HomeMy WebLinkAboutContract 63981Document Ref: IHH9C-OFVL7-YSSMX-2PTNV Page 1 of 26
VENDOR SERVICES AGREEMENT
This VENDOR SERVICES AGREEMENT (“Agreement”) is made and entered into by and
between the CITY OF FORT WORTH (“City”), a Texas home-rule municipal corporation,acting by and
through its duly authorized Assistant City Manager, and ACTION TARGET INC. (“Vendor”), a Delaware
Corporation, each individually referred to as a “party” and collectively referred to as the “parties.”
AGREEMENT DOCUMENTS:
The Agreement documents shall include the following:
1. This Vendor Services Agreement;
2. Exhibit A – Scope of Services; and
3. Exhibit B – Price Schedule.
Exhibits A and B, which are attached hereto and incorporated herein, are made a part of this Agreement for
all purposes. In the event of any conflict between the terms and conditions of the attached exhibits and the
terms and conditions set forth in the body of this Agreement, the terms and conditions of this Agreement
shall control.
1. Scope of Services. Vendor shall provide all labor, materials, equipment, supplies, and tools
required to repair and/or replace various weapons range equipment, located 511 W. Felix St., Fort Worth,
TX 76115 (“Services”), which are set forth in more detail in Exhibit “A” (“Scope of Services”), attached
hereto and incorporated herein for all purposes.
2. Term. The Initial Term of this Agreement is for one (1) year, beginning on the date that
this Agreement is executed by the City’s Assistant City Manager (“Effective Date”), unless terminated
earlier in accordance with this Agreement. City will have the option, in its sole discretion, to renew this
Agreement under the same terms and conditions, for up to four one-year renewal option(s) (each a “Renewal
Term”).
Compensation. Total compensation under this Agreement will not exceed one hundred thousand
dollars and zero cents ($100,000.00). 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. City will pay Vendor in accordance with
the Prompt Payment Act (Chapter 2251 of the Texas Government Code) and the provisions of this
Agreement, including Exhibit “B” (“Price Schedule”), which is attached hereto and incorporated herein for
all purposes.
CSC No. 63981
Document Ref: IHH9C-OFVL7-YSSMX-2PTNV Page 2 of 26
4. Termination.
4.1. Written Notice. City or Vendor may terminate this Agreement at any time and for
any reason by providing the other party with at least 30 days’ written notice of termination.
4.2 Non-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, and Vendor will continue to provide City with services requested
by City and in accordance with this Agreement up to the effective date of termination. Upon
termination of this Agreement for any reason, Vendor will provide City with copies of all
completed or partially completed documents prepared under this Agreement. In the event Vendor
has received access to City Information or data as a requirement to perform services hereunder,
Vendor will return all City-provided data to City in a machine-readable format or other format
deemed acceptable to City.
5.Disclosure of Conflicts and Confidential Information.
5.1 Disclosure of Conflicts. Vendor hereby warrants to City that Vendor has made full
disclosure in writing of any existing or potential conflicts of interest related to Vendor's services
under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this
Agreement, Vendor hereby agrees immediately to make full disclosure to City in writing.
5.2 Confidential Information. Vendor, for itself and its officers, agents, and
employees, agrees that it will treat all information provided to it by City (“City Information”) as
confidential and will not disclose any such information to a third party without the prior written
approval of City.
5.3 Public Information Act. City is a government entity under the laws of the State of
Texas, and all documents held or maintained for City are subject to disclosure under the Texas
Public Information Act. In the event there is a request for information marked Confidential or
Proprietary, City will promptly notify Vendor. It will be the responsibility of Vendor to submit
reasons objecting to disclosure to the Texas Attorney General. A determination on whether such
reasons are sufficient will not be decided by City, but by the Office of the Attorney General of the
State of Texas or by a court of competent jurisdiction.
