HomeMy WebLinkAbout064745 - General - Contract - Veritas Defense Solutions, LLCCSC No. 64745
�R�' �RTH�
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 Veritas Defense Solutions, LLC ("Vendor"), a
Texas Limited Liability Company, and acting by and through its duly authorized representative, each
individually referred to as a"party" and collectively referred to as the "parties."
1. Scope of Services. Comprehensive Owner Soft Title Report Services (Services"), which
are set forth in more detail in Exhibit "A," 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 (`Bffective Date"), unless terminated
earlier in accordance with this Agreement ("Initial Term"). This Agreement will be renewed automatically,
under the same terms and conditions, for up to four (4) one-year renewal option(s) (each a"Renewal
Term").
3. Compensation.
3.1 Total compensation under this Agreement will not exceed Sixty Thousand
Dollars and 00/100 ($60,000.00).
3.2 City will pay Vendor in accordance with the Prompt Payment Act (Chapter 2251
of the Texas Government Code) and provisions of this Agreement, including Exhibit "B,"
which is attached hereto and incorporated herein for all purposes.
3.3 Vendor will not perform any additional services or bill for expenses incurred for
City not specified by this Agreement unless City requests and approves in writing the
additional costs for such services. City will not be liable for any additional expenses of
Vendor not specified by this Agreement unless City first approves such expenses in
writing.
4. Termination.
4.1. Written Notice. City or Vendor may terminate this Agreement at any time and for
any reason by providing the other party with 30 days' written notice of termination.
4.2 Non-appronriation 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
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
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 Obli�ations 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.
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 by City are subj ect to disclosure under the Texas Public
Information Act. In the event there is a request for information marked Confidential or Proprietary,
City will promptly notify Vendor. It will be the responsibility of Vendor to submit reasons objecting
to disclosure. A determination on whether such reasons are sufficient will not be decided by City,
but by the Office of the Attorney General of the State of Texas or by a court of competent
jurisdiction.
5.4 Unauthorized Access. Vendor must store and maintain City Information in a secure
manner and will not allow unauthorized users to access, modify, delete or otherwise corrupt City
Information in any way. Vendor must notify City immediately if the security or integrity of any
City Information has been compromised or is believed to have been compromised, in which event,
Vendor will, in good faith, use all commercially reasonable efforts to cooperate with City in
identifying what information has been accessed by unauthorized means and will fully cooperate
with City to protect such City Information from further unauthorized disclosure.
6. Right to Audit. Vendor agrees that City will, until the expiration of three (3) years after
final payment under this Agreement, or the final conclusion of any audit commenced during the said three
years, have access to and the right to examine at reasonable times any directly pertinent books, documents,
papers and records, including, but not limited to, all electronic records, of Vendor involving transactions
relating to this Agreement at no additional cost to City. Vendor agrees that City will have access during
normal working hours to all necessary Vendor facilities and will be provided adequate and appropriate work
space in order to conduct audits in compliance with the provisions of this section. City will give Vendor
reasonable advance notice of intended audits.
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 agent, representative or employee of City. Subject to and in accordance with the conditions and
provisions of this Agreement, Vendor will have the exclusive right to control the details of its operations
and activities and be solely responsible for the acts and omissions of its officers, agents, servants,
employees, Vendors, and subcontractors. Vendor acknowledges that the doctrine of respondeat superior
will not apply as between City, its officers, agents, servants and employees, and Vendor, its officers, agents,
employees, servants, contractors, and subcontractors. Vendor further agrees that nothing herein will be
construed as the creation of a partnership or joint enterprise between City and Vendor. It is further
understood that City will in no way be considered a Co-employer or a Joint employer of Vendor or any
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.
Liabilitv and Indemnification.
8.1 LIABILITY - VENDOR WILL BE LIABLE AND RESPONSIBLE FOR ANY
AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND PERSONAL INJURY,
INCLUDING, INCLUDING, BUT NOT LIMITED TO, DEATH, TO ANY AND ALL
PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TD 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 EITHER PROPERTY DAMAGE OR LOSS (INCLUDING
ALLEGED DAMAGE OR LOSS TO VENDOR'S BUSINESS AND ANYRESULTING 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
OR MALFEASANCE 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 the software or documentation in accordance with this Agreement,
it being understood that this agreement to defend, settle or pay will not apply if City modifies
or misuses the software and/or documentation. So long as Vendor bears the cost and expense
of payment for claims 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 fuIly participate in any and all such settlement, negotiations, or lawsuit as necessary to
protect City's interest, and City agrees to cooperate with Vendor in doing so. In the event
City, for whatever reason, assumes the responsibility for payment of costs and expenses for
any claim or action brought against City for infringement arising under this Agreement, City
will have the sole right to conduct the defense of any such claim or action and all negotiations
for its settlement or compromise and to settle or compromise any such claim; however,
Vendor will fully participate and cooperate with City in defense of such claim or action.
City agrees to give Vendor timely written notice of any such claim or action, with copies of
all papers City may receive relating thereto. Notwithstanding the foregoing, City's
assumption of payment of costs or expenses will not eliminate Vendor's duty to indemnify
City under this Agreement. If the software and/or documentation or any part thereof is held
to infringe and the use thereof is enjoined or restrained or, if as a result of a settlement or
compromise, such use is materially adversely restricted, Vendor will, at its own expense and
as City's sole remedy, either: (a) procure for City the right to continue to use the software
and/or documentation; or (b) modify the 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.
