HomeMy WebLinkAboutContract 52722 .`N'.iy
G11 S METARY
CONTRAC`1°NO., -7<9
5E4~3�019 CONTRACTOR SERVICES AGREEMENT
GiT���SESA
NEW FUEL TANK AND INSTALL FOR STATION#17
ITB No. 19-0198
This CONTRACTOR 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 All-Tech Fuel Systems ("Contractor"),
an entity authorized to perform work in Texas, acting by and through its duty authorized Vice President,
Travis Mont ocry. This Agreement shall be effective as of the Effective Date established herein.
AGREEMENT DOCUMENTS:
The additional documents comprising this Contractor Services Agreement shall include the
following:
1. Attachment A — The Contractor's response to City's Invitation to Bid, inclusive of
Addendum No. I ("ITB"),excluding Part V,Attachments E and F thereto;
2. Attachment B Verification of Signature Authority Form (ITB Part V, Attachment H).
Attachments A and B are incorporated herein and made a part of this Agreement for all purposes.
In the event of any conflict between the terms and conditions of Attachment A 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
Contractor hereby agrees to provide The Delivery/Installation on a concrete pad of a permanent
New 1,000 gallon fuel tank at Fire Station #17. Services for the City of Fort Worth Fire Department as
per Attachment A which more specifically describe the services to be provided hereunder.
2. TERM
This Agreement is effective as of the date subscribed below by the City's designated Assistant
City Manager ("Effective Date") and shall expire upon the completion of the services or 365 days from
the Effective Date, whichever occurs first. ("Expiration Date").
3. COMPENSATION
City shall pay Contractor in accordance with the provisions of this Agreement and Attachment A.
Total payment made under this Agreement per term shall be the amount of $27,820.63 ("Contract
Amount"). Contractor shall 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 shall not be liable for any additional expenses of Contractor not specified by this
Agreement unless City first approves such expenses in writing.
4. TERMINATION/CANCELLATION
Termination: The City reserves the right to terminate this agreement, or any part hereof, with or
without cause, for its sole convenience. The City shall deliver to Contractor a written "Notice of
Termination" specifying the extent to which performance of work or the goods to be
order is terminated and the date upon which such termination becomes effective. OFFICIAL RECORD
CITY�Ci OFTARY
19-0198 New Fuel Tank and Installation for Station 17 Aajel"THP TX
Contractor Services Agreement
In the event of such termination, the Contractor shall immediately stop all work hereunder and
shall immediately cause any and all of its suppliers and subcontractors to cease work. The Contractor
shall be paid a percentage of the agreement price reflecting the percentage of the work performed prior to
the notice of termination, plus reasonable charges the Contractor can demonstrate to the reasonable
satisfaction of the City, incurred as a result of the termination. In no event shall the total of all amounts
paid to the Contractor under this section exceed the price stated in the Agreement. The Contractor shall
not be reimbursed for any profit which may have been anticipated, but which has not been earned up to
the date of termination.
Cancellation: City shall have the sole right to cancel this contract prior to the commencement of
work should there be a change in the need for the product or services as determined by the Department
Head or his/her Assistant City Manager.
Non-Appropriation of Funds: In the event no funds or insufficient funds are appropriated and
budgeted in any fiscal period for payments due under this contract, then City will immediately notify
Contractor of such occurrence and this contract shall be tenninated on the last day of the fiscal period for
which funds have been appropriated without penalty or expense to City of any kind whatsoever, except to
the portions of annual payments herein agreed upon for which funds shall have been appropriated and
budgeted or are otherwise available.
5. DISCLOSURE OF CONFLICTS AND CONFIDENTIAL INFORMATION
Disclosure of Conflicts. Contractor hereby warrants to City that Contractor has made full
disclosure in writing of any existing or potential conflicts of interest related to Contractor's services under
this Agreement. In the event that any conflicts of interest arise after the Effective Date of this Agreement,
Contractor hereby agrees immediately to make full disclosure to City in writing.
Confidential Information. Contractor, 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.
Unauthorized Access. Contractor 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. Contractor 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, Contractor 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.
6. INDEPENDENT CONTRACTOR
It is expressly understood and agreed that Contractor shall operate as an independent Contractor
as to all rights and privileges and work performed under this Agreement, and not as an agent,
representative or employee of City. Subject to and in accordance with the conditions and provisions of
this Agreement, Contractor shall have the exclusive right to control the details of its operations and
activities and shall be solely responsible for the acts and omissions of its officers, agents, servants,
employees, consultants and. subcontractors. Contractor acknowledges that the doctrine of respondent
superior shall not apply as between City, its officers, agents, servants and employees, and Contractor, its
officers, agents, employees, servants, Contractors and subcontractors. Contractor further agrees that
nothing herein shall be construed as the creation of a partnership or joint enterprise between City and
Contractor. It is further understood that City shall in no way be considered a co-employer or a joint
employer of Contractor or any officers, agents, servants, employees or subcontractor of Contractor.
19-0198 New Fuel Tank and Installation for Station 17 Page 2 of 9
Contractor Services Agreement
Neither Contractor, nor any officers, agents, servants, employees or subcontractor of Contractor shall be
entitled to any employment benefits from City. Contractor 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
subcontractor.
7. LIABILITY AND INDEMNIFICATION
LIABILITY- CONTRACTOR SHALL 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 CONTRACTOR, ITS OFFICERS,
AGENTS,SERVANTS OR EMPLOYEES.
INDEMNIFICATION - CONTRACTOR HEREBY COVENANTS AND AGREES TO
INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS, AGENTS, SERVANTS
AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CLAIMS OR LAWSUITS OF ANY
KIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTY DAMAGE
OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO CONTRACTOR'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 CONTRACTOR, ITS OFFICERS,AGENTS,SERVANTS OR EMPLOYEES
S. ASSIGNMENT
Contractor shall not assign 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 Contractor under which the assignee agrees to be bound by the duties
and obligations of Contractor under this Agreement. Contractor and assignee shall be jointly liable for all
obligations of Contractor under this Agreement prior to the effective date of the assignment.
9. INSURANCE AND BONDING
Contractor shall provide City with certificate(s) of insurance documenting policies of the types
and minimum coverage limits and performance and/or payment bonds (if required) each to be in effect
prior to commencement of any work pursuant to this Agreement as provided for in the ITB (Addendum
No. 1).
10. COMPLIANCE WITH LAWS ORDINANCES RULES AND REGULATIONS
Contractor 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 as set forth in Part IV, Section 14 of the ITB. If City notifies Contractor
of any violation of such laws, ordinances, rules or regulations, Contractor shall immediately desist from
and correct the violation.
11. NON-DISCRIMINATION COVENANT
19-0198 New Fuel Tank and Installation for Station 17 Page 3 of 9
Contractor Services Agreement
Contractor, for itself, its personal representatives, assigns, subcontractors and successors in
interest, as part of the consideration herein, agrees that in the performance of Contractor'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, including Chapter 17, Article III, Division 3 of the Fort
Worth Code. IF ANY CLAIM ARISES FROM AN ALLEGED VIOLATION OF THIS NON-
DISCRIMINATION COVENANT BY CONTRACTOR, ITS PERSONAL REPRESENTATIVES,
ASSIGNS, SUBCONTRACTORS OR SUCCESSORS IN INTEREST, CONTRACTOR AGREES
TO ASSUME SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD
CITY HARMLESS FROM SUCH CLAIM.
12. 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 electronic means 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: Travis Montgomery
City of Fort Worth Contractor business name
Attn: Valerie Washington All-Tech Fuel Systems
200 Texas Street
Fort Worth, TX 76102-6314
Email:Valerie.washington@fortworthtexas.g_ov Phone: 214-868-0689
Phone: 817-392-6192 Facsimile:
Facsimile: (817)392-8654 281-521-7077
With copy to Fort Worth City Attorney's Office at Email:
same address ismith@alltechftrel.com
13. SOLICITATION OF EMPLOYEES
Neither City nor Contractor 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 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 independently responds to a general solicitation of
advertisement of employment by either party.
14. 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.
19-0198 New Fuel Tank and Installation for Station 17 Page 4 of 9
Contractor Services Agreement
15. NO WAIVER
The failure of City or Contractor 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 Contractor's
respective right to insist upon appropriate performance or to assert any such right on any future occasion.
16. 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.
17. SEVERABILITY
If any provision of this Agreement is held to be invalid, illegal or unenforceable, the validity,
legality and enforceability of the remaining provisions sllall not in any way be affected or impaired.
18. FORCE MAJEURE
City and Contractor 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, acts of the public enemy, fires, strikes, lockouts,natural disasters, wars, riots,material or labor
restrictions by any governmental authority and/or any other similar causes.
19. 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.
20. ENTIRETY OF AGREEMENT
This Agreement, including its attachments and exhibits, contains the entire understanding and
agreement between City and Contractor, their respective 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.
21. WARRANTY
Contractor warrants that its services will be of a professional quality and conform to generally
prevailing industry standards. Contractor warrants that it will perform all services under this contract in a
safe, efficient and lawful manner using industry accepted practices, and in full compliance with all
applicable state and federal laws governing its activities and is under no restraint or order which would
prohibit performance of services under this contract. Additional specific warranty provision are found in
ITB, Part III, Section 9.
City shall give written notice of a breach of any warranty within thirty (30) days from the date
that the cause for same is discovered.
19-0198 New Fuel Tank and Installation for Station W Page 5 of 9
Contractor Services Agreement
22. PROHIBITION ON CONTRACTING WITH COMPANIES THAT BOYCOTT ISRAEL
Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2270 of the
Texas Government Code, if Contractor has 10 or more full time-employees and the contract value is
$100,000 or more, the City is prohibited from entering into a contract with a company for goods or
services unless the contract contains a written verification frorn 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, Contractor certifies that Contractor's signature provides written
verification to the City that if Chapter 2270, Texas Government Code applies, Contractor: (1) does
not boycott Israel; and (2)will not boycott Israel during the term of the contract.
23. LICENSES AND PERMITS
Contractor certifies that on the day work is to commence under this contract, and during the
duration of the contract, it shall have and maintain current valid and appropriate federal and state licenses
and permits necessary for the provision of services under this contract.
Contractor also certifies that if it uses any subcontractor in the performance of this agreement,
that such subcontractor shall have and maintain current valid and appropriate federal and state licenses
and permits necessary for the provision of services under this contract.
24. 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.
25. REVIEW OF COUNSEL
The parties acknowledge that each party and its counsel have had an opportunity to review and
revise 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 its
attachments.
26. 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.
27. 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 Contractor whose name,title and
signature is affixed on the Verification of Signature Authority Form, which is attached hereto as
Attachment C. Each party is fully entitled to rely on these warranties and representations in entering into
this Agreement or any amendment hereto.
19-0198 New Fuel Tank and Installation for Station 17 Page 6 of 9
Contractor Services Agreement
ACCORDINGLY, the prnliies hereta have duly executed this Agreement and established lipe
Effective Da#o gas being the daft wbscrlbed by the City's designatcd MLsktant City Managar.
CITY OF FORT WORTH: CONTRACTOR: Travis Monigumery
u. VAJcric washing#rm N te: 7aiol � �u+
'1 RIc'. Assi.wim City lViamagur ilia, V-P
APPROVAL RJECO11 MEND1ED:
8y: \- , .�
Maine:hmes Davis
Title: Fire Chief � F
By: }' i
a c: Nivy.l. I:ayser
'I IL10 City Sc(: tUiry �r
APf'RO AS ' FOR 1+1 AND LEGALITY: CONTRA I' COMPLUNCi'MANAU,It:
By signing I ac nowle<dp that t am the pet'son
'' tc sprxttisible for the monitoting and
Name. Duug1�s Black adti�irris#rltlioji Of this uor�irac#, including!'�#Io: Sr. sis#unt City Atio171C eti=ling al I perfonnance and reporting
(10 lVa requirements.
tCFiI �
Date-
12954
By:
Name: Mark IWU'29eher
`ritlo: AssisWa Director
0F1: J.)is k1CIAL Rb" ")
CITY SE�:lf�ETAII-0:
19•oI9a New Fuel Tank xnd i+tstaltatlon For Station 17 Jf.I � [I
C 4rntract4T Servicos Algreament
ATTACHMENT A
(Inserted behind this page)
19-0198 Fuel Tank and Installation for Station 17 Page 8 of 9
Contractor Services Agreement
ATTACHMENT
FoRTWORTH.
I
CITY OF FORT WONT'r PURCHASING DIVISION
INVI'1'aJ MN TO BID FOR A PUBLIC WORKS SERVICE
tRFQT NO. 19-0190, FUEL TANK AND iN5TALL FOR STATION 17
aID CLQSING DATE, July 16, 2019 1.0,00AM
For ludher lnrarmstion Contact: Jeff Cope, Pus hesing Suporvlsor
FAX (817) ai3 -i3440; em€IiJ; 1FMSPurchasinaReiipolisos(Mrortworthtexas.cro�r
The Olty of Foil Worth peaRi5 bids for furnishing a fuel tank and installation services ancffor equipment as
set forth ire Ihls Ii10atkin to 130.