5.4 Unauthorized Access. Vendor must store and maintain City Information in a secure
manner and will not allow unauthorized users to access, modify, delete, or otherwise corrupt City
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
Document Ref: IHH9C-OFVL7-YSSMX-2PTNV Page 3 of 26
years, have access to and the right to examine at reasonable times any directly pertinent books, documents,
papers, and records, including, but not limited to, all electronic records of Vendor involving transactions
relating to this Agreement at no additional cost to City. Vendor agrees that City will have access during
normal working hours to all necessary Vendor facilities and will be provided adequate and appropriate work
space in order to conduct audits in compliance with the provisions of this section. City will give Vendor
reasonable advance notice of intended audits.
7.Independent Contractor. It is expressly understood and agreed that Vendor will operate
as an independent contractor as to all rights and privileges and work performed under this Agreement and
not as an agent, representative, or employee of City. Subject to and in accordance with the conditions and
provisions of this Agreement, Vendor will have the exclusive right to control the details of its operations
and activities and shall be solely responsible for the acts and omissions of its officers, agents, servants,
employees, vendors, and subcontractors. Vendor acknowledges that the doctrine of respondeat superior
will not apply as between City, its officers, agents, servants, and employees, and Vendor and Vendor’s
officers, agents, employees, servants, contractors, and subcontractors. Vendor further agrees that nothing
herein will be construed as the creation of a partnership or joint enterprise between City and Vendor. It is
further understood that City will in no way be considered a co-employer or a joint employer of Vendor or
any of its officers, agents, servants, employees, contractors, or subcontractors. Neither Vendor, nor any
officers, agents, servants, employees, contractors, or subcontractors of Vendor, will be entitled to any
employment benefits from City. Vendor will be responsible and liable for any and all payment and reporting
of taxes on behalf of itself and any of its officers, agents, servants, employees, or contractors.
8.Liability and Indemnification.
8.1 LIABILITY - VENDOR WILL BE LIABLE AND RESPONSIBLE FOR ANY
AND ALL PROPERTY LOSS, PROPERTY DAMAGE, AND PERSONAL INJURY,
INCLUDING, BUT NOT LIMITED TO, DEATH, TO ANY AND ALL PERSONS, OF ANY
KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED
BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE, OR INTENTIONAL
MISCONDUCT OF VENDOR, ITS OFFICERS, REPRESENTATIVES, AGENTS,
SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS.
8.2 GENERAL INDEMNIFICATION - VENDOR HEREBY COVENANTS AND
AGREES TO INDEMNIFY, HOLD HARMLESS, AND DEFEND CITY, ITS OFFICERS,
AGENTS, REPRESENTATIVES, SERVANTS, AND EMPLOYEES, FROM AND AGAINST
ANY AND ALL CLAIMS OR LAWSUITS OF ANY KIND OR CHARACTER, WHETHER
REAL OR ASSERTED, FOR PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED
DAMAGE OR LOSS TO VENDOR'S BUSINESS AND ANY RESULTING LOST PROFITS)
AND PERSONAL INJURY, INCLUDING, BUT NOT LIMITED TO, DEATH, TO ANY AND
ALL PERSONS, ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, TO
THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS, MALFEASANCE,
OR INTENTIONAL MISCONDUCT OF VENDOR, ITS OFFICERS, AGENTS,
REPRSENTATIVES, 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 SOFTWARE OR DOCUMENTATION IN ACCORDANCE WITH THIS AGREEMENT,
IT BEING UNDERSTOOD THAT THIS AGREEMENT TO DEFEND, SETTLE, OR PAY
Document Ref: IHH9C-OFVL7-YSSMX-2PTNV Page 4 of 26
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 INTERESTS, 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: (A) PROCURE FOR CITY THE RIGHT TO CONTINUE TO
USE THE SOFTWARE AND/OR DOCUMENTATION; OR (B) MODIFY THE SOFTWARE
AND/OR DOCUMENTATION TO MAKE IT NON-INFRINGING, PROVIDED THAT SUCH
MODIFICATION DOES NOT MATERIALLY ADVERSELY AFFECT
CITY'S AUTHORIZED USE OF THE SOFTWARE AND/OR DOCUMENTATION; OR (C)
REPLACE THE SOFTWARE AND DOCUMENTATION WITH EQUALLY SUITABLE,
COMPATIBLE, AND FUNCTIONALLY EQUIVALENT NON-INFRINGING SOFTWARE
AND DOCUMENTATION AT NO ADDITIONAL CHARGE TO CITY; OR (D) IF NONE OF
THE FOREGOING ALTERNATIVES IS REASONABLY AVAILABLE TO VENDOR,
TERMINATE THIS AGREEMENT AND REFUND ALL AMOUNTS PAID TO VENDOR BY
CITY, SUBSEQUENT TO WHICH TERMINATION CITY MAY SEEK ANY AND ALL
REMEDIES AVAILABLE TO CITY UNDER LAW.
