Loading...
HomeMy WebLinkAbout064770 - General - Contract - Buyers BarricadesCSC No. 64770 �R�` �RTH� VENDOR SERVICES AGREEMENT This NON-EXCLUSIVE 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 Buyers Barricades, Inc. ("Vendor"), each individually referred to as a"party" and collectively referred to as the "parties." 1. Scope of Services. Vendor shall provide rental and purchase of traffic control equipment ("Services"), as 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 year, beginning on the date that this Agreement is executed by the City's Assistant City Manager and expiring one year later, unless terminated earlier in accordance with the Agreement ("Initial Term"). City will have the option, in its sole discretion, to renew this Agreement under the same terms and conditions, for up to four (4) one-year renewal option (s) (each a"Renewal Term"). 3. Compensation. City will pay Vendor in accordance with the provisions of this Agreement, including Exhibit "B," which is attached hereto and incorporated herein for all purposes. Total compensation under this Agreement will not exceed One Million, Five Hundred Ten and Thousand Dollars ($1,510,000.00). Vendor acknowledges that this is a non-exclusive agreement and there is no guarantee of any specific amount of purchase. Further, vendor recognizes that the amount stated above is the total amount of funds available, collectively, for any Vendor that enters into an agreement with the City under the relevant M&C and that once the full amount has been exhausted, whether individually or collectively, funds have therefore been exhausted under this Agreement as well. 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-appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement will terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. OFFICIAL RECORD CITY SECRETARY Vendar Services Agreement Page 1 of 24 FT. WORTH, TX 4.3 Duties and Obliqations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date, City will pay Vendor for services actually rendered up to the effective date of termination and Vendor will continue to provide City with services requested by City and in accordance with this Agreement up to the effective date of termination. Upon termination of this Agreement for any reason, Vendor will provide City with copies of all completed or partially completed documents prepared under this Agreement. In the event Vendor has received access to City Information or data as a requirement to perform services hereunder, Vendor will return all City provided data to City in a machine readable format or other format deemed acceptable to City. 5. Disclosure of Conflicts and Confidential Information. 5.1 Disclosure of Conflicts. Vendor hereby warrants to City that Vendor has made full disclosure in writing of any existing or potential conflicts of interest related to Vendor's services under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this Agreement, Vendor hereby agrees immediately to make full disclosure to City in writing. 5.2 Confidential Information. Vendor, for itself and its officers, agents and employees, agrees that it will treat all information provided to it by City ("City Information") as confidential and will not disclose any such information to a third party without the prior written approval of City. 5.3 Public Information Act. City is a government entity under the laws of the State of Texas and all documents held or maintained by City are subject to disclosure under the Texas Public Information Act. In the event there is a request for information marked Confidential or Proprietary, City will promptly notify Vendor. It will be the responsibility of Vendor to submit reasons objecting to disclosure. A determination on whether such reasons are sufficient will not be decided by City, but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction. 5.4 Unauthorized Access. Vendor must store and maintain City Information in a secure manner and will not allow unauthorized users to access, modify, delete or otherwise corrupt City Information in any way. Vendor must notify City immediately if the security or integrity of any City Information has been compromised or is believed to have been compromised, in which event, Vendor will, in good faith, use all commercially reasonable efforts to cooperate with City in identifying what information has been accessed by unauthorized means and will fully cooperate with City to protect such City Information from further unauthorized disclosure. 6. Riqht 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. Vendor Services Agreement Page 2 of 24 7. Independent Contractor. It is expressly understood and agreed that Vendor will operate as an independent contractor as to all rights and privileges and work performed under this Agreement, and not as 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, contractors, or contractors. 8. Liabilitv and Indemnification. 