Loading...
HomeMy WebLinkAboutContract 63304City Secretary Contract No. 63304 FORTWORTH, *Ir 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 SYNERGY REFRIGERATION, INC. ("Vendor" or "Contractor") and may also individually be referred to as a "Party" and collectively referred to as the "Parties." 1. Scoue of Services. Vendor will provide City with gas compressor rehabilitation, inspection, and repair services ("Services"), as set forth in more detail in Attachment "A," attached hereto and incorporated herein for all purposes. Terms and conditions recited in Attachment A which may conflict with terms and conditions recited herein shall be harmonized to achieve the goals of the Parties wherever possible and where not, the terms and conditions recited herein shall control. 2. Term. The term of this Agreement will begin on the date that this Agreement is executed by the City's Assistant City Manager ("Effective Date") and will end at the earlier of expiration of the funds, completion of the project, or September 30, 2029. 3. Comuensation. City will pay Vendor in accordance with the provisions of this Agreement, as detailed in Attachment A. Total compensation under this Agreement will be in an amount up to Two Million Seven Hundred Thousand Dollars ($2,700,000.00). 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-annronriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement will terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. 4.3 Duties and Oblisations 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, OFFICIAL RECORD Vendor Services Agreement CITY SECRETARY Page 1 of 11 FT. WORTH, TX City Secretary Contract No. 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 parry without the prior written approval of City. 5.3 Public Information Act. City is a government entity under the laws of the State of Texas and all documents held or maintained by City are subject to disclosure under the Texas Public Information Act. In the event there is a request for information marked Confidential or Proprietary, City will promptly notify Vendor. It will be the responsibility of Vendor to submit reasons objecting to disclosure. A determination on whether such reasons are sufficient will not be decided by City, but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction. 5.4 Unauthorized Access. Vendor must store and maintain City Information in a secure manner and will not allow unauthorized users to access, modify, delete or otherwise corrupt City Information in any way. Vendor must notify City immediately if the security or integrity of any City Information has been compromised or is believed to have been compromised, in which event, Vendor will, in good faith, use all commercially reasonable efforts to cooperate with City in identifying what information has been accessed by unauthorized means and will fully cooperate with City to protect such City Information from further unauthorized disclosure. 6. Right to Audit. Vendor agrees that City will, until the expiration of three (3) years after final payment under this Agreement, or the final conclusion of any audit commenced during the said three years, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records, including, but not limited to, all electronic records, of Vendor involving transactions relating to this Agreement at no additional cost to City. Vendor agrees that City will have access during normal working hours to all necessary Vendor facilities and will be provided adequate and appropriate work 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. Indeuendent Contractor. It is expressly understood and agreed that Vendor will operate as an independent contractor as to all rights and privileges and work performed under this Agreement, and not as agent, representative or employee of City. Subject to and in accordance with the conditions and provisions of this Agreement, Vendor will have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its officers, agents, servants, employees, Vendors, and subcontractors. Vendor acknowledges that the doctrine of respondeat superior will not apply as between City, its officers, agents, servants and employees, and Vendor, its officers, agents, employees, servants, contractors, and subcontractors. Vendor further agrees that nothing herein will be construed as the creation of a partnership or joint enterprise between City and Vendor. It is further understood that City will in no way be considered a Co -employer or a Joint employer of Vendor or any Vendor Services Agreement Page 2 of 11 City Secretary Contract No. 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, contractors, or contractors. Liabilitv and Indemnification. 8.1 LIABILITY - VENDOR WILL 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, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.2 GENERAL INDEMNIFICATION - VENDOR HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS, AGENTS, SERVANISAAD EMPLOYEES, FROMAAD A GA INS T A NY A AD ALL CLAIMS OR LAWSUITS OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPER TYDAMAGE OR LOSS (INCL UDING ALLEGED DAMAGE OR LOSS TO VENDOR'S BUSINESS AND ANY RESULTING LOST PROFITS) 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, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.3 INTELLECTUAL PROPERTY INDEMNIFICATION — Vendor agrees to defend, settle, or pay, at its own cost and expense, any claim or action against City for infringement of any patent, copyright, trade mark, trade secret, or similar property right arising from City's use of the software and/or documentation in accordance with this Agreement, it being understood that this agreement to defend, settle or pay will not apply if City modifies or misuses the software and/or documentation. So long as Vendor bears the cost and expense of payment for claims or actions against City pursuant to this section, Vendor will have the right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, City will have the right to fully participate in any and all such settlement, negotiations, or lawsuit as necessary to protect City's interest, and City agrees to cooperate with Vendor in doing so. In the event City, for whatever reason, assumes the responsibility for payment of costs and expenses for any claim or action brought against City for infringement arising under this Agreement, City will have the sole right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, Vendor will fully participate and cooperate with City in defense of such claim or action. City agrees to give Vendor timely written notice of any such claim or action, with copies of all papers City may receive relating thereto. Notwithstanding the foregoing, City's assumption of payment of costs or expenses will not eliminate Vendor's duty to indemnify City under this Agreement. If the software and/or documentation or any part thereof is held to infringe and the use thereof is enjoined or restrained or, if as a result of a settlement or compromise, such use is materially adversely restricted, Vendor will, at its own expense and as City's sole remedy, either: (a) procure for City the right to continue to use the software and/or documentation; or (b) modify the Vendor Services Agreement Page 3 of 11 City Secretary Contract No. software and/or documentation to make it non -infringing, provided that such modification does not materially adversely affect City's authorized use of the software and/or documentation; or (c) replace the software and/or documentation with equally 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 may seek any and all remedies available to City under law. Assignment and Subcontracting. 