Loading...
HomeMy WebLinkAboutContract 58903City Secretary Contract No. 58903 FORT ORT ®R ,M" VENDOR SERVICES AGREEMENT This VENDOR SERVICES AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WORTH ("City"), a Texas home rule municipal corporation, acting by and through its duly authorized Assistant City Manager, and ALLIED WASTE SERVICES OF FORT WORTH, LLC DBA REPUBLIC SERVICES ("Vendor"), a DOMESTIC LIMITED LIABILITY COMPANY (LLC) and acting by and through its duly authorized representative, each individually referred to as a "party" and collectively referred to as the "parties." AGREEMENT DOCUMENTS: The Agreement documents shall include the following: 1. This Vendor Services Agreement; 2. Exhibit A — Scope of Services; 3. Exhibit B — Price Schedule; 4. Exhibit C — Verification of Signature Authority Form. Exhibits A, B, andC , which are attached hereto and incorporated herein, are made a part of this Agreement for all purposes. In the event of any conflict between the terms and conditions of Exhibits A, B, or C, 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. Vendor shall provide temporary licensed Veterinarians and Veterinary Technicians to perform visual inspections, examinations, and treatments at all levels of care of animals brought into or held in the shelter and ensure the overall health and care of each animal, ("Services"), which are set forth in more detail in Exhibit "A," attached hereto and incorporated herein for all purposes.. 2. Term. This Agreement begins on FEBRUARY 20, 2023 ("Effective Date") and expires on FEBRUARY 29, 2024 ("Expiration Date"), unless terminated earlier in accordance with this Agreement ("Initial Term"). City will have the option, in its sole discretion, to renew this Agreement under the same terms and conditions, for up to four (4) one-year renewal option(s) (each a "Renewal Term"). 3. Compensation. City will pay Vendor in accordance with the provisions of this Agreement, including Exhibit "B," which is attached hereto and incorporated herein for all purposes. Total compensation under this Agreement will not exceed TWO -MILLION THREE -HUNDRED FOUR THOUSAND ONE -HUNDRED SIXTY-NINE DOLLARS ($2,304,169.00) for the first year. Vendor will not perform any additional services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City will not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. 4. Termination. Vendor Services Agreement Page 1 of 18 4.1. Written Notice. City or Vendor may terminate this Agreement at any time and for any reason by providing the other party with 30 days' written notice of termination. 4.2 Non -appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement will terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. 4.3 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date, City will pay Vendor for services actually rendered up to the effective date of termination and Vendor will continue to provide City with services requested by City and in accordance with this Agreement up to the effective date of termination. Upon termination of this Agreement for any reason, Vendor will provide City with copies of all completed or partially completed documents prepared under this Agreement. In the event Vendor has received access to City Information or data as a requirement to perform services hereunder, Vendor will return all City provided data to City in a machine readable format or other format deemed acceptable to City. Disclosure of Conflicts and Confidential Information. 5.1 Disclosure of Conflicts. Vendor hereby warrants to City that Vendor has made full disclosure in writing of any existing or potential conflicts of interest related to Vendor's services under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this Agreement, Vendor hereby agrees immediately to make full disclosure to City in writing. 5.2 Confidential Information. Vendor, for itself and its officers, agents and employees, agrees that it will treat all information provided to it by City ("City Information") as confidential and will not disclose any such information to a third party without the prior written approval of City. 5.3 Public Information Act. City is a government entity under the laws of the State of Texas and all documents held or maintained by City are subject to disclosure under the Texas Public Information Act. In the event there is a request for information marked Confidential or Proprietary, City will promptly notify Vendor. It will be the responsibility of Vendor to submit reasons objecting to disclosure. A determination on whether such reasons are sufficient will not be decided by City, but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction. 5.4 Unauthorized Access. Vendor must store and maintain City Information in a secure manner and will not allow unauthorized users to access, modify, delete or otherwise corrupt City Information in any way. Vendor must notify City immediately if the security or integrity of any City Information has been compromised or is believed to have been compromised, in which event, Vendor will, in good faith, use all commercially reasonable efforts to cooperate with City in identifying what information has been accessed by unauthorized means and will fully cooperate with City to protect such City Information from further unauthorized disclosure. 6. Rh!ht to Audit. Vendor agrees that City will, until the expiration of three (3) years after final payment under this Agreement, or the final conclusion of any audit commenced during the said three Vendor Services Agreement Page 2 of 18 years, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records, including, but not limited to, all electronic records, of Vendor involving transactions relating to this Agreement at no additional cost to City. Vendor agrees that City will have access during normal working hours to all necessary Vendor facilities and will be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City will give Vendor reasonable advance notice of intended audits. 