8.1 L/ABILITY - VENDOR W/LL BE LIABLE AND RESPONS/BLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL /NJURY, INCLUD/NG DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE OR /NTENTIONAL M/SCONDUCT OF VENDOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.2 GENERAL INDEMNIF/CATION - VENDOR HEREBY COVENANTS AND AGREES TO /NDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CLA/MS OR LAWSUITS OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR E/THER PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO VENDOR'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUD/NG DEATH, TO ANY AND ALL PERSONS, ARIS/NG OUT OF OR /N CONNECT/ON WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF VENDOR, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. 8.3 INTELLECTUAL PROPERTY INDEMNIFICATION — Vendor agrees to defend, settle, or pay, at its own cost and expense, any claim or action against City for infringement of any patent, copyright, trade mark, trade secret, or similar property right arising from City's use of the software and/or documentation in accordance with this Agreement, it being understood that this agreement to defend, settle or pay will not apply if City modifies or misuses the software and/or documentation. So long as Vendor bears the cost and expense of payment for claims or actions against City pursuant to this section, Vendor will have the right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, Vendor Services Agreement Page 3 of 24 City will have the right to fully participate in any and all such settlement, negotiations, or lawsuit as necessary to protect City's interest, and City agrees to cooperate with Vendor in doing so. In the event City, for whatever reason, assumes the responsibility for payment of costs and expenses for any claim or action brought against City for infringement arising under this Agreement, City will have the sole right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, Vendor will fully participate and cooperate with City in defense of such claim or action. City agrees to give Vendor timely written notice of any such claim or action, with copies of all papers City may receive relating thereto. Notwithstanding the foregoing, City's assumption of payment of costs or expenses will not eliminate Vendor's duty to indemnify City under this Agreement. If the software and/or documentation or any part thereof is held to infringe and the use thereof is enjoined or restrained or, if as a result of a settlement or compromise, such use is materially adversely restricted, Vendor will, at its own expense and as City's sole remedy, either: (a) procure for City the right to continue to use the software and/or documentation; or (b) modify the software and/or documentation to make it non-infringing, provided that such modification does not materially adversely affect City's authorized use of the software and/or documentation; or (c) replace the software and/or documentation with equally suitable, compatible, and functionally equivalent non-infringing software and/or documentation at no additional charge to City; or (d) if none of the foregoing alternatives is reasonably available to Vendor terminate this Agreement, and refund all amounts paid to Vendor by City, subsequent to which termination City may seek any and all remedies available to City under law. 9. Assiqnment and Subcontractinq. 9.1 Assiqnment. 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 Coveraae and Limits (a) Commercial General Liability: $1,000,000 - Each Occurrence Vendor Services Agreement Page 4 of 24 $2,000,000 - Aggregate (b) Automobile Liability: $1,000,000 - Each occurrence on a combined single limit basis Coverage will be on any vehicle used by Vendor, or its employees, agents, or representatives in the course of providing Services under this Agreement. "Any vehicle" will be any vehicle owned, hired and non- owned. (c) Worker's Compensation: Statutory limits according to the Texas Workers' Compensation Act or any other state workers' compensation laws where the Services are being performed Employers' liability $100,000 - Bodily Injury by accident; each accident/occurrence $100,000 - Bodily Injury by disease; each employee $500,000 - Bodily Injury by disease; policy limit (d) Professional Liability (Errors & Omissions): $1,000,000 - Each Claim Limit $1,000,000 - Aggregate Limit Professional Liability coverage may be provided through an endorsement to the Commercial General Liability (CGL) policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage must be claims-made, and maintained for the duration of the contractual agreement and for two (2) years following completion of services provided. An annual certificate of insurance must be submitted to City to evidence coverage. 