Loading...
HomeMy WebLinkAboutContract 62583CSC No. 62583 FORT WORTH, N* VENDOR SERVICES AGREEMENT This VENDOR SERVICES AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WORTH ("City"), a Texas home -rule municipal corporation acting by and through its duly authorized Assistant City Manager, and MESOTECH INTERNATIONAL, INC. ("Vendor"), a California corporation acting by and through its duly authorized representative, each individually referred to as a "party" and collectively referred to as the "parties." AGREEMENT DOCUMENTS: The Agreement documents includes the following documents, which shall be construed in the order of precedence as they are listed: 1. This Professional Services Agreement; 2. Exhibit A Scope of Services; 3. Exhibit B— Price Schedule; 4. Exhibit C— Verification of Signature Authority Form 5. Exhibit D — Bid Bond 6. Exhibit E — Performance Bond 7. Exhibit F — Payment Bond 8. Exhibit G — Maintenance Bond 9. Exhibit H — Wage Rates 1. Scope of Services. Vendor will provide installation of an Automated Weather Observation System (AWOS III PT) for the Aviation Department ("Services"), which are set forth in more detail in Exhibit "A"— Scope of Services, attached hereto and incorporated herein for all purposes. 2. Term. The initial term of this Agreement is for one (1) 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 options (each a "Renewal Term"). 3. Compensation. 3.1 Total compensation under this Agreement will not exceed one hundred fifty-five thousand eight hundred and one dollars and zero cents ($155,801.00). 3.2 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. 3.3 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 OFFICIAL RECORD CITY SECRETARY Vendor Services Agreement Page 1 of 11 FT. WORTH, TX 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. 4.2 Non-Abbronriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement will terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. 4.3 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date, City will pay Vendor for services actually rendered up to the effective date of termination and Vendor will continue to provide City with services requested by City and in accordance with this Agreement up to the effective date of termination. Upon termination of this Agreement for any reason, Vendor will provide City with copies of all completed or partially completed documents prepared under this Agreement. In the event Vendor has received access to City Information or data as a requirement to perform services hereunder, Vendor will return all City -provided data to City in a machine-readable format or other format deemed acceptable to City. 5. Disclosure of Conflicts and Confidential Information. 5.1 Disclosure of Conflicts. Vendor hereby warrants to City that Vendor has made full disclosure in writing of any existing or potential conflicts of interest related to Vendor's services under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this Agreement, Vendor hereby agrees immediately to make full disclosure to City in writing. 5.2 Confidential Information. Vendor, for itself and its officers, agents and employees, agrees that it will treat all information provided to it by City ("City Information") as confidential and will not disclose any such information to a third party without the prior written approval of City. 5.3 Public Information Act. City is a government entity under the laws of the State of Texas and all documents held or maintained 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. Vendor Services Agreement Page 2 of 11 6. Ri2ht 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 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, 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 ACTS) 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, FROM AND AGAINST ANY AND ALL CLAIMS OR LAWSUITS OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO 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, REPREENTATIVES, 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 Vendor Services Agreement Page 3 of 11 AGREEMENT, IT BEING UNDERSTOOD THAT THIS AGREEMENT TO DEFEND, SETTLE OR PAY WILL NOTAPPLYIF CITYMODIFIES 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 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 WRITTENNOTICE OFANYSUCH CLAIM OR ACTION, WITH COPIES OF ALL PAPERS CITY MAY RECEIVE RELATING THERETO. NOTWITHSTANDING THE FOREGOING, CITY'S ASSUMPTION OF PAYMENT OF COSTS OR EXPENSES WILL NOT ELIMINATE VENDOR'S DUTY TO INDEMNIFY CITY UNDER THIS AGREEMENT. IF THE SOFTWARE AND/OR DOCUMENTATION OR ANY PART THEREOF IS HELD TO INFRINGE AND THE USE THEREOF IS ENJOINED OR RESTRAINED OR, IF AS A RESULT OF A SETTLEMENT OR COMPROMISE, SUCH USE IS MA 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 WITH EQUALLYSUITABLE, 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 Vendor Services Agreement Page 4 of 11 obligations may apply. Vendor must provide City with a fully executed copy of any such subcontract. 10. Insurance. Vendor must provide City with certificate(s) of insurance documenting policies of the following types and minimum coverage limits that are to be in effect prior to commencement of any Services pursuant to this Agreement: 10.1 Coverage and Limits (a) Commercial General Liability: $1,000,000 - Each Occurrence $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): ® Applicable I❑ N/A $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. Vendor Services Agreement Page 5 of 11 (b) The workers' compensation policy must include a Waiver of Subrogation (Right of Recovery) in favor of City. (c) A minimum of Thirty (30) days' notice of cancellation or reduction in limits of coverage must be provided to City. Ten (10) days' notice will be acceptable in the event of non-payment of premium. Notice must be sent to the Risk Manager, City of Fort Worth, 200 Texas Street, Fort Worth, Texas 76102, with copies to the Fort Worth City Attorney at the same address. (d) The insurers for all policies must be licensed and/or approved to do business in the State of Texas. All insurers must have a minimum rating of A- VII 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. ComDliance with Laws. Ordinances. Rules and ReLyulations. Vendor agrees that in the performance of its obligations hereunder, it will comply with all applicable federal, state and local laws, ordinances, rules and regulations and that any work it produces in connection with this Agreement will also comply with all applicable federal, state and local laws, ordinances, rules and regulations. If City notifies Vendor of any violation of such laws, ordinances, rules or regulations, Vendor must immediately desist from and correct the violation. 