Assi�nment and Subcontractin�.
9.1 Assi�nment. Vendor will not assign or subcontract any of its duties, obligations
or rights under this Agreement without the prior written consent of City. If City grants consent to
an assignment, the assignee will execute a written agreement with City and Vendor under which
the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement.
Vendor will be liable for all obligations of Vendor under this Agreement prior to the effective date
of the assignment.
9.2 Subcontract. If City grants consent to a subcontract, the subcontractor will execute
a written agreement with Vendor referencing this Agreement under which subcontractor agrees to
be bound by the duties and obligations of Vendor under this Agreement as such duties and
obligations may apply. Vendor must provide City with a fully executed copy of any such
subcontract.
10. Insurance. Vendor must provide City with certificate(s) of insurance documenting
policies of the following types and minimum coverage limits that are to be in effect prior to commencement
of any Services pursuant to this Agreement:
10.1 Covera�e and Limits
(a) Commercial General Liability:
$1,000,000 - Each Occurrence
$2,000,000 - Aggregate
(b) Automobile Liabiliry:
$1,000,000 - Each occurrence on a combined single limit basis
Coverage will be on any vehicle used by Vendor, or its employees, agents, or
representatives in the course of providing Services under this Agreement. "Any
vehicle" will be any vehicle owned, hired and non-owned.
(c) Worker's Compensation:
Statutory limits according to the Texas Workers' Compensation Act or any other
state workers' compensation laws where the Services are being performed
Employers' liability
$100,000 - Bodily Injury by accident; each accident/occurrence
$100,000 - Bodily Injury by disease; each employee
$500,000 - Bodily Injury by disease; policy limit
(d) Professional Liability (Errors & Omissions): �❑ Applicable ❑� N/A
$1,000,000 - Each Claim Limit
$1,000,000 - Aggregate Limit
Professional Liability coverage may be provided through an endorsement to the
Commercial General Liability (CGL) policy, or a separate policy specific to
Professional E&O. Either is acceptable if coverage meets all other requirements.
Coverage must be claims-made, and maintained for the duration of the contractual
agreement and for two (2) years following completion of services provided. An
annual certificate of insurance must be submitted to City to evidence coverage.
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 in respect to
the contracted services.
(b) The workers' compensation policy must include a Waiver of Subrogation
(Right of Recovery) in favor of City.
(c) A minimum of Thirty (30) days' notice of cancellation or reduction in
limits of coverage must be provided to City. Ten (10) days' notice will be
acceptable in the event of non-payment of premium. Notice must be sent to the
City in accordance with the notice provision of this Agreement.
(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.
( fl 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, seroants or representatives; ar(2) received by the other party by United States Mail, registered,
return receipt requested, addressed as follows:
To CITY:
City of Fort Worth
Attn: Assistant City Manager
100 Fort Worth Trail
Fort Worth, TX 76102
To VENDOR:
Veritas Defense Solutions, LLC
Maria S. Franklin, Chief Operations Officer
4231 Hayter Road
Abilene, TX 79601
With copy to Fort Worth City Attorney's Office at
same address
14. Solicitation of Emplovees. Neither City nor Vendor will, during the term of this
Agreement and additionally for a period of one year after its termination, solicit for employment or employ,
whether as employee or independent contractor, any person who is or has been employed by the other
during the term of this Agreement, without the prior written consent of the person's employer.
Notwithstanding the foregoing, this provision will not apply to an employee of either party who responds
to a general solicitation of advertisement of employment by either party.
15. Governmental Powers. It is understood and agreed that by execution of this Agreement,
City does not waive or surrender any of its governmental powers or immunities.
16. No Waiver. The failure of City or Vendor to insist upon the performance of any term or
provision of this Agreement or to exercise any right granted herein does not constitute a waiver of City's or
Vendor's respective right to insist upon appropriate performance or to assert any such right on any future
occasion.
17. Governin� 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. Severabilitv. If any provision of this Agreement is held to be invalid, illegal or
unenforceable, the validity, legality and enforceability of the remaining provisions will not in any way be
affected or impaired.
19. Force Maieure. City and Vendor will exercise their best efforts to meet their respective
duties and obligations as set forth in this Agreement, but will not be held liable for any delay or omission
in performance due to force majeure or other causes beyond their reasonable control, including, but not
limited to, compliance with any government law, ordinance, or regulation; acts of God; acts of the public
enemy; fires; strikes; lockouts; natural disasters; wars; riots; epidemics or pandemics; government action
or inaction; orders of government; material or labor restrictions by any governmental authority;
transportation problems; restraints or prohibitions by any court, board, department, commission, or agency
of the United States or of any States; civil disturbances; other national or regional emergencies; or any other
similar cause not enumerated herein but which is beyond the reasonable control of the Party whose
performance is affected (collectively, "Force Majeure Event"). The performance of any such obligation is
suspended during the period of, and only to the extent of, such prevention or hindrance, provided the
affected Parry provides notice of the Force Majeure Event, and an explanation as to how it prevents or
hinders the Party's performance, as soon as reasonably possible after the occurrence of the Force Majeure
Event, with the reasonableness of such notice to be determined by the City in its sole discretion. The notice
required by this section must be addressed and delivered in accordance with Section 13 of this Agreement.