10.2 General 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 Risk Manager, City of Fort Worth, 200 Texas Street, Fort Worth, Vendor Services Agreement Page 5 of 24 Texas 76102, with copies to the Fort Worth City Attorney at the same address. (d) The insurers for all policies must be licensed and/or approved to do business in the State of Texas. All insurers must have a minimum rating of A- VII in the current A.M. Best Key Rating Guide, or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of Risk Management is required. (e) Any failure on the part of City to request required insurance documentation will not constitute a waiver of the insurance requirement. (f) Certificates of Insurance evidencing that Vendor has obtained all required insurance will be delivered to the City prior to Vendor proceeding with any work pursuant to this Agreement. 11. Compliance with Laws. Ordinances. Rules and Reaulations. Vendor agrees that in the performance of its obligations hereunder, it will comply with all applicable federal, state and local laws, ordinances, rules and regulations and that any work it produces in connection with this Agreement will also comply with all applicable federal, state and local laws, ordinances, rules and regulations. If City notifies Vendor of any violation of such laws, ordinances, rules or regulations, Vendor must immediately desist from and correct the violation. 12. Non-Discrimination Covenant. Vendor, for itself, its personal representatives, assigns, contractors, subcontractors, and successors in interest, as part of the consideration herein, agrees that in the performance of Vendor's duties and obligations hereunder, it will not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. IF ANY CLAIM ARISES FROM AN ALLEGED VIOLATION OF THIS NON- DISCRIMINATION COVENANT BY VENDOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, CONTRACTORS, SUBCONTRACTORS, OR SUCCESSORS IN INTEREST, VENDOR AGREES TO ASSUME SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS FROM SUCH CLAIM. 13. Notices. Notices required pursuant to the provisions of this Agreement will be conclusively determined to have been delivered when (1) hand-delivered to the other party, its agents, employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the transmission, or (3) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: To CITY: City of Fort Worth Attn: Assistant City Manager 100 Fort Worth Trail Fort Worth, TX 76102-6314 Facsimile: (817) 392-8654 To VENDOR: Buyers Barricades, Inc. Attn: Cole Benton 7409 Baker Blvd. Richland Hills, Texas 76118 With copy to Fort Worth City Attorney's Office Facsimile: at same address Vendor Services Agreement Page 6 of 24 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. Governina 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. Severabilit�r. 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 EvenY'). The performance of any such obligation is suspended during the period of, and only to the extent of, such prevention or hindrance, provided the affected Party provides notice of the Force Majeure Event, and an explanation as to how it prevents or hinders the Party's performance, as soon as reasonably possible after the occurrence of the Force Majeure Event, with the reasonableness of such notice to be determined by the City in its sole discretion. The notice required by this section must be addressed and delivered in accordance with Section 13 of this Agreement. 20. Headinqs not Controllinq. 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 Vendor Services Agreement Page 7 of 24 that any ambiguities are to be resolved against the drafting party will not be employed in the interpretation of this Agreement or Exhibits A and B. 22. Amendments / Modifications / Extensions. No amendment, modification, or extension of this Agreement will be binding upon a party hereto unless set forth in a written instrument, which is executed by an authorized representative of each party. 23. Counterparts. This Agreement may be executed in one or more counterparts and each counterpart will, for all purposes, be deemed an original, but all such counterparts will together constitute one and the same instrument. 24. 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. Immiqration 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 FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY VENDOR, VENDOR'S EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, OR AGENTS. City, upon written notice to Vendor, will have the right to immediately terminate this Agreement for violations of this provision by Vendor. 26. Ownershia 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. Siqnature 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 Vendor Services Agreement Page 8 of 24 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. Chanae in Companv Name or Ownership. Vendor must notify City's Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records. The president of Vendor or authorized official must sign the letter. A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of director's resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the specified documentation so may adversely impact future invoice payments. 