Loading...
HomeMy WebLinkAboutContract 63217CSC No. 63217 FORT WORTH..lro"� VENDOR SERVICES AGREEMENT This VENDOR SERVICES AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WORTH ("City"), a Texas home -rule municipal corporation, acting by and through its duly authorized Assistant City Manager, and CORNERSTONE DETENTION PRODUCTS, INC ("Vendor"), an Alabama Corporation, acting by and through its duly authorized representative, each individually referred to as a "party" and collectively referred to as the "parties." AGREEMENT DOCUMENTS: The Agreement documents shall include the following: 1. This Vendor Services Agreement; and 2. Exhibit A — Scope of Services; and 3. Exhibit B — Price Schedule; and 4. Exhibit C — Replacement Parts/Spare Parts; and 5. Exhibit D — Cornerstone's Standard Terms and Conditions; and 6. Exhibit E — Vendor's Sole Source Letter Exhibits A, B, C, D, and E, 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 B, C, D, or E and the terms and conditions set forth in the body of this Agreement, the terms and conditions of this Agreement shall control. 1. Scone of Services. The Vendor shall provide all equipment, materials, labor, tools, incidentals, expendable items, personal protective equipment, sanitation items and transportation necessary for the proper execution and completion of services including but not limited to, preventative maintenance, repair or replacement of like items or items of similar use/kind, and general maintenance. ("Services"), which are set forth in more detail in Exhibit "A" ("Scope of Services"), attached hereto and incorporated herein for all purposes. 2. Term. The Initial Term of this Agreement is for one (1) year, beginning on the date that this Agreement is executed by the City's Assistant City Manager ("Effective Date"), unless terminated earlier in accordance with this Agreement. The city will have the option, in its sole discretion, to renew this Agreement under the same terms and conditions for up to four (4) one-year renewal option(s) (each a "Renewal Term"). 3. Compensation. 3.1 Total compensation under this Agreement will not exceed fifty thousand dollars and no cents ($50,000.00). 3.2 City will pay Vendor in accordance with the Prompt Payment Act (Chapter 2251 OFFICIAL RECORD Vendor Services Agreement CITY SECRETARY Page 1 of 74 FT. WORTH, TX of the Texas Government Code) and the provisions of this Agreement, including Exhibit `B" ("Payment Schedule"), which is attached hereto and incorporated herein for all purposes. 3.3 Vendor will not perform any additional services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional 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 at least 30 days' written notice of termination. 4.2 Non-Aonromiation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement will terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. 4.3 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date, City will pay Vendor for services actually rendered up to the effective date of termination, and Vendor will continue to provide City with services requested by City and in accordance with this Agreement up to the effective date of termination. Upon termination of this Agreement for any reason, Vendor will provide City with copies of all completed or partially completed documents prepared under this Agreement. In the event Vendor has received access to City Information or data as a requirement to perform services hereunder, Vendor will return all City -provided data to City in a machine-readable format or other format deemed acceptable to City. 5. Disclosure of Conflicts and Confidential Information. 5.1 Disclosure of Conflicts. Vendor hereby warrants to City that Vendor has made full disclosure in writing of any existing or potential conflicts of interest related to Vendor's services under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this Agreement, Vendor hereby agrees immediately to make full disclosure to City in writing. 5.2 Confidential Information. Vendor, for itself and its officers, agents, and employees, agrees that it will treat all information provided to it by City ("City Information") as confidential and will not disclose any such information to a third party without the prior written approval of City. 5.3 Public Information Act. City is a government entity under the laws of the State of Texas, and all documents held or maintained for City are subject to disclosure under the Texas Public Information Act. In the event there is a request for information marked Confidential or Proprietary, City will promptly notify Vendor. It will be the responsibility of Vendor to submit reasons objecting to disclosure to the Texas Attorney General. A determination on whether such reasons are sufficient will not be decided by City, but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction. 5.4 Unauthorized Access. Vendor must store and maintain City Information in a secure manner and will not allow unauthorized users to access, modify, delete, or otherwise corrupt City Vendor Services Agreement Page 2 of 24 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. Rieht to Audit. Vendor agrees that City will, until the expiration of three (3) years after final payment under this Agreement or the final conclusion of any audit commenced during the said three years, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers, and records, including, but not limited to, all electronic records of Vendor involving transactions relating to this Agreement at no additional cost to City. Vendor agrees that City will have access during normal working hours to all necessary Vendor facilities and will be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City will give Vendor reasonable advance notice of intended audits. 7. Independent Contractor. It is expressly understood and agreed that Vendor will operate as an independent contractor as to all rights and privileges and work performed under this Agreement and not as an 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 shall 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 and Vendor's 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 of its officers, agents, servants, employees, contractors, or subcontractors. Neither Vendor, nor any officers, agents, servants, employees, contractors, or subcontractors of Vendor, will be entitled to any employment benefits from City. Vendor will be responsible and liable for any and all payment and reporting of taxes on behalf of itself and any of its officers, agents, servants, employees, or contractors. 