Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 60168
CSC No. 60168 FORT WORTH CITY OF FORT WORTH PURCHASE AGREEMENT BASED UPON AN INTERLOCAL AGREEMENT BETWEEN THE CITY OF FORT WORTH AND D. H. PACE COMPANY, INC. WHEREAS Section 271.102 of the Texas Local Government Code allows Local Governments to pursue mutually beneficial cooperative purchasing programs; and WHEREAS, pursuant to Chapter 791 of the Texas Government Code and Subchapter F, Chapter 271 of the Texas Local Government Code, the City of Fort Worth ("City"), a Texas home -rule municipality and Tarrant County entered into an Interlocal Cooperative Purchasing Agreement on November 1, 1999which provides that when one of the Local Government Entities enters into a contract with a vendor for goods and services, the other Local Government is able to enter into a Purchase Agreement with the vendor under the same terms and conditions offered to the Original Local Government Entity so long asthe vendor is agreeable. Copy Attached as Exhibit A; WHEREAS, D. H. Pace Company, Inc. ("Vendor") responded to Request for Bid 2021-118 (RFB) issued by Tarrant County agreeing to allow other Local Governmental Entities to enter into a PurchaseAgreement with Vendor under the same terms and conditions as those contained in the RFB (Copy attached as Exhibit B); NOW THEREFORE, City and Vendor each of which will individually be referred to as a "Parry" and collectively as the "Parties" enter into this Purchase Agreement. The Parties agree that any references to Tarrant County in Exhibit B shall be construed as the "City of Fort Worth" for the purposes of this Agreement and all rights, benefits, duties, and obligations shall inure to the City as if the contract in Exhibit B were originally executed between the City and Vendor. This shall specifically include any requirements imposed on Vendor by virtue of Tarrant County Request for Proposal 2021-118 included in Exhibit B. The Agreement includes the following documents which shall be construed in the order of precedence in which they are listed: 1. Exhibit A — Agreement between the City of Fort Worth and Tarrant County; 2. Exhibit B — Tarrant County Commissioners Court Communication with RFB 2021-118 Overhead Door and Bi-Fold Door Preventative Maintenance and Repair; 3. Exhibit C — Vendor's Quote, Pricing, Scope of Services or Purchase Order; and 4. Exhibit D — Conflict of Interest Questionnaire. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Exhibits A, B, C, and D which are attached hereto and incorporated herein, are made a part of this Agreement for all purposes. Vendor agrees to provide City with the services and goods included in Exhibit B pursuant to the terms and conditions of this Cooperative Purchase Agreement, including all exhibits thereto. In the event of a conflict between Exhibit B and this Agreement or Exhibit A, then this Agreement and Exhibit A shall control. City shall pay Vendor in accordance with the fee schedule in Exhibit C and in accordance with the provisions of this Agreement. Total payment made under this Agreement by City shall be in the amount of up to One Hundred Thousand Dollars ($100,000.00). Vendor shall not provide any additional items or 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. The term of this Agreement is effective beginning on the date signed by the Assistant City Manager below ("Effective Date") and ends on September 17, 2024 in line with the interlocal agreement. Vendor agrees that City shall, until the expiration of three (3) years after final payment under this Agreement, or the final conclusion of any audit commenced during the said three years, have access to and the right to examine at reasonable times any directly pertinent documents and records of Vendor involving transactions relating to this Agreement. Vendor agrees that City shall have access during normal working hours to all necessary Vendor facilities subject to Vendor's reasonable rules and regulations while at Vendor's facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Vendor reasonable advance notice of intended audits, and all such audits shall be conducted on regular business days during Vendor's regular business hours in a manner that will not unreasonably interfere with Vendor's operations at its facilities. City's auditors shall present proper credentials to the manager of Vendor's facility at the time that they are admitted to such. 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. Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have been delivered when (1) hand -delivered to the other party, its agents, employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the transmission, or (3) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: To CITY: To VENDOR: City of Fort Worth D.H. Pace Company, Inc. Attn: Dana Burghdoff, Assistant City Manager Manny Maestas, Sr. Regional Vice President 200 Texas Street Fort Worth, TX 76102-6314 Address: Facsimile: (817) 392-5806 825 West Shady Lake Road, #110 Coppell, TX 75019 With copy to Fort Worth City Attorney's Office at same address Facsimile: N/A [SIGNATURES FOLLOW] The undersigned represents and warrants that he or she has the power and authority to execute this Agreement and bind the respective Vendor. CITY OF FORT WORTH: CONTRACT COMPLIANCE MANAGER: DaHa ��t X� 0(0 By signing I acknowledge that I am the person By:DwaBurehdoff(Seo zozsif' CDT) responsible for the monitoring and administration Name: Dana Burghdoff of this contract, including ensuring all performance Title: Assistant City Manager and reporting requirements. Date: APPROVAL RECOMMENDED: By:�YI Name: Erin Roden Title: Sr. Contract Compliance By APPROVED ED AS TO FORM AND LEGALITY: Name: Roger Venables Title: Aviation Director ATTEST: p of FoaToiy a Q B . 0 �� Y ptlg Name: Jessika Williams o=d �*�° Title: Assistant City Attorney .�S2vxs adan�.Ezo54a By: CONTRACT AUTHORIZATION: Name: Jannette Goodall M&C: NIA Title: City Secretary VENDOR: D.H. Pace ComanInc By: KSr.Reai4onaice t , Title: i President + / R °'? A)- 3 Date: OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX EXHIBIT A CITY SECRETARY !� CONTRACT NUMBER � / 3 0q INTERLOCAL GOVERNMENTAL CONTRACT FOR PURCHASING CITY OF FORT WORTH AND COUNTY OF T>ARRANT, TEXAS This contract is made and entered into this /_✓ ' day of _ 1998, by and between the County of Tarrant, Texas, a governmental agency, (hereinafter referred to as Tarrant County, acting by and through its duly authorized County Judge, Tom Vandergriff, and the City of Fort Worth, (hereinafter referred to as Fort Worth) acting by and through Charles Boswell, its duly authorized Assistant City Manager. WHEREAS, Tarrant County and Fort Worth (hereinafter collectively referred to as the "parties" or either "party") are political subdivisions of the State of Texas authorized to contract with each other relative to governmental functions and services by the Interlocal Cooperating Act, Texas Government Code, Chapter 791; and WHEREAS, the parties believe that cooperating in the purchasing of various goods, materials, equipment and supplies which both parties use in carrying out their governmental functions and services will enable the parties to obtain these goods, materials, equipment and supplies in better terms and/or prices than by making such purchases individually, and both desire to increase efficiency and effectiveness of such purchasing by acting jointly in competitively procuring selected goods, materials, equipment and supplies. NOW, THEREFORE, for and in consideration of the mutual promises and covenants contained herein, he parties agree as follows: 1. AGREEMENT This contract shall be for a term of one (1) year beginning on , 1998, and ending on , 1999. This Contract shall automatically renew for one (1) year terms thereafter unless one party gives written notice to the other party of its desire not to renew. The written notice required shall be at least sixty (60) days prior to the expiration of an existing one year term. 2. SCOPE AND IMPLEMENTATION It is the intent of the parties that the joint or cooperative purchasing through each other's contracts will be as broad as is allowed by applicable state statutes. Unless otherwise prevented by law, it is the intent of the parties that the two may take part in joint purchase for any goods and services they may need to carry out their governmental functions, and that either one will use reasonable efforts to allow the other to make purchases under its contracts. In each instance, however, there shall be a "purchasing agreement" or "purchase order" issued by the entity desiring to make the purchase, and agreed to or countersigned by the entity having the contract with the supplier of goods or services, or which is the lead entity in that contract, which purchasing agreement or purchase order shall specify the supply contract in question and set out any and all terms and conditions appropriate to such joint purchase. The purchasing agreement or purchase order shall be acknowledged by the supplier and shall be considered as being issued under this agreement and shall be subject to all of the terms and conditions of this agreement without the necessity of those.being set jut or specifically referred to in such purchasing agreement or purchase order. PAGE 1 OF 3 PAGES 3. ( COMPENSATION The parties agree to share the cost of the respective joint solicitations in a fair and equitable manner, to be agreed upon in connection with each such solicitation. 4. _ COMPLIANCE WITH LAWS The parties hereby agree to abide by and obey all applicable local, state and federal laws and requirements, which apply to their respective procurement policies. It is specifically understood and agreed that whichever party is handling the preparation and processing of the joint invitations for bid shall comply with all legal requirements for competitive bidding which are applicable to both parties. 5. NOTICES Any notices or other communication required or allowed to be given by one party to the other pursuant to this Contract shall be hand delivered or mailed by United States Postal Service, proper postage affixed, to the addresses shown below: To City of Fort Worth: Purchasing Manager City of Fort Worth 1000 Throckmorton Fort Worth, Texas 76102 To Tarrant County: Purchasing Agent Tarrant County 100 E. Weatherford, Suite 303 Fort Worth, Texas 76196 6. GOVERNING LAW AND VENUE This contract shall be governed by and interpreted in accordance with the laws of the State of Texas. This contract is entered into and is to be performed, wholly or in part, in the State of Texas and in Tarrant County, Texas. In any action brought under the contract, venue shall be exclusively in Tarrant County, Texas. In the event that any portion of this contract shall be found to be contrary to law, it is the intent of the parties hereto that the remaining portions shall remain valid and in full force and effect to the extent possible. 7. MISCELLANEOUS PROVISIONS By execution of this contract, each party represents to the other that: ( a. In performing its duties and obligations hereunder, it will be carrying out one or more governmental functions or services which it is authorized to perform; PAGE 2 OF 3 PAGES b. The undersigned officer or agent of the party has been properly authorized by that party's governing body to execute this contract and that any necessary resolutions extending such authority have been duly passed and are now in effect; C. All payments required or permitted to be made by a party will be made from current revenues available to the paying party; and d. All payments provided hereunder by one party to the other shall be such amounts as to fairly compensate the other party for the services or functions performed hereunder. 8. CONSTRUCTION OF CONTRACT This contract represents the full, final and complete agreement of the parties related to its subject matter and may not be added to, contradicted or otherwise modified by evidence of prior or contemporaneous agreement or subsequent oral agreements or statements of either of the parties, nor by any writing not signed by both parties after the date of this contract. No representations, inducements, promises, or agreements, oral or otherwise, not embodied or incorporated herein shall be of any force or effect. In case of any apparent ambiguity or conflict among any of the terms or provisions of this contract, they shall be construed as nearly as possible as to effectuate each and all of such terms or provisions keeping in mind that the overriding purpose of this contract is the public purpose of increasing the efficiency and effectiveness of the respective purchases of goods, materials, equipment and supplies by the parties. IN WITNESS WHEREOF, the Parties hereto have executed this contract on this date, the ,-A5 a ,)f , 1998. C unty of Tarrant, Texas City f Fort Worth By: By. a 0 &,(V& Tom Vandergriff Bob Terrell County Judge City Manager ATTEST: By:tE/ NAMl%¢ mT 41-V TITL'�' 'k APPROVED AS TO FORM AND LEGALITY By: �� e- .s W-0400W Assistant District Attorney A ESi:`�Y�� By: ,,,�� =nrS NAME 6 br, Cc`, '-- City Sepretary APPROVED AS TO FORM AND LEGALITY: By: G4-.-j NAME t*.) lime mW,_ Assistan City Attorney rk Contract Ayuth9rization �C Date , PAGE 3 OF 3 PAGES JACK BEACHAM, C.P.M. PURCHASING AGENT TARRANT COUNTY PURCHASING DEPARTMENT August 21, 1997 - Jim Conner, Buyer City of Fort Worth Purchasing Department 1000 Throckmorton Fort Worth, TX 76102 Bid No. 96-084, Annual Contract for Pagers and Paging Services ROY EDWARDS, C.P.M. ASSISTANT Jim, enclosed is your copy of the Interlocal Agreement which was faxed to you on August 21, 1997. If I can be further assistance please call me at 884-2620. Sincceerel im ones Buy Attachment TARRANT COUNTY ADMINISTRATION BUILDING, ROOM 303 100 E. WEATHERFORD, FORT WORTH, TEXAS 76196 817-884-1414, 817-884-2629 (Fax) INTERLOCAL AGREEMENT BETWEEN COUNTY OF TARRANT AND CITY OF FORT WORTH This agreement is made this►ii. "- DayAMjwt, 1997 between the County of Tarrant, Texas and the City of Fort Worth, Texas. Pursuant to the authority granted by the "Texas Interlocal Cooperation Act," Chapter 791 Texas Government Code providing for the cooperation between local governmental bodies, the parties hereto, in consideration of the premises and mutual promises contained herein, agree as follows: WHEREAS, the contract is made under the authority of Sections 791.001-791.029 of the Texas Government Code; and, WHEREAS, the parties, in performing governmental functions or in paying for the performance of governmental functions hereunder shall make that performance or those payments from current revenues legally available to that party; WHEREAS, the governing bodies of each party find that the subject of this contract is necessary for the benefit of the public and that each party has the legal authority. to perform and to provide the governmental function or service which is the subject matter of this contract; furthermore, the governing bodies find that the performance of this contract is in the common interest of both parties; and that the division of cost fairly compensates the performing party for the services performed under this contract; I. The City of Fort Worth, Texas, hereby makes, constitutes and appoints Tarrant County its true and lawful purchasing agent for the purchase of various . commodities using Annual Contracts (Bids). Tarrant County will maintain a listing of Annual Contracts which are available for local entities use. To utilize one or more of these contracts, local entities must request authorization, in writing, to Tarrant County. - Upon receipt of request, Tarrant County will send a form letter to the appropriate vendor(s) for their approval and signature. Upon receipt of authorizing letter from the vendor(s), Tarrant County will forward a copy of the letter and appropriate Annual Contract to the requesting entity. The City of Fort Worth, Texas agrees that Tarrant County shall serve as the purchasing agent for selected items, and agrees that the bidding shall be conducted by Tarrant County according to its usual bidding procedures and in accordance with applicable State statutes. I II. The City of Fort Worth Texas, agrees that all specifications for selected items shall be as determined by Tarrant County. The City of Tort Worth, Texas, agrees to pay the supplier for all goods, equipment and products pursuant to this agreement. The successful bidder or bidders shall bill the City of Fort Worth, Texas directly for all items purchased, and the City of Fort Worth, Texas shall be responsible for vendor's compliance will all conditions of delivery and 'quality of the purchased items. IV. John Wally, Purchasing Manager, is hereby designated as the official representative to act for the City of Fort Worth, Texas in all matters relating to this agreement. V. This agreement shall take effect upon execution by both signatories. VI. This agreement shall be in effect from the date of execution until terminated by either party to the agreement. IN WITNESS WHEREOF, the parties hereto have caused this agreement