HomeMy WebLinkAbout064797 - General - Contract - Library Interiors of Texas, LLCCSC No. 64797
��� �����
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 LIBRARY INTERIORS OF TEXAS, LLC
("Vendor"), a corparation, 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. Vendor shall provide interior design services, procurement, delivery,
and installation of Furniture, Fixtures, and Equipment (FF&E) for the Sendera Springs Branch Library, a
new facility currently under construction and scheduled to open in December 2026. This project is funded
through the 2022 Bond Program under City Project No. 103980.("Services"), which are set forth in more
detail in Exhibit "A"— Scope of Services and Furniture Plan and Specifications, attached hereto and
incorporated herein for all purposes.
2. Term. The term of this Agreement shall commence on the date of signature by the City's
Assistant City Manager and expire one (1) year thereafter, unless earlier terminated as provided herein or
extended pursuant to this Section. Notwithstanding the foregoing, if the City's library project experiences
documented delays (e.g., in branch construction, permitting, or supply chain disruptions) that prevent timely
delivery or installation of the goods and services to be provided by this Agreement, the City, in its sole
discretion, may extend the term in writing for up to 6 months at a time, not to exceed a total extension of
one year from the original expiration date. Any such extension shall not increase the contract price, alter
the scope of work, or permit additional purchases beyond those specifed in the bid. The Vendor shall
provide written notice of any anticipated delays at least 30 days in advance, along with supporting
documentation.
3. Compensation.
3.1 Total compensation under this Agreement will not exceed seven hundred
thousand dollars and zero cents ($700,000).
3.2 City will pay Vendor in accordance with the Prompt Payment Act (Chapter 2251
of the Texas Government Code) and the provisions of this Agreement, including Exhibit "A."
33 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 specifed
by this Agreement unless City first approves such expenses in writing.
4. Termination. QFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Vendor Services Agreement Page 1 of 14
4.1. Written Notice. Ciry 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-Annronriation of Funds. In the event no funds or insufficient funds are
appropriated by City in any fiscal period for any payments due hereunder, City wi11 notify Vendor
of such occurrence and this Agreement will terminate on the last day of the fiscal period for which
appropriations were received without penalty or expense to City of any kind whatsoever, except as
to the portions of the payments herein agreed upon for which funds have been appropriated.
4.3 Duties and 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.
5. Disclosure of Conflicts and Confidential Information.
51 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 Confdential Information. Vendor, for itself and its ofiicers, 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 pariy 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 records held or maintained for City are subject to disclosure under the TeXas Public
Information Act. In the event there is a request far information marked Confidential or Proprietary,
City will promptly notify Vendor. It will be the responsibility of Vendor to submit reasons objecting
to disclosure to the Texas Attorney General. A determination on whether such reasons are sufficient
will not be decided by City, but by the Ofiice 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. Ri�ht 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 recards of Vendor involving transactions
Vendor Services Agreement Page 2 of 14
relating to this Agreement at no additional cost to City. Vendor agrees that City will have access during
normal working hours to a11 necessary Vendor facilities and will be provided adequate and appropriate work
space in order to conduct audits in compliance with the provisions of this section. City will give Vendor
reasonable advance notice of intended audits.
7. Independent Contractor. It is expressly understood and agreed that Vendor will operate
as an independent contractor as to all rights and privileges and wark 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 ofiicers, agents, servants,
employees, vendors, and subcontractors. Vendor acknowledges that the doctrine of respondeat superior
will not apply as between City, its off'icers, agents, servants and employees, and Vendor, its off'icers, 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 Ciry. Vendor will be responsible and liable for any and all payment and reporting of taxes on
behalf of itself, and any of its officers, agents, servants, employees, or contractors.
8. Liabilitv and Indemnification.
8.1 LIABILITY - VENDOR WILL BE LIABLE AND RESPONSIBLE FOR ANY
AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND PERSONAL INJURY,
INCL UDING, B UT NOT LIMITED TO, DEATH, TO ANY AND ALL PERSONS, OF ANY
KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED
BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL
MISCONDUCT OF VENDOR, ITS OFFICERS, REPRESENTATIVES, AGENTS,
SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS.
8.2 GENERAL INDEMNIFICATION - VENDOR HEREBY COVENANTS AND
AGREES TO INDEMNIFY, HOLD HARMLESS, AND DEFEND CITY, ITS OFFICERS,
AGENTS, REPRESENTATNES, SERVANTS, AND EMPLOYEES, FROMAND 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 ANY RESULTING LOST
PROFITS) AND PERSONAL INJURY, INCLUDING, BUT NOT LIMITED TO, DEATH, TO
ANY AND ALL PERSONS, ARISING OUT OF OR IN CONNECTION WITH THIS
AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS
OR MALFEASANCE OF VENDOR, ITS OFFICERS, AGENTS, REPRSENTATIVES,
SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS.
83 INTELLECTUAL PROPERTY INDEMNIFICATION — VENDOR AGREES
TO DEFEND, SETTLE, OR PAY, AT ITS OWN COST AND EXPENSE, ANY CLAIM OR
ACTIONAGAINST CITYFOR INFRINGEMENT OFANYPATENT, 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 APPLYIF CITYMODIFIES 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
Vendor Services Agreement Page 3 of 14
SECTION, VENDOR WILL HAVE THE RIGHT TO CONDUCT THE DEFENSE OF ANY
SUCH CLAIM OR ACTION AND ALL NEGOTIATIONS FOR ITS SETTLEMENT OR
COMPROMISE AND TO SETTLE OR COMPROMISE ANY SUCH CLAIM; HOWEVER,
CITY WILL HAVE THE RIGHT TO FULLY PARTICIPATE IN ANY AND ALL SUCH
SETTLEMENT, NEGOTIATIONS, OR LAWSUIT AS NECESSARY TO PROTECT CITY'S
INTEREST, AND CITYAGREES TO COOPERATE WITH VENDOR INDOING 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 ACTIONAND 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. CITYAGREES TO GIVE VENDOR TIMELY WRITTENNOTICE OFANYSUCH
CLAIM OR ACTION, WITH COPIES OF ALL PAPERS CITYMAY 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 L/SE
THEREOF IS ENJOINED OR RESTRAINED OR, IF AS A RESULT OF A SETTLEMENT
OR COMPROMISE, SUCH USE IS MATERIALLYADVERSELYRESTRICTED, 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
MATERIALLYADVERSELYAFFECT CITY'SAUTHORIZED USE OF THE SOFTWARE
AND/OR DOCUMENTATION; OR (C) REPLACE THE SOFTWARE AND
DOCUMENTATION WITHEQUALLYSUITABLE, 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,
SUBSEQIIENT TO WHICH TERMINATION CITYMAYSEEKANYAND ALL REMEDIES
AVAILABLE TO CITY UNDER LAW.