8. Liability and Indemnification. 8.1 LIABILITY - VENDOR WILL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE, AND PERSONAL INJURY, INCLUDING, BUT NOT LIMITED TO, DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE, OR INTENTIONAL MISCONDUCT OF VENDOR, ITS OFFICERS, REPRESENTATIVES, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.2 GENERAL INDEMNIFICATION - VENDOR HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS, AND DEFEND CITY, ITS OFFICERS, AGENTS, REPRESENTATIVES, SERVANTS, AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CLAIMS OR LAWSUITS OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO VENDOR'S BUSINESS AND ANY RESULTING LOST PROFITS) AND PERSONAL INJURY, INCL UOING, B UT NOT LIMITED TO, DEATH, TO ANYAND ALL PERSONS, ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS, MALFEASANCE, OR INTENTIONAL MISCONDUCT OF VENDOR, ITS OFFICERS, AGENTS, Vendor Services Agreement Page 3 of 24 REPRSENTATIVES, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.3 INTELLECTUAL PROPFflTr INDEMNIFICATION - VENDOR AGREES TO DEFEND, SETTLE, OR PAY, AT ITS OWN COST AND EXPENSE, ANY CLAIM OR ACTIONAGAINST CITYFOR INFRINGEMENT OFANYPATENT, COPYRIGHT, TRADE MARK, TRADE SECRET, OR SIMILAR PROPERTY RIGHT ARISING FROM CITY'S USE OF 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 ORACTIONSAGAINST CI.TYPURSUANT TO THIS SECTION, VENDOR WILL.HAVE THERIGHT TO CONDUCT THEDEFENSE OFANYSUCHCLAIM ORACTIONANDALL NEGOTLITIONSFORITSSETTLEMENT OR COMPROMISEAND TO SETTLE OR COMPROMISE ANY SUCH CLAIM, HOWEVER, CITY WILL HAVE THE RIGHT TO FULLY PARTICIPATE IN ANY AND ALL SUCH SETTLEMENT, NEGOTIATIONS, OR LAWSUITAS NECESSARY TO PROTECT CITY'S INTERESTS, AND CITYAGREES TO COOPERATE WITH VENDOR IN DOING SO. IN THE EVENT CITY, FOR WHATEVER REASON, ASSUMES THE RESPONSIBILITY FOR PAYMENT OF COSTSAND EXPENSES FOR ANY CLAIM OR ACTION BROUGHT AGAINST CITYFOR 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 WILLFULLY 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 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 MATERIALLYADVERSELYRESTRICTED, VENDOR WILL, AT ITS 0WNEXPENSE: (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 ITNON-INFRINGING, PROVIDED THAT SUCH MODIFICATION DOES NOT MATERIALLY ADVERSELY AFFECT CITY'S A UTHORIZED USE OF THE SOFTWARE AND/OR DOCUMENTATION, OR (C) REPLACE THE SOFTWARE AND DOCUMENTATION WITHEQUALLY SUITABLE, COMPATIBLE, AND FUNCTIONALLY EQUIVALENT NON -INFRINGING SOFTWARE AND D 0 CUMENTA TION A T NO ADDITIONAL CHARGE TO CITY, OR (D) IF NONE OF THE FOREGOING ALTERNATIVES IS REASONABLY AVAILABLE TO VENDOR, TERMINATE THIS AGREEMENT AND REFUND ALL AMOUNTS PAID TO VENDOR BY CITY, SUBSEQUENT TO WHICH TERMINATION CITY MAY SEEK ANY AND ALL REMEDIES AVAILABLE TO CITY UNDER LAW. 9. Assisnrgent and Subgontractinz. 9.1 Assianment. 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 Vendor Services Agreement Page 4 of24 the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement. Vendor and assignee will be jointly liable for all obligations of Vendor under this Agreement prior to the effective date of the assignment. 9.2 Subcontract. If City grants consent to a subcontract, the subcontractor will execute a written agreement with Vendor referencing this Agreement under which subcontractor agrees to be bound by the duties and obligations of Vendor under this Agreement as such duties and obligations may apply. Vendor must provide City with a fully executed copy of any such subcontract. 10. Insurance. Vendor must provide City with certificate(s) of insurance documenting policies of the following types and minimum coverage limits that are to be in effect prior to commencement of any Services pursuant to this Agreement: 10.1 Coveraae and Limits (a) Commercial General Liability: $1,000,000 - Each Occurrence $2,000,000 - Aggregate (b) Automobile Liability: $1,000,000 - Each occurrence on a combined single limit basis Coverage will be on any vehicle used by Vendor, or its employees, agents, or representatives in the course of providing Services under this Agreement. "Any vehicle" will be any vehicle owned, hired, and non -owned. (c) Workers' 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): iEIJ 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. Vendor Services Agreement Page 5 of 24 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 with 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. At least ten (10) days' notice will be acceptable in the event of cancellation due to non-payment of premium. Notice must be sent to the Risk Manager, City of Fort Worth, 200 Texas Street, Fort Worth, Texas 76102, with copies to the Fort Worth City Attorney at the address below. (d) The insurers for all policies must be licensed and/or approved to do business in the State of Texas. All insurers must have a minimum rating of A- VII in the current A.M. Best Key Rating Guide, or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of Risk Management is required. (e) Any failure on the part of City to request required insurance documentation will not constitute a waiver of the insurance requirement. (f) Certificates of Insurance evidencing that Vendor has obtained all required insurance will be delivered to the City prior to Vendor proceeding with any work pursuant to this Agreement. 11. Compliance with Laws, Ordipgcest Rules, and Rggulations. 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-DiscrimApatipn 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. Vendor Services Agreement Page 6 of 24 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) delivered by facsimile with electronic confirmation of the transmission, or (3) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: To CITY: To VENDOR: City of Fort Worth Cornerstone Detention Products, Inc. Attn: Assistant City Manager Attn: Brian Burleson 100 Fort Worth Trail (formerly Energy Way) 2391 NE Loop 410, Suite 208 Fort Worth, TX 76102 San Antonio, TX 78217 Facsimile: (817) 392-8654 bburleson@cornerstoneinc.com With a copy to Fort Worth City Attorney's Office at same address 14. Solicitation of Empoovees. 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 other party. Notwithstanding the foregoing, this provision will not apply to an employee of either party who responds to a general solicitation or advertisement of employment by either party. 