BIDS MUST DE RECOVER BY THE PURCHASING OFFICE by 10:00AM (local time) ON THE 13ID
CLOSING DATE IN ORDER TO BE CONS)DERED_
Slds shall be anxllled,faxed, mailed or hand deliveredta the following address:
City of Fort Worth, Purchasing Division,
Lower Level,City Hall, 200 Texas Street, Fort Worth4 Texas 76102
Bids detivered by spacial courier (I,e_ Federal Expros5, Special Delivofy etc,) are to be rnarkod orr the
outside of the caurier's ahipping envelope '810 No. 19-0198, FUE t- TANK AND INVALL FOR
FIRE STATION 17." AND MUST BE DECEIVED BY THE PURCHASING OFFICE AND TIME
STAMPED PRIOR TO THE 10:00am DEADLINE IN ORDER TO BE CONSIDERED, The Orly is riof
rasps rnslb+e (:or relrrevfrtg a oubfrritfetj bid (rf�rtr its mail Processing cenler,
OaIWIs Wilt W a 01d9d to M9 laINOSI MSPanslve and msponsftde bklctorfs) ocrmplygyZ with 48 of the
Provlsiops of(ha RFW provrsred the bid pfka Is roasoaabia, and It +s In the best h7terest of(he city to
accept If.
Should tither Obvernmental a ntille5 deride to participate In Ihrls contract, wvtild you. the Contractor,
agree that all leans, conditions, specificalIons, end pricJng shaII apply(see Parl Ilr Section 13)1
Yes '1/ No
Sy elgnitig befow, I certify that I have read the atlachad Parts I-VI and aIT attachments thereto
wuld agree to all of the terms, conditions and requirements contained herein. FBI#ure ft; complete
the r"utstad 11ifoFmotEgri balow will result Jn refection oT our bJd.
Company dame and Address:
Alt-Tech fuel Systems S50 Brockilne Rd Katy,TX Federal Ili Plumber(TIN)., 1-75-3111723-6
Com ny's Authoriz— Agara lame I1d rJlla �'r vj;
5igr�at�Ir hale:711=019 TejalOhone Number'281-530-0000
Eft3laddm ': tmarrtg0n3e6Qa1 fu om FairNvmber:2g1-521-7077
PaOe h or sa
13FCI Iastj(0 Mmy,701i4
i
CONTENTS
• Fart I Stop@ of Services fSpeclfrc Bid Irlforrnetion
Flad I-A' Bid Solicilation Form
• Part 11 1 Instructions ID Bidders
■ Parl III Specific Terms and Conditions
• Perk IV Generel 'Perms and CoMitions
■ Part V Attachments A-G
• Fart VI Agreement Form
19-0108 Fuel Tbrii 81W Install fad I im Stelian 17 Pegs 2 of 34
RrQI lm ad,kgy 2,.2iN9
11 195 Fuel Tank Install ror Fire StAan 17
Pre 2 of 44
PART - I
SCOPE OF ERVICE 15PE CIFI 131D INFORMATIONIQUE TIONS
1.0 5COPE
t. i nie Clly of Fork Worth (City) seeks bids le awarcl a contract for burying and installirtg a
permaverll new 1,0DD gallon fuel tank Fot the Fire Department.
t 2 The City reserves the right to request addlfio,ial tLervicos consistent with the general
mature of the scope of work, The City farther reselvea the right to adjust the score of
work vW issuance of a chlarsge order
1,8 DelivorylInstallation Address, 5151 Hemphill St., Fort Worlh TX 76115.
1.A Fjjel tank mint be Installed on a concrete pad
1_5 Pour concrete pad l0 hold foal tank-W x 1 "concxate pad 10*thick with - rebar
I'S 1,000 gralJon Fireguard&UL 205 Cyllrldrlc�al Saddle Tank
1.6.1 UL 142& UL 2085 k. bi*Single Compartmant
1.62 70" vide x 78" tong 4,800 lbs.
1.8.3 (2) 0" Emergency vents Itislalled
1.6.4 (4)4"Female threaded couplings
1_6,5 (1) 2'Monitor
1.6.6 Sand biasted& painted white polyurethane
1,61 2'Vent diesal
1.6.0 Overfill Omntec mmich with alarm
1,6.9 Universal tank top apilI box wally adapter and cap
1,8,16 TurhIll311 with 18111, hanging 17eroware
1,6.11 Decal kit
11 permEmerrtiy The-lri to existing eJectrlcal connection
1_8 Musk meat TCEQ current rWe�;arid rejjuiations
1.9 Dull Permit with the City of Fort Worlh,
1.10 Includes crane and labor for inskallallon and inspection
1.11 Costs osscclated with the specified work, including but niA limited to handling, delivery,
fuel eharges, and any other fees. No additional charges will be accepted or paid by the
City.
All items sappiled rerrittirrg from this bid shall be of ratenl produc0on, unused, and
suitable for their inierrde-d purpose_
1!9�Df9a Fuel Tank and [Wall rot Fire Station t 7 Page 3 of 34
PF01 Issued July 2.2016
19-0195 Fuel Tank Inetall for Fire Stalion 17
Rage 3 of 44
1.12 PRDDUCT SPECIFICATION
1 12_1 Any manufacturer's names, trade nimnes. brand names trrforrnation andlor
catabg riumbem listed in this spacificatlon are for information and not Intended to limit
compelition unless Qthetwlse Indhcated. Bidders may of#et'any brand for which lie/she is
an authorized represenlatW, which meets or exceeds the bid speciftcatlon for any
itern(s) listed "rein. If bids are N rsed Qn egtrivalertt products, indicate on the laid
soltcitatlon the manufacturer's pWurt name and reference number.
1.12.2 Bidders shall submit proposals, cull, sketches, and descriptive literature, ondlor
complete speciflasWns. Bidders shall expialn the reason(s) wby the propoz;ed,equlvalent
wNl meet the speclfcattons and not be canskiered an exception thereto. Bids which do
not comply with these requirements are subject to rejection. Bids lacking any written
Indlcallon of intent to bM an alternate brand will be received and considered Irtcurrrplete.
1.1 _3 The Pufchasing Man siger or designee wilt Evaluate"equal'product on the basis
of Informatiorl furnished by I-AJder or Identified In the bid and reasonably ei ellablu to the
Purchasing Manager, The Purchasing Manages or designee in not respom�ible for
locatlnV or obtaining any InFormation not Identified in the offer.
1.12.4 Unless the bidder clearly IndiCaleo In Its bid that the product being offered is an
°equal" product the bidder shall provIde lha brand name product referenced in the bid.
1.13 The s►rccessful bidders) shell be known hereafter�is 'hCorttraetor+.
2,0 TERM
The Cily intends for this to be-� one•tlme purchuse.
3.0 OMITTED
4_0 SCHEDULE AND ADDIVONAL 910 REQUIREMENTS
Bids shall be responsive to this Part I and Part I-A ,
4A Any bid that does not include a response for ,AI-L of the raquested services or) the Bid
Solicitation Form may be re*tetl. Award may be made without discuesron with 8iddera after bids
are r+eaelved. Bids should, therefore, be submitted on the most favorable terms,
4_2 Schedule of Bid Events:
RFQT Releatte Cato July 2, 2019
Pfe-Old i:onfeiance NONE
Deadline for Questions July 9,2019 al 5:00 PlVI (Local Time)
Answeis Posted ,July 10. 2019 at S:OQ PM (Local Time)
Response to RFQT Due .July 16, 2019 by 10.'00AM Local Tire)
Anticipalad Award of Contract Bale July 49, 2019
4,3 SIdders shall submit the feJlowing Terns with their bid'
4.3.1 A Completed and signed erl2inzil Inailathun to Bid (RFQT)Cover Sbeet;
4.3.2 A completed and srgrted original Hid Soliakation Form (Part I-A);
4,3,3 A completed and slgned original Conflict of Interest Questionnaire 1Parl V.
Atimltment A);
4.3.4 A completed B.Idder's Contact Informolion Form(Part V,Attachment B);
+4,15 A completer! Conslderallon of Locatlon of Bidders Principal Place of 13uslneN5
(Part V. Attachment Q.
19.010E Fuel Tanis End InstaN for Pro SIativrp J7 Page 4 of 34
RFQt 1e1b0d,)aHW Z zois
19-0195 Friel Tank Install for fire 61€ttlon 17
Page 4 of 44
4.3.6 A completed ReFerence Sheet (Part V,AI#achment D):
4,3.7 All items listed In fart II, Section 3.0. Bidder's Qualificallons:
4A The submission of a bid by Ilse bidder shall he considered evidence of compliance with
these requlraments. Failure to submit the Items listed herein may be grounds for rejection
of a bid as non-responsive,
5.0 METHOD OF AWAR
Gontract(s) will be awarded the lowest responsive and responslbio bidder complying with all of
the provls;ens cf tha RFQT. ProVided the bld price Is rea-em.abiu and it is In the ball Interest of
the City to aceept It,
6.0 RMSERVATIONS
In order for IN City to receiVe adaguate coverage on Its sarvices needs. the City e�cpreasly
reserves the following rights;
6-1 to rn@ke multiple contract awards;
62 to accept or reject In whole or In part any or all hlds recslved and to make an award orl
the basal of indlvidual ROM. combination of Items, or overall bid, as it is deemed in the best
Herest of the City.
6_1 to consider and accept alternate bids. If specifled In the RFQT, when most advanWgiuous
to She City;
6.4 to waive as an informality, minor davJ*tlans from specifications provided they do T-ot
affect competition or result In functlunally unacceptable gouda or�;ervlcua.
6.6 to waive any mirror informality art any hid or RFQT procedure (a mirror Inforrrlallly is one
that dries nol atfW the cornpetifivenass of the Bidder).
8.6 to add addRional terms or rnodiry existing terms in the RFQT by addendrlrn prior to the
bid opening dale;
61 to reject the bid bf a Bidder who has previously failed to perform properly ar complete on
Wrw agreaments of a similar nature;
6.8 to avaluate bids in relalinn to the performance record of Bidder wltl1 the My, another
munlclpai corporation or private corporations during I" pas] two-year period, Such precautions
are deemed to be in the public interest Inaarnuch as orntractor`s failure ar Inability to Furnish
items MOM the Preacdbed lime can create ernargenoy situations and impose unrlecesssfy
hardship on both the City and the publlc at large:
6.9 to rgjac#a bW because of unbalanced unit prices;
6.10 to Specify approximate puantrties in the RFQT;
6A1 to extend the RFQT opening [late and tune;
6.12 to relssue an RFQT: andfor
6A 3 to procure any Item by other means,
]D-0108 Fuel Tank and Install for Fire±elation 17 Base 5 of 34
RFQt I0.sued Jay 2.2019
'I9-0195 Fuel Taal; Install €car File Statioil 17
Page 55 of 44
7.0 gur: TIONS
QijestWiis, explanatlons or darilr=itlons desired by a Ridder regarding any part of Iht?bid must be
requested at detaJJed Jr1 Part 11, S,Mion 2.0.
Ems11 gtieoWns to; FM PgMhasln9LRe5bonses Earlworthtexas,cgov
Pldders must elude the RFQT rivm aer, name of the bid and The name of The buyer Cn
Ilia RAest line.
Mense note, If an e-mail confirrong receipt of your a-mall is not received within I
busine58 day, please conlAct City of Fort Worth Purohaslrig at 817-392-2462.
If by facsimife; (017) 392-8440,Attentlorl; Jeff Cope and RFQT 19-0198,
19-019B Fora]Tank and Enstall for Are Slabon 17 page 4 or-34
RFQI 18slmfl July Z 2019
19-0195 Fuet Wank Install for Flre Station 17
Page 6 of 44
PART €-A
BID SOLICITATION FORM
19-0190 FLlel Tank and Ins[411 for Fire&allorl 17 Page 7 of 34
RFQI Jr.%Wd JOY 4 201Q
I MI 96 Fuel Tank 1 nutall for Fire Statbn i 7
Page 7 of 44
BID SOLICITATION
1310 OPENING DATE AND TIME
W'15120t9 '10:00:001.4M
1310 NO 113ER, 0-019E1
:J*ffc000
r'I��IVE.� (817}3Q2-��"J3
V Vendor Wime A Tee L, ti ke & eYl 5 C%r of FI WoTth
I`I
N Address: rock t Y�r I 5(m) .♦=nllx Great
p p f-ORT W DRTH IN 715115
R COY.;�,nie-?.![I Calla, e- 'i 7
U
H#rr� Class-He�ai Duandty liolf Vnil P#iCe Total
1.000
1.i'rl'kfr CIly Or Fort Wart#ti(City)aepM bids to award 4 tar,Frori for biryfng
erid Inafa8ing a perm mi3t trout 1,000 garlon rucl lank far II in Flee
Depa ment.
