Loading...
HomeMy WebLinkAboutContract 63159CSC No. 63156 FORT WORTH, VENDOR SERVICES AGREEMENT This VENDOR SERVICES AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WORTH ("City"), a Texas home rule municipal corporation and LEONARDS FARM & RANCH STORE, INC, ("Vendor"), a domestic for -profit corporation, each individually referred to as a "party" and collectively referred to as the "parties." AGREEMENT DOCUMENTS: The Agreement documents shall include the following: 1. This Vendor Services Agreement; 2. Exhibit A — Scope of Services; 3. Exhibit B — Price Schedule; and 4. Exhibit C — Verification of Signature Authority 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 shall control. 1. Scope of Services. Repair of small engine service for the City Departments on an as needed basis and options to replace equipment when original equipment is deemed unrepairable or uneconomical to repair. Exhibit "A" - Scope of Services more specifically describes the services to be provided hereunder. 2. Term. This Agreement shall begin on the date signed by the Assistant City Manager below ("Effective Date") and shall expire one year from the Effective Date ("Expiration Date"), unless terminated earlier in accordance with this Agreement ("Initial Term"). City shall have the option, in its sole discretion, to renew this Agreement under the same terms and conditions, for up to four (4) one-year renewal options. Compensation. 3.1 Total annual compensation under this Agreement will be an amount up to Four Hundred Forty -Eight Thousand Seven Hundred Fifty Dollars ($448,750.00). 3.2 The Vendor acknowledges that this is a non-exclusive agreement and there is no guarantee of any specific amount of purchase. Further, Vendor recognizes that the amount stated above is the total amount of funds available, collectively, for any Vendor that enters into an agreement with the City under the relevant M&C and that once the full amount has been exhausted, whether individually or collectively, funds have therefore been exhausted under this Agreement as well. 3.3 City will pay Vendor in accordance with the Prompt Payment Act (Chapter 225 of the OFFICIAL RECORD CITY SECRETARY Vendor Services Agreement FT. WORTH, TX Page 1 of 24 City Secretary Contract No. Texas Government Code) and the provisions of this Agreement, including Exhibit "B" - Price Schedule, which is attached hereto and incorporated herein for all purposes. 3.4 Vendor will not perform any additional services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City will not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. 4. Termination. 4.1. Written Notice. City or Vendor may terminate this Agreement at any time and for any reason by providing the other party with 30 days' written notice of termination. 4.2 Non -appropriation 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 shall 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 shall pay Vendor for services actually rendered up to the effective date of termination and Vendor shall 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 shall 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 shall 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 shall treat all information provided to it by City ("City Information") as confidential and shall 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 shall promptly notify Seller. It will be the responsibility of Seller 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. Vendor Services Agreement Page 2 of 24 City Secretary Contract No. 5.4 Unauthorized Access. Vendor shall store and maintain City Information in a secure manner and shall not allow unauthorized users to access, modify, delete or otherwise corrupt City Information in any way. Vendor shall 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 shall, in good faith, use all commercially reasonable efforts to cooperate with City in identifying what information has been accessed by unauthorized means and shall fully cooperate with City to protect such City Information from further unauthorized disclosure. 6. Right to Audit. Vendor agrees that City shall, until the expiration of three (3) years after final payment under this Agreement, or the final conclusion of any audit commenced during the said three years, have access to and the right to examine at reasonable times any directly pertinent 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 shall have access during normal working hours to all necessary Vendor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Vendor reasonable advance notice of intended audits. 7. Indeuendent Contractor. It is expressly understood and agreed that Vendor shall 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 shall 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 subVendors. Vendor acknowledges that the doctrine of respondeat superior shall not apply as between City, its officers, agents, servants and employees, and Vendor, its officers, agents, employees, servants, Vendors and subVendors. Vendor further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Vendor. It is further understood that City shall in no way be considered a Co -employer or a Joint employer of Vendor or any officers, agents, servants, employees or subVendor of Vendor. Neither Vendor, nor any officers, agents, servants, employees or subVendor of Vendor shall be entitled to any employment benefits from City. Vendor shall 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 subVendor. Liabilitv and Indemnification. 