29. No Bovcott of Israel. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" has the meanings ascribed to those terms in Section 2271 of the Texas Government Code. By signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the Agreement. 30. Prohibition on Bovcottinq Enerqv Companies. Vendor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to City that Vendor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 31. Prohibition on Discrimination Aaainst Firearm and Ammunition Industries. Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to City that Vendor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 32. Electronic Siqnatures. 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 Vendor Services Agreement Page 9 of 24 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 Aqreement. This Agreement contains the entire understanding and agreement between City and Vendor, their assigns and successors in interest, as to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. (signature page follows) Vendor Services Agreement Page 10 of 24 ACCEPTED AND AGREED: CITY OF FORT WORTH: ��� By. 02/20/2026 Name: Jesica McEachern Title: Assistant City Manager Date: APPROVAL RECOMMENDED: By: c��:.�"�-'�.,,z,zna�4Y�'A2.oA Name: Chris Harder Title: Water Director ATTEST: �°n a''O� pOkT�9ap oa ;�o .�d � .�..Xz.�a�.3'°° °=d ((\�� Paa*000 oo*p aaIlp nEXP?o�°'4 BY= Name: Jannette Goodall Title: City Secretary VENDOR: Buyers Barricades, Inc. gy. Ce�2 �o.n.�'rL Name: Cole Benton Title: Director of Estimating Date: 02/11, 2026 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' �e y-iKa %�4Ked Name: Regina Jones Title: Contract Compliance Specialist APPROVED AS TO FORM AND LEGALITY: ��,...�_._.__ gy. Stephen Hines (Feb 16, 2026 10:42:13 CST) Name: Stephen Hines Title: Sr. Assistant City Attorney CONTRACT AUTHORIZATION: M8�C: 26-0067 Form 1295: 2025-1402473 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Vendor Services Agreement Page 11 of 24 EXHIBIT A SCOPE OF SERVICES CITY OF FORT WORTH - PURCHASING DIVISION SCOPE OF SERVICES RFP Re£ #: 26-0021 Doc. Ref#: RFP-02 Page 10 of 10 RFP Title: Rental and Purchase of Traffic Control Equipment 1.0 INTRODUCTION AND PURPOSE 1.1 The purpose of this solicitation is to establish an annual contract for the rental and purchase of traffic control equipment and safety wearables including but not limited to barricades, cones, barrels, signs, and high visibility clothing to be used by various City departments for work zone and traffic management. 1.2 Vendor shall provide all equipment, delivery, setup (if applicable), pickup, and related services as specified herein. 2.0 BACKGROUND 2.1 The City of Fort Worth requires traffic control equipment to support various public works, utilities, transportation, and event operations throughout the City. These items are used to safely manage pedestrian and vehicular traffic in and around construction zones, maintenance sites, street closures, detours, and community events. 2.2 The City currently utilizes a combination of owned and rented traffic control devices, including barricades, cones, barrels, and temporary signage. However, due to the varying scale and frequency of projects, it is not cost-effective to maintain sufficient inventory for every situation. Therefore, the City seeks to establish an annual agreement to: 2.2.1 Purchase commonly used traffic control devices and safety wearables for permanent inventory replenishment, and 2.2.2 Rent equipment as needed for short-term or project-specific use, including delivery and pickup at job sites. Vendar Services Agreement Page 12 of 24 3.0 SCOPE OF SERVICES 3.1 No Brand Preference - Specifications are written to describe minimum acceptable standards; equivalent products that meet or exceed performance requirements will be accepted. 3.1.1 The Senior Purchasing Manager (SPM) or designee will evaluate "equal" products on the basis of information furnished by the bidder or identified in the bid and reasonably available to the SPM. The SPM or designee is not responsible for locating or obtaining any information not identified in the offer. 3.2 Delivery Locations will be citywide, various job or event sites within the city limits. 3.3 Rental Specifications 3.3.1 All equipment shall be furnished, delivered and removed by the Vendor. 3.3.2 All items shall be clean, functional, free of damage, graffiti and excessive wear. 3.3.3 City is not responsible for ordinary wear and tear. 3.3.4 Vendor must replace any defective or unsafe item within four (4) hours of notification at no cost to the City. 3.3.5 Rental rates shall be quoted per day, week, and month, including all maintenance and cleaning. 3.3.6 Vendor is solely responsible for loss, theft, or damage to rental equipment. The City will not pay replacement costs for missing or damaged equipment unless caused by City negligence and confirmed in writing. 3.4 Purchase Specifications 3.4.1 All items shall be new and unused unless otherwise specified in writing. 