HomeMy WebLinkAboutContract 6412864128 City Secretary Contract No. ____ _
FORT WORTH®
VENDOR SERVICES AGREEMENT
This VENDOR SERVICES AGREEMENT ("Agreement") is made and entered into by and
between the CITY OF FORT WORTH ("City"), a Texas home rule municipal corporation and DBT
TRANSPORTATION SERVICES LLC ("Vendor"), a Texas corporation, each individually referred to
as a "party" and collectively referred to as the "parties."
AGREEMENT DOCUMENTS:
The Agreement documents shall include the following:
I.This Vendor Services Agreement;
2.Exhibit A-Scope of Services;
3.Exhibit B -Price Schedule; and
4.Exhibit C -Verification of Signature Authority Form.
Exhibits A, B and C, which are attached hereto and incorporated herein, are made a part of this Agreement
for all purposes. In the event of any conflict between the terms and conditions of Exhibits A, B or C and
the terms and conditions set fo11h in the body of this Agreement, the terms and conditions of this Agreement
shall control.
1.Scope of Services. Inspection and maintenance for the Spinks Airp011 air traffic control
tower. Exhibit "A," -Scope of Services more specifically describes the services to be provided hereunder.
2.I.fil:m. This Agreement shall begin on October O I, 2025 ("Effective Date") and shall
expire one year after ("Expiration Date"), unless terminated earlier in accordance with this Agreement
("Initial Term"). City shall have the option, in its sole discretion, to renew this Agreement under the same
terms and conditions, for up to four (4) one-year renewal options.
3.Compensation. City shall pay Vendor an amount not to exceed fifty thousand dollars and
zero cents ($50,000.00) in accordance with the provisions of this Agreement and Exhibit "B," Payment
Schedule, which is attached hereto and incorporated herein for all purposes. Vendor shall not perform any
additional services for the City not specified by this Agreement unless the City requests and approves in
writing the additional costs for such services. City shall not be liable for any additional expenses of Vendor
not specified by this Agreement unless City first approves such expenses in writing. City agrees to pay all
invoices of Vendor within thirty (30) days of receipt of such invoice.
4.Termination.
4.1. Written Notice. City or Vendor may terminate this Agreement at any time and for
any reason by providing the other pai1y with 30 days' written notice of termination.
Vendor Services Agreement Page I of 14
�3.2 No��-app�•opriatia�t of Funds. In the event no fi�nds or insufficient fi�nds are
apprap�•iated by Ci4y in an}� fis�al pet'iod fo�' any pay�nents due here�2nde��, City will notify Vendor
of s��cli occw•re�ce and this Agreement sha[I ternfinate o�� tt�e Iast day of ti�e fiscal pe�•iad fo�• �vhicl�
app�•opriations �vere received witl�out �enalty o�' expense to City of ar�y kind wl�atsoever, e�cept as
ta the portions oftEte payments ]�erei�� agreed upon for tivt�icl� fui�ds laav� been apprnpriated.
43 Duties and Obli ations of the Pat•ties. In t�le evei�t ti�at tlais A�ree�nent is
terminated prio�• ta tl�e Expiratio� Date, City sf�all pay Vendo�' foc ser�ices actually ret�i�ered u� to
tl�e effective date of termination and VeiZc�or shall conti�x�e to p�•ovide City witE� seivices �'eqt�ested
by City and in accordance �vith this Agt•eetnent �ip to the effective date af ter3nination. Upon
te�'minakion of this Agreernent for any reason, Vendor shall pro�ide City witli copies of al1
co�tipleted ot' partialiy conipleted dactiments preparee3 ur3der this Agreen�ent. Ii� the eve�zt Vendar
has received access to City Inforination o�• data as a rec�uiren�ent to perfor�n services he�•eunde�•,
Vendor sifall return all City provided data to City in a machine-r•eadab3e farmat a�• ot��er fof•mat
deen�ed acceptabie to City.
5. Disclosure of Conflicts aqd Cor�tidential Informatio��.
5,1 Disclosure of Gonflicts. Vendor hereby �varrants to City that Vendor has
�iade fiill disclosure in writing of any existittg o�' potential conflicts of interest related to Vendor's
services t�ncfe►• tl�is Agree�nent. In tlfe event that any cor�flicts of ir�te�•est aris� afcer tl�e �ffective
Date of this Agreement, Vendor hereby agrees ix�ar��ediately to �nake fiill disclosure to City in
writing.
5.2 Co�fiidential Ir�faE•mation. Vendor, for itself and its officet•s, agents and ei��ployees,
agrees that it sl�all treat al[ infor�nation pt•ovided to it by City ("City Infar�nation") as confidet�tial
and shalI not disciase any sucft information to a thi�•d party ��ithaut tf�e prior �vrikten approval of
City.
5.3 Public Inforitlation Act. City is a govern�nent entity undei• t(ie la�vs of the State of
Texas a��d al! doctunents held or ���aintained by City are sub�ect to disclos�n•e unde�•tl�e Te�as Public
Infar�natiot� Act. Ir� tEte event the��e is a i�eguest far infori�lation i��a��ked Canfidentiat or Propeietary,
Ciky slfall p�•o�nptly notify Seller. It �vill be tl�e responsi6i[ity of Sei3er ta submit reasons ohjecting
to c�isclast�re. A dete�•�t�inatio� on ��l�ether sucl� reasons are sufficient �vill not be decided by City,
b��t by the Office of t��e Attot'n�y Genera[ of the State of Te�as or• by a coi�rt of co�npetent
ju��isdiction.
