HomeMy WebLinkAboutContract 56725-R2CSC No. 56725-R2
CITY OF FORT WORTH
CONTRACT RENEWAL NOTICE
August 14, 2023
Morris & McDaniel, Inc.
Attn: David M. Morris, President
117 S Saint Asaph St.
Alexandria, VA 22314
Re: Contract Renewal Notice
Contract No. CSC No. 56725 (the "Contract")
Renewal Term No. 2: November 01, 2023 to Oct 31, 2024
The above referenced Contract with the City of Fort Worth expires on October 31, 2023
(the "Expiration Date"). Pursuant to the Contract, contract renewals are at the sole option of the
City. This letter is to inform you that the City is exercising its right to renew the Contract for an
additional one (1) year period, which will begin immediately after the Expiration Date. All other
terms and conditions of the Contract remain unchanged. Please return this signed
acknowledgement letter, along with a copy of your current insurance certificate, to the
address set forth below, acknowledging receipt of the Contract Renewal Notice. Failure to
provide a signed acknowledgment does not affect the renewal.
Please log onto PeopleSoft Purchasing at http://fortworthtexas.aov/purchas in_- to ensure
that your company information is correct and up-to-date.
If you have any questions concerning this Contract Renewal Notice, please contact me at
the telephone number listed below.
Sincerely,
Katva Flores
Sr. Admin Assistant
Katva.Flores fortworthtexaS.iao
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
56725-R2 Pagel of 3
CSC No. 56725-R2
ACCEPTED AND AGREED:
CITY OF FORT WORTH
1-""J.
shington(Aug 22,202310:37 CDT)
B y 17, ��, � 41-
Name: Valerie Washinaton
Title: Assistant Citv Manager
Date: Aug 22, 2023
APPROVAL RECOMMENDED
By: J s Davis (Aug 22, 2023 09:31 CDT)
Name: Jim Davis
Title: Fire Chief
ATTEST:
q9 nan
Z
dvo o=o
. � dp�� nEapS�pp
By
Name: Jannette Goodall
Title: City Secretary
CONTRACT COMPLIANCE MANAGER:
By signing I acknowledge that I am the person
responsible for the monitoring and
administration of this contract, including
ensuring all performance and reporting
requirements.
By BrFRay (Aug 18, 2023 08:41 CDT)
Name: Brenda Ray
Title: Fire Purchasing Manager
APPROVED AS TO FORM AND
LEGALITY:
��
By:
Name: Taylor Paris
Title: Assistant City Attorney
CONTRACT AUTHORIZATION:
N/A
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
56725-R2 Page 2 of 3
Morri el. Inc.
By: d _ i U-0
Name: David M. Morris
Title: President
56725-R2 Page 3 of 3
CSC No. 56725-R1
CSC No. 56725-R1
CITY OF FORT WORTH
CONTRACT RENEWAL NOTICE
September 12, 2022
Morris & McDaniel, Inc.
Attn: David M. Morris, President
117 S Saint Asaph St.
Alexandria, VA 22314
Re: Contract Renewal Notice
Contract No. CSC No. 56725-R1 (the "Contract")
Renewal Term No. 1: November 01, 2022 to Oct 31, 2023
The above referenced Contract with the City of Fort Worth expires on October 31, 2022
(the "Expiration Date"). Pursuant to the Contract, contract renewals are at the sole option of the
City. This letter is to inform you that the City is exercising its right to renew the Contract for an
additional one (1) year period, which will begin immediately after the Expiration Date. All other
terms and conditions of the Contract remain unchanged. Please return this signed
acknowledgement letter, along with a copy of your current insurance certificate, to the
address set forth below, acknowledging receipt of the Contract Renewal Notice. Failure to
provide a signed acknowledgment does not affect the renewal.
Please log onto PeopleSoft Purchasing at ht[p:'/fortworthtexas.<ao-, pi>rfzha;�iw,, to ensure
that your company information is correct and up-to-date.
If you have any questions concerning this Contract Renewal Notice, please contact me at
the telephone number listed below.
Sincerely,
Brenda Rav
Sr. Contract Compliance Specialist
Brenda.rav iDfortworthtexas.gov
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Contract Renewal Pagel of 3
CSC No. 56725-R1
ACCEPTED AND AGREED:
CITY OF FORT WORTH
VIA, Nk—
By: valeri�-Washington (Sep 14, 202218:55 CDT)
Name: Valerie Washington
Title: Assistant City Manap-er
Date:
APPROVAL RECOMMENDED:
By: J s Davis lSep 14,202214:57 CDT)
Title: Jim Davis
Title: Fire Chief
ATTEST:
*1aWWeh11e-s agar)A&
By: Jan nette S. Goodall (Sep 15, 202210:50 CDT)
Name: Jannette Goodall
Title: City Sectary
CONTRACT COMPLIANCE MANAGER:
By signing I acknowledge that I am the person
responsible for the monitoring and
administration of this contract, including
ensuring all performance and reporting
requirements.
By: Mark RauscherlSep 14,20220853 CDT)
Name: Mark Rauscher
Title: Assistant Fire Director
APPROVED AS TO FORM AND
LEGALITY:
By:
y
Name: Taylor Paris
Title: Assistant City Attorney
CONTRACT AUTHORIZATION:
N/A
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Contract Renewal Page 2 of 3
CSC No. 56725-R1
Morris McDaniel. Inc.
r
Name: David M. Morris
Title: President
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Contract Renewal Page 3 of 3
CSC No. 56725-A1
AMENDMENT NO. 1
TO
CITY OF FORT WORTH CONTRACT 56725
A SOLE SOURCE AGREEMENT BETWEEN
CITY OF FORT WORTH AND MORRIS & MCDANIEL, INC.