9.1 Assignment. Vendor will not assign or subcontract any of its duties, obligations or rights under this Agreement without the prior written consent of City. If City grants consent to an assignment, the assignee will execute a written agreement with City and Vendor under which the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement. Vendor will be liable for all obligations of Vendor under this Agreement prior to the effective date of the assignment. 9.2 Subcontract. If City grants consent to a subcontract, the subcontractor will execute a written agreement with Vendor referencing this Agreement under which subcontractor agrees to be bound by the duties and obligations of Vendor under this Agreement as such duties and obligations may apply. Vendor must provide City with a fully executed copy of any such subcontract. 10. Insurance. Vendor must provide City with certificate(s) of insurance documenting policies of the following types and minimum coverage limits that are to be in effect prior to commencement of any Services pursuant to this Agreement: 10.1 Coverage and Limits (a) Commercial General Liability: $1,000,000 - Each Occurrence $2,000,000 - Aggregate (b) Automobile Liability: $1,000,000 - Each occurrence on a combined single limit basis Coverage will be on any vehicle used by Vendor, or its employees, agents, or representatives in the course of providing Services under this Agreement. "Any vehicle" will be any vehicle owned, hired and non -owned. (c) Worker's Compensation: Statutory limits according to the Texas Workers' Compensation Act or any other state workers' compensation laws where the Services are being performed Employers' liability Vendor Services Agreement Page 4 of 11 City Secretary Contract No. $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 must be claims -made, and maintained for the duration of the contractual agreement and for two (2) years following completion of services provided. An annual certificate of insurance must be submitted to City to evidence coverage. 10.2 General Reauirements (a) The commercial general liability and automobile liability policies must name City as an additional insured thereon, as its interests may appear. The term City includes its employees, officers, officials, agents, and volunteers in respect to the contracted services. (b) The workers' compensation policy must include a Waiver of Subrogation (Right of Recovery) in favor of City. (c) A minimum of Thirty (30) days' notice of cancellation or reduction in limits of coverage must be provided to City. Ten (10) days' notice will be acceptable in the event of non-payment of premium. Notice must be sent to the Risk Manager, City of Fort Worth, 200 Texas Street, Fort Worth, Texas 76102, with copies to the Fort Worth City Attorney at the same address. (d) The insurers for all policies must be licensed and/or approved to do business in the State of Texas. All insurers must have a minimum rating of A- VII in the current A.M. Best Key Rating Guide, or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of Risk Management is required. (e) Any failure on the part of City to request required insurance documentation will not constitute a waiver of the insurance requirement. (f) Certificates of Insurance evidencing that Vendor has obtained all required insurance will be delivered to the City prior to Vendor proceeding with any work pursuant to this Agreement. 11. Comuliance with Laws. Ordinances. Rules and Regulations. Vendor agrees that in the performance of its obligations hereunder, it will comply with all applicable federal, state and local laws, ordinances, rules and regulations and that any work it produces in connection with this Agreement will also comply with all applicable federal, state and local laws, ordinances, rules and regulations. If City notifies Vendor Services Agreement Page 5 of 11 City Secretary Contract No. Vendor of any violation of such laws, ordinances, rules or regulations, Vendor must immediately desist from and correct the violation. 12. Non -Discrimination Covenant. Vendor, for itself, its personal representatives, assigns, contractors, subcontractors, and successors in interest, as part of the consideration herein, agrees that in the performance of Vendor's duties and obligations hereunder, it will not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. IF ANY CLAIM ARISES FROM AN ALLEGED VIOLATION OF THIS NON-DISCRIMINATION COVENANT BY VENDOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, CONTRACTORS, SUBCONTRACTORS, OR SUCCESSORS IN INTEREST, VENDOR AGREES TO ASSUME SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS FROM SUCH CLAIM. 13. Notices. Notices required pursuant to the provisions of this Agreement will be conclusively determined to have been delivered when (1) hand -delivered to the other party, its agents, employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the transmission, or (3) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: To CITY: City of Fort Worth Attn: Assistant City Manager 100 Fort Worth Trail Fort Worth, TX 76102 Facsimile: (817) 392-8654 With copy to Fort Worth City Attorney's Office at same address To VENDOR: Synergy Refrigeration, Inc. Doug Sweet, President 1520 Airport Drive Ball Ground, GA 30107 Facsimile: 678-3 54-5 519 14. Solicitation of EmDlovees. Neither City nor Vendor will, during the term of this Agreement and additionally for a period of one year after its termination, solicit for employment or employ, whether as employee or independent contractor, any person who is or has been employed by the other during the term of this Agreement, without the prior written consent of the person's employer. Notwithstanding the foregoing, this provision will not apply to an employee of either party who responds to a general solicitation of advertisement of employment by either party. 15. Governmental Powers. It is understood and agreed that by execution of this Agreement, City does not waive or surrender any of its governmental powers or immunities. 