1 Supervision -Vendor shall, during all periods of contract performance,provide competent supervision of its employees to assure complete and satisfactory fulfillment of the work and the terms of this Agreement. The vendor or a capable, fully authorized representative must be immediately available during all work activities to receive any and all special instructions from the Purchasing Manager or designee. 3.2 Safety-Vendor shall be thoroughly familiar with all prevailing safety measures pertinent to its operations. This shall include,but not necessarily be limited to,Environmental Health Agency (EPA)regulations,Fort Worth City Ordinances (FWCO), and Occupational Safety and Health Agency(OSHA)regulations.In addition,the Vendor shall be wholly responsible for instructing its employees in these safety measures and seeing that they are fully complied with in every respect. 3.3 Vendor shall ensure the safety of their employees, City employees, and the general public during the performance of all services under this Agreement. The Vendor shall ensure that all crews are fully and properly equipped to perform services promptly and safely. 3.4 Vendor shall have employees or technicians with a minimum of two (2)years of experience working with carpentry,paving, concrete work,masonry,painting and performing other miscellaneous minor repair services. 3.5 Vendor shall have employees or technicians that can perform as supervisors with a minimum of five (5) years of supervisory experience working in the carpentry, paving, concrete work, masonry,painting and other miscellaneous minor repair services. Vendor Services Agreement Real Network Services,Inc. Page 13 of 43 City Secretary Contract No. 3.6 Vendor shall have and operate a full-time,permanent business address with the ability to be reached by email or telephone. 3.7 Vendor shall provide and maintain a telephone dispatch system that is operational during normal business hours, Monday—Friday from 8:OOAM to 5:OOPM 4.0 HOURS OF SERVICE 4.1 Vendor understands and agrees that non-expedited service requests shall be scheduled between normal business hours, Monday through Friday 8:00am to 5:OOpm. Any adjustments will be communicated in writing to the Vendor at least one (1)business day before work is to begin. 4.2 If the Vendor is unable to provide these services during the designated regular hours,the Vendor shall obtain written approval from the Department Contract Manager or designee to perform the services during non-regular hours.Work performed during non-regular hours shall be billed at the Regular Labor Rate as listed in the Bid Line Items. 4.2.1 If the Vendor wishes to schedule work after hours,the Vendor shall provide a written request to the Department Contract Manager for the Department that issued the Purchase Order or designee at least three (3)business days prior to the scheduled work. 4.2.1.1 If after hours work is approved, after hours shall be 5:0IPM to 7:59AM, Monday through Thursday. 4.2.2 If the Vendor wishes to schedule work on the weekend,the Vendor shall provide a written request to the Department Contract Manager for the Department that issued the Purchase Order or designee at least three(3)business days prior to the scheduled work. 4.2.2.1 If weekend work is approved,weekend hours shall be 5:01PM to 7:59AM, Friday through Monday. 4.3 Vendor shall perform service requests during non-regular hours, which is defined as Monday through Friday from 5:01pm to 7:59am, weekends, and official City holidays, if requested by the City. The Vendor shall not invoice the non-regular labor rate for services unless requested and approved in writing by the Department Contract Manager or designee prior to starting the work. 4.3.1 City Observed Holiday 4.3.1.1 New Year's Day 4.3.1.2 Marin Luther King,Jr Day 4.3.1.3 Memorial Day 4.3.1.4 June 19' 4.3.1.5 July 4Tn 4.3.1.6 Labor Day 4.3.1.7 Thanksgiving and the following Friday 4.3.1.8 Christmas 4.4 Vendor shall not charge an overtime labor rate due to lack of available staff for services performed during non-regular hours that could reasonably be completed during regular business hours. Vendor's lack of available staff to perform services shall not require the City to pay a higher rate or to pay Vendor's employee for overtime.The City shall not be responsible for paying overtime to Vendor's employees. 4.5 Vendor shall perform emergency service requests during non-regular hours,which are defined as Monday through Friday from 5:01pm to 7:59am, weekends, and official City holidays, if Remodeling Services Agreement Page 14 of 43 Real Network Services,Inc. City Secretary Contract No. requested by the City. The Vendor shall not invoice the non-regular labor rate for services unless requested and approved in writing by the Department Contract Manager or designee prior to starting the work. 5.0 EXPEDITED OR EMERGENCY SERVICES 5.1 Vendor understands and agrees that the City may require expedited or emergency services. 5.2 Vendor shall be available to perform expedited or emergency services twenty-four(24)hours per day,three hundred sixty-five (365) days per year. 5.3 Vendor understands and agrees that the Department Contract Manager or designee shall have the sole and final authority in determining when services will be designated as expedited or emergency. 5.4 Vendor shall acknowledge an expedited request within two(2)hours or less and be onsite within four(4) hours unless otherwise approved or agreed upon by the Department Contract Manager or designee. The response time shall begin at the time the call is made and end at the time the appropriate Vendor's employee signs in at the work site. 5.5 Vendor shall provide a complete fixed-price quote with an estimated completion time to the Department Contract Manager or designee within two (2)hours of arrival to the job site. If two (2)hours is not enough time to complete the quote,Vendor shall notify the Department Contract Manager to request additional time or to request a verbal quote to be provided. The Vendor and Department Contract Manager or designee may mutually agree that a verbal quote for expedited services will meet the needs of the City. Verbal quotes shall not release the Vendor from its responsibilities as described by this Agreement. 5.5.1 If providing a verbal fixed-price quote for expedited services, Vendor shall provide the Department Contract Manager or designee with a written fixed-price quote, and summary of the services performed within two (2) business days of the request for expedited services,unless otherwise requested or specified by the Department Contract Manager or designee the terms of this Contract. 5.6 Vendor understands and agrees that the City reserves the right to contact other vendors to fulfill the requirements of the expedited services in the event the Vendor cannot respond to the expedited repair as required by this Scope of Work. 6.0 REMODELING SCOPE OF WORK 6.1 Vendor shall assist City crews in making minor alternations and repairs to City buildings or private residences.The work may include carpentry,paving,concrete work,masonry,painting, electrical,HVAC,plumbing, and other miscellaneous minor repair services. 6.2 Vendor understands and agrees that repairs or remodels shall be based on the size of the proj ect, City Department personnel's ability to perform tasks, and the City Department's staffing availability. 6.3 Vendor understands and agrees that materials and services under this Agreement support all City-owned facilities,varying in size, on an as-needed basis. 6.4 Vendor understands and agrees that all materials shall be delivered and services shall be rendered at the location specified on the Purchase Order. 6.5 Vendor understands and agrees City of Fort Worth permit fees shall be reimbursed at the actual cost of the permit fee. 6.6 Vendor understands and agrees that all work shall meet building codes, shall be permitted, and Remodeling Services Agreement Page 15 of 43 Real Network Services,Inc. City Secretary Contract No. shall be inspected as required by the City of Fort Worth. 6.7 Vendor shall be responsible for performing services on an as-needed basis for all City locations 6.8 Vendor shall provide all maintenance manuals for installations and repairs. 6.9 Vendor shall ensure that all installations are in full compliance with the Americans With Disabilities Act 6.10 Work Performance 6.10.1 Demolition 6.10.1.1 Vendor shall not perform demolition services until asbestos clearance has been communicated in writing to the Vendor by the Department Contract Manager or designee. 6.10.1.2 Vendor shall remove existing surface coverings,glues, adhesives, and other materials to bring surfaces to as close to a"like new"condition as reasonably possible. 6.10.1.3 Vendor shall use best sustainable practices to remove glue, adhesives, and any other materials with the least amount of chemicals,VOCs, and business interruption. 6.10.1.4 Vendor shall work with the Department Contract Manager or designee to coordinate furniture or electronic moves as required. Furniture moving shall be included in the price. 6.10.1.5 Vendor shall determine structural integrity of the surfaces following removal of the surface coverings. Any damages created by the Vendor during demolition,not approved by the Department Contract Manager or designee, shall be repaired at no cost to the City. 6.10.2 Preparations 6.10.2.1 Vendor shall ensure that surfaces are clean and free from moisture,grease,wax, paint or other foreign substances and use best sustainable practices to remove substances. 