53 Ui�authorizett Access. Vendo�' sla�lt store and rnaintai�t City Inforinat[on in a secui�e
n�annet• and sl�ail not allo« ��nautho��ized ��sers to access, cnodify, delete na• otE�er�yise corr�ipt City
Infortnation in any way, Vendor shall notify City imit►ediately if tlt� sec��rity or ir�tegrity af atry
City Inforn�ation I�as been compromised or is believecf to have been coxnp�•o�nised, in whicl� event,
Vendo�� shall, i�� good faith, use all commercially reasonabie efforts to caaperate �vith City in
icEentifying ��l�at iiiformation has been accessed by ui�a«tl�orized �neans and shall fufly cooperate
«ith City to protect stich City It�farmation fi•om fiirther t�nautho�•ized disclosure.
G. Rig,l�t to Audit. Vendor agrees that City shall, until the expiratio�f of tl�ree (3) years aftet•
final pay��iei�t t�nder tl�is Agreett�ettt, or tlt� final conctusion of any audit cor����ienced during tE�e said tl�eee
years, 1�ave access to and t�te �'igl�t to e�amine at reasonable ti�nes any directly pe�•tir�er�t l�ooks, documents,
papers and records, including, bttt not littt[t�d to, a[I electronic records, of Vendor involving transactio�is
relatitig to this Agreement at ��a additional cost #o City. Verador agrees t�tat City sIiall ]�ave access during
VendoR• Se�vices Agreentent Page 2 of 14
normal working llou►•s to all necessary Vet�dot' facilities and shall be provided adeq��ate and app��opriate
wark space in orde�• to cond��ct audits i�f compliance tvit}a tite p�•ovisio��s of this s�etion. City sl�all give
Vendor reasonable advance notice of intended at�dits.
7. Indene�ide�it Contractor. It is express[y �Ende�•stood and agreed that Vendar shall operate
as an i�tdependent contractor as to all rigiits and privileges and �yo�•k �et•%r�ned under this Agree��ie��t, and
not as agent, rep��esentative or employee of City. Subject ta and in accordance �vith tlfe co�fditions and
provisions of t13is Agree���ent, Ve��dar slaall have tl�e exclt�sive rigl�t to co��trol the details of its operations
and act[vities and be solely responsible fot• tl�e acts and omissions of its officers, agents, servants,
en�playees, Ver�dot•s aT�d s��b-Vendors. Vendor ackno�vledges that the docteine af resporarleat si�perlor sf�all
��ot apply as bet�veen City, its office��s, agents, se�•vants ai�d en�ptoyees, and Ver�dor, its office�•s, agents,
e�nployees, servants, Veradars and s��b-Vendors. Vendor fi�i�fher agrees that nothing 33e�•ein st�all be
construed as the creation oi a partnership or joint e�iterp��ise behveen Ci#y and Vendo�•. It is fuE•ther
ut�de�•stood that City shall in E�o �vay bs considered a Co-employer or a Joint empioyer af Vendor or a�ry
offtcers, agents, secvan�s, einployees ot' sub Venc�or of Vendor. Neither VeE�doe, nor any officers, agenEs,
servants, e�nployees o�• suh-VendoE' of Ve�tdor shal] be entitled to a�ry employ�nent 6enefits fro�n City.
Vendor s�ial] be responsihle a��d liahle fo3' any and all paynaer�t and repo��tiitg of taxes on behalf of itse[f,
and any of its officers, agents, ser�aifts, entployees oa' stib-Vendor.
Liability s�nd Inde�nnificatian.
8. i LIABILITY- VENDOR SHALL BE Ll"ABLEAND RESPONSII3LE FORANY
AND ALL PROPERTY IOSS, PROPERTY DAMAGE AND/OR PERSONAL XNJURY,
INCLUDING DEATH, TO ANY AND AI.I. PERSONS, OF ANY KIND OR CHARACTER,
T�'HETHER REAL OR ASS�RTED, TO THE EXTENT CAUSED BY THE NEGLIGENT
ACT(S) OR OMISSION(S), MAL�'EASANCE OR INTENTIONAL MISCONDUCT OF
VENDOR, IT,4 OFFICERS, AGENT.S, SERVANTS OR EMPLOYEES. VENDOR i�'ILI,
1'MDEMNIFY UP TO IN,SURANCE POLICYLIMITS.
8.2 GENERAL IIYDEMNIFICATION - VENDOR HEREBY COVENANTS AND
AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS,
AGENTS, SERVAN�SAND EMPLDYEES, FROMANDAGAINSTANYANDALL CLAIMS
OR LA r�'SUITS OFANYKIND Ol� CHARACTER, j3�HETHER REAL OR ASS�RTED, FOR
EITHER PROPERTX DAMAGE OR LOSS AND/OR PERSONAL WJURY, INCLUDING
DEATH, TO ANY AND ALL PERS4NS, ARISING OUT OF OR IN CONNECTION i�ITH
THIS AGREEMENT, TD THE EXTENT CAUSED I3Y THE NEGLIGENT ACTS OR
OMISSIDNS Dlt MALFEAS'ANCE QF VENDOR, ITS OFFICERS, AGENTS, SERVANTS
OR EMPLOYEE�'. VENDOR if'ILL IMDEMNIFY UP T4 INSURANCE POLICY LIMITS.