16. No Waiver. The failure of City or Vendor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein does not constitute a waiver of City's or Vendor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 17. Governing Law / Venue. This Agreement will be construed in accordance with the laws of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought pursuant to this Agreement, venue for such action will lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. Vendor Services Agreement Page 6 of 11 City Secretary Contract No. 18. Severability. If any provision of this Agreement is held to be invalid, illegal or unenforceable, the validity, legality and enforceability of the remaining provisions will not in any way be affected or impaired. 19. Force Maieure. City and Vendor will exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but will not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to, compliance with any government law, ordinance, or regulation; acts of God; acts of the public enemy; fires; strikes; lockouts; natural disasters; wars; riots; epidemics or pandemics; government action or inaction; orders of government; material or labor restrictions by any governmental authority; transportation problems; restraints or prohibitions by any court, board, department, commission, or agency of the United States or of any States; civil disturbances; other national or regional emergencies; or any other similar cause not enumerated herein but which is beyond the reasonable control of the Party whose performance is affected (collectively, "Force Majeure Event"). The performance of any such obligation is suspended during the period of, and only to the extent of, such prevention or hindrance, provided the affected Parry provides notice of the Force Majeure Event, and an explanation as to how it prevents or hinders the Party's performance, as soon as reasonably possible after the occurrence of the Force Majeure Event, with the reasonableness of such notice to be determined by the City in its sole discretion. The notice required by this section must be addressed and delivered in accordance with Section 13 of this Agreement. 20. Headings not Controlling. Headings and titles used in this Agreement are for reference purposes only, will not be deemed a part of this Agreement, and are not intended to define or limit the scope of any provision of this Agreement. 21. Review of Counsel. The parties acknowledge that each party and its counsel have reviewed and revised this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting parry will not be employed in the interpretation of this Agreement or its Exhibits. 22. Amendments / Modifications / Extensions. No amendment, modification, or extension of this Agreement will be binding upon a party hereto unless set forth in a written instrument, which is executed by an authorized representative of each party. 23. Counterparts. This Agreement may be executed in one or more counterparts and each counterpart will, for all purposes, be deemed an original, but all such counterparts will together constitute one and the same instrument. 24. Warranty of Services. Vendor warrants that its services will be of a high quality and conform to generally prevailing industry standards. City must give written notice of any breach of this warranty within thirty (30) days from the date that the services are completed. In such event, at Vendor's option, Vendor will either (a) use commercially reasonable efforts to re -perform the services in a manner that conforms with the warranty, or (b) refund the fees paid by City to Vendor for the nonconforming services. 25. Immigration Nationalitv Act. Vendor must verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Vendor will provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor must adhere to all Federal and State laws as well as establish appropriate procedures Vendor Services Agreement Page 7 of 11 City Secretary Contract No. and controls so that no services will be performed by any Vendor employee who is not legally eligible to perform such services. VENDOR WILL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY VENDOR, VENDOR'S EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, OR AGENTS. City, upon written notice to Vendor, will have the right to immediately terminate this Agreement for violations of this provision by Vendor. 26. Ownershin of Work Product. City will be the sole and exclusive owner of all reports, work papers, procedures, guides, and documentation that are created, published, displayed, or produced in conjunction with the services provided under this Agreement (collectively, "Work Product"). Further, City will be the sole and exclusive owner of all copyright, patent, trademark, trade secret and other proprietary rights in and to the Work Product. Ownership of the Work Product will inure to the benefit of City from the date of conception, creation or fixation of the Work Product in a tangible medium of expression (whichever occurs first). Each copyrightable aspect of the Work Product will be considered a "work -made - for -hire" within the meaning of the Copyright Act of 1976, as amended. If and to the extent such Work Product, or any part thereof, is not considered a "work -made -for -hire" within the meaning of the Copyright Act of 1976, as amended, Vendor hereby expressly assigns to City all exclusive right, title and interest in and to the Work Product, and all copies thereof, and in and to the copyright, patent, trademark, trade secret, and all other proprietary rights therein, that City may have or obtain, without further consideration, free from any claim, lien for balance due, or rights of retention thereto on the part of City. 27. Signature Authoritv. The person signing this Agreement hereby warrants that they have the legal authority to execute this Agreement on behalf of the respective party, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. This Agreement and any amendment hereto, may be executed by any authorized representative of Vendor. Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. 28. Change in Comnanv Name or Ownershin. Vendor must notify City's Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records. The president of Vendor or authorized official must sign the letter. A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of director's resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the specified documentation so may adversely impact future invoice payments. 29. No Bovcott of Israel. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" has the meanings ascribed to those terms in Section 2271 of the Texas Government Code. By signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the Agreement. 30. Prohibition on Bovcottine Enerev Companies. Vendor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains Vendor Services Agreement Page 8 of 11 City Secretary Contract No. 