8.1 LIABILITY- VENDOR SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY, INCLUDING 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, AGENTS, SERVANTS OR EMPLOYEES. 8.2 GENERAL INDEMNIFICATION -VENDOR HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, FROMAND AGAINST ANYAND ALL CLAIMS OR LAWSUITS OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTY DAMAGE OR LOSS AND/OR PERSONAL INJURY, INCLUDING 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, SERVANTS OR EMPLOYEES. Vendor Services Agreement Page 3 of 24 City Secretary Contract No. 8.3 INTELLECTUAL PROPERTY INDEMNIFICATION - VENDOR AGREES TO DEFEND, SETTLE, OR PAY, AT ITS OWN COST AND EXPENSE, ANY CLAIM OR ACTIONAGAINST CITY FOR INFRINGEMENT OFANYPA TENT, COPYRIGHT, TRADE MARK, TRADE SECRET, OR SIMILAR PROPERTY RIGHT ARISING FROM CITY'S USE OF THE SOFTWARE AND/OR DOCUMENTATION IN ACCORDANCE WITH THIS AGREEMENT, IT BEING UNDERSTOOD THAT THIS AGREEMENT TO DEFEND, SETTLE OR PAYSHALL NOTAPPLYIF CITYMODIFIES OR MISUSES THE SOFTWARE AND/OR DOCUMENTATION. SO LONG AS VENDOR BEARS THE COST AND EXPENSE OF PAYMENT FOR CLAIMS OR ACTIONS AGAINST CITY PURSUANT TO THIS SECTION, VENDOR SHALL 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 SHALL HAVE THE RIGHT TO FULLY PARTICIPATE IN ANY AND ALL SUCH SETTLEMENT, NEGOTIATIONS, OR LAWSUIT AS NECESSARY TO PROTECT CITY'S INTEREST, AND CITYAGREES TO COOPERATE WITH VENDOR INDOING SO. IN THE EVENT CITY, FOR WHATEVER REASON, ASSUMES THE RESPONSIBILITY FOR PAYMENT OF COSTS AND EXPENSES FOR ANY CLAIM OR ACTION BROUGHT AGAINST CITY FOR INFRINGEMENT ARISING UNDER THIS AGREEMENT, CITY SHALL HAVE THE SOLE RIGHT TO CONDUCT THE DEFENSE OF ANY SUCH CLAIM OR ACTIONAND ALL NEGOTIATIONS FOR ITS SETTLEMENT OR COMPROMISE AND TO SETTLE OR COMPROMISE ANY SUCH CLAIM, HOWEVER, VENDOR SHALL FULLY PARTICIPATE AND COOPERATE WITH CITY IN DEFENSE OF SUCH CLAIM OR ACTION. CITYAGREES TO GIVE VENDOR TIMELY WRITTEN NOTICE OF ANY SUCH CLAIM OR ACTION, WITH COPIES OF ALL PAPERS CITYMAY RECEIVE RELATING THERETO. NOTWITHSTANDING THE FOREGOING, CITY'S ASSUMPTION OF PAYMENT OF COSTS OR EXPENSES SHALL 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 MATERIALLYADVERSELY RESTRICTED, VENDOR SHALL, AT ITS OWNEXPENSE 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 MATERIALLYADVERSELYAFFECT CITY'SAUTHORIZED USE OF THE SOFTWARE AND/OR DOCUMENTATION, OR (C) REPLACE THE SOFTWARE AND/OR DOCUMENTATION WITH EQ UALL Y SUITABLE, COMPATIBLE, AND FUNCTIONALLY EQUIVALENT NON -INFRINGING SOFTWARE AND/OR 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 MA Y SEEK ANY AND ALL REMEDIES AVAILABLE TO CITY UNDER LAW. Assignment and Subcontracting. 9.1 Assignment. Vendor shall 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 shall execute a written agreement with City and Vendor under which Vendor Services Agreement Page 4 of 24 City Secretary Contract No. the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement. Vendor and Assignee shall be jointly liable for all obligations of Vendor under this Agreement prior to the effective date of the assignment. 9.2 Subcontract. If City grants consent to a subcontract, sub Vendor shall execute a written agreement with Vendor referencing this Agreement under which sub Vendor shall agree to be bound by the duties and obligations of Vendor under this Agreement as such duties and obligations may apply. Vendor shall provide City with a fully executed copy of any such subcontract. 10. Insurance. Vendor shall 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 work pursuant to this Agreement: 10.1 Coverage and Limits (a) Commercial General Liability: $1,000,000 - Each Occurrence $2,000,000 - Aggregate (b) Automobile Liability: $1,000,000 - Each occurrence on a combined single limit basis Coverage shall be on any vehicle used by Vendor, its employees, agents, representatives in the course of providing services under this Agreement. "Any vehicle" shall be any vehicle owned, hired and non -owned. (c) Workers' Compensation: Statutory limits according to the Texas Workers' Compensation Act or any other state workers' compensation laws where the work is being performed. Employers' Liability $100,000 - Bodily Injury by accident; each accident/occurrence $100,000 - Bodily Injury by disease; each employee $500,000 - Bodily Injury by disease; policy limit (d) Professional Liability (Errors & Omissions): $1,000,000 - Each Claim Limit $1,000,000 - Aggregate Limit Professional Liability coverage may be provided through an endorsement to the Commercial General Liability (CGL) policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage shall be claims -made, and maintained for the duration of the contractual Vendor Services Agreement Page 5 of 24 City Secretary Contract No. agreement and for two (2) years following completion of services provided. An annual certificate of insurance shall be submitted to City to evidence coverage. 