7. Independent Contractor. It is expressly understood and agreed that Vendor will operate as an independent contractor as to all rights and privileges and work performed under this Agreement, and not as agent, representative or employee of City. Subject to and in accordance with the conditions and provisions of this Agreement, Vendor will have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its officers, agents, servants, employees, Vendors, and subcontractors. Vendor acknowledges that the doctrine of respondeat superior will not apply as between City, its officers, agents, servants and employees, and Vendor, its officers, agents, employees, servants, contractors, and subcontractors. Vendor further agrees that nothing herein will be construed as the creation of a partnership or joint enterprise between City and Vendor. It is further understood that City will in no way be considered a Co -employer or a Joint employer of Vendor or any officers, agents, servants, employees, contractors, or subcontractors. Neither Vendor, nor any officers, agents, servants, employees, contractors, or subcontractors of Vendor will be entitled to any employment benefits from City. Vendor will be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of its officers, agents, servants, employees, contractors, or contractors. 8. Liability and Indemnification. 8.1 LIABILITY - VENDOR WILL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF VENDOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.2 GENERAL INDEMNIFICATION - VENDOR HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, FROMAND AGAINST ANYAND ALL CLAIMS OR LAWSUITS OFANYKIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTYDAMAGE OR LOSS (INCL UDINGALLEGED DAMAGE OR LOSS TO VENDOR'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF VENDOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.3 INTELLECTUAL PROPERTY INDEMNIFICATION — Vendor agrees to defend, settle, or pay, at its own cost and expense, any claim or action against City for infringement of any patent, copyright, trade mark, trade secret, or similar property right arising from City's use of the software and/or documentation in accordance with this Agreement, it being understood that this agreement to defend, settle or pay will not apply if City modifies or misuses the software and/or documentation. So long as Vendor bears the cost and expense of payment for claims or actions against City pursuant to this section, Vendor Services Agreement Page 3 of 18 Vendor will have the right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, City will have the right to fully participate in any and all such settlement, negotiations, or lawsuit as necessary to protect City's interest, and City agrees to cooperate with Vendor in doing so. In the event City, for whatever reason, assumes the responsibility for payment of costs and expenses for any claim or action brought against City for infringement arising under this Agreement, City will have the sole right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, Vendor will fully participate and cooperate with City in defense of such claim or action. City agrees to give Vendor timely written notice of any such claim or action, with copies of all papers City may receive relating thereto. Notwithstanding the foregoing, City's assumption of payment of costs or expenses will not eliminate Vendor's duty to indemnify City under this Agreement. If the software and/or documentation or any part thereof is held to infringe and the use thereof is enjoined or restrained or, if as a result of a settlement or compromise, such use is materially adversely restricted, Vendor will, at its own expense and as City's sole remedy, either: (a) procure for City the right to continue to use the software and/or documentation; or (b) modify the software and/or documentation to make it non -infringing, provided that such modification does not materially adversely affect City's authorized use of the software and/or documentation; or (c) replace the software and/or documentation with equally suitable, compatible, and functionally equivalent non -infringing software and/or documentation at no additional charge to City; or (d) if none of the foregoing alternatives is reasonably available to Vendor terminate this Agreement, and refund all amounts paid to Vendor by City, subsequent to which termination City may seek any and all remedies available to City under law. Assignment and Subcontractim 9.1 Assignment. Vendor will not assign or subcontract any of its duties, obligations or rights under this Agreement without the prior written consent of City. If City grants consent to an assignment, the assignee will execute a written agreement with City and Vendor under which the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement. Vendor will be liable for all obligations of Vendor under this Agreement prior to the effective date of the assignment. 9.2 Subcontract. If City grants consent to a subcontract, the subcontractor will execute a written agreement with Vendor referencing this Agreement under which subcontractor agrees to be bound by the duties and obligations of Vendor under this Agreement as such duties and obligations may apply. Vendor must provide City with a fully executed copy of any such subcontract. 10. Insurance. Vendor must provide City with certificate(s) of insurance documenting policies of the following types and minimum coverage limits that are to be in effect prior to commencement of any Services pursuant to this Agreement: 10.1 Coverage and Limits (a) Commercial General Liability: $1,000,000 - Each Occurrence Vendor Services Agreement Page 4 of 18 $2,000,000 - Aggregate (b) Automobile Liability: $1,000,000 - Each occurrence on a combined single limit basis Coverage will be on any vehicle used by Vendor, or its employees, agents, or representatives in the course of providing Services under this Agreement. "Any vehicle" will be any vehicle owned, hired and non -owned. (c) Worker's Compensation: Statutory limits according to the Texas Workers' Compensation Act or any other state workers' compensation laws where the Services are being performed Employers' liability $100,000 - Bodily Injury by accident; each accident/occurrence $100,000 - Bodily Injury by disease; each employee $500,000 - Bodily Injury by disease; policy limit (d) Professional Liability (Errors & Omissions): $1,000,000 - Each Claim Limit $1,000,000 - Aggregate Limit Professional Liability coverage may be provided through an endorsement to the Commercial General Liability (CGL) policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage must be claims -made, and maintained for the duration of the contractual agreement and for two (2) years following completion of services provided. An annual certificate of insurance must be submitted to City to evidence coverage. 