Loading...
HomeMy WebLinkAboutContract 63465City Secretary Contract No. 63465 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 Solar Turbines Incorporated ("Vendor" or "Contractor"), each individually referred to as a "party" and collectively referred to as the "parties." 1. Scope of Services. Vendor will provide City with a gas turbine engine exchange and/or overhaul services ("Services"), as set forth in more detail in Exhibit "A," attached hereto and incorporated herein for all purposes. 2. Term. The term of this Agreement is a 3 year, beginning on the date that this Agreement is executed by the City's Assistant City Manager ("Effective Date"), unless terminated earlier in accordance with this Agreement ("Initial Term"). City will have the option, in its sole discretion, to renew this Agreement under the same terms and conditions, for up to no one-year renewal option(s) (each a "Renewal Term"). 3. Compensation. City will pay Vendor in accordance with the provisions of this Agreement, including Exhibit `B," which is attached hereto and incorporated herein for all purposes. Total compensation under this Agreement in an amount up to Two Million Two Hundred Thousand Dollars ($2,200,000.00). 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. The Texas Prompt Payment Act (Texas Government Code Ch. 2251) shall apply hereto. City is a tax-exempt governmental entity. City will provide Vendor with a tax- exempt certificate upon request. 4. Termination. 4.1. Written Notice. City or Vendor may terminate this Agreement at any time and for any reason by providing the other party with 30 days' written notice of termination. 4.2 Non -appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement 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 including the price for any specially procured or fabricated items not typically stocked by Vendor and Products actually installed in City's equipment and/or Products not returnable to Vendor's inventory for sale to third parties shall be charged to City's account at the applicable price. 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 Vendor Services Agreement OFFICIAL RECORD Page 1 of 13 CITY SECRETARY FT. WORTH, TX City Secretary Contract No. 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 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,. In the event that services is to be performed at hourly rates and/or costs are to be reimbursed under this Agreement, City or its representative may, during such period and with reasonable notice, audit all pertinent books, documents, papers and records, including, but not limited to, all electronic records, of Vendor involving transactions relating to this Agreement and relative to such hourly work and reimbursable costs for the sole purpose of verifying hourly amounts and reimbursable charges invoiced to City, 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. In no event shall City or its representative be granted access to any financial records relating to the profitability or price build-up of products or services sold on a lump -sum or fixed price basis. 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 Vendor Services Agreement Page 2 of 13 City Secretary Contract No. the details of its operations and activities and be solely responsible for the acts and omissions of its officers, agents, servants, employees, Vendors, and subcontractors. Vendor acknowledges that the doctrine of respondeat superior will not apply as between City, its officers, agents, servants and employees, and Vendor, its officers, agents, employees, servants, contractors, and subcontractors. Vendor further agrees that nothing herein will be construed as the creation of a partnership or joint enterprise between City and Vendor. It is further understood that City will in no way be considered a Co -employer or a Joint employer of Vendor or any officers, agents, servants, employees, contractors, or subcontractors. Neither Vendor, nor any officers, agents, servants, employees, contractors, or subcontractors of Vendor will be entitled to any employment benefits from City. Vendor will be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of its officers, agents, servants, employees, contractors, or contractors. 8. Liability 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. 8.1.1 TO THE MAXIMUM EXTENT PERMITTED BY LAW, NEITHER CITY NOR VENDOR OR THEIR AFFILIATES, SUBCONTRACTORS, AGENTS AND/OR EMPLOYEES SHALL BE LIABLE FOR ANY LOSS OF USE, LOSS OF PROFIT, LOSSES RESULTING FROM OR RELATED TO DOWNTIME OR THE COST OF REPLACEMENT POWER OR COMPRESSION, SPECIAL, INDIRECT, PUNITIVE, EXEMPLARY, INCIDENTAL OR CONSEQUENTIAL LOSS OR DAMAGES OF ANY NATURE, HOWSOEVER CAUSED, AND WHETHER BASED ON WARRANTY, CONTRACT, TORT (INCLUDING NEGLIGENCE) STRICT LIABILITY OR ANY OTHER THEORY OF THE LAW REGARDLESS OF WHETHER A PARTY HAD ADVANCE NOTICE OF THE POTENTIAL OFANYSUCHDAMAGES. 8.1.2 To the maximum extent permitted by law, the total liability of Vendor, its affiliates, subcontractors, agents and employees arising out of the performance or nonperformance of the Agreement or any of its obligations in providing Products (including, without limitation, obligations in connection with the design, manufacture, sale, delivery, storage, erection or use of the Products) and/or the rendition of any services in connection with this Agreement, whether based on warranty, contract, tort (including negligence), strict liability or any other theory of the law, shall not exceed in the aggregate a sum equal to two times the Order price of the discrete Product involved in the applicable claim. City shall not institute any suit or action regarding the Order against Vendor or any of Vendor's subsidiaries, agents or employees unless filed within one (1) year of the event giving rise to the claim. 8.1.3 The limitations of liability set forth in Articles 8.1.1 and 8.1.2 shall prevail over any conflicting or inconsistent provisions contained in any documents comprising the Order. 