HomeMy WebLinkAboutContract 63076CSC No. 63076
FogT WORTH
NON-EXCLUSIVE VENDOR SERVICES AGREEMENT
This NON-EXCLUSIVE 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 IDEAL FIRE &
SECURITY, LLC ("Vendor"), a Texas limited liability company, acting by and through its duly authorized
representative, each individually referred to as a "party" and collectively referred to as the "parties."
1. Scope of Services. Vendor will provide fire alarm, sprinkler, and suppression system
services for various City departments ("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 (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 ("Initial Term"). Upon the expiration of the Initial Term, this
Agreement will renew automatically under the same terms and conditions for up to four (4) one-year
renewal periods, unless City or Vendor provides the other party with notice of non -renewal at least sixty
(60) days before the expiration of the renewal term.
3. Comuensation.
3.1 Total compensation under this Agreement will not exceed One Million Four
Hundred Thirteen Thousand Three Hundred Sixty -Eight Dollars and No/100
($1,413,368.00).
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
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 thirty (30) days' written notice of termination.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Vendor Services Agreement
Ideal Fire & Security, LLC Page 1 of 30
4.2 Non-annronriation 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 to cooperate with City in
identifying what information has been accessed by unauthorized means and will fully cooperate
with City to protect such City Information from further unauthorized disclosure.
6. Right to Audit. Vendor agrees that City will, until the expiration of three (3) years after
final payment under this Agreement, or the final conclusion of any audit commenced during the said three
years, have access to and the right to examine at reasonable times any directly pertinent books, documents,
papers and records, including, but not limited to, all electronic records, of Vendor involving transactions
relating to this Agreement at no additional cost to City. Vendor agrees that City will have access during
normal working hours to all necessary Vendor facilities and will be provided adequate and appropriate work
Vendor Services Agreement
Ideal Fire & Security, LLC Page 2 of 30
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 CA USED 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 ANYRESULTING 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, REPRESNTATIVES,
SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS.
8.3 INTELLECTUAL PROPERTY INDEMNIFICATION — Vendor agrees to
defend, settle, or pay, at its own cost and expense, any claim or action against City for
infringement of any patent, copyright, trade mark, trade secret, or similar property right
arising from City's use of the software 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
Vendor Services Agreement
Ideal Fire & Security, LLC Page 3 of 30
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.
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:
10.1 Coverage and Limits
(a) Commercial General Liability:
$1,000,000 - Each Occurrence
$2,000,000 - Aggregate
Vendor Services Agreement
Ideal Fire & Security, LLC Page 4 of 30
(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.
(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 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
Vendor Services Agreement
Ideal Fire & Security, LLC Page 5 of 30
strength and solvency to the satisfaction of Risk Management. If the rating is
below that required, written approval of Risk Management is required.
(e) Any failure on the part of City to request required insurance
documentation will not constitute a waiver of the insurance requirement.
(f) Certificates of Insurance evidencing that Vendor has obtained all required
insurance will be delivered to the City prior to Vendor proceeding with any work
pursuant to this Agreement.
11. Compliance with Laws. Ordinances. Rules and Regulations. Vendor agrees that in the
performance of its obligations hereunder, it will comply with all applicable federal, state and local laws,
ordinances, rules and regulations and that any work it produces in connection with this Agreement will also
comply with all applicable federal, state and local laws, ordinances, rules and regulations. If City notifies
Vendor of any violation of such laws, ordinances, rules or regulations, Vendor must immediately desist
from and correct the violation.
12. Non -Discrimination Covenant. Vendor, for itself, its personal representatives, assigns,
contractors, subcontractors, and successors in interest, as part of the consideration herein, agrees that in the
performance of Vendor's duties and obligations hereunder, it will not discriminate in the treatment or
employment of any individual or group of individuals on any basis prohibited by law. IF ANY CLAIM
ARISES FROM AN ALLEGED VIOLATION OF THIS NON-DISCRIMINATION COVENANT
BY VENDOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, CONTRACTORS,
SUBCONTRACTORS, OR SUCCESSORS IN INTEREST, VENDOR AGREES TO ASSUME
SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS
FROM SUCH CLAIM.
13. Notices. Notices required pursuant to the provisions of this Agreement will be
conclusively determined to have been delivered when (1) hand -delivered to the other party, its agents,
employees, servants or representatives; or (2) received by the other party by United States Mail, registered,
return receipt requested, addressed as follows:
To CITY:
City of Fort Worth
Attn: Assistant City Manager
100 Fort Worth Trail
Fort Worth, Texas 76102-6314
With copy to Fort Worth City Attorney's Office at
same address
To VENDOR:
Ideal Fire & Security, LLC
Brandon Horton, Division Manager
6913 Camp Bowie Blvd. Ste. 181
Fort Worth, Texas 76116
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.
Vendor Services Agreement
Ideal Fire & Security, LLC Page 6 of 30
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 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 and 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. 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.
Vendor Services Agreement
Ideal Fire & Security, LLC Page 7 of 30
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 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.
26. Ownership of Work Product. City will be the sole and exclusive owner of all reports,
work papers, procedures, guides, and documentation that are created, published, displayed, or produced in
conjunction with the services provided under this Agreement (collectively, "Work Product"). Further, City
will be the sole and exclusive owner of all copyright, patent, trademark, trade secret and other proprietary
rights in and to the Work Product. Ownership of the Work Product will inure to the benefit of City from
the date of conception, creation or fixation of the Work Product in a tangible medium of expression
(whichever occurs first). Each copyrightable aspect of the Work Product will be considered a "work -made -
for -hire" within the meaning of the Copyright Act of 1976, as amended. If and to the extent such Work
Product, or any part thereof, is not considered a "work -made -for -hire" within the meaning of the Copyright
Act of 1976, as amended, Vendor hereby expressly assigns to City all exclusive right, title and interest in
and to the Work Product, and all copies thereof, and in and to the copyright, patent, trademark, trade secret,
and all other proprietary rights therein, that City may have or obtain, without further consideration, free
from any claim, lien for balance due, or rights of retention thereto on the part of City.
27. Signature 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. 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 so may adversely impact future invoice payments.
29. No Bovcott of Israel. If Vendor has fewer than 10 employees or this Agreement is for
Vendor Services Agreement
Ideal Fire & Security, LLC Page 8 of 30
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 808.001 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 BovcottinLy 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) 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.
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.
(signature page follows)
Vendor Services Agreement
Ideal Fire & Security, LLC Page 9 of 30
IN WITNESS WHEREOF, the parties hereto have executed this Agreement in multiples.
City: Vendor: Ideal Fire & Security, LLC
VOL w4-4� Brandon ffor�on
By: Valerie Washington (Apr 10, 2025 10:49 CDT) By. Brandon Horton (Apr 9, 2025 14:18 CDT)
Name: Valerie Washington Name: Brandon Horton
Title: Assistant City Manager Title: Division Manager
Date:
Date:
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
�740-�— of this contract, including ensuring all
By: performance and reporting requirements.
Name: Marilyn Marvin
Title: Director, Property Management
G%2.CGCv
By. Denise Garcia (Zr 10, 2025 09:50 CDT)
Approved as to Form and Legality: Name: Denise Garcia
Title: Purchasing Manager
°^➢
By: City Secretary:A$_.�
Name: Matthew A. Murray
Title: Assistant City Attorney
Contract Authorization: By:
M&C: 25-0196 Name: Jannette S. Goodall
Form 1295: 2025-1265204 Title: City Secretary
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Vendor Services Agreement
Ideal Fire & Security, LLC Page 10 of 30
EXHIBIT A
SCOPE OF SERVICES
1. SCOPE
1.1. Vendor will provide all labor, new materials, tools, and equipment necessary to perform testing and inspection
services for fire alarm, sprinklers, and suppression systems, repairs, and monitoring of wired and wireless fire
alarm systems of City -owned and operated facilities.
1.2. All services must follow the latest applicable edition of the National Fire Protection Agency (NFPA), and latest
edition of all applicable Local, State, and Federal Laws, Codes and Regulations.
1.3. The Vendor will also provide testing, inspection, and repair services for fire sprinklers and suppression system of
City owned and operated facilities.
1.4. All services must be in accordance with the latest applicable edition of the National Fire Protection Agency
(NFPA), and latest edition of all applicable Local, State, and Federal Laws, Codes and Regulations.