10.2 General Requirements (a) The commercial general liability and automobile liability policies must name City as an additional insured thereon, as its interests may appear. The term City includes its employees, officers, officials, agents, and volunteers in respect to the contracted services. (b) The workers' compensation policy must include a Waiver of Subrogation (Right of Recovery) in favor of City. (c) A minimum of Thirty (30) days' notice of cancellation or reduction in limits of coverage must be provided to City. Ten (10) days' notice will be acceptable in the event of non-payment of premium. Notice must be sent to the Risk Manager, City of Fort Worth, 200 Texas Street, Fort Worth, Texas 76102, with copies to the Fort Worth City Attorney at the same address. Vendor Services Agreement Page 5 of 18 (d) The insurers for all policies must be licensed and/or approved to do business in the State of Texas. All insurers must have a minimum rating of A- VII in the current A.M. Best Key Rating Guide, or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of Risk Management is required. (e) Any failure on the part of City to request required insurance documentation will not constitute a waiver of the insurance requirement. (f) Certificates of Insurance evidencing that Vendor has obtained all required insurance will be delivered to the City prior to Vendor proceeding with any work pursuant to this Agreement. 11. Compliance with Laws, Ordinances, Rules and Regulations. Vendor agrees that in the performance of its obligations hereunder, it will comply with all applicable federal, state and local laws, ordinances, rules and regulations and that any work it produces in connection with this Agreement will also comply with all applicable federal, state and local laws, ordinances, rules and regulations. If City notifies Vendor of any violation of such laws, ordinances, rules or regulations, Vendor must immediately desist from and correct the violation. 12. Non -Discrimination Covenant. Vendor, for itself, its personal representatives, assigns, contractors, subcontractors, and successors in interest, as part of the consideration herein, agrees that in the performance of Vendor's duties and obligations hereunder, it will not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. IF ANY CLAIM ARISES FROM AN ALLEGED VIOLATION OF THIS NON-DISCRIMINATION COVENANT BY VENDOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, CONTRACTORS, SUBCONTRACTORS, OR SUCCESSORS IN INTEREST, VENDOR AGREES TO ASSUME SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS FROM SUCH CLAIM. 13. Notices. Notices required pursuant to the provisions of this Agreement will be conclusively determined to have been delivered when (1) hand -delivered to the other party, its agents, employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the transmission, or (3) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: To CITY: City of Fort Worth Attn: Assistant City Manager 200 Texas Street Fort Worth, TX 76102-6314 Facsimile: (817) 392-8654 With copy to Fort Worth City Attorney's Office at same address To VENDOR: Allied Waste Services of Fort Worth, LLC DBA Republic Services David Harwell, General Manager 6100 Elliott Reeder Rd Fort Worth, TX 76117 (817) 953-7210 Facsimile: (817)-831-2020 14. Solicitation of Employees. Neither City nor Vendor will, during the term of this Agreement and additionally for a period of one year after its termination, solicit for employment or employ, Vendor Services Agreement Page 6 of 18 whether as employee or independent contractor, any person who is or has been employed by the other during the term of this Agreement, without the prior written consent of the person's employer. Notwithstanding the foregoing, this provision will not apply to an employee of either party who responds to a general solicitation of advertisement of employment by either party. 15. Governmental Powers. It is understood and agreed that by execution of this Agreement, City does not waive or surrender any of its governmental powers or immunities. 16. No Waiver. The failure of City or Vendor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein does not constitute a waiver of City's or Vendor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 17. Governing Law / Venue. This Agreement will be construed in accordance with the laws of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought pursuant to this Agreement, venue for such action will lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. 18. Severability. If any provision of this Agreement is held to be invalid, illegal or unenforceable, the validity, legality and enforceability of the remaining provisions will not in any way be affected or impaired. 19. Force Majeure. City and Vendor will exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but will not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to, compliance with any government law, ordinance, or regulation; acts of God; acts of the public enemy; fires; strikes; lockouts; natural disasters; wars; riots; epidemics or pandemics; government action or inaction; orders of government; material or labor restrictions by any governmental authority; transportation problems; restraints or prohibitions by any court, board, department, commission, or agency of the United States or of any States; civil disturbances; other national or regional emergencies; or any other similar cause not enumerated herein but which is beyond the reasonable control of the Party whose performance is affected (collectively, "Force Majeure Event"). The performance of any such obligation is suspended during the period of, and only to the extent of, such prevention or hindrance, provided the affected Party provides notice of the Force Majeure Event, and an explanation as to how it prevents or hinders the Party's performance, as soon as reasonably possible after the occurrence of the Force Majeure Event, with the reasonableness of such notice to be determined by the City in its sole discretion. The notice required by this section must be addressed and delivered in accordance with Section 13 of this Agreement. 20. Headings not Controlling. Headings and titles used in this Agreement are for reference purposes only, will not be deemed a part of this Agreement, and are not intended to define or limit the scope of any provision of this Agreement. 