This First Amendment is entered into by and between the City of Fort Worth
(hereafter "City"), a home rule municipality, with its principal place of business at 200 Texas
Street, Fort Worth, Texas, and Morris &McDaniel Inc. (hereafter Vendor") a Virginia
Corporation. City and Vendor shall be referred to individually as a Party and collectively as the
Parties.
WHEREAS on or about November 1, 2021, the Parties entered into a Sole Source
Agreement, City Secretary Contract 56725, to provide the Fort Worth Fire Department with
Certification and Site Assessment of Firefighter Physical Ability Test Equipment (" Original
Agreement");
WHEREAS the Original Agreement provided an initial term from November 1, 2021 to
October 31, 2022 with the City having the sole discretion to renew the Original Agreement for
three (3) one-year renewal options; and
WHEREAS the Parties wish to amend the Original Agreement to clarify that the Vendor
is to provide services that are only related to the certification and site assessment of Firefighter
Physical Ability Test Equipment and to correctly reflect that the total compensation of the Original
Agreement is an amount not to exceed $20,000.
NOW, THEREFORE, the Parties, acting herein by the through their duly authorized
representatives, enter into the following agreement:
1.
AMENDMENTS
1. Section 1 of the Original Agreement shall be replaced in its entirety with the following
language:
1. Scope of Services. Vendor shall supply consultation services to certify and
assess the relocations of the Physical Ability Test Equipment for the Fort Worth
Fire Department ("Services"), which are set forth in more detail in Exhibit "A,"
attached hereto and incorporated herein for all purposes.
2. Section 3 of the Original Agreement shall be replaced in its entirety with the following
language:
3. Compensation. City will pay Vendor in accordance with the provisions of
this Agreement including Exhibit `B", which is attached hereto and incorporated herein
for all purposes. Total compensation under this Agreement for the first year by the
OFFICIAL RECORD
Amendment No. 1 — CSC 56725 CITY SECRETARY
CFW and Morris and McDaniel
FT. WORTH, TX
City shall be in amount not to exceed Twenty Thousand Dollars ($20,000). Vendor
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 Vendor not
specified by this Agreement unless City first approves such expenses in writing.
2.
ALL OTHER TERMS SHALL REMAIN THE SAME
All other provisions of the Original Agreement and its exhibits, which are not expressly
amended herein, shall remain in full force and effect.
3.
ELECTRONIC SIGNATURE
This First Amendment and Extension may be executed in multiple counterparts, each
of which shall be an original and all of which shall constitute one and the same instrument.
A facsimile copy or computer image, such as a PDF or tiff image, or a signature, shall be
treated as and shall have the same effect as anoriginal.
(signature pagefollows)
Amendment No. 1 — CSC 56725 Page 2 of 3
CFW and Morris and McDaniel
ACCEPTED AND AGREED:
CITY OF FORT WORTH:
r
By: valerie was ington Dec 30,202111:05 CST)
Name: Valerie Washington
Title: Assistant City Manager
Date: Dec 30, 2021
APPROVAL RECOMMENDED:
By: J sDavis(Dec 29, 202112'.43 CST)
Name: James Davis
Title: Fire Chief
ATTEST:
I0
�%Gl`I`I���� c� GDOGI�GIGG
Jannette S. Gonda II (Dec 30, 2021 12:22 CST)
Name: Jannette Goodall
Title: City Secretary
Morris & McDaniel, Inc
L)AY/b M, AIVR,e%9
-rR&sipE•v T
Date:
1212912021
Amendment No. 1 — CSC 56725
CFW and Morris and McDaniel
CONTRACT COMPLIANCE MANAGER:
By signing I acknowledge that I am the person
responsible for the monitoring and administration
of this contract, including ensuring all
performance and reporting requirements.
By: Mark Rauscher(Dec 29, 202110:15 CST)
Name: Mark Rauscher
Title: Assistant Director Fire
APPROVED AS TO FORM AND LEGALITY:
By:
Name: Christopher Austria
Title: Assistant City Attorney
CONTRACT AUTHORIZATION:
M&C: N/A
1295: N/A
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
City Secretary Contract No. 56725
FORTWORTHO
SOLE SOURCE AGREEMENT
Morris and McDaniel, Inc
This SOLE SOURCE 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 MORRIS & MCDANIEL, INC. ("Vendor"), a VIRGINIA
CORPORATION and acting by and through its duly authorized representative, each individually referred
to as a "party" and collectively referred to as the "parties."
AGREEMENT DOCUMENTS:
The Agreement documents shall include the following:
1. This Sole Source Agreement;
2. Exhibit A
— Scope of Services;
3. Exhibit B
— Price Schedule;
4. Exhibit C
— Sole Source Justification Letter
5. Exhibit D
— Verification of Signature Authority Form.
Exhibits A, B, C, and D which are attached hereto and incorporated herein, are made a part of this
Agreement for all purposes. In the event of any conflict between the terms and conditions of Exhibits A, B,
C, or D and the terms and conditions set forth in the body of this Agreement, the terms and conditions of
this Agreement shall control.
1. Scope of Services. Vendor shall supply, for local pickup, of drugs, medicine and medical
devices that are to be used in emergent situations by the fort worth fire department ("Services"), which are
set forth in more detail in Exhibit "A," attached hereto and incorporated herein for all purposes..
