Loading...
HomeMy WebLinkAboutContract 62490CSC No. 62490 FORTWORTH, '1111ir VENDOR SERVICES AGREEMENT This VENDOR SERVICES AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WORTH ("City"), a Texas home -rule municipal corporation, and J-Peam, L.L.C. dba John Sons Press, each individually referred to as a "party" and collectively referred to as the "parties." 1. Scope of Services. Vendor will provide non-exclusive printing services ("Services") on an as -needed basis for the City of Fort Worth, as set forth in more detail in Exhibit "A"— Scope of Services, attached hereto and incorporated herein for all purposes. 2. Term. The term of this Agreement is for one year, beginning on the date that this Agreement is executed by the City's Assistant City Manager ("Effective Date"), unless terminated earlier in accordance with this Agreement. City will have the option, in its sole discretion, to renew this Agreement under the same terms and conditions, for up to four (4) one-year renewal option(s) (each a "Renewal Term"). 3. Comnensation. 3.1 Total annual compensation under this Agreement will be an amount up to Six One Million Eight Hundred Thousand Dollars ($1,800,000.40). 3.2 The Vendor acknowledges that this is a non-exclusive agreement and there is no guarantee of any specific amount of purchase. Further, Vendor recognizes that the amount stated above is the total amount of funds available, collectively, for any Vendor that enters into an agreement with the City under the relevant M&C and that once the full amount has been exhausted, whether individually or collectively, funds have therefore been exhausted under this Agreement as well. 3.3 City will pay Vendor in accordance with the Prompt Payment Act (Chapter 2251 of the Texas Government Code) and the provisions of this Agreement, including Exhibit "B"— Payment Schedule, which is attached hereto and incorporated herein for all purposes. 3.4 Vendor will not perform any additional services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City will not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. 4. Termination. 4.1. Written Notice. City or Vendor may terminate this Agreement at any time and for any reason by providing the other party with 30 days' written notice of termination. _ OFFICIAL RECORD Vendor Services Agreement CITY SECRETARY Wage I of 13 FT. WORTH, TX 4.2 Non-At)nrooriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement will terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. 4.3 Duties and Oblia_ations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date, City will pay Vendor for services actually rendered up to the effective date of termination and Vendor will continue to provide City with services requested by City and in accordance with this Agreement up to the effective date of termination. Upon termination of this Agreement for any reason, Vendor will provide City with copies of all completed or partially completed documents prepared under this Agreement. In the event Vendor has received access to City Information or data as a requirement to perform services hereunder, Vendor will return all City -provided data to City in a machine-readable format or other format deemed acceptable to City. 5. Disclosure of Conflicts and Confidential Information. 5.1 Disclosure of Conflicts. Vendor hereby warrants to City that Vendor has made full disclosure in writing of any existing or potential conflicts of interest related to Vendor's services under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this Agreement, Vendor hereby agrees immediately to make full disclosure to City in writing. 5.2 Confidential Information. Vendor, for itself and its officers, agents and employees, agrees that it will treat all information provided to it by City ("City Information") as confidential and will not disclose any such information to a third party without the prior written approval of City. 5.3 Public Information Act. City is a government entity under the laws of the State of Texas and all records held or maintained for City are subject to disclosure under the Texas Public Information Act. In the event there is a request for information marked Confidential or Proprietary, City will promptly notify Vendor. It will be the responsibility of Vendor to submit reasons objecting to disclosure to the Texas Attorney General. A determination on whether such reasons are sufficient will not be decided by City, but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction. 5.4 Unauthorized Access. Vendor must store and maintain City Information in a secure manner and will not allow unauthorized users to access, modify, delete or otherwise corrupt City Information in any way. Vendor must notify City immediately if the security or integrity of any City Information has been compromised or is believed to have been compromised, in which event, Vendor will, in good faith, use all commercially reasonable efforts to cooperate with City in identifying what information has been accessed by unauthorized means and will fully cooperate with City to protect such City Information from further unauthorized disclosure. 6. )E&ht to Audit. Vendor agrees that City will, until the expiration of three (3) years after final payment under this Agreement, or the final conclusion of any audit commenced during the said three years, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records, including, but not limited to, all electronic records of Vendor involving transactions relating to this Agreement at no additional cost to City. Vendor agrees that City will have access during normal working hours to all necessary Vendor facilities and will be provided adequate and appropriate work Vendor Services Agreement Page 2 of 13 space in order to conduct audits in compliance with the provisions of this section. City will give Vendor reasonable advance notice of intended audits. 