21. Review of Counsel. The parties acknowledge that each party and its counsel have reviewed and revised this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party will not be employed in the interpretation of this Agreement or Exhibits A, B, and C. 22. Amendments / Modifications / Extensions. No amendment, modification, or extension of this Agreement will be binding upon a party hereto unless set forth in a written instrument, which is executed by an authorized representative of each party. Vendor Services Agreement Page 7 of 18 23. Counterparts. This Agreement may be executed in one or more counterparts and each counterpart will, for all purposes, be deemed an original, but all such counterparts will together constitute one and the same instrument. 24. Warranty of Services. Vendor warrants that its services will be of a high quality and conform to generally prevailing industry standards. City must give written notice of any breach of this warranty within thirty (30) days from the date that the services are completed. In such event, at Vendor's option, Vendor will either (a) use commercially reasonable efforts to re -perform the services in a manner that conforms with the warranty, or (b) refund the fees paid by City to Vendor for the nonconforming services. 25. Immigration Nationality Act. Vendor must verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Vendor will provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor must adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Vendor employee who is not legally eligible to perform such services. VENDOR WILL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY VENDOR, VENDOR'S EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, OR AGENTS. City, upon written notice to Vendor, will have the right to immediately terminate this Agreement for violations of this provision by Vendor. 26. Ownership of Work Product. City will be the sole and exclusive owner of all reports, work papers, procedures, guides, and documentation that are created, published, displayed, or produced in conjunction with the services provided under this Agreement (collectively, "Work Product"). Further, City will be the sole and exclusive owner of all copyright, patent, trademark, trade secret and other proprietary rights in and to the Work Product. Ownership of the Work Product will inure to the benefit of City from the date of conception, creation or fixation of the Work Product in a tangible medium of expression (whichever occurs first). Each copyrightable aspect of the Work Product will be considered a "work -made - for -hire" within the meaning of the Copyright Act of 1976, as amended. If and to the extent such Work Product, or any part thereof, is not considered a "work -made -for -hire" within the meaning of the Copyright Act of 1976, as amended, Vendor hereby expressly assigns to City all exclusive right, title and interest in and to the Work Product, and all copies thereof, and in and to the copyright, patent, trademark, trade secret, and all other proprietary rights therein, that City may have or obtain, without further consideration, free from any claim, lien for balance due, or rights of retention thereto on the part of City. 27. Signature Authority. The person signing this Agreement hereby warrants that they have the legal authority to execute this Agreement on behalf of the respective party, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. This Agreement and any amendment hereto, may be executed by any authorized representative of Vendor. Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. 28. Change in Company Name or Ownership. Vendor must notify City's Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records. The president of Vendor or authorized official must sign the letter. A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of director's Vendor Services Agreement Page 8 of 18 resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the specified documentation so may adversely impact future invoice payments. 29. No Boycott of Israel. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" has the meanings ascribed to those terms in Section 2271 of the Texas Government Code. By signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the Agreement. 30. Prohibition on Boycotting Energy Companies. Vendor acknowledges that, in accordance with Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 31. Prohibition on Discrimination Against Firearm and Ammunition Industries. Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 32. Electronic Signatures. This Agreement may be executed by electronic signature, which will be considered as an original signature for all purposes and have the same force and effect as an original signature. For these purposes, "electronic signature" means electronically scanned and transmitted versions (e.g. via pdf file or facsimile transmission) of an original signature, or signatures electronically inserted via software such as Adobe Sign. 33. Entirety of Agreement. This Agreement, including all attachments and exhibits, contains the entire understanding and agreement between City and Vendor, their assigns and successors in interest, as to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby Vendor Services Agreement Page 9 of 18 declared null and void to the extent in conflict with any provision of this Agreement. Vendor Services Agreement Page 10 of 18 City Secretary Contract No. IN WITNESS WHEREOF, the parties hereto have executed this Agreement in multiples. CITY OF FORT WORTH: By: William Johnson (Fe 20, 202314:57 CST) Name: William Johnson Title: Assistant City Manager Date: Feb 20, 2023 APPROVAL RECOMMENDED: By: Name: Michael Crum Title: Public Facilities/Events Director ATTEST: A By: Name: Title: Jannette Goodall City Secretary VENDOR: Allied Waste Services of Fort Worth, LLC DBA Republic Services David lfarwoll By: David Harwell(Feb 16. 2023 18,21 S Name: David Harwell Title: General Manager Date: Feb 16, 2023 CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. By: Name Title: K-. Aip. Kevin Kemp Public Events Assistant Director By: Christian Harper (Feb 20, 20L 13:16 T) Name: Christian Harper Title: Contract Services Administrator APPROVED AS TO FORM AND LEGALITY: By: Name: Taylor Paris Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: 23-0104 Form 1295: 2023-975058 Vendor Services Agreement Page 11 of 18 EXHIBIT A SCOPE OF SERVICES 1. VENDOR RESPONSIBILITIES- Vendor shall: 1.1. Furnish equipment, materials, labor, and personnel to jobsites for refuse and garbage removal, disposal, single stream recycling removal and processing services as described herein for the City facilities as called for and directed by the City. 1.2. During all periods of contract performance, provide competent supervision of his employee to assure complete and satisfactory fulfillment of the work and the terms of this Contract. The Contractor or capable, fully authorized representatives must be immediately available during all work activities to receive any and all special instructions from the City of Fort Worth designee. 