15. Goverpment#1 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. GoverninLF 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 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 state; 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 Vendor Services Agreement Page 7 of 24 affected (collectively, "Force Majeure Event"). The performance of any such obligation is suspended during the period of, and only to the extent of, such prevention or hindrance, provided the affected party provides notice of the Force Majeure Event and an explanation as to how it prevents or hinders the party's performance as soon as reasonably possible after the occurrence of the Force Majeure Event, with the reasonableness of such notice to be determined by the City in its sole discretion. The notice required by this section must be addressed and delivered in accordance the notice section of this Agreement. 20. Headings Not Controlling. Headings and titles used in this Agreement are for reference purposes only, will not be deemed a part of this Agreement, and are not intended to define or limit the scope of any provision of this Agreement. 21. Review of Counsel. The parties acknowledge that each party and its counsel have had the opportunity to review and revise this Agreement and that the normal rule of contract 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. 22. Amenojnents / Modifications / FxrtensiQAs. No amendment, modification, or extension of this Agreement will be binding upon a party hereto unless set forth in a written instrument executed by an authorized representative of each party. 23. 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. 24. Counterparts. This Agreement may be executed in one or more counterparts, and each counterpart will, for all purposes, be deemed an original, but all such counterparts will together constitute one and the same instrument. 25. Warranty of Services. Vendor warrants that its services will be of a high quality and conform to generally prevailing industry standards. City must give written notice of any breach of this warranty within thirty (30) days from the date that the services are completed. In such event, at Vendor's option, Vendor will either (a) use commercially reasonable efforts to re -perform the services in a manner that conforms with the warranty, or (b) refund the fees paid by City to Vendor for the nonconforming services. 26. Immigration and 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 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor must adhere to all federal and state laws and establish appropriate procedures and controls so that no services will be performed by any Vendor employee who is not legally eligible to perform such services. VENDOR WILL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY VENDOR, VENDOR'S EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, OR AGENTS. City, upon written notice to Vendor, will have the right to immediately terminate this Agreement for violations of this provision by Vendor. 27. Ownership of Work Product. City will be the sole and exclusive owner of all reports, work papers, procedures, guides, and documentation created, published, displayed, or produced in conjunction with the services provided under this Agreement (collectively, "Work Product"). Further, City Vendor Services Agreement Page 8 of 24 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 theret. 28. Signature Authoritv. The person signing this Agreement hereby warrants that they have the legal authority to execute this Agreement on behalf of the respective party, and that such binding authority has been granted by proper order, resolution, ordinance, or other authorization of the entity. This Agreement, and any amendment hereto, may be executed by any authorized representative of Vendor. Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. 29. Change in Company Name or Ownership. Vendor must notify City's Purchasing Manager in writing of a company name, ownership, or address change for the purpose of maintaining updated City records. The president of Vendor or authorized official must sign the letter. A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of director's resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the specified documentation may adversely impact invoice payments. 30. No Bovcott of Israel. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" have the meanings ascribed to those terms in Section 2271 of the Texas Government Code. To the extent that Chapter 2271 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 Israel; and (2) will not boycott Israel during the term of the Agreement. 31. Prohibition on povcottinu Energy Coipp#hies. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services 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. The terms "boycott energy company" and "company" have the meanings ascribed to those terms in Section 2276 of the Texas Government Code. 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 Docrimination Against Firearm and AN)pugilion Industries. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services unless the contract contains a written Vendor Services Agreement Page 9 of 24 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. The terms "discriminate," "firearm entity," and "firearm trade association" have the meanings ascribed to those terms in Section 2274 of the Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 33. Electronic SiLrna�gres. 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, email, or facsimile transmission) of an original signature, or signatures electronically inserted via software such as Adobe Sign. (signature page follows) Vendor Services Agreement Page 10 of 24 ACCEPTED AND AGREED: CITY OF FORT WORTH W)Lqj--In William Johnson (N y 2, 2025 13:33 CDT) By: Name: William Johnson Title: Assistant City Manager Dap5/02/2025 APPROVAL RECOMMENDED: By: PnhIH,'Pdg_eNav2.202513:00CDT) Name: Robert A. Alldredge, Jr. Title: Executive Assistant Chief CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. B Xe4A� Y� Name: Loraine Coleman Title: Administrative Services Manager APPROVED AS TO FORM AND LEGALITY: IJM, .