7. Indenendent Contractor. It is expressly understood and agreed that Vendor will operate as an independent contractor as to all rights and privileges and work performed under this Agreement, and not as agent, representative or employee of City. Subject to and in accordance with the conditions and provisions of this Agreement, Vendor will have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its officers, agents, servants, employees, vendors, and subcontractors. Vendor acknowledges that the doctrine of respondeat superior will not apply as between City, its officers, agents, servants and employees, and Vendor, its officers, agents, employees, servants, contractors, and subcontractors. Vendor further agrees that nothing herein will be construed as the creation of a partnership or joint enterprise between City and Vendor. It is further understood that City will in no way be considered a co -employer or a joint employer of Vendor or any officers, agents, servants, employees, contractors, or subcontractors. Neither Vendor, nor any officers, agents, servants, employees, contractors, or subcontractors of Vendor will be entitled to any employment benefits from City. Vendor will be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of its officers, agents, servants, employees, or contractors. 8. Liability and Indemnification. 8.1 LIABILITY - VENDOR WILL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND PERSONAL INJURY, INCLUDING, BUT NOT LIMITED TO, DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF VENDOR, ITS OFFICERS, REPRESENTATIVES, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS 8.2 GENERAL INDEMNIFICATION - VENDOR HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS, AND DEFEND CITY, ITS OFFICERS, AGENTS, REPRESENTATIVES, SERVANTS, AND EMPLOYEES, FROMAND AGAINST ANY AND ALL CLAIMS OR LAWSUITS OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO VENDOR'S BUSINESS AND ANY RESULTING LOST PROFITS) AND PERSONAL INJURY, INCLUDING, BUT NOT LIMITED TO, DEATH, TO ANY AND ALL PERSONS, ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF VENDOR, ITS OFFICERS, AGENTS, REPRSENTATIVES, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS 8.3 INTELLECTUAL PROPERTY INDEMNIFICATION - VENDOR AGREES TO DEFEND, SETTLE, OR PAY, AT ITS OWN COST AND EXPENSE, ANY CLAIM OR ACTIONAGAINST CITY FOR INFRINGEMENT OFANYPA TENT, COPYRIGHT, TRADE MARK, TRADE SECRET, OR SIMILAR PROPERTY RIGHT ARISING FROM CITY'S USE OF THE SOFTWARE OR DOCUMENTATION IN ACCORDANCE WITH THIS AGREEMENT, IT BEING UNDERSTOOD THAT THIS AGREEMENT TO DEFEND, SETTLE OR PAY WILL NOT APPLY IF CITY MODIFIES OR MISUSES THE SOFTWARE AND/OR DOCUMENTATION. SO LONG AS VENDOR BEARS THE COST AND EXPENSE OF PAYMENT FOR CLAIMS OR ACTIONS AGAINST CITY PURSUANT TO THIS SECTION, VENDOR WILL HAVE THE RIGHT TO CONDUCT THE DEFENSE OF ANY SUCH CLAIM OR ACTION AND ALL NEGOTIATIONS FOR ITS SETTLEMENT OR Vendor Services Agreement Page 3 of 13 COMPROMISE AND TO SETTLE OR COMPROMISE ANY SUCH CLAIM; HOWEVER, CITY WILL HAVE THE RIGHT TO FULLY PARTICIPATE IN ANY AND ALL SUCH SETTLEMENT, NEGOTIATIONS, OR LAWSUIT AS NECESSARY TO PROTECT CITY'S INTEREST, AND CITYAGREES TO COOPERATE WITH VENDOR INDOING SO. IN THE EVENT CITY, FOR WHATEVER REASON, ASSUMES THE RESPONSIBILITY FOR PAYMENT OF COSTS AND EXPENSES FOR ANY CLAIM OR ACTION BROUGHT AGAINST CITY FOR INFRINGEMENT ARISING UNDER THIS AGREEMENT, CITY WILL HAVE THE SOLE RIGHT TO CONDUCT THE DEFENSE OF ANY SUCH CLAIM OR ACTIONAND ALL NEGOTIATIONS FOR ITS SETTLEMENT OR COMPROMISE AND TO SETTLE OR COMPROMISE ANY SUCH CLAIM; HOWEVER, VENDOR WILL FULLY PARTICIPATE AND COOPERATE WITH CITY IN DEFENSE OF SUCH CLAIM OR ACTION. CITYAGREES TO GIVE VENDOR TIMELY WRITTEN NOTICE OF ANY SUCH CLAIM OR ACTION, WITH COPIES OFALL PAPERS CITYMAYRECEIVE RELATING THERETO. NOTWITHSTANDING THE FOREGOING, CITY'S ASSUMPTION OF PAYMENT OF COSTS OR EXPENSES WILL NOT ELIMINATE VENDOR'S DUTY TO INDEMNIFY CITY UNDER THIS AGREEMENT. IF THE SOFTWARE AND/OR DOCUMENTATION OR ANY PART THEREOF IS HELD TO INFRINGE AND THE USE THEREOF IS ENJOINED OR RESTRAINED OR, IF AS A RESULT OF A SETTLEMENT OR COMPROMISE, SUCH USE IS MAI TERIALL Y AD VERSEL Y RESTRICTED, VENDOR WILL, AT ITS OWN EXPENSE AND AS CITY`S SOLE REMEDY, EITHER. (A) PROCURE FOR CITY THE RIGHT TO CONTINUE TO USE THE SOFTWARE AND/OR DOCUMENTATION; OR (B) MODIFY THE SOFTWARE AND/OR DOCUMENTATION TO MAKE IT NON -INFRINGING, PROVIDED THAT SUCH MODIFICATION DOES NOT MATERIALLY ADVERSELY AFFECT CITY`S AUTHORIZED USE OF THE SOFTWARE AND/OR DOCUMENTATION, OR (C) REPLACE THE SOFTWARE AND DOCUMENTATION WITHEQUALLYSUITABLE, COMPATIBLE, AND FUNCTIONALLY EQUIVALENT NON -INFRINGING SOFTWARE AND DOCUMENTATION AT NO ADDITIONAL CHARGE TO CITY; OR (D) IF NONE OF THE FOREGOING ALTERNATIVES IS REASONABLY AVAILABLE TO VENDOR TERMINATE THIS AGREEMENT, AND REFUND ALL AMOUNTS PAID TO VENDOR BY CITY, SUBSEQUENT TO WHICH TERMINATION CITY MAY SEEK ANY AND ALL REMEDIES AVAILABLE TO CITY UNDER LAW. 9. Assignment and Subcontracting. 9.1 Assignment. Vendor will not assign or subcontract any of its duties, obligations or rights under this Agreement without the prior written consent of City. If City grants consent to an assignment, the assignee will execute a written agreement with City and Vendor under which the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement. Vendor and Assignee will be jointly liable for all obligations of Vendor under this Agreement prior to the effective date of the assignment. 9.2 Subcontract_ If City grants consent to a subcontract, the subcontractor will execute a written agreement with Vendor referencing this Agreement under which subcontractor agrees to be bound by the duties and obligations of Vendor under this Agreement as such duties and obligations may apply. Vendor must provide City with a fully executed copy of any such subcontract. 