6.10.2.2 Vendor shall ensure repair and replacement work is completed in accordance with all Federal, State, and local laws, City Ordinances, rules and regulations. 6.10.2.3 Vendor shall perform any required tests prior to installation and in compliance with applicable manufacturers' guidelines. 6.10.2.4 Vendor shall understand the Department Contract Manager or designee may inspect the subsurface to confirm that any irregularities have been removed prior to installation. 6.10.2.5 Vendor shall ensure that all materials used in preparation and repair shall be recommended by the manufacturer and shall be chemically and physically compatible with the install. 6.10.2.6 Vendor shall work with Department Contract Manager or designee to coordinate furniture or electronic moves as required. Furniture moving shall be included in the price. 6.10.2.7 Vendor shall determine structural integrity of the surfaces following removal of the surface coverings. Any damages created by the Vendor during demolition, not approved by the Department Contract Manager or designee, shall be Remodeling Services Agreement Page 16 of 43 Real Network Services,Inc. City Secretary Contract No. repaired at no cost to the City. 6.10.3 Carpentry 6.10.3.1 Carpentry shall include,but is not limited to,metal framing,drywall,installation and repair of doors,windows, cabinets, and counter tops. 6.10.3.2 Vendor shall not perform demolition services until asbestos clearance has been communicated in writing to the Vendor by the Department Contract Manager or designee. 6.10.3.3 Vendor shall ensure installations and repairs are completed in accordance with all current Federal, State and local laws,City Ordinances,rules and regulations. 6.10.3.4 Vendor shall ensure all installations and repairs are completed in strict accordance to industry standards. 6.10.4.5 Vendor shall ensure installation of metal framing, drywall, doors, windows, cabinets, countertops, and other related installations are on an even plane. 6.10.4 Paving 6.10.4.1 Paving shall include, but is not limited to, concrete and asphalt parking lot repairs and replacements, sidewalk repairs and replacements, striping, signage, as well as other paving related tasks 6.10.4.2 Vendor shall ensure repair and replacement work is completed in accordance with all current Federal, State and local laws, City Ordinances, rules and regulations. 6.10.4.3 Vendor shall ensure all installations and repairs are completed in strict accordance to industry standards. 6.10.4.4 Vendor shall ensure that any artwork, lines,and markings are restored to match existing work. This may include reproducing distinctive marks such as identification markings and logos. The Department Contract Manager or designee shall provide written verification and approval of all markings before installation. 6.10.4.5 Vendor shall ensure proper storage of all materials in strict accordance with manufacturer's instructions and specifications,and in accordance with industry standards. 6.10.4.6 Vendor shall ensure proper drainage system has been used to minimize impervious area. 6.10.4.7 Vendor shall secure the area and allow surfaces to properly cure. 6.10.5 Concreate Work 6.10.5.1 Concrete work shall include,but is not limited to sidewalk and parking lot repairs and replacements,interior repair and replacement of concrete, as well as any other related concrete tasks. 6.10.5.2 Vendor shall ensure repair and replacement work is completed in accordance with all current Federal, State and local laws, City Ordinances, rules and regulations. 6.10.5.3 Vendor shall ensure all installations and repairs are completed in strict accordance to industry standards. 6.10.5.4 Vendor shall apply finishing and sealing products in strict accordance Remodeling Services Agreement Page 17 of 43 Real Network Services,Inc. City Secretary Contract No. with manufacturer's instructions and specifications, and in accordance with industry standards. 6.10.5.5 Vendor shall ensure that any artwork, lines, and markings are restored to match existing work. This may include reproducing distinctive marks such as identification markings and logos. The Department Contract Manager or designee shall provide written verification and approval of all markings before installation. 6.10.5.6 Vendor shall ensure proper drainage system has been used to minimize impervious area. 6.10.5.7 Vendor shall secure the area and allow surfaces to properly cure. 6.10.6 Masonry 6.10.6.1 Masonry work shall include, but is not limited to, cinder block, brick, and stone repairs and replacements, as well as other masonry related repairs. 6.10.6.2 Vendor shall ensure repair and replacement work is completed in accordance with all current Federal, State and local laws, City Ordinances, rules and regulations. 6.10.6.3 Vendor shall ensure all installations and repairs are completed in strict accordance to industry standards. 6.10.6.4 Vendor shall apply finishing and sealing products in strict accordance with manufacturer's instructions and specifications, and in accordance with industry standards. 6.10.6.5 Vendor shall ensure that any artwork, lines, and markings are restored to match existing work. This may include reproducing distinctive marks such as identification markings and logos. The Department Contract Manager or designee shall provide written verification and approval of all markings before installation. 6.10.6.6 Vendor shall ensure proper storage of materials in strict accordance with manufacturer's instructions and specifications, and in accordance with industry standards 6.10.6.7 Vendor shall secure area to allow surfaces to properly cure. 6.10.7 Painting 6.10.7.1 Painting shall include,but is not limited to, drywall finishing (tape and bed),sanding,preparing surfaces and painting one or more coats as well as any other painting related tasks. 6.10.7.2 Vendor shall ensure repair and replacement work is completed in accordance with all current Federal, State and local laws, City Ordinances, rules and regulations. 6.10.7.3 Vendor shall ensure all installations and repairs are completed in strict accordance to industry standards. 6.10.7.4 Vendor shall apply preparation, finishing and sealing products in strict accordance with manufacturer's instructions and specifications and in accordance with industry standards. Remodeling Services Agreement Page 18 of 43 Real Network Services,Inc. City Secretary Contract No. 6.10.7.5 Vendor shall secure the area and allow surfaces to properly cure. 6.10.8 Electrical 6.10.8.1 Electrical work shall include, but is not limited to, pulling of wire, running circuits, installing outlets, in addition to any other electrical related tasks. 6.10.8.2 Vendor shall ensure work is completed or supervised by a licensed electricians. 6.10.8.3 Vendor shall ensure repair and replacement work is completed in accordance with all current Federal, State and local laws, City ordinances, rules and regulations. 6.10.8.4 Vendor shall ensure all work is completed in strict accordance to industry standards. 6.10.8.5 Vendor shall secure the area for Vendor employees,City employees and general public safety. 6.10.9 HVAC 6.10.9.1 HVAC shall include, but it not limited to, setting HVAC units, install and repair,thermostats,ductwork,supply and return registers in addition to any other HVAC related tasks. 6.10.9.2 Vendor shall ensure work is completed or supervised by a licensed HVAC technicians. 6.10.9.3 Vendor shall ensure repair and replacement work is completed in accordance with all current Federal, State and local laws, City ordinances, rules and regulations. 6.10.9.4 Vendor shall ensure all work is completed in strict accordance to industry standards. 6.10.9.5 Vendor shall secure the area for Vendor employee, City employee and general public safety. 6.10.10 Plumbing 6.10.10.1 Plumbing shall include, but is not limited to, installation and repair of water and waste lines, repair and installation of bathroom fixtures, sinks,toilets,urinals, in addition to other plumbing related tasks. 6.10.10.2 Vendor shall ensure work is completed or supervised by a licensed Journeyman Plumbing Technicians. 6.10.10.3 Vendor shall ensure repair and replacement work is completed in accordance with all current Federal, State and local laws, City ordinances, rules and regulations. 6.10.10.4 Vendor shall ensure all work is completed in strict accordance to industry standards. 6.10.10.5 Vendor shall secure the area for Vendor employee, City employee and general public safety. 6.11 Additional Water Department Specifications Remodeling Services Agreement Page 19 of 43 Real Network Services,Inc. City Secretary Contract No. 6.11.1 Work may be performed in areas requiring Criminal Justice Information System (CJIS) clearance and the Vendor shall have the ability to obtain CJIS Clearance. Vendor shall be responsible for having workers fingerprinted and cleared through the Fort Worth Police Department. Vendor shall furnish a list of employees who have been CJIS cleared. Under no circumstances shall a worker who has not been CJIS cleared be allowed to work without a CJIS cleared escort in areas where CJIS clearance is required. 6.12 Additional Code Department Specifications 6.12.1 The Solid Waste Drop-Off Station (DOS) offices need minor remodeling. Minor remodeling shall include,but not be limited to: 6.12.1.1 Drywall repair including patching and painting to match the current color scheme 6.12.1.2 Trim 6.12.1.3 Baseboards 6.12.1.4 New Shelving 6.12.1.5 Creating storage 6.12.1.6 Repairs may take place in the following locations 6.12.1.7 DOS41 =2400 Brennan Ave 6.12.1.8 DOS42=5150 MLK Jr Freeway 6.12.1.9 DOS43 =6260 Old Hemphill Road 6.12.2 The Chuck Silcox Animal Care and Control(ACC)needs repairs,as well as construction of carport kits. Repairs shall include,but not be limited to: 6.12.2.1 Drywall repair minimum of four (4) walls that need repaired due to broken sheet rock and pest damage. 