1.5. Services will be provided for the locations listed on Exhibit B and additional locations as needed, at the City's
discretion.
1.6. The Vendor will provide all labor, parts, tools, and equipment to perform all services described in this scope of
work.
1.7. Additional locations and services of the same general category that are not already on the Agreement, may be
added.
2. FIRE ALARM SERVICES
2.1. The Vendor will provide the following services:
2.1.1. Comprehensive, functional testing using specialized tools and instrumentation including but not limited to
smoke detector testers, and electrical inspection equipment to detect malfunctions not found by visual
inspection alone.
2.1.2. Testing of all alarm devices for functionality as needed, at least once annually.
2.1.3. Testing of all alarm devices for damage as needed within 24 hours of initial notification from City
representative.
2.1.4. Adjustment and calibration of system control equipment as needed, at least once annually.
2.1.5. System performance evaluation as needed, at least once annually.
2.1.6. Service performed by factory -trained technicians using specialized instrumentation listed above.
2.1.7. Thorough written documentation confirming test completion and results must be submitted to the Fire
Marshall and the Department's representative within 7 days of completion per the requirements in Section
6.0 FIRE ALARM INSPECTION REPORTS AND INVOICING below.
2.2. Annual preventative maintenance shall be completed on the date agreed upon by the City and will include, but not
be limited to:
2.2.1. Equipment analysis to detect potential failures.
2.2.2. Component replacement.
3. REPAIRS AND REPLACEMENTS
3.1. The Vendor will recommend to the City if a repair or replacement in kind is necessary for the functionality of fire
alarm, sprinkler, or suppression systems after receiving a call for service.
3.2. The Vendor will provide a repair and replacement quote with parts and estimated labor charges to be approved by
Vendor Services Agreement
Ideal Fire & Security, LLC Page 11 of 30
a city representative.
3.3. The Vendor will receive a Purchase Order (PO) from the City prior to beginning any repair or replacement services.
3.4. The Vendor will periodically examine any work in progress to ensure the extent the labor procedures conform to
the requirements of the specifications.
3.5. The Vendor shall communicate and receive written approval from the City for additional charges on any work
order.
3.6. Testing and inspection for safety and functionality must be completed on all work before being placed into service.
3.7. Repairs and replacements will be billed based on labor time, parts, and equipment.
3.8. The City will pay Vendor for the hourly rates, parts, and equipment as listed in Exhibit B.
3.9. Time will not be charged to the City for travel time or servicing delays due to the Vendor's oversight, such as not
having proper parts or equipment to perform the scheduled services.
3.10.Parts and equipment furnished under this agreement will be of quality workmanship and material and all products
or items offered under this agreement will be new and unused.
3.11. The Vendor will use experienced certified fire alarm technicians who are trained to repair all fire alarm systems
in the facilities.
3.12. The Vendor will guarantee a minimum of two (2) staff available twenty-four hours per day, 365 days per year
dedicated to the emergency repair of systems should after-hours service be required.
3.13. The Vendor will have in-house sales services for replacement parts and new systems.
3.14. The Vendor must stock commonly used components for panels and peripherals repairs, such as batteries and
sprinkler heads, in the local service facility that are dedicated to the repair of systems (not staged for
projects/installations).
3.15. Non -common parts must be available within twenty-four (24) hours of the request being placed via email.
3.16. The Vendor will have supervising personnel during replacement installations.
3.16.1. The Vendor's personnel supervising new installations will have at a minimum a NICET Level II
Certification.
3.16.2. The Vendor will have in their possession at the time of the commencement of the agreement all necessary
tools, test equipment, calibration instruments, and technical service literature necessary to properly repair,
calibrate, test, and maintain the equipment.
4. WARRANTY
4.1. The City will notify the Vendor of any malfunctioning or deficiencies within five (5) business days of discovery.
4.1.1.The Vendor will provide repairs or replacements within one (1) to two (2) business days of notification from
the City.
4.2. The Vendor will provide a one (1) year minimum warranty on any parts used during repairs or replacements.
4.3. If the warranty cannot be met, the Vendor will receive written approval before proceeding with the replacement or
installation.
4.4. The Vendor will mend, at no cost to the City, any issues caused due to incorrect repairs, workmanship issues, or
missed components during inspection and repair.
5. FIRE ALARM INSPECTIONS AND TESTS
5.1. Individual building fire alarm systems will be inspected in accordance with the applicable codes that were in effect
at the time of system installation including but not limited to the National Fire Protection Association (NFPA)
Codes and Standards for the applicable component being tested.
Vendor Services Agreement
Ideal Fire & Security, LLC Page 12 of 30
5.2. Fire alarm inspections will be conducted in accordance with the requirements of Chapter 14, Inspection, Testing,
and Maintenance of the 2025 or most current edition of NFPA, National Fire Alarm and Signaling Code.
5.3. Fire alarm inspections will include verification of transmission of all alarms including trouble and supervisory
signals to the City's monitoring stations or fire alarm systems that transmit full point reporting and/or graphics to
monitoring stations.
5.4. The Vendor will verify transmission of each individual point to the City's monitoring stations and verify that the
alphanumeric point description transmitted to the City's monitoring stations and the graphic representation at the
monitoring station corresponds with the alphanumeric point description registered at the fire alarm control panel
in the applicable building.
5.5. When conducting tests, the Vendor will provide, at a minimum, a two (2) person team, one (1) of which must hold
a valid fire alarm license from the Texas Department of Insurance State Fire Marshal's Office.
5.5.1. If necessary, the Vendor will provide additional personnel to complete testing. The Vendor will also provide
all necessary equipment to conduct testing including a reliable means of two-way communication such as
two-way radios.
5.5.2. While conducting a test, the Vendor may disable certain panel functions to facilitate testing but will not leave
any portion or function of the fire alarm or fire sprinkler system disabled upon completion of testing without
providing written notification to the requesting Department.
5.6. Fire alarm inspections should consist of but not be limited to:
5.6.1. Smoke Detectors
5.6.2. Test in place to ensure smoking entry into sensor chamber
5.6.3. Test for one supervision (trouble)
5.6.4. Test for zone and remote alarm annunciation
5.6.5. Clean detector (where applicable)
5.6.6. Check detector sensitivity (where applicable)
5.6.7. Pull stations.
5.6.8. Test for proper mechanical function
5.6.9. Test for zone alarm annunciation
5.6.10. Ensure break glass covers are in place (where applicable)
5.6.11. Inspect and reset of pull stations
5.6.12. Tamper Switches
5.6.13. Test for "supervisor" condition at panel
5.6.14. Inspect for proper adjustment
5.6.15. Test for proper zone annunciation
5.6.16. Wate Flow Switches
5.6.17. Test for "alarm" condition at panel by opening inspector's test connection
5.6.18. Inspect for proper adjustment (30-60 seconds preferred)
5.6.19. Check for proper zone annunciation
5.6.20. Audible/Visual Alarms (Bells, Horns, and Strobes)
5.6.21. Test for proper operation
Vendor Services Agreement
Ideal Fire & Security, LLC Page 13 of 30
5.6.22. Building Fire Alarm Control Panel
5.6.23. Test all input and output functions, including matrix and automatic phone dialers
5.6.24. Test all related auxiliary functions, i.e. stairwell pressurization, elevator recall, flashing exits, door locks,
etc.
5.6.25. Test battery stand-by using a calibrated battery analyzer.
5.6.26. Replace batteries as required.
5.7. The Vendor will perform all software revisions and repairs of all City fire alarm systems including, but not limited
to: Simplex 2120, 4100, and 4120 equipment.
5.8. The City reserves the right to contract with the required Vendor for software services or allow the Vendor to
subcontract where software proprietary ownership is involved. These upgrades will be on a case -by -case basis.
6. FIRE ALARM INSPECTION REPORTS AND INVOICING
6.1. Upon completion of an inspection and associated testing, the Vendor will provide to the requesting Department:
one (1) signed, electronic copy of the inspection report within seven (7) business days after testing is completed.
6.2. All fire alarm inspection reports will be type -written or computer- generated and completed as indicated in the
2025 or most current edition of the NFPA, the National Fire Alarm and Signaling Code. Similar forms may be
acceptable for use but must be submitted and received prior approval by the requesting Department.