10. Insurance. Vendor must provide City with certificate(s) of insurance documenting policies of the following types and minimum coverage limits that are to be in effect prior to commencement of any Services pursuant to this Agreement: Vendor Services Agreement Page 4 of 13 10.1 Coverage and Limits (a) Commercial General Liability: $1,000,000 - Each Occurrence $2,000,000 - Aggregate (b) Automobile Liability: $1,000,000 - Each occurrence on a combined single limit basis Coverage will be on any vehicle used by Vendor, or its employees, agents, or representatives in the course of providing Services under this Agreement. "Any vehicle" will be any vehicle owned, hired and non -owned. (c) Worker's Compensation: Statutory limits according to the Texas Workers' Compensation Act or any other state workers' compensation laws where the Services are being performed Employers' liability $100,000 - Bodily Injury by accident; each accident/occurrence $100,000 - Bodily Injury by disease; each employee $500,000 - Bodily Injury by disease; policy limit (d) Professional Liability (Errors & Omissions): $1,000,000 - Each Claim Limit $1,000,000 - Aggregate Limit Professional Liability coverage may be provided through an endorsement to the Commercial General Liability (CGL) policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage must be claims -made, and maintained for the duration of the contractual agreement and for two (2) years following completion of services provided. An annual certificate of insurance must be submitted to City to evidence coverage. 10.2 General Reauirements (a) The commercial general liability and automobile liability policies must name City as an additional insured thereon, as its interests may appear. The term City includes its employees, officers, officials, agents, and volunteers in respect to the contracted services. (b) The workers' compensation policy must include a Waiver of Subrogation (Right of Recovery) in favor of City. (c) A minimum of Thirty (30) days' notice of cancellation or reduction in limits of coverage must be provided to City. Ten (10) days' notice will be Vendor Services Agreement Page 5 of 13 acceptable in the event of non-payment of premium. Notice must be sent to the Risk Manager, City of Fort Worth, 100 Fort Worth Trail, Fort Worth, Texas 76102, with copies to the Fort Worth City Attorney at the same address. (d) The insurers for all policies must be licensed and/or approved to do business in the State of Texas. All insurers must have a minimum rating of A- VII in the current A.M. Best Key Rating Guide, or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of Risk Management is required. (e) Any failure on the part of City to request required insurance documentation will not constitute a waiver of the insurance requirement. (f) Certificates of Insurance evidencing that Vendor has obtained all required insurance will be delivered to the City prior to Vendor proceeding with any work pursuant to this Agreement. 11. Comnliance with Laws. Ordinances. Rules and Regulations. Vendor agrees that in the performance of its obligations hereunder, it will comply with all applicable federal, state and local laws, ordinances, rules and regulations and that any work it produces in connection with this Agreement will also comply with all applicable federal, state and local laws, ordinances, rules and regulations. If City notifies Vendor of any violation of such laws, ordinances, rules or regulations, Vendor must immediately desist from and correct the violation. 12. Non -Discrimination Covenant. Vendor, for itself, its personal representatives, assigns, contractors, subcontractors, and successors in interest, as part of the consideration herein, agrees that in the performance of Vendor's duties and obligations hereunder, it will not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. IF ANY CLAIM ARISES FROM AN ALLEGED VIOLATION OF THIS NON-DISCRIMINATION COVENANT BY VENDOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, CONTRACTORS, SUBCONTRACTORS, OR SUCCESSORS IN INTEREST, VENDOR AGREES TO ASSUME SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS FROM SUCH CLAIM. 13. Notices. Notices required pursuant to the provisions of this Agreement will be conclusively determined to have been delivered when (1) hand -delivered to the other party, its agents, employees, servants or representatives or (2) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: To CITY: City of Fort Worth Attn: Assistant City Manager 100 Fort Worth Trail Fort Worth, TX 76102 With copy to the Fort Worth City Attorney's Office at the same address To VENDOR: J-Peam, L.L.C. dba John Sons Press Adrian Hernandez, Owner 3300 South Freeway Fort Worth, Texas 76110 Vendor Services Agreement Page 6 of 13 14. Solicitation of Emplovees. Neither City nor Vendor will, during the term of this Agreement and additionally for a period of one year after its termination, solicit for employment or employ, whether as employee or independent contractor, any person who is or has been employed by the other during the term of this Agreement, without the prior written consent of the person's employer. Notwithstanding the foregoing, this provision will not apply to an employee of either party who responds to a general solicitation of advertisement of employment by either party. 15. Governmental Powers. It is understood and agreed that by execution of this Agreement, City does not waive or surrender any of its governmental powers or immunities. 16. No Waiver. The failure of City or Vendor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein does not constitute a waiver of City's or Vendor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 17. Governing Law / Venue. This Agreement will be construed in accordance with the laws of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought pursuant to this Agreement, venue for such action will lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. 18. Severability. If any provision of this Agreement is held to be invalid, illegal or unenforceable, the validity, legality and enforceability of the remaining provisions will not in any way be affected or impaired. 