6.12.2.2 Replace and provide CMU repair to damaged doors minimum of seven (7) doors that need repair due to broken frames and rust.All walls and doors will need to be painted to match the existing color scheme. 6.12.2.3 Installation and construction of four(4) Mueller carport kits at ACC. 6.12.2.4 All repairs and remodeling shall take place during business hours Monday through Friday, 8:OOam to S:OOpm. Vendor shall clean and clear all debris and materials from the work site. 6.12.3 Permits 6.12.3.1 Vendor shall be responsible for obtaining required permits and inspections 6.12.3.2 Vendor shall understand permits may be billed to the city, no markup or costs will be permitted 6.13 Other Miscellaneous Services 6.13.1 The City may request other related work or services that are not specified herein. The Vendor shall perform requested miscellaneous services after the Department Contract Remodeling Services Agreement Page 20 of 43 Real Network Services,Inc. City Secretary Contract No. Manager or designee authorizes such services, in writing,by issuing a Purchase Order. These related services shall be performed in accordance with all provisions of this Contract including the Project Quote Process. 7.0 VENDOR LABOR AND PESONNEL 7.1 Vendor shall be responsible for ensuring the safety of their employees, City employees, and the general public during performance of all services under this Agreement. 7.2 Vendor shall ensure that all crews are fully and properly equipped to perform services promptly and safely. 7.3 Vendor shall comply with all provisions of the OSHA to protect the life and health of employees and other persons;to prevent damage to property,materials, supplies,and equipment; and to avoid work interruptions. 7.4 Vendor shall comply with the latest version of the 29 CFR 1910, OSHA Standards. Compliance with OSHA and other applicable laws and regulations for the protection of employees is exclusively the obligation of Vendor, and the City assumes no liability or responsibility for Vendor's compliance or noncompliance with such responsibilities. 7.5 Vendor shall comply with all OSHA reporting requirements for record keeping and reporting. Vendor shall provide a verbal report of any accidents to the City immediately,and shall provide a written report no later than one(1)business day of the occurrence.The Vendor shall cooperate with the City and provide any written documentation and information required for record keeping purposes. 7.6 Vendor shall ensure that all employees are continuously trained to meet the latest technology, industry standards, and safe use of substances identified as health or physical hazards by OSHA. The Vendor shall submit proof of employee training and experience within five (5) business days upon request by the Department Contract Manager or designee. 7.7 Vendor shall not require any person to work in surroundings or under working conditions that are unsanitary,hazardous,or dangerous to their health or safety. 7.8 Vendor shall require all individuals assigned to the project to wear necessary personal protective equipment required by industry standards. 7.9 Vendor shall require the Vendor employees with a uniform, or at the minimum, a company issued identification badge. 7.10 Vendor shall ensure that only authorized Vendor employees performing work under the Agreement are on the worksite. No acquaintances, family members, or any other person shall accompany a Vendor employee in the work area. Vendor shall ensure that all employees maintain good discipline and professionalism while preforming services for the City. 7.11 Vendor understands and agrees that the scheduling of events at City facilities takes precedence over any scheduled service requests agreed to by the Vendor and Department Contract Manager or designee. The Vendor shall not hold the City liable, financially or otherwise, if the City needs to reschedule services with the Vendor due to a new event scheduled at a City facility. The Department Contract Manager or designee will make every reasonable effort to immediately notify the Vendor of changes in the City's schedule of events which may have an impact on scheduled services. 7.11.1 Vendor shall perform services in a manner as not to interrupt or interfere with the operation of any existing activity on the premises or with the work of another vendor. Vendor shall provide all transportation required to perform the work. Vendor shall park its vehicles in areas designated by the City, if available. In the Remodeling Services Agreement Page 21 of 43 Real Network Services,Inc. City Secretary Contract No. event the City cannot make parking arrangements for the Vendor, the Vendor shall be responsible for parking fees and fines. All vehicles parked on City property shall be clearly marked with the Vendor's or subcontractor's name on both sides of each vehicle. Magnetic signs are acceptable. 7.12 Vendor shall provide ample advance notice of the need for any utility service cut-off,which will be scheduled at the convenience of the City. 7.13 Vendor shall provide all equipment, materials, furniture moving, labor, tools, permits, incidentals, expendable items, personal protective equipment, and transportation, including electricity and water,if not available on site,for proper execution and completion of the service request. The materials and services provided by the Vendor shall comply with all current Federal, State and local laws, City ordinances, rules and regulations. 7.14 Vendor understands and agrees that storage of apparatus, materials, supplies, and equipment shall be in an orderly fashion at the worksite in a manner that will not interfere with the progress of the Vendor's work of any other vendor's work. 7.15 Vendor shall clean up all refuse, rubbish, scrap materials, and debris caused by the Vendor's operations on a daily basis. Work site shall present a neat, orderly, and workmanlike appearance.No such refuse,rubbish,scrap material,or debris shall be left within the completed work nor buried on the building site or any City premises, but shall be removed from the site by Vendor. 7.16 Vendor shall complete all clean up prior to payment being made for the service request. This shall include the removal of all surplus material, temporary structures, and debris of every nature resulting from the Vendor's operations, to return the worksite in a neat, orderly condition. Vendor shall thoroughly clean and leave the worksite reasonably dust free. Vendor shall clean all finished surfaces including all equipment, piping, etc., on the interior of any buildings affected by the service. If Vendor fails to clean up at the completion of the work,the City may clean the property and deduct the cost from any payments owed to Vendor or bill the Vendor to recover costs if no payments are owed. 7.7.17 Vendor shall note and report any damage found prior to any work at a job site to the Department Contract Manager or designee. 7.18 Vendor understands and agrees that all work is subject to inspection and acceptance by the Department Contract Manager or designee. 7.19 Vendor shall not perform outside what was requested for a specific service request without first having written approval from the Department Contract Manager or designee. 7.20 Vendor shall perform work under this contract in a manner that will not adversely affect the integrity of any building's structural, mechanical, electrical, fire protection, and life safety systems or any other building features that will overload or render useless any portion of the facility. 7.21 Vendor shall ensure the proper preparation of surfaces to be worked on including, protection of all non-movable items or equipment, and the proper application of all materials. 7.22 Vendor shall store,handle, and install all materials as per manufacturer's specifications. 7.23 Vendor shall inform the Department Contract Manager or designee whenever work is expected to be hazardous to the City employees, City property,the general public,or to City operations. 7.24 Vendor shall notify the Department Contract Manager or designee when work is to begin at the worksite and post warning signs and/or barriers when necessary. The Vendor and Vendor's Remodeling Services Agreement Page 22 of 43 Real Network Services,Inc. City Secretary Contract No. employees shall exercise a particularly high level of discipline, safety and cooperation at all times while on the worksite. 7.25 Vendor shall coordinate the timing and transportation of equipment or materials to the work area with the Department Contract Manager or designee. 7.26 Vendor understands and agrees that if transportation through the interior of a facility is required, the Vendor shall take every precaution to ensure public safety. Under no circumstances shall the Vendor transport equipment or materials through the interior of a facility without prior written approval and coordination with the Department Contract Manager or designee. 7.27 Vendor shall notify City of any and all damage to Vendor's or City equipment or property as a direct result of Vendor's equipment,employees, or Vendor's subcontractor's actions. 