9.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 and assignee will be jointly liable for all obligations of Vendor under this Agreement prior
to the effective date of the assignment.
9.2 Subcontract. If City grants consent to a subcontract, the subcontractor will execute
a written agreement with Vendor referencing this Agreement under which subcontractor agrees to
be bound by the duties and obligations of Vendor under this Agreement as such duties and
obligations may apply. Vendor must provide City with a fully executed copy of any such
subcontract.
Document Ref: IHH9C-OFVL7-YSSMX-2PTNV Page 5 of 26
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 ineffect 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 ona combinedsinglelimit basis
Coverage will be on any vehicle used by Vendor, or its employees, agents, or
representatives in the course of providing Services under this Agreement. “Any
vehicle” will be any vehicle owned, hired, and non-owned.
(c) Workers’ Compensation:
Statutory limits according to the Texas Workers’ Compensation Act or any other
state workers’ compensation laws where the Services are being performed
Employers’liability
$100,000 - Bodily Injurybyaccident; each accident/occurrence
$100,000 -Bodily Injury by disease;each employee
$500,000 -Bodily Injury by disease;policy limit
(d) Professional Liability(Errors& Omissions): Applicable N/A
$1,000,000 - Each Claim Limit
$1,000,000 - AggregateLimit
Professional Liability coverage may be provided through an endorsement to the
Commercial General Liability (CGL) policy, or a separate policy specific to
Professional E&O. Either is acceptable if coverage meets all other requirements.
Coverage must be claims-made, and maintained for the duration of the contractual
agreement and for two (2) years following completion of services provided. An
annual certificate of insurance must be submitted to City to evidence coverage.
10.2 General Requirements
(a) The commercial general liability and automobile liability policies must
name City as an additional insured thereon, as its interests may appear. The term
City includes its employees, officers, officials, agents, and volunteers with respect
to the contracted services.
Document Ref: IHH9C-OFVL7-YSSMX-2PTNV Page 6 of 26
(b) The workers’ compensation policy must include a Waiver of Subrogation
(Right of Recovery) in favor of City.
(c)A minimum of thirty (30) days’ notice of cancellation or reduction in
limits of coverage must be provided to City. At least ten (10) days’ notice will be
acceptable in the event of cancellation due to non-payment of premium. Notice
must be sent to the Risk Manager, City of Fort Worth, 200 Texas Street, Fort
Worth, Texas 76102, with copies to the Fort Worth City Attorney at the address
below.
(d)The insurers for all policies must be licensed and/or approved to do
business in the State of Texas. All insurers must have a minimum rating of A- VII
in the current A.M. Best Key Rating Guide, or have reasonably equivalent financial
strength and solvency to the satisfaction of Risk Management. If the rating is
below that required, written approval of Risk Management is required.
(e)Any failure on the part of City to request required insurance
documentation will not constitute a waiver of the insurance requirement.
(f)Certificates of Insurance evidencing that Vendor has obtained all required
insurance will be delivered to the City prior to Vendor proceeding with any work
pursuant to this Agreement.
11.Compliance with Laws, Ordinances, Rules, and Regulations. Vendor agrees that in the
performance of its obligations hereunder, it will comply with all applicable federal, state, and local laws,
ordinances, rules, and regulations and that any work it produces in connection with this Agreement will
also comply with all applicable federal, state, and local laws, ordinances, rules, and regulations. If City
notifies Vendor of any violation of such laws, ordinances, rules, or regulations, Vendor must immediately
desist from and correct the violation.