19. Force Majeure. City and Vendor will exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but will not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to, compliance with any government law, ordinance, or regulation; acts of God; acts of the public enemy; fires; strikes; lockouts; natural disasters; wars; riots; epidemics or pandemics; government action or inaction; orders of government; material or labor restrictions by any governmental authority; transportation problems; restraints or prohibitions by any court, board, department, commission, or agency of the United States or of any States; civil disturbances; other national or regional emergencies; or any other similar cause not enumerated herein but which is beyond the reasonable control of the party whose performance is affected {collectively, "Force Majeure Event"}. The performance of any such obligation is suspended during the period of, and only to the extent of, such prevention or hindrance, provided the affected party provides notice of the Force Majeure Event, and an explanation as to how it prevents or hinders the party's performance, as soon as reasonably possible after the occurrence of the Force Majeure Event, with the reasonableness of such notice to be determined by the City in its sole discretion. The notice required by this section must be addressed and delivered in accordance the notice section of this Agreement. 20. Headings Not Controlling. Headings and titles used in this Agreement are for reference purposes only, will not be deemed a part of this Agreement, and are not intended to define or limit the scope of any provision of this Agreement. 21. Review of Counsel. The parties acknowledge that each party and its counsel have reviewed and revised this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party will not be employed in the interpretation of this Agreement, including the attached exhibits. 22. Amendments / Modifications / Extensions. No amendment, modification, or extension of this Agreement will be binding upon a party hereto unless set forth in a written instrument, which is Vendor Services Agreement Page 7 of 13 executed by an authorized representative of each party. 23. Entirety of Agreement. This Agreement, including the attached exhibits, contains the entire understanding and agreement between City and Vendor, their assigns and successors in interest, as to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. 24. Counterparts. This Agreement may be executed in one or more counterparts and each counterpart will, for all purposes, be deemed an original, but all such counterparts will together constitute one and the same instrument. 25. Warranty of Services. Vendor warrants that its services will be of a high quality and conform to generally prevailing industry standards. City must give written notice of any breach of this warranty within thirty (30) days from the date that the services are completed. In such event, at Vendor's option, Vendor will either (a) use commercially reasonable efforts to re -perform the services in a manner that conforms with the warranty, or (b) refund the fees paid by City to Vendor for the nonconforming services. 26. Immiaration and Nationality Act. Vendor must verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (1-9). Upon request by City, Vendor will provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor must adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Vendor employee who is not legally eligible to perform such services. VENDOR WILL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY VENDOR, VENDOR'S EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, OR AGENTS. City, upon written notice to Vendor, will have the right to immediately terminate this Agreement for violations of this provision by Vendor. 27. Ownership of Work Product. City will be the sole and exclusive owner of all reports, work papers, procedures, guides, and documentation that are created, published, displayed, or produced in conjunction with the services provided under this Agreement (collectively, "Work Product"). Further, City will be the sole and exclusive owner of all copyright, patent, trademark, trade secret and other proprietary rights in and to the Work Product. Ownership of the Work Product will inure to the benefit of City from the date of conception, creation or fixation of the Work Product in a tangible medium of expression (whichever occurs first). Each copyrightable aspect of the Work Product will be considered a "work -made - for -hire" within the meaning of the Copyright Act of 1976, as amended. If and to the extent such Work Product, or any part thereof, is not considered a "work -made -for -hire" within the meaning of the Copyright Act of 1976, as amended, Vendor hereby expressly assigns to City all exclusive right, title and interest in and to the Work Product, and all copies thereof, and in and to the copyright, patent, trademark, trade secret, and all other proprietary rights therein, that City may have or obtain, without further consideration, free from any claim, lien for balance due, or rights of retention thereto on the part of City. 28. mature Authority. The person signing this Agreement hereby warrants that they have the legal authority to execute this Agreement on behalf of the respective party, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. This Agreement and any amendment hereto, may be executed by any authorized representative of Vendor. Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. Vendor Services Agreement Page 8 of 13 29. Chan in Comnanv Name or Ownershits. Vendor must notify City's Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records. The president of Vendor or authorized official must sign the letter. A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of director's resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the specified documentation may adversely impact invoice payments. 30. No Bovcott of Israel. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of this Agreement. The terms "boycott Israel" and "company" have the meanings ascribed to those terms in Chapter 2271 of the Texas Government Code. By signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the Agreement. 31. Prohibition on Bovcottine Energv Companies. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the Vendor that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 32. Prohibition on Di.5criminatioR.