2_l}�ltl 1.060 90IEGn Flreguwob UL ZN CyrardrJeai Soddla Timvk 1 EA 27,820.63 27,a20_63
(Brand rwrgn tk#Innpude rnAnukutumr ogwl)Namo and Pod Nwrlhaw
qud iiriq_Kewbeny Tanks
TOTAL: 27.8D_ 3
WE AGREE TO FURNISH ANY OR ALL OF TftE ITEMS QUQTGrJ AT THE IRfCES;:HOwN.000TE
ii MUST f3€HE4la FIRM VCR PERIOD OF W UAY9.
TERM OF PA'fMeNT: �� f1���: �►`p r Y rc c 1e 1- r' �7i1� ""'j"''' COMPAN Y; Al
l e t, �,
DELI VF;RY: 8- 10 k jo S 1C-� rs��Fe,� J I ti o,`r,k 1Cr 3 i�h�t4�1►�1� 1 SIGN A7URE:TCiBf'HOPiE NUMSt-IR: 281.8 4 000u NAMEANDTITLE: ntstamery Vlea rmIdtrre
19-0795 Fuel Tank Iii Mal I for F.Ire 51a1ion 17
Page 6 of 44
PART - 11
Instructions to Bidders
1 0 REYIEW OF DOCUME TP
Bidders are expected to examine all Obcuments that make up the InAatfun to Bid ('RFQT').
Bidders shall promptly notify the City nt any omission, ambiguity, inconsiMency rar error Ihal they
may discover Gipan examination of the RFQT. The City sssurxtes no fesgonsIbility for any errors
or mtsrepreserilations that resrrft from the use of innmplate R( QTs_
2.0 EXPLANATIONS OR CLAk4IFICATIONS
2,1 Any explartatioo, clarification, or inkerprelation d&srred by a Bidder regarding any paft of
the RFQT must be requested in writing from the Purchasirig Division or the Project Manager and
muss he received as per the schedule established jr) Par1 I. SWiion 4. Interpretations, cofreWons,
or changes to the RFQT shall be comrrtiunlcated by addendum to all Xn wn prospeclive Bidders,
Cog1 MUnications made In any other manner are riot binding upon the City arrd Bidders shall not
rely upon such communivatlons, including oral expfanatl%�s of Josiructions provided at any pro-
bed conference, Any oral communications stated by any depaftment are considered unofficial afsd
non-Binding with regard to this RF0T
22 Requests for explanations or clerificatI6ns may be emaiied to the Projerrtt Manager or
faxk to the City's Purchasing Division as provided in fart I, Section 7_ The cornmunicatim must
clearly Idontlfy the Contractors name and the RFQT number.
2.3 Unautl3orized Communications, Bidders' contact regarding this RFQT with employees
or officials of the Oily other Ihan Me Purchasing Marlgger. the Minority and Women Jsuslnuss
Fflterprlse (MANBE) Office, the Projecl Manager or as otherwlau Indicated In the RFQT Ia
prohibited and may result in d{squelifrr�Hon from this procurement process. No officer,
employee, agent or representative of the Respondent shall have any contact or
discussion, vernal or written, w kb qny members of the City Council, City staff or City's
consuttants, or directly or Indirectly through others, seer to Jnffuence any City Qourtull
member, City staff, or City's consultants regarding arty matters pertaining to this RFQT,
except as Iiereln provided. Any violalion of IN& prnhibMon may rosrrll in the Bidder being
disqualified from rl�e procurement process.
3,0 BIDDER'S QUAI-IFICATIONS
3.1 The Wowing Information must be submitted as part of the bid package and shall be
supplied in the following ordar
3.1.1 BidckWs background, services provided and number of yaars in btislness_
3.1.2 Evidence that Bldsfrir Is duly Jicensod, qualified and capable to fulfill and abide by
Iheg requirements listed herein with the bid. The bidder shall damanstrate Its ability to
scour$ arxJ perform the services within t11e delivery faquJremerAs specified herein.
11,3 In order to recelve contract award mnalder7atlon, the bidder shall malntain
sufficient rbzoumE% to fullldl normal City of Forl Worth requirumunts,
311.4 Bidders shall provide a refereenca fiat of a minimum of three (3) current customers
for whom the bidder has recently Supplied subject item(u) or performed same of similar
work over a recent twelve(12)month period.
Page 8 of 34
RFOJ 19auaO MAy,2D10
1"195 Fuel-tank Install Fix Fire Station 17
Page 9 of 44
4.0 PRERAIR.A N_0F.131a
Each 13lddej must furnish all Inforrrlatlon requlred by the RFQT on the documents provJded- Bids
submitted on;other than the foirms IndQded In the RFQT may be considered non-responulve. Any
attempt to after the wordIng in ilia RFUT is ineffective and will result in calection of the Bid-
4.1 Taxae; Pof chases of Gaads or ;Servfues for City use are usually exempt from City, Slate,
and most Federal Taxes, BJda may not lnulude exempted taxes. The auc-ewsful Bidder should
fequest a Tax Exemption CerlIhonto fmm (he Purchasing Division. Under no clri�urrfxtances shall
the City be liable to pny taxes For which the City has an exemption under any Contract.
4.2 Brand Name or Equal; Ir the RFQT indicates brand name of "equal" products are
acceptable, the Bidder msy offer an "equal" product and mur-1 be prepared to demonstfm those
features that render it equal- Final cletermloation of a product as "equal"remains with the CJty-
4.3 Delivery Time: Delivery ttme, if stated as a number of days, will be traced on calendar
days. Time is of the essence in any City purchase. IF the Indicated date c:annol be met or the
date is not Indicated, the Bidder shell state its best delivery Ole,
4-4 Free on Board (FOB) Paint` Freight Terms shall be FOB Destlnatlan, Freight Prepaid
and Allowed. The Bidder should quote its Iowesl aRtd best price, with the goods deJlvered to the
place specified. at the Bidder's expense and Isk. and there tender delivery its the City, 13lds
offeA19 any othef delivery terms: are not acceptable and may be cause for refection. See Part III,
Sec. 9 for fudf#er instructlons.
4-5 Prices:
4.5.1 Bids shall be Firm priced offers unless otherwise specified,
4.5,E Prictog shall bs entered w the Bid Shaw in lrfk.
4,5.5 Totals shall be entered in the"Total Prlce" column of the 13id Sheer
4.5.4 In the evunl of a discrepancy between unit price and extended prica, Jh - urti
price shall,govern,
4.5.5 Prices shall be offered In the Dollars of the United States of Amerlca (or d%b nal
fractions Ihereof).
4-6 Signature: The Kidder must sign each documsni In the RFQT requiring a slgnature. Any
change made to ilia Bid must b$IniClaled by the Bidder.
4.7 Bid Securfty; If a bid securily is required for this purchaser the recluirement Milt be
iet]ected in the"Specification" section of the bid package-
4.7.1 The bid securlty shalt be Jn art arnourit of 511% of the arnnuilt hid Cashier's check
or an acceptable surety band In the amount Indicated In the Notice to Bidders must be
sub-mItted at tfla time the bJd is submitted, and is subject to forfeiture in the event The
successrili bidder fait to exacute the conlrart dor-ur'nents ►vithin 10 calendar days after
the contract has been awarded.
4.72 To he an acceptable surely on the bond:
4.7.2.1 The name of the surety shall be tncluded on the current Department of
the Treasury's Llsting afApproved Sureties (Department Circular 570); or
19-0198 Fuel Tank and Install for Fire Station 17 Page 9 of 34
R1-Q1 fssw3d,Vy 2.2UI13
19-0195 Fuel Tank Install for Ftra Statlon 17
Page 10 of 44
4,7_2.2 The sticsty rrlllst have capilM and surplus equal 14 tirnes the amount of
the bond. The surely mull be Ifcensed to do business in the state of Texas,
4.8 Alternate Bide. Bidders may offer err`equal"product as ao alternote bid. Final "approved
equal'determination remains with the City.
4.9 Proprietary Information:
4.9.1 All merterial submltled to the City becomes public property and is subject to the
Texas Open Records ArA upon receipt. (See Part IV, Sec, 3,0)
4_9_2 if a Bidder does not desire proprietary information In the bid to be disclosed, each
page must be identified and marked praprlelary at 11ma of submittal, The City will, to the
extent ;allowed by low, endeavor 10 protect such information From dlsctmure, The final
decision as to Information that must be dinelosed Iles with the Texas Attorney General
4.€1.3 Failure to Identify proprietary Information will rasutt In all unmarked seut[gns
Iwirig deemed mart-praprialary and available upon public request.
4.10 t3ld Prepyrration Costs. All costs associated with pteparing a Bid iv response to the
RFQT shall be befria by the Bidder,
4.41 Payments, All payment terms shall be "filet 30 Days" unless otherwise spoclliad In the
bid document.
4.11.1 Swces-,aul aldders are encouraged le registrar for dlracl deposit payirietyls prior
to providing goads andlor sarvicss using the forms posled on the Dity's websile at
httl MwOortworthgov_arafpu ha9lnc#!, click on "Automated [�Ieafing House Sslup"
5.5 SURMISSION OF BIDS
Bid document; UnWs otherwise specified, Bidders are required 10 submit a signed executed
original and one scanned copy contained on a flash drive. Bids must be Wbmilletl in an opaque
suared envelope whit the bid number written on the outside of the envelope_
5.1 Documents required with Gild. The following rforunlents mast bs subarip!M with each
Bld,
SA A The completed and signed first page of I his.RFQT:
5.1.2 The Price Offer on the Bid S0110ation Form (Part I-A); and
5.1.3 Any other document Ir cWded in the RFQ7 requiring oomp4e6on or executton by
the Bidder-
5-2 Addenda' Receipt of any Addenda must be acknowledged by signing and ralurning the
Addendum wllh the Bid,
5.3 Receipt of 6idw Blds must be received in the Purchasing Divisien prior to the Due Dale
and Time set forth in Part t, Secllor7 4. The Bld mu3t be racelved by the Purchasing DlvWon and
time-slamped before deadlIne to he cvnffldere€l. All Sills rerelved after the Dire Dale and Time
are considered late. wRi MI be opened or r+onsidered and will he returned to the Bidder. 71M tiara
sfamp clock on the rxfceplfa?rrWa desk to Me Pu hrr Vng Qfvfsliw� Is fhu trine of 1'evord. 10a the
sate re&pnaiblilty of the Bidder to ensure tlrn6y delivery of the Bid to the Purchasing DIvis on-
The GIty will not he responsible for failure of service on the part of the U.S. Postal Office, courier
compamles or any c#her form. of dell-very service chaaert by the Bidder or City's mall room. Bids
delivered to a Qty location other Ihan I#t$ Purchasing Olvislon Will nol be oonsllere0l,
19-0198 FueP Tank and Install fGr rile St,alion 17 gage 10 cf 34
Rrol 19Bund July 2,2U113
19-0195 Fuel Tank Install for Fire Station 17
Page 19 of 44
6.0 MODIFICATIQ 0R.WITHDRAWAL OF BIDS
6.1 Modification of 1:31ds; JAdders may modify their bid IF it la withdrawn and resubmitted
prior to I.he Due Date,
6_2 Wlthdmwal of Bids: Olds may be wR.Ildrewre by sti milting a written request to the
Purohaeing Manoger at any time prior to the Due Rate. Electronic submIsslon of a notice to
withdraw a bid is �Ic:cepteble so long as the request Is i)ngned bV Iha BiddeF's duly authorized
representative_ Proof bf same ,nay be fpqujmerj by The Purchasing Mangger prOr to a withdrawal
being permlttad_ A receipt c f the withdrawal must be signed by the Biddet_
6_3 No bids may be withdrawn after 1he Due Date without a showing of good cause or unless
there is a mataraal errar In the bid.
7.0 OPENING OF..BID
The PurelhaWng Division, representatives reapcwslble for apenlrig bids shall personally and publicly
open all bids timely received, reading each bid aloud including tho rlarrre of the bidder and the
price provided,
3.0 EVALUATION FACTO B OF BIR AND AWARIB
8.1 Evaluation- Bidders may furnish pricing foe all of any pediion of the RFQT (.unless
otherwise specifled). However. the City may evaluate and ew,%d a contract for any Jtern or group
of items shown on the RFdT, or any combination deemed most advantageous to the City, Bids
that specify an "Lill or none" award may be considered If a single sward Is advantageous.