6.3. The Vendor will provide a detailed list of each initiating device tested, indicating the device type, location,
alphanumeric label (if applicable), and indication if the device passed or failed the test. Deficiencies and/or code
violations discovered by the Vendor during an inspection or test, will be documented and clearly identified per line
item as a part of the inspection and/or test report after consultation with the requesting Department.
6.3.1. Each fire alarm deficiency will be identified as a "red tag" or "yellow tag" as indicated in Title 28, Texas
Administrative Code, Part 1, Chapter 34, Subchapter F, Rule 34.622, Inspection/Test Labels (latest edition).
6.4. All findings and reports will be submitted to the requesting Department (electronic copies of the reports may be
submitted via email).
6.5. If any deficiencies are found during the inspection, the Vendor will notify the requesting Department in writing
within twenty-four (24) hours of discovery.
6.5.1. Notification will detail the deficiency and include a quote, broken down by labor and material, to correct and
clear the deficiency.
6.6. Invoices for fire alarm inspections will be submitted within seven (7) business days of the date the inspection was
completed. Invoices and inspection reports will be submitted together.
6.6.1. Fire alarm inspections will be invoiced at the time the inspection service is scheduled.
6.6.2. Invoices will not be paid without an inspection report for the location.
7. INVOICING REQUIREMENTS
7.1. The City of Fort Worth has begun implementing an automated invoicing system.
7.2. Vendor will send invoices electronically to the City's centralized Accounts Payable department invoice email
address: supplierinvoices(&fortworthtexas.2ov. This email address is not monitored so Vendor will not send
correspondence to this email address. The sole purpose of the supplier invoices email address is to receive and
process supplier invoices.
7.3. Vendor will include the following on the subject line of Vendor's e-mail: vendor name, invoice number, and PO
number, separated by an underscore (ex: Example, Inc._123456 FW013-0000001234)
7.4. To ensure the system can successfully process invoices in an expedient manner, Vendor will adhere to the following
requirements:
Vendor Services Agreement
Ideal Fire & Security, LLC Page 14 of 30
7.4.1. All invoices must be either a PDF or TIFF format.
7.4.2. Image quality must be at least 300 DPI (dots per inch).
7.4.3. Invoices must be sent as an attachment (i.e. no invoice in the body of the email).
7.4.4. One invoice per attachment (includes PDFs). Multiple attachments per email is acceptable but each invoice
must be a separate attachment.
7.4.5. Please Vendor will not send handwritten invoices or invoices that contain handwritten notes.
7.4.6. Dot matrix invoice format is not acceptable.
7.5. The invoice must contain the following information:
7.5.1. Supplier Name and Address:
7.5.2. Remit to Supplier Name and Address, if different;
7.5.3. Applicable City Department business unit# (i.e. FW013)
7.5.4. Complete City of Fort Worth PO number (i.e. the PO number must contain all preceding zeros);
7.5.5. Invoice number; and
7.5.6. Invoice date.
7.6. Invoices will be submitted after delivery of the goods or services.
7.7. To prevent invoice processing delays, please do not send invoices by both mail and email and please do not send
the same invoice more than once by email to supplierinvoices@fortworthtexas.gov. To check on the status of an
invoice, please contact the City Department ordering the goods/services or the Central Accounts Payable
Department by email at: ZZ FIN AccountsPavable(&fortworthtexas.2ov.
7.8. If Vendor is unable to send invoices as outlined above at this time, Vendor will send invoices to the City's
centralized Accounts Payable department instead of directly to the individual City department. This will allow the
City staff to digitize the invoice for faster processing.
7.9. If electronic invoicing is not possible, Vendor will send Vendor's paper invoice to:
City of Fort Worth
Attn: FMS Central Accounts Payable
100 Fort Worth Trail
Fort Worth, Texas 76102
8. CENTRAL MONITORING STATION
8.1. All central monitoring station operations such as but not limited to, staffing and notification procedures will be in
accordance with all applicable sections of the most recent edition of the NFPA.
8.2. All equipment provided for the City will be approved by the Underwriter Laboratories (UL) with a UL Listed label.
8.3. The Vendor will operate and monitor City accounts seven days per week; 24 hours per day.
9. FIRE SPRINKLER AND SUPPRESION SERVICES
9.1. The Vendor will provide, at a minimum, the following services:
9.1.1. Comprehensive, functional testing using specialized tools and instrumentation including but not limited to
pressurized gas detectors, and hygrometers to detect malfunctions not found by visual inspection alone.
9.1.2. Testing of all sprinkler and suppression devices for functionality or damage.
9.1.3. System Performance Evaluation.
Vendor Services Agreement
Ideal Fire & Security, LLC Page 15 of 30
9.1.4. Service performed by factory -trained technicians using specialized instrumentation listed above.
9.1.5. Through documentation confirming test completion and results.
9.2. Preventative maintenance will include, but not be limited to:
9.2.1. Equipment analysis to detect potential failures.
9.2.2. Component replacement.
9.3. All services will be rendered at such times and in such a manner that will result in minimum interference with the
normal facility operations.
9.4. Annual inspections for city buildings, except for 100 Fort Worth Trail, Fort Worth, TX 76102, will begin in April
of each year and be completed by June 1 st.
9.4.1. Additional inspections may be requested by the city as needed.
9.4.2. This schedule is subject to change through the duration of the contract as agreed upon by the City and the
Vendor.
9.5. Instructions for 100 Fort Worth Trail, Fort Worth, TX 76102 inspection services are listed below in Section 9.5
New City Hall 100 Fort Worth Trail, Fort Worth, TX 76102.
10. FIRE SPRINKLER AND SUPPRESION SYSTEM INSPECTION TEST
10.1. Fire sprinkler and fire suppression system inspections will be conducted in accordance with the most current
edition of NFPA.
10.2. When conducting tests, the Vendor will provide, at a minimum, a two (2) person team, who hold all
applicable licenses and certifications required to conduct the inspections.
10.3. Fire sprinkler and fire suppression system inspections will include a main drain test to evaluate the water
supply to the fire sprinkler system, a sprinkler head inspection, and a functional test of the sprinkler system.
10.4. Fire sprinkler and suppression system inspections should consist of but not be limited to:
10.4.1. Visual Inspection
10.4.1.1. Positioning: Ensure correct positioning without obstructions.
10.4.1.2. Tamper Seals: Check for intact tamper seals, indicating the system's integrity.
10.4.1.3. Cleanliness: Verify that sprinkler heads are free from dust and debris.
10.4.1.4. Backups: When looking at the riser, ensure there are extra sprinkler heads available for that system.
10.4.1.5. Adequate volume: Within the rooms, look for sufficient sprinkler heads for the room's max
occupancy.
10.4.1.6. Verify there is adequate clearance around each sprinkler head in compliance with all applicable rules
and regulations.
10.4.1.7. Inspect piping for corrosion, leaks or damage.
10.4.1.8. Inspect sprinkler heads for corrosion or damage.
10.4.2. Main Drain Testing
10.4.2.1. Test alarm control valve and examine supply lines for damage or leaks.
10.4.2.2. Test the main drain valve to review integrity of the riser and water pressure.
10.4.3. Sprinkler Heads
10.4.3.1. Inspect each sprinkler's head for proper orientation, clearance, and signs of damage or obstruction.
Vendor Services Agreement
Ideal Fire & Security, LLC Page 16 of 30
10.4.3.2. Inspect that each sprinkler's head is free of paint or any other substance that may interfere with
operation.
10.4.4. Functional Testing
10.4.4.1. Activate the sprinkler system to ensure all components are working correctly and water flows as
intended.
10.5. New City Hall, 100 Fort Worth Trail, Fort Worth, TX 76102
10.5.1. Quarterly Inspection:
10.5.1.1. The Vendor will conduct a water flow test to verify that water flows properly through the system and
that alarms activate as expected.
10.5.1.2. The Vendor will conduct valve inspections to ensure all control valves are in the correct position,
properly sealed, and operational.
10.5.1.3. The vendor will conduct gauge readings to inspect and document pressure gauge readings on wet and
dry pipe systems to confirm they are within the required range.
10.5.2. Annual Inspection Service
10.5.2.1. The Vendor will conduct annual inspection of one (1) automatic wet pipe fire sprinkler system for
twenty-two (22) story building.