-Against Firearm and Ammunition Industries. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the Vendor that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of this Agreement against a firearm entity or firearm trade association. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 33. Electronic Signatures. This Agreement may be executed by electronic signature, which will be considered as an original signature for all purposes and have the same force and effect as an original signature. For these purposes, "electronic signature" means electronically scanned and transmitted versions (e.g. via pdf file or facsimile transmission) of an original signature, or signatures electronically inserted via software such as Adobe Sign. (signature page follows) (remainder of this page intentionally left blank) Vendor Services Agreement Page 9 of 13 IN WITNESS WHEREOF, the parties hereto have executed this Agreement in multiples. CITY OF FORT WORTH' : ` By: William Johnson (D c 19, 202410:20 CST) Name: William Johnson Title: Assistant City Manager Date: VENDOR: J-Peam, L.L.C. dba John Sons Press By: Name: Adrian Hernandez Title: Owner Date FOR CITY OF FORT WORTH INTERNAL PROCESSES: Approval Recommended: C&6�- ceder By Chris Harder (Dec 18, 2024 13:27 CST) Name: Christopher Harder, P.E. Title: Water Department Director Attest: By: Name: Jannette S. Goodall Title: City Secretary /�l - 7.3 -a1/ Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. nnq� o� FORT��� WL�dBIL p'o °C9�d By: 1" �7 �o Zt Name: Patty an ilson PEA° a%>EXA54q� Title: Contract Services Administrator �bnn a44 Contract Authorization: M&C: 24-1019 Date M&C Approved: November 19, 2024 Form 1295:2024-1218626 Approved as to Form and Legality: By: Name: Jessika Williams Title: Assistant City Attorney OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Vendor Services Agreement Page 10 of 13 EXHIBIT A SCOPE OF SERVICES Vendor will provide non-exclusive printing services on an as needed basis for the City of Fort Worth in accordance with the description and specifications below. City departments may obtain written quotes from all awarded vendors during the ordering process to ensure best value and pricing. 1. The following general requirements apply to all categories of work: 1.1 Vendor must provide pick-up and delivery service for all jobs submitted. Vendor must provide services within designated pick-up and delivery areas within a 20-mile radius of the City of Fort Worth, at no charge. 1.2 Vendor guarantees turnaround time of three (3) to five (5) business days. 1.3 Vendor must provide an on -site Press Check when requested, unless other managements agreeable to the City or its representatives are made. 1 A Vendor shall only accept job requests from City authorized staff members, unless other contact arrangements have been made for specific projects. 1.5 Vendor must provide one specific sales representative to handle City's accounts. The sales representative shall inform City purchasing and user departments of new materials and processes, handle billing problems, special orders, etc. 1.6 Vendor shall be responsible for providing all labor, equipment, material and consumables necessary for the production of printed material by copying and/or offset printing. 1.7 Document quality must be acceptable to the City department requesting the work. 1.8 Proofs are required, if requested by City departments, and are subject to City approval before initiation and completion of the project. Vendor(s) shall be held responsible for getting all proofs approved by the requesting department. The proofs shall be signed and dated by an authorized staff member of the requesting department prior to printing. 1.9 Ownership of Materials: Upon delivery, all work products, including without limitation, all writings, drawings, plans, reports, specifications, calculations, documents, other materials and copyright interests developed under this Agreement shall be and remain the exclusive property of City without restriction or limitation upon their use. Vendor(s) agrees that all copyrights which arise from creation of the work pursuant to this Agreement shall be vested in City, and Vendor(s) waives and relinquishes all claims to copyright or other intellectual property rights in favor of the City. Neither Contractor(s) nor its subcontractors, if any, shall make any of such materials available to any individual or organization without the prior written approval of the City Manager or designee. 1.10 Completed print jobs shall be packaged in boxes or cartons adequate to contain and protect the contents. All packages, boxes, and cartons shall be labeled as to contents, purchase order number, job order number and ordering department and department contact name. All products used for shipping will be recyclable in the City's Recycling Program and shall contain recycled-contcnt materials. Vendor Services Agreement Page 11 of 13 1.11 A minimum of 30% post -consumer content will be accepted unless otherwise specified for a greater amount. 12 All work completed will be subject to inspection and approval by the ordering department and the City reserves the right to reject and refuse acceptance of work, which is not in accordance with the instructions, specifications, drawings, data or quality standards of same. Rejected work shall be at the expense of the vendor(s). 1.13 Print services pricing is all-inclusive. Pricing includes pickup and delivery. 2. The general requirements for digital print and copy services: 2.1 Vendor must provide digital print and copy that include standard black and white copies/prints; standard color copies/print; some oversize black/white/color copies/prints; blueprints and finishing services. 