20. Headin�s 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 Exhibits A, B, and C.
22. Amendments / Modifications / Extensions. No amendment, modifcation, or extension
of this Agreement will be binding upon a party hereto unless set forth in a written instrument, which is
executed by an authorized representative of each party.
23. Counterparts. This Agreement may be executed in one or more counterparts and each
counterpart will, for all purposes, be deemed an original, but all such counterparts will together constitute
one and the same instrument.
24. Warrantv of Services. Vendor warrants that its services will be of a high quality and
conform to generally prevailing industry standards. City must give written notice of any breach of this
warranty within thirty (30) days from the date that the services are completed. In such event, at Vendor's
option, Vendor will either (a) use commercially reasonable efforts to re-perform the services in a manner
that conforms with the warranty, or (b) refund the fees paid by City to Vendor for the nonconforming
services.
25. Immigration Nationalitv Act. Vendor must verify the identity and employment eligibility
of its employees who perform work under this Agreement, including completing the Employment
Eligibility Verification Form (I-9). Upon request by City, Vendor will provide City with copies of all I-9
forms and supporting eligibility documentation for each employee who performs work under this
Agreement. Vendor must adhere to all Federal and State laws as well as establish appropriate procedures
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 FRO
ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH
BY VENDOR, VENDOR'S EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, O
AGENT5. City, upon written notice to Vendor, will have the right to immediately terminate this Agreement
for violations of this provision by Vendor.
26. O nershin of Work Product. City will be the sole and exclusive owner of all reports,
work papers, procedures, guides, and documentation that are created, published, displayed, or produced in
conjunction with the services provided under this Agreement (collectively, "Work Product"). Further, City
will be the sole and exclusive owner of all copyright, patent, trademark, trade secret and other proprietary
rights in and to the Work Product. Ownership of the Work Product will inure to the benefit of City from
the date of conception, creation or fixation of the Work Product in a tangible medium of expression
(whichever occurs first). Each copyrightable aspect of the Work Product will be considered a"work-made-
for-hire" within the meaning of the Copyright Act of 1976, as amended. If and to the extent such Work
Product, or any part thereof, is not considered a"work-made-for-hire" within the meaning of the Copyright
Act of 1976, as amended, Vendor hereby expressly assigns to City all exclusive right, title and interest in
and to the Work Product, and all copies thereof, and in and to the copyright, patent, trademark, trade secret,
and all other proprietary rights therein, that City may have or obtain, without further consideration, free
from any claim, lien for balance due, or rights of retention thereto on the part of City.
27. Si�nature Authoritv. The person signing this Agreement hereby warrants that they have
the legal authority to execute this Agreement on behalf of the respective party, and that such binding
authority has been granted by proper order, resolution, ordinance or other authorization of the entity. This
Agreement and any amendment hereto, may be executed by any authorized representative of Vendor. Each
party is fully entitled to rely on these warranties and representations in entering into this Agreement or any
amendment hereto.
28. Chan�e in Companv Name or Ownership. Vendor must notify Ciry's Purchasing
Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining
updated City records. The president of Vendor or authorized official must sign the letter. A letter indicating
changes in a company name or ownership must be accompanied with supporting legal documentation such
as an updated W-9, documents filed with the state indicating such change, copy of the board of director's
resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the
specified documentation so may adversely impact future invoice payments.
29. No Bovcott of Israel. If Vendor has fewer than 10 employees or this Agreement is for
less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter
2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company
for goods or services unless the contract contains a written verification from the company that it: (1) does
not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel"
and "company" has the meanings ascribed to those terms in Section 808.001 of the Texas Government
Code. By signing this Agreement, Vendor certifies that Vendor's signature provides written
verification to the City that Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during
the term of the Agreement.
30. Prohibition on Bovcotting Energv Companies. 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 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 Vendor that it: (1) does not boycott energy companies; and (2) will not boycott energy
companies during the term of this Agreement. 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.
31. Prohibition on Discrimination Against Firearm and Ammunition Industries. Vendor
acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the 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 Vendor that it: (1) does not have a
practice, policy, guidance, or directive that discriminates against a firearm entiry 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 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.
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. Entiretv 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)
IN WITNESS WHEREOF, the parties hereto have executed this Agreement in multiples.
City: Vendor:
�1��_ w�� Ma�la �a��rGl�
By: Valerie Washington (Feb 16, 2026 13:59_37 CST) By: Maria Franklin (Feb 11, 2026 12:23:17 CST)
Name: Valerie Washington Name: Maria S. Franklin
Title: Assistant City Manager Title: Chief Operations Officer
Date:
Date:
FOR CITY OF FORT WORTH INTERNAL PROCESSES:
Approval Recommended:
�
� 1 I�`� �1��
By: ,
Name: Marilyn Marvin
Title: Property Management Director
Approved as to Form and Legality
$y: � �,�u� C.��G���t///'�Cr--� �
Name: Royce Hansen
Title: Assistant City Attorney
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:
Name: Stuart Young 46p44�n�
Title: Assistant Director �� F FORr�oa��
4 �`0 89� 0
Ov� o=d
City Secretary: ��° ab rEXpSqp"
bnaoaao
Contract Authorization:
M&C: N/A
By:
Name
Title:
� .��=�
c�"��
Jannette Goodall
City Secretary
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
EXHIBIT A
SCOPE OF SERVICES
1. SCOPE
11. The intent of these specifications is to describe the minimum requirements necessary to establish
an annual agreement with a vendor that provides real estate document retrieval services of public
records for City land agent use, to assist in identifying unresolved issues recorded against
property transactions.