10.5.2.2. The Vendor will conduct an annual inspection of one (1) automatic dry pipe fire sprinkler system
located on the dock.
10.5.2.3. The Vendor will conduct an annual inspection of one (1) automatic dry pipe fire sprinkler system
located in the parking garage.
10.5.2.4. The Vendor will conduct an annual inspection of three (3) backflows.
10.5.2.5. The Vendor will conduct an annual inspection and performance test of one (1) electric fire pump.
10.5.3. Five (5) Year Inspection Service
10.5.3.1. The Vendor will conduct Pressure Relief Valve (PRV) control valve inspection, eleven (11) total. This
does not include PRV hose valve connections which need to be performed after working hours 5:00
p.m. - 8:00 a.m., Monday- Friday, unless otherwise requested by the Department Contract Manager
or Designee.
11. BACKFLOW DEVICE INSPECTIONS
11.1. Backflow device inspections should consist of but not be limited to:
11.1.1. Visual Inspection: The Vendor will physically examine the condition of the backflow prevention assembly
for cracks, corrosion, loose parts, or visible leaks.
11.1.2. Pressure Testing: The Vendor will utilize a testing device to simulate different pressure situations to see if
the backflow prevention device properly prevents water from flowing in the reverse direction.
11.1.3. Valve Functionality Checks: The Vendor will verify that all check valves within the assembly are opening
and closing correctly.
11.1.4. Relief Valve Testing: The Vendor will ensure that the relief valve functions appropriately to release
pressure when necessary.
11.1.5. Airport Checks: The Vendor will confirm that airports open as intended to prevent vacuum formation.
Vendor Services Agreement
Ideal Fire & Security, LLC Page 17 of 30
12. FIRE SPRINKLER AND SUPPRESION SYSTEM AND BACKFLOW DEVICE REPORTS AND INVOICING
12.1. All fire sprinkler systems, fire suppression systems, and backflow device inspection reports will describe each
device in the system in a line -item fashion that includes type, location, and pass or fail status of each device.
These reports will be computer -generated and in compliance with the most current edition of the NFPA.
12.2. If any deficiencies are found during the inspection, the Vendor will notify the requesting Department in writing
within twenty-four (24) hours of discovery. If the deficiencies create the system to be inoperable The Vendor will
notify the requesting Department immediately.
12.3. Notification will detail the deficiency and include a quote, broken down by labor and material, to correct and
clear the deficiency.
12.4. The Vendor will provide a detailed report with a list of each device tested, indicating the device type, location,
alphanumeric label (if applicable), and indication if the device passed or failed the test. Deficiencies and/or code
violations discovered by the Vendor during an inspection or test will be included and clearly identified per line
item as a part of the inspection and/or test report after consultation with the requesting Department.
12.5. Each fire sprinkler will be identified as "red tag" or "yellow tag" as indicated in Title 28, Texas Administrative
Code, Part 1, Chapter 34, Subchapter G, Rule 34.720, Inspection, Test, Maintenance Service (ITM) Tag (latest
edition).
12.6. Invoices for fire sprinkler system, fire suppression system, and backflow device inspections will be submitted
within seven (7) business days of the date the inspection was completed. Invoices and inspection reports will be
submitted together.
12.6.1. Invoices will not be paid without an inspection report for the location.
13. OPERATING HOURS AND RESPONSE TIMES
13.1. Normal operating hours will be between 8:00 a.m. and 5:00 p.m. Central Standard Time (CST) Monday through
Friday.
13.2. After-hours will be between 5:00 p.m. through 8:00 a.m. CST. Monday through Friday, and all day and night
Saturday and Sunday.
13.3. Holiday time will be all City observed holidays.
13.3.1. New Year's Day
13.3.2. Martin Luther King Jr. Day
13.3.3. Memorial Day
13.3.4. Juneteenth
13.3.5. Independence Day
13.3.6. Labor Day
13.3.7. Thanksgiving Day and the following Friday
13.3.8. Christmas Day
14. SCHEDULES
14.1. The schedules for all inspections and testing will be approved by the requesting Department.
14.2. All schedules for inspections must be submitted and approved thirty (30) days prior to an inspection and any
associated testing, and may only be altered at the discretion of the CA.
14.3. When the City requests routine services, the Vendor will contact the requesting Department within one (1) to two
(2) business days of the request to arrange an acceptable repair date and time as determined by the City.
Vendor Services Agreement
Ideal Fire & Security, LLC Page 18 of 30
14.4. Vendor will schedule the service within one (1) to two (2) business days of the PO issue date or at a time mutually
convenient for both parties.
14.5. When the City requests emergency services the Vendor will contact the requesting department within one (1)
hour and respond to the job site within two (2) hours of time of written notification.
14.6. All testing will be conducted after 5:00 p.m. CST or on weekends.
14.7. Visual inspections or testing conducted during normal business hours of 8:00 A.M. to 5:00 P.M CST must not
interfere with day-to-day business operations in the facilities.
14.7.1. Other contract work may also be performed at hours other than normal business hours, at the direction of
the requesting Department, in order to meet required schedules.
15. ESTIMATES
15.1. The Vendor will provide cost estimates if requested by the requesting department.
15.2. Estimates should reflect a realistic dollar amount comparable to the work requested/needed.
15.3. All estimates will be itemized to show labor costs and material and parts costs.
15.4. Material and parts costs will be detailed separately.
15.5. Non -emergency repair and installation estimates must be emailed to the requesting department representative
within 24 hours after a defect is identified by the Vendor or the City.
15.6. Emergency repair and installation estimates must be emailed to the requesting department representative within
2-hours after written notification.
15.7. All final approved estimates must match the invoice sent to the City for payment.
16. PRICING
16.1. Hourly labor rates for repair will be actual time worked at the City's job site to the nearest one -quarter (1/4) hour.
16.2. Vendor's delays, servicing delays, mileage, freight, or travel time will not be accepted or paid by the City under
the terms of this agreement.
16.3. Equipment/parts and materials for repairs will be offered at a minimum percentage discount of 0% to the City.
16.3.1. Vendor's "Minimum Percentage Discount Offered" proposed will apply to all goods utilized in the life of
the agreement.
17. VENDOR REQUIREMENTS
17.1. Permits — Vendor will be responsible for obtaining any required permits in the performance of the work.
17.2. Supervision — The Vendor will, during all periods of contract performance, provide competent supervision of
their employees to assure complete and satisfactory fulfillment of the work and the terms of this Contract. The
Vendor or a capable, fully authorized representative must be immediately available during all work activities to
receive all special instructions from the requesting department's designee.
17.3. The City will have the right to request that the Vendor dismiss from the premises covered by this contract any
employees of the Vendor whose conduct is improper, inappropriate, or offensive and such employees will not
be re-employed on the subject premises by Vendor without written consent of the City.
17.4. Safe — the Vendor must be thoroughly familiar with all prevailing safety measures pertinent to its operations.
This will include, but not necessarily be limited to Environmental Health Agency (EPA) regulations, Fort Worth
City Ordinances, National Fire Protection Association (NFPA) standards, and Occupational Safety and Health
Agency (OSHA) regulations. In addition, the Vendor will be wholly responsible for instructing its employees in
these safety measures and seeing that they are fully complied with in every respect.
Vendor Services Agreement
Ideal Fire & Security, LLC Page 19 of 30
17.4.1. Vendor's employees are required to always wear an identification badge while performing work under this
agreement.
17.4.2. There may be times when the requesting department will issue City Vendor I.D. badges for the Vendor's
employees. The I.D. badges will be surrendered to the department representative upon the completion of
each project.
17.5. Background Investigations — Due to working in facilities subject to federal Criminal Justice Information System
requirements, contract workers must be fingerprinted and must be able to pass a criminal background check and
drug screen. This must be done at the Vendors expense and verification of a clear background must be given to
the contract administrator before any contract employee is allowed to work in a building which falls under this
requirement.
17.5.1. Under no circumstances will any Vendor personnel having any convictions or pending criminal hearings
be assigned to the City contract.
17.6. Hazards — the Vendor will at no time permit placing or use of equipment in such manner as to block traffic lanes
or to create safety hazards. Vendor's personnel will provide appropriate warning devices when necessary and
cooperate in the fullest in allowing through passage of other vehicles and personnel, even to the point of
interrupting their own work, if necessary.