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. 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 City that Vendor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 31. Prohibition on Discrimination Against Firearm and Ammunition Industries. Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to City that Vendor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 32. Electronic Signatures. This Agreement may be executed by electronic signature, which will be considered as an original signature for all purposes and have the same force and effect as an original signature. For these purposes, "electronic signature" means electronically scanned and transmitted versions (e.g. via pdf file or facsimile transmission) of an original signature, or signatures electronically inserted via software such as Adobe Sign. 33. Entirety of Agreement. This Agreement contains the entire understanding and agreement between City and Vendor, their assigns and successors in interest, as to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. 34. Dispute Resolution. Upon the written demand of a Party, the Parties shall meet to make a good faith effort to resolve any dispute between them ("Dispute"). The demand shall specify in reasonable detail, the nature and the material facts underlying the Dispute. Senior representatives of each Party shall meet in person not later than ten business days after the demand is provided to the other Parry. If the Dispute is not resolved within thirty (30) days after the meeting (one or more as appropriate), the Dispute shall be submitted to mediation before a mediator agreeable to the Parties. The cost of the mediator shall be shared by the Parties. Each Party shall reasonably cooperate in good faith with the mediator's efforts to resolve the Dispute. Any Dispute not resolved by the foregoing procedure may be resolved by litigation as set forth in the following sentence. Should mediation prove unsuccessful, either Party may institute legal action to cure, correct, or remedy any default, to recover damages for any default or to obtain any other remedy consistent with the terms of this Agreement and applicable law. Such legal actions may be instituted in the state or federal courts located in Tarrant County, Texas. (signature page follows) Vendor Services Agreement Page 9 of 11 City Secretary Contract No. ACCEPTED AND AGREED: CITY OF FORT WORTH: By: Name:6:�e Title: Assistant City Manager Date: 05/17/2025 APPROVAL RECOMMENDED: By: K'91 6� " NameClCh*)Ha er (May 14, 202515:18 CDT) Title: Water Director ATTEST: n F�!�T LD O A p /.pO° *09.10 au$ °sd PQd* en aannnaEz 6g4pa By: Name:Imette Good/� all Title: City Secretary VENDOR: Synergy Refrigeration, Inc. By: Name: Title: 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. By: Q f Name$hStdtopar anglloddy 14, 2025 14:26 CDT) Title: Sr. Contract Compliance Specialist APPROVED AS TO FORM AND LEGALITY: By: 4&-Oor— Name:D9Ngjrg Bhv*May 14, 202517:51 CDT) Title: Sr. Assistant City Attorney CONTRACT AUTHORIZATION: M&C: 24-1065 Form 1295:2024-1239000 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Vendor Services Agreement Page 10 of 11 City Secretary Contract No. ATTACHMENT A SCOPE OF SERVICES AND FEES AND COSTS See next page. Vendor Services Agreement Page 11 of 11 Proposal for City of Fort Worth Gas Compressor Rehabilitation Services Class 1 Div 2 Group D electrical classification "hybrid" Proposal No. 60530B April 25, 2025 Digester Gas Screw Compressor Package Turbine Gas Screw Compressor Package Synergy Design I Installation I Controls I ,Service The information contained herein is proprietary to SYNERGY Refrigeration and its contents shall not be duplicated or disclosed to anyone outside of Village Creek Waste Water Reclamation Facility without the express written consent of SYNERGY Refrigeration, Inc. Acceptance of this document shall be deemed as consent to these conditions. Table of Contents 1. SYNERGY REFRIGERATION COMMITMENT ....................3 2. PROJECT OVERVIEW: ................................................................ 3 2.1. PROJECT SCOPE: ... ... ... ... ........................................... 4/10 3. CLARIFICATIONS ....................................................10 4. EXCEPTIONS ......................................................................... 10/11 5. QUALIFICATIONS ....................................................11 6. PRICING ................................................................... 12 7. PROPOSAL VALIDITY .............................................................. 12 8. DELIVERY: .................................................................................... 12 9. PAYMENT TERMS ...................................................................... 12 10. TERMS AND CONDITIONS .................................. 13/14 Appendix 1. SYNERGY Refrigeration Commitment SYNERGY is committed to providing solutions that are tailored to our customer needs. The comprehensive resource package offered by SYNERGY includes the following: • Compressor Rebuilding Services • Superior Engineering, Design and Technical Support • Extensive Industry experience • Integrated Service Programs including Safety Audits, Preventative Maintenance, and 24/7 Service Support • Reliable Equipment and Parts availability We hope that the following proposal will meet your expectations. 2. Project Overview: The City of Fort Worth is requesting Synergy Refrigeration provide them a proposal for the upgrade of control panels on the Digester Gas Screw Compressor Skid Packages and the Turbine Screw Compressor package. This design will follow Class 1 Div 2 Group D requirements, and the Control panels will be mounted at least 5' from each compressor skid. Instrumentation and wiring within 5' of the compressor skid will be wired as Class 1 Div 1. 