8.3 INTELLECTUAL PROPERTY 1NDEMNl'F1'CATI�N — Ver�cior agr•ees to
c�efend, settle, or pay, at its own cost and ex�e�ise, any claim or action agai��st City fa�'
infi�ingement of any �ate��t, copyrigl�t, trade m�rlt, t��ade sea�et, or similar prope��ty rig�it
na•isia�g froni Ciiy's itse of tlie software and/or ciocun�entatian in accord��ice ��iti� this
A��•eenient, it being undersiooc� tl�at tliis agreerne�it to defend, settle or p�y shTll not xpply if
City modi�es oa• �nisuses the softwaa•e and/or dacume�itatian. So Iong ns Vendor bears the
cost and expense of �aynienf for claims or �ctions against City pursitant io this section,
Vendor sl�all l�a�ve tlie �•ig1�t to canducf t��e defense o#' any such cl�im o�• �ction ��ic� all
negotiations fa�� its settlement o�• �ontpromise ancl to settle or cam��•omise any suc�i claini;
ltowever, City shall l�ave Ylie ri�l►t to ftiliy paa•ticip�te in aqy �nd all sueli settiement,
negotiations, or• lav��s��3t as rfecessaay to �a•oteet City's inte�•est, �nd City a�rees io cooperate
Vendar Services Agreement Page 3 of 14
with Vendor in doing so, In tl�e event Cit,y, �oa• wltateve�� �•easo��, assi�mes tl�e �•esportsibili(y
for payment of casts and expenses fo�• any� claim ot• aefion ba•o��ght Agai�tsi City for•
infri�igement arising i�nder this Agreemetit, City sl�ali have the sole riglit to conclt�ct t�ie
defense of any sucli clain� ar nction and all negatiatio��s for its setilement oX• co�nprornise and
to settle or co�npromise any such claim; iiowever, Ven�lor sl�ali f��lly �artici�afe and
�no�e�•afe fvith City in defense of si�ct� clain� or action. City agrees ta give Ve��dor timeIy
fvritten �iotice of any si�cli claim or action, with copies of ali ��per•s City ma�� recei��e relafing
tl�eretQ. Notr��itlasi�nding the foregoing, City's assumption of paymeait of cosfs a�• expe��ses
sl►ali not elirninate Vendor's duty to inde�nniiy City uncle;� ti�is Agreement. If the sofn���re
anci/or doti�ntent�Eion or �ny �art tl�e�•eaf is I�elci to infringe �nd the �ise tl�ereof is enjoi��ed
or t•est�•aine[1 or, if �s a��esi�lt of a settle���ent ar compromise, sucl� use is �naterially adversely
restricted, Ver�cloa• slt�ll, at its ow�� ea�e��se ancl as City's sole �•emeciy, eitlyer: (a} procure for
Cit�� tl�e riglit to eontinise to iase tl�e sofhi��re and/or d�ci�meniation; oc• (6) modify t�ie
softwar� a�icl/or dacr��iientatiun to n�s�tce it non-inf�•inging, providec� tl�af sitcii ��iodification
cloes nof mater•ially ae�verseky ��fect City's autl�orizecl ��se af tlie sofhv�re andlo�-
documentntion; or (c) replaee tiie softr��a��e �ncl/oa• documentatian witl� eqiially s��it�ble,
compatible, and it�nctiqnally eqi�iv7le�tt ato�t-infa•iaaging softw���e and/ar docun�entatioi� at no
additional clf�rge to City; or (d} if nane o�'tl�e iforegoin� alte��natives is reasonabl3� av�ilable
to Vendor terminate tl�is Agree�ue��t, ant� refunci all antounts paid to Vendo�• by Cit��,
subseqiient to whicii termination City �nay seek an�� anc� all ren�etiies available to City uy�cle�•
I;�w. Venclo�� �►=ill indemnify up to i��st�rauee polic�� litt�its.
9. Assi�nmeni ancl Subcontrflcti�i�.
9.1 Assi n�g nent• Vendo�• shall not assign or sf�bcor3tract any of its duties, obligatior�s
oE' rigl�ts tinder this Agreernent �vithot�t t}�e prio�• ���•itten consent of City. If City grants consent to
ata assignme��t, t1�e assignee shall execute a��rritten agreei�lent �vitli City and Vendor unde�• �vi�idz
tl�e assignee agrees to be bo��nd by the d�ities and obligations of Vendor fEnder this Agree�ne��t.
Ver�dor a��d Ass�gnee shall be jointly liable for ai[ abligatior�s of Ve��dor ��nder this AgreeEnent
priot' to tfte effecti�e date of ttie assign�nent.
9.2 Sttbcoxatract. If Cit�� g�'ants colisent to a suhcontract, st�b Vendor• shall exectEte a
�y�•itte�f ag�•eenaent �vith VendoE- ��efere�icii�g this Agree»�ent unde�• �vhich suh Vendor shall agree to
be ba�md by tlze duties and obligatiotts of Vendo�' uncier tl�is Ag��ee���ent as sueh duties and
obligations may ap�ly. Vendor shall p�'ovicfe City witlt a fi�lly executed copy of any s�ich
si�hcontract.
10. I��su��a��ce. Ve3�do�• shal[ p3•avide City �vikh ce��ificate(s} of ittstirattce docsianetfting
�olicies of tl�e follo�ving types and niini�num coverage li�nits that are to be ir� effect prior ta co»��nencen�ent
of any work pu��s��ant to this Agreenlent:
10.1 Covera�e and Limits
(a) Comri�ercial Ge�feral Liability:
$1,000,000 - Eac13 Occurrence
$2,000,000 - Agg�•egate
(b) Autamobile Liability:
Vendor Services Agreement Page 4 of 14
$1,000,000 - Each acctu�re��ce o� a co»�bined single liEnit basis
Cove�•age shalf be o►� ar�y velaicle used by VendoE•, its e�nplayees, age��ts,
rep�•esentatives it� th� cot�rse of praviding se�vices under tf�is Agree�nent. "Ai�y
vel�icle" shall be a�f}r vel�icle o�vned, 3tired and non-o���►ed.