2. Term. This Agreement begins on November 1, 2021 ("Effective Date") and expires on
October 315` 2022 ("Expiration Date"), unless terminated earlier in accordance with this Agreement ("Initial
Term"). City will have the option, in its sole discretion, to renew this Agreement under the same terms and
conditions, for up to three (3) one-year renewal option(s) (each a "Renewal Term").
3. Compensation. City will pay Vendor in accordance with the provisions of this Agreement,
including Exhibit "B," which is attached hereto and incorporated herein for all purposes. Total
compensation under this Agreement will not exceed Thirty -Five Thousand Dollars ($35,000.00). Vendor
will not perform any additional services or bill for expenses incurred for City not specified by this
Agreement unless City requests and approves in writing the additional costs for such services. City will not
be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves
such expenses in writing.
4. Termination.
Vendor Services Agreement
Morris & McDaniel, Inc
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
4.1. Written Notice. City or Vendor may terminate this Agreement at any time and for
any reason by providing the other party with 30 days' written notice of termination.
4.2 Non -appropriation of Funds. In the event no funds or insufficient funds are
appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor
of such occurrence and this Agreement will terminate on the last day of the fiscal period for which
appropriations were received without penalty or expense to City of any kind whatsoever, except as
to the portions of the payments herein agreed upon for which funds have been appropriated.
4.3 Duties and Oblieations of the Parties. In the event that this Agreement is
terminated prior to the Expiration Date, City will pay Vendor for services actually rendered up to
the effective date of termination and Vendor will continue to provide City with services requested
by City and in accordance with this Agreement up to the effective date of termination. Upon
termination of this Agreement for any reason, Vendor will provide City with copies of all
completed or partially completed documents prepared under this Agreement. In the event Vendor
has received access to City Information or data as a requirement to perform services hereunder,
Vendor will return all City provided data to City in a machine readable format or other format
deemed acceptable to City.
5. Disclosure of Conflicts and Confidential Information.
5.1 Disclosure of Conflicts. Vendor hereby warrants to City that Vendor has made full
disclosure in writing of any existing or potential conflicts of interest related to Vendor's services
under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this
Agreement, Vendor hereby agrees immediately to make full disclosure to City in writing.
5.2 Confidential Information. Vendor, for itself and its officers, agents and employees,
agrees that it will treat all information provided to it by City ("City Information") as confidential
and will not disclose any such information to a third party without the prior written approval of
City.
5.3 Public Information Act. City is a government entity under the laws of the State of
Texas and all documents held or maintained by City are subject to disclosure under the Texas Public
Information Act. In the event there is a request for information marked Confidential or Proprietary,
City will promptly notify Vendor. It will be the responsibility of Vendor to submit reasons objecting
to disclosure. A determination on whether such reasons are sufficient will not be decided by City,
but by the Office of the Attorney General of the State of Texas or by a court of competent
jurisdiction.
5.4 Unauthorized Access. Vendor must store and maintain City Information in a secure
manner and will not allow unauthorized users to access, modify, delete or otherwise corrupt City
Information in any way. Vendor must notify City immediately if the security or integrity of any
City Information has been compromised or is believed to have been compromised, in which event,
Vendor will, in good faith, use all commercially reasonable efforts to cooperate with City in
identifying what information has been accessed by unauthorized means and will fully cooperate
with City to protect such City Information from further unauthorized disclosure.
6. Right to Audit. Vendor agrees that City will, until the expiration of three (3) years after
final payment under this Agreement, or the final conclusion of any audit commenced during the said three
years, have access to and the right to examine at reasonable times any directly pertinent books, documents,
Vendor Services Agreement Page 2 of 17
Morris & McDaniel, Inc
papers and records, including, but not limited to, all electronic records, of Vendor involving transactions
relating to this Agreement at no additional cost to City. Vendor agrees that City will have access during
normal working hours to all necessary Vendor facilities and will be provided adequate and appropriate work
space in order to conduct audits in compliance with the provisions of this section. City will give Vendor
reasonable advance notice of intended audits.
7. Independent Contractor. It is expressly understood and agreed that Vendor will operate
as an independent contractor as to all rights and privileges and work performed under this Agreement, and
not as agent, representative or employee of City. Subject to and in accordance with the conditions and
provisions of this Agreement, Vendor will have the exclusive right to control the details of its operations
and activities and be solely responsible for the acts and omissions of its officers, agents, servants,
employees, Vendors, and subcontractors. Vendor acknowledges that the doctrine of respondeat superior
will not apply as between City, its officers, agents, servants and employees, and Vendor, its officers, agents,
employees, servants, contractors, and subcontractors. Vendor further agrees that nothing herein will be
construed as the creation of a partnership or joint enterprise between City and Vendor. It is further
understood that City will in no way be considered a Co -employer or a Joint employer of Vendor or any
officers, agents, servants, employees, contractors, or subcontractors. Neither Vendor, nor any officers,
agents, servants, employees, contractors, or subcontractors of Vendor will be entitled to any employment
benefits from City. Vendor will be responsible and liable for any and all payment and reporting of taxes on
behalf of itself, and any of its officers, agents, servants, employees, contractors, or contractors.
Liability and Indemnification.
8.1 LIABILITY - VENDOR WILL BE LIABLE AND RESPONSIBLE FOR ANY
AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY,
INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER,
WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT
ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF
VENDOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR
SUBCONTRACTORS.
8.2 GENERAL INDEMNIFICATION - VENDOR HEREBY COVENANTS AND
AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS,
AGENTS, SERVANTS AND EMPLOYEES, FROM AND AGAINST ANYAND ALL CLAIMS
OR LAWSUITS OFANYKIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR
EITHER PROPERTYDAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO
VENDOR'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL
INJURY, INCLUDING DEATH, TO ANYAND ALL PERSONS, ARISING OUT OF OR IN
CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE
NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF VENDOR, ITS OFFICERS,
AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS.