8.2 GENERAL INDEMNIFICATION - VENDOR HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, FROMAAD AGAINST ANYAND ALL CLAIMS OR LAWSUITS OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, Vendor Services Agreement Page 3 of 13 City Secretary Contract No. BROUGHT BY THIRD PARTIES THAT RESULT FOR EITHER PROPERTY DAMAGE OR LOSS (INCLUDING 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 SOLE NEGLIGENCE, GROSS NEGLIGENCE, OR WILLFUL MISCONDUCTNOF VENDOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS DURING THE PERFORMANCE OF THE ORDER OR THE WORK PERFORMED THEREUNDER. 8.3 INTELLECTUAL PROPERTYINDEMNIFICATION— Vendor will defend, indemnify and hold City harmless from any claim that the Products infringe upon a third party's rights in a registered United States patent or trademark, provided (i) City promptly notifies Vendor in writing of any such claim, (ii) City gives Vendor the sole right to defend, settle and control the defense of the suit or proceeding, (iii) City provides all necessary information and assistance for such defense or settlement, and (iv) City takes no position that is material and adverse to Vendor's defense of such claim. In the event Vendor is obligated to defend such suit or proceeding, Vendor will pay costs and damages finally awarded or agreed upon by Vendor that are directly related thereto. Vendor may, at Vendor's own discretion and expense: (i) procure for City the right to continue using the Products, (ii) replace the Products with non -infringing Products, or (iii) modify the Products to make them non - infringing. Vendor will have no liability or obligation to defend if the claim, suit or proceeding is based on or arises out of a configuration, modification or change to the Products that is made, specified or requested by City. The foregoing indemnity constitutes Vendor's sole responsibility for infringement claims. Notwithstanding the above, City agrees to defend, indemnify and hold Vendor harmless from any claim of infringement for Products designed or manufactured to City's specifications if such design, manufacture or specification constitutes the basis for such actual or alleged infringement claim. 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 except in the case of assignment to Vendor's affiliated or subsidiary companies, which will not require prior consent from 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. Any assignment of City's rights or obligations under the Agreement shall be null and void unless Vendor consents in writing. 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 shall obtain and maintain the following insurance to cover all its operations hereunder. Vendor must provide City with current dated insurance documents (certificate(s) of insurance on industry standard ACORD or equivalent forms) documenting policies/coverage of the following types and limits that arein effect prior to commencement of any Services pursuant to this Agreement: Vendor Services Agreement Page 4 of 13 City Secretary Contract No. 10.1 Coverase and Limits (a) Commercial General Liability: $4,000,000 - Each Occurrence $4,000,000 - Aggregate (b) rker's Compensation: Statutory limits according to the Texas Workers' Compensation Act or any other state workers' compensation laws where the Services are being performed or the applicable laws of the jurisdiction where contracts of employment for any Vendor's employees are made or expressed to be made. Employers' liability $2,000,000 - Bodily Injury by accident; each accident/occurrence $2,000,000 - Bodily Injury by disease; each employee $2,000,000 - Bodily Injury by disease; policy limit 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 up to the extent of the liabilities assumed underwritten Agreement. 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) The Vendor shall provide a minimum of Thirty (30) days' prior written notice to City in the event of cancellation or material change that would negatively affect City. 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. Vendor Services Agreement Page 5 of 13 City Secretary Contract No. (d) The insurers for all policies must be licensed and/or approved to do business in the State of Texas. All third -party insurance policies provided by Vendor shall be placed with financially sound insurers with a minimum rating of A- VII in the current A.M. Best Key Rating Guide, or otherwise acceptable to City. (e) Any failure on the part of City to request required insurance documentation will not constitute a waiver of the insurance. 11. Compliance with Laws, Ordinances, Rules and Regulations. Vendor agrees that in the performance of its obligations hereunder, it will comply with all applicable federal, state and local laws, ordinances, rules and regulations and that any work it produces in connection with this Agreement will also comply with all applicable federal, state and local laws, ordinances, rules and regulations. If City notifies Vendor of any violation of such laws, ordinances, rules or regulations, Vendor must immediately desist from and correct the violation. 12. Non -Discrimination Covenant. Vendor, for itself, its personal representatives, assigns, contractors, subcontractors, and successors in interest, as part of the consideration herein, agrees that in the performance of Vendor's duties and obligations hereunder, it will not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. If any claim arises from an alleged violation of this non-discrimination covenant by vendor, its personal representatives, assigns, contractors, subcontractors, or successors in interest, vendor agrees to assume such liability and to indemnify and defend city and hold city harmless from such claim to the extent caused by the sole negligence, gross negligence, or willful misconduct of vendor, its personal representatives, assigns, contractors, subcontractors, or successors in interest during the performance of the order or the work performed thereunder. 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 parry 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: Solar Turbine Incorporated Beau Gray, North American Field Ops Director 2200 Pacific Highway San Diego, CA 92101 Facsimile: 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. Vendor Services Agreement Page 6 of 13 City Secretary Contract No. 15. Governmental Powers. It is understood and agreed that by execution of this Agreement, City does not waive or surrender any of its governmental powers or immunities. 