Assignment 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 and Assignee will be jointly liable for a11 obligations of Vendor under this Agreement prior
to the effective date of the assignment.
92 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.
Vendor Services Agreement Page 4 of 14
10. Insurance. Vendor must provide City with certificate(s) of insurance documenting
policie 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)
(b)
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
Commercial General Liability:
$1,000,000 - Each Occurrence
$2,000,000 - Aggregate
Automobile Liability:
$1,000,000 - Each occurrence on a combined single limit basis
Employers' liability
10.2
$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.
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, ofiicials, agents, and volunteers in respect to
the contracted services.
(b) The workers' compensation policy must include a Waiver of Subrogation
(Right of Recovery) in favar of City.
Vendor Services Agreement Page 5 of 14
(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, 100 Fort Worth Trail, Fort Worth, 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� Certiiicates 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 Re�ulations. Vendor agrees that in the
performance of its obligations hereunder, it wi11 comply with all applicable federal, state and 1oca1 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 REPRESENTATNES, ASSIGNS, CONTRACTORS,
SUBCONTRACTORS, OR SUCCESSORS IN INTEREST, VENDOR AGREES TO ASSUME
SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS
FROM SUCH CLAIM.
13. Notices. Notices required pursuant to the provisions of this Agreement will be
conclusively determined to have been delivered when (1) hand-delivered to the other party, its agents,
employees, servants or representatives or (2) 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:
Library Interiors of Texas, LLC
Michael Taylor
3503 Wild Cherry Dr, Building 4
Lakeway, TX 78738
michael@li-texas.com
With copy to Fort Worth City Attorney's Office at
same address
Vendor Services Agreement Page 6 of 14
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 Vendar to insist upon the performance of any term or
provision of this Agreement or to exercise any right granted herein does not constitute a waiver of City's or
Vendor's respective right to insist upon appropriate performance or to assert any such right on any future
occasion.
17. Governing Law / Venue. This Agreement will be construed in accordance with the laws
of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought pursuant to this
Agreement, venue for such action will lie in state courts located in Tarrant County, Texas or the United
States District Court for the Northern District of Texas, Fort Worth Division.
18. 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; iires; strikes; lockouts; natural disasters; wars; riots; epidemics or pandemics; government action
or inaction; orders of government; material or labor restrictions by any governmental authority;
transportation problems; restraints or prohibitions by any court, board, department, commission, or agency
of the United States or of any States; civil disturbances; other national or regional emergencies; or any other
similar cause not enumerated herein but which is beyond the reasonable control of the party whose
performance is affected (collectively, "Force Majeure Event"). The performance of any such obligation is
suspended during the period of, and only to the extent of, such prevention or hindrance, provided the
affected party provides notice of the Force Majeure Event, and an explanation as to how it prevents or
hinders the party's performance, as soon as reasonably possible after the occurrence of the Force Majeure
Event, with the reasonableness of such notice to be determined by the City in its sole discretion. The notice
required by this section must be addressed and delivered in accordance the notice section 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, Exhibit A, and Exhibit B.
Vendor Services Agreement Page 7 of 14
22. Amendments / Modifications / Extensions. No amendment, modification, or extension
of this Agreement wi11 be binding upon a party hereto unless set forth in a written instrument, which is
executed by an authorized representative of each party.
23. Entiretv of A�reement. This Agreement, including Exhibits A and B, contains the entire
understanding and agreement between City and Vendor, their assigns and successors in interest, as to the
matters contained herein. Any prior or contemporaneous oral or written agreement is hereby declared null
and void to the extent in conflict with any provision of this Agreement.
24. Counterparts. This Agreement may be executed in one or more counterparts and each
counterpart will, for all purposes, be deemed an original, but all such counterparts will together constitute
one and the same instrument.
25. 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.
26. Immigration and 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.
27. Ownership of Work Product. City will be the sole and exclusive owner of all reports,
work papers, procedures, guides, and documentation that are created, published, displayed, or produced in
conjunction with the services provided under this Agreement (collectively, "Work Product"). Further, City
will be the sole and exclusive owner of all copyright, patent, trademark, trade secret and other proprietary
rights in and to the Work Product. Ownership of the Wark 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.
28. Signature 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
Vendor Services Agreement Page 8 of 14
amendment hereto.
29. Change 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 directar's
resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the
specified documentation may adversely impact invoice payments.
30. No 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 Chapter 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.
31. Prohibition on Bovcotting Energv Companies. If Vendor has fewer than 10 employees
or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in
accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a
contract for goods or services 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.
32. Prohibition on Discrimination A�ainst Firearm and Ammunition Industries. If
Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not
apply. Vendor acknowledges that 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 $100,000
or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more
full-time employees unless the contract contains a written verification from the Vendor that it: (1) does not
have a practice, policy, guidance, or directive that discriminates against a firearm entity or frearm trade
association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm
trade association. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement,
by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to
the City that Vendor: (1) does not have a practice, policy, guidance, or directive that discriminates
against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm
entity or firearm trade association during the term of this Agreement.
33. Electronic Si�natures. This Agreement may be executed by electronic signature, which
will be considered as an original signature for all purposes and have the same force and effect as an ariginal
signature. For these purposes, "electronic signature" means electronically scanned and transmitted versions
(e.g. via pdf file or facsimile transmission) of an original signature, or signatures electronically inserted via
software such as Adobe Sign.