� 7OZ64 r g4UpIl� By. ATTEST: p FFORTaa Name: Amarna Muhammad c °°° ° o 0 pro °o9.;do Title: Assistant City Attorney OVa 8=d " ' a� nezA5o4CONTRACT AUTHORIZATION: By: i M&C: None Required Name: Jannette Goodall Date Approved: N/A Title: City Secretary CORNERSTONE DETENTION PRODUCTS, INC. By: _ Name: b�v3'd Watt Title: - ief Financial Officer Form 1295 Certification No.: N/A OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Vendor Services Agreement Page 11 of 24 EXHIBIT A SCOPE OF SERVICES Vendor hereinafter "Vendor", shall provide all labor, materials, equipment, supplies, and tools required to complete the work as specified, and in compliance with all applicable Jail Commission standards. The Vendor shall be responsible, at no additional cost for cleanup and disposal of all trash and construction debris generated by the project, disposal of any existing items removed but not used in the new installation, and repair of any damage caused by the Vendor. Services under this Agreement shall include but not be limited to preventative maintenance, general maintenance, repair or replacement of like items or items of similar purpose, and like -and -kind replacement. No services that impact the structure will be performed under this contract or require architectural or mechanical engineering, drawings, or plans. HOURS OF SERVICE: The Vendor shall perform all non -emergency repairs and maintenance during normal business hours, which are Monday through Friday from 8:00 a.m. to 5:00 p.m. The Vendor may be required to perform door repair services during non -regular business hours, which is defined as Monday through Friday from 5:01 p.m. to 7:59 a.m., weekends, and official City holidays. The Vendor shall not invoice the non -regular business hour rate for services unless requested and approved in writing by the City Contract Manager or designee (representative) before starting the work. The Vendor shall not charge an overtime rate due to lack of available staff for services performed during non -regular hours that could reasonably be completed during regular business hours. Labor charges will begin no sooner than when the Vendor's technicians sign in to the City Jail and shall end no later than when the technician signs out of the City Jail. Labor charges shall be invoiced to the nearest I/4 hour. The Vendor shall provide the City with a Vendor Point of Contract (VPOC) person. The VPOC shall be available and on -call twenty-four (24) hours daily, including weekends and holidays. Vendor shall provide the office number, email address, and cell phone number for the VPOC. During times, the VPOC If the VPOC is unavailable (due to vacation, travel, etc., for example), the Vendor shall provide a designee for the VPOC. The designee shall meet the same requirements as specified for the VPOC and shall have the same authority as the VPOC. VENDOR RESPONSIBILITIES: The Vendor shall provide all equipment, materials, labor, tools, incidentals, expendable items, personnel protective equipment, and transportation necessary for the proper execution and completion of maintenance, repair, and replacement services. The materials and services provided by the Vendor shall comply with all current Federal, State, and local laws, City of Fort Worth ordinances, rules, and regulations. The Vendor shall notify the City's identified point of contact at each work site with an estimated time of arrival one (1) business day before beginning work at the City location, unless the City representative indicates additional notification time at the time of the request. In response to a repair call, the Vendor shall inspect the entire door and mechanism before repairs begin to ensure that no other repairs are required. Vendor Services Agreement Page 12 of 24 The Vendor shall repair all doors, components, and associated equipment when requested by the City so that they operate to the original manufacturer's performance specifications. The Vendor shall provide the City representative with a work order ticket detailing all maintenance and/or repairs performed. Upon completion of the work, the City representative shall sign the work order ticket. The Vendor shall provide a minimum one (1) year warranty against defects of materials, services, and workmanship. The Vendor shall immediately clean the work area and remove debris to a broom -clean status. Cleaning of the work area shall be subject to the City representative's inspection and approval. The Vendor's technicians shall have passed a pre -employment background check paid for by Vendor. Any technicians arrested during employment under this Contract shall not be assigned to work on City premises. The Vendor shall be responsible for damage done to property or equipment as a direct result of the Vendor's actions. Should the Vendor and/or his employees cause any damage to City property, the Vendor shall immediately inform the City representative. The Vendor shall make repairs or replacement to the satisfaction of the City representative at no cost to the City. The City may, however, at its sole discretion, elect to make repairs or replacements of damaged property and deduct the cost from any payments owed to Vendor or to recover costs if no payments are owed. MAINTENANCE SERVICE REQUIREMENTS: The Vendor shall work with the City to establish and perform a routine and preventative maintenance schedule on any of the City doors as requested by the City representative. The Vendor shall conduct a preliminary jail door assessment at the request of the City representative within two (2) weeks upon request. The City anticipates developing a comprehensive assessment of all doors this contract covers within 45 days of contract award. The assessment report shall be provided to the City in an electronic format approved by the City representative and a minimum shall include the following: • Location and designation of the jail doors • Door Size and Manufacturer name • An overall assessment of the entire door system which shall include each major component (component list shall be mutually agreed upon between the Vendor and the City representative), and a recommendation by the Vendor for service or replacement • A capital replacement schedule based on the end of useful life expectancy of the equipment, and shall include an estimated cost The Vendor shall respond to non-scheduled preventive maintenance requests within one (1) business day and acknowledge receipt of the request by phone or email with the City representative. The Vendor shall complete the non-scheduled preventative maintenance request within one (1) week of the request, or as otherwise mutually agreed to between the Vendor and the City representative. The Vendor's routine maintenance schedule shall include but not limited to the following: • Inspection and testing of all mechanical door and associated component parts, Vendor Services Agreement Page 