12. Non-Discrimination Covenant. Vendor, for itself, its personal representatives, assigns,
contractors, subcontractors, and successors in interest, as part of the consideration herein, agrees that in the
performance of Vendor’s duties and obligations hereunder, it will not discriminate in the treatment or
employment of any individual or group of individuals on any basis prohibited by law. IF ANY CLAIM
ARISES FROM AN ALLEGED VIOLATION OF THIS NON-DISCRIMINATION COVENANT
BY VENDOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, CONTRACTORS,
SUBCONTRACTORS, OR SUCCESSORS IN INTEREST, VENDOR AGREES TO ASSUME
SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS
FROM SUCH CLAIM.
13. Notices. Notices required pursuant to the provisions of this Agreement will be
conclusively determined to have been delivered when (1) hand-delivered to the other party, its agents,
employees, servants or representatives, or (2) delivered by facsimile with electronic confirmation of the
transmission, or (3) received by the other party by United States Mail, registered, return receipt requested,
addressed as follows:
To CITY: To VENDOR:
City of Fort Worth Action Target
Attn: Assistant City Manager
100 Fort Worth Trail Scott Wright
3411 S. Mountain Vista Pkwy
Document Ref: IHH9C-OFVL7-YSSMX-2PTNV Page 7 of 26
Fort Worth, TX 76102
Facsimile: (817)392-8654
With a copy to Fort Worth City Attorney’s Office
at the same address
Provo, UT. 84606
801-705-9119
Facsimile: 801-377-8096
14. Solicitation of Employees. Neither City nor Vendor will, during the term of this
Agreement andadditionally for a periodof one year after its termination, solicit for employment or employ,
whether as employee or independent contractor, any person who is or has been employed by the other
during the term of this Agreement, without the prior written consent of the other party. Notwithstanding the
foregoing,this provision will not apply to an employee of either party whoresponds to a general solicitation
or 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.
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 Majeure.City and Vendor will exercise their best efforts to meet their respective
duties and obligations as set forth in this Agreement, but will not be held liable for any delay or omission
in performance due to force majeure or other causes beyond their reasonable control, including, but not
limited to, compliance with any law, ordinance, or regulation; acts of God; acts of the public enemy; fires;
strikes; lockouts; natural disasters; wars; riots; epidemics or pandemics; government action or inaction;
orders of government; material or labor restrictions by any governmental authority; transportation
problems; restraints or prohibitions by any court, board, department, commission, or agency of the United
States or of any state; civil disturbances; other national or regional emergencies; or any other similar cause
not enumerated herein but which is beyond the reasonable control of the party whose performance is
affected(collectively,“ForceMajeureEvent”).Theperformanceofanysuchobligationissuspendedduring
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 bythe City in its sole discretion. The notice required by this
section must be addressed and delivered in accordance the notice section of this Agreement.
20. Headings Not Controlling.Headings and titles used in this Agreement are for reference
purposes only, will not be deemed a part of this Agreement, and are not intendedtodefine orlimit the scope
of any provision of this Agreement.
Document Ref: IHH9C-OFVL7-YSSMX-2PTNV Page 8 of 26
21. Review of Counsel.The parties acknowledge that each party and its counsel have hadthe
opportunity to review and revise this Agreement and that the normal rule of contract construction to the
effect that any ambiguities are to be resolved against the drafting party will not be employed in the
interpretation of this Agreement.
22.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 executed by
an authorized representative of each party.
23. Entirety of Agreement. This Agreement contains the entire understanding and agreement
between City and Vendor, their assigns, and successors in interest as to the matters contained herein. Any
prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict
with any provision of this Agreement.
24.Counterparts. This Agreement may be executed in one or more counterparts, and each
counterpart will, for all purposes, be deemed an original, but all such counterparts will together constitute
one and the same instrument.
25. Warranty of Services. Vendor warrants that its services will be of a high quality and
conform to generally prevailing industry standards. City must give written notice of any breach of this
warranty within thirty (30) days from the date that the services are completed. In such event, at Vendor’s
option, Vendor will either (a) use commercially reasonable efforts to re-perform the services in a manner
that conforms with the warranty, or (b) refund the fees paid by City to Vendor for the nonconforming
services.