3.4.2 Vendor shall provide manufacturer warranty information for each item. 3.4.3 Delivery shall be to City warehouse or project site. Professional Services Agreement MAXIMUS Consulting Services, Inc., Page 13 of 24 3.4.4 Vendor shall provide product data sheet for all items upon request. 3.4.5 Packaging shall be suitable for storage and protection from weather. 3.4.6 Optional assembly, setup or demonstration shall be included in the unit price, if applicable. 3.5 Delivery and Pickup Response Time 3.5.1 Standard delivery is within 24-48 hours of order placement. 3.5.2 Emergency delivery is within 4-6 hours upon request. Vendor shall respond to emergency request within one (1) hour of the request. 3.5.3 Vendor shall pickup/remove all equipment within 48 hours of notice. The City will not pay for any rental charges accruing after the documented date and time of pickup notification to the Vendor. 3.5.4 Vendor shall install all traffic control equipment/devices in compliance with an appropriate MUTCD typical application or site specific traffic control plan. 3.5.5 Vendor shall ensure that the site is maintained twice weekly in high traffic areas and once weekly in low traffic areas. This service must be provided at no additional cost to the City. 3.6 Service Hours — Normal Business hours (8AM-SPM, Monday through Friday). Vendor shall be able to provide after-hours delivery upon request. 3.7 Inspection — The City reserves the right to inspect and reject damaged, unsafe, or non-conforming equipment. 3.8 Permits and Compliance — Vendor shall comply with all applicable federal, state, and local laws, including Occupational Safety and Health Administration (OSHA) and Manual on Uniform Traffic Control Devices (MUTCD) standards. 3.9 Ownership 3.9.1 Rental items remain the property of vendor. Professional Services Agreement MAXIMUS Consulting Services, Inc., Page 14 of 24 3.9.2 Purchased items become City property upon acceptance and payment. 3.10 Services Provided by the City of Fort Worth 3.10.1 The City will provide a traffic control plan with the Purchase Order whenever available. 3.10.2 If a traffic control plan is not provided by the City, the Vendor shall prepare one and submit it to the City contact listed on the Purchase Order for review and approval prior to equipment delivery. 3.10.3 The Vendor's traffic control plan, if required, shall comply with all applicable MUTCD requirements and City standards. 4.0 PRODUCT SPECIFICATIONS 4.1 Type I/II Barricade — Plastic or metal frame with reflective sheeting. MUTCD compliant, NCHRP 350/MASH approved 4.2 Type III Barricade — 8ft width, 3 reflective rails, plastic or metal. MUTCD compliant, breakaway design. 4.3 Traffic Cone — 28" min height, fluorescent orange PVC with reflective bands. MUTCD compliant, weighted base 4.4 Channelizing Barrel (Drum) — High density plastic, 36" height with 4 reflective stripes, weighted base 4.5 Sign Stand — Portable, foldable, capable of holding 36x36 or 48x48 sign. NCHRP 350/MASH approved 4.6 Temporary Traffic Sign — Aluminum or reflective roll-up, legends per TMUTCD ("Road Work Ahead"). Retroreflective sheeting Type IV minimum 4.7 Traf�c Cone — 28" min height, fluorescent green PVC with reflective bands. MUTCD compliant, weighted base 4.8 Traffic Cone — 18" min height, fluorescent orange PVC with reflective bands. MUTCD compliant, weighted base Professional Services Agreement MAXIMUS Consulting Services, Inc., Page 15 of 24 4.9 Temporary Fence Panels — 6' minimum height and 12' minimum width, free standing aluminum panels, a minimum of two (2) 60 pound sand bags to be provided per 12 feet of fence panel 4.10 Class II and III high visibility safety wear shall meet ANSI/ISEA 1072020 requirements. Examples of safety wearables may include high visibility vest, jackets and accessories that meet the required standards; equivalent or high rated products may be accepted 4.11 Additional Traffic Barricade Equipment Specifications 4.11.1 Arrow Boards — Shall be equivalent to Wanco Model WTSP55- LSA or approved equal 4.11.2 Vertical Panels — Equivalent to Plasticade Mode14100-36-EG Gemstone or approved equal, with 301b rubber base included 4.11.3 Two-Way Sign Toppers — Equivalent to Model W6-4, 18 in X 12 in, 3M Engineer Grade Reflective Aluminum or approved equal 4.11.4 Type I, II, III Barricades — Plastic "A"-frame or polyethylene; Type III barricades shall use Telespar or angle-iron uprights, high-density polyethylene boards, and reflective sheeting in Engineer, High-Intensity, or Diamond Grade 4.11.5 Barrels (Drums) — High-density polyethylene, 39-40 in height X 23-24 in width, approx. 