10.2 General Requirements (a) The commercial general liability and automobile liability policies shall name City as an additional insured thereon, as its interests may appear. The term City shall include its employees, officers, officials, agents, and volunteers in respect to the contracted services. (b) The workers' compensation policy shall 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 shall be provided to City. Ten (10) days' notice shall be acceptable in the event of non-payment of premium. Notice shall be sent to the Risk Manager, City of Fort Worth, 200 Texas Street, Fort Worth, Texas 76102, with copies to the Fort Worth City Attorney at the same address. (d) The insurers for all policies must be licensed and/or approved to do business in the State of Texas. All insurers must have a minimum rating of A- VII in the current A.M. Best Key Rating Guide, or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of Risk Management is required. (e) Any failure on the part of City to request required insurance documentation shall not constitute a waiver of the insurance requirement. (f) Certificates of Insurance evidencing that Vendor has obtained all required insurance shall be delivered to the City prior to Vendor proceeding with any work pursuant to this Agreement. 11. Compliance with Laws, Ordinances, Rules and ReLyulations. Vendor agrees that in the performance of its obligations hereunder, it shall 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 shall immediately desist from and correct the violation. 12. Non -Discrimination Covenant. Vendor, for itself, its personal representatives, assigns, subVendors and successors in interest, as part of the consideration herein, agrees that in the performance of Vendor's duties and obligations hereunder, it shall 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, SUBVENDORSS 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 shall be conclusively determined to have been delivered when (1) hand -delivered to the other party, its agents, Vendor Services Agreement Page 6 of 24 City Secretary Contract No. 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: Willliam Johnson Assistant City Manager 100 Fort Worth Trail Fort Worth, TX 76102 With copy to Fort Worth City Attorney's Office at same address WIN��11�13 Leonard's Farm & Ranch Store, Inc. James Vaughn, President 7321 Camp Bowie West Blvd. Fort Worth, Texas 76116 14. Solicitation of Emnlovees. Neither City nor Vendor shall, 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 shall 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 shall 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 shall be construed in accordance with the laws of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought pursuant to this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. 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 shall not in any way be affected or impaired. 19. Force Maieure. City and Vendor shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but shall 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, material or labor restrictions by any governmental authority, transportation problems and/or any other similar causes. Vendor Services Agreement Page 7 of 24 City Secretary Contract No. 20. Headings not Controlling. Headings and titles used in this Agreement are for reference purposes only, shall 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 shall not be employed in the interpretation of this Agreement or Exhibits A, B, and C. 22. Amendments / Modifications / Extensions. No amendment, modification, or extension of this Agreement shall be binding upon a party hereto unless set forth in a written instrument, which is executed by an authorized representative of each party. 23. Entirety of Agreement. This Agreement, including Exhibits A, B and C, contains the entire understanding and agreement between City and Vendor, their assigns and successors in interest, as to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. 24. Counterparts. This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute one and the same instrument. 25. Warranty of Services. Vendor warrants that its services will be of a high quality and conform to generally prevailing industry standards. City must give written notice of any breach of this warranty within thirty (30) days from the date that the services are completed. In such event, at Vendor's option, Vendor shall either (a) use commercially reasonable efforts to re -perform the services in a manner that conforms with the warranty, or (b) refund the fees paid by City to Vendor for the nonconforming services. 26. Immigration and Nationalitv Act. Vendor shall 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 shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor shall 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 SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY VENDOR, VENDOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Vendor, shall have the right to immediately terminate this Agreement for violations of this provision by Vendor. 27. Ownership of Work Product. City shall be the sole and exclusive owner of all reports, work papers, procedures, guides, and documentation, created, published, displayed, and/or produced in conjunction with the services provided under this Agreement (collectively, "Work Product"). Further, City shall 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 shall 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 shall 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 Vendor Services Agreement Page 8 of 24 City Secretary Contract No. Act of 1976, as amended, Vendor hereby expressly assigns to City all exclusive right, title and interest in and to the Work Product, and all copies thereof, and in and to the copyright, patent, trademark, trade secret, and all other proprietary rights therein, that City may have or obtain, without further consideration, free from any claim, lien for balance due, or rights of retention thereto on the part of City. 28. Signature Authoritv. The person signing this Agreement hereby warrants that he/she has 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 whose name, title and signature is affixed on the Verification of Signature Authority Form, which is attached hereto as Exhibit "C". Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. 29. Change in Companv Name or Ownership. Vendor shall 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. 30. No Bovcott of Israel. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Chapter 2271 of the Texas Government Code. By signing this contract, 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 contract. 31. Prohibition on Bovcotting Energv Companies. Vendor acknowledges that in accordance with Chapter 2276 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2), the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will 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 company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2). To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 32. Prohibition on Discrimination Against Firearm and Ammunition Industries. Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1), the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will 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 company that it: (1) does not have a practice, policy, guidance, or directive that Vendor Services Agreement Page 9 of 24 City Secretary Contract No. 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. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1). 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. IN WITNESS WHEREOF, the parties hereto have executed this Agreement in multiples. (signature page follows) Vendor Services Agreement Page 10 of 24 City Secretary Contract No. [Executed effective as of the date signed by the Assistant City Manager below.] / [ACCEPTED AND AGREED:] City: By: William Johnson (Air 23, 2025 15:40 CDT) Name: William Johnson Title: Assistant City Manager Date: 04/23/2025 Vendor: By: GI/1'►2t//� r it G Name: Jam f Vaughn Title: Prudent Date: �r Z�7 —2-tJZ--5- CITY OF FORT WORTH INTERNAL ROUTING PROCESS: Approval Recommended: By: James Davis (Apr 23, 202513:10 CDT) Name: Jim Davis Title: Fire Chief Approved as to Form and Legality: By: Name: Taylor C. Paris Title: Assistant City Attorney Contract Authorization: M&C: 25-0199 Date M&C Approved: 3/11/2025 Form 1295: 2025-1269013 Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all perfom-iance and reporting requirements. By: Name: Brenda Ray Title: Purchasing Manger Donna 'oQ �O�►°°d ,' Npdd City Secretary: odd��°xd d°°nn�o�544 By: Name: Jannette S. Goodall Title: City Secretary OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Vendor Services Agreement Page 11 of 24 EXHIBIT A SCOPE OF SERVICES 1. SCOPE OF SERVICES 1.1. Work performed consists of equipment, materials, labor, parts and personnel to supply service to City owned equipment. Vendor will also make parts and components available to the City for purchase over the counter to complete minor repairs or maintenance. 1.2. The City intends to award multiple agreements in order to maintain and repair all shop logistical infrastructures in order for the participating Departments to be able to perform maintenance and repair on City assets. 1.3. Unit prices shall include all costs associated with the specified work, including, but not limited to, handling, delivery, fuel charges, fees, and certification fees — unless otherwise specified in the line items. No additional charges will be accepted or paid by the City. 1.4. Upon City's request for expedited delivery, Vendor shall expedite delivery of requested parts or components. Vendor shall supply the City with an invoice for all City requested expedited deliveries. 2. INTENT 2.1. The intent of these specifications is to describe the minimum requirements for an annual agreement for the provision of parts and services for equipment that shall include but not be limited to the following examples: 2.1.1. List of most common parts: Engine Oil cap Dipstick Cords Lever Gas Cap Shaft Oil/Fuel tank Gear case Bearings Housing Wheel/Impeller Inlets (Collar, Funnel, etc.) Motor Valve Carburetor Casing Vendor Services Agreement Page 12 of 24 City Secretary Contract No. 2.1.1.17. Nozzle 2.1.1.18. Muffler 2.1.1.19. Blade 2.1.1.20. Oil 2.1.1.21. Deck 2.1.1.22. Cutch 2.1.1.23. Gasket 2.1.1.24. Belt 2.1.1.25. Battery 2.1.1.26. Fan 2.1.1.27. Trimmer head 2.1.1.28. Springs 2.1.1.29. Chain 2.1.1.30. Air Filter 2.1.1.31. Spark plug 2.1.1.32. Other parts necessary for the equipment to become operational. 2.1.2. List of most common City equipment requiring services: 2.1.2.1. Push mowers: Cub Cadet, Toro, Snapper 2.1.2.2. Riding Mowers: Cub Cadet, Toro, Snapper 2.1.2.3. Deck Mowers: Kubota, Toro 2.1.2.4. Blowers: Echo, Stihl, 2.1.2.5. String Trimmers: Stihl, Echo, Weedeater 2.1.2.6. Edgers: McClane, Stihl 2.1.2.7. Hedge Trimmers: Stihl, Echo 2.1.2.8. Pole Saws: Stihl, Echo 2.1.2.9. Chain Saws: Stihl, Echo, Husqvarna 2.1.2.10. Concrete Saws: Stihl, Echo 2.1.2.11. Multi -Purpose Saws: Partner, Husgvarna, Bosch, Makita 2.1.2.12. Generators: Honda, Briggs & Stratton, Generac, Dewalt, Troybilt 2.1.2.13. Spreaders / Cutters / Ram: Holmatro 2.1.2.14. Water Pumps: Honda, Waterous 2.2. The City reserves the right to add or remove equipment during the life of the contract. 2.3. The City will notify the Vendor upon addition or removal of equipment, if applicable. 