13 of24 transmitters, and receivers with terminals. Adjustment, lubrication, cleaning, and repair or replacement of any parts and mechanisms as necessary to keep door equipment in proper and safe operating condition. Lubricants and cleaning supplies shall be included in the flat fee charged for preventative maintenance services • Maintain the efficiency, safety, and rated opening and closing speeds for each door unit, per the manufacturer's specifications and within the applicable codes' limits. • Examination, maintenance and repair of all safety devices and governors for each door. Door safety devices and/or governors shall never be left in a bypassed state. Electrical Service: Replace switches and receptacles as needed Review/Inspect Power Source and connections to the load center. Quote repairs as needed. The Vendor shall provide a Preventive Maintenance Schedule within one (1) month after request by the City. The Vendor shall notify the City representative at least two (2) business days before scheduled maintenance activities. The Vendor shall develop and maintain preventive maintenance documentation on all jail doors, door systems, and equipment that details regular maintenance tasks and service intervals in accordance with this scope of work. The Vendor shall provide a copy of the preventive maintenance documentation within five (5) business days following the City's request. The Vendor shall invoice routine and preventative maintenance services separately from non - emergency and emergency repair services. Repair services shall be paid at the hourly bid rate for labor service and the cost of repair parts, including any mark-up or discount per the terms of this contract. City jail door location and preventative maintenance frequencies: Fort Worth City Jail, 350 West Belknap Fort Worth, Texas 76102. Frequency: Every six months - two (2) times per year. Dates to be determined by mutual agreement of the parties. NON -EMERGENCY REPAIR SERVICES: The Vendor shall perform non -emergency repair services on an as -needed basis for City jail location when requested by the Police Department. Non -emergency repairs are defined as minor repairs that are needed, but not required, to keep an overhead door functioning (immediately opening and closing). The Vendor shall acknowledge receipt of non -emergency repair requests by phone or email to the City representative within two (2) business hours. The Vendor shall provide a quote that clearly distinguishes the cost of parts and labor in writing or email within one (1) business day for approval by the City representative in writing or email before the start of the work. The Vendor shall complete non -emergency repairs within two (2) business days of the City's request, or in a mutually agreed -upon timeframe between the Vendor and City Vendor Services Agreement Page 14 of 24 representative. EMERGENCY REPAIR SERVICES: The Vendor shall respond to emergency service requests twenty-four (24) hours per day, seven (7) days per week (including holidays). Emergency services are defined as a repair situation where a door will not open or close, either manually or electronically, to allow for entry and exit. The need for immediate repair will be determined and approved by the City representative. The Vendor shall acknowledge receipt of an emergency request within twenty (20) minutes or less and be on -site within four to six hours unless otherwise approved or agreed upon by the City representative. The response time shall begin when the call is made and end when the appropriate Vendor's employee signs in at the work site. The Vendor shall provide a quote that clearly distinguishes the cost of parts and labor in writing or email within one (1) day of the emergency repair request for approval by the City representative. The Vendor shall provide emergency service to restore the door to its original operational status, or complete atemporary repair if the components needed are not available as spares at the facility to restore the door to a manual operation status, within four (4) hours from arrival onsite unless mutually agreed to between the Vendor and City representative. The City understands that at times major parts or parts that are not commonly stocked may affect the Vendor's ability to complete an emergency repair in the specified timeframe. If there is a delay in completing an emergency door repair, the Vendor shall secure the opening in a way to keep unauthorized personnel from entering and/or exiting. REPLACEMENT PARTS: The Vendor shall maintain an adequate inventory of replacement parts to ensure minimal downtime during door maintenance and repair. The City and Vendor can estimate an adequate parts inventory for repairs. Based on the doors in use at city locations, the Vendor and the City will mutually agree on what an adequate parts inventory is. The Vendor shall use parts, lubricants, and chemicals associated with the maintenance and repairs of the doors that meet the manufacturers' specifications and standards for the type of doors being repaired. All replacement parts shall be of the same or higher quality and of the same manufacturing design as the parts being replaced. Replacement parts may be new or reconditioned to the original manufacturer's specifications. The Vendor shall invoice all parts used for door maintenance or repair at the percentage discount off the parts and supplies manufacturer's suggested retail price lists. The replacement parts list is included as Exhibit C — Replacement Parts/Spare Parts. Vendor Services Agreement Page 15 of 24 EXHIBIT B� Price Schedule `- Cc:::p" VEi2STOfVE Proposers shall provide a price schedule for nil items needed to provide all services required in the Scope oYticrvices. Lshibit A. with their proposals. 1. Regular I lours Labor Ratc: S 105.00 :I lour 2. Non -regular I fours I ahor hate: $ I90.00 11 lour 3. Preliminary Jail Iktor Assessment and Report: S 635.00 jh.h 4. Routine Preventative Mainrcna i- s—iu•, as +pccfrc 1 $ 11.000.00 /each 5. Jail Door Motor.as SWcii-cd g 930-00 !Each State Make and hlodcl of Motor Ullcred: Alabamw Airteu 146-7300-003 -- 6. Other Replacement llatu arul Supplies. 