(c) Worker's Co��iper�satiart:
Stattttory limits according #o ti�e Texas Worke�•s' Compensation Act or any otl�er
state workers' cotnpensation laws ��here the ��o�•k is being performed
En�ploye�•s' liability
$]00,000 - Bodily Injt�ry by accident; each accident/occuri•ence
$ I00,000 - Bodily Inj��ry by disease; each ernployee
$500,000 - Bodily [njary by disease; policy ]imit
(ci) Professional Liability (Errors & Omissians):
$1,000,000 - Each Claim Limit
$1,000,000 - Aggregate Lifnit
Professianal Liabilaty cove��ag� �n�ay be pz�ovided t�trnugl� an erjdnrse�nent to tl�e
Carnmercial Gene�•al I,iability {CGL) policy, or a separate policy specific to
Professional E&4. �itl�e�• is acc$ptable if cave�•age �a�eets aIl oti�e�• �•eq��i�•ecnents.
Covei•age shall be claims-3nade, and tnai�ftaii�ed foj• the dircation of tl�e cont�•actt�al
agreement and fa�• t�i�o (2) years following completian of services pravided. An
annt�al certificate of i��surance shall be st�bmitted to City to evic3e�fca coverage.
10.2 GeEteeal Require�ne��ts
(a) The commercial general liability �r�d at�to�nabile iiabiiity poticies shall
naane City as an additio��al ins�ired t1�eE•eon, �s its interests ���ay appear. The ter�n
City shall include its employees, officers, officials, agents, and vol�mteers in
respect to the contracted services.
{b) Tl�e wo�-ke��s' compe��sation pol�cy shall inclt�de a Vdaiver of Subragation
{F�igitt of Recovery) in favor of City.
(c} A t��itti�t�uin of T��►irty (30) days' notice of cancellation or ��eds�ctio� in
Iimits of coverage sliall be provided ta City. Ten (10} days' c�otice shall be
acceptable iif the evee�t of tfon-payn�e�ft af �j•emit�m. Notice slfall be sent to the
Risk Manager, City of Po�•t Worth, 200 Te�as Street, Fot•t Wortl�, Teyas 76102,
with copi�s to tEle Fart Worth Ci#y �ttoi•ney at the sa���e address.
(d} Tl�e ir�si�rers for alE policies �nust be licei�sed anc�/or appro�ed to do
busi��ess i�� the State of Texas. All ins�i�•ers must have a cr�i��imfim rati��g of A- VII
in tE�e cur��ent A.M. Best Key Rating Gt�ic3e, or �iave reasonably equivale�t financial
stt�ength and solvency to tl�e satisfaction af Risk Ma��agemenf. If tl�e rating is
belo�v that requii�ed, written approval of Risk Mar�age�nent is rec�uired.
Vendor Services Agree�t�ent Page 5 of 14
{e} Any fail��re on the pari of City to rec�i�est i�eqt�ired insurance
docu�nentation sl�al! not co��stit�ite a�vaiver of the insura»ce reqt�iren�ent.
(f} Cer•tificates of Ins�i�•ance evidencing that Vendor has obtained aii rec�uiE�ed
inst�rance shall be delivered to il�e City prior to Ve��dor proceeding �vitl� any ��o�•k
pursuant to this Agreer��e�ft.
11, Com liante rvith L�ws Ordi��ances Rules and Re i�l�tions. Vendar agrees that in the
perfor�nance of its abligations }ie��e�uadez-, it st�ali coinply tivitl� ati applicable federal, state and lacal la�vs,
ordinances, rtiles and reg�ilations and tlaat �ny «�or�: it gE•od��ces in connection «�itl� tiiis Ag�•eement �vill also
co�npiy �vitlj alt applicable fedet'al, state and iocal la�vs, a�•dina��ces, �•ulas aE�d 1•egtriations. If CiYy notifies
Vendor of aE�y �iolation of such la«s, o�'dinances, rules or �•egufations, Ve«dor shail i�n�nediately desist
fi•om and correct the violation.
12. Non-Diserimination Co�enant. Ve��dor, for itself, its personai representatives, assigns,
subVendors and successors in interest, as part of tl�e consideration herein, agrees that in ti�e perforinance
of Ve�do��'s d�tties a�id obligatians he�•e�ande�•, it sliall not discriminate in tlfe treatment or employ�i�e�it of
any individ�3a1 or gi•oup of individE�als on any basis prohibited by ]a�v. IF ANY CLAIM ARISES �ROM
AN ALL�GED VIOLATION OF THIS NON-DISCRIMINATION COVENANT BY VENDOR, ITS
PERSONAL R�PR�SENTATIVES, ASSIGNS, SUBVENDORSS OR SUCCESSORS IN
INTER�ST, VENDOR AGR��S TO ASSUME SUCH LIABILITY AND TO IND�MNIFY AND
DEFEND CITY AND HOLD CITY HARML�S,S FROM SUCH CLAIM.
13. Notiees. Notices rec�uired p��rsuant to tl�e p��ovisions of titis AgreeRttettt sltall be
conclusively determi��ed to have been delive��ed ���he�� (1) hand-delivei�ed to the otiter party, its agents,
einploye�s, servants or rep�'esentatives, {2) received by the otl�er garty by Uttited States Mail, c•egistea•ed,
rett�rn receipt �•ec�uasted, add�•essed as folln�vs:
To CITY:
City of Fort Wo�•th
Attn: Assistant City Manager for Aviatian
100 Port Wa�tlf Tr•ail
Fo��t Worth, TX 76102
To VENDOR:
DBT T�•ansportation Services LLC
Attn: Nick Haines, CEO
1500 CityWest B1vd, Si�ite 550
Ho�iston, TX 77042
With copy to �'ort Worth City A#tort�ey's Office at
san�e adda�ess
1�. Solicitation of �i�iplo_Yees. Neither City nor Vendo�• shali, during tlie teE•m of tl�is
Agreeinent and additionally for a pe�•iod oione yea�• �fteE• its terminatior�, solicit for ernplayment o�• e�nploy,
wltether as emplayee oE• indepe��dent cantractor, any person �vho is o�• has been e»�ployed by the other
dt►ring the te�•tn af this Ag��eement, �vitliaut tl�e prior �v��itten consent of the person's empfoyer.