3. RESPONSE TIMES, LOCATIONS, ESTIMATES AND REPLACEMENT EQUIPMENT 3.1. Regular Services: 3.1.1. Vendor shall respond and supply any parts or begin any service required during regular business hours (8:00 AM through 4:00 PM, Monday through Friday, excluding holidays) within 48 hours or less. 3.2. Emergency Services: 3.2.1. Vendor shall respond and supply any parts or begin any emergency service required during regular business hours (8:00 AM through 4:00 PM, Monday Vendor Services Agreement Page 13 of 24 City Secretary Contract No. through Friday, excluding holidays) within six (6) hours or less. 3.2.2. Vendor shall respond and supply any parts or begin any emergency service required outside of regular business hours, weekends and/or City Observed holidays, within six (6) hours or less, times are defined below: 3.2.2.1. Outside regular business hours, weekdays from Monday through Friday, from 5:01PM to 7:59AM 3.2.2.2. Weekends, all -day Saturday and all -day Sunday 3.2.2.3. City Observed Holidays: 3.2.2.3.1. New Year's Day 3.2.2.3.2. Martin Luther King Day 3.2.2.3.3. Juneteenth Day 3.2.2.3.4. Fourth of July 3.2.2.3.5. Labor Day 3.2.2.3.6. Thanksgiving Day 3.2.2.3.7. The Day after Thanksgiving Day 3.2.2.3.8. Christmas Day 3.2.3. The City, at its option, may pick up and deliver equipment needing emergency service. 3.2.3.1. Emergency Service shall be completed within one (1) business day. 3.2.3.2. Emergency service shall be requested by the appropriate supervisor or designated representative. Vendor Services Agreement Page 14 of 24 City Secretary Contract No. 3.3. Locations Department Location Fire Environmental Services Water Park & Recreation Equipment Shop Address 2920 Bolt St, Fort Worth, TX, 76110 Brennan Drop-off 2400 Brennan Ave, Fort Station Worth, TX, 76106 Southeast Drop- 5150 Martin Luther King off Station Freeway, Fort Worth, TX, 76119 Environmental 6400 Bridge Street, Fort Collection Center Worth Texas 76112 Southside Service 4100 Columbus Trail, Center Fort Worth, TX, 76133 Hours of Operations 24/7 Monday -Friday 8AM-6PM Saturday 8AM-5PM Closed Sundays Old Hemphill 6260 Old Hemphill Road Drop-off Road, Fort Worth, TX, Station 76134 Hillshire Drop- off Station (North 301 Hillshire Haslet, Service Center) 05 TX, 7 6052 Park personnel will be delivering to and picking up from Vendor's location or Village Creek Reclamation ArWilma Lane, Arlington, TX 76012 Monday -Friday 8AM-5PM Arlington, Water Facility Park personnel will be delivering to and picking up from Vendor's location. 3.3.1. The City reserves the right to add or remove locations during the life of the contract. 3.3.2. The City will notify the Vendor upon addition or removal of locations. 3.4. Estimates: 3.4.1. Vendor shall be required to provide written or electronically produced estimates to City personnel before the start of any work. The estimates must be emailed to the City employee(s) who requested the services to be completed. 3.4.2. City personnel shall issue a purchase order for billable repairs via email. Repairs are NOT to be performed until a purchase order has been issued in writing from the City. This ensures proper tracking and documentation are in place for the Vendor and the City. 3.4.3. Final submitted invoices submitted to the City for work performed should always match the final estimate received by the City. All revised estimates must be approved prior to billing. 3.4.4. If City equipment is serviced by a Vendor for warranty work, an estimate provided by the Vendor to the City shall state `Warranty Service'. Vendor Services Agreement Page 15 of 24 City Secretary Contract No. 3.4.5. All estimates provided by vendors will be quoted on a `time and materials' basis unless the service is subcontracted, adherence to the agreed upon contract rate(s) and itemized to illustrate the cost of each of the following, if applicable, to the service or work performed: 3.4.5.1. Estimates shall include: 3.4.5.1.1. Number of and cost of each part(s) to be installed. 3.4.5.1.2. Cost of labor to perform repair and/or installation; itemized by number of labor hours per labor line and labor rate per hour. 3.4.5.1.3. Itemized inspection/diagnostic fees. 3.4.5.1.4. Transportation fees, if any, Pick-up & Delivery Inclusive. 3.4.5.2. These costs should be broken down in labor, parts, or established fees defined in the bid lines. This should be considered when bidding applicable costs in other time and materials categories. 3.4.5.3. Travel charges for mobile services will be considered and must be listed on the line items. 3.4.5.4. Vendor shall be notified, via email, of repairs needed and/or diagnosis from City personnel. 3.4.5.5. Vendor shall identify the repair direction and shall email an estimate with specific details of the repairs needed regardless of warranty or non -warranty. 3.4.5.6. Warranty and billable repairs shall be on separate estimate(s) / invoicing in ALL cases. 3.4.5.7. City personnel shall document the approval and shall update the work order detailing all communications and repairs with denial or approval information. 