to be executed by their authorized officers the day and year first above written. BY: ✓ DATE: TARRANT COUNTY r�- CITY OF FORT WORTH BY: Bob Terrell X TITLE: Citv Manager DATE: e-1111 huu-i:1-01 InU IC-LO lnIM11111 vn„ TARRANT COUNTY PURCHASING 13EPA;R',TM]EMr JACK CHAM, C.P.M. PURCriASINGbi£AAC£NT August 21, 1997 Cassandra M. Stober Paging Network of Dallas/Fort Worth 9001 Airport Freeway, Suite, 900 Fort Worth, TX 76180 Bid No. 86-084, Annual Contract for Pagers and Paging Services ROY $DWARDB, C.Y,M. ASSISTANT Cassandra, Bid Number 96=084 authorizes other governmental entities within Tarrant County to utilize the contract at the some firm fixed pricing and terms and conditions. I have received a request from the City of Fort Worth to utilize Bid No. 96-084, Please sign and date the following statement. Paging Network of Dallas/Fort Worth hereby authorizes the City of Fort Worth to utilize Bid No. 96-084, Annual Contract for Pagers and Paging Services, at the same firm fixed pricing and terms and conditions as that offered to Tarrant County. This Bid currently expires April 30, 1998 at which time Paging Network of Dallas/Fort Worth will have the second of t options to renew for an additional twelve (12) month period. r_ (Printed name & title ( g akure) (Datip) If I can be further assistance please call me at 84-2620. ;S'inc rel 'Ti Jones B er ik TARRANT CUUNTY ADMINISTRATION SUILDING, ROOM 303 100 L WEATIMRF'ORD, PORT WORTH, TFXAS 76156 817-M4-1414, 317-U4.2429 (F lx) EXHIBIT B a; COMMISSIONERS COURT REFERENCE NUMBER COMMUNICATION PAGE 1 of 8 DATE: 06/06/2023 SUBJECT: BID NO.2021-118 - ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR - FACILITIES MANAGEMENT - D.H. PACE COMPANY, INC. - EXERCISE SECOND AND FINAL OPTION FOR RENEWAL - SAME FIRM FIXED PRICES, HOURLY RATE, AND MARKUP FOR PARTS *** CONSENT AGENDA *** COMMISSIONERS COURT ACTION REOUESTED It is requested that the Commissioners Court approve renewal of Bid No. 2021-118, Annual Contract for Overhead Door and Bi-Fold Door Preventative Maintenance and Repair, for the second and final optional twelve (12) month period at the same firm fixed prices, hourly rate, and markup for parts. BACKGROUND On September 7, 2021, the Commissioners Court, through Court Order #136250, awarded Bid No. 2021-118, Annual Contract for an Overhead Door and Bi-Fold Door Preventative Maintenance and Repair, for Facilities Management, to D.H. Pace Company, Inc. On July 26, 2022, the Commissioners Court, through Court Order #138676, approved renewal of Bid No. 2021-118, Annual Contract for an Overhead Door and Bi-Fold Door Preventative Maintenance and Repair, with D.H. Pace Company, Inc. The award was based upon low bid meeting specifications and contained options to renew for two (2) additional twelve (12) month periods. The vendor notified Purchasing in writing that their prices will remain firm through September 17, 2024. Facilities Management notified Purchasing in writing that they are pleased with the vendor and want to renew. Therefore, it is the joint recommendation of Facilities Management and Purchasing that the Commissioners Court approve renewal of Bid No. 2021-118, Annual Contract for an Overhead Door and Bi-Fold Door Preventative Maintenance and Repair, for another twelve (12) month period. FISCAL IMPACT Expenses for last year were approximately $111,226.33. Services are provided on an as -needed basis. Funding is available in account 532011/10000-2023/Various Cost Centers. SUBMITTED BY: Purchasing PREPARED BY: Rita C. Pauley, CPO APPROVED BY: Chris Lax, CPSM, CPSD, CPCP .� coUN •. TAKINGS IMPACT ASSESSMENT CHECKLIST Complete this form for any county action that involves the adoption of a regulation, policy, guideline, court resolution, or order. Project/Regulation Name: Bid No. 2021-118 - Annual Contract for Overhead Door and Bi-Fold Door Preventative Maintenance and Repair - Facilities Management - D.H. Pace Comoanv. Inc. - Exercise Second and Final Option for Renewal - Same Firm Fixed Prices, Hourly Rates, and Markup for Parts County Department: PURCHASING Contact Person: Melissa Lee, C.P.M., A.P.P. Phone Number for Contact Person: (817) 884-3245 Type of TIA Performed: SHORT TIA o FULL TIA. Circle one after answering the questions in Sections II and III below. ************************************************************************************************************* Stated Purpose Attach to this checklist an explanation of the purpose of the regulation, policy, guideline, court resolution, or order. ************************************************************************************************************* Note: The remainder of this Takings Impact Assessment Checklist should be completed in consultation with the Criminal District Attorney's Office. II. Potential Effect on Private Real Property Does the county action require a physical invasion, occupation, or dedication of real property? Yes No 2. Does the county action limit or restrict a real property right, even partially, or temporarily? Yes No If you answered yes to either question, go to Section III. If you answered no to both, STOP HERE and circle SHORT TIA at the top of the form. .' Co iv TARRANT COUNTY PURCHASING DEPARTMENT ioo E. Weatherford St. #3o3 • Fort Worth, TX 76i96 - (817) 884-Lp • (&7) 884 262,9 (Fax) Melissa Lee, C.P.M., A.P.P. Chris Lax, CPSM, CPCP •., , * ,.� Purchasing Agent Assistant PurchasingAgent April 18, 2023 Manny Maestas, Sr. Regional VP Juan Venegas DH Pace Company, Inc. 825 West Shady Lake Road, #100 Coppell, TX 75019 ivan.veneQas ,dhpace.corn Re: RFB No. 2021-118 — Annual Contract for Overhead Door and Bi-Fold Door Preventative Maintenance and Repair Dear Manny and Juan, Referenced bid was for twelve (12) months with two (2) options to renew for additional twelve (12) months each. The original contract was for the period of September 18, 2021, through September 17, 2022. The effective dates for this second and final renewal option will commence September 18, 2023 and expire on September 17, 2024, Tarrant County Purchasing Department hereby extends an invitation to DH Pace Company, Inc. to accept this second and final option for an additional one (1) year period as the primary vendor for this bid as awarded on September 7, 2021. DH Pace Company, Inc. acknowledges formal renewal of the option, and any contract is contingent upon review and approval by the Tarrant County Commissioner's Court -a# a -later date—Please-mark--the-appropriate-response,below and -provide -your -signature -above your printed name. All prices must remain firm for the optional renewal period through September 17, 2024. K Yes, DH Pace Company, Inc. will accept the offer to extend the same contract pricing and discounts through September 17, 2024. Please include a current 1295 Form with vour response. ❑ No, DH Pace Company, Inc. will NOT accept the offer to extend the same contract pricing and discounts through September 17, 2024. Are any other governmental entities currently utilizing this contract? If yes, please return a listing of the participating entities with this letter. Please email your signed response. R pectfully n I )Rita C. Pauley, CPO, Senior @ xhe� I -dh Tarrant County Construction Purchasing DH I 817-212-6829 214- 0 Yes 0 No 5/1 /2023 as Date Memorandum Date: Apnl 18, 2023 To: Mike Amador, Willie Shephard, Chad Raines, Joshua Palmer Dept.: Facilities Management From: Rita C. Pauley, Senior Buyer, Construction Tarrant County Purchasing Re: Second and Final Renewal of 2021-118, Annual Contract for Overhead Door and Bi-Fold Door Preventative Maintenance and Repair The above referenced contract will expire on September 17, 2023. This contract included two (2) options to renew with the vendor for additional twelve (12) month terms. This second and final renewal term would commence September 18, 2023, and would expire September 17, 2024. If you wish to exercise this final option to renew and continue this contract with the vendor listed below for twelve (12) more months, check the appropriate box and email this form back to me on or before Tuesday, May 2, 2023, by 12:00 Noon. Current Contracted Vendors: Primary DH Pace Company, Inc. Yes, I wish to continue the current contract with the above -mentioned vendor for the second and final renewal term of the contract. Funds to support this contract will be provided by the following accounts: 532011 /10000-2023/1/arious ❑ No, I do not wish to renew the current contract with the above -mentioned vendor for the following reason(s). SIGNATURE: (?Z AU; � DATE: 4/19/23 C.O. #Ielloz9 COMMISSIONERS COURT REFERENCE NUMBER E� PAGE 1 OF 8 . COMMUNICATION DATE: 06/06/2023 SUBJECT: BID NO. 2021-118 - ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR - FACILITIES MANAGEMENT - D.H. PACE COMPANY, INC. - EXERCISE SECOND AND FINAL OPTION FOR RENEWAL - SAME FIRM FIXED PRICES, HOURLY RATE, AND MARKUP FOR PARTS *** CONSENT AGENDA *** COMMISSIONERS COURT ACTION REOUESTED It is requested that the Commissioners Court approve renewal of Bid No. 2021-118, Annual Contract for Overhead Door and Bi-Fold Door Preventative Maintenance and Repair, for the second and final optional twelve (12) month period at the same firm fixed prices, hourly rate, and markup for parts. l.9Wafff 4 - 'IT-11I1 rri On September 7, 2021, the Commissioners Court, through Court Order #136250, awarded Bid No. 2021-118, Annual Contract for an Overhead Door and Bi-Fold Door Preventative Maintenance and Repair, for Facilities Management, to D.H. Pace Company, Inc. On July 26, 2022, the Commissioners Court, through Court Order #138676, approved renewal of Bid No. 2021-118, Annual Contract for an Overhead Door and Bi-Fold Door Preventative Maintenance and Repair, with D.H. Pace Company, Inc. The award was based upon low bid meeting specifications and contained options to renew for two (2) additional twelve (12) month periods. The vendor notified Purchasing in writing that their prices will remain firm through September 17, 2024. Facilities Management notified Purchasing in writing that they are pleased with the vendor and want to renew. Therefore, it is the joint recommendation of Facilities Management and Purchasing that the Commissioners Court approve renewal of Bid No. 2021-118, Annual Contract for an Overhead Door and Bi-Fold Door Preventative Maintenance and Repair, for another twelve (12) month period. FISCAL IMPACT Expenses for last year were approximately $111,226.33. Services are provided on an as -needed basis. Funding is available in account 532011/10000-2023Narious Cost Centers. 0 SUBMITTED BY: Purchasing PREPARED BY: Rita C. Pauley, CPO APPROVED BY: Chris Lax, CPSM, CPSD, CPCP • 0 TAKINGS IMPACT ASSESSMENT CHECKLIST Complete this form for any county action that involves the adoption of a regulation, policy, guideline, court resolution, or order. Project/Regulation Name: Bid No. 2021-118 - Annual Contract for Overhead Door and Bi-Fold Door Preventative Maintenance and Repair - Facilities Management - D.H. Pace Company, Inc. - Exercise Second and Final Option for Renewal - Same Firm Fixed Prices, Hourly Rates, and Markup for Parts County Department: PURCHASING Contact Person: Melissa Lee, C.P.M.. A.P.P Phone Number for Contact Person: (817) 884-3245 Type of TIA Performed: SHORT TIA o FULL TIA. Circle one after answering the questions in Sections II and III below. iliiiiiiii hill+i+i*iiiiii#+#i***i*##**ii#iiii+iii****i+++##iiii**ti*i***#+i+iiii++***il++++#iiii#iti##*+*ii** I. Stated Purpose Attach to this checklist an explanation of the purpose of the regulation, policy, guideline, court resolution, or order. Note: The remainder of this Takings Impact Assessment Checklist should be completed in consultation with the Criminal District Attorney's Office. II. Potential Effect on Private Real Property 1. Does the county action require a physical invasion, occupation, or dedication of real property? Yes No �I 2. Does the county action limit or restrict a real property right, even partially, or temporarily? Yes No If you answered yes to either question, go to Section III. If you answered no to both, STOP HERE and circle SHORT TIA at the top of the form. s couNTARRANT COUNTYPURCHASING DEPARTMENT ;- .�?'• ioo E. Weatherford St.03 •Fart Worth, TX 76196 • (8r7) 884-1 • (8t7) 884 i6� (Fax) • Massa Lee, C.P.M., A.P.Q. Chris Lax, CPS,, CPCP * +� PurchasingAgent Assistant Purchasing Agent April 18, 2023 Manny Maestas, Sr. Regional VP Juan Venegas DH Pace Company, Inc. 825 West Shady take Road, #100 Coppeli, TX 75019 ivan.venecias(@dhDace.com Re: RFB No. 2021-118 — Annual Contract for Overhead Door and BI-Fold Door Preventative Maintenance and Repair Dear Manny and Juan, Referenced bid was for twelve (12) months with two (2) options to renew for additional twelve (12) months each. The original contract was for the period of September 18, 2021, through September 17, 2022. The effective dates for this second and final renewal option will commence September 18, 2023 and expire on September 17, 2024, Tarrant County Purchasing Department hereby extends an invitation to DH Pace Company, Inc. to • accept this second and final option for an additional one (1) year period as the primary vendor for this bid as awarded on September 7, 2021. DH Pace Company, Inc, acknowledges formal renewal of the option, and any contract is contingent upon review and approval by the Tarrant County Commissioner's Court-at-a-1ate r-date:--Please- mark -the appropriate -response -below -and -provide -your -signature -above your printed name. All prices must remain firm for the optional renewal period through September 17, 2024, X Yes, DH Pace Company, Inc. will accept the offer to extend the same contract pricing and discounts through September 17, 2024. Please include a current 1295 Form with vour response. ❑ No, DH Pace Company, Inc. will NOT accept the offer to extend the same contract pricing and discounts through September 17, 2024, Are any other governmental entities currently utilizing this contract? 0 Yes N No If yes, please return a listing of the participating entities with this letter. Please email your signed response. l� R .�{�ectfu,lly �n I 5/1/2023 kits C, Pauley, CPO, Senior e a s 3ttatrVe l gas Date Tarrant County Construction Purchasing DH P ce Corn an , Inc- 817-212-6829 214-7 - 0 • • 0 Memorandum Date: April 18, 2023 To: Mike Amador, Willie Shephard, Chad Raines, Joshua Palmer Dept.: Facilities Management From: Rita C. Pauley, Senior Buyer, Construction Tarrant County Purchasing Re: Second and Final Renewal of 2021-118, Annual Contract for Overhead Door and Bi-Fold Door Preventative Maintenance and Repair The above referenced contract will expire on September 17, 2023. This contract included two (2) options to renew with the vendor for additional twelve (12) month terms. This second and final renewal terrn would commence September 18, 2023, and would expire September 17, 2024. If you wish to exercise this final option to renew and continue this contract with the vendor listed below for twelve (12) more months, check the appropriate box and email this form back to me on or before Tuesday, May 2, 2023, by 12:00 Noon. Current Contracted Vendors: Primary DH Pace Company, Inc. Yes, I wish to continue the current contract with the above -mentioned vendor for the second and final renewal term of the contract. Funds to support this contract will be provided by the following accounts: 532011 /10000-2023/Various ❑ No, I do not wish to renew the current contract with the above -mentioned vendor for the following reason(s). SIGNATURE: DATE: 4/19/23 MELISSA LEE, C.P.M., A.P.P. PURCHASING AGENT . � GOU�Tr •.• TARRANT COUNTY PURCHASING DEPARTMENT Company Name: D.H. Pace Company, Inc CHRIS LAX, CPSM ASSISTANT REQUEST FOR ANNUAL CONTRACT FOR PREVENTATIVE MAINTENANCE AND REPAIR BIDS DUE AUGUST 9, 2021 2:00 P.M. RFB NO. 2021-118 I SPECIFICATIONS PRE -BID CONFERENCE ................................................................................................ 1 OPENING DATE, TIME, PROCEDURES, CONTACTS ..................................................2 GENERALCONDITIONS ................................................................................................ 2 BONDREQUIREMENTS ................................................................................................. 6 SPECIAL TERMS AND CONDITIONS OF THE CONTRACT .........................................7 EVALUATIONCRITERIA .............................................................................................. 20 TECHNICAL SPECIFICATIONS .................................................................................... 21 TARRANT COUNTY HUB POLICY ................................................................ 26 DISADVANTAGED BUSINESS ENTERPRISES FORM ................................. 30 SUBCONTRACTORS..................................................................................... 31 REFERENCES................................................................................................ 32 116INK&I SIGNATUREFORM ...................................................................................................... 