Vendor Services Agreement Page 9 of 14
(signature page follows)
(remainder of this page intentionally left blank)
Vendor Services Agreement Page 10 of 14
IN WITNESS WHEREOF, the parties hereto have executed this Agreement in multiples.
CITY OF FORT WORTH:
B}�: Dana Bura�` b 27. 2026 47:37 CS�
Name: Dana Burghdoff
Title: Assistant City Manager
Date: ����������
VENDOR:
Library Interiors of Texas, LLC:
Mi�h�el TT�ylo�
gy; Michael J Taylor (Feb 25, 2026 14:1$:44 CST)
Name: Michael Taylor
Title: Vice President
Date: ����������
FOR CITY OF FORT WORTH INTERNAL PROCESSES:
Approval Recommended:
,�
By; Midori Clark (Feb 26, 2026 10:53:03 CST)
Name: Midori Clark
Title: Library Director
Attest:
���`��R.. �
By.
Name: Jannette Goodall
Title: City Secretary
4F Fo`er °aa
�doo,o R,td
p,o O�do
�`� 0
�0 k'�'i� a
dPOa nE.4psq.d
Contract Authorization:
M&C: 26-0136
Date M&C Approved: 2/24/2026
Form 1295: 2026-1411579
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.
�^^� �Q ��"'
By: April Jacquez (Feb 25, 2026 13:45:57 CST)
Name: April Jacquez
Title: Sr. Contract Compliance Specialist
Approved as to Form and Legality:
�����
B : ���
Y
Name: Taylor Paris
Title: Assistant City Attorney
C�7��Cy1,1�:�X�%]:a�7
C«] � i'�'i Xy:� � ��1:�'1
FT. WORTH, TX
Vendor Services Agreement Page 11 of 14
EXHIBIT A
SCOPE OF SERVICES
Vendor will provide the City with purchasing, delivery, and installation of Furniture, Fixtures, and
Equipment (FF&E) for the Sendera Springs Branch Library, a new facility currently under
construction and scheduled to open in December 2026, for the Library Department on an "as
needed" basis.
Specifications:
1. Vendor shall have a minimum of five (5) years' experience providing FF&E services for
public libraries, schools, or municipalfacilities.
2. Vendor must adhere to the 720 Design Project General Specification underlined within
Exhibit B.
3. Vendor shall provide all services necessary for the purchase, delivery, and installation of
FF&E for the Sendera Springs Branch Library included but not limited to:
a. FF&E Layout and Specifications
i. Utilize as a basis of design the provided FF&E floor plans and specifications
provided in Exhibit B.
ii. Provide finish boards and color palettes of equal or greater quality than
basis of design for review by assigned City representative.
iii. Provide a comprehensive FF&E schedule and itemized list.
iv. Provide product data sheets, cut sheets, and finish/fabric samples for
review by assigned City representative.
v. Ensure all items meet the technical, safety, and durability standards
required for public libraries.
b. Purchasing and Project Management
i. Develop purchasing plan and timeline aligned with construction milestones.
ii. Manage ordering, logistics, delivery, and installation schedules.
iii. Track orders, manage back orders/substitutions, and handle warranty
claims.
iv. Coordinate closely with City staff, architects, and the general contractor.
c. Delivery and Installation
i. Deliver all FF&E to the project site and perform professional installation.
ii. Provide on-site supervision during installation.
iii. Remove all packaging materials and restore work areas to clean condition.
Vendor Services Agreement Page 12 of 14
d. Post-Installation Services
i. Conduct a final walkthrough with City representatives.
ii. Prepare and resolve any items as needed.
iii. Submit as-built FF&E plans, warranty documentation, and maintenance
manuals.
e. Vendor shall meet or exceed the following technical specifications:
i. General Requirements
1. Commercial-grade, high-traffic durability.
2. ADA-compliant.
3. Low volatile organic compounds (VOC), non-toxic finishes.
4. Fabrics must comply with one of the two different standards for
testing the fire resistance of materials; NFPA 701 or CAL 117.
f. Furniture Requirements
i. Seating: Ergonomic, durable, cleanable, available for all age groups.
ii. Tables and Workstations: Scratch-resistant and technology-ready.
iii. Shelving: Modular, reconfigurable, stable, and ADAaccessible.
iv. Service Desks: Ergonomic with cable management and lockable storage.
v. Collaborative Furniture: Flexible and reconfigurable for variety use.
g. Equipment Requirements
i. Technology Furniture: Power/data integration and cable management.
ii. Specialty Items: Book carts, display units, and lightweight mobile furniture.
iii. Power Integration: Underwriter Laboratories (UL)-listed and code-compliant
chargingfurniture.
Vendor Services Agreement Page 13 of 14
Responses
Success: All data is
valid!
