HomeMy WebLinkAboutContract 63055CSC No. 63055
FORTWORTH.
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 Automation Nation, Inc. ("Vendor"), 'and
acting by and through its duly authorized representative, each individually referred to as a "party" and
collectively referred to as the "parties."
AGREEMENT DOCUMENTS:
The Agreement documents include the following:
1. This Vendor Services Agreement;
2. Exhibit A — Scope of Services and Price Schedule;
3. Exhibit B — Price Schedule; and
4. Exhibit C — Insurance Form
Exhibits A, B and C, which are attached hereto and incorporated herein, are made a part of this
Agreement for all purposes. In the event of any conflict between the terms and conditions of Exhibits A,
B or C and the terms and conditions set forth in the body of this Agreement, the terms and conditions of
this Agreement control.
1. Scope of Services. ryer Automation Support ("Services"), which are set forth in more
detail in Exhibit "A," attached hereto and incorporated herein for all purposes.
2. Term. The initial term of this Agreement is for one ear, 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 ("Initial Term").
3. Compensation.
3.1 Total compensation under this Agreement will not exceed Four Hundred Eighty
Five Thousand and Forty Five Dollars [$485,045.00).
3.2 City will pay Vendor in accordance with the Prompt Payment Act (Chapter 2251
of the Texas Government Code) and provisions of this Agreement, including Exhibit "B,"
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 costs for such services. City will not be liable for any additional expenses of
OFFICIAL RECORD
CITY SECRETARY
Vendor Services Agreement (Biosolids Facility) FT. WORTH, TX Page 1 of 13
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-am)romiation 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 by City are subject to disclosure under the Texas
Public Information Act. In the event there is a request for information marked Confidential or
Proprietary, City will promptly notify Vendor. It will be the responsibility of Vendor to submit
reasons objecting to disclosure. A determination on whether such reasons are sufficient will not
be decided by City, but by the Office of the Attorney General of the State of Texas or by a court
of competent jurisdiction.
5.4 Unauthorized Access. Vendor must store and maintain City Information in a
secure manner and will not allow unauthorized users to access, modify, delete or otherwise
corrupt City Information in any way. Vendor must notify City immediately if the security or
integrity of any City Information has been compromised or is believed to have been
compromised, in which event, Vendor will, in good faith, use all commercially reasonable efforts
Vendor Services Agreement (Biosolids Facility) Page 2 of 13
to cooperate with City in identifying what information has been accessed by unauthorized means
and will fully cooperate with City to protect such City Information from further unauthorized
disclosure.
6. Riaht 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. Independent Contractor. It is expressly understood and agreed that Vendor will
operate as an independent contractor as to all rights and privileges and work performed under this
Agreement, and not as agent, representative or employee of City. Subject to and in accordance with the
conditions and provisions of this Agreement, Vendor will have the exclusive right to control the details of
its operations and activities and be solely responsible for the acts and omissions of its officers, agents,
servants, employees, Vendors, and subcontractors. Vendor acknowledges that the doctrine of respondeat
superior will not apply as between City, its officers, agents, servants and employees, and Vendor, its
officers, agents, employees, servants, contractors, and subcontractors. Vendor further agrees that nothing
herein will be construed as the creation of a partnership or joint enterprise between City and Vendor. It is
further understood that City will in no way be considered a Co -employer or a Joint employer of Vendor or
any officers, agents, servants, employees, contractors, or subcontractors. Neither Vendor, nor any
officers, agents, servants, employees, contractors, or subcontractors of Vendor will be entitled to any
employment benefits from City. Vendor will be responsible and liable for any and all payment and
reporting of taxes on behalf of itself, and any of its officers, agents, servants, employees, or contractors.
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 ACT(S) OR OMISSION(S), MALFEASANCE OR
INTENTIONAL MISCONDUCT OF VENDOR, ITS OFFICERS, REPRESENTATIVES,
AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS
8.2 GENERAL INDEMNIFICATION - VENDOR HEREBY COVENANTS AND
AGREES TO INDEMNIFY, HOLD HARMLESS, AND DEFEND CITY, ITS OFFICERS,
AGENTS, REPRESENTATIVES, SERVANTS, AND EMPLOYEES, 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 CA USED BY THE NEGLIGENT ACTS OR OMISSIONS
OR MALFEASANCE OF VENDOR, ITS OFFICERS, AGENTS, REPRESNTATIVES,
SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS.