1.2. The title search review of public land records supports City land agents in identifying ownership,
chain of title, liens, encumbrances, unpaid taxes, judgments, or claims that may impact property
transactions. The title search will include the following counties: Tarrant, Dallas, Denton, Ellis,
Johnson, and Parker.
2. ORDER SUBMISSION REQUIREMENTS
2.1. Vendor must allow City staff to submit requests through email, website portal, or a fillable PDF
form.
2.2. Each request will include, at minimum, the property address and the applicable Tarrant
Appraisal District (TAD) property information.
3. DELIVERABLES
3.1. Vendor must provide a completed soft title report that includes, at a minimum:
31.1. Current owner and vesting information
3.1.2. Vesting deeds and recorded ownership documents
3.1.3. Liens, judgments, or encumbrances
3.2. When available or applicable, the soft title report may also include:
3.2.1. Chain of title
3.2.2. Recorded deeds
3.2.3. Active or historical easements
3.2.4. Plat information
3.2.5. County appraisal data
3.2.6. Links or references to county public records
3.3. Reports must be delivered electronically in PDF format to the requesting staff inember.
4. TURNAROUDN TIMES
41. Vendor must respond to soft title reports within 72 hours of receiving a complete request during
normal business days.
4.2. Vendor must submit completed search reports within 5 business days.
4.3. Vendor will provide corrective action within 24 hours of notification by the City.
5. QUALITY AND ACCURACY
51. Reports must be accurate and based on official county public recards.
5.2. Reports must be clearly arganized and easy to interpret.
5.3. Soft tile reports are provided for informational purposes only, based on available public records,
and are not intended to serve as legal opinion.
6. CONFIDENTIALITY
6.1. Vendor must maintain confidentiality of all property relation information submitted by City.
7. ADDITIONAL SERVICES
7.1. Vendor may be requested by the City to provide additional services as outlined in the Vendor's
proposal submitted in response to RFQ 26-0083, incorporated as Exhibit C.
7.2. Any such additional services will only be performed upon receipt of a purchase order (PO).
8. CONTRACT ADMINISTRATION
81. Vendor will provide a single point of accountability for all City of Fort Worth requests.
8.2. Vendor will provide bi-weekly status reports detailing all active, pending, and completed
requests.
9. INVOICING REQUIREMENTS
91. The Vendor must send invoices electronically to the City's centralized Accounts Payable
department invoice email address: supplierinvoices@fortworthtexas.gov. This email address is
not monitored so the Vendor must not send correspondence to this email address The sole
purpose of the supplier invoices email address is to receive and process supplier invoices.
9.2. The Vendor must include the following on the subject line of Vendor's e-mail: vendor name,
invoice number, and PO number, separated by an underscore (ex. Example,
Inc._123456_FW013-0000001234)
9.3. To ensure the system can successfully process invoices in an expedient manner, the Vendor must
adhere to the following requirements:
9.3.1. All invoices must be either a PDF or TIFF format.
9.3.2. Image quality must be at least 300 DPI (dots per inch).
9.3.3. Invoices must be sent as an attachment (i.e. no invoice in the body of the email).
9.3.4. One invoice per attachment (includes PDFs). Multiple attachments per email is acceptable
but each invoice must be a separate attachment.
9.3.5. The Vendor must not send handwritten invoices or invoices that contain handwritten notes.
9.3.6. Dot matrix invoice format is not acceptable.
9.4. The invoice must contain the following information:
9.4.1. Supplier Name and Address;
9.4.2. Remit to Supplier Name and Address, if different;
9.4.3. Applicable Ciry Department business unit# (i.e. FW021)
9.4.4. Complete City of Fort Worth PO number ((i.e. the PO number must contain all preceding
zeros);
9.4.5. Invoice number, and
9.4.6. Invoice date.
9.5. Invoices must be submitted after delivery of the goods or services.
9.6. To prevent invoice processing delays, do not send invoices by both mail and email and do not
send the same invoice more than once by email to supplierinvoices@fortworthtexas.gov. To
check on the status of an invoice, contact the City Department ordering the goods/seroices or the
Central Accounts Payable Department by email:
ZZ FIN AccountsPavable(a�fortworthtexas.�ov.
9.7. If the Vendor is unable to send invoices as outlined above at this time, the Vendor must send
invoices to the City's centralized Accounts Payable department instead of directly to the
individual city department. This will allow the city staff to digitize the invoice for faster
processmg.