1.3. Be thoroughly familiar with all prevailing safety measures pertinent to its operations. This shall include, but not necessarily be limited to Environmental Protection Agency (EPA) regulations, Occupational Safety and Health Agency (OSHA) regulations, Fort Worth City Ordinances, Texas Commission of Environmental Quality (TCEQ) regulations and Texas Department of Transportation Regulations. In addition, the Contractor shall be wholly responsible for instructing its employees in these safety measures and seeing that they are fully complied with in every respect. 1.4. At no time permit placing or use of equipment in such manner as to block traffic lanes or to create safety hazards. The Vendor's personnel shall provide appropriate warning devices when necessary and cooperate in the fullest in allowing through passage of other vehicles and personnel, even to the point of interrupting their own work if necessary. 1.5. Be wholly responsible for and shall promptly correct or restore all defective work or damages to any/all the City facilities caused by its activities. Restoration and correction shall be to the complete satisfaction of the City. This shall apply to any part of a building, its appurtenances, and the adjacent grounds or to any solid waste container, beyond normal wear and tear, or any other tangible damage incurred in the performance of the Vendor. Failure by the Vendor to proceed promptly with amount(s) necessary to correct defective work and/or damage is subject to being withheld from payments due or to become due to the Vendor. 1.6. Provide a list of names and telephone numbers to the requesting departments of the persons to be notified of a request for service. 1.7. Minimum Requirements for Waste Disposal Services for the Water Department's Village Creek Water Reclamation Facility 1.7.1. Maintain sufficient resources to fulfill City's normal requirements. The Contractor must demonstrate its ability to secure and perform the services within the delivery requirements specified herein. 1.7.2. The City reserves and shall be free to exercise the right to evaluate bid in relation to performance record of bidder with the City itself, another municipal corporation of like size, or private corporations during the past two-year period. Such precautions are deemed to be in the public interest inasmuch as Contractor failure or inability to furnish items within the prescribed time can create emergency situations and impose unnecessary hardship on both the City as a municipal corporation and the public at large. 1.7.3. Warranty - All items offered shall cagy the standard warranty of the manufacturer. 1.7.4. Details of services to be provided: Deliver, pickup, haul and properly dispose of waste containers as described below: 1.7.4.1. Provide thirteen (13) roll -off containers for collection and disposal of headworks screenings. Specifically these will be sealed 20 CY containers that will prevent liquids and wastes leaking onto roadways during transport. Containers shall be pulled on a "will call" basis due to the variability of loading times. Normal operations will fill approximately five (5) to six (6) containers per week. 1.7.4.2. Provide fourteen (14) roll -off containers for collection and disposal of grit. Specifically these will be sealed 20 CY containers that will prevent liquids and wastes leaking onto roadways during transport. Containers shall be pulled on a "will call" basis due to the variability of loading times. Normal operations (dry weather) will fill approximately 5 containers per week after Village Creek's new grit processing facility is fully operational (late summer 2022). It is anticipated that wet weather events will fill approximately three (3) dumpsters per day. Vendor Services Agreement Page 12 of 18 1.7.4.3. For operational flexibility City staff may utilize the 20 CY roll -off boxes interchangeably between the headworks and grit removal processes. Contractor shall pick up and deliver the roll -off boxes to Village Creek at locations designated by City personnel. See the "Scheduling" provisions below. 1.7.4.4. Provide seven (7) containers for disposal of general trash. Specifically these will be 8 CY dumpsters with lid top openings and sliding doors on each side. Containers shall be pulled on a "will call" basis due to the variability of loading times. Normal operations will fill approximately two (2) to three (3) containers per week. 1.7.4.5. Provide one (1) container for disposal of general plant waste. Specifically this will be a 30 CY roll -off container. The container shall be pulled on a "will call" basis due to the variability of loading times. Normal operations will typically fill two (2) containers per month. 1.7.4.6. Alternate bid — requesting pricing for water proof covers for 20 CY roll -off containers as shown below: 1.7.4.7.Other Requirements 1.7.4.7.1. Landfill Costs: The Contractor's rate shall include all landfill tipping fees and costs. 1.7.4.7.2. The Contractor's rate shall include all associated costs of delivery for waste disposal services. The City shall not pay any shipping, offloading or handling charges. 1.7.4.7.3. Monthly Rental Cost: Since the containers are to be serviced on a scheduled basis, monthly rental cost shall be incorporated in a price per pull. 1.7.4.7.4. Availability: The Contractor shall respond within 24 hours to all "will call" requests and provide service six (6) days per week (Monday through Saturday). Contractor will provide advance notice to City personnel if it anticipates service will be interrupted due to weather events or holidays. Contractor shall also provide an estimate as to when service can be reestablished. See the "Scheduling" provisions below. 1.7.4.7.5. Hours of Operation: The Contractor shall have access to the containers twenty four hours a day, Monday through Saturday. Pickups on Sunday can be allowed with prior approval from the City. See the "Scheduling" provisions below. 1.7.4.7.6. Regulatory Requirements: All items must be transported and disposed of in compliance with all applicable Federal, State and Local rules and regulations. 