3.5. Replacement Equipment to complete repair: 3.5.1. Vendor shall provide labor, tools and equipment necessary to complete the repairs of the equipment serviced. If the Vendor concludes that is unable to complete the repair due to: 3.5.1.1. Equipment reaching its end of life; 3.5.1.2. Equipment no longer supported by the manufacturer; or 3.5.1.3. Parts no longer available; The Vendor shall notify the City and provide an estimate for a replacement equipment. Vendor Services Agreement Page 16 of 24 City Secretary Contract No. 3.5.2. The replacement equipment estimate must include: 3.5.2.1. Make and Model of the replacement equipment; 3.5.2.2. Equipment status, new or refurbished; 3.5.2.3. Warranty on parts and labor; 3.5.2.4. Technical documentation, listing the replacement equipment specifications; 3.5.2.5. Installation Cost; 3.5.2.6. Price list; 3.5.2.7. Discount; and 3.5.2.8. Final Unit Cost including all shipping costs. 3.5.3. Vendor shall have any OEM required certification on the replacement equipment offered to the City. 3.5.4. The City reserves the right to: 3.5.4.1. Approve or disapprove any and all substitutions; 3.5.4.2. Purchase the replacement equipment from other current annual agreements to replace the obsolete equipment if the cost is less. 4. INVOICES 4.1. All invoices must include: 4.1.1. Equipment Serial Number; 4.1.2. Equipment City's Unit Number, if applicable; 4.1.3. Number of hours if applicable; and 4.1.4. Purchase Order Number. 4.1.5. If the final invoice needs to be updated for any reason (i.e. charges, unit number, etc.) the date on the final invoice must be updated to match the date the revised invoice was submitted for processing. 4.2. Invoices Supporting Documentation 4.2.1. Supporting Documentation for Labor charges must include, at a minimum: 4.2.2. The total number of labor hours performed; and 4.2.3. The labor rates. Vendor Services Agreement Pagc 17 of 24 City Secretary Contract No. 4.2.4. Supporting Documentation for Parts charges must include, at a minimum: 4.2.5. Short and plain description of the part; 4.2.6. The vendor part number; 4.2.7. The vendor's cost for the part; and 4.2.8. Any discounts/markups. 4.3. Vendor must obtain a Purchase Order number before performing any services. 4.4. Vendor must itemize all charges on the Vendor's invoice billing statement, and provide documentation establishing the charges on the Vendor's invoice billing statement. 5. GENERAL REQUIREMENTS 5.1. Vendor shall furnish copies of any certificates and/or licenses required by these specifications or manufacturer evidencing the extent or their authority and show authorization to perform all requirements of this agreement. Vendor shall keep their certificates and/or license up to date throughout the life of this agreement and submit copies to the City upon request. 5.2. Vendor shall keep accurate records of all equipment parts and components serviced or replaced. Identifying the parts and any other information required by the City. 5.3. Vendor shall notify the City immediately of any parts that have or could fail to operate as designed. Upon completion of services made to parts, any failures and the reason for failure shall be indicated in reports submitted to the City. 5.4. Testing of engines shall be performed to the manufacturer requirements or better. In the absence of manufacturer requirements, testing shall be done, if requested by the City, for detection of any potential internal malfunctions to aid in avoiding major breakdown and costs. 5.5. The City shall have the sole responsibility of declaring the test results acceptable or unacceptable. Any equipment, parts, or components found with unacceptable test results and the reason for being found unacceptable shall be indicated in the records submitted to the City. 5.6. Parts shall be OEM (Original Equipment Manufacturer). Only after market, rebuilt and/or remanufactured parts that meet manufacturer's specifications can be used by mutual agreement of both parties. Vendor Services Agreement Page 18 of 24 City Secretary Contract No. 5.7. Aftermarket, rebuilt and/or remanufactured parts shall not exceed 75% of new OEM part prices and used parts (if approved by the City) shall not exceed 50% of new OEM prices without City consent. 5.8. Vendor shall tear down equipment to determine the cost of restoration to OEM specifications. Upon completion of the tear down a report shall be made to the City detailing the cost of any service where the estimate exceeds 50% of the replacement cost of the unit. The City contact shall determine if the service will be performed or if the equipment will be replaced. Cost of the service shall not exceed 75% of the replacement cost. 5.9. Vendor shall return all non -serviceable parts, engines and components to the City upon request. 6. REQUIRED EQUIPMENT AND FACILITIES 6.1. Vendor shall have all equipment, tools, license and certificates to perform all requirements of this agreement. 6.2. The City reserves the right to inspect all equipment, tools and facilities required to be used in the performance of this agreement before, during and after the award of this agreement. 6.3. Vendor's equipment, tools and facilities shall comply with all manufacturer requirements and shall remain in such compliance throughout the life of this agreement. 6.4. All equipment, tools, and facilities used in the performance of this agreement shall be fully maintained, clean, in good working condition, suitable for the intended purpose and operated by qualified personnel. 7. VENDOR RESPONSIBILITIES 7.1. Vendor shall provide a reasonable ability for the City to pickup engines and parts or drop off any engines or parts on an as needed basis. 7.2. Safety 7.2.1. Vendor must be thoroughly familiar with all safety measures pertinent to its operations. 7.2.2. Vendor shall be responsible for instructing its employees in all safety measures and compliance. 