Loading...
HomeMy WebLinkAbout064933 - General - Contract - Santos Chazarreta dba MJJ ConstructionCity Secretary Contract No. 64933 F,ORT WORTH., VENDOR SERVICES AGREEMENT This VENDOR SERVICES AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WO TH ("City"), a Texas home rule municipal corporation, and Santos Chazarreta, d/b/a MJJ Construction ("Vendor"), each individually referred to as a "party" and collectively referred to as the "parties." 1. Scope of Services. Boarding and securing of private properties ("Services"), as set forth in more detail in Exhibit "A," attached hereto and incorporated herein for all purposes. 2. Term. This Agreement begins on April 1, 2026 ("Effective Date") and expires on June 30, 2026 ("Expiration Date"), unless terminated earlier in accordance with this Agreement ("Initial Term"). This agreement does not have any renewal options. 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 HUNDRED THO SAND Dollars ($100,000.00). Vendor will not perform any additional services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City will not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. 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. 4.3 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date, City will pay Vendor for services actually rendered up to the effective date of termination and Vendor will continue to provide City with services requested by City and in accordance with this Agreement up to the effective date of termination. Upon termination of this Agreement for any reason, Vendor will provide City with copies of all completed or partially completed documents prepared under this Agreement. In the event Vendor has received access to City Information or data as a requirement to perform services hereunder, Vendor will return all City provided data to City in a machine-readable format or other format deemed acceptable to City. OFFICIAL RECORD Vendor Services Agreement CITY SECRETARY Page 1 of 20 FT. WORTH, TX City Secretary Contract No. 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. Right to Audit. Vendor agrees that City will, until the expiration of three (3) years after final payment under this Agreement, or the final conclusion of any audit commenced during the said three years, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records, including, but not limited to, all electronic records, of Vendor involving transactions relating to this Agreement at no additional cost to City. Vendor agrees that City will have access during normal working hours to all necessary Vendor facilities and will be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City will give Vendor reasonable advance notice of intended audits. 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 Vendor Services Agreement Page 2 of 20 City Secretary Contract No. 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. Liability and Indemnification. 8.1 LIABILITY - VENDOR WILL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY, INCLUDING 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, 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, SERVANTS AND EMPLOYEES, FROMAND AGAINST ANYAND ALL CLAIMS OR LAWSUITS OFANYKIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTYDAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO VENDOR'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING 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, SERVANTS, EMPLOYEES, CONTRACTORS, OR SUBCONTRACTORS. THIS INDEMNITY PROVISION (INCLUDING, WITHOUT LIMITATION, INDEMNITY FOR COSTS, EXPENSES AND LEGAL FEES) IS SPECIFICALLY INTENDED TO OPERATE AND BE APPLICABLE EVEN IF IT IS ALLEGED OR PROVED THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED AS A WHOLE OR IN PART BY ANY ACT, OMISSION, NEGLIGENCE, GROSS NEGLIGENCE, BREACH OF CONTRACT, INTENTIONAL CONDUCT, VIOLATION OF STATUTE OR COMMON LAW, BREACH OF WARRANTY, PRODUCT DEFECT, STRICT PRODUCT LIABILITY, OR ANY OTHER CONDUCT WHATSOEVER OF THE CITY 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, 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. Vendor Services Agreement Page 3 of 20 City Secretary Contract No. 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. Assignment and Subcontracting. 9.1 Assignment. Vendor will not assign or subcontract any of its duties, obligations or rights under this Agreement without the prior written consent of City. If City grants consent to an assignment, the assignee will execute a written agreement with City and Vendor under which the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement. Vendor 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 Coverage and Limits (a) Commercial General Liability: $1,000,000 - Each Occurrence $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: Vendor Services Agreement Page 4 of 20 City Secretary Contract No. 10.2 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. 