7.28 If damage occurs to the City's equipment or property, Vendor shall notify the Department Contract Manager or designee immediately in writing. Surfaces, fixtures, or furnishings damaged by the Vendor's employees shall be replaced or repaired to the satisfaction of the City by the Vendor, and at no cost to the City. The City may, however, at its sole discretion, elect to make repairs or replacements of damaged property and deduct the cost from any payments owed to Vendor or to recover costs if no payments are owed.Vendor agrees that the set-up area shall be protected to prevent damage to the site grounds. This protection may be, but is not limited to, laying out tarps or other protective materials. The Vendor shall be responsible for any damage to surrounding building walls, landscaping,parking lots, and sidewalks. 7.29 Vendor shall adhere to Safety Data Sheet(SDS)guidelines on any applicable items and be able to install accordingly. 7.30 Background Investigations — Due to working in facilities subject to federal Criminal Justice Information System requirements, contract workers shall be fingerprinted and shall be able to pass a criminal background check and drug screen. This must be done at: 7.30.1 Vendor's expense and verification of a clear background must be given to the Department Contract Manager or designee before the Vendor's employees are allowed to work in a building which falls under this requirement. 7.30.2 Under no circumstances shall any Vendor personnel having any convictions or pending criminal hearings be assigned to the City agreement. 7.31 Single Point of Contact(SPOC) 7.31.1 Vendor shall provide a SPOC, who is able to communicate with the Department Contract Manager or designee and is skilled,knowledgeable, and experienced in providing the types of services listed in this Scope of Work. The SPOC shall be available and on-call twenty-four (24) hours a day, while the Vendor is performing services on City property. 7.31.2 The SPOC shall inspect,monitor,and supervise the Vendor's employees;ensuring adherence to the work schedule, safety requirements, and quality of work. 7.31.3 During times the SPOC is unavailable (due to vacation,travel, etc.,for example), the Vendor shall provide a designee for the SPOC. The designee shall meet the same requirements as specified for the SPOC within this Agreement. 7.32 Onsite Supervisor 7.32.1 Vendor shall have a qualified working supervisor at the worksite at all times while services are being performed. Remodeling Services Agreement Page 23 of 43 Real Network Services,Inc. City Secretary Contract No. 7.32.2 The working supervisor shall perform service requests tasks,have the authority to act on behalf of the Vendor, and be responsible for the conduct and performance of the Vendor's employees. 7.32.3 The supervisor may also serve as the Vendor's SPOC. 7.32.4 The supervisor shall report to the Department Contract Manager or designee daily when work is being performed on this contract, or on at a time that is mutually agreed between the Vendor and Department Contract Manager or designee. 7.33 Job Site Conditions 7.33.1 Vendor shall clean job sites on a daily basis and keep work areas in an uncluttered condition. Upon completion and prior to final inspection of a project,the Vendor shall be responsible for the removal of all debris and unused material from City premises, at the Vendor's expense. The Vendor shall leave work areas in a condition similar to or better than the condition of the area before any work was performed. 7.33.2 At job completion, Vendor shall remove any drips of adhesives, paint, oil, or any other materials from all walls, floors, and other finished surfaces that were not present before work commenced. Failure to do so when asked by the City will result in the work being done by the City and charged to the Vendor. 7.33.3 Vendor agrees that work performed is subject to inspection and approval by the Department Contract Manager or designee upon completion of a project. Payment will not be made for any service until all clean-up requirements have been met and the Department Contract Manager or designee has approved acceptance of services,both to the standards discussed during the job inspection or quote and as specified in this Agreement. 8.0 PROJECT BASED REQUEST FOR QUOTES 8.1 A Request for Quote shall be issued to each Vendor for projects estimated to be Five Thousand Dollars ($5,000.00) or more. Projects that are less than Five Thousand Dollars ($5,000.00)will be assigned to Vendors on a rotational basis. The amount of work assigned to the Vendor is variable and no amount of work is guaranteed. 8.2 Vendor agrees that individual project awards shall be based on the lowest fixed firm price quotation meeting the project scope of work requirements. 8.3 Project Quote Process 8.3.1 Labor shall be charged at fixed hourly rate. 8.3.2 Time shall begin upon arrival at jobsite,no travel will be charged. 8.3.3 Vendor shall sign in and out with a City representative. 8.4 Equipment rental fees shall be included on the estimate provided to requestor. 8.5 Vendor shall acknowledge receipt of a standard service request notification within two (2) business days by responding via phone or email to the Department Contract Manager or designee. 8.6 The Department Contract Manager or designee will provide the Vendor with the location,onsite contact, and a general description of the service request. 8.7 For each project, Vendor shall submit a firm fixed price quotation to the Department Contract Remodeling Services Agreement Page 24 of 43 Real Network Services,Inc. City Secretary Contract No. Manager or designee within five (5)business days of notification for review by the Department Contract Manager or designee, or at a time mutually agreed to between the Vendor and the Department Contract Manager or designee.Jobs shall be scheduled within five(5)business days after receipt of Purchase Order. 8.8 Vendor agrees that the quote will be evaluated for accuracy, demonstrated understanding of the project scope of work,schedule and price and shall be awarded to the vendor meeting the project requirements at the lowest price. 8.9 Jobs require a firm-fixed price quote. 8.9.1Vendor shall provide a written firm-fixed price quote,based on the labor rates listed Exhibit B—Price Schedule. 8.9.1.1 The firm-fixed price quote shall include: 8.9.1.1.1 Description of the work to be performed including the type of service or products to be provided. 8.9.1.1.2 Itemized estimate of the materials including associated percent markup. 8.9.1.1.3 Itemized estimate of any rental equipment required,markup will not be permitted. 8.9.1.1.4 Rental equipment may include,but is not limited to,aerial lifts, earth moving equipment, forklifts, specialty construction tools, concrete and masonry mixers. 8.9.1.1.5 Labor costs including number of hours, pay rates and worker classifications. 8.9.1.1.6 A timeline, including proposed start and finish dates. 8.9.2Vendor agrees that submitting a firm fixed price quotation is evidence that the Vendor has familiarized itself with the nature and extent of the work and any local conditions that may, in any manner, affect the scope of the work to be done, and the equipment, materials, labor required No variation in price or conditions shall be permitted based on the claim of ignorance,negligence, or false representation. 8.9.4 Vendor shall understand that the Department Contract Manager or designee will review the quotations and,if approved,will issue a Department Purchase Order(PO) to the vendor who submitted the lowest firm fixed price quote that meets the project scope of work requirements. 8.9.5 Vendor agrees that the Vendor shall not begin work without a Purchase Order from the City. 8.9.6 Vendor agrees that the City reserves the right to reject any and all quotes. If the Department Contract Manager or designee does not agree with the lowest fixed-price quote as presented, the Department Contract Manager or designee may contact the Vendor to discuss and resolve. Once in agreement,the Vendor shall submit a revised fixed-price quote for approval to the Department Contract Manager or designee in one (1) business day, or at a time mutually agreed to between the Vendor and the Department Contract Manger or designee. The City may elect to reject the lowest fixed-price quote that does not meet project scope requirements and award to the next lowest fixed-price quote which meets the project scope of work. 8.9.7 Vendor shall acknowledge receipt of the PO by contacting the Department Contract Remodeling Services Agreement Page 25 of 43 Real Network Services,Inc. City Secretary Contract No. Manager or designee by email or phone within two (2) business days to schedule a start date. Services shall start within ten (10) business days of written approval by the City, or at a time mutually agreed to between the Vendor and Department Contract Manager or designee. 8.9.8 Vendor shall complete the work within the time stated in the firm fixed price quotation 8.9.9 Vendor shall notify the Department Contract Manager of designee upon completion of the services 8.9.10 Vendor shall request additional time, in writing, if the Vendor determines the services being performed cannot be completed as specified in the firm fixed price quotation. 8.9.11 Vendor shall not increase the original fixed price quote for any Vendor requested time extension due to delays caused by the vendor. 8.10 Changes to the Project Quotes 8.10.1 Vendor shall acknowledge and understand that the firm fixed price quote is the maximum amount the City will pay for the service,regardless of increases in labor, equipment or materials initiated by the Vendor. Vendor changes to the approved firm fixed price quotation shall not increase the total dollar amount of fixed price quotation. 