3-Disgester Gas Screw Compressor Packages Turbine Gas Screw Compressor Package 2.1. Project Scope: As per the City of Fort Worth request, Synergy Refrigeration is pleased to quote the following services. Digester Gas Screw Compressors Mechanical Upgrades Each compressor will receive the following: • New Viking oil pump • Oil flush and new oil charge. • New Oil Coalescer, oil filters, • Vibration analysis. • New Temperature and Pressure gauges • New Oil Heater • Compressor tagging and labeling. • Block and Bleed valves for new instrumentation. • All installation labor is included. Digester Gas Screw Compressor Controls Upgrade (1) New Digester System Master PLC control panel located in the electrical room: • 1- MCP (Master Control Panel) w 17" SCADA touchscreen • NEMA 12 wall mount control Panel with full electrical drawings and documentation • UL Listed control panel. • Allen Bradley CompactLogix PLC processor to communication with each local compressor PLC panel • All required digital IO cards and communication modules. • Sequencing and overview of (3) digester compressors with historical data • Ethernet communications for plant integration • All required drawings and documentation • (1) lot of spare parts DIGESTER COMPRE55OR MCP WFI—om 1 I — r 9 h a 0 ! J ! ".! J GL'i.!9 (3) Compressor local control PLC panels and instrumentation • NEMA 4 Class 1 Div 2 Group D wall mount control Panel with full electrical drawings and documentation • UL Listed control panel. • Allen Bradley CompactLogix PLC processor for local control of the compressor • Panelview Plus 15" touch screen display • All required digital IO cards and communication modules. • Ethernet communications for integration with MCP • All required drawings and documentation • Replacement of all existing compressor sensors using industry standard class 1 Div 2 Group D sensors • (1) lot of spare parts COMPRESSOR CONTROL PANEL CP-010 SYNERGY BALL O[LUN0. GA 3010i W Digester Compressor Controls Electrical Installation Class 1 Div 2 Group D • Demo existing control cabinet in the electrical room. • Install (1) individual control cabinet for each of the (3) gas compressors mounted at least 5' from the skid frame. • Electrical installation within 5' of the compressor to be rated at Class 1 Div 1 • Furnish and install aluminum conduits and wire from Panel LGCB, RTU-47 and MCCGCA • to the (3) gas compressors for data and some controls. • Remove existing control devices at each of the (3) gas compressors and replace them. • with new devices. • Furnish and install stainless steel cable tray to each compressor panel for securing and managing the cables. • On each gas compressor, replace control wires from the existing devices with new wiring and devices. • Replace existing flexible raceways at devices as needed. • Terminate and label all control wires. Schedule: Panels to be shipped 16-18 weeks after drawing approval. Electrical installation: 21 days prep work Electrical installation: 5 days per compressor, 2 days startup per compressor. Turbine Gas Screw Compressors Mechanical Upgrades Each compressor will receive the following: • New oil pump • Oil flush and new oil charge. • New Oil Coalescer, oil filters, • Vibration analysis. • New Temperature and Pressure gauges • New Oil Heater • Compressor tagging and labeling. • Block and Bleed valves for new instrumentation. • All installation labor is included. Main Oil Separator Secondary Oil Separator Turbine Screw Compressor Controls Upgrade (1) New Turbine compressor System Master PLC control panel located in the electrical room: • 1- MCP (Master Control Panel) w 17" SCADA touchscreen • NEMA 12 wall mount control Panel with full electrical drawings and documentation • UL Listed control panel. • Allen Bradley CompactLogix PLC processor to communication with each local compressor PLC panel • All required digital IO cards and communication modules. • Sequencing and overview of (2) turbine compressors with historical data • Ethernet communications for plant integration • All required drawings and documentation DIGESTER COMPRESSOR MCP AICP—om 1 0. 1 1 e � e .0 (2) Compressor local control PLC panels and instrumentation • NEMA 4 Class 1 Div 2 Group D wall mount control Panel with full electrical drawings and documentation • UL Listed control panel. • Allen Bradley CompactLogix PLC processor for local control of the compressor • Panelview Plus touch screen display • All required digital IO cards and communication modules. • Ethernet communications for integration with MCP • All required drawings and documentation • Replacement of all existing compressor sensors using industry standard class 1 Div 2 Group D sensors • (1) lot of spare parts SYNERGY 15� AIIIPORf �ItlLE BALL GkGUMD. GAMID7 COMPRESSOR CONTROL PANEL CP-01 ❑ Turbine Compressor Controls Electrical Installation for Class 1 Div 2 Group D • Demo the underground wires and cables pertaining to the controls for the MyCom. compressor skid. • Install (2) control cabinets, on the MyCom compressor skid. • Furnish and install new conduits from the existing underground conduits to the new Compressor control cabinets on the side of the MyCom compressor skid. • Install (1) individual control cabinet on each of the (2) gas compressors mounted at least 5' from the skid frame. • Electrical installation within 5' of the compressor to be rated at Class 1 Div 1 • Furnish and install aluminum conduits and wire from Panel LGCB, RTU-47 and MCCGCA to the (2) gas compressor for data and some controls. • Remove existing control devices at each of the (2) gas compressors and replace them with new devices. • Furnish and install stainless steel cable tray on each of the gas compressors for securing and managing the cables. • On each gas compressor, replace control wires from the existing devices with new wiring and devices. • Replace existing flexible raceways at devices as needed. • Terminate and label all control wires. Schedule: Panels to be shipped 16-18 weeks after drawing approval. Electrical installation: 21 days prep work Electrical installation: 5 days per compressor, 2 days startup per compressor. 3.Clarifications • Pricing is based on all work being completed Monday through Friday 7:00 am through 3:30pm. • Impacts of New Tariffs Issued or Changes to Existing Tariffs: Due to the possibility of implementation or increasing tariffs, this quote validity is subject to cancellation without notice in the event a tariff action negatively impacts the Synergy Refrigeration supply chain or production process. Synergy Refrigeration shall be entitled to cancel this quote or make reasonable adjustments of the Price(s) to the extent the cost increase is directly or indirectly related to new tariffs or changes to existing tariffs. • Products included in this Proposal are valued (based on current Commodity Pricing) at the time of the Bid. An Increase in the price of Raw Materials between the estimate time and time of official award of the project will require a Change in the final price to complete the project. • Only one set of spares for both PLC's • As a result of our meeting on 2/19, the design will change to Class 1 Division 2 Group D and the original scope listed on document 7-RFP-05 does not apply. The United States Government has begun to impose tariffs on imported finished goods, components, and materials, particularly those sourced from China and Mexico. Due to the possibility of new tariffs being implemented or changes to existing tariffs, all quotes issued by Synergy Refrigeration are subject to review. If a manufacturer increases pricing as a direct result of tariffs, we reserve the right to adjust pricing accordingly. In such cases, we will notify you immediately of any additional charges. To comply with these regulations, tariff charges will be listed as a separate line item on invoices if additional charges are applied due to a tariff. We remain committed to mitigating these impacts by working closely with our manufacturers and monitoring regulatory developments. Should tariffs be reduced or removed, we will make adjustments accordingly. 