34 COMPLIANCE WITH FEDERAL AND STATE LAWS FORM ........................................36 AFFIRMATIONS/FORMS/DOCUMENTS CHECKLIST .................................................37 NO -BID RESPONSE ..................................................................................................... 38 PRICEFORM(S) ............................................................................................................ 39 This Table of Contents is intended as an aid to bidders and not as a comprehensive listing of the bid package. Bidders are responsible for reading the entire bid package and complying with all specifications. ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR All bidders are encouraged to attend a Pre -Bid Conference to be held: A Pre -Bid GoToMeeting Video Conference will be held: THURSDAY, JULY 15,2021 AT 10:00 A.M., CST - ------------ -- ------------ --- - ----- -- ----- - --- ----- Tarrant County will not provide copies of RFB documents. Please download and! print prior to meeting. .......... I_- ----- ------------------- . ........... ................. ..... .... ................. .................. ........... ....... . ................ ........................... . RSVP: Vendors planning to attend the Pre -Bid GoToMeeting Video Conference must RSVP to James Bocks, CPPB, Senior Buyer, via fax 817-884-2629 or, if unable to fax, email to BidQuestions-RSVP(cDtarrantcountv.com by 5:00 p.m., Wednesday, July 14, 2021. Confirmed receipt by Tarrant County of this email is required. A RSVP must be completed by each company representative wishing to participate in the GoToMeeting and an email address must be provided for each. After the RSVP deadline, a GoToMeeting invitation will be sent to participants. Questions from bidders will be addressed at the pre -bid conference. Any vendor who submits a bid without attending the scheduled pre -bid conference does so at his own risk. Such applicant who submits a bid and does not attend the scheduled pre -bid conference waives any right to assert claims due to undiscovered conditions. PAGE 1 OF RFB NO. 2021-118 I) ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR 11 Tarrant County is requesting bids for ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR for the FACILITIES MANAGEMENT DEPARTMENT. All bids must be submitted on the attached Price Forms. Bidder must bid on all items to be considered for an award. Tarrant County will not enter into any contract where the cost is provisional upon such clauses as "escalator" or "cost-plus" clauses. Oriqinal and One (1) Copv OF COMPLETED BID PROPOSALS MUST BE RECEIVED IN THE TARRANT COUNTY PURCHASING DEPARTMENT AT 100 E. WEATHERFORD, SUITE 303 FORT WORTH, TExAs 76196-0104 ON OR BEFORE AUGUST 9, 2021 AT 2:00 P.M. All bids are due in the Tarrant Countv Purchasinq Department by the due date in sealed envelopes or boxes. All bids must be clearly marked with the Bid Number, the name of the company submitting the bid, and date and time of opening on the outside of the envelope/box and/or Air Bill/Delivery Receipt. The original bid must be clearly marked "ORIGINAL" and contain all original signatures. "No -Bid" Response to be returned on the form included in the section under Forms. Anv bid received after the date and/or hour set for bid openinq will not be accepted. The Bidder will be notified and will advise Tarrant Countv Purchasinq as to the disposition by either pick up, return at Bidder's expense, or destroved with written authorization of the Bidder. If bids are sent by mail to the Tarrant County Purchasing Department, the Bidder shall be responsible for actual delivery of the bid to the Tarrant County Purchasing Department before the advertised date and hour for opening of bids. If mail is delayed either in the postal service or in the internal mail system of Tarrant County beyond the date and hour set for the bid opening, bids thus delayed will not be considered and will be disposed of as authorized. Bids may be withdrawn at any time prior to the official opening. Alterations made before opening time must be initialed by Bidder guaranteeing authenticity. After the official opening, bids become the property of Tarrant County and may not be amended, altered or withdrawn without the recommendation of the Tarrant County Purchasing Agent and the approval of Tarrant County Commissioners' Court. Tarrant County is exempt from Federal Excise and State Sales Tax; therefore, tax must not be included in this bid. Tarrant County is not exempt from Surplus Lines Tax or Texas Stamping Tax. Tarrant County reserves the right to accept or reject in part or in whole any bids submitted and to waive any technicalities for the best interest of Tarrant County. No oral explanation or instructions will be given by Tarrant County officials or employees in regard to the meaning of the proposal specifications before the award of the contract unless authorized by the Tarrant County Purchasing Agent or their designee. Requests from interested bidders for additional information or interpretation of the information included in the specifications should be directed in writing, via fax or via email, to: PAGE 2 OF RFB NO. 2021-118 IIANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR JAMES L. BOCKS, CPPB, SENIOR BUYER Fax: 817-884-2629 Email: BidQuestions-RSVP(a)tarrantcountv.com All documents relating to the RFB, including but not limited to, the RFB document, questions and responses, addenda and special notices will be posted under the RFB number on the Tarrant County website and available for download by Bidders and other interested parties. No documents will be faxed or emailed after the initial Notice of Intent prior to award. It is the Bidder's sole responsibility to review this site and retrieve all related documents up to the RFB due date. The deadline for receipt of all questions is 12:00 p.m., CST, Thursday, July 22, 2021. After this deadline, all questions and responses will be posted on the website and available for download by interested parties. All questions must be submitted in writing and directed to James L. Bocks, CPPB, Senior Buyer, via fax at 817-884-2629 or, if unable to fax, emailed to BidQuestions- RSVP(&tarrantcountv.com. Faxed Questions: Faxed questions must reflect the RFB number or include the RFB cover page. Emailed Questions: The email must include the RFB No. in its subject and confirmation of receipt by Tarrant County is required. All bids shall specify terms and conditions of payment, which will be considered as part of, but not control, the award of bid. County review, inspection, and processing procedures ordinarily require thirty (30) days after receipt of invoice, materials, or service. Bids which call for payment before thirty (30) days from receipt of invoice, or cash discounts given on such payment, will be considered only if, in the opinion of the Tarrant County Purchasing Agent, the review, inspection, and processing procedures can be completed as specified. Invoices shall be sent directly to the Tarrant County Auditor's Office, Attention: Accounts Payable, 100 East Weatherford, Room 506, Fort Worth, Texas 76196, or email to SAP-invoices(c-)tarrantcountv.com. In accordance with the Prompt Payment Act, it is the intention of Tarrant County to make payment on completed orders within thirty (30) days after receipt of invoice or items; whichever is later, unless unusual circumstances arise. Invoices must be fully documented as to labor, materials, and equipment provided and must reference the Tarrant County Purchase Order Number in order to be processed. No payments shall be made on invoices not listing a Purchase Order Number. Continuinq non-performance of the Vendor in terms of Specifications shall be a basis for the termination of the contract by Tarrant County. Tarrant County shall not pay for work, equipment, or supplies which are unsatisfactory. The Vendor will be given a reasonable opportunity before termination to correct the deficiencies. This, however, shall in no way be construed as negating the basis for termination for non-performance. The contract may be terminated by either party upon written thirty (30) day notice prior to cancellation. PAGE 3 OF RFB NO. 2021-118 ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR Bids will be considered non -responsive if they show any omissions, alteration of form, additions or conditions not called for, or inconsistencies of any kind. However, Tarrant County reserves the right to waive any inconsistencies and to make an award in the best interest of Tarrant County. Bids may be rejected, among other reasons, for any of the following specific reasons: 1. Bids containing any inconsistencies. 2. Unbalanced value of any items. Bidders may be disqualified and their bids not considered, among other reasons, for any of the following specific reasons: 1. Reason for believing collusion exists among the Bidders. 2. Reasonable grounds for believing that any Bidder is interested in more than one (1) Bid for the work contemplated. 3. Bidder being interested in any litigation against Tarrant County. 4. Bidder being in arrears on any existing contract or having defaulted on a previous contract. 5. Lack of competency as revealed, including but not limited to, by a financial statement, experience and equipment and questionnaires. 6. Uncompleted work, which in the judgment of Tarrant County, will prevent or hinder the prompt completion of additional work, if awarded. 7. Bidders shall not owe delinquent property tax in Tarrant County. 8. Limited competition. It is the Bidders' sole responsibility to print and review all pages of the bid document, attachments, questions and responses, addenda and special notices. The Signature Form must be signed and returned. Failure to provide a signature on the form renders bid non- responsive. Failure to complete and submit all required forms, including but not limited to References, Compliance With Federal and State Laws Form, Questionnaires (when applicable), Addenda (including revised forms), and any other specified forms or documents will be grounds for rejection of the entire bid. CONFIDENTIALITY: Any material that is to be considered confidential must be clearly marked as such and shall be treated as confidential to the extent allowable under Section 552.136, Texas Government Code. Notice will be sent to you pursuant to Section 552.305 of the Texas Government Code should Tarrant County receive an open records request to inspect your bid. This notice will allow you to assert any objections to the release of confidential information in response to an open records request. It is vour responsibility to assert anv obiections to the release of vour bid in response to an open records request. Tarrant County cannot argue on your behalf that the information contained in your bid is exempt from public release. Trade secrets or confidential information MUST be placed in a separate envelope marked "CONFIDENTIAL INFORMATION." Note: PRICING INFORMATION IS NOT CONSIDERED CONFIDENTIAL AND IF MARKED AS SUCH, WILL RESULT IN REJECTION OF YOUR BID. PAGE 4 OF RFB NO. 2021-118 IIANNUAL CONTRACT FOR OVERHEAD DOOR AND 131-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR �J Due care and diligence have been used in the preparation of this information, and it is believed to be substantially correct. However, the responsibility for determining the full extent of the exposure and the verification of all information presented herein shall rest solely with the Bidder. Tarrant County and its representatives will not be responsible for any errors or omissions in these specifications, nor for the failure on the part of the Bidder to determine the full extent of the exposures. Vendor may not assign their rights and duties under an award without the written consent of the Tarrant County Purchasing Agent. Such consent shall not relieve the assignor of liability in the event of default by the assignee. TO THE EXTENT PERMITTED BY LAW, VENDOR AGREES TO DEFEND, INDEMNIFY AND HOLD TARRANT COUNTY, ITS OFFICIALS, AGENTS, SERVANTS, AND EMPLOYEES, HARMLESS AGAINST ANY AND ALL CLAIMS, LAWSUITS, ACTIONS, COSTS AND EXPENSES OF ANY KIND, INCLUDING BUT NOT LIMITED TO, THOSE FOR PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO OWNER'S BUSINESS AND ANY RESULTING LOST PROFITS), EMPLOYMENT MATTERS, AND/OR PERSONAL INJURY, INCLUDING DEATH, THAT MAY RELATE TO OR ARISE OUT OF OR BE OCCASIONED BY (1) VENDOR'S BREACH OF ANY OF THE TERMS OF PROVISIONS OF THIS AGREEMENT OR (II) ANY NEGLIGENT ACT OR OMISSION OR INTENTIONAL MISCONDUCT OF VENDORS, ITS OFFICERS, AGENTS, ASSOCIATES, EMPLOYEES, CONTRACTORS OR SUBCONTRACTORS, RELATED TO THE PERFORMANCE OF THIS AGREEMENT. VENDOR(S) WILL COMPLY WITH ALL STATE, FEDERAL, AND LOCAL LAWS INCLUDING BUT NOT LIMITED TO THE AMERICANS WITH DISABILITIES ACT, TITLE VII OF THE CIVIL RIGHTS OF 1964, AGE DISCRIMINATION IN EMPLOYMENT ACT, CIVIL RIGHTS ACT OF 1991, FEDERAL INSURANCE CONTRIBUTIONS ACT (FICA), FAIR LABOR STANDARDS ACT, EQUAL PAY ACT OF 1963 AND THE AFFORDABLE HEALTH CARE ACT, AS TO TREATMENT AND COMPENSATION OF ITS EMPLOYEES. VENDOR(S) WILL PREPARE PAYROLL CHECKS, MAKE ALL NECESSARY DEDUCTIONS, AND PAY ALL TAXES, AND MAINTAIN INSURANCE REQUIRED BY FEDERAL, STATE, AND LOCAL LAWS. THE SUCCESSFUL VENDOR ACCEPTS FULL RESPONSIBILITY FOR THE PAYMENT OF WAGES, COMPENSATION, OVERTIME AND BENEFITS TO PERSONNEL. VENDOR ACCEPTS RESPONSIBILITY FOR PAYMENT OF ALL TAXES, ASSESSMENTS, FEES, AND FINES THAT MAY BE DUE AND OWING TO ANY LOCAL, STATE OR FEDERAL GOVERNMENT AGENCIES. PAGE 5 OF RFB NO. 2021-118 IIANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR BOND REQUIREMENTS (IF APPLICABLE) Power of Attorney Attorney -in -fact who signs bids or contract bonds must file with each bond a certified and current copy of the power of attorney. Payment Bond and Performance Bond shall be as follows: For a contract in excess of $25,000, a Payment Bond shall be executed in the amount of the contract solely for the protection of all claimants supplying labor or furnishing the material used on this project. For a contract in excess of $100,000, a Performance Bond shall be executed in the amount of the contract upon the faithful performance of the work in accordance with the plans, specifications, and contract documents. This bond shall be solely for the protection of Tarrant County. The cost for Bond premiums must be included in the Bid Price. ---------------------------------------------------------------------------------------------------------------------------------------------------------------------t Note: Payment and Performance Bonds must be issued by an insurance/surety conipany licensed and authorized by the Texas State Board of Insurance to do business in the State of Texas. -------------------------------------------------------------------------------------------------------------------------------------------------------------------- - - -----------------------------------------------------------------------------------------------------------------------------------------, Note: Tarrant County reserves the right to solicit separate bids for all L - individual projects that may_exceed $25,000, but not limited to. --- - -------------------------------- PAGE 6 OF RFB NO. 2021-118 IIANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR SPECIAL TERMS AND CONDITIONS OF THE CONTRACT CONTRACT TERMS,: Vendor(s) will be awarded a twelve (12) month contract, effective from the date of award or notice to proceed as determined by the Tarrant County Purchasing Department. At Tarrant County's option and approval by the Vendor, the contract may be renewed for two (2) additional twelve (12) month periods, as further explained in Renewal Options. Prices must remain firm for the entire contract. 2. RENEWAL OPTIONS: Tarrant County reserves the right to exercise an option to renew the contract of the Vendor for two (2) additional twelve (12) month periods, provided such option is stipulated and agreed upon by both parties. If Tarrant County exercises the right in writing, the Vendor must update and submit any documents required during the initial solicitation by no later than thirty (30) calendar days prior to the commencement of the option period. Required documents must be in force for the full period of the option. If the updated documents are not submitted by the Vendor in complete form within the time specified, Tarrant County may rescind its option or seek a new solicitation. 