16. No Waiver. The failure of City or Vendor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein does not constitute a waiver of City's or Vendor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 17. Governing Law / Venue. This Agreement will be construed in accordance with the laws of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought pursuant to this Agreement, venue for such action will lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. 18. Severability. If any provision of this Agreement is held to be invalid, illegal or unenforceable, the validity, legality and enforceability of the remaining provisions will not in any way be affected or impaired. 19. Force Maieure. City and Vendor will exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but will not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to, compliance with any government law, ordinance, or regulation; acts of God; acts of the public enemy; fires; strikes; lockouts; natural disasters; wars; riots; epidemics or pandemics; government action or inaction; orders of government; material or labor restrictions by any governmental authority; transportation problems; restraints or prohibitions by any court, board, department, commission, or agency of the United States or of any States; civil disturbances; other national or regional emergencies; or any other similar cause not enumerated herein but which is beyond the reasonable control of the Party whose performance is affected (collectively, "Force Majeure Event"). The performance of any such obligation is suspended during the period of, and only to the extent of, such prevention or hindrance, provided the affected Party provides notice of the Force Majeure Event, and an explanation as to how it prevents or hinders the Party's performance, as soon as reasonably possible after the occurrence of the Force Majeure Event, with the reasonableness of such notice to be determined by the City in its sole discretion. The notice required by this section must be addressed and delivered in accordance with Section 13 of this Agreement. 20. Headings not Controlling. Headings and titles used in this Agreement are for reference purposes only, will not be deemed a part of this Agreement, and are not intended to define or limit the scope of any provision of this Agreement. 21. Review of Counsel. The parties acknowledge that each party and its counsel have reviewed and revised this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party will not be employed in the interpretation of this Agreement or 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. Counteruarts. This Agreement may be executed in one or more counterparts and each counterpart will, for all purposes, be deemed an original, but all such counterparts will together constitute one and the same instrument. Vendor Services Agreement Page 7 of 13 City Secretary Contract No. 24. Warranty of Services. Vendor warrants that its services will be free from defects in workmanship and materials rendered or used by Vendor in the performance of the Order. City must give written notice of any breach of this warranty within thirty (30) days from the date of discovery of the confirmed defective parts, in any event, before the expiration of the warranty period. In such event, at Vendor's option, Vendor will either repair or replacement of the confirmed defective part(s), free of charge at Vendor's place of business or repair center; and excluding freight and site labor costs to remove, repair or replace such part(s). All replacement parts and repaired parts are warranted through, but not beyond, the original warranty period. 24.1 Period of Warranty. The warranty period shall be twelve (12) months from the date of delivery in accordance applicable delivery term. 24.2 Terms of Warranty. The foregoing warranty coverage shall be subject to the following conditions, qualifications, remedies and exclusions: (i) a warranty claim submitted in accordance with Vendor's warranty claim procedures; (ii) the Products are stored, installed, operated, used and maintained in accordance with good engineering practices and any applicable industry standards, and Vendor's recommended practices, procedures and specifications (including, without limitation, the applicable operation and maintenance manual(s) for the unit(s) and any applicable fuel, air, water, packaging or preservation specifications or recommendations communicated or otherwise made available to City in writing); (iii) any failed Products are promptly returned to Vendor's repair center in accordance with Vendor's standard claim instructions, transportation charges prepaid; (iv) Vendor's examination of any failed Products confirms the existence of a warranted defect. 24.3 Vendor's Obligations. (a) The above warranty shall not apply to or include: (i) normal maintenance services or adjustments; (ii) the removal or reinstallation of warranted Products or the costs associated therewith; (iii) any Products that have been repaired or altered, other than by Vendor, in any way so as to adversely affect their operation or reliability in Vendor's judgment; or (iv) the effects of corrosion, erosion, degradation, wear and tear, or failure occasioned by operation, condition of service more severe than specified in the Order or otherwise not in accordance with Vendor's written recommendations; and (b) Construction works, fabrications, major off -package accessories, ancillary equipment, and driven equipment not of Vendor's manufacture are warranted only to the extent of the original manufacturer's or supplier's warranty, copies of which shall be made available upon request. 