81b, 4-6 in reflective bands, with tire- ring base 4.11.6 Sign Stands — Equivalent to Plasticade Models SS420A (small) and SS620A (large) or approved equal 4.11.7 Signs — Aluminum or roll-up reflective signs per MUTCD color and legend requirements; 24 in X 24 in (min) for small and 36 in X 36 in (min) for large signs. For bidder purposes, "Small Signs" are defined as minimum 24x24 reflective sign and "Large Signs" are defined as a minimum 36x36 reflective sign. 5.0 METHOD OF AWARD - Proposals will be evaluated based on "best value" to the City. Any Proposals that receive less than 50% of the total available points, excluding price points, will be considered non-responsive. Professional Services Agreement MAXIMUS Consulting Services, Inc., Page 16 of 24 6.0 EVALUATION FACTORS 6.1 To be considered, the Proposer must submit a complete Proposal by the stated deadline and in accordance with all Proposal requirements. All required documentation must be included for evaluation. Proposals that meet these requirements will be evaluated based on the criteria listed below. 6.1.1 Pricing — up to 30 points available 6.1.2 Delivery and Response Time - up to 15 points available 6.1.3 Experience and Capability — up to 20 points available 6.1.4 Compliance with MUTCD/TxDOT standards — up to 10 points available 6.1.5 Small Business Goal — up to 25 points available 6.1.5.1 The criteria will be evaluated using a tiered point structure based on the percentage of Small Business participation proposed by the bidder. Points will be awarded according to the following tiers: ■ 25 points - SB participation greater than 30% ■ 20 points - SB participation between 30% and 20% ■ 15 points - SB participation between 19% and 10% ■ 10 points — SB participation between 9% and 10% 7.0 PRICING STRUCTURE 7.1 Bidders shall submit pricing in accordance with the format provided in the Bid Table. All pricing shall be clearly identified and shall represent the full cost to furnish, deliver, and, if applicable, remove the specified equipment and services. Prices shall include all labor, materials, supplies, fuel, delivery, overhead, and profit. No additional charges will be allowed unless specifically authorized in writing by the City. 7.2 Pricing must be provided on a unit-cost basis for each line item, as listed in the Bid Table. Professional Services Agreement MAXIMUS Consulting Services, Inc., Page 17 of 24 7.2.1 Bidders shall provide the following where applicable: 7.2.1.1 Rental Rates: Per-day, per-week, and per-month rates for each item. All rental rates shall be quoted on a per day basis, calculated as a 24-hour period beginning at time of delivery. The City will not pay for weekends or holidays unless the equipment remains in use on site. 7.2.1.2 Purchase Prices: Unit price per item for outright purchase. 7.2.1.3 Service Fees: Separate pricing for delivery, pickup, after-hours, and emergency response, if offered. 7.2.1.4 Optional Items: Any additional related items or services may be listed separately under "Optional Pricing." 7.3 Bidder may propose alternative or value-added pricing options (e.g., multi-year discounts, trade-in credits, bundled services) provided such alternatives are clearly described and separately identified. These will be considered only if they do not conflict with the base pricing requirements. Professional Services Agreement MAXIMUS Consulting Services, Inc., Page 18 of 24 EXHIBIT B PAYMENT SCHEDULE Vendors Name-Buyers Barricades Line Ifem Descripiion Unit of Measure Estimated Rental Rate Toial Cosf - Purchase Uni[ Tofal Cosf - Meets MUTCD Rental Rental Comments Quan[i[y (Per Day) Ren[al Ra[e Price Purchase Price (Y/N) Ra[e (Per Rate (Per (Per Day) Week) Mon[h) 1 Barricade, Type I or II Each 862 $5.00 54,310.00 584.18 $72,563.16 Yes 535.00 5150.00 2 Barricade, Type III Each 24966 $2.50 $62,415.00 $205.00 $S,11S,030.00 Ves $17.50 $75.00 3 Traffic Cone, 28" Reflective Each 550 50.75 541250 520.44 $11,24L00 Ves $5.25 522.50 4 Traffic Cone, 28" ReFlective, Green Each 250 N/A N/!1 $21.95 $5,487.50 Ves N/A N/A 5 Traffic Cone, 18" Reflective Each 300 N/A N/A $10.99 $3,297.00 Ves N/A N/A 6 Channelizing Barrel with Base (HDPE) Each 2750 $2.25 $6,187.50 $39.50 $lOS,625.00 Ves $15.75 $67.50 7 Sign Stand (Portable/Flexstan Plasticade) Each 15502 $2.65 $49,030.30 $181.14 $3,351,452.28 Ves $18.55 $79.50 Temporary Warning Sign, (Small & Large, per 8 legend) Each 49 N/A N/A N/A N/A N/A N/A N/A 9 Flashing Light (Type A/C, Solaror Battery) Each 25 $0.73 $1825 $14.34 $358.50 Ves $5.11 $21.90 10 Emergency Delivery and Set up (Per Request) Each 635 0 �a,QO $299.00 5189,865.00 A Historically this line item is strictly utilized in rental. 