4.Exceptions The following items are excluded from scope of work: • Taxes • All fire alarm system modifications • All security system components or modifications • Overtime and Holidays • Electrical permit (if applicable) • Trash or recycling bin. 6.2025 Pricing: Net Pricing for the Services listed above. Class 1 Div 2 Group D "Hybrid" 6053OB-A Digester Compressor Upgrade...............................$1,423,321.00 6053OB-B Turbine Compressor Upgrade..................................$908,296.00 7. Proposal Validity This proposal is valid for 30 Days. 8. Delivery: Based on our current backlog and the equipment lead times quoted to us by our vendors, we can ship the major equipment and stand material in 16 to 18 weeks from the date of purchase order acceptance and drawing approval. Please note that the final delivery date will be confirmed to the City of Ft Worth upon receipt and acknowledgment of Purchase Order and confirmation from our vendors. 9. Payment Terms • 25% downpayment with order • 25% payment due upon equipment shipment net 30 days • 25% payment due upon mobilization for pre -shutdown work net 30 days • 15% payment due upon electrical pre -shutdown work completion net 30 days • 10% payment due upon startup net 30 days Parts required to provide these services will be ordered once a purchase order is received for the services you requested below. PRODUCT TERMS AND CONDITIONS OF SALE SYNERGY These terms and conditions, the attendant quotation or acceptance of order issued by Seller (as defined hereafter), and all documents incorporated by reference therein, bind the Buyer (as defined hereafter) for the provision of services ("Services") and/or the sale of goods, including (except as provided in Section 11) firmware incorporated therein ("Goods"), to be provided hereunder by seller (i.e. SYNERGY Refrigeration, Inc.) ("Seller"), and the buyer as described in Seller's quotation or acceptance of order ("Buyer'). PRICES: Unless otherwise specified by Seller, Seller's price for the Goods and/or Services shall remain in effect for thirty (30) days after the date of Seller's quotation or acceptance of the order for the Goods/Services, whichever is delivered first, provided an unconditional, complete authorization for the immediate manufacture and shipment of the Goods and/or provision of Services pursuant to Seller's standard order processing procedures is received and accepted by Seller within such time period. If such authorization is not received by Seller within such thirty (30) day period, Seller shall have the right to change the price for the Goods/Services to Seller's price in effect for the Goods/Services at the time the order is released to final manufacture. Notwithstanding any of the foregoing to the contrary, if the order is not placed within thirty days after the date of Seller's quotation or acceptance of the order, the price for Goods/Services sold by Seller, but manufactured/provided by others, shall be Seller's price in effect at the time of placement of the order by Buyer. 1. DELIVERY AND DOCUMENTATION: All shipping/service dates are approximate and are based upon Seller's prompt receipt of all necessary information from Buyer to properly process the order. Unless otherwise expressly stated in the quotation or order acceptance, Goods shall be deemed delivered FOB Seller's facility, Kennesaw, Georgia. Seller shall provide Buyer with that data/documentation which is specifically identified in the quotation or order acceptance. In the event that both a quotation and an order acceptance have been issued by Seller, then the order acceptance shall take priority. If additional copies of data/documentation or nonstandard data/documentation are to be provided by Seller, they shall be provided to Buyer at Seller's price then in effect. 2. EXCUSE OF PERFORMANCE: Seller shall not be liable for delays in performance or for non-performance due to acts of God, war, acts of terrorism, riot, fire, labor trouble, unavailability of materials or components, explosion, accident, compliance with governmental requests, laws, regulations, orders or actions, or other unforeseen circumstances or causes beyond Seller's reasonable control. 3. TERMINATION AND SUSPENSION OF BUYER: Buyer may terminate or suspend its order for any or all of the Goods/Services covered by the Agreement, provided that Buyer gives Seller reasonable advance written notice of such termination or suspension and reimburses Seller for all losses, damages, costs and expenses arising from such termination or suspension. 4. LIMITED WARRANTY: Subject to the limitations contained in Section 6 and except as otherwise expressly provided herein, Seller warrants that the firmware and software included with the delivered Goods will execute the programming instructions provided by Seller, and that the Goods manufactured or Services provided by Seller will be free from defects in materials or workmanship under normal use and care until the expiration of the applicable warranty period. Goods are warranted for twelve (12) months from the date of initial installation or eighteen (18) months from the date of shipment by Seller, whichever period expires first. Consumables and Services are warranted for a period of 90 days from the date of shipment or completion of the Services. Goods and Services purchased by Seller from a third party for resale to Buyer ("Resale Products") shall carry only the warranty extended by the original manufacturer. Buyer agrees that Seller has no liability for Resale Products beyond making a reasonable commercial effort to arrange for procurement and shipping of the Resale Products. If Buyer discovers any warranty defects and notifies Seller thereof in writing during the applicable warranty period, Seller shall, at its option, promptly correct any errors that are found by Seller in the firmware, software or Services, or repair or replace F.O.B. point of manufacture that portion of the Goods or firmware or software found by Seller to be defective, or refund the purchase price of the defective portion of the Goods/Services/Resale Products. All replacements or repairs necessitated by inadequate maintenance, normal wear and usage, unsuitable power sources, unsuitable environmental conditions, accident, misuse, improper installation, modification, repair, storage or handling, or any other cause not the fault of Seller are not covered by this limited warranty, and shall be at Buyer's expense. Seller shall not be obligated to pay any costs or charges incurred by Buyer or any other party except as may be agreed upon in writing in advance by an authorized Seller representative. All costs of dismantling, reinstallation and freight and the time and expenses of Seller's personnel for site travel and diagnosis under this warranty clause shall be borne by Buyer unless accepted in writing by Seller. Goods repaired and parts replaced during the warranty period shall be in warranty for the remainder of the original warranty period. This limited warranty is the only warranty made by Seller and can be amended only in writing signed by an authorized representative of Seller. Except as otherwise expressly provided in the Agreement, THERE ARE NO REPRESENTATIONS OR WARRANTIES OF ANY KIND, EXPRESS OR IMPLIED, AS TO MERCHANTABILITY, FITNESS FOR PARTICULAR PURPOSE, and OR ANY OTHER MATTER WITH RESPECT TO ANY OF THE GOODS OR SERVICES. 