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, 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. Vendor Services Agreement Page 5 of 20 City Secretary Contract No. 11. Compliance with Laws, Ordinances, Rules and Regulations. Vendor agrees that in the performance of its obligations hereunder, it will comply with all applicable federal, state and local laws, ordinances, rules and regulations and that any work it produces in connection with this Agreement will also comply with all applicable federal, state and local laws, ordinances, rules and regulations. If City notifies Vendor of any violation of such laws, ordinances, rules or regulations, Vendor must immediately desist from and correct the violation. 12. Non -Discrimination Covenant. Vendor, for itself, its personal representatives, assigns, contractors, subcontractors, and successors in interest, as part of the consideration herein, agrees that in the performance of Vendor's duties and obligations hereunder, it will not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. IF ANY CLAIM ARISES FROM AN ALLEGED VIOLATION OF THIS NON-DISCRIMINATION COVENANT BY VENDOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, CONTRACTORS, SUBCONTRACTORS, OR SUCCESSORS IN INTEREST, VENDOR AGREES TO ASSUME SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS FROM SUCH CLAIM. 13. Notices. Notices required pursuant to the provisions of this Agreement will be conclusively determined to have been delivered when (1) hand -delivered to the other party, its agents, employees, servants or representatives or (2) 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 Facsimile: (817) 392-8654 With copy to Fort Worth City Attorney's Office at same address To VENDOR: Santos Chazarreta, d/b/a MJJ Construction Attn: Tristan Chazarreta 608 Smith Ave Crowley, TX 76036 Phone: (682) 551-8684 14. Solicitation of Employees. 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. Vendor Services Agreement Page 6 of 20 City Secretary Contract No. 17. Governing Law / Venue. This Agreement will be construed in accordance with the laws of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought pursuant to this Agreement, venue for such action will lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. 18. Severability. If any provision of this Agreement is held to be invalid, illegal or unenforceable, the validity, legality and enforceability of the remaining provisions will not in any way be affected or impaired. 19. Force Majeure. City and Vendor will exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but will not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to, compliance with any government law, ordinance, or regulation; acts of God; acts of the public enemy; fires; strikes; lockouts; natural disasters; wars; riots; epidemics or pandemics; government action or inaction; orders of government; material or labor restrictions by any governmental authority; transportation problems; restraints or prohibitions by any court, board, department, commission, or agency of the United States or of any States; civil disturbances; other national or regional emergencies; or any other similar cause not enumerated herein but which is beyond the reasonable control of the Party whose performance is affected (collectively, "Force Majeure Event"). The performance of any such obligation is suspended during the period of, and only to the extent of, such prevention or hindrance, provided the affected 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. Headings not Controlling. Headings and titles used in this Agreement are for reference purposes only, will not be deemed a part of this Agreement, and are not intended to define or limit the scope of any provision of this Agreement. 21. Review of Counsel. The parties acknowledge that each party and its counsel have reviewed and revised this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party will not be employed in the interpretation of this Agreement or its Exhibits. 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. Warranty of Services. Vendor warrants that its services will be of a high quality and conform to generally prevailing industry standards. City must give written notice of any breach of this warranty within thirty (30) days from the date that the services are completed. In such event, at Vendor's option, Vendor will either (a) use commercially reasonable efforts to re -perform the services in a manner that conforms with the warranty, or (b) refund the fees paid by City to Vendor for the nonconforming services. 