26.Immigration and Nationality 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 and establish appropriate procedures and
controls so that no services will be performed by any Vendor employee who is not legally eligible to
perform such services. VENDOR WILL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM
ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH
BY VENDOR, VENDOR’S EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, OR
AGENTS. City, upon written notice to Vendor, will have the right to immediately terminate this Agreement
for violations of this provision by Vendor.
27.Ownership of Work Product. City will be the sole and exclusive owner of all reports,
work papers, procedures, guides, and documentation created, published, displayed, or produced in
conjunction with the services provided under this Agreement (collectively, “Work Product”). Further, City
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.
Document Ref: IHH9C-OFVL7-YSSMX-2PTNV Page 9 of 26
28. 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.
29.Change in Company Name or Ownership. Vendor must notify City’s Purchasing
Manager in writing of a company name, ownership, or address change for the purpose of maintaining
updated City records. The president of Vendor or authorized official must sign the letter. A letter indicating
changes in a company name or ownership must be accompanied with supporting legal documentation such
as an updated W-9, documents filed with the state indicating such change, copy of the board of director’s
resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the
specified documentation may adversely impact invoice payments.
30.No 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 Israel”
and “company” have the meanings ascribed to those terms in Section 2271 of the Texas Government Code.
To the extent that Chapter 2271 of the Government Code is applicable to this Agreement, by signing this
Agreement Vendor certifies that Vendor’s signature provides written verification to the City that
Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the Agreement.
31.Prohibition on Boycotting Energy Companies. If Vendor has fewer than 10 employees
or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in
accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a
contract for goods or services unless the contract contains a written verification from the Vendor that it: (1)
does not boycott energy companies; and (2) will not boycott energy companies during the term of this
Agreement. The terms “boycott energy company” and “company” have the meanings ascribed to those
terms in Section 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government
Code is applicable to this Agreement, by signing this Agreement Vendor certifies that Vendor’s
signature provides written verification to the City that Vendor: (1) does not boycott energy
companies; and (2) will not boycott energy companies during the term of this Agreement.
32. Prohibition on Discrimination Against Firearm and Ammunition Industries. If
Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not
apply. Vendor acknowledges that in accordance with Chapter 2274 of the Texas Government Code, the
City is prohibited from entering into a contract for goods or services unless the contract contains a written
verification from the Vendor that it: (1) does not have a practice, policy, guidance, or directive that
discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the
term of the contract against a firearm entity or firearm trade association. The terms “discriminate,” “firearm
entity,” and “firearm trade association” have the meanings ascribed to those terms in Section 2274 of the
Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this
Agreement, by signing this Agreement Vendor certifies that Vendor’s signature provides written
verification to the City that Vendor: (1) does not have a practice, policy, guidance, or directive that
discriminates against a firearm entity or firearm trade association; and (2) will not discriminate
against a firearm entity or firearm trade association during the term of this Agreement.
33.Electronic Signatures. This Agreement may be executed by electronic signature, which
Document Ref: IHH9C-OFVL7-YSSMX-2PTNV Page 10 of 26
will be considered as an original signature for all purposes and have the same forceand effect as an original
signature. For these purposes, “electronic signature” means electronically scanned and transmitted versions
(e.g. via pdf file, email, or facsimile transmission) of an original signature, or signatures electronically
inserted via software such as Adobe Sign.
(signature page follows)
Document Ref: IHH9C-OFVL7-YSSMX-2PTNV Page 11 of 26
ACCEPTED AND AGREED:
CITY
CITY OF FORT WORTH
By:
Name: William Johnson
Title: Assistant City Manager
Date:
APPROVAL RECOMMENDED:
CONTRACTCOMPLIANCEMANAGER:
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.
Kathryn Agee
By:Kathryn Agee (Sep 18, 2025 09:05:15 CDT)
Name: Kathryn Agee
Title: Senior Management Analyst
By:
Name: Robert A. Alldredge, Jr.
Title: Assistant Chief
APPROVED AS TO FORM AND
LEGALITY:
ATTEST:By:
Name: Amarna Muhammad
Title: Assistant City Attorney
By:
Name: Jannette S. Goodall
Title: City Secretary
CONTRACT AUTHORIZATION:
M&C:NoneRequired
Date Approved: N/A
Form 1295 Certification No.: N/A
VENDOR:
ScottWright
CFO
2025-09-08
By:
Name:
Title:
Date:
ACTIONTARGET INC.