12. Non -Discrimination Covenant. Vendor, for itself, its personal representatives, assigns, contractors, subcontractors, and successors in interest, as part of the consideration herein, agrees that in the performance of Vendor's duties and obligations hereunder, it will not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. IF ANY CLAIM ARISES FROM AN ALLEGED VIOLATION OF THIS NON-DISCRIMINATION COVENANT BY VENDOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, CONTRACTORS, SUBCONTRACTORS, OR SUCCESSORS IN INTEREST, VENDOR AGREES TO ASSUME SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS FROM SUCH CLAIM. 13. Notices. Notices required pursuant to the provisions of this Agreement will be conclusively determined to have been delivered when (1) hand -delivered to the other party, its agents, employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the transmission, or (3) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: Vendor Services Agreement Page 6 of 11 To CITY: City of Fort Worth Attn: Assistant City Manager 100 Fort Worth Trail Fort Worth, TX 76102 With copy to Fort Worth City Attorney's Office at same address To VENDOR: Mesotech International, Inc. Andrew Kuchel, Chief Strategy Officer 2731 Citrus Road, Suite D Rancho Cordova, CA 95742 14. Solicitation of Emvlovees. 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 Maieure. 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. Vendor Services Agreement Page 7 of 11 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, Exhibit A, and Exhibit B. 22. Amendments / Modifications / Extensions. No amendment, modification, or extension of this Agreement will be binding upon a party hereto unless set forth in a written instrument, which is executed by an authorized representative of each party. 23. Entirety of Agreement. This Agreement, including Exhibits A and B, 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. Immigration Nationalitv Act. Vendor must verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Vendor will provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor must adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Vendor employee who is not legally eligible to perform such services. VENDOR WILL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY VENDOR, VENDOR'S EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, OR AGENTS. City, upon written notice to Vendor, will have the right to immediately terminate this Agreement for violations of this provision by Vendor. 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 Vendor Services Agreement Page 8 of 11 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. Signature Authoritv. 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. 29. Change in Companv Name or Ownership. Vendor must notify City's Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records. The president of Vendor or authorized official must sign the letter. A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of director's resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the specified documentation 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 the contract. The terms "boycott Israel" and "company" has the meanings ascribed to those terms in Section 2271 of the Texas Government Code. By signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the Agreement. 31. Prohibition on Bovcotting Energv Companies. 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 Discrimination Against Firearm and Ammunition Industries. 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 the contract 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. Vendor Services Agreement Page 9 of 11 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. 34. HUB Goal. The HUB Goal for this Project is 0%. (signature page follows) (remainder of page intentionally left blank) Vendor Services Agreement Page 10 of 11 IN WITNESS WHEREOF, the parties hereto have executed this Agreement in multiples. CITY OF FORT WORTH: . W44-,/L By: Valerie Washington (Jan 8, 202509:21 CST) Name: Valerie Washington Title: Assistant City Manager Date: Jan 8, 2025 VENDOR: Mesotecb Intomntinnnl Inc..: By: /✓ Name: Andrew Kuchel Title: Chief Strategy Officer Date: 01-07-2025 FOR CITY OF FORT WORTH INTERNAL PROCESSES: Approval Recommended: 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 By: and reporting requirements. Name: Roger Venables Title: Aviation Director Attest: ,04494pn� adF F'RT °°a B y: K �Wi.¢Q, 4 Name: Katya Flores °°a*000 Title: Sr. Contract Compliance Specialist ,p _ 000*gip QaGn nBauS�',� By: Name: Jannette Goodall Approved as to Form and Legality: Title: City Secretary Chace- P�/�i� Contract Authorization: By: Candace Pagliara (Jan e2025 08:23 CST) M&C: 24-1066 Name: Candace Pagliara Date M&C Approved: 12/10/2024 Title: Assistant City Attorney Form 1295: 2024-1236494 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Vendor Services Agreement Page 11 of 11 EXHIBIT A SCOPE OF SERVICES 1.0 PROJECT DESCRIPTION 1.1 The project shall consist of replacing an existing Automated Weather Observing System with an Automated Weather Observing System III with Present Weather Sensor and Thunder Strike Alert components (AWOS III P/T) at the Fort Worth Spinks Airport. The system shall be installed in accordance with Federal Aviation Administration Advisory Circular 150/5220-16, (latest revision), "Automated Weather Observing Systems (AWOS) for Non-federal Applications" and as indicated in this specification. 