5. LIMITATION OF REMEDY AND LIABILITY: SELLER SHALL NOT BE LIABLE FOR DAMAGES CAUSED BY DELAY IN PERFORMANCE. THE SOLE AND EXCLUSIVE REMEDY FOR BREACH OF WARRANTY HEREUNDER SHALL BE LIMITED TO REPAIR, CORRECTION, REPLACEMENT OR REFUND OF PURCHASE PRICE UNDER THE LIMITED WARRANTY CLAUSE IN SECTION 5. IN NO EVENT, REGARDLESS OF THE FORM OF THE CLAIM OR CAUSE OF ACTION (WHETHER BASED IN CONTRACT, INFRINGEMENT, NEGLIGENCE, STRICT LIABILITY, OTHER TORT OR OTHERWISE), SHALL SELLER'S LIABILITY TO BUYER AND/OR ITS CUSTOMERS EXCEED THE PRICE TO BUYER OF THE SPECIFIC GOODS MANUFACTURED OR SERVICES PROVIDED BY SELLER GIVING RISE TO THE CLAIM OR CAUSE OF ACTION. BUYER AGREES THAT IN NO EVENT SHALL SELLER'S LIABILITY TO BUYER AND/OR ITS CUSTOMERS EXTEND TO INCLUDE INCIDENTAL, CONSEQUENTIAL, SPECIAL, INDIRECT OR PUNITIVE DAMAGES. THE TERM "CONSEQUENTIAL DAMAGES" SHALL INCLUDE, BUT NOT BE LIMITED TO, LOSS OF ANTICIPATED PROFITS, LOSS OF USE, LOSS OF REVENUE AND COST OF CAPITAL. 6. PATENTS: Subject to the limitations contained in Section 6, Seller shall defend any suits brought against Buyer based on a claim that use of the Goods manufactured by Seller constitutes an infringement of a valid patent of the United States and shall pay any damages awarded therein against Buyer, provided that Buyer: 1) promptly notifies Seller in writing of the filing of such suit or the threat thereof, 2) permits Seller to control completely the defense or compromise of such claim of infringement, and 3) provides all reasonable assistance and cooperation requested by Seller for the defense of such suit. In the event that only the Goods manufactured by Seller are held to be infringing in such suit and their use is enjoined, Seller shall, at its sole option and expense, provide a commercially reasonable alternative, including, but not limited to, procuring for Buyer the right to continue using the Goods, replacing them with non -infringing product or modifying them so they become non -infringing. Buyer agrees that Seller shall not be liable for infringement, and that Buyer shall fully indemnify Seller therefore, if infringement is based upon the use of Goods in combination with goods not manufactured by Seller or in a manner for which the Goods were not designed by the Seller or if the Goods were not designed by the Seller or if the Goods were designed by the Buyer or were modified by or for the Buyer in a manner to cause them to become infringing. 7. INSTALLATION: Unless otherwise provided for in the quotation or order acceptance, Buyer shall be responsible for receiving, storing, installing, starting up and maintaining all Goods. Seller shall provide a quotation for services to assist Buyer in these functions if requested. 8. TAXES: Any tax or governmental charge payable by the Seller because of the manufacture, sale or delivery of the Goods, or provision of Services, may at Seller's option be added to the price herein specified. The foregoing shall not apply to taxes based upon Seller's net income. 9. TERMS OF PAYMENT: Subject to the approval of Seller's Credit Department, terms are net 30 days from date of Seller's invoice (to be issued upon shipment) in U.S. currency, except for applicable milestone payments covered below or export shipments for which Seller may require other arrangements. If any payment owed to Seller hereunder is not paid when due, it shall bear interest, compounded monthly, at the rate of one and a half percent (1.5%) per month, but in no event to exceed the maximum rate permitted by law, from the date on which it is due until it is received. Seller shall have the right, among other remedies, either to terminate the Agreement or to suspend further deliveries under this and/or other agreements with Buyer in the event Buyer fails to make any payment hereunder when due. Buyer shall be liable for all expenses attendant to collection of past due amounts, including attorney's fees. Unless otherwise provided in Seller's written quotation, periodic milestone payments shall be made by Buyer when the purchase price of this Agreement exceeds $100,000.00. In such cases, invoices shall be issued by Seller and paid by Buyer as follows. 50% of the total price shall be due and payable upon execution of the contract or order by both parties. The remainder of the price shall be due Net 30 days upon shipment of the Goods. If installation and start up are included in the contract, 40% of the total price shall be due Net 30 days upon shipment of the Goods, with the final 10% due Net 30 days after completion of such installation and start up. Seller reserves the right to designate additional Milestones where the Agreement provides for Services in excess of $50,000.00. 10. SOFTWARE AND FIRMWARE: Notwithstanding any other provision herein to the contrary, Seller or applicable third party owner shall retain all rights of ownership and title in its respective firmware and software, including all copyrights relating to such firmware and software and all copies of such firmware and software. Except as otherwise provided herein, Buyer is hereby granted a site license where the Goods are first used. Buyer may negotiate with Seller separate licenses to use such copies and firmware and software at another plant sites. Buyer's use of certain firmware (as specified by Seller) and all other software shall be governed exclusively by Seller's and/or third party owner's applicable license terms. 11. BUYER SUPPLIED DATA: To the extent that Seller has relied upon any specifications, information, representation or operating conditions or other data or information supplied by Buyer to Seller in the selection or design of the Goods and/or provision of the Services and the preparation of Seller's quotation and/or order acceptance, and in the event that actual operating conditions or other conditions differ from those represented by Buyer and relied upon by Seller, any warranties or other provisions contained herein which are affected by such conditions shall be null and void, unless otherwise mutually agreed upon in writing. 