RFP 26-0039 Sendera Springs Library Furniture Purchase and Installation
Success: All values Apple/Cerulean/C Sloping Shelf
provided #�-� Book Cai't Each BC01 300 Staff lementine/Persia Book Cart - 24"W
n Blue x 14"D x 43"H
Success: All values Rat Shelf Book
provided #�-Z Book Cart Each BCO2 300 Staff Persian Blue Cart - 36"W x
18"D x 43"H
Success: All values Sloping Book
provided #1-3 Book Cai't Each BC03 300 Staff Persian Blue Cart - 36"W x
18"D x 43"H
Corrosion gaok Retum Bin -
Success: All values Resistant p5-1/4" W x 28-
provided #1-4 Bin Each BRB01 300 Staff Aluminum with ��37' D x 39-7/8"
Black Powder H
Coat Finish
Success: All values 202 Kids and 105 Laminate Canopy
provided #1-5 Canopy Top Each CDM36 Entry Denim 8822 Top - 36"L x 24"D
x 1 1/4"T
Success: All values 202 Kids and 105 Laminate Canopy
provided #1-6 Canopy Top Each CDM72 Entry Denim 8822 Top - 72"L x 24"D
x 1 1/4"T
Success: All values Pecan Woodline Custom Table -
provided #�-� Custom Table Each CF04 208 Bus/Tech #5883 96"W x 48"D x
28.5"H
Custom Panel
Leg Computer
Custom Panel White Oak Station with
Stained to Match Cloud Design
Leg Computer End Panels
Success: All values #1-8 StatiOn with Each CF04-C 202 Kids Pecan Including Power
provided Woodline/Bellini Distribution, Wire
Cloud Design Blue/Classic
End Panels wnice/Surt �e9s, and Cabie
Management -
84"L x 48"D x
1 S"H
Success: All values Pecan Woodline Custom Tonik
provided #1-9 Custom Table Each CF04-S 300 Staff #5883 Table - 108"W x
53"D x 42.5"H
Tangerine/Artic/In QuinceChair-
Success: All values #1-10 Chalf Each CH14 202 Kids k II/Caribbean 1575"W x
provided I I/Soda
Red/Limelight 1675"D x 25"H
Success: All values Engrave Lagoon Truffle A
provided #�-� � OttOmdn Each CH15 202 Kids #14 Ottoman - 24"W
x 23.5"D x 15.5"H
Truffle B
Success: All values #�_�Z Ottoman Each CH16 202 Kids Engrave Grass Ottoman -
provided #16 18.5"W x 23.5"D
x 175H
Success: All values Engrave Truffle A
provided #1-13 Ottoman Each CH17 202Kids Tangerine#21 ��tomman-24"W
x 23.5"D x 15.5"H
Tangerine/Artic/In QuinceChair-
Success: All values #1_14 Chaif Each CH1S 202 Kids k II/Caribbean 1575"W x
provided I I/Soda
Red/Limelight 1675"D 29"H
312 Staff
Success: All values #1-15 Chalf Each CH2O Lounge/112 MWti Ink/Blue Amadeus Stack
provided Purpose/1021dea Sky/Dolphin Chair
Lab
210 Teenl222
Quiet/306
Office/308 Shell: Graphite Celebrate Stack
Success: All values #1-16 Chalf Each CH23 Office/304 Grey #9607/Legs: Chair - 1875"W x
provided Office/220 Natural Nat 19"D x 3275"H
AdWt/208
Bus/Tech/103
Holds
Oro Lounge Chair
Success: All values #1-17 Chaif Each CH50 100 Vestibule Fabric: Pebble - 35.75"W x
provided Tral Aquifer 31.25"D x
31.25"H
Success: All values Fabric: Capri Sky Kloud Lounge
provided #�-�$ Chai� Each CH51 220Adult #12/BaseCobc Chair-38"Wx
Warm Grey 28.5"D x 31"H
Success: All values Fabric: Painted Famiglia Chair -
provided #�-� 9 Chalf Each CH52 222 Quiet Moon Apogee 34"W x 35.5'D x
47"H
Fabric: Cosmos Leaf Reader
Success: All values #1-20 Chalf Each CH53 220 AdWt #13/Base Finish: Chair - 36.5"W x
provided Pewter Gray pg��D x 2525"H
Powder Coat
Inside Back and
Seat Top
Material: TYBA Lounge
Success: All values Watercobr Grid
provided #1-21 Chalf Each CH54 210 Teen Tile/Exterior Back Chair - 32"W x
and Sides 38"D x 33 3/8"H
Material: Chroma
60148
Success: All values Fabric: Chroma TYBA Ottoman -
provided #�-ZZ Ottoman Each CH54-A 210 Teen 60148 32"W x 29"D x
17"H
Seat Fabric: Swish Lounge
Success: All values Rialto Chair - 3475"W x
#1-23 Chai� Each CH55 202 Kids RIA14/Back
provided Fabric: Flare 29.�5"D x
FLE56 2�.�5"H
10 As Per Smith System $ 352.95 $ 3,529.50
Specifications
Z As Per Smith System $ 41425 $ 828.50
Specifications
3 As Per Smith System $ 482.95 $ 1,448.85
Specifications
Z As Per Kingsley $ 2,945.89 $ 5,89178
Specifications
3 As Per T2 Design $ 333.42 $ 1,000.26
Specifications
12 As Per T2 Design $ 560.75 $ 6,729.00
Specifications
Z As Per y�/atson $ 5,999.52 $ 11,999.04
Specifications
1
2
8
2
2
2
8
112
31
As Per T2 Design $ 8,058.79 $ 8,058.79
Specifications
As Per y�/atson $ 5,694.11 $ 11,388.Y
Specifications
As Per Leland $ 433.85 $ 3,470.50
Specifications
As Per NaughtOne $ 932.76 $ 1,865.52
Specifications
As Per NaughtOne $ 837.49 $ 1,674.98
Specifications
As Per NaughtOne $ 932.76 $ 1,865.52
Specifications
As Per Leland $ 528.35 $ 4,226.80
Specifications
As Per Leland $ 277.18 $ 31,044.1E
Specifications
As Per Source g 609.58 $ 18,896.98
Specifications International
4 As Per Keilhauer $ 2,669.57 $ 10,679.45
Specifications
10 As Per Nienkamper $ 2,342.60 $ 23,426.00
Specifications
3 As Per Allermuir $ 2,737.90 $ 8,213.70
Specifications
12 As Per Nienkamper $ 3,090.70 $ 37,OS8.40
Specifications
3 AS Pef David Edward $ 3,041.77 $ 9,125.31
Specifications
3 As Per David Edward $ 1,950.81 $ 5,852.43
Specifications
4 As Per Keilhauer $ 2,457.41 $ 9,829.64
Specifications