8.3 INTELLECTUAL PROPERTY INDEMNIFICATION — Vendor agrees to
defend, settle, or pay, at its own cost and expense, any claim or action against City for
infringement of any patent, copyright, trade mark, trade secret, or similar property right
arising from City's use of the software and/or documentation in accordance with this
Agreement, it being understood that this agreement to defend, settle or pay will not apply if
City modifies or misuses the software and/or documentation. So long as Vendor bears the
cost and expense of payment for claims or actions against City pursuant to this section,
Vendor will have the right to conduct the defense of any such claim or action and all
Vendor Services Agreement Page 3 of 17
Morris & McDaniel, Inc
negotiations for its settlement or compromise and to settle or compromise any such claim;
however, City will have the right to fully participate in any and all such settlement,
negotiations, or lawsuit as necessary to protect City's interest, and City agrees to cooperate
with Vendor in doing so. In the event City, for whatever reason, assumes the responsibility
for payment of costs and expenses for any claim or action brought against City for
infringement arising under this Agreement, City will have the sole right to conduct the
defense of any such claim or action and all negotiations for its settlement or compromise and
to settle or compromise any such claim; however, Vendor will fully participate and cooperate
with City in defense of such claim or action. City agrees to give Vendor timely written notice
of any such claim or action, with copies of all papers City may receive relating thereto.
Notwithstanding the foregoing, City's assumption of payment of costs or expenses will not
eliminate Vendor's duty to indemnify City under this Agreement. If the software and/or
documentation or any part thereof is held to infringe and the use thereof is enjoined or
restrained or, if as a result of a settlement or compromise, such use is materially adversely
restricted, Vendor will, at its own expense and as City's sole remedy, either: (a) procure for
City the right to continue to use the software and/or documentation; or (b) modify the
software and/or documentation to make it non -infringing, provided that such modification
does not materially adversely affect City's authorized use of the software and/or
documentation; or (c) replace the software and/or documentation with equally suitable,
compatible, and functionally equivalent non -infringing software and/or documentation at no
additional charge to City; or (d) if none of the foregoing alternatives is reasonably available
to Vendor terminate this Agreement, and refund all amounts paid to Vendor by City,
subsequent to which termination City may seek any and all remedies available to City under
law.
9. Assiznment and SubcontractinL.
9.1 Assignment. Vendor will not assign or subcontract any of its duties, obligations
or rights under this Agreement without the prior written consent of City. If City grants consent to
an assignment, the assignee will execute a written agreement with City and Vendor under which
the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement.
Vendor will be liable for all obligations of Vendor under this Agreement prior to the effective date
of the assignment.
9.2 Subcontract. If City grants consent to a subcontract, the subcontractor will execute
a written agreement with Vendor referencing this Agreement under which subcontractor agrees to
be bound by the duties and obligations of Vendor under this Agreement as such duties and
obligations may apply. Vendor must provide City with a fully executed copy of any such
subcontract.
10. Insurance. Vendor must provide City with certificate(s) of insurance documenting
policies of the following types and minimum coverage limits that are to be in effect prior to commencement
of any Services pursuant to this Agreement:
10.1 Coveraee and Limits
(a) Commercial General Liability:
$1,000,000 - Each Occurrence
$2,000,000 - Aggregate
Vendor Services Agreement Page 4 of 17
Morris & McDaniel, Inc
(b) Automobile Liability:
$1,000,000 - Each occurrence on a combined single limit basis
Coverage will be on any vehicle used by Vendor, or its employees, agents, or
representatives in the course of providing Services under this Agreement. "Any
vehicle" will be any vehicle owned, hired and non -owned.
(c) Worker's Compensation:
Statutory limits according to the Texas Workers' Compensation Act or any other
state workers' compensation laws where the Services are being performed
Employers' liability
$100,000 - Bodily Injury by accident; each accident/occurrence
$100,000 - Bodily Injury by disease; each employee
$500,000 - Bodily Injury by disease; policy limit
(d) Professional Liability (Errors & Omissions):
$1,000,000 - Each Claim Limit
$1,000,000 - Aggregate Limit
Professional Liability coverage may be provided through an endorsement to the
Commercial General Liability (CGL) policy, or a separate policy specific to
Professional E&O. Either is acceptable if coverage meets all other requirements.
Coverage must be claims -made, and maintained for the duration of the contractual
agreement and for two (2) years following completion of services provided. An
annual certificate of insurance must be submitted to City to evidence coverage.
10.2 General Requirements
(a) The commercial general liability and automobile liability policies must
name City as an additional insured thereon, as its interests may appear. The term
City includes its employees, officers, officials, agents, and volunteers in respect to
the contracted services.
(b) The workers' compensation policy must include a Waiver of Subrogation
(Right of Recovery) in favor of City.
(c) A minimum of Thirty (30) days' notice of cancellation or reduction in
limits of coverage must be provided to City. Ten (10) days' notice will be
acceptable in the event of non-payment of premium. Notice must be sent to the
Risk Manager, City of Fort Worth, 200 Texas Street, Fort Worth, Texas 76102,
with copies to the Fort Worth City Attorney at the same address.
(d) The insurers for all policies must be licensed and/or approved to do
business in the State of Texas. All insurers must have a minimum rating of A- VII
Vendor Services Agreement Page 5 of 17
Morris & McDaniel, Inc
in the current A.M. Best Key Rating Guide, or have reasonably equivalent financial
strength and solvency to the satisfaction of Risk Management. If the rating is
below that required, written approval of Risk Management is required.