25. Immigration Nationality Act. Vendor must verify the identity and employment eligibility Vendor Services Agreement Page 7 of 20 City Secretary Contract No. 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. 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 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. Signature Authority. The person signing this Agreement hereby warrants that they have the legal authority to execute this Agreement on behalf of the respective party, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. This Agreement and any amendment hereto, may be executed by any authorized representative of Vendor. Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. 28. Change in Company Name or Ownership. Vendor must notify City's Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records. The president of Vendor or authorized official must sign the letter. A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of director's resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the specified documentation so may adversely impact future invoice payments. 29. No Boycott of Israel. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" 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. Vendor Services Agreement Page 8 of 20 City Secretary Contract No. 30. Prohibition on Boycotting Energy 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 Against 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 $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to City that Vendor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 32. Electronic Signatures. This Agreement may be executed by electronic signature, which will be considered as an original signature for all purposes and have the same force and effect as an original signature. For these purposes, "electronic signature" means electronically scanned and transmitted versions (e.g. via pdf file or facsimile transmission) of an original signature, or signatures electronically inserted via software such as Adobe Sign. 33. Entirety of Agreement. This Agreement contains the entire understanding and agreement between City and Vendor, their assigns and successors in interest, as to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. (signature page follows) Vendor Services Agreement Page 9 of 20 City Secretary Contract No. GxKej0ly131I7\0D7T-"9ofD)1 CITY OF FORT WORTH: By:aaa &Lgkdoiq Name:D"nar($tuff 2026 18: 8:55 CDT) Title: Assistant City Manager Date: 03/25/2026 APPROVAL RECOMMENDED: By: AW n Name: S�'94M(M g1 r 24, 2026 . 4:14 CDT) Title: Deputy Code Compliance Director ATTEST: Fort>°nna a� K. Jl— " ddLynTEX9Bad By: �./o+ Name: 4nnette Goodall Title: City Secretary VENDOR: SANTOS CHAZARRETA, d1bla MJJ CONSTRUCTION By: T-d SJ4 vl C h a Z a rrO±a Name: T J- a , 2026 16:52:22 CDT) Title: General Foreman CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. By: Name: Ty Kikchi6ns Title: Code Compliance Superintendent APPROVED AS TO FORM AND LEGALITY: By: zmy a� il/J1vi1r�il� Name: Amarna Muhammad Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: N/A OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Vendor Services Agreement Page 10 of 20 City Secretary Contract No. SCOPE OF SERVICES 1.0 SCOPE 1.1 Contractor shall provide boarding and securing services in accordance with the Agreement for the Code Compliance Department and any additional services of the same general category that parties agree to. 1.2 Unit prices shall include all associated costs, not limited to delivery, fuel and handling charges. No additional charges will be accepted or paid by the City. 2.0 DEFINITIONS 2.1 BOARDING AND SECURING: Boarding and securing of all entry windows, doorways, or other openings of multiple levels as specified by an authorized Code Compliance officer using suitable material as outlined in this Agreement. This Agreement also includes fencing, clear polycarbonate (Lexan) and steel plating as an alternative method approved by the Code Compliance Department. 2.2 PRICE DETERMINATION: The number of openings secured will be annotated by the type (window, door, over 32 square feet, or under 32 square feet) on the work order and returned with a separate invoice. Invoice shall include a list of openings by type and cost to secure on a company invoice. Bid price per opening will include all weather protection, additional framing if needed, hardware, materials and labor. 2.2.1 Pricing for securing other openings and oversized openings shall be based upon a set charge. Less than 32 square feet shall have one price and greater than 32 square feet shall have one price using'/4" CDX. 2.2.2 Fencing price shall be based on a linear foot cost which shall include cost for setting posts or securing directly to a structure. 