Nohvithstanding the fo��egoing, this provision sha11 not apply to an emptoyee of eitl-►er pa��ty who responds
to a gen�ral solicitation of advertise�nent of employi�ient by either party.
! 5. Govera�n�ez�tal Pawe��s. It is undet•stood and agreed that hy execution of tlfis Agreeinent,
City daes not �vaive or sur�•ender any of its govec•n�nantal po�vers or i�nmEEnities,
Vendar Services Agree���ent Page 6 of 14
1G. No Waivez�. The faili�re of City or Vendor to i��sist ��pon the perfa����iance of any tea•itt or
p�•o�ision oftitis Ag,�'�eit�ent o�'to e�eR�cise any rigl3t granted herein shall not cottstit��te a�vaive�' of City's or
Vel�dor's r•espective rigl�t to insist upon appropriate pe�•fo�•�a�ance or tn assec•t a�ry sc�ch right on any fut��re
accasian.
I7. Gavernin� La►v / Ven�►e. Tlfis Agreement sE�all be construed in accordance �vitli tl�e laws
of the Stafe of TeYas. If a�iy action, �vE�ethe�• rea[ or assea�ted, at la�v o�• i�i eqr�ity, is braught p�n•stiant to this
Agree�nent, venue fo�• such actio�� shall !ie in skate couE•fs ]oeated in Tarrant County, Texas or the United
States Dist�•ict CourE for tl�e NortEtern District of Texas, Fo�•t Worth Divisio��.
]8. Severability. If any provision of tl�is Ag�•ee�nent is l�eld tQ be iiivalid, iltegal or
«»enfa��ceabie, the validity, legality and enforceability of the �•e»�aining provisions sl�all not in any Gvay be
affected o3� in�paieed.
19, Fo�•ee Maieure. Ci#y and Ve��dac shall exercise tl�eiE� best effoi�s to �neet #heir respective
d��ties and a6ligations as set fo��th in tl�is Ag��eement, btrt shall not be I�eld liable for• any delay or oEnissior�
it� perfo�'�nance d��e to fo��ce majeure or otlter causes beyond titeir ��easonable control, including, but not
limited to, ca�npliance �vith any govermnent law, o��c�inance or ��egulation, acts of God, acts of tl-►e psiblic
ettetray, fires, st��ikes, lockouts, natural disasteis, «ars, riots, �nate��ia[ or labor restrictions by any
gavern�nental aiEtl�ority, transpoi-�atiott probletns andb�' arty atlter similar causes.
20. Heaciin�s not Conta•nlli���. Headings ai�d titles used in t13is Aga•ee���ei�t are for refe�•ence
p�uposes a�fly, sl�all not be dee�ned a pac•t oi ti�is Ag�•ee�neift, and a�•e not i��tended ta define ar li�nit tl�e
scape of a»y provision af this Ag�•eement.
21, Reviery of Cot►t�sel. The parties ackna��ledge that eac3� party and its co��nsel f�a�e
re�ie«ed and revised tlfis �greeme��t a��d tf�at the no�•n�at ruies of construction ta the effect tl�at any
ambiguities a�•e to be resolved against the drafting party sha11 not be employed in ttle inte�•pretatiot� of tl�is
Agreeme�ft or E�I�ibiks A, B, ancl C.
22. Amendme��ts / Maclifieations 1 Extensions. No a�neiidme►�t, �i�odification, ar e:ctension
of this Agreement slial] be binding upon a pa��ty hereta unless set fae�tkl in a wi•itten inst�•uitiertt, «liicl� is
exect�ted by an autl�o�•ized �•epE•ese��tative of eaci� pae�ty.
23. E��tiretv of A�reement. Tl�is Agree�nent, inclE�c�ing E�hibits A, B and C, caittai�ts tlae
etttiz'� u�tderstanding and ag��ee�nent bet«�een City ar�d VeE�c�or, their assigns and successot's in interest, as
to the �natters contained fierei�f. Any prio�� oi� co3�temporaneous oral or �vritten agreer��ent is Itea'eby cteclared
rtull and void to the eatent in conflict with any provision of tl�is Agreer�tent.
24. Co��nternarts. Tl�is Agreement n�ay be ex�cuted in one oa� r��o��e co�interpat�ls and eacl�
co�n�terpart sl�ali, %�• ali purpose.s, he deei��ed an o�•iginal, but all such counterparls sha[! tvgether constit��te
one ai�d it�e same instrt��nent.
25. Warrantv of Services. VeE�do�• �varrants that its services �vill be of a higii q€�ality and
confo�•m to generalfy prevailing indE�stEy stand�rds. City must give 4vritten notice of any hreacl� of this
i�arranty within thirty (34) da3rs fi•o�n the date tl�at the se�vices are completed. In such eveEit, at Ve�uior's
optia��, Ve�iclor sl�all eitiler (aj use co�n��iercialiy reasonable effo��ts to re-perform the sej��ices in a manner
that canfor3ns �vitl� tiie �varranty, or (6} refi�nd tE�e fees paid by City #o Vendor for the nonconfor�ning
seivices.