Document Ref: IHH9C-OFVL7-YSSMX-2PTNV Page 12 of 26
EXHIBIT A
SCOPE OF SERVICES
Scope of Services
Action Target, Inc. (“Vendor”) shall provide all labor,materials, equipment, supplies,and tools required
to repair weapons range equipment, located 511 W. Felix St., Fort Worth, TX 76115. Vendor shall
complete the work as specified and in compliance with all applicable federal, state, and local codes and
standards. Vendor must oversee and coordinate the entire repair project assigned. Vendor shall also be
responsible, at no additional cost for cleanup and disposal of all trash and construction debris generated
by the repair project, disposal of any existing items removed but not used in the new installation, and
repair of any damage caused by Vendor.
Repairs will be performed as needed at the following Weapons Range sites, 511 W. Felix St., Fort Worth,
TX 76115
RANGE YARDS NUMBER OF
FIRING POSITIONS
Range 1 50 40
Range 2 25 5
Range 3 25 30
Range 4 100 10
Services provided under this agreement shall include but not be limited to repair or replacement of like
item or item of similar purpose and like-and-kind replacement. No services will be performed under this
contract that impacts a structure, or require architectural or mechanical engineering, drawings, or plans.
Repair services shall be performed during normal business hours defined as Monday through Friday from
8:00 a.m. to 5:00 p.m. Emergency repair services shall be performed during times mutually agreed to by
the Fort Worth Police Department (FWPD) and Vendor.
Vendor shall not charge an overtime rate due to lack of available staff for services performed during non-
regular hours that could reasonably be completed during regular business hours. Labor charges will begin
no sooner than when the Vendor’s technicians sign in to the assigned City department and shall end no
later than when the technician signs out of the assigned City department. Labor charges shall be invoiced
to the nearest ¼ hour.
Vendor shall provide FWPD with a Supplier Point of Contact (SPOC) person upon execution of this
agreement. The SPOC shall be available Monday through Friday 8:00 a.m. to 5:00 p.m. Vendor shall
provide the office number, email address, and cell phone number for the SPOC. During times the SPOC
is unavailable (due to vacation, travel, etc.) the Vendor shall provide a designee for the SPOC. The
designee shall meet the same requirements as specified for the SPOC and shall have the same authority as
the SPOC.
Vendor shall notify the FWPD identified point of contact at work site with an estimated time of arrival
one (1) business day prior to beginning work at the City location, unless FWPD representative indicates
additional notification time at the time of request.
Document Ref: IHH9C-OFVL7-YSSMX-2PTNV Page 13 of 26
Vendor shall repair all target range equipment when requested so that they operateto the original
manufacturer’s performance specifications.
Vendor shall perform repair services on an as-needed basis for various target ranges when requested by
FWPD. Non-emergency repairs are defined as minor repairs that are needed, but not required, to keep
ranges functioning.
Vendor shall acknowledge receipt of repair requests within two (2) business hours by phone or email to
the FWPD representative.
Vendor shall provide a quote that clearly distinguishes the cost of parts and labor in writing or email
within one (1) business day for approval by FWPD representative in writing or email. Vendor shall not
begin performing services without a valid purchase order from the City.
Vendor shall complete non-emergency repairs within two (2) business days of the FWPD’s request or in a
timeframe mutually agreed upon by FWPD and Vendor.
Vendor shall provide a minimum one (1) year warranty against defects of materials, services, and
workmanship. Warranties shall be effective on the date of acceptance of the equipment or work by
FWPD.
Vendor shall be responsible for the immediate clean-up of work area and the removal of debris to broom
clean status. Cleaning of the work area shall be subject to FWPD representative’s inspection and
approval.
Vendor shall be responsible for damage done to property or equipment as a direct result of Vendor’s
actions. Should the Vendor and/or its employees cause any damage to City property, Vendor shall
immediately inform FWPD representative. Vendor shall make repairs or replacement to the satisfaction
of FWPD representative at no cost to the City. The City may, however, at its sole discretion, elect to
make repairs or replacements of damaged property and deduct the cost from any payments owed to
Vendor or to recover costs if no payments are owed.