8.10.2 Vendor shall immediately notify the Department Contract Manager or designee in writing (or by email) if additions, deletions, or revisions to a job assignment are needed. 8.10.3 Within one (1) business day of verbal notification, the Vendor shall submit a written Project Quotation Change Request to the Department Contract Manager or designee.The City reserves the right to reject any changes to the project firm fixed price quotation requested by the Vendor. Under no circumstances shall Vendor proceed with changes to the project firm fixed price quotation without written approval from the Department Contract Manager or designee. 8.10.4 The Project Quotation Changes shall include the following: 8.10.4.1 The adjustment in the project time, if applicable. 8.10.4.2 If the City requests to change a fixed-price quote due to a change in the scope of work that would increase the number of labor hours required or the amount of materials required,the Vendor shall amend the original amount and, upon approval and acceptance by the Department Contract Manager or designee, of the amended fixed- price quote, shall be reimbursed for the changes. 8.11 Charges 8.11.1 Vendor shall submit an invoice that matches the firm fixed price quotation in accordance with the Price Schedule pricing and copy if the invoice(s) that shows the price the Vendor paid for the materials. FAILURE TO PROVIDE A COPY OF THE ORIGINAL INVOICE FOR THE MATERIALS SHALL RESULT IN VENDOR NOT BEING PAID FOR THE MATERIALS UNTIL IT IS RECEIVED. 8.11.2 Vendor shall provide an itemized invoice that contains, at a minimum,the Remodeling Services Agreement Page 26 of 43 Real Network Services,Inc. City Secretary Contract No. following: 8.11.2.1 Address of work performed; 8.11.2.2 City of Fort Worth Contract Number; 8.11.2.3 City of Fort Worth Purchase Order Number; 8.11.2.4 Vendor's unique invoice number and date; 8.11.2.5 Beginning and Ending dates of services rendered; 8.11.2.6 Vendor's unique quotation number 8.11.2.7 Proof of all permit charges and permit closeout documentation are required with the invoice if applicable, and within five (5) business days upon the request of the City. 9.0 CITY REQUIREMENTS AND RESERVATIONS 9.1 The City will identify the location, City contact, and description of the service request to the Vendor. 9.2 The City will provide a purchase order number before the commencement of any service. 9.3 The City reserves the right to immediately dismiss workers provided by the Vendor, if the City becomes dissatisfied with the service for any reason. 9.4 The City reserves the right to reject workers provided by the successful Vendor if they are found to be unacceptable before or after starting on the job to which they have been assigned. 9.5 Should the City wish to hire an individual who has been working with the City for remodeling services,neither the individual nor the City will be required to pay a placement fee. 10.0 MATERIAL REQUIREMENTS 10.1 The City reserves the right to supply all or part of the material or equipment for all jobs. 10.1.1 The City may request the Vendor to purchase material and bill the City at Vendor's cost plus the percentage markup as stated in this Agreement. Vendor shall furnish proof of the cost(copies of invoices)for any material charged to the City. 10.2 Vendor shall use parts and materials that are factory new, free of defects in materials and workmanship, compatible with existing materials of the building involved, and comply with all applicable laws,ordinances,rules,regulations,codes as approved by the City's Department Contract Manager or designee. 10.3 Vendor shall use materials that are new, unopened, and well-marked packaging showing product and manufacturer's name. Damaged or unlabeled materials will not be accepted. Product shall not be diluted or reduced. 10.4 Vendor shall deliver materials to the worksite in sufficient quantity to allow for continuity of work. 10.5 Vendor shall be responsible for all materials delivered and the work performed until the City's acceptance of the work. 10.6 Vendor shall comply with manufacturer's recommendations as to environmental conditions under which material installations may be made. 10.7 Manufacturers Remodeling Services Agreement Page 27 of 43 Real Network Services,Inc. City Secretary Contract No. 10.7.1 Vendor shall understand references to brands and manufacturer's names are for purposes of brevity in establishing type and quality of materials required and is not meant to exclude other products of equal or greater quality and characteristics. 11.0 EQUIPMENT REQUIREMENTS 11.1 Vendor shall provide all equipment, in sufficient quantities to adequately perform all services, and made available to the Vendor's employees at all times. 11.2 Vendor shall ensure all equipment is in good operating condition and shall meet or exceed OSHA industry standards. 11.3 Vendor agrees that storage of equipment on the City premises will not be permitted,except that equipment may temporarily be left in buildings while work is being performed. 11.4 Vendor shall ensure that any motorized or mechanical equipment such as lifts, booms, scaffolds,etc. shall be approved by the Department Contract Manager or designee before use. The City reserves the right to inspect equipment before use at City facilities. 11.5 Vendor agrees that no gasoline, natural gas, diesel, or propane-powered equipment shall be allowed inside a facility without the written permission of the Department Contract Manager or designee. 11.6 Vendor agrees that non-marking tires shall be cleaned before entry into the facility. In addition, the City may require a covering be laid on the floor to protect the floor from the equipment. 11.7 Vendor shall be responsible for any damage resulting from tire burns, battery leaks, oil or hydraulic leaks, scrapes or scratches. 11.8 The City may stop work at any time if inferior equipment(such as leaking solvents, safety risk, creating hazardous conditions, damaging City property, etc.) is in use by the Vendor. The City shall have the sole and final authority in determining if Vendor's equipment is inferior. The Vendor shall be responsible for any loss or damage to rented or owned equipment used while performing services under this contract. The Vendor shall not charge the City for expenses incurred by Vendor or its subcontractor for loss or damage to equipment or tools rented or Vendor owned equipment. 12.0 HAZARDOUS CONDITIONS 12.1 Vendor shall notify the City immediately of any hazardous conditions or damage to any property. 12.2 Vendor shall handle hazardous materials with care and workers shall wear Personal Protective Equipment(PPE)while handling hazardous material. If there are questions regarding how to dispose of materials,the Vendor shall contact City of Fort Worth Code Compliance at 817- 392-1234. 13.0 DISPOSAL OF PARTS,MATERIALS,NON-HAZARDOUS AND HAZARDOUS MATERIALS 13.1 Vendor shall be responsible for handling,transporting,and disposing of all material waste,oils and solvents, in accordance with all applicable laws, rules and regulations so as to ensure the highest level of safety to the environment and public health at no additional cost to the City. 13.2 Vendor shall recycle all waste and scraps as appropriate and account for with disposal receipts for verification.Vendor shall be responsible for any hazardous materials brought to the site by the Vendor. 13.3 Vendor shall immediately notify the Department Contract Manager or designee of any Remodeling Services Agreement Page 28 of 43 Real Network Services,Inc. City Secretary Contract No. suspected hazardous materials encountered before or during performance of work and shall take all necessary precautions to avoid further disturbance of the materials. The City will be responsible for any hazardous material uncovered or revealed at the site which was not shown, indicated, or identified previously. 13.4 Vendor shall resume work at the affected area of the Proi ect only after the Department Contract Manager or designee provides written certification that the Hazardous Materials have been removed or rendered harmless and all necessary approvals have been obtained from all government and quasi-government entities having jurisdiction over the project or site. The Vendor shall be responsible for continuing the work in the unaffected portion of the project and site. 13.5 Vendor shall provide the manifest ticket for hazardous materials or other proof of proper disposal within ten (10) business days upon the request of the Department Contract Manager or designee 14.0 DELIVERY 14.1 Vendor shall understand delivery shall be F.O.B. Destination and all other delivery charges shall be included in the unit price. The person placing the order will provide delivery and billing information. No additional charges for expenses, freight, mileage, time, or similar items will be accepted or paid by the City. There may be instances when the Vendor may be asked to accelerate delivery of an order due to extenuating circumstances. When this occurs and there is an additional cost, the Vendor must receive written approval from Department Contract Manager or designee in order to order the materials. If written approval is not received from the Department Contract Manager or designee, City shall not be liable for any costs. 