1.7.4.7.7. Manifests: The Contractor shall provide all manifest forms. The manifest forms shall be completely fill out by the Contractor, with the exception of the generator certification. The Contractor shall log and classify the type of waste for each load. Copies of the manifest forms shall be picked up and returned to location(s) specified by plant personnel. 1.7.4.7.8. Maintenance: The Contractor shall be responsible for maintaining all containers in an acceptable/operational conditions at all times. Within 48 hours after receiving written notice from the City, the Contractor shall repair or replace any container that is not meeting the performance requirements of this document. 1.7.4.8. Scheduling: The Contractor shall coordinate with designated City personnel in regards to the pickup and delivery of waste containers: 1.7.4.8.1. The following City personnel shall be responsible for coordinating with the Contractor for pickup and delivery of waste containers: 1.7.4.8.1.1. Sr. Equipment Operator (682-215-8501) 1.7.4.8.1.2. If the Sr. Equipment Operator is unavailable, then an alternate City employee will be designated as the point of contact. Vendor Services Agreement Page 13 of 18 1.7.4.8.2. Contractor shall provide a primary and alternatecontacts for scheduling waste container pickups and deliveries. Contact information shall include each employee's name; email address, and phone number. Changes in contact information shall be promptly forwarded to the City. 1.7.4.8.3. Scheduling of container pickup and delivery may be scheduled through a Contractor supplied software package upon written concurrence from the City. However, Contractor must still provide primary and alternate contact information as described above. 1.7.4.8.4. Interruptions to service will be coordinated with the designated City personnel listed above. Furthermore the Contractor shall provide notice of service interruptions in accordance with the "Other Requirements — Availability" section for Village Creek. 1.7.4.9. Modifications to Containers: The Contractor shall modify all 20 CY roll -off containers by mounting/attaching the following: 1.7.4.9.1. A welded "hook device" is required at the front and back of each of the 20 CY containers to allow for the connection of a cable and winch. 7.4.10. Estimated Service Levels: 1.7.4.10.1. The screenings from the headworks facility is estimated at 280 pulls per year. This total is estimated by multiplying an average of 5.5 pulls per week times fifty-two weeks per year. 1.7.4.10.2. Upon completion of the new grit facility (late summer 2022) it is estimated that grit disposal will result in approximately 260 pulls per year. This total is estimated by multiplying an average of 5 pulls per week times fifty-two weeks per year. Please note that wet weather events will result in increased grit production and disposal — taking that into account the total number of pulls for grit disposal may exceed 300 per year. 1.7.4.10.3. A 30 CY roll -off container will be used for disposal of general plant waste. it is estimated that disposal from this container will result in approximately 24 pulls per year. This total is estimated by multiplying an average of 2 pulls per month times 12 months per year. 1.7.4.10.4. 8 CY containers will be utilized for disposal of general plant trash. It is estimated that disposal from these containers will result in approximately 130 pulls per year. This total is calculated by multiplying an average of 2.5 pulls per week times 52 weeks per year. 1.8. Response Times 1.8.1. Provide garbage and recycling containers in capacities specified by the requesting City division for regularly scheduled service within three (3) working days after receiving a request for such service. 1.8.1.1. Provide garbage and recycling containers in capacities specified by the Code Compliance Department/Solid Waste Division for regularly scheduled service withinone (1) working day after receiving a request for such service 1.8.2. Respond to a call for an unscheduled or will -call service of a container within one (1) working day after receiving a request for such service. 1.9. Repairs 1.9.1. Perform all work necessary to ensure the aesthetic appearance, proper function and operation of equipment provided by the Contractor. All repairs, retrofits and replacements must be performed to meet all applicable code, laws, and regulations. L9.2. Paint over or replace dumpsters that have been marked with graffiti or other signs within 72 hours of the receipt of notice of such marking. 2. HOURS OF SERVICES 2.1. Unless prior arrangements are made with the collection location regular hours shall be from 6:00 A.M. to 7:00 P.M., Monday through Sunday. 2.2. Services may be required for City facilities outside of the hours listed above at no charge to the City. Vendor Services Agreement Page 14 of 18 EQUIPMENT 3.1. The types of containers to be purchased or rented and include service are: 3.1.1.Roll carts, 3.1.2.Front load dumpsters ranging in size from 2 cubic yards (CY) to 10 CY, 3.1.3.Roll off compactors including self-contained compacting units and open top roll off containers of 20 CY, 30 CY, and 40 CY capacity. 3.1.4.Open or closed top roll off containers of 20 CY, 30CY, and 40CY capacity. 3.2. All containers supplied shall be clearly marked, indicating garbage or recycling and recycling containers shall have items accepted noted on container. 3.3. All containers shall be clean, deodorized, in good working condition, and suitable for their intended purpose. 3.4. All containers shall receive deodorizing treatment weekly or by pull by the Contractor as a part of the monthly or pull charge. 3.5. A list of City facilities covered by this agreement is included as Exhibit A to these requirements. Other City facilities not listed may request service under this agreement. Questions regarding authorized City facilities shall be submitted to the Code Compliance Department/Solid Waste Division 3.6. The City may request to purchase compactors if the cost of rental over time exceeds the cost of the compactor. 4. SERVICES 4.1. Garbage and recycling container service shall include cleaning, delivering, deodorizing, dumping, placing, providing, and renting containers as required by authorized City employees. 4.2. All garbage collected shall be removed and disposed of at a properly permitted landfill. 4.3. Service schedules and container specifications included herein, Exhibit A, are for the sole purpose of establishing a bid basis based on previous usage; recycling collection requirements should be based on collectors' market knowledge. The City division requesting service shall provide the exact schedulefrequency, and coordination of Divisions service. 