Vendor Services Agreement (Biosolids Facility) Page 3 of 13
8.3 INTELLECTUAL PROPERTY INDEMNIFICATION — Vendor agrees to
defend, settle, or pay, at its own cost and expense, any claim or action against City for
infringement of any patent, copyright, trade mark, trade secret, or similar property right
arising from City's use of the software or documentation in accordance with this
Agreement, it being understood that this agreement to defend, settle or pay will not apply if
City modifies or misuses the software and/or documentation. So long as Vendor bears the
cost and expense of payment for claims or actions against City pursuant to this section,
Vendor will have the right to conduct the defense of any such claim or action and all
negotiations for its settlement or compromise and to settle or compromise any such claim;
however, City will have the right to fully participate in any and all such settlement,
negotiations, or lawsuit as necessary to protect City's interest, and City agrees to cooperate
with Vendor in doing so. In the event City, for whatever reason, assumes the responsibility
for payment of costs and expenses for any claim or action brought against City for
infringement arising under this Agreement, City will have the sole right to conduct the
defense of any such claim or action and all negotiations for its settlement or compromise
and to settle or compromise any such claim; however, Vendor will fully participate and
cooperate with City in defense of such claim or action. City agrees to give Vendor timely
written notice of any such claim or action, with copies of all papers City may receive
relating thereto. Notwithstanding the foregoing, City's assumption of payment of costs or
expenses will not eliminate Vendor's duty to indemnify City under this Agreement. If the
software and/or documentation or any part thereof is held to infringe and the use thereof is
enjoined or restrained or, if as a result of a settlement or compromise, such use is materially
adversely restricted, Vendor will, at its own expense and as City's sole remedy, either: (a)
procure for City the right to continue to use the software and/or documentation; or (b)
modify the software and/or documentation to make it non -infringing, provided that such
modification does not materially adversely affect City's authorized use of the software
and/or documentation; or (c) replace the software and documentation with equally suitable,
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 will be liable for all obligations of Vendor under this Agreement prior to the effective
date of the assignment.
9.2 Subcontract. If City grants consent to a subcontract, the subcontractor will
execute a written agreement with Vendor referencing this Agreement under which subcontractor
agrees to be bound by the duties and obligations of Vendor under this Agreement as such duties
and obligations may apply. Vendor must provide City with a fully executed copy of any such
subcontract.
10. Insurance. Vendor must provide City with certificate(s) of insurance documenting
policies of the following types and minimum coverage limits that are to be in effect prior to
commencement of any Services pursuant to this Agreement:
Vendor Services Agreement (Biosolids Facility) Page 4 of 13
10.1 Coverage and Limits
(a) Commercial General Liability:
$1,000,000 - Each Occurrence
$2,000,000 - Aggregate
(b) Automobile Liability:
$1,000,000 - Each occurrence on a combined single limit basis
Coverage will be on any vehicle used by Vendor, or its employees, agents, or
representatives in the course of providing Services under this Agreement. "Any
vehicle" will be any vehicle owned, hired and non -owned.
(c) Worker's Compensation:
Statutory limits according to the Texas Workers' Compensation Act or any other
state workers' compensation laws where the Services are being performed
Employers' liability
$100,000 - Bodily Injury by accident; each accident/occurrence
$100,000 - Bodily Injury by disease; each employee
$500,000 - Bodily Injury by disease; policy limit
(d) Professional Liability (Errors & Omissions):'®. Applicable ❑ 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 Requirements
(a) The commercial general liability and automobile liability policies must
name City as an additional insured thereon, as its interests may appear. The term
City includes its employees, officers, officials, agents, and volunteers in respect
to the contracted services.
(b) The workers' compensation policy must include a Waiver of Subrogation
(Right of Recovery) in favor of City.
Vendor Services Agreement (Biosolids Facility) Page 5 of 13
(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
City in accordance with the notice provision of this Agreement.
(d) The insurers for all policies must be Iicensed 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.
1l. Compliance with Laws, Ordinances, Rules and Reaulations. 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 fNDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS
FROM SUCH CLAIM.
13. Notices. Notices required pursuant to the provisions of this Agreement will be
conclusively determined to have been delivered when (1) hand -delivered to the other party, its agents,
employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the
transmission, or (3) received by the other party by United States Mail, registered, return receipt requested,
addressed as follows:
To CITY:
City of fort Worth
Attn: Assistant City Manager
100 Fort Worth Trail
Fort Worth, TX 76102-6314
With copy to Fort Worth City Attorney's Office at
same address
To VENDOR:
Automation Nation, Inc.