24.4 Additional Oualifications and Limitations to Warranty. (a) Vendor warrants that the Products and any Services will conform only to those national, federal, state or local laws, ordinances, regulations, codes and standards, as specifically stated in this Agreement; (b) THE ABOVE WARRANTIES ARE IN LIEU OF ALL WARRANTIES, EXPRESS OR IMPLIED, INCLUDING WITHOUT LIMITATION, WARRANTIES OF MERCHANTABILITY AND FITNESS FOR APARTICULAR PURPOSE, all other representations to the original City, and all other obligations or liabilities, including liability for incidental or consequential damages. No person is authorized to give any other warranties or to assume any other liability on Vendor's behalf unless agreed to in writing by Vendor. (c) Vendor's sole liability and responsibility, and City's sole and exclusive remedy, with respect to any and all warranties shall be limited to the respective remedies set forth above. All such remedies will be subject to the limitations of Articles 8.1.1 and 8.1.2. 25. Immigration Nationalitv Act. Vendor must verify the identity and employment eligibility Vendor Services Agreement Page 8 of 13 City Secretary Contract No. 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, subject at all time to Vendor's confidentiality and non -disclosure policies and any other restrictions applicable to Vendor's disclosure of such information. Vendor must adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Vendor employee who is not legally eligible to perform such services. IF ANY CLAIM ARISES FROM AN ALLEGED VIOLATION OF THIS PARAGRAPH BY VENDOR, VENDOR'S EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, OR AGENTS, OR IF CITY RECEIVES NOTIFICATION FROM A GOVERNMENT AUTHORITY HAVING JURISDICTION OVER THE WORK SITE, THAT THE CITY MAY BE SUBJECT TO ANY FINES OR PENALTIES AS A RESULT OF VENDOR'S FAILURE TO COMPLY WITH THIS REQUIREMENT FOR I-9 DOCUMENTATION, AND THE CITY PROMPTLY NOTIFIES THE VENDOR OF SUCH NOTIFICATION, THEN VENDOR WILL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM SUCH CLAIMS. CITY, UPON WRITTEN NOTICE TO VENDOR, WILL HAVE THE RIGHT TO IMMEDIATELY TERMINATE THIS AGREEMENT FOR VIOLATIONS OF THIS PROVISION BY VENDOR. 26. Ownership of Work Product. City will be the sole and exclusive owner of all reports, work papers, procedures, guides, and documentation that are created, published, displayed, or produced in conjunction with the services provided under this Agreement (collectively, "Work Product"). Further, City will be the sole and exclusive owner of all copyright, patent, trademark, 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 non-exclusive right, title and interest in and to the Work Product, and in and to the copyright, patent, trademark, 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 Authority. 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 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 so may adversely impact future invoice payments. 29. No Boycott 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 1F g r g�ovicreg M' ei�lt s the meanings ascribed to those terms in Section 2271 of the Te Agf�nent Code. City Secretary Contract No. 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 the term of the Agreement in accordance with state and federal law. 30. Prohibition on Boycotting Energy 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 a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the Texas Government Code. 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. (signature page follows) Vendor Services Agreement Page 10 of 13 City Secretary Contract No. ACCEPTED AND AGREED: CITY OF FORT WORTH: By: Name. ac ern Title: Assistant City Manager Date: 06/17/2025 APPROVAL RECOMMENDED: By: C&tlk' f- a'rA&' Name:ClCht4p der (Jun 6, 2025 12:22 CDT) Title: Water Director ATTEST: By: /� Name:tetteodall Title: City Secretary VENDOR: Solar Turbine Incorporated 9 �nnb p� pORt�y�9d0 �o dVS °=0 3a°° bEooS�ba By. Beau Gray Name: &A4' Title: Director, North America Field Operations 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 E'er..,,. Name:SlAd eBkpgAfidjn 6, 2025 12:15 CDT) Title: Sr. Contract Compliance Specialist APPROVED AS TO FORM AND LEGALITY: By: 4a4zor, NameDopW,fttEMqtQun 6, 2025 12:30 CDT) Title: Sr. Assistant City Attorney CONTRACT AUTHORIZATION: M&C: 24-0707 Form 1295: N/A OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Vendor Services Agreement Page 11 of 13 City Secretary Contract No. EXHIBIT A SCOPE OF SERVICES See next page. Vendor Services Agreement Page 12 of 13 SCOPE OF SERVICES Contractor will provide Solar Taurus 60 Gas Turbine Engine Exchange and/or Overhaul Services for the Water Department per the specifications listed below. 1.0 BACKGROUND 1.1 Currently two Taurus 60 (5.2 Megawatt (MW) International Organization for Standardization (ISO) rated), low British Thermal Unit (BTU), turbine engines are onsite at Village Creek Water Reclamation Facility (VCWRF) located at 4500 Wilma Lane, Arlington, Texas 76012 for power generation. These turbines were originally fueled with a biogas mixture consisting of anaerobic digester gas produced onsite and landfill gas. A small amount of natural gas was sometimes added to the mixture when needed to maintain the load set -point of the turbines. Gas Turbine No. 1 (TG1) was exchanged for a natural gas fuel only unit and Gas Turbine No. 2 (TG2) was modified on site to be fueled with natural gas only. 1.2 One turbine is in use at all times with the second one on standby in case of need. 1.3 Gas Turbine No. 1 was exchanged on April 17, 2019 and Gas Turbine No. 2 was modified for natural gas fuel only on October 22, 2020. 1.4 Based on the runtime of both of the gas turbines, both engines will need to be exchanged or overhauled in the next two to three years. The decision of which engine will be exchanged or overhauled first will depend on the condition of the gas turbine and the runtime hours logged. The decision whether to exchange or overhaul the turbine will depend on the Contractor's availability of an engine to exchange with the existing engine. 2.0 EQUIPMENT INFORMATION 2.1 Gas Turbine No. 1 (TG1): 2.1.1 Engine Model Number: Taurus 60 2.1.2 Engine Serial Number: OHG 11-T 1999 2.1.3 Gear Unit OEM Assembly Number: 196800-206 2.1.4 Gear Unit Serial Number: MAR09-60061 Page 1 of 11 2.1.5 Runtime Hours Logged as of April 25, 2024: 29,526 hours 2.2 Gas Turbine No. 2 (TG2): 2.2.1 Engine Model Number: Taurus 60 2.2.2 Engine Serial Number: OHK13-TO275 2.2.3 Gear Unit OEM Assembly Number: 196800-206 2.2.4 Gear Unit Serial Number: GBK13-78723 2.2.5 Runtime Hours Logged as of April 25, 2024: 30,852 hours 3.0 GAS TURBINE EXCHANGE AND OVERHAUL REQUIREMENTS — The Contractor shall: 3.1 Provide engine exchanges that will replace one or both of the Solar Taurus 60 Gas Turbine Engines, including the reduction gearbox with a new or certified rebuilt engine. If engine exchanges are not available at the time of the City's request, the existing engines may be overhauled. The exchanged or overhauled engines shall run on natural gas fuel only. 3.2 If your company is able to exchange both turbine engines, please complete Line 2 the Bid Table. 