8.2 Correction of Errors, Prices bid shall be used for btu aoalyois and for Agreement
pricing_ In cases of errors In extensions or totals, the unit prices offered wflJ govern Math errors In
yids moy be corrected by the City arrd the Old*r Mil be Informed of said corrections
8.5 ResponsibletResponsive Bidder-
-8.5.1 A responsive bidder is defined to be o" wi,o submits a complete bld packet
within Me stated time dendllne and Jn acuordarroa with the bid specifJuation.
8.5,2 A respon8ible bicider Is defined to I>e one who derrlanstfales Wa responses to the
selectim criteria hislhur ability to suctessfulty deliver the supplies, equoment, of services
being procured_
8.6 Award, A contract, hefoinafter called Me "Agreement', shall be ;�wprded to the biddos)
with the lowest price bid and which are otherwise qualified ant) competent, unless the city
exerclses its rights riot to award a conlrerA_
!1.0 POST-BID DOCUMENTS REQUIRED FROM BIDDERS
9.1 Certificates of Insumiice, ~Noted or wance is required, the succesatul Bidder must
provide Certificates of losurance in the amounts and ror the coverages required as stated In Mari
Iti and Part V of this RFQT.
9.2 Payment aP,dlar Performance Ponds, When Payment andfor Performance Bonds are
squired as per Texas Government Cods Chapter 2263. et sect„ as amended, the auc"ssfrjl
Bidder must provide the bondfi. In tf'e amounts and on the Conftons required. within 14 calendar
days after notif ue0on of award. or as otherwise required by the RFOT A Payment Bond IS
raquired for a contract greater than $60,000 and a Performance Bond is required for a contract
greater than $100.000.
19.0198 FueJ rank and Install far Fire StuUcn 17 Page'I1 crf 34
Rr701 issued July 2,20119
19-6185 Fuel Tank Install for Fire;station 17
Page 12 of 44
9.3 Minority 0us#nsss En€uprise(RIBE) Documents- if an MBE goal has.been cstahllshed
for I h a bid, the applicable tlocorrrents must be suhmilted by all bidders wishing to continue In the
bid oaluatlon process v lthin two (2) City business days after the bid Opening date, excursive of
the bid opening date. to the City locstlxt specified in the bid. 13idders shall obtain a receipt from
the appropriate department 2s i+vidanca that the City received the docurnentatbn-
9.4 Certificate of Intorested Parties Form 1296: if the Purchase Agreement must be
approved by the City Councll before execution, thre successful bidder Is repuVed to cnmplele the
Cartlficate of Irrleresled Parties Farm 1295 and submit the form to the Purchasing Contact hated in
the RFOT before the p urchaselcontrac t will be presented to.the City COLrnCII. Tire form may he
oornpfeted at his;/LwWw-elhlcs.state,tx& Mhatsnewlelf info fgrm1295.htm.
E€}.q PROTEST PROCEDURE
10.1 Contractors who respond to Invitations to Bid have the rlghl to protest the RFQT process
or the bid award if they believe that there has been any Impropriety or Unf llf criteria In the
process,
10.2 The Qatttraolor must submit any protest in writing to the Purt:hasing Manager within 14
days after the Contractor knows, of should have known, of the facts giving rise to a protest.
10.E The Purchasing Manager, or designee, In authorized to take action to alterapt to resolve
a proles# concerrnfng a purchasing action through Informal discussions, mall, end email or in-
pefson meetings with the protesting party
10{ 4 After sa€d discussions or meeiingls, the Purchasing Manager or designee will issue a
der.lslnn in writing, state Vie reasons for the a+atlon taken and inform the prowsting Contractor of
Me right to revIew by a panel MWe up of City staff.
10-5 A prow# review panel will oorrsist of an Assistant City Attorn0y, a representative of the
operating dapadrrlent Eir1d airy ether appropflate personnel or emplayees of the operating
departrrront, and the Purchasing Manager-
10-6 tf the panel is jinabie to resolve the protest, or if the panel makes a decisfon with wf1IO
the Contractor does not agree, the professing Contractor will be rnforrned of its right, as a member
of the general p>lblic, to attend any meeting of the City Council and make known hislher
concerns.
10.0.1 Conlractors wishing to speak befora the City Ccvncdl should review Ilie rLrles for
registering to appear before City Council located at,
trite): 'LFtWOVthI!ftKaS.yayigitysecretarylin#oldefauit.asax?kl=29'Id on th4 City's website-
11.[} THVIaGELCMENT
The Ayteernant shall consist of the RPQT arld Its atlachments, Contractor's Response to the
RPOT end such r�tthvr parts and atlaci7rnents as are �ipeckfiad In the Agreement. The Agreement
is intended by the parties as a final expression of their agreement and lis intended also as a
compiate and exclusive statement.of the terms of Their understanding as to the score of work. No
nourpe of prior dealings between the parties and no miage of trade shell be relevant to
a+ipplerneni or explain any lawn used In the Agreement. Acceptance of or aCqunrscanco lrl .a
course of performsrnae under the Agreement shall nol be relevant to distarmine the meaning of
the Agreement ewn lhough t#ie acceptIng or acgrlJesclrfg party has Imowtedge of the
performance and opportunity for objection- In the event of a conflict between lho ennfract
documents, the order of prece-fence shall be thre RFQT, lncludirig its atlachments, and then they
Conlraotor's respnrtse. See Fart VI for the Agreement docurnerrt.
19-0198 Furl Tank and Jnstall for Fire Stallorr 17 Pape 12 of 34
IRFOt Issued July�,�Di9
19-0195 Fuel Tank.InsialJ for Fire Station 17
Page 13 of 44
12_0 CONTRACT A P 1NIS7RAtt
Qontracl administration will be performed by Ilse Cray Department an whose behalf Ohe RFQT Was
Issued In the even# the Contractor falls Io perform according to the terms of the agreement, the
Departmerxl head or his1her desig5ee will notify the Contractor, Gn writing, of its failures, A raestfrig
may be arranged to discuss the Gootmtar's deficiencies. The process to cum or resolver
disputes Pound In Part Jlf, Parapraplr 19 shall govern.
110 04PERRA71V9 RURCHAS1NG
13.1 Should afher governmental untitios decide to partiolpete in Oils Contract, bidder, shall
Indicate in their prWsals whether they agree that all terms, conditioris, specification, and priming
woold apply,
13.2 If the successful bidder agrees to extend the resultlrty contract to other governmental
entities, the feltnwing stroll apply- Gavernmerital entities withllt utillAng Cantrarts with the City of
Fart WMfi shall be eligible, buL riot obligated. to purchase under INS WritMU(s)
awarded as a result of this RFQT. All purol-ases by governmental entities other then the City of
Fort Worth shall be bitted dlreotly to that governmental entity and paW by that govemmenial
entity, The City of Fort Worlh shall not be rasponsll_ile for another governmental entity's dents.
Each governrnerrtel entity shall order its own materiallservices as needed
19-D19S I;uek Tank and Install[or Flfe StQl4an 17 Page 13 M 34
RI-01 rMed JWy 2.�O19
t"1€5 Fuel Tank Install far Fire Stallon 17
Page 14 of 44
PART - III
SPECIFIC TERMS AND CONDITIONS
1.0 CHANGE iN COMPANY NAME OR OWN �
The Contras#or shall notdy the Clty's Parchasirfg Manager, In writing, of 0 ctxnpany name,
ownership, or address cherlg$far the purpose of inaintaining updated City records_ The president
of Me cofnparly or author) official must sign We latter, A letter indicating changes Jn a
corripany ri ri is or ownership must be accornpaniod with supporting legal documentation suctr as
an updated W-9, documents filers with the atMe Indicating such change, c�Y of the board of
director's rasoiutlon approving the actlan, or an executed merger or acqulsillon agreement_
Failure to do so may adversely impact future Invoke payments,
2.0 INVOICING REC-It IRMENTS
2.1 AIJ wyom aii should be submilted directly to the carltracting Department_ It is the
fasponafbllity of the Qontractor ;o aNain the name and contact irlformwiun of Ilia Department's
projecl manager to wham Invoices s#iell be submlited,
2.2 A properly preperedl Invoice shell be typewrlttan or computer printed and stlall Irlckide the
C�rltractor's name, phone numbeflemall address, federal tax idenliffcatlOri number. Rr-QT
dumber. invoice rlurriber, address, state, �ervlce ar item description, unit price, exlended cost, end
City issued purchasa order number. Incomplete or inaccurate Invoices may result In delayed
payments,as they shall be relurned to the Contractor for correction and re-subminal.
2.3 Under no circrrn1M2I1ce3 will the City be responsible for goods or services provided
without en Agreement signed by an authorized city reprnseritative.
3.0 VNIT PRICE ADJUSTMENT
3,1 The unit prices may be adjusted for increases or decreases in Contraclor"s cost during a
renewal perlod but not before the effective date or a renewal and only upon written request from
1W Contractor_
3.2 The Contractor must submit its price adjustment request, in writing, at feast 60 days
before the renewal effective period, The Contractor shall provide written proof of cost increases
with prk a adjustment requeal_
3,3 If the City dues not accept the proposed rele Increase, the Cfty reserves the right to
adjust the rate request, or rejecl the rala request in its entlrely eild allow the Contract to expire at
the end of the contract lerrn,
3A Prices bid or adjusted with a renewal, shall remaln firm for each correlative term of the
Agreement.
3.5 Upon explWan of Ilse Agreement tern, the successful bidder, agrees to hold over wider
tho terms and conditions of this.Apreeinent for a reasonable period of time to allow the City to re-
bid an agreement, not Ip exceed ninety(90) days_ Contractor will be reimbursed for this service at
the prior agreement rate(s). Contmoor shall ran-min obligated to the Clty under all claunes of this
Agreernenl that expressly or by their nature axtarids beyond end survives the uxpiratian or
termination of this Agreement,
3.6 Goads and)or services shall not be etlspended by thte Contractor WIthout 15 30 flay prior
written notice to Oie City.
19-0,19B Fuel Tank and Install for Fire Statiun 17 Page 14 of 34
RFQI Issueu July 2_n1i3
d MI95 Fuel Tank Install for Fire Station 17
Page 15 of 44
U .QUANTMES
The quantilies listed on the Part I-A Sir! Sollcltattoo Form are estimates and do nol indicate Irtle vil
to purchase a certain amount or any 5mount, The Clty of Fort Woah Is obtfgeled to pay for only
those materials and aarvices actually ordered by an Authorized City employee aryl then received
as req,wlred and accepted try the City.
5.0 INS URA ACE RfQUlREMENTS
Irmurance requlrernents we found In Fart V,Attachment G.
A valid certificate of insurance shall bs provided wlth the signed Agre'emertt. Failure to provide
such inform on within llve (5) calendar Mays fhere9l may be 9Founds for terrninatiorl of the
Agreement.
Palicles sha11 have no exclusions by aridorsaments whlch nullify 1h'a reg0raad lines of coverage,
nor decrease the 11MIts of sWd coverage unless such endorsements are approved by the City In
the event a contract has been bid or executed and the exclusions are detemilned to he
urracueptabte or the City desires additional fnsuran cov+ wage, and the City desires Iha
onWictor to obtaln such coverage. the contras# price shall be adjured by the cast of the
pramiurn for Such additional czverage plus 10%-
6.0 -QRP-�AINTS
Corraplalyds processed through t#le City PLnhasitiq MvJslon are to be corrected Whim fourteen
(14) days of formal notice of wrnplalnL VOW r�sporrse to the Pufchasing Division Is required.
Failure to properly MONO Complaints within the fourteen (14) calendar day time period may
result in the cancellation or the applicable line iti rm(s) in the price agreement,
7,0 SUBCQNTRAI TANG
Subcontracting of the work under this Agreement will be allowed provpdad Conlractor notifies the
Project Marlaquir at least 24 hours in advance. If Corlractor lnteiAl to engage a subcodate tor(s)
Sa perform any of its-obllgatkors herein. subcontractors) shall agree to be Wund by the duties and
gbkgations of Contractor under the Contract as such dudes and obligations may apply. Contractor
shall, upon request. provide Clty with a fully axecut l copy of any ograemorat making each
subcontract.
9,0 DELIVERY
8.1 Delivery I}hall be F.O.B. Destfnatton and all other defNery charges shall big lncAlded In the
unit price. The person placing the order wll] provide delivery and bllling inforrraatlon. No
additional charges for expenses, freight, mileage, time, or similar Items will be accepted or paid
by the City,
6.2 Thera may be instances when the Contractor may be asked to accelerate delivery of an
order or services dua to extenuating or ernargellcy cfrc=stans s_ When this occurs, the
CCmtr54tor will bra expecled to piovlde this service at no add4lonal castL
d.3 In the event the Contrac#ar Is unable to meat the original delivery dfate(e), the City must
be contacted immediately, bul prlor to the due dale, and reek an exlenslon of dahvery time_
Failure to comply with the delivery terms may be grounds for canceling arder(s) or services, or
the enures Agreement.