Replacement Parts:
Vendor shall maintain an adequate inventory of replacement parts to ensure minimal down time during
the maintenance and repair. FWPD and Vendor can estimate an adequate parts inventory for repairs.
FWPD and Vendor will mutually agree on what an adequate parts inventory is based on the equipment in
use at FWPD locations.
All replacement parts shall be of the same or higher quality and of the same manufacturing design as the
parts being replaced. Replacement parts may be new or reconditioned to the original manufacturer’s
specifications. Vendor shall invoice all parts used for repair at the percentage discount of the parts and
supplies manufacturer’s suggested retail pricelist.
Document Ref: IHH9C-OFVL7-YSSMX-2PTNV Page 14 of 26
EXHIBIT B
PRICESCHEDULE
All quotations must be fully inclusive, with itemized breakdowns for repair/labor, parts, and shipping
costs. Each line item must clearlyidentifythese components. Once issued, Purchase Orders are final and
cannot be amended.
REPAIR/LABOR PRICING
Action Target, Inc. shall provide all necessary labor, materials (excluding parts), equipment, supplies, and
tools required to perform the services described in each pre-approved Purchase Order issued under this
Agreement. Compensation for such services shall be based either on a daily or hourly basis, as follows:
Daily Rate (FFP):$2,800.00 for a full eight (8) hour day, inclusive of one (1) qualified
technician on-site performing all agreed-upon repairs.
Hourly Rate:$350.00 per hour whentotal service time is less than eight (8) hours. Hourly
charges shall be invoiced in 15-minute (¼ hour) increments.
Multiple Technician Rate(two (2) technicians):$5,600.00 per day for a full eight (8) hour day,
or $700.00 per hour (billed in ¼ hour increments) for less than eight (8) hours of work.
These rates are all-inclusive and cover all labor, materials (excluding parts),equipment, supplies, travel,
per diem, overhead, and any other associated costs incurred by Action Target in the performance of the
Purchase Order.
All repair services under this Agreement shall be performed solely by Action Target personnel. The
FWPD shall not be responsible for providingany helpers, assistants, or labor to support or assist withthe
performance of the work. At no time shall FWPD personnel be requested or expected to assist in the
execution, handling, lifting, movement, or installation of any equipment, materials, or tools associated
with the repair services.
Authorization and Additional Work
ActionTarget shall not perform any additional work or cause the Fort Worth PoliceDepartment (FWPD)
to incur any additional costs without a second formal Purchase Order. No additional charges will be
accepted unless specifically authorized in advance through such a second Purchase Order.
If, during the course of repair work, additional repairs are identified or additional time is required, the
technicianshall immediately ceasework andcontact the designated FWPDrepresentative. Action Target
will then provide an additional written quote for the newly discovered repairs or the additional time
required. No further work will proceed until the FWPD issues a second Purchase Order authorizing the
additional services.
Cleanup and Site Responsibility
Document Ref: IHH9C-OFVL7-YSSMX-2PTNV Page 15 of 26
ActionTarget shall beresponsible—at noadditional cost—for:
The cleanup andremoval of all trash andconstructiondebris generated bythe repair project.
Proper disposal of all broken or replaced items.
The repair of any secondarydamage causedby ActionTarget personnel during the course of
work.
Repair Standard Operating Procedures
1.RepairNeed Identified:FWPD identifies anddetermines theneedfor repair services.
2.Quote Request:FWPD contacts Action Target torequest a quotefor the requiredrepairs.
3.Quote Provided: Action Target shall provide a written quote, including all parts, labor, and
shippingby email or otherwise, within one (1) business day, clearly distinguishing between the
cost of parts, labor and shipping.
4.Quote Review:FWPC reviews the quote to ensure accuracyand compliance withthe terms of
this Agreement.
5.PurchaseOrderIssued:Upon approval, FWPDissues a funded PurchaseOrder to Action
Target.
ActionTarget shall not begin work without a valid Purchase Order.