3.3 If your company is able to overhaul both turbine engines, please complete Line 4 of the Bid Table. 3.4 If your company is able to exchange one turbine and overhaul the other engine, please complete Lines 1 and 3 of the Bid Table. 3.5 Provide all necessary removal, transportation, loading, unloading, and installation services associated with the engine exchange or overhaul. It is the objective of the City to have the engines exchanged or overhauled as a turnkey operation inclusive of all steps from removal to reinstallation. 3.6 Exchange or overhaul the current gas turbine and its gearbox with a natural gas -fueled engine in a condition that meets or exceeds the original performance characteristics. 3.6.1 Original performance characteristics are to be defined by the information (speed, temperature, vibration, horsepower, and Page 2 of 11 efficiency) based on state testing per OEM specifications. 3.7 Indicate the schedule for the removal of the existing turbine, the overhaul or exchange of the existing turbine, witness factory testing of the exchange or overhauled unit, installation and commissioning of the exchange or overhauled unit, and any retrofits or modifications necessary in their proposal, after the service request is issued to the Contractor. 3.8 Provide all necessary services and parts to adapt existing ancillary equipment for the exchanged or overhauled turbine for operation. 3.9 Prior to incurring any billable services, a Purchase Order shall be issued to the Contractor from the City. 3.10 Be required to attend a short safety training/evacuation program before any work begins. The 15 to 20-minute training will be scheduled by a Water Department Representative with the Water Safety Team. If the training has been completed previously, the Contractor will not need to be completed again, unless otherwise required. 3.11 Inspection and Removal of existing engine —The Contractor shall: 3.11.1 Inspect and review the existing engines and their systems on - site prior to their shutdown and removal to ensure successful exchange with natural gas only fuel engine. 3.11.2 Remove the engine and gearbox and prepare them for shipment after the shutdown of the engine. 3.11.2.1 The Contractor shall provide all labor for teardown, removal and preparation for shipment. 3.11.2.2 Care must be taken to not damage any equipment left behind or the gas turbine remaining in service. 3.12 Transportation of existing engine— The Contractor shall: 3.12.1 Prepare for safe transportation as required for critical machinery hauling, loading and delivery to the Contractor's shop for the commencement of the exchange or overhauled engine to the original equipment manufacturer (OEM) specifications or Page 3 of 11 better. 3.12.1.1 The City will make available a 15-ton overhead track crane and 120V /240V electrical power onsite. 3.12.1.2 The City will also make available the proprietary lifting mechanism from the manufacturer. 3.12.1.3 The Contractor shall provide all other labor, crating, loading and unloading, transportation, tools, equipment, supplies and incidentals necessary to remove the engine from the turbine assembly, and install exchanged or overhauled engine. 3.12.2 Teardown inspection report on the removed unit shall be provided to the City by the Contractor upon completion of the teardown and removal process. 3.13 Engine Exchange — The Contractor shall: 3.13.1 Prepare an exchanged engine to operate on natural gas fuel only to replace the removed engine. 3.13.2 Modify or replace parts for turbine upgrades in accordance with the City's turbine specifications. 3.13.3 Assemble the components into modules. 3.13.4 Assemble and adjust compressor and turbine rotors. 3.13.5 Apply protective coating according to OEM's and shops recommendations. 3.13.6 Balance each rotor. 3.13.7 Assemble the modules into a complete unit. 3.14 Engine Overhaul — The Contractor shall: 3.14.1 Perform overhaul on the existing engine. 3.14.2 Modify or replace parts for turbine upgrades in accordance with the City's turbine specifications. Page 4 of 11 3.14.3 Assemble the components into modules. 3.14.4 Assemble and adjust compressor and turbine rotors. 3.14.5 Apply protective coating according to OEM's and shops recommendations. 3.14.6 Balance each rotor. 3.14.7 Assemble the modules into a complete unit. 3.15 Testing — The Contractor shall: 3.15.1 Perform testing at their facility; the engines and any additional components shall not be shipped to a third -party facility for testing. 3.15.2 Allow City representatives to witness in -shop testing of the exchange engine for emissions and efficiency. Proper notice of at least fifteen (15) days must be given to allow time for travel if desired by City personnel to observe. 3.15.3 Perform a standard acceptance test. At a minimum, the testing shall include: 3.15.3.1 Final balancing and mechanical test at in-house test cell 3.15.3.2 Run-in procedure 3.15.3.3 Full speed test 3.15.3.4 Vibration survey 3.15.3.5 Full load test up to 5 MW with a hydraulic brake 3.15.4 Provide all necessary calibration and tuning to make the exchanged or overhauled engine operable at manufacturer - specified efficiencies on natural gas fuel. 3.15.5 Provide a test report to the City for review. 3.15.5.1 When the test report has been reviewed and accepted by City, a Notice -to -Proceed will be issued to the Contractor for the approved installation and ancillary equipment modifications. Page 5 of 11 3.16 Delivery— The Contractor shall: 3.16.1 Provide all labor for teardown, removal and preparation for shipment. Transportation, loading, and unloading will be provided by Contractor to guarantee safe arrival of exchanged or overhauled engine from Contractor's workshop. 