14.2 Vendor agrees that in the event the Vendor is unable to meet the original delivery dates, the City must be contacted immediately, but prior to the due date, and seek an extension of delivery time. Failure to comply with the delivery terms may be legal grounds for canceling an order, or the entire Agreement. 14.2 Vendor agrees that if delivered items that are determined to be defective or not meeting specifications,items shall be picked up and replaced by the Vendor,or the Vendor's designee, at no cost to the City. If the items are not picked up within one (1)week after notification,the items shall become a donation to the City for disposition. 15.0 QUALITY ASSURANCE 15.1 Vendor shall provide the City the ability to perform quantitative and qualitative examination of the Vendor's materials or methods related to any request for service under the terms of this Agreement. The City may perform tests for film thickness, chemical resistance, color match, flame spread, grout composition, and mastic volatility, but these are not all inclusive of the tests that may be required. The City will,to the best of its ability, specify any testing required in the request for services. 15.2 Vendor shall make available all supplies to the City for inspection and approval for use by the Department Contract Manager or designee. 15.3 Vendor shall understand that work performed is subject to inspection and approval by the Department Contract Manager or designee upon completion of a project. Payment will not be made for any service until all clean-up requirements have been met and the Department Contract Manager or designee has approved acceptance of service as to contract compliance. 16.0 WARRANTY Remodeling Services Agreement Page 29 of 43 Real Network Services,Inc. City Secretary Contract No. 16.1 Vendor shall provide documentation of manufacturer's warranty along with the final invoice. 16.2 Vendor shall provide the Department Contract Manager or designee a written warranty for all parts,labor,and workmanship upon completion of each job.Vendor shall warrant that,unless otherwise specified, all materials and equipment incorporated in the work under the contract shall be new, in first class condition,and in accordance with the contract documents. 16.3 Vendor shall further warrant that all workmanship shall be of the highest quality,in accordance with the Agreement documents,and shall be performed by persons qualified at their respective trades. 16.4 Vendor agrees that work not conforming to these warranties shall be considered defective. 16.5 Vendor agrees that this warranty of materials and workmanship is separate and independent from and in addition to any of the Vendor's other guarantees or obligations in this Agreement. 16.6 Vendor shall,except as otherwise specified,guaranteed all work by the Vendor against defects resulting from the use of inferior materials,equipment,or workmanship for one (1)year from the date of final acceptance of the entire project by the City in writing. Equipment and facilities, which have seasonal limitations on their operation, shall be guaranteed for one (1) full year from the date of seasonally appropriate tests and acceptance,in writing,by the City. 16.7 Vendor shall provide a warranty to include at a minimum,but not limited to the following: 16.7.1 Vendor shall repair or replace promptly, on a one-for-one basis without additional cost to the City of Fort Worth, any and all defective work and products. 16.7.2 The City defines"prompt"repair or replacement to be within twenty-four(24)hours after notification by authorized City Personnel or as agreed by City and Vendor. 16.7.3 Vendor shall remedy at the Vendor's expense any non-conforming or defective products or work. In addition, the Vendor shall remedy at Vendor's expense any damage to real or personal property owned by the City of Fort Worth, when that damage is the result of a defect of products furnished. 16.7.4 If Vendor fails to remedy any failure, defect, or damage within a reasonable time after receipt of notice,the City of Fort Worth shall have the right to replace, repair, or otherwise remedy the failure, defect, or damage at the Vendor's expense. 16.8 Vendor agrees that this warranty shall not include failures attributable to accident, fire, or negligence on the part of City personnel. 16.9 Vendor shall obtain all warranties that would be obtained in normal commercial practice. 16.10 Vendor shall enforce all warranties for the benefit of the City of Fort Worth. 17.0 UNIT PRICE ADJUSTMENT 17.1 Vendor understands and agrees that the quantities listed are only estimates based on previous usage and do not indicate intent to purchase or a guarantee of future business. The City is obligated to pay for only those services actually ordered by an authorized City employee and then received as required and accepted by the City. 17.2 Vendor agrees that 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. Remodeling Services Agreement Page 30 of 43 Real Network Services,Inc. City Secretary Contract No. 17.3 Vendor shall 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. 17.4 Vendor agrees that if the City concludes that the rate increase being requested is exorbitant, the City reserves the right to adjust the rate request,or reject the rate request in its entirety and allow the contract to expire at the end of the contract term. If the City elects not to exercise the renewal option,the Purchasing Division will issue a new solicitation. 17.5 Vendor agrees that prices shall remain firm for each one-year term of the Agreement and shall include all associated freight and delivery costs. 17.6 Vendor agrees that prices shall be used for analysis and Agreement pricing. In cases of errors in extensions or totals,the unit prices offered will govern. 17.7 Vendor agrees that goods or services shall not be suspended by the Vendor without a 30-day prior written notice to the City. 17.8 Vendor agrees that 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. 18.0 INVOICING REQUIREMENTS 18.1 The City of Fort Worth has begun implementing an automated invoicing system. 18.2 Vendor shall send invoices electronically to our centralized Accounts Payable department invoice email address: supplierinvoices@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. 18.3 Vendor shall 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) 18.4 Vendor shall adhere to the following requirements: 18.4.1 All invoices must be either a PDF or TIFF format. 18.4.2 Image quality must be at least 300 DPI(dots per inch). 18.4.3 Invoices must be sent as an attachment(i.e. no invoice in the body of the email). 18.4.4 One invoice per attachment(includes PDFs). Multiple attachments per email is acceptable but each invoice must be a separate attachment. 18.4.5 Please do not send handwritten invoices or invoices that contain handwritten notes. 18.4.6 Dot matrix invoice format is not accepted. 18.4.7 The invoice must contain the following information: 18.4.7.1 Supplier Name and Address; 18.4.7.2 Remit to Supplier Name and Address, if different; 18.4.7.3Applicable City Department business unit# (i.e. FW013) 18.4.7.4 Complete City of Fort Worth PO number(i.e.the PO number must contain all preceding zeros); Remodeling Services Agreement Page 31 of 43 Real Network Services,Inc. City Secretary Contract No. 18.4.7.5 Invoice number; 18.4.7.6 Invoice date; and 18.4.7.7 Invoices should be submitted after delivery of the goods or services. 18.5 Vendor shall not send invoices by mail and email and please do not send the same invoice more than once by email to supplierinvoiceskfortworthtexas.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_AccountsPa. ablekfortworthtexas.gov. 18.6 If you are unable to send your invoice as outlined above at this time,Vendor shall send 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. 18.7 If electronic invoicing is not possible,vendor shall send paper invoice to: City of Fort Worth Attn: FMS Central Accounts Payable 200 Texas Street Fort Worth, Texas, 76102 The City's goal is to receive 100%of invoices electronically so that all supplier payments are processed efficiently. To achieve this goal,we need the Vendor's support. If Vendor has any questions,please contact the Accounts Payable team at(817) 392-2451 or by email to ZZ_FIN AccountsPayablekfortworthtexas.._o�v. 18.8 Vendor shall not include Federal, State of City sales tax in its invoices. City shall furnish a tax exemption certificate upon Vendor's request. 19.0 CONTACT ADMINISTRATION 19.1 Contract administration will be performed by various City departments. In the event the Vendor fails to perform according to the terms of the agreement, The Department head or 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. 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 problems,which could include cancellation,termination for convenience, or default. 20. DEPARTMENT CONTRACT MANAGERS 20.1 The following individuals are designated by the City as Department Contract Compliance Managers under this Agreement: Department Department Contract Title Department Contract Manager Department Contract Manager Name Email Manager Phone Parks Rebekah Doyle Sr. Contract rebekah.do lekfortworthtexas.gov 817-392-5722 Compliance Specialist Water Maenica Berry Purchasing maenica.berrykfortworthtexas. og_v 817-392-8198 Manager PMD Aaron Cutaiar Facilities aaron.cutaiarkfortworthtexi . ov 817-392-7864 Remodeling Services Agreement Page 32 of 43 Real Network Services,Inc. City Secretary Contract No. Superintendent Aviation Ricardo Barcelo Administrative ricardo.barcelokfortworthtexas.gov 817-392-7864 Services Manager 20.2 The City may,with written notice to Vendor, add or remove Department Contract Managers at any time. Remodeling Services Agreement Page 33 of 43 Real Network Services,Inc. EXHIBIT B PRICE SCHEDULE FORTWONTH BID SOLICATION Event ID Page Invited: EVENT DETAILS Event Round lhrsian Suhmlt To: City of Fort Worth y FINANCIAL MANAGEMENT SERVICES Event Name FINANCE-Purchasing -_� 200Texas St (Lower Level.South) Start Time Finish Time Fort Worth TX 76102 -321 17;.M-Oa CLr =L.'2G?1 _3;30:6�9 CST United States Email: FMSPurchasingResponses@fortwonhtexas.gov Line[details Line: 1 Description: f]tv Unit UnitPrice Total Control Tech Regular Hours i&00 a.m.