8.4 Dalivery tickets must include lho City's blanket Order lumber and the ordering
department's Relessa Number.
1 M1913 Fue!Tank arpd Install far l lrs Statlon 17 Page 1S of 34
FtMI LHU00i Jury 2,n19
1MI96 FLrel'rank Install for Fir$Station 17
Page 10 of 44
a.5 Delivered iterno Mat are detefmIned to ba defective or not meeting bid zpeciflca#ionz shall
be picked up and replaced by the Contfact,of, of'lie Contractor's designee, at nb coat to the Cfty.
If the item (a) are not picked tap within one (1) weeit after notiflcAon. I#re item shall become a
donatlon to the City for disposition,
8.0 Material Safety Data Sheeta (f r applicat d;-)
8,61 A Material Safety Data Shot (MSDS) for each toxic ar hezaFdaus substance or
mixture containing such si,lxst nce, pursuant to Revised Statutes Annowed (RSA)
tlapter 277--A (277-A), ahati accompany eacl7 delivery Vellvery of toxic or hazardous
substance or mlxtures Contalning sucta substance wtthoui M 0S sheets shall not be
accepted. Delivered contafners shall be properly labeled pursuant to RSA 77-A.
9_6.2 1=allure to submit the required MSDS sheets afrd/ar label each corusiner In
accordance wllh RSA 277-A. stall place the Contractor In non-compliance and shall
result in civil or crtmlrW panaltios, The Contractor rurnlsh,lng subatannes Qr 111iAures
subject to RSA 277-A, is ragpor,sibie for adhefing to and txaing In compliance with this
law. Failure to comply with RSA 277A, shalt result In the c8incellation of an order.
9.0 WARRANTIES
9.1 The CatAwbpr shall provide a warranty to include at a minimum, but not limited to the
following:
9,1,1 In addition to any other warranties in this contract, the Contractor warrants that
all work and products supplied under this agroement conforms to the agreement
nequtrements.and is free from any defect Ire workmanship, equipment, lr,8tar0t, or dasign
fiimishad by the Contmelor or any sugpller at any tier.
9.1.2 Contractor agrees to repair or replaco promptly, on a one-for-ana basis without
atlditlonal cast #o the City of Fort Wciih, any and all defective work and products_ The
City derines "#irompl" repair or replacement to be within twenty- four (24) hours after
notification byauthofized City Wfsonria1.
9.1.8 This warranty shall continue for a period of 90 [lays from data of acceptance of
products and work by the CKy,
9,1.E The Contracw stall remedy at the Contractor's expanse any non-conforming or
defecilve products or work. In add!Uon. the Contractor 0211 remedy at cwtractaes
expense any damage to real or personal property maned by the City of Fort Worth, whorl
that damege is the result of a defect of products furnished,
9.1.6 The Contractor's warranty w11h reWct to products repairad or replaced w411 run
for 90 days from date of Instailation and acceptance of such by the City.
9.1.5 The 6hy of Fart Worth shall notify the Contractor, vwlthin a reasonable time after
the discovery of any failure, #erect,or darxrage,
9,1.7 if the Contractor faits to remedy any failure, defect, or dj�smage witfxlrt a
reasonable time after receipt of neticer the City of Fort Worth shall have the right to
replace. repair. ar otherwise remedy the failure, defect, OF derrrage at the Contractor's
expense_
9.1.8 This warranty shall not include failures attributable to accident, fire, or negtigerice
on the part of City personnel
9_2 With respect to all warranties, expressed or impilefi, from manufacturers, or euppiiera for
work performed and materials famished under tiles contract, the Contractor shall:
19-0-P98 Fuel Tank and inaialt fox Fire Station 17 Page I of 34
R f=Qk I51wea Juiy 2-r i g
19-019 Fuel Tank tnetall for Fire Station 17
Page 17 of 44
9.2.1 Obt€rla Lill w$rr-crttles t11at would be &teined 1n normal rornmercial practice;
9.2.2 Enforce all warranties for the berxefit of the City of Forl Worth-
10,0 PRICE WARRANTY
10.1 The price to be paid by City sfiakl be that Contalned in on4rat;lor's pro}}ossls which
Contractor warrants to be no higher than Contrector's currant paces on orders by athers for
products artd services of the kind and spedfica#ion covered by this agreement For similar
quantities under like conditions anij methods of purchase_ In the event Contractor breaches this
wsrranly, the prices of the items shall he reduced to the prices confained in Contractor's
proposals, or In the slternallve upon Contractor's option, Contractor shall have the right to
caoceJ Nis contract wilhorrt any liability to Contractor for breach or for Contrackor+s actual
expense. Such femedles Eire In addition to and not in lieu or any olhar remedies which
Contractor niay have ir}law or equity.
10_2 Contractor warrants that no pp=n or aslling agency has been employed or retained to
solicit or secr�re this contract upon an agreernem of understanding for commission, percafltage,
brokerage or contingent fee, excepting anployeos of an established commercial or selling
agency that Is matr1#alned by Contractor for the purpose of sac+Jring business. For breach or
violation of this warranty, City shall have the right, in addition to ally 01her rlght or tights ariSing
pursuant to said purchase(s), to ciancel this contratLt Without liability and to deduct Irani ilia
contract pr cs sueh commission percentage, brokerage or contingent fie, or otherwise to recover
the full amount thereof.
11.0 ERODIJCIWARRANTY
Corklraetor shall not lknll or exclude any express or implW wafrantles and any attempt to do so
shall render this contrael voidable at the option of Contractor. Contractor wafr�ints that the goods
furnished will conform to Citys specfflratioais. drawings and descrip lops listed in the proposal
invitation, Ewd the sampWs) furnished by Contractor, If any_ In the event of a conflict
between City's i5pecificallons, drawings.and descrlfr#lons. Cl(Va specifications shaltgovem.
12_0 y AFPTY WARRANT'f
Contractor warrants that the product sold or services provided to City shall conform to the
slandards promulgated by the U.S. Department of Labor under the QccupallonW Safety and
l-lealtn Act (OSHA) of 1970, as amanded. In the even the product cr services do not conform to
OSHA slandards, City may return the product for correction or replacement dt Contrac=rrz
expense or City m8y terminate the contract. In the event Contractor fails to make appropriate
cofca0co within a reasonable time, any co"cilon made by City will be at Contractoen expense_
Where rlo corfeclkon is or can W made. Contractor shall refund all monies received for such
goods Or services within thirty (30) days after request is made by City In writlfig and
renalved by Contractor. Notice is considered to have been received uporl hand delivery, or
otherwise In ar oWance with the Notice provIslons of this contracl. Fallura to make such refund
shall constitute breach ant{cease this cpnirac4 t0 terminale Immediately.
13.0 68RANTY AGAINST I iFRINGiEMEh1T_4F 1NTEt_LL-CTUTAL PROI-ER7Y
13.1 It applicable to the services being provided, the CONTRACTOR warrants that Oil
Deliverables, *r any part thereof, furnished hereunder, including but not limited to;
progranm, documentation, naftware, analyses, applications, methods, ways, anti
Processes (1ri this Sectlon oar-to individually referred to as a "Deliverable" and collectively
as the "De1lvarables,")do not Infringe moon or violate any patent, copyrights. trademarks,
service marks. trade secrets, or any Intellectual property rights or other third party
praprWta.ry rights,in the perfoirmance of services under thle Agreement.
19-0IGB Fuel Tana and Jnstall for Fife Stetlun 17 Page 17 of 34
W❑1 Issued July 2,W19
I M195 Fuel'Tank Install for Fire 5lation 17
Page 18 of 44
13,2 If applicable to the aervicas being provided, CONTRACTOR shall be ilakble and
responsible for any and all claims made against the City for infringement of any patent,
copyright, trademark, service mark, trade secret, or other intallectual property rights by
the use of nr supplying of any Dellverable�s) In the course of performance or completion
of, or in any way connected with providlog the services, or the City's continued use of the
Delivotablels)hersunder.
13.3 if applicable to the services being provided, CONTRACTOR agrees to indemnify,
defend, iseltle, or pay, at its own cost and expense, Including the payment of attorney's
fees, any claim or action against the City for Infringement of ally patent, copyright,
trademark, service mask. trade secret, or other intellectual property right arising from
City's Lree of the Dallverable(s}, or any part thereof. in accordance with this Agreement, it
being ondamtood that tills agreement to Indemnify, defend, settle or pay shall not apply If
the City modifies oe misuses the Deilvarablo(s). So long as CONTRACTOR bears the coat
and expense of payment for tialms or actions against the City pursuant to this sactioil 8.
CONTRACTOR shall have the right to conduct the defense of any such Claims or
action and all negotiations for ft settlement or compromise and to settio or compromise
arty such claim; however, City shall have the right to fully participate In any and all such
settlement, negotiations, or iaweult as necessary to protect tho City's interest, and City
agracs to cooperate with CONTRACTOR In doing so. In the event City, for whatever
reason, ass;umrrs the responslMity for payment or costa and expenses €ar any claim or
action brought against the City for Infr#ngernant arlsiog under this Agreement, the City
shall have the sole right to conduct the defense of any such claim or action and all
negotiations for its settlement as compromise and to settle or compromise any such
claim; however, CONTRACTOR shall fully participate and cooperate with the City in
defense of SQch claim or action. City agrees to give CONTRACTOR timely wrltterl notice
of any such claim or action, with capes of all papers City may receive relating thereto.
Notwithstanding tha foragoing, the City's asaurnption of payment of costs or expanses
shall not eliminate CONTRACTOR'S duty to [ndemnlfy the City under this Agreama#t#- If
the Del Ivarable(s), or any part thereof, is he I'd to Infringe and the use thereof is enjoined or
restralned or, if as a rusuit of a settlement or compromise, skrch use is materially
adversely restricted, CONTRACTOR shalt, at Its own expense and as City's sole romedy,
either: (a) procure for City the right to continue to use the Deliverable(s); or (b) modify the
Daliverabie(s) to make their it noa-hrWrlging, provider) that such modification does not
materially adversely affect City's authorized use of the Dallvemble(a}; or (c) replace the
Del iverable(s)with equally sultablo, compatible, and functionally equivalent non-infringing
Del iverable(s� at no additional charge to CIty; or (cd) If norte of the foregoing aklternatives Is
reasonably avallable to CONTRACTOR. terminate this Agreement, and refund M amounts
paid to CONTRACTOR by the City, subsequent to which termination City may seek any
and all remedies avallable to City under lair.
14.0 SAFETY
The Contractor shall be resperosible for crealing and malnlminirPg Its aWn safety plerr meeting eft
Feral. Mats, county or dly laws. ordlnancez and regufelions.
15.0 HAZ&OMMS CQNDiTIONS
The Contractor is raqu[red to notify the CJty mmedlately of Contras.or's dlaGovery of any
hazardous conditlons durMU performance of the sarvlces. City may suspend contractor's work for
such reasonable this as Is necessary to eveluale the possible hazardous rnrrditions and to
develop a plan for niarraGirtg same_ Contractor arrd City may negotiate a change order, If
neceS"< y, for ContracAar to contlaue Its work If the original cpnditlana have materlOV dmrged
due to the discovery of hazardous oondilione,
19-0198 Fuel'tank anif Install for Fko Stairon 17 page 10 flf 34
Rr-Ot Iasutrd Jdk 2,YO i9
19-0195 puei Tank Install for Fire S laliort 17
Page 19 of 44
PAIN - IV
CITY OF FORT WORTH
GENERAL TERMS AND CONDITIONS
1.0 12EFINITION OF C11
The CRy of Fort Worth, Jts officers, agents, servants, atilhurized ematoyaes, coniractoN and
sljbcontractors who act co behalf of various City departments, hodfe5 or agencies-
2.0 =IN)TION OF CONTBACTOR
The consultant. service provider(s), supplier, or othor provider of goods andlor serulces, 'is
officers, agents, servants, employees, contractors and subcontractofs who act on hehal.r of the
entity which Is engagead in a contract with the City,
3.0 PUBLIC INFOR146T ON
Any infofmallon subriAted to the City of Fort Worth may be requested by a mamber of the public
under the Texas Public Information Act- If the City teccelvas a request for a C:ontraclor's
proprietary informatian, the Contractor listed Jrl the raquesl will he nodfled and given an
opportunity to make arguments to the Texas Attorney General's Office (the 'AG') regarding
reasons Ilia Gontractw belleves that its information may not lawfully he released- if Contractor
floes not make arguments or the AG reject. the aTgumants Contractor mattes, Contractor's
Information will be released Alhout penalty to the City
4-Q
No offc+ar Ur eraaplayee of City Shali have a flnancial intereot, direct or I'Alrect. In aT1y cantfact
with pity or be flnanciulty interested, directly or Indirectly, in the sale to City of any land,
mateNBIP, supplies or services, except on behalf of City as an officer or oniployee. Arwy wilifui
vi alai Ion of this sec#ion shell consfitute malfensarics in office, and any officer OF employee found
guilty thereof shall thereby Well his offlce or position, Any vlolallon of this soctlon with the
knowiadge, expressed w Implied, of the person or corporation contracting w1th thte City Gouncil
shall a'ender the contra ct invalid by the City Manager or the City Corancil, (Chapter XXVP,
Section 16, City of Fort Worth Charter)
5.5 ORDERS
5.1 No employees of the C Hy or Its offlcws, agents, saervanls, contractors or
subc❑ntra#ars who act on behalf of various CJIy departments, bodies or agencies are
aoEfiorJzed to place orders for goods and/or services without ptaviding approved contract
numbers, purchase wrier numbers. or release numbers issued by the CJty. The only exceptioag
are Purchmshg Card orders and emergandes pufsuant to Texas Local Government Code
Section 2: -022(a)('I), (2), or (3), In the case of ernaf9eficies, the C:ity's Ptarchaa>Jng Division
will place such orders,
5.2 Acceptance of an order and delivery on the part of the Contractor wilhout an approved
contract number, pufchaa a order number, or release number fssuad by the City may resort!