9.8. If electronic invoicing is not possible, Vendor must send Vendor's paper invoice to:
City of Fort Worth
Attn: FMS Central Accounts Payable
100 Fort Worth Trail
Fort Worth, Texas 76102
9.9. The Vendor must not include Federal, State of City sales tax on its invoices. City must furnish a
tax exemption certificate upon Vendor's request.
10. QUANTITIES
10.1.The quantities listed on Exhibit B are only estimates based on previous usage and do not indicate
intent to purchase or a guarantee of future business. The City of Fort Worth is obligated to pay
for only those materials and services actually ordered by an authorized City employee and then
received as required and accepted by the City.
EXHIBIT B
PAYMENT SCHEDULE
Success:
All values #1-1 Residential - Real Estate
provided Title Reports per owner
Success:
All values #1-2 Commercial - Real Estate
provided Title Reports per owner
��
Tot�y
EA
EA
800 $130.00 VDS Title $104,000.00
Research
800 $215.00 VDS Title $172,000.00
Research
$276,000.00
*Quantity required listed on table are only estimates and do not indicate intent to guarantee future
business.
This contract does not guarantee the "Basket Total Amount" or "Total Cost" for any line item.
Unit price is the only metric to be used for each line item under this payment schedule.
ADDITIONAL SERVICES
Success:
All values #1-1
provided
Success:
All values #1-1
provided
Residential - Real
Estate Title
Reports per
owner
Residential - Real
Estate Title
Reports per
owner
EA 800 $50.00 Rush Rate (48 $40 000.00
hr turnaround) '
EA 800 $25.00 Certified Copy $20,000.00
Success: Commercial -
All values #1-2 Real Estate Title
provided Reports per
owner
Success: Residential - Real
All values #1-1 Estate Title
provided Reports per
owner
EA 800 $20.00 Secretary of $16,000.00
State Filings
EA 800 $25.00 Date-Downs $20,000.00
Success: Commercial - Updates/Date-
All values #1-2 Real Estate Title EA 800 $50.00 $40,000.00
provided Reports per powns
owner
Success: Residential - Real
All values #1-1 Estate Title EA 800 $35.00 Plat Maps $28,000.00
provided Reports per
owner
Success: Residential - Real Official Surveys
All values #1-1 Estate Title EA 800 $60.00 �via City PIR) $48,000.00
provided Reports per
owner
*Quantity required listed on table are only estimates and do not indicate intent to guarantee
future business.
This contract does not guarantee the "Basket Total Amount" ar"Total Cost" for any line
item. Unit price is the only metric to be used for each line item under this payment schedule.
EXHIBIT C
RFQ 26-0083 — VERITAS DEFENSE SOLUTIONS, LLC
(Response pages follow)
�.
VERITAS DEFENSE SOLUTIONS, LLC
PROPOSAL FOR OWNER SOFT TITLE REPORT SERVICES
RFQt Ref. #: 26-0083 Submitted by: Veritas Defense Solutions, LLC
1. Executive Summary
Veritas Defense Solutions, LLC (VDS) is pleased to submit this proposal to provide comprehensive
Owner Soft Title Report Services for the City of Fort Worth. As an SBA-Certified Service-Disabled
Veteran-Owned (SDVOSB) and Woman-Owned Small Business (WOSB), VDS maintains primary
Texas-based operations in Abilene with a secondary operational hub in Orlando, Florida. We bring
"precision-driven innovation" and "mission-ready solutions" to municipal support services, ensuring
both regional expertise and operational redundancy.
Our team specializes in the retrieval and analysis of complex data across the North Texas region and
beyond. By utilizing advanced digital infrastructure and intelligence-grade data analysis, we provide
the City of Fort Worth (the City) with accurate, timely, and actionable property data while
maintaining a 100% remote, secure workflow. This dual-hub structure ensures maximum operational
redundancy, allowing us to maintain project continuity and adhere to strict delivery timelines
regardless of localized disruptions.
2. Technical Approach & Secure Remote Workflow
Addressing RFQt Sections 21, 2.2, 2.3
VDS operates in a fully digital environment, ensuring that the City receives deliverables in
high-resolution, searchable PDF formats.
Secure Digital Infrastructure: Our delivery systems are architected by our Director of
Digital & Technology, leveraging 15+ years of federal experience managing $40M+
portfolios and deploying encrypted secure edge nodes. This ensures the City's property data
is handled with the same security rigor used for Department of Defense (DoD) contracts.
Primary Data Sources: We will utilize direct digital access to the Tarrant County Clerk
(CounryFusion), Tarrant Appraisal District (TAD), and the Texas Secretary of State
(SOSDirect).
Remote Physical Document Handling: For original, raised-seal documents (Certified
Copies), VDS will use Tarrant County's mail-out services. Documents will be ordered via
secure portals and dispatched via USPS/Courier directly to the City Project Manager, with
digital tracking provided immediately.
3. Key Personnel & Qualifications
Addressing RFQt Section 4.1.2 "Responsible Bidder"
Our team structure combines dedicated project coordination with high-level intelligence oversight to
ensure zero-defect reporting.
Lead Researcher: Serves as the primary Point of Contact (POC). This role focuses on
logistical precision, utilizing project management methodologies and county digital portals to
ensure reports are delivered within the City's strict 72-hour turnaround window.
�.