Success: All values #� 24 Chair with Each
provided Ottoman
Success: All values #1-25 BenCh Each
provided
Success: All values #1-26 Bench Each
provided
Success: All values #�_2� Cart Each
provided
Success: All values #�_2$ Study Pod Each
provided
Success: All values #1-29 Pinwheel Each
provided
Success: All values #1-30 Chai� Each
provided
Success: All values #131 Chai� Each
provided
Success: All values #132 Chair' Each
provided
Success: All values #1-33 Canopy Top Each
provided
Success: All values #1-34 Desk Each
provided
Success: All values #135 End Pdnel Each
provided
Success: All values #136 End PdnCl Each
provided
Success: All values #137 End Panel Each
provided
Success: All values #138 End Panel Each
provided
Success: All values #� 39 End PdnCl Each
provided Bundle
Success: All values #1-40 End Panel Each
provided
Success: All values #1-41 End Panel Each
provided
Success: All values #1-42 End Panel Each
provided
Success: All values #1-43 Shelving Filler Each
provided
Success: All values #1-44 ShelVing Fillel' Each
provided
Success: All values #1-45 LeCtern Each
provided
Success: All values #1-46 Siation Each
provided
Material: Spin Rocking Chair
Cobalt #5/Base with Ottoman - As Per
CH56 204 Comf Finish: Object Z9 �5"W x 30.5'D � Specifications OFS $ 3,279.73 $ 3,279.73
Source Lighting x 43.5"H
(OSL)
Y60.G2 Bench -
CHB01 204 Comf Fabric: Empress 48��W x 24"D x 1 AS Pef OFS $ 1,378.29 $ 1,378.29
Papaya Z�„H Specifications
Back Fabric: Spin Entourage Bench
CHB02 202 Kids Cobalt #5/Seat - 4725"W x 29"D Z As Per David Edward $ 3,870.86 $ 7,74172
Fabric: Nishiki x 3025"H (Per Specifications
NIH270 Piece)
CHCART01 116 Stor Black Amadeus Stack 6 As Per Leland $ 571.49 $ 3,428.94
Chair Cart Specifications
Table Top:
Laminate Pecan
Woodline/Table
Hardware: Black
Standard/Plinth
Base:Laminate StudyPod-
CHP01 220 Adult Pecan 4725"W x 50.5"D 2
Woodline/Back x49"H
Panel Fabric:
Pebble Train
Huron/Seat/Cushi
on Fabric: Nishiki
2.0 NIH270
Finish Table Top: Gee Pinwheel -
CHP02 222 Quiet Corian Solid 23"W x 29'D x 1
Surface Anodized 33"H
Aluminum
304 Office/308
CHT01 Office/306 glack Staff Task Chair 13
Office/300
Staff/200 Info
216 Study/224 Shell: Graphite Celebrate Swivel
CHT03 Conf/218 Grey Chair-21.5"W x 30
Conf/214 #9607/Frame: 19"D x 32"-
Study/212 Study Soft Chrome 33.5"H
Shell: Grephite Celebrate Swivel
CHT04 208 BuslTech #9607/F ame: Chair - 21.5"W x S
Soft Chrome 19"D x 32"H
Laminate Canopy
CSM108 208 BuslTech Denim 8822 Top - 108"L x 1
12"D x 1 1/4"T
Finish Support
Rise, Storage L-Shaped Office
Top, Rectangle Desk - Desk:
308 Office/306 Surtace and �� 5"W x 29.5"D
DK01 Office/304 Office Base Cabinet x 29.5"H - 2
Pecan Woodline Storage: 74.5"W
#58834/Leg: x 20"D x 29.5"H
Charcoal
Powdercoat
Laminate End
ED1048 105 Entry Pecan Woodline Panel with Oak 18
Edgeband-48"H
x 22"W
Laminate End
ED1066 210 Teen/220 pecan Woodline Panel with Oak 30
AdWt Edgeband-66"H
x 22"W
Laminate End
ED1248 202 Kids Pecan Woodline Panel with Oak �
Edgeband-48"H
x 24"W
Laminate End
ED1266 210 Teen Pecan Woodline Panel with Oak 4
Edgeband-66"H
x 24"W
Vertical Surtace Double Faced
Laminate: Pecan End Panel
Woodline Bundle with 3
ED1248-C 202 Kids #5883/Edging: Panels & 6 1
Wood stained to Interchangeable
Match: Pecan Games - 24"W x
Woodline #5883 48"H
Laminate End
ES1054 103 Holds Pecan Woodline Panel with Oak Z
Edgeband - 54"H
x 12"W
220 Adult/210 Laminate End
ES1066 Teen/103 Pecan Woodline Panel with Oak 10
Holds/202 Kids Edgeband - 66"H
x 12"W
Laminate End
ES1090 208 BuslTech Pecan Woodline Panel with Oak 4
Edgeband - 90"H
x 12"W
�amina[e
FP01 105 Entry Pecan Woodline Triangle Shelving 3
Filler n- 4�81/"H x
�alrilfi'd[e
FP02 210 Teen Pecan Woodline Triangle Shelving �
Filler - 66"H x
�n��w
Top and
Modesty:Pecan
112 Multi Waodline Dewey Lectem -
LEC01 purpose #5883/Edge 30"W x 27"D x 2
Urethane 37"-44"H
Standard Dove
Gray/Base: Dove
Online Public
220 AdWU210 Pecan Woodline Access Catalog
PAC01 Teen Cloud Mist ��PAC) Station - 3
34"H x 20"W x
20"D
As Per Arcadia $ 7,463.59 $ 14,927.18
Specifications
As Per Agati $ 17,134.78 $ 17,134.78
Specifications
As Per SitOnit $ 515.51 $ 6,701.63
Specifications
As Per Source
Specifications International $ 495.16 $ 14,854.80
As Per Source
Specifications Intemational $ 552.43 $ 4,419.44
As Per T2 Design $ 378.95 $ 378.95
Specifications
As Per yyatson $ 4,179.14 $ 8,35828
Specifications
As Per T2 Design $ 536.66 $ 9,659.88
Specifications
As Per T2 Design $ 691.23 $ 20,736.90
Specifications
As Per T2 Design $ 536.66 $ 536.66
Specifications
As Per T2 Design $ 691.23 $ 2,764.92
Specifications
As Per LiteZilla $ 17,746.51 $ 17,746.51
Specifications
As Per T2 Design $ 36475 $ 729.50
Specifications
As Per T2 Design $ 403.76 $ 4,037.60
Specifications
As Per T2 Design $ 516.43 $ 2,065.72
Specifications
As Per T2 Design $ 762.41 $ 2,287.23
Specifications
As Per T2 Design $ 946.99 $ 946.99