13i+vroun( rimn Price List 10 _ % 'Rcsptmras shalt state Ua)s ind-I-imes Non -regular I fours I abor Rule applies Vendor Services Agreement Page 16 of 24 CORNERSTONE TO: Raquel Cleveland Raauel.Cleveand(@fortwortexas.com 817-392-4122 (Customer) City of Fort Worth Facility Location: 505 W. Felix St. Fort Worth, TX 76115 From: Cornerstone Detention Products, Inc. Corina Rodea crodea(o.cornerstoneinc. com 256-560-4432 (Contractor) 2391 NE Loop 410 Suite 208 San Antonio, TX 78217 Proposal No.: 04172025-CR01 Proposal Date: 04/17/2025 — Preventive Maintenance Agreement Proposal — Comerstone Service & Supply is pleased to present you with this quote to provide a Preventive Maintenance Service Agreement for your facility. As a Security Detention Company, we take pride in the quality of products that we use to make your systems function and our workmanship of the installation. Our company also maintains the contractual obligation to secure the documentation of the facility and its sensitive security components within it. The Service Agreement program is designed to increase the longevity and functionality of the Detention Unit Safety and Locking Systems within the City of Fort Worth Jail. The Service Program offers peace of mind to the customer by having Comerstone Service & Supply perform the services below. • Annual -commissioning and testing of the Detention system (Installed devices and components) • Verification on Internal Components measuring of parts • Minor Repairs and Service (Swing & Slider Doors) • PM Service Report for each door location • Recommended Modifications, Updates and Changes As a Prime Company in the Security Detention Industry, we can provide each customer with technicians that are Certified in Detention Hardware. Having a team of Correctional professionals. Comerstone Service & Supply can self -perform the work within your facility on most of your components and not have to outsource to external contractors. We work on and design high security systems utilizing the intercom systems, CCTV systems and door controls, which are all integrated together as a system for the customer. Another important talent is that we also provide the detention type glass, detention locks, detention hardware and furniture for your facility with our own teams doing the installations, warranty and repairs. Training in new technologies or in existing systems is an ever - evolving service that we provide to better educate the owners on their systems, while at the same time minimizing lost time to solve problems. The following is a written description of the services that will be performed and supplied by Cornerstone Service & Supply Exhibit A- Recommend Inventory Parts List. Exhibit B- Price Schedule: Cornerstone will be using this form to process invoices. Exhibit C- Service Level Chart Vendor Services Agreement Page 17 of 24 �r C-- 4Z3 E Ft S T O f V E Programs to Include System Reports: Detention Hardware Specialist Preventive Maintenance Check List: Slider and Swing Doors Testing and Inspection (,SERVICES ELECTED) Swing Doors • Check for proper door alignment per manufacturer's specification. • Check locking mechanism to ensure maximum setting and engagement. • Check for proper operation of locking mechanisms per manufacturer's specifications. • Check for excess grease deposits. Check Limit switch adjustment settings for proper indication • Check and test individual key release and re -locking functions. • Test electrical operation of door control and indication mechanism. • Check for proper door alignment per manufacturer's specification. • Check the calibration and alignment of doors by manufacturer's specifications. • Check locking mechanism to ensure maximum setting and engagement. • Check for proper operation of locking mechanisms per manufacturer's specifications. • Check for excess grease deposits. • Check the limit switch adjustment settings for proper indication (if required). • Check and test individual key release and re -locking functions. • Test electrical operation of door control and indication mechanism A. The services Drovided underthis agreement if elected are: Preventive Maintenance Inspection (PMI) Contractor will perform thorough cleaning, testing, servicing, and adjustments of all door control equipment. Contractor will identify any major equipment malfunctions or irregularities to the Customer immediately upon discovery. All discrepancies will be documented by Contractor in a detailed PMI report within ten (10) business days of the conclusion of the PMI. Vendor Services Agreement Page 18 of 24 CORNERSTONE Repairs and Service: Cornerstone Service & Supply will provide a detailed system status report to the facility including any abnormalities and troubles found. Upon completion of the commissioning system test and if there is allotted time left as per contract the technician will perform minor operational repairs within the facility on the components identified. Any component or devices found needing replacements or repairs will be documented in the report. Should the facility decide to replace, or repair noted items, please call or email a request for a quote on equipment or repairs needed. The report will also include recommendations for any additional services or upgrades if required. All materials needed for repairs or replacement will be supplied from facility stock or purchased separately from Cornerstone Service & Supply Cornerstone Service & Supply Inc.: will provide Detention Hardline Technicians for a 12-month biannual service contract for a Qtv 8 5700 Track Sets. Qtv 8 Mechanical 30 Series Locks, and Qtv 3 7350 Slider Devices every 6 months 2 times a vear onsite in performing the PMA. The quote is good for 90 days from the date of issue. City of Fort Worth will be billed Biannual Services Concluded Option No.1 -Additional Emergency Pre -Sold hours package (40 Pre -Sold Service Hours) Option NO -ADD $3.800.00 Option No.2 -Service Material Allowance, Allowance that can be added to the Base Contract for material purchases to service the systems. Option No.2 ADD $1.600.00 (Proposal Cost for PMA Services: Lump Sum Discount I $23,270.00 IBi-Annual Payment I $11 635.00 Vendor Services Agreement Page 19 of 24 CORNERSTONE Customer Approved by Authorized Representative Date: Signatur"a - Print Name - Title: Proposal No.: Option No. 1 Acceptance: Option No. 2 Acceptance: Signature Paae Cornerstone Detention Products, Inc. Approved by Authorized Representative Date: Signature: Print Namw Title: Hardline PMI Acceptance - Vendor Services Agreement Page 20 of 24 CORNERSTONE Service QualifyingCotditiot Lcrcl • Any condition that renders a large group of doors inoperable (5 or more opening) • Life Safety issues such as emergency release system inoperable. • Public Safety issues such as exterior security door