17.7. Defective Work and Damages — The Vendor will be wholly responsible for and will promptly correct or restore
all defective work or damages to any job site caused by its activities. Restoration and correction will be to the
complete satisfaction of the city. This will apply to any part of a building/home, its appurtenances, the adjacent
grounds, or any other tangible damage incurred in the performance of the Contract. Failure by the Vendor to
proceed promptly with corrective actions may be cause for cancellation of this Contract with amount(s) necessary
to correct defective work and/or damage being withheld from payments due or to become due to the Vendor.
17.7.1. The Vendor will be responsible for any defects in the project due to faulty materials and workmanship, or
both, for a period of one year from the date of final acceptance of this project by the City and will be
required to replace at his/her expense any part or the entire project which becomes defective due to these
causes.
17.7.2. Damages done to the building, equipment or property will be repaired at the Vendor's expense holding the
City harmless to any other claim for property damages and/or personal injury.
17.8. Clean Up — The Vendor will always keep the premises free from accumulation of waste materials or rubbish.
After the work, the Vendor will remove all waste and rubbish from and about the work area, as well as tools,
equipment and surplus materials, and will leave the area as clean and as free of spots, stains, etc., as before the
work was undertaken. Vendor will be responsible for disposing/hauling of all trash, demolition debris, unused
material, etc. in accordance with all Local, State, and/or Federal guidelines.
17.9. Regulations — Vendor will comply with all applicable federal, state, and local laws, ordinances, rules, and
regulations pertaining to the performance of the work specified herein even if they come into effect after the start
of this agreement. All mandates requiring the city to comply with new guidelines will also require the City
Vendors to comply.
17.10. Performance - Failure of the City to insist in any one or more instances upon performance of any of the terms
and conditions of this contract will not be construed as a waiver or relinquishment of the future performance of
any terms and conditions, but the Vendor's obligation with respect to such performance will continue in full
force and effect.
Vendor Services Agreement
Ideal Fire & Security, LLC Page 20 of 30
#1-1 Municipal Complex City Hall
#1-2 Municipal Complex Gordon
Swift Building
#1-3 Municipal Complex Zipper
Building
#14 PSTC - F&P Administration
Building
#1-5 PSTC - Fire Training Bldg. 1
#1-6 Z PSTC - Police Training Bldg.
#1-7 Southwest Municipal
Building
#1-8 Guinn Business Assistance
Center
# 1-9 Idea Works FW
#1-10 PMD Fleet Services North
Service Center
#1-11 North Animal Shelter
#1-12 PMD Fleet Services James
Avenue Service Center
#1-13 PMD Fleet Services Water
Garage
PMD Fleet Services
#1-14 Columbus Trail West
Warehouse
#1-15 Chisholm Trail Community
Center
#1-16 Victory Forest Community
Center
#1-17 Eugene McCray Community
Center
#1-18 Handley Meadowbrook
Community Center
EXHIBIT B
PAYMENT SCHEDULE
200 Texas St.
76102
Simplex
$500.00
$480.00
$980.00
4100-8201
900 Monroe St.
76102
410OU
$500.00
$ 480.00
$980.00
Simplex
275 W. 13th St.
76102
Fire Cheetah
$500.00
$480.00
$980.00
505 W. Felix St.
76115
1000 EST
$500.00
$480.00
$980.00
Edwards
509 W. Felix St.
76115
1000 Est
$1,200.00
$480.00
$1,680.00
Edwards
511 W. Felix St.
76115
1000 EST
$ 1,000.00
$ 480.00
$1,480.00
Edwards
3741 SW Loop 820
76133
Other FX-
$ 900.00
$ 480.00
$1,380.00
2000
1150 South Fwy.
76104
Notifier
$650.00
$480.00
$1,130.00
AFP-100
600 E. Rosedale St.
76104
Simplex
$ 575.00
$ 480.00
$1,055.00
410OU
317 Hillshire Dr.
76052
Silent
$ 675.00
$ 480.00
$1,155.00
Knight 5700
351 Hillshire Dr.
76052
Silent
$ 425.00
$ 480.00
$ 905.00
Knight 6700
Silent
5021 James Ave.
76115
Knight IFP-
$675.00
$480.00
$1,155.00
100
Silent
2222 W Daggett St.
76102
Knight IFP-
$600.00
$480.00
$ l ,080.00
100
4100 Columbus Trail
76133
Fire Lite
$650.00
$480.00
$1,130.00
MS -LOUD
4936 McPherson
76123
Vigilant
$550.00
$480.00
$1,030.00
Blvd.
Other
5820XL
3427 Hemphill St.
76110
Silent
$550.00
$480.00
$1,030.00
Knight
4932 Wilbarger St.
76119
Notifier
$475.00
$480.00
$955.00
NFS-320
6201 Beaty St.
76112
Notifier
$475.00
$480.00
$955.00
NFS-320
Vendor Services Agreement
Ideal Fire & Security, LLC
Page 21 of 30
PARD Service Center James
4010ES
#1-19 Avenue Central District
5199 James Ave.
76115
Simplex
$875.00
$480.00
$1,355.00
Office
#1-20 KXAS Police
3900 Barnett St.
76103
VS Series
Kidde
$3,000.00
$480.00
$3,480.00
#1-21 Northwest Library
6228 Crystal Lake
76179
Siemens FS-
$525.00
$480.00
$1,005.00
Dr.
250
#1-22 Shamblee Library
1062 Evans Ave.
76104
Farenhyt
$400.00
$ 480.00
$880.00
IFP-75
#1-23 Police Aviation Facility
310 Gulf Stream Rd.
76106
Firelite
$475.00
$ 480.00
$955.00
(Heliport)
#1-24 Municipal Complex Annex
908 Monroe St.
76102
Notifier
$875.00
$480.00
$1,355.00
Building
System 5000
#1-25 Municipal Complex Public
1000 Throckmorton
76102
Simplex
$750.00
$480.00
$1,230.00
Safety Building
St.
4100-8001
Police North Sixth Patrol
#1-26
8755 North Riverside
76177
VS Series
$475.00
$480.00
$955.00
Division
Dr.
Kidde
#1-27
818 Missouri Ave.
76104
NFW2-100
$1,300.00
$480.00
$1,780.00
Hazel Harvey Peace Center
Notifier
#1-28 PMD James Avenue Service
5001 James Ave.
76115
Farenhyt
$750.00
$480.00
$1,230.00
Center
IFP-75
#1-29 Tech Fort Worth
1120 South Fwy.
76104
6700 Silent
$1,200.00
$480.00
$1,680.00
Knight
#1-30 North Service Center -
309 Hillshire Dr.
76052
Silent
$750.00
$480.00
$1,230.00
Administration
Knight 5700
#1-31 PARD Graffiti Abatement
5189 James Ave.
76115
Slb
$11000.00
$480.00
$1,480.00
Bldg.
Gamewell
#1-32 Gateway Park Concession
751 Beach St.
76111
Fire -Site Es-
$475.00
$480.00
$955.00
#1-33 Police 1100 Nashville
1100 Nashville Ave.
76105
4100
Simplex
$650.00
$480.00
$1,130.00
#1-34 Police Mounted Patrol
1901 N. Las Vegas
76108
Edwards
$475.00
$480.00
$955.00
Trail
EST
Honeywell
#1-35 Police Crime Lab
3616 E. Lancaster
76103
Notifier
$750.00
$480.00
$1,230.00
Ave.
NFW2-100
#1-36 Fire Station Number05
850 Irma St.
76104
Notiier
$375.00
$480.00
$855.00
NFW2-100
#1-37 Fire Station Number34
14101 Sendera Ranch
76052
Silent
Knight IFP-
$700.00
$480.00
$1,180.00
Blvd.
50
#1-38 New City Hall
100 Fort Worth Trail
76102
EST-3
Edwards
$1,200.00
$480.00
$1,680.00
Vendor Services Agreement
Ideal Fire & Security, LLC Page 22 of 30
450 E. Rendon
Silent
#1-39 Fire Station Number42
Crowley Rd.