4.4. Any change to an established schedule must be accomplished upon a 24-hour notification to the Vendor. 4.5. All recycling collected shall be removed and delivered to a materials recyclingfacility approved in advance by the City. 4.6. Single stream recycling shall include the following: Metal and aluminum cans, mixed office paper, cardboard and plastic containers. This is a minimal item list;additional items may be added by mutual agreement by the Contractor and the City. 4.7. Waste or recycle containers may be rented with scheduled pickups of 1, 2, 3, 5, or 6 times per week. 4.7.1. Waste or recycle containers may be rented with unscheduled pickups, requiring staff to "contact the vendor for a pickup". 4.7.1.1. Units that are requested for pickup beyond the standard scheduled pull must be full when they are picked up. 4.7.1.2. Multiple waste or recycle units may be onsite at the City location where pickup is needed, contact the City staff onsite if a full unit is not readily visible. 4.7.1.3. Additional units needed for waste or recycling may be requested to be delivered as needed. 4.8. Delivery fee will be charged on the day the unit is delivered and the collection fee will be charged the day it is pulled, no additional charges will be accepted. 4.9. City Event Facilities may need to have all waste and recycle containers removed as needed for Events happening at City locations 4.10. Removal of units will be at the cost of the scheduled or unscheduled pull 4.11. Units removed will not have weekly scheduled pulls and no charges will be accepted until units are back onsite. 4.12. Units delivered back onsite will be charged the delivery fee. 4.13. City Event Facilities may need up to 30 pulls per day depending on the Event(s) taking place at that City location, vendor will be notified a week or more in advance. 4.14. Containers provided must be lockable and vendor must provide locks for waste and recycling containers upon request, if applicable. OTHER REOUIRMENTS AND COST 5.1. Vendor Rates 5.1.1. Vendor's rate shall include Landfill "tipping" Fees and Cost. Vendor Services Agreement Page 15 of 18 5.1.2. Vendor's rate shall include Monthly Rental Cost for scheduled pulls. Since the containers are to be serviced on a scheduled basis, monthly rental cost shall be incorporated in a price per pull. 5.1.3. Vendor shall have a separate monthly rental cost for units without a scheduled pull on file with the Vendor. 5.1.4. Vendor's rate shall include all associated cost of delivery for waste disposal sei vices. The City shall not pay any shipping, off-loading, or handling charges. 5.1.5. Vendor's rate shall include Availability. 5.1.5.1. Vendor shall provide service seven (7) days per week upon request, including all City holidays. 5.2. Regulatory Requirements 5.2.1. Vendor shall transport and dispose of all items in a manner that shall not infringe on general health and environmental standards as established by Federal and State and City Regulations. 5.3. Recycling service - removal of all non -recyclable items within the container 5.3.1. City locations have walkup access to recycle units and staff cannot control all items put in the containers. 5.3.2. Cost of removing all non -recyclable items shall not exceed the cost of one dumpster's "unscheduled collection" cost of the same size container. Vendor Services Agreement Page 16 of 18 EXHIBIT B PRICE SCHEDULE 1. City will pay Vendor for Services performed pursuant to this Agreement up to a total two -million three - hundred four thousand one -hundred sixty-nine dollars ($2 304 169 000) for the first year. Vendor will not perform any additional services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City will not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writiniz. 2. On or before the loth day of each month of this Agreement the Vendor will provide the City with a signed fee invoice summarizing (i) the portion of the Services that have been completed during the prior month and (ii) any additional visits that have been incurred during the prior month. 3. Following acceptance of the Services by the City Vendor must provide the City with a signed, readable invoice summarizing (i) the Service(s) that have been completed• (ii) purchase order number, and Gii) requesting pUment If the City requires additional reasonable information it will request the same promptly after receiving the above information and the Vendor must provide such additional reasonable information to the extent the same is available Invoices must be submitted to Supplierinvoicesgfortworthtexas. gov and must include the applicable City Department business unit number and complete City of Fort Worth PO Number (ex. FW013-0000001234) 3.1. The Contractor shall submit corrected/revised invoices within seven (7) calendar days of notification from the City. 3.2. Unpaid invoices and/or appeals for service performed throughout the fiscal year (October 1 - September 30) must be resolved within 30 days of the City's new fiscal year. No previous year invoices will be paid after October 30'h of the current year. 4. Vendor will not perform any additional services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City will not be liable for any additional costs for such services City will not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. Vendor Services Agreement Page 17 of 18 E I I t I I I EXHIBIT C VERIFICATION OF SIGNATURE AUTHORITY Allied Waste Services of Fort Worth, LLC D/B/A Republic Services 6100 Elliott Reeder Rd Fort Worth, Tx 76117 Execution of this Signature Verification Form ("Foirn") 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: David Harwell Position: General Manager David Ifarwell David Harwell ftb 16, 202313:21 CST) Signature 2. Name: Position: Signature Name: Position: Signature Name: Yasser Brennes Y"�s Brennk Yasser erenes (Feb 16, 2023 17:39 CST) Signature of President / CEO Other Title: Date: Vendor Services Agreement Page 18 of 18 M&C Review Page 1 of 3 CITY COUNCIL AGENDA official site of the City of Fort Woith, Texas FORT VOR'I'I Create New From This M&C REFERENCE **M&C 23- 13PRFP 22-0205 WASTE DATE: 2/14/2023 NO.: 0104 LOG NAME: DISPOSAL FOR CITY FACILITIES AR PE CODE: P TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (ALL) Authorize Services Agreement with Allied Waste Services of Fort Worth, LLC dba Republic Services for