2.0 PROJECT REQUIREMENTS 2.1 The system as installed will include all labor, equipment, materials, peripherals, training, services, one-year warranty, one year of AWOS System Maintenance, and incidentals as necessary to place the system in operation to the satisfaction of the Owner/State and be ready for commissioning by the Federal Aviation Administration (FAA). Vendor shall have FAA certification for the AWOS III P/T at the time of bid submittal and will provide copies of such approval upon request. 2.2 The Vendor shall ascertain that all AWOS and Very High Frequency (VHF) system components installed in the system are compatible in all respects with each other and the remainder of any existing system. Any non -compatible components shall be replaced with compatible components at no additional cost to the owner. 2.3 The Vendor shall utilize an established and proven equipment configuration. 2.4 Vendor will prepare the Memorandum of Agreement (MOA) and Operations and Maintenance Manual (OMM) as required by FAA Order 6700.20 for City of Fort Worth TX (City) signature before scheduling FAA commissioning ground inspection and any other checks required before the AWOS can be authorized to operate. 2.5 The following documents shall be considered a part of these provisions: 2.5.1 Advisory Circular (AC) 150/5220-16, (latest revision) "Automated Weather Observing Systems for Non -Federal Applications" 2.5.2 AC 150/5220-16, (latest revision) "Automated Weather Observing Systems for Non -Federal Applications" 2.5.3 FAA Order 6560.20, (latest revision) "Siting for Automated Weather Observing Systems" 2.5.4 AC 70/7460-1, (latest revision) "Obstruction Marking and Lighting" 3.0 FEDERAL COMMUNICATIONS LICENSE(S) 3.1 Vendor must submit necessary forms and acquire a Federal Communications Commission License for an AWOS VHF broadcast license. If required, Vendor shall also submit all necessary forms and acquire an FCC license for Ultra High Frequency (UHF) license. 3.2 Vendor shall coordinate and monitor the receipt of the licenses with Owner/State and FCC to ensure all necessary licenses are received. Vendor shall submit a report to Owner/State with all FCC license call signs and expiration dates. 4.0 SITE PREPARATION 4.1 The Vendor shall provide all necessary site preparation work for installation of the AWOS, which includes, but is not limited to removal of existing AWOS, foundations and grounding systems if necessary, grading, leveling, grubbing, and making the site acceptable for the installation of necessary foundations and equipment. 4.2 Electrical power supply and telephone line for the operation of the system shall be provided by the airport sponsor. The electrical power supply shall terminate with an electrical disconnect 25 feet from the designated installation location. The telephone line shall also terminate at this location in an appropriate box. 4.3 Vendor shall provide and install control and data cables in conduit from the AWOS Central Processing Unit (CPU) to remote sensors. Radio Frequency (RF) transmitter and receiver shall be provided to the site by the Vendor if required. 4.4 If needed, Vendor shall construct concrete foundations for the tower base and other equipment. AWOS Manufacturer shall submit foundation drawings specific to selected site and equipment with specified concrete compressive strength and reinforcing requirements. 4.5 Following installation, the site shall be cleaned, debris removed, and surface leveled to that of surrounding areas to allow for mowing and maintenance of the area disturbed. 5.0 INSTALLATION 5.1 Vendor shall not proceed with installation until the approved schedule is developed and only following a notice to proceed by the City. 5.2 The work shall be performed by the AWOS manufacturer or approved contractor regularly engaged in work of this type and shall include furnishing and installing the equipment, calibration, start-up, and commissioning of equipment. 5.3 Sensors shall be installed at the locations and elevations as approved by City/State and the Federal Aviation Administration. All connections of the cables to the sensors, AWOS tower, processing unit, and data terminal will be in accordance with the manufacturer's specifications. VHF antenna shall be mounted at the AWOS site unless another location is approved by the City/State. 5.4 Vendor shall provide and install control and data cables in conduit from the AWOS CPU to remote sensors. RF transmitter and receiver shall be provided to the site by the Vendor if required. 5.5 Vendor shall anticipate multiple installation visits as conditions dictate. 6.0 EQUIPMENT: 6.1 AWOS III Instrumentation: The systems to be installed shall be FAA certified as AWOS III or AWOS III P/T as finally configured at the time of contract award. All equipment provided shall be new and meet the specifications in FAA AC 150/5220-16 (latest revision). 6.1.1 Tower: Existing tower can be refurbished and used if it meets current standards and Vendor equipment. If a new tower is needed, Vendor shall install either a self-supporting or a tilt- over tower as specified by manufacturer for the system and as indicated on the project -specific bid form. The tilt -over tower shall have a steel supporting rest in a concrete foundation that is required to hold the tower in its tilt -down position without touching ground. Either tower type shall not exceed the height specified for the equipment to be installed on the tower. 6.1.2 The tower shall be painted with a six -band marking with alternating bands of aviation surface orange (the top band) and white. The bandwidths shall be 1/6 of the height of the tower and perpendicular to the vertical axis of the tower with the bands at each end -colored orange. Paint and aviation colors shall conform to Federal Standards. The tower shall be primed in accordance with the tower manufacturer's specifications prior to painting. 6.1.3 A Dual L-810 obstruction light shall be placed within 5 feet of the top of the tower in accordance with FAA requirements. The two lamps on the L810 shall be wired in parallel on a dedicated circuit. 