3. SECONDARY/ALTERNATE AWARD: Secondary or Alternate Vendors serve in a backup capacity only. In the event the Primary is unable to honor the terms and conditions of the contract, the Secondary Vendor(s) may be called. If the Secondary Vendor is unable to honor the terms and conditions of the contract the Alternate Vendor(s) may be called. The Primary Vendor is the first contact. Use of the Secondary or Alternate Vendor(s) must be approved, in writing, by the Tarrant County Purchasing Agent or his designee in compliance with Texas Local Government Code 262.027(g). A. In the event the Secondary or Alternate Vendors are called upon, they will offer the materials and services at their awarded price(s), or better. Any attempt to increase their awarded price(s) may cause the removal of the Vendor from the contract. Calling upon the Secondary or Alternate Vendors does not necessarily affect the status of any awarded Vendor, including the Primary Vendor. B. If a Secondary or Alternate Vendor represents themselves as the Primary Vendor without written authorization from the Tarrant County Purchasing Agent, or his designee, the Secondary or Alternate Vendor may be removed from the contract. C. Would you, as the Vendor, be willing to accept a Secondary or Alternate Award based on the above? x Yes No PAGE 7 OF RFB NO. 2021-118 ANNUAL CONTRACT FOR l� OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR SPECIAL TERMS AND CONDITIONS OF THE CONTRACT 4. COOPERATIVE PURCHASING: Tarrant County has the lead role in developing and encouraging Cooperative Purchasing efforts among governmental entities that participate in its Cooperative Purchasing Program. Cooperative Purchasing can be a great benefit to Tarrant County vendors by providing an avenue to offer materials and services to participating entities. A current list of participating entities is included in this solicitation and an up-to-date list can be found on the Tarrant County website. A. Should other Governmental Entities decide to participate in this contract, would you, as the Vendor, agree that all terms, conditions, specifications, and pricing would apply? A "NO" answer could result in complete resection of the bid,. X Yes No 1) If you, the Bidder, checked Yes, the following will apply: a) Governmental Entities utilizing Intergovernmental Contracts with Tarrant County will be eligible, but not obligated, to purchase materials and services under the contract(s) awarded because of the solicitation. All purchases by Governmental Entities other than Tarrant County will be billed directly to that Governmental Entity and paid by that Governmental Entity. Tarrant County will not be responsible for another Governmental Entity's debts. Each Governmental Entity will order their own material and services as needed. b) Delivery to governmental entities located within Tarrant County will be at no charge or as otherwise provided for in the Award Document. Delivery charges, if any, for governmental entities located outside Tarrant County shall be negotiated between the Vendor and each governmental entity. c) Tarrant County utilizes County Purchase Orders as its primary means of encumbering funds and pays for goods and services utilizing Vendor invoices. In the event Governmental Entities utilizing I nterGovern mental Contracts use other payment methods, including but not limited to, purchasing cards, debit cards, check requests or other methods which cause the Vendor to incur service, processing, or other fees, these fees are the responsibility of that Governmental Entity, unless otherwise negotiated with the Vendor. d) Vendor(s) awarded contract(s) resulting from bid will be responsible for providing to Tarrant County, at no additional charge, a complete list of all governmental entities currently utilizing the contract and their annual expenditures. This information should be provided ninety (90) days prior to the expiration of the contract, or as otherwise requested by Tarrant County. PAGE 8 OF RFB NO. 2021-118 IIANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR Entities Currently Participating in Cooperative Purchasing Program with Tarrant County 1 . ALAMO COMMUNITY COLL DISTRICT 62. CITY OF BAYTOWN 123. CITY OF FLORESVILLE 2. ALAMO HEIGHTS ISD 63. CITY OF BEDFORD 124. CITY OF FLOYDADA 3. ALLEN ISD 64. CITY OF BELLMEAD 125. CITY OF FOREST HILL 4. ALVARADO ISD 65. CITY OF BELLS 126. CITY OF FORNEY 5. ALVORD ISD 66. CITY OF BENBROOK 127. CITY OF FORT WORTH 6. ANNA FIRE DEPARTMENT 67. CITY OF BIG SPRING 128. CITY OF FRISCO 7. ANDERSON COUNTY 68. CITY OF BLUE MOUND 129. CITY OF FULSHEAR 8. ANDREWS COUNTY 69. CITY OF BONHAM 130. CITY OF GAINESVILLE 9. ARANSAS COUNTY 70. CITY OF BOVINA 1 31 . CITY OF GALENA PARK 10. ARGYLE ISD 71. CITY OF BOWIE 132. CITY OF GALVESTON 11. ARLINGTON ISD 72. CITY OF BOYD 133. CITY OF GANADO 12. ARMSTRONG COUNTY 73. CITY OF BRIDGE CITY 134. CITY OF GARLAND 13. ASPERMONT ISD 74. CITY OF BRIDGEPORT 135. CITY OF GATESVILLE 14. ATASCOSA COUNTY 75. CITY OF BROWNWOOD 136. CITY OF GEORGETOWN 15. AUBREY ISD 76. CITY OF BRYAN 137. CITY OF GLEN HEIGHTS 16. AZLE ISD 77. CITY OF BUDA 138. CITY OF GODLEY 17. BAILEY COUNTY 78. CITY OF BURKBURNETT 139. CITY OF GRANBURY 18. BASTROP COUNTY 79. CITY OF BURLESON 140. CITY OF GRAND PRAIRIE 19. BASTROP ISD 80. CITY OF CADDO MILLS 141. CITY OF GRAND SALINE 20. BELL COUNTY 81. CITY OF CANTON 142. CITY OF GRAPEVINE 21. BENBROOK WATER AUTHORITY 82. CITY OF CARROLLTON 143. CITY OF GREENVILLE 22. BETHANY SPEC UTILITY DIST 83. CITY OF CASTLE HILLS 144. CITY OF HALTOM CITY 23. BEXAR COUNTY 84. CITY OF CEDAR HILL 145. CITY OF HARLINGEN 24. BIRDVILLE ISD 85. CITY OF CEDAR PARK 146. CITY OF HASLET 25. BLUE RIDGE FIRE DEPARTMENT 86. CITY OF CELESTE 147. CITY OF HEATH 26. BOSSIER PARISH SHERIFF'S OFFICE 87. CITY OF CELINA 148. CITY OF HEWITT 27. BOSQUE COUNTY 88. CITY OF CIBOLO 149. CITY OF HITCHCOCK 28. BRANCH FIRE DEPARTMENT 89. CITY OF CLEBURNE 150. CITY OF HORIZON CITY 29. BRAZORIA COUNTY 90. CITY OF COCKRELL HILL 151. CITY OF HUDSON OAKS 30. BRAZOS COUNTY 91. CITY OF COLLEYVILLE 152. CITY OF HUNTSVILLE 31. BREWSTER COUNTY 92. CITY OF COLUMBUS 153. CITY OF HURST 32. BRIAR VOLUNTEER FIRE DEPT. 93. CITY OF COLORADO CITY 154. CITY OF HUTCHINS 33. BROOKS CNTY CNSTBLS. PRECS 1-4 94. CITY OF COMBINE 155. CITY OF HUTTO 34. BROWN COUNTY 95. CITY OF COMMERCE 156. CITY OF INGLESIDE 35. BULVERDE POLICE DEPARTMENT 96. CITY OF CONVERSE 157. CITY OF IRVING 36. BURNET COUNTY 97. CITY OF COPPELL 158. CITY OF ITALY 37. BYNUM ISD 98. CITY OF COPPERAS COVE 159. CITY OF JACKSBORO 38. CAMERON COUNTY 99. CITY OF CORINTH 160. CITY OF JACKSONVILLE 39. CANTON ISD 100. CITY OF CORSICANA 1 61 . CITY OF JONESTOWN 40. CANYON ISD 101. CITY OF CROWLEY 162. CITY OF JEFFERSON 41. CARROLL ISD 102. CITY OF CUMBY 163. CITY OF JUSTIN 42. CARROLLTON-FARMERS BRANCH ISD 103. CITY OF DALWORTHINGTON GRDN 164. CITY OF KATY 43. CASTLEBERRY ISD 104. CITY OF DE LEON 165. CITY OF KEENE 44. CEDAR HILL ISD 105. CITY OF DECATUR 166. CITY OF KELLER 45. CHAMBERS COUNTY 106. CITY OF DEER PARK 167. CITY OF KENNEDALE 46. CHEROKEE COUNTY 107. CITY OF DENISON 168. CITY OF KERMIT 47. CITY OF ALEDO 108. CITY OF DENTON 169. CITY OF KILLEEN 48. CITY OF ALLEN 109. CITY OF DESOTO 170. CITY OF KINGSVILLE 49. CITY OF ALVORD 110. CITY OF DIBOLL 171. CITY OF KRUM 50. CITY OF AMARILLO 1 1 1. CITY OF DUNCANVILLE 172. CITY OF KYLE 51. CITY OF ANDREWS 112. CITY OF EARLY 173. CITY OF LAFERIA 52. CITY OF ANGLETON 113. CITY OF EASTLAND 174. CITY OF LA GRULLA 53. CITY OF ANNA 114. CITY OF EL PASO 175. CITY OF LA VERNIA 54. CITY OF ARLINGTON 115. CITY OF ELECTRA 176. CITY OF LAKE DALLAS 55. CITY OF ATHENS 116. CITY OF EMORY 177. CITY OF LAKE WORTH 56. CITY OF AUBREY 117. CITY OF ESCOBARES 178. CITY OF LANCASTER 57. CITY OF AUSTIN 118. CITY OF EULESS 179. CITY OF LAREDO 58. CITY OF AZLE 119. CITY OF EVERMAN 180. CITY OF LEAGUE CITY 59. CITY OF BALCH SPRINGS 120. CITY OF FARMERS BRANCH 181. CITY OF LEANDER 60. CITY OF BANGS 121. CITY OF FARMERSVILLE 182. CITY OF LEWISVILLE 61. CITY OF BASTROP 122. CITY OF FERRIS 183. CITY OF LINDALE PAGE 9 OF RFB NO. 2021-118 IIANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR �J Entities Currently Participating in Cooperative Purchasing Program with Tarrant County 184. CITY OF LITTLE ELM 245. CITY OF SHERMAN 305. EAST TEXAS COUNCIL OF GOYS. 185. CITY OF LITTLEFIELD 246. CITY OF SOUR LAKE 306. EASTLAND COUNTY 186. CITY OF LIVE OAK 247. CITY OF SOUTHLAKE 307. ECTOR COUNTY 187. CITY OF LUBBOCK 248. CITY OF SOUTHMAYD 308. ECTOR COUNTY ISD 188. CITY OF LUCAS 249. CITY OF SPRINGTOWN 309. EDDY COUNTY, NM 189. CITY OF LUFKIN 250. CITY OF STEPHENVILLE 310. EL PASO COUNTY 190. CITY OF LUMBERTON 251. CITY OF SULPHUR SPRINGS 311. EL PASO CNN HOSP DIST DBA UNIV 191, CITY OF MANSFIELD 252. CITY OF TAFT MEDICAL CENTER OF EL PASO 192. CITY OF MARSHALL 253. CITY OF TAYLOR 312. ELECTRA ISD 193. CITY OF MCALLEN 254. CITY OF TEMPLE 313. ELLIS COUNTY 194. CITY OF MCKINNEY 255. CITY OF TERRELL 314. ERATH COUNTY 195. CITY OF MELISSA 256. CITY OF TEXARKANA, AR 315. EVERMAN ISD 196. CITY OF MERKEL 257. CITY OF TEXARKANA, TX 316. FANNIN COUNTY 197. CITY OF MESQUITE 258. CITY OF THE COLONY 317. FARMERSVILLE ISD 198. CITY OF MIDLOTHIAN 259. CITY OF UNIVERSAL CITY 318. FLOYD COUNTY 199. CITY OF MINEOLA 260. CITY OF UNIVERSITY PARK 319. FORNEY ISD 200. CITY OF MINERAL WELLS 261. CITY OF VAN ALSTYNE 320. FORT BEND COUNTY 201. CITY OF MORGAN'S POINT RESORT 262. CITY OF VENUS 321. FORT BEND COUNTY ESD#2 202. CITY OF MURPHY 263. CITY OF VERNON 322. FORT BEND COUNTY ESD#7 203. CITY OF NACOGDOCHES 264. CITY OF WACO 323. FORT WORTH HOUSING AUTHORITY 204. CITY OF NEDERLAND 265. CITY OF WATAUGA 324. FORT WORTH ISD 205. CITY OF NEW BRAUNFELS 266. CITY OF WAXAHACHIE 325. FORT WORTH TRANSP AUTHORITY 206. CITY OF NORTH RICHLAND HILLS 267. CITY OF WEATHERFORD 326. FRANKLIN COUNTY 207. CITY OF ODESSA 268. CITY OF WESTWORTH VILLAGE 327. FREESTONE COUNTY 208. CITY OF OVILLA 269. CITY OF WHITE SETTLEMENT 328. FRISCO ISD 209. CITY OF PALESTINE 270. CITY OF WHITESBORO 329. GLASSCOCK COUNTY 210. CITY OF PARKER 271. CITY OF WHITEWRIGHT 330. GOLIAD COUNTY 211. CITY OF PASADENA 272. CITY OF WILLS POINT 331. GONZALES COUNTY 212. CITY OF PELICAN BAY 273. CITY OF WILMER 332. GRAND PRAIRIE ISD 213. CITY OF PERRYTON 274. CITY OF WINNSBORO 333. GRANDVIEW POLICE DEPT. 214. CITY OF PHARR 275. CITY OF WYLIE 334. GRAPEVINE\COLLEYVILLE ISD 215. CITY OF PLANO 276. CLAY COUNTY 335. GRAYSON COUNTY 216. CITY OF PORT ISABEL 277. CLEAR CREEK ISD 336. GREENVILLE ISD 217. CITY OF POTEET 278. CLEBURNE ISD 337. GREGG COUNTY 218. CITY OF POTTSBORO 279. COCHRAN COUNTY 338. GRIMES COUNTY 219. CITY OF PRINCETON 280. COLLIN COUNTY 339. GUADALUPE COUNTY 220. CITY OF QUINLAN 281. COLLIN COUNTY COMM COLL DIST. 340. HARDIN COUNTY 221. CITY OF RALLS 282. COLORADO COUNTY 341. HARRIS-FORT BEND EMG SVCS DIST #100 222. CITY OF RED OAK 283. COMAL COUNTY 342. HARRIS CNTY EMG SVCS DIST #7 223. CITY OF RHOME 284. COMMUNITY HEALTHCORE 343. HARRIS CNTY EMG SVCS DIST #10 224. CITY OF RICHARDSON 285. COOKE COUNTY 344. HARRIS CNTY EMG SVCS DIST #24 225. CITY OF RICHLAND HILLS 286. COPPELL ISD 345. HARRIS CNTY EMG SVCS DIST #48 226. CITY OF Rio GRANDE CITY 287. CORYELL COUNTY 346. HARRISON COUNTY 227. CITY OF RIVER OAKS 288. COTTONDALE VOL FIRE DEPT 347. HAWKINS ISD 228. CITY OF ROANOKE 289. CROWLEY ISD 348. HAYS COUNTY 229. CITY OF ROBINSON 290. DALLAS COUNTY 349. HEART OF TX REG MHMR CENTER 230. CITY OF ROCKWALL 291. DALLAS CNTY UTIL & RECLAM. DIST 350. HENDERSON COUNTY 231. CITY OF ROUND ROCK 292. DFW INT'L AIRPORT BOARD 351. HEREFORD ISD 232. CITY OF ROWLETT 293, DALLAS ISD 352. HILL COUNTY 233. CITY OF ROYSE CITY 294. DECATUR ISD 353. HOOD COUNTY 234. CITY OF RUNAWAY BAY 295. DENISON ISO 354. HOPKINS COUNTY 235. CITY OF RUSK 296. DENTON COUNTY 355. HOUSING AUTH OF CITY OF AUSTIN 236. CITY OF SACHSE 297. DENTON COUNTY FRESH WATER SUPPLY 356. HUMBLE ISD 237. CITY OF SAGINAW DISTRICT NO. 1-A 357. HUNT COUNTY 238. CITY OF SAN ANGELO 298. DENTON COUNTY FRESH WATER SUPPLY 358. HURST EULESS BEDFORD ISD 239. CITY OF SAN BENITO 299. DISTRICT NO. 10 359. HUTCHINSON COUNTY 240. CITY OF SAN MARCOS DENTON ISD 360. IDEA PUBLIC SCHOOLS 241. CITY OF SANGER 300. DESOTO ISD 361. IRVING ISD 242. CITY OF SANSOM PARK 301. DIANA SPECIAL UTILITY DISTRICT 362. JACK COUNTY 243. CITY OF SEA13ROOK 302. DUNCANVILLE ISD 363. JASPER COUNTY 244. CITY OF SEAGOVILLE 303. DUVAL COUNTY 364. JEFFERSON COUNTY 304. EAGLE MOUNTAIN-SAGINAW ISD PAGE 10 OF RFB NO. 2021-118 IIANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR �l Entities Currently Participating in Cooperative Purchasing Program with Tarrant County 365. JEFFERSON CNTY DRAIN. DIST. #7 426. PALO PINTO COUNTY 486. TITUS COUNTY 366. JIM WELLS COUNTY 427. PANOLA COUNTY 487. TML MULTISTATE INTERGOV 367. JOHNSON COUNTY 428. PARADISE ISD EMPLOYEE BENEFITS POOL 365. JOHNSON COUNTY SUD 429. PARKER COUNTY 48& TOM GREEN COUNTY 369. JOSHUA ISD 430. PARKER CNTY EMG SERV DISTRICT 1 489. TOWN OF ADDISON 370. KARNES COUNTY 431. PARMER COUNTY 490. TOWN OF ARGYLE 371. KAUFMAN COUNTY 432. PASADENA ISD 491. TOWN OF DOUBLE OAK 372. KAUFMAN ISD 433. PLANO ISD 492. TOWN OF EDGECLIFF VILLAGE 373. KELLER ISD 434. POTTER COUNTY 493. TOWN OF FAIRVIEW 374. KENNEDALE ISD 435. PUBLIC TRANSIT SVC OF MIN.WELLS 494• TOWN OF FLOWER MOUND 375. KERENS ISD 436. QUINLAN ISD 495. TOWN OF HICKORY CREEK 376. KINNEY COUNTY 437. RAINS COUNTY ESD #1 496. TOWN OF HIGHLAND PARK 377. KRUM ISD 438. RANCHO VIEJO POLICE DEPT. 497. TOWN OF LAKESIDE 378. LAKE DALLAS ISD 439. RANDALL COUNTY 498. TOWN OF LITTLE ELM 379. LAKE WORTH ISD 440. RED OAK ISD 499. TOWN OF NORTHLAKE 380. LAMAR COUNTY 441 . RED RIVER COUNTY 500. TOWN OF PANTEGO 381. LAMB COUNTY 442. REFUGIO COUNTY 501. TOWN OF PECOS CITY 382. LAMPASAS COUNTY 443. REG 9 ED SVCE CENTER OF WICHITA 502. TOWN OF PONDER 383. LAVON POLICE DEPARTMENT 444. REGION 11 EDU SERVICE CENTER 503. TOWN OF PROSPER 384. LEON COUNTY 445. RICHARDSON ISD 504. TOWN OF PROVIDENCE VILLAGE 385. LEONARD ISD 446. ROCKWALL COUNTY 505. TOWN OF SUNNYVALE 386. LEWISVILLE ISD 447. ROUND ROCK ISD 506. TOWN OF TROPHY CLUB 387. LIMESTONE COUNTY 448. SAM RAYBURN ISD 507, TOWN OF WESTLAKE 388. LITTLE ELM ISD 449. SAN JACINTO COM COLL DIST. 508. TOWN OF WESTOVER HILLS 389. LOVEJOY ISD 450. SAN PATRICIO COUNTY 509. TRAVIS COUNTY 390. LOWRY CROSSING VOL FIRE DEPT. 451. SCHLEICHER COUNTY 510. TRAVIS CNTY EMG SVCS DIST NO.6 391. LUBBOCK COUNTY 452. SEABROOK VOL FIRE DEPT. 511. TRAMS CNTY HEALTHCARE DISTRICT 392. MANSFIELD ISD 453. SENIOR CENTER RESOURCE AND 512. TRINITY RIVER AUTHORITY 393. MAVERICK COUNTY PUBLIC TRANSIT, INC. OF HUNT CNTY 513. TYLER JUNIOR COLLEGE 394. MCKINNEY ISD 454. SEVEN POINTS FIRE RESCUE 514. U.S. MARSHALS SERVICE 395, MCLENNAN COUNTY 455. SHERMAN ISD 515. UNIVERSITY OF NORTH TEXAS 396. MCLENNAN COMM. COLLEGE 456. SMITH COUNTY 516. UNIV OF N. TX HEALTH SCIENCE CTR 397. MARILEE SPECIAL UTILITY DIST. 457. SPRINGTOWN ISD 517. UNIVERSITY OF TEXAS AT ARLINGTON 398. MEDINA VALLEY ISD 458. SOUTH MONTGOMERY FIRE DEPT 518. UNIVERSITY OF TEXAS AT DALLAS 399. MHMR OF TARRANT COUNTY 459. SOUTH TEXAS COLLEGE 519. UNIV OF TX MD AND. CANCER CTR 400. MIDLAND COUNTY 460. SPAN, INC. 520. UPPER TRINITY REG WATER DIST. 401. MIDLAND ISD 461. STARR COUNTY 521. UPSHUR COUNTY 402. MIDWAY ISD 462. STEPHENS COUNTY 522. UPTON COUNTY 403. MILAM COUNTY 463. STERLING COUNTY 523. VAL VERDE COUNTY 404. MILLS COUNTY 464. STONEWALL COUNTY 524. VAN ALSTYNE ISD 405. MITCHELL COUNTY 465. TARLETON STATE UNIVERSITY 525. VAN ZANDT COUNTY 406. MONAHANS WICKETT PYOTE ISD 466. TARRANT APPRAISAL DISTRICT 526. VERNON ISD 407. MONTGOMERY COUNTY 467. TARRANT CNTY 9-1-1 EMG ASS DIST 527. VICTORIA COUNTY 408. MONTGOMERY CNTY ESC 10 468. TARRANT COUNTY COLLEGE DIST. 528. WACO ISD 409. MONTGOMERY CNTY HOSP DIST. 469. TARRANT CTY EMG SVCS DISTRICT 1 529. WALKER COUNTY 410. MOUNT PLEASANT POLICE DEPT. 470. TARRANT COUNTY HOSP DIST 530. WALKER COUNTY 411. MOUNT VERNON POLICE DEPT. 471. TARRANT CNTY WORKFORCE DEV BD 531. WARD COUNTY 412. NACOGDOCHES COUNTY 472. TARRANT REGIONAL WATER DIST 532, WAXAHACHIE ISD 413. NAVARRO COUNTY 473. TAYLOR COUNTY 533. WEATHERFORD COLLEGE 414. NEVADA VOL. FIRE DEPT. 474. TEMPLE COLLEGE 534. WEATHERFORD ISD 415. NEW CANEY ISD 475. TERRELL ISD 535. WEBB CONSOLIDATED ISD 416. NOLAN COUNTY 476. TEXARKANA ISD 536. WEST TEXAS A&M UNIVERSITY 417. NORMANGEE ISD 477. TEXAS A&M UNIV AT COMMERCE 537. WESTMINSTER FIRE DEPT. 418. NORTH CENTRAL TX CNCL OF GOYS 478. TEXAS A&M UNIVERSITY-KINGSVILLE 538. W ESTON VOLUNTEER FIRE DEPT 419. NORTH TX MUNICIPAL WATER DIST 479. TEXAS A& M UNIV.-TEXARKANA 539. WHITE SETTLEMENT ISD 420. NORTH TEXAS TOLLWAY AUTH 480. TEXAS ALCOHOLIC BEVERAGE COMM. 540. WILLIAMSON COUNTY 421. NORTHWEST ISD 481. TEXAS DEPT. OF PARKIWILDLIFE 541. WILLIAMSON CNTY EMG SVCS DIST #3 422. NUECES COUNTY 482. TEXAS DEPT. OF PUBLIC SAFETY 542. WILSON COUNTY 423. OLTON POLICE DEPARTMENT 453. TX TECH UNIV HEALTH SCI CTR EL PASO 543. WINKLER COUNTY 424. ORANGE COUNTY 484. TEXAS WOMAN'S UNIVERSITY 544. WINNSBORO HOUSING AUTHORITY 425. ORANGE CNTY DRAINAGE DIST 485. THE WOODLANDS TOWNSHIP 545. WINNSBORO ISD PAGE 11 OF RFB NO. 2021-118 ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR ,I 546. WISE COUNTY 547. WOOD COUNTY 548. YMCA OF METROPOLITAN DALLAS 549. YOUNG COUNTY 550_ ZAPATA COUNTY PAGE 12 OF RFB NO. 2021-118 IIANNUAL CONTRACT FOR l OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR SPECIAL TERMS AND CONDITIONS OF THE CONTRACT 5. EXAMINATION OF EXISTING PREMISES,: It is understood and agreed that the Contractor has by careful examination, satisfied himself as to the nature and location of the work, the character and quality of the materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. The bid shall be based on the specifications, supplemented by the affecting conditions. 