3.16.2 Provide insurance to cover any damage or replacement of the turbine should any damage occur during transportation, loading, or unloading. 3.17 Re -installation of exchanged or overhauled engine — The Contractor shall: 3.17.1 Inspect the engine for shipping damage at offload. 3.17.1.1 The City will make available a 15-ton overhead track crane and 120V/240V electrical power onsite. 3.17.2 Perform the re -installation of the engine into the turbine housing along with any of their crew or personnel. The contractor shall be required to provide all other labor, transportation, tools, equipment, supplies and incidentals necessary to reinstall the engine into the turbine assembly. 3.17.3 Perform commissioning and startup tests using their field service personnel which shall include a full performance test and issue a test report that certifies the speed, temperature, vibration, horsepower, and efficiency. The results of the final test report shall meet or exceed the test report that was provided to the City following the testing at the Contractor's facility. If the results, don't meet or exceed the test report that was provided to the City following the testing at the Contractor's facility, calibration and tuning of the engine exchange or overhauled engine shall be completed. 3.17.4 Verify engine controls are tuned for natural gas operation. Other City of Fort Worth contractors will perform any modifications to the Programmable Logic Controller (PLC) controls with the Contractor's guidance. 3.17.5 Be required to immediately remove personnel and equipment from the work area at any time while on City property, when VCWRF operational conditions require it. Page 6 of 11 3.17.6 Be responsible for lock-out/tag-out of equipment. City of Fort Worth Water Department personnel will assist in designating which equipment will need to be locked-out/tagged-out. 3.18 Inspections and Preventative maintenance services 3.18.1 Inspections and any preventative maintenance are expected to be completed during the warranty period to maintain the warranty. 4.0 SUBCONTRACTING 4.1 The City reserves the right at its sole discretion to accept or reject any proposal that includes subcontractors. City reserves the right to pre - approve use of any and all subcontractors. 5.0 LOCATION AND PERFORMANCE OF SERVICES 5.1 Services shall be performed at the following locations: 5.1.1 Village Creek Water Reclamation Facility (VCWRF) 4500 Wilma Lane Arlington, TX 76012 5.1.2 Additional Water Treatment Plants, upon request. 5.2 Scheduled services shall be performed between normal business hours: 6:30 a.m. to 5:00 p.m., Monday through Friday. 5.3 The Contractor shall not perform services on City -observed holidays. 5.3.1 City observed holidays 5.3.2 New Year's Day Page 7 of 11 5.3.3 Martin Luther King Jr. Day 5.3.4 Memorial Day 5.3.5 Juneteenth 5.3.6 July 4ch 5.3.7 Labor Day 5.3.8 Thanksgiving Thursday and the following Friday 5.3.9 Christmas Day 5.4 The Contractor shall respond to a call or email from the City of Fort Worth Water Department within 24 hours after receipt. 6.0 WARRANTY 6.1 The Contractor shall provide, at minimum, a 12-month warranty on quality and product issues starting on the date of delivery. 6.2 Warranty shall be full compensating for labor and materials to address the warranty repair. 7.0 INVOICE AND PAYMENTS 7.1 Registration: Contractor is required to register for direct deposit payments prior to providing goods and/or services using the forms posted on the City's website at https://www.fortworthtexas.gov/departments/finance/purchasing/ register 7.2 Invoice: The Contractor shall send invoices electronically to our centralized Accounts Payable department invoice email address: supplierinvoices(&,,fortworthtexas.gov. This email address is not monitored so please do not send correspondence to this email address. The sole purpose of the supplier invoices email address is to receipt and process supplier invoices. Please include the following on the subject line of your e-mail: Contractor name, invoice number, and PO number, separated by an underscore (ex: Example, Inc._123456_FW013-0000001234) Page 8 of 11 To ensure the system can successfully process your invoice in an expedient manner, please adhere to the following requirements: i. All invoices must be either a PDF or TIFF format. ii. Image quality must be at least 300 DPI (dots per inch). iii. Invoices must be sent as an attachment (i.e. no invoice in the body of the email). iv. One invoice per attachment (includes PDFs). Multiple attachments per email is acceptable but each invoice must be a separate attachment. v. Please do not send handwritten invoices or invoices that contain handwritten notes. vi. Dot matrix invoice format is not accepted. vii. The invoice must contain the following information: a. Supplier's Legal Name and Address; b. Remit to Supplier Name and Address, if different; c. Applicable City Department business unit# (i.e. FW013) d. Complete City of Fort Worth PO number (i.e. the PO number must contain all preceding zeros); e. Invoice number; f. Invoice date; and viii. Invoices should be submitted after delivery of the goods or services. To prevent invoice processing delays, please do not send invoices by mail and email and please do not send the same invoice more than once by email to sugglierinvoices(a fortworthtexas.2ov. To check on the status of an invoice, please contact the City Department ordering the goods/services or the Central Accounts Payable Department by email at: ZZ FIN AccountsPavable a( ,,fortworthtexas.2ov. If you are unable to send your invoice as outlined above at this time, please send your invoice to our centralized Accounts Payable Page 9 of 11 department instead of directly to the individual city department. This will allow the city staff to digitize the invoice for faster processing. If electronic invoicing is not possible, you may send your paper invoice to: City of Fort Worth Attn: FMS Central Accounts Payable 200 Texas Street Fort Worth, Texas, 76102 The City's goal is to receive 100% of invoices electronically so that all supplier payments are processed efficiently. To achieve this goal, we need the Contractor's support. If Contractor has any questions, please contact the Accounts Payable team at (817) 392-2451 or by email to ZZ FIN AccountsPavable it fortworthtexas.gov. Contractor shall not include Federal, State of City sales tax in its invoices. City shall furnish a tax exemption certificate upon Contractor's request. 