Richard Kendall, 'resident
1700 Gazin Stj
Houston, TX, 7722D
Email: rich@automationnation.netINSERT EMAIL
ADDRESS,
Vendor Services Agreement (Biosolids Facility) Page 6 of 13
14. Solicitation of Emolovees. 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. Governine 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 with
Section 13 of this Agreement.
20. Headings not Controlling. Headings and titles used in this Agreement are for reference
purposes only, will not be deemed a part of this Agreement, and are not intended to define or limit the
scope of any provision of this Agreement.
21. Review of Counsel. The parties acknowledge that each party and its counsel have
reviewed and revised this Agreement and that the normal rules of construction to the effect that any
ambiguities are to be resolved against the drafting party will not be employed in the interpretation of this
Agreement or Exhibits A, B, and C.
Vendor Services Agreement (Biosolids Facility) Page 7 of 13
22. Amendments 1 Modifications 1 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. 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.
24. Warranty of Services. Vendor warrants that its services will be of a high quality and
conform to generally prevailing industry standards. City must give written notice of any breach of this
warranty within thirty (30) days from the date that the services are completed. In such event, at Vendor's
option, Vendor will either (a) use commercially reasonable efforts to re -perform the services in a manner
that conforms with the warranty, or (b) refund the fees paid by City to Vendor for the nonconforming
services.
25. Immigration Nationality Act. Vendor must verify the identity and employment
eligibility of its employees who perform work under this Agreement, including completing the
Employment Eligibility Verification Form (I-9). Upon request by City, Vendor will provide City with
copies of all I-9 forms and supporting eligibility documentation for each employee who performs work
under this Agreement. Vendor must adhere to all Federal and State laws as well as establish appropriate
procedures and controls so that no services will be performed by any Vendor employee who is not legally
eligible to perform such services. VENDOR WILL INDEMNIFY CITY AND HOLD CITY
HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF
THIS PARAGRAPH BY VENDOR, VENDOR'S EMPLOYEES, CONTRACTORS,
SUBCONTRACTORS, OR AGENTS. City, upon written notice to Vendor, will have the right to
immediately terminate this Agreement for violations of this provision by Vendor.
26. Ownership of Work Product. City will be the sole and exclusive owner of all reports,
work papers, procedures, guides, and documentation that are created, published, displayed, or produced in
conjunction with the services provided under this Agreement (collectively, "Work Product"). Further,
City will be the sole and exclusive owner of all copyright, patent, trademark, trade secret and other
proprietary rights in and to the Work Product. Ownership of the Work Product will inure to the benefit of
City from the date of conception, creation or fixation of the Work Product in a tangible medium of
expression (whichever occurs first). Each copyrightable aspect of the Work Product will be considered a
"work -made -for -hire" within the meaning of the Copyright Act of 1976, as amended. If and to the extent
such Work Product, or any part thereof, is not considered a "work -made -far -hire" within the meaning of
the Copyright Act of 1976, as amended, Vendor hereby expressly assigns to City all exclusive right, title
and interest in and to the Work Product, and all copies thereof, and in and to the copyright, patent,
trademark, trade secret, and all other proprietary rights therein, that City may have or obtain, without
further consideration, free from any claim, lien for balance due, or rights of retention thereto on the part
of City.
27. Sienature 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.
28. Chanee 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
Vendor Services Agreement (Biosolids Facility) Page 8 of 13
updated City records. The president of Vendor or authorized official must sign the letter. A letter
indicating changes in a company name or ownership must be accompanied with supporting legal
documentation such as an updated W-9, documents filed with the state indicating such change, copy of
the board of director's resolution approving the action, or an executed merger or acquisition agreement.
Failure to provide the specified documentation so may adversely impact future invoice payments.
29. 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.
30. Prohibition on Boveotting 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.
31. 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) wiIl 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.
32. Electronic Signatures. This Agreement may be executed by electronic signature, which
will be considered as an original signature for all purposes and have the same force and effect as an
original signature. For these purposes, "electronic signature" means electronically scanned and
transmitted versions (e.g. via pdf file or facsimile transmission) of an original signature, or signatures
electronically inserted via software such as Adobe Sign.
33. Entirety of Agreement. This Agreement contains the entire understanding and
agreement between City and Vendor, their assigns and successors in interest, as to the matters contained
herein. Any prior or contemporaneous oral or written agreement is hereby declared null and void to the
extent in conflict with any provision of this Agreement.