6. RISK: The work under this contract in every respect shall be at the risk of the Contractor until finished and accepted. 7. EXECUTION, CORRECTION. AND INTENT OF DOCUMENTS: The intent of the contract documents, plans and specifications is to describe the complete work to be performed under such contract. Unless otherwise provided, it is also the intent of the plans and specifications and contract documents that the respective Contractors(s) shall furnish all materials, supplies, tools, equipment, machinery, labor and supervision necessary for the prosecution and completion of the work in full compliance with the proposal, plans, specification and other documents. 8. INSURANCE: A. The Contractor shall take out, pay for and maintain at all times during the prosecution of the work under the contract, the following forms of insurance, in carriers acceptable to and approved by Tarrant County. 1) Workers' Compensation/Employer's Liability a. Workers' Compensation — statutory b. Employer's liability — $500,000 2) Commercial General Liability: a. Bodily Injury/Personal Injury/Property Damage — $1,000,000 per occurrence/$2,000,000 aggregate 3) Automobile Liability: a. Bodily injury — $500,000 minimum combined single limit 4) Contractual liability — same limits as above. B. The County reserves the right to review the insurance requirements of this section during the effective period of the contract and to require adjustment of insurance coverage and their limits when deemed necessary and prudent by the County based upon changes in statutory law, court decisions, or the claims history of the industry as well as the Contractor. PAGE 13 OF RFB NO. 2021-118 I) ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR SPECIAL CONDITIONS ON THE CONTRACT C. Required Provisions: Proof of Carriage of Insurance -All Certificates of Insurance will be required in duplicate and filed with the Tarrant County Purchasing Agent and the Budget and Risk Management Department at 100 East Weatherford Street, Suite 305, Fort Worth, Texas 76196 prior to work commencing. 2. All Certificates shall provide Tarrant County with an unconditional thirty (30) days written notice in case of cancellation or any major change. 3. All applicable coverage, certificates shall name Tarrant County and its officers, employees, and elected representatives as an additional insured. 4. All copies of the Certificates of Insurance shall reference the project name and solicitation number for which the insurance is being supplied. 5. The Contractor agrees to waive subrogation against Tarrant County, its officers, employees, and elected representatives for injuries, including death, property damage, or any other loss to the extent the loss, if any, is covered by the proceeds of insurance. 6. If applicable, the ContractorNendor is responsible for making sure any sub-contractor(s) performing work under this agreement has the required insurance coverage(s) and supplies Tarrant County with the proper documents verifying the coverage. 9. LABOR: Perform labor in a workmanlike manner by skilled mechanics of their respective trades. 10. TIME OF COMPLETION: Each Bidder shall state in his bid, in the space provided, the number of calendar days required from the date of receipt of "Notice to Proceed" to complete the work. 11. WORKMEN'S SAFETY: The Contractor shall meet all safety and health regulations required by the Occupational Safety and Health Administration, Department of Labor and all state regulations dealing with occupational safety. 12. SALES TAX: Contracts or subcontracts let on this project are exempt from the "Limited Sales Tax" of the State of Texas, and no provisions should be made in any bid for an amount to be used to pay such tax, either directly or indirectly. 13. MATERIAL SUBSTITUTION: A. Where several materials are specified by name for one use, select for use of those specified. Wherever item or class of material is specified exclusively by trade name, manufacturer's name or catalog reference, use only such item unless written approval for substitution is secured. B. The Specifications specify the quality of the materials to be used. The method of fabrication and incorporation into the building shall be governed by the best known practices in each of the respective trades. PAGE 14 OF RFB NO. 2021-118 ANNUAL CONTRACT FOR I) OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR SPECIAL CONDITIONS ON THE CONTRACT 14. CODE REQUIREMENTS: The rules and regulations, ordinances and laws governing the installation of the work and/or equipment shall be in accordance with all regulations and codes of the Federal, State, and Municipal departments having jurisdiction, the National Board of Fire Underwriters, Factory Mutual Insurance, and Texas Engineering and Fire Prevention Bureau, and the local utility companies which are in force at the time of the execution of the work. 15. PROTECTION: The Contractor shall provide and maintain all protections required by the governing laws, regulations, and ordinances. The Contractor shall be responsible for any loss or damage caused by him or his workmen to the property of the Owner or to the work or materials installed and shall make good any loss, damage, or injury without cost to the owner. 16. INDEMNIFICATION: The Contractor agrees to fully indemnify and save whole and harmless the County of Tarrant from all costs or damages arising out of any real or asserted claim or cause of action against it of whatsoever kind or character and in addition, from any and all costs or damages arising out of any wrongs, injuries, demands or suits for damages, either real or asserted, claimed against it that may be occasioned by any act, omission, neglect or misconduct of the said Contractor, his agents, servants, and employees. 17. CRIMINAL BACKGROUND CHECK: A. If this contract requires that Vendor personnel access Tarrant County Data (either on -site or remotely) or access secure areas of Tarrant County Facilities, then Vendor personnel may be required to undergo a Criminal Justice Information Services (CJIS) Background Check, a Human Resources Criminal Background Check, or a Sheriff's Criminal Background Check. Criminal Background Checks will be paid for by Tarrant County. 1. Vendor must provide information, including, but not limited to, Employee Name, date of birth, and driver's license number for each individual required to pass a Criminal Background Check. 2. Award of a contract could be affected by Vendor's refusal to agree to these terms. 3. Failure of the Vendor to supply personnel who pass a Criminal Background Check could affect the award of the contract or could result in termination of the contract. 4. The Criminal Background Check applies to the individual and not the Company. 5. Passing status must be maintained by Vendor personnel for duration of the contract. PAGE 15 OF RFB NO. 2021-118 I) ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR �) SPECIAL CONDITIONS ON THE CONTRACT 18. INFORMATION TECHNOLOGY HOSTED OR CLOUD SOLUTION: A. The following is only applicable when Vendor is providing Information Technology hosted or cloud solution: 1. Confidentiality, Integrity, Availability (CIA) Vendor shall protect the Confidentiality, Integrity, and Availability (CIA) of all Tarrant County Data ensuring extra levels of security. All Tarrant County information must remain private and permit redaction of protected information before publication. Audit trails cannot be altered. 2. Breach Notification Vendor agrees that upon discovery of unauthorized access to Tarrant County Data, Vendor shall notify Tarrant County both orally and in writing. In no event shall the notification be made more than forty-eight (48) hours after Vendor knows or reasonably suspect unauthorized access has or may have occurred. In the event of a suspected unauthorized Access, Vendor agrees to reasonably coordinate with Tarrant County to investigate the occurrence. 3. Data All Tarrant County data will remain in the 48 contiguous United States at all times. 4. Right to Audit Tarrant County reserves the right to audit vendor data centers which house Tarrant County Data or receive SSAE 16 SOC Type II audits from a reputable security advisory service firm (e.g. EY, Deloitte, KPMG, PWC, Coalfire, etc.). 19. There is no opportunity for remote attendance at the Pre -Bid Conference. Vendor are not allowed to call into attend the meeting. PAGE 16 OF RFB NO. 2021-118 ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR I� TWCC Rule 110.110 Workers' Compensation Insurance Coverage A. Definitions: Certificate of coveraae ("certificate") — A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the oroiect — Includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons orovidina services on the oroiect ("subcontractor" in W6.096) — Includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification code and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. TWCC Rule 110.110 PAGE 17 OF RFB NO. 2021-118 IIANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR TWCC Rule 110.110 Workers' Compensation Insurance Coverage E. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven (7) days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one (1) year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project to: (1) provide coverage, based on reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing the extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate ends during the duration of the project; TWCC Rule 110.110 PAGE 18 OF RFB NO. 2021-118 ANNUAL CONTCT FOR II OVERHEAD DOOR AND Bl-FOLD DOOR P EVENTATI E MAINTENANCE AND REPAIR �( TWCC Rule 110.110 Workers' Compensation Insurance Coverage (5) retain all required certificates of coverage on file for the duration of the project and for one (1) year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) — (7)., with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten (10) days after receipt of notice of breach from the governmental entity. TWCC Rule 110.110 PAGE 19 OF RFB NO. 2021-118 IIANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR Evaluation Criteria will include, but is not limited to the following: 1. Unit Price 2. Delivery 3. Bidder's past performance record with Tarrant County 4. Tarrant County's evaluation of Bidder's ability to perform 5. Tarrant County's experience with products bid 6. Special needs and requirements of Tarrant County 7. Results of testing samples (if needed) Quantities indicated on the Price Forms are estimates based upon the best available information. Tarrant County reserves the right to increase or decrease the quantities to meet its actual needs without any adjustments in the bid price. Any cataloq, brand name or manufacturer's reference used is considered to be descriptive - - not restrictive -- and is indicative of the type and quality Tarrant County desires to purchase. Bids on similar items of like quality may be considered if the bid is noted and fully descriptive brochures are enclosed. If notation of substitution is not made, it is assumed vendor is bidding item specified. Vendor will not be allowed to make unauthorized substitutions after award. PAGE 20 OF RFB NO. 2021-118 ANNUAL CONTRACT FOR I} (� OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR , TECHNICAL SPECIFICATIONS 1. INTRODUCTION A. Tarrant County Facilities Management is seeking vendors to bid on an annual agreement for preventative maintenance and repair services for overhead and bi-fold doors. This includes, but is not limited to, door slat replacement, motor repair and adjustment, and door hardware repair and replacement for all of Tarrant County overhead and bi-fold doors located throughout Tarrant County. Tarrant County reserves the right to ask for services at other locations not listed and to delete locations during the contract period. II. TERM AND AWARDS A. The term will be for one (1) year with two (2) one (1) year options for renewal. Prices must remain at the same fixed rate for the entire contract term. B. Primary, Secondary, and Alternate awards will be made to the lowest priced bids that meet bid specifications. 111. SUBCONTRACTING A. The intent of this contract is to award to vendor(s) who will be performing most of the scope of work with their own hired staff. There may be on occasion, some portion of the work that will require the need to hire a sub -contractor to perform a portion of the work. B. Should sub -contracting be required, the awarded vendor must first obtain approval of Owner prior to any work being performed by a sub -contractor. IV. SCOPE OF WORK A. Awarded vendors will provide overhead and bi-fold door repairs during regular business and non -business hours. B. Awarded vendors must be able to work on BTR Model 308695 control panels. C. Tarrant County at times, will ask for budgetary quotes, based on contract pricing. When submitting an estimate, vendor is required to list "RFB 2021-118" on the quote document and adhere to the pricing used for the award on all their correspondence with the Tarrant County employee. This is a time and material contract, so the estimate submitted may be less or more dependent on actuals. Tarrant County will only pay for actuals. D. Tarrant County reserves the right to add or delete buildings and their locations as needed. Tarrant County may request a written quotation from the Vendor for a location not listed on the on this RFB's price pages. Awarded vendors shall submit, in writing, a fair and reasonable price for the service requested based on current bid prices. if it is determined the quote is excessive, Tarrant County reserves the right to request quotations from additional sources. When providing any quotes, make sure to include "RFB 202-118" on your quote. PAGE 21 OF RFB NO. 2021-118 ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR E. Repair technicians must be proficient in automatic and manual door repair. F. Awarded vendors shall own all equipment needed to provide service to Tarrant County and complete work in a timely and satisfactory manner. If vendor does not own equipment needed to complete the job and rental is required, vendor will be required to provide owner with rental cost. All rental charges are to be approved by the TCFM Representative before any costs are incurred. G. Awarded vendors will be required to provide final inspection reports upon completion of preventative maintenance and repair service. H. Tarrant County reserves the right to use other vendors when the response time is not met, or the quality of work is seen as unacceptable. I. Tarrant County reserves the right to select vendor(s) on overall low based on hourly rate, parts markup and owner rental equipment combined when in the best interest of the County. J. Tarrant County reserves the right to use other service vendors when, the number of hours estimated/being charged is considered excessive, or the number of technicians required/sent to perform the work required on a certain project is determined to be excessive. K. Awarded vendor shall upon request perform an OVERHEAD DOOR, PREVENTATIVE MAINTENANCE VISIT of the requested which is to include, but is not limited to, the following services: 1. Inspect and adjust operator limit switches, belts, brakes. 2. Inspect operator gear reducer. 3. Inspect operator mounting. 4. Inspect and test operator disconnect. 5. Inspect operator safety labels, placement and condition. 6. Inspect door slats, endlocks, guides, bottom bar, hood, drums, cables and weather-stripping for wear or damage. 7. Inspect door safety labels for placement and condition. 8. Inspect door locks for proper operation. 9. Inspect and tighten door fasteners, operator sprockets, hinges, hardware, and shaft collars. 10. Inspect and lubricate operator roller chain, door chain hoist, rollers, and all bearings. 11. Inspect and level door alignment. 12. Inspect and adjust all photocells. 13. Inspect, adjust, and lubricate all springs PAGE 22 OF RFB NO. 2021-118 (I ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR 14. Check the operator gear reducer for oil leakage on electrically operated doors. Add oil if needed. 15. Check the tension of the roller chain between the operator and the door sprocket and adjust as needed. 16. Oil the interior roller chain on operators without gear reducer. 17. Oil all moving parts with paste wax or silicone spray. Do not oil clutch mechanism on fire doors or wool pile in the guides on rolling grilles and counter doors. 18. Oil all exposed roller chains. 19. Dry lube the limit switch shaft threads on electric operators. 20. Lubricate all bearings and fittings with grease, including drive bracket and tension end of the counterbalance if applicable. L. Awarded vendor shall upon request perform a BI-FOLD DOOR PREVENTATIVE MAINTENANCE VISIT of the requested, which is to include the following services at a minimum: 1. Inspect cables, bottom roller, and safety guards. 2. Inspect and adjust alignment on straps, sprockets, setscrew, sheaves, belts and fasteners. 