(e) Any failure on the part of City to request required insurance
documentation will not constitute a waiver of the insurance requirement.
(f) Certificates of Insurance evidencing that Vendor has obtained all required
insurance will be delivered to the City prior to Vendor proceeding with any work
pursuant to this Agreement.
11. Compliance with Laws, Ordinances, Rules and Regulations. Vendor agrees that in the
performance of its obligations hereunder, it will comply with all applicable federal, state and local laws,
ordinances, rules and regulations and that any work it produces in connection with this Agreement will also
comply with all applicable federal, state and local laws, ordinances, rules and regulations. If City notifies
Vendor of any violation of such laws, ordinances, rules or regulations, Vendor must immediately desist
from and correct the violation.
12. Non -Discrimination Covenant. Vendor, for itself, its personal representatives, assigns,
contractors, subcontractors, and successors in interest, as part of the consideration herein, agrees that in the
performance of Vendor's duties and obligations hereunder, it will not discriminate in the treatment or
employment of any individual or group of individuals on any basis prohibited by law. IF ANY CLAIM
ARISES FROM AN ALLEGED VIOLATION OF THIS NON-DISCRIMINATION COVENANT
BY VENDOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, CONTRACTORS,
SUBCONTRACTORS, OR SUCCESSORS IN INTEREST, VENDOR AGREES TO ASSUME
SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS
FROM SUCH CLAIM.
13. Notices. Notices required pursuant to the provisions of this Agreement will be
conclusively determined to have been delivered when (1) hand -delivered to the other party, its agents,
employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the
transmission, or (3) received by the other party by United States Mail, registered, return receipt requested,
addressed as follows:
To CITY:
City of Fort Worth
Attn: Valerie Washington, Assistant City Manager
200 Texas Street
Fort Worth, TX 76102-6314
Facsimile: (817) 392-8654
With copy to Fort Worth City Attorney's Office at
same address
To VENDOR:
MORRIS & MCDANIEL, INC
Dr. David Morris, President
117 S. St. Asaph street
Alexandria, VA 2213
703. 836. 3600
703. 836. 4280 FACSIMILE
14. Solicitation of Emplovees. Neither City nor Vendor will, during the term of this
Agreement and additionally for a period of one year after its termination, solicit for employment or employ,
whether as employee or independent contractor, any person who is or has been employed by the other
during the term of this Agreement, without the prior written consent of the person's employer.
Vendor Services Agreement Page 6 of 17
Morris & McDaniel, Inc
Notwithstanding the foregoing, this provision will not apply to an employee of either party who responds
to a general solicitation of advertisement of employment by either party.
15. Governmental Powers. It is understood and agreed that by execution of this Agreement,
City does not waive or surrender any of its governmental powers or immunities.
16. No Waiver. The failure of City or Vendor to insist upon the performance of any term or
provision of this Agreement or to exercise any right granted herein does not constitute a waiver of City's or
Vendor's respective right to insist upon appropriate performance or to assert any such right on any future
occasion.
17. Governing Law / Venue. This Agreement will be construed in accordance with the laws
of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought pursuant to this
Agreement, venue for such action will lie in state courts located in Tarrant County, Texas or the United
States District Court for the Northern District of Texas, Fort Worth Division.
18. Severability. If any provision of this Agreement is held to be invalid, illegal or
unenforceable, the validity, legality and enforceability of the remaining provisions will not in any way be
affected or impaired.
19. Force Majeure. City and Vendor will exercise their best efforts to meet their respective
duties and obligations as set forth in this Agreement, but will not be held liable for any delay or omission
in performance due to force majeure or other causes beyond their reasonable control, including, but not
limited to, compliance with any government law, ordinance, or regulation; acts of God; acts of the public
enemy; fires; strikes; lockouts; natural disasters; wars; riots; epidemics or pandemics; government action
or inaction; orders of government; material or labor restrictions by any governmental authority;
transportation problems; restraints or prohibitions by any court, board, department, commission, or agency
of the United States or of any States; civil disturbances; other national or regional emergencies; or any other
similar cause not enumerated herein but which is beyond the reasonable control of the Party whose
performance is affected (collectively, "Force Majeure Event"). The performance of any such obligation is
suspended during the period of, and only to the extent of, such prevention or hindrance, provided the
affected Party provides notice of the Force Majeure Event, and an explanation as to how it prevents or
hinders the Party's performance, as soon as reasonably possible after the occurrence of the Force Majeure
Event, with the reasonableness of such notice to be determined by the City in its sole discretion. The notice
required by this section must be addressed and delivered in accordance with Section 13 of this Agreement.
20. Headinss not Controllinp. Headings and titles used in this Agreement are for reference
purposes only, will not be deemed a part of this Agreement, and are not intended to define or limit the scope
of any provision of this Agreement.
21. Review of Counsel. The parties acknowledge that each party and its counsel have
reviewed and revised this Agreement and that the normal rules of construction to the effect that any
ambiguities are to be resolved against the drafting party will not be employed in the interpretation of this
Agreement or Exhibits A, B, and C.
22. Amendments / Modifications / Extensions. No amendment, modification, or extension
of this Agreement will be binding upon a party hereto unless set forth in a written instrument, which is
executed by an authorized representative of each party.
23. Counternar•ts. This Agreement may be executed in one or more counterparts and each
Vendor Services Agreement Page 7 of 17
Morris & McDaniel, Inc
counterpart will, for all purposes, be deemed an original, but all such counterparts will together constitute
one and the same instrument.