2.2 Pricing must include the following services: 2.2.1 8.5xI I Black and White Copies 2.2.2 11x17 Black and White Copies 2.2.3 8.5xI I Color Copies 2.2.4 11 x 17 Color Copies 2.3 Finishing Services: 2.3.1 Stapling (1, 2 or 3 staples) 2.3.2 Cutting 2.3.3 folding (tri-fold and z fold) 2.3.4 Padding 2.3.5 Scoring 2.3.6 Perforating 2.3.7 Laminating 2.3.8 Comb binding (plastic, 15-19 rings in assorted colors) 2.3.9 Coil binding 2.5.10 Velo binding 2.5.11 Wire-0 binding 2.5.12 Tape binding 2.5.13 Thermal binding 2.5.14 Saddle Stitch binding 2.5.15 Perfect Binding 2.5.16 Post binding 2.5.17 Collating (hand) 2.5.18 Inserting (hand) 2.5.19 Tabs (insertion) 2.5.20 Tab printing (mylar) 2.5.21 Booklet making 2.5.22 Die cut (over the doorknob) 2.5.23 Sequential numbering Vendor Services Agreement Page 12 of 13 3. Offset Printing and High -Volume Color Printing 3.1 Individual Departments will order City letterhead, envelopes, and business cards with their individualized text requests. There shall be no vaI iation on the specifications for City letterhead, envelopes, or business cards (i.e. type of paper, colors on the logo, etc., only the text). All letterhead, envelopes and business cards should follow Administrative Regulation D4. 3.2 Delivery shall be no more than five (5) working days from signed proof. Vendor must match type style, print position, logos, and ink colors. Orders will be placed on an as- needed basis. Pricing shall be all inclusive of artwork, negatives, raw materials, production costs and freight. No other charges will be allowed. 3.3 No variation from specifications or samples will be allowed. City letterhead will be printed on 24# white bond with 25% cotton, at least 40 brightness; envelopes will be on matching stock; and business cards will be 80# bright white cover stock. The City logo is a two (2) color logo. All other envelopes listed will be standard, white, envelope stock paper. 3.4 Pantone colors are: PMS 175 Brown PMS 288 Blue 3.5 Fonts: "City of Fort Worth" Cheltenham 4. Estimated Quantities Annual estimated quantities (no minimum quantities will be allowed): 106 reams City Letterhead 106 reams City Letterhead (second sheet) 1,511 boxes City Envelopes to match 573 boxes 250 Business Cards 257 boxes 500 Business Cards 50 boxes 1,000 Business Cards Specialty Services 5.1 Vendor is capable of offering a wide range of services including graphic design, maps, calendars, annual I reports, and multi -faceted informational packages. The City may request quotes for these types of specialty services. 5.2 Contractor is capable of providing mail services including mail merge, pre- sorting, ink jetting, and post office delivery. Mail services will use City's indicia for postage. Vendor Services Agreement Page 13 of 13 EXHIBIT B PAYMENT SCHEDULE 1-Peam, LLC. Success: All data is valid! Status Bid/No Bid Decision Item # uOM Qua ntitv Reauired Unit Price Brand and Make Total Cost Project Ref# 24-0234; Printing Services Success: All values provided Bid #1-1 EA 50000 $0.24 24# Bright white Capital Bond $12,100.00 Success: All values provided Bid #1-2 EA 50000 $0.29 10/24 Bright White Envelope Capital Bond $14,500.00 Success: All values provided Bid #1-3 EA 50000 $0.27 10/24 Reg Env B White $13,500.00 Success: All values provided Bid #1-4 EA 50000 $0.22 24# BW LH Capital Bond $10,850.00 Success: All values provided Sid #1-5 EA 50000 $0.19 24# Bright White Envelopes # 10 Capital Bond $9,250.00 Success: All values provided Bid #1-6 EA 50000 $0.18 Regular #10 /24 white wove Envelope Capital Bond $9,000.00 Success: All values provided Bid #1-7 EA 250000 $0.08 Accent 80# cover $21,000.00 Success: All values provided Bid #1-8 EA 250000 $0.05 Accent 80# cover $12,500.00 Success: All values provided Bid #1-9 EA 20000 $0.03 Accent 80# cover $600.00 Success: All values provided Bid #1-10 EA 10000 $0.18 NCR 2pt $1,780.00 Success: All values provided Bid #1-11 EA 10000 $0.22 NCR 3pt $2,220.00 Success: All values provided Bid #1-12 EA 10000 $0.13 NCR 4 pt $1,325.00 Success: All values provided Bid #1-13 EA 250000 $0.12 67# vellum Bristol Springhill $30,850.00 Success: All values provided Bid #1-14 EA 50000 $0.20 50# williamsberg Offset $10,000.00 Success: All values provided Bid #1-15 EA 10000 $0.22 Pro Gloss 100# $2,200.00 Success: All values provided Bid #1-16 EA 10000 $0.34 Pro Gloss 100# $3,400.00 Success: All values provided Bid #1-17 EA 10000 $0.21 Pro Gloss 80# $2,100,00 Success: All values provided Bid #1-18 EA 10000 $0.33 Pro Gloss 80# $3,260.00 Success: All values provided Bid #1-19 EA 10000 $0.21 Pro Gloss 70# $2,100.00 Success: All values provided Bid #1-20 EA 10000 $0.33 Pro Gloss 70# $3,300.00 Success: All values provided Bid #1-21 EA 2400000 $0.02 60# Williamsberg Offset $43,752.00 Success: All values provided Bid #1-22 EA 10000 $0.29 Crack n Peel $2,900.00 Success: All values provided Bid #1-23 EA 5000 $4.98 50# williamsberg Offset $24,900.00 Success: All values provided Bid #1-24 EA 10000 $0.22 Pro Gloss 14pt $2,200.00 Success: All values provided Bid #1-25 EA 20000 $0.19 Pro Gloss 14pt $3,800.00 Success: All values provided Bid #1-26 EA 30000 $0.28 Pro Gloss 14pt $8,400.00 Success: All values provided Bid #1-27 EA 50000 $0.25 Pro Gloss 14pt $12,500.00 Success: All values provided Bid #1-28 EA 500 $60.00 Gator Board 3/16 $30,000.00 Success: All values provided Bid #1-29 EA 500 $64.80 Gator Board 3/16 $32,400.00 Success: All values provided Bid #1-30 EA 500 $83.00 Gator Board 3/16 $41,500.00 Success: All values provided Bid #1-31 EA 500 $110.00 Gator Board 3/16 $55,000.00 Success: All values provided Bid #1-32 EA 100 $90.00 13oz Scrim $8,000.00 Success: All values provided Bid #1-33 EA 200 $79.00 13oz scrim $15,800.00 Success: All values provided Bid #1-34 EA 100 $60.00 corrugated plastic 3/16 $6,000.00 Success: All values provided Bid #1-35 EA 5000 $0.81 Pro Gloss 100# $4,050.00 Success: All values provided Bid #1-36 EA 5000 $0.57 Pro Gloss 100# $2,850.00 Success: All values provided Bid #1-37 EA 10000 $0.90 Pro Gloss 100# $9,000.00 Success: All values provided Bid #1-38 EA 10000 $0.12 Pro Gloss 14pt $1,237.00 Success: All values provided Bid #1-39 EA 10000 $0.10 Pro Gloss 14pt $1,000.00 Success: All values provided Bid #1-40 EA 10000 $0.15 Pro Gloss 14pt $1,500.00 Success: All values provided Bid #1-41 EA 10000 $0.13 Pro Gloss 14pt $1,300.00 Success: All values provided Bid #1-42 EA 20000 $0.14 Pro Gloss 14pt $2,800.00 Success: All values provided