2.2.3 Pricing to secure a window encasement using3/4" CDX and Clear Polycarbonate. 2.2.4 Pricing to secure a door encasement'/4" CDX and Clear Polycarbonate. 2.2.5 Pricing to secure openings using 14 gauge steel plates, price will include all welding, cutting, and 3" angle iron framing. Price based on YxT door. 2.3 WEATHER PROOFING: The act of coating3/4' CDX plywood used in the securing process, with weather resistant, light tan color paint. 2.4 EXIT DOORS: To be considered an exit door, door must face a public right-of-way or be visible from public view. 2.5 WORK ORDER: All work to be performed will be assigned using the Code Compliance "BOARD -UP WORK ORDER". Vendor Services Agreement Page 11 of 20 City Secretary Contract No. 2.6 EMERGENCY BOARDING: A work order for boarding services to be performed within 24 hours of notification. 2.7 6" ON CENTER: See Section 3.4 below as well as "IMAGE B". 2.8 TOTAL COST: Total amount of material, labor, framing, and hardware used for the securing operation of the structure. 2.9 CLASS 1: Securing only -the opening(s) identified on the Work Order using section 3.4 securing operation standards. 2.10 CLASS 2: Used to secure all encasements and other openings due to a repeated property breech. Secure all openings (breeched and secured) using section 3.4 securing operation standards 2.11 CLASS 3: Special work order used to secure properties with specific life, health, and safety hazards. Only performed by special request at the direction of the Code Compliance Superintendent. Using section 3.4.9 securing operation standards or other methods deemed appropriate for the situation. 2.12 OTHER OPENINGS: Shall include wall breeches not considered a window, door, or garage door but limited to less than 32 square feet. 2.13 OVER -SIZED OPENINGS: Opening greater than 4' X 8' = 32 square feet and not considered a window or door encasement. 2.14 RESIDENTIAL STRUCTURES: Structures which are built or constructed, and further identified as a dwelling, an apartment building or an accessory building on a lot. 2.15 TYPE 1 FASTENERS -Wood framing screws with Torque heads shall be used for wood framing only. 2.16 TYPE 2 FASTENERS- Self -tapping metal screws with Torque heads shall be used for metal framing only. 2.16.1 Zinc coated Torque head screws long enough to reach 2" into wood framing and 3" self -tapping screws for metal frames, typically 33/4" long minimum (Alternate: wood door and window trim may be removed, and 3" fastener may be used). 2.17 LEXAN (Polycarbonate Resin) -An extremely versatile product with outstanding properties and good chemical resistance for a wide variety of applications. This material will only be used with approval from the Code Compliance Director to address special circumstances. 3.0 PERFORMANCE REQUIREMENTS 3.1 Notification to Contractor (Board -Up Work Order) 3.1.1 The Contractor shall be provided a Board -Up Work Order with the amount of Vendor Services Agreement Page 12 of 20 City Secretary Contract No. windows, doors, or other openings that require securing. 3.1.2 Contractor shall pick up work orders within two (2) business days upon notification by phone or email. 3.1.3 The Contractor shall secure all structures indicated on the work order within five (5) business days after notification of the work order being issued. The Contractor shall secure all structures determined to be an Emergency Board -Up within twenty- four (24) hours when determined by the Code Compliance Department to be such. 3.1.4 Location of windows, doors, other openings, and over -sized openings to be secured will be identified using: 3.1.4.1 N: North 3.1.4.2 S: South 3.1.4.3 E: East 3.1.4.4 W: West, sides of the structures. 3.1.5 Any work performed without approval prior to any work being performed from the Code Compliance Officer will not be paid by the City. 3.2 Period of Performance 3.2.1 The Contractor shall secure all structures indicated on the work order within five (5) business days after notification of the work order. 3.2.2 The Contractor shall secure all structures determined to be an Emergency Board - Up within twenty-four (24) hours after notification of the work order. The Department will determine an Emergency Board -Up. 3.2.3 The Contractor will submit electronically the updated Board -Up Work Order, photographs and an itemized invoice within three (3) business days after completing the securing. 3.2.4 In the event of default by the Contractor, the City reserves the right to procure the services from other sources and hold the defaulting Contractor responsible for any excess costs. 