24. Warranty of Services. Vendor warrants that its services will be of a high quality and
conform to generally prevailing industry standards. City must give written notice of any breach of this
warranty within thirty (30) days from the date that the services are completed. In such event, at Vendor's
option, Vendor will either (a) use commercially reasonable efforts to re -perform the services in a manner
that conforms with the warranty, or (b) refund the fees paid by City to Vendor for the nonconforming
services.
25. lmmieration Nationality Act. Vendor must verify the identity and employment eligibility
of its employees who perform work under this Agreement, including completing the Employment
Eligibility Verification Form (I-9). Upon request by City, Vendor will provide City with copies of all I-9
forms and supporting eligibility documentation for each employee who performs work under this
Agreement. Vendor must adhere to all Federal and State laws as well as establish appropriate procedures
and controls so that no services will be performed by any Vendor employee who is not legally eligible to
perform such services. VENDOR WILL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM
ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH
BY VENDOR, VENDOR'S EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, OR
AGENTS. City, upon written notice to Vendor, will have the right to immediately terminate this Agreement
for violations of this provision by Vendor.
26. Ownership of Work Product. City will be the sole and exclusive owner of all reports,
work papers, procedures, guides, and documentation that are created, published, displayed, or produced in
conjunction with the services provided under this Agreement (collectively, "Work Product"). Further, City
will be the sole and exclusive owner of all copyright, patent, trademark, trade secret and other proprietary
rights in and to the Work Product. Ownership of the Work Product will inure to the benefit of City from
the date of conception, creation or fixation of the Work Product in a tangible medium of expression
(whichever occurs first). Each copyrightable aspect of the Work Product will be considered a "work -made -
for -hire" within the meaning of the Copyright Act of 1976, as amended. If and to the extent such Work
Product, or any part thereof, is not considered a "work -made -for -hire" within the meaning of the Copyright
Act of 1976, as amended, Vendor hereby expressly assigns to City all exclusive right, title and interest in
and to the Work Product, and all copies thereof, and in and to the copyright, patent, trademark, trade secret,
and all other proprietary rights therein, that City may have or obtain, without further consideration, free
from any claim, lien for balance due, or rights of retention thereto on the part of City.
27. Signature Authority. The person signing this Agreement hereby warrants that they have
the legal authority to execute this Agreement on behalf of the respective party, and that such binding
authority has been granted by proper order, resolution, ordinance or other authorization of the entity. This
Agreement and any amendment hereto, may be executed by any authorized representative of Vendor. Each
party is fully entitled to rely on these warranties and representations in entering into this Agreement or any
amendment hereto.
28. Change in Comnany Name or Ownership. Vendor must notify City's Purchasing
Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining
updated City records. The president of Vendor or authorized official must sign the letter. A letter indicating
changes in a company name or ownership must be accompanied with supporting legal documentation such
as an updated W-9, documents filed with the state indicating such change, copy of the board of director's
resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the
specified documentation so may adversely impact future invoice payments.
Vendor Services Agreement Page 8 of 17
Morris & McDaniel, Inc
29. No Boycott of Israel. If Vendor has fewer than 10 employees or this Agreement is for
less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter
2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company
for goods or services unless the contract contains a written verification from the company that it: (1) does
not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel"
and "company" has the meanings ascribed to those terms in Section 2271 of the Texas Government Code.
By signing this Agreement, Vendor certifies that Vendor's signature provides written verification to
the City that Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of
the Agreement.
30. Prohibition on Bovcottin2 Energv Companies. Vendor acknowledges that, in
accordance with Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S.,
S.B. 13, § 2, the City is prohibited from entering into a contract for goods or services that has a value of
$100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10
or more full-time employees unless the contract contains a written verification from the company that it:
(1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the
contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms
by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2. To
the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this
Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor:
(1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this
Agreement.
31. Prohibition on Discrimination Against Firearm and Ammunition Industries. Vendor
acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, as added
by Acts 2021, 87th Leg., R.S., S.B. 19, § 1, the City is prohibited from entering into a contract for goods or
services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the
City with a company with 10 or more full-time employees unless the contract contains a written verification
from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates
against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the
contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity"
and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas
Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1. To the extent that Chapter 2274
of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that
Vendor's signature provides written verification to the City that Vendor: (1) does not have a practice, policy,
guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will
not discriminate against a firearm entity or firearm trade association during the term of this Agreement.
32. Electronic Signatures. This Agreement may be executed by electronic signature, which
will be considered as an original signature for all purposes and have the same force and effect as an original
signature. For these purposes, "electronic signature" means electronically scanned and transmitted versions
(e.g. via pdf file or facsimile transmission) of an original signature, or signatures electronically inserted via
software such as Adobe Sign.
33. Entirety of Agreement. This Agreement, including all attachments and exhibits, contains
the entire understanding and agreement between City and Vendor, their assigns and successors in interest,
as to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby
declared null and void to the extent in conflict with any provision of this Agreement.
Vendor Services Agreement Page 9 of 17
Morris & McDaniel, Inc
IN WITNESS WHEREOF, the parties hereto have executed this Agreement in multiples.
CITY OF FORT WORTH:
Valerie washineon
By: Valerie Washington (Nov 24, 202116:12 CST)
Name: Valerie Washington
Title: Assistant City Manager
Date: Nov 24, 2021
APPROVAL RECOMMENDED:
By: J s Davis 23, 202110:34 CST)
Name: James Davis
Title: Fire Chief
ATTEST:
By: `✓��� W
Name: Ronald Gonzales
Title: City Secretary apF FORT0a
�*�oO
l
o�_r0000o000000-00
'1
VENDOR: Qn4i
Morris Xi c I)rrr icy rrc
By:
Name: . avid M. Morris
Title: President
Date: 11 �2,1
CONTRACT COMPLIANCE MANAGER:
By signing I acknowledge that I am the person
responsible for the monitoring and administration of
this contract, including ensuring all performance and
reporting requirements.