Bid #1-43 EA 60000 $0.10 Pro Gloss 14pt $6,000.00 Success: All values provided Bid #1-44 EA 10000 $0.24 Pro Gloss Apt $2,390.00 Success: All values provided Bid #1-45 EA 60000 $0.04 Pro Gloss 80# text $2,400,00 Success: All values provided Bid #1-46 EA 21000 $0.24 Pro Gloss 80# text $5,040.00 Success: All values provided Bid #1-47 EA 30000 $0.30 67# vellum Bristol Springhill $9,000.00 Not Bidding No Bid #1-48 EA 1 Not Bidding No Bid #1-49 EA 30000 Not Bidding No Bid #1-50 EA 1 Success: All values provided Bid #1-51 EA 400000 $0.06 10/24 window white wove $22,000.00 Success: All values provided Bid #1-52 EA 100000 $0.07 10/24 regular white wove $7,000.00 Not Bidding No Bid #1-53 EA 1 - Success: All values provided Bid #1-54 EA 100000 $0.25 NCR 110# manilla tag $25,000.00 Success: All values provided Bid #1-55 EA 60000 $0.27 NCR 110# manilla tag $16,200.00 Success: All values provided Bid #1-56 EA 210000 $0.20 Springhill 67# Vellum Bristol Yellow $42,000.00 Success: All values provided Bid #1-57 EA 26000 $0.20 Springhill 67# Vellum Bristol Red $5,200.00 Success: All values provided Bid #1-58 EA 16000 $0.22 Springhill 67# Vellum Bristol Red $3,520.00 Success: All values provided Bid #1-59 EA 80000 $0.22 Springhill 67# Vellum Bristol Blue $17,600.00 Success: All values provided Bid #1-60 EA 6000 $0.22 Springhill 67# Vellum Bristol Orange $1,320.00 Success: All values provided Bid #1-61 EA 100000 $0.03 Springhill 50# offset Blue $3,000.00 Success: All values provided Bid #1-62 EA 500 $0.83 Springhill 80# Ivory Cover $415.00 Success: All values provided Bid #1-63 EA 2500 $0.59 Accent 80# White Cover $1,475.00 Success: All values provided Bid #1-64 EA 1000 $8.29 50# williamsberg Offset $8,290.00 Success: All values provided Bid #1-65 EA 10000 $0.25 Pro Gloss 14pt $2,500.00 Success: All values provided Bid #1-66 EA 100 $128.00 100# Williamsberg Offset $12,800.00 Success: All values provided Bid #1-67 EA 30 $52.00 Aluminum .063 $1,560.00 Success: All values provided Bid #1-68 EA 48 $43.84 Aluminum .063 $2,104.32 Success: All values provided Bid #1-69 EA 4 $93.58 Aluminum .063 $374.32 Success: All values provided Bid #1-70 EA 8 $102.72 Aluminum .063 $821.76 Success: All values provided Bid #1-71 EA 4 $81.13 Aluminum .063 $324.52 Success: All values provided Bid #1-72 EA 4 $68.68 Aluminum .063 $274.72 Success: All values provided Bid #1-73 EA 4 $56.26 Aluminum .063 $225.04 Success: All values provided Bid #1-74 EA 4 $81.14 Aluminum .063 $324.56 Success: All values provided Bid #1-75 EA 100 $0.63 White Crack-n-Peel $63.00 Success: All values provided Bid #1-76 EA 250 $0.33 White Crack-n-Peel $82.50 Success: All values provided Bid #1-77 EA 250 $0.33 White Crack-n-Peel $83.00 Success: All values provided Bid #1-78 EA 1 $0.28 Adhesive Vinyl $0.28 Success: All values provided Bid #1-79 EA 500 $1.06 Adhesive Vinyl $530.00 Success: All values provided Bid #1-80 EA 250 $0.27 Pro Gloss 80# Text $67.50 Success: All values provided Bid #1-81 EA 3000 $0.77 Pro Gloss 80# Text $2,310.00 Success: All values provided Bid #1-82 EA 26 $78.34 13oz Vinyl $2,036.84 Success: All values provided Bid #1-83 EA 24 $147.15 13oz Vinyl $3,531.60 Success: All values provided Bid #1-84 EA 1 $97.18 13oz Vinyl $97.18 Success: All values provided Bid #1-85 EA 500 $0.28 Springhill Manilla Envelope $140.00 Success: All values provided Bid #1-86 EA 30000 $0.24 Accent 80# cover $7,200.00 Success: All values provided Bid #1-87 EA 96000 $0.26 Accent 80# cover $24,960.00 Success: All values provided Bid #1-88 EA 250 $0.61 Pro Gloss 80# text $152.50 Success: All values provided Bid #1-89 EA 1500 $0.61 Pro Gloss 80# text $915.00 Success: All values provided Bid #1-90 EA 100 $5.98 4mm Corrugated Plastic $598.00 Success: All values provided Bid #1-91 EA 100 $6.31 4mm Corrugated Plastic $631.00 Not Bidding No Bid #1-92 EA 5o0 Success: All values provided Bid #1-93 EA 500 $198.45 100# accent text $99,225.00 Success: All values provided Bid #1-94 EA 400 $9.17 NCR 110# manilla tag $3,668.00 Success: All values provided Bid #1-95 EA 25 $129.60 13oz Vinyl Mesh $3,240.00 Success: All values provided Bid #1-96 EA 25 $172.32 13oz Vinyl Mesh $4,308.00 Success: All values provided Bid #1-97 EA 1 $111.94 13oz Vinyl Mesh $111.94 Success: All values provided Bid #1-98 EA 2940000 $0.08 Wiliiamsberg 60# offset $231,966.00 Basket Total $1,061,800.58 Grand Total $1,061,800.58 Official site of the City of Riit V orth, Texas CITY COUNCIL AGENDA FflR H Create New From This M&C REFERENCE **M&C 24- 13PRFP 24-0234 DATE: 11/19/2024 NO.: 1019 LOG NAME: PRINTING SERVICES EC CITY CODE: G TYPE: CONSENT PUBLIC NO HEARING: SUBJECT. (ALL) Authorize Execution of Non -Exclusive Agreements with AC Printing, LLC, J-Peam, L.L.C., and Xpressdocs Partners, LTD. for Printing Services in a Combined Annual Amount Up to $1,800,000.00 for the Initial Term and Authorize Four One -Year Renewal Options for the Same Annual Amount for All City Departments RECOMMENDATION: It is recommended that the City Council authorize execution of non-exclusive agreements with AC Printing, LLC, J-Peam, L.L.C., and Xpressdocs Partners, LTD. for printing services in a combined annual amount up to $1,800,000.00 for the initial term and authorize four one-year renewal options for the same annual amount for all City Departments. DISCUSSJM: The purpose of this Mayor and Council Communication (M&C) is to procure non-exclusive agreements for printing services. In order to procure these services, Purchasing issued a Request for Proposal (RFP) No. 24-0234 describing the specifications for the printing services for City Departments. Examples of these specifications are: embossing envelopes with the City logo, printing citation books, water bills, the paper stock, font, and color required for specific documents, etc. The RFP was advertised in the Fort Worth Star -Telegram on July 3, 2024, July 10, 2024, July 17, 2024, July 24, 2024, July 31, 2024, August 7, 2024, and August 14, 2024. The City received seven (7) responses. Three (3) proposals were deemed non -responsive by Diversity and Inclusion (DVIN) for the reasons cited