VERITAS DEFENSE SOLUTIONS, LLC
Quality Assurance (QA) Lead: All reports undergo a two person review process designed
by our QA Lead, a former Operations Management Analyst with a background in Air Traffic
Control. This "obsessive attention to detail" ensures reports are clearly organized and that
"Break in Chain" issues are flagged before submission.
4. Detailed Deliverables & Scope of Work
Addressing RFQt Sections 2.4.1 through 2.4.3
VDS provides a standardized, high-resolution Owner Soft Title Report for every request. Each report
is designed to provide immediate clarity to City land agents and legal staff.
4.1 Core Deliverables (Section 2.4.1)
Every VDS report includes a"Core Intelligence Summary" covering the mandatory requirements:
2.4.1.1 Current Owner & Vesting: We provide the full legal name of the current titleholder
and a clear description of the vesting status (e.g., Sole Ownership, Joint Tenancy, or
Corporate/LLC Holding).
2.4.1.2 Vesting Deeds: We include high-quality, searchable PDF copies of the most recent
recorded vesting deeds and supporting ownership transfer documents.
2.4.1.3 Encumbrance Search: A comprehensive review of the Grantor/Grantee index to
identify active Liens, Abstracts of Judgment, or other financial encumbrances that may
impact the City's interest.
4.2 Enhanced Property Data (Section 2.4.2)
Where available in the public recard, VDS proactively includes supplemental data to provide a
"360-degree view" of the parcel:
• 2.4.2.1— 2.4.2.2 Chain of Title: We reconstruct the ownership history through a series of
recorded deeds to ensure a clear path of transfer.
• 2.4.2.3 Easement Identification: Identification of active or historical easements (Utility,
Access, or Conservation) that appear in the recorded instruments.
• 2.4.2.4 Plat & Mapping: Inclusion of the recorded subdivision plat map to verify lot/block
configurations and original legal boundaries.
• 2.4.2.5 County Appraisal Integration: We merge current Tarrant Appraisal District (TAD)
data (or relevant county data) into the report to provide property dimensions, improvement
details, and current tax-assessed values.
• 2.4.2.6 Digital Traceability: To facilitate rapid verification by City staff, every report
includes active hyperlinks directly to the official Tarrant County (or Dallas, Denton, etc.)
public recard index for each cited document.
�
�.
VERITAS DEFENSE SOLUTIONS, LLC
4.3 Technical Format & Delivery (Section 2.4.3)
VDS utilizes a secure, 100% digital delivery pipeline designed for speed and compatibility:
Searchable PDF Format: All reports and supporting deeds are delivered as combined,
OCR-processed (Optical Character Recognition) PDFs. This allows City staff to use "Ctrl+F"
to quickly find speciiic names, dates, or legal terms within the documents.
Standardized Electronic Delivery: Reports are dispatched immediately upon completion
via secure email to the requesting staff inember.
Dashboard Integration (Exhibit B: Option A): For City departments utilizing the IPIP
Dashboard, reports are simultaneously uploaded to the City's private digital archive,
providing a secondary point of access and a permanent audit trail.
4.4 Supplemental Services & Ancillary Fee Schedule
In support of complex acquisitions and urgent project timelines, VDS provides the following
specialized services. These items are available upon request and are billed as supplemental to the
standard report unit price.
Rush Processing
Entity Verification
Updates/Date Downs
3-5 Business Days
Basic Recorded Deed Info
Initial Report
priority turnaround
Secretary of State
Search: LLC/Entity
Status
Date-Down: 6-month
supplemental update
Priority processing for urgent
acquisition deadlines.
Verification of Corporate/LLC
status and authorized signers.
Supplemental search covering
the gap since the initial report.
Official Survey
Subdivision Plat Standalone search and delivery
Mapping Search: Via City
(Residential) of recorded subdivision plats.
PIR/County
Addressing RFQt Section 2.4 & 5. 0 Note: All pass-through costs (County filing fees, SOS search fees)
are billed at the actual cost to the City with no markup, supported by receipts.
5. Performance Commitments
VDS views this contract not as a series of tasks, but as a critical mission support function. We
provide the following firm commitments to ensure the City maintains its project timelines.
5.1 Tiered Response & Turnaround
VDS adheres to the timelines specified in Section 2.5 of the RFQt, utilizing our dual-hub
(Texas/Florida) redundancy to ensure zero-day delays.
3
Certified Copies: Retrieval of official documents
Legal Documentation Digital Unofficial Copies Digital or Physical via County E-Certifcation
(Mailed) portals.
�.
VERITAS DEFENSE SOLUTIONS, LLC
Task Category Co�nt Detail
Request Acknowledgment
Standard Turnaround
Complex/Commercial
Corrective Action
< 8 Hours
72 Hours
5 Business Days
24 Hours
Immediate coniirmation of
receipt by Project
Coordinator.
Complete digital delivery of
soft title reports.
Extended research for
multi-parcel or unplatted
tracts.
Immediate priority for any
report revisions or
clarifications.
5.2 The "Aviation-Standard" Quality Control
Leveraging the background of our Quality Assurance Lead (Air Traffic Control/Operations
Management), VDS employs a Three-Gate Review Process before any report is released to the City:
1. Gate 1(Verification): Lead Researcher verifies legal descriptions against the Tarrant
Appraisal District (TAD) and County C1erk indices.