Ve��dor Services Agree�ne�it P�ge 7 of 14
26. In�mi����finn Natiarialitv Act, Ve��dac• shall verify tl�e identity and emplay�neift eiigibility
of its en�ployees �vho perforjn ��ork i�nder tE�is Agi•eement, including campleting the En��loyment
Eligibility Verification For�ii (I-9). Upon �•eqt�est by City, Venda�• sha[I provide City �vitl� copies of all I-9
for�ns and supporting eligibi]ity docti�nentation for each employee who perfo�•�ns ��ror�: ��ndeE• this
Agreement. Vendor sliall adhe►•e to alI Federa[ and State taws as well as establisli appropriate procedures
and controis so tl�at 3io services �vilE be perfa�•med by ai�y Vendo�• employee �vlia is r�at legally eligible to
perforin such ser�ices. VENDOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS
FROM ANY P�NALTI�S, LIABILITIES, UR LOSSES DU� TO VIOLATIONS OI' THIS
PARAGRAPH BY VENDOR, V�NDOR'S �MPLOYEES, SUBCONTRACTORS, AGENTS, OR
LICENSEES. City, t�pon ���ritten notice to Venc�o��, shall have the r�gl�t to im�nediately teri��inate tltis
Agreettt�itt for violations of tl�is p��o�ision by Vendor.
27. Orvner•sltiaa o�' Waz�l� Product. City sltall be t1�e sole and excii�sive o�vtter of all �'eparts,
�vo�•k pape�•s, p�•oced��i•es, g��ides, aifd doc����ientation, c�•eated, pt�blis}�ed, displayed, �ndlor p�•od��cecE in
conjt�nctia� �vith tl�e services }�a'ovided unde�' tltis Agreement (collecti��ely, "Work Product"). FiErtl�e�•, City
shall be tl�e sole and exclt�si�e o�vner af all copy►'�g3tt, patent, tc•ade�na�•k, t�•ade see�•et and athe�� proprietaiy
rigl�ts ir� and to ti�e Work Prod��ct. Ownership of the Wark Praduct shall i�itire ta tlfe bel�efit of City fi•om
tl�e date of conceptio3�, creatian ot• fixat�a�f of H�e Work Praduct in a tangible ��tiediu�n of expressio��
{�v��ic��ever acciu•s first). Eacl� copyrightable aspect of the Wo�'k Product shall be co�lside�'ed a"�vork-��iade-
far-hiee" within the �neaniitg of the Copy�•ight Act of 1976, �s atnel�ded. If and to tlje extent such Wark
Product, or any part theE•eof, is not co��sidered a"��ork-made-for-hire" witl�in the meaning of the Copyeight
Act af I97G, as ai�lended, Vendor hereby �xpressly assigns to City al! e�ciusive right, titie and inteeest in
and to the WQ►•k PE•odi�ct, and al] copies ti�ereof, a��d in and to ti�e copyright, patent, trademark, h�ade sec�•et,
and ali othez• propr•ietaey rights the��ein, that City may liave or obtai��, wit�ioi�t fui�the�• co��sideE•atian, fi�ee
fi�om any clair�i, lie�� for balance due, o�• �•ights of retention tl�ereto on the part of City.
28. Signatt�re Autl�oritv. Tl�e pe��so�f signing this Agreerr�ent l�ereby �varrants that he/she l�as
tlte legal authoi-ity to esect�te tklis Agree�nenf oE� behalf flf tEte respective party, and that st�eh bi��ding
airthority l�as been gi�anted by p��ope�• order, resolutian, o��c�inaElce or otl�er at�tho�•ization of tf�e e��tity. This
Aga'eenteEtt ai�d atry ame«dineE�t ]�ereto, fnay be e�ecuted by any autf�orized representative af Ve��dor whos�
na�ne, title and signat��re is affixed on the Verification of Signature Authority Forir�, �vltich 'ts attached
hereto as Exhibit "C". Eacl� party is fi�lly entitled to �•ely on these �var��a�ities and E•epresentatiox�s in entering
into this Agree�nent or any a�ne��dment hereto.
29. C1a€�nge i�� Can�nanv N�me or �`}�a�ez•sl�in. Vendnr slia[I rantify City's P�i�•cl�asir�g
Managee, in writing, of a company name, o�vne�•ship, oi• add�•ess change for tlie purpose of �naintainir�g
upd�ted City records, The president of Vendor or auFhorized official rnust sign ti�e lette�•, A lette�• indicating
chatiges in a company name ar o��nership rnust be accompanied �vitl� siEpporting legai doc��mentation sucl�
as a�� updated W-9, docuEnents filed with tl�e state ir�dieating sucl� el�a��ge, copy of the board of director's
resolution app�•oving the action, or an exectited merger o�• acquisition agreefne��t. Fail��re to p�•ovide tlle
specified documer�tation so �nay adversely impact fi�ture invoice payn�ents.
30. No Baycott of IsrneL If Vei�dor lias fewer tlaan 10 en��loyees or tl�is Agreenient is for•
Iess t�tan �100,000, fhis section c�oes ��at ap�Iy. Vendor ackno�vtedges tElat in accordance with Cfiapte��
2270 of the Texas Governn�ent Code, #he City is prohibi#ed from entering into a contract «ith a co�npa�a}�
fo�' goods or services unless t�ie co��tract contains a�vritten verification fi�ojn the company that it: (1) cEoes
not boycott [s�•ael; aEid {2} �vill not boycott lsrael du�•ing tl�e keri3� of the contract. The terms "baycott Israel"
and "company" shall t�ave t}�e �i�eaniclgs asc�•ibed to those te�•n�s i�� Section 808.001 of the TeYas
Govern�nent Code, i3y sig«ing tl�is co�it�'act, Ve��[lar certi�ies tliat Ve�fdoi's signature pi•ovides r��►•itte�i
veri�cation to the City� tl�at Ven[iot :(1) t�oes nat boycott Israel; anci (2} �vill not bo��coit Israel c3tu•ing
Vendor Services Agreement Page S of la
the teran of tl�e contract.
IN WITN�SS WH�REOF, the parties hereto have exec�ited this Agree�3fer�t in cni�itiples.