76028
Knight IFP-
100
#140 PSTC - SWAT Vehicle
507 W. Felix St
76115
6700 Silent
Storage
Knight
Worth Heights Community
#141
3551 New York Ave.
76110
Silent
Knight IFP-
Center
100
#142 Bethlehem Community
951 Evans Ave
76104
Fire Lite ES -
Center
50X
#143 Police South Patrol Division
3501 W. Risinger Rd.
76123
SIEMENS
FC-901
#1-44 Golden Triangle Library
4264 Golden Triangle
76244
Farenhyt
Boulevard
IFP-75
#145 Greenbrier Community
5200 S Hemphill St.
76115
Fire-Lite ES -
Center
50X
#146 Highland Hills Community
1600 Glasgow Rd.
76134
Fire-Lite Es -
Center
50
#147 Library Meadowbrook/E
2800 Stark St.
76112
Siemens FS-
Skills Job Center
250
Silent
#148 MLK Community Center
5565 Truman Dr.
76112
Knight IFP -
100
North Tri-Ethnic
#1-49
2950 Roosevelt Ave.
76106
Siemens
Community Center
FS-250
Northside Community
#1-50
1 100 NW 18th St.
76164
6700 Silent
Center
Kni ht
g
#1-51 Ridglea Library
3628 Bernie
76116
Fire-Lite ES -
Anderson Ave.
50X
#1-52 Southside Community
959 E. Rosedale St.
76104
Fire-Lite ES -
Center
20OX
#1-53 Southwest Community
6300 Welch Ave.
76133
Fire-Lite
Center
MS-9200
#1-54
4001 Library Ln.
76109
Farenhyt
Southwest Regional Library
IFP 2100
Silent
#1-55 Summerglen Library
4205 Basswood Blvd.
76137
Knight IFP-
100
#1-56 Animal Control
4900 Martin St.
76119
Farenhyt
IFP-75
#1-57 Haws Athletic Center
600 Congress St.
76107
9671 Other
Community Center
#1-58 Como Community Center
4660 Horne St.
76107
SLP
Gamewell
1,080.00
$500.00 $480.00 $ 980.00 1
$1,125.00 $480.00 $1,605.00
$450.00 $480.00 $930.00
$375.00 $480.00 $855.00
$500.00 $480.00 $980.00
$500.00 $480.00 $980.00
$475.00 $480.00 $955.00
$620.00 $480.00 $1,100.00
$750.00 $480.00 $1,230.00
$625.00
$480.00
$1,105.00
$675.00
$480.00
$1,155.00
$725.00
$480.00
$1,205.00
$566.00
$480.00
$1,046.00
$550.00
$480.00
$1,030.00
$875.00
$480.00
$1,355.00
$1,050.00 $480.00 $1,530.00
$750.00 $480.00 $1,230.00
$500.00 $480.00 $980.00
$500.00 $480.00 $980.00
Vendor Services Agreement
Ideal Fire & Security, LLC Page 23 of 30
Silent
#1-59 Diamond Hill Jarvis Library
1300 NE 35th St.
76106
Knight IFP-
100
Andrew Doc Session
#1-60
201 S. Sylvania Ave.
76111
Silent
Knight IFP-
Community Center
100
Silent
#1-61 East Berry Library
4300 E. Berry St.
76119
Knight
SK5700
Silent
#1-62 East Regional Library
6301 Bridge St.
76112
Knight IFP-
100
#1-63 Fire Station Community
1601 Lipscomb St.
76104
Fire-Lite
Center
MS-4
1#1-64 Holly Water Ozone Building
1511 11th Ave.
76102
Kidde Aries
#1-65 Will Rogers Auditorium and
3301 W. Lancaster
76107
Honeywell
Buildings
and Simens
#1-66 Alta Mere Main Building
2900 Alta Mere Dr.
76116
Simplex
4010ES
#1-67 Alta Mere Special Event
2900 Alta Mere Dr.
76116
Mircom FX-
Building
3500
#1-68 Medical City
8928 Medical City
76177
Honeywell
Way
6808
#1-69 Grove
2944 S. Grove St.
76104
Honeywell
MS-905OUD
$1,355.00
$700.00 $480.00 $1,180.00
$525.00 $480.00 $1,005.00
$1,275.00 $480.00 $1,755.00
$460.00
$480.00
$940.00
$475.00
$480.00
$955.00
$2,100.00
$480.00
$2,580.00
$850.00
$480.00
$1,330.00
$200 $480.00 $680.00
$300 $480.00 $780.00
$150 $480.00 $630.00
Vendor Services Agreement
Ideal Fire & Security, LLC
Page 24 of 30
RFP 25-0037 Fire Alarm, Sprinklers, and Suppression Systems
#1-1
Municipal Complex City
200 Texas St.
76102
$1,200.00
$0.00
$2,400.00
$3,600.00
Hall
#1-2
Municipal Complex Gordon
900 Monroe
76102
$400.00
$160.00
$ 600.00
$1,160.00
Swift Building
St.
#1-3
Municipal Complex Zipper
275 W. 13th
76102
$1,200.00
$160.00
$3,000.00
$4,360.00
Building
St.
#1-4
PSTC - F&P Administration
505 W. Felix
76115
$600.00
$160.00
$1,200.00
$1,960.00
Building
St.
#1-5
PSTC - Fire Training Bldg. 1
509 W. Felix
76115
$600.00
$160.00
$1,200.00
$1,960.00
St.
#1-6
PSTC - Police Training Bldg.
511 W. Felix
76115
$600.00
$160.00
$1,200.00
$1,960.00
2
St.
#1-7
Southwest Municipal
3741 SW
76133
$800.00
$160.00
$1,200.00
$2,160.00
Building
Loop 820
#1-8
Guinn Business Assistance
1150 South
76104
$400.00
$160.00
$600.00
$1,160.00
Center
Fwy.
#1-9
Idea Works FW
600 E.
76104
$400.00
$ 60.00
$600.00
$1,160.00
Rosedale St.
#1-
PMD Fleet Services North
317 Hillshire
76052
$ 800.00
$ 160.00
$1,800.00
$2,760.00
10
Service Center
Dr.
#1-
North Animal Shelter
351 Hillshire
76052
$350.00
$0.00
$600.00
$950.00
11
Dr.
#1-
PMD Fleet Services James
5021 James
76115
$800.00
$80.00
$1,800.00
$2,680.00
12
Avenue Service Center
Ave.
#1-
PMD Fleet Services Water
2222 W
76102
$800.00
$160.00
$ 1,800.00
$2,760.00
13
Garage
Daggett St.
#1-
PMD Fleet Services
4100
76133
$800.00
$160.00
$ 1,800.00
$2,760.00
14
Columbus Trail West
Columbus
Warehouse
Trail
# 1-
Chisholm Trail Community
4936
76123
$600.00
$160.00
$1,200.00
$1,960.00
15
Center
McPherson
Blvd.
# 1-
Victory Forest Community
3427
76110
$600.00
$160.00
$1,200.00
$1,960.00
16
Center
Hemphill St.
#1-
4932
76119
$ 600.00
$ 160.00
$1,200.00
$1,960.00
17
Eugene McCray Community
Wilbarger St.
Center
#1-
Handley Meadowbrook
6201 Beaty
76112
$600.00
$160.00
$1,200.00
$1,960.00
18
Community Center
St.
#1-
PARD Service Center James
5199 James
76115
$600.00
$160.00
$1,200.00
$1,960.00
19
Avenue Central District
Ave.
Office
Vendor Services Agreement
Ideal Fire & Security, LLC Page 25 of 30
#1-
KXAS Police
3900 Barnett
76103
$800.00
$ 160.00
$1,800.00
$2,760.00
20
St.
#1-
Northwest Library
6228Crystal
76179
$600.00
$160.00
$1,200.00
$1,960.00
21
Lake Dr.
#1-
Shamblee Library
1062 Evans
76104
$ 600.00
$160.00
$1,200.00
$1,960.00
22
Ave.
# 1-
Police Aviation Facility
310 Gulf
76106
$400.00
$160.00
$600.00
$1,160.00
23
(Heliport)
Stream Rd.
#1-
Municipal Complex Annex
908 Monroe
76102
$400.00
$80.00
$600.00
$1,080.00
24
Building
St.
# 1-
Municipal Complex Public
1000
76102
$800.00
$160.00
$1,200.00
$2,160.00
25
Safety Building
Throckmorton
St.