Waste Disposal Services for City Facilities in an Annual Amount Up to $2,304,169.00 for the Initial Term and Authorize Four One -Year Renewal Options for an Amount of $2,419,377.00 for the First Renewal, $2,540,346.00 for the Second Renewal, $2,667,363.00 for the Third Renewal and $2,800,731.00 for the Fourth Renewal for City Departments RECOMMENDATION: It is recommended that the City Council authorize services agreement with Allied Waste Services of Fort Worth, LLC dba Republic Services for waste disposal services for City facilities in an annual amount up to $2,304,169.00 for the initial term and authorize four one-year renewal options for an amount of $2,419,377.00 for the first renewal, $2,540,346.00 for the second renewal, $2,667,363.00 for the third renewal and $2,800,731.00 for the fourth renewal for City Departments. DISCUSSION: The Aviation, Code Compliance, Fire, Information Technology, Neighborhood Services, Park and Recreation, Police, Property Management, Public Events, and Water Departments approached the Purchasing Division to procure an annual agreement for waste disposal services. The City of Fort Worth (City) will utilize this agreement to furnish equipment, materials, labor and personnel for container provision, refuse and garbage removal and disposal for City facilities. Services also will consist of single stream recycling removal and processing services from City facilities as called for and directed by the City. In order to procure these services, Purchasing staff issued Request for Proposal (RFP) No. 22-0205. The RFP consisted of detailed specifications describing the vendor responsibilities, repair requirements, and equipment requirements in order to perform the services. The RFP was advertised in the Fort Worth Star -Telegram on August 25, 2022, August 31, 2022, September 7, 2022, September 14, 2022 and September 21, 2022. Two responses were received. An evaluation panel consisting of representatives from the Park and Recreation, Water, and Property Management Departments evaluated and scored the responses using Best Value criteria. After the initial evaluation of the responses and award recommendation was made by the panel, it was discovered by the City that there was a pricing discrepancy. Specifically, the City discovered that a difference in pricing format caused the City to misunderstand the actual price bid by the respondents. Due to this discrepancy and its potential impact on bid evaluation, the City requested Best and Final Offers (BAFO) from the respondents. The individual scores were averaged for each of the criteria and the final scores are listed in the table below. Bidders 11 Evaluation Factors Total a L�_IEEEII score Waste Management of Texas, Inc. 12.67 14.00 7.33 6Aj 20.08 160.41 http://apps.cfwnet.org/council_packet/mc review.asp?ID=30730&councildate=2/14/2023 2/15/2023 M&C Review Page 2 of 3 lied Waste Services of Fort Worth, LLC dba 3public Services Best Value criteria: A) Qualifications and Experience B) Approach to perform services C) Ability to Meet the City's Needs D) Litigation History E) Cost of service 11.33 10.00 [5.67][6.33] 40.00 73.33 After evaluation of the BAFO, the panel concluded that Allied Waste Services of Fort Worth, LLC dba Republic Services presents both the best value and the necessary coverage for the City. Therefore, the panel recommends that Council authorize agreement with Allied Waste Services of Fort Worth, LLC dba Republic Services. No guarantee was made that a specific amount of services would be purchased. Staff certifies that the recommended vendor's bid meets specifications. It is recommended that each annual award amount include a 5\% increase in cost per year. FUNDING: The maximum amount allowed under this agreement Citywide will be $2,304,169.00, however, the actual amount used will be based on the need of the department and the available budget. BUSINESS EQUITY: Allied Waste Services of Fort Worth, LLC dba Republic Services is in compliance with the City's Business Equity Ordinance by committing to 14\% Business Equity participation on this project. The City's Business Equity goal on this project is 14\%. AGREEMENT TERMS: Upon City Council approval, the agreement will begin upon execution and will end one year from that date. RENEWAL OPTIONS: This agreement may be renewed for up to four (4) one-year terms at the City's option. This action does not require specific City Council approval provided that the City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal term. ADMINISTRATIVE CHANGE 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. EXEMPT PROCUREMENT: The City Attorney's Office has determined that solid waste services are exempt from competitive bidding under the provisions of Chapter 252 of the Texas Local Government Code as necessary to preserve or protect the public health or safety of the municipality's residents. Nevertheless, the City chose to voluntarily procure this agreement through the competitive process, as allowed, to ensure the City receives a fair and equitable contract. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current operating budget, as previously appropriated, in the participating departments' Operating Funds to support the approval of the above recommendation and award of the purchase agrement. Prior to any expenditure being incurred, the participating departments have the responsibility to validate the availability of funds. BQN\\ TO Fund Activity Department Account Project Programy Budget Reference # Amount ID I ID I l BYear I (Chartfield 2) FROM Fund Department Account Project Program Activity I Budget Reference # I Amount I ID I ID Year (Chartfield 2) http://apps.cfwnet.org/eouncil_packet/mc review.asp?ID=30730&councildate=2/14/2O23 2/15/2023 M&C Review Page 3 of 3 Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS Aviation FID.xlsx (CFW Internal) Code FID.xlsx (CFW Internal) Fire FID.xlsx (CFW Internal) Form 1295 Certificate 100999062 (3)1.pdf IT FID.xlsx (CFW Internal) NSD FID.xlsx (CFW Internal) Reginald Zeno (8517) William Johnson (5806) Reginald Zeno (8517) Michael Crum (2501) Anthony Rousseau (8338) A'ja Robertson (8585) (CFW Internal) PARD FID.xlsx (CFW Internal) PMD FID.xlsx (CFW Internal) Police FID.xlsx (CFW Internal) Public Events FID.xlsx (CFW Internal) Republic Services CompMemo 22-0205 1.12.23 GV.pdf RepublicSAMs.pdf (CFW Internal) Water FID.xlsx (CFW Internal) (CFW Internal) http://apps.cfwnet.org/council_packet/mc review.asp?ID=30730&councildate=2/14/2023 2/15/2023