7.2.3. Vendor shall at no time permit use of or operation of City owned engines or parts being serviced in a manner that creates a safety hazard. Vendor Services Agreement Pagc 19 of 24 City Secretary Contract No. 8. WARRANTY 8.1. Vendor shall provide a warranty to include at a minimum, but not limited to the following: 8.1.1. In addition to any other warranties in this contract, the Vendor warrants that all work and products supplied under this contract conforms to the contract requirements and is free from any defect in workmanship, equipment, material, or design furnished by the Vendor. 8.1.2. Vendor agrees to repair or replace promptly, on a one -for -one basis without additional cost to the City of Fort Worth, any and all defective work and products. The City defines "prompt" repair or replacement to be within twenty- four (24) hours after notification by authorized City personnel. 8.1.3. This warranty shall continue for a period of 90 days from date of acceptance of products and work by the City. 8.1.4. Vendor shall remedy at the Vendor's expense any non -conforming or defective products or work. In addition, the Vendor shall remedy at Vendor's expense any damage to real or personal property owned by the City of Fort Worth, when that damage is the result of a defect of products furnished. 8.1.5. The Vendor's warranty with respect to products repaired or replaced will run for 90 days from date of installation and acceptance of such by the City. 8.1.6. The City of Fort Worth shall notify the Vendor, within a reasonable time after the discovery of any failure, defect, or damage. 8.1.7. If the Vendor fails to remedy any failure, defect, or damage within a reasonable time after receipt of notice, the City of Fort Worth shall have the right to replace, repair, or otherwise remedy the failure, defect, or damage at the Vendor's expense. 8.2. This warranty shall not include failures attributable to accident, fire, or negligence on the part of City personnel. Vendor Services Agreement Pagc 20 of 24 City Secretary Contract No. EXHIBIT B PRICE SCHEDULE Estimated Total Service UOM Number of Unit Price unurc rvoarmi r Pnce RFP 25-0039 Small Engine Repair Services Monday through Success: All values provided #1-1 Regular Hours - Hourly Rate for Repairs Friday 8.00AM- Hourly Rate 2250 $ 90.00 $ 202,500.00 5:OOPM (CST) Monday through Success: All values provided #1-2 After Regular Hours - Hourly Rate for Repairs Friday 5-01 PM- Hourly Rate 150 $ 130.00 $ 19,500-00 7:59AM (CST) All -Day Success: All values provided #1-3 Weekends - Hourly Rate for Repairs Saturday/All-Day Hourly Rate 150 $ 170.00 $ 25,500.00 Sunday Refer to RFP06- City Observed Holidays Hours - Hourly Rate for Section 522 3 Success: All values provided #1-4 Repairs for list of City Hourly Rate Observed Holidays Pick UplDelivery Fee - Round Trip (to and/or from Mileage from Success: All values provided #1-5 City location) and/or to City Per mile Location 19 L J 100 $ 170.00 $ 17,000-00 250 $ 20.00 $ 5,000.00 $ 269,500.00 Hypothetical Proposer Final Cost to Status # Parts Discount Description RFP 25-0039 - Additional Services Discount Success: All values provided #1-1 OEM New Parts at Manufacturer's List Price less $ 000-00 0-05 $ 950.00 discount Success: All values provided #1-2 New Aftermarket Parts at Dealer's List Price less $ 1,000.00 0.05 $ 950.00 discount Success: All values provided #1-3 RebuiltlRema nufactu red Parts at Dealer's List $ 1,000.00 Price less discount Success: All values provided #1-4 OEM New Short -Block (Engine) at Dealer's List $ 1,000.00 Price less discount Success: All values provided #1-5 RebuilURemanufactured Short -Block (Engine) at $ 1 000.00 Dealer's List Price less discount Success: All values provided #1-6 All other parts and materials at Manufacturer's $1,000-00 List Price less discount 0.02 $ 980.00 0.02 $ 980.00 0.02 $ 980.00 0-02 $ 980-00 Vendor Services Agreement Page 21 of 24 EXHIBIT C VERIFICATION OF SIGNATURE AUTHORITY LEONARD'S FARM & RANCH STORE, INC. 7321 CAMP BOWIE WEST BLVD FORT WORTH, TEXAS 76116 Execution of this Signature Verification Form ("Form") hereby certifies that the following individuals and/or positions have the authority to legally bind Vendor and to execute any agreement, amendment or change order on behalf of Vendor. Such binding authority has been granted by proper order, resolution, ordinance or other authorization of Vendor. City is fully entitled to rely on the warranty and representation set forth in this Form in entering into any agreement or amendment with Vendor. Vendor will submit an updated Form within ten (10) business days if there are any changes to the signatory authority. City is entitled to rely on any current executed Form until it receives a revised Form that has been properly executed by Vendor. Name: Position: Signature 2. Name: Position: Signature 3. Name: Position: Signature Name: es Vaughn Signatu of President / CEO Other -i'it le: Date: 4T - 2 3 ` 7 0 Z-S _- Vendor Services Agreement Page 22 of 24 City Secretary Contract No. City of Fort Worth, Texas Mayor and Council Communication DATE: 03111125 M&C FILE NUMBER: ',1P.1= 25-0199 LOG NAME: 13P RFP 25-0039 SMALL ENGINE REPAIRS FD MC SUBJECT (ALL) Authorize Execution of Non -Exclusive Agreements with Leonard's Farts & Ranch Store, Inc., JHouston Holdings LLC dba LSM Outdoor Power, and Jeffrey C. Meyka dba A&B Lawn and Garden, for Small Engine Repair Services in a Combined