-5:DO 200.00 HR p.m.Monday •Friday( 555.17 $11.034.00 Lute: 2 Dascriodon: Qtv Unit UnitPrice Total Licensed HVAC laborer Regular Hours (8:00 200.00 HR a.m.-S:Ovp.m.Monday -Friday) 544.00 $8,$00.00 Line: 3 Eltriptson: Qty Unit UnitPrice Trial HVAC Helper Regular Hours (0 00 a.m.-5:00 20D.00 HR p.m.Monday -Friday) $eW_DO $8,800-OD Line: 4 Description: city Unit unitPrlce T" Control Tech HVAC-Hourly Raft(After Hours -5:01 p.m.to 7:59 a.rrt.Monday-Thursday) 50,00 MR Mirrmum Change of_hors per person,per $70.00 $3,500.00 Cdll Line: 5 Deco( on: CAY Unit UnitPrice Total Licensed FIVAC Labor-Hourly RaWAfter Hours -5:01 p.m.to 7:59 a.rrt.Monday-Thursday) 20.DO HR Minrnum Charge of 4 hours per person.per $65.[)0 $1.300.00 call Line: 6 Description: Qty Unit UnitPrlce Total HVAC Helper-Hourly Rate(After Heirs.-5:01 1D0.00 HR p.m.to 7-59 7.m.Monday-Thursday} Minimum $64.06 $6 400 00 Charge of 4 hours per person.per call Lli 7 Description. on Unit UnitPrice Total Control Tech HVAC-Hourly Rate(Weekends 100.00 HR 5:01 p.m.Friday-7:59 a.m Monday) kininum $7D.DD $7,000.00 Charge of 4 hours per person,per cal Line: 0 Description: 9ft Unit UnitPrice Total Licensed HVAC Labor-Hourly Rate(Wookends 20-Do HR 5-01 p.m.Friday-7-59 am Monday) Minimum Charge of 4 hours per person,per cal $fj5.0D $1 30D.00 Vendor Services Agreement—Exhibit B Real Network Services,Inc. Page 34 of 43 City Secretary Contract No. FORT WORTH y`11,101 ` BID SOLICATION Event ID Page Invited. EVENT DETAILS Event Round Version Submit To: City of Fort Worth FINANCIAL MANAGEMENT SERVICES Event Name FINANCE-Purchasing 200 Texas St.(Lower Level.South) Start Time Finish Time Fort Worth TX 76102 -1Z 1 13:30.00 CST United States Email: FMSPurehasmgResponses@fnrtworthtexas.gov Line: 9 Dassdotion: 0tv Unk UrNtprice Tonal HVAC Helper-Hourly Rate(Weekends 5.01 p.m. 20.0-D HR Friday-7:59 a.m Monday) Minimum Charge of $55.00 $1.3a0.00 4 hours per person..per rWl Line; 10 Description: QV Unk Unitprke Total Control Tech HVAC-Hourly Rate(Holiday-All 20.00 HR Day! Minimum Charge of 4 hours per $70:00 51.4fl0_�00 person,per cell Line: 11 Description: city Unit Unitprice Total Licensed HVAC Labor-Hourly Ra[e IHaliday- 20.D0 HR All Dayl Minimum Charge of hours per person per call Lint: 1? Description: ON Unit Undtprke Tonal HVAC Helper-Hourly late(Hal day-AI Day) 20.D0 HR Minimum Charge vl 4 hours per person.per $6rj.QO $t,3�',0� call Line: 13 Description. Oty Unit Unftprke Total Master Plumber Regular Hours(8:00 a.m.- 40D.00 HR 5 D0 p.m Monday -Friday) Line: 14 Deuription: City Unk Unitprke Total Jouryneyman Plumber Regular Hags(800 a.m. 400.00 HR -5.00 p.m.Monday-Friday) $SO.DO 524,ODQ_DO Line: 15 Ilsecdplion: tkv Unk Unitftce Total Plumber Helper Regular Hours (9:D0 a.m.- 400.00 HR 5:00 p.m_Monday -Friday) 548.pD $19.244.Q4 Line: 16 Descrion: 0ty Unk UnttPrice Total Master Plumber-Hourly Rate{After Hours- 5:01 p.m_to 7:59 a.m.Monday-Thursday) 150.00 HR Mirunum Charge or 4 hours per person,par $104.00 $15.040.00 cell Remodeling Services Agreement Page 35 of 43 Real Network Services,Inc. City Secretary Contract No. FORT WORTH BID SOLICATI©N Event ID Page Invited: EVENT DETAILS 2-ORB Event Round Version Submit To: City of Fort Worth FINANCIAL MANAGEMENT SERVICES Event Kama FINANCE-Purchasing 200 Texas St.(Lower Level,South) Start Time Finish Tines Fort Worth TX 76102 - :._ --121 i7:a0:13DCDT 1:._e _ ==:i= _ united States Emalk FMSPurchasingResponses@fortworthtexas.gov tits 17 OanrxlnMarr Unk UJ.tALPld,ra Total Jouneyman Plumber-Hourly Rate(ARer Hours -5-01 p.m to 7-59 a.m.Monday-Thursday) 150.00 HR Minimum charge of 4 hours per person,per $89.00 513,35a.bQ call line: 18 Deecriptton_ tl[y Unit UnitPrice Total Plumber Helper-Hourly Rate(Weekends 5,01 200.00 HR P.m Friday-759 a m Monday) Minimum Charge of 4 hours per person,per call $ 4,4QQ.QQ LI_ 19 Dascrioticn: Otv Unit UnitPrice Total Master Plumber-Hourly Rate(Weekends 5,01 150.00 HR p.m.Friday-7.59 a.m Monday) Minimum $t QQ,QQ S15,fi7QQ.U0 charge of 4 hours per person.per call Line: 24 Description: City Unit UnitPrice Total Journeyman Plumber-Hourly Rate tWeekends 150.00 HR 501P.m u Friday-759a.mMonday) Minenn S135QQ.� charge of 4 hours per person.Per call line: 21 Deecrlution. tlty Unit UnitPrice Total Master Plumber-Hourly Ratty(Hoiday-All 15000 HR Day) Minimum charge of hours per $1 pO.DQ 51 S,QDD.00 person.per call Lbrre: 22 Da6crio Igm my Unk UnitPrice Trial Journeyman Plumber Labor-Hourly Rate 150.00 HR (Holiday-At bay) Minimum Charge of 4 $13,5QO.OQ hours per Person.per call Lkw: 23 Descrlotion: [ky Unit Unitprice Total Plumber Helper-Hourly Rate(Hobday-All 150.00 HR Day) Minimum charge of 4 hours per ST2.flQ $10.$QQ_00 person,per call line: 24 DeeCrludon. tlty Unit Unomce Total Ssipe : Electrician Hourly Rate(B 110 400.00 HR $ Q a -500m. 4t1 P-m Monday -FAY) $24,QDQ.QQ Remodeling Services Agreement Page 36 of 43 Real Network Services,Inc. City Secretary Contract No. FORT WORTH. BID SOLICATION Event ID Page Invited: EVENT DETAILS Event Round version Submit To: City of Fort Worth 1 FINANCIAL MANAGEMENT SERVICES Event Name FINANCE-Purchasing 200 Texas St.ILawsr Level.South) Burt Finish Tkne Fort Worth Tx 6102 10/2612021 17:00:00 CDT -012021 13:30:00 CST United Slates Email: FMSPurchasirigResponses@f+ortworthtexas.gov Liao: 25 QMrlodow UriftPrice Total Journeyman Electrician-Hourly Rate(&00 .00 HR am -5:00 p.m.Mar clay -Fridley) $ ,p0 S 4A00.00 Line: 26 E7w■ccri,lLn: Qt1l Unit UtdtPrice Total Electrician Hafper-Hourly Rate(8:00 a.m.- 400.00 HR 5:00 p.m Monday -Friday) $45.00 $18.000.00 Lane: 27 Daacriation: Otv Unit UnrtPrice Total Supervisor Electrician-Hourly Rate(After Hours-5:01 p.m.to 7:59 a m Monday- 200 00 HR Thursday} Minimum Charge of 4 hours per 577,Qp $1$,400,00 person.per call Line: 23 Description: QEY Unit UnkP'rice Total Journeyman Electrician-Hourly Rate(After Hans-5:01 p.m.to 7:59 a m.Monday- 200.00 HR Thursday) Minimum Charge of 4 hours per person,per call Ling: 29 Descrll. MY Unk UNtPrice Total Electrician Helper-Hourly Rate(After Hours -5-01 p,m to 7 59 a m Monday-Thursday) 20000 HR Minimum Charge at 4 hours per person,per $58.00 511"fi00.00 call Line: 30 Description: CKV Unit UnitPrice Total Supervisor Electrician-Hourty Efate(Weekends 1D0.00 HR 5 01 p.m Fnday-7 59 am Monday]Minirr+n 577.(7Q s�.r�o.aQ Charge of 4 hours per person,pr r:all Ling: 31 Description: Qtv Unit UnitPme Total Journeyman Electrician-Hourly Rate(Weekends 10,000 HR 5:01 p.m.Friday 7.59 a.m Monday)MrnirrKxn Charge of 4 h-ours per person,per earl Limp: 32 Description: QIV Unit Undprice Total Eleckicran Helper-Hourly Rate(Weekends 80.00 HR 5 01 p m Friday-7 59 am Monday) Minimum Charge of 4 hours per person,per cal 558.00 $4,64Q.Q0 Remodeling Services Agreement Page 37 of 43 Real Network Services,Inc. City Secretary Contract No. FORT WORTH � r BID SOLICATION Event ID Page Invited: EVENT DETAILS Event Round Version SubmR To: City of Fort Worth > FINANCIAL MANAGEMENT SERVICES Evend Name FINANCE-Purchasing - 200 Texas SL(Lower Level,South) Start'7ime Finish Time Fort Worth T?( 61Q2 �)o:Qe,ecm United States Email: FMSPurchasingResponses@fortworthtexas.gov DescLirre: 33 ription- Qtv Unit UnWrice Total Supenasor Electrician-Hourly Rate(Holiday 80.00 HR -All Day) Minimum charge of hours per $77.(1d $5,160.Ofl person.per call Line: 3d Deeeripdor►: Qtv Unit Unwrlce Total Journeyman'Ekctnc ian Labor-Houfy Rap 8000 HR (Holiday-N Day) Minimum Charge of hours per person,per cal Line: 35 Description: Qtv Unit UnitPrice Tow Electrician Helper-Hourly Rate(Holiday- 40.00 HR All Day} r call Charge of twos per person.per call Line: 6 D ,31"on: Qtv Unit UnitPrice Total Supannsor General Labor Regular Flours(806 15000.00 HR a.m.-500 p.m.Monday -Friday) $38.fl� $570,750..00 Lino: 37 Descripton: Qty Unit UnitPrice Total Skied General Labow Regular Hour (8.OD 14000.00 HR a_m.-5:00p.m.Monday -Friday) $35.{10 5490;000.0 Line: 38 Description: ®tv Unit UnitPrice Total General Labor Haiper Regular Hours (8:00 14500.00 HR a.m.