6.1.4 Voice Subsystem: A. The voice subsystem shall provide high- quality, computer - generated speech for output of the AWOS observation. The voice subsystem should also provide the speech for the local ground -air radio broadcast and telephone dial -up users. The system shall have the capability of hooking up to a minimum of two (2) phone lines and for the addition of a manually input voice message at the end of the computer - generated voice message. The system shall have the capability of remotely programming a voice message via telephone. A security access code shall prevent unauthorized use, and the system will automatically play back the recorded message and allow the user to reprogram, delete, or accept the message. 6.1.5 Uninterruptible Power Supply (UPS): The Vendor shall provide a UPS to regulate power and provide a backup power supply source for power outages. The UPS shall be capable of powering the AWOS for a minimum of one (1) hour. 6.1.6 National Airspace Data Interchange Network (NADIN)/ Weather Message Switching Center Replacement (WMSCR) Interface: The AWOS shall include equipment for interfacing with a Vendor that is approved to download information through the NADIN and into the WMSCR. Vendor shall provide one (1) year of NADIN connection service to be concurrent with the AWOS maintenance contract. 6.1.7 Transient and Lightning Protection: AWOS equipment should be protected against damage or operational upset due to lightning surges, power line transients and surges, and other electromagnetic fields and charges on all sensor input lines, sensor supply lines, and incoming power and data communications lines. Lightning protection systems shall be designed and installed in accordance with the Lightning Protection Code, National Fire Protection Association (NFPA) 780, and the manufacturer recommendations for all equipment. 6.1.8 Test Equipment: The Contractor shall supply the City with the necessary test equipment to maintain the AWOS weather sensors according to the manufacturer's FAA - approved maintenance plan. 6.1.9 Spare Components: The Contractor shall provide the City with the manufacturer's minimum recommended spare components necessary to restore the AWOS to service following a malfunction. 6.1.10 Maintenance Agreement: The Vendor shall provide a one (1) year AWOS maintenance agreement that meets the FAA AC No. 150/5220-16 (latest revision) requirements and begins on the date of FAA commissioning. The maintenance agreement shall include all required inspections and maintenance as defined by AC No. 150/5220-16 (latest revision) but will not include any repairs made under the one-year warranty for the installed system. 7.0 ADDITIONAL SERVICES 7.1 Vendor shall: 7.1.1 Conduct all required systems performance tests. System must be in total working condition before scheduling FAA site commissioning. If multiple FAA commissioning visits are necessary, Vendor shall reimburse other contractors, the FAA, and the City for associated additional travel costs if requested. 7.1.2 Prepare the AWOS for the FAA ground check. Place and keep the AWOS in an operational test mode until it is certified by the FAA. If the FAA disapproves either the ground check or flight check, the Vendor shall correct the discrepancies and re- schedule the FAA ground or flight check. 7.1.3 Provide a qualified technician on site for any required FAA ground check, flight check, and site commissioning of the AWOS. 7.1.4 Post any certificates and notices required in AC 150/5220-16, (latest version). 7.1.5 Vendor to schedule a session after commissioning at the airport to provide complete system operation, maintenance, repair training, and certification. Vendor will ensure that all airport representatives and operators as designated by the City are notified of the training session and will personally conduct the training on -site. 7.1.6 Provide one complete set of AWOS system manuals to the City. 8.0 BASIS OF PAYMENT 8.1 Siting, Licensing and Installation: 8.1.1 Each system shall be installed in accordance with the Plans and General and Special Provisions. The unit price shall be full compensation for all labor, equipment, materials, peripherals, training, services, one-year warranty, one year of AWOS System Maintenance, and incidentals as necessary to place the system in operation to the satisfaction of the City/State and be ready for commissioning by the Federal Aviation Administration. 8.1.2 The contractor is eligible to receive payment up to 95% of the contract amount pending final inspection and acceptance by City/State. Release of final payment does not release Vendor of the obligation to have equipment certified and commissioned by the FAA. Vendor shall correct, repair, and/or replace any equipment necessary to have equipment commissioned by the FAA. Vendor is not released from this contract until the final commissioning of the system. 8.1.3 Vendor shall make all necessary repairs, corrections, changes, and modifications to the AWOS system before acceptance by City/State. The airport City should not be relied upon at any time to assist or make the necessary repairs, corrections, changes, or modifications. EXHIBIT B PRICE SCHEDULE Primary Responses Success: All data is valid! Bid�No Bid Project Ref# 24-0304; Automated Weather Observation Systems (AWOS) I Remove existing equipment and replace in current location, AWOS III including present Success: All values provided Bid #1-1 weather sensor, with a self-supporting tower installed complete in place according to specification — Success: All values provided Bid #1-2 NADINIWMSCR Interface Equipment with one year of NADIN connection service One year of AWOS maintenance that meets the Success: All values provided Bid #1-3 requirements of FAA AC No. 15015220-16 or latest revision Training and certification for City of Fort Worth Success: All values provided BW #1_4 personnel to service and maintain installed equipment Success: All values provided Bid #1-5 Thunder Strike Alert (Additive Alternate 1) Success: All values provided Bid #1-6 Upgrade to