rail locking. • Critical Doors as detemnined by the Lo Customer. • Multiple intercom llilure_ • Multiple CCTV comern failure. • Booking Area CCTV failure. • StalTDuress receiver failure. • Corridor door failure. • Vehicle gate failure. n c • UPS failure. U Response Contractor will have a qualified technician respond, via telephone, to the facility within 4 hours of notification. Service response lime is defined as the period between the placing of a service request and established communications behiroen Contractor and Customer personnel. Contractor personnel will be on site within 8 hours of notification if deemed necessary. Contractor will affect repairs with Cus(runer provided spare parts. If parts are not available, Contractor's technician will arrange for deliver' of dte required parts by die fastest method possible and be on site when the pans arrive. Contractor will have it qualified ttchniciau respund, via telephone, to the facility within 4 hours ofnotificalion Service response time is defined as live period between the placing of a service request and established communications between Contractor and Customer personnel. Contractor personnel will be of site within 24 lours of notif ication, or by noon of the next business day. Contractor will affect repairs with Customer provided spare parts. If Ilarls are not available, Conlroclor s technician will arrange for delivery of the required parts by the fastest method possible and be on site kvhcn the parts arrive. • Individual Cell door failure. Contractor will have a qualified technician on site within live • Individual CCTV comem failure. (5) business clays. Contractor's technician will olfect repairs • Individual intercom failure. using Custoniersuppliedsparcparts. Ifpansarc not available, • Any failures of non -critical systems. Contractor's technician will arrange delivery of the required $ parts. Once five parts arc received, Contractor will schedule a e lechnician to complete live repair within five (5) business days. Table DI —Response Matrix Vendor Services Agreement Page 21 of 24 i.Aninl -t C Replacement Parts/Spare Parts =ram COROVERSTOkVE 7300 Sliding Device and SS 57100 Track Set -Recommended S are Parts WS-0000.102 Sow Lube Gn—A cartridge 1 3190000.104 Sayer Luke Spray (or-103 CAN;. 1 SM.01 $49,51 146-7306003 Matar lasemhy wllST Pin. Geer 120V 1 541.26 $37.13 $930 00 $837.00 82008801 Switch, SPOT LmiL Lmg hrri 5 340-7300-001 Fdjustabie Resists 1 $8.39 S7.55 340-7300-100 Resstor Cater 1 $149.03 $134.13 3060006359 Capactar.120V/C 1 E13.52 $12.17 1467300-010 7300 Wheel Assembly 2 $4264 S38.38 E248 38 SM 54 317-7300-022 Bail Bearhg, Dd Ron,39pu 7/BODn7/16 2 $4885 $43.97 10003401 Co -+sr Screw. BHM1tS 3re-16z1 Sec Tong 3160006089 Carer Pin, 1/®GY4 Lang Zinc 2 $1.91 $1,72 317-7300-011 B—ng BRZ.SID X&Wd X 3i&' X 7/8 $0.18 $0.16 8-015462-005 FLNG 2' DMRder Amy wlBearing 2 p $386 $3,47 $146,40 $131.76 B-015292-001 Floor BRKT Pssy 55000 1 &030231-001 Flan Rdlar 55100 1 50 S57.15 $7B0 $6.84 Vendor Services Agreement Page 22 of 24 EXHIBIT D Cornerstone's Standard Terms and Conditions Standard Inclusions, Exclusions, Terms, & Conditions .SY P,d/ 1. Proper engnneaing documents for submittal, installation and operation and maintenance _. Field meanuements and verifications for Cornerstone's scope ofwork ordY 3. Termination ofwciog for electric locks, locking devices, strikes and door position switches as controlled by our scope of work only (ESS) 4. The necessary tort -pin soucity screws for our materials eNy SrmudmdEnhcdoarr.; I. Sales and we=a unless otherwise noted in Cornerstone's scope of-d" 2. Paver relays for other systans(ge., 1-IVAC. Electrical, etc.) 3. All main electrical supply AC paver, per division 16. including power to security and detention equipment 4. Terrpanary power and lighting for final testing of equipment 5. Fire labels on doors and franca where field installation, hardware, andforglass prevents U.L. labeling. However, doors and frames will be manufactured to U.L. construction standards with doranentation provided. 6. Security caulking and sealants 7. Caulking not required as a par of glass in4allatim S. Field finish painting atmch-up cfprime pact 9. Final Qeanmg 10. Trash debris container -it its removal 11. Anchors, screws, fasteners, etc.. including security type, not directly required by our insindlaim scope ofwod: 12 The protection ofmgtaial. firomhedby oar company rmcethey have been installed in place 13, Field measurements of am' kind 14. Fumistdngorinstalling lowers ofany kind 15. Furnishing or installing aluminum windows and storefronts ofaM kind. including hardware 16. Demolition work patching orrepairing of nu-ting stmcnaes and removal, relocatim or re -installation of arty existing materials 17. Cutting wpatching ofcmcrete or masonry materials I& Furnishing orinstalling any standard/commercial type access doors and franc 19. Any chain link fencing material and associated supporting materials or hardware 20. Core drilling of-y kind 21. Flashing or counter flashing of any kind 22 Roll up doors, or cou ner shutters 23. Repairs to frames installed by others StaadmdT & Coadici u 1. Allowing Cornerstone to commence work orpreparafion for work will constitute acceptance by Customer of ills bid proposal. Cornerstone and Customs will exente a CoosenausDOCS 750 subcontract form to no—crlalim their agreement, supplemented and modified only as provided by this bid proposal which shall be incorporated by reference into the final subcontract In the event of awry conflict between the turns of this bid proposal and arty other decnmaxs stating tams ofthefund subcontract, this bid proposal shall govern. _. A change in the price of an item ofmaterial of more than 50 o between the date of this bid proposal aid the date of inscallatm shall warred an equitable adjustmntt in the subcontract price, 3. Cornerstone will not be required to name additional insureds to its general liability, excess liability, or autanobile insurance policies, nor to waive subrgatim for claims covered try wakes' eonVenatirit or crigan—rid general liability nnsmrmce, Cornerstone shall maintain insurancewith coverage and limits only as provided by Comerstone's existing insurance program evidenced by it certificate of instance available request 4. Comersto ne's Schedule of Values shall be used to determine progress payments. All sums notpaidforwhen dueshall bearinterest at the rate ofl''A %per mondn from due date until paid or the rnadmmn legal rate permitted by