-5:00 p.m.Monday -Friday) 532-[3� $464,QDD.OD Lk1e: 31i Dpatiriptipn: Qtv Unit UnitPrlce Total Supervisor General Labor-Hourly Rate(After Ham-5:01 p.m.to 7:59 a m Monday- 250000 HR Thursday) Minimum Charge of 4 hours per $4$.00 $120,40G.00 person,per call Line: 40 Description: Qtv Unit UnitPrice Total Ski led General Labor-Hourly RaUgAfter Hours-5:01 p.m,to T;59 a m May- 250000 HR Thursday) Minimum Charge of_hours per $44.Q0 $11fl,DQ0.Q0 person.per call Remodeling Services Agreement Page 38 of 43 Real Network Services,Inc. City Secretary Contract No. FORT "10WORTH 1 BID SOLICATION Event 10 Page InvW.. EVENT DETAILS Event Round Version Submit To: City of Fort Wonh _ FINANCUU_MANAGEMENT SERVICES Event Name FINANCE-Purchasing 2D0 Texas 5L[Lower Level_South] Start Time Finish Time Fed Worth T}( 61d2 :.'1 17:00:00 Clyl' :1 13:30:00 CST United States Email: FMSPurchasinResponses@fortworthtexas.gov Line: 41 Oelzrintli. am Unit UnritPrice Total General Labor Helper-Hourly Rate iAker Hour,-5-01 p.m,to 7:59 a m.Molay- 2D00 00 HR Thursdays Minimum Charge of 44 hours per � $82,000-00 person.per call Line: 42 Description: Otv Unit UnitPrtce Total Supennsar General Labor-Hourly Rate 11 DO-00HR (Weekends 5 01 p.m.Friday-7:59 a-m Monday) S52,840.DD Minimum Charge of 4 hours per person,per $48-DD Line: 43 Descrin: Qtv Unit UnitPri a Total Skilled General Labor-Hourly Rabe(Weekend& 1100-00 HR 5-01 p.m Friday-7 59 am Monday) Minimum $44. j S,48,400.DD Charge of_A_hours per person,per call =Line: d4 riptlon: Otv Unit. UnitPrice Total General Labor Helper-Hourly Rate(Weekends 11 W 00 HR 5-01 p.m Friday-7-59 a.m Monday) Minimum $45,1 D4.00 Charge of 4 hours per person.par cal t Line: 45 Description: 9b Unit UnitPrice Total Supervisor Gannet Labor-Houly Rate 11 D0-00 HR (HoWay-►il Dmn) lii.wrein Q+nge or 4 $48-DD 552,8DD.DD hours per person,per call Lira: 46 Description: Ube Unit UnitPrice Total Skilled General Labor-Hourly Rate(Holiday- 1100-00 HR Al Dayl Minimum Charge of 4 hours per $44-DD $48.4d}D.DD person.per call DescLine: 47 ription: Ohr Unk UnitPrice Total General Labor Helper-Hourly Rate iHoliday- 1100-00 HR All Day) Minimum Charge of 4 !woes per person-per cal l $45,10D.OD Line: 48 Do:cripHon: (my Unit UnitPrice Total Minimum Service Charge 75.00 EA ��-DD $5.625.DD Remodeling Services Agreement Page 39 of 43 Real Network Services,Inc. City Secretary Contract No. FORT WORTH 111� CITY OF FORT WORTH BID OFFER lEvent ID Pays Invited: EVENT DETAILS !' W]I�::2-o0 ti _ — — Event Round vwsion Submit To: City of Fort Worth FINANCIAL MANAGEMENT SERVICES Event Name FINANCE•Purchasing ITH h,„,rk- Una Se"icee 200 Texas St.(Lower Level,South) Start Time Firdsh.TMw Fort Worth TX 76102 0..1.00:06 CDT l.:l(1812021. 13:30:.Q0 CST United States Email: FMSPurchasingResponses t[dleftwor"oxas.gov `:ota3 Did Alaount: IS 512,034,0 Subconrractor Mark up percentage over Contractors cast is 17.6%,Contractor to provide proof of hi"costs Materials.Mark-up percentage over Contractor's cost Is 15% Contractor to provide a kst rX ilamicod malarial and proof of hisJhur costs A bid of'C"(zero)wit be interpretea by the city as a no-charge(free)item and the City will not expect to pay for that rtem.A hid ot'no hid"or no response(space leh blw*will be Interpreted by they City teat the Offeror does not wah to bid on that Item.Be advised.a"no bid"or m response may be considered as nonresponsive and may result In disquaNncabon of the bid. Remodeling Services Agreement Page 40 of 43 Real Network Services,Inc. EXHIBIT C VERIFICATION OF SIGNATURE AUTHORITY REAL NETWORK SERVICES,INC. 5529 REDFIELD STREET DALLAS, TX 75235 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: Jose Reyes Position: President /CEO Signature 2. Name: Position: Signature 3. Name: Position: Signature Name: Sign of President/CEO Other Title: Date: 01/24/2022 Vendor Services Agreement—Exhibit C Real Network Services,Inc. Page 41 of 43 City Secretary Contract No. EXHIBIT D AVIATION CONCRETE SPECIFICATIONS SYMBOLS W—V;�d.� EO— M . ,r 4 MrXm 11E_ 'U.-C 5aU..CAMEF R—E— 'I- A I AM, DrnFtEiert DOWEL BAR SPECIFICATIONS . ........................ A ....................... El ........................... 21' %4 E E'RENroRCEMENT LnBIE rOR EIEE REINFORCEMENT SPECIFICATIONS DETAIL A-CONCRETE CORNER REPLACEMENT DETAIL —E.AM.—1—.1 E.I.I. t. F-E.—.——1..1--- z. CE.——A.T.F1—1—E— DETAIL B-FULL DEPTH CONCRETE SLAB REPLACEMENT DETAIL TIE-BAR REINFORCEMENT SPECIFICATIONS I QUIF BA T1C!TM1­—­8`E`-­1SL1`E00/1W0QTAE7rR IS!.4_LD -E —11 ME I—ILED IT.—E. ILL T",E.,RE.CAW A11 All*�IT"' D1.A,1,11.11E wn"Ix urns of gcvelq _ _ s. 2. =MT A —FE I- IusTuiD-El M11 ME_AFEA_= CON"Ll"F` THE CONC­"0"'"UM'01 ZAT M111111 A.. AE—EW TI E—M CCICIETE FACES PA-C—Ly-NC C"SOL-02.ANO WAFC"FOR 9 'E111CAT'0.OF T.E CO.CRUL F1.111 T.E 11FACE I MATC. DFu.D P-1— _.0 E C. -N.A.. 1 AEFAR 10.MI. C. PNVEMEM oErnns FAA ss-zzt -A. E wnx rtEx DETAIL 0-CONSTRUCTION JOINTS DETAIL E-DOWEL BARS AT SLAB CORNERS(PLAN VIEW) DETAIL 0-HMA SURFACE REPLACEMENT DETAIL —E'NEME —E —ET—AF. Remodeling Services Agreement Page 42 of 43 Real Network Services,Inc. City Secretary Contract No. EXHIBIT E VENDOR CONTACT INFORMATION Vendor's Name: Real Network Senates,Inc. Vendor's Local Address:5529 Redfield Street,Dallas,TX 75235 Rhone: (214)624-7600 Fax- (469)336-1117 Email: }reyes@real inc Name of persons to contact when requesting services or billing questions: NamelTitle Josh Jones, Director General Construction Phone: (918)691-2080 Fax: (469)336-1117 Email: Dones@reail_inc NameMtle Phone: Fax: Email: Nam elTffie Phone: Fax: Email: Will your company accept P-card payments? Yes X No _ Jose Reyes 1S November 2 he 021 ignatur Printed Name Date Remodeling Services Agreement Page 43 of 43 Real Network Services,Inc. 1/21/22, 1:54 PM M&C Review Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FORT WORTH Create New From This M&C DATE: 1/25/2022 REFERENCE **M&C 22- LOG NAME: 13P 22-0004 REMODELING NO.: 0061 SERVICES JC PMD CODE: P TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (ALL) Authorize Non-Exclusive Purchase Agreements for Remodeling Services with Lookup Properties Inc., NWI Construction, Real Networks Service, Inc., and Gomez Floor Covering, Inc. dba GFC Contracting for an Initial One-Year Term in a Combined Amount of $3,068,406.00 and Authorize Four Consecutive One-Year Renewal Options in the Same Amount for City Departments RECOMMENDATION: It is recommended that the City Council authorize non-exclusive purchase agreements for remodeling services with Lookup Properties Inc., NWI Construction, Real Networks Service, Inc., and Gomez Floor Covering, Inc. dba GFC Contracting for an initial one-year term in a combined amount of $3,068,406.00 and authorize four consecutive one-year renewal options in the same amount for City Departments. DISCUSSION: Property Management, along with five other City Departments, approached the Purchasing Divison to issue a bid for remodeling services for various city buildings. The Purchasing Division issued an Invitation to Bid (ITB) 22-0004 on October 26, 2021 with submissions due by November 18, 2021. The bid detailed specifications regarding types of services, performance expectations, required experience, scheduling, and supervision requirements. The ITB was advertised in the Fort Worth Star-Telegram every Wednesday from October 27, 2021 through November 17, 2021; Six responses were received. Airika Candel Tech, Inc. and DTM Heating &AC were deemed non-responsive due to not submitting all the required documentation. Proposals were evaluated on best value criteria including the price, contractor qualifications, experience, and references, sample estimates, proof of ability to obtain permits, and proof of company years of service. Staff from Property Management, Water, Parks and Recreation, and the Aviation Departments evaluated the proposals submitted and recommends awarding to multiple vendors to ensure the City has adequate coverage. No guarantee was made that a specific amount of these services will be purchased in any year. AGREEMENT TERMS: Upon City Council's approval, this agreement shall begin upon execution and expire one year from that date. The contract contains provisions that no guarantee is made that a specific amount of services will be purchased and the city departments will acquire the services on an "as needed" basis. RENEWAL TERMS: The agreement may be renewed for four additional one-year renewal options. The renewal 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. BUSINESS EQUITY: DVIN\ BE will advertise this opportunity directly to M/WBEs because the work is on an as-needed basis and there are qualified M/WBEs who can bid on this project as a prime. ADMINISTRATIVE CHANGE ORDER: An administrative change order or increase may be made by the City Manager up to the amount allowed by relevant law and the Fort Worth City Code and does not require specific City Council approval as long as sufficient funds have been appropriated. FISCAL INFORMATION/CERTIFICATION: apps.cfwnet.org/council_packet/mc_review.asp?ID=2961 Mcouncildate=1/25/2022 1/2 1/21/22, 1:54 PM M&C Review The Director of Finance certifies that funds are available in the current operating budget, as previously appropriated, in the participating department's Operating Funds to support the approval of the above recommendation and execution of the purchase agreements. Prior to any expenditure being incurred, the participating departments have the responsibility to validate the availability of funds. BQN\\ TO Fund Department Account ProjectFO rogram Activity Budget Reference # Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference # Amount ID I ID I I Year (Chartfield 2) Submitted for City Manager's Office by_ Reginald Zeno (8517) Dana Burghdoff(8018) Originating Department Head: Tony Rousseau (8338) g g—p Steve Cooke (5134) Additional Information Contact: Cynthia Garcia (8525) Jeff Cope (8313) ATTACHMENTS Form 1295- LookUp Properties Inc.pdf (CFW Internal) Form 1295- NWI Construction.pdf (CFW Internal) Form 1295- Real Network Services, Inc..pdf (CFW Internal) Form 1295-Gomez Floor Covering.pdf (CFW Internal) SAMs dba GFC Contraction.pdf (CFW Internal) SAMs Gomez Floor Covering, Inc.pdf (CFW Internal) SAMs Look up Properties Inc.pdf (CFW Internal) SAMs NWI Construction.pdf (CFW Internal) SAMs Real Networks Service, Inc.pdf (CFW Internal) Signed MWBE Waiver or Goal.pdf (CFW Internal) apps.cfwnet.org/council_packet/mc_review.asp?ID=29613&councildate=1/25/2022 2/2