(signrrfrrre �age follows)
Ve��dor Ser�ices Agreeme��t Page 9 of 14
ACCEPTED AND AGREED:
•CITY OF FORT WORTH:
By: V�lerie Washington (Oct 14, 2025 13:50:05 CDT)
Name: Valerie Washington
Title: Assistant City Manager
Date: 10/14/2025
APPROVAL RECOMMENDED:
By:�
Name: Roger Venables
Title: Aviation Director
ATTEST:
�A�By: U
Name: Jannette Goodall
Title: City Secretary
VENDOR:
By: Name:
Title:
Date:
Vendor Services Agreement
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.
�az,;,fo rA,«4-By: fl
Name: Katya Flores
Title: Sr. Contract Compliance Specialist
APPROVED AS TO FORM AND LEGALITY:
Candace Paaliara 8 y: CandacePagliara (Oct 14, 202513:35:2:i�,)
Name: Candace Pagliara
Title: Assistant City Attorney
CONTRACT AUTHORIZATION:
Page 10 of 14
City Secretaiy Contract No.
EXHIBIT A
SCO�'� OF S�RVIC�S
SAI:CIFICATIONS I'OR CpNTROL TO�V�Ft ATAIN'FENAi1'CE
A11'D INSPECTION
1, Introduction and Purpose
1,1. TheCityof Fort Worth seeks bids to esta6lish an agreement with a Federal Aviation Administration-
cerEified �FAAj vendar for inspecHon on a semi•annual {every six months) basis and as-needed
maintenance for the $pinks Airport eirtraffic control tower.
1,2, Airtraffic control towers require routinecare and ir�spection to enwre the equipment is workingsafely
and efficient�y. Thls agreement aims to limit the repairs and interference via regular maintenaRte,
calibration, and inspectian to maintaln the safetyand operations of pibts, personnel, and passengers.
Spinks Airport is outfitted with a Liber#y-STAR Illvoice cammunication system instalfed in February,
2023.
2. Bidder Requirements
2.1. A successful bidder must have a minimum of five (5� years' experience providing products similar or
related to the specifications of this bid.
2,2, Vendors shall pro�ide proof that tech�icians are Federal Communication Commission (FCC} licensed
(General Radiotefephone Operator License} meeHng 6oth FAA and FCC requirements.
2.3. Vendor must be able pro�ide a licensed technician on a 24/7 (twenty-four hours a day, three hundred
sixty-five days a year) 6asls for emergency service.
2.4, Vendor must respond to service requests within two (2) haurs of recei�ing notiflcation. 1i resoluEinn
cannot be obtained over the phone, vendor shall ha�e a[ertiBed technician on-site within twenty-four
(24) hours.
3, 5ervice Requiremenls
3.I, A41 inspecHons will indude cost of s9te visit, calibration af equipment for testing purposes, and any
material used f4r the purpose ofevaluatingaperatiortal function.
3.2. Tha cost oF inaintenance shall include site �isit, labor, and calibration and testing as necessary to ensvre
adeqvate operation, Maintenance shall include the cost of minor parts and components as naeded for
standard wear a nd tear. Any additional repairs outside the scope oF basic upkeep will be charged
separately ak the agreed-upon mar&up as detal3ed in the quest9onrraire.
3.3. All services must comply wlth equipmenE manufacturer's speciflcations in accordance with all Issued
warranties,
3.4. Within seven {7j days of inspection, vendor musi provide an inspeciion data report to the Following
email address:
3.4,1. spinks aperations(�tortwortktexas,�ov
3,4.2. Report must include date a nd time af service, name and cal[ sign of technic3an wrho perfnrmed
service, what equfpment was €nspected, results of testing/calihration, and any other material
information as requested,
3.5. �thin seven (7� days of performing maintenance, vendor m ust provide an report to the following
email address;
3.5.1, s inks o erations fortworlhkexas. ov
3.5.2, Report must include date and Eime of seovice, Rame and call sign of tedinicia n who performed
service, what main[enance ar repairs were completed, resultr nf post-ser�ice testing/calibration,
Venclo�• Services Agreement — Ealiibit A Page 11 of 14
and any other materia! inFormation as reques#ed,
33.3. The City may reguast ar� annual preventative mainienante {PMj report up to once a year ai Ehe
distretion of atrport operatian rnanagement.
4. Inspection 5peciflcations
4.1. Communicationequipment
4.1.1. Inspection shall tesE and ensure proper orientation, recordings, levels, Eime ooding, frequencies,
autputs, modulation, and other primary func#ions.
4.2. Maniioring equipment
4.2.1. lnspection shail test hardwars functinn and nrEentetion, saftrvare cali6ration, measurernent
ouiputs, da#a retention, and other primary functions.
5, Materia[ Information
5,1. The A�r Traffic Control Tawer is open 7 days a week {5unday #hrougii Saturday} frc�m 7;QOAlVf — 8:OQPM,
5.2. Afl services will take ptace at 5pinks ,4irpart:
13301 �ng Way
Fort Worth, TX 76028
5.3. The City currently utilizes a Liberty-STAR III voice communication system.
5,a, iVormai service hours For #he purpose of billing are considered to be Monday througfi Friday, 7:(lOAM to
B:OO�i1A excluding City hoi[days.
5.5. C'ity holiclays are o6served as ilsted below:
5,5.I, NetivYear's Day
5.5.2. Martin Luther King Jr, Day
5.5.3. Memor3al Day
5,5.4. Juneteenih
5,5.5. Juty 4th
5.5,6. Cabnr Day
5.5.7. TManksgiving Day
5.5.8, The �riday (day after� afterThanksgiving
S.S,9. Christmas [7ay
6. Requ9red Docurnentation
6.1. Praof oi lnsurance
fi.2. W9
6.3. Proofof GeneraE Radivtelephone Operator Licenses for techniclans
Vendai• Services Ag�•ee�ifent — E�chibit A Page 12 of 14
City Secretary Coiitr�ct Na.