law whicheveris less; and all costs of collection, including reasonable anomey fees, shall be paid by Oustomen The proper venue to resolve try disputes arising under the subcontract shall be the place where the project is located, and the laws of said place shall govern all such disputes arising out of the subcontract Any rdainagc withheld from progress payments to Comastone shall not exceed the lesser of the retsmage terms set fonb in (1) the cmtracfoes agreement with the owner. or (2) the statutes of the state in which the work is being performed. Cornerstone shall be given a reasonable time in which to make delivery of materials andlor labor to commence and comphstthe pttfomtance of the subcontract All deliveries and work perfom i d shall be in accordancewidh a mutually agreed to project schedule and stbsequmtmuhu3ly speed to updates. Cornerstone shall be entitled to adjustments of tine and price where occasioned by any cause of any kind and exiact beyond Cornerstone's control, including but not limited to: delays caused by Customer, the owner, general contractor, architect and/or engineers; armed conflict or economic dislocatim resulting there f xim; embargos, shortages of labor, raw materials production facilities or transportation; labor dfficultiea; civil duordem of any kind; action of civil or military authorities: vendor priorities and allocations; fires, floods, accidents andactsol'God Should work be delayed by any ofthe aforementioned causes for a period exceeding ninety (90) days, Cornerstone shall be entitled to temgmacthcsubcmuact Comminne change proposals roust be processed in not more than 30 calendar days or as otherwise indicated on the change proposal This performance of this proposal may be affected by unavailability of, limited ability or inability to obtaim labor or materials by reason of ads of any governmental body which disrupts, slows or affects the supply or availability of labor or materials, including but not limited to those arising or resulting from the spread of. or efforts to contain the spread of, illness on a global, national, state or local level or any other Acts of and or forces majeure, for which Commune will notbe liable and shall receive excusable delays under any ag cement to perform the work The express warranties set frith in the subcontract documents an, provided in lieu of all other warganties, mp—csi or implied, and the warranties of merchantability and fitness for a partimlar purpose are hereby disclaimed by Cornerstone Cornerstone is not responsiblefor special, incidental. or crosequentuddamagm. Comersto isnotraponsiblefadamagetoilswuk by Delta patties, and awry rcpairwodg naessitaed by such damage is edra work. All materials shall be fumished in accordance with the respective industry tolrrance of -lor variation, thickness, situ, finish, and mcorre and performance standards. Cornerstone maatreceive all warranty claims not more than one (1)year after completion ofCOmast-c's work and Comerotone most be provided a reasonable opportunity to inspect and make corrections. or such warranty claims are barred. 6. Except as specifically required by the work and specifications included in this bid proposal. Customer shall furnish all temporary site facilities, including site seems. storage space, hoisting facilities, guard rails. coven for floor, roof and wall openings, security, parkin¢, safety orientation, break and lunch facilities, toilet and wash facilities, drinking water and other water facihtia, electrical service, tch commumication service, lighting. heat, weather protection, firs protection. and mash and recycling services. 7. To the carat that performance and payment bonds are included in this bid proposal or in the case that it is added by charge order, the limit forms must be the AGC 606 (2004) and AGC 607 (2004) publised by the Associated Gen" Contractors ofAmerica. or substantially equivalent to the A312-1984 published by the American Institute ofArchiterts. g. Cornerstone will not provide any credits for emollment in an owner- or contractor- controlled inuatance program No calculation of credits by wrap-up administrator shall be binding on Canerstme. 9. Lim waivers andror waivers of claim(.) shall not apply to any remimge withheld; shall not *ply to urmbilled changes, to claims which have been asserted in writing awhich have nay become known to Comncrstons, shall be co nditiatal upon receipt of funds to Cornerstone's account. 10, Proposal is based entirely on materials considered to bet he standard products of cornerstone Detention products, Inc. 11. Comerture will nor be required to indemnify other patties. including but not limited to, the general emtradm. construction manager, architect and owner, for incidences that are not the sole responsibility of Criner'stme Detention products, Inc. or that may violate statutory law in the scale ofthe project. Vendor Services Agreement Page 23 of24 EXHIBIT E Sole Source Letter CORNERSTONE February 6, 2025 City of Fort Worth Police Department Jail Operation Unit 350 W Belknap Street Fort Worth, TX 76102 Re: Airteq Systems Equipment Sole -Source To: Jason Kim #3759 Lieutenant Airteq Systems manufactures locks, hardware and locking devices for the detention and correction industry. We are the original equipment manufacturer of the Airteq Series 7350 Sliding Door Device Locking System. Airteq is the sole manufacturer of repair parts for these products. Your security and liability are very important to us. Airteq and Service & Supply Division can engineer and install Airteq OEM detention locking systems for your needs. As the manufacturer, Airteq factory technicians can certify that our engineered products have been assembled, installed and adjusted to factory specifications and provide a direct factory warranty for this work. The use of unauthorized after -market or modified parts and non -factory trained and certified Technicians voids not only time -based warranties but also any other expressed or implied warranty of merchantability or liability. Also, the use of unauthorized repair parts will void any U.L listing and ASTM testing of the product and therefore void any ratings for fire rated door openings. Thank you for considering the OEM factory direct parts and service. Sincerely Brian Burleson Regional Sales Manager bburleson@cornerstoneinc.com 256-560-4434 Office 210-326-261 B Cell 2391 NE Loop 410, Suite 208, San Anionio, TX 78217 cornerstoneinc.com (256)560.4432 Vendor Services Agreement Page 24 of 24