#1-
Police North Sixth Patrol
8755 North
76177
$ 600.00
$160.00
$1,200.00
$1,960.00
26
Division
Riverside Dr.
#1-
Hazel Harvey Peace Center
818 Missouri
76104
$ 800.00
$160.00
$1,200.00
$2,160.00
27
Ave.
#1-
PMD James Avenue Service
5001 James
76115
$ 800.00
$80.00
$1,200.00
$2,080.00
28
Center
Ave.
#1-
Tech Fort Worth
1120 South
76104
$ 600.00
$160.00
$1,200.00
$1,960.00
29
Fwy.
#1-
North Service Center -
309 Hillshire
76052
$ 600.00
$160.00
$1,200.00
$1,960.00
30
Administration
Dr.
#1-
PARD Graffiti Abatement
5189 James
76115
$ 600.00
$160.00
$1,200.00
$1,960.00
31
Bldg.
Ave.
#1-
Gateway Park Concession
751 Beach St.
76111
$ 600.00
$80.00
$1,200.00
$1,880.00
32
# 1-
Police 1100 Nashville
1100
76105
$ 800.00
$160.00
$1,800.00
$2,760.00
33
Nashville
Ave.
# 1-
Police Mounted Patrol
1901 N. Las
76108
$ 400.00
$160.00
$600.00
$1,160.00
34
Vegas Trail
# 1-
Police Crime Lab
3616 E.
76103
$ 800.00
$160.00
$1,200.00
$2,160.00
35
Lancaster
Ave.
#1-
Fire Station Number05
850 Irma St.
76104
$ 400.00
$160.00
$600.00
$1,160.00
36
#1-
Fire Station Number27
2940 Precinct
76118
$ 400.00
$ 160.00
$600.00
$1,160.00
37
Line Rd.
# 1-
Fire Station Number34
14101
76052
$400.00
$160.00
$600.00
$1,160.00
38
Sendera
Ranch Blvd.
#1-
Fire Station Number38
13280 Park
76248
$400.00
$160.00
$600.00
$1,160.00
39
Vista Blvd.
#1 -
Fire Station Number4l
11400 Willow
76052
$400.00
$160.00
$ 600.00
$1,160.00
40
Springs Rd.
Vendor Services Agreement
Ideal Fire & Security, LLC Page 26 of 30
#1-
41
#1-
42
#1-
43
#1-
44
#1-
45
#1-
46
#1-
47
#1-
48
#1-
49
#1-
50
#1-
51
#1-
52
#1-
53
#1-
54
#1-
55
#1-
56
#1-
57
#1-
58
#1-
59
#1-
60
New City Hall
100 Fort
76102
$2,500.00
$240.00
Worth Trail
Environmental Collection
6400 Bridge
76112
$800.00
$160.00
Center
St.
Fire Station Numberl l
1900 Texan
76247
$400.00
$160.00
Dr.
Fire Station Number42
450 E.
76028
$400.00
$160.00
Rendon
Crowley Rd.
PSTC - SWAT Vehicle
507 W. Felix
76115
$0.00
Storage
St
Worth Heights Community
3551 New
76110
$350.00
Center
York Ave.
Bethlehem Community
951 Evans
76104
$400.00
Center
Ave
Police South Patrol Division
3501 W.
76123
$ 400.00
Risinger Rd.
Golden Triangle Library
4264 Golden
76244
$350.00
Triangle
Boulevard
Greenbrier Community
5200 S
76115
$350.00
Center
Hemphill St.
Highland Hills Community
1600
76134
$350.00
Center
Glasgow Rd.
Library Meadowbrook/E
2800 Stark St.
76112
$350.00
Skills Job Center
MLK Community Center
5565 Truman
76112
$ 350.00
Dr.
North Tri-Ethnic
2950
76106
$350.00
Community Center
Roosevelt
Ave.
Northside Community
1100 NW
76164
$600.00
Center
18th St.
Ridglea Library
3628 Bernie
76116
$350.00
Anderson
Ave.
Southside Community
959 E.
76104
$350.00
Center
Rosedale St.
Southwest Community
6300 Welch
76133
$350.00
Center
Ave.
Southwest Regional Library
4001 Library
76109
$300.00
Ln.
Summerglen Library
4205
76137
$300.00
Basswood
Blvd.
$14,400.00
$17,140.00
$1,200.00
$2,160.00
$600.00
$1,160.00
$600.00
$1,160.00
$0.00
$0.00
$0.00
$0.00
$600.00
$950.00
$160.00
$600.00
$1,160.00
$ 160.00
$ 600.00
$1,160.00
$0.00
$600.00
$950.00
$0.00
$600.00
$950.00
$0.00
$600.00
$950.00
$0.00
$600.00
$950.00
$ 0.00
$ 600.00
$950.00
$0.00
$600.00
$950.00
$0.00
$600.00
$1,200.00
$0.00
$600.00
$950.00
$0.00
$600.00
$950.00
$0.00
$600.00
$950.00
$0.00
$600.00
$900.00
$0.00
$600.00
$900.00
Vendor Services Agreement
Ideal Fire & Security, LLC Page 27 of 30
#1-
61
#1-
62
#1-
63
#1-
64
#1-
65
#1-
66
#1-
67
#1-
68
#1-
69
#1-
70
#1-
71
#1-
72
#1-
73
#1-
74
#1-
75
#1-
76
#1-
77
#1-
78
#1-
79
#1-
80
#1-
81
#1-
82
Animal Control
4900 Martin
76119
$300.00
$0.00
St.
Haws Athletic Center
600 Congress
76107
$300.00
$0.00
Community Center
St.
Como Community Center
4660 Horne
76107
$300.00
$0.00
St.
Diamond Hill Jarvis Library
1300 NE 35th
76106
$ 300.00
$0.00
St.
Andrew Doc Session
201 S.
76111
$ 300.00
$0.00
Community Center
Sylvania Ave.
East Berry Library
4300 E. Berry
76119
$ 300.00
$ 0.00
St.
East Regional Library
6301 Bridge
76112
$300.00
$0.00
St.
Fire Station Community
1601
76104
$300.00
$0.00
Center
Lipscomb St.
Houston Street Parking
1200 Houston
76102
$600.00
$0.00
St.
Spinks Airpot
450 Alsbury
76028
$0.00
$320.00
Court
Western Heritage Garage
1400 Gendy
76107
$0.00
$160.00
Street
Taylor Parking Garage
913 Taylor
76102
$ 400.00
$ 0.00
Street
Rolling Hills WTP
2500 SE
76140
$ 800.00
$ 0.00
Loop 820
Will Rogers Auditorium and
3301 W.
76107
$8,800.00
$480.00
Buildings
Lancaster
Will Rogers Backstage Club
3301 W
76107
$300.00
$0.00
Lancaster
Cattle Barn Numberl
3401 Burnett
76107
$300.00
$0.00
Tandy
Cattle Barn Number2
3337 Burnett
76107
$400.00
$0.00
Tandy
Cattle Barn Number3
3309 Burnett
76107
$300.00
$0.00
Tandy
Cattle Barn Number4
3301 Burnett
76107
$300.00
$0.00
Tandy
Amon Carter Exhibition
3400
76107
$3,000.00
$0.00
Hall
Bumettt-
Tandy Dr
Moncrief Building
3201 Burnett
76107
$600.00
$0.00
Tandy Drive
Will Rogers - Multi -Purpose
1601 Wr Watt
76107
$2,400.00
$0.00
Building
Dr
$600.00
$900.00
$600.00
$900.00
$ 600.00
$900.00
$600.00
$900.00
$600.00
$900.00
$ 600.00
$900.00
$600.00
$900.00
$600.00
$900.00
$1,800.00
$2,400.00
$0.00
$320.00
$0.00
$160.00
$ 600.00
$1,000.00
$ 2,400.00
$3,200.00
$18,600.00
$27,880.00
$600.00
$900.00
$600.00
$900.00
$600.00
$1,000.00
$600.00
$900.00
$600.00
$900.00
$6,000.00
$9,000.00
$1,800.00 $2,400.00
$3,600.00 $6,000.00
Vendor Services Agreement
Ideal Fire & Security, LLC Page 28 of 30
#1-
Will Rodgers Pavilion
1591 Rip
76107
$400.00
$0.00
$1,200.00
$1,600.00
83
Building
Johnson Dr
#1-
Will Rogers Bass/Richardson
1501 Rip
76107
$800.00
$0.00
$1,800.00
$2,600.00
84
Bldg
Johnson
Drive
#1-
Street Realty
5751 Edwards
76109
$0.00
$400.00
$0.00
$400.00
85
Ranch Rd
#1-
Chisholm Trail Park
4680
76123
$300.00
$0.00
$600.00
$900.00
86
McPhearson
Blvd
#1-
Alta Mere Main Building
2900 Alta
76116
$750.00
$95.00
$1,200.00
$845.00
87
Mere Dr.