2. Gate 2(Analysis): Seniar Advisor reviews the "Chain of Title" for potential "clouds,"
unreleased liens, or vesting anomalies.
3. Gate 3(Final QA): QA performs a"zero-defect" check for formatting, document clarity, and
adherence to Section 2.4 specifications.
5.3 Volume Capacity & Scalability
VDS has architected its remote workflow to handle the City's anticipated volume of 1,600 units
annually.
Scalable Workforce: Our dual-hub structure allows us to shift labor resources between
Abilene and Orlando to meet sudden surges in request volume.
Redundancy: In the event of localized power or internet disruptions in one region, our
secondary hub assumes all active research tasks immediately to ensure the 72-hour window is
never compromised.
5.4 Communication & Reporting
• Dedicated POC: We will provide a single point of accountability for all City of Fort Worth
requests.
• Bi-Weekly Status Updates: VDS will provide a bi-weekly summary report (Excel ar via the
Interactive Dashboard) detailing all active, pending, and completed requests to assist the City
in budget and project tracking.
L�
�"
VERITAS DEFENSE SOLUTIONS, LLC
Security & Confidentiality: All VDS personnel operate under strict non-disclosure
agreements (NDAs). Data is transmitted via encrypted channels, ensuring the City's strategic
acquisition interests remain confidential.
6. Optional Value-Added Feature: The Veritas Interactive Client Portal
To further streamline the City's property acquisition workflow, Veritas Defense Solutions
offers an optional Proprietary Interactive Dashboard as a technical add-on. This portal is
designed to transition the City from traditional email-based delivery to a centralized,
audit-ready data environment.
• Key Features:
o Real-Time Status Tracking: Monitor the progress of all 1,600+ requested reports
from "Received" to "QA Review."
o Centralized Digital Archive: A permanent, searchable library of all completed
reports, deeds, and plats, accessible by any authorized City staff.
o One-Click Bulk Export: Select multiple parcels and download all associated
legal documents in a single, arganized .zip �le.
o Expenditure Transparency: View real-time tracking of contract utilization and
remaining units far the fiscal year.
• Implementation Timeline:
o Phase 1(Immediate): Secure Shared Directory far report delivery.
o Phase 2(Day 45-70): Deployment of the full custom-coded VDS Dashboard,
including City user-account setup and data migration.
• Pricing Model:
o As this is a specialized technical feature not listed on the standard bid table,
VDS offers this as an optional Monthly SaaS Subscription or a One-Time
Implementation Fee. Full pricing details for this technical add-on are available
in EXhibit B: Optional Services.
7. Conflict of Interest Statement
Veritas Defense Solutions, LLC (VDS) hereby affirms that there is no known conflict of interest,
financial ar otherwise, between the firm, its principals, or its employees and the City of Fort Worth or
the properties and individuals being researched under this contract.
• Impartiality: VDS and its staff have no personal or financial interest in any real property
undergoing research and will not gain any benefit from the outcome of the City's land
acquisition or planning decisions.
• Independence: VDS is not affiliated with any third-party real estate developers, land agents,
or private title companies that would compromise our objectivity in providing "soft title" data
to the City.
• Code Compliance: VDS complies with all disclosure requirements under Texas Local
Government Code Chapter 176. Should any potential conflict arise during the performance of
this contract, VDS will provide immediate written notice to the City's Purchasing Division
and the requesting department.
• Data Integrity: All research is conducted strictly using official public records to ensure an
unbiased, "intelligence-first" report of property ownership and encumbrances.
5
�"
VERITAS DEFENSE SOLUTIONS, LLC
8. Conclusion: A Commitment to the City's Growth
The City of Fort Worth is entering a phase of significant infrastructure and community development.
These projects require a title research partner who can provide more than just raw documents, they
require a partner who provides property intelligence.
Veritas Defense Solutions is uniquely positioned to fulfill this role. We have architected our firm to
solve the three primary challenges of high-volume municipal contracts:
1. Accuracy: By applying intelligence-grade data verification and aviation-standard quality
control, we eliminate the "hidden errors" that cause project delays.
2. Innovation: Through our AWS-backed IPIP Dashboard, we can provide the City with a
modern, secure, and searchable data infrastructure that far exceeds traditional email-based
delivery.
3. Reliability: Our dual-hub operations in Abilene, Texas, and Orlando, Florida, ensure that
your 72-hour delivery window is protected by regional redundancy.
As an SBA-Certified SDVOSB and WOSB, we don't just meet the City's diversity and inclusion
goals, we exceed your technical and operational expectations. We are ready to begin the deployment
of our services immediately upon award and look forward to supporting the continued success of the
City of Fort Worth.
C�
�.
VERITAS DEFENSE SOLUTIONS, LLC
EXHIBIT A: SAMPLE REPORT SUMMARY (FOR ILLUSTRATION)
Report Type: Owner Soft Title Report � Standard Specification: RFQt 26-0083
SECTION 1: CORE INTELLIGENCE SUMMARY
Ref RFQt 2.41.1 & 2.4.1.3
1.1 Executive Parcel Summary: Address, Legal Description, and Parcel ID.
1.2 Current Ownership & Vesting: Verified name of titleholder and type of interest held.
1.3 Encumbrance Dashboard: * Active Deeds of Trust (Mortgages).
o Abstracts of Judgment / Involuntary Liens.
o Mechanic's Liens ar Lis Pendens filings.
o Tax Delinquencies (if applicable).