below: RR Donnelley, Inc. - Non -Responsive. The Utilization Plan was not submitted. Stone Shield Investments, LLC - Non -Responsive. Prime is not certified. Utilization Form submitted; however, no estimated amounts included and not signed. GFE submitted, but no supporting documents were included. Alphagraphics Humble - Non -Responsive. No Minority and Women Owned Business (MWBE) Documents submitted. An evaluation panel consisting of members of the Police Department, the Diversity and Inclusion Department, and the Fire Department reviewed and scored the submittals using Best Value criteria. The individual scores were averaged for each of the criteria and the final scores are listed in the table below: Proposer �lEvaluation Factors IRank la b c d -AC Printing, LLC 21.67 18.67 rr27.00 i25.Q0 92 34 r1 J-Peam, L.L.C. (dba John Sons 21.67 18.67I27.00 I16.73 84.07 !2 Press} Xpressdocs Partners, LTD. 121.67;1667124.00,17.34179.68IJ Signs PQ, LLC '8.33 r7.33 '10.00 * Signs PQ, LLC. did not score at least 501% of the total available points for technical criteria and were deemed non -responsive in accordance with the proposal documents. Best Value Criteria: a) Capacity and Approach to Perform Services b) Qualifications and Experience c) Ability to Meet the City's Needs d) Cost of Services After evaluation, the panel concluded that AC Printing, LLC, J-Peam, L.L.C. (John Sons Press), and Xpressdocs Partners, LTD. present the best value for the City. Therefore, the panel recommends that City Council authorize non-exclusive agreements with AC Printing, LLC, J-Peam, L.L.C., and Xpressdocs Partners, LTD. Staff certifies that the recommended vendors' proposals met specifications. No guarantee was made for a specific amount of services or goods that would be purchased. FUNDING: The combined maximum annual amount allowed under the agreements will be up to $1,800,000.00; however, the actual amount used will be based on the need of the departments and available budget. Funding is budgeted in the participating departments' Operating Funds. DVIN-BE: The recommended vendors are in compliance with the City's MWBE ordinance. The Business Equity Division placed a 13.3\% business equity goal on this solicitation/contract. Xpressdocs, will be exceeding the goal at 27.08\%, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division. John Sons Press, will be exceeding the goal at 100\% as a Business Equity Prime and self - performing the scope of the services, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division. AC Printing, LLC, will be exceeding the goal at 100\% as a Business Equity Prime and self - performing the scope of services, meeting ther Business Equity Ordinance. Any change in contractors will be reviewed by the Business Equity Division. ADMINISTRATIVE CHANGE ORDER: An administrative change order or increase may be made by the City Manager up to the amount allowed by relevant law and the Fort Worth City Code and does not require specific City Council approval as long as sufficient funds have been appropriated. AGREEMENT TERMS: The agreements shall begin upon execution and expire one year from that date. RENEWAL TERMS: The agreements may be renewed for up to four (4) additional, one-year terms. This action does not require specific City Council approval provided the City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal term. FISCAL INFORMATIONICERTIFIC,ATION: The Director of Finance certifies that funds are available in the current operating budget, as previously appropriated, in the participating departments' Operating Funds to support the approval of the above recommendation and award of the contracts. Prior to any expenditure being incurred, the participating departments have the responsibility to validate the availability of funds. BQN\\ TO �und Department Account ' Project Program Activity Budget Reference # Amount ID 1 ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference # Amount ID ID I Year (Chartfield 2) Submitted for City ManAger's Office by_ Origins ing Department Head: Additional Information Contact: ATTACHMENTS Reginald Zeno (8517) William Johnson (5806) Reginald Zeno (8517) Christopher Harder (5020) Jo Ann Gunn (8338) Eugene Chandler (2057) AC Printing_(Printina Services) Compliance MemoAporoval-NS.od€ (CFW Internal) AC Printina CIP1295 CofFW RFP24-0234.pdf (CFW Internal) AC arintina SAM.aov Search.pdf (CFW Internal) AC Printing Sec of State.pdf (CFW Internal) J-Peam (John Sons) SOS.Pdf (CFW Internal) John Sons 1295.pdf (CFW Internal) John Sons Press Printina Services Compliance Memo Approved-NS.pdf (CFW Internal) Jahn Sons SAM.nov Search.r)df (CFW Internal) Xoressdocs 1295.odf (CFW Internal) Xr)ressdocs compliance memo Aooroved-NS.odf (CFW internal) Xpressdocs SAM.aov Search.pdf (CFW Internal) Xr)ressdocs SOS,p�_f (Public) CERTIFICATE OF INTERESTED PARTIES FORM 1295 Complete Nos. 1- 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no Interested parties. 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. John Sons Press Fort Worth, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being fried. City of Fort Worth 1 of 1 OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2024-1218626 Date Filed: 09124/2024 Date Acknowledged: g Provide the identification number used by the govemtnentat entity or state agency to track or Identify the contact, and provide a description of the servIcss, goods, or other property to be provided under the contract. RFP 24-0234 Printing Services 4 Name of Interested party 5 Check only if there is NO Interested Party. X 6 UNSWORN DECLARATION My name Is ddp,1,4 el )zew 6 G ✓td.-L. My address Is ys—/0 /K t ! l e-4, (street) Nature of Interest City, State, country (plane of business) (check applicable) Controlling Intermediary , and my date of birth Is l - I ? - 6 9 'I" -Ile u, /1c - 74. 03Y Us (city) (state) (zip coda) (country) 0 I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of %x on the . Lday of 9 20 -Zlr�. (month) (year) Signature of authorized agent of con usiness entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V4.1.0.48da51f,