Jn rejection of delivery, return of goons at the Contractdr's cost andlornom-paymert-
8.0 CONTRACTOR TO PACKAGE Mons
If applicable to the scope of work, Contractor will package goods in accordance with good
commercfel pfactice, Each $hipping container, shall he clearly and permanently marked at
follows; (a) Contractor's name and address: (b) C:o%lgnea's name, addi'1055 and purchase order
or purchase change order n;irnber; (c) Container number and total n=ber of containers, a-g„
bax 1 of d boxes; and (d) Number of The oontainiw bearing the packing slip. Contractor shall
bear the cost of packaging unless otherwise provided. Gaods shall be suifahly packed to secure
lowest tram;portatioh costs and to conform to requlfernertts taf common cafrlers and any
19.0I.Da Fwl Tank and Install her Fire Malian 17 paou IR of 34
RK]t lwajL+d July 2,ZOI d
t9-o1 g5 Fuel Tank InstaH for Firs Stdtion 17
Page 20 of 44
eppHuable specifications_ City's court or weight shall be final and oarrolusioe on shipments rmt
accompanied by packing lists,
7,f
Contractor Is not authorized to ship the goods under reservation, and no tender of to Wl of lading
will operate as a tender of goods,
8.0 Tk1:l.9 Agn RISK OF LOSS*
If applicable to The scope of work, the Me $rid risk of loss of the goads shall nol pas% to 0 try
until City $dually ra�Calves and takes possession of the goods at the point or points of delivery
afler Inspim ion and acceptance of the goods,
9_0 PLACE OF DEUVERY
li applrrabte to the scope of work, the rAuce of delivery rifiall be fiat forth Ir1 Iho "Ship td"
black of the purchase order, purchase change order, ur release order
10.0 RIGHT OF INSFECTIQNN
If applicable to the scup$ of work, Oily shalt have the right to inspect the goods upon delivery
before accepting them. Contractor shall be responsible for all chergas for the return to
Contractor of any goods rejected;RS f3@trig r'IOnwrPforming Under the specilicationB,
'I1.0
If this purchase €e for the licenze of software products endlar services, and unless
otherwise agreed. Contractor hereby grants to City, a perpelual, irrevoaabls, non-exclusive,
notitransrsrable, mystly free ticense to use the software. This aoftware is "proprietary to
Conlrawor, arld 1s Il ensed and provided to the City for its sale use for ptirpo!5es untfer this
Agreement and arq att hed work orders or Invoices. The silty may not use or share this
software without permtaston of the Contractor, however City may make copies of the softw i:+re
expressly for backup purposes.
12.0 OWNERSHIP OF WORK PREMIX
If applicable to the scope of work. CoMractor agrees that City shall be the sale ant] excluslive
owner of all reports, work papers, procedure;, gi.Ildog. and docurnentation, created, published,
displayed, andlar produced an conjunedon with 1:�e services provided under this Agreement
(collectively. "Work Product')_ Further, City shall be the sole and exclusive owner or all copyrighl,
patent, trademark, trade sai�rel and other prOprietary rJ9111s in and to the Work Producl,
Ownership of the Wark Product shall Inure to the benetlt of City from the slate Df conception.
creation or fixa€ion of the Work Product In a tangible m0ium or axpressiorl (whir haver occurs
first). Each copyrightable aspecl of the Nark Pfodurt shall be considered a %vark-made-for-hire"
within the meaning of Via Copyrrphl Acl of 1976, as amended. If and to the extent such Work
Product, or any part tharevf. Is rret oars{dared a `work-rnadu-for-ltiru" wlthln tho meaning of the
Copyright Act of 1€176, as amended, Contractor 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
copyrlghl, patent, trademark, trade secret, and all other proprietary rights theroln, that City may
have or obtain, without further conskleralion, free from any ciafm, lien for baJorrce due, or rights of
retention thereto on the part of City. Contractor for itself and on behalf or its contractors Jeremy
watvos any property Interest In Such Work Product,
13.0 NETWORKACCEST
The City owns and operates a computing envlronrtrent and network icollectively the "Network"}, If
Contractor requires access, whether orisile or mmote, to the Ctty's network to provide sarvices
Hereunder, and the Con"clor is required Io utilize the Internet, Intranel, email. City database. or
other network appllcallon, Contractor shall separately execute The Ctty's Network Access
19-0198 Fuel Tank and Install for Firs Stiatlon 17 PW 20 of 34
r{FCt issued,Tory 2,2479
1"195 Rret Tank Install for Fka Station 17
Page 21 of 44
Agreement prfar to provJding such services. A copy of the QIly's standard Netwodl Access
Agreement can be provided upon request,
14_0 LAWS, REGULATIONS. AIND ORDINA4NCE6
The Contractor shall be resporislblo for meeting all Federal- taws, ordinances and regulatloris
State; Jaws, ordinance and regulallons; County: laws; ordinances and regulations: and City, laws,
ordinances,, and raguiations for safety of peopfe, environmenl, and propel#y_ This loctudes, but is
not limited to, all Federal, Stale, County, and City Agencies, Asdmiolstrations and Oolrlrnissions
such ea the EnvJronroent$I Protection Agency (EPA), Occupational Safety unit Health
Administration (OSHA), and the Texas Cornmiazion on Environmental Quattly (TCECQ). 1n the
event any law, regolailon or ordinance becomes effective after the start of this Agreement, the
Coolractar is required to comply with new policy_Any mandates requiring the City la comply wllh
now guidelines will also require the Contractor to comply.
iF!-O IMMIGRATION NATIONALITY ACT
Contractor shall Verify the Wentity and emp,loymant eligibility of its ernpioyees who perforr" work
under this Atigroemeot, Including completing the Ernpiayrrlent Ellglbllily Verificatlon Form (1-9),
Upon raquesl by 011y, Contractor shall provide City willi copies of all I-9 forms ;ind supporling
eligibility doaunientation for each enplvyuu who performs work under tiffs Agreement, ContnWor
shall Where to all Federal and State laws as wall as establish appropriate procedures and
controis so tbal no services will !}e performed by any Contrac:lur employee who Is not legally
eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CfT`Y AND HOLE3 CITY
HARMLESS FROM ANY PENALTIES, LIABJUTfES, OR LASSES DUE TO ViOL.ATIONS OF
THIS PARAGRAPH BY CONTRACTOR. CONTRACTOR'S EMPLOYEES,
SUBCONTRACTORS, AGENTS, OR UCENSIEES. City, upon writlen notice to Contractor, shall
have the right to lmnieftleiy termiriale this Agreement for vidatione of this pnwlsion by
Contractor.
16.0 HEAI`TH. SAFETY_AND ENVIRONMENTAL REQUIREtM0ENTS
Service% pmducls, rnalerals, and supplies provided by the Oontractar must rpeel or exceed all
applicable nesith, safely, and the environmental laws, requirements, and standarda_ In addillon,
Contractor agrees to obtain ark pay, at its own expense, for all licenses. perrrlits, certifloates,
and lnspecilons necessary to provide tha products or to perfafm the se ces hereunder.
Contractor shall Indemnify Cily from any penalties or liabltWas due to violations of tide
provision. City shall have the right to irnm$diately leFrnln2te Ihts Agreernerlt for vlolationo of this
provlslon byContractor.
17.0 BIQHT TO ADM
Contractor agrees that the City. or C6ty's *Whorked repmaenlative, shall, until this explrotlon
of three (3) years after final payment under IhJs conlrec#r and at no addillonal cast to City,
have access to and the right to examino and copy any directly parthierit booms, ca3rputer disks,
d6gital files. documents, papers-and records of the Contractor Involvlrig transactions relating to
this contiact, imlu&ig any and all records maintained pursuant to Section 31 of Ills Agreerneni,
Contractor agrees that the City small Bevis access, during normal working hoors, to all
necessary Contraclor fac6lRies, and shall be provided adetIoate and appropriate workspace, In
order to conduct audits Jn compliance wJth the provisions of [hit. seclion. City shall pay
Contractor for reasonable costs of any copying} in accordance wilt}the standards sal forth In the
Texas Administrative Code. The City shall give Contractor reasonable advance written notice
of intended audits. but no less than ten (10) buslness days.
18.0 DISABILITY
In accordance with the provilsOns of the }Americans With Disabilities Acl of 1DO (ADA),
Conhwtor Warrants that It and any and all of ate subcontractors will not unlawfully disrdminale
on the bssls of disability In the pravlalorl of services Io general public, nor in the avallabftlty.
IL3.3193 ruel Tank ar3d Install For Fire S3a}Jinu3 17 Page 21 of 34
RFQI 11W4160 July 2.24119
19-9196 Fuel Tank Install for Fine station 17
Page 22 of 44
terms griftr sonditians of employment for applicants for employment with, or employees of
Cantraclar or any of Its subcontraclors, Contractor warrants It w1JJ fully comply with ADA's
provisions and any other applicable federal, stain and local laws concerning disability anti will
daferid, indernnffy and hold City harmlens against any olalrns or allegations by third
parties or subcontractors against Clly arising out of Contracloes andfor 1[s Subcontraclor's
alleged failure to comply with the above-relorenced laws concerning disability discrimination in
Ilia performance of this agreentent,
19.E TIME TO CURE DISP U RESOLUTION
19.1 It either City or Contractor has a clalm, drspoe, or other m;itivr in queslion for braacf► of
duty, obhgi�klons, services randared or ally warranty that arises under this Agraernoni. the
parties shall first provide 6 ressanabte time to core and then attempt to ra&olva the matter
through this dlsp�jtu solution process. The disputing party Shall Notify the other party In wrung
as satin as practicable after discovering the cleim, dispute, or breach. The natfce shall stake the
nature of the dispute and lirpt the pFariy's speciflc reasons for s=h dispute- 1Nithln tan (fit)
business clays of re&elpt of Ilia ncollce, both pEirties shall make a good faith effort, either through
+*rrrsll, mail, phone conferonce, In pecson meetings, or other reasonable means to cure, resolve
any craLm, dispute, breach cr other niatler in queslion Niat may arise out of, or in connection wlth
this Agraement. If die paHles fail to cure or resolve the dispute within sixty (60) days of the dale
of rer�ipt of the notice of the dispute. then the parties may submit the mailer to nQrt-hndIng
medlation upan written consent of authorized repFasenlativea of both padles In accordance with
the Indusl3-y Arbltratiorl Suns of the American Arbitration Association Or vtheF applicable rules
governing madiatlon than ill effec:1, If the parties cannot resolve the dispute through rnw6tlon,
then either part+ shall have the right to exercise any and all rernedies avallabla under law
regarding Me dlapi rte.
19,2 A written notice to cure may be lxepared giving the Contractor 14 calendar clays to Guru
any deiciency,
1: 3 In the event the Contractor continues with unsatisfactory performance, the department
will promptly notify the appropriate Department Head who may take appropriate adtlan to cure
the performar a problern(s)-
19.4 AN omL9 to cure Incurred by the CRy shall be paid by Contractor wjlhlrl 30 days of
Contractor's receo of notrce of same.
M5 The Contractor will be paid only those sums due and owing under the agreernent for
servim,j satisfaclerity rendered, subject to offsel for damages and other amounts which ors, or
wJ1.10 may become. due and owing to the City.