Specifications
As Per Surtaceworks $ 2,280.86 $ 4,561.72
Specifications
As Per T2 Design $ 2,889.13 $ 8,667.39
Specifications
Success: All values #1-47 Boxes Each
provided
Success: All values #1_48 Shelving Unit Each
provided
Success: All values #1-49 Shelving Unit Each
provided
Success: All values #1-50 Shelving Unit Each
provided
Success: All values #1-51 Shelving Unit Each
provided
Success: All values
provided #�-52 Shelving Unit Each
Success: All values #1-53 Station Each
provided
Success: All values #1-54 ShelVes Each
provided
Success: All values #1-55 ShelVes Each
provided
Success: All values #1-56 Shelving Unit Each
provided
Success: All values #1-57 SS1066 Each
provided
Success: All values #1-58 Shelving Unit Each
provided
Success: All values #1-59 Nook Each
provided
Success: All values #1-60 Nook Each
provided
Success: All values #1-61 TdblB Each
provided
Success: All values #1-62 Table Each
provided
Success: All values #1-63 Tdble Each
provided
Success: All values #1-64 Table Each
provided
Success: All values #1-65 Table Each
provided
Success: All values #1-66 Table Each
provided
Success: All values #1-67 Table Each
provided
Success: All values #1-68 Table Each
provided
Success: All values #1-69 Table Each
provided
Success: All values #1-70 Table Each
provided
Acrylic Storege
Boxes - 9-3/8"W
x 7-3.4"D x 8"H
P801 208 Bus/Tech Clear (�0 Boxes)/13-
5/8"W x 8"D x 9-
1/4"H (2
Boxes)/6.5"W x
7.5"D x 5.75"H (2
Mobile Shelving
SD1048M 105Entry White Unit-48"Hx
36"W x 20"D
Welded Frame
SD1066 AdulUTeen White Shelving Unit-
66"H x 36"W x
20"D
Mobile Shelving
SD1066M Teen White Unit-66"Hx
36"W x 20"D
Mobile Shelving
SD1248M 202 Kids White Unit - 48"H x
36"W x 24"D
Welded Frame
SD1266 210Teen White ShelvingUnit-
66"H x 36"W x
24"D
Pecan Woodline Self Check
SDW02 105 Entry Cloud Mist Station - 34"H x
42"W x20"D
4-Open Steel
SI1848 300 Staff Medium Grey Shelves - 36"W x
18"D x 48"H
5-Open Steel
SI1887 302 Stod104 Stor Medium Grey Shelves - 36"W x
18"D x 87"H
Welded Frame
SS1036 208 BuslTech White Shelving Unit-
36"H x 36"W x
10"D
220 AdWt/210 Welded Frame
SS1066 Teen/103 White Shelving Unit-
Holds/202 Kids 66"H x 36"W x
10"D
Welded Frame
SS1090 300 Staff/208 White Shelving Unit-
Bus/Tech 90"H x 36"W x
10"D
W hite Oak
Stained to Match Custom Reading
STC01 202 Kids Pecan Nook - 48"H x
Woodline/Waterc 30"Dx48"W
olor Grid Zest
White Oak
Stained to Match Custom Reading
STCO2 202 Kids Pecan Nook. 48"H x
Woodline/Waterc 30"Dx48"W
olor Grid Tile
Tambour Base
TA18 220 AdWt Pecan Woodline Table - 18"DIA x
18"H
Finish: Pasadena
Oak Fine Velvet
112 Multi Texture #7956- iDesign Table -
TA1872 purpose 38/Legs/Base: 72"W x 18"D x
Roman II Leg 29.75"H
Black Matte
Powder-Coated
Smooth Base
TA18-A 220 AdWt Pecan Woodline Table - 18"DIA x
18"H
Smooth Base
TA24 220 AdWt Pecan Woodline Table with In-
Surface Power-
24DIA x 16"H
Top and Base
Material Finish: Adapt Table -
TA2448 222 Quiet Pecan Woodline 24"W x 48"L x
#5883/Edge: 29"H
PVC
Top Material
Finish: Laminate Rectangular Rip
TA2490 102 Idea Lab Pecan Woodline Table - 90"W x
#5883/Legs/Base Zq��D x 28.5"H
: Charcoal Power
Coating
Top Material
Finish: Laminate
Pecan Woodline Round Lobby
TA24-A 100 Vestibule #5883/Base Table - 24"DIA x
Material Finish: 29"H
Argento Metallic
Powder Coating
TA24-B 204 Comf Finish: Pecan Side Table -
Woodline #5883 24"DIA x 18"H
Smooth Base
TA30 100 Vestibule Pecan Woodline Table - 30"DIA x
16"H
220 AdWU202 Base Table with
TA36 Kids Pecan Woodline In-Surface Power
- 36"DIA x 16"H
ity Brand, Make,
uired Color, andlor Manufacturer Unit Price Total Cost
Size
16 As Per Estey $ 892.06 $ 14,272.96
Specifications
60 As Per Estey $ 638.57 $ 3$314.20
Specifications
6 As Per Estey $ 1,000.38 $ 6,00228
Specifications
� � As Per Estey $ 859.18 $ 9,450.98
Specifications
10 As Per Estey $ 713.40 $ 7,134.00
Specifications
2 As Per T2 Design $ 5,45725 $ 10,914.50
Specifications
9 As Per Tennsco $ 267.63 $ 2,408.67
Specifications
� � As Per Tennsco $ 267.63 $ 2,943.93
Specifications
3 As Per Estey $ 279.09 $ 837.27
Specifications
�� As Per Estey $ 387.79 $ 6,592.43
Specifications
10 As Per Estey $ 501.05 $ 5,010.50
Specifications
� As Per T2 Design $ 6,893.80 $ 6,893.80
Specifications
� As Per T2 Design $ 7,961.17 $ 7,961.17
Specifications
6 As Per T2 Design $ 1,805.71 $ 10,834.26
Specifications
24 As Per Southern g 1,255.57 $ 30,133.68
Specifications Aluminum
2 As Per T2 Design $ 1,444.57 $ 2,889.14
Specifications
4 As Per T2 Design $ 2,142.77 $ 8,571.08
Specifications
3 As Per Agati $ 2,376.35 $ 7,129.05
Specifications
a As Per N/atson $ 1,657.35 $ 13,258.80
Specifications
2 As Per ERG Intemational $ 731.12 $ 1,46224
Specifications
� As Per ERG Intemational $ 772.96 $ 772.96
Specifications
2 As Per T2 Design $ 1,765.58 $ 3,531.16
Specifications
4 As Per T2 Design $ 2,527.99 $ 10,111.96
Specifications
ity Brand, Make,