6.Scheduling:Action Target shall contact the FWPD representative to schedule the repairs. Action
Target shall provide a Supplier Point of Contact (SPOC) for the technician scheduled to do the
work.
o Normal Hours:Mondaythrough Friday, 8:00 a.m.to5:00 p.m.
o Emergency Services:Shall be performedat mutuallyagreedtimes between Action
Target and the FWPD.
7.Repair Execution:ActionTarget performstherepairsper the scopein the Purchase Order.
o If additional repairs are discovered, the technicianshall stop work and followthe process
described above for authorization.
8.Completion & Sign-Off:Upon completion of repairs, FWPD shall confirm workis complete via
written sign-off.
9.Invoicing:Action Target shall submit final invoices throughthe FWPD’s designatedpayment
system.
Document Ref: IHH9C-OFVL7-YSSMX-2PTNV Page 16 of 26
PARTSPRICING
Document Ref: IHH9C-OFVL7-YSSMX-2PTNV Page 17 of 26
Document Ref: IHH9C-OFVL7-YSSMX-2PTNV Page 18 of 26
Document Ref: IHH9C-OFVL7-YSSMX-2PTNV Page 19 of 26
Document Ref: IHH9C-OFVL7-YSSMX-2PTNV Page 20 of 26
Document Ref: IHH9C-OFVL7-YSSMX-2PTNV Page 21 of 26
Document Ref: IHH9C-OFVL7-YSSMX-2PTNV Page 22 of 26
Document Ref: IHH9C-OFVL7-YSSMX-2PTNV Page 23 of 26
Document Ref: IHH9C-OFVL7-YSSMX-2PTNV Page 24 of 26
Document Ref: IHH9C-OFVL7-YSSMX-2PTNV Page 25 of 26
Quotation 152169
Page 10
1 Screw Conve fir Discharge Hose Clam, .............................................................................. 2.50
Screw Con e or Discharge Hose Chlm)) .......................................................................... 14.93
Screw Conve or Discharge Close Toleranee Screw 5 331.93
Screw Conl\le or Discharge Trough Co,,cr 299.36
Screw Conveyor Trough Co"er Clamps ........................................................................... 55.9]
Screw Conl\le or Discharge Trough Uppe,·
crew Conveyor Screw 118''
J,621.68
841.54
crew Conveyor Screw 71'' ............................................................................................. 577.53
Screw Conveyor Starter Bex for .230/208 2.556.72
1 Screw Conveyor Trough .................................................................................................. 852.68
I Screw Conveyor End Plate (Motor) ................................................................................ 232.36
I Screw Conveyor Hanger WI Top Bar ............................................................................. 204.2]
I This is not an all inclusive Jistt there maybe othe·r parts needed not on.this list. • ome parts
on tlris list ma: become obsolete - ith no available replaeement ........................................ 0.00
Total 116,773.98
Pa ment Terms:
Net 30
Sldpping Terms:
Delivered
llastalladon Terms:
NI
Term aud Co11ditio11s:
You must refer nee the Order Number abov 011 ym1r purchase order to secure best price. Action Target
Document Ref: IHH9C-OFVL7-YSSMX-2PTNV Page 26 of 26
REF. NUMBER
IHH9C-OFVL7-YSSMX-2PTNV
DOCUMENT COMPLETED BY ALL PARTIES ON
08 SEP 2025 20:09:00 UTC
SIGNER TIMESTAMP SIGNATURE
SCOTTWRIGHT
EMAIL
SWRIGHT@ACTIONTARGET.COM
SENT
08 SEP 2025 20:00:57 UTC
VIEWED
08 SEP 2025 20:08:48 UTC
SIGNED
08 SEP 2025 20:09:00 UTC
IP ADDRESS
69.169.181.237
LOCATION
PROVO, UNITED STATES
RECIPIENT VERIFICATION
EMAIL VERIFIED
08 SEP 2025 20:08:48 UTC
Signedwith PandaDoc PAGE1 OF 1
Signature:
Email:Kathryn.Agee@fortworthtexas.gov
Signature:
Email:William.Johnson@fortworthtexas.gov
Signature:
Email:jannette.goodall@fortworthtexas.gov