11 After-Hours Delivery/Pickup (PerTrip) Each 650 0 , 00 $299.00 $194,350.00 A Historically this line item is svictly utilized in rental. Arrow Board, Electric, towable orportable, mlar or battery powered, Wanco WTSP55-LSA or 12 equivalent Each 13 Vercical Panel (Plasticade or Equivalent) Each Two-Way Sign Topper, Mofel W6-4, 3M or 14 equivalent Each 15 Temporary Fence Panels, 6x12 Each Class 3 Long Sleeve Pullover Hoodie, Polyester& 16 Spandex, Lime, Pyramex RLPH110orequivalent Each Class 2 Vest Hi-Vis Lime Vest with Reflective Tape, Med-XL, Pyramex RCA2510M RCA25 Series or 17 equivalent Each Small Signs (24x24 minimum, roll up or rigid, 1S reFlectiveperMUTCD) Each Large Signs (36x36 minimum, roll up or ridgid, 19 reflectiveperMUTCD) Each 10'T-IegSingle Stand, compatible with 36x36and 20 4Sx48signs,roll-uporridgid Each Detour5ign, 48X18, Aluminum or roll-up reflective sign face meeting at lease ASTM TYPe IV 21 reflective sheeting Each Double Detour5ign 48X18, Aluminum or roll-up reFlective sign face meeting at lease ASTM Type IV 22 reflective sheeting Each Detour Sign 36X36, Aluminum or roll-up reflective sign face meeting at lease ASTM Type IV reflective 23 sheeting Ea[h Detour 30x24, Aluminum or roll-up reflective sign face meeting at lease AS7M Type IV reFlective 24 sheeting Each Road Closed, large sign, Aluminum orroll-up reFlective sign face meeting at lease ASTM Type IV 25 reFlective sheeting Each Road Closed to Thru Traffic TXDOT, AI uminum or roll-up reflective sign face meeting at lease ASTM 26 Type IV reflective sheeting Each 27 Anchor bolts 4" X 3.8 Each 2S FG3001G Curb End Cap Base Vellow orequivalent Each FG336 Vel EFX Vel FHIP 3x9 Wrap 2 Ea, or 29 equivaleni Each 30 FG300CurblGVelw/VelLensorequivalent Each 31 Navigator, Channelizer Each Development of Site Plan and PeYmit Fee (When 32 Required) Each Mobilization cost during normal work hours (includes delivery, setup,maintaining site, and 33 pick-upoftrafficcontroldevices) Each TOTALS Followingthe award, the City may purchase additional items within the same general category. Please indicate your pricing approach for any additional items: Select one: No, no discount will be applied to additional N/A items purchased afterthe award. Yes, a 15 % discount will be applied to VCS additional items purchased afterthe award. 2325 $15.00 $34,875.00 $4,780.00 $11,113,500.00 Ves �000 $iso Slo,soo.00 9aa.oz $aoi,iao.00 ves 3050 $250 $7,625.00 $46.02 $140,361.00 Ves 600 $1.99 $1,194.00 $142.53 $85,518.00 Ves 100 $39.46 $3,946.00 75 N $12.53 $96L25 10170 $1.50 $15,255.00 $6.00 $61,020.00 Ves 15000 51.75 $26,250.00 $6.00 590,000.00 Ves 240 $1.35 $324.00 $138.00 $33,120.00 Ves $105.00 $450.00 $io.so $as.00 $17.50 $75.00 $13.93 $59.70 N/A N/A N N $10.50 $45.00 $12.25 $52.50 $9.45 $40.50 ao N/a N/a S�z.00 3z,sso.00 ves N/a rv/n 60 N/A N/A 572.00 $4,320.00 Ves N/A N/A eo N/a N/n 5ios.00 Se,aso.00 ves N/a N/a 60 N/A N/A $60.00 $3,600.00 Ves N/A N/A so N/a N/n 5izo.00 56,000.0o ves N/a N/q 20 N/A N/A 5150.00 240 N/A N/A $3.35 20 N/A N/A $20.23 300 N/A N/A $69.60 60 N/A N/A $151.32 i000 Sls.00 Sis,000.o0 54e.00 600 .00 , 00. $150.00 700 9.00 $i[Jy,300. $299.00 $916,9ll.55 PROPRIETARY $3,000.00 Ves N/A N/A $804.00 Yes N/A N/A $404.60 Ves N/A N/A $20,580.00 Ves N/A N/A $9,079.20 Yes N/A N/A Sas,000.00 ves Sios.00 Suso.00 $90,000.00 A A Historicallythislineitemisstric[lyutilizedinrental. $209,300.00 A /A /A HistoricallYthislineitemisstrictlYutilizedinrental. $21,287,SS5.49 Vendor Services Agreement Page 19 of 24 REFERENCE **M&C 26- 13P RFP 26-0021 RENTAL & DATE: 1/27/2026 NO.: 0067 LOG NAME: PURCHASE OF TRAFFIC CONTROL EQUIP WATE CODE: P TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (ALL) Authorize Execution of Non-Exclusive Purchase Agreements with Buyers Barricades, Inc. and Westworth Holdings, LLC for the Rental and Purchase of Traffic Control Equipment for City Departments in a Combined Annual Amount Up to $1,510,000.00 for the Initial Term and Authorize Four, One-Year Renewal Options in the Amounts of $1,811,849.00 for the First Renewal, $2,174,219.00 for the Second Renewal, $2,609,063.00 for the Third Renewal, and $3,130,876.00 for the Fourth Renewal RECOMMENDATION: It is recommended that the City Council authorize the execution of non-exclusive purchase agreements with Buyers Barricades, Inc. and Westworth Holdings, LLC for the rental and purchase of traffic control equipment for City Departments in a combined annual amount up to $1,510,000.00 for the initial term and authorize four, one-year renewals in the amount of $1,811,849.00 for the first renewal, $2,174,219.00 for the second renewal, $2,609,063.00 for the third renewal, and $3,130,876.00 for the fourth renewal. DISCUSSION: The purpose of this Mayor and Council Communication is to authorize non-exclusive agreements for the rental and purchase of traffic control equipment, including barricades, signs, cones, and related safety apparel, for the use by the Water, Transportation & Public Works, Police, Public Events, Park & Recreation and Property Management Departments. These items will support safe work zones and roadway operations throughout the City of Fort Worth. To procure these items, the Purchasing Division issued Request for Proposals (RFP) Number 26- 0021, which included detailed specifications outlining the required traffic control equipment and associated delivery requirements. The RFP was advertised in the Fort Worth Star-Telegram every Wednesday beginning on November 12, 2025 and ending on December 3, 2025. The City received two (2) responses. An evaluation panel made up of staff from the Water and Transportation and Public Works