uired Color, andlor Manufacturer Unit Price Total Cost
Size
Success: All values #1-71 Table
provided
Top Material
Finish: Laminate Rectangle Table
216 Study/214 Pecan Woodline With Power- As Per
Each TA3672 Study/212 Study #5883/Leg 36"W x 72"D x 3 Specifications Leland $ 3,309.88 $ 9,929.64
F h W d
inis . o0 29„H
Stain to Match
Laminate Top
Round Table (2
Top Material Tables with
Success: All values #1-72 Table Each TA42 210 Teen/103 Finish: Laminate Power and 1 �
provided Holds Pecan Woodline Table Without
#5883 Power)-42"DIA
x 29"H
Top Material
Finish: Laminate Rectangle Table
Success: All values 220 Adult/208 Pecan Woodline With Power -
provided #1-73 Table Each TA4242 gus/Tech #5883/Leg 42"W x 42"D x 6
Finish: Wood 29„H
Stain to Match
Laminate Tqp
Top Materiaf
Finish: Laminate
Pecan Woodline
Success: All values #1-74 Table Each TA42-A 202 Kids #5883/Base Quince Tabte - �
provided Material Finish: 42"Dia x 25"H
Maple Stain to
Match Laminate
ToQ
Top Makerial
Finish: Laminate
Pecan Woodline Custom Quince
Success: All values #1-75 Table Each TA42-B 202 Kids #5883/Base Table - 42"DIA x 1
provided Material Finish: z9„H
Maple Stain to
Match Laminate
ToQ
Top Malerial
Finish: Laminate
Pecan Woodline
Success: All values #1-76 Table Each TA48 202 Kids #5883/Base Quad Table - �
provided Material Finish: 48"DIA x 24"H
Maple Stain to
Match Laminate
ToQ
Top Maferial
Finish: Laminate
Success: All values Pecan Woodline Rectangle Table -
#1-77 Table Each TA48120 218 Conf #5883/Leg 36"W x120"D x 1
provided Finish: Wood 29"H
Stain to Match
Laminate Top
Success: All values #�_�$ Cart Each TACART01 116 Stor Finish: Black Table Cart - 30" x 3
provided Powder Coating 72"
Top Material
Finish: Pecan
Success: All values Woodline Square Table -
provided #1-79 Table Each TAS3636 312 Staff Lounge #5883/Base 36"W x 36"W x 3
Material Finish: 29"H
Argento Metallic
Powder Coatin,P
Top Materia(
Finish: Laminate
Success: All values Pecan Woodline Rectangle Table -
#1-80 Table Each TAS4296 224 Conf #5883/Leg 42"W x 96"D x 1
provided Finish: Wood 29"H
Stain to Match
Laminate Tq�
(Left Hand)Finish
Support Rise,
Storage Top, LShaped Office
Rectangle Desk-Desk:
Success: All values #1-81 Desk Each DK02 306 Office Surface and 71.5"W x 29.5"D �
provided Base Cabinet: x 29.5"H -
Pecan Woodline Storage: 74.5"W
#58834/Leg: x 20"D x 29.5"H
Charcoal
Powdercoat
BaBket T
Grand Total
As Per Leland $ 2,416.37 $ 2,416.37
Specifications
As Per Leland $ 2,793.79 $ 16,76274
Specifications
As Per Leland $ 850.64 $ 850.64
Specifications
As Per Leland $ 1,086.15 $ 1,086.15
Specifications
As Per TMC $ 6,201.43 $ 6,201.43
Specifications
As Per Leland $ 4,088.16 $ 4,088.16
Specifications
As Per Southem $ �,570.16 $ 4,710.48
Specifications Aluminum
As Per ERG Intemational $ 947.48 $ 2,842.44
Specifications
As Per Leland $ 3,916.12 $ 3,916.12
Specifications
As Per Watson $ 4,181.88 $ 4,181.88
Specifications
$ 640,827.33
$ 640,827.33
M&C Review
CITY COUNCIL AGEND
Create New From This M&C
Page 1 of 3
Official site of the City of Fort Worth, Texas
F��� W�o�
REFERENCE **M&C 26- 13P RFP 26-0039 SENDERA
DATE: 2/24/2026 NO.: 0136 LOG NAME: SPRINGS LIBRARY
FURNITURE PURCHASE JKC
CODE: P TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: (ALL) Authorize Execution of an Agreement with Library Interiors of Texas, LLC for the
One-Time Purchase and Installation of Library Furniture for the Sendera Springs Branch
in an Amount Up to $700,000.00 for the Library Department (2022 Bond Program)
RECOMMENDATION:
It is recommended that the City Council authorize execution of agreement with Library Interiors of
Texas, LLC for the one-time purchase and installation of library furniture for the Sendera Springs
Branch in an amount up to $700,000.00 for the Library Department (2022 Bond Program)
DISCUSSION:
The purpose of this Mayor and Council Communication (M&C) is to authorize an agreement for the
Sendera Springs Library furniture purchase and installation to provide comprehensive furniture,
fixture, and equipment (FF&E) services. These items will ensure the new library is fully furnished,
functional, and ready for public use upon opening.
Sendera Springs Branch Library project is funded through the 2022 Bond Program under City Project
No. 103980. The architectural services contract for this facility was awarded under M&C 24-0095,
which included FF&E coordination with the construction documentation. The construction contract for
this facility was awarded under M&C 25-0618, which did not include FF&E procurement or installation
services.
To procure these items, the Purchasing Division issued Request for Proposals (RFP) 26-0039, which
included detailed specifications outlining the required FF&E requirements.
The RFP was advertised in the Fort Worth Star-Telegram every Wednesday beginning on November
26, 2025 and ending on January 7, 2026. The City received two (2) responses.