14-0198 Fuel Tank and InErtall for Ftre St2tion 17 Page 22 Df 34
RFC#lupipad July 2,2019
19-0195 Fusr Tank Install for Fire Slation 17
Page 23 of 44
PART
ATTACHMENTS
A-H
(sehind this cover shoat are Attachments A-FIB
1D.-Q798 Fuel Tarok and Install tar Fire Station 17 Page 23 of 34
Rr-QI Ind'duty 2,2W9
19-D195 Fuel Tani( Install for Fire Salon 17
Psge 24 of 44
ATTACHMENT - A
CONFLICT OF INTEREST DISCLOSURE REQUIREMENT
l ursumil to Chapter '176 of the Local Government Code. arty person or agent of a person who coniracts
or seeks to contract For the sale oa- puri~has-e of property, goods, or services with a Jacal gavemmealtal
entity (l.a, The City of Fort VVorth) must dlaolase In the Ouestionnairs Form CfQ ("Questionnaire') the
persorr% effHiation or ht siness refatlonship that might cause a canflicl of inlerest wM the local
gavernmental entity, BY Caw, rile Questionnaire must be fired with the Fort Worth CKy Secretary no later
than seven days after the data the person begins cvntrecl dmeunsions or negotiations with the city. or
submits an application or response to a requesl For proposals or bids, correspondence, or another writing
related to a potential AQreernent with the CIty. Updated Questiannalres must be (fled In coriformanre with
Chapter 176.
A copy of the Questionnaire Form CIO is enclosed with the submittal documents. The form is also
avallabfe at hit DjAvww.ethics.s t _t usl or C;Q f,
If you have any quemlori5 about compliance. please Consult your own legal oounsal Compliance Is the
IndivJdual responsibiiily of each person or agent of a person who Is subject to the filing requlrernent. An
offense urider Chapter 176 Is a Class G rnlsderreenar,
MOTE: If you are not aware of a Conflict of Interest in winy buulneas r0ationship that you mjpht
haun w4h tho City, state Contractor iiame In the # 1, use NJA In aach of the areas on tho form.
However,a signature is required in the 94 box In all cases.
(form follows)
FORM 1295 — Under the 'rexas Governlinetrt{Corte, Ch. Z252.908, a contraictvr doing Imsiness with
the CCty of fort Vifortii with an Initial contract value which requires city counell approvaf will,
uniess sitherwisa exompted, bo required to subiolt ii Form 1 Z95. See fart II, Sec. 9.4.
'Ifl--41138 Fuel Tank and Iristsll far Fire$ration 17 P"o 24 or 34
RFQlID&LmdJuly 2,X10
19-0195 Fuel Tank Install for Fire Sta#ian 17
Page 26 of 44
CONFLICT OF INTEREST ClUE TIONNAIRE FORM CIO
For vendor thing business Wth local govermwmal entity
Till&0"liE+Inrlfra iaf1600 01011909 @6Kk W IN 14W W KEL 2S, "?I Loy„ firgWar 8"idnn, OfnCEUSEONLY
Thle quiastiotmrlJre Is LrolaU idrid iri rj"ordance with G hmpter 176.i_ocai Ciumm ment Code, tZ ta.77
!y b vnndwwho hzaa buu1nesr.r01uUwrl5hip as dallmd by Seclion 176.001(1-a)wJlh a lmaI
gbve?nnanW orstity and ft Vonclar ITte6413 fequlremtPnfln urldof SooUorl 170.00 (a),
EV la w IhIs quosilcmahm rmatbG11 dwilhihefu ulsncrminIE;Im1oralthelocn?gomrimantol
enlily nut laror limit 019 7th huwlrmma day ortor 13io data IN3 bender beGpmee nware ts1 incls
that n qufra iho ntal amens to tie pled. :del Becliarl 178--OOG(a-i J.i.omf Qnvlamminnl('ado-
A Vander camnft an olfennn it the vendor knowingly viltialus.8&,Aon 176,006. Local
,�r emment�.Arf altanso under I1riasaclJen ism rnledumaanor.
,.t Muni I?ai verkdLW why 11 businoisaielaftnonkp whit louv pumritrmQllfill pfrllty.
11;0 US tax If Ybu=Illing an upcW ua IMF q FFWau—ily Illoa iltitomimmalm.
0he low focimbae lhat you (Ila at updalad r:ampferad queallonnalre witl4 t}Iv aoptoptliga fillrlg aillh4llty 11al
twot Ihim the 7kh burinims dmiy attar the clots W Vwhidl you h pi iuia aware Ihat Ilia ofipinarly riled quostiollnafre wag
irrrbli3plela or 1ng0C4FlltB.}
9
Horne of lecar amarnmenl ofllcm 417411i whom the itltormatlon in I his mknioii la hr.Ing dleclaswo.
IJ�rroe of Offk�er
Ytrlo suntlon jitettl 2 incG.rd W dub� A, 13, 0. & Dt numl tea tomrdutnci ror aac3h ali[cur mAl wllram III V"Ut hZIS nn
1Rn►phVmant or ullror bUldr1a91t.rdlatlorlrfdp se dBAr d hyr sa rJan 17 3.0010-a).i.nc4il Garornrrlamt Goda, Atmh orliWonral
pages to Ns.!`oink CIO or,nsr. ary-
A- is Elea Wp d-goommon&Wrimur nPimad m Ihla aaallon rorrolviHV or 41aly to i Exaiye taanble hicam*, olller Ihi m an"rstmearl
income, ham iha vorsdoYT
1-1 You ED Hd
Cl is tr,a vffrnlor rpc tvlrlynr riknry Ioraoenre Inxabla Iilp+me,allwi Ilion InwnalmmiL Fncnrmr,horn ar tat am diractlon Q1 010 food?
ejm*rrwrwil laffieer named In thla onntlam AND Ilan taxAble incc na In rwl feuviwui burn IN focal gvsrommuntal ffrriity7
Vvtt NO
C fs the MIM of li!iB Ctuaak;annulra.aaltptoyod by a corporation or ollior buslinorlu cpnllty wJtll rospoal. Io whk-l Ifto tayalaf
d+rwammcmnt olfioar nu o6 as an afi600r nr dfrcctor.m hakfs an oumarslllp InWROLol tom poirC11111 Ijr MHO
= Y+IR = K,
D. De-EctFho each errOLivIrmW or huslnns5 fowl #Hmily iwlelIonEUp Wl?r tlw kieul goveMmirit affinat rutra l Jn 111fi obatkrn-
�- /
2
ftnal wa of a Ring b(mInm wale is r, I wi E
J4d4Atttd lWY12015
19-0106 Fuel Tank and Install fear Fire Steuart t7 Pads}25 of 34
R1101 Isamd duly 7,21799
10-aIm Fuel 'rank Iltstail for lire Station 17
Page 26 of 44
ATTACHMENT - B
BIDDER'S CONTACT INFORMATION
Bidder's Nmue; All-Tech FUft-:I Systems, LLC
Bidder's L-oral Address;
Phone; _ _ Fax-, 281-521-7f977
Email; info. a1ltechfuel,com
Name of person aaslgnecl specifically for thls Agreement:
Name/TilleTrayis Motilaamery 111oe 1'resldenl
Phom. 214-1 8-0689 rS;r;_ 2li 7nZ7.
Email. tmont uma alte fue[.rorri
Name of persor's for renewal information anftf billing quesllons:
NamerRia .Jamie Smith Agomunhng_ _
Phone,_781-AMM iD Pnx, 281-521-7077
Emal1;
Nams7 tfa
Pharta: Fax;
E-mail:
Si nalure Prnfed Name � Dato
19-0198 fuel Tank and Inst@11 for Flro StOlon 17 Page 25 of 34
RFCR Ifitusu July 2.;2019
19-0195 Fuel Tank Inslall for Fire SNition 17
Page 27 of 44
ATTACHMENT —
CONSIDERATION OF LOCATION OF BIDDER'S PRINCIPAL PLACE OF BUSINESS
Chapter 2, Arid t I, Section 2-14 of the Fort Worth Code of Ordinances authorizes the City
Council, when conaidering competitive soaied bids, to enter into a contract for certain purchases
1th a bidder whose princlpef place of business is In the corporate limits of the City of Port Worth
acid whose bid is within 3 or 5 percent of titre lowest bid. depending on the value of the request 01"d
goods or services requested, if the lowest bid Is from a husiness outsido the municipality and
contracting with the fowcal bidder would provide the best combination of price and other economic
benefi#s to the municipality.
Requests to be considered a loc.Bl business roust be submitted on Ihis form with bid parkriges to he
conseemrd by the City'of Fort Worth_ Questlons should be eWdressed to the Purchasing doff listed in the
bid or requeAk package.
The Fort Wfonh oily Council requires the fofiowing information for conslderatirxi of location of a t}wer's
principal place of businesn. Add addl Wttial sheets if needled to provide this Information,
1. l,ocatiorral Eligibility_ Principal Piece of Buslness in Fort Worth. 'texas.
a. Do you have a Fora Worth offire? ff yes. identify address;
No
b, What perranlage of esltmated gross company Belles (worldwide) are sales originaling In tort
worth? in Fort Worth" shall mean payable at the For# Worth orfPce (must ex id ZG%
2. Economic Dovelopmant oppoatunitles resulting from contract.
a. Number of Fors Worth resident-empigysaO 0
b. Amount of Clty of Fart Worth ad valorem taxes (real and bkjs1nese per5onvf property) paid by
cornparly (fat prior lax year—Fort Worth office or former Iocarlon. if i=orl Worth u#fire is newly-
established)? $0
Gertificalion of in#0rfe1;1lion:
The undersironed does hamhy affirrrr that the i11f0rritiatr0n supplied in tree and correct a$ of the
date hereof, ender penalty of perjury.
All-Tech Fuel I ieerns, L� 7112120'I
(Company Name) (Date)
. u� dlojihoiwlv
�Si elute) jPrinted Naryand T le)
I."190 Fuel Tank and Install fnr Flre Statlun 17 page 27 of 3+4
RF01 Irload,July 2,20 19
19-g1 ga rLrel Tsnk Install for Fire Station 17
Page 28 of 44
ATTACHMENT - a
REFERENCE SHEET
PleQe co aamplete and relurri this form w11h your bid.