By: Marti RauScher(Nov 22, 202122:57 CST)
Name: Mark Rauscher
Title: Assistant Director, Fire Dept
APPROVED AS TO FORM AND LEGALITY:
By:
Name: Christopher Austria
Title: Assistant City Attorney
CONTRACT AUTHORIZATION:
M&C: n/a
Form 1295: N/A
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Vendor Services Agreement Page 10 of 17
Morris & McDaniel, Inc
City Secretary Contract No.
EXHIBIT A
SCOPE OF SERVICES
For relocation of the Fire Recruit physical abilities test:
Y Review existing schematic and plan that was initially developed
Make an on -site visit to see the new location and measure out a plan that mirrors the
existing location's measurements (Day 1)
a Assist in ensuring moved equipment is laid out correctly (Day 1)
• Create new schematic for documentation (Day 2)
• Perform a trial assessment with incumbents to ensure there are no anomalies with new
location (Day 2)
Vendor Services Agreement Page 11 of 17
Morris & McDaniel, Inc
City Secretary Contract No.
EXHIBIT B
PAYMENT SCHEDULE
Morris & McDaniel, Inc.
7 S. Saint Asaph Street
Alexandria, VA 22314
Telephone: (703) 836-3600
Facsimile: (703) 836-4280
www.morrisandmcdaniel.com
November 9, 2021
VIA EMAIL
Sherry Carter
Administrative Assistant
Fort Worth Fire
Department
Email:Si}errv.Cartere.fortwoilhtexas.gov
Dear Ms. Carter:
Morris & McDaniel is honored to have this opportunity to provide the City of Fort Worth Fire
Department our services in the relocation of the physical abilities test for fire recruits. Please
see our Scope of Work and related costs below. In addition, I have attached our Statement of
Capabilities for your information.
Scone of Work.
For relocation of the Fire Recruit physical abilities test:
The City of Fort Worth Fire Department reached out to Morris & McDaniel for our assistance in
the relocation of the physical abilities test site for Fire Recruit. Morris & McDaniel is prepared to
do the following:
• Review existing schematic and plan that was initially developed
• Make an on -site visit to see the new location and measure out a plan that
mirrors the existing location's measurements (Day 1)
• Assist in ensuring moved equipment is laid out correctly (Day 1)
• Create new schematic for documentation (Day 2)
• Perform a trial assessment with incumbents to ensure there are no
anomalies with new location (Day 2)
Costs
$10,000 plus expenses not to exceed $2500.
Best regards,
David M. Morris, Ph.D., J.D.
President
DMM/sd
Attachment: Statement of Capabilities
Vendor Services Agreement Page 12 of 17
Morris & McDaniel, Inc
EXHIBIT C
SOLE SOURCE EXEMPTION FORM
I olt'r'Wowrl l
CITY OF FORT WORTH
CELAPTER 252 E_1X11IPTION FOR1I
Immictioms: Fill out the entire fans wn deta ikd information. Once you have completed this form.
provide it to the Purchasing attorney for review. The attorwy will review the mfornotion you have
prodded to determine whedrr an exemptiran to Chapter ?52's biding requirements is defensilAe.
If you are printing this fomt to pmide to Legal, please do not provide the Primer portion. Faye
to provide sufficient iderinatm may result in follow up questions and cage a delay m the
attorney's determnt<ation_
Section 1: Genetrtl Infoilmition
ReTiestinQ Department.-
Nan- of Contract Manager:
Departmertt's Attorney
Item or Service sottglit:
Goods:
service:
Anticipated Aatoutrt:
Venda[:
Currertt,Pri,or Agreement for itemrservice:
CSC of Purchase Order:
A mttmt_
Projected M&C: Date:
How t%ill this hem or serv7ce be tamed?
Phvsieal Abikv Test eauimwnt
Fire
Mark Rauscher
Clin stapher Austral
F
Z
SM000.00
Morris & McDaniel, Inc
Yes ® No ❑
CSC 52912
$35,000.00
N: A
Certification and Site AssenxnA of Firefighter
Has Your department starteda requisition or othen%ise contacted the Purchasing Division related
to obtaining this good -service? Yes ❑ No ❑
If yes, please provide requisition mmiber or brief explanation of contact widh
Purchasing Division: rDET_k= DESCRIPTIONT1
Vendor Services Agreement Page 13 of 17
Morris & McDaniel, Inc
Section?: C [awned Exemption and Justification (Othevthan sole sowre)
NOTE -For a clainred sole -source eyentption complete Section 3.