Vendor Services Agreement (Biosolids Facility) Page 9 of 13
(signature page follows)
IN WITNESS WHEREOF, the parties hereto have executed this Agreement in multiples.
City:
i
By:
Name: lJesica McEacberq
Title: Assistant City Manager
Date: 04/04/2025
Vendor:
By:
_ Y
Name: lchard Kenda
Title: resident
Date: L 124015
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: Christopher Haider (Apr 3, 202511:32 CDT) and reporting requirements.
Name: Chris Harder
Title; Water Department )
.L. /I/GL�QiL
Approved as to Form and Legality:
)9�
By: Douglas Black (Apr 3, 2025 17:56 CDT)
Name: Douglas W. Blacl�
Title: Sr. Assistant City Attorney
Contract Authorization:
M&C: ISce Attached Memorandum
Form 1295:IN/�
1-2
Name: Steven Nutter
��4440gq
Title: ISuperintendent vFq!t�o ad �0�
_�o d -1d
Pvo o=d
City Secretary: aa�,�000 oo
nab nEXA?o4p
By:
Name:
Title:
Jannette Goodall
City Secretary
JL
AT
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Vendor Services Agreement (Biosolids Facility) Page 10 of 13
SCOPE OF SERVICES
DESCRIPTION OF SCOPE OF SERVICES
1. Define and Implement continuous improvement program for dryer operation
a. Review historical process data for limiting factors and process upsets
b. Remote monitor, with email report on daily operation
c. Refine startup, operating procedures, software for full automation
d. Refine startup, operating procedures, software to maximize pelletizing process
e. Review and refine software and operating procedures for improvements in runtime and capacity
f. Assess and report on any equipment limiting factors
g. Update training procedures and assist with training locally and remote
h. Provide remote support for training and troubleshooting automation and electrical
2. Process Data Collection, Historian, Reporting
a. identify process data to historized
b. define reporting requirement
c. Purchase, Install and configure Zenon Historian Server and Software
d. Provide interface to Fort Worth Historian and assist with reporting
3. Provide additional 1/0 points to HMI and PLC
a. Identify signals that would improve operations and required modifications to hardware and
software
b. Update PLC and HMI
4. Storage and Truck Loading Operation and Process Upgrade
a. Assess and redesign, to 1 person truck loading
b. Add Wifi and tablet for loading
c. Add cameras for loading
d. Refine software to improve and further automate loading
Vendor Services Agreement (Biosolids Facility) Page 11 of 13
EXHIBIT B
PAYMENT SCHEDULE
Automation Nation, Inc. Standard T&M Rates for 2025
Regular Hourly Rate
$
180.00
Regular Day Rate
$
1,440.00
OverTime Hourly Rate
$
200.00
Weekend Day Rate
$
1,600.00
Overnight Expenses per Night (food, lodging, auto, mist)
$
400.00
Airline -Estimate (Bill Actual)
$
600.00
Trip Charge IRS Rate $0.701Mile
$
0.70
Purchase Services and Materials Markup 10%
10%
Dryer Soft,vare, Automation and Operation Support Estimate
S.iilnit
Units--
Amount
Remote Sertice Weekty Retainer (10 Hoursftteeek) 24 vieeks ($?Hour)
S
1,30
240
$ 43,200
Regular Time On site or Remote $?day per (2 people 6 months)
S
1,440
240
$ 345,600
On Site Weekend Day Rate
S
1,600
10
$ 16,000
On Site Overnight Charges
5
400
40
S 16,000
Trip Charge IRS Rate $0.701'Mftle, 550 miles $389trip,
$
24
385
$ 9,240
Purchase Services and Materiats
S
50100-0
1
5 60,000
Purchase Serflces and Materials Markup ITsi
$
50,000
5,000
Total Estimate
S 485,040
Vendor Services Agreement (Biosolids Facility) Page 12 of 13
EXHIBIT C
INSURANCE
Vendor Services Agreement (Biosolids Facility) Page 13 of 13
FORTWORTH
MEMORANDUM
Date: April 2, 2025
To: Jesica McEachern, Assistant City Manager
From: Chris Harder, P.E. Water Director
Subject: Emergency Procurement of Contracts — Village Creek Biosolids Facility Operation
The Water Department requests approval of expenditures and contract procurement necessary to protect the
public's health and safety during the transition from Synagro to Fort Worth for operations and maintenance
of the biosolids facility and processing and disposal of biosolids. This authorization is necessitated by the
termination of the contract with Synagro, the operator of the biosolids facility (CSC 53332), authorized by
City Council on March 25, 2025 (M&C 25-0281). The agreement formally terminating the contract was
fully executed on March 29, 2025 (CSC 5332-S1T1) and provides one week for the transition period with
formal handover being April 4, 2025 at 11:59 pm.