An evaluation panel made up of staff from the Library, Property Management, Park and Recreation
and Code Compliance Departments 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.
� Proposer �� Evaluation Factors
a
Library
Interiors 22
of Texas,
LLC
Green
Dog Inc. � 2
d/b/a My
Unique
I�
17.6
10
c
12.3 15
6.6 0
�� Total �
d e
0 51.9
0 28.6
http://apps.cfwnet.org/council�acket/mc review.asp?ID=34179&councildate=2/24/2026 2/25/2026
M&C Review
I� Office
RFP outlined the following evaluation factors:
a. Past Performance
b. Qualifications and Experience
c. Schedule and Project Management
d. Pricing
e. Small Business Goal Evaluation
Page 2 of 3
The
After completing the evaluation, the panel concluded that Library Interiors of Texas, LLC presented
the best value to the City. Therefore, the panel recommends that Council authorize a purchase
agreement for Sendera Springs Library furniture purchase and installation to Library Interiors of
Texas, LLC. Staff certifies that the recommended vendors met the bid specifications.
The amount allowed under this agreement will be up to $700,000.00; however, the actual amount will
be based on the needs of the department and available budgets.
FUNDING: Funding is budgeted in the 2022 Bond Program Fund for the Library Department for the
purpose of funding the Far NW Library project, as appropriated.
This project is included in the 2022 Bond Program. The City's Extendable Commercial Paper (ECP)
(M&C 22-0607; Ordinance 25675-08-2022) provides liquidity to support the appropriation. Available
resources will be used to actually make any interim progress payments until debt is issued. Once
debt associated with a project is sold, debt proceeds will reimburse the interim financing source in
accordance with the statement expressing official intent to reimburse that was adopted as part of the
ordinance canvassing the bond election (Ordinance 25515-05-2022).
AGREEMENT TERMS: This M&C will authorize the City Manager or designee to execute
amendments to the Agreement solely for the purpose of extending the term for up to one-year if
necessary due to documented project delays (e.g., construction setbacks or supply chain issues) that
impact furniture delivery or installation, provided such extensions do not increase the total contract
amount or alter the scope beyond the original bid, and are funded solely from the approved bond
proceeds.
SMALL BUSINESS PROGRAM: A 30 percent Small Business participation goal was established on
this solicitation. No bidder received points under the Small Business evaluation criteria.
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.
The Sendera Springs Library is located in Council District 10 but serves all Fort Worth residents.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that funds are available in the current capital budget, as previously
appropriated, in the 2022 Bond Program Fund for the Far NW Library project to support the approval
of the above recommendation and award of the contract. Prior to any expenditure being incurred, the
Library Department has the responsibility to validate the availability of funds.
BQN\\
TO
Fund Department Account
ID
FROM
Fund Department Account
ID
Project
ID
Project
ID
Program � Activity
Program � Activity
Budget Reference #
Year (Chartfield 2)
Budget Reference #
Year (Chartfield 2)
Amount
Amount
http://apps.cfwnet.org/council�acket/mc review.asp?ID=34179&councildate=2/24/2026 2/25/2026
M&C Review
Submitted for Citv Manaqer's Office bv:
Oripinatinq Department Head:
Additional Information Contact:
Reginald Zeno (8517)
Dana Burghdoff (8018)
Reginald Zeno (8517)
Midori Clark (7707)
Haven Wynne (8525)
Jaysea Coates (6159)
Page 3 of 3
ATTACHMENTS
1295 LITX.pdf (CFW Internal)
13P RFP 26-0039 SENDERA SPRINGS LIBRARY FURNITURE PURCHASE JKC funds
avail.docx (CFW Internal)
6. FID Table Sendera Sprinqs FF&E.xlsx (CFW Internal)
SAMs 1.20.26.pdf (CFW Internal)
SOS 1.20.26.pdf (CFW Internal)
http://apps.cfwnet.org/council�acket/mc review.asp?ID=34179&councildate=2/24/2026 2/25/2026
CERTIFICATE OF INTERESTED PARTIES
Complete Nos. 1- 4 and 6 if there are interested parties.
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties.
1 Name of business entiry filing form, and the ciry, state and country of the business entiry's place
of business.
Library Interiors of Texas, LLC
Lakeway, TX United States
2 Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City of Ft Worth
FORM 1295
1 of 1
OFFICE USE ONLY
CERTIFICATION OF FILING
Certificate Number:
2026-1411579
Date Filed:
01/22/2026
Date Acknowledged:
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
RFP 26-0039
RFP 26-0039 Sendera Springs Library Furniture Purchase and Installation
Nature of interest
4
Name of Interested Party City, State, Country (place of business) (check applicable)
Controlling Intermediary
Taylor, Michael Lakeway, TX United States X
5 Check only if there is NO Interested Party
6 UNSWORN DECLARATION
My name is Michael Taylor
My address is 3503 Wild Cherry Dr
�❑
, Lakeway
(city)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in Travis County, State of Texas
and my date of birth is
, TX , 78738 , USA
(state) (zip code) (country)
on the 22 day of January , 2p 26
(month) (year)
. /
Signature f authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.bc.us Version V4.1.0.22701b2a
F�RT ��RTH��
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: Library Interiors
SubjeCt of the Agreement: Interior design services, procurement, delivery, and installation of Furniture,
Fixtures, and Equipment (FF&E) for the Sendera Springs Branch Library
M&C Approved by the Council? * Yes 0 No ❑
If so, the M&C �nust be attached to the contract.
Is this an Amendment to an Existing contract? Yes ❑ No 0
If �so, provide the original cont�act nulnber and the amendment number.
Is the Contract "PermanenY'? *Yes ❑ No 0
If unsure, see back page for pe�manent cont�act listing.
Is this entire contract Confidential? *Yes ❑ No 0 If only specific information is
Confidential, please list what info�mation is Confidential and the page it is located.
EffeCtlVe Date: ACM signature date EXplPatlOri Date: 1 year after ACM signature date
If different from the app�oval date. If applicable.
Is a 1295 Form required? * Yes 0 No ❑
*If so, please ensu�e it is attached to the app�oving 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 info�mation is not provided, the contract will be
returned to the department.