SECTION 2: VESTING & OWNERSHIP DOCUMENTATION
Ref RFQt 2.4.1.2 & 2.4.2.2
2.1 Primary Vesting Instrument: Copy of the most recently recorded Deed.
2.2 Supporting Ownership Records: Affidavits of Heirship, Divorce Decrees, or Death Certificates
affecting title.
2.3 Corporate/Entity Verification: (For Commercial) Texas Secretary of State Certificate of Fact.
SECTION 3: SUPPLEMENTAL PROPERTY DATA
Ref RFQt 2.4.2.1, 2.4.2.3 — 2. 4.2. S
3.1 Three-Step Chain of Title: Chronological ownership history summary.
3.2 Recorded Subdivision Plat: High-resolution map with lot/block annotations.
3.3 Easement Schedule: Identification of utility, access, and historical easements.
3.4 County Appraisal Snapshot: Current year TAD value, tax account status, and property
dimensions.
SECTION 4: DIGITAL VERIFICATION LINKS
Ref RFQt 2.4.2. 6
Direct Source Index: A table of hyperlinks leading directly to the official Tarrant County Public
Records (or relevant county) for every document cited in the report.
7
�.
VERITAS DEFENSE SOLUTIONS, LLC
EXHIBIT B: OPTIONAL TECHNICAL SERVICES & DATA MANAGEMENT PORTAL
Veritas Defense Solutions (VDS) offers the Interactive Property Intelligence Portal (IPIP), a
centralized, secure data environment designed specifically far the City of Fort Worth. This portal
eliminates the administrative burden of manual document management, providing City personnel
with instant, audit-ready access to 1,600+ annual reports.
1. Digital Infrastructure Models
VDS offers two deployment pathways to ensure alignment with the City's Information Technology
(IT) standards and data sovereignty requirements.
Launch Window
Maintenance
Best For
VDS-Managed, DoD-Grade City-Hosted (AWS, Azure, or
Encrypted Nodes Google Cloud)
45-60 Days
Full Managed Support: VDS
handles all updates
Immediate speed, security,
and 99.9% uptime
60-90 Days (Subject to City
IT Provisioning)
Shared Support: VDS
manages code; City IT
manages servers
Long-term data sovereignty
and internal control
2. Monthly Platform Tiers (Subscription Options)
To maintain high-performance hosting, continuous security auditing, and feature enhancements, VDS
offers two service tiers. These tiers apply to the Turnkey Managed Solution (Option A).
Monthly Rate
Search Engine
Analytics
Search by Address, Parcel
ID, or Owner
Basic contract utilization
tracking
Global Search: Includes
full-text search within deeds
Trend Analysis: Reporting on
property types &
encumbrances
�
Financials $50,000 Build + Monthly $57,500 Build/Integration +
Subscription City IT Costs
Data Archive 24GB storage 1 TB Secure Storage
�.
VERITAS DEFENSE SOLUTIONS, LLC
GIS Capability
Standard Parcel Mapping
GIS Sync: Direct API links to
existing City GIS maps
3. Responsibility & 5ecurity Matrix
A clear division of labor ensures project continuity and protects the integrity of the City's data.
Under the Turnkey Model (Option A), VDS assumes full responsibility for:
• Encryption: AES-256 bit data-at-rest encryption for all legal documents.
• Uptime: Guarantee of 94.9% system availability, excluding scheduled maintenance.
• Redundancy: Off-site backups to prevent data loss.
• User Access: Implementation of Multi-Factor Authentication (MFA) for all Ciry personnel.
Under the Internal Cloud Model (Option B), the City of Fort Worth assumes responsibility for:
• Provisioning: Granting VDS technical teams access to the designated cloud environment.
• Infrastructure Costs: Direct payment to third-party cloud providers (AWS/Azure).
• Hardware Security: Server-side firewall and network-level security configurations.
4. Summary of Technical Value
The VDS Portal is more than a delivery method; it is a Project Management Multiplier. By investing
in this infrastructure, the City of Fort Worth transitions from passive document receipt to active data
intelligence. Whether through the streamlined Turnkey Model or the sovereign Internal Cloud Model,
VDS provides the technological foundation required for modern, high-volume municipal land
management.
�
Customer Success 24-hour email response 4-hour priority response +
(Standard Business Hours) Quarterly Training
F�RT��RTHo
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: Veritas Defense Solutions
SubjeCt of the Agreement: New Vendor Service Agreement with Veritas Defense Solutions to receive
owner soft title services for Property Management.
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 "PermanenY'? *Yes ❑ No 0
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.
EffeCtlVe Date: Date of Ctiy Assistant City Manager signs ExplratlOri Date: one year after ACM signature
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.
Proj ect 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 processin� in the followin� order:
1. Katherine Cenicola (Approver)
2. Jannette S. Goodall (Signer)
3. Allison Tidwell (Form Filler)
*Indicates the information is required and if the information is not provided, the contract will be
returned to the department.