Ultra Sonic Wind Sensor (Additive Alternate 2) Numeric I Text 1 $120.a76.00 Mesotech c 120.?7? cc ■ 1 1 S 920 00 RSI Net $ 920 00 1 S 5,500.00 mas AWO5 Servic[ $ 5,500 00 1 51 00 Mesotech 31 cc 1 3 24,930 03 1.lesotech 524,98000 1 $4,024.00 Mesotech $4,02400 S 155'W1.00 $155,W1.00 EXHIBIT C VERIFICATION OF SIGNATURE AUTHORITY FORM FORTWORTH.1 CITY OF FORT WORTH -PURCHASING DIVISION '%-r' AUTHORIZED SIGNATURE AND CONTACT DETAILS RFP Ref. #: 24-0304 I Doc. Ref#: RFP-03 I Page 1 of 1 RFP Title: Automated Weather Observation Systems (AWOS) Legal Name of Proposer: Mesotech International, Inc. D/B/A Name of Proposer: Mesotech International, Inc. City of Fort Worth Bidder/Supplied Id or Federal Id Number (TIN): 68-0378994 Address: 2731 Citrus Road, Suite D Rancho Cordova, CA 95742-6303 Name of the Authorized Representative: Christopher Swinehart Title: Chief Operating Officer The undersigned, by his/her signature, represents that he/she is submitting a binding Proposal and is authorized to bind the respondent to fully comply with the solicitation document contained herein. The Respondent, by submitting and signing below, acknowledges that he/she has received and read the entire document packet for this RFP and agrees to be bound by the terms therein. The undersigned agrees if the Proposal is accepted, to furnish any and all items and/or services upon which prices are offered, at the price(s) and upon the tenns, conditions, and scope/specifications contained in this RFP. Christopher Ugilally,gned by ChristghxR SMhWA01094EI0010170201 winehart:A01094E00000 s 389D200025857 17020B389D200025857 D-:20z4.10.2a10:15ez-07-00' Signature of the Authorized Representative: Email: chris@mesotech.com Name of Contact Person - 1: Andrew Kuchel Title of Contact Person - 1: Chief Strategy Officer Email: kkuchel@mesotech.com Name of Contact Person - 2: Tanner Landon Title of Contact Person - 2: Sales Manager Email: tlandon@mesotech.com Name of Contact Person - 3: Anita i.emus Title of Contact Person - 3: Sales Assistant Email: alemus@mesotech.com Phone: (91 6) 368-2020 Phone: (916) 368-2020 Phone: (916) 368-2020 ex. 403 Phone: (916) 368-2020 ex. 505 EXHIBIT D BID BOND KNOW ALL BY THESE PRESENTS: BID BOND Page 1 or 2 That we, Mesotech International, Inc. , known as "Bidder" herein and The Ohio Casualtv Insurance Company a corporate surety duly authorized to do business in the State of Texas, known as "Surety' herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of two percent (2%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as Automated Weather Observation Svstem (AWOS) ReDlacement at Fort Worth SDinks Airport NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 31 st day of October 2024. ATTEST: Witness as to Principal 1 Q,.%viLr I...,a,n(-1.4\ CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 PRINCIPAL: Mesotech International. Inc. BY: / / rgna re / «�r� fit//�Q✓ S(N}'h�� 160e ' Name and Title / Bid Bond w ne UsuretY Karen A. OConnell Attach Power of Attorney (Surety) for Attorney -in -Fact BID BOND Page 2 of 2 Address: 2-731 c"A-t5 &A S4 .9 SURETY: The Ohio Casualty Insurance Coinoany BY: eignaturee Martin Moss, Attorney -in -Fact Name and Title Address: 175 Berkley Street Boston. MA 02116 Telephone Number: (513) 603-2400 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 Bid Bond State of Illinois } } ss. County of DuPage } On October 31, 2024, before me, Karen A. OConnell, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Martin Moss known to me to be Attorney -in -Fact of The Ohio Casualtv Insurance Company the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. My Com ission E it rr ary 15, 2026 Kar n X. OConnell, Notary Public Commission No. 946454 OFFICIAL SEAL KAREN A OCONNELL NOTARY PUBLIC, STATE OF ILLINOIS COOK COUNTY MY COMMISSION EXPIRES 02/15/2026 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Liberty Mutual Insurance Company Mutual. The Ohio Casualty Insurance Company Certificate No: 8207427-285144 SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies'), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Amy Wickett; Dawn L. Morgan; Dawn Sallay; Diane M. Rubright; Grace Casaus; James I. Moore; Jennifer J. McComb; Martin Moss; Melissa Schmidt; Sherry Bacskai; Stasha King; Stephen T. Kazmer; Tariese M. Pisciotto all of the city of Downers Grove state of IL each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 3rd day of March 2022 . Liberty Mutual Insurance Company \Nsti'y o1i INS& 1NS(/Rq The Ohio Casualty Insurance Company hJP`0(tPo/7,ar�2� yJPGoaPoagr'Pgy `GQ' ooRPORgr y� West American Insurance Company UQ- ? Po m � •' Fo to 1912 n o y 1919 0 s 1991 0 �Vl9sSACHUS�'�-aa y0 �IPHAMPS�\,ab �s tN01ANP ,dD� ''M * >� By: cu David M. Carey, Assistant Secretary m State of PENNSYLVANIA ss m County of MONTGOMERY 4-0 On this 3rd day of March 2022 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance i5 Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes (D > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. c 'rn o 1, PA&s , ` ��' aigouwf, �l Commonwealth of Pennsylvania - NotarySeal 4t o�' �<T Teresa Pastella, Notary Public6 0 r" e' � � Montgomery County O OP My commission expires March 28, 2025 B O .,e Commission number 1126044 y' aj � fik; 04 41G Member, Pennsylvania Association of Notaries Teresa Pastella, Notary Public 0 a) This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 0.9 Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV— OFFICERS: Section 12, Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the 0 President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety N any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall o " have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such Z 5 instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Conmany do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full fora; and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 31 st day of October , 2024 P\ \NS(UJ Po,( INS& \NSURq J ` oRPORg oy�m eJ oORPORgr o Pgyc V = o{ Pgg Oym � 1912 0 0 1919 � � 1991 0 a mo a o By: ��gsSAcaus�aa ti0 '/AmPs Ada �sN01ANP�da� Renee C. Llewellyn, Assistant Secretary •N O _ (� =M •s � c E o M a� Q= a0 T_ C t6 O N Q O 0 C:)O � W N O N acc) 00 c M -aC 13 o ar a M o� LL n- LMS-12873 LMIC OCIC WAIC Multi Co 02/21 0061 13 - 1 PERFORMANCE BOND Page] of 2 1 EXHIBIT E 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Mesotech International. Inc. , known as 9 "Principal" herein and The Ohio Casualty Insurance Company , a corporate 10 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal 13 Sum of, One Hundred Fifty -Five Thousand Eight Hundred One Dollars 14 ($ 155.801.00 ), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas for the payment of which sum well and truly to be made, we bind 16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents. 18 WHEREAS, the Principal has entered into a certain written contract with the City 19 awarded the 10th day of December , 20 24 , which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 21 labor and other accessories defined by law, in the prosecution of the Work, including any Change 22 Orders, as provided for in said Contract designated as Automated Weather Observation 23 System (AWOS) Replacement at Fort Worth Spinks Airport, City Project No. 105294. 24 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 25 shall faithfully perform it obligations under the Contract and shall in all respects duly and 26 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 27 specifications, and contract documents therein referred to, and as well during any period of 28 extension of the Contract that may be granted on the part of the City, then this obligation shall be 29 and become null and void, otherwise to remain in full force and effect. 30 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 31 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 32 Worth Division. CITY OF FORT WORTH Automated Weather Observation System (AWOS) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Replacement at Fort Worth Spinks Airport Revised July I, 2011 City Project No. 105294 0061 13 - 2 PERFORMANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 3rd day of 6 January , 2025 . 7 8 9 10 12 13 ATTEST: 14 15 16 ( rincipal)j>�Iti�(�NN��� 17 18 _— yl0 21 22 �itttess aWo Pr cipal I)aW n 23 24 25 26 27 28 29 30 31 32 /33 34 3_"k3d_ A 37 Witn ss as to Sure 38 Karen A. OConnell 39 40 PRINCIPAL: Mesotech International, Inc. BY: Si ature Name and Title ' Address: 2731 Citrus Road, Suite D Rancho Cordova, CA 95742-6303 SURETY: The Ohio Casualty Insurance Company BY: Signature � ��- Martin Moss, Attornev-in-Fact Name and Title Address: 175 Berkeley Street Boston. MA 02116 Telephone Number: 513-603-2400 41 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 42 from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 CITY OF FORT WORTH Automated Weather Observation System (AWOS) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Replacement at Fort Worth Spinks Airport Revised July I, 2011 City Project No. 105294 Bond No.: 268019959 0061 14 - 1 PAYMENT BOND Pagel ot`2 EXHIBIT F 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Mesotech International, Inc. known as 9 "Principal" herein, and The Ohio Casualtv Insurance Companv a 10 corporate surety (sureties), duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, 13 in the penal sum of One Hundred Fiftv-Five Thousand Eight Hundred One Dollars 14 ($ 155,801.00 ), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, 16 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 17 presents: 18 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 19 1Oth day of December , 20 24 , which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 21 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 22 said Contract and designated as Automated Weather Observation System (AWOS) 23 Replacement at Fort Worth Spinks Airport, City Project No. 105294. 24 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 25 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 26 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 27 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 28 force and effect. 29 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 30 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 31 accordance with the provisions of said statute. 32 CITY OF FORT WORTH Automated Weather Observation System (AWOS) STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Replacement at Fort Worth Spinks Airport Revised July I, 2011 City Project No. 105294 0061 14-2 PAYMENTBOND Page 2 of 2 I IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 3rd day of 3 January .2025 4 5 6 7 8 9 10 12 ATTEST: rincipal) W-rA�jj✓Ep L,ANAddV Wi ness as to P incipal *r�sa" +(J JS ATTEST: r 1 ; �)'rX1 (Surety) �Yitn S r Maria A. Gonzalez ' Witness as to Surety Karen A. OConnell PRINCIPAL: Mesotech International, Inc. BY: Srgn ure Name and Title Address: 2731 Citrus Road, Suite D Rancho Cordova. CA 95742-6303 SURETY: The Ohio Casualty Insurance Company BY: Signature Martin Moss, Attorney -In -Fact Name and Title Address: 175 Berkeley Street Boston, MA 02116 Telephone Number: 513-603-2400 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF PORT WORTH Automated Weather Observation System (AWOS) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Replacement at Port Worth Spinks Airport Revised July I, 2011 City Project No. 105294 1.0 •ri R6311111111116re:1 •• • 0061 19 - 1 MAINTENANCE BOND Page I of 3 I EXHIBIT G 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Mesotech International, Inc. known as 9 "Principal" herein and The Ohio Casualty Insurance Company a corporate surety 10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, 13 in the sum of One Hundred Fifty -Five Thousand Eiqht Hundred One Dollars 14 ($ 155.801.00 ), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its 16 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 17 and severally, firmly by these presents. 