3. Inspect gear box oil level and add oil as needed. 4. Inspect all hoses, hose clamps, hinges and hardware. 5. Inspect and adjust unlocking cables, lifting cables, drive chains, limit switches, and operating switches. 6. Inspect and lubricate all side lock arm pivots, cable sheaves, threaded rods, drum bearings, side rollers, fill reducer hinges and chain. V. PERMIT(S) A. Should a specific project require the awarded vendor(s) to pull a permit from the city having jurisdiction, the vendor(s) shall apply for and secure such permit, prior to the start of work on the project requiring the permit. In no case will the vendor submit an invoice for work completed when a permit was required for that project and said permit was not first obtained by the vendor. VI. WARRANTY A. Repair to equipment that is still under warranty will require original equipment manufacturer (OEM) parts only. PAGE 23 OF RFB NO. 2021-118 OANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR �l VII. ARRIVAL AND DEPARTURE A. Awarded vendors must sign in upon arrival and sign out when leaving the job site on the vendor sign -in logs at every facility. Tarrant County will not sign vendor's sign -in sheets; thereby unknowingly agreeing to any other terms and conditions that may be listed on their sign -in sheets B. Tarrant County reserves the right to solicit separate bids for all individual door projects especially when the estimated cost for the project may exceed $25,000 in cost. C. Tarrant County reserves the right to use other vendors when the response time is not met, the quality of work is seen as unacceptable, the number of hours estimated considered excessive, or the number technicians required/set to perform the work on a certain projected is determined to be excessive. D. Awarded vendors must obtain authorization to complete repairs before any repair service begins. Authorization must be obtained from applicable TCFM Representative. VI11. WORK SITE REQUIREMENTS A. Work Site Requirements: 1. Awarded vendors are to supply a copy of SDS sheets of all chemicals/products used during when completing work under this agreement upon request. Tarrant County reserves the right to disallow the use of any chemicals/products in the completion of services under this RFB. 2. Awarded vendors will be responsible for cleanup of debris and spills resulting from work completed while completing services under this RFB. 3. Awarded vendors shall not use Tarrant County dumpsters to dispose of any refuse. 4. Awarded vendors shall be responsible for replacing, at no cost to Tarrant County, any damages incurred during completion of services under this request for bid. Awarded Vendor's personnel includes any personnel sub- contracted by the vendor for the completion of services under this request for bid. IX. INVOICING A. All invoices are to be sent to the Tarrant County Facilities Management Office at TCFMlnvoices(a.tarrantcountv.com. Note: This is in addition to the official invoice submittal on Page 3 of RFB document. It will be time/date stamped and will be forwarded to the appropriate TCFM Representative to complete the requisition. Awarded vendors shall attach invoices for anything they purchase or rent and provide Tarrant County with a markup, excluding typical truck stock. PAGE 24 OF RFB NO. 2021-118 ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR �I B. Tarrant County reserves the right to request supporting documents for typical truck stock items, as necessary. If there are questions or discrepancies about an invoice or some other document that has been submitted with invoice, the awarded vendor will be contacted by a member of the TCFM Staff. C. Priority must be given to correcting invoices, or providing the additional information, when contacted by TCFM Staff in a timely manner or within one (1) to two (2) days after a request has been made by Facilities Management Staff. D. All invoices must be dated for the same month the invoice is being submitted. All invoices must specify date of service and be accompanied by a work order or job ticket. Tarrant County Facilities Management will not sign work order or job tickets; thereby unknowingly agreeing to any other terms and conditions that may be listed on their sign -in sheets. E. Awarded vendors shall not charge Tarrant County a separate "trip charge" on any project performed under this Annual Contract. Vendor's time shall not start until the vendor has arrived on -site to start the project. Trip charges include trips to retrieve any necessary equipment of parts to perform the work. F. Awarded vendors shall not charge fuel surcharges. G. Awarded vendors shall not charge any percentage (%) mark-up on any owned or rental equipment the vendor may rent and utilize under this contract, including vendor's sub-contractor(s). H. If an awarded vendor does not own equipment needed to complete the project, an invoice must be provided from the rental agency along with the quotation. No mark-up is allowed on rental equipment. I. Awarded Vendors shall be sufficiently staffed with technicians to respond to a call within four (4) hours after the receipt of a call from a TCFM Representative. J. Tarrant County will not reimburse for parking expenses. There is limited vendor parking available on a first come first serve basis offered by Tarrant County PAGE 25 OF RFB NO. 2021-118 TARRANT COUNTY HISTORICALLY UNDERUTILIZED BUSINESSES (HUB) POLICY 1. POLICY STATEMENT The Tarrant County Commissioners Court, being the policy development and budgetary control unit of county government, will strive to ensure that all businesses, regardless of size, economic, social or ethnic status have an equal opportunity to participate in the County's procurement processes. The County is committed to promote full and equal business opportunity for all businesses to supply the goods and services needed to support the mission and operations of county government, and seeks to encourage the use of certified historically underutilized businesses (HUBs) through the use of race, ethnic and gender neutral means. It is the policy of Tarrant County to involve certified HUBs to the greatest extent feasible in the County's procurement of goods, equipment, services and construction projects while maintaining competition and quality of work standards. The County affirms the good faith efforts of firms who recognize and practice similar business standards. II. DEFINITIONS Historical/v underutilized businesses (HUBs), also known as a disadvantaged business enterprise (DBE), are generally business enterprises at least 51 % of which is owned and the management and daily business operations are controlled by one or more persons who is/are socially and economically disadvantaged because of his or her identification as a member of certain groups, including women, Black Americans, Mexican Americans and other Americans of Hispanic origin, Asian Americans and American Indians. Certified HUBs includes business enterprises that meet the definition of a HUB and who meet the certification requirements of certification agencies recognized by Tarrant County. Businesses include firms, corporations, sole proprietorships, vendors, suppliers, contractors, subcontractors, professionals and other similar references when referring to a business that provides goods and/or services regardless of the commodity category. Tarrant County: Historically Underutilized Businesses (HUB) Policy Pagel of 4 PAGE 26 OF RFB NO. 2021-118 Statutory bid limit refers to the Texas Local Government Code provision that requires competitive bidding for many items valued at greater than $50,000. III. POLICY GUIDELINES A. Tarrant County, its contractors, their subcontractors and suppliers, as well as all vendors of goods, equipment and services, shall not discriminate on the basis of race, color, creed, gender, age, religion, national origin, citizenship, mental or physical disability, veteran's status or political affiliation in the award and/or performance of contracts. All entities doing business or anticipating doing business with the County shall support, encourage and implement affirmative steps toward a common goal of establishing equal opportunity for all citizens and businesses of the county. B. Tarrant County will use and recognize the State of Texas certification process in conjunction with the implementation of this policy. The County does recognize other agencies' certifications. Tarrant County reserves the right to review the certification status of any vendor applying to do business with the County. This review will be accomplished to determine the validity and authenticity of the vendor's certification as a HUB. C. The Commissioners Court may establish HUB target goals. Through a systematic approach of soliciting quotes, bids and proposals from certified HUBs and in compliance with applicable state and federal law this policy will strive to meet those goals. 1. Target goals should consider: • the availability of HUB firms within the specific category of goods or services to be procured; and • the diversity of the county's population. 2. The goals should be reviewed and amended periodically. 3. The program may apply to all County procurements including construction and professional services. 4. Particular attention will be given to HUB participation on purchases in excess of the statutory bid limit. 5. The Commissioners Court herein establishes a 20% good faith target goal for Tarrant County. Tarrant County: Historically Underutilized Businesses (HUB) Policy Page 2 of 4 PAGE 27 OF RFB NO. 2021-118 D. Tarrant County will actively seek and encourage HUBs to participate in all facets of the procurement process by: 1. Continuing to increase and monitor a database of certified HUB vendors, professionals and contractors. The database will be expanded to include products, areas of expertise and capabilities of each HUB firm. 2. Continuing to seek new communication links with HUB vendors, professionals and contactors to involve them in the procurement process. 3. Continuing to advertise bids on the County's website and in newspapers including newspapers that target socially and economically disadvantaged communities. 4. Continuing to provide bid notifications to minority Chambers of Commerce. E. As prescribed by law, the purchase of one or more items costing in excess of the statutory bid limit must comply with the competitive bid process. Where possible, those bids will be structured to include and encourage the participation of HUB firms in the procurement process by: 1. Division of proposed requisitions into reasonable lots in keeping with industry standards and competitive bid requirements. 2. Where feasible, assessment of bond and insurance requirements and the designing of such requirements to reasonably permit more than one business to perform the work. 3. Specification of reasonable, realistic delivery schedules consistent with the County's actual requirements. 4. Specifications, terms and conditions reflecting the County's actual requirements are clearly stated, and do not impose unreasonable or unnecessary contract requirements. F. A HUB Policy statement shall be included in all specifications. The County will consider the bidder's responsiveness to the HUB Policy in the evaluation of bids and proposals. Failure to demonstrate a good faith effort to comply with the County's HUB policy may result in a bid or proposal being considered non- responsive to specifications. G. The Tarrant County Purchasing Department will actively seek the participation of HUB firms in the quotation process for purchases under the statutory bid limit. HUB firms will be identified on the computerized database and linked to the commodities they represent. Buyers will be encouraged to use available internal and external databases of certified HUB firms. Tarrant County: Historically Underutilized Businesses (HUB) Policy PAGE 28 OF RFB NO. 2021-118 Page 3 of 4 H. Nothing in this policy shall be construed to require the County to award a contract other than to the lowest responsive bidder meeting specifications as required by law. This policy is narrowly tailored in accordance with applicable law. IV. ADMINISTRATIVE GUIDELINES A. The Tarrant County Purchasing Department shall serve as the County's HUB Office with responsibility for the implementation, monitoring and general operations of the HUB policy. The Purchasing Agent shall serve as the County HUB Officer. The HUB Officer will establish procedures to implement this policy across the full spectrum of the procurement process. The County HUB Office will periodically review with department head and elected officials regarding procurement opportunities. 2. Managing the policy and training buyers and other County personnel in order to meet County goals will be the responsibility of the HUB Office. 3. The HUB Office will cooperate with other local government entities to increase HUB participation throughout the county and region. The HUB Office is encouraged to participate in educational and other outreach programs to assist HUB firms. 4. The HUB Officer will receive and review complaints and recommendations regarding the implementation of the HUB Policy and the good faith efforts of bidders. Further, the HUB Office will audit for compliance to the HUB Policy on eligible projects after award, during the performance of the contract and after completion, while also making any recommendations to Commissioners Court regarding any irregularities or misrepresentation of facts as they relate to compliance with the policy. The HUB Office will review documentation submitted by HUB firms in compliance with this policy. 5. An annual report along with recommendations shall be provided to the Commissioners Court and Purchasing Board. The annual report will provide statistical data and efforts reflected in the number of purchase orders, value of goods and services purchased, percentages to HUB firms, and outreach and marketing efforts. Other statistics may be required or requested by the Commissioners Court or Purchasing Board. 510 Historically Underutilized Businesses Policy Adopted: Court Order 64788 (December 17, 1990) Amended: Court Order 69958 (December 7, 1993) Amended: Court Order 99651 (December 28, 2006) Amended: Court Order 127875 (June 19, 2018) Tarrant County: Historically Underutilized Businesses (HUB) Policy Page 4 of 4 PAGE 29 OF RFB NO. 2021-118 (I ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR �) FOR DISADVANTAGED BUSINESS ENTERPRISES ONLY Disadvantaqed Business Enterprises (DBE) are encouraged to participate in Tarrant County's bid process. The Purchasing Department will provide additional clarification of specifications, assistance with Price Forms, and further explanation of bidding procedures to those DBEs who request it. Representatives from DBE companies should identify themselves as such and submit a copy of the Certification. Tarrant County recognizes the certifications of both the State of Texas General Services Commission HUB Program and the North Central Texas Regional Certification Agency. All companies seeking information concerning DBE certification are urged to contact. Texas Procurement and Support Services Statewide HUB Program 1711 Jacinto Blvd. PO Box 13047 OR Austin, Texas 78711-3047 (512) 463-5872 North Central Texas Regional Certification Agency 624 Six Flags Drive, Suite 100 Arlington, Texas 76011 (817) 640-0606 If your company is already certified, attach a copy of the certification to this form and return with bid. COMPANY NAME: REPRESENTATIVE: ADDRESS: CITY, STATE, ZIP: TELEPHONE NO. FAX NO. Indicate all that apply: Minority -Owned Business Enterprise Women -Owned Business Enterprise Disadvantaged Business Enterprise PAGE 30 OF RFB NO. 2021-118 ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR SUBCONTRACTORS Bidders shall list below all work that will be subcontracted under this contract. Provide the company name of all sub -contractors identified by the bid due date in the space provided. Bidders should also indicate which areas will be subcontracted to DBE firms and the percentage to be subcontracted to DBE firms. AREA TO BE COMPANY NAME OF DOLLAR DBE PARTICIPATION .SUBCONTRACTED SUB -CONTRACTOR VALUE CHECK ONE I DBE % YES (or) NO TOTAL THE ORIGINAL AND ONE (1) COPY OF THIS PAGE MUST BE RETURNED WITH BID! PAGE 31 OF RFB NO. 2021-118 ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR !l REFERENCES Please list three (3) references, other than past or present employees of Tarrant County, who can verify your performance as a Vendor. Performance includes, but is not limited to, sales and/or service, delivery, invoicing, and other items as may be required for Tarrant County to determine Vendor's ability to provide the intended goods or service of the bid. Tarrant County PREFERS references to be from Government customers. References must be able to verify the quality of service Vendor's company provides and that the Bidder has completed a project of similar size and scope of work in this response. Inaccurate, obsolete or negative responses from the listed references could result in rejection of your bid. Failure to supply the required references will deem the bid as non -responsive and will not be considered for award. Bidder involvement with reference checks is not permitted. Only Tarrant County or its designee will conduct reference checks. Any deviation to this will result in rejection of your response. IIREFERENCE ONE GOVERNMENT/COMPANY NAME: City of Frisco ADDRESS. 