The bidder shall furrifsh refqrences ftor at least three(3)recunt customers 10 whom products antllor
services hative been provWed that are sirnilaf to those required by this RFQT, The Clty w!11 be the sole
judge of refemnces Please use add itionaI 5;heets,
1. Company's Neme Federal Bureau of Prisons- Seagoville, TX
Name of Cwtacl Robert Horsst,pad
Title of Contact _Huad Guard
Pre sernt Address 2113 N H Y 175
City, State, Zip Code SeagovIlle, TX 75159
Telephorie Plumber ( 972 � 2E7-&716 Fax Number{ �
Small NIA
2_ Company's Name Marker 37 fftrina
Name of Contact Wch ell Kalagdit
Tftlu of Contact Owner _
present Address 13317 8 Padre Wand Or,
City, State. Zip Code _Corp us Cristl, TX 79410
Tel+~phune Number (512 ) 282-6050 Fax Number )
C-ME l VA -
3, Company's Name Brandt Industrial
Name of Contact Chda AYers
We of Oontacl Aro eel 11 erne of
Present Addras8 V/
City, State. Zjp.Code Irving, _
i elephane Number (214 ) +39Ct 262 Fax Number( }
Email
19-0198 Fuel Tank and lnstnIl far Flne Statlon 17 Page 29 of 34
RFOt lasued dLdy 2,7019
19-0195 Fuol Tank Install for lire Sletion 17
Page 29 of 44
ink sbbtJ
LAR V A SURETY COMPANY
P. Q. Box 1409
TUL A, OKLAHCMA 74101
B1D BOND
KP40W ALL MRN 15Y7rjMI!r "REMNT5: m131VW. All—Tcuh F'aael Syslttms,
es r+nncIp$1.b na Ipa rJK4.A IJ UNIA 5U r[E7Y L'rr MFAAY-a cat pnrAnon o Ilil4r'r llia t1fM tN I"}%'g 41 U'Wr nnll Ulr;i 0r=(j
tv 11h Wa1ne5s cn 1he sh le 431 TixaIS
_ ns 51lrCty pet held and ilhsrry 4nund aw4[rs Iho
City of Voa Wiji-th v aS ouugaa
ul ula wvnunt o1 1°/i c>I i#I+� rIlll,illJil E)OLLARS,
lmwful gWn&/OF Ih as lJnAad;�tmlms of Ali lalrlcu,10)uld pnYmenl of t hkft-vM of roan v wrll aarci true to Oat rikmdo,The said ftripal an d Suralyr Mir
UkOM9elves- Mead enrh nrdr, tr heir!,eoe�eularz,f3inHiIKlr�dn�,-#LMr a.nra�nrlrW#;I s,loiaN� are 9 yhvyrM1lly,by Ihain hme+rnls
ME C17N DMON Of TWS ONLrC3Jo1 m J s 811C11.Mal-+I Iha Gl ll�u a shd ninke do oward lu Ihtk F>IinolPol fw,
R t? T No Ii#-(+wsp v llci '1'V rIit & II1NWI I{yr Station 17
i r)I !Ioln )hil l St„ Fort Wort11. '1'VC
aoeanenglallla lerana arine praperul or bid made W thq Prinr.vnl ihermlor.and the POFKVI shell&N mke eno Crd*twon eonlrpq wvllJr i1G,:ohllgon zi
auwdelaao Mh rha IaranS al 5413 PPOP WAl of Uld mild mwrard itod sle qve biswi hr Uit Fn Ilhlhl'parfarilmn"III9FwF,will«Ulu ON LANOMA VRI E YY
COMPAMYak SureV orwilh olhrr d;jFmj &bt,rzltes approved bylhe Ck ona-,or If the Ilym aw smu In nfty al lauarcrtse t4 dn.miv]a Ih&Qihdaa IhR
rrnmapcs wlilth DEC trkRilea may sciver 4 reason of scroh 6euura pint NceediDo Ine panDW aT Us hoFlrr, then LW!x& gjukn&lurq tra null Brad old;adtri wl#a
It Shall bo Mnd 1driaaln kin iuli(once And elferL
SMed.psiedaanddWidlhls 12tk1 dmyor. Ally _tl)III
All—Tech FUL1l Sy te�atr;, 1.1,C 70,L % 61.1ps ,►►r
ay._ ` lac
vuil3»3
ei UMEz—-rY CQ flP Y
B'� � AA 1a,1a�l;
�Illcrastlrt 1ltx,lsall�;rta{tu rydn-F�ol
OKLAHOMA U ETY COMPANY
'I437 SOUTH DOULDER, SUITE 200 -TULS,A, OKLAHOMA 74'1'19 • 918-587-7221 • FAX DI8-ir08-1253
POWER Or ATTORNEY
KNOW ALL MEN BY TRESfi PRESENTS. Thai ihi� OKLAHOMA SURETY COMPANY , �otsaporaffpn urg�erl7.ed and axl�siing LlrlSfer
and by Ylrlue Dr ri,a kawa or Ih1t data of Ohlri,dour;rservby nornlnale, aanellit,it and aprrninr thin parson or persona fTemed beirrw, oeah IndfvIdlieloy tr
mare R iart am Is mail ed I eta inm end lawful atturis6y,l11-faol,foe It and In kls Rpine,place and slend to exerruto on bnholf pr Ifie said Company, a euraiy,
arty and aN hands,umWiNkln s and aprekrapt4 ar euretyohlp,or ocher wrlllan obll{fa4wis in the naline fMer"f, ,Jim BiDan, Ooaj6ah C, Cojen,-�jn,
Brlrl,arn Edeoi, F11ionrla Hoppingarlier, C hrls Monroe, Fred Monroe and M. A. Monroe, rill of ARLINGTON,TX
I N M'rNF-SS WHEREOF.11310 OKLAHCk MA S URETY COMPANY hox toured ltiose prosanrr.to be armed and aria str d I,i,IIr.ri ppi Qpriate
trifl;era artd F %rrjarilte real hareurlto affixed this 19 day ur Juno �018
4 .0
OKLAHOMA SURETY COMPANY
+ i• }kl
i t
AT7ES
5i1-lARON HA 'KI- - "Secretary TODD BAZATA VICE PRESIDENT
On 1 Frig 19 day of Ju ne , 2018 berara ma peraorrarly appeariuf TODD RAZATA 1 to me known,tming
duly-9WWn,dapuserr,and eays Itial gibe rm.IdEm IIr[broken Arrow.Cklahamii.That ache in a Viaa Prttisldflnl of Oklahoma SLff ily CQ Mpany,the vompany
c[nnndbati In and wiiicii txecuted the above tflstrtrment;titan Wh9 knpN'a the seal of the sold Qompany;that thu anal athma0 11)iJ, veld Insiruniarif Is seas
onrporato 5aal;lhol I!wab em a[I1"tt by amiiarrty pf hoot lzs Dime under the fay-Lows or salrl Cornpany,and IFlar a+Ire signed his name IJrereto by rlke
okrlltority
�IlrIrIII/f��
110
O�►� +q,y' Commi9elnn# 11008253
STATE OF OKL,ANOMA t�* ;• :'i Y
My C on explrga; 0. �08-19
COUNTY OF TULSA
~'��r N + JULI1` AL HAN RZty Xi iI4
This Power oT Attorney Jr 11ranled by aulhorHy of Uta iallowlrsj;I Iowlikillons adopted oy I"Bowd or 01racrore of Oltlohorrro Surety campirly
Jay armnlmous wrfktt•rt conaenl dated�eptmtnber 25,20109.
RESOLVED: Thal the Preslderil,the Excat]dve Mon Prpeirlant,Ilse several Senior%lice PraslditlLs anal VIOL-PreWder4o or any ens of Ihanr,
bt}alur hafoby in oukhodZed,from time to time,to appWnk one or morn Allarn0P-In-Foci to oxeouta an behalf'of iI)o Cvmpanyr Ee aWoty,a,ty Mick eiI
boridN underlaklripa and vorikraals of raim"Iikp,or 0Ih9t wrill a n ffbllgatlann in I ho tialore l#11areof;to prescdlp&thelr rasponliva dulfee and the respecilve
alnills rsf 1ltelr authority;and to rouoku any laugh appolntmorg at any Ilrnrr.
RESOLVED FURTIAPP;-That Ilia Company seal arlr1l11e slonulure of arly of rile Rrar old officers and any 5eoredary or Aissktant.f$ecrotary of
the Company may ba flfflmmt isy FSlrglmilri-lo any power of aiierney or cariJflcalo 0 ellller 9M+ n rnr file ekflcutlan oT any bond,uflrlarlieklnu,rorilracl nr
eufely bh p, Dr other wrltl-an obliq; len In the agarirre IhQFooT, eucit glgnaturo and goal wherrt to Used belnp hereby adap{ad Joy%*Company as ilia ori[Hnor
ralQnalure of such ufiker and the orlginat wail or 1I3o Cum{rarly, to ba va lid and bindl np upon Lhe C olnpDnV witlx the same(erne stid erled as I ltoupi%
Manually affixed.
CERTIFICATION
I, SHARON HACKL or Oklahuina Surety CiDrnpsny,da haret,yccfilfy Ihat Irre forego*1p POW of
or Allorney and Ihp RosMWfkns of Ilia goprd of.OlraotoFe ar 5apterribei 2S, 20D0 have nut tram revokad and arit Craw In full brae and of qh
�,+rrr++,,,, &Ignad and aeulud this+ d#Iy of
j ni:r
SEAL
•.+{ tw. 9H RON HACKL .secretary
Yrtrrr,�tl�1�+�}yy
VOID IF Box Is EMPTY
i �}
Kfp-CONTINENT CASUALTY COMPANY
01CLAROMA SURE, TY CONWANY
STATER OF TEXAS
CLAINI NOTICE E ENDORSEMENT
lst accordance wWt Seckiojj Z.53.0 3 ( afthe'J'exxs Cxovan mcutCoda and Ilion
53,202( ) of tlxc'rcm-s PvoperLy Cade, arty unticz off'daim to the named muciy und"flois
bond(s)shoWd he sent to:
Mailing, MM- ONTaNl NTCASUALTYCOWANY
OKLAHOMA SURETY COMPANY
P.O. BOX 1409
TUL A, OTC 7410I
TELEPHONE NO. 1-800-72-2-4 4
FAX NO. 1-918-586-U840
R-MADE: .A1 S MCG-INS.CO
1'llys`ecal. 1,131 S. BOULDER
S MIE 20
TULSA, OKLA140 A 74119
rT�TAC TIHS�NOTI7��L�{"y�"O^1�}4��J71� BOND
ALL =TECH
FUEL SYSTEMS
(RFQT NO. 19-0198)
City Of Fort Worth - Fuel Tank And Install For Station
17
References
1. Customer Reference
Owner:
Federal Bureau of Prisons — Seagoville, Tx
Customer:
FCI Seagoville
Contact, Title, & Number:
Robert Honstead, Head Prison Guard 972-287-6716
Contract Amount:
$454,00(
Percent Complete:
80% on hold to complete, waiting for customer to give us the go ahead to finish
Date of Completion:
05/30/20
Description of Project:
Install new 12,000 gallon AST for diesel, install new piping, pumps, dispensers, etc.
Remove 3 underground tanks and install new 5k gallon AST for unleaded
2. Customer Reference
Owner:
Baylor Scott & White Hospital -- Irving, Tx
MEMBER
INS
850 Brookline Katy, Texas 77494
281-830-0000 Fax 281-531-7077
T.C.E.Q. UST Contractor#-CRP-001425
TCEL#27813
2
Customer:
Brandt Industrial
Contact, Title, & Number:
Chris Ayers or Francesco Schaff (Project Managers) 214-490-8262
Contract Amount:
$457,000.00
Percent Complete:
100%
Date of Completion:
12/15/2018
Description of Project:
Install two new 20,000 gallon ASTs for 3 boilers and four Generators — welded pipe,
custom controls / pump enclosures, new valves, underground pipe, electrical, etc
3. Customer Reference
Owner:
Marker 37 Marina — Corpus Christi, Tx
Customer:
Marker 37 Marina
Contact, Title, & Number:
Mitchell Kalogridis 512-282-6060
Contract Amount:
$226,000.00
Percent Complete:
100%
Date of Completion:
11/10/2018
Description of Project:
Provide and install one 25,000 gallon underground petroleum storage tank with 3
compartments, tank hardware, well pointing system, underground pipe and sumps,
new dispensers and fuel management software.
4. Customer deference
Owner:
QuikTrip #4070 San Antonio, Tx
MtM6ER
�EUM C�lEl4kliEVl Et�
850 Brookline Katy,Texas 77494
281-830-0000 Fax 281-531-7077
T.C.E.Q. UST Contractor#-CRP-001425
TCEL#27813
3
Customer:
Fulcrum Construction (GC)
Contact, Title, & Number:
Jesse Gonzales Site Superintendent 210.760.1044
Contract Amount:
$268,000.00
Percent Complete:
80%
Date of Completion:
05/30/2019
Description of Project:
Install (4) 20,000 gallon underground fuel storage tanks, tank hardware, sumps,
underground piping, (8) dispensers with fuel management systems
Other Proiects Recently Under Contract
- University of North Texas (Denton, Texas) -- Remove existing canopy and
underground tanks and install new 25,000 gallon underground tank with new
equipment, dispensers, card reader. Includes electrical and concrete work
and new canopy replacement
- City of Galveston — Trolley Fuel System upgrade — New disp, card reader, and
automatic tank gauge system
- HCA Mckinney Hospital — New 8,000 gallon AST to feed three boilers, include
controls, tank hardware, underground pipe, and electrical
- Ben Taub Hospital -- Replacement piping for the new generators, provide and
install new controls and electrical
- Memorial Hermann Hospital — Relocate pumpsets, install new welded pipe,
electrical, additional controls
- Klein Fire Station — 3,000 gallon Split Compartment AST with two new
dispensers, card reader, and pumps. Includes electrical
ME M 0 [ R
21
PEIP
UM RVFMENT INS'
850 Brookline Katy, Texas 77494
281-830-0000 Fax 281-531-7077
T.C.E.Q. UST Contractor#-CRP-001425
TCEL#27813
ATTACHMENT B
VERIFICATION OF SIGNATURE AUTHORITY
(executed copy attached behind this page)
19-0198 Fuel Tank and Installation for Station 17 Page 9 of 9
Contractor Services Agreement
ATTACHMENT B
VERIFICATION OF SIGNATURE AUTHORITY
FORM
Contractor: l -rec A F- 1 4e.lvv-, L-L- .
Addm;ss: B50 �rc�l�4it
Executlon ot`this signs INru Verificttiion Form ("I"CAI IL-) hereby ccrtilies ihat the following individuals
andfor p(mit cios have tha nuthorhy Iv lepily bind Cunimclur nisd t{} e1(8eutt arty agreLm nt, uinendniMt
or change ordef on behalf of Contractor. Such binding authority ling been grafted by proper urcier,
rvwluiion,Ord innnca or other uulhorFzatimi or Contractor. City i.9 fully entilled to [vly on the warritrity and
representation set fortis in this Form in enterhT into any agreeinent or amendrrtertl wily C*c wnwirxr.
Contractor wlII submit wi updated Form within t (10) busJness days-if there are any changes to Ihu
ftwdory authorhy. City is ontillad to rely on any i:umnt cxuctil d Form mitil it recclives u revised form
that lum been properly cxucuted by Contractov.
Position: Vie-e- Kr- ~4
signa,116re.
2. Nang;
Position:
Signature
3, Name:
Fnsiliori:
Nam
O zer�'11 la:
Dater