18 19 WHEREAS, the Principal has entered into a certain written contract with the City awarded 20 the 10th day of December , 20 24 , which Contract is hereby 21 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 22 materials, equipment labor and other accessories as defined by law, in the prosecution of the 23 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 24 the "Work") as provided for in said contract and designated as Automated Weather 25 Observation System (AWOS) Replacement at Fort Worth Spinks Airport, City Project No. 26 105294; and 27 28 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 29 accordance with the plans, specifications and Contract Documents that the Work is and will 30 remain free from defects in materials or workmanship for and during the period of two (2) years 31 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 32 CITY OF FORT WORTH Automated Weather Observation System (AWOS) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Replacement at Fort Worth Spinks Airport Revised July I, 2011 City Project No. 105294 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 0061 19-2 MAINTENANCE BOND Page 2 of 3 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the City of the need therefor at any time within the Maintenance Period. NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Jrdy 1, 2011 Automated Weather Observation System (AWOS) Replacement at Fort Worth Spinks Airport City Project No. 105294 0061 19-3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 3rd day of 3 January .20_2L. 4 5 6 7 8 9 10 11 TT CT• 12 13 14 pat {�yf(j ! 1fWN�rz 15 LANpo V 16 17 18 19 20 Witness as% Principal I IkS 21 22 23 24 25 26 27 28 r 29 ATT 30 31 32 (Sti y) 33 a* A. Gonzz PRINCIPAL: Mesotech International. Inc. fi BY: ign atu ,e JU/1l�i�(�vcv�� Name and Title ` Address: 2731 Citrus Road, Suite D Rancho Cordova. CA 95742-6303 SURETY: The Ohio Casualty Insurance Company BY:! Signature Martin Moss, Attorney -In -Fact Name and Title Address: 175 Berkeley Street Boston, MA 02116 3 JD_ _ 3 Witnl s as to urety Telephone Number: 513-603-2400 36 Karen A. OConnell 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 CITY OF FORT WORTH Automated Weather Observation System (AWOS) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Replacement at Fort Worth Spinks Airport Revised July I, 2011 City Project No. 105294 State of Illinois } } ss. County of DuPage } On January 3, 2025, before me, Karen A. OConnell, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Martin Moss known to me to be Attorney -in -Fact of The Ohio Casualty Insurance Companv the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. My Sl'ommis Ex ir�sVebruary 15, 2026 - / OFFIOIAI- •' � A OgpNN�� KPR�N TAT qF IL,UNOIS A. OConn otary Public NOTARY 1'Q0pQK GgUN" p2�Ay12026 MY COMMISSION C:XPIRES Commission No. 946454 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Liberty Mutual Insurance Company Mutual. The Ohio Casualty Insurance Company Certificate No: 8207427-285144 SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Amy Wickett; Dawn L. Morgan; Dawn Sallay; Diane M. Rubright; Grace Casaus; James I. Moore; Jennifer J. McComb; Martin Moss; Melissa Schmidt; Sherry Bacskai; Stasha King; Stephen T. Kazmer; Tariese M. Pisciotto all of the city of Downers Grove state of IL each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 3rd day of March 2022 . Liberty Mutual Insurance Company P,V INSURq Poll' INSUR INSUp-1 The Ohio Casualty Insurance Company J PORgr o°001? 9y `VQ °oRpORar ti� West American Insurance Company 3 ? FO n LU 2 FO fA 1912 n o 1919 0 1991 0 � d�9s`S4e..0 �,da Z0 FVAMP`'�,da� 'ls �NOrANP as /G�/f%�� c 0/7 * t �hd * *� �'M * 1 By: co David M. Carey, Assistant Secretary c� State of PENNSYLVANIA ss County of MONTGOMERY 46 (D On this 3rd day of March 2022 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. (D (6 IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. 02 do O a) cm N N rn� C E— L o co a� = U to c > 0) 0 L o :3 ZU { Commonwealth of Pennsylvania - Notary Seal gteO;�ty 7 Teresa Pasleller Notary Public Montgomery County CP My commission expires March 28, 2025 By • commission number 1126044 Teresa Pastella, Teresa Notary Public y Puv Member, Pennsylvania Association of Notaries This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV— OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 3rd day of January , 2025 - INSUR +,I,( INSU �y INSUR �Jp�o(Po rgrq Gv y P4°RP°Rq>�92 \v/°nP°RgTgLC f Fo ox i�+' `-•' 1912 h ; 1919 1991 0 9ss �� r yin ac ya°4 y>° By: H�14AhIPS Ada s, NDIAHP�d� Renee C. Llewellyn, Assistant Secretary N O 'C U c E o �o a� @� Q=) CLO > — o'co E O Q1 Q O C)0 �. �tV O CV a00 00 c co — C U N m o� ti n. LMS-12873 LMIC OCIC WAIC Multi Co 02121 Exhibit H - Davis -Bacon Act Wage Rates "General Decision Number: TX20240026 03/01/2024 Superseded General Decision Number: TX20230026 State: Texas Construction Type: Heavy Counties: Johnson, Parker and Tarrant Counties in Texas. Heavy Construction Projects (Including Water and Sewer Lines) Note: Contracts subject to the Davis -Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but do not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(1). JIf the contract is entered into on or after January 30, 12022, or the contract is renewed or extended (e.g., an loption is exercised) on or lafter January 30, 2022: JIf the contract was awarded onj for between January 1, 2015 andl 13anuary 29, 2022, and the contract is not renewed or lextended on or after January 130, 2022: 1 Executive Order 14026 generally applies to the contract. The contractor must pay all covered workers at least $17.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in 2024. Executive Order 13658 generally applies to the contract. The contractor must pay alll covered workers at least $12.90 per hour (or the applicable wage rate listed) on this wage determination, if it is higher) for all hours spent performing on that contract in 2024. The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/05/2024 1 03/01/2024 * PLUM0146-002 01/01/2024 Rates Fringes PLUMBER/PIPEFITTER...............$ 38.28 12.81 ---------------------------------------------------------------- * SUTX1990-041 06/01/1990 Rates Fringes CARPENTER ........................$ 10.40 ** $3.64 Concrete Finisher ................