Please indicate the nail -sole -source exemptiion you believe applies to file purchase and provide
wforuiition to support its applicability Please refer to the Exen4)tkm Privaer for detailed
niform ition about conm= exemptions:
p A procurement necessary to preserve or protect the public health of safety of the City
of Fort Worths residei s:
0 A procurement necessary because of unforeseen dxuiage to public machinery,
eq*nienf, or other property;
ElA procurement for personal professional or plxinuia services:
Ll A procurement for work that is perforined and paid for by the date as the work
progresses;
n A purchase of land or a right-of-way:
Paving drainage, street widening. and other public i nproveriieuts, or related matters, if
at least one-third of the cost is to be paid by or through special assessments levied on
propem, that imll benefd from the iniprovenruts;
n A pLMhc icvprovement project, already iii progress_ authorized by the voters of the
municipality. for which there is a deficiency of funds for conipieting the project in
accordance with the plans and purposes authorized by the voters;
Ll A paynwnt raider a contract by which a developer participates in the constnictim of
public irupfovenhent as provided by Subchapter C:, Chapter-2 1_2-
nPersonalproperty sold:
• at an auction by a state licensed auctioneer;
• at a going out of business sale held in compliance with Subchapter F,
Cliapter 17, Btziness & Convnerce Code;
• by a political subdisrision of this state, a state agency of this state, or an
entity of the federal govermxient: or
• under an interlocal contract for cooperative purchasing atlmin stered by a
regional plamung cot m ussion established under Chapter 391;
Sen-ices performed by bW or severely disabled persons;
Goods purchased by a municipality for subsequent retail sale by the numkipahty;
ZIElectricity; or
Vendor Services Agreement Page 14 of 17
Morris & McDaniel, Inc
EL d k-rtising, other than legal novices.
Please provide details and facts to explain why you believe the exemption applies to the
purchase. You may also attachdoctuventatim to this form The Fire Dept is moving the Physical
Ability Test equi mint in the Fire TramW facaity to make room for Police evidence locker_
Morris & McDanee costilted on the original design and set up of the PAT ecgrilx wnt and %vould
be able to proOde assurance of the integrity of the assenrnr is maintained. Please see attacheed
for additional information
Section 3: Claimed Sole-Sonire E_xernption and Justification
NOTE - For any non -sole -source exernptim complete Section 2.
Please irn&ate the sole -source exeu4nion you believe applies to the purchase and provide
information to support its applicability. Please refer to the Exemptiou Printer for detailed
information about ccmruion exemptions
EL *A procureawnt of items that are xmilable from only one .source, including:
• items that are available front only one source because of patents, copyaights,
secret processes, or natural monopolies;
• films, manniscripts, or booms;
• gas, water, and other utility seririces-_
• captive replacement parts or components for equipment;
• books, papers, and other h1nmy nuiterials for a public library that are
available only from the persons holding exclusive distrrlitition riglus to the
materials; and
management services pro,,ided by a nonprofit organization to a nu nacipal
mnseuni_ park zoo, or other facility to which the organization has prMided
significant financial or other benefits;
How did you determine that the item or service is only available from one source?
T—'XPLA.W HO1Trr'YOU DETEP2NffN D EXCEPTION, APPLIES (RESEARCH.
CON-fll UNIC:ATIONS, DOCUMENITATION)l
Attach screenshots and proixle an exphnation of any independent research you conducted,
throw internet searches, searching cooperatives, or discussions with others kum viedgeable on
the subject matter that corroborate that the item is available only from a single sa xce.
fSHOW YOUR RESEARCR:JVORK THAT I 11D To YOUR CONCLUSIO-
Vendor Services Agreement Page 15 of 17
Morris & McDaniel, Inc
Did you attach a sale source justification letter ❑ Yes ❑ No
Describe the uoigmmess of the item or service (e.g, compatibility of patent issues, etc.).
fDESCRIBE THE LMOUNESS OF THE IT EMfSERVICE THAT OUAL.EZES IT AS A SOLE
SOURCEl
Section4: AttormeF Determination
With the Pacts provided by the department. is the use of the claimed exemphoti defensible if the
City were to be cbalieuged on this pLuchase? f L Yes n No.
Was there anything attached to this form that was retied on in aWmp this detennaiiition?
21 Yes n No.
If yes, please explairL.Seraice explanatimscope from vendor. attached at bottom of fb m
Was there anything not mcktded on this form or attached hereto that was retied on in imknig this
determination? LL Yes ZI No_
If yes, please explamfERPL.AIN OL-rSIDE SOURCE OFINFORIvLATIONj
Will the standard terms and condkions apply' x Yes ❑ No_
Will the contract require special term? Yes f K Na_
Will the ccatract require review by the departnsew attorney? Yes II No_
Appro,ved By:
Twllw r Paris / Jessilm Wilbarm
Assistant City Attorney
Vendor Services Agreement
Morris & McDaniel, Inc
Date: 10.29.21
Page 16 of 17
EXHIBIT D
VERIFICATION OF SIGNATURE AUTHORITY
MORRIS & MCDANIEL, INC
117 S. ST. ASAPH STREET
ALEXANDRIA, VA 2213
703.836.3600
703. 836. 4280 FACSIMILE
Execution of this Signature Verification Form ("Form") hereby certifies that the following
individuals and/or positions have the authority to legally bind Vendor and to execute any agreement,
amendment or change order on behalf of Vendor. Such binding authority has been granted by proper order,
resolution, ordinance or other authorization of Vendor. City is fully entitled to rely on the warranty and
representation set forth in this Form in entering into any agreement or amendment with Vendor. Vendor
will submit an updated Form within ten (10) business days if there are any changes to the signatory
authority. City is entitled to rely on any current executed Form until it receives a revised Form that has been
properly executed by Vendor..
1. N if e: J�1 r3 . f v\y rl ORANIA t ll� . f I T .
P .- Iron
SS nature
2. Name:,?* l^ .
Position: N 5
W IA,
St iat r�
3. Name..Tva,fT. MGJ*` liq
Position:V1q FR,Ujpe-jT
dr
Signature
OL *b, 'T,
I rV
Signature of President f CEO
Other Title:
Date: %-\� b-0
Vendor Services Agreement Page 17 of 17
Morris & McDaniel, Inc