Full operational and maintenance responsibilities are being assumed by Fort Worth starting at midnight of
April 4th, making April 51h the first day of operations. As of that date, the City's Water Department will
assume the duties for the plant's operations include the following:
• Staffing for the operation and maintenance of the existing belt press and dryer facility
• Processing and disposal of all biosolids received from the Village Creek Water Reclamation Facility
(VCWRF)
• Hauling off and disposal of all biosolids currently stockpiled on site
• Cleaning existing residual ponds and storage tanks
• Equipment condition assessments and repairs
• Assumption of air permit and air permitting compliance activities
Processing and disposal of biosolids is an activity that falls under both state and federal regulations and
regulatory oversight. Biosolids are received from the VCWRF continuously, so continuity of operations
during this transition must be achieved in order to avoid excursions which could subject the City to
regulatory penalties and to protect the public health and safety. It is imperative that the City quickly put
into place agreements that can be used to process and dispose of biosolids in accordance with state
regulations.
CFW Biosolids Facility Take -Over Memorandum Page 1 of
Chapter 2, Article 1, Section 2-9 of the City of Fort Worth's Code of Ordinances and Section 252.022 of
the Texas Local Government Code govern emergency expenditures or those exempt from public bidding
requirements that are necessaryto preserve or protect public health or safety of the municipality's residents.
Specifically, City Code at Section 2-9(d)(9) defines an emergency procurement as one made to protect the
public health or safety of the city's residents and Texas Local Government Code exempts from public
bidding procurements necessary to preserve or protect the public health and safety of the municipality's
residents (252.022(a)(2)).
City staff have reached out to vendors currently under contract with Synagro, contractors familiar with the
operation and maintenance of the existing assets, and contractors familiar with biosolids regulations, to
quickly put into place agreements to assist Fort Worth during this transitionary period. The following
agreements are recommended to be executed, each in an "up to" amount:
Company Name
Renda Environmental,
Inc.
Andritz Separation
Technologies, Inc.
Automation Nation, Inc
Huber Technology, Inc.
CVE Technologies, Inc.
dba CV Technologies,
Inc.
Ingersoll-Rand Company
Cintas Corporation
BelWave
Communications, Inc.
Synagro of Texas -CDR,
Inc.
Scope of Work
Cost Estimate
•
Setup and operation of temporary belt presses
$10M
•
Repairs to existing belt presses
•
Cleaning of existing tanks
•
Dredging and cleaning existing residuals ponds
•
Hauling and disposal of biosolids
•
Temporary operations staffing and staff training
$2M
•
Condition assessment of existing assets
•
Preventive maintenance and repair of assets
•
Screening equipment rentals
•
Temporary operations/staff training
$500,000
•
SCADA and database upgrades and optimization
•
Staff training and monthly equipment rental
$150,000
•
Fire Suppression System Inspection, PM, repair
$100,000
• Compressor equipment PMs and repairs $75,000
• Fire system inspections and staff training $15,000
• Microwave internet connection $20,400
• Purchase of lab equipment and screen auger $85,000
Actual costs associated with these agreements will be based on actual usage, duration, and services
provided.
The City will also continue to utilize our engineering consultant (Jacobs) to perform a detailed condition
assessment of the existing assets as required to repair those assets that are in poor condition or out of service.
CFW Biosolids Facility Take -Over Memorandum Page 2 of
Renda Environmental, Inc. is tasked with not only operating the belt press equipment until such time as the
biosolids dryer facility can be returned to operations, but also with removal of materials stockpiled on site
and contained within storage ponds. These materials are the root cause for many of the recent odor
complaints from neighboring residential communities, so expediting this work is a high priority.
If you have any additional questions, please contact Chris Harder at 817-392-5020.
APPROVED FOR EMERGENCY PROCUREMENT:
Recommended: �' "Yl ' "�Y
rhr �+ . hor u�. or leer �m� i 5•5n rnT)
Chnsto er H rder, Water Director
Approved: ��uslalJlack; )
Dou lack, r. Assistant City Attorney
Approve:
Brandy Hazel, Interim, Chief Procurement Officer
orl�'�
Approve:
Jesica McEachern, Assistant City Manager
CFW Biosolids Facility Take -Over Memorandum Page 3 of