12. TRADE SECRET PROPRIETARY INFORMATION AND CONFIDENTIALITY: The Buyer agrees that he/she/it may gain access to and receive trade secret proprietary, confidential information from Seller, including but not limited to equipment and goods manufactured by Seller, software or firmware programs, drawings and illustrations, during the course of this sale. Buyer agrees that he/she/it will not copy or reproduce said trade secret, proprietary information, including Goods and Services, or otherwise use or market said trade secret, proprietary information for his/her or its further benefit unless expressly authorized by Seller. Buyer also agrees to return any trade secret, proprietary information temporarily provided Buyer for planning, installation or similar purposes to Seller upon the completion of this sale agreement. 13. GENERAL PROVISIONS: (a) Buyer shall not assign its rights or obligations under this Agreement without Seller's prior written consent. (b) There are no understandings, agreements or representations, express or implied, not specified in this Agreement. (c) No action, regardless of form, arising out of transactions under this Agreement (other than with regard to the provisions contained in Paragraphs 11 and 13), may be brought by either party more than two (2) years after the cause of action has accrued. (d) any modification of these terms and conditions must be set forth in a written instrument signed by a duly authorized representative of Seller. (e)GOOD S AND SERVICES PROVIDED HEREUNDER ARE NOT SOLD OR INTENDED FOR USE IN ANY NUCLEAR OR NUCLEAR RELATED APPPLICATIONS. Buyer (i) accepts Goods and Services in accordance with the restriction set forth in the immediately preceding sentence, (ii) agrees to communicate such restriction in writing to any and all subsequent purchasers or users and. (f) The 1980 United Nations Convention on Contracts for the International Sale of Goods does not apply to this Agreement. (g) If any of the provision of the Agreement is invalid under any statute or rule of law, such provision, to that extent only, shall be deemed to be omitted without affecting the validity of the remainder of the Agreement. Seller's Initials Buyer's Initials CITY COUNCIL AGENDA Create New From This M&C DATE: 12/10/2024 REFERENCE **M&C 24- LOG NAME: NO.: 1065 CODE: P TYPE: CONSENT PUBLIC HEARING: Official site of the City of Fort Worth, Texas Fo TWORm 11" 13P RFP 24-0248 GAS COMPRESSOR REHABILITATION WTR CB Keel SUBJECT: (ALL) Authorize Execution of Agreement with Synergy Refrigeration, Inc. for a One -Time Purchase of Gas Compressor Rehabilitation, Inspection, and Repair Services in an Amount Up to $2,700,000.00 for the Water Department RECOMMENDATION: It is recommended that the City Council authorize execution of an agreement with Synergy Refrigeration, Inc. for a one-time purchase of gas compressor rehabilitation, inspection, and repair services in an amount up to $2,700,000.00 for the Water Department. DISCUSSION: The Water Department approached the Purchasing Division to secure an agreement for a one-time purchase of gas compressor rehabilitation services. Under the proposed agreement the vendor will rehabilitate the Digester Gas Compressors and the associated control panels. Purchasing Staff issued Request for Proposal (RFP) Number 24-0248. The RFP consisted of detailed specifications describing the responsibilities and requirements to provide these services. The RFP was advertised in the Fort Worth Star -Telegram on August 28, 2024, September 4, 2024, September 11, 2024, September 18, 2024, September 25, 2024 and October 2, 2024. The City received one (1) response. An evaluation panel consisting of representatives from the Water Department and Transportation and Public Works Department reviewed and scored the submittal using Best Value criteria. The individual scores were averaged for each of the criteria and the final scores are listed in the table below. Vendor Evaluation Factors a b c d e Total Score Synergy Refrigeration, Inc. 33.33 8 11 4.17 30 86.5 Best Value Criteria a. Contractor's experience performing similar Compressor & Skid upgrades and rehabilitations and the ability to meet the City's needs b. Contractor's experience in Compressor Control upgrades c. Schedule for Shop Drawing Submittal and Performance of Services d. Contractor's experience with upgrading Dresser Rand/Vilter, and Mycom compressors e. Cost After evaluation, the panel concluded that Synergy Refrigeration, Inc. presents both the best value and the necessary experience for the gas compressor rehabilitation; therefore, the panel recommends that Council authorize an agreement with Synergy Refrigeration, Inc. No guarantee was made that a specific amount of services would be purchased. Staff certifies that the recommended vendor's bid met specifications. FUNDING: The maximum annual amount allowed under this agreement will be $2,700,000.00; however, the actual amount used will be based on the needs of the department and available budget. Funding is budgeted in the General Operating & Maintenance category in the Water & Sewer Fund for the Water Department. 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 services/goods requested, therefore, no business equity goal was established. AGREEMENT TERMS: This agreement will begin upon execution and will end at the earlier of the expiration of the funds, completion of the project, or September 30, 2029. RENEWAL OPTIONS: This agreement is for a one-time purchase and has no renewal options. ADMINISTRATIVE CHANGE ORDER: An administrative change order or increase may be made by the City Manager up to the amount allowed by relevant law and the Fort Worth City Code and does not require specific City Council approval as long as sufficient funds have been appropriated. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current operating budget, as previously appropriated, in the Water & Sewer Fund to support the approval of the above recommendation and award of the contract. Prior to any expenditure being incurred, the Water Department has the responsibility to validate the availability of funds. BQN\\ TO Fund ' Department Account Project ID ID FROM Fund Department Account Project ID ID Submitted for City Manager's Office by_ Originating Department Head: Additional Information Contact: ATTACHMENTS Program Activity Budget Reference # Amount Year (Chartfield 2) Program Activity Budget I Reference # Amount Year (Chartfield 2) Reginald Zeno (8517) William Johnson (5806) Reginald Zeno (8517) Christopher Harder (5020) Jo Ann Gunn (8525) Charles Benson (8357) 13P RFP 24-0248 GAS COMPRESSOR REHABILITATION WTR CB fund avail.docx (CFW Internal) FID TABLE - Gas Compressor Rehab.xlsx (CFW Internal) Form 1295.pdf (CFW Internal) Synergy SAMs.pdf (CFW Internal) Synergy SOS.pdf (Public) Waiver (Dept.) Request for Waiver - Gas Comp Rehab (1).pdf (CFW Internal)