�XHIBIT B
PRICE SCH�llUI,E
�
�:
. - - ----- .— _:_- _- �._ �;-y--- ---- = � [;��rl� _
.�1.
7R.4N5PORTATIDN $EftVICES
An M9 <Af EGA�E Cc-��r. y
io/�/zazs
Ciry of Fort Worth
Katya F]ores, 5enior f.oniract Complianre Speclalist
201 American Concourse, Suite 33p
Fort Worth, T% 76106
Inspectlon, ATlSPL-3200VoiceReco�der
lnspeCtlon, DMF1IhameLlghtG�n
inspectlon, F�T1S Volce Anno�ncer
fnspec[ion, Intetalia ATESVokeAnnoancei
fnspection, Llberty�S7AR IIl
Inspection, R.L. Yoting Wind Speed llirectian
Inspection, PressureTransmitter and Receiver
Inspecllon, MuIU-Channel Transceivers
InspecEion, Primary and Secondary Radfas
Inspectlon, Shouf Lines and Phone Lines
Malntenance, ATIS PL•3200 Volce rtecoraer
�lalntenance, DMElrhome LlghtGun
Flaintenance, ATIS Volce Announeer
Malntenance, loleralia ATIS Vnice Announcer
Main�enance, Liherty-SiAR II!
Mafntenance, R.L. Young �nd Speed Dlrection
Malntenance, Pressu�e Transmitter and Recetver
Maln[enanca, Mult3�Channel Transcehrers
h3afntenance, primary and 5econdary iiadlos
Mafntenance, Slzout Llnes ar�d Phone Lines
Reyairs, HourlyLahor, Service Hours
Repairs. Fiourlv Labor. Af1er Hours Service
Price
275.U0
275.Q0
275.00
275.40
275.[!0
275.00
275.OQ
275.00
275.OQ
275.40
275.00
275.00
275.00
275.OD
275.06
275.00
275.00
275.00
275.00
222.50
222.50
Unit
EA
EA
EA
EA
EA
EA
EA
Eq
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
�It
EA
HR
HR
�i�G/fa.¢� / Bal'�tLt;L
Michael Trosdair
5ales A4anager
llI3T Transportation 5erv[ces
1500 City 1Vest Qlti�d. Ste 550 � ltuuston, TX 770•iZ �&14-3GETOBi � CSf Spg7Tran5c�rv.corn ���n�,v,.p6TTranServ.com
Vec�dor Se��vices Agreement — Exhivit B ��age 13 of 14
Ciky Secretary Co��tract No.
EXHIBIT C
VERIFICATION OF SIGNATUI2� AiTTHORITY T`ORM
DBT "I'ransportation SeE•vices LLC
i500 CityWest Bh�d, Suite 550
Housto��, TX 77Q�2
Execution of this Signat�ire Veri#ication �'or�u ("F'orm") hereby certifies thai the follo�ving
individuals z�ndlor pasitions have the auHfority to legally bind Vendoe and to etecute any agreem�nt,
amendmeitt or cllange oi•der on behalf of Vendor. Such binding autho�•ity has been granted by proper
order, reso�ution, ordinance or othee authaeization of Vendor. City is fi�lly entitled ta re�y on the �i�arranty
and representation set forth i�t t��is Form in entering into any agi•eement or ame��dme��t with Veridae.
Vendor �vill su6mit an updated Foi•m �vithin ten (i0) business days if tkiere are aeiy changes to tl�e
signatory aufE�ority. City is entitled to rely oti any currei�t exec�ited Form until it receives a revised Form
tEiat has been properly exec��ted by Vendor.
Name:
Position:
�gna ut�e
2. Name:
�OSIt1011:
Naltle:
Position:
�gna w•e
Name: Paul p
� '
igna ur
Other Title:
Date: ��il �� � �
Vendor Sea•vices Agreement — Eshibit C Page 1�1 of 14
City Secretary’s Office
Contract Routing & Transmittal Slip
*Indicates the information is required and if the information is not provided, the contract will be
returned to the department.
Contractor’s Name:
Subject of the Agreement:
M&C Approved by the Council? *Yes No
If so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes No
If so, provide the original contract number and the amendment number.
Is the Contract “Permanent”? *Yes No
If unsure, see back page for permanent contract listing.
Is this entire contract Confidential?*Yes No If only specific information is
Confidential, please list what information is Confidential and the page it is located.
Effective Date: Expiration Date:
If different from the approval date. If applicable.
Is a 1295 Form required?* Yes No
*If so, please ensure it is attached to the approving M&C or attached to the contract.
Project Number:If applicable.
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number? Yes No
Contracts need to be routed for CSO processing in the following order:
(Approver)
Jannette S. Goodall (Signer)
Allison Tidwell (Form Filler)
Permanent Contracts
Advanced Funding Agreements
Architect Service
Community Facilities
Completion Agreement
Construction Agreement
Credit Agreement/ Impact Fees
Crossing Agreement
Design Procurement
Development Agreement
Drainage Improvements
Economic Development
Engineering Services
Escrow Agreement
Interlocal Agreements
Lake Worth Sale
Maintenance Agreement/Storm Water
Parks/Improvement
Parks/Other Amenities
Parks/Play Equipment
Project Development
Property/Purchase (Property owned by the City)
Property/Sales (Property owned by the City)
Property/Transfers (Property owned by the City)
Public Art
Sanitary Sewer Main Replacements
Sanitary Sewer Rehabilitations
Settlements (Employees Only)
Streets/Maintenance
Streets/Redevelopment
Streets/Repairs
Streets/Traffic Signals
Structural Demolition (City owned properties)
Utility Relocation
Water Reclamation Facility
Water/Emergency Repair
Water/Interceptor
Water/Main Repairs
Water/Main Replacement
Water/Sanitary Sewer Rehabilitation
Water/Sewer Service
Water/Storage Tank