3.2.5 If vector nesting (bees, wasps, and hornets) is encountered, the Contractor may take necessary steps to exterminate the hazard after verification and cost approval from the Code Compliance Supervisor. The invoice relative to such extermination shall be submitted to the Code Compliance Department with the corresponding Board - Up Work Order. 3.2.6 Contractor shall report any damage done to property owned by the City or damage to private personal property to the Code Compliance Department, 817-392-6578, Vendor Services Agreement Page 13 of 20 City Secretary Contract No. within two (2) hours after occurrence. 3.3 Photographic Evidence 3.3.1 The following minimum specifications will be required: 3.3.1.1 Use of digital cameras capable of at least 1 (one) mega -pixel with image resolution of 1280 x 1224 that adds date stamp on face of picture. 3.3.1.2 Contractor shall provide photographic evidence of each opening boarded and secured. 3.3.2 Photographs shall: 3.3.2.1 Be taken prior to commencement of work that accurately depicts each opening designated on the work order, and on completion showing the work performed. Photographs shall be taken at the same angle prior to installation and following installation. 3.3.2.2 Be in color, and date and timestamped. 3.3.2.3 Be submitted electronically with the matching work order and invoice to the assigned Code Compliance Officer listed on the Work Order. 3.4 Securing Operation 3.4.1 Contractor shall inspect each location prior to securing the structure to determine the number of openings to be secured match the work order. 3.4.2 Contractor shall use3/4" CDX plywood, carriage bolts of sufficient length to reach through both the plywood and 2"x4" backup boards or braces, 3" torque head fasteners placed 6" on center, and weatherproof paint in the securing process. Infrequently, the City may require intermitted 3" lag screw with ''/2" washers. 3.4.3 Contractor shall weatherproof each piece of plywood prior to installing on structure. Also, any opening that has been previously secured shall be weather proofed as needed. 3.4.4 Contractor shall secure all identified ground floor openings unless additional openings are added by the Code Compliance Officer. 3.4.5 Except for the last exit door, Contractor shall secure all openings indicated on the work order by installing 3/4" CDX plywood that will fit the window screen inset for windows, and fit flush with the door facings or jambs for all doors. 3.4.6 For windows and doors, except the last exit door, 2"x4" backup boards or braces will be installed and secured with carriage bolts. 3.4.7 The plywood will be secured along the edges with 3" fasteners spaced six (6) Vendor Services Agreement Page 14 of 20 City Secretary Contract No. inches apart, as outlined in the illustrations in IMAGE A and B. 3.4.8 The last exit door will be secured using three (3), 3" fasteners spaced six (6) inches apart. 3.4.9 Work Orders submitted as a Class 3 (Section 2.11) as directed by the Code Compliance Officer shall use securing standards described in this section for all windows (breeched and secured). Class 3 door openings shall include 3" angle iron framing on all four (4) sides secured with 3" lag screws or 2" masonry anchors if the encasement is masonry. The door opening shall be covered with 14 gauge steel and secured with 2" welds every 6". A Class 3 may or may not include multiple levels of the structure. 3.4.10 There will be some Work Orders requesting securing by 6" chain link instead of boarding. Chain link shall be 6" tall and may either secure the perimeter of the property or be attached to the structure itself. Determination shall fall upon the Code Compliance Officer and be notated on the Work Order. 3.4.11 Contractor shall update the work order form with the number of opening(s) secured and submit the completed form with the invoice. 3.4.12 Contractor shall notify the Code Compliance Officer via phone or email the same day or first working day to report each successful closure. 3.4.13 There will be work orders requesting securing a structure using 1/4" clear polycarbonate (Lexan) secured with three (3), 2 1/2" 14 gauge steel tubing horizontal braces and anchored with galvanized carriage bolts long enough to properly secured the horizontal brace to the clear polycarbonate (Lexan). 3.5 Rejection of Contractor's Work 3.5.1 The City will evaluate completed work utilizing both photographic and visual assessments. The Code Compliance Officer reserves the right to judge and interpret the quality of the photographs submitted. 3.5.2 Work will be rejected and payment denied for work performed that is not in strict accordance with the specifications which includes, but is not limited to: 3.5.2.1 Missing or inadequate photographic evidence. 3.5.2.2 Missing or incomplete work orders. 3.5.2.3 Incomplete or inadequate securing of assigned work orders. 