Annual Amount Up to $448,750.00 for the Initial Term. and Authorize Four One -Year Renewal Options for the Same Annual Amount for City Departments It is ; _ .. I that the City Council authorize execution of non-exclusive ... _ with Leonard's Farm & Ranch Store, Inc_, JHouston Holdings LLC dba LSM Outdoor Power, and Jeffrey C. Meyka dba A&B Lawn and Garden, for small engine repair services in a combined annual amount up to $448,750.00 for the initial term, and authorize four one-year renewal options for the same annual amount for City Departments. DISCUSSION: The Fire, Environmental Services. Park & Recreation, and Water . . ..:, approached the Purchasing Division to solicit a bid for small engine repair services, the agreement will be used to repair and/or maintain City -owned equipment such as lawn mowers, blowers. saws, and other small engine -based equipment not managed and repaired by Property Management / Fleet Services Division. Purchasing issued Request for Proposal (RFP 1 No. 25-0039 for Small Engine Repair Services. which consisted of detailed specifications listing the types of parts and services needed by departments and delivery requirements. This solicitation will replace prior bid(s) that were used specifically for Small Engine Repairs. the current solicitation has a significantly expanded scope and includes r.is .: of equipment when repair is not feasible, which was not included in the prior bids. The RFP was advertised in the Fort Worth Star -Telegram on January 1, 2025, January 8. 2025, January 15, 2025, January 21, 2025. and January 29, 2025. The City received three (3) bid responses: Leonard Farm & Ranch Store, Inc., Jeffrey C. Meyka dba A&B Lawn and Garden and JHouston Holdings LLC dba LSM Outdoor Power. An evaluation panel, consisting of representatives from the Fire and Water Department, evaluated and scored the submittals using Best'Jalue criteria. The individual scores were averaged for each of the criteria, and the final scores are listed in the table below. Orce the technical evaluation was completed, Purchasing staff allocated points associated with pricing to each vendor. Evaluation Criteria Bidders Rank A B C D Total Score Leonard's Fami & Ranch Store, Inc. 31.5 15 16.67 30 93.17 JHouston Holdings LLC dba LSM Outdoor Power 25.67 15 14 28.7 83.37 Jeffrey C- Meyka dba A&B Lawn and Garden 24.5 15 14 24.35 77.85 The RFP document specified the use of the following Best Value Criteria: a. Proposer's Qualifications, Experience, Licenses. Certifications and References b. Distance of principal place of business from 100 Fort Worth Trail location c. Ability to meet the City's needs d. Cost After evaluation, the panel oonckided that Leonard Farm & Ranch Store, Inc., JHouston Holdings LLC dba LSM Outdoor Power, and Jeffrey C. Meyka dba A&B Lawn and Garden, presented the best value to the City. Therefore, the panel ... . ..:. that City Council authorize non- exclusive agreements with Leonard's Farm & Ranch Store, Inc.. JHouston Holdings LLC dba LSM Outdoor Power. and Jeffrey C. Meyka dba A&B Lavin and Garden. No guarantee was made that a specific amount of these services would be purchased. Staff certifies that the ; .. _ .. - J vendors' bids met specifications. FUNDING: To ensure City departments have enough spending authority under the non-exclusive agreements, considering the expanded scope of this solicitation and to account for unanticipated needs from additional Departments; Purchasing has also included a 211% spending buffer in the amount of $89,750.DD, for a combined annual amount up to $448,750-0Q however, the actual amount used will be based on the need of the department and available budget Funding is budgeted within the .,: . _ .,.. . departments' Operating Funds, as appropriated. BUSINESS EQUITY: This solicitation was reviewed by The Business Equity Division for available business equity prospects according to the City's Business Equity Ordinance. There were limited business equity opportunities available for the serviceslgoods requested, therefore, no business equity goal was established. AGREEMENT TERM: Upon City Council approval, the initial term of these non-exclusive Agreements shall begin upon execution and shall Vendor Services Agreement Page 23 of 24 City Secretary Contract No. expire one year from that date. The combined annual amount of these non-exclusive agreements is up to 5448,750.00 for the initial terns. RENEWAL OPTIONS: These Agreements may be renewed for up to four one-year terms for a combined annual amount up to $448.750.00, at the City's option. This action does not require specific City Council approval, provided the City Council has appropriated sufficient funds to satisfy the City s. obligation during the renewal term. 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. FISCAL INFORMATION 1 CERTIFICATION: The Directorof Finance certifies that funds are available in the current operating budgets, as previously appropriated, in the participating departments' Operating Funds to support the approval of the above recommendation and execution of the agreement. Prior to any expenditure being incurred, the participating departments have the responsibility to validate the availability of funds. Submitted for Citv Managers Office bv: Reginald Zeno 8517 Dana Burghdoff 8018 Originating Business Unit Head: Reginald Zeno 8517 James E. Davis 6801 Additional Information Contact: Brandy M. Hazel 8087 Maria Canoura 2526 Vendor Services Agreement Page 24 of 24