7.3 Payment: All payment terms shall be "Net 30 Days" unless specified in the bid. 8.0 UNIT PRICE ADJUSTMENT Contractors may require that unit prices be adjusted for increases or decreases in Contractor's cost during the contract period using the following procedure: i. The Contractor must submit its price adjustment request in writing at least 30 days before the requested effective period. The Contractor shall provide written proof of cost increases with the price adjustment request. ii. If the City concludes that the rate increase being requested is unacceptable, the City reserves the right to adjust the rate request, or reject the rate request in its entirety and allow the contract to expire at the end of the contract term. If the City elects not to exercise the renewal option, the Purchasing Division reserves the right to issue a new solicitation or procure the goods or services by any other allowable means. Page 10 of 11 iii. Prices bid shall remain firm for the term of the Agreement and shall include all associated freight and delivery costs, unless otherwise specifically stated and agreed to by City. iv. Upon expiration of the Agreement term, Contractor agrees to hold over under the same terms and conditions of the executed Agreement for a reasonable period of time to allow the city to re -bid an agreement, not to exceed ninety (90) days. v. The provision of goods and/or services shall not be suspended by the Contractor except as expressly allowed by the contract's terms and conditions. Page 11 of 11 City Secretary Contract No. EXHIBIT B PAYMENT SCHEDULE See next page. Vendor Services Agreement Page 12 of 12 Primary Responses Success: All data is valid! RFP 24-0239 Solar Taurus 60 Gas Turbine- Engine Exchange and/or Overhaul Engine Exchange, Solar Taurus 60 Gas Turbine -driven Generator set, including the Success: All values provided Bid #1-1 reduction gearbox. This should include factory testing. The engine exchange must be designed to run on natural gas only. Engine Exchange, Solar Taurus 60 Gas Turbine -driven Generator set, including the Success: All values provided Bid #1-2 reduction gearbox. This should include factory testing. The engine exchange must be designed to run on natural gas only. Engine Overhaul, Solar Taurus 60 Gas Turbine -driven Generator set, including the Not Bidding No Bid #1-3 reduction gearbox. This should include factory testing. The overhauled engine must be designed to run on natural gas only. Engine Overhaul, Solar Taurus 60 Gas TNoid Turbine -driven Generator set, including the Not Bidding #1-4 reduction gearbox. This should include factory testing. The overhauled engine must be designed to run on natural gas only. Services, Removal of existing engine, Success: All values provided Bid #1-5 transportation, and re -installation of exchanged engine or overhaul engine, including shipping and delivery. Services, Calibration and tuning of engine Success: All values provided Bid #1-6 exchange or overhauled engine following the re- installation Numeric EA 1 $ 700,000.00 $ 700,000.00 EA 2 $ 700,000.00 $ 1,400,000.00 EA 1 EA 2 EA 2 $ 40,000.00 $ 80,000.00 EA 2 $ 10,000.00 $ 20,000.00 $ 2,200,000.00 $ 2,200,000.00 C terpflbr Confidential Green FEES AND PAYMENTS Fees. Unless otherwise specifically stated in an Order, all fees are in U.S. dollars. Fees do not include sales, use or excise taxes, import or export duties, special financing fees, value added taxes, income or royalty taxes, consular fees, special permits or licenses or similar charges (collectively, "taxes") (however, Solar shall be responsible for its own corporate income taxes and taxes related to its employees' work hereunder). Customer shall either pay any and all such taxes and charges or Customer shall provide Solar with acceptable exemption certificates. If Customer fails to provide such certificates at least sixty (60) days prior to the scheduled ready - to -ship date, Solar shall invoice Customer for such taxes and it shall be Customer's responsibility to pay these taxes to Solar. Customer shall be responsible to recover any overpayment of such taxes directly from the appropriate taxing jurisdiction when allowed by law. All prices are based on delivery in accordance with the delivery term specified in the Order, and do not include any charges for services such as preservation packaging, insurance, brokerage fees, marine survey, load -out and tie -down, site installation, or equipment start-up, unless such delivery term provides for such services under Incoterms 2020, or as otherwise agreed in writing by Solar. Customer warrants that the Products are purchased for installation and use at the location identified in the Order and will be shipped to that location. Customer shall instruct Solar to release the Products only to a carrier, customs broker or forwarding agent for shipment to the location stated in the Order. Orders for Parts are subject to a minimum of US Dollars $500.00. Disputed Invoices. In the event Customer disputes any portion of an invoice, Customer shall immediately notify Solar in writing of such dispute. Solar and Customer shall use reasonable efforts to resolve such dispute within the thirty (30) day period prior to the payment due date. If such dispute is resolved by the payment due date, then Customer shall pay the entire invoice by the payment due date. If the dispute is unresolved as of the payment due date, Customer shall pay all undisputed items by the payment due date. When disputes are resolved, Customer shall pay the resolved disputed items fifteen (15) days from the date of resolution that will be mutually defined by the Parties. Security Interest. Customer grants Solar a security interest in all Products identified to or delivered under an applicable Order until Solar receives payment of the total fees under the Order. For example, in an Exchange, Solar retains a security interest in the Exchange Unit provided in exchange for the Customer's assembly until