#1-
Alta Mere Special Event
2900 Alta
76116
$200.00
$0.00
$600.00
$200.00
88
Building
Mere Dr.
Vendor Services Agreement
Ideal Fire & Security, LLC Page 29 of 30
RFP 25-0037 Fire Alarm, Sprinklers, and Suppression Systems
#1-1 Repair Labor - Fire Alarm Systems (Hourly Monday to
Friday 8 AM - 5 PM)
#1-2 Emergency After -Hours Repair Labor - Fire Alarm Systems
(Hourly Monday to Friday 5 PM - 8 AM and Saturday and
Sunday)
#1-3 Emergency Holiday Repair Labor - Fire Alarm Systems Hour 50
(Hourly Holiday)
#14 Repair Labor - Fire Sprinkler Systems (Hourly Monday to Hour 700
Friday 8 AM to 5 PM CST)
#1-5 Emergency After -Hours Repair Labor - Fire Sprinkler Hour 300
Systems (Hourly Monday to Friday 5 PM - 8 AM and
Saturday and Sunday)
#1-6 Emergency Holiday Repair Labor - Fire Sprinkler Systems Hour 40
(Hourly Holiday)
#1-7 City Fee, per backflow device fee EA 1
#1-8 One Time Fire Alarm Panel Programming Fee (per location) EA 70
#1-9 One Time Programming Set Up Fee to Monitor (per location) EA 70
#1-10 Tampers & Water Flows Inspection, quarterly (100 Fort EA 4
Worth Trail)
Hour 700 $75.00 $52,500.00
Hour 300 $85.00 $25,500.00
$105.00 $5,250.00
$75.00 $52,500.00
$85.00 $25,500.00
$105.00 $4,200.00
$15.00 $15.00
$105.00 $7,350.00
$200.00 $14,000.00
$250.00 $1,000.00
1. Equipment/parts and materials for repairs will be offered at a minimum percentage discount of 0% to the City
2. Price per trip to perform semi-annual inspection of Inergen systems:
2.1. 6801 Bowman Roberts Rd $762.50
2.2. 200 Texas St $762.50
Vendor Services Agreement
Ideal Fire & Security, LLC
Page 30 of 30
CITY COUNCIL AGENDA
Create New From This M&C
Official site of the City of Fort Worth, Texas
FORT R'ORTH
-""�'�
REFERENCE **M&C 25- 13P RFP 25-0037 FIRE ALARM,
DATE: 3/11/2025 NO.: 0196 LOG NAME: SPRINKLER, AND
SUPPRESSION KQ CW
CODE: P TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: (ALL) Authorize Execution of an Agreement with Ideal Fire & Security, LLC for Fire Alarm,
Sprinkler, and Suppression Systems Services in an Annual Amount Up to $1,413,368.00
for the Initial Term and Authorize Four One -Year Renewal Options for the Same Annual
Amount for All City Departments
RECOMMENDATION:
It is recommended that the City Council authorize the execution of an agreement with Ideal Fire &
Security, LLC for fire alarm, sprinkler, and suppression systems services in an annual amount up to
$1,413,368.00 for the initial term and authorize four one-year renewal options for the same annual
amount for all City Departments.
DISCUSSION:
The purpose of this Mayor and Council Communication (M&C) is to authorize the execution of
an agreement to be used by all City of Fort Worth (City) departments to secure fire alarm, sprinkler,
and suppression systems services, including but not limited to inspections, repairs, installations, and
monitoring, of City -owned properties' fire alarms, sprinklers and suppression systems.
City Departments approached the Purchasing Division to solicit a bid for fire alarm, sprinkler, and
suppression systems services. Purchasing issued Request for Proposal (RFP) No. 25-0037 for fire
alarm, sprinkler, and suppression systems services, which consisted of detailed specifications of the
City's standards and requirements.
The RFP was advertised in the Fort Worth Star -Telegram on December 4, 2024, December 11, 2024,
December 18, 2024, December 25, 2024, January 1, 2025, and January 8, 2025. The City received a
total of five (5) responses: Century Fire Holdings, LLC, FireTron, Inc., Western States Fire Protection,
Ideal Fire & Security, LLC, and Summit Fire & Security, LLC.
Century Fire Holdings, LLC, Western States Fire Protection, and Summit Fire & Security, LLC were
deemed non -responsive by the Business Equity Division for failure to meet the assigned Business
Equity Goal.
An evaluation panel, consisting of representatives from Public Events and Property Management
departments evaluated and scored the two remaining submittals using Best Value criteria. The
individual scores were averaged for each of the criteria, and the final scores are listed in the
table below. Once the technical evaluation was completed, Purchasing staff allocated points
associated with pricing to each remaining vendor.
Evaluation Criteria
Proposers a b c d Total Rank
Score
Ideal Fire & Security, 21.67 16 25 25 87.67 1
LLC
FireTron, Inc. 18.33 16.67 22 24.59 81.59 2
The RFP document specified the use of the following Best Value Criteria:
a. Ability to meet the City's needs
b. Qualifications and Experience
c. Approach to perform services
d. Cost
After evaluation, the evaluation panel concluded that Ideal Fire & Security, LLC presented the best
value to the City. Therefore, the evaluation panel recommends that City Council authorize an
agreement with Ideal Fire & Security, LLC. No guarantee was made that a specific amount of services
would be purchased. Staff certifies that the recommended vendor bid met specifications.
The maximum annual amount allowed under the agreements citywide will be $1,413,368.00. However,
the actual amount used will be based on needs of the department and available budget.
AGREEMENT TERM: Upon City Council approval, the initial term of this agreement shall begin upon
execution and expire one year from that date.
RENEWAL OPTIONS: The agreement may be renewed for up to four (4) one-year terms at the City's
option. This action does not require specific City Council approval provided that City Council has
appropriated sufficient funds to satisfy the City's obligations during the renewal term.
BUSINESS EQUITY - The Business Equity Division placed a 10.30\% business equity goal on this
solicitation/contract. Ideal Fire & Security, LLC, has agreed/committed to utilize 10.30\% business
equity subcontractor participation for the scope of work, meeting the City's Business Equity Ordinance.
Any changes in subcontractors will be reviewed by the Business Equity Division.
ADMINISTRATIVE CHANGE ORDER: An administrative change order or increase may be made by
the City Manager up to the amount allowed by relevant law and the Fort Worth City Code and does
not require specific City Council approval as long as sufficient funds have been appropriated.
This project will serve ALL COUNCIL DISTRICTS.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that funds are available in the current operating budget, as
previously appropriated, in the participating departments' Operating Funds to support the approval of
the above recommendation and execution of the agreement. Prior to an expenditure being incurred,
the participating departments have the responsibility to validate the availability of funds.
BQN\\
TO
Fund ' Department Account I Project
ID 1 1 ID
FROM
Fund Department Account I Project
ID ID
Submitted for Citv Manaqer's Office bv:
Oriqinatinq Department Head:
Additional Information Contact:
Program Activity Budget Reference # Amount
Year (Chartfield 2)
Program Activity Budget Reference # Amount
Year (Chartfield 2)
Reginald Zeno (8517)
William Johnson (5806)
Reginald Zeno (8517)
Michael Crum (2501)
Brandy Hazel (8087)
Karen Quintero (8321)
ATTACHMENTS
1295 - Ideal Partners.Ddf (CFW Internal)
25-0037(RFP for Fire Alarm Services)CM-NS - Compliance Memo.l)df (CFW Internal)
SAM.gov 2.4.25.pdf (CFW Internal)
SOS 2.4.25.Ddf (CFW Internal)