3.6 Contractor's Appeal of Rejected Work Orders 3.6.1 Contractor may appeal any rejected work to a Code Compliance Supervisor within three (3) business days of notification. Vendor Services Agreement Page 15 of 20 City Secretary Contract No. 3.6.1.1 It is the Contractor's responsibility to submit any documentation necessary in support of the appeal. 3.6.1.2 All decisions by the Code Compliance Supervisor are final and decisions will be in writing and provided to the Contractor. 4.0 CONTACT 4.1 Due to the unique nature of these Agreement specifications, the working relationship between the City and Contractor is critical to its success. The Contractor shall have the ability and is required to respond to all inquiries and issues in timely and professional manner. Failure to respond as indicated shall result in the termination of this Agreement. 4.2 Contractor shall designate at least one (1) person as Point of Contact with office phone or cell phone number and email for accessibility. 4.3 Contractor's Point of Contact shall respond to calls, voicemails and emails within one (1) hour during normal business hours. 4.4 Notification of any changes in contact numbers or personnel shall be in writing or hand delivered to the Code Compliance Contract Administrator. 5.0 OTHER PROVISIONS 5.1 Contractor shall be responsible for providing, maintaining and transporting all necessary laborers, equipment, and fuel for its use, in connection with the program of securing described herein. 5.2 Contractor shall train company employees to use the safest methods and equipment available in transporting and securing operations. 5.3 All equipment will be maintained in safe operating condition. 5.4 Contractor shall take precautions at all times for the protection of persons and property. Safety provisions of all applicable laws and ordinances shall be strictly observed. 5.5 Should squatters or unapproved occupants be encountered at a location where work is to be conducted, the Contractor shall contact the Code Compliance phone number listed on the Work Order immediately. 5.6 Should squatters or unapproved occupants be encountered at a location where work is to be conducted, the Contractor shall contact the Code Compliance phone number listed on the Work Order immediately. 6.0 PERFORMANCE 6.1 Failure of the City to insist in any one or more instances upon performance of any Vendor Services Agreement Page 16 of 20 City Secretary Contract No. of the terms and conditions of this Agreement shall not be construed as a waiver or relinquishment of the future performance of any terms and conditions, but the Contractor's obligation with respect to such performance shall continue in full force and effect. Vendor Services Agreement Page 17 of 20 C& Secretary Contract No. � g 2 i ! 7 � Vendor Serviesw7emm! Page 18oZn C& Secretary Contract No. 2 O O O « U 2 � � U W 0 M O LL O O � e W � n LU = U W � m m LU � � u 2 7 � P 7 p 0 � Vendor Serviesw7emm! Page 19 of 20 City Secretary Contract No. EXHIBIT B PAYMENT SCHEDULE Prices for each property shall be calculated in the numbers set forth below: Structure Securing Securing 14 x6 Boarding and Boarding and Boarding and Boarding and Door gauge Structure Securing Securing Securing a Securing a Opening galvanized Securing Openings Openings Window Door using steel chain link wire using 1/4" >32 square <32 square Opening, per Opening, per plating diameter clear feet, per feet, per attached attached framed with fencing polycarbonate attached attached specifications specifications 3" angle iron, attached to the (Lexan) per specifications specifications per attached structure sq. ft specifications and/or setting sq. ft $125 $100 $140 $145 $275 $8 $20 Vendor Services Agreement Page 20 of 20 FORT WORM, City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: MJJ Construction Subject of the Agreement Amarna. Bridge agreement for Boarding and Securing services approved by M&C Approved by the Council? * Yes ❑ No 8 If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ❑ No 8 If so, provide the original contract number and the amendment number. Is the Contract "Permanent"? *Yes ❑ No 8 If unsure, see back page for permanent contract listing. Is this entire contract Confidential? *Yes ❑ No 8 If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: 04/01 /26 If different from the approval date. Expiration Date: 06/30/26 If applicable. Is a 1295 Form required? * Yes ❑ No 8 *If so, please ensure it is attached to the approving M&C or attached to the contract. Project Number: If applicable. *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes 8 No ❑ Contracts need to be routed for CSO processing in the followingorder: rder: 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