Department reviewed and scored the submittals using Best Value criteria. Scores were averaged for each of the criteria and final scores are shown in the table below. Bidders Buyers Barricades, Inc Evaluation Factors a b c d e Total score 12 18 8.5 30 0 68.5 Professional Services Agreement MAXIMUS Consulting Services, Inc., Page 20 of 24 Westworth Holdings, LLC 11.25 15 8 14.95 20 69.2 The RFP outlined the following evaluation criteria: a. Delivery and Response time b. Experience and Capability c. Compliance with MUTCD/TxDot standards d. Pricing e. Small Business Goal Evaluation After completing the evaluation, the panel concluded that Buyers Barricades, Inc., and Westworth Holdings, LLC offered the best value to the City. As a result, the panel recommends that City Council authorize a non-exclusive agreement with Buyers Barricades, Inc., and Westworth Holdings, LLC. Based on the department's anticipated usage, staff recommends multiple non-exclusive agreements be awarded to the listed vendors to ensure demands are met in a timely manner. Under these non- exclusive agreements, the department will order services according to lowest cost and availability. Staff certifies that the recommended vendors bid met specifications. Due to market volatility caused by supply chain disruptions, it may be necessary to increase the total compensation for each annual renewal term. Therefore, it is recommended that Council authorize a total compensation increase for the renewal terms, if exercised, of 20\% each year. Department Water Police Public Events Transportation & Public Works Park & Recreation $1,000,000.00 $100,000.00 $25,000.00 $342,374.00 $29,500.00 Property Management $13,000.00 The maximum annual amount allowed under this agreement will be $1,510,000.00 for the initial term, $1,811,849.00 for the first renewal, $2,174,219.00 for the second renewal, $2,609,063.00 for the third renewal, and $3,130,876.00 for the fourth renewal; however, the actual amount used will be based on the needs of the department and available budget. Funding is budgeted in the various accounts within the participating departments operating budgets, as appropriated. SMALL BUSINESS PROGRAM: A 30 percent Small Business participation goal was established on this solicitation. Westworth Holdings LLC submitted a completed Utilization Form committing to the full 30 percent goal. Based on this commitment, Westworth Holdings LLC received the 20 points under the Small Business evaluation criteria. AGREEMENT TERMS: Upon City Council approval, this agreement shall begin upon execution and expire one year from that date. RENEWAL TERMS: This agreement may be renewed for four additional, one-year terms. This action does not require specific City Council approval provided that the City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal term. ADMINISTRATIVE CHANGE ORDER: An administrative change order or increase may be made by the City Manager up to the amount allowed by relevant law and the Fort Worth City Code and does not require specific City Council approval as long as sufficient funds have been appropriated. Estimated Annual Amount (Initial Term) Professional Services Agreement MAXIMUS Consulting Services, Inc., Page 21 of 24 This project will serve ALL COUNCIL DISTRICTS. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current operating budget, as previously appropriated, in the participating departments' Operating Funds to support the approval of the above recommendation and execution of the non-exclusive agreements. Prior to any expenditure being incurred, the participating departments have the responsibility to validate the availability of funds. BQN\\ TO �Fund Department Account Project Program Activity Budget Reference # Amount ID ID ' I Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference # Amount ID ID , Year (Chartfield 2) Reginald Zeno (8517) Submitted for Citv Manaaer's Office bv: Jesica McEachern (5804) Oriainatina Department Head: Reginald Zeno (8517) Christopher Harder (5020) Additional Information Contact: Haven Wynne (8525) Cristina Camarillo (8355) ATTACHMENTS 1-Copv of 2-RFP-06-Small Business Utilization Form V1.pdf (CFW Internal) 1295 Buvers Barricades.pdf (CFW Internal) 1295 WeStwOrth.pdf (CFW Internal) SAMS BUYERS BARRICADE.pdf (CFW Internal) SAMS WESTWORTH HOLDINGS LLC.pdf (CFW Internal) SOS BUYERS BARRICADE.pdf (CFW Internal) SOS WESTWORTH HOLDINGS LLC.pdf (CFW Internal) Professional Services Agreement MAXIMUS Consulting Services, Inc., Page 22 of 24 F�RT ��RTH� City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: Buyers Barricade, Inc. Subject of the Agreement: Vendor shall provide rental and purchase of traffic control equipment. 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. Effective Date: 2-20-2026 Expiration Date: 2/20/2027 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. N/A *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. 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