6101 Frisco Square Blvd, Frisco, TX 75034 CONTACT PERSON AND TITLE: Chris Liles; Facilities Maintenance Supervisor TELEPHONE NUMBER: 972-292-5012 E-MAIL ADDRESS: cliles@friscoteXas.gov SCOPE OF WORK: PM and service work for the city CONTRACT PERIOD: Ongoing service work REFERENCE TWO GOVERNMENT/COMPANY NAME: City of Coppell ADDRESS: 255 Parkway Blvd, Coppell, TX 75019 CONTACT PERSON AND TITLE: Andrew Moore ; Facilities Manager TELEPHONE NUMBER: 972-462-5153 E-MAIL ADDRESS: amoore@coppelltx.gov SCOPE OF WORK: PM's and service work for facilities CONTRACT PERIOD: Ongoing Service work REFERENCES MUST BE RETURNED WITH BID! PAGE 32 OF RFB NO. 2021-118 IIANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR I) REFERENCES REFERENCE THREE GOVERNMENT/COMPANY NAME: Allen ISD ADDRESS: 1451 N. Watters Rd. Allen, TX 75013 CONTACT PERSON AND TITLE: Steve Hanner; Maintenance Director TELEPHONE NUMBER: 469-223-9836 E-MAIL ADDRESS: steve—hanner@allenisd.org SCOPE OFWORK: Service work on OHD and entry doors CONTRACT PERIOD: Ongoing service work REFERENCES MUST BE RETURNED WITH BID! PAGE 33 OF RFB NO. 2021-118 a\\ Signa j U {oms�pid�O\j feau�redr Bid Wi\1 be 1fi not reecte d� ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR The undersigned, on behalf of and as the authorized representative of Bidder, agrees this bid becomes the property of Tarrant County after the official opening. The undersigned affirms that the Bidder has familiarized himself with the local conditions under which the work is to be performed; satisfied himself of the conditions of delivery, handling and storage of equipment and all other matters that may be incidental to the work, before submitting a bid. The undersigned agrees, on behalf of Bidder, that if the bid is accepted, Bidder will furnish all materials and services upon which price(s) are offered, at the price(s) and upon the terms and conditions contained in the specifications. The period for acceptance of this bid will be ninety (90) calendar days. The undersigned affirms that they are duly authorized to execute this contract, that this bid has not been prepared in collusion with any other Bidder, nor any employee of Tarrant County, and that the contents of this bid have not been communicated to any other Bidder or to any employee of Tarrant County prior to the official opening of this RFB. Vendor hereby assigns to Tarrant County all claims for overcharges associated with this contract which arise under the antitrust laws of the United States, 15 USCA Section 1 et seq., and which arise under the antitrust laws of the State of Texas, Tex. Bus. & Com. Code, Section 15.01, et seq. The undersigned affirms that they have read and do understand the specifications and any attachments contained in this solicitation. Failure to sign and return this form will result in the rejection of the entire bid. Signature \ X Auth ized e e D.H. Pace Company, Inc 8/4/2021 Legal Name of Company Date 825 W Sandy Lake Rd #100 Manny Maestas Street Address Printed Name of Authorized Representative Coppell, TX 75019 Sr Regional VP City, State and Zip Title of Authorized Representative 214-765-8355 214-388-6502 Telephone Number Fax Number E-Mail Address juan.venegas@dhpace.com AFTER HOURS EMERGENCY CONTACT: Name: DUI �f� lmlar?r ��u Tel. No. J THIS FORM MUST BE SIGNED. THE ORIGINAL WITH ORIGINAL SIGNATURE AND ONE (1 ) COPY MUST BE RETURNED WITH BID! PAGE 34 OF RFB NO. 2021-118 ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR j COMPANY IS: Business included in a Corporate Income Tax Return? V YES NO ' / Corporation organized & existing under the laws of the State of 0t. (--7 wO-Q, Partnership consisting of Individual trading as Principal offices are in the city of DUNS Number: C 0 1�� �0 {I V CAGE Code: 33 0, (25 PAGE 35 OF RFB NO. 2021-118 ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR COMPLIANCE WITH FEDERAL AND STATE LAWS CERTIFICATION OF ELIGIBILITY By submitting a Bid in response to this solicitation, the Bidder certifies that at the time of submission, they are not on the Federal Government's list of suspended, ineligible, or debarred entities. In the event of placement on the list between the time of Bid submission and time of award, the Bidder will notify the Tarrant County Purchasing Agent. Failure to do so may result in terminating this contract for default. RELATING TO STATE CONTRACTS WITH AND INVESTMENTS IN COMPANIES THAT BOYCOTT ISRAEL AND INVESTMENTS IN COMPANIES THAT DO BUSINESS WITH IRAN, SUDAN, OR ANY KNOWN FOREIGN TERRORIST ORGANIZATIONS. Bidder verifies that they do not boycott Israel and will not boycott Israel in accordance with Texas Government Code Sections 2270.001(2) and 808.001 during the term of this contract. Bidder further verifies that they are not engaged in business with Iran, Sudan, or any foreign terrorist organization. The term "foreign terrorist organization" means an organization designated as a foreign terrorist organization by the United States Secretary of State as authorized by 8 U.S.C. Section 1189. DISCLOSURE OF INTERESTED PARTIES The law states that a governmental entity may not enter into certain contracts with a nonexempt business entity unless the business entity submits a disclosure of interested parties to the governmental entity. By submitting a Bid in response to this solicitation, the Bidder agrees to comply with HB 1295, Government Code 2252.908. Bidder agrees to provide Tarrant County Purchasing Agent, and/or requesting department, the "Certificate of Interested Parties," Form 1295 as required, within ten (10) business days from notification of pending award, renewal, amended or extended contract. 1 Signature THIS FORM MUST BE SIGNED. THE ORIGINAL WITH ORIGINAL SIGNATURE AND ONE (1) COPY MUST BE RETURNED WITH BID! X PAGE 36 OF RFB NO. 2021-118 ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR AFFIRMATIONS/FORMS/DOCUMENTS ✓Check Indicates Completion 1. References. Bidder has provided references, other than Tarrant / County. References must be able to verify the quality of service the v company provides and that the company has completed a project of similar size and scope of work in this bid. 2. Siqnatures. All forms requiring a signature must be signed. Bids not signed will be rejected. 3. Price Forms. All sections of Price Forms have been completed. 4. Bidder has acknowledged Secondary/Alternate Award and Cooperative Purchasing opportunities in the Special Terms and Conditions on pages 7 and 8. 5. Insurance Certificates (If required). Bidders must submit all Insurance Certificates prior to commencement of work. If no insurance requirements specified, mark N/A. 6. Addenda. When applicable, Bidder acknowledges receipt of all Addenda and any revised Forms. Bidder must sign and submit any required signature forms. 7. It is the Bidders' sole responsibility to print and review all pages of the bid document, attachments, questions and responses, addenda and special notices. The Signature Form must be signed and returned. Failure to provide a signature on the form renders bid ,i non -responsive. Failure to complete and submit all required forms, including but not limited to References, Compliance With Federal and State Laws Form, Questionnaires (when applicable), Addenda (including revised forms), and any other specified forms or documents will be grounds for rejection of entire bid. 8. Bidder has read, understands, and agrees to Tarrant County's Criminal Background Check requirements. 9. Accuracy for all mathematical and numerical entries is the sole responsibility of the Bidder. Tarrant County will not be responsible for errors made by the Bidder. J 10. Bidder's company is registered on TVORS (Tarrant Vendor On -Line Registration System). 11. Bidder has sealed and marked the envelope with the Company Name, RFB Number, Bid Title, and due date. THE ORIGINAL AND ONE (1) COPY OF THIS FORM SHOULD BE RETURNED WITH BID! PAGE 37 OF RFB NO. 2021-118 (I ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR In the event that your organization chooses not to submit a bid/proposal for this solicitation, the Tarrant County Purchasing Department is interested in the reasons why vendors have chosen not to submit bids/proposals in order to better serve the taxpayers of Tarrant County. Please indicate your reason(s) by checking all applicable items below and return this form to the address shown below. ❑ Could not meet specifications. ❑ Items or materials requested not manufactured by us or not available to our company. ❑ Insurance requirements too restricting. ❑ Bond requirements too restricting. ❑ The scope of services not clearly understood or applicable (too vague, too rigid, etc.) ❑ The project not suited to our organization. ❑ Quantities too small. ❑ Insufficient time allowed for preparation of bid/proposal. ❑ Other (please specify). Vendor Name: Contact Person: Telephone: Email: Please send your response to: Tarrant County Purchasing Department 100 E. Weatherford, Suite 303 Fort Worth, TX 76196-0104 PAGE 38 OF RFB NO. 2021-118 ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR PRICE FORM ESTIMATED ESTIMATED ITEM EXTENDED DESCRIPTION UNIT' PRICE QUANTITY OF QUANTITY NO. EQUIPMENT OF VISITS PRICE SECTION 1: PREVENTATIVE MAINTENANCE VISITS Administration Building 100 E. Weatherford Fort Worth, TX 76102 OVERHEAD DOOR PREVENTATIVE MAINTENANCE VISIT 1 16 Feet W x 10 Feet H, Insulated Aluminum Slat $ s X 2 X 2 = $ 100 Opener: Jim Walter/North American 34-2559-9 BIDDERS MUST BID ALL ITEMS. ALL DELIVERY/FREIGHT/TRAVEUFUEL/MATERIAUSERVICE CALL COSTS TO BE INCLUDED IN UNIT PRICING. PAGE 39 OF RFB NO. 2021-118 ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR PRICE FORM ITEM - ESTIMATED ESTIMATED EXTENDED NO. :DESCRIPTION UNIT PRICE QUANTITY OF QUANTITY PRICE EQUIPMENT OF VISITS SECTION 1: PREVENTATIVE MAINTENANCE VISITS Central Garage 2650 Premier St Fort Worth, TX 76111 OVERHEAD DOOR PREVENTATIVE MAINTENANCE VISIT 2 14.16 Feet W x 12.16 Feet H, Insulated Aluminum Slat $ 95 X 1 X 2 =$ 5 Opener: Lift Master H5011 LARE79930 3 10 Feet W x 12.16 Feet H, Insulated Aluminum Slat $ d2 5- X 1 X 2 = $ 50 Opener: Lift Master MT5011 U E79930 4 10 Feet W x 10.16 Feet H, Aluminum Slat $ X 2 X 2 = $ /© O Opener: Lift Master MT5011 U E79930 BIDDERS MUST BID ALL ITEMS. ALL DELIVERY/FREIGHT/TRAVEL/FUEL/MATERIAL/SERVICE CALL COSTS TO BE INCLUDED IN UNIT PRICING. PAGE 40 OF RFB NO. 2021-118 ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR PRICE FORM ITEM' ESTIMATED ESTIMATED EXTENDED NO. DESCRIPTION UNIT PRICE QUANTITY OF - QUANTITY PRICE EQUIPMENT OF'VISITS SECTION is PREVENTATIVE MAINTENANCE VISITS Corrections Center 100 N. Lamar St Fort Worth, TX 76196 OVERHEAD DOOR PREVENTATIVE MAINTENANCE VISIT 5 26 Feet W x 20 Feet H, Aluminum Slat $ �k S X 1 X 2 =$ 50 Opener: AO SMITH 0808J2 6 12 Feet W x 20 Feet H, Aluminum Slat $ a S X 2 X 2 =$ 100 Opener: Liftmaster 084136M 7 10 Feet W x 20 Feet H, Aluminum Slat $ g- X 2 X 2 =$ 100 Opener: Liftmaster 084136M BIDDERS MUST BID ALL ITEMS TO BE CONSIDERED FOR AN AWARD. ALL DELIVERY/FREIGHT/TRAVEL/FUEL/MATERIAL/SERVICE CALL COSTS TO BE INCLUDED IN UNIT PRICING. PAGE 41 OF RFB NO. 2021-118 II ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR al PRICE FORM ITEM DESCRIPTION UNIT PRICE ESTIMATED ESTIMATED QUANTITY OF QUANTITY EXTENDED NO: EQUIPMENT OF VISITS PRICE SECTION is PREVENTATIVE MAINTENANCE VISITS Elections Center 2700 Premier St Fort Worth, TX 76111 OVERHEAD DOOR PREVENTATIVE MAINTENANCE VISIT 8 10 Feet W x 10.16 Feet H, Polyurethane Slat $ 02 S X 4 X 2 = $ oo Opener: Overhead Door SELC-201 BIDDERS MUST BID ALL ITEMS. ALL DELIVERY/FREIGHT/TRAVEL/FUEL/MATERIAL/SERVICE CALL COSTS TO BE INCLUDED IN UNIT PRICING. PAGE 42 OF RFB NO. 2021-118 ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR PRICE FORM ITEM ESTIMATED - ESTIMATED EXTENDED NO. DESCRIPTION UNIT PRICE QUANTITY OF QUANTITY PRICE EQUIPMENT OF VISITS SECTION 1: PREVENTATIVE MAINTENANCE VISITS Family Law Center 200 E. Weatherford St. Fort Worth, TX 76196 OVERHEAD DOOR PREVENTATIVE MAINTENANCE VISIT 9 9.75 Feet W x 9.41 Feet H, Stainless Steel Slat $ 5 X 2 X 2 = $ U C1 Opener: TNR-16-6425 HSR007A 10 36.58 Feet W x 15 Feet H, Aluminum Slat $ °2 X 1 X 2 = $ 50 Opener: Lift Master Stearns 105634100DQF 11 10.83 Feet W x 11 Feet H, Aluminum Slat $ 5 X 1 X 2 = $ 50 Opener: A.O. SMITH H 50 12 12.58 Feet W x 9.67 Feet H, Aluminum Slat $ X 1 X 2 = $ Opener: Elero DFM750 NHK BIDDERS MUST BID ALL ITEMS. ALL DELIVERY/FREIGHT/TRAVEL/FUEL/MATERIAL/SERVICE CALL COSTS TO BE INCLUDED IN UNIT PRICING. PAGE 43 OF RFB NO. 2021-118 ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR PRICE FORM ITEM ESTIMATED ESTIMATED EXTENDED NO.. DESCRIPTION UNIT. PRICE -; . QUANTITY OF - QUANTITY PRICE - :-EQUIPMENT OF VISITS SECTION I: PREVENTATIVE MAINTENANCE VISITS Fire Marshal Office 2750 Premier St Fort Worth, TX 76111 OVERHEAD DOOR PREVENTATIVE MAINTENANCE VISIT 13 14.16 Feet W x 12.16 Feet H, Aluminum Slat $ X 2 X 2 = $ ( 0 0 Opener: Liftmaster T501 L5 E79930 5 O 14 14.16 Feet W x 12.16 Feet H, Aluminum Slat $ J X 1 X 2 = $ Opener: Liftmaster #: 74-36832-1 50 15 14.16 Feet W x 12.16 Feet H, Aluminum Slat $ X 1 X 2 = $ Opener: Liftmaster #: 115011 L3R BIDDERS MUST BID ALL ITEMS. ALL DELIVERY/FREIGHT/TRAVEL/FUEL/MATERIAL/SERVICE CALL COSTS TO BE INCLUDED IN UNIT PRICING. PAGE 44 OF RFB NO. 2021-118 ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR PRICE FORM ITEM ESTIMATED -ESTIMATED EXTENDED NO. DESCRIPTION UNIT PRICE QUANTITY OF ' QUANTITY PRICE EQUIPMENT OF VISITS SECTION 1: PREVENTATIVE MAINTENANCE VISITS Green Bay Jail 2500 Urban Drive Fort Worth, TX 76101 OVERHEAD DOOR PREVENTATIVE MAINTENANCE VISIT 16 10 Feet W x 10 Feet H, Aluminum Slat $ X 3 X 2 = $ I J� Opener: Overhead Door RG-521 17 11.41 Feet W x 15.41 Feet H, Aluminum Slat $ X 1 X 2 = $ Opener: Overhead Door RDB-51 J 5b 18 11.41 Feet W x 15.41 Feet H, Aluminum Slat $ X 1 X 2 = $ Opener: Liftmaster H7511 BIDDERS MUST BID ALL ITEMS. ALL DELIVERY/FREIGHT/TRAVEUFUEUMATERIAUSERVICE CALL COSTS TO BE INCLUDED IN UNIT PRICING. PAGE 45 OF RFB NO. 2021-118 I, ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR I� PRICE FORM ESTIMATED ESTIMATED ITEM EXTENDED DESCRIPTION UNIT PRICE QUANTITY OF QUANTITY NO. EQUIPMENT OF VISITS PRICE SECTION 1: PREVENTATIVE MAINTENANCE VISITS Lon Evans Corrections Center 600 W. Weatherford St. Fort Worth, TX 76196 BI-FOLD DOOR PREVENTATIVE MAINTENANCE VISIT 19 Set of 2 Doors, 5.91 Feet L x 3.5 Inches W x 15.2 Feet H EACH $ 5 X 1 X 2 =$ 50 Opener: Electric Power Door H873-01/2063A 20 Set of 2 Doors, 5.91 Feet L x 3.5 Inches W x 15.2 Feet H EACH $ J X 1 X 2 =$ 50 Opener: Electric Power Door H873-01/2063A 21 Set of 2 Doors, 11.54 Feet L x 3.5 Inches W x 15.2 Feet H EAC $ X 1 X 2 = $ 50 Opener: Electric Power Door H873-01/2063 BIDDERS MUST BID ALL ITEMS. ALL DELIVERY/FREIGHT/TRAVEUFUEUMATERIAUSERVICE CALL COSTS TO BE INCLUDED IN UNIT PRICING. PAGE 46 OF RFB NO. 2021-118 11 ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR 11 PRICE FORM ESTIMATED ESTIMATED ITEM DESCRIPTION UNIT PRICE QUANTITY OF QUANTITY EXTENDED NO. EQUIPMENT OF VISITS PRICE SECTION I: PREVENTATIVE MAINTENANCE VISITS Northeast Courthouse 645 Grapevine Highway Hurst, TX 76054 OVERHEAD DOOR PREVENTATIVE MAINTENANCE VISIT 22 9.5 Feet W x 9.83 Feet H, Security Grille $ a 5 X 1 X 2 = $ Opener: RSX DAN32672A Plaza Building 601 W. Weatherford St. Fort Worth, TX 76196 OVERHEAD DOOR PREVENTATIVE MAINTENANCE VISIT 23 22.91 Feet W x 17.91 Feet H, Steel Flat Slat Opener: Cookson 24 41.16 Feet W x 17.91 Feet H, Steel Grill Slat Opener: Wayne Dalton $ a5 X 1 X 2 =$ 50 $ X 1 X 2 =$ 5o BIDDERS MUST BID ALL ITEMS. ALL DELIVERY/FREIGHT/TRAVEL/FUEL/MATERIAL/SERVICE CALL COSTS TO BE INCLUDED IN UNIT PRICING. PAGE 47 OF RFB NO. 2021-118 11 ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR I) PRICE FORM ITEM ESTIMATED ESTIMATED EXTENDED NO. DESCRIPTION UNIT PRICE QUANTITY OF QUANTITY PRICE EQUIPMENT OF VISITS SECTION is PREVENTATIVE MAINTENANCE VISITS Resource Connection Building 5000 5000 Resource Drive Fort Worth, TX 76119 OVERHEAD DOOR PREVENTATIVE MAINTENANCE VISIT 25 10 Feet W x 10 Feet H, Sectional Steel Slat $ 5 X 1 X 2 = $ f7 Opener: Liftmaster ATS2113X 26 12 Feet W x 12 Feet H, Sectional Steel Slat $ r� 02 J X 2 X 2 = $ 1 b 0 Opener: Manual Resource Connection Building 5020 5020 Resource Drive Fort Worth, TX 76119 OVERHEAD DOOR PREVENTATIVE MAINTENANCE VISIT 27 10 Feet W x 12 Feet H, Sectional Steel Slat $ J` X 1 X 2 = $ Opener: Liftm aster T501 L5 E79930 28 10 Feet W x 12 Feet H, Sectional Steel Slat $ _ X 1 X 2 = $ Opener: LINK Controls Inc T-33-R2 29 10 Feet W x 12 Feet H, Sectional Steel Slat $ 0 X 2 X 2 = $ Opener: Overhead Door Co SEL 201 30 10 Feet W x 12 Feet H, Sectional Steel Slat $ J X 8 X 2 = $ q 0 0 Opener: Manual BIDDERS MUST BID ALL ITEMS. ALL DELIVERY/FREIGHT/TRAVEUFUEL/MATERIAUSERVICE CALL COSTS TO BE INCLUDED IN UNIT PRICING. PAGE 48 OF RFB NO. 2021-118 ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI—FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR U.qrC4ff*_T;Tkr, ITEM — ESTIMATED .:ESTIMATED EXTENDED NO. DESCRIPTION UNIT PRICE QUANTITY OF QUANTITY PRICE EQUIPMENT OF VISITS SECTION is PREVENTATIVE MAINTENANCE VISITS Resource Connection Building 5041 5020 Resource Drive Fort Worth, TX 76119 OVERHEAD DOOR PREVENTATIVE MAINTENANCE VISIT 31 10 Feet W x 10 Feet H, Galvanized Steel Slat r $ J X 2 X 2 = $ 1 0 0 Opener: Liftmaster H501124R 32 10 Feet W x 10 Feet H, Galvanized Steel Slat $ X 2 X 2 = $ 0 0 Opener: Liftmaster H501159 Resource Connection Building 5051 5051 Resource Drive Fort Worth, TX 76119 OVERHEAD DOOR PREVENTATIVE MAINTENANCE VISIT 33 10 Feet W x 10 Feet H, Galvanized Steel Slat $ X 1 X 2 = $ 57,0 Opener: Liftmaster H7511 LK E79930 34 10 Feet W x 10 Feet H, Galvanized Steel Slat $ S X 3 X 2 = $ 1 i 5 0 Opener: Manual BIDDERS MUST BID ALL ITEMS. ALL DELIVERY/FREIGHT/TRAVEL/FUEL/MATERIAL/SERVICE CALL COSTS TO BE INCLUDED IN UNIT PRICING. PAGE 49 OF RFB NO. 2021-118 II ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR I� PRICE FORM ESTIMATED ESTIMATED ITEM DESCRIPTION UNIT PRICE QUANTITY OF QUANTITY EXTENDED NO. EQUIPMENT OF VISITS PRICE SECTION I: PREVENTATIVE MAINTENANCE VISITS Scott D. Moore Juvenile Justice Center 2701 Kimbo Rd. Fort Worth, TX 76111 OVERHEAD DOOR PREVENTATIVE MAINTENANCE VISIT 35 10 Feet L x 10.5 Feet H, Rolling Steel Slat $ X 2 X 2 = $ IDO Opener: Overhead Door RG-521 BIDDERS MUST BID ALL ITEMS. ALL DELIVERY/FREIGHT/TRAVEL/FUEL/MATERIAL/SERVICE CALL COSTS TO BE INCLUDED IN UNIT PRICING. PAGE 50 OF RFB NO. 2021-118 ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR PRICE FORM ITEM ESTIMATED ESTIMATED EXTENDED NO. DESCRIPTION UN IT PRICE QUANTITY OF . QUANTITY PRICE EQUIPMENT OF VISITS SECTION I: PREVENTATIVE MAINTENANCE VISITS Tim Curry Justice Center 401 W. Belknap St. Fort Worth, TX 76196 OVERHEAD DOOR PREVENTATIVE MAINTENANCE VISIT 36 9.16 Feet W x 8.33 Feet H, Perforated Slat, $ S X 2 X 1 = $ Opener: Elektromat SI 25.55-38,10 37 14.41 Feet W x 13.66 Feet H, Perforated Slat, $ a 5 X 1 X 1 =$ a 5 Opener: Lift Master GH5031-5 E79930 a 5 38 12.33 Feet W x 13.58 Feet H, Perforated Slat, $ X 1 X 1 = $ Opener: Lift Master GH5031-5 E79930 BIDDERS MUST BID ALL ITEMS. ALL DELIVERY/FREIGHT/TRAVEL/FUEL/MATERIAL/SERVICE CALL COSTS TO BE INCLUDED IN UNIT PRICING. PAGE 51 OF RFB NO. 2021-118 UANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR 11 PRICE FORM ITEM ESTIMATED ESTIMATED EXTENDED NO. DESCRIPTION - UNIT PRICE - QUANTITY OF QUANTITY PRICE EQUIPMENT OF VISITS SECTION I: PREVENTATIVE MAINTENANCE VISITS Tom Vandergriff Civil Courts 100 N. Calhoun Fort Worth, TX 76196 OVERHEAD DOOR PREVENTATIVE MAINTENANCE VISIT 39 24.58 Feet W x 16 Feet H, Stainless Steel Slat, $ ; 5 X 1 X 1 = $ a 5 Opener: US Motor C63JJR-5406 °2 5 5 40 12.58 Feet W x 16 Feet H, Stainless Steel Slat, $ X 1 X 1 = $ Opener: US Motor C63JJR-5406 41 12 Feet W x 14 Feet H, Stainless Steel Slat, $ a 5 X 1 X 1 = $ ^� [ ✓ Opener: TNR-16-6425 HSR007A a 5 42 8.5 Feet W x 10 Feet H, Stainless Steel Slat, $ X 1 X 1 = $ Opener: US Motor C55JBF -4355 Is your firm able to work on BTR Model 308695 control panel? Yes No Total SECTION I: PREVENTATIVE MAINTENANCE VISITS $ `3, ) 00 BIDDERS MUST BID ALL ITEMS. ALL DELIVERY!FREIGHT/TRAVEUFUEUMATERIAUSERVICE CALL COSTS TO BE INCLUDED IN UNIT PRICING. PAGE 52 OF RFB NO. 2021-118 ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR SECTION 11: DOOR REPAIR SERVICE Bidders will provide the following information in the spaces provided below: a. Percentage (%) Mark -Up for Parts furnished by your firm, above your actual cost. b. Labor Rates for Trained Personnel C. Years of Experience d. Response Time Parts Mark -Up: 0 % 1. Trained Repair Person, Hourly Rate, Monday — Friday 8:00 a.m. to 5:00 p.m. $ q5 x60=$ 571 ' 00 2. Trained Repair Person, Hourly Rate, Monday — Friday 5:00 p.m. to 8:00 p.m. $ l�,fl x01=$ IaC 3. Trained Repair Person, Hourly Rate, Weekends and Holidays: $ I $0 x01 =$ Total Section II: Door Repair Service $ Note: Use the Price per Hour times the number of hours for Total Price. Hours are estimates only. Tarrant County does not intend to guarantee the number of hours. Repair services ordered on an as -needed basis. List years of Experience your firm has with Overhead Door and Bi-Fold Door Repair: T 5 Years List number of Certified Overhead and Bi-Fold Door Technicians that your firm currently employs: 5 Certified Technicians p ) Z��� C.er���(�et d' o, dv a (JV(tj �2rtl`�I`E a�f(cGts List Certifying Organization: �J(J � S MUnvf i List Maximum Response Time for Emergency Call: T W5 All travel costs are to be included in hourly labor rate. Bidder shall not charge Tarrant County a separate "Trip Charge", "Truck Charge", or "Service Call" on any project performed under this Annual Contract. Bidder's time shall not start until the vendor has arrived onsite to start the project. No minimum charges per trip. Any blank or "No Bid" entry will render bid non -responsive. THE ORIGINAL AND ONE (1) COPY OF THIS FORM MUST BE RETURNED WITH BID! PAGE 53 OF RFB NO. 2021-118 EXHIBIT C RFB 2021-118 ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR Award D. H. Pace Company, Inc Coppell, TX HUB: No Co -Op: Yes Ilteml Item I Qty Unit Extended ISECTION I: PREVENTATIVE MAINTENANCE VISITS IAdmnistration Building Overhead Door PM Visit - 1 2 $ 25.00 1 $ 100.00 16 x 10-Two Doors Central Garage 2 Overhead Door PM Visit - 2 $ 25.00 $ 50.00 14.16 x 12.16 - One Door 3 Overhead Door PM Visit - 2 $ 25.00 $ 50.00 10 x 12.16 - One Door 4 Overhead Door PM Visit - 2 $ 25.00 $ 100.00 10 x 10.16 - Two Doors Corrections Center Overhead Door PM Visit - 5 2 $ 25.00 $ 50.00 26 x 20 - One Door 6 Overhead Door PM Visit - 2 $ 25.00 $ 100.00 12 x 20 - Two Doors 7 Overhead Door PM Visit - 2 $ 25.00 $ 100.00 10 x 20 - Two Doors Elections Center Overhead Door PM Visit - 8 I I 2 $ 25.00 1 $ 200.00 10 x 10.16 - Four Doors Family Law Center 9 Overhead Door PM Visit - 2 25.00 $ 100.00 9.75 x 9.41 - Two Doors 10 Overhead Door PM Visit - 2 $ 25.00 $ 50.00 36.58 x 15 - One Door 11 Overhead Door PM Visit - 2 25.00 $ 50.00 10.83 x 11 - One Door 12 Overhead Door PM Visit - 2 $ 25.00 $ 50.00 12.58 x 9.67 - One Door RFB 2021-118 ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR Award D. H. Pace Company, Inc Coppell, TX HUB: No Co -Op: Yes Item) Item I Qty Unit Extended ISECTION I: PREVENTATIVE MAINTENANCE VISITS Fire Marshal Office 13 Overhead Door PM Visit - 2 $ 25.00 $ 100.00 14.16 x 12.16 - Two Doors Overhead Door PM Visit - 14 14.16 x 12.16 - One Door 2 $ 25.00 $ 50.00 (Opener 1) Overhead Door PM Visit - 15 14.16 x 12.16 - One Door 2 $ 25.00 $ 50.00 (Opener 11) Green Bay Jail 16 Overhead Door PM Visit - 2 $ 25.00 $ 150.00 10 x 10 - Three Doors Overhead Door PM Visit - 17 11.41 x 15.41 - One Door 2 $ 25.00 $ 50.00 (Opener 1) Overhead Door PM Visit - 18 11.41 x 15.41 - One Door 2 $ 25.00 $ 50.00 (Opener 11) Lon Evans Corrections Center Bi-Fold Door PM Visit - 19 5.91 x 15.2 - Set of Two 2 $ 25.00 $ 50.00 Doors (Set 1) Bi-Fold Door PM Visit - 20 5.91 x 15.2 - Set of Two 2 $ 25.00 $ 50.00 Doors (Set 11) RFB 2021-118 ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR Award D. H. Pace Company, Inc Coppell, TX HUB: No Co -Op: Yes Item Item Qty Unit Extended Bi-Fold Door PM Visit - 21 11.54 x 15.2 - Set of Two 2 $ 25.00 $ 50.00 Doors ISECTION I: PREVENTATIVE MAINTENANCE VISITS Northeast Courthouse 22 I Overhead Door PM Visit - I 2 $ 25.00 $ 50.00 9.5 x 9.83 - One Door jPlaza Building 23 Overhead Door PM Visit - 2 $ 25.00 $ 50.00 22.91 x 17.91 - One Door 24 Overhead Door PM Visit - 2 $ 25.00 $ 50.00 41.16 x 17.91 - One Door lResource Connection Building 5000 25 Overhead Door PM Visit - 2 $ 25.00 $ 50.00 10 x 10 - One Door 26 Overhead Door PM Visit - 2 $ 25.00 $ 100.00 12 x 12 - Two Doors lResource Connection Building 5020 27 Overhead Door PM Visit - 2 $ 25.00 $ 50.00 10 x 12 - One Door 28 Overhead Door PM Visit - 2 $ 25.00 $ 50.00 10 x 12 - One Door 29 Overhead Door PM Visit - 2 $ 25.00 $ 100.00 10 x 12 - Two Doors 30 Overhead Door PM Visit - 2 $ 25.00 $ 400.00 10 x 12 - Eiaht Doors Resource Connection Building 5041 Overhead Door PM Visit - 31 10 x 10 - Two Doors 2 $ 25.00 $ 100.00 32 Overhead Door PM Visit - 2 10 x 10 - Two Doors $ 25.00 $ 100.00 lResource Connection Building 5051 33 I Overhead Door PM Visit - I 2 10 x 10 - One Door $ 25.00 $ 50.00 RFB 2021-118 ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR Award D. H. Pace Company, Inc Coppell, TX HUB: No Co -Op: Yes Item Item Qty Unit Extended 34 Overhead Door PM Visit - 2 $ 25.00 $ 150.00 10 x 10 - Three Doors ISECTION I: PREVENTATIVE MAINTENANCE VISITS Scott D. Moore Juvenile Justice Center 35 I Overhead Door PM Visit - I 2 $ 25.00 $ 100.00 10 x 10.5 -Two Doors Tim Curry Justice Center 36 Overhead Door PM Visit - 1 $ 25.00 $ 50.00 9.16 x 8.33 - Two Doors 37 Overhead Door PM Visit - 1 $ 25.00 $ 25.00 14.41 x 13.66 - One Door 38 Overhead Door PM Visit - 1 $ 25.00 $ 25.00 12.33 x 13.58 - One Door (Tom Vandergriff Civil Courts 39 Overhead Door PM Visit - 1 $ 25.00 $ 25.00 24.58 x 16 - One Door 40 Overhead Door PM Visit - 1 $ 25.00 $ 25.00 12.58 x 16 - One Door 41 Overhead Door PM Visit - 1 $ 25.00 $ 25.00 12 x 14- One Door 42 Overhead Door PM Visit - 1 $ 25.00 $ 25.00 8.5 x 10 - One Door TOTAL SECTION I: PREVENTATIVE $ 3,200.00 MAINTENANCE VISITS (SECTION II: DOOR REPAIR SERVICE 1 Parts Mark -Up 1 20% 2 Regular Hourly Rate 60 $ 95.00 $ 5,700.00 3 Non -Regular Hourly Rate 1 $ 120.00 $ 120.00 4 Holiday/Weekend Hourly 1 $ 180.00 $ 180.00 Rate RFB 2021-118 ANNUAL CONTRACT FOR OVERHEAD DOOR AND BI-FOLD DOOR PREVENTATIVE MAINTENANCE AND REPAIR Award D. H. Pace Company, Inc Coppell, TX HUB: No Co -Op: Yes Item Item I Qty Unit Extended TOTAL SECTION II: DOOR REPAIR $ 6,000.00 SERVICE BID TOTAL $ 9,200.00 EXHIBIT D CONFLICT OF INTEREST DISCLOSURE REQUIREMENT Pursuant to Chapter 176 of the Local Government Code, any person or agent of a person who contracts or seeks to contract for the sale or purchase of property, goods, or services with a local governmental entity (i.e. The City of Fort Worth) must disclose in the Questionnaire Forms CIQ ("Questionnaire") the person's affiliation or business relationship that might cause a conflict of interest with the local governmental entity. By law, the Questionnaire must be filed with the Fort Worth City Secretary no later than seven days after the date the person begins contract discussions or negotiations with the City, or submits an application or response to a request for proposals or bids, correspondence, or another writing related to potential agreement with the City. Updated Questionnaires must be filed in conformance with Chapter 176. A copy of the Questionnaires Form CIQ is enclosed with submittal documents. The form is also available at http://www.ethics.state.tx.us/forms/CIQ.pdf. If you have any questions about compliance, please consult your own legal counsel. Compliance is the individual responsibility of each person or agent of a person who is subject to the filing requirement. An offense under Chapter 176 is a Class C misdemeanor. NOTE: If you are not aware of a Conflict of Interest in any business relationship that you might have with the City, state Contractor name in the # 1, use N/A in each of the areas on the form. However, a signature is required in the #7 box in all cases. CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity This gmsriannaim reflects changes made io the law by H.B. 23, 84rh Leg., Regular Session This qu9slionnaire is bang filed in accordance wit Ghapter 176, Local Government Gode, by a vendor who has a business relationshfp as defiined tav Sec`ir_xn 17; QGI(1-a) with a local' owernmensal enzi;v and the vendcu meets requiramGnts under Section 176-006(a )- BY taw #t3s qusstionn sire m€rst be filed with the records adminis€razor of the local governmenta8 entity not later ihan she 7th business day after the daze the vendor becomas aware of farts that require the stalament to be filed. Section 17S_406(a-1). Irccal GwQmment Gode. A vendor commits an offense rf ft vendor knawingly violates SP0= 176.00E, Locai Government tacde_ An oftarrse undei this section is a ftsdemoanor. 11 Name of vendor who has a business relationship with local governmental entity. D.H. Pace Company, Inc FORM CIO OFFICE USE ONLY ! PerEkad J El Check this box ifyou are fifing an update to a pmviousfyfiled questionnaire. (The law requires thatyou fle an updatW ccrnpleted questionnaire with to appropriate fling authority not taster than Me 7th business day after the data on which you became awara that the ofonariy filed 6usstionnaire was incomprete or inaccurate.) J blame of local government officer about whom the information is being disclosed. Mannv Maestas Namo of Offter J Describe each employment or other business relationship with the local government officer, or a farnify member of the officer, as described by section 176.003(a)(2)(A). Also describe any family relationship with the local governrent officer. Complete subparts A and B for each emp*ment or business relationship described. Attach additional pages to this Form CIO as necessary. 71 A. Is the local government office€ or a family mernbe€ of the officer receiving or lik°aty to reroeve taxable income. other than investment income, from the vendor? Yes � No B. Is tfr$ vendor receiving or liked to receive taxailis income., other than investment income, from or at tho direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity's Yes INa Describe each employment or business relationship that the v€,ndor named in Section 1 maintains with a corporation or other busineass entity with respect to which the local government officer series as an officer or director, or holds an ownership interest of one percent or mare. NIA Check this box if the vendor has g-Verl the I I government officer or a. family mombe- of the officer one or more gifts as descrteej in section 176.tb,^S(a ` ;t ), exctuding gifts described in SectiDn 176.603(a-t). business with the Z2301 entity 9/22/2023 Form provided by Texas:hia C� nwmssion / www.etNr-s.stale-tx.us Reprised 11I.M21 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local 0overnment Code may be found at http:;,'s+wwws[ar.uies_legis_state.tx_us! Docs; LG,'htrw LCL 176.htm. For easy reference, below are some of the sections cited on this form. Local Government Code & 17&001f1-a): "Business relationship" means a connection between two or more parties based on con-n--- rciai activity of one of the parties. The term does not include a connection based on: (A) a Iran saction that is s ubject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local governmental entity, (B) a transaction conducted at a price and subject to terms available to the public, or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to, that agency. Local Gave m me nt Cade ti i T6.003(a)(2)(A) and (B): (a) A local government officer shall file a conflicts disclosure statement with respect to avendor if: (2) thevendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in tha officer or family member receiving taxable income, other than irrrestment income, that exceeds $2.500 during the 12-month period preceding the date that the officer becomes aware that (i) acontract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the (B) has given to the local government officer or a family mem ber of the off icer one or more gifts that have an aggregate value of more than $100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed; or (i i) the local gave rnmental entity is considering entering into a contract with the vendor_ Local Government Code 4176.006#a1 and fa-1] (a) Avendor shall fide a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an emp Ioyment or other busi ness relationship with a I ocal government officer of th at local governmental entity, or a fam ily member of the off ioer, descri bed by Section 176.003(a)(2) (A)' (2) has given a local government officer of that focal governmental entity, or a family member of the officer. one or more giftswith the aggregate value specified by Section 17-6.003(a)(2)(B), excluding any gift described by Section 176.003(a-1); or (3) has a family relationship with a Ioeal government officer of that local governmental entity- (a- I ) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity' or (B) submits to the local governmental entity an application, response to arequest for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity; or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer, described by Subsection (a); (B) that the ven dor has g iven one or more g ifts described by Subsection (a)' or (C) of a family relationship with a local government officer_ Farm provided by Texas Ethics Commission www.ethics.state.Ix.us Revered 1110021