full payment has been received by Solar. Customer shall, at the request of Solar, execute and deliver to Solar any instruments (including Uniform Commercial Code Financing Statements) that Solar may deem necessary to protect its security interest in the Products. Vendor shall file any termination statement(s) without demand and sooner than the 20 days required under the UCC. City of Fort Worth, Texas Mayor and Council Communication DATE: 08/27/24 M&C FILE NUMBER: M&C 24-0707 LOG NAME: 13P RFP 24-0239 GAS TURBINE ENGINE EXCHANGE AND/OR OVERHAUL AW SUBJECT (ALL) Authorize Execution of Agreement with Solar Turbines Incorporated for the Gas Turbine Engine Exchange and/or Overhaul Services for the Water Department for a Contract Amount Up to $2,200,000.00 for a Three -Year Agreement Term and Adopt Appropriation Ordinance to Effect a Portion of Water's Contributions to Fiscal Years 2024-2028 Capital Improvements Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of an agreement with Solar Turbines Incorporated for gas turbine engine exchange and/or overhaul services for the Water Department for a contract amount up to $2,200,000.00 for a three-year agreement term; and 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund in the amount of $2,200,000.00, transferred from available PayGo funds within the Water and Sewer Fund, for the purpose of funding the Water and Sewer Outlay project (City Project No. P00087) to fund the Gas Turbine Engine Exchange and/or Overhaul Services within the Water FY24 Non -Fleet Equipment project (City Project No. 105699) and to effect a portion of Water's Contribution to the Fiscal Years 2024- 2028 Capital Improvement Program. DISCUSSION: The Water Department approached the Purchasing Division for assistance with securing an agreement for the purchase of gas turbine engine exchanges and/or overhaul services for the two Solar Taurus 60 gas turbines located at Village Creek Water Reclamation Facility. The two gas turbines that provide electricity for Village Creek Water Reclamation Facility are in need of their engines to be exchanged or overhaul services to be completed on the existing engines as they have both exceeded the recommended runtime for the engine. Purchasing issued a Request for Proposal (RFP) that consisted of the service requirements to ensure the engines are properly exchanged or overhauled, tested, and re- installed, and the warranty requirements to ensure if the exchanged or overhauled engines have any defects in materials or workmanship, the vendor will remedy these issues. The RFP was advertised in the Fort Worth Star -Telegram on June 26, 2024, July 3, 2024, July 10, 2024, and July 17, 2024. The City received two responses. An evaluation panel consisting of representatives from the Water and Transportation and Public Works Departments reviewed and scored the proposals using Best Value criteria. The individual scores were averaged for each of the criteria and the final scores are listed in the table below. Proposer Evaluation Factors a b c d Total score EthosEnergy Light Turbines, LLCII16.00II16.50II16.50II25.05II 74.05 Solar Turbines Incorporated Ill 6.50II15.50II16.50II40.00II 88.50 Best Value Criteria: a. Contractor's experience and availability of a testing facility to complete the turbine exchanges and/or overhauls b. Contractor's timeframe for exchange or overhaul to be completed c. Contractor's ability to meet the City's needs d. Cost of services After evaluation, the panel concluded that Solar Turbines Incorporated presented the best value. Therefore, the panel recommends that Council authorize an agreement with Solar Turbines Incorporated. No guarantee was made that a specific amount of services would be purchased. Staff certifies that the recommended vendor's proposal met specifications. It is the practice of the Water Department to appropriate its Capital Improvement Plan (CIP) throughout the Fiscal Year (FY), instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. The actions in the Mayor & Council Communication will appropriate funds in support of the Water's portion of the City of Fort Worth's Fiscal Years 2024-2028 Capital Improvement Program, as follows: 13P RFP 24-0239 GAS TURBINE ENGINE EXCHANGE AND OR OVERHAUL AW Capital BudgetRevised Fund Project FY2024CIP Change Authority FY2024 Name Name Appropriations (Increase/ Budget g Decrease) Fund 105699 — 56002 - FY24Non- W&S Fleet $0.00 This M&C $2,200,000.00 $2,200,000.00 Capital Equipment Projects Funding is budgeted in the Transfer to Water/Sewer account of the Water operating budget for the purpose of purchasing the Gas Turbine Engine Exchange and/or Overhaul Services within FY24 Non -Fleet Equipment project in the Water & Sewer Capital Projects Fund. FY2024 — Water PAYGO Appropriations per City Ordinance 26453-09-2023 FY2024 Amended FY2024 PayGo YTD PayGo FY2024 (Includes any Original Adopted Approved This M&C Remaining council actions PayGo for/Moved to PayGo subsequent to Capital Projects Balance budget adoption) $84,505,035.00 $143,330,035.00 $(83,167,969.38) $(2,200,000.00) $57,962,065.62 Note: there may be other pending actions or recently approved actions that are not reflected in the table due to timing DVIN-BE: 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: Upon City Council approval, this agreement shall begin upon execution and expire three years from that date. 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. A Form 1295 is not required because: This contract will be with a publicly -traded business entity or a wholly -owned subsidiary of a publicly -traded business entity: Caterpillar Inc. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available in the Water & Sewer Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Capital Projects Fund for the FY24 Non -Fleet Eqmt project to support the above recommendations and award of the contract. Prior to any expenditure being incurred, the Water Department has the responsibility to validate the availability of funds. Submitted for Citv Manaaer's Office bv: Reginald Zeno 8517 Fernando Costa 6122 Oriainatina Business Unit Head: Reginald Zeno 8517 Christopher Harder 5020 Additional Information Contact: Jo Ann Gunn 8525 Alyssa Wilkerson 8357