$ 9.81 ** ELECTRICIAN ......................$ 13.26 ** Form Setter ......................$ 7.86 ** Laborers: Common ......................$ 7.25 ** Utility .....................$ 8.09 ** PAINTER ..........................$ 10.89 ** Pipelayer ........................$ 8.43 ** Power equipment operators: Backhoe.....................$ 11.89 ** 3.30 Bulldozer ...................$ 10.76 ** Crane .......................$ 13.16 ** 3.30 Front End Loader ............ $ 10.54 ** Mechanic ....................$ 10.93 ** Scraper .....................$ 10.00 ** Reinforcing Steel Setter ......... $ 10.64 ** TRUCK DRIVER .....................$ ---------------------------------------------------------------- 7.34 ** WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- ---------------------------------------------------------------- ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($17.20) or 13658 ($12.90). Please see the Note at the top of the wage determination for more information. Please also note that the minimum wage requirements of Executive Order 14026 are not currently being enforced as to any contract or subcontract to which the states of Texas, Louisiana, or Mississippi, including their agencies, are a party. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government-contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (iii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAW'" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in 7anuary of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour National Office because National Office has responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION" City of Fort Worth, Texas Mayor and Council Communication DATE: 12/10/24 M&C FILE NUMBER: M&C 24-1066 LOG NAME: 13P RFP 24-0304 AUTOMATED WEATHER OBSERVATION SYSTEMS AV CB SUBJECT (CD 8) Authorize Execution of an Agreement with Mesotech International, Inc. in an Amount Up to $155,801.00 for the Purchase of an Automated Weather Observation System at Fort Worth Spinks Airport RECOMMENDATION: It is recommended the City Council authorize the execution of an agreement with Mesotech International, Inc. in an amount up to $155,801.00 for the purchase of an Automated Weather Observation System at Fort Worth Spinks Airport (City Project No. 105294). DISCUSSION: The Purchasing Division (Purchasing) is seeking City Council approval on behalf of the Aviation Department (Aviation) to authorize execution of an Agreement (Agreement) with Mesotech International, Inc. (Mesotech) for a one-time purchase of an Automated Weather Observation System (AWOS) at Fort Worth Spinks Airport (Airport). Under the proposed Agreement, Mesotech will remove the existing AWOS and install a new one. Purchasing Staff issued a Request for Proposal (RFP) 24-0304, which consisted of detailed specifications describing the responsibilities and requirements to provide these services. The RFP was advertised in the Fort Worth Star -Telegram on October 2, 2024, October 9, 2024, October 16, 2024 and October 30, 2024. The City received two (2) responses, DBT Transportation Services did not meet the technical requirements. An evaluation panel consisting of representatives from Aviation, the Information Technology Solutions (IT) Department, and Purchasing 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 on the table below: Vendor Evaluation Factors a b c d Total Score Mesotech International, Inc. 26 20.83 20 20 86.83 Best Value Criteria a. Qualifications and experience b. Approach to perform services c. Ability to meet the City's needs d. Price After evaluation, the panel concluded that Mesotech presents both the best value and the necessary experience for the AWOS, therefore the panel recommends that City Council authorize the Agreement with Mesotech. No guarantee was made that a specific amount of services would be purchased. Staff certifies that the recommended vendor bid met specifications. FUNDING: Funding is budgeted in the Other Contractual Services account within the Muni Airport Grants State Fund for the purpose of funding the 24AWSPINK AWOS project, as appropriated. BUSINESS EQUITY: A waiver of the goal for Business Equity subcontracting requirement is approved by the DVIN-BE, in accordance with the Business Equity Ordinance, because the purchase off goods or services is from sources that have negligible subcontracting or supplier opportunities. AGREEMENT TERMS: This agreement will begin upon execution and will end at the earlier of the expiration of the funds or completion of the project. RENEWAL OPTIONS: This agreement is a one-time purchase and has no renewal options. 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. a6'iff_11111111kiI&I NLy�/_110Is] kiUKH=1 A 01;11[of s11rIs] kiA The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the Muni Airport Grants State Fund for the 24AWSPINK AWOS project to support the approval of the above recommendation and execution of the contract. Prior to any expenditure being incurred, the Aviation Department has the responsibility to validate the availability of funds. This is a reimbursement grant. Submitted for Citv Manaaer's Office bv: Reginald Zeno 8517 Valerie Washington 6192 Oriainatina Business Unit Head: Reginald Zeno 8517 Roger Venables 6334 Additional Information Contact: Jo Ann Gunn 8525 Charles Benson 8357 FORT WORTH Routing and Transmittal Slip Aviation Department DOCUMENT TITLE: FWS Automated Weather Observation System (AWOS) Agreement M&C 24-1066 CPN 105294 CSO # DOC# DATE: 1/7/2025 INITIALS DATE OUT TO: � Jan 7, 2025 1. Joe Hammond H 2. Roger Venables Jan 8, 2025 3. Candace PagliaraCP CP Jan 8, 2025 WO Jan 8, 2025 4. Valerie Washington 5. Janette Goodall ? Jan 8, 2025 59 DOCUMENTS FOR CITY MANAGER'S SIGNTURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑ Yes ❑x No RUSH: ❑ Yes ❑X No SAME DAY: ❑ Yes ❑ No NEXT DAY: ❑ Yes ❑ No ROUTING TO CSO: ❑x Yes ❑ No Action Required: ❑ As Requested ❑ For Your Information 1 Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Return to: Please call Tyler Dale at ext. 541 for pick up when completed. Thank you.